Loading...
Wallis Engineering, PLLC ~ C190026 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: C190026a4 Contract Start Date: November 6, 2018 Contract End Date: December 31, 2023 Contract Title: Pavement Management Program – Engineering Design and Inspection Services Contractor Name: Wallis Engineering, PLLC Contract Manager: Nichole George Department: Engineering Contract Costs Original Contract Amount: $366,986.35 Total All Previous Amendments: 2019 – $551,165.05 2020 - $468,680.00 2021 - $601,383.00 Total of this Amendment: $556,672.00 Total Contract Amount: $2,544,900.20 nte $2,000,000.00 (Springbrook-$1,665,556.26/25%) Procurement Authority Contract Type: Personal Services Procurement Type: PCR 10.075 Contract Amendments Solicitation Number: LCRB Date: October 23, 2018 Account String: Fund-Division-Account Work Order – Activity Type Amount FY 23/24 412-8000-56005 95001-130 $556,672.00 FY FY FY FY Contracts & Purchasing Approval Purchasing Signature: Comments: Add funds, add scope of work and extend the Contract. DocuSign Routing Route for Signature Name Email Address Contractor Wes Wegner Jane Vail, PE Wes.Wegner@walliseng.net City of Tigard Steve Rymer Stever@tigard-or.gov Final Distribution Contractor Wes Wegner Wes.Wegner@walliseng.net Project Manager Nichole George Shauna Large Laura Barrie Nicholeg@tigard-or.gov Shaunal@tigard-or.gov laurab@tigard-or.gov Buyer Toni Riccardi tonir@tigard-or.gov CITY OF TIGARD-CONTRACT SUMMARY&ROUTING FORM Contract Overview Contract/Amendment Number: C190026a3 Contract Start Date: November 6, 2018 Contract End Date: December 31, 2022 Contract Title: Pavement Management Program—Engineering Design and Inspection Services Contractor Name:Wallis Engineering, PLLC Contract Manager: Nichole George Department: Engineering Contract Costs Original Contract Amount: $366,986.35 Total All Previous Amendments: 2019—$551,165.05 2020 - $468,680.00 Total of this Amendment: $601.383.00 Total Contract Amount: $1,988,228.05 me $2,000,000.00 Procurement Authority Contract Type: Personal Services Procurement Type: PCR 10.075 Contract Amendments Solicitation Number: LCRB Date: October 23, 2018 Account String: Fund-Division-Account Work Order—Activity Type Amount FY 21/22 412-8000-56005 95001-130 $601,383.00 FY FY FY FY Contracts &Purchasing Approval Purchasing Signature: Machelle Stephens Comments: Add funds, add scope of work and extend the Contract. DocuSign Routing Route for Signature Name Email Address Contractor Wes Wegner Wes.Wegner@walhseng.net Jane Vail, PE City of Tigard Steve Rymer Stever(cr�,tigard-or.gov Final Distribution Contractor Wes Wegner Wes.Wegner@walhseng.net Project Manager Nichole George Nicholegktigard-or.gov Shauna Large Shaunal@tigard-or.gov Buyer Machelle Stephens Macheffes@tigard-or.gov DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT 0190026 ENGINEERING SERVICES AGREEMENT PAVEMENT MANAGEMENT PROGRAM-ENGINEERING DESIGN AND INSPECTION SERVICES AMENDMENT #3 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 6' day of November 2018, is hereby amended as follows: 1. EFFECTIVE DATE AND DURATION The City exercises the third of the four options to extend the Contract by one year. Section 2 of the Contract is amended to provide that the expiration date is December 31, 2022. 2. ENGINEER'S FEE A. Basic Fee Section 3 of the Contract is amended to increase the total potential compensation payable under the Contract by $601,383.00 to a new total of $1,988,228.20. Total payments to Contractor for Services, under this Contract,including but not limited to Services added by this Amendment Number 3, shall not exceed that new total without further amendment of the Contract. 3. METHOD AND PLACE OF GIVING NOTICE, SUBMITTING BILLS AND MAKING PAYMENTS Section 12 of the Contract is amended to update the City of Tigard's project managcr. CITY OF TIGARD i Attn: Nichole George Address: 13125 SW Hall Blvd Tigard, OR 97223 Phone: (503) 718-2584 Email: Nicholeg@tigard-or.gov 4. EXHIBIT A Exhibit A, Scope of Work of the Contract is hereby amended to add the Services as provided in the attached Exhibit Al, Scope of Work. Exhibit A shall be replaced in its entirety with the attached Exhibit Al. 5. EXHIBIT B Exhibit B, Fee Estimate of the Contract is hereby amended to add the 2022 Fee Estimate as provided in attachment Exhibit B1, Fee Estimate. Exhibit B shall be replaced in its entirety with the attached Exhibit B1. [signature page follows] DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD WALLIS ENGINEERING,PLLC Signature Signature Steve Rymer Jane Vail Printed Name Printed Name 12/6/2021 12/3/2021 Date Date DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 waliis EXHIBIT Al : SCOPE OF WORK City of Tigard 12022 Pavement Management Program *engineering November 20211 1534A BACKGROUND The City of Tigard's(City)transportation system includes approximately 160 miles of City-owned surface streets of varying sizes and capacities requiring periodic maintenance to keep them operational. The City established a Pavement Management Program to address maintenance needs for City streets. Annual maintenance projects are performed to manage the quality of these existing assets through the program. GENERAL SCOPE OF PROJECT This project includes the evaluation of existing pavement conditions and the preparation of contract documents to solicit individual bids for pavement rehabilitation,pedestrian improvements and maintenance sealing operations along various streets within Tigard. Minor utility maintenance upgrades may also be completed as part of the project if found to be necessary in the specific project areas covered. The City has identified a number of streets to receive maintenance sealing, several streets to receive pavement rehabilitation,and several intersections to receive pedestrian ramp improvements in 2022. The City also intends to provide a list of streets to receive maintenance crack sealing in 2022,for which a separate contract will be generated. Wallis Engineering will design maintenance sealing,pavement rehabilitation and pedestrian ramp improvements to the streets and locations identified by the City based on available budget. To meet the requirements of the Department of Justice,pedestrian ramps found to be out of compliance with current ADA requirements within the pavement rehabilitation limits will be reconstructed to meet all applicable standards. The City has also requested support preparing roadway striping plans to facilitate maintenance striping, if needed. TASK 6. Wallis will prepare a separate construction contract for the reconstruction of various high-priority, non-ADA compliant pedestrian ramps identified by the City(Task 6). The City has requested that this work be tracked and billed separately for funding purposes. Task 6 includes work described in Tasks 1,2 & 10 which has been equitably represented in the fee estimate (Exhibit B). This project will produce up to five(5) sets of contract documents,to include: • 2022 Slurry Seal Contract(Task 4) • 2022 Overlay Contract(Task 5) • 2022 ADA Ramps (Task 6) • 2022 Crack Seal Contract(Task 7) e City Striping Contract(Task 8) Table 1 includes a list of the streets identified for structural rehabilitation,work for which is associated with the 2022 Overlay Contract. Table 2 includes a list of the possible ADA ramps identified for reconstruction, work for which is associated with the 2022 ADA Ramps contract. The 2022 streets identified to receive preventative maintenance have not yet been finalized. 215 W. 4th Street, Suite 200 1 Vancouver,WA 98660 1 360.695.7041 1 walliseng.net DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 Table 1 -Structural Rehabilitation Street List Length Proposed Existing Anticipated Street From To (ft) Improvement Intersection Curb Ramp _ assumed Quadrants Installations Upper Boones nd ODOT 3-inch grind Ferry Rd 72 Ave Maintenance 960 and inlay 4 5 Line Katherine St 127'Ave 128't'Ave 500 Reconstruction 8 8 1291 Ave 1281'Ave Street 510 Reconstruction 4 4 Barricade Alderbrook Oaktree Ln Alderbrook Dr 730 Reconstruction 4 3 Cir Table 2 -ADA Ramp List Number of Street Cross Street Anticipated Priority Ramps Black Diamond Wy Ponderosa PI 4 High Ponderosa PI N/A 1 High 92'Ave Martha St 2 High 132nd Terr Maddie Ln 1 High Westerlake Dr N/A 25 Medium I Lakeview Teff Shoreview PI 2 Medium Total Ramps 35 Notes: Complete High Priority ramps and additional ramps within total budget of$350,000.00 for Design, Construction Management/Inspection and Construction.This scope assumes that the 8 High Priority ramps and up to 17 additional ramps will be designed and bid for construction. CONTRACT DURATION Contract terms shall be from the date the contract is fully executed until December 31, 2022. PROJECT TEAM Wallis Engineering will serve as the prime consultant for this project,leading a team of subconsultants to complete all the services identified in the specific scope of work. The project team is listed below,with the responsibilities which they will complete. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 2 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 Consultant Responsibilities Wallis Engineering(Wallis) Civil Engineering CES NNW Surveying I NV5 Geotechnical Engineering Geotechnical Resources Inc. (GRI) Geotechnical Engineering Carlson/ACS Materials Testing SPECIFIC SCOPE OF WORK TASK 1 PROJECT MANAGEMENT AND ADMINISTRATION 1.1 Define Project Objectives The project manager will coordinate with City Staff to define the project goals, locations,design criteria, and the project schedule. These items will be included in the final scope of work. 1.2 Project Management and Administration Provide management,coordination, and direction to the project design team to complete the project. • Prepare project design schedules for the preventative maintenance (sealing), structural rehabilitation, and ADA Ramp projects outlining design and deliverable milestones. • Prepare monthly status reports and schedule updates to be included with consultant invoices. • Coordinate project team meetings and prepare meeting agendas and meeting minutes. This task assumes the following meetings: o Preliminary Rehabilitation Recommendations Review Meeting o Rehabilitation 50%Design Review Meeting;meeting will also discuss any striping modifications proposed by the City o Rehabilitation 90%Design Review Meeting o Sealing 90%Design Review Meeting o ADA Ramp Layout Review Meeting o ADA Ramp Reconstruction 90%Design Review Meeting • Coordinate proposed improvements with Washington County and ODOT (as needed). Known coordination items include the following: o Washington County coordination will include identification of existing traffic signals that will require detection cameras,have detection loop replacement needs, or will otherwise be impacted by construction. An allotment of eight(8)hours has been assumed for this coordination effort. o ODOT coordination will include notification of proposed improvements and preliminary discussion of partnering to complete additional pavement rehabilitation beyond the ODOT maintenance line on Upper Boones Ferry Road. Discussions will also include identifying coordination of permitting needs through ODOT. An allotment of twenty(20)hours has been assumed for this coordination effort. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 3 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 Task 1 Assumptions: • Design phase of the 2022 Rehabilitation and 2022 Slurry Seal contracts are assumed to be December 2021 —April 2022 and Construction phase is assumed to be May 2022—September 2022. • Design phase of the ADA Ramp contract is assumed to be December 2021 —February 2022 and Construction phase is assumed to be April 2022—June 2022. • City project manager or designees will complete all stakeholder coordination,public involvement, and lead and obtain all necessary permits unless specifically noted. • Detection cameras will be installed by Washington County as needed. • City will prepare and distribute all project information mailers. • City and contractor will complete all notification distribution. • Wallis will prepare traffic control plans for ODOT permit approval as necessary as part of other tasks. Task 1 Deliverables: • Final scope and schedule • Monthly status reports and invoices • Meeting agendas and minutes TASK 2 DATA COLLECTION 2.1 Site Investigation and Data Collection Review as-built/record drawings, existing mapping,aerial photos and GIS provided by the City and private utility providers. Conduct site investigation of the project areas to verify mapping accuracy,examine the condition of catch basins and manholes and examine site drainage. 2.2 Pre-Construction Monumentation Survey CESINW will review previously completed work and conduct new research of the project areas scheduled for structural rehabilitation and ramp reconstruction to determine the presence of existing monuments. Following this research effort,pre-construction surveys will be conducted and recorded with Washington County to record the location of all monuments within the project areas as necessary. The following is a summary of the anticipated Pre-Construction monumentation needs. • Upper Boones Ferry Road: Complete field work and file Pre-Construction Record of Survey as required. • Katherine Street: Complete field work and file Pre-Construction Record of Survey as required. • 129'Ave: Complete field work and file Pre-Construction Record of Survey as required. • Alderbrook Circle: Complete field work and file Pre-Construction Record of Survey as required. 2.3 Topographic Survey for Ramps CESINW will acquire GIS data on state plane coordinates from City staff. GIS data will include,but not be limited to GIS right-of-way(ROW),utility data(sewer, storm,water, and franchise utilities,if available),and orthographically rectified aerial photos. The data will be utilized to develop a Topographic Survey and Base Map. CESINW will request mark/locate and record maps from the affected utility companies identified in the work areas. GIS information will be combined with field ties to visible structures and paint markings to map utilities. This includes utility access holes, drain inlets,utility valves, culverts, signal and pedestrian push- button poles,utility poles/overhead lines, and underground utility lines. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 4 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 A complete topographic survey within the limits of the respective ADA ramp retrofit area will be prepared. Topographic data for each ramp retrofit area will include structures,hardscapes,landscaping,pavement, driveways, striping, sidewalk, fencing,vegetation,as well as visible utilities and those marked through the one call utility locate center(811). Survey will extend 15-feet beyond the limits of the future ramp retrofit. 2.4 Base Map Preparation Prepare a project base map utilizing City GIS and topographic survey information. This base map will include edge of pavement, curb lines, and approximate location of utilities,including valve boxes,manholes,catch basins, and other utility structures. The base map will also include the collected monument information and topographic survey information collected. 2.5 Utility Notification Notify private utility providers of the proposed improvements and coordinate to determine if any infrastructure improvements are planned in these areas. Maps of the project areas will be sent to each private utility. The maps will be followed up with phone conversations and a letter or email to each utility. If utilities are planning improvements,Wallis Engineering will coordinate with the City regarding any scheduling impacts. It is anticipated that the first notification will be sent to all utilities in January 2022. Coordinate with City staff regarding maintenance upgrades or replacements that may be required for water, storm sewer, and sanitary sewer infrastructure in the project areas not previously identified. Task 2 Assumptions: • The City will provide City GIS information in AutoCAD compatible format and all available as- built/record drawings for use by Wallis Engineering. • The horizontal survey control for the project will be the Oregon North 3601,NAD 83 (2011)Epoch 2010. The vertical datum will be NGVD 29 (Tigard Datum)International Feet utilizing the Oregon Real Time Network(ORGN)and City of Tigard Benchmarks. • The City will provide information on historical drainage issues and other proposed City utility needs including all existing drainage, sewer and water structures requiring repair,modification or replacement. • No utility potholing will be completed by the Consultant. The Contractor, as part of the construction contract,will complete all potholing of existing public utility lines and services as necessary in project areas requiring full reconstruction or full depth reclamation to identify utility conflicts with the proposed reconstruction section. • One project site will require a pre—construction record of survey including Washington County filing fees. County filing fees currently include a$435.00 filing fee and a$860.00 review deposit. Fees more than the assumed amounts are not included in this contract. Task 2 Deliverables: • Pre-construction monumentation of surveys,as noted • Project base map in AutoCAD format • ADA compliance documentation • Utility contact record • Informational letters and project notices to each affected utility. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 5 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 TASK 3 PAVEMENT EVALUATION SERVICES 3.1 Structural Rehabilitation Segments (HMAC Overlays) NV5 will review previously collected data, collect additional data as necessary, conduct pavement condition surveys and evaluate GPR testing and pavement coring to estimate the existing pavement thickness along segments. Dynamic Cone Penetration testing results from previously performed work and new testing results will be evaluated to provide recommendations for pavement design sections based on AASHTO's Guide for the Design of Pavement Structures. Specific scope of services will include the following: • Participate in site visits to the street segments,together with City and Wallis Engineering representatives,to observe pavement conditions, discuss the findings,and assist in proposing an appropriate treatment. This assumes a total of six(6)hours for a site visit. • Review and discuss traffic information and estimates with the project team for each street section. • Review previous year's data on SW Booties Ferry Road for subsurface information, GPR testing, and DCP testing. • Complete two pavement core and DCP explorations for the remaining three road sections for a total of six pavement cores. • Complete GPR testing in the outside wheel track of both travel lanes on Alderbrook Cir, 129t'Ave, and Katherine St. • Estimate pavement traffic loadings based on discussions with Wallis and the City. • Estimate required and existing pavement capacity based on traffic information, sub-surface explorations, GPR, and DCP results. • Conduct up to two(2)laboratory cement analysis to evaluate Full Depth Reclamation treatment recommendations. • Provide recommendations for pavement rehabilitation and reconstruction where applicable. • Provide recommendations for materials and construction. • Complete a draft and final letter report. 3.2 Preventative Maintenance Segments (Slurry Seals) GRI will assist in the preparation of contract documents for the 2022 slurry seal contract and complete a review of the programmed 2023 and 2024 slurry candidate streets based on the current 5-year Pavement Management Plan. Specific scope of services will include the following: • Conduct a"windshield survey"of streets programmed for slurry treatment in the 2023 and 2024 program years. Develop a map or list with estimated quantities of required dig-outs for City Staff and make recommends for removing any street segments due to their condition. • Revise the 2021 technical specifications for slurry seal based on the current City of Tigard specifications and special provisions, Oregon Department of Transportation(ODOT) standard specifications,International Slurry Seal Association(ISSA)guide specifications, or other documents, as required. The technical specifications will be used in conjunction with the City's standard contract documents to solicit and contract slurry seal activities. • Assist in the development of an Engineer's Estimate for slurry seal-related construction costs for the 2022 construction season. Task 3 Assumptions: • All permitting requirements and fees will be completed by the City • Traffic counts will be provided by the City,as needed, including truck percentages City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 6 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 Task 3 Deliverables: • Draft and Final letter summarizing data collection findings and recommendations • Construction material specification recommendations • "Windshield" survey maps including estimated quantities for dig-outs TASK 4 SLURRY SEAL CONTRACT PREPARATION 4.1 90% Plans, Specifications and Opinion of Cost Plans will be prepared to a 90%design level for the 2022 slurry seal contract. Drawing format will be AutoCAD Civil 3D 2020 and will be prepared using the standard City title block as provided by the City. Plans will include the following: • Plans and detail sheets. Plan sheets will be limited to showing the area proposed for sealing and providing additional detail where warranted. • General Notes and requirements. • Traffic control,phasing and coordination details as necessary. • The following is the anticipated list of plan sheets: Description Sheets Running Total Cover,Drawing Index 1 1 I Legend,General Notes,Traffic Control Notes and Phasing 1 2 Summary of Quantities 1 3 I Plan Sheets 2 5 Details and Striping 2 7 • Specifications will use City of Tigard standards and the"2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared,as needed,to address project work not adequately covered in the Standard specifications. 4.2 Final Plans, Specifications and Opinion of Cost Final plans, specifications, and an opinion of cost will be prepared as a reproducible set incorporating review comments from the City. Task 4 Assumptions: • Striping improvements will be limited to replacing the existing delineation in like kind and location or implementing minor changes directed by the City. • Traffic control plans included in the Contract plans will be limited to general notes and ODOT standard plans.No site-specific traffic control plans will be prepared. It is assumed that the Contractor will prepare detailed and site-specific traffic control plans. • The City will provide legal review of all front-end bidding documents. • Wallis Engineering will attend one meeting to review City comments. Budget for this meeting is incorporated under Task 1. Task 4 Deliverables: • Electronic(PDF)versions of the 90% and final PS&E City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 7 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 TASK 5 REHABILITATION CONTRACT PREPARATION 5,1 Ramp Data Collection Conduct intersection assessments based on aerial and street-view imagery to identify existing curb ramp locations and locations where new curb ramps are needed. Evaluate existing curb ramps on-site for ADA compliance and document using the ODOT Curb Ramp Design Check List. Review detailed topographic survey of each pedestrian ramp location collected in Task 2 and supplement with field surveying information as necessary. 5.2 50% Plans, Specifications Outline and Opinion of Cost Plans will be prepared to 50%design level for pavement, curb ramp and utility improvements and include the rehabilitation treatments determined from the Preliminary Rehabilitation Recommendations design meeting. Drawing format will be AutoCAD Civil 3D 2020 and will be prepared using standard City title block as provided by the City. Plans will include the following: • Plans and detail sheets.Where necessary,more detail will be included such as centerline, curb line profiles, striping plans,utility improvement plans, erosion control plans and demolition plans. • Traffic control,phasing and coordination details. • Erosion control plans prepared to meet City standards. • The following is the anticipated list of plan sheets: Description Sheets Running Total Cover,Drawing Index 1 1 Legend,General Notes,Traffic Control Notes and Phasing 1 2 Typical Sections 2 4 Traffic Control Plans—Upper Boones Ferry Road 4 8 Plan Sheet—Upper Boones Ferry Road 2 10 Striping Sheets—Upper Boones Ferry Road 2 12 I Plan Sheet—Sequoia Parkway 1 13 I Plan Sheet—Alderbrook Circle 1 14 I Plan Sheet—Katherine Street 1 15 I Plan Sheet— 129` Avenue 2 17 I Pedestrian Ramp Improvement Sheets(1 sheet per ramp) 20 37 Details 8 45 • A specifications outline and 50%opinion of cost will be prepared. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 8 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 5.3 90% Plans, Specifications and Opinion of Cost 90%plans will be prepared incorporating review comments from the City. Specifications will use City of Tigard standards and the"2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared, as needed,to address project work not adequately covered in the Standard specifications and will include any Special Provisions previously prepared by the City to address asphalt and concrete workmanship. Wallis Engineering will attend one meeting to review City comments. Design will include: • Horizontal design for the proposed project areas including utility adjustments, street amenity relocations and striping provisions. • Horizontal and vertical dimensioning will be detailed for all curb ramp retrofit/replacement layouts. Layouts will be developed based on topographic base maps developed in Task 2 supplemented by City GIS. City GIS information will be utilized for all Right of Way information. Ramp layouts will conform to PROWAG and ODOT/APWA standards utilizing City and ODOT standard drawings. • Traffic Control plans will be developed for Upper Boones Ferry Road as necessary to obtain a permit from ODOT. 5.4 Final Plans, Specifications and Opinion of Cost Final plans, specifications, and an opinion of cost will be prepared as a reproducible set incorporating review comments from the City. Task 5 Assumptions: • Approximately 20 intersection quadrants require installation or reconstruction of ADA compliant ramps based on a preliminary visual survey of existing street geometry using aerial and street view software.All ramp reconstructions will be completed within the limits of the existing sidewalk, and it is therefore assumed that adequate right-of-way is available for these reconstructions. All property acquisition or Temporary Construction Permits necessary to construct the ramp improvements will be coordinated and obtained by the City. • The City will provide/confirm all striping modification concepts during preliminary plan reviews and Wallis will incorporate the concepts in the contract drawings.No traffic engineering guidance will be necessary from Wallis staff for the modifications. • Utility improvements will be limited to adjusting existing structures to grade and adjusting grades of drainage inlets as needed.No new utility installation is included. • Traffic control plans included in the Contract plans will be limited to general notes and MOT standard plans. Site-specific traffic control plans will not be prepared unless necessary to obtain MOT permits and specifically discussed in other tasks. It is assumed that the Contractor will prepare detailed and site-specific traffic control plans. • The City will provide all front-end bidding documents and will complete all legal reviews as necessary. • Wallis Engineering will attend three design review meetings incorporating the City's comments. The hours and costs for these meetings are incorporated under Task 1. • No pedestrian signal design or modifications to existing signal equipment are required. • No arborist involvement is required. • No wall design is included. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 9 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 Task 5 Deliverables: • Electronic(PDF)versions of the 50%, 90%and final PS&E. TASK 6 ADA RAMP CONTRACT PREPARATION 6.1 Topographic Survey and Base Map CESINW will acquire GIS data on state plane coordinates from City staff. GIS data will include,but not be limited to GIS right-of-way(ROW),utility data(sewer, storm,water,and franchise utilities,if available),and orthographically rectified aerial photos. The data will be utilized to develop a Topographic Survey and Base Map. CESINW will request mark/locate and record maps from the affected utility companies identified in the work areas. GIS information will be combined with field ties to visible structures and paint markings to map utilities. This includes utility access holes, drain inlets,utility valves, culverts, signal and pedestrian push- button poles,utility poles/overhead lines, and underground utility lines. A complete topographic survey within the limits of the respective ADA ramp retrofit area will be prepared. Topographic data for each ramp retrofit area will include structures,hardscapes, landscaping,pavement, driveways, striping, sidewalk, fencing,vegetation,as well as visible utilities and those marked through the one call utility locate center[811]. Survey will extend 15-feet beyond the limits of the future ramp retrofit. Survey monuments will be searched for, located,and shown on the topographic survey. 6.2 Ramp Layout Design and prepare preliminary layout plans for each ramp and submit to the City for review. Plan shall consist of a construction plan showing the proposed ramp layouts. Grades and dimensional information are not included. Wallis Engineering will attend one meeting to review City comments on the ramp layouts. Wallis will prepare a memorandum identifying all ramps to be included in the base bid and alternative bid schedules based on available budget. A qualitative review will be used to recommend the ramp location selected for reconstruction that provide the most value to the community. Recommendations for crossing closure locations will also be provided with justification as to why the crossing is not recommended(if necessary). 6.3 90% Plans, Specifications and Opinion of Cost 90%plans will be prepared incorporating review comments from the City. Specifications will use City of Tigard standards and the"2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared, as needed,to address project work not adequately covered in the Standard Specifications and will include any Special Provisions previously prepared by the City to address concrete workmanship. The 90%plans will present all horizontal and vertical dimensioning, identify horizontal and vertical constraints, and represent the entire plan set package, including standard notes and/or erosion control. The 90%plans will include custom details(applicable to specific site design) and Clean Water Services standard erosion control details. City of Tigard and/or Oregon Department of Transportation (ODOT) Standard Details will be referenced and included in the plan set. Drawing format will be AutoCAD Civil 3D 2020 and will be prepared using standard City title block as provided by the City. Plans will include the following: • Plans and detail sheets • Traffic control,phasing and coordination details • Erosion control plans prepared to meet City standards City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 10 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 • The following is the anticipated list of plan sheets: Description Sheets Running Total Cover,Drawing Index 1 1 Legend,General Notes,Traffic Control Notes and Phasing 1 2 Plan Set Key Map 1 3 Pedestrian Ramp Layout(one ramp per sheet) 25 28 I Details 6 34 • An Engineer's Opinion of Cost will be prepared to accompany the plans and specifications 6.4 Final Plans, Specifications and Opinion of Cost Final plans, specifications, and an opinion of cost will be prepared as a reproducible document set incorporating 90%review comments from the City. Task 6 Assumptions: • 34 ramp locations are being considered for replacement based on the"ADA Ramp Selection Document 2021"provided by the City. This scope assumes that up to 25 of those ramps will be included in the construction contract based on available budget. • All ramp reconstructions will be completed within the limits of the existing sidewalk and it is therefore assumed that adequate right-of-way is available for these reconstructions. The City will confirm right of way limits for any required sidewalk widening or authorize addition survey efforts to confirm right of way as needed. All property acquisition or Temporary Construction Permits necessary to construct the ramp improvements will be coordinated and obtained by the City. • All utility coordination will be completed as part of Task 2. • Utility improvements will be limited to adjusting existing structures to grade and adjusting grades of drainage inlets as needed.No new utility installation is included. • No pedestrian signal design or modifications to existing signal equipment is required. • No arborist involvement is required. • No wall design is included. • Traffic control plans included in the Contract plans will be limited to general notes and ODOT standard plans.No site-specific traffic control plans will be prepared. It is assumed that the Contractor will prepare detailed and site-specific traffic control plans. • The City will provide all front-end bidding documents and will complete all legal reviews as necessary. Task 6 Deliverables • Memorandum documenting the selection justification for the 25 ramps to be included in the bid package • Electronic versions of the ramp layouts and both 90%and Final PS&E City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 11 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 TASK 7 2021 CRACK SEAL CONTRACT PREPARATION The City of Tigard has interest in preparing contract documents to complete crack seal improvements to City streets. A list of the proposed streets to be included in this project have not yet been identified. 7.1 90% Plans, Specifications and Opinion of Cost Plans will be prepared to a 90%design level for the 2021 Crack Seal contract. Drawing format will be AutoCAD Civil 3D 2020 and will be prepared using standard City title block as provided by the City. Plans will include the following: • Plans and detail sheets. Plan sheets will be limited to showing the area proposed for sealing and providing additional detail where warranted. • General Notes and requirements. • Traffic control,phasing and coordination details as necessary. • The following is the anticipated list of plan sheets: Description Sheets L Running Total Cover,Drawing Index 1 I Legend,General Notes,Traffic Control Notes and Phasing 1 2 Sheet Layout Map 1 3 Plan Sheets 2 5 I Details 1 6 Specifications will use City of Tigard standards and the"2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared, as needed,to address project work not adequately covered in the Standard specifications. 