Loading...
Century West Engineering ~ C200048 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: C200048a3 Contract Start Date: 11/6/2019 Contract End Date: 03/30/2024 Contract Title: SW Main Street Phase 2 Contractor Name: Century West Engineering Corporation Contract Manager: Andrew Newbury Department: PW/Engineering Contract Costs Original Contract Amount: $866,019.80 Total All Previous Amendments: 150,328.00 Total of this Amendment: 00 Total Contract Amount: $1,016,347.80 Procurement Authority Contract Type: Cooperative Contract Procurement Type: PCR 10.075 Contract Amendments Solicitation Number: NA LCRB Date: 11/5/2019 Account String: Fund-Division-Account Work Order – Activity Type Amount FY 24 460-8000-56005 97017-130 FY Contracts & Purchasing Approval Purchasing Signature: Comments: Extend contract end date DocuSign Routing Route for Signature Name Email Address Contractor Rawley Voorhies rvoorhies@centurywest.com City of Tigard Steve Rymer Steve@tigard-or.gov Final Distribution Contractor Rawley Voorhies rvoorhies@centurywest.com Project Manager Andrew Newbury andrewn@tigard-or.gov Project Manager Shauna Large shaunal@tigard-or.gov Buyer Toni Riccardi tonir@tigard-or.gov CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Costs Original Contract Amount: $866,019.80 Total All Previous Amendments: N/A Total of this Amendment: $150,328.00 Total Contract Amount: $1,016,347.80 Procurement Authority Contract Type: Cooperative Contract Procurement Type: PCR 10.075 Contract Amendments Solicitation Number: NA LCRB Date: 11/5/2019 Account String: Fund-Division-Account Work Order – Activity Type Amount FY 24 460-8000-56005 97017-130 $150,328.00 FY Contracts & Purchasing Approval Purchasing Signature: Comments: Contract Overview Contract/Amendment Number: C200048a2 Contract Start Date: 11/6/2019 Contract End Date: 09/30/2023 Contract Title: SW Main Street Phase 2 Contractor Name: Century West Engineering Corporation Contract Manager: Andrew Newbury Department: PW/Engineering DocuSign Routing Route for Signature Name Email Address Contractor Rawley Voorhies rvoorhies@centurywest.com City of Tigard Steve Rymer Steve@tigard-or.gov Final Distribution Contractor Rawley Voorhies rvoorhies@centurywest.com Project Manager Andrew Newbury andrewn@tigard-or.gov Project Manager Shauna Large shaunal@tigard-or.gov Buyer Toni Riccardi tonir@tigard-or.gov CITY OF TIGARD-CONTRACT SUMMARY&ROUTING FORM Contract Overview Contract/Amendment Number: C200048a1 Contract Start Date: 11/6/2019 Contract End Date: 06/30/2023 Contract Title: SW Main Street Phase 2 Contractor Name: Century West Engineering Corporation Contract Manager: Andrew Newbury Department: PW/Engineering Contract Costs Original Contract Amount: $866,019.80 Total All Previous Amendments: N/A Total of this Amendment: Total Contract Amount: $866.019.80 Procurement Authority Contract Type: Cooperative Contract Procurement Type: PCR 10.075 Contract Amendments Solicitation Number: NA LCRB Date: 11/5/2019 Account String: Fund-Division-Account Work Order—Activit):1=e Amount FY No funds added FY FY FY FY Contracts & Purchasing Approval Purchasing Signature: -L4— Comments: L4 -Comments: DocuSign Routing Route for Signature Name Email Address Contractor Rawley Voorhies rvoorhies@centurywest.com City of Tigard Steve Rymer Steve@tigard-or.gov Final Distribution Contractor Rawley Voorhies rvoorhies@centurywest.com Project Manager Andrew Newbury andrewn@tigard-or.gov Buyer Marcos Campos Marcos.campos@tigard-or.gov DocuSign Envelope ID:OFD89DDA-3DCE-4ED2-A7E8-791D17F1EDB2 CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT NUMBER 0200048 FOR MAIN STREET PHASE 2 IMPROVEMENTS AMENDMENT #1 The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City,and Century West Engineering Corporation,hereinafter referred to as Contractor,is hereby amended as follows: 1. EFFECTIVE DATE AND DURATION: The Contract is amended to provide that the expiration date is June 30,2023. 2. Except as expressly provided in this contract amendment, all other terms remain unchanged. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD CENTURY WEST ENGINEERING CORPORATION Signature Signature Steve Rymer Rawley Voorhies Printed Name Printed Name 7/6/2022 7/1/2022 Date Date Rev.8/21 CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORMM�/� (THIS FORMMUSTACCOMPANYE v--RY CONTRACT C1�/`l J Contract Title: SW Main Street Phase 2 Number Contractor: Century West Engineering Contract Total: $866,019.80 Contract Overview: Centum West is being hired to complete the engineering design of SW Main Street Phase 2, prepare bidding documents assist in permitting and perform construction administration. Initial Risk Level: ❑ Extreme ❑ High ® Moderate ❑ Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager: Andrew Newbury Ext: 2472 Department: PW/Engineering Type: ❑ Purchase Agreement ❑ Personal Service ❑ General Service ❑ Public Improvement ® Engineering Services Agreement Start Date: November 6, 2019 End Date: June 30, 2022 Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Centum West Engineering $866,019.80 KPFF 2 HHPR 3 Kittelson q Account String: Fund-Division-Account Work Order—ActivitX Tvpe Amount FY 19/20 460-8000-56005 97017-130 $600,000 FY 20/21 460-8000-56005 97017-130 $100,000 FY 21/22 460-8000-56005 97017-130 $166,019.80 Approvals - LCRB Date: November 5, 2019 Department Comments: Department Signature: ►- �` ^r Purchasing Comments: c Purchasing Signature: City Manager Comments. City Manager Signature: ell After securing all required approvals, forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. c1x-)WW Version Date: April 2, 2019 City ofTigard FINANCE AND INFORMATION SERVICES QUALIFICATION-BASED REQUEST FOR PROPOSAL (RFP) ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES SW MAIN STREET IMPROVEMENT PROJECT — PHASE 2 Proposals Due: Tuesday, April 30, 2019 - 2:00 pm local time Proposer must include one (1) original hard copy and one (1) electronic copy on a Portable USB (thumb) drive. A non-mandatory pre-proposal meeting will be held at the City's Public Works Auditorium, 8777 SW Burnham Street, on Monday, April 15, 2019 at 2.00 pm Submit Proposals To: City of Tigard— Contracts & Purchasing Office Attn: Jamie Greenberg, Purchasing Specialist 13125 SW Hall Blvd. Tigard, Oregon 97223 Direct QBS Questions To: Joe Barrett, PW Business Manager Phone: (503) 718-2477 Email: josephgtigard-or.gov Direct Technical Andrew Newbury, PE, Sr. Project Engineer Work & Scope Phone: (503) 718-2472 Questions To: Email: andrewn@tigard-or.gov City of Tigard 1 13125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-4171 1 www.tigard-or.gov PUBLIC NOTICE QUALIFICATION BASED REQUEST FOR PROPOSAL ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES SW MAIN STREET—PHASE 2 IMPROVEMENTS The City of Tigard is seeking sealed proposals from firms qualified to provide professional services to assist with the SW Main Street— Phase 2 Improvement project. Proposals will be received until 2:00 p.m. local time, Tuesday, April 30, 2019 at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd., Tigard, Oregon 97223. Proposals will be scored and ranked on a qualification basis and the City will enter into negotiations with the top-ranking firm. A non-mandatory pre-proposal meeting will be held at the City's Public Works Auditorium, 8777 SW Burnham Street, on Monday,April 15,2019 at 2:00 pm. No proposal will be considered unless fully completed in the manner provided in the RFP packet. Facsimile and electronic (email) proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. RFP packets may be downloaded from http://www.tigard-or.gov or obtained in person at Tigard City Hall's Utility Billing Counter located at 13125 SW Hall Blvd.,Tigard, Oregon 97223. Proposers are required to certify non-discrimination in employment practices and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. PUBLISHED: D&Journal of Commerce DATE: Friday,April 5,2019 IIS i QBS—SW Main Street—Phase 2 Improvements 2 Page Close—Tuesday,April 30,2019—2:00 pm TABLE OF CONTENTS TITLE PAGE TitlePage--------------------------•------------ ------------------------------------- ------- -----------------1 Public Notice 2 Table of Contents 3 SECTIONS Section 1 Introduction 4 Section 2 Proposer's Special Instructions_____________________________________________________________ __________ 4 Section3 Background--------------------------------------------- ............ ---------------------------------------------7 Section 4 Scope and Schedule of Work.............................................................................7 Section 5 Proposal Content and Format__--- •--- -------- -------- -------- -------- ----------------11 Section 6 Proposal Evaluation Procedures_______ _________ _________ _________ ________ ______________ 13 Section 7 Proposal Certifications____-_----_ Section8 Signature Page----------------------------------------------------------------------- -------------------------16 ATTACHMENTS Attachment A Acknowledgement of Addenda_________________________________________________ _____________________17 Attachment B Statement of Proposal____________ _________ _________ 18 Attachment C City of Tigard Engineering Services Agreement______________________ _____________________19 BS—SW Main Street—Phase 2 Improvements Q p 3 Pagc; Close—Tuesday,April 30,2019—2:00 pm I SECTION 1 INTRODUCTION The City of Tigard is seeking sealed proposals from firms qualified to provide professional services to assist with the SW Main Street—Phase 2 Improvement project. Proposals will be received until 2:00 p.m. local time, Tuesday, April 30, 2019 at Tigard City Hall's Utility Billing Counter at 13125 SW Hall Blvd., Tigard, Oregon 97223. Proposals will be scored and ranked on a qualification basis and the City will enter into negotiations with the top-ranking firm. A non-mandatory pre-proposal meeting will be held at the City's Public Works Auditorium, 8777 SW Burnham Street,on Monday,April 15,2019 at 2:00 pm. No proposal will be considered unless fully completed in a manner provided in the RFP packet. Facsimile and electronic (email) proposals will not be accepted nor will any proposal be accepted after the stated due date and time. Any proposal received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. Proposers are required to certify non-discrimination in employment practices and identify resident status as defined in ORS 279A.120. Pre-qualification of proposers is not required. All proposers are required to comply with the provisions of Oregon Revised Statutes and Local Contract Review Board (LCRB) Policy. The City may reject any proposal not in compliance with all prescribed public bidding procedures and requirements and may reject for good cause any or all proposals upon a finding of the City if it is in the public interest to do so. SECTION 2 PROPOSER'S SPECIAL INSTRUCTIONS A. PROPOSED TIMELINES Friday,April 5, 2019 Release of Project Packet Monday,April 15,2019—2:00 pm Non-Mandatory Pre-Proposal Meeting at City Tuesday,April 30,2019—2:0012m Deadline for Submission of Proposals Week of May 6,2019 Negotiations Tuesday,May 28,2019 Award of Contract by LCRB Tuesday,June 4,2019 Commencement of Services NOTE: The City reserves the right to modify this schedule at the City's discretion B. GENERAL By submitting a proposal, the Proposer certifies that the Proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. C. PROPOSAL SUBMITTAL The Proposal and all amendments must be signed and submitted no later than 2:00 pm, April 30, 2019, to the address below. Each proposal must be submitted in a sealed envelope and designated with proposal title. Proposer must include one (1) original and one (1) electronic copy on a portable USB (thumb)drive of their submittal. To assure that your proposal receives priority treatment,please mark as follows. QBS—SW Main Street—Phase 2 Improvements 4 1 Page Close—Tuesday,April 30,2019—2:00 pm QBS—SW Main St. Improvements City of Tigard—Utility Billing Counter Attn: Jamie Greenberg,Purchasing Specialist 13125 SW Hall Blvd. Tigard,Oregon 97223 Proposer shall put their name and address on the outside of the envelope. It is the Proposer's responsibility to ensure that proposals are received prior to the stated closing time. The City shall not be responsible for the proper identification and handling of any proposals submitted incorrectly. Late proposals, late modification, or late withdrawals shall not be considered accepted after the stated bid opening date and time and shall be returned unopened. Facsimile and electronic (email) proposals will not be accepted. D. PROTEST OF SCOPE OF WORK OR TERMS A Proposer who believes any details in the scope of work or terms detailed in the proposal packet and sample contract are unnecessarily restrictive or limit competition may submit a protest in writing, to the Purchasing Office. A protest may be submitted via facsimile. Any such protest shall include the reasons for the protest and shall detail any proposed changes to the scope of work or terms. The Purchasing Office shall respond to any protest and,if necessary,shall issue any appropriate revisions, substitutions,or clarification via addenda to all interested Proposers. To be considered, protests must be received at least five (5) days before the proposal closing date. The City shall not consider any protest against award due to the content of proposal scope of work or contract terms submitted after the established protest deadline. All protests should be directed to the attention of Joe Barrett,PW Business Manager,and be marked as follows: RFP Specification/Term Protest City of Tigard—Contracts and Purchasing Office Attn: Joe Barrett,PW Business Manager 13125 SW Hall Blvd. Tigard,Oregon 97223 If a protest is received in accordance with the section above the proposal opening date may be extended � p p p p g y if necessary to allow consideration of the protest and issuance of any necessary addenda to the proposal documents. E. PROPOSAL SUBMISSION AND SIGNING All requested forms and attachments(Signature Page,Acknowledgment Addenda,Statement of Proposal, etc.) must be submitted with the Proposal and in the required format. The submission and signing of a proposal shall indicate the intention of the firm to adhere to the provisions described in this RFP. F. COST OF PREPARING A PROPOSAL The RFP does not commit the City to paying any costs incurred by Proposer in the submission or presentation of a proposal or in making the necessary studies for the preparation thereof. G. INTERPRETATIONS AND ADDENDA All questions regarding this project proposal shall be directed to Joe Barrett, PW Business Manager. If necessary, interpretations or clarifications in response to such questions will be made by issuance of an "Addendum" to all prospective Proposers within a reasonable time prior to proposal closing, but in no case less than 72 hours before the proposal closing. If an addendum is necessary after that QBS—SW Main Street—Phase 2 Improvements 5 1 Page Close—Tuesday,April 30,2019—2:00 pm time,the City,at its discretion,can extend the closing date. Any Addendum issued, as a result of any change in the RFP,must be acknowledged by submitting the "Acknowledgment of Addenda"with proposal. