SLED Opportunity · OREGON · CITY OF BEAVERTON
AI Summary
The City of Beaverton seeks bids for the Parkview Loop Waterline Replacement project, involving installation of new 8-inch and 6-inch water mains, hydrants, and service lines in a residential neighborhood. The project includes excavation, pipe installation, testing, disinfection, and restoration. Bids are due April 21, 2026, via electronic submission only.
The Parkview Loop Waterline Replacement project consists of installing approximately 3,000 linear feet of new 8-inch and 1,500 linear feet of new 6-inch water main, along with associated hydrant and service line replacements. The work is situated within a residential neighborhood along SW Parkview Loop, spanning from Greenway to Murphy Lane and encompassing all connecting cul-de-sacs. This infrastructure improvement aims to modernize the local distribution system and ensure long-term service reliability for the community.
Please use the See What Changed link to view all the changes made by this addendum.
Addendum requires contractor to install meter assemblies and reconnect backside plumbing. Work is incidental to water service installation. Please review attached modified plan sheets.
Please use the See What Changed link to view all the changes made by this addendum.
Comply with Section 01140 of the Standard Specifications modified as follows:
01140.00 Scope - Add the following to the end of this subsection:
The Contractor shall furnish and install ductile iron pipe, fittings, hydrants, service lines, and all appurtenant work, complete in place, in accordance with the requirements of the City of Beaverton’s Engineering Design Manual and the appropriate American Water Works Association (AWWA) Standard Specifications unless modified by these Special Provisions.
Add the following subsection:
01140.01 Operation of Existing System - Operation of the existing water system, including valves and service connections, shall be performed exclusively by City Water Operations staff. The Contractor must notify City Water Operations (Troy Pierson at 971-246-0223) at least 96 hours before any required system shutdown. City staff will provide 72-hour advance notice to all affected residents and will perform all necessary valve closures.
01140.10 Materials - Add the following paragraphs to the end of this subsection:
Unless otherwise stated, potable water pipe and fittings shall be ductile iron.
Material of a like kind shall be provided from a single manufacturer unless otherwise approved by the Engineer.
Except for materials to be used during the current work shift, no stockpiling is permitted within the public right-of-way during working hours. Stockpiling is strictly prohibited within the public right-of-way during non-working hours and on public sidewalks at any time, unless otherwise approved by the Engineer. All authorized stockpiles must be properly signed and illuminated.
01140.11 Handling Pipe and Fittings - Add the following to the end of this subsection:
After the first length of push-on joint pipe is installed in the trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Installation of mechanical joint pipe shall be as specified in AWWA C111 Appendix A, including bolt torque ranges. Lay and join pipe with push-on type joints in strict accordance with the manufacturer's recommendations. Provide all special tools and devices, such as special jacks, chokers, and similar items required for the installation.
Mechanical joint fittings vary slightly with different manufacturers. Install the fittings furnished in accordance with the manufacturer's recommendations.
01140.12 Cutting Pipe - Add the following paragraph to the beginning of the subsection:
Cut the pipe for inserting into valves, fittings, or closure pieces in a neat and clean manner without damaging the pipe or lining to leave a smooth end at right angles to the axis of the pipe. Dress cut ends of push-on joint pipe by beveling, as recommended by the manufacturer.
01140.41(a) General - Add the following to the end of this subsection:
Pipelines intended to be straight shall not deviate from the straight line at any joint more than 1 inch horizontally or 1/4-inch vertically. Contractor shall locate existing utilities far enough in advance of pipe laying operations such that horizontal and vertical changes in pipeline line and grade can be achieved with joint deflections. Deflections of pipe shall be less than or equal to 80 percent of the pipe manufacturer’s recommended allowance.
01140.41(b) Ductile Iron Pipe - Replace the sentence that begins “Install ductile iron pipe according to AWWA C600…” with the following:
Ductile iron pipes shall be installed in accordance with AWWA C600 and the manufacturer’s recommendations, except as modified elsewhere in these Specifications. Trench excavation and backfill of waterline work shall conform to Section 00405. During pipe installation, Contractor shall protect the pipe interior from contaminated water and debris. At the end of each workday, Contractor shall cap pipe ends with a watertight plug.
01140.41(e) Polyethylene Encasement - Replace this subsection, except for the subsection number and title, with the following:
Lay ductile iron pipe with a polyethylene encasement per the requirements of City of Beaverton Standard Detail 680-3.
01140.41(e) Water and Sanitary Sewer Separation - Replace this subsection, except for the subsection number and title, with the following:
Whenever water lines cross sanitary sewer lines, Contractor shall comply with the requirements of Oregon Health Authority, OAR 333-061-0050(9). Wherever possible, the bottom of the water line shall be 1.5 feet or more above the top of sewer pipe and one full length of the water line pipe shall be centered at the crossing. For clearances less than 1.5 feet or when water line must cross under sanitary sewer piping, the Contractor shall replace the existing sewer pipe with HDPE SDR 17, Class 52 ductile iron, or C900 pressure pipe of equal size for a minimum of 9 feet on both sides of crossing. Concrete encasement of existing sewer pipes is not allowed.
01140.41(f) Other Utilities - Replace this subsection, except for the subsection number and title, with the following:
Vertical clearance between the new water lines and existing utilities shall be 12 inches minimum unless otherwise noted on the Plans or specified. When existing utility lines are damaged or broken, the utility shall be repaired or replaced, care being taken to ensure a smooth flow line and absolutely no leakage at the new joints. Unless otherwise specified herein, all expenses involved in the repair or replacement of utility lines shown on the Plans or located in the field and damaged due to the Contractor’s operations shall be borne by the Contractor.
Add the following subsections:
01140.41(g) Water Lines Crossing Gas Lines - Whenever water lines cross gas lines within 12 inches, Contractor shall install a fiberglass sheathing material provided by NW Natural between the gas line and the waterline for 18 inches on each side of the gas line. Existing gas line may also be wrapped with sheathing material provided.
Where a copper service line crosses a cathodically protected gas main, sleeve the copper service in a PVC pipe 10 feet each side of the gas main. The copper service shall be wrapped with dielectric pipe protection tape within the PVC sleeve and to maintain a clean and dry environment for the copper service. Seal the ends of the PVC sleeve with Fernco type, low pressure fittings.
01140.42(c) Valves, Fittings, Plugs, and Caps - All fittings shall be restrained. Joint restraint for mechanical joints shall be accomplished with “Mega-Lug” or equal retainer glands as manufactured by EBBA Iron, Inc. Each “Mega-Lug” retainer gland shall be provided with an installation kit including gaskets, bolts and other hardware required for complete installation.
All dead ends including pipes, tees, valves, or crosses shall be properly plugged or capped by use of blind flanges, plugs or caps as appropriate or as required or shown on the Plans. Dead end fittings shall be suitably restrained for thrust when show on the Plans or when directed.
Bolts and nuts shall be domestic Cor-Blue, or approved equal, as required by 02475.20(h).
01140.43(a) Installation - Replace this subsection, except for the subsection number and title, with the following:
Install polyethylene encasement per the requirements of City of Beaverton Standard Detail 680-3.
01140.43(b) Connections - Delete this subsection.
Add the following subsections:
01140.43(c) Protection from Gas System - Wrap ductile iron pipe with 40 mil PVC geomembrane, minimum 6” overlap. If vertical separation is less than 12 inches, fiberglass sheathing must be installed between the water main and gas main. Contact NW Natural for fiberglass sheathing material.
01140.44(c) Straddle Blocks - Place straddle blocks where shown in the Plans. Pour concrete straddle blocks in place against solid, undisturbed earth at the sides and bottom of the trench excavation. Straddle block installation shall meet the requirements of City of Beaverton Standard Detail 630-8.
01140.47 Connections to Existing Mains - Replace the sentence that begins “Make necessary arrangements with the Engineer a minimum…” with the following:
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. All connections to existing water mains and structures shall be made under the supervision and direction of the City of Beaverton Water Operations Staff.
01140.47(a) Notification - Replace this subsection, except for the subsection number and title, with the following:
If the connection to the existing system involves temporary water shutoff, provide notices to the residents affected by the shutdown a minimum of 48 hours prior to the shutoff. Provide notices to businesses and commercial properties a minimum of 72 hours prior to the shutoff. City of Beaverton Staff will be responsible for all shutdown notifications.
01140.47(b) Permission - Replace this subsection, except for the subsection number and title, with the following:
Operation of any valves, meters, and hydrants on the existing water system shall be performed only by City of Beaverton Water Operation Staff.
Add the following subsections:
01140.47(f) Abandon Existing Water System - All pipes in an abandoned water line shall be plugged with grout for at least two times the pipe diameter length into the abandoned pipe. Mechanical caps may be used instead of grout. No pipe shall be left unplugged. All fire hydrants and valve cans shall be removed to minimum 36” below grade minimum and backfilled with crushed rock. Surface shall be restored to match the adjacent area.
01140.48(c) Maintaining Service - Construction of new water pipes shall be performed in a manner that will not disrupt water service to the City’s customers. Existing water mains and services shall be kept in operation until new mains are connected, tested, and in service.
Water services shall be installed according to COB Detail 660-3. The Contractor shall furnish and install the new water service pipe to a point inside the existing meter box or to the point of the proposed meter box as shown on the Plans. After testing and disinfection of the system, connect the new service line to the water meter assembly.
If required, a licensed plumber is required to connect to the existing house side plumbing to the new water meter. The Contractor shall obtain plumbing permits as explained in Section 00170. After plumbing permits are obtained, the Contractor shall schedule plumbing inspections. Corporation and angle meter stop valves on the City side of the water meter are to be operated by City of Beaverton Water Operations staff only.
01140.50(b) Taps - Replace this subsection with the following subsection:
01140.50(b) Temporary Blowoff Assemblies - Provide temporary blowoff assemblies for filling, flushing, hydrostatic testing, and disinfection of water lines. Provide taps for injection of chlorine-water mixture. Coordinate with City of Beaverton Water Operations Staff for placement of temporary blowoff assembles and injection tap locations.
01140.51 Hydrostatic Testing - Replace this subsection, except for the subsection number and title, with the following:
Water lines shall be pressure tested and disinfected before connection to the existing system and before any service connections are made. The Contractor shall install temporary blowoff assemblies for pressure testing and chlorination and shall provide one (1) inch temporary taps for chlorine injection as required. Plug temporary taps with a brass plug upon acceptance of new water lines. The City of Beaverton Water Operations Staff shall witness the plugging of the temporary taps.
The Contractor shall make pressure and leakage tests on all newly installed pipe, including water services to curb stops, furnish all necessary equipment and material, make all taps in the pipe as required and conduct tests. A City of Beaverton Water Operations Representative must be present and will monitor the tests.
The Contractor shall furnish the following equipment and materials for the tests:
Conduct the tests after the trench has been backfilled. Where any section of the pipe is provided with concrete thrust blocks, do not perform pressure tests until at least five days have elapsed after the concrete thrust blocks have been installed. If high-early strength concrete is used for the concrete thrust blocks, the time may be reduced by two days, with approval from the Engineer.
Prior to pressure testing, the pipeline shall be flushed thoroughly to remove all foreign material. Provide hoses, temporary pipes, ditches, and other materials and methods as required to dispose of flushing water without damage to adjacent properties. Disposal site and method shall be approved by the Engineer prior to use. Flushing velocities shall be at least 3 feet per second (fps). For large diameter pipes where it is impractical or impossible to flush the pipe at 3 fps, clean the pipeline in place from the inside by brushing and sweeping, then flush the line at a lower velocity.
Conduct pressure tests in the following manner, unless otherwise approved by the Engineer. After the trench has been backfilled, fill the pipe with water, expelling all air during the filling. The minimum test pressure shall be 150 pounds per square inch (psi). For lines working with operating pressures more than 100 psi, the minimum test pressure shall be one and one-half times the operating pressure, with the same loss allowances.
(a) Duration - The duration of each pressure test shall be 60 minutes, unless otherwise directed by the Engineer.
(b) Procedure - Fill the pipe with water and apply the specified test pressure by pumping, if necessary. Then valve off the pump and hold the pressure in the line for the test period. At the end of the test period, operate the pump until the test pressure is again attained. If the line pressure drops more than one (1) psi during the test, repeat the test (again for 60 minutes each time) until the drop in line pressure is zero (0) psi. The pump suction shall be in a clean barrel or similar device approved prior to filling with clean water or metered so that the amount of water required to restore the test pressure may be measured accurately.
(c) Leakage - Leakage shall be defined as the quantity of water necessary to restore the specified test pressure at the end of the test period. Pipe installation will not be accepted, until a zero (0) psi loss in pressure is achieved for a period of 60 minutes.
(d) Correction of Excessive Leakage - Should any test of pipe laid exhibit a loss in pressure greater than zero (0) psi during the pressure test, locate and repair the defective joints, pipe or other leaking water system component(s) until the leakage and pressure loss of a subsequent test are measured at the specified allowance.
(e) Isolation of Existing Systems Prior to Testing - Existing water pipelines shall be protected from contamination during the testing process for new construction. The Contractor shall submit shop drawings and proposed procedures to the Agency prior to installing any special testing device.
01140.52 Disinfecting - Replace this subsection, except for the subsection number and title, with the following:
Pipeline intended to carry potable water shall be sterilized before being placed into service. Disinfection procedures shall conform to AWWA C-601, as hereinafter modified or expanded.
(a) Sterilization Mixture - Sterilizing mixture shall be chlorine-water solution having a free chlorine residual of 40-50 ppm. The sterilizing mixture shall be prepared by injecting:
CHLORINE-WATER CONCENTRATION CHART (GUIDELINE ONLY)
Pipe Size (inches) | Gallons of Water per 100 ft of Pipe | Qty Required for 50 ppm Chlorine Per 100 feet of Pipe Length | ||||
A (pounds) | B (pounds) | C (pounds) | D (gallons) | E (gallons) | ||
4 | 65.3 | 0.028 | 0.04 | 0.08 | 0.06 | 0.02 |
6 | 146.5 | 0.062 | 0.10 | 0.18 | 0.14 | 0.04 |
8 | 261.0 | 0.108 | 0.16 | 0.32 | 0.24 | 0.08 |
10 | 408.0 | 0.170 | 0.24 | 0.48 | 0.38 | 0.14 |
12 | 558.7 | 0.240 | 0.36 | 0.70 | 0.56 | 0.20 |
A - 100% Chlorine
B - High Test Calcium/Sodium Hypochlorite (65 to 70% Cl)
C - Chlorinated Lime (32 to 35% Cl)
D - Liquid Laundry Bleach (5.25% Cl)
E - Concentrated Liquid Bleach (15% Cl)
The liquid chlorine gas-water solution shall be applied by means of an approved solution feeding chlorination device. Dry chlorine gas shall be fed through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine or the gas itself must provide means for preventing the backflow of water into the chlorine cylinder.
If the calcium hypo chlorite procedure is used, first mix the dry power with water to make a thick paste, then thin to approximately a one-percent solution (10,000 ppm chlorine). If the sodium hypo chlorite procedure is used, dilute the liquid with water to obtain a one-percent solution. The following proportions of hypo chlorite to water will be required.
Product | Quantity | Volume of Water |
Calcium Hypochlorite (65 to 70% Cl) 1 | 1 pound | 7.5 gallons |
Sodium Hypochlorite (5.25% Cl) 2 | 1 gallon | 4.25 gallons |
1 - Comparable to commercial products known as HTH, Perchoron, or Pittchlor.
2 - Known as liquid laundry bleach, Clorox, or Purex.
(b) Point of Application - Inject the chlorine solution into the pipeline to be treated at the beginning of the line through a corporation stop or suitable tap in the pipeline. Water from the existing system or other approved source shall be controlled to flow slowly into the newly laid pipeline during the application of chlorine. The rate of chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the combined mixture shall contain 40-50 ppm of free available chlorine. Valves shall be manipulated so that the strong chlorine solution in the line being treated will not flow back into the line supplying the water. Use check valves if necessary. At no time will dry chlorine be introduced into the pipeline.
(c) Retention Period - Treated water shall be retained in the pipeline long enough to destroy all non-spore forming bacteria. With proper flushing and the specified solution strength, 24 hours is adequate. At the end of the 24- hour period, the chlorine solution shall have a strength of at least 10 ppm of chlorine.
Operate all valves, hydrants, and other appurtenances during disinfection to assure that the chlorine solution is dispersed into all parts of the line, including dead ends, new services, and similar areas that otherwise may not receive treated water.
Do not place the concentrated quantities of commercial disinfectants in the line before it is filled with water.
After chlorination, flush the water from the line until the water through the line is equal chemically and bacteriologically to the permanent source of supply. Under no circumstance shall pressure testing occur while chlorine solution is in the line.
(d) Disposal of Chlorinated Water - Dispose of chlorinated water to the sanitary sewer system or in a manner approved by the Engineer. Do not allow chlorinated water to flow into a waterway without adequate dilution or other satisfactory method of reducing chlorine to safe level. De-chlorination procedures shall be approved by the Engineer prior to flushing the system.
(e) Bacteriological Testing - City of Beaverton Water Operations Staff will take bacteriological samples and inform the Contractor of the results normally within 48 hours of taking the samples.
If all the samples do not pass, Contractor shall re-flush, re-chlorinate, and re-test as described above, and/or as directed by Engineer.
(f) Disinfection of Connection Piping - Piping used to make final connections to existing mains shall be disinfected using the spraying method outlined below if the total length of the connection piping, including fittings and valves, is equal to or less than one pipe length, or a maximum of 20 feet. For connections greater than one pipe length, the connection piping must be set up above ground, the ends sealed, and piping disinfected for two hours minimum.
The approved spraying method to be used for connecting piping lengths equal to or less than one pipe length shall be as follows:
Connecting piping disinfection work shall be witnessed by the Engineer, and/or City of Beaverton Water Operations Representative.
The Contractor is responsible for ensuring that no contaminated water enters the public system. This will require the excavation for the connection to existing mains is large enough for a sump and appropriately sized pumps. The Contractor shall have the appropriately sized pump (and back-up pump) and an appropriately sized generator (and back-up generator) on site prior to the shutdown.
Add the following subsection:
01140.53 Flushing and Chlorination Plan
01140.80 Measurement - Add the following paragraph to the end of this subsection:
Ductile iron pipe sleeves will be measured on a unit basis.
Straddle Blocks will be measured on a unit basis.
01140.90 Payment - Add the following Pay Items to the Pay Item List:
(o) Ductile Iron Pipe Sleeve, ____ Inch......................... Each
(p) Straddle Blocks........................................................ Each
Add the following paragraphs to the end of this subsection:
In item(o), the nominal diameter of the sleeve will be inserted in the blank.
Item (p) includes excavation, #4 rebar, concrete and formwork, Megalug, pipe clamps, 3/4" all-thread, and all labor, equipment, and Incidentals necessary to complete the Work as specified.
Items (h), (i), (j), (k), (l), (m), (n), and (o) shall include all fitting connection types including mechanical joint, flange joint, or plain end.
No separate or additional payment will be made for the sawcutting, removal and disposal of existing Asphalt Concrete Pavement. Refer to 00310.41(d)(5) for removal requirements.
Replace the bullet list that follows the sentence that begins “No separate or additional payment…” with the following bullet list:
Comply with Section 02470 of the Standard Specifications modified as follows:
02470.20(a) General - Replace this subsection, except for the subsection number and title, with the following:
Ductile iron pipes shall meet the requirements of AWWA C151. Ductile iron pipe shall be lined and seal coated according to 02470.20(c). Ductile iron pipe shall be NSF 61 certified.
02470.20(b) Nonrestrained Joints - Replace this subsection with the following subsection:
02470.20(b) Material
(1) Pipe - Ductile iron pipe shall be centrifugally cast in accordance with the requirements of AWWA C151.
(2) Thickness Class - Pipe shall be Special Thickness Class 52 in accordance with AWWA C150, unless otherwise noted.
(3) Pipe Length - Ductile iron pipe shall be furnished in nominal 18-foot or 20-foot lengths.
(4) Certification - An Affidavit of Compliance shall be provided with each shipment stating that the ductile iron pipe was manufactured and tested in accordance with AWWA C151 and was cast from raw material consisting of at least 75% recycled ferrous metals.
Add the following subsections:
02470.20(c) Coatings and Linings - Ductile iron pipe shall be factory coated and lined with the following materials:
(1) Exterior Coating - Ductile iron pipe shall consist of an arc- or paint-applied zinc coating per ISO 8179. The mass of zinc coating per unit area of pipe surface shall be 200 g/m². The top coating of the pipe shall consist of a bituminous seal coating at least 1 mil thick conforming to AWWA C151.
