Loading...
Carlson Testing, Inc ~ C190034 CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM (THIS FORM MUSTACCOMPANYEVERYCONTRACT) Contract Title: ESA-On-Call Services Special Inspections & Testing Number Contractor: Carlson Testing,Inc. Contract Total: N/A Contract Overview. On-Call Contract 3.4 Special Inspections and Testing Services Initial Risk Level: ❑ Extreme ❑ High Z Moderate ❑Low Risk Reduction Steps: Following Risk Matrix knv. issues will be addressed on a project need basis at time PO is issued. Risk Comments: Risk Signature: Contract Manager: Jeff Peck Ext: 2466 Department: PW Engineering Type: ❑ Personal Svc ® Professional Svc ❑ Architectural Agr ❑ Public Imp ❑ General Svc ❑ Engineering Svc ❑ Other: Start Date: 1/08/19 End Date: 1/31/21 Quotes/Bids/Proposal: FIRM AMOUNT/SCo F On-call OBS process Account String. Fund-Division-Account Work Order—Activity Type Amount FY PO will determine FY FY FY FY Approvals - LCRB Date: December 11,2018 Department Comments: Department Signature: Purchasing Comments: _ Purchasing Signature: City Manager Comments: City Manager Signature: After securing all requited approvals, forward original copf• to the Contracting and Purchasing Office along with a completed Contract Checklist. Contract 1 CITY OF TIGARD,OREGON PROFESSIONAL SERVICES AGREEMENT ON CALL SPECIAL INSPECTIONS AND TESTING SERVICES THIS AGREEMENT, made and entered into this 9`' day of January, 2019, by and between the City of Tigard, a municipal corporation, hereinafter referred to as the "City," and Carlson Testing, Inc, hereinafter referred to as the"Consultant." RECITALS WHEREAS,the City's Fiscal Year 2018-2019 budget provides for special inspection and testing services for various projects; and WHEREAS, the accomplishment of the work and services described in this Agreement is necessary and essential to the program of the City;and WHEREAS,the City desires to engage the Consultant to render professional special inspections and testing services for various projects,and the Consultant 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. Consultant's Scope of Services The Consultant shall perform professional special inspection and testing services relevant to various projects 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,on completion of the work or January 31,2021 whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. 3. Consultant'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 Consultant 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. No task order assigned under this Agreement may exceed One Hundred Thousand and No/100 Dollars ($100,000.00) at any point,including all change orders assigned to that particular task order. 2) The Parties hereto do expressly agree that the Basic Fee is based upon the Scope of Services to be provided by the Consultant 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 Consultant's compensation will not be adjusted unless the Scope of Services to be provided by the Consultant 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 Consultant periodically,but not more frequently than monthly. Payment by the City shall release the City from any further obligation for payment to the Consultant 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 Consultant 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 Consultant 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 Consultant shall be subject to audit by the City. The Consultant 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 Consultant 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) Consultant shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 2) Consultant 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) Consultant 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 Consultant or all sums which Consultant agrees to pay for such services and all moneys and sums which Consultant 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 Cite certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract. 5) Consultant shall make payments promptly, as due, to all persons supplying services or materials for work covered under this contract. Consultant shall not permit any lien or claim to be filed or prosecuted against the City on any account of any service or materials furnished. 6) If Consultant fails, neglects or refuses to make prompt payment of any claim for labor, materials,or services furnished to Consultant,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 Consultant. The payment of the claim in this manner shall not relieve Consultant or their surety from obligation with respect to any unpaid claims. 2 1 ? age 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 Consultant;however,the City shall be furnished, at no additional cost, one set of previously approved reproducible drawings, on 3 mil minimum thickness mylar as well as diskette in "DWG" or "DXF" format, of the original drawings of the work. The City shall have unlimited authority to use the materials received from the Consultant in any way the City deems necessary. B. The City shall make copies, for the use of and without cost to the Consultant, of all of its maps, records,laboratory tests, or other data pertinent to the work to be performed by the Consultant 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 Consultant 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 Consultant at no additional expense to the City except as provided elsewhere in this Agreement. 5. Assignment/Delegation Neither party shall assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment shall be of any force or effect whatsoever unless and until the other party has so consented. If City agrees to assignment of tasks to a subcontract,Consultant shall be fully responsible for the acts or omissions of any subcontractors and of all persons employed by them, and neither the approval by City of any subcontractor nor anything contained herein shall be deemed to create any contractual relation between the subcontractor and City. 6. Consultant is Independent Contractor A. The City's project director,or designee,shall be responsible for determining whether Consultant's work product is satisfactory and consistent with this agreement, but Consultant is not subject to the direction and control of the City. Consultant 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. Consultant is an independent contractor and not an employee of City. Consultant acknowledges Consultant's status as an independent contractor and acknowledges that Consultant is not an employee of the City for purposes of workers compensation law,public employee benefits law,or any other law. All persons retained by Consultant to provide services under this contract are employees of Consultant and not of Citi. Consultant 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 Consultant is found by a court of law or an administrative agency to be an employee of the City for any purpose,City shall be entitled to offset compensation due, or to demand repayment of any amounts paid to Consultant under the terms of the agreement,to the full extent of any benefits or other remuneration Consultant receives (from City or third party) as a result of said finding and to the full extent of any payments that City is required to make (to Consultant or to a third party) as a result of said finding. 3 .I n g e C. The undersigned Consultant 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 Consultant, 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, Consultant 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. Consultant 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. Consultant 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. Consultant is not an officer,employee,or agent of the City as those terms are used in ORS 30.265. 7. Indemnity A. The City has relied upon the professional ability and training of the Consultant as a material inducement to enter into this _211greement. Consultant 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 Consultant's 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 Consultant's work by the City shall not operate as a waiver or release. Acceptance of documents by City does not relieve Consultant of any responsibility for design deficiencies, errors or omissions. B. Claims for other than Professional Liability. Consultant 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 Consultant 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. Consultant 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 Consultant or its subcontractors, sub- consultants, agents or employees in performance of professional services under this agreement. Any work by Consultant that results in a design of a facility that is not readily accessible to and 4 11- a 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 Consultant,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 b; Consultant unrelated to the quality of professional services provided by Consultant in performance of this contract. S. Insurance Consultant 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 Consultant'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 Consultant and its subcontractors shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Consultant shall obtain,at Consultant'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 Consultant shall obtain,at Consultant's expense,and keep in effect during the term of this contract, Professional Liability Insurance covering any damages caused by any actual or alleged negligent act, error or omission in the rendering of or failure to render Professional Services.Combined single limit per claim shall not be less than$2,000,000,or the equivalent Annual aggregate limit shall not be less than$3,000,000 and filed on a"claims-made" form. C. Commercial Automobile Insurance Consultant shall also obtain, at Consultant's expense, and keep in effect during the term of the contract(Symbol l 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. 5 ::' ag If Contractor operates a personally-owned vehicle for business use under this contract,the Contractor shall obtain, at Contractor's expense, and keep in effect during the term of the contract, business automobile liability coverage for all owned vehicles on an"occurrence" form. The Combined Single Limit per occurrence shall not be less than$2,000,000. D. Workers' Compensation Insurance The Consultant,its subcontractors,if any,and all employers providing work,labor or materials under this Contract are subject employers under the Oregon Workers'Compensation Law and shall comply with ORS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Consultants who perform work without the assistance or labor of any employee need not obtain such coverage. This shall include Employer's Liability Insurance with coverage limits of not less than$1,000,000 each accident. E. Additional Insured Provision All policies aforementioned, other than Workers' Compensation and Professional Liability, shall include the City its officers,employees,agents and representatives as additional insureds with respect to this contract. Coverage will be endorsed to provide a"per project"aggregate. F. Extended Reporting Coverage If any of the aforementioned liability insurance is arranged on a "claims-made" basis, Extended Reporting coverage-,,.M be required at the completion of this contract to a duration of 24 months or the maximum time period the Consultant's insurer will provide such if less than 24 months. Consultant 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 Consultant must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M.Best rating of"A-VII" or better, or equivalent. