Loading...
Murray, Smith & Associates, Inc (MSA) ~ C150041 City of T%gatd CONTRACT CHANPE ORDER/ 13125 SW Hall Blvd. AMENDMENT #. SUMMARY' Tigard,Oregon 97223 14 Phone-(503)639-4171 Fax-(503)689-7297 Project Title: PMP Engineering Design Services Project Manager: N4ike McCarthy Contractor: Nfurra , Smith&Associates, Inc. Original Contract#: C150041 Effective Dates: 12/14/14— 12/31/18 Chane Order/Amendtnent Amount: $411,516 Accounting Stria : 412-8000-56005-95001-130 Amendment Percenta a Running Total: 30% AMENDMENT DETAILS Contract C150041 was awarded with up to four 4 additional one-year extensions.This is extension three (3), leaving one additional extension available (which will likely not be used as a new RFP will be conducted). Nfurraysmith will provide design in winter/spring 2018 and construction management in summer 2018 of streets identified for pavement rehabilitation (paying or slurry sealing)in summer 2018 (mostly in FY18-19). The effort includes Geotechnical Evaluation,Design (including design of curb ramp retrofits),Project Management, Surveying,Utility Coordination,Bidding Services, Inspection,and Construction Phase Services CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ Contract Life Total Approved by Council $1,350,000 Contract Year 1 $265,508 Amendment#1 —Year 2 $270,509 Amendment#2—Year 3 $336,689 Amendment#3—Year 4 $411,516 TOTAL $1,284,222 REMAINING $65,778 REASONING FOR CHANGE ORDER/AMENDMENT Year four of a possible five-year contract. Note that progratn size has increased by about 50% from 2015 ear 1 to 201$ near 4),resulting in increased design costs to pave and slurry seal more streets. BUDGET IMPACT AND REQUIRED ACTIONS REQUESTING PROJECT MANAGER APPROVING CITY STAFF $941ture 11 Swnature Date Date Contractor is hereb}authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules,regulations,and laws that may be in effect for the Signature- work. The unit pricing in the original contract shall apply to all additional work. A copy of this form, once completed,is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember—the cumulative total of Amendments cannot exceed the projeces FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT ENGINEERING SERVICES AGREEMENT PAVEMENT MANAGEMENT PROGRAM-ENGINEERING DESIGN AND INSPECTION SERVICES C150041 AMENDMENT#3 The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City, and Murray, Smith&Associates, hereinafter referred to as Contractor, entered into on the 10' day of December, 2014,is hereby amended as follows: 2. Effective Date and Duration This agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended,upon completion of the work or December 31,2 201$,whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. 44te-City &ad Gonsehant may agree en tl-&ee (ftff&M ftdditianal &ne yetir extensions to this Agreement wA 60 3. Engineer's Fee A. Basic Fee 1) The Basic Fee in the this ourth year of this contract shall not exceed the amount of wee Four Hundred Eleven Thousand Five Hundred Sixteen and No/100 Dollars ($A11,516.00) without prior written authorization. The not to exceed for any option year shall be agreed upon between the Parties prior to any work under the extension. EXHIBIT A SCOPE OF SERVICES The Scone of Work for the fourth year of this contract is attached to this amendment. Please replace original scope of work and Amendment 1 and 2 for year one through 3 with this revised scope and street list. EXHIBIT B ENGINEER'S PROPOSAL The Engineer's proposal for the fourth year of this contract is attached to this amendment. Please replace original proposal for year one through three with this revised scope and street list IN kX'IT\TESS 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 MuRRRjAAY,SMITH&ASSOCIATES Signature Signature Gabriel Crop, PE Printed Name Printed Name l- rt. )T// I Date Date Exhibit A Amended Scope Background The City of Tigard's (City) transportation system includes about 152 miles of City-owned surface streets of varying size and capacity requiring periodic rehabilitation and preventative maintenance to keep them operational. The City established a Street Maintenance Fee in 2003 to address repair/maintenance needs for these streets. A significant portion of the fees collected are to be spent on reconstruction/restoration of existing roadways. The Contractor has provided services to the City in 2013 to complete pavement rehabilitation designs initially started by the City, and provided full design and construction administration services to the City for rehabilitation work from 2014 thru 2017. The contractor's team will similarly provide these services in 2018. The City completed design and provided construction administration for its last slurry seal preventative pavement maintenance construction contract in-house in 2013. The contractor has team provided full design and construction administration services to the Citi-for pavement preservation work(crack seal and slurry seal)in 2017, along with providing construction support services to the City-for its asphalt rubber (AR) chip seal pilot project. The contractor team will similarly provide these services in 2018,with the City considering an asphalt concrete thin lift overlay(thin lift overlay)pilot project this year in lieu of the AR chip seal treatment. Project Description This project will include the design and construction of streets identified for pavement rehabilitation and preventive maintenance (crack seal/slum seal)in 2018. Street segments being considered for pavement rehabilitation are listed below in Table 1,with curb ramp retrofit locations shown in the attached Exhibit A. This list represents the "200%"list relative to available funding. Streets are generally in order of priority based on current information. It is expected the rehabilitation list will be reduced to fit available funding. Pavement rehabilitation design field investigations were previously completed for several of the segments in 2014 thru 2017. Street segments being considered for a crack seal and/or slurry seal preventative maintenance treatment are shown in the attached Exhibit B. This list represents the"100%" crack seal and slurry seal candidates maps relative to available funding. The crack seal and slurry seal maps may be adjusted slightly to fit available funding and need,although no major changes are anticipated. The City will consider thin lift asphalt concrete pavement overlays (thin lift)in lieu of performing pavement rehabilitation for the streets listed in the 100%rehabilitation street list (Upper Boones Ferry Road, Greenburg Road,Tiedeman Avenue and Durham Road). A thin lift overlay(typically 1-inch to 1.5-inches thick)is a non-structural roadway preservation treatment that is said to correct minor surface distress (cracking,rutting and raveling) and improve serviceability(smoothness, surface friction and drainage issues) at a cost savings relative to structural pavement overlays. Thin lift overlays trigger curb ramp retrofits,as noted in the Department of Justice/Department of Transportation Joint Technical Assistance on the Title II of the ADA publication Quly 8, 213). The project will review pavement geotechnical properties for appropriateness of this type of preservation treatment,and provide recommendations for replacing streets listed in the 100%lo rehabilitation list with a thin lift overlay treatment KeyAssumptions: • Two separate bid packages for the rehabilitation(and/or thin lift overlay) and preventative maintenance projects will be developed with design budgets also tracked separately as described in the subtasks below. • Geotechnical information for pavement rehabilitation will be developed only for the 100% rehabilitation list. • Only a geotechnical visual ("tvindshield'� survey of the slurry seal preventative maintenance street candidates trill be performed. • Project designs will be developed only for the reduced 100%rehabilitation and preventative maintenance lists. • Recommended thin lift overlay street designs will be integrated into the rehabilitation construction contract documents,as necessary. • Proposed curb ramp retrofits will be designed using the same "streamlined design"approach as in past years to develop approximate total footprint for bidding purposes. Final layouts for all curb ramp retrofits will be coordinated in the field with the contractor to meet the public right of way accessibility(PROWAG)guidelines. Assume that no right-of-way acquisition,temporary or permanent will be required. No grading details ttith elevations will be provided. • At select signalized intersection corners (see Exhibit A),the streamlined design approach will be enhanced by using topographic survey obtained by the project,and detailing a grading plan for the Engineer's use to more accurately define the curb ramp retrofit geometry and meet PROWAG requirements. The grading plan will not be included in the project plans. To limit effort in developing the project plans,the plans will utilize the topographic survey as the existing basemap and show proposed curb ramp layout information similar to the streamlined design approach details. • Proposed curb ramp retrofits are constrained by the existing right-of-way,assumed to be located at the existing back of walk. Curb ramps will be designed within the existing sidewalk footprint wherever possible to avoid right-of-way impacts. The project twill strive for double curb ramps at ever-corner,however due to existing right-of-way constraints,diagonal ramps may be an appropriate design to provide access within the maximum extent feasible within the scope of work. No formal design exception is required; however,the project will document(in EXCEL spreadsheet format) the reasons why a proposed design was not able to meet a given design element. • Where survey is completed at ramp corners,the right-of-way line will be approximated based on survey monuments/properq< corner pins located in the field. The approximate right-of-way line will not be shown in the construction contract documents (for design reference only). Curb ramps will be designed within the existing sidewalk footprint wherever possible to avoid right-of-way impacts, and right-of-way resolution and acquisition is outside this scope of work. • In order to design curb ramp retrofits at signalized intersections to meet current standards,some traffic signal work may be necessary. This work is described under Contingency Task 10 and includes coordination with Washington Counts-,relocating pedestrian push button poles,pedestrian signal heads,pedestrian push buttons,and relocating signal junction boxes. • Total curb ramps to be evaluated and (re)constructed will be approximately 62 based on the anticipated 100%rehabilitation list. Table 1 200% Street Rehabilitation List Exist. Ramp Curb Ram Curb Ramp Exist. Corners That —Corners to (ft) Street From To Ramp— Length 0 Retrofit Ramp Meet Corners to Retrofit Corners PROWAG (Enhanced (Streamline) Streamline) Upper I-5 Boones Maintenance 8 0 3 5 Ferry Rd 72nd Ave Line 1100 Greenburg Center St North 3600 29 0 29 0 Greenburg North 14 0 9 5 Rd Dakota.St HAvy 217 1500 Tiedeman East of 0 0 0 0 Ave RR Tracks Greenburg 600 Durham Rd Hall Blvd 92nd Ave 1900 12 1 5 6 Sub-Total For Anticipated 100% 8700 63 1 46 16 121 Ann St Dr Springwood 4100 North 115th Ave 121st Ave 1250 Tigard St Tiedeman 'Main 3700 Grant Ave Johnson Tigard 1100 Canterbury 103rd 99W 1800 106th Ave Canterbury* DeINIonte 1200 Murdock St 109th East of 900 109th Ave South of North of 500 Anticipated 150%List Cutoff Line 72nd Ave Baylor St S of Hwy 1150 74& Barbara Taylors Ferri- 1500 Durham Rd 92nd Ave Summerfield 5900 Alderbrook Durham Rd Alderbrook 400 Summerfield Durham Rd 114th Ct 1400 135th Ave Walnut Scholls Ferry 3600 The City anticipates ha vin the following construction budget available for this work.: Fiscal Year Total Rehabilitation Slurry Seal (Construction Year) Construction Budget Construction Budget Construction Budget 2018-19 (2018) Approximately Approximately$1,100,000 Approximately$1,000,000 $2,100,000 The Consultant will develop designs and produce separate rehabilitation and slurry seal bid packages to complete this work and incorporate City comments as received. Typical street rehabilitation treatments are expected to be overlays,grind and inlays, and localized pavement repairs if needed. City Responsibilities The City will be responsible for die following: • Work collaboratively with Consultant to reduce 200%street rehabilitation list to a 100%list for use by Consultant in developing rehabilitation designs. • Provide a project engineer/manager who is responsible for overall project development and management and for coordination between the Consultant and the City. • Establish the zvork scope and design parameters for each project,including the final street lists and required standards. • Provide the Consultant copies of all available,relevant City utility"as-built"plans,topographical maps, reports and studies pertinent to the project. • Provide Consultant with GIS technical support including a base map based upon coordinate geometry with aerial photography and topographic contours. • Provide Consultant with the City's standard drafting frame,title block and any standards required to be followed if applicable. • Provide Consultant with digital copies of the City's standard construction specifications, details and "front end"bidding document sections. It is assumed that the project will use the City's Part 00100 General Conditions for Construction based on the 2015 ODOT/APV IA edition of the"Oregon Standard Specifications for Construction". • Participate in field walk through with Consultant staff to verify-pavement rehabilitation treatments. • Provide timely review and comment on drawings,bid items and quantities,and estimates submitted by Consultant to City-for review and approval. • Maintain records and process Consultant invoices. • Provide legal review of all contracts and bid forms. • Coordinate with Washington County regarding the future Adaptive Signal project on Durham Rd./Upper Boones Ferry Road between Hall Blvd. and the I-5 Interchange. • Provide Preventative Maintenance project list in Word format obtained from the Cites Streetsaver program. List to include length,width and area of street segments,and length of cracking. • Perform pavement repairs for crack seal/slurry-seal streets prior to construction for the streets identified under Task 4.2. • Provide notifications as necessary to the public and business community regarding the nature and timing of the work to be completed. • Advertise and manage the bidding process for construction of both the rehabilitation(or thin lift overlay) and preventative maintenance contracts. • Review and approve contractor payments and any,construction contract change orders. • Provide public notifications regarding construction schedules and impacts. • Assist with final inspections and provide feedback for punchlist items. Proposed Scope of Services The scope of design services for the contemplated work is presented below. Task 1—Project Management This effort covers the administration and coordination of the Consultant's staff,subconsultants,and the interface with die City project manager and other City staff. The effort will include the following subtasks: • Schedule,prepare for, and conduct separate project kick-off meetings for the rehabilitation and slurry seal contracts to review the purpose and scope of the project.For estimating purposes,it is assumed three (3) Murraysmith team members will be present,one GeoDesign team member will be present at the rehabilitation meeting,and one GRI team member will be present at the slurry seal meeting(subconsultant budgets covered under Task 4). • In addition to the project kickoff meeting,budget assumes two (2) additional meetings. The meetings will occur after the 50%submittal and after the 90%design submittals respectively. Consultant will schedule and lead project meetings and prepare meeting agendas and minutes. For estimating purposes,it is assumed three (3) Murraysmith team members will be present at each team meeting,one GeoDesign team member at the 50%meeting,and one GRI team member at the 90% meeting(geotechnical subconsultant budgets covered under Task 4). • Coordinate submittal and review of plans, bid items and quantities,and estimates by the City at the 50%and 90%level of completion. • Process and submit monthly billings with a summary of project status by task and subtask,including a summary of invoicing from subconsultants retained for this project. Invoices will include a breakdown by task of percent budget spent and percent progress. • Prepare and maintain the overall project schedule including adding staff,subconsultants and other resources as needed to meet scheduled milestones, and perform other project coordination as required. Task 1 Deliverables • Invoices (monthly) • Project Design Schedule • Meeting agendas and minutes for meetings Task 2—Surveying (Rehabilitation streets only) Task 2.1 Preliminary Monument Research Since grind/inlay and overlay pavement rehabilitation have the potential to disturb existing monuments, research will be completed for the 100%list(to be reduced from 200%list above) to determine which monuments may be affected. It is also possible property corners may be disturbed as part of curb ramp construction. To minimize the risk of disturbance,work will include: • Researching Washington County survey records for recorded surveys, subdivision plats and road drawings that show the location of survey monuments and property corners that have been previously set within the work limits. • Researching City of Tigard Benchmark records that describe the location of city benchmarks in the areas of construction. • Field verifying presence of monuments,property corners and benchmarks. • Using the research described above,markup of the approximate locations on the project plans and incorporation of this information into the plans in the 90%design documents (Task 6). Task 22 Pre-Construction Monument Survey It is assumed the contractor will be required to preserve or install monument boxes as needed to aid in the process of re-establishing monuments and property corners. Consultant will provide pre-construction surrey services for preserving monuments,property corners and benchmarks described as follows: • Establishing survey control and field locating existing centerline monuments,property corners and benchmarks within the limits of construction. • Staking the location of box monuments that will be installed during construction. Task 2.2 Deliverahles • Monument locations integrated into project plans. Task 2.3 Post-Construction Monument Survey Consultant shall provide post-construction survey=services for preserving monuments,property corners and benchmarks described as follows: • Checking monument locations after construction. • Re-setting centerline monuments,property corners and benchmarks that are destroyed during construction. • Preparing and filing of a Post-Construction Record-of-Survey with Washington County Surveyor's Office. • Filing the survey with Washington County. Task 2..3 Deliverables • Filed post-construction survey-with Washington County. Task 2.4 Pocket Topographic Survey Consultant shall provide topographic survey services at curb ramp signalized intersections described as follows: • Establish horizontal control points based on the Oregon Real-Time GLASS Network(ORGN which are State Plane coordinates (NAD 83(2011) epoch 2010) and the vertical control datum will be City of Tigard( NTGVI)29). • Detailed topographic survey for 16 curb ramps shown in Exhibit A,which will include shots every 5 feet from 5 feet into the street to the right-of-way line and from the curb ramp corner 50 feet in each direction along the curb. • Approximate right-of-way Tunes will be shown based on pin ties in the area, existing surreys and tax maps. (Title reports are not included). • Survet=or will call for one-call utility locate paint marks (and as-built maps),field locate the marks throughout the project limits using conventional methods and add utility locations to the basemap drawing. • Provide an AutoCAD drawing including the above information to be used for the development of plan sheets for the proposed curb ramp designs. Task 2.4 Deliverables • Base map and existing surface files for use in design. Task 3-Utility Coordination(Rehabilitation streets only) Minor utility conflicts are anticipated for this project relative to pavement elevation changes (overlays) and curb ramp replacements. Utility adjustments during paving operations are anticipated to include valve box (gas and water) adjustments and manhole (storm,sewer and communication) adjustments. Depending on each curb ramp design,above ground utility facilities may also need to be adjusted. Adjustments to City- owned facilities,Washington Counts signal facilities and ODOT traffic signal loops will be incorporated into the design,and no conflict notice will be required for these facility owners. Utility coordination efforts will include: • Develop a utility-contact information list and email project information letters to utility companies involved to explain nature of the work. • Maintain a record of correspondence with utility companies. • Issue conflict notices to impacted utilities via email with the 50%plans. • Provide project plan updates to each utility after the 90%and 100%design phase. • Coordinate NN ith private utilities to resolve utility conflicts and finalize utility relocation requirements as appropriate. Affected utilities will be responsible for developing their relocation designs. Consultant will,review each utility's relocation plans and proposed schedule,and provide written comments and recommendations. Task 3 Deliverables • Utility contact list • Project information letters and conflict notices to each affected utility via email • Reviewed utility relocation plans with comments and recommendations Task 4-Pavement Services Task 4.1 Rehabilitation Pavement Services The Cite anticipates roadway rehabilitation will generally consist of overlay and grind and inlay paving where possible. In addition, some locations may require base repair or general reconstruction. 