Loading...
Eagle-Elsner, Inc ~ CP20006 CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM THIS FORMMUSTACCOMPANYEVERY CONTRACT Contract Title: Greenfield Drive Reconstruction Number CP20006 Contractor: Eagle Elsner,Inc. Contract Total: $244,789.00 Contract Overview: Eagle Elsner is being contracted to complete the fix to Greenfield Drive due to damage from a waterline break. Initial Risk Level: ❑ Extreme ❑ High ® Moderate ❑ Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager: Andrew Newbury Ext: 2472 Department: PW/Engineering Type: ❑ Purchase Agreement ❑ Personal Service ❑ General Service ® Public Improvement ❑ IGA ❑ Other: Start Date: April 20, 2020 End Date: Tune 15, 2020 Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Eagle Elsner,Inc. $244,789.00 52 Contractors, Inc. $286,051.00 Lee Contractors $290,800.00 Subcom Excavation&Utilities $299,660.00 Kerr Contractors $311,045.00 Jackson Industries, LLC $311,894.05 GT Excavating Inc. $324,996.50 Tapani, Inc. $344,000.00 Account String: Fund-Division-Account Work Order—Activite T=e Amount FY 2020-21 532-8000-56005 96054-140 $244,789.00 Approvals - LCRB Date: Emergency Declaration Department Comments: Department Signature: Purchasing Comments: OK 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. CP20006 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 Greenfield Drive Reconstruction Project No.: CIP 2020 — 96054 Approved by: Lori Faha,P.E.,City Engineer Bid Due& Bids Open: Tuesday,March 31,2020 -2:00 pm 2020 ITB—Greenfield Drive Reconstruction 1 Page ADVERTISEMENT FOR BIDS CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION The City of Tigard will receive sealed Bids from qualified firms at Tigard City Hall's Utility Billing Counter (Attention:Jamie Greenberg,Purchasing Specialist) located at 13125 SW Hall Blvd.,Tigard, Oregon 97223 until 2:00 pm local time, Tuesday, March 31, 2020 for the Greenfield Drive Reconstruction 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. Removal of existing asphalt concrete pavement and specified areas of cement concrete curb and sidewalk, which was damaged by a water main break. 2. Filling of voids under the existing pavement and restoration of any washed out aggregate base. 3. Construction of new asphalt concrete pavement. 4. Temporary signage,protection,and traffic control. 5. Striping and pavement marking. 6. Construction of concrete curbs,ramps and sidewalk,where replacement is deemed necessary by the City. 7. Abandonment of existing stormwater main and manholes. 8. Construction of new water main and blowoff. 9. Performance of additional and incidental work as called for by the specifications and plans. Basis of Bid Award shall incorporate all items identified on the Bid Schedule. Pursuant to Tigard Public Contracting Rule 30.055,all Bidders must submit a Bid security to the City along with their Bid in an amount equal to ten percent (10%) of their Bid. Because the City's estimate of contract value exceeds$100,000,Bidders must submit a First Tier Subcontractor Disclosure Form,provided in this Bid Booklet, to the City no later than 4:00 pm local time,Tuesday,March 31,2020. The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages shall be incorporated by reference as if fully set forth in any Contract resulting from this Advertisement for Bid. Contractor shall provide proof to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon Prevailing Wage Rate (PWR)law. No Bid will be considered unless fully completed in a manner provided in the Bid Packet. Facsimile 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. All questions about the meaning or intent of the Bid Documents shall be submitted to the contracts department in writing by e-mail to contractsandpurchasing@tigard-or.gov. Clarifications to the Bid Documents will be made by addenda only. Oral statements may not be relied upon by Bidders and will not be binding or legally effective. Published: Da4 Journal of Commerce Date: Wednesday,March 11,2020 2020 ITB—Greenfield Drive Reconstruction 2 1 Page TABLE OF CONTENTS ADVERTISEMENTFOR BIDS....................................................................................................................................................2 TABLEOF CONTENTS...............................................................................................................................................................3 ATTACHMENT A-BIDDER'S CHECKLIST............................................................................................................................4 ATTACHMENTB-BID............................................................................................................................................................5 ATTACHMENT C-ACKNOWLEDGMENT OF ADDENDA................................................................................................ 16 ATTACHMENT D-BID CERTIFICATION........................................................................................................................... 17 ATTACHMENT E-FIRST TIER SUBCONTRACTOR DISCLOSURE FORM........................................................................ 18 ATTACHMENTF-BID BOND............................................................................................................................................. 19 ATTACHMENT G-PUBLIC IMPROVEMENT CONTRACT.................................................................................................20 ATTACHMENT H-PERFORMANCE BOND........................................................................................................................26 ATTACHMENTI-PAYMENT BOND...................................................................................................................................28 ATTACHMENT J-OREGON PREVAILING WAGE RATES................................................................................................30 ATTACHMENT K-GENERAL CONDITIONS..................................................................................................................... 31 ATTACHMENT L-SPECIAL PROVISIONS............................................................................................................................ 32 DRAWINGS GREENFIELD DRIVE EMERGENCY RECONSTRUCTION SHEETS1-16....................................................................................................DATED: MARCH,2020 2020 ITB—Greenfield Drive Reconstruction 3 1 Page ATTACHMENT A-BIDDER'S CHECKLIST CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION FORMS TO EXECUTE FOR SUBMISSION OF BID The Bidder's attention is especially called to the following forms which must be executed in full before Bid is submitted: ATTACHMENT B -BID ATTACHMENT C—ACKNOWLEDGMENT OF ADDENDA ATTACHMENT D—BID CERTIFICATION ATTACHMENT E — FIRST TIER SUBCONTRACTOR DISCLOSURE FORM: within 2 hours of Bid Closing. ATTACHMENT F—BID BOND FORMS TO EXECUTE AFTER AWARD OF BID ATTACHMENT G—PUBLIC IMPROVEMENT CONTRACT—PWR COVERED CONTRACT ATTACHMENT H—PUBLIC IMPROVEMENT CONTRACT—PERFORMANCE BOND ATTACHMENT I—PUBLIC IMPROVEMENT CONTRACT—PAYMENT BOND Certificate of Insurance including Additional Insured Provision in accordance with the Public Improvement Contract. 2020 ITB—Greenfield Drive Reconstruction 4 1 Page * ATTACHMENT B—BID CI x of TiGARD GREENFIELD DRIVE RECONSTRUCTION This Bid must be signed in ink by an authorized representative of the Bidder; any alterations or erasures to the Bid must be initialed in ink by the undersigned authorized representative. Project: Greenfield Drive Reconstruction Bid Due Date: Tuesday,March 31.202/0 �,,`` _ Name of Submitting Firm:. JEC7 L r �-5 `` N C _— The Undersigned (check one of the following and provide additional infomjatian): An individual doing business under an assumed name registered under the laws of the Statef :or _ A partnership registered under the laws of the State of or A corporation organized under the laws of the State of ZA�CIOAJ or A limited liability corporation organized under the laws of the State of hereby proposes to furnish all material and labor and perform all work hereinafter indicated for the above project in strict accordance with the Contract Documents for the Basic Bid as follows: and�100Dollars ($z44, 7a'`f�l and the Undersigned agrees to be bound by all documents comprising the Contract Documents as defined in the Contract. The Undersigned declares that it has carefully examined the site(s) of the work, the Contract Documents,and forms. Submission of this Bid shall be conclusive evidence that the Undersigned has investigated and is satisfied as to the condition to be encountered, as to the character, quality and scope of work to be performed,the quantities of materials to be famished,and as to the requirement of the Contract Documents. Accompanying herewith is a Bid Security which is equal to ten percent(10%)of the total amount of the Bid. 2020 ITS—Greenfield Drive Reconstruction 5 ' BID SCHEDULE GREENFIELD DRIVE RECONSTRUCTION BID SCHEDULE Item Spec.Sec. Item Description Quantity Unit Unit Cost Total Cost 1. 00196 Extra Work As Authorized S 20,000 2. 00210 Mobilization 1 LS i 190 o v r�-3 /9"o Co 3. 00305 Construction Survey Work 1 IS /Z 6-c1°= 1z'5-0 4. 00310 Removal of Surfacings 2,300 SY '�54 Z 1,850 °= 5. 00470 Monument Boxes . 4 EA 5Sd 2-ZOO G. 00490 Adjusting Boxes 4 EA 6,60 7. 00490 Abandonment of Existing Storm 1 co Sewer System S0 S. 00610 Reconditioning Existing Roadway 2,150 SY TS`� 9. 00641 3/4"-0 Aggregate Base 210 TON .39`•U J 96 10. 00641 Backfill Existing Roadway Voids 100 TON '3 9 3 9 00 11. 00744 Level 2,1/2"Dense ACP Mixture 1,000 TON 7 7 5.0 7 7,00o 0 12. 00744 G Inch Wide Edge Seal 1,100 LF to 3 X10== 13. 00759 Concrete Curbs,Standard Curb 230 LF 14 00759 Concrete Curbs Grade Correction curb 70 LFq-7Fn a� 15. 00759 Concrete Walks 1,160 SF 7-0 r Z3"z ad � 16. 00759 Extra for Concrete Sidewalk Ramps 3 EA 700 8! oo 17. 00759 Concrete Driveways,Reinforced 150 SF 1S. 04865 Thermoplastic,Extruded,Surface, Z,1$0 LF JUS j� 9 `0 �3 Nan-Profiled `� 19. 00867 Arrows Legend,Type B-HS: 4 EA z o o' .1106 20. 00867 Pavement Legend Type B-HS:Bicycle 2 EA Lane Stencils 21. 00867 Pavement Bar,Type B-HS 49 SF J,~'°� G-3-7 12 Inch Ductile Iron Potable Water 22. 01140 Pipe with Joint Restraints and Class B 56 LF ,,oo 79q8 00 Backfill 23. 01140 12 Inch Small DI Fitting with Joint 2 EAoo d� Restraints ��© 24. 01140 1 Blowoff Assembly,2 Inch 1 EA z u oo 7-0 0 o r 2020 ITB—Greenfield Drive Reconstruction 6 111 BID SCHEDULE Item Spec.Sec. Item Desaciption Quantity Unit Unit Cost Total Cost No. _ 25. 01150 12 Inch Tapping Sleeve and 12 Inch 1 ca mo Valve Assembl EA LINE 1:TOTAL BID 014, 7B 9 ti= �1.e�0 !►+*iCl d I r� fissur e=lsnnd �vn /4fcL d 1 0)�TB TOTAL BID IN WORDS The Undersigned agrees, if awarded the Contract, to execute and deliver to the City of Tigard,within ten (10) days after receiving the Contract forms,a satisfactory Performance Bond and a satisfactory Payment Bond each in an amount equal to one hundred percent(100%)of the Contract sum,using the forms provided by the City. The surety(ies) requested to issue the Performance Bond and Payment Bond will be AW t-mfv . The Undersigned hereby authorizes said surety(ies) company(ies) to disclose any info ation to the City concerning the Undersigned's ability to supply a Performance Bond and Payment Bond each in the amount of the Contract. The Undersigned further agrees that the Bid Security accompanying the Bid is left in escrow with the City; that the amount thereof is the measure of liquidated damages which the City will sustain by the failure of the Undersigned to execute and deliver the above-named Agreement Form,Performance Bond,and Payment Bond, and that if the Undersigned defaults in either executing the Agreement Form or providing the Performance Bond and Payment Bond within ten (10) days after receiving the Contract forms, then the Bid Security may become the property of the City at the City's option; but if the Bid is not accepted within sixty (60) days of the time set for the opening of the Bids, or if the Undersigned executes and timely delivers said Agreement Form, Performance Bond,and Payment Bond,the Bid Security shall be returned. The Undersigned certifies that: (1) This Bid has been arrived at independently and is being submitted without collusion with and without any agreement,understanding, or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the solicitation documents designed to limit independent Bidding or competition; and (2) The contents of the Bid have not been communicated by the Undersigned or its employees or agents to any person not an employee or agent of the Undersigned or its surety on any bond furnished with the Bid and will not be communicated to such person prior to the official opening of the Bid. The Undersigned( HAS ❑ NOT (check applicable status)paid unemployment or income taxes in Oregon within the past 12 months and HAS❑HAS NOT (check applicable status)a business address in Oregon. The Undersigned HAS ❑ HAS NOT (check applicable status) complied with any Affirmative Action Requirements included within the procurement documents. The Undersigned agrees, if awarded a Contract, to comply with the provisions of ORS 279C.800 through 279C.870 pertaining to the payment of the prevailing rates of wage. .2 dersi ed's CCB 271rz registration number is with an expiration date of As a condition to submitting a Bid, a Contractor must be registered with the Oregon 2020 ITB—Greenfield Drive Reconstruction 7 Construction Contractors Board in accordance with ORS 701.035 to 701.055, and disclose the registration number. Failure to register and disclose the number will make the Bid unresponsive and it will be rejected unless contrary to federal law. The Undersigned further certifies that Undersigned shall provide proof to the City prior to the beginning of any of the work that the Undersigned has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon PWR law. The successful Bidder hereby certifies that all subcontractors who will perform construction work as described in ORS 701.005(2)were registered with the Construction Contractors Board in accordance with ORS 701.035 to 701.055 at the time the subcontractor(s) made a Bid to work under the Contract. The successful Bidder hereby certifies that,in accordance with the X 'orker's Compensado Law of the State of Oregon, its Worker's Compensation Insurance provider is i LD rho rG4 c3 h , Policy No. 0 0 ,and that Undersigned shall submit Certificates of Insurance as required. C-7LC -��51JE -TWA Name of Company: ,�___ _ Company Address: e) 3 ok 23 2 7 1 r c-2-}R 0 r p 2 'q-7'Z e Federal Tax ID: l 3 0.7 t G-7 D Telephone: q7 D (,-7 -7 1 % 3 -7 Email: Jrcy--&-e e-a9l -e I S Y.e r cu L-, I attest that I have the authority to commit the firm named above to this Bid amount and acknowledge that the firm meets the qualifications necessary to perform this Work as outlined in the Invitation to Bid. I understand that I will be required to provide necessary information to verify that the firm meets these qualifications if selected for the subsequent Contract. Authorized Signature: *� Printed Name&Tide: �'-Aa- 1d - r Date: Payment information will be reported to the IRS under the name and federal taxpayer ID number provided above. Information not matching IRS records or not provided to the City could subject the successful Contractor to a twenty eight percent(28%) backup withholding. 2020 ITB-Greenfield Drive Reconstruction 8 L 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 bid 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. BID ITEM DESCRIPTIONS GREENFIELD DRIVE RECONSTRUCTION The following Bid Item Descriptions summarize the measurement and payment for each of the items in the Bid Schedule for the Greenfield Drive Reconstruction project and are included below for the Contractor's convenience. For specific details of measurement and payment, see the Special Provisions. BID ITEM NO.1. EXTRA WORK AS AUTHORIZED Extra Work as Authorized Bid includes labor, equipment and materials to perform additional work as directed by the City's Project Manager. Bid item amount pre-determined by City. Measurement and payment of work under this Bid item shall be on a negotiated basis between the Contractor and Engineer agreed upon prior to the work being performed.No work under this Bid item shall be paid unless authorized in writing by the City's Project Manager. BID ITEM NO.2. MOBILIZATION Comply with Section 00210 of the Standard Specifications. Measurement shall be on a lump sum (LS) basis per Section 00210.80 of the Standard Specifications. Payment shall be per Section 00210.90 of the Standard Specifications, including all preparatory work and operations necessary for the movement of personnel,equipment,materials and incidentals to the project site and for all other costs incurred before the beginning of work as well as any other work included in the Contract Documents which is not specifically listed in other Bid items. The amounts paid for mobilization in the Contract progress payment will be based on the percentage of the Original Contract amount that is earned from other Contract items. When 5%is earned,either 50%of the amount for mobilization or 5%of the original Contract amount,whichever is the least. 2020 ITB—Greenfield Drive Reconstruction 9 1 Page When 10%is earned,either 100%of mobilization or 10%of the original Contract amount,whichever is the least. When all work is completed,amount of mobilization exceeding 10% of the original Contract amount. This schedule of mobilization progress payments will not limit or preclude progress payments otherwise provided by the Contract. BID ITEM NO. 3. CONSTRUCTION SURVEY WORK Comply with Section 00305 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00305.80 of the Standard Specifications. Payment shall be per Section 00305.90 of the Standard Specifications, including all labor, equipment, materials and all other miscellaneous incidentals and work necessary for providing construction survey work for the project. BID ITEM NO.4. REMOVAL OF SURFACINGS Comply with Section 00310 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00310.80. Payment for this item shall be on a square yard basis per Section 00310.91 and represents full payment for all labor, equipment, and materials necessary to sawcut, remove, haul and dispose of asphalt pavement, cement concrete sidewalk,cement concrete driveway,curbs and aggregate to the limits and depths as shown on the Plans and as directed by the Engineer. Proof-rolling existing surfaces as directed by the Engineer shall be considered incidental to this bid item. BID ITEM NO. S. MONUMENT BOXES Comply with Section 00470 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00470.80. Payment shall be on a per each basis per Section 00470.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to make minor adjustments to existing utility boxes and covers. BID ITEM NO.6. ADJUSTING BOXES Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00490.80. Payment shall be on a per each basis per Section 00490.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install monument boxes. BID ITEM NO.7. ABANDONMENT OF EXISTING STORM SEWER Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. 2020 ITB—Greenfield Drive Reconstruction 10 1 Page Measurement shall be on a lump sum (LS) basis per Section 00490.80. Payment shall be on a lump sum basis per Section 00490.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to abandon the existing storm sewer system, including removal, backfilling, plugging, and filling with CSLM. Restoration of existing surfaces associated with this abandonment will be considered incidental. BID ITEM NO. 8. RECONDITIONING EXISTING ROADWAY Comply with Section 00610 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00610.80. Payment for this item shall be on a square yard basis per Section 00610.90 and represents full payment for all labor,equipment,and materials necessary to trim,finish,reestablish grades,compact,and proof-roll the roadway. BID ITEM NO.9. 3/4 INCH -0 AGGREGATE BASE Comply with Section 00641 of the Standard Specifications. Measurement shall be on a tonnage (TON)basis per Section 00641.80 to the neat line measurements and depths shown in the Plans. Payment shall be on a tonnage basis per Section 00641.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place,grade,and compact aggregate base.All necessary quality control testing shall be considered incidental. BID ITEM NO. 10. BACKFILL EXISTING ROADWAY VOIDS Comply with Section 00641 of the Standard Specifications. Measurement shall be on a cubic yard(CY) basis per Section 00641.80 to the neat line measurements and depths shown in the Plans. Payment shall be on a cubic yard basis per Section 00641.