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. H. Self-Insurance The City understands that some Contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minimum insurance requirements for the type of coverage required. If the Contractor is self-insured for commercial general liability or automobile liability insurance the Contractor must provide evidence of such self-insurance. The Contractor must provide a Certificate of Insurance shoving 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. 6 a e I. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Consultant shall furnish a Certificate of Insurance to the City. No contract shall be effective until the required Certificates of Insurance have been received and approved by the City. The certificate will specify and document all provisions within this contract and include a copy of_additional Insured Endorsement. A renewal certificate will be sent to the address below prior to coverage expiration. J. Indel2endent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer,employee or agent of the City as those terms are used in ORS 30.265. K. Primary Coverage Clarification The parties agree that Consultant's coverage shall be primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. L. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability and commercial automobile policies required by this contract. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: CitS of Tigard Attn: Contracts and Purchasing Office 13125 SVP 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 Consultant's liability hereunder. Notwithstanding said insurance,Consultant 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 Consultant. If City terminates the contract pursuant to this paragraph,it shall pay Consultant 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 Consultant,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 7 1 age levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 2) If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement. 3) If any license or certificate required by law or regulation to be held by Consultant, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied,revoked,or not renewed. 4) If Consultant becomes insolvent,if v=oluntary or involuntary petition in bankruptcy is filed by or against Consultant, if a receiver or trustee is appointed for Consultant, or if there is an assignment for the benefit of creditors of Consultant. An;: 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 Consultant,may terminate the whole or any part of this Agreement: 1) If Consultant fails to provide services called for by this agreement within the time specified herein or any extension thereof,or 2) If Consultant 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 Consultant fails to eliminate a conflict as described in Section 14 of this agreement. The rights and remedies of City prodded in the above clause related to defaults (including breach of contract) by Consultant 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), Consultant 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 Consultant 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 Consultant. 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 Consultant 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. 81Page 12. Method and Place of Giving Notice, Submitting Bills and MalcngPavements 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 b;personal delivery,mail,or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: CITY OF TIG.ARD CARLSON TESTING,INC. Attn:Jeff Peck Attn: Steven Leach Address: 13125 SW Hall Blvd. Address: 8430 SVC'Hunziker St Tigard,Oregon 97223 Tigard,OR 97223 Phone: (503) 718-2466 Phone: (503) 684-3490 Email: ieffp rx tieard-or.gov Email: SleachQcarlsontesting.com and when so addressed,shall be deemed given upon deposit in the United States mail,postage prepaid, or when so faxed, shall be deemed given upon successful fax. In all other instances, notices,bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to who 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 Consultant,which does not represent clients on matters contrary to City interests. Further,Consultant shall not engage services of an Consultant and/or other professional who individually, or through members of his/her same firm,represents clients on matters contrary to City interests. Should the Consultant represent clients on matters contrary to City interests or engage the services of an Consultant and/or other professional who individually, or through members of his/her same firm, represents clients on matters contrary to City interests, Consultant shall consult with the appropriate City representative regarding the conflict. After such consultation, the Consultant shall have seven (7) days to eliminate the conflict to the satisfaction of the City. If such conflict is not eliminated within the specified time period,the agreement may be terminated pursuant to Section 10 (B -3) of this agreement. 15. Force Majeure Neither City nor Consultant 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-vide 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 9 I +' a C 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 Consultant agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Consultant also shall comply with the Americans with Disabilities Act of 1990,ORS 659A.142,and all regulations and administrative rules established pursuant to those laws. All facilities designed by Consultant under this contract shall be designed to be readily accessible to and usable by individuals with disabilities as required by the Americans with Disabilities Act. 17. Errors Consultant 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 CitS s Project Manager may authorize extra (and/or change) work. Failure of Consultant 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 Consultant 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 vith the pro-,isions 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. Choice of Law.Venue The provisions of this Agreement are governed by Oregon Law. Venue will be the State of Oregon Circuit Court in Washington County or the US District Court for Oregon,Portland. 21. Compliance With Applicable Law Consultant shall comply with all federal, state, and local laws and ordinances applicable to the work under this Agreement,including those set forth in ORS 279A,279B,and 279C. 22. Conflict Between Terms It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. 23. Access to Records City shall have access to such books, documents, papers and records of Consultant as are directly pertinent to this Agreement for the purpose of making audit,examination, excerpts and transcripts. 10 1 -P i ae 24. Audit Consultant 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. Consultant agrees to permit City,the State of Oregon,the federal government,or their duly authorized representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 25. Severability In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 26. Representations and Warranties Consultant represents and warrants to the City that: A. Consultant has the power and authority to enter into and perform this Agreement. B. This Agreement, when executed and delivered, is a valid and binding obligation of Consultant, enforceable in accordance with its terms. C. Consultant (to the best of Consultant's knowledge, after due inquiry), for a period of no fewer than six calendar years (or since the firm's inception if less than that) preceding the effective date of this Agreement, faithfully has complied with: 1) All tax lays of this state, including but not limited to ORS 305.620 and ORS chapters 316, 317, and 318; 2) Any tax provisions imposed by a political subdivision of this state that applied to Consultant, to Consultant's property, operations, receipts, or income, or to Consultant's performance of or compensation for any work performed by Consultant; 3) Any tax provisions imposed by a political subdivision of this state that applied to Consultant, or to goods,services,or property,whether tangible or intangible,provided by Consultant;and 4) Any rules,regulations,charter provisions, or ordinances that implemented or enforced any of the foregoing tax laws or provisions. D. Any intellectual property rights or such delivered to the City under this Agreement, and Consultant's services rendered in the performance of Consultant's obligations under this Agreement,shall be provided to the City free and clear of any and all restrictions on or conditions of use,transfer,modification,or assignment,and shall be free and clear of any and all liens,claims, mortgages, security interests,liabilities,charges, and encumbrances of any kind. 27. Compliance with Tax Laws A. Consultant must, throughout the duration of this Agreement and any extensions, comply with all tax laws of this state and all applicable tax laws of any political subdivision of the State of Oregon. For the purposes of this Section,"tax laws"includes all the provisions described in subsection 25.C. 1) through 4) of this Agreement. e B. Any violation of subsection A of this section shall constitute a material breach of this Agreement. Further, any violation of Consultant's warranty, in subsection 25.0 of this Agreement, that the Consultant has complied with the tax laws of the State of Oregon and the applicable tax laws of any political subdivision of this state also shall constitute a material breach of this Agreement. Any violation shall entitle the City to terminate this Agreement,to pursue and recover any and all damages that arise from the breach and the termination of this Agreement, and to pursue any or all of the remedies available under this Agreement,at law,or in equity,including but not limited to: 1) Termination of this Agreement,in whole or in part; 2) Exercise of the right of setoff, and withholding of amounts otherwise due and oving to Consultant,in an amount equal to State's setoff right,without penalty;and 3) Initiation of an action or proceeding for damages, specific performance, declaratory or injunctive relief. The City shall be entitled to recover any and all damages suffered as the result of Consultant's breach of this Agreement, including but not limited to direct, indirect, incidental and consequential damages, costs of cure, and costs incurred in securing a replacement Consultant. These remedies are cumulative to the extent the remedies are not inconsistent,and the City may pursue any remedy or remedies singly,collectively, successively, or in any order whatsoever. 28. 