denney rd waterline improvements...

127
Date: March 11, 2016 City of Beaverton DENNEY RD WATERLINE IMPROVEMENTS PROJECT CIP 4109 Solicitation #3072-16B DATE & TIME PROPOSALS ARE DUE: APRIL 5, 2016 at 2:00 PM A mandatory pre-proposal conference will be held on March 17, 2016 at 11:00 a.m. in the Umpqua River Room Conference Room at the Beaverton Building, 12725 SW Millikan Wy. SUBMIT PROPOSAL TO: City of Beaverton Purchasing Division, Fourth Floor 12725 SW Millikan Way Beaverton, OR 97005 503-526-2228 This document is available in alternate formats, such as large print, audiotape, oral presentation and electronic format. To request an alternate format, call the City of Beaverton at 503-526-2228 or TDD 503-526-2506.

Upload: truongmien

Post on 25-May-2018

225 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Date: March 11, 2016

City of Beaverton

DENNEY RD WATERLINE IMPROVEMENTS PROJECT

CIP 4109 Solicitation #3072-16B

DATE & TIME PROPOSALS ARE DUE: APRIL 5, 2016 at 2:00 PM

A mandatory pre-proposal conference will be held on March 17, 2016 at 11:00 a.m. in the Umpqua River Room Conference Room at the Beaverton Building, 12725 SW Millikan Wy.

SUBMIT PROPOSAL TO: City of Beaverton Purchasing Division, Fourth Floor 12725 SW Millikan Way Beaverton, OR 97005 503-526-2228

This document is available in alternate formats, such as large print, audiotape, oral presentation and electronic format. To request an alternate format, call

the City of Beaverton at 503-526-2228 or TDD 503-526-2506.

Page 2: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 2 of 102

TABLE OF CONTENTS

TABLE OF CONTENTS ...................................................................................................................................... 2

LEGAL BID ADVERTISEMENT ....................................................................................................................... 3

STANDARD TERMS AND CONDITIONS OF SOLICITATION ..................................................................... 4

FOR A PUBLIC WORKS CONTRACT .............................................................................................................. 4

BIDDER CHECK-OFF LIST ............................................................................................................................... 5

SECTION I ........................................................................................................................................................... 6

BID PROPOSAL .............................................................................................................................................. 6 BID PROPOSAL CERTIFICATION FORM ................................................................................................. 11 BID BOND FORM ......................................................................................................................................... 12 BIDDER TENTATIVE CONSTRUCTION SCHEDULE FORM ................................................................. 13 FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM .......................................................................... 14 CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM BIDDER CHECKLIST ............. 15 CITY OF BEAVERTON - GOOD FAITH EFFORT PROGRAM REQUIREMENTS ................................ 16

DIVISIONS OF WORK ..................................................................................................................................... 21

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM ..................................................... 22 Form 1: SUBCONTRACTOR & SELF-PERFORM LIST ............................................................................ 22 Form 2: MWESB CONTACT & BIDS RECEIVED LOG ............................................................................ 25 Form 3: MONTHLY SUBCONTRACTOR PAYMENT AND UTILIZATION REPORT ........................... 26 CURRENT PROJECT INFORMATION FORM ........................................................................................... 27 BIDDER RESPONSIBILITY FORM ............................................................................................................ 29

SECTION II ........................................................................................................................................................ 30

CONSTRUCTION CONTRACT 3072-16 ..................................................................................................... 30 FAITHFUL PERFORMANCE BOND .......................................................................................................... 43

SECTION III ....................................................................................................................................................... 46

GENERAL REQUIREMENTS AND SPECIAL PROVISIONS ................................................................... 46

SECTION IV ...................................................................................................................................................... 99

LOCATES ...................................................................................................................................................... 99 LAWS TO BE OBSERVED ......................................................................................................................... 100 Known Conditions Relating to Environmental Pollution or Preservation of Natural Resources ................. 101 NOTICE TO PROCEED .............................................................................................................................. 102

APPENDIX A – AS-BUILT DRAWINGS 7 pages

APPENDIX B - PROJECT PLANS IF ANY

THE CITY OF BEAVERTON IS A CUSTOMER-ORIENTED COMMUNITY AND EXPECTS ITS CONTRACTOR TO REFLECT A PROFESSIONAL IMAGE.

Page 3: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 3 of 102

LEGAL BID ADVERTISEMENT

CITY OF BEAVERTON

FOR THE CONSTRUCTION OF THE DENNEY RD WATERLINE IMPROVEMENTS PROJECT CIP 4109

Solicitation #3072-16B The City of Beaverton is accepting sealed bids until 2:00 PM on April 5, 2016 for the construction of DENNEY RD WATERLINE IMPROVEMENTS PROJECT CIP 4109. Bids must be submitted by mail, courier or hand carried. To be deemed received, hand carried bids must be received only at the following location; Finance Utility Billing Counter, Purchasing Division, Attn: Terry Muralt, Purchasing Agent, located on the 4th Floor, 12725 SW Millikan Way, Beaverton, OR. Upon request, the City will issue a written receipt stating date and time bid was received. Bids mailed through the U.S. Mail should be sent to PO Box 4755, Beaverton, OR 97076. Mailed bids will be date and time stamped when received in the Purchasing Office. Date and time of receipt and not the date of mailing controls. Bids will be publicly opened and read at 2:00 PM in the Willamette River Conference Room located on the 4th Floor. Bids will not be accepted after the bid closing time and date. Faxed or e-mailed solicitation responses are not acceptable. All bidders must complete and submit the First Tier Subcontractor Disclosure Form no later until 4:00 PM on April 5, 2016 to the Finance Utility Billing Counter located on the 4th Floor of The Beaverton Building, or by Fax: 503-526-2490 or by email: [email protected]. The proposed projects consists of the installation of various sizes of potable waterline and associated valves, hydrants and fittings. The project cost range is $425,000 to $475,000. A MANDATORY PRE-BID MEETING for this project will be held in the Umpqua River Room, 1st floor, at The Beaverton Building located at 12725 SW Millikan Way on March 17, 2016, at 11:00 AM to provide prospective bidders with the opportunity to ask questions related to bidding or building the work under this contract. If deemed appropriate by the Engineer, questions that cannot be addressed by direct reference to the bidding documents will be the subject of an addendum issued to all plan holders. A BIDDER’S FAILURE TO ATTEND THE MANDATORY PRE-BID MEETING SHALL CAUSE A BID SUBMITTED BY THAT BIDDER TO BE DEEMED NON-RESPONSIVE.

Plans and specifications may be obtained at The Beaverton Building,, City Purchasing Division, 12725 SW Millikan Way, 4th Floor, PO Box 4755, Beaverton, Oregon 97076 or by calling 503-526-2228 or by visiting our website at http://apps.BeavertonOregon.gov/Bids/ and Register. In addition, specifications, including bidding documents and conditions of the agreement, may be reviewed at the following offices: 1. The Beaverton Building, Purchasing Division, 12725 SW Millikan Way, 4th Floor, Beaverton, Oregon 97005 2. Salem Contractor's Exchange, 2256 SE Judson Street, Salem, Oregon 97309 3. McGraw Hill Construction Dodge, 3461 NW Yeon Ave., Portland, Oregon 97210 4. DJC Plan Center, 921 SW Washington St, Suite 210, Portland, Oregon 97205 5. SW Washington Contractor Association, 7017 NE Highway 99 No.214 Vancouver, Washington 98665 6. Oregon Contractors Plan Center, 14625 SE 84th Drive, Clackamas, Oregon 97015

A current letter of approval from the State of Oregon Department of Transportation (ODOT), Construction Contracts Unit showing that the Contractor has been pre-approved by ODOT is not required for this project.

The contract expected to be awarded in connection with this solicitation is subject to the state prevailing rates of wage under ORS 279C.800 to 279C.870.

For more information regarding this project, contact Jim Brink, Project Manager, at 503-789-5664 (cell). PUBLISH: Daily Journal of Commerce DATE: 3-11-2016 ORS 279C.360 (2009)

Page 4: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 4 of 102

CITY OF BEAVERTON STANDARD TERMS AND CONDITIONS OF SOLICITATION

FOR A PUBLIC WORKS CONTRACT DENNEY RD WATERLINE IMPROVEMENT PROJECT CIP 4109

Solicitation 3072-16B Plans and specifications may be obtained at The Beaverton Building, Purchasing Division, 12725 SW Millikan Way, 4th Floor, PO Box 4755, Beaverton, Oregon 97076 or by calling 503-526-2228 or by visiting our website at http://apps.BeavertonOregon.gov/Bids/ and Registering. In addition, specifications, including bidding documents and conditions of the agreement, may be reviewed at the Beaverton Building, Purchasing Division, 12725 SW Millikan Way, 4th Floor, Beaverton, Oregon 97005. A current letter of approval from the State of Oregon Department of Transportation (ODOT), Construction Contracts Unit showing that the Contractor has been pre-approved by ODOT is not required for this project. A proposer may not make its offer contingent upon the City's acceptance of any terms or conditions (including specifications) other than those contained in this solicitation document. Sealed bids will be received until 2:00 PM on April 5, 2016, at the Finance Utility Billing Counter, 4th Floor, 12725 SW Millikan Way, Beaverton, Oregon. Bids will be deemed received only when the City has marked the bid documents with the date and time received. City will issue a written receipt on the bidder’s request. Bids will be publicly opened and read at 2:00 PM in the Willamette River Conference Room for the construction of CITY OF BEAVERTON DENNEY RD WATERLINE IMPROVEMENT PROJECT CIP 4109. Bids will not be accepted after the bid closing time and date. All bid proposals must be submitted by mail, courier or hand carried. Faxed or e-mailed solicitation responses are not acceptable. All bidders must complete and submit the First Tier Subcontractor Disclosure Form no later until 4:00 PM on April 5, 2016 to the 4th Floor Finance Utility Billing Counter, by Fax: 503-526-2490 or by email: [email protected]. If the contract awarded pursuant to this solicitation is a contract for a public works project subject to the state prevailing rates of wage under ORS 279C.800 to 279C.870, the federal prevailing rates of wage under the Davis-Bacon Act (40 USC 3141 et seq.) or both the state and federal prevailing rates of wage, no bid will be received or considered by the City unless the bid contains a statement by the bidder will comply with ORS 279C.838 or 279C.840 or 40 USC 3141 et seq. Each bid must identify whether the bidder is a resident bidder, as defined in ORS 279A.120. City of Beaverton extends equal opportunity to all persons and specifically encourages minority, women-owned, emerging small businesses or Service-Disabled Veteran-owned Small Business to access and participate in this and all City projects, programs and services. The City may reject a bid that does not comply with prescribed public contracting procedures and requirements, including the requirement to demonstrate the bidder’s responsibility under ORS 279C.372 (3)(b). The City may also reject for good cause all bids after finding that doing so is in the public interest. Based on information currently known, this project is not an “asbestos abatement project” in that the project does not entail the demolition, renovation, repair, construction or maintenance activity of any public or private facility that involves the repair, enclosure, encapsulation, removal, salvage, handling or disposal of any material with the potential of releasing asbestos fibers from asbestos-containing material into the air. A bid for a public works contract may not be received or considered by the City unless the bidder is duly licensed by the Construction Contractors Board or the State Landscape Contractors Board. ORS 279C.365

Page 5: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 5 of 102

BIDDER CHECK-OFF LIST

Bidders, please review your bid proposal packet before submitting. Have you included the following required forms?

Section I - Bid Proposal

Bid Proposal Certification Form along with Proposal Guarantee (Bid Bond, Cashier’s Check, or Certified Check). ALSO - Acknowledge Addendums, if any.

Bidder Tentative Construction Schedule Form

First Tier Subcontractor Disclosure Form (may be included with Bid packet or submitted separately to

the Finance Utility Billing Counter located on the 4th Floor of The Beaverton Building, by Fax: 503-526-2490 or by email: [email protected] within two working hours after the advertised bid closing time as specified in the solicitation).

Current Project Information Form

Bidder Responsibility Form (unless current form on file with City)

First Tier Subcontractor Disclosure Form (may be included with Bid packet or submitted separately to

the Finance Utility Billing Counter located on the 4th Floor of The Beaverton Building, by Fax: 503-526-2490 or by email: [email protected] within two working hours after the advertised bid closing time as specified in the solicitation). * - Submit no later than 4:00 PM on day of bid opening.

Good Faith Effort Program FORM 1: Subcontractor & Self-Perform List* - Submit no later than 4:00

PM on day of bid opening.

Good Faith Effort Program FORM 2: Contact & Bids Received Log AND Copy of solicitation letter, fax, or email send to MWESB Subcontractors ** Apparent Low Bidder shall submit the day after bid opening no later than 2:00 PM.

* These forms may be included with Bid packet or submitted separately to the 4th floor Finance Department Utility Billing Counter, located at 12725 SW Millikan Way in Beaverton, by fax to 503-526-2490, or by email to [email protected] within two working hours after the advertised bid closing time as specified in the solicitation).

** These forms are due the day after Bid Opening by 2:00 PM from the Apparent Low Bidder Only Note that these forms are not applicable if the Contractor is Self-Performing all of the work.

Page 6: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 6 of 102

SECTION I BID PROPOSAL

CITY OF BEAVERTON

SW DENNEY ROAD WATERLINE IMPROVEMENT PROJECT CIP 4109

#3072-16B

FAILURE TO SUBMIT THIS FORM IN BID PROPOSAL PACKET WILL RESULT IN A NON-RESPONSIVE BID

The following Unit Price Proposal (Bid Proposal) is submitted with the specific understanding that the bid is balanced, that the quantities herein estimated are approximate, for use in comparing bids only and may either be increased or decreased in the final payment and that final payment shall be based upon the actual calculated quantities of work done. Proposer represents that this bid is made solely on behalf of the person or firm submitting same and not for an undisclosed principal or in collusion with any person, firm or corporation qualified to make a bid for the same work, and that all representations as to price, quantity, and times for completion are made in good faith without intent to deceive. Bidder shall enter in the appropriate spaces all information requested on the Bid Proposal. In case of mistakes in extension of prices, unit prices shall govern.

SCHEDULE A - GENERAL

ITEM

NO.

DESCRIPTION UNIT UNIT

PRICE

EST.

QTY

TOTAL

A-1 Mobilization (00210) LS 1

A-2 Temporary Work Zone Traffic

Control (00225)

LS 1

A-3 Flaggers (00025) HR 192

A-4 Erosion Control and Cleanup

(00280)

LS 1

A-5 Exploratory Excavation (00330) CY 50

A-6 Trench Foundation (00405) CY 80

A-7 Extra Work as Authorized * LS 1 $30,000

Subtotal Schedule A

Page 7: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 7 of 102

SCHEDULE B

DENNEY ROAD EAST OF HWY 217

DESCRIPTION UNIT UNIT

PRICE

EST.

QTY

TOTAL

B-1 Sawcut (00310) LF 2380

B-2 Trench Resurfacing, 6-Inch

Depth (00495)

SY 376

B-3 Trench Resurfacing, 4-Inch

Depth (00495)

SY 36

B-4 Trench Resurfacing, 3-Inch

Depth (00495)

SY 26

B-5 Trench Resurfacing, 2-Inch

Depth, Temporary (00495)

SY 376

B-6 Remove & Replace Type A Curb

(00759)

LF 6

B-7 Remove & Replace Concrete

Sidewalk & Ramp (00759)

SF 68

B-8 Remove & Replace Concrete

Driveway, Reinforced (00759)

SF 102

B-9 6-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 308

B-10 8-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 38

B-11 10-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 3

B-12 12-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 1016

B-13 10-Inch Tapping Sleeve & 10-

Inch Valve Assembly (01150)

EA 1

Page 8: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 8 of 102

DESCRIPTION UNIT UNIT

PRICE

EST.

QTY

TOTAL

B-14 8-Inch Tapping Sleeve & 8-Inch

Valve Assembly (01150)

EA 1

B-15 6-Inch Tapping Sleeve & 6-Inch

Valve Assembly (01150)

EA 4

B-16 6-inch Gate Valve (01150) EA 3

B-17 12-inch Gate Valve (01150) EA 3

B-18 Hydrant Assemblies (01160) EA 2

B-19 1-Inch Copper Water Service

with Class B Backfill (01170)

LF 13

B-20 Blow Off Assembly, 4 Inch,

Temporary (01140)

EA 1

Subtotal Schedule B

SCHEDULE C

DENNEY ROAD WEST OF HWY 217

DESCRIPTION UNIT UNIT

PRICE

EST.

QTY

TOTAL

C-1 Sawcut (00310) LF 949

C-2 Trench Resurfacing, 6-Inch

Depth (00495)

SY 618

C-3 Trench Resurfacing, 3-Inch

Depth (00495)

SY 40

C-4 Trench Resurfacing, 2-Inch

Depth, Temporary (00495)

SY 618

C-5 Loop Detector Installation

(00990)

EA 2

C-6 Remove & Replace Type A

Curb (00759)

LF 16

C-7 Remove and Replace Concrete

Curb & Gutter (00759)

LF 17

Page 9: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 9 of 102

DESCRIPTION UNIT UNIT

PRICE

EST.

QTY

TOTAL

C-8 Remove & Replace Concrete

Sidewalk & Ramp (00759)

SF 55

C-9 4-Inch HDPE, SDR 11 Potable

Water Pipe, Fittings and

Couplings (00406)

LF 334

C-10 4-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 114

C-11 6-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 18

C-12 8-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 50

C-13 12-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 5

C-14 12-Inch Potable Water Pipe,

Fittings and Couplings with

Restrained Joints and Class B

Backfill (01140)

LF 719

C-15 10-Inch Tapping Sleeve & 10-

Inch Valve Assembly (01150)

EA 1

C-16 6-Inch Tapping Sleeve & 6-Inch

Valve Assembly (01150)

EA 1

C-17 12-Inch Connection to Extg 12-

Inch Main (01140)

EA 1

C-18 8-Inch Connection to Extg 8-

Inch Gate Valve (01140)

EA 1

C-19 4-inch Gate Valve (01150) EA 1

Page 10: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 10 of 102

DESCRIPTION UNIT UNIT

PRICE

EST.

QTY

TOTAL

C-20 6-inch Gate Valve (01150) EA 1

C-21 12-inch Gate Valve (01150) EA 2

C-22 Hydrant Assemblies (01160) EA 1

C-23 Blow Off Assembly, 4 Inch,

Temporary (01140)

EA 1

C-24 Blow Off Assembly, 2 Inch,

Temporary (01140)

EA 1

C-25 1- Inch HDPE Water Service

Connection (01170)

LF 30

C-26 2- Inch HDPE Water Service

Connection (01170)

LF 14

Subtotal Schedule C

GRAND TOTAL BID AMOUNT OF SCHEDULES A-C $___________________________________

(____________________________________________ Dollars & __________________________cents).

(Grand Total Bid Amount shall be presented both in numbers and in words. In the event of discrepancy, the amount stated in words shall

control.)

Contractor Company Name

* “Extra Work As Authorized” is additional work tasks, not specifically required or implied by the contract, that an

authorized city representative specifically requests in writing for a contractor to perform. Execution of a

construction contract is not a specific request for a contractor to perform any additional work.

Page 11: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 11 of 102

BID PROPOSAL CERTIFICATION FORM FAILURE TO SUBMIT THIS FORM AND THE BID PROPOSAL GUARANTEE (Bid Bond, Cashier’s

Check or Certified Check) IN BID PROPOSAL PACKET WILL RESULT IN A NON-RESPONSIVE BID

The undersigned agrees and certifies that he/she: 1. Has received Addendum No(s).___________________ (list all addenda received or write “N/A” if none).

2. Has read and understands all the solicitation instructions, terms and conditions and construction specifications relevant to this project, including but not limited to, the following sections of the Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as amended and as further modified by the City’s General Requirements and Special Provisions set forth at Section III of this solicitation for this Project and relating to customer service:

Section 00160, Source of Materials, subsection 00160.50(a), Agency-Controlled Land; Limitations and Requirements: General

Section 00180.40 Limitations of Operations

Section 00180.41(i) Customer Service Element to Construction Schedule

Section 00220, Accommodations for Public Traffic, (all)

Section 00290, Environmental Protection, (all)

3. Is / Is not (check applicable box) a “resident bidder” as defined by ORS 279A.120.

4. Has made or has caused to be made on proposer’s behalf an examination of the site of the proposed work and has made all investigations proposer deems necessary to determine the conditions to be encountered;

5. Is a duly authorized representative of the proposer, that the information provided in this proposal and accompanying materials is true and accurate, and that providing incorrect or incomplete information may be cause for proposal rejection and/or contract termination;

6. Is bound by and will comply with all requirements, specifications, and terms and conditions contained herein, and to the extent applicable, ORS 279C.838 or 279C.840 or 40 USC 3141 et seq. will be complied with;

7. Will contract with the City of Beaverton, Oregon, in the form similar to that attached and furnish the designated item (s) and/or service(s) in accordance with the proposal and the contract;

8. Has attached to this Proposal is a Proposal Guarantee (Bid Bond, Cashier’s Check, or Certified Check), for the sum of _________________________________, payable to the City of Beaverton, Oregon, in the amount of ten percent (10%) of the total bid based upon the estimate of quantities at the above price according to the conditions of the advertisement.

Bidder further acknowledges the importance of these provisions to the successful completion of this project, and agrees that if awarded this contract, bidder will promptly, efficiently and courteously carry out his/her responsibilities under the aforementioned specifications. Authorized Signature: Title:

(INK SIGNATURE ONLY)

Contact Person: Email:

Telephone #:.

Attach Bid Proposal Guarantee (Bid Bond, Cashier’s Check or Certified Check) to this Bid Proposal. If this Bid Proposal is accepted by the City of Beaverton and the undersigned fails to execute a satisfactory contract and bond as stated in the Advertisement within ten (10) calendar days from the date of notification, then the City may, at its option, determine that the undersigned has abandoned the contract. Thereupon this Bid Proposal shall be considered null and void, and the Proposal Guarantee accompanying this Bid Proposal shall be forfeited to and become the property of the City of Beaverton. If the Bid Proposal is not accepted, the Bid Proposal Guarantee accompanying this Bid Proposal shall be returned to Proposer.

Page 12: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 12 of 102

BID BOND FORM FAILURE TO SUBMIT A BID BOND (Bid Bond, Cashier’s

Check or Certified Check) IN BID PROPOSAL PACKET WILL RESULT IN A NON-RESPONSIVE BID

KNOW ALL PERSON BY THESE PRESENTS, that we

(Contractor), as principal, and (surety) a

surety company duly organized under the laws of the State of ,

having its principal place of business at ,

and authorized to do business in the State of Oregon are held and firmly bound unto the City of Beaverton, as oblige, in the full sum of ten (10) percent of the total amount of the bid for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, firmly by these presents. NOW, THEREFORE, as principal named below is submitting an irrevocable bid for (project name) as described in City of Beaverton Invitation to Bid, and accompanying contract documents incorporated by this reference herein, and if said bid submitted by principal is accepted by the City of Beaverton and said principal fails to execute the contract and required performance and payment bonds in accordance with Section 00130.50(a) within the time fixed therein, then the Bid Guaranty shall immediately be paid to the City of Beaverton; and FUTHERMORE, if the said bid submitted by the said bidder be accepted by the City of Beaverton, and the contract for said work be awarded to said principal, and if the said bidder enters into and executes the said contract and furnishes bond as required by the City within the time fixed by the Commission, then this obligation shall be void; otherwise to remain in full force and effect.

Signed and sealed this ___________day of ___________________, 20_____ Principal

Signature Surety Company Signature Seal

Page 13: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 13 of 102

BIDDER TENTATIVE CONSTRUCTION SCHEDULE FORM FOR

PROJECT NAME: DENNEY RD WATERLINE IMPROVEMENTS PROJECT (CIP 4109)

A BIDDER WHO DOES NOT SUBMIT A CONSTRUCTION SCHEDULE AS REQUIRED BELOW, OR WHO SUBMITS

A CONSTRUCTION SCHEDULE THAT IS MATERIALLY DEFICIENT, SHALL BE DEEMED NOT RESPONSIVE TO THIS SOLICITATION

Attach Copy Of Tentative Schedule To This Sheet.

As one of the pertinent standards and criteria for establishment of bid responsiveness and to demonstrate ability to schedule and manage a project of this nature, each bidder shall prepare and submit with his/her bid a tentative schedule for construction of the project, from Notice to Proceed through Substantial Completion. For purposes of scheduling, the contractor will assume that Notice to Proceed will be issued on the date identified in section 00120.40(h) of SECTION III, GENERAL REQUIREMENTS AND SPECIAL PROVISIONS. The tentative schedule for construction shall identify the critical path for the project, critical milestones in accomplishing the work, and fixed completion dates for those milestones. In selecting a contractor for this project, the City will consider both the bids and the bidders’ tentative construction schedule in determining the lowest responsive bid. Preparation and submittal of a clear and appropriately sequenced construction activity schedule is an important consideration for determining responsiveness on the part of the bidder.

Bidder’s Initials: ________________

Bid Closing: Date: ________________________ Time: ________________ AM__ PM__

Page 14: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 14 of 102

FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM FAILURE TO SUBMIT THIS FORM AT THE 4TH FLOOR FINANCE UTLIITY BILLING COUNTER BY THE DISCLOSURE DEADLINE WILL RESULT IN A NON-RESPONSIVE BID. A NON-RESPONSIVE BID WILL NOT BE CONSIDERED FOR AWARD.

Project Name: DENNEY RD WATERLINE IMPROVEMENTS PROJECT (CIP 4109) Bid No.: _______ Bid Closing: Date: _______________________ Time: _______ AM__ PM__

This form must be submitted within two working hours after the advertised bid closing time as specified in the solicitation. This form will be deemed received by the time stated or stamped on the document. It

may be submitted in person at the Finance Utility Billing Counter, located on the 4th floor of the Beaverton Building, by Fax: 503-526-2490, or by email: [email protected]

List below the name of each subcontractor that will be furnishing labor or materials in connection with this public improvement contract that will have a contract value that is equal to or greater than 5% of the total project bid or $15,000, whichever is greater, or $350,000 regardless of the percentage of the total project bid, 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). This section applies only to public improvement contracts with a value of more than $100,000. Name Dollar Value Category of Work___ 1) $ 2) $ 3) $ 4) $ 5) $

Form Submitted By (Bidder Name): ______________________________________________________ Contact Name: ________________________________________ Phone No.: _____________________ Email:

Page 15: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 15 of 102

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM BIDDER CHECKLIST

The City of Beaverton’s Good Faith Effort Program forms are listed below in the Bidder’s Checklist. This checklist helps bidders identify documents required to be deemed a responsive bidder. It remains the responsibility of the bidder, however, to determine that all required documents have been submitted to the City of Beaverton. For purposes of this document, “submitted” means in the physical possession of the City of Beaverton, Purchasing Division. All forms can be provided electronically upon request; OR available to download on the City of Beaverton Purchasing website:

http://www.BeavertonOregon.gov/Purchasing

For a complete list of all MWESB-certified businesses, visit the state’s certification management system at http://oregon4biz.diversitysoftware.com/ or search MWESB-certified firms registered through ORPIN by visiting http://orpin.oregon.gov, logging in and selecting “Browse Suppliers” from the left-hand navigation column. Due Day of Bid Opening by 4:00 PM from ALL Bidders

☐ FORM 1 – City of Beaverton – Good Faith Effort Program - Subcontractor & Self-Perform List Note: This completed form is required even if you intend to self-perform all of the work. Any bidders not submitting this form will be deemed non-responsive and will result in the rejection of the bid. This form may be submitted in person, by fax or by email (see below).

Due Day after Bid Opening by 2:00 PM from the Apparent Low Bidder

☐ FORM 2 – City of Beaverton – Good Faith Effort Program - Contact & Bids Received Log Provide all required information in each column as applicable. Note: Not required if self-performing all of the work.

☐ Copy of solicitation letter, fax, or email sent to MWESB Subcontractors

Due after award of contract from the Awarded Prime Contractor

☐ FORM 3 – City of Beaverton - Monthly Subcontractor Payment and Utilization Report Monthly Progress Reports can be submitted by mail, fax, or by email to the Purchasing Agent.

_____________________________________________________________________________________

SUBMISSION OF ALL REQUIRED INFORMATION

All Good Faith Effort Program forms may be submitted electronically, by fax, or in person to the Utility Billing Counter on the Fourth floor of the Beaverton Building, located at 12725 SW Millikan Way, Beaverton, OR 97005. Electronic submissions should be sent to [email protected]. Fax submissions should be sent to 503-526-2490. Hard copy submissions are strongly encouraged—ensuring electronic or fax submissions are received by the City in a timely manner is the responsibility of the bidder.

QUESTIONS

If you have any questions about the forms or submission requirements, contact Terry Muralt, Purchasing Agent at 503-526-2229 or [email protected].

Page 16: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 16 of 102

CITY OF BEAVERTON - GOOD FAITH EFFORT PROGRAM REQUIREMENTS

1. PROGRAM DESCRIPTION A. The City of Beaverton is committed to a procurement strategy that provides opportunities to small businesses, is supportive of the regional economy, and is designed to achieve racial and gender equity in contracting. Therefore, Prime Contractors are required to submit documentation showing that a Good Faith Effort (GFE) has been made to contract with subcontractors that are Minority-owned, Women-owned or Emerging Small Businesses (MWESB) as well as Service-Disabled Veteran-owned Small Businesses (SDV).

B. On projects estimated at $100,000 and above, this program:

Helps determine whether bidders made the required GFE to open subcontracting opportunities to state-certified MWESBs or SDVs,

Assists the City in recording subcontractor utilization on its projects,

Requires contractors to provide evidence of a GFE on ALL of their subcontracting opportunities (regardless of value).

2. ASPIRATIONAL GOAL The City has adopted an aspirational goal of 10% MWESB participation in its overall dollar amount of contracting and purchasing activities, including goods and services, personal/professional services, architectural & engineering and related services, and construction of public improvements.

3. PRE-BID REQUIREMENTS A. The City has identified Divisions of Work (DOW), or areas where the City has determined that subcontracting opportunities may exist, for each of its projects valued over $100,000. Bidders are required to make a GFE to contract with state-certified MWESB subcontractors for each DOW identified in the solicitation documents that the bidder intends to complete using a subcontractor. A bidder may not use a subcontractor to perform any DOW unless the bidder has made a GFE as required by these specifications with respect to that DOW. B. Bidders are not required to contact MWESB subcontractors for any DOW that will be performed by bidders’ own forces. If a bidder indicates that it will self-perform work in a particular DOW it may still add a subcontractor in that DOW so long as bidder complies with the requirements of paragraph 5 below. C. The requirements of the GFE Program are contractual obligations and are included in the construction contract. Failure to comply may result in a finding of breach of contract, disqualification of the bidder to bid on future contracts, or a claim for damages.

Please go to the state’s website to locate potential MWESB subcontractors for each DOW. Search codes as identified in the solicitation documents for each DOW you intend to subcontract (e.g. NIGP Code 91038 for Asbestos Removal). The state MWESB Certification Directory is located at http://oregon4biz.diversitysoftware.com. If you have difficulty identifying potential MWESB subcontractors please contact the Purchasing Division at 503-526-2435. Please note: This project is located within Washington County and when searching for potential subcontractors you are encouraged to contact firms based within the general area.

Page 17: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 17 of 102

D. Who to contact For each GFE DOW that will be performed by a subcontractor, bidders must contact:

1) Each MWESB subcontractor that attended the pre-bid meeting (if one was held) that identified itself as a subcontractor in one or more specific DOW that the bidder will subcontract. The Pre-Bid Meeting Attendance List will be available to bidders on the City’s Bids page, www.BeavertonOregon.gov/Bids. 2) In addition, the bidder shall contact a minimum of five (5) MWESB subcontractors for each DOW that will be subcontracted. If there are fewer than five (5) subcontractors listed on the state website for a particular DOW, bidders shall contact all of the subcontractors that are listed in that DOW.

E. When to contact Bidder shall make the first contact with each MWESB subcontractor at least seven (7) calendar days before the bid opening. For example, if bids are opening on Thursday, the first contact shall be on or before the Thursday of the preceding week; if on Tuesday, then on or before the Tuesday of the preceding week. F. How to contact

1) Bidders shall contact MWESB subcontractors by letter, fax, or email to advise them of potential subcontracting opportunities; and, 2) Bidders shall follow up with telephone calls to each MWESB subcontractor contacted to determine if a bid will be submitted or if further information is required. A subcontractor need not be contacted if that subcontractor responds to the first contact with a statement that the subcontractor will not bid on this project or if a subcontractor has already submitted a sub-bid.

G. What information must be provided Bidders shall ensure that MWESB subcontractors have an equal opportunity to compete for work by having the same information as other Subcontractors. Bidders shall inform MWESB subcontractors of the date and time that sub-bids are due.

4. OPTIONAL GOOD FAITH EFFORTS A. Bidders should also consider optional GFEs such as:

1) Advertisements in community-based newspapers (i.e. Skanner, Asian Reporter, El Hispanic, etc.); 2) Letters to Minority and Women Community Organizations; 3) Alternative methods of participation with Minority-owned, Women-owned or Emerging Small

Businesses through arrangements such as joint ventures, negotiated subcontract agreements and competitive bids; and

4) Purchase of construction materials and equipment from state-certified MWESB suppliers.

Page 18: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 18 of 102

5. SUBMISSION OF REQUIRED DOCUMENTATION A. FORM 1: Subcontractor and Self-Perform Work List DUE DAY OF BID OPENING BY 4:00PM – FROM ALL BIDDERS Bidders shall submit Form 1 with their bid or by 4:00 p.m. on the day the bid is due. Failure to timely

submit Form 1 will result in bid rejection for any bidder being considered for award. Form 1 shall list all subcontractors to be used on this contract regardless of the dollar amount. (This

is more than what is required by the State of Oregon’s First-Tier Subcontractor disclosure form). If this bid includes bid alternates for additional work, bidders shall list all first-tier subcontractors who will be used if the City elects to do the additional work.

Bidders shall list all Divisions of Work they intend to self-perform and separately list any DOW where

the identity of the subcontractor who will perform the work is undetermined at bid time. B. FORM 2: MWESB Contact & Bids Received Log & Solicitation Letter DUE DAY AFTER BID OPENING BY 2:00PM FROM APPARENT LOW BIDDER

1) FORM 2: MWESB Contact & Bids Received Log Contact The apparent low bidder shall submit Form 2 (or equivalent) on the next business day following

bid submission by 2:00 PM. 2) Solicitation Letter The apparent low bidder shall submit one copy of the letter, fax, or email sent to MWESB

subcontractors to solicit bids for this project. If more than one form of communication was sent, submit a copy of each form.

