Wallis Engineering LLC ~ 32400013
CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM
Contract Overview
Contract/Amendment Number: 32400013a3
Contract Start Date: 01/17/2024 Contract End Date: 1/31/2026
Contract Title: PMP Engineering and Inspection
Contractor Name: Wallis Engineering LLC
Contract Manager: Nichole George
Department: PW-ENG
Contract Costs
Original Contract Amount: $3,300,000.00
Total All Previous Amendments: n/a
Total of this Amendment: n/a
Total Contract Amount: $3,300,000.00
Procurement Authority
Contract Type: Personal Services
Procurement Type: Formal RFP >$150K
Solicitation Number: 2024-05
LCRB Date: 01/16/2024
Account String: Fund-Division-Account Work Order – Activity Type Amount
2025 PO 4128000-56005 CP95066-EXTERNAL-DES $467,711.50
FY __ _________________________
FY __ Remainder of contract in contingency
Contracts & Purchasing Approval
Purchasing Signature:
Comments: This amendment is all towards the ADA project.
DocuSign Routing
Route for Signature Name Email Address
Contractor Jane Vail Jane.vail@walliseng.net
City of Tigard Rob Drake rob.drake@tigard-or.gov
Final Distribution
Contractor Jane Vail Jane.vail@walliseng.net
Contractor Wes Wegner Wes.wegner@walliseng.net
Project Manager Nichole George nicholeg@tigard-or.gov
Project Manager 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 32400013
FOR
PAVEMENT MANAGEMENT ENGINEERING AND INSPECTION
AMENDMENT #3
The Agreement between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called
City, and Wallis Engineering, LLC, hereinafter referred to as Contractor, is hereby amended as follows:
1. ENGINEER’S SCOPE OF SERVICS
Contractor will perform the revised professional engineering services related to the Year 2 (2025)
scope as outlined in Exhibit A.1 to this Amendment.
2. COMPENSATION
The City agrees to pay Contractor for work performed for the revised Year 2 scope of the Agreement
in accordance with the fee estimate and rate schedule outlined in Exhibit A.1 to this Amendment.
3. 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 WALLIS ENGINEERING, LLC
Signature Signature
Printed Name Printed Name
Date Date
Docusign Envelope ID: 57B4D5B5-FF3C-4190-9660-238F17D4246F
Jane Vail
3/12/20253/12/2025
Rob Drake
215 W. 4 th Street, Suite 200 | Vancouver, WA 98660 | 360.695.7041 | walliseng.net
EXHIBIT A1: SCOPE OF WORK
City of Tigard | 2025 Pavement Management Program
Tig25PMP - February 2025
Contract# 32400013 - PO# 22500150
BACKGROUND
The City of Tigard’s (City) transportation system includes approximately 160 miles of City-owned
surface streets of varying sizes and capacities requiring periodic maintenance to keep them operational.
The City established a Pavement Management Program to address maintenance needs for City streets.
Annual maintenance projects are performed to manage the quality of these existing assets through the
program.
SUPPLEMENTAL SCOPE OF PROJECT
This supplement includes design and construction phase services for the 2025 ADA Ramps Contract.
The 2025 scope of work included a placeholder for this task as the project areas were not identified at the
time of scoping. The City has since identified the preferred locations to receive ADA improvements.
SPECIFIC SCOPE OF WORK
TASK 1 PROJECT MANAGEMENT AND ADMINISTRATION (SUPPLEMENTED)
1.2 Project Management and Administration (supplemented)
Provide management, coordination, and direction to the project design team as identified in the 2025
scope of work for work associated with the ADA contract preparation.
TASK 2 DATA COLLECTION (SUPPLEMENTED)
2.5 Utility Notification (Supplemented)
Notify private utility providers of the proposed improvements and coordinate to determine if any
infrastructure improvements are planned in these areas. Design deliverables will be sent to each private
utility to determine any conflicts. If utilities are planning improvements or relocations are required, Wallis
will coordinate with the City regarding any scheduling impacts.
TASK 5 ADA RAMP CONTRACT PREPARATION (SUPPLEMENTED)
The City has identified approximately 27 ADA ramps to be designed and constructed as part of this task.
The locations are as follows:
· Hunziker Road near 7670 Hunziker Rd (2 ramps with RRFB)
· 91st Avenue and Reiling Street (5 ramps)
· 112th Avenue and Walnut Street (3 ramps with RRFB, removal of 2 ramps)
· 106th Drive and Tiedeman Avenue (3 ramps with RRFB)
· End of 85th Avenue (1 ramp)
· 109th Avenue and Murdock Street (3 ramps)
· Grant Avenue near at Fanno Creek Trail (2 ramps with RRFB)
· Burnham Street near Universal Plaza (3 ramps)
Docusign Envelope ID: 57B4D5B5-FF3C-4190-9660-238F17D4246F
City of Tigard 2025 Pavement Management Program February 2025
Exhibit A1: Scope of Work Page 2
· Winterlake Drive and Lakeview Terrace (2 ramps)
· 125th Ct ramp to Mary Woodward Elementary (1 ramp)
5.1 Topographic Survey and Base Map (New)
PACE will acquire GIS data on state plane coordinates from City staff. GIS data will include, but not be
limited to GIS right-of-way, utility data (sewer, storm, water, and franchise utilities, if available), and
orthographically rectified aerial photos. The data will be utilized to develop a Topographic Survey and
Base Map. PACE will request mark/locate and record maps from the affected utility companies identified
in the work areas. GIS information will be combined with field ties to visible structures and paint
markings to map utilities. This includes utility access holes, drain inlets, utility valves, culverts, signal
and pedestrian push-button poles, utility poles/overhead lines, and underground utility lines.
A complete topographic survey within the limits of the respective ADA ramp retrofit area will be
prepared. Topographic data for each ramp retrofit area will include structures, hardscapes, landscaping,
pavement, driveways, striping, sidewalk, fencing, vegetation, as well as visible utilities and those marked
through the one call utility locate center [811]. Survey will extend 20-feet beyond the limits of the future
ramp retrofit.
Survey monuments will be searched for, located, and shown on the topographic survey.
5.2 Ramp Layout (New)
Design and prepare preliminary layout plans for each ramp and submit to the City for review. Plans shall
consist of a construction plan showing the proposed ramp layouts. Grades and dimensional information
are not included. Wallis will attend one (1) meeting to review City comments on the ramp layouts.
5.3 Crossing Safety Study (New)
DKS will conduct a safety study to evaluate a potential pedestrian crossing location along Tiedman
Avenue near Fowler Middle School. The study will consider pedestrian crossing patterns and
connectivity, vehicle queue lengths from adjacent intersections, available sight distance, and other
elements such as crossing distance, pedestrian and vehicular volumes, and vehicle speeds. 24-hour traffic
counts will be collected at this location. A summary of the key findings and recommended crossing
location will be delivered in a brief memorandum. DKS will respond to one set of unified comments on
the draft memorandum and prepare a final memorandum that incorporates the applicable comments.
5.4 90% Plans, Specifications and Opinion of Cost (New)
The 90% plans will be prepared incorporating review comments from the City from previous submittals.