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. Consultant,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,Cit;has caused this Agreement to be executed by its duly authorized undersigned officer and Consultant has executed this Agreement on the date hereinabove first written. Awarded by Tigard's Local Contract Review Board at their December 11,2018 meeting. CITY OF TIGARD /-- By: Marty Wine, City Manager By:Authorized Contractor Representative x,2.3 //, "3, Date Date 121 F -, , e I EXHIBIT A SCOPE OF SERVICES The Consultant shall render professional Special Inspections and Testing Services in compliance with the 2014 Oregon Structural Specialty Code, Chapter 17 Special Inspections and Tests including: Required Verification and Inspection of Steel Construction (Table 1705.2), Required Verification and Inspection of Concrete Construction (Table 1705.3), Required Verification and Inspection if Driven Deep Foundation Elements (Table 1705.7),Required Verification and Inspection of Cast-In-Place Deep Foundation Elements (Table 1705.8). Special Inspection and Testing services in compliance with ACI 318-Building Code Requirements for Structural Concrete, and ACI 530—Building Code Requirements for Masonry Structures, and project plans and specifications. All work shall be as described below,which demonstrate the broad and diverse range of services the City may contract for,not the scope of a typical Task Order A. Project Management 1. Work Scope and proposal development assistance for a particular task order. 2. Prepare and maintain the project schedule, and manage consultant staff and subconsultants to meet schedule project milestones. 3. Schedule and conduct project meetings and prepare agendas and meeting notes. 4. Prepare monthly progress reports,invoices,and cost versus budget vs percent complete reports. B. Concept Planning and Engineering 1. Research"as-built" records and other historical data. 2. Perform technical evaluations, literature research, field investigations, mathematical analyses, computer modeling, permitting agency coordination, and/or other work to determine current conditions and potential constraints and fatal flaws affecting the permitting or construction of a future project. 3. Identify and evaluate concept level project alternatives and prepare conceptual designs and cost estimates for future projects. 4. Create project design criteria and/or performance criteria for future projects. 5. Update existing utility master plans. 6. Participate/Lead public meetings to forward conceptual design and solicit public input. C. Preliminary and Final Design 1. Prepare preliminary (30%, 60%) and final (90%, Final) project designs, drawings, and specifications based upon City Standards, ODOT Standards, Clean Water Services Standards and/or other standards, including preparing supplemental general conditions and special provisions. Prepare Engineers Estimates and Bid Documents. 2. Perform specialized field investigations such as soil borings and other geotechnical investigations, water quality sampling, open channel flow measurements, pavement management surveys, pipeline condition assessments and leak studies,traffic and pedestriaii studies,speed studies,signal timing evaluations,and contaminated soils investigations and plans. 3. Conduct design review meetings, document and distribute review comments, and revise designs, drawings,specifications, and contract documents as needed. 4. Perform field and topographic surveys to support concept designs and/or final design and drawing preparation. 5. Prepare environmental reviews and documentation, environmental permit application submittals, and permitting agency coordination. 13 1 Page D. Construction Engineering and Field Services 1. Perform surveying services as requested during construction. 2. Perform as-built surveys,establish final survey monuments per County standards,and file official maps a ith the City or County as needed. 3. Provide on-site engineering and inspection support during construction,including field evaluation of specification compliance,submittal reviews,change order reviews,design revisions,billing and quantity reviews, construction management,and value engineering reviews. 4. Prepare hard copy and electronic as-built record drawings following construction completion. 5. Provide special inspections and testing services. E. Investigations, Studies,Analyses and Other Consulting 1. Cost of service analyses (e.g.,rate studies and evaluations) 2. Regulatory compliance studies and submittals such as Water Management and Conservation Plans, annual water rights reports, mixing zone studies, and Americans with Disabilities Act (ADA) compliance assessments 3. Seismic and structural analyses 4. Forensic investigations and analyses 5. Computer Applications support services (GIS,GPS,AutoCad). 6. Graphics and visualizations 141 " - ge EXHIBIT B CONSULTANT'S PROPOSAL 15 age Bend Office (541)330-9155 Geotechnicall Office(503)601-8250 Carlson TInc. Eugene Office (541)345-0289 Salem Office (503)5894252 Tigard Office (503)684-3460 November 71h,2018 City of Tigard Contracts&Purchasing Office Attn:Joe Barrett—Principal Management Analyst 13125 SW Hall Blvd Tigard,Oregon 97223 RE. RESPONSE TO REQUEST FOR PROPOSAL FOR ON-CALL CIVIL ENGINEERING AND OTHER RELATED SERVICES FOR CITY OF TIGARD(COT) Carlson Testing,Inc. (CTI) is pleased to submit our proposal to provide professional special inspection services to support the needs of the City of Tigard projects. The Point of Contact, Authorized Signatory and Project Manager from Carlson Testing on this project for special inspection will be Steve Leach. His contact information is: Steve Leach (sleach2carlsontesting.com), Sr.Vice President,PO Box 23814 Tigard, OR 97281,Office# (503) 684-3460 and Cell (503) 320-0258. ❑ STAFFING WITH THE HIGHEST LEVEL OF PERSONNEL AVAILABLE. With an experienced and multi-certified personnel staff of over 130 technical specialists with an average over 11 years' experience, CTI is the only "local" agency with the available resources to staff the City of Tigard projects with more than one "A-Team" of special inspectors. With projects that require flexibility in work hours because of operational restrictions, CTI can staff such a project with experienced certified inspectors who will participate on the projects under the direct management of our project executive and project manager. ❑ COMMUNICATION WITH PROJECT TEAM MEMBERS. Our project manager will play a vital role in the communication between the design and construction team members. One responsibility of our project manager will be to ensure that testing and inspection results are reported in a timely manner and ensuring that the results are understood by all project team members. ❑ RESPONDING TO PROJECT TIMELINES. CTI will develop a level of responsiveness and availability that will allow us to meet project testing and inspection needs. By utilizing CTI's vast resources, CTI will be able to complete our services in the most efficient and timely manner possible. In addition, CTI can build and maintain a strong level of continuity at the project site by utilizing the specific project-committed inspectors on a daily basis. ❑ KEEPING A TIGHT BUDGET ON TRACK. On tightly budgeted projects like education facilities, the special inspection budget must be realistic. CTI's approach is to establish a "real-world" budget that is at a right level to help the owner maximize their investment dollar for our services. We are fully prepared to commit all of our expertise and resources to make the City of Tigard projects successful. All of us view this as an outstanding opportunity and look forward to putting our team to work for you. Respectfully sub , CARL - ST G,INC. e Leach Sr.Vice President 8430 SW Hunziker St.,Tigard,OR 97223 PO Box 230997,Tigard,OR 97281 Table of Contents Section 1—General Qualifications& Responsiveness........................................................................................1 1.1—Firm History......................................................................................................................................................1 1.2—Service Area .....................................................................................................................................................1 1.3—Brief Description of CTI Principals'................................................................................................................1-2 1.4—Firm Staffing Capacity—Field Technicians& Inspectors..................................................................................2 1.5—Insurance Coverage..........................................................................................................................................3 Section 2—Understanding& Project Management Approach............................................................................4 Section 3—Category Specific Company Qualifications.......................................................................................9 3.1—Firm Accreditations&Certifications................................................................................................................9 3.2—Firm Staffing Capacity—Field Technicians& Inspectors ......................................................................... ...9-10 3.3—Laboratory Capabilities............................................................................................................................. 10-11 3.4—Special Testing Capabilities.............................................................................................................................11 3.5—Safety ........................................................................................................................................................ 11-12 3.6—Familiarity with the Area........................................................................................................................... 12-14 Section 4—Category Specific Technical Personnel ....................................................................................................15 4.1—Project Staffing................................................................................................................................................15 4.2—Top Management Commitment.....................................................................................................................15 4.3—Key Personnel Resumes............................................................................................................................ 15-18 Section 8—Proposal Certifications.............................................................................................................................19 Section9—Signature Page..........................................................................................................................................20 Attachment A—Acknowledgement of Addenda ........................................................................................................... Attachment B—Statement of Proposal.......................................................................................................................... Attachment C—Proposer's Submitting Category Form................................................................................................. Section 1 — General Qualifications and Resnonsiveness This section provides a description of Carlson Testing, Inc. (CTI), including number of years in business, our service area, a brief description of CTI principals' (experience&qualifications) and firm's staffing capacity and qualifications. 