Loading...
Wallis Engineering PLLC ~ C170096 - C.;ity of Tigard CONTRACT CHANCE ORDER/ 13125 SW Hall Blvd. � Tigard,Oregon�77��'3 _ AMENDMENT SUMMARY Phone- (503) 639-417 1 ' * FIELD , HA GE ORDER FOPILM ' Fax-(503)6847297 www.ti ardor. ov Project Title: I-1un7iker Core - SW Wall St. Project Manager: Andrew Newbury TnTtPZ-ovement Project E Contractor: Wallis Engineering, PLLC Original Contract#: C170096 Effective Dates: 12/31/18 to 11/30/20 Chane Order/Amendment Amount: $23,492.00 Accounting String: 460-8000-56005-95047-130 Amendment Percentage Running Total: 5.0% i AMENDMENT DETAILS 1. Additional time needed for construction administration and inspection support. Original contract included six months of construction time whereas actual construction time has been nine months. CHANGE ORDER DETAILS UNITQTY 11LTN3T S J1 -roi-; Original Contract F-i; 1-j- ;}ti;:,5+,7 Chane Order#1 $23.892 f k TOTAL 1 $504,459 REASONING FOR CHANGE ORDER/AMENDMENT See amendment details. J BUDGET IMPACT AND REQUIRED ACTIONS EDA Grant and development ment contribution to pay for additional fees. - REQUESTING PROJECT MANXGER APPROVING STAFF Signature Si nature _ Date Date Contractor is hereby authorized by the City of Tigard to CO CTOR perform the additional work described below in accordance with the terms and conditions detailed in the original contract �j along with all applicable rules,regulations,and laws that may y Signature CITY OF TIGARD, OREGON AMENDMENT TO ENGINEERING SERVICES AGREEMENT#0170096 ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR THE HUNZIKER CORE-SW WALL STREET IMPROVEMENT PROJECT AMENDMENT #1 The Agreement between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and Wallis Engineering, PLLC, hereinafter referred to as Contractor, entered into on the 26th day of April 2017, is hereby amended as follows: 3. A. Basic Fee 1) As compensation for Basic Services as described in Exhibit 1 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 A 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 Five Hundred Four Thousand Four I Iundred Fifty Nine ($504,45911 u..,,.. u.—a..,,a Eighty T-16-A-4-4-s—sind Five ces,.,.... «,7 NAe.IIGG D-11ar-s (GA 80 567 9 4. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment.upon signature and date listed below. CITY OF TIGARD WALLIS E GINEERING,PLLC Signature Signa e Pf-f+I-P, L-- �jIJane Vail Printed Name Printed Name �7 ',9,o December 31, 2018 Date Date CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM (THIS FORM MUST ACCOMPANY EVERY CONTRACT) Contract Title: Hunziker Core—SW Wall Street Improvement Project Numbe 26299 Contractor: Wallis Engineering, PLLC Contract Total: $480,567.00 Contract Overview: Wallis Engineering is being hired to complete the engineering design of Wall St,prepare bidding documents, assist in permitting and perform construction administration. Initial Risk Level: ❑ Extreme ❑ High ® Moderate ❑ Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager: Andrew Newbury Ext: 2472 Department: PW/Engineering_ Type: ❑ Purchase Agreement ❑ Personal Service ❑ General Service ❑ Public Improvement ❑ IGA ® Other: Engineering Services Agreement A10VtKt6e-4- o-D;k-) Start Date: June 6, 2017 End Date: Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Wallis Engineering $480,567.00 DOWL Otak KPFF Century West WH Pacific Account String: Fund-Division-Account Work Qrder—4&tivijy Tyve Arnoun FY 16/17-17/18 460-8000-56005 7' 3J $480,567.00 FY $ Approvals - LCRB Date: a / Department Comments: Department Signature: '/N ��L-------- Purchasing Comments: Purchasing Signature: t City Manager Comments: City Manager Signature: t V v r After securing all required approvals,forwa d original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. January 31, 2017 City o f Tigard FINANCE AND INFORMATION SERVICES QUALIFICATION-BASED REQUEST FOR PROPOSAL (RFP) + � _ z � ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR THE HUNZIKER CORE - SW WALL STREET IMPROVEMENT PROJECT Proposals Due: March 9,2017 -2:00 p.m.local time Proposer must include one (1) original hard copy and one (1) electronic copy on a portable USB (thumb) drive. This project is funded, in part, with a federal Department of Commerce's Economic Development Administration grant and, as such, all applicable federal requirements shall be in effect. 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: josephktigard-ongov Direct Technical Work& Scope Questions To: Andrew Newbury,PE,Sr. Project Engineer Phone: (503) 718-2472 Email: andrewngtigard-or.gov City of Tigard 113125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-41711 www.tigard-or.gov PUBLIC NOTICE QUALIFICATION BASED REQUEST FOR PROPOSAL HUNZIKER CORE-SW WALL STREET IMPROVEMENTS ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES The City of Tigard is seeking sealed proposals from firms qualified to provide professional services to assist with Hunziker Core—SW Wall Street Improvement project. Proposals will be received until 2:00 p.m. local time, Thursday, March 9, 2017 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. This project is funded, in part, with a federal Department of Commerce's Economic Development Administration grant and, as such, all applicable federal requirements shall be in effect. Please see full packet for applicable requirements 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. The City will advertise this RFP over 30 days beginning on February 8, 2017 in the publications listed below. The advertisement will run at least four(4) times in The Oregonian and The Daily journal of Commerce. PUBLISHED: Daily Journal of Commerce DATE: February 8,2017, February 15,2017, February 22,2017 and February 27, 2017 PUBLISHED: The Skanner DATE: February 8,2017 PUBLISHED: The Portland Observer DATE: February 8,2017 PUBLISHED: The Oregonian DATE: February 8,2017,February 15,2017, February 22,2017,February 26,2017 PUBLISHED: El Hispanic DATE: February 16,2017 QBS—Hunziker Core,SW Wall Street Improvements 2 I' a i, Close—Thursday,March 9,2017—2:00 PM TABLE OF CONTENTS TITLE PAGE TitlePage...........................................................................................................1 PublicNotice----------------------------------------------------------------------------------------------------2 Tableof Contents..............................................................................................3 SECTIONS Section1 Introduction....................................................................................................... Section 2 Proposer's Special Instructions.........................................•....................•..........4 Section3 Background------------------------------------------------------------------------------------------------------ 8 Section 4 Scope and Schedule of Work---------------------------------------------------------------------------9 Section 5 Proposal Content and Format........................................................................12 Section 6 Proposal Evaluation Procedures.... .......14 Section 7 Proposal Certifications................................................................... Section8 Signature Page-.................................................................................................17 ATTACHMENTS Attachment A Acknowledgement of Addenda......................................................................18 Attachment B Statement of Proposal.............................................•----..---.--...............-----..•....19 Attachment C City of Tigard Engineering Services Agreement--------------------------------------------20 Attachment D Wall Street 30% Design Plans-------------------------------------------------------------------------35 QBS—Hunziker Core,SW Wall Street Improvements 3 1 P c Close—Thursday,March 9,2017—2:00 PM SECTION 1 INTRODUCTION The City of Tigard is seeking sealed proposals from firths qualified to provide professional services to assist with Hunziker Core - SW Wall Street Improvement project. Proposals will be received until 2:00 p.m. local time, March 9, 2017, 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. This project is funded, in part, with a federal Department of Commerce's Economic Development Administration grant and, as such, all applicable federal requirements shall be in effect. 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 February 8,2017 Advertisement and Release of Project Packet February 28,2017— 10:00 a.m. Mandatory Pre-Proposal Meeting at City March 9.2017—2:00 p.m. Deadline for Submission of Proposals March 20,201 Negotiations April 18,2017 Award of Contract by LCRB Aril 26.2017 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.,March 9,to the address below. Each proposal must be submitted in a sealed envelope and designated with proposal title. Proposer must include one (1) original and one (1) electronic copy on a portable USB (thumb) drive. To assure that your proposal receives priority treatment,please mark as follows. OBS—Hunziker Core - SW Wall Street Improvements City of Tigard—Utility Billing Counter Attn: Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 QBS—Hunziker Core,SW Wall Street Improvements 4 1 P a g r Close—Thursday,March 9,2017—2:00 PM 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 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 the 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 Addenda,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 Addenda"with proposal. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. QBS—Hunziker Core,SW Wall Street Improvements 5 1 1' Close—Thursday,March 9,2017—2:00 PM 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. FEDERAL FUNDING AND REQUIREMENTS This project is funded, in part, with a federal Department of Commerce's Economic Development Administration grant and,as such,all applicable federal requirements shall be in effect. The following federal requirements, along with others applicable to the work described herein, shall be in effect under the Agreement resulting from this RFP: 1. The Davis-Bacon Act 2. Small Businesses,Minority Business Enterprises, and Women's Business Enterprises Contracting and Outreach 3. The Contract Work Hours and Safety Standards Act 4. The National Historic Preservation Act 5. The Historical and Archeological Data Preservation Act 6. The Architectural Barriers Act 7. The Uniform Relocation Assistance and Real Property Acquisitions Policies Act 8. The Energy Conservation and Production Act 9. Nondiscrimination Requirements 10. Drug-Free Workplace Requirements 11. Lobbying Restriction Requirements 12. Federal Environmental Requirements 13. American-Made Equipment and Products Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity(Executive Order 11246) Proposer's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for minority Goals for female Time- tables participation for each trade participation for each trade Upon Completion of the Work 6.9% 6.9% These goals are applicable to all the successful proposer's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area,it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. QBS—Hunziker Core,SW Wall Street Improvements 6 1 11 ;1 g c Close—Thursday,March 9,2017—2:00 PM The successful proposer's compliance with the Executive Order and the regulations in 41 CFR part 60-4 shall be based on its implementation of the Equal Opportunity Clause,specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the successful proposer's goals shall be a violation of the contract,the Executive Order and the regulations in 41 CFR part 60-4. Compliance with the goals will be measured against the total work hours performed. The successful proposer shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract;and the geographical area in which the subcontract is to be performed. As used in this Notice,and in the contract resulting from this solicitation,the"covered area"is (insert description of the geographical areas where the contract is to be performed giving the state, county and city,if any). Debarment/Suspension and Lobbying Restrictions Proposers for a lower tier covered transaction (except procurement contracts for goods and services under $25,000 not requiring the consent of a Federal Department of Commerce official) are subject to subpart C of 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)." Lobbying Restrictions Proposers for a lower tier covered transaction for subaward, contract, or subcontract greater than $100,000 of Federal funds at any tier are subject to 15 CFR part 28,"New Restrictions on Lobbying." Proposers should familiarize themselves with these provisions, including the certification requirements. Therefore, applications for a lower tier covered transaction must include Form CD- 512, "Certification Regarding Lobbying — Lower Tier Covered Transactions," completed without modification. System for Award Managgment(SAM). As this project contains federal grant funds, all prospective proposers must be registered in the SAM database prior to award of the contract. No proposer either unregistered through the SAM database or any that are on the debarred list shall be considered for contract award. J. CITY'S PROJECT MANAGER The City's Project Manager for this work will be Andrew Newbury,PE,Senior Project Engineer,who can be reached by phone at (503) 718-2472 or by email at andrewnkdga� rd or.gov. K. PROPOSAL VALIDITY PERIOD Each proposal shall be irrevocable for a period of ninety (90) days from the Proposal Opening Date. QBS—Hunziker Core,SW Wall Street Improvements 7 1 P a g r Close—Thursday,March 9,2017—2:00 PM L. 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 C". The contract will incorporate the terms and conditions from this RFP 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.D "Protest of Scope of Work or Terms"or their exceptions will be deemed immaterial and waived. M. TERM OF CONTRACT The contract for this work is anticipated to commence on or around April 26, 2017. All work stemming from the contract is anticipated to be completed no later than September,2018. N. 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. O. 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 any subsequent cost or price information, which must be open to the public. Q. MANDATORY PRE-PROPOSAL MEETING A mandatory pre-proposal meeting will be held at the City's Public Works Auditorium, 8777 SW Burnham Street, on February 28,2017 at 10:00 AM. SECTION 3 BACKGROUND Tigard's Hunziker Industrial core is a 138 acre industrial zoned district where higher levels of employment can be achieved through private investment. Public infrastructure in the Hunziker Industrial Core can be a catalyst for development and redevelopment of employment lands and ultimately job creation. To address this need,public infrastructure improvements to SW Wall Street,providing a public road from SW Hunziker Road to the existing railroad right-of-way, will be constructed. The anticipated total project costs (design, construction, ROW acquisition, permitting) is estimated to be $4.5-5.0 million. The City has been awarded $1.5 million in State funding for part of the project which will be awarded to the City in 2017 and a $2.08 million from the U.S. Economic Development Administration (EDA). Development of the adjacent undeveloped property is also expected to provide funding for part of the street improvements. Murray Smith&Associates has completed 30%design plans and these will be used to complete the remaining design of the project. The use of federal funds for this project necessitates a new competitive bid process consistent with federal standards. Consistent with 2 CFR 200.319 (Competition), in order to ensure QBS—Hunziker Core,SW Wall Street Improvements 8 1 P a g e Close—Thursday,March 9,2017—2:00 PM objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications,requirements,statements of work,and invitations for bids or requests for proposals must be excluded from competing for such procurements. This includes any consultants that have completed work or have unfair knowledge on the 30%design plans. SECTION 4 SCOPE AND SCHEDULE OF WORK PmWose Engineering design of SW Wall Street, a new local industrial road, from SW Hunziker Road to the railroad right-of-way with utility infrastructure to support development. The following are design parameters to be used in the street design: • SW Wall Street is classified as an industrial collector in City of Tigard's Transportation System Plan. This street section to be used will have 70'ROW,46'curb to curb width with a center lane and bike lanes, 5'sidewalks and a landscape planter. Total estimated length is 700 LF. • SW Wall Street will transition to a new section as it runs along the existing railroad right-of-way to the south. The street section will require a 52' ROW, 36' curb to curb width with no center lane and no sidewalk along the south side. Total estimated length is 1,340 LF. • Within the new landscape planters, green street type facilities to be installed for detention and water quality treatment of the new road impervious areas. The Low Impact Development Approaches Handbook by Clean Water Services to be used in design of the green street facilities. • A new 12"waterline within Wall Street will be installed from Hunziker to Tech Center Dr. • A new 8" sanitary sewer within Wall Street will be installed to serve the lower portions of the undeveloped land to the east and will connect to the new East Tigard Sewer Project that is currently in design. • A new storm drainage line to be designed according to City and Cleanwater Services standards. Storm drain line to tie into existing facilities in Hunziker Road and existing drainage outfalls along the southern portion of the site. Storm line to be sized to handle basin runoff. • There is an existing wetland at the southwest corner of the site that will be impacted by the new road alignment. The wetland was identified in the wedand fill application submitted by the private developer of the adjacent undeveloped land. The application can be viewed at www.statelandsonhne.com under application no. APP0058455. The mitigation for this wetland is being completed by the private developer. For this project identified in this RFP,a wetland delineation report has been submitted to the Corps/DSL but no impacts to wetlands are expected other than a stormwater outfall upgrade for the new storm line. • Existing access points to Wall Street from the Potso Dog Park and the existing industrial sites shall be maintained. Driveways will be designed at the access points with a minor transition to meet the sites existing driveway elevation. • Note to proposers: A topographical survey, traffic report, wetland delineation and right-of-way services have been completed or are currently under contract. A. PROJECT RESEARCH / DATA COLLECTION: 1. Project Kick-off Meeting. Meet with project team,review project schedule and deliverables. 2. Prepare preliminary schedule. 3. Geotechnical Investigation. Evaluate the subsurface conditions at the site, representative of the preliminary alignment, and provide geotechnical recommendations for the road and utility QBS—Hunziker Core,SW Wall Street Improvements 91 P sI g Close—Thursday,March 9,2017—2:00 PM construction. The investigation will provide conclusions and recommendations regarding:geology and seismicity, subsurface conditions, groundwater, anticipated dewatering requirements, excavating conditions, and trench backfill requirements. The report will include soil/design parameters the contractor can use for trench safety design. The testing will include 3 borings up to 15 feet deep, a piezometer and two test pits. B. ENGINEERING DESIGN: 1. Construction Plans: 60%Construction Documents & Cost Estimate Preliminary drawings to include: • Title sheet • Existing conditions plans • 1200C Erosion Control Plans • Composite road and utility plan,wall layout with spot elevations. • Road and utility plan and profile sheets • Major Construction Details • Stormwater Report Incorporate comments from the 30%City Plan Review. 90%Construction Documents, Cost Estimate,and Project Specifications Sheet Index to Include but not limited to: • Title sheet • Existing conditions plans • 1200C Erosion Control Plans • Composite road and utility plan,wall layout with spot elevations • Road and utility plan and profile sheets • Construction Detail Sheets • Stormwater Report Incorporate comments from the 60% City Plan Review. 100% Construction Documents, Cost Estimate,and Project Specifications Sheet Index to Include but not limited to: • Title sheet • Existing conditions plans • 1200C Erosion Control Plans • Composite road and utility plan,wall layout with spot elevations • Road and utility plan and profile sheets • Construction Detail Sheets Incorporate comments from 90% City Plan Review. Stormwater report to be submitted for review as part of the 60% plan submittal. Revised storm reports to be included with the 90% submittal and 100% submittal as needed. 2. Permitting- Consultant to prepare and submit the following applications to local, state,and federal agencies. Plans and calculations are to meet current jurisdictional requirements. Permit QBS—Hunziker Core,SW Wall Street Improvements 10 1 P s1 g e Close—Thursday,March 9,2017—2:00 PM fees to be paid by the City. Permitting to include but may not be limited to the following: a. Submit Pre-Screen Application to CWS. (Deliverable: Submittal to be determined by schedule. Prior to 609/6). b. Prepare and submit 1200-C permit to DEQ. (Deliverable: at 90%) c. Coordination with DSL/Corps for Nationwide permit for stormwater outfall upgrade. A wetland delineation report has been submitted and is currently under review at the Corps/DSL. d. Assist with preparation of Tree Removal Application,exhibits,if applicable. City staff to prepare narrative and submit to Community Development for approval. (Deliverable: 90%) e. Coordination with franchise utility providers to obtain conduit and vault design. Plans to be submitted to franchise utility providers at the 60%plan submittal date. 3. Coordination and Meetings with City Project Team: • Review engineering design with City Staff at 60%and 90%,and 100% submittals. • Weekly email updates and phone call to City staff • Monthly project status reports • Schedule updated monthly • Monthly invoices • Coordination with developer of the Fields Trust Property (undeveloped land east of Wall Street) for driveway and utility stub locations. *Monthly project status reports to identify work completed,percent complete vs percent spent, for all project tasks and phases and identify ongoing and upcoming work items and any issues/concerns. 4. Bidding Assistance: Prepare bid documentation including bid schedule and specifications. 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. C. CONSTRUCTION SERVICES: 1. Provide submittal review—comments and approval to be provided to the City within 3 business days. 2. Respond to RFI's during construction process — Provide responses to RFI's within 3 business days. 3. Construction Staking(typical staking for a road construction project): • Verify existing control monuments • Set horizontal control points in the project area as necessary. • Set project benchmarks as necessary. • Stake project clearing limits. • Stake curb lines. QBS—Hunziker Core,SW Wall Street Improvements 111 P a z*C Close—Thursday,March 9,2017—2:00 PM • Provide grade staking. • Stake locations of manholes, cleanouts, connection points, and provide offsets with cuts to flow line. 4. 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 full inspection services. 5. Record Drawings: Prepare record drawings showing the as constructed facilities based on construction observation, contractor provided notes, and survey verification. Survey verification to include the following: • Provide horizontal locations of manholes and cleanouts. • Provide location and invert elevation of all service stubs. • Provide horizontal data on all new surface features. • Provide vertical data including rims,invert elevations of pipes at manholes and cleanouts. • Provide finish manhole diagrams (including pipe locations,steps,and bench). • Provide drawings in PDF format and AutoCad format. 6. Project Closeout: Final walk through with City staff and contractor. Provide project files as required by City. D. PROPOSED PROJECT SCHEDULE: Geotechnical Report June,2017 60%Design June,2017 90%Design August,2017 Final Design September,2017 Obtain Permits (PFI,CWS, 1200C,DSL, Corps) October,2017 Request for Proposal—Construction Services October,2017 Award December,2017 Begin Construction December,2017 End Construction and Project Closeout September,2018 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. 1. Title Page Proposer should identify the RFP 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 not more than two (2) pages long and should include as a minimum the following: QBS—Hunziker Core,SW Wall Street Improvements 121 Pa €;r Close—Thursday,March 9,2017—2:00 PM 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 RFP; 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. 4. Project Understanding and Approach Describe in narrative form the Proposers approach and technical plan for accomplishing the work listed herein. Include approach and methods for ensuring project meets the listed time table. 5. Design Consultant Team Qualifications Proposers are required to give sufficient information of their relative past experience to permit the City to understand and verify the exact nature of the contributions made by the consultant team members. 6. Design Consultant Team Experience with Similar Projects Provide the details of experience and past performance of the proposed team members on comparable projects. This item should cover, at a minimum, the substantive nature of comparable projects and which team members worked on these projects. 7. Firms Availability A description of the Proposer's overall capability and assurance that it can meet its commitment to successfully complete these services in the time frame listed shall be provided. A locally-based project manager is mandatory. S. Project Manager Experience List experience managing similar projects and meeting schedules. Include any additional relevant experience such as working with state/federal grants or familiarity with the City of Tigard and Clean Water Services design requirements. 9. References Provide at least 3 references for projects similar to the work described in this RFP packet that the firm has performed in the past 10 years. List contact name,address, phone number, and e-mail address for each reference and provide a brief description of the project if not already provided in the experience section above. The City reserves the right to investigate the references and the past performance of any applicant with respect to its successful performance of similar projects, compliance with specifications and contractual obligations, and its completion of a project on schedule. 10. Appendices Include full resumes,relevant additional project descriptions and required forms. QBS—Hunziker Core,SW Wall Street Improvements 13 1 P a p' c Close—Thursday,March 9,2017—2:00 PM B. ADDITIONAL INFORMATION Please provide any other information you feel would help the Selection Committee evaluate your firm for this project. C. 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 RFP,the decision of the City shall be final and binding upon all parties. D. 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 both their technical and fee aspects. The Selection Committee will select the Proposer which best meets the City's needs based upon its evaluation of a Proposer proposal. Proposals will be evaluated in accordance with the following. 1. Completed proposal submitted on time Pass Fail 2. An original plus one (1) electronic copy on USB drive Pass Fail 3. Transmittal letter Pass Fail 4. Project Understanding and Approach 20 points 5. Design Consultant Team Qualifications 20 points 6. Design Consultant Team Experience with Similar Projects 25 points 7. Firms Availability&Ability to Meet Project Schedule 10 points 8. Project Manager Experience 15 points 9. References 10 points TOTAL EVALUATION POINTS 100 POINTS B. 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. C. 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 a particular proposal. Failure of a Proposer to respond to such a request for additional information or clarification could result in rejection of their proposal. D. NEGOTIATIONS WITH TOP RANKED FIRM Upon review of the proposals submitted,the City will enter into negotiations with the top ranked firm on a price for the work. If the City and the top ranked firm is unable after good faith negotiations to QBS—Hunziker Core,SW Wall Street Improvements 14 1 Pa €*c Close—Thursday,March 9,2017—2:00 PM agree to a price,the City will move to the second ranked firm and enter into negotiations. The process shall repeat until either the City and a firm come to an agreed upon price or the City determines the project unfeasible at this time and elects to rescope and resolicit the work. E. 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. F. 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. In the event two or more proposals shall be for the same amount for the same work,the City shall follow the provisions of LCRB 30.095 and Section 137-095 of the Oregon Attorney General's Model Public Contract Manual; 5. Reject all proposals; 6. Award any or all parts of any proposal; and 7. Request references and other data to determine responsiveness. QBS—Hunziker Core,SW Wall Street Improvements 15 1 P s1 €; Close—Thursday,March 9,2017—2:00 PM 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: David Brokaw,PE Firm Name: Wallis Engineering, PLLC Address: 215 West 4th Street, Suite 200 Vancouver, WA 98660 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:Washington Officer's signre: Type or print officer's name: David Brokaw QBS—Hunziker Core,SW Wall Street Improvements 16 1' c Close—Thursday,March 9,2017—2:00 PM 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 that all costs associated with all addenda have been included in this proposal: Addenda: No.n o n e through No. none inclusive. We therefore offer and make this proposal to furnish services herein in fulfillment of the attached requirements and specifications of the City. Name of firm: Wallis Engineering, PLLC Address: 215 West 4th Street, Suite 200 Vancouver,WA 98660 Telephone Number: 360-695-7041 Fax Number: 360-694-1043 Date: = ��- 4_ ignature o Authorized Official. If partnership,signature of one partner.) Typed Name/Title: David Brokaw If corporation,attest: (Corporate Officer) ❑ Corporation ❑Partnership Q Individual Federal Tax Identification Number (TIN): 91-1944973 QBS—Hunziker Core,SW Wall Street Improvements 17 P Close—Thursday,March 9,2017—2:00 PM ATTACHMENT A CITY OF TIGARD, OREGON ACKNOWLEDGMENT OF ADDENDA Project Title:HUNZIKER CORE - SW WALL STREET IMPROVEMENT PROJECT Close: March 9, 2017 - 2:00 p.m. I/WE HAVE RECEIVED THE FOLLOWING ADDENDA (knone received. wite `None Received"): 1 None received 3. 2. 4. Signature of Proposer Senior Engineer Title Wallis Engineering, PLLC Corporate Name QBS—Hunziker Core,SW Wall Street Improvements 181 I' >i r Close—Thursday,March 9,2017—2:00 PM ATTACHMENT B CITY OF TIGARD, OREGON STATEMENT OF PROPOSAL Name of consultant: Wallis Engineering, PLLC Mailing Address:215 West 4th Street, Suite 200 Vancouver, WA 98660 Contact Person: David Brokaw Telephone:360-695-7041 Fax:360-694-1043 Email:david.brokaw@walliseng.net accepts all the terms and conditions contained in the City of Tigard's Qualification Based Request for Proposal for Hunziker Core,SW Wall Street Improvements and the attached engineering services agreement template (A m n 3/9/2017 ignature of authorized representative Date David Brokaw 360-695-7041 Type or print name of authorized representative Telephone Number David Brokaw 360-695-7041 Type or print name of person(s) authorized to negotiate contracts Telephone Number QBS—Hunziker Core,SW Wall Street Improvements 19 1P Close—Thursday,March 9,2017—2:00 PM ATTACHMENT C CITY OF TIGARD,OREGON ENGINEERING SERVICES AGREEMENT ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR THE HUNZIKER CORE—SW WALL STREET IMPROVEMENT PROJECT THIS AGREEMENT,made and entered into this 26"day of April,2017,by and between the City of Tigard, a municipal corporation,hereinafter referred to as the "City," and Wallis Engineering,PLLC,SAM/DUNS # 157645284 whose authorized representative is David Brokaw, PE, and having a principal being a registered engineer of the State of Oregon,hereinafter referred to as the "Engineer." RECITALS WHEREAS, the City's Fiscal Year 2016-2017 budget provides for Engineering services for the Hunziker Core—SW Wall Street Improvement project;and WHEREAS, a portion of this project, including the work under this contract, shall be,in part, funded with monies from a grant from the Department of Commerce's Economic Development Administration and, as a result,all appropriate federal contracting requirements shall be in place during this work; 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 1,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 November 30,2020,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 1 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 A 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 Four Hundred Eighty Thousand Five Hundred Sixty Seven and No/100 Dollars ($480,567.00). The Engineer shall provide the City with a complete breakdown of the basic fee prior to any notice to proceed being issued. The breakdown of the basic fee shall include,and be primarily based upon,completion of milestones. 