bid documents - welcome to city of sutherlin, or doc cent ave imp proj special...bid documents for...

126
For information regarding this project contact: Adam Heberly P.E. HEBERLY ENGINEERING [email protected] 541-391-4813 BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS COUNTY, OREGON MAY 2017 Project Number: ST.2016-17

Upload: vudan

Post on 20-Apr-2018

217 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

For information regarding this project contact: Adam Heberly P.E. HEBERLY ENGINEERING [email protected] 541-391-4813

BID DOCUMENTS

FOR THE CONSTRUCTION OF

CENTRAL AVENUE IMPROVEMENTS PROJECT

CITY OF SUTHERLIN DOUGLAS COUNTY, OREGON

MAY 2017

Project Number: ST.2016-17

Page 2: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

[BLANK]

Page 3: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

CITY OF SUTHERLIN DOUGLAS COUNTY, OREGON

BIDDING REQUIREMENTS AND

CONTRACT DOCUMENTS

for the construction of

CENTRAL AVENUE IMPROVEMENTS PROJECT

PROFESSIONAL OF RECORD CERTIFICATION

Date Signed 5-30-17

I certify the Special Provisions contained within this document are applicable to the design of the subject project. The Special Provisions for this project were prepared by me or under my supervision.

PREPARED BY:

HEBERLY ENGINEERING 1298 Wolf Valley Dr. Umpqua, OR, 97486

541-391-4813 WWW.HEBERLYENGINEERING.COM

Digitally signed by Adam Heberly Date: 2017.05.30 23:30:36 -07'00'

Page 4: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

[BLANK]

Page 5: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

TABLE OF CONTENTS

INVITATION TO BID .................................................................................................................... 1

INFORMATION TO BIDDERS ..................................................................................................... 2

BIDDER'S CHECK LIST ................................................................................................................ 7

BID FORM ...................................................................................................................................... 9

STANDARD BID BOND .............................................................................................................. 15

FIRST TIER SUBCONTRACTOR DISCLOSURE FORM ......................................................... 17

EMPLOYEE DRUG TESTING PROGRAM CERTIFICATION FORM .................................... 19

PUBLIC WORKS BOND, PRE-BID NOTICE AND CERTIFICATION .................................... 21

CONSTRUCTION CONTRACT .................................................................................................. 23

STANDARD PERFORMANCE BOND ....................................................................................... 25

PAYMENT BOND ........................................................................................................................ 27

PUBLIC WORKS BOND FILING CERTIFICATION ................................................................ 29

PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS ..................................... 31

SPECIAL PROVISIONS…………………………………………………………………….SP 1-76

PROJECT PLANS…………………………………………………………………….…..…PL 1-147

STANDARD PLANS………………………………………………………………….…..…PL 1-92

Page 6: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

[BLANK]

Page 7: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

1

INVITATION TO BID The City of Sutherlin will receive sealed bids marked "Bid for CENTRAL AVENUE IMPROVEMENTS PROJECT" until the hour of 2:00 p.m. on June 22, 2017 at which time they will be publicly opened and read. When required, bidders must submit a list of their first-tier subcontractors providing labor, or labor and materials, no later than 4:00 p.m. that same day. Bids shall be addressed and delivered to the City Recorder, City of Sutherlin, 126 E. Central Avenue, Sutherlin, Oregon 97479. Any and all bids received after the 2:00 p.m. deadline for submission will not be considered and returned unopened to the bidder. Any bid for which the list of first-tier subcontractors, when required, has not been submitted by 4:00 p.m. that same day, shall be considered nonresponsive and returned to the bidder. All bids must be identified with the bidder's "Construction Contractors Board" or the “State Landscape Contractors Board” license number on the outside of the sealed bid envelope.

The proposed work generally consists of (description of work) furnishing all labor, equipment, materials, supervision, traffic control, and other misc. for the construction of app. 12,200 tons of asphalt paving app. 61,000 sqyd cold plaining, app. 6,000 ft of curb gutter and standard curb, app. 1,700 feet of storm drainage pipe and 70 drainage inlets and other additional and incidental work as called for by the plans and specifications. All work on this project to be completed in its entirety on or before May 18, 2018 .

The bids will be evaluated as unit price pursuant to OAR 137-049-0380(2)(b). The proposed work will require the bidder to meet the highest standards prevalent in the industry or business related to the work to be performed. Failure to meet such standards may result in a reduction or withholding of payment; require bidder to provide, at bidder’s own expense, additional work required to meet such standards; or termination of the contract, with damages being sought. Technical questions regarding the work to be performed should be addressed to: Adam Heberly P.E., HEBERLY ENGINEERING, 1298 Wolf Valley Dr., Umpqua, OR, 97486, 541-391-4813, [email protected].

A copy of the Contract Documents may be obtained from the City of Sutherlin, 126 E. Central Avenue, Sutherlin, OR 97479 or phone (541) 459-2856. A non-refundable $75 fee is required for Bidding Plans. Bids must be accompanied by a certified check, cashier's check, irrevocable letter of credit or Bid Bond in an amount equal to not less than ten percent (10%) of the total amount of the bid.

Bidders shall state as part of the bid that the provisions of ORS 279C.800 to 279C.870 (Prevailing Wage Rates) shall be complied with; provided however, if the project is also subject to the Federal Prevailing Wage Rate pursuant to the Davis-Bacon Act (40 U.S.C. 3141 - 3148), the higher of the two rates shall be paid. Bidders must also certify as part of the bid that the requirements of ORS 279C.505(2) (Employee Drug Testing Program) shall be complied with. Bidders must be pre-qualified in accordance with the laws of Oregon and the Information to Bidders, at least five days prior to the date of bid opening. Each bid must contain a statement as to whether the bidder is a resident bidder, as defined in ORS 279A.120. Bidders are not required to be licensed under ORS 468A.720 (Asbestos Abatement). Unless exempt under ORS 279C.800 to 279C.870, the successful bidder must file a $30,000 Public Works Bond with the Construction Contractors Board prior to beginning work on the project, and certify that all sub-contractors have also filed such bond.

The City of Sutherlin may reject any bid not in compliance with all public bidding procedures and requirements, including the requirement to demonstrate the bidder’s responsibility under ORS 279C.375(3)(b), may waive any irregularities, and may reject for good cause any or all bids upon a finding of the City it is the public interest to do so. The City may also cancel this invitation in accordance with OAR 137-049-0270.

Dated this 30 day of May, 2017.

City of Sutherlin Douglas County, Oregon

Page 8: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

2

INFORMATION TO BIDDERS

1. FORM OF BID

All bids must be made upon the blank Bid Form attached hereto and must give a price for each item and an aggregate amount or a lump sum price as required in the Bid Form. The City reserves the right to reject any or all bids or to accept the bid deemed in the best interest of the City. Without limiting the generality of the foregoing, the City may reject any bid which is incomplete, obscure or irregular; which omits any one or more items in the price sheet; in which unit prices are obviously unbalanced; or which is accompanied by an insufficient or irregular Bid Bond.

The bidder shall sign the Bid Form in the blank space provided therefore. All bids must contain the bidder’s tax identification number. Bids made by a corporation, general or limited partnership, or LLC, shall contain the name and address of such organization, together with names and addresses of officers, partners or managing members. If the bid is made by a corporation, it must be signed by one of the corporate officers with the authority to sign for the corporation; if made by a partnership, by one of the partners.

All bids must be submitted on the provided form at the time and place, and in the manner prescribed in the Invitation to Bid

2. BID PROTEST; REQUEST FOR CHANGE OR CLARIFICATION

A bidder may protest, or request a change in items in the bid documents, including contract terms and conditions or specifications, by filing a written protest with the City not less than 10 days prior to the bid submission deadline. Such written protest or request for change must include a detailed statement of the grounds for the protest and a statement of the desired changes to the contract terms and conditions or specifications.

The City shall not consider a bidder’s protest or request for change after the deadline for submitting such protest or request. The City shall provide notice to the bidder if it entirely rejects the bidder’s protest or request for change. If the City agrees with the bidder’s protest or request, in whole or in part, the City shall issue a written Addendum to the bid documents or specifications.

Prior to the deadline for submitting a written protest or request for change, a bidder may request that the City clarify any provision of the bid documents. The City’s clarification to a bidder, whether orally or in writing, shall not change the bid documents and is not binding on the City unless the City amends the bid documents by issuing a written addendum.

If a written addendum is issued by the City, all bidders must provide written acknowledgement, with their bids, of receipt of all issued addenda.

3. CONTRACT DOCUMENTS

The Contract Documents for this Project consist of, but are not necessarily limited to, the Invitation to Bid, Information to Bidders, Bid Form, Construction Contract including Exhibit “A” Standard City Contract Provisions, First-Tier Subcontractor Disclosure Form, Drug Testing Program Certification Form, Bidder’s Responsibility Form, Performance Bond, Payment Bond, Public Works Bond Filing Certification form (when required), General Conditions, Technical Provisions, Special Provisions, Standard Drawings, Specifications and Plans, Supplemental Specifications and other Supplemental Agreements, all as required for the full execution and satisfactory completion of the Project. Any person contemplating the submission of a bid and being in doubt as to the meaning or intent of said Contract Documents should request of the City,

Page 9: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

3

in writing, an interpretation thereof. Any interpretation of said Contract Documents shall be made only in writing by the City.

4. ESTIMATE OF QUANTITIES

The estimate of quantities of work to be done as stated in the Bid Form, although stated with as much accuracy as possible, is approximate only and is assumed solely for the purpose of comparing bids. The quantities on which payments will be made to the Contractor are to be determined by measurement of the work actually performed and paid at the unit price bid, regardless of the amount of increase or decrease in the estimated quantities as specified in the Contract Documents. The City reserves the right to increase or diminish the amount of any class of work as may be deemed necessary.

5. CONSTRUCTION CONTRACTORS' BOARD - STATE LANDSCAPE CONTRACTORS’ BOARD

All contractors bidding on public contracts must be licensed with the Construction Contractors' Board or the State Landscape Contractors Board as required by ORS 701.021 or 671.530. Bids must be identified with the Contractors' Board license number on the outside of the bid envelope and as required within. No bids will be considered without this information.

6. DISCLOSURE OF FIRST-TIER SUBCONTRACTORS

When a public improvement contract value is greater than $100,000, all bidders are required to disclose information about first-tier subcontractors, providing labor or labor and materials, when the contract amount of such first-tier subcontractor is equal to or greater than:

1) 5% of the project bid, or $15,000.00, whichever is greater; or 2) $350,000 regardless of the percentage of the total bid.

Bidders must disclose the following information about such subcontracts, on the First-Tier Subcontractor Disclosure Form provided by the City and included herein, within two hours of the bid submission deadline:

1) The subcontractor’s name; 2) The subcontract dollar value; and 3) The category of work to be performed by the subcontractor.

Any bidder not using subcontractors subject to the above disclosure form, must write “NONE” on the Disclosure Form and sign and submit the form. The City will reject a bid if the bidder fails to submit the Disclosure Form before the deadline.

7. DRUG TESTING PROGRAM

ORS 279C.505(2) requires public improvement contracts to include a provision requiring contractors to demonstrate that they have an employee drug and alcohol testing program in place. All bidders are required to certify, on the Drug Testing Program Certification Form provided by the City and included herein, that they have such program in place. This certification will become part of the Contract if awarded and contractor will be required to maintain such program throughout the performance of the Contract. Failure to maintain a program shall constitute a material breach of the Contract.

8. PROMPT PAY POLICY - TIMELY PROGRESS PAYMENTS

ORS 279C.570 and 279C.580 require prompt payment to contractors and subcontractors and provides for settlement of compensation disputes between the parties. The City is required to

Page 10: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

4

automatically calculate and pay interest on invoices from the contractor when payments become overdue. The interest commences 30 days after receipt of the invoice from the contractor, or 15 days after the payment is approved by the City, whichever is earlier. The rate of interest charged to the City on the amount due shall equal three times the discount rate on 90-day commercial paper, but shall not exceed 30 percent.

The City is also required to ensure that the contractor includes a clause in each subcontract that obligates the contractor to pay first-tier subcontractors for satisfactory performance under its contract. Contractors must pay subcontractors within 10 days of receiving payment from the City. Contracts between primary contractors and subcontractors must also contain an interest penalty clause that obligates the contractor, if payment is not made to the subcontractor within 30 days after receipt of payment from the City, to pay the first-tier subcontractor an interest penalty on amounts due in the case of each payment not made in accordance with the subcontract payment clause. The contractor is also required to ensure that first-tier subcontractors include these requirements in each of its subcontracts with lower-tier subcontractors or suppliers.

If requested in writing by a first-tier subcontractor, within ten calendar days after receiving the request, the contractor must provide the first-tier subcontractor, a copy of that portion of any invoice or request for payment submitted to the City, or pay document provided by the City to the contractor, specifically related to any labor or materials supplied by the first-tier subcontractor.

9. PRE-QUALIFICATION OF BIDDERS

When required, bidders shall pre-qualify under ORS 279C.430 and 279C.435, and shall submit the information requested on a form acceptable to the City. This information shall be submitted at least five (5) days prior to the date of bid opening. Bidder qualifications are approved on a calendar year basis and must be renewed annually by filing a new pre-qualification application and obtaining approval after January 1 of each year. The City will accept the approval of qualifications granted from the Department of Transportation and the Department of Administrative Services, including the time periods used by those agencies.

10. BID BOND, PUBLIC WORKS BOND, PAYMENT BOND AND PERFORMANCE BOND

A Bid Bond, Public Works Bond Filing Certification, Payment Bond and Performance Bond shall be provided as specified in Paragraph 5.4 of the General Conditions. No waivers, special requirements or emergency provisions have been established for this Contract.

11. HIGHEST STANDARDS OF WORK AND CONSEQUENCES FOR FAILURE

The work to be performed must meet the highest standards prevalent in the industry or business most closely related to the work to be performed. Failure to meet such standards may result in consequences including, but not limited to a reduction or withholding of payment; a requirement that bidder perform, at bidder’s own expense, additional work required to meet such standards; or termination of the contract, with damages being sought.

12. CONDITIONS OF WORK

Bidders must make their own determination of the nature of the work proposed under this Contract, the local conditions which can be encountered in this area, and all other matters which can in any way affect the work proposed under this Contract. It shall also be the bidder's responsibility to be thoroughly familiar with the Contract Documents. Failure to make the examination necessary for this determination or to examine any form, instrument or document of the Contract shall not release the bidder from the obligations of this Contract.

Page 11: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

5

13. REVIEW OF BIDS; BASIS FOR AWARD; NOTICE OF INTENT TO AWARD; AND RIGHT TO PROTEST AWARD

In reviewing all bids received and determining the lowest responsible bidder, the City reserves the right to take into account and give reasonable weight to the extent of the bidder's experience on work of the nature involved, on the bidder's record as to dependability in carrying out of contracts, and evidence of present ability to perform the Contract in a satisfactory manner.

The City may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract, to complete the work contemplated therein, and to do so in a timely manner. The City specifically reserves the right to reject a bid from a bidder who, at the time bids are opened, has failed to complete work in a timely manner under a contract previously awarded to the bidder by the City. Conditional bids will not be accepted.

In accordance with ORS 279A.120(2)(b), in determining the lowest responsible bidder, the City shall, for the purpose of awarding the Contract, add a percentage increase on the bid of a non-resident bidder equal to the percent, if any, of the preference given to that bidder in the state in which the bidder resides.

Within 30 days after the bid opening, the City will accept one of the bids or reject all of the bids received. If the City intends to accept one of the bids, it shall issue a Notice of Intent to Award the Contract to all bidders. The City’s award will not be final until 7 days after the date of the notice if no protest is filed; or if a protest is filed, until the City provides a written response to all timely-filed protests that denies the protest and affirms the award.

A bidder may submit a formal written protest to the City’s Notice of Intent to Award the Contract within 7 calendar days of the date of the City’s Notice of Intent. The written protest must specify the grounds upon which the protest is based and must show that the protesting party is an adversely affected or aggrieved bidder. A bidder is adversely affected or aggrieved only if the bidder is eligible for award of the Contract as the responsible bidder submitting the lowest responsible bid, is next in line for award and claims that all lower bidders are ineligible for award in accordance with law.

Such protest must be submitted to the City Recorder, 126 E. Central Ave., Sutherlin, OR 97479. Any protest received after the 7-day deadline will not be considered. The City Recorder shall forward such protest to the City Manager who shall have the authority to settle or resolve the protest by written decision.

14. EXECUTION OF CONTRACT, BONDS AND DAMAGES FOR FAILURE TO EXECUTE

The bidder whose bid is accepted will be required to appear within ten days after notice that the Contract has been awarded to bidder and to execute the Contract with the City for the full and complete performance of all work specified, and as required by Paragraph 5.4 of the General Conditions, deliver the Public Works Bond Filing Certification form, the Payment Bond to assure payment of the obligations incurred in the performance of the Contract and the Performance Bond and to ensure performance of the Contract.

Should the successful bidder fail or refuse to execute the Contract and furnish the Public Works Bond Filing Certification form, Payment Bond and/or Performance Bond when required, then the Bid Bond deposited by said bidder shall be retained by the City as liquidated damages.

Page 12: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

6

15. COMMENCEMENT DATE AND EXPIRATION DATE OF CONTRACT

This Contract shall be in effect from the time the Contract is signed until the Project is completed. The Contractor must be capable of commencing construction on the work contemplated in the Contract Documents within 10 days after the execution of the Contract and receipt of the City's notification to proceed and shall complete the same within the time specified in the bid.

16. DURATION OF BIDS; RETURN OF BID BONDS

All bids will be binding until the later of:

1) the day the contract is executed; or 2) 60 days after the date of bid opening.

Bid bonds will be returned to unsuccessful bidders not later than the date on which the bids are no longer binding.

17. PUBLIC RECORDS

These Contract Documents and each bid received in response to it, together with copies of documents pertaining to the award of a contract shall be kept on file as a public record by the City Recorder; provided however, such records shall not be disclosed until after the notice of intent to award the contract has been issued.

18. RECORDS REVIEW; CONFIDENTIALITY

After notice of intent to award the resulting contract has been issued, all bids shall be available for public inspection except for those portions of a bid that the bidder designates in its bid as trade secrets or as confidential proprietary data in accordance with applicable state law. If the City determines such designation is not in accordance with applicable law, the City shall make those portions available for public inspection. The bidder shall separate information designated as confidential from other non-confidential information at the time of submitting its proposal. Prices, makes, models or catalog numbers of items offered, scheduled delivery dates and terms of payment are not confidential, and shall be publicly available regardless of a bidder’s designation to the contrary.

19. ASBESTOS CONTAINING MATERIAL

Materials containing asbestos may be present in underground pipe systems. All appropriate Federal, State, County and Municipal rules, regulations and guidelines must be followed when working with asbestos containing material. Non friable material must be handled, transported and disposed of in a way that prevents it from becoming friable and releasing asbestos fibers. If AC pipe is shattered, damaged or badly weathered, it is considered to be friable and will likely release asbestos fibers. A DEQ licensed asbestos abatement contractor using DEQ certified workers must remove all friable asbestos material. Other requirements may exist concerning asbestos pipe removal as may be required by DEQ. Any and all permits and fees that are required by the DEQ, Douglas County and any other regulatory agency must be obtained and paid for by the Contractor prior to disposing of the asbestos containing material. For information about asbestos rules, contact the DEQ Western Region office in Medford, Oregon.

Page 13: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

7

BIDDER'S CHECK LIST

Bidder's attention is called to the following forms, which must be executed in full as required with the bid: A. BID FORM(S): Each bidder shall complete the bid form(s) in accordance with Section

00120.40, Preparation of Bids.

B. BID BOND: This form is to be executed by bidder and bidder's Surety. The amount of cash, certified check, cashier's check, irrevocable letter of credit or Bid Bond shall not be less than 10% of the total Bid amount.

C. FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM: When required by law, this form must be submitted by the bid submission deadline, at which time bids will be opened and read, or within two (2) working hours of such submission deadline. If no subcontractors for labor or for labor and materials will be used, the bidder must write “NONE” on the disclosure form, sign and submit the form as required. Failure to submit this form within two hours of the bid submission deadline will result in the bid becoming non-responsive and such bid will be returned to the bidder.

D. DRUG TESTING PROGRAM CERTIFICATION FORM: This form must be submitted with the bid to demonstrate that bidder has an employee drug and alcohol testing program in place and will continue to keep the program in place throughout the duration of performing the Contract awarded.

E. PUBLIC WORKS BOND PRE-BID NOTICE & CERTIFICATION FORM: This form must be submitted with the bid to demonstrate contractor’s awareness of and intended compliance with the requirement to file a Public Works Bond with the Construction Contractors Board prior to beginning work on the project if awarded the bid.

The following forms are to be executed after the Contract is awarded, prior to beginning work on the project:

A. CONSTRUCTION CONTRACT: This agreement is to be executed by the successful bidder.

B. PERFORMANCE BOND AND PAYMENT BOND: Both a Performance Bond and a Payment Bond are to be executed by the successful bidder and bidder's Surety Company and submitted at the time the Contract is executed.

C. PUBLIC WORKS WAGE CERTIFICATION FORM: This form is to be completed in accordance with state law and submitted with the first and last request for payment.

D. CERTIFICATE OF INSURANCE: This certificate is to be executed by the successful bidder and bidder's insurance company and submitted at the time the Contract is executed.

E. PUBLIC WORKS BOND FILING CERTIFICATION: This form is to be executed by the successful bidder and submitted at the time the Contract is executed to certify if Contractor has filed the required Public Works Bond or elected not to file the Bond due to qualifying under ORS 200.055.

D. CERTIFICATE OF INSURANCE: This certificate is to be executed by the successful bidder and bidder's insurance company and submitted at the time the Contract is executed.

E. PUBLIC WORKS BOND FILING CERTIFICATION: This form is to be executed by the successful bidder and submitted at the time the Contract is executed to certify if Contractor has filed the required Public Works Bond or elected not to file the Bond due to qualifying under ORS 200.055.

Page 14: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

8

[BLANK]

Page 15: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS
Page 16: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS
Page 17: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS
Page 18: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

12

The undersigned also declares and agrees as follows: 1. That the only persons or parties interested in this bid are those named herein, that the bid is in all

respects fair and without fraud, and that it is made without any connection or collusion with any person making another bid on this Contract.

2. That the bidder, and any subcontractor upon which the bidder is relying, have carefully examined and had an opportunity to comment on, the Contract Documents for the construction of the proposed improvements including a full set of the plans and specifications, including all addenda thereto; that bidder has personally inspected the contemplated construction area or areas; that bidder is satisfied as to the adequacy and completeness of the plans and specifications, the feasibility of the work described therein, quantities of materials, items of equipment and conditions of work involved, including the fact that the description of work and materials as included herein are approximate only; and that this bid is made according to the provisions and under the terms of the Specifications which are hereto attached and hereby made a part of this bid.

3. All of the Specifications and Plans which are listed herein have been examined by the undersigned bidder and the terms and conditions thereof are hereby accepted.

4. It is understood that the Plans may be supplemented by additional Drawings and Specifications in explanation and elaboration of the Plans and it is agreed that such Supplemental Drawings, when not in conflict with those referred to in Paragraph 3 above, will have the same force and effect as if completed and attached hereto, and that when received, will be considered a part of the Contract Documents.

5. It is understood that all work will be performed under the price schedule outlined herein and that all services, materials, labor and equipment and all work necessary to complete the Project in accordance with the Plans and Specifications shall be furnished for the prices named in the bid. If there is a change in the scope of work or work which cannot be properly classified under the price schedule then bidder agrees to do this work as "extra work". The undersigned bidder agrees to do any extra work and furnish materials, and to accept as full compensation therefore, such prices as may be agreed upon in writing by the City and the Contractor before extra work begins. Each party binds itself to agree to reasonable prices.

6. It is understood the work to be performed must meet the highest standards prevalent in the industry or business most closely related to the work to be performed. It is further understood that failure to meet such standards may result in consequences including, but not limited to, a reduction or withholding of payment; a requirement that bidder perform, at bidder’s own expense, additional work required to meet such standards; or termination of the contract, with damages being sought.

7. The bidder agrees that if this bid is accepted, the bidder will, within the time specified in Section 00130 execute the Construction Contract with the City in the form of Contract specified, and will, at the time of execution of the Contract, deliver to the City the Performance Bond and Payment Bond required herein, and will furnish all the materials necessary to complete the Project in the manner, in the time and according to methods as specified in the Specifications and required by the City of Sutherlin.

8. The cash, certified check, cashier's check, irrevocable letter of credit or Bid Bond shall be payable to the City to the extent of 10% of the amount of the bid in case this bid is accepted by the City and the undersigned shall fail or refuse to execute the Contract and furnish a Payment Bond, a Performance Bond or the Public Works Bond Filing Certification form as required by the

Page 19: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

13

Specifications within the time limit named therein after notification that said bid is accepted, all in accordance with the provisions of this bid and the Plans and Specifications which are a part hereof.

9. All items for the Contract for which forms are provided herein have been completed in full by the showing of prices for each and every item thereof, and for the showing of other information indicated by the Bid Form.

10. Bidder agrees to begin work within ten days after the execution of the Contract proposed herein and receipt of the City's notification to begin work and to complete work in all respects no later than Friday, May 18, 2018.

11. In the event the bidder is awarded the Contract and fails to complete the Project within the time limit or extended time agreed upon, as more specifically set forth in the General Conditions, liquidated damages shall be paid to or withheld by the City pursuant to Paragraph 4 of the Construction Contract (Time of Performance - Liquidated Damages) at the rate of $2,200.00 per day, until the Project has been completed as provided in the General Conditions.