1.1 Firm History Carlson Testing Inc. (CTI) has been providing special inspection and materials testing services within Oregon for over 40 years. The firm of Carlson Testing was first established in 1976 as a construction inspection and materials testing organization. Originally, Douglas Leach and Susan Leach started the firm in 1972 as a branch office of Carlson Construction Consultants of Seattle, Washington. With their great success in the Portland-Metropolitan area, Mr. and Mrs.Leach purchased the Portland office and ultimately changed the name to Carlson Testing,Inc. (CTI). In addition to our Tigard office, CTI has office and laboratory facilities in Salem, Eugene, and Bend. Furthermore, CTI has a geotechnical branch also located in Tigard. Overall CTI has a company-wide staff of approximately 110 technical specialists including special inspectors licensed by the Oregon Building Officials Association, City of Portland (COP), and Washington Association of Building Officials, AWS certified welding inspectors, certified non-destructive testing and nuclear densometer technicians, and professional engineers, engineering geologists, and geologists. This breadth of expertise allows CTI to provide the full range of construction inspection,materials testing,and geotechnical engineering services. As an organization, no other firm can match CTI's depth or breadth of experience in inspection and testing. Further, this experience is not just the experience of the company. Our key management personnel all have over 30 years of experience in providing the services required under the RFP in the region. With over 125 special inspectors and testing personnel with a combined experience of over 1100 years,no other local agency can offer an equivalent depth of experienced, certified personnel who are available to support the project's needs. Our special-inspectors have an average experience level of over 10 years. As a result, CTI and our individual staff members have an unusual level of experience working with local codes and regulations along with a long history of working side by side with the same contractors, engineers, architects, and building officials who will be involved in the City of Tigard (CoT)projects. 1.2 Service Area As previously described, CTI has office locations in Tigard, Salem, Eugene, and Bend, Oregon. The Tigard location is actually two separate locations. One contains the materials testing and special inspection personnel and the other the geotechnical engineering division. Each of the five individual branch offices has "loosely" defined service areas. The areas are "loosely" defined because all branch offices are allowed the flexibility to provide services in any location based on client wishes, schedule, availability, and/or special situations. Simply said, CTI has the capability to provide unparalleled service and staffing within the State of Oregon as well as Southwest Washington. 1.3 Brief Descriptions of CTI Principals' CTI has at its core two Principles' — Scott Jordan (President) and Steve Leach (Sr. Vice President). Each of these individuals has been with CTI for over 30 years and for the last ten years they have been the primary owner's as a well. Scott has been the President of CTI for the past seven years and in addition to this he is responsible for managing the Bend branch. Steve is the Corporate Secretary/Safety Manager/Financial Manager and is the Tigard branch manager. Our Geotechnical Branch Manager is Brad Wilcox.Brad has been with CTI for 15 years and has been the Geo Manager for the past 8 years. Page 1 of 18 All of CTI's principle players have extensive backgrounds in special inspection and materials testing. Each of them started in lab at entry level positions and worked themselves up to technician to special inspector to managing branch offices. They are very knowledgeable in all aspects of the business having mastered each area before moving on to the next. 1.4 Firm Staffing Capacity—Field Technicians & Inspectors One of CTI's major strengths is our depth of personnel resources that are certified to provide inspection and testing services. Available to the CoT,is CTI's complete staff,which includes 100 field technicians and special inspectors. Of the 125 employees, 100 are licensed or certified technicians or special inspectors with ICC/City of Portland/OBOA certifications in: ❑ Pre-stressed Concrete ❑ Reinforced Concrete ❑ Structural Steel ❑ Structural Masonry ❑ Welding ❑ Wood Diaphragms ❑ Shear Walls ❑ Shotcrete ❑ Proprietary Anchors ❑ Spray-Applied Fireproofing Along with the above certifications, CTI employs American Welding Society (AWS) certified welding inspectors and American Society of Nondestructive Testing (ASNT) certified testing personnel with expertise up to and including Level III certification in ultrasonic,magnetic particle,and dye penetrant testing. Our commitment to the local community and emphasis on being knowledgeable in all local building code requirements and certifications can be a great benefit to the project team. CTI routinely performs all of the inspections and testing covered in the RFP. In addition, CTI offers a number of services which,while they are not required or even expected on every construction project, can be of critical importance in helping to resolve construction problems that can arise and helping to keep the project "on-time" and "on-budget". CTI's full staff is available and capable to support the CoYs projects. Our capacity to support this project with fully certified inspectors is illustrated below. ❑ # of Certified ACI concrete testing technicians 85 ❑ # of Certified reinforced concrete special inspectors 38 ❑ # of Certified pre-stressed concrete special inspectors 18 , ❑ # of Certified masonry special inspectors 35 ❑ # of Certified structural steel special inspectors 36 ❑ # of Certified ASNT Level I1 NDT's (UT,MT,and PT) 12 ❑ # of Certified ASNT Level III 1 ❑ # of Certified AWS welding inspectors 23 ❑ # of Certified soil,rock,and asphalt density technicians 50 I ❑ # of Certified fireproofing inspectors 24 ❑ # of Certified proprietary anchor inspectors 62 ❑ # of Roofing inspectors 8 ❑ # of Specialty testing technicians 19 ❑ #of Geotechnical Engineers 5 Page 2 of 18 1.5 Insurance Coverage Following is our current insurance coverage: Policy Type of Name of Limits Expiration Insurance Comp& Policy# Commercial General Ohio Security $1,000,000 Each Occurrence 12-01-2018 Liability (occurrence) Insurance Company $2,000,000 Aggregate BKS55357457 $2,000,000 Prod./Comp. Op. Commercial Auto Ohio Casualty $1,0005000 Combined Single Limit 12-01-2018 Liability Insurance Company BAS53766339 Excess Liability Ohio Casualty $5,000,000 Each Occurrence 12-01-2018 (occurrence) Insurance Company $5,000,000 Aggregate USO53766339 Workers SAIF Corporation $1,000,000 Each Accident 12-01-2018 Compensation/Emp. 775128 $1,000,000 Disease/Each Emp. Liability $1,0005000 Disease/Policy Limit Professional Liability Continental Casualty $3,000,000 Each Claim 12-01-2018 (claims made). Company $3,000,000 Aggregate MCH591882437 Deductible: $75,000 Page 3 of 18 Section 2 — Understanding and Project Management uroach Projects of this scope and size have key special inspection/testing tasks, which are essential to the successful completion of the project. These key tasks are just part of what will make CTI an integral part of the project team. These key tasks are also separate from any field inspection or laboratory testing services. Those items are typically easy to understand and have specific procedures and/or requirements that must be followed as defined by the appropriate code or test method. The following paragraphs outline those tasks that CTI feels will positively contribute to the overall success of the project. Some of the tasks will require input from the project team, while others will be independently completed by CTI and not readily seen by the project team,but remain very important none-the-less. As part of our services, CTI will participate in various Construction Services. Here we assist the Owner or Owner' Representative, professional design consultants, and general contractor develop a special inspection and materials testing plan that is, not only consistent with the generalized requirements of the enforcing code, but recognizes any irregular,but project specific,items that may need to be inspected. It is also an opportunity to identify items,which may specify unnecessary or redundant special inspections. Also during construction, CTI will act as the responsible party for Inspections/Sampling/Testing services. We generate reports related to any building materials installed and/or constructed. If during construction, the special inspection program is expanded due to owner requested quality assurance, services which is above or beyond the normal building code requirements, CTI responds to such changes by ensuring that the owner's concerns are justified or appropriate and,if so, completing these additional services without hindering the contractors or project's completion schedule. In addition, CTI provides Project Maintenance. Project maintenance is not only done at completion of the project, but more importantly, is done during construction. Project maintenance involves many specific "major" tasks, as well as various lesser tasks. Some of the major tasks include: (1) Active tracking and resolution on non-compliance issues. At substantial completion, if any issues listed on the NCL are still left unresolved, delay in project closeout may be incurred. This can result in costly penalties and/or repairs, loss of revenue, and more. CTI considers the timely resolution of non-compliance issues very important and we put specific and diligent effort in maintaining a fully resolute non-compliance list; (2) Budget tracking. By comparing anticipated services to actual services, CTI can quick forecast if construction efforts are going to exceed those expected during budget development. In addition, "Out-of- Scope" inspections or tests can be identified and discussion can be had to determine if they are truly needed or to understand the intent of the service; (3) Report distribution to appropriate team members within strict timelines. Efficient communication of testing and inspection reports is vital to the success of the project; (4) Attendance at project team meetings,if requested;and (5) Field staff management to ensure continuity and team building. i The lesser tasks are also of great value to the project but are typically not seen by others outside our office. Some of these tasks can consist o£ (1) Inter-office project management meetings to discuss needs of the inspectors or office