Loading...
OBEC Consulting Engineers ~ C170021 Ctty of Tigard CONTRACT CHANGE ORDER/ 13125.SW Hall Blvd s Tigard,Oregon 223 AMENDMENT #1 SUMMARY -4171 Phone- (503) 639 FIELD CHANGE ORDER FORM Fax- (503) 684-7297 u-au tl mrd-oiov Project Title:Tiedeman Re-Alignment of Fanno Project Manager: Carla Staedter Greenway Trail Including a Pedestrian Bridge, Boardwalk, and Trail Design OBEC Consulting Engineers Ori ' al Contract#: C170021 Effective Dates: 9/28/16—6/30/19 Chan- e Order/Amendment Amount: $5,824 Accounting String: 420-8000-56005-92051 Amendment Percentage Running Total: 2.5% AMENDMENT DETAILS Add Dynamic Pile Testing Services CHANGE ORDER DETAILS UNIT- QTY UNTT$ 'TOTAL$ Original Contract 229,000 Amendment#1 —change in date only Amendment#2—Specialized Testing 5,824 TOTAL CONTRACT 234,824 REASONING FOR CHANGE ORDER/AMENDMENT This specialized testing is required to ensure bridge piles meetspecifications. BUDGET IMPACT AND REQUIRED ACTIONS REQ T NG PROJE T MANAGER APPRONTING CITY STAFF Sl ature Signature )9 .2r--" Date Date Contractor is hereby authorized by the Cit;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 ro'eces FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO ENGINEERING SERVICES AGREEMENT TIEDEMAN RE-ALIGNMENT OF FANNO GREENWAYTRAIL INCLUDING A PEDESTRIAN BRIDGE,BOARDWALK,AND TRAIL DESIGN (C170021) AMENDMENT #2 THIS AGREEMENT, made and entered into this 28'day of September, 2016, by and between the City of Tigard,a municipal corporation,hereinafter referred to as the"City,"and OBEC Consulting Engineers,whose authorized representative is Nick Robertson, and having a principal being a registered engineer of the State of Oregon,hereinafter referred to as the"Engineer." is hereby amended as follows: 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"Schedule of Rates"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 shall not exceed the amount of {$229;999,09} Two Hundred Thirty-Four Thousand Eight Hundred Twenty and No/100 Dollars ($234,820.00)-without prior written authorization. Additional Scope Add to Task 11 Construction Services Dynamic Pile Testing (PDA Testing, Shannon&Wilson will perform dynamic testing of 2 test piles (one per bent) during initial drive and also during restrike after a 72 hour waiting period. The testing consists of attaching strain gages and accelerometers to each test pile and recording dynamic measurements while the pile is being driven with an impact hammer. The purpose of our proposal is to perform dynamic load testing (PDA) and signal matching analysis (CAPVb AP) to compute the nominal resistance of the test piles, and to provide additional pile driving information such as pile stresses,hammer stroke,and the hammer energy transfer. PDA testing will be performed during initial drive and during restrike after a specified waiting period unless waived by the Engineer. Dynamic testing will be performed on the first pile as it is advanced to the plan tip elevation. Depending on the results of the testing,the initial drive of the test pile at the second bent may be waved. If the piles achieve the required nominal resistance during initial drive,the restrike may be waived by the Engineer. Deliverables/Schedule: Consultant shall perform the PDA testing and CAPWAP analysis and compute the pile nominal resistance within 72 hours of field testing. A formal report will be issued documenting the test results at the completion of the testing. Assumptions: ■ The contractor will be prepared for testing when Shannon &Wilson is requested to mobilize to the site. ■ The initial drive testing can be performed in less than 8 hours and the restrike testing can be performed in less than 4 hours. ■ The contractor .till provide access to the piles for installation of the PDA gages. 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 OBEC CONSULTING ENGINEERS Signature Signatur Ma',--'-- L - Printed Name Printed(',lame H-19 -16 Date Date I aty CONTRACT �� " T.tgard,OvgpaI72 • PI—MMACHANM ORDER. Fax- (50, 684-72-7 w �:ti rd-ars v Project Title: Tiedeman Re-Alignment of Fanno Project Manager: Carla Staedter Greenway Trail Including a Pedestrian Bridge, Boardwalk,and Trail Design OBEC Consulting Engineers Original Contract#: C170021 Effective Dates: 9/28/16—6/30/19 Chane Order/Amendment Amount: Accountin Stria : 420-8000-56005-92051 Amendment Percentage Run nin Total: AM'�� Alhs Extend contract termination date to 6/30/2019 CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ Original Contract 229,000 Amendment#1 —change in date only TOTAL CONTRACT 229,000 Q� �NG£a � A1� l<' Delayed construction hoping for a favorable bid. The design contract needs to remain open through bridge fabrication, delivery and construction AN 4Q AgpqNs $' qtxW 4D d PS Dare Contractor is hereby authorized by the City of Tigard to perform1 ' 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 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. bath CITY OF TIGARD,OREGON AMENDMENT TO ENGINEERING SERVICES AGREEMENT TIEDEMAN RE-ALIGNMENT OF FANNO GREENWAY TRAIL INCLUDING A PEDESTRIAN BRIDGE,BOARDWALK,AND TRAIL DESIGN C170021 AMENDMENT #1 THIS AGREEMENT, made and entered into this 28`h day of September,2016, by and between the City of Tigard,a municipal corporation,hereinafter referred to as the"City,"and OBEC Consulting Engineers,whose authorized representative is Nick Robertson, and having a principal being a registered engineer of the State of Oregon,hereinafter referred to as the"Engineer." 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 june 30, 2018-une 30, 2019, whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. 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 OBEC CONSULTING ENGINEERS Signature Signatuo LI - Printed Name Printed Name Date Date CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM THIS FORM MUS T ACCOMPANY EVERY CONTRACT Contract Title: Tiedeman Re,khgnment of Fanno Greenway Trail Number: Contractor: OBEC Contract Total: $229,000.00 Contract Overx-iew: This contract provides enguieering sen-ices to complete pathwa:.-relocation and pedestrian bridge structural design for a relocation of the Fanno Greenway Trail at Tie.deman Avenue_The protect upgrades a substandard section of dic regional Fanno Gree.nw a� 'Trail. It is funded bj Metio and managed bs the ('it< of Tigard Initial Risk Level: ❑ E xtieme. ❑ High []Moderate X Low Risk Reduction Steps: The consultant,%ill proxide Tigaid's recommended lex el of insurance12er the professional services contract. Risk Comments: The project was discussed with Tigard Risk Manager who recommended no changes to our standard insurance requirements. Risk Signature: No Signature Required per Risk Manager. Contract Manager: Carla Staedter Ext: 2788 Department: P)X'Engineering Type: ❑ Purchase Agreement ❑ Personal Seivice ❑ General Semice k R:;Public Improvement E] IGA3 "Other: 6� < , Start Date: 9 '28 16 End Date: 6/30/2018 Quotes/Bids,/Proposal. FIRM ORE/RANK OBF,C 284/1 OT_ K 282/2 KPFF 282/2 Walhs 263/3 Cardno 250/4 Froelich 215/5 Account String: Fund-Division-Account Work Oidet—Actnntv'r fie Amount FY 2016-17 420-8000-65Q0'5..<,i,. 92051-130 $202,000 FY 2017-18 420-8000-6,5.005<,,-10 92051-leH _ $ 7,000 FY FY FY Ap2rovals - LCRB Date: September 27,2016 Department Comments: Department Signature: v Purchasing Comments. f Purchasing Signature: C;itSr Manager ComumgL . City Manager Signature: City of Tigard FINANCE AND INFORMATION SERVICES QUALIFICATION BASED REQUEST FOR PROPOSAL (QBS) TIEDEMAN RE-ALIGNMENT OF FANNO GREENWAY TRAIL INCLUDING A PEDESTRIAN BRIDGE, BOARDWALK, AND TRAIL DESIGN Proposals Due: Thursday July 7, 2016 -2:00 p.m. local time Proposer must include one (1) original hard copy and one (1) electronic copy on a portable USB drive (thumb drive) of their submittal. Submit Proposals To: City of Tigard— Contracts &Purchasing Office Attn: Joe Barrett, Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 Direct Questions To: Joe Barrett, Sr. Management Analyst Phone: (503) 718-2477 Email: iosephgtigard-or.gov City of Tigard 1 13125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-4171 1 www.tigard-or.gov PUBLIC NOTICE QUALIFICATION BASED REQUEST FOR PROPOSAL TIEDEMAN RE-ALIGNMENT OF THE FANNO GREENWAY TRAIL The City of Tigard is seeking sealed proposals from qualified firms to provide professional services for the City's Tiedeman Re-alignment of the Fanno Greenway Trail. Proposals will be received until 2:00 p.m. local time,July 7,2016,at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd.,Tigard,Oregon 97223. Proposals will be scored and ranked on a qualification basis and the City will enter into negotiations with the top ranking firm. No proposal will be considered unless fully completed in a manner provided in the RFP packet. Facsimile and electronic (email) proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. RFP packets may be downloaded from www.tigard-or.gov/bids or obtained in person at Tigard City Hall's Utility Billing Counter located at 13125 SW Hall Blvd.,Tigard, Oregon 97223. Proposers are required to certify non-discrimination in employment practices, and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements,and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. PUBLISHED: Daily Journal of Commerce DATE: June 22,2016 RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 2 TABLE OF CONTENTS TITLE PAGE TitlePage--------------------------------------------------------------------------------------------------------1 Public Notice 2 -------------------------------------------------------------------------------------------------- Table of Contents 3 SECTIONS Section 1 Introduction 4 Section 2 Proposer's Special Instructions----------------------------------------------------------------------4 Section3 Background----------------------------------------------------------------------------------------------------- Section 4 Scope and Schedule of Work-------------------------------------------------------------------------7 Section 5 Proposal Content and Format____ _________ _________ _________ _________ _________ _________10 Section 6 Proposal Evaluation Procedures _________ _________ _________ _________ _________ _________11 Section 7 Proposal Certification-----------------------------------------------------------------------------------13 Section8 Signature Page----------------------------------------------------------------------------------------------14 ATTACHMENTS Attachment A Acknowledgement of Addendum----------------------------------------------------------------15 Attachment B Statement of Proposal________________ _________ _________ _________ _________ _________ _________16 Attachment C Project Location Map...... ......... ......... ......... ......... ......... ......... .........17 Attachment D City of Tigard Engineering Services Agreement------------------------------------------18 RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 3 SECTION 1 INTRODUCTION The City of Tigard is seeking sealed proposals from qualified firms to provide Professional Services for the City's Tiedeman Re-alignment of the Fanno Greenway Trail. Proposals will be received until 2:00 p.m. local time, Thursday, July 7, 2016 at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd., Tigard, Oregon 97223. Proposals will be scored and ranked on a qualification basis and the City will enter into negotiations with the top ranking firm. No proposal will be considered unless fully completed in a manner provided in the RFP packet. Facsimile and electronic (email) proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. Proposers are required to certify non-discrimination in employment practices, and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements,and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. SECTION 2 PROPOSER'S SPECIAL INSTRUCTIONS A. PROPOSED TIMELINES Wednesday,June 22, 2016 Advertisement and Release of Project Packet Thursday,July 7, 2016—2:00 p.m. Deadline for Submission of Proposals Monday,July 11,2016-jWy 22,2016 Selection and Negotiations Tuesday,August 23,2016 Award of Contract by LCRB Thursday, September 1, 2016 Commencement of Services NOTE: The City reserves the right to modify this schedule at the City's discretion B. GENERAL By submitting a proposal, the Proposer certifies that the Proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. C. PROPOSAL SUBMITTAL The Proposal and all amendments must be signed and submitted no later than 2:00 p.m.,Thursday, July 7, 2016 to the address below. Each proposal must be submitted in a sealed envelope and designated with proposal title. To assure that your proposal receives priority treatment, please mark as follows. QBS—TIEDEMAN RE-ALIGNMENT OF FANNO GREENWAY TRAIL City of Tigard—Utility Billing Counter Attn: Joe Barrett, Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 Proposer shall put their name and address on the outside of the envelope. It is the Proposer's responsibility to ensure that proposals are received prior to the stated closing time. The City shall not be RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 4 responsible for the proper identification and handling of any proposals submitted incorrectly. Late proposals, late modification or late withdrawals shall not be considered accepted after the stated bid opening date and time and shall be returned unopened. Facsimile and electronic (email) proposals will not be accepted. D. PROTEST OF SCOPE OF WORK OR TERMS A Proposer who believes any details in the scope of work or terms detailed in the proposal packet and sample contract are unnecessarily restrictive or limit competition may submit a protest in writing, to the Purchasing Office. A protest may be submitted via facsimile. Any such protest shall include the reasons for the protest and shall detail any proposed changes to the scope of work or terms. The Purchasing Office shall respond to any protest and,if necessary, shall issue any appropriate revisions, substitutions, or clarification via addenda to all interested Proposers. To be considered, protests must be received at least five (5) days before the proposal closing date. The City shall not consider any protest against award due to the content of proposal scope of work or contract terms submitted after the established protest deadline. All protests should be directed to the attention of Joe Barrett, Sr. Management Analyst,and be marked as follows: RFP Specification/Term Protest City of Tigard—Contracts and Purchasing Office Attn: Joe Barrett, Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 If a protest is received in accordance with section above, the proposal opening date may be extended if necessary to allow consideration of the protest and issuance of any necessary addenda to the proposal documents. E. PROPOSAL SUBMISSION AND SIGNING All requested forms and attachments (Signature Page, Acknowledgment Addendum, Statement of Proposal, etc.) must be submitted with the Proposal and in the required format. The submission and signing of a proposal shall indicate the intention of the firm to adhere to the provisions described in this RFP. F. COST OF PREPARING A PROPOSAL The RFP does not commit the City to paying any costs incurred by Proposer in the submission or presentation of a proposal, or in making the necessary studies for the preparation thereof. G. INTERPRETATIONS AND ADDENDA All questions regarding this project proposal shall be directed to Joe Barrett,Sr.Management Analyst. If necessary, interpretations or clarifications in response to such questions will be made by issuance of an "Addendum" to all prospective Proposers within a reasonable time prior to proposal closing, but in no case less than 72 hours before the proposal closing. If an addendum is necessary after that time, the City, at its discretion, can extend the closing date. Any Addendum issued, as a result of any change in the RFP, must be acknowledged by submitting the "Acknowledgment of Addendum"with proposal. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 5 H. BUSINESS LICENSE/FEDERAL TAX ID REQUIRED The City of Tigard Business License is required. Chapter 5.4 of the Tigard Municipal Code states any business doing business in the City of Tigard shall pay a City of Tigard Business License. Successful Contract will be required to present a copy of their City of Tigard Business License at the time of contract execution. Successful Contractor shall also complete a W-9 form for the City at the time of contract execution. I. CITY'S PROJECT MANAGER The City's Project Manager for this work will be Carla Staedter,who can be reached by phone at(503) 718-2788 or by email at carlagtigard-or.gov. J. PROPOSAL VALIDITY PERIOD Each proposal shall be irrevocable for a period of sixty(60) days from the Proposal Opening Date. K. FORM OF CONTRACT A copy of the City's standard engineering services agreement, which the City expects the successful firm or individual to execute, is included as Attachment D. The contract will incorporate the terms and conditions from this QBS document and the successful proposer's response documents. Firms taking exception to any of the contract terms shall submit a protest or request for change in accordance with Section 2.1) "Protest of Scope of Work or Terms"or their exceptions will be deemed immaterial and waived. L. TERM OF CONTRACT The contract for this work is anticipated to commence on or around September 1, 2016. All work stemming from the contract is anticipated to be completed no later than June 1, 2018. M. TERMINATION The contract may be terminated by mutual consent of both parties or by the City at its discretion with a 30 days' written notice. If the agreement is so terminated, Contractor shall be paid in accordance with the terms of the agreement. N. NON-COLLUSION Proposer certifies that this proposal had been arrived at independently and has been submitted without collusion designed to limit independent bidding or competition. P. PUBLIC RECORD All bid material submitted by bidder shall become the property of the City and is public record unless otherwise specified. A bid that contains any information that is considered trade secret under ORS 192.501(2) should be segregated and clearly identified as such. This information will be kept confidential and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS 192. The above restrictions may not include cost or price information,which must be open to the public. SECTION 3 BACKGROUND AND PURPOSE The City of Tigard has a population of just over 50,000 people and covers an area of 13 square miles. It is located in southeast Washington County, 15 minutes from downtown Portland. Metro, a metropolitan planning organization for the Portland region,has provided funding to the City of Tigard to upgrade a segment of the Fanno Greenway Trail. The Fanno Greenway Trail is a regional trail and the main north-south walking and cycling route through Tigard. Over 500,000 people use the trail yearly for recreation and transportation. RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 6 Its effectiveness as a transportation facility is significantly reduced by the many gaps and substandard sections throughout Tigard. This project will resolve a substandard trail issue at SW Tiedeman Avenue. Currently the Fanno Trail comes to an abrupt end into the SW Tiedeman sidewalk. At this location, site lines of oncoming traffic are very difficult. Trail users have to find their way to a school crosswalk 500 feet to the south. There have been safety problems with bikes attempting to make the turn onto the sidewalk and falling into the street and with trail users trying to cross Tiedeman at this less than safe trail terminus. The project will re-align the Fanno Greenway Trail so that it crosses Tiedeman Avenue at the existing school crosswalk. This location provides significantly greater visibility for both trail users and cars traveling along Tiedeman. The trail realignment will require a new pedestrian bridge over Fanno Creek (a salmon id listed stream) and a new boardwalk section over wetlands associate with the creek. The trail will also be widened to the full 10 foot width to meet desired standards for multi-use trails in the region and will meet all ADA requirements. See Attachment C. for a vicinity map and a conceptual plan for this trail improvement. The scope below assumes that the bridge and boardwalk will be constructed though design-build after preliminary design is developed by the selected Consultant. The City has limited experience with the design to construction delivery process for pedestrian bridges. Consultant may elect to provide an alternative approach to design and construction that meets the City's specific site and schedule needs. SECTION 4 SCOPE AND SCHEDULE OF WORK The following general overview describes items the City has identified are necessary for this project. This is not intended to be a full list of the services that the Consultant may deem necessary to complete this project but is offered as a guideline in developing a scope for the project. Engineering Design, Land Use,Environmental, and Survey_ Task 1. Project Research/Data Collection • Survey Research. Obtain existing utility and as-built information from the City and Clean Water Services. Set up the base map of the project area. • Prepare and confirm preliminary project schedule • Project Kick-off Meeting. Meet with project team, review project schedule and deliverables. • Geotechnical Investigation. Evaluate the subsurface conditions at the site and provide geotechnical recommendations for the bridge and boardwalk. The investigation will provide conclusions and recommendations regarding: geology and seismicity, subsurface conditions, groundwater, anticipated dewatering requirements,excavating conditions, and trench backfill requirements. Task 2. Design Survey • Establish Horizontal and Vertical Survey Control. Setup conventional and GPS control and tie existing monumentation necessary to establish the existing right-of-ways, property lines, and easement locations within the project limits. Run vertical control from nearest City/County bench mark. Datum will be based on City of Tigard state plain coordinates. • Complete topographic design survey including existing topographic features,trees,utilities,etc.within the project area. RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 7 Task 3. Wetland Delineation,Wildlife Assessment,and Permitting • Conduct wetland delineation, prepare delineation report, and solicit concurrence from applicable State Agencies. • Prepare onsite or offsite wetland mitigation plans. If offsite, the project location will be provided to you by City staff Purchasing of mitigation banking credits may also be evaluated. • Determine the Vegetated Corridor condition based on the Natural Resource Assessment guidelines contained in the Clean Water Services (CWS) Design and Construction Standards. Prepare and submit a Standard Site Assessment to CWS. Prepare and submit a Tier 2 Alternatives Analysis for buffer encroachment meeting Design and Construction Standards if applicable. Prepare and provide vegetated corridor enhancement plans meeting CWS requirements. Solicit Service Provider Letter(SPL) from Clean Water Services. • Provide planting specifications for bidding purposes. If required coordinate with the project Engineer to prepare any grading plans if needed for wetland, stream, or vegetated corridor mitigation. • Conduct Wildlife Habitat Assessment meeting the requirements the Sensitive Lands Review Criteria as stated in Title 18 of the Tigard Municipal Code, Section 18.775- Sensitive Lands. The assessment is required to show the proposed trail alignment minimizes impacts to significant wildlife habitat while balancing the community's recreation and environmental educational goals. • Develop Wetland/Stream Mitigation Plan. • Prepare a Joint Permit Application QPA) for submittal to the Oregon DSL and USACE. Quantify the volume of removal/fill resulting from the project and the types of habitat impacted.Hold a pre-application meeting with the City and jurisdictional agencies at the beginning stages of the project to discuss agency requirements and approximate timelines for the project. Coordinate with other state and federal agencies, including the State Historic Preservation Office, the Oregon Department of Fish and Wildlife, and the U.S. Fish and Wildlife Service during informal or formal consultation, to obtain necessary approvals and authorizations for the project.Provide permit application forms to the City in draft format for review and comment. Comments received from the City will be incorporated in the final version for submittal to DSL and USACE. • Conduct a Biological Assessment to address Threatened and Endangered (T&E) species known to be located in the vicinity of the project construction area. Prepare any necessary assessment to identify potential project impacts to Endangered Species Act(ESA)—listed species and their critical habitat.The analysis will be based on the 60% design and proposed conservation/mitigation measures identified for the project.The Biological Assessment must include both short-and long-term mitigation measures to be implemented during the project and must address any National Marine Fisheries Service requirements for the project. • Prepare an historic and archaeologic resources report if required by permitting agencies. • Note: All fees for permitting will be paid by the City of Tigard. Task 4. Preliminary Geometry and Layout • Provide preliminary bridge and geometry through the project with regard to bridge clearance,bridge length,boardwalk length,and bridge type for one bridge alternative and suitable to prepare bridge documents for fabricator (design/build process) Task 5. Engineering Design, Construction Plans and Coordination with Fabricator • Prepare 60% construction documents: Preliminary drawings to include: Title sheet; existing conditions plans,bridge and boardwalk plan and profile sheets,and foundation plans to supported bridge fabrication. Include hard surface pathway design,water quality design, grading and erosion control plans and details as needed. Vegetated corridor, stream, and wetland mitigation plans and details as required. • Prepare 90% construction documents, and specifications: Include revisions to the 60% plans based on comments received from the City. RFP–Tiedeman Re-Alignment of Fanno Greenway Trail Close–Thursday,July 7, 2016–2:00 pm Page 8 • Prepare 100% construction documents, and specifications. Include revisions to the 90% plans based on comments received from the City. • Coordinate with bridge fabricator throughout process to ensure proper coordination of design/build process. Task 6. Hydrologic and Hydraulic Modeling/Zero-Foot Rise Analysis • Review and verify the regulatory model. • Prepare a hydrologic model for the Fanno Greenway Trail Re-alignment at Tiedeman • Perform hydraulic modeling to evaluate proposed City trail improvements and its potential impact to the Fanno Creek floodplain. • Prepare a zero-foot rise certification. • Provide project coordination with City staff to ensure the pathway alignment meets the zero-foot rise criteria within the regulatory floodplain. Task 7. Stormwater Design and Anals Prepare Stormwater Alternatives Analysis and Report. Complete Stormwater Management Report Task 8. Bidding Assistance • Conduct a Pre-bid meeting at the City of Tigard. Respond to bidder inquiries. Prepare Addenda during the bidding process as necessary. Review bid pricing with City project manager during the protest period. Construction Services • Provide submittal review, comments, and approval to the City within 3 business days of receipt of submittal. • Respond to RFI's during construction process and provide responses to RFI's within 3 business days of submittal. • Construction Administration/Site Observation: ➢ Review contractor pay requests, quantity verification, and