(2) Interior Lining and Coating - Ductile iron pipe shall consist of a cement mortar-lining and a bituminous seal coat conforming to AWWA C104
02470.20(d) Identification - Pipe markings shall clearly show the word “Zinc” in the pipe markings or label. Other markings shall be provided by the manufacturer as required by AWWA C151.
02470.20(e) Country of Manufacture - Ductile iron pipe shall be sourced and manufactured in the United States of America. An Affidavit shall be provided with each shipment stating the ductile iron pipe was cast from a domestic raw material source.
02470.20(f) Restrained Push-On Joints - Push-on joints shall be Tyton or Fastite, conforming to the requirements of AWWA C111.
The following pipe manufacturers are approved for use:
02470.20(g) Restraint Gaskets - Push-on joint restraint gaskets shall be furnished with the ductile iron pipe and shall conform to the performance requirements of AWWA C111.
The following restraint gaskets are approved for use:
Restraint gaskets for pipe sizes 4-inch through 24-inch shall be rated for a minimum working pressure of 350 psi.
02470.50 Polyethylene Encasement - Replace this subsection, except for the subsection number and title, with the following:
Polyethylene encasement shall be V-Bio Enhanced Polyethylene Encasement and shall conform to the requirements of AWWA C105 unless otherwise approved.
Encasement thickness shall not be less the 8 mils.
Apply PVC or polyethylene adhesive tape per manufacturer’s recommendations to secure encasement to pipe.
Comply with Section 01040 of the Standard Specifications modified as follows:
Add the following subsections:
01040.40(a) Pre-Construction Documentation - Prior to any ground-disturbing activities, the Contractor shall perform a comprehensive digital photo and video survey of all unpaved areas within and adjacent to the Project Site. This documentation shall be submitted to the Engineer for record before the ground-disturbing activities begin. Failure by the Contractor to provide this documentation shall constitute a waiver of the right to dispute the required extent or quality of restoration; in such cases, the Engineer’s assessment of pre-construction conditions shall be final and binding.
01040.80(h) Landscape Restoration - Landscape restoration will be measured on a lump sum basis.
01040.90(h) Landscape Restoration - Landscape restoration will be paid for at the Contract unit price, per unit of measurement, for the following items:
Pay Item Unit of Measurement
(a) Landscape Restoration............................... Lump Sum
Item (a) includes restoration of all unpaved areas disturbed by construction activities. Upon completion of Work, the Contractor shall restore these areas to a condition matching or exceeding the pre-construction state and the surrounding landscape.
Payment will be payment in full for furnishing and placing all Materials, and for furnishing all Equipment, labor, and Incidentals necessary to complete the Work as specified.
No separate or additional payment will be made for:
Comply with Section 00210 of the Standard Specifications modified as follows:
00210.40 Mobilization - Add the following bullet to the end of the bullet list:
00210.90 Payment - Delete the paragraph that begins “No separate of additional payment will be made…”.
The Bid must identify whether the Bidder is a “resident bidder,” as defined in ORS 279A.120.
The City is replacing approximately 4,500 feet of 6-inch water main with new 8-inch and 6-inch water mains, service lines, and hydrants throughout the Parkview neighborhood. The current infrastructure dates back to 1971 and has reached the end of its reliable lifespan. This replacement project will prevent leaks and ensure long-term water reliability for the area residents.
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 the Emulsified Asphalt Tack Coat.
Comply with Section 00405 of the Standard Specifications modified as follows:
00405.12 Bedding - Replace this subsection, except for the subsection number and title, with the following:
Furnish imported 3/4"-0” or 1”-0” Aggregate (Class B Backfill) for bedding the pipe.
00405.13 Pipe Zone Material - Replace this subsection, except for the subsection number and title, with the following:
For Flexible and Rigid Pipes, backfill the Pipe Zone with bedding Material as described in 00405.12.
00415.14(a) Class A Backfill - Add the following sentence at the end of this subsection:
In landscaped areas, the top 12 inches of backfill shall be native soil.
00405.14(b) Class B Backfill - Replace this subsection, except for the subsection number and title, with the following:
Use Granular Material consisting of crushed Rock meeting the requirements of Section 00641. Designated size shall be 3/4"-0” or 1”-0”.
00405.14 (c) Class C Backfill - Remove this subsection.
00405.14(d) Class D Backfill - Remove this subsection.
00405.14(e) Class E Backfill - Replace this subsection, except for the subsection number and title, with the following:
Use CLSM conforming to Section 00442 only where specified.
00405.15 Quality Control - Add the following to the end of this subsection:
The Contractor shall place Pipe Zone Material as described in 00405.13 around pipes to ensure adequate pipe support. Follow manufacturer’s recommendations for pipe installation including but not limited to storage, handling, placement, backfilling, and minimum construction cover.
00405.45 Pipe Bedding - Replace this subsection, except for the subsection number and title, with the following:
Place pipe Bedding Material to a minimum thickness of six (6) inches below the outside bottom of the pipe barrel then spread smoothly to the proper grade so that the pipe is uniformly supported along the entire barrel length. Excavate bell holes for each joint to permit proper assembly and inspection.
00405.46(a) General - Add the following paragraph to the end of this subsection:
The Contractor shall perform compaction testing of Trench Backfill every 100 feet at a depth of three (3) feet above the pipe, and every three (3) feet or as directed by the Engineer. After the Contractor arrives at a successful, consistent method of trench compaction, testing frequency may be adjusted at the discretion of the Engineer.
The Contractor shall provide a copy of compaction test results to the Engineer within one (1) week of the date of testing.
00405.46(b) Pipe Zone - Replace the paragraph that begins “As required under the haunches of pipe and…” with the following:
As required under the haunches of pipe and in areas not accessible to mechanical tampers or to
testing, compact with hand methods to ensure intimate contact between the backfill Material and the pipe or Structure. Place backfill Material between corrugations when the pipe product is manufactured with external corrugations. Compact backfill Material to 90 percent of maximum density.
00405.46(c)(2) Class A, B, C or D Backfill - Replace the paragraph that begins “Compact each layer of Trench Backfill Material within the…” with the following:
Compact Trench Backfill Material from the top of subgrade to the springline of the pipe to not less than 92 percent of maximum density.
Replace the sentence that begins “Determine the maximum density by…” with the following:
Determine the maximum density by AASHTO T-180.
Add the following subsection:
00405.47 Compacting Testing - The Contractor shall retain an independent ODOT certified testing company to perform nuclear density testing and any other applicable testing as required. Compaction test requirements shall be in accordance with ASTM D698. The Contractor shall cover costs required to provide trench compaction testing.
A standard proctor is to be obtained through an approved certified testing laboratory for all materials used by the Contractor.
Compaction testing in the trench shall be performed every 100 feet of the trench per lift. Compact lift shall be determined by the Engineer based on method of compaction employed. If no approved lift thickness or method of compaction has been approved by the Engineer, then place lift in 12 inches to 24 inches maximum depending on compaction methods. Lateral trenches and service trenches shall have at least one compaction test per lift.
When conducting compaction testing, do not add additional lifts until the preceding lift has achieved a minimum of 92 percent of the maximum density, as determined by AASHTO T 180.
When the moisture content of the fill material is below optimum moisture content as determined by the moisture density curves, add water until the moisture content as necessary to obtain the required compaction values. When the moisture content of the fill material is above optimum moisture content, aerate by blading or other approved methods until the moisture content is adequate to reach required compaction.
If trench backfill does not pass compaction testing it shall be evaluated for deficiencies such as inadequate moisture, material inconsistencies, and contamination. The Contractor shall submit a plan for correcting these deficiencies by means of increased compaction effort, addition of water, or the removal and replacement of Backfill material. Plan must be approved by the Public Works / Engineering Department. Contractor shall receive no additional compensation to correct deficiencies.
Trench backfill within an existing roadway is to be visually tested for soft spots at finish grade of the rock subgrade, according to ODOT TM 158 in ODOT Manual of Field Test Procedures.
Temporary Trench Plating - When temporary steel plates are installed over a street cut, refer to “temporary steel plate” standard drawing 2080 for installation.
00405.48(c) Pavement, Curb, and Sidewalk - Replace the sentence that begins “Upon completion of backfill and just prior to Pavement resurfacing…” with the following:
Upon completion of backfill and just prior to Pavement resurfacing, saw the Surfacing on both sides of the trench a minimum of 12 inches wider than each top of the trench.
Add the following paragraph to the end of this subsection:
Where a longitudinal trench saw cut falls within 3 feet of the face of a curb or the edge of a gutter, remove and replace the Pavement to the face of the curb or gutter.
00405.90 Payment - Add the following sentence to the end of this subsection:
The Contractor shall cover all costs associated with the required trench compaction and resurfacing testing.
Section 00105, which is not a Standard Specification, is included in this Project by Special Provision.
Description
00105.00 Scope - The “Contract Documents” or “Contract” are comprised of the 2024 Oregon Standard Specifications for Construction and all applicable updates and corrections to the Special Provisions, as amended, together with these General Requirements and Special Provisions, the Invitation to Bid, the Accepted Bid, the Construction Contract, the Plans, the Standard Details, ODOT Standard Drawings, the Forms in this Bid and also provided separately, and all addenda issued prior to the execution of the Construction Contract and all modifications.
Comply with Section 02475 of the Standard Specifications modified as follows:
Add the following subsection:
02475.20 Ductile Iron Pipe Fittings - Replace this subsection, except for the subsection number and title, with the following:
Ductile iron fittings shall conform to AWWA C153. Fittings shall be mechanical joint, unless otherwise shown or specified in the Special Provisions or stated on the Plans.
Add the following subsections:
02475.20(a) Body Style - Compact ductile iron fittings conforming to AWWA C153 (SSB/Compact) are required for fitting sizes 4-inch through 24-inch in diameter unless otherwise approved by the Engineer.
02475.20(b) Minimum Working Pressure:
(1) Mechanical Joint - 350 psi working pressure for fitting sizes 4-inch to 24-inch.
(2) Flange Joint - 250 psi minimum working pressure for all fitting sizes.
02475.20(c) Coatings and Linings - Ductile iron fittings shall be factory coated and lined with the following materials:
(1) Exterior Coating - Ductile iron fittings shall consist of an arc- or paint-applied zinc coating per ISO 8179. The mass of zinc coating per unit area of pipe surface shall be 200 g/m². The top coating of the fitting shall consist of an epoxy or bituminous seal coat at least 1 mil thick conforming to AWWA C151.
(2) Interior Lining - Ductile iron fittings shall consist of a cement mortar-lining and bituminous seal coat, or an approved epoxy lining, conforming to AWWA C104.
02475.20(d) Identification - Ductile iron fittings shall have cast upon them the manufacturer’s identification, pressure rating, nominal diameters of openings, and the number of degrees or fractions of a circle (for bends).
Markings shall clearly show the word “Zinc” in the pipe markings or label. Zinc coating is required in below ground applications. Paint-stenciling is acceptable.
02475.20(e) Country of Manufacture - Ductile iron fittings shall be manufactured in the United States of America. Any exceptions require prior approval from the Engineer.
02475.20(f) Mechanical Joint Restraints - Mechanical joint restraints shall be an integral part of the follower gland. Joint restraint ring and wedge components shall be constructed of grade 60-42-10 ductile iron, conforming at ASTM A536. Wedges shall be heat-treated to a minimum hardness of 370 BHM. The dimensions of the follower gland shall be compatible with joint bells conforming to AWWA C110 and AWWA C153. Mechanical restraint systems shall be pressure rated to a minimum 350 psi for sizes up to 16-inch and 250 psi for pipe sizes 18-inch and larger.
The following is the list of approved mechanical joint restraint systems:
02475.20(g) Flange Joints - Flanges shall conform to AWWA C110 or ASME B16.1 Class 125 rated for 250 psi working pressure.
(1) Gaskets - Gasket materials shall be EPDM or SBR rubber conforming to AWWA C111 and shall be NSF 61 certified.
(2) Bolt Pattern - Flange bolt holes and patterns shall conform to AWWA C110 (ANSI B16.1 Class 125) or ANSI B16.5 Class 150. Class 125 and Class 150 flanges have a common bolt pattern.
02475.20(h) Bolts and Nuts - Bolts and nuts shall be constructed from corrosion-resistant, high-strength, low-alloy steel conforming to AWWA C111. Bolts and nuts shall be Cor-Blue or approved equal and shall be coated with a ceramic-filled fluorocarbon resin designed for applications in highly corrosive environments. Threads shall conform to ASME B1.1.
(1) Mechanical Joint Restraints - Use T-head type bolt.
(2) Flange Joints - Use bolt size as shown on Table 14 of AWWA C110.
02475.50 Restrained Joints - Delete this subsection.
the City of Beaverton will only accept electronic bids for the project via the City's e-Procurement Portal at https://procurement.opengov.com/portal/beavertonoregon, Project No. 26-060. The project cost is approximately between $ 1,700,000 and $1,800,000.
Summary
The Parkview Loop Waterline Replacement project consists of installing approximately 3,000 linear feet of new 8-inch and 1,500 linear feet of new 6-inch water main, along with associated hydrant and service line replacements. The work is situated within a residential neighborhood along SW Parkview Loop, spanning from Greenway to Murphy Lane and encompassing all connecting cul-de-sacs. This infrastructure improvement aims to modernize the local distribution system and ensure long-term service reliability for the community.
Comply with Section 00310 of the Standard Specifications modified as follows:
00310.00 Scope - Add the following paragraphs to the end of this subsection:
It is the intent of the City that impacts to property, particularly private property, be minimized to the maximum extent possible.
Fences, wood decks, block walls, patio blocks, mailbox shelters, concrete landscape edges and other structures and obstructions that are within the Project Site shall be removed and replaced by the Contractor to a condition equal to or better than their pre-construction state, and to the satisfaction of the property owner.
Add the following subsections:
00310.40(c) Retaining Block Walls - Protect and maintain existing retaining block walls in place adjacent to the Work.
00310.40(d) Mailbox Structures - Protect existing mailbox structures throughout the Project Site. Maintain access to mailbox structures throughout construction.
00310.41(d)(4) Existing Water Structures - Remove and dispose of valve cans, hydrant assemblies, blowoff standpipes, sampling station housings and standpipes, combination air vacuum/air release boxes and internal valve hardware, and all other appurtenances located within the Project Site.
Where existing valves are adjacent to an active water system and connected to a fitting that will remain in service, remove and dispose of the valves and valve cans, and plug the adjacent fitting(s) as shown on the Plans.
Unless otherwise shown, abandon pipe in place by capping with a line-size ductile iron mechanical joint cap, or plugging with 3 feet of concrete.
00310.41(d)(5) Asphalt Concrete Pavement - Sawcut existing asphalt concrete pavement according to 00405.48(c). Remove and dispose of asphalt concrete pavement.
00310.80 Measurement - Replace this subsection, except for the subsection number and title, with the following:
No separate measurement for Removal of Structures and Obstructions will be made.
00310.90 Payment - Replace this subsection, except for the subsection number and title, with the following:
No separate or additional payment for Removal of Structures and Obstructions will be made.
00310.91 Lump Sum Basis - Delete this subsection.
00310.92 Separate Item Basis - Delete this subsection.
Comply with Section 00220 of the Standard Specifications modified as follows:
00220.02(a) General Requirements - Add the following bullets to the end of the bullet list:
Replace the bullet that begins “Do not stop or hold vehicles on a Highway…” with the following bullet:
Replace the bullet that begins “Do not block driveways for more than 2 hours…” with the following bullet:
00220.40(a) Traffic Nuisance Abatement - Replace the first and third bullet items with the following bullets:
00220.40(c) Driveways - Add the following bullet at the end of the bullet list:
Refer to Section 00180.40.
00220.40(e)(2) Lane Restrictions - Add the following paragraph to the end of this subsection:
Public streets may not be closed unless approved by the City Transportation Engineer. Access must be maintained for residents and emergency vehicles at all times.
00220.40(e)(1) Closed Lanes - Replace this subsection, except for the subsection number and title, with the following:
One or more Traffic Lanes may be closed when allowed, shown, or directed during the following periods of time except as indicated in 00220.40(e)(2):
00220.40(e)(2)(a) Holidays Replace this subsection, except for the subsection number and title, with the following:
No lane restrictions shall occur on legal holidays. For the purposes of this Section, legal holidays are as follows:
00220.60(a)(1) Contractor Responsibility - Add the following bullets to the end of the bullet list:
Comply with Section 00440 of the Standard Specifications modified as follows:
Add the following subsections:
00440.01 Terminology - According to 00110.05(a), for the purposes of this Contract, the terms "sidewalk ramp" and "sidewalk ramps" shall respectively refer to and shall be read to mean "curb ramp" and "curb ramps".
00440.02 Abbreviations and Definitions:
ASTV - Actual Strength Test Value - See 00110.20 for definition.
00440.14(c) Hardened CGC - The ASTV at 28 Days is the average compressive strength of the three cylinders tested. Discard all specimens that show definite evidence, other than low strength, of improper sampling, molding, handling, curing, or testing. The average strength of the remaining cylinders shall then be considered the test result.
00440.40(b) Placing - Add the following bullet to the end of the bullet list:
When haul time or placement conditions warrant exceeding the time of discharge, submit a detailed breakdown of the estimated time needed from batching to discharge of a load along with the measures that will be taken to ensure slump, temperature and uniformity will be maintained. Submit in advance to establish a new time limit at the Engineer’s discretion.
the City will not receive or consider a Bid unless the Bidder is duly licensed by the Construction Contractors Board or the State Landscape Contractors Board.
Comply with Section 01150 of the Standard Specifications modified as follows:
01150.00 Scope - Add the following to the end of this subsection:
All material and construction shall conform to the current editions of the City of Beaverton’s Engineering Design Manual and the American Water Works Association (AWWA), unless modified by these Specifications or Plans and details.
All valves, gates, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer's written instructions and as shown and specified.
01150.11 Handling - Add the following paragraph to the end of this subsection:
All joints shall be thoroughly cleaned and prepared prior to installation. Adjust stem packing and operate each valve prior to installation to ensure proper operation. Valves shall be installed so valve stems are plumb and in the location shown on the Plans.
01150.40 General - Replace the sentence that begins “Install valves, back flow devices, and tapping sleeves according…” with the following:
Install valves, operating nuts, stem extensions, valve boxes, back flow devices, and tapping sleeves according to the Plans and the manufacturer’s recommendations.
01150.40(a) Valve and Valve Box Installation - Add the following paragraph to the end of this subsection:
Gate valves shall be adequately braced to prevent warpage and bending under the intended use. Valves shall be firmly supported to avoid undue stress on the pipe.
01150.40(b) Valve Operator Extensions - Add the following sentence to the end of this subsection:
Stem extensions shall be braced at no greater than 10 feet intervals and be provided with double universal joints to allow for misalignment.
Add the following subsection:
01150.40(d) Hot Tapping - Hot taps shall be installed by A&A Drilling Service (503-284-3701) or approved equal as determined by the Engineer.
01150.90 Payment - Add the following Pay Item to the Pay Item List:
(h) 2 Inch Blowoff Assembly......................... Each
Add the following paragraphs to the end of this subsection:
Item (f) includes piping, fittings, corporation stop, combination air release/air vacuum valve assembly and associated hardware, backfill, and all Equipment, labor, and Incidentals necessary to complete the Work as specified.
Item (h) includes cap, line-size gate valve, galvanized pipe and fittings, and all Equipment, labor, and Incidentals necessary to complete the Work as specified.
Add the following bullets to the end of the bullet list:
Comply with Section 00744 of the Standard Specifications modified as follows:
00744.00 Scope - Add the following sentence to the end of this subsection:
All trench patches four (4) feet and wider shall utilize paving machines during paving operations.
00744.11(a) Asphalt Cement - Add the following sentence to the end of this subsection:
Provide Level 2, ½” Dense Graded HMAC, 64-22 asphalt cement for the Project.
00744.13 Job Mix Formula (JMF) Requirements - Replace the paragraph that begins “Provide a JMF for the Project meeting the following criteria…” with the following:
Provide a JMF for the project that has been approved by ODOT within 2 years of the date the contract was advertised. Submit the proposed JMF and supporting data to the Engineer for review at least 10 Calendar Days prior to anticipated use. If acceptable, the Engineer will provide written approval.
00744.24 Compactors - Replace this subsection, except for the subsection number and title, with the following:
The Contractor shall use a self-propelled vibratory compactor to compact asphalt concrete in trench patch areas. Plate compactors shall only be used if approved by the Engineer. For the compaction of the final lift, the Contractor shall use rollers with a minimum gross static mass (weight) of 8 tons.
