Loading...
Legacy Contracting ~ CP19004 City o ofTigatd CONTRACT CHANGE ORDER 13125,9W Hall Blvd. AMENDMENT SUMMARY Tigard,Oregon 9 7223 Phone- (503) (39-417-417 1 FIELD CHANGE ORDER FORM Fax- (503) 694--7297 v«xw. d-or. uv Project Title:Tiedeman Re-Alignment of the Fanno Project Manager: Staedter Creek Trail Contractor:Legacy Contracting Original Contract#: CP 19004 Effective Dates: 8-27-18 to 2-28-19 Chane Order/Amendment Amount: $0.00 Accounting String: Amendment Percentage Running Total: 0% AMENDMENT DETAILS Extend contract to complete floodplain excavation during favorable weather. CHANGE ORDER DETAILS UNTr QTY UNIT TOTAL$ Original Contract $419,840.25 Amendment 1 —change in date only Total Contract $419,840.25 REASONING FOR CHANGE ORDER/AMENDMENT Contract extended to allow floodplain excavation to be completed during favorable weather. BUDGET IMPACT AND REQUIRED ACTIONS This contract will not require a budget adjustment. REQUE I G PMJ4CJ MANAGER APPROVING CITY STAFF Ci afore S I �.--� Date D e Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules,regulations,and laws that may be in effect for the VSignatute work. The unit pricing in the original contract shall apply to all additional work. A copy of this form, once completed, is to be forwarded to the Purchasing Office to ensure all changes to the /� /S f 9 encumbrances are met. Remember—the cumulative total of Amendments cannot exceed the project's FY budget. Date �fC� CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT TIEDEMAN RE-ALIGNMENT OF THE FANNO CREEK TRAIL CP19004 AMENDMENT #1 The .lgreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called Cit•,and 1,clacjr Contracting Inc.,hereinafter referred to as Contractor,entered into on the 7th day of A1ugust-, 2018, is herebti; amended as follows: 00180.50(h) Contract Time- \Vork to be done under this project shall be completed twitlii.n 440 183 Calendar Days of issuance of Notice to Proceed. Amendment 1 not to exceed February 28,2019. IN WITNESS WH);REOF, City has caused this Amendment to be executed by its duly authorised undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD LEGA Y OjrRA TING INC Signature Signator M ate- L . W, Ar Printed Name Printed Name Date Date CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM (THIS FORM MUSTACCOMPANYEVERY CONTRACT C-P) 1�L//�/L/1(-1Contract Title: Tiedeman Re-Alignment of the Fanno Creek Trail_ Number: Contractor: Legacy Contracting Contract Total: $419.840.25 Contract Overview: This contract constructs a new Fanno Creek Trail segment and pedestrian bridge at Tied man Avenue. Initial Risk Level: ❑ Extreme ❑ High X Moderate ❑Low Risk Reduction Steps: City project manager will work closely with OBEC.the project design engineer to evaluate project grog ess and to monitoring for risk This contractor has extensive experience in small and large bridge construction projects Contractor will be meeting the City's standards for insurance. Risk Comments: Risk Signature: Contract Manager Staedter Ext: 2788 Department: PW Engineering_ Type: ❑ Personal Svc ❑ Professional Svc ❑ Architectural Agr X Public Imp ❑ General Svc ❑ Engineering Svc ❑ Other: Start Date: 8-27-18 End Date: 1-7-2019 Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Legacy Contracting, Inc. $419.840.25 Stellar_L $488.497.50 Bent,LLC $538.271.00 Elting Northwest Inc. $567.320.70 Conway Construction Company $588,994.00 Account String: Fund-Division-Account Work Order—Activity Tyke Amount FY 18/19 420-8000-56005 92051-140 $419.840.25 FY FY FY FY Approvals - LCRB Date: Z 4119 Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: City Manager Comments: City Manager Signature: ."" After securing all required approvals, forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. 00 lm�" TIGARD , City of Tigard 13125 SW Hall Blvd Tigard,Oregon 97223 Phone: (503) 639-4171 Fax: (503) 684-7297 CONTRACT DOCUMENTS for the construction of Tiedeman Realignment of Fanno Creek Greenway Trail Site Work and Installation of an Owner provided Pedestrian Bridge Project No.: CIP 2017 -92051 Approved by: Lori Faha,P.E.,City Engineer Bid Due& Bids Open: June 6,2018 -2:00 pm ADVERTISEMENT FOR BIDS CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE The City of Tigard will receive sealed Bids from qualified firms at Tigard City Hall's Utility Billing Counter (Attention:Joe Barrett, Sr. Management Analyst) located at 13125 SW Hall Boulevard, Tigard, Oregon 97223 until 2:00 pm local time,June 6, 2018 for site work and installation of an owner provided pedestrian bridge for the Tiedeman Realignment of Fanno Creek Greenway Trail project. Bids will be opened and publicly read aloud immediately after the Bid Closing time and date at Tigard City Hall. The project generally consists of the following: 1. Mobilization,Traffic control,Erosion and sediment control. 2. Clearing and grubbing,Removal of structures and obstructions. 3. Excavation and Embankment 4. Installation of concrete retaining wall. 5. Installation of Owner provided bridge 6. Installation of concrete footings and driven steel piles and of Owner provided bridge 7. Asphalt trail paving and landscape Seeding 8. Performance of extra work as called for by the specifications and plans. Basis of Bid Award shall incorporate all items identified on the Bid Schedule. Pursuant to Tigard Public Contracting Rule 30.055, all Bidders must submit a Bid security to the City along with their Bid in an amount equal to ten percent (10%) of their Bid. Because the City's estimate of contract value exceeds $100,000,Bidders must submit a First Tier Subcontractor Disclosure Form,provided in this Bid Booklet,to the City no later than 4:00 pm local time,June 6,2018. A voluntary Pre-Bid Conference will be held at 10:00 a.m.,local time on May 31,2018, on site adjacent to 12130 Tiedeman Avenue in Tigard. A project site tour will be conducted after the Conference. The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages shall be incorporated by reference as if fully set forth in any Contract resulting from this Advertisement for Bid. Contractor shall provide proof to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon Prevailing Wage Rate (PWR) law. No Bid will be considered unless fully completed in a manner provided in the Bid Packet. Facsimile and electronic (email) Bids will not be accepted nor will Bids be accepted after the stated Bid Closing. Bids received after the Bid Closing will be returned to the submitting firm unopened after a Contract has been awarded for the required services. Bid Documents may be obtained in person at Tigard City Hall's Utility Billing Counter located at 13125 SW Hall Blvd.,Tigard, Oregon 97223; or downloaded from the City of Tigard website at www.tigard-or.gov/bids. The City may reject any Bid not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all Bids upon a finding of the City if it is in the public interest to do so. Published: D&Journal of Commerce Published: The Turd Times Date: Wednesday,May 16, 2018 Date: Thursday,May 24,2018 2 1 l' � « c TABLE OF CONTENTS Advertisementfor Bids...................................................................................................................................................2 Tableof contents.............................................................................................................................................................3 AttachmentA—Bidder's Checklist...............................................................................................................................4 AttachmentB —Bid.........................................................................................................................................................5 Attachment C—Acknowledgment of Addenda.......................................................................................................24 AttachmentD —Bid Certification..............................................................................................................................25 Attachment E—First Tier Subcontractor Disclosure Form..................................................................................26 AttachmentF—Bid Bond...........................................................................................................................................27 Attachment G—Public Improvement Contract......................................................................................................28 AttachmentH—Performance Bond.......................................................................................................................... 33 AttachmentI—Payment Bond................................................................................................................................... 35 Attachment J —Oregon Prevailing Wage Rates....................................................................................................... 37 AttachmentK—General Conditions......................................................................................................................... 38 AttachmentL—Special Provisions................................................................................................................................. AttachmentM—Staging Exhibit Map............................................................................................................................ AttachmentN—Geotechnical Report........................................................................................................................... Attachment P—City of Tigard Temporary Project Sign............................................................................................. Drawings FY 2017-92051 Tiedeman Realignment of Fanno Creek Greenway Trail Sheets 1 —L1.1 3 Pagc ATTACHMENT A—BIDDER'S CHECKLIST CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE FORMS TO EXECUTE FOR SUBMISSION OF BID The Bidder's attention is especially called to the following forms which must be executed in full before Bid is submitted: ATTACHMENT B -BID ATTACHMENT C—ACKNOWLEDGMENT OF ADDENDA ATTACHMENT D—BID CERTIFICATION ATTACHMENT E — FIRST TIER SUBCONTRACTOR DISCLOSURE FORM: within 2 hours of Bid Closing. ATTACHMENT F—BID BOND FORMS TO EXECUTE AFTER AWARD OF BID ATTACHMENT G—PUBLIC IMPROVEMENT CONTRACT—PWR COVERED CONTRACT ATTACHMENT H—PUBLIC IMPROVEMENT CONTRACT—PERFORMANCE BOND ATTACHMENT I—PUBLIC IMPROVEMENT CONTRACT—PAYMENT BOND CERTIFICATE OF INSURANCE - including Additional Insured Provision in accordance with the Public Improvement Contract. 41Page ATTACHMENT B—BID it CITY OF TIGARD TII DF.MAN REALIGNMENT OF FANNO CREEK GREENWAYTRAIL I ' SITE WORI{AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE. This Bid must be signed in ink by an authorized representative of the Bidder;ani alterations or erasures to the Bid must be initialed in ink by the undersigned authorized representative. Project: Tiedeman Realignment of Fanno Creek Greenway Trail -.Site Work and Installation of an 0xvner- Provide Pedestrian Bridee Bid Due Date: A\'ednetiday,june G 2018—2:00 pm Name of Submitting Firm: Legacy Contracting Inc The Undersigned o114,of llro ;anrpru de adtlitro�inl r/I/ im/Ifion): An individual doing business under an assumed name registered under the laws of the State of ;or A partnership registered under the law,of the State of ;or X A corporation organized under the laws of the State of Oregon ;or A limited liability corporation orgatnized under the laws of the State of hereby proposes to furnish all material and labor and perform all work hereinafter indicated for the above project in strict accordance with the Contract Documents for the Basic Bid as follows: �QG ��y�1S,�fa� y�.�G�tGr� Ir�/q,SG6w G;s�� Irlr�(B and` �f100Dollars(?a F 6,' ) all documents comprising the Contract Documents as defined in the and the Undersigned agrees to be bound b) Contract. The Undersigned declares that it has carefully examined the site(s) of the work, the Contract Documents,and forms. Submission of this Bid shall be conclusive evidence that the Undersigned has investigated and is satisfied as to the condition to be encountered, as to the character, quality and scope of work to be performed,the quantities of materials to be furnished,and as to the requirement of the Contract Documents. AccompanN,ing herewith is a laid Security which is equal to ten percent(10°10)of the total amount of the Bid. 5 1 h., ; � BID SCHEDULE T1EDP-MANREALIGNMENT OF FANNO CREEK GREENWAYTRt1IL Site Work and Installation of and Owner provided Pedestrian Bridge Item Section Ullit Bid Item Unit Quatitity Price Total Price TEMPORARY FEATURES AND APPURTENANCES 1 00210 Alobik"Itioti Lump Suns 1 S IS 0 I S D b 2 00225 Temporar��Protection and Direction Lump Sum I S�ZSI7 ofT'raffic 5 2s1D.vo 3 00225 Flagg ers I1our 50 4g,pp 2-,4 b rl(�) 00280 Erosion Control Lun»p Sum i S S 2 Z-114-(--.,p �O 00280 \'Tatung,Type C Sq Mrd 840 5.3d $ 00280 Construction Entrance,Tape '1 Each 1 S S q50 1 .O 00280 Oraugc Seditnent Fence Foot 1,100 S 00290 Pollution Control Plan LumpSum I S S00 00290 Work Containunem Plan and SS�stem Lump Sum 1 $ $ 4 eo ROADWORK 10 00305 Construction Survey V'ork Lump Suui 1 S .0 11 00310 Removal of Structures and Lump Sum 1 S S Obstructions Z 2 1 ZS–.00 12 00320 Cleating and Grubbing .Acres 0.517 S S l , 13 00330 Mitigation Excavation Cu Yd 477 S S Zb•Sb g 77$,SD 14 00330Cu Yd 370 S S Embankment In I lace ZZ-50 8 3Z .a 15 00331 15 inch Subgrade Stabilization Sq Yd 441 S S 38.00 t(07s . 16 00390 Loose Riprap,Class 100 Cu Yd 44 S S � la 82.0•s0 DRAINAGE AND SEWERS 17 1 00-130 4 Inch Drain Pipe hoot 355 S S WZ•S ! 1£ 00445 12 inch Culvert Pipe,5 ht Depth Foot 49 S S Z- 0 19.OD 19 00490Boxes Each 1 $ S rldjuSu"g 3Sp 35"o-a o 20 00-490 Minor Adjustinent Of\Manholes Each1---- I - i S $ gSe BRIDGES F22 00510 Structure Excavation Cu Yd 32 Sys Z S 52da 00510 Granular Structure Backfill Lump Sum tS S 00520 FLIV1111,11 Pile Driving Equipment Lump Sulu 1 9 S X60 --,-1,3,,S60- 24 3 X60-6 0 24 1 00520 1 FltrniSh PP 12-3/4 x 0.375 Steel Piles Feet 209 S S 52.00 to 808,©D 6 1 i' Item '�Cctiofi No. No. Bid Item ul�t Qualititv Unit Price Total Price 25 00520 Drive PP 12-3/4 x 0.375 Piles Each 4 S $ 135b t5o.©o 26 00520 PP 12-3/4 x 0.375 Steel Pile Splices Each 1 S $ '9L0.'bo o.C)v 27 00530 Reinforcement Lbs 6,175 $ S 1•-7s tp At(o. 28 00540 General Structural Concrete,Class Cu Yd 21 S 3300 1250 Zoo ZSb-oo 00540 Deck Concrete,Class HPC-4500,with Cu Yd 30 $ $ Fiber Reinforcing955 y�g bS0 .s0 E30- 00561 Agency--Furnislied Prefabricated Steel Lump Sum 1 S S Bride ETAINING WALLS 31 0059G Retaiiung Watt,Cast-In-Place 411.3- Concrete 12i id Gravid, '^ -5L. BASES 32 1 00640 1 Aggregate Base Tort P15: S S 13z,vv ZS6 WEARING SURFACES 33 00744 Level 2, 1/2 Inch ACP N ixture Ton 142 S S I 5 1 L14 330 vo 34 00749 Extra for Asphalt Approaches Each 2 $ 9 8? S `t-7 PERMANENT TRAFFIC SAFETY AND GUIDANCE DEVICES 35 00815 Removable Bollards Each 1 S S 1 lac90 t,la4�.DO 36 00856 Permafient Surface Mounted Tubular Each 1 S $ Xtarkers 15b 1 Sb .oD RIGHT OF WAY DEVELOPMENT AND CONTROL 37 01030 Weed Control Acre 0.72 S $ 1A St) 1 4 04.0 38 01030 Seeding Mobilization Each 1 $ S 10C l ODO .ao 39 01030 Native Plant Seeding,C\N`S Native«'et Acre 0.55 S S Area MLix Seho 4 4 ZS,e Q 40 01030 Native Plant Seeding,Native Upland acre 0.10 $ $ NRx '71576 0 190 -06 :11 01030 Lawn Seeding _Acre 0.07 S $ 12 zsx,, M7,s 42 01030 Nfulching Acre 0.70 S S l5 p O.c9D 43 01040 I3oulders J;ach 9 S $ 35b 1 Sb.00 44 01050 CZAR Chain Link Fence Feei 80 S 6' S 2 0 BID TOTAL $ 1cy_ 6. 11 And /100 Dollars 61 21V kki ILA C—+vBID TOTALXN WORDS 711' t, . The Undersigned agrees, if awarded the Contract, to execute and deliver to the City of Tigard, within ten (10) days after receiving the Contract forms,a satisfactory Performance Bond and a satisfactory Payment Bond each in an amount equal to one hundred percent (100'-o) of the Contract sum,using the forms provided by the Ciq=. The surety(ics) requested to issue the Performance Bond and Payment Bond will be Travelers Casualty and Surety Company of America The Undersigned hereby authorizes said surety(les) company(ies) to disclose any information to the City concerning the Undersigned's ability- to supply a Performance Bond and Payment Bond each in the amount of the Contract. The Undersigned further agrees that the Bid Security accompanying the Bid is left in escrow vvpith the City; that the amount thereof is the measure of liquidated damages which the City will sustain by rile failure of die Undersigned to execute and deliver the above-named Agreement Form,Performance Bond,and Payment Bond, and that if the Urulersigncd defaults in eitlser executing the.Agreement Dorm or providing the Performance Bond and Payment Bond«7tlsin ten (10) days after receiving; the Contract 60rm�, Hien the Rid Securiry rn',sy 1-cr,mc the property-of the City at the City's option; but:if the Bid is not accepted within sixty (60) days of the time set for the opening of the Bids, or if the Undersigned executes and timely delivers said Agreenicnt Form, Performance Bond,and Payment Bond, the Bid Security shall be returned. The Undersigned certifies that: (1) This Bid has been arrived at independently and is being submitted without collusion with and%xithout any agreement,understanding,or planned conunon course of action with any other vendor of materials, supplies, equipment, or services described its the solicitation documents designed to limit independent Bidding or competition; and (2) The contents of the Bid have not been communicated by the Undersigned or its employees or agents to any person not an employee or agent of the Undersigned or its suretti on any bond fisrnished with the Bid and will not be communicated to such person prior to the official opening of the Bid. The Undersigned®HAS❑HAS NOT (cbe,k coplical5k.flalm)paid unemployment or income taxes in Oregon within the past 12 months and® I IAS❑ I1AS NOT(check replicable.dame)a business address in Oregon. The Undersigned ❑X IIAS ❑ IIAS NOT (check applicable slain.) complied with any Affirmative Action Requirements included within the procurement documents. The Undersigned agrees, if awarded a Contract, to comply with the provisions of ORS 2790.800 through 2790.870 pertaining to the payment of the prevailing rates of wage. The Undersigned's CCB registration number is 185342 with an expiration date of 02-02-2019 As a condition to submitting a Bid, a Contractor must be registered with the Oregon Construction Contractors Board in accordance «dtls ORS 701.035 to 701.055, and disclose the registration number. Failure to register and disclose the ntnnber will make the Bid unresponsive and it will be rejected unless contrary to federal law. The Undersigned further certifies that Undersigned shall provide proof to the City prior to the beginning of any of the work that the Undersigned has filed a public works bond with a corporate surety in the amount of 530,000 with the Constructions COnu'actors Board as required under Oregon P\NR law. The successful Bidder hereby certifies that all subcontractors xvho will perforin construction work as described in ORS 70"1.005(2)were registered with the Construction Contractors Board in accordance with ORS 701.035 to 701.055 at the time the subcontractor(s)made a Bid to work under the Contract. 8 1 1' < The successful Bidder hereby'certifies that,in accordance with the Worker's Compensation L,aw,of the State of Oregon, its \Yorker's Compensation Insurance provider is SAIF Corporation Police No. 777630 and that Undersigned shall submit Certificates of Insurance as regtured. Name of Company: Legacy Contracting Inc _ Company Address: 41850 Kingston Jordan RD PO Box"I" Stayton, OR 97383 Federal Tax ID: 80-0335364 Telephone: 503-749-1818 __ Email: bids@]egacycontractinginc.com I attest that I have the authority to conm-�t the firm named above to this Bid amount and acLaiotivledge that the firm meets the qualifications necessary to perform this\C%ork as outlined in the Invitation to Bid. I understand that I-,vill be required to provide necessary information to verify-that the firm meas these qualifications if selected for the subsequent Contract. Authorized Sigihature: Printed Name&'Title: Jeff H ell President Date: June 06, 2018 Payment information will be reported to the IRS under the name and federal taxpayer 11) number provided above. Information not snatching IRS records or not provided to the City could subject the successful Contractor to a twenry eight percent(28%) backup withholding. 9 1 I' aq� � SCOPE FOR BID SCHEDULE Measurement and payment for all Work shown or specified herein will be made on a unit or lump sum price basis in accordance with the prices set forth in the Bid Schedule for individual items of Work. Contractor shall make a careful assessment when preparing the Bid. The items listed below refer to and are the same pay items listed in the Bid Schedule. They constitute all of the pay items for the completion of the Work. No direct or separate payment will be made for providing miscellaneous temporary or accessory services or all other items not specifically named in specific Bid item description and needed for prosecution of the Work, and all other requirement of the Contract Documents. Compensation for all such services, things and materials shall be included in the prices stipulated for the lump sum and unit price pay items listed herein. The prices stated in the Bid Schedule,include overhead and profit and all costs and expenses for bonds,insurance, taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection,together with any and all other costs and expenses for performing and completing the Work, complete and in place, as shown on the Plans and specified herein. The basis of payment for an item at the lump sum or unit price shown in the Bid Schedule shall be in accordance with the description of that item in this Section. BID ITEM DESCRIPTIONS Following are the measurement and payment descriptions for the various Bid items included in the Tiedeman Realignment of Fanno Creek Greenway Trail,Site Work and Installation of an Owner provided Pedestrian Bridge,portion of the project. Descriptions reference sections of the 2015 Oregon Standard Specifications and Project Special Provisions for Construction where applicable. BID ITEM NO. 1 MOBILIZATION No measurement of quantities will be made for work performed per Section 00210.80 of the Standard Specifications. Payment shall be on the lump sum (LS) basis per Section 00210.90 of the Standard Specifications,including all preparatory work and operations necessary for the movement of personnel,equipment,materials and incidentals to the project site and for all other costs incurred before the beginning of work as well as any other work included in the Contract Documents which is not specifically listed in other Bid items. The amounts paid for mobilization in the Contract progress payment will be based on the percent of the original Contract amount that is earned from other Contract items,not including advances on materials. When 5 percent is earned,either 50 percent of the amount for mobilization or 5 percent of the original Contract amount,whichever is the least. When 10 percent is earned, either 100 percent of mobilization or 10 percent of the original Contract amount, whichever is the least. When all work is completed,amount of mobilization exceeding 10 percent of the original Contract amount. This schedule of mobilization progress payments will not limit or preclude progress payments otherwise provided by the Contract. 10 Pa , c BID ITEM NO. 2 TEMPORARY PROTECTION AND DIRECTION OF TRAFFIC Measurement shall be on a lump sum (LS)basis. Payment shall be on the lump sum (LS) basis per Section 00225.90(b) of the Standard Specifications, including all labor, equipment, materials and all other miscellaneous incidentals and work necessary for installing, maintaining, and removing all necessary traffic control measures. Specific requirements include a pedestrian routing control Plans acceptable to the City of Tigard,construction signage,pedestrian access signage,and setup and removal of signage as many times as is required by construction sequencing. Necessary traffic control measures include,but are not limited to, temporary signage. BID ITEM NO.3 FLAGGERS Measurement shall be on the time basis, of the actual number of hours flagging stations are staffed per Section 00225.87(a) of the Standard Specifications. Payment shall be per Section 00225.97 of the Standard Specifications.Payment includes all necessary equipment, special apparel, flagging equipment,and two-way radios. Workers performing flagging duties who are not properly equipped or attired will not be considered to be flaggers and will not be eligible for payment under this item. Flaggers performing work other than flagging will not be considered flaggers and will not be eligible for payment under this item. Payment for item 3 performed beyond the quantity shown in the Contract Schedule of Items will be made at the Contract unit price if the Engineer determines that the Contract unit price does not exceed the value of the work as determined according to Section 00197. If the Engineer determines that the Contract unit price exceeds the value of the work,payment for the additional work will be made according to 00195.20. BID ITEM NO.4 EROSION CONTROL No measurement of quantities will be made for lump sum items per Section 00280.80(a) of the Standard Specifications. Payment shall be on the lump sum (LS) basis per section 00280.90 of the Standard Specifications,including developing,revising,and documenting the ECSP;mobilization;monitoring activities to maintain effective functioning;inspecting,maintaining,and removing erosion control devices;and restoring mulching, tacking, and seeding all disturbed ground,work,and storage areas not otherwise covered. Partial payments for item 4 will be made as follows: When the initial Contractor developed ESCP,narrative, and schedule are complete and accepted,and the initial erosion control devices are installed-------------------------------------------------------------------------------------------------------------- 25% When 50 percent of the Contract is complete,excluding advances on materials____________________________________________ 25% When 75 percent of the Contract is complete, excluding advances on materials____________________________________________ 25% At completion of the work covered by this section-----------------------------------------------------------------------------------------25% 11 1 P ) "r C BID ITEM NO. 5 MATTING,TYPE C Measurement shall be measured on the unit basis, of each device or location where the device is constructed or placed per Section 00280.80(b) of the Standard Specifications. Payment shall be per Section 00280.90 of the Standard Specifications and includes preparing the slope surface and stabilizing exposed soil with erosion matting material and bonded fiber matrix matting application. Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment,labor, and incidentals necessary to complete the work as specified. No separate or additional payment will be made for constructing laps, seams, joints, wraps, overlaps, joint overlaps, or patches unless the Engineer orders additional amounts in excess of the minimum. For laps,wraps, or overlaps that that have been ordered by the Engineer and exceed the minimum or specified length or width, payment will be made for the added lap, overlap, or wrap length or width at the Contract unit price. BID ITEM NO. 6 CONSTRUCTION ENTRANCE,TYPE I Measurement shall be measured on the unit basis, of each device or location where the device is constructed or placed per Section 00280.80(b) of the Standard Specifications. Payment shall be per Section 00280.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment,labor, and incidentals necessary to complete the work as specified. BID ITEM NO. 7 ORANGE SEDIMENT FENCE Measurement shall be measured on the length basis along the line and grade of the item or device constructed or placed per Section 00280.80(c) of the Standard Specifications. Payment shall be per Section 00280.90 as modified in the Special Provisions. Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment,labor, and incidentals necessary to complete the work as specified. No separate or additional payment will be made for constructing laps, seams, joints, wraps, overlaps, joint overlaps, or patches unless the Engineer orders additional amounts in excess of the minimum. For laps,wraps, or overlaps that that have been ordered by the Engineer and exceed the minimum or specified length or width, payment will be made for the added lap, overlap,or wrap length or width at the Contract unit price. BID ITEM NO. 8 POLLUTION CONTROL PLAN No measurement of quantities will be made for lump sum items per Section 00290.80 of the Standard Specifications. Payment shall be on the lump sum (LS) basis per Section 00290.90 of the Standard Specifications, including furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. Payment includes, but is not limited to, the following: Contractor's Pollution Control plan, Spill Prevention Control and Countermeasures plan, Hazardous Waste Contingency plan, hazardous waste determination, 1211' � r� determination of generator category, the Certified Hazardous Materials Manager, the Professional on-call Spill Response Team. Partial payments will be made as follows: When the initial PCP is approved--------------------------------------------------------------- ----------------------------------------------------20% When 30 percent of the Contract is complete, excluding advances on materials-------------------------------------------- 20% When 60 percent of the Contract is complete, excluding advances on materials-------------------------------------------- 20% When 90 percent of the Contract is complete, excluding advances on materials-------------------------------------------- 20% At completion of the Contract and all waste is removed from the Project site and all reports, receipts, and documents have been submitted---------------------------------------------------------- 20% BID ITEM NO. 9 WORK CONTAINMENT PLAN AND SYSTEM No measurement of quantities will be made for lump sum items per Section 00290.80 of the Standard Specifications. Payment shall be per Section 00290.90 as modified in the Special Provisions. Payment includes furnishing all materials, equipment, labor, and incidentals necessary to complete the work as specified. Payment includes providing and updating the work containment plan and for designing, construction, maintaining, and removing the containment system. BID ITEM NO. 10 CONSTRUCTION SURVEY WORK Comply with Section 00305 of the Standard Specifications and as modified in the Special Provisions. No measurement of quantities will be made for this item per Section 00305.80 of the Special Provisions. Payment shall be on the lump sum (LS) basis per Section 00305.90 of the Special Provisions. Payment will be payment in full for furnishing all material, equipment, labor, and incidentals necessary to complete the work as specified. No separate or additional payment will be made for any temporary protection and direction of traffic measures including flaggers and signing necessary for the performance of the construction survey work. No separate or additional payment will be made for preparing surveying documents including but not limited to office time,preparing and checking survey notes,and all other related preparation work. Costs incurred caused by survey errors will be at no additional cost to the Agency. Repair any damage to the Work caused by Contractor's survey errors at no additional cost to the Agency. The Engineer may make an equitable adjustment,which may decrease the Contract Amount,if the required survey work is not performed. BID ITEM NO. 11 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Comply with Section 00310 of the Standard Specifications. Payment for this item shall be on a lump sum (LS) basis and represents full payment for all labor and materials for the removal of all structures and obstructions required including disposal of all materials.Payment will include 13 1 P -i c but is not limited to the removal of any unexpected objects or materials not specifically called out on the plans or listed in contract documents. BID ITEM NO. 12 CLEARING AND GRUBBING Comply with Section 00320 of the Standard Specifications and as modified in the Special Provisions. Measurement for this item shall be on the area basis per Section 00320.80 of the Standard Specifications. Measurement will be the ground surface,limited to the areas shown or directed. Payment shall be per Section 00320.90 of the Standard Specifications and as modified in the Special Provisions. Payment includes furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for work zone fencing. BID ITEM NO. 13 MITIGATION EXCAVATION Comply with Section 00330 of the Standard Specifications and as modified in the Special Provisions. Measurement for this item shall be on the excavation basis as outlined in Section 00330.81 in the Standard Specifications. The material will be measured in their original positions before excavation. Measurement will be limited to the lines,grades,and slopes as established. Payment shall be per Sections 00330.92 and 00330.93 of the Standard Specifications and as modified in the Special Provisions. Payment includes excavating, selecting, handling, hauling, placing, and compacting the materials as specified. BID ITEM NO. 14 EMBANKMENT IN PLACE Comply with Section 00330 of the Standard Specifications and as modified in the Special Provisions. Measurement for this item shall be on the embankment basis as outlined in Section 00330.82 in the Standard Specifications.The material will be measured in their final embankment position. Measurement will be limited to the lines,grades, and slopes of the original ground contours established before the Contractor begins any work on the Project. Payment shall be per Section 00330.94 of the Standard Specifications and as modified in the Special Provisions. Payment includes excavating, selecting,handling,hauling,placing,and compacting the material as specified. BID ITEM NO. 15 18 INCH SUBGRADE STABILIZATION Comply with Section 00331 of the Standard Specifications. Measurement for this item shall be on the area basis as outlined in Section 00331.80 in the Standard Specifications. The surface area will be determined by horizontal measurements. Payment shall be per Section 00331.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for famishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for excavation, geosynthetic, stone embankment or aggregate backfill material,or water. 14 1 1' a 't" c BID ITEM NO. 16 LOOSE RIPRAP, CLASS 100 Comply with Section 00390 of the Standard Specifications. Measurement for this item shall be on the volume basis as outlined in Section 00390.80(c) in the Standard Specifications. Payment shall be per Section 00390.90 of the Standard Specifications. Payment will be payment in full for f rnishing and placing all materials,and for fiimishing all equipment,labor,and incidentals necessary to complete the work as specified. BID ITEM NO. 17 4 INCH DRAIN PIPE Comply with Section 00430 of the Standard Specifications. Measurement for this item shall be on a linear foot basis as outlined in Section 00430.80 in the Standard Specifications. Pipes shall be measured,with no deduction for fittings and special sections, along the pipe flow line from end to end of pipe. Payment shall be per Section 00430.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for trench excavation,backfill,special filter material, or granular drain backfill material or for fittings and special pipe sections. BID ITEM NO. 18 12 INCH CULVERT PIPE Comply with Section 00445 of the Standard Specifications. Measurement for this item shall be on a length and depth basis as outlined in Section 00445.80(a)in the Standard Specifications. The length of pipes shall be measured, with no deduction for fittings and special sections, along the pipe flow line from end to end of pipe. The depth in embankment areas will be the maximum measured vertical distance between the pipe flow line and the surface of the constructed embankment as determined in Section 00330.42(c-6). Payment shall be per Section 00445.91 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for trench excavation, bedding, pipe zone material, and trench backfill. BID ITEM NO. 19 ADJUSTING BOXES Comply with Section 00490 of the Standard Specifications. Measurement for this item shall be on a unit basis as outlined in Section 00490.80 in the Standard Specifications. Payment shall be per Section 00490.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. 15 1 11 C. No separate or additional payment will be made for earthwork, backfill, protective coatings, replacement of manhole or similar structure backfill,base drains, aggregate bases,pavements,or connections. BID ITEM NO.20 MINOR ADJUSTMENT OF MANHOLES Comply with Section 00490 of the Standard Specifications. Measurement for this item shall be on a unit basis as outlined in Section 00490.80 in the Standard Specifications. Payment shall be per Section 00490.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for earthwork, backfill, protective coatings, replacement of manhole or similar structure backfill,base drains, aggregate bases,pavements,or connections. BID ITEM NO. 21 STRUCTURE EXCAVATION Comply with Section 00510 of the Standard Specifications. Measurement for this item shall be on a volume basis as outlined in Section 00510.80(c-2) in the Standard Specifications. Quantity limits will be from the bottom limit described in 00510.80(6-2-a) to the new lower limits of the excavation for the footing or base of the structure, including bedding, if any, established by the Engineer. The horizontal limits will be vertical extensions of the quantity limits established according to 00510.80(b-2-c). Payment shall be per Section 00510.90(c-2) of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No spate or additional payment will be made for removing material forced up between foundation piles during driving or of material used in backfilling around piles, should subsidence occur during driving; bedding; excavations made below the elevations established for the bottoms of the footings or bases including bedding for any other unauthorized excavations. BID ITEM NO. 22 GRANULAR STRUCTURE BACKFILL Comply with Section 00510 of the Standard Specifications and as modified in the Special Provisions. No measurement of quantities for this will be made as outlined in Section 00510.80(d) in the Special Provisions. The estimated quantity of granular wall backfill or granular structure backfill is given in Section 00510.80(d) in the Special Provisions. Payment shall be on a Lump Sum (LS) basis per Section 00510.90(d) as modified in the Special Provisions. No separate or additional payment will be made for removing material forced up between foundation piles during driving or of material used in backfilling around piles, should subsidence occur during driving; bedding; excavations made below the elevations established for the bottoms of the footings or bases including bedding for any other unauthorized excavations. 16111 c BID ITEM NO. 23 FURNISH PILE DRIVING EQUIPMENT Comply with Section 00520 of the Standard Specifications. No measurement of quantities for this work will be made as outlined in Section 00520.80(a) in the Standard Specifications. Payment shall be on a lump sum (LS) basis per Section 00520.90 in the Standard Specifications, including: fan-fishing all materials, equipment, and labor necessary for transporting, erecting, maintaining, replacing any ordered equipment, dismantling and removing the entire pile driving equipment; resubmittal of wave equation analysis data if original data is rejected;replacing previously approved hammers if hammer operates improperly; and all considerations when selecting the pile hammer size. Partial payments for this work will be made as follows: When equipment for driving piles is furnished and is satisfactorily driving piles____________________________________________ 75% When driving piles is complete and equipment has been removed from site_________________________________________________ 25% BID ITEM NO. 24 FURNISH PP 12-3/4 X 0.375 STEEL PILES Comply with Section 00520 of the Standard Specifications. Measurement for this item shall be on a length basis as outlined in Section 00520.80(b-1) in the Standard Specifications. Steel piles will be the length of each pile remaining in the completed work, from the pile tip to the cutoff plane. Payment shall per Section 00520.90 of the Standard Specifications.Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. BID ITEM NO.25 DRIVE PP 12-3/4 X 0.375 STEEL PILES Comply with Section 00520 of the Standard Specifications and as modified in the Special Provisions. Measurement for this item shall be on a unit basis as outlined in Section 00520.80(c)in the Standard Specifications. Driving test piles includes test piles remaining in the completed work. Payment shall per Section 00520.90 of the Standard Specifications and as modified in the Special Provisions. Payment includes cutting off piles, treating and capping pile heads, attaching anchor brackets, lugs or other attachments, finishing concrete piles,and supporting efforts for the Agency-performed dynamic pile load testing (PDA). Payment includes all expenses involved in driving piles which have not attained the required bearing resistance and are required to stand for a "set period". Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified. No separate or additional payment will be made for work needed to drive piles to minimum tip elevation as shown or specified. 17 1 Parc BID ITEM NO. 26 PP 12-3/4 X 0.375 STEEL PILE SPLICES Comply with Section 00520 of the Standard Specifications. No measurement for this item shall be made for splices within the estimated lengths listed in 00520.11 of the Special Provisions as outlined in Section 00520.80(f-1) of the Standard Specifications. Payment shall per Section 00520.90 of the Standard Specifications. Payment includes steel pile splices required to increase pile length beyond the estimated length listed in 00520.11 of the Special Provisions. No payment will be made for splices to steel piles that are within the estimated lengths listed in 00520.11 of the Special Provisions. BID ITEM NO.27 REINFORCEMENT Comply with Section 00530 of the Standard Specifications and as modified in the Special Provisions. Measurement for this item shall be on a weight basis as outlined in Section 00530.80(b) in the Standard Specifications. Payment shall per Section 00530.90 of the Standard Specifications. Payment includes fabricating and placing uncoated reinforcement as specified.Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for clips,wire,separators,wire chairs,and other material used in fastening the reinforcement in place. BID ITEM NO. 28 GENERAL STRUCTURAL CONCRETE, CLASS 3300 Comply with Section 00540 of the Standard Specifications. Measurement for this item shall be on a volume basis as outlined in Section 00540.80(a-2) in the Standard Specifications. No deductions will be made for the volume of pile heads, metal reinforcement, scoring, chamfer strips or structural steel embedded in the concrete. Payment shall be per Section 00540.90 of the Standard Specifications. Payment includes columns, crossbeams, diaphragms,wingwalls,backwalls,abutments,and all elements that are not otherwise designated.Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified. No separate or additional payment will be made for: surface finish, fogging, curing, joint filler, admixtures and other similar items, and for all other items required to complete the concrete work;pordand cement and fly ash used in excess of the minimum specified;extra concrete required to fill footings cast directly against rock or soil or where forms are omitted; and additional concrete placed in deck buildups on top of beams to achieve the desired deck elevations. BID ITEM NO. 29 DECK CONCRETE, CLASS HPC4500,WITH FIBER REINFORCING Comply with Section 00540 of the Standard Specifications. Measurement for this item shall be on a volume basis as outlined in Section 00540.80(a-2) in the Standard Specifications. No deductions will be made for the volume of pile heads, metal reinforcement, scoring,chamfer strips or structural steel embedded in the concrete. 18 1 Pa �� c Payment shall be per Section 00540.90 of the Standard Specifications.Payment includes bridge decks and all other elements so designated.Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor, and incidentals necessary to complete the work as specified. No separate or additional payment will be made for: surface finish, fogging, curing, joint filler, admixtures and other similar items, and for all other items required to complete the concrete work;Portland cement and fly ash used in excess of the minimum specified;extra concrete required to fill footings cast directly against rock or soil or where forms are omitted; and additional concrete placed in deck buildups on top of beams to achieve the desired deck elevations. BID ITEM NO. 30 AGENCY-FURNISHED PREFABRICATED STEEL BRIDGE Comply with Section 00561 included in this project by Special Provision. No measurement of quantities for this work will be made as outlined in Section 00561.80 in the Special Provisions. Payment shall be on a lump sum (LS) basis per Section 00561.90 of the Special Provisions. Payment will be full compensation for offloading,on-site storage,and erection of the bridge;including truss,stay-in-place deck form, bridge rails, shear connectors, anchor bolts, bearing devices; and all materials, equipment, labor and incidentals required to perform the work. BID ITEM NO.31 RETAINING WALL, CAST-IN-PLACE CONCRETE RIGID GRAVITY Comply with Section 00596 included in this project by Special Provision. No measurement of quantities for this work will be made as outlined in Section 00596.80 in the Special Provisions. Payment shall be on a lump sum (LS) basis per Section 00596.90 of the Special Provisions. Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified. No separate or additional payment will be made for: excavation,shoring,and specified backfill;wall drainage and filter systems;concrete and reinforcement for concrete;or architectural treatment. BID ITEM NO.32 AGGREGATE BASE Comply with Section 00640 of the Standard Specifications. Measurement for this item shall be on a weight basis as outlined in Section 00640.80 in the Standard Specifications. Payment shall be per Section 00640.90 of the Standard Specifications. Payment will be payment in full for fimiishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for water used to obtain proper compaction and in the care of the work. BID ITEM NO. 33 LEVEL 2, 1/2 INCH ACP MIXTURE Comply with Section 00744 of the Standard Specifications. 19 1 Pa ;; c Measurement for this item shall be on a weight basis as outlined in Section 00744.80 in the Standard Specifications.No deductions will be made for asphalt cement,mineral filler,lime,anti-strip,or any other additive used in the mixture. Payment shall be per Section 00744.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for: asphalt cement, mineral filler, lime, and anti-stripping or other additives;or sawing,cleaning,and filling joints on bridge deck overlays. BID ITEM NO.34 EXTRA FOR ASPHALT APPROACHES Comply with Section 00749 of the Standard Specifications. Measurement for this item shall be on a unit basis as outlined in Sections 00749.80 and 00749.81 in the Standard Specifications. Measurement will be the actual count of each location where the structure is constructed. Payment shall be per Sections 00749.90 and 00749.91 of the Standard Specifications.Payment will be payment in full for all extra or additional costs involved in placing asphalt concrete in the respective structures as specified. These costs are in addition to those which are included in the payment made for the asphalt concrete incorporated into the structures. BID ITEM NO. 35 REMOVABLE BOLLARDS Comply with Section 00815 of the Standard Specifications. Measurement for this item shall be on a unit basis as outlined in Section 00815.80 in the Standard Specifications. Payment shall be per Section 00815.90 of the Standard Specifications. Payment will be payment in full for fiunishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for excavation work. BID ITEM NO.36 PERMANENT SURFACE MOUNTED TUBULAR MARKERS Comply with Section 00856 of the Standard Specifications. Measurement for this item shall be on a unit basis as outlined in Section 00856.80 in the Standard Specifications. Payment shall be per Section 00856.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. BID ITEM NO.37 WEED CONTROL Comply with Section 01030 of the Standard Specifications. Measurement for this item shall be on an area basis as outlined in Section 01030.80 in the Standard Specifications. 20 Pngc Payment shall be per Section 01030.90 of the Standard Specifications. Payment includes all work associated with the Weed Control Work Plan. Payment will be payment in full for fin-nishing and placing all materials, and for fiunishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for inspections or maintenance. BID ITEM NO.38 SEEDING MOBILIZATION Comply with Section 01030 of the Standard Specifications. Measurement for this item shall be on a unit basis as outlined in Section 01030.80 in the Standard Specifications. Payment shall be per Section 01030.90 of the Standard Specifications. Payment includes all labor and transportation of materials and equipment,each time the Contractor mobilizes as required for all hydraulically or airborne applied seeding, fertilizing,and mulching. Payment will be payment in full for fiimishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. BID ITEM NO.39 NATIVE PLANT SEEDING, CWS NATIVE WET AREA MIX Comply with Section 01030 of the Standard Specifications. Measurement for this item shall be on an area basis as outlined in Section 01030.80 in the Standard Specifications. Payment shall be per Section 01030.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for: mobilization for application by blowers, mechanical spreaders, or hand spreading;or inspections or maintenance. Partial payments for permanent seeding,regardless of type,will be made as follows: Atcompletion of seeding-------------------------------------------------------------------------------------------------------------------------------70% At completion of seeding establishment period-------------------------------------------------------------------------------------- ------ 30% BID ITEM NO. 40 NATIVE PLANT SEEDING,NATIVE UPLAND MIX Comply with Section 01030 of the Standard Specifications. Measurement for this item shall be on an area basis as outlined in Section 01030.80 in the Standard Specifications. Payment shall be per Section 01030.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for: mobilization for application by blowers, mechanical spreaders,or hand spreading;or inspections or maintenance. Partial payments for permanent seeding,regardless of type,will be made as follows: Atcompletion of seeding----------------------------------------------------------------------------------------------------------------------------- 70% 21 1 l' ,1 c At completion of seeding establishment period-----------------------------------------------------------------------------------------------30% BID ITEM NO. 41 LAWN SEEDING Comply with Section 01030 of the Standard Specifications. Measurement for this item shall be on an area basis as outlined in Section 01030.80 in the Standard Specifications. Payment shall be per Section 01030.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for: mobilization for application by blowers, mechanical spreaders, or hand spreading;or inspections or maintenance. Partial payments for permanent seeding,regardless of type,will be made as follows: At completion of seeding 70% At completion of seeding establishment period-----------------------------------------------------------------------------------------------30% BID ITEM NO. 42 MULCHING Comply with Section 01030 of the Standard Specifications. Measurement for this item shall be on an area basis as outlined in Section 01030.80 in the Standard Specifications. Payment shall be per Section 01030.90 of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for: mobilization for application by blowers, mechanical spreaders, or hand spreading;or inspections or maintenance. BID ITEM NO.43 BOULDERS Comply with Section 01040 of the Standard Specifications. Measurement for this item shall be on a unit basis as outlined in Section 01040.80(8) of the Standard Specifications. Payment shall be per Section 01040.90(8) of the Standard Specifications. Payment will be payment in full for famishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. BID ITEM NO. 44 CL-4R CHAIN LINK FENCE Comply with Section 01050 of the Standard Specifications. 22Pa c Measurement for this item shall be on a length basis as outlined in Section 01050.80(c) in the Standard Specifications. Measurement will be from center to center of posts, measured along the line and grade of each separate continuous run of fence as constructed. Payment shall be per Section 01050.90(b) of the Standard Specifications. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor,and incidentals necessary to complete the work as specified. 23 hagc N I°I'ActimENT C-ACKNOWLEDGMENT OF ADDENDA CITY OF TIGARD TIEDENIAN REALIGNMENT OF FANNO CREEK GREEN x AY TRAIL SITE WORK AND INSTALI.AHON OF AN OWNER PROVIDED PEDESTRIAN BRIDGE I/\VF.HAVE' RECIENED T IE FOLLOV ING ADDENDA: It none rece v d write `None Deceived„ 1. Addenda 1 3. 2. =4. June 06, 2018 Date Signature(-I '•oposer Presiden Title Legacy Contracting Inc Corporate Name 24 A'I'1'ACHMENT D—BID CERTIFICA'T'ION CTT,OF TIGARD TIEDEMAN RENLIGNMENT OF PANNO CREED GREENWAY TRAIL SITE.WORK AND INSTALLATION 01--'AN OWNER PROVIDED PEDESTRIAN BRIDGE Non-discrimitiation Clause The Bidder agrees not to discriminate against any- client,employee or applicant for employment or for services, because of race, color, religion, sex, national origin, handicap or age v ith regard to, but not lin-tited to, the following: employment upgrading, demotion or transfer; recruitment or rea:rritment advertising; layoffs or termination;rates of pay or other forms of compensation;selection for training;rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order or Bidder from the City, unless a satisfactory shoring is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. ;Agreed by: Jeff Howell President I'irm Name: Legacy Contracting Inc Address: 41850 Kingston Jordan RD PO Box"I" Stayton, O 38 Officer's signature: Type or print officer's name: Jeff Howell 25 P s i ATTACHMENT E—FIRST TIER SUBCONTRACTOR DISCLOSURE FORM CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREEN\x AY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE BID#: CIP 2017-92051 CLOSING:Date:_june 6,2018 Time: 2:00 Pin This form must be submitted at the location specified in the Advertisement for Bids on the advertised Bid closing date and-within two worbig hours after the advertised Bid closing time. ].,list below the name of each subcontractor that will be furnishing labor or will be furnishing labor and materials and that's required to be disclosed,the categotj,ofworl:that the subcontractor��711 be perfouYning and the dollar value of the subcontract. Enter "NONE" if there are no subcontractors that need to be disclosed. (A'1-Ti\CII -1 )I-)T'1'1ON! A1,STIF?FTS TF NEFI-)F.D). NAM n DOLLAR VALUE CATEGORY OF WORK Kea SIL PC A C 1) CDr.t� �k �,� �o�, S 1� 2 . 60 i l�t� . ►+ Ah de1-s6h �r`OS. 01, 2) (.oatrol enc, s tiL, �1LtL . Do 3) S 4) S Failure to submit this form by the disclosure deadline will result in a nonresponsive Bid. A nonresponsive Bid will not be considered for award. Force submitted by (Bidder name): Legacy Contracting Inc Contact name: Jeff Howell Phone#: 503-749-1818 26 1 1' .< <� ATTACHMENT F—BID BOND CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE \X-e, Legacy Contracting,Inc. ,as"Principal," (Name of Principal) and Travelers Casualty and Surety Conpany of America _an Connecticut Corporation, (Name of Surety) authorized to transact Surety business in the State of Oregon, as "Surety," hereby joindy and severally bind ourselves, our respective heirs, executors,administrators, successors, and assigns to pay unto the City of Tigard ("Obligee")the sum of --Ten Percent of Total Amount Bid-- and 00 /100 Dollars WHEREAS, the condition of the obligation of this bond is the Principal has submitted a Bid to the Obligee in response to Obligee's solicitation for the project identified as (Tiedeman Realignment of Fanno Creek Greenway Trail,Site`Fork and Installation of an Owner Provided Pedestrian Bridge),which Bid is made a part of this bond by reference,and Principal is required to furnish Bid security in an amount equal to ten percent(10`io)of the total amount of the Bid pursuant to the solicitation document. NOW,THEREFORE, if the Bid submitted by Principal is accepted,and if a Contract pursuant to the Bid is awarded to Principal,and if Principal enters into and executes such Contract within the time specified in the said documents and delivers to Obligee its good and sufficient Performance Bond and Payment Bond required by Obligee x-7thin the time fixed by Obligee,then this obligadon shall be void;otherwise,it shall remain in full force and effect. IN WITNESS WHEREOF,we have caused this instrument to be executed and sealed by our duly authorized legal representatives tllis 4th day of June 2018 PRINCIP Legacy Co)ltiActing Inc. SURETY:Travelers Casualty and Surety Company of America Bv: BY ATTORNEY-IN-FACT na VV�,L �TeS� 4 Ty Moffett Printed Name&Title Printed Name Attest: �491a Lure 1605 Liberty Street SE Address Salem OR 97302 Cita- State zip 27 Travelers Casualty and Surety Company of America iA► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Ty Moffett,of Salem,Oregon,their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. KMOM cow VP G' w Com. Uft J >} ADr b1 *� State of Connecticut "' ✓ ,.rl By: `✓' w��`ter City of Hartford ss. Robert L.Raney,Se for Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. a My Commission expires the 30th day of June,2021 # *gyp * Mane C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 4th day of lune 2018 ��1Yf fly =Jpt2Y ANAL �rt COWLCONN. Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Pad and the details of the bond to which the power is attached. ATTACHMENT G—PUBLIC IMPROVEMENT CONTRACT PWR COVERED PROJECT CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE THIS CONTRACT,made and entered into this 7`''day of August, 2018,by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City" and Legacy Contracting Inc hereinafter called"Contractor",duty authorized to perform such services in Oregon. RECITALS WHEREAS, the City requires services which Contractor is capable of providing, under terms and conditions hereinafter described;and WHEREAS, time is of the essence in this contract and all work under this contract shall be completed within the time period stated in the Contract Documents; THEREFORE, in consideration of the promises and covenants contained herein, the parties hereby agree as follows: TERMS OF AGREEMENT 1. Services Contractor's services under this Agreement shall consist of the following: A. Mobilization,Traffic control,Erosion and sediment control. B. Clearing and grubbing,Removal of structures and obstructions. C. Excavation and Embankment D. Installation of concrete retaining wall. E. Installation of Owner provided bridge F. Installation of concrete footings and driven steel piles. G. Asphalt trail paving H. Landscape Seeding 1. Performance of extra work as called for by the specifications and plans. 2. Contract Documents The Contractor is hereby bound to comply with all requirements of the Contract Documents prepared by the City and performance pertaining to this Agreement,in the City of Tigard,Oregon,and by this reference made a part hereof to the same legal force and effect as if set forth herein in full. 3. Compensation A. City agrees to pay Contractor Four Hundred Nineteen Thousand Eight Hundred Forty and 25/100 Dollars ($419,840.25) 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. Eaft Termination A. This Agreement may be terminated without cause prior to the expiration of the agreed upon term by mutual written consent of the parties and for the following reasons: 1) If work under the Contract is suspended by an order of a public agency for any reason considered to be in the public interest other than by a labor dispute or by reason of any third party judicial proceeding relating to the work other than a suit or action filed in regard to a labor dispute;or 2) If the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the Contract. B. Payment of Contractor shall be as provided by ORS 279C.660 and shall be prorated to and include the day of termination and shall be in full satisfaction of all claims by Contractor against City under this Agreement. C. Termination under any provision of this paragraph shall not affect any right, obligation,or liability of Contractor or City which accrued prior to such termination. 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 tern7ination 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 Nvithin 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 thus 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 all risks arising directly or indirectly out of Contractor's activities or work hereunder,including the operations of its Subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance: Contractor shall obtain, at contractor's expense, and keep in effect during the term of this Contract,Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an"occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this Contract. The following insurance will be carried: Coverage Limit General Aggregate $3,000,000 Products-Completed Operations Aggregate $2,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage (Any one fire) $50,000 B. Commercial Automobile Insurance: Contractor shall also obtain, at Contractor's expense, and keep in effect during the term of the Contract, "Symbol 1" Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than$2,000,000. C. Workers'Compensation Insurance: The Contractor,its Subcontractors,if any,and all employers providing work, labor or materials under this Contract are subject employers under the Oregon Workers'Compensation Law and shall comply with ORS 656.017,which requrires 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 Ilability Insurance with coverage limits of not less than$1,000,000 each accident. D. Additional Insured Provision: The Citv 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 ANI Best Rating "A" with a financial strength of VII or better. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. F. Certificates of Insurance: A copy of each insurance policy,certified as a true copy by an authorized representative of the issuing insurance company, or at the discretion of City, in lieu thereof, a certificate in form satisfactory to City certifying to the issuance of all such insurance provisions of this Contract shall be forwarded to: City of Tigard Attn: Office of Contracts and Purchasing 13125 SW Hall Blvd Tigard,Oregon 97223 Such policies or certificates must be delivered prior to commencement of the work and no Contract shall be effected until the required certificates have been received and approved by the City. Ten days cancellation notice shall be provided City by certified mail to the name at the address listed above in event of cancellation or non-renewal of the insurance. A renewal certificate will be sent to the above address 10 days prior to coverage expiration. The procuring of such required insurance shall not be construed to limit Contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage,injury,or loss connected with this Contract. G. Primary Coverage Clarification: All parties to this contract hereby agree that the contractor's coverage will be primary in the event of a loss. H. Cross-Liability Clause: A cross-liability clause or separation of insureds clause will be included in all general liability,and pollution policies required by this Contract. 12. Method and Place of Giving Notice, Submitting Bills and Making Payments All notices,bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices,bills and payments sent by mail should be addressed as follows: CITY OF TIGARD LEGACY CONTRACTING INC Attn: Cada Staedter,Project Manager Attn: Jeff Howell Address: 13125 S\X'Hall Blvd, Address: 41850 Kingston Jordan Rd Tigard OR 97223 Stay ton OR 97383 Phone: (503) 718-2788 Phone: 503-749-1818 Email: carlaatigard-or.gov Email: bids2legacycontracti29inc.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 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. 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 this Agreement. Contractor, by the signature of its authorized representative, hereby acknowledges that he has read this Agreement, understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF,City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. Approved by Tigard's Local Contract Review Board at their july 24,2018_business meeting. CITY OF TIGARD LEGAClccw.T CTIrC Signature Signatur, Date Date ATTACHMENT H—PERFORMANCE BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE Bond Number: 106933332 Project Name: Tiedeman Realignment of the Fanno Creek Greenway Trail,Site Work and Installation of an Owner Provided Pedestrian Bridge Travelers Casualty and Surety Company of America (Surety#1) Bond Amount No. 1: $ 419,840.25 N/A (Surety#2)* Bond Amount No. 2:* $ 0.00 *fusing multole sureties Total Penal Sum of Bond: $ 419,840.25 We Legacy Contracting,Inc. as Principal,and the above identified Surety(ies), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves, our respective heirs, executors,administrators, successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of (total Penal Sum of Bond) --Four Hundred Nineteen Thousand Eight Hundred Forty Dollars&25/00-- (Provided, that we the Sureties bind ourselves in such sum "Jointly and severally" as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us,and for all other purposed each Surety binds itself,jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety),and WHEREAS, the Principal has entered into a Contract with the City of Tigard,the plans, specifications, terms, and conditions of which are contained in the above-referenced project solicitation; WHEREAS, the terms and conditions of the Contract, together with applicable plans, standard specifications, special provisions,schedule of performance,and schedule of Contract Prices,are made a part of this Performance Bond by reference,whether or not attached to the Contract(all hereafter called"Contract");and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms, conditions, requirements, plans, and specifications, and all authorized modifications of the Contract which increase the amount of the work, the amount of the Contract, or constitute an authorized extension of the time for performance,notice of any such modifications hereby being waived by the Surety: NOW,THEREFORE,THE CONDITION OF THIS BOND IS SUCH that if the Principal herein shall faithfully and truly observe and comply with the terms of the Contract and performs the Contract within the time prescribed by the Contract,then this obligation is null and void;otherwise it shall remain in full force and effect. If the Contractor is declared by City to be in default under the Contract, the surety shall promptly remedy the default, perform all of Contractor's obligations under the Contract in accordance with its terms and conditions and pay to City all damages that are due under the Contract. This obligation jointly and severally binds the Contractor and surety and their respected heirs,executors, administrators,and successors. Nonpayment of the bond premium shall not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. Said surety for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract, or the Work to be performed thereunder, or the specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change,extension of time,alteration,or addition to the terms of the Contract or to the Work or to the specifications. This Performance Bond shall also guarantee the subject project against defects in materials or workmanship for a period of one(1) year from the date of written Substantial Completion acceptance of the subject project by the City of Tigard. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this 9th day of August , 2018 PRINCIPAL: I,Fgacf Contract' Inc. By: 1A (� Signature P. U�S21� �r�blC Printed Name&Title Attest SURETY: Travelers Casualty and Surety Company of America (Add signatures for each surety if using multiple bonds) BY ATTORNEY-IN-FACT: (Posner--of-Attorney must accompany each surety bond) Ty Moffett,Attorney-in-Fact Name </1 M�v Signa e 1605 Liberty Street SE Address Salem OR 97302 City State Zip (503)362-2711 (866)581-6327 Phone Fax ATTACHMENT I—PAYMENT BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE Bond Number: 106933332 Project Name: Tiedeman Realignment of Fanno Creek Greenway Trail,Site Work and Installation of an Owner Provided Pedestrian Bridge Travelers Casualty and Surety Company of America(Surety#1) Bond Amount No. 1: $ 419,840.25 N/A (Surety#2)* Bond Amount No. 2:* $ 0.00 *If using multole sureties Total Penal Sum of Bond: $ 419,840.25 We, Legacy Contracting,Inc. as Principal,and the above identified Surety(ies), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves, our respective heirs, executors, administrators, successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of (total Penal Sum of Bond) Four Hundred Nineteen Thousand Eight Hundred Forty Dollars&25/100 (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 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 9th day of August , 2018 PRINCIPAL: Legacy Contracting,Inc By: L19 gnature Printed Name&Title Attest: `2z�G' 6/T. -- SURETY: Travelers Casualty and Surety Company of America (Add signatures for each surety if using multiple bonds) BY ATTORNEY-IN-FACT: (Power-of Attorney must accompany each surety bond) Ty Moffett,Attorney-in-Fact Name Sign re 1605 Liberty Street SE Address Salem OR 97302 City State Zip (503)362-2711 (866)581-6327 Phone Fax Travelers Casualty and Surety Company of America AA. Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Ty Moffett,of Salem,Oregon,their true and lawful Attomey-in-Fact to sign,execute,seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. 06►N� tly �11 AMQ Maw COWL CC71l4. aD=A State of Connecticut _ = City of Hartford ss. Robert L.Raney,Se for Vice President On this the 3rd day of February,2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. a T� My Commission expires the 30th day of June,2021 # ��p t Mane C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 9th day of August , 2019 COtCf. V � 041Nti. Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-fact acrd the details of the bond to which the power is attached. ATTACHAiENT J—OREGON PREVAILING WAGE RATES CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE May be downloaded from: hqp•//www.orepon.gov/boli/WHD/PWR/Pages/Pwr state.asi2x 37 Page ATTACHMENT K-GENERAL CONDITIONS CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE GENERAL CONDITIONS FOR CONSTRUCTION FOR THE CITY OF TIGARD. TABLE CONTENTS PART 00100-GENERAL CONDITIONS SECTION 00110-ORGANIZATION,CONVENTIONS,ABBREviATIONS,AND DEFINITIONS........................................5 00110.00 ORGANIZATION OF SPECIFICATIONS 5 00110.05 CON\-TENTIONS USED THROUGHOUT THE SPECIFICATIONS INCLUDE 5 00 110.10 ABBREVIATIONS 7 00110.20 DEFINITIONS 8 SECTION 00120-BIDDING REQUIREMENTS AND PROCEDURES.................................................................................. 16 00120.01 REc EIPr OF BIDS;OPENING 16 00120.02 PREQUAI IFIC,liTION OF BIDDERS 16 00120.03 REQUEST FOR SOLICITATION DOcun-IFNf,,, 16 00120.04 PRE-BID MEETING 16 00120.10 BIDBOOKLET 16 00120.15 ExAmINATION OF WORK SITE AND SOLICITATION Docui\1FNlS; CONSIDERATIONOF CONDITIONS TO BE ENCOUNTERED 16 00120.16 MATERIAL,EQUTPIvENT,AND METHOD SUBSTITUTIONS 17 00120.17 USE OF AGENCY-OWNED LAND FOR STAGING OR STORAGE AREAS 17 00120.20 INTERPRETATION OF QUAN'T'ITIES IN BID SCHEDULE 17 00120.25 SUBSURFACE INVESTIGATIONS 18 00120.30 CHANGES TO PLANS,SPECIFICATIONS,OR QUANTITIES,BEFORE OPENING OF BIDS 18 00120.40 PREPARATION OF BIDs 18 00120.45 SUBNurr AL OF BIDs 20 00120.60 MODIFICATION OR WITHDRAWAL OF BIDS 20 00120.65 OPENING AND COMPARING BIDS 20 00120.67 BID MISTAKES 21 00120.68 LOW TIDE BIDs 21 00120.70 REJECTION OF NONRESPONSIVE BIDS 22 00120.80 RECIPROC.-AL PREFERENCE FOR OREGON RESIDENT BIDDERS 22 00120.90 DISQUALIFICATION OF BIDDERS 23 00120.91 REJECTION OF BID ON GROUNDS OF NONRESPONSIBTLITY OF BIDDER 23 SECTION 00130-AWARD AND E�,:ECUTION OF CONTRACT..........................................................................................24 00110 00 130.00 CONSIDERATION OF BIDS 24 00130.10 AWARD OF CONTRACT 24 00130.15 RIGHT To PROTEST AWARD 25 00130.20 CANCEL-vnoN OF AWARD 25 00130.30 CONTRACT BOOKLET 25 00130.40 CONTRACT SUBMITTALS 25 00130.50 EXECUTION OF CONTRACT AND BoNDs 26 00130.60 FAILURE To EXECUTE CONTRACT AND BONDS 27 00130.70 RELEASE OF BID Gu mtkNrms 27 00130.80 PROJECT Srm RESTRICTIONS 27 00130.85 TIGARD BUSINESS LICENSE 27 00130.90 NOTICE TO PROCEED 27 SECTION00140-SCOPE OF WORK....................................................................................................................................28 00140.00 PURPOSE OF CONTRACT 28 00140.10 TYPICAL SECTIONS 28 00140.20 THICKNESS 28 00140.30 AGENCY-REQUIRED CHANGES IN THE WORK 28 00140.40 DIFFERING SITE CONDITIONS 28 00140.50 ENvIRONMENIIAL POLLUTION CHANGES 29 00140.60 ExTRA WORK 29 00140.65 DISPUTED WORK 29 00140.70 COST REDucnoN PROPOSALS 29 00140.80 USE OF PUBLICLY OWNED EQUIPMENT 30 00140.90 FINAL TRmalING AND CLEANUP 30 00140.95"AS-BUILT"RECORDS 31 SECTION00150-CONTROL OF WORK...............................................................................................................................32 00150.00 AUTHOR=OF THE ENGINEER 32 00150.01 PROJECT MANAGER'S AUTHORITY AND DUTIES 32 00150.02 INSPECTOR'S AUTHORITY AND DUTIES 32 00150.10 COORDINATION OF CoNTRAcT DOCUMENTS 32 00150.15 CONSTRUCTION STAIEs,LLNEs,AND GRADES 33 00150.20 INSPECTION 33 00110 00150.25 ACCEPTABILITY OF MATERIALS AND WORK 34 00150.30 DELIVERY OF No-ncFs 34 00 150.3 5 SUBDII'TTALs 35 00150.37 EQUIPMENT LisTs AND OTHER SUBNI=AI-S 39 00150.40 COOPERATION AND SUPERINTENDENCE BY THE CONTRACTOR 39 00150.50 COOPERATION WITH UTILITIES, 40 00150.53 UTILITIES AND ExisTING IMPROVEN1ENIs 41 00150.55 COOPERATION WITH OTHER CONTRACTORS 42 00150.60 CoNsTRuc-nON EQUmNffi T RESTRICTIONS 43 00150.70 DETRIINISNTAL OPER-TIONS 43 00150.75 PROTECTION AND MAINTENANCE OF WORK DURING CONSTRUCTION 43 00150.80 RFmovAL OF UNACCEPTABLE AND UNAUTHORIZED WORK 44 00150.90 FINN.INSPECTION 44 00150.91 PosT-CONSTRUCTION REVIEW 44 00150.95 FINAL ACCEPTANCE 44 00150.96 MAINTENANCE WARRANTIES AND Gu ARANTEEs 44 00150.97 RESPONSIBILITY FOR MATERLALS AND WORKMANSHIP 45 SECTION 00160-SOURCE OF MATERLALS........................................................................................................................46 00160.00 DEFINITIONS 46 00160.01 NOTIFICATION OF SOURCE OF SUPPLY AND MATERIALS 46 00160.05 Qu ALIFIED PRODUCTS Lis T(QPL) 46 00160.10 ORDERING,PRODUCING,AND FURNISHING MATERIALS 46 00160.20 PREFERENCES FOR MATERIALS 47 00160.30 AGENcY-FURNisHED MATERIALS 47 00160.50 AGENCY-CoNTROL=LAND;LLM[TATIONs AND REQuIREMENIS 48 00160.60 CONTRACTOR-FURNISHED MATERIALS AND SOURCES 48 00160.70 REQUIREMENT-,FOR PLANT OPERATIONS 48 00160.80 REQUIREMENTS FOR SOURCES OF BORROW AND AGGREGATE 49 SECTION00165-QUALITY OF MATERIALS......................................................................................................................50 00165.00 GENERAL. 50 00165.01 REJECTED M�TERIAI s 50 00165.03 T FSTING BY AGENCY 50 00110 00 165.04 CosTs OF TESTING 50 00165.10 M.-ATERLA-s ACCEPTANCE GUIDES 50 00165.20 MAT RL-u-.S SPECIFICATIONS AND TEST METHOD REFERENCES 50 00165.30 FIELD-TESTED MATERLALS 51 00 16 5.3 5 NoNF1EI.D-TESTED MATERL S 51 00165.50 ACCEPTANCE SAMPLING AND TESTING 48 00165.70 USE OF MATFRiA S wITHOUT ACCEPTABLE MATERL S CONFORNL< NCE DocuxiENrS 52 00 16 5.7 5 STORAGE AND HANDLING OF MATERLALS 52 00165.80 MEASUREmF-Nr 52 00165.90 INCIDENTAL Basis 52 SECTION 00170-LEGAL RELATIoNs AND RESPONSIBILITIES...................................................................................... 53 00170.00 GENERAL 53 00170.01 OTHER AGENCIES AFFECTING AGENCY CONTRACTS 53 00170.02 PERMITS,LICENSES,AND TAxEs 55 00170.03 FURNISHING RIGHT-OF-WAY AND PERTs 55 00 17 0.04 PATENTS,COPYRIGHTS,AND TRADEMARKS 55 00 170.05 ASSIGNMENT OF ANTITRUST RIGHTS 56 00170.07 RECORD REQumEMENTs 56 00170.10 REQUIRED PAYMENTS BY CONTRACTORS 58 00170.20 PUBLIC WORKS BOND 59 00170.32 PROTECTION OF NAVIGABLE WATERS 59 00170.60 SAFETY,HEALTH,AND SANITATION PROVISIONS 59 00170.61 INDus TRIAL ACCIDENT PROTECTION 60 00170.62 LABOR NONDiscRrnm,4lATIoN 60 00170.63 PAYMENT FOR MEDicAL CARE 60 00170.65 MINIl\nmI WAGE AND OVERTIME RATES FOR PUBLIC WORKS PROJECTS 60 00170.70 INSURANCE 62 00170.71 INDEPENDENT CONTRACTOR STATUS 62 00170.74 EMPLOYEE DRUG TESTING PROGRAM 62 00170.75 OREGON TIAx L.Aws 62 00170.76 Subcontractors Nondiscrimination.........................................................................................................62 00110 00 170.7 8 CONFLICT OF INTEREST 62 00170.79 THIRD PARTY BENEFICIARY 62 00170.80 RESPONSIBILITY FOR Dzs NL-kGE TO WORK 63 00170.82 RESPONSIBILITY FOR D u' GE TO PROPERTY AND FACILITIES 63 00170.85 RESPONSIBII.1 TY FOR DEFECTIVE WORK 64 00170.89 PROTECTION OF UTII-.ITY,FIRE-CONTROL,AND R.=oAD PROPERTY AND SERVICES;REPAIR;ROADWAY RESTORATION 65 00170.92 FENCING,PROTECTING STOCK,AND SAFEGUARDING BXCAVATTONs 65 00170.93 TREsPAss 65 00170.94 USE OF EXPLosn7Es 66 SECTION 00180-PROSECUTION AND PROGRESS............................................................................................................67 00180.00 SCOPE 67 00180.05 ASSTGNMENr/DELEGATIoN OF CONTRACT 67 00180.06 ASSIGNMENT of FuNDs DuE UNDER THE CONTRACT 67 00180.10 REsPONSIBIl ITY FOR CONTRACT 67 00180.15 AGENCY'S RIGHT TO DO WORK AT CONTRACTOR'S EXPENSE 67 00180.20SUBCONTRACTING LLNTrAnONS 67 00180.21 SUBCONTRACTING 68 00180.22 PAYNJENTS TO SUBCONTRACTORS AND AGENTS OF THE CONTRACTOR 69 00180.30 MATERIAT.s,EQUIPMENT,AND WORK FORCE 70 00180.31 REQUIRED EQumMENT,AND METHODS 70 00180.40 LLVIITATION OF OPERATIONS 71 00180.41 PROJECT WORK SCHEDULES 71 00180.42 PRECONSTRUCTION CONFERENCE 78 00180.43 COMMENCE FENT AND PERFORMANCE OF WORK 78 00180.44 PROJECT MEETINGS 78 00180.50 CONTRACT T aiE To COMPLETE WORK 80 00180.60 NOTICE OF DET AY 81 00180.65 RIGHT-oF-WAY AND ACCESS DELAYS 81 00180.70 SUSPENSION OF WORK 82 00180.80 ADJugn mNT OF CONTRACT TrnE 82 00180.85 FAILURE To CO;NII'LETE ON Tim;LIQuiD ATED DAMAGES 84 00180.90 TERMINATION OF CONTRACT AND SUBSTITUTED PERFORXT-1NCE 84 00110 SECTION 00190-MEASUREMENT OF PAY QUANTITIES................................................................................................. 87 00190.00 SCOPE 87 00190.10 MEASUREMENT GUIDELINES 87 00190.20 CONT ACTOR TO PROVIDE VEHICLE WEIGH SCALES 88 00190.30 PLANT SCALES 90 SECTION00195-PAYMENT.................................................................................................................................................91 00195.00 SCOPE AND Lan 91 00195.10 PAYN ENr FOR CHANGES IN MATERLALS COSTS 91 00195.13 ASPHALT CEMENT MATERIAL.PRICE ESCALATION/DE-ESCALATION CLAUSE 91 00195.20 CHANGES TO PLANS OR CHARACTER OF WORK 92 00195.30 DIFFERING SITE CONDITIONS 92 00195.40 UNREASONABLE DELAY BY THE AGENCY 92 00195.50 PROGRESS PAY-NTENTS AND RETAINED AMOUNTS 93 00195.60 ADv LANCE ALLOWANCE FOR MATERIALS ON HAND 95 00195.70 PAYMENT UNDER TERMINATED CONTRACT 96 00195.80 ALLOWANCE FOR MATERLALS LEFT ON HAND 97 00195.90 Final Payment.............................................................................................................................................98 00195.95 ERROR IN FINAL QUANTITIES AND AMOUNTS 98 Section 00196-Payment for Extra Work..................................................................................................................100 00196.00 GENERAL 100 00196.10 NEGOTIATED PRICE 100 00196.20 FORCE ACCOUNT 100 SECTION 00197-PAYMENT FOR FORCE ACCOUNT WORK.........................................................................................101 00197.00 SCOPE 101 00197.01 ExrRA WORK ON FORCE ACCOUNT BASIS 101 00197.10 MATERLAI_S 101 00197.20 EQUIP:NTENT 101 00197.30 LABOR 103 00 19 7.8 0 PERCENTAGE ALLOWANCES 103 00197.90 BILLINGS 103 SECTION 00199-DIsAGREExtENTs,PROTEST AND CLAIMS...........................................................................105 00199.00 GENERAL 105 00199.10 PROCEDURE FOR RESOLVING DISAGREEMENTS 105 00110 00199.15 INApPxoPIu-�TE PROTEST OR CLAIM 105 00199.20 PROTEST PROCEDURE 105 00199.30 CL.,UTN`S PROCEDURE 106 00199.40 CL,um DECISION;REVIEW;ExHAUSTION OF ADS-IINSTRATIVE REMEDIES 109 00199.50 NIEDIATION 111 00199.60 REVIEW OF DETERmIINATION REGARDING RECORDS 111 00110 PART 00100 - GENERAL CONDITIONS Section 00110 - Organization, Conventions,Abbreviations, and Definitions 00110.00 Organization of Specifications -The Specifications are comprised of the following: A. The "General Conditions for Construction for the City of Tigard,"published by the Agency,which contain Part 00100 "General Conditions",which deal with the solicitation process and contractual relationships; B. The"2015-Oregon Standard Specifications for Construction,"which contain Parts 00200 through 03000, published by the Oregon Department of Transportation which contain the detailed "Technical Specifications"involved in prosecution of the Work, organized by subject matter;and C. The Special Provisions. In addition, throughout the Specifications: A. Each Part is divided into Sections and Subsections. B. Reference to a Section includes all applicable requirements of the Section. C. When referring to a Subsection,only the number of the Subsection is used;the word"Subsection"is implied. D. Where Section and Subsection numbers are not consecutive, the interval has been reserved for use in the Special Provisions or future expansion of the Standard Specifications. Conventions 00110.05 Conventions Used Throughout the Specifications Include: A. Grammar-The "General Conditions for Construction for the City of Tigard", part 00100 "General Conditions",is written in the indicative mood,in which the subject is expressed. The "2015 Oregon Standard Specifications for Construction", published by the Oregon Department of Transportation, which contain parts 00200 through 03000, the detailed "Technical Specifications", are generally written in the imperative mood,in which the subject is implied. Therefore,throughout Parts 00200 through 03000,and on the Plans: a. The subject,"the Contractor",is implied. b. "Shall" refers to action required of the Contractor,and is implied. c. "Will" refers to decisions or actions of the Agency and/or the Engineer. d. The following words, or words of equivalent meaning, refer to the actions of the Agency and/or the Engineer, unless otherwise stated: "allowed", "directed", "established", "permitted", "ordered", "designated", "prescribed", "required", "determined". e. The words "approved", "acceptable", "authorized", "satisfactory", "suitable", "considered", and "rejected", "denied", "disapproved", or words of equivalent meaning, mean by or to the Agency and/or the Engineer,subject in each case to Section 00150 of the General Conditions. f. The words "as shown", "shown", "as indicated", or "indicated" mean "as indicated on the Plans". g. Certain Subsections labeled"Payment" contain statements to the effect that"payment will be made at the Contract amounts for the following items" (followed by a list of items). In such cases the Agency shall pay for only those Pay Items listed in the Schedule of Items. B. Capitalization of Terms-Capitalized terms,other than titles,abbreviations,and grammatical usage,indicate that they have been given a defined meaning in the Standard Specifications. Refer to Section 00110.20 "Definitions". Defined terms will always be capitalized in Part 00100;in Parts 00200 through 03000,defined terms will generally not be capitalized,with the notable exception of"the Contractor","the Agency",and"the Engineer". C. Punctuation - In this publication the "outside method" of punctuation is employed for placement of the comma and the period with respect to quotation marks. Only punctuation that is part of the quoted matter is placed within quotation marks. 