Specifications will use City of Tigard standards and the “2018 Oregon/APWA Standard Specifications for
Public Works Construction”. Special Provisions will be prepared, as needed, to address project work not
adequately covered in the Standard Specifications and will include any Special Provisions previously
prepared by the City to address concrete workmanship. The 90% plans will present all horizontal and
vertical dimensioning, identify horizontal and vertical constraints, and represent the entire plan set
package, including standard notes and/or erosion control. The 90% plans will include custom details
(applicable to specific site design) and Clean Water Services standard erosion control details. City of
Tigard and/or Oregon Department of Transportation (ODOT) Standard Details will be referenced and
included in the plan set.
Drawing format will be AutoCAD Civil 3D and will be prepared using standard City title block as
provided by the City.
An Engineer’s Opinion of Cost will be prepared to accompany the plans and specifications.
Docusign Envelope ID: 57B4D5B5-FF3C-4190-9660-238F17D4246F
City of Tigard 2025 Pavement Management Program February 2025
Exhibit A1: Scope of Work Page 3
5.5 Final Plans, Specifications and Opinion of Cost (New)
Final plans, specifications, and an opinion of cost will be prepared as a reproducible document set
incorporating 90% review comments from the City.
Task 5 Assumptions:
· 27 ramp locations will be designed as part of the contract with this scope of work including four
(4) RRFB crossings and two (2) ramp removals.
· RRFB designs will conform to City and MUTCD standards and the RRFB systems are assumed
to be solar-powered. The installation of the proposed RRFB system, signing, striping, and
removal of existing equipment will all be shown on the same sheet per location. DKS will also
prepare School Zone Flashing Beacon modification plans for the Walnut/112th crossing to address
recommended changes to the school zone limits resulting from the crossing location changes at
this location.
· DKS will analyze existing light levels and propose improvements (if necessary) at the proposed
crossing locations (Hunziker midblock, Walnut/112th, Tiedman/106th or school driveway,
Grant/Fanno Creek Trail). DKS will prepare illumination plans for each location, which will be
designed per PGE Option A requirements, assuming cobraheads consistent with existing fixtures
along the corridor. DKS will coordinate with PGE for power source and conduit/wiring designs.
Photometric analysis will be conducted using Agi32 software and results will be summarized in a
table on the plans. Light pole and luminaire type will be selected from the current PGE pre-
approved equipment list. No lighting analysis memo will be prepared.
· All ramp reconstructions will be completed within the limits of the existing sidewalk, and it is
therefore assumed that adequate right-of-way is available for these reconstructions. The City will
confirm right-of-way limits for any required sidewalk widening or authorize addition survey
efforts to confirm right-of-way as needed. All property acquisition or Temporary Construction
Permits necessary to construct the ramp improvements will be coordinated and obtained by the
City.
· All utility coordination will be completed as part of Task 2.
· Utility improvements will be limited to adjusting existing structures to grade and adjusting grades
of drainage inlets as needed. No new utility installation is included.
· Any arborist involvement will be contracted directly by the City.
· No wall design is included.
· Traffic control plans included in the contract plans will be limited to general notes and ODOT
standard plans. No site-specific traffic control plans will be prepared. It is assumed that the
Contractor will prepare detailed and site-specific traffic control plans.
· The City will provide all front-end bidding documents and will complete all legal reviews as
necessary.
Task 5 Deliverables
· Electronic versions of the ramp layouts and both 90% and Final PS&E.
· Crossing Safety Study.
Docusign Envelope ID: 57B4D5B5-FF3C-4190-9660-238F17D4246F
City of Tigard 2025 Pavement Management Program February 2025
Exhibit A1: Scope of Work Page 4
TASK 8 CONSTRUCTION PHASE SERVICES (SUPPLEMENTED)
The Consultant will provide additional construction administration and inspection services as outlined in
the 2025 scope of work. Work included in this supplement includes construction phase services for the
2025 ADA Ramp contract. All work will be invoiced as part of Task 5.
Construction phase services shall include:
8.1 Construction Administration (Supplemented)
Provide Construction Administration as outlined in the 2025 scope of work for the 2025 ADA Ramp
contract.
8.2 Construction Engineering and Field Inspection (Supplemented)
Provide Construction Engineering and Field Inspection as outlined in the 2025 scope of work for the 2025
ADA Ramps contract.
· Review and respond to contractor submittals, shop drawings, requests for information (RFI), and
notifications of differing site conditions, the contractor prepared Quality Control, Quality
Assurance plan, Work plans and completed field testing for conformance to the contract
documents. Consult with the City regarding the acceptability of material substitutes or ‘as-equal’
items proposed by the contractor.
· Construction management oversight assumes:
o Eight (8) hours per week for a twelve-week construction period
· Daily site inspections assumes:
o 40 hours per week for a twelve-week construction period.
· Prepare record drawings for the improvements upon completion of construction.
8.3 Post Construction Monumentation (Supplemented)
PACE will complete monumentation for the 2025 ADA Ramps contract and will verify disturbance of
existing monuments as part of the construction. Post-construction surveys will be recorded with the
County following construction, as necessary. Monuments will be reset, if disturbed, during construction.
Task 8 Assumptions:
· Inspection hours are based on assumed construction contract durations and inspection frequency as
identified in the subtasks above.
· Nine (9) post-construction records of survey are assumed for the 2025 ADA Ramps contract
including filing fees. County filing fees currently include a $475.00 filing. Additional fees or filing
fees more than the assumed amounts are not included in this contract.
All monument boxes to be installed as part of construction will be staked by the contractor.
TASK 9 DESIGN CONTINGENCIES
The design contingency task has been included to accommodate minor changes of scope during project
development that are not included in Tasks 1-7 and are initiated by the City. Additional tasks could
include additional design services, pavement evaluation, ADA ramp evaluation and/or public
communication support. Work under this task will only be completed following written approval from the
City project manager.
Docusign Envelope ID: 57B4D5B5-FF3C-4190-9660-238F17D4246F
City of Tigard 2025 Pavement Management Program February 2025
Exhibit A1: Scope of Work Page 5
TASK 10 CONSTRUCTION CONTINGENCIES
The construction contingency task has been included to accommodate construction phase services that
exceed the projected requirements and timelines included in Task 8. Additional tasks could include
additional inspection, construction management and/or quality assurance testing. Work under this task
will only be completed following written approval from the City project manager.