12. The undersigned bidder hereby states, as part of this bid, that the applicable provisions of Oregon’s Prevailing Wage Law (ORS 279C.800 to 279C.870) and the Federal Prevailing Wage Law (Davis-Bacon Act, 40 U.S.C. 3141-3148), shall be complied with. When the Project is subject to both the State and Federal Prevailing Wage Laws and rates, workers in each trade will be paid the higher of the two rates.

13. The undersigned bidder and bidder's subcontractors shall comply with ORS 656.017, which requires them to provide Workers' Compensation coverage for all their subject workers.

14. The undersigned bidder hereby states, as part of this bid, that bidder shall comply with ORS 279C.505(2) which requires bidder to have an employee drug testing program in place.

15. The undersigned bidder and bidders’ subcontractors shall comply with ORS 279C.570 and 279C.580, which require timely progress payments for public improvement projects and provide interest penalties for late payment.

16. The undersigned bidder hereby states, as part of this bid, which bidder and bidder's subcontractors shall comply with the provisions of the Modified General Conditions, Volume 1.

17. If the bidder is awarded the Contract for this work, the name and address of the Surety who will provide the Payment Bond, Performance Bond and Public Works Bond (if required) will be _________________________________________________________.

18. The name and address of the bidder who is submitting this bid is: _________________ ________________________________, which is the address to which all communications pertinent to this bid and the Contract shall be sent.

19. The names of the principal officers of the corporation submitting this bid or of the partnership, or of all parties interested in this bid as principals are as follows:

_______________________________________________________________________.

20. The undersigned bidder acknowledges that Addenda No. _______ through ________ have been delivered to bidder and have been examined as part of the Contract Documents.

21. In the prosecution of this work, the bidder proposes to use the subcontractors listed on the First-Tier Subcontractor Disclosure Form presented within two working hours of the bid submission deadline as set forth in the Invitation to Bid. Any bidder not using subcontractors subject to the above referenced Disclosure Form shall indicate “NONE” on the Disclosure Form and sign and submit the form as required.

Page 20: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

14

22. Declaration of Residency: I "am" or "am not" (circle one) a "resident bidder"* as defined by ORS 279A.120, a contractor that has paid unemployment taxes or income taxes in Oregon 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" pursuant to ORS 279A.120.

23. The bidder's Construction Contractors Board License Number or Landscape Contractors Board License Number is: __________________________.

24. Bidder’s Tax Identification Number:________________.

Email: ________________________

25. Public Works Bond: If the bid is accepted, prior to beginning work on the project, the bidder will file with the Construction Contractors Board, a Public Works Bond in the amount of $30,000 with a corporate surety authorized to do business in the State of Oregon; and before permitting a subcontractor to begin work on the project, the bidder will verify that the subcontractor has also filed the aforementioned bond. If the bidder, as a certified disadvantaged, minority, women or emerging small business enterprise, elects not to file the Public Works Bond, bidder will file written verification of such certification with the Construction Contractors Board and provide the Board and the City of Sutherlin with notice of such election.

If sole Proprietor or Partnership: In witness hereto, the undersigned as set his/her hand this _______ day of ____________, 2017.

Signature of bidder:

Title:

If Corporation: In witness whereof, the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officers this ___________ day of _______________, 2017.

Name of Corporation:

By:

Title: Attest:

Secretary

Page 21: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

15

STANDARD BID BOND

We, _________________________________________, “as Principal,” (Name of Principal) and _________________________________________, an _________________Corporation, (Name of Surety) authorized to transact Surety business in Oregon, as “Surety,” hereby jointly and severally bind ourselves, our respective heirs, executors, administrators, successors and assigns to pay unto the City of Sutherlin (“Obligee”) the sum of ($___________________) _______________________ dollars. WHEREAS, the condition of the obligation of this bond is that Principal has submitted its proposal or bid to an agency of the Obligee in response to Obligee’s procurement document (No. _________________) for the project identified as: __________________________________ which proposal or bid is made a part of this bond by reference, and Principal is required to furnish bid security in an amount equal to ten percent (10%) of the total amount of the bid pursuant to the procurement document and ORS 279C.365(5) for competitive bidding or 279C.400(5) for competitive proposals. NOW, THEREFORE, if the proposal or bid submitted by Principal is accepted, and if a contract pursuant to the proposal or bid is awarded to Principal, and if Principal enters into and executes such contract within the time specified in the procurement document and executes and delivers to Obligee its good and sufficient performance bond, payment bond and public works bond as required by Obligee within the time fixed by Obligee, then this obligation shall be void; otherwise, it shall remain in full force and effect. IN WITNESS WHEREOF, we have caused this instrument to be executed and sealed by our duly authorized legal representatives this _____ day of ___________________, 2017. PRINCIPAL: ___________________________ SURETY: ____________________________ By ___________________________________ BY ATTORNEY-IN-FACT: Signature ______________________________________ _____________________________________ Official Capacity Name Attest: ________________________________ _____________________________________ Corporation Secretary Signature

_____________________________________

Address

_____________________________________ City State Zip

_____________________________________ Phone Email

Page 22: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

16

[BLANK]

Page 23: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

17

FIRST TIER SUBCONTRACTOR DISCLOSURE FORM PROJECT NAME: CENTRAL AVENUE IMPROVEMENTS PROJECT BID#: ST.2016-17 BID CLOSING: DATE: June 22, 2017 TIME: 2:00 p.m.

This form must be submitted at the location specified in the Invitation to Bid on the advertised bid closing date and within two working hours after the advertised bid closing time.

List below the name of each subcontractor that will be furnishing labor or labor and materials, and is required to be disclosed, the category of work that the subcontractor will be performing and the dollar value of the subcontract. Enter “NONE” if there are no subcontractors that need to be disclosed. (ATTACH ADDITIONAL SHEETS IF NEEDED)

NAME OF SUBCONTRACTOR

DOLLAR VALUE

CATEGORY OF WORK

1. $

2. $

3. $

4. $

5. $

6. $ Failure to submit this form by the disclosure deadline will result in a nonresponsive bid. A nonresponsive bid will not be considered for award. Form submitted by (bidder name):

Contact name: Phone:

Form Received in the City Manager’s Office:

Time: Date: By:

Page 24: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

18

[BLANK]

Page 25: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

19

EMPLOYEE DRUG TESTING PROGRAM CERTIFICATION FORM BIDDER’S NAME: PROJECT NAME & NO.: CENTRAL AVENUE IMPROVEMENTS PROJECT ORS 279C.505 (2) provides that every public improvement contract contain a condition that the Contractor shall demonstrate than an employee drug testing program is in place. The City’s award of the Contract for which this certificate is required is conditioned, in part, upon the Bidder’s demonstration of compliance with the provisions of ORS 279C.505(2). If the Bidder named above is awarded the Contract, this certificate shall become a part of, and shall constitute a continuing representation and warranty under, the Contract. To induce the City to award the Contract to the Bidder, the undersigned, as the duly authorized representative of the Bidder, hereby represents and warrants, on behalf of the above named Bidder: 1. That Bidder has and enforces, and at all times during the term of the Contract will have and

enforce, a written employee drug testing policy that at a minimum, requires compliance with the Oregon Department of Transportation Commercial Drivers License drug testing regulations;

2. A copy of the Bidder’s current written employee drug testing policy will be available for

inspection by the City at any time upon the City’s request; and 3. The Bidder understands and agrees that its representations and warranties herein will become a

continuing part of the Contract and that breach of any of the foregoing will be sufficient grounds for disqualification under 279C.440(2)(d).

The City shall not be liable, either directly or indirectly, in any dispute arising out of the substance or procedure of Bidder/Contractor’s drug testing program. Nothing in this drug testing provision shall be construed as requiring Bidder/Contractor to violate any legal, including constitutional rights of any employee, including but not limited to, selection of which employees to test and the manner of such testing. The City shall not be liable for Bidder/Contractor’s negligence in establishing or implementing, or failure to establish or implement, a drug testing policy, or for any damage or injury caused by Bidder/Contractor’s employees acting under the influence of drugs while performing work covered by the Contract. These are Bidder/Contractor’s sole responsibilities. In Witness whereof, the Bidder has caused this document to be executed by its duly authorized representative on the date shown below.

Signature:____________________________________

Printed Name, Title:____________________________

Date:__________________________-______________

Page 26: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

20

[BLANK]

Page 27: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

21

CITY OF SUTHERLIN PUBLIC WORKS BOND, PRE-BID NOTICE AND CERTIFICATION

I, the undersigned contractor, hereby certify that if awarded the contract for which I am submitting this bid, prior to beginning work on such Project, unless exempt under ORS 279C.800 to 279C.870, I will file with the Construction Contractors Board, a Public Works Bond in the amount of $30,000 with a corporate surety authorized to do business in the State of Oregon. I further certify that before permitting a subcontractor to start work on the Project upon which I am submitting this bid, I will verify that the subcontractor has also filed such Public Works Bond or has elected not to file such bond as allowed by state law. The Public Works Bond shall provide that the contractor or subcontractor will pay claims ordered by the Bureau of Labor and Industries to workers performing labor upon public works projects. The bond shall be a continuing obligation and remain continuously in effect. If, as a contractor, I qualify as a disadvantaged, minority, women, disable veteran or emerging small business enterprise certified under ORS 200.055 and I have elected not to file the aforementioned Public Works Bond, I hereby certify that I will file written verification of such certification with the Construction Contractors Board. I also certify that before beginning any work on the Project, I will provide the City of Sutherlin and the Construction Contractors Board written notice that I have elected not to file the Public Works Bond. If so certified under ORS 200.055, I understand that my election not to file the Public Works Bond will expire one year from the date it was filed and that a claim for unpaid wages may be filed against the payment bond I submitted on the Project. I further certify that I understand the Public Works Bond described above is in addition to any other bond that I am required to provide, or that may be required of a subcontractor, for this Project. Project Name: CENTRAL AVENUE IMPROVEMENTS PROJECT Project Number: ST.2016-17 Contractor’s Printed Name:

Contractor’s Signature:

Dated:

Page 28: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

22

[BLANK]

Page 29: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

23

CONSTRUCTION CONTRACT This Contract is made and entered into this _______ day of _____________, 2017, by and between , hereinafter called the "Contractor", and the City of Sutherlin, a municipal corporation of the State of Oregon, hereinafter called “CITY".

WITNESSETH

That the Contractor and CITY, for the consideration hereinafter described agree as follows: 1. WORK TO BE PERFORMED. The Contractor agrees to do all the work and furnish all necessary labor, materials, tools and equipment for the completion of the CENTRAL AVENUE IMPROVEMENTS PROJECT, ST.2016-17 in accordance with the bid made by the Contractor on the day of , 2017, all in full compliance with the Contract Documents referred to herein, and guarantees all materials and workmanship for one year after acceptance of the project. 2. CONTRACT DOCUMENTS. The Contract Documents include the City’s Invitation to Bid, Information to Bidders, the Bid Form signed by the Contractor, this Construction Contract, First-Tier Subcontractor Disclosure Form (when required), Drug Testing Program Certification Form, Performance Bond, Payment Bond, Public Works Bond Filing Certification form (when required), Modified General Conditions-Volume 1, 2008, Oregon Standard Specifications for Construction-Volume 2, Special Provisions, Standard Drawings and Plans, and other Supplemental Agreements all as required for the full execution and satisfactory completion of the work. All of the Contract Documents are incorporated herein by this reference and made a part of this Contract with noted name change above. 3. PAYMENT. In consideration of the faithful performance of the work herein embraced, CITY agrees to pay the Contractor as payment in full per the provisions of the Contract Documents. 4. TIME OF PERFORMANCE - LIQUIDATED DAMAGES. The Contractor shall commence work under this Contract upon receiving notification to proceed from the CITY. The Contractor agrees that the work under this Contract shall be completed in its entirety by May 18, 2018. If the Contractor fails to complete the Project within the time hereinbefore mentioned, or in the extended time agreed upon, liquidated damages shall be paid to or withheld by the CITY at the rate of $2,200 per day until the Project is completed. It has been agreed that the damages arising from a delay in completion would be difficult to ascertain with any degree of accuracy, even after the Project is completed. It has also been agreed that the amount of liquidated damages specified herein is a reasonable forecast of just compensation for the harm that will be caused by a delay in completion of the Project. Any such sum which the Contractor may be obligated to pay under the terms of this Paragraph is paid as liquidated damages, and not as a penalty. 5. COMPLIANCE WITH LAW. The Contractor shall comply with all local, state and federal laws, ordinances and regulations applicable to contracts covering municipal contracts, and shall make prompt payment of all amounts that may be due from said Contractor in the way of taxes, other governmental charges or lawful deductions, and shall make prompt payment of all labor and materials and shall save the City harmless from any damages or claims whatsoever in the performance of the Contract. Contractor and all subcontractors agree to comply with the Sutherlin Municipal Code Regulations relating to business registration. 6. NOTICE. Any notice required or permitted by this Contract must be delivered and served personally, or alternatively, deposited in the United States mail, postage prepaid, registered or certified, return receipt requested, addressed to the parties as shown below:

Page 30: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

24

CITY: CONTRACTOR: City of Sutherlin ________________________________ ATTN: Jerry Gillham, City Manager ________________________________ 126 E. Central Avenue ________________________________ Sutherlin, OR 97479 ________________________________ Such notice, if mailed within the State of Oregon, shall be deemed delivered upon the second day following the date postmarked. If mailed outside the State of Oregon, notice shall be deemed delivered upon the fifth day following the date postmarked. 7. GOVERNING LAW; VENUE LOCATION. Oregon law shall be applied to all actions relating to the Contract, and the venue in any such action shall lie in the Circuit Court of Douglas County, Oregon. IN WITNESS WHEREOF, the parties hereto have executed this Contract the day and year first above written. CITY CONTRACTOR Jerry Gillham (Authorized Signature) City Manager Title: Date: Date: Tax Identification Number ATTEST: ____________________________ ____________________________ ____________________________

Page 31: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

25

STANDARD PERFORMANCE BOND Bond No.: Solicitation: Project Name: CENTRAL AVENUE IMPROVEMENTS PROJECT & ST.2016-17 (Surety#1)Bond Amount No. 1: $ (Surety #2) *Bond Amount No. 2:$ *If using multiple sureties Total Penal Sum of Bond $ We, ___________________________ as Principal, and the above identified Surety(ies), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves, our respective heirs, executors, administrators, successors and assigns, firmly by these presents to pay to the City of Sutherlin the sum of (Total Penal Sum of Bond) (Provided that we the Sureties bind ourselves in such sum “jointly and severally” as well as “severally” only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety), and WHEREAS, the Principal has entered into a contract with the City of Sutherlin, the plans, specifications, terms and conditions of which are contained in the above-referenced Solicitation; WHEREAS, the terms and conditions of the contract, together with applicable plans, standard specifications, special provisions, schedule of performance, and schedule of contract prices, are made a part of this Performance Bond by reference, whether or not attached to the contract (all hereafter called “Contract”); and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms, conditions, requirements, plans and specifications, and all authorized modifications of the Contract which increase the amount of the work, the amount of the Contract, or constitute an authorized extension of the time for performance, notice of any such modifications hereby being waived by the Surety: NOW, THEREFORE, THE CONDITION OF THIS BOND IS SUCH that if the Principal herein shall faithfully and truly observe and comply with the terms, conditions and provisions of the Contract, in all respects, and shall well and truly and fully do and perform all matters and things undertaken by Contractor to be performed under the Contract, upon the terms set forth therein, and within the time prescribed therein, or as extended as provided in the Contract, with or without notice to the Sureties, and shall indemnify and save harmless City of Sutherlin and members thereof, its officers, employees and agents, against any direct or indirect damages or claim of every kind and description that shall be suffered or claimed to be suffered in connection with or arising out of the performance of the Contract by the Principal or its subcontractors, and

Page 32: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

26

shall in all respects perform said Contract according to law, then this obligation is to be void; otherwise, it shall remain in full force and effect. Nonpayment of the bond premium will not invalidate this bond nor shall City of Sutherlin be obligated for the payment of any premiums. This bond is given and received under authority of ORS Chapters 279A, 279B and 279C, the provisions of which hereby are incorporated into this bond and made a part hereof. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this _______ day of ______________________, 2017. PRINCIPAL: By:

Signature Official Capacity

Attest: Corporation Secretary

SURETY: [Add signatures for each surety if using multiple bonds] BY ATTORNEY-IN-FACT: [Power-of-Attorney must accompany each surety bond] Name Signature Address City State Zip Phone Fax

Page 33: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

27

PAYMENT BOND Bond No.: Solicitation: Project Name: CENTRAL AVENUE IMPROVEMENTS PROJECT & ST.2016-17 (Surety#1)Bond Amount No. 1: $ (Surety #2) *Bond Amount No. 2:$ *If using multiple sureties Total Penal Sum of Bond $ We, ___________________________ as Principal, and the above identified Surety(ies), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves, our respective heirs, executors, administrators, successors and assigns, firmly by these presents to pay to the City of Sutherlin the sum of (Total Penal Sum of Bond) (Provided that we the Sureties bind ourselves in such sum “jointly and severally” as well as “severally” only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety), and

WHEREAS, the Principal has entered into a contract with the City of Sutherlin, the plans, specifications, terms and conditions of which are contained in the above-referenced Solicitation;

WHEREAS, the terms and conditions of the contract, together with applicable plans, standard specifications, special provisions, schedule of performance, and schedule of contract prices, are made a part of this Payment Bond by reference, whether or not attached to the contract (all hereafter called “Contract”); and

WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms, conditions, requirements, plans and specifications, and schedule of Contract prices which are set forth in the Contract and any attachments, and all authorized modifications of the Contract which increase the amount of the work, or the cost of the Contract, or constitute authorized extensions of time for performance of the Contract, notice of any such modifications hereby being waived by the Surety:

NOW, THEREFORE, THE CONDITION OF THIS BOND IS SUCH that if the Principal shall faithfully and truly observe and comply with the terms, conditions and provisions of the Contract, in all respects, and shall well and truly and fully do and perform all matters and things by it undertaken to be performed under said Contract and any duly authorized modifications that are made, upon the terms set forth therein, and within the time prescribed therein, or as extended therein as provided by the Contract, with or without notice to the Sureties, and shall indemnify and save harmless the City of Sutherlin and members thereof, its officers, employees and agents, against any direct or indirect damages or claim of every kind and description that shall be suffered or claimed to be suffered in connection with or arising out of the performance of the Contract by the Contractor or its subcontractors, and shall promptly pay all persons supplying labor, materials or both to the Principal or its subcontractors for prosecution of the work provided in the Contract; and shall promptly pay all contribution due according to workers compensation requirements and the State Unemployment compensation Fund from the Principal or its subcontractors in connection with the performance of the Contract; and shall pay over to the Oregon Department of Revenue all sums required to be deducted and retained from the wages of employees of the Principal and its subcontractors pursuant to ORS 316.167, and shall permit no lien nor claim to be filed or prosecuted against City of Sutherlin on account of any labor or materials furnished; and do all things required of the

Page 34: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

28

Principal by the laws of this State, then this obligation shall be void; otherwise, it shall remain in full force and effect.

Nonpayment of the bond premium will not invalidate this bond nor shall the City of Sutherlin be obligated for the payment of any premiums.

This bond is given and received under authority of ORS Chapters 279A, 279B and 279C, the provisions of which hereby are incorporated into this bond and made a part hereof. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this _______ day of ______________________, 2017. PRINCIPAL: By:

Signature Official Capacity

Attest: Corporation Secretary

SURETY: [Add signatures for each surety if using multiple bonds] BY ATTORNEY-IN-FACT: [Power-of-Attorney must accompany each surety bond] Name Signature Address City State Zip Phone Fax

Page 35: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

29

PUBLIC WORKS BOND FILING CERTIFICATION

Pursuant to ORS 279C.800 to 279C.870, I, undersigned contractor, do hereby certify that, prior to beginning work on the Project for which I have been awarded the bid by the City of Sutherlin: 1. I have filed with the Construction Contractors Board (“Board”), a Public Works Bond in the amount of $30,000 with a corporate surety authorized to do business in the State of Oregon. _____Yes _____No (Check one)

2. I have elected not to file a Public Works Bond with the Board because I am a disadvantaged, minority, women, disabled veteran or emerging small business enterprise certified under ORS 200.055. I have provided the Board written verification of such certification and written notification of my election not to file the Public Works Bond. I understand that my election not to file the Public Works Bond will expire one year from the date it was filed and that a claim for unpaid wages may be filed against the payment bond I submitted on the Project. _____Yes _____No (Check one)

3. I have verified any subcontractor involved in the Project has, prior to beginning any work on this Project, either filed the Public Works Bond with the Board or has elected not to file the Public Works Bond because the subcontractor is a disadvantaged, minority, women, disabled veteran or emerging small business enterprise certified under ORS 200.055. _____Yes _____No (Check one)

(a) I have verified that any subcontractor involved in this Project that has elected not to file the Public Works Bond has provided the Board written verification of its certification under ORS 200.055 and written notification of its election not to file the Public Works Bond. _____Yes _____No (Check one)

I understand the Public Works Bond described above is in addition to any other bond that I am required to provide, or that may be required by a subcontractor, for this Project Project Name: CENTRAL AVENUE IMPROVEMENTS PROJECT Project Number: ST.2016-17 Contractor’s Printed Name:______________________________________

Contractor’s Signature:__________________________________________

Dated:________________________

Page 36: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

30

[BLANK]

Page 37: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

31

BUREAU OF LABOR AND INDUSTRIES

PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS

Prevailing Wage Rates are the minimum wages that must be paid to all workers employed in the construction, reconstruction, major renovation or painting of all public works, unless specifically exempted by state or federal law. Rather than including the entire State and/or Federal Prevailing Wage Rate publications in the bid specifications and contract, public entities may make reference to the specific prevailing wage rate publication where the prevailing wage rates are found or provide a link to the specific prevailing wage rate publication where the prevailing wage rates are found. Oregon Bureau of Labor and Industries Prevailing Wage Rates applicable to the subject project/contract are available on BOLI’s website at www.oregon.gov.boli. The prevailing wages to be applied throughout the duration of this project are those in effect for BOLI Prevailing Wage Rate Region 6, (Douglas County Oregon), upon the date the project is first advertised. Federal Prevailing Wages Rates under the Davis Bacon Act (40 U.S.C. 3141 et seq.) may be found at www.wdol.gov. The prevailing wages to be applied throughout the duration of this project are those in effect for Federal Prevailing Wage Rates under the Davis Bacon Act (40 U.S.C. 3141 et seq.) at the time the initial specifications were first advertised for bid solicitations. If the project is subject to both ORS 279C.800 to 279C.870 and to the Davis Bacon Act (40 U.S.C. 3414 et seq.), the contractor and every subcontractor shall pay the higher of the applicable state or federal prevailing rate of wage to all workers on the projects. For specific information or questions regarding the Prevailing Wage Rate Law, you may log on to the above referenced websites or contact the nearest Oregon Bureau of Labor and Industries office listed below.

BOLI Office Locations

Eugene 1400 Executive Parkway, Eugene, OR 97401 541/686-7623 Medford 700 E. Main, Suite 105, Medford, OR 97504 541/776-6270 Portland 800 NE Oregon St., #32, Portland, OR 97232 503/731-4074 Salem 3865 Wolverine St. NE, Bldg. E-1, Salem, OR 97305 503/378-3292

THIS PROJECT IS SUBJECT TO THE PREVAILING WAGE RATES

EFFECTIVE ON JANUARY 1, 2017

Page 38: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

32

[BLANK]

Page 39: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

TECHNICAL SPECIAL PROVISIONS

CENTRAL AVENUE IMPROVEMENTS PROJECT

CITY OF SUTHERLIN

DOUGLAS, COUNTY, OREGON

MAY 2017

HEBERLY ENGINEERING 1298 Wolf Valley Dr. Umpqua, OR, 97486

541-391-4813 WWW. HEBERLYENGINEERING.COM

Digitally signed by Adam Heberly Date: 2017.05.30 23:31:23 -07'00'

Page 40: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

DESCRIPTION OF WORK

Project Description: Furnishing all labor, equipment, materials, supervision, traffic control, and other misc. for the construction of app. 12,200 tons of asphalt paving app. 61,000 sqyd

cold plaining, app. 6,000 ft of curb gutter and standard curb, app. 1,700 feet of storm drainage pipe and 70 drainage inlets and other misc.

City of Sutherlin

Central Avenue Improvements Project Douglas County, Oregon

May, 2017

TIME AND PLACES OF RECEIVING BIDS (BID CLOSING) Bid Closing for the work described above will be at 2:00:00 p.m. on the _22___ day of __June_____________, 2017_. Bids will be received by Debbie Hamilton, City Recorder, at City Hall: 126 E. Central Avenue Sutherlin, OR 97479. Before 2:00:00 p.m. on the day of Bid Closing. For Bids submitted by mail or parcel delivery service, send to:

Debbie Hamilton, CMC City Recorder 126 E. Central Avenue Sutherlin, OR 97479

For Bids submitted by hand delivery, please hand deliver bid package to:

Debbie Hamilton, CMC City Recorder 126 E. Central Avenue Sutherlin, OR 97479

Bids, Bid modifications, and Bid withdrawals will not be accepted at or after 2:00:00 p.m. on the day of Bid Closing.

PLACE, TIME, AND DATE OF READING BIDS (BID OPENING) Bid Opening for the work described above will be in the City Hall conference room at 126 E. Central Avenue, Sutherlin, OR 97479, beginning at 2:00:00 p.m. on the day of Bid Closing.

COMPLETION TIME LIMIT Complete all Work to be done under the Contract not later than May 18, 2018.

CLASS OF PROJECT

Page 41: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

This is a City & State Funded Project.

CLASS OF WORK The Class of Work for this Project is either: A) Earthwork and Drainage, or B) the combination of 1) Asphalt Concrete Paving and Oiling & 2) Electrical.