7.2 Final Plans, Specifications and Opinion of Cost Final plans, specifications, and an opinion of cost will be prepared as a reproducible document set incorporating 90%review comments from the City. Task 7 Assumptions: • The City will provide a list of streets to be included in this contract. • Traffic control plans included in the Contract plans will be limited to general notes and ODOT standard plans.No site-specific traffic control plans will be prepared. It is assumed that the Contractor will prepare detailed and site-specific traffic control plans. • The City will provide all front-end bidding documents and will complete all legal reviews as necessary. • No review meetings will be held for this contract. Task 7 Deliverables: • Electronic(PDF)versions of the 90%and final PS&E. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 12 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 TASK 8 ROADWAY STRIPING PLANS Historically,Marion County Public Works has assisted the City with replacing roadway striping as part of their annual maintenance program,but is no longer available to do so.Wallis will support the City to develop striping plans in order to replace existing striping on City streets. A budget of 60 hours is assumed for this work. Work is assumed to include preparing striping plans only and will utilize City GIS information for base mapping. Complete bidding documents are not anticipated and,if needed,will be prepared by the City. . Task 8 Deliverables: • Roadway Striping Plans TASK 9 BIDDING PHASE SERVICES Wallis Engineering will provide bidding services to the City,including responding to bidder's questions and preparing addenda as needed. A summary sheet of all bidder questions and responses will be provided to the City following the opening of bids, or as requested. Task 9 Assumptions: • City will distribute the contract documents,maintain a planholders list, and distribute addenda as needed. • Wallis Engineering will not attend the bid opening. Task 9 Deliverables: • Addenda • Bidder question and response summary sheet • Recommendation of Award TASK 10 CONSTRUCTION PHASE SERVICES The Consultant will provide construction administration and inspection services with support from the City for additional inspection,public notifications, and other coordination related items as needed. Construction phase services shall include: 10.1 Construction Administration • Conduct separate pre-construction meetings for all four(4)contracts with City staff,the contractor, and representatives of the utility companies to effectively communicate those areas of the project which will require special attention during construction. • Review monthly payment requests by the contractor,verify quantities included in each pay request and prepare payment recommendations to the City. Complete final pay estimates at project completion. 10.2 Construction Engineering and Field Inspection • Review and respond to contractor submittals, shop drawings,requests for information(RFI), and notifications of differing site conditions, the Contractor prepared Quality Control, Quality Assurance plan,Work plans and completed field testing for conformance to the contract documents. Consult with the City regarding the acceptability of material substitutes or `as-equal' items proposed by the contractor. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 13 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 • Provide construction management oversight of the Contractor's work schedule and quality, coordinate construction tasks with City,public and other non-agency entities, and evaluate field design changes as necessary to complete the project. The budget assumes: o Five(5)hours per week for a ten-week construction period for the 2022 Rehabilitation contract. o Eight(8)hours per week for a four-week construction period for the 2022 Slurry Seal contract. o Four(4)hours per week for a four-week construction period for the 2022 Crack Seal contract. o Five(5)hours per week for an eight-week construction period for the ADA Ramp contract. • Attend weekly construction progress meetings to address construction related issues. • Provide daily site inspections to monitor the quality and progress of the work. Provide inspector's daily report of construction activities for each day of inspection along with project photos. The budget assumes: 0 40 hours per week for a ten-week construction period for the 2021 Rehabilitation contract. 0 36 hours per week for a four-week construction period for the 2021 Slurry Seal contract. 0 30 hours per week for a four-week construction period for the 2021 Crack Seal contract. 0 30 hours per week for an eight-week construction period for the ADA Ramp contract o Daily inspection services can be supplemented or replaced by City Staff at the discretion of the City.Additional construction inspection support by the Construction Manager is assumed for four (4)hours per week for each contract. • Provide a final walk-through of all contracts with the contractors and City staff at project completion. Provide written punch list to the contractors and recommendation of final acceptance when appropriate. • Carlson Testing or ACS Testing will provide ACP and slurry seal material verification to supplement the testing completed by the Contractor at the request of the City. The testing agency will be identified after the preconstruction conference to ensure sure that there is not a conflict of interest with the Contractor's selected QA/QC firm. • Prepare record drawings for the improvements upon completion of construction. 10.3 Crack Seal Painting As requested by the City,Wallis will delineate areas of alligator cracking and all cracks less than 1/4"in width with spray paint prior to all crack sealing work to aid in controlling pay quantities and reducing overall inspection needs. This effort is intended to reduce unnecessary sealing of hairline cracks by the contractor by clearly identifying crack that don't require sealing. This effort also reduces the need to always provide a City representative during crack sealing work to identify cracks that don't require sealing. This process was evaluated during the 2019 PMP work and showed the potential to reduce project cost. The methodology and example case study are included as Exhibit C4. 10.4 Post Construction Monumentation CESINW will verify disturbance of existing monuments as part of the Rehabilitation contract and post- construction surveys will be recorded with the County following construction, as necessary. CESINW will reset all monuments disturbed during construction for the Rehabilitation contract. All post construction monumentation work and monument resetting associated with the ADA Ramp Reconstruction contract will be the sole responsibility of the construction contractor. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 14 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 Task 10 Assumptions: • Inspection hours are based on assumed construction contract durations and inspection frequency as identified in the subtasks above. • A total of 80 hours is allotted to delineate alligator cracking and cracks less than 1/4"in width for the crack sealing contract. • Quality control testing services and material laboratory analysis will be provided by the Contractor except for third-party Quality Assurance included in this scope of work. • Post-Construction as-built survey will not be performed. • The Contractor will provide all necessary construction staking for the project including all monument boxes that are shown in the contract to be replaced or reset by the Contractor. • QA/QC verification assumes that four mix design verifications will be completed as needed(two for the overlay contract and two for the slurry seal contract). Compaction testing will be provided by the Contractor. • One project site will require a post—construction record of survey including Washington County filing fees. County filing fees currently include a$435.00 filing fee and a$860.00 review deposit. Fees more than the assumed amounts are not included in this contract. • Construction management and inspection for Task 9 is not included and is assumed to be completed by City staff. • Construction Management and inspection support for each construction contract is summarized in the table below: Overlay Slurry ADA Crack Seal Contract Contract Ramps Contract Total Task (Hr) (Hr) Contract (Hr) (Hr) _ Hr PreConstruction Meeting 14 14 8 8 44 Monthly Progress Payments 12 8 12 8 40 Submittal and RFI Review 40 16 40 16 112 Construction Management 50 32 40 16 138 Progress Meetings 16 6 12 6 40 Construction Inspection 440 160 272 136 1008 Final Inspection 24 24 16 12 76 Quality Assurance Material Testing 2 2 0 0 4 As-Built Drawings 8 6 6 4 24 Post Construction Monumentation 2 0 2 0 4 Total Construction Hours 608 268 408 206 1490 Task 10 Deliverables: • PreConstruction meeting agendas and minutes • Monthly pay estimates and recommendations • Submittal and RFI comments and response log • Inspector's daily report for each working day of inspection including photos • Weekly meeting minutes for each construction meeting • Final punch list and recommendation of final acceptance City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 15 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 • Mix design and density verification reports,as requested • Post-construction monumentation survey • Electronic(PDF)version of Record Drawings TASK 11 DESIGN CONTINGENCIES The design contingency task has been included to accommodate minor changes of scope during project development that are not included in Tasks 1-8 and are initiated by the City.Additional tasks could include additional design services,pavement evaluation,ADA ramp evaluation and/or public communication support. Work under this task will only be completed following written approval from the City project manager. TASK 12 CONSTRUCTION CONTINGENCIES The construction contingency task has been included to accommodate construction phase services that exceed the projected requirements and timelines included in Task 10. Additional tasks could include additional inspection,construction management and/or quality assurance testing. Work under this task will only be completed following written approval from the City project manager. City of Tigard 2022 Pavement Improvements November 2021 Exhibit A1:Scope of Work Page 16 .em 999 998889o 0 080 1.1. IS Ea - 2�Meo $ogwn`°� ne h _ _ _ _ _ _ _ _ _ _ _ _ _,4,6,4.o w E H U W w w w w R1 c �E z m m - Xo W n - ww . N w w ww www. w w . NN ww ww E ogo U � a a y E p U NS mg�� O1F a w-=n w 3 3 ww w .N w w w www www w ww ww. w w w w wNN ww ww 3 www .wwww. www www ....w ....... ....... .......... 'a Iv a rc 8 �o - 3 w n d n 'I I ITT 71 C �m E Q tip _ B —— E oU'N 0� ��0 udo oou a T - Q o0 `o ; E o E o0 0 w c 0 0 O d p 0 p 0 E d N E O�a ... y.Zm y u m w n W. is d y A cp go _ aQa3E Er cr a5r o'a I_v'`'O y 0 o m 0 m O m d 0 -m m d 0 d°�O mO'-O O aoar._ � uf nV u c 2cc J - dwJ W K>J J J - J J N J J _ao m=+ vzn ccY O=Uy —a a a R a 0 a ao ` ,fm FLL2HM ofLLF KKui LLF I�FHK iiF N LLF Cf m FUUUUdF 0�ifwemmr Ri mw w » lfflmPl� N'MT11 �` 0 I? N a LL W m Q o�' ❑ �C o. 6 m we c rn y 0 DocuSign Envelope ID:A93EF792-D8BD-4843-92EC-7C905579D838 Wallis *engineering RATE SCHEDULE Rate Schedule good through December,31,2022 Title Range Associate Engineer $160.00 $160.00 Senior Engineer $213.00 $213.00 Engineering Manager I -VI $186.00 $212.00 Project Engineer I - IX $123.00 $179.00 Staff Engineer I - IV $103.00 $117.00 Engineering Intern I - III $65.00 $75.00 Designer $130.00 $149.00 Landscape Architect $155.00 $155.00 Construction Manager $140.00 $140.00 Inspector $100.00 $118.00 Technician I-IV $80.00 $126.00 Administrative I—VI $50.00 $116.00 These hourly rates include in-house office expenses, photocopying, and other incidental items. Mileage will be reimbursed at the current standard IRS rate. Outside expenses will be billed at cost plus 10%. CONTRACT CHANGE ORDER 25 of Hall B � 13125 SW Hall Blvd. i AMENDMENT #1 SUMMARY Tigard,Oregon 97223Phone- (503) 639-4171 Fax- (503) 684-7297 www. ia,ird-or. v Project Title: PMP Engineerinig Design Services Project Manager: Nichole George Contractor: Wallis Engineering, Inc. Original Contract#: C190026 Effective Dates: 10/24/19 Chane Order/Amendment Amount: 551,165.05 Accounting String: 412-8000-56005-95001-130 Amendment Percentage Running Total: AMENDMENT DETAILS Contract C190026 was awarded with four (4) additional one-year extensions.This is extension one (1),leaving Three (3) additional extensions available.Wallis will provide design in winter/spring 2020 and construction mans ement in summer 2020 of streets identified for Eavement rehabilitationavin and/or slurry sealing and - ADA Curb re lacment in FY21 The effort includes Geotechnical Evaluation,Des'o, Project Management, Street Saver,Bidding Services, Inspection, and Construction Phase Services CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ Contract Life Total Approved by Council $2,000,000 Contract Year 1 $367,000 Amendment#1 —Year 2 $551,165.05 TOTAL $918,165.05 REMAINING $1,081,834.95 REASONING FOR CHANGE ORDER/AMENDMENT f BUDGET IMPACT AND REQUIRED ACTIONS REQUESTING PROJECT MANAGER APPROVING CITY S4EF Signature Signature Date Date Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules,regulations,and laws that may be in effect for Signature the work. The unit pricing in the original contract shall apply to all additional work. A copy of this form,once completed,is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember—the cumulative total Date of Amendments cannot exceed the project's FY budget. CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT ENGINEERING SERVICES AGREEMENT PAVEMENT MANAGEMENT PROGRAM-ENGINEERING DESIGN AND INSPECTION SERVICES C190026 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 6' day of November,2018,is hereby amended as follows: 2. Effective Date and Duration This agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended,upon completion of the work or December 31,X92020,whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. The City and Consultant may agree on€ettr{4}three 3 additional one-year extensions to this Agreement with 60 days written notice before any termination date. 3. Engineer's Fee A. Basic Fee 1) The Basic Fee in the€rrstsecond year of this contract[City's FY 2019-2020 PMP Desi,l►z1) shall not exceed the amount of 'Atree—� lred -i �Sev 'T'~ etisafta__and N i+00 r,..nars ($36:7,000.0 Hundred Fifty-One Thousand One Hundred Sixty Five and 05/100 Dollars 551165.05 without prior written authorization. The potential life of the contract will not exceed Two Million and No/100 Dollars ($2,000000.00)_ The not to exceed for any option year shall be agreed upon between the Parties prior to any work under the extension. EXHIBIT A SCOPE OF SERVICES The Scope of Work for the second year of this contract is attached to this amendment. Please replace odgina� 1 scope of work for year one with this revised scope and street list. EXHIBIT B ENGINEER'S PROPOSAL The Engineer's proposal for the second year of this contract is attached to this amendment. Please replace original proposal for year one with this revised scope and street list. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD WALLIS NGINEERING,PLLC Signature S' ure MG �Q w6-� Jane Vail,Principal Engineer Printed Name Printed Name 10-;?9_'2_011 October 24,2019 Date Date Wa l I I SEXHIBIT A: SCOPE OF WORK City of Tigard 12020 Pavement Management Program J> engineering October 2019 11492A BACKGROUND The City of Tigard's(City)transportation system includes approximately 160 miles of City-owned surface streets of varying sizes and capacities requiring periodic maintenance to keep them operational.The City established a Pavement Management Program to address maintenance needs for City streets.Annual maintenance projects are performed to manage the quality of these existing assets through the program. GENERAL SCOPE OF PROJECT This project includes the evaluation of existing pavement conditions and the preparation of contract documents to solicit separate bids for pavement rehabilitation,pedestrian improvements and maintenance sealing operations along various streets within Tigard.Minor utility maintenance upgrades may also be completed as part of the project if found to be necessary in the specific project areas covered. The City has identified a number of streets to receive maintenance sealing and several streets to receive pavement rehabilitation in 2020.The City also intends to provide a list of streets to receive maintenance crack sealing in 2021,for which a separate contract shall be generated.Wallis Engineering will design maintenance sealing and rehabilitation improvements to the streets identified by the City based on available budget.To meet the requirements of recent Department of Justice rulings,pedestrian ramps found to be out of compliance with current ADA requirements will be reconstructed to meet all applicable standards if within the limits of pavement rehabilitation.Wallis will also prepare a separate construction contract for the reconstruction of all non-ADA compliant pedestrian ramps on 121'Avenue from Ann Place to Springwood Drive in preparation for future rehabilitation work within those limits.This project will produce four sets of contract documents,to include: • 2020 Slurry Seal Contract • 2020 Overlay Contract • 2020 Crack Seal Contract • 121 st Ave Ramp Contract A list of the streets identified for structural rehabilitation is provided below;Attachment A includes a map of the 2020 streets identified to receive preventative maintenance sealing.A map of additional streets to receive crack sealing in preparation for future sealing is forthcoming. Street From To Length I Existing Curb I Anticipated Curb Ramp IT Rams Reconstructions Durham Road' Serena Ct. Hall Blvd 3,700 18 16 Alderbrook Drivel Durham Rd Alderbrook Cir 365 6 6 Notes: 1. This project segment will include striping revisions to match the striping layout constructed as part of the 2019 improvements and to increase right turn storage length for the westbound traffic approach to the Hall Boulevard intersection. 