provide recommendations to the City project manager. ➢ Review change orders and provide recommendations to the City project manager. ➢ Provide periodic construction consultation on an on-call basis. • Record Drawings: Prepare record drawings showing the as constructed facilities and incorporating drawings from the bridge/boardwalk fabricator. Base record drawings on construction observation, contractor provided notes, and survey verification. Survey verification to include the following: ➢ Provide horizontal locations of bridge boardwalk and new trail segments. ➢ Provide vertical data including of bridge boardwalk and new trail segments. ➢ Provide drawings in PDF and AutoCAD format. • Project Closeout: Final walk through with City staff and contractor. Provide project files as required by City. RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 9 Project Schedule Contract Award LCRB August 23,2016 Notice to Proceed September 1, 2016 Planning and Predesign September 6, 2016 to November 15, 2016 Wetland Delineation/Survey September 6, 2016 to September 26, 2016 60%Design December 15,2016 90%Design January 30, 2017 Contracting with Bridge Fabricator February 15,2017 to February 30, 2017 Issue Permit Documents to Regulatory Agencies January 3, 2017 100%Project Design March 15,2017 Bridge and Boardwalk Fabrication March 29,2017 to June 30, 2017 Final Design,Plans, Specs, Estimate April 17,2017 Advertise for Construction Services May 18,2017 Permits Back from Regulatory Agencies May 18,2017 Bid and Award July 6, 2017 Pre-Construction July 10, 2017 Construction within Sensitive Area July 15,2017 to Sept. 30,2017 Construction outside of Sensitive Areas June 15, 2017 to October 30,2017 Re-Open Fanno Greenway Trail November 13,2017 Final Planting in Mitigation Areas (if needed) March 1, 2018 Project Completion June 1, 2018 The schedule above is for reference only and may be subject to change by the City. SECTION 5 PROPOSAL CONTENT AND FORMAT A. FORMAT To provide a degree of consistency in review of the written proposals, firms are requested to prepare their proposals in the standard format specified below. Proposals are to be limited to 15 pages (not including title page, transmittal letter, table of contents, or appendices),with each side counting as a page, 8-1/2 x 11 paper size, 11 point minimum font. 1. Title Page Proposer should identify the QBS Title,name and title of contact person, address, telephone number, fax number, email address and date of submission. 2. Transmittal Letter The transmittal letter should be no more than two (2) pages long and should include as a minimum the following: a. A brief statement of the Proposer's understanding of the project and services to be performed; b. A positive commitment to perform the services within the time period specified, starting and completing the project within the deadlines stated in this QBS; and the names of persons authorized to represent the Proposer, their title, address and telephone number (if different from the individual who signs the transmittal letter.) 3. Table of Contents The table of contents should include a clear and complete identification by section and page number of the materials submitted. RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 10 4. Consultant Project Team Describe the proposed project team, including subconsultants. Provide a proposed project team organization chart and clearly delineate areas of work responsibility. Explain why this team and organization is well-suited to this work. 5. Project Understanding,Approach, and Interest Describe in narrative form,with tables or other figures as desired,the Proposers understanding of the type of work required for this project. Discuss approach/process to construct a pedestrian bridge/boardwalk and path re-alignment in this location. Discuss your plan to meet the project schedule shown above in Section 4. Explain why the project team is interested in this work. B. ADDITIONAL SERVICES Provide a brief description of any other services that your firm could provide the City such services would be contracted for on an "as needed"basis likely via an amendment to the contract so long a not drastically altering the scope of work. C. ADDITIONAL INFORMATION Please provide any other information you feel would help the Selection Committee evaluate your firm for this project. D. DISPUTES Should any doubt or difference of opinion arise between the City and a Proposer as to the items to be furnished hereunder or the interpretation of the provisions of this QBS,the decision of the City shall be final and binding upon all parties. E. CITY PERSONNEL No Officer, agent, consultant or employee of the City shall be permitted any interest in the contract. SECTION 6 PROPOSAL EVALUATION PROCEDURES A. SELECTION AND EVALUATION PROCESS A Selection Committee assembled by the City will review the written proposals. Proposals will be evaluated to determine which ones best meet the needs of the City. After meeting the mandatory requirements, the proposals will be evaluated on technical qualifications. The Selection Committee will select the Proposer which best meets the City's needs based upon its evaluation of a firm's proposal. Proposals will be evaluated in accordance with the following: 1. Completed Proposal submitted on time Pass Fail 2. An original hard copy and one electronic copy on USB drive Pass Fail 3. Transmittal letter Pass Fail 4. Consultant Team and Project Manager 30 points 5. Project Understanding and Approach 40 points 6. Consultant Team Past Experience 30 points TOTAL EVALUATION POINTS 100 POINTS B. PRESENTATION/INTERVIEW At the option of the City, the top scoring proposers (based on the criteria points) may be asked to make a presentation of their proposal. This will provide an opportunity to clarify or elaborate on the RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 11 proposal, but will not, in any way provide an opportunity to change any fee amount originally proposed. The City's Project Manager will schedule the time and location of these presentations and notify the selected firms. If the City elects to conduct a presentation/interview process, 25 criteria points will be assigned to the process and will be added to the participating Proposers'total points. C. INVESTIGATION OF REFERENCES The City reserves the right to investigate references and the past performance of any Proposer with respect to its successful performance of similar projects, compliance with specifications and contractual obligations,its completion or delivery of a project on schedule and its lawful payment of employees and workers. D. CLARIFICATION OF PROPOSALS The City reserves the right to obtain clarification of any point in regards to a proposal or to obtain additional information necessary to properly evaluate or particular proposal. Failure of a Proposer to respond to such a request for additional information or clarification could result in rejection of their proposal. E. INTENT OF AWARD Upon review of the proposals submitted,the City may negotiate a scope of work and a general services agreement with one firm,or may select one or more firms for further consideration. F. PROTEST OF AWARD In accordance with Tigard Public Contracting Rule 30.135,any adversely affected Proposer has seven (7) calendar days from the date of the written notice of award to file a written protest. G. PROPOSAL REJECTION The City reserves the right to: 1. Reject any or all proposals not in compliance with all public procedures and requirements; 2. Reject any proposal not meeting the specifications set forth herein; 3. Waive any or all irregularities in proposals submitted; 4. Reject all proposals; 5. Award any or all parts of any proposal;and 6. Request references and other data to determine responsiveness. RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7, 2016—2:00 pm Page 12 SECTION 7 PROPOSAL CERTIFICATIONS Non-discrimination Clause The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services, because of race, color, religion, sex, national origin, handicap or age with regard to,but not limited to,the following:employment upgrading,demotion or transfer;recruitment or recruitment advertising;layoffs or termination;rates of pay or other forms of compensation; selection for training;rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order from the City,unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by: Larry Fox, PE Firm Name: OBEC Consulting Engineers Address: 5000 Meadows Road, Suite 420 Lake Oswego, OR 97035 Resident Certificate Please Check One: ® Resident Vendor: Vendor has paid unemployment taxes and income taxes in this state during the last twelve calendar months immediately preceding the submission of this proposal. Or ❑ Non-resident Vendor:Vendor does not qualify under requirement stated above. (Please specify your state of residence: ) Officer's signa e: Type or print officer's name: Larry Fox,PE RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7,2016—2:00 pm Page 13 SECTION 8 SIGNATURE PAGE The undersigned proposes to perform all work as listed in the Specification section and that all articles supplied under any resultant contract will conform to the specifications herein, The undersigned agrees to be bound by all applicable laws and regulations, the accompanying specifications and by City policies and regulations. The undersigned,by submitting a proposal,represents that: A) The Proposer has read and understands the specifications. B) Failure to comply with the specifications or any terms of the Request for Proposal may disqualify the Proposer as being non-responsive. The undersigned certifies that the proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The undersigned certifies that all addenda to the specifications has been received and duly considered and with all addenda have been included in this proposal: Addenda: No. through No. inclusive. We therefore offer and make this proposal to furnish services at the price(s)indicated herein in fulfillment of the attached requirements and specifications of the City. Name of firm: OBEC Consulting Engineers Address: 5000 Meadows Road,Suite 420 Lake Oswego, OR 97035 Telephone Nu v 503.620.6103 Fax Number: 503.620.8416 By: �, Date: 7/7/2016 11 gq ture of Authorize-661 If partnership,signature of one partner.) Typed Name/Title: Larry Fox,PE, President If corporation,attest: Larry Fox, PE, President (Corporate Officer) ❑X Corporation ❑ Partnership ❑ Individual Federal Tax Identification Number(TIN): 93-0552628 RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7,2016—2:00 pm Page 14 ATTACHMENT A CITY OF TIGARD,OREGON ACKNOWLEDGMENT OF ADDENDA Project Title:_Tiedemen Re-Alignment of the Fanno Greenway Trail Close: Thursday�uly 7.2016-2:00 p.m. I/WE HAVE RECEIVED THE FOLLOWING ADDENDA (Z{none received. write `None Received'): 1. /VovE /zEGE/UrD 3. 2. 4. 7/7/2016 41a,eureof Proposer ident Tide OBEC Consulting Engineers Corporate Name RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7,2016—2:00 pm Page 15 ATTACHMENT B CITY OF TIGARD,OREGON STATEMENT OF PROPOSAL Name of Consultant: OBEC Consulting Engineers Mailing Address: 5000 Meadows Road,Suite 420 Lake Oswego, OR 97035 Contact Person: Nick Robertson,PE, SE Telephone: 971.634.2020 Fax: 503.620.8416 Email: nrobertson@obec.com accepts all the terms and conditions contained in the City of Tigard's Request for Proposal for engineering services on the Tiedeman Re-alignment of Fanno Creek Trail project and the attached engineering services agreement(.,1 chment D): 7/7/2016 at e of authorized reprealive Date Larry Fox,PE 971.634.2021 Type or print name of authorized representative Telephone Number Larry Fox,PE 971.634.2021 Type or print name of person(s) authorized to negotiate contracts Telephone Number REFERENCES City of Eugene 541.505.4703 Reference#1 Telephone Number Commerce Street Pedestrian Bridge Kerry Werner Project Title Contact Individual City of Tualatin 503.691.3036 Reference#2 Telephone Number Myslony Bridge Dominique Huffman Project Title Contact Individual Jackson County 541.774.6231 Reference#3 Telephone Number Bear Creek Greenway Trail Jenna Marmon Project Title Contact Individual RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7,2016—2:00 pm Page 16 ATTACHMENT C RN:ON t'•R' . yYf C.M - NORTH p4w,p�R ss flNtl RlM1Mk S 9i = m. . Y kik il.Riy Ly4rfR[a(c:OR' P J = _ _ 4S lq k LrtiVE xi 3t f ��tiR Gp ,FG s M1 cry v*y Rkr.Y n n :y S.W� _ ysP4 'Yrs d]✓� 5 r'ONrvER 5r mHp�R 'k � Rt 9E Rfw RYLS s i ♦1 4 y d' YRRIQ*3T - R�L Tei R�ieyEk So OR0lq♦sT ARt EC�cEW EjOO St E MI fR�E 6R ELROS E' _ Y4iRR£y4 Vicinity Map SAME�3 afie ++ � FMWG GREfK .T AS✓HAFT FERE H_` •.r RFCON57RlMFiY1Af: • r.cryo sr Rte'` , Exrsrnvc R r d4C�'S]'IJC � ,'�.'u1RQwrit,K � • � ^/�P PEUEYMO - 4�+ f_'BP'OCE �. t0'W7PE PA VEn i%?Rk Pu".�.,.QDOAq,MfNi TIEDEMAN TRAIL REALIGNMENT tlb� ""'L`"" *. &� AT FANNO CREEK 131",CREuN+ fAi': sPS-8Pa-0352 ATTACHMENT 1 Conceptual Plan Tiedeman Re-Alignment of the Fanno Creek Trail RFP—Tiedeman Re-Alignment of Fanno Greenway Trail Close—Thursday,July 7,2016—2:00 pm Page 17 C I -?00a 1 ATTACHMENT D CITY OF TIGARD,OREGON ENGINEERING SERVICES AGREEMENT TIEDEMAN RE-ALIGNMENT OF FANNO GREENWAY TRAIL INCLUDING A PEDESTRIAN BRIDGE,BOARDWALS,AND TRAIL DESIGN THIS AGREEMENT,made and entered into this 28d day of September,2016,by and between the City of Tigard, a municipal corporation, hereinafter referred to as the "City," and OBEC Consulting Engineers, whose authorized representative is Nick Robertson, and having a principal being a registered engineer of the State of Oregon,hereinafter referred to as the "Engineer." RECITALS WHEREAS, the City's 2016-2017 fiscal year budget provides for Engineering services for the Tiedeman Re-Alignment of Fanno Greenway Trail 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; 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 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 June 30,2018,whichever comes first.All work under this Agreement shall be completed prior to the expiration of this Agreement. 