5 00110 D. References to Laws,Acts,Regulations,Rules,Ordinances,Statutes,Orders,and Permits -References are made in the text of the Specifications to"laws", acts ,"rules"."statutes","regulations","ordinances",etc. (collectively referred to for purposes of this Subsection as "Law"), and to "orders" and "permits" (issued by a governmental authority, whether local, State, or federal, and collectively referred to for purposes of this Subsection as "Permits"). Reference is also made to "applicable laws and regulations". The following conventions apply in interpreting these terms,as used in the Specifications. a. Statues and Rules—Oregon Revised Statutes (ORS) and Oregon Administrative Rules (OAR)referenced in the Specifications are accessible on line,including through the Oregon Legislative Counsel Committee web site and through the Oregon Secretary of State Archives Division web site. b. Law—In each case,unless otherwise expressly stated therein,the Law is to be understood to be the current version in effect. This also applies where a specific Law is referenced or cited,regardless of whether the text of the Law has been included in the Specifications or not,and regardless of whether the text of the Law has been summarized or paraphrased. In each case, the current version of the Law is applicable under any Contract. The reader is therefore cautioned to check the actual text of the Law to confirm that the text included ui the Specifications has not been modified or superseded. c. Permits - Orders and Permits issued by a Government agency may be modified during the course of performing the Work under a Contract. Therefore,wherever the term"Order" or"Permit"is used in the Specifications,it is intended to refer to the then-current version. That version may be embodied in a modified, superseding order or permit, or it may consist of all terms and conditions of prior orders or permits that have not been superseded,as well as the additional terms added by amendment or supplement. In certain cases,the orders and/or pemiits are identified by name in the Specifications;in other cases the terms are used in the generic sense. The reader is cautioned to check the text(s) of each order and permit identified either by name or by generic reference. d. Applicable Laws and Regulations -Where the phrase "applicable laws and regulations" appears,it is to be understood as including all applicable laws,acts,regulations,administrative rules,ordinances, statutes,and orders and permits issued by a governmental or regulatory authority. Abbreviations 00110.10 Abbreviations -Following are meanings of abbreviations used in the Standard Specifications,in the Special Provisions,on the Plans,and in other Contract Documents. Other abbreviations and meanings of abbreviations may be in the individual Sections of the Standard Specifications to which they apply,in the Special Provisions,and in OAR 731-005 and OAR 731-007. AAR - Association of American Railroads AASHTO- American Association of State Highway and Transportation Officials ABC - Associated Builders and Contractors,Inc. AC - Asphalt Concrete ACI - American Concrete Institute ACP - Asphalt Concrete Pavement ACWS - Asphalt Concrete Wearing Surface AGC - Associated General Contractors of America AIA - American Institute of Architects AISC - American Institute of Steel Construction AISI - American Iron and Steel Institute AITC - American Institute of Timber Construction ANSI - American National Standards Institute APA - Engineered Wood Association APWA - American Public Works Association AREMA - American Railway Engineering and Maintenance of Right-of-Way Association 6 00110 ASCE - American Society of Civil Engineers ASME - American Society of Mechanical Engineers ASTM - American Society for Testing and Materials ATPB - Asphalt Treated Permeable Base AWG - American Wire Gauge AWPA - American Wood Protection Association AWS - American Welding Society AWWA - American Water Works Association CAgT - Certified Aggregate Technician CAT-I - Certified Asphalt Technician I CAT-II - Certified Asphalt Technician II CBM - Certified Ballast Manufacturers CCO - Contract Change Order CCT - Concrete Control Technician CDT - Certified Density Technician CEBT - Certified Embankment and Base Technician CMDT - Certified Mixture Design Technician CPF - Composite Pay Factor CRSI - Concrete Reinforcing Steel Institute CFR - Code of Federal Regulations CS - Commercial Standard,Commodity Standards Division,U.S. Department of Commerce 131.1 - Structural Welding Code-Steel,American Welding Society,current edition D1.5 - Bridge Welding Code,American Welding Society,current edition DBE - Disadvantaged Business Enterprise DEQ - Department of Environmental Quality,State of Oregon DOGAMI-Department of Geology and Mineral Industries,State of Oregon DSL - Department of State Lands,State of Oregon EAC - Emulsified Asphalt Concrete EPA - U.S. Environmental Protection Agency ESCP - Erosion and Sediment Control Plan FHWA - Federal Highway Administration, U.S. Department of Transportation FSS - Federal Specifications and Standards, General Services Administration GSA - General Services Administration ICEA - Insulated Cable Engineers Association (formerly IPCEA) IES - Illuminating Engineering Society IMSA - International Municipal Signal Association ISO - International Standards Organization ITE - Institute of Transportation Engineers JMF - Job Mix Formula MFTP - Manual of Field Test Procedures (ODOT) MIL - Military Specifications MSC - Minor Structure Concrete MUTCD - Manual on Uniform Traffic Control Devices for Streets and Highways,FHWA,U.S. Department of Transportation NEC - National Electrical Code NEMA - National Electrical Manufacturer's Association NESC - National Electrical Safety Code 7 00110 NIST - National Institute of Standards and Technology NPDES - National Pollutant Discharge Elimination System NPS - Nominal Pipe Size (dimensionless) OAR - Oregon Administrative Rules ODA - Oregon Department of Agriculture ODOT - Oregon Department of Transportation ORS - Oregon Revised Statutes OR- - Oregon Occupational Safety and Health Division of the Department of Consumer and OSHA Business Services OSHA - Occupational Safety and Health Administration,U.S. Department of Labor PCA - Portland Cement Association PCC - Portland Cement Concrete PCI - Precast/Prestressed Concrete Institute PCP - Pollution Control Plan PF - Pay Factor of a constituent PLS - Professional Land Surveyor PMBB - Plant Mixed Bituminous Base PTI - Post-Tensioning Institute PUC - Public Utility Commission, State of Oregon QA - Quality Assurance QC - Quality Control QCT - Quality Control Technician QL - Quality Level QPL - Qualified Products List RAP - Reclaimed Asphalt Pavement REA - Rural Electrification Administration,U.S. Department of Agriculture RMA - Radio Manufacturers Association or Rubber Manufacturers Association SAE - Society of Automotive Engineers SI - International System of Units (Systeme Internationale) SRCM - Soil and Rock Classification Manual (ODOT) SSPC - Society for Protective Coatings T - Tolerances,AASHTO Test Method TM - Test Method (ODOT) TV - Target Value UBC - Uniform Building Code (as adopted by the State of Oregon) UL - Underwriters Laboratory, Inc. UPC - Uniform Plumbing Code (as adopted by the State of Oregon) USC - United States Code WAQTC - Western Alliance for Quality Transportation Construction WCLIB - West Coast Lumber Inspection Bureau WWPA - Western Wood Products Association Definitions 00110.20 Definitions - Following are definitions of words and phrases used in the Standard Specifications,in the Special Provisions, on the Plans, and in other Contract Documents. Other definitions may be in the individual Sections of the Standard Specifications to which they apply,in the Special Provisions,and in OAR 731-005 and OAR 731-007. 8 00110 Add by Special Provisions any required project-specific definitions not already in the General Conditions. Act of God or Nature-A natural phenomenon of such catastrophic proportions or intensity as would reasonably prevent performance. Addendum -A written or graphic modification,issued before the opening of Bids,which revises,adds to,or deletes information in the Solicitation Documents or previously issued Addenda. Additional Work- Increased quantities of any Pay Item,within the scope of the Contract, for which a unit price has been established. Advertisement-The public announcement (Notice to Contractors,Invitation to Bid or Advertisement for Bids) inviting Bids for Work to be performed or Materials to be furnished. Agency-The City of Tigard,a municipal corporation of the State of Oregon,county,or State agency or special district or political subdivision,as applicable,which has entered into a Contract with the Contractor. Agency-Controlled Lands -Lands owned by the Agency,or controlled by the Agency under lease or agreement,or under the jurisdiction and control of the Agency for the purposes of the Contract. Aggregate -Rock of specified quality and gradation. Attorney in Fact-An Entity appointed by another to act in its place,either for some particular purpose, or for the transaction of business in general. Award-Written notification to the Bidder that the Bidder has been awarded a Contract. Base -A Course of specified material of specified thickness placed below the Pavement. Bid-A competitive offer,binding on the Bidder and submitted in response to an invitation to bid. Bid Bond-The Surety bond for Bid guarantee. Bid Booklet-The information included in the Solicitation Documents that contain the information identified in 00120.10. Bid Closing-The date and time after which Bids,Bid modifications,and Bid withdrawals will no longer be accepted. Bid Documents -See under Solicitation Documents. Bid Opening-The date and time Bids are opened. Bid Schedule -The list of Pay Items, their units of measurement,and estimated quantities. (When a Contract is awarded, the Bid Schedule becomes the Schedule of Items.) Bid Section-The portion of the Bid Booklet containing all pages after the Bidder's checklist and before the appendix. 9 00110 Bidder-An Entity that submits a Bid in response to an invitation to bid. Bike Lane -A lane in the Traveled Way, designated by striping and Pavement markings for the preferential or exclusive use of bicyclists. Borrow-Material lying outside of planned or required Roadbed excavation used to complete Project earthwork. Boulders -Particles of rock that will not pass a 12 inch square opening. Bridge -A single or multiple span Structure,including supports, that carries motorized and non-motorized vehicles,pedestrians, or utilities on a Roadway,walk,or track over a watercourse,highway,railroad,or other feature. Buttress -A rock fill placed at the toe of a landslide or potential landslide in order to resist slide movement. Calendar Day-Any day shown on the calendar,beginning and ending at midnight. Camber-A slight arch in a surface or Structure to compensate for loading. Change Order-A written order issued by the Engineer to the Contractor modifying Work required by the Contract,or adding Work within the scope of the Contract,and,if applicable,establishing the basis of payment for the modified Work. Changed Work-Work included in a Pay Item and within the scope of the Contract that is different from that reflected in the Contract Documents. (see 00140.30) Class of Project-A designation based on a Project's funding source,i.e.,State or Federal-Aid. Class of Work-A designation referring to the type of Work in which Bidders must be pre-qualified,if prequalification is required Clay-Soil passing a No. 200 sieve that can be made to exhibit plasticity (putty-like properties)within a range of water contents. Clear Zone -Roadside border area, starting at the edge of the Traveled Way,that is available for safe use by errant vehicles. Establishing a minimum width Clear Zone implies that rigid objects and certain other hazards within the Clear Zone should be relocated outside the Clear Zone,or shielded,or remodeled to make them break away on impact or be safely traversable. Close Conformance -Where working tolerances are given on the Plans or in the Specifications,Close Conformance means compliance with those tolerances. Where working tolerances are not given,Close Conformance means compliance,in the Engineer's judgment,with reasonable and customary manufacturing and construction tolerances. Coarse Aggregate -Crushed Rock or crushed Gravel retained on a 1/4 inch sieve,with allowable undersize. Cobbles -Particles of Rock,rounded or not, that will pass a 12 inch square opening and be retained on a 3 inch sieve. 10 00110 Commercial Grade Concrete -Concrete fim fished according to Contractor proportioning,placed in minor Structures and finished as specified. Conduct Disqualification-A disqualification under ORS 279C.440. Contract-The written agreement between the Agency and the Contractor,including without limitation all Contract Documents,describing the Work to be completed and defining the rights and obligations of the Agency and the Contractor. Contract Amount (Contract Price) - Sum of the Pay Item amounts computed by multiplying the Pay Item quantities by the unit prices in the Schedule of Items. Contract Day-A day counted for purposes of charging Contract Time. Contract Documents - Solicitation Documents,Specifications, Standard and Supplemental Drawings, Contract Booklet,Change Orders,Force Account Work orders,pay documents issued by the Agency,Materials certifications,Project Work schedules, final estimate,written orders and authorizations issued by the Agency, Material source development and reclamation plans,and permits, orders and authorizations obtained by the Contractor or Agency applicable to the Project,as well as all documents incorporated by reference therein. Contract Time-The amount of time allowed to complete the Work under the Contract. Contractor-The Entity awarded the Contract according to the solicitation. Correction Period-Period from Second Notification to Final Acceptance as per subsection 00170.85(6). Course -A specified Surfacing Material placed in one or more Lifts to a specified thickness. Coverage - One Pass by a piece of Equipment over an entire designated area. Cross Section-The exact image formed by a plane cutting through an object,usually at right angles to a central axis,to determine area. Day-A Calendar Day including weekdays,weekends,and holidays,unless otherwise specified. Defective-An adjective which when modifying the word"Work"refers to work that: (1) is unsatisfactory, faulty or deficient; (2) does not conform to the Contract Documents; (3) does not meet the requirements of any inspection,test for approval referred to in the Contract Documents;or (4) has been damaged prior to Engineer's recommendation for final payment. Design Professional-The individual or entity named in the Special Provisions who designed part or all of the Project and who,by contract,has been assigned duties and responsibilities to assist Agency and Project Manager in administration of the Contract. Disqualification-The preclusion of a Person from contracting with a Contracting Agency for a period of time in accordance with OAR 137-049-0370. Durable Rock-Rock that has a slake durability index of at least 90%based on a two-cycle slake durability test, according to ASTM D 4644. In the absence of test results,the Engineer may evaluate the durability visually. 11 00110 Emulsified Asphalt-Emulsified asphalt cement. Emulsified Asphalt Concrete -A mixture of Emulsified Asphalt and graded Aggregate. Engineer- Project Manager—See Project Manager. Entity-A natural person capable of being legally bound, sole proprietorship,limited liability company, corporation,partnership,limited liability partnership,limited partnership,profit or nonprofit unincorporated association,business trust,two or more persons having a joint or common economic interest, or any other person with legal capacity to contract,or a government or governmental subdivision. Equipment-All machinery,tools,manufactured products,and fabricated items needed to complete the Contract or specified for incorporation into the Work. Establishment Period-The time specified to assure satisfactory establishment and growth of planted Materials. Existing Surfacing-Pavements, slabs, curbs,gutters,walks, driveways,and similar constructions of bricks, blocks,Portland cement concrete,bituminous treated materials,and granular surfacing materials on existing Highways. Extra Work-Work not included in the Contract,but deemed by the Engineer to be necessary to complete the Project. Field Order—A written order issued by the Engineer which requires minor changes in the Work but which may not involve a change in the Contract Amount or the Contract Times. Final Acceptance -Written confirmation by the Agency that the Project has been completed according to the Contract including all corrective work identified by the Agency during the Correction Period,with the exception of latent defects and Warranty obligations,if any,and has been accepted. Final Inspection-The inspection conducted by the Engineer to determine that the Project has been completed according to the Contract. Fine Aggregate -Crushed Rock,crushed Gravel,or Sand that passes a 1/4 inch sieve,with allowable oversize. First Notification-Written Notice to Proceed issued to the Contractor by the Engineer. Force Account Work- Items of Extra Work ordered by the Engineer that are to be paid according to Section 00197. Granular Material-Graded and selected free-draining material composed of particles of Rock, Sand,and Gravel. Gravel-Particles of Rock,rounded or not,that will pass a 3 inch sieve and be retained on a No. 4 sieve. Highway-Every road, street, thoroughfare and place,including bridges,viaducts and other structures within the boundaries of the State,open,used or intended for use by vehicular traffic. 12 00110 Incidental-A term identifying those acts, services, transactions,property,Equipment,labor,Materials,or other items for which the Agency will make no separate or additional payment. Inspector-The representative of the Engineer authorized to inspect and report on Contract performance. Leveling-Placing a variable-thickness Course of Materials to restore horizontal and vertical uniformity to existing Pavements,normally continuous throughout the Project. Lift-The compacted thickness of material placed by Equipment in a single Pass. Local Contracting Review Board—The City Council of the City of Tigard (Agency). Mandatory Source -A material source provided by the Agency from which the Contractor is required to obtain Materials. (see 00160.00(b) and 00160.40) Materials -Any natural or manmade substance specified for use in the construction of the Project or for incorporation into the Work. Median-The portion of a divided Highway separating traffic traveling in opposite directions. Milestone-A principal event or activity specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. Multiple Course Construction-Two or more Courses,exclusive of Patching or Leveling,placed over the entire Roadway width. Multi-Use Path-That portion of the Highway Right-of-Way or a separate Right-of-Way,physically separated from motor vehicle traffic and designated for use by pedestrians,bicyclists and other non-motorized users. Neat Line -Theoretical lines specified or indicated on the Plans for measurement of quantities. Nondurable Rock-Rock that has a slake durability index of less than 90%based on a two-cycle slake durability test,as tested by ASTM D 4644, or Rock that is observed to readily degrade by air,water,and mechanical influence. Notice to Contractors -The public announcement inviting Bids for Work to be performed or Materials to be provided. Notice to Proceed-Written notice authorizing the Contractor to begin performance of the Work. On-Site Work-Any Work taking place on the Project Site,including designated staging areas adjacent to the Project Site,except for installation of covered temporary signs according to Section 00225. Organic Soil-A Soil with sufficient organic content to influence the Soil properties. Panel-The width of specified Material being placed by Equipment in a single Pass. Pass - One movement of a piece of Equipment over a particular location. 13 00110 Patching-Placing a variable-thickness Course of Materials to correct sags, dips,and/or bumps to the existing grade and Cross Section,normally intermittent throughout the Project. Pavement-Asphalt concrete or Portland cement concrete placed for the use of motor vehicles,bicycles,or pedestrians on Roadways,Shoulders,Multi-Use Paths and parking areas. Pay Item (Contract Item) -A specific unit of Work for which a price is provided in the Contract. Payment Bond-The approved security furnished by the Contractor's Surety as a guaranty of the Contractor's performance of its obligation to pay promptly in full all sums due for Materials,Equipment,and labor furnished to complete the Work. Peat-A Soil composed primarily of vegetative matter in various stages of decomposition,usually with an organic odor, dark brown to black color, and a spongy consistency. Performance Bond-The approved security furnished by the Contractors Surety as a guaranty of the Contractor's performance of the Contract. Plans (Drawings) -Standard and Supplemental Drawings,and approved unstamped and reviewed and accepted stamped Shop Drawings and Deferred Submittals. (see 00150.10 and 00150.35) Project-The sum of all Work to be performed under the Contract. Project Manager—The Agency's representative assigned by the Agency to administer the Contract and who assumes the responsibilities, duties and authorities of the Project Manager (Engineer) as indicated throughout the Contract Documents. Project Site -The geographical dimensions of the real property on which the Work is to be performed, including designated contiguous staging areas. Prospective Source-A Material source provided by the Agency, from which the Contractor has the option of obtaining Materials. (see 00160.00(a) and 00160.40) Publicly-Owned Equipment-Equipment acquired by a state,county,municipality or political subdivision primarily for use in its own operations. Public Traffic -Vehicular or pedestrian movement,not associated with the Contract Work,on a public way. Railroad-Publicly or privately owned rail carriers,including passenger, freight,and commuter rail carriers, their tenants,and licensees. Also, Utilities that jointly own or use such facilities. Right-of-Way-Land,property, or property interest,usually in a strip,acquired for or devoted to transportation or other public works purposes. Roadbed-Completed excavations and embankments for the Subgrade,including ditches, side slopes,and slope rounding,if any. Roadside -The area between the outside edges of the Shoulders and the Right-of-Way boundaries. Unpaved median areas between inside Shoulders of divided Highways and infield areas of interchanges are included. 14 00110 Roadway-That portion of a Highway improved,designed,or ordinarily used for vehicular travel,exclusive of the berm or Shoulder. If a Highway includes two or more separate Roadways, the term"Roadway" refers to any such Roadway separately,but not to all such Roadways collectively. (see Traveled Way) Rock-Natural deposit of solid material composed of one or more minerals occurring in large masses or fragments. Schedule of Items -The list of Pay Items,their units of measurement,estimated quantities, and prices. Schedule of Values -The breakdown of the values of the component elements comprising a lump sum Pay Item. Second Notification-Written acknowledgment by the Engineer of Substantial Completion of a Milestone or of the Work according to 00180.50(g). Shoulder-The part of a Roadbed contiguous to the Traveled Way or Roadway,whether paved or unpaved, for accommodating stopped vehicles, for emergency use and for lateral support of Base and surface Courses. Silt- Soil passing a No. 200 sieve that is nonplastic or exhibits very low plasticity. Single Course Construction-A wearing Course only,not including patching or leveling Courses or partial width Base Course. Slope -Vertical distance to horizontal distance,unless otherwise specified. Soil-Accumulations of particles produced by the disintegration of Rock,which sometimes contains organic matter. Particles may vary in size from Clay to Boulders. Solicitation Documents -Documents which define the procurement of a public improvement Project, including,but not limited to,the Bid Booklet,Contract Booklet,Agency-provided Plans,Standard Specifications,Special Provisions,Addenda,and which includes all documents incorporated by reference. May also be called Bid Documents. Special Provisions -The special directions,provisions, and requirements specific to a Project that supplement or modify the Standard Specifications. Permits and orders governing the Project that are issued directly to the Agency by a governmental or regulatory authority are considered to be part of the Special Provisions, to the extent and under the conditions stipulated in the Special Provisions. Specifications -The Standard Specifications and Special Provisions,together with all provisions of other documents incorporated therein by reference. Standard Drawings -The Agency-prepared detailed drawings for Work or methods of construction that normally do not change from project to project. Standard Specifications—The "General Conditions for Construction for the City of Tigard" published by the Agency, and the "2015 Oregon Standard Specifications for Construction",Parts 00200 through 03000, "Technical Specifications",published by the Oregon Department of Transportation as amended by the Agency. It provides directions,provisions, and requirements necessary for performing public improvement projects. 15 00110 State -The State of Oregon. Structures -Bridges,retaining walls, endwalls,cribbing,buildings,culverts,manholes, catch basins,drop inlets, sewers, service pipes,underdrains, foundation drains,and other similar features which may be encountered in the Work. Subbase -A Course of specified material of specified thickness between the Subgrade and a Base. Subcontractor-An Entity having a direct contract with the Contractor or another Subcontractor,to perform a portion of the Work. Subgrade-The top surface of completed earthwork on which Subbase,Base,Surfacing,Pavement, or a Course of other Material is to be placed. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where,in the opinion of Engineer,the Work (or specified part thereo� is sufficiently complete,in accordance with the Contract Documents, so that the Work(or a specified part thereof) can be utilized for the purposes for which it is intended. Substructure -Those parts of a Structure which support the Superstructure,including bents,piers,abutments, and integrally built wingwalls,up to the surfaces on which bearing devices rest. Substructure also includes portions above bearing surfaces when those portions are built integrally with a Substructure unit (e.g.,backwalls of abutments). When Substructure and Superstructure elements are built integrally,the division between Substructure and Superstructure is considered to be at the bottom soffit of the longitudinal or transverse beam, whichever is lower. Culverts and rigid frames are considered to be entirely Substructure. Superstructure -Those parts of a Structure above the Substructure,including bearing devices. Supplemental Drawings -The Agency-prepared detailed drawings for Work or methods of construction that are Project specific,and are denoted by title in the Project title block. Supplier-The Entity that furnishes goods to be incorporated into the Work. Surety-The Entity that issues the bond. Surfacing-The Course or Courses of material on the Traveled Way, auxiliary lanes,Shoulders,or parking areas for vehicle use. Third Notification-Written acknowledgment by the Engineer, subject to Final Acceptance,that as of the date of the notification the Contractor has achieved Final Completion of the Project according to the Contract, including without limitation completion of all minor corrective work,Equipment and plant removal, site clean- up,and submittal of all certifications,bills, forms and documents required under the Contract. Ton- One short ton of 2,000 pounds (Ton,ton,Tn,or T). Topsoil-Soil ready for use in a planting bed. Traffic Lane -That part of the Traveled Way marked for moving a single line of vehicles. Traveled Way-That part of the Highway for moving vehicles, exclusive of berms and Shoulders. 16 00110 Typical Section-That Cross Section established by the Plans which represents in general the lines to which the Contractor shall work in the performance of the Contract. Unsuitable Material-Frozen material,or material that contains organic matter,muck,humus,peat,sticks, debris, chemicals,toxic matter,or other deleterious materials not normally suitable for use in earthwork. Utility-A line, facility,or system for producing,transmitting, or distributing communications,power, electricity,heat,gas,oil,water, steam,waste, storm water not connected with highway drainage,or any other similar commodity which directly or indirectly serves the public. The term may also mean the utility company, district, or cooperative owning and operating such facilities,including any wholly-owned or controlled subsidiary. Warranty Bond-The approved security furnished by the Contractors, Subcontractor's,Manufacturer's, Installer's or Supplier's Surety as a guaranty of performance of their respective warranty obligations. Work-The furnishing of all Materials,Equipment,labor,and Incidentals necessary to successfully complete any individual Pay Item or the entire Contract,and the discharge of duties and obligations imposed by the Contract. Work Change Directive—A written statement to Contractor issued on or after the Date of the Agreement and signed by Agency and recommended by Engineer ordering an addition,deletion,or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Amount or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect,if any,on the Contract Amount or Contract Times. Work Day-Every Calendar day excluding Saturdays,Sundays and legal holidays as listed in ORS187.010. Worker-Any person performing work under the contract,including employees of the Contractor or subcontractor,and persons having full or partial ownership of the Contractor or subcontractor. (This definition is not intended to nor does it alter the definition or meaning of the term"worker"as used in any applicable laws or regulations,including but not limited to for purposes of paying prevailing wage rates.) Working(Shop) Drawings -Supplemental Plans,not furnished by the Agency,that the Contractor is required to submit to the Engineer. (see 00150.35) Workplace Violence -Any act of physical,verbal or written aggression by an individual in or related to the work place and/or pro)ect sites. This includes,but is not limited to,verbal abuse,threats or intimidation and physical intimidation, assault or battery by a worker or former worker. Work place violence may also include destruction or abuse of property. 17 00120 Section 00120 -Bidding Requirements and Procedures 00120.01 Receipt of Bids; Opening—See Special Provisions. 00120.02 Prequalification of Bidders—See Special Provisions. 00120.03 Request for Solicitation Documents—See Special Provisions. 00120.04 Pre-Bid Meeting—See Special Provisions. 00120.10 Bid Booklet—The Bid Booklet may include,but is not limited to: A. Advertisement for Bids B. Bidder's checklist C. Bid Section D. Appendix, which includes required time-sensitive forms, DBE information, sample forms, and other informational pages The Bid Section includes all pages after the Bidder's checklist and before the appendix. The Bid Section may include,but is not limited to: A. Description and location of the proposed Project B. Time,date,and location for opening Bids C. Project completion time D. Class of Project(i.e.,Federal-Aid or State) E. Class of Work F. Bid statement G. Certificate of non-collusion H. Certificate of Nondiscrimination I. Certificate of noninvolvement in any debarment or suspension (for Federal-Aid Projects) J. Certificate regarding lobbying activities (for Federal-Aid Projects) K. Certificate of residency (for State Projects) L. Certificate of compliance with Oregon tax laws M. Bid Schedule N. Acknowledgement of Addenda O. Identification of Bidder(s) and Sureties P. Bid signature page Q. Bid Bond form R. First-tier Subcontractor Disclosure form Depending on the Class of Project,other certificates or statements may be bound within the Bid Section. Plans,Specifications,and other documents referred to in the Bid Section will be considered part of the Bid. 00120.15 Examination of Work Site and Solicitation Documents; Consideration of Conditions to be Encountered-Before submitting a Bid,Bidders shall make a careful visual examination of the site of the proposed Work,the Bid Booklet,Plans,and Specifications. Bidders shall also review any subsurface investigation material referenced in 00120.25 that may be available and conduct additional investigation of any unusual condition apparent during the visual site examination. As soon as reasonably practicable after noting any such unusual condition,Bidder shall notify Agency,in writing,of any such unusual condition and the additional investigation undertaken by Bidder. Submission of a Bid will constitute confirmation that the Bidder has examined the Project Site and finds the Plans and Specifications to be sufficiently detailed and accurate to enable Bidder to properly perform the Work,and understands the conditions to be encountered in performing the Work and all requirements of the Contract. 18 00120 The Bidder is responsible for loss or unanticipated costs suffered by the Bidder because of the Bidder's failure to fully examine the site and become fully informed about all conditions of the Work, or failure to request clarification of Plans and Specifications Bidder believes to be erroneous or incomplete. Any clarification of Plans and Specifications needed by the Bidder shall be requested in writing by e-mail through the Engineer. Notification of erroneous or incomplete Plans or Specifications shall also be submitted to the Engineer. Unless the procurement period is shorter than one week,notifications and requests for changes or clarification shall be submitted at least seven Days prior to the date of Bid Closing. The Agency will respond to each request at least 72 hours prior to the date of Bid Closing. If the Procurement period is less than seven Days,requests shall be submitted within one Day after the Procurement is issued and the Agency will issue its response to each such request at least 24 hours prior to Bid Closing. Failure to timely request clarification or changes shall be deemed acceptance of all of the terms and conditions of the Procurement. Oral explanations or interpretations given before receiving Bids for a Project will not be binding. To be binding, interpretation of the Plans and Specifications by the Agency must be made by written Addendum furnished to all Holders of Bidding Plans according to 00120.30. 00120.16 Material,Equipment, and Method Substitutions -When the Contract specifies certain Materials, Equipment,and/or Methods,the Bidder shall include those Materials,Equipment,and/or Methods in the Bid. Substitution after execution of the Contract is specified in 00180.31(b), 00180.31(c), and 00180.31(d). 00120.17 Use of Agency-Owned Land for Staging or Storage Areas -The Contractor may use Agency- owned property for staging or storage areas,subject to the following limitations: A. Within Normal Right-of-Way Limits -If approved by the Engineer, the Contractor may use available property within the normal Right-of-Way limits for the purpose of constructing improvements under the Contract as long as such use does not unduly impede other legitimate users of the Right-of-Way or adjacent properties. Where the Agency owns, or has rights to, other adjacent properties in the Project area, "normal Right-of-Way" is limited to a line drawn across that property connecting the normal Right-of-Way limits on either side of the property. B. Outside Normal Right-of-Way Limits -The Contractor may not use Agency-owned property outside of normal Right-of-Way limits for the Project without the approval of the Engineer. If a Bidder obtains approval before submitting a Bid,use of the property will be at no cost to the Contractor, or at a cost stated by the Engineer upon granting approval,as confirmed by Addendum. If approval is not obtained before submitting a Bid, and the Contractor proposes to use Agency-owned property outside the normal Right-of-Way limits,then use of the property may be approved by the Engineer, but the Contractor will be assessed fair market value,as determined by the Engineer, for use of the property. C. Restrictions on Use -Contractors shall comply with all applicable laws, ordinances, and regulations pertaining to use of Agency-owned property,and shall: 1. Not cause unreasonable impacts on traffic and other facility users. 2. Clean up all hazardous materials deposited by, or resulting from,Contractor operations. 3. Be responsible for all costs associated with use of the property. 00120.20 Interpretation of Quantities in Bid Schedule -Quantities appearing in the Bid Schedule are approximate and are provided only for comparison of Bids. The Agency does not warrant that the actual individual items,amount of Work, or quantities will correspond to those shown in the Bid Schedule. Payment to the Contractor will be made only for actual quantities of Work performed and accepted or Materials furnished and accepted,as required by the Contract. Quantities of Work to be performed and Materials to be furnished may each be increased, decreased, or omitted as provided in 00120.30 and 00140.30. 19 00120 00120.25 Subsurface Investigations - If the Agency or its consultant has conducted subsurface or geologic investigations of the proposed Project Site or contiguous to the Project Site, the results of the investigations may be included in written geotechnical data reports. If geotechnical data reports have been prepared, such reports may be included in the Solicitation Documents (see Special Provisions) and shall be considered as part of the Contract Documents to the extent that the Contractor may rely upon the accuracy of the technical data contained in such reports. If the Agency has retained subsurface samples, they will also be available for inspection. Bidders and the Contractor may make arrangements for viewing the samples through the Engineer's office. The availability of subsurface information from the Agency is solely for the convenience of the Bidder and shall not relieve the Bidder or the Contractor of any risk,duty to make examinations and investigations as required by 00120.15,or other responsibility under the Contract Documents. It is mutually agreed to by all parties that: A. The subsurface investigations made by the Agency are for the purpose of obtaining data for planning and design of the Project B. The data for individual test boring logs apply only to that particular boring and is not intended to be conclusive as to the character of any material between or around test borings. C. If Bidders use this information in preparing a Bid,it is used at their own risk,and Bidders are responsible for all conclusions, deductions,and inferences drawn from this information. D. Contractor may not rely upon or make any claim against Owner or Engineer,or any of their officers,directors, members, partners, employees, consultants, or subcontractors with respect to any Contractor interpretation of or conclusion drawn from any technical data or any such other data, interpretations, opinions, or information 00120.30 Changes to Plans, Specifications,or Quantities before Opening of Bids -The Agency reserves the right to issue Addenda making changes or corrections to the Plans,Specifications, or quantities. Only holders of Solicitation Documents obtained from the Agency's office who have been identified by the Agency as Holders of Bidding Plans will be notified of these Addenda by e-mail,or delivery service, sent to the Bidder's address as it appears in the Agency's files. The Agency may extend Bid Closing if Agency determines prospective Bidders need additional time to review and respond to Addenda. Agency will not,except to the extent required by a countervailing public interest, issue Addenda less than 72 hours before Bid Closing unless the Addendum also extends Bid Closing. Bidders shall acknowledge Addenda by submitting the"Acknowledgment of Addendum"in the Bid Booklet with their Bids. The Agency will not be responsible for failure of Bidders to receive Addenda sent as described in the preceding paragraph. Bids shall incorporate all Addenda. Bids may be rejected if opened and found by the Agency to not be based on all Addenda issued before Bid Closing. 00120.40 Preparation of Bids: A. General: 1. Bids -The Bidders shall not alter,in any manner, the documents within the Bid Section. Bidders shall complete the certifications and statements included in the Bid Section of the Bid Booklet according to the instructions. Signature of the Bidder's authorized representative thereon constitutes the Bidder's confirmation of and agreement to all certifications and statements contained in the Bid Booklet. Entries on the documents in the Bid Section shall be in black or blue ink or typed. Signatures and initials shall be in black or blue ink. The Bidder shall properly complete and bind all the documents in the Bid Section, as specified in 00120.10, between the front and back covers of the Bid Booklet, except that the Bid Bond is not required if another permissible type of Bid guaranty is provided. (see 00120.40(d)) 20 00120 B. Bid Schedule Entries: 1. Bid Schedule Entries -Using figures,Bidders shall fill in all blank spaces in the Bid Schedule. For each item in the Bid Schedule,Bidders shall enter the unit price and the product of the unit price multiplied by the quantity given. The unit price shall be greater than zero,shall contain no more than two decimal places to the right of the decimal point,and shall be expressed in U.S. dollars and cents (for example,$150.25 or$0.37). Unit prices submitted which contain more than two decimal places,will be truncated by the Agency at the second decimal place to determine the product of the unit price and quantity.No rounding will be considered or paid. Bidders Bid shall also enter the total amount of the Bid obtained by adding amounts for all items in the Bid Schedule. Corrections or changes of item entries shall be in ink,with incorrect entry lined out and correct entry entered and initialed in ink by the person signing the Bid. C. Bidder's Address and Signature Pages -Bidders shall include in the Bid the address to which all communications concerning the Bid and Contract should be sent. The Bid must be signed by a duly authorized representative of the Bidder. D. Bid Guaranty-All Bids shall be accompanied by a Bid guaranty in the amount of 10% of the total amount of the Bid. 1. Bid Guaranty-The Bid guaranty shall be either a Surety bond,irrevocable letter of credit issued by an insured institution as defined in ORS 706.008 or security in the form of a cashier's check or certified check made payable to the Agency. (see ORS 279C.365(4)) If a Surety bond is submitted,Bidders shall use the Agency's standard Bid Bond form included with the Bid Booklet or an alternative Bid Bond form acceptable to the Agency. Bidders shall submit the bond with original signatures and the Surety's seal affixed.The Bid guaranty shall be submitted by mail,delivery service, or hand delivered to the offices and addresses,and at the times given in the Bid Booklet. 1. Acceptable Surety companies are limited to those authorized to do business in the State of Oregon. 2. Forfeiture of Bid guaranties is covered by 00130.60,and return of guaranties is covered by 00130.70. E. Disclosure of First-Tier Subcontractors—If the Bidder's Bid exceeds $100,000 or without regard to the amount of a Bidder's Bid,if the Agency's cost estimate for a public improvement project as indicated in the Advertisement for Bids exceeds $100,000, the Bidder shall,within 2 working hours of the time Bids are due to be submitted, submit to the Agency,on a form provided by the Agency,a disclosure identifying any first- tier Subcontractors that will furnish labor or labor and Materials, and whose contract value is equal to or greater than: 1. 5% of the total Project Bid,but at least$15,000;or 2. $350,000,regardless of the percentage of the total Project Bid. For each Subcontractor listed,Bidders shall state: 1. The name of the Subcontractor; 2. The dollar amount of the subcontract;and 3. The category of Work that the Subcontractor would be performing. If no subcontracts subject to the above disclosure requirements are anticipated, a Bidder shall so indicate by entering "NONE" or by filling in the appropriate check box. For each Subcontractor listed, Bidders shall provide all requested information. An incomplete form will be cause for rejection of the Bid. 21 00120 The Subcontractor Disclosure Form may be submitted for a Bid either: • By filling out the Subcontractor Disclosure Form included in the Bid Booklet and submitting it together with the Bid at the time and place designated for receipt of Bids; • By removing it from the Bid Booklet, filling it out and submitting it separately to the Agency at the address given in the Bid Booklet. Subcontractor Disclosure Forms submitted by any method will be considered late if not received by the Agency within two 2 working hours of the time designated for receiving Bids. In the event that multiple Subcontractor Disclosure Forms are submitted,the last version received prior to the deadline will be considered to be the intended version. THE AGENCY MUST REJECT A BID IF THE BIDDER FAILS TO SUBMIT THE DISCLOSURE FORM WITH THIS INFORMAITON BY THE STATED DEADLINE (see OAR 137-049-0360). 00120.45 Submittal of Bids: A. Bids shall be submitted by mail,parcel delivery service,or hand delivery to the Agency,in the manner and at the times given in the Special Provisions. Submit Bids in a sealed envelope. If a delivery or courier service is used, the Bidder shall place the sealed envelope containing the Bid inside the delivery or courier service's envelope. Bids submitted after Bid Closing time will not be opened or considered. The Agency assumes no responsibility for the receipt and return of late Bids. Preparation and submission of Bids is at the sole risk and expense of the Bidder and is not a cost of Contract performance. B. All Bid material submitted by Bidder shall become the property of the Agency and is public record unless otherwise specified. A Bid that contains any information that is considered trade secret under ORS 192.501(2) should be segregated and clearly identified as such. This information will be kept confidential and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS 192. The above restrictions may not include cost or price information,which must be open to public inspection. 00120.60 Modification or Withdrawal of Bids: A. Modification-Bids once submitted may be modified in writing prior to the time and date set for Bid Closing and submitted to the place designated for receipt of Bids. Any modifications shall be prepared on the company letterhead, signed by an authorized representative, and state that the new document supersedes or modifies the prior Bid. The Bid modification shall be delivered in a sealed envelope and shall be marked as follows: BID MODIFICATION Bid Title and Closing Date and Time B. Withdrawal-Bids may be withdrawn by written notification on company letterhead signed by an authorized representative and received prior to the time and date set for Bid Closing and submitted to the place designated for receipt of Bids. Bids also may be withdrawn in person prior to the scheduled Bid Closing upon presentation of appropriate identification. Requests to withdraw Bids shall be marked as follows: 22 00120 BID WITHDRAWAL Bid Title and Closing Date and Time No Bid can be withdrawn after having been opened. 00120.65 Opening and Comparing Bids -Bids will be opened and the total price for each Bid will be read publicly at the time and place indicated in the Advertisement for Bids. Bidders and other interested parties are invited to be present. Bids for each Project will be compared on the basis of the total amount of each Bid. The total amount of the Bid will be the total sum computed from quantities listed in the Bid Schedule and unit prices entered by the Bidder. In case of conflict between the unit price and the corresponding extended amount,the unit price shall govern, and the Agency may make arithmetic corrections on extension amounts. Error(s) discovered after Bid opening cannot be corrected by the Bidder and the contractor will be required to perform work at the unit price if its Bid is accepted. 00120.67 Bid Mistakes: A. General-Under extraordinary circumstances, a Bid may be withdrawn after the deadline for submittal because of an inadvertent nonjudgmental mistake. If the mistake is attributable to an error in judgment, the Bid may not be withdrawn or corrected. Correction or withdrawal by reason of nonjudgmental mistake is permissible but only to the extent it is not contrary to the interest of the Agency or the fair treatment of other Bidders. B. Mistakes Discovered after Bid Closing but before Award-This section applies to situations where mistakes in Bids are discovered after the submission deadline but before Award. 1. Minor Informalities -Minor informalities are matters of form rather than substance that are evident from the Bid Documents, or insignificant mistakes that can be waived or corrected promptly without prejudice to other Bidders or the Agency; that is, the informality does not affect price, quantity, quality, delivery, or contractual conditions except in the case of informalities involving unit prices. Examples include,but are not limited to,the failure of a Bidder to: a) Return the number of signed Bids or number of other documents required by the Bid Documents; b) Sign the Bid Form in the designated block so long the Bid Documents evidence an intent to be bound; or c) Acknowledge receipt of an Addendum to the Bid Documents,but only if- d) fd) It is clear from the Bid that the Bidder received the Addendum and intended to be bound by its terms; or e) The Addendum involved did not affect price,quantity,quality,or delivery. C. Mistakes Where Intended Correct Bid is Evident- If the mistake and the intended correct Bid are clearly on the face of the Bid Form,or can be substantiated from accompanying documents,the Agency may accept the Bid. Examples of mistakes that may be clearly evident on the face of the Bid Form are typographical errors, errors in extending unit prices, transposition errors, and arithmetical errors. Mistakes that are clearly evident on the face of the Bid Form also may include instances in which the intended correct Bid is made clearly evident by simple arithmetic calculations. For example, a missing unit price may be established by dividing the total Bid or proposal item by the quantity of units for that item,and a missing or incorrect total Bid price for an item may be established by multiplying the unit price by the quantity when those figures are 23 00120 available on the Bid. For discrepancies between unit prices and extended prices, unit prices shall normally prevail. D. Mistakes Where Intended Correct Bid is Not Evident-The Agency may not accept a Bid in which a mistake is clearly evident on the face of the Bid Form but the intended correct Bid is not clearly evident or cannot be substantiated from accompanying documents. 00120.68 Low Tie Bids: A. Definition-Low tie Bids are low responsive Bids from responsible Bidders that are identical in price,fitness, availability and quality and which meet all the requirements and criteria set forth in the Bid Documents. B. Award: If low tie Bids are received,a preference shall be given to goods and services that have been manufactured or produced in Oregon. 1. If the bids remain tied after application, preference shall be given to the Bidder whose principal offices or headquarters are located in Oregon. 2. If the Bids remain tied after application and Subsections a,the Award shall be made by drawing lots among any tied Oregon Bidders. Such Bidders shall be given notice and an opportunity to be present when the lots are drawn. 3. If there are no Oregon Bidders after applicaion and subsections a and b,Award of the contract shall be made by drawing lots. 00120.70 Rejection of Nonresponsive Bids -A Bid will be considered irregular and will be rejected if the irregularity is deemed by the Agency to render the Bid non-responsive. Examples of irregularities include without limitation: A. The Bid Section documents provided are not properly used or contain unauthorized alterations. B. The Bid is incomplete or incorrectly completed. C. The Bid contains improper additions,deletions,alternate Bids,or conditions. D. The Bid is submitted on documents not obtained directly from the Agency,or is submitted by a Bidder who has not been identified by the Agency as a Holder of Bidding Plans,as required by 00120.05. E. The Bid or Bid modifications are not signed by a person authorized to submit Bids or modify Bids,as required by 00120.40 and F. A member of a joint venture and the joint venture submit Bids for the same Project. Both Bids may be rejected. G. The Bid has entries not typed or in ink, or has signatures or initials not in ink. H. Each change or correction is not individually initialed. L White-out tape or white-out liquid is used to correct item entries. J. The price per unit cannot be determined. K The Bid guaranty is insufficient or improper. L. The original Bid Bond form is not used or is altered. M. The Oregon Construction Contractors Board registration number and expiration date are not shown on the Bid if required in the Solicitation Document.This requirement applies to Agency and State-funded Projects, with the exception of Aggregate production and landscape Projects. (not required on Federal-Aid Projects) N. A disclosure of qualified first-tier Subcontractors, if required under 00120.40(f), is not received within 2 working hours of the time Bids are due to be submitted, or the disclosure form is not complete. O. The Bidder has not complied with the DBE requirements of the solicitation. P. The Bid does not acknowledge all issued Addenda. Q. The Bid contains entries that are not greater than zero. R. The Bid entries are not expressed in U.S. dollars and cents. S. The Agency determines that any Pay Item is significantly unbalanced to the potential detriment of the Agency 24 00120 In addition,the Agency may reject all Bids and suspend the project in the event all Bids exceed the funds the Agency has appropriated for the project or for good cause upon its finding that it is in the public interest to do so. The Agency may also waive minor informalities or irregularities. 00120.80 Reciprocal Preference for Oregon Resident Bidders -This Subsection applies only to Contracts for Projects financed without federal funds. Bidders shall complete the certificate of residency provided by the Agency in the Bid Booklet. Failure to properly complete the form will be cause to reject the Bid. As used in the certificate of residency and this Subsection, "Resident Bidder" means a Bidder who has: A. Paid unemployment taxes or income taxes in the State of Oregon during any of the 12 calendar months immediately preceding submission of the Bid; B. A business address in the State of Oregon;and C. Certified in the Bid that the Bidder qualifies as a Resident Bidder "Nonresident Bidder" means a Bidder who is not a Resident Bidder as defined above. In determining the lowest Bid,the Agency will, for the purpose of awarding the Contract,add a percentage increase to the Bid of a Nonresident Bidder equal to the percentage,if any, of the preference given to that Bidder in the state in which the Bidder resides (ORS 279A.120). The percentage preference applied in each state will be published on or before January 1 of each year by the Oregon Department of Administrative Services. The Agency may rely on these percentages without incurring liability to any Bidder (ORS 279A.120). This increase will only be applied to determine the lowest Bid,and will not cause an increase in payment to the Contractor after Award of the Contract. 00120.90 Disqualification of Bidders -The Bid(s) of a disqualified Bidder will be rejected. Any of the following reasons is sufficient to disqualify a Bidder: A. More than one Bid is submitted for the same Work by an Entity under the same or different name(s). B. Evidence of collusion among Bidders. Participants in collusion will be found not responsible, and may be subject to criminal prosecution. C. Any of the grounds for disqualification cited in ORS 279C.440. A Bidder will be disqualified if the Bidder has: A. Not been prequalified if required by 00120.02; B. Been declared ineligible by the Commissioner of the Bureau of Labor and Industries under ORS 279C.860; C. Not been registered(licensed)by the Oregon Construction Contractors Board(CCB) or been licensed by the State Landscape Contractors Board before submitting a Bid (ORS 279C.365(1)(k), ORS 701.021, ORS 701.026, and ORS 671.530). The Bidder's registration number and expiration date shall be shown in the Bid form,if requested. Failure to furnish the registration number,if requested,will render the Bid non- responsive and subject to rejection. (not required on Federal-Aid projects); or D. Been determined'by the CCB under ORS 701.227 not to be qualified to hold or participate in a public contract for a public improvement. 00120.91 Rejection of Bid on Grounds of Nonresponsibility of Bidder-The Bid of a Bidder who is found to be nonresponsible according to the criteria listed in 00130.10 or ORS 279C.375(3)will be rejected. 25 00130 Section 00130-Award and Execution of Contract 00130.00 Consideration of Bids -After opening and reading Bids,the Agency will check them for correct extensions of unit prices and totals. (see 00120.65) The total of extensions,corrected where necessary,will be used by the Agency for Award purposes. Discrepancies between words and figures will be resolved in favor of words. In selecting the lowest responsive Bid,the Agency reserves the right to take into consideration any or all alternatives called for in the Bid Form. The Agency reserves the right to waive minor informalities and irregularities,and to reject any or all Bids for irregularities under 00120.70 or for good cause after finding that it is in the public interest to do so (ORS 279C.395). An example of good cause for rejection in the public interest is the Agency's determination that any of the unit Bid prices are materially unbalanced to the Agency's potential detriment. A materially unbalanced Bid is defined as,"a Bid which generates a reasonable doubt that award to the Bidder submitting a mathematically unbalanced Bid will result in the lowest cost to the Agency."The Agency may correct obvious errors,when the correct information can be determined from the face of the document,if it finds that the best interest of the Agency and the public will be served thereby. 00130.10 Award of Contract-After the Bids are opened and a determination is made that a Contract is to be awarded,the Contract will be awarded to the lowest responsible Bidder. For the purposes of this Section, "lowest responsible Bidder" means the responsible Bidder that submitted the lowest responsive Bid who is not on the list created by the Construction Contractors Board according to ORS 701,and who has: A. Substantially complied with all prescribed public bidding procedures and requirements. B. Available the appropriate financial, Materials, Equipment, facility and personnel resources and expertise, or ability to obtain the resources and expertise,necessary to indicate the capability of the prospective Bidder to meet all contractual responsibilities. C. A satisfactory record of performance. In evaluating a Bidder's record of performance, the Agency may consider, among other things, whether the Bidder completed previous contracts of a similar nature with a satisfactory record of performance. For purposes of evaluating a Bidders performance on previous contracts of a similar nature, a satisfactory record of performance means that to the extent that the costs associated with and time available to perform a previous contract remained within the Bidder's control,the Bidder stayed within the time and budget allotted for the procurement and otherwise performed the contract in a satisfactory manner. D. A satisfactory record of integrity. In evaluating a Bidder's record of integrity,the Agency may consider,among other things, whether the Bidder has previous criminal convictions for offenses related to obtaining or attempting to obtain a contract or subcontract or in connection with the Bidders performance of a contract or subcontract. E. Qualified legally to contract with the Agency. F. Supplied all necessary information in connection with the Agency's inquiry concerning responsibility. If a prospective Bidder fails to promptly supply information requested by the Agency concerning responsibility, the Agency shall base the determination of responsibility upon any available information, or may find the prospective Bidder not to be responsible. G. Not been disqualified by the public contracting agency under ORS 279C.440. If the Bidder is found not to have a satisfactory record of performance or integrity,the Agency will document the record and the reasons for the unsatisfactory finding. The Agency will mail the Notice of Intent to Award to the Bidders,and may provide Notice of Intent to Award on the Agency's web site. The Award will not be final until the later of the following: 26 00130 A. Seven working days after the Notice of Intent to Award has been posted as specified in the advertised solicitation or Addendum thereto;or B. The Agency has provided a written response to each timely protest, denying the protest and affirming the Award. If the Agency accepts a Bid and awards a Contract, the Agency will send the successful Bidder written notice of acceptance and Award. Notice of Award and Contract booklets ready for execution will be sent within 60 Calendar Days of the opening of Bids or within the number of Calendar Days specified in the Special Provisions or a written mutual agreement between successful Bidder and Agency. The Contractor will not automatically be entitled to extra compensation because the commencement of Work is delayed by failure of the Agency to send the Contract for execution. However,if more Calendar Days elapse between the date the Bid is opened and the date the Agency sends the Contract to be executed,as specified in 00130.10,the Agency will consider granting an adjustment of time for completion of the Work to offset any actual delay to Contract completion resulting directly from delay in commencement. 00130.15 Right to Protest Award-Adversely affected or aggrieved Bidders,limited to the three apparent lowest Bidders and any other Bidder directly in line for Contract Award,may submit to the Agency a written protest of the Agency's intent to Award within seven Calendar days following the date of the Notice of Intent to Award. The protest shall specify the grounds upon which it is based. An aggrieved Bidder may protest an award only if the Bidder alleges,in its written protest,that it should have received the award because: A. All lower Bids are non-responsive; B. The Agency failed to conduct the Bid process as described in the Bid Document; C. The Agency has abused its discretion in rejecting the protestor's Bid as non-responsive or non-responsible; or D. The Agency's evaluation of Bids or subsequent determination of award is otherwise in violation of ORS Chapters 279A and 279C or the Agency's public contracting rules. The written protest must describe the facts that support the protest. The Agency may not consider late protests or protests that do not describe facts that would support a finding that the Bidder is aggrieved for one of the reasons in clauses (a) through (d) above. 00130.20 Cancellation of Award-Without liability to the Agency, the Agency may for good cause cancel Award at any time before the Contract is executed by all parties to the Contract,as provided by ORS 279C.395 for rejection of Bids,upon finding it is in the public interest to do so. 00130.30 Contract Booklet-The Contract booklet may include but is not limited to: A. Public Improvement B. Contract C. Performance Bond D. Payment Bond E. Prevailing Wage Rates F. Special Provisions 00130.40 Contract Submittals -Before the Agency will execute the Contract,the successful Bidder shall furnish the following: 27 00130 A. Performance and Payment Bonds -When Awarded the Contract, the successful Bidder shall furnish a Performance Bond and a Payment Bond of a Surety authorized to do business in the State of Oregon. The successful Bidder shall submit the standard bond forms, which are bound in the Contract Booklet or alternative bond forms acceptable to the Agency. Faxed or photocopied bond forms will not be accepted. The amount of each bond shall be equal to the Contract Amount. The Performance Bond and the Payment Bond must be signed by the Surety's authorized Attorney-in-Fact, and the Surety's seal must be affixed to each bond. A power of attorney for the Attorney-in-Fact shall be attached to the bonds in the Contract booklet, which must include bond numbers, and the Surety's original seal must be affixed to the power of attorney. Bonds shall not be canceled without the Agency's consent, nor will the Agency normally release them,prior to Contract completion. The amount of the Performance and Payment Bonds shall be increased to equal the new Contract Amount whenever the Contract Amount is increased for any reason. B. Certificates of Insurance -The successful Bidder shall furnish the Agency certificates of insurance applicable to the Project,according to the Public Improvement Contract. For specified Contracts, certified copies, and in some instances the original, of insurance policies may be required by the Special Provisions. C. Registration Requirements: 1. ORS 701.021, ORS 701.026, and ORS 671.530 require that Bidders be registered with the Oregon Construction Contractors Board or licensed by the State Landscape Contractors Board prior to submission of a Bid on a Project not involving federal funds. Registration with the Construction Contractors Board or licensing by the State Landscape Contractors Board is not a prerequisite to bidding on Federal-Aid Projects; however, the Agency will not execute a Contract until the Contractor is so registered or licensed. 2. Bidders must be registered with the Corporation Division, Oregon Secretary of State, if bidding as a corporation,limited liability company,joint venture,or limited liability partnership, or if operating under an assumed business name and the legal name of each person carrying on the business is not included in the business name. 3. A Contractor registered under ORS 701 may bid on a landscaping Project or perform a construction project that includes landscape contracting as a portion of the project if the landscape contracting is subcontracted to a licensed landscaping business as defined in ORS 671.520. 4. A landscaping business may bid on a Project or perform a Contract that includes the phase of landscape contracting for which it is not licensed if it employs a landscape contractor,or subcontracts with another licensed landscaping business,licensed for that phase. D. Tax Identification Number-The successful Bidder shall furnish the Agency the Bidder's Federal Tax Identification Number. 00130.50 Execution of Contract and Bonds: A. By the Bidder-The successful Bidder shall deliver the required number of Contract booklets with the properly executed Contract, Performance Bond, Payment Bond, certification of workers' compensation coverage,and the required certificates of insurance,to the Agency within 10 Calendar Days after the date on which the Contract booklets are sent or otherwise conveyed to the Bidder under 00130.10. The Bidder shall return the originals of all documents received from the Agency and named in this Subsection,with original 28 00130 signatures. Certificates of insurance shall also be originals. No copies of these documents will be accepted by the Agency. Proper execution requires that: 1. If the Contractor is a partnership,limited liability partnership,joint venture, or limited liability company, an authorized representative of each Entity comprising it shall sign the Contract,Performance Bond,and Payment Bond,and an authorization to sign shall be attached. 2. If the Contractor is a corporation, the President and the Secretary of that corporation shall sign the Contract,Performance Bond,and Payment Bond. However,if other corporate officers are authorized to execute contracts and bonds, the successful Bidder shall furnish with those documents a certified, true and correct copy of the corporate bylaws or minutes stating that authority. If only one officer is signing, then the bylaws or minutes must include the authority to sign without the signature of others. The successful Bidder shall also include the tide(s) or corporate office(s) held by the signer(s). B. By the Agency-Within 10 Working Days after the Agency has received and verified the properly executed documents specified in 00130.50(a),and received legal sufficiency approval from the Agency's attorney (if required),the Agency will execute the Contract. The Agency will then send a fully-executed original Contract booklet to the successful Bidder,who then officially becomes the Contractor. 00130.60 Failure to Execute Contract and Bonds -Failure of the successful Bidder to execute the Contract and provide the required certificates, certifications,and bonds may be cause for cancellation of the Award,and may be cause for forfeiture of the Bid guaranty under ORS 279C.385. Award may then be made to the next lowest responsible Bidder,the Project may be re-advertised, or the Work may be performed otherwise as the Agency decides. The forfeited Bid guaranty will become the Agency's property,not as a penalty but as liquidation of damages resulting from the Bidder's failure to execute the Contract and provide the certificates,certifications,and bonds as required by these Specifications. 00130.70 Release of Bid Guaranties -Bid guaranties will be released and checks returned 7 Calendar Days after Bids are opened,except for those of the three apparent lowest Bidders on each Project. The guaranties of the three apparent lowest Bidders will be released and checks returned to unsuccessful Bidders within 7 days of the Agency's execution of the Contract. 00130.80 Project Site Restriction-Until the Agency sends the Contractor written Notice to Proceed with the Work,and the Contractor has filed the public works bonds required in 00 170.20, the Contractor shall not move Materials, Equipment,or workers onto that Project Site. 00130.85 Tigard Business License-Contractor shall obtain a Tigard Business License or Metro License for builders and landscape contractors prior to delivering services under this Contract. 00130.90 Notice to Proceed-Notice to Proceed will be issued within 5 Calendar Days after the Contract is executed by the Agency. Should the Agency fail to issue the Notice to Proceed within 5 Calendar Days of Contract execution,the Contractor may apply for an adjustment of Contract Time according to 00180.80(c). 29 00140 Section 00140- Scope of Work 00140.00 Purpose of Contract-The purpose of the Contract is to set forth the rights and obligations of the parties and the terms and conditions governing completion of the Work. The Contractors obligations shall include without limitation the following: A. The Contractor shall furnish all Materials, Equipment, labor, transportation, and Incidentals required to complete the Work according to Plans, Specifications,and terms of the Contract. B. The Contractor shall perform the Work according to the lines, grades, Typical Sections, dimensions, and other details shown on the Plans,as modified by written order. C. The Contractor shall contact the Engineer for any necessary clarification or interpretation of the Contract. 00140.10 Typical Sections -The Typical Sections are intended to apply in general. At other locations where the Typical Section is not appropriate, the Contractor shall perform construction to the identified alignment as directed by the Engineer. 00140.20 Thickness -The thickness of Courses of Materials shown on the Plans,given in the Specifications, or established by the Engineer is considered to be the compacted thickness. Minor variations are acceptable when within tolerances specified in the Specifications or Plans, or when approved by the Engineer. 00140.30 Agency-Required Changes in the Work- Changes to the Plans,quantities,or details of construction are inherent in the nature of construction and may be necessary or desirable during the course of Project construction. Without impairing the Contract, the Agency reserves the right to require changes it deems necessary or desirable within the scope,which in the Specifications means general scope, of the Project. These changes may modify,without limitation: A. Specifications and design B. Grade and alignment C. Cross Sections and thicknesses of Courses of Materials D. Method or manner of performance of Work E. Project Limits or may result in A. Increases and decreases in quantities B. Additional Work C. Elimination of any Contract item of Work D. Acceleration or delay in performance of Work Upon receipt of a Change Order,the Contractor shall perform the Work as modified by the Change Order. If the Change Order increases the Contract Amount, the Contractor shall notify its Surety of the increase and direct the Surety to increase the amount of the performance and payment bonds to equal the new Contract Amount. If requested,the Contractor shall provide the Agency with a copy of the modified bond documents within 15 calendar days of receipt of the Change Order.The Contractor's performance of Work according to Change Orders shall neither invalidate the Contract nor release the Surety. Payment for changes in the Work will be made according to 00195.20. Contract Time adjustments,if any,will be made according to 00180.80. A Change Order signed by the Contractor is the agreement that the adjustment in the Contract Amount or Contract Time indicated is full compensation for all change order items including the impact of the change order on the balance of the Work to be accomplished. 30 00140 00140.40 Differing Site Conditions -The following constitute differing Project Site conditions provided such conditions are discovered at the Project Site after commencement of the Work: A. Type 1 -Subsurface or latent physical conditions that could not have been discovered by careful examination of the Project site, utility locations and available records as described in 00120.15 and that differ materially from those indicated in the Contract Documents;or B. Type 2 -Unknown physical conditions of unusual nature that differ materially from those ordinarily encountered and generally recognized as inherent in the Work provided for in the Contract. The party discovering such a condition shall promptly notify the other party,in writing,of the specific differing conditions before they are disturbed and before the affected Work is performed. The Contractor shall not continue Work in the affected area until the Engineer has inspected such condition according to 00195.30 to determine whether an adjustment to Contract Amount or Contract Time is required. Payment adjustments due to differing Project Site conditions,if any,will be made according to 00195.30. Contract Time adjustments,if any,will be made according to 00180.80. 00140.50 Environmental Pollution Changes - ORS 279C.525 will apply to any increases in the scope of the Work required as a result of environmental or natural resources laws enacted or amended after the submission of Bids for the Contract. The Contractor shall comply with the applicable notice and other requirements of ORS 279C.525. The applicable rights and remedies of that statute will also apply. In addition to ORS 279C.525,the Agency has compiled a list at 00 170.01 of those federal,State,and local agencies,of which the Agency has knowledge,that have enacted ordinances,rules,or regulations dealing with the prevention of environmental pollution and the preservation of natural resources that may affect the performance of Agency contracts. 00140.60 Extra Work- If directed by the Engineer's written order,the Contractor shall perform work not included in the Contract. The Contractor shall perform this work according to: A. Standard Specifications B. Standard Drawings C. Other Plans and Specifications issued by the Engineer Payment for Extra Work will be made according to Section 00196. Contract Time adjustments,if any,will be made according to 00180.80. 00140.65 Disputed Work-The Contractor may dispute any part of a Change Order,written order, or an oral order from the Engineer by the procedures specified in Section 00199. 00140.70 Cost Reduction Proposals -The Contractor may submit written proposals to the Engineer that modify Plans,Specifications, or other Contract Documents for the sole purpose of reducing the total cost of construction. Unless otherwise agreed to in writing by the Agency,a proposal that is solely or primarily a proposal to reduce estimated quantities or delete Work,as determined by the Engineer,is not eligible for consideration as a cost reduction proposal and will instead be addressed under 00140.30,whether proposed or suggested by the Agency or the Contractor. A. Proposal Requirements -The Agency will not adopt a cost reduction proposal that impairs essential functions or characteristics of the Project including but not limited to service life,economy of operation,ease of maintenance,designed appearance, or design and safety standards. To conserve time and funds,the Contractor may first submit a written request for a feasibility review by the Engineer. The request should contain a description of the proposal together with a rough estimate of 31 00140 anticipated dollar and time savings. The Engineer will, within a reasonable time, advise the Contractor in writing whether or not the proposal would be considered by the Agency, should the Contractor elect to submit a detailed cost reduction proposal. A detailed cost reduction proposal shall include without limitation the following information: 1. A description of existing Contract requirements for performing the Work and the proposed change; 2. The Contract items of Work affected by the proposed change,including any quantity variation caused by the proposed change; 3. Pay Items affected by the proposed change including any quantity variations; 4. A detailed cost estimate for performing the Work under the existing Contract and under the proposed change. Cost estimates shall be made according to Section 00197. Costs of re-design,which are incurred after the Agency has accepted the proposal,will be included in the cost of proposed work;and 5. A date by which the Engineer must accept the proposal in order to accept the proposed change without impacting the Contract Time or cost reduction amount. B. Continuing to Perform Work-The Contractor shall continue to perform the Work according to Contract requirements until the Engineer issues a Change Order incorporating the cost reduction proposal. If the Engineer fails to issue a Change Order by the date specified in the proposal, the proposal shall be deemed rejected. C. Consideration of Proposal-The Engineer is not obligated to consider any cost reduction proposal. The Agency will not be liable to the Contractor for failure to accept or act upon any cost reduction proposal submitted. The Engineer will determine in its sole discretion whether to accept a cost reduction proposal as well as the estimated net savings in construction costs from the adoption of all or any part of the proposal. In determining the estimated net savings,the Engineer may disregard the Schedule of Items. The Engineer will establish prices that represent a fair measure of the value of Work to be performed or to be deleted as a result of the cost reduction proposal. D. Sharing Investigation Costs -As a condition for considering a Contractor's cost reduction proposal, the Agency reserves the right to require the Contractor to share in the Agency's costs of investigating the proposal. If the Agency exercises this right, the Contractor shall provide written acceptance of the condition to the Engineer. Such acceptance will authorize the Agency to deduct its share of investigation costs from payments due or that may become due to the Contractor under the Contract. E. Acceptance of Proposal Requirements - If the Contractors cost reduction proposal is accepted in whole or in part,acceptance will be made by a Change Order that will include without limitation the following: 1. Statement that the Change Order is made according to 00140.70; 2. Revised Contract Documents that reflect all modifications necessary to implement the approved cost reduction measures; 3. Any conditions upon which the Agency's approval is subject; 4. Estimated net savings in construction costs attributable to the approved cost reduction measures;and 5. A payment provision according to which the Contractor will be paid 50% of the estimated net savings amount as full and adequate consideration for performance of the Work of the Change Order. The Contractor's cost of preparing the cost reduction proposal and the Agency's costs of investigating the proposal,including any portion paid by the Contractor,will be excluded from determination of the estimated net savings in construction costs. Costs of re-design,which are incurred after the Agency has accepted the proposal,will be included in the cost of the Work attributable to cost reduction measures. 32 00140 If the Agency accepts the cost reduction proposal, the Change Order that authorizes the cost reduction measures will also address any Contract Time adjustment. F. Right to General Use - Once submitted,the cost reduction proposal becomes the property of the Agency. The Agency reserves the right to adopt the cost reduction proposal for general use without additional compensation to the Contractor when it determines that a proposal is suitable for application to other contracts. 00140.80 Use of Publicly Owned Equipment-The Contractor is prohibited from using publicly-owned Equipment except in the case of emergency. In an emergency,the Contractor may rent publicly-owned Equipment provided that: A. The Engineer provides written approval that states that such rental is in the public interest;and B. Rental does not increase the Project cost. 00140.90 Final Trimming and Cleanup-Before Final Inspection as described in 00150.90,the Contractor shall neatly trim and finish the Project and remove all remaining unincorporated Materials and debris. Final trimming and cleanup shall include without limitation the following: A. The Contractor shall retrim and reshape earthwork,and shall repair deteriorated portions of the Project Site. B. Where the Work has impacted existing facilities or devices, the Contractor shall restore or replace those facilities to their pre-existing condition. C. The Contractor shall clean all drainage facilities and sanitary sewers of excess Materials or debris resulting from the Work. D. The Contractor shall clean up and leave in a neat,orderly condition,Rights-of-Way,Materials sites,and other property occupied in connection with performance of the Work. E. The Contractor shall remove temporary buildings, construction plants, forms, falsework and scaffolding, surplus and discarded Materials,and rubbish. F. The Contractor shall dispose of Materials and debris including without limitation forms, falsework, scaffolding, and rubbish resulting from clearing, grubbing, trimming, clean-up, removal, and other Work. These Materials and debris become the property of the Contractor. The Contractor shall dispose of these Materials and debris immediately. G. The Contractor shall restore and replant or resurface adjoining properties to match existing grades and existing surfaces. H. The Contractor shall install erosion and sediment control needed to stabilize the Project site. Unless the Contract specifically provides for payment for this item, the Agency will make no separate or additional payment for final trimming and cleanup. 00140.95 "AS-BUILT" Records -The Contractor shall maintain a current and accurate record of Work completed during the course of this Contract and make available to the Engineer updated copies of the project "As-Builts" for Engineer's review at any time. These"As-Builts" drawings shall be kept by accurately marking a designated set of the Contract plans with the specified information as Work proceeds.Accurate,complete and current"As-Built" drawings are a specified requirement for monthly progress payments of the Work completed. "As-Builts" shall be reviewed for completeness before recommendation of payment is granted. Incomplete or insufficient"As-Builts"will be returned to the Contractor and recommendation for progress payment denied.At project completion and as a condition of final payment,the Contractor shall deliver an acceptable complete and legible set of"As-Built"drawings to the Engineer. The "As-Built" drawings shall show the information listed below.Where the term"locate" or"location"is used,it shall mean record of position with respect to both the construction vertical datum and either construction horizontal datum or a nearby permanent improvement. 