00744.40 Season and Temperature Limitations - Add the following to the end of the subsection:
Do not schedule ACP when precipitation is forecast between 2 hours before and 2 hours after the scheduled placement duration. An acceptable forecast will have less than 30 percent chance of precipitation for the entire placement window. Provide, from an agreed upon weather forecast service, a forecast to the Engineer one (1) hour before placement.
00744.41 Mixing Temperatures - Add the following paragraph to the end of this subsection:
The temperature of the mixture at the time of placement shall be within 10 degrees of 280 degrees Fahrenheit. In no case shall the temperature be less than 240 degrees Fahrenheit at the time of placement.
00744.42 Tack Coat - Delete the paragraph that begins “Remove all loose material…” and replace with the following:
Remove all loose material that will reduce adhesion of the tack by vacuum sweeping with dust control or other approved methods.
00744.43(b) Depositing - Add the following to the end of this subsection:
Do not deliver the ACP directly into the paving machine for wearing Courses where the continuous length of the Panel is greater than 500 feet. Deliver the ACP to the paving machine by either a windrow pick-up machine or an end-dump transfer machine.
00744.43(c) Placing - Replace the paragraph that begins “Place the mixture in the number of Lifts and Courses, and to the compacted thickness…” with the following:
Paving depth of the permanent trench restoration shall be 6 inches. Place base and wearing course lifts according to 00744.46. Compact base and wearing course lifts according to 00744.49(b)(2).
Add the following subsections:
00744.44(d) Joint Filler - Apply joint filler and sand between new ACP and adjacent panels of new ACP with poor compaction, excessive overlap, or separation as directed.
00744.46 Lift Thickness - Place base and wearing course lifts at the thicknesses identified below, unless otherwise directed by the Engineer.
Base Course Lifts...................... 3 inches
Wearing Course Lifts................. 3 inches
00744.49 Compaction - Replace this subsection, except for the subsection number and title, with the following:
(a) General - After the ACP has been spread, struck off, and surface irregularities and other defects remedied, roll it uniformly until compacted as specified.
(1) Temperature - Complete breakdown and intermediate compaction of WMAC before the ACP temperature drops below 160 °F unless otherwise directed or required based on the control strip. When the rolling causes tearing, displacement, cracking or shoving, make necessary changes in compaction temperature, type of compaction Equipment, and rolling procedures.
(2) Rolling - Provide sufficient rollers of the types appropriate to compact the mixture while it is still within the specified temperature. Do not use equipment which crushes the Aggregate. Do not displace the line and grade of edges. Moisten steel roller wheels with a minimum amount of water, or other approved material, necessary to prevent the ACP from sticking to them and spotting or defacing the ACP.
Operate rollers at a slow, uniform speed recommended by the manufacturer. Drive rolls or wheels shall be nearest the paver unless otherwise approved. Operate pneumatic rollers no faster than 3 mph. Operate vibratory rollers at frequencies of at least 2,000 vibrations per minute. Perform finish rolling until all roller marks are eliminated.
(b) Normal Pavement (Nominal Thickness 2 Inches or Greater):
(1) General - Compliance with the density Specifications for ACP will be determined using random testing of the compacted road surface with calibrated nuclear gauges.
(2) Compaction Requirements - Roll ACP uniformly until compacted to the following minimums:
Base ACP Lifts................. 91.0 percent
Wear ACP Lifts................. 92.0 percent
(3) Random Testing - Determine compliance with density Specifications by random testing of the compacted surface with calibrated nuclear gauges. Determine the density by averaging QC tests performed by a CDT with the nuclear gauge operated in the backscatter mode according to AASHTO T 335 at one random location for each 100 Tons of asphalt concrete placed but take no less than three tests each shift. Do not locate the center of a density test less than 1 foot from the Panel edge. Calculate MAMD according to ODOT TM 305. The Engineer may waive compaction testing requirements when less than 500 Tons of ACP is placed in a single work shift.
(c) Thin Pavement - Compaction to a specified density will not be required for Leveling, patches, or where the nominal compacted thickness of a Course of ACP will be less than 2 inches. Perform breakdown and intermediate rolling until the entire surface has been compacted by at least four Coverages of the rollers. Perform additional Coverages, as directed, to obtain finish rolling of the ACP.
(d) Other Areas - Compaction to a specified density will not be required on temporary Surfacing, guardrail flares, mailbox turnouts, road approaches, Pavement repair, and areas less than 8 feet wide or limited length, regardless of thickness. Compact these surfaces according to 00749.45.
(e) Bridge Decks and Approach Slabs - Compaction to a specified density will not be required for ACP placed on bridge decks and approach slabs. Perform breakdown and intermediate rolling until the entire surface has been compacted by at least six Coverages of the rollers. Perform additional Coverages, as directed, to obtain finish rolling of the ACP.
00744.51 Opening Sections to Traffic - Schedule work so that, during the same shift, the surfaces being paved are paved full width and length through the top Base Course before opening to traffic. Traffic will be allowed on the top Base Course up to 7 Calendar Days.
Before beginning wearing Course paving operations, make repairs to the existing surface as directed. Payment for the repairs will be made according to 00195.20.
Schedule work so that, during the same shift, the surfaces being paved are paved full lane width and length through the Wearing Course before opening to traffic.
00744.60(h) Ponding - The completed pavement shall be free of depressions and ponding that do not drain properly (“bird baths”). The Contractor shall correct ponding at no expense to the City. A pond occurs if the edge of the ponded storm water is 18 inches or more from the curb.
00744.60(i) Settlement - Any trench paving that settles more than 1/4 of an inch during the warranty period shall be replaced by the Contractor at no expense to the City.
00744.61 Longitudinal Joints - All joints and overcuts between new AC pavement or existing AC pavement, shall be sealed by an application of emulsified asphalt (CRS-1 or CRS-2) followed immediately by a cover coat of clean sand. The liquid asphalt shall be carefully applied so that the width of coverage beyond the joint is kept to a practical minimum. Joint sealing shall be Incidental to other bid items. The joint seal shall be applied the same day as paving.
00744.70 Pavement Smoothness - Add the following paragraph to the end of this subsection:
Inspect all vehicle travel way pavements in accordance with 00744.70 of the Standard Specifications. Any vehicle travel way pavement found not meeting the requirements of 00744.70 shall have the wearing course removed and replaced at no cost to the City.
00744.75(b) Time Limit - Replace this subsection, except for the subsection number and title, with the following:
Do not apply permanent striping until smoothness testing results have been obtained and all related corrective work is complete.
00744.80 Measurement - Replace this subsection, except for the subsection number and title, with the following:
The quantities of ACP will be measured according to 00495.80.
0744.90 Payment - Replace this subsection, except for the subsection number and title, with the following:
The quantities of ACP will be measured according to 00495.90.
A Bidder may not make its Bid contingent on the City’s acceptance of any terms or conditions (including specifications) other than those contained in this Solicitation.
Comply with Section 00221 of the Standard Specifications modified as follows:
00221.01(a) Abbreviations - Add the following to the end of this subsection:
TCD - Traffic Control Devices
TCM - Traffic Control Measures
TCP - Traffic Control Plan
TPAR - Temporary Pedestrian Accessible Route
00221.02 General Requirements - Add the following bullets to the end of this subsection:
00221.06 Traffic Control Plan - Replace this subsection, except for the subsection number and title, with the following:
Submit for approval 5 Calendar Days before the Preconstruction Conference to the Engineer a Traffic Control Plan. The TCP shall include the following:
If additional modifications are made to the TCP, submit unstamped Working Drawings at least 7 Calendar Days before beginning the construction activities that require the TCP changes.
00221.80 Measurement, Method “A” - Delete this subsection.
00221.89 Measurement, Method “C” - Delete this subsection.
00221.90 Payment, Method “A” - Delete this subsection.
00221.99 Payment, Method “C” - Incidental Basis - Delete this subsection.
Comply with Section 00110 of the Standard Specifications modified as follows:
00110.00 Organization of Specifications - Add the following to the end of this subsection:
The section numbers in these General Requirements and Special Provisions refer to parallel section numbers in the Standard Specifications that have been modified by the City. Use of the term "Agency" in the Standard Specifications refers to the City when applied by the City. City Bidders are responsible for keeping informed of all amendments to the Standard Specifications that may not be reflected in the Bid Documents but are nonetheless part of the Bid. The work shall be done in accordance with the Contract Documents.
00110.05 Conventions Used throughout the Specifications Include: - Replace this subsection, except for the subsection number and title, with the following:
(a) Grammar - The "2024 Oregon Standard Specifications for Construction", Part 00100 "General Conditions", is written in the indicative mood, in which the subject is expressed. The "2024 Oregon Standard Specifications for Construction", published by the Oregon Department of Transportation, Parts 00200 through 03000, the detailed "Technical Specifications", are generally written in the imperative mood, in which the subject is implied. Therefore, throughout Parts 00200 through 03000, and on the Plans:
(b) Capitalization of Terms - Capitalized terms, other than titles, abbreviations, and grammatical usage, indicate that they have been given a defined meaning in the Standard Specifications. Refer to Section 00110.20 "Definitions". Defined terms will always be capitalized in Part 00100; in Parts 00200 through 03000,
defined terms will generally not be capitalized, with the notable exception of "the Contractor", "the City", and "the Engineer".
(c) Punctuation - In this publication the "outside method" of punctuation is employed for placement of the comma and the period with respect to quotation marks. Only punctuation that is part of the quoted matter is placed within quotation marks.
(d) References to Laws, Acts, Regulations, Rules, Ordinances, Statutes, Orders, and Permits - References are made in the text of the Specifications to "laws", "acts", "rules", "statutes", "regulations", "ordinances", etc. (collectively referred to for purposes of this Subsection as "Law"), and to "orders" and "permits" (issued by a governmental authority, whether local, state, or federal, and collectively referred to for purposes of this Subsection as "Permits"). Reference is also made to "applicable laws and regulations". The following conventions apply in interpreting these terms, as used in the Specifications.
(e) Reference to Websites - For Specifications that reference this Subsection, the City will identify the
website addresses in the Special Provisions.
00110.10 Abbreviations - Add the following abbreviations to the list:
DOW - Divisions of Work
ESB - Emerging Small Business
GFE - Good Faith Effort
MBE - Minority-Owned Enterprises
MVSDV - Minority, Women, Service-Disabled, Veteran-Owned Business
SDV - Served-Disabled Veteran-Owned
WBE - Women Business Enterprises
Add the following subsection:
00110.15 Beaverton Equity in Procurement Program - If any subcontractors are used in the performance of this contract, Bidder shall comply with BPC 46-0330, which relates to the use of COBID-certified firms.
00110.20 Definitions - Add the following definitions:
City - The City of Beaverton, Oregon including the City Council, employees and agents of the City authorized to administer the conditions of the Contract Documents.
Or Approved Equal - indicates that the “equal” product is the same or better than the product named in function, performance, reliability, quality, and general configuration. Determinations of equality in reference to the project design requirements will be made by the Engineer according to Section 120.16 (before bid) or Section 00180.21(b) and (d) after Award.
Owner - the City.
Public Works Director - the City’s Public Works Director or the Public Works Director’s designee.
Substantial Completion - The Work or specified parts of the Work, except punch-list corrections and final.
Working Day - Monday through Friday, excluding City Holidays.
Replace the definition for “Contract Documents” with the following:
Contract Documents - 2024 Oregon Standard Specifications for Construction and all applicable updates and corrections to the Special Provisions, as amended, together with these General Requirements and Special Provisions, the Invitation to Bid, the Accepted Bid, the Construction Contract, the Plans, the Standard Details, ODOT Standard Drawings, the Forms in this Bid and also provided separately, and all addenda issued prior to the execution of the Construction Contract and all modifications.
Replace the definition “Engineer” with the following definition:
Engineer - the City Engineer or the City Engineer's representative for the City.
Replace the definition “Project Site” with the following definition:
Project Site - The geographical area of Right-of-Way and real property on which the Work is to be performed, including designated staging areas.
Comply with Section 01160 of the Standard Specifications modified as follows:
01160.00 Scope - Add the following paragraph to the end of this subsection:
Materials and construction shall conform to the current editions of the City of Beaverton’s Engineering Design Manual and the American Water Works Association (AWWA), unless modified by these Specifications.
Add the following subsection:
01160.01 Terminology - According to 00110.05(a), for the purposes of this Contract, the terms “hydrant” and “hydrants” shall respectively refer to and shall be read to mean “fire hydrant” and “fire hydrants”.
01160.11(a) Loading and Unloading - Replace the sentence that begins “If damage is confined to the coating or lining…” with the following:
If damage is confined to above ground coatings or linings, it may be repaired by applying two (2) coats of yellow enamel hydrant paint or as required by the Engineer.
01160.40(b) Out-of-Service Hydrants - Replace this subsection, except for the subsection number and title, with the following:
Hydrants removed from service will require an “Out of Service” ring installed or can be securely bagged or covered. Out of service hydrants are to be reported to Tualatin Valley Fire and Rescue by the end of the business day on which it was placed out of service.
Add the following subsections:
01160.40(c) Traffic Breakaway Flange - Set traffic breakaway flange 3 to 6-inches above finish grade.
01160.40(d) Fire Hydrant Clear Zone - A clear zone must be maintained around the hydrant per the requirements of City of Beaverton Standard Detail 650-1. Notify the Engineer if the minimum clear zone clearances cannot be met.
01160.41 Hydrant Laterals - Remove this subsection.
01160.42 Hydrant Restraints - Replace this subsection, except for the subsection number and title, with the following:
Restrain the thrust created in the hydrant lateral as shown in City of Beaverton Standard Details 650-2 or 650-3.
01160.52 Hydrant Extensions - Replace this subsection, except for the subsection number and title, with the following:
Hydrant extension kits are not permitted for field height adjustments unless otherwise approved by the Engineer.
01160.90 Payment - Add the following Pay Items to the Pay Item List:
(f) Fire Hydrant Assembly......................................... Each
Add the following paragraphs to the end of this subsection:
Item (f) includes furnishing and installing the hydrant, auxiliary (toe) valve, vertical pipe, Storz adapter, appurtenances, and furnishing all Equipment, labor, and Incidentals necessary to complete the Work as specified.
No separate or additional payment will be made for:
Comply with Section 00759 of the Standard Specifications modified as follows:
00759.11 Aggregate Base - Replace this subsection, except for the subsection number
and title, with the following:
Furnish Aggregate Base Materials for Base, foundation courses, leveling courses, or bedding meeting the requirements of 00640.10 or dense graded Base Aggregate in 00641.10 as appropriate and included in the Special Provisions.
00759.22(a) Qualified Smart Levels - Replace this subsection, except for the subsection number and title, with the following:
Slopes will be measured with the use of a 24-inch SmartTool level, Model 92379 or Model 92500, and a 6-inch SmartTool level, Model 92346 or 92510.
00759.41 Earthwork - Add the following paragraph to the end of this subsection:
If an existing private storm drain is discovered upon removal of concrete sidewalks, curbs, or curb ramps, replace with like material prior to placing new concrete as directed by the Engineer. See COB Detail 2020.
00759.42 Foundations - Replace this subsection with the following subsection:
00759.42 Aggregate Base - Before placing concrete, prepare underlying Aggregate Base surfaces according to Section 00641.
Add the following subsection:
00759.47 Setting Meter Boxes - Prior to placing concrete, set the top of meter boxes flush with the final grade of the concrete panel. Existing meter boxes shall be placed over the existing meter assembly according to the requirements of City of Beaverton Standard Detail 660-3.
00759.51 Curing - Add the following paragraph to the end of this subsection:
Concrete Structures may be opened to Public Traffic before 7 Calendar Days if the concrete has reached a minimum compressive strength of 2,000 pounds per square inch (psi) as verified by the rebound number determined according to ASTM C805. Test at locations as directed.
Add the following subsection:
00759.55 Protection of Concrete - Erect and maintain suitable barriers to protect concrete from traffic or other detrimental trespass until the pavement is opened to traffic. If necessary, provide watchmen. Repair or replace any part of the pavement damaged by traffic or other cause before its official acceptance, according to 00170.80.
00759.90 Payment - Add the following Pay Item to the Pay Item List:
(o) Concrete Curb, Type A......................................... Foot
(p) Concrete Sidewalk......................................... Square Foot
Add the following paragraph to the end of this subsection:
Item (o) and (p) includes sawcutting, removal and disposal of existing curb or sidewalk sections, placement and compaction of Aggregate Base, concrete formwork, replacement of existing private storm drainage lines impacted by the Work, expansion joint material, concrete, and furnishing all Equipment, labor, and Incidentals necessary to complete the Work as specified.
Replace the paragraph that begins "When earthwork is included as separate Pay…" with the following paragraph:
When earthwork is included as separate Pay Items under Section 00330, payment will be made according to 00330.90 through 00330.94 as appropriate and only for locations where earthwork quantities are shown. No separate or additional payment will be made for earthwork under Section 00330 where earthwork quantities are not shown.
Add the following bullet to the end of the bullet list:
Removal and disposal of existing concrete structures
Bids must be submitted by 2:00 pm on Tuesday, April 21, 2026. First-tier Subcontractor Disclosure Forms for this project are due no later than 4:00 p.m. on Tuesday, April 21, 2026 to Purchasing Division by email bidmail@BeavertonOregon.gov
Comply with Section 02480 of the Standard Specifications modified as follows:
02480.10 General - Add the following sentence to the end of the subsection:
Valves shall be mechanical joint, unless otherwise shown or specified in the Special Provisions or stated on the Plans.
Add the following subsections:
02480.11 Identification - Valves shall be marked with size, class, manufacturer, and year of manufacture. Markings shall be cast in raised letters on the valve body.
02480.12 Country of Manufacture - Valves shall be sourced and manufactured in the United States of America. An Affidavit shall be provided with each shipment stating the valve bodies and components were cast from a domestic raw material source. The Affidavit shall be signed by a Professional Engineer registered in the state of the source manufacturing facility.
02480.20 Gate Valves - Add the following sentence to the beginning of this subsection:
Gate valves shall conform to AWWA C509 or C515 and shall be UL listed and FM approved.
02480.20(a) Minimum Pressure - Replace this subsection, except for the subsection number and title, with the following:
The minimum rated working pressure shall be 250 psi and shall be hydrostatically tested at the factory.
02480.20(b) Arrangement - Replace this subsection with the following subsection:
02480.20(b) Closing Element - Gate valves shall be resilient-wedge type. The wedge shall be ductile iron completely encapsulated with resilient material. The sealing material shall be permanently bonded to the wedge with a rubber tearing bond which meets ASTM D429.
02480.20(c) Valves - Replace this subsection with the following subsection:
02480.20(c) Coatings and Linings - Valve body and bonnet shall be epoxy coated inside and out with fusion bonded epoxy. Coatings and linings shall conform to AWWA C550 and shall be suitable for potable water service.
Add the following subsections:
02480.20(d) Operating Mechanism:
(1) Direct Bury - Direct bury valves shall be furnished with a 2-inch square operating nut and shall open counterclockwise when viewed from above. The stems shall be non-rising, solid bronze, and include integral or non-integral collars in compliance with AWWA C509.
(2) Non-Direct Bury - Non-direct bury valves shall be outside screw-and-yoke type valves, equipped with a solid bronze stem, and supplied with a hand wheel.
02480.20(e) Exposed Fasteners - All exposed fasteners shall be Grade 304 or 316 stainless steel.
02480.20(f) Acceptable Manufacturers - Acceptable gate valve manufacturers are as follows:
02480.22 Butterly Valves - Add the following sentence to the beginning of this subsection:
Butterfly valves shall conform to AWWA C504.
02480.22(a) Seats and Seals - Replace this subsection, except for the subsection number and title, with the following:
Provide butterfly valves that are rubber seated and meet the requirements of AWWA C504, Class 250B. Shaft seals shall be standard O-ring seals, designed for replacement under line pressure.
Add the following subsections:
02480.22(d) Minimum Working Pressure - The minimum rated working pressure shall be 250 psi and shall be hydrostatically tested at the factory.
02480.22(e) Overload Input Torque - Valve actuators shall be capable of withstanding an overload input torque of 450 ft-pounds at full-open or full-closed position without damage to the valve or valve operator.
02480.25 Valve Boxes - Replace this subsection with the following subsection:
02480.25 Valve Boxes (or Valve Cans):
(a) Standard - “Vancouver” style valve box, 18-inches tall, constructed of cast iron. Factory cast “Water” into the lid in ½-inch lettering.
(b) Oversized - 12-inches tall with an inside diameter of 9-5/8 inches and a 10-5/8-inch outside diameter. Lid shall be inset and include a pick notch in top surface for removal.