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 "Schedule of Rates" 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 shall not exceed the amount of Two Hundred Twenty- nine Thousand and No/100 Dollars($229,000.00)without prior written authorization. 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 City of Tigard J 13125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-41711 www.tigard- or.gov 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 B 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 mtdical, surgical and hospital care or other needed care and attention incident to sickness or injury to the employees of Engineer or all sutras 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. 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 Tiedeman Re-Alignment of Fanno Freenway Trail Page 2 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 as well as storage device such as thumb drive or sd card in "DW-G" 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 party 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 party 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 emplovee benefits law, or any other lav-. 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 an; 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 compensation due,or to demand repayment of any amounts paid to Engineer under the terms of the agreement,to the full Tiedeman Re-Alignment of Fanno Freenway Trail Page 3 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. 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 v-ith 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 l of any responsibility for design deficiencies,errors or omissions. B. Claims for other than Professional Liability. Engineer agrees and shall indemnify,defend, n save and hold harmless the City of Tigard, its officers, employees, agents, and r 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 er ormance of this contract at both to -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 validit 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 Tiedeman Re-Alignment of Fanno Freenway Trail Page 4 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. 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 20101185 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 any actual or alleged negligent act, error or omission in the rendering of or failure to render Professional Services. 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. Tiedeman Re-Alignment of Fanno Freenway Trail Page 5 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, 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. F. Extended Reporting Coverga 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 carrier(s)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 Tiedeman Re-Alignment of Fanno Freenway Trail Page 6 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. 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. PrimM PrimaCoverage 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: 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. Tiedeman Re-Alignment of Fanno Freenway Trail Page 7 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: C. 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. 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 party 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 lave-, 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. Tiedeman Re—Alignment of Fanno Freenway Trail Page 8 12. Method and Place of Giving Notice, Submitting Bills and MaldngPg'yrnents 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 OBEC CONSULTING ENGINEERS Attn: Carla Staedter Attn: Nick Robertson,Project Manager Address: 13125 SVC'Hall Blvd. Address: 5000 Meadows Rd Ste 420 Tigard,Oregon 97223 Lake Oswego,OR 97035 Phone: (503) 718-2788 Phone: (503)620-6103 Email: carlaQtigard-or.g_ov Email: nrobertson@obec.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 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 not 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 Tiedeman Re-Alignment of Fanno Freenu ay Trail Page 9 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,%ith 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 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 AVplicable 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 proposal 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. Tiedeman Re-Alignment of Fanno Freenway Trail Page 10 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. Representations and Warranties Engineer represents and warrants to the City that: A. Engineer has the power and authority to enter into and perform this Agreement. B. This Agreement, when executed and delivered, is a valid and binding obligation of Engineer,enforceable in accordance with its terms. C. Engineer(to the best of Engineer's knowledge,after due inquiry), for a period of no fewer than six calendar years (or since the firm's inception if less than that) preceding the effective date of this Agreement, faithfully has complied with: 1) All tax laws of this state,including but not limited to ORS 305.620 and ORS chapters 316, 317,and 318; 2) Any tax provisions imposed by a political subdivision of this state that applied to Engineer, to Engineer's property, operations, receipts, or income, or to Engineer's performance of or compensation for any work performed by Engineer; 3) Any tax provisions imposed by a political subdivision of this state that applied to Engineer, or to goods, services, or property,whether tangible or intangible,provided by Engineer;and 4) Any rules,regulations,charter provisions,or ordinances that implemented or enforced any of the foregoing tax laws or provisions. D. Any intellectual property rights or such delivered to the City under this Agreement, and Engineer's services rendered in the performance of Engineer's obligations under this Agreement, shall be provided to the City free and clear of any and all restrictions on or conditions of use,transfer,modification,or assignment,and shall be free and clear of any and all liens,claims,mortgages,security interests,liabilities,charges,and encumbrances of any kind. 26. Compliance with Tax Laws A. Engineer must,throughout the duration of this Agreement and any extensions,comply with all tax laws of this state and all applicable tax laws of any political subdivision of the State of Oregon.For the purposes of this Section,"tax laws"includes all the provisions described in subsection 25.C. 1) through 4) of this Agreement. B. Any violation of subsection A of this section shall constitute a material breach of this Agreement. Further, any violation of Engineer's warranty, in subsection 25.0 of this Agreement,that the Engineer has complied with the tax laws of the State of Oregon and the applicable tax laws of any political subdivision of this state also shall constitute a material breach of this Agreement. Any violation shall entitle the City to terminate this Agreement, to pursue and recover any and all damages that arise from the breach and the termination of Tiedeman Re-Alignment of Fanno Freenway Trail Page 11 this Agreement,and to pursue any or all of the remedies available under this Agreement,at law,or in equity,including but not limited to: 1) Termination of this Agreement,in whole or in part; 2) Exercise of the right of setoff,and withholding of amounts otherwise due and owing to Engineer,in an amount equal to State's setoff right,without penalty;and 3) Initiation of an action or proceeding for damages, specific performance, declaratory or injunctive relief. The City shall be entitled to recover any and all damages suffered as the result of Engineer's breach of this Agreement,including but not limited to direct, indirect, incidental and consequential damages, costs of cure, and costs incurred in securing a replacement Engineer. These remedies are cumulative to the extent the remedies are not inconsistent, and the City may pursue any remedy or remedies singly, collectively, successively, or in any order whatsoever. 27. 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.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. Awarded by Tigard's Local Contract Review Board at their September 27,2016 meeting. CITY OF TIGARD OBEC CONSULTING ENGINEERS r By: Marty Wine, City Manager By:Autho ed Contractor Representative /0 /9 12-01 (.o Date Date Tiedeman Re-Alignment of Fanno Freenway Trail Page 12 Exhibit A Scope of Services Background: The Fanno Creek Trail is a regional trail and the main north-south walking and cycling route through Tigard. Its effectiveness as a transportation facility is significantly reduced by the many gaps and substandard sections throughout Tigard.This project will resolve a substandard trail issue at SV' Tiedeman Avenue. Currently the Fanno Trail comes to an abrupt end into the SW Tiedemann sidewalk.At this location, site lines of oncoming traffic are very difficult.Trail users have to find their way to a school crosswalk 500 feet to the south.There have been safety problems with bikes attempting to make the turn onto the sidewalk and falling into the street and with trail users trying to cross Tiedeman at this less than safe trail terminus. The project will re-align the Fanno Greenway Trail so that it crosses Tiedeman Avenue in order to align with the existing school crosswalk at Tiedeman Avenue.This location provides significantly greater visibility for both trail users and cars traveling along Tiedeman. The trail realignment u.-ill require a new pedestrian bridge over Fanno Creek and a new boardwalk section over sensitive habitat associated with the creek.The trail will also be widened to the full 10 foot width to meet desired standards for multi-use trails in the region and will meet all ADA requirements. Organization of Work Tasks: The follow work tasks are provided to develop an effective and comprehensive project delivery plan and provide a basis for the level of effort and design fee required for successful project delivery. Task 1 Project Management Provide management and coordination for all tasks included in this Scope.Manage Services performed by Consultant's staff and sub-consultants and coordinate with the City as needed on work tasks performed by others. Subtask 1.1 Overall Project Management Provide project management and design oversight for the consultant team.Prepare and maintain a milestone delivery schedule in Microsoft Project format.Plan and direct Quality processes in accordance with Consultant's existing Quality Program,including the development of a project specific Project Quality Plan (PQP). The PQP shall document the required quality assurance reviews that must be undertaken by the Consultant for each project deliverable. Collect and respond to City review comments. Keep the cit; informed of work progress,project issues,resolutions and changes affecting the design, schedule or project budget by providing a monthly progress report with each monthly invoice. Submit project invoices monthly,including a breakdown of hours spent by each individual on the project. Assumptions • Project Management tasks are assumed to be nine months in duration to match the overall design schedule. Tiedeman Re-Alignment of Fanno Freenway Trail Page 13 Deliverables • Invoices and progress reports (monthly) • Milestone Delivery Schedule (v-ithin 10 working days of NTP, and modifications as required by the City) Schedule Task shall be continuous throughout project design phase duration. Subtask 1.2 Project Meetings Prepare and lead the targeted production meetings listed below as an integral part of Project delivery.The purpose of these meetings is to clearly identify and document the City's Project goals, objectives and design preferences;to establish a high level of efficiency and design quality;and to promote accurate communications between the City and the consultant team at key Project milestones.Meetings shall take place at the City's Engineering Office or by conference call,as appropriate. Assumptions • Effort includes preparation of meeting materials,agendas, travel time and meeting minutes. • Project Kickoff Meeting—up to two (2) Consultant team members shall meet with City design staff for up to two (2) hours at the City's offices to discuss the overall work plan,project schedule,design criteria,alternatives analysis and stakeholder concerns. • Predesign Meeting—up to two (2) Consultant team members shall meet with City design staff for up to two (2) hours at the City's offices to review comments to the predesign report.This meeting shall take place following the delivery of the predesign report,and a two week review period.Review comments shall be provided by the City in an excel worksheet at least two days before the predesign review meeting. • 90% design review meeting—up to two (2) Consultant team members shall meet with City design staff for up to two (2) hours at the City's offices to discuss plan review comments.This meeting shall take place following the delivery of the 90%PS&E Package and a two week review period. Review comments shall be provided by the City in an excel worksheet at least two days before the design review meeting. • Pre-bid meeting—up to two (2) Consultant team members shall meet with City design staff and potential bidders for up to one (1) hour at the City's offices to discuss the project bid. • Project Coordination Phone Calls—Consultant project manager shall participate in biweekly 30 minute project coordination calls,on an as needed basis, for up to nine (9) months. Deliverables • Meeting agendas will be delivered electronically 48 hours prior to each meeting • Meeting minutes will be delivered electronically vE-ithin one (1) week of meeting date Tiedeman Re-Alignment of Fanno Freenway Trail Page 14 • Task 2 Survey Provide labor,equipment and materials to complete the surveying needs for the project. Surveying