33 00140 A. As-built location of underground and surface services and utilities as installed B. As-built location of existing underground and surface utilities and services that are to remain and that are encountered during the course of the Work C. As-built changes in dimension,location,grade or detail to that shown on plans D. As-built changes made by change order E. As-built details not in original plans F. As-built fully completed shop drawings reflecting all revisions Upon completion of the construction,the Contractor shall review and certify the construction set of"As-Built" drawings for completeness and accuracy of representation of any changes. Final payment will not be processed until"As-Built" drawings have been submitted and approved. 34 00150 Section 00150 - Control of Work 00150.00 Authority of the Engineer (Project Manager) -The Engineer has full authority over the Work and its suspension. (see Section 00180) The Contractor shall perform all Work to the complete satisfaction of the Engineer. The Engineer's determination shall be final on all matters,including but not limited to the following: A. Quality and acceptability of Materials and workmanship B. Measurement of unit price Work C. Timely and proper prosecution of the Work D. Interpretation of Contract Documents E. Payments due under the Contract The Contractor shall direct all requests for clarification or interpretation of the Contract,in writing, to the Engineer. The Engineer will respond within a reasonable time. Contract clarification or interpretation obtained from persons other than the Engineer. The Engineer's decision is final and,except as provided in Section 00199 for claims for additional Contract Time or Contract Price,may be challenged only through litigation. Work performed under the Contract will not be considered complete until it has passed Final Inspection by the Engineer and has been accepted by the Agency. Interim approvals issued by the Engineer,including but not limited to Final Acceptance,will not discharge the Contractor from responsibility for errors in prosecution of the Work, for improper fabrication, for failure to comply with Contract requirements,or for other deficiencies, the nature of which are within the Contractor's control. The Engineer shall have the authority to appoint Inspectors and other personnel as required to assist in the administration of the Contract. The authority stated in this subsection is subject to the individuals delegated authority by the Agency. If the individual does not have the state authority, the subsection reference shall include Agency personnel that have such authority. 00150.02 Inspector's Authority and Duties -To the extent delegated under 00150.01, Inspectors are authorized to represent the Engineer and Project Manager to perform the following: A. Inspect Work performed and Materials furnished,including without limitation, the preparation, fabrication, or manufacture of Materials to be used; B. Orally reject defective Materials and to confirm such rejection in writing; C. By oral order,temporarily suspend the Work for improper prosecution pending the Engineer's decision;and D. Exercise additional delegated authority. Inspectors are not authorized to: A. Accept Work or Materials. B. Alter or waive provisions of the Contract. C. Give instructions or advice inconsistent with the Contract Documents. 00150.10 Coordination of Contract Documents -The Contract Documents,including but not limited to Contract Change Orders,the Special Provisions, the Plans,and the Standard Specifications are intended to 35 00150 collectively describe all of the items of Work necessary to complete the Project. The Contract Documents are complementary;what is required by one is as binding as if required by all. A. Order of Precedence-The Engineer will resolve any discrepancies between these documents in the following order of precedence: 1. Permits from outside agencies; 2. Contract(Agreement) 3. Addenda; 4. Bid Schedule; 5. Special Provisions; 6. General Conditions; 7. Standard Specifications; 8. Geotechnical Data Reports; 9. Supplementary Drawings; 10. Standard Drawings; 11. Reviewed and accepted, stamped Working Drawings; 12. Approved Unstamped Working Drawings. Change Orders,Work Change Directives, Field Orders, and Engineer's written interpretation and clarifications, in precedence listed,will take precedence over all other Contract Document components referenced herein. Notes on a drawing shall take precedence over drawing details. Dimensions shown on the drawings, or that can be computed, shall take precedence over scaled dimensions. The Drawings with the higher level of detail take precedence over less detailed Drawings. B. Immaterial Discrepancies -The Contract Documents specify details for the construction and completion of the Work. If Contract Documents describe portions of the Work in sufficient detail but are silent in some minor respect,the Contractor may proceed utilizing the current best industry practices. C. Material Discrepancies - If the Contractor identifies a discrepancy, error, or omission in the Contract Documents that cannot be resolved by the approach specified in (b) above,the Contractor shall immediately request clarification from the Engineer 00150.15 Construction Stakes,Lines,and Grades: A. Agency Responsibilities -The Engineer will provide the location of the existing benchmarks and horizontal control locations used to design the project and prepare the Plans. B. Contractor Responsibilities -The Contractor shall: 1. Accurately measure detailed dimensions, elevations, and slopes from the Engineers benchmarks and horizontal control locations; 2. Provide all labor, materials and equipment to properly stake out the project so that it can be constructed in accordance with the Contract Documents. Any changes made shall be recorded and the changed vertical and horizontal locations incorporated into the"as-built" drawings. 3. Inform the Engineer of any property corners monuments and/or survey markers that are not shown on the Plans and are found during construction activities prior to disturbing the monuments. Allow the Agency 2 Work days for referencing all found markers before they are removed. Monuments that are noted on the Plans to be protected and are disturbed by the Contractors activities shall be replaced by the Contractor's surveyor at the Contractors expense in accordance with ORS Chapter 209. 36 00150 00150.20 Inspection: A. Inspection by the Engineer-The Engineer may test Materials furnished and inspect Work performed by the Contractor to ensure Contract compliance. The Contractor shall notify the Engineer 48 hours (two full Work Days)in advance for inspection of each portion of the Work. Contractor shall not begin placing successive Courses or portions of Work until preceding Courses or portions of the Work have been inspected and approved by the Engineer. If the Contractor performs Work without the Engineer's inspection or uses Materials that the Engineer has not approved, the Engineer may order affected portions of the Work removed at the Contractor's expense. At the Engineer's direction, any time before the Work is accepted, the Contractor shall uncover portions of the completed Work for inspection. After inspection,the Contractor shall restore these portions of Work to the standard required by the Contract. If the Engineer rejects Work due to Materials or workmanship, or if the Contractor performed such Work without providing sufficient advance request for inspection to the Engineer,the Contractor shall bear all costs of uncovering and restoring the Work. If the Engineer accepts the uncovered Work, and the Contractor performed the Work only after providing the Engineer with sufficient advance notice, the costs of uncovering and restoring the Work will be paid for by the Agency according to 00195.20. B. Inspection Facilities -The Contractor shall furnish walkways,railings,ladders, shoring,tunnels,platforms, and other facilities necessary to permit the Engineer to have safe access to the Work to be inspected. The Contractor shall require producers and fabricators to provide safe inspection access as requested by the Engineer. C. Sampling-When directed by the Agency, the Contractor shall furnish the Engineer with samples of Materials that the Engineer will test. All of the Contractor's costs related to this required sampling are Incidental. D. Inspection by Third Parties -Where third parties have the right to inspect the Work, the Contractor shall coordinate with the Engineer and shall provide safe inspection access. E. Contractor's Duty to Make Corrections -The Contractor shall perform all Work according to the Contract Documents. The Contractor shall correct Work that does not comply with the Contract Documents at its own expense. Inspection of the Work by the Engineer does not relieve the Contractor of responsibility for improper prosecution of the Work. 00150.25 Acceptability of Materials and Work-The Contractor shall furnish Materials and shall perform Work in Close Conformance to the Contract Documents. If the Engineer determines that the Materials fiirnished or the Work performed are not in Close Conformance with the Contract Documents,the Engineer may: A. Reject the Materials or Work and order the Contractor, at the Contractor's expense, to remove, replace, or otherwise correct any non-conformity;or B. Accept the Materials or Work as suitable for the intended purpose,adjust the amount paid for applicable Pay Items to account for diminished cost to the Contractor or diminished value to the Agency, document the adjustment,and provide written documentation to the Contractor regarding the basis of the adjustment. The Engineer's decisions concerning acceptability of Materials or Work will be final. 00150.30 Delivery of Notices -Written notices to the Contractor by the Engineer or the Agency will be delivered: 37 00150 A. In person; B. By U.S. Postal Service certified or registered mail (return receipt requested), to the current office address as shown in the records of the Agency;or C. By overnight delivery service of a private industry courier,to the current office address as shown in the records of the Agency. Notices shall be considered as having been received by the Contractor: A. At the time of actual receipt when delivered in person; B. At the time of actual receipt or 7 Calendar Days after the postmarked date when deposited for delivery by certified or registered,whichever is earlier;or C. At the time of actual receipt or 3 Calendar Days after deposit with a private industry courier for overnight delivery service,whichever is earlier. Written notices to the Engineer or the Agency by the Contractor shall be delivered to the Agency address shown in the Special Provisions,unless a different address is agreed to by the Engineer,and shall be delivered: A. In person; B. By U.S. Postal Service certified or registered mail(return receipt requested); or C. By overnight delivery service of a private industry courier. Notices will be considered as having been received by the Agency: A. At the time of actual receipt when delivered in person; B. At the time of actual receipt or 7 Calendar Days after the postmarked date when deposited for delivery by certified or registered,whichever is earlier;or C. At the time of actual receipt or 3 Calendar Days after deposit with a private industry courier for overnight delivery service,whichever is earlier. 00150.35 Submittals: A. Description — Submittals covered by these requirements include manufacturers' information, shop drawings, test procedures, test results, samples, and miscellaneous Work-related submittals. Submittals shall also include, but not be limited to, all mechanical, electrical and electronic equipment and systems, materials,reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer's installation and warranty information and other instructions as specifically required in the Contract Documents to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the Contract Documents. B. Contractor's Responsibilities 1. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material,equipment or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the specified requirements. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment,which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated.The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor or the Agency. The Contractor shall coordinate submittals among its subcontractors and suppliers including those submittals complying with unit responsibility requirements specified in applicable technical sections. 38 00150 2. The Contractor shall coordinate submittals with the Work so that Work will not be delayed. It shall coordinate and schedule different categories of submittals, so that one will not be delayed for lack of coordination with another. No extension of time will be allowed because of failure to properly schedule submittals. The Contractor shall not proceed with Work related to a submittal until the submittal process is complete.This requires that submittals for review and comment shall be returned to the Contractor with the indication "No Exceptions Taken" or "Make Corrections Noted." 3. Submittals shall be carefully reviewed by an authorized representative of the Contractor prior to submission to the Engineer. Each submittal shall be dated and signed by the Contractor as being correct and in strict conformance with the Contract Documents. In the case of Shop Drawings, each sheet shall be so dated and signed. Any deviations from the Contract Documents shall be noted by the Engineer and Agency. The Engineer will only review submittals that have been so verified by the Contractor. Non-verified submittals will be returned to the Contractor without action taken by the Engineer, and any delays caused thereby shall be the total responsibility of the Contractor. 4. The Contractor shall certify on each submittal document that it has reviewed the submittal, verified field conditions, and complied with the contract documents. 5. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Engineer or with the Agency with regard to a submittal. These dealings shall be limited to contract interpretations to clarify and expedite the Work. C. Shop Drawings and Product Submittals 1. Wherever called for in the Contract Documents or where required by the Engineer, the Contractor shall furnish to the Engineer for review, five (5) copies plus one reproducible copy or electronic file, of each Shop Drawing or Product submittal. Shop Drawings may include detail design calculations, shop-prepared drawings, fabrication and installation drawings,erection drawings,lists,graphs,catalog sheets,data sheets, and similar items. If a list,graph,catalog sheet,data sheet,etc.includes more than one item, clearly mark which item is the subject of the submittal. Shop Drawings shall bear the signature and seal of an engineer registered in the appropriate branch and in the state of Oregon, unless otherwise indicated. Whenever the Contractor is required to submit design calculations as part of a submittal, such calculations shall bear the signature and seal of an engineer registered in the appropriate branch and in the state of Oregon,unless otherwise indicated. 2. Shop Drawing and Product submittals shall be accompanied by the Engineer's standard submittal transmittal form, a reproducible copy of which is available from the Engineer. A submittal without the form or where applicable items on the form are not completed will be returned for resubmittal. 3. Organization a) A single submittal transmittal form shall be used for each technical specification section or item or class of material or equipment for which a submittal is required. A single submittal covering multiple sections will not be acceptable,unless the primary specification references other sections for components. Example: if a pump section references other sections for the motor, shop- applied protective coating,anchor bolts,local control panel, and variable frequency drive, a single submittal would be acceptable. A single submittal covering vertical turbine pumps and horizontal split case pumps would not be acceptable. b) On the transmittal form, index the components of the submittal and insert tabs in the submittal to match the components. Relate the submittal components to specification paragraph and subparagraph, Drawing number, detail number, schedule title, room number, or building name, as applicable. c) Unless indicated otherwise, terminology and equipment names and numbers used in submittals shall match those used in the Contract Documents 39 00150 4. Format a) Minimum sheetsize shall be 8.5 inches by 11 inches. Maximum sheet size shall be 22 inches by 34 inches. Every page in a submittal shall be numbered in sequence. Each copy of a submittal shall be collated and stapled or bound, as appropriate. The Engineer will not collate sheets or copies. b) Where product data from a manufacturer is submitted, clearly mark which model is proposed, with complete pertinent data capacities, dimensions, clearances, diagrams, controls, connections, anchorage,and supports. Sufficient level of detail shall be presented for assessment of compliance with the Contract Documents. c) Each submittal shall be assigned a unique number. Submittals shall be numbered sequentially,and the submittal numbers shall be clearly noted on the transmittal. Original submittals shall be assigned a numeric submittal number (e.g., 25). If submittal "25" requires a resubmittal, the first resubmittal will bear the designation "25.A" and the second resubmittal will bear the designation "25.13" and so on. d) If there is a follow-up submittal related to a previously submitted class of material or type of equipment (e.g., follow-up submittal to submittal"25"),it shall be assigned the number"25.1". If submittal"25.1"requires a resubmittal,the first resubmittal will bear the designation "25.1.A" and the second resubmittal will bear the designation "25.1.B" and so on 5. Disorganized submittals that do not meet the requirements of the Contract Documents will be returned without review. 6. Except as may otherwise be indicated, the Engineer will return prints of each submittal to the Contractor with comments noted thereon, within 21 Days following receipt by the Engineer. It is considered reasonable that the Contractor will make a complete and acceptable submittal to the Engineer by the first resubmittal on an item. The Owner reserves the right to withhold monies due to the Contractor to cover additional costs of the Engineer's review beyond the first resubmittal. Engineer's cost for submittal review beyond the first resubmittal is provided in the Special Provisions. The Engineers maximum review period for each submittal or resubmittal will be 21 Days. 7. If a submittal is returned to the Contractor marked "NO EXCEPTIONS TAKEN," formal revision and resubmission will not be required. 8. If a submittal is returned marked "MAKE CORRECTIONS NOTED," Contractor shall make the corrections on the submittal,but formal revision and resubmission will not be required, except where specifically required by Engineer as indicated on the submittal review form. 9. If a submittal is returned marked "AMEND-RESUBMIT," the Contractor shall revise it and shall resubmit the required number of copies to the Engineer for review. Resubmittal of portions of multi- page or multi-drawing submittals will not be allowed. For example, if a Shop Drawing submittal consisting of 10 drawings contains one drawing noted as "AMEND - RESUBMIT," the submittal as a whole is deemed "AMEND - RESUBMIT," and 10 drawings are required to be resubmitted. 10. If a submittal is returned marked "REJECTED-RESUBMIT," it shall mean either that the proposed material or product does not satisfy the specification, the submittal is so incomplete that it cannot be reviewed, or is a substitution request not submitted in accordance with the General Conditions. In the first 2 cases, the Contractor shall prepare a new submittal and shall submit the required number of copies to the Engineer for review. In the latter case, the Contractor shall submit the substitution request according to the General Conditions. 11. Resubmittal of rejected portions of a previous submittal will not be allowed. Every change from a submittal to a resubmittal or from a resubmittal to a subsequent resubmittal shall be identified and flagged on the resubmittal. 40 00150 12. Fabrication of an item may commence only after the Engineer has reviewed the pertinent submittals and returned copies to the Contractor marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED". Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as changes to the Contract requirements. 13. Corrections or comments made on the Contractor's Shop Drawings during review do not relieve the Contractor from compliance with Contract Drawings and Specifications. Review is for conformance to the design concept and general compliance with the Contract Documents only. The Contractor is responsible for confirming and correlating quantities and dimensions, fabrication processes and techniques, coordinating Work with the trades, and satisfactory and safe performance of the Work. D. Quality Control (QC) Submittals 1. Quality control submittals are defined as those required by the Specifications to present documentary evidence to the Engineer that the Contractor has satisfied certain requirements of the Contract Documents. 2. Unless otherwise indicated, QC submittals shall be submitted: a) Before delivery and unloading, for the following types of submittals: A. Manufacturers' installation instructions B. Manufacturers' and Installers' experience qualifications C. Ready mix concrete delivery tickets D. Design calculations E. Affidavits and manufacturers' certification of compliance with indicated product requirements F. Laboratory analysis results G. Factory test reports' b) For the following types of submittals, the manufacturer's field representative shall submit a draft certification prior to leaving the Project site and a final certification within 7 days of the event documented. A. Manufacturers' field representative certification of proper installation c) Within 30 Days of the event documented for the following types of submittals: A. Field measurement B. Field test reports C. Receipt of permit D. Receipt of regulatory approval 3. The Engineer will record the date that a QC submittal was received and review it for compliance with submittal requirements, but the review procedures above for Shop Drawings and samples will not apply. E. Deferred Submittals to Agency 1. For the following types of submittals, the manufacturer's field representative shall submit a draft certification prior to leaving the Project site and a final certification within 7 days of the event documented: a) Manufacturers' field representative certification of proper installation. 2. Within 30 Days of the event documented for the following types of submittals: a) Field measurement b) Field test reports c) Receipt of permit d) Receipt of regulatory approval 41 00150 3. The Engineer will record the date that a QC submittal was received and review it for compliance with submittal requirements, but the review procedures above for Shop Drawings and samples will not apply. F. Deferred Submittals to Agency 1. For the purposes of this section,Deferred Submittals are defined as those portions of the Project that are Contractor-designed and must be submitted to the Agency's building official for approval and to meet Building Permit plan review requirements. 2. The Engineer will schedule a pre-submittal conference with the Contractor and Agency's building official to discuss proposed Deferred Submittal items, requirements, and review schedule. 3. The Contractor shall list the Deferred Submittals on the title or cover sheet of the Drawings for submission to the Agency and shall state the design criteria/assumptions of the Deferred Submittal items on the plans. Deferred Submittals shall include details for connection of materials to the structure and calculations showing that the specified structural requirements are met. 4. The Contractor shall submit Deferred Submittals to the Engineer for review for general conformance to the design of the structure. Neither the Agency nor the Engineer is responsible for coordination of Deferred Submittal components with Contract Documents. Review does not lessen not shift burden or responsibility from Contractor or assigned subcontractor/supplier to the Agency or Engineer.The Engineer,upon confirming the Deferred Submittals are in general conformance with the design, shall forward the Deferred Submittals to the building official.Contractor is responsible,with no exceptions, to ensure that building official's Deferred Submittal review will not adversely affect Project's construction schedule. The Deferred Submittal items shall not be installed by the Contractor until the design and Deferred Submittals have been approved by the building official. G. Effect of Review of Contractor's Submittals 1. Review of Contract drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the Agency, or by any officer or employee thereof,and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the method of work, material, or equipment so reviewed. An indication of "NO EXCEPTIONS TAKEN" or "M,kKE CORRECTIONS NOTED" shall mean that the Agency or Engineer has no objection to the Contractor, upon its own responsibility, using the plan or method of Work proposed, or providing the materials or equipment proposed. 00150.37 Equipment Lists and Other Submittals -The Contractor shall submit Equipment lists,and other required submittals for approval by the Engineer. With each submittal,the Contractor shall clearly identify the applicable specification sub-section and the product make,model, size and proposed options. 00150.40 Cooperation and Superintendence by the Contractor-The Contractor is responsible for full management of all aspects of the Work,including superintendence of all Work by Subcontractors,Suppliers, and other providers. The Contractor shall appoint a single Superintendent and may also appoint alternate Superintendents as necessary to control the Work. The form of appointment of the alternate shall state,in writing, the alternate's name,duration of appointment in the absence of the Superintendent,and scope of authority. The Contractor shall: A. Provide for the cooperation and superintendence on the Project by: 1. Furnishing the Engineer all data necessary to determine the actual cost of all or any part of the Work; added Work;or changed Work. 42 00150 2. Allowing the Engineer reasonable access to the Contractor's books and records at all times.To the extent permitted by public records laws, the Engineer will make reasonable efforts to honor the Contractor's Request for protection of confidential information. 3. Keeping one complete set of Contract Documents on the Project Site at all times, available for use by all the Contractor's own organization,and by the Engineer if necessary. B. Appoint a single Superintendent and any alternate Superintendent who shall meet the following qualifications: 1. Appointees shall be competent to manage all aspects of the Work. 2. Appointees shall be from the Contractors own organization. 3. Appointees shall have performed similar duties on at least one previous project of the size, scope and complexity as the current Contract. 4. Appointees shall be experienced in the types of Work being performed. 5. Appointees shall be capable of reading and thoroughly understanding the Contract Documents. 6. The appointed single Superintendent,or any alternate Superintendent shall: 7. Be present for all On-Site Work, regardless of the amount to be performed by the Contractor, Subcontractors, Suppliers, or other providers, unless the Engineer provides prior approval of the Superintendent's or alternate Superintendent's absence. S. Be equipped with a two way radio or cell phone capable of communicating throughout the project during all the hours of Work on the Project Site and be available for communication with the Engineer. 9. Have full authority and responsibility to promptly execute orders or directions of the Engineer. 10. Have full authority and responsibility to promptly supply the Materials,Equipment,labor,and Incidentals required for performance of the Work. 11. Coordinate and control all Work performed under the Contract, including without limitation the Work performed by Subcontractors, Suppliers,and Owner Operators. 12. Diligently pursue progress of the Work according to the schedule requirements of Section 00180. 13. Cooperate in good faith with the Engineer, Inspectors, and other contractors in performance of the Work. 14. Provide all assistance reasonably required by the Engineer to obtain information regarding the nature, quantity,and quality of any part of the Work. 15. Provide access,facilities and assistance to the Engineer in establishing such lines,grades and points as the Engineer requires. 16. Carefully protect and preserve the Engineer's benchmarks and horizontal control locations. Any Superintendent or alternate Superintendent who repeatedly fails to follow the Engineer's written or oral orders,directions,instructions,or determinations, shall be subject to removal from the project. If the Contractor fails or neglects to provide a Superintendent,or an alternate Superintendent,and no prior approval has been granted,the Engineer has the authority to suspend the Work according to 00180.70. Any continued Work by the Contractor, Subcontractors,Suppliers,or other providers may be subject to rejection and removal. The Contractor's repeated failure or neglect to provide the superintendence required by these provisions constitutes a material breach of the Contract,and the Engineer may impose any remedies available under the Contract,including but not limited to Contract termination. 00150.50 Cooperation with Utilities A. General-As specified in the Special Provisions or as shown on the Plans, existing Utilities requiring adjustment may be adjusted by the Utility before, during, or after Project construction. "Adjustment of Utilities" shall mean the alteration, improvement, connection, disconnection, relocation, or removal of existing Utility lines, facilities, or systems in temporary or permanent manner. B. Contractor's Responsibilities -The Contractor shall: 1. Follow applicable rules adopted by the Oregon Utility Notification Center; 2. Contact Utility owners after the Contract is awarded to verify all Utilities'involvement on the Project Site; 43 00150 3. Coordinate Project construction with the Utilities'planned adjustments,take all precautions necessary to prevent disruption of Utility service, and perform its Work in the manner that results in the least inconvenience to the Utility owners; 4. Include all Utility adjustment work, whether to be performed by the Contractor or the Utilities, on the Contractor's Project Work schedule submitted under 00180.41; 5. Protect from damage or disturbance any Utility that remains within the area in which Work is being performed; 6. Not disturb an existing Utility if it requires an unanticipated adjustment,but shall protect it from damage or disturbance and promptly notify the Engineer;and 7. Report to the Engineer any Utility owner who fails to cooperate or fails to follow the planned Utility adjustment. Subject to the Engineer's approval,the Contractor may propose adjustments to the Utilities by asking the Utility owners to move,remove,or alter their facilities in ways other than as shown on the Plans or in the Special Provisions. The Contractor shall conduct all negotiations,make all arrangements,and assume all costs that arise from such changes. C. Notification-This Project is located within the Oregon Utility Notification Center area which is a Utilities notification system for notifying owners of Utilities about Work being performed in the vicinity of their facilities. The Utilities notification system telephone number is 811 (or use the old number which is 1-800- 332-2344. The Contractor shall comply with the rules of the Oregon Utility Notification Center, OAR 952-001-0010 through OAR 952-001-0090,and ORS 757.993. The Contractor may contact the Oregon Utility Notification Center at 503-232-1987 about these rules. 00150.53 Utilities and Existing Improvements: During des , utility locations are to be requested through the Oregon Utility Notification Center. Based on utility locates and"as-built" records, determine existing utilities that should be potholed for design purposes. If specific additional potholing is required by the contractor during construction, the drawings should so indicate. Also consider including a Bid price for contractor potholing. A. General- Information shown on the Plans as to the location of existing water courses and utilities has been compiled from available sources and may not be accurate. The Contractor shall determine the location and nature of affected water courses,utilities and underground improvements prior to commencing Work. The Contractor shall provide for the flow of water courses and essential utilities that may be interrupted during the progress of the Work and shall restore such water courses or utilities after completion of the Work. The Contractor shall be responsible for exploratory excavations as it deems necessary to determine the exact locations and depths of utilities which may interfere with Work. All such exploratory excavations shall be performed as soon as practicable after Notice to Proceed and,in any event, a sufficient time in advance of construction to avoid possible delays to the Contractor's progress.When such exploratory excavations show the utility location as shown on the Plans to be in error,the Contractor shall so notify the Engineer. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. Unless otherwise provided in the Special Provisions, all potholing and exploratory work shall be incidental to the Work and no separate payment shall be made therefore. The Contractor shall coordinate project construction with the adjustment of utilities, take all necessary precautions to prevent disturbing the utilities,and perform work so that utility owners and users are caused a minimum of inconvenience. 44 00150 The Contractor shall protect underground utilities and other improvements which may be impaired during construction operations, regardless of whether or the not the utilities are indicated on the Plans. The Contractor shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. To ease or streamline the work, the Contractor may desire to adjust the utilities by asking the utility owners to move, remove, or alter their equipment in ways other than those shown on the Plans or in the Contract Documents. The Contractor shall conduct the negotiations, make the arrangements, and pay all costs that arise from such changes. B. Utilities to be Removed or Relocated-Where the proper completion of the Work requires the temporary or permanent removal and/or relocation of the property of any public utility or franchise holder, such utility company or franchise holder shall be notified by the Contractor to remove or relocate such property within a specified reasonable time.When utility lines that are to be removed or relocated are encountered within the area of operations, the Contractor shall notify the utility company and the Engineer a sufficient time in advance for the necessary measures to be taken to prevent the interruption of service. C. Underground Utilities and Improvements Indicated-Existing utility lines and underground improvements that are indicated or the locations of which are made known to the Contractor prior to excavation and that are to be retained, and all utility lines and underground improvements that are encountered during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the Contractor, unless otherwise repaired by the owner of damaged utility. If the owner of the damage facility performs its own repairs, the Contractor shall reimburse said owner for the costs of repair. D. Underground Utilities and Improvements Not Indicated- In the event that the Contractor damages existing utility lines or underground improvements that are not indicated in the Plans or marked in the field, or are not indicated or marked with reasonable accuracy, or the locations of which are not made known to the Contractor prior to excavation, the Contractor shall immediately provide a verbal report of such damage to the Engineer,and provide a written report thereof promptly thereafter.The Contractor shall immediately notify the owner of the damaged utility. If directed by the Engineer, repairs shall be made by the Contractor under the provisions for changes and extra work contained in the General Conditions. This subsection applies only to main line utilities. For service lines, see Subsection 00150.53(e). For purposes of this section, "reasonable accuracy"is defined as within two (2) feet from the outside lateral dimensions of both sides of an underground utility or facility from actual location. No representation shall be made concerning the accuracy of vertical elevations of existing utilities, even if indicated in the plans,and no additional payment will be made for damage to utilities encountered at depths differing from those indicated. E. Underground Services Indicated or Not- If service lines are encountered,whether shown,marked or not, the Contractor shall take precautions to carefully work around them and repair them if they are damaged by the Contractor,at no additional cost to the Agency. F. Approval of Repairs -All repairs to a damaged utility or improvement shall be accepted and approved by an authorized representative of the utility or improvement owner and accepted by the Agency before being concealed by backfill or other Work. G. Agency's Right of Access -The right reserved to the Agency and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract. 45 00150 00150.55 Cooperation with Other Contractors -The Agency reserves the right to perform other work on or near the Project Site,including without limitation any Materials site,with forces other than those of the Contractor. If such work takes place on or near the Project Site,the Contractor shall have the following obligations: A. The Contractor shall coordinate Work with other contractors or forces. B. The Contractor shall cooperate in good faith with all other contractors or forces. C. The Contractor shall perform the Work specified in the Contract in a way that will minimize interference and delay for all forces involved. D. The Contractor shall place and dispose of the Materials being used so as not to interfere with the operations of other forces. E. The Contractor shall join the Work with that of other forces in a manner acceptable to the Engineer or the Agency,and shall perform it in the accepted sequence with the work of the other force. The Engineer will resolve any disagreements under this Subsection that may arise among the Contractor and other work forces, or between the Contractor and the Agency. The Engineer's decision in these matters is final, as provided in 00150.00. When the schedules for Work of the Contractor and the work of other forces overlap,each contractor involved shall submit a current,realistic progress schedule to the Engineer. Before the Engineer accepts the schedule, each party shall have the opportunity to review all schedules. After this review and any necessary consultations, the Engineer will determine acceptable schedules. The Contractor waives any right it may have to make claims against the Agency for any damages or claims that may arise because of inconvenience, delay,or loss due solely to the presence of other contractors working on or near the Project Site. If the Contract gives notice of work to be performed by other forces that may affect the Contractor's Work under the Contract,the Contractor shall include any costs associated with coordination of the Work in the appropriate Pay Item or as a portion of a Pay Item. In an emergency,the contractor most immediately able to respond may repair a facility or Utility of another contractor in order to prevent further damage to the facility,Utility,or other Structure as a result of the emergency. 00150.60 Construction Equipment Restrictions: A. Load and Speed Restrictions for Construction Vehicles and Equipment-The Contractor shall comply with legal weight and speed restrictions when moving Materials or Equipment beyond the limits of the Project Site. The Contractor shall control vehicle and Equipment loads and speeds within the Project Site according to the following restrictions,unless the Special Provisions provide otherwise: 1. The Contractor shall restrict loads and speeds as necessary to avoid displacement or loss of Materials on Subgrades and Aggregate Bases. 2. The Contractor shall restrict weights to legal loads,and shall travel at speeds of no more than 45 mph or the posted construction speed,whichever is less,on treated Bases,Pavement,or wearing Courses. 3. The Contractor shall not cross Bridges or other Structures with Equipment or vehicles exceeding the legal load limit without prior written permission of the Engineer. The Contractor shall make any such request in writing, describing the loading details and the arrangement, movement, and position of the 46 00150 Equipment on the Structure. The Contractor shall comply with any restrictions or conditions included in the Engineer's written permission. B. Protection of Buried Items -The Contractor shall use temporary fill or other methods to avoid overload of pipes,box culverts,and other items that are covered, or to be covered,by fill or backfill. C. Responsibility for Damages -The Contractor shall assume responsibility for damages caused by excessive Equipment speed or loads while performing the Work, both inside and outside the Project Site. The Engineer's permission to cross Bridges and other Structures, according to 00150.60(a) will not relieve the Contractor from responsibility for load-caused damages. 00150.70 Detrimental Operations -The Contractor shall avoid operations whose methods, conditions,or timing may injure people or damage property or the Work. Damage may include without Imitation, staining surfaces with mud or asphalt,or damaging utilities, structures or foundations. (Also see 00150.60,00150.75,and Section 00170) When any such damage occurs, the Engineer will determine if it is to be corrected by repair,replacement,or compensatory payment by the Contractor. If compensatory payment is required,the Engineer will determine the amount. Compensatory payment may be deducted from monies due or to become due to the Contractor under the Contract. 00150.75 Protection and Maintenance of Work During Construction-The Contractor shall protect and maintain the Work during construction and until Third Notification has been issued,unless otherwise provided in the Contract. For the purposes of this Subsection, "maintenance" shall include measures to prevent deterioration of Roadway and Structures at the Project Site,and to keep them in good condition at all times during the prosecution of the Work. The Contractor shall continuously allocate sufficient Equipment and workers to achieve such maintenance. If the Contract requires the placement of a Course upon a previously constructed Course or Subgrade,the Contractor shall maintain the previous Course or Subgrade during all construction operations. The Contractor shall include costs of protecting and maintaining the Work during construction in the unit prices bid for the various Pay Items. The Contractor will not be paid an additional amount for this Work, unless otherwise specified. The Engineer will timely notify the Contractor of Contractor's noncompliance with this Subsection. If the Contractor fails to remedy unsatisfactory protection or maintenance within 24 hours after receipt of such notice,the Engineer may proceed to remedy the deficiency,and deduct the entire cost from monies due or to become due the Contractor under the Contract. 00150.80 Removal of Unacceptable and Unauthorized Work-The Contractor shall correct or remove unacceptable Work and remove unauthorized work,as directed by the Engineer in writing. The Contractor shall replace such work with Work and Materials conforming to the requirements of the Contract. For the purposes of this Subsection, "unauthorized work" shall include without limitation the following. A. Work that extends beyond lines shown on the Plans or otherwise established by the Engineer; B. Work that is contrary to the Engineer's instructions;and C. Work that is conducted without the Engineer's written authorization. The Agency will not pay the Contractor for unacceptable Work,except as provided in 00150.25,or unauthorized work. The Engineer may issue a written order for the correction or removal of such work at the Contractor's expense. 47 00150 If,when ordered by the Engineer, the Contractor fails to correct or remove unacceptable Work or unauthorized work,the Engineer may have the correction,removal,or removal and replacement,done by others and deduct the entire cost from monies due or to become due the Contractor under the Contract. 00150.90 Final Inspection: A. On-site Construction Work-The Engineer will inspect the Project at a time close to the completion of On-Site Work for Contractor's compliance with the Contract Documents. When all On-Site Work on the Project is completed, including but not limited to Change Order Work and Extra Work,the Engineer will issue Second Notification as specified in 00180.50(8)including notification of required corrective work(punch list)to be completed prior to Engineer's issuance of Third Notification(Final Completion). Within 15 Calendar Days after the Engineer receives the Contractor's written notification that all punch list items, final trimming and cleanup according to 00140.90 have been completed,the Engineer will inspect the Project and notify the Contractor that all Work is complete, or within 15 Calendar Days of inspection will give the Contractor written instruction regarding incomplete or unsatisfactory Work. B. All Contract Work-The Engineer will issue the Third Notification when the Contractor has satisfactorily accomplished all of the following: 1. The Contractor has completed all On-Site Work required under the Contract, including the punch list items from (a) above; 2. The Contractor has removed all Equipment;and 3. The Contractor has submitted all required certifications,bills, forms,warranties and other documents. 4. The Contractor has submitted complete and acceptable"As-Built" drawings as specified in 00140.95. 00150.91 Post-Construction Review-The Contractor or the Engineer may request a Post-Construction Review meeting,to be held at a time prior to issuance of Third Notification but not earlier than 15 Days following the date of Second Notification. The meeting may be held if agreed to by both parties. The party making the request will conduct the meeting,and will announce the time and place of the meeting at least 15 Days prior to the meeting date. The purpose of this meeting is to examine the Project for possible process improvements that may benefit future projects. 00150.95 Final Acceptance -After the Engineer completes Final Inspection of all Work including all corrective work identified by the Agency during the Correction Period, the Agency will acknowledge Final Acceptance.The Agency will notify the Contractor in writing of the date of Final Acceptance within 7 Calendar Days after Final Acceptance,or as soon thereafter as is practicable. 00150.96 Maintenance Warranties and Guarantees -Prior to Second Notification,the Contractor shall transfer to the Agency all unexpired manufacturers', suppliers'and installers'warranties and guarantees for Materials and Equipment installed on the Project. Such warranties and guarantees shall recite that they are enforceable by the Agency. 00150.97 Responsibility for Materials and Workmanship: A. The Contractor shall perform the Work according to the terms,conditions,and requirements of the Contract. B. Until the Agency's Final Acceptance of the Work, the Contractor shall be responsible for: 48 00150 1. Correcting or repairing any defects in, or damage to, the Work which results from the use of improper or defective materials or workmanship;or 2. Replacing,in its entirety,the Work affected by the use of improper or defective materials or workmanship to the extent provided by law;and 3. Correcting or repairing any Work,Materials,Structures,Existing Surfacings,Pavement,Utilities, or sites, including without limitation Wetlands, damaged or disturbed in that correction, repair, or replacement. (see 00170.80 to 00170.85). 49 00160 Section 00160- Source of Materials 00160.00 Definitions -The following definitions apply to Section 00160: A. Prospective Source -Agency-furnished Materials source, use of which by the Contractor is optional. The Agency makes no guarantee or representation, by implication or otherwise, of the land use status, quantity, quality, or acceptability of Materials available from it,except as may be stated in the Special Provisions. B. Mandatory Source -Agency-furnished Materials source,use of which by the Contractor is required. 00160.01 Notification of Source of Supply and Materials: A. All Materials -The Contractor shall notify the Engineer in writing of all proposed Materials sources of supply,including without limitation any steel or other fabricators within the following time frames: 1. At least 15 Calendar Days before using or fabricating Materials,if source is within the State;or 2. At least 45 Calendar Days before using or fabricating Materials,if source is outside the State B. Prospective Source Materials -When given an option to use Prospective Sources of Materials to be incorporated into the Work,the Contractor shall notify the Engineer in writing of the option selected within 15 Calendar Days from date of Notice to Proceed. Otherwise, such Materials sources may become unavailable. C. Approval Required-Before allowing production or delivery of Materials to begin from any source, the Contractor must obtain the Engineer's approval. Approval to use any source does not imply that Materials from that source will be accepted. If approved sources do not provide Materials that meet Specifications,the Materials will be rejected. The Contractor will then be responsible for locating other sources and obtaining the Engineers approval. D. Terms Required-The Contractor shall comply with 00170.07. 00160.05 Qualified Products List (QPL) -The QPL is a listing of manufactured products available on the market (shelf items) that ODOT has evaluated and found suitable for a specified use in construction. The QPL is published twice a year and is available from ODOT's Construction Section; 800 Airport Road SE;Salem, OR 97301-4798;phone 503-986-3000. It may also be viewed on ODOT's web site. The current version of the QPL at the time of Bid Closing is the version in effect for the Project. The Engineer may approve for use a conditionally qualified product, or a product qualified for inclusion in a later edition of the QPL,if the Engineer finds the product acceptable for use on the Project. Use of listed products shall be restricted to the category of use for which they are listed. The Contractor shall install all products as recommended by the manufacturer. The Contractor shall replace qualified products not conforming to Specifications or not properly handled or installed at the Contractor's expense. 00160.10 Ordering, Producing, and Furnishing Materials -The Contractor shall not place orders for or produce full quantities of Materials anticipated to be required to complete the Work until the Work has advanced to a stage that allows the quantities to be determined with reasonable accuracy. A. Contractor's Duties - In purchasing, producing, or delivering Materials, the Contractor shall take into account the following: 50 00160 1. Kind of work involved; 2. Amount of work involved; 3. Time required to obtain Materials;and 4. Other relevant factors. B. Quantity of Materials -Materials quantities shown on the Plans, or indicated by quantities and Pay Items, are subject to change or elimination. The Contractor is responsible for payment for excess Materials delivered to the Project Site or storage sites. Unless otherwise specified in the Contract, the Agency will not be responsible for: 1. Materials the Contractor may deliver or produce in excess of Contract requirements; 2. Extra expense the Contractor may incur because Materials were not ordered or produced earlier;or 3. The Contractor's expenses related to Materials ordered by the Contractor that are not subsequently approved for use. 00160.20 Preferences for Materials: A. Buy America- If federal highway funds are involved on the Project, the Contractor shall limit the quantity of foreign Materials incorporated into the Work as follows. Section 635.410 of Tide 23, Code of Federal Regulations, and the Intermodal Surface Transportation Efficiency Act require that all iron or steel manufacturing processes, including without limitation the casting of ingots, for iron or steel Materials permanently incorporated into the Project shall occur in the United States, unless the cost of foreign-origin iron or steel Materials does not exceed one-tenth of one percent (0.1%) of the Contract Amount or$2,500, whichever is greater. The Contractor shall not incorporate foreign-origin iron or steel Materials in excess of this amount into the Project. All foreign-origin iron or steel Materials incorporated in the Project in excess of the amount indicated above shall be removed and replaced with domestic iron or steel Materials at the Contractor's expense. For purposes of this Specification, the cost of foreign-origin iron or steel Materials shall be the value of the iron or steel products as of the date they are delivered to the Project Site. Manufacturing processes include without limitation the application of coatings to finished iron or steel products or components. Coatings include epoxy coating,galvanizing, painting, and any other coating that protects or enhances the value of the steel or iron product or component. The Contractor shall provide the Engineer with a Certificate of Materials Origin, on a form furnished by the Engineer,before incorporating any iron or steel products into the Project. Unless a Certificate of Materials Origin has been provided to the Engineer,the Materials shall be considered of foreign origin. The Contractor shall retain manufacturers' certificates verifying the origin of all domestic iron or steel Materials for 3 years after the date of final payment for the Project, and shall furnish copies to the Engineer upon request. B. Buy Oregon-According to ORS 279A.120, the Contractor shall give preference to goods or services produced in Oregon if price, fitness, availability, and quality are equal. This provision does not apply to Contracts financed wholly or in part by federal funds. C. Recycled Materials -According to ORS 279A.010, ORS 279A.125, ORS 279A.145, ORS 279A.150, and ORS 279A.155, and subject to the approval of the Engineer, the Contractor shall use recycled products to the maximum extent economically feasible. 00160.30 Agency-Furnished Materials -Unless otherwise specified in the Special Provisions,Materials listed as Agency-furnished will be available to the Contractor free of charge. 51 00160 The Contractor shall be responsible for all Materials furnished by the Agency and shall pay all demurrage and storage charges. The Contractor shall replace at its expense Agency-furnished Materials lost or damaged due to any cause. The locations at which Agency-furnished Materials are available will be specified in the Special Provisions. If the locations are not listed in the Special Provisions,the Agency-furnished Materials will be furnished to the Contractor at the Project Site. In either case,all costs of handling,hauling,unloading,and placing Agency- furnished Material shall be considered included in the price paid for the Pay Item involving such Material. All Agency-furnished Materials not incorporated into the Work remains the property of the Agency. The Contractor shall deliver such Materials as directed by the Engineer. 00160.50 Agency-Controlled Land;Limitations and Requirements: A. General-The Contractor shall have no property rights in, or right of occupancy on, Agency-Controlled Land. Nor shall the Contractor have the right to sell,use,remove,or otherwise dispose of any material from Agency-Controlled Land, areas, or property, except as specified in the Special Provisions or by the written authorization of the Engineer. Unless authorized in the Contract,the Contractor shall not disturb any material within Rights-of-Way without written authorization from the Engineer. Unless otherwise specified in the Contract, the ownership of all materials originating on Agency-Controlled Lands will at all times vest in,and remain within the control of, the Agency. B. Waste, Excess, and By-Product Materials -All waste, excess, and by-product materials, collectively referred to in this Subsection as "By-Products", from the manufacture or production of Materials from Agency-Controlled Lands shall remain Agency property. Unless otherwise ordered by the Engineer in writing,By-Products shall be placed as required In the Special Provisions: 1. In stockpiles at designated locations 2. At locations and in shapes that are readily accessible;and 3. In such a manner as to avoid fouling areas containing useable materials, or interfering with future plant setups to use materials from the property. The Agency will not compensate the Contractor for handling and stockpiling By-Products according to the Special Provisions requirements. If by written order the Engineer directs the Contractor to stockpile or place designated By-Products at alternate sites,the By-Products designated shall be loaded,hauled,and placed as directed,and this work will be paid for according to 00195.20. 00160.60 Contractor-Furnished Materials and Sources: A. General-The Contractor shall furnish,at its own expense,all products and Materials required for the Project from sources of its own choosing,unless such sources have been specified in the Special Provisions or Plans as Prospective or Mandatory Sources. B. Acquisition of Sources -The Contractor shall acquire, at its own expense, the rights of access to, and the use of,all sources the Contractor chooses which are not Agency-controlled and made available by the Agency to the Contractor. C. Additional Requirements -Except for continuously-operated commercial sources,Work shall not begin, nor will any Materials be accepted by the Engineer,until the Contractor has: 52 00160 1. Given to the Engineer a copy of permits from,or proof that permits are not required from: a) The Department of Geology and Mineral Industries,as required under ORS 517.790; b) The Department of State Lands,as required under ORS 196.815 (when removing material from the bed or banks of any waters or from any Wetland);and c) Local governmental authorities having jurisdiction over land use at the source location. 2. Furnished to the Engineer written approval of the property owner,if other than the Contractor, for the Contractor's proposed plans of operation in,and reclamation of,the source. The Contractor shall include in the document containing the property owner's written approval a summary of the requirements of the permits described above,which shall be subject to the Engineer's approval. 00160.70 Requirements for Plant Operations -Before operating mixing plants,Rock crushers,or other Equipment, the Contractor shall provide the Engineer copies of all applicable discharge permits for noise,air contaminants, and water pollutants from DEQ or applicable local jurisdictions,or a letter from DEQ or the local jurisdiction stating that no permits are required for the use of the Equipment and sites. 00160.80 Requirements for Sources of Borrow and Aggregate -The Contractor shall conduct operations according to all applicable federal, State,and local laws (including without limitation ORS 517 and OAR 632- 030)when developing,using,and reclaiming all sources of Borrow material and Aggregate. The Contractor shall provide erosion control at Borrow sources that are not within the Project Site. The Contractor shall not operate in Wetlands except as allowed by permit. The Contractor shall comply with all requirements for pollution and sediment control,including without limitation the National Pollutant Discharge Elimination System where applicable. Except for continuously-operated commercial sources, the Contractor shall also conform to the following: A. If a natural growth of trees or shrubs is present,preserve a border of such to conceal land scars. B. Excavate Borrow sources and Aggregate sources, except for those in streams and rivers, to provide: 1. Reasonably uniform depths and widths; 2. Natural drainage so no water stands or collects in excavated areas,when practicable; 3. Slopes trimmed to blend with the adjacent terrain upon completion of operations; 4. Slopes covered with native soil, or acceptable plant rejects to support plant growth, if required by Specifications,Plans, or permits;and 5. A vegetative cover that blends with the adjacent natural growth. C. Excavate in quarries so that: 1. Faces will not be steeper than vertical (no overhang); 2. Vertical faces conform to Oregon OSHA standards, Division 3, and as shown on an approved development plan; 3. Floors or benches are excavated to a uniform Slope free of depressions and will drain and not interfere with the downland owner's property;and 4. Upon completion,the quarry is left appearing neat and compatible with surrounding terrain. D. Obliterate haul roads specifically built for access to sources,and restore the areas disturbed by these roads as nearly as practicable to the conditions that existed before the roads were built,unless otherwise directed by the landowner or regulatory body. 53 00165 Section 00165 - Quality of Materials 00165.00 General-The Contractor shall incorporate into the Work only Materials conforming to the Specifications and approved by the Engineer.The Contractor shallincorporate into the Work only manufactured products made of new materials unless otherwise specified in the Contract. The Agency may require additional testing or retesting to determine whether the Materials or manufactured products meet Specifications. Materials or manufactured products not meeting the Specifications at the time they are to be used are unacceptable and must be removed immediately from the Project Site,unless otherwise directed by the Engineer. 00165.01 Rejected Materials -The Engineer may reject any Materials that appear to be defective (00150.25) or that contain asbestos. The Contractor shall not incorporate any rejected Materials into the Work. Rejected Materials whose defects have been corrected may not be incorporated into the Work until the Engineer has approved their use. The Engineer may order the removal and replacement by the Contractor,at Contractor's expense,of any defective Materials. (refer also to 00150.20) 00165.03 Testing by Agency-When testing Materials,the Agency will conduct the tests in its central laboratory, field laboratories,or other laboratories designated by the Engineer,even though certain AASHTO, ASTM, and other Materials specifications may require testing at the place of manufacture. Results of the Agency's tests will be made available to the Contractor. 00165.04 Costs of Testing-When the Contract requires that the Agency performs the testing,the testing will be at the Agency's expense. Indicate by Special Provision the specific tests that the City will conduct at its own cost (e.g.,compaction, concrete,etc.). Unless otherwise provided in the Contract,all testing required to be performed by the Contractor will be at the Contractor's expense. Indicate by Special Provision if the contractor is responsible for source material testing and for what materials (e.g.,sieve analysis of aggregates). 00165.10 Materials Acceptance Guides -Unless otherwise specified elsewhere in the Contract,Materials will be accepted according to the following guides: A. Field-Tested Materials -Field-tested Materials will be accepted according to the ODOT Manual of Field Test Procedures (MFTP) unless otherwise specified in the Special Provisions. The MFTP is published once per year and is available from the ODOT—Construction Section, 800 Airport Road SE; Salem, OR 97301- 4798;phone 503-986-3000. The MFTP is also available on the ODOT Construction Section web site. B. Nonfield-Tested Materials -Nonfield-tested Materials will be accepted according to the ODOT Nonfield Tested Materials Acceptance Guide (NTMAG), unless otherwise specified in the Special Provisions. The NTMAG is available on the ODOT Construction Section web site. 00165.20 Materials Specifications and Test Method References -References to Materials specifications and test methods of ODOT,WAQTC,AASHTO,ASTM, other governmental agencies, or other recognized organizations mean those officially adopted and in current use by the agency or organization on the first date of Advertisement for Bids. 54 00165 If there are conflicting references,or if no reference is made to Materials specifications or test method, Materials must meet the Materials specifications or test methods required by the first applicable of the following agencies and organizations: A. Field-Tested Materials: 1. Special Provisions 2. Standard Specifications;and 3. MFTP B. Nonfield Tested Materials: 1. ODOT 2. WAQTC, 3. AASHTO, 4. ASTM; 5. Other recognized national organizations, such as ANSI,AWPA, IMSA,and UL;and 6. Industry standards in the location where the Work is being performed. If there are conflicting references in the Contract to required sampling and testing frequencies,the Contractor shall sample and test the Materials according to the first applicable of the following: A. Special Provisions; B. Standard Specification;and C. MFTP. 00165.30 Field-Tested Materials A. Acceptance of Field-Tested Materials -The Contractor's test results for field-tested Materials may be verified by the Agency. Materials will be analyzed as determined by the Engineer for acceptance before the Engineer will accept them for incorporation into the Work. Incorporated Materials that do not meet Specifications will be evaluated according to 00165.01 and 00150.25. If the Agency's verification testing reveals that the Contractor's data is incorrect, the Agency may require additional testing to determine whether the Materials meet Specifications. The Contractor shall perform additional quality control testing or provide split samples to the Agency for additional testing as directed. If the Materials do not meet Specifications, the Contractor shall reimburse the Agency for the cost of the additional testing, which may be deducted from monies due or to become due the Contractor under the Contract. Incorporated Materials that do not meet Specifications will be evaluated according to 00165.01 and 00150.25. If the Materials meet Specifications the Agency will pay the cost for the additional testing. 00165.35 Nonfield-Tested Materials -Materials will be subject to acceptance testing if the Engineer so elects. The Engineer may reject damaged or non-Specification Materials regardless of the Materials Test Results and Quality Compliance Certificates furnished. A. Test Results Certificate-The Certificate shall: 1. Be from the manufacturer verifying that the Material furnished has been sampled and tested and the test results meet the Specifications. 2. Include, or be accompanied by, a copy of the specified test results (ODOT, AASHTO, ASTM, UL or other). 3. Identify the independent testing agency and the representative responsible for the test results. 4. Permit positive determination that Material delivered to the Project is the same Material covered by the test results. 5. Be delivered to the Engineer with the shipment of the material. 55 00165 B. Quality Compliance Certificate -The Certificate from the manufacturer shall: 1. Verify that the Material meets the Specifications,and identify by number the specified test methods used, (ODOT,AASHTO,ASTM,UL,or other) 2. Permit positive determination that Material delivered to the Project is the same Material covered by the certificate, 3. Be delivered to the Engineer with the shipment of the Material, or be an identification plate or mark, decal, sticker,label, or tag attached to the container or Material, C. Equipment List and Drawings -These consist of lists of proposed Equipment and Materials, such as: 1. Shop drawings 2. Material lists 3. Equipment lists 4. Catalog description sheets 5. Manufacturer's brochures Submit these lists to the Engineer for review of conformance with the Specifications. D. Certificate of Origin of Steel Materials -When specified, complete this document (ODOT Form 734- 2126) as required by 00160.20 for Federal-aid projects. 00165.50 Acceptance Sampling and Testing-The Contractor shall sample and test Materials for acceptance, as required by the Contract. Materials will be analyzed as determined by the Engineer for acceptance before the Engineer will accept them for incorporation into the Work.When the Engineer determines the Materials or Work does not conform to the Specifications the Engineer may accept the Materials or Work with pay adjustments or reject the Materials or Work per 00150.25. 00165.70 Use of Materials without Engineer's Acceptance: A. General-The Contractor shall not incorporate Materials into the Project prior to acceptance by the Engineer. The Engineer may waive this requirement temporarily if Materials are necessary for immediate traffic safety. B. Materials Incorporated for Immediate Traffic Safety- If Materials are incorporated into the Project for immediate traffic safety before acceptance by the Engineer, no payment will be made for the value of the Materials, or the costs of incorporating them,until Materials are accepted by the Engineer, or the Materials are otherwise found through testing to comply with Specifications. 00165.75 Storage and Handling of Materials -The Contractor shall store and handle Materials so as to preserve their quality and fitness for incorporation into the Work. The Contractor shall restore all storage sites to their original condition according to 00140.90, or to comply with any applicable permits,orders,or agreements,at the Contractor's expense. Stored Materials: A. Shall be readily accessible for inspection; B. May be stored on approved parts of the Right-of-Way;and C. May be stored on private property if written permission of the owner or lessor is obtained. 56 00165 00165.80 Measurement-No separate measurement will be made of Work performed under this Section. 00165.90 Incidental Basis -No separate or additional payment will be made for sampling, testing, certification, or other associated Work performed under this Section,whether performed by the Contractor, manufacturer,producer or supplier. No payment will be made for providing quality control personnel. 57 00170 Section 00170-Legal Relations and Responsibilities 00170.00 General-The Contractor shall comply with all laws, ordinances,codes,regulations and rules, (collectively referred to as "Laws" in this Section), that relate to the Work or to those engaged in the Work. Where the provisions of the Contract are inconsistent or in conflict,the Contractor shall comply with the more stringent standard. The Contractor shall indemnify, defend,and hold harmless the Agency and its representatives from liability arising from or related to the violation of Laws by those engaged in any phase of the Work. This provision does not apply to Work performed by Agency employees. In any litigation,the entire text of any order or permit issued by a governmental or regulatory authority,as well as any documents referenced or incorporated therein by reference,shall be admissible for the purpose of Contract interpretation. The Contract shall not be construed against either party regardless of which party drafted it. Other than as modified by the Contract,the applicable rules of contract construction and evidence shall apply. This Contract shall be governed by and construed according to the laws of the State of Oregon without regard to principles of conflict of laws. Any dispute between the Agency and the Contractor that arises from or relates to this Contract and that is not resolved under the provisions of Section 00199 shall be brought and conducted solely and exclusively within the Circuit Court for the State of Oregon in the county where the Agency's main office is located;provided, however,if a dispute must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon. In no event shall this Subsection be construed as a waiver by the State of Oregon on any form of defense or immunity,whether sovereign immunity,governmental immunity,immunity based on the Eleventh Amendment to the Constitution of the United States or otherwise, from any claim or from the jurisdiction of any court. CONTRACTOR BY EXECUTION OF THE CONTRACT HEREBY CONSENTS TO THE IN PERSONAM JURISDICTION OF THE COURTS REFERENCED IN THIS SECTION. 00170.01 Other Agencies Affecting Agency Contracts -Representatives of regulatory bodies or units of government whose Laws may apply to the Work shall have access to the Work according to 00150.20(d). These may include but are not limited to those in the following (a), (b), (c),and (d). A. Federal Agencies: Agriculture,Department of Forest Service Natural Resource Conservation Service Army,Department of the Corps of Engineers Commerce,Department of National Marine Fisheries Service Defense,Department of Energy,Department of Environmental Protection Agency (EPA) Federal Energy Regulatory Commission Geology Survey Health and Human Services,Department of Homeland Security,Department of U.S. Coast Guard (USCG) Housing and Urban Development,Department of Interior,Department of 58 00170 Heritage, Conservation, and Recreation Service Bureau of Indian Affairs Bureau of Land Management Bureau of Mines Bureau of Reclamation Geological Survey Minerals Management Service Office of Surface Mining, Reclamation, and Enforcement Solar Energy and Energy Conservation Bank U.S. Fish and Wildlife Service Labor,Department of Mine Safety and Health Administration Occupational Safety and Health Administration (OSHA) Transportation,Department of Federal Highway Administration Water Resources Council B. State of Oregon Agencies: Administrative Services, Department of Agriculture,Department of Natural Resources Division Soil and Water Conservation District Columbia River Gorge Commission Consumer and Business Services,Department of Insurance Division Oregon Occupational Safety and Health Division (OR-OSHA) Energy, Office of Environmental Quality,Department of(DEQ) Fish and Wildlife,Department of Forestry,Department of Geology and Mineral Industries, Department of Human Resources,Department of Labor and Industries,Bureau of Land Conservation and Development Department Parks and Recreation,Department of State Lands,Department of Water Resources Department C. Local Agencies: City Councils County Courts County Commissioners,Boards of Design Commissions Historical Preservation Commissions Lane Regional Air Pollution Authority (LRAPA) Planning Commissions Port Districts Special Districts D. Oregon Federally Recognized Tribal Governments: Burns Paiute Tribe Confederated Tribes of Coos,Lower Umpqua and Siuslaw Indians Confederated Tribes of Grand Ronde 59 00170 Confederated Tribes of Siletz Confederated Tribes of Umatilla Indian Reservation Confederated Tribes of Warm Springs Coquille Tribe Cow Creek Band of Umpqua Indians Klamath Tribe 00170.02 Permits,Licenses, and Taxes -As required to accomplish the Work,the Contractor shall do the following: A. Obtain all necessary permits and licenses,except for those noted in 00170.03; B. Pay all applicable charges, fees and taxes,except for those noted in 00170.03; C. Give all notices required by applicable Laws, or under the terms of the Contract; D. Comply with ORS 274.530 relating to lease of stream beds by Oregon Division of State Lands; E. License,in the State of Oregon,all vehicles subject to licensing; F. Comply with ORS 477.625 and ORS 527.670 relating'to clearing and fire hazards on forest lands;and G. Comply with all orders and permits issued by a governmental authority,whether local,State, or federal. 00170.03 Furnishing Rights-of-Way,Easements and Permits -Unless required to be obtained in the name of the Contractor, the Agency will obtain and pay for the following when they are required by the applicable Laws or by Plans or Specifications: A. All necessary Rights-of-Way,Easements and Rights-of-Entry; B. Permits required for crossing or encroaching upon navigable streams; C. Permits required for removing materials from or depositing materials in waterways; D. Permits required for operating in Agency-controlled source of Materials or disposal area; E. System development fees charged by local units of government; F. Building construction permits, not including specialty work such as heating,ventilation, air conditioning, or electrical; G. Cost of referencing and replacing endangered survey monuments;and H. Environmental permits,including erosion control permits. If,after the Bid Closing date, the Agency obtains any Permits,Rights-of-Way or Easements which require changes to the Work and thereby causes an increase or decrease in the cost of,or the time required for the performance of the Work,the Contractor shall submit information sufficient for the Engineer to determine the extent of the effects on the cost and/or schedule. If the Engineer agrees the cost and/or schedule will be affected by such changes, such effects will be handled in accordance with the General Conditions. The Engineer will provide the Contractor with a copy of any such Permits,Rights-of-Way or Easements. 00170.04 Patents, Copyrights, and Trademarks -Prior to use of designs, devices,materials, or processes protected by patent,copyright,or trademark,the Contractor shall obtain from the Entity entitled to enforce the patent, copyright,or trademark all necessary evidence of legal right. The Contractor shall indemnify, defend and hold harmless the Agency and all third parties and political subdivisions having a possessory or ownership interest or regulatory authority over the Project or Project Site from claims of patent,copyright or trademark infringement,and from costs,expenses and damages the Contractor or Agency may be obligated to pay as a result of such infringement during or after completing the Work. 00170.05 Assignment of Antitrust Rights -The Contractor irrevocably assigns to the Agency any claim for relief or cause of action the Contractor acquires during the term of the Contract,or which may accrue thereafter,by reason of any violation o£ 60 00170 A. Title 15 (Commerce and Trade), United States Code; B. ORS 646.725;and C. ORS 646.730. In connection with this assignment,it is an express obligation of the Contractor to take no action that would in any way impair or diminish the value of the rights assigned to the Agency according to the provisions of this Subsection. Further,it is the express obligation of the Contractor to take all action necessary to preserve the rights assigned. It is an express obligation of the Contractor to advise the Agency's legal counsel: D. In advance, of its intention to commence any action involving such claims for relief or causes of action; E. Immediately upon becoming aware of the fact that an action involving such claims for relief or causes of action has been commenced by some other person or persons; F. The date on which it notified the obligor(s) of any such claims for relief or causes of action of the fact of the Contractor's assignment to the Agency according to the provisions of this Subsection;and G. Immediately upon the discovery of any such antitrust claim for relief or cause of action. In the event any payment is made to the Contractor under any such claims for relief, the Contractor shall promptly pay the full sum over to the Agency. In the event the Contractor fails to make such payment, the Agency may deduct the amount from monies due or to become due the Contractor under the Contract. 00170.07 Record Requirements -For purposes of this Subsection the term "Contractor" includes the Contractor,all subcontractors,Material Suppliers,and providers of rented operated Equipment (except non- DBE truck drivers),at all tiers, for all subcontracts with first-tier Subcontractors,all subcontracts between the first-tier Subcontractors and their subcontractors and any other lower tier subcontracts,and "Related Entities" as that term is defined in OAR 731-005-0780. The Material Suppliers included in this definition are those for Aggregates,Asphalt Cement Concrete,Portland Cement Concrete and the supply and fabrication of structural steel items or Material Suppliers that provide quotes. A. Records Required-The Contractor shall maintain all records,whether created before or after execution of the Contract, or during Contract performance,or after Contract completion,to clearly document: 1. The Contractor's performance of the Contract or a subcontract; 2. The Contractor's ability to continue performance of the Contract or a subcontract;and 3. All claims arising from or relating to performance under the Contract or a subcontract. These records shall include all records, including fiscal records, regardless of when created for the Contractor's business. The records for the Contractor's business include without limitation the: 4. Bidding estimates and records,worksheets, tabulations or similar documents. 5. Job cost detail reports,including monthly totals. 6. Payroll records (including without limitation the ledger or register, and tax forms) and all documents which establish the periods, individuals involved, the hours for the individuals, and the rates for the individuals. 7. Records that identify the Equipment used by the Contractor and subcontractors in the performance of the Contract or subcontracts, including without limitation, Equipment lists, rental contracts and any records used in setting rental rates. 8. Invoices from vendors,rental agencies,and subcontractors. 9. Material quotes,invoices,purchase orders and requisitions. 10. Contracts with subcontractors and contracts with Material Suppliers, Suppliers and providers of rented equipment. 11. Contracts or documents of other arrangements with any Related Entity as defined in OAR 731-005-0780. 12. General ledger. 13. Trial Balance. 61 00170 14. Financial statements (including without limitation the balance sheet,income statement,statement of cash flows,and financial statement notes). 15. Income tax returns. 16. All worksheets used to prepare bids or claims,or to establish the cost components for the Pay Items, including without limitation, the labor,benefits and insurance,Materials,Equipment,and subcontractors. The following are examples,but not an exhaustive list,of records that would be included,if generated by the Contractor. If the Contractor generates such records, or equivalent records, they are included among the records subject to 00170.07. 17. Daily time sheets and supervisor's daily reports. 18. Collective bargaining agreements. 19. Earnings records. 20. Journal entries and supporting schedules. 21. Insurance,welfare, and benefits records. 22. Material cost distribution worksheet. 23. Subcontractors' and lower tier subcontractors'payment certificates. 24. Payroll and vendors cancelled checks. 25. Cash disbursements journal. 26. All documents related to each and every claim together with all documents that support the amount of damages as to each claim. 27. Additional financial statements (including without limitation the balance sheet, income statement, statement of cash flows,and financial notes) preceding the execution of the Contract and following final payment of the Contract. 