2. The City anticipates completing a waterline replacement within the limits identified.Rehabilitation of the roadway will assess impacts to the pavement structure from the utility improvements.Waterline improvements are anticipated to be completed prior to the pavement rehabilitation construction contract. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 1 CONTRACT DURATION Contract terms shall be from the date the contract is fully executed until December 31,2020. PROJECT TEAM Wallis Engineering will serve as the prime consultant for this project,leading a team of subconsultants to complete all the services identified in the specific scope of work. The project team is listed below,with the responsibilities which they will complete. Consultant Responsibilities Wallis Engineering(Wallis) Civil Engineering CESINW Surveying GeoDesign Geotechnical Engineering Geotechnical Resources Inc. (GRI) Geotechnical Engineering Carlson/ACS Materials Testing SPECIFIC SCOPE OF WORK TASK 1 PROJECT MANAGEMENT AND ADMINISTRATION 1.1 Define Project Objectives The project manager will coordinate with City Staff to define the project goals,locations,design criteria,and the project schedule.These items will be included in the final scope of work. 1.2 Project Management and Administration Provide management,coordination,and direction to the project design team to complete the project. • Prepare project design schedules for the structural rehabilitation(overlay), 1215`Avenue Ramp and preventative maintenance(sealing)projects outlining design and deliverable milestones. • Prepare monthly status reports and schedule updates to be included with consultant invoices. • Coordinate project team meetings and prepare meeting agendas and meeting minutes.This task assumes the following meetings: 0 2020 Sealing Kickoff Meeting with City and Subconsultants o Overlay Predesign Review Meeting o Overlay 50%Design Review Meeting;meeting will also discuss any striping modifications proposed by the City. o Overlay and Sealing 90%Design Review Meeting(two separate meetings).The 90%Sealing meeting will also include discussion of the 90%crack sealing for 2021 sealing streets. 0 121St Avenue ramp layout Review Meeting 0 121St Avenue Pedestrian Ramp Reconstruction 90%Design Review Meeting • Coordinate proposed improvements with ODOT,Washington County and other Consultants of the City working on other capital projects.Coordination items will include the following: City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 2 o ODOT coordination will include notification of proposed improvements and identifying ODOT traffic control requirements and notification needs at the intersection of Durham Road and Hall Blvd.An allotment of eight(8)hours has been assumed for this coordination effort. o Washington County coordination will include identification of existing traffic signals that will require detection cameras and detection loop replacement needs.An allotment of four(6)hours has been assumed for this coordination effort. o Coordination with other City Consultants will include identifying loop replacement needs on Durham Road and Upper Boones Ferry to incorporate ITS improvement plans being prepared by Kittelson and HDR Engineering.An allotment of four(4)hours has been assumed for this coordination effort. o Coordinate with City staff for the replacement of the waterline on Alderbrook. Identify contract provisions to be added as a result of the water improvements.An allotment of eight(8)hours has been assumed for this coordination effort. 1.3 StreetSaver Support GRI will provide the City with in-office or phone-based support,which may include StreetSaver database setup,decision tree structure,budget analysis or data input. Task 1 Assumptions: • Design phase of the 2020 Overlay and 2020 Slurry Seal contracts are assumed to be October 2019— April 2020 and Construction phase is assumed to be April 2020—September 2020. • Design phase of the 121 st Ave Ramp contract is assumed to be October 2019—January 2020 and Construction phase is assumed to be March 2020—June 2020. • Design Phase of the 2020 Crack Sealing contract is assumed to be February 2020—April 2020 and Construction phase is assumed to be July 2020—August 2020. • City project manager or designees will complete all stakeholder coordination,public involvement, and lead and obtain all necessary permits. • Detection cameras will be installed by Washington County. • City will prepare and distribute all project information mailers. • City and contractor will conduct all notification distribution. • A total of 80 GRI hours was assumed to support City Staff in managing their StreetSaver database, analyzing outputs,and designing strategies to implement revised goals. Task 1 Deliverables: • Final scope and schedule. • Monthly status reports and invoices. • Meeting agendas and minutes. TASK 2 DATA COLLECTION 2.1 Site Investigation and Data Collection Review as-built/record drawings,existing mapping,aerial photos and GIS provided by the City and private utility providers. Conduct site investigation of the project areas to verify mapping accuracy,examine the condition of catch basins and manholes and examine site drainage. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 3 Z2 Pre-Construction Monumentation Survey CESINW will conduct research of the project areas scheduled for structural rehabilitation and ramp reconstruction to determine the presence of existing monuments.Following this research effort,pre- construction surveys will be conducted and recorded with Washington County to record the location of all monuments within the project areas as necessary. 2.3 Base Map Preparation Prepare a project base map utilizing City GIS and information obtained from other tasks.This base map will include edge of pavement,curb lines,and approximate location of utilities,including valve boxes,manholes, catch basins,and other utility structures.The base map will also include the collected monument information and any topographic survey information collected. 2.4 Utility Notification Notify private utility providers of the proposed improvements and coordinate to determine if any infrastructure improvements are planned in these areas.Maps of the project areas will be sent to each private utility.The maps will be followed up with phone conversations and a letter or email to each utility.If utilities are planning improvements,Wallis Engineering will coordinate with the City regarding any scheduling impacts. Coordinate with City staff in regard to maintenance upgrades or replacements that may be required for water, storm sewer,and sanitary sewer infrastructure in the project areas not previously identified. Task 2 Assumptions: • The City will provide City GIS information in AutoCAD compatible format and all available as- built/record drawings for use by Wallis Engineering. • The City will provide information on historical drainage issues and other proposed City utility needs including all existing drainage, sewer and water structures requiring repair,modification or replacement. • No topographic survey information is required.All pedestrian ramps can be field fit by the contractor with the provided information detailed in other tasks. • Two project sites will require a pre-construction record of survey including Washington County filing fees.County filing fees currently include a$435.00 filing fee and a$860.00 review deposit.Fees in excess of the assumed amounts are not included in this contract. • The ADA compliancy review completed as part of the 2019 PMP work can be utilized to identify non-compliant ramps on all street segments. • The City will complete potholing of existing public utility lines and services as necessary. Task 2 Deliverables: • Pre-construction monumentation of survey. • Project base map and topographical survey in AutoCAD format. • ADA compliancy documentation. • Utility contact list. • Informational letters and project notices to each affected utility. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 4 TASK 3 PAVEMENT EVALUATION SERVICES 3.1 Structural Rehabilitation Segments (HMAC Overlays) GeoDesign will review previously collected data,collect additional data as necessary,conduct pavement condition surveys and evaluate GPR testing and pavement coring to estimate the existing pavement thickness along segments.Dynamic Cone Penetration testing results from previously performed work will be evaluated to provide recommendations for pavement design sections based on AASHTO's Guide for the Design of Pavement Structures. Specific scope of services will include the following: • Participate in site visits to the street segments,together with City and Wallis Engineering representatives,to observe pavement conditions,discuss the findings, and assist in proposing an appropriate treatment. • Conduct GPR tests in the outside wheel track of the main travel lanes on Hall and Durham within 200 feet of the intersection using a 2 GHz truck-mounted horn antennal. • Review and discuss traffic information and estimates with the project team for each street section. • Review previous year's data for subsurface information,GPR testing,and DCP testing. • Estimate required and existing pavement capacity based on traffic information,sub-surface explorations,GPR,and DCP results. • Provide recommendations for pavement rehabilitation and reconstruction where applicable. • Provide recommendations for materials and construction. • Complete a draft and final letter report. 3.2 Preventative Maintenance Segments (Slurry Seals) • Field Investigation. GRI will conduct windshield surveys of the 2020 slurry candidate streets to confirm the appropriateness of the treatment type,make recommendations to remove streets from the candidate list,and identify streets that require structural dig out repairs. • Slurry Seal Design. GRI will provide technical specifications for the slurry seal contract as well as bid quantity and cost information associated with the slurry seal contract. Task 3 Assumptions: • All permitting requirements and fees will be completed by the City. • Traffic counts will be provided by the City as needed including truck percentages. • Data collected as part of the 2019 PMP work for Durham Road and Alderbrook Drive will be utilized for project development. Task 3 Deliverables: • Draft and Final letter summarizing data collection findings and recommendations. • A revised list of slurry seal candidate streets that include streets requiring dig-out repairs. • Construction material specification recommendations. TASK 4 PRE-DESIGN REPORT A brief pre-design report will be prepared,discussing the following items: • An outline of the project areas for each contract type. • A summary of the pavement evaluation and slurry seal candidate investigations. • A summary of known drainage issues and recommended solutions. • A summary of the required ADA curb ramps improvement locations. • A summary of any public/private utility improvement projects/upgrades. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 5 • Discussion on maintaining traffic and public access during construction. • An outline of contract documents,including scale and level of detail on plan sheets. Task 4 Deliverables: • Pre-Design Report. TASK 5 2020 SLURRY SEAL CONTRACT PREPARATION 5.1 90% Plans, Specifications and Opinion of Cost Plans will be prepared to a 90%design level for the 2020 slung seal contract.Drawing format will be AutoCAD Civil 3D 2018,and will be prepared using standard City title block as provided by the City.Plans will include the following: • Plans and detail sheets.Plan sheets will be limited to showing the area proposed for sealing and providing additional detail where warranted. • General Notes and requirements. • Traffic control,phasing and coordination details as necessary. • The following is the anticipated list of plan sheets: Description Sheets . Running Total Cover,Drawing Index 1 1 Legend,General Notes,Traffic Control Notes and Phasing 1 2 Summary of Quantities 1 3 Plan Sheets 7 10 Details and Striping 2 12 • Specifications will use City of Tigard standards and the"2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared,as needed,to address project work not adequately covered in the Standard specifications. 5.2 Final Plans, Specifications and Opinion of Cost Final plans,specifications,and an opinion of cost will be prepared as a reproducible set incorporating review comments from the City. Task 5 Assumptions: • Striping improvements will be limited to replacing the existing delineation in like kind and location unless specifically noted. • Traffic control plans included in the Contract plans will be limited to general notes and ODOT standard plans.No site-specific traffic control plans will be prepared.It is assumed that the Contractor will prepare detailed and site-specific traffic control plans. • The City will provide legal review of all front-end bidding documents. • Wallis Engineering will attend one meeting to review City comments.The hours and cost for this meeting is incorporated under Task 1. Task 5 Deliverables: • Electronic(PDF)versions of the 90%and final PS&E. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 6 TASK 6 2020 OVERLAY CONTRACT PREPARATION 6.1 Ramp Data Collection Collect horizontal and vertical information of the existing ramp and adjacent improvements using a robotic total station for all ramps.Information will be collected within the roadway,at the curb line,within the existing sidewalk and will include all utility and above ground features.The information will be translated to design software to be used for contract plan preparation.A localized horizontal and vertical datum will be used for data collection which will not be reproduced in the form of construction staking.Data collection will only apply to pedestrian ramps on Alderbrook Drive as data was previously collected for Durham Road as part of the 2019 PMP work. 6.2 50% Plans, Specifications Outline and Opinion of Cost Plans will be prepared to 50%design level for pavement,curb ramp and utility improvements as determined in the predesign phase.Drawing format will be AutoCAD Civil 3D 2018,and will be prepared using standard City title block as provided by the City.Plans will include the following: • Plans and detail sheets.Where necessary,more detail will be included such as centerline or curb line profiles(if topographical survey is available), striping plans,utility improvement plans,erosion control plans and demolition plans. • Traffic control,phasing and coordination details. • Erosion control plans prepared to meet City standards. • The following is the anticipated list of plan sheets: Description Sheets Running Total Cover,Drawing Index 1 1 Legend,General Notes,Traffic Control Notes and Phasing 1 2 Typical Sections 2 4 Sheet Layout Map 1 5 Plan Sheet—Durham Rd 10 15 Plan Sheet—Alderbrook Dr 2 17 Pedestrian Ramp Details 8 25 Details 5 30 • A specifications outline and 50%opinion of cost will be prepared. 6.3 90% Plans, Specifications and Opinion of Cost 90%plans will be prepared incorporating review comments from the City. Specifications will use City of Tigard standards and the"2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared,as needed,to address project work not adequately covered in the Standard specifications and will include any Special Provisions previously prepared by the City to address asphalt and concrete workmanship.Wallis Engineering will attend one meeting to review City comments. Design will include: • Horizontal design for the proposed project areas including utility adjustments,street amenity relocations and striping provisions. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 7 • Two-dimensional curb ramp retrofit/replacement layouts.Layouts will be developed to the extent possible based on City GIS information and field measurements collected under previous tasks.Ramp layouts will conform to PROWAG and ODOT/APWA standards utilizing City and ODOT standard drawings. It is assumed that the construction contractor will be ultimately responsible for new ramps meeting ADA requirements.Wallis Engineering will coordinate final layout and grades with the construction contractor under Task 10. 