APPLICABLE SPECIAL PROVISIONS The Special Provisions booklet applicable to the above-described work, for which Bids will be opened at the place, time, and date stated above, is that which contains the exact information as shown above on this page. Bidders are cautioned against basing their Bids on a booklet bearing any different description, date(s), class of project, or class of work.

Page 42: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

i

TABLE OF CONTENTS FOR SPECIAL PROVISIONS

. WORK TO BE DONE .......................................................................................................... 1 SECTION 00110 - ORGANIZATION, CONVENTIONS, ABBREVIATIONS AND

DEFINITIONS ....................................................................................... 2 SECTION 00120 - BIDDING REQUIREMENTS AND PROCEDURES ................................ 2 SECTION 00130 - AWARD AND EXECUTION OF CONTRACT ........................................ 5 SECTION 00140 - SCOPE OF WORK ................................................................................ 5 SECTION 00150 - CONTROL OF WORK ........................................................................... 6 SECTION 00160 - SOURCE OF MATERIALS ...................................................................11 SECTION 00165 - QUALITY OF MATERIALS ...................................................................12 SECTION 00170 - LEGAL RELATIONS AND RESPONSIBILITIES ...................................15 SECTION 00180 - PROSECUTION AND PROGRESS ......................................................17 SECTION 00190 - MEASUREMENT OF PAY QUANTITIES .............................................22 SECTION 00195 - PAYMENT ............................................................................................22 SECTION 00196 - PAYMENT FOR EXTRA WORK ...........................................................23 SECTION 00197 - PAYMENT FOR FORCE ACCOUNT WORK ........................................23 SECTION 00199 - DISAGREEMENTS, PROTESTS, AND CLAIMS ..................................24 SECTION 00210 - MOBILIZATION ....................................................................................24 SECTION 00220 - ACCOMMODATIONS FOR PUBLIC TRAFFIC ....................................24 SECTION 00225 - WORK ZONE TRAFFIC CONTROL .....................................................26 SECTION 00230 - TEMPORARY DETOURS ....................................................................28 SECTION 00235 - AGENCY PROVIDED MATERIAL SOURCES AND DISPOSAL

SITES ..................................................................................................28 SECTION 00270 - TEMPORARY FENCES .......................................................................28 SECTION 00280 - EROSION AND SEDIMENT CONTROL ...............................................28 SECTION 00290 - ENVIRONMENTAL PROTECTION ......................................................29 SECTION 00310 - REMOVAL OF STRUCTURES AND OBSTRUCTIONS .......................30 SECTION 00330 - EARTHWORK ......................................................................................30 SECTION 00331 - SUBGRADE STABILIZATION ..............................................................30 SECTION 00333 - AGGREGATE DITCH LINING ..............................................................30 SECTION 00340 - WATERING ..........................................................................................30 SECTION 00350 - GEOSYNTHETIC INSTALLATION .......................................................30 SECTION 00360 - DRAINAGE BLANKETS .......................................................................32 SECTION 00370 - FINISHING ROADBEDS ......................................................................32 SECTION 00390 - RIPRAP PROTECTION ........................................................................32 SECTION 00398 - ROCK SLOPE STABILIZATION AND REINFORCEMENT ...................32 SECTION 00405 - TRENCH EXCAVATION, BEDDING, AND BACKFILL .........................32 SECTION 00410 - COMMON PROVISIONS FOR PIPE LINING .......................................32 SECTION 00411 - PIPE BURSTING AND SLIP LINING ....................................................33 SECTION 00415 - VIDEO PIPE INSPECTION ..................................................................33 SECTION 00440 - COMMERCIAL GRADE CONCRETE ...................................................33 SECTION 00442 - CONTROLLED LOW STRENGTH MATERIALS ..................................33 SECTION 00445 - SANITARY, STORM, CULVERT, SIPHON, AND IRRIGATION

PIPE ....................................................................................................33 SECTION 00446 - TRENCH DRAINS ................................................................................34 SECTION 00470 - MANHOLES, CATCH BASINS, AND INLETS ......................................34 SECTION 00480 - DRAINAGE CURBS .............................................................................34

Page 43: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

ii

SECTION 00490 - WORK ON EXISTING SEWERS AND STRUCTURES ........................ 34 SECTION 00495 - TRENCH RESURFACING.................................................................... 34 SECTION 00540 - STRUCTURAL CONCRETE ................................................................ 35 SECTION 0B596 - PREFABRICATED MODULAR RETAINING WALLS ........................... 35 SECTION 00610 - RECONDITIONING EXISTING ROADWAY ......................................... 42 SECTION 00620 - COLD PLANE PAVEMENT REMOVAL ................................................ 42 SECTION 00640 - AGGREGATE BASE AND SHOULDERS ............................................. 43 SECTION 00641 - AGGREGATE SUBBASE, BASE, AND SHOULDERS ......................... 43 SECTION 00645 - RECYCLED ASPHALT PRODUCTS IN BASE ..................................... 43 SECTION 00680 - STOCKPILED AGGREGATES ............................................................. 43 SECTION 00705 - EMULSIFIED ASPHALT PRIME COAT AND EMULSIFIED

ASPHALT FOG COAT ......................................................................... 43 SECTION 00730 - EMULSIFIED ASPHALT TACK COAT.................................................. 43 SECTION 00745 - ASPHALT CONCRETE PAVEMENT - STATISTICAL

ACCEPTANCE .................................................................................... 43 SECTION 00748 - ASPHALT CONCRETE PAVEMENT REPAIR ...................................... 43 SECTION 00749 - MISCELLANEOUS ASPHALT CONCRETE STRUCTURES ................ 43 SECTION 00759 - MISCELLANEOUS PORTLAND CEMENT CONCRETE

STRUCTURES .................................................................................... 44 SECTION 00815 - BOLLARDS .......................................................................................... 46 SECTION 00850 - COMMON PROVISIONS FOR PAVEMENT MARKINGS ..................... 46 SECTION 00851 - PAVEMENT MARKING REMOVAL ...................................................... 46 SECTION 00856 - SURFACE MOUNTED TUBULAR MARKERS ..................................... 46 SECTION 00860 - LONGITUDINAL PAVEMENT MARKINGS - PAINT ............................. 46 SECTION 00865 - LONGITUDINAL PAVEMENT MARKINGS - DURABLE ....................... 46 SECTION 00867 - TRANSVERSE PAVEMENT MARKINGS - LEGENDS AND

BARS ................................................................................................... 46 SECTION 00905 - REMOVAL AND REINSTALLATION OF EXISTING SIGNS ................. 46 SECTION 00910 - WOOD SIGN POSTS ........................................................................... 47 SECTION 00920 - SIGN SUPPORT FOOTINGS ............................................................... 47 SECTION 00921 - MAJOR SIGN SUPPORT DRILLED SHAFTS ...................................... 47 SECTION 00930 - METAL SIGN SUPPORTS ................................................................... 47 SECTION 00940 - SIGNS .................................................................................................. 47 SECTION 00941 - SIGN COVERS .................................................................................... 47 SECTION 00950 - REMOVAL OF ELECTRICAL SYSTEMS ............................................. 47 SECTION 00960 - COMMON PROVISIONS FOR ELECTRICAL SYSTEMS .................... 48 SECTION 00962 - METAL ILLUMINATION AND TRAFFIC SIGNAL SUPPORTS ............. 48 SECTION 00970 - HIGHWAY ILLUMINATION .................................................................. 49 SECTION 00990 - TRAFFIC SIGNALS .............................................................................. 49 SECTION 01030 - SEEDING ............................................................................................. 50 SECTION 01040 - PLANTING ........................................................................................... 50 SECTION 01050 - FENCES ............................................................................................... 50 SECTION 01070 - MAILBOX SUPPORTS ......................................................................... 50 SECTION 01120 - IRRIGATION SYSTEMS ...................................................................... 50 SECTION 01140 - POTABLE WATER PIPE AND FITTINGS ............................................ 50 SECTION 01150 - POTABLE WATER VALVES ................................................................ 56 SECTION 01160 - HYDRANTS AND APPURTENANCES ................................................. 57 SECTION 01170 - POTABLE WATER SERVICE CONNECTIONS, 2 INCH AND

SMALLER ............................................................................................ 60 SECTION 02001 - CONCRETE ......................................................................................... 63 SECTION 02010 - PORTLAND CEMENT .......................................................................... 63

Page 44: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

iii

SECTION 02015 - PORTLAND CEMENT CONCRETE REPAIR MATERIAL ....................63 SECTION 02050 - CURING MATERIALS ..........................................................................63 SECTION 02055 - CONCRETE SURFACE RETARDERS .................................................64 SECTION 02080 - GROUT ................................................................................................64 SECTION 02190 - PRESERVATIVE TREATMENT OF LUMBER ......................................64 SECTION 02320 - GEOSYNTHETICS ...............................................................................64 SECTION 02440 – JOINT MATERIALS .............................................................................65 SECTION 02450 - MANHOLES AND INLET MATERIALS .................................................65 SECTION 02470 - POTABLE WATER PIPE MATERIALS .................................................65 SECTION 02475 - POTABLE WATER FITTING MATERIALS ...........................................66 SECTION 02480 - POTABLE WATER VALVE MATERIALS ..............................................66 SECTION 02485 - HYDRANT AND APPURTENANCE MATERIALS.................................68 SECTION 02490 - POTABLE WATER SERVICE CONNECTION MATERIALS,

2 INCH AND SMALLER .......................................................................68 SECTION 02510 - REINFORCEMENT ..............................................................................68 SECTION 02530 - STRUCTURAL STEEL .........................................................................69 SECTION 02560 - FASTENERS ........................................................................................69 SECTION 02910 - SIGN MATERIALS ...............................................................................71

Page 45: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

CENTRAL OREGON & PACIFIC RAILROAD

Application for Contractors Access/Occupancy on Railroad Property The following Central Oregon & Pacific Railroad agreement and exhibits are included in this project for information and reference only. The actual Application for Contractors Access/Occupancy on Railroad Property will be provided and executed by the Central Oregon & Pacific Railroad. Currently the Agency (City of Sutherlin) has started the permit process and paid part of the fees ($1,500 + $1,500= $3,000 to date ,engineering review fee). However the Contractor shall obtain all necessary permits and licenses and pay all remaining fees and obtain a fully executed copy of the railway agreement according to 00170.01(e). In addition, when railroad flagger services are required, the Agency will pay for the services according to 00170.01(e) up to the equivalent of two 12 hr. shifts. Rail Road Contact: Crystal Galbreath Real Estate Coordinator Genesee & Wyoming Railroad Services, Inc. 13901 Sutton Park Drive South – Suite 160 Jacksonville, FL 32224 Telephone: 904-596-7782 E-mail: [email protected]

Page 46: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Page 47: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Page 48: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Page 49: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Page 50: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

OREGON DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISIONS

FOR

City of Sutherlin Central Avenue Improvements Project

Douglas County, Oregon May, 2017

PROFESSIONAL OF RECORD CERTIFICATION(s):

Seal w/signature

I certify the Special Provision Section(s) listed below are applicable to the design for the subject project for All sections . Modified Special Provisions were prepared by me or under my supervision. Section All sections

Date Signed: ___5-30-17______

Digitally signed by Adam Heberly Date: 2017.05.30 23:31:50 -07'00'

Page 51: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 1

SPECIAL PROVISIONS

WORK TO BE DONE

The Work to be done under this Contract consists of the following on the __Church Rd. (MP 22.88) to app. 360’ east of Jade St. _ Section of the __Hwy 138W (#231) & Central Ave._ _ Highway in Douglas County:

AUTHORITY OF CONSULTANT The consultant will be directly in charge of the Project. However, his authority on this Project is as designated in the official "Consultant Agreement" for this Project, and as designated by the Engineer. This does not include authority to approve contract changes or semifinal and final inspection of the Project.

APPLICABLE SPECIFICATIONS The Specifications that are applicable to the Work on this Project is the 2015 edition of the "Oregon Standard Specifications for Construction". All number references in these Special Provisions shall be understood to refer to the Sections and subsections of the Standard Specifications bearing like numbers and to Sections and subsections contained in these Special Provisions in their entirety.

CLASS OF PROJECT

This is a City & State Funded Project.

Page 52: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 2

SECTION 00110 - ORGANIZATION, CONVENTIONS, ABBREVIATIONS AND DEFINITIONS

Comply with Section 00110 of the Standard Specifications, modified as follows: 00110.10 Abbreviations - Add the following abbreviation to the list: CSTT - Concrete Strength Testing Technician

SECTION 00120 - BIDDING REQUIREMENTS AND PROCEDURES

Comply with Section 00120 of the Standard Specifications modified as follows: 00120.00 Prequalification of Bidders - Replace the paragraph that begins "The Oregon Department of…" with the following paragraph: The Oregon Department of Transportation (ODOT) will prequalify Bidders according to OAR 734-010 and OAR 731-005-0450. A Bidder must file for prequalification and pay a fee. Prequalification must be renewed annually. Bidders shall make application for prequalification on standard forms available from the ODOT Procurement Office - Construction Contracts Unit website at: http://www.oregon.gov/ODOT/CS/CONSTRUCTION/Pages/Prequalification.aspx Bidders shall return the completed application and fee to the ODOT Procurement Office - Construction Contracts Unit by one of the following methods:

• If hand delivered, the application shall be date stamped with the provided date stamping device and the application and fee shall be placed in the ODOT Procurement Office Bid Box located in the lobby of:

Oregon Department of Transportation 3930 Fairview Industrial Drive SE Salem, OR 97302.

• If delivered by mail or parcel delivery service, the application and fee shall be sent to: ODOT Procurement Office - Construction Contracts Unit, MS# 2-2 3930 Fairview Industrial Drive SE Salem, OR 97302-1166.

00120.01 General Bidding Requirements - In the paragraph that begins "Bidders may obtain and submit…" replace the first sentence with the following sentence: Bidders may submit Bids by paper only. Replace the following paragraph to the end of this subsection:

Page 53: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 3

Bidders shall submit paper bids as seen in the bid booklet front cover to back cover. No electronic bids will be accepted. 00120.05 Request for Plans, Special Provisions, and Bid Booklets - Replace this entire subsection with the following subsection: 00120.05 Request for Plans, Special Provisions, and Bid Booklets:

(a) Informational Plans and Special Provisions - Informational Project Plans and Special Provisions are available, request bid booklet form City of Sutherlin, Community Development Department 541-459-2856

The Plans, which are applicable to the Work to be performed under the Contract, bear title and date as follows:

"City of Sutherlin Central Avenue Improvements Project

Douglas County, Oregon May, 2017"

00120.10 Bid Booklet - Replace the paragraph that begins "Depending on the Class of Project…" with the following paragraph: Depending on the Class of Project, other certificates or statements may be included within the Bid Section. Plans, Specifications, and other documents referred to in the Bid Section will be considered part of the Bid. 00120.30 Changes to Plans, Specifications, or Quantities before Opening of Bids - Replace the paragraph that begins "Addenda may be downloaded…" with the following paragraph: Addenda may be downloaded from the Agency‘s website. Bidders shall be responsible for checking the Agency website for Addenda. Bidders should check the website weekly until the week of Bid Closing and daily the week of Bid Closing. 00120.40(a-1) Paper Bids - Replace this subsection, except for the subsection number and title, with the following: Submit all bids for this project per the Bid Section, as specified in 00120.10, together with all other required documents that are part of the Bid Booklet, between the front and back covers of the Bid Booklet, except that the Bid Bond is not required if another permissible type of Bid guaranty is provided. (see 00120.40(e)) 00120.40(f) Disclosure of First-Tier Subcontractors - Replace this subsection, except for the subsection number and title, with the following: Without regard to the amount of a Bidder’s Bid, if the Agency’s cost range for a public improvement Project in the “Notice to Contractors”, or in other advertisement or solicitation

Page 54: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 4

documents, exceeds $100,000, the Bidder shall, within 2 working hours of the time Bids are due to be submitted, submit to the Agency, on a form provided by the Agency, a disclosure identifying any first-tier Subcontractors that will furnish labor or labor and Materials, and whose contract value is equal to or greater than:

• 5% of the total Project Bid, but at least $15,000; or • $350,000, regardless of the percentage of the total Project Bid.

For each Subcontractor listed, Bidders shall state:

• The name of the Subcontractor; • The dollar amount of the subcontract; and • The category of Work that the Subcontractor would be performing.

If no subcontracts subject to the above disclosure requirements are anticipated, a Bidder shall so indicate by entering "NONE" or by filling in the appropriate check box. For each Subcontractor listed, Bidders shall provide all requested information. An incomplete form will be cause for rejection of the Bid. The Subcontractor Disclosure Form may be submitted for a paper Bid (See 00120.05(b-1) either:

• In person per the bid booklet instructions. The Subcontractor Disclosure Form may be submitted for an electronic Bid (See 00120.05(b-2)) either:

• In person per the bid booklet instructions. Subcontractor Disclosure Forms submitted by any method will be considered late if not received by the ODOT Procurement Office within 2 working hours of the time designated for receiving Bids. The Agency is not responsible for partial, failed, illegible or partially legible facsimile (FAX) transmissions or submittals, and such forms may be rejected as incomplete. In the event that multiple Subcontractor Disclosure Forms are submitted, the last version received prior to the deadline will be considered to be the intended version. Bids not in compliance with the requirements of this Subsection will be considered non-responsive. 00120.45(a) Paper Bids - Replace the paragraph that begins "Paper bids may be submitted by mail…" with the following paragraph: Paper Bids may be submitted by mail, parcel delivery service, or hand delivery to the offices and addresses, and at the times given in the Bid Booklet. Submit paper Bids in a sealed envelope provided by the Agency, or a reasonably similar envelope marked with the word "Bid", the name of the Project, and the words "To Be Opened Only by Authorized Personnel"

Page 55: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 5

on the outside. If submitted by mail or by parcel delivery service, the Bidder shall place the sealed envelope containing the paper Bid inside a separate sealed envelope or package. 00120.60 Revisions or Withdrawals of Bids - Replace this entire subsection with the following subsection: 00120.60 Revision or Withdrawal of Bids:

(a) Paper Bids - Information entered into the paper Bid Booklet by the Bidder may be changed after the paper Bid has been delivered to the City Hall, provided that:

• Changes are prepared according to the instructions identified in the Bid Booklet; and • Changes are received at the same offices, addresses, and times identified in the

paper Bid Booklet for submitting Bids; and • The changes are submitted in writing signed by an individual authorized to sign the

Bid. A Bidder may withdraw its paper Bid after it has been delivered to the ODOT Procurement Office, provided that:

• The written withdrawal request is submitted on the Bidder's letterhead, either by hand delivery given in the paper Bid Booklet: and

• The request is signed by an individual who is authorized to sign the Bid, and proof of authorization to sign the Bid accompanies the withdrawal request; and

• The request is received at the same offices, addresses, and times identified in the paper Bid Booklet for submitting Bids.

(b) Electronic Bids - Electronic bids will not be allowed.

SECTION 00130 - AWARD AND EXECUTION OF CONTRACT

Comply with Section 00130 of the Standard Specifications modified as follows: 00130.10 Award of Contract - In the paragraph that begins "After the Bids are opened and a determination…" add the following bullet to the end of the bullet list:

• An unexpired certificate issued by the Oregon Department of Administrative Services (under ORS 279A.167) upon completion of the curriculum and assessment that the Bidder understands the prohibitions set forth in ORS 652.220 and in other laws or rules that prohibit discrimination in compensation or wage payment. The certificate is only required if the Bidder employs 50 or more full-time workers and submitted a Bid for a procurement with an estimated contract price that exceeds $500,000.

SECTION 00140 - SCOPE OF WORK

Comply with Section 00140 of the Standard Specifications modified as follows:

Page 56: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 6

00140.00 Purpose of the Contract - Replace the bullet that begins "The Contractor shall perform the work according to the lines, grades…" with the following bullet:

• The Contractor shall perform the Work according to the lines, grades, cross section data, Typical Sections, dimensions, and other details shown on the Plans or in the 3D Engineered Model, as modified by written order, or as directed by the Engineer.

00140.30 Agency-Required Changes in the Work - Replace this subsection, except for the subsection number and title, with the following: Changes to the Plans, quantities, or details of construction are inherent in the nature of construction and may be necessary or desirable during the course of Project construction. Without impairing the Contract, the Agency reserves the right to require changes it deems necessary or desirable within the scope, which in the Specifications means general scope, of the Project. These changes may modify, without limitation:

• Specifications and design • Grade and alignment • Cross Sections and thicknesses of Courses of Materials • 3D Engineered Model • Method or manner of performance of Work • Project Limits

or may result in:

• Increases and decreases in quantities • Additional Work • Elimination of any Contract item of Work • Acceleration or delay in performance of Work

Upon receipt of a Change Order, the Contractor shall perform the Work as modified by the Change Order. If the Change Order increases the Contract Amount, the Contractor shall notify its Surety of the increase and shall provide the Agency with a copy of any resulting modification to bond documents. The Contractor's performance of Work according to Change Orders shall neither invalidate the Contract nor release the Surety. Payment for changes in the Work will be made according to 00195.20. Contract Time adjustments, if any, will be made according to 00180.80.

SECTION 00150 - CONTROL OF WORK

Comply with Section 00150 of the Standard Specifications modified as follows: 00150.10(a) Order of Precedence - Replace this subsection, except for the subsection number and title, with the following:

Page 57: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 7

The Engineer will resolve any discrepancies between these documents in the following order of precedence:

• Contract Change Orders; • Special Provisions; • Stamped Agency-prepared drawings specifically applicable to the Project and bearing

the Project title; • Reviewed and accepted, stamped Working Drawings; • 3D Engineered Models and supplemental Agency-prepared line, grade and cross

section data applicable to the project; • Standard Drawings; • Approved unstamped Working Drawings and 3D Construction Models; • Standard Specifications; and • All other Contract Documents not listed above.

Notes on a drawing shall take precedence over drawing details. Dimensions shown on the drawings, or that can be computed, shall take precedence over scaled dimensions. 00150.15(b) Agency Responsibilities – City of Sutherlin’s Engineer (Agency) will perform project staking as called out in Standard Specifications Section 00150.15 and Construction Surveying Manual for Contractors, Chapter 1.5 (see Section 00305). 00150.35 Plans and Working Drawings - Replace this entire subsection with the following subsection: 00150.35 Plans, 3D Engineered Models, Working Drawings, and 3D Construction Models:

(a) Plans and 3D Engineered Models - The Agency-prepared Plans and 3D Engineered Models will show details of lines, grades, cross sections, and Typical Section of the Roadway, and locations and design details of Structures. (b) Working Drawings and 3D Construction Models - The Contractor shall supplement the Agency-prepared Plans and 3D Engineered Models with stamped Working Drawings, unstamped Working Drawings, or 3D Construction Models that show all information necessary to complete the Work. The applicable section or subsection of the Standard Specifications will indicate the supplemental information required and whether the drawings are to be stamped or unstamped. Stamped Working Drawings, unstamped Working Drawings, and 3D Construction Models are defined as follows:

(1) Stamped Working Drawings - Working Drawings, calculations, and other data which are prepared by or under the direction of a Professional Engineer licensed in the State of Oregon, and which bear the engineer's signature, seal, and expiration date. (2) Unstamped Working Drawings - Working Drawings, calculations, and other data that do not bear an engineering seal.

Page 58: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 8

(3) 3D Construction Models - See 00110.20.

(c) Number, Size, and Format of Working Drawings and 3D Construction Models - The Contractor shall submit Working Drawings and 3D Construction Models according to one of the following methods:

(1) Paper Submittal - The Contractor shall submit to the Engineer seven copies of Working Drawings for steel Structures and six copies of Working Drawings for other Structures. The submitted copies shall be clear and readable. Drawing dimensions shall be 8 1/2 inches by 11 inches, 11 inches by 17 inches, or 22 inches by 36 inches in size. One copy of the submitted Working Drawings will be returned to the Contractor after processing. The Contractor shall submit such additional number of copies to the Engineer for processing that the Contractor would like to have returned. The Contractor shall not submit 3D Construction Model data in paper format. (2) Electronic Submittal - The Contractor shall submit electronic Working Drawings according to the "Guide to Electronic Shop Drawing Submittal" which is available from the Engineer. The Contractor shall submit 3D Construction Model data in LandXML format or as directed by the Engineer.

(d) Processing Working Drawings and 3D Construction Models - The Engineer will process Working Drawings and 3D Construction Models as follows:

(1) Stamped Working Drawings - Stamped Working Drawings will be designated as "accepted", "accepted with comments", or "returned for correction" by the Engineer. If stamped Working Drawings are returned for correction by the Engineer, the Contractor shall address all comments and resubmit the stamped Working Drawings. (2) Unstamped Working Drawings - Unstamped Working Drawings will be designated, as "approved", "approved as noted", or "returned for correction" by the Engineer. If unstamped Working Drawings are returned for correction by the Engineer, the Contractor shall address all comments and resubmit the unstamped Working Drawings. (3) 3D Construction Models - 3D Construction Models will be designated as "approved", "approved as noted", or "returned for correction" by the Engineer. If 3D Construction Models are returned for correction by the Engineer, the Contractor shall address all comments and resubmit the 3D Construction Models.

The Contractor shall not fabricate or construct any structural components until the stamped or unstamped Working Drawings are returned by the Engineer with a written designation of "accepted", "accepted with comments", "approved", or "approved as noted", as applicable, for the Working Drawings. The Contractor shall not begin construction activities that will utilize a 3D Construction Model until the Engineer has processed the model and designated it as "approved" or "approved as noted".