28. Depreciation records on all business Equipment maintained by the business involved,its accountant,or other Entity. (If a source other than depreciation records is used to develop cost for the Contractor's internal purposes in establishing the actual cost of owning and operating Equipment,all such other source documents.) The Contractor shall maintain all fiscal records in material compliance with generally accepted accounting principles,or other accounting principles that are accepted accounting principles and practices for the subject industry and adequate for the nature of the Contractor's business, and in such a manner that providing a complete copy is neither unreasonably time consuming nor unreasonably burdensome for the Contractor or the Agency. Failure to maintain the records in this manner shall not be an excuse for not providing the records. The Contractor shall include in its subcontracts,purchase orders,and all other written agreements,a provision requiring all subcontractors, Material Suppliers and providers of rented operated Equipment, (except non- DBE truck drivers),at all tiers to comply with 00170.07. The Contractor shall also require all subcontractors, Material Suppliers,and providers of rented operated Equipment, (except non-DBE truck drivers),at all tiers and Related Entities to include in their contracts, purchase orders, and all other written agreements, a provision requiring all lower tier subcontractors, Material Suppliers and providers of rented operated Equipment (except non-DBE truck drivers) to comply with 00170.07. The Material Suppliers to which this applies are those for Aggregates,Asphalt Cement Concrete, Portland Cement Concrete and the supply and fabrication of structural steel items or Material Suppliers that provide Material quotes and Related Entities as defined in OAR 731-005-0780. B. Access to Records -The Contractor shall provide the Engineer access to or a copy of all Contractor records upon request. A Project Manager's authority to request or access records is subject to OAR 731-005-0780(9). During the record retention period the Engineer,employees of the Agency,representatives of the Agency,or representatives of regulatory bodies or units of government may: 62 00170 1. Inspect, examine and copy or be provided a copy of all Contractor records; 2. Audit the records,a Contract or the performance of a Contract; 3. Inspect, examine and audit the records when,in the Agency's sole discretion, the records may be helpful in the resolution of any claim,litigation,administrative proceeding or controversy arising out of or related to a Contract. Reasons for access to audit, inspect, examine and copy records include without limitation,general auditing, reviewing claims, checking for collusive bidding, reviewing or checking payment of required wages, performance and contract compliance, workplace safety compliance, evaluating related Entities, environmental compliance, and qualifications for performance of the Contract, including the ability to perform and the integrity of the Contractor. Where such records are stored in a computer or in other digital media, the Engineer may request, and the Contractor shall provide, a copy of the data files and such other information or access to software to allow the Engineer review of the records. Nothing in 00170.07 is intended to operate as a waiver of the confidentiality of any communications privileged under the Oregon Evidence Code. Nothing in 00170.07 limits the records or documents that can be obtained by legal process. C. Record Retention Period-The Contractor shall maintain the records and keep the records accessible and available at reasonable times and places for at least 3 years from the date of final payment under the Contract, or until the conclusion of all audits, litigation, administrative proceedings, disputes and claims arising out of or related to the Contract,whichever date is later. D. Public Records Requests - If records provided under this section contain any information that may be considered exempt from disclosure as a trade secret under either ORS 192.501(2) or ORS 646.461(4), or under other grounds specified in Oregon Public Records Law, ORS 192.410 through ORS 192.505, the Contractor shall clearly designate on or with the records the portions which the Contractor claims are exempt from disclosure, along with a justification and citation to the authority relied upon. Entire records or documents should not be designated as a trade secret or otherwise exempt from disclosure. Only specific information within a record or document should be so designated. To the extent allowed by the Oregon Public Records Law or other applicable law related to the disclosure of public records,Agency will not disclose records or portions of records the Contractor has designated as trade secrets to a third party,who is not a representative of the Agency,to the extent the records are exempt from disclosure as trade secrets under the Oregon Public Records Law or other applicable law,except to the extent Agency is ordered to disclose in accordance with the Oregon Public Records Law or by a court of competent jurisdiction.Application of the Oregon Public Records Law or other applicable law shall determine whether any record,document or information is actually exempt from disclosure. In addition, in response to a public records request, the Agency will not produce or disclose records so identified as exempt by the Contractor to any person other than representatives of the Agency, and others with authorized access under 00170.07(b), without providing the Contractor a copy of the public records request,unless: • The Contractor consents to such disclosure;or • Agency is prohibited by applicable law or court order from providing a copy of the public records request to the Contractor. 00170.10 Required Payments by Contractors -The Contractor shall comply with ORS 279C.505 and ORS 279C.515 during the term of the Contract. 63 00170 A. Prompt Payment by Contractor for Labor and Materials -As required by ORS 279C.505,the Contractor shall: 1. Make payment promptly,as due,to all Entities supplying labor or Materials under the Contract; 2. Pay all contributions or amounts due the Industrial Accident Fund, whether from the Contractor or a subcontractor,incurred in the performance of the Contract; 3. Not permit any lien or claim to be filed against the State or any political subdivision thereof,on account of any labor or Material furnished in performance of the Contract;and 4. Pay to the Department of Revenue all sums withheld from employees according to ORS 316.167. B. Prompt Payment by Contractor to First-Tier Subcontractor(s) -According to ORS 279C.580(3)(a), after the Contractor has determined and certified to the Agency that one or more of its Subcontractors has satisfactorily performed subcontracted Work,the Contractor may request payment from the Agency for the Work,and shall pay the Subcontractor(s) within 10 Calendar Days out of such amounts as the Agency has paid to the Contractor for the subcontracted Work. C. Interest on Unpaid Amount- If the Contractor or a first-tier Subcontractor fails, neglects, or refuses to make payment to an Entity furnishing labor or Materials in connection with the Contract within 30 Days after the Contractors receipt of payment, the Contractor or first-tier Subcontractor shall owe the Entity the amount due plus interest charges that begin at the end of the 10 day period within which payment is due under ORS 279C.580(3) and that end upon final payment,unless payment is subject to a good-faith dispute as defined in ORS 279C.580(5)(b). The rate of interest on the amount due shall be in accordance with ORS 279C.515(2). The amount of interest shall not be waived. D. Agency's Payment of the Contractor's Prompt Payment Obligations - If the Contractor fails, neglects or refuses to make prompt payment of any invoice or other demand for payment for labor or services furnished to the Contractor or a Subcontractor by any Entity in connection with the Contract as such payment becomes due, the Agency may pay the Entity furnishing the labor or services and charge the amount of the payment against monies due or to become due the Contractor under the Contract. (The Agency has no obligation to pay these Entities, and Agency will not normally do so, but will refer them to the Contractor and the Contractor's Surety.) The payment of a claim by the Agency in the manner authorized in this Subsection shall not relieve the Contractor or the Contractor's Surety from obligations with respect to any such claims. E. Right to Complain to the Construction Contractors Board- If the Contractor or a subcontractor fails, neglects, or refuses to make payment to an Entity furnishing labor or Materials in connection with the Contract,the Entity may file a complaint with the Construction Contractors Board,unless payment is subject to a good-faith dispute as defined in ORS 279C.580(5)(b). F. Notice of Claim Against Bond-An Entity (which by definition includes a natural person) claiming not to have been paid in full for labor or Materials supplied for the prosecution of the Work may have a right of action on the Contractor's Payment Bond as provided in ORS 279C.600 through ORS 279C.625. The Commissioner of the Bureau of Labor and Industries (BOLI) may have a right of action on the Contractor's and Subcontractors' public works bonds and Payment Bonds for workers who have not been paid in full,as provided in ORS 279C.600 and ORS 279C.605. 00170.20 Public Works Bond—If the original Contract Amount is $100,000 or greater, then before starting work,or if the Contract Amount is amended to a Contract Amount$100,000 or greater,and unless otherwise exempt under ORS 279C.836(4), (7)—(9),the Contractor, shall file a public works bond with the Oregon Construction Contractors Board in the amount required by ORS 279C.836 [$30,000 (1970)] before starting or continuing Work on the project. Further,the Contractor shall then include in every subcontract a provision 64 00170 requiring the subcontractor to have a public works bond filed with the Oregon Construction Contractors Board in the amount required by ORS 279C.836 [$30,000 (1970)] before starting work,or if the Contract Amount is amended to$100,000 or above,before continuing Work on the project. ORS 279C830(3)(A,B). The Contractor shall verify subcontractors have filed a public works bond before the subcontractor begins Work. 00170.32 Protection of Navigable Waters -The Contractor shall comply with all applicable Laws,including without limitation the Federal River and Harbor Act of March 3, 1899 and its amendments. The Contractor shall not interfere with waterway navigation or impair navigable depths or clearances,except as U.S. Coast Guard or Corps of Engineer permits allow. 00170.60 Safety, Health,and Sanitation Provisions -The Contractor shall comply with all Laws concerning safety,health,and sanitation standards. The Contractor shall not require workers to perform Work under conditions that are hazardous, dangerous,or unsanitary. Workers exposed to traffic shall wear upper body garments or safety vests that are highly visible and meet the requirements of 00225.25. Workers exposed to falling or flying objects or electrical shock shall wear hard hats. Upon their presentation of proper credentials,the Contractor shall allow inspectors of the U.S. Occupational Safety and Health Administration (OSHA) and the Oregon Occupational Safety and Health Division (OR- OSHA) to inspect the Work and Project Site without delay and without an inspection warrant. According to ORS 468A.715 and ORS 468A.720,the Contractor or a Subcontractor who performs Project Work involving asbestos abatement shall possess a valid DEQ asbestos abatement license. 00170.61 Industrial Accident Protection: A. Workers' Compensation-The Contractor shall provide workers' compensation coverage for on-the-job injuries as required by 00170.70(d). 00170.62 Labor Nondiscrimination-The Contractor shall comply with all Laws concerning equal employment opportunity,including without limitation those prohibiting discrimination because of race,religion, color, sex, disability, or national origin. 00170.63 Payment for Medical Care -According to ORS 279C.530,the Contractor shall promptly,as due, make payment to any person,co-partnership,association or corporation furnishing medical, surgical and hospital care services or other needed care and attention,incident to sickness or injury, to the employees of the Contractor,of all sums that the Contractor agrees to pay for the services and all moneys and sums that the Contractor collected or deducted from the wages of employees under any law,contract or agreement for the purpose of providing or paying for the services. 00170.65 Minimum Wage and Overtime Rates for Public Works Projects: A. General-The Contractor is responsible for investigating local labor conditions. The Agency does not imply that labor can be obtained at the minimum hourly wage rates specified in State or federal wage rate publications, and no increase in the Contract Amount will be made if wage rates paid are more than those listed. B. State Prevailing Wage Requirements -The Contractor shall comply with the prevailing wage provisions of ORS 279C.800 through ORS 279C.870. 65 00170 1. Minimum Wage Rates — The Bureau of Labor and Industries (BOLI) determines and publishes the existing State prevailing wage rates in the publication"Prevailing Wage Rates for Public Works Contracts in Oregon". The Contractor shall pay workers not less than the specified minimum hourly wage rate according to ORS 279C.838 and ORS 279C.840 and shall include this requirement in all subcontracts. See the Project Wage Rates page included with the Contract Booklet for additional information about which wage rates apply to the project and how to access the applicable wage rates 2. Payroll and Certified Statements — As required in ORS 279C.845, the Contractor and every subcontractor shall submit written certified statements to the Engineer on the form prescribed by the Commissioner of BOLI in OAR 839-025-0010 certifying compliance with wage payment requirements and accurately setting out the Contractor's or subcontractor's weekly payroll records for each worker employed upon the project. The Contractor and subcontractors shall preserve the certified statements for a period of 6 years from the date of completion of the Contract 3. Additional Retainage: a) Agency—As required in ORS 279C.845(7) the Agency will retain 25%of any amount earned by the Contractor on the project until the Contractor has filed the certified statements required in ORS 279C.845 and in FHWA Form 1273,if applicable. The Agency will pay to the Contractor the amount retained within 14 Days after the Contractor files the required certified statements,regardless of whether a subcontractor has failed to file certified statements. b) Contractor—As required in ORS 279C.845(8)the Contractor shall retain 25%of any amount earned by a first tier subcontractor on the project until the first tier subcontractor has filed with the Agency the certified statements required in ORS 279C.845 and in FHWA Form 1273, if applicable. Before paying any amount retained, the Contractor shall verify that the first tier subcontractor has filed the certified statement. Within 14 Days after the first tier subcontractor files the required certified statement the Contractor shall pay the first tier subcontractor any amount retained. 4. Owner/Operator Data—For a project funded by the FHWA, the Contractor shall furnish data to the Engineer for each owner/operator providing trucking services. Furnish the data before the time the services are performed and include without limitation for each owner/operator: a) Drivers name; b) Copy of driver's license; c) Vehicle identification number; d) Copy of vehicle registration; e) Motor vehicle license plate number; Motor Carrier Plate Number; g) Copy of ODOT Motor Carrier 1A Permit;and Name of owner/operator from the side of the truck C. State Overtime Requirements -As a condition of the Contract, the Contractor shall comply with the pertinent provisions of ORS 279.520 and 279C.540. 1. Maximum Hours of Labor and Overtime Pay-According to ORS 279C.540, no person shall be employed to perform Work under this Contract for more than 10 hours in any 1 Day,or 40 hours in any 1 week, except in cases of necessity, emergency, or where public policy absolutely requires it. In such instances,the Contractor shall pay the employee at least time and a half pay: a) For all overtime in excess of 8 hours a day or 40 hours in any 1 week when the work week is 5 consecutive days,Monday through Friday;or b) For all overtime in excess of 10 hours a day or 40 hours in any 1 week when the work week is 4 consecutive days,Monday through Friday;and c) For all Work performed on Saturday and on any legal holiday specified in ORS 279C.540 66 00170 For additional information on requirements for overtime and establishing a work schedule see OAR 839- 025-0050 and OAR 839-025-0034. 2. Notice of Hours of Labor-The Contractor shall give written notice to employees of the number of hours per day and days per week the employees may be required to work. Provide the notice either at the time of hire or before commencement of work on this Contract, or by posting a notice in a location frequented by employees. 3. Exception-The maximum hours of labor and overtime requirements under ORS 279C.540 will not apply to the Contractor's Work under this Contract if the Contractor is a party to a collective bargaining agreement in effect with any labor organization. For a collective bargaining agreement to be in effect it shall be enforceable within the geographic area of the project, and its terms shall extend to workers who are working on the project(see OAR 839-025-0054). D. State Time Limitation on Claim for Overtime -According to ORS 279C.545, any worker employed by the Contractor is foreclosed from the right to collect any overtime provided in ORS 279C.540 unless a claim for payment is filed with the Contractor within 90 Days from the completion of the contract,provided the Contractor posted and maintained a circular as specified in this provision. Accordingly,the Contractor shall: 1. Cause a circular, clearly printed in boldfaced 12-point type containing a copy of ORS 279C.545, to be posted in a prominent place alongside the door of the timekeeper's office or in a similar place which is readily available and freely visible to any or all workers employed to perform Work;and 2. Maintain such circular continuously posted from the inception to the completion of the Contract on which workers are or have been employed. E. Additional Requirements When Federal Funds are Involved-When federal funds are involved, the following requirements shall apply in addition to the requirements of 00170.65(a) through 00170.65(d). The Contractor shall include these provisions in all subcontracts as well as ensure that all Subcontractors include these provisions in their lower tier subcontracts. 1. FHWA Requirements -For Federal-Aid projects, the Contractor shall comply with the provisions of FHWA Form 1273, "Required Contract Provisions Federal-Aid Construction Contracts". 2. Minimum Wage Rates -The Contractor shall pay each worker in each trade or occupation employed to perform any work under the contract not less than the existing State (BOLI) prevailing wage rate or the applicable federal prevailing wage rate required under the Davis-Bacon Act (40 U.S.C. 3141 et seq.), whichever is higher. The Contractor shall include this provision in all subcontracts. a) Seethe Project Wage Rates page included with the Contract Booklet for additional information about which wage rates apply to the project and how to access the applicable wage rates. b) The applicable Davis-Bacon and BOLI wage rates will be included in the Contract 3. Payroll and Certified Statements — In addition to providing the payroll information and certified statements required under ORS 279C.845 (see 00170.65(b-2)), the Contractor and every subcontractor shall submit written certified statements that also meet the requirements in Section IV of FHWA Form 1273 except the Contractor and every subcontractor shall preserve the certified statements for a period of 6 years from the date of completion of the Contract. 4. Overtime -With regard to overtime pay, the Contractor shall comply with the overtime provision affording the greatest compensation required under FHWA Form 1273 and ORS 279C.540. 67 00170 00170.70 Insurance: A. Insurance Coverages -The Contractor shall obtain,at its expense,and keep in effect during the term of the Contract, the insurance coverages in accordance with the Public Improvement Contract in the Contract Booklet and comply with all insurance provisions thereof The insurance coverages shall also be maintained throughout the Contractor's Correction Period as defined in 00170.85(6). 00170.71 Independent Contractor Status -The service or services to be rendered under this Contract are those of an independent contract. The Contractor is not an officer, employee,or agent of the Agency as those terms are used in ORS 30.265. 00170.74 Employee Drug Testing Program-As required by ORS 279C.505(2),the Contractor shall have in place,and maintain during the period of the Contract,an employee drug-testing program. The Agency retains the right to audit and/or monitor the program. On request by the Engineer,the Contractor shall furnish a copy of the employee drug-testing program. 00170.75 Oregon Tax Laws -The Contractor shall comply with Oregon tax laws as required by ORS 305.385. 00170.76 Subcontractors Nondiscrimination-The Contractor shall comply with ORS 279A.110 as to nondiscrimination as to relations with Subcontractors. 00170.78 Conflict of Interest-The Contractor shall not give or offer any gift,loan,or other thing of value to any member of the Agency's governing body or employee of the Agency in connection with the award or performance of any Contract. The Contractor shall not rent,lease,or purchase Materials, supplies,or Equipment,with or through any Agency employee or member of the Agency's governing body. No ex-employee of the Agency who has worked for the Agency on any phase of the Project within the prior 2 years may be employed by the Contractor to perform Work on the Project. 00170.79 Third Party Beneficiary-There are no third-party beneficiaries of the Contract,unless federal transportation funding is involved then the State of Oregon,the Oregon Transportation Commission and the Oregon Department of Transportation and their respective officers and members and employees,are third- party beneficiaries of the Contract. 00170.80 Responsibility for Damage to Work: A. Responsibility for Damage in General-The Contractor shall perform Work, and furnish Materials and Equipment for incorporation into the Work, at the Contractor's own risk, until the entire Project has been completed and until Final Completion as determined by the Agency. The Contractor shall repair all damages to Work performed, Materials supplied, and Equipment incorporated into the Work, except as otherwise provided in this Section. B. Repair of Damage to Work-Until Final Completion,the Contractor shall promptly rebuild,repair,restore, and make good damages to all portions of the permanent or temporary Work.The Contractor shall perform all repairs of damage to Work at no additional cost to the Agency,except for repairs necessitated by damage caused by: 1. Acts of God or Nature,as defined in Section 00110;or 2. Actions of governmental authorities 68 00170 C. Vandalism and Theft-Vandalism includes damage to or destruction of Work or portions of Work that remain on the Project Site resulting from vandalism, criminal mischief, arson, or other criminal or illegal behavior. The Contractor shall provide reasonable protection of the Work from vandalism until Final Completion. Theft includes the loss of Work or portions of Work that are lost or stolen or otherwise unaccounted for from the Project Site or from Materials or fabrication locations. The Contractor shall remain solely responsible for all losses caused by theft,including without limitation theft that occurs in conjunction with vandalism. 00170.82 Responsibility for Damage to Property and Facilities: A. In General-As used in this Subsection, the term "Contractor" shall include the Contractor's agents, Subcontractors, and all workers performing Work under the Contract; and the term "damage" shall include without limitation soiling or staining surfaces by tracking or splashing mud, asphalt, and other materials, as well as damage of a more serious nature. The Contractor shall be solely responsible for damages arising from: 1. The Contractor's operations; 2. The Contractor's negligence,gross negligence,or intentional wrongful acts;and 3. The Contractor's failure to comply with any Contract provision. The Agency may withhold funds due the Contractor or the Contractor's Surety until all lawsuits,actions,and claims for injuries or damages are resolved,and satisfactory evidence of resolution is furnished to the Agency. B. Protection and Restoration of Agency Property and Facilities -The following requirements apply to highways, highway Structures and other improvements that are existing, under construction, or completed. The Contractor shall: 1. Provide adequate protection to avoid damagingAgency property and facilities; 2. Be responsible for damage to Agency property and facilities caused by or resulting from the Contractor's operations;and 3. Clean up and restore such damage by repair,rebuilding,replacement,or compensation,as determined by the Engineer. C. Protection and Restoration of Non-Agency Property and Facilities -The Contractor shall determine the location of properties and facilities that could be damaged by the Contractors operations,and shall protect them from damage. The Contractor shall protect monuments and property marks until the Engineer has referenced their location and authorized their removal. The Contractor shall restore property or facilities damaged by its operations to the condition that existed before the damage,at no additional compensation. The Contractor shall provide temporary facilities when needed,e.g.,to maintain normal service or as directed by the Engineer,until the required repair,rebuilding,or replacement is accomplished. The Contractor shall protect specific service signs, e.g., business logos, and tourist-oriented directional signs (TODS) from damage, whether the signs are to remain in place or be placed on temporary supports. The Contractor shall repair or replace damaged signs at no cost to the Agency. Liquidated damages will be assessed against the Contractor in the amount of$200 per day for each sign out of service for more than 5 Calendar Days because of the Contractor's operations. 69 00170 00170.85 Responsibility for Defective Work-The Contractor shall make good any defective Work, Materials or Equipment incorporated into the Work,according to the provisions of Section 00150. A. Latent Defects -The Contractor shall remain liable for all latent defects resulting from causes other than fraud or gross mistakes that amount to fraud until the expiration of all applicable statutes of limitation and ultimate repose, the Performance Bond,Warranty Bond, or Correction Period,whichever expires last. The Contractor shall remain liable for all latent defects resulting from fraud or gross mistakes that amount to fraud regardless of when those latent defects may be discovered,and regardless of whether such discovery occurs outside any applicable statutes of limitation or ultimate repose or any applicable Performance Bond,Warranty Bond, or Correction Period. B. Correction Period for Agency Projects -The Contractor shall warrant all Work and workmanship, including Changed Work,Additional Work, Incidental Work, On-Site Work,and Extra Work,and Materials and Equipment incorporated in the Work, for one year from the date of Second Notification (Correction Period), except that manufacturers', installers' or suppliers'warranties and extended warranties according to 00170.85(c) shall not be abridged. The Correction Period warranty described herein shall include extension of the Performance Bond for a period of one year from the date of Second Notification. The Contractor shall be responsible for meeting the technical and performance Specifications required, making good the Work, and for all repairs of damage to the Work and other improvements, natural and artificial structures, systems, equipment, and vegetation caused by, or resulting in whole or in part from occurrences beginning during the warranty period and are the result of defects in Materials, Equipment,and workmanship. The Contractor shall be responsible for all costs associated with completing the repair of the defects and for associated Work including but not limited to permitting,mobilization,traffic control,erosion control, surface restoration, site cleanup and remediation caused by, or resulting in whole or in part from, defects in Materials, Equipment, or workmanship, and other Work determined by the Engineer to be necessary to complete the repair of the defects. Within 10 Calendar Days of the Agency's written notice of defects,the Contractor,or the Contractor's Surety, shall vigorously and continuously correct and repair the defects and all related damage. If the Contractor or the Contractor's Surety fails to correct and repair the defects,the Agency may have the correction and repair done by others. The Contractor or Contractor's Surety shall promptly reimburse the Agency for all expenses incurred to correct and repair the defects. In the event of an emergency, where delay could result in serious loss or damage, the Agency may make emergency corrections and repairs, without written notice. The Contractor or Contractor's Surety shall promptly reimburse the Agency for all expenses incurred to correct and repair the defects. Corrections,repairs,replacements or changes shall be warranted for an additional 1 year period beginning on the date of the Agency's acceptance of the corrections,repairs,replacements or changes. Without limiting the general applicability of other survival clauses under the Contract,this warranty provision shall survive expiration or termination of the Contract. C. Manufacturer, Supplier or Installer Warranties and Guarantees: 1. Manufacturer, Supplier or Installer Warranties -For those Specification Sections referencing this 00170.85(c-1) Subsection, the Contractor shall furnish Warranties from the Manufacturer, Supplier or Installer and signed by the respective authorized Representative. The warranty period will be specified in the applicable Specification Section for which it applies. 70 00170 The warranty period will begin on the date the Engineer issues Second Notification unless otherwise specified in the Contract. Corrections, repairs, replacements or changes shall be warranted for an additional Warranty period beginning on the date of the Agency's acceptance of the corrections,repairs,replacements or changes. When the Agency makes written notification to the Manufacturer, Supplier or Installer of failure of an item covered by this warranty, the warranty period will stop for the effected item or the portion of the effected item that failed, as applicable,until the required repairs or replacements are made and accepted. All repaired or replaced items shall meet current specifications,unless otherwise specified in the Contract, and will be warranted for the remaining warranty period. Warranty work shall be performed when weather permits. If,in the opinion of the Engineer, temporary repairs are necessary, the temporary repairs will be made by the Agency or an independent contractor at the Manufacturer's,Supplier's or Installer's expense. The Manufacturer,Supplier or Installer shall replace all temporary repairs at no additional cost to the Agency. The Manufacturer, Supplier or Installer shall provide all required traffic control during repair or replacement of failed items at no additional cost to the Agency. 2. Trade Practice Guarantees -For those Items installed on the Project that have customary trade practice guarantees,the Contractor shall furnish the guarantees to the Engineer at the completion of the Contract. 00170.89 Protection of Utility, Fire-control,and Railroad Property and Services;Repair;Roadway Restoration: A. Protection of Utility,Fire-Control,and Railroad Property and Services;Coordination-The Contractor shall avoid damaging the properties of Utilities, Railroads, railways, and fire-control authorities during performance of the Work. The Contractor shall cooperate with and facilitate the relocation or repair of all Utilities and Utility services, as required under 00150.50, and of Railroad and fire-control property and railways. The Contractor shall conduct no activities of any kind around fire hydrants until the local fire-control authority has approved provisions for continued service. The Contractor shall immediately notify any Utility, Railroad, or fire-control authority whose facilities have been damaged. If an Entity has a valid permit from the proper authority to construct,reconstruct,or repair Utility,Railroad, or fire-control service in the Roadway,the Contractor shall allow the permit holder to perform the work. B. Restoration of Roadway after Repair Work-The Contractor shall restore the Roadway to a condition at least equal to that which existed before the repair work addressed under this Subsection was performed, as directed by the Engineer. All restoration work required as a result of Contractor's failure to protect Utilities, Railroads, railways and fire-control facilities shall be at the Contractor's expense. Restoration which constitutes Extra Work will be paid as Extra Work. 00170.92 Fencing, Protecting Stock,and Safeguarding Excavations -The Contractor shall be responsible for loss,injury,or damage that results from its failure to restrain stock and persons. A. At the Contractor's Expense-The Contractor shall restrain stock to lands on which they are confined using temporary fences or other adequate means. The Contractor shall provide adequate temporary fences or other protection around excavations to prevent animals and unauthorized persons from entering. 71 00170 The Contractor shall repair, at Contractors expense and to the Engineer's satisfaction, fences damaged by the Contractor's operations and the operations of the Contractor's agents, employees and Subcontractors. B. At the Agency's Expense -The Contractor shall construct fences, or move and reconstruct fences, as shown on the Contract Documents or as directed by the Engineer. The Contractor shall tear down and remove fencing within the Right-of-Way when no longer needed, as part of the removal Work described in and paid for according to Section 00310. 00170.93 Trespass -The Contractor shall be responsible for its own,its agents' and employees',and its Subcontractors' trespass or encroachment upon, or damage to,property during performance of the Contract. 00170.94 Use of Explosives -The Contractor shall comply with all Laws pertaining to the use of explosives. The Contractor shall notify anyone having facilities near the Contractor's operations of Contractor's intended use or storage of explosives. The Contractor shall be responsible for all damage resulting from its own,its agents' and employees',and its Subcontractors' use of explosives. (see 00330.41(e) and Section 00335). 72 00180 Section 00180- Prosecution and Progress 00180.00 Scope -This Section consists of requirements for assignment of the Contract, subcontracting, time for performance, Contract responsibility,suspensions,terminations,and related provisions. 00180.05 Assignment/Delegation of Contract-Unless the Agency gives prior written consent, the Contractor shall not assign,delegate, sell, or transfer to any Entity,or otherwise dispose of any Contract rights or obligations,including without limitation: A. The power to execute or perform the Contract;or B. Any of its right, title or interest in the Contract. Any attempted assignment,delegation,or disposition without prior Agency consent shall be void. Such Agency consent will not normally be given except for the assignment of funds due under the Contract,as provided in 00180.06. If written Agency consent is given to assign,delegate,or otherwise dispose of any Contract rights or obligations,it shall not relieve the Contractor or its Surety of any part of their responsibility under the Contract. 00180.06 Assignment of Funds Due under the Contract-Assignment of funds due or to become due under the Contract to the Contractor will not be pertnitted unless: A. The assignment request is made on the form acceptable to the Agency; B. The Contractor secures the written consent of the Contractors Surety to the assignment;and C. The Engineer approves the assignment. 00180.10 Responsibility for Contract-The Contractor shall direct and coordinate the operations of its employees,Subcontractors and agents performing Work,and see that the Engineer's orders are carried out promptly. The Contractor's failure to direct, supervise and control its employees,Subcontractors and agents performing Work will result in one or more of the following actions,or other actions as the Engineer deems appropriate: A. Suspension of the Work; B. Withholding of Contract payments,as necessary to protect the Agency; C. Ordering removal of individuals from the Project Site;or D. Termination of the Contract. Action by the Agency under this provision will not prejudice any other remedy it may have. 00180.15 Agency's Right to Do Work at Contractor's Expense -Except as otherwise provided in 00150.75 and 00220.60,if the Contractor neglects to prosecute the Work properly or fails to perform any provision of the Contract,the Agency may,after 2 Calendar Days'written notice,correct the deficiencies at the Contractor's expense. In situations where the Engineer reasonably believes there is danger to life or property, the Agency may immediately and without notice correct the deficiencies at the Contractors expense. Action by the Agency under this provision will not prejudice any other remedy it may have. 73 00180 00180.20 Subcontracting Limitations: A. General-The Contractor's own organization shall perform Work amounting to at least the percentage of the original Contract Amount as indicated in the Special Provisions. The value of subcontracted Work is the full compensation to be paid to the Subcontractor(s) for all pay items in the Subcontract(s). B. Own Organization-The term "own organization", as used in Section 00180, includes only employees of the Contractor,Equipment owned or rented by the Contractor,Incidental rental of operated Equipment,and Materials and Equipment to be incorporated into the Work purchased or produced by the Contractor. C. Rental of Operated Equipment-The Agency will not allow a Disadvantaged Business Enterprise (DBE) firm to provide services without a subcontract covering all Work to be performed by the DBE firm. 00180.21 Subcontracting: A. Substitution of Disclosed Subcontractors -The Contractor may only substitute a previously disclosed first-tier Subcontractor according to the provisions of ORS 279C.585. The Contractor shall provide the Engineer with a written notification that identifies the name of the proposed new Subcontractor and the reason for the substitution. Authorized reasons for substitution are limited to the following circumstances (see ORS 279C.585(1) through ORS 279C.585(10)): 1. The disclosed Subcontractor fails or refuses to execute a written contract that is reasonably based either upon the Project Plans and Specifications, or the terms of the Subcontractors written Bid, after having had a reasonable opportunity to do so; 2. The disclosed Subcontractor becomes bankrupt or insolvent; 3. The disclosed Subcontractor fails or refuses to perform the contract; 4. The disclosed Subcontractor fails or refuses to meet the bond requirements of the prime Contractor that had been identified prior to the Bid submittal; 5. The Contractor demonstrates to the Agency that the Subcontractor was disclosed as the result of an inadvertent clerical error; 6. The disclosed Subcontractor does not hold a license from the Construction Contractors Board and is required to be licensed by the board; 7. The Contractor determines that the Work performed by the disclosed Subcontractor is not in substantial compliance with the Plans and Specifications, or that the Subcontractor is substantially delaying or disrupting the progress of the Work; 8. The disclosed Subcontractor is ineligible to work on a public improvement according to the applicable statutory provisions; 9. The substitution is for "good cause" as defined by State Construction Contractors Board rule;or 10. The substitution is reasonably based on the Contract alternates chosen by the Agency. B. Terms of Subcontracts -Subcontracts shall provide that work performed under the subcontract shall be conducted and performed according to the terms of the Contract. Compliance with 00170.07 is required. All subcontracts, including Contractor's with the first-tier Subcontractors and those of the first-tier Subcontractors with their subcontractors, and any other lower tier subcontracts shall contain a clause or condition that if the Contractor or a subcontractor fails, neglects, or refuses to make payment to an Entity furnishing labor or Materials in connection with the Contract, the Entity may file a complaint with the Construction Contractors Board, unless payment is subject to a good-faith dispute as defined in ORS 279C.580. Additionally,according to the provisions of ORS 279C.580, subcontracts shall include: 1. A payment clause that obligates the Contractor to pay the first-tier Subcontractor for satisfactory performance under the subcontract within 10 Calendar Days out of amounts the Agency pays to the Contractor under the Contract. 74 00180 2. A clause that requires the Contractor to provide the first-tier Subcontractor with a standard form that the first-tier Subcontractor may use as an application for payment or as another method by which the Subcontractor may claim a payment due from the Contractor. 3. A clause that requires the Contractor, except as otherwise provided in this subsection, to use the same form and regular administrative procedures for processing payments during the entire term of the subcontract. The Contractor may change the form or the regular administrative procedures the Contractor uses for processing payments if the Contractor: a) Notifies the Subcontractor in writing at least 45 Calendar days before the date on which the Contractor makes the change;and b) Includes with the written notice a copy of the new or changed form or a description of the new or changed procedure. 4. An interest penalty clause that obligates the Contractor, if the Contractor does not pay the first-tier Subcontractor within 30 Calendar Days after receiving payment from the Agency, to pay the first-tier Subcontractor an interest penalty on amounts due in each payment the Contractor does not make in accordance with the payment clause included in the subcontract under 00180.21(d-1). The Contractor or first-tier Subcontractor is not obligated to pay an interest penalty if the only reason that the Contractor or first-tier Subcontractor did not make payment when payment was due is that the Contractor or first- tier Subcontractor did not receive payment from the Agency or the Contractor when payment was due. The interest penalty applies to the period that begins on the day after the required payment date and ends on the date on which the amount due is paid;and shall be computed at the rate specified in 00170.10(c). 5. A clause that requires the Contractor's first-tier Subcontractor to include a payment clause and an interest penalty clause that conform to the standards of ORS 279C.580 (see 00180.21(d-1) and 00180.21(d-4)) in each of the first-tier Subcontractor's subcontracts and to require each of the first-tier Subcontractor's subcontractors to include such clauses in their subcontracts with each lower-tier subcontractor or Material supplier. These payment clauses shall require the Contractor to return all retainage withheld from the Subcontractor,whether held by the Contractor or the Agency,as specified in 00195.50(d). As required by ORS 279C.800 through ORS 279C.870, subcontracts shall include: a) A provision requiring the subcontractor to have a public works bond filed with the Construction Contractors Board before starting Work on the Project,unless exempt. b) A provision requiring that the workers shall be paid not less than the specified minimum hourly rate of wage. C. Contractor's Responsibilities -Whether or not stated in the subcontract agreement itself, the Contractor shall remain solely responsible for administration of the subcontract,including but not limited to: 1. Performance of subcontracted Work; 2. Progress of subcontracted Work; 3. Payments for accepted subcontracted Work;and 4. Disputes and claims for additional compensation regarding subcontracted Work. It shall be the direct responsibility of the Contractor to ensure that each and every Subcontractor will not only be issued a complete and current set of Plans and Specifications, but also that these Plans and Specifications are on the project site and in use by the Subcontractor when it is performing its portion of the project. 75 00180 Subcontracted Work shall not create a contract between the Agency and the Subcontractor, will not convey to the Subcontractor any rights against the Agency, and will not relieve the Contractor or the Contractor's Surety of any of their responsibilities under the Contract. D. Failure to Comply-Failure to comply with 00180.21 will be cause for the Engineer to take action reasonably necessary to obtain compliance. This action may include,but is not limited to: 1. Suspension of the Work; 2. Withholding of Contract payments as necessary to protect the Agency;and 3. Termination of the Contract. 00180.22 Payments to Subcontractors and Agents of the Contractor-To the extent practicable,the Contractor shall pay in the same units and on the same basis of measurement as listed in the Schedule of Items for subcontracted Work or other Work not done by the Contractor's own organization. The Agency will not be responsible for any overpayment or losses resulting from overpayment by the Contractor to Subcontractors and to its other agents,work providers, service providers,and trucking service providers. If requested in writing by a first-tier Subcontractor,the Contractor shall send to the Subcontractor,within 10 Calendar Days of receiving the request,a copy of that portion of any invoice or request for payment submitted to the Agency,or pay document provided by the Agency to the Contractor, specifically related to any labor,Equipment,or Materials supplied by the first-tier Subcontractor. 00180.30 Materials,Equipment, and Work Force -The Contractor shall furnish suitable and sufficient Materials, Equipment,and personnel to properly prosecute and complete the Work. The Contractor shall use only Equipment of adequate size and condition to meet the requirements of the Work and Specifications,and to produce a satisfactory quality of Work. Upon receipt of the Engineers written order, the Contractor shall immediately remove, and not use again on the Project without the Engineers prior written approval, Equipment that,in the Engineers opinion, fails to meet Specifications or produce a satisfactory product or result. The work force shall be trained and experienced for the Work to be performed. Upon receipt of the Engineers written order,the Contractor shall immediately remove from the Project Site,and shall not employ again on the Project without the Engineers prior written approval,any supervisor or employee of the Contractor or any subcontractor who,in the Engineer's opinion,does not perform satisfactory Work or whose conduct interferes with the progress of the Work. If the Contractor fails to remove Equipment or persons as ordered, or fails to furnish suitable and sufficient Materials,Equipment and personnel for the proper prosecution of the Work,the Engineer may suspend the Work by written notice until such orders are complied with and such deficiencies are corrected, or the Engineer may terminate the Contract under the provisions of 00180.90(a). 00180.31 Required Materials,Equipment, and Methods -The Engineer's decisions under this Section are final. A. General-When the Equipment and methods to be used are not specified in the Contract, any Equipment or methods that accomplish the Work as required by the Contract will be permitted. When the Contract specifies certain Equipment or methods, the Contractor shall use the Equipment or methods specified unless otherwise authorized by the Engineer in writing. B. Substitution of Materials and Equipment to be Incorporated into the Work-After execution of the Contract, the Engineer may approve substitution of Materials and Equipment to be incorporated into the Work as follows: 76 00180 I. Reasons for Substitution-The Engineer will consider substitution only if a) In the judgement of the Engineer, the proposed Materials or Equipment are equal to or superior to the specified items in construction, efficiency and utility; or b) Due to reasons beyond the control of the Contractor,the specified Materials or Equipment cannot be delivered to the Project in sufficient time to complete the Work in proper sequence. 2. Submittal of Request-The Contractor shall submit requests for substitution to the Engineer,including manufacturers'brochures and other information needed to verify equality of the proposed item(s). C. Substitution of Equipment Specified to Perform Work-The Agency encourages development of new or improved Equipment and innovative use of Equipment. When the Specifications require Equipment of a particular size or type to be used to perform certain portions of the Work, the Contractor may submit a request to the Engineer to use Equipment of a different size or type. The request will not be considered as a cost reduction proposal under 00140.70. The request shall: 1. Be in writing and include a full description of the Equipment proposed and its intended use; 2. Include the reasons for requesting the substitution;and 3. Include evidence,obtained at the Contractor's expense and satisfactory to the Engineer,that the proposed Equipment is capable of functioning as well as or better than the specified Equipment. The Engineer will consider the Contractor's request and will provide a written response to the Contractor, either permitting or denying use of the proposed Equipment. Permission may be granted on a trial basis to test the quality of Work actually produced,subject to the following: 1. There will be no cost to the Agency,either in Contract Amount or in Contract Time; 2. The permission may be withdrawn by the Engineer at any time if, in the Engineer's opinion, the Equipment is not performing in all respects equivalent to the Equipment specified in the Contract; 3. If permission is withdrawn,the Contractor shall perform the remaining Work with the originally-specified Equipment;and 4. The Contractor shall remove and replace nonspecification Work resulting from the use of the Contractor's proposed Equipment, or otherwise correct it as the Engineer directs, at no additional compensation. D. Substitution of Methods -The Agency encourages development of new, improved, and innovative construction methods. When the Plans or Specifications require a certain construction method for a portion of the Work, the Contractor may submit a request for a change by following the provisions of 00140.70, "Cost Reduction Proposals". 00180.40 Limitation of Operations: A. In General-The Contractor shall comply with all Contract provisions and shall: 1. Conduct the Work at all times so as to cause the least interference with traffic, and 2. Not begin Work that may allow damage to Work already started. B. On-Site Work-The Contractor shall not begin On-Site Work until the Contractor has: 1. Received Notice to Proceed; 2. Filed with the Construction Contractors Board the public works bond as required in 00170.20; 3. An approved Project Work schedule; 4. An approved Traffic Control Plan; 77 00180 5. An approved Spill Prevention Control and Countermeasure Plan,if required; 6. An approved Pollution Control Plan; 7. An approved Erosion and Sediment Control Plan; 8. Met with the Engineer at the required preconstruction conference;and 9. Assembled all Materials, Equipment, and labor on the Project Site, or has reasonably assured that they will arrive on the Project Site, so the Work can proceed according to the Project Work schedule. 00180.41 Project Work Schedules -The Contractor shall submit a Project Work schedule meeting the requirements of this Subsection to the Engineer. The Project Work schedule is intended to identify the sequencing of activities and time required for prosecution of the Work. The schedule is used to plan, coordinate,and control the progress of construction. Therefore,the Project Work schedule shall provide for orderly,timely,and efficient prosecution of the Work,and shall contain sufficient detail to enable both the Contractor and the Engineer to plan,coordinate,analyze,document,and control their respective Contract responsibilities. Sufficient detail shall also include all required double shifts,overtime work, or combination of both necessary to complete Contract Work within the Contract Time. The Contractor shall submit a schedule or plan for each activity that is behind schedule showing,in sufficient detail,the proposed corrective action to complete Contract Work within the Contract Time. Sufficient detail shall include all required double shifts,overtime work,or combination of both. Contractor's activity related to developing, furnishing,monitoring,and updating these required schedules is Incidental. The Contractor shall submit a supplemental"look ahead" Project Work schedule to the Engineer prior to or at each Project progress meeting. The "look ahead" Project Work schedule is supplemental to the Type A,B,or C schedule specified below. The supplemental"look ahead" Project Work schedule shall: 1. Identify the sequencing of activities and time required for prosecution of the Work. 2. Provide for orderly,timely,and efficient prosecution of the Work. 3. Contain sufficient detail to enable both the Contractor and the Engineer to plan, coordinate, analyze, document,and control their respective Contract responsibilities. The supplemental"look ahead" Project Work schedule shall be written in common terminology and show the planned Work activities broken down into logical,separate activities by area, stage,and size and include the following information: 1. The resources the Contractor, subcontractors,or services will use. 2. The locations of each activity that will be done including the limits of the work by mile posts,stations,or other indicators. 3. The time frames of each activity by Calendar Days, shifts,and hours. 4. All anticipated shoulder,lane,and road closures. At a minimum, the Contractor shall prepare a bar chart that: 1. Shows at least 3 weeks of activity including the week the bar chart is issued. 2. Uses a largest time scale unit of 1 Calendar Day. Smaller time scale units may be used if needed. 3. Is appropriate to the activities. 4. Identifies each Calendar Day by month and day. Include the Contract name,Contract number,Contractor's name,and date of issue on each page of the bar chart. 78 00180 The Contractor shall submit the supplemental"look ahead"Project Work schedule starting at First Notification and continuing until Second Notification has been issued and all punch list items and final trimming and clean- up has been completed. The Contractor shall meet with the Engineer to review the supplemental "look ahead" Project Work schedule. If the Engineer or the Contractor determines that the current supplemental "look ahead" Project Work schedule requires changes or additions,either notations can be made on the current schedule or the Engineer may require the submittal of a revised supplemental"look ahead" Project Work schedule. Review of the current and subsequent supplemental"look ahead" Project Work schedules does not relieve the Contractor of responsibility for timely and efficient execution of the Contract. One of the following Type "A", "B", or"C" schedules will be required under the Contract. The type of schedule will be identified in the Special Provisions. A. Type "A" Schedule -When a Type "A" schedule is required,the Contractor shall do the following: 1. Schedule -Calendar Days prior to the preconstruction conference, the Contractor shall provide to the Engineer four copies of a Project Work schedule,including a time-scaled bar chart and narrative,showing: a) Expected beginning and completion dates of each activity,including all staging; and b) Elements of the Traffic Control Plan as required under 00225.05. The schedule shall show detailed Work activities as follows: a) Construction activities; b) The time needed for completion of the utility relocation work; c) Submittal and approval of Materials samples and shop drawings; d) Fabrication,installation, and testing of special Materials and Equipment; and e) Duration of Work,including completion times of all stages and their sub phases. For each activity, the Project Work schedule shall list the following information: a) A description in common terminology; b) The quantity of Work,where appropriate,in common units of measure; c) The activity duration in Calendar Days; and d) Scheduled start, completion, and time frame shown graphically using a time-scaled bar chart. The schedule shall show the Work broken down into logical, separate activities by area, stage, or size. The duration of each activity shall be verifiable by manpower and Equipment allocation, in common units of measure, or by delivery dates. The bar chart shall be prepared as follows: a) The length of bar shall represent the number of workdays scheduled. b) The time scale shall be appropriate for the duration of the Contract. c) The time scale shall be in Calendar Days. d) The smallest unit shown shall be 1 Calendar Day. e) The first day and midpoint of each month shall be identified by date. f) Distinct symbols shall be used to denote multiple shift, holiday, and weekend Work. Each page of the bar chart shall include a title block showing the Contract name and number, Contractor's name, date of original schedule, and all update dates; and a legend containing the symbols used, their definitions, and the time scale, shown graphically. To ensure readability the bar chart shall be drawn on a reasonable size of paper up to a maximum of 36 inch by 36 inch,using multiple sheets when needed. 79 00180 Within 7 Calendar Days after the preconstruction conference, the Engineer and the Contractor shall meet to review the Project Work schedule as submitted. The Engineer will review the schedule for compliance with all Contract Time limitations and other restraints. Review of this and subsequent schedules by the Engineer shall not relieve the Contractor of responsibility for timely and efficient execution of the Contract. Within 10 Calendar Days of this meeting, the Contractor shall resubmit to the Engineer four copies of the Project Work schedule,including required revisions. 2. Review by the Engineer-The Project Work schedule may need revision as the Work progresses. Therefore, the Contractor shall periodically review the Project Work schedule and progress of the Work with the Engineer. If the Engineer or the Contractor determines that the Project Work schedule no longer represents the Contractor's own plans or expected time for the Work, a meeting shall be held between the Engineer and the Contractor. At this meeting,the Contractor and the Engineer shall review Project events and any changes for their effect on the Project Work schedule. The Contractor shall compile an updated Project Work schedule incorporating any changes to the Project completion time(s). The bar chart shall reflect the updated information. The Contractor shall submit four copies of the updated Project Work schedule to the Engineer within 7 Calendar Days after the meeting. The report shall include without limitation the following: a) Sufficient narrative to describe the past progress, anticipated activities,and stage Work; b) A description of any current and expected changes or delaying factors and their effect on the construction schedule; and c) Proposed corrective actions. B. Type "B" Schedule -When a Type "B Schedule is required,the Contractor shall do the following: 1. Initial Schedule -Calendar Days prior to the preconstruction conference, the Contractor shall provide to the Engineer four copies of a time-scaled bar chart Project Work schedule showing: a) Expected beginning and completion date of each activity,including all staging; and b) Elements of the Traffic Control Plan as required under 00225.05. The initial schedule shall show all Work intended for the first 60 Days of the Contract to the level of detail described in (2) below, and shall show the priority and interdependence (sequencing and network logic) of all major segments of the remainder of the Work. 2. Detailed Schedule - In addition to the above requirements,and within 30 Calendar Days after the Notice to Proceed,the Contractor shall provide the Engineer one digital copy and four paper copies of a detailed time-scaled bar chart Project Work schedule indicating the critical course of the Work. The digital copy shall be compatible with MS Project 2003,Primavera P3,SureTrak Project Manager 3.0, or another scheduling program approved by the Engineer. Detailed work schedule activities shall include the following: a) Construction activities; b) The time needed for completion of the utility relocation work; c) Submittal and approval of Material samples and shop drawings; d) Procurement of critical Materials; e) Fabrication,installation, and testing of special Material and Equipment;and f) Duration of Work,including completion times of all stages and their sub phases. For each activity,the Project Work schedule shall list the following information: 80 00180 a) A description in common terminology; b) The quantity of Work,where appropriate,in common units of measure; c) The activity duration in normal workdays; and d) Scheduled start, completion, and time frame shown graphically using a time-scaled bar chart. The schedule shall show the Work broken down into logical, separate activities by area, stage, or size. The duration of each activity shall be verifiable by manpower and Equipment allocation, in common units of measure, or by delivery dates. The bar chart shall be prepared as follows: a) The length of bar shall represent the number of normal workdays scheduled. b) The time scale shall be appropriate for the duration of the Contract. c) The time scale shall be in normal workdays (every day except Saturday,Sunday,and legal holidays). d) The smallest unit shown shall be 1 Calendar Day. e) The first day and midpoint of each month shall be identified by date. f) Distinct symbols shall be used to denote multiple shift, holiday, and weekend Work. The bar chart drawing(s) shall include a title block showing the Contract name and number,Contractor's name, date of original schedule, and all update dates; and a legend containing the symbols used, their definitions, and the time scale, shown graphically. To ensure readability the bar chart shall be drawn on a reasonable size of paper up to a maximum of 36 inch x 36 inch,using multiple sheets when needed. Within 10 Calendar Days after submission of the Project schedule the Engineer and the Contractor shall meet to review the Project schedule as submitted. Within 10 Days of the review meeting,the Contractor shall resubmit to the Engineer one digital and four paper copies of the Project schedule,including required revisions. The accepted Project schedule shall represent all Work,as well as the planned sequence and time for the Work. Review of this and subsequent schedules by the Engineer shall not relieve the Contractor of responsibility for timely and efficient execution of the Contract. 3. Review and Reporting-The Project Work schedule may require revision as the Work progresses. Therefore,the Contractor shall monitor and when necessary revise the Project Work schedule as follows: a) Review with the Engineer -The Contractor shall perform ongoing review of the Project Work schedule and progress of the Work with the Engineer. If the Engineer or the Contractor determines that the Project Work schedule no longer represents the Contractor's own plans or expected time for the Work,a meeting shall be held between the Engineer and the Contractor. At this meeting, the Contractor and the Engineer shall review Project events and any changes for their effect on the Project Work schedule. After any necessary action has been agreed upon, the Contractor shall make required changes to the Project Work schedule. The Contractor shall collect information on all activities worked on or scheduled to be worked on during the previous report period, including shop drawings, Material procurement, and Contract Change Orders that have been issued. Information shall include commencement and completion dates on activities started or completed, or if still in progress, the remaining time duration. The Contractor shall develop detailed sub-networks to incorporate changes,Additional Work,and Extra Work into the Project Work schedule. Detailed sub-networks shall include all necessary activities and logic connectors to describe the Work and all restrictions on it. The restraints shall include those activities from the Project Work schedule that initiated the sub-network as well as those restrained by it. 81 00180 The Contractor shall evaluate this information and compare it with the Contractor's project schedule. If necessary, the Contractor shall make an updated bar chart schedule to incorporate the effect changes may have on the Project completion time(s). For any activity that has started, the Contractor shall add a symbol to show the actual date the activity started and the number of normal workdays remaining until completion. For activities that are finished, a symbol shall be added to show the actual date. The Contractor shall submit one digital and four paper copies of the updated bar chart to the Engineer within 7 Days after the progress meeting, along with a progress report as required by "b." below. b) Progress Report- The Contractor shall submit a progress report to the Engineer each month. The report shall include the following: 1) Sufficient narrative to describe the past progress, anticipated activities,and stage Work; 2) A description of any current and expected changes or delaying factors and their effect on the construction schedule; and 3) Proposed corrective actions. C. Type "C" Schedule -When a Type "C" Schedule is required,the Contractor shall do the following: 1. Initial Schedule - 10 Calendar Days prior to the preconstruction conference, the Contractor shall provide to the Engineer one digital copy and four paper copies of a time-scaled bar chart Project Work schedule. The digital copy shall be compatible with MS Project 2003, Primavera P3, SureTrak Project Manager 3.0,or another scheduling program approved by the Engineer. The initial schedule shall show: a) The expected beginning and completion date of each activity,including all stages and phases; b) The time needed for completion of the utility relocation work; and c) The elements of the traffic control plan as required under 00225.05. A logic diagram and a time-scaled bar chart will be acceptable in lieu of atime-scaled logic diagram. The initial schedule shall show all Work intended for the first 60 Days of the Contract to the level of detail described in (2) below, and shall show the priority and interdependence (sequencing and network logic) of all major segments of the remainder of the Work. 2. Detailed Project Work Schedule -In addition to the above requirements,and within 30 Calendar Days after First Notification,the Contractor shall provide the Engineer one digital copy and four paper copies of a detailed time-scaled critical path method (CPM) network Project Work schedule and computer analysis printout, both clearly indicating the critical path. The digital copy shall be compatible with MS Project 2003,Primavera P3,SureTrak Project Manager 3.0, or another scheduling program approved by the Engineer. The first submitted detailed time-scaled critical path method(CPM)network Project Work schedule shall also contain a listing of the quantity of Work for each activity, when appropriate, in common units of measure. Detailed work schedule activities shall include the following: a) Construction activities; b) Any limitations of operation specified in 00180.40; c) The time needed for completion of the utility relocation work; d) Implementation of TCP for each stage and phase; e) Submittal and approval of Material samples,mix designs, and shop drawings; Agency timeframes to process and return Contractor submitted plans, working drawings, equipment lists and other submittals; 82 00180 g) Procurement of critical Materials; h) Fabrication,installation, and testing of special Material and Equipment; i) Duration of Work,including completion times of all stages and their sub-phases; and j) Specified cure times for all concrete elements. The activities shall be separately identifiable by coding or use of sub-networks or both. The duration of each activity shall be verifiable and consistent with the description in the Project narrative required in (3) below. Detailed sub-networks shall include all necessary activities and logic connectors to describe the Work and all restrictions on it. In the restraints,include those activities from any Project Work schedule that initiated the sub-network as well as those restrained by it. The time scale used on the Contractor's detailed time-scaled critical path method(CPM) network Project Work schedule shall be appropriate for the duration of the activities and the Project duration. The time scale shall be in normal workdays, defined as every day except Saturday, Sunday and legal holidays,with calendar dates identified no less than the first and midpoint of each calendar month. The smallest unit shown shall be 1 Day. The network shall show the length of the activity or part scaled to accurately represent the number of normal workdays scheduled. Distinct symbols or graphics shall be used to show multiple shift,holiday,or weekend work. The schedule network drawing(s) shall include a title block showing the Contract name and number, Contractor's name, date of original schedule, and all update dates; and a legend containing the symbols used,their definitions,and the time scale, shown graphically. To ensure readability the drawings shall be on a reasonable size of paper up to a maximum of 36 inch x 36 inch,using multiple sheets when needed. The Contractor shall include a tabulation of each activity in the computer mathematical analysis of the network diagram. The following information represents the minimum required for each activity: • Event (node) number(s) for each activity; • Maintain event (node) numbers throughout the Project; • Activity description; • Original duration of activities (in normal workdays); • Estimated remaining duration of activities (in normal workdays); • Earliest start date and actual start date (by calendar date); • Earliest finish date and actual finish date (by calendar date); • Latest start date (by calendar date); • Latest finish date (by calendar date); and • Slack or float time (in workdays). Computer print-outs shall consist of at least a node sort and an "early start/total-float" sort. Within 14 Calendar Days after submission of the detailed time-scaled critical path method(CPM)network Project Work schedule, the Engineer and the Contractor shall meet to review the detailed time-scaled critical path method (CPM) network Project Work schedule as submitted. Within 7 Calendar Days of the meeting, the Contractor shall resubmit to the Engineer one digital and four paper copies of the detailed time-scaled critical path method (CPM) network Project Work schedule, including required revisions. This first accepted detailed time-scaled critical path method (CPM) network Project Work schedule,also called the accepted Project Work schedule, shall represent all Work,as well as the planned sequence and time for the Work. Review and acceptance of any Project Work schedules and Project narratives by the 83 00180 Engineer shall not relieve the Contractor of responsibility for timely and efficient execution of the Contract. 3. Project Narrative - In addition to the above requirements, and within 30 Calendar Days after First Notification, the Contractor shall provide to the Engineer a final written Project narrative that discusses the planning, coordinating, scheduling and resourcing of the Work. The Project narrative shall include the following written description: • Plans for staging the project. • All critical activities. • All near critical activities defined as those with less than 30 Days of float. • All subcontractor activities that are critical, near critical, and those that are greater than two weeks in duration. • Labor resourcing,by stage and phase,to include the number of crews,average crew size and planned night/weekend shifts including that of subcontractors. • Equipment allocation, by stage and phase to include mobilization, demobilization and planned activities including that of subcontractors. • Notifications required under the Contract during each stage and phase which may include but is not limited to road closures, lanes closures, night work, cold plane pavement removal, and pile driving. • Provide discussion on addressing reasonably predictable weather conditions and their impact on all weather sensitive activities. Also, provide discussion on other weather limitations that may affect the project schedule. • Submittal and approval of material samples,mix designs, and shop drawings. • Procurement of critical materials. • Plans for dealing with "unique" construction items. • Coordination of utilities and any immediate concerns for impacts/delays. • Constructability issues. • Cost Reduction Proposals and/or immediate requests for changes to the specifications. • Concerns/issues that need to be addressed within the first 90 Days following First Notification. The accepted Project narrative shall represent all critical and near critical Work, as well as the planned sequence and time for the Work. 4. Review and Reporting-The Project Work schedule may require revision as the Work progresses. Therefore,the Contractor shall monitor and when necessary revise the Project Work schedule as follows: a) Review with the Engineer-The Contractor shall perform ongoing review of the accepted Project Work schedule and progress of the Work with the Engineer. If the Engineer or the Contractor determines that the accepted Project Work schedule no longer represents the Contractor's own plans or expected time for the Work, a meeting shall be held between the Engineer and the Contractor. At this meeting, the Contractor and the Engineer shall review Project events and any changes for their effect on the accepted Project Work schedule. After any necessary action has been agreed upon,the Contractor shall make required changes to the accepted Project Work schedule and associated Project narrative. Upon acceptance by the Engineer, this will become the new accepted Project Work schedule and associated Project narrative. The Contractor shall collect information on all activities worked on or scheduled to be worked on during the previous report period, including shop drawings, Material procurement, and Contract Change Orders that have been issued. Information shall include actual start and completion dates on activities started or completed, or if still in progress, the remaining time duration. 84 00180 The Contractor shall develop detailed sub-networks to incorporate changes, Additional Work, and Extra Work into the Project Work schedule. Detailed sub-networks shall include all necessary activities and logic connectors to describe the Work and all restrictions on it. The restraints shall include those activities from the Project Work schedule that initiated the sub-network as well as those restrained by it. The procedure for acceptance of the revised or updated Project Work schedule as the new accepted Project Work schedule will be as provided above. The Contractor shall evaluate this information each month and compare it with the accepted Project Work schedule. The Contractor shall make an updated bar chart schedule to incorporate the effect changes may have on the Project completion time(s). For any activity that has started,the Contractor shall add a symbol to show the actual date the activity started and the number of normal workdays remaining until completion. For activities that are finished,a symbol shall be added to show the actual date. The Contractor shall submit, digitally and in paper, copies of the updated bar chart to the Engineer within 7 Days after the progress meeting, along with a progress report as required by "b." below. b) Progress Report- Each month the Contractor shall submit a progress report and an update of the Project Work schedule to the Engineer. The report and updated schedule shall be submitted both digitally and in paper copy and shall include the following: • A sufficient description,in narrative form, to describe the past progress, anticipated activities, and stage Work; • A description of any current and expected changes or delaying factors and their effect on the construction schedule; • Proposed corrective actions; • Proposals to keep the Project on schedule in the event of a delay;and • Any changes to the logic as compared to the accepted Project Work schedule. D. Substitution of Schedules -When a Type "A" schedule is required, a Type "B" or Type "C" schedule may be substituted for the Type "A" schedule. When a Type "B" schedule is required,a Type"C" schedule may be substituted for the Type "B" schedule. E. Specified Contract Time Not Superseded by Schedule Revisions -The completion dates in any Project Work schedule and any revised or updated Project Work schedules shall be within the Contract Time(s) specified for the Project,or within adjusted Contract Times approved according to 00180.80(c). Acceptance of any Project Work schedule or any revised or updated Project Work schedules shall not constitute approval of any completion dates that exceed such Contract Time(s). If the Contractor believes that additional Contract Time is due, the Contractor shall submit, with a revised Project Work schedule, a request for adjustment of Contract Time according to 00180.80(c). A request for an adjustment of Contract Time will be evaluated using the most recently accepted Project Work schedule. F. Float Time -Float time shown on the Project Work schedule, including any time between a Contractor's scheduled completion date and the specified Contract Time(s), does not exist for the exclusive use of either party to the Contract and belongs to the Project. G. Schedules Do Not Constitute Notice-Submittal of a Project Work schedule, with supporting Project narrative, does not constitute or substitute for any notice the Contractor is required under the terms of the Contract to give the Agency. H. Failure to Provide Schedule -The Project Work schedule is essential to the Agency. The Contractor's failure to provide the schedule,schedule information,progress reports,Project narratives,or schedule updates 85 00180 when required will be cause to suspend the Work, or to withhold Contract payments as necessary to protect the Agency,until the Contractor provides the required information to the Engineer. 00180.42 Preconstruction Conference -Unless otherwise approved in writing by the Engineer,before any Work is performed and within 7 Calendar Days of the Notice to Proceed, the Contractor shall meet with the Engineer for a preconstruction conference at a time mutually agreed upon. 00180.43 Commencement and Performance of Work-From the time of commencement of the Work to the time of Final Acceptance the Contractor shall: A. Provide adequate Materials, Equipment,labor,and supervision to perform and complete the Work; B. Perform the Work as vigorously and as continuously as conditions permit, and according to a Project Work schedule that ensures completion within the Contract Time or the adjusted Contract Time; C. Not voluntarily suspend or slow down operations without prior written approval from the Engineer;and D. Not resume suspended Work without the Engineers written authorization. 00180.44 Project Meetings -The Contractor shall participate in conferences and meetings for the purposes of addressing issues related to the Work,reviewing and coordinating progress of the Work and other matters of common interest to the Contractor,Engineer and Agency. A. Meeting Participants -Representative of entities participating in meetings shall be qualified and authorized to act on behalf of entity each represents. B. Meet in Agency's meeting room facility,or in a location otherwise agreed to by Agency and Contractor. C. Engineer will distribute to each anticipated participant written notice and agenda of each meeting at least 4 days before meeting. D. Require attendance of Contractor's superintendent and project manager, and Subcontractors who are or are proximate to be actively involved in the Work,or who are necessary to agenda. E. Engineer will invite agencies, utility companies or others when the Work affects their interests, and others necessary to agenda. F. Engineer will record minutes of meeting and distribute copies of minutes within 7 days of meeting to participants and interested parties. 1. Progress Meetings a) Purpose of Progress Meetings: To expedite Work of Subcontractors or other organizations that are not meeting scheduled progress, resolve conflicts, and coordinate and expedite execution of the Work. b) Attend regularly scheduled bi-weekly progress meetings conducted by Engineer. 2. Review progress of the Work, Progress Scheduled, 3-week look-ahead schedule, narrative report, Application for Payment,record documents,and additional items of current interest that are pertinent to execution of the Work. 3. Verify: a) Actual start and finish dates of completed activities since last progress meeting. b) Durations and progress of activities not completed. c) Reason,time,and cost data for Change Order Work that will be incorporated into Progress Schedule 86 00180 and Application for Payment. d) Percentage completion of items on Application for Payment e) Reasons for required revisions to Progress Schedule and their effect on Contract Time and Contract Amount 4. Review status of Requests for Clarification/Information and Submittals review. 5. Discuss Project safety and security. 6. Discuss traffic control. 7. Discuss potential problems which may impede scheduled progress and corrective measures. G. Coordination Meetings 1. Purpose of Coordination Meetings: To coordinate the Work of this Contract with the Work of the Agency and with Work of other Contractors. H. Pre-Event Meetings 1. Prior to start of critical activities, the Contractor shall schedule a meeting with Engineer to review applicable specifications and drawings, coordination of inspection requirements and other key activities. I. Pre-Survey Conference 1. The Contractor, applicable Subcontractors, Contractor's surveyor, Agency and Agency's surveyor shall meet with the Engineer two weeks prior to beginning survey work. The purpose of the meeting is to discuss methods and practices of accomplishing the survey work. J. Other Meetings 1. The Contractor shall prepare for and attend other meetings as identified elsewhere in the Contract Documents. 00180.50 Contract Time to Complete Work: A. General-The time allowed to complete the Work or Pay Item is stipulated in the Special Provisions, and will be known as the "Contract Time". (see 00110.20) B. Kinds of Contract Time -The Contract Time will be expressed in one or more of the following ways: 1. Fixed Date Calculation-The calendar date on which the Work or Pay Item shall be completed;or 2. Calendar Day Calculation-The number of Calendar Days from a specified beginning point in which the Work or Pay Item shall be completed. 3. Work Day Calculation —The number of Work Days from a specified beginning point in which the Work or Pay item shall be completed. C. Beginning of Contract Time -When the Contract Time is stated in Calendar Days, counting of Contract Calendar Days will begin with the first Calendar Day following the date of the Notice to Proceed. When the Contract Time is stated in Work Days, counting of Contract Work Days will begin with the first Work day following the date of the Notice to Proceed. 