Loading...
Lancaster Engineering ~ C190039 CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM (rHISFORMMUSTACCOMPANYEYERYCONTRACT) Ig 0039 Contract Title: On-Call Number: Contractor: Lancaster ontract Total N/A Contract Overview: On-Call Contract 1.5 Traffic Engineering Sen-ices Initial Risk Level: ❑ Extreme ❑ High ® Modetate ❑Love Risk Reduction Steps: Following Risk Matrix. Any issues will be addressed on a project need basis at time PO is issued. Risk Comments: Risk Signature: Contract Manager: Tegan Enloe Ext: 2442 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 AMO w/ o u On-call OBS process Account String: Fund-Division-Account Work Order—Activity Type Amount FY PO will determine FY FY FY FY AWrovals - LCRB Date: December 11,2018 Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: City Manager Comments: City Manager Signature. After securing all required approvals, forward original copy to the Contracting and Purchasing Oilrce along with a completed Contract Checklist. Contract Number CITY OF TIGARD,OREGON ENGINEERING SERVICES AGREEMENT ON-CALL TRAFFIC/TRANSPORTATION SYSTEMS ENGINEERING AND ANALYSIS 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 Lancaster Engineering, whose authorized representative is Todd Mobley,PE, and having a principal being a registered engineer of the State of Oregon,hereinafter referred to as the "Engineer." RECITALS WHEREAS, the City's 2018-2019 fiscal year budget provides for on-call engineering services for various transportation projects; and WHEREAS, the accomplishment of the work and services described in this Agreement is necessary and essential to the public works improvement program of the City; and WHEREAS, the City desires to engage the Engineer to render professional engineering services for the project described in this Agreement, and the Engineer is willing and qualified to perform such services; THEREFORE, in consideration of the promises and covenants contained herein, the parties hereby agree as follows: 1. Engineer's Scope of Services The Engineer shall perform professional engineering services relevant to the Project in accordance with the terms and conditions set forth herein, and as provided in Exhibit A,which is attached hereto and by this reference made a part of this Agreement. 2. Effective Date and Duration This agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended,upon completion of the work or January 31,2021,whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. 3. Engineer's Fee A. Basic Fee 1) As compensation for Basic Services as described in Exhibit A of this Agreement, and for services required in the fulfillment of Paragraph 1,the Engineer shall be paid on an hourly rate based upon the "Schedule of Rates" in Exhibit B of this agreement,which shall constitute full and complete payment for said services and all expenditures which may be made and expenses incurred, except as otherwise expressly provided in this Agreement. 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 Engineer and is not necessarily related to the estimated construction cost of the Project. In the event that the actual construction cost differs from the estimated construction cost, the Engineer's compensation vGill not be adjusted unless the Scope of Services to be provided by the Engineer changes and is authorized and accepted by the City. B. Pa�aDent Schedule for Basic Fee Payments shall be made upon receipt of billings based on the work completed. Billings shall be submitted by the Engineer periodically, but not more frequently than monthly. Payment by the City shall release the City from any further obligation for payment to the engineer for service or services performed or expenses incurred as of the date of the statement of services. Payment shall be made only for work actually completed as of the date of invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Payment for Special Services Only when directed in writing by the City, the Engineer shall furnish or acquire for the City the professional and technical services based on the hourly rate schedule as described in Exhibit B of this contract for minor project additions and/or alterations. D. Certified Cost Records The Engineer shall furnish certified cost records for all billings pertaining to other than lump sum fees to substantiate all charges. For such purposes,the books of account of the Engineer shall be subject to audit by the City. The Engineer shall complete work and cost records for all billings on such forms and in such manner as will be satisfactory to the City. E. Contract Identification The Engineer shall furnish to the City its employer identification number, as designated by the Internal Revenue Service,or social security number, as the City deems applicable. F. Payment—General 1) Engineer shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 2) Engineer shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. 3) Engineer shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical and hospital care or other needed care and attention incident to sickness or injury to the employees of Engineer or all sums which Engineer agrees to pay for such services and all moneys and sums which Engineer collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. 4) The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract. 5) Engineer shall make payments promptly, as due, to all persons supplying services or materials for work covered under this contract. Engineer shall not permit any lien or claim to be filed or prosecuted against the City on any account of any service or materials furnished. 6) If Engineer fails,neglects or refuses to make prompt payment of any claim for labor,materials, or services furnished to Engineer,sub-consultant or subcontractor by any person as such claim becomes due, City may pay such claim and charge the amount of the payment against funds due or to become due to the Engineer. The payment of the claim in this manner shall not relieve Engineer or their surety from obligation with respect to any unpaid claims. 2 1 P 4. Ownership of Plans and Documents: Records A. The field notes, design notes, and original drawings of the construction plans, as instruments of service, are and shall remain, the property of the Engineer; however, the City shall be furnished, at no additional cost, one set of previously approved reproducible drawings as well as storage device such as thumb drive or sd card in "DWG" or "DXF" format, of the original drawings of the work. The City shall have unlimited authority to use the materials received from the Engineer in any way the City deems necessary. B. The City shall make copies, for the use of and without cost to the Engineer, of all of its maps, records, laboratory tests, or other data pertinent to the work to be performed by the Engineer pursuant to this Agreement, and also make available any other maps, records, or other materials available to the City from any other public agency or body. C. The Engineer shall furnish to the City, copies of all maps,records, field notes, and soil tests which were developed in the course of work for the City and for which compensation has been received by the Engineer at no additional expense to the City except as provided elsewhere in this Agreement. 