15-or 20-year rehabilitation analysis according to the AASHTO system will not be pursued. The field investigation strategy«=ill consist of shallow subsurface explorations,dynamic cone penetrometer(DCP),ground penetrating radar (GPR)testing,and visual field distress surveys. Field investigations will be completed for only the streets indicated in the 100%street list(Upper Boones Ferry Road, Greenberg Road,Tiedeman Avenue,and Durham Road). Information gathered during the field investigations will be used to determine recommended rehabilitation strategies with the overall aim of minimizing grade increases and limiting overlays to 2 inches. The specific scope of services includes the following: • Attend a kick-off meeting with City staff(as described under Task 1) and the Cites civil engineering representative to discuss pavement design approach,options,and project team plan. • Complete a visual survey of each road section. The survey will be used to identify areas for potential base repair or general reconstruction. • Re-hew past City data regarding pavement construction,maintenance,and rehabilitation at each road section. • Conduct GPR tests using a 2 GHz truck-mounted horn antenna in the outside wheel track of the main travel lanes on the 100%list street segments. • Analyze truck-mounted GPR data and provide a plot of estimated AC thickness by pavement station. GPR data will be compared to the subsurface exploration data. • Complete up to 13 pavement cores with locations at the discretion of the Consultant team for the purpose of GPR comparison and pavement condition assessment. Complete cores at crack locations where possible to verify top-down or bottom-up cracking. Cores will be terminated at the bottom of the AC. Pavement core data from previous field investigations will be used in lieu completing new cores along street segments previously evaluated. Estimated new cores will be completed as follows: • Upper Boones Fem=Road (72'Avenue to I-5 Interchange: 2 cores • Greenberg Road (Center Street to North Dakota Street): 5 cores • Greenberg Road (North Dakota Street to Hwy 217):2 cores • Tiedeman Avenue (Railroad Tracks to Greenberg Road): 1 core • Durham Road (Hall Boulevard to 92'Avenue): 3 cores • Conduct DCP testing at each core location. Tests will be conducted through the base aggregate (if present) and into the subgrade soil to estimate the thickness and resilient modulus of the base layer as well as the resilient modulus of the subgrade. • Compare the results of core sampling to the GPR data and adjust GPR results as appropriate. • Provide a report summarizing the above undertakings, findings,and rehabilitation recommendations,including those from previous investigations. • Conduct field visit with City staff with report in hand for use in reviewing site specific conditions and constraints. Conduct visit after ADA compliance review so Consultant can also inform the City on w=hich ramps will be reconstructed. • Provide consultation regarding thin-lift overlays on select projects including assistance in developing plans, specifications,and estimates. • Provide assistance prior to and during construction including reviewing job mit formula submittals and construction observation assistance during initial thin-lift overlay project. • Attend a project meeting after the 50%design submittal to discuss design review comments. • Utilize pavement investigation data and field visit observations to develop final pavement rehabilitation recommendations as part of Tasks 5, 6 and 7 below. Task 4.1 Deliverables • Report summarizing field investigation results and preliminary rehabilitation recommendations for all street segments listed in Table 1. Task 4.2 Preventative Maintenance(Crack Seal and Slurry Seal)Pavement Services The City anticipates roadway preventative maintenance treatment will consist of crack sealing with a Type II slurry seal. Consultant will conduct a visual"windshield" survey of the candidate streets (provided by the City j as indicated in Exhibit B to confirm that a Type II slurry seal is the recommended pavement preservation treatment. Consultant will recommend to the City if any streets should be removed from the candidate list and provide documentation as to why removal is recommended. Consultant will also inform the Citv of streets that require pavement repairs prior to the slurry seal application.It is assumed that pavement repairs will be addressed by City crews prior to Construction. A pavement condition index will not be performed. Consultant will attend a project meeting after the 90%design submittal to discuss design review comments. Task 4.2 Deliverables • "Red-line"markup of Exhibit B indicating recommended revisions of slurry seal candidate streets and streets that require dig-out repairs. Task 5-501/6 Design Task 5.150%Rehabilitation Design During this phase,Consultant will develop engineering plans which reflect the rehabilitation recommendations from the project pavement data report prepared under Task 4.1. The plans win establish appropriate project limits,identify the design sections and edge and longitudinal treatment details,address catch basin treatments to appropriately manage bicycle and drainage concerns,establish which curb ramps need to be modified or replaced to meet ADA requirements,identify typical temporary traffic control issues and identify intersection corners that require traffic signal modifications to meet ADA requirements. Striping plans and curb ramp detail sheets will be deferred until the 90% stage. Pavement rehabilitation plan sheet format will generally follow the same format used for the 2017 project. Specific requirements under this task are noted below. It is assumed that the development of the design will not differ significantly between pavement rehabilitation and thin lift asphalt overlay pavement preservation. The requirements below-will generally be applicable to thin lift overlays as well,should the project select thin lift overlays as the appropriate surface treatment. • Complete a review of the City�s existing mapping,as-builts,aerial photographs,topographic surveys and GIS information. • Integrate available GIS base mapping into project plan sheets. • ADA compliance review for curb ramp retrofits designed using the"streamlined"approach: a. Obtain and review City curb ramp inventory information and incorporate data into the ADA compliance review. b. Complete office desktop review at each street crossing within paving limits utilizing readily available aerial and streetviev.,imagery. Determine existing curb ramp locations and where new curb ramps are needed. Where sidewalks do not exist,no curb ramps are required for ADA compliance. Document existing/future ramp locations and initial review findings for each ramp using streetview imagery. c. Complete follow-up field evaluation of existing curb ramps and take measurements using ODOT checklist for any ramps determined to be compliant. i. Existing curb ramps with truncated domes in good physical condition to remain that are functional but have non-compliant features will be documented in a spreadsheet indicating the .non-compliant features. The Consultant will assist the City with documenting design exception reasoning in the spreadsheet if these ramps are to be maintained and protected. d. Make determination of where curb ramps need to be replaced and/or added to meet ADA requirements. e. Make determination of where curb ramp retrofits impact future pedestrian signal accessibility. Pedestrian signal design modifications can be completed if needed under contingency task 10. f. Develop conceptual sketches of curb ramps with approximate limits for use in developing the 50% construction cost estimate, and for use in developing the future curb ramp details. g. Show curb ramp replacement/retrofit locations in the 50%plans and incorporate into cost estimate. Curb ramp details will be incorporated in the 90%design submittal once the 50%plans (100%street list) are confirmed. • Curb ramp retrofits at select signalized intersection corners designed using"enhanced streamline" approach with topographic survey: a. Complete a site visit to confirm topographic survey. b. Make determination of where curb ramp retrofits impact future pedestrian signal accessibility. Pedestrian signal design modifications can be completed if needed under contingency task 10. c. Develop conceptual two-dimensional footprints of each curb ramp with approximate construction limits for use in developing the 50%construction cost estimate. d. Show curb ramp replacement/retrofit locations in the 50%plans and incorporate into cost estimate. Curb ramp details will be incorporated in the 90%design submittal once the 50%plans (100%street list)is confirmed. • Develop pavement rehabilitation treatment recommendations and incorporate treatments for each street. a. Review draft pavement report recommendations for pavement rehabilitation and potential thin lift overlay recommendations. b. Coordinate with pavement designer and City to finalize pavement treatments. • Establish appropriate project limits,identify the design sections and edge and longitudinal treatment details, address catch basin treatments to appropriately manage bicycle and drainage concerns and identify signal loops and other traffic signal equipment which may be impacted. • Perform preliminary-coordination with railroad(Portland&Western) regarding-,work within the railroad right-of-way at Upper Boones Ferry Road. Work near the railroad crossing at Tiedeman is assumed to not require any coordination,%ith Portland&Western. Obtain permit or agreement with railroad to perform the work during the 90%design phase. a. It is assumed that a permit or an agreement will be required from the railroad to pave up to the existing railroad ties. Permitting costs will be at the City's expense. b. It is assumed that a railroad flagman will be required. Flagman costs will be at the City's expense either payable directly to the railroad or through payment to the Contractor if included in the construction contract. • Prepare 50%level cost estimate and bid schedule for the rehabilitation project in a format acceptable to the City. Consultant will divide estimate and bid schedule into multiple bid schedules (up to a maximum of 3 schedules) as directed by the City and depending on available funding. Cost estimate bid items will be based on the 2015 ODOT/APWA Standard Specifications for Construction. • Prepare 50%pavement rehabilitation construction plans (1" = 30'scale on half size sheets) and details as needed to clearly describe the work to be constructed. Construction plans shall,at a minimum,include civil notes,details and sections,and street improvement plans. For streets requiring more detail (arterials and some collectors),the construction plans may also include striping plans, signal detection,demolition and erosion control plans. It is assumed paving layout sheets and some details will be provided at this stage,with quantity tables,curly ramp detail sheets and striping layout sheets to be added at the 90% design level. Task 5.1 Deliverables • ADA compliance documentation and design exception documentation in table format, as necessary • Electronic versions of the 50%pavement rehabilitation plans,bid items and quantities, and cost estimate (PDF). Task.f 250%Preventative Maintenance Desrgn Consultant shall develop crack seal and slurry seal preventative maintenance treatment recommendations and incorporate treatments for streets from the candidates shown in Exhibit B. Preventative maintenance (crack seal and slurry seal)plan sheet format will generally follow the 2017 preventative maintenance project format. Consultant shall prepare 50%level cost estimate and bid schedule in a format acceptable to the City. Cost estimate bid items will be based on the 2015 ODOT/APWA Standard Specifications for Construction. Prepare 50%preventative maintenance (crack seal and slurry seal) construction plans (scale to fit (i.e. No Scale) on half size sheets) and details as needed to clearly describe the work to be constructed. Construction plans shall,at a minimum,include a title sheet with sheet layout"key map",legends and notes,details, and project limit plans. It is assumed the project title sheet with sheet layout,legends and notes,and project limit plan sheets will be provided at this stage and detail sheets to be added at the 90%design level. It is assumed that striping will be replaced in-kind and shown on the project limit plan sheets at the 90%design level. Task 5.2 Deliverables • Electronic versions of the 50%pavement preventative maintenance plans,bid items and quantities, and cost estimate(PDF). Task 6-90%Design Task 6.190%Rehabilitation Design The 90%design submittal shall be advanced from the 50% submittal (incorporating review comments). Tasks in addition to those listed above are noted below. It is assumed that the development of the design will not differ significantly between pavement rehabilitation and thin lift asphalt overlay pavement preservation. The requirements below will generally be applicable to thin lift overlays as well,should the project select thin lift overlays as the appropriate surface treatment. • Coordinate with ODOT as needed for signal loop replacements,curb ramp replacement and other work as may be necessary, on MOT right-of-way. County signals are assumed to have video detection, or the City will coordinate with the County to convert existing loop detection to video prior to construction of the project. • Prepare and submit necessary railroad(Portland&Western) permit for work within the railroad right-of-way at Upper Boones Ferry Road. Work near die railroad crossing at Tiedeman is assumed to not require any coordination with Portland&Western. Coordinate with railroad as necessary to obtain permit. Include final permit in the contract documents. • No other permitting needs are anticipated. • Incorporate pre-construction monument survey information(Task 2.2)into the 90%design,as needed. Existing monuments within the construction limits shall be placed into monument boxes where none currently exists,or existing monument boxes shall be adjusted to finish grade. City of Tigard benchmarks located in curb ramp retrofit excavation limits will be replaced and recorded by the design surveyor under Task 2.3. • Develop curb ramp retrofit/replacement concepts utilizing the streamline design approach into 90% designs in conformance-,yith Public Right-of-Way Accessibility Guidelines (PROWAG) and the 2015 ODOT/APWA standard drawings utilizing field data collected under Task 5.1. Include sufficient curb ramp layout information in project detail sheets for quantity take-off and initial field layout purposes. Curb ramp details will generally include slope direction,basic ramp dimensions, curb type and surface utility information. For estimating purposes,it is assumed up to 46 intersection corners with curb ramps will be (re)constructed (after 100%list is defined). It is assumed final ramp limits will be field verified during construction based on measurement of formwork and that no right-of4a3 N gill be required. • Develop curb ramp retrofit/replacement concepts at utilizing the enhanced streamline design approach with pocket topographic survey under Task 2.4 and Task 5.1 into 90%designs in conformance with PROWAG and the ODOT/APVZ'A standard drawings. The survey will be used internally by the design team to confirm layout and PROWAG compliance of the proposed curb ramps;however,detailed grading plans will not be provided in the contract documents. Curb ramp detail sheets using the enhanced streamline design approach will utilize similar plan sheet layout information as the streamline design approach noted above. For estimating purposes,it is assumed up to 16 intersection corners with curb ramps will be (re)constructed (after 1000/10 list is defined). • Develop a temporary traffic control plan for paving work on each street assuming a three-stage construction sequence (travel lane,median, travel lane). Consultant shall scale the sheets to fit each street segment shown in the 100%street list ((i.e. Not to Scale) on half size sheets) to clearly describe the staged work zones. It is assumed that the construction contractor will use these staging plans to develop a detailed site-specific traffic control plan during construction. • Develop up to four (4) temporary-pedestrian access route (TPAR) typical details (up to 2 plan sheets) for the construction contractor's use in developing a detailed site-specific traffic control plan during construction. • Add striping sheets for the pavement rehabilitation project. Work will include field verification measurements where necessary=to confirm layout with respect to GIS mapping. • Prepare front end contract documents using the City's most recent standard forms,the Citv's standalone 00100 General Conditions and technical specifications in ODOT/APWA format(20 1:5) edition). Task 6.1 Deliverables • Electronic versions of the complete 90%pavement rehabilitation contract documents including front end documents,technical specifications, plans,bid items and quantities,and cost estimate (PDF,Word and Excel). Task 6.2 90%Slurry Seal Design The 90%design submittal will be advanced from the 50% submittal (incorporating review comments). Striping will be replaced in-kind and shown on the slurry seal project limit plan sheets where applicable. Prepare front end contract documents using the City's most recent standard forms and technical specifications in ODOT/APWA format(2015 edition). No ODOT/County permits are anticipated. Project twill include the Slurry Seal Quantity Summary Tables in the project Specifications as an Appendix. Task 6.2 Deliverables • Electronic versions of the complete 90%crack seal and slurry seal preventative maintenance contract documents including front end documents,technical specifications,plans,bid items and quantities,and cost estimate (PDF,Word and Excel). Task 7-Final Design Task 7.1 Final Rehabilitation Design The final design submittal will be advanced from the 90%submittal(incorporating review comments). Tasks in addition to those listed above are noted below. • Continue coordination with MOT as necessary to develop a draft permit«Title conditions to be included in the bid documents. It is assumed the selected Contractor will sign and finalize the permit vnth MOT prior to work on MOT right-of-way. • Continue coordination with railroad (Portland&Western) as necessary to obtain permit for tivork within the railroad right-of-way at Upper Boones Ferry Road. Work near the railroad crossing at • Tiedeman is assumed to not require any coordination with Portland&Western. Include final permit in the contract documents. • Refine curb ramp designs as necessary based on review comments. Task 7.1 Deliverables • Electronic versions of the complete pavement rehabilitation contract documents including final front end documents,technical specifications,plans,bid items and quantities,and cost estimate (PDF,Word,Excel and CAD). • Provide one (1) reproducible set of pavement rehabilitation construction plans. The construction plans will include an 11"x17" (at 1"= 30� set of construction drawings and details. Task 7.2 Final Slurry Seal Design The final design submittal will be advanced from the 90%submittal(incorporating review comments). No ODOT/Counts-permits are anticipated. Project will include the Slurry Seal Quantity Summary Tables in the project Specifications as an Appendix. Task 7.2 Deliverables • Electronic versions of the complete pavement slurry seal preventative maintenance contract documents including final front end documents,technical specifications,plans, and cost estimate (PDF,Word,Excel and CAD). • Provide one (1) reproducible set of pavement slurry seal preventative maintenance construction plans. The construction plans shall include an 11"x17" (at No Scale) set of construction drawings and details. Task 8-Bidding Services Task 8.1 Rehabilitation Bidding Services It is assumed the City will print, advertise and be the primary point of contact for bidder inquiries. Consultant services will include: • Assist the City as needed in responding to