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place,grade,and compact aggregate base.All necessary quality control testing shall be considered incidental. BID ITEM NO. 11. LEVEL 2,1/2 INCH DENSE ACP MIXTURE Comply with Section 00744 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a tonnage (TON) basis per Section 00744.80. Payment shall be on a tonnage basis per Section 00744.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish, place, grade, compact, and finish asphalt pavement of the type noted. No separate or additional payment will be made for leveling,quality control testing,tack coat or mix design additives. 2020 ITB—Greenfield Drive Reconstruction 11 1 Page BID ITEM NO.12. 6 INCH WIDE EDGE SEALING Comply with Section 00744 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 00744.80. Payment shall be on a linear foot basis per Section 00744.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and place edge sealing along of the dimensions noted. BID ITEM NO. 13. CONCRETE CURBS, STANDARD CURB BID ITEM NO. 14. CONCRETE CURBS, GRADE CORRECTION CURB Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 00759.80. Payment shall be on a linear foot basis per Section 00759.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish, place, joint, and finish concrete curb. No additional payment will be made for form adjustments directed by the Engineer to meet ADA requirements. All necessary quality control testing shall be considered incidental. BID ITEM NO.15. CONCRETE WALKS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot(SF) basis per Section 00759.80. Payment shall be on a square foot basis per Section 00759.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, joint, and finish concrete walks and curb ramps.All necessary quality control testing shall be considered incidental. BID ITEM NO.16. EXTRA FOR CONCRETE SIDEWALK RAMPS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00759.80. Payment shall be on a per each basis per Section 00759.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to complete the additional work of constructing curb ramps, including detectable warning surfaces.No additional payment will be made for form adjustments directed by the Engineer to meet ADA requirements. All necessary quality control testing shall be considered incidental. BID ITEM NO.17. CONCRETE DRIVEWAYS, REINFORCED Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot(SF) basis per Section 00759.80. 2020 ITB—Greenfield Drive Reconstruction 12 1 Page Payment shall be on a square foot basis per Section 00759.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, joint, and finish reinforced concrete driveways.All necessary quality control testing shall be considered incidental. BID ITEM NO. 18. THERMOPLASTIC,EXTRUDED, SURFACE,NON-PROFILED Comply with Section 00865 of the Standard Specifications. Measurement shall be on a linear foot (LF) basis per Section 00865.80. Payment shall be on a linear foot basis per Section 00865.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install thermoplastic pavement markings as shown on the Plans. BID ITEM NO.19. PAVEMENT LEGEND,TYPE B-HS:ARROWS BID ITEM NO.20. PAVEMENT LEGEND,TYPE B-HS: BICYCLE LANE STENCILS Comply with Section 00867 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00867.80. Payment shall be on a per each basis per Section 00867.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install pavement legends. BID ITEM NO. 21. PAVEMENT BAR,TYPE B-HS Comply with Section 00867 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot(SF) basis per Section 00867.80. Payment shall be on a square foot basis per Section 00867.90 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish and install pavement bar markings. BID ITEM NO.22. 12 INCH DUCTILE IRON POTABLE WATER PIPE WITH JOINT RESTRAINTS AND CLASS B BACKFILL Comply with Section 01140 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 01140.80. Payment shall be on a linear foot basis per Section 01140.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to excavate, haul, dispose of spoils; place, furnish and compact bedding and backfill,and furnish,install,restrain,connect,flush,and test potable water pipe.All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO.23. 12 INCH SMALL DI FITTING WITH JOINT RESTRAINTS Comply with Section 01140 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01140.80. 2020 ITB—Greenfield Drive Reconstruction 13 1 Page Payment shall be on a per each basis per Section 01140.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to excavate, haul, dispose of spoils; place, furnish and compact bedding and backfill, and furnish, install, restrain, connect, flush, and test potable water pipe fittings. All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO.24. BLOWOFF ASSEMBLY,2 INCH Comply with Section 01140 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01140.80. Payment shall be on a per each basis per Section 01140.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to excavate, haul, dispose of spoils; place, furnish and compact bedding and backfill, and furnish and install blowoff assembly. Coordination with Engineer and City water department will be considered incidental to this bid item. All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO. 25. 12 INCH TAPPING SLEEVE AND 12 INCH VALVE ASSEMBLY Comply with Section 01150 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01150.80. Payment shall be on a per each basis per Section 01150.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to excavate, haul, dispose of spoils; place, furnish and compact bedding and backfill,and furnish and install tapping sleeve and valve assembly. Coordination with Engineer and City water department will be considered incidental to this bid item. 2020 ITB—Greenfield Drive Reconstruction 14 1 Page ATTACHMENT C—ACKNOWLEDGMENT OF ADDENDA CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION I/WE HAVE RECEIVED THE FOLLOWING ADDENDA: 14110ne received write `None ReceiUed" 1. [x -1�- �— 3. 2.: 2J t)vte— /2tc,c qe-;k 4. Date Signature of Proposer rips'+4� t Tide Corporate 111ame 2020 ITB—Greenfield Drive Reconstruction 1 ATTACHMENT D-BID CERTIFICATION CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION Non-discrimination Clause The Bidder agrees not to discriminate against any client, employee or applicant for employment or for services, because of race, color, religion, sex, national origin, handicap or age with regard to, but not limited to, the following employment upgrading, demotion or transfer; recruitment or recruitment advertising, layoffs or termination;rates of pay or other forms of compensation;selection for training rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order or Bidder from the City,unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by Firm Name: ��1-C CL` N t✓r Address: Officer's signature: Type or print officer's name: I�'C.i4,r d 2020 ITB—Greenfield Drive Reconstruction lb ATTACHMENT E—FIRST TIER SUBCONTRACTOR DISCLOSURE FORM CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION Project#: CIP 2020-%054 CLOSING:Date: March 31,2020 _^ Tirne-2:0012m This form must be submitted at the location specified in the Advertisement for Bids on the advertised Bid closing date and within two working hours after the advertised Bid closing time. List below the name of each subcontractor that will be furnishing labor or will be furnishing labor and materials and that is required to be disclosed,the category of work that the subcontractor will be performing and the dollar value of the subcontract. Enter"NONE" if there are no subcontractors that need to be disclosed. (ATTACH ADDITIONAL SHEETS IF NEEDED). j� NAME DOLLAR VALUE CATEGORY OF WORK 2) $ 3) $ 4) $ Failure to submit this form by the disclosure deadline will result in a nonresponsive Bid. A nonresponsive Bid will not be considered for award. Form submitted by(Bidder name): C`� �C� T AM . Contact name:JA C-A Ci L Phone M `7 J 3 hoz 9 l 3 2020 ITB—Greenfield Drive Reconstruction 17 J ATTACHMENT F—Bm BOND CITY OF TIGmw GREENFIELD DmvE RECONSTRUCTION We, Eagle Elsner,Inc. ,as"Ptincipal," (Name of Principal) and Western Surety Company an South Dakota Corporation, (Name of Surety) authotized to transact Surety business in the State of Oregon, as "Surety," hereby jointly and severally bind ourselves,our respective heirs,executors,administrators,successors,and assigns to pay unto the City of Tigard {"Obligee')the sum of Ten Percent of Total Amount Bid— and X100 DoUars 10%of Bid-- WHEREAS,the condition of the obligation of this bond is the Principal has submitted a Bid to the Obligee in response to Obligee's solicitation for the project identified as Greenfield Drive Reconstruction which Bid is made a part of this bond by reference,and Principal is required to furnish Bid security in an amount equal to ten percent (10%)of the total amount of the Bid pursuant to the solicitation document NOW,THEREFORE,if the Bid submitted by Principal is accepted,and if a Contract pursuant to the Bid is awarded to Principal,and if Principal enters into and executes such Contract within the time specified in the said documents and delivers to Obligee its good and sufficient Performance Bond and Payment Bond requited by Obligee within the time fixed by Obligee,then this obligation shall be void;otherwise,it shall remain in full force and effect IN WITNESS WHEREOF,we have caused this instrument to be executed and sealed by our duly authorized legal representatives this 91st day of March ' , 2020 PRINCIPAL: Eagle Elsner,Inc gijgE-11y; Western Surety Company By: BY ATTORNEY-IN-FACT Si tort / / 4 Gloria Bruning NamAame Y Attest: Y1 S' tore 1201 SW 12th Ave.,Suite 500 Address Portland_OR 97205 City State Zip 2020 ITB—Greenfield Drive Reconstruction Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it docs by virtue of the signature and seal herein affixed hereby make,constitute and appoint Philip O Forker, Gloria Bruning, Vicki Mather, Brent Olson, Richard W Kowalski, Ray M Paiement, Joel Dietzman, Christopher A Reburn, J Patrick Dooney, Gail A Price, Individually of Portland,OR,its true and lawful Altomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to he signed by its Vice President and its corporate ;cal to be hereto affixed on this 71h day of January,2020. 4`* Err�a WESTERN SURETY COMPANY `SCAB/ �4'►rrs �a aul T.BrufEat.Vice Prcsidenl State of South Dakota tiff County of Minnchaha On this 7th day of January,2020,before me personally came Paul T.Brullat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls.State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument:that he knows the seal of said corporation:that the seal affixed to the said instrument is such corporate seat;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires J.MDHit � mmaueuc� June 23.2021 s01"1°"`OT" J.Mohr,Notary Public CERTIFICATE I. L. Nelson.Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth ii still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 3� r day of—ft?r�reh , Ae 2.A . "tit. WESTERN SURETY COMPANY p.`o*40Aq�La SgA�.r+t L Nelson,Assistant Secretary Fore,1`420-7-2012 Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. ATTACHMENT G—PUBLIC IMPROVEMENT CONTRACT PWR COVERED PROJECT CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION THIS CONTRACT, made and entered into this 14"' day of.April, 2020, by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City" and Eagle-Elsner, Inc licreinaftcr called "Contractor",duly authorized to perform such services in Oregon. RECITALS WHEREAS, the Cin' requires services -,vhich Contractor is capable of providing, under teens 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 agrec as follows: TERMS OF AGREEMENT 1. Services Contractor's services under this Agreement shall consist of the following: A. Removal of existing asphalt concrete pavement and specified areas of cement concrete curb and sidewalk,tt+hich vvas damaged by a water main break B. Filling of voids under the costing pavement and restoration of any washed Out aggrclrttc base C. Construction of new asphalt concrete pavement D. Temporary signage,protection,and traffic control E. Striping and pavement marking F. Construction of concrete curbs,ramps and sidewalk,where replacement is deemed ncecssan•by the Cite G. Abandonment of existing stormwater main and manholes H. Construction of neve water train and blowoff I. Performance of additional and incidental work as called for by the specifications and plans. 2. Contract Documents The Contractor is hereby bound to comply with all requirements of the Contract Documents prepared by die Cite and performance permining to thus Agreement, in the City of Tigard, Oregon, and by this reference made a part hereof to the same legal force and effect as if set forth herein in full. 3. EFFECTIVE DATE AND DURATION This Agreement is effective upon notice to proceed issued by the City and sliall be substandany completed by June 15,2020. 4. Compensation A. City agrees to pay Contractor Two I lundred Forty Four Thousand Seven 1-lundred Nine and No/100 Dothirs (5244,789.00) for performance of those services provided herein. B. City certifies that sufficient funds are available and authorized for expenditure to finance costs of this Contract during the current fiscal year. Funding in future fiscal years shall be contingent upon budgetary approval by the Tigard City Council. S. Early Termination A. This Agreement may be terminated without cause prior to the expiation of the agreed upon tenn 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 impacticablc,,within a reasonable time to proceed with a substantial portion of the Contract. B. Payment of Contractor shall be as provided by URS 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 liabitq of Contractor or City which accrued prior to such tennination. 6. Cancellation with Cause A. Cit} 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 folloxving 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. 'I'his 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 late 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 Contactor 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. Am, such temnination 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 dcfau]t(including breach of Contract) to Contractor,may ternninate the whole or any part of this Agreement: 1) If Contractor Fails to provide services called for by this .Agreement within the time specified herein or any extension thereof,or 2) If Contractor fails to perform any of the other provisions of this :Agreement, or so fails to pursue the work as to endanger performance of this Agreement in accordance witli its terms, and after receipt of written notice from City, fails to correct such failures within ten(10)dans 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 lair or under this Agreement. If City terminates this Agreement under paragraph (B), Contractor shall be entitled to receive as foil payment for all services satin factorily rendered and expenses incurred,an amount which bears the same ratio to the total fees specified in this Agreement as the senices satisfactorily rendered by Contractor bear to the total sen-ices otherwise required to be performed for such total fee; provided,that there shall be deducted from such amount the amount of damages,if any,sustained by City due to breach of Contract by Contractor. Damages for breach of Contract shall be those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 7. Force Majeure Neither City nor Contractor shall be considered in default because of any delays in completion of responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the party so disenabled,including, but not restricted to,an act of God or of a public enemy, volcano, earthquake, fire, flood, epidemic,quarantine, restriction, arca-wide strike, freight embargo, unusually severe weather or delay of Subcontractor or suppliers due to such cause;provided that the party'so disenabled shall-,vithin ten (10) days from the beginning of such delay,nodF-the other party in writing of the causes of delay and its probable extent. Such notification shall not be the basis for ation. Each party shall,however,make all reasonable efforts to removc a claim for additional compens or eliminate such a cause of delay or default and shall,upon cessation of the cause,diligently pursue performance of its obligation under Contract. S. Nonwaiver The failure of the City to insist upon or enforce strict performance by Contractor of any of the terms of taus 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 terns or rights on any future occasion. 9. Attorney's Fees In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sutra as the Court may adjudge reasonable attorney's fees and court costs including attorney's fees and court costs on appeal. 10. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any questions arising under this Agreement must be brought in the appropriate court of the State of Oregon. 11. Indemnification Contractor agrees to uhdemnify and defend the City,its officers,agents and employees and hold thein harmless from any and all liability,causes of action,claims,losses,damages,judgments or other costs or expenses including attorney's fees and vatrness 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 liabilityarising out of the sole negligence of the City and its employees. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever,such illegality or invalidity shall not affect the validity of the remainder of this indemnification. 12. Insurance Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this Contract. Such insurance shall cover all risks arising directly or indirectly out of Contractor's acti-6ties 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 Cite 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 1 185 or equivalent). This coverage shall include Contractual Liability insurance for the indemniti, provided under this Contract. The following insurance will be carried: Coverage Limit General Aggregate 53,000,000 Products-Completed Operations Aggregate S2,000,000 Personal&Advertising Injury 51,000,000 Each Occurrence S2,000,000 Tire Damage (Any one fire) S50,000 B. Commercial Automobile Insurance: Contractor shall also obtain, at Contractor's expense, and keep in effect during the tern of tlae Contract,"Symbol I"Commercial Automobile Inability coverage including coverage for all owned,lured,and non-awned vehicles.The Combined Single I_i nit 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-,lith ORS 656.017, which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not to obtain such coverage." This shall include Employer's Liability Insurance«itli coverage limits of not less than$1,000,000 each accident. D. Additional Insured Provision: The City of Tigard, Oregon, its officers, directors, and employees shall be added as additional insureds with respect to this contract. Mi. I.iability Insurance policies mill 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 V1I or better. The Cit} reserves the right to reject all or any insurance carrier(s) ,tith 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 «ill 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: A.11 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 uiil be included in all general liability,and pollution policies required by this Contract. 13. Method and Place of Giving Notice, Submitting Bills and Making Payments All notices,bills and payments shall be made in writing and may be given by personal deliver_'or by email. Notices,bills and payments sent by email should be addressed as follows: CITY OE TIGARD EAGLE-ELSNER,INC Attn: Andrew Newbur• Attn: lake Elsner Address: 13125 Stir}-tall Boulevard Address: PO BOX 23294 Tigard,.rd,Ore*on 97223 Tigard rd OR 97281 Phone: 303 718-2472 Phone: 503 628-1137 Email: andrexynci.tiga__, rd-nr.gov Email: akc Q.eagle lsncr.c:om 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 tithe of icnial delivery. Changes may be made in the names and addresses of the person to whom notices,bills and paymcnts arc to be given by giving written notice pursuant to this paragraph. Invoices shall list each project separately with work completed and amount due for each. 14. Severability In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the remainder of this Agreement shall remain in full force and effect and shall in no way be affected or invalidated thereby. 