on this project includes establishing a control network,performing topographic mapping within the defined topographic limits,and filing a Pre-Construction Survey with the Washington County Surveyors Office. All deliverables must be reviewed and stamped by Consultant's Professional Surveyor (PLS) registered in the State of Oregon. The limits of topographic surveying and right-of-wap resolution for this project are as follows: • Tiedeman Avenue from center line 200 feet southeasterly, from a point 50 feet south of the trail connection on the west side of Tiedeman Avenue to a point 50 feet north of the Fanno Creek trail connection on the east side of Tiedeman Avenue. Fanno Creek Trail from the centerline 20 feet northerly and 20 feet southerly from the intersection with SW Tiedeman Avenue extending easterly along the trail 300-ft. • Hydraulic Cross-sections 300-ft upstream and 500—ft downstream at 100-ft intervals from the eastern edge of the existing Tiedeman Avenue bridge sem+ Figmre 1:Approximate Project Smrvey Limits Subtask 2.1 Horizontal and Vertical Control Establish horizontal and vertical survey control for the project using the Oregon Coordinate Reference System (OCRS)Portland Zone,NAD 83(2011) Epoch 2010. International Survey Feet units will be used. The vertical datum for this project will be NAVD 88 Datum. Deliverables • ASCII File containing the OCRS coordinates for all network control points. • One scanned copy of the original field notes in*.pdf format. • City of Tigard benchmark datasheets for benchmark(s) used. Tiedeman Re-Alignment of Fanno Freenway Trail Page 15 Subtask 2.2 Right-of-way and Property line resolution Perform right-of-way research (surveys,plats,deeds, etc.) to locate existing monuments and to resolve existing pathway centerlines and right-of-way lines within the project limits. Obtain Lot Book Reports for each of the properties adjoining trail.Perform a field survey of existing monuments subject to disturbance by the project or needed to resolve existing right-of-way lines. If the initial search is inconclusive,a second search will be made utilizing coordinates calculated from nearby found monuments and/or additional measurements. Survey at least one Public Land Survey System(PLSS) corner tie for ROW descriptions and future filing of the survey. Resolve the existing property lines for Woodard City Park in the vicinity of the work.Parcel tax lot ID numbers, owner names,property addresses (if applicable),existing property lines (entire property), and existing right-of-way lines will be compiled on a right-of-way map. It is assumed that the consultant v•ill not impact any existing moments and shall not need to prepare a pre-construction record of survey to show the existing property lines as resolved in Task 2.2 to document the factors pertaining to this resolution,and to show control established in Task 2.1 Assumptions: • 4 existing properties adjoin the project limits. Deliverables • One scanned copy of the original field notes in*.pdf format. • One pdf file for each of the 4 Lot Book Reports. Subtask 2.3 Topographic Survey and Base Mapping Prepare and submit survey notification letter to the City Project Manager for review. Distribute approved letter by mail to distribution list provided by City of Tigard,if requested. Coordinate and attend a pre-survey meeting with City engineering and survey staff. Provide all labor,equipment,and materials to perform a topographic survey for the project.Tie all topographic features,man-made or natural within the topographic survey limits described in this SOV('. This will include,but not be limited to,edge of pavement,curb, existing utilities, fences, lights,wells,storm drainage structures,culverts,roof drains,valves,landscaping, driveways, fences, buildings,walks, signs,and striping.Any other affected utilities or features will be tied as required for design. Locate all trees,including size and species of trees 6 inches (DBH) or greater.Tie grade breaks to create an accurate terrain model. Gather the field data necessary to show utility locations in the base mapping for pathway design. Request underground utilities to be marked in the field within the topographic survey limits as identified above. Use the statewide utility notification system(OUNC) to submit a pre-survey locate request.A private utility locator will be used to identify utilities within the park property. Record in the field notes the utility ownerships.All storm and sewer manholes,cleanouts and inlets invert elevations,v ill be measured and recorded. Elevations will be recorded on rims of manholes and inlets. Invert elevations of culverts will be obtained as well as size and material type. Measure the elevation of the lowest wires that cross street or path intersections on all overhead utilities within the topographic survey limits. Tie wedand delineation and geotechnical borings and show them in the survey base map. Reduce field survey data and prepare a topographic base map compatible with A icrostation (version to be determined by client),v-ith 1 foot minor and 5 feet major contour intervals.A InRoads V8i Tiedeman Re-Alignment of Fanno Freenway Trail Page 16 DTM will be created using a combination of survey data including breaklines, features, and spot elevations. Deliverables • Survey Notification Letter. • 1"=50' scale topographic survey Base map in Microstation compatible Format • DTM compatible with Inroads V8i • OUNC locate request • Copy of original survey field notes Task 3 Environmental Documentation and Permits Pro--ide the City with professional consultation services to complete the environmental compliance documentation for the proposed Tiedeman Re-Alignment project in Tigard, OR. It is assumed that there will be no cultural resources (archaeological or historical)impacts and no cultural resources documentation will be prepared as part of this contract. Subtask 3.1 Review Data and On-going Communication Consultant Environmental Specialist shall obtain and review existing information. Coordinate and communicate with City regarding environmental tasks and assumptions,verify schedule, and estimate impacts of proposed alternatives. Participate in two (2) environmental meetings for the Project including an environmental kick-off meeting with the City and Project Team to discuss Project design;potential areas of impacts;and avoidance,minimization,and conservation measures. Consult with the City,NMFS,USF%X'S,and ODFW to obtain the most current information on the presence of all proposed, threatened and endangered species. Summarize the information review results,progress of environmental tasks,and estimated project impacts in the environmental section of the preliminary report. Assumptions • City will assist in obtaining any existing background information prepared for the project Deliverables Provide a summary of the information collected in this task as part of Task 13.1,Predesign Report. Subtask 3.2 Wetland Delineation& Report Complete a wetland field delineation and OHWM demarcation for the project study area (PSA). The PSA is defined as the area within the topographic survey limits described in Task 2. Use available data (including but not limited to: soil surveys,aerial photos,National Wetland Inventory maps) as well as data gathered in the field to document the presence or absence of wetlands within the project study area. Consultant shall: • Place flags in the field to show wetland and upland sample plot locations and the wetland boundaries. • Place flags in the field to show the OHWM elevation of all jurisdictional surface raters. Assess the OHWM elevation using accepted field indicators within 50 feet upstream and downstream of the PSA. Tiedeman Re-Alignment of Fanno Freenway Trail Page 17 • Appropriately label and number the flags to identify their function and prepare sketch maps of approximate wetland boundaries with numbering of flags or stakes to be provided prior to site surveys for Project base mapping. • Determine the average active channel width (ACVD for inclusion in the subsequent permitting documentation tasks. Prepare a Wetland/Waters of the U.S.Delineation Report (Wetland Delineation Report) in accordance with DSL standards. Consultant's report shall include all wetland data sheets obtained in the field. Prepare appropriate graphics to accompany the report and shall include a site location map, NV11 map,Local Wetland Inventory(LV I) map (if available), soil survey map,and representative photographs. Consultant's Wedand Delineation Report shall also include wetland delineation boundary mapping(figures) as finalized by Consultant. Determine wetland/waters boundaries in accordance with the criteria and methods described in the 1987 Corps of Engineers Wetland Delineation Manual(Environmental Laboratory Technical Report Y-87-1) and appropriate Regional Supplements. Assumptions • PSA will include only City right-of-way or City owned properties. If private properties are added to the PSA,rights-of-entry for completing all necessary field work will be obtained by the City prior to wetland field work. • DSL will require a fee for review of the Wetland Delineation Report. City is responsible for payment of this fee and for all mitigation costs. • City will review the draft Wetland Delineation Report and provide comments to Consultant within two (2)weeks of receipt of the draft. Deliverables Flag the boundaries of wetlands and waters inside the Project Study Area. Draft and Final Wetland Delineation Report. Schedule Wetland field work will be completed within four (4)weeks of receiving NTP or whenever ROEs for affected properties are received.The Draft wetland delineation report will be completed within four (4)weeks of completing field work. Subtask 3.3 Clean Water Services (CWS) Site Assessment Prepare a CWS Standard Site Assessment Report to obtain a Service Provider Letter for the Project. The CWS Standard Site Assessment Report shall outline the result of the field evaluation and document the Project's compliance with the current CMTS Design and Construction Standards Tiedeman Re-Alignment of Fanno Freenway Trail Page 18 (R&O 07-20) Chapter 3. The CWS Standard Site Assessment Report willrequire,at a minimum,the following information and documentation: • Review and analysis of all data obtained during Task 3.1. • Assessment of the vegetated corridors within the PSA • Analysis of R&O 07-20 criteria and applicability to the proposed development. • Completion of the Sensitive Areas Certification Form. • Preparation of the Standard Site Assessment Report,to include: o A description of the PSA and adjacent properties,including a discussion of any off- site wetlands and waters. o A discussion of the existing vegetated corridor width,plant communities identified, and the overall condition of the vegetated corridor area. o A brief discussion of the proposed Project and the buffer enhancement opportunities identified during Task 3.1 field work. o Copies of all required site figures including a Project Vicinity Map,and the Existing Conditions,Proposed Development,and Final Conditions Figures (if necessary). o Copies of all completed data sheets prepared under Task 3.1 (if necessary). o A color photographic record documenting existing site conditions. Once submitted, the Consultant shall track the application and respond to CWS requests for additional information in a timely manner. Assumptions • CWS will not require any on-site visits or personal meetings.All follow-up communication will be accomplished through telephone and/or email correspondence. • All Service Provider Letter fees are the responsibility of the City. Deliverables • One(1) draft Standard Site.assessment in Word format electronically via email • One (1) final Standard Site Assessment as a hard copy Schedule The draft Standard Site Assessment will be provided to the City within three (3)weeks following acceptance of the Predesign.The final version will be provided within three (3)weeks following receipt of City comments on draft. Subtask 3.4 Joint Permit Application Prepare a Joint Permit Application (JPA) and Functional Assessment for a USACE Section 404 Nationwide Permit,DEQ Section 401 '%X'ater Quality Certification and a DSL permit,to authorize work within jurisdictional waters and wetlands within the PSA. Provide pre-submittal coordination with representatives of the USACE and DSL to confirm permitting requirements and application procedures. If necessary, conduct a pre-application meeting at the offices of the USACE and DSL(or on-site) to review the Project plans and to assess initial Agency comments on the Project. Prepare drawings,maps,photographs,project descriptions,and additional information for inclusion in the JPA. Provide engineering plans, concept drawings, site plan details,and project description information as required to quantify and document wetland and waters impacts for the JPA. Prepare permitting documents for City signature and shall submit required application materials directly to Agencies. _Xddress comments and questions from the DSL,USAGE,DEQ,and NRTFS to facilitate the permitting process. Tiedeman Re-Alignment of Fanno Freenway Trail Page 19 Assumptions • City is responsible for obtaining City Land Use Department signatures on the permit application • One round of revisions to the JPA based on City comments. • The potential wetland and water impacts will be minimal and will be authorized according to the Nationwide Permit Program administered by the USACE.This scope of work does not include preparation for an Individual Permit(IP) application to the USACE. • Due to the varied nature of post-submittal coordination,Consultant time is limited to 8 hours of office review and coordination time for post-submittal coordination. • Geotechnical drilling will not be required below-jurisdictional waters or wetlands. • Wetland mitigation will be satisfied by bu)ing credits at a wetland mitigation bank. • City will be responsible for payment