5. Assignment/Delegation Neither party shall assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment shall be of any force or effect whatsoever unless and until the other party has so consented. If City agrees to assignment of tasks to a subcontract, Engineer shall be fully responsible for the acts or omissions of any subcontractors and of all persons employed by them, and neither the approval by City of any subcontractor nor anything contained herein shall be deemed to create any contractual relation between the subcontractor and City. 6. Engineer is Independent Contractor A. The City's project director, or designee, shall be responsible for determining whether Engineer's work product is satisfactory and consistent with this agreement,but Engineer is not subject to the direction and control of the City. Engineer shall be an independent contractor for all purposes and shall be entitled to no compensation other than the compensation provided for under Section 3 of this Agreement. B. Engineer is an independent contractor and not an employee of City. Engineer acknowledges Engineer's status as an independent contractor and acknowledges that Engineer is not an employee of the City for purposes of workers compensation law,public employee benefits law,or any other law. All persons retained by Engineer to provide services under this contract are employees of Engineer and not of City. Engineer acknowledges that it is not entitled to benefits of any kind to which a City employee is entitled and that it shall be solely responsible for workers compensation coverage for its employees and all other payments and taxes required by law. Furthermore,in the event that Engineer is found by a court of law or an administrative agency to be an employee of the City for any purpose, City shall be entitled to offset compensation due, or to demand repayment of any amounts paid to Engineer under the terms of the agreement, to the full extent of any benefits or other remuneration Engineer receives (from City or third party) as a result of said finding and to the full extent of any payments that City is required to make (to Engineer or to a third part;) as a result of said finding. 3 t' C. The undersigned Engineer hereby represents that no employee of the City or any partnership or corporation in which a City employee has an interest,has or will receive any remuneration of any description from the Engineer, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. D. If this payment is to be charged against Federal funds, Engineer certifies that he/she is not currently employed by the Federal Government and the amount charged does not exceed his/her normal charge for the type of service provided. E. Engineer and its employees, if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. F. Engineer shall obtain, prior to the execution of any performance under this Agreement, a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro-rated fee though the end of the calendar year. G. Engineer is not an officer, employee, or agent of the City as those terms are used in ORS 30.265. 7. Indemnity A. The City has relied upon the professional ability and training of the Engineer as a material inducement to enter into this Agreement. Engineer represents to the City that the work under this contract will be performed in accordance with the professional standards of skill and care ordinarily exercised by members of the engineering profession under similar conditions and circumstances as well as the requirements of applicable federal, state and local laws, it being understood that acceptance of an Engineer's work by the City shall not operate as a waiver or release. Acceptance of documents by City does not relieve Engineer of any responsibility for design deficiencies, errors or omissions. B. Claims for other than Professional Liability. Engineer agrees and shall indemnify, defend, save and hold harmless the City of Tigard, its officers, employees, agents, and representatives from all claims, suits, or actions and all expenses incidental to the investigation and defense thereof, of whatsoever nature, including intentional acts resulting from or arising out of the activities of Engineer or its subcontractors, sub-consultants, agents or employees in performance of this contract at both trial and appeal level, whether or not a trial or appeal ever takes place including any hearing before federal or state administrative agencies.. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. C. Claims for Professional Liability. Engineer agrees and shall indemnify, defend, save and hold harmless the City of Tigard, its officers, employees, agents, and representatives from all claims, suits,or actions and all expenses incidental to the investigation and defense thereof,arising out of the professional negligent acts, errors or omissions of Engineer or its subcontractors, sub- consultants, agents or employees in performance of professional services under this agreement. Any work by Engineer that results in a design of a facility that is not readily accessible to and 41PP - usable by individuals with disabilities shall be considered a professionally negligent act, error or omission. D. As used in subsections B and C of this section, a claim for professional responsibility is a claim made against the City in which the City's alleged liability results directly or indirectly,in whole or in part, from the quality of the professional services provided by Engineer, regardless of the type of claim made against the City in performance of this contract. A claim for other than professional responsibility is a claim made against the City in which the City's alleged liability results from an act or omission by Engineer unrelated to the quality of professional services provided by Engineer in performance of this contract. 8. Insurance Engineer and its subcontractors shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Engineer's activities or work hereunder,including the operations of its subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Engineer and its subcontractors shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Engineer shall obtain, at Engineer's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General.Aggregate $3,000,000 Products-Completed Operations Aggregate $2,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage (Any one fire) $50,000 B. Professional Liability Engineer shall obtain, at Engineer's expense, and keep in effect during the term of this contract, Professional Liability Insurance covering any damages caused by 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 Engineer shall also obtain,at Engineer's expense, and keep in effect during the term of the contract (Symbol 1 or Symbols 8 and 9 as applicable) Commercial Automobile Liability coverage on an "occurrence"form including coverage for all owned,hired,and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than$2,000,000. 