6.4 Final Plans, Specifications and Opinion of Cost Final plans,specifications,and an opinion of cost will be prepared as a reproducible set incorporating review comments from the City. Task 6 Assumptions: • Of the 24 existing curb ramp locations within the proposed project areas,approximately 22 locations appear to require installation or reconstruction based on a preliminary visual survey of existing ramp geometry using aerial and street view software.All ramp reconstructions will be completed within the limits of the existing sidewalk and it is therefore assumed that adequate right-of-way is available for these reconstructions.All property acquisition or Temporary Construction Permits necessary to construct the ramp improvements will be coordinated and obtained by the City. • Striping modifications will be undertaken on Durham Road to accommodate dedicated and/or buffered bike lane facilities.The right turn storage striping of the eastern approach to Hall Blvd on Durham Road will be modified to improve traffic flow at the intersection.The City will provide all striping modification concepts and Wallis will incorporate the concepts in the contract drawings.No traffic engineering guidance will be necessary from Wallis staff for the modifications. • Utility improvements will be limited to adjusting existing structures to grade and adjusting grades of drainage inlets as needed.No new utility installation is included. • Traffic control plans included in the Contract plans will be limited to general notes and ODOT standard plans.No site-specific traffic control plans will be prepared.It is assumed that the Contractor will prepare detailed and site-specific traffic control plans. • The City will provide all front-end bidding documents and will complete all legal reviews as necessary. • Wallis Engineering will attend three design review meetings incorporating the City's comments. The hours and cost for this meeting is incorporated under Task 1. Task 6 Deliverables: • Electronic(PDF)versions of the 50%,90%and final PS&E. TASK 7 2020 CRACK SEAL CONTRACT PREPARATION 7.1 90% Plans, Specifications and Opinion of Cost Plans will be prepared to a 90%design level for the 2020 Crack Seal contract.Drawing format will be AutoCAD Civil 3D 2018 and will be prepared using standard City title block as provided by the City.Plans will include the following: • Plans and detail sheets.Plan sheets will be limited to showing the area proposed for sealing and providing additional detail where warranted. • General Notes and requirements. • Traffic control,phasing and coordination details as necessary. • The following is the anticipated list of plan sheets: City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 8 Description Sheets Running Total Cover,Drawing Index 1 1 Legend,General Notes,Traffic Control Notes and Phasing 1 2 Sheet Layout Map 1 3 Plan Sheets 7 10 Details and Striping 2 12 Specifications will use City of Tigard standards and the"2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared,as needed,to address project work not adequately covered in the Standard specifications. 7.2 Final Plans, Specifications and Opinion of Cost Final plans,specifications,and an opinion of cost will be prepared as a reproducible document set incorporating 90%review comments from the City. Task 7 Assumptions: • Striping improvements will be limited to replacing the existing delineation in like kind and location unless specifically noted. • Traffic control plans included in the Contract plans will be limited to general notes and ODOT standard plans.No site-specific traffic control plans will be prepared.It is assumed that the Contractor will prepare detailed and site-specific traffic control plans. • The City will provide all front-end bidding documents and will complete all legal reviews as necessary. • Wallis Engineering will attend one meeting to review City comments.The hours and cost for this meeting is incorporated under Task 1. Task 7 Deliverables: • Electronic(PDF)versions of the 90%and final PS&E. TASK 8 121ST AVE RAMP CONTRACT PREPARATION 8.2 Ramp Data Collection Collect horizontal and vertical information of the existing ramp and adjacent improvements using a robotic total station for all ramps.Information will be collected within the roadway,at the curb line,within the existing sidewalk and will include all utility and above ground features.This information will be translated to design software to be used for contract plan preparation.A localized horizontal and vertical datum will be used for data collection which will not be reproduced in the form of construction staking. 8.2 Ramp Layout Design and prepare preliminary layout plans for each ramp and submit to the City for review.Plan shall consist of a construction plan showing the proposed ramp layouts.Grades and dimensional information are not included.Wallis Engineering will attend one meeting to review City comments on the ramp layouts. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 9 8.3 90% Plans, Specifications and Opinion of Cost 90%plans will be prepared incorporating review comments from the City. Specifications will use City of Tigard standards and the"2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared,as needed,to address project work not adequately covered in the Standard specifications and will include any Special Provisions previously prepared by the City to address concrete workmanship.Pedestrian ramp reconstruction design will include two-dimensional curb ramp retrofit/replacement layouts with approximate lengths and grades.Layouts will be developed to the extent possible based on City GIS information and field measurements collected under previous tasks.Ramp layouts will conform to PROWAG and ODOT/APWA standards utilizing City and ODOT standard drawings.It is assumed that the construction contractor will be ultimately responsible for new ramps meeting ADA requirements.Wallis Engineering will coordinate final layout and grades with the construction contractor under Task 10. Drawing format will be AutoCAD Civil 3D 2018 and will be prepared using standard City title block as provided by the City.Plans will include the following: • Plans and detail sheets. • Traffic control,phasing and coordination details. • Erosion control plans prepared to meet City standards. • The following is the anticipated list of plan sheets: Description Sheets Running Total Cover,Drawing Index 1 1 Legend,General Notes,Traffic Control Notes and Phasing 1 2 Pedestrian Ramp Layout 9 11 Details 1 3 14 An Engineer's Opinion of Cost will be prepared to accompany the plans and specifications. 8.4 Final Plans, Specifications and Opinion of Cost Final plans,specifications,and an opinion of cost will be prepared as a reproducible document set incorporating 90%review comments from the City. Task 8 Assumptions: • 18 ramp locations appear to require reconstruction based on work completed under the 2019 PMP work.All ramp reconstructions will be completed within the limits of the existing sidewalk and it is therefore assumed that adequate right-of-way is available for these reconstructions.All property acquisition or Temporary Construction Permits necessary to construct the ramp improvements will be coordinated and obtained by the City. • Utility improvements will be limited to adjusting existing structures to grade and adjusting grades of drainage inlets as needed.No new utility installation is included. • No private utility relocation coordination is required. • No coordination with other agencies(Trimet,Washington County,etc)is required. • No pedestrian signal design or modifications to existing signal is required. • No arborist involvement is required. • No wall design is included. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 10 • Traffic control plans included in the Contract plans will be limited to general notes and ODOT standard plans.No site-specific traffic control plans will be prepared.It is assumed that the Contractor will prepare detailed and site-specific traffic control plans. • The City will provide all front-end bidding documents and will complete all legal reviews as necessary. Task 8 Deliverables • Electronic versions of the ramp layouts and both 90%and Final PS&E. TASK 9 BIDDING PHASE SERVICES Wallis Engineering will provide bidding services to the City,including responding to bidder's questions and preparing addenda as needed.A summary sheet of all bidder questions and responses will be provided to the City following the opening of bids,or as requested. Task 9 Assumptions: • City will distribute the contract documents,maintain a planholder's list,and distribute addenda as needed. • Wallis Engineering will not attend the bid opening. Task 9 Deliverables: • Addenda • Bidder question and response summary sheet. • Recommendation of Award. TASK 10 CONSTRUCTION PHASE SERVICES The Consultant will provide construction administration and inspection services with support from the City for additional inspection,public notifications and other coordination related items as needed.Construction phase services shall include: 10.1 Construction Administration • Conduct separate pre-construction meetings for all four(4)contracts with City staff,the contractor and representatives of the utility companies to effectively communicate those areas of the project which will require special attention during construction. • Review monthly payment requests by the contractor,verify quantities included in each pay request and prepare payment recommendations to the City. Complete final pay estimates at project completion. 10.2 Construction Engineering and Field Inspection • Review and respond to contractor submittals,shop drawings,requests for information,and notifications of differing site conditions,the Contractor prepared Quality Control,Quality Assurance plan,Work plans and completed field testing for conformance to the contract documents.Consult with the City regarding the acceptability of material substitutes or`as-equal' items proposed by the contractor. • Provide construction management oversight of the Contractor's work schedule and quality, coordinate construction tasks with City,public and other non-agency entities,and evaluate field design changes as necessary to complete the project. The budget assumes: City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 11 o Five(5)hours per week for an eight-week construction period for the 2020 Overlay contract. o Five(5)hours per week for a six-week construction period for the 2020 Slurry Seal contract. o Five(5)hours per week for a four-week construction period for the 2020 Crack Seal contract. o Five(5)hours per week for an eight-week construction period for the 121"Ave Ramp contract. • Attend weekly construction progress meetings to address construction related issues. . • Provide daily site inspections to monitor the quality and progress of the work.Provide inspector's daily report of construction activities for each day of inspection along with project photos.The budget assumes: 0 45 hours per week for an eight-week construction period for the 2020 Overlay contract. 0 45 hours per week for a six-week construction period for the 2020 Slurry Seal contract. 0 30 hours per week for a four-week construction period for the 2020 Crack Seal contract. 0 40 hours per week for an eight-week construction period for the 121st Ave Ramp contract. o Daily inspection services can be supplemented or replaced by City Staff at the discretion of the City.Additional construction inspection support by the Construction Manager is assumed for four (4)hours per week for each contract. • Provide a final walk-through of all contracts with the contractors and City staff at project completion. Provide written punch list to the contractors and recommendation of final acceptance when appropriate. • Carlson Testing or ACS Testing will provide ACP and slurry seal material verification to supplement the testing completed by the Contractor.The testing agency will be identified after the preconstruction conference to ensure sure that there is not a conflict of interest with the Contractor's selected QA/QC firm. • Prepare record drawings for the improvements upon completion of construction. 10.3 Crack Seal Painting Per request of the City,Wallis will delineate areas of alligator cracking and all cracks less than 114"in width with spray paint prior to all crack sealing work to aid in controlling pay quantities and reducing overall inspection needs.This effort is intended to reduce unnecessary sealing of hairline cracks by the contractor by clearly identifying crack that don't require sealing.This effort will also reduce the need to provide a City representative at all times during crack sealing work to identify cracks that don't require sealing.This process was evaluated during the 2019 PMP work and showed the potential to reduce project cost,as indicated in the Crack Seal Reduction Study Technical Memo prepared by Wallis Engineering,dated June 28,2019. 10.4 Post Construction Monumentation CESINW will verify disturbance of existing monuments and a post-construction survey will be recorded with the County following construction,as necessary,based on actual disturbance of monuments and will include all monuments replaced during construction with the verified location of undisturbed monuments. CESINW will reset all monuments disturbed during construction. Task 10 Assumptions: • Inspection hours are based on assumed construction contract durations and inspection frequency as identified in the subtasks above. • A total of 120 hours is allotted to delineate alligator cracking_ and cracks less than 1/4"in width for the slurry sealing contract and the crack sealing contract. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 12 • Quality control testing services and material laboratory analysis will be provided by the Contractor with the exception of 3rd Party Quality Assurance included in this scope of work.Quality Assurance tasks assume 24 hours of density technician time,8 laboratory tests for material verification and the associated project management time from the Testing Agency. Specific Quality Assurance testing needs for the slurry material verification have not yet been determined. • Post-Construction as-built survey will not be performed. • The Contractor will provide all necessary construction staking for the project including all monument boxes that are shown in the contract to be replaced or reset by the Contractor. • QA/QC verification assumes that four mix design verifications will be completed as needed(2 for the overlay contract and 2 for the slurry seal contract)and 16 total hours of asphalt compaction testing will be provided. • A total of 24 hours of survey crew time has been assumed for resetting disturbed monuments following construction. • Two project sites will require a post construction record of survey including Washington County filing fees.County filing fees currently include a$435.00 filing fee and a$860.00 review deposit. Fees in excess of the assumed amounts are not included in this contract. • Construction Management and inspection support for each construction contract is summarized in the table below: Overlay Slurry Crack 121st Contract Contract Seal Ramps Total Task (Hr) (Hr) Contract Contract (Hr) (H4 JHr) PreConstruction Meeting 14 14 14 14 56 Monthly Progress Payments(11) 12 12 8 12 44 Submittal and RFI Review 52 16 12 36 116 Construction Management 40 30 20 40 130 Progress Meetings 32 16 8 24 80 Construction Inspection _ 392 294 136 352 1174 Final Inspection 24 20 8 12 64 Quality Assurance Material Testing 2 2 0 0 4 As-Built Drawings 20 8 4 24 56 Crack Seal Painting 0 60 60 0 120 Post Construction Monumentation 1 0 0 1 2 Total Construction Hours 490 360 232 428 1846 Task 10 Deliverables: • Monthly pay estimates and recommendations. • Submittal comments and response log. • Inspector's daily report for each working day of inspection. • Weekly meeting minutes for each construction meeting. • Final punch list and recommendation of final acceptance. • Mix design and density verification reports. • Post-construction monumentation survey. • Electronic(PDF)version of Record Drawings. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 13 TASK 11 DESIGN CONTINGENCIES The design contingency task has been included to accommodate minor changes of scope during project development that are not included in Tasks 1-9 and are initiated by the City.Additional tasks could include additional design services,pavement evaluation,ADA ramp evaluation and/or public communication support. Work under this task will only be completed following written approval from the City project manager. TASK 12 CONSTRUCTION CONTINGENCIES The construction contingency task has been included to accommodate construction phase services that exceed the projected requirements and timelines included in Task 10.Additional tasks could include additional inspection,construction management and/or quality assurance testing.Work under this task will only be completed following written approval from the City project manager. City of Tigard 2020 Pavement Improvements October 2019 Proposed Scope of Work Page 14 ■ a.a.., @ , n !; § ■■°N�§■°■ ■u "■ ■� ! �® ■#■ .§ MRS•#!k® ;E ME ■ ;e A-9 § n ■. |s . , . � . . . . . . .■ . m |� ` ' | � } | ■ - .■ � � t !! 1-J � r §� ' q2 fill ' | | \2!§j .n m ■J9 \ ■/k„§ 'M � . # ■NRq■ ■�§ | |■|«- '■ �_■_■ .: e.! 02 ; !-§.■■ ■ ■,■■■°!■° .:... . . ■ , . - .,- �.. R- ! ■ F � �.�., .,� � ■ ■ ■ 1711 IT off � §i , .�. a,- � \. `• ■■ !§ ■ ,#( 11-1 �;,n, • ■� - ■� �£ - ■ o -, ° - ! ;f . � § , .. � . , _ _ �- , --;� ,_ „ ,! '� .E�-, ■ ,. . .. am � � ! £ !am sa !! !,f %| i ` |! !!! ��� , !|| , ' !, � � � �,� �!| !,l,•| . | , | � $ � !■!!§|�|!�§ § |�s !� ,■ � ! §•|�| �!"| !�| �� � P,. . § g l�� II :!"| a| :!!_�!: . | !|! § !|!!§|!|!|§ ■'■|§|�■ !§| |§; !§|§_ ! !.!! |!�■ !�! |, [ T:__ 11; 1 ;1 1;,�_ 1;:1] 1 ;;1 1 11 11111; �| §; !! wally *engineering EXHIBIT B RATE SCHEDULE Rates are effective thru December 31,2020 Title Range Associate Engineer $141 $141 Senior Engineer $193 $193 Engineering Manager I-VI $165 $190 Project Engineer I-IX $117 $163 Staff Engineer I-IV $95 $115 Engineering Intern I-III $59 $65 Designer $112 $136 Construction Manager $125 $125 Inspector $88 $103 Technician I-IV $78 $114 AdministrativeI—VI $47 $104 2 1 a W 4th Street. Suite 200 Vancouver,WA 98660 Office(360)695-7041 Fax(360)694-1043 www.walliseng.net CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM (THIS FORMMUSTAccomPANYEVERYCONTRACT) /7 1� �O� Contract Tide: Pavement Management Program Design and Inspection Num `/9 ber:_/\ Contractor: Wallis Engineering Contract Total: $366,986.35 Contract Oven-iew: Engineering design and inspection services for 2019 pavement managementVrogram work—including curb ramp retrofits, crack seal slurry°seal and pavement overlays This contract could be amended to include subsequent year's work for up to four additional years as long as terms are agreeable and the total is less than$2 million Initial Risk Level. ❑ Extreme ❑ High X Moderate ❑ Love Risk Reduction Steps: Standard insurance required by contract. Risk Comments: Risk Signature- Contract Manager:Lori Faha Est: 2759 Department: Public Works Type: ❑ Personal Svc ❑ Professional Svc ❑ Arclutectural Agr [Public Imp F1 General Svc X Engineering Svc ❑ Other: Start Date: 11 /r End Date: c Quotes/Bids/Proposal: FIRM AMO w/ CO E Wallis Engineering—371 proposal + 368 interview 739 Murraysmith, Inc.