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. H. BUSINESS LICENSE/FEDERAL TAX ID REQUIRED The City of Tigard Business License is required. Chapter 5.4 of the Tigard Municipal Code states any business doing business in the City of Tigard shall pay a City of Tigard Business License. Successful Contract will be required to present a copy of their City of Tigard Business License at the time of contract execution. Successful Contractor shall also complete a W-9 form for the City at the time of contract execution. I. CITY'S PROJECT MANAGER The City's Project Manager for this work will be Andrew Newbury,PE,Senior Project Engineer,who can be reached by phone at (503) 718-2472 or by email at andrewn e,tiard-or.gov. J. PROPOSAL VALIDITY PERIOD Each proposal shall be irrevocable for a period of ninety(90) days from the Proposal Opening Date. K. FORM OF CONTRACT A copy of the City's standard engineering services agreement, which the City expects the successful firm or individual to execute,is included as "Attachment C". The contract will incorporate the terms and conditions from this RFP document and the successful proposer's response documents. Firms taking exception to any of the contract terms shall submit a protest or request for change in accordance with Section 2.D "Protest of Scope of Work or Terms"or their exceptions will be deemed immaterial and waived. L. TERM OF CONTRACT The contract for this work is anticipated to commence on or around June 4,2019. All work stemming from the contract is anticipated to be completed no later than June 2021. M. TERMINATION The contract may be terminated by mutual consent of both parties or by the City at its discretion with a 30 days'written notice. If the agreement is so terminated, Contractor shall be paid in accordance with the terms of the agreement. N. NON-COLLUSION Proposer certifies that this proposal had been arrived at independently and has been submitted without collusion designed to limit independent bidding or competition. O. PUBLIC RECORD All bid material submitted by bidder shall become the property of the City and is public record unless otherwise specified. A bid that contains any information that is considered trade secret under ORS ' 192.501(2) should be segregated and clearly identified as such. This information will be kept confidential and shall not be disclosed except in accordance with the Oregon Public Records Law, V ORS 192. The above restrictions may not include any subsequent cost or price information, which must be open to the public. QBS—SW Main Street—Phase 2 Improvements 6 1 Page Close—Tuesday,April 30,2019—2:00 pm P. NON-MANDATORY PRE-PROPOSAL MEETING A non-mandatory pre-proposal meeting will be held at the City's Public Works Auditorium, 8777 SW Burnham Street,on Monday,April 15,2019 at 2:00 pm. SECTION 3 BACKGROUND The City of Tigard Downtown Improvement Plan, dated September 27, 2005, recommended functional improvements to Main Street for street connectivity, transit, pedestrian circulation, street lighting and an attractive streetscape which will help spur business investment and development in the downtown area. The Main Street Phase 2 project implements the final phase of the recommendations. The project will continue the improvements completed during Phase 1 from the railroad tracks to Scoffins Street. The City was awarded MTIP funding for this project and through an intergovernmental agreement with Metro, the funding for this project will be with local dollars. SECTION 4 SCOPE AND SCHEDULE OF WORK Purpose The engineering design of the reconstruction of SW Main Street, a downtown collector, from the railroad tracks to Scoffins Street to create a vibrant downtown that connects community,visitors and business. Phase 2 will incorporate many of the design features completed in Phase 1. The following are design elements to be used in the street design: • SW Main Street is classified as a downtown collector with 10 foot minimum travel lanes, bike lanes, on street parking, and 6' minimum sidewalk width. Total estimated length of improvements is 800 linear feet. Full pavement and sidewalk reconstruction to occur within project limits. New pavement to extend to McDonald's first driveway on SW Scoffins Street. Pavement on SW Commercial St. to end at PC/PT of curb radius. • The Low Impact Development Approaches Handbook by Clean Water Services to be used in design of the green street facilities with an emphasis on using LIDA planters. New Clean Water Services standards, dated April 2019,will apply. • A large portion of the basin area that drains into the storm system in SW Main St.is untreated. Consultant to review options to provide water quality treatment and hydromodification control. • Enhanced pedestrian crossings to be included at all intersections. • All pedestrian facilities to be designed to meet current ADA requirements including accesses to existing businesses. All ADA ramps including ramps at intersection with Scoffins Street to be replaced. • Bus stop amenities to be improved. • Sidewalk amenities, including street furniture and landscaping to be added to enhance the pedestrian experience and the beautification of Main St. • Existing street lights to be replaced with new ornamental LED street lights. • Existing 8"cast iron waterline within project limits to be replaced with a new 8"ductile iron. This includes a section of waterline from SW Main Street to first valve on Commercial St. Existing services,meters and fire hydrants to be replaced. • At the intersection of SW Main Street and SW Tigard Street, there is a depression in the roadway due to possible subgrade failures in the northeast bound lane just past the enhanced pedestrian crosswalk. A design is needed to eliminate this depression along with replacement of two catch basins that have concrete rim failures. QBS--SW Main Street—Phase 2 Improvements 7 1 Page Close—Tuesday,April 30,2019—2:00 pm A. PROJECT RESEARCH / DATA COLLECTION: 1. Project Kick-off Meeting. Meet with project team,review project schedule and deliverables. 2. Prepare preliminary schedule. 3. Geotechnical Investigation. Evaluate the subsurface conditions at the site, representative of the preliminary alignment, and provide geotechnical recommendations for the road and utility construction. The investigation will provide conclusions and recommendations regarding: geology and seismicity, subsurface conditions,groundwater, anticipated dewatering requirements, excavating conditions,pavement sections,and trench backfill requirements. The report will include soil/design parameters the contractor can use for trench safety design. The testing will include 2 borings up to 15 feet deep,a piezometer and two test pits. 4. Traffic Report and Mini-Roundabout Design. Evaluate possible mini-roundabout at intersection of SW Main St. and SW Scoffins St. Complete traffic analysis at SW Tigard St and SW Main St.and SW Commercial St. and SW Main St.intersections for possible traffic flow improvements. B. PUBLIC OUTREACH/COMMUNICATIONS LEAD 1. Prepare communications content throughout project design and prior to start of construction. a. Create and distribute notifications to adjacent businesses,property owners,and residents b. Social media,onsite-signage,web page updates,and fact sheets to customers and residents o General overview of project o Construction timeline o Highlighting that businesses will remain open. c. Design and print poster size maps of project for display at City Hall,Library and other determined locations. d. Prepare business packets including fact sheets,parking maps,schedule and outreach materials that businesses can pass on to their customers. 2. Provide community outreach. a. Offer presentations on the project at regular meetings of interested community organizations. b. Be point of contact person for questions,comments and concerns for business owners,residents and visitors. c. Be available for regular meetings with business owners during construction to discuss schedule and construction impacts and mitigations. 3. Provide news media outreach. a. Write press releases,arrange and lead media tours,respond to media requests 4. Provide communications support for City Staff a. At City Council briefings at key intervals of project b. Support campaign promoting downtown businesses C. DESIGN SURVEY: 1. Establish Horizontal and Vertical Survey Control and Boundary Survey. Setup conventional control and tie existing monumentation necessary to establish the existing right-of-way, property lines and easement locations within the project limits. Run vertical control from nearest City/County bench mark. Datum will be based on the City of Tigard's datum. QBS—SW Main Street—Phase 2 Improvements 8 1 Page Close—Tuesday,April 30, 2019—2:00 pm 2. Topographic survey. Topographic design survey will include existing topographic features,contours, i trees, utilities, etc.within the project area to complete the road design. D. ENGINEERING DESIGN: 1. Construction Plans: 30% Construction Documents&Cost Estimate Preliminary drawings to include: • Title sheet • Existing conditions plans • Road plan and profile sheets • Plan layout of utilities • Preliminary sidewalk amenities and landscaping plan • Intersection plans • Review layout of mini-roundabout at SW Main St.and SW Scoffins St. 60% Construction Documents&Cost Estimate j Preliminary drawings to include: • Title sheet • Existing conditions plans • 120OCN Erosion Control Plans • Composite road and utility plan • Road and utility plan and profile sheets • Intersection detailed plans • Sidewalk amenities and landscaping plan • Major construction details • Stormwater report(include options to treat off site stormwater) Incorporate comments from the 30% City Plan Review. 90% Construction Documents,Cost Estimate,and Project Specifications Sheet Index to Include but not limited to: • Title sheet • Existing conditions plans • 120OCN erosion control plans • Composite road and utility plan • Road and utility plan and profile sheets • Intersection detailed plans • Sidewalk amenities and landscaping plan • Construction detail sheets • Stormwater report Incorporate comments from the 60%City Plan Review. 100%Construction Documents,Cost Estimate,and Project Specifications Sheet Index to Include but not limited to: • Title sheet • Existing conditions plans QBS—SWMain Street—Phase 2 Improvements 9 Pa g c Close—Tuesday,April 30,2019—2:00 pm • 1200CN erosion control plans • Composite road and utility plan. • Road and utility plan and profile sheets • Intersection detailed plans • Sidewalk amenities and landscaping plan • Construction detail sheets Incorporate comments from 90% City Plan Review. Stormwater report to be submitted for review as part of the 60% plan submittal. Revised storm reports to be included with the 90% submittal and 100%submittal as needed. 2. Permitting-Consultant to prepare and submit the following applications to local, state,and federal agencies. Plans and calculations are to meet current jurisdictional requirements.Permit fees to be paid by the City. Permitting to include but may not be limited to the following: a. Submit Pre-Screen Application to CWS. (Deliverable: Submittal to be determined by schedule. Prior to 60%). b. Prepare and submit 1200-CN plans to City. (Deliverable: at 90%) c. Assist with preparation of Tree Removal Application,exhibits,if applicable. City staff to prepare narrative and submit to Community Development for approval. (Deliverable: 90%) d. Coordination with franchise utility providers for any utility relocation or new facilities. Plans to be submitted to franchise utility providers at the 60%plan submittal date. e. Apply for right-of-way permit as needed with ODOT Rail and TriMet. f. Assist in Portland&Western/Genesee&Wyoming Railroad right of entry permitting. 3. Coordination and Meetings: • Review engineering design with City Staff at 30%,60%,90%, and 100% submittals. • Weekly email updates and phone call to City staff • Schedule updated monthly • Monthly invoices including monthly project status reports • Coordination with TriMet regarding bus stop locations and configurations and possible sidewalk improvements at rail crossing. *Monthly project status reports to identify work completed,percent complete vs percent spent, for all project tasks and phases and identify ongoing and upcoming work items and any issues/concerns. 4. Right-of-way Services: Provide right-of-way services for potential right-of-way takes and easements as required for the sidewalk/ramp improvements and/or mini roundabout. Right-of-way services to include the following. a. Preparation of legal descriptions and exhibits. b. Right-of-way document of support included drafting Resolution of Necessity for City Council. c. Property appraisals. d. Negotiations and acquisition preparation. e. Possible settlement and eminent domain support. QBS—SW Main Street—Phase 2 Improvements 10 1 Page Close—Tuesday,April 30,2019—2:00 pm i 5. Bidding Assistance: Prepare bid documentation including bid schedule and specifications. Respond to bidder inquiries. Prepare Addenda during the bidding process as necessary. Review bid pricing with City project manager during the protest period. E. CONSTRUCTION SERVICES: 1. Provide submittal review—comments and approval to be provided to the City within 3 business days. 2. Respond to RFI's during construction process — Provide responses to RFI's within 3 business days. 3. Construction Administration/Site Observation: • Review contractor pay requests, quantity verification, and provide recommendations to the City project manager. • Review change orders and provide recommendations to the City project manager. • Provide full inspection services. 