5 , If Contractor operates a personally-owned vehicle for business use under this contract,the Contractor shall obtain, at Contractor's expense, and keep in effect during the term of the contract, business automobile liability coverage for all owned vehicles on an"occurrence"form. The Combined Single Limit per occurrence shall not be less than$2,000,000. D. Workers' Compensation Insurance The Engineer,its subcontractors,if any, and all employers providing work,labor or materials under this Contract are subject employers under the Oregon Workers'Compensation Law and shall comply with ORS 656.017, which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Engineers who perform work without the assistance or labor of any employee need not obtain such coverage. This shall include Employer's Liability Insurance with coverage limits of not less than$1,000,000 each accident. E. Additional Insured Provision All policies aforementioned, other than Workers' Compensation and Professional Liability, shall include the City its officers,employees,agents and representatives as additional insureds with respect to this contract. Coverage will be endorsed to provide a"per project"aggregate. F. Extended Reporting Coverage If any of the aforementioned liability insurance is arranged on a "claims-made" basis, Extended Reporting coverage will be required at the completion of this contract to a duration of 24 months or the maximum time period the Engineer's insurer will provide such if less than 24 months. Engineer will be responsible for furnishing certification of Extended Reporting coverage as described or continuous "claims-made" liability coverage for 24 months following contract completion. Continuous "claims-made" coverage will be acceptable in lieu of Extended Reporting coverage, provided its retroactive date is on or before the effective date of this contract. Coverage will be endorsed to provide a"per project"aggregate. G. Insurance Carrier Rating Coverage provided by the Engineer must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of"A-VII" or better, or equivalent. The City reserves the right to reject all or any insurance carrier(s) with an unacceptable financial rating. H. Self-Insurance The City understands that some Contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minimum insurance requirements for the type of coverage required. If the Contractor is self-insured for commercial general liability or automobile liability insurance the Contractor must provide evidence of such self-insurance. The Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. 6 _ f , I. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Engineer shall furnish a Certificate of Insurance to the City. No contract shall be effective until the required Certificates of Insurance have been received and approved by the City. The certificate'NU specify and document all provisions within this contract and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the address below prior to coverage expiration. J. Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer, employee or agent of the City as those terms are used in ORS 30.265. K. Primary Coverage Clarification The parties agree that Engineer's coverage shall be primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance vx-ith the insurance required in this section. L. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability and commercial automobile policies required by this contract. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: City of Tigard Attn: Contracts and Purchasing Office 13125 SW Hall Blvd Tigard, Oregon 97223 At the discretion of the City, a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance shall not be construed to limit Engineer's liability hereunder. Notwithstanding said insurance,Engineer shall be obligated for the total amount of any damage,injury, or loss caused by negligence or neglect connected v-ith this contract. 9. Termination Without Cause At any time and without cause,City shall have the right in its sole discretion,to terminate this Agreement by giving notice to Engineer. If City terminates the contract pursuant to this paragraph, it shall pay Engineer for services rendered to the date of termination. 10. Termination With Cause A. City may terminate this Agreement effective upon delivery of written notice to Engineer, or at such later date as may be established by City, under any of the following conditions: 7f ]' , ; � 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 2) If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement. 3) If any license or certificate required by law or regulation to be held by Engineer, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied,revoked, or not renewed. 4) If Engineer becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Engineer, if a receiver or trustee is appointed for Engineer, or if there is an assignment for the benefit of creditors of Engineer. Any such termination of this agreement under paragraph (A) shall be without prejudice to any obligations or liabilities of either parry already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Engineer, may terminate the whole or any part of this Agreement: 1) If Engineer fails to provide services called for by this agreement within the time specified herein or any extension thereof, or 2) If Engineer fails to perform any of the other provisions of this Agreement,or so fails to pursue the work as to endanger performance of this agreement in accordance with its terms,and after receipt of written notice from City, fails to correct such failures within ten days or such other period as City may authorize. 3) If Engineer fails to eliminate a conflict as described in Section 14 of this agreement. The rights and remedies of City provided in the above clause related to defaults (including breach of contract) by Engineer shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (B), Engineer shall be entitled to receive as full payment for all ser6ces satisfactorily rendered and expenses incurred, an amount which bears the same ratio to the total fees specified in this Agreement as the services satisfactorily rendered by Engineer bear to the total services otherwise required to be performed for such total fee; provided, that there shall be deducted from such amount the amount of damages, if any, sustained by City due to breach of contract by Engineer. Damages for breach of contract shall be those allowed by Oregon lave, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 11. Non-Waiver The failure of City to insist upon or enforce strict performance by Engineer of any of the terms of this Agreement or to exercise any rights hereunder, should not be construed as a waiver or relinquishment to any extent of its rights to assert or rely upon such terms or rights on any future occasion. 12. Method and Place of Giving Notice, Submitting Bills and Making Payments All notices,bills and payments shall be made in writing and may be given by personal delivery,mail, or by fax. Payments may be made by personal delivery,mail,or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other information: 8 1 i> CITY OF TIGARD LANCASTER ENGINEERING Attn: Tegan Enloe, P.E. Attn: Todd Mobley,PE Address: 13125 SW Hall Blvd. Address: 321 SW 4`'Ave Ste 400 Tigard, Oregon 97223 Portland OR 97204 Phone: (503) 718-2442 Phone: (503)248-0313 Email: tegane(a�ti�ard-or.gov Email: todd cilancasteren ineerin .com and when so addressed, shall be deemed given upon deposit in the United States mail,postage prepaid, or when so faxed, shall be deemed given upon successful fax. In all other instances, notices, bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills and payments are to be given by giving written notice pursuant to this paragraph. 