—381 proposal 347 interview 728 Westlake Consultants (proposal only—did not qualify for interview 285 Account String: Fund-Division-Account Work Order—Activity Type Amount FY 18-19 412-8000-56005 95001-130 $266,986-35 FY 19-20 412-8000-56005 95001-140 $100,000.00 FY Will be determined for future years FY FY Approvals - LCRB Date: 10/23/2018 Department Comments: Total contract to not exceed$2 million Department Signature: 6 Purchasing Comment . Purchasing Signature: City Manager Comments: City Manager Signature: After securing all required approvals, forward orifi nal copy to the Contracting and P&rchasing Oj ce along with a completed Contract Checklist. Contract Numberc_J�kly ATTACHMENT C CITY OF TIGARD,OREGON ENGINEERING SERVICES AGREEMENT Pavement Management Program Engineering and Inspection THIS AGREEMENT,made and entered into this 6' day of November, 2018, by and between the City of Tigard, a municipal corporation, hereinafter referred to as the "City," and Wallis Engineering, PLLC,whose authorized representative is'%'es Wegner, 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 2018-2019 budget provides for engineering design and inspection services for the Pavement Management project; and WHEREAS, the accomplishment of the work and services described in this Agreement is necessary and essential to the public works improvement program of the City;and WHEREAS, the City desires to engage the Engineer to render professional engineering services for the project described in this Agreement, and the Engineer is willing and qualified to perform such services; THEREFORE, in consideration of the promises and covenants contained herein, the parties hereby agree as follows: 1. Engineer's Scope of Services The Engineer shall perform professional engineering services relevant to the Project in accordance with the terms and conditions set forth herein,and as provided in Exhibit A,which is attached hereto and by this reference made a part of this Agreement. 2. Effective Date and Duration This agreement shall become effective upon the date of execution and shall expire,unless otherwise terminated or extended,upon completion of the work or December 31, 2019,whichever comes fitst. All work under this Agreement shall be completed prior to the expiration of this Agreement. All work under this Agreement shall be completed prior to the expiration of this Agreement. The City and Consultant may agree on four (4) additional on-year extensions to this Agreement within 60 days written notice before any termination date. 3. Engineer's Fee A. Basic Fee 1) As compensation for Basic Services as described in Exhibit A of this Agreement,and for services required in the fulfillment of Paragraph 1, the Engineer shall be paid on an hourly rate based upon the "Schedule of Rates" in Exhibit B of this agreement, which shall constitute full and complete payment for said services and all expenditures which may be made and expenses incurred, except as otherwise expressly provided in this Agreement. The Basic Fee in the first year of this contract shall not exceed the amount of Three Hundred Sixty Seven Thousand and No/100 Dollars ($367,000.00) without prior written authorization. The not to exceed for any option year shall be agreed upon between the Patties prior to any work under the extension. 2) The parties hereto do expressly agree that the Basic Fee is based upon the Scope of Services to be provided by the Engineer and is not necessarily related to the estimated construction cost of the Project. In the event that the actual construction cost differs from the estimated construction cost, the Engineer's compensation will not be adjusted unless the Scope of Services to be provided by the Engineer changes and is authorized and accepted by the City. B. Payment Schedule for Basic Fee Payments shall be made upon receipt of billings based on the work completed. Billings shall be submitted by the Engineer periodically, but not more frequently than monthly. Payment by the City shall release the City from any further obligation for payment to the engineer for service or services performed or expenses incurred as of the date of the statement of services. Payment shall be made only for work actually completed as of the date of invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Payment for Special Services Only when directed in writing by the City, the Engineer shall furnish or acquire for the City the professional and technical services based on the hourly rate schedule as described in Exhibit B of this contract for minor project additions and/or alterations. D. Certified Cost Records The Engineer shall furnish certified cost records for all billings pertaining to other than lump sum fees to substantiate all charges. For such purposes,the books of account of the Engineer shall be subject to audit by the City. The Engineer shall complete work and cost records for all billings on such forms and in such manner as will be satisfactory to the City. E. Contract Identification The Engineer shall furnish to the City its employer identification number,as designated by the Internal Revenue Service,or social security number,as the City deems applicable. F. Payment—General 1) Engineer shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 2) Engineer shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. 3) Engineer shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical and hospital care or other needed care and attention incident to sickness or injury to the employees of Engineer or all sums which Engineer agrees to pay for such services and all moneys and sums which Engineer collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. 4) The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract. 5) Engineer shall make payments promptly, as due, to all persons supplying services or materials for work covered under this contract. Engineer shall not permit any lien or claim to be filed or prosecuted against the City on any account of any service or materials furnished. 2 1 Pas c 6) If Engineer fails,neglects or refuses to make prompt pa)ment 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 "D\WG" 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 rovidedelsewhere in this Agreement. 5. Assignment/Delegation Neither party shall assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment shall be of any force or effect whatsoever unless and until the other party has so consented. If City agrees to assignment of tasks to a subcontract,Engineer shall be fully responsible for the acts or omissions of any subcontractors and of all persons employed by them, and neither the approval by City of any subcontractor not anything contained herein shall be deemed to create any contractual relation between the subcontractor and City. 6. Engineer is Independent Contractor A. The City's project director, or designee, shall be responsible for determining whether Engineer's work product is satisfactory and consistent with this agreement, but Engineer is not subject to the direction and control of the City. Engineer shall be an independent contractor for all purposes and shall be entitled to no compensation other than the compensation provided for under Section 3 of this Agreement. B. Engineer is an independent contractor and not an employee of City. Engineer acknowledges Engineer's status as an independent contractor and acknowledges that Engineer is not an employee of the City for purposes of workers compensation law, public employee benefits law,or any other lave. All persons retained by Engineer to provide services under this contract are employees of Engineer and not of City. Engineer acknowledges that it is not entitled to benefits of any kind to which a City employee is entitled and that it shall be solely responsible for workers compensation coverage for its employees and all other payments and taxes required by law. Furthermore, in the event that Engineer is found by a court of law or an administrative agency to be an employee of the City for any purpose, City shall be entitled to 3 1 Page 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 fording and to the full extent of any payments that City is required to make (to Engineer or to a third party) as a result of said finding. C. The undersigned Engineer hereby represents that no employee of the City or any partnership or corporation in which a City employee has an interest,has or will receive any remuneration of any description from the Engineer, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. D. If this payment is to be charged against Federal funds, Engineer certifies that he/she is not currently employed by the Federal Government and the amount charged does not exceed his/her normal charge for the type of service provided. E. Engineer and its employees, if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. F. Engineer shall obtain,prior to the execution of any performance under this Agreement,a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro-rated fee though the end of the calendar year. G. Engineer is not an officer, employee, or agent of the City as those terms are used in ORS 30.265. 7. Indernriity A. The City has relied upon the professional ability and training of the Engineer as a material inducement to enter into this Agreement. Engineer represents to the City that the work under this contract will be performed in accordance with the professional standards of skill and care ordinarily exercised by members of the engineering profession under similar conditions and circumstances as well as the requirements of applicable federal, state and local laws, it being understood that acceptance of an Engineer's work by the City shall not operate as a waiver or release. Acceptance of documents by City does not relieve Engineer of any responsibility for design deficiencies, errors or omissions. B. Claims for other than Professional Liability. Engineer agrees and shall indemnify, defend, save and hold harmless the City of Tigard,its officers, employees, agents, and representatives from all claims, suits, or actions and all expenses incidental to the investigation and defense thereof, of whatsoever nature, including intentional acts resulting from or arising out of the activities of Engineer or its subcontractors, sub-consultants, agents or employees in performance of this contract at both trial and appeal level,whether or not a trial or appeal ever takes place including any hearing before federal or state administrative agencies.. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. C. Claims for Professional Liability. Engineer agrees and shall indemnify, defend, save and hold harmless the City of Tigard, its officers, employees, agents, and representatives from all claims, suits,or actions and all expenses incidental to the investigation and defense thereof,arising out of the professional negligent acts, errors or omissions of Engineer or its subcontractors, sub- 4 1 Page consultants, agents or employees in performance of professional services under this agreement. Any work by Engineer that results in a design of a facility that is not readily accessible to and usable by individuals with disabilities shall be considered a professionally negligent act, error or omission. D. As used in subsections B and C of this section, a claim for professional responsibility is a claim made against the City in which the City's alleged liability results directly or indirectly,in whole or in part, from the quality of the professional services provided by Engineer,regardless of the type of claim made against the City in performance of this contract. A claim for other than professional responsibility is a claim made against the City in which the City's alleged liability results from an act or omission by Engineer unrelated to the quality of professional services provided by Engineer in performance of this contract. 8. Insurance Engineer and its subcontractors shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly.-or indirectly out of Engineer's activities or work hereunder,including the operations of its subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Engineer and its subcontractors shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Engineer shall obtain, at Engineer's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 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 claire 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. 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 5 1 Page automobile liability coverage for all owned vehicles on an"occurrence"form. The Combined Single Limit per occurrence shall not be less than$2,000,000. D. Workers' Compensation Insurance The Engineer,its subcontractors,if any, and all employers providing work,labor or materials under this Contract are subject employers under the Oregon Workers'Compensation Law and shall comply with ORS 656.017, which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location v-ittin 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 %ith 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 cattier(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. I. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Engineer shall finnish 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. 6 1 Pal; J. Independent Contractor Status 'The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer,employee or agent of the City as those terms are used in ORS 30.265. K. Primary Coverage Clarification The parties agree that Engineer's coverage shall be primani to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. L. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability and commercial automobile policies required by this contract. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: City of Tigard Attn: Contracts and Purchasing Office 13125 SW Hall Blvd Tigard,Oregon 97223 At the discretion of the City, a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance shall not be construed to limit Engineer's liability hereunder. Notwithstanding said insurance, Engineer shall be obligated for the total amount of any damage,injury, or loss caused by negligence or neglect connected with this contract 9. Termination Without Cause At any time and without cause,City shall have the right in its sole discretion,to terminate this Agreement by giving notice to Engineer. If City terminates the contract pursuant to this paragraph, it shall pay Engineer for services rendered to the date of termination. 10. Termination With Cause A. City may terminate this Agreement effective upon delivery of written notice to Engineer, or at such later date as may be established by City,under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 2) If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement. 7 1 Pas; 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. 11. Non-Waiver The failure of City to insist upon or enforce strict performance by Engineer of any of the terms of this Agreement or to exercise any rights hereunder, should not be construed as a waiver or relinquishment to any extent of its rights to assert or rely upon such terms or rights on any future occasion. 12. Method and Place of Giving Notice, Submitting Bills and 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: 8 1"1ge CITY OF TIGARD WALLIS ENGINEERING Attn: Lori Faha Attn:Wes Wegner,PE Address: 13125 SW Hall Blvd. Address: 215 W 4'St Ste 200 Tigard, Oregon 97223 Vancouver WA 98660 Phone: (503) 718-2759 Phone: (360)695-7041 Email: lorif(a dgmd-ox.gov Email: wes.wegnner@walliseng.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. 13. Merger This writing is intended both as a final expression of the Agreement between the parties with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement. No modification of this Agreement shall be effective unless and until it is made in writing and signed by both parties. 14. Professional Services The City requires that services provided pursuant to this agreement shall be provided to the City by an Engineer,which does not represent clients on matters contrary to City interests. Further,Engineer shall not engage services of an engineer and/or other professional who individually, or through members of his/her same firm,represents clients on matters contrary to City interests. Should the Engineer represent clients on matters contrary to City interests or engage the services of an engineer and/or other professional who individually, or through members of his/hex same firm, represents clients on matters contrary to City interests,Engineer shall consult with the appropriate City representative regarding the conflict. After such consultation, the Engineer shall have seven (7) days to eliminate the conflict to the satisfaction of the City. If such conflict is not eliminated within the specified time period,the agreement may be terminated pursuant to Section 10 (B -3) of this agreement. 