(c) Locking Traffic Lid - “Vancouver” style valve box, 18-inches tall, constructed of cast iron. Furnish with two (2) 3/8-inch diameter, 16 thread, 1¼-inch long stainless-steel slotted screws for securing lid to main casting. Factory cast “City of Beaverton” into the lid in ½-inch lettering.
(d) Valve Box Riser - The riser, or bottom section of the valve box, shall be 6-inch Schedule 40 PVC pipe (ASTM D3034) as required for valve box size.
(e) Debris Cap - Debris caps are required in valve boxes unless otherwise directed by the Engineer.
(f) Acceptance - Valve box or lid castings of uneven thickness, that are pitted or otherwise flawed will not be accepted.
02480.26 Valve Stem Extensions - Replace this subsection with the following subsection:
02480.26 Valve Operator Extensions - Fabricate using 2-inch by 2-inch by 0.120-inch wall square steel tubing or 1-inch schedule 80 steel pipe and ¼-inch steel plate, with 2-inch socket made from ¼-inch thick steel plate or 2½-inch by 2½-inch by 0.180-inch square steel tubing, then hot dip galvanized.
Steel materials shall be grade ASTM A36 or unless otherwise stated.
Refer to COB Standard Detail 640-4.
Comply with Section 00495 of the Standard Specifications modified as follows:
00495.10 Material - Add the following sentence to the end of this subsection:
Asphalt Concrete Pavement shall be Level 2, ½” Dense Graded HMAC, 64-22, according to the requirements of 00744.
00495.40 General - Add the following sentence to the end of the sentence beginning with “The following construction requirements…”:
Refer to Section 00310.41(d)(5).
Add the following subsection:
00495.41 Temporary Trench Resurfacing - Contractor shall temporarily place and maintain 2 inches of Hot Mix Asphalt Concrete (HMAC) over trenches to maintain drivability until permanent Trench Resurfacing is completed and accepted. Temporary HMAC must be placed at the end of each work week, when the cumulative length of mainline and service line trenches on the Project Site exceeds 1,000 feet, or as otherwise directed by the Engineer. Temporary trench resurfacing shall be checked daily by the Contractor and maintained as necessary.
Temporary gravel or cold mix asphalt is not acceptable for use as temporary trench resurfacing, unless specifically allowed elsewhere in this subsection or approved by the Engineer.
Steel plates are only acceptable if authorized by the Engineer. If steel plates are used, HMAC or cold mix asphalt shall be used to transition the lip of the plate to the pavement.
(a) SW Greenway Restrictions - Gravel trenches are prohibited within the SW Greenway right-of-way and within 50 feet of the right-of-way boundary. Immediately following Aggregate backfill, the Contractor shall place 3 inches of compacted temporary cold mix asphalt. Steel plates are only allowed if approved by the Engineer. Within 24 hours of the placement of temporary cold mix trench resurfacing, temporary HMAC shall be installed.
00495.80 Measurements - Replace this subsection, except for the subsection number and title, with the following:
The quantities of trench resurfacing will be measured on an area basis. The area will be the actual square yards of replacement completed and accepted in place. Measurements for width and length will be taken horizontally along the surface to the nearest foot.
00495.90 Payment - Replace the paragraph that begins “The accepted quantities of trench resurfacing will be paid…” with the following:
The accepted quantities of trench resurfacing will be paid at the Contract unit price, per square yard, for the item “Trench Resurfacing, Asphalt Concrete Paving”.
Add the following to the end of this subsection:
No separate or additional payment will be made for:
Comply with Section 00320 of the Standard Specifications modified as follows:
00320.00 Scope - Add the following to the end of this subsection:
It is the intent of the City that impacts to landscaping on property, particularly private property, be minimized to the maximum extent possible.
Removal of shrubs and other landscaping that are within the limits of Project Site shall be removed and replaced by the Contractor as directed by the Engineer. The repair and replacement of damaged irrigation systems shall be the responsibility of the Contractor.
00320.42 Disposal of Matter - Add the following paragraph to the end of this subsection:
Burning shall not be allowed on this Project.
00320.80 Measurement - Replace this subsection, except for the subsection number and title, with the following:
Unless otherwise determined by the Engineer, no separate measurement for Clearing and Grubbing will be made.
00320.90 Payment - Replace this subsection, except for the subsection number and title, with the following:
Unless otherwise determined by the Engineer, Clearing and Grubbing is Incidental to other bid items and no separate or additional payment will be made.
Comply with Section 02485 of the Standard Specifications modified as follows:
02485.10 Hydrants - Replace the paragraph the begins “Furnish hydrants that are dry-barrel conforming to AWWA C502…” with the following:
Fire hydrants approved by the City are listed below. No other fire hydrants are acceptable for installation on the Project.
Add the following subsection:
02485.11 Identification - Hydrants shall be permanently marked with the manufacturer’s name, size of valve opening, and year of manufacture.
02485.30(a) Hydrant Dimensions - Add the following to the end of this subsection:
The hydrant shall have a 6-inch diameter inlet at the base, with an end type connection as shown on the Plans or as specified in the Specifications.
02485.30(b) Nozzle Features - Replace this subsection, except for the subsection number and title, with the following:
Hydrants shall have two 2-1/2-inch diameter hose outlet nozzles and one 4-1/2-inch pumper outlet nozzle with threads conforming to NFPA 194 for National Standard Fire Hose Coupling Screw Threads. The 4-1/2-inch pumper outlet shall have a Storz quick adapter. All nozzles shall be field replaceable.
Hydrants shall open to the left, or counterclockwise, and shall be clearly marked on the operating nut.
Add the following subsection:
02485.30(c) Exterior Coating - The exterior coating shall be yellow paint, Mueller Yellow, #172-6918, by Sherwin-Williams Company, or approved equal. The portion of the hydrant buried below ground shall be coated with an asphaltic coating in accordance with AWWA C502.
02485.40 Hydrant Extensions - Delete this subsection.
Based on currently-known information, this project is an “asbestos abatement project” in that the project does entail the demolition, renovation, repair, construction, or maintenance activity of any public or private facility that involves the repair, enclosure, encapsulation, removal, salvage, handling, or disposal of any material with the potential of releasing asbestos fibers from asbestos-containing material into the air. The Contractor and any subcontractor must be licensed under ORS 468A.720.
Comply with Section 00120 of the Standard Specifications and all applicable updates and corrections to the Special Provisions, as further supplemented or modified as follows:
00120.00 Prequalification of Bidders - Replace this subsection, except for the subsection number and title, with the following:
In addition to the requirements of this section, Bidders are referred to Section 00120.40(h) of these General Requirements and Special Provisions.
00120.01 General Bidding Requirements - Replace this subsection, except for the subsection number and title, with the following:
Bid Submission:
Bidders shall submit Bids electronically through the City's electronic procurement system.
City accepts no responsibility for non-receipt and/or delays in receipt caused by transmission and reception problems, equipment failure, or any other similar cause.
Your submission must be uploaded prior to the bid due date and time as listed in the solicitation. We strongly recommend that you give yourself sufficient time before the Bid Due Date and Time to begin the uploading process and to finalize your submission. NO LATE BID PACKETS WILL BE ACCEPTED. Please note the type and number of files allowed. Please do not embed any documents within your uploaded files, as they will not be accessible or evaluated.
Bid Opening:
Bids will be publicly opened and read at 2:00 pm on Tuesday, April 21, 2026. Bidders will only be able to attend this opening electronically using Zoom at the following link:
https://www.zoomgov.com/my/beavertonprocurement
After the City opens the Bids, the City shall make the Bids available for public inspection.
00120.05 Requests for Plans, Special Provisions, and Bid Booklets - Replace this subsection with the following subsection:
00120.05 Bidding Plans, Special Provisions, and Bid Booklets - Bidders must only submit electronic Bids.
00120.10 Bid Booklet - In the paragraph that begins "The Bid Section includes all pages after…", add the following:
Bidders shall comply with applicable provisions of the BPC, including BPC Chapter 49, and these General Requirements and Special Provisions.
A “complete bid packet,” due the day of bid opening for this project, includes the following documents:
FAILURE TO SUBMIT EACH OF THE ABOVE DOCUMENTS AT THE SPECIFIED LOCATION AND DEADLINE WILL CAUSE the City TO DEEM THE BID NON-RESPONSIVE.
00120.10 Bid Booklet – Add the following subsection:
(a) Good Faith Effort COBID Certified Firm Contract & Bids Received Log & Solicitation
The apparent low Bidder shall submit the following forms no later than 2 p.m. the day after bid opening.
Failure to timely submit Form 2 will result in rejection of the Bid. Failure to timely submit the solicitation letter may result in rejection of the Bid at the City's discretion. If the apparent low Bidder is not awarded the contract or its Bid is rejected, then the City will notify the next apparent low Bidder. The next apparent low Bidder shall then submit Form 2 and the solicitation letter on the next business day by 2 p.m. Upon the City’s request, Bidders shall submit additional information to clarify its GFE.
00120.15 Examination of Work Site and Solicitation Documents, Consideration of Conditions to be Encountered - Replace this subsection, except for the subsection number and title, with the following:
If a mandatory or non-mandatory pre-bid meeting for this project is scheduled, that information will be listed in the City's electronic procurement system solicitation. If the solicitation states this meeting will be held in person, the location will be listed in the solicitation. If this meeting will be virtual, it will be held using a Zoom Meeting at the following link:
https://www.zoomgov.com/my/beavertonprocurement
City accepts no responsibility for any electronic technical difficulties, equipment failure, or any other similar cause the Bidder may encounter in trying to attend the virtual pre-bid meeting using Zoom or any other virtual meeting electronic application.
This will provide prospective Bidders with the opportunity to ask questions related to the Bid or the Work under the Contract. the City may answer questions that cannot be addressed by direct reference to the Bid Documents through an Addendum issued to all plan holders. A Bidder’s failure to attend a mandatory pre-bid meeting shall cause the Bidder’s bid to be deemed non-responsive.
Before submitting a Bid, Bidder shall carefully examine the site of the proposed Work, the Bid Booklet, Plans and Specifications. Bidders shall also contact Utility owners to verify all Utilities’ anticipated involvement on the Project Site. Submission of a Bid will constitute confirmation that the Bidder has examined the Project Site and Solicitation Documents, finds the Plans and Specifications to be sufficiently detailed and accurate to enable Bidder to properly perform the Work, and understands the conditions to be encountered in performing the Work and all requirements of the Contract.
The Bidder is responsible for loss or unanticipated costs suffered by the Bidder because of the Bidder’s failure to fully examine the site and become fully informed about all conditions of the Work, or failure to request clarifications of Plans and Specifications Bidder believes to be erroneous or incomplete.
Any clarification of Plans and Specifications needed by the Bidder shall be requested by submitting a question to the project manager in the question-and-answer section of the solicitation in the City's electronic procurement system. Requests shall be made in sufficient time for the City’s reply to reach all plan holders before Bid Closing. the City shall issue all Addenda to all plan holders within a reasonable time before Bid Closing, but in no case less than 72 hours before Bid Closing. If an Addendum is necessary after that time, the City will extend the Bid Closing date.
Oral explanations or interpretations by the City will not be binding. To be binding, interpretation of the Plans and Specifications by the City must be made by written Addendum furnished to all plan holders according to 00120.30. Notification of erroneous or incomplete Plans and Specifications shall also be submitted via the City's electronic procurement system.
Bidders shall acknowledge receipt of all issued Addenda on the bid via the City's electronic procurement system. All questions on Addenda should be directed to Michael Phillips, Purchasing Manager, at (503) 526-2229, or at mphillips@beavertonoregon.gov.
00120.20 Interpretation of Quantities in Bid Schedule – Add the following to this subsection:
Bid prices listed for Bid items shall cover all Work. There may be materials required to complete the Work that are not listed as Bid items. These materials shall be deemed incidental items, even though there may be incidental items already listed in the Bid. Incidental items listed in the Bid are not all-inclusive.
00120.30 Changes to Plans, Specifications, or Quantities before Opening Bids – Replace this subsection, except for the subsection number and title, with the following:
the City reserves the right to issue Addenda making changes or corrections to the Plans, Specifications, or quantities. the City will provide Addenda only by publishing them via the City's electronic procurement system.
All Bidders who have subscribed to the bid will be automatically notified of the Addenda by the City's electronic procurement system, through Bidder's registered email.
Bidders, not the City, shall be responsible for failure of Bidders to check and download Addenda. Bids shall incorporate all Addenda. Bids may be rejected if opened and found by the City to not be based on all Addenda published on the City's electronic procurement system, before Bid Closing.
00120.40 Preparation of Bid - Replace this subsection, except for the subsection number and title, with the following:
(a) General:
Bidders shall complete the certifications and statements included in the Bid Section of the Bid Booklet according to the instructions. Confirmation of the vendor questionnaire via the City's electronic procurement system by the Bidder’s authorized representative thereon constitutes the Bidder’s confirmation of, and agreement to all certifications and statements contained in the Bid Booklet. The Bid must then be submitted per the instructions given in 00120.01 and 00120.45(b).
(b) Reserved.
(c) Reserved.
(d) Bidder’s Address and Signature Pages - Bidders shall include in the Bid the address to which all communications concerning the Bid and Contract should be sent. The Bid must be signed, or digitally signed, as appropriate, by a duly authorized representative of the Bidder.
(e) Bid Guaranty - All Bids shall be submitted electronically and accompanied by a Bid guaranty in the amount of 10% of the total amount of the Bid. Acceptable Surety companies are limited to those authorized to do business in the State of Oregon. Forfeiture of Bid guaranties is covered by 00130.60, and return of guaranties is covered by 00130.70. Due to bids being received electronically, copies of all required bonds will be accepted with electronic submittal, but original bonds from the apparent lower Bidder must be submitted by mail within 3 days of bid opening. Bidder shall upload the Bid Guaranty in the City's electronic procurement system.
(f) Disclosure of First-Tier Subcontractors - 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 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. Failure to submit a form or submission of a form that does not include the information required by ORS 279C.370 for each Subcontractor listed, specifically the name of each Subcontractor, the dollar amount of each subcontract and the category of Work that each Subcontractor will perform, will result in the rejection of the Bid. The Agency is not required to determine the accuracy or the completeness of the Subcontractor disclosure. See ORS 279C.370 and OAR 731-007-0260.
The Subcontractor Disclosure Form may be submitted by:
City is not responsible for partial, failed, illegible or partially legible email submittals, and such forms may be rejected as incomplete.
Bids not in compliance with the requirements of this subsection will be considered non-responsive.
NOTE: This form will be deemed received by the time stated or stamped on the document.
(g) Disclosure of Conflict of Interest - Bidders shall review the City's Conflict of Interest Guidelines, and if any disclosures are required (with the exception of any required disclosures for Subcontractors, which are addressed under 00180.21), Bidders shall complete the Conflict of Interest Disclosure Form(s) and submit, before the time Bids are due to be submitted, by paper according to 00120.45(a) for both paper Bids and electronic Bids. The ODOT Conflict of Interest Guidelines and Conflict of Interest Disclosure Form are available on the ODOT Procurement Office website (see 00110.05(e)).
(h) Bidder Responsibility Form -
Unless Bidder has a current Bidder Responsibility Form on file with the City, Bidder shall complete and submit the City’s Bidder Responsibility Form with the Bid or within 2 hours of Bid closing date and time. On the Bidder Responsibility Form, Bidder shall provide the qualifications of the firm for accomplishing the specified work. The Bidder Responsibility Form may be downloaded at:
www.BeavertonOregon.gov/BidderResponsibilityFrom
The Bidder Responsibility Form addresses the following standards of responsibility:
The Bidder must supply all necessary information in connection with an inquiry concerning responsibility. If a prospective Bidder fails to promptly supply information requested by the City concerning responsibility, the City will base the determination of responsibility upon any available information or may find the prospective Bidder not to be responsible.
(i) Contractor’s Tentative Construction Schedule -
To show Bidder responsibility and demonstrate ability to schedule and manage a project of this nature, Bidder shall prepare and submit with its Bid a tentative construction schedule of the current project from Notice to Proceed through Completion, including a milestone for Substantial Completion. For purposes of scheduling, Bidder shall assume the following:
Notice to proceed date, Milestones and Substantial Completion dates listed in the current solicitation are accurate.
Bidder shall identify, in its tentative construction schedule, the critical path for the project, critical milestones in accomplishing the Work including start date, completion dates for critical segments of the Project and Project completion date. Unless otherwise directed by the Engineer, the construction schedule shall be in bar chart format, shall be as specified in 00180.41, and shall be a Type “A” Schedule per 00180.41(a). In selecting a contractor, City will consider both the Bids and the Bidder’s tentative construction schedule in determining the lowest responsive bid. A clear and appropriately sequenced tentative construction schedule with the above completion time(s) will demonstrate Bidder responsibility and responsiveness.
A BID WITHOUT A TENTATIVE CONSTRUCTION SCHEDULE OR A MATERIALLY-DEFICIENT TENTATIVE CONSTRUCTION SCHEDULE SHALL BE DEEMED A NON-RESPONSIVE BID.
00120.45(a) Paper Bids – Replace this subsection with the following:
the City will not accept Paper Bids submitted by mail, parcel delivery service, or hand delivery. Bidders shall submit Bids electronically as described in Section 00120.01.
00120.45(b) Electronic Bids - Replace this subsection with the following:
Bidders shall submit Bids electronically through the City's electronic procurement system as described in Section 00120.01.
00120.60 Revision or Withdrawal of Bids - Delete entire subsection and replace with:
Bidder may withdraw its Bid as long as Bidder complies with the requirements of BPC 49-0320(B). A Bidder that withdrew a Bid before Bid Opening may file a new Bid within the time allowed in the advertisement for bids.
00120.70 Rejection of Non-responsive Bids - replace this subsection with the following:
the City may reject a Bid upon finding that to accept the Bid may impair the integrity of the procurement process or that rejecting the Bid is in the public interest.
the City shall reject a Bid upon finding that:
the City shall reject a Bid upon finding that the Bidder:
00120.90 Disqualification of Bidders - Add the following bullet points after the bullet point that begins with “Been determined by the CCB”:
Bidders shall comply with applicable provisions of the BPC, including BPC Chapter 49-0370, Disqualifications of Persons.
00120.95 Opportunity for Cooperative Arrangement – Delete this subsection
Comply with Section 00330 of the Standard Specifications modified as follows:
00330.20 Definitions - Add the following definition to the end of the subsection:
Exploratory Excavation - All excavation for potholing and other subsurface exploration, at the direction and approval of Engineer.
00330.41(a)(4) Excess Materials - Replace this subsection, except for the subsection number and title, with the following:
If the quantities of excavated materials are greater than required to construct embankments and to do all filling and backfilling, the Contractor may use the remaining materials to uniformly widen embankments or to flatten slopes in a manner satisfactory to the Engineer.
00330.41(a)(5) Waste Materials - Replace this subsection, except for the subsection number and title, with the following:
Unless otherwise specifically allowed and subject to the requirements of Section 00280, dispose of materials, classed as waste materials in 00330.41(a)(3), outside and beyond the limits of the Project Site and Agency controlled property according to 00290.20. Do not dispose of materials on Wetlands, either public or private, or within 300 feet of rivers or streams.
00330.41(a)(5) Waste Materials - Replace this subsection, except for the subsection number and title, with the following:
Dispose of waste materials according to Section 00236.
00330.41(a)(9) Excavation Below Grade - Delete subsection 00330.41(a)(9)(c).
00330.42(c)(3) Embankment Slope Protection - Add the following paragraph to the end of this subsection:
Construct the outer 12 inches of embankments with suitable materials to establish slope stabilization through permanent seeding. If suitable material is not available, provide suitable materials from a Contractor-provided source which conforms to the requirements of 00330.11 or 00330.13 and provides favorable conditions for germination of seed and growth of grass.
Add the following subsection:
00330.71 Restoration of Exploratory Excavation - Following measurement of depth to utility, the Contractor shall backfill each vacuum excavated pothole or trench with 3/4"-0 granular fill material from the utility line to six inches below ground surface, then hot mix patch asphalt from six inches below ground surface to the surface elevation of the roadway. If potholing occurs within a concrete sidewalk area, replace the full concrete panel for each panel disturbed.
00330.81 Excavation Basis Measurement - Add the following bullet to the bullet list following the paragraph that begins “The following earthwork items will be measured on the…”:
00330.93 Excavation Basis Payment - Add the following Pay Item to the Pay Item List:
(f) Exploratory Excavation.................................................... Cubic Yard
Add the following paragraph to this subsection:
Item (f) shall not be paid if the Exploratory Excavation is within areas where a trench line is covered by Pay Items and not backfilled prior to placement of the Pay Item. Item (f) shall include all sawcutting, coring, excavation, disposal of materials, furnishing and placement of materials, and surface restoration, and all labor, Equipment, and Incidentals necessary to complete the Work as specified.