13. Merger This writing is intended both as a final expression of the Agreement between the parties with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement. No modification of this Agreement shall be effective unless and until it is made in writing and signed by both parties. 14. Professional Services The City requires that services provided pursuant to this agreement shall be provided to the City by an Engineer,which does not represent clients on matters contrary to City interests. Further,Engineer shall not engage services of an engineer and/or other professional who individually, or through members of his/her same firm,represents clients on matters contrary to City interests. Should the Engineer represent clients on matters contrary to City interests or engage the services of an engineer and/or other professional who individually, or through members of his/her same firm, represents clients on matters contrary to City interests,Engineer shall consult with the appropriate City representative regarding the conflict. After such consultation, the Engineer shall have seven (') days to eliminate the conflict to the satisfaction of the City. If such conflict is not eliminated within the specified time period,the agreement may be terminated pursuant to Section 10 (B -3) of this agreement. 15. Force Majeure Neither City nor Engineer shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, an act of God or of a public enemy, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each parry shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 9 � I 16. Non-Discrimination Engineer agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Engineer also shall comply with the Americans with Disabilities Act of 1990,ORS 659A.142,and all regulations and administrative rules established pursuant to those laws. 17. Errors Engineer shall perform such additional work as may be necessary to correct errors in the work required under this Agreement without undue delays and without additional cost. 18. Extra (Changes)Work Only the City's Project Manager may authorize extra (and/or change) work. Failure of Engineer to secure authorization for extra work shall constitute a waiver of all right to adjustment in the contract price or contract time due to such unauthorized extra work and Engineer thereafter shall be entitled to no compensation whatsoever for the performance of such work. 19. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any question arising under this Agreement must be brought in the appropriate court of the State of Oregon. 20. Compliance With ARplicable Law Engineer shall comply with all federal, state, and local laws and ordinances applicable to the work under this Agreement,including those set forth in ORS 279A,27913,and 2;9C. 21. 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. 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 Engineer as are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts. 24. Audit Engineer shall maintain records to assure conformance with the terms and conditions of this Agreement, and to assure adequate performance and accurate expenditures within the contract period. Engineer agrees to permit City, the State of Oregon, the federal government, or their duly authorized representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 10 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 Engineer represents and warrants to the City that: A. Engineer has the power and authority to enter into and perform this Agreement. B. This Agreement, when executed and delivered, is a valid and binding obliga*fon of Engineer, enforceable in accordance with its terms. C. Engineer (to the best of Engineer's knowledge, after due inquiry), for a period of no fewer than six calendar years (or since the firm's inception if less than that) preceding the effective date of this Agreement, faithfully has complied with: 1) All tax laws of this state, including but not limited to ORS 305.620 and ORS chapters 316, 317, and 318; 2) Any tax provisions imposed by a political subdivision of this state that applied to Engineer, to Engineer's property, operations, receipts, or income, or to Engineer's performance of or compensation for any work performed by Engineer; 3) Any tax provisions imposed by a political subdivision of this state that applied to Engineer,or to goods, services, or property,whether tangible or intangible, provided by Engineer; and 4) Any rules,regulations,charter provisions, or ordinances that implemented or enforced any of the foregoing tax laws or provisions. D. Any intellectual property rights or such delivered to the City under this Agreement,and Engineer's services rendered in the performance of Engineer's obligations under this Agreement, shall be provided to the City free and clear of any and all restrictions on or conditions of use, transfer, modification, or assignment, and shall be free and clear of any and all liens, claims, mortgages, security interests,liabilities, charges, and encumbrances of any kind. 27. Compliance with Tax Laws A. Engineer must, throughout the duration of this Agreement and any extensions, comply with all tax laws of this state and all applicable tax laws of any political subdivision of the State of Oregon. For the purposes of this Section, "tax laws" includes all the provisions described in subsection 25.C. 1) through 4) of this Agreement. B. Any violation of subsection A of this section shall constitute a material breach of this Agreement. Further, any violation of Engineer's warranty, in subsection 25.0 of this Agreement, that the Engineer has complied with the tax laws of the State of Oregon and the applicable tax laws of any political subdivision of this state also shall constitute a material breach of this Agreement. Any violation shall entitle the City to terminate this Agreement,to pursue and recover any and all damages that arise from the breach and the termination of 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 v.ithholding of amounts otherwise due and owing to Engineer,in an amount equal to State's setoff right,without penalty; and 3) Initiation of an action or proceeding for damages, specific performance, declaratory or injunctive relief. The City shall be entitled to recover any and all damages suffered as the result of Engineer's breach of this Agreement,including but not limited to direct,indirect,incidental and consequential damages, costs of cure, and costs incurred in securing a replacement Engineer. These remedies are cumulative to the extent the remedies are not inconsistent,and the City may pursue any remedy or remedies singly, collectively, successively, or in any order whatsoever. 