bidder inquires during the bid period. • Provide up to two minor bid addenda to address bidder questions;as needed. Task 8.2 Slurry Seal Bidding Services It is assumed the City will print, advertise and be the primary point of contact for bidder inquiries. Consultant services vvzill include: • Assist the City as needed in responding to bidder inquires during the bid period. • Provide up to one minor bid addenda to address bidder questions,as needed. Task 9—Construction Phase Services Task 9.1 Be-habilitation Construction Services The Consultant will provide construction contract administration,inspection and HMAC quality assurance testing with support from the City for public notifications and other coordination related items as needed. Construction phase services will include the items listed in the section below. The services below will generally-be applicable to thin lift overlays as well,should the City project select thin lift overlays as the appropriate surface treatment on the streets listed in the 100%rehabilitation list. • Perform 1-year warranty inspection for the work completed under the 2017 Pavement Management Program. Preform inspection,prepare"punch list",manage"punch list", and recommend final acceptance of work to the City. Inspection will take place in June 2018. • Attending a preconstruction meeting. • Reviewing requests for information, clarifications and change orders. • Reviewing contractor submittals,shop drawings and field testing(particularly focused on asphalt) for conformance to the design requirements of the project and in accordance with the requirements of the contract documents. Consult with and advise City as to the acceptability of substitute and "or-equal"items proposed for use by the contractor. • Construction inspection monitoring the progress and quality of the work,including preparation of construction inspection reports. a. Inspection time is assumed to include five visits per week,eight hours per visit over a 9-week construction period(360 hours) plus an additional two visits per week,eight hours per visit over a five-week period(80 hours) during high production times. It is anticipated some curb ramp inspection visits will overlap with crack seal or slurry-seal inspection and some efficiencies will be realized. The City may also participate in some of the inspection to help manage to the total hours listed above. • Coordinating curb ramp layout with the construction contractor to confirm ramps meet ADA compliance. Coordination is anticipated to include a pre-pour meeting,layout of demolition limits, checking of forms for every ramp location and spot checking grades after the pour. • HTNIAC quality assurance testing(assume t%vo separate HMAC mix verification tests taken at the asphalt plant and two separate HMAC compaction testing days for verification of newly placed HMAC). • Assistance in determining if non-conforming contract work should be rejected. • Attending progress meetings (assume weekly for a total of two months) and other meetings as necessary(i.e. pre-curb ramp and pre-paving) with contractor and City-to address construction related issues. • Reviewing and making recommendations for contractor monthly progress payments (assumed four progress payments). • Attending the final inspection,preparing of a"punch list",and recommending of final acceptance of work by the City. • Providing Record Drawings representative of the"as constructed"project. Record Drawings will be completed electronically and provided in PDF format. Task 9.2 Slurry Seal Construction Services The Consultant will provide construction contract administration and inspection with support from the City for public notifications and other coordination related items as needed. Construction phase services will include: • Perform 1-year warranty inspection for the work completed under the 2017 Pavement Management Program. Preform inspection,prepare"punch list",manage"punch list", and recommend final acceptance of work to the City. Inspection will take place in June 2018. • Attending a preconstruction meeting. • Reviewing requests for information, clarifications and change orders. • Reviewing contractor submittals, shop drawings and field application rates for conformance to the design requirements of the project and in accordance with the requirements of the contract documents. Consult"ith and advise the City as to the acceptability of substitute and/or"equal" items proposed for use by the construction contractor. • Construction inspection monitoring the progress and quality of the work,including preparation of construction inspection reports. a. The Consultant will provide one (1) primary inspector for the crack seal and slurry seal construction project. Inspection time for the pavement crack seal and slurry seal preventative maintenance work is assumed to be covered by the Consultant on a half-time basis. The City's inspector will cover the remaining inspection time in the field. The City's inspector will report daily to the Consultant inspector regarding all items related to the project. The City's inspector will perform a final inspection of streets and provide the Consultant inspector with a punch list, to be incorporated into the overall punch list. The Consultant will manage the punchlist and confirm its completion. b. Half time inspection services for the pavement crack seal preventative maintenance project is assumed to include five visits per week, 1 hour(at half time) per visit over a four-week construction period (20 hours). Inspection time will also include project limit layout(24 hours). c. Half time inspection services for the pavement slurry seal preventative maintenance project is assumed to include five visits per week, 1 hour(at half time) per visit over a three-week construction period (1 5 hours). Inspection time will also include striping layout(16 hours). Project limit layout is addressed under the crack seal bullet above. • Assistance in determining if non-conforming contract work should be rejected. • Attending progress meetings as needed (assume four meetings total)with contractor and City to address construction related issues. • Reviewing and making recommendations for contractor monthly progress payments (assumed four progress payments). • Attending the final inspection,preparing of a"punch list",and recommending final acceptance of work by the City. • Providing Record Drawings representative of the"as constructed"project. Record Drawings will be completed electronically and provided in PDF format. Task 10—Traffic Signal Modifications (CONTINGENCY TASK If traffic signal modifications are required by PROWAG and MUTCD requirements to meet curb ramp retrofit designs,the Consultant'will provide traffic signal modification designs and construction services for relocating/upgrading existing push buttons at signalized intersections.Depending on the new curb ramp locations and crosswalk alignments,neva pedestrian signal heads may also be required.Existing traffic signals (poles,arms,heads,cabinets,etc.)are assumed to remain in place. Signal loop detection will be replaced as put of the non-contingency tasks noted above. Modifications to the existing vehicle detection systems will be performed by the County if existing detection systems are video. This scope of work assumes the following signalized intersections (shown in Exhibit A)may require signal modifications (with anticipated numbers of corners at each intersection noted in parentheses): • SW Upper Boones Ferry Road at SW Sequoia Parkway(4 corners) • SW Lipper Boones Ferry Road at SW 72nd Avenue (2 corners) • SW Greenburg Road at SW Cascade Avenue (4 corners) • SXX'Greenburg Road at SW Tiedeman Avenue (3 corners) • SW Durham Road at SW 92nd Avenue (3 corners) • SW Durham Road at Hall Boulevard(4 corners) Consultant w=ill attend one project coordination meeting with the project design team.It is assumed that two Kittelson team member will be present at the 90%design review meeting. Consultant will.develop traffic signal modification plans which reflect the curb ramp retrofit design concepts prepared under Task 5.1. Consultant shall provide deliverables per the requirements of Task 5.1 and incorporate designs into the Task 5.1 deliverables. The effort includes the following. • Conduct a site visit to inventory the existing signal equipment and verify the topographic field survey of existing conditions (provided by others). • Obtain and review as-built drawings of the existing traffic signals from the City or County. • Develop the preliminary(50%design level) traffic signal modification plan sheets for the six project intersections identified above.A total of eight(8)plan sheets are anticipated consisting of the following. a. Signal Legend (1 sheet) b. Signal'_Modifications Plans (6 sheets) c. Signal Plan Details (1 sheet) d. Develop the preliminary construction cost estimate for the signal modifications Consultant will advance traffic signal modification plans which reflect the curb ramp retrofit designs prepared under Task 6.1 and 7.1. Consultant shall provide deliverables per the requirements of Task 6.1 and 7.1,incorporate designs into the Task 6.1 and Task 7.1 deliverables. The effort includes the following: • Review and address comments from the City and/or County on the preliminary signal modification plans • Prepare 90%and 100%traffic signal modification plans for the six project intersections identified above. A total of eight (8) plan sheets (detailed above) are anticipated. • Prepare 90% and 1W,10 final special provisions for the traffic signal modifications • Develop a construction cost estimate for final bid documents The Consultant will provide the construction support services listed below related to traffic signal modifications. All other construction administration and inspection services are previously covered under Task 9.1. • Re`iew-contractor requests for information and provide responses • Review-contractor submittals and provide comments or approval • Prepare final as-constructed plans Preliminary Sheet List The following is the anticipated list of plan sheets for the 100%pavement rehabilitation list to be determined. Running Sheets Sheet Description Total Number 1 1 G-1 Vicinity Map,Sheet Index 2 1 G-2 Overlay Quantities,Legend&Notes 17 15 TC-1 to Traffic Control Plans (5 street segments; 1 plan sht. TC-15per segment;3 stages per segment) 18 1 TC-76 Temporary Pedestrian Access Route Details 21 3 D-1 to D-3 Paving Details 44 23 D-4 to D-27 Curb Ramp Details (46 corners) streamline approach- 2 ramp details per sheet D-28 to D- Curb Ramp Details (16 corners) 52 8 35 (enhanced streamline approach - 2 ramp details per sheet 77 25 C-1 to C-25 Paving Layouts 781 CS-1 Striping Details 103 25 S-1 to S-25 Striping Layouts (same format as paving layout shts.) A total of 14 sheets were completed for the 2013 slurry seal pavement preservation project. The following is the anticipated list of plan sheets based on a similar layout for the 10W,o pavement preservation list. Running Sheets Sheet Total Number Description 1 1 G-1 Vicinity Map,Sheet Index and General Notes 17 16 C-1 to C-16 Slurry Seal Project Limits/Plan Sheets (No Scale) 18 1 S-1 Striping Details Proposed Fee Estimate Contractor proposes to perform this work on a time and expenses basis with a total not to exceed amount of$411,516(rehab = $338,095;slurry= $73,421)including design and construction services in accordance with the attached Exhibit C. Schedule The design schedule for the 2018 pavement rehabilitation bid package will accommodate an anticipated bid opening in April 2018 with anticipated NTP to the construction contractor in June 2018 and construction beginning in July 2018. The design schedule for the 2018 slurry seal pavement preservation bid package will accommodate an anticipated bid opening in April 2018 with anticipated NTP to the construction contractor in June 2018 and construction beginning in July 2018. All services are anticipated to be complete by November 30,2018. t " tt r — r moi. IFi �-x�siiriq ✓i ADA 20,1 .J J Ti ogle Earth r 700 ft 2018 Tigard PMP Curb Ramp Survey Loentions Project Continues to OR217, See Next Page. da Existing RRFB alo ■ y `� 9 crossing of Greeriburg Paving Umft lot 0 Exislirq _ ;tlrt=.��nafitiE:� t + New rr That EieCC101 11-17-2017 ir C4n4+rng[roGy Task 5irtM �Project Continues to OR99W. 'See Previous Page. Y e arth ? V * t 1000 h z � • Kim• • • • _ .. { _ .1`•x+"+1 . r • r • _ - 0 Y45YiPlla • • • Sirenbne - — •. - ' ��ffOttRE�t�t7 • ,ice •' '�'' �.r �- i1e�.7.2017 Googl arth " N i= ; 400 fl • Tigard Curb Ramp Survey Il ,��`. may, - �.... } f�. •ns D Rai' 5 .ii�riirl 1'pa; Crm r - 7r t7 { y: • 0 U 00 C7 0 i Existing along f .s _. crossing of Durharn roposecrosswalk osure barricades f ' L. • • of _ �.. G-oogle Earth Id cC c th A I;1801 41 c , 1111 fj w d CI c _j d ^1N Id XJ% d u 1 AI-7. -rVJ4Z I I. el I CP rp z o j r4 4 L 4L 10 .1 41LIJ ,NLth Ave .OWN* ez :59 1S►z4 I Ln MS to 31 d cu ld"4 -Z 2 kl Id'4 AV ill I Ch1 k r I ) Inge, 91 A 411?,, to 'Ile 1,1 P-CAIjr 3. di } 1 PL 7 co C, 1j, N Vl Ink cl • 00 co to ti r,z ui 93 CL 10 owl CO Dr.-et Ln Hkess Wotands Jisce -U array Hill L. B e a v e r o n Ilawk Y Ln. "ZY Summer creek w�F7 summer LaIke Part: U Natural Area Kp I A Is hu I-V 4C �'n fir. al m woj)dC L urrlluat,)I ide Mofolin park e. /rte rb In r. faff Pat WO 1, d M;AL1 Of ew r. IN el Vi oppo NU Z Kirley (.,.i 151111 < rfla,h. Laurer Ln -N 'r 8no, Feet I!.!1e ]W�A\ilfftl[HAKACp�(pyOfpAf� (rzY OF ISTD ncoro�tusnaurz er w. 4_ reg n r n r-a rear�. �� zmmew.mas�.aa+, nu r�iraaxa au+emmv noexxat cm•arnc+tm rnoro®rre amore ms, r.± tlr. fie. �)Yec(a MAY tl.Lde t1 fA1 1N Y ..1 ¢.)ILilf¢�4ID�RiIrIr1 YW ' ,•�1 — u.1 h.n+i .nl.,. Mii muff..- �i.1 )ara.e,rolsr�zr r,aH Iii, 1 r r. ur r n aA.ernrer wru•� _ rar _ _ c..e)rzrtresa r.r,_ 1. +.1 s Mtl9RwrY¢r+MMr rwraraKorvmair-a�rr.�ww¢Wy.¢vMwrr e.4a, City . 'Dgard CONTRACT CAGE ORDER/ � 13125 SteHill Blvd AMENDMENT #�1 SUMMARY � 1^ � :0i ) 6 )-417 P1-�Ure-(SU3) (ia9-4171 p C 1:ax (503)6S4-7297 I vrt�, Tard-o . rov Project Title:PMP Engineering Design Services Project Manager:Mike McCarthy Contractor:Murray, Smith&Associates,Inc. Original Contract#: C150041 Effective Dates: 12/14/14 Change Order/Amendment Amount: 336,689 Accountin String: 412-8000-56005-95001-130 Amendment Percenta a Running Total: Atv E"mENT DETAIIS Contract C150041 was awarded with four 4) additional one-year extensions.This is extension two (2),leaving two (2) additional extensions available. MSA will provide design in winter/spring 2017 and construction management in summer 2017 of streets identified for pavement rehabilitation (paying or slurry sealing)in FY17- 18. The effort includes Geotechnical Evaluation,Design,Project Management, Surveying,Utility Coordination, Pavement Services,Bidding Services, Inspection,and Construction Phase Services CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ Contract Life Total Approved by Council $1,350,000 Contract Year 1 $265,508 Amendment#1 —Year 2 $270,509 Amendment#2—Year 3 $336,689 TOTAL $872,706 REMAINING $477,294 REASONING FOR CHANGE ORDER/AVIENIat s_-.NT _-- Year three of a possible five-year contract. Note that program size has increased by about 30% from 2015 ear 1 to 2017 ear 3),resulting in increased design costs to pave and slurry seal more streets. BUDCUT IMPACT AND REQUIRED ACTIONS RE _ ' T . G PROJECT MAN.AGER APPROVING I'C'I STAFF ---- ��matutr 'Signature '' gate Date Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms - and conditions detailed in the original contract along with all applicable rules,regulations,and laws that may be in effect for the work. The unit pricing in the original contract shall apply to all ?nature additional work. A copy of this form, once completed,is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember—the cumulative total of Amendments cannot exceed the ro'ect's FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT ENGINEERING SERVICES AGREEMENT PAVEMENT MANAGEMENT PROGRAM-ENGINEERING DESIGN AND INSPECTION SERVICES C150041 AMENDMENT #2 The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City, and Murray, Smith&Associates, hereinafter referred to as Contractor, entered into on the 10' day of December,2014,is hereby amended as follows: 2. Effective Date and Duration This agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended,upon completion of the work or December 31,22017,whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. The City and Consultant may agree on three-(3}two (2 additional one-year extensions to this Agreement with 60 days written notice before any termination date. 3. Engineer's Fee A. Basic Fee 1) The Basic Fee in the seeendthird year of this contract(City's FY 2016-2017 PMP Design) shall not exceed the amount of Del4ftis ($270,509. 9}Three hundred Thirty Six Thousand Six Hundred Eighty Nine and No/100 Dollars ($336,689.00 without prior written authorization. The not to exceed for any option year shall be agreed upon between the Parties prior to any work under the extension. EXHIBIT A SCOPE OF SERVICES The Scope of Work for the third year of this contract is attached to this amendment. Please replace original scope of work and Admendment 1 for year one with this revised scope and street list EXHIBIT B ENGINEER'S PROPOSAL The Engineer's proposal for the third year of this contract is attached to this amendment Please replace original proposal for year one with this revised scl2e and street list. 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 Y, MITH&ASSOCIATES 1-4 Signature Sigma e Pla L. W I`AE'., Troy L. Bowers,P.E. Printed Name Printed Name /CkL •�U �? � -'Y' -s- � Lg 1 Date Date Exhibit A Amended Scope Project Description This project will include the design and construction of streets identified for pavement rehabilitation and slurry seal in 2017. Street segments being considered for pavement rehabilitation are listed below in Table 1. This list represents the"150%"list relative to available funding. Streets are generally in order of priority based on current information. It is expected the rehabilitation list will be reduced to fit available funding. As noted in the table, field investigations were previously completed for several of the segments in 2014 thru 2016. Street segments being considered for a slurry seal preventative maintenance treatment are shown in the attached Exhibit A. This list represents the "100%" slurry seal candidates map relative to available funding. The slurry seal list may be adjusted slightly to fit available funding and need,although no major changes are anticipated. Key Assumptions: • Separate bid packages for the rehabilitation and preventative maintenance projects will be developed with design budgets also tracked separately as described in the subtasks below. • Geotechnical information for pavement rehabilitation will be developed for the 150%rehabilitation list. • Only a geotechnical visual ("windshield") survey of the slurry seal preventative maintenance street candidates will be performed. • Project designs will be developed only for the reduced 100%rehabilitation and maintenance lists. • Total curb ramps to be evaluated and (re)constructed will be approximately 59 based on the anticipated 100°o rehabilitation list. An additional 12 curb ramps (locations to be determined) will be evaluated and (re) constructed,as part of the City's internal microsurfacing project. These curb ramps will be designed and constructed as part of the rehabilitation bid package. • Curb ramp designs will be developed to approximate total footprint for bidding purposes. Final layout will be coordinated in the field with the contractor to meet the public right of way accessibility (PROW AG) guidelines. Table 1 150% Street Rehabilitation List Street From To ADT Heavy Length .Area Curb Vehicles (ft) (W) Ramp Canterbury 1,6 103rd 99X' 2000 20 1800 61200 5 106th Ave6 Canterbury Del Monte 500 10 1200 40800 0 Murdock St 109th East of 500 10 900 30600 0 109th Ave2 South of North of 1000 20 500 17000 4 Murdock Murdock Tiedeman Ave Walnut Meadow 7000 150 1500 63000 9 Fonner St' Walnut St 115th Ave 1800 20 2800 72800 11 96th Ave Murdock Sattler 800 30 900 24300 6 Kable4 98th 100th 1200 15 700 23800 4 109th Ave4 Highland Naeve 800 10 300 9600 7 Viewmount 115th Ave 114th Ave 250 4 300 9600 2 114th Ave' Vie-wtnount South of 200 4 700 22400 3 Ln Fairhaven St Viewmount Ct' 114th Ave End 100 2 600 19200 2 74th4 Barbara Taylors Ferry 700 10 1500 42000 6 Curb Ramp Retrofits for City's In-House Microsurfacing Project 12 Sub-Total For Anticipated 100°16 List 71 Oak Sts Hall 90th 2000 30 1400 42000 4 Bonita Rd 76th Ave Hall Blvd 15000 450 2300 96600 15 Gaarde St Walnut Greenfield 9000 100 1000 42000 6 Greenfield Gaarde Benchview 3000 40 1400 44800 8 Benchview Greenfield Clearview 2200 30 140 4760 2 'Field investigations excluding dynamic cone penetrometer testing were completed on Canterbury Ln between 109th Ave and 99W in 2014. 2Field investigations excluding dynamic cone penetrometer testing were completed on entire street segment in 2014. 3Field investigations including dynamic cone penetrometer testing were completed on Fonner St between Walnut St and 111 th PI in 2015. `'Field investigations including dynamic cone penetrometer testing were completed on entire street segment in 2015. 