15. Complete Agreement This -Agreement constitutes the entire Agreement between the parties. No waiver, consent, modification,or change of terms of this Agreement shall bind either party unless in w iting 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 thus 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 duty authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first ,vritten. _Approved by Tigard's Local Contract Review Board via emergency delcration signed nn March 17,2020. CITY OF TIGARD EAGLE-ELSNER,INC Signature Signature 4/20/2020 Date Date ATTACHMENT H—PERFORMANCE BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION Bond Number: 30093763 Project Name: Greenfield Drive Reconstruction Western Surety Company (Surety#1) Bond Amount No. 1: $ 244,789.00 (Surety#2)* Bond Amount No. 2:* $ *If using multiole sureties Total Penal Sum of Bond: 244,789.00 We, Eagle Elsner,Inc. as Principal, and the above identified Surety(ies),authorized to transact surety business in Oregon,as Surety,hereby jointly and severally bind ourselves,our respective heirs,executors,administrators,successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of(total Penal Sum of Bond)Two Hundred Forty Four Thousand Seven Hundred Eighty Nine&No/100---($244,789.00) (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 not 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 specificatigns. 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 16th day of April , 2020 PRINCIPAL• Eagle Elsner,Inc. Y 671atare /99q4JA�4RO Ptiinted Nei e&Ti e Attest: SURETY' Western Surety Company (Add signatures for each surety if using mult k bonds) BY ATTORNEY-IN-FACT: (Power-of-Attorney must accot*any each surety bond) Gloria Bruning Nas Signature 1201 SW 12th Ave.,Suite 500 Address Portland,OR 97205 City State Zip 503-224-2500 503-224-9830 _ Phone Fax ATTACHMENT I—PAYMENT BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION Bond Number: 30093763 Project Name: Greenfield Drive Reconstruction Western Surety Company (Surety#1) Bond Amount No. 1: $ 244,789.00 (Surety#2)* Bond Amount No.2:* $ *Yusing multiple sureties Total Penal Sum of Bond: $ 244,789.00 We, Eagle Eisner,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) Two Hundred Forty Four Thousand Seven Hundred Eighty Nine&No/100---($244,789.00) (Provided, that we the Sureties bind ourselves in such sum`jointly and severally"as well as"severally" only for the purpose of allowing a joint action or actions against any or all of us,and for all other purposed each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety),and WHEREAS, the Principal has entered into a Contract with the City of Tigard,the plans,specifications, terms,and conditions of which are contained in above-referenced project solicitation; WHEREAS, the terms and conditions of the Contract, together with applicable plans, standard specifications, special provisions, schedule of performance,and schedule of Contract Prices,are made a part of this Payment bond by reference, whether or not attached to the Contract (all hereafter called "Contract");and WHEREAS,the Principal has agreed to perform the Contract in accordance with the terms,conditions, requirements, plans, and specifications, and schedule of Contract Prices which are set forth in the Contract and any attachments, and all authorized modifications of the Contract which increase the amount of the work, or the cost of the Contract, or constitute authorized extensions of time for performance of the Contract,notice of any such modifications hereby being waived by the Surety: NOW,THEREFORE,THE CONDITION OF THIS BOND IS SUCH that if the Principal 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 not 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 16th day of April 2020 PRINCIPAL: Eagle Elsner,Inch By: . 7rnzT Six at urel/r! Tinted Nam &Title l Attest: V SURETY.• Western Surety Company (Add signaturrs far each surety if using multole bonds) BY ATTORNEY-IN-FACT: (Power--of-Attorney must accompany each surety bond) Gloria Bruning Name Signature 1201 SW 12th Ave.,Suite 500 _ Address Portland, OR 97205 City State Zip 503-224-2500 503-224-9830 Phone Fax 4 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Philip O Forker, Ray M Paiement, Vicki Mather, Gloria Bruning, Richard W Kowalski, Brent Olson, J Patrick Dooney, Karen A Pierce, Joel Dietzman, Christopher A Reburn, Gail A Price,Tami Jones,Individually of Portland,OR,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 29th day of November,2018. -".. y WESTERN SURETY COMPANY a0 22ZZI� �. aul T.Bmflat,Vice President State of South Dakota 1 JT County of Minnehaha ss On this 29th day of November,2018,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls, State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J.MOHR ,�i�NOTARYPUdIJC _ June 23,2021 tSxc18OWNWOTA0 J.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed- qn the reverse reof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this I ll r'h day of °.t"EWESTERN SURETY COMPANY a44�P0g4j 3a BW:4 i^•a= hNWM L.Nelson,Assistant Secretary Form F4280-7-2012 Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ATTACHMENT J-OREGON PREVAILING WAGE RATES CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION May be downloaded from: http://www.oregon.gov/boli/WHD/PWR/Pages/pwr state.asi2x 2020 ITB—Greenfield Drive Reconstruction 29 1 Page ATTACHMENT K-GENERAL CONDITIONS CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION 2020 ITB—Greenfield Drive Reconstruction 30 1 Page ATTACHMENT L-SPECIAL PROVISIONS CITY OF TIGARD GREENFIELD DRIVE RECONSTRUCTION The Work to be done under this Contract consists of reconstructing SW Greenfield Drive and SW 132"d Ave where damage to the roadway and sidewalk occurred after a water main break,including filling subsurface voids,reconstructing roadway asphalt pavement,reconstructing cement concrete curbs, sidewalk and ramps, constructing permanent pavement markings,installing minor watermain improvements, and other miscellaneous improvements as shown on the plans entitled: GREENFIELD DRIVE EMERGENCY RECONSTRUCTION PROJECT APPLICABLE SPECIFICATIONS The Specifications that are applicable to the Work on this Project are the Part 00100 General Conditions for Construction for the City of Tigard (Attachment K of the Contract Documents) and the "Oregon Standard Specifications for Construction" (2018 Edition) as amended by these special provisions for Sections 00200 through 03000. All number references in these Special Provisions shall be understood to refer to the Sections and subsections of the Standard Specifications bearing like numbers and to Sections and subsections contained in these Special Provisions in their entirety. CLASS OF PROJECT This is a City of Tigard Project. 2020 ITB—Greenfield Drive Reconstruction 31 1 Page SECTION 00110 - ORGANIZATION, CONVENTIONS, ABBREVIATIONS AND DEFINITIONS Comply with Section 00110 of the City of Tigard General Conditions. SECTION 00120 - BIDDING REQUIREMENTS AND PROCEDURES Comply with Section 00120 of the City of Tigard General Conditions, modified as follows: 00120.01 Receipt of Bids; Opening—Replace this subsection, except for the subsection number and title,with the following: Bidders may obtain and submit Bids by paper before the deadline stated in the Advertisement for Bid and at the location stated in the Advertisement for Bid. 00120.02 Prequalification of Bidders —Delete this subsection. 00120.03 Request for Solicitation Documents—Replace this subsection,except for the subsection number and title,with the following: Informational Plans and Specifications are available online at www.tigard-or.gov/business/bids.php or in person at Tigard City Hall located at 13125 SW Hall Boulevard Tigard, Oregon 97223 at no charge. Copies of the Oregon Standard Specifications are available for download or purchase at: www.oregon.gov/OD OT/HWY/SPECS/Pages/2015_Standard_Specifications.aspx. a). Paper Bids - Bidders must obtain Solicitation Documents from the City of Tigard, either online at v;ww.tigard-or.gov/business/bids.pjia or in person at Tigard City Hall located at 13125 SW Hall Boulevard, Tigard, Oregon 97223. Each request must include both the name of the person ordering or obtaining the Solicitation Documents, and the name of the Entity intending to use them. (The City will add the name of the Entity intending to use the Solicitation Documents to the list of Holders of Bidding Plans.) Bidders are cautioned that only Solicitation Documents obtained from the City of Tigard may be used to submit Bids. b). Standards and Specifications-The work embraced herein shall be done in accordance with the following standards and specifications. City of Tigard Public Improvement Design Standards...Download from the City's web site CWS Design and Construction Standards .........................www.cleanwaterservices.org Manual on Uniform Traffic Control Devices (MUTCD)...............Available from FHWA 2018 Oregon Standard Specifications for Construction................Available from ODOT Copies of these standards and specifications can be found at the locations stated above. 00120.04 Pre-Bid Meeting—Delete this subsection. 00120.17(b) Outside Normal Right-of-Way Limits —Add the flowing to the end of this subsection: 2020 ITB—Greenfield Drive Reconstruction 32 1 Page The Agency does not own, or have rights to, other adjacent properties in the Project area for use in stockpiling operations. The Contractor shall acquire, at its own expense, the rights of access to, and the use of, all stockpiling locations that the Contractor chooses that are not Agency-controlled. Contractor shall furnish to the Agency the property owner's written approval for the Contractors use of its land. SECTION 00130 -AWARD AND EXECUTION OF CONTRACT Comply with Section 00130 of the City of Tigard General Conditions. SECTION 00140 - SCOPE OF WORK Comply with Section 00140 of the City of Tigard General Conditions, modified as follows: 00140.30 Agency-Required Changes in the Work—Add the following paragraphs to the end of this subsection: The City may add work, up to 25% of the total project value without changes in unit prices except for specific items where the addition significantly changes the character of the work. SECTION 00150 - CONTROL OF WORK Comply with Section 00150 of the City of Tigard General Conditions, modified as follows: 00150.15 Construction Stakes, Lines, and Grades 00150.15(a) Agency Responsibilities - Replace this subsection,except for the subsection number and title, with the following: The Agency will not establish any principal grades or lines. 00150.15(b) Contractor Responsibilities - Replace this subsection, except for the subsection number and title,with the following: The Contractor shall perform the Contractor responsibilities described in the Construction Surveying Manual for Contractors, Chapter 1.6 (see Section 00305) and the following: • The Contractor shall be responsible to furnish all field controls for setting principal lines, grades, and measurements as needed to construct the Work per the requirements outlined in Section 00305 and as indicated in the Contract Documents. 00150.30 Delivery of Notices—Replace this subsection with the following subsection: For purposes of this subsection,the time zone is Pacific Standard Time (PST) to determine time of receipt of notices and other documents. For purposes of this subsection, non-business days are Saturdays, Sundays and legal holidays as defined by ORS 187.010 and 187.020. Following Notice to Proceed, all notices and other documents submitted to the Contractor by the Engineer, or to the Engineer by the Contractor, electronically under 00170.08: Claims must be submitted on paper documents according to Section 00199. 2020 ITB—Greenfield Drive Reconstruction 33 1 Page 00150.50(b) Agency Responsibilities –Add the following paragraph to the end of this subsection: The locations, depth and description of existing utilities shown were compiled from available GIS mapping, records and/or field observations. The Engineer or Utility Companies do not guarantee the accuracy or the completeness of such locations. Additional utilities may exist in the project area. Add the following subsection: 00150.50(d) Utility Information: There are no anticipated conflicts with the Utilities listed below unless specifically noted. Minor adjustments of manholes, or boxes may need to be adjusted to finish grade by the Utility owner and the Contractor shall coordinate this work to be completed during construction. The Contractor shall provide two (2)weeks advance notice to those Utilities that have adjustment work indicated on the Contract Plans. The Contractor shall contact those Utilities having buried facilities and request that they locate and mark them for their protection prior to construction. Additionally,the Contractor shall notify all utility owners which may be affected by the construction operation at least 48 hours in advance when their services may be affected by the work, and coordinate with affected utilities as necessary. ency .Contact Phone Email _ WATER it - City of Tigard Sam Morrison 503-718-2600 SAMM e,tigard-or.gov Tualatin Valley 24-hour 503-639-1554 kevin.henning9tvwd.org Water District Kevin Henning 503-701-0962 SANITARY SEWER City of Tigard Rob Block 503-718-2607 Rob&tig;ard-oror.gov Clean Water Duke Tran 503-861-3636 trandkcleanwaterservices.org STORM SEWER City of Tigard Rob Block 503-718-2607 Rob e tiggrd-or.gov _ POWER PGE Jose Velasco 503-612-4638 Jose.Velascokpgn.com 24-hour 503-464-7777 Damage &Repair 503-736-5662 CABLE INTERNET TELEPHONE , AT&T Local Steve Dixon 360-882-4268 SDixon kpivotalcomm.com Daniel McGeough ext 103 Dm21249att.com 425-896-9830 Comcast Alexander Silantiev 503-596-3733 Alexander Silantievncomcast.com Van Mesplay 971-801-5787 van mesplaya,comcast.com 2020 ITB–Greenfield Drive Reconstruction 34 Page Agency Contact I Phone Email Damage &Repair 503-617-1212 CenturyLink Scott Miller 971-769-9940 scott.miller4ncen ,link.com (Local Network) CenturyLink Mike Lopez 503-242-4144 michael.lopez 1 kcenturylink.com (National Network) Frontier Scott Binney 503-643-0977 Scott.binne�ygftr.com 24-hour 1-877-462- 8188 Verizon/MCI Daniel Ruiz 425-471-1079 Daniel.Ruiz(kVerizonWireless.com Zayo Fiber Joseph Kleinsasser 720-549-2293 Joseph.kleinsasser(cr�,zayo.com GAS NW Natural Rich Girard 360-921-0314 Richard.Girard(knwnatural.com Kirk Bentdahl 503-816-0299 Kirk.bentdahlknwnatural.com Damage &Repair 503-226-4211 Lh SIGNAL EMMEL Wash Co LUT Kevin Ellington 503-846-7959 Kevin Ellington(kco.washington.or.us It is the Contractor's responsibility to adjust utility structures and maintain adequate access to those utilities (in the judgment of the Engineer)regardless of cooperation(or lack thereof) from affected utilities. 00150.60(a) Load and Speed Restrictions for Construction Vehicles and Equipment -Add the following at the end of the numbered list: 4. The Contractor shall follow approved truck routes when hauling all materials and equipment beyond the limits of the Project Site. The proposed truck routes to be used by the Contractor shall be submitted to the Engineer for review and approval prior to the start of work. 5. The Contractor shall restrict the combined weights of construction vehicles, Equipment, and Materials on Bridges according to 00220.45. 00150.70 Detrimental Operations -Add the following to the end of the subsection: Portions of this project will be constructed in close proximity to existing private improvements. All private improvements disturbed by the Contractor's operations shall be repaired or replaced to equal or better conditions at the Contractor's expense. 2020 ITB—Greenfield Drive Reconstruction 35 1 Page SECTION 00160 - SOURCE OF MATERIALS Comply with Section 00160 of the City of Tigard General Conditions. SECTION 00165 - QUALITY OF MATERIALS Comply with Section 00165 of the City of Tigard General Conditions. SECTION 00170 - LEGAL RELATIONS AND RESPONSIBILITIES Comply with Section 00170 of the City of Tigard General Conditions, modified as follows: 00170.01(b) State of Oregon Agencies -Add the following to the list of State of Oregon Agencies: Oregon Department of Transportation (ODOT) 00170.01(c) Local Agencies -Add the following to the list of Local Agencies: Washington County Land Use and Transportation (LUT) Clean Water Services (CWS) Add the following subsection: 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. 00170.70(b) Additional Insured -Add the following subsection: Add the following as Additional Insureds under the Section 11 of the Public Improvements Contract in the Contract Booklet: • Wallis Engineering,PLLC 00170.72 Indemnification -Add the following subsection: Add the following paragraph and bullets under Section 10 of the Public Improvement Contract in the Contract Booklet: Extend indemnity, defense and hold harmless to the Agency and the following: • Wallis Engineering,PLLC SECTION 00180 - PROSECUTION AND PROGRESS Comply with Section 00180 of the City of Tigard General Conditions, modified as follows: 00180.20(a) Subcontracting Limitations -After the paragraph that begins "The Contractor's own organization..." add the following paragraph: The Contractor's own organization shall preform Work amounting to at least 30%of the original Contract Amount. 00180.40(a) In General -Add the following at the end of the numbered list: 2020 ITB—Greenfield Drive Reconstruction 36 1 Page 3. Conduct the Work between the hours of 7:00 AM to 7:00 PM, Monday through Friday, unless otherwise indicated in Section 00220.40(e-1). Add the following subsection: 00180.40(c) Specific Limitations - Limitations of operations specified in these Special Provisions include, but are not limited to, the following: Limitations Subsection Cooperation with Utilities ................................................... 00150.50 Cooperation with Other Contractors ................................ 00150.55 On-Site Work.................................................................... 00180.40(b) Contract Completion Time ............................................ 00180.50(h) Traffic Lane Restrictions ................................................. 00220.40(e) Special Events ................................................................... 00220.40(e) Maintenance Under Traffic ................................................. 00620.43 The Contractor shall be aware of and subject to schedule limitations in the Standard Specifications that are not listed in this subsection. 00180.41 Project Work Schedules -After the paragraph that begins "One of the following Type..." add the following paragraphs: A Type "A" schedule as detailed in the City of Tigard General Conditions is required for this contract. Prior to performing each specific work task, the Contractor is required to inform the Agency's inspector specifically what tasks will be performed and precisely when and where those tasks will be performed. Work performed without providing advance notice to the Agency's inspector may be rejected for failure to provide advance notice, even if no other reason is documented for such rejection. Add the following subsection: 00180.42 Preconstruction Conference —Supplement this section with the following: The Contractor is required to contact the Agency to schedule the preconstruction conference. In addition to the Contractor,the intended project superintendents, foremen, subcontractor foremen and major suppliers — those who will actually be involved in construction activities — should attend the preconstruction conference. The Contractor must be prepared for a thorough discussion and review, as well as revision,which may be deemed necessary in the opinion of the Engineer, of the following: (Note: These materials SHALL be brought to the preconstruction conference for discussion followed by Engineer review. Some items may also require submittal in advance of the preconstruction meeting per the specifications.) • Contractor's plan of operation and progress schedule (3+ copies) • List of 24-hour emergency phone numbers for the project manager, site foreman, and traffic control supervisor • List of subcontractors, names, addresses and phone numbers • List of quality control subcontractor(s), name(s), address(s) and phone number(s) 2020 ITB—Greenfield Drive Reconstruction 37 1 Page • List of materials fabricated or manufactured off the project • Material sources for the project • Names of principal suppliers • Detailed equipment list • "Project Labor List" for all employee classifications anticipated to be used on project • Cost percentage breakdown for lump sum bid item(s) • Shop drawings (bring preliminary list) • Traffic Control Plans (3+ copies) • Erosion and Sediment Control Plan (3+ copies) • Pollution Control Plan (3+ copies) • Proposed site for waste material disposal and any necessary permits required for placing this material • Proposed truck haul route During the preconstruction conference,be prepared to discuss the following items: • Bonds and Insurance • Weekly project meetings—schedule and responsibilities • Provision for inspection for materials from outside sources • Responsibility for locating utilities • Responsibility for damage • Time schedule for relocations,if by other than Contractor (coordinate with utilities) • Compliance with Contract Documents • Hours of work • Acceptance and approval of work • Labor compliance,payrolls, and certifications • Safety regulations for Contractor's and Owner's employees and representatives • Suspension of work, time extensions • Change order procedures • Progress estimates—procedures for payment • Special requirements of funding agencies • Construction engineering, advance notice of special work • Any interpretation of the Contract Documents requested by the Contractor • Any conflicts or omissions in the Contract Documents • Any other problems or questions concerning the work • Processing and administration of public complaints • Rights-of-way, Easements and Temporary Construction Easements 00180.43 Commencement and Performance of Work— Add the following buffeted item to the end of this Section: • Conduct the work at all times in a manner and sequence that will ensure minimal interference with traffic. The Contractor shall not begin work that will interfere with work already started. If it is in the City's best interest to do so, the City may require the Contractor to finish a portion or unit of the project of which work is in progress or to finish a construction operation before work is started on an additional portion or unit of the project. 