3) Failure to timely submit Form 2 will result in bid rejection. Failure to timely submit the solicitation

letter may also result in bid rejection, at the City’s discretion. Contractors shall submit additional information upon request if the City believes it needs to clarify the bidder’s GFE.

4) If for any reason the apparent low bidder is not awarded the contract or its bid is rejected, the

next apparent low bidder shall submit Form 2 and solicitation letter on the next business day by 2:00 PM, following notification from the City.

C. FORM 3: Monthly Subcontractor Payment and Utilization Report DUE MONTHLY FROM THE AWARDED PRIME CONTRACTOR The awarded Contractor shall list the contract amounts and payment amounts to all subcontractors

(including MBE, WBE, ESB, and SDV subcontractors) and second tier subcontractors on Form 3. All first-tier subcontractors with second-tier subcontractors shall also submit Form 3 on a monthly basis. Monthly Subcontractor Payment and Utilization Reports shall be submitted by the 15th of each month once work has commenced.

Page 19: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 19 of 102

6. ADDITION OR REPLACEMENT OF SUBCONTRACTORS AFTER BIDS ARE DUE A. The successful bidder will not be permitted to add or replace an MWESB subcontractor after bids are

due without the written authorization of the Purchasing Agent. The Purchasing Agent must be notified in writing immediately upon the need to substitute an MWESB firm acting as a subcontractor.

B. No subcontractor may be added or replaced after the bid is due unless the bidder complies with the requirements of ORS 279C.585, and makes a GFE to contract with an MWESB firm for the work to be performed. Documentation of a GFE is required and must be submitted to the Purchasing Agent prior to adding or replacing a subcontractor.

7. ENFORCEMENT AFTER CONTRACT AWARD City's commitment to this program is reflected, in part, by the cost of administering the program. Failure to meet the requirements of this section of the contract negates such funding and impairs the City's efforts to promote contracting diversity and provide fair and equal opportunities to the public as a whole through the expenditure of public funds. Therefore, the parties mutually agree that failure to meet the requirements of this section of the contract, including but not limited to the submission of required documentation, constitutes a material breach of contract. In the event of a breach of contract, the City may take any or all of the following actions: A. Withholding Progress Payments The City may withhold all or part of any progress payment(s) until the Prime Contractor has remedied the breach of contract. In the event that progress payments are withheld, the Contractor shall not be entitled to interest on said payments. If a subcontractor(s) is responsible for noncompliance with the GFE Program requirements, the City may choose to withhold only that portion of the progress payment. B. Liquidated Damages – GFE Program Non-Compliance The parties mutually agree that it would be difficult, if not impossible, to assess the actual damage incurred by the City for the Contractor's failure to comply with the GFE Program. The parties further agree that it is difficult, if not impossible, to determine the cost to the City when contracting opportunities are not provided. Therefore, if the Contractor fails to comply with the GFE provisions of this contract, the Contractor agrees to pay the sum of $1,000 for each violation. These damages are independent of any liquidated damages that may be assessed due to any delay in the project caused by the Contractor's failure to comply with this or other provisions of the contract. C. Liquidated Damages - Delay The Contractor agrees that any delay to the specified contract time as a result of the Contractor's failure to comply with the requirements of this section shall subject the Contractor to the amount of liquidated damages specified elsewhere in the contract. D. Possible Debarment Failure to comply with the requirements of this portion of the contract may lead to the Contractor's disqualification from bidding on and receiving other City contracts. E. Other Remedies The remedies that are noted above do not limit any other remedies available to the City in the event that the Contractor fails to meet the requirements of the GFE Requirements.

Page 20: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 20 of 102

8. REVIEW OF RECORDS A. In the event that the City reasonably believes that a violation of the requirements of this section has

occurred, the City is entitled to review the books and records of the Prime Contractor and any Subcontractors employed on the project to which the requirements of this section are applicable in order to determine whether such a violation has or has not occurred.

B. In the event that the Prime Contractor or any Subcontractor fails to provide the books and records for

inspection and copying when requested, such failure shall constitute a material breach of this contract and permit the imposition of any of the remedies noted in Section 7 above, including the withholding of all or part of any progress payment(s).

ATTACHMENTS: FORM 1: City of Beaverton - Good Faith Effort Program - Subcontractor and Self-Performed List FORM 2: City of Beaverton - Good Faith Effort Program - MWESB Contact / Bids Received Log FORM 3: City of Beaverton - Monthly Subcontractor Payment and Utilization Report

All forms are available online at http://www.BeavertonOregon.gov/Purchasing

Page 21: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 21 of 102

DIVISIONS OF WORK

Divisions of Work (DOW) encompass portions of the scope of the work that present subcontracting opportunities. By subdividing the work of the contract, Prime Contractors can increase their utilization of MWESB-certified Subcontractors in order to better meet the City of Beaverton’s aspirational goals as a part of its MWESB Policy. Using the National Institute of Governmental Purchasing (NIGP) codes identified for each project, Prime Contractors can search for MWESB-certified Subcontractors through the State’s Certification Management System at https://oregon4biz.diversitysoftware.com/FrontEnd/VendorSearchPublic.asp. Prime contractors can also identify potential MWESB-certified firms by searching MWESB-certified Suppliers registered with ORPIN at http://orpin.oregon.gov. The NIGP Codes selected below are unique to this project:

NIGP Codes/Work Description

☐ 91038 Asbestos Removal ☐ 91227 Irrigation

☒ 91395 Asphalt Paving ☐ 98852 Landscaping

☐ 91313 Bridges ☐ 91047 Lead Paint Abatement

☐ 91427 Carpentry ☐ 91455 Masonry

☐ 91219 Clearing/Grubbing/Mowing/Brushing ☐ 91458 Metal Fabrication

☒ 91382 Concrete Cutting ☐ 91461 Painting/Wallpapering

☐ 92519 Concrete Pumping ☒ 91468 Plumbing

☒ 91430 Concrete Work ☐ 91473 Roofing

☐ 96247 Crane Service ☐ 96826 Rock Crushing

☐ 91240 Demolition ☒ 91345 Sewer, Water & Storm Drain Work

☒ 91216 Drilling/Boring ☒ 90975 Site Clean Up, Post-construction

☐ 91075 Drywall/Sheetrock ☐ 91276 Striping

☐ 91438 Electrical ☐ 91479 Structural Steed (Install/Erect)

☒ 91244 Excavating ☐ 92586 Surveying

☐ 98815 Fencing ☐ 91068 Tank Decommission/Removal

☐ 91444 Floor Coverings ☐ 91483 Tile/Terrazzo/Marble Work

☐ 91447 Glass Services ☒ 96884 Traffic Control Services

☒ 91223 Grading ☒ 96880 Traffic Sign Installation/Removal

☒ 96239 Hauling Services (Trucking) ☐ 91356 Utilities

☐ 92645 Hazardous Waste Removal ☐ 96894 Waterproofing

☐ 91036 HVAC ☐ 91485 Welding

☐ 91453 Insulation ☐ 87090 Window coverings

Page 22: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 22 of 102

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM

Form 1: SUBCONTRACTOR & SELF-PERFORM LIST

Bidder Name: ___________________________________________________ Bid Number: __________________

Project Name: ___________________________________________________ Total Bid Amount: ______________ Divisions of Work (DOWs) are detailed within the solicitation document. To be considered a responsive bidder, firms must identify all DOWs to be self-performed and subcontracted. DOWs not self-performed are subject to the Good Faith Effort Program requirements. Before submitting, check to ensure all listed DOWs for this project appear in at least one of the two tables below.

DIVISIONS OF WORK TO BE SELF-PERFORMED (GFE NOT REQUIRED)

Note: Divisions of Work that will not be Self-Performed will be itemized on the next page.

Page 23: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 23 of 102

DIVISIONS OF WORK NOT TO BE SELF-PERFORMED (LIST ALL SUBCONTRACTORS—CERTIFIED AND NON-CERTIFIED)

ALL SUBCONTRACTORS (Use the Subcontractor’s complete legal

name)

DIVISIONS OF WORK (PROVIDE DESCRIPTION)

DOLLAR VALUE OF SUBCONTRACT

TYPE OF CERTIFICATION* (Check all that apply)

MBE WBE ESB SDV

Name _______________________________________

Address _____________________________________

City/St/Zip ___________________________________

Phone ___________________

CCB# ___________________

☐ ☐ ☐ ☐

Name _______________________________________

Address _____________________________________

City/St/Zip ___________________________________

Phone ___________________

CCB# ___________________

☐ ☐ ☐ ☐

Name _______________________________________

Address _____________________________________

City/St/Zip ___________________________________

Phone ___________________

CCB# ___________________

☐ ☐ ☐ ☐

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM

FORM 1: SUBCONTRACTOR & SELF-PERFORM LIST (CONTINUED)

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM

Form 1: SUBCONTRACTOR & SELF-PERFORM LIST (Continued)

*ESB: Emerging Small Business; MBE: Minority-owned Business; WBE: Women-Owned Business; SDV: Service-Disabled Veteran-Owned Business

Page 24: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 24 of 102

DIVISIONS OF WORK NOT TO BE SELF-PERFORMED (LIST ALL SUBCONTRACTORS—CERTIFIED AND NON-CERTIFIED)

ALL SUBCONTRACTORS (Use the Subcontractor’s complete legal

name)

DIVISIONS OF WORK (PROVIDE DESCRIPTION)

DOLLAR VALUE OF SUBCONTRACT

TYPE OF CERTIFICATION* (Check all that apply)

MBE WBE ESB SDV

Name _______________________________________

Address _____________________________________

City/St/Zip ___________________________________

Phone ___________________

CCB# ___________________

☐ ☐ ☐ ☐

Name _______________________________________

Address _____________________________________

City/St/Zip ___________________________________

Phone ___________________

CCB# ___________________

☐ ☐ ☐ ☐

Name _______________________________________

Address _____________________________________

City/St/Zip ___________________________________

Phone ___________________

CCB# ___________________

☐ ☐ ☐ ☐

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM

FORM 1: SUBCONTRACTOR & SELF-PERFORM LIST (CONTINUED)

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM

Form 1: SUBCONTRACTOR & SELF-PERFORM LIST (Continued)

*ESB: Emerging Small Business; MBE: Minority-owned Business; WBE: Women-Owned Business; SDV: Service-Disabled Veteran-Owned Business

Page 25: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 25 of 102

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM

Form 2: MWESB CONTACT & BIDS RECEIVED LOG

Bidder Name: ________________________________________________________ Solicitation Number: ________________________

Project Name: ________________________________________________________ Contact Person: ____________________________

MWESB SUBCONTRACTOR BUSINESS NAME

CONTACT NAME & DATE OF CONTACT

DIVISIONS OF WORK

PROVIDE DESCRIPTION*

DATE SOLICITATION

WAS SENT

BID ACTIVITY (YES / NO)

REJECTED BIDS

WILL BID

BID REC’D

BID USED

BID AMOUNT REASON NOT USED

(If “Other,” please explain)

☐ Price

☐ Scope

☐ Other

☐ Price

☐ Scope

☐ Other

☐ Price

☐ Scope

☐ Other

☐ Price

☐ Scope

☐ Other

☐ Price

☐ Scope

☐ Other ☐ Price

☐ Scope

☐ Other

☐ Price

☐ Scope

☐ Other

*When possible, Subcontractors contacted for the same or similar Divisions of Work should be grouped together

Page 26: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 26 of 102

CITY OF BEAVERTON – GOOD FAITH EFFORT (GFE) PROGRAM Form 3: MONTHLY SUBCONTRACTOR PAYMENT AND UTILIZATION REPORT

Project Name: ____________________________________________________ Contract Number: _________________________

Prime Contractor: __________________________________________________ Total Contract Amount: _____________________

Progress Report Number: ___________________________________________ Is this the Final Progress Report? ☐ Yes ☐ No

NAME OF SUBCONTRACTOR* (INCLUDE ALL LISTED ON BID PLAN)

MWESB Certified

TYPE OF CERTIFICATION** (Check all that apply)

ORIGINAL AWARD AMOUNT

AMENDED AWARD AMOUNT

(IF APPLICABLE)

TOTAL AMOUNT PAID THIS PAY PERIOD ONLY

ESB MBE WBE SDV

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐

☐ Yes ☐ No ☐ ☐ ☐ ☐ *Before replacing, substituting, or adding any Subcontractor, the Prime Contractor must get written authorization from the Purchasing Agent.

** ESB: Emerging Small Business; MBE: Minority-owned Business; WBE: Women-Owned Business; SDV: Service-Disabled Veteran-Owned

BY SIGNING BELOW, I HEREBY CERTIFY THAT THE ABOVE LISTED FIRMS HAVE BEEN UTILIZED BY OUR COMPANY IN THE AMOUNTS REPRESENTED ABOVE AND THAT THE INFORMATION CONTAINED HEREIN IS COMPLETE AND ACCURATE.

Authorized Signature of Contractor: ____________________________________________ Date: _________________

Printed Name of Signatory: ___________________________________________________

Date Submitted: ___________________ Report for FY: _________ Month: __________

Page 27: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 27 of 102

CURRENT PROJECT INFORMATION FORM

Evidence of contracts currently in force, including name(s) of project(s) and other project detail.

Bidders must answer questions below and submit with bid proposal. Failure to submit this form with bid proposal packet will result in a non-responsive bid.

1. List a minimum of 2 current and/or completed similar construction projects in the last 5 years.

ITEM CONTRACT 1 CONTRACT 2

A. Location

B. Owners Name

C. Address

STREET ADDRESS

STREET ADDRESS

CITY STATE ZIP CODE CITY STATE ZIP CODE

D. Type of Work

E. Telephone

F. % Completed

G. Est. Comp. Date

ITEM CONTRACT 3 CONTRACT 4

A. Location

B. Owners Name

C. Address

STREET ADDRESS

STREET ADDRESS

CITY STATE ZIP CODE CITY STATE ZIP CODE

D. Type of Work

E. Telephone

F. % Completed

G. Est. Comp. Date

2. Name person who will be in direct charge of work if your company is awarded this contract:

ITEM Person in Direct Charge

A. Name

B. Position

C. Years in Position

D. Largest Project Supervised -$

E. Largest number of employees ever supervised

Page 28: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 28 of 102

3. List at least three construction projects this person has supervised within the past five years involving any of the following areas: installation of 6” through 12” potable waterlines and fittings and testing of the installations.

ITEM Project 1 Project 2

A. Name of Project

B. Description

C. Location

D. Type of Work

E. Type of Contract Itemized Bid or Lump Sum

Itemized Bid or Lump Sum

F. Contract Amt $

G. Work Supervised

H. Year Completed

I. Name of Project Owner

J. Contact Person

K. Telephone AREA CODE NUMBER EXT. AREA CODE NUMBER EXT.

ITEM Project 3 Project 4

A. Name of Project

B. Description

C. Location

D. Type of Work

E. Type of Contract Itemized Bid or Lump Sum

Itemized Bid or Lump Sum

F. Contract Amt $

G. Work Supervised

H. Year Completed

I. Name of Project Owner

J. Contact Person

K. Telephone AREA CODE NUMBER EXT. AREA CODE NUMBER EXT.

Page 29: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 29 of 102

BIDDER RESPONSIBILITY FORM

SEE NEXT PAGE

Page 30: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

City of Beaverton, Oregon

2015 – 16 BIDDER RESPONSIBILITY FORM (CONTRACTOR’S QUALIFICATIONS AND FINANCIAL INFORMATION)

Effective September 1, 2015 through August 31, 2016

FAILURE TO SUBMIT THIS FORM WITH BID PROPOSAL PACKET OR HAVE A CURRENT BIDDER RESPONSIBILITY FORM ON FILE WITH THE CITY WILL RESULT IN A NON-RESPONSIVE BID

INSTRUCTIONS 1. The information provided in this form is part of the City’s inquiry concerning bidder responsibility. Please print

clearly or type. If you need more space, use plain paper.

2. This form supplements any information submitted in a “Prequalification Application.” This form is not anamendment to a “Prequalification Application.” Do not use this form as a bidder pre-qualification application.

3. Answer all questions. Submission of a form with unanswered questions, incomplete or illegible answers mayresult in a finding that you are not a responsible bidder.

4. Submit completed bidder responsibility form with bid proposal OR have a current Bidder Responsibility Form onfile with the City.

SECTION I – GENERAL INFORMATION 1. BIDDER’S NAME AND ADDRESS: 2. TELEPHONE, FAX AND EMAIL:

(a) TELEPHONE:

(b) FAX:

(c) EMAIL:

3. TAXPAYER ID NUMBER: 4. DATE AND STATE ORGANIZATION FORMED:

5. CITY OF BEAVERTON BUSINESS LICENSE NO.: 6. CONTRACTORS CONSTRUCTION BOARD LICENSE NO.:

7. TRADE STYLE NAME: 8. KIND OF PRODUCT OR SERVICE PROVIDED:

9. FORMER BUSINESS NAME(S): 10. KIND OF BUSINESS (check one):(a) MANUFACTURER (b) CONTRACTOR (c) WHOLESALER (d) RETAILER (e) OTHER (Specify)

11. PARENT COMPANY NAME AND ADDRESS (If applicable): 12. BUSINESS ORGANIZATION (check one)(a) CORPORATION (b) LIMITED LIABILITY COMPANY (c) PARTNERSHIP (d) SOLE PROPRIETORSHIP (e) JOINT VENTURE (f) OTHER (Specify)

Page 1 of 7Bidder Responsibility Form - Revised 10/02/2015

Page 31: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Page 2 of 7

SECTION II – CONSTRUCTION/SERVICE CONTRACTS INFORMATION (Public Buildings Construction/Service and Infrastructure Construction Contracts Only)

LARGEST JOBS YOU HAVE COMPLETED IN THE LAST FIVE YEARS AS THE PRIME CONTRACTOR

ITEM 13. JOB 1 14. JOB 2

A. Name of Project

B. Location

C. Contact’s Name

D. Address

(Street Address

City, State, Zip)

E. Telephone

F. Type of Work

G. Contract Amt. ($)

H. Amount Sublet($)

I. Type of Contract: Itemized Bid or Lump Sum Itemized Bid or Lump Sum

J. Estimated

Completion Date

ITEM 15. JOB 3 16. JOB 4

A. Name of Project

B. Location

C. Contact’s Name

D. Address

(Street Address

City, State, Zip)

E. Telephone

F. Type of Work

G. Contract Amt. ($)

H. Amount Sublet($)

I. Type of Contract: Itemized Bid or Lump Sum Itemized Bid or Lump Sum

J. Estimated

Completion Date

ITEM 17. JOB 5 18. JOB 6

A. Name of Project

B. Location

C. Contact’s Name

D. Address

(Street Address

City, State, Zip)

E. Telephone

F. Type of Work

G. Contract Amt. ($)

H. Amount Sublet($)

I. Type of Contract: Itemized Bid or Lump Sum Itemized Bid or Lump Sum

J. Estimated

Completion Date

Bidder Responsibility Form - Revised 10/02/2015

Page 32: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Page 3 of 7

LARGEST JOBS YOU HAVE COMPLETED IN THE LAST FIVE YEARS AS A SUBCONTRACTOR

ITEM 19. JOB 1 20. JOB 2

A. Name of Project

B. Location

C. Contact’s Name

D. Address

(Street Address

City, State, Zip)

E. Telephone

F. Type of Work

G. Contract Amt. ($)

H. Amount Sublet($)

I. Type of Contract: Itemized Bid or Lump Sum Itemized Bid or Lump Sum

J. Estimated

Completion Date

ITEM 21. JOB 3 22. JOB 4

A. Name of Project

B. Location

C. Contact’s Name

D. Address

(Street Address

City, State, Zip)

E. Telephone

F. Type of Work

G. Contract Amt. ($)

H. Amount Sublet($)

I. Type of Contract: Itemized Bid or Lump Sum Itemized Bid or Lump Sum

J. Estimated

Completion Date

ITEM 23. JOB 5 24. JOB 6

A. Name of Project

B. Location

C. Contact’s Name

D. Address

(Street Address

City, State, Zip)

E. Telephone

F. Type of Work

G. Contract Amt. ($)

H. Amount Sublet($)

I. Type of Contract: Itemized Bid or Lump Sum Itemized Bid or Lump Sum

J. Estimated

Completion Date

Bidder Responsibility Form - Revised 10/02/2015

Page 33: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Page 4 of 7

SECTION III - EXPERIENCE AND QUALIFICATIONS

25. Is your company a resident Oregon bidder as defined by ORS 279A.120? Yes. No.

Note: "Resident bidder" means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state, and has stated in the bid whether the bidder is a "resident bidder."

26. Your company shall agree to and comply with applicable prevailing rate of wage provisions of ORS 279C.838, ORS279C.840 – 279C.870 or the Davis-Bacon Act (40 USC 314 to 3148) for any completed public works project.

Yes No

LIST COMPANIES FROM WHOM YOU OBTAIN SURETY BONDS

ITEM 27. SURETY COMPANY 1 28. SURETY COMPANY 2

A. Company Name

B. Contact’s Name

C. Telephone

D. Fax

E. Address (Street Address City, State, Zip)

29. PRESENT AMOUNT OF BONDING COVERAGE ($)

30. HAS YOUR APPLICATION FORSURETY BOND EVER BEEN DECLINED (If Yes, please provide detailed information in Remarks)

YES NO

31. DURING THE PAST 2 YEARS, HAVE YOU BEEN CHARGED WITHA FAILURE TO MEET THE CLAIMS OF YOUR SUBCONTRACTORS OR SUPPLIERS (If Yes, please provide detailed information in Remarks)

YES NO

SECTION IV – RELIABILITY AND REFERENCES

32. List six references, three of whom are project owners and three of whom are subcontractors. Provide the name ofeach reference, the reference’s telephone number and the name of reference’s business or employer. Referencesmay be contacted to discuss submitting contractor’s qualifications.

ITEM 33. REFERENCE – PROJECT OWNER 34. REFERENCE – PROJECT OWNER

A. Name

B. Business or Employer

C. Telephone

ITEM 35. REFERENCE – PROJECT OWNER 36. REFERENCE – SUBCONTRACTOR

A. Name

B. Business or Employer

C. Telephone

ITEM 37. REFERENCE – SUBCONTRACTOR 38. REFERENCE – SUBCONTRACTOR

A. Name

B. Business or Employer

C. Telephone

Bidder Responsibility Form - Revised 10/02/2015

Page 34: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Bidder Responsibility Form - Revised 10/02/2015 Page 5 of 7

39. Has your company ever been declared in breach of any contract for unperformed or defective work? Yes No If “yes,” please explain.

40. Has any employee or agent of your company ever been convicted of a criminal offense arising out of obtaining,attempting to obtain, or performing a public or private contract or subcontract?

Yes No If “yes,” please explain.

41. Has any employee or agent of your company been convicted under state or federal law of embezzlement, theft,forgery, bribery, falsification or destruction of records, receiving stolen property or any other offense indicating a lackof business integrity or business honesty?

Yes No If “yes,” please explain.

42. Has your company or any employee or agent of your company been convicted under state or federal antitrust laws? Yes No If “yes,” please explain.

43. Has any Officer or Partner of your organization ever been an Officer or Partner of another Organization that failed tocomplete a construction contract?

Yes No If “yes,” please explain.

44. Has your company complied with all state and local tax laws, including but not limited to, ORS 305.620 and ORSchapters 316, 317, and 318?

Yes No

SECTION V – FINANCIAL RESOURCES

45. Indicate the total amount of work, expressed in dollars, your company reasonably believes it is capable of bonding atany one time: $ _____________________________.What portion of this amount remains available at time of completion of this form: $ ___________________________.

46. Has your firm ever been at any time in the last ten years the debtor in a bankruptcy case? Yes No If “yes,” please explain.

47. Does your firm have any outstanding judgments pending against it? Yes No If “yes,” please explain.

48. In the past ten years, has your firm been a party to litigation, arbitration or mediation where the amount in disputeexceeded $25,000?

Yes No If “yes,” please explain.

49. In the past ten years, has your firm been a party to litigation, arbitration or mediation on a matter related to paymentto subcontractors or work performance on a contract? Check “yes” even if the matter proceeded to arbitration ormediation without court litigation.

Yes No If “yes,” please explain.

50. Have you or any of your affiliates (officially attached or connected to) discontinued business operation withoutstanding debts?

Yes No If “yes,” please explain.

Page 35: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Bidder Responsibility Form - Revised 10/02/2015 Page 6 of 7

SECTION VI – KEY PERSONNEL

List the principal individuals of your company, their current job title, the total years of experience they have in the construction industry and their current primary responsibility for your company. Corporations list current officers and those who own 5% or more of the corporation’s stock. Limited liability companies list members who own 5% or more of company. Partnerships list all partners. Joint ventures list each firm that is a member of the joint venture and the percentage of ownership the firm has in the joint venture.

ITEM 51. PRINCIPAL INDIVIDUAL 52. PRINCIPAL INDIVIDUALA. Name

B. Position

C. Years in Construction D. Current Primary Responsibility

ITEM 53. PRINCIPAL INDIVIDUAL 54. PRINCIPAL INDIVIDUALA. Name

B. Position

C. Years in Construction D. Current Primary Responsibility

Provide attachment if additional space is required.

SECTION VII – EQUIPMENT List major items of equipment your company owns or has available for long-term use on the proposed work.

ITEM 55. EQUIPMENT 56. EQUIPMENT

A. Description

B. Capacity of items

C. Condition

D. Quantity E. Age in Years E. Age in Years

ITEM 57. EQUIPMENT 58. EQUIPMENT

A. Description

B. Capacity of items

C. Condition

D. Quantity E. Age in Years E. Age in Years

ITEM 59. EQUIPMENT 60. EQUIPMENTA. Description

B. Capacity of items

C. Condition

D. Quantity E. Age in Years E. Age in Years

Provide attachment if additional space is required.

Page 36: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Page 7 of 7

SECTION VIII – ADDITIONAL REMARKS

List the question each additional remark relates to. If more space needed, attach additional sheet(s) and check the following: Additional pages are attached to this Bidder Responsibility Form:

SECTION IX – DECLARATION AND SIGNATURES

The undersigned hereby declares that the he or she is duly authorized to complete and submit this Bidder Responsibility Form and that the statements contained herein are true and correct as of the date set forth below. Incomplete, incorrect or misleading information will be reason for a determination by City of non-responsibility.

SIGNED: __________________________________________ REPRESENTING: ______________________________________ Signature of Authorized Official Company Name

__________________________________________Printed Name

______________________________________

Date

__________________________________________ Title

Bidder Responsibility Form - Revised 10/02/2015

Page 37: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 30 of 102

SECTION II CONSTRUCTION CONTRACT 3072-16

THIS PUBLIC WORKS CONTRACT is made and entered into this _____ day of _____________, 20___, by and between the City of Beaverton, municipal corporation of the State of Oregon, hereinafter referred to as the "City,” and ____________________________________ of _______________________________hereinafter referred to as the "Contractor."

1. SCOPE OF WORK

In consideration of the covenants, agreement and payments to be performed and made by the City, the Contractor hereby covenants and agrees for itself, its heirs, executors, successors and assigns to furnish all labor, tools, materi-als, equipment and supplies required for, and to construct and complete in a good, workmanlike and substantial manner within eighty nine (89) calendar days from the date of written notice to proceed and to the satisfaction of the City the work shown on the Bid Proposal and described in said Bid Proposal’s accompanying bid documents titled: "CITY OF BEAVERTON DENNEY RD WATERLINE IMPROVEMENTS PROJECT CIP 4109," hereinafter referred to as the "Project." Except as provided in section 5 of this Contract, which relates to changes and delays in work, including additional work as may be required by law, Contractor agrees that the prices bid for the work shown in his/her proposal attached hereto shall constitute full and fair compensation for furnishing all labor, material and equipment and performing all of the work contemplated by this agreement in a manner acceptable to City, for bearing all risks of loss or damage to persons or property presented by the work, and for any loss, damage or additional expense suffered by Contractor including overhead and lost profits arising out of any delay in completing the work or any suspension or discontinuance of the work not caused by a wrongful act of the City. City hereby agrees to and does hereby employ the Contractor to provide the materials and to do the work according to the terms and conditions herein and to pay Contractor for the work at the price and on the schedule stated herein.

2. INTERPRETATION OF CONTRACT DOCUMENTS The Bid Proposal made by the Contractor on the ______ day of __________________ and the Contract Documents as described in Section 00150.10(a) of Section III (General Requirements and Special Provisions) of the Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified by the City are hereby incorporated into this Contract by this reference.

3. INDEPENDENT CONTRACTOR;

RESPONSIBILITY FOR TAXES & WITHHOLDING The Work to be rendered under this Contract is that of an Independent Contractor. Contractor is not an agent or employee of City for any purpose. Contractor shall be solely and entirely responsible for its acts and for the acts of its agents or employees during the performance of this Contract. As used herein, "Independent Contractor" means that:

(a) Contractor is free from direction and control over the means and manner of providing labor or services, subject only to City’s right to specify the desired results.

(b) Contractor is responsible for obtaining all required business registrations or professional occupational licenses.

(c) Contractor furnishes the tools or equipment necessary to perform the contracted labor or services.

Page 38: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 31 of 102

(d) Contractor has the authority to hire and fire Contractor’s employees. (e) Contractor is registered under ORS chapter 701 to provide labor or services for which such registration

is required. (f) For labor and services performed as an Independent Contractor in the previous year, Contractor has

either filed federal and state income tax returns in the name of Contractor’s business or, in the alternative; Contractor has filed a Schedule C tax form as part of Contractor’s personal income tax return.

(g) Contractor represents to the public that the labor or services described herein are to be provided by an independently established business.

(h) Payment to the Contractor is made upon completion or periodic completion of the performance required herein, or is made based on a periodic retainer.

Neither Contractor nor any of Contractor’s agents or employees is entitled to any of the benefits (including, but not limited to, social security, workers’ compensation and unemployment insurance benefits) that City provides its employees. Contractor shall be responsible for all federal or state taxes applicable to compensation or payments paid to Contractor under this Contract. Unless Contractor is subject to backup withholding, City will not withhold from such compensation or payments any amount to cover Contractor’s federal or state tax obligations.

Disclosure of Social Security Number. Contractor must provide Contractor’s Social Security Number (SSN) unless Contractor provides an Employer Identification Number (EIN) or other valid form of Taxpayer Identification Number (TIN). SSN is requested pursuant to BPC 47-0636 of the Beaverton Purchasing Code (Resolution 3917, as amended). SSN provided pursuant to this authority will be used for the administration of state, federal and local tax laws. Contractor’s TIN will be reported to the Internal Revenue Service (IRS) under the name and TIN submitted. (See IRS 1099 for more information.) Information not matching IRS records may subject Contractor to backup withholding.

4. COMPLIANCE WITH GOVERNMENT LAWS AND REGULATIONS Generally. Contractor shall comply with all federal, state and local laws, codes, ordinances, rules, regulations and executive orders applicable to the Work to be performed under this Contract, including all currently existing amendments pertaining thereto. Failure or neglect on the part of Contractor to comply with any or all such laws, codes, ordinances, rules, regulations and orders shall not relieve Contractor of these obligations or the requirements of this Contract. Without limiting the foregoing, Contractor shall comply with all state and local tax laws, including, but not limited to, ORS 305.620 and ORS chapters 316, 317, and 318 during the term of this Contract. Contractor shall also comply with all federal, state and local civil rights and rehabilitation laws prohibiting discrimination because of race, color, sex, national origin, religion, age, disability or sexual orientation, and shall comply with all applicable provisions of ORS 279A, 279B and 279C relating to public contracts. The required contract conditions of, ORS 279C.505 and 279C.515 are hereby incorporated herein by this reference and made binding upon City and Contractor. Contractor shall safeguard consumer personal information pursuant to ORS 646A.600 to 646A.628 (the Oregon Consumer Identity Theft Protection Act). The parties shall comply with any state or federal law or regulation specific to the funding source that supports this Contract. Contractor shall obtain a City of Beaverton business license as required by BC 7.01 prior to beginning work under this Contract. Oregon Standard Specification for Construction. All work and payments shall be performed and made in accordance with the Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as may be modified by the City’s General Requirements and Special Provisions set forth in Section III of this Invitation to Bid solicitation documents for this Project.

Page 39: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 32 of 102

Payment, Contributions, Liens, Withholding, Drug Testing. Pursuant to ORS 279C.505 and as a condition to City’s performance hereunder, the Contractor shall:

(a) Make payment promptly, as due, to all persons supplying to Contractor labor or materials for the prosecution of the work provided for in this Contract.

(b) Pay all contributions or amounts due the Industrial Accident Fund from the Contractor or subcontractor incurred in the performance of the Contract.

(c) Not permit any lien or claim to be filed or prosecuted against the state or a county, school district, municipality, municipal corporation or subdivision thereof, on account of any labor or material furnished.

(d) Pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. (e) Represent and warrant that an employee drug-testing program is in place.

Salvaging and Recycling. Pursuant to ORS 279C.510(1), and as a condition of City’s performance hereunder, if this Contract is a contract for demolition, Contractor shall salvage or recycle construction and demolition debris, if feasible and cost-effective. Pursuant to ORS 279C.510(2), and as a condition of City’s performance hereunder, if this Contract is a contract for lawn and landscape maintenance, Contractor shall compost or mulch yard waste at an appropriate site, if feasible and cost-effective. Unpaid Subcontractors. Pursuant to ORS 279C.515, and as a condition to City’s performance hereunder:

(a) If Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a subcontractor by any person in connection with this Contract as such claim becomes due, the proper officer or officers representing the City may pay such claim to the person furnishing the labor or services and charge the amount of the payment against funds due or to become due to Contractor by reason of this Contract.

(b) If the Contractor or a first-tier subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with this Contract within 30 days after receipt of payment from City or a contractor, the Contractor or first-tier subcontractor shall owe the person the amount due plus interest charges commencing at the end of the 10-day period that payment is due under ORS 279C.580(4) and ending upon final payment, unless payment is subject to a good faith dispute as defined in ORS 279C.580. The rate of interest charged to the contractor or first-tier subcontractor on the amount due shall equal three times the discount rate on 90-Day commercial paper in effect at the Federal Reserve Bank in the Federal Reserve district that includes Oregon on the date that is 30 days after the date when payment was received from City or from the contractor, but the rate of interest may not exceed 30 percent. The amount of interest may not be waived.