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. Engineer, by the signature of its authorized representative, hereby acknowledges that he/she has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF,City has caused this Agreement to be executed by its duly authorized undersigned officer and Engineer has executed this Agreement on the date hereinabove first written. Awarded by Tigard's Local Contract Review Board at their December 11, 2018 meeting. CITY OF TIGARD LANCASTER ENGINEERING By: Marty Wine, City anager By: Authorized Contractor Re resentativ Date D 12 , EXHIBIT A SCOPE OF SERVICES The Engineer shall render professional engineering evaluations and studies for transportation projects, including traffic operational analysis/modeling, safety analysis, rodway signing design, pavemetn marking design, street lighting design and/or evaluation, traffic signal design, traffic signal timing plans, intersection design and evaluation, Intelligent Transportation System (ITS) design/evaluation/system planning, speed studies, Transportation System Plans (TSP) and ADA evaluation and designs. 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. 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. A. 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. B. 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 Sen-ices 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 pedestrian studies, speed studies, and signal timing evaluations. 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. 6. Prepare documents and maps for right-of-way, easement, and property acquisitions, and assist with title work and negotiations. 13 C. 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 with 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. D. Investigations, Studies,Analyses and Other Consulting 1. Cost of service analyses (e.g.,rate studies and evaluations) 2. Environmental studies, assessments, reports, and submittals such as wetland delineations, mitigation plans, and Joint Permit Applications 3. 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 4. Seismic and structural analyses 5. Forensic investigations and analyses 6. Computer Applications support services (GIS, GPS,AutoCad). 7. Traffic flow and safety analyses 8. V'aMng, bicycling, and transit compatibility analyses 9. Groundwater 14 �� EXHIBIT B ENGINEER'S PROPOSAL 151 4�� RFP TITLE: LANCASTER City of Tigard On Call Civil Engineering and Other Related Services ENGIN E L RING 321 SW 4th Ave.,Suite 400 PREPARED FOR: Portland,Oregon 97204 �!.:;'::503.248.0313 Joe Barrett,Principal Management Analyst -usi503.248.9251 City of Tigard—Utility Billing Counter lancasterengineering.com 13125 SW Hall Blvd Tigard, Oregon 97223 PREPARED BY: Todd E.Mobley,PE,PTOE Principal 321 SW 4th Ave.,#400 Portland,OR 97204 503.248.0313 todd@lancasterengincering.com DATE OF SUBMISSION: November 7,2018 I November 7, 2018 LANCASTER ENGINEERING 321 SW 41h Ave.,Suite 400 ,Joe Barrett,Principal Management Analyst Portland,OR 97204 phone:503.248.0313 City of Tigard—Contracts&Purchasing Office fax:503,248.9251 13125 SW Hall Blvd lancasterengineedng.com Tigard,Oregon 97223 Dear Mr. Barrett, Lancaster Engineering respectfully submit the following proposal for on-call services related to Traffic/Transportation Systems Engineering and Analysis for the City of Tigard, Oregon. With 35 years of industry experience with this type of work,the firm is large enough to offer a well-rounded range of experience, yet small enough to offer personable and responsive service to our clients.Lancaster Engineering is certified as an Emerging Small Business (ESB#8371) in the State of Oregon. Our firm composition is 50% female. The firm's resident status is Oregon. We specialize in providing innovative, forward-thinking transportation solutions while keeping in mind the future of mobility in an ever-changing world. We work for a wide variety of public and private clients,allowing us to balance the mamY competing interests inherent in transportation projects. Our services run the gamut from traditional traffic engineering analysis to cutting-edge research and design and include but are not limited to: • Traffic operational analysis/modeling • Safety analysis • Roadway signing,pavement marking,street lighting,and traffic signal design • Intersection conceptual design and evaluation • Speed studies • ADA evaluation and designs The firm's owner, Todd Mobley, will be the point of contact for contract negotiations. As Principal of Lancaster Engineering he is authorized to represent the company and sign any contracts associated with this on-call.Todd will divide the on-call contracts between himself and Will Farley depending on availability and scope of With Best Regards, �101)z Todd E. Mobley,PE,Principal / . "A�^�� �/ Software Resources and Deliverables........................................................................ ...................................................1 General Qualifications and Responsiveness...................................................................................................................1 Understanding and Project Management Approach—.___..—_--_--_'—.-.—'___--.---__----.-3 Quality Assurance and Quality Control Procedures.................................................................................................3 Category- Specific Company Qualifications..................................................................................................................... ' Representative Work and References........................................... ...... ................................................................ ....0 Cate-gory Specific Technical Personnel......... ...............................................................................................................8 1i� Attn:Joe Barrett,Principal Management Analyst November 7,2018 Page 1 Software Resources and Deliverables Lancaster Engineering has the ability to work in most of the standard traffic analysis,design,and documentation software.This includes but is not limited to: • Microstation • Vistro/Vissim • AutoCAD • AutoTurn • ArcGIS • AGI Lighting • Synchro/SimTraffic • adobe Suite(InDesign, Illustrator,Pro) We are capable of printing/plotting design plans at any required size and on various paper types (i.e.,Vellum, N Pylar). Upon competition of projects for the Civof Tigard,Lancaster Engineering can provide copies of all work in any format required by the City. Genera)Qualifications and Responsiveness Lancaster Engineering has 35 years'experience. With great pride,we are the longest-standing independent transportation engineering firm in Oregon. Lancaster Engineering employs 10 staff members with 9 of those being located in the Portland office which is the headquarters and where the majority of the work for this on- call would be performed.The Portland office is an easy commute into the City of Tigard. Our Central Oregon office is in Bend. Lancaster Engineering has approximately 100 projects under contract in various stages of completion. In the last ten years Lancaster has been involved in over 1,500 traffic engineering and planning projects requiring a professional engineering stamp. Those projects range from traditional traffic engineering analysis to cutting- edge research and design and include: • Traffic operational analysis/modeling • Safety analysis • Roadway signing,pavement marking,street lighting,and traffic signal design • Intersection conceptual design and evaluation • Speed studies • ADA evaluation and designs J Attn:Joe Barrett,Principal Management Analyst November 7,2018 Page 2 Lancaster Engineering has built a solid reputation based on meticulous project management,crafting an approach and work plan designed to meet the challenges unique to a given project.Our project managers pride themselves on accessibility, providing"one-stop solutions"and a single point of contact to Dur clients. The on-call is proposed to be supported by the following team: Todd Mobley(PE), Project Manager/Principal I Brain Davis,Planning Lead Will Farley(PE),Engineering Lead F__ Planning Analyst Engineer in Training Senior l mgiiwcrini>in Training Todd Mobley will act as the primary point of contact for this on-call and as principal of Lancaster Engineering he is authorized to sign contracts associated with this on-call. r Todd Mobley,PE,has been with Lancaster Engineering since 1997 and has served as the firm's sole principal since 2007. In that time,Todd has overseen a wide !