2020 ITB—Greenfield Drive Reconstruction 38 1 Page 00180.44(g) Coordination Meetings —Delete this subsection. 00180.44(h) Pre-Event Meetings —Delete this subsection. 00180.44(i) Pre-Survey Conference—Delete this subsection. 00180.50(c) Beginning of Contract Time —Replace this subsection, except for the subsection number and title,with the following: When the Contract Time is stated in Calendar Days, counting of Contract Calendar Days will begin with the issuance of the Notice to Proceed. Add the following subsection: 00180.50(h) Contract Time Work to be done under this project shall be completed within forty-five (45) calendar days from the Beginning of Contract Time as stated in 00180.50(c). 00180.85 (b) Liquidated Damages -Add the following paragraph to the end of this subsection: The liquidated damages for failure to complete the Work on time required by 00180.50(h) will be $700 per Calendar Day. SECTION 00190 -MEASUREMENT OF PAY QUANTITIES Comply with Section 00190 of the City of Tigard General Conditions, modified as follows: 00190.20(f-2) Scale Without Automatic Printer -Add the following paragraph after the paragraph that begins " If the scales require manual entry...": Pay costs for the weigh witness at that person's contract billing rate. 00190.20(g) Agency-Provided Weigh Technician -Add the following paragraph to the end of this subsection: Pay costs for the weigh technician at that person's contract billing rate. SECTION 00195 -PAYMENT Comply with Section 00195 of the City of Tigard General Conditions modified as follows: 00195.13 Asphalt cement Material Price Escalation/De-Escalation Clause —Delete this subsection. 00195.50(a)(2) Value of Materials on Hand—Delete this subsection. SECTION 00196 - PAYMENT FOR EXTRA WORK Comply with Section 00196 of the City of Tigard General Conditions. 2020 ITB—Greenfield Drive Reconstruction 39 1 Page SECTION 00197 - PAYMENT FOR FORCE ACCOUNT WORK Comply with Section 00197 of the City of Tigard General Conditions. SECTION 00199- DISAGREEMENTS, PROTESTS, AND CLAIMS Comply with Section 00199 of the City of Tigard General Conditions. SECTION 00210 - MOBILIZATION Comply with Section 00210 of the Standard Specifications modified as follows: 00210.00 Scope—Add the following to this subsection: Pre-construction Visual Survey. Prior to commencing any construction activities, the Contractor shall prepare a recorded visual survey of all existing features within the project limits as well as adjacent properties. The visual survey shall be recorded on standard digital equipment and a DVD copy shall be provided to the Agency for the Agency's review prior to commencing construction. The survey shall show all features within or adjacent to the project limits which are known or suspected to generate damage claims. The survey shall also include video of any existing improvements which were damaged prior to construction. Post-construction visual comparison to the visual survey shall be a basis for determining damage to properties should a damage claim arise. 00210.40 Mobilization—Add the following bulleted items to the end of this Subsection: • Obtain all applicable licenses and insurance required by the Contract to complete the work as specified herein. 00210.90 Payment—Add the following to this subsection: Payment for mobilization shall also include all costs associated with completing a pre-construction visual survey and obtaining all necessary licenses and insurance. SECTION 00220 -ACCOMMODATIONS FOR PUBLIC TRAFFIC Comply with Section 00220 of the Standard Specifications modified as follows: 00220.02 Public Safety and Mobility—Replace the bulleted item that begins `Do not block driveways'with the following: Do not block driveways, intersections or approaches without the approval of the Engineer. Provide reasonable access, such as temporary ramps, to driveways,intersections or approaches at no expense to the City. 00220.02 Public Safety and Mobility- Supplement this subsection with the following: The Contractor must obtain the Engineer's approval of a traffic control and signage plan for each street on which traffic will be disrupted at least 7 days before work on that street begins, shall implement the plan before occupying any portion of the street, and shall maintain traffic control in accordance with that plan, or as otherwise directed by the Engineer, for the duration of the work. The amount of time that a roadway is left unstriped or with temporary striping must be minimized. Permanent striping must be replaced on the roadway as soon as feasible; a maximum of 10 calendar days after construction activity removes or covers roadway striping. 2020 ITB—Greenfield Drive Reconstruction 40 1 Page Do not place work zone signs or supports that will block existing walkways or bikeways unless otherwise approved by the Engineer. The Engineer and/or inspector may order immediate stoppage of work and restoration of normal traffic patterns at any time if, in their judgment, such action is necessary to reduce excessive delays and/or protect public safety. SECTION 00225 -WORK ZONE TRAFFIC CONTROL Comply with Section 00225 of the Standard Specifications modified as follows: 00225.02 General Requirements—Supplement this subsection with the following: Provide and maintain all new TCM and maintain existing TCM in place as part of road closure The Engineer may verbally or in writing require immediate changes to the TCM being used on the Project. Immediately make these changes, as directed. Submit all proposed TCM revisions to the Engineer for approval. Do not start work on any stage of construction until the TCP has been reviewed and accepted and all TCM are in place and the TCP is operating satisfactorily. During construction, determine if TCM, in addition to those in place, are required and immediately notify the Engineer. Immediately make changes as approved or directed, but do not place or remove devices without prior approval. Work may be suspended as specified in 00180.70 or the TCM may be performed by the Agency if the Contractor fails to correct an unsafe condition. Costs for work performed by the Agency will be deducted from monies due the Contractor. The Contractor shall obtain the Engineer's approval of all signage and communication methods to be used for this project. Notify the Engineer and/or inspector of any non-cooperative neighbors at least 24 hours before work would be affected. 00225.05 Traffic Control Plan—Supplement this subsection with the following: The Contractor shall acknowledge the use of the existing TCP in place onsite as part of the road closure and shall submit modified TCP in accordance with the sections below for all modifications to existing TCP. It is expected that modifications will be required to permit the frequent access needs of the Contractor's equipment,personel,and deliveries. The Contractor will be required to provide all necessary additional TCM as shown in the approved TCP,including flagging/spotters, for the portion of the project site closed to public traffic and those outside of the existing closure. 00225.05(b) Contractor Modified Traffic Control Plan—Supplement this subsection with the following: If the general contractor prepares traffic control plans for work to be completed by subcontractors, the TCP shall also be signed by the subcontractor who will be completing work items under that plan. If at any time during the work the Engineer determines the Traffic Control Plan to be inadequate, the Contractor shall provide additional traffic control signs, devices and labor at no additional cost to the Agency. The Contractor shall provide the Engineer five (5) working days to review any submitted traffic control drawings. Drawings which are not approved shall be corrected and resubmitted for review as specified above. 2020 ITB—Greenfield Drive Reconstruction 41 1 Page Public traffic shall be permitted to pass through the work area (unless previously closed by the City prior to the work), or an approved detour, with as little inconvenience and delay as possible. Bicycle and pedestrian lanes and pathways are legal travel lanes and must be treated as such. They shall be free of obstructions with as little delay as possible. Lane and pathways will be maintained free of debris to allow safe passage. The minimum travel lane width for a bicycle lane through a work zone area shall be four(4) feet. For temporary bicycle and pedestrian lanes and pathways, ADA compliant ramps must be used where the elevation difference is greater than 1/a inch. The Contractor shall utilize cones, no parking signs and other means as needed in advance of paving and other construction operations to keep the roadway clear. The Contractor shall be responsible for all day- to-day coordination necessary to clear the roadway prior to paving. When signs are required for which specifications are not listed in the Contract Documents,the Contractor shall submit drawings for approval by the Engineer. 00225.10 General - In the paragraph that begins "Evaluate the condition...", replace the first sentence with the following sentence: Evaluate the condition of TCD using the criteria shown in the most current version in effect of the American Traffic Safety Services Association (ATSSA) publication titled "Quality Guidelines for Temporary Traffic Control Devices and Features", available from the ATSSA website at www.atssa.com. 00225.12 Temporary Barricades, Guardrail, Barrier,Attenuators Fencing, and Channelizing Devices -Add the following subsection: 00225.12(g) Pedestrian Channelizing Device - Use pedestrian channelizing devices (PCD) from the QPL or Conditional Use List and as shown on the standard drawings or as modified by the supplemental drawings. 00225.32(b) Traffic Control Inspection Without TCS— supplement this subsection with the following: When the bid schedule does not include an item for a TCS, the Project Superintendent may be appointed as the TCS, but shall not perform duties of a laborer, operator or foreman while acting as the TCS and shall meet the requirements of this Section. 00225.32(b) Traffic Control Inspection Without TCS —Delete the bullet beginning"Prepares and signs a daily..." 00225.41 Temporary Signing—Add the following sentence to the end of the paragraph that begins "Once temporary signs have been accepted...": Temporary signs shall be removed promptly (as determined by the Engineer) when they are no longer in effect. 00225.43(g) Temporary Pavement Markings—Replace this subsection, except for the subsection number and title,with the following: Before opening roadways to traffic, unless otherwise allowed, apply temporary striping or flexible pavement markers to simulate lane lines, and apply temporary stop bars and crosswalk bars. 2020 ITB—Greenfield Drive Reconstruction 42 1 Page Temporary markers and striping shall be replaced with permanent striping no later than 10 days after placement. 00225.44(1) Pavement Marking Removal—Supplement this subsection with the following: Remove pavement markings a maximum of 48 hours before permanent markings will be applied. Temporary markings shall be used in the interim. 00225.80 Measurement -Add the following paragraph to the end of this subsection: Work under this Section for this project will be paid for by the Method "C"—Incidental Basis. SECTION 00280 - EROSION AND SEDIMENT CONTROL Comply with Section 00280 of the Standard Specifications modified as follows: 00280.00 Scope -Add the following paragraph to the end of this subsection: This section shall be governed by Clean Water Services. 00280.80 Measurement—Add the following to the end of this subsection: (f) Incidental—All work required under this section will be considered incidental to other bid items and no specific or separate measurement will be made for Erosion and Sediment Control. Work under this Section for this project will be paid for by the Method 'T'—Incidental basis. 00280.90 Payment—Add the following to the end of this subsection: When the Contract Schedule of Items does not indicate payment for Erosion Control, all erosion and sediment prevention measures will be considered Incidental and no separate payment will be made. SECTION 00290 —ENVIRONMENTAL PROTECTION Comply with Section 00290 of the Standard Specifications modified as follows: 00290.90 Payment—Add the following to the end of this subsection: When the Contract Schedule of Items does not indicate payment for Pollution Prevention, all work necessary to comply with this Section will be considered Incidental and no separate payment will be made. SECTION 00305 - CONSTRUCTION SURVEY WORK Section 00305,which is not a Standard Specification,is included for this Project by Special Provision. Description 00305.00 Scope—Provide construction survey work according to the current edition on the date of Advertisement, of the ODOT "Construction Surveying Manual for Contractors" as needed to complete the work. This manual is available on the web at: https://www.oregon.gov/ODOT/ETA/Documents Geometronics/Construction-Survey-Manual- Contractors.pdf 2020 ITB—Greenfield Drive Reconstruction 43 1 Page The Agency will not establish control stations,perform measurements and calculations for pay quantities, or perform final "as constructed" measurements, contrary to Section 1.5 of the above referenced manual. The Contractor's surveyor will be responsible to complete this work. Make all supporting computations and field notes required for control of the work and as necessary to establish the exact position,orientation, and elevation of the work from control stations,including furnishing and setting construction stakes and marks, reference marks, and additional control stations. The Engineer will not be responsible for any data translations. An electronic copy of the base drawing, in autocad.dwg format shall be delivered to the Contractor's surveyor. The electronic drawings shall be used by the Contactor's surveyor as a reference, and it shall be the responsibility of the Contractor to confirm that all data contained within the electronic drawings is consistent with the contract documents. Measurement 00305.80 Measurement - No measurement of quantities will be made for construction survey work. Payment 00305.90 Payment - Replace this subsection,except for the subsection number and title,with the following: The accepted quantities of construction survey work will be paid for at the Contract lump sum amount for the item "Construction Survey Work". Payment will be payment in full for 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 work necessary to install survey monument box. No separate or additional payment will be made for preparing surveying documents including but not limited to office time,preparing and checking survey notes, and all other related preparation work. Costs incurred caused by survey errors will be at no additional cost to the Agency. These costs include price adjustments for failure to meet requirements of the "Construction Surveying Manual for Contractors", repair or removal and replacement of deficient product, and over-run of material. SECTION 00310 - REMOVAL OF STRUCTURES AND OBSTRUCTIONS Comply with Section 00310 of the Standard Specifications modified as follows: 00310.41(a) General—Supplement this subsection with the following: The Contractor shall immediately vacuum all sawcutting waste and dispose of it in a legal manner. Add the following subsection: 2020 ITB—Greenfield Drive Reconstruction 44 1 Page 00310.45 Excavation of Existing Surfaces — Remove sidewalk, curb and surfacings as shown on the Plans or as directed by the Engineer. Sidewalk, curbs and surfacings to be removed shall be cut in neat, straight lines with vertical edges along the limits of removal. The cut lines for removal of asphaltic or cement concrete pavement shall be reviewed and approved by the Engineer in the field before cutting. Demolish and remove concrete curbs, and other surfacings as directed by the Engineer or as shown. Make a vertical saw cut between any existing curb that is to remain and portion that is to be removed. 00310.92 Separate Item Basis - Replace the sentence that begins "Item (d) includes..."with the following: Item (d) includes but is not limited to saw cutting, removal of existing asphalt, aggregate base, curbs, islands, sidewalks and other surfacings to the limits and grades shown on the plans. All equipment and labor necessary to proof roll existing surfaces, including sidewalk as shown on the Contract Plans, shall be considered incidental this bid item. SECTION 00320 - CLEARING AND GRUBBING Comply with Section 00320 of the Standard Specifications. SECTION 00330 -EARTHWORK Comply with Section 00330 of the Standard Specifications. SECTION 00331—SUBGRADE STABILIZATION Comply with Section 00331 of the Standard Specifications. SECTION 00350 - GEOSYNTHETIC INSTALLATION Comply with Section 00350 of the Standard Specifications. SECTION 00405 -TRENCH EXCAVATION, BEDDING,AND BACKFILL Comply with Section 00405 of the Standard Specifications modified as follows: 00405.02 Definitions—Add the following to this subsection: Exploratory Excavation — Exploratory excavations are those made in order to ascertain the location, elevation, configurations, and material type of underground facilities or utilities. Excavation limits shall be approved by the Engineer and shall not exceed a depth of six (6) feet,width of five (5) feet,and length of five (5) feet. Backfill and temporary or permanent surface restoration as appropriate is also included in this work. Payment 00405.90 Payment—Supplement the bulleted list at the end of this section with the following: Exploratory Excavations SECTION 00440 - COMMERCIAL GRADE CONCRETE Comply with Section 00440 of the Standard Specifications modified as follows: Add the following subsection: 2020 ITB—Greenfield Drive Reconstruction 45 1 Page 00440.01 Terminology-According to 00110.05(a), for the purposes of this Contract, the terms "sidewalk ramp" and "sidewalk ramps" shall respectively refer to and shall be read to mean "curb ramp" and "curb ramps". Add the following subsection: 00440.02 Abbreviations and Definitions: ASTV—Actual Strength Test Value —See 02001.02 for definition. 00440.12 Properties of Commercial Grade Concrete - Replace the bullet that begins "Compressive strength..." with the following bullet: Compressive Strength -ASTV minimum of 3,000 psi at 28 days 00440.13 Field-Mixed Concrete -Add the following paragraph to the end of this subsection: Pre packaged dry blended concrete from the QPL may be used for work items listed in 00440.14(a). 