4. Record Drawings: Prepare record drawings showing the as constructed facilities based on construction observation,contractor provided notes,and survey verification. Survey verification to include the following: • Provide horizontal locations of manholes and cleanouts. • Provide location and invert elevation of all service stubs. • Provide horizontal data on all new surface features. • Provide vertical data including rims,invert elevations of pipes at manholes and cleanouts. • Provide finish manhole diagrams (including pipe locations,steps, and bench). • Provide drawings in PDF format and AutoCad format. 5. Project Closeout: Final walk through with City staff and contractor. Provide project files as required by City. F. PROPOSED PROJECT SCHEDULE: Geotechnical Report September,2019 30%Design September,2019 60%Design November,2019 90%Design January,2019 Final Design March,2020 Obtain Permits March,2020 Request for Proposal—Construction Services Award April,2020 Construction Contract Award May,2020 Begin Construction June,2020 End Construction and Project Closeout June,2021 SECTION 5 PROPOSAL CONTENT AND FORMAT A. FORMAT To provide a degree of consistency in review of the written proposals, firms are requested to prepare their proposals in the standard format specified below. QBS—SW Main Street—Phase 2 Improvements 111 P a g c Close—Tuesday,April 30,2019—2:00 pm 1. Title Page Proposer should identify the RFP Title,name and title of contact person, address, telephone number,fax number, email address,and date of submission. 2. Transmittal Letter The transmittal letter should be not more than two (2) pages long and should include as a minimum the following: a. A brief statement of the Proposer's understanding of the project and services to be performed; b. A positive commitment to perform the services within the time period specified, starting and completing the project within the deadlines stated in this RFP; and the names of persons authorized to represent the Proposer, their title, address, and telephone number (if different from the individual who signs the transmittal letter). 3. Table of Contents The table of contents should include a clear and complete identification by section and page number of the materials submitted. 4. Project Understanding and Approach Describe in narrative form the Proposers approach and technical plan for accomplishing the work listed herein. Include approach and methods for ensuring project meets the listed time table. 5. Design Consultant Team Qualifications Proposers are required to give sufficient information of their relative past experience to permit the City to understand and verify the exact nature of the contributions made by the consultant team members. 6. Design Consultant Team Experience with Similar Projects Provide the details of experience and past performance of the proposed team members on comparable projects. This item should cover, at a minimum, the substantive nature of comparable projects and which team members worked on these projects. 7. Firms Availability A description of the Proposer's overall capability and assurance that it can meet its commitment to successfully complete these services in the time fame listed shall be provided. A locally-based project manager is mandatory. 8. Project Manager Experience List experience managing similar projects and meeting schedules. Include any additional relevant experience such as working with the City of Tigard and Clean Water Services design requirements. 9. References Provide at least 3 references for projects similar to the work described in this RFP packet that the firm has performed in the past 10 years. List contact name,address,phone number, and e-mail address for each reference and provide a brief description of the project if not already provided in the experience section above. QBS—SW Main Street—Phase 2 Improvements 12 1 Page Close—Tuesday,April 30,2019—2:00 pm i The City reserves the right to investigate the references and the past performance of any applicant with respect to its successful performance of similar projects, compliance with specifications and contractual obligations,and its completion of a project on schedule. 10. Appendices Include full resumes,relevant additional project descriptions and required forms. B. ADDITIONAL INFORMATION Please provide any other information you feel would help the Selection Committee evaluate your firm for this project. C. DISPUTES Should any doubt or difference of opinion arise between the City and a Proposer as to the items to be furnished hereunder or the interpretation of the provisions of this RFP,the decision of the City shall be final and binding upon all parties. D. CITY PERSONNEL No Officer,agent,consultant or employee of the City shall be permitted any interest in the contract. SECTION 6 PROPOSAL EVALUATION PROCEDURES A. SELECTION AND EVALUATION PROCESS A Selection Committee assembled by the City will review the written proposals. Proposals will be evaluated to determine which ones best meet the needs of the City. After meeting the mandatory requirements, the proposals will be evaluated on both their technical and fee aspects. The Selection Committee will select the Proposer which best meets the City's needs based upon its evaluation of a Proposer proposal. Proposals will be evaluated in accordance with the following: 1. Completed proposal submitted on time Pass Fail 2. One original plus one (1) electronic copy on a portable USB (thumb)! drive of their submittal Pass Fail 3. Transmittal letter Pass Fail 4. Project Understanding and Approach 20 points 5. Design Consultant Team Qualifications 20 points 6. Design Consultant Team Experience with Similar Projects 25 points 7. Firms Availability&Ability to Meet Project Schedule 5 points 8. Project Manager Experience 20 points 9. References 10 points TOTAL EVALUATION POINTS 100 POINTS B. INVESTIGATION OF REFERENCES The City reserves the right to investigate references and the past performance of any Proposer with respect to its successful performance of similar projects, compliance with specifications and contractual obligations,its completion or delivery of a project on schedule,and its lawful payment of employees and workers. C. CLARIFICATION OF PROPOSALS The City reserves the right to obtain clarification of any point in regards to a proposal or to obtain additional information necessary to properly evaluate a particular proposal. Failure of a Proposer to QBS—SW Main Street—Phase 2 Improvements 13 1 Pa g e Close—Tuesday,April 30,2019—2:00 pm i respond to such a request for additional information or clarification could result in rejection of their proposal. D. NEGOTIATIONS WITH TOP RANKED FIRM Upon review of the proposals submitted,the City will enter into negotiations with the top ranked firm on a price for the work. If the City and the top ranked firm is unable after good faith negotiations to agree to a price,the City will move to the second ranked firm and enter into negotiations. The process shall repeat until either the City and a firm come to an agreed upon price or the City determines the project unfeasible at this time and elects to rescope and resolicit the work. E. PROTEST OF AWARD In accordance with Tigard Public Contracting Rule 30.135,any adversely affected Proposer has seven (7) calendar days from the date of the written notice of award to file a written protest. F. PROPOSAL REJECTION The City reserves the right to: 1. Reject any or all proposals not in compliance with all public procedures and requirements; 2. Reject any proposal not meeting the specifications set forth herein; 3. Waive any or all irregularities in proposals submitted; 4. In the event two or more proposals shall be for the same amount for the same work,the City shall follow the provisions of LCRB 30.095 and Section 137-095 of the Oregon Attorney General's Model Public Contract Manual; 5. Reject all proposals; 6. Award any or all parts of any proposal;and 7. Request references and other data to determine responsiveness. �I I I QBS—SW Main Street—Phase 2 Improvements 14 P a g c Close—Tuesday,April 30,2019—2:00 pm li SECTION 7 PROPOSAL CERTIFICATIONS Non-discrimination Clause The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services, because of race, color, religion, sex, national origin, handicap or age with regard to, but not limited to,the following:employment upgrading,demotion or transfer;recruitment or recruitment advertising;layoffs or termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order from the City,unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by: Matt MacRostie, PE I Vice President and Municipal Business Development Manager Firm Name: Century West Engineering Corporation Address: 5331 SW Macadam Ave. Suite 287 Portland, OR 97239 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: tel 1a, � Type or print officer's name: Matt MacRostie, PE I Vice President and Municipal Business Development Manager QBS—SW Main Street—Phase 2 Improvements 15 P a Close—Tuesday,April 30,2019—2:00 pm SECTION 8 SIGNATURE PAGE The undersigned proposes to perform all work as listed in the Specification section and that all articles supplied under any resultant contract will conform to the specifications herein, The undersigned agrees to be bound by all applicable laws and regulations, the accompanying specifications, and by City policies and regulations. The undersigned,by submitting a proposal,represents that: A) The Proposer has read and understands the specifications. B) Failure to comply with the specifications or any terms of the Request for Proposal may disqualify the Proposer as being non-responsive. The undersigned certifies that the proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The undersigned certifies that all addenda to the specifications has been received and duly considered and that all costs associated with all addenda have been included in this proposal: Addenda: No. 1 through No. 1 inclusive. We therefore offer and make this proposal to furnish services herein in fulfillment of the attached requirements and specifications of the City. Name of firm: Century West Engineering Corporation Address: 5331 SW Macadam Ave. Suite 287 Portland. OR 97239 Telephone Number: 503 419-2130 Fax Number: (503) 639-2710 By: 4' Date: 5/7/2019 (Signature of Authorized Official. If partnership, signature of one partner.) Typed Name/Title: Matt MacRostie, PE I Vice President and Municipal Business Development Manager If corporation, attest: Matt MaeRosie. PE (Corporate Officer) ❑X Corporation ❑ Partnership ❑ Individual Federal Tax Identification Number (TIN): 93-0584951 QBS—SW Main Street—Phase 2 Improvements 16 11' Close—Tuesday,April 30,2019—2:00 pm ATTACHMENT A CITY OF TIGARD, OREGON ACKNOWLEDGMENT OF ADDENDA Project Title: Engineering Design&Construction Management Services SW Main Street Phase 2 Improvements Close: 5/7/2019 at 2PM I/WE HAVE RECEIVED THE FOLLOWING ADDENDA (Z�none received, write `None Received"): 1. Addendum #1 3. 2. 4. 5/7/2019 Date �/ _ ` / Signature of Proposer Vice President and Municipal Business Development Manager Title Century West Engineering Qorporation Corporate Name QBS—SW Main Street—Phase 2 Improvements 17 1 I' a Close—Tuesday,April 30,2019—2:00 pm ATTACHMENT B CITY OF TIGARD, OREGON STATEMENT OF PROPOSAL Name of Consultant:_Century West Engineering Corporation Mailing Address: 5331 SW Macadam Ave. Suite 287 Portland, OR 97239 Contact Person: Rawley Voorhies, PE I Senior Project Manager Telephone: (503) 419-2133 Fax: (503) 639-2710 EmaH:--rvoorhies@centuDywest.com accepts all the terms and conditions contained in the City of Tigard's Qualification Based Request for Proposal for the SVS'Main Street—Phase 2 Improvements and the attached engineering services agreement template (Attachment C): 5/7/2019 Signature of authorized representative Date Matt MacRostie PE (503) 419-2134 Type or print name of authorized representative Telephone Number Matt MacRostie, PE I Rawley Voorhies. PE419-2130 Type or print name of person(s) authorized to negotiate contracts Telephone Number QBS—SAX/Main Street—Phase 2 Improvements 18 1 P l Close—Tuesday, April 30, 2019—2:00 pm Version Date: April 2,2019 ATTACHMENT C CITY OF TIGARD,OREGON ENGINEERING SERVICES AGREEMENT MAIN STREET PHASE 2 IMPROVEMENTS THIS AGREEMENT,made and entered into this 6`' day of November, 2019, by and between the City of Tigard, a municipal corporation, hereinafter referred to as the "City," and Century West Engineering Corporation, whose authorized representative is Joe Roshak, PE, and having a principal being a registered engineer of the State of Oregon,hereinafter referred to as the "Engineer." RECITALS WHEREAS, the City's Fiscal Year 2020 budget provides for engineering services for the Main Street Phase 2 Improvements project; and WHEREAS, the accomplishment of the work and services described in this Agreement is necessary and essential to the public works improvement program of the City;and WHEREAS, the City desires to engage the Engineer to render professional engineering services for the project described in this Agreement, and the Engineer is willing and qualified to perform such services; THEREFORE, in consideration of the promises and covenants contained herein, the parties hereby agree as follows: 1. Engineer's Scope of Services The Engineer shall perform professional engineering services relevant to the Project in accordance with the terms and conditions set forth herein,and as provided in Exhibit 1,which is attached hereto and by this reference made a part of this Agreement. 