�■I +16i variety of transportation planning and traffic engineering projects for both public j and private clients.These projects range from large master-planned developments, to traffic signal design, to parking and transportation demand management.During his tenure at Lancaster,Todd has seen the transportation profession shift from the auto-centric philosophy of the late 1990's to the more management-based and mode-diverse approach that we use today, focusing on all transportation system users with the goal of building a complete and balanced system. As Principal of the firm,Todd will review all work product and provide project guidance and direction to the project team as needed to ensure high-quality work product and timely and efficient completion of all project tasks.Todd has a career- long interest in the relationships between transportation and land use and the associated policies and outcomes. He is thus well-suited to leading the project team as needed for all City projects. Will Farley,PE,joined Lancaster Engineering in August 2012 as an analyst and has worked his way up to project engineer and project manager. Will has provided research and analysis on several commercial,educational,and residential projects overseen by multiple jurisdictions including city,county,and state. His tasks include project management,intersection analysis,parking studies,sight distance studies, traffic signal design,illumination design,roundabout design, signing and striping plans,and temporary traffic control plans. He has experience in 4�� Attn:doe Barrett, Principal Management Analyst November 7, 20113 Page 3 a variety of software such as AutoCAD,Microstauon,Synchro,VISTRO,and ArcGIS. Prior to working for Lancaster Engineering,Will worked and studied at Portland State University.As a candidate for the M.S. degree option for transportation engineering,Will studied urban planning,transportation safety,and facility design while working on his thesis for bicycle safety at intersections utilizing the advanced stop box. Will also assisted in the research on adaptive traffic systems including SCATS, InSync,and Voyage. Lancaziter Engineering includes three engineers certified in Oregon and currently meets the Insurance and Indemnification requirements currently required by the City. Lancaster is qualified to meet the Representations and Certifications required in the RFP and is able to execute a Professional Services Agreement with the City. Understanding and Project Management Approach Lancaster Engineering understands that each project through the on-call will require a focused approach.The funding source for the project and whether it is a planning or design project is important in shaping the scope. For planning projects,we will provide similar services we have pro-t,ided to other agencies including developing plans that are easy to digest for technical staff and City Council members. Many of these projects require detailed technical evaluation to obtain funding from METRO or the federal government. However, they also require City Council approval. It will be our focus on any planning projects to provide the City with the tools they need to get approval and carry a planning project through to implementation. For design projects,determining what agencies will need to be involved in approval is key.On projects where just the City is involved,our scoping will be shaped by working with the reviewing team to identify all assumptions and expectations prior to developing a scope and fee. In all cases we will work with the project manager to find ways to provide the most cost-effective approaches while malting sure questions are answered. To develop the scope and a cost-effective budget,our project managers will coordinate with the City's project manager to identify what is most critical and what are the key dates that have to be met with certain deliverables. This will shape the scope,budget and timeline. Quality Assurance and Quality Control Procedures Lancaster Engineering integrates QA/QC into every project.The firm can tailor our Quality Assurance and Quality Control procedures to each project.This process is developed during the scoping process at no cost to the client and agreed upon as scope and budget are negotiated. 4 F."O' Attn:Joe Barrett, Principal Management Analyst November 7,?018 Page 4 Category Specific Company Qualifications The following table provides a summary of a few sample projects that are similar to those that may be required of the on-call and additional details with references are provided in detail following flus table: No—rth Clackamas School District 2017 to current "Traffic operatumal analysts/modeling Bond Improvements Safetp analysis Traffic signal design %I-)A evaluations OMSI Pedestriian Beacon 2018 to rt;srant SafAfc an.av_rs Traffic signal dc-ign(RRI 3) Ali evaluations Main& rr i .'1 17 iii 201 Traffic operational analysis;modehng, Traffic r Safely anal)sis Tiaffic signal design 13553 '' Pacific Highway sigbr 2017 tiafcnr atialy;'R„ Distance StIcedl Studies 4 Of 0�", Attn:Joe Barrett, Principal Management Analyst November 7,2018 Page 5 Representative Work and References Name: Bethany Elementary RRFB Type: Traffic signal,lighting,and ITS design Location:Washington County,Oregon Contract Value: $10,000 Year Performed: 2017 Working as a consultant for the Bethany Elementary Parent Teacher Organization,Lancaster Engineering led the analysis,design,and construction support for the installation of a rapid flash beacon along the frontage of the school,located in Beaverton,Oregon. As part of this effort,Lancaster Engineering worked with Washington County to develop a report that _ evaluated speeds,sight distance,safety,and operational impacts related to an enhanced crossing.After its approval,Lancaster developed design plans and ► p worked with the permitting department to obtain construction permits.After the design package was complete,Lancaster coordinated the bidding process, identifying potential contractors and reviewing bids to select the contractor.Lancaster also provided construction oversight throughout the construction process and reviewed the final installation for construction approval. Reference: Kimberly Hawk, Bethany Elementary PTO Rep 3305 NW 174th Ave, Beaverton,OR 97006 (503)372-9044 Kimberly.hawk67@gmail.com Attn:Joe Barrett,Principal Management Analyst November 7,2018 Page 6 Name:Oliver Station Type:"Traffic signal,lighting,and