5Field investigations including dynamic cone penetrometer testing were completed on entire street segment in 2016. 6City will obtain and provide pavement and aggregate base thickness for use in geotechnical evaluations. No geotechnical field investigations required. 7City prior investigations revealed existing pavement design is approximately 1-inch AC on subgrade. No geotechnical field investigations or reporting required. Pavement rehabilitation design will be a 2-inch grind and 2" AC inlay,or as directed by the City. The City anticipates having the following construction budget available for this work.: Fiscal Year Total. Rehabilitation Slurry Seal .. (Construction Year) Construction Budget . Construction Budget Construction. Budget 2017-18 (2017) Approximately pproximately$1,200,000 Approximately $1,600,000 $400,000 The Consultant will develop designs and produce separate rehabilitation and slurry seal bid packages to complete this work and incorporate City comments as received. Typical street rehabilitation treatments are expected to be overlays,grind and inlays,and localized pavement repairs if needed. City Responsibilities The City will be responsible for the following: • Work collaboratively with Consultant to reduce 1500/"o street rehabilitation list to a 100%list for use by Consultant in developing rehabilitation designs. • Provide a project engineer/manager who is responsible for overall project development and management and for coordination between the Consultant and the City. • Establish the work scope and design parameters for each project,including the final street lists and required standards. • Provide the Consultant copies of all available,relevant City utility"as-built" plans,topographical maps,reports and studies pertinent to the project. • Provide Consultant with GIS technical support including a base map based upon coordinate geometry with aerial photography and topographic contours. • Provide Consultant with the City's standard drafting frame,title block and any standards required to be followed if applicable. • Provide Consultant with digital copies of the City's standard construction specifications,details and "front end"bidding document sections. • Participate in field walk through with Consultant staff to verify pavement rehabilitation treatments. • Provide microsurfacing street limits for Consultant review for curb ramp compliance within City's in-house microsurfacing project limits. • Provide Consultant with existing roadway aggregate base and AC thickness on Canterbury and 106"' Avenue noted in Table 1 above to reduce geotechnical field investigations. • Provide timely review and comment on drawings,bid items and quantities, and estimates submitted by Consultant to City for review and approval. • Maintain records and process Consultant invoices. • Provide legal review of all contracts and bid forms. • Provide notifications as necessary to the public and business community regarding the nature and timing of the work to be completed. • Advertise and manage the bidding process for construction of both the rehabilitation and preventative maintenance contracts. • Provide design engineering and construction management for microsurfacing contract. • Review and approve contractor payments and any construction contract change orders. • Provide public notifications regarding construction schedules and impacts. • Perform final inspections and provide feedback for punchlist items. Proposed Scope of Services The scope of design services for the contemplated work is presented below. Task 1 — Project Management This effort covers the administration and coordination of the Consultant's staff,subconsultants, and the interface with the City project manager and other City staff. The effort will include the following subtasks: • Schedule,prepare for,and conduct separate project kick-off meetings for the rehabilitation and slurry seal contracts to review the purpose and scope of the project.For estimating purposes,it is assumed two (2) MSA team members will be present, one GeoDesign team member will be present at the rehabilitation meeting,and one GRI team member will be present at the slurry seal meeting (subconsultant budgets covered under Task 4). • In addition to the project kickoff meeting,budget assumes two (2) additional meetings. The meetings will occur after the 50% submittal and after the 90%design submittals respectively. Consultant will schedule and lead project meetings and prepare meeting agendas and minutes. For estimating purposes,it is assumed two (2) MSA team members will be present at each team meeting, one GeoDesign team member at the 50%meeting,and one GRI team member at the 90%meeting (subconsultant budgets covered under Task 4). • Coordinate submittal and review of plans, bid items and quantities, and estimates by the City at the 50% and 90%level of completion. • Process and submit monthly billings with a summary of project status by task and subtask,including a summary of invoicing from subconsultants retained for this project. Invoices will include a breakdown by task of percent budget spent and percent progress. • Prepare and maintain the overall project schedule including adding staff,subconsultants and other resources as needed to meet scheduled milestones. Task 1 Deliverables • Invoices (monthly) • Project Design Schedule • Meeting agendas and minutes for meetings Task 2 — Surveying (Rehabilitation streets only) Task 2.1 Preliminary Monument Research Since grind/inlay and overlay pavement rehabilitation have the potential to disturb existing monuments, research will be completed for the 100%list (to be reduced from 150%list above) to determine which monuments may be affected. It is also possible property corners may be disturbed as part of curb ramp construction. To minimize the risk of disturbance,work will include: • Researching Washington County survey records for recorded surveys, subdivision plats and road drawings that show the location of survey monuments and property corners that have been previously set within the work limits. • Researching City of Tigard Benchmark records that describe the location of city benchmarks in the areas of construction. • Field verifying presence of monuments,property corners and benchmarks. • Using the research described above,markup of the approximate locations on the project plans and incorporation of this information into the plans in the 90% design documents (Task 6). Task 2.2 Pre-Construction Monument Survey It is assumed the contractor will be required to preserve or install monument boxes as needed to aid in the process of re-establishing monuments and property corners. Consultant will provide pre-construction survey services for preserving monuments,property corners and benchmarks described as follows: • Establishing survey control and field locating existing centerline monuments,property corners and benchmarks within the limits of construction. • Staking the location of box monuments that will be installed during construction. Task 2.3 Post-Construction Monument Survey Consultant shall provide post-construction survey services for preserving monuments,property corners and benchmarks described as follows: • Checking monument locations after construction. • Re-setting centerline monuments,property corners and benchmarks that are destroyed during construction. • Preparing and filing of a Post-Construction Record-of-Survey with Washington County Survevor's Office. • Filing the survey vith Washington County. Task 2 Deliverables • Monument locations integrated into project plans. • Filed post-construction survey with Washington County. Task 3 - Utility Coordination (Rehabilitation streets only) Minor utility conflicts are anticipated for this project relative to pavement elevation changes (overlays) and curb ramp replacements. Utility adjustments during paving operations are anticipated to include valve box (gas and water) adjustments and manhole (storm, sewer and other) adjustments. Depending on each curb ramp design,above ground utility facilities may also need to be adjusted. Adjustments to City-owned facilities will be incorporated into the design. Utility coordination efforts will include: • Develop a utility contact information list and email project information letters to utility companies involved to explain nature of the work. • Provide project preliminary plans to each utility at 50%and 900/0. • Maintain a record of correspondence with utility companies. • Identify conflicts and issue conflict notices to impacted utilities. • Coordinate with private utilities to resolve utility conflicts and finalize utility relocation requirements as appropriate. Affected utilities will be responsible for developing their relocation designs. Consultant will review each utility's relocation plans and proposed schedule,provide written comments and issue approval. Task 3 Deliverables • Utility contact list • Project information letters and conflict notices to each affected utility • Reviewed utility relocation plans with comments and recommendations Task 4 - Pavement Services Task 4.1 Rel7abilitation Pavement Services The City anticipates roadway rehabilitation will generall consist of overlay and grind and inlay paving where possible. In addition, some locations may require base repair or general reconstruction. The field investigation strategy will consist of shallow subsurface explorations,dynamic cone penetrometer (DCP), ground penetrating radar(GPR) testing,and visual field distress surveys. Field investigations will be completed for street segments not previously investigated as indicated in Table 1. Information gathered during the field investigations will be used,together with the traffic data,to determine recommended rehabilitation strategies based on the AASHTO design procedure with the overall aim of minimizing grade increases and limiting overlays to 2 inches. The specific scope of services includes the following: • Attend a kick-off meeting with City staff(as described under Task 1) and the City's civil engineering representative to discuss pavement design approach,options,and project team plan. • Complete a visual survey of each road section. The survey will be used to identify areas for potential base repair or general reconstruction. • Review past City data regarding pavement construction,maintenance, and rehabilitation at each road section. • Complete 72-hour vehicle classification counts along each road section. • Conduct GPR tests in the outside wheel track of the main travel lanes on each street not previously evaluated using a 2 GHz truck-mounted horn antenna. • Analyze truck-mounted GPR data and provide a plot of estimated AC thickness by pavement station. GPR data will be compared to the subsurface exploration data. • Complete up to 15 pavement cores with locations at the discretion of the Consultant team for the purpose of GPR comparison and pavement condition assessment. Complete cores at crack locations where possible to verify top-down or bottom-up cracking. This assumes approximately one to three cores for the majority of street sections and approximately four cores for Bonita Rd. Cores will be terminated at the bottom of the AC. Pavement core data from previous field investigations will be used in lieu completing new cores along street segments previously evaluated. New cores will be completed along the segment of Fonner St where field investigations have not been completed; namely,between 111th PI and 115th Ave. • Conduct DCP testing at each core location. Tests will be conducted through the base aggregate (if present) and into the subgrade soil to estimate the thickness and resilient modulus of the base layer as well as the resilient modulus of the subgrade. • Compare the results of core sampling to the GPR data and adjust GPR results as appropriate. • Provide a report summarizing the above undertakings, findings,and rehabilitation recommendations,including those from previous investigations. • Conduct field visit with City staff with report in hand for use in reviewing site specific conditions and constraints. Conduct visit after ADA compliance review so Consultant can also inform the City on which ramps will be reconstructed. • Attend a project meeting after the 50% design submittal to discuss design review comments. • Utilize pavement investigation data and field visit observations to develop final pavement rehabilitation recommendations and designs as part of Tasks 5, 6 and 7 below. Task 4.1 Deliverables • Report summarizing field investigation results and preliminary rehabilitation recommendations for all street segments listed in Table 1. Task 4.2 Slurny Seal Pavement Services The City anticipates roadway preventative maintenance treatment will consist of a Type II slurry seal. Consultant will conduct a visual"windshield" survey of the candidate streets as indicated in Exhibit A to confirm that a Type II slurry seal is the recommended pavement presen atiQn treatment. A pavement condition index will not be performed. The specific scope of services includes the following: • Complete a visual"windshield" survey of each road section. • Attend a project meeting after the 90% design submittal to discuss design review comments. Task 4.2 Deliverables • "Red-line"markup of Exhibit A indicating recommended revisions of slurry seal candidate streets. Task 5 - 50%Design Task 5.150%Rebabilitation Design During this phase, Consultant will develop engineering plans which reflect the rehabilitation treatments. The plans will establish appropriate project limits,identify the design sections and edge and longitudinal treatment details,address catch basin treatments to appropriately manage bicycle and drainage concerns, establish which curb ramps need to be modified or replaced to meet ADA requirements and identify typical traffic control. Striping plans will be deferred until the 909/0 stage. Pavement rehabilitation plan sheet format will generally follow the same format used for the 2016 project. Specific requirements under this task include: • Complete a review of the City's existing mapping,as-builts, aerial photographs,topographic surveys and GIS information. • Integrate available base mapping into project plan sheets. • ADA compliance review: a. Obtain and review City curb ramp inventory information and incorporate data into the ADA compliance review. b. Complete office desktop review at each street crossing within paving limits utilizing readily available aerial and streetview imagery. Determine existing curb ramp locations and where new curb ramps are needed. Where sidewalks do not exist,no curb ramps are required for ADA compliance. Document existing/future ramp locations and initial review findings for each ramp utilizing FHWA checklist for ADA compliance. c. Complete follow-up field evaluation of existing curb ramps and take measurements using FHWA checklist to determine ADA compliance. d. Make determination of where curb ramps need to be replaced and/or added to meet ADA requirements. e. Develop conceptual sketches of curb ramps with approximate limits. f. Show curb ramp replacement/retrofit locations in the 50'/o plans and incorporate into cost estimate. • Develop pavement rehabilitation treatment recommendations and incorporate treatments for each street. • Establish appropriate project limits,identify the design sections and edge and longitudinal treatment details,address catch basin treatments to appropriately manage bicycle and drainage concerns and identify signal loops (ODOT or other)which may be impacted. • Prepare 50%level cost estimate and bid schedule for the rehabilitation project in a format acceptable to the City. Consultant will divide estimate and bid schedule into multiple bid schedules (up to a maximum of 3 schedules) as directed by the City and depending on available funding. • Prepare 50%pavement rehabilitation construction plans (1" = 30' scale on half size sheets) and details as needed to clearly describe the work to be constructed. Construction plans shall,at a minimum,include civil notes, details and sections,and street improvement plans. For streets requiring more detail (arterials and some collectors),the construction plans may also include striping plans, signal detection, demolition and erosion control plans. It is assumed paving layout sheets and some details will be provided at this stage,with quantity tables,curb ramp detail sheets and striping layout sheets to be added at the 900,16 design level. Task S.1 Deliverables • ADA compliance documentation,as necessary • Electronic versions of the 50%pavement rehabilitation plans,bid items and quantities, and cost estimate (PDF and Excel). Task 5.2 50%Slury Seal Design Consultant shall develop slurry seal preventative maintenance treatment recommendations and incorporate treatments for streets from the candidates shown in Exhibit A. Slurry seal plan sheet format will generally follow the City's last slurry seal project used in 2013. Consultant shall prepare 50%level cost estimate and bid schedule in a format acceptable to the City. Prepare 50% slurry seal construction plans (scale to fit(i.e. No Scale) on half size sheets) and details as needed to clearly describe the work to be constructed. Construction plans shall,at a minimum,include a title sheet with sheet layout"key map",legends and notes, details,and project limit plans. It is assumed the project title sheet with sheet layout,legends and notes,and project limit plan sheets will be provided at this stage and detail sheets to be added at the 909/0 design level. It is assumed that striping will be replaced in-kind and shown on the project limit plan sheets at the 90% design level. Task 5.2 Deliverables • Electronic versions of the 50%pavement slurry seal preventative maintenance plans,bid items and quantities,and cost estimate (PDF and Excel). Task 6 - 90%Design Task 6.190%Rebabilitation Design The 90% design submittal shall be advanced from the 50% submittal (incorporating review comments). Tasks in addition to those listed above include: • Coordinate with ODOT as needed for signal loop replacements,curb ramp replacement and other work as may be necessary on ODOT right-of-way. • No other permitting needs are anticipated. • Coordinate survey (Task 2) as needed for curb ramps to be reconstructed or added. • Refine curb ramp retrofit/replacement designs in conformance with Public Right-of-Way Accessibility Guidelines (PROWAG) and the ODOT/APWA standard drawings utilizing survey mapping. Include sufficient curb ramp layout information in project detail sheets for quantity take- off and initial field layout purposes. Curb ramp details will generally include slope direction,basic ramp dimensions, curb type and surface utility information. For estimating purposes,it is assumed up to 59 intersection corners with curb ramps will be (re)constructed(after 100%list is defined). An additional 12 curb ramps (locations to be determined)will be evaluated and (re) constructed,as part of the City's internal microsurfacing project. These curb ramps will be designed and constructed as part of the rehabilitation bid package. • It is assumed final ramp limits will be field verified during construction based on measurement of formwork and that no right-of-way will be required. • Add striping sheets for the pavement rehabilitation project. Work will include field verification measurements where necessary to confirm layout with respect to GIS mapping. • Prepare front end contract documents using the City's most recent standard forms and technical specifications in ODOT/APWA format. Task 6.1 Deliverables • Electronic versions of the complete 90°'o pavement rehabilitation contract documents including front end documents,technical specifications,plans,bid items and quantities, and cost estimate (PDF,Word and Excel). Task 6.2 90%Slurry Seal Design The 90% design submittal will be advanced from the 50% submittal(incorporating review comments). Striping will be replaced in-kind and shown on the slurry seal project limit plan sheets where applicable. Prepare front end contract documents using the City's most recent standard forms and technical specifications in ODOT/APWA format. No ODOT/County permits are anticipated. Project will include the Slurry Seal Quantity Summary Tables in the project Specifications as an Appendix. Task 6.2 Deliverables • Electronic versions of the complete 90%pavement slurry seal preventative maintenance contract documents including front end documents,technical specifications,plans,bid items and quantities, and cost estimate (PDF,Word and Excel). Task 7 - Final Design Task 7.1 Final Rehabilitation Design The final design submittal will be advanced from the 90% submittal(incorporating review comments). Tasks in addition to those listed above include: • Continue coordination with ODOT as necessary to develop a draft permit with conditions to be included in the bid documents. It is assumed the selected Contractor will sign and finalize the permit with ODOT prior to work on ODOT right-of-way. • Refine curb ramp designs as necessary based on City and ODOT feedback. Task 7.1 Deliverables • Electronic versions of