00440.14(d) Hardened CGC—Supplement this section with the following: The ASTV at 28 Days is the average compressive strength of the three cylinders tested. Discard all specimens that show definite evidence,other than low strength,of improper sampling,molding,handling, curing, or testing.The average strength of the remaining cylinders shall then be considered the test result. Cast one (1) set of four (4) cylinders per 50 cubic yards of sidewalk, ramps, and curb constructed and conduct one (1) compressive strength test at 7 days and three (3) at 28 days. SECTION 00442—CONTROLLED LOW STRENGTH MATERIALS Comply with Section 00442 of the Standard Specifications. SECTION 00470 —MANHOLES, CATCH BASINS AND INLETS Comply with Section 00470 of the Standard Specifications modified as follows: Payment 00490.90 Payment—Add the following items to the pay item list: Pay Item Unit of Measurement (1) Cast Iron Monument Box....... Each Payment for item (1)includes all equipment,labor and material necessary to furnish and install monument boxes as shown in the plans. Payment also includes all necessary coordination with the City's contracted surveyor to locate the monument boxes. SECTION 00490 -WORK ON EXISTING SEWERS AND STRUCTURES Comply with Section 00490 of the Standard Specifications modified as follows: 2020 ITB—Greenfield Drive Reconstruction 46 1 Page 00490.43 Abandoning Pipe in Place —Replace this subsection, except for the subsection number and title, with the following: Drain abandoned pipes and completely fill with Controlled Low Strength Materials (CLSM) meeting the requirements of Section 00442 and having a minimum compressive strength of 150 -200 psi. CLSM shall be pumped into the pipe from the downhill end. In order to provide visual confirmation that the pipe is full, install a PVC vent tube facing upward from the uphill end of the pipe. Plug abandoned pipe ends with grout seals. Where abandoned pipes connect to sewer/storm manholes, cut pipe 18 inches from outside face of manhole,remove the pipe,and install water-tight plug,reshape the channel to conform to the Standard Drawings if manhole is to remain active. Plug nut shall be accessible from inside the manhole. Grout and plug abandoned sewer as noted above. Ensure all connected structures and pipes are accounted for and disconnected as necessary prior to abandonment. 00490.40 General— Supplement this section with the following: Where shown,boxes to be adjusted shall be made parallel or perpendicular(as applicable) to the proposed roadway curbing unless approved otherwise by the Engineer. 00490.44 Abandoned Manholes, Catch Basins, and Sewer Facilities - Replace this subsection,except for the subsection number and title,with the following: Temporarily cap or plug all connecting pipes to remain in place using approved watertight fittings. Remove the manhole frame, cover,grade rings, cone or flat top and manhole sections, or the catch basin frame and catch basin sections, or other facilities to a minimum depth of 4 feet below finish grade or 2 feet below any new facility to be installed,whichever is greater. Rubblize or perforate manhole and catch basin bases to prevent entrapment of water. Fill the remaining portion of the structure with granular material meeting the requirements of Section 02630. Compact the granular material to 90 percent of maximum density according to AASHTO T-180. 00490.48 Adjusting Boxes, Cleanout Lids and Similar Structures —Add the following to the end of this subsection: A pre-construction monument survey was performed by the Engineer's surveyor prior to construction. Multiple survey monuments may be present throughout the project areas,located both inside and outside of monument boxes. The Contractor shall install new boxes where shown,protect existing boxes where shown, and protect all monuments from damage to the maximum extent feasible. The Contractor shall install new monument boxes over all existing monument pins located within the roadway that do not have an existing box. Cast or ductile iron riser rings may be used for adjusting monument boxes. Replace aluminum lids with cast or ductile iron lids that are fitted to the riser ring. The Contractor shall be responsible for installing monument boxes at the exact horizontal location of any monument that has been disturbed. The Engineer's surveyor will reset the horizontal and vertical location of these monuments after construction. Water valve access lids shall only be adjusted by raising the top section of the existing 910 can. Measurement 00490.80 Measurement —Supplement this section with the following: Abandoning the existing sewer/storm system as shown on the plans will be measured on the lump sum basis. Payment 2020 ITB—Greenfield Drive Reconstruction 47 1 Page 00490.90 Payment—Add the following items to the pay item list: Pay Item Unit of Measurement 0) Abandonment of Existing Storm Sewer System....... Lump Sum Payment for item 0) includes all equipment, labor and materials necessary to completely abandon the existing storm sewer system as shown in the Contract Plans including removing (either partially or fully) existing structures,backfilling structures and structure voids with compacted aggregate,plugging pipe ends and completely filling pipes with CLSM. All associated surface restoration including asphalt pavement, cement concrete, and landscaping, shall also be included in this bid item. SECTION 00495 —TRENCH RESURFACING Comply with Section 00495 of the Standard Specifications modified as follows: Add the following new subsection: 00495.41 Temporary Trench Resurfacing — When permitted by the Engineer in writing, cold mix asphalt may be substituted for asphalt concrete paving or emulsified asphalt concrete paving for use in temporary trench resurfacing. The Contractor shall replace this material in order to provide a smooth driving surface, as requested by the Engineer, at no additional or separate cost to the Owner. 00495.80 Measurement — Replace this subsection, except for the subsection number and title, with the following: No measurement of quantities will be made for trench resurfacing. 00495.90 Payment—Supplement this subsection with the following: No payment will be made for trench resurfacing. This work will be considered incidental to other bid items. SECTION 00610— RECONDITIONING EXISTING ROADWAYS. Comply with Section 00610 of the Standard Specifications modified as follows: 00610.00 Scope—Supplement this subsection with the following: If existing paved surfaces and bases are to be excavated and removed, the performance, measurement, and payment of the Work will be according to Section 00310 as indicated in the Contract Schedule of Items. 00610.42 Aggregate Subbase, Base and Surfacing—Supplement this subsection with the following: Finish the surface to the grade shown on the plans and the grade which establishes a smooth and driveable surface free from bumps, humps or other vertical abnormalities. Grading shall be approved by the Engineer prior to paving. Add the following section: 2020 ITB—Greenfield Drive Reconstruction 48 1 Page 00610.44 Protect Existing Subgrade—The Contractor shall protect the existing roadway subgrade from damage following asphalt pavement removal. Protection will include limiting all construction activities that could damage an exposed subgrade such as continued loading with construction equipment as part of haul routes for other work, continued loading during periods with inclement weather that could compromise subgrade soils and all other activities within control of the Contractor. The Contractor shall protect exposed subgrades from excessive moisture after pavement removal. Preventative measures shall be employed to protect the subgrade during forecasted precipitation. Any damage to the subgrade as a result of the Contractors negligence shall be repaired at the Contractors expense. 00610.80 Measurement—Replace this subsection, except for the number and title,with the following: The quantities of"Reconditioning Existing Roadway" will be measured on the area basis, computed by multiplying the length of the roadway by the width of the roadbed actually graded, compacted, and finished as accepted by the Engineer. Additional aggregate imported and constructed onsite as required to achieve the desired cross section and finished grading of the roadway will be measured under 00641. 00610.90 Payment—Replace this subsection, except for the number and title,with the following: Pay Item Unit of Measurement (a) Reconditioning Existing Roadway Square Yard Payment will be payment in full for furnishing all Materials, Equipment,labor, and Incidentals necessary to complete the Work as specified. Item (a) includes all labor, equipment and materials necessary to trim, shape, finish, compact and proof- roll the roadway in preparation for new asphalt concrete pavement placement. Payment also includes all materials, equipment and labor necessary to protect the subgrade from damage prior to new asphalt concrete pavement construction. No additional payment will be made for additional grading necessary to establish the cross section shown in the Contract Plans and to provide a smooth and drivable roadway free of ruts, depressions and irregularities. SECTION 00641—AGGREGATE SUBBASE, BASE,AND SHOULDERS Comply with Section 00641 of the Standard Specifications modified as follows: 00641.90 Payment—Add the following pay item: Pay Item Unit of Measurement (h) Backfill Existing Roadway Voids Ton In item (h), payment includes all costs necessary to furnish, place and compact material in subsurface voids caused as a result of the water main break, as verified by the Engineer. No separate or additional payment will be made for aggregate used as part of other bid items not specifically included in this section. Items (c) and (h) apply only to the work necessary to fill subsurface voids and construct aggregate base under roads and sidewalk. Aggregate used for other work items shall be considered incidental to those bid items. 2020 ITB—Greenfield Drive Reconstruction 49 1 Page SECTION 00730 -EMULSIFIED ASPHALT TACK COAT Comply with Section 00730 of the Standard Specifications modified as follows: 00730.22 Asphalt Distributor—Add the following to the end of this subsection: Apply emulsified asphalt material to vertical surfaces (curb faces,catch basin faces,and butt joints).Avoid excess tack coat overspray being applied to vertical surfaces. Shields protecting vertical faces shall be provided and used during tacking operations. All overspray shall be promptly removed. 00730.44 Applying Tack Coat — Replace the sentence beginning with "Apply the emulsified asphalt..." with the following: Apply the emulsified asphalt to the prepared surface at a rate between 0.8 and 0.20 gallons per square yard as directed and with the emulsified asphalt temperature between 140 °F and 185 °F as recommend by the manufacturer. Additional application of tack may be required, as directed by the Inspector, to obtain the necessary residual asphalt. 00730.90 Payment - Replace this section, except for the section number and title,with the following: No separate or additional payment will be made for emulsified asphalt tack coat. SECTION 00744 -ASPHALT CONCRETE PAVEMENT Replace Section 00744 of the Standard Specifications with the following Section 00744. SECTION 00744—ASPHALT CONCRETE PAVEMENT Description 00744.00 Scope - This work consists of constructing asphalt concrete pavement (ACP) to the lines, grades, thicknesses, and cross sections shown or established. 00744.01 Abbreviations: HMAC - Hot Mix Asphalt Concrete MDT - Maximum Density Test RAM - Recycled Asphalt Material TSR - Tensile Strength Ratio VFA - Voids Filled with Asphalt VMA - Voids in Mineral Aggregate WMAC - Warm Mix Asphalt Concrete 00744.02 Definitions: Asphalt Concrete Pavement -Uniformly coated mixture of asphalt cement,graded aggregate,and additives as required. The use of ACP in this section refers to either hot mix or warm mix asphalt concrete. Hot Mix Asphalt Concrete -A hot plant mixed ACP. Level 1 ACP -ACP for use in applications with very low traffic and only limited exposure to trucks. Level 2 ACP -ACP for use in applications with low traffic volumes and low volumes of truck traffic. 2020 ITB—Greenfield Drive Reconstruction 50 1 Page Level 3 ACP -ACP for use in applications exposed to moderate truck traffic. Recycled Asphalt Material - The combination of reclaimed asphalt pavement (RAP) and recycled asphalt shingles (RAS). Warm Mix Asphalt Concrete -An asphalt concrete mix following all requirements of HMAC, except that through use of approved additives or processes,it is mixed,placed, and compacted at lower temperatures. 00744.03 Quality Control Plan — Submit a comprehensive and project specific paving quality control plan for approval. Submit a draft Quality Control Plan prior to the Prepaving Conference and re-submit the Quality Control Plan for approval based on comments received at the Prepaving Conference. The plan shall include a brief narrative for each of the following items: List of personnel to be used meeting the requirements of 00744.30,including: o Contractor o Mix Supplier including plant manufacturer,model and capacity o QC Officer o Backup QC Officer o Plant Technicians o Paver Technicians Source of all materials Trucking plan that ensures continuous paving operation. Sampling and testing plan meeting the requirements of 00744.10, 00744.11, 00744.16 and 00744.49. JMF meeting the requirements of 00744.12, 00744.13 and 00744.14. List of equipment to be used in the paving operation. List of best management practices used during construction to ensure the specifications are met. Practices shall address the following items: o Subgrade and surface preparation o Utility adjustments (valve cans,manholes, etc.) o Tack o Temperature o Release agent (diesel not allowed) o Cleanout location for delivery trucks o Joint construction o Joint location o Segregation o Depth o Cross Slope o Roller pattern o Compaction o Smoothness o Correction of surface defects (segregation, separated joints, etc.) Materials 00744.10 Aggregate - Furnish new aggregate, RAP aggregate, and RAS aggregate meeting the following requirements: (a) New Coarse and Fine Aggregates - Produce coarse and fine aggregate from crushed rock or other inert material of similar characteristics. 2020 ITB—Greenfield Drive Reconstruction 51 1 Page Blend sand is allowed for Levels 1, 2, and 3 mixes. Do not use more than 6 percent natural or uncrushed blend sand,by weight,in the total aggregate. Provide a means of verifying and documenting the amount of blend sand added to the aggregate. Provide test results showing aggregates meet requirements for soundness, durability, fractured faces and harmful substances as described below. No sandstone, shale or other soft material will be allowed. (1) Soundness - Provide coarse and fine aggregate with a weighted loss not exceeding 12 percent when subjected to five cycles of the soundness test using sodium sulfate solution according to AASHTO T 104. (2) Durability -Provide aggregate not exceeding the following maximum values: Test Test Method Aggregates ODOT AASHTO Coarse Abrasion T96 30.0% Degradation Passing No. 20 sieve TM 208 30.0% Sediment Height TM 208 3.0" (3) Fractured Faces - Provide crushed aggregate with not less than the minimum number of fractured faces as determined by AASHTO T 335 as follows: Percent of Fracture (by Weight) Material Retained on 1", 3/4", 1/2" Material Retained and No. 4 Sieve on No. 8 sieve Type of Mix (two fractured faces) (one fractured face) All ACP 75 75 (4) Harmful Substances -Do not exceed the following maximum values: Test Test Method Aggregates ODOT AASHTO Coarse Fine Lightweight pieces T 113 1.0% Wood Particles TM 225 0.10% Elongated Pieces TM 229 10.0% (at a ratio of 5:1) Plasticity Index T 90 0 or NP Sand Equivalent T 176 45 min. (b) Reclaimed Asphalt Pavement - RAP material used in the production of new ACP is optional. No more than 30 percent RAP material will be allowed in the new ACP pavement. Use RAP aggregates in the ACP that are no larger than the specified maximum allowable aggregate size before entering the cold feed. Blend the RAP material with new aggregate to provide a mixture conforming to the JMF within the tolerances specified. (c)Recycled Asphalt Shingles -RAS used in the production of new ACP is optional. Either manufacturer waste (post-manufacturer) RAS or tear-off(post-consumer) RAS may be used. Manufacturer waste RAS is 2020 ITB—Greenfield Drive Reconstruction 52 1 Page processed asphalt shingle material derived from manufacturer's shingle scrap. Tear-off RAS is processed asphalt shingle material derived from shingle scrap removed from structures. All percentages are based upon dry weights for calculations. (1) Processing Shingles - Process the RAS by grinding at ambient temperature so that 100 percent of the shredded pieces are less than 1/2 inch in any dimension and that 90 percent are less than 3/8 inch in any dimension when sampled according to AASHTO T 2 and tested according to AASHTO T 27. Sample and test the processed RAS for gradation at a frequency of one test for every 50 tons of RAS processed. (2)Harmful Substances -Certify that the RAS does not contain asbestos fibers according to the policies and procedures established by the Department of Environmental Quality. Test deleterious materials according to ODOT TM 335 at a frequency of one test for every 50 tons of RAS material. Limit the percentage of deleterious materials to 1.0 percent. If fine aggregate is added as an anti-clumping agent, sample and test processed RAS for harmful substances before adding the fine aggregates. (3)Anti-Clumping Additive - Fine aggregate meeting the requirements of 00744.10(a) may be added to the RAS in a quantity not to exceed 4 percent by weight of RAS to keep the material workable and to prevent conglomeration of the shingle particles in the stockpile. Include these added fine aggregates in the mix design. RAS may also be blended with RAP in controlled percentages to preclude clumping. Do not contaminate stockpiled RAS with dirt or other foreign materials. (4) Allowable Percentages - No more than 5.0 percent RAS by total weight of aggregate is allowed in ACP mixtures. Restrict the maximum allowable percentage of asphalt binder replacement to 20.0 percent for base courses and 15.0 percent for wearing courses in ACP containing only RAS. When RAS is used in conjunction with RAP, restrict the maximum allowable percentage of binder replacement to 30.0 percent for base courses and 25.0 percent for wearing courses. (5) Establishing Mix Design Inputs - For ACP mixtures containing RAS or RAM, following any addition of fine aggregate as an anti-clumping agent, test the material according to ODOT TM 319 to establish the asphalt content,material specific gravities,and gradation. Develop mixture designs according to the ODOT Contractor Mix Design Guidelines for Asphalt Concrete. Blend the RAS or RAM with new aggregate to provide a mixture conforming to the JMF within the tolerances specified. 00744.11 Asphalt Cement and Additives - Furnish the following asphalt cement and additives: (a) Asphalt Cement - Provide asphalt cement conforming to the requirement of ODOT's publication "Standard Specifications for Asphalt Materials". Copies of the publication are available from ODOT's website. The applicable specifications are those contained in the current publication on the date the Project is advertised. Use the grade of asphalt that is specified in the Special Provisions. (b) Asphalt Cement Additives - Use standard recognized asphalt cement additive products that are of known value for the intended purpose and approved for use on the basis of laboratory tests and capable of being thoroughly mixed. Do not use asphalt cement additives that have detrimental effects on the asphalt material. Do not use silicones as an additive. Add the following asphalt cement additives when required by the JMF: 2020 ITB—Greenfield Drive Reconstruction 53 1 Page • Anti-stripping asphalt cement additives to prevent stripping or separation of asphalt coatings from aggregates to satisfy the TSR specified in 00744.13. • Asphalt cement admixtures used to aid in the mixing or use of asphalt mixes or for experimental purposes. When WMAC is used, select one of the WMAC technologies and process and additive types identified on ODOT's publication "Approved WMAC Technologies". Submit the proposed WMAC technology to be used and a plan for its implementation at the pre-construction conference. Comply with the manufacturer's recommendations for incorporating additives and WMAC technologies into the mix. Comply with manufacturer's recommendations regarding receiving, storing, and delivering the additives. 