Comply with Section 01170 of the Standard Specifications modified as follows:
01170.00 Scope - Add the following paragraphs to the end of this subsection:
All material and construction shall conform to the current editions of the City of Beaverton’s Engineering Design Manual and the American Water Works Association (AWWA), unless modified by these Specifications.
The City of Beaverton will provide and install new water meters. The Contractor shall provide all other service materials shown in COB Detail 660-3.
01170.40(b) Installation - Replace the paragraph that begins “Furnish and install water service assemblies at the locations…” with the following:
Install water services at the locations shown on the Plans, or where otherwise directed. Furnish and install the corporation stop or saddle, copper tubing service pipe, meter assembly or meter setter, angle meter stops and other service fittings and appurtenances and reconnect the private customer service pipe to the meter assembly or meter setter per 01170.43.
Replace the paragraph that begins “Install water service assemblies to match finished lines and grades, and …” with the following:
Install water services and meter boxes to match finished lines and grades and maintain proper clearances and cover for the entire service connection. When the meter box is installed outside of hard surface areas, adjust the meter box to the finished grade after the surface has been acceptably restored. When the meter box is installed within concrete panels, set the meter box flush with the finished grade prior to placing concrete. When meter boxes are to be installed in driveways or a vehicular Traveled Way, use approved traffic rated meter boxes.
Add the following paragraph to this subsection:
All corporation stops, saddles, angle meter stops, and service fittings shall be inspected by the Engineer for correct joint type and correct installation methods after their installation.
001170.41 Reconnecting Existing Services - Replace this subsection, except for the subsection number and title, with the following:
Where shown, connect new water services to the existing meter assemblies. Verify the location of existing service connections and meter assemblies in the field prior to installation of new water services. Notify affected customers of service interruptions at least 48 hours prior to service interruption. All fittings, appurtenances, and other miscellaneous materials on the sections of existing pipe that have been removed become property of the Contractor.
Add the following subsections:
01170.43 Reconnect Private Plumbing - Reconnection the customer's private service plumbing to the private side of the meter assembly shall be performed by a licensed plumbing contractor. Ensure all private service line plumbing complies with the current edition of the Oregon Plumbing Specialty Code (OPSC) or other applicable local building codes. Contractor is responsible for obtaining plumbing permit(s) for all work performed on private plumbing systems.
01170.44 Protection from Gas System - Wrap water service lines with 20 mil PVC tape. Provide 50% overlap. If less than 12” vertical separation is provided, fiberglass sheathing must be used. Contact NW Natural for fiberglass sheathing material.
01170.45 Replacement of Existing Meter Boxes - For meter boxes that require replacement, the City will provide meter boxes. The City will determine which meter boxes require replacement.
01170.80 Measurement - Add the following paragraph to the end of this subsection:
The quantity of water services will be measured on a unit basis. Water service lengths shown on the Project Plans are approximations are shall not be considered for measurement or payment.
01170.90 Payment - Add the following Pay Item to the Pay Item List:
(g) ____ Inch Water Service......................................... Each
Add the following paragraphs to the end of this subsection:
In item (g), the nominal diameter of the copper tubing service pipe will be inserted in the blank.
Item (g) includes excavating and disposing of excavated materials, tapping the main, installing the corporation stop (1 Inch) or saddle (1-1/2 Inch or 2-inch), furnishing and laying copper pipe, jointing fittings where required, installing gate valve and valve box (1-1/2 and 2 Inch),upstream and downstream angle meter stops (1 Inch), meter setters (1-1/2 Inch or 2 Inch), installing 5 lb. anode, reconnection of private side plumbing, and backfilling.
No separate or additional payment will be made for:
Comply with Section 00222 of the Standard Specifications modified as follows:
00222.41(b) Portable Sign Supports - Replace the third bullet with the following:
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. All Materials in contact with potable water shall conform to ANSI/NSF Standard 61, Drinking Water System Components - Health Effects, or equivalent.
Add the following subsection:
02490.11 Identification - Fittings and components shall either be stamped or embossed with the manufacturer’s name or trademark.
02490.20 Saddles - Replace this subsection with the following:
02490.20 Saddles - Tapping saddles shall meet the following requirements:
(a) Body Material - Epoxy coated ductile iron conforming to ASTM A536.
(b) Minimum Working Pressure - 150 psi
(c) Straps - Double strap, Heavy duty type 304 Stainless Steel, with a minimum width of 1-1/2-inches.
(d) Fasteners (Nuts, Bolts, and Washers) - For saddles 4-inches and greater, 5/8-inches fasteners shall be used. For saddles 3-inch and smaller, 1/2-inch fasteners shall be used.
(e) Outlet - Iron Pipe Thread
(f) Gasket - Nitrile, virgin styrene-butadiene (SDR) rubber, or other approved material.
Add the following subsection:
02490.21 Brass Alloys:
(a) In Contact with Potable Water - Brass components which are in contact with potable water shall be made either DA/UNS Brass Alloys C89520 or C89833, with a maximum lead content of 0.25% by weight and comply with ANSI/AWWA C800 and ANSI/NSF Standard 61 Annex G.
(b) Not in Contact with Potable Water - Brass components which are not in contact with potable water shall have an alloy composition of copper, tin, lead and zinc, and shall conform to ASTM B62. The material is to be copper alloy UNS C83600, commonly referred to as 85-5-5-5.
02490.30(a) Corporation Stops - Replace this subsection, except for the subsection number and title, with the following:
Corporation stops shall be full port opening, ball valve design and have a flow passage area equivalent to the fitting outlet flow area.
Corporation stops shall be AWWA CC tapered inlet x CTS compression type outlet with a positive gripping feature. Corporation stops used in conjunction with tapping saddles shall be IPT inlet x CTS compression type outlet with a position gripping feature.
Corporation stops shall be manufactured by Mueller, unless otherwise approved by the Engineer.
02490.30(a)(1) Less Than or Equal to 1 Inch - Remove this subsection.
02490.30(a)(2) Greater Than 1 Inch - Remove this subsection.
02490.30(b) Angle Meter Valves - Replace this subsection with the following subsection:
02490.30(b) Angle Meter Stops - Angle meter stops shall be full-port ball valves, with drilled wings for padlock installation.
Angle meter stops shall conform to ASTM B26.
02490.40(a) Copper Tubing Service Pipe - Add the following paragraph to the end of this subsection:
Copper tubing for 1-inch service lines shall be annealed, seamless, type K soft copper tubing.
Copper tubing for 1-1/2-inch and 2-inch service lines shall be seamless, type K rigid copper tubing. Tubing shall be furnished in 20- foot lengths.
Copper tubing shall conform to ASTM B88.
02490.40(b) Polyethylene Tubing Service Pipe - Remove this subsection.
02490.40(c) Service Fittings - Replace this subsection, except for the subsection number and title, with the following:
All service connection fittings, including corporation and curb stops, shall be Mueller compression-type, bronze alloy, and rated for 300 psi, unless otherwise approved by the Engineer.
02490.60 Meter Setters - Replace this subsection, except for the subsection number and title, with the following:
Copper shall be used for the construction of meter setters. Solder or brazing materials used in the manufacturing of copper meter setters shall be lead-free and conform to AWWA C800.
2-inch meter setters are required for both 1-1/2-inch and 2-inch meters.
Meter setters shall have vertical FIPT inlet x horizontal FIPT outlet. The meter setter height shall be 15 inches.
Meter setters shall include two (2) full-port angle ball valves, located directly upstream and downstream of the meter, featuring drilled wings for padlock installation.
Meter setters shall include a high bypass assembly and include a lockable inline ball valve.
Meter setters shall be Mueller B-2428-01N with High Bypass, Ford VBB-87-15HB-11-77-NL or approved equal.
02490.70 Meter Boxes - Replace this subsection with the following subsection:
02490.70 Meter Boxes and Covers - Meter boxes and covers shall be made of polymer concrete and be H-20 load rated. Covers shall have the word “Water Meter” cast into the top exterior surface.
Meter boxes and covers shall be on the City of Beaverton Approved Product List.
Meter box dimensions for 5/8 x 3/4-inch and 1-inch meters shall be 13 inches wide by 24 inches long by 12 inches deep.
Meter box dimensions for 1-1/2-inch and 2-inch meters shall be 17 inches wide by 30 inches long by 18 inches deep.
02490.80 Sampling Stations - Replace this subsection, except for the subsection number and title, with the following:
Sample stations shall be freeze-proof, above-ground stainless steel with a locking aluminum cover and include interior components extractable for maintenance without excavation. The inlet connection shall be female iron pipe thread (NPT).
Sampling stations should be on the City of Beaverton Approved Product List.
Bid opening will be virtual on Zoom: Bidders will be able to attend the bid opening by accessing the web version on Zoom at: https://www.zoomgov.com/my/beavertonprocurement
Comply with Section 00130 of the Standard Specifications and all applicable updates and corrections to Special Provisions, as further supplemented and/or modified as follows:
00130.00 Consideration of Bids - Replace this subsection with the following:
After opening and reading Bids, City will check them for correct extensions of unit prices and totals. The total of extensions, corrected where necessary, will be used by City for Award purposes.
Discrepancies between words and figures will be resolved in favor of the words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between the indicated product of a unit price multiplied by a quantity and the correct product of that multiplication will be resolved in favor of the correct product. City reserves the right to waive all minor informalities per BPC 49-0350 not involving price, time, or changes in the Work and to negotiate contract terms with the successful Bidder. Bids will be considered, and a Contract awarded, if at all, within 45 days after the date of Bid Opening.
the City reserves the right to waive minor informalities and irregularities, seek clarification of any Bid or response that, in its sole discretion, it deems necessary or advisable, and to reject any or all Bids for irregularities under 00120.70 or for good cause after finding that it is in the public interest to do so (ORS 279C.395). An example of good cause for rejection in the public interest is the City's determination that any of the unit Bid prices are significantly unbalanced to the City's potential detriment. the City may correct obvious errors, when the correct information can be determined from the face of the document, if it finds that the best interest of the City and the public will be served thereby.
00130.10 Award of Contract - Replace this subsection with the following:
After Bids are opened and a determination is made that a Contract is to be awarded, the Contract will be awarded to the lowest responsible Bidder. For purposes of this section, “lowest responsible Bidder” means that the responsible Bidder that submitted the lowest responsive Bid who is not on the list created by the Construction Contractor’s Board according to ORS 701, and has satisfied the requirements provided in 00120.40(h).
If City accepts a Bid and awards a Contract, City will provide written notice of acceptance and Award consistent with 00130.10(a). The successful Bidder shall execute a contract within 10 calendar days from the date of written notification. If the successful Bidder does not execute a contract within 10 calendar days from the date of written notification, the guaranteed amount shall be forfeited to the City.
Contractors taking exception to any of the contract terms shall submit a request for change or their exceptions will be deemed waived.
(a) Notice of Award:
The notice of intent to award is the City’s recommendation to the City Council to award the Contract to the lowest responsive Bidder. The notice will be posted to the City's electronic procurement system. the City shall publish the date of the electronic posting next to its recommendation to award the Contract to the identified lowest responsive Bidder. The public may view the agenda for each Council meeting on the City website at www.BeavertonOregon.gov.
The decision by the City Council to award the contract during a Council meeting constitutes the final decision of the City to award the contract.
(b) Post Bid Inquiry Concerning Subcontractor Responsibility:
If requested by City, the apparent successful Bidder and any other Bidder so requested, shall, within 7 days after the date of the Bid opening, submit to City an experience statement for each subcontractor. The experience statement must contain information about the subcontractor, such as a list of similar projects and other evidence of qualifications to perform the pertinent work. If City, after due investigation, has a reasonable objection to any proposed subcontractor, City may, before giving the Notice of Award, request that the apparent successful Bidder submit an acceptable substitute subcontractor. That Bidder's Bid price will be increased (or decreased) by the difference in cost incurred by such substitution and City may consider such adjustment in evaluating Bids and making the Contract award. If the apparent successful Bidder declines to make the substitution, the bid may be considered nonresponsive. A Bidder who declines any such substitution will not forfeit its Bid Security. Any subcontractor, other person, or organization listed in the experience statement and to whom the City or Engineer does not make written objection before giving of the Notice of Award will be deemed acceptable to City, provided, however, a failure to object shall not give rise to any claim or defense on account of unacceptable performance by any such subcontractor.
A Bidder may substitute subcontractors on its own initiative only as allowed by ORS 279C.585.
(c) Post Bid request for Clarification:
City shall have the right to require a Bidder to clarify any portion of the submitted documents. A Bidder shall make its response to such a request in writing. Failure to respond to such a request shall be cause for rejection of the Bid as not responsive.
00130.15 Right to Protest Award - Delete entire subsection and replace with the following:
See Beaverton Purchasing Code 49-0450.
00130.20 Cancellation of Award - Add the following sentence to the end of subsection:
the City may also reject all Bids under Beaverton Purchasing Code 49-0270.
00130.30 Contract Booklet: Delete entire subsection.
00130.40 Contract Submittals - Replace this subsection with the following:
the City, in its sole discretion, may require execution of some or all of the documents identified in subsections (a), (b) and (c) with a form of electronic signature (including but not limited to sealing and signing) acceptable to the City. Before the Agency will execute the Contract, the successful Bidder shall furnish the following:
(a) Performance and Payment Bonds -
Upon acceptance of this contract, or as a condition to continue performance hereunder, Contractor, at the option of the City, shall execute and deliver two bonds, a Faithful Performance Bond and a Labor and Material Payment Bond, each in an amount equal to the total contract sum, and fully executed by a surety company or companies, authorized to do business in the State of Oregon and approved by the City, which bonds shall be conditioned upon a compliance with and fulfillment of all terms and provisions of the contract. Contractor shall pay the costs of any bond. The Attorney-in-Fact (Registered Agent) who executes any bond must file with each bond a notarized and effectively dated copy of his power of attorney. Both the Performance Bond and a Labor and Material Payment Bond shall be issued by a surety company or companies with Best's Rating of A.VII or better.
In addition and before final acceptance of the project, the successful Bidder shall provide a maintenance and warranty bond in an amount of twenty-five percent (25%) of the total amount paid on the contract, together with any amendments, [Depending on type of project, this percentage may be adjusted to a larger amount up to 100% by Project Manager] in a form approved by the City. Such maintenance and warranty bond shall be conditioned upon the final project being completed and guaranteed against defects in materials and workmanship. Such maintenance and warranty bond shall continue in effect during the full term of any warranty period, as well as any extension of said warranty period.
(1) Public Works Bond. Contractor and every subcontractor must have a Public Works bond in the amount of $30,000 filed with the Construction Contractors Board before starting the Work on the Project, unless otherwise exempt. This bond is in addition to performance bond and payment bond requirements. Contractor and every subcontractor are exempt from this requirement for any public works project that does not exceed $100,000.
(b) Certificates of Insurance -
The Certificate(s) of Insurance shall be submitted to and approved by the City. Contractor's insurance carrier shall be financially responsible and registered in good standing with the Oregon Insurance Commissioner. All insurance policies shall be kept in force until the Work is accepted by the City. The insurance policies shall cover all operations under the contract, or, if so noted, for extended operations according to 00170.70. If one or more insurance policies expire before the Work is accepted by the City, or where noted for extended operations, through the period of guarantee, the Contractor shall immediately replace or renew the expired insurance policies and submit evidence of the replacement or renewal to the City for its approval.
c) Workers' Compensation –
To certify compliance with the workers' compensation insurance coverage required by 00170.61(a) and 00170.70(e), the successful Bidder shall complete and sign the "Certification of Workers' Compensation Coverage" form bound in the Contract booklet.
(d) Registration Requirements:
(1) ORS 701.021, ORS 701.026, and ORS 671.530 require that Bidders be registered with the Oregon Construction Contractors Board or licensed by the State Landscape Contractors Board prior to submission of a Bid on a Project not involving federal funds. Registration with the Construction Contractors Board or licensing by the State Landscape Contractors Board is not a prerequisite to bidding on Federal-aid Projects; however, the City will not execute a Contract until the Contractor is so registered or licensed.
(2) Bidders must be registered with the Corporation Division, Oregon Secretary of State, if bidding as a corporation, limited liability company, joint venture, or limited liability partnership, or if operating under an assumed business name and the legal name of each person carrying on the business is not included in the business name.
(3) A Contractor registered under ORS Chapter 701 may bid on a landscaping project or perform a construction project that includes landscape contracting as a portion if the landscape contracting is subcontracted to a licensed landscaping business as defined in ORS 671.520.
(4) A landscaping business may bid on a Project or perform a Contract that includes the phase of landscape contracting for which it is not licensed if it employs a landscape contractor, or subcontracts with another licensed landscaping business, licensed for that phase.
(e) Tax Identification Number - The successful Bidder shall furnish the City the Bidder's Federal Tax Identification Number.
00130.50 Execution of Contract and Bonds - Replace this subsection with the following:
the City, in its sole discretion, may require execution of documents identified in subsection (a) with a form of electronic signature (including but not limited to sealing and signing) acceptable to the City.
a) By the Bidder -
The successful Bidder shall obtain all necessary bonds and permits at its own initiative and expense, including those within the control of the City, except as the parties may otherwise agree in writing. The successful Bidder shall sign and deliver the required number of contracts along with the performance bond, labor and materials payment bond, certification of workers’ compensation coverage, the required certificates of insurance, and all other required documents to the City’s Purchasing Manager within 10 calendar days of the date that the contracts are sent, delivered, or otherwise conveyed to the Bidder. The Bidder will receive the final contract via DocuSign for the legally binding signature from the Bidder. Certificate of insurance shall be submitted and verified by the City’s insurance verification system prior to signing the contract.
(b) By the City –
Within seven calendar days after the City has received and verified the properly executed documents specified in 00130.50(a) above, and received legal sufficiency approval from the City Attorney, the City will execute the Contract. the City will then send a fully-executed original Contract to the successful Bidder who then officially becomes the Contractor.
Based on currently-known information, this project is not an “asbestos abatement project” in that the project does not entail the demolition, renovation, repair, construction, or maintenance activity of any public or private facility that involves the repair, enclosure, encapsulation, removal, salvage, handling, or disposal of any material with the potential of releasing asbestos fibers from asbestos-containing material into the air.
Comply with Section 00223 of the Standard Specifications modified as follows:
00223.31(a) Traffic Control Supervisor - Add the following to the end of this subsection:
The Contractor shall assign responsibility for implementing and maintaining the approved TCP to a Traffic Control Supervisor as specified in Section 00223.31 of the Standard Specifications.
In addition to other specified duties, the Traffic Control Supervisor shall:
Comply with Section 00280 of the Standard Specifications modified as follows:
00280.00 Scope - Add the following paragraph to the end of this subsection:
It is the Contractor’s responsibility to be familiar with the most recent Clean Water Services (CWS) erosion prevention and sediment control (EPSC) requirements and regulations, as published in the most current CWS Design and Construction Standards and to plan for and implement the required EPSC measures on the Project.
00280.01 Abbreviations - Add the following to the end of this subsection:
CWS - Clean Water Services
EPSC - Erosion Prevention and Sediment Control
00280.03 Standards - Replace this subsection, except for the subsection number and title, with the following:
When designing, applying, installing, maintaining, inspecting, and removing erosion and sediment control devices, use and follow the version in effect on the date the Project is advertised, of the Clean Water Services Clean Water Services Design and Construction Standards.
00280.06 Erosion and Sediment Control Manager - Delete this subsection.
Add the following subsections:
00280.07 Required Permits - The Contractor is responsible for obtaining a CWS discharge permit for any water discharged into the sanitary sewer system. For disinfecting, flushing and testing of pipes, chlorinated water must be discharged into the sanitary sewer system under a CWS permit. Discharge of small volumes of dechlorinated water into the storm drainage system may be permitted without a formal permit, but only with prior approval from the Engineer.
00280.15(h) Inlet Protection - Furnish Type 5 Inlet Protection meeting the requirements of Clean Water Services Clean Water Services Design and Construction Standards. Refer to Drawing No. 920.
00280.49 Cleaning - The Contractor is required to clean the streets and sidewalks throughout construction, including at the end of each day by hand labor or mechanical means.
00280.60 General - Add the following paragraph to the end of this subsection:
It is the Contractor's responsibility to regularly inspect erosion control facilities and repair, clean, and otherwise renovate such facilities as needed to ensure their proper function. Any necessary repair or cleaning identified by the City’s Inspector will be accomplished during the work shift in which the problem was identified. The Contractor will repair any damage to public or private property resulting from failure to properly maintain erosion control facilities, at no expense to the City.