1 Parc 2) The parties hereto do expressly agree that the Basic Fee is based upon the Scope of Services to be provided by the Engineer and is not necessarily related to the estimated construction cost of the Project. In the event that the actual construction cost differs from the estimated construction cost, the Engineer's compensation will not be adjusted unless the Scope of Services to be provided by the Engineer changes and is authorized and accepted by the City. B. Payment Schedule for Basic Fee Payments shall be made upon receipt of billings based on the work completed. Billings shall be submitted by the Engineer periodically, but not more frequently than monthly. Payment by the City shall release the City from any further obligation for payment to the engineer for service or services performed or expenses incurred as of the date of the statement of services. Payment shall be made only for work actually completed as of the date of invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Payment for Special Services Only when directed in writing by the City, the Engineer shall furnish or acquire for the City the professional and technical services based on the hourly rate schedule as described in Exhibit 1 of this contract for minor project additions and/or alterations. D. Certified Cost Records The Engineer shall furnish certified cost records for all billings pertaining to other than lump sum fees to substantiate all charges. For such purposes,the books of account of the Engineer shall be subject to audit by the City. The Engineer shall complete work and cost records for all billings on such forms and in such manner as will be satisfactory to the City. E. Contract Identification The Engineer shall furnish to the City its employer identification number,as designated by the Internal Revenue Service, or social security number, as the City deems applicable. F. Payment—General 1) Engineer shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 2) Engineer shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. 3) Engineer shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical and hospital care or other needed care and attention incident to sickness or injury to the employees of Engineer or all sums which Engineer agrees to pay for such services and all moneys and sums which Engineer collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. 4) The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract. 2 1 Page 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 person as such claim becomes due,City may pay such claim and charge the amount of the payment against funds due or to become due to the Engineer. The payment of the claim in this manner shall not relieve Engineer or their surety from obligation with respect to any unpaid claims. 4. Ownership of Plans and Documents: Records A. The field notes, design notes, and original drawings of the construction plans, as instruments of service, are and shall remain, the property of the Engineer; however, the City shall be furnished, at no additional cost, one set of previously approved reproducible drawings, on 3 mil minimum thickness mylar as well as diskette in"DWG"or"DXF" format,of the original drawings of the work. The City shall have unlimited authority to use the materials received from the Engineer in any way the City deems necessary. B. The City shall make copies, for the use of and without cost to the Engineer, of all of its maps, records,laboratory tests,or other data pertinent to the work to be performed by the Engineer pursuant to this Agreement, and also make available any other maps, records, or other materials available to the City from any other public agency or body. C. The Engineer shall furnish to the City, copies of all maps, records, field notes, and soil tests which were developed in the course of work for the City and for which compensation has been received by the Engineer at no additional expense to the City except as provided elsewhere in this Agreement. 5. Federal Funding and Federal Regulation Requirements Portions of work covered under this Agreement will be funded through a grant the City has received from the Department of Commerce's Economic Development Administration. As such,all applicable federal requirement shall be in effect and remain so throughout the life of this Agreement. These federal requirements shall include: A. Contracting with Small Business Minority Business Enterprises. and Women's Business Enterprises and Labor Surplus Area Firms The Engineer shall agree to take all necessary affirmative steps to assure that certified small businesses, minority businesses, women's business enterprises, and labor surplus area firms are used when possible when subcontracting for services. Affirmative steps must include: 1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 3 PaI; e 4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; 5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce;and B. Drug-Free Workplace The Engineer shall comply with the provisions of the Drug-Free Workplace Act of 1988 (41 U.S.C. § 8102. C. Debarment and Suspension (Executive Orders 12549 and 126891 Engineer verifies they, or any of their subcontractors, are not listed on the government wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension." The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. D. Restrictions on Lobbying—Byrd Anti-Lobbying Amendment (31 U.S.C. 5 1352 For Agreements exceeding$100,000 in Federal Funds [as this Agreement does],the Engineer, and their subcontractors, shall be subject to 31 U.S.C. § 1352,as implemented at 15 CFR part 28 ("New Restrictions on Lobbying'. The Engineer,by entering into this Agreement,verifies that they shall complete and submit a "Disclosure of Lobbying Activities" form (Form SF- LLL) regarding the use of non-Federal funds for lobbying. The Form SF-LLL shall be submitted within 15 days following the end of the calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed. The Form SF-LLL shall be required of subcontractors as well and handed up to the City. The City shall be responsible for submitting the SF-LLL's from the Engineer and its subcontractors to the Department of Commerce's Project Office within 30 days following the end of the calendar quarter. E. Contracts for more than the simplified acquisition threshold currently set at$150,000,which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council(Councils) as authorized by 41 U.S.C. 1908,must address administrative,contractual,or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. F. Termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. G. Equal Employment OpportunitX During the performance of this contract, the Engineer agrees as follows: 1) The Engineer will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Engineer will take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, 4 1 I' age. demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 2) The Engineer will,in all solicitations or advertisements for employees placed by or on behalf of the contractor,state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The Engineer will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about,discussed,or disclosed the compensation of the employee or applicant or another employee or applicant.This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge,in furtherance of an investigation,proceeding,hearing,or action,including an investigation conducted by the employer,or is consistent with the contractors legal duty to furnish information. 4) The Engineer will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965,and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The Engineer will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules,regulations, and relevant orders of the Secretary of Labor. 6) The Engineer will furnish all information and reports required by Executive Order 11246 of September 24, 1965,and by the rules,regulations,and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations, and orders. 7) In the event of the Engineer's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The Engineer will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Engineer will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a 5 P :l C subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. H. Davis-Bacon Act, as amended (40 U.S.C. 3141-31481 When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction'. In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non- Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States'. The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. I. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) If the employment of mechanics or laborers are made under this Agreement, the Engineer shall comply with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours.Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market,or contracts for transportation or transmission of intelligence. J. Rights to Inventions Made Under a Contract or Agreement If the Engineer wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties,assignment or performance of experimental, developmental, or research work under that"funding agreement," the Engineer must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 6 1 Page K. Clean Air Act(42 U.S.C. 7401-76712.) and the Federal Water Pollution Control Act(33 U.S.C. 1251-1387),as amended Engineer agrees to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). L. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201). M. See § 200.322 Procurement of recovered materials. N. Federal Acts Enforced During this Project: The Engineer shall adhere to any requirements from the following during this work: 1) The National Historic Preservation Act of 1966, as amended, and the Advisory Council on Historic Preservation Guidelines 2) The Historical and Archeological Data Preservation Act of 1974, as amended 3) The Architectural Barriers Acts of 1968, as amended 4) The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended 5) The Energy Conservation and Production Act O. Engineer agrees to follow,and inform their employees,of their rights under 41 U.S.C. §4712, Pilot Program for Enhancement of Contractor Protection from Reprisal for Disclosure of Certain Information, as applicable to their work under this project. 6. Assignment/Delegation Neither parry shall assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment shall be of any force or effect whatsoever unless and until the other parry has so consented. If City agrees to assignment of tasks to a subcontract, Engineer shall be fully responsible for the acts or omissions of any subcontractors and of all persons employed by them, and neither the approval by City of any subcontractor nor anything contained herein shall be deemed to create any contractual relation between the subcontractor and City. 7. Engineer is Independent Contractor A. The City's project director, or designee, shall be responsible for determining whether Engineer's work product is satisfactory and consistent with this agreement, but Engineer is not subject to the direction and control of the City. Engineer shall be an independent contractor for all purposes and shall be entitled to no compensation other than the compensation provided for under Section 3 of this Agreement. B. Engineer is an independent contractor and not an employee of City. Engineer acknowledges Engineer's status as an independent contractor and acknowledges that Engineer is not an employee of the City for purposes of workers compensation law, public employee benefits law,or any other law. All persons retained by Engineer to provide services under this contract are employees of Engineer and not of City. Engineer acknowledges that it is not entitled to benefits of any kind to which a City employee is entitled and that it shall be solely responsible for workers compensation coverage for its employees and all other payments and taxes 7 1 Page 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 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 parry) 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 with a December 31 st 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. 8. Indemnity A. The City has relied upon the professional ability and training of the Engineer as a material inducement to enter into this Agreement. Engineer represents to the City that the work under this contract will be performed in accordance with the professional standards of skill and care ordinarily exercised by members of the engineering profession under similar conditions and circumstances as well as the requirements of applicable federal, state and local laws, it being understood that acceptance of an Engineer's work by the City shall not operate as a waiver or release. Acceptance of documents by City does not relieve Engineer of any responsibility for design deficiencies, errors or omissions. B. Claims for other than Professional Liability. Engineer agrees and shall indemnify,defend,save and hold harmless the City of Tigard,its officers,employees,agents,and representatives from all claims,suits,or actions and all expenses incidental to the investigation and defense thereof, of whatsoever nature, including intentional acts resulting from or arising out of the activities of Engineer or its subcontractors,sub-consultants,agents or employees in performance of this contract at both trial and appeal level,whether or not a trial or appeal ever takes place including any hearing before federal or state administrative agencies.. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. 81Page C. Claims for Professional Liability. Engineer agrees and shall indemnify, defend, save and hold harmless the City of Tigard,its officers,employees,agents,and representatives from all claims, suits, or actions and all expenses incidental to the investigation and defense thereof, arising out of the professional negligent acts, errors or omissions of Engineer or its subcontractors, sub-consultants, agents or employees in performance of professional services under this agreement. 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. 9. Insurance Engineer and its subcontractors shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Engineer's activities or work hereunder,including the operations of its subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Engineer and its subcontractors shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Engineer shall obtain,at Engineer's expense,and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General Aggregate $3,000,000 Products-Completed Operations Aggregate $2,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage (Any one fire) $50,000 B. Professional Liability Engineer shall obtain,at Engineer's expense,and keep in effect during the term of this contract, Professional Liability Insurance covering any damages caused by an error, omission or any negligent acts. Combined single limit per claim shall not be less than$2,000,000,or the equivalent. Annual aggregate limit shall not be less than$3,000,000 and filed on a"claims-made" form. 9 1 Page 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. A 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 Coverage If any of the aforementioned liability insurance is arranged on a"claims-made" basis, Extended Reporting coverage will be required at the completion of this contract to a duration of 24 months or the maximum time period the Engineer's insurer will provide such if less than 24 months. Engineer will be responsible for furnishing certification of Extended Reporting coverage as described or continuous "claims-made" liability coverage for 24 months following contract completion. Continuous "claims-made" coverage will be acceptable in lieu of Extended Reporting coverage,provided its retroactive date is on or before the effective date of this contract. Coverage will be endorsed to provide a"per project"aggregate. G. Insurance Carrier Rating Coverage provided by the Engineer must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of"A-VII" or better, or equivalent. The City reserves the right to reject all or any insurance 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 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. 10 1 Page 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. Indel2endent 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. Primagy Coverage Clarification The parties agree that Engineer's coverage shall be primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. L. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability and commercial automobile policies required by this contract. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: 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. 10. 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. 11. Termination With Cause A. City may terminate this Agreement effective upon delivery of written notice to Engineer, or at such later date as may be established by City,under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 11 1 Pae 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 law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 12. 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. 13. Method and Place of Giving Notice, Submitting Bills and Making Payments All notices, bills and payments shall be made in writing and may be given by personal delivery,mail, or by fax. Payments may be made by personal delivery,mail,or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: 12 1 Hage CITY OF TIGARD WALLIS ENGINEERING,PLLC Attn: Andrew Newbury Attn: David Brokaw, PE Address: 13125 SW Hall Blvd. Address: 215 W 4`h St Ste 200 Tigard, Oregon 97223 Vancouver WA 98660 Phone: (503) 718-2472 Phone: (360)695-7041 Email: andrewngtigard-or.gov Email: david.brokawnwalliseng.net 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. 14. 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. 15. 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. 16. Force Majeure Neither City nor Engineer shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, an act of God or of a public enemy, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten days from the beginning of such delay, notify the other parry in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each parry 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. 13 1 11 17. Non-Discrimination Engineer agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Engineer also shall comply with the Americans with Disabilities Act of 1990,ORS 659A.142,and all regulations and administrative rules established pursuant to those laws. 18. 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. 19. 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. 20. 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. 21. Compliance With Applicable Law Engineer shall comply with all federal,state,and local laws and ordinances applicable to the work under this Agreement,including those set forth in ORS 279A,279B,and 279C. 22. Conflict Between Terms It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said pro posal conflicting herewith. 23. 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. 24. 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. 25. 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. 14 1 11 a g e 26. Industrial Accident Fund Payment Engineer shall pay any and all contributions or amount due the Industrial Accident Fund form that Engineer or subcontractors incur during the performance of this Agreement. 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. Contract was awarded by Tigard's Local Contract Review Board at their meeting on April 25,2017. CITY O IGARD W S INEERING,PLLC �y: a ine,City anager . Authorize Contractor Representative Date I Date 15 Page CITY OF TIGARD SW WALL STREET IMPROVEMENT PROJECT WALLIS ENGINEERING EXHIBIT A—SCOPE OF WORK APRIL 2017 WE#1436A PROJECT BACKGROUND The SW Wall Street project will provide needed improvements to the Hunziker Industrial Core to enable development of the area. Those improvements include widening and reconstruction of the existing street and drainage facilities, and the installation of water and sanitary sewer mains with appurtenances. The firm of Murray, Smith&Associates(MSA)has completed 30%design plans for the project to establish roadway alignments, cross sections and centerline profile. The City acquired a grant from the Federal Economic Development Agency(EDA)to complete the project through the construction phase. With the 30%design effort, the City has proceeded with right-of-way acquisition and environmental permitting processes associated with wetland impacts. It is anticipated that right-of-way acquisition will be completed in April and will not be impacted by future design modifications. The anticipated total construction cost is estimated to be$3.3 million. The City has been awarded$2.0 million in the form of an EDA grant. Federal funding requirements associated with this grant will be applicable to this project. The Fields Trust Development of the adjacent undeveloped property is also providing funding for part of the street improvements. Roles and responsibilities for Wallis Engineering and project subconsultants are listed in the table below: Consultant Responsibilities Wallis Engineering—Civil Engineering Task I —Project Management and Administration Task 2—Data Collection and Evaluation Task 3—Construction Plan Development Task 4—Permitting Task 5—Bidding Assistance Task 6—Construction Phase Services Greenworks(GW)—Landscape Architecture Task 3—Construction Plan Development Task 6—Construction Phase Services Campbell Environmental(CE)—Environmental Task 4—Permitting Geotechnical Resources,Inc. (GRI)—Geotechnical Task 2—Data Collection Engineering Task 6—Construction Phase Services Global Transportation Solutions (GTS)—Lighting Task 3 —Construction Plan Development Design Task 6—Construction Phase Services Compass Engineering, Inc.(Compass)—Surveying Task 2—Data Collection Task 6—Construction Phase Services SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page I of 9 SPECIFIC SCOPE OF WORK TASK 1 PROJECT MANAGEMENT AND ADMINISTRATION Objective: Provide project management and administration for work associated with each project. This task includes technical and financial management of the project. Approach: 1.1 Project Kickoff Meeting. The consultant will meet with City staff and stakeholders' representatives to introduce the project, identify contacts and roles,discuss objectives, and decision points. An agenda and meeting minutes will be provided. 1.2 Project Management. Prepare and implement a Project Management Plan(PMP)to define and provide project management, schedule, coordination, and direction to the City staff and design team to successfully complete the project. Confirm the goals, objectives and potential impacts of the project with the City project manager. Establish quality control management and procedures and designate responsibility for all technical work and deliverables. Implementation of the PMP will include the following: • Comprehensive project management to ensure the scope, schedule and budget are met. Provide a point contact person for the City while coordinating with the project team. • Schedule and participate in weekly coordination conference calls with the City Project Manager and other staff at their request. • Provide maintenance of a comprehensive Microsoft Project schedule with individual task milestones,task duration, individual responsibilities of subconsultants and City staff, agencies,and utilities. A draft preliminary schedule is included as Exhibit H for reference. • Monthly progress reports will be submitted with invoices. Monthly progress reports will include task level budget status, schedule status, and brief summary of work completed along with any upcoming scope, schedule or budget concerns. Billings will include staff,title, hourly rate, and hours charged to the project. 1.3 Utility Coordination. Communicate with Private Utility providers to ensure all potential conflicts with proposed work are addressed. Coordination work will include the following: • Develop a utility contact information list and mail project information letters to all utility companies involved to explain nature of the work. • Coordinate with private utility providers for relocation of existing and installation of new facilities as needed. This task includes up to two meetings each with private utility companies. • Submit applicable plans to the affected private utility providers. Utility Conflict notices will be sent to utilities at the 60%and 90%completion stage. • Maintain a record of correspondence with utility companies. • Incorporate proposed private utility linework into the plans for reference. 1.4 Private Developer Coordination. Communicate with developer and development engineer of the Fields Trust property to establish and coordinate tie-in points for driveways and utility services to the parcels. Coordination work is anticipated to occur at 60-90-final design phase submittals. 1.5 Railroad Coordination. Communicate with Trimet and Portland&Western Railroad regarding construction requirements associated with work within Railroad right-of-way and incorporate those requirements into the contract documents. Coordination work is anticipated to occur at 60%/90%/final design phase submittals. 1.6 SHPO Consultation. Wallis Engineering will consult with SHPO and the Tribal Historic Preservation Officer on the project to ensure compliance with their requirements. SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page 2 of 9 Task 1 Assumptions: • This contract will span a 6-month design period(May 2017—October 2017)and a 9 month bidding and construction phase(November 2017—July 2018). • The City is under obligation from the EDA to issue notice-to-proceed to the contractor before December 31,2017. The design schedule will be structured to ensure completion within this timeframe. • Weekly project coordination conference calls will be held with the City project manager. • Wallis Engineering will attend the Kickoff Meeting. • City will provide utility coordination work completed to date. • City will acquire all railroad access and construction permits • City will handle all EDA reporting requirements and be the point of contact for all EDA submittal documents. • City and Fields Trust will turn around comments within 1 week of submittal. • City will coordinate with private businesses • No public involvement is anticipated beyond what is noted above. Task 1 Deliverables: • Kickoff Meeting Agenda and Minutes • Project Scope and Fee • Draft and Final Project Management Plan • Monthly progress reports will be submitted with invoices. These will include task level budget status and schedule status. Billings will be invoiced by task and will include staff classification,hourly rate, and hours charged to the project. • Updated Schedule in Microsoft Project format, as needed • Utility contact list and correspondence records • Coordination and incorporation of proposed private utility relocation plans into plan set as work by others. • Utility provider letters of no-conflict when applicable. • SHPO authorization letter TASK 2 DATA COLLECTION AND EVALUATION Objective:To develop a thorough understanding of the design decisions made in the preparation of the 30%plans. To conduct supplemental field investigations as needed and,to convert previous design drawings into Wallis Engineering format. Approach: 2.1 Topographic Survey. The City has requested additional topographic survey along an approximately 50' by 400' area within Tri-Met right-of-way. This work will include confirmation and reestablishment of survey control at the time of construction for use by the contractors surveyor. See Exhibit D for survey scope of services, deliverables and assumptions. 2.2 Review Existing Data. A detailed review of the following will be conducted by the design team: • MSA 30%design plans and estimate. • Background AutoCad and survey files including analysis of all Civil 3d objects. • Right-of-way acquisition documents. • Environmental delineations. • Submitted permit documentation. • EDA grant documents. • EDA contracting requirements documentation. • Traffic impact reports. • Developer Agreements. • Stakeholder correspondence. SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page 3 of 9 2.3 Base Map Development. Wallis Engineering will convert MSA design plans to Wallis standard and incorporate supplemental topographic survey for the development of design drawings.A site visit will be undertaken to corroborate survey mapping in field. 2.4 Geotechnical Investigations. See attached Exhibit C for geotechnical investigation scope of services, deliverables and assumptions. Task 2 Assumptions: • City will provide all previous design work conducted by the original team. • CAD files will be provided on Autodesk Civil 3d 2016 platform. • All topographic survey efforts are sufficient for design purposes, apart from the additional topographic survey as described in Subtask 2.1. • A pre-construction record of survey has been completed and approved by the County. • The City will provide payment for any railroad employed flaggers necessary to conduct data collection on railroad property. Task 2 Deliverables: • Base Map • Draft and Final Geotechnical Report documenting geotechnical explorations, findings, conclusions, and recommendations TASK 3 CONSTRUCTION PLAN DEVELOPMENT Objective:To prepare contract documents and opinions of cost at 60%/90%/Final submittal stages. Approach: Construction plan development will include the following aspects: Stormwater Facility Design—Wallis Engineering will prepare a hydrologic model to design stormwater facilities in accordance with CWS design standards. The design is anticipated to utilize the same LIDA and stormwater facilities as described in the MSA 30%plans with the exception that porous concrete may be utilized for sidewalk construction if planters are insufficient to manage stormwater. Stormwater planters will be designed utilizing the LIDA handbook. Per our understanding, no detention facilities are anticipated.A hydrologic analysis will be completed using the SBUH method and Hydrocad.All stormwater conveyance structures will be designed for the 25 year design event. Erosion Control—Erosion control plans and details will conform to CWS standards. Roadway Plan and Profile Improvements—Roadway design plans will be completed in accordance with the City of Tigard Design standards and AASHTO recommendations. Proposed plans will incorporate geotechnical recommendations for pavement design. Design plans will include fully detailed ADA ramp layouts and driveway profile drawings. Utility Plan and Profile Improvements—Sanitary and stormwater conveyance piping will be designed utilizing CWS standards. Water lines and hydrants will be designed to meet City of Tigard design standards. It is assumed that all utility service connections to private property will be sized by the developer. Utility alignments from the 30%plans will be modified to address construction phasing concerns. Construction Phasing Plan—A construction phasing plan will be prepared to minimize business impacts due to construction. Signing and Striping plans—Signing and striping will be designed per MUTCD guidance. Signing plans will include provisions for EDA grant funding construction signage installation. Roadway Lighting plans—See Exhibit E for roadway lighting design scope of services,deliverables and assumptions. SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page 4 of 9 Stormwater Planting and Irrigation Plans—See Exhibit F for stormwater planting and irrigation scope of services, deliverables and assumptions. Specifications—Specifications will use the"2015 Oregon/APWA Standard Specifications for Public Works Construction"and will conform to the City of Tigard Public Improvement Design Standards, City of Tigard Water Distribution system Design Standards and Clean Water Services Design Standards. Construction contract documents will include all EDA required documents. Opinion of Costs—Engineer developed opinions of cost will be prepared at all design levels. All of our design estimates will include a QA review and will be updated to reflect current bidding results. The above design elements will be delivered through the following tasks: 3.1 Stormwater Drainage Report. Wallis Engineering will prepare a hydrologic model to design stormwater facilities in accordance with CWS design standards. The design is anticipated to utilize the same LIDA and stormwater facilities as described in the MSA 30%plans with the exception that porous concrete will be utilized for sidewalk construction. Stormwater planters will be designed utilizing the LIDA handbook.Per our understanding, no detention facilities are anticipated.A hydrologic analysis will be completed using the SBUH method. All stormwater conveyance structures will be designed for the 25 year design event. A drainage report will be prepared for submittal to CWS for approval. 