00744.12 Mix Type and Broadband Limits - Furnish the mix type specified in the Contract Documents within the broadband limits according to following: (a) Mix Type - Furnish the types of ACP shown or as directed. When the Contract Plans allow an option of two types for a course of pavement, use only one type throughout the course. (b) Broadband Limits - Provide a JMF for the specified mix type within the control points listed below: 1/2" ACP 3/8" ACP 1/4" ACP Sieve Size Control Points Control Points Control Points (%passing (%passing (%passing by Weight) by Weight) by Weight) Min. Max. Min. Max. Min. Max. 3/4" 100 1/2" 90 100 100 3/8" - 90 90 100 100 1/4" - - - - - 90 No. 4 - - - 90 70 80 No. 8 28 58 32 67 40 65 No. 200 2.0 10.0 2.0 10.0 2.0 10.0 00744.13 Job Mix Formula Requirements (a) General - Do not begin production of ACP for use on the project until the Engineer reviews the JMF and provides written consent.Acceptance of the JMF through ODOT is not required.A new JMF is required if the asphalt cement performance grade or any additives change during production. Provide a JMF for the Project meeting the following criteria and that was either developed or verified within 3 years of the date the Contract was advertised and was used in another Contract within 1 year of the date the Contract was advertised: Level 2 Level 3 Design Method Superpave Superpave Compaction Level 65 Gyrations 80 Gyrations Air Voids, % 1/2 inch - 3.5 1/2 inch - 3.5 3/8 inch - 4.0 3/8 inch - 4.0 1/4 inch - 4.0 1/4 inch - 4.0 2020 ITB—Greenfield Drive Reconstruction 54 1 Page VMA, %minimum 1/2 inch - 14.0 1/2 inch - 14.0 3/8 inch - 15.0 3/8 inch - 15.0 1/4 inch - 15.0 1/4 inch - 15.0 VMA, %maximum min + 2.0% min + 2.0% 1/4 inch: min + 3.0% 1/4 inch: min + 3.0% P No. 200 / Eff. AC ratio 0.8 to 1.6 0.8 to 1.6 TSR, % minimum 80 80 VFA, % 1/2 inch: 65 - 78 1/2 inch: 65 - 75 3/8 inch: 70 - 80 3/8 inch: 70 - 80 1/4 inch: 70 - 80 1/4 inch: 70 - 80 Develop the JMF according to the ODOT Contractor Mix Design Guidelines for Asphalt Concrete; or verify according to the ODOT Mix Design Verification process. All Specification Section 00745 references in the ODOT Contractor Mix Design Guidelines for Asphalt Concrete shall be replaced with this project Special Provision Section 00744. Submit the proposed JMF and supporting data to the Engineer for review at least 10 calendar days before anticipated use. Submit all Mix Design Verification (MDV) data developed over the last year including air voids. If acceptable,written acceptance will be provided. Perform a new TSR if the source of the asphalt cement changes. For Level 3 wearing course mixes, include the results of the performance testing as outlined in the latest ODOT Contractor Mix Design Guidelines for Asphalt Concrete in the mix design submittal. b) Reclaimed Asphalt Material - Reclaimed Asphalt Material (RAP or RAS) material used in the production of ACP is optional. (c) Warm Mix Asphalt Cement - Issue a separate JMF for WMAC. Do not use RAS in WMAC mixes with minimum compaction temperatures less than 260 °F. When WMAC is used,provide the following information in addition to the requirements listed for ACP: • WMAC technology and WMAC additives information. • WMAC technology manufacturer's established recommendations of usage. • WMAC technology manufacturer's established target rate for water and additives, the acceptable variation for production, and documentation showing the impact of excessive production variation. • WMAC technology material safety data sheets if applicable. • Temperature range for mixing. • Temperature range for compacting. • Except for foaming technology, asphalt binder performance grade test data of the asphalt binder and chemical additive at the manufacturer's recommended dosage rate. • Except for foaming technology, WMAC mixture performance test results. Perform testing for foaming technology on the production mix on specimens compacted at WMAC compaction temperatures. (d)Asphalt Cement Grade-Provide asphalt cement conforming to the requirement of ODOT's publication "Standard Specifications for Asphalt Materials." Provide a performance grade according to the following: Percent RAP Performance Grade 20 or less PG 64-22 more than 20 PG 64-28 2020 ITB—Greenfield Drive Reconstruction 55 1 Page (e) Additives — Use standard recognized asphalt cement additive products that are of known value for the intended purpose and approved for use on the basis of laboratory tests and capable of being thoroughly mixed. 00744.14 Tolerances and Limits -Produce and place ACP within the following JMF tolerances and limits: Gradation ACP Type Constituent 1/211 3/811 1/411 111 3/411 JMF ±S 1/211 90 - 100% JMF ± 5 3/811 - 90 - 100% JMF ± 5% * 1/4" JMF ± 5% JMF ± S% 90 - 100% No. 4 JMF ± 5% JMF ± 5% JMF ± 5% No. 8 JMF ±4% JMF ±4% JMF ±4% No. 30 JMF ±4% JMF ±4% JMF ±4% No. 200 JMF ± 2.0% JMF ± 2.0% JMF ± 2.0% *Maximum not to exceed 100% Constituent of Mixture ACP All Types Asphalt Cement-AASHTO T 308 (Ignition) and ODOT TM 323 JMF 0.50% ± RAP Content - ODOT TM 321 JMF ± 2.0% RAS Content - ODOT TM 321 JMF ± 1.0% RAM Content - ODOT TM 321 JMF ± 2.0% Moisture content at time of discharge from ° the mixing plant - AASHTO T 329 0.80/ max. When a JMF tolerance applies to a constituent,full tolerance will be given even if it exceeds the control points established in 00744.12(b). Full tolerance will be given for RAP,RAS,or RAM content even if it exceeds the limits established in 00744.10. 00744.16 General Testing Requirements (a) Laboratory Requirements —Furnish and maintain an ODOT certified QC laboratory. Furnish the laboratory with the necessary equipment and supplies for performing Contractor QC testing. Calibrate all testing equipment according to the required test methods. The Engineer may inspect measuring and testing devices to confirm both calibration and condition. The laboratory must be operational before beginning the ACP production and be equipped with a telephone or cellular telephone. Provide laboratory equipment meeting the requirements of the applicable test methods identified in these Specifications and selected for use on the Project. (b) Plant Calibration - Calibrate all meters and belt scales at the ACP mixing plant according to ODOT TM 322 before beginning production. 2020 ITB—Greenfield Drive Reconstruction 56 1 Page 00744.17 Mix Design Verification Quality Control (a) General — Mix design verification ("MDV") testing includes: plant discharge moisture, bulk specific gravity, maximum specific gravity, aggregate gradation, and asphalt content. Perform MDV testing at the start-up of the JMF production according to the process set forth below in the section entitled Mix Design Verification Requirements at Start-Up. Provide QC sampling and testing frequencies (random numbers) to the Engineer before starting production. The random numbers must provide for random sampling and testing at least once per day. Do not obtain the first sample of the day in the first 25 tons of production. If the random number indicates that the sample is to be obtained in the first 25 tons, sample at 25 tons. Calculate the following values for each MDV test: (1) Air Voids (2)Voids in Mineral Aggregate (VMA) (3)Voids Filled with Asphalt (VFA) (4) Passing No. 200/Effective Asphalt Content (Pbe) Ratio The averages of the MDV results shall be within the limits given below: 1/2"ACP 3/8" ACP Air Voids JMF Target +/- JMF Target +/- 1.0% 1.0% VMA 13.5- 17.0 14.5 - 17.0 VFA 65—75 (Level 3) 70- 80 65-78 Passing No. 200/Pbe 0.8- 1.6 0.8- 1.6 (b) Laboratory Compactor Selection—Use the equivalent laboratory compactor for MDV as used to develop the JMF. (c) Mix Design Verification Requirements at Start-Up—Perform MDV testing at the start-up of the JMF production according to the following process: (1) Obtain a sample in the first 100 tons of production and immediately perform MDV testing. (2) If the Va and VMA mix properties are within tolerance, then continue subsequent MDV testing at the established random testing interval. If not,then go to step 3. (3) If the Va and VMA mix properties are out of tolerance, then make a mix adjustment within the applicable requirements and immediately obtain a sample and perform MDV testing. A maximum of 2 mix adjustments are allowed under step 3. If Va or VMA are not within the limits after the second adjustment, then stop production and go to step 4. (4)Revise JMF targets and prepare proposed plant adjustments,and submit them to the Engineer. If the revised JMF targets and plant adjustments are approved by the Engineer,restart production and perform MDV testing starting at step 1 above. (d) Provide Test Results to Engineer—Provide quality control test results to the Engineer by the middle of the following work shift. 2020 ITB—Greenfield Drive Reconstruction 57 1 Page (e)Corrective Action—After satisfying the start-up MDV testing requirements,take corrective action if the average of the MDV test results are outside the limits for air voids, VMA, VFA, or P No. 200/Pbe ratio. Immediately provide a written description of the corrective action to the Engineer. If the subsequent MDV test results following the corrective action are outside the applicable limits, immediately stop production, and revise JMF targets and prepare proposed plant adjustments, and submit them to the Engineer. Restart production only after the Engineer has approved the proposed adjustments. (f) Request JMF Target Adjustment — The Contractor may request an adjustment to the JMF targets. The Engineer will either approve or reject proposed adjusted JMF targets. If approved, the Contractor must submit a revised JMF. When making adjustments for gradation, do not exceed the tolerances specified for the original JMF limits. Asphalt cement content adjustments may not exceed 0.5 percent of the original JMF. The JMF asphalt content may only be adjusted if the production VMA satisfies the MDV tolerances. Keep adjustments for RAP within 5 percent of the original JMF percentage. A gradation adjustment is required if the VMA is outside of the MDV limits. Regardless of these tolerances, keep the adjusted JMF within the mixture specification control points. If a redesign of the mixture becomes necessary, submit a new JMF according to the requirements of these specifications. (g) Mix Design Verification Quality Assurance — The Engineer will observe and document the Contractor performing the MDV test procedures and calculations. The Engineer may conduct MDV assurance testing at any time.The mixing plant shall provide access to the City's testing representative during all verification testing. The Contractor shall coordinate with the Engineers quality assurance testing representative as necessary. 00744.18 Acceptance - If the average for each mix gradation constituent and asphalt content is within the specification limits, the material will be accepted. If the average asphalt content or one or more gradation constituents is not within the specification limits, the material will be rejected or accepted according to 00150.25. Equipment 00744.23 Pavers - Provide pavers that are: • Self-contained,self-propelled,supported on tracks or wheels,none of which contact the mixture being placed. • Equipped with augers and a screed or strike-off assembly, heated if necessary,which: o Can spread and finish the ACP to a uniform texture,in the specified widths,thicknesses,lines, grades and cross sections. o Will not segregate, tear, shove or gouge the ACP. • Equipped with a paver control system which: o Controls the ACP placement to specified slope and grade. o Maintains the paver screed in proper position. o Provides the specified results through mechanical sensors and sensor-directed devices actuated from independent line and grade control references. • Equipped with adequate lighting to illuminate the paver and the roadway in front of and behind the paver during the period from 30 minutes after sunset to 30 minutes before sunrise, or as directed. Shield lighting from adjacent traffic as necessary. Provide a minimum light level of 10 footcandles as measured by the Engineer on the roadway surface at a distance of 16 feet from the front and back edges of the paver. 2020 ITB—Greenfield Drive Reconstruction 58 1 Page 00744.24 Compactors - Provide the specified self-propelled rollers capable of reversing without backlash, as follows: (a) Steel-Wheeled Rollers - Steel-wheeled rollers with a minimum gross static weight as follows: Level 1 and Level 2 Level 3 Level 4 Breakdown and Intermediate 8 ton 10 ton 12 ton Finish 6 ton 8 ton 10 ton (b) Vibratory Rollers -Vibratory rollers that: • Are equipped with amplitude and frequency controls. • Are specifically designed to compact ACP. • Are Capable of at least 2000 vibrations per minute. Have a minimum gross static weight meeting the requirements of 00744.24(a). Do not operate in vibratory mode for lifts thinner than or equal to 1 inch for the type of ACP being compacted. If vibratory rollers are used for finish rolling, they shall: • Have a minimum gross static weight meeting the requirements of 00744.24(a). • Not be operated in the vibratory mode. (c) Pneumatic-tired Rollers - Pneumatic-tired rollers shall: • Be tandem, or multiple axle,multiple wheel type. • Have smooth-tread,pneumatic tires of equal size. • Have tires staggered on the axles, spaced and overlapped to provide uniform compacting pressure for the full compacting width. The use of equipment which crushes the aggregate to an appreciable extent will not be permitted. 00744.25 Trucks—Do not use vehicles or transfers with rear drop axles in which raising the drop axle would cause the vehicle to exceed legal load limits. Labor 00744.30 Quality Control Personnel-Provide technicians having CAgT,CAT-I,CAT-II,CDT,and CMDT technical certifications. Construction 00744.40 Season and Temperature Limitations - Place ACP when the temperature of the surface that is to be paved is not less than the temperature indicated: 2020 ITB—Greenfield Drive Reconstruction 59 1 Page Nominal Compacted All Levels Level 1 and Level 2 Level 3 Thickness of Individual Lifts and Courses as Travel Lane All Other shown on the typical section of the Contract All Courses Wearing Course Courses Plans Surface From To From To From To Temperature* Inclusive Inclusive Inclusive Less than 2 inches 60°F All Year** 3/15 9/30 All Year** 2 inches - 2 1/2 inches 50°F All Year** 3/15 9/30 All Year** Greater than 2 1/2 inches 40°F All Year** 3/15 9/30 All Year** Temporary 40°F All Year** All Year** All Year** * Do not use field burners or other devices to heat the pavement surface to the specified minimum temperature. ** If placing ACP between March 15 and September 30,temperature requirement may be lowered 5°F. 00744.41 Prepaving Conference —Have a prepaving conference with all Contractor supervisory personnel, all subcontractors who are to be involved in the paving work, and the Engineer. Meet at a mutually agreed time and discuss all methods of accomplishing all phase of the paving work. The Prepaving Conference agenda will be prepared by the Agency,and distributed to the Contractor prior to the conference. Contractor shall submit a draft Quality Control Plan per Section 00744.03 and a draft Traffic Control Plan per Section 00225 for discussion purposes at the Prepaving Conference. Contractor shall revise the Quality Control Plan and Traffic Control Plan based on approvals obtained at the Prepaving Conference. The conference shall address topics such as: • Contractor Key Paving Personnel • Quality Control Plan • Traffic Control Plan • Erosion Control Plan • Review of JMF (mix type(s), asphalt grade, mixing and placement temperatures, etc.) • Haul Vehicles (type and quantity, truck routes, haul distance, clean out areas, release agents etc.) • Check weights and scales • Manhole and box adjustments • Tack spread rates and certifications • Joint construction means and methods • Laboratory and equipment certifications • Review type of paver,grade control and panel widths, lift sizes and staging • Roller pattern for compaction • Smoothness testing by Contractor • ACP plant testing and compaction testing • Temporary striping 00744.42 Mixing Temperatures -Produce ACP within the temperature ranges recommended by the asphalt cement supplier for the grade of asphalt being used on the Project. Establish the allowable mixing and placement temperature ranges by the JMF. Measure the mixture temperature at the discharge of the mixer. Measure the placement temperature in the hauling vehicle per 2020 ITB—Greenfield Drive Reconstruction 60 1 Page 00744.45 and behind the paver. The allowable production temperatures may be adjusted based on the asphalt cement supplier's recommendation if approved by the Engineer. The maximum mixture temperature and the minimum placement temperature shall be as follows: Temperature, °F Maximum at Minimum Behind Type Mixer Paver H MAC 350 240 WMAC 350 215 Within the above limits, the Contractor with approval of the Engineer, or the Engineer may adjust this temperature in 10 °F increments from the JMF as follows: • Up - If the aggregate coating, moisture content, workability or compaction requirements are not attained. • Down - If the aggregate coating, moisture content, workability and compaction requirements are attained. 00744.43 Preparation of Underlying Surfaces - All valve boxes, monument boxes, manholes and catch basins shall be adjusted to finish grade in advance of or during the paving operation. No adjustments shall be made after the paving is completed unless approved by the Engineer prior to paving. Minimum paving ring size for manholes shall be two inches. Adjustments made for manhole slopes and/or less than two inches of grade increase shall require a frame adjustment. Any tree branches or foliage which will hinder the proper placement of the surfacing shall be removed by the Contractor by pruning and sealing the cut ends, or tying back in a manner approved by the Engineer. The Contractor shall be responsible for trees damaged that are not properly pruned or tied back. All surfaces to be paved shall be swept clean by the Contractor no more than 24 hours in advance of paving. The Contractor shall remove vegetation prior to washing or sweeping. The Contractor shall use vacuum street sweepers that are self propelled equipment with rotating brooms and brushes that are capable of loosening dirt and debris from the road surface. In those areas where dirt and debris cannot be removed with sweeping alone,washing of the surface will be required. Coordinate construction of driveway transitions with property owners to minimize disruption of access. 00744.44 Tack Coat - Construct a tack coat before placing each lift of ACP according to Section 00730. A tack coat is not required before placing ACP on aggregate base. Omission of a tack coat for a second lift placed on a base lift in the same day may be allowed if approved by the inspector. Treat all existing and newly paved ACP or curb (below finish grade) surfaces on and against which ACP is to be placed with an asphalt tack coat according to Section 00730. Before applying the tack coat, clean and dry the surface to be tacked. Do not place tack coat any further than 500 feet in front of the paver. Remove all loose material that will reduce adhesion of the tack by brooming, flushing with water, or other approved methods. Avoid excess tack coat being applied to the gutter or curb face. Shields protecting curb faces shall be provided and used during tacking of curb faces. Any tack coat inadvertently or inappropriately applied to the gutter or curb face shall be promptly removed. 