15. Force Majeure Neither City not Engineer shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, an act of God or of a public enemy, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 16. Non-Discrimination Engineer agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Engineer also shall comply with the Americans with 9 1 i' a . Disabilities Act of 1990,ORS 659A.142,and all regulations and administrative rules established pursuant to those laws. 17. Errors Engineer shall perform such additional work as may be necessary to correct errors in the work required under this Agreement without undue delays and without additional cost. 18. Extra Changes)Work Only the City's Project Manager may authorize extra (and/or change) work. Failure of Engineer to secure authorization for extra work shall constitute a waiver of all right to adjustment in the contract price or contract time due to such unauthorized extra work and Engineer thereafter shall be entitled to no compensation whatsoever for the performance of such work. 19. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any question arising under this Agreement must be brought in the appropriate court of the State of Oregon. 20. Compliance With Applicable Law Engineer shall comply with all federal,state,and local laws and ordinances applicable to the work under this Agreement,including those set forth in ORS 279A,279B,and 279C. 21. Conflict Between Terms It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. 22. Access to Records City shall have access to such books, documents, papers and records of Engineer as are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts. 23. Audit Engineer shall maintain records to assure conformance with the terms and conditions of this Agreement, and to assure adequate performance and accurate expenditures within the contract period. Engineer agrees to permit City, the State of Oregon, the federal government, or their duly authorized representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 24. Severability In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 25. Industrial Accident Fund Payment Engineer shall pay- any and all contributions or amount due the Industrial Accident Fund form that Engineer or subcontractors incur during the performance of this Agreement. 10 j 1-1age 26. Complete Agreement This Agreement,including the exhibits,is intended both as a final expression of the Agreement between the Parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibits,the provision in the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and Exhibit B,Exhibit A shall control No waiver, consent, modification, or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements,or representations,oral or written,not specified herein regarding this Agreement. 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 October 23, 2018 business meeting. CITY OF TIGARD - WALLI EN�£RING By: Marty Wine,City Manager By.Authorized Contractor Representative Date Dat 111 Page EXHIBIT A SCOPE OF SERVICES Project Description This project will includes the evaluation of existing pavement conditions and the preparation of contract documents to solicit separate bids for pavement rehabilitation and maintenance sealing operations along various streets within Tigard. IR,linor utility maintenance upgrades may also be completed as part of the project if found to be necessary in the specific project areas covered. The City has identified a number of streets to receive maintenance sealing and several streets to receive pavement rehabilitation during Summer of 2019. Consultant will design maintenance sealing and rehabilitation improvements to the streets identified by the City based on available budget. To meet the requirements of recent Department of Justice rulings,pedestrian ramps at each intersection within a structural pavement rehabilitation improvement will be evaluated and replaced if found to be out of compliance with current ADA requirements. A list of the streets identified for structural rehabilitation is provided below,includes the streets identified to receive preventative maintenance sealing totaling approximately 18 linear miles. Both lists are understood to represent the "200%"list relative to available ding,and it is a ected that this ma be reduced and refined to fit available budget. Anticipated Street From To Length (ft) Existing Curb Ramp Curb Ramps Reconstructions Durham Road' Summerfield Dr Hall Blvd 7,800 38 26 Upper Boones 72nd Ave 1-5 interchange 1,180 4 4 Ferry Rd (maintenance line) Alderbrook Durham Rd Alderbrook Cir 365 6 6 Drive Summerfield Dr Durham Rd 114th Ct 1,300 4 0 121st Ave Ann Place North Dakota St 2,780 12 8 (Springwood Dr) (1,280) (8) (8) Notes: 1. This project segment may also include some striping revisions to increase multimodal functionality including buffered bike lanes. 2. This project segment may also include some striping revisions to provide an uphill bike lane. Specific Scope of Work Task 1 Project Management and Administration Task 2 Data Collection Task 3 Pavement Evaluation Services Task 4 Pre Design Report Task 5 Slurry Seal Contract Preparation Task 6 Overlay Contract Preparation Task 7 Bidding Phase Services Task 8 Construction Phase Services Task 9 Design Contingencies Task 10 Construction Contingencies 12g Subconsultants Subconsultant Discipline Task(s) Referenced Exhibit CESNW Surveying Task 2 Exhibit C1 GeoDesign Geotechnical Engineering Tasks 3 Exhibit C2 Geotechnical Resources Inc.(GRI) Geotechnical Engineering Tasks 3&8 Exhibit C3 Carlson/ACS Materials Testing Task 8 TASK 1 PROJECT MANAGEMENT AND ADMINISTRATION 1.1 Define Project Objectives. The project manager will coordinate with City Staff to define the project goals, locations, design criteria, and the project schedule. These items will be included in the final scope of work. 1.2 Project Management and Administration. Provide management, coordination, and direction to the project design team to complete the project. 1.2.1 Prepare project design schedules for both the structural rehabilitation (overlay) and preventative maintenance (sealing) projects outlining design and deliverable milestones. 1.2.2 Prepare monthly status reports and schedule updates to be included with consultant invoices. 1.2.3 Coordinate project team meetings and prepare meeting agendas and meeting minutes. This task assumes the following meetings: • Overlay Predesign Review Meeting • Overlay 50°o Design Review Meeting;meeting will also discuss any striping modifications proposed by the City. • Overlay and Sealing 90%Design Review Meeting (2 separate meetings). 1.2.4 Coordinate proposed improvements with ODOT, Washington County, Portland & Western Railroad and other Consultants of the City working on other capital projects. Coordination items v-ill include the following. • ODOT coordination will include notification of proposed improvements,identifying ODOT traffic control requirements and notification needs, and negotiating the possibility of ODOT contributing funding to extend the improvements beyond the interchange.An allotment of eight (8) hours has been assumed for this coordination effort. • Washington County coordination will include identification of existing traffic signals that will require detection cameras.An allotment of four (4) hours has been assumed for this coordination effort. • Portland&Western Railroad coordination will include all communication and preparation of project information needed to obtain a Railroad Permit for work adjacent to the railroad. Consultant will prepare permit documents and the Citywill submit said permit to the railroad agency.Additional coordination mai-be needed to identify if the existing railroad panels on Upper Boones Ferry require replacement. An allotment of twelve (12) hours has been assumed for this coordination and permitting effort. • Coordination with other City Consultants will include identifying loop replacement needs on Durham Road and Upper Boones Ferry to incorporate ITS improvement plans being prepared by Kittleson and HDR Engineering.An allotment of four (4) hours has been assumed for this coordination effort. 1.3 Project Information Distribution.Assist the City with providing project notifications as 13 1 Pas;,, requested.Distribute slurry seal project information through standard mail. Task 1 Assumption: • Design phase of the project is assumed to be November 2018—March 2019 and Construction phase is assumed to be June 2019—September 2019. • City project manager or designees will complete all stakeholder coordination, public involvement,and lead and obtain all necessary permits. • Detection cameras will be installed by Washington County. • City will prepare all project information mailers. • Property owner mailing lists will be provided by the City. • Up to 5,000 individual mailers will be distributed to the public. Task 1 Deliverables: • Final scope and schedule. • Monthly status reports and invoices. • Meeting agendas and minutes. • Postmarked and delivered project information mailers. TASK 2 DATA COLLECTION 2,1 Site Investigation and Data Collection • Review as-built drav-ings, existing mapping, aerial photos and GIS provided by the City and private utility providers. • Conduct site investigation of the project areas to verify mapping accuracy, examine the condition of catch basins and manholes and examine site drainage. 2.2 Surveys Petformed by CESNW CESNW specific Scope of Work is attached as Exhibit C1. 2.2.1 Monument Research and Pre- and Post-Construction Monument Survey. CESNW will conduct research of the project areas scheduled for structural rehabilitation to determine the presence of existing monuments. Following this research effort,pre-construction surveys will be conducted and recorded with Washington County to record the location of all monuments within the project areas.A post-construction survey will be recorded with the County following construction, as necessary, based on actual disturbance of monuments and will include all monuments replaced during construction with the verified location of undisturbed monuments. CESNW will reset all disturbed monuments during construction. 2.2.2 Pedestrian Ramp Topographical Survey (Contingency Task). CESNW will complete base map, surface and field topographic survey as needed to complete the final design of pedestrian ramps where field fitting construction by a contractor is not practical. Collected topographic information will reference horizontal control via the Oregon North 3601, NAD 83(2011) Epoch 2010 datum and vertical control via the NA`'D 88 datum. Topographical survey-may be needed in isolated areas for each project segment to provide the appropriate level of detail for the design of curb ramps with steep or flat grades, difficult drainage characteristics, or above ground obstructions requiring connection to the proposed improvements.All work under this contingency task shall be on an as needed basis and shall be first authorized with a separate written Notice-to- Proceed. For estimating purposes, a total of 2 days of field time accompanied by oversight from a licensed surveyor and technician have been included for the entire project. 2.3 Base Map Preparation. Prepare a project base map utilizing City GIS and information obtained from other tasks.This base map will include edge of pavement; curb lines,and approximate location of utilities,including valve boxes, manholes, catch basins, and other utility structures.The base map will also include the collected monument information and any topographic survey 141Pag information collected. 2.4 ADA Compliancy Review. Conduct intersection reviews based on aerial and street-view imagery to identify-existing curb ramp locations and locations where new curb ramps are needed. Evaluate existing curb ramps on-site for ADA compliance utilizing hand held field measuring tools and document the obtained data using FHWA checklists. Separate ramps requiring replacement into two categories; 1) simple ramps that can reasonably be constructed through field fit methods by the Contractor and 2) complex ramps that will require topographic survey and a detailed design to allow for ramp construction to follow construction staking. 2.5 UtilityNotification. Notify private utility providers of the proposed improvements and coordinate to determine if any infrastructure improvements are planned in these areas. Maps of the project areas will be sent to each private utility.The maps will be followed up with phone conversations and a letter or email to each utility. If utilities are planning improvements, Consultant will coordinate with the City regarding any scheduling impacts. Coordinate with City staff in regards to maintenance upgrades or replacements that may be required for water, storm sewer,and sanitary sewer infrastructure in the project areas not previously identified. Task 2 Assumptions: • The City will.provide City GIS information in AutoCAD compatible format and available as-builts for use by Consultant. • The City will provide information on historical drainage issues and other proposed City Utility needs including all existing drainage, sewer and water structures requiring repair, modification or replacement. • All project sites willrequire a pre- and post-record of survey (including Washington County filing fees). • A total of 24 hours of surrey crew time has been assumed for resetting disturbed monuments following construction. • Approximately 72 curb ramps will be evaluated for ADA compliance. • The City will complete potholing of existing public utility lines and services as necessary_ Task 2 Deliverables: • Pre- and post-construction record of survey. • Project base map and topographical survey in AutoCAD format. • ADA compliancy documentation. • Utility contact list. • Informational letters and project notices to each affected utility. TASK 3 PAVEMENT EVALUATION SERVICES GeoDesign's and GRI's specific scope of work are attached as Exhibit C2 and C3, respectively. 3.1 Structural Rehabilitation Segments (HMAC Overlays) 3.1.1 Field Investigation. GeoDesign will conduct pavement condition surveys, GPR testing and pavement coring to estimate the existing pavement thickness along segments. Dynamic Cone Penetration testing will be completed at boring locations to provide recommendations for pavement design sections. The project team will conduct pavement distress surveys on all street segments to identify areas with distresses indicating the potential for soft and/or failed subgrade and identify areas that may require full reconstruction. This task includes a one (1) hour site visit to 15 1 Y' agC each project area to evaluate existing conditions with City Staff, Consultant and Sub- Consultant. Traffic Control will be provided under this contract by a subcontractor for this work as needed. 3.1.2 Pavement Design and Plan Review. At the request of the City,Sub-Consultant will assist the project team in developing recommendations for pavement sections for all street segments the City has proposed for rehabilitation based on AASHTO's Guide for the Design of Pavement Structures.The recommendations will be based on field data, soil samples and other testing methods used to determine the existing road subgrade stiffness value, and estimated traffic counts. GeoDesign will assist the design team in preparation of project specifications related to the recommended pavement sections. 3.2 Preventative Maintenance Segments(Slurry Seals) 3.1.3 Field Investigation. GRI will conduct windshield surveys of slurry candidate streets to confirm the appropriateness of the treatment type,make recommendations to remove streets from the candidate list, and identify streets that require structural dig outrepairs. 3.1.4 Slurry Seal Design. GRI will provide technical specifications for the slurry seal contract as well as bid quantity and cost information associated with the slurry seal contract. Task 3 Assumptions: • All permitting requirements and fees will be completed by the City. • Approximately 16 pavement cores are estimated. • Traffic counts will be provided by the City as needed. • Previously collected data for Durham Road and Upper Boones Ferry will be utilized for project development. Task 3 Deliverables: • Draft and Final letter summarizing data collection findings and recommendations. • A revised list of slurry seal candidate streets that include streets requiring dig-out repairs. • Construction material specification recommendations. TASK 4 PRE DESIGN REPORT A brief pre-design memo will be prepared, discussing the following items: • An outline of the project areas for both contract types. • A summary of the pavement evaluation and slurry seal candidate investigations • A summary of known drainage issues and recommended solutions. • A summary of the required ADA curb ramps improvement locations. FHWA checklist summaries will be provided as an appendix. • A summary of any public/private utility-improvement projects/upgrades. • Discussion on maintaining traffic and public access during construction. • An outline of contract documents,including scale and level of detail on plan sheets. Task 4 Deliverables: • Pre Design Report TASK 5 SLURRY SEAL CONTRACT PREPARATION 5.1 90%Plans, Specifications and Opinion of Cost 5.1.1 Plans will be prepared to a 90% design level for the slurry seal contract. Drawing format will be AutoCAD Civil 3D 2018, and will be prepared using standard City title block as provided by the City. Plans will include the following: • Plans and detail sheets.Plan sheets will be limited to showing the area 16 1 P a g c proposed for sealing and providing additional detail where warranted. • General Notes and requirements. • Traffic control,phasing and coordination details as necessary. • The following is the anticipated list of plan sheets: Runnin Description Sheets g Total Cover,Drawing Index 1 1 Legend, General Notes, Traffic Control Notes and 1 2 Sheet Layout Map 1 3 Plan Sheets 13 16 Details and Striping 2 18 5.1.2 Specifications will use City of Tigard standards and the "2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared, as needed, to address project work not adequately covered in the Standard specifications. 