3.2 60%PS&E Submittal. The design team will assemble and submit 60%plans, specifications, and opinion of cost for City and Fields Trust review. The 60%submittal will include an outline of proposed specification sections for review by the City. We will review and incorporate any City comments on existing 30%design plans. 3.3 90%PS&E Submittal. The design team will assemble and submit 90%plans, specifications, and opinion of cost for City and Fields Trust review. This design submittal will include full specifications. 3.4 Final PS&E Submittal. The design team will assemble and submit final construction plans, specifications, and opinion of cost for final City review prior to bidding. The following table is the anticipated sheet count for the 60%, 90%and 100%design deliverables: Running Total Sheets Description 1 1 Cover Sheet: Vicinity Map, Sheet Index 4 3 General Notes, Legend and Abbreviations 5 1 Sheet Layout Map 7 2 Typical Sections 12 5 Existing Conditions Plan(1"=20' full size) 17 5 Demolition and Erosion Control plan(1"=20' full size) 18 1 Construction Phasing plan(1"=60' full size) 23 5 Roadway Plan and Profile(1"=20' full size) 29 6 Utility Plan and Profile(1"=20' full size) 30 1 Stormwater Facility Plan(1"= 10' full size) 32 2 Driveway profiles(9 total) 34 2 Signing and Striping Plan(1"=40' full size) 36 2 Roadway Lighting Plan and Details 40 4 Stormwater Planting Plan and Details 44 4 Landscape Irrigation Plan and Details 45 1 Curb Ramp Detail Sheets 50 5 Roadway Detail Sheets 55 5 Utility Detail Sheets SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page 5 of 9 Running Total Sheets Description 57 2 Stormwater Detail Sheets 60 3 Signing and Striping Detail Sheets 3.5 EDA Review Checklist. Prior to advertisement, Wallis Engineering will complete the bid document review checklist and submit to EDA for confirmation of completion. Task 3 Assumptions: • No SLOPES V requirements for public improvements. • CWS will not require flow control for this project. • CWS will not require hydrologic period matching for wetland discharge. • No wall design will be required. • No light pole foundation design will be required. • No Autoturn analysis will be required. • No major plan view modifications required to roadway plans. City does not desire corner widening at the curve at station 26+50. • All easement and right-of-way acquisition will be completed by others and will be adequate for construction. • Water and sewer main line sizing is completed and design will utilize 30%utility design.No capacity analysis anticipated. • Stormwater conveyance lines will be sized assuming Fields Trust development will be required to meet SLOPES V standards to reduce flows to pre-developed conditions. • City will provide specification front end documents and general special provisions in Word format. • No design modifications anticipated. • City will supply preferred mix design for porous concrete sidewalks. • Dewatering plan not required for design. Task 3 Deliverables: • Stormwater Drainage Report • 60%Plans, Specifications Outline and Opinion of Cost • 90%Plans, Specifications and Opinion of Cost • Final Plans, Specifications and Opinion of Cost • EDA Bid Document Review Checklist TASK 4 PERMITTING Objective: To obtain all necessary permits to perform the work. Approach: Consultant to prepare and submit the following applications to local, state, and federal agencies. Plans and calculations are to meet current jurisdictional requirements. Permit fees to be paid by the City. Permitting to include but may not be limited to the following: 4.1 Environmental Services. Wallis Engineering and Campbell Environmental will coordinate with Clean Water Services to submit a pre-screen application and obtain a Service Provider Letter. Campbell Environmental will perform and Natural Resource Assessment for this use. See Exhibit G for additional environmental scope of services, deliverables and assumptions. 4.2 Erosion Control Permitting. Wallis Engineering will prepare and submit 1200-C permit to DEQ as part of our 90%submittal package.A draft Stormwater Pollution Prevention Plan(SWPPP)will be prepared for inclusion in this application to be transferred to the contractor at the start of construction. SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page 6 of 9 4.3 Tree Removal Permit. Wallis Engineering will assist with preparation of Tree Removal Application exhibits, if applicable. City staff will prepare narrative and submit to Community Development for approval. We anticipate application for this permit at the 90%design submittal phase. Task 4 Assumptions: • Well decommissioning to be completed by others as part of the onsite development. • No noise studies or monitoring will be required. • All necessary DSL and Corps permitting has been completed by others. Task 4 Deliverables: • Service Provider Letter • DEQ 1200C permit • Draft SWPPP • Tree removal permit TASK 5 BIDDING ASSISTANCE Objective: To solicit contractor bids to perform the work in conformance with City and EDA funding requirements. Approach: 5.1 Project Bidding. Contract documents prepared by Wallis Engineering in Task 3 will be used to bid the project. City of Tigard will be responsible for advertising the project,preparing and distributing Contract Documents to prospective bidders and maintaining a planholder's list. Wallis Engineering will prepare an agenda and conduct a pre-bid meeting at the City of Tigard,respond to questions that come up during bidding, and coordinate responses to questions with project subconsultants as they arise. 5.2 Project Addenda. Wallis Engineering will prepare addenda and submit to City of Tigard for distribution. 5.3 Project Award. City will be responsible for reviewing and processing all received bids and preparing a recommendation of award. Wallis Engineering will review bid prices with City project manager. Wallis Engineering agrees to attend bid openings, prepare and submit tabulation of bids, and make a recommendation as to contract award. Wallis engineering will review proof of bidder's qualifications and recommend approval or disapproval. City will complete all EDA required bid opening and contract execution documentation. Task 5 Assumptions: • We assume up to two addenda will be necessary (assistance allotments provided for subconsultants). • Advertisement and plan distribution will be through the City's online plan center. • City will prepare and maintain a planholder's list,review and process all bids,and prepare a bid tabulation. • City will prepare a recommendation of award. Task 5 Deliverables: • Addenda will be prepared and provided to the City in electronic format for distribution to bidders. • Pre-bid meeting agenda and meeting minutes. TASK 6 CONSTRUCTION PHASE SERVICES: Objective:To oversee,manage, record and monitor all work performed by the contractor in conformance with City and EDA funding requirements. Approach: SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page 7 of 9 The following construction phase services are based upon assumptions made from review of the provided 30% plans and documents. Should substantial changes to project scope occur, a revision of construction phase services may be required. 6.1 Submittal Review. Wallis Engineering will review material and plan submittals and provide comments to the Contractor in a timely manner. We will consult with the City regarding the acceptability of substitute or`as- equal' items proposed by the contractor. The budget assumes 100 submittals with a 30%resubmittal rate. 6.2 RFIs. Wallis Engineering will respond to RFIs during construction process. An assistance allotment for subconsultant RFI's is included. 6.3 Construction Administration. The design team will provide construction contract administration and management of the project as follows: • Hold a pre-construction meeting,to be conducted with City Staff,the contractor,private utility representatives and others as necessary. • Review contractor pay requests, quantity verification, and provide recommendations to the City project manager. • Log all Requests for Information(RFIs) and issue clarifications. • Review change orders and provide recommendations to the City project manager. All approved change orders shall include completion of the EDA required Change Order documentation form. • Facilitate weekly construction meetings with City Staff, Contractor, and other parties as appropriate. • Review and approve pay estimates and certificates for payment. • Review certified payroll documentations. • Coordinate construction activities and schedules with key project stakeholders. • Manage the construction file and documentation organization. 6.4 Construction Observation. Provide full-time construction inspection as follows: • Visually inspect work and materials for its conformance to the contract documents. • Conduct measurement of all work as prescribed in the contract documents. • Attend weekly construction meetings. • Take in-progress digital construction photographs during the course of the project. • Prepare inspector daily reports. See attached subconsultant scopes(Exhibits C-F)for additional construction support scopes and assumptions. 6.5 Post Construction Record of Survey. See Exhibit D for post construction record of survey scope of services, deliverables and assumptions. 6.6 Preparation of Record Drawings. We will prepare record drawings upon completion of construction. Record drawings will show the as-constructed facilities based on construction observation, contractor provided notes, and survey verification. Survey verification to include the following: • Provide horizontal locations of manholes and cleanouts. • Provide location and invert elevation of all service stubs. • Provide horizontal data on all new surface features. • Provide vertical data including rims, invert elevations of pipes at manholes and cleanouts. • Provide finish manhole diagrams(including pipe locations, steps, and bench). • Provide drawings in PDF format and AutoCad format. • See Surveyor scope in Exhibit D for additional details. 6.7 Project Closeout. We will conduct a final project walk over with City staff and the Contractor to develop a punch list of closeout items and oversee the completion of these items. All project files will be compiled in pdf and Autocad format for transfer to the City and EDA. SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page 8 of 9 Task 6 Assumptions: • City will handle all documentation of EDA financing compliance and closeout unless specifically noted above. • We assume 100 submittals with a 30%resubmittal rate. • It is assumed that a federal audit of the contract will be completed per EDA grant requirements. It is assumed that Wallis Engineering responsibilities during this audit will be limited to providing the auditor with all available contract documentation along with an allotment of 8 hours for auditor personnel interviews. Should additional time or corrective actions be required based upon audit findings, a supplemental agreement may be required. • Contractor site workers will be trained to recognize potential artifacts. Onsite archeological monitoring by the Consultant is not required. • Vegetation removal will occur between August 0 and January 315`and FWS consultation will not be required. • No contaminated soils will be encountered during construction. • Total construction period is 24 weeks. • A half time construction manager will be required at an average of 20 hours per week for the assumed 24 week construction period. • One full time inspector will be required at an average of 45 hours of inspection work per week for the assumed 24 week construction period,with an additional 40 hours for night time inspection which may be required for construction tasks such as temporary driveway access connections. It is assumed that the majority of the work will be completed during the day and the budget will need to be supplemented if additional night time work is necessary. Task 6 Deliverables: • Submittal review comments • RFI responses and RFI and Submittal log • Construction meeting agendas and minutes • Pay estimates and certificates for payment • Change order documentation including EDA change order form. • Certified payroll documentation reviews • Inspector daily reports • Punch list • QA/QC testing results • Post Construction Record of Survey • Record Drawings • Project closeout documentation • Project construction file SW Tigard Wall Street Improvement Project April 2017 Exhibit A-Scope of Work Page 9 of 9 Agreement Exhibit B-Fee Estimate City of Tigard-SW Wall Street Design WE#1436A April 2017 Wallis En i eating Staff Estimated Hours Subconsultants Total QC E1 E2 I E3 E4 E5 E6 In.p T1 TW I C1 Staff Cost Expense. I Compass CE GRI GTS GW Cost $206 $162 $149 $131 $110 $95 $80 $91 $100 $90 1$75 Task 1 Project Management and Administration 1.1 Project Kick-Off Meeting 8 8 4 1.2 Project Mana ement4 110 8 27 60 $26,766 $80 M $2,808 $26,846 1.3 Utility Coordination 4 4 16 4 8 $3,692 $3,692 1.4 Private Developer Coordination 8 8 4 $2,888 $2,888 1.5 Railroad Coordination 4 4 16 4 $3,232 $3,232 1.6 SHPO Consultation 2 8 4 2 $1,962 $1,962 TASK I SUBTOTAL 4 136 24 16 20 16 0 0 8 27 78 $41328 $100 $0 $0 $0 $0 $0 $41,428 Task 2 Data Collection and Evaluation 2.1 Topographic Survey 1 1 8 8 $2,159 $6,350 2.2 Revievi Existin Data 8 8 12 8 8 $8,509 2.3 Base Ma Development 2 4 12 8 $5,700 $20 M $3,075 $8,795 $3,292 $3,292 2.4 Geotechnical Investigations 1 1 $311 $21,480 $21,791 TASK 2 SUBTOTAL 0 12 14 32 8 8 0 0 16 0 0 $11,46 $20 $6,35 $0 $21,480 $0 $3,075 $42,387 Task 3 Construction Ptan Development 3.1 IStormvater Drainage Report 1 8 20 40 20 8 $10,522 $20 IN $10,542 3.260%PS&E Submittal 4 20 40 60 40 20 80 4 8 $33,144 $40 M $33,184 3.390%PS&E Submittal 4 20 40 60 40 20 60 16 8 $32,224 $40 M $10,580 $25,693 $68,537 3.4100%PS&E Submittal 4 20 20 60 20 8 40 16 8 $23,904 $100 P $24,004 3.5 EDA Review Checklist 1 4 4 2 $1,432 $1,432 TASK 3 SUBTOTAL 13 69 104 204 100 88 0 0 200 36 34 $101,226 $200 $0 $0 $0 $10,58 $25,693 $137,69 Task Permitting 4.1 Environmental Services 4 20 8 $4,068 $0 $4,890 $8,958 4.2 Erasion Control Permitting 2 4 16 8 8 2 $4,350 $4,350 4.3 Tree Removal Permit 1 2 1 $424 $424 TASK 4 SUBTTOAL 0 6 5 20 16 0 0 0 18 8 3 $8,842 $0 $0 $4,890 $0 $0 $0 $13,73 Task 5 Bid Phase Services 5.1 Project Bidding 1 4 12 8 4 4 $4,182 $20 M $4,202 5.2 Project Addenda 1 8 8 4 $2,534 $2,534 5.3 Project Award 1 4 $758 $758 TASK 5 SUBTOTAL 1 6 24 0 16 0 0 0 0 4 8 $7,47d $20 $0 $0 $0 $0 $0 $7,494 Task 6 Construction Phase Services 6.1 Submittal Review 8 40 40 4 $9,692 $0 P $9,692 6.2 RFIs 1 2 12 8 8 8 $4,598 $1,500 $A 6.3 Construction Administration 480 $6,098 6.4Construction Observation 1,120 $71,520 $950 M $72,470 6.5 Post Construction Record of Survey $101,9$0 $2,373 M $11,400 $5,588 $121,281 $0 $11,200 $11,200 6.6 Pre ratlon of Record Dravnn 1 8 8 16 $3714 $20 P $11,140 $14,874 6.70 Project Closeout 8 4 4 $2,192 $20 P $2,212 TASK 6 SUBTOTAL 1 11 512 0 48 48 0 1 120 24 0 16 $ 793 536 $4,863 $22,340 $0 $11,400 $0 $5 588 $237827 GRAND TOTAL 18 240 883 272 208 160 0 1,120 288 75 738 ..SM,"81 $5,2031 1 $28,880; $4,890 .$32,880 310,880 $34988 $480887 FEE SUMMARY Staff Hours Rate Fees QC-Quality Control 19 $206 $3514 Et-Engineer 1(PM) 240 $162 $38,880 E2-Engineer 2(CM) 683 $149 $101,767 E3-Engineer 3 272 $131 $35,632 E4-Engineer 4 208 $110 $22,880 ES-Engineer 5 160 $95 $15,200 E6-Engineer 6 0 $80 $0 Inspector 1120 $91 $101,920 Tl-Technician 1 266 $100 $26,600 TW-Technical Writer 75 $90 $6,750 C1-Clerical 1 139 $75 $10,425 Total Fess from Staff $3831888 Subconsultant Fees Compass Land Surveyors(Survey) $28,690 Campbell Environmental(CE) $4,890 Geotechnical Resources,Inc(GRI) $32,880 Global Transportation Solutions(GTS) $10,580 Greenworks(GW) $34,356 Total Fess from Subcon-ft-ft $111,396 Expenses Cost Printing(P) $140 Mileage(M) $3,563 Subconsultant Allotment(SA) $1,500 Total Fees from Ex enses $5,203 ITOTAL BUDS $480,567 P'11411436A Tigard Wall Street Design1100 Agreement1102 Working DocslPrlme11436A Fee Est xlsx Printed4242017 ` (-;I1 `J: Y � APPROACH AND SCOPE OF WORK Our approach and scope of work for the geotechnical investigation are discussed below. 1) Three borings will be made with either a truck-mounted drill rig and hollow-stem drilling technique or with a trailer-mounted drill rig with a solid-stem auger. The borings will be advanced to a depth of 20 ft below the existing ground surface. A total drilling footage of 60 ft is planned for this project. Disturbed split-spoon samples and/or undisturbed Shelby tube samples will be obtained from the borings at about 2.5-ft intervals of depth in the upper 15 ft and at 5-ft intervals below this depth. The Standard Penetration Test will be conducted while the disturbed split-spoon samples are being taken. A vibrating-wire piezometer (VWP) with data logger will be installed in one of the borings to permit measurement of the depth to groundwater. The data logger will automatically record daily measurement of the groundwater, which will be particularly useful for planning construction dewatering and for evaluating the feasibility of stormwater infiltration. Measurements recorded by the data logger will be collected by GRI prior to submittal of the draft and final geotechnical report. The data logger will be protected at the ground surface with a highway-rated, flush- mounted monument. Abandonment of the vibrating-wire piezometer is not included in our scope of services and should be made part of the construction documents. The remaining borings not completed as a piezometer will be decommissioned in accordance with all applicable regulations and the pavement, if penetrated, will be patched with permanent cold-patch asphalt. Soil cuttings from the borings will be spread out evenly on the ground adjacent to the boring location. The borings will be subcontracted to a drilling contractor experienced in drilling and sampling soils for engineering purposes. The drilling and sampling will be accomplished under the direction of an experienced geotechnical engineer or engineering geologist from GRI who will locate the general areas for drilling and maintain a detailed log of the materials and conditions uncovered during the course of the work. Prior to completing the field investigation program, GRI will mark the boring and infiltration test locations in the field and contact the public utility notification number. 2) Three infiltration tests will be completed in general accordance with the EPA Falling Head Percolation Test Procedure. The infiltration tests will be completed at a depth of between 4 and 5 ft below the adjacent ground surface, unless groundwater is encountered at shallower depths. 3) The borings and infiltration tests will be completed within City of Tigard right-of-way and we have assumed that the City will provide GRI with a right-of-way permit at no cost. A traffic control plan and project narrative will be completed to assist in obtaining the right-of-way permit. SW Wall Street is relatively wide and has a low ®®8 2 Ly ^^`c Pit-ne Aareer-ent exhibit CSPI Scope of V",i;_,rk traffic volume, and traffic control will consist of traffic cones around the work area and advanced warning signs. 4) Laboratory tests will be conducted to provide data on the important physical characteristics of the subsoils, essential for engineering studies and analyses. The laboratory tests will include standard classification tests such as natural water content, unit weight determinations, and grain size analysis. In addition, for pavement design, three representative samples of the near-surface soil will be collected and tested for the determination of the California bearing ratio. 5) Engineering analyses will be accomplished that will lead to the preparation of conclusions and recommendations concerning (1) earthwork, including cut and fill slopes, wet-weather construction, and the suitability of the on-site soils for use as structural fill; (2) underground utilities, including excavation utilities, temporary shoring criteria, and construction dewatering; (3) flexible pavement design; and (4) an assessment of the feasibility of stormwater infiltration and the recommended stormwater infiltration rate. We have assumed that the pavement design will be completed in accordance with the ODOT Pavement Design Guide and that design traffic information (i.e.,AADT, percent trucks, distribution of FHWA truck classes, truck growth rate,etc.) will be provided by the design team. 6) A report will be prepared that discusses the work accomplished and presents the results of the various tests and office studies. The report will be provided in electronic format for your use and distribution. Assumption The scope of services presented herein and our fee are based on the following assumption: 1) Our proposal assumes that petroleum products or other potentially hazardous materials will not be encountered during our subsurface explorations. If petroleum products or other potentially hazardous materials are encountered during our subsurface exploration, we will immediately stop drilling, put the drilling subcontractor and our field staff on standby, and contact you for further guidance. The standby time has not been included in our cost estimate and will be billed on a time-and-expenses basis in accordance with the attached Fee Schedule. Construction Administration Services The primary focus of GRI's construction services will be to periodically observe the work in progress and provide consultation regarding the project design with respect to the conditions revealed during earthwork activities. Each site visit will be summarized on a Site Visit Report that will be distributed as you request. At the conclusion of the project, GRI will submit a brief letter report that summarizes our observations and the general suitability of the work performed with respect to the plans and specifications. Our personnel will not assume the day-to-day physical direction of the work, nor will they assume responsibility for the safety of the contractor's personnel. Our firm does not guarantee the contractor's performance, but rather looks for general conformance to the intent of the design and the plans and specifications. ©®o3 For preliminary planning and budgeting purposes, we anticipate that a representative from our staff will visit the site on an intermittent basis during earthwork activities at your request. In developing this preliminary geotechnical construction administration services budget, we have assumed that a representative from our staff will complete 12, half-day site visits (including travel to and from the site and preparation of site visit reports) during construction. We have also included 30 hours of project or senior engineer time for reviewing nuclear density test results completed by others, reviewing contractor submittals, responding to contractor requests for information (RFI), addressing geotechnical-related questions from the design team during construction, and preparing the construction summary report. The fee for the construction will be computed on a time-and-expenses basis. In this regard, our charges for the majority of the services will be primarily dependent on the contractor's schedule, rate of progress, and acceptability of the fill materials and placement and compaction procedures. SCHEDULE We are in a position to begin field explorations within approximately two to three weeks following your authorization to proceed, depending somewhat on the availability of a drill rig and issuance of right- of-way permits. It is anticipated that the draft geotechnical report for the investigation can be submitted to you within approximately four weeks after the completion of all field work. The final geotechnical report will be issued within one week after receipt of comments from the design team. Information can be submitted to you informally as soon as it becomes available from the studies. FEE The services will be provided in accordance with a subconsultant agreement with Wallis Engineering, similar to those that we have signed in the past. The fee for the above-described work will be computed on a time-and-expenses basis in accordance with the attached Fee Schedule. We appreciate the opportunity to submit this scope of work and budget and look forward to being of service to you on this project. Please contact the undersigned if you have any questions. Submitted for GRI, Mike W. Reed, PE, GE Brian A. Bennetts, PE Principal Senior Engineer Enclosed: Fee Schedule ©©� 4 ai� Street imprcvers ar i P.--,ie Agreeme^t ""xhibi'. C vRi Scope or Work GRI Beaverton, Oregon 2017 FEE SCHEDULE Personnel Rate/Hour Principal $ 215 Associate $ 190 Senior Engineer/Geologist $ 160 Project Engineer/Geologist $ 140 Staff Engineer/Scientist $ 115 Engineering Assistant $ 90 Contract Administrator $ 125 Technical Editor $ 120 Drafter $ 100 Secretarial Services $ 65 Other Charges Vehicle: Vehicles will be billed at the current IRS business mileage reimbursement rate. Fill Control Nuclear Density Gage rental will be billed at $5 per hour, with Equipment: maximum charge of$25 per day or$125 per week. Reproduction: In-house reproduction, $0.10 per sheet. Field Due to varied conditions,equipment requirements, location and use, Instrumentation rates for field instrumentation, monitoring, and other specialized and Monitoring equipment will be provided as required. Equipment: Subcontractor Charges for subcontractor services will be computed at cost. Services: Travel and All charges related to travel and subsistence will be computed at cost. Subsistence: (LAST REVISED 5/1/2016) ©®1 if '0! P�'rn� ��^eernan� �x�/�ii � Czropa*� 2c�oao�Ya�r� N C\Y)-+� E � PASS � Lad S urveyors City mfTigard k0a0Street Project CONTROL VERIFICATION Prior to performing any site survey work after construction, it will be necessary to verify the horizontal and vertical positions of existing control points. This step may also include establishing additional control points, where needed, if the existing control is inadequate to perform required survey services under this proposal. It is assumed that 50% of original control points are still in place at the time of Control Verification. The level ofeffort and resultant cost associated with this item is uncertain at this time. The estimated fee below for this item is a preliminary fee estimate based upon our current assumptions with regards to field and office time. TOPOGRAPHIC MAPPING Compass Land Surveyors will provide professional services to prepare a topographic site map of a portion ofthe Tri-Met Right ofWay along the southwesterly side nfTax Lot 2OU (2G 1 01CA). The dimensions of the strip to be mapped are approximately 50 feet by 400 feet. The final map will be prepared in AutoCAD format and will be based upon the project's horizontal and vertical control system. The mapping will be limited to surface features only necessary to develop an accurate contour map of the required area. Surface features indicating the presence of underground utilities will be located. RECORD DRAWINGS Following construction, Compass Land Surveyors will provide an AutoCAD drawing (and PDF)file, and field notes, showing the as- built location of sanitary sewer manholes, cleanouts and laterals (based upon information provided by contractor), storm sewer manholes, cleanouts and detention structures, and waterline va|wao and fine hydrants. Included with this information will be the elevation of rims and Omw|\neo of all manholes and catch basins and utormwaterdetendnn structures. The drawing will contain odatai| of each manhole showing the pipe locations, steps and bench as well as invert elevations. POST CONSTRUCTION RECORD OF SURVEY Following construction, Compass Land Surveyors will replace any record monuments shown onthe Pre- Construction Record ofSurvey which are required to be re-established./\dditiona||y, centerline and right of way monuments will be required in accordance with the requirements of ORS Chapter 209 and the Washington County Surveyor's office.A post-construction Record of Survey will be prepared and submitted to the Washington County Surveyors' office within 45 days of completion of the establishment ofthe new monuments. u 4��� �� |nternationa|Vua�' �uite705. yNi|~/aukie' Oregon gv222 Phone� s�3��5��9�g� Fax: 503.653.9095 Emai}: dond��compass-|andsurveyors.com \_�� it,i Oi ,;gard �`y'4alj S`ree` JfT1,O"C'S'@'i1Pll'tS P",i` e Agieemer. Page 2 April 5, 2017 Mr. David Brokaw—Wallis Engineering Assumptions: ✓ Compass Land Surveyors will provide notice to all adjoining landowners whose property we may need to enter for purposes of conducting any survey work related to this project by first class mail at least seven days prior to entry on anyone's land. It is assumed that permission to enter any landowner's property for purposes of conducting survey work will not be withheld. ✓ It is assumed that a Pre-Construction Record of Survey has been filed prior to the start of construction and that all required property lines, street and railroad right of way lines have been located on the survey. ✓ It is assumed that a CAD drawing of the Pre-Construction Record of Survey containing all monuments, property lines, right of way lines, easement lines and control point information will be provided. ✓ It is assumed that a CAD drawing of the MSA plans containing project control points will be provided. ✓ It is assumed that all right of way dedications and easement grants have been recorded and that we will be provided with a copy of all recorded documents. ✓ It is assumed that all right of way dedications and easement grant limits have been staked by others and restaking the limits is not part of this scope. ✓ It is assumed that the contractor will furnish and install any required survey monument boxes. ✓ The city of Tigard will pay for costs related to access permits and flagging for any work performed in the railroad right of way. ✓ All costs for training classes, if required, to perform survey work within the railroad right of way will be billed as a reimbursable cost by Compass and is not included within the estimated fee amount. ✓ It is assumed that Compass will be provided copies of available railroad valuation and utility maps. If you have any questions or require additional information, please contact our office. Sincerely, 1 Don Devlaeminc S. N:\CLER\Proposals\2017\03-17\17-03.50 033117 Wallis DD.docx GLOBAL Transportation Engineering Scope of Services: Tigard Hunziker Core- SW Wall Street Lighting Design Dear David: Global Transportation Engineering(GTEng)is pleased to present you this Scope of Services to provide street lighting design for the Tigard Hunziker Core—SW Wall Street Improvements Project in Tigard, Oregon. The project improves approximately 2,000 feet of roadway(SW Wall Street)starting at SW Hunziker Street. This Scope of Services provides for the following design elements along the project Area: • Roadway lighting analysis for the intersection of SW Hunziker St/Wall Street • Roadway lighting analysis for the SW Wall Street roadway segment(approximately 2,000 ft) • Roadway lighting Design to City of Tigard and PGE Option A • Coordination with PGE SCOPE OF SERVICES GTEng will provide the following design services for street lighting: Task 1: Roadway Lighting Analysis GTEng will conduct a detailed lighting analysis, based on PGE approved luminaires and light poles for use on the project. GTEng will coordinate the appropriate luminaires to use in the analysis with the City (luminaires used will be those identified on PGE's Approved Products List. The lighting analysis will be conducted using the AG132 software package to determine light levels for the proposed improvements. The lighting will be designed to achieve average maintained luminance and uniformity values per the Illuminating Engineering Society of North America's Roadway Lighting(RP-8). GTEng will determine the appropriate pole setback, spacing, luminaire wattage, luminaire model number,and pole layout for the roadway lighting. Base mapping for the lighting analysis will be provided to GTEng in AutoCAD format from the design team. IES files for the luminaire(s)used in the analysis will be obtained by GTEng from the manufacturer. The results of the lighting analysis will be summarized in a graphical output(street lighting analysis plan). The graphical output will show the photometric analysis, identify the standard followed and the analysis results. The analysis will be submitted to the City Traffic Engineer for review. Based on review comments received from the City,GTEng will update the lighting analysis and provide a final graphical output. Task I Assumptions: • The luminaire for use in the analysis will be those preapproved and available on the PGE Approved Products List. • AutoCAD base mapping will be provided to GTEng from the project team. • Draft Graphical Lighting Output. • Final Graphical Lighting Output. Task 2: Roadway Lighting Design GTEng will provide the following roadway design services: • Research and confirm the location of the new roadway light poles and will conduct a field review to minimize the possibility of conflicts between underground utilities, overhead utilities and street trees. • Coordinate anticipated electrical service location with PGE. • Coordinate with the City's Traffic Engineer throughout the design process. 227 SW Pine St I Suite 320 Portland,OR 97204 503-719-7997 -)f rima SW Wail Sifeet irnploverr 'lts r. .Ag eeme;,t Exhibit E G! - s col� S .