the complete pavement rehabilitation contract documents including final front end documents,technical specifications, plans,bid items and quantities,and cost estimate (PDF,Word,Excel and CAD). • Provide one (1) reproducible set of pavement rehabilitation construction plans. The construction plans will include an 11"x17" (at 1" = 30� set of construction drawings and details. Task 7.2 Final Slurry Seal Design The final design submittal will be advanced from the 90% submittal (incorporating review comments). No ODOT/County permits are anticipated. Project will include the Slurry Seal Quantity Summary Tables in the project Specifications as an Appendix. Task 7.2 Deliverables • Electronic versions of the complete pavement slurry seal preventative maintenance contract documents including final front end documents,technical specifications,plans,and cost estimate (PDF,Word,Excel and CAD). • Provide one (1) reproducible set of pavement slurry seal preventative maintenance construction plans. The construction plans shall include an 11"x17' (at No Scale) set of construction drawings and details. Task 8 - Bidding Services Task 8.l Rehabilitation Bidding Services It is assumed the QoT will print, advertise and be the primary point of contact for bidder inquiries. Consultant services will include: • Assist the City as needed in responding to bidder inquires during the bid period. • Provide up to two minor bid addenda to address bidder questions, as needed. Task 8.2 Slurry Seal Bidding Services It is assumed the City will print, advertise and be the primary point of contact for bidder inquiries. Consultant services will include: • -assist the City as needed in responding to bidder inquires during the bid period. • Provide up to one minor bid addenda to address bidder questions,as needed. Task 9 —Construction Phase Services Task 9.l Rehabilitation Construction Services The Consultant will provide construction contract administration,inspection and HMAC quality assurance testing with support from the City for public notifications and other coordination related items as needed. Construction phase services will include: • Attending a preconstruction meeting. • Reviewing requests for information,clarifications and change orders. • Reviewing contractor submittals, shop drawings and field testing(particularly focused on asphalt) for conformance to the design requirements of the project and in accordance with the requirements of the contract documents. Consult with and advise City as to the acceptability of substitute and "or-equal" items proposed for use by the contractor. • Construction inspection monitoring the progress and quality of the work,including preparation of construction inspection reports. o Inspection time is assumed to include five visits per week,ten hours per visit over a 9-week construction period (450 hours) plus an additional four visits per week,eight hours per visit over a five-week period (160 hours) during high production times. It is anticipated some ADA inspection visits will overlap with slurry seal inspection and some efficiencies will be realized. • Coordinating curb ramp layout with the construction contractor to confirm ramps meet ADA compliance. Coordination is anticipated to include a pre-pour meeting,layout of demolition limits, checking of forms for every ramp location and spot checking grades after the pour. • HIVIAC quality assurance testing(assume two separate HMAC mix verification tests taken at the asphalt plant and two separate HMAC compaction testing days for verification of newly placed HMAC). • Assistance in determining if non-conforming contract work should be rejected. • Attending progress meetings (assume weekly for a total of two months) and other meetings as necessary (i.e. pre-curb ramp and pre-paving)with contractor and City to address construction related issues. • Reviewing and making recommendations for contractor monthly progress payments (assumed four progress payments). • Attending the final inspection,preparing of a"punch list", and recommending of final acceptance of work by the City. • Providing Record Drawings representative of the "as constructed" project. Record Drawings will be completed electronically and provided in PDF format. Task 9.2 Slurry Seal Constrmaion Services The Consultant will provide construction contract administration and inspection with support from the City for public notifications and other coordination related items as needed. Construction phase services will include: • Attending a preconstruction meeting. • Rexiewing requests for information,clarifications and change orders. • Reviewing contractor submittals, shop drawings and field testing(particularly focused on asphalt) for conformance to the design requirements of the project and in accordance with the requirements of the contract documents. Consult with and advise City as to the acceptability of substitute and "or-equal'items proposed for use by the contractor. • Construction inspection monitoring the progress and quality of the work,including preparation of construction inspection reports. o Inspection time for the pavement slurry seal preventative maintenance project is assumed to include five visits per week, 6 hours per visit over a three-week construction period (90 hours). • .assistance in determining if non-conforming contract work should be rejected. • Attending progress meetings as needed (assume four meetings total)with contractor and City to address construction related issues. • Reviewing and making recommendations for contractor monthly progress payments (assumed four progress payments). • Attending the final inspection,preparing of a"punch list", and recommending final acceptance of work by the City. • No Record Drawings are required. Preliminary Sheet List A total of 76 sheets were completed for the 2016 pavement rehabilitation project. The following is the anticipated list of plan sheets based on a similar layout for the 100%pavement rehabilitation list to be determined. Running Sheets Sheet "Total Number Description 1 1 G-1 Vicinity Map,Sheet Index 2 1 G-2 Overlay Quantities,Legend&Notes 5 3 G-3 to G-5 Paving Details 29 24 D-1 to D-24 Curb Ramp Details 54 25 C-1 to C-25 Paving Layouts 55 1 CS-1 Striping Details 80 25 S-1 to S-25 Striping Layouts (same format as paving layout shts.) A total of 14 sheets were completed for the 201,3 slurry seal pavement preservation project. The following is the anticipated list of plan sheets based on a similar layout for the 100%2avement preservation list. Running Sheets Sheet Total Number Description 1 1 G-1 Vicinity Map w/ Sheet Layout and Sheet Index 2 1 G-2 Slurry Seal Legend&Notes 3 1 G-3 Slurry Seal Details ' 12 9 C-1 to C-9 Slurry Seal Project Limits/Plan Sheets (No Scale) 13 1 S-1 Striping Details Proposed Fee Estimate MSA proposes to perform this work on a time and expenses basis with a total not to exceed amount of $336,689 including design and construction services in accordance with the attached Exhibit B. Schedule The design schedule for the 2017 pavement rehabilitation bid package will accommodate an anticipated bid opening in April 2017 with anticipated NTP to the construction contractor in June 2017 and construction beginning in July 2017. The design schedule for the 2017 slurry seal pavement preservation bid package will accommodate an anticipated bid opening in April 2017 with anticipated NTP to the construction contractor in June 2017 and construction beginning in July 2017. All services are anticipated to be complete by October 31,2017. V) M ! a ava i ti4: els r:e w ro Q. I [V a° M (A „ b *,+�-.,.r�.n.se�•rw - p 1� � _ -.. .-r-- a -.w� n.. _r- - +r+r- cv-a.r'�aa--- a at�d - N !fid a i 12 ,i , w 1 o Woo m Anayi�_ 401 :'t a , � f 4 uj ' -�-^_— •�It'Y Hl�i1•. - _ -____ ♦1374 Hll _ _ Ll e A , �Cs�� E '.v�IaOM1iN III Hill 1111111 1111111111111 N1 I I 111 11 1111 lgllll�l�l Ilial I�II�lI III��II�U�NI�aI���N I' INII9� p � iii'���nliAli Illllll�i�i lull I I 1 1111111111 1 H oil I 1 11111111111111111 ��� Inlll IIYC �UI� IIV�III I�IIII 1111�9111� City of Tigard CONTRACT CHANGE ORDER/ 13125 SW Hall Blvd. * AMENDMENT �1 SUMMARY Tigard, Oregon 97223 A Phone- (503) 639-4171 Fax- (503) 684-7297 w-%4Av.ti Bard-or.>o% Pro'ect Title: PMP Engineering Design Services Project Manager: Mike McCarthy Contractor: Murray, Smith&Associates, Inc. Original Contract#: C150041 Effective Dates: 12/14/14 Chane Order/Amendment Amount: $270,509 Accounting String: 412-8000-56005-95001-130 Amendment Percentage Running Total: 20% AMENDMENT DETAILS Contract C150041 was awarded with four 4) additional one-year extensions. This is extension one 1),leaving three 3) additional extensions available. MSA will provide design and construction management of streets identified for pavement rehabilitation in FY16-17. The effort includes Design,Project Management, Surveying, Utility Coordination,Pavement Services,Bidding Services and Construction Phase Services CHANGE ORDER DETAILS UNIT QTY UNIT$ 'TOTAL$ Contract Life Total Approved by Council $1,350,000 Contract Year 1 $265,508 Amendment#1 —Year 2 $270,509 TOTAL $536,017 REMAINING $813,983 REASONING FOR CHANGE ORDER/AMENDMENT Year two of a possible five year contract. BUDGET IMPACT AND REQUIRED ACTIONS REQUESTING PROJECT MANAGER APPR NG CITY STAFF /Signature - — — Si ature Date Date Contractor is hereby authorized by the City of Tigard to perform CON'rRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules, regulations, and laws that may be in effect for Signature the work. The unit pricing in the original contract shall apply to all additional work. A copy of this form, once completed, is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember-the cumulative total of Amendments cannot exceed theproject's FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT ENGINEERING SERVICES AGREEMENT PAVEMENT MANAGEMENT PROGRAM-ENGINEERING DESIGN AND INSPECTION SERVICES AMENDMENT#1 The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City, and Murray, Smith&Associates, hereinafter referred to as Contractor, entered into on the 10'h day of December,2014,is hereby amended as follows: 2. Effective Date and Duration This agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended,upon completion of the work or December 31,X52016,whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. The City and Consultant may agree on€etif{4}three 3 additional one-year extensions to this Agreement with 60 days written notice before any termination date. 3. Engineer's Fee A. Basic Fee 1) The Basic Fee in the€f-Asecond year of this contract(City's FY 2015-2016 PMP Design) shall not exceed the amount of Two lund,ed S—' ,y Five Theusftfid Five Hundred Eight ftnd No/100 . Two Hundred Seventy Thousand Five Hundred Nine and No/100 Dollars ($270,509.00)without prior written authorization. The not to exceed for any option year shall be agreed upon between the Parties prior to any work under the extension. EXHIBIT A SCOPE OF SERVICES The Scope of Work for the second year of this contract is attached to this amendment. Please replace original scope of work for year one with this revised scope and street list. EXHIBIT B ENGINEER'S PROPOSAL The Engineer's proposal for the second year of this contract is attached to this amendment. Please replace orio iginalproposal for year one with this revised scope and street list. 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 Isi ITH&ASSOCIATES Signature e Mst r./1,A C. . t)"rile � l_� . .- •S Printed Name Printed Name I ' �-2(-"7 'U�, 2-p Date Date SCOPE OF WORK CITY OF TIGARD ENGINEERING SERVICES FOR 2016 PAVEMENT MANAGEMENT PROGRAM Background The City of Tigard's transportation system includes about 152 miles of City-owned surface streets of varying size and capacity requiring periodic maintenance to keep them operational. The City established a Street Maintenance Fee in 2003 to address maintenance needs for these streets. A significant portion of the fees collected are to be spent on reconstruction/restoration of existing roadways. MSA provided services to the City in 2013 to complete pavement rehabilitation designs initially started by the City,and provided full design and construction administration services to the City in 2014 and 2015. Project Description This project will include the design and construction of streets identified for pavement rehabilitation in 2016. Street segments being considered for pavement rehabilitation are listed below in Table 1. This list represents the"150%"list relative to available funding. Streets are generally in order of priority based on current information. It is expected that this list will be reduced to fit available funding. As noted in the table,field investigations were completed for several of the segments in 2014 and 2015. Key Assumptions: • Geotechnical information will be developed for the 150%list shown below. • Project designs will be developed only for the reduced 100%list. • Total curb ramps to be evaluated and (re)constructed will be approximately 70 based on the anticipated 100%list. • Curb ramps designs will be developed to approximate total footprint for bidding purposes. Final layout will be coordinated in the field with the contractor to meet the public right of way accessibility guidelines. City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners I 1 c:\users\amie\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kifot\tigard 2016 prop scope of work 12-3-15.docx Table 1: 150% Street List Street From To ADT Heavy Length Area Curb Ramp Corners' Dartmouth St' 99W Atlanta 8000 250 310 14880 2 78th Ave* Pfaffle 99W 8000 200 330 13200 3 72nd Ave 99W McD's Dwy 10000 400 400 20000 4 72nd Ave 217 Ramps Beveland 13000 650 900 32400 10 7585 SW 3 Hunziker St 72nd Ave Hunziker 6500 250 1000 36000 72nd Ave Fir St Varns Rd 14500 400 500 22000 7 Upper Boones 10 72nd Ave City Limits Ferry 10000 500 2600 104000 Walnut Ste 116th 122nd 9500 200 1300 52000 9 121st Ave2 Tippitt Ann PI 8000 150 1000 42000 6 Royalty Pkwy Naeve 99W 4000 80 1000 34000 6 Locust Ste Greenburg Hall 4000 80 2700 86400 14 Ventura Ct3 Barbara Alfred 800 10 1450 46400 2 74th3 Barbara Taylors Ferry 700 10 1500 42000 5 Oak St 69th 71st 600 10 820 21320 0 Sandburg SO 72nd Ave End 2000 60 1500 54000 2 96th Ave3 Murdock Sattler 800 30 900 24300 3 Kable3 98th 100th 1200 15 700 23800 4 109th Ave3 Highland Naeve 800 10 300 9600 9 Oak St Hall 90th 2000 130 1400 42000 2 Sub-Total 103. 'Street rehabilitation may be combined with separate Costco turn lane project. 2Field investigations excluding dynamic cone penetrometer testing were completed in 2014. 3Field investigations including dynamic cone penetrometer testing were completed in 2015. City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners I 2 c:\users\amie\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kif0t\tigard 2016 prop scope of work 12-3-1[.docx The City anticipates having the following construction budget(design and construction engineering services separate) available for this work. BudgetFiscal Year Construction (Construction Year) 2016-17(2016) Approximately $1,300,000 The Consultant will develop pavement rehabilitation designs and produce a bid package to complete this work and incorporate City comments as received. Typical street treatments are expected to be overlays,grind and inlays,and localized pavement repairs if needed. City Responsibilities The City will be responsible for the following: • Reduce 150%street list to 100%list for use by consultant in developing designs. • Provide a project engineer/manager who is responsible for overall project development and management and for coordination between the consultant and the City. • Establish the work scope and design parameters for each project,including the final street list and required standards. • Provide the Consultant copies of all available,relevant City utility"as-built"plans,topographical maps,reports and studies pertinent to the project. • Provide Consultant with GIS technical support including a base map based upon coordinate geometry with aerial photography and topographic contours. • Provide Consultant with the City's standard drafting frame,title block and any standards required to be followed if applicable. • Provide Consultant with digital copies of the City's standard construction specifications,details and"front end" bidding document sections. • Provide the Consultant with average daily traffic and percent heavy vehicles for each street. Collaboratively work with Consultant to determine reasonable distribution of heavy vehicle classifications. • Participate in field walk through with Consultant staff to verify pavement rehabilitation treatments. • Provide timely review and comment on drawings,bid items and quantities,and estimate submitted by Consultant to City for review and approval. • Maintain records and process consultant invoices. • Provide legal review of all contracts,bid forms, and real property. • Provide notifications as necessary to the public and business community regarding the nature and timing of the work to be completed. • Advertise and manage the bidding process for construction. • Review and approve contractor payments and any construction contract change orders. • Provide public notifications regarding construction schedule and impacts. • Perform final inspection and provide feedback for punchlist items. City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners 1 3 c:\users\amle\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kif0t\tlgard 2016 prop scope of work 12-3-15.aocx The scope of design services for the contemplated work is presented below. Task s— Project Management This effort covers the administration and coordination of the Consultant's staff, subconsultants,and the interface with the City project manager and other City staff. The effort will include the following subtasks: • Schedule,prepare for,and conduct a project kick-off meeting to review the purpose and scope of the project. • In addition to the project kickoff meeting,budget assumes two (2) additional meetings. The meetings will occur after the 50% submittal and after the 90%design submittals respectively. Consultant shall schedule and lead project meetings and prepare meeting agendas and minutes. For estimating purposes,it is assumed two (2)MSA team members will be present at each team meeting. • Coordinate submittal and review of plans,bid items and quantities, and estimate by the City at the 50%and 90%level of completion. • Process and submit monthly billings with a summary of project status by task and subtask,including a summary of invoicing from subconsultants retained for this project. • Preparation and maintenance of the overall project schedule including adding staff,subconsultants and other resources as needed to meet scheduled milestones. i-,l< a. Deliverables • Invoices (monthly) • Project Design Schedule • Meeting agendas and minutes for meetings Task z - Surveying Task 2.1 Preliminary Monument Research Since grind/inlay and overlay pavement rehabilitation has the potential to disturb existing monument,research will be completed for the 100%list(to be reduced from 150%list above) to determine which monuments may be affected. It is also possible property corners may be disturbed as part of curb ramp construction. To minimize the risk of disturbance,work will include: • Research Washington County survey records for recorded surveys,subdivision plats and road drawings that show the location of all survey monuments and property corners that have been previously set within the work limits. • Research City of Tigard Benchmark records that describe the location of any city benchmarks in the areas of construction. • Field verify presence of monuments,property corners and benchmarks. • Using the research described above,provide a markup of the approximate locations on the project plans and incorporate this information into the plans in the 90%design documents (Task 6). Task 2.2 Pre-Construction Monument Survey It is assumed the contractor will be required to preserve or install monument boxes as needed to aid in the process of re- establishing monuments and property corners. Consultant shall provide pre-construction survey services for preserving monuments,property corners and benchmarks described as follows: City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners c 4 c:\users\amie\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kif0t\tigard 2016 prop scope of work 12-3-1S.docx • Includes establishing survey control and field locating existing centerline monuments,property corners and benchmarks within the limits of construction. • Staking the location of box monuments that will be installed during construction. Task 2.3 Post-Construction Monument Survey Consultant shall provide post-construction survey services for preserving monuments,property corners and benchmarks described as follows: • Checking monument locations after construction. • Re-setting centerline monuments,property corners and benchmarks that are destroyed during construction. • Preparation and filing of a Post Construction Record-of-Survey with Washington County Surveyor's Office. • File the survey with Washington County. Tas!<. 