Page 59: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 9

The Engineer's processing of the Working Drawings and 3D Construction Models does not amend any contractual obligations of the parties. The Engineer will process and return Working Drawings and 3D Construction Models within 21 Calendar Days (65 Calendar Days if Railroad approval is required) after receipt by the Engineer. If the Engineer fails to return such drawings or models within this period of time, the Engineer will consider granting a Contract Time extension according to 00180.80. If the Contractor is required to resubmit Working Drawings or 3D Construction Models to the Engineer, the Engineer will process and return the Working Drawings or 3D Construction Models within 21 Calendar Days (65 Calendar Days if Railroad approval is required) after receipt of the resubmitted Working Drawings or 3D Construction Models by the Engineer. 00150.50(c) Contractor Responsibilities - Replace this subsection, except for the subsection number and title, with the following: The Contractor shall:

• Follow applicable rules adopted by the Oregon Utility Notification Center; • Contact Utility owners during Bid preparation and after the Contract is awarded to verify

all Utilities' involvement on the Project Site; • Hold a Utility scheduling meeting and monthly Utility coordination meetings (see

also 00180.42) • Coordinate Project construction with the Utilities' planned adjustments, take all

precautions necessary to prevent disruption of Utility service, and perform its Work in the manner that results in the least inconvenience to the Utility owners;

• Include all Utility adjustment work, whether to be performed by the Contractor or the Utilities, on the Contractor's Project Work schedule submitted under 00180.41;

• Protect from damage or disturbance any Utility that remains within the area in which Work is being performed. Maintain and re-establish location marks according to OAR 952-001-0090(2)(a). Coordinate re-establishment of the location marks with the associated Utility;

• Not disturb an existing Utility if it requires an unanticipated adjustment, but shall protect the Utility from damage or disturbance and promptly notify the Engineer;

• Determine the exact location before excavating within the reasonable accuracy zone according to OAR 952-001-0090(2)(c);

• Backfill any exposed Utilities as recommended and approved by the Utility representative. Obtain Utility locate warning tape from the Utility and replace damaged or removed warning tape. Utility locate warning tape may not be present at all existing Utilities;

• Stake, place warning tape, and maintain no work limits around critical Utility facilities as shown or directed by the Engineer and the Utility;

• In addition to the notification required in OAR 952-001-0090(5), notify the Engineer and the Utility as soon as the Contractor discovers any previously unknown Utility conflicts or issues. Contrary to the OAR, stop excavating until directed by the Engineer and allow the Utility a minimum of two weeks to relocate or resolve the previously unknown Utility issues; and

Page 60: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 10

• Report to the Engineer any Utility owner who fails to cooperate or fails to follow the planned Utility adjustment.

Subject to the Engineer's approval, the Contractor may adjust the Utilities by asking the Utility owners to move, remove, or alter their facilities in ways other than as shown on the Plans or in the Special Provisions. The Contractor shall conduct all negotiations, make all arrangements, and assume all costs that arise from such changes. 00150.50(e) Notification - Add the following paragraph to the end of this subsection: This Project is located within the Oregon Utility Notification Center area which is a Utilities notification system for notifying owners of Utilities about Work being performed in the vicinity of their facilities. The Utilities notification system telephone number is 811 (or use the old number which is 1-800-332-2344). Add the following subsection:

00150.50(f) Utility Information: There are no anticipated conflicts with the Utilities listed below. The Contractor shall contact those Utilities having buried facilities and request that they locate and mark them for their protection prior to construction.

Utility Contact Person's Name and Phone Number

1. DOUGLAS SERVICES INC, DBA DFN Rick Brammer, (541) 670-3945 [email protected] 2. CHARTER COMMUNICATIONS Brad Deal

[email protected]

3. ODOT Traffic Signals Brian Henry, (541) 580-8532 [email protected] The following organizations may be adjusting Utilities within the limits of the Project during the period of the Contract with relocation Work estimated to be completed by the following dates (times): The Contractor shall contact the Engineer to view the approved Utility Relocation Plan:

Utility Estimated Completion Date (Time) 1. PACIFIC POWER August 1, 2017 Shannon Watson, (541) 679-3671,

[email protected] 2. CTLQL-CENTURYLINK August 1, 2017 Chris Silva, (541) 484-8887 [email protected] 3. CITY OF SUTHERLIN August 1, 2017

Page 61: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 11

Aaron Swan, (541) 430-3083 [email protected] 4. AVISTA UTILITIES August 1, 2017 TJ Cornia, (509) 655-9084 [email protected] 5. ODOT Traffic Signals August 1, 2017 Brian Henry, (541) 580-8532 [email protected] 6. SPRINT / NEXTEL August 1, 2017 Mike Conley, (541) 543-3771 [email protected] The Contractor shall notify in writing, the ODOT Electrical Supervisor, Brian Henry, (541) 580-8532__, with a copy to the Engineer, at least _7_ Calendar Days before beginning Work on the Project to coordinate all ODOT & City of Sutherlin owned electrical facilities relocations.

00150.55 Cooperation with Other Contractors - Add the following to the end of this subsection: The following contract work will be ongoing within the Project site during the following times: Estimated Times Contract Name (Contractor's Name) (From - To) N Comstock Rd: W Central Ave To Laurel Ave June through October 2017 ODOT ADA Upgrades Comstock to west project limits June through August 30 2017

SECTION 00160 - SOURCE OF MATERIALS

Comply with Section 00160 of the Standard Specifications modified as follows: 00160.05 Qualified Products List (QPL) - Replace this subsection, except for the subsection number and title, with the following: The QPL is a listing of manufactured products available on the market (shelf items) that ODOT has evaluated and found suitable for a specified use in highway construction. The QPL is available from ODOT's Construction Section website at:

http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/pages/index.aspx The most current published PDF version of the QPL on ODOT's Construction Section website at the time of Advertisement is the version in effect for the Project. The Engineer may approve for use a conditionally qualified product, or a product qualified for inclusion in a later edition of the QPL, if the Engineer finds the product acceptable for use on the Project.

Page 62: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 12

Use of listed products shall be restricted to the category of use for which they are listed. The Contractor shall install all products as recommended by the manufacturer. The Contractor shall replace qualified products not conforming to Specifications or not properly handled or installed at no additional cost to the Agency. 00160.30 Agency-Furnished Material - Add the following to the end of this subsection: The Agency will furnish the listed items at the (Project Site:) (following locations:) --Decretive Light Poles X25, with lighting controllers for luminaries supplied in acorn (top), contractor to place receptacle controllers (also supplied) in the base of light poles. Street light anchor bolts will be supplied with street lights. --60” Cast Iron Tree Grates and Frames X 39 --Retaining wall blocks (5'x30”x28”)X 38, for wall construction Sta 1303+97.8 to 1304+92.8 “C” (pick up at waste water treatment plant Stearns Ln.)

SECTION 00165 - QUALITY OF MATERIALS

Comply with Section 00165 of the Standard Specifications modified as follows: 00165.10(a) Field-Tested Materials - Add the following sentence to the end of this subsection: The most current version of the MFTP on the date of Advertisement is the version in effect for the Project. 00165.10(b) Nonfield-Tested Materials - Add the following sentence to the end of this subsection: The most current version of the NTMAG on the date of Advertisement is the version in effect for the Project. 00165.20 Materials Specifications and Test Method References - Replace this subsection, except for the subsection number and title, with the following: References to Materials specifications and test methods of ODOT, WAQTC, AASHTO, ASTM, other governmental agencies, or other recognized organizations mean those officially adopted and in current use by the agency or organization on the date of Advertisement. If there are conflicting references, or if no reference is made to Materials specifications, sampling and testing frequencies or test method, the Engineer will resolve any discrepancies between these documents in the following order of precedence: Field-Tested Materials:

• Contract Change Orders; • Special Provisions;

Page 63: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 13

• ODOT Laboratory Manual of Test Procedures; • MFTP; and • Standard Specifications.

Nonfield-Tested Materials:

• Contract Change Orders; • Special Provisions; • ODOT Laboratory Manual of Test Procedures; and • Standard Specifications.

Material test methods:

• ODOT; • WAQTC; • AASHTO; • ASTM; • Other recognized national organizations, such as ANSI, AWPA, IMSA, ISSA, and UL;

and • Industry standards in the location where the Work is being performed.

Sampling and testing frequencies:

• Contract Change Orders; • Special Provisions; • MFTP; and • Standard Specifications.

If the Contractor identifies conflicting references or if no reference is made, the Contractor shall immediately request a clarification from the Engineer. 00165.30(a) Contractor's Duties - Replace the bullet that begins "Provide and administer a quality…" with the following bullet:

• Provide and administer a quality control program as described in the Quality Assurance Program portion of the MFTP. Upon request, the Contractor shall provide to the Engineer the names, telephone numbers, and copies of certifications for all personnel performing field testing; and

00165.30(c) Acceptance of Field-Tested Materials - Replace the paragraph that begins "If the Agency's verification testing…" with the following paragraph: If the Agency's verification test results do not verify the Contractor's test results, the Agency may require additional testing to determine whether the Materials meet Specifications. The Contractor shall perform additional testing or provide samples to the Agency for testing as directed. If the Materials do not meet Specifications, the Contractor shall reimburse the Agency for the cost of the additional testing, which may be deducted from monies due or to

Page 64: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 14

become due the Contractor under the Contract. Incorporated Materials that do not meet Specifications will be evaluated according to 00165.01 and 00150.25. If the Materials meet Specifications the Agency will pay the cost for the additional testing. 00165.50(b) Pay Adjustments - Replace this entire subsection with the following subsection:

(b) Pay Adjustments - As an incentive to produce quality Materials, the Engineer's acceptance will be based upon the following:

(1) Specification Materials - For Materials accepted by a PF, when all constituents of a Material have a PF of 1.00 or greater, that Material will be considered specification Materials. For Materials accepted by a CPF, all Materials with a CPF of 1.0000 or greater will be considered specification Materials. Materials with a CPF greater than 1.0000, when specified, may earn a CPF adjustment of greater than 1.0000, up to a maximum of 1.0500. (2) Nonspecification Materials - For Materials accepted by a PF, when any constituents of a Material have a PF of less than 1.00, that Material will be considered nonspecification Materials. For Materials accepted by a CPF, all Materials with a CPF less than 1.0000 will be considered nonspecification Materials. A lot containing nonspecification Materials will be evaluated as described in 00165.50(c).

00165.50(c-1) Isolation of a Partial Sublot - Replace this subsection, except for the subsection number and title, with the following: The Engineer may isolate from a sublot or adjoining sublots any Material where the Contractor's test results show the Material to be nonspecification. The Contractor shall perform additional testing or provide samples to the Agency as directed. The Engineer will accept or reject the Material according to 00150.25. 00165.50(c-2) Isolation of an Entire Sublot - Replace this subsection, except for the subsection number and title, with the following: The Engineer may isolate a sublot or a series of sublots in which the Contractor's test results show the Material to be nonspecification. The Contractor shall perform additional testing or provide samples to the Agency as directed. The isolated Material will be evaluated as a separate lot. The Engineer will accept or reject the Material according to 00150.25. 00165.91 Fabrication Inspection Expense - Replace this subsection, except for the subsection number and title with the following: Fabrication of certain items outside of the State creates additional shop and plant inspection expense to the Agency. It is impractical, and extremely difficult, to determine the actual additional expenses incurred. Therefore, each time that inspection by or on behalf of the Agency is necessary, payment to the Contractor will be reduced by an amount computed at the following rates: Zone Place of Fabrication Reduction in Payment

Page 65: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 15

1 All of State of Oregon, and those $200 per Calendar Day portions of adjacent states within 50 airline miles of the Oregon border 2 Outside of Zone 1, and up to 300 $200 per Calendar Day airline miles from the Oregon border 3 Outside of Zone 2, up to 3,000 airline Round trip coach airfare from miles from the Oregon border, and Portland, Oregon plus $200 within the continental United States. per Calendar Day 4 Outside of Zone 3, or outside of the Round trip coach airfare from continental United States. Portland, Oregon plus $250 per Calendar Day Calendar Day charges begin on the first day the Agency's inspector begins travel to begin work at the fabrication site, and continue without interruption through the final day of travel back to the State. The Contractor will be notified in writing of the dates of beginning and ending of Calendar Days used in computing payment reduction. This Subsection applies to all fabricated items or manufactured Materials that are inspected by or on behalf of the Agency, which include, but are not limited to:

• Structural steel fabrication; • Prestressed concrete members; • Precast concrete; • Signs; • Preservative treatment of wood products; • Epoxy coating of reinforcing steel; and • Other items specifically identified in the Specifications as requiring fabrication site or

in-plant inspection by the Agency.

SECTION 00170 - LEGAL RELATIONS AND RESPONSIBILITIES

Comply with Section 00170 of the Standard Specifications modified as follows: 00170.00 General - Add the following two paragraphs after the paragraph that begins "In any litigation, the entire…": The characterization of provisions of the Contract as material provisions or the failure to comply with certain provisions as a material breach of the Contract shall in no way be construed to mean that any other provisions of the Contract are not material or that failure to comply with any other provisions is not a material breach of the Contract. All rights and remedies available to the Agency under applicable Laws are incorporated herein by reference and are cumulative with all rights and remedies under the Contract.

Page 66: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 16

00170.01(a) Federal Agencies - Add the following to the list of Federal Agencies: National Oceanic and Atmospheric Administration Add the following subsection: 00170.01(e) Railways - An agreement between the Contractor and the railway to work on and within railway property is required for this Project. A copy of the railway agreement and corresponding requirements is included near the front of this Special Provision booklet. The railway agreement and requirements are subject to change by the railway. The railway will provide the actual agreement and requirements for execution. The Contractor shall obtain all necessary permits and licenses and pay all fees (see 00170.02). The Contractor shall obtain a fully executed copy of the agreement and requirements between the Contractor and the railway and provide a copy of it to the Engineer before beginning work on or within the railway property or right-of-way. The Railway contact person for this Project is:

Crystal Galbreath Real Estate Coordinator Genesee & Wyoming Railroad Services, Inc. 13901 Sutton Park Drive South – Suite 160 Jacksonville, FL 32224 Telephone: 904-596-7782 E-mail: [email protected]

When railway flagger services are required, the Agency will pay the flagger services costs up to a total of ____ up to the equivalent of two 12 hr. shifts=24 hrs.____. If this value is exceeded and additional flagging services are needed, the Contractor shall pay the Agency an amount of ___$140___ per __ "hour"__ for each __ "hour"__ in excess of the total value identified above. 00170.70(a) Insurance Coverages - Add the following to the end of this subsection: The following insurance coverages and dollar amounts are required pursuant to this subsection: Insurance Combined Single Limit Annual Aggregate Coverages per Occurrence Limit Commercial General Liability $_2,000,000_ $_2,000,000 Commercial Automobile Liability $_1,000,000_ (aggregate limit not required) Pollution Liability $_2,000,000_ $__2,000,000_ 00170.70(c) Additional Insured - Add the following paragraph and bullet(s) to the end of this subsection:

Page 67: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 17

Add the following as Additional Insureds under the Contract:

• The City of Sutherlin and its officers, agents, and employees • Sutherlin City Council • Douglas County and its officers, agents, and employees • Douglas County Board of Commissioners • HEBERLY ENGINEERING, HIBBS SURVEYING

Add the following paragraph and bullet(s) to the end of this subsection: Extend indemnity, defense and hold harmless to the Agency and the following:

• The City of Sutherlin and its officers, agents, and employees • Sutherlin City Council • Douglas County and its officers, agents, and employees • Douglas County Board of Commissioners • HEBERLY ENGINEERING, HIBBS SURVEYING

SECTION 00180 - PROSECUTION AND PROGRESS

Comply with Section 00180 of the Standard Specifications modified as follows: 00180.20 Subcontracting Limitations - Replace this subsection, except for the subsection number and title, with the following:

(a) General - The Contractor's own organization shall perform Work amounting to at least 30% of the original Contract Amount. The value of subcontracted Work is the full compensation to be paid to the Subcontractor(s) for all pay items in the subcontract(s). (b) Own Organization - The term "own organization", as used in Section 00180, includes only employees of the Contractor, Equipment owned or rented by the Contractor, Incidental rental of operated Equipment, truck hauling of materials, and Materials and Equipment to be incorporated into the Work purchased or produced by the Contractor. (c) Rental of Operated Equipment - The use of Equipment rented with operators, except truck hauling of materials which is addressed in 00180.20(e), will be allowed without a subcontract only when the following requirements are met:

(1) Written Request - The Contractor has submitted to the Engineer a written request describing the work or service to be provided, its estimated cost, and the estimated duration. The Engineer must approve the request before the work or service is provided. (2) Limitations - The use of Equipment rented with operators is limited to performing minor, Incidental, short-duration work or services under the direct supervision of the Contractor or subcontractor, with Equipment not customarily owned, leased, or

Page 68: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 18

operated by a Contractor, or with Equipment that is temporarily unavailable to the Contractor. (3) Submittals - The Contractor shall provide the Engineer with a copy of the rental agreement or purchase order covering the work or service to be provided. The Contractor shall make certain that the provider of approved work or services submits payrolls required under Section 00170 and complies with applicable Contract provisions, including without limitation 00170.07. The work or service provider will not be considered a subcontractor under the Contract, but will be considered an agent of the Contractor in the performance of work or service. (4) Revocation of Approval - The Engineer may revoke approval for the work or services provided through rented, operated Equipment at any time the Engineer determines that the work is outside that authorized under 00180.20(c-2). Unless the Contractor promptly submits to the Engineer a subcontract agreement for consent under 00180.21, the work or service provider shall be immediately removed from the Project Site.

(d) Disadvantaged Business Enterprise (DBE) - Every agreement to perform Work, including without limitation subcontracts, trucking services agreements, purchase orders, and rental agreements, shall indicate whether the Work will be performed by a DBE or non-DBE. (e) Trucking - For all truck hauling of materials not performed with trucks owned and operated by the Contractor. This Section does not apply to delivery of materials by or for or from a Supplier.

(1) Trucking Services Agreement - The Contractor shall submit at the pre-construction meeting one or more proposed trucking services agreements for all trucking services for hauling materials. The proposed agreements shall include:

• Statement specifying whether the services will be provided by a DBE; • Statement specifying whether the services will be provided by an owner/operator; • Prompt payment clause (10 days) (ORS 279C.580); • Interest penalty clause (ORS 279C.580); • Lower tier clause. (ORS 279C.580); • Statement about the provider’s ability to file a complaint with the Construction

Contractors Board. (ORS 279C.515); • Statement that workers shall be paid not less than the specified minimum hourly

rate of wage (ORS 279C.830) as applicable; • Provision requiring the provider to have a public works bond filed with the

Construction Contractors Board before starting work on the project, unless exempt under ORS 279C.836 (4) or (9) or has elected to not file a bond under ORS 279C.836 (7) or (8) or is otherwise not applicable;

• Insurance clauses that include Commercial Automobile Liability and Workers Compensation (ORS 656.017 unless exempt under ORS 656.126);

• Provision requiring the provider to comply with applicable Contract provisions including without limitation Record Requirements in 00170.07; and

Page 69: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 19

• Construction Contractors Board License Number if applicable. The Agency must review and consent to the proposed trucking services agreements prior to use. (2) Limitations - The approved trucking services agreements shall be used for all trucking services for hauling materials not provided by trucks owned and operated by the Contractor except for trucking services provided by committed DBEs that require a subcontract under 00180.21. The Contractor shall execute a trucking services agreement with every trucking services provider for hauling materials prior to the trucking services provider doing any work on the Project Site. (3) Submittals - The Contractor shall provide the Engineer with an executed copy of the trucking services agreement not later than 2 days after the trucking services provider for hauling materials has started work. The Contractor shall make certain that the provider of approved trucking services submits payrolls required under Section 00170, complies with applicable Contract provisions, including without limitation 00170.07, and complies with applicable trucking services agreement provisions. The work or service provider will not be considered a subcontractor under the Contract, but will be considered an agent of the Contractor in the performance of work or service. If the trucking services are provided by an owner/operator:

• Attach a copy of the data required under 00170.65(b-4) to the trucking services agreement; and

• Each truck shall have the name of the owner/operator clearly displayed on the side of the truck.

(4) Revocation of Approval - The Engineer may revoke approval for trucking services provided under the trucking services agreement at any time the Engineer determines that the work or service is outside that authorized under 00180.20(e). Upon revocation of approval, the service provider shall be immediately removed from the Project Site.

If the services under Rental of Operated Equipment or Trucking are provided by a committed DBE firm a subcontract is required under 00180.21. For this purpose a committed DBE firm is one that was identified by the Contractor to meet an assigned DBE goal including DBE firms substituting for DBE firms committed as a condition of contract award. 00180.21(a) General - Add the following paragraph to the end of this subsection: The Engineer may revoke consent to subcontract. If the Engineer revokes consent to subcontract, the subcontractor shall be immediately removed from the Project Site. 00180.21(d) Terms of Subcontracts - Add the following paragraph to the end of this subsection: As and when applicable, the Contractor shall require in its subcontracts that subcontractors maintain the certifications required by ORS 279A.107.

Page 70: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 20

00180.22 Payments to Subcontractors and Agents of the Contractor - Replace the paragraph that begins "To the extent practicable…" with the following paragraph: To the extent practicable, the Contractor shall pay in the same units and on the same basis of measurement as listed in the Schedule of Items for subcontracted Work or other Work not done by the Contractor's own organization. The Agency will not be responsible for any overpayment or losses resulting from overpayment by the Contractor to subcontractors and to its other agents, work providers, service providers, and trucking services providers. Add the following subsection: 00180.40(c) Specific Limitations - Limitations of operations specified in these Special Provisions include, but are not limited to, the following: Limitations Subsection Cooperation with Utilities .......................................... 00150.50 Cooperation with Other Contractors ......................... 00150.55 Railway Work ....................................................... 00170.01(e) On-Site Work ........................................................ 00180.40(b) Contract Completion Time ................................... 00180.50(h) Right-of-Way and Access Delays ............................. 00180.65 Traffic Lane Restrictions ...................................... 00220.40(e) Special Events ..................................................... 00220.40(e) In-water Work Restrictions ................................... 00290.34(a) Noise Control ........................................................... 00290.32 Maintenance Under Traffic ....................................... 00620.43 Opening Sections to Traffic ....................................... 00744.51 Opening Sections to Traffic ...................................... 00745.51 The Contractor shall be aware of and subject to schedule limitations in the Standard Specifications that are not listed in this subsection. 00180.41 Project Work Schedules - After the paragraph that begins "One of the following Type…" add the following paragraph: In addition to the "look ahead" Project Work schedule, a Type _C__ schedule as detailed in the Standard Specifications is required on this Contract. 00180.42 Preconstruction Conference - Replace this subsection, except for the subsection number and title, with the following: Unless otherwise approved in writing by the Engineer, before any Work is performed and within 30 Calendar Days of the Notice to Proceed, the Contractor shall meet with the Engineer for a preconstruction conference at a time mutually agreed upon. Before beginning On-Site Work and before the preconstruction conference, the Contractor shall conduct a Utility scheduling meeting with representatives from the Utilities involved with this Project and with the Engineer. The Contractor shall incorporate the time needs of the Utilities into the Contractor's schedule submitted at the preconstruction conference.

Page 71: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 21

The Contractor shall submit a written Utility Coordination Report to the Engineer not later than seven Calendar Days after the Utility scheduling meeting. The Utility Coordination Report shall:

• Identify each specific Utility; • Identify Utility contact names and numbers; • Identify dates for Utility scheduling for the entire Project; • Contain documents showing that the Contractor has accomplished Utility locates; and • Contain documents showing that Utility locates, along with applicable construction

activities, have been reviewed and discussed on-site with Utility representatives. The Contractor shall hold monthly Utility coordination meetings with Utilities and the Engineer to coordinate Project activities with Utilities and on-going Utility relocation work. The Contractor shall hold monthly Utility coordination meetings in the office or in the field, as appropriate. The Utility coordination meetings shall include, but not be limited to:

• Detailed discussions of existing and abandoned Utilities, • Detailed discussions of de-energizing and re-energizing service lines, • Detailed discussions of critical locations for potholing of Utilities, • Detailed discussions of Project activities, and • Detailed discussions of on-going Utility relocations in upcoming Project activity areas.

During the monthly Utility coordination meetings, the Utilities will provide Utility drawings and discuss the scope, extent, locations, and significance of all Utility facilities before the Contractor begins work in a new activity area. The Contractor shall incorporate this information into the Project schedules and furnish the Utilities copies of the updated Project schedules. The Contractor shall plan and schedule all Utility adjustment operations well in advance of On-Site Work. When the Contractor becomes aware of Utility conflicts not previously identified, the Contractor shall notify the applicable Utilities in writing the same Calendar Day. The Contractor shall allow Utilities at least _2__ week(s) ( _14__ Calendar Day(s)) to relocate (adjust) the Utility conflicts not previously identified.

Add the following subsection: 00180.50(h) Contract Time - The Contractor shall complete all Work to be done under the Contract, except for plant establishment, not later than May 18, 2018.

The Liquidated Damages per Calendar Day $2,200.

Add the following subsection:

Page 72: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 22

00180.85(c) Lane Closures and Rolling Slowdown Closures - Lane closures and rolling slowdown closures beyond the limits specified will inconvenience the traveling public and will be a cost to the Agency.

(1) Lane Closures - It is impractical to determine the actual damages the Agency will sustain in the event traffic lanes are closed beyond the limits listed in 00220.40(e) (or 00220.40(f)). Therefore, the Contractor shall pay to the Agency, not as a penalty, but as liquidated damages, $250 per 15 minutes, or for a portion of 15 minutes, per lane, for any lane closure beyond the limits listed in 00220.40(e) (or 00220.40(f)). In addition to the liquidated damages, all added cost for traffic control measures, including flagging, required to maintain the lane closures beyond the allowed time limits, will be at no additional cost to the Agency. The required traffic control measures will be as determined by the Engineer. The Engineer will determine when it is safe to reopen lanes to traffic. Assessment of liquidated damages will stop when all lanes have been safely reopened. Any liquidated damages assessed under these provisions will be in addition to those listed in 00180.85(b).

SECTION 00190 - MEASUREMENT OF PAY QUANTITIES

Comply with Section 00190 of the Standard Specifications.