87 00180 D. Recording Contract Time -All Contract Time will be recorded and charged to the nearest one-half Day. Contract Times may be extended because of delays in the completion of the Work due to abnormal weather conditions provided that the Contractor shall,within 10 days of the beginning of such delay,notify Engineer in writing of the cause of the delay and request an extension of time. Such requests shall be accompanied with supporting documentation referenced to the NOAA INDEX weather in the Project vicinity. Engineer will make recommendations to Agency to extend the Contract Times for completing the Work when,in Engineer's judgment,the findings of facts and extent of delay justify such an extension. Contractor shall not be entitled to any additional compensation of any kind arising out of or relating to abnormal weather conditions. On Contracts with Calendar Day or Work Day counts, the Engineer will furnish the Contractor a weekly statement of Contract Time charges. The statement will show the number of Calendar Days counted for the preceding week and the number of Calendar Days remaining prior to the established completion date. For Contracts with fixed completion dates or fixed milestone completion dates for Pay Items,the Engineer will furnish the Contractor a weekly statement of Contract Time charges only after expiration of the Contract Time. The statement will show the number of Calendar Days of liquidated damages that have been assessed, if any. These statements will include any exclusions from,or adjustments to,Contract Time. E. Exclusions from Contract Time-Regardless of the way Contract Time is expressed in the Contract,certain Calendar Days will not be charged against Contract Time. These exclusions will be allowed when the Contractor is prevented from performing Work due to one of the following reasons,resulting in delay: 1. Acts of God or Nature; 2. Court orders enjoining prosecution of the Work; 3. Strikes, labor disputes or freight embargoes that, despite the Contractor's reasonable efforts to avoid them, cause a shutdown of the entire Project or one or more major operations. "Strike" and "labor dispute" may include union action against the Contractor, a Subcontractor, a Materials supplier, or the Agency;or 4. Suspension of the Work by written order of the Engineer for reasons other than the Contractor's failure or neglect. F. Time Calculation Protest- In the event the Contractor disputes the accuracy of the statement of Contract Time charges, it shall immediately contact the Engineer and attempt to resolve the dispute. If the dispute cannot be resolved informally, the Contractor shall submit a formal written protest to the Engineer within 7 Calendar Days of the date the Engineer mailed or delivered the statement. Failure to submit a formal written protest within the 7 Calendar Day period constitutes the Contractor's approval of the time charges, or adjusted time charges,itemized in the statement. G. End of Contract Time-When the Engineer determines that the On-Site Work has been completed,except for the items listed below,the Engineer will issue a Second Notification. The Second Notification will list: 1. The date the time charges stopped; 2. Final trimming and cleanup tasks (see 00140.90); 3. Equipment to be removed from the Project Site; 4. Minor corrective work(punch list);and 88 00180 5. Submittals, including without limitation all required certifications, bills, forms, warranties, certificate of insurance coverage (00170.70(b)), and other documents,required to be provided to the Engineer before Third Notification will issue. The Contractor shall complete all tasks listed in the Second Notification in an expeditious manner within the time frame specified for Final Completion. 00180.60 Notice of Delay-The Contractor shall notify the Engineer of any delay that will likely prevent completion of the Work or a Pay Item by the date specified in the Project Work schedule. The notice shall be in writing and shall be submitted within 7 Calendar Days of when the Contractor knew or should have known of the delay. The notice shall include, to the extent available,the following: A. The reasons or causes for the delay; B. The estimated duration of the delay and the estimated resulting cumulative delay in Contract completion; C. Except for 00180.50(e) and 00180.65 delays,whether or not the Contractor expects to request an adjustment of Contract Time due to the delay; D. Whether or not the Contractor expects to accelerate due to the delay;and E. Whether or not the Contractor expects to request additional compensation due to the delay. Except for 00180.50(e) and 00180.65 delays, failure to include this information will constitute waiver of the Contractor's right to later make such a request. 00180.65 Rights-of-Way and Access Delays -Right-of-Way and access delays will be taken into consideration in adjusting Contract Time,and in approving additional compensation if the performance of the Work is delayed because of the Agency's failure to make available to the Contractor: A. Necessary Rights-of-Way; B. Agency-owned or Agency-controlled Materials sources that are offered in the Contract for the Contractor's use;or C. Access to, or rights of occupancy of,buildings and other properties the Contractor is required to enter or to disturb according to Contract requirements. If the duration and time period of an anticipated delay is stated in the Special Provisions,only the delay occurring beyond that duration and time period will be considered for adjusting Contract Time or providing additional compensation. 00180.70 Suspension of Work: A. General-The Engineer has authority to suspend the Work, or part of the Work, for any of the following causes: 1. Failure of the Contractor to correct unsafe conditions; 2. Failure of the Contractor to carry out any provision of the Contract; 3. Failure of the Contractor to carry out orders issued by the Engineer, the Agency, or any regulatory authority; 4. Existence of conditions unsuitable to proper or safe performance of the Work;or 5. Any reason considered by the Agency to be in the public interest. When Work has been suspended for any reason, the Contractor shall not resume Work without the Engineer's written authorization. B. Contractor's Responsibilities during and after Suspension-During periods of suspension of the Work, the Contractor shall continue to be responsible for protecting and repairing the Work according to 00170.80, 89 00180 and for ensuring that a single designated representative responsible for the Project remains available according to 00150.40(6). When Work is resumed after suspension, unless otherwise specified in the Contract, the Contractor shall perform the following at no additional compensation: 1. Replace or repair any Work,Materials,and Equipment to be incorporated into the Work that was lost or damaged because of the temporary use of the Project Site by the public;and 2. Remove Materials, Equipment, and temporary construction necessitated by temporary maintenance during the suspension,as directed by the Engineer. C. Compensation and Allowances for Suspension-Compensation and allowance of additional Contract Time due to suspension of any portion of the Work will be authorized only for Agency-initiated suspensions for reasons other than the Contractors failure or neglect. (refer to 00180.50(e),00180.65,and 00195.40) 00180.80 Adjustment of Contract Time: A. General-Contract Time established for the Work will be subject to adjustment, either by increase or decrease, for causes beyond the control of the Contractor, according to the terms of this Subsection. After adjustment, the Contract Time will become,and be designated as,the "Adjusted Contract Time". Except as provided in 00180.65 and 00195.40, an adjustment of Contract Time shall be the Contractor's only remedy for any delay arising from causes beyond the control of the Contractor. B. Contractor's Request Not Required-The Engineer may increase or decrease the Contract Time or the Adjusted Contract Time if Change Orders or Extra Work orders issued actually increase or decrease the amount of time required to perform the Work. The Engineer may also increase Contract Time in the event of Right-of-Way and Access delays (see 00180.65), and those delays due to causes beyond the Contractor's control specified in 00180.50(e). The Engineer will promptly inform the Contractor of adjustments made to Contract Time according to this Subsection,and will include the reasons for adjustment. If the Agency anticipates delay during performance of the Contract, and specifies its expected duration and time period in the Special Provisions, the Engineer will only consider additional delay beyond the stipulated duration and time period in determining whether to adjust Contract Time. C. Contractor's Request Required- In the event the Contractor believes that additional Contract Time is due, the Contractor shall submit to the Engineer a timely request for adjustment of Contract Time. The Engineer will not consider untimely requests. The Agency regards as timely only those requests for adjustment of Contract Time that: 1. Accompany a proposed revised Project Work schedule submitted according to 00180.41,for comparison with the last revision of the Project Work schedule;or 2. Are not otherwise deemed waived and are submitted within 15 Days after the date of Second Notification, if Second Notification has been issued. The Engineer will not grant an adjustment of Contract Time for events that occurred prior to the date of the last revision of the Project Work schedule. The Engineer will not authorize,nor the Agency pay,acceleration costs incurred by the Contractor prior to its submittal of a request for adjustment of Contract Time to which the acceleration costs relate. The Contractor's request for adjustment of Contract Time shall be submitted to the Engineer on a form provided by,or in a format acceptable to,the Engineer,and shall include a copy of the written notice required under 00180.60. The request shall include without limitation: 90 00180 1. Consent of the Contractor's Surety if the request totals more than 30 Calendar Days of additional Contract Time; 2. Sufficient detail for the Engineer to evaluate the asserted justification for the amount of additional Contract Time requested; 3. The cause of each delay for which additional Contract Time is requested, together with supporting analysis and data; 4. Reference to the Contract provision allowing Contract Time adjustment for each cause of delay; 5. The actual or expected duration of delay resulting from each cause of delay,expressed in Calendar Days; and 6. A schedule analysis based on the current approved Project Work schedule for each cause of delay, indicating which activities are involved and their impact on Contract completion. D. Basis for Adjustment of Contract Time - In the adjustment of Contract Time, the Engineer will consider causes that include,but are not limited to: 1. Failure of the Agency to submit the Contract and bond forms to the Contractor for execution within the time stated in 00130.50,or to submit the Notice to Proceed within the time stated in 00130.90; 2. Errors, changes, or omissions in the Supplemental Drawings,quantities, or Specifications; 3. Performance of Extra Work; 4. Failure of the Agency or Entities acting for the Agency to act promptly in carrying out Contract duties and obligations; 5. Acts or omissions of the Agency or Entities acting for the Agency that result in unreasonable delay referenced in 00195.40; 6. Causes cited in 00180.50(e);and 7. Right-of-way and access delays referenced in 00180.65. The Engineer will not consider requests for adjustment of Contract Time based on any of the following. 1. Contentions that insufficient Contract Time was originally specified in the Contract; 2. Delays that do not affect the specified or Adjusted Contract Time; 3. Delays that affect the Contractor's planned early completion, but that do not affect the specified or adjusted Contract Time; 4. Shortage or inadequacy of Materials, Equipment or labor; 5. Work stoppage required by the Engineer to determine the extent of Work defects 6. Time for the Contractor to correct the Work defects from date of notification of the defects until the correction work is completed and has been approved by the Engineer. 7. Late delivery of Materials and Equipment to be incorporated into the Work, except under those conditions referenced in 00180.50(e); 8. Different area of Material source in 00160.40(a); 9. Substitution of Equipment in 00180.31(c); 10. Reasonably predictable weather conditions;or 11. Other matters within the Contractor's control or Contract responsibility. E. Consideration and Response by Agency-The Engineer will only consider a Contractor's request for Contract Time adjustment submitted according to the requirements of 00180.80(c). The Engineer may elect not to consider claimed delays that do not affect the specified or adjusted Contract Time required to complete the Work. The Engineer may adjust Contract Time for causes not specifically identified by the Contractor in its request. The Engineer will review a properly submitted request for Contract Time adjustment,and within a reasonable time will advise the Contractor of the Engineer's findings. If the Contractor disagrees with the Engineer's findings, the Contractor may request review according to the procedure specified in 00199.40. 91 00180 00180.85 Failure to Complete on Time;Liquidated Damages: A. Time is of the Essence -Time is of the essence in the Contractor's performance of the Contract. Delays in the Contractor's performance of the Work may inconvenience the traveling public,interfere with business and commerce,and increase cost to the Agency. It is essential and in the public interest that the Contractor prosecute the Work vigorously to Contract completion. The Agency does not waive any rights under the Contract by permitting the Contractor to continue to perform the Contract, or any part of it,after the Contract Time or adjusted Contract Time has expired. B. Liquidated Damages -The Agency will sustain damage if the Work is not completed within the specified Contract Time. However, in certain Agency projects it may be unduly burdensome and difficult to demonstrate the exact dollar value of such damages. The Agency will identify such projects in the Special Provisions related to them. In these projects, the Contractor agrees to pay to the Agency, not as a penalty but as liquidated damages, the amount specified in the Special Provisions for each Calendar Day the Contractor expends performing the Contract in excess of the Contract Time or adjusted Contract Time. Payment by the Contractor of liquidated damages does not release the Contractor from its obligation to fully and timely perform the Contract according to its terms. Nor does acceptance of liquidated damages by the Agency constitute a waiver of the Agency's right to collect any additional damages it may sustain by reason of the Contractors failure to fully perform the Contract according to its terms. The liquidated damages shall constitute payment in full only of damages incurred by the Agency due to the Contractor's failure to complete the Work on time. If the Contract is terminated according to 00180.90(a), and if the Work has not been completed by other means on or before the expiration of Contract Time or adjusted Contract Time, liquidated damages will be assessed against the Contractor for the duration of time reasonably required to complete the Work. 00180.90 Termination of Contract and Substituted Performance: A. Termination for Default-Termination of the Contract for default may result if the Contractor: 1. Fails to comply with the requirements for records; 2. Violates any material provision of the Contract; 3. Disregards applicable laws and regulations or the Engineer's instructions; 4. Refuses or fails to supply enough Materials, Equipment or skilled workers for prosecution of the Work in compliance with the Contract; 5. Fails to make prompt payment to Subcontractors; 6. Makes an unauthorized general assignment for the benefit of the Contractor's creditors; 7. Has a receiver appointed because of the Contractor's insolvency; 8. Is adjudged bankrupt and the court consents to the Contract termination;or 9. Otherwise fails or refuses to faithfully perform the Contract according to its terms and conditions. If the Contract is terminated by the Agency,upon demand the Contractor and the Contractor's Surety shall provide the Engineer with immediate and peaceful possession of the Project Site, and of all Materials and Equipment to be incorporated into the Work, whether located on and off the Project Site, for which the Contractor received progress payments under 00195.50. If the Contract is terminated for default,neither the Contractor nor its Surety shall be: 92 00180 • Relieved of liability for damages or losses suffered by the Agency because of the Contractor's breach of Contract;or • Entitled to receive any further progress payments until the Work is completed. However, progress payments for completed Work that remain due and owing at the time of Contract termination may be made according to the terms of 00195.70, except that the Engineer will be entitled to withhold sufficient funds to cover costs incurred by the Agency as a result of the termination. Final payment to the Contractor will be made according to the provisions of Section 00195. If a termination under this provision is determined by a court of competent jurisdiction to be unjustified, the termination shall be deemed a termination for public convenience. B. Substituted Performance -According to the Agency's procedures, and upon the Engineer's recommendation that sufficient cause exists, the Agency, without prejudice to any of its other rights or remedies and after giving the Contractor and the Contractor's Surety 10 Calendar Days' written notice, may: • Terminate the Contract; • Substitute the Contractor with another Entity to complete the Contract; • Take possession of the Project Site; • Take possession of Materials on the Project Site; • Take possession of Materials not on the Project Site,for which the Contractor received progress payments under 00195.50; • Take possession of Equipment on the Project Site that is to be incorporated into the Work; • Take possession of Equipment not on the Project Site that is to be incorporated into the Work, and for which the Contractor received progress payments under 00195.70;and • Finish the Work by whatever method the Agency deems expedient. If, within the 10 Calendar Day notice period provided above, the Contractor and/or its Surety corrects the basis for declaration of default to the satisfaction of the Engineer, or if the Contractors Surety submits a proposal for correction that is acceptable to the Engineer,the Contract will not be terminated. C. Termination for Public Convenience -The Engineer may terminate the Contract for convenience in whole or in part whenever the Engineer determines that termination of the Contract is in the best interest of the public and for,but not limited to,the following reasons: • If work under the Contract is suspended by an order of a public agency for any reason considered to be in the public interest other than by a labor dispute or by reason of any third party judicial proceeding relating to the Work other than a suit or action filed in regard to a labor dispute;or • If the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the Contract;or; • If Agency funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Contract may be modified to accommodate a reduction in funds;or • If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Contract, The Engineer will provide the Contractor and the Contractor's Surety 7 Calendar Days' written notice of termination for public convenience. After such notice,the Contractor and the Contractor's Surety shall provide the Engineer with immediate and peaceful possession of the Project Site, and of Materials and Equipment to be incorporated into the Work,whether located on and off the Project Site, for which the Contractor received progress payments under 00195.50. 93 00180 Termination under any provision of this paragraph shall not affect any right, obligation, or liability of Contractor or Agency,which accrued prior to such termination. If the Contract is terminated for public convenience,neither the Contractor nor its Surety shall be relieved of liability for damages or losses suffered by the Agency as a result of defective, unacceptable or unauthorized Work completed or performed. Compensation for Work terminated by the Engineer under this provision will be determined according to the provisions of 00195.70(b). 94 00190 Section 00190-Measurement of Pay Quantities 00190.00 Scope -The Engineer will measure pay quantities for accepted Work according to the United States standard measure unless otherwise provided in the Contract. Unless otherwise specified in the Contract,the Engineer will round off all quantity computations using the following convention: • The final significant digit will not be changed when the succeeding digit is less than 5. • The final significant digit will be increased by one when the succeeding digit is 5 or greater. The measurement provisions contained in the Specifications for each Pay Item will supplement or modify the above convention by: • Imposing measurement limitations • Describing measurement or computation procedures • Giving conversion factors or adjustment conditions • Providing for determination of reasonably accurate and representative Pay Item quantities Measurements required or allowed to be made by the Contractor will be subject to the Engineer's verification. The Engineer's decision about measurement is final. 00190.10 Measurement Guidelines -Measurement of quantities will be made on the following bases,unless otherwise specified in the Contract. (a) Unit Basis -Unit will be each,unless otherwise specified in the Contract and will be determined by actual count of units in place. (b) Length Basis -Length will be feet or mile, unless otherwise specified in the Contract and will be determined by measuring the length at least to the nearest 0.1 foot or at least to the nearest 0.1 mile, as applicable, unless otherwise specified in the Contract. Measurements will be limited to the dimensions shown or specified,or as directed by the Engineer. (c) Area Basis -Area will be square foot, square yard, or acre,unless otherwise specified in the Contract and will be determined by measuring the width and the length (or height) at least to the nearest 0.1 foot and computed at least to the nearest 0.1 square foot,nearest 0.1 square yard, or nearest 0.1 acre, as applicable, unless otherwise specified in the Contract. (d) Weight Basis -Weight will be pound or ton, unless otherwise specified in the Contract and will be determined as follows: 1. Pound-Pound weight will be determined by the net weight identified on the manufacturer's packaged labels, subject to periodic check weighing. Weight by pound will be measured at least to the nearest 1.0 pound unless otherwise specified in the Contract. Provide a certificate with each shipment together with a certified copy of the weight of each delivery. If the check weight is less than the manufacturer weight by more than 0.4%, the discrepancy will be resolved by the Engineer. (2) Ton-Ton weight will be determined on Contractor-provided scales as required under 00190.20 unless otherwise allowed by the Specifications. Weight by ton will be measured at least to the nearest 0.01 ton unless otherwise specified in the Contract. 95 00190 If bituminous materials, Portland cement, lime, and similar bulk Materials are shipped by truck or rail, the supplier's shipping invoice with net scale weights, or volumes converted to weights, may be used for Pay Item quantity determination in place of weights determined on the Contractor-provided vehicle scales. Shipping invoice weights of the supplier's truck or transport shall be subject to periodic check weighing on the Contractor's vehicle scales, or other scales designated,according to 00190.20. If the check weight is less than the supplier weight by more than 0.4%,the discrepancy will be resolved by the Engineer. No payment will be made: • For quantities in excess of the supplier weight • When Materials have been lost,wasted, or otherwise not incorporated into the Work • For additional hauling costs resulting from the check weighing (e) Volume Basis -Volume will be cubic yard truck measure or in-place measure,gallons,foot board measure (FBM), or thousand foot board measure (MFBM), unless otherwise specified in the Contract and will be measured at least to the nearest 0.1 cubic yard,nearest 1.0 gallon,nearest 0.1 FBM, or nearest 0.1 MFBM, as applicable,unless otherwise specified in the Contract. Truck measure will be the measured and calculated maximum "water level" capacity of the vehicle. Quantities will be determined at the point of delivery,with no allowance for settlement of Material during transit. When required to facilitate measurement, the vehicle load shall be leveled at the point of delivery. Payment will not be made for Material in excess of the maximum "water level" capacity. Deductions will be made for loads below the maximum "water level" capacity. When bituminous materials are measured by volume,the volume will be measured at 60 °F or will be corrected to the volume at 60 °F using the correction factors found in the MFTP (ODOT TM 321). (f) Time Basis -Time will be hour, Day, or year, unless otherwise specified in the Contract, and will be measured to at least the nearest 0.5 hour,nearest 1.0 Day,or nearest 1.0 year,as applicable,unless otherwise specified in the Contract. (g) Standard Manufactured Items - If standard manufactured items, such as fence, wire, plates, rolled shapes,pipe,conduit and other similar items are specified in the Contract by properties such as gauge,unit weight, or section dimensions, the manufacturing tolerances established by the industry involved will be accepted unless more stringent tolerances are cited in the Contract. (h) Lump Sum Basis -Lump sum,when used,means the Work described shall be completed and accepted without measurement unless changes are ordered in writing by the Engineer. 00190.20 Contractor to Provide Vehicle Weigh Scales: (a) General- If the Specifications require measurement by weighing on vehicle weigh scales, the Contractor shall provide vehicle weigh scales and shall transport Materials to the scales. Subject to the Engineer's approval,weights may be determined by plant or hopper scales according to 00190.30. Contractor-provided scales shall be furnished, installed and maintained by the Contractor or its supplier, or, subject to the Engineer's approval,may be commercial scales located in the vicinity of the Project. Unless otherwise provided in the Contract, Pay Items to be measured by weight shall include all Contractor costs for providing, maintaining, inspecting, and testing scales; for furnishing appropriate weigh tickets; for self-printing scales;and for transporting Materials to the scales or to check weighing. 96 00190 (b) Requirements -The scales shall conform to ORS 618, or the laws of the state in which they are located, and NIST Handbook 44,and shall be: • Licensed by the Oregon Department of Agriculture,or by the analogous regulatory body for scales located outside the State; • Technically suitable for weighing the Materials; • Properly installed and maintained;and • Accurate to the required tolerances. The weight of any Materials weighed by anyone other than the Engineer will be subject to check weighing as the Engineer directs. (c) Approaches -Vehicle scale approaches shall be: • At each end of the scale platform; • Straight and in line with the platform;and • Long enough to accommodate combination vehicles longer than the scale platform so that they are level and allow release of brakes before weighing. (d) Inspections -Contractor shall have all scales certified, that is inspected and their accuracy tested, by the Oregon Department of Agriculture,an analogous regulatory body for scales located outside the State,or a scale service company as follows: • Before use if installed at a new site; • 60 Calendar Days after initial inspection; • Every 6 months thereafter;and • When the Engineer directs additional inspections. No Materials weighed on scales without current certifications according to this Subsection will be accepted. The Contractor shall provide a copy of all required certifications to the Engineer. Testing by a scale service company within the State of Oregon shall comply with ORS 618. If additional inspections directed by the Engineer confirm that the scale accuracy is within the required tolerances,the Agency will pay the cost for inspecting and testing the scales. If the scale accuracy is not within these tolerances,the Contractor shall pay the cost for inspecting and testing the scales. (e) Inspection Results - If an inspection indicates the scales have been under-weighing (indicating less than the true weight), the Agency will make no additional payment to the Contractor for Materials previously weighed. If an inspection indicates the scales have been over-weighing(indicating more than the true weight),the weights will be reduced for Materials received after the time the Engineer determines the overweighing began or,if that is not possible,after the last acceptable certification of the scales. The reduction will be the amount of error in excess of the 0.2%maintenance tolerance allowed in the Contract. (f) Contractor-Provided Weigh Technician-The Contractor shall provide a technician to operate Contractor-provided vehicle weigh scales. The Agency may observe procedures and require check weighing according to the following: 97 00190 (1) Scale with Automatic Printer- If the scales have an automatic weigh memo printer that does not require manual entry of gross weight information, the Agency may periodically have a representative at the scales to observe the weighing procedures. In addition, the Engineer may periodically check the weight for a load of Materials by directing the haul vehicle to reweigh on a different scale that has been inspected and certified according to 00190.20(b) and 00190.20(d). If a different scale is not available within a 30 mile round trip from the regular haul route the Agency will allow check weighing on an approved alternate basis. Check weights within 0.4%of the Contractor-provided weight are acceptable. The Engineer will resolve discrepancies found by check weighing. Agency employee costs will be paid by the Agency. The Contractor shall pay all other costs resulting from the check weighings,including without limitation the use of other scales. If more than 50 tons per Day of all types of Materials are received from a scale, the Contractor shall make random check weighings at least every tenth Day on which more than 50 tons is received or at each interval that 10,000 tons has been weighed,whichever occurs first, or as directed by the Engineer. The Contractor shall make at least one check weighing on projects where more than 2,000 tons of all types of Materials are received from a scale. The Contractor shall provide the Engineer with the results of the check weighing. (2) Scale Without Automatic Printer- If the scales require manual entry of gross weight information,the Agency may periodically have a representative weigh witness at the scales to observe the weighing procedures. The Contractor shall inform the Engineer of his intent to use a scale without an automatic printer at least 3 working Days before weighing begins or before the Contractor changes to a scale that does not have an automatic printer. The Contractor shall pay costs for the weigh witness. The hourly cost of the weigh witness will be as stated in the Special Provisions. In addition, the Engineer may periodically check the weight for a load of Materials by directing the haul vehicle to reweigh on a different scale that has been inspected and certified according to 00190.20(b) and 00190.20(d). If a different scale is not available within a 30 mile round trip from the regular haul route the Agency will allow check weighing on an approved alternate basis. Check weights within 0.4%of the Contractor-provided weight are acceptable. The Engineer will resolve discrepancies found by check weighing. Agency employee costs for check weighings will be paid by the Agency. The Contractor shall pay all other costs resulting from the check weighings,including without limitation the use of other scales. If more than 50 tons per Day of all types of Materials are received from a scale, the Contractor shall make random check weighings at least every tenth day on which more than 50 tons is received or at each interval that 10,000 tons has been weighed,whichever occurs first, or as directed by the Engineer. The Contractor shall make at least one check weighing on all projects where materials are received from a scale without an automatic printer. The Contractor shall provide the Engineer with the results of the check weighing. (3) Duties of Weigh Technician-The Contractor's weigh technician shall: • Determine twice a Day, or as otherwise directed by the Engineer, the empty haul weights (tare weights) of hauling vehicles,unless vehicles are tared before each load; • Furnish daily a listing of the tare weights if 10 or more loads are hauled during that Day; • Furnish a note listing the net weight for each consecutive ten loads with the following load; • Furnish a daily listing of the net weights and total weight for each type of Material hauled during that Day; and 98 00190 • Furnish a legible,serially numbered weigh memo for each load of Materials to the Agency's Materials receiver at the point of delivery,or as directed by the Engineer. The memo shall identify the Project, the Materials,the date,net weight(gross and tare as appropriate),and identification of vehicle,driver and weigh technician. (g) Agency-Provided Weigh Technician-If the Contractor provides vehicle weigh scales without a weigh technician meeting the requirements of this Subsection, the Agency will provide a weigh technician at the Contractor's expense. The hourly cost for the weigh technician will be as stated in the Special Provisions. The Contractor shall provide a weighhouse for the weigh technician according to Section 00205. The Agency's weigh technician will: • Determine tare weights; • Prepare weigh memos for each load; • Compile the weigh records;and • Not participate in the production of Materials or the loading of haul vehicles. 00190.30 Plant Scales -The Contractor,with the Engineers written approval,may weigh plant-mixed Materials on scales that have either: • An automatic weight batching and mixing control printer system;or • A weigh hopper printer system. Any additional costs resulting from the use of these scales shall be borne by the Contractor. Check weighing will be done according to 00190.20(f). Except for 00190.20(c) regarding approaches,the Contractor's use of plant scales shall comply with all provisions of 00190.20. The Engineer's approval for the Contractors use of plant scales to determine pay weights will be rescinded if check weighing or scale inspections indicate the scales do not consistently determine weights within the tolerances allowed by state law. 99 00195 Section 00195—Payment 00195.00 Scope and Limit: (a) General-The Agency will pay only for measured Pay Item quantities incorporated into the Work or performed according to the terms of the Contract. The Contractor understands and agrees that Pay Item quantities listed in the Schedule of Items do not govern payment. Payment constitutes full compensation to the Contractor for furnishing all Materials, Equipment, labor, and Incidentals necessary to complete the Work;and for risk,loss,damage,and expense arising from the nature or prosecution of the Work or from the action of the elements, subject to the provisions of 00170.80. The Contractor shall include the costs of bonds and insurance for the Project in the unit price for each Pay Item of Work to be performed. (b) Essential or Incidental Materials or Work-When the Specifications state that the unit price for a Pay Item is compensation for certain Materials or Work essential or Incidental to the Pay Item, the same Materials or Work will not be measured or paid under any other Pay Item. 00195.10 Payment For Changes in Materials Costs - On certain projects,as identified in the Special Provisions,an escalation/de-escalation clause with respect to asphalt cement will be in effect during the life of the Contract. 00195.13 Asphalt Cement Material Price Escalation/De-Escalation Clause - Subsections 00195.13, 00195.13(a),00195.13(b),00195.13(c),and 00195.13(d) contain the price escalation/de-escalation clause relating to asphalt cement materials (as defined in 00195.13(d)). (a) Monthly Asphalt Cement Material Price (MACMP) -The Monthly Asphalt Cement Material Price (MACMP)will be established by the Agency each month and will be based on the published prices of PG 64 22 asphalt cement furnished by Poten&Partners,Inc. The MACMP will be based on the average prices for the Pacific Northwest,Portland Oregon area. Each MACMP for a given month will be the average of the published prices for that MACMP for each Friday in that month. For information regarding the calculation of the MACMP,and for the actual MACMP,go to the ODOT website at: http•//wwworegongov/ODOT/HWY/ESTIMATING/asphalt fuel.shtm If the ODOT selected index ceases to be available for any reason,the Agency in its discretion will select and begin using a substitute price source or index to establish the MACMP each month. The MACMP will apply to all asphalt cement including but not limited to paving grade,polymer modified,and emulsified asphalts,and recycling agents. The Agency does not guarantee that asphalt cement will be available at the MACMP. C. Base Asphalt Cement Material Price (Base) -The Base price for this Project is the MACMP published on the ODOT website for the month immediately preceding the bid opening date. D. Monthly Asphalt Cement Adjustment Factor-The Monthly Asphalt Cement Adjustment Factor will be determined each month as follows: • If the MACMP is within ± 5% of the Base,there will be no adjustment. • If the MACMP is more than 105% of the Base,then: Adjustment Factor= (MACMP) - (1.05 x Base) • If the MACNIP is less than 95%of the Base, then: Adjustment Factor= (MACMP) - (0.95 x Base) 100 00195 E. Asphalt Cement Price Adjustment- If specified in the Special Provisions, an asphalt cement escalation/de-escalation clause will be in effect during the life of the Contract. A price adjustment will be made for each pay item in the bid schedule containing asphalt cement. The price adjustment as calculated in 00195.13(c) above will use the MACMP for the month the asphalt is incorporated into the Project. The Agency reserves all of its rights under the Contract,including, but not limited to,its rights for suspension of the Work under 00180.70 and its rights for termination of the Contract under 00180.90, and this escalation/de-escalation provision shall not limit those rights. 00195.20 Changes to Plans or Character of Work: (a) Insignificant Changed Work- If the changes made under 00140.30 do not significantly change the character, quantity or unit cost of the Work to be performed under the Contract,the Agency will pay for such work at the Pay Item price. (b) Significant Changed Work- If the changes made under 00140.30 significantly alter the character, unit cost, or lump sum cost of the Work, the Agency will adjust the Contract. The Contractor shall not be entitled to compensation for any loss in profits resulting from elimination of,reduction of,or other change to,a part of the Work. Any such adjustments may be less than,but will not be more than the amount justified by the Engineer on the basis of the established procedures set out in Section 00197 for determining rates for Extra Work, but those procedures shall account for the decrease or elimination of Work as well as for increases in the Work. This does not limit the application of Section 00199. The term"Significant Changed Work" shall apply only to that circumstance in which the character of the Work, as changed, differs materially in kind, nature, or unit cost from that involved or included in the originally proposed construction. For purposes of this Section, "Significant"is defined as: a) An increase or decrease of more than 25 percent of the total cost of the Work calculated from the original proposal quantities and the unit contract prices;or, b) An increase or decrease of more than 25 percent in the quantity of any one major contract item. For condition b) above,a major item is defined as any item that amounts to 10 percent or more of the original total contract price. 00195.30 Differing Site Conditions -Upon written notification,as required in 00140.40,the Engineer will investigate the identified conditions. If the Engineer determines that the conditions are differing Project site conditions under 00140.40 and cause an increase or decrease in the cost or time required to perform any Work under the Contract,an adjustment in the Contract Amount or Contract Time, excluding loss of anticipated profits,will be made,and the Contract modified accordingly,in writing. The Engineer will notify the Contractor as to whether or not an adjustment of the Contract is warranted. No Contract adjustment which benefits the Contractor will be allowed unless the Contractor has provided the required written notice. Any such adjustments will be made according to 00195.20. 00195.40 Unreasonable Delay by the Agency- If the Contractor believes that performance of all or any portion of the Work is suspended,delayed,or interrupted for an unreasonable period of time in excess of that originally anticipated or customary in the construction industry,due to acts or omissions of the Agency, or persons acting for the Agency,and that additional compensation,Contract Time, or both,are due the Contractor because of the suspension, delay or interruption, the Contractor shall immediately file a written 101 00195 notice of delay according to 00180.60. The Contractor shall then promptly submit a properly supported request for any additional compensation,Contract Time, or both,according to the applicable provisions in 00180.60 through 00180.80 and Section 00199. The Engineer will promptly evaluate a properly submitted request for additional compensation. If the Engineer determines that the delay was unreasonable,and that the cost required for the Contractor to perform the Contract has increased as a result of the unreasonable suspension, delay or interruption,the Engineer will make an equitable adjustment,excluding profit,and modify the Contract in writing accordingly. The Engineer will notify the Contractor of the determination and whether an adjustment to the Contract is warranted. Under this provision,no Contract adjustment will be allowed • Unless the Contractor has provided the written notice required by 00180.60; • For costs incurred more than 10 Calendar Days before the Engineer receives the Contractor's properly submitted written request; • For any portion of a delay that the Engineer deems to be a reasonable delay,or for which an adjustment is provided for or excluded under other terms of the Contract;or • To the extent that performance would nevertheless have been suspended,delayed or interrupted by causes other than those described in this Subsection. 00195.50 Progress Payments and Retained Amounts: (a) Progress Payments -The Agency's payment of progress payments, or determination of satisfactory completion of Pay Items or Work or release of retainage under 00195.50(d),shall not be construed as Final Acceptance or approval of any part of the Work, and shall not relieve the Contractor of responsibility for defective Materials or workmanship or for latent defects and warranty obligations. The estimates upon which progress payments are based are not represented to be accurate estimates. All estimated quantities are subject to correction in the final estimate. If the Contractor uses these estimates as a basis for making payments to Subcontractors,the Contractor assumes all risk and bears any losses that result. Progress payments shall be determined through the use of forms developed by the Engineer. (1) Progress Estimates -At the same time each month, the Engineer will make an estimate of the amount and value of Pay Item Work completed. The amount of Work completed will be the sum of the estimated number of units completed for unit price Pay Items plus the estimated percentage completed of lump sum Pay Items. The estimated value of the Work completed will be determined by using the Contract unit price for unit price Pay Items, and by using one of the following methods to determine the value of.the lump sum Pay Items: • A Contractor-submitted, Engineer-approved Schedule of Values; or • Engineer's determination,when there is no approved, Contractor-submitted Schedule of Values. The amounts to be allowed for lump sum Pay Items in progress payments will not exceed the reasonable value of the Work performed,as determined by the Engineer. Incidentals such as formwork, falsework, shoring, and cribbing shall be included in the unit prices for the various Pay Items requiring their use,unless specified as a separate Pay Item. No payment will be made for Pay Items that include Incidentals until units or portions of such Pay Item Work are in place and completed. The costs of Incidentals will be paid in proportion to the percentage of Pay Item Work completed. 102 00195 (2) Value of Materials on Hand- If payment for Materials on Hand is allowed in the Special Provisions, the Engineer will also make an estimate of the amount and value of acceptable Materials on Hand, i.e., already delivered and stored according to 00195.60(a), to be incorporated into the Work. (3) Value of Work Accomplished-The sum of the values in (1) and (2) above will be collectively referred to in this Subsection as the "value of Work accomplished", subject to (4) below. (4) Limitations on Value of Work Accomplished- In determining the"value of Work accomplished", the Engineer's estimate will be based on the unit prices for the various Pay Items. Any amounts not included in progress payments due to substantial mathematical unbalancing of Pay Item prices will be included in the final payment issued according to 00195.90(b). (5) Reductions to Progress Payments -With each progress payment, the Contractor will receive a Contract payment voucher and summary setting forth the value of Work accomplished reduced by the following. • Amounts previously paid; • Amounts deductible or owed to the Agency for any cause specified in the Contract; • Additional amounts retained to protect the Agency's interests according to Subsection (e) below. (b) Retainage -The amount to be retained from progress payments will be 5% of the value of Work accomplished,and will be retained in one of the forms specified in Subsection (c) below. As provided in 00170.65(a) additional retainage of 25% of amounts earned will be withheld and released according to ORS 279C.845 when the Contractor fails to file the certified statements required in ORS 279C.845,F14WA Form 1273,and 00170.65. (c) Forms of Retainage-Moneys retained by the Agency under ORS 279C.570(7) shall be retained in a fund by the Agency and paid to the Contractor in accordance with ORS 279C.570. Upon written request from the Contractor, other forms of acceptable retainage are specified below in Subsections (1) through (3). "Cash,Alternate A" is the Agency-preferred form of retainage. If the Agency incurs additional costs as a result of the Contractors election to use a form of retainage other than Cash,Alternate A,the Agency may recover such costs from the Contractor by a reduction of the final payment. (1) Cash,Alternate A-Retainage will be deducted from progress payments and held by the Agency until final payment is made according to 00195.90,unless otherwise specified in the Contract. The Agency will deposit the cash retainage withheld in an interest-bearing account in a bank,trust company, or savings association for the benefit of the Agency, as provided by ORS 279C.560(5). Interest earned on the account shall accrue to the Contractor. Amounts retained and interest earned will be included in the final payment made according to 00195.90. Any retainage withheld on Work performed by a Subcontractor will be released to the Contractor according to 00195.50(d). (2) Cash,Alternate B (Retainage Surety Bond) -Upon receipt of an approved retainage surety bond,the Agency will limit the amount of cash retainage withheld to $10,000. The surety bond must be in the bond form provided by the Agency. The bond must be provided by the same Surety that provides the Performance and Payment Bonds. 103 00195 If the Contractor elects this form of retainage, the Agency will withhold from progress payments up to 5% of the value of the Work accomplished as cash retainage until the retained amount equals $10,000. After that amount is retained,no further cash retainage will be withheld until the additional required retainage that would have been withheld exceeds the face amount of the retainage surety bond provided. Thereafter, retainage will be withheld from progress payments according to these Specifications. According to 00195.50(b),if at any time the Agency determines that satisfactory progress is not being made on the Work, the Agency may withhold up to 5% of the value of the Work accomplished from subsequent progress payments. If an acceptable retainage surety bond is provided, the Contractor shall notify all Subcontractors of the existence of the retainage surety bond and shall advise them of their rights under ORS 279C.560(7) and ORS 701.435. Amounts of retainage withheld under the provision will be included in the final payment according to 00195.90. Any retainage withheld on Work performed by a Subcontractor shall be released to the Contractor according to 00195.50(d). (3) Bonds, Securities, and Other Instruments - In accordance with ORS 279C.560,unless the Agency finds in writing that accepting a bond,security or other instrument poses an extraordinary risk that is not typically associated with the bond,security or other instrument,the Agency will approve the Contractor's written request to deposit bonds, securities or other instruments with the Agency or in a custodial account or other account satisfactory to the Agency with an approved bank or trust company,to be held instead of cash retainage for the benefit of the Agency. In such event,the Agency will reduce the cash retainage by an amount equal to the value of the bonds, securities and other instruments. Interest or earnings on the bonds,securities and other instruments shall accrue to the Contractor. Bonds, securities and other instruments deposited instead of cash retainage shall be assigned to or made payable to the Agency and shall be of a kind approved by the Director of the Oregon Department of Administrative Services,including but not limited to: • Bills, certificates, notes or bonds of the United States; • Other obligations of the United States or agencies of the United States; • Obligations of a corporation wholly owned by the federal government; • Indebtedness of the Federal National Mortgage Association; • General obligation bonds of the State of Oregon or a political subdivision of the State of Oregon; • Irrevocable letters of credit issued by an insured institution, as defined in ORS 706.008. The Contractor shall execute and provide such documentation and instructions respecting the bonds, securities and other instruments as the Agency may require to protect its interests. When the Engineer determines that all requirements for the protection of the Agency's interest have been fulfilled, the bonds and securities deposited instead of cash retainage will be released to the Contractor. (d) Reduction of Retainage-As the Work progresses, the amounts to be retained under (b) of this Subsection are sub)ect to reduction in the Engineer's sole discretion. Retainage reductions will be considered only as follows: • When the Work is 97.5%or more completed,the Engineer may,without application by the Contractor, reduce the retained amount to 100% of the value of the Work remaining. 104 00195 • For a project funded by the FHWA,when a subcontractor has satisfactorily completed all of its Work, it may request release of retainage for that Work from the Contractor. The Contractor shall request reduction of retainage in the amount withheld for the subcontractor's Work after certifying to the Agency that the subcontractor's Work is complete, and that all contractual requirements pertaining to the subcontractor's Work have been satisfied. Within 60 Calendar Days of the end of the month in which the Agency receives the Contractor's certification regarding the subcontractor's Work,the Agency will either notify the Contractor of any deficiencies which require completion before release of retainage, or verify that the subcontractor's Work complies with the Contract and release all retainage for that Work with the next scheduled progress payment. Within 10 Calendar Days of receipt of retainage, the Contractor shall pay to the subcontractor all such retainage released except for latent defects or warranty. • The Agency will only release retainage for satisfactorily completed portions of the Work represented by Pay Items in the Schedule of Items,or by Pay Items added by Change Order. Work not represented by a Pay Item,but which constitutes part of an uncompleted Pay Item,will not be regarded as satisfactorily completed Work for the purposes of this Subsection. If retainage has been reduced or eliminated, the Agency reserves the right to protect its interests by retaining amounts from further progress payments at the rates provided in 00195.50(b). (e) Withholding Payments -In addition to any other rights the Agency may have to withhold payments under other provisions of the Contract,the Engineer may withhold such amounts from progress payments or final payment as may reasonably protect the Agency's interests until the Contractor has: • Completed all Final Trimming and Cleanup according to 00140.90 and Punch List work according to 00150.90(a). An amount of up to twice the Engineer's estimated value of Final Trimming and Punch List work may be withheld. • Complied with all orders issued by the Engineer according to the Specifications;and • Satisfied all legal actions filed against the Agency, the Agency's governing body and its members, and Agency employees that the Contractor is obliged to defend. (see 00170.72) Notwithstanding ORS 279C.555 or ORS 279C.570 or 00195.50(d),if a Contractor is required to file statements on the prevailing rate of wages,but fails to do so,the Agency will retain 25%of any amount earned as required in 00170.65. (f) Prompt Payment Policy-Payments shall be made promptly according to ORS 279C.570. 00195.60 Advance Allowance for Materials on Hand: (a) General- If the total value of Materials on Hand is at least$1,000 or the total value of a single class of Materials on Hand is at least $500, the Engineer may authorize an advance allowance for the Materials in the progress payments. The Agency will not make advance allowances on the Materials unless the following three conditions are satisfied: (1)Request for Advance Allowance - If Materials on Hand meet the requirement of(2)below,an advance allowance will be made if: • A written request for advance allowance for Materials on Hand has been received by the Engineer at least 5 Calendar Days before the pay period cutoff date;and • The request is accompanied by written consent of the Contractor's Surety,if required by the Agency. (2) Stored or Stockpiled Conditions -The Materials shall have been delivered and/or acceptably stored or stockpiled according to the Specifications and as follows: • At the Project Site; • On Agency-owned property; 105 00195 • On property in the State of Oregon on which the property owner has authorized storage in writing. The written authorization must allow the Agency to enter upon the property and remove Materials for at least 6 months after completion of the Project. The Contractor shall furnish a copy of the written permission to the Agency; or • On property outside the State of Oregon on which the property owner has authorized storage in writing, provided that such storage location is authorized in writing by the Engineer. The permit must allow the Agency to enter upon the property and remove Materials for at least 6 months after completion of the Project. The Contractor shall furnish a copy of the written permission to the Agency. To be eligible for advance allowance,the Materials shall: • Meet Specification requirements; • Have the required Materials conformance and quality compliance documents on file with the Engineer (see Section 00165); • Be in a form ready for incorporation into the Work; and • Be clearly marked and identified as being specifically fabricated, or produced, and reserved for use on the Project. (3) Responsibility for Protection-The Contractor has full control and responsibility for the protection of Materials on Hand from the elements and against damage, loss, theft, or other impairment until the entire Project has been completed and accepted by the Agency. If Materials are damaged,lost, stolen, or otherwise impaired while stored, the monetary value advanced for them,if any,will be deducted from the next progress payment. If these conditions in 00195.60(a-1) through 00195.60(a-3) have been satisfied, the amount of advance allowance, less the retainage described in 00195.50, will be determined by one of the following methods as elected by the Engineer: • Net cost to the Contractor of the Materials, f.o.b. the Project Site or other approved site;or • Price (or portion of it attributable to the Materials), less the cost of incorporating the Materials into the Project,as estimated by the Engineer. (b) Proof of Payment-The Contractor shall provide the Engineer with proof of payment to the Materials suppliers for purchased Materials prior to the date of the progress payment that includes the advance allowance. If proof of payment is not provided, sums advanced will be deducted from future progress payments,and the Engineer will not approve further prepayment advance allowance requests. (c) Terminated Contract- If the Contract is terminated,the Contractor shall provide the Agency immediate possession of all Materials for which advance allowances have been received, as provided above. If, for any reason, immediate possession of the Materials cannot be provided, the Contractor shall immediately refund to the Agency the total amount advanced for the Materials. The Agency may deduct any amount not so refunded from final payment. 00195.70 Payment under Terminated Contract-Payment for Work performed under a Contract that is terminated according to the provisions of 00180.90 will be determined under (a) or (b) of this Subsection. (a) Termination for Default-Upon termination of the Contract for the Contractor's default,the Agency will make no further payment until the Project has been completed. The Agency will make progress payments 106 00195 to the party to whom the Contract is assigned,but may withhold an amount sufficient to cover anticipated Agency costs,as determined by the Engineer, to complete the Project. Upon completion of the Project, the Engineer will determine the total amount that the defaulting Contractor would have been entitled to receive for the Work, under the terms of the Contract, had the Contractor completed the Work (the "cost of the Work"). If the cost of the Work, less the sum of all amounts previously paid to the Contractor, exceeds the expense incurred by the Agency in completing the Work,including without limitation expense for additional managerial and administrative services, the Agency will pay the excess to the Contractor, subject to the consent of the Contractor's Surety. If the expense incurred by the Agency in completing the Work exceeds the Contract Amount, the Contractor or the Contractors Surety shall pay to the Agency the amount of the excess expense. The Engineer will determine the expense incurred by the Agency and the total amount of Agency damage resulting from the Contractor's default. That determination will be final as provided in 00150.00. If a termination for default is determined by a court of competent jurisdiction to be unjustified, it shall be deemed a termination for public convenience, and payment to the Contractor will be made as provided in Subsection (b) below. (b) Termination for Public Convenience: (1) General- Full or partial termination of the Contract shall not relieve the Contractor of responsibility for completed or performed Work, or relieve the Contractor's Surety of the obligation for any just claims arising from the completed or performed Work. (2) Mobilization-If mobilization is not a separate Pay Item, and payment is not otherwise provided for under the Contract, the Agency may pay the Contractor for mobilization expenses, including moving Equipment to and from the Project Site. If allowed,payment of mobilization expenses will be based on cost documentation submitted by the Contractor to the Engineer. (3) All Other Work.-The Agency shall pay the Contractor at the unit price for the number of Pay Item units of completed, accepted Work. For units of Pay Items partially completed, payment will be as mutually agreed,or,if not agreed,as the Engineer determines to be fair and equitable. No claim for loss of anticipated profits will be allowed. The Agency will purchase Materials left on hand according to 00195.80. 00195.80 Allowance for Materials Left on Hand: (a) Purchase of Unused Materials - If Materials are delivered to the Project Site, or otherwise acceptably stored at the order of the Engineer, but not incorporated into the Work due to complete or partial elimination of Pay Items,changes in Plans,or termination of the Contract for public convenience according to 00180.90, and it is not commercially feasible for the Contractor to return them for credit or otherwise dispose of them on the open market; the Agency will purchase them according to the formula and conditions specified in Subsection (b) below. (b) Purchase Formula and Conditions: (1) Formula-The Agency will apply the following formula in determining the Contractor's allowance for Materials left on hand: 107 00195 Contractor's Actual Cost, plus 5% Overhead Allowance, minus Advance Allowances under 00195.60, but no markup or profit. (2) Conditions -The Agency will not purchase the Contractor's Materials left on hand unless the Contractor satisfies the following conditions: • Requests the Agency's purchase of unused Materials; • Shows acquisition of the Materials according to 00160.10; • Shows that the Materials meet Specifications; • Provides receipts, bills and other records of actual cost of Materials delivered to the designated delivery points; and • Demonstrates to the satisfaction of the Engineer that the materials cannot be returned for credit or otherwise disposed of on the open market. 00195.90 Final Payment: (a) Final Estimate -As soon as practicable after Final Inspection of the Project,as provided in 00150.90,the Engineer will prepare a final estimate of the quantities of the Pay Items completed. With this estimate of quantities as a base, the total amount due the Contractor will be determined according to the terms of the Contract including without limitation any amounts due for Extra Work performed. (b) Final Payment-The amount of final payment will be the difference between the total amount due the Contractor and the sum of all payments previously made. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. After computation of the final amount due, and after Engineer's issuance of the Third Notification, final payment will be mailed to the Contractor's last known address as shown in the records of the Agency. Beginning 30 Calendar Days after the date of Third Notification, interest will begin to accrue at the rate established by ORS 2790,570 on any money due and payable to the Contractor as final payment, determined as described above. No interest will be paid on money withheld due to outstanding amounts owed by the Contractor under the provisions of 00170.10. (c) No Waiver of Right to Make Adjustment-The fact that the Agency has made any measurement, estimate,determination or certification either before or after completion of the Project, Final Acceptance, Agency assumption of possession of the Project Site,determination of satisfactory completion of Pay Items or Work or release of retainage under 00195.50(d) or payment for any part of the Work, shall not prevent either party from: • Showing the true amount and character of the Work; • Showing that any measurement,estimate,determination or certification is incorrect; • Recovering from the other party damages that may have been suffered because the other party failed to comply with the Contract. (d) Evidence of Contractor Payments -As a condition of final payment, the Agency may require the Contractor to submit evidence, satisfactory to the Engineer, that all payrolls, material bills, and other indebtedness connected with the project have been paid, except that in case of any disputed indebtedness or liens,the Contractor may submit in lieu of evidence of payment,a surety bond satisfactory to the Agency guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. 108 00195 00195.95 Error in Final Quantities and Amounts: (a) Request for Correction of Compensation- If the Contractor believes the quantities and amounts detailed in the final Contract payment voucher, prepared by the Engineer according to 00195.90, to be incorrect, the Contractor shall submit an itemized statement to the Engineer detailing all proposed corrections. This statement must be submitted to the Engineer within 90 Calendar Days from the date the voucher was mailed to the Contractor, according to 00195.90(b). Any request for compensation not submitted and supported by an itemized statement within the 90 Calendar Day period will not be paid by the Agency. This does not limit the application of Section 00199. (b) Acceptance or Rejection of Request: (1) Consideration of Request-The Engineer will consider and investigate the Contractor's request for correction of compensation submitted according to 00195.95(a),and willpromptly advise the Contractor of acceptance or rejection of the request in full or in part. (2) Acceptance of Request-If the Engineer accepts the Contractor's request(s) in full or in part, the Engineer will prepare a post-final Contract payment voucher,including all accepted corrections,and will forward it to the Contractor. (3) Rejection of Request- If the Engineer rejects the request(s) in full, the Engineer will issue a written notice of rejection and mail it to the Contractor. (4) Contractor Objection to Revised Voucher or Notice of Rejection-If the Contractor disagrees with the revised voucher or notice of rejection, the Contractor may seek review and resolution according to the procedure specified in 00199.40. If the Contractor fails to submit a request for 00199.40 review within 30 Calendar Days after the Engineer mails a post-final Contract payment voucher or notice of rejection, the Contractor waives all rights to a claim based on errors in quantities and amounts. If the Engineer rejects the Contractor's request on the basis that the issue was not one that qualified for treatment under this Section,no review according to 00199.40 will be allowed. 109 00196 Section 00196 - Payment for Extra Work 00196.00 General- Only work not included in the Contract as awarded but deemed by the Engineer to be necessary to complete the Project(see 00140.60)will be paid as Extra Work. Regardless of alterations and changes,any item of Work provided for in the Contract will not constitute Extra Work. Payment for alterations and changes to Work will be made according to 00195.20. Compensation for Extra Work will be paid only for Work authorized in writing by the Engineer and performed as specified. Work performed before issuance of the Engineer's written authorization shall be at the Contractor's risk. Extra Work will be paid as determined by the Engineer,according to 00196.10 and 00196.20. 00196.10 Negotiated Price - If the Engineer can reasonably determine a price estimate for Extra Work,the Engineer may then give written authorization to the Contractor to begin the Extra Work. As soon as practicable,but within 10 Calendar Days after that authorization,the Contractor shall respond in writing to the Engineer's Extra Work price estimate by submitting to the Engineer an Extra Work price quote. The price quote shall detail the following items related to the Extra Work: • Types and amounts of Materials • Hours of Equipment use and hours of labor • Travel • Overhead and profit • Other costs associated with the proposed Extra Work Pending approval of the price quote, the Engineer will maintain force account records of the Extra Work. As soon as practicable,but within 10 Calendar Days of receipt of a properly supported price quote,the Engineer will review the price quote and advise the Contractor if it is accepted or rejected. The Engineer will not accept a price quote that cannot be justified on a Force Account basis. If the Contractor's price is accepted,the Engineer will issue a Change Order,and the Extra Work will be paid at the accepted price. 00196.20 Force Account- If the Engineer and the Contractor cannot agree on a price for the Extra Work, the Engineer may issue a Force Account Work order requiring the Extra Work to be paid as Force Account Work. Force Account Work records and payment will be made according to Section 00197. 110 Section 00197 - Payment for Force Account Work 00197.00 Scope -The Materials,Equipment and Labor rates and procedures established in this Section apply only to Extra Work ordered by the Engineer to be performed as Force Account Work. 00197.01 Extra Work on a Force Account Basis -Before ordering Force Account Work,the Engineer will discuss the proposed work with the Contractor,and will seek the Contractor's comments and advice concerning the formulation of Force Account Work specifications. The Engineer is not bound by the Contractor's comments and advice,and has final authority to: • Determine and direct the Materials, Equipment and Labor to be used on the approved Force Account Work;and • Determine the time of the Contractor's performance of the ordered Force Account Work. Force account work performed by subcontractors will be measured and paid for on the same basis and in the same manner as force account work performed directly by the Contractor. If the Engineer orders the performance of Extra Work as Force Account Work,the Engineer will record,on a daily basis, the Materials,Equipment,and Labor used for the Force Account Work during that day. The Engineer and the Contractor shall sign the record daily to indicate agreement on the Materials,Equipment,and Labor used for the Force Account Work performed on that day. The following shall be reflected on the daily record: • Materials used in the Force Account Work as directed by the Engineer, except those furnished and paid under rental rates for use of Equipment; • Equipment which the Engineer considers necessary to perform the Force Account Work. Equipment hours will be recorded to the nearest quarter hour; • Labor costs, including that of Equipment operators and supervisors in direct charge of the specific operations while engaged in the Force Account Work;and • The Engineer's and Contractor's signatures confirming its accuracy. 00197.10 Materials: (a) General-The Contractor will be paid for Materials actually used in the Force Account Work as directed by the Engineer, except for those furnished and paid for under rental rates included with the use of Equipment. Payments will be at actual cost,including transportation costs to the specified location, from the supplier to the purchaser,whether the purchaser is the Contractor, a Subcontractor, or other forces. All costs are subject to the provisions of this Subsection. (b) Trade Discount- If a commercial trade discount is offered or available to the purchaser, it shall be credited to the Agency, even though the discount may not have actually been taken. The Agency will not take any discounts for prompt or early payment,whether or not offered or taken. (c) Not Directly Purchased From Supplier- If Materials cannot be obtained by direct purchase from and direct billing by the supplier, the cost shall be considered to be the price billed to the purchaser less commercial trade discounts, as determined by the Engineer,but not more than the purchaser paid for the Materials. No markup other than actual handling costs will be permitted. (d) Purchaser-Owned Source-If Materials are obtained from a supply or source wholly or partly owned by the purchaser,the cost shall not exceed the price paid by the purchaser for similar Materials fiumished from 111 that source on Pay Items, or the current wholesale price for the Materials delivered to the Project Site, whichever is lower. 00197.20 Equipment: (a) General-Equipment approved by the Engineer to perform the Force Account Work will be eligible for payment at the established rates only during the hours it is operated or on standby if so ordered by the Engineer. Equipment hours will be recorded on the daily record to the nearest quarter hour. Except as modified by these provisions, Equipment use approved by the Engineer will be paid at the rental rates given in the most current edition of the Rental Rate Blue Books for Construction Equipment ("Blue Book"),Volumes 1, 2, and 3, published by Penton Media, Inc., and available from EquipmentWatch (phone 1-800-669-3282). (b) Equipment Description- On the billing form for Equipment costs, the Contractor shall submit to the Engineer sufficient information for each piece of Equipment and its attachments to enable the Engineer to determine the proper rental rate from the Blue Book. (c) Rental Rates (without Operator): (1) Rental Rate Formula-Rental rates for Equipment will be paid on an hourly basis for Equipment and for attachments according to the following formula: Monthly Base Rate x Rate Adjustment Factor Hourly 176 hours/month Rate = + Hourly Operating Rate Some attachments are considered "standard Equipment" and are already included in the monthly base rate for the Equipment. That information can be obtained from EquipmentWatch. (2) Monthly Base Rate -The monthly base rate used above for the machinery and for attachments represents the major costs of Equipment ownership, such as depreciation, interest, taxes, insurance, storage,and major repairs. (3) Rate Adjustment Factor-The rate adjustment factor used above will be determined by applying only the Model Year Adjustment to the Blue Book Rates. The Regional and User Defined Ownership/Operating Adjustments shall not apply. (4) Hourly Operating Rate -The hourly operating rate used above for the machinery and for attachments represents the major costs of Equipment operations,such as fuel and oil,lubrications, field repairs,tires or ground engaging components,and expendable parts. (5) Limitations - If multiple attachments are included with the rental Equipment, and are not considered "standard Equipment", only the attachment having the higher rental rate will be eligible for payment, provided the attachment has been approved by the Engineer as necessary to the Force Account Work. Rental will not be allowed for small tools that have a daily rental rate of less than $5, or for unlisted Equipment that has a fair market value of$400 or less. The above rates apply to approved Equipment in good working condition. Equipment not in good working condition, or larger than required to efficiently perform the work, may be rejected by the Engineer or accepted and paid for at reduced rates. (d) Moving Equipment- If it is necessary to transport Equipment located beyond the Project Site exclusively for Force Account Work, the actual cost to transport the Equipment to, and return it from, its On-Site 112 Work location will be allowed as an additional item of expense. However, the return cost will not exceed the original delivery cost. These costs will not be allowed for Equipment that is brought to the Project Site for Force Account Work if the Equipment is also used on Pay Item or related Work. If transportation of such Equipment is by common carrier,payment will be made in the amount paid for the freight. No markups will be allowed on common carrier transportation costs. If the Equipment is hauled with the Contractor's own forces,transportation costs will include the rental rate of the hauling unit and the hauling unit operator's wage. If Equipment is transferred under its own power, the rental rate allowed for transportation time will be 75% of the appropriate hourly rate for the Equipment,without attachments,plus the Equipment operator's wage. (e) Standby Time - If ordered by the Engineer, standby time will be paid at 40% of the hourly rental rate calculated according to this Subsection, excluding the hourly operating rate. Rates for standby time that are calculated at less than $1 per hour will not be paid. Payment will be limited to not more than 8 hours in a 24-hour period or 40 hours in a 1 week period. Standby Time provisions shall also apply to Section 00195—Payment. (fl Blue Book Omissions - If a rental rate has not been established in the Blue Book,the Contractor may: • If approved by the Engineer,use the rate of the most similar model found in the Blue Book,considering such characteristics as manufacturer, capacity,horsepower,age and fuel type; • Request EquipmentWatch to furnish a written response for a rental rate on the Equipment,which shall be presented to the Engineer for approval;or • Request that the Engineer establish a rental rate. (g) Outside Rental Equipment- If Contractor-owned or Subcontractor-owned Equipment is not available, and Equipment is rented from outside sources,payment will be based on the actual paid invoice. Approval of the Engineer to rent from outside sources must be obtained prior to renting the equipment. If the invoice specifies that rental rate does not include fuel,lubricants, field repairs,and servicing, an amount equal to the Blue Book hourly operating cost may be added for those items that were excluded. The Agency may reduce the payment when the invoice amount plus allowance is higher than the amount authorized under (c) through (f) of this Subsection. The provisions of 00180.20(c) apply to owner-operated Equipment. 00197.30 Labor-The Contractor will be paid for all labor engaged directly on Force Account Work,including Equipment operators and supervisors in direct charge of the specific force account operations,as follows: (a) Wages -The actual wages paid to laborers and supervisors,if those wages are paid at rates not more than those for comparable labor currently employed on the Project, or at the recognized, current, prevailing rates in the locality of the Project. (b) Required Contributions -The actual cost of industrial accident insurance,unemployment compensation contributions,payroll transit district taxes,and social security for old age assistance contributions incurred or required under statutory law and these Specifications. The actual cost of industrial accident insurance is the National Council on Compensation Insurance (NCCI) rate for the assigned risk pool for the appropriate work class multiplied by the experience modification factor for the Contractor. (c) Required Benefits -The actual amount paid to, or on behalf of, workers as per diem and travel allowances,health and welfare benefits,pension fund benefits, or other benefits when such other benefits 113 are required by a collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the Project. (d) Overtime -No overtime will be compensated unless authorized in advance of performing the Work by the Engineer. 00197.80 Percentage Allowances -To the Contractor's actual costs incurred,as limited in this Section 00197, amounts equal to a percentage markup of such costs will be allowed and paid to the Contractor as follows: Subsection Percent 00197.10 Materials 17 00197.20 Equipment 17 00197.30 Labor 22 When a Subcontractor performs ordered Force Account Work,the Contractor will be allowed a supplemental markup of 8%on each Force Account Work order. These allowances made to the Contractor will constitute complete compensation for bonds,insurance, overhead,general and administrative expense,profit,and all other Force Account Work costs that were incurred by the Contractor, or by other forces that the Contractor furnished. No other reimbursement, compensation,or payment will be made. 00197.90 Billings -Billings for Force Account Work by the Contractor shall be submitted for the Engineer's approval on forms provided by the Agency or approved by the Engineer. Billings for Materials (other than Incidental items out of the inventory of the Contractor or Subcontractors),rental Equipment from sources other than the Contractor or Subcontractors,and Special Services, shall be accompanied by copies of invoices for the goods and services. The invoices shall be fully itemized showing dates, quantities,unit prices,and complete descriptions of goods and services provided. Invoices for amounts of$10 or less per invoice are not required,unless requested by the Engineer. Costs included on the billings shall comply with 00197.01(a) and 00197.10 through 00197.40. When a billing for Force Account Work has been paid at the Project level,no further corrections will be made because of further review if those corrections amount to less than$10. 114 Section 00199- Disagreements,Protests, and Claims 00199.00 General-This Section details the process through which the parties agree to resolve any disagreement concerning additional compensation or concerning a combination of additional compensation and Contract Time. (See 00180.80 for disagreements and claims concerning additional Contract Time only,and 00195.95 for disagreements and claims concerning correction of final compensation.) The Agency will not consider direct disagreements,protests, or claims from subcontractors,Suppliers,or any other Entity not a party to the Contract. 00199.10 Procedure for Resolving Disagreements -When disagreements occur concerning additional compensation or a combination of additional compensation and Contract Time,the Contractor shall first pursue resolution through the Engineer of all issues in the dispute,including without limitation the items to be included in the written notice in 00199.20. If the discussion fails to provide satisfactory resolution of the disagreement, the Contractor shall follow the protest procedures outlined in 00199.20. If the Engineer denies all or part of the Contractor's protest,and the Contractor desires to further pursue the issues,the Contractor shall submit a claim for processing according to 00199.30. 00199.15 Inappropriate Protest or Claim - It shall be presumed that the Contractor submits a protest or claim for additional compensation in good faith,based upon facts which reasonably support the Contractor's position and with full knowledge and understanding of the injury done to the Agency when notice of differing Project Site conditions or claims for additional compensation are not submitted in a timely manner as required under the Contract. Accordingly,the submission of a protest or claim without the concurrent submission of evidence that reasonably supports the protest or claim,or the submission of a protest or claim in an untimely manner will constitute a waiver of the protest or claim. 00199.20 Protest Procedure - f the Contractor disagrees with anything required in a Change Order or other written or oral order from the Engineer,including any direction,instruction,interpretation,or determination,or if the Contractor asserts a disagreement or dispute on any other basis,except 0195.95,that,in the Contractor's opinion,entitles or would entitle the Contractor to additional compensation or a combination of compensation and Contract Time,the Contractor shall do all of the following in order to pursue a protest and preserve its claim: (a) Oral Notice - Give oral notice of protest to the Engineer and outline the areas of disagreement before starting or continuing the protested Work. (b) Written Confirmation of Oral Notice—Not later than the end of the next business day following the day that oral notice of protest is given,deliver written documentation to the Engineer of the oral notice that includes the notice of protest and the areas of disagreement. (c) Written Notice - File a proper written notice of protest with the Engineer within 7 Calendar Days after receiving the protested order. In the notice the Contractor shall: • Describe the acts or omissions of the Agency or its agents that allegedly caused or may cause damage to the Contractor or to the Project,citing specific facts,persons,dates and Work involved; • Describe the Contractor's proposed alternative to the Work ordered,if any, which will avoid damage to Contractor or to the Project; • Describe the nature of the damages; • Cite the specific Contract provision(s),if any,that support the protest; • Include the estimated dollar cost,if any, of the protested Work, and furnish a list of estimated Materials, Equipment and labor for which the Contractor might request additional compensation;and • If additional compensation is estimated to be due, include the estimated amount of additional time required,if any. FAILURE TO COMPLY WITH THIS NOTICE REQUIREMENT RENDERS THE NOTICE IMPROPER AND SHALL CONSTITUTE A WAIVER OF ANY CLAIM FOR ADDITIONAL COMPENSATION OR A COMBINATION OF ADDITIONAL COMPENSATION AND CONTRACT TIME FOR ANY PART OF THE PROTESTED WORK (d) Engineer's Record and Response -The Engineer will file a copy of each written notice of protest in the Project records and will issue a written response to the protest within seven (7)Work Days of receipt of a timely filed written notice of protest. The Engineer has no responsibility to evaluate the protest unless the Contractor has timely filed a proper notice submitting all of the above information. (e) Final Documentation of Claim -Within 60 Calendar Days following completion of the protested work, Contractor shall provide the Engineer with complete documentation of protested work,listing exact materials, equipment and labor used for the work and the dollar amount requested for each. If the claim is accepted,no additional compensation will be awarded based on documentation submitted after this deadline. If the claim is denied or if the Contractor is not satisfied with the decision by the Engineer, the amount claimed by the Contractor in any subsequent Step or proceeding may not exceed the dollar amount requested under this subsection. (f) Records -Keep complete records of all costs and time incurred throughout the protested Work,and allow the Engineer access to those and other supporting records. Provide daily records of protested Work, on a weekly basis, on a schedule to be set by agreement with the Engineer. (g) Comparison of Records -Provide the Engineer adequate facilities for keeping cost and time records of the protested Work. The Contractor and the Engineer will compare records and either bring them into agreement at the end of each day, or record and attempt to explain any differences. (h) Work to Proceed- In spite of any protest,proceed promptly with the Work ordered by the Engineer. (i) Evaluation of Protest-The Engineer has no responsibility for evaluating a protest that is not timely filed,or for which adequate supporting documentation has not been made available to the Engineer. Provided the procedures above are followed, the Engineer will promptly evaluate all protests, after the Contractor has fully complied with the requirements described in 00199.20(c), Written Notice. If the protest is denied, the Engineer will notify the Contractor in writing of the reasons for full or partial denial. If a protest is found to be valid,the Engineer will,within a reasonable time,make an equitable adjustment of the Contract. Adjustment of time will be evaluated according to 00180.80. The Engineer has no responsibility for evaluating and may reject a protest that does not comply with 00199.20(b). If the protest is rejected, the Engineer will notify the Contractor in writing of the reasons for rejection. 