(c) If the Contractor or a subcontractor fails neglects or refuses to make payment to a person furnishing labor or materials in connection with this Contract, the person may file a complaint with the Construction Contractors Board, unless payment is subject to a good faith dispute as defined in ORS 279C.580. Every contract related to this Contract shall contain a similar clause.

(d) The payment of a claim in this manner authorized in subparagraphs (a) - (c) shall not relieve the Contractor or the Contractor's surety from obligation with respect to any unpaid claims.

Page 40: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 33 of 102

Hours of Labor. Pursuant to ORS 279C.520(1), and as a condition to City's performance hereunder, no person shall be employed to perform work under this Contract for more than ten (10) hours in any one day, or forty (40) hours in any one week, except in cases of necessity, emergency or where public policy absolutely requires it. In such instances, Contractor shall pay the employee at least time and a half pay:

(a) For all overtime in excess of eight (8) hours a day or forty (40) hours in any one week when the work week is five consecutive days, Monday through Friday; or

(b) For all overtime in excess of ten (10) hours a day or forty (40) hours in any one week when the work week is four consecutive days, Monday through Friday; and

(c) For all work performed on Saturday and on any legal holiday specified in ORS 279C.540.

The Contractor must provide a written schedule to employees indicating the number of hours per day and days per week the employee may be required to work. Pursuant to ORS 279C.520(3), and as a condition to City's performance hereunder, if this Contract is a contract for personal services as defined in ORS 279C.100, an employee shall be paid at least time and a half for all overtime worked in excess of 40 hours in any one week, except for individuals under personal services contracts who are excluded under ORS 653.010 to 653.261 or under 29 USC 201 to 209 from receiving overtime. Pursuant to ORS 279C.520(5), and as a condition to City's performance hereunder, if this Contract is a contracts for services, persons employed under this Contract shall receive at least time and a half pay for work performed on the legal holidays specified in a collective bargaining agreement or in ORS 279C.540 (1)(b)(B) to (G) and for all time worked in excess of 10 hours in any one day or in excess of 40 hours in any one week, whichever is greater. This paragraph shall not excuse Contractor from completion of the work within the time required under this Contract. Payment for Medical Care. Pursuant to ORS 279C.530(1), and as a condition to City's performance hereunder, Contractor shall promptly, as due, make payment to any person, partnership, association or corporation furnishing medical, surgical, and hospital care or other needed care and attention, incident to sickness or injury, to the employees of the Contractor, of all sums that the Contractor agrees to pay for the services and all moneys and sums that the Contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. Pursuant to ORS 279C.530(2), and as a condition to City's performance hereunder, all subject employers working under this Contract are either employers that must comply with ORS 656.017 or employers that are exempt under ORS 656.126. Required Contract Conditions for Subcontractors. Pursuant to ORS 279C.580(3), Contractor shall include in each subcontract for property or services entered into by the Contractor and a first-tier subcontractor, including a material supplier, for the purpose of performing a construction contract:

(a) A payment clause that obligates the Contractor to pay the first-tier subcontractor for satisfactory performance under its subcontract within ten (10) days out of such amounts as are paid to the Contractor by City under the Contract;

(b) An interest penalty clause that obligates the Contractor if payment is not made within thirty (30) days

after receipt of payment from City, to pay to the first-tier subcontractor an interest penalty on amounts due in the case of each payment not made in accordance with the payment clause included in the subcontract pursuant to paragraph (a) of this subsection. Contractor or first-tier subcontractor shall not be obligated to pay an interest penalty if the only reason that the Contractor or first-tier subcontractor

Page 41: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 34 of 102

did not make payment when payment was due is that the Contractor or first-tier subcontractor did not receive payment from City or Contractor when payment was due. The interest penalty shall be for the period beginning on the day after the required payment date and ending on the date on which payment of the amount due is made; and shall be computed at the rate specified in ORS 279C.515(2).

(c) A clause that requires each of Contractor's subcontractor's to include, in each of their contracts with

lower-tier subcontractors or suppliers, provisions to the effect that the first-tier subcontractor shall pay its lower-tier subcontractors and suppliers in accordance with the provisions of subsections (a) and (b), above and requiring each of their subcontractors and suppliers to include such clauses in their subcontracts and supply contracts.

Minimum Wage Rates. Contractor shall comply fully with the provisions of ORS 279C.800 through 279C.870. Documents establishing these conditions, as determined by the Commissioner of the Bureau of Labor and Industries (BOLI) are identified in the Supplemental Conditions. Contractor shall pay workers at not less than the specified minimum hourly rate of wage, and shall include that requirement in all subcontracts. Each worker in each trade or occupation employed in the performance of the Contract, either by the Contractor, subcontractor or other person doing or contracting to do or contracting for the whole or any part of the work on the Contract, must be paid no less than the applicable state prevailing rate of wage, or the applicable federal prevailing rate of wage whichever is higher This project is not subject to federal wage rates. The state prevailing wage rates to be paid under the state prevailing wage rate law are set out in the BOLI Publication entitled “Prevailing Wage Rates for Public Works Contracts in Oregon” (Region 2) dated January 1, 2016 and all applicable amendments and corrections to amendments subsequently issued and dated _none__ of amendments], up to and including date of first advertisement on March 11, 2016. The state prevailing wage rate publication is available at http://www.oregon.gov/boli/WHD/PWR/Pages/pwr_state.aspx. The federal wage rates to be paid under the federal Davis-Bacon Act are available at http://www.wdol.gov. BOLI staff is available to assist in determining the applicable wage rates by calling (971) 673-0839. Payroll Certification. In accordance with ORS 279C.845, the Contractor and every subcontractor shall submit written certified payroll statements to the City on the form prescribed by the Commissioner of the Bureau of Labor and Industries, certifying the hourly rate of wage paid each worker which the Contractor or the subcontractor has employed on the project and further certifying that no worker employed on the project has been paid less than the prevailing rate of wage or less than the minimum hourly rate of wage specified in the Contract. The certified statement shall be verified by the oath of the Contractor or the Contractor’s surety or subcontractor or the subcontractor’s surety that the Contractor or subcontractor has read the certified statement that the contractor or subcontractor knows the contents of the certified statement and that to the Contractor or subcontractor's knowledge the certified statement is true. The certified statements shall set out accurately and completely the contractor’s or subcontractor’s payroll records, including the name and address of each worker, the worker's correct classification, rate of pay, daily and weekly number of hours worked and the gross wages the worker earned upon the project during each week identified in the certified statement. Certified statements for each week during which the Contractor or subcontractor has employed a worker on the project shall be submitted once a month, by the fifth business day of the following month. Pursuant to ORS 279C.845(7), if the Contractor is required to file certified payroll statements and fails to do so, the City shall retain 25% of any amount earned by the Contractor until the Contractor has filed such statements with the City. The City shall pay the Contractor the amount retained under this provision within 14 days after the

Page 42: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 35 of 102

Contractor files the certified statements, regardless of whether a subcontractor has filed such statements, unless otherwise provided pursuant to ORS 279C.845(7). The Contractor and subcontractors shall preserve the certified payroll statements for a period of three (3) years from the date of completion of the Contract.

5. CHANGES AND DELAYS IN WORK Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as may be modified by City’s General Requirements and Special Provisions set forth in Section III of this Invitation to Bid solicitation document for this Project, shall be used to assess any changes and delays in work claimed by the Contractor.

6. PAYMENTS City shall pay Contractor the total not to exceed amount of amount of _________________________________________________Dollars and _______Cents ($________________), for satisfactory accomplishment of the Work required by this Contract as stated on the Bid Proposal. The City's Engineer shall estimate the amount of work completed and the value of work completed to the City’s complete satisfaction at the end of each calendar month, and the parties agree that his judgment as to same shall be final. City thereupon shall make partial payment to the Contractor equal to the value of the completed work, less such amounts as may have been previously paid less such other amounts as may be deductible or as may be owing and due the City for any cause and less retainage in an amount not to exceed five percent (5%) of the value of work completed to the City’s complete satisfaction. The retainage shall remain the property of the City until the project is concluded and the last partial payment of the contract price is due and owing to Contractor. Contractor may request the City to deposit all retainage in an interest-bearing account in accordance with ORS 279C.560. The parties agree that City's obligation to make any and all such partial payments expressly is conditioned upon Contractor's completion of the work or any part of it within the time specified by City. A partial payment to Contractor shall under no circumstances be construed as an acceptance of the work or materials under this Contract by the City. When the value of the work completed is less than five hundred dollars ($500), City shall not be obligated to make a partial payment for that period. City reserves the right to withhold payment for work, which fails to conform to the Contract Documents. In all cases, City shall make partial payments in accordance with the provisions of ORS 279C.570, which provisions shall control over anything stated in this Contract that is inconsistent.

7. MERGER AND MODIFICATION This Contract constitutes the entire and integrated agreement between the parties with regard to the subject matter herein and supersedes all prior contracts, negotiations, representations or agreements, either written or oral of such subject matter. There are no understandings, agreements, representations, oral or written, not specified herein regarding this agreement.

Page 43: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 36 of 102

Any modification of the provisions of this Contract shall not be enforceable unless first reduced to writing and signed by both parties. A modification is a written document, contemporaneously executed by City and Contractor, which increases or decreases the cost to City over the agreed sum or changes or modifies the Project or the Project Construction Schedule. Any such modification shall be effective only in the specific instance and for the specific purpose identified in the modification.

8. COUNTERPARTS. This Contract may be executed in several counterparts, all of which when taken together shall constitute one agreement binding on all parties, notwithstanding that all parties are not signatories to the same counterpart. Each copy of the Contract so executed shall constitute an original. The exchange of signed copies of this Contract by electronic mail in Portable Document Format (PDF) or its equivalent shall constitute effective execution and delivery of this Contract. Signatures on the copies sent through electronic mail shall be deemed to be their original signatures for all purposes.

9. NO CONFLICTS OF INTEREST Contractor represents and warrants that no employee of the City, or any partnership or corporation in which a City's employee has an interest, will or has received any remuneration of any description from the Contractor, either directly or indirectly, in connection with the letting or performance of this Contract, except as specifically declared in writing.

10. NOTICES All notices required to be given by one party to the other and all requests for payment shall be deemed given when mailed to the parties at the following address: FOR CONTRACTOR: FOR CITY: _________________________________________ City of Beaverton _________________________________________ Public Works Department _________________________________________ PO Box 4755 _________________________________________ Beaverton, OR 97076-4755

11. BONDING, INDEMNITY AND INSURANCE Performance, Payment and Public Works Bonds

Performance and Payment Bonds. With this Contract, the Contractor is furnishing two bonds, a Faithful Performance Bond and Labor and Material Payment Bond each in a form acceptable to the City Attorney in the amount of ________________________________________________________Dollars and _______Cents ($________________), with _______________________________________ of _______________________________________________ as surety to insure full compliance, execution and performance of this Contract by the Contractor in accordance with all its terms and provisions. Contractor agrees to warrant all equipment, materials and work performed under this Contract for a one (1) year period following written acceptance of the project by the City, to be of the quality required and to be fit for the purpose intended under the Contract for the project, and agrees to provide City with security against the cost to remedy any defects imminent or evident in the materials or work within that one (1) year period. Contractor agrees to provide security(ies) that are not “surplus lines carriers.”

Page 44: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 37 of 102

Indemnity. With regard to the Contractor’s performance in connection with or incidental to the Work, but excluding its performance of professional services and the indemnification and hold harmless aspects thereto as set forth below in this Section, the Contractor hereby releases and shall indemnify, defend, and hold harmless the City, its officials, employees, agents and volunteers from and against any and all claims, costs, damages, lawsuits, penalties, liens, losses and/or liabilities of any kind or nature, including all expenses of investigating and defending against same, including reasonable attorney fees and costs at trial and on appeal, that arise from or are connected with or are directly or indirectly caused or claimed to be caused in whole or in part by the fault or negligent, reckless or willful acts or omissions of the Contractor and/or its agents, employees or subcontractors in performing Work herein; provided, however, that the Contractor’s duty to release, indemnify and hold harmless shall not include any liability arising from the established sole negligence or willful misconduct of the City, its officials, employees, agents and volunteers. With regard to the Contractor’s performance of professional services, Contractor hereby releases and shall indemnify, defend, and hold harmless the City, its officials, employees, agents and volunteers from and against any and all claims, costs, damages, lawsuits, penalties, liens, losses and/or liabilities of any kind or nature, including all expenses of investigating and defending against same, including reasonable attorney fees and costs at trial and on appeal, arising from the willful misconduct or negligent acts, errors or omissions of the Consultant and/or its agents, employees or subcontractors associated with the Work. This section shall survive acceptance of the Work and completion of the Contract, including any applicable warranty period. In any and all claims against City, its officials, employees, agents or volunteers, the amount or type of any workers’ compensation or other benefits paid or payable to an injured person shall not affect the Contractor’s obligations of this section, nor shall the Contractor’s obligations under this section be affected by any limitation in the amount or type of liability or the amount or type of available insurance coverage. Public Works Bond. Before starting Work the Contractor shall file with the Construction Contractors Board, and maintain in full force and effect, the separate public works bond in the amount of $30,000 as required by ORS 279C.836, unless otherwise exempt under those provisions. This bond is in addition to the performance bond and payment bond requirements and is required for projects $100,000 and greater. The Contractor shall also include in every subcontract a provision requiring the Subcontractor to have a public works bond filed with the Construction Contractors Board before starting Work, unless otherwise exempt, and shall verify that the Subcontractor has filed a public works bond before permitting the Subcontractor to start Work. Insurance. Prior to commencement of the Work Contractor shall provide evidence satisfactory to City's attorney of Commercial General Liability including contractual liability on an occurrence basis from a carrier rated A.VII or better by the A.M. Best Key Rating Guide (www.ambest.com) with coverage or endorsements for Completed Operations, and Automobile Liability Insurance including hired and non-owned on an occurrence basis for all owned autos and separate endorsement NAMING CITY AS ADDITIONAL INSURED AGAINST THOSE RISKS in the following minimum amounts for each form of coverage:

Page 45: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 38 of 102

REQUIREMENTS (a) Commercial general liability insurance with a combined single limit, or the equivalent, of not less than

$1,000,000; $2,000,000; or $5,000,000 per occurrence with a $2,000,000; $4,000,000; or $10,000,000 annual aggregate limit, covering, but not limited to, liability for personal injury and property damage and aggregate limits shall apply on a per project basis. The policy shall be written on an occurrence basis on ISO Form CG 00 01 (Commercial General Liability Coverage Form), or its equivalent, and shall include contractual liability covering the assumption of the tort liability (including defense costs) of another party by written contract for both ongoing operations and completed operations under this contract. The City of Beaverton and its officials, employees, agents and volunteers shall be named as additional insureds under ISO Form CG 2010 (Additional Insureds – Owners, Lessees or Contractors – Scheduled Person or Organization), or its equivalent, and CG 2037 (Additional Insured – Owners Lessees or Contractors – Completed Operations), or its equivalent, with respect to the Work to be provided under this Contract. The commercial general liability insurance coverage required by this Contract is with respect only to the Work described in this Contract, and has no relationship to, or bearing upon, other projects of the insured and is primary to and non-contributory with any City insurance or self-insurance program.

(b) Automobile Liability Insurance on ISO Form CA 00 01 (Business Auto Coverage), or its equivalent, with

an each accident limit of not less than $2,000,000 covering, but not limited to, liability for bodily injury and property damage, for “any auto,” including owned, non-owned and hired autos used in connection with the performance of the Work. The automobile liability insurance required by this Contract is primary to and non-contributory with any City insurance or self-insurance program; any deductible cannot exceed $5000.

(c) Workers’ Compensation Insurance in compliance with ORS 656.017, unless exempt under ORS

656.126. Contractor shall ensure that each of its subcontractors complies with these requirements. All employers, including Contractor, that employ subject workers who work under this Contract in the State of Oregon shall comply with ORS 656.017 and provide the required Workers’ Compensation coverage, unless such employers are exempt under ORS 656.126.

(d) Employers Liability Insurance with limits not less than $500,000 each accident, $500,000 disease each

employee, and $500,000 each policy limit. Insurance carriers shall not be “surplus lines carriers,” and shall certify as to such in each certificate. Contractor’s insurance shall be primary and noncontributory with any other insurance or self-insurance. In all instances, City’s insurance shall be excess to the limits set forth above.

12. MINORITY / WOMEN / EMERGING SMALL BUSINESS / SERVICE-DISABLED VETERAN

General. Contractor shall comply with all pertinent provisions of City’s MWESB Program that are contained in Beaverton Purchasing Code 46-0330 and are, by this reference, expressly incorporated herein and made a part of this contract. Contractor shall also comply with the GFE Program requirements provided in Section I – Good Faith Effort Program Requirements. Contractor shall take reasonable steps to ensure that Minority Business Enterprises (MBE), Women-owned Business Enterprises (WBE), Emerging Small Businesses (ESB), and Service-Disabled Veteran-owned Small Businesses (SDV) (collectively known as “MWESB”) have an opportunity to participate in the Work.

Page 46: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 39 of 102

Termination and Substitution of MWESB. Contractor shall not replace a MWESB subcontractor with another subcontractor, either before contract award or during Contract performance, without prior written approval of City. If Contractor replaces a MWESB subcontractor, Contractor shall replace that subcontractor with another MWESB subcontractor, or make good faith efforts to do so. Before terminating or replacing a MWESB subcontractor that has a signed contract with Contractor, Contractor shall notify City in writing and confer with City. Failure to do so shall constitute a material breach of this Contract, and City, at its option, may terminate this Contract under the procedures set out in Section 12 – Owners Right to Terminate. Changes in Work Committed to MWESB. City will consider the impact on MWESB participation in instances where City changes, reduces, or deletes Work contracted to MWESB subcontractors at the time of contract award. In such instances, Contractor shall not be required to replace the Work, but is encouraged to do so. If Contractor proposes any changes that involve a contracted MWESB, the Contractor shall notify the MWESB of the proposed change, reduction, or deletion of any Work committed at the time of contract award prior to executing the Change Order. Contractor may choose to enable the affected MWESB to participate in the Change Order request and shall make every effort to maintain the contracted MWESB percentage. Records. Contractor shall maintain records of all subcontracts entered into with MWESB firms and records of materials purchased from MWESB suppliers. Such records shall show the name and business address of each MWESB subcontractor or vendor, and the total dollar amount actually paid to each MWESB subcontractor or vendor. Payments to Subcontractors. Contractor shall pay each subcontractor for satisfactory performance of its contract no later than ten (10) calendar days from receipt of each payment the Contractor receives from the City. Contractor shall also return Retainage payments to each subcontractor within ten (10) calendar days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the above-referenced item frame may occur only for good cause following written approval of the City Project Manager. Submittal of Form. Contractor shall submit a completed, signed original “Beaverton Monthly Subcontractor Payment and Utilization Report” (Form 3) available from City. Contractor shall submit that form when a progress or final payment has been made to each subcontractor or supplier or when any held retainage is returned to a subcontractor or supplier. Contractor shall submit the form no later than the fifteenth (15th) day of each month. At the completion of the Project, Contractor shall submit a final form indicating the total amounts paid to all subcontractors and suppliers. Compliance and Enforcement. City reserves the right, at all times during the period of this Contract, to monitor Contractor’s compliance with the terms of the MWESB Program and enforce the program if Contractor should fail to so comply. Contractor shall be bound by any and all representations made concerning its compliance with the program prior to contract award and any and all representations made by Contractor concerning the replacement of a MWESB subcontractor during the performance of this contract.

Page 47: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 40 of 102

13. OWNERS RIGHT TO TERMINATE City may, without prejudice to any other right or remedy, and after giving Contractor seven (7) days’ written notice and an opportunity to cure, terminate the Contract in whole or in part under the following conditions:

(a) If Contractor should voluntarily or involuntarily, seek protection under the United States Bankruptcy Code and Contractor as debtor-in-possession or the trustee for the estate fails to assume the Contract within a reasonable time;

(b) If Contractor should make a general assignment for the benefit of Contractor's creditors; (c) If a receiver should be appointed on account of Contractor's insolvency; (d) If Contractor should repeatedly fail to make prompt payment to subcontractors or for material or labor; (e) If Contractor should persistently disregard laws, ordinances or the instructions of the City; (e) If Contractor is prevented from completing the work for reasons beyond the control of the

City; (f) If Contractor for reasons beyond its control cannot complete the project;

(h) If Contractor willfully fails or refuses to perform faithfully the Contract according to all its terms and

conditions; (i) If Contractor is otherwise in material breach of any part of the Contract; or (j) If Contractor should repeatedly refuse or fail to supply an adequate number of skilled workers or

proper materials to carry on the Project as required by the Contract documents, or otherwise fail to perform the Project in a timely manner: in any such case, City may:

(1) Require the Contractor to replace one or more poorly performing employees, (2) Require the Contractor to replace a subcontractor,

(3) Require the Contractor to replace poorly performing construction equipment, or

(4) Terminate the employment of this Contractor and take possession of the premises and of all materials, tools and appliances thereon as well as all other materials whether on the premises or not, on which the Contractor has received partial payment. Examples of failure to prosecute the work according to the approved schedule shall include but are not limited to the following:

i. Failure to submit an executed Contract with bonds and insurance certificates within

fourteen (14) work days after notice of bid award; ii. Failure to obtain required permits;

iii. Failure to submit documentation that materials and equipment needed for the work are and will be available.

iv. Failure to submit documentation that materials and equipment needed for the work have been ordered from suppliers within fourteen (14) work days after submittal of the executed Contract;

Page 48: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 41 of 102

v. Failure to submit a work schedule acceptable to the City prior to the scheduled date of the pre-construction conference or failure to submit (a) revised work schedule(s) if any are required The City may finish the work by whatever method it may deem expedient as per Section 00180.41 of the Standard Specifications;

vi. Failure to submit a traffic control plan within the time required by Sections 00180.41 and 225.05 of the Standard Specifications;

vii. Failure to install traffic control devices, if any are required, according to the approved schedule;

viii. Failure to request utility locates within three (3) work days after Notice to Proceed.; ix. Failure to begin, or to perform a significant amount of work on, a task that is on the critical

path in the latest work schedule within seven (7) work days after the start date shown for that task in the schedule, or

x. Failure to submit a request for a delayed start and justification(s) for said request, and failure to obtain the City’s approval of said request. City approval of such a request shall not be construed to be approval of a delay in any subsequent task on the schedule.

At any time that any of the above occurs, City may exercise all rights and remedies available to City at law or in equity. In addition, City may, without Contractor or surety’s obstruction, take possession of the premises and of all materials and appliances and finish the Project by whatever method it may deem expedient. In such case, the Contractor shall not be entitled to receive further payment until the Project is completed. Upon completion of the work, determination shall be made by the City of the total amount the Contractor would have been entitled to receive for the work, under the terms of the Contract, had the Contractor completed the work. If the difference between said total amount and the sum of all amounts previously paid to the Contractor, which difference will hereinafter be called the "unpaid balance," exceeds the expense incurred by the City in completing the work, including expense for additional managerial and administrative services, such excess will be paid to the Contractor, with the consent of the surety. If, instead, the expense incurred by the City exceeds the unpaid balance, the amount of the excess shall be due and owing to the City by the Contractor and the surety as a joint and several obligation. The expense incurred by the City shall be determined and certified by the City. Termination for Convenience. City may terminate the Contract in whole or in part whenever City determines that termination of the Contract is in the public interest. The City will provide the Contractor with seven (7) days’ prior written notice of a termination for public convenience. After such notice, the Contractor shall provide the City with immediate and peaceful possession of the premises and materials located on and off the premises for which the Contractor received progress payment. In no circumstance shall Contractor be entitled to lost profits for Project not performed due to termination. Payment owed upon termination for convenience shall be determined in accordance with the Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as may be modified by City’s General Requirements and Special Provisions set forth in Section III of this Invitation to Bid solicitation document for this Project. Action Upon Termination. Upon receiving a notice of termination, and except as directed otherwise by the City, Contractor shall immediately cease placing further subcontracts or orders for materials, services, or facilities. In addition, Contractor shall terminate all subcontracts or orders to the extent they relate to the Project terminated and, with the prior written approval of the City, settle all outstanding liabilities and termination settlement proposals arising from the termination of subcontracts and orders. As directed by the City, Contractor shall upon termination transfer title and deliver to the City all project documents, information, and other property that, if the Contract had been completed, would be required to be furnished to the City.

Page 49: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 42 of 102

When the Contract, or any portion thereof, is terminated before completion of all items of work in the Contract, payment will be made for the actual items of work completed under the Contract, or by mutual agreement, for items of work partially completed. No claim for loss of anticipated profits will be allowed. Termination of the Contract or a portion thereof shall not relieve the Contractor of responsibility for the work completed, nor shall it relieve the surety of its obligation for any just claims arising from the work performed. Neither the Contractor nor the surety shall be relieved of damages or losses suffered by the City because of the Contractor’s breach of Contract. Waiver. A party’s failure to enforce a provision of this Contract shall not constitute a continuing waiver, shall not constitute a relinquishment of such party’s right to performance in the future and shall not operate as a waiver of that party’s right to enforce any other provision of this Contract. The parties, by their signature below, acknowledge having read and understood the Contract and agree to be bound by its terms and conditions. CITY OF BEAVERTON, OREGON BY: BY: _____________________________________ Mayor TITLE: ___________________________________ DATE: DATE: ___________________________________ City of Beaverton Business License #: _________ Approved as to legal sufficiency:

Page 50: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 43 of 102

FAITHFUL PERFORMANCE BOND BOND NO. ___________________

KNOW ALL MEN BY THESE PRESENTS that: WHEREAS, the City of Beaverton, (“City”) has awarded to _____________________________ ("Principal") a certain contract dated the _____ day of _________, 20__, a copy of which is attached and incorporated herein for the construction of the CITY OF BEAVERTON DENNEY RD WATERLINE IMPROVEMENTS PROJECT (C1P 4109); and WHEREAS, the Principal is required under the terms of said contract to furnish a Bond for the faithful performance of the contract; NOW, THEREFORE, we, the Principal and __________________________________________ ____________________________________as surety, are held and firmly bound unto the City of Beaverton the penal sum of _________________________________________Dollars and ____________ Cents ($_________) lawful money of the United States, being not less than one hundred percent (100%) of the estimated contracted cost of the work, for the payment of which we bind ourselves, our heirs, executors, administrators and successors, jointly and severally. The condition of this obligation is such that if above bound Principal shall perform the covenants, in that contract on its part to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City, its officers and agents as therein stipulated, then this obligation shall become null and void; if not, this obligation shall be and remain in full force and effect. The surety, for value received, hereby agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it hereby waives notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. The parties by the signature of their authorized representatives, signify that each has read this contract, understands its terms, and agrees to be bound thereby.

CONTRACTOR: ___________________________________________________________________________

BY ____________________________________________________

TITLE __________________________________________________ Principal

(If surety is a corporation): I certify that I am authorized by the Board of Directors to enter into this contract on behalf of the corporation and bind the corporation to its terms.

SURETY COMPANY: ___________________________________________________________________________

BY ____________________________________________________

TITLE __________________________________________________ Attorney-in-fact

Page 51: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 44 of 102

LABOR AND MATERIAL PAYMENT BOND

BOND NO. ________________________ KNOW ALL PERSONS BY THESE PRESENTS, that,________________________________ as Principal, and, _______________________________ as Surety, a corporation duly organized under the laws of the State of __________, having its principal place of business at ____________________________, State of _________, and authorized as a surety in the State of Oregon, are held and firmly bound unto the City of Beaverton (“City”) for the use and benefit of claimants as hereinafter defined, in the sum of _________________________________________________ Dollars and __________Cents ($___________) lawful money of the United States of America, plus the total amount of any extra orders issued by City, for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, representatives, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a construction contract with City for construction of CITY OF BEAVERTON DENNEY RD WATERLINE IMPROVEMENTS PROJECT (C1P 4109), which construction contract is by this reference made a part hereof; WHEREAS, the construction contract is a public contract, subject to the provisions of ORS Chapter 279C; NOW, THEREFORE, the conditions of this obligation are such that, if the Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the contract, then this obligation shall be void; otherwise, it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as a person claiming to have supplied labor or materials for the prosecution of the

work provided for in the contract, including any person having direct contractual relationship with the contractor furnishing the bond or direct contractual relationship with any subcontractor, or an assignee of such person, or a person claiming moneys due the State Accident Insurance Fund Corporation, the State Department of Employment Trust Fund or the Department of Revenue in connection with the performance of the contract.

2. The Principal and Surety hereby jointly and severally agree with City that every claimant as herein defined,

who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, has an action on this bond for such sum or sums as may be justly due claimant, and may have execution hereon. City shall not be liable for the payment of any costs or expenses of any such suit or action.

3. No suit or action shall be commenced hereunder by any claimant:

(a) Unless the claimant has sent the written notice required under ORS 279C.605 to the Principal and to City's Finance Director by registered or certified mail, or by hand delivery, no later than 180 days after the claimant last provided labor or furnished materials, or within 200 days if the claim is for a required contribution to a fund of an employee benefit plan;

(b) Later than two years after the claimant last provided labor or materials.

(c) Other than in the Circuit Court of Washington County, Oregon or in the United States District Court for the District of Oregon and not elsewhere.

Page 52: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 45 of 102

4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against the improvement, whether or not claim for the amount of such lien be presented under and against this bond.

The surety, for value received, hereby agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it hereby waives notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. SIGNED and SEALED this _______ day of ___________________, 20______. ___________________________________ Principal ___________________________________ By ___________________________________ Surety ___________________________________ By Attorney in Fact (Attach Power of Attorney)

Page 53: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 46 of 102

SECTION III GENERAL REQUIREMENTS AND SPECIAL PROVISIONS

PART 00100 – GENERAL CONDITIONS

Comply with Part 00100 – General Conditions of the Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows: 00100.05 General: Add new Subsection:

The City of Beaverton is dedicated to excellence in customer service, and expects the Contractor to share this goal. To that end, the following technical provisions have been written to assist the City and the Contractor in providing the highest quality customer service to our mutual customers. The Oregon Standard Specifications for Construction, 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, referred to as the “Standard Specifications” hereafter of the Oregon Chapter of the American Public Works Association and the Oregon Department of Transportation, as amended, together with these General Requirements, the Advertisement for Bids, the Accepted Proposal, the Construction Contract, the Plans, the Standard Details appended hereto, the Proposal Forms bound herein and also provided separately, and all addenda issued prior to the execution of the Construction Contract and all modifications thereto comprise the Contract Documents or the Contract. The section numbers in this Section III refer to parallel section numbers in the Standard Specifications that are modified by this contract. Bidders are responsible for keeping informed of all amendments to the Standard Specifications which occur frequently, and may not be reflected in the Bid Documents, but are nonetheless part of the Bid Document. The work embraced herein shall be done in accordance with the Contract Documents. 00100.10 Minority, Women and Emerging Small Business Program: Add new Subsection: In the event that any subcontracts are to be utilized in the performance of this contract, the Bidder’s attention is directed to Beaverton Purchasing Code 46-0330 which encourages the use of minority, women, emerging small businesses and Service-Disabled Veteran-Owned Small Business (MWESB) to the maximum extent practical. Beaverton Purchasing Code 46-0330 is available at http://www.BeavertonOregon.gov/Purchasing

SECTION 00110 – ORGANIZATION, CONVENTIONS, ABBREVIATIONS AND DEFINITIONS 00110.20 Definitions: Add Agreement - The written agreement between the Owner and Contractor covering the work to be performed under the contract. Bonds - The bond or surety bond is a written document given by the surety and principal to the obligee to guarantee a specific obligation. City - The term “City” shall mean the City of Beaverton, Oregon including the City Council, employees and agents of the City authorized to administer the conditions of these contract documents. Engineer - The Engineer is the City Engineer or his representative for the City of Beaverton, Oregon. Owner - The term “Owner” and “City of Beaverton, Oregon” and “City” are synonymous.

Page 54: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 47 of 102

Substantial Completion - The work or specified parts of the work except punch-list corrections and final cleanup Working Day – Monday through Friday excluding City Holidays.

SECTION 00120 – BIDDING REQUIREMENTS AND PROCEDURES

Comply with Part 00120 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows: The City of Beaverton is accepting sealed bids until 2:00 PM on April 5, 2016 for the construction of DENNEY RD WATERLINE IMPROVEMENTS PROJECT (C1P 4109). Bids must be submitted by mail, courier or hand carried. To be deemed received, hand carried bids must be received only at the following location; Finance Utility Billing Counter, Purchasing Division, Attn: Terry Muralt, Purchasing Agent, located on the 4th Floor, 12725 SW Millikan Way, Beaverton, OR. Upon request, the City will issue a written receipt stating date and time bid was received. Bids mailed through the U.S. Mail should be sent to PO Box 4755, Beaverton, OR 97076. Mailed bids will be date and time stamped when received in the Purchasing Office. Date and time of receipt and not the date of mailing controls. Bids will be publicly opened and read at 2:00 PM in the Willamette River Conference Room located on the 4th Floor. Bids will not be accepted after the bid closing time and date. Faxed or e-mailed solicitation responses are not acceptable. All bidders must complete and submit the First Tier Subcontractor Disclosure Form no later until 4:00 PM on April 5, 2016 to the Finance Utility Billing Counter located on the 4th floor of The Beaverton Building, or faxed to 503-526-2490 or sent by email to [email protected].

After the City opens the bids, the City shall make the bid proposals available for public inspection. Add the following: 00120.00 Prequalification of Bidders: Add:

In addition to the requirements of this section, bidders are referred to Subsection 00120.40(g) of these General Requirements. 00120.05 Requests for Solicitation Documents: Delete and replace with: Plans and specifications may be obtained at The Beaverton Building, Purchasing Division, 12725 SW Millikan Way, 4th Floor, PO Box 4755, Beaverton, Oregon 97076 or by calling 503 526-2228 or by visiting our website at http://apps.BeavertonOregon.gov/Bids/ and Register to download the solicitation document. In addition, specifications, including bidding documents and conditions of the agreement, may be reviewed at the following offices:

1. The Beaverton Building, Purchasing Division, 12725 SW Millikan Way, 4th Floor, Beaverton, Oregon 97005 2. Salem Contractor's Exchange, 2256 SE Judson Street, Salem, Oregon 97309 3. McGraw Hill Construction Dodge, 3461 NW Yeon Ave., Portland, Oregon 97210 4. DJC Plan Center, 921 SW Washington St, Suite 210, Portland, Oregon 97205 5. SW Washington Contractor Association 7017 NE Highway 99 No.214 Vancouver, Washington 98665

6. Oregon Contractors Plan Center, 14625 SE 82nd Drive, Clackamas, Oregon 97015

Page 55: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 48 of 102

00120.10 Bid Booklet: Add:

In the preparation of the proposal form and the submission of the bid, bidders shall comply with the applicable provisions of the City of Beaverton Purchasing Code, including Chapter 49, Section 49-0280, and these General Requirements for the requirements and conditions.