00280.62 Inspection and Monitoring - Replace this subsection, except for the subsection number and title, with the following:
Inspect the Project Site and all EPSC devices for potential erosion or sediment movement on a weekly basis and when 1/2 inch or more of rainfall occurs within a 24-hour period, including weekends and holidays. If a significant noncompliance or serious water quality issue occurs that could endanger health or the environment, verbally report it to the Engineer within 24 hours.
00280.70 Removal - Replace the sentence that begins “All temporary erosion and sediment control features that are not incorporated into the permanent Work…” with the following:
Prior to Final Acceptance and payment of retainage by the City, Contractor shall remove temporary EPSC devices, materials, and signing from the area.
00280.90 Payment - Replace this subsection, except for the subsection number and title, with the following:
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) Erosion Control............................ Lump Sum
Item (a) includes:
Payment will be payment in full for furnishing and placing all Materials, and for furnishing all Equipment, labor, and Incidentals necessary to complete the Work as specified.
No separate or additional payment will be made for:
00280.91 Payment - Delete this subsection.
the City extends equal opportunity to all persons and specifically encourages firms certified by Certification Office of Business Inclusion & Diversity (COBID) to access and participate in this and all City projects, programs and services. All Bids must certify that the Bidder has not discriminated and will not discriminate against a firm certified by COBID in awarding a subcontract. Certification of non-discrimination in accordance with ORS 279A.110 (4), by responding to the “Bid Certification” section in VENDOR QUESTIONAIRE.
Comply with Section 00140 of the Standard Specifications and all applicable updates and corrections to Special Provisions, as further supplemented and/or modified as follows:
00140.30 Agency-Required Changes in the Work - Delete last paragraph of Subsection beginning with “Upon receipt of Change Order,” and replace with:
Upon receipt of a Change Order or written direction from the Engineer, the Contractor shall perform the Work required. If the Work increases the total Contract Amount, the Contractor shall notify its Surety of the increase and shall provide the City with a copy of any resulting modification to bond documents. The Contractor’s performance of Work pursuant to a Change Order or written direction from the Engineer shall neither invalidate the Contract nor release the Surety. Payment for changes in the Work shall be made according to 00195.20. Contract Time adjustments shall be made according to 00180.80.
00140.40 Differing Site Conditions – Add the following to the end of this subsection:
In no event shall "differing Project Site conditions" be deemed to include conditions that would have been discoverable by examination of the site or by review of “as-built” information and other records prior to bidding the project or by potholing during construction as discussed below. “As-built” plan sheets are available from the City upon request.
Contractor shall carefully inspect each manhole, structure, and other point of utility connection to verify the suitability of the Engineer’s recommended connection method prior to excavation for that utility. Contractor’s failure to (1) adequately inspect each manhole and other points of connection directly accessible from the surface, (2) pothole points of potential conflict, as agreed to with the Engineer, or (3) verify the suitability of the recommended connection method in advance of trenching or other excavation shall invalidate any claims for delay and/or expenses that would not have otherwise been incurred.
City has completed potholing at numerous locations within project limits. The locations and data are shown on the plans. Contractor and Engineer shall discuss where potholing ahead of pipe laying operations is appropriate. Payment for such potholing is included in Bid Item 2 (Exploratory Excavation, Complete, in Place).
When potholing is determined to be necessary, Contractor shall complete the potholing before trenching or pipe laying is within 200 feet of the conflicting existing utility or impediment unless otherwise directed by the Engineer. Contractor shall report the exact location and depth of same to the Engineer sufficiently in advance so that the designed horizontal and vertical alignment may be adjusted by the Engineer to accommodate conflicting existing utilities or impediments, where necessary, without inconvenience or delay of the work.
When a differing site condition as defined in Section 00140.40 occurs, Contractor shall make no claims for payment adjustments for the first three working days of delay associated with the differing site condition while the Engineer attempts to design or coordinate a solution. Contractor can make a request for contract time adjustment according to Section 00180.80(c).
Contractor is prohibited from making a claim of differing Project Site conditions or out-of-sequence work and requesting extra payment if Contractor fails to (1) call for locates in a timely manner, (2) discover or uncover an existing overhead or underground utility or other impediment, (3) report an existing overhead or underground utility or other impediment’s size, location, and depth as specified herein, or (4) fail to perform the work in a timely manner to the Engineer’s satisfaction. Any additional work, including but not limited to excavation, pipe-laying, fittings, re-laying of pipe or reinstallation of appurtenances that the Engineer determines to be required as a result of Contractor's failure to perform any of the work required by this section, shall be at Contractor's sole expense.
00140.60 Extra Work - Add the following to the end of this subsection:
Payment for “Extra Work as Authorized” will be made only when such work is performed at the written direction of the Engineer.
“Extra Work as Authorized” in the Contract means additional work tasks, not specifically required or implied by the Contract, and which an authorized City representative in writing specifically requests. Execution of this Contract in and of itself shall not be construed as a specific request for the Contractor to perform additional work.
00140.70 Cost Reduction Proposals - Add the following to the end of the opening paragraph, preceding subparagraph (a), of this subsection:
Contractor shall bear all risks of delay for reasonable time spent by City and Engineer to review and accept, modify, or reject any such change requested by Contractor and shall not be entitled to any additional compensation for such delay. When potholing or inspection of manholes, structures, and other points of utility connection demonstrate a conflict or the need for a change in the method of connection, Contractor shall make no claims for delays of up to five working days during which the Engineer designs solutions to conflicts discovered during that potholing or inspection of manholes, structures, and other directly accessible points of utility connection.
00140.80 Use of Publicly Owned Equipment – Add the following to the end of this subsection:
Equipment rented by Contractor and furnished by the City will be delivered or made available to Contractor at the location specified. An inspection of the City furnished equipment shall be made at the time of delivery to Contractor to satisfy the City and Contractor that the quality of the equipment is satisfactory for use in the Work. Deductions will be made from payments due or to become due to Contractor for any shortages, deficiencies, or damages that may occur after such delivery, and for any demurrage charges.
A non-mandatory pre-bid conference for this project will be held by conference call using Zoom on Click or tap to Tuesday, March 31, 2026at 10:00 am.
https://www.zoomgov.com/my/beavertonprocurement
This conference is to provide prospective Bidders with the opportunity to ask questions related to bidding or building the work under the resulting contract. Questions that cannot be addressed by direct reference to the Bid Documents may be answered through an addendum issued to all plan holders. A bidder’s failure to attend the mandatory pre-bid meeting shall cause the bidder’s bid to be deemed non-responsive.
Comply with Section 00290 of the Standard Specifications modified as follows:
Add the following subsection:
00290.02 Contaminated Soil - Soil that does not meet the DEQ definition of "Clean Fill", as defined by OAR 340-093-0030(18). This Contaminated Soil is a regulated waste, subject to OAR 340-093-0005 through OAR 340-093-0290. If the grubbing Material has been determined to be contaminated, it will be considered and treated as Contaminated Soil for the purposes of this Section.
00290.20 Waste, Hazardous Waste, and Hazardous Substances - Add the following paragraph to the end of this subsection:
The Contractor or subcontractor that does asbestos abatement projects shall comply will the applicable state and federal rules and regulations, and the Contractor or subcontractor must be licensed under ORS 468A.720.
00290.20(c)(2) Clean Fill - Add the following paragraph to the end of this subsection:
Manage all excavated soil that does not meet the definition of clean fill as contaminated soil. If contaminated soil is encountered, Contractor to immediately cease ground disturbing activities and notify the owner’s representative.
00290.20(g) Spills and Releases - Add the following bullet at the end of this subsection:
00290.32 Noise Control - Add the following to the end of this subsection:
Comply with Ordinances of the City of Beaverton limiting the hours of construction activity for noise control. See Subsection 00180.40(a).
Noise levels more than 90dbA measured 50 feet from the source (i.e. noise from pumps, generators, and equipment) are allowed only during the period beginning two hours after sunrise and ending two hours before sunset.
Bypass pumps, generators, boiler equipment and other related items running continuously or between the two hours before sunset and two hours after sunrise shall not exceed noise levels more than 69dbA measured 30 feet from the source.
Comply with Section 00150 of the Standard Specifications and all applicable updates and corrections to Special Provisions, as further supplemented and/or modified as follows:
00150.10(a) Order of Precedence - Replace this subsection, except for the subsection number and title, with the following:
The City of Beaverton Engineering Design Manual and Standard Drawings are expressly incorporated into this section. If there is a conflict between Contract Documents, the Project Manager will resolve any discrepancies using the order listed below. The document highest in precedence shall control, except those outdated references to the standards and requirements of other agencies in any contract document shall be superseded by current standards and requirements. The order of precedence shall be:
Detailed plans shall have precedence over general plans. The above documents are listed here only for purposes of delineating their relative order of precedence if there is a conflict between Contract Documents. If the Contractor finds an irregularity other than a conflict between contract documents, such as an omission or an ambiguity in the contract documents, the Contractor shall promptly consult the Project Manager to resolve the irregularity. If the Contractor finds a conflict between the City and ODOT Standard Drawing the City Project Manager will determine which of the Standard Drawings to use.
00150.15(a) General - Replace this subsection, except for the subsection number and title, with the following:
The Contractor shall perform no Work until the Engineer establishes field controls. Work performed without field controls will be subject to removal at no additional cost to the City.
00150.15(b) City Responsibilities – Replace this subsection, except for the subsection number and title, with the following:
The City will:
00150.15(c) Contractor Responsibilities – Replace this subsection, except for the subsection number and title, with the following:
The Contractor Shall:
00150.40 Cooperation and Superintendence by the Contractor - Add the following bullet to the end of the bullet list:
00150.50(a) General – Add the following to the end of this subsection:
Certain work within this Contract may require connection to or coordination with the work or facilities of Utilities, agencies, or contractors. Contractor shall cooperate fully with Utilities, agencies, or contractors and carefully fit Contractor’s work to such other work as may be directed by the Engineer. Contractor shall provide in Contractor’s schedule adequate time for relocation work to be performed by Utilities or agencies or such time as may be required by the project.
Contractor shall not commit or permit any act to be committed which will interfere with the performance of work by any other Utility, agency, or contractor.
Contractor shall comply with all current Oregon Utility Protection Laws in conducting excavation operations.
When the City is providing construction survey services for a project, Contractor shall arrange for locates and shall verify that all locates have been completed before requesting staking. Contractor shall be solely responsible for maintaining utility locate markings until the Work is complete. See the section on locates for additional requirements.
Contractor shall notify the following agencies and organizations a least 10 working days in advance that their services will be affected by the Work, including lane or road closures, or other restrictions which could cause delay to emergency, delivery, or transit vehicles.
(c) Contractor’s Responsibilities – Add the following to the end of this subsection:
Contractor acknowledges that certain underground facilities may require special precautions to protect the health, safety, and welfare of workers and of the public.
The locations of facilities shown on the plans were based on information provided by Utilities. Contractor shall verify the existence and exact locations of underground facilities before construction. Contractor shall restore or replace any existing facilities that are damaged by Contractor’s operations to an equal or better condition at Contractor’s expense.
Contractor shall contact the Utility Notification Center at (503) 246-6699, at least two Working Days before performing any excavation or any other work close to any underground facilities. If Contractor begins construction without having caused the locations of existing utilities to be marked beforehand, Contractor does so at Contractor’s risk and shall be solely responsible for any costs arising from that action. Contractor shall not disturb any existing utility if it requires an unanticipated adjustment and shall protect it from damage or disturbance. If parked vehicles obstruct the progress of Work, Contractor shall make a request for removal of the obstructing vehicle to the Engineer, and Engineer will cause the removal of such vehicles in accordance with applicable Beaverton Codes.
Add the following subsection:
(f) Utility Information
The following organizations may be adjusting utilities within the limits of the project during the life of this Contract. Contact those utilities having buried facilities and request that they locate and mark them for their protection prior to construction.
Portland General Electric (PGE)
PGE Emergency: (503) 736-5602
PGE General Dispatch: (503) 464-7777
Jim Krueger
4950 NW 235th Ave, Hillsboro, OR 97124
(503) 672-5464
James.krueger@pgn.com
NW Natural
Main Office: (503) 226-4211
Emergency Dispatch: (800) 882-3377
Jeremy Lorence NW Metro Engineer
220 NW Second Ave., Portland, OR 97209
Office: (503) 610-7693
Cell: (503) 781-4467
Jeremy.Lorence@nwnatural.com
Comcast
Construction Dispatch: (503) 617-1212
Tech Support: (866) 625-9998 - Option 3
Margaret Porter
11308 SW 68th Pkwy., Tigard, OR 97223
Office: (503) 596-3809
Cell: (971) 801-5709
Margaret_Porter@cable.comcast.com
Tualatin Valley Water District (TVWD)
Main Office: (503) 848-3000
Inspection Hotline: (971) 327-6316
inspections@tvwd.org
Ziply Fiber
Business Center: 1-866-947-5988
Customer Service: 1-866-699-4759
City of Beaverton Operations Department
9600 SW Allen Blvd, Beaverton, OR 97005
(503) 526-2220
City of Beaverton - Water Section
Troy Pierson
Desk: (503) 526-2220
Cell: (971) 246-0223
City of Beaverton - Sanitary Sewer Section
Jesse Wilson
Desk: (503) 526-2568
Cell: (503) 209-6430
City of Beaverton - Storm Drainage Section
Jesse Wilson
Desk: (503) 526-2568
Cell: (503) 209-6430
City of Beaverton - Street Section
Steve Brennan
Desk: (503) 526-2206
Cell: (971) 246-0202
City of Beaverton - Landscaping/Street Lighting/Striping Sections
Steve Brennan, Supervisor: (503) 526-2206 or (971) 246-0202 (cell)
Jered Lane, Landscaping: (971) 246-0205 (cell)
Art Echeverria, Striping: (503) 526-2225
Mark Leavitt, Signals: (503) 526-2220
00150.60(a) Load and Speed Restrictions for Construction Vehicles and Equipment - Add the following bullet to the end of the bullet list:
00150.70 Detrimental Operations – Add the following to this subsection:
Contractor is responsible for work site safety. Therefore, Contractor shall take all necessary precautions for the safety of all personnel on the job site and shall comply with the Contract Documents and all applicable provisions of federal, state and municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the Work is being performed. Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public against any hazards created by construction. Contractor shall designate a responsible employee or associate on the Work site, whose duty shall be the prevention of accidents. The name and position of the person designated shall be reported to the Project Engineer. The Project Engineer has no responsibility for Work site safety.
Add the following subsections:
00150.76 Environmental Contamination
Contractor will be held responsible for and shall indemnify, defend, with counsel of City’s choice, and hold harmless City from and against any costs, expenses, damages, claims, and causes of action, including reasonable attorneys’ fees at trial and on appeal, resulting from all spills, releases, discharges, leaks and disposal of environmental pollution, including storage, transportation, and handling during the performance of the Contract which occur as a result of, or are contributed by, the negligence or actions of Contractor or its personnel, agents, or subcontractors or any failure to perform in accordance with the Contract Documents.
Contractor shall promptly dispose of such spills, releases, discharge or leaks to the satisfaction of City and proper regulatory agencies in a manner that complies with applicable federal, state, and local laws and regulations. Cleanup shall be at no cost to the City and be performed by properly qualified personnel.
Contractor shall obtain the City’s written consent prior to bringing onto the Work site any (i) environmental pollutants or (ii) hazardous substances or materials, as the same or reasonably similar terms are used in any applicable federal, state, or local statutes, rules or ordinances. Notwithstanding such written consent from the City, Contractor, at all times, shall:
00150.77 Environmental Clean-Up
Unless disposition of environmental pollution is specifically a part of this Contract, or was caused by Contractor, Contractor shall immediately notify City of any hazardous substance(s) which Contractor discovers or encounters during performance of the Work required by this Contract. "Hazardous substance(s)" means any hazardous, toxic and radioactive materials and those substances defined as “hazardous substances,” “hazardous materials,” “hazardous wastes,” “toxic substances,” or other similar designations in any federal, state, or local law, regulation, or ordinance, including without limitation asbestos, polychlorinated biphenyl (PCB), or petroleum, and any substances, materials or wastes regulated in 40 CFR, Part 261 and defined as hazardous in 40 CFR S 261.3. In addition to notifying City of any hazardous substance(s) discovered or encountered, Contractor shall immediately cease working in any particular area of the project where a hazardous substance(s) has been discovered or encountered if continued work in such area would present a risk or danger to the health or wellbeing of Contractor's or any subcontractor's workforce.
Upon being notified by Contractor of the presence of hazardous substance(s) on the project site, City shall arrange for the proper disposition of such hazardous substance(s).
00150.81 Correction of Work Before Final Payment
Contractor warrants to the City that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents, that the Work will be free from defects, and that the Work will conform to the requirements of the Contract Documents. Work failing to conform to these requirements shall be deemed defective. Contractor shall promptly remove and replace all defective materials, equipment and Work as determined by the City, whether incorporated in the Work or not. Removal and replacement shall be without loss or expense to the City, and Contractor shall bear the cost of repairing all Work destroyed or damaged by such removal or replacement.
Contractor shall be allowed a period of no longer than 14 days for completion of defective (punch list) work, unless otherwise agreed. At the end of that period, or earlier if requested by Contractor, City shall arrange for inspection of the Work. Work that does not pass inspection shall be immediately repaired/replaced by Contractor. Contractor shall make as many repairs as required to pass inspection. If Contractor fails to complete the punch list work within the above time period, City may perform such work using funds held as retainage.
00150.90(b) All Contract Work – Replace the bullet that begins “The Contractor has removed all Equipment…” with the following bullet:
Add the following subsection:
00150.98 Warranty Work
Neither the final payment nor any provision of the Contract Documents shall relieve Contractor from responsibility for defective Work. Unless a longer period is specified, Contractor shall correct all defects that appear in the Work within a period of two years from the date of issuance of the written notice of substantial completion by the City except for latent defects which will be remedied by Contractor at any time they become apparent. The City shall give Contractor notice of defects with reasonable promptness. Contractor shall perform such warranty work within a reasonable time after City’s demand. If Contractor fails to complete the warranty work within such period as City determines reasonable, or at any time in the event of warranty work consisting of emergency repairs, without affecting Contractor’s obligations, City may perform such work and Contractor shall reimburse City all costs of the same within 30 days after demand.
This provision does not negate guarantees or warranties for periods longer than two years including without limitation such guarantees, or warranties required by other sections of the Contract Documents for specific installations, materials, processes, equipment or fixtures.
In addition to Contractor's warranty, manufacturer's warranties shall pass to the City and shall not take effect until affected Work has been accepted in writing by the City.
The two-year period for correction of Work may be extended with respect to portions of Work performed after Substantial Completion by the period of time between Substantial Completion and the actual performance of the Work.
Nothing contained in this section shall be construed to establish a period of limitation with respect to other obligations which Contractor might have under the Contract Documents. Establishment of a reasonable period for correction of Work as described in this Section relates only to the specific obligation of Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor’s liability with respect to Contractor’s obligations other than specifically to correct the Work.
If City prefers to accept Work which is not in accordance with the requirements of the Contract Documents, the City may do so instead of requiring its removal and correction, in which case the Contract Price will be reduced as appropriate and equitable. Such adjustment shall be affected whether or not final payment has been made.
A non-mandatory pre-bid conference for this project will be held by conference call using Zoom on Click or tap to Tuesday, March 31, 2026at 10:00 am.
https://www.zoomgov.com/my/beavertonprocurement
This conference is to provide prospective Bidders with the opportunity to ask questions related to bidding or building the work under the resulting contract. Questions that cannot be addressed by direct reference to the Bid Documents may be answered through an addendum issued to all plan holders.
the City may reject a Bid that does not comply with all of the City’s requirements in the Solicitation Document or with prescribed public contracting procedures and requirements, including the requirement that the Bidder demonstrates the Bidder’s responsibility under ORS 279C.372(3)(b). the City may also reject for good cause all Bids after finding that doing so is in the public interest.
There is no pre-bid conference scheduled for this project.
Comply with Section 00160 of the Standard Specifications and all applicable updates and corrections to Special Provisions, as further supplemented and/or modified as follows:
00160.05 Qualified Product List – Add new subsection
(a) Trade Names, Approved Equals, or Substitutions - To establish a basis of quality, certain processes, types of machinery and equipment, or kinds of materials may be specified either by description of process, by designating a manufacturer by name and referring to specific brands or products, or by specifying a kind of material. It is not the intent of the specifications to exclude other processes, equipment or materials of equal value, utility, or merit.