2 Deliverables • Monument locations integrated into project plans • Filed post-construction survey with Washington County Task 3 - Utility Coordination Minor utility conflicts are anticipated for this project relative to pavement elevation changes (overlays) and curb ramp replacements. Utility adjustments during paving operations are anticipated to include valve box (gas and water) adjustments and manhole (storm,sewer and other) adjustments. Depending on each curb ramp design,above ground utility facilities may also need to be adjusted. Adjustments to City-owned facilities will be incorporated into the design. Utility coordination efforts will include: • Develop a utility contact information list and email project information letters to all utility companies involved to explain nature of the work. • Provide project preliminary plans to each utility at 50%and 90%. • Maintain a record of correspondence with utility companies. • Identify conflicts and issue conflict notices to impacted utilities. • Coordinate with private utilities to resolve utility conflicts and finalize utility relocation requirements as appropriate. Affected utilities will be responsible for developing their relocation designs. Consultant shall review each utility's relocation plans and proposed schedule,provide written comments and issue approval. asi< ne'ivf rf bleS • Utility contact list • Project information letters and conflict notices to each affected utility • Reviewed utility relocation plans with comments and recommendations Task 4 - Pavement Services The City anticipates roadway rehabilitation will generally consist of overlay and grind and inlay paving where possible. In addition,some locations may require base repair or general reconstruction. The field investigation strategy will consist of shallow subsurface explorations,dynamic cone penetrometer (DCP),ground penetrating radar (GPR) testing,and field distress surveys. Field investigations will be completed for street segments not previously investigated as indicated in Table 1. City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners 5 c:\users\amie\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kif0t\tigard 2016 prop scope of work 12-3-15.docx Information gathered during the field investigations will be used,together with the traffic data,to determine recommended rehabilitation strategies based on the AASHTO design procedure with the overall aim of minimizing grade increases and limiting overlays to 2 inches. The specific scope of services will include the following: • Attend a meeting with City staff and the City's civil engineering representative to discuss pavement design approach, options,and project team plan. • Review past City data regarding pavement construction,maintenance,and rehabilitation at each road section. • Conduct GPR tests in the outside wheel track of the main travel lanes on each street using a 2 GHz truck-mounted horn antenna. • Analyze truck-mounted GPR data and provide a plot of estimated AC thickness by pavement station. GPR data to be compared to the subsurface exploration data. • Complete up to 20 pavement cores with locations at the discretion of the engineer for the purpose of GPR comparison and pavement condition assessment. Complete cores at crack locations where possible to verify top-down or bottom-up cracking. This assumes approximately one to three cores for the majority of street sections and approximately four to five cores for the segment on 72nd Avenue with the greatest length. Cores to be terminated at the bottom of the AC. • Conduct DCP testing at each core location. Tests will be conducted through the base aggregate (if present) and into the subgrade soil to estimate the thickness and resilient modulus of the base layer as well as the resilient modulus of the subgrade. Compare the results of core sampling to the GPR data and adjust GPR results as appropriate. Provide a report summarizing the above undertakings, findings,and rehabilitation recommendations,including those from previous investigations. • Conduct field visit with City staff with report in hand for use in reviewing site specific conditions and constraints. Conduct visit after ADA compliancy review so Consultant can also inform the City on which ramps will be reconstructed. • Utilize pavement investigation data and field visit observations to develop final pavement rehabilitation recommendations and designs as part of Tasks 5, 6 and 7 below. I ask 4 Deliverables • Report summarizing field investigation results for all street segments listed in Table 1 and preliminary rehabilitation recommendations for those investigated in 2015 and 2016. Task 5 . 50% Design During this phase,Consultant will develop engineering plans which reflect typical grind and inlay and overlay treatments. The plans will establish appropriate project limits,identify the design sections and edge and longitudinal treatment details,address catch basin treatments to appropriately manage bicycle and drainage concerns,establish which curb ramps need to be modified or replaced to meet ADA requirements and identify typical traffic control. Striping plans will be deferred until the 90% stage. Plan sheet format will generally follow the same format used for the 2015 project. Specific requirements under this task include: • Complete a review of the City's existing mapping,as-builts,aerial photographs,topographic surveys and GIS information. • Integrate available base mapping into project plan sheets. • ADA compliance review: a. Obtain and review City curb ramp inventory information and incorporate data into the ADA compliancy review. b. Complete office desktop review at each street crossing within paving limits utilizing readily available aerial and streetview imagery. Determine where existing curb ramps exist and where new curb ramps are needed. City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners I 6 c:\users\lamie\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kifOt\tigard 2016 prop scope of work 12-3-1c.docx Where sidewalks do not exist,no curb ramps are required for ADA compliance. Document existing/future ramp locations and initial review findings for each ramp utilizing FHWA checklist for ADA compliancy. c. Complete follow-up field evaluation of existing curb ramps and take measurements using FHWA checklist to determine ADA compliancy. d. Make determination of where curb ramps need to be replaced and/or added to meet ADA requirements. e. Develop conceptual sketches of curb ramps with approximate limits. f. Show curb ramp replacement/retrofit locations in the 50%plans and incorporate into cost estimate. • Develop pavement treatment recommendations and incorporate treatments for each street. • Establish appropriate project limits,identify the design sections and edge and longitudinal treatment details,address catch basin treatments to appropriately manage bicycle and drainage concerns and identify signal loops (ODOT or other) which may be impacted. • Prepare a 50%level cost estimate and bid schedule in a format acceptable to the City. Consultant will divide estimate and bid schedule into multiple bid schedules as directed by the City and depending on available funding. • Prepare 50%construction plans (1" = 30'scale on half size sheets) and details as needed to clearly describe the work to be constructed. Construction plans shall,at a minimum,include civil notes, details and sections,and street improvement plans. For streets requiring more detail(arterials and some collectors),the construction plans may also include striping plans, signal detection,demolition and erosion control plans. It is assumed paving layout sheets and some details will be provided at this stage with striping layout sheets to be added at the 90%design level. Task 5 Deiiverable�, • ADA compliance documentation,as necessary • Electronic versions of the 50%plans,bid items and quantities,and cost estimate(PDF and Excel). Task 6 - go%Design The 90%design submittal shall be advanced from the 50% submittal (incorporating all review comments). Additional tasks in addition to those listed above include: • Coordinate with ODOT as needed for signal loop replacements,curb ramp replacement and other work as may be necessary on ODOT right-of-way. • No other permitting needs are anticipated. • Coordinate survey (Task 2) as needed for curb ramps to be reconstructed or added. • Refine curb ramp retrofit/replacement designs in conformance with Public Right-of-Way Accessibility Guidelines (PROWAG) and the ODOT/APWA standard drawings utilizing survey mapping. Include sufficient curb ramp layout information in project detail sheets sufficient for quantity take-off and initial field layout purposes. Curb ramp details will generally include slope direction,basic ramp dimensions,curb type and surface utility information. For estimating purposes,it is assumed up to 70 intersection corners with curb ramps will be (re)constructed (after 100% list is defined). It is assumed final ramp limits will be field verified during construction based on measurement of formwork. • Add striping sheets. Work will include field verification measurements where necessary to confirm layout with respect to GIS mapping. • Prepare front end contract documents using the City's most recent standard forms and technical specifications in ODOT/APWA format. I-ask: 6 De'iverables • Electronic versions of the complete 90%contract documents including front end documents,technical specifications, plans,bid items and quantities,and cost estimate (PDF,Word and Excel). Task 7 - Final Design City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners 7 c:\users\jamie\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kif0t\tigard 2016 prop scope of work 12-3-15.docx The final design submittal shall be advanced from the 90% submittal(incorporating all review comments). Additional tasks in addition to those listed above include: • Continue coordination with ODOT as necessary to develop a draft permit with conditions to be included in the bid documents. It is assumed the selected Contractor will sign and finalize the permit with ODOT prior to work on ODOT right-of-way. • Refine curb ramp designs as necessary based on City and ODOT feedback. Tasl< 7 Deliverables • Electronic versions of the complete contract documents including final front end documents,technical specifications, plans,bid items and quantities,and cost estimate (PDF,Word,Excel and CAD). • Provide one (1)reproducible set of construction plans. The construction plans shall include an 11"x17" (at 1" = 30� set of construction drawings and details. Task 8 - Bidding Services It is assumed the City will print,advertise and be the primary point of contact for bidder inquiries. Consultant services will include: • Assist the City as needed in responding to all bidder inquires during the bid period. • Provide necessary bid addenda to address bidder questions, as needed. Task g—Construction Phase Services The Consultant will provided construction contract administration,inspection and HMAC quality assurance testing with support from the City for public notifications and other coordination related items as needed. Construction phase services will include: • Attending a preconstruction meeting. • Reviewing requests for information,clarifications and change orders. • Review of contractor submittals, shop drawings and field testing(particularly focused on asphalt) for conformance to the design requirements of the project and in accordance with the requirements of the contract documents. Consult with and advise City as to the acceptability of substitute and"or-equal"items proposed for use by the contractor. • Construction inspection to monitor the progress and quality of the work,including preparation of construction inspection reports. Inspection time is assumed to include five visits per week,ten hours per visit over a 10 week construction period plus an additional four visits per week,eight hours per visit over a four week period during high production times. • Curb ramp layout coordination with the construction contractor to confirm ramps meet ADA compliance. Coordination is anticipated to include a pre-pour meeting,layout of demolition limits,checking of forms for every ramp location and spot checking grades after the pour. • HMAC quality assurance testing(assume two separate HMAC mix verification tests taken at the asphalt plant and two separate HMAC compaction testing days verification on newly placed HMAC • Assistance in determining if non-conforming contract work should be rejected. • Attendance at progress meetings (assume weekly for a total of two months)with contractor and City to address construction related issues. • Reviewing and making recommendations for contractor monthly progress payments (assumed four progress payments). City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners 8 c:\users\amie\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kif0t\tigard 2016 prop scope of work 12-3-15.docx • Attendance during the final inspection,preparation of a"punch list",and recommendation of final acceptance of work by the City. • Provide Record Drawings representative of the"as constructed"project. Record Drawings will be completed electronically and provided in PDF format. Preliminary Sheet List A total of 56 sheets were completed for the 2015 project. The following is the anticipated list of plan sheets based on a similar layout for the 100%list to be determined. TotalRunning Sheets Sheet Description 1 1 G-1 Vicinity Map, Sheet Index 2 1 G-2 Overlay Quantities, Legend& Notes 5 3 G-3 to G-5 Paving Details 23 18 D-1 to D-18 Curb Ramp Details 43 20 C-1 to C-20 Paving Layouts 44 1 CS-1 Striping Details 64 20 S-1 to S-20 Striping Layouts(same format as paving layout shts.) Proposed Fee Estimate MSA proposes to perform this work on a time and expenses basis with a total not to exceed amount of$269,437 including design and construction services in accordance with the attached Exhibit A. Schedule The design schedule for the 2016 bid package will accommodate an anticipated bid opening in April 2016 with anticipated NTP to the construction contractor in June 2016 and construction beginning in July 2016. City of Tigard MURRAY,SMITH&ASSOCIATES,INC. 2016 PMP December 2016 Engineers/Planners 9 c:\users\jamie\appdata\local\microsoft\windows\temporary internet files\content.outlook\143kif0t\tigard 2016 pmp scope of work 12-3-15.docx k� R 4 = 5 y an o �n oC' n sb d n^ C� Nv wo d oa'a g6» vo a "s moo. €; '3 n�Ta � � �oa� e�"ae a."¢ ��'E$F• eg" oa €E �. �3 "�ScE §" �nN�� e ec $ 3 a g � a gEE p O aaR H E� ms is - sNAxm is �� R e C Z ! 8 808 H 9 ryr o S g O R e ^9 n CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM THIS FORM MUST ACCOMPANY EVERY CONTRACT ' I Contract Title: PMP Engineering Design Services Number: C QSQS�t Contractor: Murray, Smith&Associates, Inc. Contract Total: $265.508 (1"year) Contract Overview: Engineer to provide design and inspection services for the city's PMP overlaT project. 1 year+ four 1-year options Initial Risk Level: ❑ Extreme ❑ High ® Moderate ❑Low Risk Reduction Steps: Standard insurance required. Risk Comments: Risk Signature: Contract Manager: Mike McCarthy Ezt: Department: PW Engineering Type: ❑ Purchase Agreement ❑ Personal Service ❑ General Service ❑ Public Imp- ve ent ❑ IGA ® Other: ESA Start Date: Q1101M End Date: -31 Quotes/Bids/Proposal: FIRM AMOUNT/SCORE -�?— �i co"eci / Account String: Fund-Division-Account Work Order—Activi T e Amount Year 1 - 5000-Ste=5 �'�,SC�p) Year 2 Year 3 Year 4 Year 5 Approvals - LCRB Date: December 9,2014 Department Comments: Department Signature: Purchasing Comments: b .� 1 b 'ay-P, . Purchasing Signature- City City Manager Co . � -+ -'Q4Fh 1n a City Manager Signature: - After securing all required approvals, forward original copy to the Contracting and Purchasing Oce along with a completed Contract Checklist. c. 1Soo� l ATTACHMENT C CITY OF TIGARD,OREGON ENGINEERING SERVICES AGREEMENT PAVEMENT MANAGEMENT PROGRAM ENGINEERING DESIGN AND INSPECTION SERVICES THIS AGREEMENT, made and entered into this 10''' day of December, 2014, by and between the City of Tigard, a municipal corporation, hereinafter referred to as the "City," and Murray, Smith & Associates, Inc., whose authorized representative is Gabriel Crop, and having a principal being a registered engineer of the State of Oregon,hereinafter referred to as the "Engineer." RECITALS WHEREAS, the City's 2014-2015 budget provides for engineering design and inspection services for the City's Pavement Management Program project; and WHEREAS, the accomplishment of the work and services described in this Agreement is necessary and essential to the public works improvement program of the City; and WHEREAS, the City desires to engage the Engineer to render professional engineering services for the project described in this Agreement, and the Engineer is willing and qualified to perform such services; i THEREFORE, in consideration of the promises and covenants contained herein, the parties hereby agree as follows: 1. Engineer's Scope of Services The Engineer shall perform professional engineering services relevant to the Project in accordance with the terms and conditions set forth herein, and as provided in Exhibit A, which is attached I, hereto and by this reference made a part of this Agreement. 2. Effective Date and Duration This agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended, upon completion of the work or December 31, 2015, whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. The City and Consultant may agree on four (4) additional one-year extensions to this Agreement with 60 days written notice before any termination date. 3. Engineer's Fee A. Basic Fee 1) As compensation for Basic Services as described in Exhibit A of this Agreement, and for services required in the fulfillment of Paragraph 1, the Engineer shall be paid on an hourly rate based upon the Rates detailed in Exhibit B of this agreement,which shall constitute full and complete payment for said services and all expenditures which may be made and expenses incurred, except as otherwise expressly provided in this Agreement. The Basic Fee in the first year of this contract shall not exceed the amount of Two Hundred Sixty Five Thousand Five Hundred Eight and No/100 Dollars ($265,508.00) without prior written authorization. The not to exceed for any option year shall be agreed upon between the Parties prior to any work under the extension. 2) The parties hereto do expressly agree that the Basic Fee is based upon the Scope of Services to be provided by the Engineer and is not necessarily related to the estimated construction cost of the Project. In the event that the actual construction cost differs from the estimated construction cost, the Engineer's compensation will not be adjusted unless the Scope of Services to be provided by the Engineer changes and is authorized and accepted by the City. B. Payment Schedule for Basic Fee Payments shall be made upon receipt of billings based on the work completed. Billings shall be submitted by the Engineer periodically, but not more frequently than monthly. Payment by the City shall release the City from any further obligation for payment to the engineer for service or services performed or expenses incurred as of the date of the statement of services. Payment shall be made only for work actually completed as of the date of invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Payment for Special Services Only when directed in writing by the City, the Engineer shall furnish or acquire for the City the professional and technical services based on the hourly rate schedule as described in Exhibit 1 of this contract for minor project additions and/or alterations. D. Certified Cost Records The Engineer shall furnish certified cost records for all billings pertaining to other than lump sum fees to substantiate all charges. For such purposes, the books of account of the Engineer shall be subject to audit by the City. The Engineer shall complete work and cost records for all billings on such forms and in such manner as will be satisfactory to the City. E. Contract Identification The Engineer shall furnish to the City its employer identification number, as designated by the Internal Revenue Service, or social security number, as the City deems applicable. F. Payment—General 1) Engineer shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 2) Engineer shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. 3) Engineer shall 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 Engineer or all sums which Engineer agrees to pay for such services and all moneys and sums which Engineer collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. 4) The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract. 5) Engineer shall make payments promptly, as due, to all persons supplying services or materials for work covered under this contract. Engineer shall not permit any lien or claim to be filed or prosecuted against the City on any account of any service or materials furnished. 