SECTION 00195 - PAYMENT

Comply with Section 00195 of the Standard Specifications modified as follows: 00195.10 Payment for Changes in Materials Costs - Replace this subsection with the following subsection: 00195.10 Asphalt Cement Material Price Escalation/De-escalation - An asphalt cement escalation/de-escalation clause will be in effect during the life of the Contract. The Agency reserves all of its rights under the Contract, including, but not limited to, its rights for suspension of the Work under 00180.70 and its rights for termination of the Contract under 00180.90, and this escalation/de-escalation provision shall not limit those rights.

(a) Monthly Asphalt Cement Material Price (MACMP) - The Monthly Asphalt Cement Material Price (MACMP) will be established by the Agency each month and will be based on the published prices of PG 64 22 asphalt cement furnished by Poten & Partners, Inc. If no portion of the Project Site is within the boundaries of ODOT Maintenance Districts 13 or 14, the MACMP will be based on the average prices for the Pacific Northwest, Portland Oregon area. If any portion of the Project Site is located within the boundaries of ODOT Maintenance District 13 or 14, the MACMP will be based on the average prices for the Boise Idaho area. Each MACMP for a given month will be the average of the published prices for that MACMP for each Friday in that month. For information regarding the calculation of the MACMP, and for the actual MACMP, go to the Agency website at:

Page 73: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 23

http://www.oregon.gov/ODOT/HWY/ESTIMATING/Pages/asphalt_fuel.aspx If the Agency selected index ceases to be available for any reason, the Agency in its discretion will select and begin using a substitute price source or index to establish the MACMP each month. The MACMP will apply to all asphalt cement including but not limited to paving grade, polymer modified, and emulsified asphalts, and recycling agents. The Agency does not guarantee that asphalt cement will be available at the MACMP. (b) Base Asphalt Cement Material Price (Base) - The Base asphalt cement material price for this Project is the MACMP published on the Agency website for the month immediately preceding the bid opening date. (c) Monthly Asphalt Cement Adjustment Factor - The Monthly Asphalt Cement Adjustment Factor will be determined each month as follows:

• If the MACMP is within ± 5% of the Base, there will be no adjustment. • If the MACMP is more than 105% of the Base, then:

Adjustment Factor = (MACMP) - (1.05 x Base) • If the MACMP is less than 95% of the Base, then:

Adjustment Factor = (MACMP) - (0.95 x Base) (d) Asphalt Cement Price Adjustment - A price adjustment will be made for the items containing asphalt cement listed below. The price adjustment as calculated in (c) above will use the MACMP for the month the asphalt is incorporated into the Project. The price adjustment will be determined by multiplying the asphalt incorporated during the month for subject Pay Items by the Adjustment Factor. The Pay Items for which price adjustments will be made are: Pay Item(s) PG 70-22ER Asphalt in LEVEL 3, 1/2 INCH ACP

SECTION 00196 - PAYMENT FOR EXTRA WORK

Comply with Section 00196 of the Standard Specifications.

SECTION 00197 - PAYMENT FOR FORCE ACCOUNT WORK

Comply with Section 00197 of the Standard Specifications modified as follows: 00197.20(a) General - Replace the paragraph that begins "Except as modified by these…" with the following paragraph:

Page 74: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 24

Except as modified by these provisions, Equipment use approved by the Engineer will be paid at the rental rates given in the most current edition of the EquipmentWatch Cost Recovery (Blue Book) published by EquipmentWatch, a division of Penton Business Media, Inc., and available from EquipmentWatch (phone 1-800-669-3282) (http://equipmentwatch.com). 00197.20(c-3) Rate Adjustment Factor - Replace this subsection, except for the subsection number and title, with the following: The rate adjustment factor used above will be determined by applying only the Model Year Adjustment to the Blue Book Rates. The Regional and User Defined Ownership/Operating Adjustments shall not apply. 00197.20(c-5) Limitations - Delete the paragraph that begins "The Blue Book..."

SECTION 00199 - DISAGREEMENTS, PROTESTS, AND CLAIMS

Comply with Section 00199 of the Standard Specifications.

SECTION 00210 - MOBILIZATION

Comply with Section 00210 of the Standard Specifications.

SECTION 00220 - ACCOMMODATIONS FOR PUBLIC TRAFFIC

Comply with Section 00220 of the Standard Specifications modified as follows: 00220.02 Public Safety and Mobility - Add the following bullet to the end of the bullet list:

• When performing trench excavation or other excavation across or adjacent to a Traffic Lane on a roadway having a pre-construction posted speed greater than 40 mph, backfill the excavation, install surfacing, and open the roadway to traffic by the end of each work shift. Install a "BUMP" (W8-1-48) sign approximately 100 feet before the backfilled area and a "ROUGH ROAD" (W8-8-48) sign approximately 500 feet ahead of the "BUMP" sign. If this requirement is not met, maintain all necessary lane or shoulder closures and provide additional TCM, including flagging, at no additional cost to the Agency. Do not use temporary steel plating to reopen the roadway.

00220.40(e-1) Closed Lanes - Replace this subsection, except for the subsection number and title, with the following:

Night work is defined as 1900 hrs to 0700 hrs for the purposes of allowable flagging times. One or more Traffic Lanes may be Detoured along the Central Avenue when allowed, shown on project traffic control sheets, or directed during the following periods of time except as indicated in 00220.40(e-2):

• Times shown on Project Traffic Control Sheets. For a maximum duration of one night shift normally between the hours of 1900 hrs.to 0700 hrs.

Page 75: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 25

Note: Detour shown on Traffic Control Sheets may be shortened or lengthened as need per the Engineer’s discretion.

One or more Traffic Lanes may be Closed/Flagged on the Central Avenue and Hwy 138W when allowed, shown, or directed during the following periods of time except as indicated in 00220.40(e-2):

• Work along Central Ave. where a detour has not been shown on Traffic Control Plan Sheets, or in the optioning of the Engineer may be most advantageous for the Contractor to perform flagging operations at night. Night work is defined as 1900 hrs to 0700 hrs for the purposes of flagging.

One Traffic Lane may be shifted/reduced on the Central Avenue when allowed, shown, or directed during the following periods of time except as indicated in 00220.40(e-2):

• Work along Central Ave. where a lane shift/reduction has been shown on Traffic Control Plan Sheets. Lane reduction may only be in place for normal daytime work shift hours, or as allowed by the Engineer. See Traffic Control Plans for Maximum duration/# days the day time lane reduction can be in place.

00220.40(e-2-b) Special Events - Add the following to the end of this subsection: The following special events will occur during this Project:

• Sutherlin City Wide Garage Sale- June 3, 2017 (Restriction Area: All Central Avenue and side streets)

• Woofstock Festival - June 16-18, 2017 (Restriction Area: Central Avenue + 2 blocks(each way) along park)

• Graffiti Weekend Events- July 7th, 2017 (Restriction Area: Central Avenue closed Umatilla to State)

• Sutherlin Stampede- July 14-15, 2017 (Restriction Area: All Central Avenue) • Sutherlin Black Berry Festival-August 18-20, 2017 (Restriction Area: All Central

Avenue and other side streets) • Sutherlin Community Tree Lighting – November (Restriction Area: only work

associated with Visitor’s Center triangle, all other areas are open for normal construction)

• Sutherlin Timber Town Toy Land Electric Light Parade – December 16, 2017 (Restriction Area: All Central Avenue)

During special event times shown above for the Restricted Areas listed contractor shall make all sidewalks and other facilities available to use by the public to the maximum extent feasible according to the type of construction going on at the time the special event, per the Engineer’s discretion.

Add the following subsection(s): 00220.40(f) Limited Duration Road Closure - The Contractor will be permitted to close/flag Traffic Lanes for periods not to exceed 20 minutes in duration during blasting or erecting

Page 76: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 26

bridge girders and sign structures over the Traffic Lanes. This work will only be permitted between the hours of _1900 hrs_ through _0700 hrs._ on Hwy 138W & Central Avenue when a detour has not been shown on Traffic Control Plan Sheets, or in the optioning of the Engineer may be most advantageous for the Contractor to perform flagging operations at night. Succeeding roadway closures will not be allowed until traffic clears from a preceding closure.

SECTION 00225 - WORK ZONE TRAFFIC CONTROL

Comply with Section 00225 of the Standard Specifications modified as follows: 00225.01(c) Standards - Add the following bullet to the end of the bullet list:

• ODOT "Traffic Control Plans Design Manual", available on the ODOT Traffic Control Plans Unit website.

00225.02 General Requirements - In the paragraph that begins "Work may be suspended…", replace the sentence that begins "Costs for work performed…" with the following sentence: Costs for work performed by the Agency may be deducted from monies due the Contractor. Add the following to the end of this subsection: Install "ROAD WORK AHEAD" (W20-1-48) signs with "FINES DOUBLE" (R2-6-36) rider on the Central Avenue & Hwy 138W, according to the "TCD Spacing Table" shown on the standard drawings or as modified by the supplemental drawings except do not install the "FINES DOUBLE" rider on concrete barrier mounted signs. Install beyond each end of the Project, facing outgoing traffic, an "END ROAD WORK" (CG20-2A-24) sign a distance of (A ÷ 2) according to the "TCD Spacing Table" shown on the standard drawings or as modified by the supplemental drawings. Install two sign flag boards, as shown on the standard drawings, above the following detour and road closed advance warning signs, where applicable:

• "DETOUR AHEAD", "DETOUR XXXX FT", "DETOUR X/X MILE" (W20-2) signs. • "ROAD CLOSED AHEAD", "ROAD CLOSED XXXX FT", "ROAD CLOSED X/X MILE"

(W20-3) signs. 00225.17 Flagger Station Lighting - Add the following paragraph to the end of this subsection: In addition to the products listed on the QPL, tripod mounted or cart mounted flagger station lights that were purchased on or before January 1, 2014 and that were on the QPL before January 1, 2014 may also be used. Provide proof of the original purchase date to the Engineer.

Page 77: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 27

00225.29 Pilot Cars - Replace the bullet that begins " No smaller than…" with the following bullet:

• No smaller than a compact pickup truck. 00225.32 Traffic Control Supervisor - Replace the paragraph that begins "Do not designate the Project Superintendent…" with the following paragraph: When the bid schedule includes an item for a TCS, do not designate the Project superintendent as the TCS.

00225.41(b-4) Temporary Sign Supports - Replace the bullet that begins "Do not tip over TSS…" with the following bullet:

• Do not tip over any TSS that is exposed to traffic, unless approved by the Engineer or the TSS is protected from traffic by a barrier system.

00225.41(c) Sign Flag Boards and Sign Flags - Replace this subsection, including subsections 00225.41(c-1) and 00225.41(c-2), with the following subsection: 00225.41(c) Sign Flag Boards - Install two sign flag boards, as shown or specified. 00225.41(e) Inconsistent Temporary Signs - Replace the paragraph that begins "Ensure that all temporary…" with the following paragraph: Ensure that all temporary signs are properly used and consistent with the work zone. Cover all inconsistent temporary signing until the sign messages are applicable to the Work that is beginning. When signage is no longer required for staging or shift Work, remove all temporary signs, sign flag boards, supports, sign covers, and ballast associated with the staging or shift Work. 00225.96 Temporary Electrical Signs - Replace the paragraph that begins "Items (a) and (b)…" with the following paragraph: Items (a) and (b) include furnishing, mounting, operating, moving, and removing signs and supports, regardless of whether the signs are mounted on supports, trailers, vehicles, or equipment. To be accompanied by Standard Drawings: TM204 ............................. Flag Board Mounting Details TM211 ............................. Signing Details US & Interstate Route Shields TM570 ............................. Traffic Delineators TM576 ............................. Traffic Delineator Installation for Non-Freeways TM670 ............................. Wood Post Sign Supports TM671 ............................. 3 Second Gust Wind Speed Map

Page 78: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 28

TM677 ............................ Sign Mounts TM687 ............................ Perforated Steel Square Tube (PSST)Sign Support Installation

and Foundation TM800 ............................ Tables, Abrupt Edge and PCMS Details TM810 ............................ Temporary Pavement Markers TM820 ............................ Temporary Barricades TM821, TM822................ Temporary Sign Supports TM840 ............................ Closure Details TM841 ............................ Intersection Work Zone Details TM842 ............................ Signalized Intersection Details TM844 ............................ Temporary Pedestrian Access Routing Comply with Section 00270 of the Standard Specifications modified as follows: 00270.80 Measurement - Replace the paragraph that begins "The quantities of temporary fence…" with the following paragraph: The quantities of temporary fence will be measured on the length basis of each type of temporary fence. Measurement will be from center to center of posts, measured along the line and grade of each separate continuous run of fence as constructed, exclusive of gates.

SECTION 00280 - EROSION AND SEDIMENT CONTROL

Comply with Section 00280 of the Standard Specifications modified as follows: 00280.00 Scope - Add the following paragraph to the end of this subsection: The Agency's NPDES 1200-CA Permit is applicable to the Project.

• Filter Sock Material - 5 mil thick woven tubular netting with mesh openings not greater than 3/8 inch, and consisting of continuous HDPE filament or polypropylene material or 100 percent biodegradable burlap, coir, cotton fiber or other approved material. Furnish filter sock material with a diameter of _8__ inches.

• Compost - Commercially manufactured coarse compost material meeting the

requirements of Section 03020.

• Stakes - 2 inch by 2 inch (nominal) untreated wood stakes. 00280.16(d) Inlet Protection - Replace the "Type 7:"bullet and the two sub-bullets with the following bullet and sub-bullets:

• Type 7:

• Filter sock material, compost, and stakes conforming to 00280.15(f).

• Sand bags conforming to 00280.15(a).

Page 79: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 29

00280.16(e) Sediment Barriers - Replace the "Type 8:" bullet and the two sub-bullets with the following bullet:

• Type 8 - Filter sock material, compost, and stakes conforming to 00280.15(f). 00280.30 Erosion and Sediment Control Manager - Replace the paragraph that begins "Designate and provide an ESCM…" with the following paragraph: If the Agency's NPDES 1200-CA Permit is applicable to the Project, designate and provide an ESCM that possesses a valid ODOT ESCM certificate or has successfully completed an erosion control training that is acceptable to the Engineer. 00280.90 Payment - Replace pay item(s) (r), with the following pay item(s): (r) Inlet Protection, Type _7___ ......................................... Each Add the following paragraph(s) after the paragraph that begins "Item (b) includes protecting…": In item(s) (f)), (h), (n), (o), (r), and (s), the type will be inserted in the blank. Add the following paragraph to the end of this subsection: No separate or additional payment will be made for constructing laps, seams, joints, wraps, overlaps, joint overlaps, or patches unless the Engineer orders additional amounts in excess of the minimum. For laps, wraps, or overlaps that that have been ordered by the Engineer and exceed the minimum or specified length or width, payment will be made for the added lap, overlap, or wrap length or width at the Contract unit price.

SECTION 00290 - ENVIRONMENTAL PROTECTION

Comply with Section 00290 of the Standard Specifications modified as follows:

00290.32 Noise Control - Add the following paragraphs to the end of this subsection: The Contractor's attention is directed to City of Sutherlin Ordinance No. 8.16.170 which describes noise control regulations. Exceptions may be granted by the City Manager for noise control requirements that are hard to attain when paving or performing night work. Please submit noise ordinance exception request prior to construction. Copies of the ordinance and noise control code are available at the office of the Project Manager. 00290.90 Payment - Add the following paragraph(s) to the end of this subsection:

Page 80: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 30

No separate or additional payment will be made for orange plastic mesh fencing.

SECTION 00310 - REMOVAL OF STRUCTURES AND OBSTRUCTIONS

Comply with Section 00310 of the Standard Specifications modified as follows: 00310.80 Measurement - Add the following to the end of the length and area bullet: Asphalt pavement cutting will be the length of the actual cut based on a depth of 8 inches. If the depth is greater than 8 inches, the length will be adjusted by converting to an equivalent number of feet on a proportionate length basis. 00310.92 Separate Item Basis - Add the following pay item to the pay item list: (g) Asphalt Pavement Saw Cutting .................................... Foot Add the following paragraph to the end of this subsection: Item (g) applies to asphalt pavement saw cutting when shown.

SECTION 00330 - EARTHWORK

Comply with Section 00330 of the Standard Specifications.

SECTION 00340 - WATERING

Comply with Section 00340 of the Standard Specifications.

SECTION 00350 - GEOSYNTHETIC INSTALLATION

Comply with Section 00350 of the Standard Specifications modified as follows: 00350.10 Materials - Add the following to the end of this subsection: Provide manufacturer's certifications complying with 02320.10(c) for the following geosynthetic(s): Certification Geotextile Level A Level B

Drainage, Type 1 ....................... ...................... X Drainage, Type 2 ....................... ...................... X Riprap, Type 1 .......................... ...................... X Riprap, Type 2 .......................... ...................... X Subgrade .................................. ...................... X Embankment ............................. ...................... Pavement Overlay ..................... ...................... X

Page 81: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 31

Supply Pavement Overlay Geotextile:Tencate Mirafi® MPG4 (PGM-G4) and install per manufactures recommendations. Alternative products of equal or higher quality strength (in Engineer’s discretion) are encouraged.

Supply Subgrade Geotextile:Tencate Mirafi® RS380i and install per manufactures recommendations. Alternative products of equal or higher quality strength (in Engineer’s discretion) are encouraged.

Page 82: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 32

SECTION 00370 - FINISHING ROADBEDS

Comply with Section 00370 of the Standard Specifications.

SECTION 00405 - TRENCH EXCAVATION, BEDDING, AND BACKFILL

Comply with Section 00405 of the Standard Specifications.

SECTION 00410 - COMMON PROVISIONS FOR PIPE LINING

Comply with Section 00410 of the Standard Specifications and modified as follows: 00410.03 Submittals - Add the following bullets to the end of this subsection: That starts with “Installation plan that includes the method of …“

• Slip lined pipe diameter shall be as large as reasonably feasible to match existing Arch Pipe dimensions (App. 49”x33”). Round pipe will normally not be accepted in this location.

• Contractor shall submit any hydraulic data needed to show that post slip lined pipe flow is better or equal to pre pipe flow.

Page 83: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 33

o A detailed description of proposed pipe lining materials manning’s number and other details will be required.

o A pipe full flow calculation Pre Vs. Post as well as a ¾, ½ &1/4 full pipe flow calculation will be required.

o Inlet or outlet controlled assumption with corresponding computations.

SECTION 00440 - COMMERCIAL GRADE CONCRETE

Comply with Section 00440 of the Standard Specifications modified as follows: 00440.13 Field-Mixed Concrete - Add the following paragraph to the end of this subsection: Pre-packaged dry blended concrete from the QPL may be used for work items listed in 00440.14(a). 00440.14(a) General - Add the following work item to the end of the list: Hydrant Thrust Blocks ............................................... 01160

SECTION 00442 - CONTROLLED LOW STRENGTH MATERIALS

Comply with Section 00442 of the Standard Specifications. Back fill all storm drain pipes upto existing or proposed AC level with controlled low strength materials.

SECTION 00445 - SANITARY, STORM, CULVERT, SIPHON, AND IRRIGATION PIPE

Comply with Section 00445 of the Standard Specifications modified as follows: 00445.11 Materials – Add to this subsection with the following subsection: 00445.11 Materials – Add the following paragraph: All storm drain pipe shall be High Density Polyethylene and comply with section 2415.10 of the standard specifications. Storm drain pipe shall have a corrugated exterior and a smooth interior, with a maximum Manning’s “n” value of 0.012, Min Cover of 1’ or less. Alternative pipes may be allowed when connection to existing pipes etc. 00445.11(e) Tracer Wire - Replace the sentence that begins "Use 12-gauge stranded…" with the following sentence: Use 12-gauge stranded or solid copper insulated high molecular weight polyethylene (HMW-PE) tracer wire or 12-guage copper clad steel reinforced insulated HMW-PE tracer wire.

Page 84: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 34

SECTION 00446 - TRENCH DRAINS

Comply with Section 00446 or the Standard Specifications.

SECTION 00470 - MANHOLES, CATCH BASINS, AND INLETS

Comply with Section 00470 of the Standard Specifications.

SECTION 00480 - DRAINAGE CURBS

Comply with Section 00480 of the Standard Specifications.

SECTION 00490 - WORK ON EXISTING SEWERS AND STRUCTURES

Comply with Section 00490 of the Standard Specifications modified as follows: Add the following subsection: 00490.47(d) Capping Concrete Structures - Permanently close openings in concrete inlets, boxes, and structures as shown and by:

• Removing existing frame and grate. • Chipping away existing concrete to an elevation below finished grade. • Reconstructing structure to accept reinforced concrete cap. • Installing cap on existing inlet, box, or structure.

00490.80 Measurement - Add the following paragraph to the end of this subsection: The quantities of capping existing concrete structures will be measured on the unit basis. 00490.90 Payment - Add the following pay item to the pay item list: (i) Capping Existing Concrete Structures .......................... Each

SECTION 00495 - TRENCH RESURFACING

Comply with Section 00495 of the Standard Specifications and modified as follows: 00495.00 Scope - In the paragraph that begins "This work consists of resurfacing pipe trenches", replace in its entirety: 00495.00 Scope - This work consists of resurfacing pipe trenches, and areas in front of curb and other areas as called out in the plans, including replacement of pavement, curbs, sidewalks, rock surfacing, topsoil, landscaping and other features removed or damaged during pipe trenching operations.

Page 85: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 35

00495.80 Measurement – Add the following paragraph: Trench resurfacing area that are not pipe areas will be by the per square yard basis.

SECTION 00510 - STRUCTURE EXCAVATION AND BACKFILL

Comply with Section 00510 of the Standard Specifications.

SECTION 0B596 - PREFABRICATED MODULAR RETAINING WALLS

Section 0B596, which is not a Standard Specification, is included in this Project by Special Provision.

Description 0B596.00 Scope - This work consists of furnishing and constructing prefabricated modular gravity retaining walls as shown and specified. 0B596.03 Definitions: Appurtenances - Traffic barriers, guardrail, fences, non-standard coping, drainage structures, sign supports, lighting supports, sound barriers, foundations, and utilities that are not part of the retaining wall system but are connected to, resting on, or passing through the retaining wall system. Alternate Gabion Basket Joint Fasteners - Spiral binders or high tensile locking spring steel clip or clamp-on ring type fasteners specified as an alternate to tie wire for assembling and joining gabion units. Batter - The slope of the wall facing from vertical that is expressed as degrees or as a ratio of the horizontal change in inches for each 12 inches of vertical change. A vertical face has a zero batter. Bin Wall - A prefabricated modular gravity retaining wall system type composed of metal or precast concrete modules backfilled with granular structure backfill material. Crib Wall - A prefabricated modular gravity retaining wall system type composed of interlocking longitudinal and transverse beams made of precast reinforced concrete and backfilled with granular structure backfill material. Dry Cast Concrete Block Gravity Wall - A prefabricated modular gravity retaining wall system type composed of dry cast concrete blocks without soil reinforcements. Gabion Gravity Wall - A prefabricated modular gravity retaining wall system type composed of assembled wire baskets that are connected together, filled with specified rock.

Page 86: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 36

Manufacturer - The fabricator having exclusive production rights for a proprietary retaining wall system. Nonproprietary Retaining Wall System - A retaining wall system that is not patented or trademarked and is shown on the plans. Piecemark - An alpha-numeric marking that identifies a specific type of retaining wall component. All components with the same piecemark are considered identical. Piecemarks shown on the working drawings identify placement of the component. Preapproved Proprietary Retaining Wall System - A wall system that is listed in Appendix 15-D of the Geotechnical Design Manual (GDM). Preapproved Proprietary Retaining Wall System Options - Acceptable preapproved proprietary retaining walls listed in 0B596.01 when proprietary retaining wall systems are required. Preapproved Proprietary Retaining Wall System Alternates - Acceptable preapproved proprietary retaining walls listed in 0B596.01 when non-proprietary retaining wall systems are shown. Prefabricated Modular Retaining Wall System - A basic gravity retaining wall system type composed of solid or hollow prefabricated concrete or steel modules. Hollow modules are typically backfilled with granular structure backfill material. Prefabricated modular retaining walls include metal and precast concrete bin, precast concrete crib, gabion, dry cast concrete block, and wet cast concrete block gravity retaining walls. Proprietary Retaining Wall System - A retaining wall system that is protected by trademark, patent, or copyright and is produced or distributed by a manufacturer having exclusive rights. Retained Backfill - Unreinforced backfill within a distance of H/2 behind the back of the wall, where H is the total height of the wall excluding the leveling pad or footing. Retaining Wall System - An engineered system of structural and geotechnical components that restrains a mass of earth. The terms "retaining wall system", "retaining structure", and "retaining wall" are used interchangeably. Wet Cast Concrete Block Gravity Wall - A gravity retaining wall system type composed of wet cast concrete blocks without soil reinforcements.

Materials 0B596.10 General:

(b) Nonproprietary Retaining Wall Systems - Provide materials according to the applicable material Specifications. ***** Retaining wall blocks (5'x30”x28”)X 38, for wall construction Sta 1303+97.8 to 1304+92.8 “C” will be supplied by City or Sutherlin and are to be picked up at waste water treatment plant Stearns Ln. ***** Incorporate supplied blocks into wall construction as shown and specified.

Page 87: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 37

(c) Quality Control - Provide quality control according to Section 00165.

0B596.11 Backfill:

(a) Gravel Leveling Pads Backfill - Furnish dense graded 1" - 0 or the 3/4" - 0 aggregate base material for leveling pads meeting the requirements of 02630.10. (b) Modular Block Core and Drainage Backfill - Furnish 3/4" - No. 4 PCC aggregate material meeting the requirements of 02690.20 (a) through (e) and 02690.20(g). (c) Gabion Basket Fill - Furnish a durable well graded 4 to 8 inch size rock material meeting the requirements of 00390.11(b). (d) Retaining Wall Granular Backfill - Furnish dense graded 1" - 0 or 3/4" - 0 aggregate base material meeting the requirements of 02630.10 and the following:

(1) Material Passing No. 200 Sieve - The amount of material passing the No. 200 sieve shall not exceed 15 percent by weight. Test according to AASHTO T 11. (2) Plasticity Index - The plasticity index of the material passing the No. 40 sieve shall not exceed 6. Test according to AASHTO T 90.