A “complete bid packet”, due day of bid opening, for this project includes the following forms.

1. Bid Proposal Form

2. Bid Proposal Certification Form (Proposal Guaranty - Bid Bond, Cashier’s Check, or Certified Check),

3. Bidder Tentative Construction Schedule Form (with Bidders attached construction schedule)

4. First Tier Subcontractor Disclosure Form The First Tier Subcontractor Disclosure Form may be included with the bid packet OR submitted separately

no later than 4:00 PM on the day set for opening of bids. If submitted separately, it may be submitted to the Finance Utility Billing Counter located on the 4th floor of The Beaverton Building, faxed to 503-526-2490 or by email to [email protected].

5. Current Project Information Form (Evidence of current contracts in force) 6. Bidder Responsibility Form (unless current form is on file with City)

A completed “Bidder Responsibility Form” must be included with the bid proposal unless a current copy is on file at the City Purchasing Office no later than the date and time established for bid opening. The Bidder Responsibility form can be downloaded at http://www.BeavertonOregon.gov/BidderResponsibilityForm .

7. Subcontractor & Self-Perform List (Form 1) Divisions of Work (DOWs) are detailed within the solicitation document. To be considered a responsive bidder, firms must identify all DOWs to be self-performed and subcontracted. DOWs not self-performed are subject to the Good Faith Effort Program requirements. Before submitting, check to ensure all listed DOWs for this project appear in at least one of the two tables on this two-page form.

Forms shall be filled out in ink, signed and submitted in an opaque sealed envelope labeled with the project title, date and time of bid closing: FAILURE TO SUBMIT THE REQUIRED PROPOSAL FORMS AS LISTED ABOVE TO THE SPECIFIED LOCATION BY THE SPECIFIED DEADLINES WILL CAUSE THE BID TO BE DEEMED NON-RESPONSIVE.

00120.10 (a) MWESB Contact & Bids Received Log & Solicitation Letter: Add: DUE DAY AFTER BID OPENING BY 2:00PM FROM APPARENT LOW BIDDER

The apparent low bidder shall submit the following forms no later than 2:00 PM the day after bid opening.

1. MWESB Contact & Bids Received Log (Form 2) This solicitation requires potential contractors to make a GFE to include MWESB firms in the completion of this construction project. Each proposer will be asked to contact at least five (5) MWESB-certified firms in each DOW no less than seven (7) calendar days before the bid opening in order to comply with bidding requirements. The apparent low bidder shall submit the MWESB Contact and Bids Received Log (Form 2) no later than @:00 PM the day after bid opening as proof of a GFE.

Page 56: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 49 of 102

2. Copy of solicitation letter sent to MWESB subcontractors

(i) The apparent low bidder shall submit one copy of the letter, fax, or email sent to MWESB subcontractors to solicit bids for this project. If more than one form of communication was sent, submit a copy of each form.

(ii) Failure to timely submit Form 2 will result in bid rejection. Failure to timely submit the solicitation letter may also result in bid rejection, at the City’s discretion. Contractors shall submit additional information upon request if the City believes it needs to clarify the bidder’s GFE.

(iii) If for any reason the apparent low bidder is not awarded the contract or its bid is rejected, the next apparent low bidder shall submit Form 2 and solicitation letter on the next business day by 2:00 PM, following notification from the City.

00120.15 Examination of Worksite and Solicitation Documents, Consideration of Conditions to be Encountered: Add: A Mandatory pre-bid meeting for this project will be held in the Umpqua River Room, 1st floor, at The Beaverton Building located at 12725 SW Millikan Way March 17, 2016 at 11:00 AM to provide prospective bidders with the opportunity to ask questions related to bidding or building the work under this contract. If deemed appropriate by the Engineer, questions that cannot be addressed by direct reference to the bidding documents will be the subject of an addendum issued to all plan holders. Pursuant to the declaratory statement on the first page of the proposal signed by each bidder, prospective bidders must examine the site of the proposed work and make such investigations as are necessary to determine the conditions to be encountered before submitting a bid. Questions regarding this project should be directed to the City of Beaverton Engineering Department and to Jim Brink, 503-789-5664 (cell).

00120.15(a) Interpretations and Addenda: Add new Subsection: All questions regarding this solicitation shall be directed to Jim Brink, 503-789-5664 (cell). If necessary, interpretations or clarifications in response to such questions will be made by issuance of an “Addendum” to all prospective Proposers within a reasonable time prior to proposal closing, but in no case less than 72 hours before the proposal closing. If an addendum is necessary after that time, the City will extend the closing date. Bidders should visit the City’s website and “Register” to receive email notification of any “Addenda” issued for this specific bid document. Bidders are responsible for checking for Addenda on the City’s Website. When an Addendum is issued, all Bidders that have registered at the City’s website will receive an email notification. Upon receipt of the email notification bidders are responsible to download the document from the “Current Bid & Proposal Opportunities” site www.BeavertonOregon.gov/bids. Any Addendum issued, as a result of any change in the solicitation, must be acknowledged on the “Bid Proposal” form with bid.

Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All other questions should be directed to Terry Muralt, CPPB, Purchasing Agent 503-526-2229, [email protected] .

Page 57: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 50 of 102

00120.20 Interpretation of Quantities in Bid Proposal: Add:

Bid Prices to Cover Entire Work. Material for work required to complete the project but not specifically identified in the proposal shall be incidental to other bid items. Certain items are listed as incidental in the Bid Proposal but these items are not all-inclusive. 00120.40 Preparation of Bid: 00120.40(a) General: Add:

The approved construction plans, these specifications and other contract documents do not purport to control the method or sequence of preparing the work, but only the requirements as to the nature of the completed work. The Contractor assumes the entire responsibility for the method of scheduling, performing, and installing the work. Suggestions as to the method of sequencing, performing and installing the work included in the contract documents shall be deemed advisory only and the feasibility of such methods, or the lack thereof, shall not affect the Contractor's liability or status as an independent Contractor under this contract. 00120.40(b) Bid Guaranty: Add:

The Bidder shall attach the completed Proposal Guaranty (Bid Bond, Cashier’s Check, or Certified Check) to the Bid Proposal Certification Form. See section 00130.40. 00120.40(c) Disclosure of First-Tier Subcontractors: Add: Bidder shall submit to the City a list of all first tier subcontractors on the form provided as required by the provisions of ORS 279C.370(2) and City of Beaverton’s Purchase Code 49-0360(C). Form may be submitted with the bid documents or submitted separately within two working hours after the bid closing time at the Finance Utility Billing Counter located on the 4th floor of The Beaverton Building, faxed to 503-526-2490 or sent by email to [email protected].

NOTE: This form will be deemed received by the time stated or stamped on the document. 00120.40(d) Bidder Responsibility Form: Add new Subsection: Bidders must complete and submit (or have current form on file with the City) the provided Bidder Responsibility Form, signed by the bidder, that states the qualifications of the firm for accomplishing the specified waterline installation work. The Bidder Responsibility form can be downloaded at http://www.BeavertonOregon.gov/BidderResponsibilityForm .

The Bidder Responsibility Form addresses the following standards of responsibility:

1. Evidence of previous roadway improvement projects of similar scope undertaken by the bidder and completed

for local government agencies within the last five years. Previous project information should include examples of work similar to the CITY OF BEAVERTON DENNEY RD WATERLINE IMPROVEMENTS PROJECT C1P 4109, the name of the project, and other project details as specified in the Bidder Responsibility Form. To be considered for acceptance as a construction contractor for this project, a bidder must demonstrate a minimum of 3 consecutive years' experience as a general contractor in successfully executing work of the types specified. A bidder may list additional years of experience in other types of work and as a subcontractor, but these years of experience must be in addition to the minimum number of years required as a general contractor on work similar to this project and must be listed after the minimum specified experience as a general contractor.

2. Evidence of a satisfactory record of performance during the last three (3) years;

3. Evidence of sufficient financial, material, equipment, facility and personnel resources and expertise, or ability to obtain sufficient resources and expertise, necessary to meet all contractual responsibilities;

Page 58: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 51 of 102

4. Evidence that the key subcontractors, installers and supervisory personnel proposed for this contract are qualified for the type of work specified;

5. Evidence of a satisfactory record of integrity. A bidder may be determined to lack integrity if the City determines the bidder demonstrates a lack of business ethics such as violation of state environmental laws or false certifications made to an agency. The City may find a bidder non-responsive based on the lack of integrity of any entity having influence or control over the bidder (such as a key employee of the bidder that has the authority to significantly influence the bidder's performance of the Contract or a parent company, predecessor or successor entity). The standards for conduct disqualification under City of Beaverton’s Purchasing Code 49-0370 may be used to determine a bidder's integrity.

7. Certification of non-discrimination in accordance with ORS 279A.110(4), as required in the Bidder Responsibility form.

Copies of any letters of recommendation or appreciation from the cities of previous urban utility improvement projects successfully completed by the bidder would be accepted but are not required.

00120.40(e) Contractor’s Construction Schedule: Add:

To show bidder responsibility and to demonstrate ability to schedule and manage a project of this nature, each bidder shall prepare and submit with his/her bid a tentative schedule for construction of the DENNEY RD WATERLINE IMPROVEMENTS PROJECT C1P 4109 from Notice to Proceed through Completion, including a milestone for Substantial Completion. For purposes of scheduling, the contractor will assume the following: the Notice To Proceed will be issued on May 5, 2016 and the substantial completion date is June 20, 2016. The schedule shall identify the critical path for the project, critical milestones in accomplishing the work including start date, completion dates for critical segments of the project and project completion date. Unless otherwise directed by the Engineer, the schedule shall be in bar chart format, shall be as specified in 00180.41 and shall be a Type “A” Schedule per 00180.41(a). In selecting a contractor for this project, the City will consider both the bids and the bidders’ tentative construction schedule in determining the lowest responsive bid. Preparation and submittal of a clear and appropriately sequenced construction activity schedule exhibiting the specified completion time(s) will demonstrate responsibility on the part of the bidder and responsiveness of the bid. A BIDDER WHO DOES NOT SUBMIT A CONSTRUCTION SCHEDULE AS REQUIRED ABOVE, OR WHO SUBMITS A CONSTRUCTION SCHEDULE THAT IS MATERIALLY DEFICIENT, SHALL BE DEEMED NOT RESPONSIVE TO THIS INVITATION TO BID. 00120.45 Submittal of Bids: Delete existing Subsection and replace with:

If the Bid Documents are sent through the mail or other delivery system, the sealed envelopes shall be enclosed in separate envelopes with the notation “BID DOCUMENTS ENCLOSED” clearly shown on the face thereof. It is the Bidder’s sole responsibility to see that her/his Bid Documents are received in proper time. 00120.60 Revision or Withdrawal of Bids: Delete existing Subsection and replace with:

Any proposal may be withdrawn by the bidder if requested in writing by the bidder or his duly authorized representative prior to the time fixed for the opening of bids. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid within the time allowed in the advertisement for bids.

Page 59: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 52 of 102

00120.70 Rejection of Non-responsive Bids: Delete existing Subsection and replace with: Proposals must contain bid prices for all bid items in the Bid Proposal. In addition to the other reasons stated in these specifications, the City may disqualify proposals submitted if bid items, subtotals and totals are not completed. 00120.80 Reciprocal Preference for Oregon Resident Bidders: Delete entirely. 00120.90 Disqualification of Bidders: Add:

More than one proposal from an individual, firm or partnership, corporation or association, under the same or different names, may disqualify all such proposals submitted by that entity in City's sole discretion.

SECTION 00130 – AWARD AND EXECUTION OF CONTRACT

Comply with Section 00130 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows:

00130.00 Consideration of Bids: Delete existing section and replace with:

The City reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the successful Bidder. Discrepancies between words and figures will be resolved in favor of the words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between the indicated product of a unit price multiplied by a quantity and the correct product of that multiplication will be resolved in favor of the correct product. 00130.10 Award of Contract: Delete existing section and replace with:

The City shall award the contract or reject all proposals within forty-five (45) days after the bid opening. The successful bidder shall execute a contract within ten (10) calendar days from the date of written notification, and if not, the guaranteed amount shall be forfeited to the City. Contractors taking exception to any of the contract terms shall submit a request for change or their exceptions will be deemed waived. Contract will be awarded based on the lowest responsive bid from a responsible bidder. In comparing alternate bids, the City at its sole discretion may select a higher cost alternate for determination of the lowest responsive bid, if the higher cost alternate will better serve its interests. 00130.10(a) Notice of Award: The notice of intent to award shall be the City’s recommendation contained in the agenda bill presented to Council. Agendas for Council meetings are posted on the City website at www.BeavertonOregon.gov. The decision by the Council to award the contract shall constitute the final decision of the City to award the contract.

Page 60: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 53 of 102

00130.10(b) Rejection of a Bid:

(a) The City may reject a Bid upon finding that to accept the Bid may impair the integrity of the procurement process or that rejecting the Bid is in the public interest.

(b) The City shall reject a Bid upon the City's finding that the Bid:

(A) Is contingent upon the City's acceptance of terms and conditions (including Specifications) that differ from the Solicitation Document, or

(B) Takes exception to terms and conditions (including Specifications), or

(C) Attempts to prevent public disclosure of matters in contravention of the terms and conditions of Solicitation Document or in contravention of applicable law; or

(D) Bids Work or goods that fail to meet the Specifications of the Solicitation Document; or

(E) Is late; or

(F) Is not in substantial compliance with the Solicitation Documents; or

(G) Is not in substantial compliance with all prescribed public solicitation procedures and requirements, including the requirement to demonstrate the bidder’s responsibility under ORS 279C.375 (3) (b); or

(H) Is incomplete, obscure or irregular; or

(I) Is not accompanied by the required documents; or

(J) A Bid accompanied by insufficient or irregular security; or

(K) Is unbalanced in that:

(i) The Bid is unreasonably front loaded and the Bid is potentially detrimental to the City; or

(ii) The Bid is structured on the basis of nominal or token prices for some work and inflated prices for other work and the Bid is potentially detrimental to the City; or

(iii) The unit Bid prices are significantly disproportionate to the work involved and the Bid is potentially detrimental to the City; or

(iv) The unit Bid prices are otherwise structured such that there is a reasonable doubt that award to the Bidder submitting the Bid will result in the lowest ultimate cost to the City; or

(c) The City shall reject a Bid after the City's finding that the Bidder:

(A) Has been Disqualified; or

(B) Has been declared ineligible under ORS 279C.860 by the Commissioner of Bureau of Labor and Industries and the Contract is for a Public Work; or

(C) Is not registered with the Construction Contractors Board, or the State Landscape Contractors Board, as specified in BPC 49-0230;or

(D) Is listed as not qualified by the Construction Contractors Board, if the Contract is for a Public Improvement; or

(E) Has not submitted properly executed Bid or Proposal security as required by the Solicitation Document; or

(F) Is not responsible. Bidders are required to demonstrate their ability to perform satisfactorily under a Contract. Before awarding a Contract, the City must have information that indicates that the Bidder meets the applicable standards of responsibility. A responsible bidder must demonstrate to the City that the bidder:

Page 61: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 54 of 102

(i) Has available the appropriate financial, material, equipment, facility and personnel resources and expertise, or ability to obtain the resources and expertise, necessary to demonstrate the capability of the Bidder to meet all contractual responsibilities;

(ii) Holds current licenses that businesses or service professionals operating in Oregon must hold in order to undertake or perform the work specified in this contract.

(iii) Is covered by liability insurance and other insurance in amounts the City requires in these solicitation documents.

(iv) Qualifies as a carrier-insured employer or a self-insured employer under ORS 656-407 or has elected coverage under ORS 656.128.

(v) Has made the disclosure required under ORS 279C.370.

(vi) Has a satisfactory record of contract performance. The City will carefully scrutinize a Bidder's record of contract performance if the Bidder is or recently has been materially deficient in contract performance. In reviewing the Bidder's performance, the City will determine whether the Bidder's deficient performance was expressly excused under the terms of contract, or whether the Bidder took appropriate corrective action. The City may review the Bidder's performance on both private and public contracts in determining the Bidder's record of contract performance. The City shall make its basis for determining a Bidder is not responsible under this paragraph part of the solicitation file;

(viii)Has a satisfactory record of integrity. A Bidder may lack integrity if the City determines the Bidder demonstrates a lack of business ethics such as violation of state environmental laws or false certifications made to a City. The City may find a Bidder is not responsible based on the lack of integrity of any Entity having influence or control over the Bidder (such as a key employee of the Bidder that has the authority to significantly influence the Bidder's performance of the Contract or a parent company, predecessor or successor Entity). The standards for Conduct Disqualification under City of Beaverton Purchasing Code 49-0370 may be used to determine a Bidder's integrity. The City shall make its basis for determining that a Bidder is not responsible under this paragraph part of the solicitation file;

(ix) Is legally qualified to contract with the City; and

(x) Has supplied all necessary information in connection with the inquiry concerning responsibility such as completing the Bidder Responsibility Form. If the Bidder fails to promptly supply information requested by the City concerning responsibility, the City shall determine the bidder’s responsibility based on available information, or may find that the Bidder not responsible.

(d) For purposes of this requirement, the City may investigate any Entity submitting a Bid and consider all relevant credible information. The investigation may include that Entity's officers, directors, owners, affiliates, or any other Entity acquiring ownership of the Entity to determine application of this rule or to apply the disqualification provisions of City of Beaverton Purchasing Code 49-0370. 00130.10(c) Post Bid Inquiry Concerning Subcontractor Responsibility: If requested by City, the apparent Successful Bidder and any other Bidder so requested, shall, within 7 days after the date of the Bid opening, submit to City an experience statement for each subcontractor containing information as to similar projects and other evidence of qualification to perform the pertinent work. If City, after due investigation, has reasonable objection to any proposed subcontractor, City may before giving the Notice of Award, request the apparent Successful Bidder to submit an acceptable substitute. That Bidder's Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution and City may consider such adjustment in evaluating Bids and making the Contract award. If the apparent Successful Bidder declines to make any such substitution, the bid may be considered non responsive. A bidder who declines any such substitution will not forfeit

Page 62: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 55 of 102

its Bid Security. Any subcontractor, other person, or organization so listed and to whom the City or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to City, provided, however, a failure to object shall not give rise to any claim or defense on account of unacceptable performance by any such subcontractor. A bidder may substitute subcontractors on its own initiative only as allowed by ORS 279C.585. 00130.10(d) Post bid request for Clarification: The City shall have the right to require a bidder to clarify any portion of the submitted forms. Response to such a request must be made in writing. Failure to respond to such a request shall be cause for rejection of the bid as not responsive. 00130.15 Right to Protest Award: Delete entirely. 00130.20 Cancellation of Award: Add:

The City may reject all Bids per the provisions of City of Beaverton Purchase Code 49-0270. 00130.30 Contract Booklet: Delete entirely. 00130.40 Contract Bonds, Certificates, and Registrations: 00130.40(a) Performance, Payment and Public Works Bonds: Delete existing Subsection and replace with:

Performance and Payment Bonds. Upon acceptance of this contract, or as a condition to continue performance hereunder, Contractor, at the option of the City, shall execute and deliver two bonds, a Faithful Performance Bond and a Labor and Material Payment Bond, each in an amount equal to the total contract sum, and fully executed by a surety company or companies, authorized to do business in the State of Oregon and approved by the City, which bonds shall be conditioned upon a compliance with and fulfillment of all terms and provisions of the contract. Contractor shall pay the costs of any bond. The Attorney-in-Fact (Registered Agent) who executes any bond must file with each bond a notarized and effectively dated copy of his power of attorney. Both the Performance Bond and a Labor and Material Payment Bond shall be issued by a surety company or companies with Best's Rating of A.VII or better. In addition and before final acceptance of the project, Contractor shall provide a maintenance and warranty bond in an amount of fifty percent (50%) of the total amount paid on the contract, together with any amendments, in a form approved by the City. Such maintenance and warranty bond shall be conditioned upon the final project being completed and guaranteed against defects in materials and workmanship. Such maintenance and warranty bond shall continue in effect during the full term of any warranty period, as well as any extension of said warranty period. Public Works Bond. Contractor and every subcontractor must have a Public Works bond in the amount of $30,000 filed with the Construction Contractors Board before starting work on the Project, unless otherwise exempt. This bond is in addition to performance bond and payment bond requirements. Contractor and every subcontractor are exempt from this requirement for any public works project that does not exceed $100,000.

Page 63: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 56 of 102

00130.40(b) Certificates of Insurance: Delete existing Subsection and replace with:

The Certificate(s) of Insurance or binders shall be submitted to and approved by the City. Contractor's insurance carrier shall be financially responsible and registered in good standing with the Oregon Insurance Commissioner. All policies shall be kept in force until the Contractor's work is accepted by the City. Insurance policies (covering all operations under this contract or, if so noted, for extended operations) which expire before the Contractor's work is accepted by the City (or where noted for extended operations, through the period of guarantee) shall be replaced or renewed immediately and evidence of same submitted to the City for its approval. 00130.50 Execution of the Contract and Bonds: Delete existing Subsection and replace with: 00130.50(a) By the Bidder The successful Bidder shall obtain all necessary bonds and permits at its own initiative and expense, including those within the control of the City, except as the parties may otherwise agree in writing.

The successful Bidder shall deliver the required number of properly executed contracts along with the performance bond, labor and materials payment bond, certification of workers’ compensation coverage, and the required certificates of insurance to the City’s Purchasing Agent within ten (10) calendar days of the date that the contracts are sent, delivered, or otherwise conveyed to the Bidder. The Bidder shall return the originals of all documents received from the City and named in this Subsection with original signatures. Certificates of insurance shall also be originals. No copies of these documents will be accepted. Proper execution requires that:

If the contractor is a partnership, limited liability partnership, joint venture, or limited liability company, an authorized representative of each Entity comprising it shall sign the Contract, Performance Bond, Labor and Materials Payment Bond, and an authorization to sign shall be attached.

If the contractor is a corporation, the President and Secretary of that corporation shall sign Contract, Performance Bond, and the Labor and Materials Payment Bond. However, if other corporate officers are authorized to execute contracts and bonds, the successful Bidder shall furnish with those documents a certified, true and correct copy of the corporate bylaws or minutes stating that authority. If only one officer is signing, then the bylaws or minutes must include the authority to sign without the signatures of others. The successful Bidder shall also include the titles(s) or corporate office(s) held by the signer(s).

00130.50(b) By the City Within seven (7) calendar days after the City has received and verified the properly executed documents specified in 00130.50 (a) above, and received legal sufficiency approval from the City Attorney, the City will execute the Contract. The City will then send a fully executed original Contract to the successful Bidder who then officially becomes the contractor.

SECTION 00140 – SCOPE OF WORK

Comply with Section 00140 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows:

00140.30 Agency-Required Changes in the Work: Delete last paragraph of Subsection and replace with:

Changes in the work will be initiated by a contract change order if the changes are significant as addressed in 00195.20 (b) and/or if there are no applicable unit prices. If the changes are not significant and there are applicable unit prices, the work will be initiated by written direction from the Engineer.

Page 64: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 57 of 102

Upon receipt of a Change Order or written direction from the Engineer, the Contractor shall perform the Work required. If the Work increases the total Contract Amount, the Contractor shall notify its Surety of the increase and shall provide the City with a copy of any resulting modification to bond documents. The Contractor’s performance of Work pursuant to a Change Order or written direction from the Engineer shall neither invalidate the Contract nor release the Surety. Payment for changes in the Work shall be made in accordance with 00195.20. Contract Time adjustments shall be made in accordance with 00180.80. 00140.40 Differing Site Conditions: Add:

The Contractor’s attention is directed to the Proposal and the declaration made and signed therein concerning examination and investigation of the site. In no event shall "changed conditions" be deemed to include conditions that the Engineer determines would have been disclosed by examination of the site and/or review of “as-built” information and other records prior to bidding the project or by pot-holing during construction as discussed below. “As-built” plan sheets are available upon request.

It is critical that the contractor carefully inspect each manhole, structure, and other point of utility connection to verify the suitability of the Engineer’s recommended connection method prior to excavation for that utility. The contractor’s failure to adequately inspect each manhole and other points of connection directly accessible from the surface, and to pothole points of potential conflict, as agreed to with the Engineer, to verify the suitability of the recommended connection method in advance of trenching or other excavation, shall invalidate any claims for delay and/or expenses that would not have otherwise been incurred.

City has completed extensive pot-holing at various locations within project limits. As the project progresses, the Contractor and Engineer shall discuss where pot-holing is appropriate. Payment for such pot-holing shall be included in the Exploratory Excavation bid item.

When pot-holing is determined to be necessary, the Contractor shall complete the pot-holing before trenching or pipe laying is within 200 feet of the conflicting existing utility or impediment unless otherwise directed by the Engineer. Contractor shall report accurately the exact location and depth of same to the Engineer sufficiently in advance so that the designed horizontal and vertical alignment may be adjusted by the Engineer to accommodate conflicting existing utilities or impediments, where necessary, without inconvenience or delay of the work.

When a differing site condition as defined in Section 00140.40 occurs, the Contractor shall make no claims for payment adjustments for the first three (3) working days of delay associated with the differing site condition during which the Engineer attempts to design or coordinate a solution. Contractor can make a request for contract time adjustment according to Section 00180.80(c).

Failure to call for locates in a timely manner, to discover or uncover an existing overhead or underground utility or other impediment or to report its size, location and depth as specified herein, or failure to perform any of the aforementioned work in a timely manner to the Engineer's satisfaction, shall invalidate any claim of changed conditions or out-of-sequence work and shall invalidate any consequent request(s) for extra payment therefore. Any additional work, including but not limited to excavation, pipe-laying, fittings, re-laying of pipe or reinstallation of appurtenances that the Engineer determines to be required as a result of the Contractor's failure to perform any of the work required by this section, shall be entirely at the Contractor's expense.

See Standard Specifications 00120.15.

Page 65: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 58 of 102

00140.60 Extra Work: Add:

Payment for “Extra Work as Authorized” will be made only when such work is performed at the written direction of the Engineer. “Extra Work As Authorized” means additional work tasks, not specifically required or implied by the contract, and which an authorized City representative in writing specifically requests. Execution of this contract in and of itself shall not be construed as a specific request for the Contractor to perform additional work. 00140.70 Cost Reduction Proposals: Add:

The Contractor shall share in any successful cost reduction proposals in an amount to be determined by the Engineer. Contractor shall bear all risks of delay for reasonable time spent by City and Engineer to review and accept, modify or reject any such change requested by Contractor and shall not be entitled to any additional compensation for such delay.

SECTION 00150 – CONTROL OF WORK

Comply with Section 00150 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows: 00150.10 Coordination of Specifications and Plans: 00150.10(a) Order of Precedence: Delete existing Subsection and replace with: The City of Beaverton Engineering Design Manual and Standard Drawings are incorporated into this Section (IV) as if they were herein written. If there is a conflict between contract documents, the document highest in precedence shall control, except that outdated references to the standards and requirements of other agencies in any contract document shall be superseded by current standards and requirements. The precedence shall be: First: Permits from other agencies as may be required by law Second Construction Contract Third: Bidder's Proposal Fourth: Special Provisions for Oregon Standard Specifications for Construction 2008 and all applicable updates

and corrections to ODOT 2008 Special Provisions, as amended Fifth: City prepared drawings specifically applicable to the Project and bearing the Project title Sixth: The City of Beaverton Engineering Design Manual and Standard Drawings 2007 edition. Seventh: Oregon Standard Specifications for Construction as published by the Oregon Chapter of the American

Public Works Association and the Oregon Department of Transportation, 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as amended (“Standard Specifications”).

Eighth: Clean Water Services Design and Construction Standards effective March 1, 2004

Change orders, supplemental agreements and approved revisions to plans and specifications will take precedence over documents listed above. Detailed plans shall have precedence over general plans. The above documents are listed here only for purposes of delineating their relative order of precedence if there is a conflict between contract documents. In the event that the Contractor finds what s/he believes to be an irregularity other than a conflict between contract documents, such as an omission or an ambiguity in the contract documents, s/he shall promptly consult the Engineer for resolution of the irregularity.

Page 66: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 59 of 102

00150.15 Construction Stakes, Lines and Grades: Delete existing Subsection and replace with:

00150.15 (a) General

The Contractor shall perform no Work until the Engineer establishes field controls. Work performed without field controls will be subject to removal at the Contractor’s expense.

00150.15 (b) City Responsibilities:

The City will provide construction staking for the project as requested by the Contractor. The point of contact for construction staking will be provided at the preconstruction meeting.

Construction staking (what, where, frequency, etc.) will be discussed at the Pre-Construction meeting after award of the construction contract.

00150.15 (c) Contractor Responsibilities:

Replace first bullet with the following: The contractor shall request stakeout not less than 48 hours in advance of the work.

Add the following bullets:

The Contractor will pay the cost of replacing any stakes damaged or destroyed by the Contractor’s construction operations if so determined by the Engineer. The cost of stake replacement is $63.87 per hour.

The Contractor shall examine the stakes before commencing work. If the Contractor has questions concerning the validity of a stake(s) the Contractor shall notify the Engineer to check the staking and make corrections if necessary. The Contractor shall not charge for stand-by or down time while stakes are checked or reset. Neither the City nor the Engineer will be liable for work constructed in error, or for removal and/or replacement of same, resulting from a staking error not brought to its or their attention by the Contractor before the work commences. If changes to the work are required on any items which the Contractor could not reasonably foresee, but are, in the Contractor's opinion a result of staking error or omission, the Contractor shall notify the City within 5 days of the discovery of the error and in any case prior to the expenditure of monies by Contractor to correct the error. If not, Contractor shall not be entitled to reimbursement by the City for any expense for correcting the error.

The Contractor shall preserve location and elevation information.

The Contractor shall keep and maintain a true and accurate record of the work, existing and constructed, under this contract and any deviation from the plans, and such record shall be made available to the Engineer for his review upon request and shall be furnished to the Engineer upon completion of the work and before final payment.

00150.40 Cooperation and Superintendence by the Contractor: Add:

It is the responsibility of the prime contractor to furnish every subcontractor a complete set of construction plans, specifications, and current project schedule, to insure that these documents are on the project site and in use when the subcontractor is performing that portion of the work, and to provide sufficient direction to every subcontractor as to the performance of contract tasks at the proper time and in the proper manner. Failure of any subcontractor to produce and refer to an approved set of construction documents will be grounds for dismissal from the project site. The cost to correct errors resultant from failure to refer to approved construction documents will be the responsibility of the contractor.

Page 67: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 60 of 102

00150.40(c) Use of Consultants: Add:

The Contractor is advised that the availability of City personnel on this project is limited and the City may hire consultants to perform some of its responsibilities for material testing, material weighing and checking and/or surveying. The Contractor shall provide the Engineer with a written notification that such personnel are needed a minimum of 48 hours prior to performing the work requiring material testing, material weighing and checking and/or surveying. If the Contractor suspends work for more than three days on work items requiring material testing, material weighing and checking and /or surveying by the City, the Contractor shall again provide notice as set forth in this section.

The City will not be responsible for delays occasioned by the Contractor’s failure to provide the required written notice. The Contractor shall provide such notice whether or not the City hires a consultant to perform the required services.

00150.50 Cooperation with Utilities: 00150.50(a) General: Add

Certain work within this contract requires connection to and/or coordination with the work or facilities of utilities, agencies or contractors. The Contractor shall cooperate fully with other utilities/agencies/contractors and carefully fit his own work to such other work as may be directed by the Engineer. The Contractor shall provide in his schedule adequate time for other such utility and agency relocation work to be performed by others as may be included in the project.

The Contractor shall not commit or permit any act to be committed which will interfere with the performance of work by any other utility/agency/contractor.

The Contractor shall comply with all current Oregon Utility Protection Laws in conducting excavation operations.

When the City is providing construction survey services for a project, the Contractor shall arrange for locates and shall verify that all locates have been completed prior to requesting stakeout. The Contractor shall be solely responsible for maintaining utility locate markings until project construction is complete. See Section IV for additional requirements.

The Contractor shall notify the following agencies and organizations a least ten (10) working days in advance that their services will be affected by the work, including lane/road closures or other restrictions which could cause delay to emergency, delivery or transit vehicles.

City of Beaverton Police Department (Non-Emergency): 503-629-0111

Clean Water Services: 503-681-3600

Tualatin Valley Fire & Rescue (Fire Marshal’s Office): 503-356-4700

United States Post Office (Non-Emergency Services): 503-629-0111

United States Post Office (Emergency Services): 1-800-275-8777

Tualatin Valley Water District: 503-642-1511

Tri-Met : 503-661-8117

Beaverton School District: 503-591-8000

Washington County Road Maintenance & Repair: 503-846-7623

Waste Management 503-249-8078

Page 68: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 61 of 102

00150.50(c) Contractor’s Responsibilities: Add:

The Contractor’s attention is directed to the existence of certain underground facilities that may require special precautions to protect the health, safety, and welfare of workmen and of the public.

The locations of facilities shown on the plans were based on information provided by utilities. It shall be the responsibility of the Contractor to verify the existence and exact locations of underground facilities in advance of construction. Any existing facilities that are damaged by the Contractor’s operations shall be restored or replaced to an equal or better condition at the expense of the Contractor.

The Contractor shall contact the Utility Notification Center at 503-246-6699, at least 2 working days prior to performing any excavation or any other work close to any underground facilities. Contractor’s beginning construction without the locations of existing utilities being marked will do so at his/her risk and shall be solely responsible for any costs arising from same. Contractor shall not disturb any existing utility if it requires an unanticipated adjustment, but protect it from damage or disturbance. If parked vehicles obstruct the progress of work, request for removal of the obstructing vehicle shall be made to the Engineer, and removal of such vehicles will be in accordance with applicable Beaverton Codes. 00150.50(f) Utility Information: Add:

The following organizations may be adjusting utilities within the limits of the project during the life of this contract. Contact those utilities having buried facilities and request that they locate and mark them for their protection prior to construction.