of mitigation payment and DSL submittal fees. • Consultant's best professional judgment,based upon the functions and values presented in the Judgmental Method in the Guidebook for Hydrogeomorphic (HGM)-based Assessment of Oregon Wetland and Riparian Sites (Adamus 2001),will be used for evaluating wetlands within the project study area (PSA). Deliverables • Draft and final JPA. • Wetland Functional Assessment Schedule The draft JPA will be submitted to City for review within four(4)weeks of receiving approval of Predesign. Subtask 3.5 ESA Compliance Documentation Consultant shall use the US Army Corps of Engineers (USACE) SLOPES programmatic biological opinion (BO) to evaluate the effects of the project on Endangered Species Act(ESA) listed fish species that may be impacted by the project.Prepare programmatic SLOPES V documentation to obtain the Section 404 permit from the USACE. Coordinate with the USACE, the National Marine Fisheries Service (NMFS),Oregon Department of State Lands (DSL), Oregon Department of Fish and Wildlife (ODFV),and Oregon Department of Environmental Quality (DEQ) to obtain the information required by the USACE and NMFS to complete the programmatic documentation. It is anticipated that one on-site visit with NMFS and the USACE will be required for this task. Assumptions • IXUe new bridges are typically not covered,NbiFS will allow the use of SLOPES for the proposed bridge.The project will meet all other programmatic biological opinion conditions thus requiring no compensatory mitigation. • Project will not require geotechnical drilling within wetlands or waters. • ESA/SLOPES mitigation design and coordination is excluded from this scope. Deliverables Draft and final programmatic BO documentation. Schedule Programmatic BO documentation will be submitted with Task 3.4 Tiedeman Re-Alignment of Fanno Freenway Trail Page 20 Subtask 3.6 ODFW Fish Passage Plan It is assumed that all work will occur above ordinary high water and that an ODFW Fish Passage Plan will not be required. Subtask 3.7 NPDES 1200-C Permit Application It is assumed that total ground disturbance for the project will be less than 0.5 Acres and as a result the 1200-C Permit will not be required. Task 3.8 Prepare Preliminary Site Restoration Plans Construction of the proposed bridge and path will result in temporarily disturbed areas requiring site rehabilitation. Consultant shall prepare a Preliminary Site Restoration Plan for the site.Preliminary plans shall be designed based on existing conditions as observed from site reconnaissance,provided site assessments, surveys,and shall adhere to all permit requirements. Consultant shall make one site visit to review native species and anticipated areas of impact. Preliminary plans shall include the following: Table providing proposed species, size,and estimated quantities of plant materials required for appropriate re-vegetation within the bridge replacement site, ■ Plan graphic depicting the location and identification of plant materials to be used within all areas proposed for rehabilitation. ■ Preliminary estimated cost for site rehabilitation. ■ Planting outlined in any required Urban Forestry Plan and/or tree removal permit Deliverables/Schedule: Consultant shall: ■ Include Preliminary Site Restoration Plans vith the deliverables for JPA Task. Task 3.9 Prepare 90%and Final Site Restoration Plans Consultant shall develop site rehabilitation planting plans, cost estimate,and specifications for construction. Site rehabilitation shall be limited to areas vithin the PSA. Final plans shall be stamped by a Landscape Architect registered in Oregon. Rehabilitation planting plans shall be designed based upon the Preliminary Site Restoration Plan,and shall adhere to all permit requirements. Consultant shall incorporate corrections into 90%and 100%plans as required based on comments received from the preliminary review. 90%and 100%plans shall include the following: ■ Table providing proposed species,size, and estimated quantities of plant materials required for appropriate re-vegetation within the bridge replacement site, ■ Drawings and details that identify the type,location,and density of proposed plantings within all areas proposed for rehabilitation.Two plan sheets are anticipated. ■ Construction notes and details depicting appropriate installation of restoration materials. ■ Develop Special Provisions Deliverables/Schedule: Consultant shall: ■ Include 90%Site Restoration PS&E in the Advance PS&E Package ■ Include Final Site Restoration PS&E in the Final PS&E Package Tiedeman Re-Alignment of Fanno Freenway Trail Page 21 Task 3.10 Land Use and Other Local Permits The project is anticipated to require several City or other local permits or approvals,including: ■ Stormwater Connection Permit (CWS approval) ■ Limited Development Review(CWS review) ■ Tree Removal Permit for tree impacts in sensitive lands ■ The city is expected to handle the Sensitive Lands Review(Type III) for impacts to the Fanno Creek drainage way, floodplain,and Goal 5 Safe Harbor riparian area. ■ All Building Permits are assumed to be handled by the city Consultant shall prepare application forms and supporting documents necessary to obtain the above listed permits. Supporting documents may include: - Urban Forestry Plan - CWS Site Development Application - Tree Removal Application - Wildlife Habitat Assessment All applications and documentation will meet the requirements outlined in the applicable sections of the City of Tigard Development Code and/or CWS Design and Construction Standards. It is assumed that alls support applications will be completed and turned over to the city to submit and coordinate with the appropriate review agencies.Any modifications to the applications will be completed by the city. City shall coordinate with CWS to determine which applications and approvals are necessary. Applications or documentation identified as required by CWS or City but not listed above and additional level of coordination may require an amendment to this contract. Assumptions The proposed project has been adopted as part of the City's TSP and/or bicycle and pedestrian pathways plan. No variances to Section 18.775.090 shall be required. No Plan amendments shall be required. The habitat areas map is accurate and no detailed delineation shall be required. All permit application and review fees are the responsibility of the City. Deliverables Draft and Final local permit applications and supporting documents,as outlined above and required by reviewing agencies. Schedule Draft land use permit applications and supporting documents shall be submitted within four(4) weeks of receiving the CWS Service Provider Letter from the city. Final applications and supporting documents shall be submitted within 2 weeks of receiving City review-comments. Task 4 Geotechnical Investigation This phase of work will provide a subsurface investigation to support the design of the proposed pedestrian bridge and boardwalk.Consultant work shall include site subsurface investigation,development of geotechnical design parameters and engineering recommendations for the proposed bridge foundations,and development of geotechnical construction considerations.Consultant shall summarize geotechnical findings in a geotechnical engineering report.The geotechnical scope of services will consist Tiedeman Re-Alignment of Fanno Freenw•ay Trail Page 22 of review of existing data and site reconnaissance,subsurface explorations and laboratory testing, geotechnical engineering analysis,geotechnical report preparation,review of geotechnical related plans and specifications. Subtask 4.1 Data Review and Site Reconnaissance Consultant shall review available existing data provided by agency including,but not limited to, bridge as-built drawings,previous geotechnical reports,and available in-house borings in the project vicinity. Consultant shall conduct a geologic reconnaissance of the site. Consultant shall identify the geologic conditions at the project site,any geologic hazards present and their impacts to the proposed project elements. Proposed boring locations will be staked or painted on the ground. Deliverables • Include site reconnaissance notes with task 4.4 Subtask 4.2 Field Exploration and Laboratory Testing Consultant shall conduct one drilled borings with a small drill rig that v.ill be transported by a four wheeler and by hand at the approximately location of the north bridge abutment. Disturbed and undisturbed samples will be collected at 2.5-foot intervals to a depth of 15 feet and at 5-foot intervals between 15 and 30 feet.All field work shall be observed and recorded by a geologist or geotechnical engineer. Consultant shall drill two hand auger borings up to 15 feet at the south bridge abutment and the proposed boardwalk location to verify the soil conditions. Consultant shall perform laboratory tests on disturbed and undisturbed soil samples obtained from the explorations to characterize the subgrade soils and to develop soil parameters for slope stability analysis and the trail embankment and bridge foundation design.The laboratory testing may consist of up to three (3) moisture content measurements,one (1) particle size distribution analyses,and one (1)Atterberg Limit determination. Assumptions: • Site access will be arranged by Agency no permits are required. • Drilling can be completed during the day with a small drill rig. • No soil or groundwater contamination is present on or near the site. • All drilling permits will be paid by agency if required. Deliverables: • Include boring logs,locations,and site conditions with Task 4.4. • Include laboratory test results with Task 4.4. Subtask 4.3 Geotechnical Engineering Analysis Consultant shall complete a geotechnical analysis,provide design parameters and provide design and construction recommendations based upon the field investigation and laboratory test results.The engineering evaluation and analyses will be performed in accordance with the ODOT Geotechnical Design Manual(April 2012).The geotechnical analysis shall include the following: Tiedeman Re-Alignment of Fanno Freenway Trail Page 23 • A site-specific seismic hazard evaluation will be performed including the peak horizontal acceleration on rock for 475-year and 975-year return period ground motions,applicable Seismic Performance Category,and site hazards due to potential liquefaction and lateral spreading; • Evaluation and development of recommendations for bridge foundation design; • Design and construction recommendations for fills and approach embankments including global stability,settlement,and bearing capacities. • Design and construction recommendations for the proposed boardwalk. Deliverables • Include geotechnical analysis results and all design and construction recommendations with Task 4.4 Subtask 4.4 Geotechnical Engineering Report The Geotechnical Engineering Report shall be prepared in accordance with the most current version of the ODOT foundation design and report writing guidelines.Consultant will develop one Foundation Data Sheet for the project. Deliverables • Submit a revised Draft Geotechnical Engineering Report that includes a summary of field investigations,analysis results,and recommendations for support of the proposed pedestrian bridge and boardwalk design. • Submit a Final Geotechnical Engineering Report,%ithin two(2)weeks upon receipt of comments. Subtask 4.5 Review of Plans and Specifications Consultant shall review geotechnical-related plans and specifications. Consultant shall review the incorporation of geotechnical data and recommendations from the Final Geotechnical Engineering Report into the 100%PS&E. Deliverables • Provide review comments by email and notes in the design plans Task 5 Hydraulic and Stormwater Studies Subtask 5.1 Hydraulic Analysis and Report Provide a hydraulic analysis for the Project site. Perform the following tasks for the bridge site as necessary to complete the preparation of the Hydraulic deliverables. Review Existing Data/Site Inspection Obtain and review available data and models related to hydraulics at the Project site.Visit and inspect the Project site.Assess stream channel,scour conditions,identify sections for the hydraulic model,and estimate hydraulic model parameters. Review existing soil conditions,existing drainage patterns,potential locations for storm water infiltration and drainage conditions for stormwater runoff analysis. Hydraulic Analysis Develop the 2-year, 10-year,50-year, 100-pear and 500-year flows for Fanno Creek in the vicinity of the new bridge crossing.Develop one (1) site specific hydraulic model for the Project.The site Tiedeman Re-Alignment of Fanno Freenway Trail Page 24 specific hydraulic model must contain three (3) conveyance alternatives: (1) the "natural" channel, (2) the proposed structure,and (3) a floodway analysis. A no-rise analysis will be performed for the Project site.The no-rise analysis will be documented within the Hydraulic Report. Scour Analysis and Abutment Protection Design Perform scour analyses for the hydraulic conditions resulting from the design alternative in accordance with the current ODOT Hydraulics Manual.The analysis will include combinations of scour types to determine what scour potential exists. Using Agency,HEC-18,and HEC-23 criteria, select and size abutment protection for the bridge.Protection measures shall be included in the final design and documented in the Hydraulic Report. Hydraulic Report Prepare a Hydraulic Report summarizing the findings and recommendations from the review of existing data, site inspection, hydraulic analysis and scour analysis and abutment protection design. Consultant's Hydraulic Report must include: Site hydrology, flood history (if known from Project information), flood flows,velocities and water surface elevations,and summary and output from the HEC-RAS hydraulic analysis. A description of the impacts of the recommended bridge opening and mitigation