6) Protest Evaluation by Third Party Neutral- If the Engineer agrees that the Contractor has fully complied with the requirements described in 00199.20(b),and if the Engineer fully or partially denies,in writing, the Contractor's protest according to 00199.20(f , the Contractor may request that a mutually selected Third Party Neutral review the protest. Procedures for selecting, using, and paying for the cost of the Third Party Neutral will be specified by Change Order. 116 If the Contractor does not accept the Engineers evaluation of the protest,or either the Contractor or Engineer disagrees with the resolution recommended by the'Third Party Neutral,the Contractor may pursue a claim as described in 00199.30. 00199.30 Claims Procedure: (a) General- If the Contractor believes that additional compensation is due, or a combination of additional compensation and Contract Time,and has pursued and exhausted all the procedures provided in 00199.10 and 00199.20 to resolve a disagreement and protest,the Contractor may file a claim. The Agency's Contract is with the Contractor. There is no contractual relationship between the Agency and any subcontractors, Suppliers or any Entity other than the Contractor. It is the Contractor's responsibility to fully evaluate any claim before presenting it to the Agency. In addition,when a claim includes Work done or costs incurred by any subcontractors, Suppliers, or any Entity other than the Contractor, the Contractor remains solely responsible for presenting the claim to the Agency. Claims that include Work done or costs incurred by subcontractors, Suppliers, or any Entity other than the Contractor will not be considered by the Agency unless the Contractor has: • Completed and provided its own written evaluation of the claim; • Verified by its own independent review and evaluation of the amount of compensation sought;and • Certified the claim in accordance with 00199.30(6) (Part 10). (b) Claims Requirements-At any time during the progress of the Work,but not later than 45 Calendar Days following the date of the Second Notification,the Contractor shall submit to the Engineer in writing,claims for additional compensation or a combination of additional compensation and Contract Time additional to that specified in the Contract. For a claim not submitted within the 45 day limit, that has not met the requirements of 00199.20, or is not filed as provided in 00199.30, the Contractor waives any claim for additional compensation or for additional compensation and Contract Time, and the Agency may reject the claim. Written claims to the Engineer or the Agency by the Contractor shall be delivered to the Agency address shown in the Public Improvement Contract, unless a different address is agreed to by the Engineer, and shall be delivered: • By U.S. Postal Service first class mail or priority mail (which at the sender's option may include certified or registered mail return receipt requested);or • By overnight delivery service of a private industry courier. • Claims will be considered as having been received by the Agency: • At the time of actual receipt or 7 Calendar Days after the postmarked date when deposited for delivery by first class or priority mail,whichever is earlier;or *At the time of actual receipt or 3 Calendar Days after deposit with a private industry courier for overnight delivery service,whichever is earlier. The Agency reserves the right at any time and at any step in the claim decision or review process to request additional information,records or documentation related to the claim or the Contract either directly or through agents working toward resolution of the disputed or claimed events and issues. Claims shall be made in writing,and shall include all information,records and documentation necessary for the Agency to properly and completely evaluate the claim. 117 To be considered,claims for additional compensation,or for additional compensation and Contract Time,shall be completed according to 00199.30 and shall be submitted with the required information and in the format below and labeled as required below for each claimed issue: (Part 1) Summary(label page 1.1 through page 1.X) -In the summary,include a detailed,factual statement of the claim for additional compensation and Contract Time, if any, with necessary dates and locations of Work involved in the claim and the dates of when the event arose. Also include detailed facts supporting the Contractor's position relative to the Engineer's decision (see 00199.20(fl); (Part 2) Proof of notice (label page 2.1 through page 2.X) - Submit a copy of the written notice,with all attachments,that was given to the Agency. Include the date when that written notice and the date when oral notice was given: (Part 3) Copies of the Contract Specifications that support the Contractor's claim(label page 3.1 through page 3.X); (Part 4) Theory of entitlement supporting the claim(label page 4.1 through page 4.X) - Include a narrative of how or why the specific Contract Specifications support the claim and a statement of the reasons why such Specifications support the claim; (Part 5) Itemized list of claimed amounts (label page 5.1 through page 5.X) -Claimed damages that resulted from the event with a narrative of the theories and records and documents used to arrive at the value of the damages; (Part 6) Additional Contract Time requests (label page 6.1 through page 6.X) - If the claim is for a combination of additional compensation and Contract Time,submit a copy of the schedule that was in effect when the event occurred and a detailed narrative which explains how the event impacted Contract Time. In addition,if an Agency-caused delay is claimed: • Include the specific days and dates under claim; • Provide detailed facts about the specific acts or omissions of the Agency that allegedly caused the delay, and the specific reasons why the resulting delay was unreasonable;and • Provide a schedule evaluation that accurately describes the impacts of the claimed delay. • Also see 00180.80 for additional requirements regarding claims for Contract Time and causes that are eligible and ineligible for consideration; (Part 7) Copies of actual expense records (label page 7.1 through page 7.X) - Include documents that contain the detailed records and which support and total to the exact amount of additional compensation sought. Include the information and calculations necessary to support that amount. That amount may be calculated on the basis of Section 00197, if applicable, or may be calculated using direct and indirect costs presented in the following categories: • Direct Materials; • Direct Equipment. The rate claimed for each piece of Equipment shall not exceed the actual cost. In the absence of actual Equipment costs,the Equipment rates shall not exceed 75 percent of those calculated under the provisions of 00197.20. For each piece of Equipment, the Contractor shall include a detailed description of the Equipment and attachments, specific days and dates of use or standby, and specific hours of use or standby; • Direct labor; 118 • Job overhead; • General and administrative overhead;and • Other categories as specified by the Contractor or the Agency; (Part 8) Supporting records and documents (label page 8.1 through page 8.X) - Include copies of, or excerpts from the following: • Any documents that support the claim, such as manuals standard to the industry and used by the Contractor;and • Any daily reports or diaries related to the event,photographs or media that help explain the issue or event (optional), or all other information the Contractor chooses to provide (optional); (Part 9) Certification (label page 9.1 through 9.X� -A certified statement, signed by a person authorized to execute Change Orders,by the Contractor, subcontractor,Supplier,or Entity,originating the claim,as to the validity of facts and costs with the following certification: Under penalty of law for penury or fall f cation, the undersigned, (Name), (Title), (Com any) certifies that this claim for additional compensation for Work on the Contract is a true statement of the actual costs incurred(in the amount of $ exclusive of interest)and is fully documented and supported under the Contract between the parties. Signature: Date. 20 Subscribed and sworn before me this day of 20 Notary Public My commission expires (Part10) Contractor evaluation of a lower tier claim (label page 10.1 through 10.X) - If the claim includes Work done or costs incurred by any subcontractors, Suppliers,or any Entity other than the Contractor, the following are required: • Data required by the other Subsections of 00199.30(b); • Copies of the Contractor's, subcontractor's, Supplier's and Entity's, at all tiers above the level of which the claim originates, separate evaluation of entitlement; • Copies of the Contractor's, subcontractor's, Supplier's and Entity's, at all tiers above the level of which the claim originates, independent verification and evaluation of the amount of damages sought; and • A person authorized to execute Change Orders on behalf of the Contractor,subcontractor,Supplier and Entity, at all tiers above the level of which the claim originates, must sign a statement with the following certification: Under penalty of law for pegury or falsification, the undersigned,(Name) (Title), (Company) certifies that this claim originating from the subcontractor, Supplier or EntityCom an for additional compensation for Wlork on the Contract is a reasonable statement, independentjverified, of the costs incurird(in the amount of$ exclusive of interest) and is fully documented and supported under the Contract between the parties. Signature: 119 Date: 20 Subscribed and sworn before me this day of 20_ Notary Public My commission expires If the Engineer determines that additional information, records or documentation is needed to allow proper evaluation of the claim submittal, the Engineer will request the information, records or documentation. The Contractor shall submit to the Engineer within 14 Calendar Days, or as otherwise agreed by the parties, the required additional information,records and documentation. If the Engineer determines that the claim submittal with the additional information,records and documentation submitted is incomplete and not accepted as a claim,the Engineer will notify the Contractor in writing and the submittal will be rejected and will not be considered under 00199.40. (c) Records Requirements -The Contractor shall comply with 00170.07. (d) Compliance Required-Full compliance by the Contractor with the provisions of this Section is a condition precedent to the commencement of any lawsuit by the Contractor to enforce any claim. 00199.40 Claim Decision;Review;Exhaustion of Administrative Remedies -The Agency intends to resolve all claims at the lowest possible administrative level.The Engineer will also determine whether multiple claims should be advanced separately or together. If the Engineer denies the claim for additional compensation or a combination of additional compensation and Contract Time,in full or in part,according to 00199.40(a), the Contractor may request review of the denial. The disputed claim for additional compensation or a combination of additional compensation and Contract Time may then be resolved,in full or in part,at any of the progressive steps of claim review procedure as specified in (b) through (c) of this Subsection. If the Engineer has denied a claim,in full or in part, for Contract Time only according to 00 180.80,or has denied a claim,in full or in part, for correction of final compensation according to 00195.95, those disputed claims may then be resolved,in full or in part,at either of the two progressive steps of claim review procedure as specified in (b) through (c) of this Subsection. A person authorized by the Contractor to execute Change Orders on behalf of the Contractor must be present and attend all claim hearings. For all claims,all of the actions and review under each step of the review process shall occur before the review can be advanced to the next higher step. If,at any step in the claim decision or review process,the Contractor fails to promptly submit requested information or documentation that the Agency deems necessary to analyze the claim, the Contractor is deemed to have waived its right to further review,and the claim will not be considered properly filed and preserved. (a) Decision by the Engineer-The Engineer will,as soon as practicable,consider,investigate,and evaluate a Contractor's claim for additional compensation, or for a combination of additional compensation and Contract Time,if submitted as required by 00199.30. Once the Engineer determines the Agency is in receipt of a properly submitted claim,the Engineer will arrange a meeting, within 21 Calendar Days or as otherwise agreed by the parties, with the Contractor in order to present the claim for formal review and discussion. 120 If the Engineer determines that the Contractor must furnish additional information,records or documentation to allow proper evaluation of the claim, the Engineer will schedule a second meeting, to be held within 14 Calendar Days or as otherwise agreed by the parties, at which the Contractor shall present the requested information,records and documentation. The Engineer will provide a written decision to the Contractor within 30 Calendar Days of the last Engineer- level meeting. If the Contractor does not accept the Engineer's decision, the Contractor may, within 10 Calendar Days of receipt of the written decision,request in writing that the Engineer arrange a review at Step 1 (see (b) below). (b) Step 1: Public Works Director Level Review-The Contractor shall request that the Engineer arrange a meeting with the Public Works Director or the Public Works Director's designee,as determined by the Public Works Director,in order to present the denied or partially denied claim for formal review and discussion. The meeting will take place within 21 Calendar Days of the Agency's receipt of the request, or as otherwise agreed by the parties. If the Public Works Director(or designee)determines that the Contractor must furnish additional information, records or documentation to allow proper evaluation of the claim,the Public Works Director(or designee)will schedule a second meeting,to be held within 14 Calendar Days,or as otherwise agreed by the parties,at which the Contractor shall present the requested information,records and documentation. The Public Works Director (or designee) will provide a written decision to the Contractor within 30 Calendar Days of the last meeting with the Public Works Director (or designee). The claim is subject to 00199.60,if not all of the records requested by the Public Works Director(or designee) were furnished. If applicable, advancement of the claim is subject to the provisions of 00199.60 regarding waiver and dismissal of the claim or portions of the claim. If the Contractor does not accept the decision,the Contractor may,within 180 Calendar Days from the date of receipt of the Public Works Director(or designee)written decision or within 90 Calendar Days of the date of Second Notification,whichever is later,initiate Step 2 as set forth in subsection (c)below. (c) Step 2:Arbitration and Litigation-The Contractor must follow each step in order, and exhaust all available administrative remedies before resort to arbitration and litigation. Litigation of a claim that cannot be resolved in Step 1 shall be initiated by filing a complaint in the Circuit Court for the State of Oregon in the county where the Agency's main office is located that contains a stipulation to arbitration under ORS 36.410. The claim and all cross and counter-claims filed in response to the complaint shall be submitted to the Court Arbitration Program set forth in ORS 36.400 to 36.425,Chapter 13 of the Oregon Uniform Trial Court Rules and the Circuit Court supplemental local rules concerning arbitration. Either party may seek, and shall be entitled to, an order directing the other party to submit to arbitration as provided herein and to judgment for its costs,expenses and attorney fees in obtaining and enforcing the order In no event shall this Subsection be construed as a waiver by the Agency or by the State of Oregon on any form of defense or immunity,whether sovereign immunity,governmental immunity,immunity based on the Eleventh Amendment to the Constitution of the United States or otherwise, from any claim or from the jurisdiction of any court. (d) Payment of Costs,Expenses and Attorney's Fees -The prevailing party shall be entitled to an award for reasonable costs and expenses incurred after the initiation of Step 2,including costs and expenses 121 incurred for arbitration, trial de novo and on appeal. Costs and Expenses shall include,but shall not be limited to,reasonable attorney fees and expenses,arbitrator fees and expenses,and costs of discovery As used in this subsection 00199.40(d), "prevailing party" for an arbitration award means (1) a Contractor who has received an arbitration award, exclusive of interest,costs and expenses,that is more than the dollar amount claimed by the Contractor in its Final Documentation of Claim under 00199.20(d) or (2) the Agency if there is no arbitration award to the Contractor or if the arbitration award to the Contractor,exclusive of interest,costs and expenses,is less than the dollar amount of the award in the Step 1 decision. For all other arbitration awards,there shall not be a "prevailing parry." The award of costs and expenses after trial de novo shall be made as provided for in ORS 36.425. The award of costs and expenses after appeal from a judgment entered after trial de novo shall be to the prevailing party designated as such by the appeals court. The Contractor shall comply with 00170.00. 00199.50 Mediation-Notwithstanding the formal claims procedure specified above,the parties may enter into nonbinding mediation by mutual agreement at any time,in which case the parties may also agree to suspend the time requirements in Section 00199 pending the outcome of the mediation process. The rules, time and place for mediation,as well as selection of the mediator, shall be established by mutual agreement. Costs shall be divided equally between the Contractor and the Agency. Either party may terminate mediation at any time upon 5 Calendar Days notice to the other,after which the time requirements of Section 00199 shall be automatically reinstated and shall resume from the point at which the time requirements were suspended. 00199.60 Review of Determination Regarding Records - If not all of the records requested by the Agency under 00199.40(c) Step 2 were provided,then the Agency will determine: • If the records are of the type described in 00170.07;and • If the records have not been maintained or the records, or access to the records,has not been provided to the Agency as required by 00170.07 and this Section;and • If the records are material and necessary for proper evaluation of part or all of the claim;and • The portions of the claim for which the records are material and necessary for proper evaluation. If the Agency makes the foregoing determinations,then subject to the review process described below,all portions of the claim for which the Agency determined the records are material and necessary for proper evaluation are immediately waived and irrevocably dismissed. Even if the records have not been maintained or the records, or access to the records,have not been provided to the Agency in a given instance,the Agency may determine that sufficient records have been provided for the Agency to properly evaluate the claim in that instance. If the Agency makes this determination,the claim or portions of the claim will not be waived or dismissed under this provision. If the Contractor does not accept the Agency written determination that the records are material and necessary for proper evaluation of part or all of the claim,and the portions of the claim for which the records are material and necessary,the Contractor may,within 14 Calendar Days of receipt of the Agency determination,request,in writing, a review of such determination by the Public Works Director (or designee). If the Contractor does not request a review of the Agency determination,the Agency determination shall then become the Agency's final determination as of the expiration of the time limit to request review. If the Contractor requests the review, the Public Works Director (or designee)will schedule a review meeting within 14 Calendar Days,or as otherwise agreed by the parties, of when the Public Works Director (or designee)receives the written review request. The Agency and the Contractor will each have an opportunity to 122 explain their respective positions at the review meeting in a manner determined by the Public Works Director (or designee). Within 10 Calendar Days of the review meeting, the Public Works Director (or designee)will issue a written proposed finding of whether the records not maintained or not provided to the Agency,or for which access was not provided to the Agency,are material and necessary for proper evaluation of part or all of the claim. If the Public Works Director(or designee)makes that finding,then the Public Works Director (or designee)will also make a proposed written finding as to what portions of the claim the records are material and necessary and,therefore,waived and irrevocably dismissed. Even if the records have not been maintained or the records, or access to the records,have not been provided to the Agency in a given instance,the Public Works Director (or designee) may determine that sufficient records have been provided for the Agency to properly evaluate the claim in that instance. If the Public Works Director (or designee) makes this determination,then the claim or portions of the claim will not be waived or dismissed under this provision. The Public Works Director's (or designee) findings will be submitted to the Contractor. The Public Works Director's (or designee) findings are the Agency's final determination. If the Agency's final determination is that the records are material and necessary for proper evaluation of part or all of the claim,then the claim or that portion of the claim for which the records are material and necessary is waived and irrevocably dismissed,unless the Contractor provides the records,or access to the records,to the Agency within 5 Calendar Days of the Agency's final determination. If the Contractor provides the records, or access to the records,within this time limit,the Agency will schedule a meeting with the Contractor within 14 Calendar Days or as otherwise agreed by the parties,to discuss the records. The Agency's final determination that records are material and necessary for proper evaluation of part or all of the claim,and the Agency's final determination of the portions of the claim for which the records are material and necessary,shall be final and binding. If the entire claim is waived and irrevocably dismissed pursuant to the Agency's final determination there will be no further decision by the Agency on the claim or further review of the claim under 00199.40 and the claim will not be eligible for mediation under 00199.50. If only portions of the claim are waived and irrevocably dismissed pursuant to the Agency's final determination,the Agency will provide a written decision to the Contractor regarding the remaining portions of the claim within 30 Calendar Days of the final Step 2 meeting, or the Agency's final determination regarding the records,whichever is later. There will be no further decision by the Agency on or further review under 00199.40 of the portions of the claim waived and irrevocably dismissed pursuant to Agency's final determination and those portions will not be eligible for mediation under 00199.50. 123 ATTACHMENT L-SPECIAL PROVISIONS CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE WORK TO BE DONE The Work to be done under this Contract consists of grading, drainage, bridge foundation, installation of an owner provided bridge, and paving on the plan set entitled: TIEDEMAN REALIGNMENT OF THE FANNO CREEK GREENWAY TRAIL APPLICABLE SPECIFICATIONS The Specifications that are applicable to the Work on this Project is the 2015 edition of the "Oregon Standard Specifications for Construction",City of Tigard General Conditions,and technical specifications.All work shall be in accordance with these specifications except where specifically modified in this document and on the plans. For this project,when the specification says `Agency' it may typically be understood to mean `City'in project- specific cases,but may refer to the Oregon Department of Transportation, especially in cases of standards and testing. All number references in these Special Provisions shall be understood to refer to the sections and subsections of the Standard Specifications, Supplemental Specifications, and Project Manual bearing like numbers and to sections and subsections contained in these Special Provisions in their entirety. Section 00120—Bidding Requirements and Procedures Note that this section has been modified earlier in these bid documents. Section 00120— Bidding Requirements and Procedures Comply with Section 00120 of the city of Tigard General Conditions modified as follows: 00120.01 General Bidding Requirements—Bids must be submitted in writing before the deadline and at the location stated in the Advertisement for Bid. 00120.02 Prequalification of Bidders—See Special Provisions Section 00294 for personnel certification requirements. 00120.03 Request for Solicitation Documents—Bid Package,Plans and Specifications are available online at www.tiWd-or/gov/business/bids or in person at Tigard City Hall located at 13125 SW Hall Blvd.Tigard,OR 97223 at no charge.. Copies of the Oregon Standard Specifications for Construction 2015 may be downloaded or purchased online at http://www.oregon.gov/ODOT/HWY/SPECS/Pages/standard—Specificadons.aspx. (a) Paper Bids - Bidders must obtain Solicitation documents from the City of Tigard, either online at www.tiWd-or.gov/business/bids or in person at Tigard City Hall located at 13125 SW Hall Blvd.Tigard, OR 97223. Each request must include both the name of the person ordering or obtaining the Solicitation Documents,and the name of the Entity intending to use them. (The City will add the name of the Entity intending to use the Solicitation Documents obtained from the City of Tigard may be used to submit Bids. (b) Standards and Specifications — The work embraced herein shall be done in accordance with the following standards and specifications. City of Tigard Public Improvement Design Standards Download from the City's web site CWS Design and Construction Standards 07-20 www.cleanwaterservices.org Manual on Uniform Traffic Control Devices (MUTCD) Oregon Standard Specifications for Construction 2015 Available from ODOT Copies of these standards and specifications can be found at the locations stated above. Section 00120.17 —Use of Agency-Owned Land for Staging or Storage Areas Comply with Section 00120.17 of the City of Tigard General Conditions modified as follows: The Engineer will define an onsite staging area for the project located in the southwest corner of the site and approximately 14,000 square feet in size. Contractor shall protect exiting trees within the staging area in place, as shown in ATTACHMENT M. Section 00130—Award and Execution of Contract Note that this section has been modified earlier in these bid documents. Section 00150—Control of Work Comply with Section 00150 of the City of Tigard General Conditions modified as follows: 150.15 Construction Stakes,Lines,and Grades: (c) Contractor Responsibilities —Add the following bulleted items at the end of the City of Tigard General Conditions. • Coordinate construction to provide sufficient area for Surveyor to perform surveying work efficiently and safely; • Set any reference lines for automatic control from the control stakes provided by the Surveyor. • The Contractor shall examine the stakes before commencing work. Where the validity of a stake(s) is questioned,promptly notify the Agency to check such stake(s) before proceeding. 00150.30 Delivery of Notices—Replace this subsection with the following subsection: For purposes of this subsection, the time zone is Pacific Standard Time (PST) to determine time of receipt of notices and other documents. For purposes of this subsection,non-business days are Saturdays,Sundays and legal holidays as defined by ORS 187.010 and 187.020. Following Notice to Proceed,all notices and other documents submitted to the Contractor by the Engineer,or to the Engineer by the Contractor,electronically under 00170.08: If recorded in Virtual Project Manager® as received before 5:00 p.m.PST on a business day it shall be considered as received on the business day on which it was actually received in Virtual Project Manager®. If recorded in Virtual Project Manager® as received on a non-business day,or after 5:00 p.m. PST on a business day,it shall be considered as received at 8:00 a.m. PST on the next business day. Claims must be submitted on paper documents according to Section 00199 of the City of Tigard General Conditions. 00150.50 Cooperation with Utilities—Modify as follows: Add the following to 00150.50.A A. Portland General Electric will be moving a single pole along Tiedman Avenue and it's associated guying wires. Work is expected to be completed prior to Notice to Proceed. If this work is delayed contractor shall coordinate with utility. Include the following: D. Utility Information-The locations of facilities shown on the plans were derived from the best information available. It shall be the responsibility of the Contractor to verify the existence and exact locations of underground facilities prior to construction. Any existing facilities damaged by the Contractor's operations shall be restored or replaced to an equal or better condition (in the judgment of the engineer) at the expense of the Contractor. For utility locate markings,the Contractor shall notify Utility Notification Center at least 2 working days,but not more than 14 calendar days, prior to performing any excavation or any other work close to any underground pipeline,conduit, duct,wire or other structures.The Contractor shall be solely responsible for maintaining utility locate markings until project construction is complete. The Contractor shall also notify all utilities that may be affected by the construction operation at least 48 hours in advance that their services will be affected by the work and make reasonable accommodations (in the judgment of the engineer) for the operation of these utilities. The following information is included for the Contractor's convenience: Utli Phone Email Water City of Sam Morrison 503-718-2596 sanitngtigard-or.gov Tigard Sanitary City of Rob Block 503-718-2607 rob(j�dgard-or.gov Sewer Tigard Storm City of Rob Block 503-718-2607 robgtiggrd-or.gov Sewer Tigard Power PGE Tod Shattuck 503-672-5466 tod.shattuck .com 24-hour 503-464-7777 Dama e&Repair 503-736-5662 Cable Comcast Ken Wills 971-801-5641 kenneth willisncomcast.com Dama e&Repair 503-617-1212 Tele hone Frontier John Bielec 503-367-5106 john.bielec ftr.com 24-hour 1-877-462-8188 CenturyLink Scott Miller (Local 971-769-9940 scott.miller4(cr�,centurylink.com Network CenturyLink Mike Lopez 503-242-4144 michael.lopezQcenturylink.com ational Network Gas NW Natural Peter Cathcart 503-715-7441 eter.cathcart nwnatural.com Damage&Repair 1 503-226-4211 00150.55 Cooperation with Other Contractors—Add the bulleted items to the end. • Contractor shall take receipt of the steel truss bridge upon delivery and offloading by Contech Engineered Solutions. (Supplier). Bridge delivery to be scheduled between September 1 and September 30,2018,at a mutually agreed upon time between Contractor and Contech Engineered Solutions. Section 00170—Legal Relations and Responsibilities Comply with Section 00170 of the City of Tigard General Conditions modified as follows: 00170.01 Other Agencies Affecting Agency Contracts—Add the following: (c) Local Agencies—Add the following: • Clean Water Services • City of Tigard 00170.02 Permits,Licenses, and Taxes—Add the following: • Comply with all requirements and sections of the permits including but not limited to; o CWS Service Provider Letter CWS File Number 17-001153 o City of Tigard Building Permits (Site Works and Structural)—Contractor to fill out required sections prior to issuance of permits. 00170.03 Furnishing Right of Way and Permits—Add the following: The Agency shall be responsible for obtaining the following permits: 1. City of Tigard Building Permits 2. Contract Fee payment to BOLI. Add the following subsection: 00170.08 Electronic Document Management-The requirements of this Subsection do not apply to claims. Claims must be submitted on paper documents according to Section 00199. (a) General—Following Notice to Proceed,the Engineer and Contractor shall utilize Virtual Project Manager (http://www.virtual-pm.com/),herein after called VPM, for submission of all data and documents (unless specified otherwise in this Section or otherwise authorized by the Engineer) throughout the duration of the Contract. VPM is an electronic project management system accessible through the Internet used to create, share,and review construction management documentation. VPM is provided by the Engineer at no cost to the Contractor. VPM will be made available to all Contractors'personnel,subcontractor personnel, suppliers, consultants,Engineer,and any of Engineer's representatives or agents. The joint use of this system is to facilitate electronic exchange of information,automation of key processes,electronic notification of project activity,and overall management of contract documentation.VPM shall be the primary means of project information submission and management. The Engineer will establish the Contractor's access to VPM by enabling access and assigning user profiles to Contractor personnel,including subcontractors and suppliers,as requested by Contractor.All authorized personnel shall have an individual user profile;no joint-use or shared user profiles will be allowed. Each user profile shall be assigned to a user group and have specific permission settings and privileges based on the user's need within VPM. Entry of information exchanged and transferred between the Contractor and its subcontractors and suppliers on VPM shall be the responsibility of the Contractor. The Contractor shall use computer hardware and software that meets the requirements of the VPM system.As recommendations are modified by VPM,the Contractor will upgrade their system(s) to meet or exceed the recommendations. Upgrading of the Contractor's computer systems will not be justification for a cost or time modification to the Contract. The Contractor shall ensure its own connectivity to VPM through their internet service provider. The Contractor shall be responsible for the validity of the information they place in VPM, for the training of their personnel to understand and utilize VPM,as well as the provision and accessibility of adequate resources to connect with VPM. Accepted users shall be knowledgeable in the use of computers,including Internet browsers,email programs,and the Portable Document Format(PDF) document type. The Contractor shall utilize the existing forms in VPM to the maximum extent possible. If a form does not exist in VPM the Contractor must include their own form or a form provided by the Engineer as an attachment to a submittal, RFI,or other document within VPM. Note that only the following file types are accepted as attachments to documents within VPM: PDF files,Microsoft Word (DOC) files,Microsoft Excel (XLS) files,picture files QPG,TIFF,BMP,JPEG,etc.). PDF documents will be created through electronic conversion prior to uploading, such as through a"print to file" feature or"save as pdf' feature, rather than optically scanned whenever possible. Contractor shall provide a list of key VPM personnel for the Engineer's acceptance.The list shall include the following information: first name,last name,address,title, office phone number,cell phone number,and email address. The Engineer is responsible for adding and removing users from the system and establishing read,write,and approval permission levels. In the event of a conflict between this Subsection and the Standard Specifications or other Special Provisions, this Subsection shall control except for 00199.30. Costs associated with obtaining and maintaining access to VPM and the use of VPM are incidental to Mobilization. Failure to submit documents electronically,as required by this Subsection,may result in payments being withheld according to 00195.50(e). The City reserves the right to suspend or disable, or cause to be suspended or disabled,the access to VPM for any entity or individual at any time. Use and access for VPM is provided"as is". The City does not warrant that access to or functioning of VPM will be error free,uninterrupted or meet the Contractor's needs. The City is not responsible for any damage that may occur due to error,omission,lack of timeliness or other malfunction of VPM or its supporting systems. The City disclaims all liability arising from interference or interruption,viruses,telephone faults, malicious damage by anyone,electronic system downtime,overloading of the Internet or sites or any cause beyond the control of the City. The City reserves the right to temporarily suspend or cause to be suspended access to VPM,without notice,because of maintenance,repair or any other reason deemed necessary for the proper functioning of VPM by the Agency or VPM. Company Documents This area is reserved for general documentation not related to a specific project. Only the Engineer shall post content in this area. Examples of content found in this area are: the City of Tigard Standard Specifications and Drawings,the 2015 Oregon Standard Specifications, and the 2015 Oregon Standard Drawings. All files are in PDF format. Project Summary The project summary tab provides an overall summary of the project. It includes the current weather,the working days remaining and a summary of work for the past week. The summary of work is generated from the City's project inspector and the daily logs. This tab is for information only and the Contractor shall not take any action here. Task Manager The project schedule the Contractor submits is converted into a format that is uploaded by the Engineer into the task manager tab. The Contractor is responsible for providing schedule updates to the Engineer whenever the work progresses in a manner different than the approved schedule. Change Order Manager The change order manager tab shall be used to track project change orders. Any potential change orders shall be tracked as a Request for Information (RFT)in the RFI tab. Once the Engineer agrees that a RFI will result in a contract change order,a new contract change order shall be created by the Engineer in the change order manager tab. The Engineer will finalize the contract change order through this tab. Once the change order is finalized, the Engineer will present the contract change order for approval. After approval the Engineer will execute the contract change order. Transmittals The transmittal tab shall be used to communicate general project information amongst all parties as well as used by the Contractor in the submission of certified payroll reports. The Engineer will upload the project- specific information including:bid documents,conformed plans,conformed specifications and the Notice to Proceed to the transmittal tab. The Contractor shall submit certified payroll reports on a weekly basis through the transmittal tab. Each week shall have a separate transmittal where all the certified payroll reports and statements of non-performance for each contractor shall be posted. Submittals All submittals shall be submitted through the submittal tab. The preferred document type is PDF. Before making submittals,the Contractor shall ensure that products and materials will be available in the quantities and in the time required by the Contract and the approved schedule of activities. Each submittal shall be legible and clearly identify,by highlighting,arrows or other defined and permanent mark,the products and materials proposed for use. All submittals shall be generated from the prime contractor and any submittals that are uploaded by subcontractors or suppliers will not be reviewed. Contractor shall carefully review all subcontractor and supplier's submittals before submitting it to the Engineer for review. If a submittal contains extraneous information,unmarked options or is otherwise incomplete,it will be rejected,and the Contractor shall make corrections and upload the resubmittal. Any resubmittal shall be made to the same submittal item in VPM. Submittals shall be processed by the Engineer within 21 Calendar Days (per Section 00150.35) after upload to VPM. The Engineer will review submittals for general conformance with the Contract Documents and standards. Such review by the Engineer shall not relieve the Contractor of any responsibility for full compliance with the Contract Documents. Unless specifically authorized to do so by the Engineer,the Contractor shall not procure,manufacture, or fabricate any part of the contract work until submittals related to said contract work have been approved by the Engineer. Each submittal shall have a unique title that is comprised of the item followed by a comma and the section of the specifications that reference the item (e.g.Traffic Control Plan,Section 00225). The submittal type shall either be project materials or project information. The submittal title shall be used to identify any pertinent information or list a description of the item being submitted. Certificates of compliance shall be submitted through the submittal tab. The submittal title shall be "certificate of compliance". The Contractor shall submit progress invoices on the last working day of the month through the submittal tab (select"progress invoice" for the type). The Engineer will review the submitted content and if found acceptable the Engineer will upload an official invoice for the Contractor to sign. The Contractor shall sign in blue ink and upload the signed invoice to the same submittal where the Engineer will then process for payment. RFIs The RFI tab shall be used to request information from the Contractor to the Engineer. The Contractor shall create a RFI upon recognition of any event or question of fact arising from the contract work. The RFI type for this submittal shall be "Request for Information." The Engineer will also utilize the RFI tab in a similar manner when there is a question for the Contractor;this RFI type shall be "Response Required." The Engineer will respond to a RFI submitted by the Contractor within five days. The Contractor shall proceed with the work unless otherwise ordered. The Contractor may protest the Engineer's response by submitting a claim in accordance with Section 5.25 "Notice of Potential Claim"of the special provisions. If the Engineer states the RFI leads to a change in scope,change in conditions,differing site conditions or extra work;a contract change order will be issued. Daily Logs The daily log tab is used by the City to document the activities of the work,any correspondence or direction given in the field, safety concerns and general comments about the project. The Contractor may view the contents of this tab for reference purposes. The information entered into the daily log tab is used to populate the project summary tab. WSWD The weekly statement of working days will be posted to the WSWD tab. VPM automatically generates the WSWD from the information entered into the daily log tab. The WSWD shows the working days and non- working days charged for the reporting week,any time adjustments,a work completion date with the remaining working days left in the contract and the controlling activities for the week. The Contractor will be allowed 15 days from the last working day of the weekly statement to protest in writing the correctness of the statement. The Contractor shall submit a transmittal stating what is being protested and the reasons for protest. The Engineer will respond to the protest. The Contractor may protest the Engineer's response by submitting a claim in accordance with Section 00199. Section 00180—Prosecution and Progress Comply with Section 00180 of the City of Tigard General Conditions modified as follows: 00180.40(a) In General—Add the following bullet. • Work is permitted between the hours of 7:00 a.m. to 7:00 p.m. Monday through Friday unless otherwise authorized by the City. 00180.41 Project Work Schedules—After the paragraph that beings "One of the following Type..."add the following sentence: A Type"A" schedule as detailed in the City of Tigard General Conditions is required for this contract. 00180.44 F.1b—Replace with the following: Attend weekly scheduled progress meetings conducted by City Project Manager onsite. 00180.50(h) Contract Time—Add the following subsection. Work to be done under this project shall be completed within 140 Calendar Days of issuance of the Notice to Proceed unless schedule is modified and agreed to by City of Tigard. 0180.85 Liquidated Damages—Add the following paragraph to the end of this subsection: The liquidated damages for failure to complete the Work on time required by 00180.50 (h)will be$500 per Calendar Day for not meeting final completion date. SECTION 00220—ACCOMODATIONS FOR PUBLIC TRAFFIC Comply with Section 00220 of the Standard Specifications modified as follows: 00220.02 Public Safety and Mobility-Add the following bulleted items to the end of this subsection: • Traffic signs shall be removed promptly when no longer in effect. • No material or equipment shall be stored where it could interfere with the free and safe passage of public traffic (including drivers,pedestrians, cyclists,and all others). • Convenient access to driveways,houses,and businesses shall be maintained. Access to private properties must be kept open. • Pedestrians and all others shall be protected from moving equipment,open trenches, falling objects,and all other hazards associated with construction. • Streets shall not be closed during construction. • Closure of any traffic lane requires advanced approval from the City. Traffic shall not be delayed more than 10 minutes while routing through the construction site. The total hour of 10-minute delays shall not exceed 2 hours in any workday. The City reserves the right to restrict work for specific holidays or events. • Do not place work zone signs or supports that will block existing walkways, unless a pedestrian detour route has been submitted and approved by the City. • The engineer and/or inspector may order immediate stoppage of work and restoration of normal traffic patterns at any time if, in their judgment, such action is necessary to reduce excessive delays and/or protect public safety. • The Contractor shall notify the applicable following agencies and organizations a least five (5) working days in advance that their services will be affected by the work, including lane/road closures or other restrictions which could cause delay to emergency, delivery or transit vehicles. The information below is provided for the contractor's convenience;it is the contractor's responsibility to make sure each entity is properly notified. Emergency Services 911 City of Tigard Police Department (Non-Emergency) 503-629-0111 Tualatin Valley Fire&Rescue (Station 51) Qohn Wolff) 503-612-7000 United States Post Office (Non-Emergency Services) 503-968-0753 or 503-968-2991 United States Post Office (Emergency Services) 866-261-6412 Tigard-Tualatin School District Qean Devenport) 503-431-4046 First Student Qoanne Kirkbride) 503-431-2345 Tri-Met—Road Operations 503-962-8117 Pride Disposal (Lottie Schmidt) 503-625-6177 Ext 129 ODOT,District 2B Qames Nelson)—james.a.nelson&odot.state.or.us 971-673-6200 00220.40(e) Lane Restrictions—Replace (1) Closed Lanes-with the following: (1) Closed Lanes—One traffic lane may be closed when allowed, shown,or directed on Tiedeman Avenue during the following periods of time. • Monday between 12:01 a.m. and 7:00 a.m. • Daily,Monday through Friday between 9:00 a.m. and 3:00 p.m. • Daily,Monday through Friday between 10:00 p.m. and 7:00 a.m. CITY OF TIGARD SPECIAL PROVISIONS FOR Grading, Drainage, Structure, Paving Tiedeman Realignment of Fanno Creek Greenway Trail SW Tiedeman Avenue Washington County PROFESSIONAL OF RECORD CERTIFICATION(s): Seal w/signature I certify the Special Provision Section(s) listed below are applicable to the design for the subject project for temporary PROF traffic control, temporary erosion control, earthwork, and FSS roadwork. Modified Special Provisions were prepared by me or 6 IN FF fp under my supervision. 6433 Sections 00210, 00220, 00225, 00280, 00305, 0 RECON 00310, 00320, 00330, 00331, 00350, 00390, 00640, o� 14,200° 00730, 00749, 00744, 00815, 00856, 01050, 02190, S 02320, and 02910 EXPIRES: 06/30/ - ............ Date Signed: Iv e76 t! CITY OF TIGARD SPECIAL PROVISIONS FOR Grading, Drainage, Structure, Paving Tiedeman Realignment of Fanno Creek Greenway Trail SW Tiedeman Avenue Washington County PROFESSIONAL OF RECORD CERTIFICATION(s): Seal w/signature I certify the Special Provision Section(s) listed below are applicable to the design for the subject project for drainage PROS systems. Modified Special Provisions were prepared by me or FS" FS under my supervision. � G 1 N F Sr I Sections 00405, 00430, 00440, 00445, 00490, 02440, and 02450 OREGON �2v�GN£ 14, IN P. EXPIRES: 06/30/.I!f_ Date Signed: IdI411-7 CITY OF TIGARD SPECIAL PROVISIONS FOR Grading, Drainage, Structure, Paving Tiedeman Realignment of Fanno Creek Greenway Trail SW Tiedeman Avenue Washington County PROFESSIONAL OF RECORD CERTIFICATION(s): Seal w/signature I certify the Special Provision Section(s) listed below are applicable to the design for the subject project for the pedestrian PR gc bridge and retaining wall. Modified Special Provisions were FSs, prepared by me or under my supervision. �G INFO, 16 Sections 00510, 00520, 00530, 00535, 00539, 00540, 00542, 00561, 00582, 00596, 02001, 02010, 0 REG 0 N 02015, 02030, 02045, 02050, 02055, 02080, 02510, F,PfcG�y 20 ���per' 02520, 02560, and 02571 EDWARD EXPIRES:.12/31/.1 Date Signed: CITY OF TIGARD SPECIAL PROVISIONS FOR Grading, Drainage, Structure, Paving Tiedeman Realignment of Fanno Creek Greenway Trail SW Tiedeman Avenue Washington County PROFESSIONAL OF RECORD CERTIFICATION(s): Seal w/signature I certify the Special Provision Section(s) listed below are applicable to the design for the subject project for landscaping. ESTE Modified Special Provisions were prepared by me or under my supervision. 3 Sect pns 01030 and 01040 �r 198 OR518EGON .4 V�� PE A Date Signed: •i� TABLE OF CONTENTS - TECHNICAL SPECIAL PROVISIONS SECTION 00210—MOBILIZATION................................................................................................2 SECTION 00220-ACCOMMODATIONS FOR PUBLIC TRAFFIC ................................................2 SECTION 00225-WORK ZONE TRAFFIC CONTROL..................................................................2 SECTION 00280-EROSION AND SEDIMENT CONTROL............................................................4 SECTION 00290-ENVIRONMENTAL PROTECTION...................................................................6 SECTION 00305-CONSTRUCTION SURVEY WORK..................................................................9 SECTION 00310-REMOVAL OF STRUCTURES AND OBSTRUCTIONS...................................9 SECTION 00320-CLEARING AND GRUBBING...........................................................................9 SECTION00330—EARTHWORK................................................................................................10 SECTION 00331 -SUBGRADE STABILIZATION........................................................................11 SECTION 00350-GEOSYNTHETIC INSTALLATION .................................................................11 SECTION 00390-RIPRAP PROTECTION...................................................................................11 SECTION 00405-TRENCH EXCAVATION, BEDDING,AND BACKFILL...................................11 SECTION 00430-SUBSURFACE DRAINS.................................................................................11 SECTION 00440-COMMERCIAL GRADE CONCRETE.............................................................11 SECTION 00445-SANITARY,STORM,CULVERT,SIPHON,AND IRRIGATION PIPE............11 SECTION 00490 -WORK ON EXISTING SEWERS AND STRUCTURES...................................11 SECTION 00510-STRUCTURE EXCAVATION AND BACKFILL...............................................12 SECTION00520-DRIVEN PILES................................................................................................16 SECTION 00530-STEEL REINFORCEMENT FOR CONCRETE................................................17 SECTION 00535-RESIN BONDED ANCHOR SYSTEMS...........................................................17 SECTION 00539-CONCRETE AND CRACK SEALING.............................................................17 SECTION 00540-STRUCTURAL CONCRETE...........................................................................18 SECTION 00542-ARCHITECTURAL TREATMENT...................................................................19 SECTION 00561 -PREFABRICATED STEEL BRIDGES ............................................................21 SECTION00582-BRIDGE BEARINGS.......................................................................................22 SECTION 00596-CAST-IN-PLACE CONCRETE RETAINING WALLS.....................................22 SECTION 00640-AGGREGATE BASE AND SHOULDERS.......................................................25 SECTION 00730-EMULSIFIED ASPHALT TACK COAT...........................................................25 SECTION 00744-ASPHALT CONCRETE PAVEMENT..............................................................25 SECTION 00749-MISCELLANEOUS ASPHALT CONCRETE STRUCTURES..........................25 SECTION00815—BOLLARDS....................................................................................................26 SECTION 00856-SURFACE MOUNTED TUBULAR MARKERS...............................................26 SECTION01030-SEEDING.........................................................................................................27 SECTION01040-PLANTING.......................................................................................................28 SECTION01050-FENCES..........................................................................................................28 SECTION 02001 -CONCRETE.....................................................................................................28 SECTION 02010 -PORTLAND CEMENT.....................................................................................30 SECTION 02015-PORTLAND CEMENT CONCRETE REPAIR MATERIAL..............................30 SECTION02030-MODIFIERS.....................................................................................................30 SECTION 02045-SYNTHETIC FIBER REINFORCING FOR CONCRETE.................................31 SECTION 02050-CURING MATERIALS.....................................................................................31 SECTION 02055-CONCRETE SURFACE RETARDERS...........................................................32 SECTION02080 -GROUT............................................................................................................32 SECTION 02190-PRESERVATIVE TREATMENT OF LUMBER................................................32 SECTION 02320—GEOSYNTHETICS .........................................................................................32 SECTION 02440—JOINT MATERIALS........................................................................................36 SECTION 02450-MANHOLES AND INLET MATERIALS...........................................................37 SECTION 02510-REINFORCEMENT..........................................................................................37 SECTION 02520-STEEL AND CONCRETE PILES....................................................................37 SECTION02560-FASTENERS...................................................................................................37 SECTION 02571 -ELASTOMERIC BEARING PADS ..................................................................38 SECTION 02910-SIGN MATERIALS..........................................................................................38 Tiedeman Realignment of Fanno Creek Greenway Trail 1 06/26/2017 SECTION 00210—MOBILIZATION Comply with Section 00210 of the Standard Specifications. SECTION 00220-ACCOMMODATIONS FOR PUBLIC TRAFFIC Comply with Section 00220 of the Standard Specifications modified as follows: Add the following subsection: 00220.45 Load Restrictions on Bridges-Limit the combined weight of construction vehicles, equipment, and daily material usage to 65,000 pounds for every 1,000 square feet of surface area plus the weight of long term storage of materials to 25,000 pounds for every 100 square feet of surface area of the bridge or a total of 200,000 pounds for each span of the bridge, whichever is less. The Contractor may request alternate loadings by submitting, 30 Calendar Days before proposed loadings, stamped loading calculations and data according to 00150.35. SECTION 00225-WORK ZONE TRAFFIC CONTROL Comply with Section 00225 of the Standard Specifications modified as follows: 00225.01(b) Definitions- Replace the "Traffic Control Plan"definition with the following definition: Traffic Control Plan-A written and drawn plan used to describe traffic control measures for facilitating road users through or around a work zone area, while offering protection for workers and incident responders. Add the following definition: Protection Vehicle-A vehicle placed in advance of short-duration or mobile work activities for the protection of workers and equipment in the activity area. A protection vehicle is equipped with flashing warning lights, and vehicle-mounted warning signs or a changeable message sign. A protection vehicle may be fitted with a truck mounted impact attenuator. 00225.01(c) Standards-Replace the bullet list with the following bullet list: • Oregon Department of Transportation's "Sign Policy and Guidelines for the State Highway System" • The Manual on Uniform Traffic Control Devices (MUTCD) • The latest versions of the 1990 Americans with Disabilities Act (ADA), and the Public Right of Way Accessibility Guidelines (PROWAG). • FHWA "Standard Highway Signs" manual • ODOT "Oregon Temporary Traffic Control Handbook for Operations of 3 Days or Less" when directed by the Engineer only for mobile pavement marking operations or surveying work, available on the ODOT Traffic Control Plans Unit Website • ODOT "Oregon Portable Changeable Message Sign Handbook", available on the ODOT Traffic Control Plans Unit website • ODOT "Traffic Control Plans Design Manual", available on the ODOT Traffic Control Plans Unit website. 00225.02 General Requirements- In the paragraph that begins "Work may be suspended...", replace the sentence that begins "Costs for work performed..."with the following sentence: Costs for work performed by the Agency may be deducted from monies due the Contractor. Replace the paragraph that begins, "Do not use an open traffic lane on a freeway..." with the following paragraph: Do not use an open Traffic Lane on a freeway or multi-lane facility as an acceleration or deceleration lane for construction vehicles. Provide additional surfacing or width within the work area or, if allowed, extend the length of a closed Traffic Lane for construction vehicle acceleration or deceleration. Do not use a flagger to allow construction vehicles to access an open traffic lane on a freeway or a multi-lane facility. Tiedeman Realignment of Fanno Creek Greenway Trail 2 06/26/2017 00225.05 Contractor Traffic Control Plan -Replace this subsection, except for the subsection number and title, with the following: The contractor will be required to create a TCP. Submit the following, for approval, 5 calendar days before the preconstruction conference. (a) Contractor Traffic Control Plan—The Contractor will provide stamped working drawings according to 00150.35 which include the following: • Proposed TCP showing all TCM and quantities of all TCD. Proposed order and duration of the TCM. • A detailed temporary striping plan. A detailed temporary pedestrian detour route. (b)Tourist-Oriented Directional and Business Logo Signs—One copy of a sketch map of the Project showing all existing tourist-oriented directional (TOD) and business logo signs and a written narrative describing how these signs will be kept in service and protected throughout all the construction stages. If there are no TOD or business logo signs on the project, a written notification that no TOD or business logo signs exist within the project limits. If additional modifications are made to the Contractor's TCP, submit stamped working drawings, according to 00225.05(a), at least 14 calendar days before beginning the construction activities that require the TCP changes. 00225.10 General- In the paragraph that begins "Evaluate the condition...", replace the first sentence with the following sentence: Evaluate the condition of TCD using the criteria shown in the most current version in effect of the American Traffic Safety Services Association (ATSSA) publication titled "Quality Guidelines for Temporary Traffic Control Devices and Features", available from the ATSSA website at www.atssa.com. 00225.27(a) Flagger Equipment- Replace the bullet that begins "Portable, self-contained two-way..." with the following bullet: • Portable, self-contained two-way radio and repeaters, as required, with a range suitable for communications throughout each work zone, unless otherwise directed. 00225.32 Traffic Control Supervisor- Replace the paragraph that begins "Do not designate the Project Superintendent..." with the following paragraph: When the bid schedule includes an item for a TCS, do not designate the Project superintendent as the TCS. 00225.41(c) Sign Flag Boards and Sign Flags-Replace this subsection, including subsections 00225.41(c-1) and 00225.41(c-2),with the following subsection: 00225.41(c) Sign Flag Boards- Install two sign flag boards, as shown or specified. 00225.41(e) Inconsistent Temporary Signs-Replace the paragraph that begins "Ensure that all temporary..."with the following paragraph: Ensure that all temporary signs are properly used and consistent with the work zone. Cover all inconsistent temporary signing until the sign messages are applicable to the Work that is beginning. When signage is no longer required for staging or shift Work, remove all temporary signs, sign flag boards, supports, sign covers, and ballast associated with the staging or shift Work. 00225.43(e) Pavement Markers- Replace the paragraph that begins "Temporary pavement markers shall..."with the following paragraph: Temporary pavement markers shall remain in place until the permanent markings are complete. Replace damaged or missing markers when directed by the Engineer. On the final pavement wearing course and Tiedeman Realignment of Fanno Creek Greenway Trail 3 06/26/2017 along final alignment, place permanent markings a maximum of 28 Calendar Days after placing temporary pavement markers, or as directed. 00225.43(f) Temporary Tape-Replace the paragraph that begins "Replace damaged or missing..." with the following paragraph: Replace damaged or missing tape. Remove temporary tape without damaging the roadway surface. 00225.43(g) Temporary Pavement Markings- Replace the paragraph that begins "Before opening roadways to traffic, unless..."with the following paragraph: Before opening roadways to traffic, unless otherwise specified in 00225.43(h), apply temporary pavement markings on pavement base courses, wearing courses, and new bridge deck surfaces at locations shown, or as directed. Immediately remove all unacceptable pavement markings and replace with acceptable markings before opening roadways to traffic and at no additional cost to the Agency. 00225.63 Temporary Traffic Delineation- Replace this subsection, except for the subsection number and title, with the following: Evaluate and maintain or immediately replace all unacceptable temporary tubular and conical markers, plastic drums, surface mounted tubular markers, and traffic delineators with acceptable materials. Temporary pavement markings shall remain in place until the permanent markings are complete. Replace missing or damaged temporary markings when directed by the Engineer. On the final pavement wearing course and along final alignment, place permanent markings a maximum of 28 Calendar Days after placing temporary pavement markings, or as directed. If permanent pavement markings are not placed within 28 Calendar Days after placing temporary pavement markings, missing or damaged temporary pavement markings on wearing course and along final alignment shall be replaced at no additional cost to the Agency, unless otherwise directed. When removing damaged delineation from the pavement surface, remove adhesives, hardware, damaged delineation fragments or other materials using a method that will not damage the pavement surface. Repair any damaged surfaces to the Engineer's satisfaction at no additional cost to the Agency. 00225.83 Temporary Traffic Delineation-Add the following paragraph to the beginning of this subsection: Measurement of temporary pavement markings (paint, temporary tape, pavement markers) will include missing or damaged temporary pavement markings replaced according to 00225.63 or as directed by the Engineer. 00225.90(a-1) Pay Quantities- Replace the bullet that begins "Providing portable signs, unless..."with the following bullet: • Providing portable signs not shown or specified on an approved TCP. 00225.90(a-2) Temporary Protection and Direction of Traffic- Replace the two bullets that begin "Moving and removing existing signs, specific service signs..." and "Moving, reinstalling, and removing existing post-mounted..."with the following bullet: • Moving and removing existing permanent post-mounted signs and reinstalling existing permanent post-mounted signs on any type of support at new locations when required by stage construction, as shown or directed. SECTION 00280-EROSION AND SEDIMENT CONTROL Comply with Section 00280 of the Standard Specifications modified as follows: 00280.00 Scope-Add the following paragraph to the end of this subsection: The Agency's NPDES 1200-CA Permit is not applicable to the Project. Conform to the City of Tigard Erosion Control Permit and associated requirements. 00280.14(e) Slope and Channel Liner Matting- Replace the bullet list with the following bullet list: Tiedeman Realignment of Fanno Creek Greenway Trail 4 06/26/2017 • Type A-Slope protection mat, fully biodegradable, for clay soil slopes 1 V:3H or flatter. • Type B-Slope protection mat, fully biodegradable, for sandy soil slopes 1 V:3H or flatter. • Type C-Slope protection mat, fully biodegradable,for clay soil slopes steeper than 1V:3H. • Type D-Slope protection mat, fully biodegradable,for sandy soil slopes steeper than 1 V:3H. • Type E-Flexible channel liner, fully biodegradable, for shear stress from 0 to 2 pounds per square foot. • Type F-Flexible channel liner for shear stress from 2 to 4 pounds per square foot. • Type G- Flexible channel liner for shear stress from 4 to 6 pounds per square foot. • Type H- Flexible channel liner for shear stress from 6 to 8 pounds per square foot. 00280.15(f) Compost Filter Sock-Replace this subsection, except for the subsection number and title, with the following: Furnish filter sock material, compost, and stakes meeting the following requirements: • Filter Sock Material-5 mil thick woven tubular mesh netting with 1/8 to 3/8 inch openings, and consisting of continuous HDPE filament or polypropylene material or 100 percent biodegradable mesh netting from the QPL. • Compost-Commercially manufactured coarse compost material meeting the requirements of Section 03020. • Stakes-2 inch by 2 inch (nominal) untreated wood stakes. 00280.16(a) Construction Entrances-Replace the bullet that begins "Aggregate-Clean, durable, open..."with the following bullet: • Aggregate-Clean, durable, open graded angular aggregate sized according to the following grading requirements: Sieve Size Percent Passing(by weight) 6" 100 4" 60-90 3" 40-70 2" 20-50 1" 0 -20 #4 0 -2 00280.16(d) Inlet Protection-Replace the "Type 7:"bullet and the two sub-bullets with the following bullet and sub-bullets: • Type 7: • Filter sock material, compost, and stakes conforming to 00280.15(f). • Sand bags conforming to 00280.15(a). 00280.16(e) Sediment Barriers- Replace the "Type 8:" bullet and the two sub-bullets with the following bullet: • Type 8- Filter sock material, compost, and stakes conforming to 00280.15(f). 00280.30 Erosion and Sediment Control Manager- Add the following paragraph to the end of this subsection: If the Agency's NPDES 1200-CA Permit is not applicable to the Project, comply with all requirements of the applicable permits. Tiedeman Realignment of Fanno Creek Greenway Trail 5 06/26/2017 00280.80(d) Area Basis- Replace this subsection, except for the subsection number and title, with the following: Area basis items will be measured on the area basis along the lines and grades of the surface area actually covered as shown or as required. 00280.90 Payment-Replace pay items (f), (n), and (q)with the following pay items: (f) Matting, Type----....................................................................Square Yard (n) Construction Entrance, Type_.__..................................................Each (q) Orange Sediment Fence ....................................................................Foot Add the following paragraph after the paragraph that begins "Item (b) includes protecting...": In items (f) and (n)the type will be inserted in the blank. Add the following paragraph to the end of this subsection: No separate or additional payment will be made for constructing laps, seams, joints, wraps, overlaps, joint overlaps, or patches unless the Engineer orders additional amounts in excess of the minimum. For laps, wraps, or overlaps that that have been ordered by the Engineer and exceed the minimum or specified length or width, payment will be made for the added lap, overlap, or wrap length or width at the Contract unit price. SECTION 00290-ENVIRONMENTAL PROTECTION Comply with Section 00290 of the Standard Specifications modified as follows: 00290.30(a) Pollution Control Measures-Add the following subsections and bullets: (7) Water Quality: • Do not discharge contaminated or sediment-laden water, including drilling fluids and waste, or water contained within a work area isolation, directly into any waters of the State or U.S. until it has been satisfactorily treated (for example: bioswale, filter, settlement pond, pumping to vegetated upland location, bio-bags, dirt-bags). Treatment shall meet the turbidity requirements below. • Do not cause turbidity in waters of the State or U.S. • During construction, monitor in-stream turbidity and inspect all erosion controls daily during the rainy season and weekly during the dry season, or more often as necessary, to ensure the erosion controls are working adequately meeting treatment requirements. • If construction discharge water is released using an outfall or diffuser port, do not exceed velocities more than 4 feet per second, and do not exceed an aperture size of 1 inch. • If monitoring or inspection shows that the erosion and sediment controls are ineffective, mobilize work crews immediately to make repairs, install replacements, or install additional controls as necessary. • Underwater blasting is not allowed. • Implement containment measures adequate to prevent pollutants or construction and demolition materials, such as waste spoils, fuel or petroleum products, concrete cured less than 24 hours, concrete cure water, silt, welding slag and grindings, concrete saw cutting by-products and sandblasting abrasives, from entering waters of the state or U.S. • Riprap within the waters of the state or U.S. is not allowed. • Cease project operations under high flow conditions that may result in inundation of the project area, except for efforts to avoid or minimize resource damage. • The Project Manager retains the authority to temporarily halt or modify the Project in case of excessive turbidity or damage to natural resources. 00290.30(b) Pollution Control Plan-Replace the bullet that begins "Include the waste determination..." with the following bullet: Tiedeman Realignment of Fanno Creek Greenway Trail 6 06/26/2017 • Include the waste determination results from 00290.20(c-1). Provide reuse, recycle, and disposal options and the reasons for selecting those alternatives. 00290.34 Protection of Fish and Fish Habitat-Add the following paragraph: Meet with the Agency Biologist, Resource Representative, Project Manager, and inspector on site, before moving equipment on-site or beginning any work, to ensure that all parties understand the locations of sensitive biological sites and the measures that are required to be taken to protect them. Add the following subsection: 00290.34(c) Aquatic Species Protection Measures Required by Environmental Permits: (1) General Requirements: • Do not install fish ladders (for example: pool and weirs, vertical slots, fishways) or fish trapping systems. • Do not apply surface fertilizer within 50 feet of any stream channel. Use heavy equipment as follows: • Choice of equipment must have the least adverse effects on the environment (for example: minimally sized, low ground pressure). • Secure absorbent material around all stationary power equipment ( for example: generators, cranes, drilling equipment) operated within 150 feet of wetlands, waters of the State, waters of the U. S., drainage ditches, or water quality facilities to prevent leaks, unless suitable containment is provided to prevent spills from entering waters of the state or waters of the U.S. • Do not cross directly through a stream for construction access, unless shown or approved. If shown or approved, cross perpendicular to the stream and do not block stream flow. When a crossing is no longer needed, completely remove the crossing and restore the soils and vegetation to the original condition. • Store fuel and maintain all equipment in staging areas that are at least 150 feet away from any waters of the State, waters of the U.S., or storm inlet or on an impervious surface that is isolated from any waters of the State,waters of the U.S., or storm inlet. • If temporary access roads are needed within 150 feet of any body of water, use existing routes unless new routes are shown or approved. • Before beginning work on temporary access routes that are not shown, submit a proposal to the Engineer for approval. (2) Site Restoration-Restore damaged streambanks to a natural slope, pattern, and profile suitable for establishment of permanent woody vegetation unless precluded by pre-project conditions (for example: natural rock substrate): • Replant all damaged streambanks before the first April 15 following construction. • If use of large wood, native topsoil, or native channel material is required for the site restoration according to the roadside development plans, stockpile all large wood, native vegetation, weed- free topsoil, and native channel material displaced by construction. Cut trees or large wood and trees into pieces of no less than 20 feet in length, or as shown on the roadside development plans or as directed. Stockpiled native wood and vegetation remain the property of the Agency. • Stabilize all disturbed soils, including obliteration of temporary access roads, following any break in work unless construction will resume in 4 Calendar Days. (3) Injured Fish Notification- If a dead or injured fish is found in the project area, immediately notify the Agency. If the injured fish is in a location where further injury or stress may take place, attempt to move the fish to a safer location, if one is available, near the capture site while keeping the fish in the water and reducing its stress as much as possible. Do not disturb the fish after it has been moved. If the fish is dead or dies while being captured or moved, save the fish and any tags. The Agency will notify appropriate regulatory agencies about the injured or dead fish and provide additional direction to the Contractor. Add the following subsection: Tiedeman Realignment of Fanno Creek Greenway Trail 7 06/26/2017 00290.36(c) Avoid Nesting-Comply with Migratory Bird Treaty Act (16 U.S.C. 703-712). Submit a migratory bird protection plan for review and approval at least 10 Calendar Days before the pre-construction conference. Include the following: • Describe measures to avoid disturbance to migratory bird nesting habitat (vegetation, structures) from March 1 to September 1 of each year. • Do not begin work until the migratory bird protection plan is approved. • In the event the nesting birds or bats are encountered during construction, the Engineer may suspend the work according to 00180.70. Add the following subsection: 00290.42 Work Containment Plan and System-A work containment plan (WCP) and a work containment system (WCS) are required on this Project for bridge construction activities over No Work Zones. Develop and submit a WCP for approval at least 28 Calendar Days prior to mobilization for bridge construction activities over No Work Zones. Maintain a copy of the WCP on the Project Site at all times during construction, readily available to employees and inspectors. Ensure that all employees comply with the provisions of the WCP. Design the WCP to avoid or minimize disturbance to protected features (property, sensitive cultural or natural resources, the No Work Zones, or other features identified by Agency) related to Contractor operations. Before developing the WCP, meet with Agency to review the Contractor's activities that require a WCP and WCS and to ensure that all parties understand the locations of protected features to be avoided and the measures needed to avoid and protect them. Notify the Project Manager at least 10 Calendar Days before beginning WCS construction activities. The Agency reserves the right to stop work and require the Contractor to change the WCP methods and equipment before any additional Contract work, at no additional cost to the Agency, if and when, in the opinion of the Agency, that such methods jeopardize the safety of traffic, the integrity of the new structure, damage protected features, or destroy aquatic life or habitat in the No Work Zones. Provide a WCP and a WCS according to the following: (a) Work Containment Plan (WCP)-The WCP shall identify the prevention of delivery of construction debris, material or other contaminants to protected features, caused by the Contractor's construction operations including but not limited to mobilization, construction, maintenance, and demolition. Implement the WCP as approved. The WCP shall: • Include relevant construction, operation, or demolition activities. • Include a work containment system to provide complete containment measures that prevent construction waste, debris, rubble (for example: dust, concrete debris and saw cutting by- products, welding slag, and grindings) and work materials from damaging protected features. • Not require any tree removal, clearing, or grubbing, unless approved by the Project Manager. • Prohibit the use of treated timber. • Prohibit the use of concrete form release agents within waters of the State, waters of the U.S., wetlands, drainage ditches, water quality facilities, or other water conveyances. • Include full containment of fueling procedures. • Require the WCS to be fire retardant or resistant to fire from welding slag, torch operation or any sparks from the Work. • Require the WCS to be weather resistant. 00290.90 Payment-Add the following paragraph(s)to the end of this subsection: The work containment plan and the work containment system will be paid for at the Contract lump sum amount for the item "Work Containment Plan and System". Payment will be payment in full for furnishing all materials, equipment, labor, and incidentals necessary to complete the work as specified. Payment includes providing and updating the work containment plan and for designing, constructing, maintaining, and removing the containment system. Tiedeman Realignment of Fanno Creek Greenway Trail 8 06/26/2017 SECTION 00305-CONSTRUCTION SURVEY WORK Section 00305, which is not a Standard Specification, is included for this Project by Special Provision. Description 00305.00 Scope-Provide construction survey work according to the current edition on the date of Advertisement, of the ODOT "Construction Surveying Manual for Contractors". This manual is available on the web at: http://www.oregon.gov/ODOT/HWY/GEOMETRONICS/Pages/documents.aspx Measurement 00305.80 Measurement-No measurement of quantities will be made for construction survey work. Payment 00305.90 Payment-The accepted quantities of construction survey work will be paid for at the Contract lump sum amount for the item "Construction Survey Work". Payment will be payment in full for furnishing all material, equipment, labor, and incidentals necessary to complete the work as specified. No separate or additional payment will be made for any temporary protection and direction of traffic measures including flaggers and signing necessary for the performance of the construction survey work. No separate or additional payment will be made for preparing surveying documents including but not limited to office time, preparing and checking survey notes, and all other related preparation work. Costs incurred caused by survey errors will be at no additional cost to the Agency. Repair any damage to the Work caused by Contractor's survey errors at no additional cost to the Agency. The Engineer may make an equitable adjustment, which may decrease the Contract Amount, if the required survey work is not performed. SECTION 00310-REMOVAL OF STRUCTURES AND OBSTRUCTIONS Comply with Section 00310 of the Standard Specifications. SECTION 00320-CLEARING AND GRUBBING Comply with Section 00320 of the Standard Specifications modified as follows: 00320.40(b) Preserving and Trimming Vegetation- Replace this subsection with the following subsection: 00320.40(b) Preserving Vegetation and Other Natural Materials: (1) Within the Work Areas-Avoid injuring vegetation or other natural materials designated to be saved. Preservation of this vegetation includes protection and special care. (2) Outside the Work Areas-Avoid injuring vegetation or other natural materials. Confine operations which may injure vegetation or other natural materials to the work area or to areas that have already been cleared. (3) Vegetation and Materials to be Saved-The Engineer will designate no work zones and identify and mark trees, existing landscaping, vegetation, or other natural materials to be saved, as shown. Provide and place work zone fencing, from section 00225.12 of the QPL, around designated no work zones and critical root zones of marked trees, as directed. Do not begin construction activity or move equipment into existing landscaped or vegetated areas until the work zone fencing is in place to designate and protect no work and critical root zones. Tiedeman Realignment of Fanno Creek Greenway Trail 9 06/26/2017 Do not work within the no work zones or critical root zone of marked trees unless written approval is obtained from the Engineer. Be responsible for all damage to and removal of trees, landscaping, vegetation or other natural materials designated to be saved. Damage will be determined by a specialist selected by the Engineer. Add the following subsection: 00320.40(c) Tree and Vegetation Trimming-Trim trees according to good tree surgery practices, as directed, and according to the following: • Do not leave unsound branches of trees in place. • Trim branches over roadways and bridges to provide at least 20 feet of clearance above the roadway surface. • Trim branches over walks to provide at least 8 feet of clearance above the walk surface. • Trim branches that obstruct sight distance at intersections or impair the visibility of signs. Keep equipment and materials off of the critical root zone as directed. Remove hazardous, dead, and damaged trees outside the clearing limit as directed. 