2. Effective Date and Duration This agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended, upon completion of the work or June 30, 2022, whichever comes first. All work under this Agreement shall be completed prior to the expiration of this Agreement. 3. Engineer's Fee A. Basic Fee 1) As compensation for Basic Services as described in Exhibit 1 of this Agreement, and for services required in the fulfillment of Paragraph 1,the Engineer shall be paid on an hourly rate based upon the"Schedule of Rates"in Exhibit A of this agreement,which shall constitute full and complete payment for said services and all expenditures which may be made and expenses incurred, except as otherwise expressly provided in this Agreement. The Basic Fee shall not exceed the amount of Eight Hundred Sixty-Six Thousand Twenty and No/100 Dollars ($866,020.00)without prior written authorization. 2) The parties hereto do expressly agree that the Basic'Fee is based upon the Scope of Services to be provided by the Engineer and is not necessarily related to the estimated construction cost of the Project. In the event that the actual construction cost differs from the estimated construction cost, the Engineer's compensation will not be adjusted unless the Scope of Services to be provided by the Engineer changes and is authorized and accepted by the City. City of Tigard 1 13125 SW Hall Blvd.,Tigard, OR 97223 1 (503) 639-41711 w-ww.tigard-ar.gcn B. Payment Schedule for Basic Fee Payments shall be made upon receipt of billings based on the work completed. Billings shall be submitted by the Engineer periodically, but not more frequently than monthly. Payment by the City shall release the City from any further obligation for payment to the engineer for service or services performed or expenses incurred as of the date of the statement of services. Payment shall be made only for work actually completed as of the date of invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. C. Payment for Special Services Only when directed in writing by the City, the Engineer shall furnish or acquire for the City the professional and technical services based on the hourly rate schedule as described in Exhibit 1 of this contract for minor project additions and/or alterations. D. Certified Cost Records The Engineer shall furnish certified cost records for all billings pertaining to other than lump sum fees to substantiate all charges. For such purposes,the books of account of the Engineer shall be subject to audit by the City. The Engineer shall complete work and cost records for all billings on such forms and in such manner as will be satisfactory to the City. E. Contract Identification The Engineer shall furnish to the City its employer identification number, as designated by the Internal Revenue Service,or social security number,as the City deems applicable. F. Pavment—General 1) Engineer shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 2) Engineer shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. 3) Engineer shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical and hospital care or other needed care and attention incident to sickness or injury to the employees of Engineer or all sums which Engineer agrees to pay for such services and all moneys and sums which Engineer collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. 4) The City certifies that sufficient funds are available and authorized for expenditure to finance costs of this contract. 5) Engineer shall make payments promptly,as due,to all persons supplying services or materials for work covered under this contract. Engineer shall not permit any lien or claim to be filed or prosecuted against the City on any account of any service or materials furnished. 2 1 page 6) If Engineer fails,neglects or refuses to make prompt payment of any claim for labor,materials, or services furnished to Engineer,sub-consultant or subcontractor by any person as such claim becomes due, City may pay such claim and charge the amount of the payment against funds due or to become due to the Engineer. The payment of the claim in this manner shall not relieve Engineer or their surety from obligation with respect to any unpaid claims. 4. Ownership of Plans and Documents: Records A. The field notes, design notes, and original drawings of the construction plans, as instruments of service, are and shall remain, the property of the Engineer;however, the City shall be furnished, at no additional cost, one set of previously approved reproducible drawings, as well as electronic files 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 parry shall assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment shall be of any force or effect whatsoever unless and until the other 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 3 1 Page 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 party) as a result of said finding. C. The undersigned Engineer hereby represents that no employee of the City or any partnership or corporation in which a City employee has an interest,has or will receive any remuneration of any description from the Engineer, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. D. If this payment is to be charged against Federal funds, Engineer certifies that he/she is not currently employed by the Federal Government and the amount charged does not exceed his/her normal charge for the type of service provided. E. Engineer and its employees, if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. F. Engineer shall obtain,prior to the execution of any performance under this Agreement,a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro-rated fee though the end of the calendar year. G. Engineer is not an officer,employee,or agent of the City as those terms are used in ORS 30.265. 7. 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. I 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. 41Page C. Claims for Professional Liability. Engineer agrees and shall indemnify, defend, save and hold harmless the City of Tigard, its officers, employees, agents, and representatives from all claims, suits,or actions and all expenses incidental to the investigation and defense thereof,arising out of the professional negligent acts, errors or omissions of Engineer or its subcontractors, sub- consultants, agents or employees in performance of professional services under this agreement. Any work by Engineer that results in a design of a facility that is not readily accessible to and usable by individuals with disabilities shall be considered a professionally negligent act, error or omission. D. As used in subsections B and C of this section, a claim for professional responsibility is a claim made against the City in which the City's alleged liability results directly or indirectly,in whole or in part, from the quality of the professional services provided by Engineer,regardless of the type of claim made against the City in performance of this contract. A claim for other than professional responsibility is a claim made against the City in which the City's alleged liability results from an act or omission by Engineer unrelated to the quality of professional services provided by Engineer in performance of this contract. 8. Insurance Engineer and its subcontractors shall maintain insurance acceptable to City in full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Engineer's activities or work hereunder,including the operations of its subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Engineer and its subcontractors shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Engineer shall obtain, at Engineer's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General Aggregate $3,000,000 Products-Completed Operations Aggregate $2,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage (Any one fire) $50,000 B. Professional Liability Engineer shall obtain, at Engineer's expense, and keep in effect during the term of this contract, Professional Liability Insurance covering any damages caused by an error,omission or any negligent acts. Combined single limit per 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. 5 Page C. Commercial Automobile Insurance Engineer shall also obtain,at Engineer's expense,and keep in effect during the term of the contract (Symbol 1 or Symbols 8 and 9 as applicable) Commercial Automobile Liability coverage on an "occurrence"form including coverage for all owned,hired,and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than$2,000,000. If Contractor operates a personally-owned vehicle for business use under this contract,the Contractor shall obtain, at Contractor's expense, and keep in effect during the term of the contract, business automobile liability coverage for all owned vehicles on an"occurrence"form. The Combined Single Limit per occurrence shall not be less than$2,000,000. 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 6 1 Page i Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. I. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Engineer shall furnish a Certificate of Insurance to the City. No contract shall be effective until the required Certificates of Insurance have been received and approved by the City. The certificate will specify and document all provisions within this contract and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the address below prior to coverage expiration. J. Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer,employee or agent of the City as those terms are used in ORS 30.265. K. 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 with the insurance required in this section. L. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability and commercial automobile policies required by this contract. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: City of Tigard Attn: Contracts and Purchasing Office 13125 SW Hall Blvd Tigard, Oregon 97223 At the discretion of the City, a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance shall not be construed to limit Engineer's liability hereunder. Notwithstanding said insurance,Engineer shall be obligated for the total amount of any damage,injury, or loss caused by negligence or neglect connected with this contract. 9. Termination Without Cause At any time and without cause,City shall have the right in its sole discretion,to terminate this Agreement by giving notice to Engineer. If City terminates the contract pursuant to this paragraph, it shall pay Engineer for services rendered to the date of termination. 7 1 Pagc 10. Termination With Cause A. City may terminate this Agreement effective upon delivery of written notice to Engineer, or at such later date as may be established by City, under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 2) If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement. 3) If any license or certificate required by law or regulation to be held by Engineer, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied,revoked, or not renewed. 4) If Engineer becomes insolvent,if voluntary or involuntary petition in bankruptcy is filed by or against Engineer, if a receiver or trustee is appointed for Engineer, or if there is an assignment for the benefit of creditors of Engineer. Any such termination of this agreement under paragraph (A) shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Engineer, may terminate the whole or any part of this Agreement: 1) If Engineer fails to provide services called for by this agreement within the time specified herein or any extension thereof,or 2) If Engineer fails to perform any of the other provisions of this Agreement,or so fails to pursue the work as to endanger performance of this agreement in accordance with its terms,and after receipt of written notice from City, fails to correct such failures within ten days or such other period as City may authorize. 3) If Engineer fails to eliminate a conflict as described in Section 14 of this agreement. The rights and remedies of City provided in the above clause related to defaults(including breach of contract)by Engineer shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (B),Engineer shall be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred,an amount which bears the same ratio to the total fees specified in this Agreement as the services satisfactorily rendered by Engineer bear to the total services otherwise required to be performed for such total fee; provided,that there shall be deducted from such amount the amount of damages,if any,sustained by City due to breach of contract by Engineer. Damages for breach of contract shall be those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 81Page 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: CITY OF TIGARD CENTURY WEST ENGINEERING CORPORATION Attn:Andrew Newbury Attn: Rawley Voorhies,PE Address: 13125 SW Hall Blvd. Address: 5331 SW Macadam Ave Ste 287 Tigard, Oregon 97223 Portland OR 97239 Phone: (503) 718-2472 Phone: (503)419-2132 Email: andrewnO ti�,ard-or.gov Email: rvoorhies(ckentunAvest.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 0 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, I' represents clients on matters contrary to City interests,Engineer shall consult with the appropriate City representative regarding the conflict. After such consultation, the Engineer shall have seven (7) days to eliminate the conflict to the satisfaction of the City. If such conflict is not eliminated within the specified time period,the agreement may be terminated pursuant to Section 10 (B- 3) of this agreement. 15. Force Majeure Neither City 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 I 9 1 Page I of the parties so disenabled, including but not restricted to, an act of God or of a public enemy, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled shall within ten days from the beginning of such delay, notify the other parry in writing of the cause of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 16. Non-Discrimination Engineer agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Engineer also shall comply with the Americans with Disabilities Act of 1990,ORS 659A.142,and all regulations and administrative rules established pursuant to those laws. 17. Errors Engineer shall perform such additional work as may be necessary to correct errors in the work required under this Agreement without undue delays and without additional cost. 18. Extra (Changes)Work Only the City's Project Manager may authorize extra (and/or change) work. Failure of Engineer to secure authorization for extra work shall constitute a waiver of all right to adjustment in the contract price or contract time due to such unauthorized extra work and Engineer thereafter shall be entitled to no compensation whatsoever for the performance of such work. 19. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any question arising under this Agreement must be brought in the appropriate court of the State of Oregon. 20. Compliance With ApPlicable Law Engineer shall comply with all federal,state,and local laws and ordinances applicable to the work under this Agreement,including those set forth in ORS 279A,279B,and 279C. 21. Conflict Between Terms It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. 22. Access to Records City shall have access to such books, documents, papers and records of Engineer as are directly pertinent to this Agreement for the purpose of making audit,examination,excerpts and transcripts. 23. Audit Engineer shall maintain records to assure conformance with the terms and conditions of this Agreement, and to assure adequate performance and accurate expenditures within the contract period. Engineer agrees to permit City, the State of Oregon, the federal government, or their duly authorized 10 1 hake. representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 24. Severability In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 25. Industrial Accident Fund Payment Engineer shall pay any and all contributions or amount due the Industrial Accident Fund form that Engineer or subcontractors incur during the performance of this Agreement. 26. Complete Agreement This Agreement,including the exhibits,is intended both as a final expression of the Agreement between the Parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibits,the provision in the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and Exhibit B,Exhibit A shall control. No waiver, consent, modification, or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements,or representations,oral or written,not specified herein regarding this Agreement. Engineer, by the signature of its authorized representative, hereby acknowledges that he/she has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Engineer has executed this Agreement on the date hereinabove first written. Contract was awarded by Tigard's Local Contract Review Board at their meeting on November 5,2019. CITY OF TIGARD CENT U WEST NGINEERING CORPORATION � y / L By: Marty Wine,City Manager By:A orized Contractor Representative Date Date EXHIBIT A SCOPE OF SERVICES Project Understanding The City of Tigard has requested the engineering design of the reconstruction of SW Main Street, a downtown collector, from the railroad tracks to Scoffins Street to create a vibrant downtown that connects community, visitors and businesses.Phase 2 will incorporate many of the design features completed in Phase 1.The following are design elements to be used in the street design: • Total estimated length of improvements is 800 linear feet. Full pavement and sidewalk reconstruction to occur within project limits. New pavement to extend to McDonald's first driveway on SW Scoffins Street.Pavement on SW Commercial St.to end at PC/PT of curb radius. • Sidewalk amenities,including street furniture and landscaping to be added to enhance the pedestrian experience and the beautification of Main St. • Existing 8"cast iron waterline within project limits to be replaced with a new 8"ductile iron. This includes a section of waterline from SW Main Street to first valve on Commercial St. Existing services,meters and fire hydrants to be replaced. • At the intersection of Main Street and SW Tigard Street,there is a depression in the roadway due to a possible subgrade failure in the Northeast bound lane just past the enhanced pedestrian crosswalk.A design is needed to eliminate this depression along with replacement of two catch basins that have concrete rim failures. • Complete traffic analysis at SW Tigard St and SW Main St. and SW Commercial St. and SW Main St.intersections for possible traffic flow improvements. Task 1-Project Management The consultant shall provide management,coordination and direction to the project team throughout the project. 1.1 Administration 1) Develop,monitor and maintain a project schedule. Provide monthly schedule updates and revisions. 2) Process and submit monthly billing with a summary of project status by task and subtask. Include supplemental project status report that identifies percent complete vs percent spent, major ongoing tasks,anticipated upcoming work items and potential projectissues/concerns. 3) Weekly recurring phone call with the City to review status of tasks, schedule and budget. Call is assumed to be up to 0.5 hours in duration. 4) Direct and coordinate the work of all subconsultants. 5) Develop and administer QA/QC protocols. 1.2 Meetings 1) Organize and attend the following meetings with City staff at City offices.Meetings are assumed to be 1.5 hours plus travel time. a. Project Kickoff Meeting—assumed to include City's project team,key stakeholders,key subconsultant leads. b. Alternatives Analysis Meeting—assumed to include City PM, CWE PM,key subconsultant leads and occur following submittal of the draft Alternatives Analysis deliverable. c. Redline Review Meetings—assumed to include CWE PM and occur at or following receipt of the City 30%,60%and 90%milestone comments. 12 1 Page 2) Prepare for and conduct four (4) internal project team meetings,as needed, to ensure prime consultant and subconsultant are aligned on project goals, schedule,budget, QA/QC, etc. Meetings are assumed to be 90 minutes plus travel time. Task 1 Deliverables 1) Monthly invoices,including invoice summary spreadsheet in PDF format 2) Minutes for meetings with City staff 3) Project schedule Task 2—Public Outreach& Communications The Consultant team will support the City throughout the design and construction phases of the project,to communicate with affected stakeholders and the public. Communication activities will be outlined in the Communications Plan. 2.1 Communications Plan Develop a plan that details communications messaging,priorities,and activities for the SW Main Street—Phase 2 Improvement Project, along with a schedule and communications team assignments. The preliminary list of communications activities shown below will be refined as needed to conform to the Communications Plan.Development of the plan will be informed by input from the City and downtown property and business owners. 2.2 Communications team A communications team will be designated for the project including the project manager, consulting engineer, construction superintendent,communications consultant,and others as may be needed. This group will meet/coordinate to adopt and ensure successful implementation of the Communications Plan. 2.3 Talking points Develop talking points for the communications team,project staff and contractors to communicate timely messages to interested (and concerned) stakeholders. 2.4 Information Materials/Displays Project information will be made available in multiple formats: for the City's newsletter Cityscape, neighborhood newsletters,mail distribution,business posters, customer counter handouts,project displays,and other. 2.5 City Council Briefings Tigard City Council will be briefed on project progress at key intervals through briefings,reports and the Council newsletter. City Council members will also be invited to participate in downtown events and will receive project updates and information materials. Consultant team may prepare a brief status update,however, this is assumed to be City staff task. 2.6 Community Events The City of Tigard may host events including open houses,block parties,groundbreaking ceremony, and ribbon cutting/celebration at project completion.The series of events will be organized to inform/involve target participants,disseminate/reinforce project messages,and promote face-to- face connections between project team members and stakeholders.Assumed to include two (2) 13 1 Page events. Public Involvement and Civil Engineer to attend two (2) events.Traffic Engineer and Landscape Architect to attend one (1) event each. 2.7 Website/Webpage Timely information on the SW Main Street—Phase 2 Improvement Project will be posted /updated on the City of Tigard's website. Updates may be announced to interested stakeholders through social networking tools such as Twitter and Facebook. 2.8 Community Briefings The consultant will support City staff's effort to offer presentations on the SW Main Street—Phase 2 Improvement Project at the regular meetings of interested community organizations—City Center Advisory Commission (CCAC),downtown merchants, Chamber of Commerce,business and service clubs,homeowners associations,etc. 2.9 Project Manager Coffees The City's project manager and construction contractor superintendent will be available to meet with interested stakeholders weekly, at a pre-scheduled early morning hour, for coffee and informal conversation on construction progress,upcoming activities (and disruptions),problems encountered, complaints, etc. The coffees will continue as long as warranted—i.e.,as long as the sessions continue to attract guests.The public involvement team will provide up to eight(8) hours of support for these meetings. 2.10 Construction Hotline A construction hotline phone number(and email address)will be established at the project outset. The hotline will be widely publicized in the project area before and during the construction period. Protocols will be established for responding to hotline calls/emails. Assumed the public involvement team will support the establishment of the construction hotline and the City will manage the hotline. 2.11 Project Signage The City of Tigard will install distinctive information/interpretive signage to let citizens know Main Street and downtown Tigard remain open for business. Signage will also highlight the project's significance and unique features. Signage will be posted well in advance of construction and include information/directions access to parking,individual businesses,etc. 2.12 Business /Property Owner Notification Main Street project area business operators and property owners will be notified during project design and prior to start of construction. Communications methods will include: 1) Notifications (Email, doorhangers, flyers, Facebook, Twitter, website): Electronic communications will be created and distributed periodically to area businesses/property owners, City staff and other subscribers. Frequency and content will be adapted as needed for schedule updates. 2) Fact sheets/updates: Project fact sheets will be prepared and distributed across the project area during the design phase, and before construction begins. The fact sheets will be updated periodically during construction to reflect current project status. 3) "Open for Business" communications: A top priority for the City of Tigard and Main Street businesses is to keep downtown"Open for Business". Downtown business operators and other i 14 1 Page interested community members will help create ways to communicate to shoppers that businesses will remain open. 4) News media outreach:The communications team will groom stories about the Main Street project in the Tigard Times, Oregonian and other area newspapers and media, to announce the project, extend event invitations, and provide timely information. 5) Downtown 3rd Friday: The City of Tigard will host events or booths in partnership with the downtown marketing group, such as Downtown 3rd Friday and other community events. The series of events will be organized to capture/inform/involve target participants, disseminate/reinforce project messages, and promote face-to-face connections between project team members and key stakeholders. 6) Business and employee orientations: Tigard staff will schedule a series of face-to-face meetings with groups of business operators and property owners in the project area to acquaint them with construction mitigation measures and the"Open for Business"campaign. These orientations will enable the project team to develop relationships with downtown business owners and recruit their participation in spreading the word that businesses are open-prior to the start of construction. After the initial orientation meetings, City staff will participate in coordination meetings for business owners. 7) Business Packet: In support of the business and employee orientations, the City will prepare business packets including project fact sheets,parking maps,schedule,and outreach materials that businesses can pass on to their customers. 8) Displays: A map will be created for permanent display at the Chamber, City Hall, library, banks, and other locations. A poster-size version of the project map will be created for businesses to display on their premises. 9) Paid media:The communications team will develop a campaign promoting the key messages,such as Main Street—Open for Business. Ads could include full color ads in the Tigard Times, online promotions and radio spots to announce Main Street promotions. 2.13 Construction Mitigation Plan Adopt a mitigation plan for project construction that reflects ideas from Main Street business owners and memorializes the City of Tigard's commitments. The Construction Mitigation Plan will be incorporated in project bid documents,ensuring the contractor will strictly adhere to its mitigation principles and best practices. Task 2 Assumptions 1) The list of deliverables will be refined after the communications plan is developed. 2) City staff will participate in public involvement activities. 3) City staff will make facility arrangements for public events, such as open houses,and facilitate use of City sponsored outreach tools, such as social media, a webpage, construction hotline number, and email address. 4) City will be responsible for printing and direct mailing costs. 