staff and discuss project developments; (2) Review of personnel timesheets to verify proper labor coding for the project, as well as helping in the tracking of the budget; and (3) Review of inspection and laboratory reports to ensure accuracy and completeness prior to issuance. Other tasks that CTI performs are in direct association with Project Closeout services at substantial completion. At substantial completion and per the Building Code, CTI will provide our Client and the other members of the design and construction team with a "final" letter of compliance which is a form of closeout document that certifies that the inspections and tests performed on the work completed by the contractor were in compliance with all of the contract documents and applicable codes. Page 4 of 18 Another one of CTI's great strengths is our ability to support our projects in regards to Additional Services.With our depth of resources and extensive"specialty"testing and inspection services,we have the ability to provide complete and comprehensive services without having to subcontract to outside sources. INITIAL PLANNING OF SERVICES The first step of our cost management process is to have CTI's project executive and project manager meet with the architect, engineer, and general contractor to conduct a detailed review of the project plans and specifications, as well as, the contractor's schedule to become familiar with all items requiring special inspection services. This review provides such basic information as the number and size of concrete pours planned, subcontractors to be utilized, expected project work hours, schedule for masonry construction activities, shop and site welding and steel erection schedules, and similar information which will determine the number and duration of inspections required. At the same time, CTI will develop an understanding of the contractor's critical path and how he intends to approach the project so that we can help insure that our services are integrated into the project in a manner,which supports time and budget. BUDGETING Once we have established our expected level of effort, CTI will prepare a detailed budget for our services. This budget will reflect the assumed number and duration of all inspections and testing activities as well as the unit rate and cost extension for each individual activity to be performed so that routine budget tracking and identification of any changes during the project is simplified. Upon completion of the budget estimate, CTI will meet with the owner's representative and any other applicable construction team members to discuss the budget and any suggestions for cost savings or potential problems which have been identified since our initial planning phase. CONTINUITY CTI standard practice on all major projects is to assign key personnel who are certified in multiple disciplines. This minimizes the number of individuals necessary to inspect the various different facets of the project thereby reducing the number of trips and associated costs. Equally important, minimizing the number of different inspectors enhances the continuity of the inspection effort and significantly improves communications resulting in a smoother project overall. Thus,we are often able to "group"inspections together and eliminate the need for an additional trip. INSPECTION RESPONSE TIME CTI prides itself on only proposing on projects in which our participation can be relied on in a timely and professional manner. Fulfilling our commitments to our client,while exceeding their expectations and helping to successfully obtain their project objectives is a goal at CTI. As already described, the depth of resources available at CTI and our extensive capabilities will ensure fast and easy access to certified inspection and testing personnel in all of the required disciplines. The following paragraphs provide the Project team with a clear and concise understand of how CTI manages requests for our inspection services. This includes Standard Notice,Short Notice, Overtime,and Weekend Work. STANDARD NOTICE Once the project has been initially setup through CTI's Project Manager, in this case Ty Toller, the client or their designated representative, contractor, or approved supplier, simply needs to contact our dispatcher to initiate our services. To best serve our clients, CTI prefers an advanced notification of 24 hours for periodic or continuous inspections. In general, the prior notification for visits is vital so that CTI can maximize each visit by scheduling the proper personnel who can complete multiple services during each visit. Personnel pre-scheduled for site visits arrive at the designated time and are fully equipped to complete each requested service. Page 5 of 18 SHORT NOTICE CTI realizes that our services may be requested with less than a 24-hour notice. To help prevent project delays due to inspection or testing services, over the years, CTI has developed a highly efficient computerized dispatch, scheduling, and communication system. This, along with our large pool of personnel resources, allows CTI to have a qualified inspector or technician readily available to be dispatched. This means that the project will not have to worry about how to handle any last-minute scheduling or unanticipated testing needs, or any other unexpected service needs that may arise during the project's development and construction. Our personnel are equipped with the most reliable and up to date communication devices, thus allowing are dispatchers to be in continuous contact with all of our field personnel. Additionally, all of CTI's management personnel are equipped with phones and email capabilities for continuous accessibility. With our local availability9 feel that we can handle most short notice situations in as little as one to two hours on thisprojecta OVERTIME CTI's normal operating hours are from lam to 5pm (10 hour days),Monday through Friday. In the case of significant overtime, CTI will try to contact the appropriate owner representative to discuss the need for the overtime and to obtain approval prior to performing the work. If contact is not made, CTI will document the reason for the overtime for Client review. For minor overtime situations (less than 2 hours), proposes to perform the requested work in the most efficient way possible to minimize any impacts to the project budget. WEEKEND WORK Although not anticipated at this time,we realize that the superior weather conditions in the summer months, tends to lead construction activities to be extended into the weekend. If the contractor feels that the project would be best served by performing work in the weekends,CTI has certified staff that resides within minutes from the project site. In cases requiring weekend field or laboratory testing, CTI's local presence and quick response capabilities will save time and money. During the pre-construction meeting, project team members will be provided with our specific project special inspectors phone numbers so they will be accessible at all times in the event that emergency weekend work and/or short notice response is needed to keep the project on time and budget. Along with a strong desire to maintain and build communication,is CTI's effort to maintain and ensure the accuracy of our inspections and testing results. The implementation of and adherence to a comprehensive quality program is a critical component of all testing and inspection agency certification and accreditation programs. In accordance with A2IA national accreditation requirements and the requirements of ESO/IEC Guide 25- 1990, CTI has established a written Quality Assurance Program. This program is designed to ensure the reliability of the results of maternal testing and meld inspections performed by CTR and, thereby, to ensure that the Company maintains consistently high standards of performance in the services provided to our customers. As virtually every aspect of the Company's organization and procedures influences the quality of its services, the Quality Assurance Manual and Program touches every area of CTI's operations. Specific procedures ranging from personnel training and qualifications to equipment maintenance and calibration are part of this program. Sample control to internal and external audits, document control, and management responsibilities including the appointment of a Quality Assurance Manager are also part of this program. The following are among the most significant subject areas governed by CTI's Quality Assurance Manual: ❑ Company organization,management structure and management responsibilities ❑ Training and qualification of personnel ❑ Maintenance,calibration,and control of test equipment ❑ Internal work flows ❑ Assignment of(qualified)personnel to projects Page 6 of 18 ❑ Use of subcontractors or external vendors on projects ❑ Identification and logging of samples ❑ Reporting of laboratory testing and field inspection results ❑ Use of standard reports and management reviews ❑ Maintenance of project non-compliance lists ❑ Investigation and handling of customer complaints ❑ Maintenance of records ❑ Use of internal, external,and accreditation audits to verify Program compliance Within each subject area covered by CTI's quality system, the Program provides strict procedures and performance standards to ensure the reliability of CTI's testing and inspection results. While it is not possible to summarize all of these procedures,the major emphasis of the system is to ensure: (>) That samples are properly identified, tested in accordance with accepted laboratory protocols,and di posed of. (2) That qualified personnel are assigned to all projects both in the field and in the laboratory. (3) That all testing equipment is properly maintained and calibrated at required intervals and that calibrations are traceable to NIST standards (4) That test and inspection reports are properypreared and reviewed and distributed to the client and other appropriate individuals in a timely and fi ent manner. (5) That each special inspection pryea is audited prior to close out to ensure that all non-conformance items have been corrected. (6) That internal and external audits are performed on a routine basis to ensure that CTI operations are conducted in accordance with the requirements of the quality ystem and applicable laboratory / agency accreditations and certifications. In addition to the detailed operating procedures and standards CTI has incorporated in our quality system, CTI regularly participates in "round robin" or laboratory proficiency testing with other testing laboratories from across the United States. These proficiency tests are designed so that a nationally recognized organization provides all participating laboratories with unknown samples that are virtually identical in the characteristic to be measured. Each laboratory then performs the specific test procedure being evaluated and reports its results back to the sponsoring organization where all results are compiled,statistically analyzed, and reported back to the participating labs. Ultimately, this performance-based proficiency testing provides our customers with the highest level of assurance that CTI's test results are accurate and reliable. This program has been aggressively implemented by our company and has been revieuved and accepted by.