Docusign Envelope ID: 57B4D5B5-FF3C-4190-9660-238F17D4246F
Fee Estimate
City of Tigard | 2025 Pavement Management Program
February 2025 | WE# PMP2025
Total
EM5 EM4 PE2 Des I Ins III T4 A6 Wallis Labor Expenses PACE DKS Cost
Dave Wes JH TB BT/HR/AE CK EW/LR/GW
$246.20 $239.10 $157.70 $146.50 $164.80 $146.50 $138.40
Task 5 ADA Ramp Contract Preparation (Placeholder)
Task Management and Administration 24 8 10 8,294.40$ -$ -$ 9,361.00$ 17,655.40$
Task Construction Phase Services 150 86 480 6 128,447.00$ 1,769.00$ (M)43,135.00$ 5,539.00$ 178,890.00$
5.1 Topographic Survey and Base Map (new)2 10 6 2,822.20$ 27.00$ (M)77,112.00$ -$ 79,961.20$
5.2 Ramp Layout (new)1 12 12 40 32 15,555.80$ 27.00$ (M)-$ -$ 15,582.80$
5.3 Crossing Safety Study (new)2 478.20$ -$ -$ 31,059.00$ 31,537.20$
5.4 90% Plans, Specifications and Opinion of Cost (new)2 32 48 160 72 4 50,254.80$ 27.00$ (M)-$ 20,642.00$ 70,923.80$
5.5 Final Plans, Specifications and Opinion of Cost (new)1 16 16 92 40 2 26,209.80$ -$ -$ 6,694.00$ 32,903.80$
TASK 5 SUBTOTAL 4 238 76 396 480 156 16 232,062.20$ 1,850.00$ $0 120,247.00$ 73,295.00$ 427,454.20$
Subtotal 4 238 76 396 480 156 16 232,062.20$ 1,850.00$ 120,247.00$ 73,295.00$ 427,454.20$
Task 9 Design Contingencies 20 35 20 40 40 10 29,550.50$ 29,550.50$
Task 10 Construction Contingencies 10 10 10 16 18 10,706.80$ -$ -$ 10,706.80$
TASK 9 & 10 SUBTOTAL 20 45 30 50 16 58 10 40,257.30$ -$ -$ -$ 40,257.30$
Project Subtotal with Contingency 24 283 106 446 496 214 26 272,319.50$ 1,850.00$ 120,247.00$ 73,295.00$ 467,711.50$
FEE SUMMARY
Wallis Labor 272,319.50$
Wallis Expenses 1,850.00$
Subconsultants
PACE 120,247.00$
DKS 73,295.00$
TOTAL BUDGET 467,711.50$
NOTE: Fee includes 10% markup
Subconsultants
(M) = Mileage IRS Rate
P:\City of Tigard\PMP\2025 Pavement Mngmt\100 Agmt\102 Working Docs\Supp 1\2025 TIG PMP Fee - Sup 1
Printed: 3/10/2025
Docusign Envelope ID: 57B4D5B5-FF3C-4190-9660-238F17D4246F
Title
Principal Engineer $208.60 $208.60
Senior Engineer $251.30 $251.30
Engineering Manager I - VI $221.80 $251.30
Project Engineer I - IX $146.50 $205.50
Staff Engineer I - V $119.00 $144.50
Engineering Intern I - III $76.30 $88.50
Designer I - IV $146.50 $178.10
Construction Manager $167.90 $167.90
Inspector I - III $118.00 $164.80
Technician I-IV $88.50 $146.50
Administrative I – VI $58.00 $138.40
These hourly rates include in-house office expenses, photocopying, and other incidental
items. Mileage will be reimbursed at the current standard IRS rate. Outside expenses
will be billed at cost plus 10%.
RATE SCHEDULE
Range
Docusign Envelope ID: 57B4D5B5-FF3C-4190-9660-238F17D4246F
CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM
Contract Overview
Contract/Amendment Number: 32400013a1
Contract Start Date: 01/17/2024 Contract End Date: 1/31/2026
Contract Title: PMP Engineering and Inspection
Contractor Name: Wallis Engineering LLC
Contract Manager: Nichole George
Department: PW-ENG
Contract Costs
Original Contract Amount: $3,300,000.00
Total All Previous Amendments: n/a
Total of this Amendment: n/a
Total Contract Amount: $3,300,000.00
Procurement Authority
Contract Type: Personal Services
Procurement Type: Formal RFP >$150K
Solicitation Number: 2024-05
LCRB Date: 01/16/2024
Account String: Fund-Division-Account Work Order – Activity Type Amount
2025 PO 4128000-56005 CP95001-EXTERNAL-DES $470,490.60
FY __ _________________________
FY __ _________________________
FY __ Remainder of contract in contingency
Contracts & Purchasing Approval
Purchasing Signature:
Comments: LCRB approved $3.3M to be allocated in yearly scope amendment with accompanying PO.
Contingency corrected in Tyler to reflect full award amount.
DocuSign Routing
Route for Signature Name Email Address
Contractor Jane Vail Jane.vail@walliseng.net
City of Tigard Steve Rymer stever@tigard-or.gov
Final Distribution
Contractor Jane Vail Jane.vail@walliseng.net
Contractor Wes Wegner Wes.wegner@walliseng.net
Project Manager Nichole George nicholeg@tigard-or.gov
Project Manager Shauna Large Shauna@tigard-or.gov
Buyer Toni Riccardi tonir@tigard-or.gov
Rev. 8/21
CITY OF TIGARD, OREGON
AMENDMENT TO CONTRACT NUMBER 32400013
FOR
PAVEMENT MANAGEMENT ENGINEERING AND INSPECTION
AMENDMENT #1
The Agreement between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called
City, and Wallis Engineering, LLC, hereinafter referred to as Contractor, is hereby amended as follows:
1. ENGINEER’S SCOPE OF SERVICS
The Contractor will perform professional engineering services for Year 2 of this Agreement in
accordance with the scope of work in Exhibit A to this Amendment. Contractor will continue to
perform professional engineering services identified in the Year 1 scope of work that have not been
completed as of execution of this Amendment.
2. EFFECTIVE DATE AND DURATION
The Agreement is extended for one year and expires on January 31, 2026 (Year 2). Three (3) additional
one-year extensions to this Agreement remain.
3. COMPENSATION
The City agrees to pay Contractor for work performed for Year 2 of the Agreement in accordance
with the fee estimate and rate schedule outlined Exhibit A to this Amendment.
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 WALLIS ENGINEERING, LLC
Signature Signature
Printed Name Printed Name
Date Date
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
1/2/2025
Jane VailSteve Rymer
1/3/2025
215 W. 4th Street, Suite 200 | Vancouver, WA 98660 | 360.695.7041 | walliseng.net
EXHIBIT A: SCOPE OF WORK
City of Tigard | 2025 Pavement Management Program
Tig25PMP | December 2024
BACKGROUND
The City of Tigard’s (City) transportation system includes approximately 160 miles of City-owned surface
streets of varying sizes and capacities requiring periodic maintenance to keep them operational. The City
established a Pavement Management Program to address maintenance needs for City streets. Annual
maintenance projects are performed to manage the quality of these existing assets through the program.
GENERAL SCOPE OF PROJECT
This project includes the evaluation of existing pavement conditions and the preparation of contract
documents to solicit individual bids for pavement rehabilitation, pedestrian improvements, and crack sealing
operations along various streets within City limits. Minor utility maintenance upgrades may also be
completed as part of the project if found to be necessary in the specific project areas covered.
The City has identified several streets to receive pavement rehabilitation and several intersections to receive
pedestrian ramp improvements in 2025. Wallis Engineering will design pavement rehabilitation and
pedestrian ramp improvements to the streets and locations identified by the City based on available budget.
To meet the requirements of the Department of Justice, pedestrian ramps found to be out of compliance with
current ADA requirements within the pavement rehabilitation limits will be reconstructed to meet all
applicable standards.
Table 1 includes a list of high priority streets identified for structural rehabilitation, work for which is
associated with the 2025 Rehabilitation Contract.
The City also estimates additional ADA ramps will be identified for reconstruction as part of the 2025 ADA
Ramps Contract, but the exact locations have not been identified at this time. The 2025 streets identified for
slurry sealing or crack sealing treatment are also not identified at this time. This scope of work includes
placeholders for the improvements that have not been identified at this time, and it is anticipated that a
Supplemental Scope of work will be prepared following identification of the proposed improvement
locations.