ITS design Location: Portland,Oregon Contract Value: $61,331 Year Preformed: 2016-2017 Lancaster Engineering provides expertise in traffic design including signal, signing and striping,lighting,and Intelligent Transportation Systems (ITS) design.Lancaster Engineering recently provided engineering services for Oliver Station,an apartment development that replaced the Old Copper Penny in the Lents neighborhood of Portland.Services included: • A street illumination design along SE 92nd Ave,SE Foster Rd,and SE Woodstock Blvd per the Lents Town Center Plan; • A design modification for the traffic signals at the intersections of SE Foster Rd at SE 92nd Ave and SE Woodstock Blvd at SE 92nd Ave to update the intersections to the City's current design standards;and • A signing striping plan to update signing along the property frontage and to extend an additional westbound-through lane through the intersection of SE Foster Rd at SE 92nd Avenue. i I� Attn:Joe Barrett,Principal Management Analyst November 7,2018 Page 7 Name: Abbot and Beaver Roundabout Type:Traffic Operations and Analysis,Conceptual Intersection Design and Analysis Location: Sunriver,Oregon Contract Value:$4,700 Year Preformed:2018 Lancaster Engineering is provided traffic support for the proposed dual roundabout at Abbot Drive and Beaver Drive in Sunriver,Oregon.To date,our team has conducted traffic analysis to support design decisions and provided input into overall design,signage and pedestrian and bicycle circulation.The roundabout system(as shown in the following figure) includes a mini-roundabout with a fully truck mountable center and a fiill-size roundabout that serves three legs of traffic. -/',(�--... '� .� r � I � • � . . .. Pis t 0-1 Y Tr ` fz -- 4�� Attn:,Joe Barrett,Principal Management Analyst November 7, 2018 Page 8 On-call Supportfor Public Agencies Lancaster Engineering is currently on the on-call for Clark County,Washington,Washougal,Washington, and Fairview,Oregon.The following is some background information for two of these on-calls: Clark County On-Call Transportation Engineering&Planning Services Lancaster Engineering has served as Clark County's on-call contract traffic engineer for two years. During that time,we have completed design on two traffic signals and are currently working on developing the County's electrical guidelines for lighting, traffic infrastructure,and ITS infrastructure. Reference: Jody Carriere,Traffic Signal Engineer PO Box 9810,Vancouver,WA 98666-9810 (360) 903-5314 ^Jasi;nugi r!0n-Cr1!rransportut;or Engincert-g&Planning Services Lancaster Engineering has ser.-ed as the City of WaShougal's on-call contract traffic engineer for over 12 years. During that time,we have conducted several services for the City,including development review, municipal code revisions to update the City's concurrency program,detailed intersection analysis,traffic counting program direction,a Transportation System Plan update,and assistance with grant writing to secure funding for school zone improvements. References: Mitch Kneipp,Community Development Director 1701 C St, Washougal,WA 98671 (360) 8g35-8501 ext. 604 Category Specific Technical Personnel The following table outlines a portion of the key staff that will be involved with the on-call: PE Contract Manager/ Puncipat/Traffic 22 Project I•Tanager Engineer Traffic Engmiterj Sewor Traffic Z:nginecr 10 Alterna:m!13101cct Manager . Support Senior Analyst 4 Surpott Anal--t i /Of Attn:Joe Barrett,Principal Management Analyst November 7,2018 Page 9 The majority of projects will be managed by Todd Mobley.Depending on size and availability,Will Farley will also provide project management.All staff listed in this proposal work out of the downtown Portland office. Resumes for Todd and will are provided in the appendix. Additional Information- Lancaster Engineering is an emerging small business that is passionate about diversity in engineering and volunteering in the traffic community. Some examples of this dedication are: • Sponsor STEM initiatives for young women (Tech Trek,ChickTeck) • Sponsor and supporter of local transportation organizations (Oregon Walks,Pedal Town,The Street Trust,Oregon Trail Educational Fund,Central Oregon Airshow) • Sponsor of ITE • Support internal staff with involvement in ITE(three of the presidents have been employed by Lancaster) • The company composition is 50% women 4F." Attn:Joe Barrett,Principal Management Analyst November 7,?018 Page 10 Appendix Resumes Signature Page Acknowledgment Addendum Statement of Proposal Todd Mobley, PE Principal, Lancaster Engineering Todd has been with Lancaster since 1997 and has served as the firm's sole principal since 2007. In that time,Todd has overseen a wide variety of transportation planning and traffic engineering projects for both public and private clients.These projects have ranged from large master-planned developments,to traffic signal design,to parking and transportation demand management. During his tenure at Lancaster Engineering,Todd has seen the transportation profession shift from a strong auto-centric philosophy in the late 1990's to the more management-based and mode-diverse approach that we use today,focusing on all transportation system users with the goal of building a complete and balanced system. Prior to joining Lancaster, Todd worked for several years in the Project Development offices of the Oregon Department of Transportation.Todd's experience in both the public and private sector and his diverse portfolio at Lancaster combine to offer him a wide breadth of experience and expertise in the transportation engineering and planning profession. Selected Projects Washington Traffic Management Plan, Washington Park TMA Provided oversite for a multi-faceted project that included managing the main lot such that it fills with maximal efficiency; improving traffic control of arriving and departing vehicles; collecting and analyzing data regarding parking utilization volumes and patterns;and developing guidance and logistics around activation of remote overflow lots and deployment of shuttles. Delta Park Soccer Enhancements, Portland Parks& Recreation Prepared a traffic impact study to guide PP&R through a conditional-use process for soccer field renovations, including installation of turf fields and lighting.Analysis included trip generation estimates as well as parking demand for field-related events resulting the addition of field lighting,which expanded park usage times. Recommendations were made for enhanced pedestrian and bicycle accommodations at park entrances. Portland International Raceway Master Plan Update, Portland Parks& Recreation Lancaster Engineering worked closely with PP&R and the consultant team to update the PIR Master Plan.This included coordination with the City of Portland and the Oregon Department of Transportation.The Master Plan covered a variety of event types and sizes, served by all modes of travel,including people walking, riding bicycles, and using bus and light rail transit. Audubon Society Pedestrian&Access Study,Audubon Society of Portland Potential enhancements to parking areas,driveway locations,traffic calming features,and a marked pedestrian crossing were examined on Cornell Road at the Audubon Society of Portland. An