PGE (except lighting) Lorraine Katz 2213 SW 153rd Dr Beaverton OR 97006 503-672-5484 fax: 503-672-5555 [email protected] PGE Lighting Jeff Steigleder 9480 SW Boeckman Rd Wilsonville OR 97070 503-672-5462 [email protected] NW Natural Andrea Kuehnel 220 NW Second Av Portland OR 97209 503-226-4211, ext. 4376 [email protected] Comcast Margaret Porter 11308 SW 68th Pkwy Tigard OR 97223 503-596-3809 or 971-801-5709 (cell) [email protected]

Page 69: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 62 of 102

Frontier Communications Bob Plant 4155 SW Cedar Hills Blvd. Beaverton OR 97005503-644-7153 [email protected] Jeremy Sampson, 503-641-2004 or 971-713-4003 (cell) [email protected] Bill LaFleur: 503-936-2035 (cell) City of Beaverton Water Section Brian Rigwood 503-526-2646 Cell: 503-213-0745 City of Beaverton Sanitary Sewer & Storm Drainage Sections Kevin Azar 503-350-4089 or 503-748-9947 (cell) City of Beaverton Street Section Terry Priest 503-526-2568 or 971-246-0240 (cell) City of Beaverton Landscaping/Street Lighting/Striping Sections Steve Brennan, Supervisor, 503-526-2206 or 971-246-0202 (cell) Pat Hoff, Landscaping, 971-246-0205 (cell) Ross Puderbaugh, Striping, 503-526-2225 Darrell Cearley, Signals & Lighting, 503-526-2259 or 971-246-0225 (cell) City of Beaverton Operations Department PO Box 4755 Beaverton OR 97076 503-526-2220

00150.70 Detrimental Operations: Add: Contractor shall take all necessary precautions for the safety of all personnel on the job site, and shall comply with the Contract Documents and all applicable provisions of federal, state and municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the Work is being performed. Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public against any hazards created by construction. Contractor shall designate a responsible employee or associate on the Work site, whose duty shall be the prevention of accidents. The name and position of the person designated shall be reported to the Project Engineer. City personnel may provide comments to the Contractor concerning safety; however, the City has no responsibility for Work site safety. Work site safety is the responsibility of the Contractor.

Page 70: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 63 of 102

00150.76 Environmental Contamination: Add: Contractor will be held responsible for and shall indemnify, defend (with counsel of City’s choice) and hold harmless City from and against any costs, expenses, damages, claims, and causes of action, (including attorney fees), or any of them, resulting from all spills, releases, discharges, leaks and disposal of environmental pollution, including storage, transportation, and handling during the performance of the Contract which occur as a result of, or are contributed by, the negligence or actions of Contractor or its personnel, agents, or Subcontractors or any failure to perform in accordance with the Contract Documents. Contractor agrees to promptly dispose of such spills, releases, discharge or leaks to the satisfaction of City and proper regulatory agencies in a manner that complies with applicable federal, state, and local laws and regulations. Cleanup shall be at no cost to the City and be performed by properly qualified personnel. Contractor shall obtain the City’s written consent prior to bringing onto the Work site any (i) environmental pollutants or (ii) hazardous substances or materials, as the same or reasonably similar terms are used in any applicable federal, state, or local statutes, rules or ordinances. Notwithstanding such written consent from the City, the Contractor, at all times, shall: (a) properly handle, use and dispose of all environmental pollutants and hazardous substances or materials brought onto the Work site, in accordance with all applicable federal, state, or local statutes, rules, or ordinances; (b) be responsible for any and all spills, releases, discharges, or leaks of (or from) environmental pollutants or hazardous substances or materials which Contractor has brought onto the Worksite; and (c) promptly clean up, without cost to the City, such spills, releases, discharges, or leaks to the City's satisfaction and in compliance with all applicable federal, state, or local statutes, rules or ordinances. Contractor shall report all reportable quantity releases to applicable federal, state, and local regulatory and emergency response agencies. Reportable quantities are found in 40 CFR Part 302, Table 302.4 for hazardous substances and in OAR Chapter 340 Division 108 for all products addressed therein. Upon discovery, regardless of quantity, Contractor must telephonically report all releases to the City. A written follow-up report shall be submitted to City within 48 hours of the telephonic report. Such written report shall contain, as a minimum: (a) Description of items released (identity, quantity, and all other documentation required by law.) (b) Whether amount of items released is EPA/DEQ reportable, and, if so, when it was reported. (c) Exact time and location of release, including a description of the area involved. (d) Containment procedures initiated. (e) Summary of communications about the release Contractor has had with members of the press or State officials other than Owner. (f) Description of cleanup procedures employed or to be employed at the site, including disposal location of spill residue. (g) Personnel injuries, if any, resulting from, or aggravated by, the release. 00150.77 Environmental Clean-Up: Add: Unless disposition of environmental pollution is specifically a part of this Contract, or was caused by the Contractor, Contractor shall immediately notify City of any hazardous substance(s) which Contractor discovers or encounters during performance of the Work required by this Contract. "Hazardous substance(s)" means any hazardous, toxic and radioactive materials and those substances defined as “hazardous substances,” “hazardous materials,”

Page 71: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 64 of 102

“hazardous wastes,” “toxic substances,” or other similar designations in any federal, state, or local law, regulation, or ordinance, including without limitation asbestos, polychlorinated biphenyl (PCB), or petroleum, and any substances, materials or wastes regulated in 40 CFR, Part 261 and defined as hazardous in 40 CFR S 261.3. In addition to notifying City of any hazardous substance(s) discovered or encountered, Contractor shall immediately cease working in any particular area of the project where a hazardous substance(s) has been discovered or encountered if continued work in such area would present a risk or danger to the health or well-being of Contractor's or any Subcontractor's work force. Upon being notified by Contractor of the presence of hazardous substance(s) on the project site, City shall arrange for the proper disposition of such hazardous substance(s). 00150.81 Correction of Work Before Final Payment: Add: The Contractor warrants to the City that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents, that the Work will be free from defects, and that the Work will conform to the requirements of the Contract Documents. Work failing to conform to these requirements shall be deemed defective. Contractor shall promptly remove and replace all defective materials, equipment and Work as determined by the City, whether incorporated in the Work or not. Removal and replacement shall be without loss or expense to the City, and Contractor shall bear the cost of repairing all Work destroyed or damaged by such removal or replacement. Contractor shall be allowed a period of no longer than fourteen (14) days for completion of defective (punch list) work, unless otherwise agreed. At the end of that period, or earlier if requested by the Contractor, City shall arrange for inspection of the Work. Work that does not pass inspection shall be immediately repaired/replaced by the Contractor. Contractor shall make as many repairs as required to pass inspection. If Contractor fails to complete the punch list work within the above time period, City may perform such work using funds held as retainage. 00150.98 Warranty Work: Add: Neither the final payment nor any provision of the Contract Documents shall relieve the Contractor from responsibility for defective Work and, unless a longer period is specified, Contractor shall correct all defects that appear in the Work within a period of one year from the date of issuance of the written notice of substantial completion by the City except for latent defects which will be remedied by the Contractor at any time they become apparent. The City shall give Contractor notice of defects with reasonable promptness. Contractor shall perform such warranty work within a reasonable time after City’s demand. If Contractor fails to complete the warranty work within such period as City determines reasonable, or at any time in the event of warranty work consisting of emergency repairs, without affecting Contractor’s obligations, City may perform such work and Contractor shall reimburse City all costs of the same within thirty (30) days after demand. This provision does not negate guarantees or warranties for periods longer than one year including without limitation such guarantees or warranties required by other sections of the Contract Documents for specific installations, materials, processes, equipment or fixtures. In addition to Contractor's warranty, manufacturer's warranties shall pass to the City and shall not take effect until affected Work has been accepted in writing by the City. The one-year period for correction of Work may be extended with respect to portions of Work performed after Substantial Completion by the period of time between Substantial Completion and the actual performance of the Work.

Page 72: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 65 of 102

Nothing contained in this Section shall be construed to establish a period of limitation with respect to other obligations which the Contractor might have under the Contract Documents. Establishment of a reasonable period for correction of Work as described in this Section relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor’s liability with respect to the Contractor’s obligations other than specifically to correct the Work. If the City prefers to accept Work which is not in accordance with the requirements of the Contract Documents, the City may do so instead of requiring its removal and correction, in which case the Contract Price will be reduced as appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made.

SECTION 00160 – SOURCE OF MATERIALS

Comply with Section 00160 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows: 00160.50 Agency-Controlled Land; Limitations and Requirements: Delete Subsection and replace with: 00160.50(a) General:

The improvements are to be constructed within existing rights of way (unless shown otherwise on the plans and specifications) while access is maintained to all abutting properties. No material will be stockpiled and no equipment will be parked within the rights of way overnight without approval of the Engineer. It is the contractor’s responsibility to locate and secure a nearby site at his/her own expense for stockpiling material and staging equipment. The Engineer may request from the Contractor proof of an adequate storage and staging area in the form of written permission from the property owner or lessee. In the event the Contractor damages any property, the Contractor shall at once notify the property owner and make, or arrange to make, full restitution. Contractor shall report, immediately in writing, to the Project Engineer, all pertinent facts relating to such property damage and the ultimate disposition of the claim for damage.

Requests by the Contractor to use public right of way for staging purposes must be accompanied by a drawing showing the proposed storage site with street names, curb to curb street width, location of all driveways in the vicinity of the proposed storage site, and other salient features such as buildings, vaults, fire hydrants, utility poles, vegetation, street intersection, etc. The request and drawing must clearly identify safety and mitigation measures the Contractor intends to employ at the proposed storage site including but not limited to barricades, cones, candles, pavement marking, lighting, signage, security and privacy fencing, and additional cleanup, maintenance, and restoration.

Page 73: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 66 of 102

00160.50(b) Waste, Excess, and By-Product Materials

Unless otherwise specified by the Engineer, all waste, excess, and by-product materials resulting from the Work are the property of the Contractor and are to be removed from the site. The cost of removal and disposal of waste, excess, and by-product materials will be incidental to applicable pay items, and no additional payment will be made for such removal.

SECTION 00165 – QUALITY OF MATERIALS

Delete Section 00165 of the Standard Specifications entirely and replace with the following: 00165.10 Quality of Materials

The contractor shall use only new materials, parts, products, and equipment that conform to the specifications. The contractor shall determine the kind of work, amount of work, and other factors that may be necessary or involved in furnishing the products and materials. The Engineer will reject materials and/or products that are unsuitable for the work.

All waterline materials to include pipe, fittings, valves, and hydrants shall be made in the USA. 00165.20 Preference for Use of Oregon materials

Preference may be given to materials produced or manufactured in Oregon. This provision does not apply to contracts on projects financed wholly or in part by federal funds. 00165.30 Sampling and Testing

The contractor shall be responsible for process control testing necessary to insure that materials comply with the specifications.

The materials testing required for this project include compaction testing of trench backfill rock, pressure testing and purity of the water system, and compaction testing of asphalt concrete. The cost of testing is incidental to the relevant bid item.

Notwithstanding the testing by the Contractor specified above, the Engineer reserves the right to test products and workmanship for compliance regardless of prior certification. Testing of materials will be made in accordance with the methods described or designated in the specifications, or as required, and may be conducted at any time during the production, fabrication, preparation or use of the materials.

When the Engineer determines that City testing is needed, the tests will be made by and at the expense of the City unless otherwise specified. The contractor shall furnish and make available the required samples without charge and shall provide suitable facilities for collecting samples and withhold from use of the materials represented by the samples until tests have been made and the materials found to comply with the specifications. The contractor shall provide safety measures and devices to protect those who take samples and perform tests. If applicable, samples shall be made available in ample time to permit testing in advance of use. The contractor shall have no claim for any delay caused by the time awaiting test results.

ODOT (or OSHD) test methods have been called out in many cases. When ODOT has changed the test method called out, or has given the test method a new number, or where ODOT has deleted a tested method and replaced it with a call out to an AASHTO or ASTM (or other) test method, the test method to be used shall be the most current method used by ODOT for the test specified. In the absence of any reference specification, materials shall meet the specifications and requirements of ASTM, AASHTO, or AWWA. When there is no coverage from ASTM, AASHTO, or AWWA, materials shall meet the commercial standards of the Commodity Standards Division of the US

Page 74: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 67 of 102

Department of Commerce. Lacking such standards, the materials shall meet requirements established by approved trade organizations for high quality products of the kind involved.

All required testing, including that required of the contractor, shall be performed or handled through a testing laboratory approved by the Engineer. Test results shall be provided in English units. If tests are conducted at the expense of the owner, and materials are found out of compliance with the specifications, the contractor shall bear all of the cost for testing replacement materials. 00165.40 Certification of Commercial Products

For commercial products, the Engineer may accept from the contractor the manufacturer’s certification of the product involved under the following conditions.

a) The certification shall state that the named product conforms to the City’s requirements and that representative samples have been tested as specified.

b) The certification shall include a certified copy of the test results or a certification that such test results are on file with the manufacturer and will be furnished to the engineer upon request.

c) The certification shall give the name and address of the manufacturer, the testing agency, the dates of tests, and the means of identification that will permit field determination of the product delivered.

d) The certificate shall be duplicate. One copy shall be sent with the shipment, the other directly to the Engineer.

e) The Contractor shall be responsible for all costs involved in the certification. 00165.60 Inspection Requirements

The Contractor shall allow access to the Engineer to all parts of the work and to the plants of producers and fabricators and will furnish the Engineer with every reasonable facility for ascertaining that the materials are in accordance with the contract. 00165.61 Storage and Protection of Materials

Materials shall be stored to assure the preservation of their quality and fitness for the Work. Stored material, even though approved before storage, may be inspected prior to use in the Work. Stored materials shall be located to facilitate prompt inspection. 00165.70 Rejected Materials

Materials rejected by the Engineer shall be removed for the site of the Work. Rejected materials on which defects have been corrected shall not be used until the Engineer has given written approval. Failure of the Contractor to comply with the Engineer’s directions shall be cause for the Engineer to have the rejected material removed from the site, and to deduct the cost of removal from payments due or to become due to the Contractor. 00165.80 Trade Names, Approved Equals, or Substitutions

To establish a basis of quality, certain processes, types of machinery and equipment, or kinds of materials may be specified either by description of process, by designating a manufacturer by name and referring to specific brands or products, or by specifying a kind of material. It is not the intent of the specifications to exclude other processes, equipment or materials of equal value, utility, or merit.

Whenever a process, manufacturer’s name, brand, item, patented process or patented material is designated or described, it shall be implied that the words “or approved equal” follow such name, designation, or description.

Page 75: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 68 of 102

The determination of acceptable substitutions shall be the sole province of the Engineer, and substitutions shall not be ordered or furnished unless approved.

If the proposal includes a list of equipment, materials, or articles for which the Contractor must name the manufacturer at the time of the submission of the bid, no substitutions will be permitted without the approval of the Engineer. 00165.90 Mineral Deposits

When material sources are shown or described in the contract, the City will acquire and make available to the contractor the right to take materials from the sources and the right to use the property for plant site, stockpiles, and haul roads.

The quality of the material in the mineral deposits may be acceptable, but the contractor shall determine the work required to produce finished products meeting the specifications. Because it is not feasible to ascertain from samples the quality of an entire deposit, variations will be considered usual and expected. The Engineer may order use of material from any portion of a deposit, and may reject portions of a deposit as unacceptable.

If the contractor elects to use material from sources other than those shown or described, the contractor shall acquire the necessary rights to take materials from the sources and shall bear all costs including those of development and exploration and costs which may result from an increase in the length of haul. The use of materials from other sources will not be permitted until the Engineer determines, from representative samples obtained and tested at the expense of the Contractor, that satisfactory materials are available from the source.

Gravel pits, other than commercially operated borrow pits, shall meet all local, state, and federal regulations. 00165.100 Owner Furnished Equipment and Materials

Equipment and materials furnished by the City will be delivered or made available to the contractor at the locations specified. An inspection of the City-furnished equipment and materials shall be made at the time of delivery to the contractor to satisfy the City and the contractor that the quantity and quality of the equipment and material is satisfactory for use in the Work. Deductions will be made from payments due or to become due to the contractor for any shortages, deficiencies, or damages that may occur after such delivery, and for any demurrage charges.

SECTION 00170 – LEGAL RELATIONS AND RESPONSIBILITIES

Comply with Section 00170 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows: 00170.02 Permits, Licenses and Taxes: Add: Contractor and Subcontractors shall obtain a City of Beaverton business license as required by BC 7.01 prior to beginning work under this Contract. Contractor shall provide the business license number in the space provided on the signature page of this Contract. Additionally, Contractor shall pay all fees due under the Business License Law during the full term of this contract. Failure to be in full compliance may result in payments due under this contract to be withheld to satisfy amount due under the Business License Law.

A permit for the use of a City provided hydrant meter is required. Several existing fire hydrants are located within the project area. Contractor can arrange for a hydrant meter by contacting the City Water Supervisor, Brian Rigwood, at 213-0745, or Water Lead, Randy Van Houten, 503-866-0366, 72 hours in advance. The permit fee and consumption fees are waived; however, the Contractor must pay the $765.00 deposit.

Page 76: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 69 of 102

00170.60 Safety, Health and Sanitation Provisions: Add:

See Section 00150.70 for additional safety requirements. 00170.65 Minimum Wage and Overtime Rates for Public Works Projects: 00170.65(a) General: Add:

Normal working hours for this project will be between 7:00 AM and 6:00 PM, Monday through Friday. It is expected that the contractor will maximize the use of favorable weather for this project to the fullest extent possible. The contractor may choose to work four ten hour days.. Failure of the contractor to maximize the use of favorable weather may be grounds for refusal of requested time extensions due to inclement weather. 00170.65(b) Prevailing Rate of Wages: Add: Contractor shall comply fully with the provisions of ORS 279C.800 through 279C.870. Documents establishing these conditions, as determined by the Commissioner of the Bureau of Labor and Industries (BOLI) are identified in the Supplemental Conditions. Contractor shall pay workers at not less than the specified minimum hourly rate of wage, and shall include that requirement in all subcontracts. Each worker in each trade or occupation employed in the performance of the Contract, either by the Contractor, subcontractor or other person doing or contracting to do or contracting for the whole or any part of the work on the Contract, must be paid no less than the applicable state prevailing rate of wage, or the applicable federal prevailing rate of wage whichever is higher. This project is not subject to federal wage rates. The state prevailing wage rates to be paid under the state prevailing wage rate law are set out in the BOLI Publication entitled “Prevailing Wage Rates for Public Works Contracts in Oregon” (Region 2) dated January 1, 2016 and all applicable amendments and corrections to amendments subsequently issued and dated _none__ [fill in date(s) of amendments], up to and including March 11, 2016, the date of first advertisement. The state prevailing wage rate publication is available at http://www.boli.state.or.us/BOLI/WHD/PWR/pwr_book.shtml. The federal wage rates to be paid under the federal Davis-Bacon Act are available at http://www.wdol.gov. BOLI staff is available to assist in determining the applicable wage rates by calling (971) 673-0839. 00170.70(f) Additional Insured: Add:

The Contractor shall include the Beaverton City Council, the City of Beaverton, Oregon and its officers, employees and agents as additional insured named on insurance policies issued for the project or shall furnish an additional insured endorsement naming the same as additional named insureds, but only with respect to the Contractor’s activities to be performed under the Contract. 00170.82 Responsibility for Damage to Property and Facilities: 00170.82(a) In General: Add:

Contractor shall prepare for his/her own use a photographic record of the adjacent properties prior to commencing any activities, showing existing driveways, sidewalks, planting, building footings, and other areas known or suspected to generate damage claims. The Contractor shall also supply a copy of the same photographic record to the City upon request. The photographic record can be either by photographs or videotape. Post-construction visual comparison to the photographic record shall be a basis for determining damage to properties should a damage claim arise. Contractor’s failure to provide adequate pre-construction photographic documentation shall be sufficient grounds for the City to require repairs regardless of the cause of the damages.

Page 77: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 70 of 102

Contractor is responsible for protection of adjacent work areas including impacts brought about by activities, equipment, labor, utilities, and materials on the site. In an emergency affecting the safety of life or of the Work or of adjoining property, the Contractor, without special instruction or authorization from the City's Authorized Representative, shall act reasonably to prevent threatened loss or injury, and shall so act, without appeal, if instructed by the Owner's Authorized Representative. Any compensation claimed by the Contractor on account of emergency work shall be determined in accordance with Changes in Work. 00170.82(b) Protection and Restoration of Agency Property and Facilities: Add:

The Engineer will mark with lathe and flagging or paint, all permanent survey monuments, including property corners, discovered during the preliminary design survey. The Contractor shall protect all such marked monuments and corners. In the event that a monument or corner must be disturbed, the Contractor shall temporarily work around the monument or corner, and provide the Engineer not less than 48 hours’ notice of the need to disturb the monument or corner. The contractor is responsible for the cost of replacing any monuments or corners disturbed or destroyed without obtaining Engineer’s approval.

SECTION 00180 – PROSECUTION AND PROGRESS OF WORK

Comply with Section 00180 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows:

00180.20 Subcontracting Limitations: 00180.20(a) General: Delete existing Subsection and replace with: The Contractor shall perform with his own organization at least one-half of the Work unless otherwise allowed by prior written consent of the City. All persons engaged in the Work will be considered as employees of the Contractor and their work shall be subject to the provisions of the Contract. 00180.22 Payments to Subcontractors and Agents of the Contractor: Delete entirely. 00180.33 Metric Submittals: Delete existing Subsection and replace with: The Contractor shall use English units for all calculations and measurements, Working Drawings, Materials certifications, delivery tickets, and other documents submitted in conjunction with performance of the Contract, unless directed otherwise. 00180.40 Limitation of Operations: Add:

The project is expected to be accomplished between the hours of 7:00 a.m. and 6:00 p.m., Monday through Friday unless otherwise specified. If the Contractor desires to work in excess of these hours, he/she must make written request to the Engineer at least 48 hours in advance of the work. In extreme cases, hours may be extended during the weekend to include 8 PM Friday to 7 AM Monday with the Engineer’s approval. Any approval of extended working hours is tentative. If increased working hours generate complaints from the neighborhood, permission to work outside normal working hours may be revoked or denied.

Interruption of access to abutting businesses must be minimized. All driveways are to be kept open except when actual trenching, pipe laying, backfilling, or other construction activities are taking place immediately at the

Page 78: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 71 of 102

driveway. The Contractor must provide 48-hour notice to affected businesses before interruption of access to driveways. The notice must include an explanation of why the interruption is occurring and an estimate of the length of time that access will be blocked. If necessary to minimize interruption, steel plates may be employed during working hours (only cold or hot mix asphalt may be used during non-working hours). Contractor must plan all work to minimize interruption of access. If required to facilitate access as roadway construction proceeds, the contractor will construct a temporary connection to each commercial driveway with 2” of HMAC. The project shall be in safe condition at the end of the working day. Open excavations shall be fenced and /or protected by steel plates as necessary to prevent unauthorized access. Add the following Subsection: (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 Contract Time to Complete Work ........................................ 00180.50 Traffic Restrictions ............................................................... 00220.40 Noise Control .................................................................. 00290.30(d) There may be other limitations to the Contractor’s schedule and operations in the Standard Specifications and Supplemental Specifications that are not listed in this Subsection. 00180.41 Project Work Schedules: Add:

In addition to the tentative construction schedule that is to be submitted with the bid, the Contractor shall submit a proposed construction schedule by or before the pre-construction conference for review and acceptance by the City. The Contractor’s construction schedule shall address the sequencing of critical activities listed in Section 00120.40(h) and shall identify the critical path for the project, critical milestones in accomplishing the work and fixed completion dates for those milestones. As a rule of thumb each schedule item shall account for no more than 5% of the available time.

The City and Contractor will hold project coordination meetings to discuss project schedule, payment and other issues. The Contractor will be required to update the project schedule whenever the progress of the work does not correspond to the approved schedule or as requested by the Engineer. The revised schedule will demonstrate means and methods the Contractor will employ to make up time lost, and when approved by the Engineer, will become the new project schedule. Acceptance of the schedule by the City does not constitute agreement by the City as to the Contractor's sequencing, means, methods, or durations. Any positive difference between the Contractor's scheduled completion and the Contract completion date is float owned by the City. City reserves the right to negotiate the float if it is deemed to be in City’s best interest to do so. In no case shall the Contractor make a claim for delays if the Work is completed within the Contract time but after Contractor's scheduled completion.

Page 79: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 72 of 102

00180.41(i) Customer Service Element to Construction Schedule: Add:

This construction effort will be executed with the highest level of customer service. Critical to that effort is planning of work sequence to minimize disruption and inconvenience to businesses or residents during construction. As a supplemental document to the Contractor’s construction schedule, the contractor shall submit, prior to the pre-construction conference, a plan to the Engineer that identifies: construction sequencing and timing; expected disruptions to businesses or residents; and a public safety plan that explains procedures on how the contractor will maintain safe continuous ingress and egress for pedestrians and customers to shopping areas and mass transit bus stops, and vehicular traffic including customer access, mail and newspaper delivery, garbage collection and other daily deliveries, as applicable. The contractor shall immediately refer any issues with adjacent businesses or residences to the project inspector or Engineer. Other than notifications called for in these provisions, the project inspector or Engineer shall be the primary points of contact with adjacent businesses and residents. 00180.50 Contract Time to Complete Work: Modify existing Subsection as follows: 00180.50(a) General: Add:

The Contractor shall substantially complete all Work to be done under the Contract within forty six (46) calendar days from the written Notice to Proceed or as extended by change order and shall at all times carry on the Work diligently, without delay and punctually fulfill all requirements. The City shall have the right to accelerate the completion date of the Work, which may require the use of overtime. Such accelerated Work shall be subject to the change order process. The City shall not waive any rights under the Contract by permitting the Contractor to continue or complete the Work or any part of it after the completion date contained in the Contract documents or extended by change order.

The time of completion of the work contemplated by this contract shall not be extended or changed by the lapse of time between the date the City received proposals and execution of the contract. In specifying the dates for completion, both parties understand that a period of not more than fifty-five (55) days may elapse between the opening of the proposals and the Notice To Proceed date. If the City finds that the public interest requires a delay in consideration of the bid award beyond the forty-five (45) days contemplated herein, the bidder at its option may be released from its bid bond or may grant an extension of time for the City to consider award of the contract for his/her execution. 00180.50(e) Exclusions from Contract Time: Add:

The City may consider an extension of time to complete the work if Contractor makes application for same to City no later than five (5) days after Contractor knows or should know of a cause of noncompensable but excusable delay. Such causes of delay shall be deemed to be limited to labor disputes beyond the control of the Contractor, force majeure, unusually and unforeseeable severe weather, or any delays caused in whole or part by either party's non-compensable conduct. Any adverse weather conditions must be substantiated by documentary evidence that weather conditions were abnormal for the specific time period claimed, could not have been anticipated by the Contractor, and adversely impacted the project in a manner that could not be avoided by rescheduling the work or by implementing measures to protect against the weather so that the work could proceed. The City and Contractor agree that rainfall greater than the following levels cannot be reasonably anticipated: daily rainfall equal to, or greater than, 0.75 inch at any time.

Page 80: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 73 of 102

http://www.wunderground.com/US/OR/Beaverton/ shall be considered the official agency of record for weather information. 00180.85 Failure to Complete on Time; Liquidated Damages Add:

Failure to complete on time: If the work required under the contract for each Substantial Completion date is not completed within the applicable contract time or within the applicable final adjusted contract time, if any, damage will be sustained by the City. The parties agree that it will be impracticable and difficult to ascertain and determine the actual damage, which the City will sustain in the event of and by reason of such delays. It is, therefore, agreed that the Contractor shall pay to the City of Beaverton, not as a penalty but as liquidated damages, $650 per calendar day elapsed in excess of each Substantial Completion time or the final adjusted contract time applicable to the work required under the contract.

Compensation for Acceleration: In preparing the bid and the construction schedule, the Contractor recognizes the potential need for additional effort to recover from delay and complete the work as scheduled. No additional payment will be made for acceleration required for recovery from non-compensable delays, either excusable or unexcusable. Additional payment for delays caused by the City will be subject to negotiation, but in no case will be greater than the Contractor's actual expense without profit or markup. 00180.95 Contract Close Out: Add new Subsection to read as follows: 00180.95(a) Record Drawings As a condition of final payment, Contractor shall provide to City all marked up (redlined) drawings. Redlined drawings are part of the Work and shall be provided prior to the City’s issuance of final payment. 00180.95(b) Operation And Maintenance Manuals For bid items requiring operation and maintenance manuals (O&M Manuals), Contractor shall submit two completed O&M Manuals for review by the City prior to submission of any pay request for more than 75% of the relevant bid item. No payments beyond 75% will be made by the City until the O&M Manuals have been received. The O&M Manuals shall contain a complete set of all submittals, all product data as required by the specifications, training information, phone list of consultants, manufacturers, installer and suppliers, manufacturer's printed data, record and shop drawings, schematic diagrams of systems, appropriate equipment indices, warranties and bonds. The City shall review and return one O&M Manual for any modifications or additions required. As a condition of final payment, Contractor shall deliver three (3) complete and approved sets of O&M Manuals to the City. 00180.95(c) Completion Notices Contractor shall provide City written notice of both Substantial and Final Completion. The notice of Substantial Completion shall state the date of Substantial Completion, the responsibilities of the City and Contractor for security, maintenance, and repair of damaged Work, and the time within which the Contractor shall finish all punch list items. Both completion notices must be signed by the Contractor and the City to be valid. The City shall provide the final signature on the notices. The notices shall take effect on the date they are signed by the City. Substantial Completion of a facility with operating systems (e.g., mechanical, electrical, HVAC) shall be that degree of completion that has provided a minimum of thirty (30) continuous days of successful, trouble-free operation, which period shall begin after all performance and acceptance testing has been successfully demonstrated to the City. All equipment contained in the Work, plus all other components necessary to enable the City to operate the facility in the manner that was intended, shall be complete on the Substantial Completion date. The Contractor

Page 81: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 74 of 102

may request that a punch list be prepared by the City with submission of the request for the Substantial Completion notice. 00180.95(d) Training As a condition of final payment and prior to submission of the request for final payment, the Contractor shall schedule with the City, training sessions for all equipment and systems, as required in the individual specifications sections. Contractor shall schedule training sessions at least two weeks in advance of the date of training to allow City personnel adequate notice. The O&M Manual shall be used as a basis for training. Training shall be a formal session, held after the equipment and/or system is completely installed and operational in its normal operating environment. 00180.95(e) Extra Materials If required by the Work and as a condition of final payment, Contractor shall provide spare parts, extra maintenance materials, and other materials or products in the quantities specified in the specifications. Delivery point for extra materials shall be designated by the Project Engineer. 00180.95(f) Environmental Clean-Up As part of the Final Completion notice, the Contractor shall notify the City that all environmental pollution clean-up which was performed as a part of this Contract has been disposed of in accordance with all applicable rules, regulations, laws, and statutes of all agencies having jurisdiction over such environmental pollution. 00180.95(g) Other Contractor Responsibilities The Contractor shall be responsible for returning to the City all items issued during construction such as keys, hydrant meter, security passes, and all other pertinent items.

SECTION 00190 – MEASUREMENT OF PAY QUANTITIES

Comply with Section 00190 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions.

SECTION 00195 – PAYMENT

Comply with Section 00195 of the applicable Oregon Standard Specifications for Construction 2008 and all applicable updates and corrections to ODOT 2008 Special Provisions, as further supplemented and/or modified as follows: 00195.20(b) Significant Changed Work: Delete last paragraph and replace with:

The term "significant change" shall apply only to the following circumstances:

When the character of the work as changed differs materially in kind, nature, or unit cost from that involved or included in the original proposed construction, or

When the final quantities of a major item of work, as defined in the following paragraph, is more than 125% or less than 75% of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125% of original contract item quantity, or in case of a decrease below 75%, to the actual amount of work performed.

Page 82: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 75 of 102

A major item of work is any contract item, except lump sum items, having an original contract value greater than 10% of the total amount of the contract. 00195.50(a) Progress Payments: Add: The Contractor shall submit, at least five (5) days prior to submission of its application for progress payment, a written schedule of values ("Schedule of Values") for the contracted Work completed during the pay period. The schedule shall include bid item number, bid item description, unit of measure, unit price, quantity of work completed, and cost of work completed. The schedule of values shall be used as the basis for reviewing Contractor's application for payment. If objected to by the Engineer, Contractor shall revise the schedule of values and resubmit the same for approval by the Engineer. City shall make progress payments on the Contract monthly as work progresses. All payments shall be approved by the Engineer. A progress payment shall not be considered acceptance or approval of any work or waiver of any defects in the work. City shall pay to Contractor interest on the progress payment, not including retainage, due the Contractor. The interest shall commence thirty (30) days after the receipt of an invoice (“application for payment”) and schedule of values from the Contractor. The schedule of values must be signed by both the Contractor and the Engineer. Notwithstanding the foregoing, in instances when there is a good faith dispute, City shall so notify the Contractor within fifteen (15) days stating the reason or reasons for the dispute regarding the application for payment. Accrual of interest will be postponed when payment on the principal is delayed because of disagreement between the City and the Contractor. Contractor shall submit to the Engineer, an application for each payment and, if required, receipts or other vouchers showing payments for materials and labor, including payments to Subcontractors. Generally, applications for payment will be accepted only for materials that have been installed. Under special conditions, applications for payment for stored materials will be accepted at City's sole discretion. Such a payment, if made, will be subject to the following conditions: (a) The request for stored material shall be submitted at least thirty (30) days in advance of the application for payment on which it appears. Applications for payment shall be entertained for major equipment, components or expenditures only. (b) The Contractor shall submit applications for payment showing the quantity and cost of the material stored. (c) The material shall be stored in a secure site and City shall be granted the right to access the material for the purpose inspection at any time during the Contract period. (d) The Contractor shall name the City as coinsured on the insurance policy covering the full value of the property while in the care and custody of the Contractor until it is installed. A certificate noting this coverage shall be issued to the City. (e) Payments shall be made for materials only. The submitted amount of the application for payment shall be reduced by the cost of transportation and any other costs not related to the cost of materials. (f) Within sixty (60) days of the application for payment, the Contractor shall submit evidence of payment covering the material stored.