2020 ITB—Greenfield Drive Reconstruction 61 1 Page 00744.45 Hauling, Depositing, and Placing - Haul, deposit, and place ACP according to the following: (a) Hauling— Provide vehicles with tight, clean and smooth metal beds equipped with covers to protect against moisture and heat loss. Cover ACP if rain is encountered any time between loading and placement, for all night work, and when the duration between loading and delivery to the paver results in the temperature of the ACP delivered to the paver to be below the upper limit of the compaction temperature range. ACP will be rejected before placing if one or more of the following occurs: • Placement temperature measured in the truck below limit specified in the approved JMF. • Below temperature limit specified in 00744.42. • Slumping or separating. • Solidifying. • Absorbing moisture • Any other item, in the judgment of the Engineer,would be likely to decrease the quality of the paving. Dispose of rejected loads at no additional cost to the Agency. Vehicles which cause excessive segregation,which leak badly, or which the Engineer has determined delay normal operations, shall be removed from the project. Deliver the mixture to the paving machine at a rate that provides continuous operation of the paving machine, except for unavoidable delay or breakdown. If excessive stopping of the paving machine occurs during paving operations, the Engineer may suspend paving operations until the mixture delivery rate matches the paving machine operation. Do not use diesel oil as a release agent unless approved by the Engineer. Do not clean out trucks in front of the paver. Clean trucks in an approved location away from the paving operation. Clean up and restore cleanout area daily. (b) Depositing-Deposit ACP from the hauling vehicles so segregation is prevented. (c) Placing - Alternative equipment and means may be allowed by the Engineer if the use of a paver is impractical. If a dump truck cannot physically deliver the mix to a tight area,a very clean bucket of a loader may be used as an alternate. Do not place ACP during rain or other adverse weather conditions, unless allowed by the Engineer. ACP in transit at the time adverse conditions occur may be placed if: • It has been covered during transit. • The ACP temperature is satisfactory. • It is placed on a foundation free from pools or flow of water. • No other factors are observed by the Engineer that would reduce the quality of paving. Place the mixture in the number of lifts and courses,and to the compacted thickness for each lift and course, as shown. Place each course in one lift unless otherwise specified. Do not exceed a compacted thickness 2020 ITB—Greenfield Drive Reconstruction 62 1 Page of 4 inches for any lift. Limit the minimum lift thickness to three times the maximum aggregate size in the mix. ACP shall not be placed against concrete, curb or gutter, or other structures, until seven days after the concrete has been placed,adequate strength of the concrete has been achieved,and they have been backfilled to provide lateral support. When more than one lift of asphalt is required, no subsequent lifts shall be placed until the prior lift has adequately cooled and set sufficiently to prevent marking and has achieved minimum compaction requirements. Any mixture that becomes loose and broken, mixed with dirt or is in any way defective shall be subject to removal and to replacement with fresh hot mixture, which shall be compacted to conform to the surrounding area. Any area showing an excess or deficiency of asphalt cement shall be subject to removal and to replacement. Removal and replacement under these provisions shall be at the expense of the Contractor. If hand work is necessary such as at transitions, curb ramps, beginning, and ending panels, stop material from becoming segregated by excessive raking. If larger aggregate collects on the surface,remove this larger aggregate and introduce fresh, appropriately graded mixture to the area and finish so there is no apparent segregation and the mat is one uniform texture. Do not broadcast mix by shovel across a new mat. If observed, the affected portion of the mat may be rejected. 00744.46 Longitudinal Joints - At longitudinal joints, bond, compact and finish the new ACP equal to the ACP against which it is placed. Roll joints without raking the joint with self-propelled rollers as follows: • Pass no. 1 on the hot side with 6-inch overlap on the cold (or previously-placed) mat • Complete pattern to cover the remainder of the mat (a) Location - Place the ACP in panel widths which hold the number of longitudinal joints to a minimum. Offset the longitudinal joints in one panel by at least 6 inches from the longitudinal joints in the panel immediately below. (1) Base Course - Place base course longitudinal joints within 12 inches of the edge of a lane, or within 12 inches of the center of a lane, except in irregular areas, unless otherwise shown. (2) Wearing Course - Construct longitudinal joints at either lane lines or fog lines, or as shown or directed. See striping plans for design lane lines and fog lines, as they may be different from the existing layout. (b) Drop-offs: • Provide warning signs and markings according to Section 00225 where abrupt or sloped edge drop- offs 1 inch or more in height occur. • Protect edges from being broken down. 2020 ITB—Greenfield Drive Reconstruction 63 1 Page If unable to complete the pavement without drop-offs according to 00744.44(c) do the following: • Construct and maintain a wedge of ACP at a slope of 1 V:I OH or flatter along the exposed longitudinal joint. • Remove and dispose of the wedge before continuing paving operations. • Construct,maintain,remove,and dispose of the temporary wedge at no additional cost to the Agency. ACP for the temporary wedge will be paid for at the pay item price. (c) Placing Under Traffic - When placing ACP pavement under traffic, schedule work for the nominal thickness being laid as follows: (1) More Than 2 Inches - Schedule work so at the end of each working shift the full width of the area being paved,including shoulders,is completed to the same elevation with no longitudinal drop-offs,unless approved. (2)Less Than or Equal to 2 Inches - Schedule work so that at the end of each working shift one panel of new travel lane pavement does not extend beyond the adjoining panel of new travel lane pavement more than the distance normally covered by each shift. At the end of each week complete the full width of the area to be paved,including shoulders, to the same elevation with no longitudinal drop-offs. 00744.47 Transverse Joints: (a)Travel Lanes - Construct transverse joints on the travel lane portion of all specified pavement courses, except leveling courses, as follows: (1) Temporary End Panel -Maintain pavement depth,line and grade at least 4 feet beyond the selected transverse joint location, and from that point,wedge down on the appropriate slope until the top of the course being laid meets the underlying surface (assuming a pavement course thickness of 2 inches) as follows: • For wedges that will be under traffic for less than 24 hours, construct an 8 foot long wedge (1 V:50H taper rate). • For wedges that will be under traffic for 24 hours or longer,construct a 25 foot long wedge (1 V:160H taper rate). • Construct,maintain,remove,and dispose of the temporary wedge at no additional cost to the Agency. ACP for the temporary wedge will be paid for at the pay item price. When the pavement course thickness is different than the above 2 inch example,use the appropriate taper rate to compute the length of the wedge. The wedge length plus the 4 feet or longer panel form the temporary end panel. (2) Vertical Face -After the mixture has reached the required density: • Provide a smooth,vertical face the full depth of the course being laid at the location selected for the joint by sawing, cutting or other approved method. • Remove the ACP material from the joint to the end of the panel. If removed before resuming paving beyond the joint,reconstruct the temporary end panel immediately by placing a bond-breaker of paper, dust, or other suitable material against the vertical face and on the surface to be occupied by the 2020 ITB—Greenfield Drive Reconstruction 64 1 Page temporary end panel. Construct a full-depth panel at least 4 feet long, beginning at the sawed or cut joint, and taper it on a 1V:50H slope to zero thickness. (4) Resume Paving-When permanent paving resumes,remove the temporary end panel and any bond- breakers. Clean the surface of all debris and apply a tack coat to the vertical edge and the surface to be paved. (5)Joint Requirements - Compact both sides of the joint to the specified density. When tested with a straightedge placed across the joint,the joint surface shall conform to 00744.70. (b)Abutting Bridge Ends - Compact the ACP abutting bridge ends and other rigid type structures in the longitudinal direction and either transverse or diagonal direction, as directed. (c) Bridge Deck Overlays - Saw cut the wearing course of pavement directly over the joints in bridge decks, bridge end joints and end panel end joints as soon as practical but within 48 hours of paving each stage of the wearing course, unless otherwise directed. Saw cut a 3/8 inch wide, ±1/8 inch, by 1/2 inch less than the thickness of the panel of pavement depth or 1 1/2 inches deep,whichever is less. Flush the saw cut thoroughly with a high-pressure water stream after the cut has been made. Before the cut dries out, blow it free of water and debris with compressed air. Fill the joint with a poured filler from the QPL. 00744.48 Asphalt Driveway Connections - Pave all driveway connections during mainline paving operations. 00744.50 Compaction-After the ACP has been spread,struck off,and surface irregularities and other defects remedied, roll it uniformly until compacted to a minimum of 93 percent of the daily MDT. Perform finish rolling and continue until all roller marks are eliminated. Rollers shall not make sharp turns on the course being compacted and they shall not be parked on the hot asphalt mixture. Complete breakdown and intermediate compaction before the HMAC temperature drops below 180°F,unless otherwise directed or required based on the control strip. When the rolling causes tearing, displacement, cracking or shoving,make necessary changes in compaction temperature,type of compaction equipment,and rolling procedures. Determine compliance with density specifications by random testing of the compacted surface with calibrated nuclear gauges. Determine the density by averaging QC tests performed by a CDT with the nuclear gauge operated in the backscatter mode according to WAQTC T 8 at one random location for each 100 tons of asphalt concrete placed, but take no less than 10 tests each shift. Do not locate the center of a density test less than 1 foot from the panel edge. Calculate the Maximum Density according to ODOT TM 305. The Agency may elect to complete additional compaction testing at its discretion. The Engineer may waive compaction testing upon written notice. Compaction to a specified density will not be required for the following: • Thin Pavements - Leveling, patches, or where the nominal compacted thickness of a course of ACP will be less than 2 inches. • Other Areas - Temporary surfacing, guardrail flares, mailbox turnouts, road approaches, and areas of restricted width of less than 8 feet wide or limited length,regardless of thickness. 2020 ITB—Greenfield Drive Reconstruction 65 1 Page Compact thin pavements and other areas according to 00749.45. Any displacement of any course,regardless of thickness, occurring as a result of the reversing of the direction of a roller, or from other causes, shall be corrected at once by the use of rakes and addition of fresh mixture when required. The Contractor shall notify the Engineer/Inspector immediately when the average density does not meet 93% or exceeds 95%. An investigation will be initiated to determine if the results indicate that a problem with the mix is developing before laying any more material. Take all actions necessary to resolve compaction problems. Do not resume paving until allowed by the Engineer. Take immediate corrective measures when the specified compaction density is not being achieved. At the Engineer's discretion, corrective measures may include removing and replacing areas that fail to comply with compaction requirements. 00744.51 Joints—Seal all joints per Section 00744.71. Maintenance 00744.60 Correction of Defects - Correct all defects in materials and work,as directed, at no additional cost to the Agency. Corrective measures required by the Engineer may include removal and replacement of the surface course within the defective area. Complete all corrective work within 14 calendar days following notification from the Engineer. After completion of the defective work, if the Engineer finds the work unsatisfactory, perform additional corrective work on the areas still not meeting the requirements. Correct defects according to the following: (a) Fouled Surfaces - Repair, clean, and retack fouled surfaces that would prevent full bond between successive lifts of mixture. (b) Boils, Slicks, and Oversized Material - Replace boils, slicks, and oversized materials with fresh mixture. (c) Segregation -Take corrective measures when segregation or non-uniform surface texture is occurring in the finished mat. If segregation continues to occur, stop production until a plan for providing uniform surface texture is approved. (d) Roller Damage to Surface - Correct surface damage from rollers with additional fresh mixture or by other approved means. (e) Longitudinal Joints - Take corrective measures when open longitudinal joints are being constructed or when the elevation of the two sides of a longitudinal joint does not match. If problems with the longitudinal joint continue to occur, stop production until a plan for providing tight, equal elevation longitudinal joints is approved. (f) Other Defects - Remove and replace any ACP that: • Is loose,broken, or mixed with dirt. • Shows visually too much or too little asphalt. 00744.60 Warranty—Provide a one year warranty for all work completed on the project in conformance with the City's General Conditions. 2020 ITB—Greenfield Drive Reconstruction 66 1 Page Finishing and Cleaning Up 00744.70 Pavement Smoothness - Furnish a 12-foot straightedge. Test with a 12-foot straightedge parallel to and perpendicular to the centerline, as directed. The pavement surface shall not vary by more than 1/4 inch. Mark areas not meeting the surface tolerance. These tolerances shall apply when water valve boxes and other utility appurtenances can be adjusted during the paving operations. 00744.71 Edge Sealing - Seal all edge joints (such as across streets, driveways, and other paved areas) with hot crackseal 6"wide with rubberized asphalt material using the methods,materials, and procedures specified in section 00746. This includes any cold joints created during construction where the older section was laid more than three hours before the newer section of pavement, and other places where,in the judgment of the Engineer, time has lapsed between paving areas to the point where edge sealing is needed. Omit edge sealing where travel lanes are shown on the Contract Plans as grind-and-inlay, and the longitudinal joint remaining will be covered by thermoplastic longitudinal pavement markings. Seal the interface where new pavements abut curbs, gutter pans and catch basins with a hot crackseal bead using rubberized asphalt material and the methods, materials, and procedures specified in Section 00746. At gutter pan and catch basin locations, level sealant material flush to the surface with a "V" shaped squeegee device. 00744.75 Correction of Pavement Roughness - Correct equipment or paving operation procedures when tests show the pavement smoothness does not comply with 00744.70. In addition, do the following: (a)Methods - Correct surface roughness to the required tolerances,using one of the following methods as approved by the Engineer: • Remove and replace the wearing surface lift. • Profile to a maximum depth of 0.3 inch with abrasive grinders equipped with a cutting head comprised of multiple diamond blades, and apply an emulsion fog seal as directed. (b) Time Limit - Complete correction of all surface roughness within 14 calendar days following notification, unless otherwise directed. 00744.76 Cleanup - Clean and remove all excess asphalt, debris and tack from all facilities including but not limited to manhole covers,valve boxes, catch basins,gutter and curb faces. Keep a sweeper on site at all times to sweep areas as needed and as directed. Measurement 00744.80 Measurement -The quantities of ACP will be measured on the weight basis. No deductions will be made for asphalt cement, mineral filler, lime, anti-strip, or any other additive used in the mixture. The quantities of edge sealing and curb sealing will be measured by the length basis,per linear foot of sealing installed. Payment 2020 ITB—Greenfield Drive Reconstruction 67 1 Page 00744.90 Payment -The accepted quantities of ACP incorporated into the project,whether or not recycled materials are used, will be paid for at the Contract unit price, per ton, for the item "Level , ACP Mixture ". The following will be inserted in the blanks: • The level of ACP (1, 2, 3)will be inserted in the first blank. • The type of ACP (1/2 inch, 3/8 inch, 1/4 inch),will be inserted in the second blank. • The words "in Leveling", "in Temporary", "in Leveling and Temporary" will be inserted in the third blank when applicable. The accepted quantities of edge sealing will be paid for at the Contract unit price,per linear foot,for the item "6 Inch Wide Edge Seal". Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified. Payment includes furnishing and placing temporary asphalt placed to open the roadway to traffic. Payment also includes asphalt mixture used to restore trenches within existing roadways outside of the full reconstruct limits. No separate or additional payment will be made for: • asphalt tack coat • asphalt cement,mineral filler,lime, and anti-stripping or other additives • sawing, cleaning, and filling joints on bridge deck overlays • fiber reinforcement • work completed at night • Quality Control Testing When delays in asphalt mix delivery to the paver exceed 30 minutes and if in the Engineer's opinion the delays are within the control of the Contractor, the following payment provisions shall apply: • Greater than 30 minutes—5%bid item payment deduction of quantity in previous load • Greater than 45 minutes— 10% bid item payment deduction of quantity in previous load • Greater than 60 minutes — Rejection of previous load, suspension of operations and asphalt subject to corrective action SECTION 00759 - MISCELLANEOUS PORTLAND CEMENT CONCRETE STRUCTURES Comply with Section 00759 of the Standard Specifications modified as follows: 00759.00 Scope -Add the following to the end of this subsection: This work consists of replacing Portland cement concrete walks, curbs, sidewalk ramps with truncated dome detectable warning surfaces,and driveways that the Engineer determines have been undermined by water main washout. Accurate extents of curb, sidewalk and driveway replacement needs are not known and will be identified following asphalt pavement removal and proof rolling conducted at the direction of the Engineer. Add the following subsection: 2020 ITB—Greenfield Drive Reconstruction 68 1 Page 00759.10 Sidewalk Ramp Design-As noted on the Contract Plans,no survey was completed to create the curb ramp details provided (unless specifically noted on the Plans). The information shown on the Plans is for reference only, and is not intended to substitute for the Contractor's own sidewalk ramp design. In the construction of sidewalk ramps, the Contractor will be responsible for meeting all Americans with Disabilities (ADA) requirements as defined by the Public Rights-of-Way Accessibility Guidelines (PROWAG). Add the following subsection: 00759.22 Smart Level- Slopes will be verified with the use of a 24 inch SmartTool level model 92379 and a 6 inch SmartTool level model 92346, or approved equals. The 6 inch level will only be used to measure counter slope when there is a concrete gutter. All other locations will use the 24 inch level to measure slopes. 00759.44 Joining New to Existing Concrete -Add the following paragraph after the first paragraph: Where gaps between preformed expansion joint filler material installed by the Contractor and existing concrete or structures are greater than a 1/4 inch and/or the depth of gaps are deeper than a 1/4 inch, furnish and install a poured joint sealant from the QPL per Section 02440.11. Install backer rod as required per 02440 and the manufactures recommendations. 00759.46 Concrete—Supplement this subsection with the following: Before placing concrete,verify that forms are correctly positioned to produce sidewalk ramps with proper slopes and dimensions to comply with the Standard Drawings and Plans and standards (such as PROWAG). Before placing concrete,protect adjacent walls,fences,buildings or other objects on private property that may be impacted by concrete splatter. Remove any concrete splatter from such objects on the same day that concrete is placed. Place concrete within 90 minutes after batching and mixing per Section 00440.40. All driveways, thickened sidewalk, and curb at driveways shall be constructed with HPC 5,000 — 3/4" concrete per Section 02001 of the Standard Specifications. 