�t''.,ti-n E of GLOBAL Lj. J Transportation Engineering Light pole footings will be based on the PGE approved standard light pole footing. It is understood there are no utilities or other underground obstructions that will require the design of special light pole footings. The lighting design will include light pole locations, conduits,pull box system, anticipated connection into an electrical service and other items necessary to complete the roadway lighting design. PGE will provide lighting circuit design.A final design will include the following: • Three roadway lighting plans that will include the project area, conduit, pull boxes, light poles and anticipated power connection-(1"=20') • Special Provisions(provided starting at second submittal) GTEng will use the current version of the City of Tigard's Standard Specifications for roadway lighting in preparing special provisions for the project. For each submittal, an Engineer's Cost Estimate will be developed for the roadway lighting improvements. Base plans showing curbs, sidewalks, right-of-way, and existing utilities will be provided to GTEng from the project design team in AutoCAD format. GTEng will coordinate throughout the design process for base plan updates. It is anticipated two formal review cycles at 60 and 90 percent with a final 100%PS&E submittal will be required through the course of the project. For each review cycle, GTEng will provide Wallis Engineering one set of reproducible plans in pdf format. It is assumed that Wallis Engineering or their representative will be responsible for reproductions and distribution of the PS&E to the City of Tigard for review. GTEng has included two meetings and a field visit under this Task. The meetings are estimated at 2 hours including travel. Task 2 Deliverables: • Three site lighting plans • Special Provisions • Engineer's Cost Estimate CiryofT/ga/j ,pmv�,eo�s �r �e �geamee Re: HunzigerCore—SVVWall Street Improvement Project—Tigard,OR Landscape Architectural Services Proposal—No. 11S36S Proposed Scope ofServices Task Project Research/Data Collection A.1 Proiect Kickoff Meeting A.2 Site Visit A.3 Review Background Documents This research is only to identify the general requirements for development within the scope ofthis proposal and may include such requirements as: landscape area,street trees,screening and buffering,tree counts,and relevant plant sizes and spacing. Although we may rely on this research in completing our scope of work it is not a guarantee that the reviewing agency or agencies will interpret the development requirements with the same outcome. A.4 Coordination Meeting VVewill provide one team meeting during this phase. Task Engineering Design 131 Construction Plans 81.1 Irrigation Plan This includes adiagrammatic layout oflandscape irrigation piping,valves, control equipment' sprinkler heads, and related equipment,specifically calling out pipe and equipment sizing types, brand, and model. B1.2 PlantingPlan This plan will include graphic location and identification of plant materials to be used including sizes, and varieties. 81.3 Construction Details We will produce typical details for installation of irrigation system and plant material. B1.4 Planting and Irrigation Specifications Includes material and installation specifications inOD0T/APVVAformat for landscape planting, irrigation system and establishment period. 131.5 Construction Cost Estimate Includes material and installation specifications for landscape planting, irrigation system and establishment period. 131.6 QA and QC Review Includes Quality Assurance and Quality Control review during this phase. s,eenxvvms'p.c. ° Landscape Architecture ^ Environmental Design z«wwz^^Avenue,Suite 1nu ^ Portland,Oregon or2oy ` (p)503.222.5612 ^ (f)503.222.2283 ` www.u,emwo,kspc.mm 'ity or Tigard S'Jv,J Wall Street irnarovements gime,Agreement Ex-)ib;' 7 Greenworks Scooe ot'."J B1.7 90% PS&E Includes refinement of all tasks in 60% PS&E Phase. B1.8 100% PS&E Includes refinement of all tasks in 90% PS&E Phase. B2 Permitting(no work in this task) B3 Coordination and Meetings with City Project Team B3.1 Design Phase-Project management and Coordination Includes design team coordination and one design team coordination meeting during this phase. Task C Construction Services C.1 Bidding Assistance Answer Question From Bidders Regarding Included Scope of Work. C.2 Meetings and Clarifications Periodic meetings with the Contractor for the purpose of clarifications of plan and specification information are anticipated during construction.We have assumed we will attend up to two meetings. C.3 Submittal Review Review of contractor submittals required by specifications provided as part of the scope of work as outlined in this proposal. Review of these submittals is only to determine if they conform to the Landscape Architect's visual and aesthetic design CA Site Visits We will participate in up to four site visits with the Project's contractor to generally review the progress of construction and to see if the work completed GREEGI ( is generally consistent with the intent of the Landscape Architect's Construction Documents.Although the GreenWorks, PC may observe and discuss potential problems,these visits are neither construction inspections nor a guarantee that there will not be construction deficiencies. In no instance will GreenWorks, PC undertake to supervise the work of others.These visits may include the following reviews: • Pre-Construction Meeting and Rough Grading • Open Trench Irrigation • Irrigation Performance • Plant Material and Final Landscape Area Assumptions 1. Site topographic survey will be provided by owner in both hardcopy and AutoCAD formats. All utilities,trees and other existing features will be located on the survey. GreenWorks,P.C. • Landscape Architecture • Environmental Design 24 NW 2nd Avenue,Suite 100 • Portland,Oregon 97209 • (p)503.222.5612 • (f)S03.222.2283 • www.greenworkspc.com 2. GreenWorks, PC will not be responsible for parking lot layout, and site grading and drainage. GreenWorks, PC will cooperate with Client's civil engineer with respect to such services. 3. Structural engineering necessary for design of walls,trellises,fences,and other landscape features will be provided by others. 4. Fee for consulting arborist, if necessary, is not included in this proposal. 5. Excluded Services are not a part of GreenWorks, PC's Basic,or Additional Services and are the responsibility of others. Excluded Services include, but are not limited to,the following:Subsurface conditions;soil issues (including suitability for plant material,soil content, level of compaction); lot line location; drainage; utilities' location;signage;security; lighting. 6. GreenWorks, PC shall render its services as expeditiously as is consistent with professional skill and care. 7. The Client acknowledges and agrees that proper Project maintenance will be required after the Project is complete. Without adequate maintenance and care on the part of the Owner, portions of the landscape may never mature and function in the manner intended, resulting in a design that does not achieve the original intent expressed by the designer to the client. GreenWorks, PC cannot be responsible for conditions or events that result from inadequate or improper maintenance. Hourly rates This proposal is based upon the hourly rates outlined below for the current calendar year. If this proposal is accepted or work begun in the following calendar year, our fees will be revised to incorporate the billing rates then in effect. If work continues into subsequent calendar years we reserve the right to revise and update our fees. GREED I ' Principal/Technical Director...............................................................$170.00 SeniorAssociate III..............................................................................$155.00 Senior Associate II...............................................................................$145.00 SeniorAssociate I................................................................................$130.00 Landscape Architect IV........................................................................$145.00 Landscape Architect III........................................................................$135.00 Landscape Architect II.........................................................................$130.00 LandscapeArchitect I..........................................................................$110.00 Landscape Designer IV........................................................................$130.00 Landscape Designer III ........................................................................$120.00 LandscapeDesigner II ...........................................................................$95.00 LandscapeDesigner I ............................................................................$85.00 ProjectAssistant III .............................................................................$105.00 ProjectAssistant II ................................................................................$90.00 Clerical/Administrative.........................................................................$75.00 Mike Faha, PLA, FASLA, LEED AP Principal GreenWorks, PC 503.222.5612 1 mikef@greenworkspc.com Accepted by: GreenWorks,P.C. • Landscape Architecture • Environmental Design 24 NW 2od Avenue,Suite 100 • Portland,Oregon 97209 • (p)503.222.5612 • (f)503.222.2283 • www.greenworkspc.com uiiY Qf i(adr'a 5';v v'�'Jall Street Improvements '_';':me Agreement Exhibit G. i Environmental Scope or'dV_;rk CAMPBELL ENVIRONMENTAL, LLC evaluation • permitting • compliance 503-680-8390 4251 NE Hazelfern Place eric@campbellenviro.com Portland,OR 97213 ENVIRONMENTAL SERVICES PROPOSAL Hunziker Core—SW Wall Street Improvement Project The following Scope of Work describes the environmental services to be provided by Campbell Environmental, LLC (Consultant) for Wallis Engineering (Client) in association with the Hunziker Core — SW Wall Street Improvement Project in Tigard, Oregon. Activities associated with the proposed project will likely result in impacts to vegetated corridors (regulated by Clean Water Services [CWS]) located adjacent to existing wetlands and/or waters (i.e., Water Quality Sensitive Areas). As such, a project Service Provider Letter (SPL) will be required from CWS. Obtaining the SPL will require a site assessment and preparation and submittal of a Natural Resource Assessment (NRA) report. A detailed cost estimate associated with this Scope of Work is attached below. SCOPE OF WORK Task 1 Natural Resource Assessment Consultant shall conduct a site assessment and identify sensitive areas and vegetated corridors within the vicinity of the project study area. Following this assessment, Consultant shall prepare and submit an NRA report and Sensitive Areas Certification form to CWS in application for an SPL. The NRA shall include a discussion of sensitive areas, the quality of associated vegetated corridors, an assessment of potential project related impacts, an alternatives analysis, and a description of proposed mitigation. Consultant shall coordinate with CWS representatives to confirm site assessment requirements, application procedures, and mitigation measures. This coordination shall include pre- application correspondence in the form of telephone calls and emails. If necessary, Consultant shall arrange for a pre-application meeting with CWS to review project design, potential impacts, and proposed mitigation. Following submission of the NRA, Consultant shall respond C arr. Street irnprae to any questions or comments received from CWS during their review, as necessary to facilitate issuance of the SPL. Assumption(s): • Consultant shall attend one (1) meeting with CWS to discuss potential impacts and mitigation measures. • This Scope of Work does not include preparation of a Compensatory Mitigation Plan (CMP). If it is determined that a CMP will be required, Consultant shall submit a revised scope for those services. • Client shall provide all construction plans and project description information, as necessary to quantify and document project impacts. • Client shall provide CAD figures as necessary for preparation of the NRA report. • Consultant shall submit the NRA report and certification form to CWS. Site certification and assessment will require a fee submittal to CWS for review.The fee will be paid by the Client. • All wetland/waters delineation work within the project area has been completed, and all associated wetland/waters boundaries have been mapped and concurred with by the Oregon Department of State Lands (DSL). • All proposed impacts to wetlands/waters identified on the Trammell Crow Company property (i.e., Wetlands Al, A2, B, C, and jurisdictional roadside ditches) have been permitted and mitigated. • The proposed project will not impact Wetland A (located in the dog park) or the railroad ditch delineated along the TriMet Westside Express, and will not require a U.S. Army Corps of Engineers (Corps) or DSL permit for impacts to Wetland B (next to Red Rock Creek) associated with the proposed excavated stormwater channel. • Consultant shall provide up to four(4) hours of coordination with the Corps and/or DSL regarding permit exemptions and/or use of a non-notifying Nationwide Permit for excavation of the proposed stormwater channel near Wetland B. • The proposed project will not require compliance with the SLOPES V stormwater design criteria. Deliverable(s): • One (1) electronic copy of the draft NRA(.pdf). • One (1) electronic copy(.pdf) and one (1) hardcopy of the final NRA Exhibit H-SW Wall Street Improvement Project Wallis Engineering ID Task Name 'Duration Start Finish l Apr 16 17 Jun 18,17 Aug 20'17 i Oct 22,17 Dec 24 17 Feb 25,'18 1 p 9,'18 {Jul 1,'18 } M.. T - W T_1 F i S._ S j__.M T_j W ! _T_. F Apr 2 L._S J SM.. 1 !Task 1-Project Management andAdministration 120 days Wed 5/17/17 Tue 10/31/17 2 Project Kickoff Meeting/NTP 0 days Wed S/17/17 Wed 5/17/17 R,5/17 3 Prepare Preliminary Schedule 1 wk Wed 5/17/17 Tue 5/23/17 11 ! —1 * 4 Design Phase-Project Management and Coordination 6 mons Wed 5/17/17 Tue 10/31/17 i 5 Railroad Coordination 6 wks Wed 9/20/17 Tue 10/31/17 liImo: t 6Task 2-Data Collection and Evaluation 40 days Wed 5/17/17 Tue 7/11/17 C��1 7 Topographic Survey 3 wks Wed 5/17/17 Tue 6/6/17 III '9 8 Review Background Documents 2 wks Wed 5/17/17 Tue 5/30/17 lI f 9Base Map Development 1 wk Wed 5/17/17 Tue 5/23/17 i 10 ! Geotechnical Investigation and Report 8 wks Wed 5/17/17 Tue 7/11/17 11 (Task 3-Construction Plan Development 115 days Wed 5/24/17 Tue 10/31/17 12 Stormwater Report and Facility Design 5 wks Wed 6/28/17 Tue 8/1/17 13 60%Construction Documents and Cost Estimate 12 wks Wed 5/24/17 Tue 8/15/17 14 60%City and Fields Trust Design Review 1 wk Wed 8/16/17 Tue 8/22/17 15 60%franchise utility coordination 1 wk Wed 8/16/17 Tue 8/22/17 16 90%PS&E 4 wks Wed 8/23/17 Tue 9/19/17 17 1 90%City and Fields Trust Design Review 1 wk Wed 9/20/17 Tue 9/26/17 18 1 90%franchise utility coordination 1 wk Wed 9/20/17 Tue 9/26/17 19 100%PS&E 4 wks Wed 9/27/17 Tue 10/24/17 , 20 100%City and Fields Trust Design Review 1 wk Wed 10/25/17 Tue 10/31/17 21 EDA Review Checklist 1 day Wed 10/25/17 Wed 10/25/17 I 22 Task 4-Permitting 110 days Wed 5/17/17 Tue 10/17/17 23 CWS Permitting 15 days Wed 9/20/17 Tue 10/10/17 24 i 1200C(or 1200-CN)to DEC. 4 wks Wed 9/20/17 Tue 10/17/17 tt:. 25 DSL/Corps Coordination 3 mons Wed 5/17/17 Tue 8/8/17 i� t 26 1 Tree Removal Application 2 wks Wed 9/20/17 Tue 10/3/17 {�, 27 !Task 5-Bidding Assistance 2 mons Wed 11/1/17 Tue 12/26/17 28 ;Task 6-Construction Services 24 wks Wed 12/27/17 Tue 6/12/18 Task x Inactive Task Manual Summary Rollup External Milestone (j Manual Progress Project:Project Schedule Split Milestone "" Inactive Milestone Manual Summary 1�1 Deadline al Date:Sat 4/1/17 Inactive Summary Start-only C Critical Summary r ........I Manual Task 1 - -`.I Finish-only 7 Critical Split Project Summary 1' -"! Duration-only - External Tasks Progress Page 1 EXHIBIT B ENGINEER'S PROPOSAL Proposal to City of Tigard March 9, 2017 Engineering Design and Const uction Management Services: unziker. Core - SW Wall Str. et Improvement Project n " David Brokaw,PE.Senior Engineer 215 W.4th Street,Suite 00 Vancouver,WA •• 660 •.360.695.704 f.360,694.1043 vial.lis engineering Table of Contents Hunziker Core - SW Wall Street Improvement Project Transmittal Letter Section 1 Project Understanding and Approach..............................................1 Section 2 Design Consultant Team Qualifications...........................................9 Section 3 Design Consultant Team Experience With Similar Projects.......17 Section 4 Firm's Availability and Ability to Meet Project Schedule............23 Section 5 Project Manager Experience...........................................................25 Section6 References........................................................................................27 Appendix A Resumes Appendix B Required Forms Section 7-Proposal Certifications Section 8-Signature Page Attachment A-Acknowledgment of Addenda Attachment B-Statement of Proposal Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project = Transmittal Letter 0 allis "engineering March March 9,2017 City of Tigard—Contracts &Purchasing Office Attn:Joe Barrett,Sr. Management Analyst 13125 SW Hall Blvd. Tigard, Oregon 97223 Re: Proposal for Engineering Design and Construction Management Services for the Hunziker Core-SW Wall Street Improvement Project Dear Mr. Barrett: We appreciate this opportunity to submit our qualifications for the referenced project.When we submitted for this project originally,we believed that we were highly qualified.We believe that is even more true now that most of the conceptual design issues have been resolved and the focus is delivering a high-quality set of contract documents as efficiently and expeditiously as possible. We have prepared our proposal to address the items in the City's RFP.We have read and understand the scope and requirements of this project.We understand that the City has acquired an EDA grant to enable the development of the Hunziker Industrial Core.These funds will enable the completion of 30 percent plans which have been prepared for the project,which is essentially the upgrading of SW Wall Street. Because the significant design issues have been resolved, the City needs a consultant to produce contract documents in time for bidding in October 2017. Recognizing that the schedule is critical,we have spent a considerable amount of time evaluating the 30 percent design plans so as to limit our"learning"time. In doing so,we have noticed a number of design items that warrant special attention,which is always the case with 30 percent plans.Although we have discussed a few of these in the proposal,please note that we do so recognizing that they may or may not be relevant.We also recognize the importance of teamwork between MSA and the selected consultant who will be finalizing what appears to be an excellent set of 30 percent plans. We are proposing as lead firm,with several subconsultant firms in a supporting role. Please note the following regarding our team: ■ We have extensive experience with the design and construction management of similar roadway improvement projects. Our proposed team includes four engineers who have worked together for the past seven years on numerous similar projects. ■ Our project manager,David Brokaw, and our lead engineer,Wes Wegner,are exceptionally well qualified for this project.They both have proven track records helping local governments like Tigard deliver complex street and utility projects. ■ Given the fact that this project is largely a"production effort"we think it important to note a key strength of our firm that is seldom mentioned—our"engineering support staff".They are led by :)U+ E 10('• 70111 Faxi36' ('6-1-1,013 Letter to Mr.Joe Barrett March 9, 2017 Page 2 of 2 our lead CAD technician and our lead document specialists,both of whom have been with the firm for 17 years.Together they have led the production of contract documents for about 250 projects.They are an exceptional resource. We have an exceptional track record meeting fast-track schedules. Although we believe project management is the key to meeting schedules,the fact that our entire staff is production-focused is a tremendous value with tight schedules. In this case,the fact that our project manager is supported by a lead design engineer who also has extensive experience managing fast-track schedules is also important to note. We have completed over 65 municipal projects with federal funding,including managing construction of a project funded through the Economic Development Agency(EDA). For the overwhelming majority of these,we completed design and construction phase services, and were responsible for completion of all submittal requirements of the funding agencies. We appreciate your consideration. Please note that we are registered in the SAM database, and have been for many years, and that our firm complies with all applicable federal requirements regarding equal opportunity in Executive Order 11246.This proposal is irrevocable for a period of 90 days from the Proposal Opening Date. In submitting this proposal,we are committed to perform the services required within the deadlines stated in the RFP. Our contact for this proposal will be me, David Brokaw. Please feel free to call or email me with questions at 360.852.9153 or by email at David.Brokawna walliseng.net. I am authorized to represent Wallis Engineering in any correspondence, negotiations or contracts. Sincerely yours, David Brokaw, PE Wallis Engineering, PLLC w Section 1 : ' '. Project Understanding and Approach 1 ( Project Understanding and Approach Project Understanding for May, that leaves approximately 5 months to deliver The SW Wall Street project will provide needed the project.As part of our due diligence,we anticipate improvements to the Hunziker Industrial Core to enable reviewing previously completed permitting applications development of the area. Those improvements include and design reports.Assuming all environmental and right- widening and reconstruction of the existing street and of-way challenges are removed from the scope, completion drainage facilities, and the installation of water and within schedule should not be difficult.We believe the sanitary sewer mains with appurtenances. delivery of this project to be relatively straightforward and we have ample resources available.Wallis Engineering Because 30% plans have been completed, the more prides itself on its ability to meet schedules and we never significant design issues have been resolved.With that commit to completing projects we can't deliver. 30% design effort, the proposed roadway grade and alignment and geometry have been established. The Our project manager will review schedules monthly horizontal alignment of proposed utilities has been and communicate any changes or issues to the project established, but the vertical alignment has not. It is team immediately. Keeping team members informed our understanding that the 30%design was the basis and on-track saves time and has a direct impact on the for environmental permitting, railroad permitting, and quality and schedule of a project.We also believe it to be property/easement acquisition efforts currently underway. important for the project manager to closely monitor the progress of the permits and property/easement acquisition Our proposed project approach will build upon the efforts, and to be very responsive to any changes in the aforementioned work efforts and follow the general work work plan that may become necessary to ensure that those plan that is outlined in the RFP. In doing so,we will changes do not pose delays in the completion date. complete all of the stated tasks and provide the related deliverables.We will conform to all relevant codes and Coordination and Communication standards, including Tigard's Public Improvement Design A key aspect of this project will be ensuring that all Standards, CWS standards, MUTCD,AASHTO, and stakeholders are kept well informed throughout design ODOT Standard Specifications. Based upon information and construction.As this corridor is heavily trafficked by from the pre-proposal meeting, site visits,and review of the adjacent businesses, it will be critical to understand the 30%plans,we have identified the following as the the needs of these businesses.As part of our original more significant issues that need to be addressed through proposal,we obtained information relating to business the remaining design phase of the project. operations that is included below for reference. In addition, as the Fields trust is a major contributor to the Schedule and Productivity cost of these improvements, it will be important to work The RFP requires the project to be bid in October 2017. in coordination with their design engineer and understand With approval of scope and notice to proceed anticipated their needs. SW WALL STREET BUSINESS ACCESS NEEDS Max Business Hours Truck Size Charter Mechanical6 am 4:30 pm Semi trailer Street parking important&they desire roadway to be lowered.Alternate access not desirable but could be used during construction if necessary. 7 am-5 pm Semi trailer Desires roadway to be lowered.Currently trucks drive to end of Wall Street,turn around&back into bay doors. Land Care 6 am-3:30 pm n/a Inbound deliveries are minor(fedex/mail). 6 am-3:30 pm Not full size semi Inbound deliveries roughly once/week. Grow Construction 7 am-bpm n/a Occasionally parks rental equipment on Wall Street. 24 hours Semi trailer Variable deliveries-often at 2 am. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 1 At the 30%design stage,we would anticipate that ■ Material Quality Control and Quality Assurance most of the coordination issues with adjacent industries tracking and management have been resolved. It will be important to ascertain ■ Certified payroll what coordination has been completed, to supplement ■ Contractor's eligibility verification that effort as necessary, and to ensure that all issues are thoroughly addressed in the contract documents. ■ DBE verification,tracking and reporting Our firm's ability to collaborate with client staff and ■ File management in accordance with ODOT public works contractors is one of the more significant requirements factors in the success of our projects.We work almost ■ Utility coordination exclusively with municipal government.This, combined ■ Full time construction inspection, including Daily with the fact that so many of our projects are"tailored" Inspection Reports and photo or video documentation to local needs, means that we are highly experienced ■ Progress pay estimates at integrating a wide variety of client staff perspectives, including those from planning, engineering,and 1111 Ongoing environmental and cultural resource operations, into our decision-making.We know that monitoring as required by the project communication and understanding the perspective of Consultant Transition others is essential to working effectively with the client. It will be important to focus upon ensuring that the To help us be more effective in this regard, our firm transition from MSA be as smooth as possible, not only emphasizes communication as part of our professional to save time and money, but to ensure that all of the development program. design issues that surfaced during the preparation of the EDA Coordination and Compliance 30%plans are fully addressed and the aforementioned As the EDA is new to funding design projects, our permitting and property/right-of-way efforts currently approach anticipates following a delivery process similar underway proceed according to schedule and budget. to other federally funded projects for both design and In the following paragraphs,we have brought up a few construction to ensure compliance with any grant issues that we noticed in reviewing the 30% plans.We funding requirements.A first step will be to coordinate think it important to note that we are very sensitive with the EDA to verify if any specific guidelines must be to both the budget and scheduling implications of followed and adapt our approach in accordance with their "changing horses in midstream". On one hand,we do requirements. not want to miss opportunities to deliver a better design. Our project history of over 60 municipal projects with On the other,we do not want to spend time"reinventing federal funding(including an EDA-funded construction the wheel".We believe that the key to achieving balance project) has led to an extensive knowledge of these between these two objectives is teamwork during the requirements.We approach every federally-funded project transition. Our past history of collaboration with MSA, with the expectation that the project documents will including a project currently underway,will be of great be reviewed by a Federal Auditor. Because of this and value in this regard. our experience with these projects,we have developed a Roadway Geometry deep understanding of FHWA and ODOT regulations, As stated above, it appears as though most of the design procedures, and standards for administering federally issues related to roadway alignment and geometry have funded projects, including the current ODOT PS&E been established. One which we would recommend Delivery Manual.We are also very familiar with the be revisited is the corner widening on the east side of requirements of federally funded projects in regards to the roadway at approximate station 25+00. Due to the construction. Our experience in regards to construction roadway classification as an industrial collector,we would project coordination and management includes: recommend that this roadway be built to standards ■ Preparing breakdowns of eligible funding cost accommodating large design vehicles.Across from the reimbursements Agilyx site the proposed roadway is designed with a centerline radius of 166'.While this meets the minimum ■ Submittal reviews centerline radius requirements as defined in the City of Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 2 Tigard design standard, the proposed roadway does not storm and sewer mains. The proposed water main is appear to include corner widening as recommended by currently located in the existing pavement for about 500 AASHTO. If that observation is correct, large trucks feet at the north end of Wall Street in an area where the traversing this corner may create unsafe conditions by roadway surface will be lowered several feet. If that water straying into adjacent bike lanes.The graphic below main is constructed prior to roadway lowering, it will illustrates the envelope required for a WB-62 design have to be constructed particularly deep. If constructed vehicle to negotiate this corner.Widening of the roadway after rough grading of the roadway section, it will add could have impacts on right-of-way and/or stormwater considerably to the challenge of providing temporary requirements and should be evaluated early in the process. access to the industries on the west side of Wall Street. We recommend evaluating the option of having the water r main installed on the east side of the roadway,which /r I would require revising the location of the proposed sewer a few feet to maintain separation. This would enable most of the utility work to be completed with minimal traffic control, and with minimal impact upon access to the s d' adjacent industries. ' / r z We would propose the addition of detailed phasing plans within the construction documents to clarify to the contractor our approach to maintaining access and utility F - / ? service to existing properties.We have prepared a draft i A: ffi phasing plan, Exhibit A, included on the following page. This illustrates an option to phase construction using the O g p -- alternative utility mainline alignments discussed above. Railroad Right-of-Way Construction Contract Requirements The current plans show the construction of a 24"storm This graphic illustrates the envelope required for a WB-62 design culvert within Portland and Western Railroad (PNWR) vehicle to negotiate this comer.The radius as shown appears to create right-of-way. It is our understanding that the City intends unsafe conditions by allowing it to stray into the bike lanes. to obtain an easement from the railroad for this work. Assuming that the railroad grants an easement within Another geometric(and also perhaps stormwater) issue is their property, the work within their right-of--way will the transition from crown to shed section at approximate require that the contractor conform to a number of station 17+40. This station coincides with a vertical curve transition in profile. Combining these two geometric special construction requirements.Typically, these are features at the same location is not recommended due dealt with contractually simply be including the railroad to the likely creation of flat spots ipermit in the contract documents and making the nn the pavement as appropriate references in the special provisions. One of the cross section rotates through 0/o cross slope.We would recommend moving the transition from crown to these requirements is that an approved railroad,inspector be present during work within a particular distance of