(e) Pipe Drain Backfill - Furnish granular drain backfill material for drainage pipes meeting the requirements of 00430.11.

0B596.14 Geosynthetics:

(a) Geotextile Filter Layer for Subsurface Drainage Systems - Furnish Type 1, Level B, drainage geotextile according to Section 02320. (b) Geotextile Filter Layer Between Backfill and Gabion Walls - Furnish Type 2, Level B, riprap geotextile according to Section 02320. (c) Geotextile Filter Layer Between Backfill and Other Prefabricated Modular Walls - Furnish Type 1 or Type 2, Level B, drainage geotextile according to Section 02320. (d) Modular Block Drainage Fill Geotextile Filter - Furnish Type 1, Level B, drainage geotextile according to Section 02320.

Labor

0B596.30 Quality Control Personnel - Provide technicians with CAgT and CDT certifications. 0B596.31 Manufacturer's Field Representative Qualifications and Duties - Provide a Manufacturer's field representative with the following minimum qualifications:

• Is a licensed professional engineer in the State of Oregon.

Page 88: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 38

• Has been trained and certified by the Manufacture in the construction, installation, and inspection of the selected proprietary retaining wall system.

The times that the Manufacturer's field representative are required to be present or available and the duties of the Manufacturer's field representative are:

• Preconstruction Conference - Meet with the Engineer and all contractor supervisory personnel and subcontractors involved in construction of the proprietary retaining wall at the preconstruction conference to discuss methods of accomplishing all phases of work required to construct the proprietary retaining wall.

• Initial Wall Construction - Be present at the retaining wall construction site and

provide technical assistance to the Contractor and Engineer during all wall construction activities from the beginning of wall construction until at least 10 percent of the total wall length is successfully installed and backfilled to a height of at least 10 feet, or the actual wall height, whichever is less.

Submit daily field observation reports no later than noon of the next working day. Include the following information in the daily field observation reports:

• Date of observation. • Description all work observed and whether or not the work was acceptable. • Documentation of all communications with the Contractor and Engineer. • Name and signature.

• Remaining Wall Construction - Be available by phone or in person as needed

throughout the remaining construction of the proprietary retaining wall to provide technical assistance to the Contractor and Engineer.

• Final Field Observations - Conduct a final field observation of the completed retaining

wall construction with the Engineer and Contractor. Submit a final field observation report that includes the following information one Calendar Day after the final field observation:

• Date of observation. • Documentation of all retaining wall deficiencies. • Recommendation to accept or reject the retaining wall construction.

Provide a stamped final report to the Engineer no later than 10 Calendar Days after the final field observation of the retaining wall. Include the following information in the final report:

• Preconstruction meeting minutes. • All daily field observation reports. • Transcripts of all communications with the Contractor and the Engineer during the

remaining wall construction phase. • Final field observation report.

Construction

Page 89: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 39

0B596.40 General:

(a) Proprietary Retaining Walls - Construct proprietary retaining walls according to Agency requirements, Manufacturer's working drawings, and the Manufacturer's Field Construction Manual. If the Manufacturer's working drawings or the Manufacturer's Field Construction Manual conflict with Agency requirements, Agency requirements shall take precedence. Follow instructions and recommendations of the representative if approved by the Engineer. (b) Nonproprietary Retaining Walls - Construct nonproprietary retaining walls as shown.

0B596.41 Excavation and Foundation Preparation - Perform excavation and prepare and backfill wall foundations according to Section 00510 and the following:

• Grade the foundation level for a width equal to the width of the wall base plus 1.0 feet on each side. Do not reinforce backfill for over-excavated foundations without prior approval.

• Place backfill material in nearly horizontal layers not more than 8 inches thick. Compact the entire surface of each layer with at least three coverages, using equipment made specifically for compaction. Routing hauling and grading equipment over the surface is not acceptable as adequate compaction.

• Do not construct backfill when the backfill, the foundation, or the embankment on which it would be placed is frozen, or unstable.

0B596.42 Leveling Pads:

(a) Cast-in-Place Leveling Pads - Construct cast in place leveling pads with:

• Unreinforced concrete. • A width of at least the block front face to block back face plus 12 inches (6 inches

on each side of the facing units). • A thickness of 6 inches ± 1/4 inch. • A location tolerance of ± 1 inch of the design location. • A top pad tolerance of ± 1/8 inch of the design elevation.

Cure cast-in-place leveling pads at least 12 hours before placing the wall units. (b) Gravel Leveling Pads - Construct gravel leveling pads with:

• A width of at least the width of the wall facing plus 12 inches (6 inches on each side of the facing units).

• A thickness of at least 6 inches. • A location tolerance of ± 1 inch of the design location. • A top pad tolerance of ± 1/8 inch of the design elevation.

Page 90: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 40

Compact gravel leveling pads in 3 to 4 inch lifts using a minimum of three passes of a walk behind vibratory plate compactor with a gross static weight of not less than 125 pounds and a total compaction static plus dynamic force of not less than 2,000 pounds.

0B596.43 Subsurface Drainage - Install subsurface drainage before constructing walls. 0B596.44 Erecting Walls:

(a) Dry Cast Concrete Block Walls:

(1) Placement - Begin placing the first course of blocks on top of and in full contact with the lowest foundation level of the leveling pad. Level and align all blocks. Lay blocks as close together as possible and parallel to the straight or curved line of the wall face. Place blocks in vertical or battered positions as shown. Level each course block-to-block and front-to-back. Set each block on the blocks below without rocking. Correct high areas by grinding or shimming with approved shims. Do not use shims within 1 inch of the front face. Do not exceed a shim stack thickness of 1/16 inch. Stack all blocks in a running bond pattern with each block spanning the joint below. Place granular structure backfill with each course of blocks. When shown, place modular block core backfill and drainage fill backfill, and install drainage fill geotextile and shear pins with each course of blocks. Remove all backfill that is on top of the blocks before installing the next course of blocks or soil reinforcements. Attach the top row of dry cast concrete blocks or cap blocks to the underlying blocks with an adhesive from the QPL. Clean the finished exposed wall face of all foreign material deposits. (2) Tolerances:

• First course of wall blocks located within ± 1/4 inch of the design horizontal alignment.

• Final out of plane concavity or convexity of the front face within ± 3/4 inch in 10 feet.

• Final deviation from the design batter within ± 1 1/4 inch for each 10 feet of wall height.

• Outward leaning batter is zero. • Each course of blocks within ± 1/16 inch of level when checked with a 4 foot

straight edge level. • Out of plane offset between consecutive rows within 3/4 inch of the planned

offset. • Finished top of wall elevation within ± 1 inch of the design elevation.

0B596.45 Geotextile Placement - Install geotextiles according to Section 00350 and as shown. 0B596.47 Backfill Placement:

Page 91: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 41

(a) General - Do not misalign wall units or damage wall components when placing backfill material. Remove and replace all misaligned or damaged wall materials at no additional cost to the Agency. (b) Compaction - Meet the following requirements:

(1) Equipment - Provide the following compaction equipment:

a. Backfill In and Within 3 Feet Behind Wall Units - Walk behind vibratory roller compactor with a single smooth drum, vibratory plate compactor, or rammer/tamper plate compactor; each with a gross static weight of not more than 1,000 pounds and a total compaction static plus dynamic force of not more than 5,000 pounds. b. Backfill More Than 3 Feet Behind Wall Units - Vibratory roller compactor with a single smooth drum, vibratory plate compactor, or rammer/tamper plate compactor.

(2) Maximum Density and Optimum Moisture Content - Determine maximum density and optimum moisture content of the MSE granular backfill material according to AASHTO T 99 Standard Proctor Method A, with coarse particle correction according to AASHTO T 224. (3) Moisture Content - Prepare backfill material to within minus 4% to plus 2% of optimum moisture content at the time of compacting. Add water to material that does not contain sufficient moisture and thoroughly mix. Remove excess moisture by manipulation, aeration, drainage, or other means before compacting. (4) Density:

a. Backfill In and Within 3 Feet Behind Wall Units - Compact to 95% of maximum density using the required number of passes determined according to 0B596.47(b-5-a). b. Backfill More Than 3 Feet Behind Wall Units - Compact to 95% of maximum density determined according to 0B596.47(b-5-b).

(5) Testing Methods and Frequency:

a. Test Pad Method - Before placing the wall backfill, determine the number of passes necessary to achieve the specified density by constructing a test pad that is at least 5 feet wide, 15 feet long, and 3 feet in final depth. Construct test pad fill in layers no more than 8 inches thick using the same equipment and methods that will be used to compact the wall backfill. Perform at least one density test according to AASHTO T 310 on each test pad layer. Construct and test a new test pad when changes in material occur or different equipment is used during the construction of the wall backfill, except a new test pad is not required for modular block drainage backfill. b. Nuclear Gauge Method - Test in-place field density according to AASHTO T 310. Test at the frequency required in the ODOT Manual of Field Test Procedures.

Page 92: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 42

(6) Deflection Requirement - Conduct at least one deflection test, witnessed by the Engineer on each compacted layer of backfill according to ODOT TM 158. If the tested layer exhibits yielding, deflection, reaction, or pumping, rework the area to provide acceptable test results before placing the next layer.

Maintenance

0B596.60 Protecting Work - Protect and repair work as follows:

• Do not allow runoff from adjacent areas to enter the wall construction site during construction operations.

• At the end of each day's operation, direct potential runoff away from the wall by sloping the last lift of backfill away from the wall.

• Rework and repair all damaged subgrade areas to the depth where undamaged work is encountered.

Measurement

0B596.80 Measurement - No measurement of quantities will be made for retaining walls. The estimated quantity of retaining walls are: Station Limits Area Sta. 1303+97.8 to Sta. _1304+92.8 “C”_ Rt. ___443.33___ sq. ft.

Payment 0B596.90 Payment - The accepted quantities of work performed under this Section will be paid for at the Contract unit price, per unit of measurement, for the following items: Pay Item Unit of Measurement (a) Retaining Wall, Prefabricated Modular Gravity ............................ Lump Sum

SECTION 00620 - COLD PLANE PAVEMENT REMOVAL

Comply with Section 00620 of the Standard Specifications modified as follows: 00620.40(a) General - Replace this subsection, except for the subsection number and title, with the following: Remove the existing pavement to the depth, width, grade and cross section shown or as directed. The use of a heating device to soften the pavement is not allowed. 00620.43 Maintenance Under Traffic - Replace this subsection, except for the subsection number and title, with the following:

Page 93: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 43

Traffic will be allowed on the cold planed surface up to _1__ Calendar Days after removing the existing surface. Sweep and clean the cold planed surface before opening to traffic. Place temporary delineation per the contract with no additional payment for additional temporary delineation. Before beginning paving operations, make repairs to the existing cold planed surface as needed or directed. No additional payment will be made for the repairs.

SECTION 00640 - AGGREGATE BASE AND SHOULDERS

Comply with Section 00640 of the Standard.

SECTION 00641 - AGGREGATE SUBBASE, BASE, AND SHOULDERS

Comply with Section 00641 of the Standard Specifications.

SECTION 00730 - EMULSIFIED ASPHALT TACK COAT

Comply with Section 00730 of the Standard Specifications modified as follows: 00730.90 Payment - Replace this subsection, except for the subsection number and title, with the following: No separate or additional payment will be made for emulsified asphalt tack coat.

SECTION 00745 - ASPHALT CONCRETE PAVEMENT - STATISTICAL ACCEPTANCE

Comply with Section 00745 of the Standard Specifications modified as follows:. All ADA ramp construction shall be complete before main line paving can occur. If sections of ADA ramps are complete then paving mainline in sections would be acceptable for that section of work. For the paving mainline and shoulders from Comstock Avenue West to the project limits. ODOT will be constructing ADA ramps in a separate contract and the anticipated completion time is August 30 2017. Mainline paving will not be allowed until ADA ramps are complete.

SECTION 00748 - ASPHALT CONCRETE PAVEMENT REPAIR

Comply with Section 00748 of the Standard Specifications.

SECTION 00749 - MISCELLANEOUS ASPHALT CONCRETE STRUCTURES

Comply with Section 00749 of the Standard Specifications modified as follows:

Page 94: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 44

00749.44 Placing Asphalt Concrete - Replace the paragraph that begins "Construct all structures within…" and the bullet list with the following paragraph and bullet list: Construct all structures within the following lines and grades:

• 0.08 foot of true line • 0.04 foot of established surface grade, cross section and slope • 0.04 foot of specified thickness

SECTION 00759 - MISCELLANEOUS PORTLAND CEMENT CONCRETE STRUCTURES

Comply with Section 00759 of the Standard Specifications modified as follows: 00759.00 Scope - Add the following to the end of this subsection: This work consists of removing existing concrete sidewalks, curbs, and sidewalk ramps, and constructing new portland cement concrete sidewalk ramps with curbs. Add the following subsections: 00759.02 Required Submittals - Before the preplacement conference, submit the following:

(a) Working Drawings - Before the preplacement conference, submit six copies of unstamped working drawings according to 00150.35 for all sidewalk ramp work. Include field verification of each ramp location, and all dimensions and grades necessary to demonstrate compliance with the Standard Drawings and Plans. Notify the Engineer of any deficiencies or non-compliance with the Standard Drawings or Plans. The Engineer will provide additional or modified Plans as needed. (b) Sidewalk Ramp Plan - At least 21 Calendar Days before the sidewalk ramp work is scheduled to begin, submit a plan for accomplishing all phases of the sidewalk ramp work, including the following:

• Surface preparation • Compliance with working drawings and details submitted under 00759.02 • Compliance with current Standard Drawings and Plans • Waste handling and disposal • All other pertinent information

Do not begin any sidewalk ramp work before the plan for completing the work has been approved.

Material ordered or work done before the Engineer reviews and returns the documents will be at the Contractor's risk. Add the following subsection:

Page 95: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 45

00759.03 Preplacement Conference - Before beginning any sidewalk ramp work, meet with the Contractor's supervisory personnel and quality control manager, any sidewalk ramp subcontractors' supervisory personnel, and the Engineer at a mutually agreed upon time. If the Contractor's personnel change, or if the Contractor proposes a significant revision to the plan for accomplishing the sidewalk ramp work, the Engineer may require additional preplacement conferences. Add the following subsection: 00759.22 Smart Level - Slopes will be verified with the use of a 24 inch SmartTool level model 92379, a 6 inch SmartTool level model 92346. The 6 inch level will only be used to measure counter slope (normally called gutter pan slope) when there is a concrete gutter. All other locations will use the 24 inch level to measure slopes. 00759.46 Concrete - Add the following sentence after the first sentence: Before placing concrete, verify that forms are correctly positioned to produce sidewalk ramps with proper slopes and dimensions to comply with the Standard Drawings and Plans. 00759.50(c) Driveways, Walks, and Surfacings - Add the following paragraph to the end of this subsection: In addition, finish concrete surfaces of sidewalk ramps to be within the established slopes and dimensions allowed by the Standard Drawings and Plans. Repair or remove and replace sidewalk ramps not meeting the Standard Drawings and Plans at no additional cost to the Agency. 00759.80 Measurement - Add the following sentence(s) to the bullet that begins "Area Basis - Measurement…": Measurement of concrete walks will include the total area of concrete walk, including the area of new concrete sidewalk ramps within the footprint of the concrete walk. 00759.90 Payment - Add the following pay items: Pay Item Unit of Measurement (n) Extra for New Sidewalk Ramps ..................................... Each (p) Truncated Domes on Existing Surfaces ........................ Each (q) Concrete Walks [ADA Ramps] ................................ Square Foot Replace the paragraph that begins "Items (e) and (f) include…" with the following paragraph: Items (e) and (f) include the area of new concrete sidewalk ramps within the footprint of the Concrete Walks or Monolithic Curb and Sidewalks. Add the following paragraph(s) after the paragraph that begins "In item (k)…":

Page 96: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 46

Item (n) includes the additional work required to construct a new sidewalk ramp in a new concrete sidewalk or monolithic curb and sidewalk. Payment for the area of the new sidewalk ramp will be made under the concrete walk or sidewalk pay item. Item (p) includes installation of truncated domes on an existing concrete or asphalt surface. Add the following paragraph to the end of this subsection: No separate or additional payment will be made for Sidewalk Ramp Working Drawings, Sidewalk Ramp Plan, Preplacement Conference, concrete form verification, and any necessary repair or removal and replacement of Sidewalk Ramps.

SECTION 00815 - BOLLARDS

Comply with Section 00815 of the Standard Specifications.

SECTION 00850 - COMMON PROVISIONS FOR PAVEMENT MARKINGS

Comply with Section 00850 of the Standard Specifications.

SECTION 00851 - PAVEMENT MARKING REMOVAL

Comply with Section 00851 of the Standard Specifications modified as follows: 00851.40 General - In the paragraph that begins "Remove durable and non-durable…", delete the sentence that begins "Remove durable markings by steel…".

SECTION 00856 - SURFACE MOUNTED TUBULAR MARKERS

Comply with Section 00856 of the Standard Specifications.

SECTION 00865 - LONGITUDINAL PAVEMENT MARKINGS - DURABLE

Comply with Section 0865 of the Standard Specifications.

SECTION 00867 - TRANSVERSE PAVEMENT MARKINGS - LEGENDS AND BARS

Comply with Section 00867 of the Standard Specifications.

SECTION 00905 - REMOVAL AND REINSTALLATION OF EXISTING SIGNS

Comply with Section 00905 of the Standard Specifications.

Page 97: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 47

SECTION 00910 - WOOD SIGN POSTS

Comply with Section 00910 of the Standard Specifications.

SECTION 00920 - SIGN SUPPORT FOOTINGS

Comply with Section 00920 of the Standard Specifications modified as follows: 00920.80 Measurement - Add the following to the end of this subsection: The estimated quantities of concrete for minor sign supports are: Support Type Material Quantity

Square Steel Tube Concrete Contractor to approximate and bid accordingly XX cu. yd.

SECTION 00930 - METAL SIGN SUPPORTS

Comply with Section 00930 of the Standard Specifications.

SECTION 00940 - SIGNS

Comply with Section 00940 of the Standard Specifications.

SECTION 00941 - SIGN COVERS

Comply with Section 00941 of the Standard Specifications.

SECTION 00950 - REMOVAL OF ELECTRICAL SYSTEMS

Comply with Section 00950 of the Standard Specifications modified as follows: 00950.02 Definitions - Add the following after the electrical systems definition: The electrical system(s) to be removed under this Contract include: Existing electrical systems conflicting with new signal modifications, street lighting, and other electrical work specified in the plans & specifications. Existing street lights in the down town area shall be operational until new streets lights can be installed and turned on. PPL will be remove existing street lights and the contractor will be required to remove the rest of the illumination items such as conduit, wire, and foundations etc..

Page 98: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 48

SECTION 00960 - COMMON PROVISIONS FOR ELECTRICAL SYSTEMS

Comply with Section 00960 of the Standard Specifications modified as follows: 00960.41(f) Disposition of Waste Materials - Replace this subsection title with the title "Disposal of Materials". 00960.44(b) Junction Box Locations - In the sentence that begins "Mark the location of all…", replace "Type 1" with "Type 1, Type 1U, or Type 2".

SECTION 00962 - METAL ILLUMINATION AND TRAFFIC SIGNAL SUPPORTS

Comply with Section 00962 of the Standard Specifications modified as follows: 00962.02 Calculations and Drawings - Replace the bullet list with the following bullet list:

• Prequalified manufacturing shop drawings. • Calculations and shop drawings for all standard poles that do not have prequalified

manufacturing shop drawings. • Calculations and shop drawings for all nonstandard poles that do not have prequalified

manufacturing shop drawings. • Calculations and installation drawings for all nonstandard pole foundations that do not

have details shown. 00962.05(c) Illumination Supports - Add the following to the end of this subsection: The following standard illumination pole drawings are prequalified for use on the Project:

Ameron Pole Products Division Drg. OR7, Rev. C, 1/02 Drg. OR8, Rev. C, 1/02 Drg. OR9, Rev. E, 2/02 Union Metal Corp. Drg. 71049-B18 sh 1, R3, 2/99 Drg. 71049-B18 sh 2, R3, 2/99 Drg. 71049-B19 sh 1, R3, 2/99 Drg. 71049-B19 sh 2, R3, 2/99 Northwest Signal Supply Drg. NWS2285M, 9/00 Valmont Industries Inc. Drg. DB00386 page 1, Rev. D, 1/23/15 Drg. DB00386 page 2, Rev. D, 1/23/15 Drg. DB00386 page 3, Rev. D, 1/23/15 Drg. DB00386 page 4, Rev. D, 1/23/15 Drg. DB00387 page 1, Rev. D, 1/16/15 Drg. DB00387 page 2, Rev. D, 1/16/15 Drg. DB00387 page 3, Rev. D, 1/16/15

00962.46(j-3) Bolt Inspection - Replace the paragraph that begins "Top surface of bolts or rods…" with the following paragraph:

Page 99: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 49

Top surface of bolts or rods that are not flush or do not extend beyond the top of the nut requires the rejection of the installation. Add the following subsection: 00962.46(k) Plate Flatness - Faying surfaces of plates shall be flat to within a tolerance of 1/32 inch in 12 inches and a tolerance of 1/16 inch overall. Base plates with leveling nuts shall be flat to within a tolerance of 1/8 inch in 12 inches and a tolerance of 3/16 inch overall.

SECTION 00970 - HIGHWAY ILLUMINATION

Comply with Section 00970 of the Standard Specifications modified as follows: 00970.42 Cable and Wire - Replace the paragraph that begins "Use No. 12 AWG Type XHHW or THWN…" with the following paragraph: Use No. 12 AWG Type XHHW wire from the control cabinet to the photoelectric relay. 00970.90 Payment - Add the following: Item “0970-0104000A LUMINAIRES, LAMPS, AND BALLASTS” shall include all work associate with decorative lighting work as shown on the plans and shall include “Pole foundations”, “Luminaires, Lamps and Ballasts, “Switching, Conduit and Wiring” trenching, boring and other miscellaneous items as shown in the plans.

SECTION 00990 - TRAFFIC SIGNALS

Comply with Section 00990 of the Standard Specifications modified as follows: 00990.42(h) Audible Pedestrian Signals - Add the following paragraph to the end of this subsection: Use audible pedestrian signals from the ODOT "Green Sheet". 00990.43(b-5) Resistance Testing - Replace the bullet list with the following bullet list:

• Before splicing and sealing – continuity test • Before splicing after sealing – resistance test • After splicing and sealing – resistance test

Traffic Signal modification Detector installation Flashing Beacon Installation 00990.90 Payment - Replace pay item(s) (b), (c), and (f) with the following pay items: (b) Traffic Signal Modification, Calapooia. & State Streets_____ Lump Sum (c) Detector Installation, Calapooia. & State Streets .... Lump Sum (f) Flashing Beacon Installation, Umatilla Street. ......... Lump Sum

Page 100: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 50

Add the following paragraph before the paragraph that begins "Item (a) includes furnishing…": In item(s) (b), (c), (e), and (f) the intersection location will be inserted in the blank.

SECTION 01030 - SEEDING

Comply with Section 01030 of the Standard Specifications.

SECTION 01040 - PLANTING

Comply with Section 01040 of the Standard Specifications modified as follows: 01040.19 Plants - Add the following to the end of this subsection: Contractor shall supply and install deciduous “Frans Fontaine Hornbeam” tree, 10’-12' tall Ensure the tree is pre-pruned to a height of 5' above ground and is good hardy & healthy stock per section 1040.19 (b. 01040.49 General Planting - Add the following to the end of this subsection: The following watering frequencies are required:

• Deciduous trees “ FRANS FONTAINE HORNBEAM (DECIDUOUS TREE), 10-12' TALL”, water at a frequency as appropriate for vigorous tree growth .

SECTION 01070 - MAILBOX SUPPORTS

Comply with Section 01070 of the Standard Specifications.

SECTION 01120 - IRRIGATION SYSTEMS

Comply with Section 01120 of the Standard Specifications.