5) Century West, and other members of the team, will support the public involvement task by providing maps,design drawings and other materials needed for public outreach. Task 2 Deliverables 1) On-going coordination and communication with project team as needed through construction 2) City Council PowerPoint presentations 3) Content for monthly website updates 4) Content for twice per month Facebook updates 15 1 Page i 5) Presentations for community briefings 6) Participation in community events/meetings and downtown events/meetings 7) Develop content for project notifications 8) Content for monthly email update,doorhangers,and flyers 9) Develop content for fact sheets 10) Coordinate monthly ads with Tigard Times for the"Open for Business" campaign during construction 11) Develop monthly content for the City's monthly newsletter Cityscape, neighborhood newsletters and blogs 12) Write news releases 13) Conduct business and employee orientations 14) Develop Business Packet 15) Develop project map display Task 3—Research& Data Gathering 3.1 Research and Site Visit The Consultant will visit the site with City staff to walk the site,discuss existing Phase 1 project elements and review in detail the Phase 2 project area. The Consultant will review available record drawings for existing sanitary sewer,waterlines and storm drains in the project vicinity, stormwater master plan documents,Transportation System Plan and other documents that may be available. 3.2 Design Survey 1) Establish survey control and field locate property/right-of-way monuments within the limits of survey. 2) Review existing right-of-way records (i.e. surveys,plats,deeds and right-of-way maps). Determine right-of-way and property line locations. 3) Perform topographic surveying and mapping required for design,verification of subsurface utilities,and drawing preparation purposes. a. Work area mapping will include the following limits: i. SW Main Street, from the railroad tracks to Scoffins Street. ii. McDonald's first driveway on SW Scoffins Street. iii. Pavement on SW Commercial St. to end at PC/PT of curb radius. iv. East portion of the intersection of Main Street and SW Tigard Street in the vicinity of the subgrade failure. V. Extend to building faces or 10'beyond the right of way at private property frontages where buildings are not abutting,whichever is less. b. Field-obtained survey data will include: i. Location of all existing structures, fences, signs,bus stops, asphalt berms, sidewalks, utilities, survey monuments, shoulder treatments and any other surface items and subsurface utilities. ii. Utility information shall include all pipe diameters,invert elevations JE's),and any other descriptive features associated with existing utilities. iii. Location of all under-story shrubs and any unique landscape features. iv. Location of all trees and driplines within the work area. • Survey all trees within the public ROW. Large diameter trees within 15 feet of the ROW that have canopies that extend over the ROW shall also be included. • Survey data will include species,diameter,and canopy limits of each tree. 16 1 Pagr i • Tree mapping and identifying characteristics will appear on a separate layer within the CAD drawing set. V. Location of the adjacent building corners and building entryways nearest the existing ROW within the work areas. No building height information will be surveyed. 4) Locate test pits,bores,and potholes. 5) Obtain necessary traffic control to obtain utility inverts.Assumed to be one day. 3.3 Pre-Construction Record of Survey 1) Review and research Washington County Surveyor's Office for records of existing survey monumentation within proposed area. 2) Calculate search coordinates for monuments of record. 3) Search for all record monuments, tie monuments found or make specific note of monuments searched for,but not found. 4) Prepare Pre-Construction Record of Survey,in accordance with O.R.S. chapter 209. 5) Submit survey to Washington County Surveyor for review. 6) Coordinate and execute revisions and edits as required by County review. 7) Prepare archival mylar prints of final survey. 8) Coordinate with Washington County Surveyor for recording of final Record of Survey. 9) Provide a copy of final recorded survey to the City. 3.4 Legal Descriptions 1) Prepare six (6) dedications and exhibits for potential right-of-way acquisition and easements for sidewalk/ramp improvements. 2) Set property corners at new right-of-way for each dedication and file Record of Survey with the Washington County Surveyor. 3) Stake proposed location of each acquisition or easement. 3.5 Geotechnical Field Investigation Consultant will conduct geotechnical field investigations as required for street, subgrade,and underground utility design. Consultant will work with the project team to provide data appropriate to the geotechnical aspects of the project and summarize the results of our investigation, analysis, and recommendations in a draft and final report. 1) Review any available as-built documentation and discuss the project with City staff. 2) Complete a geological reconnaissance of the project location and vicinity 4 3) Review preliminary alignment and field locate explorations. h 4) Obtain a right of way permit through the City S) Complete the required utility location through Oregon One Call and subcontractor(s). 6) Provide traffic control and traffic control plans when required. It is assumed permitting requirements and fees will be handled by City staff. 7) Explore subsurface conditions as follows: a. Up to three (3) solid stem auger borings to a maximum depth of 15 feet below ground surface or to refusal to characterize conditions for trench construction and pavement structural design. b. Observe groundwater conditions at the time of explorations. c. Standard penetration test sampling at 2.5-foot intervals in the top 10 feet and 5-foot intervals below 10 feet. 17 d. Maintain a detailed log of the explorations and obtain samples of the pavement,base, and subgrade materials encountered. e. Conduct dynamic cone penetration PCP) testing at each boring location to a depth of up to 3.0 feet or refusal. Evaluate DCP results and soil classification results to estimate the resilient modulus of the subgrade soil. f. Install one (1)vibrating wire piezometer into one of the borings to a depth of up to 15 feet below ground surface. 8) Obtain soil samples at select depths in the explorations and complete laboratory tests on select samples.We estimate up to 9 moisture content tests, up to two fines content tests (particles by dry weight passing the U.S. Standard No. 200 sieve),and up to one Atterberg limits test. 9) Conduct up to one reading of the piezometer data. 3.6 Geotechnical Report 1) Analyze traffic data to be provided by Century West and the City and calculate equivalent single axle loading (ESAL). 2) Provide pavement structural designs for AC and PCC pavement as required. 3) Provide geotechnical engineering construction recommendations for site preparation, structural fill compaction criteria,and wet/dry weather earthwork procedures. 4) Provide recommendations regarding excavation conditions and temporary cut slope for utility trenching. 5) Provide recommendations for materials and construction. 6) Provide a draft and final report summarizing our conclusions and recommendations. 3.7 Environmental Reconnaissance Consultant will conduct a Level I Hazardous Materials Corridor Study (HMCS) of the project area of proposed improvements. The purpose of the Level I HMCS is to review the development history and current use of properties within the project area to identify the possible presence of adverse environmental conditions that could be encountered during construction of project improvements. Properties identified adjacent to the work areas that are listed on federal, state,or local environmental records may indicate that contaminant releases from these properties have impacted soil or groundwater within the work area. The Level I HMCS report will summarize the results of the historical research and field reconnaissance. The report will also identify adjacent and nearby properties with potential environmental problems and evaluate whether releases from these sites could have impacted the project area. Although the research completed during a Level I HMCS is generally similar to the ASTM requirements for completing a Phase 1 Environmental Site Assessment(ESA),due to the specific requirements of a Level I HMCS,the assessment should not be considered compliant with the Phase I ESA ASTM Standard. Based on the proximity to potentially contaminated sites identified during the Level I HMCS,the type of construction and depth of excavation required at the project area,additional investigation (Level II Assessment) may be recommended to evaluate worker safety during construction and to evaluate disposal options for contaminated soil or groundwater encountered during earthwork activities. The followings subtasks are included as part of the HMCS: 18 1 Page 1) Review provided and readily available geotechnical reports,environmental reports, or other relevant documents pertaining to environmental conditions within the project area. 2) Review federal,tribal,state,and local environmental records for listings of known or suspected environmental conditions within the project area and nearby properties using 40 CFR Part 312 and ASTM Practice E 1527-13 as general guidelines. 3) Review regulatory agency files for properties in the project area identified in the environmental databases if research indicates that releases of contaminants from these properties are likely to impact construction activities in the project area. 4) Review historical aerial photographs,as available and appropriate,to identify development history of properties within the study area relative to the possible use,generation, storage, release, or disposal of hazardous materials. 5) Conduct a visual reconnaissance of the project area and adjacent properties for visible evidence of possible adverse environmental conditions. 6) Provide a draft and final report summarizing the findings regarding the possible presence of adverse environmental conditions within the project area. Provide recommendations for avoidance, or the potential need for a Level II Assessment. Task 3 Assumptions 1) Street opening permit fees will be waived by the City. 2) Drilling will be completed on weekdays,between the times of 9:00 am to 3:00 pm. 3) Subsurface contaminates will not be encountered and testing or investigation for the possible presence of toxic or hazardous materials and petroleum products will not be required. 4) The drill cuttings will be collected in sealable steel drums and removed from the site for off-site disposal. 5) Scope of work and associated cost estimate does not cover decommission of the piezometer. 6) The HMCS assessment does not include,preparation of project specifications, special provisions, or management plans associated with identified environmental issues,lead-based paint or asbestos testing or sampling of right-of-way structures, evaluation of the presence of radon gas, chain of title research, or an evaluation of polychlorinated biphenyls in streedamps. Task 3 Deliverables 1) Topographic survey base map in AutoCAD format. 2) Copy of final recorded Pre-Construction Record of Survey. 3) Utility as-built data on profile sheets. 4) One Word document and PDF version of a draft Geotechnical Engineering Report (30% Design). 5) One PDF version of a final Geotechnical Engineering Report(90%Design). 6) One Word document and PDF version of a draft HCMS Report(30%Design). 7) One PDF version of a final HCMS Report(90%Design). Task 4—Alternatives Analysis This task entails the development of conceptual design alternatives for intersection improvements, streetscape layout and stormwater management methods,including the development of estimated construction costs and analyzing the benefits/constraints of the design alternatives. The Consultant will work with City staff to evaluate and rank the alternatives,with the selection of a preferred alternative to be presented to the public and utilized for project preliminary design. The design alternatives are anticipated to include the following: 19 1 Page • Stormwater Water Quality Facility Alternatives — up to two (2) alternatives that incorporate LIDA facilities and mechanical treatment,if necessary,per Clean Water Services standards. • Streetscape Improvements/Layout—up to three (3) alternatives are included. It is assumed that the designs will utilize elements similar to those found in Phase 1 of the Main Street corridor. • SW Main Street/SW Scoffins Street Intersection — up to two (2) alternatives for intersection improvements will be developed. It is assumed that a roundabout alternative is not desired and is not included. • SW Tigard Street/SW Main Street & SW Commercial Street/SW Main Street — up to two (2) alternatives for possible traffic flow improvements will be evaluated at these intersections. As part of the intersection improvement alternatives development, the traffic consultant will complete a traffic analysis that will analyze both existing(2019) and future year 2040 traffic operations and lane configuration needs at the intersections of SW Main St./SW Scoffins St.In addition, existing(2019) and future year 2040 traffic analysis will be conducted at the SW Main St./SW Tigard St and SW Main St./SW Commercial St.intersections to identify possible traffic flow improvements. 4.1 Traffic Data Collection Consultant will collect traffic data at the three study intersections for use in the traffic analysis.Data collection efforts include: 1) Conduct field visits during AM (7:00-9:00) and PM(4:00-6:00) peak periods to observe existing traffic flow,queuing,and other general operating characteristics at the study intersections. 2) Collect one 14-hour turn movement count at the intersection of SW Main St/SW Scoffins St. 3) Collect AM (7:00-9:00) and PM (4:00-6:00) peak 2-hour turning movement counts at the intersections of SW Main St./SW Tigard St. and SW Main St./SW Commercial St. 4) Collect one 24-hour directional vehicle volume/speed/classification count along SW Main St. 5) Obtain the most recent 3 years of crash (accident) data for the study intersections and roadway approaches,including any Safety Priority Index System (SPIS) locations. 