assessment of existing conditions helped inform a number of potential improvements that could be implement as funding allows.This site is rather unique in its rural character.but close-in setting,similar to Forest Park. Hood View Park, North Clackamas Parks&Recreation A traffic impact study was prepared for a regional park was constructed in Happy Valley by North Clackamas Parks and Recreation.Construction of the park coincided with a new middle school and a new elementary school for North Clackamas School District. Lancaster Engineering works on all three concurrent projects,which have a symbiotic relationship, sharing parking and use of facilities. Education BS,Civil Engineering, Portland State University, Portiand, OR Service &Awards President, Institute of Transportation Engineers, Oregon Secton,2007 Sponsorship Chair, Institute of Transportation Engineers, Oregon Secton, 2012—Present William Farley, PE Transportation Engineer, Lancaster Engineering r Will Farley is a transportation engineer with a range of expertise, including analyzing impacts of development, designing traffic signal and striping plans, and planning for multi- modal users.Will has provided research and analysis on several commercial,educational, and residential projects since joining Lancaster, including the Good Samaritan Regional Medical Center Master Plan project located in Corvallis, the Ontario Urban Growth Boundary expansion, and the Portland-Milwaukie Light Rail project.His tasks have included intersection analysis, parking studies,speed zone studies,operational and safety analyses, and temporary traffic control plans. He has experience in a variety of software such as AutoCAD and AutoCAD Civil 3D, Synchro,VISSIM,and ArcMap. Prior to working for Lancaster Engineering,Will worked and studied at Portland State University.As a candidate for the M.S.degree option for transportation engineering,Will studied transportation safety as well as facility design while working on his thesis for bicycle safety at intersections utilizing the advanced stop box.Will also assisted in the research on adaptive traffic systems including SCATS, InSync,and Voyage. Selected Projects Scouter's Mountain Roundabout Design, Happy Valley, OR Designed and created a conceptual plan for a proposed roundabout intersection in Happy Valley,Oregon.The quickly developing area has few exisiting traffic signals but a need for high-capacity roadways. The conceptual roundabout design provides an option for the City to move forward with an intersection along SE Scouters Mountain Road in anticipation for multiple single family homes to be built in the upcoming years. Oliver Station Facilities Design,Salem OR Led a signal modification,signing,and striping design of the Oliver Station development in the Lents Neighborhood in Portland,Oregon.With the construction of several multi-family buildings, roadway facilities along SE Foster Road and SE Woodstock Road needed to be revised to accommodate additional traffic while upholding the design standards of the Lents Neighborhood.. Rosemont Corridor Multi-Use Trail Redesign, Clackamas, OR Using observed trends from other local cites as well as those from afar,provided guidance on innovative treatments for intersections along a multiuse path along Rosemont Road between Lake Oswego and West Linn. Touchmark Intersection Design, Washington County, OR Led traffic engineering with the design of the new site intersection of SW Swede Hill Loop at SW Leahy Road. Provided an analysis of sight distance as well as a design of roadway striping to ensure the safe operation of the intersection. Education MS,Civil Engineering(Transportation), Portland State University, Portland, OR BS,Civil Engineering, Portland State University, Portland, OR AS,Engineering, Umpqua Community College, Roseburg,OR Service &Awards Member, Institute of Transportation Engineers, Oregon Section Member,American Society of Civil Engineers 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.� .. through N(�. ________ inclusive. We therefore offer and make this proposal to furnish senices at the price(s)indicated herein in fulfillment of the attached requirements and specifications of the City. Name of firm: Address: V, Telephone Number_'Z, Fax Number: By: Date: ;M (Signature of Authorized Offici . If partner:4ip.signature of one partner.) Typed Name/Title: If corporation,attest: ; 'r` r (Corporate Officer) - ai .,,rPoration Partnership Individual Federal Tax Identification Number(TIN): K RFP—On-Call Civil Engineering and Related Services 18 1) a Close—Wednesday, November 7, 2018—2:00 pm ATTACHMENT A CITY OF TIGARD,OREGON ACKNOWLEDGMENT OF ADDENDA Project Title:_t.)n {::s►Il 0tiil 1-tivin Nrin ani! RC1.4 l i n�.t:es Close: WednesdgL Nwemher.7,2018- 2:00 pm I/WE HAVE RECEIVED THE FOLLOWING ADDENDA 1 2 4. Date 4 Signature of Proposer Title Corporate NA.nc 14 RFP—On-Call Civil Engineering and Related Services 19 1' a g e Close—Wednesdays,November 7, 2018—2:00 pm ATTACHMENT B CITY OF TIGARD, OREGON STATEMENT OF PROPOSAL Name of Consult ant: 17 Mailing Vd4rc-;-,: Contact Person. 1 elcphone: 1.2x: accepts all the terms and conditions contained in the City of Tigard's Request for Proposal for On-Call Civil Engineering and Related Services and the attached template Professional Services Agreement: Signature of authorized Date Type or print name of authoriA representative Telephone Number Type or print name of person(s. 4'Ithorized to negotiate contracts Telephone Number REFERENCES Telephone Number Project Tide 0-nuct 111dividuaIJ i. Reference #2— Telephone Number Project Tide Contact-Individual "J Reference#3 Telephone Number Project Title Contact Individual UP—On-Call Civil Engineering and Related Services 20 11 a e Close—Wednesday,November 7,2018—2:00 pm ATTACHMENT C PROPOSER'S SUBMITTING CATEGORY FORM ,. .. ! �+.+ ° t ►fir'..r f_ ,' , i (Canpai!y Name) does hereby propose to provide the City of Tigard with G 1n-t:all Civil Ln.!iAt-cring and Related Services,as defined in Section 5 of the City's Qualification-based Request for Proposal. Category=# _ Engineering Services Mark with"X" 1.1 i Utility Project Planning and Engineering E 1.2 j Transportation Project Planning and Engineering f1.3 Land Surveying Services 1.4 Soils and Geotechnical Engineering 1.5 Transportation Systems Engineering& Analysis 1.6 ' Stream Channel&Outfall Engineering&:analysis Engineer of Record Services 2.1 Engineer of Record: `Cater Systems Modelling & i ; x�nalysis f2.2 Engineer of Record: Aquifer Storage & Recovery 1 System Engineer of Record: Supervisory Control and Data 2.3 rbc uisitionSCAD.!� S stem I Related Services .- 3.1 Environmental Permitting Support Services 3.2 Landscape Architecture Services - 3.3 Architectural Services — -INN 3.3 Special Inspections and Testing Services t t Authorized Signature: Date r- RhP-On-Call Civil Engineering and Related Services 21 P ,i e Close-Wcdnesday,November 7,2018-2:00 pm 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: �,f• .' r . Firm Name: Address: 1 }^ . 'V - 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: �. , , ,E r``°°� i f. ' ✓5`��r ,.` Type or print officer's nsnie: !'�' f o G_, `•_ _ _ ____ RFP—On-Call Civil Engineering and Related Services 17 P a g r Close—Wednesday,November 7,2018—3:00 pm