00320.90 Payment-Replace the paragraph that begins "No separate or additional payment..." with the following paragraph: No separate or additional payment will be made for work zone fencing. SECTION 00330—EARTHWORK Comply with Section 00330 of the Standard Specifications modified as follows: 00330.03 Basis of Performance-Add the following paragraph to the end of this subsection: Perform all earthwork under this Section except for Mitigation Excavation on the embankment basis. 00330.41(a-4) Excess Materials-Replace this subsection, except for the subsection number and title, with the following: If the quantities of excavated materials are greater than required to construct embankments and to do all filling and backfilling, the Contractor may use the remaining materials to uniformly widen embankments or to flatten slopes in a manner satisfactory to the Engineer. 00330.41(a-5) Waste Materials-Replace this subsection, except for the subsection number and title, with the following: Unless otherwise specifically allowed and subject to the requirements of 00280.03, dispose of materials, classed as waste materials in 00330.41(a-3), outside and beyond the limits of the Project and Agency controlled property according to 00290.20. Do not dispose of materials on wetlands, either public or private, or within 300 feet of rivers or streams. 00330.41(a-9) Excavation Below Grade- Delete subsection 00330.41(a-9-c). 00330.70 General- Replace the bullet that begins "Finish the subgrade to be..."with the following bullet: • Finish the subgrade to be within a tolerance of plus or minus 0.06 foot from the established line, grade, and cross section and to be free of ruts, depressions and irregularities. 00330.91(d) General Excavation- Delete the bullet that begins "Includes unsuitable material...". 00330.92 Kinds of Incidental Earthwork-Add the following bullets to the end of the bullet list: • Excess material used to widen embankments or flatten slopes according to 00330.41(a-4). • Earthwork required for driveways and road approaches. Earthwork for driveways and road approaches will be that which is outside the neat line limits shown on the typical sections. Tiedeman Realignment of Fanno Creek Greenway Trail 10 06/26/2017 00330.92 Excavation Basis Payment-Add the following pay item: Pay Item Unit of Measurement (f) Mitigation Excavation....................................................................Cubic Yard 00330.94 Embankment Basis Payment-Delete the paragraph that begins "Excavation of unstable...". SECTION 00331 -SUBGRADE STABILIZATION Comply with Section 00331 of the Standard Specifications. SECTION 00350-GEOSYNTHETIC INSTALLATION Comply with Section 00350 of the Standard Specifications modified as follows: 00350.10 Materials-Add the following to the end of this subsection: Provide manufacturer's certifications complying with 02320.10(c)for the following geosynthetic(s): Certification Geotextile Level A Level B Subgrade.............................................. ............................X SECTION 00390-RIPRAP PROTECTION Comply with Section 00390 of the Standard Specifications. SECTION 00405-TRENCH EXCAVATION, BEDDING,AND BACKFILL Comply with Section 00405 of the Standard Specifications. SECTION 00430-SUBSURFACE DRAINS Comply with Section 00430 of the Standard Specifications. SECTION 00440-COMMERCIAL GRADE CONCRETE Comply with Section 00440 of the Standard Specifications modified as follows: 00440.13 Field-Mixed Concrete-Add the following paragraph to the end of this subsection: Pre-packaged dry blended concrete from the QPL may be used for work items listed in 00440.14(a). SECTION 00445-SANITARY,STORM, CULVERT,SIPHON,AND IRRIGATION PIPE Comply with Section 00445 of the Standard Specifications. SECTION 00490-WORK ON EXISTING SEWERS AND STRUCTURES Comply with Section 00490 of the Standard Specifications. Tiedeman Realignment of Fanno Creek Greenway Trail 11 06/26/2017 SECTION 00510-STRUCTURE EXCAVATION AND BACKFILL Comply with Section 00510 of the Standard Specifications modified as follows: 00510.48(a) General- Replace the paragraph that begins "Prepare for, place and compact backfill..." with the following paragraph: Prepare for, place and compact backfill according to 00330.42 and 00330.43. 00510.80(b-1) Lump Sum-Add the following to the end of this subsection: The estimated quantity of structure excavation is: Location Structure Excavation (Cubic Yard) Pedestrian Bridge, Bents 1 & 2 32 00510.80(d) Granular Wall/Structure Backfill- Replace this subsection, except for the subsection number and title, with the following: No measurement of quantities will be made for granular wall backfill or granular structure backfill. The estimated quantity of granular wall backfill or granular structure backfill is: Location Granular Structure Backfill (Cubic Yard) Pedestrian Bridge, Bents 1 & 2 10 00510.90(d) Granular Wall/Structure Backfill-Replace this subsection, except for the subsection number and title, with the following: Granular wall backfill and granular structure backfill will be paid for at the Contract lump sum amount for the items "Granular Wall Backfill' or"Granular Structure Backfill', as applicable. Tiedeman Realignment of Fanno Creek Greenway Trail 12 06/26/2017 SHORING DESIGN CHECKLIST Instructions-This shoring design checklist was developed to facilitate the design, review, and erection of shoring to be used for ODOT construction projects. This checklist is intended to act as a reminder to design or check for specific important aspects of this construction. It is not a substitute for plan and/or design criteria or specification requirements. The Checklist is to be completed by the shoring design engineer. Answer every question. Attach to the Checklist an explanation of any negative responses. Submit this Shoring Design Checklist for each stage and phase of the project, along with the shoring design summary, Working Drawings and calculations according to 00510.04. YES NO N/A General 1. Are the shoring Working Drawings and supporting calculations prepared, stamped, and signed by an engineer registered to practice in the state of Oregon? 2. Are the temporary shoring installation plans, construction sequence, and removal plan compatible with the project construction staging/phasing? Design Standards 1. Does the shoring design comply with standards identified in ODOT GDM 15.3.26.3 and related sections? 2. Is the design standard and edition identified in the shoring design calculations? Loading 1. Have the design loads, including special loading conditions i.e. cranes, stockpiles, etc., used for shoring design of all members been noted in the design calculations? 2. Have the appropriate load and resistance factors or factors of safety on the shoring system been identified, for all applicable load combinations or load cases? 3. If public traffic is near or directly above the shoring system, has a minimum traffic live load surcharge of 250 psf been applied? 4. Have the loads from actual construction equipment and not less than 250 psf been included in the shoring system design? 5. Have the construction loads for different stages of construction been considered and included in the calculations? 6. Have the effects of any construction activities adjacent to the shoring system on the stability/performance of the shoring system been addressed in the shoring design (e.g., excavation or soil disturbance in front of the wall or slope, Tiedeman Realignment of Fanno Creek Greenway Trail 13 06/26/2Ot7 excavation dewatering, vibrations and soil loosening due to soil modification/construction activities)? 7. Have earth pressure diagrams been included? ___ 8. Does the shoring design consider the effect of water saturated soil pressure acting on the full height of the shoring? Geotechnical and Structural Analysis 1. Has internal stability been evaluated? 2. Has eccentricity/overturning stability been evaluated? 3. Has sliding been evaluated? 4. Has overall/global stability been evaluated? ___ --- 5. Has bearing capacity been evaluated? 6. Have displacement constraints or other performance objectives of the shoring system been identified and evaluated? 7. Has each stage of the shoring system construction been evaluated to carry traffic and construction loads and ensure internal and external stability through the construction and loading sequence? ___ ___ 8. Are the allowable stress and the calculated stress listed in the summary for each different shoring member? 9. Have steel beams been checked for bending, shear, web crippling and buckling of the compression flange? 10. Have connections for all phases of construction and removal been designed for all interim loading? ___ ___ 11. Has buckling, bracing strength, and stiffness been evaluated for all compression members? ___ Materials 1. Are all soil, rock, and other material properties used for the design of the shoring system provided and consistent with GDM and the subsurface field and lab data? 2. Are timber grades noted on shoring drawings and in accompanying calculations? 3. Are the minimum lumber dimensions shown in the calculations and noted on the Working Drawings? 4. Are steel structural shapes, bolts, connections, and plates identified by ASTM number on the shoring Working Drawings and in the calculations? ___ --- Shoring Working Drawings 1. Is the field verified ground topography above and below the shoring wall shown? ___ ___ Tiedeman Realignment of Fanno Creek Greenway Trail 14 06/26/2017 2. Are all existing, adjusted or new utilities, structures, and "no work zones" in proximity to the proposed shoring shown on the shoring Working Drawings and is protection of these items addressed? 3. Are horizontal and vertical clearance requirements identified and shown on the shoring Working Drawings? —_ ___ --- 4. Are plan view, elevation and cross sections drawn to scale, with dimensions defining location and size of the temporary shoring, components, and excavation limits? _- 5. Are the magnitude and location of all loads, equipment and personnel that will be supported by the shoring shown or noted on the shoring Working Drawings? 6. Has a dewatering plan been shown? ___ ___ —_ 7. Have all connections been detailed? ___ 8. Has bracing been detailed? ___ ___ —_ Testing and Monitoring 1 If a "yes" response to No. D-7, is a monitoring plan provided to verify adequate performance of the shoring system throughout the design life of the system? _—_ 2 Has a load testing program been provided for soil nails, tiebacks, or other applicable elements of the shoring system ____ _—_ ----------------------------- --------------------- Design Engineer of Record Signature Date Tiedeman Realignment of Fanno Creek Greenway Trail 15 06/26/2017 SECTION 00520-DRIVEN PILES Comply with Section 00520 of the Standard Specifications modified as follows: 00520.11 Engineer's Estimated Length List-Add the following to the end of this subsection: The Engineer's estimated lengths of steel piling are: Location No. Length(Feet) Kind Bent 1 2 52.4 PP 12.75 x 0.375 Bent 2 2 52.0 PP 12.75 x 0.375 00520.20(d-3) Wave Equation Method-Add the following paragraph and table(s) at the end of this subsection: The input values for the wave equation analyses are: Bent Pile Type Pile Length Quake(Inches) Damping (sec./ft.) %skin R„ (Feet) (ITYS) (kips) Skin Toe Skin Toe 1 PP 12.75 x 45.0 0.10 .213 0.05 0.15 90 170 0.375 2 PP 12.75 x 44.5 0.10 .213 0.05 0.15 90 170 0.375 These pile lengths are based on the top of the pile being at the finished cutoff elevation. All additional pile length above the cutoff elevation, that may be required to accommodate the Contractors pile installation method or site conditions, shall be added to the lengths listed above and appropriate changes made to the skin friction distribution input listed below. Use triangular skin friction distribution. 00520.42(h-2) Dynamic Load Tests- Replace this subsection with the following subsection: 00520.42(h-2) Dynamic Load Tests- Dynamic monitoring of one production pile at each bent(2 piles total) will be performed by the Agency, using Agency-provided equipment and personnel. Provide assistance and support to Agency as necessary to install the PDA monitoring instrumentation required to conduct the dynamic testing. Notify the Agency at least 3 days prior to the beginning of pile driving operations to coordinate and schedule this work. The first pile driven at each bent shall be instrumented and dynamically monitored. The Engineer may revise the number of piles tested. Drive the dynamic test piles to the estimated tip elevation shown on the plans. Agency will monitor test piles during initial driving and on restrike (after the required set period). After the minimum 72-hour set period, restrike the test piles with a warm hammer that has been operating for at least 20 hammer blows immediately preceding the dynamic load test. Restrike test piles with a minimum of 45 blows or until refusal driving conditions are reached, unless otherwise determined by the Engineer. Refusal driving is defined as 20 blows per inch. During pile installation, pile stresses indicated by PDA monitoring during driving shall not be greater than the stress at the point of impending damage to the pile, defined as: • tensile and compressive stresses in the steel pile equal to 90% of the pile material's yield strength for the grade of steel specified. The results of the dynamic monitoring and signal-matching analysis will be used by the Engineer to confirm pile length and nominal pile bearing resistance and to determine driving criteria for the remaining piles that are not dynamically tested. Final pile driving criteria for production piles will be provided by the Engineer within 3 working days after completion of each dynamic load test. Do not begin production pile installation until the final driving criteria have been determined. 00520.43(c) End Treatment-Add the following sentence to the end of this subsection: Tiedeman Realignment of Fanno Creek Greenway Trail 16 06/26/2017 Drive steel pipe piles closed-ended with tip treatment as shown. 00520.90 Payment—Replace the paragraph that begins"Item (d) includes..."with the following paragraph: Item (d) includes cutting off piles, treating and capping pile heads, attaching anchor brackets, lugs or other attachments, finishing concrete piles, and supporting efforts for the Agency-performed dynamic pile load testing (PDA). SECTION 00530-STEEL REINFORCEMENT FOR CONCRETE 00530.80(a) Lump Sum-Add the following to the end of this subsection: The estimated quantity of reinforcement is: Quantity Structure Uncoated Coated (Pound) (Pound) Pedestrian Bridge— Substructure & End Panels 2,700 0 Pedestrian Bridge— Deck 3,475 0 The estimated quantity of deck reinforcement is assumed. Determine the actual quantity based on the project design. The weight of miscellaneous metal, based on weights listed in 00530.80(b) and Project quantities, is included in the estimated quantity of uncoated reinforcement. SECTION 00535-RESIN BONDED ANCHOR SYSTEMS Comply with Section 00535 of the Standard Specifications. SECTION 00539-CONCRETE AND CRACK SEALING Section 00539, which is not a Standard Specification, is included in this Project by Special Provision. Description 00539.00 Scope-This work consists of furnishing and placing concrete and crack sealer on concrete bridge decks, concrete overlays, and other concrete sections as shown. Materials 00539.10 Materials-Furnish a high or low modulus concrete and crack sealer meeting the requirements of Section 02060. Furnish a PCC repair material meeting the requirements of Section 02015 that is compatible with the sealer. Construction 00539.40 General- Begin sealing work when all materials and equipment necessary to perform the work are at the job site and all required repairs are made. (a) Weather and Other Restrictions-Apply the sealer when: • The ambient temperature, surface temperature, and relative humidity (RH) meet the requirements on the manufacturer's written data sheet. • The concrete substrate is dry, with concrete RH less than 75 percent, according to ASTM F2170. Install two probes per placement and test at locations agreed upon with the Engineer. Install probes at least 72 hours before measuring RH. Allow at least 24 hours after precipitation events before measuring RH. Tiedeman Realignment of Fanno Creek Greenway Trail 17 06/26/2017 (b) Handling Materials-Store sealer at temperatures recommended by the manufacturer. (c) Pre-Placement Meeting-Hold a pre-placement meeting with the Engineer at least 10 calendar days before applying the sealer. Submit for the Engineer's approval a manufacturer approved procedure for preparing the concrete surface, applying the sealer, and broadcasting the sand. Include in the procedure the number of persons required, equipment, installation sequence, sealer application rate, sealer dwell time, sealer gel time, broadcast sand application rate, traffic control, and the estimated time schedule for installing the sealer and opening the bridge to traffic. Do not proceed with the work until the proposed procedure has been approved by the Engineer. • Area of Application -Apply the sealer full width of the deck and roadway or as directed. • Protect adjacent surfaces not to be covered with the sealer from spatter or coating. • Applicator Qualifications- Provide a manufacturer authorized applicator. Re-certify the manufacturer authorized applicators yearly. 00539.42 Preparing Bridge Decks: (a) Surface Removal-Remove the existing asphalt concrete wearing surface from the bridge decks, according to Section 00503. (b) Surface Preparation-Remove all oil, grease, and all other contaminates from the concrete surface using a light shot-blast or sweep blast as recommended by the manufacturer. Remove all spalled and loose surface concrete to sound concrete. Before placing the sealer, verify that the surface is free of loose rocks and other debris. Clean the surface with compressed air or as recommended by the manufacturer before placing the sealer. Dispose of all removed materials according to 00290.20. (c) Patching-When PCC repair material is used, allow it to cure as recommended by the manufacturer, before applying the sealer. 00539.45 Installation- Install sealer according to the following: • Roll, squeegee, or broom the sealer at application rates and procedures recommended by the manufacturer. • Allow sealer to dwell on the surface for the time recommended by the manufacturer. • Remove all excess sealer from the surface with a squeegee, broom, or by other methods and within the time limitations recommended by the manufacturer before broadcasting the sand. • Before the sealer gels, broadcast the sand at the rate recommended by the manufacturer. • Sweep the entire deck surface after the sealer has cured and remove all loose material. Measurement 00539.80 Measurement- No measurement of quantities will be made for work performed under this Section. Payment 00539.90 Payment- No separate or additional payment will be made for work performed under this Section. Payment will be included in payment made for the appropriate items under which this work is required. SECTION 00540-STRUCTURAL CONCRETE Comply with Section 00540 of the Standard Specifications modified as follows: 00540.10 Materials- In the list of materials, add the following line: Tiedeman Realignment of Fanno Creek Greenway Trail 18 06/26/2017 Concrete Surface Retarder........................................................... 02055 Delete the paragraph that begins "Furnish a concrete surface retarder...". 00540.17(c-2) Actual Strength Test Value- Replace the sentence that begins "If the compressive strength of a single test..."with the following sentence: If the compressive strength of a single test specimen is less than 90 percent of the average of the other two specimens, that compressive strength value will be discarded. 00540.45 Construction of Forms- In the paragraph that begins "Construct forms that:", add the following bullet to the bullet list: • Conform to ACI 347 and ACI SPA. Replace the paragraph that begins "On structures 25 aerial miles..."with the following two paragraphs: On structures located within 25 aerial miles of the Pacific Ocean, remove metal ties and anchorages to a depth of 2 inches from accessible surfaces. Remove fiberglass form ties and anchorages to a depth of 1 inch from accessible surfaces. On structures located more than 25 aerial miles from the Pacific Ocean, construct ties or anchorages within the forms so they can be removed to a depth of at least 1 inch from accessible surfaces. 00540.80(a-1) Lump Sum -Add the following to the end of this subsection: The estimated quantity of concrete is: Pedestrian Bridge Type and Class Quantity (Cu.Yd.) Deck Concrete, Class HPC4500, with Fiber Reinforcing 30.0 General Structural Concrete, Class 3300 21.5 SECTION 00542-ARCHITECTURAL TREATMENT Section 00542, which is not in the Standard Specifications, is included in this Project by Special Provision. Description 00542.00 Scope-This work consists of constructing concrete surface texturing where shown or specified. 00542.02 Required Submittals—Submit the following 10 days before the preconstruction conference: • Five (5) copies of the form liner manufacturer's written installation instructions Materials 00542.10 Form Liners:— Furnish form lining materials and patterns according to the following: (a) General— Furnish a high-quality form liner product, which attaches easily to the casting system and does not compress more than 1/4 inch. Furnish form liners capable of withstanding anticipated concrete pour pressures without leakage, causing physical or visual defects and removable without causing concrete surface deterioration or weakness in the substrate. Tiedeman Realignment of Fanno Creek Greenway Trail 19 06/26/2017 (b) Fractured Fin Architectural Treatment- Furnish form liners from one of the following or approved equal: • Sahara Fin by Fitzgerald Formliners 1500 East Chestnut Ave Santa Ana, CA 92701 Telephone 1-800-547-7760 • #201 Fractured Fin by Custom Rock International 1156 Homer Street St. Paul, MN 55116 Telephone 1-800-637-2447 • Standard Fractured Fin by Scott Systems, Inc. 1788 Helena Street Aurora, CO 80011 Telephone 775-852-5132 00542.13 Accessories— Furnish form release agents, form stripping methods and parching materials that are be compatible with the form liner and coloring system to be applied. Construction 00542.40 Pre-Production Tests: (a) Form Liner Test Panels - Construct test panels for all form liner types specified according to the following: • Use the approved form lining materials • Use the approved concrete mix design • Eight inches thick • Eight feet wide • Six feet high • Cast in the same manner as the production panels The Engineer will examine the surface of the resulting test panel. When directed by the Engineer, remove and dispose of unsatisfactory test panels according to 00290.20(c) and repeat test as required. Do not proceed with the work prior to receiving the Engineer's approval. Retain the approved test panel to serve as the standard for accepting subsequent texturing work. 00542.41 Form Liner Installation — Ensure that form liners are clean and free of concrete build-up, blemishes, tears, or other damage prior to each use. Attach liner to forms following manufacturer's recommendations. Butt adjoining liners with less than 1/4-inch seams. Fill open cracks prior to placing concrete. Assemble form liner panels so that the finished pattern has a continuous appearance, and is not interrupted by visible vertical or horizontal joints between panels. Blend form liner butt joints into the pattern, so that the resulting pattern is continuous, including between panels, without visual disruption of the pattern. Measurement 00542.80 Measurement—No measurement of quantities will be made for architectural treatment. Payment 00542.90 Payment— No separate or additional payment will be made for architectural treatment applied according to this Section. Payment will be included in payment made for the appropriate items under which this work is required. Tiedeman Realignment of Fanno Creek Greenway Trail 20 06/26/2017 SECTION 00561 -PREFABRICATED STEEL BRIDGES Section 00561, which is not in the Standard Specifications, is included in this Project by Special Provision. Description 00561.00 Scope-This work consists of offloading and erecting the simple-span welded tubular steel truss pedestrian bridge, as shown and according to these Specifications. Materials 00561.10 Agency-Supplied Bridge Components — The following pedestrian bridge components will be Agency-supplied: • Steel truss • Floor beams • Handrails (including the sections over bridge end panels) • Fasteners • Elastomeric Bearing Pads • Shear connectors • Anchor bolts Construction 00561.45 Delivery— Prepare a laydown area for the truss to be delivered to the job site between October 2, 2017 and October 13, 2017. Notice will be provided to the Contractor a minimum of 7 days in advance of delivery. Offload the Agency-supplied bridge truss and components from the delivery trucks onto Contractor-supplied dunnage in the laydown area. Follow the manufacturer's recommendations for truss handling and offloading. 00561.46 Field Construction - Construct the substructure, deck, joints and rails on site as shown on the plans and shop drawings and according to the applicable Specifications. Coordinate substructure dimensions with the bridge fabricator's anchor bolt layout to facilitate proper erection of the structure. Beginning with offloading activities, the Contractor is responsible for any damage to the Agency-supplied bridge components during handling or placement, according to Section 00170.80. Construct the truss and deck according to the applicable Specifications and the recommendations of the prefabricated bridge engineer of record. The Engineer will resolve any conflicts between the Specifications and the recommendations of the prefabricated bridge engineer of record. Measurement 00561.80 Lump Sum Basis - No measurement of quantities will be made for work performed under this Section. Payment 00561.90 General - Payment for the prefabricated pedestrian"bridge, complete and accepted, will be made at the Contract lump sum amount for the item "Agency-Supplied Prefabricated Steel Bridge." Payment will be full compensation for offloading, on-site storage, and erection of the bridge; including truss, stay-in-place deck form, bridge rails (including those sections on the end panels), shear connectors, anchor bolts, bearing devices; and all materials, equipment, labor and incidentals required to perform the work. Tiedeman Realignment of Fanno Creek Greenway Trail 21 06/26/2017 SECTION 00582-BRIDGE BEARINGS Comply with Section 00582 of the Standard Specifications. SECTION 00596-CAST-IN-PLACE CONCRETE RETAINING WALLS Section 00596, which is not a Standard Specification, is included in this Project by Special Provision. Description 00596.00 Scope-This work consists of furnishing and constructing nonproprietary cast-in-place concrete retaining walls as shown and specified. 00596.02 Cost Reduction Proposals-According to 00140.70, cost reduction proposals will be considered for proprietary retaining wall systems that are preapproved by the Agency before advertisement of the Project. 00596.03 Definitions: Batter-The slope of the wall face from vertical that is expressed as degrees or as a ratio of the horizontal change in inches for each 12 inches of vertical change. A vertical face has a zero batter. Nonproprietary Retaining Wall System-A retaining wall system that is not a patented or trademarked and is shown on the plans. Proprietary Retaining Wall System-A retaining wall system that is protected by trademark, patent, or copyright and is produced or distributed by a manufacturer having exclusive rights. Retained Backfill- Backfill within a distance of H/2 behind the rear face of a retaining wall. H is the total height of the wall excluding the footing. Retaining Wall System-An engineered system of structural and geotechnical components that restrains a mass of earth. The terms retaining wall system, retaining structure, and retaining wall are used interchangeably. Rigid Gravity Retaining Wall System-A retaining wall composed of monolithic cast-in-place concrete with a nominal amount of reinforcement placed near exposed faces that depends on concrete self weight for stability. Semi-Gravity Cantilever Retaining Wall System-A retaining wall composed of a cast-in-place reinforced concrete flexural stem and base slabs that resist the moments and shears to which they are subjected and depends on concrete self weight and from the weight of backfill over its heel for stability. 00596.05 Submittals-Submit complete working drawings according to 00150.35 at least 30 Calendar Days before beginning construction of cast-in-place retaining walls, including the following: • Unstamped working drawings for the cast-in-place walls. • Stamped working drawings and calculations for excavation shoring. • Stamped working drawings and calculations for wall formwork. Field verify existing ground elevations and bottom of wall elevations before preparing and submitting working drawings. Obtain the Engineer's written approval before beginning construction of the wall system. Materials 00596.10 Quality Control-Provide quality control according to Section 00165. 00596.11 Backfill: (a) Retaining Wall Granular Backfill- Furnish dense graded 1"-0 or 3/4"- 0 aggregate base material for walls meeting the requirements of 02630.10 and the following: Tiedeman Realignment of Fanno Creek Greenway Trail 22 06/26/2017 (1) Material Passing No. 200 Sieve-The amount of material passing the No. 200 sieve shall not exceed 15 percent by weight. Test according to AASHTO T 11. (2) Plasticity Index-The plasticity index of the material passing the No. 40 sieve shall not exceed 6. Test according to AASHTO T 90. (b) Pipe Drain Backfill- Furnish granular drain backfill material for drainage pipes meeting the requirements of 00430.11. 00596.12 Concrete: (a) Cast-in-Place Concrete for Rigid Gravity Retaining Walls- Furnish commercial grade concrete meeting the requirements of to Section 00440. (b) Cast-in-Place Concrete for Semi-Gravity Cantilever Retaining Walls-Furnish Class 4000 - 3/4 structural concrete meeting the requirements of Section 00540. 00596.13 Steel- Furnish steel reinforcement for concrete meeting the requirements of Section 00530. 00596.14 Geosynthetics- Furnish Type 1, Level B, drainage geotextile for subsurface drainage systems according to Section 02320. 00596.15 Piles-Furnish piling meeting the requirements of Section 00520. Labor 00596.30 Quality Control Personnel- Provide technicians with CAgT and CDT certifications. Construction 00596.40 General-Construct cast-in-place concrete retaining walls as shown. 00596.41 Excavation and Foundation Preparation-Perform excavation and prepare backfill wall foundations according to Section 00510 and the following: • Grade the foundation level for a width equal to the combined width of the wall footing plus 1.0 foot on each side. • Place backfill material in nearly horizontal layers not more than 8 inches thick. • Do not construct backfill when the backfill, the foundation, or the embankment on which it would be placed is frozen, or unstable. 00596.42 Compaction-Compact according to the following: (a) Equipment-Provide the following compaction equipment: (1) Backfill Within 3 Feet Behind Wall-Walk behind vibratory roller compactor with a single smooth drum, vibratory plate compactor, or rammer/tamper plate compactor; each with a gross static weight of not more than 1,000 pounds and a total compaction static plus dynamic force of not more than 5,000 pounds. (2) Backfill More Than 3 Feet Behind Wall-Vibratory roller compactor with a single smooth drum, vibratory plate compactor, or rammer/tamper plate compactor. (b) Maximum Density and Optimum Moisture Content- Determine maximum density and optimum moisture content of the granular structure backfill material according to AASHTO T 99 Standard Proctor Method A, with coarse particle correction according to AASHTO T 224. (c) Moisture Content-Prepare the granular structure backfill material to within minus 4% to plus 2% of optimum moisture content at the time of compacting. Add water to material that does not contain sufficient moisture and thoroughly mix. Remove excess moisture by manipulation, aeration, drainage, or other means before compacting. (d) Density: Tiedeman Realignment of Fanno Creek Greenway Trail 23 06/26/2017 (1) Backfill Within 3 Feet Behind Wall-Compact to 95% of maximum density using the required number of passes determined according to 00596.42(e-1). (2) Backfill More Than 3 Feet Behind Wall-Compact to 95% of maximum density determined according to 00596.42(e-2). (e) Testing Methods and Frequency: (1) Test Pad Method-Before placing the wall backfill, determine the number of passes necessary to achieve the specified density by constructing a test pad that is at least 5 feet wide, 15 feet long, and 3 feet in final depth. Construct test pad fill in layers no more than 8 inches thick using the same equipment and methods that will be used to compact the wall backfill. Perform at least one density test according to AASHTO T 310 on each test pad layer. Construct and test a new test pad when changes in material occur or different equipment is used during the construction of the wall backfill. (2) Nuclear Gauge Method-Test in-place field density according to AASHTO T 310. Test at the frequency required in the ODOT Manual of Field Test Procedures. (f) Deflection Requirement-Conduct at least one deflection test, witnessed by the Engineer on each compacted layer of backfill according to ODOT TM 158. If the tested layer exhibits yielding, deflection, reaction, or pumping, rework the area to provide acceptable test results before placing the next layer. 00596.43 Wall Construction: (a) Wall Drainage-Construct wall drainage according to Section 00430. (b) Cast-in-Place Concrete Gravity Retaining Walls-Construct cast-in-place concrete gravity retaining walls as shown. (c) Cast-in-Place Semi-Gravity Cantilever Retaining Walls-Construct cast-in-place concrete semi- gravity retaining walls as shown. 00596.44 Architectural Treatment—Provide an architectural treatment in accordance with Section 00542. Measurement 00596.80 Measurement- No measurement of quantities will be made for retaining walls. The estimated quantity of retaining walls are: Station Limits Area Sta.T 2+70.00 to Sta. 3+41.41 (Lt.) 405 sq. ft. The estimated quantities, for estimating purposes only, of concrete, steel reinforcement, excavation, shoring, and specified backfill for retaining wall systems are: Material Estimated Quantities Granular Structure Backfill 34 cu. yd. Structure Excavation 74 cu. yd. Commercial Grade Concrete 28 cu. yd. Reinforcing Steel 900 Ib. Drain Gravel 6 cu. yd. Drainage Geotextile 45 sq. yd. Architectural Finish 291 sq. ft. Payment Tiedeman Realignment of Fanno Creek Greenway Trail 24 06/26/2017 00596.90 Payment-The accepted quantities of work performed under this Section will be paid for at the Contract unit price, per unit of measurement, for the following items: Pay Item Unit of Measurement (a) Retaining Wall, Cast-In-Place Concrete Rigid Gravity..............................................Lump Sum Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified. Excavation below elevations shown will be paid for according to 00510.90(c). No separate or additional payment will be made for: • excavation, shoring, and specified backfill • wall drainage and filter systems • concrete and reinforcement for concrete • architectural treatment SECTION 00640-AGGREGATE BASE AND SHOULDERS Comply with Section 00640 of the Standard Specifications modified as follows: 00640.44 Surface Tolerance- Replace the paragraph that begins "The finished surface and the surface of each underlying..."with the following paragraph: The finished surface and the surface of each underlying layer of the aggregate shall parallel the established grade and cross section for the finished surface within 0.04 foot. SECTION 00730-EMULSIFIED ASPHALT TACK COAT Comply with Section 00730 of the Standard Specifications modified as follows: 00730.90 Payment-Replace this subsection, except for the subsection number and title,with the following: No separate or additional payment will be made for emulsified asphalt tack coat. Approximately 0.23 tons of emulsified asphalt in tack coat will be required on this Project. SECTION 00744-ASPHALT CONCRETE PAVEMENT Comply with Section 00744 of the Standard Specifications modified as follows: 00744.11(a) Asphalt Cement-Add the following to the end of this subsection: Provide PG 64-22 grade asphalt cement for this Project. 00744.49 Compaction- In the paragraph that begins "Determine compliance with...", replace "WAQTC T 8"with "AASHTO T 355". Add the following subsection: 00744.51 Opening Sections to Traffic-Schedule work so that, during the same shift, the surfaces being paved are paved full width and length through the wearing course before opening to traffic. SECTION 00749 -MISCELLANEOUS ASPHALT CONCRETE STRUCTURES Comply with Section 00749 of the Standard Specifications modified as follows: Tiedeman Realignment of Fanno Creek Greenway Trail 25 06/26/2017 00749.44 Placing Asphalt Concrete- Replace the paragraph that begins "Construct all structures within..."and the bullet list with the following paragraph and bullet list: Construct all structures within the following lines and grades: • 0.08 foot of true line • 0.04 foot of established surface grade, cross section and slope • 0.04 foot of specified thickness 00749.91 Method "A" -Weight and Extras Basis-Replace the paragraph that begins "Item (a) includes road..."with the following paragraph: Item (a) includes road approaches, street connections, alley approaches, driveways, guardrail flares, non- flared guardrail terminals, and mailbox turnouts. SECTION 00815—BOLLARDS Comply with Section 00815 of the Standard Specifications modified as follows: 00815.11 Posts and Sleeves- Replace this subsection, except for the subsection number and title, with the following: Use Schedule 40 steel pipe for the posts and either Schedule 40 or Schedule 80 steel pipe for the sleeves, as shown. Use steel pipe conforming to ASTM A 53, Type E, Grade A. Add the following subsection: 00815.15 Painting Bollards- Paint the exposed portion of designated bollards with one coat of the type and color of coating, as shown or specified. Replace the paragraph that begins "No separate or additional payment..."with the following paragraph: No separate or additional payment will be made for excavation, backfill, or painting. SECTION 00856 -SURFACE MOUNTED TUBULAR MARKERS Comply with Section 00856 of the Standard Specifications. Tiedeman Realignment of Fanno Creek Greenway Trail 26 06/26/2017 SECTION 01030-SEEDING Comply with Section 01030 of the Standard Specifications modified as follows: 01030.13(f) Types of Seed Mixes-Add the following to the end of this subsection: Provide the following seed mix formulas: • PT 499 CWS Native Wet Area Mix by ProTime Seed or approved equal: Botanical Name PLS - (% Purity x %Germination) = Amount (Common Name) (Ib/acre) (minimum) (minimum) (Ib/acre) Carex obnupta (Slough Sedge) 3.5 Scirpus microcarpus (Small Fruited Bulrush) 2.5 ---- ---- ---- Carex densa (Dense Sedge) 2.0 ____ Eleocharis palustris (Creeping Spikerush) 1.0 ____ _--- ____ Juncus patens (Spreading Rush) 1.0 *Oregon Certified Seed • PT 460 Native Upland Mix for Shade by ProTime Seed or approved equal: Botanical Name PLS - (% Purity x %Germination) = Amount (Common Name) (Ib/acre) (minimum) (minimum) (Ib/acre) Elymus glaucus (Blue Wildrye) 16.0 ---- --- ---- Bromus carinatus (California Brome) 12.0 _—_ ___– ____ Danthonia californica (California Oatgrass) 1.0 ---- ---- --- Festuca roemeri (Roemer's Fescue) 1.0 ---- --- ---- Koeleria macrantha (Prairie Junegrass) 1.0 *Oregon Certified Seed • Lawn Seeding–PT 303 Sun Mix by ProTime Seed or approved equal Name PLS - (% Purity x %Germination) = Amount (Ib/acre) (minimum) (minimum) (Ib/acre) Fine Fescue** 45 _ Perennial Ryegrass** .255 Kentucky Bluegrass** ___ Colonial Bentgrass** ___– **Acceptable varieties (All of these varieties are trademarked): Fine Fescues: Creeping Red Fescue: Fortress, Ensylva Chewings Fescue: Banner, Highlight, Koket, and Jamestown. Pennlawn and Cascade are acceptable only in Eastern Oregon. Perennial Ryegrass: Citation, Derby, Diplomat, Manhattan, Omega, Pennfine, Regal, and Yorktown ll. Only Manhattan and Pennfine are acceptable east of the Cascades. Tiedeman Realignment of Fanno Creek Greenway Trail 27 06/26/2017 Kentucky Bluegrass: Adelphi, Baron, Ben-Sun, Birka, Bonnieblue, Fylking, Galaxy, Glade, Majestic, Merion, Monopoly, Primo, Sydsport, and Victa. Colonial Bentgrass: Highland,Astoria, Exeter, and Holfior. Add the following subsection: 01030.14 Fertilizer— Do not add fertilizer to project site, mitigation sites or enhancement sites. 01030.15(c) Compost-Replace this subsection, except for the subsection number and title, with the following: Commercially manufactured medium compost material meeting the requirements of Section 03020, unless otherwise approved. 01030.60 General-Add the following sentences after the last bullet: The minimum living plant coverage for woody or other plant seeding is 80 % of ground surface. The minimum living plant coverage for native plant seeding is 80% of ground surface. SECTION 01040-PLANTING Comply with Section 01040 of the Standard Specifications modified as follows: 01040.23(b) Boulders-Replace this subsection, except for the subsection number and title, with the following: Furnish Columbia River Basalt boulders, 24 inches to 30 inches in diameter. SECTION 01050-FENCES Comply with Section 01050 of the Standard Specifications. SECTION 02001 -CONCRETE Comply with Section 02001 of the Standard Specifications modified as follows: 02001.10 Materials- In the list of materials, add the following line: Synthetic Fiber Reinforcing 02045 02001.31(f) Aggregate-Replace the bullet that begins "Use 3/4 inch nominal maximum..." with the following bullet: • Use 1 inch nominal maximum size or larger aggregates in bridge deck concrete. Add the following subsection: 02001.31(8) Synthetic Fiber Reinforcing for Concrete- Use synthetic fiber reinforcing from the QPL and according to Section 02045 in all bridge deck and silica fume overlay concrete. Use synthetic fiber reinforcing according to the manufacturer's recommendations at the rate designated on the QPL. Fiber packaging is not allowed in the mixed concrete. 02001.32(a) Trial Batch-Add the following sentences to the end of the paragraph: Tiedeman Realignment of Fanno Creek Greenway Trail 28 06/26/2017 Notify the Engineer at least 48 hours before making each trial batch. The Engineer may witness the preparation and testing. 02001.32(b) Plastic Concrete- Replace this subsection, except for the subsection number and title, with the following: For each trial batch, test the temperature, slump, density, and air content and compute the w/cm ratio and yield according to the following test methods: Test Test Method Sampling Fresh Concrete WAQTC TM 2 Slump AASHTO T 119 Density AASHTO T 121 Yield AASHTO T 121 Air Content AASHTO T 152 Concrete Temperature AASHTO T 309 Molding Concrete Specimens AASHTO T 23 or R 39 ' Water-Cement Ratio 2 ' Cast cylinders in single-use plastic molds 2 Use ODOT's Field Operating Procedure for AASHTO T 121 in the MFTP 02001.32(d) Length Change Tests- Replace this subsection, except for the subsection number and title, with the following: For all HPC and Silica Fume Concrete (SFC) mix designs, except for precast bridge rail elements, make at least three specimens from the trial batch for length change testing. Test samples according to ASTM C 157. Sample prisms shall have a square, 4 by 4 inch cross-section. Wet cure the samples until they have reached an age of 28 days, including the period in the molds. Store and measure samples according to ASTM C 157, section 11.1.2. Report length change results at 28 days. Test Test Method Acceptance Value Length Change ASTM C 157 -0.045% max. at 28 days 02001.32(e) Permeability Tests-Replace the paragraph that begins "Permeability tests are..." with the following: Test Test Method Acceptance Value Permeability AASHTO T 277 1,000 coulombs max. at 90 days Permeability tests are not required when HPC and SFC mix designs contain cementitious material with 66 percent portland cement, 30 percent fly ash, and 4 percent silica fume. 02001.34 Current Mix Designs-Replace this entire subsection, including subsection .34(a) and .34(b), with the following subsection: 02001.34 Current Mix Designs-Mix designs that meet the requirements for the specified class of concrete and are currently being used or have been used within the past 12 months on any project, public or private may be submitted for review. (a) Length Change Tests- For all HPC and SFC mix designs, except for precast bridge rail elements, make at least three specimens for length change testing. Test samples according to ASTM C 157. Wet cure the samples until they have reached an age of 28 days, including the period in the molds. Store and measure samples according to ASTM C 157, section 11.1.2. Report length change results at 28 days. Test Test Method Acceptance Value Length Change ASTM C 157 -0.045% max. at 28 days (b) Permeability Tests- For alternate HPC mix designs make at least three specimens for permeability testing. Prepare, cure, dry and test according to AASHTO T 277. Report permeability in coulombs at 90 days. Tiedeman Realignment of Fanno Creek Greenway Trail 29 06/26/2017 Test Test Method Acceptance Value Permeability AASHTO T 277 1,000 coulombs max. at 90 days Permeability tests are not required when HPC and SFC mix designs contain cementitious material with 66 percent portland cement, 30 percent fly ash, and 4 percent silica fume. SECTION 02010-PORTLAND CEMENT Comply with Section 02010 of the Standard Specifications modified as follows: 02010.10(b) Specifications- Replace this subsection, except the subsection number and title, with the following: Portland cement shall conform to the requirements of AASHTO M 85 or ASTM C150 for low alkali cement except as follows: • Cement shall have a total alkali content (sodium and potassium oxide calculated as Na20 + 0.658 K20) not exceeding 0.60 percent. • All cement types shall contain a maximum of 8 percent tricalcium aluminate(C3A). • The time-of-setting tests will be by either the Gillmore test or the Vicat test. • Types I and II maximum fineness (specific surface) as determined by AASHTO T153 air permeability test shall be 430 M2/kg. If C3S + 4.75 C3A is less than or equal to 90, the fineness criteria does not apply. 02010.20 Blended Hydraulic Cement-Replace this subsection, except for the subsection number and title, with the following: Blended hydraulic cement shall be either Type IS-portland blast-furnace slag cement, Type IP-portland- pozzolan cement, Type IL-portland-limestone cement, or Type IT-ternary blended cement according to AASHTO M 240. Furnish blended hydraulic cement from the QPL. SECTION 02015-PORTLAND CEMENT CONCRETE REPAIR MATERIAL Comply with Section 02015 of the Standard Specifications modified as follows: Add the following subsection: 02015.50 Portland Cement Concrete Repair, Surface- Furnish Surface PCC repair material from the QPL. SECTION 02030-MODIFIERS Replace Section 02030 of the Standard Specifications with the following Section 02030: SECTION 02030-SUPPLEMENTARY CEMENTITIOUS MATERIALS Description 02030.00 Scope-This Section includes the requirements for fly ash, silica fume, and ground granulated blast furnace slag used in portland cement concrete. 02030.01 Abbreviations: SCM-Supplementary Cementitious Materials Materials Tiedeman Realignment of Fanno Creek Greenway Trail 30 06/26/2017 02030.10 Fly Ash- Furnish Class C, Class F, or Class N fly ash from the QPL and conforming to AASHTO M 295 (ASTM C618). 02030.20 Silica Fume-Furnish silica fume from the QPL and according to the following: (a) Types- Provide the silica fume modifier as a slurry containing silica fume, water, and a high range water reducer, or as a densified powder. The silica fume portion shall conform to AASHTO M 307. Total alkalis, as equivalent Sodium Oxide (Na20), shall be 1.5 percent maximum. (b) Acceptance-Silica fume will be accepted for immediate use if accompanied by a test results certificate according to 00165.35. If the silica fume modifier is supplied as a slurry, the certificate shall indicate the silica fume content of the slurry as a percent by weight. If the silica fume is supplied as a densified powder, do not allow the packaging to enter the concrete mixture. 02030.40 Ground Granulated Blast Furnace Slag (GGBFS)-Furnish GGBFS from the QPL and conforming to AASHTO M 302. 02030.50 Metakaolin-Furnish metakaolin from the QPL and conforming to AASHTO M 295 (ASTM C618) Class N. 02030.60 Blended-Furnish blended GGBFS and Fly Ash from the QPL. SECTION 02045-SYNTHETIC FIBER REINFORCING FOR CONCRETE Section 02045, which is not a Standard Specification, is included in this Project by Special Provision. Description 02045.00 Scope-This Section includes the requirements for synthetic fiber reinforcing used in high performance concrete (HPC) bridge decks, silica fume concrete (SFC) overlays, and PCC. Materials 02045.10 Synthetic Micro Fiber Reinforcing- Furnish Synthetic Polyolefin Micro Fiber Reinforcing from the QPL. 02045.20 Synthetic Macro Fiber Reinforcing-Furnish Synthetic Polyolefin Macro Fiber Reinforcing from the QPL. 02045.30 Synthetic Blended Fiber Reinforcing- Furnish Synthetic Polyolefin Blended Fiber Reinforcing from the QPL. 02045.80 Acceptance-Acceptance of synthetic fiber reinforcing will be according to 00165.35(b) when accompanied by a quality compliance certificate. SECTION 02050-CURING MATERIALS Comply with Section 02050 of the Standard Specifications modified as follows: 02050.00 Scope- Replace this subsection, except for the subsection number and title, with the following: This Section includes the requirements for liquid compounds, polyethylene films, and curing blankets used to cover concrete and other surfaces to retain moisture and to cure. 02050.10 Liquid Compounds-Replace this subsection, except for the subsection number and title, with the following: Furnish liquid membrane-forming curing compounds from the QPL and meeting the requirements of ASTM C309, except that testing will be done according to ODOT TM 721. All compounds shall be Type 1-D or Type 2, Class A or B. Only Type 2, Class B resins will be allowed for the following concrete pavement applications: Tiedeman Realignment of Fanno Creek Greenway Trail 31 06/26/2017 • Plain concrete pavement repair. • Continuously reinforced concrete pavement. • Plain concrete pavement. • Reinforced concrete pavement repair. Before using liquid compounds, submit one quart samples of each lot for testing, except samples are not required for commercial grade concrete. 02050.40 Liquid Evaporation Reducer Compounds- Delete this subsection. SECTION 02055-CONCRETE SURFACE RETARDERS Section 02055, which is not a Standard Specification, is included in this Project by Special Provision. Description 02055.00 Scope-This Section includes the requirements for concrete surface retarders. Materials 02055.10 Concrete Surface Retarders-Furnish concrete surface retarders from the QPL. SECTION 02080-GROUT Comply with Section 02080 of the Standard Specifications modified as follows: Add the following subsection: 02080.60 Structural Grout- Furnish structural grout from the QPL and use according to the manufacturer's recommendations. Grout shall be non-shrink, nonferrous, non-epoxy grout with a minimum design strength of 5,000 psi at 28 Calendar Days. SECTION 02190-PRESERVATIVE TREATMENT OF LUMBER Comply with Section 02190 of the Standard Specifications modified as follows: 02190.20 Drying Time-Replace this subsection with the following subsection: 02190.20 Drying After Treatment-When using waterborne preservatives, as defined in AWPA P5, dry items according to AWPA T1, Section 7. During the drying period and until the treated items are installed on the Project, separate each layer of treated items using spacers that are at least 1/2 inch thick. The maximum moisture content shall be 19 percent prior to installation. Collect all spacers and other treated wood waste from the construction site and dispose of them according to 00290.20. SECTION 02320—GEOSYNTHETICS Comply with Section 02320 of the Standard Specifications modified as follows: 02320.20 Geotextile Property Values- Replace Table 02320-1 through Table 02320-6 with the following tables: Tiedeman Realignment of Fanno Creek Greenway Trail 32 06/26/2017 Table 02320-1 Geotextile Property Values for Drainage Geotextile"2 Geotextile Property Requirements Geotextile Property ASTM UnitsType 1 Type 2 Test Method Wo Nonwo Wo ven ven ven Nonwoven Grab Tensile Strength (minimum) Machine and D 4632 Ib 180 115 250 160 Cross Machine Directions Grab Failure Strain (minimum) Machine D 4632 % ` 5 >_ 50 ` 5 >_ 50 and Cross Machine 0 0 Directions Tear D 4533 Ib 67 40 90 56 Strength (minimum) Puncture Strength D 6241 Ib 370 220 495 310 (minimum) Apparent Opening Size (AOS) (maximum) D 4751 — 40 40 40 40 U.S. Standard Sieve Permittivity (minimum) D 4491 sec-' 0.5 0.5 0.5 0.5 Ultraviolet Stability D 4355 Retained (at 500 hours) % 50 50 50 50 Strength (minimum) ' All geotextile properties are Minimum Average Roll Values (MARV). The test results for any sampled roll in a lot shall meet or exceed the values shown in the table. 2 Woven slit film geotextiles (geotextiles that are made from yarns of a flat, tape-like character) are not acceptable. Table 02320-2 Geotextile Property Values for Riprap Geotextile' 2 Geotextile Property Requirements Geotextile Property ASTM Units Type 1 Type 2 Test Method Wo Nonwo Wo ven ven ven Nonwoven Grab Tensile Strength (minimum) Machine and D 4632 Ib 250 160 315 200 Cross Machine Directions Grab Failure Strain (minimum) Machine D 4632 % ` 5 >_ 50 ` 5 >_ 50 and Cross Machine 0 0 Directions Tear D 4533 Ib 90 56 110 80 Strength (minimum) Puncture Strength D 6241 Ib 495 310 620 430 (minimum) Apparent Opening Size (AOS) (maximum) D 4751 — 40 40 40 40 U.S. Standard Sieve Permittivity (minimum) D 4491 sec'i 0.5 0.5 0.5 0.5 Ultraviolet Stability D 4355 Retained (at 500 hours) % 70 70 70 70 Strength (minimum) Tiedeman Realignment of Fanno Creek Greenway Trail 33 06/26/2017 All geotextile properties are Minimum Average Roll Values (MARV). The test results for any sampled roll in a lot shall meet or exceed the values shown in the table. 2 Woven slit film geotextiles (geotextiles that are made from yarns of a flat, tape-like character) are not acceptable. Tiedeman Realignment of Fanno Creek Greenway Trail 34 06/26/2017 Table 02320-3 Geotextile Property Values for Sediment Fence' Geotextile Property Requirements ASTM Supported Unsupported Geotextile Property Test Method Units Elongation Elongation >_ 50% <_50% Grab Tensile Strength 90 120 120 (minimum) Machine and D 4632 Ib 90 100 100 Cross Machine Directions Apparent Opening Size (AOS) (maximum) D 4751 — 30 30 30 U.S. Standard Sieve Permittivity (minimum) D 4491 sec'I 0.05 0.05 0.05 Ultraviolet Stability D 4355 Retained (at 500 hours) % 70 70 70 Strength (minimum) ' All geotextile properties are Minimum Average Roll Values (MARV). The test results for any sampled roll in a lot shall meet or exceed the values shown in the table. 2 Measured according to ASTM D 4632. Table 02320-4 Geotextile Property Values for Subgrade Geotextile(Separation)' Geotextile Property Geotextile Property ASTM Units Requirements Test Method Woven Nonwoven Grab Tensile Strength (minimum) Machine and D 4632 Ib 180 113 Cross Machine Directions Grab Failure Strain (minimum) Machine and D 4632 % < 50 >_ 50 Cross Machine Directions Tear Strength (minimum) D 4533 Ib 68 41 Puncture Strength D 6241 Ib 371 223 (minimum) Apparent Opening Size (AOS) (maximum) D 4751 — 30 30 U.S. Standard Sieve Permittivity (minimum) D 4491 sec"I 0.05 0.05 Ultraviolet Stability Retained D 4355 % 50 50 Strength (minimum) (at 500 hours) ' All geotextile properties are Minimum Average Roll Values (MARV). The test results for any sampled roll in a lot shall meet or exceed the values shown in the table. Tiedeman Realignment of Fanno Creek Greenway Trail 35 06/26/2017 Table 02320-5 Geotextile Property Values for Embankment Geotextile' ASTM Geotextile Property Geotextile Property Test Method Units Requirements Woven Nonwoven Grab Tensile Strength (minimum) Machine and D 4632 Ib 315 200 Cross Machine Directions Grab Failure Strain (minimum) Machine and D 4632 % < 50 >_ 50 Cross Machine Directions Tear Strength (minimum) D 4533 Ib 110 80 Puncture Strength D 6241 Ib 620 430 (minimum) Apparent Opening Size (AOS) (maximum) D 4751 — 30 30 U.S. Standard Sieve Permittivity (minimum) D 4491 sec'' 0.02 0.02 Ultraviolet Stability D 4355 Retained (at 500 hours) % 50 50 Strength (minimum) FAll geotextile properties are Minimum Average Roll Values (MARV). The test results for any sampled roll in a lot shall meet or exceed the values shown in the table. Table 02320-6 Geotextile Property Values for Pavement Overlay Geotextile' ASTM Geotextile Property Geotextile Property Test Method Units Requirements Nonwoven Grab Tensile Strength (minimum) Machine D 4632 Ib 100 and Cross Machine Directions Grab Failure Strain (minimum) Machine and D 4632 % >_ 50 Cross Machine Directions Asphalt Retention D 6140 oz./sq.ft. 2.8 (minimum) Melting D 276 °F 300 Point (minimum) ' All geotextile properties are Minimum Average Roll Values (MARV). The test results for any sampled roll in a lot shall meet or exceed the values shown in the table. SECTION 02440—JOINT MATERIALS Comply with Section 02440 of the Standard Specifications modified as follows: 02440.15 Lubricant/Adhesive-Replace this subsection, except for the subsection number and title, with the following: Furnish a lubricant/adhesive conforming to ASTM D4070 and according to the recommendations of the seal manufacturer. Tiedeman Realignment of Fanno Creek Greenway Trail 36 06/26/2017 SECTION 02450-MANHOLES AND INLET MATERIALS Comply with Section 02450 of the Standard Specifications modified as follows: Add the following Subsection: 02450.15 Precast Concrete Catch Basins and Inlets-Furnish precast concrete catch basins and inlet conforming to the requirements of ASTM C 913. SECTION 02510-REINFORCEMENT Comply with Section 02510 of the Standard Specifications modified as follows: 02510.10 Deformed Bar Reinforcement-Replace this subsection, except for the subsection number and title,with the following: Furnish deformed bar reinforcement from the QPL and conforming to the requirements of ASTM A706, AASHTO M 31 (ASTM A615), or AASHTO MP 18 (ASTM A1035). Unless otherwise specified or shown, all reinforcing bars shall be Grade 60. 02510.40 Welded Wire Reinforcement-Replace this subsection, except for the subsection number and title, with the following: Welded wire reinforcement and deformed welded wire reinforcement shall conform to the requirements of ASTM A1064. 02510.60 Wire Reinforcement- Replace this subsection, except for the subsection number and title, with the following: Wire reinforcement and deformed wire reinforcement shall conform to the requirements of ASTM A1064. SECTION 02520-STEEL AND CONCRETE PILES Comply with Section 02520 of the Standard Specifications modified as follows: 02520.10(b) Steel Pipe Piles- Replace the sentence that begins "Steel pipe piles shall be..." with the following sentence: Steel pipe piles shall be either spirally welded or longitudinally welded, constant in section, and conforming to ASTM A 252, Grade 3, or API 5L X52. SECTION 02560-FASTENERS Comply with Section 02560 of the Standard Specifications modified as follows: 02560.30 Tie Rods and Anchor Bolts-Replace this subsection with the following subsection: 02560.30 Tie Rods,Anchor Bolts,and Anchor Rods: (a) Steel Tie Rods, Anchor Bolts, and Anchor Rods-Steel tie rods, anchor bolts, and anchor rods shall conform to: AASHTO M 314, Grade 36 or 55;ASTM F 1554, Grade 36 or 55. (b) High-Strength Tie Rods, High-Strength Anchor Bolts, and High-Strength Anchor Rods- High- strength tie rods, high-strength anchor bolts, and high-strength anchor rods shall conform to: AASHTO M 314, Grade 105;ASTM F 1554, Grade 105; or ASTM A 449, Type 1. (c) Nuts-Nuts for tie rods, anchor bolts, and anchor rods shall conform to the requirements of the following, or equivalent: Plain Steel Tie Rods,Anchor Bolts,and Anchor Rods: • All- Heavy Hex AASHTO M 291 (ASTM A 563), Grade A Tiedeman Realignment of Fanno Creek Greenway Trail 37 06/26/2017 Galvanized Steel Tie Rods,Anchor Bolts,and Anchor Rods: • All- Heavy Hex AASHTO M 291 (ASTM A 563), Grade A, C, D, or DH Plain Or Galvanized High-Strength Tie Rods, High-Strength Anchor Bolts, and High-Strength Anchor Rods: • All- Heavy Hex AASHTO M 291 (ASTM A 563), Grade DH (d) Washers-Washers for anchor bolts shall conform to ASTM F 436, Type 1. 02560.40 Galvanizing and Coating of Fasteners, Tie Rods,and Anchor Bolts- Replace this subsection title with the title "Galvanizing and Coating:" 02560.40(a) Galvanizing of Fasteners, Tie Rods, and Anchor Bolts-Replace this subsection with the following subsection: 02560.40(a) Galvanizing of Fasteners, Tie Rods, Anchor Bolts, and Anchor Rods- Hot-dip galvanize fasteners, tie rods, anchor bolts, anchor rods, nuts, and washers according to AASHTO M 111 (ASTM A 123)or AASHTO M 232 (ASTM A 153) as appropriate to the product. When specified, mechanically galvanize fasteners according to ASTM B 695, Class 50, Type 1. Match galvanized bolts, tie rods, anchor bolts, and anchor rods with appropriate galvanized nuts for assembly. Ship nuts in the same container consisting of bolts, tie rods, anchor bolts, or anchor rods. Overtap nuts for galvanized fasteners, galvanized tie rods, galvanized anchor bolts, and galvanized anchor rods according to AASHTO M 291 (ASTM A 563). Measure the zinc thickness on the wrench flats or top of bolt head of galvanized bolts and on the wrench flats of galvanized nuts. 02560.60(a) Rotational Capacity Test- In the paragraph that begins "Test all high-strength fasteners...", replace the first sentence with the following sentence: Test all high-strength fasteners, except high-strength tie rods, high-strength anchor bolts, and high-strength anchor rods, according to Method 1 or 2 below, as applicable. 02560.60(b) Other Test Requirements-Replace the two paragraphs that begin "Provide three extra high strength bolt assemblies..." and 'Provide three extra high strength tie rod and..." with the following two paragraphs: Provide three high-strength bolt assemblies per size per lot for check testing. Provide one high-strength tie rod assembly, one high-strength anchor bolt assembly, and one high-strength anchor rod assembly per size per lot for check testing. SECTION 02571 -ELASTOMERIC BEARING PADS Comply with Section 02571 of the Standard Specifications modified as follows: 02571.10 Elastomeric Compound-Replace the paragraph that begins "The elastomer portion of...", but not Table 02571-1, with the following paragraph: The elastomer portion of the elastomeric compound shall be 100 percent virgin polychloroprene (Neoprene) or natural rubber (polyisoprene) meeting the requirements of section 18 of the AASHTO LRFD Bridge Construction Specifications including the properties from the following table: SECTION 02910-SIGN MATERIALS Comply with Section 02910 of the Standard Specifications modified as follows: Tiedeman Realignment of Fanno Creek Greenway Trail 38 06/26/2017 02910.02 Types of Signs-Replace this subsection, except for the subsection number and title, with the following: Traffic signs are classified by sign type as follows: "B" Blue Type III or Type IV sheeting background with silver-white Type III or Type IV permanent or removable legend, or silver-white Type III or Type IV sheeting overlaid with blue electronically cuttable film background with legend cut out. "62" Blue Type III or Type IV sheeting background with white Type IX removable legend. "63" White Type IX sheeting overlaid with blue electronically cuttable film background with legend cut out. "134" Blue Type III or Type IV sheeting background with yellow Type III or Type IV permanent legend, or yellow Type III or Type IV sheeting overlaid with blue electronically cuttable film with legend cut out or blue transparent paste background with retroreflective yellow screened legend or yellow Type III or Type IV permanent legend (County Route Shield). "C" Brown Type III or Type IV sheeting background with silver-white Type III or Type IV permanent or removable legend, or silver-white Type III or Type IV sheeting overlaid with brown electronically cuttable film background with legend cut out. Brown Type III or Type IV sheeting background with white Type IX removable legend. "C2" White Type IX sheeting overlaid with brown electronically cuttable film background with legend cut out. "F" Silver-white Type III or Type IV sheeting background overlaid with red and blue electronically cuttable film with legend cut out or red and blue transparent paste background with retroreflective silver-white screened legend or silver-white Type III or Type IV permanent legend. "F1" White Type IX sheeting background overlaid with red and blue electronically cuttable film with legend cut out or red and blue transparent paste background with white Type IX permanent legend. "G" Green Type III or Type IV sheeting background with silver-white Type III or Type IV permanent or removable legend, or silver-white Type III or Type IV sheeting overlaid with green electronically cuttable film background with legend cut out. "G1" Green Type III or Type IV sheeting background with white Type IX removable legend. "G2" White Type IX sheeting overlaid with green electronically cuttable film background with legend cut out. "G5" Green Type III or Type IV sheeting background with white Type IX permanent legend and symbol, or white Type IX sheeting overlaid with green electronically cuttable film background with legend cut out and white Type IX symbol (Combination Lane-use / Destination Overhead Guide Sign). "00" Orange Type III or Type IV sheeting background with black nonreflective permanent or removable legend. 1103" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective permanent legend and red retroreflective symbol(Stop or Yield Ahead Symbol Sign). "04" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective permanent legend. "05" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective removable legend. "06" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective permanent legend and red, yellow, and green Type VIII and Type IX circles. (Signal Ahead Symbol Sign) Tiedeman Realignment of Fanno Creek Greenway Trail 39 06/26/2017 "08" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective screened or cut-out permanent legend and silver-white Type VIII or Type IX symbol. (Speed Reduction Symbol Sign) "R" Silver-white Type III or Type IV sheeting background overlaid with red transparent paste background with silver-white Type III or Type IV permanent legend or red electronically cuttable film with legend cut out. (Stop Sign,Wrong Way, Do Not Enter.) "R1" White Type IX sheeting background overlaid with red transparent paste background with white Type IX permanent legend or red electronically cuttable film with legend cut out. "R2" Silver-white Type III or Type IV sheeting background overlaid with red electronically cuttable film with legend and triangle cut out or screened red transparent paste triangle and legend or red Type III or Type IV triangle and permanent legend. (Yield Sign) "R3" White Type IX sheeting background overlaid with red electronically cuttable film with legend and triangle cut out or screened red transparent paste triangle and permanent legend. "R4" Rubber STOP flap made of natural rubber with a red background and white lettering. "R5" Red Type III or Type IV sheeting background overlaid with black nonreflective screened or cut- out permanent legend (OM4-2 Object Marker). "W1" Silver-white Type III or Type IV sheeting background with black nonreflective screened, cut out permanent or removable legend. "W2" Silver-white Type III or Type IV sheeting background with a screened black nonreflective legend overlaid with a screened red transparent paste circle and continuous diagonal bar. (Prohibition) "W3" Silver-white Type III or Type IV sheeting background with transparent brown screened legend or brown Type III or Type IV cut-out permanent legend. "W4" Silver-white Type III or Type IV sheeting background with transparent red screened legend or red Type III or Type IV cut-out permanent legend. "W5" Silver-white Type III or Type IV sheeting background with transparent green screened legend or green Type III or Type IV cut-out permanent legend. "W6" White Type IX sheeting background with a screened or cut-out black nonreflective legend overlaid with a screened red transparent paste circle and continuous diagonal bar. (Prohibition sign overhead) "W7" White Type IX sheeting background with black nonreflective screened or cut-out permanent legend. Silver-white Type III or Type IV sheeting background with blue transparent screened legend or blue Type III or Type IV cut-out permanent legend. Silver-white Type III or Type IV sheeting background with blue nonreflective screened or cut-out permanent legend. "W10" White Type IX sheeting background with black nonreflective removable legend. "W11" Silver-white Type III or Type IV sheeting background with black nonreflective screened or cut out permanent legend with red Type III or Type IV symbol. "W12" Silver white Type III or Type IV sheeting background with transparent green screened legend or green Type III or Type IV cut out permanent legend with blue Type III or Type IV symbol. "W13" Silver white Type III or Type IV sheeting background with red Type III or Type IV screened or cut-out permanent legend and black nonreflective screened or cut-out permanent legend overlaid with a red transparent paste circle and continuous diagonal bar (Parking Prohibition Symbol Signs). Tiedeman Realignment of Fanno Creek Greenway Trail 40 06/26/2017 "W14" Silver white Type III or Type IV sheeting background with black nonreflective screened or cut- out permanent legend overlaid with a green transparent paste circle (Permissive Trucks and Hazardous Material Symbol Signs). "W15" Silver white Type III or Type IV sheeting background with green Type III or Type IV screened or cut-out permanent legend and black nonreflective screened or cut-out permanent legend overlaid with a green transparent paste circle (Permissive Parking Symbol Signs). "W16" Agency supplied silver-white Type III or Type IV sheeting decal, with multi-colored Oregon State Parks logo, direct applied to sheet aluminum or HDO plywood substrate (Oregon State Parks shield). "W17" Silver-white Type III or Type IV sheeting background overlaid with brown transparent paste or electronically cuttable film background, and silver-white Type III or Type IV sheeting background with yellow transparent paste or electronically cuttable film background and black non-reflective screened or cut-out permanent legend and logo (Oregon Trail or California Trail Route Markers). Digital files of the logo graphics may be available on the ODOT Sign Design Information website at: http://www.oregon.gov/ODOT/HWY/TS/Pages/signing.aspx "W18" Silver-white Type III or Type IV sheeting background overlaid with blue transparent paste background with retroreflective silver-white screened legend or blue electronically cuttable film with legend cut out, and silver-white Type III or Type IV sheeting background with black non- reflective screened or cut-out permanent legend and multi-colored Scenic Byway logo Oregon Scenic Byway Signs). Digital files of the logo graphics may be available on the ODOT Sign Design Information website at: http://www.oregon.gov/ODOT/HWY/TS/Pages/signing.aspx "W19" Silver-white Type III or Type IV sheeting background with plum transparent screened legend or plum Type III or Type IV cut-out permanent legend and multi-colored Tour Route logo (Oregon Tour Route Signs). Digital files of the logo graphics may be available on the ODOT Sign Design Information website at: http://www.oregon.gov/ODOT/HWY/TS/Pages/signing.aspx "Y1" Yellow Type III or Type IV sheeting background with black nonreflective screened, cut out permanent or removable legend. "Y2" Yellow Type III or Type IV sheeting background with a screened or cut-out black nonreflective legend and red and green Type III or Type IV circles. The center yellow circle part shall be part of the background sheeting. (Signal Ahead Symbol Sign) "Y3" Yellow Type IX sheeting background with black nonreflective screened, cut-out permanent or removable legend. "Y4" Yellow Type III or Type IV sheeting background with black nonreflective screened or cut out permanent legend and red Type III or Type IV symbol. (Stop or Yield Ahead Symbol Sign) "Y5" Fluorescent yellow Type IX sheeting background with black nonreflective screened, cut out permanent or removable legend. "Y6" Fluorescent yellow Type IX sheeting background with black nonreflective screened or cut out permanent legend and red and green Type IX circles. The center yellow circle shall be part of the background sheeting. (Signal Ahead Symbol Sign overhead) "Y7" Fluorescent yellow Type IX sheeting background with black nonreflective screened or cut out permanent legend and red Type IX symbol. (Stop or Yield Ahead Symbol Sign) "Y8" Yellow Type III or Type IV sheeting background with black nonreflective screened or cut out permanent legend and silver-white Type III or Type IV symbol. (Speed Reduction Symbol Sign) "YG" Fluorescent yellow-green Type IX sheeting background with black non-reflective legend or cut out permanent legend. "YG1" Fluorescent yellow-green Type IX sheeting background with black nonreflective screened or cut out permanent legend and red Type IX symbols (School Bus Stop Ahead Symbol Sign). Tiedeman Realignment of Fanno Creek Greenway Trail 41 06/26/2017 "YG2" Fluorescent yellow-green Type IX sheeting background with black nonreflective screened or cut out permanent legend and fluorescent yellow-green and white Type IX symbol (Reduced School Speed Limit Ahead Symbol Sign). "YGW" Fluorescent yellow-green Type IX sheeting background with black nonreflective screened or cut out permanent legend and silver-white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend and red Type III or Type IV symbol. (In Street Pedestrian Crossing Symbol Sign). "YGW1Fluorescent yellow-green Type IX sheeting background with black nonreflective screened or 11 cut-out permanent legend, and silver-white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend (School / Speed Limit 20 Combination Sign). —M., Yellow Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend, and white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend and red Type III or Type IV symbol. "YW1" Yellow Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend, and white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend. "YW2" Yellow Type IX sheeting background with black nonreflective screened or cut-out permanent legend, and white Type IX sheeting background with black nonreflective screened or cut-out permanent legend and red Type IX symbol. 02910.33(d) Nonreflective Black Screened Legend-Replace this subsection, except for the subsection number and title,with the following: Furnish material for nonreflective black screened legends that is compatible with the sign sheeting, as recommended by the sign sheeting manufacturer. Tiedeman Realignment of Fanno Creek Greenway Trail 42 06/26/2017 ATTACHMENT M-STAGING EXHIBIT MAP CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORK AND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE f ##- ', STAGING AREA x 1.2060 12.130 12132 1223 12240 , °5: 10515 12250 7 1• f70 r� 1Gi� ,, u Feet ,, hM=� ATTACHMENT N-GEOTECHNICAL REPORT CTTY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORKAND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE i ieaman me-mignment or ranno vreenway i rai Pedestrian Bridge and Trail Desigr Tigard, Oregor March 10, 201-1 SHANNON7 • G EOT£CFINICAL ANO EN VYpON:AAENTAL :1NC-tdTS Tiedman Re-Alignment of Fanno Greenway Trail Pedestrian Bridge and Trail Design Tigard, Oregon March 10, 2017 SHANNON 6WILSON, GEOTECHNICAL AND ENVIRONMENTAL CONSULTANTS Excellence. Innovation. Service. Value Since 1954 Submitted To: Nick Robertson OBEC Consulting Engineers 5000 Meadows Road, Suite 420 Lake Oswego, Oregon 97035 By: Shannon & Wilson, Inc. 3990 Collins Way, Suite 100 Lake Oswego, Oregon 97035 (503) 210-4750 www.shannonwilson.com 24-1-04083-004 TABLE OF CONTENTS 1.0 INTRODUCTION..................................................................................................................l 1.1 General......................................................................................................................./ 12 Scope ofServices......................................................................................................./ 2.0 PROJECT UNDERSTANDING............................................................................................2 2.1 Site Description-----------------------------------.2 2.2 Project Description---------------------------------..2 3.0 FIELD EXPLORATION AND LABORATORY TESTING................................................3 3.1 Field Explorations-------------~---.--..--.---'--^-----3 3 3^2 1eStong.------------------------------~--. 3.3 Existing Geotechnical Data........................................................................................3 3 4.0 SlJ]�SlJ[�F��C%EC(�l�l�lll(JI�S------------------------------- 4.1 Major Subsurface Units..............................................................................................4 4l1 Alluvial Deposits ----------------------_--_--_..4 4.1.2 Fine-Grained Missoula Flood Deposits------------------'4 4.2 Groundwater------'---------------------------''---+ 5.0 SITE-SPECIFIC SEISMIC HAZARD EVALUATION------------------.'4 5.1 Ground Motion Parameters........................................................................................+ 5-2 Creek Bank Seismic gkonc Stability-------------------------a 5.3 Other 8ciuozic Hazards...............................................................................................9 6.0 EQRlD{]E FOUNDATION DESIGN RECOMMENDATIONS --------------..y 6.1 Bridge Foundation Design Alterootivcy----------------------...9 7.0 GEOTECHNICAL CONSTRUCTION CONSIDERATIONS --------------.l0 l@ 7.1 (]eoerul----------------------~--~.--..--------~... 7.2 Site Preparationand Excavation...............................................................................l0 l0 7.3 Cut-and-Fill Slopes --------.--~______._______________ 7.4 Excavation and Groundwater Control......................................................................l0 7.5 Structural Fill------------------------------------l0 l9 8.0 LIMITATIONS.................................................................................................................... 2l 9.0 8--------------------------------------- 24-1-04083�V4 Dm8GER T�dmouPed Bd�e � TABLE OF CONTENTS (cont.) ,, j J�j TABLES I Seismic Parameters for"Life Safety" Criteria.........................................................5 2 "Operational" Criteria Response Spectra.................................................................6 3 Zones of Liquefaction Potential...............................................................................7 4 Evaluation of Bridge Foundation Alternatives......................................................10 5 Pile Length and Compressive Resistance..............................................................12 6 Static/Pseudo-Static LPILE Geotechnical Input Parameters for Driven Pile Bridge Foundations............................................................................................................13 7 Post Seismic LPILE Geotechnical Input Parameters for Bridge Foundations ......14 8 Recommended Input Parameters for WEAP Analysis ..........................................15 FIGURES I Vicinity Map 2 Site and Exploration Plan 3 Bridge Approach Embankment Slope Stability Analysis 4 Estimated Axial Pile Resistance for 12.75-inch driven pile. 5 Lateral Earth Pressure Distribution for Retaining Wall APPENDICES A Field Explorations B Laboratory Testing C Existing Geotechnical Data D Important Information About Your Geotechnical/Environmental Report Draft GER—Tiedeman Ped Bridge 24-1-04083-004 it - TIEDEMAN RE-ALIGNMENT OF FANNO GREENWAY TRAIL PEDESTRIAN BRIDGE AND TRAIL DESIGN TIGARD, OREGON 1.0 INTRODUCTION 1.1 General The Fanno Creek Trail is a regional bike and pedestrian trail that runs north-south through Tigard, Oregon. The location of the project can be seen in Figure 1. At Tiedeman Avenue,the trail temporarily ends and restarts approximately 500 feet to the southwest. Trail users must use the Tiedeman Avenue sidewalk or the roadway bridge over Fanno Creek to continue on the trail. This has created safety concerns and the desire for an independent bridge, specifically for the multi-use trail. This project realigns the Fanno Creek Trail with 500 feet of new trail and a new bridge over Fanno Creek. The new section aligns directly across from the northern continuation of the trail, reducing the safety concerns with the current alignment. 1.2 Scope of Services Shannon& Wilson, Inc., has been retained by OBEC Consulting Engineers (OBEC)to provide geotechnical engineering consulting services to support the design of the new pedestrian bridge and trail realignment. We performed the following services for this project: ➢ Reviewed available data provided by others; ➢ Performed a site reconnaissance to understand geologic conditions and hazards; ➢ Completed a field exploration program that includes one borehole by small drill rig to 37.5 feet and two hand auger boreholes of 10 to 13 feet; ➢ Performed a laboratory testing program; ➢ Performed geotechnical engineering analyses, which include seismic hazard evaluation, geotechnical foundation recommendations for the bridge, recommendations for fills and approach embankments, and global stability evaluation of slopes; and ➢ Produced this geotechnical engineering report. Draft GER—Tiedeman Ped Bridge 24-1-04083-004 1 2.0 PROJECT UNDERSTANDING 2.1 Site Description The site is located near the northern edge of Woodard Park. It is bounded on the north by Tiedeman Avenue. The current multi-use path runs east-west along the northern boundary of the park. Fanno Creek runs through the middle of the park. There are sparse trees in this area and meadows with grasses and other brush. An old fence also runs along the northern edge of the park, next to the road. There are also a couple of old buildings on the western portion of the site with a small driveway that connects them with the road. 2.2 Project Description The new trail alignment will connect with the current trail just south of Tiedeman Avenue and just east of Fanno Creek. Here, the trail will head west-southwest. There will be a new bridge constructed to take the trail over Fanno Creek. The new bridge will be a single span arched truss bridge that straddles the creek. A new paved path will be created to continue the trail for another 300 feet, across the driveway and aligned directly across Tiedeman Avenue with the next northern continuation of the Fanno Creek Trail. We understand that the new pedestrian bridge will be founded on driven pipe piles, which will extend to a depth of approximately 35 feet below the ground surface. We understand that the bridge foundations will be designed in accordance with the ODOT Bridge Design and Drafting Manual (October 2016) and AASHTO LRFD Bridge Design Specifications, 7th Edition 2014. (AASHTO, 2014). As part of the trail construction, approximately 2 feet of fill will be placed at the east approach of the proposed new pedestrian bridge. Some minor site cuts and regrading are also proposed along the trail on the west side of the new bridge to construct the new alignment. Based on information provided by OBEC, we understand that the ordinary high water level is approximately elevation 152 feet, and the 100-year flood and 500-year flood elevations are 159.98 and 160.86 feet, respectively. Scour of the channel will occur during the 100- and 500- year event. Based upon review of the March 6, 2017, plan sheets from OBEC, we understand that the scour will occur during the design flood events. We also understand that the design team will develop the scour mitigation design; therefore, the bridge abutment foundations will not be affected by the scour. GER—Tiedeman Ped Bridge 24-1-04083-004 2 3.0 FIELD EXPLORATION AND LABORATORY TESTING 3.1 Field Explorations Our subsurface exploration program consisted of three explorations, B-1, HA-1, and HA-2. The locations of these boreholes are shown in Figure 2. On October 19, 2016, one borehole, B-1, was drilled by a small, tight-access Beaver rig in the eastern creek bank. The total depth of this boring was 37.5 feet below the ground surface. The hammer efficiency for this rig is assumed to be 60 percent because it uses a cathead system to drive the SPT samples. The two hand augers, HA-1 and HA-2, were drilled using a hand auger to depths of 10.4 and 13.5 feet below the ground surface, respectively. These borings were both completed on October 19, 2016. All borings were completed by PLI Systems of Hillsboro, Oregon. Details of the drilling and sampling procedures, as well as detailed logs of the materials encountered in the borings, are presented in Appendix A, Field Explorations. 