Page 83: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 76 of 102

(g) Payment for stored materials shall in no way indicate acceptance of the materials or waive any rights under this Contract for the rejection of the Work or materials not in conformance with the Contract Documents. (h) All required documentation must be submitted with the respective application for payment. The City reserves the right to withhold all or part of a payment, or may nullify in whole or part any payment previously made, to such extent as may be necessary in the City’s opinion to protect the City from loss because of: (a) Work that is defective and not remedied, or that has been demonstrated or identified as failing to conform with the Contract Documents, (b) third party claims filed or evidence reasonably indicating that such claims will likely be filed unless security acceptable to the City is provided by the Contractor; (c) failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment (in which case City may issue checks made payable jointly to Contractor and such unpaid persons under this provision, or directly to Subcontractors and suppliers ; (d) reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price; (e) damage to the City or another contractor; (f) reasonable evidence that the Work will not be completed within the time required by the Contract, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; (g) failure to carry out the Work in accordance with the Contract Documents; or (h) assessment of liquidated damages, when withholding is made for offset purposes. Subject to the provisions of the Contract Documents, the amount of each progress payment can be adjusted by the City to reflect any amounts for which the Engineer has withheld or nullified payment as provided in the Contract Documents. Contractor’s applications for payment may not include requests for payment for portions of the work for which the Contractor does not intend to pay to a Subcontractor or material supplier. The Contractor warrants to City that title to all Work covered by an application for payment will pass to the City no later than the time of payment. The Contractor further warrants that upon submittal of an application for payment all Work for which payments are received from the City shall be free and clear of liens, claims, security interests or encumbrances in favor of the Contractor, Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the Work. If Contractor disputes any determination by the Engineer with regard to any application for payment, Contractor nevertheless shall continue to prosecute expeditiously the Work. No payment made hereunder shall be or be construed to be final acceptance or approval of that portion of the Work to which such partial payment relates or shall relieve Contractor of any of its obligations hereunder.

Page 84: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 77 of 102

00195.90 Final Payment: Add: Upon completion of all the Work under this Contract, the Contractor shall notify the Engineer, in writing, that Contractor has completed Contractor's part of the Contract and shall request final payment. Upon receipt of such notice the City will inspect the Work, and if acceptable, prepare the final estimate of the amount due the Contractor. If the Work is not acceptable, City will notify Contractor within fifteen (15) Days of Contractor's request for final payment. Upon approval of this final estimate the City shall pay to the Contractor all monies due under the provisions of these Contract Documents.

SECTION 00199 – DISAGREEMENTS, PROTESTS, AND CLAIMS

00199.40(b) Step 1: Region Level Review – Delete entirety. 00199.40(c) Step 2: Agency Level Review – Change the first sentence to read:

The Contractor shall request a meeting with the Director of Engineering or designee to present the claim for final Agency review.

SECTION 00220 – ACCOMMODATIONS FOR PUBLIC TRAFFIC

Comply with Section 00220 of the Standard Specifications supplemented and/or modified as follows:

00220.02 Public Safety and Mobility: Replace the last bulleted item with the following bullet:

Allow emergency vehicles and incident response units immediate passage at all times. Add the following bullets:

Allow access to driveways at all times except when work occurs in front of the driveway. If access to a driveway is not possible because of construction, then provide notice and instruction to the user of the driveway where to park on the adjacent street or a neighboring street.

It is the City’s intent that residents will be able to use their driveways during non-working hours. If trenching is required in front of a driveway, then complete work in front of the driveway as quickly as possible. Backfill the trench with Class B backfill and temporarily surface the trench with 2 inches of hot mix or cold mix asphalt until final paving.

If a sidewalk needs to be closed then install “Sidewalk Closed” signs and instructions/signage indicating where pedestrians can traffic the work zone.

If trenching is required in a sidewalk, then complete work in the sidewalk as quickly as possible. Backfill the trench with Class B backfill and temporarily surface the trench with 2 inches of hot mix or cold mix asphalt until final paving. The temporary sidewalk must be installed the same day the sidewalk is removed.

Trenching in Denney Rd shall be backfilled with Class B backfill and temporarily surfaced with 2 inches of hot mix or cold mix asphalt until final paving. The temporary trench patch must be installed the same day the existing pavement is removed. Only the last 10 feet of trench excavation at the end of each day and items that need to be immediately available such as chlorination taps and blowoffs can be covered with anchored, steel plates.

All work associated with public safety and convenience is incidental to other bid items.

Page 85: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 78 of 102

00220.40(a) Traffic Nuisance Abatement: Replace the first and third bulleted items with the following bullets:

On paved areas, sweeping will be performed with a vacuum truck, not a backhoe mounted broom. When in the opinion of the Engineer, dust can be controlled by sweeping (vacuuming), such sweeping will occur at least twice daily. If dust control by watering is deemed appropriate by the Engineer, watering will occur at least twice daily. Refer to Section 00280.

00220.40(c) Driveways: Add the following bullet at the end of the list:

Refer to Section 00180.40. 00220. 40(e) Lane Restrictions: Supplement this section with the following:

Local streets may be closed daily (local access only) under an approved detour plan. The detour plan shall include proposed detour routes, signing, traffic control devices, and flagging as required. Local streets must be re-opened to two-way traffic following the end of construction activities each day. Access must be maintained for emergency vehicles at all times.

Denney Road west of Highway 217 shall maintain one lane of traffic in each direction between the hours of 9:00 am and 3:30 pm.

Denney Rd east of Highway 217 shall maintain one lane of traffic with flaggers between the hours of 7:00 am to 6:00 pm.

00220.60(a-1) Contractor Responsibility: Add the following bulleted item to the end of this subsection:

Keep the surface being used by bicycles free of all dirt, mud, gravel and other harmful materials. The surface includes bike paths, bike lanes, roadway shoulders or the outside 6 feet of the roadway. 00225.05 Contractor Traffic Control Plan: Revise the first sentence to read:

Submit for approval, the Contractor TCP in writing at the Preconstruction Conference; no work shall begin until the traffic control plan is approved by the City. 00225.13(f-1) Reflective Pavement Markers: Replace this subsection with the following:

(1) Reflective Pavement Markers - Use new Type 1 reflective pavement markers from the QPL. 00225.32 Traffic Control Supervisor: Add the following:

The contractor shall assign responsibility for implementing and maintaining the approved TCP to a Traffic Control Supervisor as specified in Section 00225.32 of the standard specifications.

In addition to other specified duties, the Traffic Control Supervisor shall:

Review and inspect the TCP during nighttime hours after the plan is implemented, and after any change in the plan, to ensure there is adequate lighting for safe motor vehicle and pedestrian circulation.

Inspect all temporary surfaces on sidewalks on a daily basis and take corrective action as necessary to ensure that they are safe and accessible to the public.

00225.41(b-2) Portable Sign Supports: Replace the last bulleted item with the following:

Use only with roll-up signs or light-weight sign substrates as applicable.

Page 86: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 79 of 102

0225.43(d) Delineators: Revise the first bullet to read: Space on 45 foot centers. Closer spacing may be required as directed. 00225.43(e) Pavement Markers: Replace the three bulleted items with the following:

Where lane markings are removed, install temporary pavement markers as follows:

White temporary markers every 40 feet on lane line skips.

White temporary markers every 15 feet on turn lane lines

Double yellow temporary markers every 40 feet on two-way left turn lines.

SECTION 00280 – EROSION AND SEDIMENT CONTROL

Comply with Section 00280 of the Standard Specification supplemented and/or modified as follows.

00280.00 Scope: Replace with the following:

It is the Contractor’s responsibility to be familiar with the most recent Clean Water Services erosion prevention and sediment control requirements and/or regulations, as published in the Clean Water Services Design and Construction Standards, latest update of July 28, 2009, to plan for and implement them on this project. 00280.60 General: Add the following paragraph:

It is the Contractor’s responsibility to regularly inspect erosion prevention and sediment control facilities and repair, clean, and otherwise renovate such facilities as needed to insure their proper function. Any necessary repair or cleaning identified by the City’s inspector will be accomplished during the work shift in which the problem was identified. The Contractor will repair any damage to public or private property resulting from failure to properly maintain erosion prevention and sediment control facilities, at no expense to the City. 00280.70 Removal: Replace the first sentence of this paragraph with the following:

Before final project acceptance and payment of retainage by the City, Contractor shall remove temporary erosion prevention and sediment control devices, materials, and erosion control signing from the area.

SECTION 00290 – ENVIRONMENTAL PROTECTION

Comply with Part 00290 of the applicable Oregon Standard Specifications for Construction (latest edition), as further supplemented and/or modified as follows: 00290. 20 Hazardous Waste and Hazardous Substances: Add:

Contractors or subcontractors that do asbestos abatement projects shall comply will the applicable state and federal rules and regulations and must be licensed under ORS 468A.720. 00290.20(i) Spills and Releases: Add the following bulleted item at the end of the subsection:

If any toxic or otherwise deleterious materials are spilled on the street or other paved areas, all other work shall stop and cleanup shall occur immediately. Cleanup of spillage will be accomplished with shovels, brooms, or mechanized equipment. Under no circumstances will spillage be hosed, washed or otherwise allowed into the drainage system.

Page 87: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 80 of 102

00290.30(d) Noise Control: Add the following paragraph:

Comply with Ordinances of the City of Beaverton limiting the hours of construction activity for noise control. See Subsection 00170.65(a).

Add the following to the end of the subsection:

Noise levels in excess of 90dbA measured 50 feet from the source (i.e. noise from pumps, generators, and equipment) are allowed only during the period beginning two hours after sunrise and ending two hours before sunset.

Bypass pumps, generators, boiler equipment and other related items running continuously or between the two hours before sunset and two hours after sunrise shall not exceed noise levels in excess of 69dbA measured 30 feet from the source.

SECTION 00295 – TREE PRESERVATION

Section 00295, which is not a Standard Specification, is included in this Project by Special Provision. 00295.00 Scope - This work consists of protecting existing trees, shrubs and ground covers from damage during construction. 00295.40 General - Where excavation under this contract is required within drip lines, the Contractor shall protect roots and shall tunnel under and around roots by hand digging. Do not cut main lateral roots and tap roots. Contractor shall cut smaller roots 1” or less that interfere with installation of new work; use sharp pruning tools. If large main lateral roots are encountered, expose beyond excavation limits as required to bend and relocate without breaking. If main lateral roots are encountered immediately adjacent to location of new construction and relocation is not practical, cut roots approximately 6 inches back from new construction.

Do not allow exposed roots to dry out before permanent backfill is placed. Provide temporary earth cover, pack with wet peat moss or a layer of wet untreated burlap and temporarily support and protect from damage until permanently relocated and covered with backfill. Water puddle backfill to eliminate voids and air pockets.

Protect root systems from flooding, erosion, excessive wetting and drying resulting from de-watering and other operations. Protect all existing plant material to remain against unnecessary cutting, breaking and skinning of roots and branches, skinning and bruising of bark.

Do not allow fires under and adjacent to trees or other plants which are to remain. 00295.60 General - Cut branches and roots with sharp pruning instruments. Do not break, chop, or mutilate. Irrigate trees and other vegetation as necessary to maintain their health during the course of the work. Maintain an irrigation schedule and document its use. Fertilize as directed by Engineer to mitigate the adverse effects of construction, both before and after construction activities.

Repair trees damaged by construction operations as directed by the Engineer.

Engage a qualified Arborist, acceptable to the City or Consulting Arborist, to perform tree repair work. Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees. 00295.70 General - Remove dead and damaged trees that are determined by the City or Consulting Arborist to be hazardous or incapable of restoration to typical growth pattern. 00295.80 Tree Preservation – There will be no separate measurement of work performed under this Section.

Page 88: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 81 of 102

00295.90 Payment - No separate or additional payment will be made for preservation of trees and vegetation not designated on the plans to be removed. 00295.91 Contractor Responsible for Compensation To City For Trees – Contractor shall pay the City the value of existing trees scheduled to remain that die or are damaged and require removal because of the Contractor’s failure to provide adequate protection and maintenance.

Value of existing trees will be determined by the City or Consulting Arborist in accordance with the evaluation formula set forth in The Council of Tree and Landscape Appraiser’s “Guide for Plant Appraisal”, Eighth Edition, published by the International Society of Arboriculture, or at a minimum $200 per caliper inch.

SECTION 00310 – REMOVAL OF STRUCTURES AND OBSTRUCTIONS

Comply with Section 00310 of the Standard Specifications supplemented and/or modified as follows: 00310.00 Scope: Add the following:

It is the intent of the City that impacts to property, particularly private property, be minimized to the extent possible.

Removal of fences, wood decks, block walls, patio blocks, concrete landscape edgers and all other structures and obstructions that are within the limits of construction shall be removed and replaced by the Contractor to their pre-construction condition and to the satisfaction of the property owner. 00310.80 Measurement: Replace as follows: There shall be no separate measurement for Removal of Structures and Obstructions unless otherwise determined by the Engineer. 00310.90 Payment: Replace as follows: – Unless otherwise determined by the Engineer, Removal of Structures and Obstructions is incidental to other bid items and no separate or additional payment will be made. If the Engineer determines that either the removal or replacement of structures or obstructions requires exceptional effort, then the Engineer and Contractor shall negotiate a change order.

SECTION 00320 - CLEARING AND GRUBBING

Comply with Section 00320 of the Standard Specifications supplemented and/or modified as follows: 00320.00 Scope: Add the following:

It is the intent of the City that impacts to landscaping on private property be minimized to the extent possible.

Removal of shrubs and other landscaping that are within the limits of construction shall be removed and replaced by the Contractor. The repair and replacement of damaged irrigation systems shall be the responsibility of the Contractor. 00320.40(b) Preserving and Trimming Vegetation: Add the following sentence:

Refer to Section 00295. 00320.42 Ownership and Disposal of Matter: Burning shall not be allowed on this Project. 00320.80 Measurement: Replace as follows: There shall be no separate measurement for Clearing & Grubbing unless otherwise determined by the Engineer.

Page 89: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 82 of 102

00320.90 Payment: Replace as follows: – Unless otherwise determined by the Engineer, Clearing & Grubbing is incidental to other bid items and no separate or additional payment will be made.

SECTION 00330 – Earthwork

Comply with Section 00405 of the Standard Specifications supplemented and/or modified as follows: 00330.81 Excavation Basis Measurement: Add the following bullet to the 3rd paragraph:

Exploratory Excavation

00330.93 Excavation Basis Payment: Add the following paragraph: (g) Exploratory Excavation ………………………………………………….CY

Item (g) shall not be paid if the exploratory excavation is in a trench line covered by bid items and not backfilled prior to placement of the bid item.

SECTION 00405 – TRENCH EXCAVATION, BEDDING, AND BACKFILL

Comply with Section 00405 of the Standard Specifications supplemented and/or modified as follows:

00405.11 Trench Foundation: Replace the subsection with the following:

Use 4”-0 pitrun rock for trench foundation when approved by the Engineer. Prior to placing the 4”-0” rock, Contractor shall place a high strength woven filter fabric (Mirafi 600x or equal) across the entire length, plus 10 feet at each end of the trench requiring foundation augmentation. The geotextile fabric shall extend up the wall of the trench to at least the spring line of the pipe. 00405.12 Bedding: Replace the material list with:

¾”-0” or 1”-0” crushed rock (Class B backfill) 00405.13 Pipe Zone Material: Replace the material list with:

¾”-0” or 1”-0” crushed rock (Class B backfill) 00405.14 Trench Backfill: Replace the material list with:

¾”-0” or 1”-0” crushed rock (Class B backfill) except Controlled Low-Strength Material (CLSM) where specified

In landscaped areas, the top 12 inches of backfill shall be imported top soil

00405.15 Quality Control: Supplement this section with the following: Contractor shall insure that backfill is placed around pipes to insure adequate pipe support. Contractor shall follow manufacturer’s recommendations for pipe installation including but not limited to: storage, handling, placement, backfilling, and minimum construction cover. The Contractor shall perform compaction testing of trench backfill every 100 feet at a depth of 3 feet, 6 feet and 10 feet (or as directed by the Project Inspector or Engineer) above the pipe. The Contractor shall retain an independent testing firm to perform compaction testing.

Page 90: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 83 of 102

00405.41(c) Trench Width: Add the following: Pipe Diameter (in) Trench (Pay Width in inches)

12 36 10 36 8 36 6 24 4 24

Bore Pit for 4” or 6” pipe in Street 36” x 36”

SECTION 00406 – TUNNELING, BORING AND JACKING

Comply with Section 00406 of the Standard Specifications supplemented and/or modified as follows:

00406.15 Trace Wire: Add: All trace wire and trace wire products shall be domestically manufactured in the U.S.A. All trace wire shall have HDPE insulation intended for direct bury, color coated per APWA standard for the specific utility being marked.

00406.43 Boring and Jacking: Add: Directional Drilling/Boring - Trace wire shall be #12 AWG Copper Clad Steel, Extra High Strength with minimum 1,150 lb. break load, with minimum 30 mil HDPE insulation thickness such as Copperhead Extra High Strength part # 1245*EHS (Extra High Strength) or equal. Termination Points - All trace wire termination points must utilize an approved in-ground trace wire access box specifically manufactured for this purpose and appropriately identified with “WATER” cast into the cap such as Copperhead Part # CD14*TP 14” or equal. A minimum of 2 feet of excess/slack wire is required in all trace wire access boxes after meeting final elevation.

Grounding - Trace wire must be properly grounded at all dead ends/stubs inside the trace wire access box with a 24-inch long by 5/8-inch diameter ground road and ground clamp. Installation - Trace wire installation shall be performed in such a manner that allows proper access for connection of line tracing equipment. Trace wire must be installed as a single continuous wire, except where using approved connectors. No looping or coiling of wire is allowed. Any damage occurring during installation of the trace wire must be immediately repaired by removing the damaged wire, and installing a new section of wire with approved connectors. Taping and/or spray coating shall not be allowed.

Page 91: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 84 of 102

Testing - All new trace wire installations shall be located using typical low frequency (512Hz) line tracing equipment, witnessed by the project inspector. Continuity testing in lieu of actual line tracing shall not be accepted. 00406.80 Measurement: Replace as follows: The quantities of pipe installed by directional drilling will be measured on the length basis between the connection points of the HDPE pipe and ductile iron pipe.

00406.90 Payment: Replace the first paragraph as follows: The quantities of pipe installed by directional drilling will be paid for at the Contract unit price, per unit of measurement as described below:

(a) ___ Inch HDPE, SDR 11 Potable Water Pipe, Fittings and Couplings…………………….LF Payment for item (a) includes transitions, HDPE welds, tracer wire, trenching, bedding, backfill and all other incidentals, labor, and materials necessary to complete the work as shown.

SECTION 00440 - COMMERCIAL GRADE CONCRETE

Comply with Section 00440 of the Standard Specifications supplemented and/or modified as follows: 00440.12 Tolerance and Limits of CGC Mixtures - In the Compressive Strength bulleted item, change the English value from "(3,300 psi)" to "(4,000 psi)".

SECTION 00495 – TRENCH RESURFACING

Comply with Section 00495 of the Standard Specifications supplemented and/or modified as follows: 00495.00 Scope: Add the following:

Sawcuts and trenches shall only be as approved by the Engineer.

It is the City’s intent that trench restoration occur so that no street section has unpaved permanent trenches for more than 30 days. 00495.40 General: Supplement this section with the following:

Except as specified in Section 00220.02 or if authorized by the Engineer, anchored steel plates may not be installed in lieu of temporary asphalt paving at the end of each day. If used, steel plates must be maintained by the Contractor. 00495.40(a) Hot Mixed Asphalt Concrete (HMAC) Paving: Change to read:

Place HMAC paving according to Section 00744.

SECTION 00744 – MINOR HOT MIXED ASPHALT CONCRETE (MHMAC) PAVEMENT

Comply with Section 00744 of the Standard Specifications supplemented and/or modified as follows: 00744.00 Scope: Add the following

All trench patches 4 feet and wider shall utilize paving machines during paving operations.

Page 92: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 85 of 102

00744.13 Job Mix Formula (JMF) Requirements: Change the first paragraph to read:

Provide a JMF for the project that has been approved by ODOT within 2 years of the date the contract was advertised. Submit the proposed JMF and supporting data to the Engineer for review at least 10 calendar days prior to anticipated use. If acceptable, the Engineer will provide written approval. 00744.24 Compactors: Replace this subsection with the following:

The Contractor shall use a self-propelled vibratory compactor to compact asphalt concrete in trench patch areas. Plate compactors shall only be used if approved by the Engineer. For the compaction of the final lift, the contractor shall use rollers with a minimum gross static mass (weight) of 8 tons.

00744.40 Season and Temperature Limitations - In the table, for Surface Temperature of Dense Graded Mixes 2" to 2 1/2", replace 50° F with 40° F. 00744.43 MHMAC Mixing Temperatures: Add the following:

The temperature of the mixture at the time of placing shall be within 10 degrees of 280 degrees F. In no case shall the lay-down temperature be less than 240 degrees F. 00744.47 Maximum/Minimum lift thickness: Add:

The maximum thickness of each lift is three (3) inches. The minimum thickness of each lift is two (2) inches. 00744.49 Compaction: Replace this subsection with the following:

The Contractor shall retain an independent testing firm to perform compaction testing every 100 feet on each lift of MHMAC and provide a copy of the test results to the Engineer within one (1) week of the date of testing. 00744.50 Temporary Surfacing Course: Add

At driveways and at intersections the Contractor shall temporarily place and maintain 2-inches of “Hot Mix” asphalt over trenches to maintain drivability until permanent restoration is placed unless otherwise directed by the Engineer. On all other public streets or private paved surfaces, the Contractor shall place the temporary asphalt surface at the end of each work day unless the trench is covered or prepared to the satisfaction of the Engineer. Steel plates are only acceptable if authorized by the Engineer. If steel plates are used, then hot mix or cold asphalt shall be used to transition the lip of the plate to the pavement. Temporary restoration shall be checked daily by the contractor and maintained as necessary. Steel plates and hot mix or cold mix asphalt used with steel plates are incidental to the project. 00744.60 Correction of Defects: Add:

Correct any defects in materials and work, as directed, at the Contractor’s expense as follows:

(a) Fouled Surfaces - Immediately repair, clean and retack fouled surfaces that would prevent full bond between successive lifts of mixture.

(b) Boils, Slicks, and Oversized Material - Immediately replace boils, slicks, and oversized materials with fresh mixture.

(c) Segregation - Take immediate 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 by the Engineer.

(d) Roller Damage to the Surface - Immediately correct surface damage from rollers with additional fresh mixture or by other means approved by the Engineer.

Page 93: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 86 of 102

(e) Longitudinal Joints - Take immediate 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 by the Engineer.

(f) Nonspecification Compaction - Take immediate corrective measures when the specified compaction density is not being achieved.

Finished MHMAC that does not conform to the compaction requirements of section 00744.49 and is accepted by the City will require the following maintenance action at the Contractor's expense:

% of MAMD Remedial Action

90 % 2-Year Maintenance Warranty. Contractor is responsible for 100% of the cost of repairs including materials.

89 % to 90 % 3-Year Maintenance Warranty Contractor is responsible for

100% of the cost of repairs including materials.

Any pavement with a density less than 89 percent shall be deemed unsuitable, and will be rejected. Any rejected material shall be removed and replaced at the expense of the Contractor.

(g) Other Defects - Remove and replace any MHMAC that:

Is loose, broken, or mixed with dirt

Shows visually too much or too little asphalt

Is defective in any way

(h) Ponding - The completed pavement shall be free of depressions and ponding that do not drain properly (“bird baths”). The Contractor shall correct ponding at no expense to the City. A pond occurs if the edge of the ponded storm water is 12 inches or more from the curb.

(i) Settlement - Any trench paving that settles more than 1/4th of an inch during the warranty period shall be replaced by the Contractor at no expense to the City. 00744.61 Longitudinal Joints: Add:

Joint Sealing

All joints and overcuts between new AC pavement, existing AC pavement or Portland cement concrete or metal structures such as curbs, gutters, inlets, manholes, etc., shall be sealed by an application of emulsified asphalt (CRS-1 or CRS-2) followed immediately by a cover coat of clean sand. The liquid asphalt shall be carefully applied so that the width of coverage beyond the joint is kept to a practical minimum. Joint sealing shall be incidental to other bid items. The joint seal shall be applied the same day as paving.

00744.70 Pavement Smoothness: Add:

Contractor shall inspect all vehicle travelway pavements in accordance with 00744.70 of the Standard Specifications. Any vehicle travelway pavement found not meeting the requirements of 00744.70 shall have the wearing lift removed and replaced at no cost to the City.

Page 94: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 87 of 102

SECTION 00759 – MISCELLANEOUS PORTLAND CEMENT CONCRETE STRUCTURES

Comply with Section 00759 of the Standard Specifications supplemented and/or modified as follows:

00759.90 Payment: Change the 5th paragraph to read: Items (e) and (f) include sidewalk ramps and truncated domes.

SECTION 00990 – TRAFFIC SIGNALS

Comply with Section 00990 of the Standard Specifications supplemented and/or modified as follows:

990.90 (c): Change the line to read:

(c) Loop Detector Installation ………………………………………………………………………..Each

SECTION 01140 - POTABLE WATER PIPE AND FITTINGS

Comply with Section 01140 of the Standard Specifications supplemented and/or modified as follows:

01140.00 Scope: Add the following:

The Contractor shall furnish and install ductile iron pipe, fittings, valves, vaults, special items and all appurtenant work, complete in place, all in accordance with the requirements of the City of Beaverton’s Engineering Design Manual and the appropriate American Water Works Association (AWWA) Standard Specifications unless modified by these Special Provisions.

All water line material shall be made in the USA regardless of kind and all material of a like kind shall be provided from a single manufacturer unless otherwise approved by the Engineer. Operation and/or shutdown of the existing water system will be done solely by the City of Beaverton Water Division staff. Contact City of Beaverton Water Division Supervisor, Brian Rigwood at 503-526-2646 or 503-213-0745 (cell) a minimum of 96 hours prior to the necessary shut down of any part of the City’s water system. City Water Crew will notify all affected customers 72 hours prior to shutdown and will shutdown all valves.

No material may be stockpiled within the public right of way during working hours except that which will be used during the current day. No material may be stockpiled within the public right of way during non-working hours. No material may be stockpiled on a public sidewalk at any time. All material stockpiled within the public right of way shall be properly signed and illuminated.

01140.10 General: Add the following: Ductile Iron Pipe: Ductile iron pipe shall conform to AWWA Standard C151 and shall be the standard push-on joint type or restrained joint type as identified on the drawings. Push-on joints shall be “TYTON” type without exception. Unless otherwise specified herein or shown on the plans, ductile iron pipe shall be thickness Class 52. Ductile iron pipe shall be cement mortar lined and conform to ANSI/AWWA C151/A21.51 and ANSI21.11. The rubber ring gaskets shall conform to ANSI A21.11, be suitable for the specified pipe sizes and pressures, and shall be furnished with the pipe.

Restrained Joint Ductile Iron Pipe/Fittings:

(1) Restrained joint ductile iron pipe and fittings shall be provided as shown on the plans. Joint restraint for pipe shall be accomplished with an integral lock mechanism except as may be

Page 95: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 88 of 102

otherwise specified. Any such system shall be a performance proven manufacturer's standard proprietary design.

(2) Restraining components for pipe shall be ductile iron in accordance with applicable requirements of ANSI/AWWA C110/A21.10 and/or C153/A21.53 with the exception of the manufacturer's proprietary design dimensions. Push-on joints for such fittings shall be in accordance with ANSI/AWWA C111/A21.11.

(3) The following is the approved list of restrained joint systems:

a. “Fast Grip”, American Cast Iron Pipe Company. b. “Megalug”, EBAA Iron, Inc. c. “Field-Lok”, United States Pipe and Foundry Company. d. “MJ-TJ” pipe with “Megalugs”, Pacific States Cast Iron Pipe Company.

(4) Where plans require restrained joint ductile iron pipe and fittings, "Mega-Lugs" or equal shall be provided in quantities as may be required and shall be considered incidental to other bid items.

Pipe Fittings: (1) Fittings shall be mechanical joint, push-on type, flanged, or plain end, and of the type, size and

strength as required or as shown on the plans. Threaded flanges shall meet the requirements of AWWA Standard C115 and shall be installed only on pipe with a minimum Class 53 wall thickness.

(2) Pipe fittings shall be gray-iron or ductile iron and shall conform to AWWA Standard C110. Ductile iron (compact) fittings conforming to AWWA Standard C153 may be substituted in lieu of AWWA C110 fittings for fitting sizes 3 inches through 24 inches in diameter.

(3) The interior of all fittings shall be cement mortar lined and seal coated in accordance with AWWA Standard C104. Mortar lining of fittings shall be factory installed only, unless otherwise directed by the Engineer. All fitting lining interior surfaces shall be smooth finished. Mortar lining for fittings shall be the same thickness specified for pipe.

(4) Fittings shall have a minimum pressure rating of 150 psi unless specified elsewhere in the specifications.

(5) Flanges shall conform to either ANSI/AWWA C207 Class D or ANSI B 16.5 150-lb class for 150 psi pressure rating and either ANSI/AWWA C207 Class E or ANSI B 16.5 150-lb class for pressure ratings between 150 and 275 psi. Flanges shall have flat faces and shall be attached with bolt holes straddling the vertical axis of the pipe unless otherwise shown. Contractor shall coordinate with pipe, valve and fitting suppliers to make certain that pipe, valve and fitting flanges match in bolt pattern.

Service Line Pipe and Fittings: All water service line shall be copper, Type K, conforming in all respects to AWWA C-800. All copper piping splices and elbows shall be sweat joints with silver solder. Fittings used for service connections including, but not limited to, corp and curb stops, shall be made of brass alloy and shall be the type as shown on the City standard details Thrust Blocks: Restrained joint systems shall be used to the maximum extent possible. Thrust blocks shall only be used when a restrained joint system is not possible. When thrust blocks are used, the concrete blocking shall bear against solid undisturbed earth at the side and bottom of the trench excavation and shall be shaped so as not to obstruct access to the joints of the pipe or fittings. Contractor shall also place 5-mil plastic sheeting between thrust blocks and pipe fittings. Concrete thrust blocks shall be installed per City of Beaverton Standard Drawing No. 610 and straddle thrust blocks shall be installed per City of Beaverton Standard Drawing No. 605 or 606. Concrete shall attain 90% of its design strength (assumed to be 7 days cure time) before waterlines are pressurized. If service pressure needs to be applied before concrete thrust blocks have seven days cure time, then Contractor shall provide temporary thrust restraint on the applicable fittings.

Page 96: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 89 of 102

Valve Boxes: Contractor shall furnish and install cast iron valve boxes as specified or shown on the plans. Valve box covers shall be of design and construction which prevents dislodging and/or rotation from traffic and shall be of the type which allows a hand held pry bar to be applied for easy removal. Valve boxes shall be constructed of high quality castings and shall be the product of a manufacturer approved by the Engineer. All material shall be of new manufacture. No rebuilt or reconditioned material will be allowed. 01140.12 Cutting Pipe: Add the following:

Cut pipe for inserting valves, fittings, or closure pieces in a neat and clean manner without damaging the pipe or lining and so as to leave a smooth end at right angles to the axis of the pipe. Dress cut ends of push-on joint pipe by beveling, as recommended by the manufacturer. 01140.41(a) General: Add the following:

Pipelines intended to be straight shall not deviate from the straight line at any joint in excess of 1 inch horizontally or 1/4 inch vertically. Contractor shall locate existing utilities far enough in advance of pipe laying operations such that horizontal and vertical changes in pipeline line and grade can be achieved with joint deflections. Deflections of pipe shall be within the pipe manufacturer’s recommended allowance. 01140.41(b) Ductile Iron Pipe: Add the following:

Ductile iron pipe shall be installed in accordance with AWWA C600, except as modified elsewhere in these specifications. Trench excavation and backfill of waterline work shall conform to Section 00405. During pipe installation, Contractor shall protect the pipe interior from contaminated water and debris. At the end of each work day, Contractor shall cap pipe ends.

01140.42(a) General: Add the following:

After the first length of push-on joint pipe is installed in the trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Installation of mechanical joint pipe shall be as specified in AWWA C111 Appendix A, including bolt torque ranges.

Lay and join pipe with push-on type joints in strict accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for the installation.

Mechanical joint fittings vary slightly with different manufacturers. Install the particular fittings furnished in accordance with the manufacturer's recommendations. 01140.42(c) Valves, Fittings, Plugs, and Caps: Add the following:

All fittings shall be restrained. Joint restraint for mechanical joints shall be accomplished with “Mega-Lug” or equal retainer glands as manufactured by EBBA Iron, Inc. Each “Mega-Lug” retainer gland shall be provided with an installation kit including gaskets, bolts and other hardware required for complete installation. All dead ends including pipes, tees, valves or crosses shall be properly plugged or capped by use of blind flanges, plugs or caps as appropriate or as required or shown on the plans. Dead end fittings shall be suitably restrained for thrust.

Page 97: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 90 of 102

01140.44 Concrete Thrust Blocks: Add the following:

Provide reaction or thrust blocking as shown on the plans. The concrete mix shall have a compressive strength of not less than 3,000 pounds per square inch. Place blocking between the undisturbed ground and the fitting to be anchored. The bearing surface shall be as shown on City of Beaverton Standard Drawing Nos. 605, 606 and 610. Place the blocking so that the pipe and fitting joints will be accessible to repairs. 01140.47 Connections To Existing Mains: Replace with the following:

Connections to existing water lines and structures shall be made in a manner to avoid contamination of water in lines that are in use and to protect existing waterlines. The Contractor is responsible for ensuring that no contaminated water enters the public system. This will require the excavations to be large enough for a sump and appropriately sized pumps. The Contractor shall have the appropriately sized pump (and back-up pump) and an appropriately sized generator and back-up generator on site prior to the shutdown.

In the event contamination does occur, the Contractor shall, at his own expense, perform such work as may be necessary to repair any damage or to clean the affected areas of the potable water system to a condition satisfactory to the City of Beaverton. Connecting piping used shall be disinfected using methods as specified below in section 01140.52.

If a shutdown of an existing main is required, Contractor shall notify the City in accordance with section 01140.00.

All connection work shall be witnessed by the project inspector. 01140.47(f) Abandon Existing Water System: Add the following:

All pipes in an abandoned water line shall be plugged with grout for at least one foot length in to the abandoned pipe. No pipe shall be left unplugged. All valve boxes shall be removed to 12” below grade minimum and backfilled with pea gravel. Surface shall be restored to match surrounding surface. 01140.48 Maintaining Service: Add the following:

Construction of new pipe shall be performed in a manner that will not disrupt water service to the City’s customers.

Existing water mains and services shall be kept in operation until new mains are connected and in service. Water services shall be installed as detailed on City Standard Drawings. The contractor shall furnish and install the new water service pipe to a point inside the existing meter box or to the point of the proposed meter box as shown on the plans. After testing and disinfection of the system, the City forces will connect the new service line to the new City provided water meter and the existing house side plumbing.

