Loading...
HomeMy WebLinkAboutKennedy-Jenks Consultants, Inc ~ C220048 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: C220048a2 Contract Start Date: May 4, 2022 Contract End Date: June 30, 2026 Contract Title: Pipeline Renewal and Replacement Program Contractor Name: Kennedy-Jenks Consultants, Inc Contract Manager: Ross Horton Department: PW- ENG Contract Costs Original Contract Amount: $907,242.00 (year 1) Total All Previous Amendments: $699,688.00 (year 2) Total of this Amendment: $1,226,787.00 (year 3) Total Contract Amount: $2,833,697.00 – (Council approved $3,376,910 total through year 4) Procurement Authority Contract Type: Personal Services Procurement Type: Formal RFP >$150K Solicitation Number: 2022-12 LCRB Date: 07/24/2024 Account String: Fund-Division-Account Work Order – Activity Type Amount FY 26 5328000-56005 CP96058-EXTERNAL-DES $1,226,787.00 FY 27 – Cont. 5328000-56005 CP96058-EXTERNAL-DES $543,213 Contracts & Purchasing Approval Purchasing Signature: Comments: Amendment, add funds extend end date. DocuSign Routing Route for Signature Name Email Address Contractor Dean Wood deanwood@kennedyjenks.com City of Tigard Brent Stockwell brent.stockwell@tigard-or.gov Final Distribution Contractor Dean Wood deanwood@kennedyjenks.com Project Manager Ross Horton Ross.horton@tigard-or.gov CIP Manager Laura Barrie Laurab@tigard-or.gov CIP Admin Shauna Large shauna@tigard-or.gov Buyer Rosie McGown rosie.mcgown@tigard-or.gov Rev. 8/21 CITY OF TIGARD, OREGON AMENDMENT TO CONTRACT NUMBER C220048 FOR PIPELINE RENEWAL & REPLACEMENT PROGRAM AMENDMENT #2 The Agreement between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and Kennedy-Jenks Consultants, Inc., hereinafter referred to as Contractor, is hereby amended as follows: 1. EFFECTIVE DATE/CONTRACT TERM The term of this Agreement is extended until June 30, 2026. 2. SERVICES TO BE PROVIDED Contractor will perform additional services as provided in Exhibit A.1, which is attached hereto and by this reference made part of the Agreement. 3. COMPENSATION The maximum not to exceed amount that Contractor may be paid for services performed on this Agreement is increased by One Million Two Hundred Twenty-Six Seven Hundred Eighty-Sevent and No/100 Dollars ($1,226,787.00) for a total not to exceed amount of Two Million Eight Hundred Thirty-Three Six Hundred Ninety-Seven and No/100 Dollars ($2,833,697.00). Total payments to Contractor for services under this Agreement, including but not limited to services added by this amendment number 2, shall not exceed the new total without further amendment to the Agreement. 4. Except as expressly provided in this contract amendment, all other terms remain unchanged. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD KENNEDY-JENKS CONSULTANTS, INC. Signature Signature Printed Name Printed Name Date Date Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Dean Wood 6/30/2025 Brent Stockwell 6/30/2025 Client: City of Tigard Project: Pipeline Renewal and Replacement Program Engineering Services Date: June 17, 2025 Subject: Amendment 3 Background Kennedy Jenks is currently providing design and construction support for the City’s Pipeline Renewal and Replacement Program. Year 1 design is nearly complete and will soon transition into engineering services during construction. Year 2 design has recently begun. Both the Year 1 and Year 2 project scopes have evolved based on direction provided by the City and this amendment summarizes the changes to the Contract (scope, schedule, and budget). A summary of the scope changes is provided below: Year 1 generally consist of the following changes requested by the City: • Changes and additions to surface restoration including adding half width and full width paving, resulting in changes to design drawings, level of effort expected during the bid period, and completing conformed drawings. • Increased the frequency of onsite inspections. • Additions to the Record Drawings to capture paving limits. Year 2 generally consist of the following changes requested by the City: • Addition of waterline replacement along Grant Street (addition of approximately 1,100 feet), including feasibility of installing the waterline on the existing Grant Street Bridge. • Evaluation and design of alternative trenchless methods (lining) at the railroad crossing. • Modifying the approach to project delivery; utilizing a two-package approach to fast-track the Karol Court/Katherine Street improvements. • Addition of Bidding and Construction Services (previously not included in the contract or amendments to date). Pipeline Replacement and Prioritization Report Update: • Review third party pipeline condition assessment data and update the prioritization report. Deliverable Schedule Notice to Proceed: May 2025 Year 1 Final Design: August 2025 Bidding: Sept/Oct 2025 Construction NTP: March 2026 Construction Final Completion: November 2026 1500 NE Irving St., Suite 200 Portland, OR 97232 (503) 423-4000 2 EXHIBIT A.1 Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 2 of 18 6/17/2025 Year 2 Phase 1: Katherine and Karol Project 30% Design: July 2025 60% Design: September 2025 90% Design: November 2025 Final Design: January 2026 Year 2 Phase 2: Tigard and Grant Street Project 30% Design: August 2025 60% Design: November 2025 90% Design: March 2026 Final Design: May 2026 Pipe Replacement Prioritization and Summary Report Update Draft Report: November 2025 Final Report: February 2026 Year 1 Amended Scope: Phase 1 - Project Management Task 1.2 - Task Management and Quality Assurance • The project management task has been amended based on the increase in length in the Year 1 project schedule. The added costs are related to additional coordination meetings to incorporate surface restoration, updates to the City’s standard specifications, and additional paving details in the drawings. Virtual bi-weekly progress update meetings (1-hr duration) were held with the City Project Manager, attended by the Kennedy Jenks Project Manager, Project Engineer, and Staff Engineer. Kennedy Jenks will prepare the agenda and prepare meeting minutes (PDF). Phase 3 - Year 1 Pipeline Renewal & Replacement Design Task 3.2 - Geotechnical Engineering The task was amended for Shannon/Wilson to provide recommendations on excavation clearance from existing thrust blocks on unrestrained water lines. Task 3.5 - Engineering Design Task 3.5.E - 100% Design: The task was amended to cover design changes requested by the City during the 90% plan review process. Changes included: • Changes to surface restoration limits and sections. A total of eight sheets were updated to include expanded areas of surface restoration limits. • Changes to pipe vertical profiles to reduce separation between proposed pipe and existing utilities. • Changes to pipe vertical profiles to reduce depth of cover over pipe. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 3 of 18 6/17/2025 Phase 4 - Construction Services (Year 1) Task 4.1 - Bid Support Services Task 4.1.B - Respond to Bidder Questions: The scope was amended to add an additional 5 bidder questions/responses during bidding. These additional questions are assumed to be encountered related to the addition of the surface restoration sheets. Task 4.1.E - Conformed Drawings: This task was amended to include additional time for preparation of conformed drawings to accommodate the additional pavement restoration limits and potential bidder questions/addendum items related to these drawings. Task 4.2 - Construction Management Services Task 4.2.A – Attend Pre-Construction Meeting: A Kennedy Jenks Engineer will attend the Pre- Construction Meeting with the City and Contractor to meet the Contractor’s team and review the scope of work. Kennedy Jenks will provide the City with meeting notes. Task 4.2.D - Review Pay Applications: One additional pay application was added in this amendment (6 originally scoped, a total of seven months of construction are now anticipated). Task 4.2.F - Field Observation Services: The original contract included 8 hours of field observation time per week. The City requested this time be increased to 24 hours per week (3 days per week). This amendment adds 16 additional hours per week for a Kennedy Jenks inspector to be onsite for a total of up to 24 hours per week for the 28-week construction duration. Additionally, a Kennedy Jenks engineer will assist with review of construction inspection reports and project management for up to 6 hours per week. Kennedy Jenks will manage construction documents using SharePoint or a similar platform. Task 4.2.G - Construction Meetings: The stamping engineer will attend the weekly construction meetings on a bi-weekly basis. This assumes a total of 28 total meetings with attendance at 14. This attendance will help support construction administration delivery and overall follow up/discussion as needed related to submittal or RFI responses and changes in the Work. Task 4.2.H - Prepare Record Drawings: This task was amended to include additional time for record drawings to accommodate the additional pavement restoration limits added to the sheet list. Task 4.2.I Survey Monuments: This task was added to record and re-set survey monuments that are disturbed during construction. The task includes creating a pre-construction survey showing locations of all found monuments for the project, post-construction boundary monument recovery, and post- construction record of survey. Assumptions: • Construction inspection visits will be coordinated with inspection times and weekly construction meetings. Additional day-to-day inspections will be provided by the City. • Special inspections and testing services are not included in scope of work. • No overtime or weekend work is included in the estimate. Year 1 Deliverables: As described in the original contract under Phase 4.1. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 4 of 18 6/17/2025 Year 2 Amended Scope: Phase 3A - Year 2 Pipeline Renewal & Replacement Design The year 2 project had originally been scoped in a broad fashion, assuming approximately one mile of pipeline replacement without knowing specific details regarding the location of the work. As more information has been provided across the City and Kennedy Jenks team, a more detailed and comprehensive understanding of the project has been defined. The following section outlines the changes to the scope of delivery for the Year 2 project. Delivery of the Year 2 project will be completed using two construction packages. The first package will be identified as the Karol and Katherine Project and the second package is named the Tigard and Grant Street Project. The Tigard and Grant Street Project also includes extending the waterline improvements along Grant from approximately SW Tigard Street to SW Johnson Street. This section was not initially included in the overall Year 2 project and adds approximately 1,100 feet of waterline improvements to the project, beyond the originally assumed 1-mile length. The additional length requires additional survey work, additional waterline design, and a feasibility study and design of the Fanno Creek Crossing via pipe hanging on the existing bridge. Task 3A.1 - Design Surveys Task 3A.1.A – Topographic Survey - Kennedy Jenks: The effort for Kennedy Jenks’s review of GIS and record drawings was increased to cover the additional area of pipeline replacement along Grant Street. Task 3A.1.B - Topographic Survey - OTAK: The scope of the survey subconsultant was increased based on the following additional tasks: • Obtain additional survey along Grant Street. • Obtain additional bathymetry survey in Fanno Creek. • Obtain and Ownership and Encumbrance (OAE) report from a title company for Woodard Park. • Provide 2 easement descriptions (1 TCE, and 1 PE) for the Woodard Park property. Task 3A.1.C - Limited Utility Survey: The number of Temporary Construction Easement Figures was increased to 12 based on the additional area. Task 3A.1.D - Bridge Structural Recommendations - OTAK: The structural engineer subconsultant will perform a feasibility analysis of hanging water lines from the bridges at Grant Avenue and Tiedeman Avenue. Work will include a desktop data review and field investigations. A memo will be written summarizing the suitability for the two bridges for the new loads imposed by the water lines and provided with the Basis of Design Report under Task 3.4. Task 3A.2 - Geotechnical Engineering Task 3A.2.B – Geotechnical Investigation: The scope of the geotechnical subconsultant was amended to include additional borings at Grant Avenue and at the creek crossing of Fanno Creek at Tiedeman Ave. The geotechnical report will include a discussion on feasibility of a trenchless crossing at Tiedeman Ave as well as advantages and disadvantages of up to three trenchless installation methods at this location. This scope assumes the Fanno Creek crossing will utilize bridge hanging; no trenchless evaluation is included at this location. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 5 of 18 6/17/2025 Task 3A.3 - Permitting • Work adjacent to and under Fanno Creek is assumed to impact wetlands, floodplain, and Fanno Creek. In addition to the permits identified in the June 2024 proposal (Right-of-Way Permits and Clean Water Services Erosion Control Permit), Kennedy Jenks will provide applications in PDF format for the Joint Permit Application (JPA) to the Army Corps of Engineers and Oregon Department of State Lands. The following assumptions related to the JPA apply: • Only one JPA will be required for the full extent of the Year 2 project. • The City will be defined as the Applicant on the JPA and Kennedy Jenks as the Authorized Agent. • Site material is not a carrier of contaminants and no physical or chemical testing of site material will be required. • Wetland delineation for segments adjacent to and crossing Fanno Creek will be performed by the City of Tigard’s on-call consultant. • A cultural resource survey is not required to be performed on the project area. • The project is not part of a DEQ Cleanup Site. • Clean Water Services Erosion Control Permit can be used as erosion control plans in the JPA • No project activities involve discharges of site material into waters of the United States. • Planned open-cut pipeline installation activities are outside of delineated wetlands. • A Solid Waste Letter of Authorization or a Beneficial Use Determination from DEQ will not be required for disposal of site material. • The City will pay any water quality certification fees required by the JPA. • Permits with the Department of Fish and Wildlife and NOAA Fisheries will not be required for pipes adjacent to and crossing Fanno Creek. It is assumed that neither a No-rise Certification, a Letter of Map Revision (LOMR), nor a Land Use Application (LUA) will be required. Post Construction Monitoring for waterbodies or wetlands is not included in this scope of work. To document contact with local, state and federal agencies with responsibilities or interests in the environmental impacts, Kennedy Jenks will prepare up to eight (8) Environmental Agency cross- cutter letters soliciting agency input. It is anticipated that agencies responsible for wetlands, flood plain management, and Endangered Species and sensitive habitats will have to be contacted. We will make efforts to solicit responses to our requests; however, the response time for these letters is beyond our control. Up to six weeks will be allowed for responses. Task 3A.4 - Preliminary Engineering Design • The effort for preliminary analysis of existing conditions will be increased to cover additional feasibility screening for methods of crossing the creeks and the railroad crossing. • The Basis of Design Report (BODR) scope will be amended to add discussions of feasibility of different pipe replacement options for the creek crossings and cured-in-place pipe (CIPP) liner for the railroad. • For the creek crossings, the BODR will include a feasibility analysis of CIPP, hanging pipes from both bridges, and trenchless methods for Tiedeman Avenue only. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 6 of 18 6/17/2025 • For the railroad crossing, the BODR will include feasibility of rehabilitating the existing pipeline using CIPP lining. It is Kennedy Jenks’ understanding that the City is not considering pipe replacement or other trenchless methods for the railroad crossing. The findings of the feasibility analysis will be used by the City and Kennedy Jenks to decide on replacement methods for the creek and railroad crossings. The BODR will be submitted to the City at the 30% deliverable, and the decision on crossing methods will occur before work starts on the 60% design. The City has stated that one BODR can be prepared for both Year 2 projects and can be delivered as part of the 30% submittal of the larger project. Task 3A.5 - 30% Design, 3.6 60% Design, 3.7 90% Design, 3.8 100% Design The design tasks 3.5 through 3.8 cover the Year 2 design outside of the limits of Karol Court and Katherine Street. These tasks were amended to add effort as follows: • Additional specifications and drawings will be needed for the two creek crossings and the railroad crossing. Conversely, sheets associated with the Karol and Katherine Street project have been subtracted from this Phase 2 project. A summary of the sheets originally contracted versus the sheets now anticipated is presented below in Table 1. A total of NET 3 new sheets is expected. Table 1: Year 2 Sheet Audit Sheet Number Sheet Title Design Submittal Sheets included in original Contract and moved to Karol/Katherine Project 30% 60% 90% 100% C-101 Katherine Street Plan And Profile - I ✓ ✓ ✓ ✓ C-102 Katherine Street Plan And Profile - II ✓ ✓ ✓ ✓ C-103 Katherine Street Plan And Profile - III ✓ ✓ ✓ ✓ C-104 Karol Ct And Profile - I ✓ ✓ ✓ ✓ C-303 Paving and Erosion Control Plan - I ✓ ✓ ✓ C-304 Paving and Erosion Control Plan - II ✓ ✓ ✓ Sheets not included in original Contract and added via addition of Grant Street 30% 60% 90% 100% C-101 Grant Street Plan And Profile - I ✓ ✓ ✓ ✓ C-102 Grant Street Plan And Profile – II ✓ ✓ ✓ ✓ C-103 Grant Street Plan And Profile - III ✓ ✓ ✓ ✓ C-303 Paving and Erosion Control Plan - I ✓ ✓ ✓ C-304 Paving and Erosion Control Plan - II ✓ ✓ ✓ C-305 Paving and Erosion Control Plan - III ✓ ✓ ✓ C-400 Railroad Pipe Rehabilitation Details I ✓ ✓ ✓ C-401 Crossing Details I ✓ ✓ ✓ C-402 Crossing Details II ✓ ✓ ✓ Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 7 of 18 6/17/2025 Phase 3A - Assumptions • A subcontract with a CIPP liner vendor will not be required. • If CIPP is selected, a CIPP liner preliminary pit layout and example specifications will be provided by the vendor and incorporated into the project drawings by Kennedy Jenks. • All work will be in the City, County, or ODOT right-of-way. No ground disturbance will occur in Portland/Western Railroad right-of-way. • Up to 12 temporary construction easement figures. • No ODOT coordination will be required for pipe under the Highway 99 overpass in Tigard Street. Phase 4A - Year 2 Construction Services Phase 4A includes Construction Services for the Year 2 project. The existing contract (with amendments) does not include Construction Services for the Year 2 work; therefore, all scope listed below is new. The scope narrative and tasks are consistent with the Construction Services provided in the Year 1 project, with modifications to quantities (i.e. project duration, submittal and RFI count, and onsite observation days). Task 4A.1 - Year 2 Bidding Support Services Task 4A.1.A - Attend Pre-Bid Meeting: A Kennedy Jenks engineering team member will attend the Pre- Bid meeting and assist the City in providing a project summary and meeting notes. Task 4A.1.B - Respond to Bidder Inquiries: Kennedy Jenks will respond to up to 20 bidder inquiries and prepare clarifications in writing for the City to incorporate into Addenda. Task 4A.1.C - Prepare Addenda: Kennedy Jenks will prepare materials supporting up to two Addenda, including sketches, minor drawing revisions, minor specification revisions, or additional information to become part of the bid documents. Task 4A.1.D - Bid Evaluation Support: Kennedy Jenks will review bids, prepare a bid tabulation, check Contractor license, bonding, and references, and assisting in the preparation of a recommendation to award letter. Task 4A.1.E - Conformed Drawings: Kennedy Jenks will preparing a conformed set of drawings and specifications incorporating addenda and will submit the conformed set to the City for use by the Contractor during construction. Task 4A.1 - Deliverables • Meeting minutes in MS Word or PDF format • Responses to bidder questions in email or MS Word format • Addenda materials including responses to questions, sketches, and specifications in PDF or MS Word Format • Conformed drawings and specifications labeled “Issued for Construction” in PDF format Task 4A.1 - Assumptions • City will advertise the project and host contract documents and addenda for bidder download. • City will receive questions and comments from Bidders and furnish to Kennedy Jenks to answer. • City will prepare Notice of Intent to Award and Notice of Award letters. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 8 of 18 6/17/2025 Task 4A.2 - Year 2 Construction Services Kennedy Jenks’s Construction Manager will oversee construction services. Kennedy Jenks staff will use the City’s preferred construction management platform for document management. The following tasks describe Kennedy Jenks’s Construction Services. Task 4A.2.A - Attend Pre-Construction Meeting: A Kennedy Jenks Engineer will attend the Pre- Construction Meeting with the City and Contractor to meet the Contractor’s team and review the scope of work. Kennedy Jenks will provide the City with meeting notes. Task 4A.2.B - Review Contractor Submittals: Kennedy Jenks’s Construction Manager will review Contractor submittals for compliance with the Contract Documents. Each submittal will have a submittal response form with specific comments to the Contractor and a clear direction on resubmittal or acceptance requirements. The scope of work assumes 20 submittal reviews with 10 resubmittal reviews, with three hours of review by engineering staff per submittal, plus QA/QC. Task 4A.2.C - Respond to Requests for Information: Kennedy Jenks’s Construction Manager will review Requests for Information (RFIs) from the Contractor and prepare responses. If the RFI or its response significantly impacts the project scope or project cost, the response will be reviewed with the City’s PM prior to returning to the Contractor. The scope of work assumes 20 RFIs for this project, with two hours of review and response by engineering staff per RFI, plus QA/QC. Task 4A.2.D - Review Pay Applications: Kennedy Jenks’s Construction Manager will review Contractor- submitted Pay Applications with the City’s PM and Construction Observer for accuracy. If necessary, Kennedy Jenks will participate in a meeting with the Contractor to discuss disputed items on the Pay Applications. The scope of work assumes 8 Pay Applications for this project. Task 4A.2.E - Requests for Quote and Proposed Change Orders: Kennedy Jenks’s Construction Manager will assist the City by preparing materials for Requests for Quote (RFQs) if changes in the work are needed. The Kennedy Jenks team will prepare up to 10 sketches and written description for up to 5 RFQs. Kennedy Jenks will assist the City with review of up to 5 Proposed Change Orders for completeness and for costs against current construction costs. The scope of work assumes the City will administer and publish the RFQs and Change Orders. Task 4A.2.F – Field Inspection & Observation Services: A Kennedy Jenks inspector will be onsite up to 24 hours per week for the 32-week construction duration. A Kennedy Jenks senior engineer will assist with review of construction inspection reports and project management for up to 6 hours per week. Kennedy Jenks will manage construction documents using SharePoint or a similar platform. Task 4A.2.G - Punchlist and Final Walk-Through: When the Contractor has advanced the project to substantial completion, a Kennedy Jenks Engineer will conduct two site visits, each assumed to be 4 hours in duration, to review the work with the City and Contractor. Kennedy Jenks will prepare a punchlist of items to be completed prior to final completion and review with the City’s PM, who will prepare and send the final punchlist. A Kennedy Jenks Engineer will conduct a final walk-through to review the punchlist items completion. If items remain to complete, we will assist the City’s PM in preparing a follow-up punchlist. Task 4A.2.H - Prepare Record Drawings: After Contractor red-lines are received, Kennedy Jenks will prepare record drawings in PDF format showing the as-constructed facilities based on construction observation and contractor provided notes. Task 4A.2.I Survey Monuments: This task was added to record and re-set survey monuments that are disturbed during construction. The task includes creating a pre-construction survey showing locations of Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 9 of 18 6/17/2025 all found monuments for the project, post-construction boundary monument recovery, and post- construction record of survey. Task 4A.2 - Assumptions • The construction duration is approximately 8 months. • City will provide and pay for construction management software to administer the project. • City will coordinate submittal and RFI review with Kennedy Jenks team. • City will prepare and sign Change Orders. • City will issue punchlist to Contractor. • Contract red lines are assumed to be submitted by the Contractor after completion of the work. • Survey verification of installed assets is assumed to be provided by the Contractor. The scope of work includes incorporating the Contractor’s field surveyed results, but the actual surveying will be provided by the Contractor. • The City will hire a materials testing laboratory for special inspection and testing services. Task 4A.2 - Deliverables • Preconstruction Meeting minutes in MS Word or PDF format • Contractor submittal responses in MS Word format • Responses to RFIs in MS Word format • Requests for Quote materials in MS Word and PDF format • Field visit daily reports and photos in PDF format • Punchlist in MS Word format • Record drawings in PDF format Phase 5 - Karol Court and Katherine Street A new phase and subtasks were added for the design of water line replacements in Karol Court and Katherine Street. Waterline improvements within these streets will be prepared as a standalone construction set that will allow for an accelerated construction schedule in 2026. Phase 5 has been added to include scope to deliver this as a standalone design package that will be bid and constructed separately from the Year 2 project described above in Phase 3. Task 5.1 - Project Management Plan Kennedy Jenks’s PM will update the Project Management Plan (PMP) to include this separate delivery strategy and provide transparency of schedule and communicate team expectations as the project progresses, including the health and safety plan for field investigation and communications plan. All documentation will be maintained on an agreed-upon document management platform. Task 5.1 - Deliverables • Updated Project Management Plan • Updates to Risk Register, Decision Log and Schedule Task 5.2 - Task Management • Manage the team for task progress and status. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 10 of 18 6/17/2025 Task 5.2 - Assumptions o The Karol Court/Katherine Street work will be monitored and invoiced under the single project invoice already included in the scope of work. Task 5.3 - Project Administration and Cost Control This task will be used to track project cost controls specific to the Karol Court/Katherine Street work. The current scope language stated in Task 1.3 will be applied to the Karol Court/Katherine Street delivery package. This task assumes the work will be incorporated into existing Cost Control tools (ie, a single Risk Register for the overall Project). Task 5.4 - Coordination with City & Project Meetings This task includes meetings to provide required communication between the City’s PM and Kennedy Jenks team. While there will be overlap and efficiency in existing project meetings, specific topics related to this package will now be added to these existing meetings. To support these, the following assumptions are used to capture how this packaged delivery would be supported: • One (1) virtual kick-off meeting, assumed to be up to 2 hours duration and attended by Kennedy Jenks’s Project Manager and Project Engineer. Kennedy Jenks will prepare a draft and final agenda and meeting minutes. • An additional 10 progress update meetings (1-hr duration) with the City Project Manager, attended by the Kennedy Jenks Project Manager, Project Engineer, and Staff Engineer. Kennedy Jenks will prepare the agenda and prepare meeting minutes (Adobe PDF). A total of 10 meetings specific to this delivery package are assumed in addition to the scope of work described in Task 1.4. • It is assumed that meetings will be used to discuss all Tigard pipe replacement projects under this contract, so meeting time is split with other Phases. • It is assumed that standalone meetings will be used for the specific deliverable review workshops. Workshops to review draft deliverables including: o Design (30%, 60%, and 90%) Task 5.4 - Deliverables • Kickoff meeting agenda and meeting minutes • Incorporating Karol/Katherine project discussions into the weekly coordination meeting agenda and minutes scoped under Task 1.4 Task 5.5 - Quality Management Kennedy Jenks will update the Quality Management Plan (QMP) for the project that identifies procedures, compliance methods, lines of communications and responsibilities, methods of checking and correcting the work, formats, procedures for responding to comments on deliverables, and record keeping requirements. The QMP shall also identify personnel and schedules to complete Quality Assurance and Quality Control (QA/QC) reviews of the work and deliverables. Once approved, work will commence, and the Project Manager will be responsible for the day-to-day project activities and communication. Task 5.5 - Deliverables • Updated Quality Management Plan Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 11 of 18 6/17/2025 Task 5.6 - Permitting Kennedy Jenks will determine the necessary permits, attend pre-application meetings, and develop a permitting plan. For the purpose of this scope of work Kennedy Jenks has assumed the following permits will be required: • Right-of-Way Permits for City of Tigard and Washington County – For this proposal we have assumed this project will require permits to occupy the right-of-way from the referenced jurisdictions. • Clean Water Services Erosion Control Permit – All projects within urbanized areas of Washington county require Development Services Review. For the purpose of this project, KJ has assumed the disturbed area will be between 1 and 5 acres and will require a 1200-CN Erosion Control Permit. Task 5.7 - 30% Design Kennedy Jenks will prepare a 30% design package including the following: • 30% drawings as indicated in Table 2 • Preliminary Opinion of probable construction cost • Technical specifications table of contents Plan and profile sheets for the 30% drawings will show existing conditions, demolition, and pipeline alignment plans. Pipeline profiles will not be completed at the 30% stage; instead, the horizontal alignment will be reviewed and approved by the City before advancing to 60%. Deliverables will be reviewed by a senior Kennedy Jenks staff member. Review comments received from the internal Quality Assurance/Quality Control (QA/QC) review shall be addressed prior to submittal to the City. Following review of the 30% package by the City, Kennedy Jenks staff will meet with the City to review and discuss City comments. Table 2: Katherine Street and Karol Court Sheet List Sheet Number Sheet Title Design Submittal 30% 60% 90% 100% G-001 Title Sheet, Location Map, Vicinity Map, And Drawing Index ✓ ✓ ✓ ✓ G-002 General Notes And Legend ✓ ✓ ✓ ✓ G-003 Traffic Control and Paving General Notes ✓ ✓ ✓ C-001 Civil Abbreviations And Notes ✓ ✓ ✓ ✓ C-002 Civil Legend ✓ ✓ ✓ ✓ C-003 Civil Standard Details – I (City Standard Details) ✓ ✓ ✓ ✓ C-004 Civil Standard Details – II (City Standard Details) ✓ ✓ ✓ ✓ C-005 Civil Standard Details - III ✓ ✓ ✓ C-100 Key Map ✓ ✓ ✓ ✓ C-101 Plan And Profile - I ✓ ✓ ✓ ✓ C-102 Plan And Profile - II ✓ ✓ ✓ ✓ C-103 Plan And Profile - III ✓ ✓ ✓ ✓ C-104 Plan And Profile - IV ✓ ✓ ✓ ✓ Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 12 of 18 6/17/2025 C-200 Connection Details ✓ ✓ C-300 Paving and Erosion And Sediment Control Cover Sheet ✓ ✓ ✓ C-301 Erosion Control Details ✓ ✓ C-302 Paving and Erosion Control Site Map And Key Map ✓ ✓ ✓ C-303 Paving and Erosion Control Plan - I ✓ ✓ ✓ C-304 Paving and Erosion Control Plan - II ✓ ✓ ✓ Task 5.8 - 60% Design Kennedy Jenks will prepare a 60% design package including the following: • 60% drawings as indicated on Table 2 • Draft technical specifications • Opinion of probable construction cost based on 60% drawings Plan and profile sheets for the 60% drawings will show existing conditions, demolition, paving, erosion control, pipeline alignment, and pipeline profiles. Deliverables will be reviewed by a senior Kennedy Jenks staff member. Review comments received from the internal Quality Assurance/Quality Control (QA/QC) review shall be addressed prior to submittal to the City. Following review of the 60% package by the City, Kennedy Jenks staff will meet with the City to review and discuss City comments. Task 5.9 - 90% Design Kennedy Jenks will prepare a 60% design package including the following: • 90% drawings as indicated on Table 2 • Technical specifications • AACE Level 2 opinion of probable construction cost based on 90% drawings and specifications • Construction schedule based on 90% design The 90% drawings will be suitable for City, County, ODOT, and Clean Water Services submittal and review. Deliverables will be reviewed by a senior Kennedy Jenks staff member. Review comments received from the internal Quality Assurance/Quality Control (QA/QC) review shall be addressed prior to submittal to the City. Following review of the 90% package by the City, Kennedy Jenks staff will meet with the City to review comments and discuss the City’s concerns. Task 5.10 - 100% Design Kennedy Jenks will prepare a 100% design package ready for bidding including the following: • 100% drawings as indicated on Attachment 1 • 100% technical specifications, including special provisions of permitting agencies • Updated opinion of probable construction cost with final quantities based on 100% drawings and specifications • Updated construction schedule based on 100% design Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 13 of 18 6/17/2025 Deliverables will be reviewed by a senior Kennedy Jenks staff member. Review comments received from the internal Quality Assurance/Quality Control (QA/QC) review shall be addressed prior to submittal to the City. Final plans and specifications will be sealed and signed by the Engineer of Record. All electronic documents will be provided to the City to upload to the Project Bidding Portal. Phase 5 – Deliverables: • Applications for two right-of-way permits in PDF format. • Application for Clean Water Services Development Services (Erosion Control). • No temporary construction easement figures will be required. • 30% drawings, estimate of probable construction costs, technical specifications table of contents. • 60% drawings, estimate of probable construction costs, draft technical specifications. • 90% drawings, estimate of probable construction costs, 90% technical specifications, 90% construction schedule. • 100% Final drawings sealed and signed, updated estimate of probable construction costs, 100% technical specifications sealed and signed, final construction schedule. Phase 5 – Assumptions: For this scope of work, we have assumed the following: • One Basis of Design Report will be prepared for all Year 2 work including Karol Court and Katherine Street. • Projects will have no significant impact to threatened or endangered species. • The City is responsible for payment of all government application, permitting, municipal fees, easement fees, and all other fees. • The City will obtain all necessary permanent and temporary construction easements. • All work will be in the City, County, or ODOT right-of-way. • No wetland or waterway resources will be impacted, therefore, no permits involving the Army Corps of Engineers and Oregon Department of State Lands are required. • Drawings will be prepared in accordance with City of Tigard CAD standards. • City Standard details will be used where practical. • All final deliverables will be in PDF format delivered by email or online transfer. • The City will pay all permit fees and will pay fees in lieu of building stormwater detention. • No new stormwater detention or treatment will be required or designed for this project. • Existing water distribution system modeling will be relied upon for the design of new pipelines. No water system modeling work is included in this scope of work. • No structures or appurtenances such as flow control systems, pressure reducing or regulating systems, or other water flow control configurations are included in the scope of work. • No drainage changes are included in paving plans. • Erosion control drawings will include one set of sheets showing new pipelines, erosion control, paving, and relevant details. No existing condition sheets are required. • Paving details will be provided by the City. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 14 of 18 6/17/2025 Phase 6 - Katherine Court and Karol Street Construction Services Phase 6 includes Construction Services for the Katherine and Karol Street project. The scope narrative and tasks are similar to the Construction Services provided for all portions of this contract, with modifications to quantities (Project duration, submittal and RFI count, onsite observation days, etc). Task 6.1 - Katherine Court and Karol Street Bidding Support Services Task 6.1.A - Attend the Pre-Bid Meeting: A Kennedy Jenks engineering team member will attend the Pre-Bid meeting and assist the City in providing a project summary and meeting notes. Task 6.1.B - Respond to Bidder Inquiries: Kennedy Jenks will respond to up to 10 bidder inquiries and prepare clarifications in writing for the City to incorporate into Addenda. Task 6.1.C - Prepare Addenda: Kennedy Jenks will prepare materials supporting one Addenda, including sketches, minor drawing revisions, minor specification revisions, or additional information to become part of the bid documents. Task 6.1.D - Bid Evaluation Support: Kennedy Jenks will review bids, prepare a bid tabulation, check Contractor license, bonding, and references, and assisting in the preparation of a recommendation to award letter. Task 6.1.E - Conformed Drawings: Kennedy Jenks will preparing a conformed set of drawings and specifications incorporating addenda and will submit the complete set to the City for use by the Contractor during construction. Task 6.1 – Deliverables: • Meeting minutes in MS Word or PDF format • Responses to bidder questions in email or MS Word format • Addenda materials including responses to questions, sketches, and specifications in PDF or MS Word Format • Conformed drawings and specifications labeled “Issued for Construction” in PDF format Task 6.1 – Assumptions: • City will advertise the project and host contract documents and addenda for bidder download. • City will receive questions and comments from Bidders and furnish to Kennedy Jenks to answer. • City will prepare Notice of Intent to Award and Notice of Award letters. Task 6.2 - Katherine Court and Karol Street Construction Services Kennedy Jenks’s Construction Manager will oversee construction services. Kennedy Jenks staff will use the City’s preferred construction management platform for document management. The following tasks describe Kennedy Jenks’s Construction Services. Task 6.2.A - Attend Pre-Construction Meeting: A Kennedy Jenks Engineer will attend the Pre- Construction Meeting with the City and Contractor to meet the Contractor’s team and review the scope of work. Kennedy Jenks will provide the City with meeting notes. Task 6.2.B - Review Contractor Submittals: Kennedy Jenks’s Construction Manager will review Contractor submittals for compliance with the Contract Documents. Each submittal will have a submittal response form with specific comments to the Contractor and a clear direction on resubmittal or acceptance requirements. The scope of work assumes 20 submittal reviews with 10 resubmittal reviews, with three hours of review by engineering staff per submittal, plus QA/QC. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 15 of 18 6/17/2025 Task 6.2.C - Respond to Requests for Information: Kennedy Jenks’s Construction Manager will review Requests for Information (RFIs) from the Contractor and prepare responses. If the RFI or its response significantly impacts the project scope or project cost the response will be reviewed with the City’s PM prior to returning to the Contractor. The scope of work assumes 20 RFIs for this project, with two hours of review and response by engineering staff per RFI, plus QA/QC. Task 6.2.D - Review Pay Applications: Kennedy Jenks’s Construction Manager will review Contractor- submitted Pay Applications with the City’s PM and Construction Observer for accuracy. If necessary, Kennedy Jenks will participate in a meeting with the Contractor to discuss disputed items on the Pay Applications. The scope of work assumes 3 Pay Applications for this project. Task 6.2.E - Requests for Quote and Proposed Change Orders: Kennedy Jenks’s Construction Manager will assist the City by preparing materials for Requests for Quote (RFQs) if changes in the work are needed. The Kennedy Jenks team will prepare up to 4 sketches and written description for up to 2 RFQs. Kennedy Jenks will assist the City with review of up to 2 Proposed Change Orders for completeness and for costs against current construction costs. The scope of work assumes the City will administer and publish the RFQs and Change Orders. Task 6.2.F - Construction Inspection Services: A Kennedy Jenks inspector will be onsite up to 24 hours per week for the 8-week construction duration. A Kennedy Jenks senior engineer will assist with review of construction inspection reports and project management for up to 6 hours per week. Kennedy Jenks will manage construction documents using SharePoint or a similar platform. Task 6.2.F Assumptions: • Construction inspection visits will be coordinated with inspection times and weekly construction meetings. Additional day-to-day inspections will be provided by the City. • Special inspections and testing services are not included in scope of work. • No overtime or weekend work is included in the estimate. Task 6.2.G - Punchlist and Final Walk-Through: When the Contractor has advanced the project to substantial completion, a Kennedy Jenks Engineer will conduct two site visits, each assumed to be 4 hours in duration, to review the work with the City and Contractor. Kennedy Jenks will prepare a punchlist of items to be completed prior to final completion and review with the City’s PM, who will prepare and send the final punchlist. A Kennedy Jenks Engineer will conduct a final walk-through to review the punchlist items completion. If items remain to complete, we will assist the City’s PM in preparing a follow-up punchlist. Task 6.2.H - Prepare Record Drawings: After Contractor red-lines are received, Kennedy Jenks will prepare record drawings in PDF format showing the as-constructed facilities based on construction observation, and contractor provided notes. Task 6.2.I Survey Monuments: This task was added to record and re-set survey monuments that are disturbed during construction. The task includes creating a pre-construction survey showing locations of all found monuments for the project, post-construction boundary monument recovery, and post- construction record of survey. Task 6.2 - Deliverables and Assumptions: as described in the original contract under Phase 4.2. Task 6.2 - Deliverables • Preconstruction Meeting minutes in MS Word or PDF format • Contractor submittal responses in MS Word format • Responses to RFIs in MS Word format Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 16 of 18 6/17/2025 • Requests for Quote materials in MS Word and PDF format • Field visit daily reports and photos in PDF format • Punchlist in MS Word format • Record drawings in PDF format Task 6.2 - Assumptions • The construction duration is approximately 2 months. • City will provide and pay for construction management software to administer the project. • City will coordinate submittal and RFI review with Kennedy Jenks team. • City will prepare and sign Change Orders. • City will issue punchlist to Contractor. • Contract red lines are assumed to be performed after completion of the work. • Survey verification of installed assets is assumed to be provided by the Contractor. This scope of work includes incorporating the Contractor’s field surveyed results, but this scope of work excludes the actual surveying. • The City will hire a materials testing laboratory for special inspection and testing services. Phase 8 – Pipe Replacement Prioritization and Summary Report Update Phase 8 is a stand along Phase of work not associated with any of the other design phases. This Phase is used to review and analyze third party data and provide an update to the Pipe Replacement Prioritization and Summary Report originally completed under Phase 2 of the Contract. Task 8.1 – Data Review Kennedy Jenks will review data provided by Mueller Echologics in pdf and GIS format and revise the risk and prioritization criteria as needed. Task 8.2 – Draft Report Kennedy Jenks will update the prioritization report. A new section discussing results of the pipe condition data will be added. The deliverable will be a draft report in pdf and word document format. Task 8.3 – Final Report Kennedy Jenks will discuss the report with the City and finalize the report based on City comments. The deliverable will be a final report in pdf format. Task 8.4 – Report Allowance An allowance is included for additional data analysis services if requested by the City. Tasks may include: • Field verification of pipe condition measurements in which a Kennedy Jenks staff member accompanies City operations staff during potholing to check pipe condition • GIS data analysis to look for trends in pipe condition that could be used to infer pipe condition outside of the data collection area. Scope of services under Task 8.4 will be agreed upon between Kennedy Jenks and the City, and this task will not proceed without written authorization from the City. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 17 of 18 6/17/2025 Assumptions: • Discussions with the City will take place during project biweekly meetings. • Mueller Echologics will be available for questions and will respond within 2 weeks of requests for information. • Mueller Echologics will provide a summary report as a pdf and pipe condition data in GIS format. • Pipe replacement projects may be reordered, but the components of each project will not need to be changed. • Likelihood of Failure model will not be updated. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Q:\Projects\2022\2276011.00_Tigard Pipeline Renewal & Replacement\02-CntrctsAgmts\2.01-PrimContract\Year 2 Documents\Amend 3 2025\ToRoss_06.12.2025\Tigard 227601100_Amend3_2025_v3.docx 18 of 18 6/17/2025 Basis of Compensation The compensation for our services will be provided on a time and expense reimbursement basis at the rates shown in the enclosed Schedule of Rates dated January 2025. Payments shall be made monthly based on invoices which describe services and list actual costs and expenses. Based on our estimate of services detailed in the attached budget spreadsheet, we propose an Amendment #3 budget of $1,226,787 which will not be exceeded without authorization by the City. Phase Current Contract Budget Proposed Amendment #3 Budget Total (Contracted + Amendments) Year 1 PHASE 1 - Year 1 Project Management $114,498 $22,366 $136,864 PHASE 2 - Year 1 Pipe Replacement Prioritization & Summary Report $86,528 - $86,528 PHASE 3 - Year 1 Pipeline Renewal & Replacement Design $557,453 $82,598 $640,051 PHASE 4 - Year 1 Construction Services $148,763 $198,661 $347,424 Year 2 PHASE 1A - Year 2 Project Management $106,774 - $106,774 PHASE 2A - Year 2 Alternate/Emerging Tech for R&R TM $42,628 - $42,628 PHASE 3A - Year 2 Pipeline Renewal and Replacement Design $550,266 $219,677 $769,943 PHASE 4A - Year 2 Construction Services - $364,155 $364,155 Karol / Katherine Project PHASE 5 - Karol/Katherine Project Management and Design - $181,547 $181,547 PHASE 6 - Karol/Katherine Construction Services - $104,094 $104,094 Replacement Prioritization and Summary Report PHASE 8 - Year 2 Pipe Replacement Prioritization and Summary Report - $53,689 $53,689 Total $1,606,910 $1,226,787 $2,833,697 Year 1 Original Contract = $907,242 Year 2, Amendment #2 = $699,668 Proposed Amendment #3 = $1,226,787 Total = $2,833,697 Attachments: A. Fee Estimate B. Rate Schedule Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Proposal Fee Estimate CLIENT Name: PROJECT Description: Proposal/Job Number:Date: City of Tigard Year 1 Design and Construction Additions 6/17/20252276011*10 Custom Rate Schedule 2025 KJ KJ KJ Sub Sub KJ KJ KJ TotalSubsEng-Sci- 4 Eng-Sci-3 Eng-Sci-2 CAD-DesignCAD-Senior TechTotalExpensesTotal Labor + Subs + ExpensesProject AssistantAdmin. Assist.TotalLaborEng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-5Classification:Total LaborEscalationAssoc. Proj. CostsOTAKS&WSub-MarkupODCsODCs MarkupTotalSubsEng-Sci- 4 Eng-Sci-3 Eng-Sci-2 CAD-DesignCAD-Senior TechTotalExpensesTotal Labor + Subs + ExpensesProject AssistantAdmin. Assist.TotalLaborEng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-5Hourly Rate:$285 $260 $235 $220 $195 $175 $160 $170 $165 $150 $133 Hours Fees 3.00%$5.00 Fees Fees 5%Fees 5%Fees Phase 1: Project Management Task 1.2 Task Management and Quality Assurance 22 60 18 6 106 $21,200 $636 $530 $0 $0 $22,366 $0 $0 $22,366 Phase 1 - Subtotal 0 22 0 0 60 0 18 0 0 6 0 106 $21,200 $636 $530 $0 $0 $0 $0 $0 $22,366 $0 $0 $22,366 Phase 3: Pipeline Renewal & Replacement Design (9 Months) Task 3.2 Geotechnical Engineering 0 $0 $0 $3,000 $150 $0 $0 $3,150 $0 $3,150 Task 3.5 Engineering Design Task 3.5.E 100% Design 24 18 75 50 75 170 8 420 $75,095 $2,253 $2,100 $0 $0 $79,448 $0 $0 $79,448 Phase 3 - Subtotal 0 24 18 0 75 50 75 0 170 8 0 420 $75,095 $2,253 $2,100 $0 $3,000 $150 $0 $0 $79,448 $3,150 $0 $82,598 Phase 4: Construction Services Task 4.1: Bid Support Services (3 months) Task 4.1.B Respond to Bidder Questions 2 5 5 12 $2,370 $60 $0 $0 $2,430 $0 $0 $2,430 Task 4.1.E Conformed Drawings 2 8 20 30 $5,380 $150 $0 $0 $5,530 $0 $0 $5,530 Task 4.2 Construction Management Services (7 Months) Task 4.2.A Attend Pre-Construction Meeting 4 4 8 $1,820 $55 $40 $0 $100 $5 $1,915 $0 $105 $2,020 Task 4.2.D Review Pay Applications 4 8 12 $2,600 $78 $60 $0 $0 $2,738 $0 $0 $2,738 Task 4.2.F Field Inspection & Observation Services 12 168 448 628 $127,440 $3,823 $3,140 $0 $5,400 $270 $134,403 $0 $5,670 $140,073 Task 4.2.G Construction Meetings 14 14 $3,640 $109 $70 $0 $0 $3,819 $0 $0 $3,819 Task 4.2.H Prepare Record Drawings 8 10 18 $3,260 $98 $90 $0 $0 $3,448 $0 $0 $3,448 Task 4.2.I Survey Monuments 10 10 $1,750 $53 $50 $35,000 $1,750 $0 $1,853 $36,750 $0 $38,603 Phase 4 - Subtotal 0 38 0 168 481 15 0 10 20 0 0 732 $148,260 $4,216 $3,660 $35,000 $0 $1,750 $5,500 $275 $156,136 $36,750 $5,775 $198,661 All Phases Total 0 84 18 168 616 65 93 10 190 14 0 1258 $244,555 $7,105 $6,290 $35,000 $3,000 $1,900 $5,500 $275 $257,950 $39,900 $5,775 $303,625 © 2025 Kennedy/Jenks Consultants, Inc. * *The listed escalation rate is for budgetary purposes only. Rates increases will be at the discretion of the City per Amendment #1 and will not exceed the current average inflation rate. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Proposal Fee Estimate CLIENT Name: PROJECT Description: Proposal/Job Number:Date: City of Tigard 6/17/2025 Pipeline Renewal and Replacement Program Year 2 2276011*10 Custom Rate Schedule 2025 KJ KJ KJ Sub Sub KJ KJ KJ Eng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-5Eng-Sci-4Eng-Sci-3Total Labor + Subs + ExpensesCAD-DesignCAD - Senior TechProject AssistantAdmin. AssistantTotalLaborTotalSubsTotalExpensesClassification:Total LaborEscalationAssoc. Proj. CostsOTAKS&WSub-MarkupODCsODCs MarkupEng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-5Eng-Sci-4Eng-Sci-3Total Labor + Subs + ExpensesCAD-DesignCAD - Senior TechProject AssistantAdmin. AssistantTotalLaborTotalSubsTotalExpensesHourly Rate:$285 $260 $235 $220 $195 $175 $170 $165 $150 $133 Hours Fees 3.0%$5.00 Fees Fees 5%Fees 5%Fees Phase 3A - Pipeline Renewal and Replacement Design Task 3A.1 Design Surveys Task 3A.1.A Topographic Survey - KJ 2 2 6 6 16 $3,000 $80 $0 $0 $3,080 $0 $0 $3,080 Task 3A.1.B Topographic Survey - OTAK 0 $0 $0 $15,000 $750 $0 $0 $15,750 $0 $15,750 Task 3A.1.C Limited Utility Survey 2 8 10 $1,966 $50 $0 $0 $2,016 $0 $0 $2,016 Task 3A.1.D Bridge Structural Recommendations 4 8 8 20 $4,200 $100 $36,120 $1,806 $0 $4,300 $37,926 $0 $42,226 Task 3A.2 Geotechnical Engineering Task 3A.2.B Geotechnical Investigation 4 8 8 20 $4,200 $100 $27,092 $1,355 $0 $4,300 $28,447 $0 $32,747 Task 3A.3 Permitting 10 24 48 3 85 $16,679 $425 $0 $0 $17,104 $0 $0 $17,104 Task 3A.4 Preliminary Engineering Design 8 40 40 60 10 8 166 $31,876 $828 $0 $0 $32,704 $0 $0 $32,704 Task 3A.5 - 30% Design 6 15 40 30 0 91 $16,810 $455 $0 $0 $17,265 $0 $0 $17,265 Task 3A.6 - 60% Design 6 20 60 45 0 131 $23,885 $655 $0 $0 $24,540 $0 $0 $24,540 Task 3A.7 - 90% Design 6 12 40 35 0 93 $16,975 $509 $465 $0 $0 $17,949 $0 $0 $17,949 Task 3A.8 - 100% Design 6 12 25 30 0 73 $13,525 $406 $365 $0 $0 $14,296 $0 $0 $14,296 Phase 3A - Subtotal 0 54 0 141 40 303 10 146 0 11 705 $133,116 $915 $3,523 $51,120 $27,092 $3,911 $0 $0 $137,554 $82,123 $0 $219,677 Phase 4A: Construction Services Task 4A.1 Bid Support Services (3 Months) Task 4A.1.A Attend Pre-Bid Meeting 2 6 8 $1,840 $55 $0 $0 $0 $1,895 $0 $0 $1,895 Task 4A.1.B Respond to Bidder Inquiries 10 10 16 36 $7,600 $228 $0 $0 $0 $7,828 $0 $0 $7,828 Task 4A.1.C Prepare Addenda 4 4 8 8 4 28 $5,240 $157 $0 $0 $0 $5,397 $0 $0 $5,397 Task 4A.1.D Bid Evaluation Support 2 4 8 14 $2,800 $84 $0 $0 $0 $2,884 $0 $0 $2,884 Task 4A.1.E Conformed Drawings 4 4 26 72 106 $18,342 $550 $0 $0 $0 $18,892 $0 $0 $18,892 Task 4A.2 Construction Management Services (8 Months) Task 4A.2.A Attend Pre-Construction Meeting 3 3 6 $1,365 $41 $0 $0 $0 $1,406 $0 $0 $1,406 Task 4A.2.B Review Contractor Submittals 11 90 16 117 $21,250 $638 $0 $0 $0 $21,888 $0 $0 $21,888 Task 4A.3.C Respond to Requests for Information (20)11 10 20 41 $8,310 $249 $0 $0 $0 $8,559 $0 $0 $8,559 Task 4A.2.D Review Pay Applications 3 4 7 $1,480 $44 $0 $0 $0 $1,524 $0 $0 $1,524 Task 4A.2.E Requests for Quote and Proposed Change Orders 6 20 26 $5,060 $152 $0 $0 $0 $5,212 $0 $0 $5,212 Task 4A.2.F Field Inspection & Observation Services 16 192 768 976 $196,160 $5,885 $0 $0 $9,600 $480 $202,045 $0 $10,080 $212,125 Task 4A.2.G Punchlist and Final Walk-Through 8 8 16 $3,160 $95 $0 $0 $0 $3,255 $0 $0 $3,255 Task 4A.2.H Prepare Record Drawings 2 20 118 140 $23,531 $706 $0 $0 $0 $24,237 $0 $0 $24,237 Task 4A.2.I Survey Monuments 10 10 $1,750 $53 $0 $45,000 $2,250 $0 $1,803 $47,250 $0 $49,053 Phase 4A - Subtotal 0 74 0 228 781 230 0 214 4 0 1531 $297,888 $8,937 $0 $45,000 $0 $9,600 $480 $306,825 $47,250 $10,080 $364,155 © 2025 Kennedy/Jenks Consultants, Inc. * *The listed escalation rate is for budgetary purposes only. Rates increases will be at the discretion of the City per Amendment #1 and will not exceed the current average inflation rate. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Proposal Fee Estimate CLIENT Name: PROJECT Description: Proposal/Job Number:Date: City of Tigard 6/17/2025 Pipeline Renewal and Replacement Program Year 2 2276011*10 Custom Rate Schedule 2025 KJ KJ KJ Sub Sub KJ KJ KJ Eng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-5Eng-Sci-4Eng-Sci-3Total Labor + Subs + ExpensesCAD-DesignCAD - Senior TechProject AssistantAdmin. AssistantTotalLaborTotalSubsTotalExpensesClassification:Total LaborEscalationAssoc. Proj. CostsOTAKS&WSub-MarkupODCsODCs MarkupEng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-5Eng-Sci-4Eng-Sci-3Total Labor + Subs + ExpensesCAD-DesignCAD - Senior TechProject AssistantAdmin. AssistantTotalLaborTotalSubsTotalExpensesHourly Rate:$285 $260 $235 $220 $195 $175 $170 $165 $150 $133 Hours Fees 3.0%$5.00 Fees Fees 5%Fees 5%Fees Phase 8: Pipe Replacement Prioritization and Summary Report Task 8.1 - Data Review 4 16 40 60 $11,560 $347 $0 $0 $0 $11,907 $0 $0 $11,907 Task 8.2 - Draft Report 8 40 40 6 94 $18,678 $560 $0 $0 $40 $2 $19,238 $0 $42 $19,280 Task 8.3 - Final Report 2 40 20 2 64 $13,086 $393 $0 $0 $0 $13,479 $0 $0 $13,479 Task 8.4 - Report Allowance 4 16 24 44 $8,760 $263 $0 $0 $0 $9,023 $0 $0 $9,023 Phase 8 - Subtotal 0 18 0 112 0 124 0 0 0 8 262 $43,324 $1,300 $0 $0 $0 $0 $40 $2 $44,624 $0 $42 $53,689 All Phases Total 0 146 0 481 821 657 10 360 4 19 2498 $483,088 $11,415 $3,523 $96,120 $27,092 $6,161 $9,640 $482 $498,026 $129,373 $10,122 $637,521 © 2025 Kennedy/Jenks Consultants, Inc. * *The listed escalation rate is for budgetary purposes only. Rates increases will be at the discretion of the City per Amendment #1 and will not exceed the current average inflation rate. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Proposal Fee Estimate CLIENT Name: PROJECT Description: Proposal/Job Number:Date: City of Tigard Karol Ct and Katherine St 2276011*10 6/17/2025 Custom Rate Schedule 2025 KJ KJ KJ Sub Sub KJ KJ KJ Total Labor + Subs + ExpensesTotalExpensesTotalSubsTotalLaborProject AssistantAdmin. Assist.CAD-Senior TechClassification:Eng-Sci-8Eng-Sci-7Eng-Sci-6 Eng-Sci-5Eng-Sci- 4 Eng-Sci-3 CAD-DesignerTotal LaborEscalationAssoc. Proj. CostsOTAKS&WSub-MarkupODCsODCs MarkupTotal Labor + Subs + ExpensesTotalExpensesTotalSubsTotalLaborProject AssistantAdmin. Assist.CAD-Senior TechHourly Rate:$285 $260 $235 $220 $195 $175 $170 $165 $150 $133 Hours Fees 3.0%$5.00 Fees Fees 5%Fees 5%Fees Phase 5: Project Management and Design Task 5.1 Project Setup and Planning 4 8 12 $2,240 $0 $60 $0 $0 $2,300 $0 $0 $2,300 Task 5.3 Project Administration and Cost Control 18 10 16 44 $10,000 $0 $220 $0 $0 $10,220 $0 $0 $10,220 Task 5.4 Team Coordination and Project Meetings 18 30 36 84 $18,300 $549 $420 $0 $0 $19,269 $0 $0 $19,269 Task 5.5 Quality Management 2 4 6 $1,300 $0 $30 $0 $0 $1,330 $0 $0 $1,330 Task 5.6 Permitting 4 8 24 36 $7,480 $224 $180 $0 $0 $7,884 $0 $0 $7,884 Task 5.7 - 30% Design 17 8 9 41 4 88 1 168 $31,608 $0 $840 $0 $0 $32,448 $0 $0 $32,448 Task 5.8 - 60% Design 43 12 12 84 4 116 13 284 $54,569 $0 $1,420 $0 $0 $55,989 $0 $0 $55,989 Task 5.9 - 90% Design 29 8 6 38 4 59 8 152 $29,629 $0 $760 $0 $0 $30,389 $0 $0 $30,389 Task 5.10 - 100% Design 10 4 3 52 4 32 2 107 $20,566 $617 $535 $0 $0 $21,718 $0 $0 $21,718 Phase 5 - Subtotal 0 145 32 78 295 0 16 295 8 24 893 $175,692 $1,390 $4,465 $0 $0 $0 $0 $0 $181,547 $0 $0 $181,547 Phase 6: Construction Services Task 6.1: Bid Support Services (2 months) Task 6.1.A Attend Pre-Bid Meeting 1 6 7 $1,580 $47 $35 $0 $0 $1,662 $0 $0 $1,662 Task 6.1.B Respond to Bidder Inquiries 6 5 6 17 $3,710 $111 $85 $0 $0 $3,906 $0 $0 $3,906 Task 6.1.C Prepare Addenda 2 2 4 4 2 14 $2,620 $79 $70 $0 $0 $2,769 $0 $0 $2,769 Task 6.1.D Bid Evaluation Support 1 4 8 13 $2,540 $76 $65 $0 $0 $2,681 $0 $0 $2,681 Task 6.1.E Conformed Drawings 2 4 10 33 49 $8,595 $258 $245 $0 $0 $9,098 $0 $0 $9,098 Task 6: Construction Management Services (2 Months) Task 6.2.A Attend Pre-Construction Meeting 3 3 $780 $23 $15 $0 $0 $818 $0 $0 $818 Task 6.2.B Review Contractor Submittals 11 90 16 117 $21,250 $638 $585 $0 $0 $22,473 $0 $0 $22,473 Task 6.3.C Respond to Requests for Information 11 10 20 41 $8,560 $257 $205 $0 $0 $9,022 $0 $0 $9,022 Task 6.2.D Review Pay Applications 3 6 9 $1,830 $55 $45 $0 $0 $1,930 $0 $0 $1,930 Task 6.2.E Requests for Quote and Proposed Change Orders 4 8 12 $2,440 $73 $60 $0 $0 $2,573 $0 $0 $2,573 Task 6.2.F Field Inspection & Observation Services 4 48 52 $11,600 $348 $260 $0 $2,400 $120 $12,208 $0 $2,520 $14,728 Task 6.2.G Punchlist and Final Walk-Through 8 8 16 $3,160 $95 $80 $0 $0 $3,335 $0 $0 $3,335 Task 6.2.H Prepare Record Drawings 2 10 52 64 $10,850 $326 $320 $0 $0 $11,496 $0 $0 $11,496 Task 6.2.I Survey Monuments 10 10 $1,750 $53 $50 $15,000 $750 $0 $1,853 $15,750 $0 $17,603 Phase 6 - Subtotal 0 50 0 87 0 180 0 105 2 0 424 $81,265 $2,439 $2,120 $15,000 $0 $750 $2,400 $120 $85,824 $15,750 $2,520 $104,094 All Phases Total 0 340 64 243 590 180 32 695 18 48 1317 $256,957 $3,829 $6,585 $15,000 $0 $750 $2,400 $120 $267,371 $15,750 $2,520 $285,641 * *The listed escalation rate is for budgetary purposes only. Rates increases will be at the discretion of the City per Amendment #1 and will not exceed the current average inflation rate. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 Client: City of Tigard Proposal Date: 17 June 2025 Schedule of Charges Date: 17 June 2025 PERSONNEL COMPENSATION Classification Hourly Rate Engineer -Scientist-Specialist 1........................................................................... $150 Engineer -Scientist-Specialist 2........................................................................... $160 Engineer -Scientist-Specialist 3........................................................................... $175 Engineer -Scientist-Specialist 4........................................................................... $195 Engineer -Scientist-Specialist 5........................................................................... $220 Engineer -Scientist-Specialist 6........................................................................... $235 Engineer -Scientist-Specialist 7........................................................................... $260 Engineer -Scientist-Specialist 8........................................................................... $285 Engineer -Scientist-Specialist 9........................................................................... $295 Senior CAD-Designer ........................................................................................ $175 CAD-Designer ........................................................................................... $170 Senior CAD-Technician ..................................................................................... $165 CAD-Technician ................................................................................................ $155 Project Assistant ................................................................................................ $150 Administrative Assistant ..................................................................................... $133 Aide................................................................................................................... $108 In addition to the above Hourly Rates, an APC charge of $5.00 per hour will be added to Personnel Compensation for costs supporting projects including telecommunications, software, information technology, internal photocopying, shipping, and other support activity costs related to the support of projects . Direct Expenses Reimbursement for direct expenses, as listed below, incurred in connection with the work, will be at cost plus five percent for items such as: a. Maps, photographs, 3rd party reproductions, 3rd party printing, equipment rental, and special supplies related to the work. b. Consultants, soils engineers, surveyors, contractors, and other outside services. c. Rented vehicles, local public transportation and taxis, travel and subsistence. d. Project specific telecommunications and delivery charges. e. Special fees, insurance, permits, and licenses applicable to the work. f. Outside computer processing, computation, and proprietary programs purchased for the work. Reimbursement for vehicles used in connection with the work will be at the federally approved mileage rates or at a negotiated monthly rate. If prevailing wage rates apply, the above billing rates will be adjusted as appropriate. Overtime for non-exempt employees will be billed at one and a half times the Hourly Rates specified above. Rates for professional staff for legal proceedings or as expert witnesses will be at rates one and one-half times the Hourly Rates specified above. Excise and gross receipts taxes, if any, will be added as a direct expense. The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective 1 January 2024 (no change to rates from Amendment #2). A 3% escalation will be applied to all rates starting 1 January 2026. Docusign Envelope ID: 6A228E96-35F3-4D99-83FE-9706909B9410 CITY OF TIGARD-CONTRACT SUMMARY&ROUTING FORM Contract Overview Contract/Amendment Number: C220048 Contract Start Date: May 4, 2022 Contract End Date: June 30, 2024 Contract Title: Pipeline Renewal and Replacement Program. Contractor Name: Kennedy Jenks Consultants,Inc Contract Manager: Ross Horton Department: Engineering Contract Costs Original Contract Amount: $907,242.00 Total All Previous Amendments: Total of this Amendment: n a Total Contract Amount: $907,242.00 Procurement Authority Contract Type: Personal Services Procurement Type: Formal RFP >$150K Solicitation Number: 2022-12 LCRB Date: 04/26/2022 Account String: Fund-Division-Account Work Order—Activit):1=e Amount FY 22 532-8000-56005 96058-130 $15,464.00 FY 23 532-8000-56005 96058-130 $587,998.00 FY 24 532-8000-56005 96058-130 $303,781.00 Contracts & Purchasing Approval Purchasing Signature: Comments: New Contract DocuSign Routing Route for Signature Name Email Address Contractor Mark Cullington markcullington(c�r�,kennedyjenks.com City of Tigard Steve Rymer Steverktigard-or.gov Final Distribution Contractor Mark Cullington markcullin on kenned 'enks.com Project Manager Ross Horton Ross.hortonktigard-or.gov Shauna Large slar e ti and-or. ov Buyer Machelle Stephens Machelles ti and-or. ov DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7EO5166C Contract Number: C220048 CITY OF TIGARD,OREGON PERSONAL SERVICES CONTRACT PIPELINE RENEWAL AND REPLACEMENT PROGRAM ENGINEERING SERVICES THIS AGREEMENT made and entered into by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and Kennedy Jenks Consultants, Inc., hereinafter called Contractor. RECITALS WHEREAS,the City's 2021-2022 fiscal year budget provides for services related to Pipeline Renewal and Replacement Program; and WHEREAS, City has need for the services of a company with ability, knowledge, and experience possessed by Contractor; and WHEREAS, The City issued Request for Proposals No. 2022-12, inviting proposals from Contractors with certain ability, knowledge, and experience;and WHEREAS, Contractor submitted a response to the RFP and the City has determined that Contractor is qualified and capable of performing the services as City does hereinafter require, under those terms and conditions set forth, THEREFORE, the Parties agree as follows: 1. EFFECTIVE DATE/CONTRACT TERM The term of this Agreement is effective on May 4, 2022 or upon the date this Agreement is fully executed by both parties,whichever is later,and expires on June 30,2024 unless otherwise terminated or extended. All work under this Agreement must be completed prior to the expiration of this Agreement. 2. SERVICES TO BE PROVIDED The nature,scope,and performance characteristics,and scope of the services and the required time specifications for Contractor's performance under this Agreement are set forth in Exhibit B,incorporated herein by reference. 3. COMPENSATION The City agrees to pay Contractor for satisfactorily completed services in accordance with the rates outlined in Exhibit B. The total amount paid to the Contractor by the City may not exceed Nine Hundred Seven Thousand Two Hundred Forty Two and No/100 Dollars ($907,242.00) without a written contract amendment signed by authorized representatives of both parties. 4. PAYMENTS Payments made to Contractor will be based upon the following applicable terms: DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7EO5166C A. Payment by City to Contractor for performance of services under this Agreement includes all expenses incurred by Contractor, with the exception of expenses, if any, identified in this Agreement as separately reimbursable. B. Payment will be made in installments based on Contractor's invoice and not more frequently than monthly. Unless otherwise agreed, payment will be made only for work actually completed as of the date of invoice. C. Payment by City releases City from any further obligation for payment to Contractor for services performed or expenses incurred as of the date of the invoice. Payment may not be considered acceptance or approval of any work or waiver of any defects therein. D. The City certifies that sufficient funds are available and authorized for this Agreement during the current fiscal year. Funding during future fiscal years is subject to budget approval by Tigard's City Council 5. METHOD &PLACE OF SUBMITTING NOTICE, BILLS AND PAYMENTS All notices,bills and payments will be made in writing and may be given by personal delivery, mail,or by fax. Payments may be made by personal delivery,mail, or electronic transfer. The following addresses will be used to transmit notices,bills,payments, and other information: CITY OF TIGAR KENNEDY-JENKS CONSULTANTS,INC. Attn: Ross Horton Attn: Mark Cullington Address: 13125 SW Hall Blvd Address: 421 SW 6`'Ave, Ste 1000 Tigard, OR 97223 Portland, OR 97204 Phone: (503) 718-2580 Phone: (503) 423-4000 Email: Ross.hortonkti�ard-or.gov Email: markcullington&kennedy enks.com Notice will be deemed given upon deposit in the United States mail,postage prepaid, or when so faxed,upon successful fax. In all other instances,notices,bills and payments will be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to who notices, bills, and payments are to be given by giving written notice pursuant to this paragraph. 6. OWNERSHIP OF WORK PRODUCT The City is the owner of and is entitled to possession of any and all work products of Contractor which result from this Agreement, including any computations, plans, correspondence, or pertinent data and information gathered by or computed by Contractor prior to termination of this Agreement by Contractor or upon completion of the work pursuant to this Agreement. Any intellectual property rights delivered to the City under this Agreement and Contractor's services rendered in the performance of Contractor's obligations under this Agreement,will be provided to the City free and clear of any and all restrictions on or conditions of use, transfer,modification, or assignment. 2 1 P a g e DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C 7. ASSIGNMENT/DELEGATION Neither party may assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment has any force or effect unless and until the other party has consented. If City agrees to assignment of tasks to a subcontract, Contractor is fully responsible for the acts or omissions of any subcontractors and of all persons employed by them. Neither the approval by City of any subcontractor nor anything contained herein creates any contractual relation between the subcontractor and City. The provisions of this Agreement are binding upon and will inure to the benefit of the parties to the Agreement and their respective successors and assigns. 8. REPRESENTATIONS AND WARRANTIES In addition to other representations and warranties set forth in this Agreement, Contractor represents and warrants to the City that the services will be performed in accordance with the same professional skill,care,diligence,standards,and generally accepted professional practices as other professionals performing the same or similar services in the same or similar localities under similar conditions. Neither acceptance of the work nor payment therefore relieves Contractor from liability under warranties contained in or implied by this Agreement. Contractor is familiar and will comply with all federal, state, and local laws, regulations, executive orders, and ordinances applicable to the performance of the work under this Agreement. 9. ERRORS Contractor will perform such additional work as may be necessary to correct errors in the work required under this Agreement without undue delays and without additional cost. 10. STATUS OF CONTRACTOR AS INDEPENDENT CONTRACTOR Contractor certifies that: A. Contractor acknowledges that for all purposes related to this Agreement,Contractor is an independent contractor as defined by ORS 670.600 and not an employee of City. Contractor is not entitled to benefits of any kind to which an employee of City is entitled and is solely responsible for all payments and taxes required by law. Furthermore,in the event that Contractor is found by a court of law or any administrative agency to be an employee of City for any purpose, City is entitled to offset compensation due, or to demand repayment of any amounts paid to Contractor under the terms of this Agreement, to the full extent of any benefits or other remuneration Contractor receives (from City or third party) as a result of said finding and to the full extent of any payments that City is required to make (to Contractor or to a third party) as a result of said finding. B. Contractor is not an officer,employee,or agent of the City as those terms are used in ORS 30.265. 3 1 P a g e DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C 11. CONFLICT OF INTEREST The undersigned Contractor hereby represents that no employee of the City, or any partnership or corporation in which a City employee has an interest, has or will receive any remuneration of any description from Contractor, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. If this payment is to be charged against Federal funds, Contractor certifies that he/she is not currently employed by the Federal Government and the amount charged does not exceed their normal charge for the type of service provided. 12. INDEMNIFICATION Claims for other than Professional Liability. Contractor agrees to indemnify,defend, save,and hold harmless the City of Tigard, its officers, employees, agents, and representatives from all claims,suits,or actions and all expenses incidental to the investigation and defense thereof,of whatsoever nature, including intentional acts resulting from or arising out of the activities of Contractor or its subcontractors, sub-consultants,agents or employees in performance of this Agreement at both trial and appeal level, whether or not a trial or appeal ever takes place including any hearing before federal or state administrative agencies. If any aspect of this indemnity is found to be illegal or invalid for any reason whatsoever,such illegality or invalidity does not affect the validity of the remainder of this indemnification. Claims for Professional Liability. Contractor agrees to indemnify, defend, save, and hold harmless the City of Tigard,its officers,employees,agents,and representatives from all claims, suits, or actions and all expenses incidental to the investigation and defense thereof, to the extent arising out of the professional negligent acts, errors or omissions of Contractor or its subcontractors, sub-consultants,agents or employees in performance of professional services under this agreement. Any work by Contractor that results in a design of a facility that is not readily accessible to and usable by individuals with disabilities as these terms are defined by generally accepted professional practices and standards as well as the requirements of applicable and non- conflicting federal, state, and local laws under similar circumstances and at the same time of this agreement will be considered a professionally negligent act, error, or omission. 13. INSURANCE Contractor and its subcontractors must maintain insurance acceptable to City in full force and effect throughout the term of this Agreement. Such insurance must cover risks arising directly or indirectly out of Contractor's activities or work hereunder, including the operations of its subcontractors of any tier. A. Standard Coverage.The policy or policies of insurance maintained by the Contractor must provide at least the limits and coverages in Exhibit A of this Agreement.The procuring of such required insurance will not be construed to limit Contractor's liability hereunder. Notwithstanding said insurance, Contractor is obligated for the total amount of any damage,injury, or loss caused by negligence or neglect connected with this Agreement. 4 1 P a g e DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C B. Workers' Compensation. The Contractor, its subcontractors, if any, and all employers providing work,labor,or materials under this Agreement that are subject employers under the Oregon Workers' Compensation Law must comply with ORS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not obtain workers' compensation coverage. All non-exempt employers must provide Employer's Liability Insurance with coverage limits of not less than $1,000,000 each accident. C. Additional Insured Provision. All required insurance policies, other than Workers' Compensation and Professional Liability, must name the City its officers, employees, agents,and representatives as additional insureds with respect to this Agreement. D. Insurance Carrier Rating. Coverages provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of"A-VII" or better, or equivalent. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. E. Self-Insurance. The City understands that some contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minimum insurance requirements for the type of coverage required. If Contractor is self- insured for commercial general liability or automobile liability insurance, Contractor must provide evidence of such self-insurance. Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. F. Primary Coverage Clarification.The parties agree that Contractor's coverage is primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. G. Cross-Liability Clause. A cross-liability clause or separation of insureds clause will be included in the general liability policy required by this Agreement. H. Certificates of Insurance. As evidence of the insurance coverage required by the Agreement, Contractor will furnish a Certificate of Insurance to the City. No Agreement is effective until the required Certificates of Insurance have been received and approved by the City.The certificate will specify and document all provisions within this Agreement and include a copy of Additional Insured Endorsement (other than Workers' Compensation and Professional Liability). All certificates, including renewals are forwarded to: contractspurchasing(ktigard-or.gov 5 1 P a g e DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C 14.TERMINATION WITHOUT CAUSE At any time and without cause, City has the right in its sole discretion to terminate this Agreement by giving notice to Contractor. If City terminates this Agreement pursuant to this paragraph, City will pay Contractor for services rendered to the date of termination. 15.TERMINATION WITH CAUSE A. City may terminate this Agreement effective upon delivery of written notice to Contractor, or at such later date as may be established by City,under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 2) If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement. 3) If any license or certificate required by law or regulation to be held by Contractor, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied,revoked, or not renewed. 4) If Contractor becomes insolvent,if voluntary or involuntary petition in bankruptcy is filed by or against Contractor,if a receiver or trustee is appointed for Contractor,or if there is an assignment for the benefit of creditors of Contractor. Any such termination of this Agreement under paragraph(A)will be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City by written notice of default (including breach of contract) to Contractor, may terminate the whole or any part of this Agreement: 1) If Contractor fails to provide services called for by this Agreement within the time specified, or 2) If Contractor fails to perform any of the other provisions of this Agreement or fails to pursue the work as to endanger performance of this Agreement in accordance with its terms, and after receipt of written notice from City, fails to correct such failures within ten (10) days or such other period as City may authorize. The rights and remedies of City provided above related to defaults (including breach of contract) by Contractor are not exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (B), Contractor will be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred, provided, that the City may deduct the amount of damages, if any, sustained by City due to breach of contract by Contractor. Damages for breach of contract include those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 6 1 P a g e DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C 16. SURVIVAL The terms, conditions, representations, and warranties contained in this Agreement survive the termination or expiration of this Agreement. 