• D The American Association for Laboratory,-Accreditation (A2LA) D The City of Portland ❑ Oregon Building Officials Association (OBOA) ❑ Washington Association of Building Officials (WABO). With the exception of OBOA, these organizations as well as Oregon Department of Transportation (ODOT) regularly conduct external audits of our operations to ensure that CTI is in compliance with our program. While we do not distribute copies of our QA Program,it is a vailable for reT ew at out office. Page 7 of 18 Ad didonal Information MINIMEZENG THE NUMBER OF SITE VISITS CTI standard practice on all major projects is to assign key personnel who are certified in multiple disciplines. This minimizes the number of individuals necessary to inspect the various different facets of the project, thereby reducing the number of trips and associated costs. Equally important, minimizing the number of different inspectors enhances the continuity of the inspection effort and significantly improves communications resulting in a smoother project overall. In addition to proper selection of key project personnel, maintaining good communications with the contractor helps minimize the number of inspection visits, which are necessary. By working closely with the contractor, the lead inspector is kept current at all times with respect to the status of activities requiring inspection or testing and variations in the contractor's schedule. Thus,without slowing the project,we are often able to "group"inspections together and eliminate the need for an additional trip. CTI's efforts during the initial implementation of the project are to identify potential cost savings areas that may exist and to discuss these opportunities with the engineer and owner. In many cases the project specifications may contain requirements, which exceed those of the building code. By identifying and discussing these items, it is frequently possible to reduce the number of visits or tests without impacting the quality of the construction. I\�/I1 AXIMIZING CTE CAPABII.ETR ES For projects that require structural steel"shop" fabrication and inspection,it has been our experience that the majority of the fabrication is completed in local fab shops located in Portland, Salem, Eugene, Bend, and Medford. CTI presently has certified and licensed inspectors who reside in all of these locations. For shop inspections located outside the immediate Portland area, we will utilize one of our local resident inspectors to complete the required inspections, thus minimizing project costs and maximizing CTI's value to the project. PROJECT REPORTS Following each day's inspections, the lead will prepare a field report detailing the results of all inspections performed and any non-compliance items. Under all circumstances, a copy of this report will be left with the contractor prior to departure from the site. Depending on the CoT's desires, typed copies can be distributed by mail, email, Internet or other means. Test reports for laboratory testing and inspection reports for fabrication shop inspections will normally be prepared and distributed from CTI's Tigard office within 3 to 4 days of completion of the test or inspection. Of course,in the event that an item fails to meet the project specifications, CTI will notify the appropriate project personnel by telephone and, if desired,will fax a copy of the handwritten report. While the above procedure meets the needs on most projects,we have used other approaches depending on the owner's expectations. These have varied from emailing reports to publishing reports on a secure project Internet site,which is accessible to the members of the construction team to utilizing a laptop computer onsite to prepare and distribute our reports at the time of the inspection. Again, Mis flexible and prepared to work with the CoT'in making sure reports are distributed and understood in a tin iely and efficient manner Page 8 of 18 Section 3 — Category Specific Company Qualifications 3.1 Firm Accreditations/Certifications The firm of CTI has attained numerous group and individual certifications and accreditations from many different agencies. A list of these certifications and accreditations are provided below. Copies of the actual certificates for each agency listed can also be provided,if requested. ❑ CTI is nationally accredited by the American Association for Laboratory Accreditation (A2LA) for construction materials testing in compliance with ISO/IEC 17025:2005 and ANSI/ASTM E329 (materials), C1077 (concrete) and D3666 (bituminous). http://www.a2la.org/scopepdf/0258-Ol.pd ❑ CTI is an Oregon Building Official Association (OBOA) registered Special Inspection Agency and Approved Testing Laboratory. ❑ CTI is a City of Corvallis approved Testing Laboratory based upon accreditation with A2LA and is limited to the scope listed in our A21A"Scope of Accreditation". ❑ CTI is a certified Washington Association of Building Officials (WABO) Special Inspection Agency in the fields of reinforced concrete, pre-stressed concrete, shotcrete, structural masonry, structural steel and welding, spray-applied fireproofing and timber piling. ❑ CTI is audited and approved to provide materials testing services for the US Army Corps of Engineers. ❑ CTI is an Oregon Department of Transportation (ODOT) approved Testing Laboratory and Inspection Agency to provide a variety of tests and inspections for soils,aggregate,asphaltic concrete,and concrete. ❑ CTI is approved to provide testing laboratory services for Washington County. ❑ CTI is approved to provide testing laboratory services for Clackamas County. ❑ CTI is licensed by the State of Oregon Department of Human Services Public Health Division for Radioactive Materials. License # ORE- 90401 CTI maintains professional affiliations with the above-mentioned agencies as well as the International Conference of Building Officials (ICBO),American Welding Society (AWS),American Society for Non-Destructive Testing, (ASNT) and numerous other professional organizations. 3.2 Firm Staffing Capacity—Field Technicians & Inspectors. One of CTI's major strengths is our depth of personnel resources that are certified to provide inspection and testing services. Available to the CLC is CTI's complete staff,which includes 125 field technicians and special inspectors. Of the 125 employees, 100 are licensed or certified technicians or special inspectors with ICC/WABO /OBOA certifications in: ❑ Pre-stressed Concrete ❑ Reinforced Concrete ❑ Structural Steel ❑ Structural Masonry ❑ Welding ❑ Wood Diaphragms ❑ Shear Walls ❑ Shotcrete ❑ Proprietary Anchors ❑ Spray-Applied Fireproofing Page 9 of 18 Along with the above certifications, CTI employs American Welding Society (AWS) certified welding inspectors and American Society of Nondestructive Testing (ASNT) certified testing personnel with expertise up to and including Level III certification in ultrasonic,magnetic particle,and dye penetrant testing. Our commitment to the local community and emphasis on being knowledgeable in all local building code requirements and certifications can be a great benefit to the project team. CTI routinely performs all of the inspections and testing covered in the RFP. In addition, CTI offers a number of services which,while they are not required or even expected on every construction project, can be of critical importance in helping to resolve construction problems that can arise and helping to keep the project "on-time" and "on-budget". CTI's full staff is available and capable to support the needs of the CLC. Our capacity to support this project with fully certified inspectors is illustrated below. ❑ #of Certified ACI concrete testing technicians 85 ❑ # of Certified reinforced concrete special inspectors 38 ❑ # of Certified pre-stressed concrete special inspectors 18 ❑ # of Certified masonry special inspectors 35 ❑ # of Certified structural steel special inspectors 36 ❑ # of Certified ASNT Level II NDT's (UT,MT,and PT) 112 ❑ #of Certified ASNT Level III 1 ❑ #of Certified AWS welding inspectors 23 ❑ # of Certified soil,rock,and asphalt density technicians so ❑ # of Certified fireproofing inspectors 24 ❑ # of Certified proprietary anchor inspectors 62 ❑ # of Roofing inspectors 8 ❑ # of Specialty testing technicians 19 ❑ #of Geotechnical Engineers 5 3.3 IL2horatory Capabilities. Another one of CTI's major strengths is the breadth of its technical capabilities. All laboratory procedures are performed in accordance with standardized and accepted procedures promulgated by ASTM, AASHTO, ICBO, ODOT and other governing bodies. Our laboratory is nationally accredited and regularly audited by the American Association for Laboratory Accreditation (A2LA), Oregon Department of Transportation, City of Portland, and Washington Building Officials Association. Our extensive laboratory testing capabilities include the following: ❑ Soils ❑ Aggregate ❑ Asphalt ❑ Concrete ❑ Masonry ❑ Steel ❑ Fireproofing In addition to providing compressive strength testing on concrete,grout,masonry shotcrete, and gyperete specimens, our labs support hundreds of construction projects each year by providing: ❑ Moisture analyses ❑ Moisture-density testing ❑ Sieve tests ❑ Plasticity index testing ❑ Bearing ratio determinations Page 10 of 18 ❑ Abrasion testing ❑ Specific gravity ❑ Other laboratory analyses on soil and rock samples Similarly,our asphalt lab routinely performs: ❑ Extraction-gradation testing ❑ Rice specific gravity determinations ❑ Marshall,Hveem,and Gyratory mix designs ❑ Tensile strength testing ❑ Pavement thickness ❑ Other asphalt-related laboratory evaluations 3.4 Special'Vesting Capabilities. In addition to our deep staff of special inspectors, CTI has specialists in a wide variety of other technical disciplines. This extensive depth of experienced inspectors and the breadth of CTI's specialty testing capabilities can provide the construction team with significant advantages and help to keep the projects "on-time and on-budget." Along with the standard services for soil, rock, asphalt, concrete, steel, masonry and roofing, CTI also has the capabilities to provide the following support services. They include: ❑ Rebar Locates ❑ Roofing Inspection&Testing ❑ Skidmore-Wilhelm Testing ❑ Ground Penetrating Radar Surveys ❑ Concrete and Asphalt Coring ❑ LOK Testing ❑ Resistograph Inspections ❑ Load Testing ❑ Welder Qualifications ❑ Slab Moisture Testing ❑ Weld Procedure Preparation ❑ Floor Flatness Testing ❑ Non-destructive Testing ❑ Paint Thickness Testing 3.5 Safety Over the last several years CTI has put a considerable amount of time, money and energy to revitalizing our safety program. Because of this effort CTI has gone from an EMR of 2.19 in 2015 to EMR of.077 as of today. Furthermore, if the current trend continues CTI's EMR for 2019 will be a remarkable 0.75. CTI's has worked with CH2M Hill, Hoffman Construction and many others in putting together a program of monthly training, site specific safety plans, daily pre-task plans and specific safety training programs (Fall protection,lift training, etc.) that has propelled CTI to new levels of safety awareness. On projects with a similar emphasis on safety, CTI has made it a priority to be proactive in implementing its safety program. Communication with the onsite safety manager and the CTI personnel it critical in preparing for each day's inspection program. Pre-task plans of all inspections will be submitted at the beginning of the project for review by the Mortenson Safety Manager. Also, a comprehensive site specific safety plan will be made and posted for all CTI personnel to review and sign off on prior to the commencement of work. As indicated by the table above CTI has the largest inspection force in the State of Oregon. No other firm can equal the number of inspectors CTI has available to CRW's projects. CTI has a superior level of expert experience in all special inspection and materials testing fields discussed in this RFP. With over 40 years of experience providing special inspection and materials testing services in Oregon, we have performed virtually all types of special inspections and materials testing services on numerous large and complex projects simultaneously. With approximately 100 expert field inspectors and technicians, CTI has more trained and certified inspectors than any other Oregon testing and inspection agency. Page 11 of 18 It means that during 2017 alone, CTI performed over: ❑ Approx. 