shed section downstation to avoid this concern. Doing so will also allow for additional stormwater facilities to the track.As a cost control measure,we have found that addressing timelines for that work by the contractor is be located along the dog park frontage if needed (clear advisable from acost-control perspective. of existing wetlands), should corner widening impact proposed stormwater improvements in front of the Agilyx There may be an opportunity to avoid the cost and property. complications of work within the railroad right-of-way Utility Mainline Alignments by rerouting the storm line to within the existing 20' The second design issue that we would recommend sanitary sewer easement across the Agilyx property and revisiting is the horizontal location of the proposed water, connecting to existing stormwater piping at the back ofthat site. This option may warrant consideration. Page 3 Alternative waterline Edge of existing roadway ���h Alternative sanitary alignment ` i L, sewer alignment - ---- — ------------ --�k -- ---------i--- �� �- =—_ -- -- — ----_ — = -- — - IosD; Sw Wa- O"SS -----io SD _ _ #F Street -4 iz-oU- 16+00 - B4+ -_. - �t12"DI W+- H�-F-�1 ----412"DI W-1--ti---�� +-- --I��t12"DI WF� +--rt----1 Stormwater Impacts expertise in controlling construction impacts, including Per the RFP, stormwater facilities will not be required to those to the motorized and walking public. Wallis meet SLOPES V requirements and detention will not be Engineering has a deep understanding of the value required.Wallis Engineering has reviewed the stormwater of keeping public impacts to a minimum during facility design on the 30%MSA plans. It appears that reconstruction projects. For this project we will tailor our the plans incorporated a combination of approximately construction documents to minimize impacts to the local 8,500 SF of LIDA planters along the roadway and an businesses within the corridor, as well as to other traffic. extended dry basin adjacent to the entrance of the Agilyx This reconstruction experience has gone hand in hand property. Based upon our rough calculations, this appears with our focus on the importance of having our design to be adequate to meet CWS standards for water quality. engineers involved in the construction of their projects to Wallis Engineering will review existing stormwater design the greatest extent possible. This is why we have focused reports and calculations, update as needed based upon on local government clients,where that opportunity geotechnical testing and complete stormwater design is often available.While some projects do not afford reports to meet CWS standards. The design cross sections that opportunity either because they demand dedicated for the stormwater facility will be updated to remove professional construction managers and inspectors, or detention facilities. Due to the low infiltration capacity client staff are responsible for construction phase services, of the soils, it will likely be replaced with a flow-through many of our projects do.The end result is that both type planter with an underdrain and overflow piping. our design and construction phase services are different Design reports will include preparation of an operations from other firms,with that difference equating to lower and maintenance manual based upon the selected BMPs. construction costs and less impacts to the public during Material Reuse/Pavement Design construction.Another end result,which is very much Opportunities exist to utilize existing roadway sections to related to the first, is that we have developed as part of minimize reconstruction along the City's Potso Dog Park our Fieldsmart QA/QC program, an iPad-based tool for and the Agilyx property.We will evaluate opportunities our inspectors which utilizes customized construction to incorporate in-situ materials such as site grindings, checklists which are integrated into our design and recycled asphalt and railroad ballast into proposed construction guidelines. pavement sections.We will also evaluate cement treated Our Fieldsmart Inspection iPad includes not only the base to limit excavation and haul requirements. checklists, but also all project-related data required by Controlling Project Cost the construction inspector (such as project contract documents, standard plans and specifications, submittals, Our approach to controlling project costs depends permits and reference materials). These are customized as upon many of the factors we rely upon to manage project schedules, such as project manager and team necessary during the design phase to address construction qualifications, teamwork, motivation, managing staff issues that warrant special attention from project resources. During the design phase we utilize a thorough inspectors.We will use this iPad system during the database of cost indexes to guide engineering estimates construction phase of this project. which are verified by an experienced engineer. For the construction phase,what sets our firm apart is our Project Approach ability to integrate design work with construction-phase We have included a summarized scope of work which engineering and inspection.This is the end result of our incorporates the scope in the RFP by reference.We firm's long practice of having our engineers involved in propose no major changes, but have reordered a few tasks the construction of their design projects.The experience, that we feel could expedite the schedule or minimize skills, and attitude they gain enables them to control costs risks. through tailoring contract documents as well as react immediately to unforeseen conditions in the field. Task A: Project Research / Data Collection Managing Construction Al—Project Kickoff Meeting.Provide coordination and communication with the City's project manager, design Our firm's focus upon reconstruction projects in team, and affected agencies and stakeholders. Manage developed areas has provided us with considerable Page 5 the project team to ensure that the schedule is met and LIDA handbook. Per the understanding, no detention special needs of the City are addressed.Attend meetings facilities are anticipated.A hydrologic analysis will be as required. completed using the SBUH method.All stormwater A2—Prepare Preliminary Schedule.We will prepare a conveyance structures will be designed for the 25 year detailed scope and schedule for the City's review and design event. approval.We propose to utilize Microsoft Project for • Roadway Plan and Profile Improvements. Roadway project scheduling, and update the schedule monthly design plans will be completed in accordance with throughout the project. the City of Tigard Design standards and AASHTO A3—Review Background Documents.A critical task in this recommendations. Proposed plans will incorporate process will be to develop a thorough understanding of geotechnical recommendations for pavement design. the design decisions made in the preparation of the 30% Design plans will include fully detailed ADA ramp plans.A detailed review of the plans will be conducted to layouts. analyze roadway, stormwater and utility design elements. N Utility Plan and Profile Improvements. Sanitary and This review will include an analysis of all Civil 3D Stormwater conveyance piping will be designed objects. In addition,we will conduct a detailed review of utilizing CWS standards.Water lines and hydrants all project background information, design reports,survey will be designed to meet City of Tigard design mapping(with specific emphasis on survey surrounding standards. It is assumed that all utility service proposed ADA facilities), environmental delineations, connections to private property will be sized by the permitting documents and right-of-way elements as well developer. as correspondence regarding coordination between private ■ Construction Phasing Plan(Optional),We believe that property stakeholders and the consultant team.The goal significant cost savings and reduced construction of this effort is to identify any potential for critical path impacts to private industry may be obtained impacts (specifically environmental permitting and right- through preparation of detailed phasing plans for of-way), and develop a list of design questions for the the contractor.Wallis Engineering has extensive consultant coordination meeting in task A5. experience delivering projects where managing and A4—Geotechnical Report. Geotechnical analysis will follow maintaining construction access to adjacent businesses the recommendations of the RFP. In addition, pavement was critical to project success. design and recommendations for light pole (and ■ Lighting Design Plans. Global Transportation Solutions potentially wall) structural design will be included in the will prepare detailed lighting designs per City of geotechnical scope. Tigard standards. A5—Consultant Coordination Meeting(Optional).We ■ Specifications.The 60%submittal will include an recommend this additional task to ensure a smooth outline of proposed specification sections for review transition between design teams.Wallis Engineering by the City. 90%and 100%design submittals will will schedule a meeting with the MSA design team to include full specifications. Specifications will be based review questions developed during review of background upon 2015 ODOT standards. information. ■ Opinions of Cost. Engineer developed opinions of cost Task B• Engineering Design will be prepared at all design levels.Wallis Engineering understands the importance of providing robust B1—Construction Plans.Wallis Engineering will prepare and accurate engineering estimates. The current design plans for review at the 60%-90%-100%stages. construction market has created challenges for The design plan submittals will include the following: municipalities.All of our design estimates undergo ■ Stormwater Report and Facility Design.Wallis a thorough QA process and are vetted against our Engineering will prepare a hydrologic model to design continually updated database of recent bid results. stormwater facilities in accordance with CWS design ■ Wall Design(Optional),The 30%plans developed by standards.We will review MSA modeling data and MSA do not currently include wall segments within calculation and make modifications as required. the project limits. However, the termination of the Stormwater planters will be designed utilizing the roadway at station 31+00 appears to include a change Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 6 in grade over existing that may necessitate a wall along (Mackenzie) to ensure seamless transition between public the railroad right-of-way. If required, our structural and private improvements. engineer, Grummel Engineering,will provide Wallis Engineering will also oversee coordination structural design of wall elements in conjunction with franchise utility providers at all phases of the with recommendations from the geotechnical design.Wallis Engineering will review franchise utility engineer, GRI.Alternatively, as the dead end of the agreements with the City and coordinate to accommodate existing roadway is only needed for turnaround and conduit and vault designs within the proposed corridor. connection to private property,the City may elect In addition to the coordination listed in the RFP,we to taper the roadway termination away from the railroad right-of--way to accommodate future wall believe that coordination with the Portland and Western Railroad will be crucial to project success. The Railroad construction. has very specific guidelines for improvements and ■ Quality Assurance and QualityControl Review.Wallis Engineering has procedures for both formal and construction methods within their right-of-way. It will be important to obtain their approval for any work within informal reviews on project deliverables. Formal reviews will be conducted using phase specific that right-of--way. It is our understanding that the City checklists at scoping, 60%, 90%and Final Design is in the process of obtaining an easement for this work. Should complications arise,we have included Tom Wiser phases. These reviews will focus on ensuring project of Wiser Rail on our team to assist in processing any design elements are appropriately and accurately approvals through the railroad. conveyed, design impacts are understood and all project costs are well defined.All project deliverables 64—Bidding Assistance.Wallis Engineering will assist with undergo an informal QA process by all project team the bidding phase for the project. Services may include members from our administrative staff and drafting distributing plans through an online service, organizing technicians to our engineers. and conducting a pre-bid meeting, and maintaining a planholder's list.Wallis Engineering will prepare B2—Permitting.Wallis Engineering will oversee and coordinate with Campbell Environmental for the addenda as needed, and assist and attend the Citywith preparation of all applicable permits.All previous the bid opening, preparing bid tabs, evaluating bids,and environmental documents will be reviewed as needed, recommending award of the contract. The following permit applications are anticipated: Task C• Construction ■ CWS Service Provider Letter,Wallis Engineering and Ci—Submittal Review.All project submittals will Campbell environmental will coordinate with Clean be reviewed for conformity with project plans and Water Services to submit a pre-screen application and specifications. obtain a Service Provider Letter. C2—RFI Review.Wallis Engineering will review and ■ 1200-C(or CN as determined)Permit.Wallis process all RFI as quickly as possible.We understand the Engineering will prepare erosion control plans and necessity of prompt resolution of construction issues to details and submit for approval to DEQ. maintain project schedule and budget. ■ DSL/Corps Permitting,The design team will review 0—Construction Staking. Compass Land Surveyors submitted wetland delineation reports and conform to will complete all construction staking for the project as recommendations of the DSL/Corps permit. defined in the RFP.We have a long history of working ■ Tree Removal.A tree removal permit application will be together with Compass to deliver quality projects. submitted to the City for approval. C4—Construction Administration/Site Observation.We 133—Coordination and Meetings with City Project Team. will provide construction contract administration, Wallis Engineering believes in close coordination and management, and oversight in conformance with the detailed communication with City team members.We contract documents.A pre-construction meeting will be will communicate with City staff as directed in the RFP. conducted with City Staff, the contractor, private utility We understand that the Fields Trust is a significant representatives and others as necessary.We will log all stakeholder and contributor to the construction project Requests for Information (RFIs), Clarifications, Change and as such,we will work closely with their design team Order Requests (CORs),Work Change Directives Page 7 (WCDs), and Change Orders (COs) and return to the Contractor following review and comment.We will attend weekly construction meetings with City Staff, Contractor, and other parties as appropriate. The Contractor's progress will be monitored to assure adherence to schedule.We will review and prepare construction pay estimates for submittal to the City, and complete a final pay estimate at project completion. We will provide field inspection from a design engineer with previous construction inspection experience supported by an experienced senior inspector.The inspector will be equipped with and trained in the use of our Fieldsmart Wad to benefit from its applications and inspection checklists. C5—Preparation of Record Drawings.We will prepare record drawings upon completion of construction. Compass Surveying will record final locations of all facilities as described in the RFP. C6—Project Closeout.We will conduct a final project walk over with City staff and the Contractor to develop a punch list of closeout items and oversee the completion of these items.All project files will be compiled in pdf and AutoCAD format for transfer to the City. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street improvement Project Page 8 Section 2: Design Consultant Team Qualifications 2 1 Design Consultant Team Qualifications Project Engineering Team mentioned above,we offer only civil engineering services. Qualifications That was not always the case.We began with the goal of becoming a multi-disciplined firm and once offered Wallis Engineering is a municipal engineering consulting surveying and environmental services.We became"solely firm located in Vancouver,Washington established in civil"because we believed we could deliver better value by 1984.We offer planning, design, and construction phase focusing upon engineering. History has proven that to be engineering services for basic water, sewer, street, and the case, but only because we have made a serious effort at drainage projects. managing out subconsultants.Although our relationships We are defined by one word—focus.We offer only with subconsultants is important, so is the management engineering services.We work almost exclusively for system we rely upon to manage that relationship. The end local government.Virtually all our work involves the result of both is that, although we are a single disciplined expansion and/or reconstruction of basic water, sewer, firm,we excel at multi-disciplined projects. street, and drainage systems. By focusing upon one thing Wallis Engineering is City of Portland EEO certified, —municipal engineering—we do it very well.That is and our firm meets all Equal Opportunity requirements reflected in a track record of successful projects that is one per Executive Order 11246.We actively seek out and of the best, if not the best, in the Northwest. prioritize opportunities to partner with businesses For us,success at municipal engineering is the end result in the industry who identify themselves as minority of a number of programs,policies, and practices that we and/or woman-owned, and work with a number of have developed and refined for over two decades with subconsultants with M/W/ESB Certification; our team the explicit goal of helping us continuously improve for this project includes several with such certification, the value we deliver to our clients. Because this project as identified on the following page. In order to build is largely a"production effort", it is worth noting that a diverse and talented team,we rely on our existing more than anything, our firm's success is dependent upon network of relationships with subconsultants and look to how efficiently we produce quality contract documents, develop new relationships through direct outreach to a and how well we manage the process of delivering our number of firms listed on the State's OMWESB list. services.We view the quality of those contract documents A summary of our project team is included on the to be a significant factor in a project's cost, the impact its following page, along with an organization chart. construction has upon the public and city staff, and how Abbreviated resumes for team members follow this well it withstands the test of time. summary. Please see Appendix A for full resumes. Wallis Engineering is proposing as lead firm assisted by several subconsultants listed in the table below.As Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 9 PROJECT TEAM SUMMARY Firm Role Expertise • Project management and coordination. Civil engineering for transportation and utilities for public • Civil design of roadway,stormwater agencies. and utilities. Project management of multi-disciplinary teams. EngineeringWallis Production of PSE. Management of projects with multiple funding sources, • Construction management and including federal. inspection. High production capabilities. ■ Extensive construction management and inspection expertise. ... ............................ ..........................................: ■ Stormwater LID planting design. Landscape architectural design. GreenWorks(GW) • Green street stormwater LID design. .................................. ....... .....:............................. ............................ ...... .... • Geotechnical investigations and design Geotechnical evaluation and recommendations for Geotechnical Resources Inc.(GRI) recommendations. transportation infrastructure,including design of pavement, retaining wall foundation,and evaluation for dewatering. _........ ... ..............:............................. ...........I.............................. ,F Compass Land Surveyors(CLS) • Construction staking and surveying for Topographic,boundary and construction surveying for public (Oregonrecord drawings. works projects. ...................... ._.. .....,._. ..,..................,. ........... ; Street lighting design. Traffic engineering and street lighting design. ............................... ............... .............._..... ...._ ..........................,........,. ... ■ Coordinate with CWS for submittal of Environmental evaluation,permitting and compliance for Campbell Environmental(CE) pre-screen application. public infrastructure projects. ........................... ...._.. ...,.....................,.......,. .................,.,...................._ EngineeringGrummel Street lighting foundation design. Structural engineering design for bridges,walls and other • '" '' Retaining wall design as needed. structures. ..........................................._...;................._....,..... . .......,....... ,.,....., .............. s' Cultural resources oversight during Cultural resource investigations,reporting and construction construction if needed. oversight. ....................................................................... . ........................................s ■ Provide input during design and Extensive experience dealing with railroad operations, EngineeringWiser Rail construction regarding work near standards,design and layout,including Portland and Westem railroad—as needed. Railroad. David Brokaw,PE Project Manager Robert Wallis,PE QA/QC Manager Wes Wegner,PE • Lead Design Engineer Jane Vail,PE • Design Engineer Nathan Abercrombie,PE • Lead Utility Design Engineer Jacob Korsness,EIT . Utility Design Engineer James Parker,EIT • Design/Construction Engineer Ben Thomas • Senior Construction Inspector I Shawn Kummer,PLA(GW) • Landscape Architect Justin Moffett,PWS(CE) • Wetland Scientist Gene Tupper,PE,GE(GRI) • Geotechnical Engineer Robert Grummel,PE,SE(GE) • Structural Engineer Don Devlaeminck,PLS(CLS) • Surveyor Judith Chapman,MA(AINW) • Archaeologist Dana Beckwith,PE,PTOE(GTS) • Lighting Engineer Thomas Wiser,PE(WRE) • Rail Consultant(as needed) Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core-SW Wall Street Improvement Project Page 10 David Brokaw, PE I Project Manager • Robert Wallis, PE I QA/QC Manager Years of Experience:21 ' Years of Experience:43 Proposed Project Role: Proposed Project Role: ■ Primary contact with City, coordinating with • ■ Provide design support. funding agency. • ■ Oversee QA/QC of all submittals, including ■ Overall responsibility for project's success. • construction documents. ■ Manage technical design of project, coordinating • Mr.Wallis is principal of the firm,with 43 years of with subconsultants and City staff. ' experience assisting local government with municipal ■ Lead stormwater quality&quantity design. infrastructure projects. He has expertise with all aspects • of street design, and has been involved with over 150 ■ Attend all project meetings. • street reconstruction projects. Mr.Wallis is highly Mr. Brokaw is a senior project manager with experience • focused on construction management, and believes focused on the planning and design of transportation • that it is crucial for engineers to be involved in the projects,with a proven track record delivering high • construction of projects they design. He has made it quality projects on time and within budget. His ' a focus of the firm, and ensures that all staff engineers experience includes over 35 publicly bid projects in receive that experience. developed areas. He has served as project manager or a � Mr.Wallis has been involved in over 40 projects with assistant project manager with eight transportation federal funding, and is very familiar with federal projects that included federal funding. ' requirements during design and construction.This Mr. Brokaw's construction management experience includes managing a major municipal force main with transportation,stormwater and pipeline projects, • project funded through EDA for the construction includes a number in developed areas where impacts to • phase. businesses had to be kept to a minimum. • Relevant Projects Relevant Projects ' • ■ Clark County 10th Ave Street Improvements ■ Beaverton Canyon Road Alternative Bike Network . ■ Milwaukie Ardenwald Street&Sidewalk Imp ■ on Ore Ci Beavercreek Road/Warner Milne • Oregon �' • ■ Oregon City Main Street Improvements Intersection Realignment • ■ Oregon City Warner Milne Intersection ■ Oregon City Main Street Improvements • Realignment ■ Sherwood Pine Street Improvements • p • ■ Sherwood Pine Street Improvements ■ Tigard Sidewalk Infill-North Dakota and 95th Ave. • ■ Stevenson 2nd Street/SR 14 Downtown ■ Wilsonville Charbonneau Utility Improvements • Improvements ■ Vancouver Columbia Street Promenade �. a. 'Fi +s' • Dave Brokaw was project manager for Oregon City's federally funded • Bob Wallis led Stevenson's$2.4M Downtown Improvements,where (ARRA)$2.3M fast track project,the Warner Milne Intersection • construction staging was crucial to minimize impacts to downtown realignment.This was the 2nd phase of a 3 phase project. • businesses.Both design and construction were federally funded. Page 11 Wes Wegner, PE I Lead Design Engineer • Jane Vail, PE I Design Engineer Years of Experience:11 • Years of Experience:8 Proposed Project Role: Proposed Project Role: ■ Lead design and preparation of contract documents. • ■ Assist with design and preparation of contract ■ Ensure compliance with federal funding • documents, ensuring efficient production of quality requirements throughout design and construction. • PSE. ■ Oversee and assist with construction management. • • Lead construction management, including the Wes Wegner has engineering experience and expertise preparation of paperwork required by funding focused on the design and preparation of contract • agency. documents for public infrastructure projects, as well • Jane Vail has eight years of civil engineering experience, as extensive construction management experience. • informed by previous work for a geotechnical His strong roadway design experience includes • engineering firm. She has experience with design and involvement as design engineer or project manager preparation of PSE with variety of projects, including for over 30 transportation projects. "this includes • almost 30 transportation projects; twelve of which were twelve transportation projects with federal funding , federally funded. requirements for design and construction phases. • Her construction engineering experience includes Wes's construction experience includes numerous serving as full time construction inspector on projects through downtown, commercial,and • Washougal's`E' Street Improvements project,where she developed residential areas,where impacts to the public • also assisted with complying with the reporting required were kept to a minimum with both tailored contract • by federal funding. documents and close attention during construction. • Relevant Projects Relevant Projects . ■ Beaverton Canyon Road Alternative Bike Network ■ Hood River Oak Street: 3rd St to 5th St ' ■ Oregon City Beavercreek Road/Warner Milne ■ Oregon City Beavercreek Road/Warner Milne Intersection Realignment Intersection Realignment . ■ Oregon City Main Street Improvements ■ Oregon City 2016 Pavement Improvements • ■ Sherwood Pine Street Improvements ■ Sherwood Pine Street Improvements • ■ Tigard Sidewalk Infill-North Dakota and 95th Ave. ■ Washington County URMD Improvement Projects • ■ Washougal`E' Street Improvements ■ Washougal`E' Street Improvements • ■ Washougal Evergreen Way/32nd Street Intersection • • • • • 4 • Jane Vail assisted with design of Beaverton's$800k Canyon Road Wes Wegner assisted with design&led construction for Washougal's • Alternative Bike Network,which included green street LID facilities to $5.IM'E'Street project,which was federally funded.Over 100 property • meet Clean Water Services standards,right-of-way acquisition,and &business owners were impacted along 8,100 feet of roadway. • public involvement.The project is set to soon begin construction. • Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street improvement Project Page 12 Nathan Abercrombie, PE I Lead Utility Jacob Korsness, EIT I Utility Design Design Engineer Engineer Years of Experience:6 • Years of Experience:2 Proposed Project Role: . Proposed Project Role: ■ Lead design and preparation of plans and ' ■ Assist with design and preparation of plans and specification sections for utilities. specification sections for utilities. ■ Assist with construction administration. • ■ Assist with construction administration, Nathan Abercrombie is a design engineer with including submittal reviews, RFIs, and other experience primarily in water and wastewater • contract administration items. projects. His expertise includes pipeline and pump • ■ Assist with construction inspection. station design and construction inspection,with ' Jacob Korsness is an engineer-in-training with focused expertise in the prevention of pipe corrosion. experience on a variety of projects.To date his Nathan has served as lead design engineer and • focus has been on water and wastewater pipeline project manager, responsible for the preparation . and pump station design and construction of contract documents for numerous publicly bid • inspection. projects. • Jacob has assisted with the preparation of plans, Relevant Projects . specifications, and estimates, and has provided ■ Clark Regional Wastewater District Royle Road • construction administration and inspection Pump Station and Force Main • services. ■ Fairview Main Street Sewer Rehabilitation Project , Relevant Projects ■ Hillsboro 6th Avenue Waterline • ■ Clark Regional Wastewater District Highway 99 ■ Kelso Jones Road Water Main and 12th Street Sewer South Sewer • ■ Hillsboro Stormwater Outfall ■ Lake Oswego Annual Water Rehabilitation ' ■ Oregon City Linn Avenue Sanitary Sewer Project Replacement ■ Tualatin Valley Water District Thompson Pump • ■ Tualatin Valley Water District Lincoln Center Station Transmission Line • Water Improvements ■ Tualatin Valley Water District Lincoln Center ■ Tualatin Valley Water District Bridle Hills Water Improvements Water System Improvements ■ Wilsonville Charbonneau Utility Improvements • ■ Wilsonville Charbonneau Utility Improvements • i i • • • • Nathan Abercrombie served as design engineer for Tualatin Valley • Jacob Korsness assisted with design and inspection of Oregon City's Water District's$1.4M Thompson Pump Station Transmission ' $630K Linn Avenue Sanitary Sewer Replacement,which is upgrading Discharge Line,which installed a 6,200-foot 18"waterline. ' 1,155 feet of sewer pipe through a developed neighborhood. Page 13 James Parker, EIT I Design Engineer/ Ben Thomas j Senior Construction Construction Engineer Inspector Years of Experience:2 Years of Experience:45 Proposed Project Role: • Proposed Project Role: ■ Assist with design and preparation of contract ' ■ Assist with construction inspection, particularly at documents. points of complexity. ■ Assist with construction administration, including • Ben Thomas has over 45 years of experience in all submittal reviews, RFIs, and other contract • aspects of construction, including experience as a administration items. ' contractor, project superintendent, and contract ■ Lead construction inspection. 0 inspector. He was certified as an ODOT inspector for James Parker is an engineer-in-training with experience • six years and worked directly for ODOT as an inspector • for five years previous to that. Mr. Thomas has an in utility and transportation projects. His work has included design,preparation of plans and contract . excellent understanding of construction issues for a • wide range of infrastructure projects. He is able to add documents, and construction administration and value to any project he oversees, through his knowledge inspection of public bid projects. ' of construction techniques and procedures, as well Relevant Projects • as his experience with construction documentation ■ Clark Regional Wastewater District Highway 99 . requirements in a variety of jurisdictions. Sewer South • Relevant Projects ■ Oregon City 2015 Pavement Improvements ■ City of Vancouver,WA On-Call Construction ■ Oregon City 2016 Pavement Improvements • Management and Inspection (Construction ■ Oregon City Linn Avenue Sanitary Sewer • Inspector) Replacement ■ City of Oregon City, OR Warner Milne Intersection ■ Oregon City Main St: 11th to 12th Sanitary Sewer • Realignment (Construction Inspector) Improvements • ■ City of Washougal,WA`E' Street South Side ■ Tigard Sidewalk Infill: North Dakota and 95th Ave 0 Sidewalk Improvements (Construction Inspector) ■ Washougal 34th Street SRTS Sidewalks • ■ City of Portland Contract Inspector (6 years) ■ Wilsonville Charbonneau Utility Improvements ' ■ City of Gresham Contract Inspector(10 years) • • • • James Parker served as construction inspector for Oregon City's $1.3M 2015 Pavement Improvements,and$2.OM 2016 Pavement Ben Thomas served as construction inspector the City of Vancouver Improvements,both of which replaced pavement and made ADA on-call construction inspection contract,which included several street upgrades in selected areas throughout the City, improvement and ADA projects. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 14 Shawn Kummer, PLA I Landscape Gene Tupper, PE, GE I Geotechnical Architect I GreenWorks, Inc. Engineer I Geotechnical Resources Inc. Years of Experience:15 Years of Experience:25 Proposed Project Role: • Proposed Project Role: ■ Lead design of planting plans for LID facilities. ' ■ Direct field investigation and laboratory testing, and ■ Assist with construction oversight of LID facilities. complete geotechnical study. Shawn is a landscape architect and project manager • Gene Tupper has extensive experience providing for GreenWorks with experience in streetscape • geotechnical services for public agencies and and corridor design,stormwater management, 0 transportation infrastructure, including design of asphalt concrete and Portland cement concrete pavements; interpretive byways, art installations, parks, and civic 0 retaining walls; foundations for signals, lighting, and design.Additionally, Shawn has experience in public involvement and facilitation of project meetings. • signs; underground utilities; developed and natural Relevant Projects • areas;slope stability;bridges; boardwalks; paved and • unpaved parking;and paved and unpaved trails. ■ Portland BES SE Salmon Green Street • Relevant Projects ■ Tigard River Terrace Community Plan ' g ty • ■ Washington County,NW Cornelius Pass Road: NW ■ Beaverton Menlo Drive Sidewalk Project Cornell Road to US 26, Hillsboro, Oregon ■ Hillsboro Golden Road and Cedar Street Project 0 ■ ODOT and City of Oregon City, OR99E Clackamas ■ Lake Oswego, D Avenue Street and Surface Water River Bridge-Dunes Drive, Rehabilitation • ■ McMinnville, OR 99W&2nd Street Signal ■ Newberg Villa Road Improvements ' Replacement ■ Woodburn 5th Street Improvements • Don Devlaeminck, PLS I Surveyor Dana Beckwith, PE, PTOE ( Lighting Compass Land Surveyors Engineer I Global Transportation Solutions Years of Experience:35 ' Years of Experience:21 Proposed Project Role: Proposed Project Role: ■ Oversee construction staking and survey verification • ■ Lead street lighting design. for record drawings. ' ■ Assist with construction oversight of street lighting Don has worked with local and state agencies around installation, as necessary. the Portland region and across Oregon on a variety of • Dana has worked with State and local public agencies land development and infrastructure projects. Don has a • throughout the northwest, including the City of Tigard well-respected reputation as a land surveyor who strives ' in the planning, analysis,and design of transportation to provide personalized service to every client while systems. He has extensive experience with the design of upholding the highest ethical standards. He has worked street lighting systems. extensively with Wallis Engineering and in Tigard. • Relevant Projects Relevant Projects ■ Tigard Main Street Improvements ■ Tigard Sidewalk Infill Project g � • ■ Tigard Burnham Street Lighting ■ Clean Water Services Locust Street Sanitary Sewer • ■ Portland Harbor Drive &Moody Avenue Upgrade,Tigard, OR • � Improvement Projects ■ Oregon City Main Street Stormwater Improvements 0 ■ Cornelius 10th Avenue Improvements ■ Clean Water Services: Broadmoor Sewer Upgrade, • Beaverton, OR ' Page 15 Justin Moffett, PWS I Wetland Scientist Robert Grummet, PE, SE I Structural Campbell Environmental Engineer I Grummel Engineering Years of Experience:17 Years of Experience:32 Proposed Project Role: • Proposed Project Role: ■ Assist with preparation of CWS Service Provider ' ■ Lead structural design of foundations for street light Letter. poles, and retaining walls if needed. Justin Moffett is a Professional Wetland Scientist • Bob Grummel is a civil and structural engineer with with wide experience in the field of natural resource • extensive experience in structural design for a variety management and environmental consulting. His expertise ' of projects.These have included structural engineering includes federal and state wetland compliance, Clean for rehabilitation, retaining walls, pedestrian bridges, Water Service regulations, NEPA analysis, ESA process, art installations in public parks,public buildings and and environmental mitigation. • residential projects. Relevant Projects • Relevant Projects ■ Garden Corner Curve Project,Tualatin, OR ■ Tecotosh PSU Sculpture ■ Fawcett Creek Culvert Replacement,Tillamook • ■ Pine Street Market County, OR ■ Gateway to the Gorge Arch ■ 185th Trunkline Project,Aloha, OR • ■ Hopworks Urban Brewery Seismic Upgrade ■ Eola Drive Improvement Project, Salem, OR ' ■ Marquam Trail Bridges ■ US 26 Mt Hood Safety Corridor Improvement • ■ Forest Park Bridges Project, Mt. Hood National Forest, OR • ■ Gales Creek Culverts Judith Chapman, MA I Archaeologist I • Archaeological Investigations NW Years of Experience:35 • Proposed Project Role: • ■ Provide cultural resources oversight during construction as needed. • Judith Chapman has extensive experience in • coordinating projects, assessing buildings and other structures for historic resource surveys, and conducting historic archaeological projects. She has managed numerous cultural resource projects at • AINW,including several historic resource inventory • projects in Washington County. Ms. Chapman is very • knowledgeable about cultural resource requirements for ' federal, state, and local projects. Relevant Projects • ■ Tigard SW Main Street—Highway 99W to Railroad ' Corridor ■ Washington County SW Boones Ferry Road-SW • Norwood Road to SW Day Road Improvements • ■ Washington County NW Cornelius Pass Road Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 16 Section 3: ': Design Consultant Team Experience With Similar Projects 3 1 Design Consultant Team Experience With Similar Projects Our Team Expertise Familiarity with federal funded projects.We have completed over "The[Downtown Stevenson]project was financed by 60 municipal projects with federal funding,which includes 45 eighteen funding sources including federal and state transportation projects.'This experience also includes one project grants,private donations,and matching city funds.Wallis Engineering absolutely understood the need to meet where construction was funded through an EDA grant. In fact, compliance requirements set by each of the funding the majority of our projects are funded partially or fully by federal agencies.During the design process Wallis Engineering or state programs.We have also completed many projects with worked closely with stakeholders and balanced the elements partially funded by adjacent private developments. City's vision for the design of the downtown main street Production capabilities.Our firm excels at the efficient production of against a myriad of federal and state standards for road construction:' quality plans and specifications. This is largely due to the fact that our lead CAD technician and our lead document specialist have Mary Ann Duncan-Cole,City Administrator City of Stevenson worked together for 15 years, during which they led the production of contract documents for over 250 municipal projects. A proven track record of meeting tight schedules.Related very much to our aforementioned production ability is the fact that we have an exceptional track record of meeting demanding schedules.Although the schedule is managed by the project manager,when necessary our entire staff can be counted on 11.11 to go the extra mile in work effort. Meeting tight schedules without sacrificing quality has long been an important part of our firm's culture.As any of our clients will attest,we have never missed a scheduling commitment. Tailoring construction staging and traffic control contract provisions. Like most engineering firms,we rely upon ODOT"standards" to control contractor operations, including those related to traffic. Hood River's Oak Street project reconstructed 3 blocks of downtown,requiring close attention to construction staging. Unlike most other firms however,we have the motivation and skills The project's fast-track schedule ensured that the majority of needed to tailor these standards to provide an extra measure of construction would be complete before tourist season. "control"without impacting the project budget. Both (motivation and skills) are the end result of the fact that we have a company policy of managing the experience of our engineers to ensure they spend a lot of time in the field managing or inspecting their design projects. In doing so, particularly where their projects are along high traffic streets and/or commercial districts, they become aware of the importance of fitting contract documents to the unique needs of the project. They also learn how to deliver that fit,particularly in regards to staging and traffic control provisions of the contract documents. Green street/stormwater.Because we understand that the City would like green street facilities to be installed for stormwater quality,we have teamed with the landscape architectural firm of Greenworks,who stands above all other firms in the Northwest in green street expertise. Our project manager, Dave Brokaw, also has extensive stormwater quality and quantity design experience. GreenWorks assisted us with LID stormwater design for Oregon City's Warner Milne Intersection project,which included a 41500 Clean Water Services design and construction standards.We have square foot rain garden and pervious pavement sidewalk. considerable experience with the latest version of the Clean Water Services Design and Construction Standards,which we relied upon for the Canyon Road Alternative Bike Network project,Tigard Sidewalk Infill at North Dakota and 95th Avenue,Tualatin 63rd Avenue Waterline and Washington County's 2015 Urban Road Maintenance District Safety Improvements (URMD) Projects. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 17 Similar Project Experience Wallis Engineering has completed over 100 street reconstruction projects for 28 separate public clients. In the following paragraphs,we have summarized our experience with similar projects.A summary table of relevant projects follows this section. 71 Main Street Improvements City of Oregon City, OR Construction Cost:$2.7M Team Member Involvement:Robert WallislQA/QC Manager, Dave BrokawlProject Manager,Wes WegnerlDesign Engineer,Jane VailiDesign/Construction Engineer Wallis Engineering completed design and full construction management of this multi-phase street reconstruction of seven blocks of Oregon City's Main Street,whose major purpose was to attract and bolster downtown business. Relevant project features: The project involved concrete and asphalt pavement Coordination construction,pavement analysis, reconstruction of curbs, federal,state + local sidewalks, intersections, curb extensions, under-sidewalk design- Major effort to accommodate and partner with businesses I during consutilities, and illumination.Another 5 blocks of Main Street a Extensive private owner coordination and outreach. was designed to a 90%level of completion and is currently m Green street stormwater design awaiting funding. reconstruction/replacementa Full utility d project schedule due to coordination ODOT Arch Bridge construction. Beavercreek Road & Warner-Milne Intersection City of Oregon City, OR Construction Cost:$6.6M Team Member Involvement:Robert WallislQA/QC Manager, Dave BrokawlProject Manager,Wes WegneriDesign Engineer, Jane VailiDesign/Construction Engineer Wallis Engineering completed design and construction management for this multi-phase project.The first phase } (Beavercreek Road) reconstructed 4,700 feet of four lane Relevant project features: arterial,widening it to five lanes. The second phase (Warner Milne Intersection & Right-Turn Improvements)was a a Federal funding administered by ODOT complete reconstruction of a major commercial intersection m Full utility reconstruction/replacement 1 and 2,100 feet of roadway,with federal funding administered - Green street stormwater design,incorporating collection& treatment into roadway section through ODOT.'Ihe project included full utility replacement Complex construction phasing to maintain business and a 4,500 square foot rain garden. encounteringaccess and minimize impacts Met tight schedule despite unknown conditionsdifficult . Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street improvement Project Page 18 Pine Street Improvements, Phases 1 and 2 City of Sherwood, OR Construction Cost:$3.3M Team Member Involvement:Robert WallislQA/QC Manager, Dave BrokawlProject Manager,Wes WegnerlLead Design Engineer,Jane VaillDesign Engineer This project was completed in two phases,with Phase 2 awaiting funding for construction.The project upgraded a narrow residential street on a steep hill (>15%slope) Relevant ' through an established neighborhood to a residential Close• •• •ination with local residents during designcollector. The project required considerable public construction 'both design• 'construction issues, involvement and property owner coordination, including public " '' discussions regarding the undergrounding of the overhead • Pavement analysis ' design. utility lines, placement of parking,and street cross section m Stormwater analysis and modeling. widths. Upgrades included adding sidewalks and other • • 'topographyimprovements for improved safety and aesthetics. Pine vehiculardesign criteria to meet pedestrian and Street now serves as the link between Snyder Park and standards. • Construction phasing addressed in contract documents to downtown Sherwood. lessen impacts o local residents. RAW ;7 T • 'E' Street Improvements oc 4_ City of Washougal, WA Construction Cost:$5.1M An + Team Member Involvement:Robert WallislQA/QC Manager, ' Dave BrokawlProject Manager,Wes WegnerlDesign Engineerl Construction Manager,Jane VaillDesign Engineer/Construction Inspector Wallis Engineering completed corridor planning, design Relevant project features: and construction management for the reconstruction Coordination with nine different funding of transportation and utility infrastructure along 8,100 federal,state,nd private. feet of`E' Street, the City's main arterial. The project coordinationExtensive propert primarily consisted of a road diet which converted four owners. travel lanes to two, adding center turn lanes and bike lane, Green street stormwater design includedadding about and improving traffic signals at two intersections. The half acre of i rain gardens. project required significant coordination with over 100 Full utility reconstructionlreplacement. industrial,commercial and residential property owners.All Significant outreach efforts made to control and minimizefederal funding requirements were met along with close constructionpacts;because the roadway is thecoordination efforts with WSDOT due to work on a state throughmajor commercial arterial serviceuninterrupted construction. highway and FHWA funding. Page 19 Wallis Significant Project Management issues Significant Engineering Issues Engineeringdn Relevant Project Experience Const Pro ectsj, cost Beaverton Canyon Road Altemative Bike Netwofk.Improvements to transportation network through Central Beaverton for safe lintillimodal connections though area paratlekng Canyon Road.includes rigWof-way& $800k • • • • • • property acquisition,green street stprrrwlrater design to meet CWS standards, environmental assessment,and public outreach. Clark County ADA Ramp Design-Cape Seal Road Seg n %Design upgrades to ADA ramps in 42 locations tivoug W the County.Two more similar $265K • • projects from the County now under design. Clark County 10tH Ave Improvements.V►fng,overlaying and mwnstrucft apinAmately 6,00Ofeet of County roadway to provide $3.2M • • • • increased shoulder wi and improve safety.included Innovative cantilevered shoulder to avoid impacts to wetlands on each side of the mad. Clark County Ward Road immmovements..Reconstruction of 25 miles of roadway,geometric revises tofour intersections,addition of a traffic signal, $4.2M • • • hydrologic and hydraulic analysis and replacement of two existing bridges. Clark Reglona,Wastewater Wst t High WO9 Sewer imp til eri gift Reconstruction of 4,000 feet of 10'-15*gravity sewer located on two major $1.9M • • Hood Rim Oak Sheet:3rdStraetto5thShea Full reconstruction of3 - $1.5M • • • ' • • Mocks of downtown n street,including underground utilities La Center Highland Ave/4th Sth*Realignment 2,700 feet of arterial skeet reconstruction with federal FWA funding,hxkxft utilities&green street $1.4 M • • • • • • stomhwater design. . ... ....:... .. Lake Oswego Annual Water Rehaoil€tation Pmjeet Design and construction $1.2M • management for rehabliitation of 10,100 LF of C-r water main. Mihvaukle Ardemrald Street&Sidewalk Improvements.Widening of residential street in established neighborhood with curb and sidewalk,new $625K • • • • drainage system,and replacement of the water main. Oregon City UnnAve Sanitary Sewer Repiacerr enL Replaoemeiit of 800 LF of sanitary sewer along steep topography and wiffwi geologic hazard area, completed as part of recd mmendabons of Linn Avenue Corridor Plan.Design : $633K • to 30%completion for road reconstruction of this segment of roadway also completed. Oregon City 2016 Pavement iMPMveherhts.Evaluation of extsfa►g pavement conditions,drainage deficiencies,and pedestrian ramps for caruncle in areas throughout the City.Three similar projects previously completed for the $2.OM • City,and one currently under design. Oregon City Main St"11th to 12th Street Sanitary Sewer ImpnO+rements. Replacement of 600 LF failing&inch day sanitary sewer main with a $183K • combination of CIPP and 18"PVC sanitary sew#waugh open trench construction. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 20 Wallis Significant Project Management Issues Significant Engineering Issues Engineering . Relevant Project Experience MAVXML Const Projects....... ................... ....,,... ...,. ,.. ...,.................... .Cost........,.....,.....,...........,.. OreVn Beevewwk Road& %nwMUne InU($6.0Q.Three phase pra t wRhiertxeett Read(Ph 1);mwn*ud8on of 2 W,1eO sladef i t green Warner line k*&Beawenxe0ulA oMa 1*(Ph •3} nwnstn�of 2,tt11?feet of onnm&dd&dts wa1 Bbeet $6.6M ! • • : • • • • • &4,W riin Videri wdh federal ARRA funding.All-phases k wU W utifity reGon�r�icdors. , OnVe C#rtIA Street Igwmnetrts Pull street mwouc3bn 7 btoctcs' dowr�wrtsttrsi�► b�devek�m . , & set stanmwietad�ig�i, sdaed�iie& = $2.7M • • : • • • • m sofing OnMon C�+tirlWalla Awe hnprflvements.Phi&2.5;tf0� t�reGcx�tn;r� n`� of t2Ey's ' thtoit rated htclude '' $4.2M • • • • • aASB tt t e} fltf tC C.*n*,waW,SeINBT , $II NQQ( Streettrr taeeme�gs. p to ow3,OW i�f Es�tion of narrow tonidor anrti : $3.6M : • • • aid les A w-w—W adK and 50 prpperliee- Skam"t r%ti4 aftmV Two, under SR t4 Slott $ iitx w e ix}fitcejt lo $4.6M • • t Ske��r1 �tro�.�rgxAmenisakxtg ': 5n addireeleworimadgtert1eM $1.7M • • : • • overlay ! sae to meet fedeWrequlierrts. ........... ; .._ . . : ..... ....... StoweSt (SR 14� :�1oyMltkhi ofmalt �ltpwn, -taAaBtrest IfU $2.4M • • • : • • • • sourcAs,' federal,antl tnajtx coort�ation t kx�i Ixsinesses. ` Sbev Rods Cm*Read&Mei-1 seftU 1m T*w Owe reGonBt uftn of roadway f m to downer(Ph.f 2),and 2000 W muni-use to fin�t the tat o#0 wast. : $2.1 M • • • • Tod Crud forall phases&federal U*V for Ph 2-3: 't�ardS��krf+fas�f�etaand95thAv+e.cnt ctr�6a�t�ion WvIM* OOfeetofk ,wMnewpar* ,ADA b . $128K • • • • rams," ,MCISCOOV,at sbm drake imp"tnetis. Ttuttartlntisjrartlt�dt'fonRdt�eapS`ta„Trarwmissiont�e. : Design4di 0090 Msion line from purtV Billion ktoonred to $1.4M • • • e t)nduded M LI:of 18"fine. Tuat�nt trWal�Li�tn CertterWabem`i•priAvements. Replatwrtretrtof W VOW to*W lin office campus,due prknsriiy to a seWO oft kx*d�h ate b and hiB�+d past bwW.Line ; $290K • • was sp#t into two seems of 12"and 4"dudlekw main. Page 21 Wallis Significant Project Management Issues Significant Engineering Issues Arse Engineering Relevant Project x Experience t Y, g Const 6 E Y Pro ects cost If 4 Washington County URMD Improvements.Projects in five areas of the County to improve pedestrian&bicycle movements.Includes green strep $1.9M • • stormwater design to meet CWS standards,traffic control,&nari-standard design solutions to solve site-specific problems. Washougal T Sb+eet improrementL 8,300 feet of arterial reconstruction. Included traffic s ,green street—$W waWdesign mejapublic $5.1 M • • • • • involvement effort win over 100 property owners,federal funding, Washougal Downtown irnpm"merits&SR114 Pedestrian Tmtrug 1,500 het of downtown street reconstruction,with utilities,green street storm water design,major public involve nerd,extensive peini ttkig.Included federal $9.61A • • • • • • • funding&publiciprivate *with ardent property developer- Second phase extended ildwillowrl improvements, g downtown to park with roadway and installing tunnel under SR14. Washougal Evergreen Way tMeniection Improverrrerrts.major arterial intersection reconstruction with replacement of traffic signal,outreach with $1.3M • • • • • affected property owners,coordination with private uta&BNSF,green street stormwater design,&federal fund". Washougal 34th Street SRTS Sidewalks.Design of sidewalk infill in established residential neighborhoods without continuous skiewd(s.Includes: $485K • • • • full water line replacement and stom water imp ovementa. Wilsomrilie Memorial Park Improvements.Reconstruction of main parkng lot with major stormwater improvements to reduce naroff Into it try of $775K • • • • Willamette River.Included green street stormwat'ar design,accelerated schedule,extensive public involvement Wilsonville Charbonneau UtilityImprovements.Repair and replacement of deficient utility infrastructure in the Charbcnmeau Disft kkK"storm $4 OM • and sanitary mowers,and wader find.Project completed in three phases;1st complete,remaining to 90%design.(Cost shown for all) Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 22 211 Section 4: Firm's Availability and Ability to Meet Project Schedule 4 1 Firm's Availability and Ability to Meet Project Schedule Availability and Meeting All of our projects are tracked bi-weekly on a detailed Schedule project management software package. Our firm is unique in that most of our work is completed as an We have included a detailed proposed schedule on the extension of city or other agency staff.This provides us following page.We have also reviewed our current and with considerable workload flexibility.We know about future workload and can assure the City that we have work well ahead of when it occurs. ample manpower to meet that schedule.The anticipated utilization of each key team member is detailed in the As mentioned earlier, one of the key strengths of our table below.All noted employees will be available up firm is the strength of our support staff. Our CAD and to the listed utilization; if necessary,we have additional administrative staff have worked together for many Years, and can produce high quality contract documents engineering staff that can be made available. Please note that we have checked with all subconsultants, and they very efficiently.They can be counted on in any schedule have more than enough availability for their project tasks. crunch to get the job done. On all of our projects,we manage a project's schedule as We encourage you to check our references in regards to our history of meeting schedules. follows: ■ Our project manager and personnel remains consistent "Of particular note are the Warner Milne and throughout the project. McLoughlin Promenade projects—two ARRA- ■ Our time is managed time carefully and we are funded projects with accelerated delivery time lines. Wallis Engineering delivered these two projects thorough in scheduling workloads. on extremely tight timelines within budget and ■ We use MS Project to track project schedules and produced quality PS&E documents." milestones. Aleto Froman-Goodrich,PE,City Engineer ■ We submit updated schedules with each monthly City of Oregon City status report for the project. Anticipated Utilization Key Team Member Design Phase Construction Phase J Robert Wallis QA/QC Manager 30% 30% :............................................................................................................................................................................................................................................................. . Dave Brokaw I Project Manager 50% 25% .........................................................................................................................................:..................................................................................................................... i Wes Wegner I Lead Design Engineer 75% 25% ..............-.................... Nathan Abercrombie I Lead Utilities Design Engineer 75% 25% :. .................I..... Jane Vail I Design Engineer/Construction Manager 75% 75% ........... Jacob Korsness I Utilities Design Engineer 50% 25% .................................................................................................................................... James Parker I Design/Construction Engineer 50% 100% :.............................................................................................................................................................................................................................................................. Ben Thomas I Senior Construction Inspector 10% 100% ...................................................................................................................-....................:..............................................:.............................................I......................... Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 23 - S —S - -M T__. _W T, _ F_._ S S-- -M T W T i �S/17item - - { i 3 4;5/31 •• • i ist Estimate sign fAill lie IIIIIIIIII rents its N - V y Ir 1 is i Al f� Project team and Coordination �w �w a ,iew low a w ^..0. w ' •w • • s i "T"�� Project Summary 4 t Manual Task Start-only C Deadline Manual Pr ■ Section 5: Project Manager Experience 5 1 Project Manager Experience Project Manager Experience Our project team will be led by Dave Brokaw, a transportation engineer with 21 years of experience with the design and construction of public works improvement projects. Dave is locally based in our downtown Vancouver office, and as importantly, he lives in Portland, about 20 minutes away from the project site. He will be easily available for meetings and site visits throughout the project. It should be noted that Dave works on a regular basis with other Portland area cities and is often near the City of Tigard while visiting other projects. Mr. Brokaw will be project manager for the duration of the project and is committed to seeing the project through to completion.As can be seen from our project team's experience included in Section 2 and resumes in Appendix A,Mr. Brokaw and senior team members have extensive experience working together on similar projects. In addition to the design of over 50 transportation projects, he has led numerous utility projects,which is extremely valuable where street projects include sanitary, stormwater, and water pipeline components. His experience and strengths include: Meeting aggressive schedules.Mr. Brokaw is experienced and efficient at meeting aggressive project schedules. High production capabilities.One of our firm's greatest ' strengths is Dave Brokaw's close teamwork with engineering and support staff. Dave is well able to produce quality " A contract documents to high standards due to this teamwork ' with staff that extends back many years. Familiarity with Clean Water Services standards. CWS Standards were adhered to for Beaverton's Canyon Road Dave Brokaw managed the federally funded(ARRA)$2.8M Oregon City Alternative Bike Network Improvements,Washington Main Street Improvements,which met tight schedule requirements County's URMD Projects, and Sherwood's Pine Street and reconstructed 7 blocks of downtown streets. Improvements; Mr. Brokaw served as project manager for all of these projects. Familiarity with City of Tigard standards.Mr. Brokaw is familiar with the City's standards through his assistance with the North Dakota Street&95th Avenue Sidewalk Infill project. Familiarity with projects with federal funding.Mr. Brokaw has been project manager/design engineer on 6 federally funded projects and is assisted the City of Oregon City with state and federal grant applications for an extension of their previous Main Street project. EL Dave Brokaw is project manager for Wilsonville's 3-phased Experience in minimizing construction Impacts in developed Charbonneau Utility improvements project,which is reconstructing areas.Dave Brokaw has led construction phase services utilities in a fully developed neighborhood.The first phase is for over 25 projects, the majority of which were located in complete,with second and third at 90%;total cost about$4.OM. developed commercial and/or residential areas. His expertise includes the tailoring of construction documents, and close attention during construction to keep impacts to a minimum. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core-SW Wall Street Improvement Project Page 25 w Section 6: References 6 ( References Client References We have included three client references below, for whom we are currently providing similar services. Client Similar Projects City of Oregon City,OR ■ Contracted to provide On-Call Transportation and Utility Design,from John Lewis,Public Works Director 2010 to current. 122 S.Center Street,Oregon City,OR 97045 ■ Completed 21 transportation projects for the City in the last 17 years. (503)496-1545 1 jmlewis@ci.oregon-city.or.us ■ Currently working on 2017 Pavement Improvements,Linn Avenue Sanitary Sewer Replacement(including 30%roadway reconstruction). .......................................................................................................................................................................................................................................................................................................................I..................... .... City of Wilsonville,OR ■ On a select list of firms contracted to provide on-call utility and Nancy Kraushaar,Community Development Director transportation design. 29799 SW Town Center Loop E,Wilsonville,OR 97070 ■ Completed Memorial Park Improvements,Coffee Creek Industrial (503)570-1562 1 Kraushaar@ci.wilsonville.or.us Area Planning Level Concept Study,and first phase of Charbonneau Utility Improvements. ■ Currently designing Phase 2 of Boones Ferry Park Trail Extension. ■ Long working relationship with Nancy as Public Works director at City of Oregon City. ................................................................................................................................................................................................................................................................................................................................................. City of Washougal,WA ■ Served as contracting city engineer,and currently contracted for Rob Charles,City Engineer general engineering services,from 1988 to current. 1701 'C'Street,Washougal,WA 98671 ■ Completed 24 transportation projects in last 29 years. (360)835-2662 ext.230 1 rcharles@ci.washougal.wa.us ■ Currently working on Evergreen Way Intersection Improvements and 34th Street SRTS Sidewalks. ................................................................................................................................................................................................................................................................................................................................................. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Page 27 Appendix A: Resumes David Brokaw, PE I Project Manager Experience Summary Education Mr. Brokaw is a senior project manager with experience focused on the planning and B.S.Civil Engineering,California Polytechnic State University, design of transportation projects,with a proven track record delivering high quality 1996 projects on time and within budget. His experience includes over 35 publicly bid Professional Registrations projects in developed areas. He has served as project manager or assistant project Registered Professional manager with eight transportation projects that included federal funding. Engineer,OR,WA,CA Affiliations&Memberships Mr. Brokaw's construction management experience with transportation,stormwater Member,American Public Works and pipeline projects, includes a number in developed areas where impacts to Association businesses had to be kept to a minimum. Representative Projects City of Beaverton,OR Canyon Road Alternative Bike Network Improvements.Mr. Brokaw is serving as project manager for improvements to the transportation network through Central Beaverton and the Creekside District to provide an option for safe bicycle connections, paralleling Canyon Road. Project components include bike lane striping and sharrows,wayfinding signage,a pedestrian bridge investigation,sidewalks and shared use paths,ADA improvements, street lighting, traffic signal modifications, right-of-way acquisition, stormwater treatment facilities, environmental compliance and preparation of materials for public outreach. City of Oregon City,OR Beavercreek Road&Wamer-Milne Intersection Realignment.Mr. Brokaw was project manager for the third phase of this multi-phased design, construction management and inspection project. The first phase (Beavercreek Road) was the reconstruction of 4,700 feet of four lane arterial which was widened to five lanes. The second and third phases (Warner-Milne Intersection and Right-Turn Improvements) reconstructed a major intersection and 2,100 feet of roadway, installed a right turn lane on two major commercial arterials,and constructed a retaining wall. Phasing was done primarily to accommodate funding requirements. City of Oregon City,OR Main Street Improvements.Mr. Brokaw was project manager for this multi-phase street reconstruction of Oregon City's historic"Main Street". Seven blocks of the City's downtown street and utilities were upgraded,with another five blocks designed to a 50%level of completion that is currently awaiting funding. The project included 22 reconstructed curb ramps, 3,000 feet of curb, 27,000 SF of sidewalk, 2 at-grade intersections, stormwater LID improvements, and a connection to the ODOT Hwy 43 Bridge.As the project neared construction, the City determined a need for a simultaneous water main upgrade along Main Street,which was added to the project and constructed concurrently with the street improvements. The tight project schedule was met despite this addition to the project. City of Sherwood,OR Pine Street Improvements.Mr. Brokaw was project manager for Phase II of this project; Phase I improvements were constructed in 2008. Both phases upgraded a narrow residential street on a steep hill (>15% roadway slopes) through an established neighborhood to a collector street. The project also included pavement evaluation and design, replacement of all existing utilities, undergrounded overhead utilities and added sidewalks and streetlights. Phase II of the project is currently on hold awaiting funding. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Washington County,OR URMD Improvements.Mr. Brokaw was project manager for this project to design pedestrian improvements in five separate areas of the County.Tasks included leading a multi-disciplined subconsultant team to provide surveying, design and limited construction assistance for the project.Two bid packages containing contract documents and engineering plans were prepared to incorporate the five projects.We also provided limited construction engineering, including review of submittals, responding to RFI's and preparation of as-built drawings. City of Washougal,WA"E"Street Improvements.Mr. Brokaw was project manager for this project to complete corridor planning, design and construction management for the reconstruction of transportation and utility infrastructure along 8,100 feet of the City of Washougal's main arterial. City of Washougal,WA Evergreen Way/32nd Street Intersection Improvements.Mr. Brokaw is serving as QA/QC manager for this project to enhance operational characteristics of the intersection of two of the City's major arterials. It continues a road diet constructed as part of the`E' Street Improvements project previously completed by Wallis Engineering, reducing four travel lanes to two with a left turn lane and bike lanes in each direction.The existing traffic light will be replaced, pedestrian crossings will be upgraded, stormwater collection and treatment systems constructed, and full pavement reconstructed on the east and west approaches. City of Tigard,OR Sidewalk Infill:North Dakota St and 95th Ave.Dave Brokaw was Lead Design Engineer for design and construction phase services to construct sidewalks along North Dakota Street and 95th Avenue, in order to infill those missing and provide a continuous pedestrian walkway in a residential neighborhood.Approximately 800 feet of sidewalks were built, including new pervious sidewalk,ADA-compliant curb ramps with tactile panels, retaining walls, landscaping, and storm drainage improvements.A rectangular rapid flashing beacon system was also included in the project for pedestrian safety at one crossing point.The project received funding through the Washington County Community Development Block Grant (CDBG) federal program. City of Wilsonville,OR Memorial Park Improvements.Mr. Brokaw served as project manager in this project to design and provide construction assistance for improvements to the City's largest and most heavily used park, Memorial Park. The lot had been showing severe signs of wear,largely due to inadequate stormwater management and poor soils,and predesign included an extensive pavement evaluation. In addition, inadequate stormwater treatment was allowing runoff to go directly into a tributary of Boeckman Creek and ultimately to the Willamette River. Improvements included LID stormwater management facilities, cement treated base construction, trail and sidewalk connections, LED lighting, a public bus turnout and extensive public involvement. Construction phasing and traffic control were aimed to minimize parking and access impacts. The budget and schedule were met. City of Wilsonville,OR Charbonneau Utility improvements.In 2014, the City of Wilsonville completed an extensive assessment of the Charbonneau District infrastructure, including the sewer, storm,water, and street utilities. Much of the utility infrastructure was identified as deficient and in need of repair or replacement.The City developed the Charbonneau Consolidated Improvement Plan to identify 15 high priority storm and sanitary sewers improvements in various areas of the District,which the City intends to complete over the next three years. Dave Brokaw has managed this project,which involves conducting preliminary design, preparation of three separate contract documents, and construction phase services for the areas identified in the assessment.To date the first phase has been completed. Robert Wallis, PE I QA/QC Manager Experience Summary Education • B.S.Civil Engineering, Mr.Wallis is principal of the firm,with 43 years of experience assisting local University of Oklahoma, government with municipal infrastructure projects. He has expertise with all aspects of 1971 street design, and has been involved with over 150 street reconstruction projects. Mr. Professional Registrations Wallis is highly focused on construction management, and believes that it is crucial for Registered Professional Engineer,OR&WA engineers to be involved in the construction of projects they design. He has made it a Affiliations& focus of the firm, and ensures that all staff engineers receive that experience. Memberships Mr.Wallis has been involved in over 40 projects with federal funding, and is very Member,Water Environment g ry Federation familiar with federal requirements during design and construction. This includes . Member,American managing a major municipal force main project funded through EDA for the Waterworks Association construction phase. Representative Projects Oregon City,OR Molalla Avenue improvements,Phases 1 and 2.Mr.Wallis was project manager for design and construction engineering of two phases of improvements to Molalla Avenue. This two-phased project was the result of a major transportation plan for this key arterial, prepared by Wallis Engineering and also managed by Mr. Wallis. The first phase included upgrades of pedestrian and streetscape elements of the street; it also added pedestrian amenities such as curb ramps and bulbouts, benches, landscaping, and decorative lighting. It also included traffic signals at two key intersections, re-striping of the northerly half of the corridor, and 2,800 feet of street reconstruction to the design typical section that was determined through the planning process completed by Wallis Engineering. Phase 2 improvements included the design and construction of 1,500 feet of street, intersection realignment and utility replacement. City of Oregon City,OR Main Street Improvements.Mr.Wallis was QA/QC manager for this multi-phase street reconstruction of Oregon City's historic"Main Street". Seven blocks of the City's downtown street and utilities were upgraded,with another five blocks designed to a 50%level of completion that is currently awaiting funding. The project included 22 reconstructed curb ramps, 3,000 feet of curb, 27,000 SF of sidewalk, 2 at-grade intersections, stormwater LID improvements, and a connection to the ODOT Hwy 43 Bridge.As the project neared construction, the City determined a need for a simultaneous water main upgrade along Main Street,which was added to the project and constructed concurrently with the street improvements. The tight project schedule was met despite this addition to the project. City of Oregon City,OR Beavercreek Road&Warner-Milne Intersection Realignment.Mr.Wallis was QA/QC manager for the all phases of this multi-phased design, construction management and inspection project. The first phase (Beavercreek Road) was the reconstruction of 4,700 feet of four lane arterial which was widened to five lanes. The second and third phases (Warner-Milne Intersection and Right-Turn Improvements) reconstructed a major intersection and 2,100 feet of roadway, installed a right turn lane on two major commercial arterials, and constructed a retaining wall. Phasing was done primarily to accommodate funding requirements. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project City of Sherwood,OR Pine Street Improvements.Mr.Wallis was QA/QC manager for both phases of this project. Both phases upgraded a narrow residential street on a steep hill (>15% roadway slopes) through an established neighborhood to a collector street. The project also included pavement evaluation and design, replacement of all existing utilities, undergrounded overhead utilities and added sidewalks and streetlights. Phase I1 of the project is currently on hold awaiting funding. City of Stevenson,WA 2nd Street/SR 14 Downtown Upgrade.Mr.Wallis managed design of this project which fully reconstructed pavement and sidewalks of Stevenson's downtown main street,which also serves as southern Washington's primary east-west state highway. The project's goal was to create a unique streetscape environment that promoted tourist interest. Streetscape improvements reflected the historic character of the area and included decorative lighting,basalt pedestrian seat walls, bulb-outs, colored and intricately scored concrete sidewalks, landscaping, benches, entry monuments, business kiosks and a wireless community plaza area in the center of town. City of Stevenson,WA Rock Creek Road&Multi-Use Trail Improvements.This three phase project began in with improvements to Rock Creek Drive between Ryan Allen Drive and downtown Stevenson.The second phase continued similar improvements, providing full pedestrian access from Skamania Lodge to downtown, by attaching a new pedestrian walkway onto the existing bridge over Rock Creek, overlaying the existing roadway pavement section and excavating rock to add a pedestrian walkway.The third phase recently completed construction, adding a 2,000-foot multi-use trail from Skamania Lodge paralleling SR 14 to the west. Mr.Wallis served as project manager for the first and second phases of the project. City of Washougal,WA"E"Street Improvements.Mr.Wallis was QA/QC manager for this project to complete corridor planning, design and construction management for the reconstruction of transportation and utility infrastructure along 8,100 feet of the City of Washougal's main arterial. City of Washougal Downtown Improvements&SR 14 Pedestrian Tunnel.This two phase project reconstructed 6 blocks of downtown and then extended those improvements from Pendleton Way to a pedestrian tunnel underneath SR 14 to link to the Columbia River waterfront. Design and construction phase services were provided for both phases. Mr. Wallis provided QA/QC management for the project. Wes Wegner, PE I Lead Design Engineer Experience Summary Education ■ B.S.Civil Engineering, Wes Wegner has 11 years of engineering experience and expertise focused on the Oregon State University, design and preparation of contract documents for public infrastructure projects, as 2007 well as extensive construction management experience. His strong roadway design Registrations experience includes involvement as design engineer or project manager for over 30 Registered Professional ex P g g p l g Engineer,OR&WA transportation projects.This includes twelve transportation projects with federal Affiliations& funding requirements for design and construction phases. Memberships Wes's construction experience includes numerous projects through downtown, Member,Northwest Pavement Managers commercial, and developed residential areas,where impacts to the public were kept Association to a minimum with both tailored contract documents and close attention during • Member,American Public construction. Works Association • Certified Erosion& Representative Projects Sediment Control Lead • Nuclear Density Testing City of Beaverton,OR Canyon Road Alternative Bike Network.Wallis Engineering is designing Safety Certification improvements to the transportation network through Central Beaverton and the • ODOT Certified General Creekside District to provide an option for safe bicycle connections,paralleling Inspector • ODOT Certified HMAC Canyon Road. Project components include bike lane striping and sharrows, Inspector wayfinding signage, a pedestrian bridge investigation, sidewalks and shared use paths,ADA improvements,street lighting, traffic signal modifications, right-of-way acquisition, stormwater treatment facilities environmental compliance and preparation of materials for public outreach. Mr.Wegner assisted with design for this project. City of Oregon City,OR Beavercreek Road&Wamer-Milne Intersection Realignment.Mr. Wegner assisted with design of this multi-phased design, construction management and inspection project. The first phase (Beavercreek Road)was the reconstruction of 4,700 feet of four lane arterial which was widened to five lanes. The second and third phases (Warner-Milne Intersection and Right-Turn Improvements) reconstructed a major intersection and 2,100 feet of roadway, installed a right turn lane on two major commercial arterials, and constructed a retaining wall. Phasing was done primarily to accommodate funding requirements. City of Oregon City,OR Main Street Improvements.Mr.Wegner assisted with design for this multi-phase street reconstruction of Oregon City's historic"Main Street". Seven blocks of the City's downtown street and utilities were upgraded,with another five blocks designed to a 50%level of completion that is currently awaiting funding. The project included 22 reconstructed curb ramps, 3,000 feet of curb,27,000 SF of sidewalk,2 at-grade intersections, stormwater LID improvements, and a connection to the ODOT Hwy 43 Bridge.As the project neared construction, the City determined a need for a simultaneous water main upgrade along Main Street,which was added to the project and constructed concurrently with the street improvements. The tight project schedule was met despite this addition to the project. Washington County,OR URMD Improvements.Mr.Wegner was design engineer for this project to provide design for pedestrian improvements in five separate areas of the County.Tasks included leading a multi-disciplined subconsultant team to provide surveying, design and limited construction assistance for the project.Two bid packages Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wail Street Improvement Project containing contract documents and engineering plans were prepared to incorporate the five projects. Limited construction engineering was provided, including review of submittals, responding to RFI's and preparation of as-built drawings. City of Sherwood,OR Pine Street Improvements.Wallis Engineering has been working with the City of Sherwood since 2004 on a two-phase transportation project to upgrade a local street to a residential collector. Pine Street Improvements upgraded the existing local street to a residential collector.The project added sidewalks and other street upgrades to improve safety and function of the facility. Pine Street now serves as the link between Snyder Park and the newly renovated downtown core area. Mr.Wegner assisted with design for the project. City of Washougal,WA"E"Street Improvements.Mr.Wegner served as design and construction engineer for this project to complete corridor planning, design and construction management for the reconstruction of transportation and utility infrastructure along 8,100 feet of the City of Washougal's main arterial. City of Stevenson,WA Rock Creek Road&Multi-Use Trail Improvements.This three phase project began with improvements to Rock Creek Drive between Ryan Allen Drive and downtown Stevenson.The second phase continued similar improvements, providing full pedestrian access from Skamania Lodge to downtown, by attaching a new pedestrian walkway onto the existing bridge over Rock Creek, overlaying the existing roadway pavement section and excavating rock to add a pedestrian walkway.The third phase recently completed construction, adding a 2,000-foot multi-use trail from Skamania Lodge paralleling SR 14 to the west. Mr. Brokaw served as project manager for this phase of the project. Mr.Wegner served as lead design and served as construction engineer for the third phase of the project. City of Washougal,WA Downtown Improvements&SR 14 Pedestrian Tunnel.This two-phase project reconstructed 6 blocks of downtown and then extended those improvements from Pendleton Way to a pedestrian tunnel underneath SR 14 to link to the Columbia River waterfront. Design and construction phase services were provided for both phases. Mr.Wegner assisted with design and led construction engineering for the second phase of the project. City of Washougal,WA Evergreen Way/32nd Street Intersection Improvements.Mr.Wegner is serving as project manager for this project to enhance operational characteristics of the intersection of two of the City's major arterials. It continues a road diet constructed as part of the`E' Street Improvements project previously completed by Wallis Engineering, reducing four travel lanes to two with a left turn lane and bike lanes in each direction.The existing traffic light will be replaced, pedestrian crossings will be upgraded,stormwater collection and treatment systems constructed,and full pavement reconstructed on the east and west approaches. City of La Center,WA Highland Avenue/4th Street Intersection Realignment.This project realigned an unsafe wye intersection near a school and park to create a safe four-way intersection.Wallis Engineering completed design and construction management for the full road reconstruction and public utilities. Mr.Wegner assisted design and construction engineering. Jane Vail, PE I Design Engineer Experience Summary Education ■ B.S.Civil Engineering, Jane Vail has eight years of civil engineering experience, informed by previous work Portland State University, for a geotechnical engineering firm. She has experience with design and preparation 2009 of PSE with variety of projects, including almost 30 transportation projects; twelve of ' B.A.English,Whitman which were federally funded. College,2003 Professional Her construction engineering experience includes serving as full time construction Registrations inspector on Washougal's `E' Street Improvements project,where she also assisted with Registered Professional eer,OR &WA compliance reporting required by federal funding. EAffiliationsnginnginons& Memberships Representative Projects ■ Member,WTS International City of Oregon City,OR Main Street Improvements.Ms.Vail assisted with design for this • ODOT Certified General Inspector multi-phase street reconstruction of Oregon City's historic"Main Street". Seven ■ Nuclear Density Testing blocks of the City's downtown street and utilities were upgraded,with another five Safety Certification blocks designed to a 50%level of completion that is currently awaiting funding. The project included 22 reconstructed curb ramps, 3,000 feet of curb,27,000 SF of sidewalk, 2 at-grade intersections,stormwater LID improvements, and a connection to the ODOT Hwy 43 Bridge.As the project neared construction, the City determined a need for a simultaneous water main upgrade along Main Street,which was added to the project and constructed concurrently with the street improvements. The tight project schedule was met despite this addition to the project. City of Beaverton,OR Canyon Road Alternative Bike Network Improvements.Ms.Vail is lead design engineer for improvements to the transportation network through Central Beaverton and the Creekside District to provide an option for safe bicycle connections, paralleling Canyon Road. Project components include bike lane striping and sharrows, wayfinding signage, a pedestrian bridge investigation,sidewalks and shared use paths,ADA improvements, street lighting, traffic signal modifications, right-of-way acquisition, stormwater treatment facilities environmental compliance and preparation of materials for public outreach. City of Oregon City,OR Beavercreek Road&Wamer-Milne Intersection Realignment.Ms.Vail assisted with design for this multi-phased design, construction management and inspection project.The first phase (Beavercreek Road) was the reconstruction of 4,700 feet of four lane arterial which was widened to five lanes.The second and third phases (Warner-Milne Intersection and Right-Turn Improvements) reconstructed a major intersection and 2,100 feet of roadway, installed a right turn lane on two major commercial arterials, and constructed a retaining wall. Phasing was done primarily to accommodate funding requirements. City of Sherwood,OR Pine Street Improvements.Wallis Engineering has been working with the City of Sherwood since 2004 on a two-phase transportation project to upgrade a local street to a residential collector. Pine Street Improvements upgraded the existing local street to a residential collector. The project added sidewalks and other street upgrades to improve safety and function of the facility. Pine Street now serves as the link between Snyder Park and the newly renovated downtown core area. Ms.Vail assisted with design for the project. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core-SW Wall Street Improvement Project City of Tigard,OR Sidewalk infill:North Dakota St and 95th Ave.Jane Vail served as design engineer for design and construction phase services to construct sidewalks along North Dakota Street and 95th Avenue, in order to infill those missing and provide a continuous pedestrian walkway in a residential neighborhood.Approximately 800 feet of sidewalks were built, including new pervious sidewalk,ADA-compliant curb ramps with tactile panels, retaining walls, landscaping, and storm drainage improvements.A rectangular rapid flashing beacon system was also included in the project for pedestrian safety at one crossing point.The project received funding through the Washington County Community Development Block Grant(CDBG) federal program. City of Wilsonville,OR Boones Ferry Park Trail.Ms.Vail is serving as design engineer for this project to upgrade an existing trail which connects Boones Ferry Park,west of I-5, to Memorial Park, east of 1-5. The trail will be improved to current ADA and shared use path standards. Project components include property acquisition, a hydrologic analysis, design of a retaining wall, floodplain permitting, and landscaping. Close coordination with ODOT has been required due to the trail crossing ODOT right-of-way. City of Washougal,WA'E'Street Improvements Project.Ms.Vail assisted with design and served as construction engineer for this major road improvements project.The project's key goal was to improve safety and capacity along the City of Washougal's primary arterial that was experiencing a very high collision rate.The road diet slimmed`E' Street from four travel lanes to two travel lanes,with a center turn lane and bicycle lanes in each direction.A left-turn lane with a new signal was constructed to replace a failing signalized intersection at 17th Street. The project also constructed green street improvements and sidewalks.Wallis Engineering coordinated efforts between City staff, project engineers, key stakeholders, and over 100 property owners in a major public involvement outreach effort. City of Washougal,WA Evergreen Way/32nd Street Intersection Improvements.Ms.Vail is serving as design engineer for this project to enhance operational characteristics of the intersection of two of the City's major arterials. It continues a road diet constructed as part of the`E' Street Improvements project previously completed by Wallis Engineering, reducing four travel lanes to two with a left turn lane and bike lanes in each direction.The existing traffic light will be replaced, pedestrian crossings will be upgraded, stormwater collection and treatment systems constructed, and full pavement reconstructed on the east and west approaches. City of Stevenson,WA Rock Creek Road&Multi-Use Trail Improvements.This three phase project began in with improvements to Rock Creek Drive between Ryan Allen Drive and downtown Stevenson.The second phase continued similar improvements,providing full pedestrian access from Skamania Lodge to downtown, by attaching a new pedestrian walkway onto the existing bridge over Rock Creek, overlaying the existing roadway pavement section and excavating rock to add a pedestrian walkway. The third phase recently completed construction, adding a 2,000-foot multi-use trail from Skamania Lodge paralleling SRI to the west. Ms.Vail served as design engineer for the third phase of the project. Nathan Abercrombie, PE I Lead Utility Design Engineer Experience Summary Education Nathan Abercrombie is a design engineer with six years of experience primarily in water • B.S.Civil Engineering,Portland State University,2011 and wastewater projects. His expertise includes pipeline and pump station design and professional Registrations construction inspection,with focused expertise in the prevention of pipe corrosion. Registered Professional Nathan has served as lead design engineer and project manager, responsible for the Engineer,OR,WA preparation of contract documents for numerous publicly bid projects. Affiliations&MembershipsMember,American water Works Association Representative Projects ■ Secretary,National Association TVWD,OR Thompson Pump Station Discharge Line. Mr.Abercrombie assisted with design of of Corrosion EngineersNuclear Density Testing Safety the discharge transmission line from the Thompson Pump Station,which was under Certification renovation, to a connection with existing piping. Corrosive soil and geotechnical issues ■ ODOT Certified General were evaluated as a part of the design effort.The 18"diameter line was approximately Inspector 6,200 feet in length, beginning at the Thompson Pump Station and existing Thompson Reservoir, following NW Thompson Road to the east and connecting to existing piping serving the 820 pressure zone. TVWD,OR Lincoln Center Water Improvements.Mr.Abercrombie is project manager for replacement of an existing 8-inch water main located in the Lincoln Center office campus. The existing main is in poor condition and has experienced several breaks over the past few years. Replacement of the main is crucial due to the fact that a section of the main runs underneath one of the buildings. In order to this avoid this problem in the future, the proposed water main was split into two sections of ductile iron water main, 12-inch and 4-inch in diameter. Design phase work included water modeling to ensure fire demands were met as well as sizing and locating the following:water meters and backflow devices. Coordination with the stakeholders was a major factor with this project given it passes through private property,Washington County right-of-way, and City of Tigard right-of-way. City of Lake Oswego,OR 2011 Water Rehabilitation Project.Mr.Abercrombie assisted with design of this waterline project which rehabilitated 500 feet of water main and appurtenant items in residential areas throughout the city. The work included waterline sections routed through easements across private property and/or environmentally sensitive areas.An additional component of this project was to assist in development of the City's CAD standards for water main improvement projects. City of Hillsboro,OR NE 6th Avenue Water Main Replacement.Mr.Abercrombie assisted with design for this project which included final design and contract document preparation for a 10-inch water main replacement project. The location is a residential area near downtown that required negotiating existing underground utilities with the design. Clark Regional Wastewater District,WA Highway 99 South Sanitary Sewer Improvements.Mr. Abercrombie assisted with design for this to replace 3,400 feet of 10", 12", and 15" sewer along Highway 99, the main commercial arterial through Hazel Dell in Clark County. This historic commercial corridor(part of the main north-south route before 1-5 was built), housed several fuel and service stations over the past 50 years, suggesting the possibility of contaminated soils, and requiring a Phase I and possibly a Phase II Environmental Assessment. The project area includes the intersection with NE 78th Street, the primary east-west commercial arterial in Hazel Dell. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Jacob Korsness, EIT I Utility Design Engineer Experience Summary Education ■ B.S.Civil Engineering,Oregon Jacob Korsness is an engineer-in-training with two years of experience on a variety State University,2015 of projects.To date his focus has been on water and wastewater pipeline and pump Professional Registrations station design and construction inspection. • Registered Engineer-in-training Jacob has assisted with the preparation of plans,specifications, and estimates, and has Affiliations&Memberships provided construction administration and inspection services. Member,Water Environment Federation Representative Projects City of Wilsonville,OR Charbonneau Utility Improvements.Mr. Korsness is assisting with design and construction inspection of this project. In 2014 the City completed an extensive assessment of the Charbonneau District sewer,storm,water, and street utilities. Much of the utility infrastructure was identified as deficient and in need of repair or replacement, and 15 high priority storm and sanitary sewer improvements were identified to be completed over the next three years.Wallis Engineering completed design for the first phase of these improvements. TVWD,OR Lincoln Center Water Improvements.Mr. Korsness assisted as design engineer for this project to replace an existing 8-inch water main located in the Lincoln Center office campus. The existing main was in poor condition and experienced several breaks, particularly worrisome because a section of the main ran underneath one of the buildings. In order to avoid this in future, the proposed water main was split into two sections of ductile iron water main. Design phase work included water modeling to ensure fire demands were met as well as sizing and locating the following: 8-inch water meter, 3-inch water meter, 10-inch backflow device, and 4-inch backflow device. Coordination with the stakeholders was a major factor with this project given it passes through private property,Washington County right-of-way, and City of Tigard right- of-way.This project is currently under construction and is expected to be completed in the fall of 2016. Clark Regional Wastewater District,WA Highway 99 South Sanitary Sewer Improvements. We completed design to replace 3,400 feet of 10" to 15" sewer along Highway 99, the main commercial arterial through Hazel Dell in Clark County.This historic commercial corridor housed several fuel stations over the past 50 years,suggesting the possibility of contaminated soils, requiring a Phase I and possibly Phase II Environmental Assessment.The project area includes the intersection with NE 78th Street, the primary east-west commercial arterial in Hazel Dell. Mr. Korsness is assisting with design and inspection services. City of Oregon City,OR Linn Avenue Sanitary Sewer Improvements Project.Jacob Korsness is design engineer and inspector for this project which prepared preliminary 30%plans for the first phase of improvements associated with the Linn Avenue Corridor Plan— Segment 1—in conjunction with providing full design and construction services for a sewer upgrade project within this segment.The sewer upgrade project identified in the Corridor Plan includes 1,155 feet of sewer pipe, of which 270 feet will be installed via pipe bursting methods.Wallis is currently providing full construction phase services. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project James Parker, EIT I Design/Construction Engineer Experience Summary Education James Parker is an engineer-in-training with two years of experience in utility and B.S.Civil Engineering,Portland State University,2014 transportation projects. His work has included design,preparation of plans and professional Registrations contract documents, and construction administration and inspection of public bid • Registered Engineer-in-Training projects. Affiliations&Memberships • Member,American Water Works Representative Projects Association • ODOT Certified General City of Lake Oswego,OR Cervantes Water Main Replacement.Mr. Parker served as design Construction Inspector engineer for this project which was an emergency response to a failed water main that ■ ODOT Certified ADA Curb Ramp released a half million gallons of water and washed out a section of road. Corrosive Inspector soils were confirmed and leak detection found many more leaks. The City wanted the new water main materials to be resistant to or protected from corrosion.The project included about 2,200 feet of 8-inch HDPE water main, a steep ravine crossing, and reconstruction of about 800 feet of roadway. City of Oregon City,OR 14th Street Storm Drain Improvements.Mr. Parker assisted with design of a new storm system within unimproved 14th Street right-of-way.The project conveyed flows through new storm sewer along the 14th Street right-of-way into a new outfall, discharging into the upper end of the 36-inch CMP culvert.Wallis Engineering,with assistance from City staff, confirmed the hydraulics of the system, completed property and topographic survey, conducted a geotechnical investigation of soil conditions, evaluated the feasibility of open excavation or horizontal directional drilling, evaluated a new out fall option, and prepared contract documents for construction Hillsboro,OR Gaston Meter Vault Improvements.Mr. Parker assisted in the design for this project. The City of Hillsboro provides wholesale water to the City of Gaston via a pressure reducing valve (PRV) and water meter. Because the PRV and meter were outdated and worn, this project involved replacing the existing compound mechanical meter with high-flow and a low-flow magnetic meters as well as replacing the high-flow and low-flow PRV's with more modern devices.Wallis Engineering was able to design these improvements in such a fashion that the existing vaults were able to be reused. Additionally, a small amount of water main leading up to the vaults was replaced. Clark Regional Wastewater District,WA ORO-Vega Pump Station Improvements.Mr. Parker served as design engineer for this pump station upgrade to meet the District's current standards for submersible pump stations and to improve maintenance. The existing pump station is a package Cornell wet well/dry well type pump station, originally constructed in 1991 with a current capacity of approximately 500 gpm.Associated site improvements were also included with the project. City of Oregon City,OR 2016 City-Wide Pavement Rehabilitation Project.Mr. Parker is providing construction inspection for the current phase of this pavement rehabilitation project to complete roadway asphalt pavement rehabilitation by means of full depth roadway reconstruction, cold plane asphalt pavement removal and inlay, and asphalt pavement overlay. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Ben Thomas I Senior Construction Inspector Experience Summary Affiliations • ODOT Certified General Ben Thomas has over 45 years of experience in all aspects of construction, including Inspector experience as a contractor, project superintendent,and contract inspector. He was . Nuclear Density Testing Safety certified as an ODOT inspector for six years and worked directly for ODOT as an Certification inspector for five years previous to that. Mr. Thomas has an excellent understanding of construction issues for a wide range of infrastructure projects. He is able to add value to any project he oversees, through his knowledge of construction techniques and procedures, as well as his experience with construction documentation requirements in a variety of jurisdictions. Representative Projects City of Vancouver,WA On-Call Construction Management and Inspection(Construction Inspector).Wallis Engineering provided on-call inspection services for the City of Vancouver in 2012. Mr.Thomas served as the lead construction inspector for this work,which included inspection and furnishing detailed written and photographic records of construction on a number of street improvement projects, including asphalt rehabilitation and pedestrian facility upgrades. City of Washougal,WA Zone 4 Reservoir Construction Management and Inspection(Construction Inspector).Mr.Thomas provided valuable technical expertise and on-call inspection services for the coating of this 1.25 million-gallon welded steel reservoir.This was a$2.75M project which included a ground-level reservoir selected to alleviate the identified Pressure Zone 4 water reservoir storage deficiencies. Mr.Thomas' extensive experience with industrial coatings and steel welding were of great value to the project. City of Washougal,WA T Street South Side Sidewalk Improvements(Construction Inspector). Mr.Thomas served as construction inspector for this street and stormwater improvements project designed by Wallis Engineering. Construction included approximately 2,900 linear feet of new five foot wide cement concrete sidewalks on `E' Street from 6th Street to Washougal River Road,bio-retention vegetated stormwater facilities, modular block retaining walls, fencing and signage. Mr.Thomas provided full-time inspection during inspection, including detailed documentation and technical expertise for concrete construction. City of Oregon City,OR Warner Milne Intersection Realignment(Construction Inspector).Mr. Thomas served as an assistant construction inspector for this $1.9M federally funded ARRA roadway realignment and rehabilitation project for the City.This project includes the realignment of an existing offset signalized intersection, replacement/ installation of approximately 1,200 linear feet of 8 inch waterline and 1,000 linear feet of 16 inch waterline, replacement of 1,600 linear feet of sanitary sewer main line, 1,600 linear feet of full-depth pavement rehabilitation, street lighting, landscaping, irrigation and the construction of a 4,500 square foot rain garden (stormwater treatment area). City of Gresham From 1998 to 2008 Mr.Thomas worked as a contract inspector and plan reviewer Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project for the City of Gresham. Projects he inspected included pump stations,wastewater treatment plants,waterlines (from 4 inch to 30 inch), sewer lines (from 24 inch to 54 inch), curbs, gutter and street overlay. In addition to these city infrastructure projects, Mr. Thomas also provided inspection for development projects, ensuring they were built to City standards.As plan reviewer,he reviewed development projects for adherence to City development standards. City of Portland Mr.Thomas worked for the City of Portland as a contract inspector from 1992-1998. Two years of that time were for the City's Department of Transportation, inspecting construction of curbs, sidewalks,ADA ramps and streets. Mr.Thomas spent the remainder of that time inspecting projects for the Bureau of Environmental Services. In that capacity he inspected sewer pipelines and trunks,pump stations, and wastewater treatment plants. Kiewit Construction As a project superintendent,Mr. Thomas oversaw the construction of bridges, overpasses, pipeline projects, and portions of the Trojan nuclear power plant. Shawn Kummer, PLA I Landscape Architect Experience Summary GREEN � Shawn is a landscape architect and project manager for GreenWorks. His 13 years of experience spans a range of projects including interpretive byways, streetscape design, Education art installations, parks projects, and civic design.Additionally, Shawn has experience . BA Eadham College in public involvement, and facilitation of project meetings. He has excellent graphic . MA Landscape Architecture, abilities both in hand rendering and digital formats and has produced a variety of University of Minnesota illustrative drawings that communicate design intent to clients and have been an Professional Registrations integral part of master plan documents. He has studied historic, urban design spaces . Professional Landscape Architect in Oregon and landscapes abroad and natural environments and ecosystems in the southwest. . Registered Council of landscape Architects Registration Boards Representative Projects (CLARB) ■ City of Tigard, River Terrace Community Plan,Tigard, OR ■ Portland Development Commission, Denver Avenue Green Street Design Is City of Portland BES, Capitol Hwy Corridor Stormwater Concept Design ■ City of Portland BES and Winkler Development, Headwaters at Tryon Creek Daylighting and Streetscape Improvements, Portland, OR ■ City of Portland BES, SE Salmon Green Street, Portland, OR ■ City of Portland BES, Portland Expo Center Stormwater Green Wall, Portland, OR ■ PBOT, Red Electric Trail Project, Portland, OR ■ PBOT, 102nd Avenue Green Street Improvements, Portland, OR ■ City of Albany, Main Street Green Street,Albany, OR ■ City of Albany, Stormwater Quality Program and Standards,Albany, OR ■ City of Beaverton, Menlo Drive Sidewalk Project, Beaverton, OR ■ City of Grants Pass, Grants Pass Rogue River Highway Green Street ■ City of Gresham, Springwater Spur Trail, Gresham, OR ■ City of Hillsboro, Golden Road and Cedar Street Project, Hillsboro, OR ■ City of Lake Oswego, D Avenue Street and Surface Water Rehabilitation ■ City of Lake Oswego, Boones Ferry Road Refinement Plan, Lake Oswego, OR ■ City of Newberg,Villa Road Improvements,Newberg, OR ■ City of Pendleton, US Highway 30 Westgate Gateway Improvements ■ City of Pendleton, Court Avenue &Centennial Plaza Improvements ■ City of The Dalles, Riverfront Connections and Lewis and Clark Festival Park ■ Metro, Low Impact Development Graphics, Portland Metropolitan Region, OR ■ TriMet, Orange Line Portland Milwaukie Light Rail Project, Portland, OR ■ TriMet, Rockwood Station Improvements, Gresham, OR ■ City of Tualatin,Tualatin Nyberg Interchange Improvements,Tualatin, OR ■ Washington County,NW Brookwood Parkway Improvements, Hillsboro, OR Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Gene Tupper, PE, GE ( Geotechnical Engineer Experience Summary , Gene Tupper has 25 years of geotechnical experience including extensive experience working on public agency projects. Her responsibilities include directing field investigations and laboratory testing programs, engineering analyses, report Education preparation, and construction observation. Much of her experience has addressed ■ BS Civil Engineering: Oregon roadways, utilities,stormwater management, building sites, and parks and trails. State University Her relevant geotechnical studies have addressed pavements, including pervious ■ MS Geotechnical Engineering: pavements; retaining walls; underground utilities; foundations for signals and signs; Oregon State University developed and natural areas;slope stability; bridges; boardwalks;paved and unpaved Professional Registrations ■ Professional Engineer: Oregon, trails and paths; and paved and unpaved parking. Gene received the 2016 Engineer of Washington the Year award from the American Society of Civil Engineers (ASCE) Oregon Section. ■ Geotechnical Engineer.Oregon A selection of her relevant experience is provided below. Representative Projects NW Cornelius Pass Road:NW Cornell Road to US 26,Hillsboro,Oregon.A one-mile section of the Washington County road will be widened to allow construction of an additional northbound and southbound lane and turn lane to eastbound US 26, a pedestrian/bicycle path, traffic signals,street lighting, pedestrian islands, and stormwater and landscaping improvements. GRI completed drilled borings and falling-weight deflection testing to characterize subsurface conditions and developed recommendations for new and rehabilitated pavement sections, earthwork, stormwater improvements, drilled shafts, spread footings, and seismic design considerations. GRI also completed a Hazardous Materials Corridor Assessment for the project. OR 99W at 2nd Street Signal Replacement Project,McMinnville,Oregon.Improvements include widening 2nd Street at its intersections with the OR 99W couplet to provide turn lanes and improved sidewalks and crosswalks. The project also includes new cantilevered traffic signals designed in accordance with Oregon Department of Transportation standards. GRI evaluated subgrade conditions with drilled borings, completed laboratory testing and engineering studies, and developed recommendations for drilled shaft signal foundations and related construction considerations. Sth Street Improvements,Woodburn,Oregon.Improvements included about 1,800 ft of new pavement,sidewalks, landscaping, signage, traffic signals, and storm sewer lines. GRI evaluated pavement, subgrade and subsurface conditions and provided recommendations for earthwork and design of pavements and signal pole foundations. GRI also completed a Phase I Environmental Site Assessment to evaluate the potential for hazardous substances to impact construction of the improvements. TriMet Powell LIFT Operations Facility Relocation,Portland,Oregon.The existing parking lot will be modified and expanded to provide a new office building, a new storage building, and parking for the LIFT buses and employees. The project will include extension of an existing 10-ft-tall block retaining wall, on-site disposal of stormwater runoff, new lighting, sidewalks, and strengthening of the existing roadway to the park and ride and LIFT facility. GRI conducted geotechnical investigations,which Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project included deflection testing, and provided recommendations for design and construction of the improvements. GRI is assisting with environmental services and preparation of specifications to address contamination encountered on the site. Scouters Mountain Emergency Vehicle Pullout,Happy Valley,Oregon.The property is owned by Metro and being developed as a nature park.The main access hillside road will be widened to provide a pullout for emergency equipment, including a 40-ft-long fire truck. GRI conducted a reconnaissance of the area, test pit explorations, laboratory testing, and engineering analyses. GRI provided recommendations to address earthwork, including springs, seeps, and wet ground; structural fill; and pavement design. Don Devlaeminck, PLS I Surveyor Experience Summary ] With over 35 years as a licensed land surveyor, Don has worked with local and C4 E M PASS state agencies around the Portland region and across Oregon on a variety of land ' Land Surveyors development and infrastructure projects. Don has a well-respected reputation as a land Education surveyor who strives to provide personalized service to every client while upholding B.T.,Surveying,Oregon Institute the highest ethical standards. He has worked extensively with Wallis Engineering and of Technology,1974 in Tigard. Professional Registrations ■ Registered Professional Land Don will supervise all required survey services related to this project. He brings Surveyor.Oregon(No.1634), an enthusiastic approach and will ensure that all work is completed in a highly 1994;Washington(No.31452), professional manner. Don holds a Bachelor of Technology from Oregon Institute of ■ Certified Water Rights Examiner, Technology. Oregon(No.365),1994 Affiliations&Memberships Representative Projects ■ American Congress of Surveying and Mapping City of Tigard:Sidewalk Infill Project[with Wallis Engineering].Compass provided right of ■ Professional Land Surveyors of way determination and detailed topographic design mapping on North Dakota Street Oregon and on SW 95th Avenue to be used for the design of proposed sidewalk improvements ■ Clackamas County Surveyor's Advisory Committee Board in the City of Tigard. Included within the scope of this work is property line 1995-1999 identification and preparation of right of way dedication exhibit documents. Clean Water Services:Locust Street Sanitary Sewer Upgrade,Tigard,OR. Compass provided right of way&property line determination and detailed topographic design mapping for the design of 5000 feet of new sanitary sewer main In Tigard. Scope of work also included preparation of easement exhibit documents and construction layout. City of Oregon City:Molalla Avenue,Washington Street,9th Street&Center Street Paving Overlay Projects[with Wallis Engineering].Compass is currently providing topographic mapping and right of way determination along Molalla Avenue,Washington Street, 9th Street and Center Street to be used for paving improvements and replacement of non- compliant ADA ramps. This project involves recovery of existing centerline and right of way monuments in conjunction with the preparation of Pre-Construction Record of Survey. Survey work also involves the reestablishment of centerline and right of way monuments in conjunction with the preparation of a Post-Construction Record of Survey. Washington County:SW 113th Avenue Right of Way Avenue Pedestrian Pathway.Compass is scheduled to provide detailed topographic mapping on SW 113th Avenue for the design of 1800 LF of proposed pedestrian pathway and storm drainage improvements in the fall of 2015. Washington County:SW 90th Avenue Right of Way Avenue Pedestrian Pathway.Compass is scheduled to provide detailed topographic mapping on SW 90th Avenue for the design of 1800 LF of proposed pedestrian pathway and storm drainage improvements in the fall of 2015. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project City of Oregon City:Main Street Stonnwater Improvement Project[with Wallis Engineering]. Compass provided right of way and property line determination and detailed topographic design mapping of existing street and utility features for design of street, sidewalk, storm drainage and lighting improvements.This project also involves recovery of existing centerline and right of way monuments in conjunction with the preparation of Pre-Construction Record of Survey and the reestablishment of centerline and right of way monuments in conjunction with the preparation of a Post-Construction Record of Survey. City of Lake Oswego:Lake Bay Court Sewer Upgrade Project[with Wallis Engineering].Compass provided right of way and property line determination and detailed topographic design mapping for the design of upgrades of approximately 600 LF of existing sanitary sewer lines located in the backyards of properties in the Lake Bay neighborhood. The scope of this work also involved wetland mapping, property line identification, and preparation of easement exhibit documents. Clean Water Services:Broadmoor Sewer Upgrade,Beaverton,OR.Compass is currently providing right of way and property line determination and detailed topographic design mapping for the design of 6,250 LF of new sanitary sewer lines,28 manholes, and 85 sanitary sewer service laterals. City of Lake Oswego:Boones Ferry Road and Country Club Road.Compass provided detailed topographic design mapping for the design of street and pedestrian access improvements at the intersection of Boones Ferry Road and Country Club Road. Clackamas River Water:Beckman Transmission Line.Compass is currently providing right of way and property line determination and detailed topographic design mapping for the design of 6000 LF of a new water transmission line. Justin Moffett, PWS I Wetland Scientist Experience Summary Justin Moffett is a Professional Wetland Scientist(PWS) with over 17 years ®CAMPBELL E\'d:aU!"iN`,4, 7Al u of experience in the field of natural resource management and environmental consulting. He has managed and permitted a wide range of federal,state, and private Education transportation, development, and infrastructure projects throughout Oregon, Bachelor of Science in Forestry Washington, Idaho, and California. His extensive expertise in federal and state &Natural Resources,California Polytechnic State University, wetland compliance, Clean Water Service regulations,NEPA analysis, Endangered San Luis Obispo,1999 Species Act (ESA) processes,wetland science, and environmental mitigation has Professional Registrations& allowed Justin to develop successful environmental compliance strategies for even the Certifications ■ Professional Wetland Scientist, most complex projects. His focus on building consensus among constituents is an SWS invaluable asset to meeting project objectives. • Oregon Biological Assessment/ FAHP Certification,ODOT Representative Projects • Washington State Wetland Rating System,CTP Garden Comer Curve Project,Tualatin,OR. Currently providing environmental consulting • Wetland Mitigation Site services for proposed transportation improvements and road realignment along Assessment and Design,PSU Garden Corner Curve in the City of Tualatin. Services will include wetland • Advanced Wetland Soils and gy,PSU determination and natural resource assessment fieldwork and coordination with Clean yy Hydrology, tiand Plants of the Pacific Water Services. Northwest,PSU Fawcett Creek Culvert Replacement,Tillamook County,Oregon.Assisted in designing a replacement bridge that complied with state and federal fish passage criteria. Led onsite meetings with National Marine Fisheries Service (NMFS) and Oregon Department of Fish and Wildlife (ODFW) to discuss fish passage issues and design critical to satisfying state and federal fish passage requirements. 185thTrunkline Project. Aloha, Oregon. Conducted a wetland delineation and natural resource assessment in support of a sanitary sewer upgrade project. Obtained wetland removal-fill permits from the Oregon Department of State Lands and U.S. Army Corps of Engineers.Worked closely with engineers to consult on project design elements that would ensure permits were issued in accordance with the project schedule Eola Drive Improvement Project,Salem,Oregon. Conducted a habitat assessment demonstrating that there was No Net Benefit to providing fish passage at a replacement culvert on Turnage Brook,a small tributary to the Willamette River. This assessment resulted in ODFW issuing a Fish Passage Exemption for a culvert replacement. US 26 Mt Hood Safety Corridor Improvement Project,Mt.Hood National Forest,Oregon. Evaluated the Oregon Department of Transportation's 1998 EIS to determine if the impacts resulting from the current phase of the Mt Hood Safety Corridor Improvement Project are consistent with those analyzed in the original NEPA document. Coordinated with U.S. Forest Service resource specialists to determine the scope of plants and wildlife addressed in the project's Biological Evaluations. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Dana Beckwith, PE, PTOE ( Lighting Engineer Experience Summary GLOBAL Dana has worked with State and local public agencies throughout the northwest, Transport ion including the City of Tigard in the planning, analysis, and design of transportation systems. He has extensive experience on projects involving multiple jurisdictions and duration ■ MS,Transportation Engineering, gaining concurrence in the concept and final design of traffic engineering elements. Oregon State University,1996 His experience includes interpreting and applying Americads with Disabilities Act . BS,Civil Engineering,Oregon PROWAG design guidelines to transportation projects as well as standards used by State University,1995 local jurisdictions and the Oregon Department of Transportation. Dana enjoys the Professional Registrations challenge of developing new concepts to solve transportation concerns and working No.53044fessional Civil Engineer with cutting edge technologies to help clients achieve their project goals. ■ Idaho Professional Civil Engineer No.12085 Representative Projects ■ Washington Professional Civil Engineer No.39179 Main Street Improvements,Tigard,OR.As transportation engineering task manager, Dana . Professional Traffic Operations managed the preparation of final PS&E and provided construction support services Engineer®(PTOE)No.2206 for traffic signal modifications, rectangular rapid flashing beacon design, roadway lighting, signing and striping for Main Street in the downtown core of Tigard, Oregon.The project included conducting detailed lighting analysis for the installation of the new LED roadway lighting, facilitating the design and structural analysis of new light poles,coordinating with the City and ODOT on intersection and median treatments to Hwy 99W and Main Street. Tigard Burnham Street Lighting,OR.As the DKS task manager, Dana managed the preparation of final PS&E and provided construction support services for the implementation of a new LED ornamental street lighting system along Burnham Road, a commercial collector within the City of Tigard.A detailed lighting analysis to compare both HPS and LED lighting systems was conducted for both systems to ensure their ability to meet the currently published national standards. Key project components included developing and recommending light level requirements, selecting viable luminaire options, coordinating with the City of Tigard and the local electric utility,and designing the lighting system based on current national standards. Another key component included adding a lighting control system and developing dimming schedules for the system. Portland Harbor Drive&Moody Avenue Improvement Projects,OR.As the traffic engineering project manager, Dana managed the traffic analysis and final design of traffic and roadway improvements along Harbor Drive (I-5 City Center Off-Ramp) and Moody Avenue, including innovative pedestrian and bicycle facilities.Alternatives where developed for complex bike and pedestrian multi-use trail crossings at signalized intersections, interfaces with streetcar, and transitions from side-running paths to on- street bike lanes, and roadway lighting. Extensive collaboration was required with City and ODOT staff to analyze and select preferred alternatives to advance the project to final design. MUTCD, NCHRP, and ADA PROWAG and AASHTO guidelines where applied to facilitate discussions and comparison of alternatives. Final design services were included for traffic signals, signing, striping, fiber optic interconnect, LED roadway lighting and special bike signals. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project 10th Avenue Improvements,Cornellus,OR.As traffic engineering task manager, Dana was responsible for the traffic analysis and design of roadway lighting, two traffic signals, signing and striping for parking, and bike facilities along 10th Avenue between S. Alpine Street and N. Holladay Street.With minimal right-of-way and existing utility infrastructure, the were designed to meet ADA standards. The multi-phased temporary traffic staging and control plans were developed along the complete alignment of 10th Avenue and along OR8 (Baseline and Adair Streets). Dana collaborated extensively with ODOT and the City of Cornelius in developing the staging concepts. Motor vehicle, freight, bike, and pedestrian traffic were all accommodated as part of the temporary staging and traffic control. Robert Grummet, PE, SE I Structural Engineer Experience Summary From 1985 to 2001 Mr. Grummel was an employee,principal,and owner of KPFF GRcarau_r.� �c;�xerw�c,r_�_c. Consulting Engineers, in Portland, Oregon. During this time Mr. Grummel managed and directed the efforts of 47 employees providing planning,structural engineering, Education civil engineering, and surveying services. Mr. Grummel has professional experience in B.S.Civil Engineering,University both civil and structural engineering. Since 2001 Mr. Grummel has been providing of Colorado 1982 planning, civil and structural engineering for Grummel pre-engineering services, p Professional Registrations g Professional Engineer.CO,OR, Engineering L.L.C., in Portland, Oregon. ID and WA Affiliations&Memberships Representative Projects • American Society of Civil Engineers The following selected projects have been completed or are in the process of Committees and Community completion at Grummel Engineering, L.L.C.: Service Projects ■ Under Armour Redevelopment • City of Portland Storm Water Advisory Committee ■ Tecotosh PSU Sculpture • Mt.Tabor Public Advisory Committee ■ Penner Ash Winery ■ Classical Chinese Garden ■ Woldrich Beach Home Building Committee • 1-405 Cap Mayors Strategic Task ■ Pine Street Market Force Committee ■ Gateway to the Gorge Arch ■ Hopworks Urban Brewery Seismic Upgrade ■ 37 D Duplexes Lake Oswego ■ Clinton Street Housing ■ Amalie Robert Winery ■ Marquam Trail Bridges ■ Forest Park Bridges ■ Gales Creek Culverts ■ Rex Hill Winery Expansion ■ Hallock McMillan ■ Brooklynn Mixed Use Housing ■ Shoen Custom with Robert Oshatz ■ Sovereign Hotel Renovation ■ Opal Creek Commissary Building ■ Water Front Park Master Plan Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project Judith Chapman, MA I Archaeologist Experience Summary 4i't Archaeological Investigations Judith A. Chapman,AINW Senior Architectural Historian,Archaeologist, and Northwest.lnc Historian, has been with the firm since 1993 and has worked in these fields for more than 35 years. Ms. Chapman has extensive experience in coordinating projects, Education assessing buildings and other structures for historic resource surveys, and conducting • M.A.,Archaeology,Architectural historic archaeological projects. She has managed numerous cultural resource ro ects History,History,1984,Oregon P 1 State University at AINW, including several historic resource inventory projects in Washington . B.S.,Anthropology,1977, County. Ms. Chapman is very knowledgeable about cultural resource requirements for Oregon State University federal, state, and local projects. ■ B.S.,History,1977,Oregon State University Ms. Chapman has performed numerous historic resource surveys for projects needing Professional Registrations documentation, findings of effect, and evaluation under Section 106, Section 4(f), AINWisa memberofthe and NEPA. She has documented historic districts and prepared multiple property American Cultural Resources documentation reports. She has recorded historic properties under HABS and HAER Association Affiliations&Memberships standards and federal and state mitigation stipulations. She has researched and written . Molalla Area Historical Society historical background overviews and has assisted in the preparation of hundreds of • Sons and Daughters of Oregon historic resource documentation forms. Pioneers Representative Projects Cultural Resource Survey of the Villa Road Improvements Design Project,Yamhill County, Oregon.Project manager for archaeological and historic resource surveys for the road improvements project in Newberg. Directed a background review, pedestrian archaeological survey and subsurface testing recommendations, and oversaw a historic resource survey and recordation of a historic railroad trestle, including a recommendation for NRHP eligibility and a finding of effect under Section 106 of the NHPA. The project was done in anticipation of a project U.S.Army Corps of Engineers permit. Beaverton Creekside District Master Plan(Canyon Road)Project,Beaverton,Washington County,Oregon. Project manager for archaeological and historic resource baseline surveys for the road improvement project. Directed identification and eligibility recommendations for 38 historic resources. The project was done under Section 106 of the NHPA in coordination with the Oregon Department of Transportation. Archaeological Survey of the Aumsville Elementary School"11th Street-Del Mar Drive Sidewalk Project,Marlon County,Oregon. Co-manager of an archaeological survey and finding of effect for the sidewalk project in Aumsville. Oversaw a background review and the pedestrian survey. The project was done under Section 106 of the NHPA in coordination with the Oregon Department of Transportation. NW Cornelius Pass Road(NW Cornell Road to US 26),Washington County,Oregon. Project manager for archaeological and historic resource surveys for the road improvement project. The BPA Keeler-Allston No. 1 Transmission Line was evaluated for significance under the Multiple Property Documentation for BPNs Pacific Northwest Transmission System. The project was done for Washington County under Section 106 of the NHPA due to a U.S.Army Corps. of Engineers permit. Wallis Engineering Proposal to City of Tigard: Engineering Design and Construction Management:Hunziker Core—SW Wall Street Improvement Project SW Boones Ferry Road-SW Norwood Road to SW Day Road Improvements Project,Washington County,Oregon.Project manager for a cultural resource survey for the road improvement project. Oversaw the archaeological survey and preparation of isolate forms and managed the recordation of 21 historic resources for the Washington County Public Works Department.The project was done under Section 106 of the NHPA. SW Main Street-Highway 99W to Railroad Corridor,Tigard,Oregon.Project manager for a historic resource baseline survey, Programmatic Agreement Memorandum, and archaeological survey report for the highway improvement project.The project was done for the City of Tigard and the Oregon Department of Transportation.