17. STATUTORILY REQUIRED PROVISIONS A. Contractor will pay to the Department of Revenue all sums withheld from employees [Required by ORS 316.167]. B. Contractor will pay all contributions or amounts due the Industrial Accident Fund from the contractor or any subcontractor in the performance of this Agreement. [Required by ORS 279B.220(2)] C. As a condition of this Agreement, Contractor will make payment promptly, as due, to all persons supplying labor or materials for the performance of the work provided for in this Agreement. [Required by ORS 279B.220 (1)] D. In accordance with ORS 279B.235, the following are hereby incorporated in full by this reference: 1) Contractor may not employ an individual for more than 10 hours in any one day, or 40 hours in any one week,except as provided by law. For contracts for personal services,as defined in ORS 279A.055,Contractor must pay employees at least time and a half pay for all overtime the employees work in excess of 40 hours in any one week, except for employees who are excluded under ORS 653.010 to 653.261 or under 29 U.S.C. 201 to 209 from receiving overtime. 2) Contractor must give notice in writing to employees who work on a public contract, either at the time of hire or before commencement of work on the contract, or by positing a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. 3) Contractor may not prohibit any of Contractor's employees from discussing the employee's rate of wage, salary, benefits or other compensation with another employee or another person and may not retaliate against an employee who discusses the employee's rate of wage, salary,benefits or other compensation with another employee or another person. 4) Contractor must comply with the pay equity provisions in ORS 652.220. Compliance is a material element of this Agreement and failure to comply will be deemed a breach that entitles City to terminate this Agreement for cause. E. Contractor may not permit any lien or claim to be filed or prosecuted against the City on any account of any labor or material furnished. [Required by ORS 27913.220 (3)] F. Contractor represents and warrants that Contractor is, to the best of the undersigned's knowledge, not in violation of any Oregon tax laws including but not limited to ORS 305.620 and ORS Chapters 316, 317,and 318. Contractor's failure to comply with the tax laws of this state or a political subdivision of this state before the Contractor executed this Agreement or during the term of this Agreement is a default for which the City may 7 1 P a g e DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C terminate this Agreement and seek damages and other relief available under the terms of this Agreement or applicable law. [Required by ORS 279B.045] G. Contractor will promptly, as due, make payment to any person, co-partnership, association,or corporation, furnishing medical, surgical,and hospital care or other needed care and attention, incident to sickness or injury, to the employees of Contractor, of all sums that Contractor agrees to pay for the services and all moneys and sums that Contractor collected or deducted from the wages of employees pursuant to any law, contract, or agreement for the purpose of providing or paying for services. [Required by ORS 279B.230 (1)] H. If Contractor fails,neglects, or refuses to make prompt payment of any claim for labor or services furnished to Contractor or a subcontractor by any person as such claim becomes due,Contractor is liable for the amount of the unpaid overtime wages and in an additional amount equal to the unpaid overtime wages as liquidated damages. [Required by ORS 279B.020 (9)] 18. MISCELLANEOUS PROVISIONS A. Choice of Law, Venue. The provisions of this Agreement are governed by Oregon law. Venue will be the State of Oregon Circuit Court in Washington County or the U.S.District Court for Oregon, Portland. B. Attorney's Fees. In the event an action, suit of proceeding, including appeal, is brought for failure to observe any of the terms of this Agreement,each party is responsible for that party's own attorney fees, expenses, costs and disbursements for the action, suit, proceeding, or appeal. C. Business License. Contractor must obtain, prior to the execution of any performance under this Agreement, a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31St expiration date. New businesses operating in Tigard after June 30'of the current year will pay a pro-rated fee through the end of the calendar year. D. Electronic Signatures. City may use Electronic Signatures as defined in the Electronic Signatures in Global and National Commerce Act. Under ORS 84.014. Contractor's consent is not required for this Agreement to be executed using Electronic Signatures. Even if ORS 84.014 is determined to be inapplicable or invalid, Contractor grants such consent. E. Retirement System. Contractor and its employees, if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. F. Hazardous Materials. Contractor will comply with all federal Occupational Safety and Health Administration (OSHA) requirements and all Oregon safety and health requirements. In accordance with OSHA and Oregon OSHA Hazard Communication 8 1 P a g e DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Rules, if any goods or services provided under this Agreement may release, or otherwise result in an exposure to, a hazardous chemical under normal conditions of use (for example, employees of a construction contractor working on-site), it is the responsibility of Contractor to provide the City with the following information: all applicable Safety Data Sheets, the identity of the chemical/s, how Contractor will inform employees about any precautions necessary, an explanation of any labeling system, and the safe work practices to prevent exposure. In addition,Contractor must label,tag,or mark such goods. 19. ACCESS TO RECORDS Contractor shall maintain all records relating to this Agreement for three (3) years after final payment. The City may examine,audit and copy Contractor's books,documents,papers,and records relating to this Agreement at any time during this period upon reasonable notice. Copies of these records must be made available upon request. Payment for the reasonable cost of requested copies will be made by the City. 20.AUDIT RIGHTS The City may conduct financial and performance audits of the billings and services specified in this Agreement at any time in the course of the Agreement and during the three (3) year period established by Section 22 of this Agreement. Audits will be conducted in accordance with generally accepted auditing standards as promulgated in Government Auditing Standards by the Comptroller General of the United States Government Accountability Office. If an audit discloses that payments to Contractor exceed the amount to which the Contractor was entitled, the Contractor will repay the amount of the excess to the City. 21. FORCE MA EJ URE Neither City nor Contractor will be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, an act of God or of a public enemy, civil unrest,volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the Parties so disenabled will, within ten (10) days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification will not be the basis for a claim for additional compensation. Each Party will,however, make all reasonable efforts to remove or eliminate such a cause of delay or default and will, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 22.NON-WAIVER The failure of City to insist upon or enforce strict performance by Contractor of any of the terms of this Agreement or to exercise any rights hereunder should not be construed as a waiver or relinquishment to any extent of its rights to assert or rely upon such terms or rights on any future occasion. 23.NON-DISCRIMINATION Contractor will comply with all federal,state,and local laws,codes,regulations,and ordinances applicable to the provision of services under this Agreement,including,without limitation: 9 1 P a g e DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C A. Title VI of the Civil Rights Act of 1964; B. Section V of the Rehabilitation Act of 1973; C. The Americans with Disabilities Act of 1990, as amended by the ADA Amendments Act (ADAAA) of 2008 (Pub L No 101- 336); and D. ORS 659A.142,including all amendments of and regulations and administrative rules,and all other applicable requirements of federal and state civil rights and rehabilitation statutes, rules and regulations. 24. MERGER;MODIFICATION This writing is intended both as a final expression of the Agreement between the parties with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement. No modification of this Agreement will be effective unless and until it is made in writing and signed by both parties. 25. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor will comply with all applicable federal, state and local laws, rules and regulations applicable to the work in this Agreement. 26. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the validity of the remaining terms and provisions will not be impaired unless the illegal or unenforceable provision affects a significant right or responsibility, in which case the adversely affected party may request renegotiation of the Agreement and,if negotiations fail,may terminate the Agreement. 27. CONFLICT BETWEEN TERMS Any exhibits, schedules or other attachments referenced in this Agreement are part of this Agreement. In the event of conflict between a provision in the main body of the Agreement and a provision in the exhibits, schedules or other attachments, the provisions in the main body of the Agreement will control. 10 1 Page DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7EO5166C IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized officials. oocusigned i-ITY OF TIGARD KE Y- ENKS CONSULTANTS,INC. B S� B M AYrc 1 bV. Name: Steve Rymer Name: Mark cullington Title: City Manager Title: vice President Date: 5/11/2022 Date: 5/5/2022 111 Page X DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C EXHIBIT A PERSONAL SERVICES CONTRACT STANDARD INSURANCE REQUIREMENTS 1. COMMERCIAL GENERAL LIABILITY INSURANCE. Contractor will obtain, at Contractor's expense,and keep in effect during the term of this Agreement,comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an"occurrence"form(CG 20101185 or equivalent.This coverage must include Contractual Liability insurance for the indemnity provided under this Agreement. ❑ Not required. COMMERCIAL GENERAL LIABILITY INSURANCE with limits of not less than: ❑ $1,000,000/$2,000,000 ❑ $2,000,000/$3,000,000 ® Other: $ 3,000,000 / $2,000,000 each occurrence/aggregate for Bodily Injury and Property Damage. ❑ADDITIONAL INSURED ENDORSEMENT not required. 2. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE. Contractor must also obtain, at Contractor's expense, and keep in effect during the term of the Agreement, commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles on an "occurrence" form. ❑ Not required. Driving is not included in the scope of work for this Agreement and the City will not reimburse for any travel expenses. AUTOMOBILE LIABILITY INSURANCE with a combined single limit,or the equivalent of not less than: ❑ No requirement in excess of that provided for under state law. ® $2,000,000 ❑ Other: $ each accident for Bodily Injury and Property Damage. If Contractor uses a personally-owned vehicle for business use under this Agreement,the Contractor will obtain at Contractor's expense,and keep in effect during the term of the Agreement,business automobile liability coverage for all owned vehicles on an "occurrence" form with a combined single limit, or the equivalent of not less than: ❑ No requirement in excess of that provided for under state law. ❑ $2,000,000 ❑ Other: $ each accident for Bodily Injury and Property Damage. ❑ADDITIONAL INSURED ENDORSEMENT not required. 12 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C 3. PROFESSIONAL LIABILITY INSURANCE ❑ Not required. PROFESSIONAL LIABILITY INSURANCE with a combined single limit,or the equivalent, of not less than: ❑ $1,000,000/$3,000,000 ❑ $2,000,000/$4,000,000 ® Other: $ 2,000,000/3,000,000 each occurrence/aggregate to cover damages caused by error, omission or negligent acts related to the professional services to be provided under this Agreement. ❑ADDITIONAL INSURED ENDORSEMENT not required. 4. OTHER COVERAGE REQUIRED ❑ EMPLOYEE DISHONESTY AND MONEY AND SECURITIES INSURANCE with a limit of not less than $ to cover Theft, Disappearance and Destruction of cash or negotiable securities in the care,custody or control of the contractor for City or on behalf of City clients. ❑ CYBER LIABILITY INSURANCE with limits of not less than$ to cover first party data breach forensic examination/investigation expenses,liability for claims or losses that result from breach of security or protected data,losses for first party damage to networks or other digital assets,losses for first-party business interruption, costs of regulatory investigations, and regulatory fines and/or penalties including but not limited to PCI-DSS fines,penalties and assessment. ❑ PHYSICAL ABUSE AND MOLESTATION INSURANCE with limits of not less than $ to cover actual or threatened physical abuse,mental injury,sexual molestation,or negligent employment, supervision,investigation,reporting to proper authorities or retention of any person for whom the Contractor is responsible for, including but not limited to Contractor and Contractor's employees and volunteers. Coverage can be provided by a separate policy or as an endorsement to the general or professional liability policies. ❑ OTHER (describe coverage and limits): 13 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C SECTION 3 SCOPE OF SERVICES 3.0 BACKGROUND As recommended in the 2020 Water System Master Plan (WSMP) the City is implementing a Pipeline Renewal and Replacement Program (PRRP), the purpose of which is to proactively identify and replace aging water pipe. The intent of the PRRP is to prevent pipe failures,which lead to expensive repairs, property damage, disruptions in service, water loss, and introduce the potential for water quality emergencies. The City of Tigard's water distribution system is comprised of approximately 260 miles of pipe. Of this pipe, approximately 25 percent is cast iron pipe (CIP), which is at increased risk for leaks and breaks. The remainder of the pipe is ductile iron pipe (DIP), with less than 1% of pipe being constructed of high-density polyethylene. Pipes range in age from approximately one year to 70 years of age. Pipe sizes range in diameter from 2-inch to 36-inch,with the majority of the pipes being either 6-, 8-, or 12-inch diameter. In order to implement the PRRP, a comprehensive evaluation of the City's existing pipes will be required in order to prioritize which pipes require replacement. Pipes will be evaluated and ranked to determine 1) which pipes have the highest likelihood of failure, 2) to determine pipes in which the consequences of failure would be highest and, 3) various City-specific priorities. Based on these evaluations,pipe replacement activities will be identified and prioritized. The city intends to replace 1 mile of pipe in the first year of the PRRP, with project scope growing to replace 3 miles of pipe per year by year 4 of the PRRP.Each pipe segment identified for replacement("pipe replacement project") shall have an engineering drawing package prepared for it. Assistance to the City with project management,bid assistance, and construction oversight services will also be required. It is anticipated that this solicitation will result in an engineering services and design contract that would expire on June 30,2024,and the results of this solicitation process could be used by the city (at its discretion)to award up to three additional one-year contracts in subsequent years for design,project management,bid assistance, and construction oversight services. 3.1 PROJECT RESEARCH /DATA COLLECTION 1. Project Kick-off Meeting. Meet with project team,review project schedule and deliverables. 2. Prepare preliminary schedule. 3. Pipe information collection and database creation. Engineer to gather and organize data related to pipe age, materials, construction method, and known condition. Data will be provided by the City to the extent possible,but engineer will be required to evaluate all other available records. The City has available data on pipe age and material in a GIS database that will be shared with consultant. The City's Water System Master Plan will also be made available to consultant once a non-disclosure form is executed. 14 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C 4. Identify areas for City public works crews or City hired contractor to pothole to determine existing waterline location. 3.2 PIPE REPLACEMENT PRIORITIZATION AND SUMMARY REPORT 1. Engineer to develop criteria and metrics to assist with prioritization of pipe replacement projects. The criteria should include at a minimum the following criteria. a. Likelihood of Failure (LOF)—Engineer to determine LOF for each pipe segment in the City water supply network using factors outlined in Section 5 of the 2020 WSMP and the American Waterworks Association (AWWA) Manual M77—Condition Assessment for Water Mains. LOF for each pipe segment shall be ranked compared to other pipe segments. b. Consequence of Failure (COF) —Engineer to determine COF for each pipe segment in the City water supply network using factors outlined in section 5 of the 2020 WSMP and AWWA Manual M77. COF for each pipe segment shall be ranked compared to other pipe segments. c. City specific prioritization—In addition to prioritizing projects based on LOF and COF metrics, engineer to consult with the City to determine its priorities, including but not limited to i. Prioritizing replacement of existing CIP with DIP ii. Coordinating pipe replacements co-located with planned City projects iii. Prioritizing pipe replacements in areas with high instances of historical failure, as determined by the City 2. Engineer to prepare a report summarizing the results of the pipe replacement prioritization exercise and proposing a list of recommended pipe replacement projects for 2024 through 2039 (15 years). Scope of pipe replacement projects shall assume replacement of 1 mile of pipe by fiscal year (FY) 2024, 2 miles of pipe annually in FY years 2025 and 2026, and 3 miles of pipe annually in FY years 2027 through 2039.The report shall include the following as a minimum- a. Summary of prioritization criteria b. Summary of pipe replacement prioritization results C. List of pipe segments identified for replacement d. Brief project description for each pipe replacement project e. Estimated engineering and construction costs for each pipe replacement project Note: Some of the identified projects as part of this program may be completed as part of other CIP projects and the design work for these projects would not be included in this contract. 3.3 ENGINEERING DESIGN SERVICES After reviewing the Summary Report,the City will coordinate with the Engineer to identify pipe segments requiring replacement.For each of these pipe replacement projects,engineering design packages will be created by the Engineer with the following minimum requirements, as applicable to each individual pipe replacement project. 15 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C 1. DESIGN SURVEY a. Establish Horizontal and Vertical Survey Control and Boundary Survey. Setup conventional control and tie existing monumentation necessary to establish existing right-of-way, property lines, and easement limits within the project limits. Vertical control to be established from nearest City/County benchmark.Datum will be based on City of Tigard datum. b. Topographic Survey. Use existing monumentation to prepare a topographic design survey. Topographic design survey will include existing topographic features, contours, roadways, sidewalks,trees,utilities, etc.within each project area. c. Underground Utility Survey. Locate all underground utilities for incorporation into engineering design.Utility survey to be completed using as-built record drawings,"One- Call" utility notification center, or geophysical survey. 