This project will produce up to three (3) sets of contract documents, to include:
• 2025 Rehabilitation Contract (Task 4)
• 2025 ADA Ramps Contract (Task 5)
• 2025 Slurry or Crack Seal Contract (Task 6)
TASK 5. Wallis will prepare a separate construction contract for the reconstruction of various high-priority,
non-ADA compliant pedestrian ramps identified by the City (Task 5). The City has requested that this work
be tracked and billed separately for funding purposes. Task 5 will include work described in Tasks 1, 2, 7 &
8 which will be equitably represented in the fee estimate. The scope of work for this task is anticipated to be
submitted as a supplement following the City’s identification of the improvement locations.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 2
Table 1 – Structural Rehabilitation Street List
Street From To Length
(ft)
Existing Intersection Quadrants
Anticipated Curb Ramp Installations
72nd Ave Kable Ln
North side of
railroad
crossing
100 0 0
Katherine St Tigard St End 870 4 3
Karol Ct Katherine St End 250 0 1
Durham Rd 74th Ave 72nd Ave 2,015 4 2
Ventura Dr Cul-de-sac
Only N/A N/A 0 1
Ventura Pl Ventura Dr End 270 4 4
Scoffins St Main St Ash Ave 700 0 0
Gaarde St Greenfield Dr 860’ S of 128th
Pl 1,800 8 7
Canterbury Ln Murdock Ct 106th Ave 600 12 4
Walnut St 128th Ave 128th Ave 100 0 0
Note: The 72nd Ave project is limited to coordinating and identifying improvements needed to improve the
vehicular, bicycle and pedestrian crossing condition of the railroad tracks. It is anticipated that ODOT Rail
will undertake the majority of the physical improvements, but the City may be responsible for associated repairs
to the roadway. Rail improvements are anticipated to include installing concrete roadway panels, crossing arm
improvements and other safety improvements necessitated by the rail.
CONTRACT DURATION
Contract terms shall be from the date the contract is fully executed until December 31, 2025.
PROJECT TEAM
Wallis Engineering will serve as the prime consultant for this project, leading a team of subconsultants to
complete all the services identified in the specific scope of work. The project team is listed below, with the
responsibilities which they will complete.
Consultant Responsibilities
Wallis Engineering (Wallis) Civil Engineering
Central Geotechnical Services (CGS) Geotechnical Engineering
PACE (PACE) Surveying
SPECIFIC SCOPE OF WORK
TASK 1 PROJECT MANAGEMENT AND ADMINISTRATION
1.1 Define Project Objectives
The project manager will coordinate with City staff to define the project goals, locations, design criteria, and
the project schedule. These items will be included in the final scope of work.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 3
1.2 Project Management and Administration
Provide management, coordination, and direction to the project design team to complete the project.
• Prepare project design schedules for the structural rehabilitation contract outlining design and
deliverable milestones.
• Prepare monthly status reports and schedule updates to be included with consultant invoices.
• Coordinate project team meetings and prepare meeting agendas and meeting minutes. This task assumes
the following meetings:
o Preliminary Rehabilitation Recommendations Review Meeting
o Rehabilitation 50% Design Review Meeting; meeting will also discuss any striping modifications
proposed by the City
o Rehabilitation 90% Design Review Meeting
1.3 Agency Coordination
Coordinate proposed improvements with Washington County, ODOT and ODOT Rail (as needed).
Known coordination items include the following:
o Washington County coordination will include identification of existing traffic signals that will
require pedestrian signal improvements, detection cameras, have detection loop replacement
needs, or will otherwise be impacted by construction. An allotment of eight (8) hours has been
assumed for this coordination effort.
o A permit is required from ODOT Rail for the railroad crossing on Durham Road near 74th
Avenue. An allotment of sixteen (16) hours has been assumed for this coordination effort.
o A permit is required through ODOT for work adjacent to the intersection of SW Durham Road
and Upper Boones Ferry Road due to the intersection being part of ODOT’s jurisdiction. An
allotment of eight (8) hours has been assumed for this coordination effort.
o Extensive coordination is anticipated with ODOT Rail for the improvement of the rail crossing on
72nd Ave near Kable Lane. The City desires this crossing to be improved for pedestrian and
bicycle function and safety. It is anticipated that ODOT Rail will construct most of the physical
improvements, but the City may be tasked with financing the changes as well as completing other
miscellaneous repairs. An allotment of forty (40) hours has been assumed to assist the City with
coordinating the improvements including facilitating meetings between both City and Rail staff to
ensure the City’s goals are met.
Task 1 Assumptions:
• Design phase of the 2025 Rehabilitation Contract is assumed to be January 2025 – April 2025 and
Construction phase is assumed to be June 2025 – October 2025.
• City project manager or designees will complete all stakeholder coordination, public involvement, and
lead and obtain all necessary permits unless specifically noted.
• Detection cameras will be installed by Washington County as needed.
• The City will prepare and distribute all project information mailers.
• The City and contractor will complete all notification distribution.
Task 1 Deliverables:
• Final scope and schedule
• Monthly status reports and invoices
• Meeting agendas and minutes
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 4
TASK 2 DATA COLLECTION
2.1 Site Investigation and Data Collection
Review as-built/record drawings, existing mapping, aerial imagery and GIS provided by the City and private
utility providers. Conduct site investigation of the project areas to verify mapping accuracy, examine the
condition of catch basins and manholes and examine site drainage.
2.2 Pre-Construction Monumentation Survey
PACE will conduct research of the project areas scheduled for structural rehabilitation including the
associated ramp reconstructions to determine the presence of existing monuments. Following this research
effort, pre-construction surveys will be conducted to record the location of all monuments within the project
areas as necessary. Due to the short duration of monument disturbance, if any, filing Pre-Construction Record
of Surveys are not anticipated.
2.3 Topographic Survey for Ramps
PACE will acquire GIS data on state plane coordinates from City staff. GIS data will include, but not be
limited to GIS right-of-way and utility data (sewer, storm, water, and franchise utilities, if available). The data
will be utilized to develop a Topographic Survey and Base Map.
PACE will request mark/locate and record maps from the affected utility companies identified in the work
areas. GIS information will be combined with field ties to visible structures and paint markings to map
utilities. This includes utility access holes, drain inlets, utility valves, culverts, signal and pedestrian push-
button poles, utility poles/overhead lines, and underground utility lines.
A complete topographic survey within the limits of the respective ADA ramp retrofit area will be prepared.
Topographic data for each ramp retrofit area will include structures, hardscapes, landscaping, pavement,
driveways, striping, sidewalk, fencing, vegetation, as well as visible utilities and those marked through the
one call utility locate center (811). Survey will extend 15-feet beyond the limits of the future ramp retrofit.
2.4 Base Map Preparation
Prepare a project base map utilizing City GIS and topographic survey information. This base map will include
edge of pavement, curb lines, and approximate location of utilities, including valve boxes, manholes, catch
basins, and other utility structures. The base map will also include the collected monument information and
topographic survey information collected.
Aerial photography will be acquired from Metro to supplement surveyed information and create the base map.
2.5 Utility Notification
Notify private utility providers of the proposed improvements and coordinate to determine if any
infrastructure improvements are planned in these areas. Maps of the project areas will be sent to each private
utility. The maps will be followed up with phone conversations and a letter or email to each utility. If utilities
are planning improvements, Wallis will coordinate with the City regarding any scheduling impacts. It is
anticipated that the first notification will be sent to all utilities in January 2025.