Whenever a process, manufacturer’s name, brand, item, patented process or patented material is designated or described, it shall be implied that the words “or approved equal” follow such name, designation, or description. The determination of acceptable substitutions shall be the sole province of the Engineer, and substitutions shall not be ordered or furnished unless approved.
If the proposal includes a list of equipment, materials, or articles for which Contractor must name the manufacturer at the time of the submission of the bid, no substitutions will be permitted without the approval of the Engineer
00160.30 Agency-Furnished Material – Add the following to this subsection.
Material furnished by the City will be delivered or made available to Contractor at the location specified. An inspection of the City furnished Material shall be made at the time of delivery to ensure that the Material is considered to be satisfactory for use in the Work by both the City and Contractor. Deductions will be made from payments due or to become due to Contractor for any shortages, deficiencies, or damages that may occur after such delivery, and for any demurrage charges.
00160.50 Agency-Controlled Land; Limitations and Requirements - Delete subsection and replace with:
(a) General:
Unless shown otherwise on the Plans and Specifications, the improvements are to be constructed within existing rights of way, and access is to be maintained to all abutting properties. Contractor shall not stockpile any material or park any equipment within the right of way overnight without approval of the Engineer. It is Contractor’s responsibility to locate and secure a nearby site at Contractor’s own expense for stockpiling material and staging equipment. The Engineer may request from Contractor proof of an adequate storage and staging area in the form of written permission from the property owner or lessee.
In the event Contractor damages any property, Contractor shall at once notify the property owner and make, or arrange to make, full restitution. Contractor shall report, immediately in writing, to the Project Engineer, all pertinent facts relating to such property damage and the ultimate disposition of the claim for damage.
Requests by Contractor to use public right of way for staging purposes must be accompanied by a drawing showing the proposed storage site with street names, curb to curb street width, location of all driveways in the vicinity of the proposed storage site, and other salient features, including buildings, vaults, fire hydrants, utility poles, vegetation, and street intersections. The request and drawing must clearly identify safety and mitigation measures Contractor intends to employ at the proposed storage site, including, but not limited to, barricades, cones, candles, pavement marking, lighting, signage, security and privacy fencing, and additional cleanup, maintenance, and restoration.
(b) Waste, Excess, and By-Product Materials:
Unless otherwise specified by the Engineer, all waste, excess, and by-product materials resulting from the Work are the property of Contractor and are to be removed from the Project Site. The cost of removal and disposal of waste, excess, and by-product materials will be incidental to applicable pay items, and City will not make any additional payment for such removal.
Bidders may obtain plans and specifications for the project by visiting the City’s e-Procurement Portal after registering an account.
Delete Section 00165 of the Standard Specifications and replace with the following:
Description
00165.00 General
The Contractor shall incorporate into the Work only Materials conforming to the Specifications and approved by the Engineer. The Contractor shall incorporate into the Work only manufactured products made of new materials unless otherwise specified in the Contract. The Agency may require additional testing or retesting to determine whether the Materials or manufactured products meet Specifications.
Materials or manufactured products not meeting the Specifications at the time they are to be used are unacceptable and must be removed immediately from the Project Site, unless otherwise directed by the Engineer.
Contractor shall use only new materials, parts, products, and equipment that conform to the specifications. Contractor shall determine the kind of work, amount of work, and other factors that may be necessary or involved in furnishing the products and materials. The Engineer will reject materials and/or products that are unsuitable for the Work.
Provisions and Requirements
00165.30 Field Tested Materials –
(a) Contractor's Duties - The Contractor shall:
• Furnish Materials of the quality specified in the Contract;
• 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
• Perform other testing as required by the Contract.
(b) Types of Tests - The types of tests and testing methods generally required by ODOT are described in the MFTP.
(c) Acceptance of Field-Tested Materials - The Contractor's test results for field-tested Materials will be verified by the Agency according to the Quality Assurance Program outlined in the MFTP. If the Agency's QA test results verify the Contractor's results, the Materials will be analyzed for acceptance according to one of the following methods before the Engineer will accept them for incorporation into the Work:
• Statistically, according to 00165.40, to determine "Pay Factors" for produced Aggregate;
• Statistically, according to 00165.40, to determine "Composite Pay Factors" for mixtures; or
• Other methods determined by the Engineer.
If the Agency's QA 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 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.
Contractor shall be responsible for all expenses for process control testing necessary to ensure that materials comply with the specifications. The Engineer reserves the right to require samples and to test products for compliance regardless of prior certification. Testing of materials will be made in accordance with the methods described or designated in the specifications, or as required, and may be conducted at any time during the production, fabrication, preparation or use of the materials.
When the Engineer determines that City requires additional testing, the tests will be made by and at the expense of the City unless otherwise specified. Contractor shall furnish and make available the required samples without charge and shall provide suitable facilities for collecting samples and withhold from use of the materials represented by the samples until tests have been made and the materials found to comply with the specifications. Contractor shall provide safety measures and devices to protect those who take samples and perform tests. If applicable, samples shall be made available in ample time to permit testing in advance of use. Contractor shall have no claim for any delay caused by the time awaiting test results.
ODOT test methods have been called out in many cases. When ODOT has changed the test method called out, or has given the test method a new number, or where ODOT has deleted a tested method and replaced it with a call out to an AASHTO or ASTM (or other) test method, the test method to be used shall be the most current method used by ODOT for the test specified. In the absence of any reference specification, materials shall meet the specifications and requirements of ASTM, AASHTO, or AWWA. When there is no coverage from ASTM, AASHTO, or AWWA, materials shall meet the commercial standards of the Commodity Standards Division of the US Department of Commerce. Lacking such standards, the materials shall meet requirements established by approved trade organizations for high quality products of the kind involved.
All required testing, including that required of Contractor, shall be performed, or handled through a testing laboratory approved by the Engineer. Test results shall be provided in English units for projects designed in English units and in metric units for projects designed in metric units. If tests are conducted at the expense of the owner, and materials are found out of compliance with the specifications, Contractor shall bear all of the cost for testing replacement materials.
00165.35 Non-field-Tested Materials - The Contractor shall furnish Materials meeting Specifications, along with all Materials Conformance and Quality Compliance Documents.
Materials will be subject to acceptance testing if the Engineer so elects. The Engineer may reject damaged or non-specification materials regardless of the Materials Conformance Documents furnished.
(a) Test Results Certificate - The certificate shall:
(b) Quality Compliance Certificate - The certificate shall be from the manufacturer and shall:
(c) Equipment List and Drawings - These consist of lists of proposed Equipment and Materials, such as:
Submit these lists to the Engineer for review of conformance with the Specifications.
(d) Certificate of Origin of Steel Materials - When a certificate of material origin for steel or iron Materials is specified, complete ODOT Form 734-2126, as required by 00160.20(a), for Federal-aid projects.
(e) Certificate of Origin of Construction Materials - When a certificate of material origin for construction materials is specified, complete ODOT Form 734-5378 as required by 00160.20(d) for Federal-aid projects.
Comply with Section 00170 of the Standard Specifications and all applicable updates and corrections to Special Provisions, as further supplemented and/or modified as follows:
00170.02 Permits, Licenses and Taxes - Add after the bullet points:
Contractor and subcontractors shall obtain a City of Beaverton business license as required by BC 7.01 prior to beginning Work under this Contract. Contractor shall provide the business license number in the space provided on the signature page of this Contract. Additionally, Contractor shall pay all fees due under the Business License Law during the full term of this Contract. Failure to be in full compliance may result in payments due under this Contract to be withheld to satisfy amount due under the Business License Law.
00170.08 Electronic Document Management - Delete and replace this subsection with the following:
The requirements of this Subsection do not apply to claims. Claims must be submitted on paper documents according to Section 00199.
The Contractor shall submit all documents for this Contract to the City in an electronic format using the City's electronic procurement system. No paper documents, faxes or other similar paper methods or media are permitted, unless otherwise allowed or directed by the City. The Contractor shall be solely responsible for submitting documents to the City using the City's electronic procurement system, and any other software utilized by the City for contract administration. Only documents submitted by the Contractor and recorded in the City's electronic procurement system as received will be considered valid and received by the City.
All documents for this Contract will be managed in the City's electronic procurement system and any other software utilized by the City for contract administration, unless otherwise allowed or directed by the City. The Contractor shall use the City's electronic procurement system to submit documents to the City, and the City will use the City's electronic procurement system to submit documents to the Contractor. Documents submitted according to this Subsection, from the City to the Contractor and from the Contractor to the City, are official documents for the Contract and will be accepted as such by both parties. The Contractor shall comply with user instructions specified by the City's electronic procurement system.
By submitting documents that originate from the Contractor to the City using the City's electronic procurement system, the Contractor is certifying that the documents are true and accurate and that if the document was required to be signed, it has been signed by a person with appropriate authority. In the event of a conflict between this Subsection and the Standard Specifications or other Special Provisions, this Subsection shall control except for 00199.30.
Failure to submit documents electronically, as required by this Subsection, may result in payments being withheld according to 00195.50(e).
The Contractor shall be responsible for causing access to the City's electronic procurement system to be disabled for any Entity or individual that is no longer assigned, employed or under contract in relation to the Project or whose access is to be disabled due to improper activity. The Contractor’s obligation to disable access applies to its own officers, employees and agents. the City reserves the right to suspend or disable, or cause to be suspended or disabled, the access to the City's electronic procurement system for any Entity or individual at any time.
Use and access for the City's electronic procurement system is provided “as is”. the City does not warrant that access to or functioning of the City's electronic procurement system will be error free, uninterrupted or meet the Contractor’s needs. the City is not responsible for any damage that may occur due to error, omission, lack of timeliness or other malfunction of the City's electronic procurement system or its supporting systems. the City disclaims all liability arising from interference or interruption, viruses, telephone faults, malicious damage by anyone, electronic system downtime, overloading of the Internet or sites or any cause beyond the control of the City. the City reserves the right to temporarily suspend or cause to be suspended access to the City's electronic procurement system, without notice, because of maintenance, repair or any other reason deemed necessary for the proper functioning of the City's electronic procurement system by the City.
In no event shall the City or its respective members, officers, agents and employees be liable for any claims, suits, actions, losses, liabilities, damages, costs or expenses, including but not limited to attorney fees, of whatsoever nature, resulting from or arising out of the use of the Citys electronic procurement system by the Contractor at any level or their respective officers, employees or agents.
The Contractor’s indemnification, defense and hold harmless obligations under the Contract shall apply to the terms, conditions and requirements of 00170.08 and to use of the City's electronic procurement system and the acts, errors and omissions of the Contractor and its respective officers, employees and agents respecting access to and use of the City's electronic procurement system.
(a) User Terms and Conditions - The Contractor shall comply with, shall require its officers, employees and agents to comply with 00170.08 and the following Additional User Terms and Conditions, all as may be revised from time to time:
As an officer, employee or agent of the Contractor, respecting my use of or access to the City's electronic procurement system, I agree to the following, all as may be revised from time to time:
The terms, conditions and requirements of 00170.08 of the Contract;
the City's electronic procurement system Privacy Policy and Terms of Use available on the City's electronic procurement system; and
The following Additional User Terms and Conditions:
My use of and access to the City's electronic procurement system is conditioned on my agreement to and my compliance with the foregoing and these Additional User Terms and Conditions.
I may have access to sensitive personnel, business, financial and/or security related information (“Confidential Information”) through use of the City's electronic procurement system, and, except to the limited extent necessary to perform my duties, I will maintain its confidential status and will not share, publish or disseminate Confidential Information or other information obtained through the City's electronic procurement system, without regard to how the City may treat any such Confidential Information or other information. All information is also subject to the Oregon Public Records law (see 00170.07(d)). In addition, if I know or have reason to believe any information was inadvertently or improperly included in the City's electronic procurement system, I will immediately notify my employer for purposes of notification to the Contractor and the Contractor’s notification to the City.
I will not access any information I am not authorized to use or access, and I will not browse or otherwise use or access information, files or documents that exceed the minimum necessary to perform my duties.
If my authorized use of and access to the the Citys electronic procurement system includes submitting documents into the City's electronic procurement system, I will not submit any documents or information into the City's electronic procurement system except those I am authorized to submit and necessary to perform my duties. I have no expectation of privacy, rights or ownership of anything I may access, create, store, send or receive within the City's electronic procurement system, respecting any documents or information, including but not limited to Confidential Information of any individual or Entity. For audit or system security purposes, the City may monitor and/or record all activity conducted within the City's electronic procurement system. This includes but is not limited to the login identification information, times, dates and duration of access, as well as resources or documents accessed.
Unauthorized access or activities that could compromise the system or Confidential Information are strictly prohibited and patterns of unauthorized or unusual activity will result in access being immediately disabled, and possible further investigation.
If a breach of these terms and conditions or a security incident occurs, I will immediately notify my employer for purposes of notification to the Contractor and the Contractor’s notification to the City.
I will not share my password or other means of access with any other individual or Entity. Violation of this restriction or of any of these other Terms and Conditions will result in my access being immediately disabled.
I understand that my use of and access to the City's electronic procurement system is conditioned on my relationship to my employer and my employer’s relationship to one or more of: the City or the Contractor, and that if I am no longer so employed or my employer no longer has such relationship, I will immediately cease my use of and access to the City's electronic procurement system and will immediately notify my employer for purposes of notification to the Contractor and the Contractor’s notification to the City.
(b) Digital Signatures and Requirements - Unless otherwise allowed or directed by the City:
For all Change Orders that require signature by the Contractor for this Contract, the Contractor, by a person with appropriate authority, shall sign using the City's electronic procurement system, DocuSign or other electronic means as directed by City.
Change Orders that require signature by the Contractor, but do not have the City's electronic procurement system digital signature from the Contractor verifiable by the City, will be considered as not received and of no effect.
Documents other than Change Orders that contain digital signatures, but do not have a digital signature verifiable by the City, or that were signed by a person without appropriate authority, will be considered as not received and of no effect.
Notice requirements will not be satisfied and payments may be withheld for any affected Work items until the required documents with verifiable digital signatures have been received.
(c) Electronic Submittal Requirements - Unless otherwise allowed or directed by the City, all documents submitted to the City for this Contract that require a signature, other than Change Orders, shall be signed by a person with appropriate authority by applying:
An original handwritten signature to a document and scanning the document into PDF format;
An electronic signature to a document and converting the document into PDF format;
A third-party verifiable digital signature to a PDF document; or
An electronic signature when prompted during submission of the document into
the City's electronic procurement system.
Documents that require a signature, but do not have a signature in accordance with this Subsection or were signed by a person without appropriate authority; or documents that were signed with a digital signature but are submitted in a form such that the digital signature is not verifiable by the City, will be considered as not received and of no effect. Notice requirements will not be satisfied and payments may be withheld for any affected Work items until the required documents with compliant signatures have been received.
Unless otherwise allowed or directed by the City, all documents submitted to the City for this Contract that do not require a signature shall be submitted using the City's electronic procurement system.
00170.60 Safety, Health and Sanitation Provisions – Add following sentence to the end of section:
See Section 00150.70 for additional safety requirements.
00170.65(b)(1) Minimum Wage Rates – Add the following to the end of this subparagraph:
Each worker in each trade or occupation employed in the performance of the Contract, either by the Contractor, subcontractor or other person doing or contracting to do or contracting for the whole or any part of the work on the Contract must be paid no less than the applicable state prevailing wage rates, or the applicable federal prevailing wage rates. This project is subject to federal prevailing wage rates.
The state prevailing wage rates to be paid under the state prevailing wage rate law are set out in the Bureau of Labor and Industries (“BOLI”) publication entitled “Prevailing Wage Rates for Public Works Contracts in Oregon” (Region 2) dated TBD and all applicable amendments subsequently issued and dated, up to and including Wednesday, March 25, 2026. The BOLI prevailing wage rate publication is available at: https://www.oregon.gov/boli/employers/Pages/prevailing-wage-rates.aspx
BOLI staff is available to assist in determining the applicable wage rates by calling (971) 673-0839.
00170.70(d) Additional Insured - Replace this paragraph with the following:
The liability insurance coverages of 00170.70(a) shall include the City, the City Council, and its officers, employees, and agents as Additional Insureds, but only with respect to Contractor’s activities to be performed under the Contract. Coverage shall be primary and non-contributory with any other insurance and self-insurance. The liability coverages of 00170.70(a) that are permitted by City to be obtained by an appropriate subcontractor shall include all of the foregoing as Additional Insureds and shall also include Contractor and its officers and employees as Additional Insureds.
00170.72 Indemnity/Hold Harmless - Add the following paragraph and bullet(s) to the end of this section:
Extend indemnity, defense and hold harmless to the Agency and the following:
00170.82(a) In General – Add the following to the end of this paragraph:
Contractor shall prepare for Contractor’s use a photographic record of the adjacent properties prior to commencing any activities, showing existing driveways, sidewalks, planting, building footings, and other areas known or suspected to generate damage claims. Contractor shall also supply a copy of the same photographic record to the City. The photographic record can be either by photographs or videotape. Post-construction visual comparison to the photographic record shall be a basis for determining damage to properties should a damage claim arise. Contractor’s failure to provide adequate pre-construction photographic documentation shall be sufficient grounds for the City to require Contractor to make repairs regardless of the cause of the damages.
Contractor is responsible for protecting areas adjacent from the Project Site from impacts brought about by activities, equipment, labor, utilities, and materials on the Project Site.
In an emergency affecting the safety of life or of the Work or of adjoining property, Contractor, without special instruction or authorization from the City's Authorized Representative, shall act reasonably to prevent threatened loss or injury, and shall so act, without appeal, if instructed by the Owner's Authorized Representative. Any compensation claimed by Contractor on account of emergency work shall be determined in accordance with Changes in Work.
00170.82(b) Protection and Restoration of Agency Property and Facilities – Add the following to the end of this paragraph:
The Engineer will mark with lathe and flagging or paint, all permanent survey monuments, including property corners, discovered during the preliminary design survey. Contractor shall protect all such marked monuments and corners. In the event that a monument or corner must be disturbed, Contractor shall temporarily work around the monument or corner and provide the Engineer not less than 48 hours’ notice of the need to disturb the monument or corner. Contractor shall pay for the cost of replacing any monuments or corners disturbed or destroyed without obtaining Engineer’s approval.
The contract expected to be awarded in connection with this solicitation is subject to the state prevailing wage rates under ORS 279C.800 to 279C.875 and/or the federal prevailing wage rates under the Davis-Bacon Act (40 U.S.C. 3141 et seq.). No Bid will be received or considered by the City unless the Bid contains a statement by the Bidder that “Bidder agrees to be bound by and will comply with the provisions of ORS 279C.838, ORS 279C.840 or 40 U.S.C. 3141 to 3148.”
Comply with Section 00180 of the Standard Specifications and all applicable updates and corrections to Special Provisions, as further supplemented and/or modified as follows:
00180.20(a) General - Delete paragraph and replace with the following:
The Contractor’s own organization shall perform at least one-half of the Work of the original Contract Amount unless otherwise allowed by prior written consent of the City. All persons engaged in the Work by Contractor will be considered employees of Contractor and their work shall be subject to the provisions of the Contract.
Add the following subsection:
00180.33 Metric Submittals:
Contractor shall use English units for all calculations and measurements, Working Drawings, Materials certifications, delivery tickets, and other documents submitted in conjunction with performance of the Contract, unless directed otherwise by the City.
00180.40 Limitation of Operations – Replace subsection with the following:
(a) In General - The Contractor shall comply with all Contract provisions and shall:
The Project is expected to be accomplished between the hours of 7 a.m. and 6 p.m., Monday through Friday, unless otherwise specified. If Contractor desires to work in excess of these hours, Contractor must make written request to the Engineer at least 48 hours in advance of the Work. In extreme cases, hours may be extended during the weekend to include 8 p.m. Friday to 7 a.m. Monday with the Engineer’s approval. Any approval of extended working hours is tentative. If increased working hours generate complaints from the neighborhood, City may revoke or deny permission to work outside normal working hours.
Interruption of access to abutting businesses must be minimized. All driveways are to be kept open except when actual trenching, pipe laying, backfilling, or other construction activities are taking place immediately at the driveway. Contractor must provide 48-hour notice to affected businesses before interrupting access to driveways. The notice must include an explanation of why the interruption is occurring and an estimate of the length of time that access will be blocked. If necessary to minimize interruption, Contractor may employ steel plates during working hours (only cold or hot mix asphalt may be used during non-working hours). Contractor must plan all work to minimize interruption of access.
If required to facilitate access as roadway construction proceeds, Contractor will construct a temporary connection to each driveway with crushed rock.
The project shall be in safe condition at the end of the working day. Open excavations shall be fenced or protected by steel plates as necessary to prevent unauthorized access.