2. ENGINEERING DESIGN a. Construction Plans- 30% (Conceptual Design) Construction Documents Conceptual drawings to include: • Title sheet • Vicinity map and project area map • Existing conditions plan • Plan layout of replacement water line, adjacent land features, and known utilities. 60% (Preliminary Design) Construction Documents & Cost Estimate Incorporate City comments from 30% design review. Preliminary drawings to include: • Title,note,legend and survey control sheets. • Vicinity map and project area map • Existing conditions plan • Preliminary plan and profile • Demolition plan, to include areas of pavement removal • Pavement plan. • Preliminary project staging and traffic control plans. • Major construction details • Prepare bid item descriptions • Prepare a 60% Construction Cost Estimate 90% Construction Documents, Cost Estimate, and Project Specifications Incorporate City comments from 60%design review.All design elements are set. Sheet Index to include but not limited to: • Title,note,legend and survey control sheets. • General notes 16 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C • Vicinity map and project area map • Existing conditions plan • Plan and profile • Demolition plan, to include areas of pavement removal • Pavement plan • Excavation and shoring plan. • Project staging and traffic control plans. • Construction detail sheets • Bid item descriptions • Prepare bid schedule • Prepare 90% Construction Cost Estimate 100% Construction Documents, Cost Estimate, and Project Specifications Finalize 100%drawings,cost estimate,and project specifications.Incorporate comments from 90% City Plan Review. b. Permitting - Consultant to prepare and submit applications for permits as required for specific pipe replacement project locations. Permit fees to be paid by the City. Consultant to coordinate with other utility providers in case of needed utility relocation. c. Project Management, Coordination, and Meetings - i. Review engineering design with City Staff at 30%, 60%, 90%, and 100% submittals ii. Weekly conference calls with City. Prepare meeting agendas iii. Schedule updated monthly iv. Monthly invoices including monthly project status reports *Monthly project status reports to identify work completed,percent complete vs percent spent, for all project tasks and phases and identify ongoing and upcoming work items and any issues/concerns d. Bidding Assistance — Prepare bid documentation including bid schedule, bid item descriptions and technical specifications. Respond to bidder inquiries (up to 3). Prepare Addenda during the bidding process as necessary. 3.4 CONSTRUCTION SERVICES 1. Provide submittal review — comments and approval to be provided to the City within 3 business days. 2. Respond to RFI's during construction process — Provide responses to RFI's within 3 business days. 3. Construction Administration/Site Observation: 17 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C • Review contractor pay requests,quantity verification,and provide recommendations to the City project manager. • Review change orders and provide recommendations to the City project manager. • Provide full inspection services during active construction (assume 6 months). 4. Record Drawings: Prepare record drawings showing the as constructed facilities based on construction observation, contractor provided notes, and survey verification. Survey verification to include the following: • Provide horizontal locations of water valves and fittings • Provide elevations at 50'increments along top of pipe • Provide location and invert elevation of all service stubs • Provide horizontal data on all new surface features • Provide vertical data of valve vaults, air/vacuum valves, blowoffs, and other surface completions • Provide drawings in PDF format and AutoCad format 5. Project Closeout: Final walk through with City staff and contractor. Provide project files as required by City. 3.5 PROPOSED PROJECT SCHEDULE Pipe Replacement Prioritization Draft Report July, 2022 (draft needed to determine Year 1 Projects) 30%Design,Year 1 Projects September,2022 60%Design,Year 1 Projects November, 2022 90%Design,Year 1 Projects February, 2023 Final Design,Year 1 Projects April, 2023 Obtain Permits April, 2023 Request for Proposal—Construction Services April, 2023 Pipe Replacement Prioritization Final Report May, 2023 Award June, 2023 Begin Construction July, 2023 End Construction and Project Closeout,Year 1 Projects June, 2024 All deliverables and resulting work products from this contract will become the property of the City of Tigard. As such, the Contractor grants the City the right to copy and distribute (in any and all media and formats) project deliverables for regulatory, project certification/recognition, program development,public education, and/or for any purposes at the sole discretion of the City. 18 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Exhibit B VJ Kennedy Jenks 421 SW 6d',Suite#1000 Portland,OR 97204 503 423-4000 Client: City of Tigard Project: Pipeline Renewal and Replacement Program Engineering Services Date: March 30,2022 Subject: Kennedy Jenks Scope of Work and Budget Proposal Background The City wishes to rehabilitate 44 miles of pipeline between fiscal year 2024 through 2039.The first increment of replacement will be the"Year 1 Project"and will be 1 mile of pipeline constructed in FY 2024. To accomplish this task the known pipeline conditions and asset management tools will be used to assess and prioritize pipeline segments for replacement. The project will be completed in four phases,as follows: • Phase 1: Project Management • Phase 2: Pipe Replacement Prioritization and Summary Report • Phase 3: Engineering Design Services • Phase 4: Construction Services Renewal&Replacement Design Schedule: Notice to Proceed: April 28,2022 Pipe Replacement Prioritization Draft Report: July 2022 30%Design: September 2022 60%Design: November 2022 90%Design: February 2023 Final Design: April 2023 Bid&Construction Services: April 2023 to June 2024 Major Project Assumptions: • Design services will be based on 1 mile of pipeline replacement • Due to the unknown location of pipeline replacement projects,geotechnical investigation has been limited to desktop studies and potholing for location verification • Due to unknown location of pipeline replacement projects,traffic control design is a budgeted allowance • Year 1 projects will be bid as a single construction package • During construction of year 1 projects,the Pipeline Replacement Prioritization and Summary Report will be updated for Year 2 construction projects based on opportunity projects,pipe condition observations on year 1 projects,and operations input. • Survey and Traffic Control for design services are budget values and will be finalized following selection of year 1 projects. Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services IIPage DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Phase 1 Project Management Task 1.1 Project Management Plan KJ's PM will prepare a Project Management Plan(PMP) to provide transparency of schedule and communicate team expectations as the project progresses.The PMP will also include a health and safety plan for field investigation and communications plan.All documentation will be maintained on an agreed upon document management platform. Task 1.2 Task Management and Quality Assurance • Manage the team for task progress and status. • Prepare and submit a monthly progress report by with invoices.The monthly progress report shall be a brief written summary of the progress made on each task and an estimate of the overall task's percent completion. • Prepare and submit monthly invoices. • Kennedy Jenks to conduct an in-house Concept and Criteria (C&CR) meeting early in the project to obtain focused technical input from senior KJ staff based on their experience from other similar projects.Deliverables will be reviewed by a senior KJ staff member. Review comments received from the internal Quality Assurance/Quality Control(QA/QC) review shall be addressed prior to submittal to the City. Task 1.3.Project Administration and Cost Control KJ will provide management and oversight of in-house project personnel and subconsultants throughout the project.Administrative requirements to manage cost and risk for the City include the following: • Risk Register: KJ's team will develop a preliminary project risk register to track project issues and areas of concern.We will assist the City's PM to identifying and assigning the role and responsibility of risk management to related parties/stakeholders.This task includes tracking risk change and mitigation status and updating the risk register. • Decision and Change Log: KJ will implement a project log for tracking major decisions and any proposed changes to the project.Impacts to scope, schedule or budget will be developed for major changes identified.This system shall be suitable for both Design and Construction Phases. • Schedule Management: Our team will prepare and maintain a project baseline schedule utilizing the Critical Path Method and electronic scheduling software (e.g.,Microsoft Project). Schedule and milestone dates will be developed for design and construction phase services. Task 1.4. Coordination with City&Project Meetings This task includes meetings to provide required communication between the City's PM and KJ team.We have assumed the following meetings: • One (1)virtual kick-off meeting,assumed to be up to 2 hours duration and attended by KJ's Project Manager and Project Engineer.KJ will prepare a draft and final agenda and meeting minutes. • Virtual weekly progress update meetings (1-hr duration)with the City Project Manager,attended by the KJ Project Manager and Project Engineer. KJ will prepare the agenda and prepare meeting minutes (Adobe PDF . • Workshops to review draft deliverables including: o Year 1 Pipeline Replacement Prioritization Summary Report o Design (30%,60%,and 90%) Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 21Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Task 1.5. Quality Management KJ will prepare a Quality Management Plan (QMP) for the project that identifies procedures,compliance methods,lines of communications and responsibilities,methods of checking and correcting the work, formats and procedures for responding to comments on deliverables,and record keeping requirements. The QMP shall also identify personnel and schedules to complete Quality Assurance and Quality Control (QA/QC) reviews of the work and deliverables. Once approved,work will commence,and the Project Manager will be responsible for the day-to-day project activities and communication. Phase 1 Deliverables • Project Management Plan • Quality Management Plan • Kickoff meeting agenda and meeting minutes • Weekly coordination meeting agenda and minutes • Updates to Risk Register,Decision Log and Schedule • Monthly Invoices delivered by the 10th of each month to include: o Breakdown of labor o Progress report Phase 1 Assumptions • All draft deliverables will be provided in Word format o Note: Draft Plans will be provided in PDF format • All final deliverables will be provided in PDF format • Unless otherwise specified such as site visits,all meetings to be held virtually PHASE 2 Pipe Replacement Prioritization and Summary Report TASK 2.1 Desktop Data Collection and Assembly Central to the success of this effort is ensuring there is a validated,accurate dataset which is maintained to serve as the basis for decision making through the program. KJ's approach is to analyze data provided by the City and make targeted improvements to meet the City's goals using the principles of risk to prioritize improvements through mining existing data,GIS information and inspections. Task 2.1.A Preliminary Data Analysis and Workshob KJ will determine Consequence of Failure (CoF) analysis based on factors provided in the 2020 Water System Master Plan (WSMP) for each pipe and verify this with City staff.This analysis will be used to calculate risk in later portions of this project but also to prioritize the efforts associated with capturing additional data to calculate the likelihood of failure (LOF) of each pipe. KJ will initially create a GIS model consisting of all factors identified in AWWA Manual M77 (Condition Assessment of Vater Mains) and validate this model with city staff through a (2-hour)virtual workshop.The results from this workshop will be used to refine the CoF analysis to align with City staff's understanding of the system. KJ will determine what data is missing in the current GIS model and determine a plan of action to collect or estimate these data. KJ will utilize the information gathered in the CoF scoring workshops along with M77 failure factors to develop a plan to deal with this missing data.Potential mitigations to this missing data will include mining of as-built,engineering reports and other City information,verification through potholing or other fieldwork and imputing using statistical methods or assumptions.KJ will propose the plan to deal with this data to the City for input and for validation of the completed dataset. Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 31Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Task 2.1.B Prebare Likelihood of Failure Model With this new validated data set KJ will create a likelihood of failure (LoF) model.This LOF model will be based on factors identified in the WSMP and M77 model,but also on key factors identified by City staff which will be determined in a 2-hour Failure Modes and Effects workshop.The initial LoF model will be used to calculate the preliminary risk of each of the City's pipes,but also to determine the uncertainty in these predictions.Based on this information KJ will propose a series of inspection activities.This information will be used to develop the Condition Assessment Control Document (CACD) that will serve as the precursor to the Pipe Replacement and Summary Deport.The CACD will be a living document to include findings specific to pipelines,including material class,inspection and failure history and key asset attributes such as diameter and install wall thickness. Task 2.2 Pipeline Replacement Prioritization To develop a comprehensive plan for the replacement of Tigard's infrastructure,KJ will develop a comprehensive risk model to allow for forecasting of the long-term risk of each pipe and allow for an informed risk-based development of replacement plans. After the risk model has been developed KJ will incorporate City specific strategic desires into the risk forecast to develop the long-term replacement program.These City-Specific strategic desires will include at a minimum: • Prioritizing the replacement of Cast Iron Pipe • Coordinating with Co-located projects • Prioritizing pipe replacements in areas with high historical failure rates • Level of service requirements and hydraulic limitations. Based on this information KJ will develop pipeline replacement projects and use the risk tool to develop an optimized project plan based on risk,co-located projects and strategic concerns highlighted by City staff.This pipe forecasting tool and the risk model will be updated yearly based on data obtain after the replacement of existing pipe and new failure information. KJ will take the CoF,LoF and develop a potential failure (PF) curve for each class of pipe.This PF curve will describe how the City's pipes fail over time and will allow for the development of remaining useful life and a long-term forecast of the risk and condition of each pipe.A final risk model will be developed based on the GIS database and any inspection results.This database will be used in a risk model.This risk model will be written in python and accessed through a PowerBI front end and will forecast the condition and risk of pipes through the 15-year program period.This will allow for a graphical analysis of the risk model and the expected years where critical risk thresholds are passed.This tool will be updated periodically with the new information discovered during pipe replacement and updates from operations staff. KJ will summarize this work in a technical report,"Pipe Replacement Prioritization and Summary Report" (Summary Report),detailing key decisions and factors impacting the analysis.In the Summary Report,KJ will include results of the analyses developed in the CACD and will use the asset condition information to develop practical mitigation engineering recommendations.This analysis will provide the justifiable basis for risk management,repair,rehabilitation and replacement decisions,balancing financial resources with needs of the City.The product will be a report that provides the following: • Summary of prioritization criteria • Summary of pipe replacement prioritization results • List of pipe segments identified for replacement • Brief project description for each pipe replacement project • Estimated engineering and construction costs for each pipe replacement project Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 41Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Task 2.3 Year 2 Pipeline Renewal& Replacement Recommendations The KJ Team will meet with the City's PM to review the CACD and integrated updated opportunity projects develop a list of lessons learned from Year 1 Projects.The report will be revised and submitted to the City for advancing to Year 2. Phase 2 Summary of Deliverables: • Living version of the Condition Assessment Control Document • Draft and Final Summary Report • Pipeline risk model PowerBI Tool Phase 2 Assumptions: • All draft and final deliverables in electronic format(PDF or Word) • Water System GIS Database available in native files Phase 3 Year 1 Pipeline Renewal & Replacement Design The scope of work presented for Phase 2 is based on assumptions made according to the Request for Proposal,which indicates Year 1 design and construction will cover 1 mile (5,280 linear feet) of pipeline replacement. The actual pipeline segments to be replaced will be identified in the Summary Report under Phase 2.At that time the actual data collection needs for design will be determined, and any additional data needs will be discussed with the City's Project Manager. If additional scope and budget are required, an amendment request will be made at that time. TASK 3.1 Design Surveys This task includes collection of data required for design of pipeline replacements. Task 3.i.A TopogLajJlJic SurUSurue Kennedy Jenks will retain subconsultant Otak to prepare a topographic survey of the project areas.Survey effort includes: • Prepare project survey boundaries and review with City's PM • Establish survey control.The horizontal datum will be NAD 83(91),Oregon State Plane North Zone and the vertical datum will be NAVD88. • Contact the Oregon Utility Notification Center's (OUNC) One-Call Center for mark-up of existing utilities and request maps. • Collect topographic data of constructed and natural surface features.Topographic features include, but are not limited to,roadway including curbs,sidewalks,driveways, structures,trees (6-inches DBH and larger),fences,utilities, signs, striping,rim/invert elevations and pipe sizes of inlets and manholes from right of way(ROW) to ROW. • Tie 5 geotechnical boring locations. • Perform survey research as necessary to resolve right-of-way lines and affected properties. • Search and tie a sufficient amount of survey monuments to resolve rights-of-way and tie any potential monuments that may be affected by project construction. • Prepare up to 12 legal descriptions and easements. • Resolve right-of-way and property lines. • Incorporate survey data into AutoCAD project drawings. Pre-construction Record of Survey is not included. Easment layout and staking is not included Construction based survey is not included,defining work area limits,pipeline layout,ect. Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 5Page DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7E05166C Upon receipt of the draft survey,the KJ Project Engineer will conduct a site walk to check the survey drawing for completeness and accuracy.During this time,we will confirm surface finishes and look for potential conflicts around the project area. Comments will be returned to the surveyor to finalize the survey base.This part of the process is a critical quality control step which assures the Project Engineer and Surveyor are fully engaged from the beginning of the design process. Task 3.1.B Limited Utility Sume KJ team will review GIS,record drawings,and utility locates to identify probable connection points to existing waterlines and potential construction conflicts. If insufficient information is available to accurately determine location and elevation of utilities in the work area,we will recommend the City conduct a limited underground utility potholing survey.This will allow the design team to design the optimum waterline alignment and develop comprehensive bid documents so Contractors can plan and accurately price their work.We have assumed the City's crews will conduct potholing according to KJ's recommendations. Task 3.2 Geotechnical Engineering Task 3.2.A Desktob Geotechnical Evaluation Kennedy Jenks will subcontract with Shannon&Wilson to perform geotechnical engineering services. Shannon&Wilson will review available geologic,groundwater, subsurface and geologic hazard information along the proposed pipeline routes.This includes published maps of geologic conditions in the area,in addition to borings in the City of Tigard may have on file,as well as S&W's internal files. Task 3.2.B Geotechnical Field ExOloralion and Boring Logs Shannon&Wilson will retain a drilling subcontractor to advance up to 10 borings to 12 feet below ground surface (5 feet below pipe invert).Borings will be advanced using a drill rig capable of SPT sampling.Asphalt core samples will be collected and logged at each boring location to obtain the thickness of the existing asphalt and aggregate base.Environmental sampling and testing will not be performed as a part of the exploration program. Standard laboratory tests will be conducted to provide data on the physical characteristics and identification of the subsurface materials.The laboratory-testing program will include standard classification tests, such as natural water contents,Atterberg limits tests,gradation analyses. Compaction tests and corrosivity testing on the native material are not included. Shannon&Wilson will prepare boring logs for each soil boring to provide a graphical representation and description of each boring. The following assumptions apply to Task 3.2.B: • Drilling and sampling can be performed on the same day,between the hours of 8 am to 5 pm. • Soils will not be contaminated and can be disposed of at a facility that accepts clean fill. If contaminated soils are encountered that require disposal at a landfill that accepts solid or hazardous waste,the owner and Kennedy Jenks will be notified,and the drilling will be halted until direction is received from the owner. Contaminated materials will be disposed of on a time and materials basis at a regulated landfill and the drill rig will be decontaminated. • No rock coring will be required. • Prevailing,Davis-Bacon or other non-standard wage considerations are not included in the drillers quote. Task 3.2.0 Geotechnical Retort and Recommendations S&W will prepare brief Geotechnical Engineering Report with a summary of subsurface conditions.The report will include a vicinity map, site plan showing existing and future conditions,and an interpretive Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 61Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C subsurface profile with depths to rock at each site (if sufficient data are available).The report will also include the following: • Physical properties and characteristics of the subsurface soils including pavement and base rock thickness and depth to bedrock,if encountered at boring locations including groundwater levels,and perched groundwater (if data available). • General recommendation of excavation methods and types of shoring system (specific approach and design by construction contractor) • Assessment of groundwater control and types of groundwater control methods • Subgrade preparation and pipe bedding • Trench backfill recommendation S&W will prepare an abbreviated Geotechnical Data Report that can be included as an appendix to project specifications for Contractor use.The following assumptions apply: • Trenchless construction recommendations are not included in this scope and fee but can be added to the scope and fee upon request • Detailed seismic hazard analysis and liquefaction induced settlements are not included in the scope and fee but can be provided upon request • Pipelines are not located within areas of active or pre-historic landslides,or areas of high slope hazard,and slope stability analysis is not included in the scope and fee but can be provided upon request Task 3.3 Pipe Inspection and Testing If condition of pipe uncovered during construction warrants,the KJ team will select pipe segments and samples for inspection and testing.The purpose of the testing will be to provide additional data points for understanding the condition of the City's existing pipe.We anticipate the testing will be conducted on samples of cast iron pipe excavated during construction.The information derived will be used to provide more detail to update the pipe assessment risk model and improve the accuracy of the model and assessment. For the purpose of this scope of work we have assumed a testing budget of$10,000 which will accommodate laboratory testing of up to 5 samples. Task 3.4 Permitting The Kennedy Jenks team will determine the necessary permits,attend pre-application meetings,and develop a permitting plan for year 1 projects. For the purpose of this scope of work we have assumed the following permits will be required: • Right—of-Way Permits for City of Tigard,Washington County,ODOT—The requirement to secure each of these permits will be based on the location of proposed replacement pipelines. For this proposal we have assumed this project will require permits to occupy the right-of-way from up to two of the referenced jurisdictions. • Clean Water Services Erosion Control Permit—All projects within urbanized areas of Washington county require Development Services Review. For the purpose of this project we have assumed the disturbed area will be between 1 and 5 acres and will require a 1200-CN Erosion Control Permit. Task 3.5 Engineering Design Engineering design of Year 1 pipeline improvements includes engineering analysis of existing conditions, geotechnical engineering recommendations,and the results of utility surveys.The Kennedy Jenks Engineering team will evaluate pressure and demand conditions to determine the most appropriate replacement pipeline specification. Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 71Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Task 3.5.A Preliminary Engineering Design The Kennedy Jenks Engineering team will review available information on the water distribution system and provide analysis where required for the following: • Review pressure and demand conditions of existing system • Review results of existing models and incorporate recommendations to improve fire flow and redundancy • Prepare structural calculations for new pipeline design • Drainage Calculations (required by CWS Development Services) The summary of the City's pressure,demand,and fire flow requirements associated with the identified pipelines will be tabulated in a technical memorandum to the City documenting the design criteria and resulting pipe material selection,hydraulic design,and structural design. Task 3.5.B 30%Desinn Kennedy Jenks will prepare a 30%design package including the following: • 30%drawings as indicated on Attachment 1 • Preliminary Opinion of probable construction cost • Technical specifications table of contents Plan and profile sheets for the 30% drawings will show existing conditions,demolition,and pipeline alignment plans. Pipelines profiles will not be completed at the 30% stage,instead,the horizontal alignment will be reviewed and approved by the City before advancing to 60%. Following City review of the 30% package by the City,KJ staff will meet to review and discuss City comments. Task 3.5.0 60%Design Kennedy Jenks will prepare a 60%design package including the following: • 60%drawings as indicated on Attachment 1 • Draft technical specifications • Opinion of probable construction cost based on 60%drawings • Preliminary construction schedule based on 60%design Plan and profile sheets for the 60% drawings will show existing conditions,demolition,and pipeline alignment,and pipeline profiles. Following City review of the 60%package by the City KJ staff will meet to review and discuss City comments. Task 3.5.D 90%Design Kennedy Jenks will prepare a 90%design package including the following: • 90% drawings as indicated on Attachment 1 • 90% technical specifications • Opinion of probable construction cost based on 90%drawings and specifications • Updated construction schedule based on 90%design The 90%drawings will be suitable for City, County, ODOT,and Clean Water Services review. Following City review of the 90%package by the City KJ staff will meet to review comments and discuss the City's concerns. Task 3.5.E 100%Design Kennedy Jenks will prepare a 100%design package ready for bidding including the following: • 100%drawings as indicated on Attachment 1 • 100% technical specifications,including special provisions of permitting agencies Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 81Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C • Opinion of probable construction cost based on 100%drawings and specifications • Updated construction schedule based on 100%design Final plans and specifications will be sealed and signed by the Engineer of record.All electronic documents will be provided to the City to upload to the Project Bidding Portal. Phase 3 Deliverables • Applications for two right-of-way permits in PDF format • Application for Clean Water Services Development Services (Erosion Control) • 30% drawings,estimate of probable construction costs,technical specifications table of contents • 60% drawings,estimate of probable construction costs,draft technical specifications,preliminary construction schedule • 90% drawings,estimate of probable construction costs,90% technical specifications,90% construction schedule • 100% Final drawings sealed and signed,estimate of probable construction costs, 100%technical specifications sealed and signed, final construction schedule Phase 3 Assumptions For this scope of work we have assumed the following: • All work will be in the City,County,or ODOT right-of-way • No wetland or waterway resources will be impacted,therefore,no permits involving the Army Corps of Engineers and Oregon Department of State Lands are required • Projects will have no significant impact to threatened or endangered species • Drawings will be prepared in accordance with City of Tigard CAD standards • City Standard details will be used where practical • All final deliverables will be in PDF format delivered by email or online transfer • The City will pay all permit fees and fees in lieu of building storwater detention • No new stormwater detention or treatment will be required or designed for this project • Existing water distribution modeling will be relied upon for the design of new pipelines.No water system modeling work is included in this scope of work. • No structures or appurtenances such as flow control systems,pressure reducing or regulating systems,or other water flow control configurations are included in the scope of work. Phase 4 Construction Phase Bidding Support (Year 1 Project) Task 4.1: Bid Support Services: KJ will support the City in administration of the bid for construction of Year 1 improvements Task 4.1.A Attend the Pre-Bid Meeting A KJ engineering team member will attend the Pre-Bid meeting and assist the City in providing a project summary and meeting notes. Task 4.1.B Respond to Bidder Inquiries KJ will respond to up to 20 Bidder inquiries and prepare clarifications in writing for the City to incorporate into Addenda. Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 91Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Task 4.1.C Prepare Addenda KJ will prepare materials supporting up to two Addenda,including sketches,minor drawing revisions,minor specification revisions,or additional information to become part of the bid documents. Task 4.1.D Bid Evaluation Support KJ will review bids,prepare a bid tabulation,check Contractor license,bonding,and references, and assisting in preparation of recommendation to award letter Task 4.7.E Conformed Drawings KJ will preparing a conformed set of drawings and specifications incorporating addenda and will submit the complete set to the City for use by the Contractor during construction. Task 4.1 Deliverables • Meeting minutes in MS Word or PDF format • Responses to bidder questions in email or MS Word format • Addenda materials including responses to questions,sketches,and specifications in PDF or MS Word Format • Conformed drawings and specifications labeled"Issued for Construction" Task 4.1 Assumptions • City will advertise the project and host contract documents and addenda for bidder download • City will receive questions and comments from Bidders and furnish to KJ to answer • City will prepare Notice of Intent to Award and Notice of Award letters Phase 4.2 Construction Services ()Lear 1 Project) The KJ's Construction Engineer will oversee construction services for all Renewal and Replacement Projects. An understanding of the City's communication and health& safety requirements. KJ staff will use the City's preferred construction management platform for document management.The following tasks describe KJ's Construction Services. Task 4.2.A Attend Pre-Construction Meeting A KJ Engineer will attend the Pre-Construction Meeting with the City and Contractor to meet the Contractor's team and review the scope of work. KJ will provide the City with meeting notes. Task 4.2.B Review Contractor Submittals KJ's Construction Manager will review Contractor submittals for compliance with the Contract Documents. Each submittal will have a submittal response form with specific comments to the Contractor and a clear direction on resubmittal or acceptance requirements.The scope of work assumes30 submittal reviews with 15 resubmittal reviews,with three hours of review by engineering staff per submittal,plus QA/QC Task 4.2.0 Respond to Requests for Information KJ's Construction Manager will review Requests for Information (RFIs) from the Contractor and prepare responses.If the RFI or its response significantly impacts the project scope or project cost the response will be reviewed with the City's PM prior to returning to the Contractor.The scope of work assumes 20 RFIs for this project,with two hours of review and response by engineering staff per RFI,plus QA/QC. Task 4.2.D Review Pay Applications KJ's Construction Manager will review Contractor-submitted Pay Applications with the City's PM and Construction Observer for accuracy. If necessary,KJ will participate in a meeting with the Contractor to discuss disputed items on the Pay Applications.The scope of work assumes 6 Pay Applications for this project. Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 10 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Task 4.2.E Requests for Quote and Proposed Change Orders KJ's Construction Manager will assist the City by preparing materials for Requests for Quote (RFQs) if changes in the work are needed.The KJ team will prepare up to 10 sketches and written description for up to 5 RFQs. KJ will assist the City with review of up to 5 Proposed Change Orders for completeness and for costs against current construction costs.The scope of work assumes the City will administer and publish the RFQs and Change Orders. Task 4.2.F Field Observation Services KJ will assist the City with periodic site visits during construction to observe Contractor work for compliance with the Contract Documents and resolve field issues.The scope of work assumes the City will provide a daily Construction Observer.A KJ Engineer will be onsite 8 hours per week for construction observation and field meetings. Following each site visit,KJ will prepare notes and photographs and submit a Daily Observation Report to the City's PM.KJ's site visit will be scheduled to coincide with weekly construction meetings. Task 4.2.G Punchlist and Final Walk-Through When the Contractor has advanced the project to substantial completion,a KJ Engineer will conduct two site visits,each assumed to be 4 hours in duration,to review the work with the City and Contractor.KJ will prepare a punchlist of items to be completed prior to final completion and review with the City's PM,who will prepare and send the final punchlist. A KJ Engineer will conduct a final walk-through to review the punchlist items completion. If items remain to complete,we will assist the City's PM in preparing a follow-up punchlist. Task 4.2.H Prepare Record Drawings After Contractor red-lines are received,the KJ team will prepare record drawings according to City Standards. Drawings will be prepared in 22 x 34 sheets and delivered electronically in PDF format. Phase 4.2 Deliverables • Preconstruction Meeting minutes in MS Word or PDF format • Contractor submittal responses in MS Word format • Responses to RFIs in MS Word format • Requests for Quote materials in MS Word and PDF format • Field visit daily reports and phots in PDF format • Punchlist in MS Word format • Record drawings in PDF format Phase 4.2 Assumptions • City will coordinate submittal and RFI review with KJ team • City will prepare and sign Change Orders • City will issue punchlist to Contractor • Contract red lines are assumed to be complete of the work. • Survey verification of installed assets is assumed to be provided by the Contractor.This scope of work includes incorporating the Contractor's field surveyed results,but this scope of work excludes the actual surveying. Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 11 1 Page DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C Basis of Compensation The compensation for our services will be provided on a time and expense reimbursement basis at the rates shown in the enclosed Schedule of Rates dated March 2022. Payments shall be made monthly based on invoices which describe services and list actual costs and expenses. Based on our estimate of services detailed in the attached budget spreadsheet,we propose a budget of90$ 7,242 which will not be exceeded without authorization by the City. Attachments: • Kennedy Jenks Labor&Fee Estimate by Phase and Task • Kennedy Jenks Schedule of Charges (Hourly Rates) • Sub Consultant Scope and Budget o OTAK o Shannon&Wilson Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 12 1 Page DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7E05166C Attachment 1 — Preliminary Sheet List Sheet esign Submittal Number Sheet Title 30% 60% 90% 100% G01 Cover,General Location and Vicinity Maps,Drawing Index ✓ ✓ ✓ ✓ G02 General Abbreviations ✓ ✓ ✓ ✓ G03 General Notes,Legend,and Design Criteria ✓ ✓ ✓ ✓ G04 KeyPlan and Survey Control ✓ ✓ ✓ ✓ C01 General Civil Abbreviations and Notes ✓ ✓ ✓ ✓ CO2 General Civil Legend ✓ ✓ ✓ ✓ CO3 Plan&Profile Sheet 1 ✓ ✓ ✓ ✓ C04 Plan&Profile Sheet 2 ✓ ✓ ✓ ✓ C05 Plan&Profile Sheet 3 ✓ ✓ ✓ ✓ C06 Plan&Profile Sheet 4 ✓ ✓ ✓ ✓ C07 Plan&Profile Sheet 5 ✓ ✓ ✓ ✓ C08 Plan&Profile Sheet 6 ✓ ✓ ✓ ✓ C09 Plan&Profile Sheet 7 ✓ ✓ ✓ ✓ C10 Plan&Profile Sheet 8 ✓ ✓ ✓ ✓ C11 Plan&Profile Sheet 9 ✓ ✓ ✓ ✓ C12 Plan&Profile Sheet 10 ✓ ✓ ✓ ✓ C13 Plan&Profile Sheet 11 ✓ ✓ ✓ ✓ C14 Plan&Profile Sheet 12 ✓ ✓ ✓ ✓ C15 Plan&Profile Sheet 13 ✓ ✓ ✓ ✓ C16 Plan&Profile Sheet 14 ✓ ✓ ✓ ✓ C17 Civil Details 1 ✓ ✓ ✓ C18 Civil Details 2 ✓ ✓ ✓ C19 Civil Details 3 ✓ ✓ ✓ C20 Civil Details 4 (City Standard Details) ✓ ✓ ✓ ✓ C21 Civil Details 5 (City Standard Details) ✓ ✓ ✓ ✓ C22 Erosion Control Notes ✓ ✓ ✓ C23 Erosion Control Plan 1 ✓ ✓ C24 Erosion Control Plan 2 ✓ ✓ C25 Erosion Control Plan 3 ✓ ✓ C26 Erosion Control Plan 4 ✓ ✓ C27 Erosion Control Plan 5 ✓ ✓ C28 Erosion Control Plan 6 ✓ ✓ C29 Erosion Control Plan 7 ✓ ✓ C30 Erosion Control Details ✓ ✓ C31 Restoration Details 1 ✓ C32 Restoration Details 2 ✓ C33 Restoration Details 3 ✓ C34 Restoration Details 4 ✓ Pipeline Renewal&Replacement Kennedy Jenks Program Engineering Services 13 Page DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7EO5166C Kennedy/Jenks Consultants Client/Address: City of Tigard 13125 Hall Blvd Tigard, OR 97223 Contract/Proposal: Pipeline Renewal and Replacement Year 1 Custom Schedule of Charges Date: March 2022 PERSONNEL COMPENSATION Classification Hourly Rate Engineer-Scientist-Specialist 1 ........................................................................