60,000 hours of concrete&rebar inspections ❑ Approx. 10,000 hours of pre-stressed&post-tensioned concrete inspection ❑ Approx. 12,500 hours of soil&rock inspections (excluding our geotechnical engineering services) ❑ Approx. 8,000 hours of on-site asphalt testing and inspection ❑ Approx. 14,500 hours of masonry&rebar inspection ❑ Approx. 72,000 hours of structural steel shop& field welding,and bolting inspections including NDT That's over 177,000 man-hours in a single year or 14,750 man-hours per month, of special inspection. No other organization even approaches this depth of "day-in and day-out" experience in the special inspection disciplines required on the District's upcoming projects. Our depth of expert personnel actually gives us the capacity to provide over 17,000 hours of on-site services per month depending on the specific mix of services required by our client's project needs. At the time of this proposal CTI was running at 85% capacity. However, upon review of the CoT's proposed construction schedule CTI should be able to easily staff the CoT's projects with as many qualified inspectors as they may require. 3.6 Familiarity with the Area CTI has for the past 40 years worked closely with nearly all of the local city,county and other municipal jurisdictions on thousands of projects ranging from small road crossings to water treatment plants to major road infrastructure projects like the Dundee Bypass project.We also have a very close working relationship with entities like Clean Water Services, Tualatin Valley Water District and Washington County to name a few.The following is a partial list of some of the projects we have been involved over the past three years. Project Name Location Year Tryon Creek WWTP—Clarifier Lake Oswego 2017 Vancouver Westside WWTP—UV system Vancouver 2017 Canby WWTP Sludge Dewatering Building Clackamas County 2017 Material Processing Yard Hillsboro 2016 Rock Creek WWTF Clarifiers Washington County 2016 River Terrance North Pump Station Tigard 2016 Rock Creek Centrifuge Hoist Addition Washington County 2016 Banks Sewer Force Main Banks 2016 Metro Central Transfer Station Portland 2016 Taylor W VTP—Holiday Testing Corvallis 2016 Grande Point at Villebois WW17P Wilsonville 2015 Durham Primary Treatment Tigard 2015 City of Vernonia WWTP Improvements Vernonia 2015 Boeing—WW IT Ventilation Upgrade Gresham 2015 This section outlines our firm's experience with similar projects related to public works. It also provides a brief listing of our experience in the area, specifically public works/city projects. Specific "example" projects have also been listed which provide the following: A. The client contact with phone number,project title,and location. B. The year the project started and reached substantial completion. C. The type of project: renovation,addition,or replacement. Page 12 of 18 Some of our recent public works experience includes major construction projects like the City of Wilsonville WWTP, City of Battleground Flow Equalization, Durham WWTP Aeration Basin #1 & #2, Salmon Creek WWTP Expansion, Crandall Reservoir&Pump Station,Springville Reservoir#1 & #2, and City of Lake Oswego Water Treatment Plant& R.I.P.S.. Additionally we have done technically complex projects, numerous seismic upgrade projects, facility additions and remodeling projects of all sizes,and various repair and maintenance related projects. Completed Projects with References: Cit of . •Expansion 9275 S117 Tauchman Road Ore n Project includes a new Secondary Process Facility, Flow Control Structure, Disk Filters Facility, Disinfection Channel, Sludge Storage Basin/Biofilter and Plant Drain Pump Station. Slab-on-grade, structural concrete, structural steel, Structural Masonry,proprietary anchors,high strength bolting,rock compaction, and asphalt compaction. A. Construction started in 2012 to January 2014. B. Client is Brown&Cladwell. Owner's contact is Jerome Duletzke. (503) 244-7005 C. Engineer is CH2M Hill. Sterling Rose is principal Engineer (541) 786-3495 D. The estimated construction contract amount is 37,000,000. E. Testing and inspection contract amounts at award $75,570. Amount at contract closeout was $70,452. This contract was on a time and materials basis. Feinhifl Western Wetlands r r Svstem • �� Project included a new vertical flow system. Slab-on-grade, structural concrete, rock compaction, and asphalt compaction. A. Constructed in August of 2016 and is still on going. B. Client is Clean Water Services. Owner's contact is Steve Kebbe. (503) 547-8198. C. Contractor is Tapani, Inc.Justin Massie is the Project Manager. (360) 687-1148. D. Testing and inspection contract amounts at award $14,567. Durham WIWTP-Improvements T�gard, Oren ,o WTP improvements include Headworks Screening, ODOR Control System, Compressor Install and Jib Crane Install. Inspection of structural concrete, structural steel and proprietary anchors was performed. A. Constructed in October 2014 to November of 2015. B. Client contact is Clean Water Services. Owner's contact is John Michael. (503) 547-8129. C. Contractor is 2KG Contractros. David Smethers is the Project Manager. (503) 830-4400. D. Testing and inspection contract amounts at award$35,658. Page 13 of 18 CanbWWTP Dewatering Building •re,i. WTP expansion of the Sludge Dewatering Building,Lab Building and Sludge Storage Tank. Inspections included rock compaction, asphalt compaction, structural concrete,structural steel,proprietary anchors. A. Constructed in January of 2016 to May of 2016. B. Client contact was Curran-McLeod,Inc. Owner's contact is Paul Beskow. (503) 684-3478. C. Testing and inspection contract was on a Time and Material basis. OswegoCity of Lak-e — Water Treatment Plant Lake Oswe,go, OreSon WTP expansion include a new Clearwell & Finished Water Pump Station, Ballasted FLOCC, Electrical Building, Gravity Thichener & Solids Tank, Chemical Building, Ozone Contactor, Dewatering Building, Lagoon Pump Station, Lox Storage and Administration Building. Inspection of structural concrete, structural steel, structural masonry, proprietary anchors,rock compaction,and rock/asphalt compaction and concrete shrinkage was performed. A. Constructed in January of 2014 to November of 2015. B. Client contact is City of Lake Oswego. Owner's contact is David Prock. (502) 697-7417. C. Contractor is Slayden Construction Group.Kyle Huntley is the Project Manager. (503) 769-1969. D. 'Vesting and inspection contract amounts at award$95,800. Page 14 of 18 Section 4 — Categoxy Specific Technical Personnel r• i 4.1 Project Staffing Project Organization Chart The core project team we propose to use for the SWA's Projects bring strong experience in the following key areas: ❑ Extensive experience with the construction of education facilities including renovation and addition projects. ❑ Proven ability to maintain and build strong team continuity throughout a project. ❑ Deep resources that allow for short notice scheduling without damaging schedule or budget. ❑ Strong commitment to cost control and budget management. 4.2 Top Management Commitment CTI's approach starts with the commitment of top management to be actively involved in the project from start to finish. For the SWA Contract,we propose to commit Steve Leach to serve as overall Project Manager. In this capacity, Steve will help establish the budgets for various projects,will attend necessary meetings, supervise and coordinate all CTI project managers and lead inspectors, support personnel and equipment resources involved,provide backup inspections when special project needs arise, and resolve any problematic issues.Also, Steve is CTI's Corporate Safety Director and will, in this capacity maintain that all CTI employees follow the site safety protocols and perform their onsite duties in a safe manner. Supporting Steve as an Assistant Project Manager will be Keith Gauvin.Keith is particularly strong in project planning, organizational design, tracking of performance, training of technicians, managers and engineers, and has the proven ability to provide the highest level of project management. CTI understands the need for a team-oriented environment in which the partners are responsive to the project team's needs, attention to interests and goals, clear communications and the need to provide the highest level of professionalism in all aspects of the project scope. For this reason, Steve and Keith have committed the following individuals to the SWA's projects: ❑ Jeff Black ❑ Henry Timzen ❑ Steve Dugger ❑ Doug Loftesness 4.3 Ivey personnel Resumes. A few of the Resumes for CTI's project team members,including key management and field inspection personnel are included as follows.Additional resumes available upon request. Page 15 of 18 Steve Leach—Project Manager Qua�IllIlcati®iso YEARS OF EXPERIENCE:30 ® 30+Years of Inspection Experience YEARS AT CARLSON TESTING:30 • Design Team&Contractor Interface • Cost&Quality Control Expertise • Communications Facilitator CERTIFICATIONS: ❑ ACI (00933240) o FTT Grade 1 Steve's success with projects like Waluga Reservoir, ❑ CITY OF CORVALLIS(96-140) Crandall Reservoir, Powell Butte Reservoir, and o Grading Excavation Dill Springville Reservoir gives him the insights and o Shotcrete understanding needed for managing the special o Reinforced Concrete inspection and materials testing needs of Clackamas o Bolts in Concrete River Water and their projects. He knows the issues of o Reinforced Gyp Concrete high quality standards, tight cost control, and timely o Insulating Concrete Fill delivery. He is experienced in plan review, cost o SMR Concrete Frames estimating, scheduling of proper inspection support, o Structural