01140.51 Hydrostatic Testing: Replace with the following:

Prior to tie-in, the Contractor shall install temporary blow-off assemblies for pressure testing and chlorination. All new water mains shall be pressure tested and disinfected before connection to the existing system and before any service connections are made. The Contractor shall provide 1" temporary taps for chlorine injection as required. Plug temporary taps with a brass plug upon acceptance of new waterline. The project inspector shall witness the plugging of the temporary tap.

The contractor shall make pressure and leakage tests on all newly laid pipe, including water services to curb stops, furnish all necessary equipment and material, make all taps in the pipe as required and conduct tests. The project inspector will monitor the tests. PRESSURE TESTING FOR THIS PROJECT SHALL OCCUR IN NO LESS THAN TWO PHASES, one for each end of Denney Rd.

The contractor shall furnish the following equipment and materials for the tests:

Page 98: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 91 of 102

DESCRIPTION REQUIRED No. Approved graduated container 2 Pressure gauges(max. 2 psi increments) 2 Suitable hose and additional equipment, as required 1

Conduct the tests after the trench has been backfilled. Where any section of the pipe is provided with concrete thrust blocks, do not make the pressure tests until at least five days have elapsed after the concrete thrust blocks have been installed. If high-early concrete is used for the concrete thrust blocks, the time may be reduced by two days, or as permitted by the Engineer. Prior to pressure testing, the pipeline shall be flushed thoroughly to remove all foreign matter. Provide hoses, temporary pipes, ditches, etc. as required to dispose of flushing water without damage to adjacent properties. Disposal site and method shall be approved by the project inspector prior to use. Flushing velocities shall be at least 2.5 feet per second (fps). For large diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps, clean the pipeline in place from the inside by brushing and sweeping, then flush the line at a lower velocity.

Conduct pressure tests in the following manner, unless otherwise approved by the Engineer. After the trench has been backfilled, fill the pipe with water, expelling all air during the filling. The minimum test pressure shall be 150 pounds per square inch (psi). For lines working with operating pressures in excess of 100 psi, the minimum test pressure shall be one and one-half times the operating pressure, with the same loss allowances. A. Duration

The duration of each pressure test shall be 60 minutes, unless otherwise directed by the Engineer. B. Procedure Fill the pipe with water and apply the specified test pressure by pumping, if necessary. Then valve off the pump and hold the pressure in the line for the test period. At the end of the test period, operate the pump until the test pressure is again attained. If the line pressure drops more than five (5) psi during the test, repeat the test (again for 60 minutes each time) until the drop in line pressure is five (5) psi or less, and then measure the leakage amount. The pump suction shall be in a clean barrel or similar device approved prior to filling with clean water, or metered so that the amount of water required to restore the test pressure may be measured accurately. C. Leakage Leakage: Leakage shall be defined as the quantity of water necessary to restore the specified test pressure at the end of the test period. No pipe installation will be accepted if the leakage corresponding to a pressure drop of 5 psi or less is greater than one-half the number of gallons per hour calculated by the following formula: L = SD(P)1/2 133,200

In the above formula: L = Allowable leakage, in gallons per hour. S = Length of pipe to be tested. D = Nominal diameter of pipe, in inches. P = Average test pressure during the leakage test, in pounds per square inch.

Page 99: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 92 of 102

D. Correction of Excessive Leakage Should any test of pipe laid exhibit leakage greater than that allowed or a loss in pressure greater that five (5) psi during the pressure test, locate and repair the defective joints, pipe or other leaking water system component(s) until the leakage and pressure loss of a subsequent test are within the specified allowance. E. Isolation of existing systems prior to testing.

Existing water pipelines shall be protected from contamination during the testing process for new construction. Use of special “blind flanges” will be necessary if the line being tested cannot be adequately separated from the existing system. The contractor shall submit shop drawings and proposed procedures to the City prior to installing any special testing device. 01140.52 Disinfecting: Replace with the following:

Pipeline intended to carry potable water shall be sterilized before being placed into service. Disinfection procedures shall conform to AWWA C-601, as hereinafter modified or expanded. A. Sterilization Mixture

Sterilizing mixture shall be chlorine-water solution having a free chlorine residual of 40-50 ppm. The sterilizing mixture shall be prepared by injecting (1) a liquid chlorine mixture, or (2) a calcium hypo chlorite or sodium hypo chlorite and water mixture into the pipeline at a measured rate while fresh water is allowed to flow through the pipeline at a measure rate so that the chlorine-water solution is of the specified strength. See the chart below for a guideline to mixing the chlorine-water solution. CHLORINE-WATER CONCENTRATION CHART (GUIDELINE ONLY) PIPE SIZE GALLONS PER AMOUNT REQUIRED TO GIVE 50 PPM Cl (INCHES) 100 FT. LENGTH PER 100 FEET OF PIPE LENGTH ________________________________________________________________________________ A B C D E ________________________________________________________________________________ 4 65.3 0.028 LB 0.04 LB 0.08 LB 0.06 GAL 0.02 GAL 6 146.5 0.062 LB 0.10 LB 0.18 LB 0.14 GAL 0.04 GAL 8 261.0 0.108 LB 0.16 LB 0.32 LB 0.24 GAL 0.08 GAL 10 408.0 0.170 LB 0.24 LB 0.48 LB 0.38 GAL 0.14 GAL 12 558.7 0.240 LB 0.36 LB 0.70 LB 0.56 GAL 0.20 GAL A - 100% Chlorine B - High Test Calcium/Sodium Hypo chlorite (65-70% Cl) C - Chlorinated Lime (32-35% Cl) D - Liquid Laundry Bleach (5.25% Cl) E. - Concentrated Liquid Bleach (15% Cl)

The liquid chlorine gas-water solution shall be applied by means of an approved solution feeding chlorination device. Dry chlorine gas shall be fed through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine or the gas itself must provide means for preventing the backflow of water into the chlorine cylinder.

Page 100: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 93 of 102

If the calcium hypo chlorite procedure is used, first mix the dry power with water to make a thick paste, then thin to approximately a one-percent solution (10,000 ppm chlorine). If the sodium hypo chlorite procedure is used, dilute the liquid with water to obtain a one-percent solution. The following proportions of hypo chlorite to water will be required.

PRODUCT QUANTITY WATER Calcium Hypo chlorite (1) 1 lb. 7.5 gal. (65-70 percent Cl) Sodium Hypo chlorite (2) 1 gal. 4.25 gal. (5.25 percent Cl) 1. Comparable to commercial products known as HTH, perchoron, and pittchlor. 2. Known as liquid laundry bleach, Clorox, Purex. C. Point of Application

Inject the chlorine solution into the pipeline to be treated at the beginning of the line through a corporation stop or suitable tap in the pipeline. Water from the existing system or other approved source shall be controlled so as to flow slowly into the newly laid pipeline during the application of chlorine. The rate of chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the combined mixture shall contain 40-50 ppm of free available chlorine. Valves shall be manipulated so that the strong chlorine solution in the line being treated will not flow back into the line supplying the water. Use check valves if necessary. At no time will dry chlorine be introduced into the pipeline. D. Retention Period

Treated water shall be retained in the pipeline long enough to destroy all nonspore-forming bacteria. With proper flushing and the specified solution strength, 24 hours is adequate. At the end of the 24 hour period, the chlorine solution shall have a strength of at least 10 ppm of chlorine.

Operate all valves, hydrants, and other appurtenances during disinfection to assure that the chlorine solution is dispersed into all parts of the line, including dead ends, new services, and similar areas that otherwise may not receive treated water.

Do not place the concentrated quantities of commercial disinfectant in the line before it is filled with water.

After chlorination, flush the water from the line until the water through the line is equal chemically and bacteriologically to the permanent source of supply. Under no circumstance shall pressure testing occur while chlorine solution is in the line. E. Disposal of Chlorinated Water

Dispose of chlorinated water to the sanitary sewer system or in a manner approved by the project inspector. Do not allow chlorinated water to flow into a waterway without adequate dilution or other satisfactory method of reducing chlorine to safe level. Dechlorinization procedures shall be approved by the Project Engineer prior to flushing the system.

F. Bacteriological Testing

City staff will take bacteriological samples and inform the Contractor of the results normally within 24 hours of taking the samples.

If all of the samples do not pass, then Contractor shall reflush, rechlorinate, and retest as described above.

Page 101: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 94 of 102

G. Disinfection of Connection Piping

Piping used to make final connections to existing mains shall be disinfected using the spraying method outlined below if the total length of the connection piping, including fittings and valves, is equal to or less than one pipe length, or a maximum of 20 feet. For connections greater than one pipe length, the connection piping must be set up aboveground, the ends sealed, and piping disinfected for two hours minimum.

The approved spraying method to be used for connecting piping lengths equal to or less than one pipe length shall be as follows:

1. Sterilizing mixture used for spraying shall be chlorine-water solution having a free chlorine residual of 300 ppm.

2. Interior of pipe and fittings shall be cleaned with no debris visible prior to disinfection. 3. All surfaces are continuously sprayed for two coats with sprayer dragged through piping from both ends

while piping is rotated. 4. Contact time for chlorine solution shall be 30 minutes.

Connecting piping disinfection work shall be witnessed by the Project Inspector, Project Engineer, and/or City Water forces representative. The Contractor is responsible for ensuring that no contaminated water enters the public system. This will require the excavation for the connection to existing mains be large enough for a sump and appropriately sized pumps. The Contractor shall have the appropriately sized pump (and back-up pump) and an appropriately sized generator and back-up generator on site prior to the shutdown. 01140.50 Utility Crossings: Add the following:

Vertical clearance between the new pipe and existing utilities shall be 12 inches minimum unless otherwise noted on the plans or specified. When existing utility lines are damaged or broken, the utility shall be repaired or replaced, care being taken to insure a smooth flow line and absolutely no leakage at the new joints. Unless otherwise specified herein, all expenses involved in the repair or replacement of utility lines shown on the plans or located in the field and damaged due to the Contractor’s operations shall be borne by the Contractor. Water Lines Crossing Sewer Lines - Whenever water lines cross sanitary sewer lines, Contractor shall comply with Health Department requirements. Wherever possible, the bottom of the water line shall be 1.5 feet or more above the top of sewer pipe and one full length of the water line pipe shall be centered at the crossing. For clearances less than 1.5 feet or when water line must cross under sanitary sewer piping, the Contractor shall replace the existing sewer pipe with HDPE SDR 17, Class 52 ductile iron, or C900 pressure pipe of equal size for a minimum of 9 feet on both sides of crossing. Concrete encasement of existing sewer pipe is not allowed. Water Lines Crossing Gas Lines - Whenever water lines cross gas lines within 12 inches, Contractor shall install a fiberglass sheathing material provided by NW Natural between the gas line and the waterline for a distance of 18 inches on each side of the gas line. In addition, the waterline shall be wrapped and tapped in an 8 mil polyethylene encasement for a distance of 20 feet each side of the gas line. 01140.80(a) Pipes, Fittings and Couplings – delete the second paragraph.

Page 102: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 95 of 102

01140.90 Payment – Add the following: Add to the last paragraph:

Mechanical joint restraint devices

Removal of existing pipe, hydrants, valves, and fittings

Abandonment of existing water lines by plugging pipe with grout or factory plug

Chlorination tap

INCIDENTAL TO PIPE PLACEMENT

Plan Sht 3

Plan Sht 4

Plan Sht 5

Plan Sht 6

Plan Sht 7

Plan Sht 8

Plan Sht 9

12-inch x 6-inch Tee EA 1 1

12-inch x 12-inch Tee EA

12-inch x 8-inch Tee EA 1 1

12-inch x 6-inch Tee EA 2 3

12-inch x 4-inch Tee EA 1

8-inch x 8-inch Tee EA 1

6-inch x 6-inch Tee EA 1

12-inch 45 Degree Bend EA 4 4

12-inch 11-1/4 Degree Bend EA 2 2

8-inch 45 Degree Bend EA 1 3

8-inch 22-1/2 Degree Bend EA 3

6-inch 45 Degree Bend EA 2 6 2

4-inch 45 Degree Bend EA 2

10-inch x 12-inch Reducer EA 1 1

8-inch x 6-inch Reducer EA 1

6-inch x 4-inch Reducer EA 1

6-inch Long Sleeve EA 1 3 1

8-inch Long Sleeve EA 1 1

10-inch Long Sleeve EA 1 1

12-inch Long Sleeve EA 1

Straddle Block With Tie Rods EA 1

Abandon Water Lines LS 1 1 1 1 1 1

Chlorination Tap EA 1 2 3 2

SECTION 01150 - POTABLE WATER VALVES

Comply with Section 01150 of the Standard Specifications supplemented and/or modified as follows: 01150.00 Scope: Add the following:

All material and construction shall conform to the current editions of the City of Beaverton’s Engineering Design Manual and the American Water Works Association (AWWA), unless modified by these specifications.

Page 103: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 96 of 102

All valves, gates, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer's written instructions and as shown and specified. All gates shall be adequately braced to prevent warping and bending under the intended use. Valves shall be firmly supported to avoid undue stresses on the pipe.

All coatings and materials specified herein that come in contact with potable water shall be National Sanitation Foundation (NSF) approved.

All valves shall be designed for direct bury water service and shall be of the size and type listed on the drawings or as specified and shall conform to the appropriate AWWA Standard Specification section as referenced herein.

Valve end connections shall be flanged, mechanical joint, or flanged mechanical joint as indicated on the materials list. Mechanical joint connections shall comply with AWWA C111 and ANSI A21.11. Flanged end connections shall comply with ANSI B16.1.

All valves shall have a standard 2-inch square operating nut unless otherwise specified. All valves shall be designed for 150 psi working pressure or as shown on the drawings and shall open counterclockwise. All flanged fittings shall be provided with bolts and gaskets as specified herein. Mechanical joint fittings shall be provided without standard follower glands and shall be restrained with pipe joint restraint system as specified herein. All valve operating nuts shall be within 54” of finished grade, otherwise valve operating nut extensions will be required. 01150.10 General: Add the following:

Gate valves: Unless otherwise directed by the Engineer, all valves for this project shall be the resilient-wedge type conforming to AWWA C509 Standard for Resilient Seated Gate Valves. Valve body and bonnet shall be epoxy coated inside and out with fusion bonded epoxy. Coatings and/or linings shall conform to AWWA Standard C550 and shall be suitable for potable water service.

Acceptable Gate Valve manufacturers are as follows: Clow, Kennedy, M&H, Mueller, or approved equal.

Valve boxes: Valve boxes shall be Fort Vancouver 910 style or approved equal. 01150.40 General: Add the following:

All valves shall be handled in a manner to prevent any injury or damage to any part of the valve. All joints shall be thoroughly cleaned and prepared prior to installation. The Contractor shall adjust all stem packing and operate each valve prior to installation to insure proper operation. All valves shall be installed so that the valve stems are plumb and in the location shown.

All valves, operating nuts, stem extensions, valve boxes and accessories shall be installed in accordance with the manufacturer’s written instructions and as shown and specified. All gates shall be adequately braced to prevent warpage and bending under the intended use. Valves shall be firmly supported to avoid undue stresses on the pipe. Stem extensions shall be braced at no greater than 10 feet intervals and be provided with double universal joints to allow for misalignment. Hot taps shall be installed by A&A Drilling Service (503-284-3701) or approved equal.

SECTION 01160 - HYDRANTS AND APPURTENANCES

Comply with Section 01160 of the Standard Specifications supplemented and/or modified as follows: 01160.00 Scope: Add the following:

All material and construction shall conform to the current editions of the City of Beaverton’s Engineering Design Manual and the American Water Works Association (AWWA), unless modified by these specifications.

Page 104: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 97 of 102

01160.10 General: Add the following:

Fire hydrants supplied to this project must be selected from the following list. No other fire hydrants are acceptable for installation on this project.

1. Mueller, 3-way, 5-1/4 inch Super Centurion 200 2. Clow Medallion F-2545 3. Kennedy Guardian K-81D 4. Waterous Pacer WB67-250 5. M&H Regent Style 129

Fire hydrants shall be equipped with two 2-1/2 inch hose outlet nozzles and one 4-1/2 inch pumper outlet nozzle with threads conforming to NFPA 194 for National Standard Fire Hose Coupling Screw Threads. Minimum hydrant valve opening shall be 5-1/4 inches. The minimum hydrant branch line shall be 6-inches. The inlet connection to the base of the hydrants shall be 6-inches with end type as shown on the drawings or specified elsewhere in the specifications. Hydrants shall open to the left or counterclockwise. Hydrants shall be of the “break away” type to minimize breakage of hydrant parts in case of damage. The 4-1/2 inch port shall have a Storz quick adaptor. 01160.40 Setting Hydrants: Add after second sentence: Contact Engineer immediately if the minimum 5-foot clearance cannot be met.

SECTION 01170 - POTABLE WATER SERVICE CONNECTIONS, 2 INCH AND SMALLER

Comply with Section 01170 of the Standard Specifications. 01170.00 Scope: Add the following:

All material and construction shall conform to the current editions of the City of Beaverton’s Engineering Design Manual and the American Water Works Association (AWWA), unless modified by these specifications. 01170.11 Fittings: Add the following: Use Mueller or Ford compression fittings for corporation stops and curb stops. All fittings shall be designed for 300 psi working pressure. 01170.40 General: Add the following paragraph: All corporation stops and curb stops/angle stops shall be inspected by the Project inspector for correct joint type and correct installation methods after their installation. 01170.90 General: Change Pay item (a) as follows:

(a) ____Inch Copper Water Service Connection………………………………….Foot

01170.90 General: Replace item (a) as follows:

Item (a) includes excavating to include all excavation required by City forces to connect the meter to the house side plumbing, tapping the main, laying and jointing the copper pipe and fittings to the meter location, backfilling, testing, flushing and disinfection of the service connection. Connection to the meter and house side plumbing will be by City Forces.

Page 105: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 98 of 102

1170.90 General: Add the following pay items and paragraphs:

(d) _____ Inch HDPE Water Service Connection ……………………………Foot

Item (d) includes excavating to include all excavation required by City forces to connect the meter to the house side plumbing, transition saddle and electrofusion connection to main in accordance with manufacturer’s specifications, laying and jointing the copper pipe and brass compression fittings to the meter location, water meter box, backfilling, testing, flushing and disinfection of the service connection. Connection to the meter and house side plumbing will be by City Forces. The estimated length of each service is 6 feet (from 4” HDPE main line to new water meter location).

Page 106: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 99 of 102

SECTION IV

LOCATES

LOCATES (48 HOURS NOTICE REQUIRED PRIOR TO EXCAVATION) ONE CALL SYSTEM 503-246-6699 (FRONTIER COMMUNICATIONS, NORTHWEST NATURAL GAS, QWEST, U.S. SPRINT, TUALATIN VALLEY WATER, CITY OF BEAVERTON PORTLAND GENERAL ELECTRIC, CLEAN WATER SERVICES, CABLE TELEVISION) REPAIR OR EMERGENCIES NORTHWEST NATURAL GAS 503-226-4211, EXT. 4413 FRONTIER COMMUNICATIONS 503-629-2121 TUALATIN VALLEY WATER 503-642-1511 CITY OF BEAVERTON UTILITIES 503-526-2220 PORTLAND GENERAL ELECTRIC 503-736-5662 CABLE TELEVISION 503-644-4300 THE CONTRACTOR, IN LOCATING AND PROTECTING UNDERGROUND UTILITIES, MUST COMPLY WITH THE REGULATIONS OF ORS 757.541 TO 757.571. DURING THE LOCATING WORK, THE CONTRACTOR SHALL TAKE PRECAUTION TO PROTECT AND MAINTAIN EXISTING PUBLIC AND PRIVATE UTILITY LINES AND OTHER UTILITY STRUCTURES. UPON COMPLETION OF THE LOCATING WORK, THE CONTRACTOR IS TO LEAVE THE PROJECT AREA FREE OF DEBRIS AND UNUSED MATERIALS. NO STREET SHALL BE CLOSED FOR LOCATING AND/OR PROTECTING UTILITIES WITHOUT THE EXPRESS APPROVAL OF THE CITY TRAFFIC ENGINEER. CONTRACTOR SHALL NOTIFY BEAVERTON SCHOOL DISTRICT TRANSPORTATION (503-649-0361) AT LEAST 24 HOURS IN ADVANCE OF ANY STREET CLOSURE. OREGON LAW REQUIRES YOU TO FOLLOW RULES ADOPTED BY THE OREGON UTILITY NOTIFICATION CENTER. THOSE RULES ARE SET FORTH IN OAR 952-001-0010 THROUGH OAR 952-001-0090. YOU MAY OBTAIN COPIES OF THE RULES BY CALLING THE CENTER. (NOTE: THE TELEPHONE NUMBER FOR THE OREGON UTILITY NOTIFICATION CENTER IS 503-232-1987.

Page 107: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 100 of 102

LAWS TO BE OBSERVED

In compliance with ORS 279C.525, the following is a list of federal, state and local agencies that have or may have

enacted ordinances, rules or regulations relating to environmental pollution and the preservation of natural resources

that affect the performance of this Contract:

FEDERAL AGENCIES

Army Corps of Engineers Federal Energy Regulatory Commission

Bureau of Indian Affairs Federal Highway Administration

Bureau of Land Management Forest Service

Bureau of Mines Geological Survey

Bureau of Reclamation Mine Safety & Health Administration

Department of Agriculture Minerals Management Service

Department of Defense National Marine Fisheries Service

Department of Energy Occupation Safety & Health Administration

Department of Health & Human Services Soil Conservation Service Coast Guard

Department of Housing and Urban Development Solar Energy and Energy Conservation Bank

Department of Labor U.S. Fish and Wildlife Service

Department of the Interior Water Resources Council

Department of Transportation

Environmental Protection Agency

STATE AGENCIES

Columbia River Gorge Commission Department of Human Resources

Department of Administrative Services Department of Parks and Recreation

Department of Agriculture Division of State Lands

Department of Consumer and Business Services Land Conservation and Development Commission

Department of Energy Oregon Military Department

Department of Environmental Quality Oregon Occupational Safety and Health Division

Department of Fish and Wildlife Soil and Water Conservation Commission

Department of Forestry Water Resources Department

Department of Geology and Mineral Industries

LOCAL AGENCIES

Board of Design Review Tri-Met

City Councils Tualatin Valley Fire & Rescue

Historical Resources Review Commission Clean Water Services

Planning Commissions Washington County Board of Commissioners

Page 108: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 101 of 102

Known Conditions Relating to Environmental Pollution or Preservation of Natural Resources

Pursuant to ORS 279C.525, there are no known conditions at the construction site that may require the successful

bidder to comply with the ordinances, rules or regulations of federal, state and local agencies relating to

environmental pollution and the preservation of natural resources.

Page 109: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

Construction Contract & Bid Documents, DENNEY RD WATERLINE IMPROVEMENTS #4109, Solicitation 3072-16B, Close: 2:00 PM on April 5, 2016 Approved as to Form, City Attorney – Revised 12/11/2015 Page 102 of 102

NOTICE TO PROCEED

To: Date:

Project: SW Denney Road Waterline Improvement Project Project Number: 4109

City P.O. #:

You are hereby notified to commence WORK on ____, _____ in accordance with the Contract dated

______________, 20__ and you are to complete the work within (___) consecutive calendar days thereafter. The

date of completion of all WORK is therefore ______________________________, 20__.

By: __________________________________________________________________________________

City Project Manager/ Project Engineer, City of Beaverton

ACCEPTANCE OF NOTICE TO PROCEED Receipt of this NOTICE TO PROCEED is hereby acknowledged on , 20___. Contractor: By: Name: Title: Contractor's Performance Bond Co.: Bond No. Contact Person: Address: Phone: Contractor's General Liability Ins. Co.: Policy No.: Contact Person: Address: Phone:

Page 110: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

APPENDIX A

Page 111: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

APPENDIX A

Page 112: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

APPENDIX A

Page 113: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

APPENDIX A

Page 114: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

APPENDIX A

Page 115: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

APPENDIX A

Page 116: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

APPENDIX A

Page 117: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

PROJECT INTENT - WATER LINE IMPROVEMENTS

BEGIN

PROJECT

END

PROJECT

PLANS

SHEET INDEX

PROJECT

SITE

PROPOSEDEXISTING

WATER VALVE

TEL MANHOLE

TEL VAULT

TEL PEDESTAL

LIGHT

SIGNAL

JUNCTION BOX

CONFIR TREE

SAN CLEANOUT

SIGN

ABANDONED UTILITY

CABLE TV

POWER

FIBER OPTICS

GAS

RIGHT OF WAY

SANITARY

STORM

TELEPHONE

WATER

CL ROW

PROP LINE

PROPOSED

EXISTING

ABBREVIATIONS & SYMBOLOGY

CABLE TV

POWER

FIBER OPTICS

GAS

RIGHT OF WAY

SANITARY

STORM

TELEPHONE

WATER

PROP LINE

POTENTIAL UNDERGROUND FACILITY OWNERS

CALL THE OREGON ONE-CALL CENTER

1-800-332-2344

DIG SAFELY

EMERGENCY TELEPHONE NUMBERS

NW NATURAL GAS

M-F 7am - 5pm 503-226-4211 EXT. 4313

AFTER HOURS 503-226-4211 EXT. 2401

PGE 503-464-7777 EXT. 2

CENTURYLINK 1-800-573-1311

FRONTIER 1-800-483-1000

QWEST 1-800-283-4237

SPRINT/NEXTEL 1-800-521-0579

ATTENTION: OREGON LAW REQUIRES YOU TO

FOLLOW RULES ADOPTED BY THE OREGON

UTILITY NOTIFICATION CENTER. THOSE RULES

ARE SET FORTH IN OAR 952-001-0010

THROUGH OAR 952-001-0090. YOU MAY

OBTAIN COPIES OF THE RULES BY CALLING

THE CENTER.

(NOTE: THE TELEPHONE NUMBER FOR THE

OREGON UTILITY NOTIFICATION CENTER IS

(503)-232-1987).

LOCATE TICKET NUMBER:

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

VICINITY MAP

NPUBLIC WORKS DEPARTMENT

ENGINEERING DIVISION

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

1

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

COVER SHEET

4109

BS

BS

AL

AB

NAD83-NIF/NGVD 29

Page 118: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

WATERLINE CONSTRUCTION NOTES

1. CONTRACTOR SHALL INFORM OWNER AND OWNER'S REPRESENTATIVE 5 WORKING DAYS IN ADVANCE OF

CONSTRUCTION AND/OR PLANNED DISRUPTION OF WATER SERVICE. CONTRACTOR SHALL NOT

ASSUME SHUTDOWN TIMES, BUT WILL RATHER SCHEDULE AND COORDINATE SHUTDOWNS WITH

AFFECTED UTILITIES.

2. OWNER WILL PROVIDE NOTIFICATION TO AFFECTED WATER USERS FOR PLANNED SERVICE DISRUPTIONS.

3. OWNER WILL PROVIDE SURVEYING AS REQUIRED FOR NEW WATERLINE CONSTRUCTION.

4. OPERATION OF EXISTING VALVES SHALL ONLY BE PERFORMED BY CITY STAFF.

5. EXISTING WATER MAINS AND SERVICES SHALL BE KEPT IN OPERATIONS UNTIL NEW MAINS ARE

CONNECTED AND IN SERVICE.

6. CONTRACTOR SHALL PROVIDE TEMPORARY THRUST BLOCKING WHERE REQUIRED ON THOSE

FITTINGS WHICH WILL SEE SERVICE PRESSURE BEFORE CONCRETE THRUST BLOCK DEVELOPS FULL

STRENGTH.

7. CONTRACTOR SHALL PLACE 5-MIL PLASTIC SHEETING BETWEEN THRUST BLOCK AND PIPE FITTINGS.

8. ALL VALVES SHALL INCLUDE VALVE BOXES AND LIDS AS OUTLINED IN THE TECHNICAL

SPECIFICATIONS AND DRAWINGS.

9. ALL MATERIALS AND WORKMANSHIP SHALL COMPLY WITH AWWA, CITY OF BEAVERTON, AND THE

UNIFORM PLUMBING CODE AS APPLICABLE. ALL MATERIALS SHALL BE OF NEW MANUFACTURE, AND MUST

BE DOMESTIC. NO REBUILT OR USED MATERIALS WILL BE ALLOWED. ALL MATERIALS SHALL HAVE

DOCUMENTATION PROVIDING EVIDENCE THAT THE MATERIALS USED IN THIS CONSTRUCTION WERE

MANUFACTURED IN THE UNITED STATES. NO FOREIGN MANUFACTURED MATERIALS WILL BE ALLOWED.

10. ALL MAINLINE PIPES SHALL BE PUSH-ON CEMENT-LINED DUCTILE IRON, CLASS #52 WITH TYTON

JOINTS. ALL MECHANICAL JOINTS SHALL CONFORM TO ANSI A-21.11.

11. FIRE HYDRANT ASSEMBLIES SHALL CONFORM TO THE CITY OF BEAVERTON'S ACCEPTED BRANDS AND

MODELS.

12. FIRE HYDRANTS SHALL BE LOCATED TO ALLOW A MINIMUM OF 36" CLEAR SPACE SURROUNDING ALL

PORTIONS OF THE HYDRANT. THERE SHALL ALSO BE NO OBSTRUCTIONS DIRECTLY IN LINE WITH ANY

OF THE PORTS OF THE HYDRANT FOR A DISTANCE OF 5 FEET.

13. ALL BACKFILL IN THE RIGHT OF WAY OR OTHER TRAFFIC AREAS SHALL BE ¾"-0" COMPACTED CRUSHED

ROCK, COMPACTED TO 95 PERCENT OF MAXIMUM DENSITY AS OBTAINED BY AASHTO T-99 COMPACTION

TEST.

14. CONTRACTOR SHALL FURNISH AND INSTALL WATER SERVICES, 1" (OR 2") SHORT (OR LONG) SIDE AS

SPECIFIED SERVICE IN ACCORDANCE WITH COB STANDARD DETAIL 640 (OR 641). INSTALLED NEW CURB

STOP SHALL MATCH EXISTING CURB STOP GRADE OR AS DIRECTED BY CITY'S REPRESENTATIVE.

15. UPON ACCEPTANCE OF THE MAINS AND SERVICES, THE CONTRACTOR SHALL COORDINATE FINAL

SERVICE CONNECTIONS WITH CITY WATER DEPARTMENT. CITY WATER DEPARTMENT WILL REMOVE

EXISTING METER AND INSTALL THE NEW METER TO THE CUSTOMER LINE UTILIZING THE NEW SERVICE

LINE.

16. THE CONTRACTOR SHALL INSTALL AND ADJUST THE NEW WATER METER BOX TO FINAL LINE AND GRADE.

REMOVE AND DISPOSE OF THE OLD METER BOX AND OTHER EXCESS MATERIALS. COMPLETE

LANDSCAPING RESTORATION, CURB REPLACEMENT AND SIDEWALK AS REQUIRED. CITY WILL PROVIDE

METER BOXES.

17. PRIOR TO TIE-IN, THE CONTRACTOR SHALL INSTALL TEMPORARY BLOW-OFF ASSEMBLIES FOR

PRESSURE TESTING AND CHLORINATION. ALL NEW WATER MAINS SHALL BE PRESSURE TESTED AND

DISINFECTED BEFORE CONNECTION TO THE EXISTING SYSTEM AND BEFORE ANY SERVICE

CONNECTIONS ARE MADE. PROVIDE 1" TEMPORARY TAPS FOR THE CHLORINATION INJECTION AS

REQUIRED. PLUG TEMPORARY TAPS WITH BRASS PLUG UPON ACCEPTANCE OF NEW WATERLINE.

18. UPON COMPLETION OF INSTALLATION OF THE WATER SYSTEM, ALL LINES SHALL BE FLUSHED AND

DISINFECTED IN CONFORMANCE WITH OREGON HEALTH DIVISION GUIDELINES AND THE REQUIREMENTS

OF THE OREGON DEPARTMENT OF ENVIRONMENTAL QUALITY. WATERLINES SHALL BE PRESSURE

TESTED FOLLOWING COMPLETION. THE MINIMUM TEST PRESSURE SHALL BE 150 PSI. FOR LINES

WORKING WITH OPERATION PRESSURES GREATER THAN 100 PSI, THE MINIMUM TEST PRESSURE SHALL

BE ONE AND ONE-HALF TIMES THE DESIGN OPERATION PRESSURE. ALLOWABLE LEAKAGE IS IN

ACCORDANCE TO CITY STANDARDS.

19. THE CONTRACTOR SHALL DISPOSE OF THE SUPERCHLORINATED WATER IN AN APPROVED MANNER. DO

NOT ALLOW DISINFECT ION WATER TO FLOW INTO A WATERWAY WITHOUT ADEQUATE DILUTION OR

OTHER SATISFACTORY METHODS OF REDUCING CHLORINE RESIDUALS TO A SAFE LEVEL AS MANDATED

BY DEQ.

20. THERE MAY BE SHORT SECTIONS OF THE PIPE LINE THAT CONNECT TO THE EXISTING SYSTEM THAT ARE

DIFFICULT TO CHLORINATE. THE OWNER'S REPRESENTATIVE AND THE CONTRACTOR SHALL IDENTIFY

THESE SHORT SECTIONS OF PIPELINE AND AN ALTERNATIVE METHOD OF DISINFECT ION EMPLOYED.

APPLICATION OF 300mn/l CHLORINE SOLUTION SHALL BE APPLIED BY SOAKING IN CONTAINER APPROVED BY

OWNER'S REPRESENTATIVE. THE CHLORINE SOLUTION SHALL REMAIN FOR THREE HOURS BEFORE

FLUSHING.

21. CONTRACTOR SHALL PROTECT WATER PIPE ENDS FROM CONTAMINATED WATER AND DEBRIS AT ALL

TIMES. CONTRACTOR SHALL CAP AND /OR COVER PIPE ENDS AT THE END OF EACH WORK DAY.

TRAFFIC CONTROL NOTES

1. TRAFFIC CONTROL TO BE PERFORMED IN ACCORDANCE WITH THE MANUAL FOR UNIFORM TRAFFIC

CONTROL DEVICES AND OREGON AMENDMENTS AS REQUIRED. THE CITY CAN REQUIRE ADDITIONAL

TRAFFIC CONTROL MEASURES AS NEEDED TO PROVIDE FOR PUBLIC SAFETY. ONE LANE OF TRAFFIC

SHALL BE MAINTAINED ON DENNEY RD.