2 1 Page 6) If Engineer fails, neglects or refuses to make prompt payment of any claim for labor, materials, or services furnished to Engineer, sub-consultant or subcontractor by any person as such claim becomes due, City may pay such claim and charge the amount of the payment against funds due or to become due to the Engineer. The payment of the claim in this manner shall not relieve Engineer or their surety from obligation with respect to any unpaid claims. 4. Ownership of Plans and Documents: Records A. The field notes, design notes, and original drawings of the construction plans, as instruments of service, are and shall remain, the property of the Engineer; however, the City shall be furnished, at no additional cost, one set of previously approved reproducible drawings, on 3 mil minimum thickness mylar as well as diskette in "DWG" or "DXF" format, of the original drawings of the work. The City shall have unlimited authority to use the materials received from the Engineer in any way the City deems necessary. B. The City shall make copies, for the use of and without cost to the Engineer, of all of its maps, records, laboratory tests, or other data pertinent to the work to be performed by the Engineer pursuant to this Agreement, and also make available any other maps, records, or other materials available to the City from any other public agency or body. C. The Engineer shall furnish to the City, copies of all maps, records, field notes, and soil tests which were developed in the course of work for the City and for which compensation has been received by the Engineer at no additional expense to the City except as provided elsewhere in this Agreement. 5. Assignment/Delegation Neither parry shall assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment shall be of any force or effect whatsoever unless and until the other parry has so consented. If City agrees to assignment of tasks to a subcontract,Engineer shall be fully responsible for the acts or omissions of any subcontractors and of all persons employed by them, and neither the approval by City of any subcontractor nor anything contained herein shall be deemed to create any contractual relation between the subcontractor and City. 6. Engineer is Independent Contractor A. The City's project director, or designee, shall be responsible for determining whether Engineer's work product is satisfactory and consistent with this agreement, but Engineer is not subject to the direction and control of the City. Engineer shall be an independent contractor for all purposes and shall be entitled to no compensation other than the compensation provided for under Section 3 of this Agreement. B. Engineer is an independent contractor and not an employee of City. Engineer acknowledges Engineer's status as an independent contractor and acknowledges that Engineer is not an employee of the City for purposes of workers compensation law, public employee benefits law, or any other law. All persons retained by Engineer to provide services under this contract are employees of Engineer and not of City. Engineer acknowledges that it is not entitled to benefits of any kind to which a City employee is entitled and that it shall be solely responsible for workers compensation coverage for its employees and all other payments and taxes required by law. Furthermore, in the event that Engineer is found by a court of law or an administrative agency to be an employee of the City for any purpose, City shall be entitled to offset 31Page compensation due, or to demand repayment of any amounts paid to Engineer under the terms of the agreement, to the full extent of any benefits or other remuneration Engineer 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 Engineer or to a third party) as a result of said finding. C. The undersigned Engineer 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 the Engineer, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. D. If this payment is to be charged against Federal funds, Engineer certifies that he/she is not currently employed by the Federal Government and the amount charged does not exceed his/her normal charge for the type of service provided. I E. Engineer 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. Engineer shall 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 30th of the current year will pay a pro-rated fee though the end of the calendar year. G. Engineer is not an officer, employee, or agent of the City as those terms are used in ORS 30.265. 7. Indemnity A. The City has relied upon the professional ability and training of the Engineer as a material inducement to enter into this Agreement. Engineer represents to the City that the work under this contract will be performed in accordance with the professional standards of skill and care ordinarily exercised by members of the engineering profession under similar conditions and circumstances as well as the requirements of applicable federal, state and local laws, it being understood that acceptance of an Engineer's work by the City shall not operate as a waiver or release. Acceptance of documents by City does not relieve Engineer of any responsibility for design deficiencies, errors or omissions. B. Claims for other than Professional Liability. Engineer agrees and shall 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 Engineer or its subcontractors, sub-consultants, agents or employees in performance of this contract 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 shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. C. Claims for Professional Liability. Engineer agrees and shall 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, arising out of the professional negligent acts, errors or omissions of Engineer or its subcontractors, sub- consultants, agents or employees in performance of professional services under this agreement. 4 1 Page Any work by Engineer that results in a design of a facility that is not readily accessible to and usable by individuals with disabilities shall be considered a professionally negligent act, error or omission. D. As used in subsections B and C of this section, a claim for professional responsibility is a claim made against the City in which the City's alleged liability results directly or indirectly,in whole or in part, from the quality of the professional services provided by Engineer, regardless of the type of claim made against the City in performance of this contract. A claim for other than professional responsibility is a claim made against the City in which the City's alleged liability results from an act or omission by Engineer unrelated to the quality of professional services provided by Engineer in performance of this contract. 8. Insurance Engineer and its subcontractors shall maintain insurance acceptable to City in full force and effect ! throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Engineer's activities or work hereunder, including the operations of its subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Engineer and its subcontractors shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Engineer shall obtain, at Engineer's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract The following insurance will be carried: Coverage Limit General Aggregate $3,000,000 Products-Completed Operations Aggregate $2,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage (Any one fire) $50,000 B. Professional Liability Engineer shall obtain, at Engineer's expense, and keep in effect during the term of this contract, Professional Liability Insurance covering any damages caused by an error, omission or any negligent acts. Combined single limit per claim shall not be less than $2,000,000, or the equivalent. Annual aggregate limit shall not be less than$3,000,000 and filed on a"claims-made" form. j C. Commercial Automobile Insurance Engineer shall also obtain,at Engineer's expense, and keep in effect during the term of the contract (Symbol 1 or Symbols 8 and 9 as applicable) Commercial Automobile Liability coverage on an "occurrence" form including coverage for all owned, hired, and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than $2,000,000. If Contractor operates a personally-owned vehicle for business use under this contract, the Contractor shall obtain, at Contractor's expense, and keep in effect during the term of the contract, 5 1 Page business automobile liability coverage for all owned vehicles on an "occurrence" form. The Combined Single Limit per occurrence shall not be less than$2,000,000. D. Workers'Compensation Insurance The Engineer,its subcontractors,if any, and all employers providing work,labor or materials under this Contract are subject employers under the Oregon Workers' Compensation Law and shall 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. Engineers who perform work without the assistance or labor of any employee need not obtain such coverage. This shall include Employer's Liability Insurance with coverage limits of not less than$1,000,000 each accident. E. Additional Insured Provision All policies aforementioned, other than Workers' Compensation and Professional Liability, shall include the City its officers, employees, agents and representatives as additional insureds with respect to this contract. Coverage will be endorsed to provide a"per project"aggregate. j F. Extended Reporting Coverage If any of the aforementioned liability insurance is arranged on a "claims-made" basis, Extended Reporting coverage will be required at the completion of this contract to a duration of 24 months or the maximum time period the Engineer's insurer will provide such if less than 24 months. Engineer will be responsible for furnishing certification of Extended Reporting coverage as described or continuous "claims-made" liability coverage for 24 months following contract completion. Continuous "claims-made" coverage will be acceptable in lieu of Extended Reporting coverage, provided its retroactive date is on or before the effective date of this contract. Coverage will be endorsed to provide a"per project"aggregate. G. Insurance Carrier Rating Coverage provided by the Engineer 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 carriers)with an unacceptable financial rating. H. 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 the Contractor is self-insured for commercial general liability or automobile liability insurance the Contractor must provide evidence of such self-insurance. The 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. I. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Engineer shall furnish a Certificate of Insurance to the City. No contract shall be 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 contract and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the address below prior to coverage expiration. 61Page J. Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer,employee or agent of the City as those terms are used in ORS 30.265. K. Primary Coverage Clarification The parties agree that Engineer's coverage shall be 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. L. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability and commercial automobile policies required by this contract A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: i City of Tigard Attn: Contracts and Purchasing Office 13125 SW Hall Blvd Tigard, Oregon 97223 At the discretion of the City, a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance shall not be construed to limit Engineer's liability hereunder. Notwithstanding said insurance,Engineer shall be obligated for the total amount of any damage,injury, or loss caused by negligence or neglect connected with this contract. 9. Termination Without Cause At any time and without cause, City shall have the right in its sole discretion, to terminate this Agreement by giving notice to Engineer. If City terminates the contract pursuant to this paragraph,it shall pay Engineer for services rendered to the date of termination. 10. Termination With Cause A. City may terminate this Agreement effective upon delivery of written notice to Engineer, 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 Engineer, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied, revoked, or not renewed. 71Page 4) If Engineer becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Engineer, if a receiver or trustee is appointed for Engineer, or if there is an assignment for the benefit of creditors of Engineer. Any such termination of this agreement under paragraph (A) shall be without prejudice to any obligations or liabilities of either parry already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Engineer, may terminate the whole or any part of this Agreement: 1) If Engineer fails to provide services called for by this agreement within the time specified herein or any extension thereof, or 2) If Engineer fails to perform any of the other provisions of this Agreement, or so 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 days or such other period as City may authorize. 3) If Engineer fails to eliminate a conflict as described in Section 14 of this agreement. The rights and remedies of City provided in the above clause related to defaults (including breach of contract) by Engineer shall not be 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), Engineer shall be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred, an amount which bears the same ratio to the total fees specified in this Agreement as the services satisfactorily rendered by Engineer bear to the total services otherwise required to be performed for such total fee; provided, that there shall be deducted from such amount the amount of damages, if any, sustained by City due to breach of contract by Engineer. Damages for breach of contract shall be those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 11. Non-Waiver The failure of City to insist upon or enforce strict performance by Engineer 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. 12. Method and Place of Giving Notice, Submitting Bills and Malang Payments All notices,bills and payments shall 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 shall be used to transmit notices,bills,payments,and other information: CITY OF TIGARD MURRAY, SMITH&ASSOCIATES Attn: Mike McCarthy, Sr. Project Engineer Attn: Gabriel Crop Address: 13125 SW Hall Blvd. Address: 121 SW Salmon, Suite 900 Tigard, Oregon 97223 Portland, Oregon 97204-2919 Phone: (503) 718-2462 Phone: (503) 225-9010 Fax: (503) 624-0752 Fax: ( ) Email: mikem(a tigard-or.gov Email: gabe.cropgmsa-ep.com and when so addressed, shall be deemed given upon deposit in the United States mail,postage prepaid, or when so faxed, shall be deemed given upon successful fax. In all other instances, notices, bills and 81Pag payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills and payments are to be given by giving written notice pursuant to this paragraph. 13. Merger 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 shall be effective unless and until it is made in writing and signed by both parties. 14. Professional Services The City requires that services provided pursuant to this agreement shall be provided to the City by an Engineer, which does not represent clients on matters contrary to City interests. Further, Engineer shall not engage services of an engineer and/or other professional who individually, or through members of his/her same firm,represents clients on matters contrary to City interests. Should the Engineer represent clients on matters contrary to City interests or engage the services of an engineer and/or other professional who individually, or through members of his/her same firm, represents clients on matters contrary to City interests,Engineer shall consult with the appropriate City representative regarding the conflict. After such consultation, the Engineer shall have seven (7) days to eliminate the conflict to the satisfaction of the City. If such conflict is not eliminated within the specified time period, the agreement may be terminated pursuant to Section 10 (B - 3) of this agreement. 15. Force Majeure Neither City nor Engineer shall 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 shall within ten days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall, however, make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 16. Non-Discrimination Engineer agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Engineer also shall comply with the Americans with Disabilities Act of 1990, ORS 659A.142, and all regulations and administrative rules established pursuant to those laws. 17. Errors Engineer shall 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. 18. Extra (Changes)Work Only the City's Project Manager may authorize extra (and/or change) work. Failure of Engineer to secure authorization for extra work shall constitute a waiver of all right to adjustment in the contract 91Page price or contract time due to such unauthorized extra work and Engineer thereafter shall be entitled to no compensation whatsoever for the performance of such work. 19. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any question arising under this Agreement must be brought in the appropriate court of the State of Oregon. 20. Compliance With Applicable Law Engineer shall comply with all federal, state, and local laws and ordinances applicable to the work under this Agreement,including those set forth in ORS 279A,279B,and 279C. 21. Conflict Between Terms It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said pro posal conflicting herewith. 22. Access to Records City shall have access to such books, documents, papers and records of Engineer as are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts. 23. Audit Engineer shall maintain records to assure conformance with the terms and conditions of this Agreement, and to assure adequate performance and accurate expenditures within the contract period. Engineer agrees to permit City, the State of Oregon, the federal government, or their duly authorized representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 24. 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 shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 25. Industrial Accident Fund Payment Engineer shall pay any and all contributions or amount due the Industrial Accident Fund form that Engineer or subcontractors incur during the performance of this Agreement. 26. Complete Agreement This Agreement, including the exhibits, is intended both as a final expression of the Agreement between the Parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibits, the provision in the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and Exhibit B,Exhibit A shall control. No waiver, consent, modification, or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. 10 1 Page Engineer, by the signature of its authorized representative, hereby acknowledges that he/she has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Engineer has executed this Agreement on the date hereinabove first written. Contract was awarded by Tigard's Local Contract Review Board at their meeting on December 9, 2014. CITY OF TIGARD MU , ITH&ASSOCIATES By: Marty Wine, City anager By: A o' zed Contractor Representative �% k� Date Date 11 Page EXHIBIT A SCOPE OF SERVICES PROJECT DESCRIPTION This project will include the design and construction of streets identified for pavement rehabilitation in 2015. Street segments being considered for pavement rehabilitation are listed below in Table 1. This list represents the "200%" list relative to available funding. Streets are generally in order of priority based on current information. It is expected that this list will be reduced to fit available funding. KEY ASSUMPTIONS: • Geotechnical information will be developed for the 200% list shown below. • Project designs will be developed only for the reduced 100% list (currently assumed to be Old Gaarde through Summercrest Drive). ' • Total curb ramps to be evaluated and (re)constructed will be approximately 115 based on the anticipated 100%list. • Curb ramps designs will be developed to approximate total footprint for bidding purposes. Final layout will be coordinated in the field with the contractor to meet the public right of way accessibility guidelines. TABLE 1:200%STREET LIST - O O HEAVY LL G RAMP Gaarde (Old) Gaarde Hwy 99W 2,500 30 450 16200 2 North Dakota Gallo Springwood 2,600 30 4,000 120000 35 115th 50's of N. Cottonwood 1,600 10 900 51200 6 92nd Ave Durham Waverly 3,000 60 1,500 66000 8 Nimbus Ave Scholls Ferry End 3,000 60 1,150 55200 2 72nd Ave 217 Ramps Beveland 1,3000 650 900 32400 6 Dartmouth St 99W Atlanta 8,000 250 310 14880 1 78th Ave Pfaffle 99W 8,000 200 330 13200 2 72nd Ave 99W McD's Dwy 10,000 400 400 20000 2 Walnut St 99W Tiedman 9,000 200 3,000 108000 14 Springwood East of 121st Scholls Ferry 1,200 12 2,400 76800 21 Summercrest Tigard Dr North Dakota 900 10 2,100 63000 10 Ventura Ct Barbara Alfred 800 10 1,450 46400 2 74th Barbara Taylors Ferry 700 10 1,500 42000 5 Landmark Ln 72nd Ave End 600 60 700 26600 1 96th Ave Murdock Sattler 800 30 900 24300 3 Kable 98th 100th 1,200 15 700 23800 4 12 Page HEAVY LENGT CURB RAMP 109th Ave Highland Naeve 800 10 300 9600 6 Fanno Creek Bonita 80th 1,000 12 1,200 38400 6 Grant Ave Walnut McKenzie 1,500 20 450 14400 1 Grant Ave Johnson Tigard 2,200 20 1,100 37400 1 Oak St Hall 90th 2,000 30 1,400 42000 2 Oak St 69th 71st 600 10 820 21320 0 Brookside Dr Walnut Johnson 500 5 950 30400 3 Frewing St Ash Ave O'Mara 400 4 2,000 18000 0 Grant Ave Park St School St 400 4 700 21000 3 Sub-Total , ,032 50 The City anticipates having the following construction budget (design and construction engineering services separate) available for this work. Fiscal Year Construction Budget - Construction Year 2015-16 (2015) Approximately$1,300,000 The Consultant will develop pavement rehabilitation designs and produce a bid package to complete this work and incorporate City comments as received. Typical street treatments are expected to be overlays, grind and inlays, and localized pavement repairs if needed. CITY RESPONSIBILITIES The City will be responsible for the following: • Reduce 200% street list to 100%list for use by consultant in developing designs. • Provide a project engineer/manager who is responsible for overall project development and management and for coordination between the consultant and the City. • Establish the work scope and design parameters for each project, including the final street list and required standards. • Provide the Consultant copies of all available, relevant City utility "as-built" plans, topographical maps, reports and studies pertinent to the project. • Provide Consultant with GIS technical support including a base map based upon coordinate geometry with aerial photography and topographic contours. • Provide Consultant with the City's standard drafting frame, title block and any standards required to be followed if applicable. • Provide Consultant with digital copies of the City's standard construction specifications, details and "front end"bidding document sections. 