00759.50(c) Driveways,Walks, and Surfacings —Add the following to the end of this section: The Contractor shall plan joint spacing layout prior to concrete placement. The joint pattern of any pour should consider the width of the concrete placement required by the Contract Plans. The maximum joint spacing shall not exceed the dimensions shown. Finish sidewalks in accordance with the scoring pattern and finish type as detailed. Review joint layout with the Engineer for approval prior to pouring. Joint layout shall follow the intent of minimizing potential cracking in unjointed locations. Broom finish shall not be curved around objects in the concrete, nor shall a broom border be placed around an object in the pavement. The broom finish shall flow through any objects and maintain a consistent pattern through the sidewalk. Joints shall be clean, straight and free from slurry. Where joints intersect,the cross created by the intersecting joints shall be clean and free from slurry. Tool edges around all structures located in the sidewalks and driveways. Provide isolation joint material around structures and seal in accordance with Section 00585. 2020 ITB—Greenfield Drive Reconstruction 69 1 Page Add the following subsections: 00759.56 Protection of Concrete — Protect the freshly poured concrete curbs and sidewalk from vandalism or other damage for a minimum of twenty-four (24) hours or until cured enough to support typical use,whichever is longer. Provide security personnel to guard the fresh concrete during this time. The number of personnel onsite shall be as required to protect the complete amount of concrete placed during the previous 24 hours. Any curb or sidewalk damaged by vandalism, weather damage, or other causes shall be replaced at no cost to the Agency. All costs associated with protecting the freshly poured concrete shall be incidental to the applicable pay items. 00759.57 Restoration of Adjacent Surfacing—After sidewalks and driveways are cured and forms are stripped,restore any disturbed adjacent surfacing to prior condition or better. Restoration work includes but is not limited to: the roadway surfacing reconstruction work required to retrofit the sidewalk curb ramp, driveway, fine grading, bark mulch, sod, joint sealant and any other work necessary to match conditions. Asphalt concrete driveway connections located on private property are addressed under Section 00749. 00759.90 Payment—Supplement this subsection with the following: No separate or additional payment will be made for protection of concrete surfaces from vandalism or adverse weather conditions. All costs associated with protecting the freshly poured concrete and restoration of adjacent landscaping and surfacings shall be incidental to the applicable pay item. No separate or additional payment will be made for any necessary repair or removal by the Contractor for replacement of sidewalk ramps that do not meet ADA/PROWAG. Aggregate base under curb, sidewalk and ramps will be paid for according to 00641. No separate or additional payment will be made for restorations required behind the concrete structures as a result of construction. Costs to restore adjacent surfaces shall be considered incidental. No separate or additional payment will be made for steel reinforcement as shown on the plans. No separate or additional payment will be made for adjustments to forms or grading as needed to comply with ADA/PROWAG requirements for curb ramps. 00759.90 Payment—Replace the paragraph that reads "Items (e) and (f)"with the following: Items (e) and (f) include sidewalks, ramps, and truncated dome detectable warning surfaces constructed as part of new ramps or sidewalks as shown. No separate payment will be made for detectable warning surfaces constructed on new surfaces. SECTION 00865 -LONGITUDINAL PAVEMENT MARKINGS - DURABLE Comply with Section 00865 of the Standard Specifications modified as follows: 00865.40 General—Add the following to the end of this subsection: 2020 ITB—Greenfield Drive Reconstruction 70 1 Page The skid resistance of the pavement marking shall equal or exceed the skid resistance of the adjacent pavement in both wet and dry conditions. SECTION 00867 -TRANSVERSE PAVEMENT MARKINGS - LEGENDS AND BARS Comply with Section 00867 of the Standard Specifications modified as follows: 00867.90 Payment—Supplement this section with following: Bicycle Lane stencils shall include all stencils placed within the designed bike lane regardless of style. SECTION 00920—SIGN SUPPORT FOOTINGS Comply with Section 00920 of the Standard Specifications modified as follows: 00920.90 Payment-Replace this subsection,except for the subsection number and title,with the following: No payment shall be made for work on existing signage and the work will be considered incidental to other bid items. SECTION 00930 —METAL SIGN SUPPORTS Comply with Section 00930 of the Standard Specifications modified as follows: 00930.90 Payment-Replace this subsection,except for the subsection number and title,with the following: No payment shall be made for work on existing signage and the work will be considered incidental to other bid items. SECTION 01030 - SEEDING Comply with Section 01030 of the Standard Specifications modified as follows: 01030.13(b) Quality—Delete the last (fourth) bulleted paragraph. 01030.13(b) Quality—Add the following bulleted items to this subsection: • Seed is certified "Weed Free,"indicating there are no noxious or nuisance weed seeds. • Seed species and/or seed mixes identified in 01030.130 as "Native" shall meet the following additional requirements: • The seed has been tested for viability under the Oregon Seed Law within 12 months of application of the seed. • Original (first generation) stock seed and Non-Source Identified seed originated from within the Willamette Valley ecoregion as defined by the US Environmental Protection Agency (EPA). • Source Identified seed is third generation or younger. • Non-Source Identified seed meets or exceeds Oregon State Department of Agriculture Certified Seed Standards. • Seed whose origin cannot be traced may not meet the definition of"native". • For seeding operations using standard seeding equipment, seeds with awns or pubescence have been cleaned and de-bearded prior to their inclusion into mixtures. 2020 ITB—Greenfield Drive Reconstruction 71 1 Page 01030.13(f) Types of Seed Mixes -Add the following to the end of this subsection: Provide the following seed mix formulas: • Temporary Seeding: Apply PLS at a rate of 871bs/acre (2 lbs / 1000 SF) Botanical Name PLS - (%Purity x % Germination) = Amount (Common Name) (lb/acre) (minimum) (minimum) (lb/acre) Lolium perenne (Perennial Ryegrass) 33.9 Festuca rubra ssp. fallax (Chewing Fescue) 21.8 Festuca rubra (Creeping Red Fescue) 21.8 Agrostis capillaris (Highland Bentgrass) 6.1 Trifolium repens (White Clover) 3.4 01030.15 Mulch-Add the following paragraphs and bullets to the end of subsection: Acceptable mulch materials for this project are: • Hydromulch • Fine Compost Furnish fine compost for all roadside erosion control seeding except hydromulch may be used under the following conditions: • Spring planting west of the Cascades between March 1 and May 15. • Slopes are steeper than 1V to 1.5H and longer than 16 feet. Projects that have variable slopes may include straw mulch and hydromulch when approved. 01030.48 Application - Replace this subsection, except for the subsection number and tide, with the following: Use the following application method for permanent and temporary seeding: • Step 1 - Apply fine compost to a uniform depth of 2 inches with a pneumatic blower or other equipment that propels the material directly at the soil surface and achieves direct contact with the soil. • Step 2 - Seed the disturbed area with the seed mix at the rates specified in 01030.13(f .) Seed may be spread by mechanical spreader according to 01030.48(b-1-c). • Step 3 - Cover seeded areas with fine compost uniformly at an approximate depth of 1/4 inch. 2020 ITB—Greenfield Drive Reconstruction 72 1 Page • Step 4 - Fertilize according to 01030.44. 01030.80 Measurement - Replace this subsection, except for the subsection number and title, with the following: No measurement will be made for seeding and all work included in this section will be considered incidental to other bid items. 01030.90 Payment -Replace this subsection, except for the subsection number and title,with the following: No separate or additional payment will be made for work to seed and restore disturbed surfaces. The work will be considered incidental to other bid items. SECTION 01140—POTABLE WATER PIPE AND FITTINGS Comply with Section 01140 of the Standard Specifications modified as follows: 01140.40(d) Grade and Alignment Changes —Supplement this subsection with the following: Pothole existing utility connections and crossings prior to pipe installation to identify any conflicts. Notify the Engineer of any conflicts. Add the following subsection: 01140.41(g) Other Utilities -Maintain a minimum vertical clearance of 12 inches between installed pipe and other utilities. Maintain a minimum horizontal clearance of 5 feet clear, or 10 feet center-to-center, between installed pipe and other utilities. Engineer's approval and additional protection is required for any pipe installation that does not maintain the specified minimum clearances. 01140.47 Connection to Existing Mains - Replace this entire subsection with the following subsection: 01140.47 Connection to Existing Mains - Make necessary arrangements with the Engineer a minimum of 7 calendar days before making connections to existing water mains. Assemble all materials,equipment, and labor necessary to properly complete the work before starting. (a) Notification - If the connection to the existing system involves temporary water system shutoff, provide written notices to the property owners and businesses affected by the shutoff a minimum of 48 hours before the shutoff. Submit a draft written notification to the Engineer for approval 5 calendar days before providing written notice to the affected customers. The Engineer will advise which property owners are to be notified. (b) Permission - The work to perform the connection may need to be carried out during times other than normal working hours. Operation of valves in the Tigard water service area is prohibited. (c) Connection Assemblies - Excavate potholes to expose existing piping at connection points before constructing the connection. If existing piping is different than shown, provide measurements of depth and a detailed sketch of existing piping configuration and alignment to the Engineer not less than two weeks before the expected construction. 2020 ITB—Greenfield Drive Reconstruction 73 1 Page (d) Uninterrupted Service - Once work is started on a connection, proceed continuously without interruption, and as rapidly as possible until completed. Schedule main shutoffs to ensure that mains do not remain shut off overnight, on Fridays, over weekends, or on holidays. (e) Cutting Main Lines - Cut existing water mains according to 01140.12. Remove the portions of pipe to provide for the installation of the required fittings at the points of connection. Determine the exact length of the existing water main that is to be removed. Bevel pipe ends to prevent damage to the transition coupling gasket during installation of the coupling. Clean the exterior of the existing pipe end to a sound, smooth finish before installing the coupling. 01140.50(a) Flush and Disinfect - Replace this subsection,except for the subsection number and title,with the following: Upon satisfactory completion of testing, the connections to existing mains shall be cleaned and flushed with potable water prior to disinfection. Flushing velocities shall be at least 2.5 feet per second. Disinfection shall be in accordance with AWWA Standard C651-92, the State Health Division, and City requirements. The continuous feed method of disinfection shall be used. Disinfecting mixture shall be a chlorine-water solution having a free chlorine residual of 40-50 mg/l. The disinfection mixture will be prepared by injecting a calcium/sodium hypochlorite and water solution into the pipeline at a measured rate while fresh (potable) water is allowed to flow through the pipeline so that the chlorine-water solution is of the specified strength. Treated (chlorinated) water shall be retained in the pipeline long enough to destroy all nonspore-forming bacteria. Typical retention period is 24 hours. 01140.50(c) Disposal of Treated Water - Replace this subsection, except for the subsection number and title,with the following: Dispose of treated water flushed from mains.To protect aquatic life,de-chlorinate the treated waste water according to AWWA C655 before disposing of water into any storm drain or natural drainage channel. Dispose of disinfecting solution according to AWWA C655 and to the satisfaction of the Engineer and local authorities. If approved by the Engineer and the sanitary sewer utility, disposal may be made to an available sanitary sewer,provided the rate of disposal will not overload the sewer. 01140.52(b-1) Gaseous Chlorine - Delete this subsection. 01140.52(g) Chlorinating Connections to Existing Water Mains - Replace this subsection, except for the subsection number and title,with the following: Follow the chlorinating procedure specified in AWWA Standard C651-14. Liberally treat the exterior of the existing main at the connection point with hypochlorites. Swab or spray the interior of all new closure fittings,valves,and pipe required for the connection with a 1 percent hypochlorite solution. Disinfect the 5 feet of existing main adjacent to the connection point with a 100 ppm chlorine solution and then thoroughly flush the line. 01140.52(h) Flushing and Testing - Replace this subsection, except for the subsection number and title, with the following: At the end of the retention period,the pipeline is to have a free chlorine residual of at least 10 mg/l.After satisfactory chlorination, flush the water from the line until the water throughout the pipeline is equal chemically and bacteriologically to the permanent source of supply. (1) Sampling Tap - Install a sampling tap ahead of the flushing hose for convenient sanitary sampling. 2020 ITB—Greenfield Drive Reconstruction 74 1 Page (2) Sampling Frequency for New Mains - For new mains, collect one set of samples every 1200 feet along the pipe and one set at the end of the pipe. If water from the trench enters the pipe or, in the opinion of the Engineer, excessive quantities of dirt or debris have entered the new main, increase sampling frequency to collect a sample set every 200 feet along the pipe, in addition to the sample set required at the pipe end. (3) Service Resumption - Do not place the lines into service before a satisfactory report is received from the local or State health department on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 01140.80 Measurement - Replace this subsection, except for the subsection number and title, with the following: (a) Pipe -The quantities of pipe of the various kinds,types, sizes and backfill classes will be measured on the length basis and will be horizontal measurement along the top of the finished trench, with no deduction for fittings,valves, and couplings. (b) Pipe Fittings and Couplings - Ductile iron pipe fittings will be measured on the unit basis. Fittings and couplings shall be measured per each. Large fittings shall include crosses and tees of the sizes specified. Small fittings include all other types of fittings (bends, couplings, adapters, reducers, etc.) of the sizes specified. For reducers, tees, or crosses, the largest size will be the basis for determining the pay item (e.g. 8"x 6" reducer would be measured as an 8" small fitting). (c) Blowoff Assemblies—The quantities of blowoff assemblies will be measured on the unit basis. (d) Tapping Sleeve with Valve Assemblies —the quantities of tapping sleeve and valve assemblies will be measured together on the unit basis. 01140.90 Payment—Replace this subsection with the following: Pay Item Unit of Measurement (a) Inch Potable Water Pipe with Joint Restraints and Class B Backfill............Foot (b) Inch Small DI Fitting with Joint Restraints........................................Each (c) 12 Inch Tapping Sleeve and 12 Inch Valve Assembly.................................Each (d) Blowoff Assembly, Inch............................................................Each In items (a), (b) and (d), the nominal diameter of pipe and fittings will be inserted into the blank. All items include bedding and backfill. Item (d) includes all work necessary to furnish and install the temporary blowoff assembly shown on the Plans including all pipe, fittings, blocking and other miscellaneous items. 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. Trench resurfacing will be paid for according to 00495.90. Installation under Pavement by tunneling, jacking or boring methods will be paid for according to 00406.90. 2020 ITB—Greenfield Drive Reconstruction 75 1 Page No separate or additional payment will be made for: • Trench excavation • Bedding • Pipe zone material • Backfill work • Polyethylene encasement • Concrete thrust blocks • Detectable marking tape and wire • Flushing, hydrostatic testing and disinfection, and water for testing • Exposing and cleaning existing mains, cutting and removing existing pipe, draining existing Mains, disinfecting existing mains, and refilling existing mains • PVC fittings under 4 inch • HDPE fittings • Exploratory excavations • Temporary restraint of the existing water system including hydrants, valves, pipe, and fittings as necessary to construct the proposed water main • Installing, maintaining, and removing temporary construction blow-offs • Removal of existing fittings,waterline, and thrust blocks to permit proposed connections • Joint restraints and thrust blocking • Temporary and permanent trench resurfacing SECTION 01150—POTABLE WATER VALVES Comply with Section 01150 of the Standard Specifications. SECTION 02010 -PORTLAND CEMENT Comply with Section 02010 of the Standard Specifications. SECTION 02040—CHEMICAL ADMIXTURES Comply with Section 02040 of the Standard Specifications modified as follows: 02040.10 Materials -Replace this subsection,except for the subsection number and title,with the following: Furnish admixtures from the QPL. SECTION 02050 - CURING MATERIALS Comply with Section 02050 of the Standard Specifications modified as follows: 02050.10 Liquid Compounds -Add the following to the end of this section: Curing compounds shall be colorless. SECTION 02080 - GROUT Comply with Section 02080 of the Standard Specification. 2020 ITB—Greenfield Drive Reconstruction 76 1 Page SECTION 02440—JOINT MATERIALS Comply with Section 02440 of the Standard Specifications. SECTION 02510 - REINFORCEMENT Comply with Section 02510 of the Standard Specifications modified as follows: 02510.10 Deformed Bar Reinforcement - Replace this subsection, except for the subsection number and title,with the following: Furnish deformed bar reinforcement from the QPL and conforming to the requirements of ASTM A 706, AASHTO M31 (ASTM A615), or AASHTO M334 (ASTM A1035 CS). Unless otherwise specified or shown, all reinforcing bars shall be Grade 60. 02510.20 Mechanical Splices - Replace this subsection,except for the subsection number and title,with the following: Furnish mechanical splices from the QPL. Where bars of different sizes or strengths are connected, the governing strength shall be the strength of the smaller or weaker bar. • Type 1 Mechanical Splices - Furnish Type 1 Mechanical Splices that develop at least 125 percent of the specified minimum yield strength of the reinforcing bars. Type 1 Mechanical Splices are not allowed for column bars. • Type 2 Mechanical Splices - Furnish Type 2 Mechanical Splices that develop at least 125 percent of the specified minimum yield strength of the reinforcing bars and 100 percent of the specified tensile strength of the reinforcing bars. • Total slip displacement- Measure displacement after loading in tension to 30.0 ksi and relaxing to 3.0 ksi. The displacement for bars up to No. 14 shall not exceed 0.01 inches. The displacement for No. 18 bar shall not exceed 0.03 inches. 02510.25 Headed Bar Reinforcement - Replace this subsection,except for the subsection number and title, with the following: Furnish Class HA headed steel bar from the QPL for concrete reinforcement. The headed steel bar shall develop the specified minimum tensile strength of the reinforcing bars, according to ASTM A970. Ferrous-filler coupling sleeves and welded headed steel bars are not allowed for concrete reinforcement. SECTION 02910 - SIGN MATERIALS Comply with Section 02910 of the Standard Specifications. SECTION 03020—EROSION MATERIALS Comply with Section 03020 of the Standard Specifications modified as follows: 03020.90 Acceptance—Delete the bullet that begins "Quality compliance certification...". END OF SPECIAL PROVISIONS 2020 ITB—Greenfield Drive Reconstruction 77 1 Page