design on hydrology and hydraulics of the project site including design recommendations for abutment protection. Submit the Draft Hydraulic Report with the Predesign Report review b;the City. Respond to review comments, and revised or amended Hydraulic Report as required. Deliverables: • One (1) electronic copy in PDF format of Draft Hydraulics Report to be delivered as part of the Predesign Report as described in Task 8.1. • One (1) electronic copy in PDF format of Final Hydraulics Report. Task 5.2 Floodway Mitigation Predesign Provide preliminary design of mitigation measures on site to ensure no-rise due to project impacts within the Fanno Creek floodway. Preliminary mitigation design shall be included within the HEC RAS hydraulic model for the project and documented within the Draft Hydraulic Report. Deliverables: • One (1) electronic copy in PDF format of Floodway Mitigation Predesign to be delivered as part of the Draft Hydraulic Report as described in Task 5.1. Task 5.3 Floodway Mitigation 90%and Final design Provide 90% and Final design of mitigation measures on site to ensure no-rise due to project impacts within the Fanno Creek floodway. The 90%and Final mitigation design shall be included within the HEC RAS hydraulic model for the project and documented within the Hydraulic Report and 90%and Final PS&E. Deliverables: • One (1) electronic cop;in PDF format of Floodway Mitigation 90% design to be delivered as part of the Final Hydraulic Report as described in Task 5.1. Tiedeman Re-Alignment of Fanno Freenway Trail Page 25 • Engineer shall provide 90% copies of all mitigation measure plan sheets and estimate with 900/6 PS&E Package. Up to two plan sheets are assumed for this task. • Engineer shall provide a completed comment log addressing Mitigation Predesign comments • Engineer shall provide Final copies of all mitigation measure plan sheets and estimate. Up to two plan sheets are assumed for this task. • Engineer shall provide a completed comment log on 90%PS&E comments • Quality Control documentation shall be maintained in files located at Engineer's corporate office and be available for inspection by the City upon request. Task 5.4 Stormwater Design The new impervious surface created with the project are non-pollutant generating and therefore water quality will not be required.Approved CWS LIDA approaches will be used for infiltration. Deliverables: • 1 plan sheet with stormwater LIDA facility details Assumptions: • No formal stormwater management report will be required for CWS or permitting • Stormwater quality management will not be required Task 6 Pathway Design Subtask 6.1 Pathway Predesign Investigate pathway design alternatives with regard to geometric design standards, staging issues,and enxironmental impacts. In conjunction with structural and hydraulic design,investigate up to two alternatives during predesign. Determine a preferred alternative based on constructability,access control, environmental impacts and mitigation,utilities, stormwater control,and construction cost. Prepare preliminary pathway dray Ings for the preferred alternative.The pathway drawings for the preferred alternative shall be included in the 30°,o Plans and Estimate.The preliminary pathway drawings shall be on 11"x17" sheets and shall include: • Title Sheet (1 sheet) • Typical sections (2 sheets) • Plan and profile drawings (2 sheets) Deliverables • Results of the pathway alternatives analysis will be summarized in the predesign report • One (1) 11" x 17" hard copy and one (1) electronic copy of preliminary pathway drawings to the City. Schedule • Predesign shall be completed within 11 weeks following the kickoff meeting Subtask 6.2 Prepare 90% Pathway PS&E Engineer shall prepare and submit the following plan drawings for submittal to the City for review as applicable. Tiedeman Re-Alignment of Fanno Freenway Trail Page 26 • Title Sheet (1 sheet) • Index of sheets (1 sheet) • Typical Sections (2 sheets) • Detail Sheets (2 sheets) • Plan&Profile Sheets (2 sheets) • Erosion Control Details (2 sheets) • Erosion Control Plans (2 sheets) OBEC shall perform an independent design check and Quality Control/Quality Assurance (QC/QA) review of drawings, specifications and quantities in conformance with Engineer's written Quality Program. Traffic control shall be handled by the contractor in compliance with ODOT Standard Specifications and will not be designed by Engineer. Engineer shall prepare and submit engineer's construction cost estimate of pathway construction quantities and costs for 90%Plans. Deliverables • Engineer shall provide 90% copies of all pathway plan sheets and estimate with 90%PS&E Package • Quality Control documentation shall be maintained in files located at Engineer's corporate office and be available for inspection by the City upon request. • Engineer shall provide a completed comment log addressing 30%PS&E comments Schedule 90%Design shall be completed within 8 weeks following the 30% design meeting Subtask 6.3 Prepare Final Pathway PS&E Engineer shall prepare and submit the Final plan drawings as described in Task 6.2 for submittal to the City for bidding as applicable. Engineer shall perform an independent design check and Quality Control/Quality Assurance (QC/QA) review of drawings,specifications and quantities in conformance with Engineer's written Quality Program. Engineer shall prepare and submit engineer's construction cost estimate of pathway construction quantities and costs for Final Plans. Engineer shall make corrections as required following County review of 909/'0 Plans,Estimates,and Specifications. Responses to comments shall be documented in a comment log spreadsheet. Deliverables • Engineer shall provide Final copies of all pathway plan sheets and estimate • Quality Control documentation shall be maintained in files located at Engineer's corporate office and be available for inspection by the County upon request. • Engineer shall provide a completed comment log on 90%PS&E comments Tiedeman Re-Alignment of Fanno Freenway Trail Page 27 Schedule • Final design shall be completed within four(4)weeks of the 90% design review meeting Task 7 Structure Design Task shall include the alternatives analysis, final design,and production of plans,specifications and estimates associated with the proposed structures. Subtask 7.1 Structures Predesign Prepare preliminary analysis and cost estimate for the proposed bridge. The analysis shall include preliminary engineering,and feasibility and fatal flaw analysis associated with the identified bridge alternatives.Analysis will include consideration of bridge type, foundation design,and boardwalk structures. Prepare 30%bridge plans, and cost estimate based on the direction received following the predesign meeting.Task shall include design,independent checking,and drafting associated with the proposed bridge. Assumptions • Predesign shall assume design of a metal truss bridge. • Predesign shall consider a timber boardwalk with a wooden rail. • The preferred design alternative will be presented in the predesign report. • The total number of 30% structural sheets is assumed not to exceed 6 sheets • Design shall be in accordance with City design standards,AASHTO Design Specifications, and the ODOT BDDNI • Drawings shall be half-size (11"x17' produced in microstation format to Consultant Standards Deliverables • Results of the Alternatives analysis shall be included in the predesign report • 30%Design drawings will be delivered electronically(PDF) as part of 30%Plans and Estimate design package • Cost estimate for bridge quantities will be included with the project estimate Schedule • Predesign will be completed within 11 weeks of the project kickoff meeting Subtask 7.2 Prepare 90% Structural PS&E Prepare 901/0 structural plans, specifications and cost estimate based on the direction received following the predesign review meeting. Task shall include design,independent checking,and drafting associated with the proposed bridge. Engineer shall prepare complete plans,details,and specifications for the bridge structure so that the city can procure a prefabricated bridge structure following 90% design submittal. Bridge plans shall include general layout, structure type,and loading criteria for the bridge superstructure. Engineer shall also provide full foundation design plans for the bridge. Assumptions • Level of effort is based on the assumption that no changes to the bridge type or cross section will be required following 30% design. Tiedeman Re-Alignment of Fanno Freenway Trail Page 28 • The total number of structural sheets is assumed not to exceed 12 sheets. • Design shall be in accordance with City design standards,AASHTO Design Specifications, and the ODOT BDDM • Drawings shall be half-size (11"x17") produced in microstation format to Consultant Standards Deliverables • 90%Design drawings will be delivered electronically (PDF) as part of 90%PS&E design package • Cost estimate for structural quantities will be included with the project estimate • 90%Bridge superstructure drawings,specifications,and cost estimates will be submitted electronically (PDF) as a separate design submittal for use by the city in procuring a prefabricated bridge structure. Schedule • 90%Design shall be completed within 8 weeks following the predesign review meeting Subtask 7.3 Prepare Final Structural PS&E Prepare final stamped and signed plans, specifications and cost estimate. Plans and Specifications shall be signed by a qualified professional engineer licensed to practice in the state of Oregon. Final deliverables shall address all outstanding review comments to the satisfaction of the city. Submit final structural computations in a calculation book,stamped by the design engineer after submittal of the signed construction plans. Assumptions • Level of effort is based on the assumption that no changes to the bridge type or cross section will be required following 30% design meeting. • The total number of bridge sheets is assumed not to exceed 12 sheets Deliverables • One hard copy of half sized (11"x17" paper) Final Stamped Structural Plans • One scanned electronic .pdf copy of half size (11"x17") Final Stamped Structural Plans Schedule • Final design shall be completed within four(4)weeks of the 90% design review meeting Task 8 Reports and Specifications Subtask 8.1 Predesign Report Prepare and compile a predesign report outlining the results of the preliminary analysis. The design report will provide narrative descriptions of project concerns,and discipline specific design considerations.The purpose of the report is to identify a preferred solution, and identify the environmental and hydraulic impacts so that permitting tasks can be completed in parallel with final design. Prepare and compile an estimate of construction costs broken down in standard ODOT bid items utilizing applicable until prices. Quantities for each item shall be calculated and independently Tiedeman Re-Alignment of Fanno Freenway Trail Page 29 checked by the consultant.The cost estimate will based on the preferred design alternative.Prepare an outline of the necessary special provisions. Assumptions • The results of the alternatives analysis and predesign tasks listed above will be summarized in the predesign report • The predesign report will be finalized following the predesign meeting • Any design options the city wishes to be considered for the predesign report will be identified at the conclusion of the project kickoff meeting • Cost estimate will be completed with a target accuracy of+/-20%with a construction contingency of 20%of the total construction costs • Cost estimate will include all external construction costs including construction engineering costs Deliverables • The predesign report will be delivered electronically in .pdf format • Cost estimate will be completed in a Dlicrosoft excel format and delivered electronically. Schedule • The draft predesign report will be completed within 8 weeks of the project kickoff meeting • A final stamped predesign report will be submitted within 2 weeks following the predesign review meeting Subtask 8.2 Compile 90% Specifications and Cost Estimate Compile 900/'0 specifications and cost estimate for all technical disciplines associated with the project. Prepare Special Provisions utilizing ODOT standard specifications and boiler plate special provisions.Write any additional special provisions needed and prepare construction cost estimates based on the 90% design drawings. Review the city's boiler plate general conditions and bid documents and provide edits,as necessary. Assumptions • Cost estimate will be completed with a target accuracy of+/- 10%with a construction contingency of 150/'0 of the total construction costs • Cost estimate will include all external construction costs including construction engineering costs • Bridge Superstructure Specifications and Cost Estimates will be provided separately as defined in task 7.2 • City shall provide all non-technical specifications and general conditions in.doc format for review by the consultant Deliverables • 900/0 Specifications delivered electronically in .doc format • Cost estimate delivered electronically in .xls format Tiedeman Re-Alignment of Fanno Freenway Trail Page 30 Scbedule • 90°'o Cost estimate and specifications will be completed within 8 weeks of the predesign review meeting Subtask 8.3 Compile Final Specifications and Cost Estimate Compile final specifications and cost estimate for all technical disciplines associated with the project. Prepare final stamped special provisions and cost estimate based on direction obtained at the 90% review meeting.Address all city comments received at the 90% submittal in preparing the final specifications and cost estimate. Assumptions • Cost estimate will be completed with a target accuracy of+/- 10%with a construction contingency of 10% of the total construction costs • Cost estimate will include all external construction