(b) Onsite Work – The Contractor shall not begin On-Site Work until the Contractor has:
The Contractor may not start onsite construction work before July 6, 2026, unless approved by the Engineer. The Contractor may perform subsurface exploration on site reconnaissance in support of the Contractors prepared Design upon being issued Noticed to Proceed.
(c) Specific Limitations - Limitations of operations specified in these Special Provisions include, but are not limited to, the following:
Limitations Subsection
Cooperation with Utilities ................................... 00150.50
Cooperation with Other Contractors ................... 00150.55
Contract Time to Complete Work ....................... 00180.50
General Requirements ........................................ 00220.40
Noise Control ...................................................... 00290.32
There may be other limitations to Contractor’s schedule and operations in the Standard Specifications and Supplemental Specifications that are not listed in this Subsection.
00180.41 Project Work Schedules - Add new paragraphs:
In addition to the tentative schedule for construction that is to be submitted with the Bid, the Contractor shall submit a proposed construction schedule by or before the pre-construction conference for review and acceptance by the City. The Contractor’s construction schedule shall address the sequencing of critical activities such as Notice to Proceed, Substantial Completion, and Final Completion and shall identify the critical path for the project, critical milestones in accomplishing the work and fixed completion dates for those milestones. Generally, each schedule item shall account for no more than 5% of the available time.
the City and Contractor will hold regularly scheduled project coordination meetings to discuss project schedule, payment, and other issues. The Contractor will be required to update the project schedule whenever the progress of the work does not correspond to the approved schedule. The revised schedule will demonstrate means and methods Contractor will employ to make up time lost. When approved by the Engineer, the revised schedule will become the new project schedule.
Acceptance of the schedule by the City does not constitute agreement by the City as to the Contractor's sequencing, means, methods, or durations. Any positive difference between the Contractor's scheduled completion and the Contract completion date is float owned by the City. City reserves the right to negotiate the float if it is deemed to be in City’s best interest. In no case shall Contractor make a claim for delays if the Work is completed within the Contract time but after Contractor's scheduled completion.
00180.41 Project Work Schedule – 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 A schedule as detailed in the Standard Specifications is required on this Contract.
00180.41(c)(4) - Add new subparagraph at end of subparagraph (4):
(i) Customer Service Element to Construction Schedule - This construction effort will be executed with the highest level of customer service. Critical to that effort is planning of work sequence to minimize disruption and inconvenience to residents during construction .As a supplemental document to Contractor’s construction schedule, Contractor shall submit, prior to the pre-construction conference, a plan to the Engineer that identifies construction sequencing and timing; expected disruptions to residents; and a public safety plan that explains procedures on how the Contractor will maintain safe continuous ingress and egress for pedestrians to shopping areas and mass transit bus stops, and vehicular traffic including personal use by residents, mail and newspaper delivery, garbage collection and other daily deliveries, as applicable.
The Contractor shall immediately refer any issues with adjacent businesses or residences to the project inspector of Engineer. Other than notifications called for in these provisions, the project inspector or Engineer shall be the primary points of contact with adjacent businesses and residents.
00180.50(a) General – Add the following text at the end of the paragraph:
the City shall have the right to accelerate the completion date of the Work, which may require the use of overtime. Such accelerated Work shall be subject to the change order process.
the City shall not waive any rights under the Contract by permitting Contractor to continue or complete the Work or any part of it after the completion date contained in the Contract documents or extended by change order.
The time of completion of the work contemplated by this Contract shall not be extended or changed by the lapse of time between the date the City received proposals and execution of the Contract. In specifying the dates for completion, the parties understand that a period of not more than fifty-five (55) days may elapse between the opening of the proposals and the Notice to Proceed date. If the City finds that the public interest requires a delay in consideration of the Bid award beyond the forty-five (45) days contemplated herein, the Bidder at its option may be released from its bid bond or may grant an extension of time for the City to consider award of the contract for his/her execution.
00180.50(e) Exclusions from Contract Time – Add new paragraphs after the bulleted list:
the City may consider an extension of Contract Time to complete the Work if Contractor makes application for same to City no later than five days after Contractor knows or should know of a cause of non-compensable but excusable delay. Such causes of delay shall be deemed to be limited to a force majeure event, which includes unusually and unforeseeable severe weather.
Any adverse weather conditions must be substantiated by documentary evidence that weather conditions were abnormal for the specific time period claimed, could not have been anticipated by Contractor, and adversely impacted the project in a manner that could not be avoided by rescheduling the work or by implementing measures to protect against the weather so that the work could proceed. the City and Contractor agree that rainfall greater than the following levels cannot be reasonably anticipated:
The Office of the Environmental Data Service of the National Oceanic and Atmospheric Administration of the U.S. Department of Commerce nearest the project site shall be considered the official agency of record for weather information.
A force majeure event does not include the COVID-19 Pandemic. See 00180.80(f), below, for information on how Contractor shall notify City if Contractor desires to claim additional Contract Time due to events attributable to the COVID-19 Pandemic.
00180.85(b) Liquidated Damages - Delete all paragraphs after the paragraph that begins with “If the Contract is terminated according to 00180.90(a)” and add the following:
The parties agree that it will be impracticable and difficult to ascertain and determine the actual damage, which the City will sustain in the event of and by reason of such delays. It is, therefore, agreed that Contractor shall pay to the City of Beaverton, not as a penalty but as liquidated damages, $$500 per calendar day elapsed in excess of each Substantial Completion time required by 00180.45(h) or the final adjusted Contract time applicable to the Work required under the Contract.
00180.85 Failure to Complete on Time; Liquidated Damages - Add a new paragraph:
(c) Compensation for Acceleration – In preparing the Bid and the tentative construction schedule, Contractor recognizes the potential need for additional effort to recover from delay and complete the work as scheduled. No additional payment will be made for acceleration required for recovery from non-compensable delays, either excusable or inexcusable. Additional payment for delays caused by the City will be subject to negotiation, but in no case will be greater than Contractor's actual expense without profit or markup.
Add the following subsection:
00180.95 Contract Close Out
(a) Record Drawings - As a condition of final payment, Contractor shall provide to City neat, legible, accurate scalable in 24” x 36” or 22” x 34” format record drawings of the entire project. Record drawings shall depict the project as constructed and shall reflect each and every change, modification, and deletion made during the construction. Record drawings are part of the Work and shall be provided prior to the City’s issuance of final payment. Final payment will not be made until the City deems the record drawings to be satisfactory.
(b) Operation and Maintenance Manuals - For Bid items requiring operation and maintenance manuals (“O & M Manuals”), Contractor shall submit two completed O & M Manuals for review by the City prior to submission of any pay request for more than 75% of the relevant Bid item. No payments beyond 75% will be made by the City until the O&M Manuals have been received. The O & M Manuals shall contain a complete set of all submittals, all product data as required by the specifications, training information, phone list of consultants, manufacturers, installer and suppliers, manufacturer's printed data, record and shop drawings, schematic diagrams of systems, appropriate equipment indices, warranties and bonds. the City shall review and return one O&M Manual for any modifications or additions required. As a condition of final payment, Contractor shall deliver three complete and approved sets of O & M Manuals to the City.
(c) Completion Notices - Contractor shall provide City written notice of both Substantial and Final Completion. The notice of Substantial Completion shall state the date of Substantial Completion, the responsibilities of the City and Contractor for security, maintenance, and repair of damaged Work, and the time within which Contractor shall finish all punch list items. Both completion notices must be signed by Contractor and the City to be valid. the City shall provide the final signature on the notices. The notices shall take effect on the date they are signed by the City.
Substantial Completion of a facility with operating systems (e.g., mechanical, electrical, HVAC) shall be that degree of completion that has provided a minimum of 30 continuous days of successful, trouble-free operation, which period shall begin after all performance and acceptance testing has been successfully demonstrated to the City. All equipment contained in the Work, plus all other components necessary to enable the City to operate the facility in the manner that was intended, shall be complete on the Substantial Completion date. The Contractor may request that a punch list be prepared by the City with submission of the request for the Substantial Completion notice.
(d) Training - As a condition of final payment and prior to submission of the request for final payment, the Contractor shall schedule with the City, training sessions for all equipment and systems, as required in the individual specifications sections. Contractor shall schedule training sessions at least two weeks in advance of the date of training to allow City personnel adequate notice. The O&M Manual shall be used as a basis for training. Training shall be a formal session, held after the equipment and/or system is completely installed and operational in its normal operating environment.
(e) Extra Materials - If required by the Work and as a condition of final payment, Contractor shall provide spare parts, extra maintenance materials, and other materials or products in the quantities specified in the specifications. Delivery point for extra materials shall be designated by the Project Engineer.
(f) Environmental Clean-Up - As part of the Final Completion notice, the Contractor shall notify the City that all environmental pollution clean-up which was performed as a part of this Contract has been disposed of in accordance with all applicable rules, regulations, laws, and statutes of all agencies having jurisdiction over such environmental pollution.
(g) Other Contractor Responsibilities - The Contractor shall be responsible for returning to the City all items issued during construction such as keys, hydrant meter, security passes, and all other pertinent items.
Comply with Section 00190 of the Standard Specifications.
Comply with Section 00195 of the Standard Specifications and all applicable updates and corrections to Special Provisions, as further supplemented and/or modified as follows:
00195.50(a) Progress Payments – Add the following text to the end of paragraph (a):
The Contractor shall submit, at least five days prior to submission of its application for progress payment, a written schedule of values ("Schedule of Values") for the contracted Work completed during the pay period. The schedule shall include bid item number, bid item description, unit of measure, unit price, quantity of work completed, and cost of work completed. The Schedule of Values shall be used as the basis for reviewing Contractor's application for payment. If objected to by the Engineer, Contractor shall revise the Schedule of Values and resubmit the same for approval by the Engineer.
City shall make progress payments on the Contract monthly as Work progresses. All payments shall be approved by the Engineer. A progress payment shall not be considered acceptance or approval of any work or waiver of any defects in the Work. City shall pay to Contractor interest on the progress payment, not including retainage, to Contractor. The interest shall commence 30 days after the receipt of an invoice (“application for payment”) and schedule of values from Contractor. The Schedule of Values must be signed by both the Contractor and the Engineer.
Notwithstanding the foregoing, in instances when there is a good faith dispute, City shall so notify the Contractor within 15 days stating the reason or reasons for the dispute regarding the application for payment. Accrual of interest will be postponed when payment on the principal is delayed because of disagreement between the City and the Contractor. The Contractor shall submit to the Engineer, an application for each payment and, if required, receipts or other vouchers showing payments for materials and labor, including payments to Subcontractors.
00195.50(e) Withholding Payments – Add the following text to the end of paragraph (e):
the City reserves the right to withhold all or part of a payment, or may nullify in whole or part any payment previously made, to such extent as may be necessary in the City’s opinion to protect the City from loss because of:
Subject to the provisions of the Contract Documents, the amount of each progress payment can be adjusted by the City to reflect any amounts for which the Engineer has withheld, or nullified payment as provided in the Contract Documents.
Contractor’s applications for payment may not include requests for payment for portions of the work for which Contractor does not intend to pay to a Subcontractor or material supplier.
Contractor warrants to City that title to all Work covered by an application for payment will pass to the City no later than the time of payment. Contractor further warrants that upon submittal of an application for payment all Work for which payments are received from the City shall be free and clear of liens, claims, security interests or encumbrances in favor of Contractor, Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the Work.
If Contractor disputes any determination by the Engineer with regard to any application for payment, Contractor nevertheless shall continue to prosecute expeditiously the Work. No payment made hereunder shall be or be construed to be final acceptance or approval of that portion of the Work to which such partial payment relates or shall relieve Contractor of any of its obligations hereunder.
00195.60(a)(2) Stored or Stockpiled Conditions – Replace subparagraph with the following:
(2) Stored or Stockpiled Conditions - Generally, applications for payment will be accepted only for materials that have been installed. Under special conditions, applications for payment for stored materials will be accepted at City's sole discretion. Such a payment, if made, will be subject to the following conditions:
00195.90 Final Payment – Add new paragraph to the end of the subsection:
(d) Notification - Upon completion of all the Work under this Contract, Contractor shall notify the Engineer, in writing, that Contractor has completed Contractor's part of the Contract and shall request final payment. Upon receipt of such notice, the City will inspect the Work, and if acceptable, prepare the final estimate of the amount due the Contractor. If the Work is not acceptable, City will notify Contractor within 15 Calendar Days of Contractor's request for final payment. Upon approval of this final estimate, the City shall pay to Contractor all monies due under the provisions of these Contract Documents.
Delete Section 00196 of the Standard Specifications and replace with the following:
Description
00196.00 Scope - Only work not included in the Contract as awarded but deemed by the Engineer to be necessary to complete the Project (see 00140.60) will be paid as Extra Work. Regardless of alterations and changes, any item of Work provided for in the Contract will not constitute Extra Work. Payment for alterations and changes to Work will be made according to 00195.20.
Compensation for Extra Work will be paid only for Work authorized in writing by the Engineer and performed as specified. Work performed before issuance of the Engineer's written authorization shall be at the Contractor's risk. Extra Work will be paid as determined by the Engineer, according to 00196.10.
00196.10 Negotiated Price - If the Engineer can reasonably determine a price estimate for Extra Work, the Engineer may propose a price to the Contractor for the Extra Work. If the Contractor accepts the Engineer’s price estimate, the Engineer will issue a Change Order, and the Extra Work will be paid at the accepted price. The Engineer must give written authorization to the Contractor to begin the Extra Work.
If the Contractor does not accept the Engineer’s price estimate, the Contractor, as soon as practicable, but within 7 Calendar Days of receiving the Engineer’s price estimate, shall respond in writing to the Engineer's Extra Work price estimate by submitting to the Engineer an Extra Work price quote. The price quote shall detail the following items related to the Extra Work:
As soon as practicable, but within 7 Calendar Days of receipt of a properly supported price quote, the Engineer will review the price quote and advise the Contractor if it is accepted or rejected. The Engineer will not accept a price quote that cannot be justified on a line item basis. The Engineer may make a counteroffer if the Contractor’s price quote is rejected. If the Contractor's price is accepted, the Engineer will issue a Change Order, and the Extra Work will be paid at the accepted price.
Comply with Section 00199 of the Standard Specifications and all applicable updates and corrections to Special Provisions, as further supplemented and/or modified as follows:
00199.40(b) Step 1: Region Level Review - Delete entire subsection.
00199.40(c) Step 2: Agency Level Review - Replace all references to "Contract Administration Engineer" and "CAE" with "Public Works Director."
00199.40(d)(2) Claims of $50,000 to $500,000 - Replace the subsection heading with the following:
00199.40(d)(2) Claims of $50,000 to $200,000
Replace the paragraph that begins “Members of the Board…” with the following:
Members of the Board are to act impartially and independently in the consideration of facts and conditions surrounding the dispute. The Board’s decision is binding on both parties and final. No review may be taken from it.
00199.40(d)(3) Claims Over $500,000 - Replace this subsection with the following subsection:
00199.40(d)(3) Claims Over $200,000 - Contractor may proceed to Step 4, Litigation (see paragraph (e) below).
00199.40(e) Step 4: Litigation - Replace this subsection, except for the subsection number and title, with the following:
This step applies to:
The Contractor must follow each step-in order and exhaust all available administrative remedies before resorting to litigation. Lawsuits must be properly filed in a court of competent jurisdiction within 6 months from the date of the final decision that exhausted the Contractor's available administrative remedies under this Section 00199.
The Contractor shall comply with 00170.00.
00199.60 Review of Determination Regarding Records - Replace all references to "Contract Administration Engineer" and "CAE" with "Public Works Director."
FAILURE TO SUBMIT THE FOLLOWING DOCUMENTS WILL CAUSE THE CITY TO DEEM THE BID NON-RESPONSIVE. PLEASE ENSURE EACH DOCUMENT IS INCLUDED BEFORE SUBMITTING YOUR BID.
Submitting a bid indicates that you have read the above statement and understand that if you fail to provide all required documents by Bid Opening, your Bid will be deemed non-responsive by the City.
NOTE: Due to bids being received electronic, copies of all required bonds will be accepted with electronic bid submittal, but original bonds from the apparent lower bidder must be submitted by mail within 5 days of bid opening.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
NOTE: Due to bids being received electronic, copies of all required bonds will be accepted with electronic bid submittal, but original bonds from the apparent lower bidder must be submitted by mail within 5 days of bid opening.
Please download the below documents, complete, and upload.
The following forms may be included with your bid or submitted separately within 2 hours after the bid closing date and time specified in the solicitation unless there is a current form on file with City. Failure to submit these forms by 4 p.m. will cause the city to deem the bid non-responsive.
If submitting after 2:00 pm on Tuesday, April 21, 2026, please e-mail the forms to bidmail@beavertonoregon.gov.
Please download the below documents, complete, and upload.
Please download the below document, complete, and upload.
Please download the below document, complete, and upload.
Please download the below documents, complete, and upload.
The following forms may be included with your bid or submitted separately within 24 hours after the bid closing date and time specified in the solicitation. Failure to submit these forms by 2 p.m. the following day of bid opening, it will cause the city to deem the bid non-responsive.
If submitting after 2:00 pm on Tuesday, April 21, 2026, please e-mail the form to bidmail@beavertonoregon.gov.
Please download the below document, complete, and upload.
Please select the name of the funding source for your project.
The project cost is approximately:
Notice to Proceed Issuance Date
Substantial Completion Date
List Contractor Responsibilities
Number of Calendar Days for Completion of Work
The following construction permits are required for this project: TEST 2. Contractor shall obtain all permits from the
https://www.oregon.gov/boli/employers/Pages/prevailing-wage-rates.aspx
Enter the amount Contractor shall pay to the City of Beaverton, not as a penalty but as liquidated damages per calendar day elapsed in excess of each Substantial Completion time required by 00180.45(h) or the final adjusted Contract time applicable to the Work required under the Contract.
Standard amount is suggested to be $500; however, is a delay will cause significant issues enter an amount that will encourage contractor to avoid delays.
Q (Can't open links...): Also, in OpenGov one cannot download or open many of the links provide to view or download project files. Such as 202, 2.4, 3.0 sections. You also can't open the links once you do download, example Addendum 1. Additionally, other links take you to sites that are no longer functioning.
A: You are required to be logged into the OpenGov portal to click on any links. They will not work when you download the bid documents.
Q (DBE Requirements-Good Faith Efforts? ): 1) Our Company is bidding on the Parkview Loop Waterline. I went to the State COBID webpage, where at the top in bright red font is the following: Important Notice Regarding DBE and ACDBE Status As of October 3, 2025, the U.S. Department of Transportation issued an Interim Final Rule that requires all existing DBE and ACDBE certifications to be re-evaluated. Certifications appearing in this directory are currently under review and may not be used to meet contract goals or counted for compliance purposes until recertification is complete. Please look out for communications regarding the anticipated timeline for our agency to complete re-evaluations. So My question is, are these DBE requirements still valid throughout this project bid's documentation?? 2) When one downloads the project files, the links mentioned throughout the document no longer work, therefore, one has to go on-line to OpenGov each time they want to view a link that is mentioned. Is there a way to fix this?
A: 1) Yes, the Beaverton Equity requirements are still in place at this time. 2) You are required to be logged into the OpenGov portal to click on any links. They will not work when you download the bid documents.
Q (Traffic Control ): Will flagging be required? Is a road closure with local Access shut down allowable in all work zones?
A: Phased road closures with local access will be allowed on Parkview, cul-de-sacs, and other interior roadways. Use of signage, cones, and spotter(s) can be used to divert vehicles around work zones in local access areas; flagging is not anticipated to be required for these areas. Flagging will likely be required on Greenway at Parkview Loop to accommodate for the hot tap and valve abandonment. Flagging may also be required for work on Parkview Loop that is in close proximity to Greenway. Alternative traffic control measures will be considered as part of the traffic control plan review (00221).
Q (Hydrant Lead Pipe Abandonment): I see in Addendum 231R it states remove and dispose of existing hydrants. How far back towards the main do we have to demo? Or can we cut & cap and the end of the hydrant run?
A: The hydrant lead pipe can be capped/abandoned at the location where it was cut to remove the hydrant assembly. (Requirements for the abandonment and disposal of existing valves—including hydrant valves—as stated in 00310.41(d)(4) are currently unclear and will be revised in a forthcoming addendum.)
Q (Bid Bond): The bid documents say the bid bond should be downloaded from the website. The attachments on the website just have the Performance and Payment bonds but not a Bid Bond Form. Will you be adding the bid bond form or is the surety company's standard form acceptable?
A: You can download a copy of the bid bond in Section 17: Vendor Questionnaire; question 2.4 Bid Bond. You need to be logged into the OpenGov portal to download documents.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.