Coordinate with City staff regarding maintenance upgrades or replacements that may be required for water,
storm sewer, and sanitary sewer infrastructure in the project areas not previously identified.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 5
Task 2 Assumptions:
• The City will provide City GIS information in AutoCAD compatible format and all available as-
built/record drawings for use by Wallis Engineering.
• The horizontal survey control for the project will be the Oregon North 3601, NAD 83 (2011) Epoch
2010. The vertical datum will be NGVD 29 (Tigard Datum) International Feet utilizing the Oregon Real
Time Network (ORGN) and City of Tigard Benchmarks.
• The City will provide information on historical drainage issues and other proposed City utility needs
including all existing drainage, sewer and water structures requiring repair, modification or
replacement.
• No utility potholing will be completed by the Consultant. The Contractor, as part of the construction
contract, will complete all potholing of existing public utility lines and services as necessary in project
areas requiring full reconstruction to identify utility conflicts with the proposed reconstruction section.
• Pre-Construction Record of Surveys will not be required as the duration of monument disturbance and
replacement is within the timeframe tolerances provided by the ORS and per Washington County’s
Surveyor’s office expectations per previous conversations.
Task 2 Deliverables:
• Project base map in AutoCAD format
• ADA compliance documentation
• Utility contact record
• Informational letters and project notices to each affected utility.
TASK 3 PAVEMENT EVALUATION SERVICES
3.1 Structural Rehabilitation Segments (HMAC Overlays)
Central Geotechnical Services (CGS) will collect data, conduct pavement condition surveys and evaluate
testing and pavement coring data to estimate the existing pavement thickness and structural equivalent value
along segments. Testing results will be evaluated to provide recommendations for pavement design sections
based on AASHTO’s Guide for the Design of Pavement Structures and the City’s interim pavement design
standards. Specific scope of services will include the following:
• Complete a generalized distress survey of the road sections. Provide a qualitative review and summary
of pavement conditions.
• Provide traffic control and traffic control plans when required.
• Explore subsurface conditions in the proposed sections by completing pavement borings to depths of up
to three feet below ground surface (BGS). We recommend the following number of explorations for
each road section:
o Katherine Street – 2 explorations
o Karol Court – 1 exploration
o Ventura Place – 1 exploration
o Ventura Drive Cul-De-Sac – 1 exploration
o Canterbury Lane– 2 explorations
o Durham Road – 4 explorations
o Gaarde Street – 3 explorations
o Scoffins Street – 2 explorations
• Perform dynamic cone penetrometer tests in each exploration.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 6
• Complete ground penetrating radar (GPR) testing for each street segment in the outside wheel track of
the main travel lanes.
• Complete ground penetrating radar (GPR) testing for each street segment in the outside wheel track of
the main travel lanes.
• Maintain a detailed log of the explorations. Obtain samples of the pavement, base, and subgrade
materials encountered and perform laboratory testing including moisture content, Atterberg limits, and
material passing a U.S. Standard No. 200 sieve.
• Patch pavement borings with polymer modified asphalt patch.
• Collect traffic data for arterial and collector roads via 48-hour tube counters at Durham Road, Gaarde
Street and Scoffins Street.
• Estimate traffic loading for local and neighborhood roads based on review of field conditions and
discussions with City staff.
• Estimate pavement thickness from a review of subsurface explorations and GPR results.
• Provide a summary of pavement capacity compared to an estimated design life.
• Provide a data report summarizing field investigation findings.
• Conduct site visit with the City and project team to complete site reconnaissance for the purpose of
developing pavement rehabilitation designs. It is assumed this field visit will occur after the draft
pavement analysis is available for reference.
• Develop recommended pavement designs.
• Provide a geotechnical report summarizing the findings and recommendations.
Task 3 Assumptions:
• All permitting requirements and fees will be completed by the City.
• Traffic counts will be provided by the City, as needed, including truck percentages.
• Pavement design recommendations will be based on the City’s interim pavement design standards.
Task 3 Deliverables:
• Draft and Final letter summarizing data collection findings and recommendations.
TASK 4 REHABILITATION CONTRACT PREPARATION
4.1 Ramp Data Collection
Conduct intersection assessments based on aerial and street-view imagery to identify existing curb ramp
locations and locations where new curb ramps are needed. Evaluate existing curb ramps on-site for ADA
compliance and document using the ODOT Curb Ramp Design Check List.
Review detailed topographic survey of each pedestrian ramp location collected in Task 2 and supplement with
field surveying information as necessary.
4.2 50% Plans and Opinion of Cost
Plans will be prepared to a 50% design level for pavement, curb ramp and utility improvements and include
the rehabilitation treatments determined from the Preliminary Rehabilitation Recommendations design
meeting. Drawing format will be AutoCAD Civil 3D and will be prepared using standard City title block as
provided by the City. Plans will include the following:
• Plans and detail sheets. Where necessary, more detail will be included such as centerline, curb line
profiles, striping plans, utility improvement plans, erosion control plans and demolition plans.
• Traffic control, phasing and coordination notes and details.
• Erosion control plans prepared to meet City standards.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 7
The following is the anticipated list of plan sheets:
Description Sheets Running Total
Cover, Drawing Index 1 1
Legend, General Notes, Traffic Control Notes and Phasing 1 2
Traffic Control Plans – Upper Boones Ferry Road 3 5
Typical Sections 2 7
Plan Sheet – 72nd Ave 1 8
Plan Sheet – Katherine St 2 10
Plan Sheet – Karol Ct 1 11
Plan Sheet – Durham Rd 3 14
Plan Sheet – Ventura Dr 1 15
Plan Sheet – Ventura Pl 1 16
Plan Sheet – Scoffins St 2 18
Plan Sheet – Gaarde St 3 21
Plan Sheet – Canterbury Ln 1 22
Plan Sheet – Walnut St Repair 1 23
Pedestrian Ramp Improvement Sheets (1 sheet per ramp) 22 45
Details 6 51
• A 50% opinion of cost will also be prepared.
4.3 90% Plans, Specifications and Opinion of Cost
90% plans will be prepared incorporating review comments from the City. Specifications will use City of
Tigard standards and the “2018 Oregon/APWA Standard Specifications for Public Works Construction”.
Special Provisions will be prepared, as needed, to address project work not adequately covered in the
Standard specifications and will include any Special Provisions previously prepared by the City to address
asphalt and concrete workmanship. Wallis Engineering will attend a meeting to review City comments.
Design will include:
• Horizontal design for the proposed project areas including utility adjustments, street amenity
relocations and striping provisions.
• Horizontal and vertical dimensioning will be detailed for all curb ramp retrofit/replacement layouts.
Layouts will be developed based on topographic base maps developed in Task 2 supplemented by City
GIS. City GIS information will be utilized for all right-of-way information. Ramp layouts will conform
to PROWAG and ODOT/APWA standards utilizing City and ODOT standard drawings.
4.4 Final Plans, Specifications and Opinion of Cost
Final plans, specifications, and an opinion of cost will be prepared as a reproducible set incorporating review
comments from the City.
Task 4 Assumptions:
• Approximately twenty-two (22) intersection quadrants require installation or reconstruction of ADA
compliant ramps based on a preliminary visual survey of existing street geometry using aerial and street
view software. All ramp reconstructions will be completed within the limits of the existing sidewalk,
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 8
and it is therefore assumed that adequate right-of-way is available for these reconstructions. All
property acquisition or Temporary Construction Permits necessary to construct the ramp improvements
will be coordinated and obtained by the City.