4.2 Traffic Analysis Consultant shall complete a traffic analysis consisting of developing future traffic volume forecasts and evaluating traffic operations at the intersections of Main St/SW Scoffins St.,SW Main St./SW Tigard St. and SW Main St./SW Commercial St. The following items will be completed as part of this task: 1) Develop future year 2040 traffic volume forecasts for the AM and PM peak hours. 2) Analyze existing and 2040 future forecast year AM and PM peak hour operations for the three study intersections based on Highway Capacity Manual (HCM) methodology. Future intersection operations will be evaluated for a no-build scenario that assumes the existing roadway configuration and one build scenario. Synchro traffic analysis software will be used for the analysis. 3) Analyze intersection queue storage requirements using SimTraffic software and identify potential conflicts. 4) Analyze the crash data according to standard practice to identify any accident patterns or safety concerns and compute accident rates. 5) Using traffic data and field observations, evaluate potential pedestrian crossing treatments at SW Main St/SW Scoffins St, SW Main St./SW Tigard St. and SW Main St./SW Commercial St. i i 20 1 Page As part of this task, Consultant will prepare a draft traffic memorandum documenting the findings of the traffic operations analysis at the intersections of SW Main St/SW Scoffins St, SW Main St./SW Tigard St. and SW Main St./SW Commercial St.intersections for City review. One electronic version will be provided.A final memorandum will be prepared after City review with one electronic copy provided. 4.3 Lighting Analysis Consultant shall conduct a detailed roadway lighting analysis along SW Main St. using the AGI32 lighting software package.The analysis will be conducted to determine the appropriate pole spacing, luminaire wattage,and mounting height necessary to obtain the required average maintained light levels,uniformity,and glare ratios for the project area. Luminaires and poles will match LED post- top style installed for the Phase 1 project.Analysis will be conducted for two alternatives.A brief memorandum will be prepared to summarize the lighting analysis, document assumptions,and provide detailed lighting output showing the obtained illuminance levels.It is assumed one draft submittal of the detailed lighting analysis and memorandum will be provided for review.A final memorandum and lighting output that addresses City comments will be provided to the City. 4.4 Alternatives Preliminary Design and Estimate Consultart shall prepare conceptual plans in AutoCAD and conceptual construction cost estimates for each of the alternatives analyzed. Alternatives will be developed to concept level design sufficient to establish horizontal construction limits,quantities and major construction activities.The Vdrawing shall utilize the current City provided ortho-rectified aerial imagery or Google Earth imagery,and topographic survey data. Geometric design elements that do not meet design standards shall be identified as needing a design exception. As part of the alternatives evaluation,each alternative will be reviewed to determine the potential benefits and impacts associated with construction of the proposed alternative. Potential benefits and impacts to be considered include, but are not limited to,right-of-way needs,intersection capacity, access, safety,pedestrian crossing considerations,bicycle considerations,utility impacts,permitting and environmental impacts. The team will prepare conceptual level construction cost estimates for each alternative that includes the major construction items and quantities that can be identified at this level of design detail. 4.5 Alternatives Analysis Report This task will combine and summarize the work completed for Tasks 4.1 through 4.4. Combine technical memorandums prepared under the tasks listed above into a Draft Alternatives Analysis Report.The report shall include the following: 1) Summary of the identified impacts,cost estimates,concept design exhibits,evaluation criteria and evaluation results associated with each alternative. 2) Recommended Alternative — based on evaluation scoring and feedback from the City to the DRAFT report. The recommended alternative will serve as the basis for preliminary design. Task 4 Deliverables 1) Draft Traffic Analysis Memorandum in word document and PDF format. 2) Final Traffic Analysis Memorandum in PDF format. 3) One intersection control evaluation criteria coordination meeting with City. i 21Pa c 4) Draft Lighting Analysis Memorandum in word document and PDF format. 5) Final Lighting Analysis Memorandum in PDF format. 6) Construction cost estimates for each alternative. 7) DRAFT Alternative Analysis Report key features, cost estimate, and evaluation criteria results for each alternative.Draft Alternatives Analysis Report in Word and PDF format. 8) Final Alternative Analysis Report incorporating comments from the City in PDF format. 9) Up to three (3) large format printable plan rendering (digital or hand) and precedent imagery boards that incorporate existing condition,building,and context;proposed roadway improvements,right-of-way and environmental impacts (if known), light pole locations, sidewalk amenities, street trees and stormwater facilities. 10) Up to one (1) large format printable plan rendering (digital or hand) and precedent imagery boards that depict the FINAL preferred alternative. The preferred alternative will incorporate City and/or public comments. Precedent imagery boards and a bird's eye rendering are included as part of this task. Task 5—Preliminary Design(30%) The subtasks below shall be provided to support the delivery of the 30%preliminary design documents. The preliminary design shall be based upon the preferred alternative resulting from the Alternatives Analysis task. It is assumed that City review of the 30% submittal will last up to 4 weeks. 5.1 Roadway Design Prepare construction plans, profiles, cross-sections and details as needed to clearly describe the work to be performed. Roadway design efforts are anticipated to include the following: 1) Full pavement and sidewalk reconstruction within project limits. New pavement to extend to McDonald's first driveway on SW Scoffins Street. Pavement on SW Commercial St. to end at PC/PT of curb radius.Total estimated length of improvements is 800 linear feet. 2) Design to remedy the existing depression/roadway failure at the intersection of Main Street and SW Tigard Street. This may include design to reconstruct the enhanced pedestrian crosswalk and existing catchbasins on the east leg of the intersection immediately adjacent to the roadway failure. 3) Enhanced pedestrian crossings to be included at the SW Commercial Street and SW Scoffins Street intersections with SW Main Street. 4) Improvements to the existing bus stops within the project limits. 5) Depict necessary erosion control BMP's in accordance with 1200-C permitting requirements. Submit to DEQ. 6) Depict stormwater facilities and anticipated improvements to existing parking/business driveways. 7) Retaining walls,if necessary, are assumed to be less than T-0"in height and be either curb wall or modular block construction with section details provided.Wall profiles and structural engineering are not included. 8) Provide ADA compliant final design for curb ramps utilizing the federally developed Public Rights of Way Accessibility Guidelines (PROWAG) at affected intersection corners within the project limits.This scope assumes detailed grading design of up to ten (10) curb ramps within the project limits. Locations as follows: 1) SW Main Street and SW Tigard Street (north and east corners), 2) SW Main Street and SW Commercial Street(all 4 corners), 3) SW Main Street and SW Scoffins Street (all 4 corners). 9) Provide design for pedestrian improvements at existing rail crossing. Anticipated to include bed stead or similar improvements.Design for rail signal construction and/or upgrades not included. 22 1 Pagc i 10) Utility coordination with franchise utility providers to coordinate location of existing facilities and potential impacts with project improvements. 11) Provide progress plans to franchise utility providers and coordinate potential utility conflicts. 12) Traffic detours during construction shall be described in Special Provisions of the Contract Documents with specific requirements based upon City needs and MUTCD Standards. Plan sheets are not included. 5.2 Stormwater Design 1) Design stormwater facilities in accordance with Clean Water Services guidelines for water quality and hydromodification for contributing surface runoff from SW Main Street project limits and adjacent properties. 2) Design shall focus on LIDA facilities and supplement with mechanical treatment methods as necessary. 5.3 Landscape Architecture Prepare streetscape,irrigation and planting plans. The plans will provide locations of proposed trees to ensure coordination with design, stormwater,and utilities. Stormwater facility, shrub,and seeding planting areas will be identified in plans. Streetscape design includes depiction of materials, jointing patterns, site furnishings, etc. 5.4 Traffic Engineering Prepare Striping,Signing and Illumination plans for review. Illumination plans shall identify service cabinet,existing light poles within the vicinity of the project,and proposed light pole locations along the alignment. 5.5 Waterline Design Existing 8" cast iron waterline within project limits to be replaced with a new 8"ductile iron.This includes a section of waterline from SW Main Street to first valve on Commercial St. Existing services,meters and fire hydrants to be replaced. Prepare waterline improvement plans along the 8001f project length,including connection details at the following intersection locations: 1) SW Main Street and SW Commercial Street (all 4 corners), 2) SW Main Street and SW Scoffins Street (all 4 corners). 5.6 Preliminary Construction Cost Estimate Tabulate quantity take-offs and prepare detailed construction cost estimates using published unit bid history prices from Oregon Department of Transportation (01301),the City and nearby relevant projects. Cost estimate assumed to implement 30% contingency. Assumptions used to develop cost estimate will be identified. 5.7 QA/QC Consultant shall conduct quality control efforts for deliverables prior to the 30%milestone submittal. Task 5 Assumptions (30%Milestone) All application, submittal and/or plan review fees required by regulators-agencies are to be paid by the City. 23 � i� � Task 5 Deliverables (30%Milestone) 1) 30%preliminary design plans (22"x34' plans for review in PDF format. Plan sheets anticipated: a. Cover Sheet,Survey Control,Index,Legend,Abbreviations,Key Map (4 sheets) b. Existing Conditions (2 sheets) c. Demolition Plans (2 sheets) d. Typical Sections (1 sheet) e. Roadway Plan and Profile (2 sheets) f. Roadway Grading and Erosion Control (2 sheets) g. Erosion Control Details (1 sheet) h. Intersection Grading Plans** (2 sheets) i. Grading Detail Sheets and Curb Ramp Detail Sheets** (6 sheets) j. Utility Plan and Profile (Water and Storm) (2 sheets) k. Water Connection Layout and Details** (2 sheets) 1. Stormwater Details** (4 sheets) m. Rail Crossing Improvements (1 sheet) n. Striping/Signing Plans (2 sheets) o. Illumination Plan and Legend (3 sheets) p. Sidewalk Amenities Plans (2 sheets) q. Site Details (e.g., site furniture, custom details as desired, etc.) (4 sheets) r. Planting Plans and Typical Planting Details (4 sheets) s. Irrigation Plans and Details (4 sheets) 2) 30% Preliminary Construction Cost Estimate in excel and PDF format 3) One Word document and PDF version of a draft Geotechnical Engineering Report. (Detailed scope in Task 3) 4) One Word document and PDF version of a draft HCMS Report. (Detailed scope in Task 3) I ** -Includes sheet setup only for 30%,no detailed information at 30%design stage Task 6—Final Design (60%,90%,100%, Finals The Final Design will include updates to the plan sheets indicated above based on City and permitting agency comments. It is assumed that City review of the 60%and 90% submittals will last up to 3 weeks and review of the 100% submittal will last up to 2 weeks. 6.1 Final Plans Final plans shall be updated based on City/Agency feedback received at the 30%, 60%, 90% and 100%milestone submittals. Construction details not included with the 30%design shall be included for all Final Design milestone submittals. Applicable ODOT details will be included by reference and not included in the plan set. 6.2 Technical Specifications Prepare special provisions to current (2018) ODOT Standard Specifications for Construction, beginning at Section 00200. 1) 60% milestone submittal shall include table of contents (TOC) outlining anticipated applicable specification sections to be included in future submittals. 2) 90%, 100% and Final submittals shall include detailed special provisions and an updated TOC. 3) City to prepare contract document front-end and ODOT Section 00100 special provisions. 241Page 6.3 Construction Cost Estimate Update quantity take-offs and refine detailed construction cost estimates at each milestone submittal using published unit bid history prices from Oregon Department of Transportation (01301), the City and nearby relevant projects. Cost estimate pay items to coincide with applicable pay items from the technical specifications and any applicable special provisions. Assumptions used to develop cost estimate and any applicable contingency will be identified. 