Masonry and project management. His ability to resolve highly o Proprietary Anchors technical problems that arise in the field has helped his ❑ OBOA(243) projects meet quality,budget,and schedule. o Reinforced Concrete o Structural Masonry Responsibilities: o Proprietary Anchors Steve's responsibilities focus on coordination, o Shotcrete scheduling and cost control. He will work closely with o Structural Wood the CRW and the other team members to develop a o Fireproofing special inspection plan that helps to meet the owner's J OSHD (575) needs and expectations. He supervises the CTI project o Quality Control Technician team, reviews inspection and testing reports. He ❑ TROXLER ensures that CTI reports are communicated properly. o Radiation Training He works directly with the construction project team in o Radiation Safety Officer the event that technical problems arise on the project, ❑ ICC(5313262) and works with the "on-site" lead inspector and client o Fireproofing to control and minimize project testing and inspection o Reinforced Concrete costs. o Structural Masonry RELEVANT EXPERIENCE: ❑ Waluga Reservoir—Roof Replacement ❑ Garden Home Reservoir ❑ Canby Utility—2MG Reservoir-Refurbishment ❑ Crandall Reservoir&Pump Station ❑ Powell Butte—Reservoir#2 ❑ City of Rainer—15K Reservoir ❑ Springville Reservoir#2—New 10MG Reservoir ❑ Springville Reservoir#1 —E.Water Tank Repair ❑ Elk Ridge—High Level Reservoir ❑ La Center Reservoir ❑ Teufel Reservoir#2 ❑ Skyline Reservoir ❑ City of Zig Zag Reservoir ❑ Cooper Mountain Reservoir ❑ McGuire Reservoir-Expansion Page 16 of 18 Primary Inspectors Teff Black—Special Inspector Henry Timzen—Special Inspector YEARS OF EXPERIENCE:30+ YEARS OF EXPERIENCE:30+ YEARS AT CARLSON TESTING:23 YEARS AT CARLSON TESTING: 21 CERTIFICATIONS: CERTIFICATIONS: Ll (923011) ACI (00962381) o FTT Grade 1 o Concrete Technician—Grade I❑ ICC(1071296) J ICC(873733) o Reinforced Concrete o Reinforced Concrete o Structural Masonry o Structural Masonry ❑ OBOA(392) o Spray-Applied Fireproofing o Reinforced Concrete ❑ OBOA(420) o Structural Masonry o Proprietary Anchors o Proprietary Anchors o Structural Masonry o Shotcrete ODOT(41825) o Reinforced Concrete o CDT o Structural Wood o QCT o Spray-applied Fireproofing 0 TROXLER o Shotcrete o Radiation Training -1 WABO(SI 01139) o Structural Masonry RELEVANT EXPERIENCE: RELEVANT EXPERIENCE: ❑ Kelly Butte Reservoir ❑ Sherwood High School-Expansion 0 Klineline Reservior&Pump Station ❑ Milwaukie High School—JC Lillie Center for 0 City of Scappoose—2MG Reservoir the Fine Arts ❑ Cascade Plaza Expansion ❑ Washington High School-Renovation 0 Providence Portland Medical Center ❑ Banks Middle School—Remodel ❑ Willamette Ridge Townhomes ❑ Banks High School—Addition/Remodel 0 Progress Ridge Townhomes ❑ West Powellhurst Elementary School- ❑ Lovejoy Mixed Use Building Renovation ❑ TVF&R Station#66 ❑ Parkrose Middle School ❑ Canterbury Place—Phase II :] Trillium Creek Primary School 0 Auto Zone Stores ❑ Lowrie Primary School ❑ Arbor Crossing ❑ Central Catholic High School—Addition • The Allison Inn&Spa ❑ Westside Christian High School ❑ David Douglas High School—Aquatic Center ❑ David Douglas High School—Phase II Addition/Remodel ❑ Camas High School—Addition/Remodel ❑ Dorothy Fox Elementary School—Addition ❑ Jesuit High School—Math&Science Bldg. ❑ Scappoose High School—Addition/Remodel ❑ Camas High School—Doc Harris Stadium ❑ Sunset High School—Addition/Remodel Page 17 of 18 Steve Duge�pecial Inspector Doug Loftesness—Level III UT/MT/PT YEARS OF EXPERIENCE:30+ YEARS OF EXPERIENCE:16 YEARS AT CARLSON TESTING: 18 YEARS AT CARLSON TESTING: 16 CERTIFICATIONS: CERTIFICATIONS: ICC > ASNT NDT(111964) o Structural Steel&Welding(5012760-S1) o MT-III o Structural Steel&Welding(5012760-S2) o PT-III ❑ OBOA(191) o UT-III o Structural Steel&Welding—S1 ❑ AWS(04040491) o Structural Steel&Welding—S2 o CWI—Certified Welding Inspector o Proprietary Anchors J OBOA(773) o Cold Form Steel Framing o Proprietary Anchors ❑ WABO(01506) o Structural Steel&Bolting(S1) o Structural Steel&Bolting—S1 o Structural Welding(S2) o Structural Welding—S2 o Structural Wood ❑ AWS(96120111) o Spray-Applied Fireproofing o Welding Inspector j ICC(5123883) o Structural Steel&Bolting(S1) RELEVANT EXPERIENCE: o Structural Welding(S2) ❑ PCC Cascade Campus—Library Renovation o Spray-Applied Fireproofing ❑ Beaverton School District—New Middle ❑ WABO(SI 01507) School o Structural Steel&Bolting(S1) ❑ Portland Public School—Ainsworth E.S. o Structural Welding(S2) ❑ PCC Cascade Campus—Student Center o Spray-Applied Fireproofing ❑ North Clackamas School Dist.—New Admin. Building RELEVANT EXPERIENCE: ❑ Valley Catholic High School ❑ Lakeridge High School—Roof Repair ❑ Open School East ❑ Lake Oswego High School—Remediation ❑ Portland Public Schools—Franklin H.S. ❑ Camas High School—Additions/Remodel ❑ Oregon City School District—Transportation ❑ Jesuit High School—New Math&Science &Maintenance Facility Building ❑ Portland Public Schools—Roosevelt H.S. J Linwood Elementary School—Renovations ❑ Oregon Episcopal School—New Lower ❑ Rowe Middle School—Additions/Remodel School ❑ Menlo Park Elementary School—Alteration ❑ David Douglas High School—New Classroom Building ❑ Thomas Jefferson Middle School ❑ Metzger Elementary School—Replacement ❑ CF Tigard Elementary School—Replacement ❑ Salmon Creek Elementary School— Replacement ❑ Reynolds Elementary School ❑ Washington Elementary School— Addition/Remodel Page 18 of 18 SECTION 8 PROPOSAL CERTIFICATIONS Non-discrimination Clause The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services, because of race, color, religion, sex, national origin, handicap or age with regard to, but not limited to,the following:employment upgrading,demotion or transfer;recruitment or recruitment advertising;layoffs or termination; rates of pay or other forms of compensation; selection for training, rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order from the City,unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by: Steven W. Leach Firm Name: Carlson Testing, Inc. Address: 8430 SW Hunziker Street Tigard, OR 97223 Resident Certificate Please Check One: ® Resident Vendor: Vendor has paid unemployment taxes and income taxes in this state during the last twelve calendar months immediately preceding the submission of this proposal. Or ❑ Non-resident Vendor:Vendor does not qualify under requirement stated above. (Please specify your state of residence: Officer's signature: ---- Type or print officer's name:_ Steven W. Leach, Sr. Vice President RFP—On-Call Civil Engineering and Related Services 17 Page Close—Wednesday,November 7,2018—2:00 pm SECTION 9 SIGNATURE PAGE The undersigned proposes to perform all work as listed in the Specification section, for the price(s) stated; and that all articles supplied under any resultant contract will conform to the specifications herein, The undersigned agrees to be bound by all applicable laws and regulations, the accompanying specifications and by City policies and regulations. The undersigned,by submitting a proposal,represents that: A) The Proposer has read and understands the specifications. B) Failure to comply with the specifications or any terms of the Request for Proposal may disqualify the Proposer as being non-responsive. The undersigned certifies that the proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The undersigned certifies that all addenda to the specifications has been received and duly considered and that all costs associated with all addenda have been included in this proposal: Addenda: No. 0 through No. 0 inclusive. We therefore offer and make this proposal to furnish services at the price(s) indicated herein in fulfillment of the attached requirements and specifications of the City. Name of firm: Carlson Testing, Inc. Address: 8430 SW Hunziker Street Tigard, OR 97223 Telephone Number: 503-684-34 Fax Number: 503-684-0954 By: Date: November 7, 2018 (Sighmdr-e of Authorized Official. If partnership, signature of one partner.) Typed Name/Title: Steven W. Leach, Sr. Vice President If corporation,attest: Steven W. Leach, Sr.Vice President (Corporate Officer) 0 Corporation F1 Partnership Ej Individual Federal Tax Identification Number (TIN): 93-0658577 RFP—On-Call Civil Engineering and Related Services 18 Page Close—Wednesday,November 7,2018—2:00 pm ATTACHMENT A CHT Y OF TIGARD, OREGON ACKNOWLEDGMENT OF ADDENDA Project Tide: On-Call Civil Engineering and Related SeINTices Close:_ Wednesday,November 7,2018- 2:00 pm I/WE HAVE RECEIVED THE FOLLOWING ADDENDA (If none received, write `None Received';: 1. None Received 3. 2. 4. November 7 2018 Date Sig ure of Proposer Sr.Vice President Title Steven W. Leach Corporate Name RFP—On-Call Civil Engineering and Related Services 19 Page Close—Wednesday,November 7,2018—2:00 pm ATTACHMENT B CITY OF TIGARD, OREGON STATEMENT OF PROPOSAL Name of Consultant: Carlson Testing, Inc. Mailing Address: 8430 SW Hunziker Street Tigard, OR 97223 Contact Person: Steven W. Leach Telephone: 503-684-3460 Fax: 503-684-0954 Email:_SLeach(a-carlsontesting.com accepts all the terms and cop.4itions contained in the City of Tigard's Request for Proposal for On-Call Civil Engineerin a elated' ices and the attached template Professional Services Agreement: �--�- November 7, 2018 Sig ure of authorized representative Date Steven W. Leach 503-684-3460 Type or print name of authorized representative Telephone Number Steven W. Leach 503-684-3460 Type or print name of person(s) authorized to negotiate contracts Telephone Number REFERENCES Gramor Development 503-245-1976 Reference #1 Telephone Number Vice President - Director of Construction Dean Sorenson Project Title Contact Individual CH2M Hill 503-235-5000 Reference #2 Telephone Number Project Manager Bradley Phelps Project Title Contact Individual Brown & Caldwell 503-244-7005 Reference #3 Telephone Number Managing Engineer Jerome Duletzke Project Title Contact Individual RFP—On-Call Civil Engineering and Related Services 20 P a g Close—Wednesday, November 7,2018—2:00 pm ATTACHMENT C PROPOSER'S SUBMITTING CATEGORY FORM Carlson Testing, Inc. (Colilpany Name) does hereby propose to provide the City of Tigard with On-Call Civil Engineering and Related Services,as defined in Section 5 of the City's Qualification-based Request for Proposal. Category# Engineering Services Mark with 1.1 Utility Project Planning and Engineering 1.2 Transportation Project Planning and Engineering 11.3 Land Surveying Services 1.4 Soils and Geotechnical Engineering 11.5 Transportation Systems Engineering&Analysis 1.6 Stream Channel&Outfall Engineering&Analysis Engineer of Record Services 2.1 Engineer of Record: Water Systems Modelling & Analysis 202 Engineer of Record: Aquifer Storage & Recovery System Engineer of Record: Supervisory Control and Data 2'� Acquisition SCADA System Related Services 3.1 Environmental Permitting Support Services 3.2 Landscape Architecture Services 3.3 Architectural Services 3.3 Special Inspections and Testing Services X Authorized Signature: Date: November 7, 2018 RFP—On-Call Civil Engineering and Related Services 211 Page Close—Wednesday,November 7,2018—2:00 pm