• The City will provide/confirm all striping modification concepts during preliminary plan reviews and
Wallis will incorporate the concepts in the contract drawings. No traffic engineering guidance will be
necessary from Wallis staff for the modifications.
• Utility improvements will be limited to adjusting existing structures to grade and adjusting grades of
drainage inlets as needed. No new utility installation is included.
• Traffic control plans included in the contract plans will be limited to general notes and ODOT standard
plans. Site-specific traffic control plans will not be prepared with the exception of near the intersection
of Durham Road and SW Boones Ferry Road as required to obtain ODOT permits. It is assumed that
the Contractor will prepare detailed and site-specific traffic control plans that do not require ODOT
approval.
• The City will provide all front-end bidding documents and will complete all legal reviews as necessary.
• Wallis Engineering will attend two (2) design review meetings incorporating the City’s comments. The
hours and costs for these meetings are incorporated under Task 1.
• No signal modifications are required. It is assumed that ODOT will not require improvements to the
existing radar and camera detection systems at SW Upper Boones Ferry.
• No arborist involvement is included and, if needed, will be provided by the City.
• No wall design is included.
Task 4 Deliverables:
• Electronic (PDF) versions of the 50%, 90% and final PS&E.
TASK 5 ADA RAMP CONTRACT PREPARATION (PLACEHOLDER)
The scope of work for the 2025 ADA Ramp contract will be provided following the City’s identification of
the desired ramp locations.
TASK 6 SLURRY/CRACK SEAL CONTRACT PREPARATION (PLACEHOLDER)
The scope of work for the 2025 ADA Ramp contract will be provided following the City’s identification of
the desired sealing program schedule of streets.
TASK 7 BIDDING PHASE SERVICES
Wallis will provide bidding services to the City, including responding to bidder’s questions and preparing
addenda as needed. A summary sheet of all bidder questions and responses will be provided to the City
following the opening of bids, or as requested.
Task 7 Assumptions:
• City will distribute the contract documents, maintain a planholders list, and distribute addenda as
needed.
• Wallis Engineering will not attend the bid opening.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 9
Task 7 Deliverables:
• Addenda
• Bidder question and response summary sheet
• Recommendation of Award
TASK 8 CONSTRUCTION PHASE SERVICES
The Consultant will provide construction administration and inspection services with support from the City
for additional inspection, public notifications, and other coordination related items as needed. Work included
in this task includes construction phase services for the following contract packages:
• 2025 Rehabilitation Contract Work.
Construction phase services shall include:
8.1 Construction Administration
• Conduct separate pre-construction meetings for all contracts with City staff, the contractor, and
representatives of the utility companies to effectively communicate those areas of the project which will
require special attention during construction.
• Review monthly payment requests by the contractor, verify quantities included in each pay request and
prepare payment recommendations to the City. Complete final pay estimates at project completion.
8.2 Construction Engineering and Field Inspection
• Review and respond to contractor submittals, shop drawings, requests for information (RFI), and
notifications of differing site conditions, the contractor prepared Quality Control, Quality Assurance
plan, Work plans and completed field testing for conformance to the contract documents. Consult with
the City regarding the acceptability of material substitutes or ‘as-equal’ items proposed by the
contractor.
• Provide construction management oversight of the contractor’s work schedule and quality, coordinate
construction tasks with City, public and other non-agency entities, and evaluate field design changes as
necessary to complete the project. The budget assumes:
o Eight (8) hours per week for a 16-week construction period for the 2025 Rehabilitation Contract.
• Attend weekly construction progress meetings to address construction related issues.
• Provide daily site inspections to monitor the quality and progress of the work. Provide inspector’s daily
report of construction activities for each day of inspection along with project photos. The budget
assumes:
o 40 hours per week for a fourteen-week construction period for the 2025 Rehabilitation contract.
o Daily inspection services can be supplemented or replaced by City Staff at the discretion of the
City. Provide a final walk-through of all contracts with the contractors and City staff at project
completion. Provide written punch list to the contractors and recommendation of final acceptance
when appropriate.
• Prepare record drawings for the improvements upon completion of construction.
8.3 Post Construction Monumentation
PACE will complete monumentation for the 2025 Rehabilitation contract and will verify disturbance of
existing monuments as part of the construction. Post-construction surveys will be recorded with the County
following construction, as necessary. Monuments will be reset, if disturbed, during construction.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 10
Task 8 Assumptions:
• Inspection hours are based on assumed construction contract durations and inspection frequency as
identified in the subtasks above.
• Quality control testing services and material laboratory analysis will be provided by the Contractor.
• Post-Construction as-built survey will not be performed.
• The contractor will provide all necessary construction staking for the project including all monument
boxes that are shown in the contract to be replaced or reset by the contractor.
• Three (3) post-construction records of survey are assumed for the 2025 rehabilitation contract including
filing fees. County filing fees currently include a $455.00 filing fee and a $860.00 review deposit. Fees
more than the assumed amounts are not included in this contract.
• All monument boxes to be installed as part of construction will be staked by the contractor.
• Construction Management and inspection support is summarized in the table below:
2025 Rehabilitation Contract (Hr)
PreConstruction Meeting 8
Monthly Progress Payments 12
Submittal and RFI Review 40
Construction Management 128
Progress Meetings 28
Construction Inspection 560
Final Inspection 24
Quality Assurance Material Testing 4
As-Built Drawings 8
Total Construction Hours 812
Task 8 Deliverables:
• PreConstruction meeting agendas and minutes
• Monthly pay estimates and recommendations
• Submittal and RFI comments and response log
• Inspector’s daily report for each working day of inspection including photos
• Weekly meeting minutes for each construction meeting
• Final punch list and recommendation of final acceptance
• Post-construction monumentation survey
• Electronic (PDF) version of Record Drawings
TASK 9 DESIGN CONTINGENCIES
The design contingency task has been included to accommodate minor changes of scope during project
development that are not included in Tasks 1-7 and are initiated by the City. Additional tasks could include
additional design services, pavement evaluation, ADA ramp evaluation and/or public communication support.
Work under this task will only be completed following written approval from the City project manager.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
City of Tigard 2025 Pavement Management Program December 2024
Exhibit A: Scope of Work Page 11
TASK 10 CONSTRUCTION CONTINGENCIES
The construction contingency task has been included to accommodate construction phase services that exceed
the projected requirements and timelines included in Task 8. Additional tasks could include additional
inspection, construction management and/or quality assurance testing. Work under this task will only be
completed following written approval from the City project manager.