13 1 Page • Provide the Consultant with average daily traffic and percent heavy vehicles for each street. Collaboratively work with Consultant to determine reasonable distribution of heavy vehicle classifications. • Participate in field walk through with Consultant staff to verify pavement rehabilitation treatments. • Provide timely review and comment on drawings, bid items and quantities, and estimate submitted by Consultant to City-for review and approval. • Maintain records and process consultant invoices. • Provide legal review of all contracts,bid forms, and real property. • Provide notifications as necessary to the public and business community regarding the nature and timing of the work to be completed. • Advertise and manage the bidding process for construction. • Review and approve contractor payments and any construction contract change orders. • Provide public notifications regarding construction schedule and impacts. • Perform final inspection and provide feedback for punchlist items. PROPOSED SCOPE OF SERVICES The scope of design services for the contemplated work is presented below. Task 1—Project Management This effort covers the administration and coordination of the Consultant's staff, subconsultants, and the interface with the City project manager and other City staff. The effort will include the following subtasks: • Schedule, prepare for, and conduct a project kick-off meeting to review the purpose and scope of the project. • In addition to the project kickoff meeting, budget assumes two (2) additional meetings. The meetings will occur after the 50% submittal and after the 90% design submittals respectively. Consultant shall schedule and lead project meetings and prepare meeting agendas and minutes. For estimating purposes, it is assumed two (2) Consultant team members will be present at each team meeting. • Coordinate submittal and review of plans, bid items and quantities, and estimate by the City at the 50% and 90%level of completion. • Process and submit monthly billings with a summary of project status by task and subtask, including a summary of invoicing from subconsultants retained for this project. • Preparation and maintenance of the overall project schedule including adding staff, subconsultants and other resources as needed to meet scheduled milestones. Task 1 Deliverables • Invoices (monthly) • Project Design Schedule • Meeting agendas and minutes for meetings Task 2- Surveying Task 2.1 Preliminary Monument Research Since grind/inlay and overlay pavement rehabilitation has the potential to disturb existing monument, research will be completed to determine which monuments may be affected. It is also possible property corners may be disturbed as part of curb ramp construction. To minimize the risk of disturbance,work will include: 14 1 Page • Research Washington County survey records for recorded surveys, subdivision plats and road drawings that show the location of all survey monuments and property corners that have been previously set within the work limits. j • Research City of Tigard Benchmark records that describe the location of any city benchmarks in the areas of construction. • Field verify presence of monuments,property corners and benchmarks. • Using the research described above, provide a markup of the approximate locations on the project plans and incorporate this information into the plans in the 90% design documents (Task 6). Task 2.2 Pre-Construction Monument Survey It is assumed the contractor will be required to preserve or install monument boxes as needed to aid in the process of re-establishing monuments and property corners. Consultant shall provide pre-construction survey services for preserving monuments,property corners and benchmarks described as follows: i • Includes establishing survey control and field locating existing centerline monuments, property corners and benchmarks within the limits of construction. • Staking the location of box monuments that will be installed during construction. Task 2.3 Post-Construction Monument Survey Consultant shall provide post-construction survey services for preserving monuments, property corners and benchmarks described as follows: • Checking monument locations after construction. � • Re-setting centerline monuments, property corners and benchmarks that are destroyed during construction. • Preparation and filing of a Post Construction Record-of-Survey with Washington County Surveyor's Office. • File the survey with Washington County. Task 2 Deliverables • Monument locations integrated into project plans • Filed post-construction survey with Washington County Task 3 -Utility Coordination Minor utility conflicts are anticipated for this project relative to pavement elevation changes (overlays) and curb ramp replacements. Utility adjustments during paving operations are anticipated to include valve box (gas and water) adjustments and manhole (storm, sewer and other) adjustments. Depending on each curb ramp design, above ground utility facilities may also need to be adjusted. Adjustments to City-owned facilities will be incorporated into the design. Utility coordination efforts will include: • Develop a utility contact information list and email project information letters to all utility companies involved to explain nature of the work. • Provide project preliminary plans to each utility at 50% and 90%. • Maintain a record of correspondence with utility companies. • Identify conflicts and issue conflict notices to impacted utilities. • Coordinate with private utilities to resolve utility conflicts and finalize utility relocation requirements as appropriate. Affected utilities will be responsible for developing their relocation designs. Consultant 15 1 Page shall review each utility's relocation plans and proposed schedule, provide written comments and issue approval. Task 3 Deliverables • Utility contact list • Project information letters and conflict notices to each affected utility • Reviewed utility relocation plans with comments and recommendations Task 4 -Pavement Services The City anticipates roadway rehabilitation will generally consist of overlay and grind and inlay paving where possible. In addition, some locations may require base repair or general reconstruction. The field investigation strategy will consist of shallow subsurface explorations, dynamic cone penetrometer (DCP), ground penetrating radar (GPR) testing, and field distress surveys. Information gathered during the field investigations will be used,together with the traffic data, to determine recommended rehabilitation strategies based on the AASHTO design procedure with the overall aim of minimizing grade increases and limiting overlays to 2 inches. The specific scope of services will include the following: • Attend a meeting with City staff and the City's civil engineering representative to discuss pavement design approach, options, and project team plan. • Review past City data regarding pavement construction, maintenance, and rehabilitation at each road section. • Conduct GPR tests in the outside wheel track of the main travel lanes on each street using a 2 GHz truck-mounted horn antenna. • Analyze truck-mounted GPR data and provide a plot of estimated AC thickness by pavement station. GPR data to be compared to the subsurface exploration data. • Complete up to 64 pavement cores with locations at the discretion of the engineer for the purpose of GPR comparison and pavement condition assessment. Complete cores at crack locations where possible to verify top-down or bottom-up cracking. This assumes approximately one to three cores for the majority of street sections listed above and approximately 4 to 8 cores for the four segments with the greatest lengths. Cores to be terminated at the bottom of the AC. • Conduct DCP testing at each core location. Tests will be conducted through the base aggregate (if present) and into the subgrade soil to estimate the thickness and resilient modulus of the base layer as well as the resilient modulus of the subgrade. • Compare the results of core sampling to the GPR data and adjust GPR results as appropriate. • Provide a report summarizing the above undertakings, findings, and rehabilitation recommendations. • Conduct field visit with City staff with report in hand for use in reviewing site specific conditions and constraints. Conduct visit after ADA compliancy review so Consultant can also inform the City on which ramps will be reconstructed. • Utilize pavement investigation data and field visit observations to develop final pavement rehabilitation recommendations and designs as part'of Tasks 5, 6 and 7 below. Task 4 Deliverables • Report summarizing field investigation results and preliminary rehabilitation recommendations. Task 5 - 50%Design During this phase, Consultant will develop engineering plans which reflect typical grind and inlay and overlay treatments. The plans will establish appropriate project limits, identify the design sections and edge and longitudinal treatment details, address catch basin treatments to appropriately manage bicycle and �I 16 1 Page drainage concerns, establish which curb ramps need to be modified or replaced to meet ADA requirements and identify typical traffic control. Striping plans will be deferred until the 90% stage. Plan sheet format will generally follow the same format used for the 2014 project. Specific requirements under this task include: • Complete a review of the City's existing mapping, as-builts, aerial photographs, topographic surveys and GIS information. • Integrate available base mapping into project plan sheets. • ADA compliance review: a. Obtain and review City curb ramp inventory information and incorporate data into the ADA compliancy review. b. Complete office desktop review at each street crossing within paving limits utilizing readily available aerial and streetview imagery. Determine where existing curb ramps exist and where new curb ramps are needed. Where sidewalks do not exist, no curb ramps are required for ADA compliance. Document existing/future ramp locations and initial review findings for each ramp utilizing FHWA j checklist for ADA compliancy. c. Complete follow-up field evaluation of existing curb ramps and take measurements using FHWA checklist to determine ADA compliancy. d. Make determination of where curb ramps need to be replaced and/or added to meet ADA requirements. e. Develop conceptual sketches of curb ramps with approximate limits. j f. Show curb ramp replacement/retrofit locations in the 50%plans and incorporate into cost estimate. • Develop pavement treatment recommendations and incorporate treatments for each street. • Establish appropriate project limits, identify the design sections and edge and longitudinal treatment details, address catch basin treatments to appropriately manage bicycle and drainage concerns and identify signal loops (ODOT or other)which may be impacted. • Prepare a 50% level cost estimate and bid schedule in a format acceptable to the City. Consultant will divide estimate and bid schedule into multiple bid schedules as directed by the City and depending on available funding. • Prepare 50% construction plans (1" = 30' scale on half size sheets) and details as needed to clearly describe the work to be constructed. Construction plans shall, at a minimum,include civil notes, details and sections, and street improvement plans. For streets requiring more detail (arterials and some collectors), the construction plans may also include striping plans, signal detection, demolition and erosion control plans. It is assumed paving layout sheets and some details will be provided at this stage with striping layout sheets to be added at the 90% design level. Task 5 Deliverables • ADA compliance documentation, as necessary • Electronic versions of the 50%plans,bid items and quantities, and cost estimate (PDF and Excel). Task 6 - 90% Design The 90% design submittal shall be advanced from the 50% submittal (incorporating all review comments). Additional tasks in addition to those listed above include: • Coordinate with ODOT as needed for signal loop replacements, curb ramp replacement and other work as may be necessary on ODOT right-of-way. • No other permitting needs are anticipated. 17 1 Page • Coordinate survey (Task 2) as needed for curb ramps to be reconstructed or added. • Refine curb ramp retrofit/replacement designs in conformance with Public Right-of-Way Accessibility Guidelines (PROWAG) and the ODOT/APWA standard drawings utilizing survey mapping. Include sufficient curb ramp layout information in project detail sheets sufficient for quantity take-off and initial field layout purposes. Curb ramp details will generally include slope direction, basic ramp dimensions, curb type and surface utility information. For estimating purposes, it is assumed up to 109 intersection corners with curb ramps will be (re)constructed. It is assumed final ramp limits will be field verified during construction based on measurement of formwork. • Prepare front end contract documents using the City's most recent standard forms and technical specifications in ODOT/APWA format. Task 6 Deliverables • Electronic versions of the complete 90% contract documents including front end documents, technical specifications,plans,bid items and quantities, and cost estimate (PDF,Word and Excel). Task 7 -Final Design The final design submittal shall be advanced from the 90% submittal (incorporating all review comments). Additional tasks in addition to those listed above include: • Continue coordination with ODOT as necessary to develop a draft permit with conditions to be included in the bid documents. It is assumed the selected Contractor will sign and finalize the permit with ODOT prior to work on ODOT right-of-way. • Refine curb ramp designs as necessary based on City and ODOT feedback. Task 7 Deliverables • Electronic versions of the complete contract documents including final front end documents, technical specifications, plans,bid items and quantities, and cost estimate (PDF,Word, Excel and CAD). • Provide one (1) reproducible set of construction plans. The construction plans shall include an 11"x17" (at 1" = 30� set of construction drawings and details. Task 8 -Bidding Services It is assumed the City will print, advertise and be the primary point of contact for bidder inquiries. Consultant services will include: • Assist the City as needed in responding to all bidder inquires during the bid period. • Provide necessary bid addenda to address bidder questions, as needed. Task 9—Construction Phase Services The Consultant shall provide construction contract administration, inspection and HMAC quality assurance testing with support from the City for public notifications and other coordination related items as needed. Construction phase services will include: • Attending a preconstruction meeting. • Reviewing requests for information, clarifications and change orders. • Review of contractor submittals, shop drawings and field testing (particularly focused on asphalt) for conformance to the design requirements of the project and in accordance with the requirements of the contract documents. Consult with and advise City as to the acceptability of substitute and "or-equal" items proposed for use by the contractor. 18 1 Page • Construction inspection to monitor the progress and quality of the work, including preparation of construction inspection reports. Inspection time is assumed to include five visits per week, ten hours per visit over a 10 week construction period plus an additional four visits per week, eight hours per visit over a four week period during high production times. • Curb ramp layout coordination with the construction contractor to confirm ramps meet ADA compliance. Coordination is anticipated to include a pre-pour meeting, layout of demolition limits, checking of forms for every ramp location and spot checking grades after the pour. • HMAC quality assurance testing (assume two separate HMAC mix verification tests taken at the asphalt plant and two separate HMAC compaction testing days verification on newly placed HMAC • Assistance in determining if non-conforming contract work should be rejected. • Attendance at progress meetings (assume weekly for a total of two months) with contractor and City to address construction related issues. • Reviewing and making recommendations for contractor monthly progress payments (assumed four progress payments). • Attendance during the final inspection, preparation of a "punch list", and recommendation of final acceptance of work by the City. • Provide Record Drawings representative of the "as constructed" project. Record Drawings will be completed electronically and provided in PDF format. PRELIMINARY SHEET LIST The following is the anticipated list of plan sheets based on an assumed 100%list: gIn- he e eet r.- er 1 1 Cover Vicinity Map, Sheet Index 2 1 C-1 Overlay Quantities,Legend&Notes 3-5 3 C-2 to C-4 Paving Details 6-33 28 C-5 to C-32 Curb Ramp Details 1 Paving Layout- Gaarde (Old) 5 Paving Layout-North Dakota 2 Paving Layout- 115th 2 Paving Layout—92nd Ave 2 Paving Layout—Nimbus Ave 34-60 2 L-1 to L-27 Paving Layout- 72nd Ave 1 Paving Layout- Dartmouth St 1 Paving Layout—78th Ave 1 Paving Layout—72nd Ave 4 Paving Layout-Walnut St 3 Paving Layout- Springwood Dr 19 Pa �, �� 3 Paving Layout-Summercrest Dr 61-65 CS-1 to CS-5 Striping Details 67-92 S-1 to S-27 Striping Layout (same format as paving layout sheets.) 20 1 Page EXHIBIT B ENGINEER'S PROPOSAL 211 Page 2 ;ge p p� �' � �• R rr �e rc VED� n 9�m bf nn OS"� nn n0 VS LEe ®fig^� g®�a�o e�g�g�a3 F se€� babes �EpppS���. ti � �.® �6 2r �9� H�0•g3 pp @�^�,6"� p `'i' S® � pp G ti �66b6nn g 7j�� E�:�q a i 4 � 3 �G�� �" ��P>5�5' �g` � i+�' 5•�'°,�a't° LG FnecSa h B �e �E � 6€b � a' �o� �� �� ��� �V�e•� A3. ��OacB ��Qw ye'8'N�°a �a,p3pC L c g s�oE � 6 �6 a E'k e. •ESE �g y y y e E e E a�cm I H H n � n+ 7 3 � Q n� >� *l%t Un9WmN eraW _ s=�smo s��m E 0 c am> 1.WF 4tZp �u S>Q6 1 m x — _v "� D MSA 2014 SCHEDULE OF CHARGES Personnel: Labor will be invoiced by staff classification at the following hourly rates, which are valid from January 1, 2014 to December 31, 2014. After this period,the rates are subject to adjustment. Principal Engineer VI $210.00 Principal Engineer V 202.00 Principal Engineer IV 194.00 Principal Engineer III 186.00 Principal Engineer II 180.00 Principal Engineer 1 172.00 Professional Engineer IX 164.00 Professional Engineer VIII 156.00 Professional Engineer VII 148.00 Professional Engineer VI 140.00 Professional Engineer V 132.00 Professional Engineer IV 125.00 Engineering Designer IV 125.00 Professional Engineer III 117.00 Engineering Designer III 117.00 Engineering Designer II 108.00 Engineering Designer 1 99.00 Technician IV 120.00 Technician III 107.00 Technician II 93.00 Technician 1 79.00 Administrative III 85.00 Administrative II 79.00 Administrative I 69.00 Project Expenses: Expenses incurred in-house that are directly attributable to the project will be invoiced at actual cost. These expenses include the following: Computer Aided Design and Drafting $16.00/hour Mileage Current IRS Rate Communications Charge 1%of Invoiced Labor Postage and Delivery Services At Cost Printing and Reproduction At Cost Travel, Lodging and Subsistence At Cost Outside Services: Outside technical,professional and other services will be invoiced at actual cost plus 10 percent to cover administration and overhead. Portland MURRAY, SMITH&ASSOCIATES,INC. 2014 Engineers/Planners