SECTION 01140 - POTABLE WATER PIPE AND FITTINGS

Comply with Section 01140 of the Standard Specifications modified as follows: 01140.10 Materials - Replace this subsection, except for the subsection number and title, with the following: Furnish materials meeting the following requirements: Bolted, Sleeve-Type Couplings for Plain End Pipe........... 02475.60 Commercial Grade Concrete in Thrust Blocks ...................... 00440 Detectable Marking Tape and Wire .................................. 02470.60 Ductile Iron Pipe Fittings .................................................. 02475.20 Ductile Iron Pipe .............................................................. 02470.20 Polyethylene Encasement ............................................... 02470.50 Polyvinyl Chloride (PVC) Pipe fittings - 4" and larger ....... 02475.40 Polyvinyl Chloride (PVC) Pipe fittings - under 4" .............. 02475.45

Page 101: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 51

Polyvinyl Chloride (PVC) Pipe - 4" and larger .................. 02470.40 Polyvinyl Chloride (PVC) Pipe - under 4" ......................... 02470.45 Reinforcement ...................................................................... 00530 Restrained Joints ............................................................. 02475.50 High Density Polyethylene Pipe ....................................... 02470.31 High Density Polyethylene Pipe Fittings ........................... 02475.31 High Density Polyethylene (HDPE) pipe shall meet the requirements of ANSI/AWWA C906, Standard PE Code Designation PE 3408, minimum cell classification PE 334434C (ASTM D 3350). Pipe may also be PE 4710 in accordance with the pending revisions to ANSI/AWWA C906-07. Pipe shall be iron pipe size (IPS) outside diameter or ductile iron pipe size (DIPS) outside diameter. All HDPE pipe and fittings shall be of the dimension ratio (DR) as shown on the plans. 01140.11 Handling Pipe and Fittings - Replace this entire subsection, including subsections .11(a) and .11(b), with the following subsection: 01140.11 Handling Pipe and Fittings - Handle pipe and fittings to prevent damage to or contamination of the pipe, fitting, lining, or coating. Load and unload pipe and fittings using hoists and slings so as to avoid shock or damage, and under no circumstances allow them to be dropped, skidded, or rolled against other pipe or fittings. If any part of the coating or lining is damaged, repair in a manner satisfactory to the Engineer. Damaged or contaminated pipe and fittings will be rejected. Immediately separate all damaged or contaminated pipe and fittings and remove from the project site. If pipe requires temporary storage, store on cradles to prevent entry of dirt, other foreign material, or contamination. Keep the pipe or pipe joint free of dirt, other foreign material, or contamination during handling or laying operations. Remove, clean, and relay any pipe or fitting that has been installed with dirt, foreign material, or contamination in it. When pipe laying is not in progress, close the open ends of pipe with watertight plugs or by other approved means to ensure cleanliness. 01140.12 Cutting Pipe - Replace this entire subsection with the following subsection: 01140.12 Cutting Pipe:

(a) General - Whenever possible, use partial lengths of pipe supplied by the manufacturer to provide the proper spacing of valves, tees, or special fittings. (b) Cutting Operation - Cut pipe with abrasive saws or with special pipe cutters. Square all pipe ends with the longitudinal axis of the pipe. Ream and smooth the interior edge and bevel the exterior edge of the cut ends. Flame cutting of ductile iron pipe will not be allowed.

01140.40(c) Extra Trench Excavation - Delete this subsection. 01140.40(d) Grade and Alignment Changes - Replace this subsection, except for the subsection number and title, with the following:

Page 102: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 52

Excavate potholes to locate utilities. Allow enough time between excavating potholes and pipe installation to change alignment and grade of the pipeline to avoid conflicts. Obtain approval from the Engineer before using fittings to avoid conflicts. 01140.40(e) Installation in Paved Areas - Delete this subsection. 01140.41(e) Polyvinyl Chloride Pipe - Replace this entire subsection, including subsections .41(e-1) and .41(e-2), with the following subsection: 01140.41(e) Polyvinyl Chloride (PVC) Pipe - Install PVC pipe according to AWWA C605 and the manufacturer’s recommendations. Lay horizontal and vertical curves in pipe, as shown, with standard pipe by deflecting the joints. Use standard fittings and standard pipe lengths unless otherwise shown. If shorter lengths of pipe are required, the maximum allowable pipe lengths will be shown. Do not exceed 80 percent of the manufacturer’s recommendations for the amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve. Where field conditions require deflection or curves not shown, the Engineer will determine the methods to be used. Do not bend PVC pipe segments. 01140.41(f) Water and Sanitary Sewer Separation - Replace this subsection, except for the subsection number and title, with the following: Comply with OAR 333-061-0050 governing horizontal and vertical separation between water and sanitary sewer facilities for installation of new water lines and appurtenances. Submit all proposals for variance in writing. The proposal shall include the reason for the variance, type of material and condition of the sewer line, and location of the water and sewer facilities, including horizontal and vertical skin-to-skin clearances. Proposals will be reviewed by the Engineer and approved, approved as noted, or returned for correction. Each variance will be addressed on a case-by-case basis. Add the following subsection: 01140.41(g) Other Utilities - Maintain a minimum vertical clearance of 12 inches between installed pipe and other utilities. Maintain a minimum horizontal clearance of 24 inches between installed pipe and other utilities. Engineer's approval and additional protection is required for any pipe installation that does not maintain the specified minimum clearances. 01140.42(a) General - Replace the paragraph that begins "Mark pipe not…" with the following paragraph: For pipe not furnished with a depth mark, mark pipe with a depth mark before joint assembly. 01140.42(b) Steel Pipe under 6 Inches - Delete this subsection. Add the following subsection 01140.42(c) HDPE Pipe:

(1) Joints and Fittings - Join pipes and fittings using the thermal butt fusion method according to ASTM D 3261. HDPE fittings shall be of the same class as the HDPE piping.

Page 103: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 53

(2) Connections with Other Pipe Types - Connect HDPE pipe to other pipe types using manufactured fittings, as approved.

01140.43(a) Installation - Replace the sentence that begins "The polyethylene encasement need…" with the following sentence: The polyethylene encasement is not required to be watertight, but do not expose any part of the pipe, fittings, or coupling to the backfill. 01140.45(a) Installation - Replace this subsection, except for the subsection number and title, with the following: Install marking tape and wire over all nonmetallic water lines, including service connections. Place a continuous solid copper wire along the top of all water pipe, including service lines. Use cable ties to secure the copper wire to the top of the pipe at a maximum spacing of 10 feet. Tie all splices and make them electrically continuous and waterproof. Provide access to terminal ends of the wire at all valve boxes, meter boxes, hydrants, and vaults. The result of this installation shall be a continuous wire circuit electrically isolated from ground. Place the marking tape approximately 1 foot above the top of the pipe for its full length. 01140.47 Connection to Existing Mains - Replace this entire subsection with the following subsection: 01140.47 Connection to Existing Mains - Make necessary arrangements with the Engineer a minimum of 7 calendar days before making connections to existing water mains. Assemble all materials, equipment, and labor necessary to properly complete the work before starting.

(a) Notification - If the connection to the existing system involves temporary water system shutoff, provide written notices to the residents affected by the shutoff a minimum of 72 hours before the shutoff. Submit a draft written notification to the Engineer for approval 5 calendar days before providing written notice to the affected residents. The Engineer will advise which property owners are to be notified. (b) Permission - The work to perform the connection may need to be carried out during times other than normal working hours. Do not operate any valves on the existing system without specific permission of the Engineer. (c) Connection Assemblies - Excavate potholes to expose existing piping at connection points before constructing the connection. If existing piping is different than shown, provide measurements of depth and a detailed sketch of existing piping configuration and alignment to the Engineer not less than two weeks before the expected construction. (d) Uninterrupted Service - Once work is started on a connection, proceed continuously without interruption, and as rapidly as possible until completed. Schedule main shutoffs to ensure that mains do not remain shut off overnight, on Fridays, over weekends, or on holidays.

Page 104: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 54

(e) Cutting Main Lines - Cut existing water mains according to 01140.12. Remove the portions of pipe to provide for the installation of the required fittings at the points of connection. Determine the exact length of the existing water main that is to be removed. Bevel pipe ends to prevent damage to the transition coupling gasket during installation of the coupling. Clean the exterior of the existing pipe end to a sound, smooth finish before installing the coupling.

01140.50(a) Flush and Disinfect - Replace this subsection, except for the subsection number and title, with the following: Flush sections of pipe to be tested and disinfect to remove any solids or contaminated material that may have become lodged in the pipe. Flushing velocity shall be a minimum of 3 feet per second. If no hydrant is installed at the end of the main, provide a tap large enough to develop a velocity of at least 3 feet per second in the main. Perform flushing and disinfection according to AWWA C651-14 01140.50(c) Disposal of Treated Water - Replace this subsection, except for the subsection number and title, with the following: Dispose of treated water flushed from mains. To protect aquatic life, de-chlorinate the treated waste water according to AWWA C655 before disposing of water into any storm drain or natural drainage channel. Dispose of disinfecting solution according to AWWA C655 and to the satisfaction of the Engineer and local authorities. If approved by the Engineer and the sanitary sewer Utility, disposal may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. Add the following subsection: 01140.51(e) Hydrostatic Testing of High Density Polyethylene Water Mains - Conduct the following hydrostatic tests on all HDPE pipe:

(1) Above-Grade Test - Before placing the pipe but after the pipe is butt fused and ready for installation, conduct an above-grade test. Before beginning the test, fill the pipeline with water, pressurize to the test pressure according to 01140.51(a), and allow to stand without makeup pressure until the pressure reaches equilibrium. Equilibrium will usually occur within 2 to 4 hours. After equilibrium has been reached, test the pipe according to 01140.51(a). Visually inspect the pipe for leaks during the test. Repair all leaks before installing the pipe in the trench or pulling the pipeline into the borehole. Repair leaks at fusion joints by cutting out the leaking fusion joint, re-fusing the joint, and conducting a new above grade test. Successful completion of the above-grade test requires approval from the Engineer. Do not place the pipe in the trench or pull the pipe into place before successfully completing the above-grade test. (2) In-Place Test - Conduct an in-place test after the pipe is placed in the trench or pulled into place. Before beginning the test, fill the pipeline with water, pressurize to the test pressure according to 01140.51(a), and allowed to stand without makeup pressure until the pressure reaches equilibrium. Equilibrium will usually occur within 2 to 4 hours.

Page 105: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 55

01140.52(a) General - Replace the paragraph that begins "Before placing new water mains…" with the following paragraph: Before placing new water mains in service, chlorinate and test new mains and repaired portions of, or extensions to, existing mains according to AWWA C651-14 and obtain a satisfactory bacteriological report. 01140.52(b-1) Gaseous Chlorine - Delete this subsection. 01140.52(g) Chlorinating Connections to Existing Water Mains - Replace this subsection, except for the subsection number and title, with the following: Follow the chlorinating procedure specified in AWWA Standard C651-14. Liberally treat the exterior of the existing main at the connection point with hypochlorites. Swab or spray the interior of all new closure fittings, valves, and pipe required for the connection with a 1 percent hypochlorite solution. Disinfect the 5 feet of existing main adjacent to the connection point with a 100 ppm chlorine solution and then thoroughly flush the line. 01140.52(h) Flushing and Testing - Replace this entire subsection with the following subsection: 01140.52(h) Flushing and Testing - Following the retention period, flush all chlorinated water from the newly laid pipe until the replacement water throughout its length is visually clear and shows, upon test, an absence of chlorine or a residual no greater than that normally found in the source of supply.

(1) Sampling Tap - Install a sampling tap ahead of the flushing hose for convenient sanitary sampling. (2) Sampling Frequency for New Mains - For new mains, collect one set of samples every 1200 feet along the pipe and one set at the end of the pipe. If water from the trench enters the pipe or, in the opinion of the Engineer, excessive quantities of dirt or debris have entered the new main, increase sampling frequency to collect a sample set every 200 feet along the pipe, in addition to the sample set required at the pipe end. (3) Service Resumption - Do not place the lines into service before a satisfactory report is received from the local or State health department on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer.

Add the following subsection: 01140.60 Surface Restoration - Restore trench surfaces according to Section 00495. 01140.80 Measurement - Replace this entire subsection with the following subsection: 01140.80 Measurement - The quantities of potable water pipe and fittings will be determined as follows:

(a) Pipe, Fittings and Couplings - The quantities of pipe of the various kinds, types, sizes and backfill classes will be measured on the length basis and will be horizontal

Page 106: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 56

measurement along the top of the finished trench, with no deduction for fittings, valves, and couplings. For PVC fittings 4 inches or greater, in addition to measurement of the pipe, an allowance of 12 pipe diameters will be made for each factory-fabricated bend, sleeve, reducer or coupling, and an allowance of 18 pipe diameters of the larger diameter pipe will be made for each factory-fabricated tee or cross. The allowance will be added to the quantity for pipe of the same diameter. Ductile iron pipe fittings will be measured on the unit basis. (b) Extra Trench Excavation - The quantities of removal and backfill of extra trench excavation will be measured on the volume basis for each backfill class. The backfill classes are defined in Section 00405. When the pipeline grade is lowered in excess of 12 inches below the grade shown, or when pipeline horizontal alignment is changed by more than 12 inches after the original trench has been excavated, all additional excavation and backfill, outside the limits of the original trench, that is required to construct the change will be classified as extra trench excavation. The depth will be the actual depth removed for the changed line or grade as directed. The width will be the actual width removed for the changed line or grade, but in no case will the measured width exceed the allowable widths specified in 00405.41(c). (c) Blowoff Assemblies - The quantities of blowoff assemblies will be measured on the unit basis. (d) Connections to Existing Mains - The quantities of connections to existing mains will be measured on the unit basis.

Trench resurfacing will be measured according to 00495.80. Installation under pavement by tunneling, jacking, or boring methods will be measured according to 00406.80. 01140.90 Payment - Delete the paragraph that begins "Valves will be paid…" In the paragraph that begins "No separate or additional payment…", add the following bullets to the end of the bullet list:

• PVC fitting under 4 inch • HDPE fittings

SECTION 01150 - POTABLE WATER VALVES

Comply with Section 01150 of the Standard Specifications modified as follows: 01150.40 General - Replace this entire subsection with the following subsection: 01150.40 General - Install valves, back flow devices, and tapping sleeves according to the plans and the manufacturer’s recommendations. Join to the pipe according to Section 01140

Page 107: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 57

and AWWA Standards for the type of connecting ends furnished. Thoroughly clean and repair joints prior to installation.

(a) Valve and Valve Box Installation - Set valves, valve boxes, and valve box extensions perpendicular to the pipe. Install valve operator extensions when required. Center the valve box and valve box extension over the operating nut of the valve. Place valve box and valve box extension over the valve or valve operator so that the valve box extension does not transmit shock or stress to the valve. Install the valve box extension of the unit first, supported by backfill or by a closed-cell foam collar not less than 2 inches in thickness. Do not allow the valve box extension to rest directly on the body of the valve or on the water main. (b) Valve Operator Extensions - Install a valve operator extension with rock guard on all valves that have the valve nut operator installed 3 feet or more below finish grade. Hot-dip galvanize extensions after fabrication. (c) Backfilling - Backfill around valves according to Section 00405. Set the cast iron valve box cover flush with the roadbed or finished paved surface.

01150.51 Hydrostatic Testing - Replace the sentence that begins "Correct all defects…" with the following sentence: Correct all defects to the satisfaction of the Engineer. 01150.90 Payment - Replace the paragraph that begins "No separate or additional payment…" with the following paragraph: No separate or additional payment will be made for earthwork not covered under other pay items, jointing, blocking of valves, protective coatings, valve boxes, valve box extensions, valve operator extensions, or hydrostatic testing.

SECTION 01160 - HYDRANTS AND APPURTENANCES

Replace Section 01160 of the Standard Specifications with the following Section 01160:

SECTION 01160 - HYDRANTS AND APPURTENANCES

Description 01160.00 Scope - This work consists of furnishing and installing hydrants and appurtenances in potable water systems at the locations shown or at other locations as directed.

Materials 01160.10 Materials - Furnish materials meeting the following requirements: Gate Valves ......................................................... 02480.20 Commercial Grade Concrete in Thrust Blocking ........ 00440 End Connections .................................................. 02485.20

Page 108: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 58

Hydrants .............................................................. 02485.10 Bollards ..................................................................... 00815 Hydrant Extensions .............................................. 02485.40 Tie Rods .............................................................. 02485.60 Traffic Flange ....................................................... 02485.50 Valve Boxes ......................................................... 02480.25 Valve Stem Extensions ........................................ 02480.26 01160.11 Handling of Hydrants:

(a) Loading and Unloading - Handle hydrants to prevent damage to the hydrant, lining or coating. Load and unload hydrants using hoists and slings so as to avoid shock or damage, and under no circumstances allow them to be dropped, skidded, or rolled against other hydrants. Damaged hydrants will be rejected. If damage is confined to the coating or lining, it may be repaired in a manner satisfactory to the Engineer. Immediately place all damaged hydrants apart from the undamaged hydrants and remove the damaged hydrants from the Project Site. (b) End Caps - Provide factory applied end caps on pipe connection ends. Maintain end caps through shipping, storage, and handling to prevent damage and prevent dirt and moisture from entering the hydrants.

Construction

01160.40 Setting Hydrants - Inspect all hydrants upon delivery in the field to ensure proper working order. Install hydrants as shown or directed.

(a) Touchup Painting - After all installation and testing is complete, paint the exposed portion of the hydrant with one coat of the type and color of coating designated by the Engineer. (b) Out-of-Service Hydrants - Identify all hydrants not in service by covering with a properly secured burlap or plastic bag.

01160.41 Hydrant Laterals - Install hydrant laterals, consisting of ductile iron pipe, from the auxiliary gate valve at the main to the hydrant, according to Section 01140 and as shown. 01160.42 Hydrant Restraints - Restrain the thrust created in the hydrant lateral as shown. 01160.43 Gate Valves and Valve Boxes - Install gate valves and valve boxes according to Section 01150, except that the end connections shall be provided with lugs for tie rods, or the bells shall provide sufficient clearance between the body of the valve and the hub to permit the installation of tie rods. 01160.44 Hydrant Bollards - Construct hydrant bollards according to Section 00815 at the locations shown. 01160.46 Moving Existing Hydrants - Move existing hydrants where shown. As shown, remove the existing hydrant lateral tee from the main if the main is to remain active, and insert a new section of pipe into the water main in place of the existing hydrant lateral tee. Where the existing main to which the existing hydrant lateral tee is connected is to be abandoned or

Page 109: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 59

temporarily activated after the existing hydrant is moved, plug the open end of the hydrant lateral pipeline. Provide temporary thrust restraint if temporarily reactivated. 01160.47 Reconnecting Existing Hydrants - Reconnect existing hydrants where shown. Leave the location and elevation of the existing hydrant unchanged, but change the existing hydrant lateral to connect with a new gate valve and hydrant tee provided in a new main. Install new hydrant lateral according to Section 01140 where the lateral extends to connect to the new main. Where existing hydrants were not restrained, restrain the new connections as shown. 01160.48 Hydrant Extensions - Install hydrant extensions where required.

Field Testing Installations 01160.50 General - After installation, operate hydrants from full open to full closed to ensure that they do not bind during operation. Correct all malfunctions in the operation of the hydrants. 01160.51 Hydrostatic Testing - Perform hydrostatic testing of hydrants according to 01140.51. Correct all defects in materials or workmanship to the satisfaction of the Engineer. 01160.52 Disinfecting - Disinfect hydrants according to 01140.52.

Measurement 01160.80 Measurement - The quantities of work performed under this Section will be measured on the unit basis. New pipe and tees for hydrant connections will be measured according to 01140.80. Gate valves will be measured according to 01150.80. Hydrant bollards will be measured according to 00815.80.

Payment 01160.90 Payment - The accepted quantities of work performed under this Section will be paid for at the Contract unit price, per unit of measurement, for the following items: Pay Item Unit of Measurement (c) Moving Existing Hydrants ............................................. Each Item (c) includes thrust restraints, painting, reconnecting to the main, and plugging abandoned laterals if needed. Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified. New pipe and tees for hydrant connections will be paid for according to 01140.90. Gate valves will be paid for according to 01150.90.

Page 110: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 60

SECTION 01170 - POTABLE WATER SERVICE CONNECTIONS, 2 INCH AND SMALLER

Replace Section 01170 of the Standard Specifications with the following Section 01170.

SECTION 01170 - POTABLE WATER SERVICE CONNECTIONS, 2 INCH AND SMALLER

Description

01170.00 Scope - This work consists of furnishing and installing service connections, 2 inch in diameter and smaller, from the main to the water meter, and furnishing and installing sampling stations. The water meter will be furnished and installed by others unless specified otherwise in these Special Provisions or on the plans.

Materials 01170.10 Materials - Furnish materials meeting the following requirements: Angle Meter Valve ................................................ 02490.60 Bronze Nipples and Fittings ................................. 02490.60 Copper Tubing Service Pipe ............................ 02490.40(a) Corporation Stops ................................................ 02490.30 Customer Service Valves ..................................... 02490.60 Meter Boxes ......................................................... 02490.70 Meter Setters ....................................................... 02490.50 Polyethylene Tubing Service Pipe .................... 02490.40(b) Saddles ................................................................ 02490.20 Sampling Stations ................................................ 02490.80 Service Fittings ................................................ 02490.40(c)

Construction 01170.40 General - Except for class 52 or greater ductile iron pipe, make all service connections to water mains, using saddles as specified and of the size and type suitable for use with both the water main and the pipe being installed. For class 52 and greater ductile iron pipe, make direct taps for corporation stops according to the recommendations of the Ductile Iron Pipe Research Association (DIPRA), unless direct taps are prohibited by these Special Provisions. Install service pipe lines perpendicular to the main, unless otherwise shown.

(a) Trench Depth - Construct the depth of trench for service connection piping to provide a minimum of 30 inches of cover over the top of the pipe. Ensure that the main is not damaged during installation of the service. Excavate and backfill for service connections according to Section 00405, except install the service pipeline under existing pavement, curbs and sidewalks by boring methods approved by the agency having jurisdiction over the roadway. Resurface the trench according to Section 00495. (b) Installation - Furnish and install water service assemblies at the locations shown, or as directed. Service pipe, meter assemblies, fittings, and appurtenances shall conform to the details and standards of the agency having jurisdiction. As shown, install the water

Page 111: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 61

service saddle, corporation stop, water service pipe, meter assembly, and meter, and reconnect the customer service pipe to the installed meter assembly. Cut customer service pipes using tools specifically designed to leave a smooth, even, and square end on the pipe. Ream cut ends to the full inside diameter of the pipe. For pipes that will be connected using couplings that seal to the outside surface of the pipe, clean pipe ends to a sound, smooth finish before installing couplings. Make service connections to water mains according to the recommendations of the pipe manufacturer and appropriate AWWA standard for water service installation. All water services shall be continuous without splices between the main and the meter unless otherwise approved by the agency having jurisdiction. Install water service assemblies to match finished lines and grades, and maintain proper clearances and cover for the entire service connection. Adjust the meter box to the finished grade after the surface has been acceptably restored. When meter boxes are to be installed in driveways or a vehicular traveled way, use approved traffic rated meter boxes.

01170.41 Reconnecting Existing Services - Where shown, construct new service connections and angle valves to reconnect existing meter assemblies to the new mains. Verify the location of existing service connections and meter assemblies in the field. Notify affected customers of the service interruption at least 24 hours prior to service interruption. Use insulating couplings at all connections between existing galvanized steel or iron pipe and new copper pipe. All fittings, appurtenances, and other miscellaneous materials on the sections of existing pipe that have been removed become the property of the Contractor. 01170.42 Sampling Stations - Install sampling stations according to the manufacturer's recommendations and at the locations and depths shown or as directed. Install service connections and perform trenching, backfilling and surface restoration according to 01170.40.

Field Testing Installations 01170.50 Flushing and Disinfecting - Before tapping the main for installation of service connections and sampling stations to existing water mains, liberally treat the exterior of the existing main with hypochlorites. Before making connections, swab or spray the ends of all service pipes, the connection points of all appurtenances, and the sampling stations with a 1 percent hypochlorite solution. Thoroughly flush the service connections and sampling stations. For installation of service connections and sampling stations concurrent with new water mains, flush and disinfect service connections and sampling stations according to Section 01140. 01170.51 Hydrostatic Testing - For installation of service connections and sampling stations that connect to existing water mains, apply system pressure to new installations prior to backfilling and repair any visible leaks. For installation of service connections and sampling stations concurrent with new water mains, perform hydrostatic testing of service connections and sampling stations according to Section 01140. Correct all defects in materials or workmanship and retest until satisfactory results are obtained.

Measurement

Page 112: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 62

01170.80 Measurement - The quantities of water service connection piping and water service line will be measured on the length basis. The quantities of reconnecting existing services, sampling stations, water meter assemblies, and relocating meter assemblies will be measured on the unit basis.

Payment 01170.90 Payment - The accepted quantities of work performed under this Section will be paid for at the Contract unit price, per unit of measurement, for the following items: Pay Item Unit of Measurement (a) _____ Inch Water Service Connection Piping ............... Foot (b) Reconnecting Existing Water Services, _____ Inch ...... Each (c) Water Sampling Stations .............................................. Each (d) _____ Inch _____ Water Service Line .......................... Foot (e) _____ Inch Water Meter Assembly ............................... Each (f) Relocate _____ Inch Water Meter Assembly ................ Each In item(s) (a) and (b), the nominal pipe diameter will be inserted in the blank. In item (d), the nominal pipe diameter will be inserted in the first blank. The type of pipe will be inserted in the second blank. In item(s) (e) and (f), the nominal size of the meter will be inserted into the blank. Item(s) (a) and (d) include excavating, tapping the main, laying and jointing the pipe and fittings, corporation stop, saddle, appurtenances, backfilling, surface restoration, testing, and flushing and disinfection of the water service. Item (b) includes excavating, tapping the main, laying and jointing the pipe and fittings, appurtenances, backfilling, surface restoration, testing, and flushing and disinfection of the reconnected service connection. Item (c) includes excavating, tapping the main, water sampling station, laying and jointing the pipe and fittings, curb stops, valve box, appurtenances, backfilling, surface restoration, concrete pad, testing, and flushing and disinfection of the sampling station. Item (e) includes excavating, installation of meter box when specified, angle meter valve, meter setter, customer service valve and appurtenances, backfilling, surface restoration, testing, and flushing and disinfection. Item (f) includes meter when specified, angle meter valve, customer service valve, meter box, meter setter, fittings, and appurtenances necessary to install the meter assembly, and abandoning the existing water service at the mainline. Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified.

Page 113: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 63

SECTION 02001 - CONCRETE

Comply with Section 02001 of the Standard Specifications.

SECTION 02010 - PORTLAND CEMENT

Comply with Section 02010 of the Standard Specifications modified as follows: 02010.10(b) Specifications - Replace this subsection, except the subsection number and title, with the following: Portland cement shall conform to the requirements of AASHTO M 85 or ASTM C150 for low alkali cement except as follows:

• Cement shall have a total alkali content (sodium and potassium oxide calculated as Na2O + 0.658 K2O) not exceeding 0.60 percent.