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
Fee Estimate
City of Tigard | 2025 Pavement Management Program
December 2024 | WE# Tig24PMP.2025
Total
PE EM5 EM4 PE2 PE1 SE5 Des I Ins III T4 A6 Wallis Labor Expenses PACE CGS Cost
$208.60 $246.20 $239.10 $157.70 $146.50 $144.50 $146.50 $164.80 $146.50 $138.40
Task 1 Project Management and Administration
1.1 Define Project Objectives 1 6 6 2,522.20$ 2,522.20$
1.2 Project Management and Administration 0 0 30 0 0 0 6 0 0 21 10,958.40$ 54.00$ -$ -$ 11,012.40$
1.3 Agency Coordination 36 12 16 12,685.60$ 54.00$ (M)12,739.60$
TASK 1 SUBTOTAL 1 0 72 0 0 12 28 0 0 21 26,166.20$ 108.00$ -$ -$ 26,274.20$
Task 2 Data Collection
2.1 Site Investigation and Data Collection 8 8 12 4,826.80$ 54.00$ (M)4,880.80$
2.2 Pre-Construction Monumentation Survey 2 478.20$ -$ 20,392.00$ 20,870.20$
2.3 Topographic Survey for Ramps 2 6 4 1,943.20$ 27.00$ (M)20,040.00$ 22,010.20$
2.4 Base Map Preparation 2 8 4 2,236.20$ 850.00$ (A)3,086.20$
2.5 Utility Notification 2 4 12 2,814.20$ -$ 2,814.20$
TASK 2 SUBTOTAL 0 0 16 0 6 12 32 0 8 0 12,298.60$ 931.00$ 40,432.00$ -$ 53,661.60$
Task 3 Pavement Evaluation Services
3.1 Structural Rehabilitation Segments (HMAC Overlays)8 2 2,205.80$ 27.00$ (M)-$ 51,335.00$ 53,567.80$
TASK 3 SUBTOTAL 0 0 8 0 0 0 2 0 0 0 2,205.80$ 27.00$ $0 -$ 51,335.00$ 53,567.80$
Task 4 Rehabilitation Contract Preparation
4.1 Ramp Data Collection 2 6 1,357.20$ -$ 1,357.20$
4.2 50% Plans and Opinion of Cost 2 8 20 20 32 60 100 38,450.80$ 54.00$ (M)38,504.80$
4.3 90% Plans, Specifications and Opinion of Cost 2 4 40 20 68 20 88 88 4 53,309.60$ 54.00$ (M)53,363.60$
4.4 Final Plans, Specifications and Opinion of Cost 1 2 12 40 40 20 4 18,773.80$ -$ 18,773.80$
TASK 4 SUBTOTAL 5 14 74 40 140 20 194 0 208 8 111,891.40$ 108.00$ $0 -$ -$ 111,999.40$
Task 5 ADA Ramp Contract Preparation (Placeholder)
TASK 5 SUBTOTAL 0 0 0 0 0 0 0 0 0 0 -$ -$ $0 -$ -$ -$
Task 6 Slurry/Crack Seal Contract Preparation (Placeholder)
TASK 6 SUBTOTAL 0 0 0 0 0 0 0 0 0 0 -$ -$ -$ -$ -$
Task 7 Bidding Phase Services 4 8 2 2,405.20$ 2,405.20$
TASK 7 SUBTOTAL 0 0 4 0 0 0 8 0 0 2 2,405.20$ -$ -$ -$ 2,405.20$
Task 8 Construction Phase Services
8.1 Construction Administration 0 0 12 0 0 0 12 0 0 0 4,627.20$ -$ -$ -$ 4,627.20$
8.2 Construction Engineering and Field Inspection 0 0 148 0 0 0 80 560 0 0 139,394.80$ 2,199.00$ $0 -$ -$ 141,593.80$
8.3 Post Construction Monumentation 4 956.40$ -$ (M)20,039.00$ 20,995.40$
TASK 8 SUBTOTAL 0 0 164 0 0 0 92 560 0 0 144,978.40$ 2,199.00$ 20,039.00$ -$ 167,216.40$
Subtotal 6 14 338 40 146 44 356 560 216 31 299,945.60$ 3,373.00$ 60,471.00$ 51,335.00$ 415,124.60$
Task 9 Design Contingencies 24 60 40 20,388.40$ 7,150.00$ 8,250.00$ 35,788.40$
Task 10 Construction Contingencies 20 20 72 19,577.60$ -$ 19,577.60$
TASK 9 & 10 SUBTOTAL 0 0 44 0 0 0 80 72 40 0 39,966.00$ -$ 7,150.00$ 8,250.00$ 55,366.00$
Project Subtotal with Contingency 6 14 382 40 146 44 436 632 256 31 339,911.60$ 3,373.00$ 67,621.00$ 59,585.00$ 470,490.60$
FEE SUMMARY
Wallis Labor 339,911.60$
Wallis Expenses 3,373.00$
Subconsultants
PACE 67,621.00$
CGS 59,585.00$
TOTAL BUDGET 470,490.60$
NOTE: Fee includes 10% markup
Subconsultants
(M) = Mileage IRS Rate, (P) = Printing, (A)=Aerial Photo
P:\City of Tigard\PMP\2025 Pavement Mngmt\100 Agmt\102 Working Docs\Prime\2025 TIG PMP Fee Estimate
Printed: 12/30/2024
Docusign Envelope ID: 88C27E63-E0AF-4A4E-B4F2-FE9E45E0DD45
CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM
Contract Overview
Contract/Amendment Number: 32400013a2
Contract Start Date: 01/17/2024 Contract End Date: 1/31/2026
Contract Title: PMP Engineering and Inspection
Contractor Name: Wallis Engineering LLC
Contract Manager: Nichole George
Department: PW-ENG
Contract Costs
Original Contract Amount: $3,300,000.00
Total All Previous Amendments: n/a
Total of this Amendment: n/a
Total Contract Amount: $3,300,000.00
Procurement Authority
Contract Type: Personal Services
Procurement Type: Formal RFP >$150K
Solicitation Number: 2024-05
LCRB Date: 01/16/2024
Account String: AmountWork Order – Activity TypeFund-Division-Account
2024 PO $112,356.014128000-56005
2024 PO $54,225.514128000-56005
FY __ _________________________
FY __ Remainder of contract in contingency
Contracts & Purchasing Approval
Purchasing Signature:
Comments: Breakdown of remaining and additional 2024 scope
2024 ADA: Remaining Budget: $22,592.71 + Requested addition: $31,632.80
o Total to complete adjusted 2024 ADA scope: $54,225.51
2024 Rehab: Remaining Budget: $75,043.41 + Requested addition: $37,312.60
o Total to complete adjusted 2024 Rehab scope: $112,356.01
CP95001-EXTERNAL-DES
CP95066-EXTERNAL-DES
DocuSign Routing
Route for Signature Name Email Address
Contractor Jane Vail Jane.vail@walliseng.net
City of Tigard Steve Rymer stever@tigard-or.gov
Final Distribution
Contractor Jane Vail Jane.vail@walliseng.net
Contractor Wes Wegner Wes.wegner@walliseng.net
Project Manager Nichole George nicholeg@tigard-or.gov
Project Manager Shauna Large Shauna@tigard-or.gov
Buyer Toni Riccardi tonir@tigard-or.gov
Rev. 8/21
CITY OF TIGARD, OREGON
AMENDMENT TO CONTRACT NUMBER 32400013
FOR
PAVEMENT MANAGEMENT ENGINEERING AND INSPECTION
AMENDMENT #2
The Agreement between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called
City, and Wallis Engineering, LLC, hereinafter referred to as Contractor, is hereby amended as follows:
1. ENGINEER’S SCOPE OF SERVICS
Contractor will perform the revised professional engineering services related to the Year 1 scope as
outlined in Exhibit A.1 to this Amendment.
2. COMPENSATION
The City agrees to pay Contractor for work performed for the revised Year 1 scope of the Agreement
in accordance with the fee estimate and rate schedule outlined in Exhibit A.1 to this Amendment.