5.2 Final Plans, Specifications and Opinion of Cost. Final plans, specifications, and an opinion of cost will be prepared as a reproducible set incorporating review comments from the City. Task 5Assumptions. • Striping improvements will be limited to replacing the existing delineation in like kind and location unless specifically noted. • Traffic control plans included in the Contract plans will be limited to general notes and MOT standard plans. No site-specific traffic control plans will be prepared. It is assumed that the Contractor will prepare detailed and site specific traffic control plans. • The City v ill provide legal review of all front-end bidding documents. • Consultant will attend one meeting to review City comments. The hours and cost for this meeting is incorporated under Task 1. Task 5 Deliverables: • Electronic (PDF) versions of the 90% and final PS&E. TASK 6 OVERLAY CONTRACT PREPARATION 6.1 Ramp Data Collection. Collect horizontal and vertical information of the existing ramp and adjacent improvements using a robotic total station for all ramps classified as "simple" in previous tasks. Information will be collected within the roadway,at the curb line,within the existing sidewalk and will include all utility and above ground features. The information will be translated to design software to be used for contract plan preparation.A localized horizontal and vertical datum will be used for data collection which will not be reproduced in the form of construction staking. 6.2 50%Plans, Specifications Outline and Opinion of Cost 6.2.1 Plans will be prepared to 50% design level for pavement,curb ramp and utility improvements as determined in the predesign phase. Drawing format will be AutoCAD 17 111 Civil 3D 2018, and will be prepared using standard City title block as provided by the City. Plans will include the following: • Plans and detail sheets.Where necessary,more detail will be included such as centerline or curb line profiles (if topographical survey is available), striping plans,utility improvement plans, erosion control plans and demolition plans. • Traffic control,phasing and coordination details. • Erosion control plans prepared to meet City standards. • The follow-ing is the anticipated list of plan sheets: Runnin Description Sheets 9 Cover,Drawing Index 1 1 Legend, General Notes, Traffic Control Notes and 1 2 Typical Sections 2 4 Sheet Layout Map 1 5 Plan Sheet—Durham Rd 9 14 Plan Sheet—Upper Boones Ferry Rd 2 16 Plan Sheet—Alderbrook Dr 1 17 Plan Sheet—Summerfield Dr 3 20 Plan Sheet— 121 st Ave 5 25 Pedestrian Ramp Details 18 43 Details 5 48 6.2.2 A specifications outline and 50%opinion of cost will be prepared. 6.3 90%Plans,Specifications and Opinion of Cost. 6.3.1 90%plans will be prepared incorporating review comments from the City. Specifications will use City of Tigard standards and the "2018 Oregon/APWA Standard Specifications for Public Works Construction". Special Provisions will be prepared, as needed, to address project work not adequately covered in the Standard specifications and will include any Special Provisions previously prepared by the City to address asphalt and concrete workmanship. Consultant will attend one meeting to review City comments. Design will include: • Horizontal design for the proposed project areas including utility adjustments, street amenity relocations and striping provisions. • Two-dimensional curb ramp retrofit/replacement layouts. Layouts will be developed to the extent possible based on City GIS information and field measurements collected under previous tasks. Ramp layouts will conform to PROWAG and ODOT/APWA standards utilizing City and ODOT standard drawings. It is assumed that the construction contractor will be ultimately responsible for new ramps meeting ADA requirements. Consultant will coordinate final layout and grades with the construction contractor under Task 8. 18 Pai: c 6.4 Detailed Curb Ramp Dies (Contingency Task).Additional topographic surve� � i�' Y ) Y, as discussed in Task 2.2,may be needed to aid in the design of curb ramps and utilities. Curb ramp design completed under this task will include detailed grading and dimensional information for each curb ramp based on the gathered topographic survey. For estimating purposes,a total of eight (8) curb ramps axe anticipated to require this detailed design approach. 6.5 Final Plans, Specifications and Opinion of Cost. Final plans, specifications,and an opinion of cost will be prepared as a reproducible set incorporating review comments from the City. Task 6Assumptions • Of the 72 existing curb ramp locations within the proposed project areas, approximately 52 locations appear to require installation or reconstruction based on a preliminary visual survey of existing ramp geometry using aerial and street view software.All ramp reconstructions will be completed within the limits of the existing sidewalk and it is therefore assumed that adequate Right of Way is available for these reconstructions.All property acquisition or Temporary Construction Permits necessary to construct the ramp improvements will be coordinated and obtained by the City. • The contingency task for detailed curb ramp design assumes that a maximum of eight (8) ramps will require this approach. • It is anticipated that striping modifications will be undertaken on Durham Road and Upper Boones Ferry to accommodate dedicated and/or buffered bike lane facilities. Other streets may also incorporate striping modifications.The City will provide all striping modification concepts and Consultant will incorporate the concepts in the contract drawings. No traffic engineering guidance will be necessary from Consultant staff for the modifications. • Utility improvements will be limited to adjusting existing structures to grade and adjusting grades of drainage inlets as needed. No new utility installation is included. • Traffic control plans included in the Contract plans will be limited to general notes and ODOT standard plans. No site-specific traffic control plans will be prepared. It is assumed that the Contractor will prepare detailed and site specific traffic control plans. • The City will provide all front-end bidding documents and will complete all legal reviews as necessary. Task 67 Deliverables • Electronic versions of the 50%, 90946 and Final PS&E. TASK 7 BIDDING PHASE SERVICES 7.l Bidding Services. Consultant will provide bidding services to the Citv,including responding to bidder's questions and preparing addenda as needed.A summary sheet of all bidder questions and responses will be provided to the City following the opening of bids, or as requested. Task 7Assumptions • City will distribute the contract documents,maintain a plan holder's list, and distribute addenda as needed. • Consultant will not attend the bid opening. Task 7DeEverables • Addenda • Bidder question and response summary sheet. • Recommendation of Award. 19 3' agc TASK 8 CONSTRUCTION PHASE SERVICES The Consultant will provide construction administration and inspection serf-ices with support from the City for additional inspection,public notifications and other coordination related items as needed. Construction phase services shall include: 8.1 Construction Administration 8.1.1 Conduct the pre-construction meeting with City staff,the contractor and representatives of the utility companies to effectively communicate those areas of the project which will require special attention during construction. 8.1.2 Review monthly payment requests by the contractor,verify quantities included in each pay request and prepare payment recommendations to the City. Complete a final pay estimate at project completion. 8.2 Construction Engineering and Field Inspection 8.1.3 Review and respond to contractor submittals, shop drawings,requests for information, and notifications of differing site conditions,the Contractor prepared Quality Control, Quality Assurance plan,Work plans and completed field testing for conformance to the contract documents. Consult with the City regarding the acceptability-of material substitutes or`as- equal'items proposed by the contractor. 8.1.4 Provide construction management oversight of the Contractor's work schedule and quality, coordinate construction tasks with City,public and other non-agency entities, and evaluate field design changes as necessary to complete the project.The budget assumes five (5) hours per week for an eight-week construction period for the overlay contract and five (5) hours per week for a four-week construction period for the slurry contract. 8.1.5 Attend weekly construction progress meetings to address construction related issues. 8.1.6 Provide daily site inspections to monitor the quality and progress of the work. Provide inspector's daily report of construction activities for each day of inspection along with project photos.The budget assumes 45 hours per week for an eight-week construction period for the overlay contract and 50 hours per week for a four-week construction period for the slurry sealing contract. Daily inspection services can be supplemented or replaced by City Staff at the discretion of the City.Additional construction inspection support by the Construction Manager is assumed for four (4) hours per week for each contract. 8.1.7 Provide a final walk-through of both contracts vith the contractors and City staff at project completion. Provide written punch list.to the contractors and recommendation of final acceptance when appropriate. 8.1.8 Carlson Testing or ACS Testing will provide ACP and slurry seal material verification to supplement the testing completed by the Contractor.The testing agency will be identified after the preconstruction conference to ensure sure that there is not a conflict of interest with the Contractor's selected QA/QC firm. 8.1.9 Prepare record drawings for the improvements upon completion of construction. • Inspection hours based on an eight-week construction schedule at 45 hours per week for the overlay contract and a four-week construction schedule at 50 hours per week for the slurry sealing contract. • Quality control testing services and material laboratory-analysis will be provided by the Contractor with the exception of 3rd Party Quality-Assurance included in this scope of work. Quality-Assurance tasks assume 24 hours of density technician time, 8 laboratory tests for material verification and the associated project management time from the Testing Agency. Specific Quality Assurance testing needs for the slurry material verification have not yet been determined. • Post-Construction as-built survey will not be performed. ■ The Contractor will provide all necessary construction staking for the project including all monument boxes that are shown in the contract to be 20 0a ,r� replaced or reset by the Contractor. • QA/QC verification assumes that four mix design verifications will be completed (2 for the overlay contract and 2 for the slurry seal contract) and 16 total hours of asphalt compaction testing will be provided. Task 8 Deliverables • Monthly pay estimates and recommendations. • Submittal comments and response log. • Inspector's daily report for each working day of inspection. • Weekly meeting minutes for each construction meeting. • Final punch list and recommendation of final acceptance. • Mix design and density verification reports. • Electronic (PDF) version of Record Drawings. TASK 9 DESIGN CONTINGENCIES The design contingency task has been included to accommodate minor changes of scope during project development that are not included in tasks 1-7 above and are initiated by the City. Additional tasks could include additional design services,pavement evaluation,ADA ramp evaluation and/or public communication support Work under this task will only be completed following written approval from the City project manager. TASK 10 CONSTRUCTION CONTINGENCIES The construction contingency task has been included to accommodate construction phase services that exceed the projected requirements and timelines included in Task 8. Additional tasks could include additional inspection, construction management and/or quality assurance testing.Work under this task will only be completed following written approval from the City project manager. 21111 a;; EXHIBIT B 22 1 Pan,c O 0 0 0 0 0 0 O O O O O O po O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O=0 N N N m O O 0 0 0 O O O O N N my 0 0 0 0 0 0 O o 0 b N 01 V N(01�0 W NOD NOD 07 V W NODN r V;N tO NOfO NODm V V a0 W OfDON V;(O bfOb M W N M m III t0 NOO O fOa PJ W N °00000 0000 M O f[)f0 IL)r N N (7 fD N O W M N n iG V O (O l7 n 00 OD V(+1 [CI tD m Q If]r m N W tt)W OD V'm m W m :b LL N(`7 M N Q N N ee 00 W 4 LL m M N O tff O ' rr N N (O rN ON W O NO W m ODm tOMN N1-V Nm mm N V N O NN�O' m mM V W m m b4 SON NN 001 N Q^ m to mr V V NM M 01 01 NN W MM V MN W m V W V MrmMrbmlD a0 V W ISM W W W W m O W Nth 000'7 N Mr Oti 0�f0 V V• (n OD W gym„m N N M M er M Q N H V N N M(7 m V P r M Q m m N r-r W M M r N m r W m Q V;V r W O N V m 'm (+)M N M O N V b �b m O N Q M Q r N r b m O M N N ..m r 10 r 0 M N M N b N r M m e6 DD gig g tO 40 F U r M M r N t9 H 6.9 4.9 f9 t9 6.9 N f9 f9 i9 f9 0,t9 N N 69 19 19 19 f9 t9 W h 03,40 GO to t9 49 69 N 49 49 f9 f9 fA(N f9 fA t9 19 69 19 t9 H 19 69 H t9 f9 49 19 M to fA 19 19 19 M f9 69 to(9 t9 t9 f9(A fA h M(9 N W c O O O 00 O O O O O O O O o 0 0 0 0 0O O O O O O I N MOmN V;01 N10 N .0 O O OO o G G f V N N M N M W r m M m m U m r r r r Q v d w R N U a 49 t9 t969 rA«,w w 404,,9 f9 00 0 .00 N N � 1P-v F000 o v 0 0 O O N N -N M r 0 M 13 m m O N m ^ O m m m ❑ INn N It 1° N .m.0 C m 19 FA FA H to H t9 C 0 000 O 00 m t-001 N m cot1J IN t- O , C �_ rQaO 1D memnn a0(O Q W W U)R' If)CO W W mmNNb N w w w w w 19 w 0A N f9 44 a 19 '. C 8!v V C M U W 00 0 00 0 0 w a y r3 Eppdom� O O O O N N N Q C r N(n V N m m W W r Q C U c Z 1N� N CC m d d ❑ O ~ c � CU m N 7 ' N O O PNi CcC w m m m U._ {-{pp V C _ N O N N N L O m m m o C L V N ° 7 0 m NEE 0 V N O C C C C C C L 'C O _ L. m a tl m a m W N Q N N Q 0 U) N �C C C C C m E N m m ll C C 2 V p� s p a C OW U W�M W W W W W W lq p1F-FU�;7 aom� uZ 0 m�F n c'v1 cL°AM- Ot .9 e9w w w a w v+ w wwf9 N U.LU 0w W W W wwv❑iSF�UI�U�U10fAUC7C 0 z:W a�l� � 0 � a baa a � '� m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m o 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 C If) O Y o 00 0 O t] 0 0 10 N OO O 10 N N m 0 O 1- NN N V t0 M M rN N r-0) N N r-1- 01� C N N N N O W M M r b 9 V+ 49 (040 -1-1N 49 N t9 69 H w 49 N 44 69 696940 h N N a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 t N fn V NmnO m "I co N ODm V tm NbN r V Nm NomNmODQQ ma0 lDON V mbmbrtOOm A Z` N 0 O (t) NrA N 01mNCt"J NM Mr V V mM �mm V W 0tD f0 V' rmn V'M W m V GMNN 0f m rnNN m m NnmaDm Q� Nr NN mMN a pLO V Qm W m NANO co�mQN m E O W m r(n V:M O M (D r OD'sf N aD N h m r-V W W V:Ol Q N r fO M 0 1"!(0(D n V I�M h OR N m V W r r N E w C U N N M M r N V N n 1+!r M V m m N N r r M M r N n W M m M rW co NW N Q m 0 co CD r N N ew E °a0 o M 0 0 >V N LL 0 LL IV CL a 19 f9 19 fA lA V,69 49 t9 69 N 49 to W f9 N t9 69 f9 f9 f9 f9 44 f9 49 f9 f9 W e9 69 FA t9 69.0 69 iR to 69 t9 49 69 49 49 N(9 N404HIaoqWj 49 .L-• 1W Q Ol m U p V r V V N N V V O V V O O O O N m O W m m ,0 Q ... 3 N Q m :3 N U w x 'E O O V V V N O O O O O Goo m N m O m b m 0 o m m W m 1n N A <ON m V coo W V V ~ 0 m CO w E9 l0 o p O O O O O O O Om N N !9 � mm V N co O mm mfDQ o o m O m V mb V O OO N m V m000 b to O N rN V rb (°m V Mr Nr V wN 00 9 10 V N N C N N w 0j m X 40 3 m w O O m V m VV V V m O O N O N 10 N O (.O N mr n O r LL W N a m Fl Q N m N r m V N co b N m m N V N b m V N V m N N co V m m OD f0 O O V m N N N N b V O V O j U M M N(°NVr W�NVm .V = N W 100 v m O N M O OV V m Q N m N O m N m O O h m m b E N r N r b A m W C � O m O D m C m a E m U H H v ¢ m 'E' o m O M `a3 0 0 o m o o Q m o e c h U u "c UrU $ d Q c 02 '�j u 16 0 a >, c c O c c m G m c x 0.0 o °' o c h E c a o Ti a m m C y c c c m ti 000 E •� x c m x m E a s c a a U a m G LL 3 y 'g da- c ° Q c t m E U Tm N U Z E v M a W m p O a c m m c z a E m E v ¢ o o a m w m M c e m m L° m m. m m 2 0 o❑ m v y) cOpeBc a aco_smcm .0(ppo $ e) •cc 12 � m Cl m j i y O d J O a is.m C U 6 (! m❑ V J Z J $ m ° m K 'dj G G J O c FO E m m a c Q W v o m Q r 728--_514- !oQ 6 ■M c E 3 6 •6 a m m E a m m 2 o r m y 9 H f ° 1- E (s Ti 6 E E ► H L g G�m G@ f c 0 m E y a 0 e c s c mp u 1'i m u u m m E c m o o a O 0 d O m ••�� o `c o0 m O m O pp m m� O mod'q.��' j� c 0 mL G� � cF F ° FS p F mF Q maw Zi m Zi Uf UN �` m Q €m w ^ E CC Wm > m m c0�m0_wNto UMM�Mm mm � e m m¢ r ¢ Cc. c vr{ a y 7 u m g � ic7w� E m� c7 m mi m7 moi❑ ° 2 2 m . C j E N d G E M y $ N m O c C m w c C U c M a M b V G p C C W N ° t6 m o r-ohmsg om0z @4 @m(! ammmN ❑ mm (0 re n2 Eo 00 oeomm U m .� �ti m tial U!0 V c m2F��U2Y € LL� L! v .9AIn aa$aY cY � 2ag clUaUSO¢ c.� M?41(' Z'-N b¢._m �- n! >�-n!0! f� •eQ W N E a^.O.$ 61 O m c C r_N C 0 c m m G Q Q(V(V (V N e Q m O N N m❑-Q 0 2^^ N Q Q O O C a pm m p 0 C aO Q O O O N tV(V N(V(V (V m O n.❑a.; raF Of9 MNNm¢71- 6A�i mid ni 0if 9LI1.10f-ORN$Oli.f mFUU�mUt�1b 1ti 1u 061 oif ❑Uf O a x r N M V 10 A b r N W O C Y f[1 m ttl b m Y Y m m F F F �•- F F F � H m m � n m ❑