3.2 Laboratory Testing Laboratory tests were performed on selected samples from the borings to determine basic index and engineering properties of the soils encountered. The laboratory testing program included moisture content analyses and Atterberg limits tests. Laboratory testing was performed in-house by Shannon& Wilson. All tests were performed in accordance with applicable ASTM International standard test procedures. Results of the laboratory tests and a brief description of the testing procedures are presented in Appendix B. 3.3 Existing Geotechnical Data A geotechnical study was performed in 1995 and 1996 for a new bridge for Tiedeman Avenue over Fanno Creek. Two boreholes were drilled for the proposed bridge. The foundation data sheet for this structure, including the geotechnical information from these two boreholes, is presented in Appendix C. 4.0 SUBSURFACE CONDITIONS The subsurface soils encountered at the site consist of alluvial deposits from the meandering Fanno Creek which overlay Fine-Grained Missoula Flood Deposits. GER—Tiedeman Ped Bridge 24-1-04083-004 3 4.1 Major Subsurface Units 4.1.1 Alluvial Deposits The alluvial deposits at the site consist of low to medium plasticity blue-gray silt with consistencies that range from medium stiff to stiff. The plasticity index value for the sample at 10 feet is 7 percent. The blow counts in the upper 14 feet have an average N60 of 6.8 blows per foot (bpf)with a median value of 6 bpf. The low value is 4 bpf. The depth of this unit, as determined in Borehole B-1, is 18 feet. 4.1.2 Fine-Grained Missoula Flood Deposits These soils were deposited during the massive Missoula flooding events. The energy of the flood waters dictated the particle sizes that settled out. This unit is stiff to hard blue-gray silt. The sample retrieved at 36 feet(elevation 118) in Borehole B-1 was logged as very stiff lean clay. The blow counts fall into two distinct groupings with three values that are 9, 10, and 10 bpf and two values that are 22 and 32 bpf. Based on the Foundation Data Sheet provided by OBEC, the nearby boreholes drilled for Tiedeman Avenue Bridge are 72 feet deep each and indicate soils consisting of silts and clays with blow counts ranging between 15 and 35 bpf below elevation 118 feet. The Foundation Data Sheet is provided in Appendix C. 4.2 Groundwater Groundwater was encountered during the drilling of B-1 at a depth of 8 feet below the ground surface (elevation 146.9 feet). Groundwater levels should be expected to fluctuate seasonally with changes in Fanno Creek. In general, we expect groundwater levels in this area to be at a seasonal high during the winter and late spring and at a seasonal low during the late summer and early fall. 5.0 SITE-SPECIFIC SEISMIC HAZARD EVALUATION 5.1 Ground Motion Parameters For engineering design, we followed the guidance provided in the ODOT GDM (October 2016). This requires bridges constructed west of Highway 97 to meet both the "Life Safety" criteria and the "Operational" criteria. The "Life Safety" criteria uses the latest USGS 2014 hazard maps and can be determined using the ODOT's web-based tools. GER—Tiedeman Ped Bridge 24-1-04083-004 4 Our evaluation, based on the subsurface conditions, indicates that the site is classified as Class D. Site Class D corresponds to a stiff soil profile with an average shear wave velocity between 600 and 1,200 feet per second or an average SPT blow count of less than 15 bpf in the upper 100 feet of soil computed using the guidelines presented in AASHTO 2016. The seismic parameters for the "Life Safety" criteria are presented in Table 1. The peak ground acceleration (PGA) at the ground surface will correspond with the value of AS, which is 0.358. TABLE 1: SEISMIC PARAMETERS FOR "LIFE SAFETY" CRITERIA Site Class D PGA (g) 0.269 Ss (g) 0.586 S 1 (g) 0.218 Fpga 1.331 Fa 1.331 Fv 2.165 As(Fpga*PGA) 0.358 SDS(Fa*Ss) 0.780 SDI (Fv*S1) 0.471 SDC C The "Operational" criteria is determined through the use of a web-based tool, which is supported by Portland State University (Dusicka et al., 2014). This tool uses the value of Vs30 instead of the site class to develop a deterministic acceleration response spectra for the full rupture event of the Cascadia Subduction Zone. We estimate that the Vs30 for the bridge site is 200 m/sec. The values for this response spectra are presented in Table 2. GER—Tiedeman Ped Bridge 24-1-04083-004 5 TABLE 2: "OPERATIONAL" CRITERIA RESPONSE SPECTRA Period T(sec) CSZ Sa(g) 0 0.1877 0.05 0.18986 0.1 0.26944 0.15 0.33283 0.2 0.37101 0.25 0.40252 0.3 0.43718 0.4 0.46904 0.5 0.44407 0.6 0.39692 0.7 0.36934 0.8 0.34772 1 0.2958 1.5 0.21483 2 0.16548 2.5 0.13508 3 0.11026 We evaluated earthquake-induced geologic hazards including liquefaction, lateral spreading, and liquefaction-induced settlement for the project site. Other geologic hazards such as ground faulting and seiche are unlikely to occur at the site. 5.1.1 Liquefaction Liquefaction is a phenomenon in which excess pore pressure of loose to medium dense, saturated, granular soils increases during ground shaking. The increase in excess pore pressure results in a reduction of soil shear strength and a potentially quicksand-like condition. Soil behavior under seismic loading is the primary factor in determining the susceptibility of a soil to liquefaction. Important factors in evaluating soil behavior are relative density,the fines content (percent of soil by weight smaller than 0.075 millimeter, passing the No. 200 GER—Tiedeman Ped Bridge 24-1-04083-004 6 sieve), and the plasticity characteristics of the fines. Relative density is estimated based on SPT values. We used the Atterberg limits test results to evaluate the index parameters of the soils at the site. The second major component of a liquefaction study is the design earthquake motions. The principal seismogenic source that contributes to the seismic hazard at the site is based on the proximity of the site to the CSZ and the absence of significant local crustal faults of late- Quaternary age or younger. Based on the USGS Interactive Deaggregations (2008), an earthquake magnitude of 9.0 is associated with the CSZ interface event. Therefore, we used a magnitude 9.0 earthquake for our liquefaction potential analysis. For this evaluation, SPT N-values from Boring B-1 were used. Factors of safety against liquefaction triggering were calculated in general accordance with the Youd et. al (2001), Cetin et al (2004), and Idriss and Boulanger(2006) methodologies for both the upper and lower ground motion levels. Idriss and Boulanger (2006) provide recommendations that the fine-grained soils with plasticity index greater than 7 would not be liquefiable. If the factor of safety is below 1.1, there is a potential for liquefaction. Based on an assumed groundwater elevation of 152 feet, laboratory testing, and our observations of the soil, the saturated low plasticity alluvium is potentially liquefiable in both 500-year and 1000-year design earthquakes (i.e. liquefaction may occur from a depth of approximately 3 feet bgs to 18 feet bgs). The zones of liquefaction indicated by our analysis are provided in Table 3. TABLE 3: ZONES OF LIQUEFACTION POTENTIAL Event: Serviceability(As=0.19g) 1,000-year(AS=0.36g) Elevation(feet) Elevation(feet) Boring From To From To B-1 151' 136' 1151' 136' 5.1.2 Liquefaction-Induced Settlement Settlement may occur in low plasticity soil that undergoes liquefaction and pore pressure development during ground shaking. The settlement is related to densification and rearrangement of particles during ground shaking, as well as volume change as the excess pore pressure dissipates after ground shaking. Seismic ground settlement may not occur uniformly over an area, and differential settlement could impact existing or proposed structures supported GER—Tiedeman Ped Bridge 24-1-04083-004 7 by liquefied soil. Consequently, damage to the bridge approach embankments (embankment deformations) may occur as a result of settlement. Our analyses indicate post-seismic settlements range between 3 to 6 inches for both the 500-year and 1000-year events, based on the soil profile at Boring B-1. As a 500-year "operational" guideline, ODOT requires that post-seismic deformation of a bridge approach embankment be less than 12 inches. The estimated liquefaction-induced settlement is less than the ODOT mitigation threshold of 12 inches. Therefore, no settlement mitigation is recommended. However, the settlement is expected to induce downdrag loads into the foundations. See Section 6.2.3 for further discussion regarding downdrag loads. 5.1.3 Liquefied Soil Residual Strength We estimated the shear strength of the liquefied soil using methods recommended in the ODOT GDM and other standard methods. These methods include Seed and Harder(1990), Olson and Stark (2002), Idriss and Boulanger(2007), and Kramer(2008). These methods base the liquefied soil shear strength on(Ni)60 or (N1)60-cs values. For our analysis, we estimated the residual shear strength by taking the average of the residual shear strengths determined using the four recommended methods. Our analysis indicates that the undrained shear strength of the liquefied fine-grained Missoula Flood Deposits is approximately 200 psf. 5.1.4 Lateral Spreading The reduction of soil shear strength due to liquefaction, combined with even relatively low static or dynamic shear stresses in a soil may cause significant permanent lateral ground deformations on gently sloping ground or on level ground adjacent to a"free face" (e.g., river, channel, or waterway). Based on our analysis, we anticipate that lateral spreading may not be a significant concern, although some localized ground displacement may occur toward the free face of the creek due to the liquefaction of the Alluvium deposit. A detailed post-seismic global stability analysis is presented in Section 5.2. 5.2 Creek Bank Seismic Slope Stability We performed a slope stability analysis to evaluate the potential slope instability with respect to a 2-foot-high embankment placed near the west bank of Fanno Creek on top of fill material. The stability analysis was performed at Cross Section A-A', as shown on Figure 2. The groundwater level used for the seismic hazard evaluations is typically the annual average creek elevation for the wettest 6-month period, which is lower than ordinary high water (typically high water elevation over a 2-year period). However, because the high water level GER—Tiedeman Ped Bridge 24-1-04083-004 8 rj over a 6-month period was not available, we used both the ordinary high water(OHW) elevation of 152 feet for seismic hazard evaluations and a water elevation of 147 feet, which corresponds to approximately 2 feet of water in the creek. The Spencer method was used to evaluate the slope stability with aid of the computer program SLOPE/W Version 8.0 (GeoStudio, 2012). We evaluated slope stability for the approach embankments on both sides of Fanno Creek considering static, seismic, and post-seismic scenarios. The results or our slope stability analysis indicate that the critical factor of safety occurred when the water level is at elevation 147 feet. The factor of safety is 2.0 and 2.1 for the static cases on the east and west side of the creek, respectively. For the seismic case the factor of safety is 1.3 and 1.2 for the east and west sides of the creek, and for the post seismic (liquefied) case the factor of safety is 1.1 on both sides of the creek. The results of the slope stability analysis are shown in Figure 3, Bridge Approach Embankment Slope Stability Analysis. 5.3 Other Seismic Hazards The expected seismic hazards at the project site are primarily ground shaking and liquefaction. Based on our evaluations, seismic hazards such as fault rupture, tsunami, and seiche are not present or are unlikely at this site. 6.0 BRIDGE FOUNDATION DESIGN RECOMMENDATIONS 6.1 Bridge Foundation Design Alternatives The selection of an appropriate foundation system for the proposed Tiedeman Pedestrian Bridge is dependent upon several factors, including foundation resistances,tolerance to total and differential settlement resulting from static loads, and construction considerations. Based on the subsurface conditions and bridge design loads, we consider a deep foundation system consisting of pin piles, driven piles or micropiles to be the most appropriate foundation type to support bridge abutments. The comparison of the three foundation alternatives for the bridge abutments are presented in Table 4. GER—Tiedeman Ped Bridge 24-1-04083-004 9 TABLE 4: EVALUATION OF BRIDGE FOUNDATION ALTERNATIVES Foundation Description Advantages Disadvantages 6-inch O.D. Closed-ended • Can be installed in restricted • Construction vibration and noise. Driven Pin pipe piles access areas using smaller • Relatively low pile bearing resistance Piles driven into equipment than required for compared to conventional driven piles. stiff to very conventional driven piles. • Low lateral resistance. stiff silt and • Relatively economical compared • Relatively long installation time compared to clay,about to micropiles. conventional piles. 30 to 35 ft • More economical compared to • Methods for predicting capacity during bgs driven piles for very lightly installation are less reliable than for loaded structures. conventional driven piles. • Typically requires static load testing to verify pile capacity or use of high factor of safety. • Work performed by limited number of specialty contractors,resulting in increased bid and construction risk. 12.75-inch Closed-ended • Relatively high pile bearing • Construction vibration and noise. O.D. pipe piles resistance and lateral load • Can be more expensive than pin piles for Driven driven into resistance. lightly loaded structures. stiff to very • Conventional deep foundation Steel Pipe stiff silt and used in bridge foundation Piles clay,about construction. 30 to 35 ft • Relatively economical compared bgs to micropiles and pin piles for moderate loading conditions. Relatively short installation duration compared to other alternatives. 8-inch Dia. Micropiles • Can be installed in restricted • Low lateral resistance. Drilled drilled into access areas using smaller • Relatively long installation time compared to Micropiles stiff to very equipment than required for conventional piles. stiff silt and conventional driven piles. • Typically requires static load testing to verify clay,at 30 to • Less construction vibration and capacity or high factor of safety. 35 ft bgs noise than other construction • Work performed by limited number of techniques. specialty contractors,resulting in increased bid and construction risk. Based on the above evaluation and comparison, in our opinion, the conventional 12.75-inch- diameter driven steel pipe piles are the preferred alternative to support the bridge due to required axial loads at each bent, reduced bid and construction risk, and relatively short installation duration. Our preliminary recommendations for pile design and installation are included in the following sections. GER—Tiedeman Ped Bridge 24-1-04083-004 10 6.2 Preliminary Driven Pipe Pile Foundation Recommendations 6.2.1 General The following sections provide our recommendations for axial and lateral resistance of driven steel pipe piles at Bents 1 and 2. Based on observed subsurface conditions and preliminary loads estimates of 132 kips per bent for the Strength Limit State I or 66 kips per pile assuming two piles per bent, we evaluated closed-ended steel pipe piles with an outside diameter of 12.75 inches and a 0.375-inch wall thickness. Based on information from OBEC, we understand that the pile cap is approximately 3 feet tall. The elevation at the base of northeast pile cap is elevation 151.7 feet, and the elevation at the base of the southwest pile cap is elevation 152.12 feet. 6.2.2 Pile Axial Compressive Resistance We recommend that the steel pipe piles conform to the requirements of ASTM A252 Grade 3 specification for steel piles. Mill certification should be provided by the supplier. We expect that the compressive resistance of the driven pile will consist mostly of skin friction. We recommend the piles be driven closed-ended to create full displacement and to increase pile driving resistance. All portions of pile design and construction should meet the requirements of Oregon Standard Specification for Construction (OSSC, 2015), Section 00520, and project special provisions. The estimated nominal pile compressive resistances for the recommended pile sections for 12.75-inch-diameter pipe piles are presented on the Estimated Axial Pile Resistance charts, Figure 4. Where wave equation analysis methods are used for pile compressive resistance estimates, we recommend that a resistance factor of 0.50 be applied to the nominal compressive resistance to evaluate the strength limit state capacity of the piles. If Pile Driving Analyzer (PDA) Testing and Case Pile Wave Analysis Program(CAPWAP) will be performed for this project, a resistance factor of 0.65 may be used. The estimated settlement is less than 1 inch at the maximum loads applied to the pile under the strength limit state loading. Therefore,the nominal resistance may be considered the nominal service limit state resistance as well. We recommend a resistance factor of 1.0 be applied to the nominal resistance for the service limit state and extreme event limit state evaluations. GER—Tiedeman Ped Bridge 24-1-04083-004 11 TABLE 5: PILE LENGTH AND COMPRESSIVE RESISTANCE Estimated Factored Compressive Resistance(kips) Steel Pipe Pile Pile Estimated Tip Strength Limit Type Length1 Elevation Strength Limit Extreme (feet) (feet) (using Wave Equation) (with PDA Event Limit testing) PP 12.750.375 42 112 72.5 94.5 47 'Estimated driven pile length,taken as the distance between existing ground surface and estimated pile tip elevation,is assumed to be f 5 ft of the table value. As shown on Table 5, the pile factored resistances can be increased significantly if pile PDA testing and CAPWAP analyses are performed, due to using a higher pile resistance factor of 0.65 instead of 0.50. The estimated axial resistance assumes the piles are spaced at least 2.5 pile diameters apart, measured center-to-center. Based on this assumption, the pile group effects are not considered. If, during final design, the pile spacing is reduced, the appropriate pile efficiency factor must be established and applied, as recommended by the AASHTO LRFD. The pile geotechnical resistances under strength, service, and extreme limit state should not be greater than the pile structural resistance. The structural engineer should evaluate the pile structural resistance in accordance with Section 6.0 in the 7th edition of the AASHTO LRFD Bridge Design Specifications (2016. In addition, due to potential liquefaction and seismic downdrag load, we recommend that the piles should be driven to a minimum tip elevation of 119 feet (approximately 33 feet below the bottom of the pile caps). 6.2.3 Driven Pile Downdrag Loads Based on post-liquefaction settlement analysis, the driven piles at both bents will experience seismic downdrag loads. We estimate the seismic downdrag force will be on the order of 20 kips per pile for the 12.75-inch-diameter pipe piles. A load factor of 1.0 is recommended to be applied to this seismic downdrag force. 6.2.4 Pile Lateral Resistance The pile foundations will be subjected to lateral loads resulting from live loads, wind, and earthquake loading. Laterally loaded pile analyses may be performed with the aid of the LPILE computer program developed by Ensoft, Inc. Geotechnical input parameters for the LPILE computer program for each bent are provided in Tables 6 and 7 for the static/seismic and post- seismic (liquefied) conditions, respectively. Groundwater is assumed to be at 3 feet bgs. GER—Tiedeman Ped Bridge 24-1-04083-004 12 The estimated lateral resistance parameters presented in Tables 6 and 7 are recommended for driven piles with center-to-center spacing greater than five pile diameters (51)) and in a single row. Based on this assumption,the pile group effects are not considered. If pile spacing is less than 5D or multiple rows of piles are required, the appropriate P-Multiplier must be established and applied, as recommended by the AASHTO LRFD. TABLE 6: STATIC/PSEUDO-STATIC LPILE GEOTECHNICAL INPUT PARAMETERS FOR DRIVEN PILE BRIDGE FOUNDATIONS Approximate Elevation'(feet) Soil Soil Effective Strain Undrained Boring Upper Lower Description p y Model Unit Weight Factor Cohesion Bound Bound (Pcf)Z C50 (Psfl' Silt Stiff Clay w/o 110 154 136 (Flood Deposits) Free Water (47.6 below 0.01 800 (Reese) El. 15 1) Silt Stiff Clay w/o B-1 136 120 (Flood Deposits) Free Water 52.6 0.008 1,200 (Reese) Silt and Clay Stiff Clay w/o 120 112 (Flood Deposits) Free Water 57.6 0.005 2,900 (Reese) Based on existing ground surface elevation 2pcf=pounds per cubic foot 3psf=pounds per square foot GER—Tiedeman Ped Bridge 24-1-04083-004 13 TABLE 7: POST SEISMIC LPILE GEOTECHNICAL INPUT PARAMETERS FOR BRIDGE FOUNDATIONS Approximate Elevation'(feet) Soil Soil Effective Strain Undrained Boring Model Unit Wei Upper Lower Description P Y ht Factor Cohesion g Bound Bound (Pcf)z C50 (Psf)3 Silt Stiff Clay w/o 154 151Free Water 110 0.01 800 (Flood Deposits (Reese) Silt Soft Clay 151 136 (Flood Deposits) (Matlock) 47.6 0.05 200 B-1 Silt Stiff Clay w/o 136 120 (Flood Deposits) Free Water 52.6 0.008 1,200 (Reese) Silt and Clay Stiff Clay w/o 120 112Free Water 57.6 0.005 2,900 (Flood Deposits) (Reese) 'Based on existing ground surface elevation 2pcf=pounds per cubic foot 3psf=pounds per square foot 6.2.5 Pile Driving Criteria As previously stated, we recommend that pile driving and installation of piles should follow OSSC (2015), Section 00520. If splicing pile lengths in the leads is necessary to install the piles, then splicing locations should be approved by the structural engineer. All pile splices should be made according to OSSC and procedures for piling with lateral and tension loading conditions. Also, the piles should be driven no closer together than three pile diameters, measured from center to center and within 6 inches of locations shown on the plans. The pile driving alignment tolerance should follow the OSSC (2015). The piles should be driven with an impact hammer, such as a single or double acting air, steam, or diesel hammer. Selection of the pile driving hammer, to drive the pile to the required nominal resistance, should be determined based on minimum hammer energy as required by OSSC Section 00520. The piles should be driven to both a minimum"last set" and to a minimum pile length as presented to obtain the required resistance. If the "last set" is reached before the minimum embedment, driving should continue until the minimum embedment is reached. If driving must be terminated before the minimum embedment is reached because driving stresses are greater than 0.9 Fy (yield strength of the steel pile), or to prevent other damage to the pile or hammer, the GER—Tiedeman Ped Bridge 24-1-04083-004 14 driving records should be reviewed by a professional geotechnical engineer to evaluate both compressive and lateral capacities of the pile. Prior to construction, pile driving criteria, including final blow count, should be established for the specific pile-driving equipment proposed for use. The hammer selected by the contractor should be capable of achieving the required nominal resistance at a blow count between 2 and 10 blows per inch. If a resistance factor of 0.50 is used in design,the final blow count established using Wave Equation Analysis may be used to verify the pile capacity. If PDA Testing and CAPWAP analysis are performed, we recommend that the pre-construction Wave Equation Analysis Program (WEAP) be used to verify that the hammer is in the appropriate size range and the final blow count criteria be established. If PDA testing and CAPWAP analysis are performed for this project, a minimum of one pile should be tested at each bent. Each pile should be tested during restrike,performed, at a minimum, 72 hours after initial drive. Table 8 presents the recommended WEAP input parameters for the pre-construction wave equation analysis. TABLE 8: RECOMMENDED INPUT PARAMETERS FOR WEAP ANALYSIS Estimated Quake(in) Damping(s/ft) Friction Percent Skin Room Pile Section Driven Length Distribution Shape Friction(%) (kips) (feet) Skin Toe Skin Toe See PP 12.75x0.375 42 0.10 0.213 0.05 0.15 Triangular 90 Table 4 *AASHTO LRFD recommendations indicate that R.should be equal to factored design load divided by a resistance factor of 0.5 when WEAP analysis is used. During pile driving, a continuous record of pile driving resistance (bpf) should be maintained for the full length of each pile driven, as well as other pertinent information, including observed hammer performance. If an open-end diesel hammer and dynamic testing is not performed to test the piles, we recommend a Saximeter" be used during pile driving to determine an actual stroke height and the pile hammer energy. We recommend that pile driving be monitored by an engineering staff representative, under the guidance of a qualified professional engineer, in order to evaluate the suitability of each pile driven. If the pile does not achieve the required blow count at the estimated tip elevation during initial drive, we recommend that pile driving be suspended and that a 72 hour restrike be performed after soils have regained strength. Based upon our engineering evaluations, we developed preliminary conclusions and recommendations for the proposed bridge. To limit risks of static settlement and to mitigate GER—Tiedeman Ped Bridge 24-1-04083-004 15 liquefaction-induced settlement and liquefaction-induced slope instability, we recommend that the bridges be supported on driven pipe into the Fine-Grained Missoula Flood Deposits to depths greater than 15 feet below the base of the liquefiable layer(elevation 121 feet). 7.0 CANTILEVER RETAINING WALLS 7.1.1 Cantilever Retaining Wall Design Recommendations 7.1.1.1 General The project includes construction of an approximately 3-to 4-foot-high retaining wall at the start of the project alignment near Station 3+00 where the trail encroaches on the alignment. The lateral pressures against the cantilever retaining walls depend upon many factors, including method of backfill placement and degree of compaction, backfill slope, surcharge loads, the type of backfill soil and/or adjacent native soil, drainage provisions, and whether or not the wall could yield laterally after or during placement of backfill. If the wall is free to yield at the top an amount equal to approximately 0.001 times the height of the wall,then active earth pressures would be mobilized. If movement is not allowed because of stiffness or resistance of the wall, the wall should be designed for at-rest earth pressures. For design purposes, we have assumed that a subdrainage system will be installed to prevent hydrostatic pressure from developing behind the walls. Also, we assumed that the backfill behind the walls is flat. 7.1.1.2 Lateral Earth Pressures Based upon the structural design information and the above assumptions, the lateral earth pressures on the walls were developed in general accordance with the ODOT GDM and AASHTO LRFD (2016). The static lateral earth pressure acting on walls consists of two components: static earth pressure and static surcharge pressure. The seismic lateral earth pressure on walls consists of three components: static earth pressure, static surcharge pressure, and seismic earth pressure. A horizontal acceleration coefficient, kh, equal to the site peak ground acceleration (Fpga x PGA), AS, was used to determine the seismic earth pressure for non- yielding walls. A kh equal to %2 of AS was used to determine the seismic earth pressure for yielding walls, where 1 to 2 inches of lateral deformation is acceptable. The distributions of these lateral pressures are shown in Figure 5. 7.1.1.3 Backfill Material and Compaction The wall backfill material should use the standard ODOT granular wall backfill (Section 00510.12) or base aggregate (Section 02630.10) specified in the OSSC (2015). Heavy GER—Tiedeman Ped Bridge 24-1-04083-004 16 S' compaction equipment should not be allowed closer than five feet to the retaining wall to prevent high lateral earth pressures and causing wall yielding and/or damage. 7.1.1.4 Subdrainage Suitable drainage for walls can be provided by granular backfill material and a wall base subdrain system consisting of a 6-inch-diameter perforated or slotted drain pipe wrapped in an envelope of filter material at least 12 inches thick confined by a separation geotextile. The filter material is specified in Section 02610.10(a) of the OSSC (2015). The subdrain should be above the typical groundwater level and convey any collected seepage to the end of the wall and daylight at low spots below the wall elevation. 7.1.1.5 Bearing Resistance and Settlement We recommend a minimum embedment of at least 24 inches below the lowest grade in front of the wall in accordance with the ODOT GDM (2016b) Section 15.3.23. The bearing resistance was calculated using the guidance provided in AASHTO (2016) Section 10.6.3.1 and the ODOT GDM. The strength and extreme event limit state bearing resistances are obtained by selecting appropriate soil strength parameters and computing a nominal bearing pressure at which shear failure of the bearing soil would likely occur. The nominal bearing resistance multiplied by the appropriate resistance factor gives the factored bearing resistance. The factored bearing resistances for service, strength, and extreme event limit states for the wall are 2,000, 3,000, and 5,000 psf, respectively. Our analysis assumes that up to 1 inch of settlement is acceptable for the service limit state We recommend that the wall designer check the bearing for both the Strength Limit State and Extreme Event Limit States and use a resistance factor of 0.65 and 1.0, respectively, based on AASHTO (2016) Table 10.5.5.2.2-1. 7.1.1.6 Lateral Resistances The coefficient of sliding friction at the base of the soil mass shall be determined using the friction angle of the foundation soil. The foundation soil friction angle is assumed to be 30 degrees from the SPT N-values and soil classification. A resistance factor of 0.85 should be used when determining sliding resistance at the Strength Limit state, based on AASHTO (2016) Table 10.5.5.2.2-1. GER—Tiedeman Ped Bridge 24-1-04083-004 17 8.0 GEOTECHNICAL CONSTRUCTION CONSIDERATIONS 8.1 General The primary construction issue for the bridge is related to installation of the bridge foundations and trail. The construction considerations discussed herein are primarily related to site earthwork. 8.2 Site Preparation and Excavation Site preparation will include the following: (1) clearing and grubbing; (2) removal of existing structures and underground utilities; and (3) subgrade preparation and excavation. These construction activities should generally be accomplished in accordance with OSSC Section 00300. 8.3 Cut-and-Fill Slopes We recommend permanent cut-and-fill slopes be no steeper than 3H:IV (Horizontal:Vertical). Temporary cut slopes are typically the responsibility of the contractor and should comply with applicable local, state, and federal safety regulations, including the current OSHA Excavation and Trench Safety Standards. For planning purposes, we suggest that temporary construction slopes be made at 1H:1V or flatter. 8.4 Excavation and Groundwater Control Groundwater was encountered at a depth of 8 feet below the ground surface at the time of our exploration. We anticipate that it will be higher in the late fall and winter. For driven pipe piles, we anticipate excavation depths of to be on the order of 2 to 3 feet. We anticipate that groundwater, if even encountered, in the excavation for the pile cap can be controlled using strategically located sumps. Dewatering should be the responsibility of the contractor. Any water collected during dewatering should be treated and disposed of in a manner meeting local, state, and federal environmental regulations and requirements. 8.5 Structural Fill We understand that site structural fills will be primarily limited to the bridge approaches and construction of the path connecting the bridge to the existing trails. ODOT Stone Embankment Material (OSSC, Section 00330.16) may be used for the approach fills. If the work is performed GER—Tiedeman Ped Bridge 24-1-04083-004 18 during a period of extended dry weather, borrow material (OSSC, Section 0330.12)may be used for approach fill construction. Careful observation and quality control during construction is required to reduce the potential for settlements, if the approach fills are constructed with borrow material. Important aspects of embankment construction include the following: maintaining proper lift thicknesses, controlling soil moisture within the optimum range, and providing the appropriate type and method of compactive effort. Our experience suggests that inappropriate compaction and fill placement of cohesive borrow material often results in additional settlement after the first one or two wet seasons. Placement of the fill material and compaction should follow the OSSC requirements. Unless otherwise noted in this report, structural fill should be compacted to 92 percent of maximum dry density as determined based on ASTM D 15 57 (modified proctor). 9.0 LIMITATIONS The analyses, conclusions, and recommendations contained in this report are based on site conditions as they presently exist, and further assume that the explorations are representative of the subsurface conditions throughout the site;that is, the subsurface conditions everywhere are not significantly different from those disclosed by the explorations. If subsurface conditions differ from those encountered in the explorations are observed or appear to be present during construction, we should be advised at once so that we can review these conditions and reconsider our recommendations, where necessary. If there is a substantial lapse of time between the submission of this report and the start of construction at the site, or if conditions have changed because of natural forces or construction operations at or adjacent to the site, we recommend that we review our report to determine the applicability of the conclusions and recommendations. Within the limitations of scope, schedule, and budget, the analyses, conclusions, and recommendations presented in this report were prepared in accordance with generally accepted professional geotechnical engineering principles and practice in this area at the time this report was prepared. We make no other warranty, either express or implied. These conclusions and recommendations were based on our understanding of the project as described in this report and the site conditions as observed at the time of our explorations. Unanticipated soil conditions are commonly encountered and cannot be fully determined by merely taking soil samples from test borings. Such unexpected conditions frequently require that additional expenditures be made to attain a properly constructed project. Therefore, some contingency fund is recommended to accommodate such potential extra costs. GER—Tiedeman Ped Bridge 24-1-04083-004 19 This report was prepared for the exclusive use of the OBEC in the design of the Realignment of the Fanno Creek Trail at Tiedeman Avenue. The data and report should be provided to the contractors for their information, but our report, conclusions, and interpretations should not be construed as a warranty of subsurface conditions included in this report. The scope of our present work did not include environmental assessments or evaluations regarding the presence or absence of wetlands, or hazardous or toxic substances in the soil, surface water, groundwater, or air, on or below or around this site, or for the evaluation or disposal of contaminated soils or groundwater should any be encountered. Shannon & Wilson, Inc. has prepared and included in Appendix D, "Important Information About Your Geotechnical/Environmental Report,"to assist you and others in understanding the use and limitations of our reports. Sincerely, SHANNON & WILSON, INC. 0 PR�,��, 1� ��Gtrdlr� . iSj 7 E N t., Ar' RLn Exp; L . �7 'Ile� "'tom Elliott Mecham, PE Rishen ark" Piao, PE, GE Associate I Engineer Vice President I Geotechnical Engineer SMM:ECM:RPP/aeb:hrj:clv GER—Tiedeman Ped Bridge 24-1-04083-004 20 10.0 REFERENCES AASHTO LRFD Bridge Design Specifications, Customary U.S. Units, 7th Edition, with 2016 Interim Revisions Cetin, K. O.; Seed, R. B.; Der Kiureghian,Armen; and others, 2004, Standard penetration test- based probabilistic and deterministic assessment of seismic soil liquefaction potential: Journal of Geotechnical and Geoenvironmental Engineering, v. 130, no. 12, p. 1314- 1340. Dusicka, P., 2014, Acceleration Response Spectra Web Program, Portland State University website, accessed 05, January, 2017: http://csz.cee.pdx.edu/ GeoStudio 2012 version 8.12.2.7663, Developed by GEO-SLOPE International, Ltd., 2013. Idriss, I. M. and Boulanger, R. W., 2006, Semi-empirical procedures for evaluating liquefaction potential during earthquakes: Soil Dynamics and Earthquake Engineering, v. 26, no. 2-4, p. 115-130. Idriss, l. M. and Boulanger, R. W., 2007, Residual shear strength of liquefied soils, in Modernization and optimization of existing dams and reservoirs, 27th Annual USSD Conference, Philadelphia, Penn., 2007, Proceedings: Denver, Colo., U. S. Society on Dams,p. 621-634. Kramer, S. L., 2008. Evaluation of Liquefaction Hazards in Washington State, Washington State Department of Transportation, Report WA-RD 668.1. Oregon Department of Transportation(ODOT), 2014, Design Response Spectrum Program, accessed 05, January, 2017: https://www.oregon.gov/ODOT/HWY/BRIDGE/Pages/seismic.aspx Oregon Department of Transportation(ODOT), December 2016, Geotechnical Design Manual: Salem, Oregon., 4 v., available: http://www.oregon.gov/ODOT/HWY/GEOENV IRONMENTAL/pages/geotechnical_desi gn_manual.aspx. Olson, S. M. and Stark, T. D., 2002, Liquefied strength ratio from liquefaction flow failure case histories: Canadian Geotechnical Journal, v. 39, no. 3, p. 629-647. Oregon Standard Specifications for Construction (OSSC), 2015. Seed, R. B. and Harder, L. F., 1990, SPT-based analysis of cyclic pore pressure generation and undrained residual strength, in Duncan, J. M., ed., H. Bolton Seed, memorial symposium proceedings, May 1990: Vancouver, Canada, BiTech Publishers, Inc., v. 2, p. 351-376. Tokimatsu, K. and Seed, H.B., 1987. "Evaluation of Settlement in Sands Due to Earthquake Shaking." ASCE Journal of Geotechnical Engineering, Vol. 113,No. 8, August 1987. GER—Tiedeman Ped Bridge 24-1-04083-004 21 United States Geological Survey, 2008, Interactive Deaggregation, accessed 05, January 2017, from USGS Custom Mapping and Analysis Tools Website: http://earthquake.usgs.gov/research/hazmaps/interactive/index.php Youd, T. L.; Idriss, l. M.; Andrus, R. D.; and others, 2001, Liquefaction resistance of soils: summary report from the 1996 NCEER and 1998 NCEER/NSF workshops on evaluation of liquefaction resistance of soils: Journal of Geotechnical and Geoenvironmental Engineering, v. 127, no. 10,p. 817-833. GER—Tiedeman Ped Bridge 24-1-04083-004 22 r xent �{ Washington T ,t Adel Site Location K�. "r'cr�hi r�'ltan 1 Idaho LJ—C- 7'� alifornia Nevada r _ Ss'u 17c,t1it F�.rl aG7 51 � ,�� 'M�. ;r SITE Liv LOCATION �o FetiwH'rt `'r1 r r t ,� � ,I,• Ii,i.3 k= o t Cha!t�s F. y � Tx�ard N I l gdril M t. c r a x = Sources: Esri, HERE,DeLorme,Intermap, increment P Corp.,GEBCO, ' ij USGS, FAO,NPS, NRCAN,GeoBase,�I,GN, Kadaster NL,Ordrwance Survey; Esri Japan, METI, Esri China(Hong Kong),swisstopo,K r rlt; , - Mapmylndia,©OpenStreetMap contributors, and the GIS User Community (D 0 0.125 0.25 0.5 Tiedeman Re-Alignment E of Fanno Greenway Trail �� Scale in Miles Tigard, Oregon 0 3t 4 VICINITY MAP a` March 2017 24-1-04083-004 E ca SHANNON OWILSON,INC. FIG. 1 LL� 6EOTE LN NILAL AND ENVIPON MENTAL DON9tILTANT9 L a i f HA-2 HA-1 � Rt proposed Alignment 44 bi a' fj/fff a � r ., sr 61 E eLEGEND 0 25 50 100 Tiedeman Re-Alignment B-1 of Fanno Greenway Trail 11 Designation and Location of Boring HA-1 O Designation and Location of Hand Auger Scale in Feet Tigard,Oregon Approximate Location of Proposed Bridge A A' Nor=s SITE AND EXPLORATION PLAN e Location and Designation of Slope Stability Analysis 1. Existing features,contours.and all exploration locations from drawing 0360-0016.00EAgn,provided by OBEC on November 21,2016. Proposed features from drawing 36016_ddl.dgn, March 2017 24-1-04083-004 Eprovided by OBEC on December 23,2016. SHANNON&WILSON„INC. FIG.2 j3 2. See report text for discussion of slope stability analysis. „o„ SOIL PROPERTIES Static and Seismic Post-seismic Unit Weight, Soil Unit Friction (Pcfl Cohesion, Angle Undrained Shear c(psf) (deg) Strenght(psf) Embankment Fill 120 N/A 36 N/A Alluvium 110 50 28 200 Catastrophic Flood Deposit:Fine-grained 115 50 30 N/A Facies A A• 155 FILL . 155 150 150 LL o � s o 145 . y;i� ���yi 145 a tf- r W 140 ALLUVIUM ` -'ri ' 140 4 E x 135 135 a 130 CATASTROPHIC FLOOD DEPOSIT:FINE-GRAINE6 FACIES 130 m 125 125 a -80 -70 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 60 N Distance in feet E r Factor of Safety a ID Case oLeft Side Right Side Tiedeman Re-Alignment e of Fanno Greenway Trail Static 2.0 2.1 Tigard,Oregon NOTES Zone of liquefaction 1. Ground surface elevations from drawing 0360-0016.dgn, g --- Seismic 1.2 1.3 provided by OBEC on November 18,2016. BRIDGE APPROACH EMBANKMENT Q 2. Profile generalized from materials observed in borings and SLOPE STABILITY ANALYSIS v ------ Post Seismic 1.1 1.1 reported on boring logs by others. Variations may exist between profile and actual conditions. See Appendix A for March 2017 24-1-04083-004 complete boring logs and explanations of symbols. SHANNON&WILSON,INC. 3. See Figure 2 for profile location. cemea,m-iemEnvi.nmenw-A...nlg I FIG.3 3110/2017-Tiedeman Ped Bridge Pile Capacity-,cohesive mfc/hjs ASSUMED SUBSURFACE STRENGTH LIMIT EXTREME EVENT LIMIT PROFILE NOMINAL RESISTANCE(tons) NOMINAL RESISTANCE(tons) Based on Nearby Explorations: B-1 S 0 10 20 30 40 50 60 70 80 0 10 20 30 40 50 60 70 80 0 0 01 Stiff,Silt(ML) —Unfactored Side —Unfactored Side t � ----Unfactored Base ---•Unfactored Base 5.3' \ j III Factored Tota(Compression)I —Factored Total(Compression) " 1 ----- Factored Tota(Uplift) actor I y -----Fed Total(Uplift) Medium stiff,Silt ML 10 I — ----- --- 10 -- - 1 \ 1 dy Add Downdrag Loads to Other 1 '( \ v m Foundation Loads 14' \\ 1 li _ ] (see Extreme Event Limit Note 2) d F \\ t ! v Stiff to hard,Silt with Gravel 1 ! = m H to Silt with Sand(ML) Lu wo 20 _�.. 1 _` -- _. __--...I.. I. O 20 22 F I F 1 I Stiff,Silt(ML) 1 1 1 \ 1 Very stiff,Lean Clay(CL) ♦ \ ♦ \ Bottom of Boring at 37.5 feet40 40 1 LL\ IN, STRENGTH LIMIT NOTES: EXTREME EVENT LIMIT NOTES: 1.Recommended resistance factors are 0.65 and 0.65 for side and base 1.Recommended resistance factors are 1.0 and 1.0 for side and base resistance, resistance,respectively.See general note 3 below. respectively. 2.Pile uplift rapacity can be estimated by using the unfactored side 2.Unfactored tlowndrag force is estimated to be 10 tons. Per the ODOT GDM,a load factor resistance shown above and a recommended resistance factor of 0.35. of 1 is recommended to determine factored downdrag force. Downdrag force is recommended to be applied with post-earthquake loading. GENERAL NOTES Tiedeman Pedestrian Bridge 1.The analyses were performed based on guidelines included in the COOT Geotechnical Design Manual(GDM)and local experience. The analyses are based on a SW Tiedeman Avenue single pile and do not consider group action of closely spaced piles(closer than 2.5 diameters,center to center). Washington County 2.Factored total pile resistance shown on plots is determined by adding its unfactored side and base resistances multiplied by the appropriate resistance factors as noted above. ESTIMATED AXIAL PILE RESISTANCE FOR 3.Recommended resistance factors for the strength limit state assume PDA testing will be performed as specified by the Engineer. 'I 2.75•INCH DRIVEN PILE 4.Estimated capacities assume that the piles will be installed after construction of the approach embankments.Downdrag loads due to potential fill embankment March 2017 24-1-04083 settlement have not been included. SHANNON&WILSON,INC. FIG.4 5.Potential soil liquefaction was not considered below a depth of 18 feel tlue to increasing plasticity of the soil. Gaotecnnical ane Ermroamental consultants SURCHARGE,q FTI/i �1 TOTAL LATERAL EQUIVALENT FLUID PRESSURES JH ed graqu�ar ilmatetia SOIL BACKFILL SURCHARGE SEISMIC BACKFILL COMPONENT COMPONENT COMPONENT YIELDING WALL SOIL COMPONENT NON-YIELDING WALL SOIL COMPONENT R=(33H x 2)lbs/ft wall P,=(58H x 2)lbs/ft wall RESULTANT FORCE(P) Y3H �H 0 0 31 3H' I 51 8H' I L a YIELDING WALL SURCHARGE COMPONENT NON-YIELDING WALL SURCHARGE COMPONENT o P =0.25gH lbs/ft wall P,=0.44gH lbs/ft wall N O M RESULTANT FORCE(P) RESULTANT FORCE(P) m 0 m Y2 Y2 3 a N N y 10.2581 10.44ql 9D YIELDING SEISMIC BACKFILL COMPONENT NON-YIELDING SEISMIC BACKFILL COMPONENT J I76 >- 11 7H I Pr=(17H x 2)lbs/ft wall m Pr =( 39H x 2) lbs/ft wall O RESULTANT FORCE(P,) RESULTANT FORCE(P) r a m 0.6H 0.6H zz a V_ W W 0 NOTES Tiedeman Re-Alignment of Fanno Greenway co 1. Units are pounds per square Trail Pedestrian Bridge and Trail Design foot(psf). Tigard, Oregon CD 0 2. Backfill unit weight of 130 pcf. C, 3. Backfill friction angle is 34 deg. LATERAL EARTH PRESSURE 5�<- 4. Wall backfill is assumed to be drained DISTRIBUTION FOR a granular backfill material. RETAINING WALL 4 5. Seismic pressures provided for peak ground LL accelerations associated with the "Life Safety March 2017 24-1-04083-004 W Criteria". SHANNON & WILSON, INC. FIG. 5 Geotechnical and Environmental Consultants LL APPENDIX A FIELD EXPLORATIONS 24-1-04083-004 TABLE OF CONTENTS A.1 GENERAL...........................................................................................................................I A.2 DRILLING...........................................................................................................................1 A.3 SAMPLING.........................................................................................................................I A.4 MATERIAL DESCRIPTIONS............................................................................................2 A.5 BORING LOGS...................................................................................................................2 A.6 BOREHOLE ABANDONMENT........................................................................................2 FIGURES (or FIGURE) Figure Al Soil Description and Log Key Figure A2 Log of Boring B-1 Figure A3 Log of Boring HA-1 Figure A4 Log of Boring HA-2 A-i 24-1-04083-004 APPENDIX A FIELD EXPLORATIONS A.1 GENERAL Shannon& Wilson explored the subsurface conditions at the project site with three geotechnical borings, B-1, HA-1, and HA-2. The locations of these boreholes are shown in Figure 2 of the main report. Boring B-1 was drilled with a tight access dolly-mounted Beaver drill rig. This portable rig allowed the Standard Penetration Test(SPT) and was able to advance that borehole to a depth of 37.5 feet. The boreholes HA-I and HA-2 were performed using a hand auger, which is a human operated digging tool. This method allows for visual classification of the soils but does not allow for in situ SPTs. These boreholes penetrated 10.4 feet and 13.5 feet below the ground surface,respectively. A.2 DRILLING Borings B-1, HA-1, and HA-2 were drilled on October 19, 2016, by PLI Systems, Inc., of Hillsboro, Oregon. They provided and operated a dolly-mounted Beaver drill rig. Hollow Stem Auger drilling techniques were used to advance B-1. A qualified Shannon& Wilson staff member observed the exploratory drilling, collected samples, and logged the material encountered in the borings. A member of Shannon& Wilson's engineering staff used a hand auger to advance explorations HA-1 and HA-2. A.3 SAMPLING Disturbed samples were collected in Borehole B-1 at either at 2- or 4-foot depth intervals, using a standard 2-inch outside diameter(O.D.) split spoon sampler in conjunction with Standard Penetration Testing. Ina Standard Penetration Test(SPT), ASTM D1586, the sampler is driven 18 inches into the soil using a 140-pound hammer dropped 30 inches. The number of blows required to drive the sampler the last 12 inches is defined as the standard penetration resistance, or N-value. The SPT N-value provides a measure of in situ relative density of cohesionless soils (silt, sand, and gravel) and the consistency of cohesive soils (silt and clay). All disturbed samples were visually identified and described in the field, sealed to retain moisture, and returned to our laboratory for additional examination and testing. SPT N-values can be significantly affected by several factors, including the efficiency of the hammer used. The hammer type used by PLI Systems was a cathead which is standardly A-I 24-1-04083-004 correlated with an energy of 60 percent. All N-values presented in this report are in blows per foot, as counted in the field. No corrections of any kind have been applied. A.4 MATERIAL DESCRIPTIONS Soil samples were described and identified visually in the field in general accordance with ASTM D2488, Standard Practice for Description and Identification of Soils (Visual-Manual Procedure). The specific terminology used is defined in the Soil Description and Log Key, Figure Al. Consistency, color, relative moisture, degree of plasticity,peculiar odors, and other distinguishing characteristics of the samples were noted by an on-site representative of Shannon & Wilson who also completed a field log of each boring. A.5 BORING LOGS Logs of each boring were created in gINT and are presented in Figures A2 through A4. Material descriptions and interfaces on the logs are interpretive, and actual changes may be gradual. A.6 BOREHOLE ABANDONMENT All borings were backfilled with bentonite chips in accordance with Oregon Water Resource Department regulations. A-2 24-1-04083-004 PARTICLE SIZE DEFINITIONS DESCRIPTION SIEVE NUMBER AND/OR APPROXIMATE SIZE Shannon & Wilson, Inc. (S&W), uses a soil identification system modified from the Unified FINES <#200(0.075 mm=0.003 in.) Soil Classification System(USCS). Elements of SAND the USCS and other definitions are provided on Fine #200 to#40(0.075 to 0.4 mm;0.003 to 0.02 in.) this and the following pages. Soil descriptions Medium #40 to#10(0.4 to 2 mm;0.02 to 0.08 in.) are based on visual-manual procedures(ASTM Coarse #10 to#4(2 to 4.75 mm;0.08 to 0.187 in.) D2488)and laboratory testing procedures (ASTM D2487), if performed. GRAVEL Fine #4 to 3/4 in.(4.75 to 19 mm;0.187 to 0.75 in.) S&W INORGANIC SOIL CONSTITUENT DEFINITIONS Coarse 3/4 to 3 in.(19 to 76 mm) 2 FINE-GRAINED SOILS COARSE-GRAINED CONSTITUENT (50%or more fines)' SOILS COBBLES 3 to 12 in.(76 to 305 mm) less than 50%fines Silt,Lean Clay, BOULDERS > 12 in.(305 mm) Major Elastic Silt,or Sand or Grave l° Fat Clav 3 RELATIVE DENSITY/CONSISTENCY Modifying 30%or more More than 12% COHESIONLESS SOILS COHESIVE SOILS (Secondary) coarse-grained: fine-grained: Precedes major Sandy or Gravelly" Silty or Clayey N,SPT, RELATIVE N,SPT, RELATIVE constituent BLOWS/FT. DENSITY BLOWS/FT. CONSISTENCY 15%to 30% 5%to 12% <4 Very loose <2 Very soft coarse-grained: fine-grained: with Sand or with Silt or 4-10 Loose 2-4 Soft Follows major _with Gravel°_ __ with CIaLr3__ 10-30 Medium dense 4-8 Medium stiff constituent 30%or more total 0 30-50 Dense 8- 15 Stiff coarse-grained and 15%or more of a >50 Very dense 15-30 Very stiff lesser coarse- second coarse- >30 Hard grained constituent grained constituent: is 15%or more: with Sand or with Sand or with Gravels WELL AND BACKFILL SYMBOLS With Gravels Bentonite y�, Surface Cement All percentages are by weight of total specimen passing a 3-inch sieve. ® Cement Grout ® Seal 'The order of terms is:Modifying Major with Minor. 3Determined based on behavior. Bentonite Grout Asphalt or Cap Determined based on which constituent comprises a larger percentage. 'Whichever is the lesser constituent. Bentonite Chips Slough MOISTURE CONTENT TERMS Silica Sand Inclinometer or Dry Absence of moisture,dusty,dryNon-perforated Casing to the touch • Gravel Vibrating Wire Moist Damp but no visible water Perforated or m Piezometer Screened Casing Wet Visible free water,from below water table PERCENTAGES TERMS ''s Trace <5% Few 5 to 10% N STANDARD PENETRATION TEST(SPT) Little 15 to 25% SPECIFICATIONS o Some 30 to 45% Hammer: 140 pounds with a 30-inch free fall. Z Rope on 6-to 10-inch-diam.cathead Mostly 50 to 100% � 2-1/4 rope turns,> 100 rpm Gravel,sand,and fines estimated by mass. Other constituents,such as Sampler: 10 to 30 inches long organics,cobbles,and boulders,estimated by volume. aShoe I.D.= 1.375 inches 'Reprinted,with permission,from ASTM D2488-09a Standard Practice for IL Barrel I.D.= 1.5 inches Description and Identification of Soils(Visual-Manual Procedure),copyright Barrel O.D.=2 inches ASTM International,100 Barr Harbor Drive,West Conshohocken,PA 19428. m A copy of the complete standard may be obtained from ASTM International, N-Value: Sum blow counts for second and third www.astm.org. 6-inch increments. Refusal:50 blows for 6 inches or Tiedeman Re-Alignment a less; 10 blows for 0 inches. of Fanno Greenway Trail NOTE:Penetration resistances(N-values)shown on ( ) Tigard, Oregon a boring logs are as recorded in the field and q have not been corrected for hammer N efficiency, overburden, or other factors. SOIL DESCRIPTION AND LOG KEY J U z March 2017 24-1-04083-004 it SHANNON&WILSON, INC. FIG. Al E Geotechnical and Environmental ConsuRants Sheet 1 of 3 N UNIFIED SOIL CLASSIFICATION SYSTEM(USCS) (Modified From USACE Tech Memo 3-357,ASTM D2487,and ASTM D2488) MAJOR DIVISIONS GROUP/GRAPHIC TYPICAL IDENTIFICATIONS SYMBOL GW •'• Well-Graded Gravel;Well-Graded • Gravel with Sand Gravel (less than 5% Gravels fines) GP •'' Poorly Graded Gravel;Poorly Graded Gravel with Sand (more than 50% • of coarse fraction retained GM 1 SiltyGravel;SiltyGravel with Sand on No.4 sieve) Silty or Clayey * ' Gravel (more than 12% GRAINED fines) GC SanClayey Gravel;Clayey Gravel with SOILS • '_S/ (more than 50% retained on No. Well-Graded Sand;Well-Graded Sand 200 sieve) Sand SW with Gravel (less than 5% fines) Poorly Graded Sand;Poorly Graded Sands SP Sand with Gravel (50%or more of coarse fraction I: 'l• l' passes )No.4 Silty or SM :�:i't tt' Silty Sand;Silty Sand with Gravel Clayey Sand I:' (more than 12% fines) SC < ;• Clayey Sand;Clayey Sand with Gravel .e.• ML Silt;Silt with Sand or Gravel;Sandy or Gravelly Silt Inorganic Silts and Clays Lean Clay;Lean Clay with Sand or (liquid limit less CL Gravel;Sandy or Gravelly Lean Clay than 50) FINE-GRAINED Organic Silt or Clay;Organic Silt or SOILS Organic OL Clay with Sand or Gravel;Sandy or Gravelly Organic Silt or Clay (50%or more passes the No. Elastic Silt;Elastic Silt with Sand or 200 sieve) MH Gravel;Sandy or Gravelly Elastic Silt Inorganic Silts and Clays Fat Clay;Fat Clay with Sand or Gravel; (liquid limit 50 or CH more) Sandy or Gravelly Fat Clay Organic Silt or Clay;Organic Silt or Organic OH Clay with Sand or Gravel;Sandy or Gravelly Organic Silt or Clay N HIGHLY- — — HI ORGANIC Primarily organic matter,dark in PT Peat or other highly organic soils(see o SOILS color,and organic odor - ASTM D4427) W Placed by humans,both engineered The Fill graphic symbol is combined FILL and nonengineered. May include with the soil graphic that best various soil materials and debris. represents the observed material m q NOTE: No.4 size=4.75 mm=0.187 in.; No.200 size=0.075 mm=0.003 in. X O a NOTES m 1.Dual symbols(symbols separated by a hyphen,i.e.,SP-SM,Sand 3 with Silt)are used for soils with between 5%and 12%fines or when Tiedeman Re-Ali nment U) the liquid limit and plasticity index values plot in the CL-ML area of 9 the plasticity chart. of Fanno Greenway Trail Tigard, Oregon 2.Borderline symbols(symbols separated by a slash,i.e.,CL/ML, Lean Clay to Silt,SP-SM/SM,Sand with Silt to Silty Sand)indicate N that the soil properties are close to the defining boundary between SOIL DESCRIPTION N two groups. AND LOG KEY L) 3.The soil graphics above represent the various USCS identifications Z (i.e., GP,SM,etc.)and may be augmented with additional March 2017 24-1-04083-004 22 Z o symbology to represent differences within USCS designations. m Sandy Silt(ML),for example,may be accompanied by the ML soil SHANNON&WILSON, INC. FIG. Al o graphic with sand grains added. Geotechnical and Environmental Consultants Sheet 2 of 3 N GRADATION TERMS ACRONYMS AND ABBREVIATIONS Poorly Graded Narrow range of grain sizes present or,within the range of grain sizes ATD At Time of Drilling present,one or more sizes are approx. Approximate/Approximately missing(Gap Graded). Meets criteria in ASTM D2487, if tested. Diam. Diameter Well-Graded Full range and even distribution of Elev. Elevation grain sizes present. Meets criteria in ft. Feet ASTM D2487, if tested. FeO Iron Oxide CEMENTATION TERMSgal. Gallons Weak Crumbles or breaks with handling or Horiz. Horizontal slight finger pressure HSA Hollow Stem Auger Moderate Crumbles or breaks with considerable finger pressure I.D. Inside Diameter Strong Will not crumble or break with finger in. Inches pressure lbs. Pounds PLASTICITY' MgO Magnesium Oxide APPROX. mm Millimeter PLASITICTY MnO Manganese Oxide INDEX NA Not Applicable or Not Available DESCRIPTION VISUAL-MANUAL CRITERIA RANGE NP Nonplastic Nonplastic A 1/8-in.thread cannot be rolled <4% at any water content. O.D. Outside Diameter Low A thread can barely be rolled and 4 to 10% OW Observation Well a lump cannot be formed when pcf Pounds per Cubic Foot drier than the plastic limit. Medium A thread is easy to roll and not 10 to PID Photo-Ionization Detector much time is required to reach the 20% PMT Pressuremeter Test plastic limit. The thread cannot be ppm Parts per Million rerolled after reaching the plastic limit. A lump crumbles when drier psi Pounds per Square Inch than the plastic limit. PVC Polyvinyl Chloride High It take considerable time rolling o rpm Rotations per Minute and kneading to reach the plastic >20% limit. A thread can be rerolled SPT Standard Penetration Test several times after reaching the USCS Unified Soil Classification System plastic limit. A lump can be formed without crumbling when qu Unconfined Compressive Strength drier than the plastic limit. VWP Vibrating Wire Piezometer ADDITIONAL TERMS Vert. Vertical WOH Weight of Hammer Mottled Irregular patches of different colors. WOR Weight of Rods Bioturbated Soil disturbance or mixing by plants or Wt. Weight animals. Diamict Nonsorted sediment;sand and gravel STRUCTURE TERMS' in silt and/or clay matrix. Interbedded Alternating layers of varying material or color with layers at least 1/4-inch thick;singular: bed. Cuttings Material brought to surface by drilling. Laminated Alternating layers of varying material or color with layers less than 1/4-inch thick;singular: N Slough Material that caved from sides of lamination. borehole. Fissured Breaks along definite planes or fractures with little resistance. Sheared Disturbed texture, mix of strengths. Slickensided Fracture planes appear polished or glossy; 3 PARTICLE ANGULARITY AND SHAPE TERMS' sometimes striated. Blocky Cohesive soil that can be broken down into U) Angular Sharp edges and unpolished planar small angular lumps that resist further surfaces. breakdown. X Lensed Inclusion of small pockets of different soils, } Subangular Similar to angular, but with rounded such as small lenses of sand scattered through edges. a mass of clay. Homogeneous Same color and appearance throughout. Subrounded Nearly planar sides with well-rounded s edges. Tiedeman Re-Alignment a Rounded Smoothly curved sides with no edges. of Fanno Greenway Trail c? 0 Flat Width/thickness ratio>3. Tigard, Oregon Elongated Length/width ratio>3. M Reprinted,with permission,from ASTM D2488-09a Standard Practice for SOIL DESCRIPTION aDescription and Identification of Soils(Visual-Manual Procedure),copyright ASTM AND LOG KEY International,100 Barr Harbor Drive,West Conshohocken,PA 19428. A copy of the complete standard may be obtained from ASTM International,www.astm.org. Z 'Adapted,with permission,from ASTM D2488-09a Standard Practice for March 2017 24-1-04083-004 o Description and Identification of Soils(Visual-Manual Procedure),copyright ASTM 0° International,100 Barr Harbor Drive,West Conshohocken,PA 19428. A copy of SHANNON&WILSON, INC. FIG. Al o the complete standard may be obtained from ASTM International,www.astm.org. Geotechnical and Environmental Consultants Sheet 3 of 3 N Total Depth: 37.5 ft. Northing: 1,676,823.7 ft. Drilling Method: Hollow Stem Auger Hole Diam.: 6 in. Top Elevation: 154.9 ft. Easting: 3,829,341.7 ft. Drilling Company: PLi Systems Rod Type: AWJ Vert.Datum: NAVD88 Station: Drill Rig Equipment: Beaver Hammer Type: Cathead Horiz. Datum:ORCS Portland Offset: Other Comments: SOIL DESCRIPTION o o L � PENETRATION RESISTANCE, N (blowslft) Refer to the report text forproper understanding of the Elev. p 9 o °% t A Hammer Wt.&Drop: lbs/ inches subsurface materials and drilling methods. The stratification Depth E E p m a lines indicated below represent the approximate boundaries (ft.) rj j 140 lbs/30 inches between soil types,and the transitions may be gradual. 0.......20.......4.0.......6.0.......8.0....100 Stiff, gray to brown mottled, Silt(ML); moist; trace fine sand; low plasticity;trace organics; slight iron oxide staining. S-1 - ALLUVIUM = ::: -2A ......... ......... .....:... ----------------------- 149.6 2B� 5 :: .,.:•;•:,.. :_-.:._:-__::: :.. .:. Medium stiff to stiff, blue-gray, Silt(ML); moist 5.3 . ......... ........: to wet tracew tofew, sand; low plasticity; til(►:ri:r:.>:.< .. «..:. . .i..:::<::;.;> < : >..<.....>..i......... I ..-. .... . _ ... trace organics; micaceous. _ 6. .` . " . - - - - - S4 = _ °I 10 S-5 c c . S� = == _ == I ......::: ......... ::::::::: :15 .....:: ::€€:€::: ::::::::: ::::::::: ... ..... ......... ......... ......... ......... ... ..... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... S-7j :.: .:. .._..._.-_.... _ -_ v 136.9 1 :.:. iiiiii Hard, blue-gray, Silt with Gravel to Silt with 18.0 ::::::::: ......... ......... ,* Sand(ML); moist to wet;fine to coarse, 20 subangular gravel;fine to coarse sand; low s s x I v plasticity; micaceous. s.�32:�.„.0 p Y 132.9 :::.: ......... .. FINE-GRAINED 1 22.0 : . ......... :::::: ——— MISSOULA FLOOD DEPOSITS——— _ _ ` s_ 0Stif, blue-gray, Silt(ML), moist;trace to few, s I -:.:.;:.._:.-::..... ....._.:-:.,:.,:.:,._:.:- ,.,:.,: .._ .. .._: ..fine sand; medium plasticity; micaceous. .. -10 11 I _ __ _ _ ----------------------- 120.9 . .. :.(.'' •:: Very stiff, blue-gray, Lean Clay(CL); moist; 34.0 ......... "' '• '•'•'• : ::::::::: ::::::::: o trace,fine to coarse sand; medium to high 35 ......::. ......... ......... :........ - - = - . _ . plasticity. _12 I ° 117.4 _ uger refusal at 37.5 feet. 37.5 • J ZCompleted: October 19, 2016. .i..>..<.....;..:..i.i.;.i.t..i.i..;..t..i.i.. i.<. .i.>..<..;.;..;..<..i...>..<. ¢ ai 0 20 40 60 80 100 Co LEGEND I] Recovery(%) X I Standard Penetration Test V Groundwater Level ATD ° • %Water Content Plastic Limit Liquid Limit m J " Tiedeman Re-Alignment 0 N N of Fanno Greenway Trail CL Tigard, Oregon C, NOTES 1.Refer to KEY for explanation of symbols,codes,abbreviations,and definitions. LOG OF BORING B-1 N 2.Groundwater level,if indicated above,is for the date specified and may vary. Lu 3.Group symbol is based on visual-manual identification and selected lab testing. o March 2017 24-1-04083-004 SHANNON &WILSON, INC. FIG. A2 ¢ Geotechnical and Environmental Consultants REV 3 Total Depth: 10.4 ft. Northing: 1,676,546.2 ft. Drilling Method: Hand Boring Hole Diam.: 2 in. Top Elevation: 154.7 ft. Easting: 3,828.705.8 ft. Drilling Company: Shannon&Wilson.Inc. Rod Type: Vert.Datum: NAVD88 Station: Drill Rig Equipment: 2"Hand Auger Hammer Type: Horiz.Datum:ORCS Portland Offset: Other Comments: SOIL DESCRIPTION Elev. o ai c PENETRATION RESISTANCE,N (blowslfL) Refer to the report text for a proper understanding of the -0 a :3 - Z ♦ Hammer Wt.&Drop: 140 lbs/30 inches subsurface materials and drilling methods. The stratification Depth E E o Co a lines indicated below represent the approximate boundaries (ft.) U) (� between soil types,and the transitions may be gradual. 0..._•..20_•••...4.0.......6.0.......8.0....100 Dark b (ML); rown ( Silt ML • moist trace fine s = low plasticity. 153.7 1.0 TOPSOIL = _ _ Dark brown, Gravelly Silt ML • moist• fine to s- G —--=- —==_- --- - --- --==-—=-=---=== - coarse, subr unded gravel;trace fine sand; = - _ = - - : - - lowlasticit . 151.7 3 _ P Y .0 _ _ _. V UM ALLU I -- n Silt ML •wet trace fine sand;low Red brow -- - --_ - - plasticity. P Y s- - - - - - - - 5 S4 ------- 146.7 :•::.:.::::.:. •:::.:.:•:•::.:. :: :•:•::.:. ::::.:•:•::.:. ———————————————— Gray to green-gray, Silt ML •wet trace fine 8.0 - _- - - tomedium sand• medi mplasticity; s- G N micaceous. 10 144.3 : _ .. ... ...... .. ....... ::: ......... ::: Y Completed: October 19, 2016. 1o.a ::::::::: ::::..... ......... 0 15 : ... J 3 z = 0:::::::20 40 60 80100 m LEGEND El Recovery(%) ® Grab Sample E Groundwater Level ATD X i • %Water Content X Plastic Limit Liquid Limit m Tiedeman Re-Alignment of Fanno Greenway Trail aTigard, Oregon a NOTES 1.Refer to KEY for explanation of symbols,codes,abbreviations,and definitions. LOG OF BORING HA-1 N 2.Groundwater level,if indicated above,is for the date specified and may vary. LU 03.Group symbol is based on visual-manual identification and selected lab testing. o March 2017 24-1-04083-004 J LUSHANNON&WILSON, INC. FIG. A3 Geotechnical and Environmental Consultants REV 3 Total Depth: 13.5 ft. Northing: 1 676,513.0 ft. Drilling Method: Hand Boring Hole Diam.: 2 in. Top Elevation: 154.7 ft. Easting: 3.827.995.9 ft. Drilling Company: Shannon&Wilson. Inc. Rod Type: Vert.Datum: NAVD88 Station: Drill Rig Equipment: 2"Hand Auger Hammer Type: Horiz. Datum:ORCS Portland Offset: Other Comments: SOIL DESCRIPTIONth Elevo ma � PENETRATION RESISTANCE,N (blows/tt) . W Refer to the report text for a proper understanding of the -0 a t A Hammer Wt.&Drop: 140 lbs/W inches subsurface materials and drilling methods. The stratification Depth E E a lines indicated below represent the approximate boundaries (ft.) U) O D between soil types,and the transitions may be gradual. 0.......20.......4.0.......6.0.......8.0....10.0 OPSOI 154.2 ........ Brown to gray-brown, Silt ML wet trace t °5 m l:i; :: <-X': 9 Y ( ), O },i'•:f:,.. •.. little,fine to medium sand; low plasticity; slight G x ' iron oxide staining. S- = = -— ALLUVIUM _ s_3 ----------------------- 146.7 €:__ €: s:. :i: •:•:'::: _:::':•:=:::e':'r=::: .:.:':•.:.:.::':'.:.:_'-:.:.:.:':' Green-gray, Silt(ML);wet;trace,fine to $•o 0 medium sand; medium plasticity; micaceous. S4 G = 1 Y = ----------------------- 143.7 :::•¢':'_:::::':' :::::•:::::_: ' :::::•:r::::':'::::::':•z:s::•:•:• :::::':_::::':•:• Gray to dark gray, Silt(ML);wet;trace,fine to 11.0 _ = medium sand; low plasticity;fewto little o od - s-6 G fragments and organics; g g micaceous. oS - ' 141.2 Completed: October 19, 2016. 13.5 15 n m 0 IL J .:...:. ...::.._.._..._.._... :.._.:.:._..._....._..:.:.:._..._.....:..:.:. 3 a ::::::: ::; ::: ::: U) 020 40 60 80100 mLEGEND El Grab Sample 1Z Groundwater Level ATD Recovery(%) X D • %Water Content Plastic Limit Liquid Limit m J Tiedeman Re-Alignment N 3 of Fanno Greenway Trail Tigard, Oregon M NOTES 1.Refer to KEY for explanation of symbols,codes,abbreviations,and definitions. LOG OF BORING HA''' N 2.Groundwater level,if indicated above,is for the date specified and may vary. w 3.Group symbol is based on visual-manual identification and selected lab testing. o March 2017 24-1-04083-004 W CWl) SHANNON &WILSON, INC. /� < Geotechnical and Environmental Consultants FIG. AA RTEV 3 APPENDIX B LABORATORY TESTING 24-1-04083-004 TABLE OF CONTENTS 13.1 GENERAL...........................................................................................................................1 B.2 SOIL TESTING...................................................................................................................1 13.2.1 Visual-Manual Classification of Soils...................................................................1 13.2.2 Moisture (Natural Water) Content.........................................................................1 13.2.3 Atterberg Limits ....................................................................................................1 FIGURE or FIGURES 131 Atterberg Limits Results B-i 24-1-04083-004 APPENDIX B LABORATORY TESTING B.1 GENERAL Soil samples obtained during field explorations were examined in the laboratory. Physical characteristics of the samples were noted, and field classifications were modified as necessary in accordance with the terminology presented in Appendix A, Figure Al. During the course of the examination, representative samples were selected for further testing. The soil-testing program included visual-manual classification and index property tests such as moisture content analyses and Atterberg limits. These tests are described in the following paragraphs. All test procedures were performed in general accordance with applicable ASTM International standards. The term "general accordance"means that certain local and common descriptive practices and methodologies have been followed. B.2 SOIL TESTING B.2.1 Visual-Manual Classification of Soils Soils were classified in general accordance with the Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) ASTM D2488. Other terminology, such as the relative density or consistency of soil deposits, is used in general accordance with current local engineering practice. In determining the soil type (gravel, sand, silt, or clay),the term which best describes the major portion of the sample is used. Modifying terms to further describe the soil samples are defined in Figure Al. B.2.2 Moisture (Natural Water) Content Natural moisture content determinations were performed, in accordance with ASTM D2216, on selected soil samples. The natural moisture content is a measure of the amount of moisture in the soil at the time of exploration. It is defined as the ratio of the weight of water to the dry weight of the soil, expressed as a percentage. The results of moisture content determinations are presented in the boring logs in Appendix A. B.2.3 Atterberg Limits Atterberg limits were determined in accordance with ASTM D4318. This analysis yields index parameters of the soil that are useful in soil classification as well as engineering analyses. Atterberg limit tests include liquid and plastic limits. The results are plotted on Figure B 1, Atterberg Limits Results, and are also shown graphically on the boring logs in Appendix A. B-1 24-1-04083-004 D 3 D 70 z AA A O D7 60 v N CH D Z r 50 lzf0 NOTES a CL 1)Atterberg limits tests were performed in general accordance W 4o with ASTM D4318 unless z otherwise noted in the report. 2)Group Name and Group U Symbol are in accordance with F ASTM D2488 and are refined in g30 accordance with ASTM D2487 a where appropriate laboratory tests are performed. 3)Plasticity adjectives used in 20 sample descriptions correspond to plasticity index as follows: -Nonplastic(NP)(<4%) MH or O -Low Plasticity(4 to 10%) -Medium Plasticity(10 to 20%) -High Plasticity(>20%) 10 CL-ML � ML Ir OL 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT-LL(%) BORING AND DEPTH GROUP GROUP LL PL PI NAT. FINES Tiedeman Re-Alignment SAMPLE NO. (feet) SYMBOL' NAME % % %' W.C.% % *B-1,S-5 10.0 ML Silt 34 27 7 36 of Fanno Greenway Trail ■B-1,S-10 28.0 ML Silt 39 26 13 36 Tigard, Oregon ATTERBERG LIMITS RESULTS G) March 2017 24-1-04083-005 W SHANNON&WILSON,INC. FIG. 131 Geotechnical and Environmental Consultants APPENDIX C EXISTING GEOTECHNICAL DATA 24-1-04083-004 a 't -Proposed 9ridgc _- � Proposed o/ignmenl j � � o - LEGEND OF MATERIALS \ � �G 1 ----7--- _"-__" •2 c"Cine �✓ "-" _ _� Gravel,cobbles Silt. A- and boulders __--'"-Test boring BH-/ 1 ;'►, , �Ooa ___--- Ot3224 S1a 'C'Line 1 1 / i -- --��_ _ � i _� - 7es1 boring 8N-2 14 right �- 1 `� ( _"- S/C '2 Cioe 0+3525 1 If _, t__-- 5B right 71EDESond. .Clay. AVENUE " MAN __--- - Ap rox/m,1e location l y Siltstone,cloy- _ _-_------ 0 ,P1 5 m 0/o RCSP PLAN Silty Cloy lo stone,mudstone mixture. 1.200 or shale. O $ bncl O G n + + + Sond-silt-clay � Sandstone or 60— _ _!. _.. _. _ l _.... i _. ..._.. mixture. conglomerate. 55-i- 1 _.. _.. _. _. '._ ..Existing ground/me .._..- _.�._ '. - 55 gravel-silt � grayey gravel, r --_. Teel So,i1g_BH-/ .____ -_ ____ Test Boring Bill j g C L/ne mixhre. mavel-day Silt ravel, CI xture. 50-'--_. _ _ _......... .. 2-9-95 _._. 2-10-95 __ _._. - / _-__ 50 It sand clayey s Si c Ynd ed road surface 1 4 10� iI LFaved road surface. - sand-silt sand-cla 4.5 w ome sand >m'ns 6 y ;. 45 Ixture. mixture. m FII Silty g a el th m' m' c Iroce y 9 y a 10 Sandy It b wn,stiff 3 W i nd of ole Loco10� 012 14 s h 40 f �.. ... _ o/la D,,PCSP I 22-_._ _._.. _ 12 ` __. .. _... _� S I'M.Clayey it 'fn s sand 1 F24 15 Silt with s __- _-- 4 ° Sandy Gravel Basalt or trace't one gravel,hrown,___1 eun stiff. F sand and trace 0 andesite. o j Sit with 1 Sand M14 5 y cloy:grey, edwm stiff 1 stiff, \ l grey,stiff to ( I 6• u�i ° 4 35 - very I_ye f silty sand II' _.__._... _. 21 _..._.__ _-_ __. _._.__. _ _.____. -__ _.- 35 W 2a Simdard Penetration Test. Sandy silt with me cloy and trace -�- --- f> 1 fine and brown mixed, 32 24 Sandy sill with some gravel hard.grav grey d frac ga cs.grey, N value. 35 26 11 very stif/ _. 30 12 CI yey sit Ih t Icyy 15 _ C-Core sand and f ne gravel.grey,sl(f.- pMIT Slit.grey st ff to very stiff. U Undisturbed eSample, oy 25 __ __.. _ __.... RllLL ___ t6�.. .. i __ _----- __-- -----_.-_--._- 25 RQD=Rock Quality Designation _=Elevction ground water encountered. I _____ _.__. _.____. _..._..__ ___.____ ______ _... r.rosw.ua aA uw.sx.0 d k FOUNDATION CTEC NICAL SER INC. Vann n msra>xrs Q FOUNDATION DATA � PROFESSIONAL GEOTECHNICAL SERVICE AX(W)W­3 I'.200 MORIZ A VERTICAL OBEC Cons /ting Englnee/s DESIGNER SHEET CGA @RIDGE N0. roundohon dal,shown on lh/s dowing moy be mrnm- ------- ----------- �Nyp PROlf o Consolidorm olion of mlolion and/or revsion F i ..x,T:, ,n lermorinology from Me soils,nd Geo/og/c,/ fGI,.c�ri__ _ '°'°'� , 7��OREGON DEPARTMENT OF TRANSPORTATION T I EOEMAN AVENUE BRIDGE 9. j t xplolion Logs J BRIDGE ENGINEERING SECTION ,DDis_ AWG.NO. DATE FOUNDATION DATA 52862 l�le Ab J.il9 ATTACHMENT D IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL/ENVIRONMENTAL REPORT 24-1-04083-004 - SHANNON & WILSON, INC. Attachment to and part of Report 24-1-04083-004 _ Geotechnical and Environmental Consultants - Date: March 10,2017 To: Nick Robertson Tiedeman Pedestrian Bridge IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL/ENVIRONMENTAL REPORT CONSULTING SERVICES ARE PERFORMED FOR SPECIFIC PURPOSES AND FOR SPECIFIC CLIENTS. Consultants prepare reports to meet the specific needs of specific individuals. A report prepared for a civil engineer may not be adequate for a construction contractor or even another civil engineer. Unless indicated otherwise,your consultant prepared your report expressly for you and expressly for the purposes you indicated. No one other than you should apply this report for its intended purpose without first conferring with the consultant. No party should apply this report for any purpose other than that originally contemplated without first conferring with the consultant. THE CONSULTANT'S REPORT IS BASED ON PROJECT-SPECIFIC FACTORS. A geotechnical/environmental report is based on a subsurface exploration plan designed to consider a unique set of project-specific factors. Depending on the project, these may include: the general nature of the structure and property involved; its size and configuration; its historical use and practice; the location of the structure on the site and its orientation; other improvements such as access roads, parking lots, and underground utilities; and the additional risk created by scope-of-service limitations imposed by the client. To help avoid costly problems, ask the consultant to evaluate how any factors that change subsequent to the date of the report may affect the recommendations. Unless your consultant indicates otherwise,your report should not be used: (1)when the nature of the proposed project is changed (for example, if an office building will be erected instead of a parking garage, or if a refrigerated warehouse will be built instead of an unrefrigerated one, or chemicals are discovered on or near the site); (2)when the size, elevation, or configuration of the proposed project is altered; (3) when the location or orientation of the proposed project is modified; (4) when there is a change of ownership; or(5) for application to an adjacent site. Consultants cannot accept responsibility for problems that may occur if they are not consulted after factors which were considered in the development of the report have changed. SUBSURFACE CONDITIONS CAN CHANGE. Subsurface conditions may be affected as a result of natural processes or human activity. Because a geotechnical/environmental report is based on conditions that existed at the time of subsurface exploration, construction decisions should not be based on a report whose adequacy may have been affected by time. Ask the consultant to advise if additional tests are desirable before construction starts; for example, groundwater conditions commonly vary seasonally. Construction operations at or adjacent to the site and natural events such as floods, earthquakes, or groundwater fluctuations may also affect subsurface conditions and,thus,the continuing adequacy of a geotechnical/environmental report. The consultant should be kept apprised of any such events, and should be consulted to determine if additional tests are necessary. MOST RECOMMENDATIONS ARE PROFESSIONAL JUDGMENTS. Site exploration and testing identifies actual surface and subsurface conditions only at those points where samples are taken. The data were extrapolated by your consultant,who then applied judgment to render an opinion about overall subsurface conditions. The actual interface between materials may be far more gradual or abrupt than your report indicates. Actual conditions in areas not sampled may differ from those predicted in your report. While nothing can be done to prevent such situations, you and your consultant can work together to help reduce their impacts. Retaining your consultant to observe subsurface construction operations can be particularly beneficial in this respect. Page 1 of 2 1/2016 A REPORT'S CONCLUSIONS ARE PRELIMINARY. The conclusions contained in your consultant's report are preliminary because they must be based on the assumption that conditions revealed through selective exploratory sampling are indicative of actual conditions throughout a site. Actual subsurface conditions can be discerned only during earthwork; therefore, you should retain your consultant to observe actual conditions and to provide conclusions. Only the consultant who prepared the report is fully familiar with the background information needed to determine whether or not the report's recommendations based on those conclusions are valid and whether or not the contractor is abiding by applicable recommendations. The consultant who developed your report cannot assume responsibility or liability for the adequacy of the report's recommendations if another party is retained to observe construction. THE CONSULTANT'S REPORT IS SUBJECT TO MISINTERPRETATION. Costly problems can occur when other design professionals develop their plans based on misinterpretation of a geotechnical/environmental report. To help avoid these problems,the consultant should be retained to work with other project design professionals to explain relevant geotechnical,geological,hydrogeological,and environmental findings, and to review the adequacy of their plans and specifications relative to these issues. BORING LOGS AND/OR MONITORING WELL DATA SHOULD NOT BE SEPARATED FROM THE REPORT. Final boring logs developed by the consultant are based upon interpretation of field logs (assembled by site personnel), field test results, and laboratory and/or office evaluation of field samples and data. Only final boring logs and data are customarily included in geotechnical/environmental reports. These final logs should not,under any circumstances,be redrawn for inclusion in architectural or other design drawings,because drafters may commit errors or omissions in the transfer process. To reduce the likelihood of boring log or monitoring well misinterpretation, contractors should be given ready access to the complete geotechnical engineering/environmental report prepared or authorized for their use. If access is provided only to the report prepared for you, you should advise contractors of the report's limitations, assuming that a contractor was not one of the specific persons for whom the report was prepared, and that developing construction cost estimates was not one of the specific purposes for which it was prepared. While a contractor may gain important knowledge from a report prepared for another party, the contractor should discuss the report with your consultant and perform the additional or alternative work believed necessary to obtain the data specifically appropriate for construction cost estimating purposes. Some clients hold the mistaken impression that simply disclaiming responsibility for the accuracy of subsurface information always insulates them from attendant liability. Providing the best available information to contractors helps prevent costly construction problems and the adversarial attitudes that aggravate them to a disproportionate scale. READ RESPONSIBILITY CLAUSES CLOSELY. Because geotechnical/environmental engineering is based extensively on judgment and opinion, it is far less exact than other design disciplines. This situation has resulted in wholly unwarranted claims being lodged against consultants. To help prevent this problem, consultants have developed a number of clauses for use in their contracts,reports, and other documents. These responsibility clauses are not exculpatory clauses designed to transfer the consultant's liabilities to other parties; rather, they are definitive clauses that identify where the consultant's responsibilities begin and end. Their use helps all parties involved recognize their individual responsibilities and take appropriate action. Some of these definitive clauses are likely to appear in your report, and you are encouraged to read them closely. Your consultant will be pleased to give full and frank answers to your questions. The preceding paragraphs are based on information provided by the ASFE/Association of Engineering Firms Practicing in the Geosciences, Silver Spring,Maryland Page 2 of 2 1/2016 ATTACI IMENT P-TEMI'ORY PROJECT SIGN CITY OF TIGARD TIEDEMAN REALIGNMENT OF FANNO CREEK GREENWAY TRAIL SITE WORKAND INSTALLATION OF AN OWNER PROVIDED PEDESTRIAN BRIDGE 6' 18" 4""CITY OF TIGARD 18• 3' TIEDEMAN REALIGNMENT OF THE FANNO CREEK •�-• GREENWAY TRAIL 4' 3 DURATION: (fill in dates) FUNDING SOURCE: METRO NATURAL AREAS BOND MEASURE CONTRACTOR: (fill in name) INFORMATION: 503-718-2788 NOTES: 1. Sign Background: White, Retroreflective sheeting 2. Sign Legend. 'ARIAL" font, Blue, Retroreflective sheeting J. Sign Border. Blue, 1" Flush border 4. Decal will be provided by the City of Tigard 5. Sign locations to be determined by Engineer.