2. ON RESIDENTIAL LOCAL STREETS, THE CONTRACTOR SHALL BE RESPONSIBLE TO PROVIDE ALL

REQUIRED TRAFFIC CONTROL WHEN WORK IS BEING DONE IN THE RIGHT OF WAY.

3. ALL TRAFFIC CONTROL MEASURES NEED TO BE SUBMITTED TO THE CITY OF BEAVERTON FOR REVIEW

AT LEAST 5 (FIVE WORKING DAYS PRIOR TO CONSTRUCTION. ALL STREET CLOSURES SHALL BE

APPROVED BY THE CITY TRAFFIC ENGINEER, AT LEAST 5 (FIVE) WORKING DAYS IN ADVANCE.

4. UPON APPROVAL, THE CONTRACTOR SHALL NOTIFY THE BEAVERTON POLICE DEPARTMENT, TUALATIN

VALLEY FIRE AND RESCUE AND THE BEAVERTON SCHOOL DISTRICT TRANSPORTATION OFFICE AT LEAST

48 HOURS IN ADVANCE OF ANY STREET CLOSURE.

5. TRAFFIC CONTROL PLANS SHALL COMPLY WITH THE OREGON DEPARTMENT OF TRANSPORTATION -

"SHORT TERM TRAFFIC CONTROL HANDBOOK". TRAFFIC CONTROL DEVICES SHALL COMPLY WITH THE

"MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" PREPARED BY THE FEDERAL HIGHWAY

ADMINISTRATION, LATEST REVISION. CONTRACTOR SHALL COMPLY WITH ALL CONDITIONS SPECIFIED IN

ROAD PERMITS ISSUED FOR THIS PROJECT.

6. CONTRACTOR SHALL COORDINATE ALL STREET AND SIDEWALK CLOSURES WITH THE CITY.

CONTRACTOR SHALL SUPPLY SIGNING AND BARRICADES AS REQUIRED TO ASSURE AUTOMOTIVE AND

PEDESTRIAN SAFETY.

GENERAL CONSTRUCTION NOTES

1. THE CONTRACTOR SHALL NOTIFY THE CITY INSPECTOR AT LEAST 48 HOURS (TWO FULL WORKING DAYS)

PRIOR TO BEGINNING THE PROJECT. CONNECTIONS BETWEEN EXISTING INFRASTRUCTURE AND NEW

WORK SHALL NOT BE MADE UNTIL NECESSARY INSPECTIONS AND TESTS HAVE BEEN COMPLETED ON

THE NEW WORK AND IT IS FOUND TO CONFORM IN ALL RESPECTS TO THE REQUIREMENTS OF THE

PLANS AND SPECIFICATIONS.

2. CONTRACTOR SHALL VERIFY LOCATION AND DEPTH OF ALL EXISTING UTILITIES WHERE FACILITIES

CROSS. CONTRACTOR SHALL POT HOLE EXISTING UTILITIES 200 FEET AHEAD OF LAYING PIPE AT ALL

CROSSINGS. IF CONFLICTS ARISE, THE CONTRACTOR SHALL NOTIFY THE OWNER'S REPRESENTATIVE

PRIOR TO CONSTRUCTION. UTILITY LOCATE ONE CALL # 1-800-332-2344

3. ALL CONSTRUCTION IS TO BE PERFORMED IN ACCORDANCE WITH THE MOST RECENT VERSION OF CITY

OF BEAVERTON STANDARDS, OREGON APWA/ODOT STANDARD SPECIFICATIONS, CLEAN WATER

SERVICES (CWS) STANDARDS (INCLUDING EROSION PREVENTION AND SEDIMENT CONTROL) AND THE

OREGON ADMINISTRATION RULES (OAR), CHAPTER 333, UNLESS NOTED ON THE PLANS OR SPECIFIED

OTHERWISE.

4. ALL EXISTING UTILITIES DISTURBED BY CONTRACTOR SHALL BE REPAIRED IMMEDIATELY AND THE

RESPECTIVE UTILITY COMPANY NOTIFIED OF THE DISTURBANCE WITHOUT DELAY.

5. CONTRACTOR SHALL SUBMIT "AS-BUILT" INFORMATION TO THE OWNER'S REPRESENTATIVE UPON

COMPLETION OF CONSTRUCTION.

6. FINAL LOCATIONS OF ALL VALVES AND VALVE BOXES, FIRE HYDRANTS, AIR RELEASE ASSEMBLIES,

SERVICE CONNECTION CORP STOPS, DRIVEWAY APRONS, SEWER LATERALS, PERMANENT SIGNS, AND

CATCH BASINS SHALL BE FIELD LOCATED. THE CONTRACTOR SHALL COORDINATE FINAL LOCATIONS OF

THE DESCRIBED ITEMS WITH THE OWNER'S REPRESENTATIVE.

7. UTILITY CONSTRUCTION SEQUENCING WILL BE REQUIRED IN ORDER TO PREVENT CONFLICTS WITH

EXISTING UTILITIES REMAINING IN SERVICE UNTIL NEWLY INSTALLED UTILITIES ARE CONNECTED AND IN

SERVICE. CONTRACTOR SHALL SEQUENCE UTILITY WORK INCLUDING TEMPORARY CONNECTIONS AND

BYPASSES AS REQUIRED SUCH AS TO MINIMIZE DISRUPTION OF SERVICES. SEE SECTION 105.4.01WITHIN

THE SPECIFICATIONS REGARDING CONSTRUCTION SEQUENCING REQUIREMENTS FOR THIS PROJECT.

8. MAINTENANCE OF THE WORK AREA AND APPROACH ROADS IS THE RESPONSIBILITY OF THE

CONTRACTOR. THE WORK AREA AND APPROACH ROADS SHALL BE MAINTAINED IN A CLEAN CONDITION,

FREE FROM OBSTRUCTIONS AND HAZARDS.

9. ANY CHANGE IN CONSTRUCTION AFTER PLAN APPROVAL MUST BE SUBMITTED IN WRITING AND

APPROVED BY THE CITY PRIOR TO CHANGE.

10. AT THE END OF EACH WORK DAY ALL TRENCHES SHALL BE BACKFILLED AND ALL TRENCHES WITHIN

STREETS SHALL BE TEMPORARY PAVED OR COVERED TO THE SATISFACTION OF THE OWNER'S

REPRESENTATIVE. STEEL SHEET PLACEMENTS SHALL BE LIMITED TO 36 HOURS IN ANY ONE LOCATION.

BEYOND 36 HOURS, EXCAVATIONS SHALL BE PAVED. AC PAVEMENT EITHER TEMPORARY OR

PERMANENT, SHALL BE HOT MIX BITUMINOUS ASPHALT. NO TRENCH, ON-SITE OR OFF-SITE, SHALL BE

LEFT AT ANY TIME IN AN UNSAFE CONDITION. THE CONTRACTOR IS RESPONSIBLE FOR AND IS LIABLE

FOR HAZARDS OR DAMAGE RESULTING FROM THE PROSECUTION OF THE WORK.

11. EFFECTIVE EROSION CONTROL, DUST CONTROL, AND DRAINAGE CONTROL IS REQUIRED AT ALL TIMES.

THE CONTRACTOR IS SOLELY RESPONSIBLE FOR PROTECTION OF ALL WORK, ADJACENT PROPERTIES

AND DOWNSTREAM FACILITIES FROM EROSION AND SILTATION DURING THE COURSE OF THE WORK.

ANY DAMAGE RESULTING FROM SUCH EROSION AND SILTATION SHALL BE CORRECTED AT THE SOLE

EXPENSE OF THE CONTRACTOR.

12. THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL DRIVEWAYS. IF A DRIVEWAY MUST BE BLOCKED,

THE CONTRACTOR SHALL GIVE THE HOMEOWNER, APARTMENT MANAGER AND/OR BUILDING OWNER 24

HOURS NOTICE AND SHALL ENSURE ACCESS TO DRIVEWAYS AT THE END OF EACH WORK DAY.

13. THE CONTRACTOR SHALL EXERCISE ALL DUE CARE IN PROTECTING PROPERTY ALONG THE ROUTE OF

THE IMPROVEMENTS. THIS PROTECTION SHALL INCLUDE, BUT NOT BE LIMITED TO, TREES, YARDS,

FENCES, DRAINAGE LINES, MAIL BOXES, DRIVEWAYS, SHRUBS, LAWNS, IRRIGATION SYSTEMS, WITHIN

ANY RIGHTS-OF-WAYS AND EASEMENTS. IF ANY OF THE ABOVE HAVE BEEN DISTURBED, THEY SHALL BE

RESTORED AS NECESSARY TO AS NEAR THEIR ORIGINAL CONDITION AS POSSIBLE OR REPLACED IN KIND.

14. ALL SURVEY MONUMENTS SHALL BE LOCATED AND PROTECTED, EXCEPT AS SPECIFICALLY DIRECTED BY

THE CITY ENGINEER.

15. THE CONTRACTOR SHALL PERFORM ALL THE WORK SHOWN ON THE DRAWINGS AND ALL INCIDENTAL

WORK CONSIDERED NECESSARY TO COMPLETE THE PROJECT IN AN ACCEPTABLE MANNER.

16. THE CONTRACTOR AND OR SUB-CONTRACTOR SHALL HAVE A MINIMUM OF ONE SET OF CITY APPROVED

CONSTRUCTION PLANS ON THE JOB SITE AT ALL TIMES DURING EACH CONSTRUCTION PHASE WHILE

WORK IS BEING DONE.

17. ALL MATERIAL SUPPLIERS SHALL SUBMIT TO THE ENGINEER PROOF OF MATERIAL(S) TESTED IN

ACCORDANCE WITH SPECIFICATIONS. BY ACCEPTANCE OF THE CONTRACT WITH THE

OWNER/DEVELOPER, THE CONTRACTOR CERTIFIES THAT ALL MATERIALS DELIVERED TO THE JOB SITE

WILL MEET OR EXCEED THOSE SPECIFICATIONS. ANY MATERIAL NOT CONFORMING SHALL BE REMOVED

FROM THE SITE AT NO ADDITIONAL COST TO THE OWNER.

18. UPON COMPLETION OF THE WORK, THE CONTRACTOR SHALL LEAVE THE PROJECT AREA FREE OF DEBRIS

AND UNUSED MATERIALS.

EROSION CONTROL STANDARD NOTES

1. APPROVAL OF THIS EROSION/SEDIMENTATION CONTROL (ESC) PLAN DOES NOT CONSTITUTE AN

APPROVAL OF PERMANENT ROAD OR DRAINAGE DESIGN (E.G. SIZE AND LOCATION OF ROADS,

PIPES, RESTRICTORS, CHANNELS, RETENTION FACILITIES, UTILITIES, ETC.).

2. THE IMPLEMENTATION OF THESE ESC PLANS AND THE CONSTRUCTION, MAINTENANCE,

REPLACEMENT, AND UPGRADING OF THESE ESC FACILITIES IS THE RESPONSIBILITY OF THE

APPLICANT/CONTRACTOR UNTIL ALL CONSTRUCTION IS COMPLETED AND APPROVED AND

VEGETATION/LANDSCAPING IS ESTABLISHED.

3. THE ESC FACILITIES SHOWN ON THIS PLAN MUST BE CONSTRUCTED IN CONJUNCTION WITH ALL

CLEARING AND GRADING ACTIVITIES, AND IN SUCH A MANNER AS TO INSURE THAT SEDIMENT LADEN

WATER DOES NOT ENTER THE DRAINAGE SYSTEM OR VIOLATE APPLICABLE WATER STANDARDS.

4. THE ESC FACILITIES SHOWN ON THIS PLAN ARE THE MINIMUM REQUIREMENTS FOR ANTICIPATED

SITE CONDITIONS. DURING THE CONSTRUCTION PERIOD, THESE ESC FACILITIES SHALL BE

UPGRADED AS NEEDED FOR UNEXPECTED STORM EVENTS AND TO ENSURE THAT SEDIMENT-LADEN

WATER DOES NOT LEAVE THE SITE.

NOTE:

The dimension chart above is for standard catch basins and inlets only. The contractor is

responsible for providing the correct size device for each inlet.

For non-Clean Water Services Standard catch basins and inlets, the contractor shall measure

dimensions in the field and order the appropriate size(s).

The inlet sediment control device shall be of high flow design (200 gal / min / ft ), as per the

manufacturer's specifications.

The sediment control device shall be inspected daily by the contractor and maintained a

minimum once per month or within the 48 hours following a storm event.

Substitution of a sheet of filter fabric placed over the opening of the inlet is not approved.

City Of Beaverton

1.

2.

3.

4.

5.

3-D VIEW

2

JR - CPD

INLET SEDIMENT

145

CONTROL DEVICE

6 - 28 - 06

DRAWING NO.DRAWN BYDATECITY ENGINEER

Terry Waldele, P.E.

PUBLIC WORKS

DEPARTMENT

DUMP STRAPS

RESTRAINT

(1/4" NYLON ROPE,

2" FLAT WASHERS)

2 EACH

EXPANSION

BAG SECTION

INSTALLATION

SECTION

DUMP STRAP

DUMP STRAP

BAG DEPTH

TO TOP OF PIPE

BAG REMOVAL

FROM INLET

1" REBAR FOR

SEDIMENT CONTROL

BAG "SILTSACK"

CATCH BASIN

MAY BE USED SHORT TERM

WITH UTILITY WORK AND WITH

PHASING OF DEVELOPMENT

AREA DRAIN

PLAN

A

A

FLOW

DITCH BOTTOM

SECTION A-A

FLOW

5. THE ESC FACILITIES SHALL BE INSPECTED DAILY BY THE APPLICANT/CONTRACTOR AND MAINTAINED AS NECESSARY TO ENSURE THEIR CONTINUED

FUNCTIONING.

6. THE ESC FACILITIES ON INACTIVE SITES SHALL BE INSPECTED AND MAINTAINED A MINIMUM OF ONCE A MONTH OR WITHIN THE 24 HOURS FOLLOWING A

STORM EVENT.

7. AT NO TIME SHALL MORE THAN ONE FOOT OF SEDIMENT BE ALLOWED TO ACCUMULATE WITHIN A TRAPPED CATCH BASIN. ALL CATCH BASINS AND

CONVEYANCE LINES SHALL BE CLEANED PRIOR TO PAVING. THE CLEANING OPERATION SHALL NOT FLUSH SEDIMENT LADEN WATER INTO THE

DOWNSTREAM SYSTEM.

8. STABILIZED CONSTRUCTION ENTRANCES SHALL BE INSTALLED AT THE BEGINNING OF CONSTRUCTION AND MAINTAINED FOR THE DURATION OF THE

PROJECT. ADDITIONAL MEASURES MAY BE REQUIRED TO INSURE THAT ALL PAVED AREAS ARE KEPT CLEAN FOR THE DURATION OF THE PROJECT.

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

2

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

GENERAL NOTES

4109

BS

BS

AL

AB

Page 119: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

MA

TC

H LIN

E S

TA

: 4+

00

SE

E S

HE

ET

4

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

3

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

PROPOSED WATER -

PLAN & PROFILE

4109

BS

BS

AL

AB

NAD83-NIF/NGVD 29

Page 120: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

MA

TC

H LIN

E S

TA

: 4+

00

SE

E S

HE

ET

3

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

4

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

PROPOSED WATER -

PLAN & PROFILE

4109

BS

BS

AL

AB

NAD83-NIF/NGVD 29

MA

TC

H LIN

E S

TA

: 7+

75

SE

E S

HE

ET

5

Page 121: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

5

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

PROPOSED WATER -

PLAN & PROFILE

4109

BS

BS

AL

AB

NAD83-NIF/NGVD 29

MA

TC

H LIN

E S

TA

: 7+

75

SE

E S

HE

ET

4

MA

TC

H LIN

E S

TA

: 11+

25

SE

E S

HE

ET

6

Page 122: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

MA

TC

H LIN

E S

TA

: 11+

25

SE

E S

HE

ET

5

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

6

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

PROPOSED WATER -

PLAN & PROFILE

4109

BS

BS

AL

AB

NAD83-NIF/NGVD 29

Page 123: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

7

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

CONNECTION DETAILS

4109

BS

BS

AL

AB

NAD83-NIF/NGVD 29

Page 124: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

8

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

CONNECTION DETAILS

4109

BS

BS

AL

AB

NAD83-NIF/NGVD 29

Page 125: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

9

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

CONNECTION DETAILS

4109

BS

BS

AL

AB

NAD83-NIF/NGVD 29

Page 126: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

1/2" MAX

DRAINAGE WEEPHOLE

3" ID PLASTIC PIPE

WITH COUPLING

For use along medians, gutters may be reduced when preapproved by City Engineer.

Concrete to have compressive strength of 4,000 psi at 28 days.

Expansion joints to be provided at each:

a. Point of tangency.

b. Cold joint.

c. Side of inlet structures.

d. Side of driveways.

Expansion joint material to be pre-molded, asphalt impregnated, non-extruding, with a

thickness of 1/2 inch.

Contraction Joints shall have:

a. Spacing of not more than 15 feet.

b. Depth of joint of at least 1

1

2

inches.

Base rock 2"-0 or 3/4"-0, 95% ( AASHTO T-180) compaction. Base rock shall be to

subgrade of street structure or 4 inches, whichever is greater, and shall extend 12 inches

behind the curb.

Drainage weephole shall be:

a. 3-inch diameter I.D. plastic pipe with coupling and beveled outlet end to match face

of curb.

b. Centered with contraction joints.

c. Core-drilled through existing curbs for drainage access.

STANDARD MONOLITHIC

CURB AND GUTTER

1/2" RADIUS

NOTES:

City Of Beaverton

1.

2.

3.

4.

5.

6.

7.

PUBLIC WORKS

DEPARTMENT

Terry Waldele, P.E.

CITY ENGINEER

IS - TSD6 - 10 - 04

DATE DRAWN BY

1" BATTER

ROAD

6"

6"

BASE COURSE

24"

1" RADIUS

1"

1"1" RADIUS

STREET WIDTH

FACE OF CURB

6"

200

DRAWING NO.

12"

BACKFILL

BEHIND

CURB AND

GUTTER

12"

1. Curb tight sidewalks REQUIRE PREAPPROVAL by the City Engineer.

They are used for sidewalk repairs, replacements and installations in existing developments. Match

width of existing sidewalks, and widths and lengths of existing sidewalk panels.

2. Concrete shall have a minimum compressive strength of 4,000 psi at 28 days, For slump see

specifications.

3. Sidewalk panels shall be square with their length equal to the sidewalk's width, except that sidewalks

in the Regional Center, Town Center, Station Area and Station Community districts may be wider than

6 feet, in which cases their panels may be 4 to 6 feet square, but all of equal size.

4. Expansion joints to be placed at sides of driveway approaches, utility vaults, sidewalk ramps and/or at

points of tangency in curb as shown on the standard drawings for sidewalk ramps and at spacing not to

exceed 45 feet.

5. For sidewalks adjacent to the curb and poured at the same time as the curb, the joint between them

shall be troweled with a minimum 1/2 inch radius.

6. Sidewalk shall have a minimum thickness of 4 inches, except that sidewalk that is intended as a portion

of a driveway shall have a minimum thickness of 6 inches. See Beaverton Standard Dwg 210 & 211.

7. Where vehicular access across sidewalk is required by City, a 40 foot long section of sidewalk shall be

provided in the access area, shall be 6-inches thick and shall be reinforced with 6"x6"x10 ga steel

mesh. Location of 40 foot long section to be as directed by City Engineer.

8. Finish with broom and edge all joints.

9. Street trees, treewells and grates are required except where specifically modified or waived in writing

by the City Engineer.

10. For sidewalk widths around grated treewells, and tree grate requirements, see Beaverton Standard

Dwg 241.

COMPACTED SUBGRADE

NOTES:

City Of Beaverton

CURB JOINT

RO

AD

SEE NOTE 5

VARIES

IN DISTRICTS PER THE

DEVELOPMENT CODE

SEE NOTE 3

DEPARTMENT

PUBLIC WORKS

2" OF COMPACTED 3/4" - 0

CRUSHED ROCK

AGGREGATE BASE

2-05-07

Randall R. Wooley

TRAFFIC ENGINEER DATE DRAWN BY DRAWING NO.

216

CURB TIGHT SIDEWALK

JR - ED

SEE NOTE 6

R/W

2%

7' MIN

FOR ARTERIAL AND COLLECTOR

6' MIN

AND LOCAL STREETS

FOR NEIGHBORHOOD ROUTE

C

SECTION B-B

VARIES

SEE NOTE 10

6' MIN

1. Curb tight sidewalk ramps REQUIRE PREAPPROVAL by the City Engineer.

2. Sidewalk ramps shall meet ADA Standards .

3. Engineer shall prepare a site-specific drawing for each ramp, accepting full responsibility for correcting

all unacceptable ramp construction resulting from applying this drawing "as is" .

4. Each ramp shall be located relative to crosswalk or stop line.

5. Detectable warning shall be 24 inches long in the direction of travel and full width of the ramp, made

of concrete imbedded yellow tiles, that have truncated domes aligned on a square grid with its gridlines

parallel and perpendicular to the centerline of the ramp, from the approved list in the Engineering

Design Manual, Sec 210.10.

6. Concrete shall have a compressive strength of 4,000 psi at 28 days.

7. Bevel the curb cut from gutter to back of curb at 2% (1:50).

8. Construct the curb with varying exposure tapered longitudinally so that the top of the curb matches the

normal projected back of sidewalk as shown in cross sections B-B and C-C, where the adjacent ground

is improved and slopes away from sidewalk, and where the back edge of new sidewalk at ramp is less

than 0.6 feet above the gutter flowline.

9. Score at grade changes, surface texture changes and at other points shown. Edges shall be shined.

10. For sidewalk widths and panel dimensions, see Beaverton Standard Dwg 215.

11. Curb inlet or catch basin shall not be allowed in front of sidewalk ramp.

12. A single ramp may be used at 'T' intersections at the locations shown in the diagram in the Engineering

Design Manual, Sec 210.10.

WA

LK

B

1

'

M

I

N

L

CRAMP

LOCATION

SEE NOTES 3

AND 4

SID

E-

CURB AND

SIDEWALK BEYOND

CURB CUT

City Of Beaverton

6' MIN

TYP

POINT OF

TANGENCY

CONSTRUCT

EXPANSION

JOINT

SEE NOTE 7

NOTES:

B

C

4

'

M

I

N

BROOM FINISH

TYPICAL

2

4

"

SIDEWALK

A

A

CURB AND GUTTER

CURB - SEE DETAIL

AND NOTE 8

CONSTRUCT

EXPANSION

JOINT

1

SECTION C-C

2

:

1

1

1

2

:

1

50

1

SLOPE VARIES

VARIES

50

CURB - SEE NOTE 8

1

1

2

:

1

2

:

1

CURB

SEE NOTE 8

DETECTABLE WARNING

TYP - SEE NOTE 5

TYPICAL SCORED

JOINT - SEE NOTE 9

1

12 CURB

SEE NOTE 8

6' MIN

VARIES

12

1

SECTION A-A

RAMP

4' MIN

RAMP

4' MIN

CURB DETAIL

1" R

VARIES

SEE

1" R

NOTE 8

VARIES

NOTE 8

1

2

" R

SEE

7"

6"

JR - ED 2212 - 07- 07

DRAWING NO.DRAWN BYDATECITY ENGINEER

Terry Waldele, P.E.

CONSTRUCT EXPANSION JOINT, AS REQUIRED

TO MEET SPACING REQUIREMENTS

4'

POINT OF TANGENCY

VARIES

SEE NOTE 10

DEPARTMENT

PUBLIC WORKS CURB TIGHT

SIDEWALK RAMP

1. These trench backfill requirements apply to all public utility pipes. For additional requirements, see

CWS Design and Construction Standards and City's Engineering Design Manual sections 210.18

& 210.19.

2. For trenches 12" wide or less in streets with classifications higher than Residential, use controlled

density fill (CDF) as per sec 210.19. For all other trenches, use 3/4" - 0" aggregate compacted to

95% of max density per AASHTO t-99 and ODOT/APWA spec 00405.

3. Use class 'A' backfill compacted to 90% of max density per AASHTO t-99 and ODOT/APWA spec

00405.

4. Tracer wire shall be placed above non-metalic pipe and 2 feet below finished grade. See Oregon

State Plumbing Code and City's Engineering Design Manual section 210.18.D.1.

5. Restore to original conditions or better. See specs and Beaverton Standard Dwg 302.

6. For conduit trench requirements see Beaverton Standard Dwg 301.

BEDDING

PIPE ZONE

T-CUT & PAVEMENT

RESURFACING

SEE NOTE 5

WITHIN STREET

RIGHT-OF-WAY

BACKFILL

SEE NOTE 2

TRACER WIRE

SEE NOTE 4

City Of Beaverton

EXISTING

PAVEMENT

SECTION

SEE NOTE 5

NOTES:

BACKFILL

SEE NOTE 3

DEPARTMENT

PUBLIC WORKS PIPE TRENCH

BACKFILL

Terry Waldele, P.E.

CITY ENGINEER DATE DRAWN BY DRAWING NO.

2 - 22 - 07 300JR - ED

A

"A" min."D" nom.

4-10

12-16

18-21

24-30

36-72

16

24

18

12

9

SHORING/TRENCH

CLEARANCE

WIDTH TABLE

(in.) (in.)

SHORING/TRENCH

CLEARANCE WIDTH

SEE TABLE ABOVE

RESTORE TO PRE-EXISTING

CONDITIONS OR BETTER

PER SPECS

6"

D/2

4"

VA

RIA

BLE

D

EP

TH

O

F C

UT

AS APPROVED BY CITY ENGINEER

OUTSIDE STREET RIGHT-OF-WAY

D

3

4

" - 0" PIPE BEDDING

AND

PIPE ZONE MATERIAL

WIDENED T-CUT PAVEMENT

RESTORATION AREA

WIDTH VARIES

BASE COURSE

SEE NOTE 4C

1. This drawing applies to trench cuts and other kinds of pavement cuts.

2. For width dimensions, see Engineering Design Manual sections 150.6.D, 210.19 and the notes that follow.

3. Sawcut existing AC pavement full depth. Sawcut existing PCC pavement according to Beaverton

Standard Dwgs 309 & 310.

4. Restore existing pavement material(s) to pre-existing or better conditions. Thickness shall be as follows:

a. For existing Portland Cement Concrete (PCC): existing pavement thickness plus 2 inches, but not less

than 8 inches. On Arterial and Collector streets, concrete patching material shall be high early strength

class 5,000 psi PCC approved by City Engineer.

b. For existing Asphalt Concrete (AC): resurface to a minimum of 3 1/2 inches of class 'C' AC or existing

AC thickness plus 2 inches, whichever is greater, but do not exceed 6 inches. Compact AC in 2-inch

maximum lifts to 91% of maximum density ( Rice).

c. Base course shall be 3/4"-0 aggregate compacted to 95% of max density as per AASHTO

T-99 and ODOT/APWA Spec 00405. Minimum thickness shall be 8 inches under AC pavement and

2 inches under PCC pavement.

5. All cut edges of AC shall be sand sealed with CRS-1 or CRS-2 emulsified asphalt or equal.

6. If new edge of pavement is less than three feet from another patch, curb or edge of street, replace the

pavement in between.

7. If any part of more than one pre-existing patch edge is within 3 feet of the T-cut, remove and restore the

pavement to the far edge of the furthest pre-existing patch.

8. On longitudinal pavement cuts, the edge of the T-cut shall not lie in a wheel path. Width of T-cut shall be

widened where necessary to move the edge out of the wheel path and either to parallel and 6 inches

from the nearest lane line, or to the location required by note 6 or 7 above as applicable, whichever is the

furthest from the pavement cut.

9. If an edge of a T-cut will be within 5 feet or less of an area of distressed existing pavement, the length and

width of the pavement restoration shall be determined by City Engineer upon notification by the Contractor.

10. Width from edge of trench shall be 6 inches minimum for trenches that are 12 inches wide or less and 12

inches minimum for trenches wider than 12 inches. The width may be increased up to 10 feet on both

sides of the pavement cut as approved by City Engineer. See Engineering Design Manual section 150.6.

City Of Beaverton

T-CUT WIDENING AREA

EXTG BASE ROCK

SAWCUT SOUND

EXISTING PAVEMENT

SEE NOTE 3

NOTES:

302JR - ED2 - 22 - 07

DRAWN BYDATECITY ENGINEER

Terry Waldele, P.E.

CROSS SECTION

MIN

12"

DEPARTMENT

PUBLIC WORKS

WIDTH

SEE NOTE 10

VARIES

NEW T-CUT

PAVEMENT

EDGE LINE

DRAWING NO.

RESTORATION

PAVEMENT CUT

STANDARD T-CUT PAVEMENT

RESTORATION AREA

SEE NOTE 2

David A. Winship, P.E.

UTILITIES ENGINEER

MJ GATE

VALVE

City Of Beaverton

MAX

500'

FLANGE CROSS

FLANGE TEE

FLG x MJ

GATE VALVE

MJ GATE

VALVE

MJ TEE

MJ OPTION

RESTRAIN

DIP SPOOL PE

1'-0" MIN

2'-0" MAX TYP

DEPARTMENT

PUBLIC WORKS

DATE DRAWN BY DRAWING NO.

2 - 13 - 07

VALVE LOCATION

600

TYPICAL MINIMUM WATER

JR - ED

1. Valves are not to be located in curb and gutter area.

2. Valve boxes are required at each valve location.

3. Valve boxes are to be in accordance with Beaverton Standard

Dwg 615 or as preapproved by the Utilities Engineer.

4. Maximum spacing for valves: 500 feet.

5. All valves to conform to AWWA Standards .

6. Use gate valves for 8 inch and smaller lines, butterfly

valve for 10 inch and larger lines, or as specified by the

Engineering Design Manual Chapter 6.

7. Restrained MJ and spool connection option may be used

with preapproval by the City Utility Engineer.

NOTES:

SEE NOTE 7

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

10

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

TYPICAL DETAILS

4109

BS

BS

AL

AB

Page 127: DENNEY RD WATERLINE IMPROVEMENTS …apps.beavertonoregon.gov/Bids/docs/DenneyRoadWaterlineImprov_CIP...denney rd waterline improvements project cip ... finance utility billing

UTILITIES ENGINEER

David A. Winship, P.E.

1. Valve type, size and ends as specified or shown on plans.

2. All valves that are 2 inch and larger shall have an operating nut.

3. When used in non-paved areas, provide an 18 inch square or 24 inch diameter round by

4 inch thick portland cement concrete pad.

4. For pipe extension section: use a 6 inch OD 12 gauge steel or 6 inch ASTM D3034

SDR 35 PVC pipe in one-piece construction with no longitudinal cuts.

5. The cast iron cover is to have WATER or W cast with raised lettering into top surface.

6. When the valve nut is 60 inches or deeper below finished grade, provide valve operator

extension per Beaverton Standard Dwg 620.

7. For 18 inches of valve box, flanged upper section of valve box and cover, use Olympic

Foundry VB 910.

OUTSIDE OF PAVEMENT

City Of Beaverton

SEE

NOTE 6

6" MIN

12" MAX

NOTES:

VALVE

PIPE EXTENSION

SECTION AS

REQUIRED

SEE NOTE 4

CONCRETE PAD

SEE NOTE 3

18"

DRAWN BYDATE

CAST IRON COVER

SEE DETAIL BELOW

PUBLIC WORKS

DEPARTMENT

COVER PLAN

HAND TAMP BACK FILL

AROUND TOP SECTION

1-1/4" DEEP LIFT

POCKET WITH 9/16"

ØWROUGHT IRON ROD

1"

7 3/4"

12"

8"

JR - ED

WATER VALVE BOX AND COVER

6152 - 13 - 07

DRAWING NO.

1/2"

5 1/8"

1

/4

"

2"

INSIDE OF PAVEMENT

PETER ARELLANO, P.E.

CITY ENGINEER

2" ETCHED "W"

SEE NOTE 10

1. Residential subdivision water services to be installed by developer.

2. Wherever possible service line is to extend perpendicular from the watermain to the meter stop.

3. Corporation and curb stops to be Mueller 300 ball valves, 300 psi rated, with Mueller 110

compression joints and padlock wings, Ford Meter Box Co . Ballcorp 300 psi rated ball valve

with "Quick Joint" connections and padlock wings, or identical equal. Corporation stop to be

installed with key sideways in open position.

4. Copper pipe to be American or Canadian made type K.

5. Water meter to be obtained from City.

6. On compression connections, cut the pipe end straight, chamfer and clean prior to inserting into

the fitting. Tighten the compression nut until it makes metal-to-metal contact with the machine

shoulder of the stop or fitting.

7. Service saddle to be installed no less than 18 inches from pipe joint.

8. Meter box shall be Armorcast 12"x20"x12" RPM #A600485 without mousehole. Lid shall be

1 3/4" thick #A600484TDQ 20k load rated polymer concrete cover with #A6000487T RPM 20k

drop-in cover.

9. All meter boxes located in driveways and sidewalks shall have traffic covers.

10. Etch a 2 inch "W" on the existing curb face or stamp a 2 inch "W" on top of wet new curbing to

identify potable water service location.

City Of Beaverton

NOTES:

SEE NOTE 8

24" MIN

COVER

PER UPC

CITY WATER

METER

METER BOX

DEPARTMENT

PUBLIC WORKS

DATE DRAWN BY DRAWING NO.

11 - 12 - 09 640

1" COPPER SERVICE CONNECTION

AB

ENGINEER

BY THE CITY

AS APPROVED

0° TO 45°

MIN 12"

RADIUS

SERVICE LINE

1" MIN

30" MIN

COVER

MONOLITHIC CURB

AND GUTTER

6" THICK PEA GRAVEL

OR 3/4"-0 DRAIN ROCK

VARIES

VARIES

3"

8"

FLEXIBLE COPPER TUBING - SIZE VARIES

1 PIECE OR SILVER SOLDERED JOINTS

WATER MAIN

F

O

R

I

N

F

O

R

M

A

T

I

O

N

O

N

L

Y

4755 S.W. Griffith Drive

P.O. Box 4755

Beaverton, Or 97076

Ph: 503-526-2269

Fx: 503-350-4052

DATE:

PROJECT NO:

DESIGNED BY:

DRAWN BY:

CHECKED BY:

APPROVED BY:

OF

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

REVISIONS / RELEASES

ECONOMIC & CAPITAL

DEVELOPMENT

Engineering Division

11

11

5-29-14

CIP # 4109

SW DENNEY RD -

WATERLINE

TYPICAL DETAILS

4109

BS

BS

AL

AB