$110 Engineer-Scientist-Specialist 2/3.....................................................................$130 Sarah Burch: Engineering Support Jana Otero: Engineering Support Engineer-Scientist-Specialist 4........................................................................$160 Engineer-Scientist-Specialist 5........................................................................$185 Amanda Mesick: Project Engineer Engineer-Scientist-Specialist 6........................................................................$205 Rob Peacock: Project Manager Steven Dutschke: Asset Manager Engineer-Scientist-Specialist 7........................................................................$225 Engineer-Scientist-Specialist 8........................................................................$250 Dean Wood — Principal In Charge Kathy Fretwell: QA/QC Engineer-Scientist-Specialist 9........................................................................$265 CAD-Designer....................................................................................................$150 Project Administrator........................................................................................$105 Michelle Flury—Admin Direct Expenses Reimbursement for direct expenses, as listed below, incurred in connection with the work, will be at cost plus five percent for items such as: a. Maps, photographs, 3rd party reproductions, 3rd party printing, equipment rental, and special supplies related to the work. b. Consultants, soils engineers, surveyors, contractors, and other outside services. c. Rented vehicles, local public transportation and taxis, travel and subsistence. d. Project specific telecommunications and delivery charges. e. Special fees, Excise and gross receipt taxes, insurance, permits, and licenses applicable to the work. f. Outside computer processing, computation, and proprietary programs purchased for the work. Reimbursement for vehicles used in connection with the work will be at the federally approved mileage rates or at a negotiated monthly rate. If prevailing wage rates apply,the above billing rates will be adjusted as appropriate. Rates for professional staff for legal proceedings or as expert witnesses will be at rates one and one-half times the Hourly Rates specified above. The foregoing Schedule of Charges is effective through March 30, 2023. Effective April1 of each year, a 2.5% rate increase shall be applied. N m E e M m8 $ bm4 um $ o sesuadx3 R +sgnS o Y +joge-1 pool u. N Usesuedx3 N I8401 Y a 72 2 2 sgnS lelol d S= S= N jogel Y lejol Y sasuadx3 Y do)peWgnS a MIS H NMVlo u Y uol4eleo83 0 joqej o 'o H x Jo4w4slwwpy o Pafoid a isu61se0.4VO N 0�1 (113) Y £IZ•IDS-Bu3 t (,(ewes) $ WO MOS-Bu3 w f° Am Nolsew) W o S•IDS-Bu3 a` a E 30 4SO3 m E (uewgo") m F m 4loS-Bu3 w rc (aH4°sinU) o U a 9-IoSSBu3 « m (3I303ead) o m e y 9-!OS-6u3 rc d w (Old T 30/VO) $ a o E o E o o i a E a t a F ° ° Z `o z' m e y w a o e g J U ° E ` O o r o d o $ o C m a d o v a R E E m d a E o w o m o s o. m in in n v a o ry o N o 2 0 o E ° a 3 a L H a o L Z E tl Q LL _ m O c M d a m d 9 v (3 U o C=Or c $ $ a w a 31. a c a E o o '° Q $ g ° E V N N a r Y c m yo E o °o a@ Uo 11J a m 3 d a m m o c E c = .. .E (7 -U5 a d d o d d >v a W N t in d :: :: E v o m o d 3 8 4: 'Sc o a o a LL w w Y d d a Ti $ J E � .. v m s Q D) a ^ m m y y a D dpi K - m a E u o a a E _ p 0 0 0 > Ir a` a a a in a o LL o D W a rn N o 0 N $ o sesuadx3 m ' o N i a R +sgnS m «, $ «, 5 U 5 «. m +�oge-I Igol w N $ $ 8 8 8 8 8 8 $ $ $ 9 a .9 $ 8 a Usesuedx3 N 18401 Y ns ISq q o1 d C d jogel Y ,401 Y sasuadx3 $ Y do)peNFgnS a �, a MIS H `9 NMtl10 Y uol4eleo83 'Y 1OQej a .a 5S .j 16 a w .ali «31 c4w 0 12 o n n N a f x Jo4w49lulwpy o 4oafoid a ieuBlseO.OtlO N U13) Y £IZ•IoS-Bu3 t (ReweO) $ WO M*e-Bu3 r f° gins NolseW) m o S•IaS•Bu3 a` a 30 4SO3 @ E (ueu4)o") f m glos-Bu3 w o rc (e)l4°s4n(i) o v a 9-IDS-Bu3 w m y g!De-Bu3 rc d N (Old 6 OS-Bu3 g a a E o a i a E Z U Z w m o E J ❑ U H = U @ w EU o t o O o E a o g @ g o U o - �2 o m 0 of m o a r w y @ d a O Eo U E @ o m z O = a D! CY @ U E N lL V C W M N WT O U 3 O d C N .^U� w N 2' j C C C @ O m O m .q ,C E O 5 O N N O@ o otl u N E d K ii K w w a m aIi I Y c w t '°' u. (7 "° c W v ai E w o 3 L zo 3 ` 3 r ii m c' L O d ~ L J ° G N t N N L N L ° '.O_. A N 0 ❑ N > N w N u 5 m H m o 3 ❑ (7 U' C7 °1 y c m j .g L a l H@ H LL a a y°N' Q E -Uo �_ y o m Q a ma o c ❑ N .. a N U y L Q L w C1 N W N m 4S N W @ d C @ 1n U U U ❑` E IL N Q: - :: ❑ "' fn LL E° ° "' C7 �"' a� " - "' - ❑ 'a �, a 3 w " O M T ~ ~ U N �@ ❑ N y d d M m wp W i0 N N N@ L@ d ° u rc x a z z a ¢ �° ❑ ° y n 3 a 8 y 8 g y r m Y 5 a A r n _ o L E m 3 Of Ir L. o a a we ELI v v x° a w �'n ('n O O �'n C� m' Y m m' Y m U) Y m Y f'n x U F in rn o 0 N sesuedx3 S d v 4 3 r t6 +sgnS m w $ w w N $ B m +Joge-I pool W N C a s 9 a a a a 2 a x 9 1 1 0 85� a a w 8 a a $ g $ 8 $ S o U sesuedx3 N 18401 Y C sgnS "a Mal d S= f. d Jogel - - - - - - - - - - - - - - - - - Y 18101 �2 Y sasuadx3 Y dn)IJepkgnS a a MIS H NMVlo Y uol4eleo83 rn 8 ro 8 � r m R M 8 w m 'Y Jogej w $ 2a m 7 w w w a e H x e e J04m;Slulwpv o ;oafOJd 1y Jeu61sep•QVO N (113) Y £IZ•I°S6u3 w (Aeweo) e N WO MOS-Bu3 r E a a a f° Am(HolseW) o S•I°S•Bu3 a` a E 30 7so0 m E (uewgo") m F m 4loS-Bu3 w o K (e)lq°son(i) o U a 9-IDS•Bu3 « m (Jlaoaeed) o N a M y 9-!OS-6u3 rc u N N N d w (Old II OO VO) „q a o E o a o 0 za E a F > > Z U Z h h w a a ❑ o n v J d N G1 W O d O E N C O o c Z 9 + d + N o � z U U m N -2 1_2v o c c o C + + O N 1n Yi " o W ` ° U O U c° o S t E N U t0 2 (p N d Z O O) N U fA V U _ rn 1rn° a ° o A m o c e Q c E o m U o g v r E d .` ° .� r M w a ~ '� d m d m a .0 E o N 6 H c y Y m a ' y c y O 0 0 � E ° � d2 U) ° y ` o. c �' N wTa d pffi m ,$ y N = d m w n d m y d U rn :: N d m m m m ^' o ❑ m U b K Q O 4 v `o C) ry o .m 10 .� c E ? .F c E .= o U o a 2 01 p D U o a R m W N t ❑ - ❑ W b O ❑ W b ❑ o w d : ¢ o. o. > O o a Q 0 m o N U o % o W ❑ o 0 o N W o 0 o a d ry a N N > > a c Qj vi m a '° io ❑ io U 'o w w rn U '�? o Q a m U Q a' a' LL a' a F N K - .d• N N N N m N N N 0 N N m m N N N U m Q m U ❑ W V N N M ❑N N N N N O Q _ W N N N N N N y N N N N s N N N N o V (V E u rc v v e v v v v v v v e v v �, d E m d d d d d m y y v > .1a a a a a a a a` n a a a a a H . . . . H . N h y . ` ` a w` fl U v i rn in U. in a F a rn o 0 DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7EO5166C Survey - OTAK Subconsultant will: • Establish survey control. The horizontal datum will be Oregon Coordinate Reference System (OCRS) and the vertical datum will be City of Tigard datum. • Contact the Oregon Utility Notification Center's (OUNC) One-Call Center for mark-up of existing utilities and request maps. • Collect topographic data of constructed and natural features. Topographic features include, but are not limited to, roadway including curbs, sidewalks, driveways, structures, trees (6" DBH and larger), fences, utilities, walls, signs, striping, surface utilities, rim/invert elevations and pipe sizes of inlets and manholes, geotechnical borings, and utility potholes within the right-of-way. • Collect confidence points. • Perform survey research as necessary to resolve right-of-way lines. • Search and tie survey monuments to resolve right-of-way lines. • Resolve right-of-way lines. Assumptions: • 60 foot right-of-way width. • 1"=20' aerial base mapping, supplemented with terrestrial surveying. • Traffic control plans and flaggers will be needed to obtain invert elevations and tie survey centerline monuments in roadway. • Pre-construction Record of Survey is not included. • Preparation of legal descriptions and exhibits are not included. Deliverables: • Civil3D drawing and digital terrain model a O O O O 00 O N W W 0 0 0 0 0 0 O O O fR fR fR fR d) W u'J N ER O W 64 64 O O H3 O CD 'a N �N � Q + d R o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Hill 0 0 o o N N U3 O V3 N Q. O O C O � ro P. X C O � � O O O O O <n � o 0 co ° w m a � q U U vJ O O C 11 7 N U O N O O O O a Pa. o vs ro 00 � 0 0 ci C a p, w" 0 0 � 0 0 E: '> 0 0 0 0 0 0 o m � m o � a 0 0 a" P. 2 q O U O Ln Cl W LU 'x p Q o h W N aU, O U C F Q co Li d d y r. .. a Zgi � � co 00 u 01 N v Q Zi Zi O 0.'+ w ° a a a a pdP..wr,a, w W d CD Q � a O Q O O C W c Cm co O U O 0 DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7E05166C City of Tigard Engineering for Pipeline Renewal and Replacement Project SHANNON & WILSON Geotechnical Engineering Scope of Work Presented below is a description of Shannon&Wilson's optional geotechnical scope of services for the City of Tigard Pipeline Renewal and Replacement Project. The exact location of the replacement water line is unknown at this time but is assumed to consist of 1 mile (Total length of pipeline=5,280 ft) within the public right-of-way. Our scope includes a limited exploration program and development of a geotechnical report. Plans, specifications, and construction observations support are not included in this scope and fee. We anticipate the new pipe inverts will generally be 7 feet or less below ground surface and that any explorations performed to depths of 12 feet will be at least 5 feet below the pipe invert. Our scope and fee does not include deep borings or recommendations for trenchless crossings or seismic or landslide hazard assessments;however, Shannon&Wilson can provide these services upon request. Task 1- Data Review, Health & Safety and Exploration Plan Shannon&Wilson will review available geologic, groundwater, subsurface and geologic hazard information along the proposed pipeline routes. This includes published maps of geologic conditions in the area,in addition to borings in the City of Tigard may have on file, and our own internal files. Shannon&Wilson will perform a reconnaissance level site visit and assess existing conditions relevant to performing our subsurface investigation and mark the location of proposed borings. Utility locates will be called in for up to 10 boring locations, including nearby contingency locations.A second site visit will be performed after the utilities have been marked to confirm the boring location are feasible. If the initial location cannot be safely drilled because of utility conflicts, the proposed location will be moved to another location away from the marked utilities. At the conclusion of our field reconnaissance, Shannon&Wilson will prepare an Exploration Work Plan (EWP) describing the field exploration to be performed. The EWP will include health and safety plan, sampling plan, and traffic control plans. The draft EWP will be submitted for review to Kennedy Jenks and the City of Tigard; and the final EWP will be developed based upon the review comments. Assumptions: ➢ Shannon&Wilson will mark the proposed boring locations and call in a one-call utility locate. The City will locate the utilities. A private utility locator will also be retained as a secondary measure to locate conductible utilities and can clear the 10 locations in 4 hours or less. ➢ Any pot-holing with use of Vac-Ex or other methods to resolve/confirm location of existing utilities in not included. City of Tigard Pipeline Renewal Pipeline Replacement Project Geotechnical Scope March 2022 Page 1 of 4 DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C ➢ All City fees related to drilling, including fees for street opening permits, or parking space closures, will be waived by the city or paid by others. ➢ Standard traffic control plans can be used from the Oregon Temporary Traffic Control Handbook and site-specific plans(typically required at or near intersections) will not be required. Task 1.2 Deliverables: ➢ Draft Sampling Plan-one(1) electronic copy (PDF). Task 2- Task 2 Field Exploration and Boring Logs We propose to perform drilling for one 8-hour day of geotechnical explorations. For planning purposes, we plan to advance a minimum of 10 borings to 5 feet below pipe invert or a maximum depth of 12 feet below grounds surface,whichever is shallower. In order to assess geotechnical conditions, the borings will be advanced using a drill rig capable and SPT sampling. Asphalt core samples will be performed at each boring location to obtain the thickness of the existing asphalt and aggregate base. Environmental sampling and testing will not be performed as a part of the exploration program. Standard laboratory tests will be conducted to provide data on the physical characteristics and identification of the subsurface materials. The laboratory-testing program will include standard classification tests, such as natural water contents,Atterberg limits tests, gradation analyses. We assume pipeline bedding and backfill material within the pipe zone will be imported granular material; therefore, compaction tests and corrosivity testing on the native material are not included but can be provided upon request. Shannon&Wilson will enter the field exploration information into gINT software to prepare a graphical representation and description of each log. A member of our staff will review the draft field logs and the field samples in the office at the conclusion of the drilling and the laboratory testing program. Assumptions: ➢ Drilling and sampling can be performed on the same day,between the hours of 8 am to 5 pm. ➢ Soils will not be contaminated and can be disposed of at a facility that accepts clean fill. If contaminated soils are encountered that require disposal at a landfill that accepts solid or hazardous waste, the owner and Kennedy Jenks will be notified, and the drilling will be halted until direction is received from the owner. Contaminated materials will be disposed of on a time and materials basis at a regulated landfill and the drill rig will be decontaminated. ➢ No rock coring will be required. City of Tigard Pipeline Renewal Pipeline Replacement Project Geotechnical Scope March 2022 Page 2 of 4 DocuSign Envelope ID:AOE6005A-4865-4913-8F59-C3AO7E05166C ➢ Prevailing,Davis-Bacon or other non-standard wage considerations are not included in the drillers quote. Task 2 Deliverables: ➢ Geotechnical Boring Logs-one (1)electronic copy(PDF) ➢ Site Plan showing boring locations-one (1) electronic copy (PDF). Task 3- Geotechnical Report and Recommendations Data will be collected and engineering evaluations will be performed that will lead to the preparation of conclusions and recommendations concerning the following: ➢ Physical properties and characteristics of the subsurface soils including pavement and base rock thickness and depth to bedrock, if encountered at boring locations, including groundwater levels, and perched groundwater. ➢ General excavation methods and types of shoring system-specific approach and design by construction contractor; ➢ Assessment of groundwater control and types of groundwater control methods; ➢ Subgrade preparation and pipe bedding; ➢ Trench backfill. A draft data report will be prepared containing data only. A separate engineering report will be prepared presenting the results of the various field, laboratory, and office studies, and our conclusions and recommendations. The draft reports will be provided for review and comments. An electronic copy of the reports will be provided to you. After review comments have been received, final reports will be prepared presenting the results of the various field, laboratory, and office studies, and our conclusions and recommendations. The final report will address and incorporate any review comments from Kennedy Jenks and the City of Tigard. An electronic copy of the will be provided to you for your use and distribution. Assumptions: ➢ Trenchless construction recommendations are not included in this scope and fee but can be added to the scope and fee upon request. ➢ Detailed seismic hazard analysis and liquefaction induced settlements are not included in the scope and fee but can be provided upon request. ➢ Pipelines are not located within areas of active or pre-historic landslides, or areas of high slope hazard, and slope stability analysis is not included in the scope and fee,but can be provided upon request. Task 3 Deliverables: ➢ Draft Geotechnical Data Report-one (1) electronic copy (PDF). City of Tigard Pipeline Renewal Pipeline Replacement Project Geotechnical Scope March 2022 Page 3 of 4 DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C ➢ Draft Geotechnical Engineering Report-one(1)electronic copy(PDF). ➢ Final Geotechnical Data Report-one (1) electronic copy(PDF). ➢ Final Geotechnical Engineering Report-one (1) electronic copy(PDF). BUDGET AND SCHEDULE Our estimated fee for labor and expenses for the above scope of services is$19,998. A breakdown of labor and expenses is included in the attached Table 2, Estimated Cost of Services Breakdown. Our explorations can be scheduled as soon as we have notice to proceed. At this time,we anticipate a drill rig will be available approximately 2 to 3 weeks from notice to proceed. Our draft report will be available within approximately 3 to 4 weeks of drilling. The work can be performed on a time and materials basis in accordance with our Standard 2022 Rates and mutually acceptable terms and conditions. Our labor rates are valid for one year. The drilling subcontractors quote is valid for 3 months. City of Tigard Pipeline Renewal Pipeline Replacement Project Geotechnical Scope March 2022 Page 4 of 4 C4 / . r o ]§ . )f2 , co 0.0 \ ( 0 a. cli§ (§ \ \ \ \ /) k\ ! ) ! z |� !\ \ ^/ |]!|| o, e, . b � 7 \( a v k` - § _ m I a 0 ko ^ § � - « � § § o } e G . C) ) ) \ k ) , ! aj ( 6 \ \ \ � � 1. G $ } \ \ \o - \ — _ � § : f / E 3 \ \� � ! ! \ 30 \ � m \ / \_ § 0 \. \ z 2 ` ° §)I ® o « - _ - _ 0 , - - ƒ z / - ; !y 1k\ j k ) \/ - ( ) �))!\ƒ)! , 2 �eal:l� E ƒ /} \ j DocuSign Envelope ID:AOE60C5A-4865-4913-8F59-C3A07E05166C EXHIBIT C CONTRACTOR COVID-19 VACCINATION ATTESTATION City of Tigard Personnel Policy 80.0 COVID-19 Vaccination Requirement requires contractors must be full vaccinated for the COVID-19 virus or have a documented medical or religious exemption if the contractor personnel will (a) physically interact with Tigard staff or members of the public on behalf of the City in the course of performing work under the contract or (b) provide goods or perform services on-site at City buildings. If you are unsure whether the vaccination requirement applies to you, please contact your Tigard contract administrator/project manager to discuss further. By signing this form, I certify and attest to the following: ® I am authorized to sign this certification on behalf of contractor and am authorized to legally bind contractor. ® Contractor will not allow any unvaccinated employees,workers, or agents of the organization to perform any services or provide goods pursuant to this City of Tigard contract where such work includes (a) physically interacting with Tigard staff or members of the public on behalf of the City in the course of performing work under this contract or (b) provide goods or perform services on-site at City buildings. ® Contractor will ensure that any employees,workers, or agents of the organization engaged in work pursuant to this contract will adhere to any and all of the City's health and safety guidelines for the location where the work is performed, including wearing face coverings, distancing from others,and isolating or quarantining if exposed to or contracting COVID-19. ® Contractor understands and agrees that failure to comply with these requirements,which are hereby incorporated by reference as part of the terms and conditions in the Agreement, may result in the termination of contract for default. Mark Cullington Print Name 5/5/2022 Date LDocuSigned by: A c oUqbV, Signature 20 1 Page