6.4 Stormwater Report Develop a draft drainage report at the 60%milestone submittal that presents background information,design criteria, findings and conclusions regarding the implemented stormwater management facilities and stormwater system improvements. Report should include all basin hydrology and hydraulic calculations, facility specific design calculations,and facility performance expectations in accordance with Clean Water Services standards. Update report per City and Agency comments at all other Final Design milestone submittals. It is anticipated that the condition/capacity of the existing conveyance system are adequate and that downstream analysis will not be required due to an impervious area reduction as part of the project improvements. 6.5 QA/QC Consultant shall conduct quality control efforts for deliverables prior to the milestone submittals. This task will also include the tracking of City/Agency comments in a comment response memo that will be submitted with subsequent plan submittals (e.g. 60% submittal will contain 30% comment response memo). Task 6 Deliverables 60%Design Milestone: • Response memo to 30%redline review comments. • 60%Design Plans (22"x34") plans for review in PDF format. • 60%Special Provisions table of contents in Word and PDF format • 60%Preliminary Construction Cost Estimate in excel and PDF format • 60%Draft Stormwater Report in PDF format 90%Design Milestone: • Response memo to 60%redline review comments. • 90%Design Plans (22"x34") plans for review in PDF format. • 90%Special Provisions in Word and PDF format. • 90%Construction Cost Estimate in excel and PDF format. • 90%Draft Stormwater Report in PDF format. • Submit for review one (1) final Geotechnical Report in PDF format. (Detailed scope in Task 3) • One Word document and PDF version of a draft HCMS Report. (Detailed scope in Task 3) 100%Design Milestone: • Response memo to 90% redline review comments. • 100%Design Plans (22"x34'13 plans for review in PDF format. 25 1 Page • 100%Special Provisions table of contents in Word and PDF format.Track changes Word version can be provided as necessary. • 100%Construction Cost Estimate in excel and PDF format. • 100%Draft Stormwater Report in PDF format. Final bid/construction-ready plans,specifications, erosion control plan and cost estimate: • Response memo to 100% redline review comments,if necessary. • Final Design Plans (22"x34") plans in PDF format, digitally signed by the Engineer of Record registered in the state of Oregon. • Final Special Provisions table of contents in Word and PDF format.Track changes Word version can be provided as necessary. • Final Construction Cost Estimate in excel and PDF format. • Final Stormwater Report in PDF format. Task 7—Right-of-Way Services 7.1 Acquisition Services Support The team has assumed that acquisition services may be provided for up to six (6) parcels and are based on acquiring a portion (strip,corner,etc.) of the property. Acquisition fees are approximate and may vary based on the level of effort for each individual acquisition. 1) Provide the range of real property acquisition services needed to acquire portions of any parcel where property is required to construct the roadway and/or stormwater improvements. 2) Coordinate acquisition of title information. 3) Coordinate and subcontract with a qualified appraiser to provide appraisal services if required, monitor the scope and delivery of appraisal reports. 4) Negotiations with property owners, to include document preparation on approved City forms, and relocation of any personal property impacted by the project. All services to meet ORS 35 requirements. 5) Appraisal to be provided to City to establish Just Compensation and provide authorization to negotiate,prior to submittal to property owner for negotiations. 6) Deliver executed documents to City for acceptance. CWT to record documents. 7) Provide settlement and eminent domain support as requested.This scope assumes up to 12 hours of support for this task. Task 8—Permitting* 8.1 Permitting Support Consultant to coordinate with applicable regulatory agencies and lead coordination efforts with these agencies. Permitting support shall include attendance at meetings (as listed below),preparation of necessary applications, application submittal and response to agency review comments. i It is assumed that plan sheets prepared for milestone submittals shall serve as the primary permitting exhibits,however,budget for up to three (3) additional exhibits or modification to construction plan sheets with non-construction related exhibit information for the purpose of supporting permitting efforts are included. 26 1 Pale Agencies anticipated to require permitting efforts include: 1) Clean Water Services—stormwater management permitting. Assume one (1) meeting. 2) TriMet—bus stop improvements and rail crossing upgrades.Assume one (1) meeting. 3) ODOT Rail—rail crossing upgrades.Assume up to three (3) meetings. 4) Oregon DEQ— 1200-C Erosion Control Permitting. No meetings anticipated. Task 9—Bidding Assistance 9.1 Bid Support 1) Prepare bid documentation including bid schedule and technical specifications. 2) Respond to bidder inquiries. 3) Prepare addenda during the bidding process as necessary. 4) Review bid pricing with City project manager during the protest period. The Consultant will update the contract documents to include addenda items issued during bidding. Consultant will provide an electronic PDF version of"As-Bid"documents to the City. Task 10—Construction Services Provide pre-construction services,construction administration,resident observation, and post-construction services.The Consultant will provide a Construction Manager(CM) and Resident Observer (RO) for the duration of the project. It is assumed that project construction period occur during a 12-month time frame. 10.1 Contract Administration Provide for and perform project administration and management activities. These activities include the following: 1) Manage the project scope,schedule and budget. 2) Coordinate during the project with City staff. 3) Coordination of sub-consultant staff 4) Billing with task breakdown and project summary reports highlighting work progress, upcoming project activities,unresolved issues, and current budget status,will be submitted to the City on a monthly basis. 10.2 Meetings Consultant will arrange,organize,prepare for and conduct the following meetings: 1) Preconstruction conference - Consultant will prepare an agenda and arrange for attendance by City staff, the construction contractor, affected utility staff, and other parties with interest in the project construction. a. Consultant's PM, CM and RO will attend meeting in person. b. Meeting minutes will be prepared and distributed. c. Obtain and review the project construction schedules from the construction contractor prior to the pre-construction conference. 2) Construction Progress Meetings Weekly construction meetings will be held throughout the active construction phase. 27 1 Pane f a. Consultant's CM and RO will attend and facilitate all weekly meetings over the anticipated 52- week active construction period. b. Tasks to be accomplished include,assist with resolving project difficulties,review the progress of the work, and confirm that the work is proceeding in accordance with the contract documents. 10.3 RFI Support CM,RO or Project Engineer to provide responses in a timely manner to Requests for Information (RFIs). It is expected that up to 30 RFIs will be issued on the project. 10.4 Submittal Review CM and/or Project Engineer to provide responses in a timely manner to submittals. Prepare a tracking spreadsheet of all required submittals and provide to the construction contractor at the pre- construction meeting. It is anticipated that up to seventy(70) submittals/resubmittals will be reviewed. 10.5 Clarifications and Interpretations CM to provide clarification and interpretation of the contract documents to the construction contractor, City staff and Consultant's RO. 10.6 Pay Request Review j CM and RO shall review the contractor's applications for payment and make recommendations for ipayment to the City. It is assumed that up to twelve (12) pay requests including the final payment request will be received and reviewed. Pay requests shall be prepared on City's standard forms. 10.7 Change Orders Manage and provide responses in a timely manner to Change Order Requests/Change Orders and prepare necessary documentation,which shall include a cost estimate, cost/price analysis, description of work and schedule impacts. 10.8 Construction Inspection Consultant's RO will provide half-time on-site construction inspection through the construction period when active work is in progress.Assumed that City will supplement with half-time construction inspection by City staff. Consultant will perform the following: 1) Prepare daily construction inspection reports, for days the RO is onsite, and submit to the City weekly. Supplement the inspection reports with electronic photos taken as frequently in time and location along the project route as needed to document key features construction progress, techniques, equipment used and information that supports markings on record drawings. These reports will document work in progress, quality and quantity of materials delivered, test locations and results,instructions provided to the construction contractor,weather conditions, equipment use, labor requirements, safety problems, and required changes. City standard daily inspection reporting forms will be used or the Consultant can develop a form to be used.Consultant assumes form will be electronic fillable word document or pdf file. 2) Conduct weekly progress meetings;prepare and distribute minutes. 3) Observe quality control activities 4) Assist with quantity verification 28 1 Pale 5) Review daily acceptance testing(All testing to be provided by the construction contractor and/or the City) 6) Report non-compliance issues to the CM 7) Observe and check surveying conducted by the construction contractor 8) Monitor contractor's compliance with the Traffic Control Plan (TCP) and the Erosion and Sediment Control Plan (SSCP). For budgeting purposes, up to 1,170 hours of construction inspection will be provided. This assumes half-time inspection for a 52-week active construction period at 5 day work weeks consisting of 9 hours/day. 10.9 Agency and Utility Consultations CM and RO shall meet with representatives of local, state, and federal agencies when necessary for consultation or conferences in regard to the construction project. Meet and coordinate with franchised utilities when necessary for consultation or conferences in regard to the construction project. 10.10 Post-Construction Record of Survey 1) Replace record monuments found to be disturbed or destroyed in same location as originally located prior to construction. 2) Prepare Post-Construction Record of Survey in accordance with O.R.S. chapter 209. 3) Submit survey to Washington County Surveyor for review. 4) Coordinate and execute revisions and edits,as required by County review. 5) Prepare archival Mylar prints of final survey. 6) Coordinate with Washington County Surveyor for recording of final Record of Survey. 7) Provide a copy of final recorded survey to the City in paper and PDF format. 10.11 Project Closeout 1) Prepare for and conduct a preliminary review and inspection of the project.Prepare a"punch list" of work items remaining to achieve final completion of the project and prepare for City acceptance. The Consultant's PM, CM and RO will conduct a final inspection walk-though with City staff and the construction contractor to confirm items have been completed.Inform the City and the contractor of the dates for any warranty periods as established in the contract documents. 2) Prepare and submit to the City complete record drawings upon completion of construction. Record drawing updates to include: a. Changes made during construction by change orders,clarifications,RFI's,RO notes or by the contractor's mark-ups. b. Verification of utility construction via post-construction survey: i. Provide horizontal locations of manholes and cleanouts. ii. Provide location and invert elevation of all new service stubs, as necessary. iii. Provide vertical data including rims, invert elevations of new pipes at manholes, catchbasins (unless trapped) and cleanouts. iv. Obtain necessary traffic control to obtain utility inverts.Assumed to be one day 3) The record drawings shall be submitted to the City PM within 90 days of the project's Final Acceptance. Upon approval of the record drawings by the City,the Consultant shall provide the record drawings in electronic PDF and AutoCAD format. 29 1 Page Task 10 Assumptions 1) City staff will review and process certified payroll for construction contractor. 2) Traffic control permits required for work on City streets will be obtained by City staff. 3) Manhole diagrams are not required; detailed manhole information contained in profile sheets will be updated as necessary per post-construction survey verification. 4) Contractor and/or City to provide materials testing and compaction testing. 5) Claims support not included. Task 10 Deliverables 1) Daily inspection reports 2) Weekly construction meeting minutes 3) Submittal Log 4) RFI Log 5) Change Order Log 6) Provide a copy of final recorded Record of Survey to the City in paper and PDF format 7) Record drawings in PDF and AutoCAD format 30 Pale EXHIBIT B ENGINEER'S PROPOSAL 31 �/�/WEST URY F N G f' Fv N I October 2, 2019 Andy Newbury, P.E. Senior Project Engineer City of Tigard 13125 SW Hall Blvd. Tigard, OR 97223 RE: SW Main Street—Phase 2 Improvements CWE Project No.40084.014.01 Andy: Century West Engineering(CWE) is pleased to provide the attached Engineer's Scope of Work and Fee Estimate dated October 2, 2019 for your review and approval. Century West proposes to complete the work identified in the Scope for Work for the SW Main Street—Phase 2 Improvements project for the total estimated fee of$866,019.80 on an hourly basis using the rates specified in the attached fee proposal. The total estimated fee includes $545,024 for engineering design services, $12,743 for bid support, $258,756 for construction services,and$49,496.80 in total project expenses. Please call if you have any questions or need any changes to the enclosed documents. Sincerely, Rawley Voorhies,PE Sr. Project Manager/Office Supervisor Enclosure 5331 SW Macadam Ave,Suite 287 503.419.2130 office Portland,OR 97239 503.639.2710 fax