costs including construction engineering costs • City shall be responsible for producing all non-technical specifications and general conditions; consultant shall provide an overall review of non-technical specifications and general conditions and will provide feedback regarding potential sources of conflict with technical specifications. Deliverables • One set of review comments on non-technical specifications and general conditions • One paper copy of the stamped final specifications and cost estimate Schedule • City shall provide non-technical specifications for review 4 weeks prior to Final PS&E Submittal. Consultant shall return review comments 2 weeks prior to Final PS&E Submittal Task 9 Quality Assurance Provide senior level quality assurance (QA) of all major deliverables in accordance with Consultant's Quality Management Plan(QNfP) and project specific Project Quality Plan (PQP).All major deliverables shall be reviewed internally by the project manager,and a principal level engineer. Assumptions • Complete a formal internal QA process for the following deliverables: o Predesign Report 0 90%PS&E o Final QA • All QA related comments shall be reviewed and verified to the satisfaction of the reviewer Deliverables • The QA comment logs, and PQP documentation shall be available to the cite,at any time,in electronic format within 5 days of request. Schedule QA will be completed prior to submitting all deliverables listed above for city re-lew. Task 10 Bidding Support Tiedeman Re-Alignment of Fanno Freenway Trail Page 31 Provide engineering services necessary to facilitate bidding the final PS&E documents for construction. Subtask 10.1 Bridge Superstructure Procurement Support Provide engineering services necessary to support the city's procurement of a bridge superstructure that includes answering questions,identifying manufacturers,and assisting the city with evaluating estimates and selecting a prospective bridge manufacturer. Consultant shall review bridge shop drauwings for general compliance with bridge geometry,type, and conformance with specifications. Assumptions • Anticipated level of effort is limited to 30 hours of total engineering services. • Final engineering design of bridge superstructure shall be completed and stamped by others Deliverables • None Schedule • Respond to any requests for service during the procurement process within seven (7) days of request Subtask 10.2 Pre-bid Services Provide engineering services necessary to support the bidding that includes answering questions, attending the pre-bid meeting,and assisting the city with evaluating estimates and selecting a prospective bidder Assumptions • Anticipated level of effort is limited to 12 hours of total engineering services. Deliverables • None Schedule • Respond to any requests for service during the bidding process within two (2) days of request Subtask 10.3 Prepare Technical Addenda Prepare technical addenda,as required,to address contractor questions and resolve documented inconsistencies in the plans and specifications. Assumptions • Effort assumes up to 1 technical addenda • Each addenda will require modifications of up to 2 plan sheets and 2 technical specifications Deliverables • Addenda shall be submitted,as required,to the city electronically in.pdf format Schedule • Addenda will be provided to city within five (5) days of request Tiedeman Re_alignment of Fanno Freenway Trail Page 32 Task 11 Construction Services Consultant shall provide construction support including submittal review, RFI responses, Site observation,and construction administration. Consultant shall prepare record drawings showing the as constructed facilities based on contractor provided notes. Consultant shall attend a final walkthrough of the project with City staff and contractor. Assumptions • Effort assumes up to 4 submittals and 4 resubmittals • .Effort assumes up to 6 RFIs • Construction duration shall be limited to 4 months • Scope assumes up to 16 site visits each lasting up to two hours • Record drawings shall be provided in .pdf and AutoCAD format • Contractor shall be responsible for providing own construction survey and final horizontal and vertical datum support. • Final walkthrough shall be up to two hours with up to 2 Engineer employees • Review contractor pay requests, quantity verification, and provide recommendations to the City project manager—assume effort to align with scoped site visits. • City to provide overall project management of construction Tiedeman Re-Alignment of Fanno Freenway Trail Page 33 Exhibit B Engineers Schedule of Rates Tiedeman Re-Alignment of Fanno Freenway Trail Page 34 City of Tigard Tiedeman Realignment August S,2016 ESTIMATED COST OBEC Consulting Engineers EXHIBIT A OBEC Joh No.P360-0017.00 Droaran M-Sw ingutxr6 FnBmxrS Enginxre En-ti mdnl Sr 11-nm•nlal Dmfhng Pnaapnl/Vrn DrvraanlEanogn P.vprd Sunoyar- Frapd TOTAL Mor,anr Ztoko, Shannon a 1 ad TASK TASK Eneinxr8 CADDndkr4 $arv•y AahI Surxy Txh3 A-dnd/ SP-1w 1 Sp_bv. 4_11Pnssdad I T­Lxd P.I d Conh•Itar HOURS LA Wdaen BUDGET N Robds•4 A He1•e A Jonas A Bu k./A E 0•rmnndsan B Whdeh-0 J Sk pfel R&buR L Ddox G.Hakonson J Wy A PM D Wrk• B.Don A Malt" Fodna _TAM!PROJECT MANAOEMFNT 1.1 Ovnol Proi•n Manaq•ndnt 36 -•_-•_-- 13.Prolen Mxtk:gs Z5 24 3. _ _- __-, S11,254, Task Sk;" 61 24 0 0 -- - v-0 0 0 0 "O 0 0 0 0 0 24 107 -•---r- -----ZO.00. ;0.00 ;16, TASK 2 SURVEI 1 i 1 i. 4.1 Horaomal nd V•rlkal Cemrol I 2 9 T 9 I 20 S',616.00 2.20 -Condruction R•cord of Su y 24 16 16 56 - ---- 35,S92TO !.3Tapra$ra�hk Survey and Base MaPPinq - - -_ - -_I - - •• ,•• _ ._------- - - fi 32 I 38 7B I --••---••;6,404,4 Task Sukt•MI O 0 O O C 0 0 O 0 0 O a6 57 w 0 134 ;D.00r ;0.00, - COAD'•• - 18,61 TASK J ENVMONM@RAL DOCUMENTATION AND PERMITS -_W__.�_,..___._-- __.___. -•____�... �..� •__� _.W._2_ _ - - 9.1 Ravi•w Dara and OnCrotng Cammunkattan _ 4 _ ��_ 12 10 I- 26 nd __ --- .• S24BOBAO 3.2 WorlaD•11-atien and R•pan 2 -� 8 16 _I I I 90 _- $7,948,40 8.3 Clean Warr 5•rvk•s(CWS)Sit.Asseaa:eM i! 11 28 84 9A JoM PermB AppOcdran 2 SO F. 24 90 -S8,216,00 3.5 ESA Compilanot Daanaantmkn 2 32 a _ _ I 42 _ - S3,86aAO 8.6 ODFW Fid:Petaag•Plan 0 $0.00 3.7 NPDES 1200-CP•rn1 Appkation 0 _ $0.00 8.1 ProRminary SBM Reslormton Plan, B 8 53,00003 $3,656 oo 9.9 Pnparo 90%and Final SRe Realarafon Plan B __ I 8 $3,210.00 �33,866.00 3.10 Land U.and Other heal Permhs 2 20 8 8 38 53,000.0.." $6,620.00 .�_. -.--- Taskfu I2 O 0 0 0 244 Sb 76 0 ! 0 0 0 0 9 0 T66 ;9,410. ;D. ;44,68 n4 OTECIEaCALEIVFS7WAT10N 1 __ _ _ _ _ 1 Dara R-1­and Sit.Racomoksonca 2 i7"-- 5575.00. _ _--_ _5907.00 4.4 B•Id Explamtlon and Wborarory Tedinq 1 0 $4,790.0054,790.00 a3 Gserodmicol rmglneerinq Analysis I o $2,966.00 •-js,9ss-oa 4A Gse dtnieal EVI..rkp R•pon 2 4 - - - -- --- --- 6 _ $3,695.00 ----- _•-_--$.6 43.00 .... 4.5 ReviewdPlan and SPaeificatiom Task Srrkrold 7 4 O 0 s O 0 0 ._0. __-_O O____ �_. _.-O _. ._a .. =••O O - q R - ;O.ar 50.00' 514,685.00. ;0 14,165.00 1 f TASKS HYDRAULIC AND STORMWATER STUDIES j e 5.1 4 - - - - - _.• 2 94 5.2 Flaodway Will tion Pmdesgn 2 20 2- _ _59,788.0 _ _ _ $2,306.00 5.3 F6odway MOigorian 90%and R-I Des1 n 4 24 I 16 i 44 $4,420.00 SA Slaaa a r AR•mwM•s Ana"and Dedgn4 20 B 32 $2,29200 r -_53 St-.~ W nPion y __ -- 0 _ 5000 __ ._ - .,. _ - - - __ ._._ _. __ __ - ._. _ ,.---- r _--_.- _ ..y, .. - .._, ,._ TukSahlold 0 O 16 194 ! 40 0 1 0 ,28 0 0 0 0 r 0 0 --• J - - .. -.192- $0A6 ;0.00•.. _- 0:06�_. "All $19,. TASK 6 rA7XWAY DHiGN at Pn6 way al Preparo 90•h Psffirny P56E .I -- 79 -1 _....__'_ I- .I -by (•• --37.17L00 10 40 24 4 I 1 I _ 75 57,70300 a8 Prpan Fkwl Pdlnvay P58E 12 h 24 I 21 I II 61 _ $6,777_00 SuMa Ta ___._....,_..__o.- . .. B 1 0 + 0 0 0 405 ;I -•541,211.Sokoto! 4 0 82 0 92 0 0 76 r S r --I TASI( STRUCTURE DESIGN s 7.1 S1s+M+irer Prededgn B I 44 60 1 � , 137 � I I S16Att5.00 - _ 7.Y Pnpan 90%Stradural P56E 2d 120 w 1 - 108 4 --�_--� _ 2i6 112600 7.7 Proparo Final Stram,ral P58E �- 12 ib -- -• _ _ •• ..�- -1 _ - - - 53 - .0 ...T ik Su14,,d -• ! - -- 1 . . -m. _....0 160 0- .•, 0 0 " 194 6 .- 0 .-_. _0 .. --; -0 -i. O O 0 446 .50 . 50.00• _SO:aC: ';OJiOTASK B REPORTS AND SPECIFICATIONS6.1 Pnd•d nR• n 81 8 B 8 , 12u � ••- g Pat3 Compile 90%SPedHoatlwss and Cod EOmor• 2 2 2 12 18 1 2 2 j 2 12 -B_ - _46 I .sTaskSbond 12 I9 14 8 O 0 0 0 19 0 0 0 JII 6i �.ao aoo.TASK! UAYTt' MNCEa 1135114 � � ,x•_ _ .- -- --. - _ - - -- - - -- I - - 0 0 0 0 o t o o r- o 0 4 66 ;oao, sD.0o7• "�-oat ;o :6,344 rASK1oNDaldGsluroeT « _ __ r 10.1 Brdge Su emrvdurc Prowromam 8 8 13 + "r�� r- � �- �• - I--- i 2 30 I - I� �- $3,988 10.1 Pre-61d S•rvlces B 4 I '__ ��- I - 12 _I 1 51,544.00 - - 103 Proparo T•dmkal Addenda _ 4 j B ! �-"I 6 � I 2 22 1_ �- -_ 52,820. 4.drwLt6w:1 so � -..� o li . .. ,. o o 0 6 -o--- - .., .o _ .,o . a.. ..4_ �.. ..S6.00s fo.6oi_ S0.�t.. � -•56�-. TASK i I 10E . ProlenMonagemeM __t4 Cardrue0en Suhminoh •v 12 �_ 16 I_ � � _I 4_ 32 _6:,688. q RFk _16 16 I I 4 -�36 55,408.00 IReeard Drawings - 8 8 2A I 40 _ •-_••.•Sti,?SEAO _.--;Penadk Inspection;Quantity and OualRy VerB'icadan 4 _ 64 16 I 16 100 - ;I1,i80.W Task S"041 14 36 24 , 16 M .a -0 24 -i0 - -0 •0 0 32 214 -; 400. •$0.OD. _.$0.00',., ,.$0. $26,968.010 176 ,--�' l6--_. .='9�--'--1 176 ___-�• 242 _-,66•-... _�.--461 _- I 9 .� -_12_ ,-'� ..___- . _NA. AVERAGENOURLYRATL3 $166.00 $154.00 $133.00 $102.00 $102.00 $8200 $116001 $90.001 $133.00 $245.00 $166.001 $133.00 560.00 $90.00 $102.00 _ _ ._ .. _--___.___._ �- TOTAL LABOR ESTIMATE $2274200 $27,104-00 $11,438.00 $72p40.00 $17,952.00 $19,844.00 $6,49 00 (36,360.00 $1,197AD $2,940.00 54,648,48 $4,522.00 $3,420.00 55,670.00 f9,792.00 $9,210.00 $OAO Si2,8B5.00 50.00 5228,660. MISCELLANEOUS EXPENSES= $140.ar TOTAL OBEC PROJECT ESTIMATE= ;229,000,ar TOTAL ESTIMATED COSTS= 229,000 00 EXPENSES Company and Expxse Dartgn Condndion M6aag•(2009575 p•r mg.) $115.00 MkoaOanxn Expxns 525 Totals= $0 $140.00 OBEC Bahia of Coat Last Printed:9/28.2016--11:24 AM Page 1 of 1 OBEC final COST TIEDEM:,N BddgeySfrurxwea.Roedway/Cly➢.Speciecall Renn."ing d Utilities Survey/Georml ice Conahruction Engineering Management ' � fYA'S"111A6 � !AvlY1fYS 2016 Salary Grade#Hourly Rates Personnel Classification Personnel Classification Principal/President $255 Princlpal,rViea President $245 Deshon Construction Division Manager 3 $215 Division Manager 3 $215 Principal/PresWent _ $255 Division Manager 2 $198 Division Manager 2 $198 PrinclpaINlce President _ $245 Project Manager 3 $198 Construction Project Manager 3 $198 Division Manager_3 Engineer $198 Division Manager $166 DNklonManager 2 $198 Division Manager l $166 Construction Project Manager 2 $166 Project Manager _ $198 Project Manager 2 $166 Construction Project Manager l $154 Engineer _ _ Engineer 7 $166 Assitant Project Manager 1 _$196 j g $133 Division Manager 1 $166 Project Managed $154 Construction Engineer 5 $154 Project Manager Engineer 6 $154 Construction Engineer 4 $133 Engineer? $166 Utility Coordinator 3 $133 Construction Engineer 3 $116 Project Manager 1 $154 Transportation Planner $133 Construction Engineer 2 $102 Engineer __$154 Engineer 5 $133 Engineering Tech 4 $116 ugllty Coordinator 3 $133 Designer 4 $116 Engineering Tech 3 $90 Transportation Planner _ $133 Engineer 4 $116 Engineering Tech 2 $72 Engineer $133 Sr.Environmental Specialist $116 Engineering Tech 1 $66 Designer $116 Utility Coordinator $116 CECOP $60Errgineer4 _ _ $116 Utility Coordinator 1 $102 Sr.Environmental Specialist $116 Designer $102 Administration Utility Coordinator 2 _$116 Engineer 3 $102 IT Manager/HR Manager/Marketing Manager $166 Utility Coordinator 1 $102 Environmental Specialist 3 $102 Proposal Manager $116 D_esigner3 _ $102 Designer $90 Contract Administrator $116 Engineer $102 Engineer $90 Database Controller $102 Environmental Specialist $_102 Environmental Specialist 2 $90 Sr.Proposal Coordinator $102 Designer $90 Designer 1 $82 Project Accountant/Project Controller $102 .Engineer2 $90 Engineer 1 $82 Proposal Coordinator/Sr.Graphic Artist $90IEnvlronr a tal Specialist _ __ $g0 Environmental Specialist 1 $82 Network Administrator 1 $90 (Designer 1 $82 Drafting Supervisor $133 Administrative Assistant 4/Sr.Billing Clerk $82 1 Engineer 1 $82 Sr.CAD Drafter $102 Marketing Coordinator 1/Graphic Artists $82 _Drafting gupervlsor_ _ $133 CAD Drafter 4 $90 Administrative Assistant 3 'Sr.Accounting Clerk $72 Sr.CAD Drafter _ _ _ $102 CAD Drafter 3 $82 Administrative Assistant 2/Accounting Clerk 2 $66 CAD Drafter 3 __ $82 CAD Drafter 2 $72 HS Interns/File Clerks $40 CAD Drafter 2 $72 CAD Drafter 1 $60 CAD Drager 1 $60 jDivubn Maneger l __$166 rve 1 Y�---X-.fl Project Surveyor-Teem Lead $1� Division Manager 1 $166 Project Surveyor __ _ $116 Project Surveyor-Team Lead $133 (Survey Tech 3 - __ _ $90 Project Surveyor $116 Survey Tech _ _ _ $72 Survey Tech 3 $90 yDMsbn Manager $215 Survey Tech $72 (Division Manager 2 Survey Tech 1 $60 ,Construction Project Manager 2 $166 rConstruction Project Manager 1 rAsitant Project Manager 1 I $133 Construction Engil_ __— �_ $1541 Construction Engineer 4 Construction Engineer 3 i $1161 Construction Engineer 2 _ 1 _ $1021 Engt,mill rg Tech 4 _ 7 $11611 Engineering Tech 3 ' $gpl 'Engineering Tech 2 ��_ 1 $72; 'Engneerinq Tech 1 $661 CECOP_ _ _ _ $60� IT Manaol Managsrli arketinp Manager 1_ $166 Proposal Manager _t $116 'Contract Administrator _ _ $1161 Database_Controller _ $102: Sr.Proposal Coordinator _ _ $1021 Protect Accountant l Project Controller - $1021 :ProposalCoordinatoriSr-Graphic Artist I _$901 ,Network Administrator l _ T $g0� Administrative Assistant4�Sr.Billing Clerk_ $62 Marketing Coordinator 1 lxr lric Art'ets _ Ii+-- $8_21 Administrative Assistant3/Sr.Accounting Clerk I `$721 IAdministrative Aaeistant2/_Accounting Clerk 2 _L _$6�61 H8 Interns:File Clerks _$401 CAD Drafter 4 $90 'Survey Tech - $60 Travel/Reimbursable Expenses: EnNronmental Specialist 1 $82 Mileage: ODOT Current Rate Equipment Charges: �— Reimbursable job costs will be invoiced at cast. Special equipment @ direct rental cost L