• All cement types shall contain a maximum of 8 percent tricalcium aluminate(C3A). • The time-of-setting tests will be by either the Gillmore test or the Vicat test. • Types I and II maximum fineness (specific surface) as determined by AASHTO T153

air permeability test shall be 430 m2/kg. If C3S + 4.75 C3A is less than or equal to 90, the fineness criteria does not apply.

02010.20 Blended Hydraulic Cement - Replace this subsection, except for the subsection number and title, with the following: Blended hydraulic cement shall be either Type IS-portland blast-furnace slag cement, Type IP-portland-pozzolan cement, Type IL-portland-limestone cement, or Type IT-ternary blended cement according to AASHTO M 240. Furnish blended hydraulic cement from the QPL.

SECTION 02015 - PORTLAND CEMENT CONCRETE REPAIR MATERIAL

Comply with Section 02015 of the Standard Specifications.

SECTION 02050 - CURING MATERIALS

Comply with Section 02050 of the Standard Specifications modified as follows: 02050.00 Scope - Replace this subsection, except for the subsection number and title, with the following: This Section includes the requirements for liquid compounds, polyethylene films, and curing blankets used to cover concrete and other surfaces to retain moisture and to cure. 02050.10 Liquid Compounds - Replace this subsection, except for the subsection number and title, with the following:

Page 114: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 64

Furnish liquid membrane-forming curing compounds from the QPL and meeting the requirements of ASTM C309, except that testing will be done according to ODOT TM 721. All compounds shall be Type 1-D or Type 2, Class A or B. Only Type 2, Class B resins will be allowed for the following concrete pavement applications:

• Plain concrete pavement repair. • Continuously reinforced concrete pavement. • Plain concrete pavement. • Reinforced concrete pavement repair.

Before using liquid compounds, submit one quart samples of each lot for testing, except samples are not required for commercial grade concrete. 02050.40 Liquid Evaporation Reducer Compounds - Delete this subsection.

SECTION 02055 - CONCRETE SURFACE RETARDERS

Section 02055, which is not a Standard Specification, is included in this Project by Special Provision.

Description 02055.00 Scope - This Section includes the requirements for concrete surface retarders.

Materials 02055.10 Concrete Surface Retarders - Furnish concrete surface retarders from the QPL.

SECTION 02080 - GROUT

Comply with Section 02080 of the Standard Specifications modified as follows: Add the following subsection: 02080.60 Structural Grout - Furnish structural grout from the QPL and use according to the manufacturer's recommendations. Grout shall be non-shrink, nonferrous, non-epoxy grout with a minimum design strength of 5,000 psi at 28 Calendar Days.

SECTION 02320 - GEOSYNTHETICS

Comply with Section 02320 of the Standard Specifications modified as follows: 02320.10(c-1-a) Geotextiles - Replace the bullet that begins "Minimum average roll values…" with the following bullet:

Page 115: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 65

• Minimum average roll values for each of the specified properties from the same production run as the delivered material.

SECTION 02440 – JOINT MATERIALS

Comply with Section 02440 of the Standard Specifications modified as follows: 02440.15 Lubricant/Adhesive - Replace this subsection, except for the subsection number and title, with the following: Furnish a lubricant/adhesive conforming to ASTM D 4070 and according to the recommendations of the seal manufacturer.

SECTION 02450 - MANHOLES AND INLET MATERIALS

Comply with Section 02450 of the Standard Specifications modified as follows: Add the following Subsection: 02450.15 Precast Concrete Catch Basins and Inlets - Furnish precast concrete catch basins and inlet conforming to the requirements of ASTM C 913.

SECTION 02470 - POTABLE WATER PIPE MATERIALS

Comply with Section 02470 of the Standard Specifications modified as follows: 02470.10 General - Replace the sentence that begins " All materials in contact…" with the following sentence: All materials in contact with potable water shall conform to ANSI/NSF Standard 61, Drinking Water System Components - Health Effects or equivalent, and ANSI/NSF Standard 372, Drinking Water System Components - Lead Content. Add the following subsection: 02470.31 High Density Polyethylene (HDPE) Pipe - Use HDPE pipe meeting the requirements of ANSI/AWWA C906, Standard Code Designation of PE3408. Furnish all pipe with a minimum dimension ratio (DR) of 17. Join pipe using thermal butt fusion method that meets the requirements of ASTM D 3261. 02470.35 Steel Pipe Under 6 Inches - Delete this subsection. 02470.60(b) Detectable Marking Wire - Replace this subsection, except for the subsection number and title, with the following: Furnish detectable marking wire with blue colored insulation and according to 00445.11. Furnish splice kits according to 00445.48.

Page 116: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 66

02470.70 Acceptance - Replace this subsection, except for the subsection number and title, with the following: Ductile iron, HDPE, and PVC pipe will be accepted according to 00165.35 and this Section.

SECTION 02475 - POTABLE WATER FITTING MATERIALS

Comply with Section 02475 of the Standard Specifications modified as follows: 02475.00 Scope - Replace this subsection, except for the subsection number and title, with the following: This Section includes the requirements for fittings, restrained joints, and couplings for ductile iron pipe, high density polyethylene (HDPE) pipe, and polyvinyl chloride (PVC) pipe for potable water systems. 02475.10 General - Replace the paragraph that begins "All materials in contact…" with the following paragraph: All materials in contact with potable water shall conform to ANSI/NSF Standard 61, Drinking Water System Components - Health Effects or equivalent, and ANSI/NSF Standard 372, Drinking Water System Components - Lead Content. Add the following subsection: 02475.31 High Density Polyethylene (HDPE) Pipe Fittings - Use HDPE pipe fittings meeting the requirements of ANSI/AWWA C906, Standard Code Designation of PE3408. Furnish all pipe fittings with a minimum dimension ratio (DR) of 17. Join pipe and fittings using a thermal butt fusion method that meets the requirements of ASTM D 3261. Fittings shall be of the same class as the HDPE pipe. 02475.35 Fittings for Steel Pipe Under 6 Inches - Delete this subsection. 02475.50 Restrained Joints - Replace the sentence that begins "Design the restraint system…" with the following sentence: Design the restraint system to operate at a working pressure that is greater than the hydrostatic test pressure identified in 01140.51(a), unless otherwise shown.

SECTION 02480 - POTABLE WATER VALVE MATERIALS

Comply with Section 02480 of the Standard Specifications modified as follows: 02480.00 Scope - Replace this subsection, except for the subsection number and title, with the following: This Section includes the requirements for gate valves, butterfly valves, valve boxes, valve stem extensions, tapping sleeve and valve assemblies, check valves, combination air release/air vacuum valves, and backflow prevention devices for potable water systems.

Page 117: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 67

02480.10 General - Replace this subsection, except for the subsection number and title, with the following: Provide valves with operating nuts or hand wheels as specified or shown. Furnish a standard 2 inch operating nut. All materials in contact with potable water shall conform to ANSI/NSF Standard 61, Drinking Water System Components - Health Effects, or equivalent. When indicated, coat all interior and exterior ferrous surfaces of valves with a protective epoxy coating meeting the requirements of AWWA C550. 02480.20(a) Minimum Pressure - Replace the sentence that begins "Gate valves shall meet…" with the following sentence: Provide gate valves that meet the requirements of AWWA C500, AWWA C509, or AWWA C515. Add the following subsection: 02480.20(c) Valves - Provide gate valves that are resilient seat, non-rising stem type, open counterclockwise, and are equipped with an O-ring stuffing box. 02480.25 Valve Boxes - Replace this subsection, except for the subsection number and title, with the following: Install valve boxes on all buried valves. Boxes shall be of cast iron, two-piece, slip type standard design, with a base corresponding to the size of the valve. The cover shall have the word "WATER" cast in it. 02480.26 Valve Stem Extensions - Replace this subsection, except for the subsection number and title, with the following: Valve stem extensions shall have a 2 inch square operating nut and self-centering rock plate support. Valves with an operating nut more than 3 feet below grade shall have a valve stem extension to raise the operating nut to within 3 feet of the ground surface. 02480.30(a) Valve Assemblies - Replace the sentence that begins "The outlet ends shall conform…" with the following sentence: The outlet ends shall conform in dimensions to the AWWA Standards for mechanical joint connections or flange connections, except that the outside of the end connection shall have a large flange for attaching a drilling machine. 02480.40(c) Hydraulic Cushion Check Valves - Delete this subsection. 02480.50 Hydraulically Operated Valves - Delete this subsection. 02480.70(a) Reduced Pressure Principle Backflow Prevention Assembly - Replace this subsection with the following subsection:

Page 118: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 68

02480.70(a) Reduced Pressure Backflow Prevention Assembly - Reduced pressure backflow prevention assemblies shall consist of a mechanical, independently operating, hydraulically dependent relief valve located between two independently operating, spring loaded check valves that are located between two tightly closing resilient seated shutoff valves, with four resilient seated test cocks, all meeting the requirements of AWWA C511 and the Oregon State Health Division.

SECTION 02485 - HYDRANT AND APPURTENANCE MATERIALS

Comply with Section 02485 of the Standard Specifications modified as follows: 02485.00 Scope - Replace this subsection, except for the subsection number and title, with the following: This Section includes the requirements for hydrants and hydrant appurtenances for potable water systems.

SECTION 02490 - POTABLE WATER SERVICE CONNECTION MATERIALS, 2 INCH AND SMALLER

Comply with Section 02490 of the Standard Specifications modified as follows: 02490.10 General - Replace this subsection, except for the subsection number and title, with the following: Service line materials shall conform to AWWA C800 and these specifications. Provide service line materials that are designed for a working pressure of 100 psi. Where high pressure service materials are specified or shown, provide materials that are designed for a working pressure of 150 psi. Use high pressure service materials when service line is hydrostatically tested concurrent with the water main. All materials in contact with potable water shall conform to ANSI/NSF Standard 61, Drinking Water System Components - Health Effects, or equivalent.

SECTION 02510 - REINFORCEMENT

Comply with Section 02510 of the Standard Specifications modified as follows: 02510.10 Deformed Bar Reinforcement - Replace this subsection, except for the subsection number and title, with the following: Furnish deformed bar reinforcement from the QPL and conforming to the requirements of ASTM A706, AASHTO M 31 (ASTM A615), or AASHTO MP 18 (ASTM A1035). Unless otherwise specified or shown, all reinforcing bars shall be Grade 60. 02510.11 Epoxy Coated Reinforcement - Replace this entire subsection with the following subsection: 02510.11 Epoxy Coated Reinforcement:

Page 119: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 69

(a) Plant Certification - Epoxy coating shall be applied in a coating plant certified by the Concrete Reinforcing Steel Institute (CRSI). (b) Handling - All systems for handling coated bars shall have padded contact areas for the bars wherever feasible. Pad all bundling bands. Lift all bundles with strong-backs, multiple supports, or platform bridges so as to prevent bar-to-bar abrasion from sags in the bar bundle. (c) Coated Reinforcement Ties and Supports - Ties for coated reinforcement, including ties for coated-to-uncoated reinforcement connections, shall be nonmetallic coated. (d) Epoxy Coating Repair - Repair damaged areas and visible voids according to 00530.45.

02510.40 Welded Wire Reinforcement - Replace this subsection, except for the subsection number and title, with the following: Welded wire reinforcement and deformed welded wire reinforcement shall conform to the requirements of ASTM A1064. 02510.60 Wire Reinforcement - Replace this subsection, except for the subsection number and title, with the following: Wire reinforcement and deformed wire reinforcement shall conform to the requirements of ASTM A1064.

SECTION 02560 - FASTENERS

Comply with Section 02560 of the Standard Specifications modified as follows: 02560.30 Tie Rods and Anchor Bolts - Replace this subsection with the following subsection: 02560.30 Tie Rods, Anchor Bolts, and Anchor Rods:

(a) Steel Tie Rods, Anchor Bolts, and Anchor Rods - Steel tie rods, anchor bolts, and anchor rods shall conform to: AASHTO M 314, Grade 36 or 55; ASTM F 1554, Grade 36 or 55. (b) High-Strength Tie Rods, High-Strength Anchor Bolts, and High-Strength Anchor Rods - High-strength tie rods, high-strength anchor bolts, and high-strength anchor rods shall conform to: AASHTO M 314, Grade 105; ASTM F 1554, Grade 105; or ASTM A 449, Type 1. (c) Nuts - Nuts for tie rods, anchor bolts, and anchor rods shall conform to the requirements of the following, or equivalent:

Plain Steel Tie Rods, Anchor Bolts, and Anchor Rods:

Page 120: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 70

• All - Heavy Hex AASHTO M 291 (ASTM A 563), Grade A Galvanized Steel Tie Rods, Anchor Bolts, and Anchor Rods:

• All - Heavy Hex AASHTO M 291 (ASTM A 563), Grade A, C, D, or DH Plain Or Galvanized High-Strength Tie Rods, High-Strength Anchor Bolts, and High-Strength Anchor Rods:

• All - Heavy Hex AASHTO M 291 (ASTM A 563), Grade DH (d) Washers - Washers for anchor bolts shall conform to ASTM F 436, Type 1.

02560.40 Galvanizing and Coating of Fasteners, Tie Rods, and Anchor Bolts - Replace this subsection title with the title "Galvanizing and Coating:" 02560.40(a) Galvanizing of Fasteners, Tie Rods, and Anchor Bolts - Replace this subsection with the following subsection: 02560.40(a) Galvanizing of Fasteners, Tie Rods, Anchor Bolts, and Anchor Rods - Hot-dip galvanize fasteners, tie rods, anchor bolts, anchor rods, nuts, and washers according to AASHTO M 111 (ASTM A 123) or AASHTO M 232 (ASTM A 153) as appropriate to the product. When specified, mechanically galvanize fasteners according to ASTM B 695, Class 50, Type 1. Match galvanized bolts, tie rods, anchor bolts, and anchor rods with appropriate galvanized nuts for assembly. Ship nuts in the same container consisting of bolts, tie rods, anchor bolts, or anchor rods. Overtap nuts for galvanized fasteners, galvanized tie rods, galvanized anchor bolts, and galvanized anchor rods according to AASHTO M 291 (ASTM A 563). Measure the zinc thickness on the wrench flats or top of bolt head of galvanized bolts and on the wrench flats of galvanized nuts. 02560.60(a) Rotational Capacity Test - In the paragraph that begins "Test all high-strength fasteners…", replace the first sentence with the following sentence: Test all high-strength fasteners, except high-strength tie rods, high-strength anchor bolts, and high-strength anchor rods, according to Method 1 or 2 below, as applicable. 02560.60(b) Other Test Requirements - Replace the two paragraphs that begin "Provide three extra high strength bolt assemblies…" and "Provide three extra high strength tie rod and…" with the following two paragraphs: Provide three high-strength bolt assemblies per size per lot for check testing. Provide one high-strength tie rod assembly, one high-strength anchor bolt assembly, and one high-strength anchor rod assembly per size per lot for check testing.

Page 121: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 71

SECTION 02910 - SIGN MATERIALS

Comply with Section 02910 of the Standard Specifications modified as follows: 02910.02 Types of Signs - Replace this subsection, except for the subsection number and title, with the following: Traffic signs are classified by sign type as follows: "B" Blue Type III or Type IV sheeting background with silver-white Type III or Type IV

permanent or removable legend, or silver-white Type III or Type IV sheeting overlaid with blue electronically cuttable film background with legend cut out.

"B2" Blue Type III or Type IV sheeting background with white Type IX removable

legend. "B3" White Type IX sheeting overlaid with blue electronically cuttable film background

with legend cut out. "B4" Blue Type III or Type IV sheeting background with yellow Type III or Type IV

permanent legend, or yellow Type III or Type IV sheeting overlaid with blue electronically cuttable film with legend cut out or blue transparent paste background with retroreflective yellow screened legend or yellow Type III or Type IV permanent legend (County Route Shield).

"C" Brown Type III or Type IV sheeting background with silver-white Type III or Type IV

permanent or removable legend, or silver-white Type III or Type IV sheeting overlaid with brown electronically cuttable film background with legend cut out.

"C1" Brown Type III or Type IV sheeting background with white Type IX removable

legend. "C2" White Type IX sheeting overlaid with brown electronically cuttable film background

with legend cut out. "F" Silver-white Type III or Type IV sheeting background overlaid with red and blue

electronically cuttable film with legend cut out or red and blue transparent paste background with retroreflective silver-white screened legend or silver-white Type III or Type IV permanent legend.

"F1" White Type IX sheeting background overlaid with red and blue electronically

cuttable film with legend cut out or red and blue transparent paste background with white Type IX permanent legend.

"G" Green Type III or Type IV sheeting background with silver-white Type III or Type IV

permanent or removable legend, or silver-white Type III or Type IV sheeting overlaid with green electronically cuttable film background with legend cut out.

Page 122: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 72

"G1" Green Type III or Type IV sheeting background with white Type IX removable legend.

"G2" White Type IX sheeting overlaid with green electronically cuttable film background

with legend cut out. "G5" Green Type III or Type IV sheeting background with white Type IX permanent

legend and symbol, or white Type IX sheeting overlaid with green electronically cuttable film background with legend cut out and white Type IX symbol (Combination Lane-use / Destination Overhead Guide Sign).

"OO" Orange Type III or Type IV sheeting background with black nonreflective

permanent or removable legend. "O3" Fluorescent orange Type VIII or Type IX sheeting background with black

nonreflective permanent legend and red retroreflective symbol (Stop or Yield Ahead Symbol Sign).

"O4" Fluorescent orange Type VIII or Type IX sheeting background with black

nonreflective permanent legend. "O5" Fluorescent orange Type VIII or Type IX sheeting background with black

nonreflective removable legend. "O6" Fluorescent orange Type VIII or Type IX sheeting background with black

nonreflective permanent legend and red, yellow, and green Type VIII and Type IX circles. (Signal Ahead Symbol Sign)

"O8" Fluorescent orange Type VIII or Type IX sheeting background with black

nonreflective screened or cut-out permanent legend and silver-white Type VIII or Type IX symbol. (Speed Reduction Symbol Sign)

"R" Silver-white Type III or Type IV sheeting background overlaid with red transparent

paste background with silver-white Type III or Type IV permanent legend or red electronically cuttable film with legend cut out. (Stop Sign, Wrong Way, Do Not Enter.)

"R1" White Type IX sheeting background overlaid with red transparent paste

background with white Type IX permanent legend or red electronically cuttable film with legend cut out.

"R2" Silver-white Type III or Type IV sheeting background overlaid with red

electronically cuttable film with legend and triangle cut out or screened red transparent paste triangle and legend or red Type III or Type IV triangle and permanent legend. (Yield Sign)

"R3" White Type IX sheeting background overlaid with red electronically cuttable film

with legend and triangle cut out or screened red transparent paste triangle and permanent legend.

Page 123: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 73

"R4" Rubber STOP flap made of natural rubber with a red background and white lettering.

"R5" Red Type III or Type IV sheeting background overlaid with black nonreflective

screened or cut-out permanent legend (OM4-2 Object Marker). "W1" Silver-white Type III or Type IV sheeting background with black nonreflective

screened, cut out permanent or removable legend. "W2" Silver-white Type III or Type IV sheeting background with a screened black

nonreflective legend overlaid with a screened red transparent paste circle and continuous diagonal bar. (Prohibition)

"W3" Silver-white Type III or Type IV sheeting background with transparent brown

screened legend or brown Type III or Type IV cut-out permanent legend. "W4" Silver-white Type III or Type IV sheeting background with transparent red

screened legend or red Type III or Type IV cut-out permanent legend. "W5" Silver-white Type III or Type IV sheeting background with transparent green

screened legend or green Type III or Type IV cut-out permanent legend. "W6" White Type IX sheeting background with a screened or cut-out black nonreflective

legend overlaid with a screened red transparent paste circle and continuous diagonal bar. (Prohibition sign overhead)

"W7" White Type IX sheeting background with black nonreflective screened or cut-out

permanent legend. "W8" Silver-white Type III or Type IV sheeting background with blue transparent

screened legend or blue Type III or Type IV cut-out permanent legend. "W9" Silver-white Type III or Type IV sheeting background with blue nonreflective

screened or cut-out permanent legend. "W10" White Type IX sheeting background with black nonreflective removable legend. "W11" Silver-white Type III or Type IV sheeting background with black nonreflective

screened or cut out permanent legend with red Type III or Type IV symbol. "W12" Silver white Type III or Type IV sheeting background with transparent green

screened legend or green Type III or Type IV cut out permanent legend with blue Type III or Type IV symbol.

"W13" Silver white Type III or Type IV sheeting background with red Type III or Type IV

screened or cut-out permanent legend and black nonreflective screened or cut-out permanent legend overlaid with a red transparent paste circle and continuous diagonal bar (Parking Prohibition Symbol Signs).

Page 124: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 74

"W14" Silver white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend overlaid with a green transparent paste circle (Permissive Trucks and Hazardous Material Symbol Signs).

"W15" Silver white Type III or Type IV sheeting background with green Type III or Type IV

screened or cut-out permanent legend and black nonreflective screened or cut-out permanent legend overlaid with a green transparent paste circle (Permissive Parking Symbol Signs).

"W16" Agency supplied silver-white Type III or Type IV sheeting decal, with multi-colored

Oregon State Parks logo, direct applied to sheet aluminum or HDO plywood substrate (Oregon State Parks shield).

"W17" Silver-white Type III or Type IV sheeting background overlaid with brown

transparent paste or electronically cuttable film background, and silver-white Type III or Type IV sheeting background with yellow transparent paste or electronically cuttable film background and black non-reflective screened or cut-out permanent legend and logo (Oregon Trail or California Trail Route Markers). Digital files of the logo graphics may be available on the ODOT Sign Design Information website at:

http://www.oregon.gov/ODOT/HWY/TS/Pages/signing.aspx "W18" Silver-white Type III or Type IV sheeting background overlaid with blue transparent

paste background with retroreflective silver-white screened legend or blue electronically cuttable film with legend cut out, and silver-white Type III or Type IV sheeting background with black non-reflective screened or cut-out permanent legend and multi-colored Scenic Byway logo Oregon Scenic Byway Signs). Digital files of the logo graphics may be available on the ODOT Sign Design Information website at:

http://www.oregon.gov/ODOT/HWY/TS/Pages/signing.aspx "W19" Silver-white Type III or Type IV sheeting background with plum transparent

screened legend or plum Type III or Type IV cut-out permanent legend and multi-colored Tour Route logo (Oregon Tour Route Signs). Digital files of the logo graphics may be available on the ODOT Sign Design Information website at:

http://www.oregon.gov/ODOT/HWY/TS/Pages/signing.aspx "Y1" Yellow Type III or Type IV sheeting background with black nonreflective screened,

cut out permanent or removable legend. "Y2" Yellow Type III or Type IV sheeting background with a screened or cut-out black

nonreflective legend and red and green Type III or Type IV circles. The center yellow circle part shall be part of the background sheeting. (Signal Ahead Symbol Sign)

"Y3" Yellow Type IX sheeting background with black nonreflective screened, cut-out

permanent or removable legend. "Y4" Yellow Type III or Type IV sheeting background with black nonreflective screened

or cut out permanent legend and red Type III or Type IV symbol. (Stop or Yield Ahead Symbol Sign)

Page 125: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 75

"Y5" Fluorescent yellow Type IX sheeting background with black nonreflective

screened, cut out permanent or removable legend. "Y6" Fluorescent yellow Type IX sheeting background with black nonreflective screened

or cut out permanent legend and red and green Type IX circles. The center yellow circle shall be part of the background sheeting. (Signal Ahead Symbol Sign overhead)

"Y7" Fluorescent yellow Type IX sheeting background with black nonreflective screened

or cut out permanent legend and red Type IX symbol. (Stop or Yield Ahead Symbol Sign)

"Y8" Yellow Type III or Type IV sheeting background with black nonreflective screened

or cut out permanent legend and silver-white Type III or Type IV symbol. (Speed Reduction Symbol Sign)

"YG" Fluorescent yellow-green Type IX sheeting background with black non-reflective

legend or cut out permanent legend. "YG1" Fluorescent yellow-green Type IX sheeting background with black nonreflective

screened or cut out permanent legend and red Type IX symbols (School Bus Stop Ahead Symbol Sign).

"YG2" Fluorescent yellow-green Type IX sheeting background with black nonreflective

screened or cut out permanent legend and fluorescent yellow-green and white Type IX symbol (Reduced School Speed Limit Ahead Symbol Sign).

"YGW" Fluorescent yellow-green Type IX sheeting background with black nonreflective

screened or cut out permanent legend and silver-white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend and red Type III or Type IV symbol. (In Street Pedestrian Crossing Symbol Sign).

"YGW1" Fluorescent yellow-green Type IX sheeting background with black nonreflective

screened or cut-out permanent legend, and silver-white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend (School / Speed Limit 20 Combination Sign).

"YW" Yellow Type III or Type IV sheeting background with black nonreflective screened

or cut-out permanent legend, and white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend and red Type III or Type IV symbol.

"YW1" Yellow Type III or Type IV sheeting background with black nonreflective screened

or cut-out permanent legend, and white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend.

"YW2" Yellow Type IX sheeting background with black nonreflective screened or cut-out

permanent legend, and white Type IX sheeting background with black nonreflective screened or cut-out permanent legend and red Type IX symbol.

Page 126: BID DOCUMENTS - Welcome to City of Sutherlin, OR DOC CENT AVE IMP PROJ SPECIAL...BID DOCUMENTS FOR THE CONSTRUCTION OF CENTRAL AVENUE IMPROVEMENTS PROJECT CITY OF SUTHERLIN DOUGLAS

Central Avenue Improvements Project

Central Avenue Improvements Project, Bid Documents, 5-30-17 76

02910.33(d) Nonreflective Black Screened Legend - Replace this subsection, except for the subsection number and title, with the following: Furnish material for nonreflective black screened legends that is compatible with the sign sheeting, as recommended by the sign sheeting manufacturer.