3. 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 WALLIS ENGINEERING, LLC
Signature Signature
Printed Name Printed Name
Date Date
Docusign Envelope ID: 2E5DD939-7C2E-4A07-9B0A-DB1FC619A16E
2/4/2025
Jane Vail
2/6/2025
Steve Rymer
215 W. 4th Street, Suite 200 | Vancouver, WA 98660 | 360.695.7041 | walliseng.net
EXHIBIT A1: SCOPE OF WORK
City of Tigard | 2024 Pavement Management Program
Tig24PMP | January 2025
BACKGROUND
The City of Tigard’s (City) transportation system includes approximately 160 miles of City-owned surface
streets of varying sizes and capacities requiring periodic maintenance to keep them operational. The City
established a Pavement Management Program to address maintenance needs for City streets. Annual
maintenance projects are performed to manage the quality of these existing assets through the program.
SUPPLEMENTAL SCOPE OF PROJECT
This supplemental includes additional construction phase services to complete the 2024 ADA Ramp Contract
and the Rehabilitation contract in the 2025 calendar year. The physical work for both these contracts was
postponed to the spring/summer of 2025 due to utility conflicts and conflicts with school schedules.
With all design work for the 2024 contract year complete, this supplement also transfers the remaining budget
from tasks 2-5 and task 7 to the construction task (Task 8). The approximate total to be transferred is $35,000
and is intended to reduce the total request of this supplement.
CONTRACT DURATION
Task Order terms shall be extended December 31, 2025.
SPECIFIC SCOPE OF WORK
TASK 1 PROJECT MANAGEMENT AND ADMINISTRATION (SUPPLEMENTED)
1.2 Project Management and Administration (supplemented)
Provide additional management, coordination, and direction to the project design team to finish the 2024
work through completion in 2025.
TASK 6 ADA RAMP CONTRACT PREPRARATION (SUPPLEMENTED)
The Consultant will provide additional construction administration and inspection services as outlined in the
prime agreement. Work included in this task includes construction phase services for the 2024 ADA Ramps
Contract Work extending into 2025. Work around school areas was rescheduled to the 2025 school summer
break to limit impacts to school operation.
Additional scope of services is summarized in Task 8 below.
TASK 8 CONSTRUCTION PHASE SERVICES (SUPPLEMENTED)
The Consultant will provide additional construction administration and inspection services as outlined in the
prime agreement. Work included in this task includes construction phase services for the 2024 Rehabilitation
Contract Work delayed until Spring 2025. Work for this contract is limited to the asphalt rehabilitation work
that was delayed until the Spring of 2025 as a result of NW Natural and Tualatin Valley Water District
relocation needs and schedules. The contractor is expected to recommence work in late April/early May 2025
to complete all remaining work that was delayed in 2024.
Docusign Envelope ID: 2E5DD939-7C2E-4A07-9B0A-DB1FC619A16E
City of Tigard 2024 Pavement Management Program January 2025
Exhibit A1: Scope of Work Page 2
Construction phase services shall include:
8.2 Construction Engineering and Field Inspection (supplemented)
• Review and respond to contractor submittals, shop drawings, requests for information (RFI), and
notifications of differing site conditions, the contractor prepared Quality Control, Quality Assurance
plan, Work plans and completed field testing for conformance to the contract documents. Consult with
the City regarding the acceptability of material substitutes or ‘as-equal’ items proposed by the
contractor.
• Provide construction management oversight of the contractor’s work schedule and quality, coordinate
construction tasks with City, public and other non-agency entities, and evaluate field design changes as
necessary to complete the project. The budget assumes:
o Ten (10) hours per week for an eight-week construction period for the 2024 Rehabilitation
contract slated to re-commence with construction in late April 2025 to complete the delayed
work.
o Eight (8) hours per week for a four-week construction period for the 2024 ADA Ramps Contract
which is anticipated to take place between June and July of 2025.
• Attend weekly construction progress meetings to address construction related issues.
• Provide daily site inspections to monitor the quality and progress of the work. Provide inspector’s daily
report of construction activities for each day of inspection along with project photos. The budget
assumes:
o 40 hours per week for an eight-week construction period for the 2024 Rehabilitation Contract
slated to re-commence with construction in late April 2025 to complete the delayed work.
o 40 hours per week for a four-week construction period for the 2024 ADA Ramp contract which is
anticipated to progress through February 2025.
o Daily inspection services can be supplemented or replaced by City Staff at the discretion of the
City. Provide a final walk-through of all contracts with the contractors and City staff at project
completion. Provide written punch list to the contractors and recommendation of final acceptance
when appropriate.
• Prepare record drawings for the improvements upon completion of construction.
Docusign Envelope ID: 2E5DD939-7C2E-4A07-9B0A-DB1FC619A16E
Fee Estimate
City of Tigard | 2024 Pavement Management Program
January 2025 | WE# Tig.PMP.2024
Total
EM4 Ins III A6 Wallis Labor Expenses Cost
$233.70 $160.90 $135.30
Task 1 Project Management and Administration
1.2 Project Management and Administration 0 0 12 1,623.60$ -$ 1,623.60$
TASK 1 SUBTOTAL 0 0 12 1,623.60$ -$ 1,623.60$
Task 6 ADA Ramp Contract Preparation
Task Construction Phase Services 24 160 31,352.80$ 280.00$ (M)31,632.80$
TASK 5 SUBTOTAL 24 160 0 31,352.80$ 280.00$ 31,632.80$
Task 8 Construction Phase Services
8.2 Construction Engineering and Field Inspection 80 320 0 70,184.00$ 560.00$ (M)70,744.00$
TASK 8 SUBTOTAL 80 320 0 70,184.00$ 560.00$ 70,744.00$
Subtotal 104 480 12 103,160.40$ 840.00$ 104,000.40$
Remaining Budget Transfer (35,055.00)$ (35,055.00)$
TASK 9 & 10 SUBTOTAL 0 0 0 (35,055.00)$ -$ (35,055.00)$
Project Subtotal with Contingency 104 480 12 68,105.40$ 840.00$ 68,945.40$
FEE SUMMARY
Wallis Labor 68,105.40$
Wallis Expenses 840.00$
TOTAL BUDGET 68,945.40$
(M) = Mileage @ IRS Rate
P:\City of Tigard\PMP\2024 Pavement Management Pavement\100 Agmt\102 Working Docs\Supp #1\2024 TIG PMP Sup 1 Fee Estimate 12.30
Printed: 1/16/2025
Docusign Envelope ID: 2E5DD939-7C2E-4A07-9B0A-DB1FC619A16E
Title
Principal Engineer $205.00 $205.00
Senior Engineer $248.10 $248.10
Engineering Manager I - VI $217.30 $246.00
Project Engineer I - IX $143.50 $201.90
Staff Engineer I - V $116.90 $141.50
Engineering Intern I - III $74.80 $87.10
Designer I - IV $143.50 $174.30
Construction Manager $164.00 $164.00
Inspector I - III $115.80 $160.90
Technician I-IV $87.10 $144.50
Administrative I – VI $56.40 $135.30
These hourly rates include in-house office expenses, photocopying, and other incidental
items. Mileage will be reimbursed at the current standard IRS rate. Outside expenses
will be billed at cost plus 10%.
RATE SCHEDULE
Range
Docusign Envelope ID: 2E5DD939-7C2E-4A07-9B0A-DB1FC619A16E