Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 23-103 - SHEA CARR & JEWELL, INC. DBA SCJ ALLIANCERETURN TO: PW ADMIN EXT: 2700 ID #: 4217
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ENGINEERING DIVISION_
2. ORIGINATING STAFF PERSON: Christine Mullen EXT: 2720 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
0 PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: S 320TH ST GRADE SEPARATION
5. NAME OF CONTRACTOR: SCJ ALLIANCE
ADDRESS: 8730 TALLON LANE NE, STE 200 TELEPHONE: 360-352-1465
E-MAIL: LISA.REIDQSCJALLIANCE.COM FAX:360-352-1509
SIGNATURENAME: LISA M. REID TITLE.
6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # 602-612-261 EXP.
7. TERM: COMMENCEMENT DATE: COMPLETION DATE: 12/31 /2024
8. TOTAL COMPENSATION: $ 235,653.00 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: Ia YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 1 39, 036.00
IS SALES TAX OWED: ❑ YES 0 NO IF YES, S PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: P36243-24110
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER
O DIVISION MANAGER y� opnaiMM.03. v 2,37:1 n,-
oae. zort.o3.i� iz 3�:naroo•
d DEPUTY DIRECTOR DSW 3/17123
❑ DIRECTOR ==--
❑ RISK MANAGEMENT (IF APPLICABLE)
O LAW DEPT KVA 3/20/23
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 05/11/2022 COMMITTEE APPROVAL DATE:. 05/11/2022
SCHEDULED COUNCIL DATE: 05/l V2022 COUNCIL APPROVAL DATE: 05/11/2022
11. CONTRACT SIGNATURE ROUTING ❑ I %p 2� DATE REC' D: J
SENT TO VENDOR/CONTRACTOR DATE SENT:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
LAW DEPT % Z
.p- SIGNATORY (MAYOR OR DIRECTOR) 971
,12' CITY CLERK
❑ ASSIGNED AG # A Q`�j - Q-A
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE" " ORIGINALS
CONSULTANT HAS PROPOSED REVISIONS TO THE CITY'S STANDARD PSA THAT THEY WOULD LIKE TO INCORPORATE.
1 /2020
CITY OF CITY HALL
Fe d e ra I Wa 8th Avenue South
� � Feder Federal Way, WA 98003-6325
(253)835-7000
www cilyoffederalway com
PROFESSIONAL SERVICES AGREEMENT
FOR
S. 320TH ST AT 21ST AVE S GRADE SEPARATION FEASIBILITY STUDY
This Professional Services Agreement ("Agreement") is made between the City of Federal Way, a Washington
municipal corporation ("City"), and Shea Carr & Jewell, Inc. dba SCJ Alliance, a Washington corporation
("Contractor"). The City and Contractor (together "Parties") are located and do business at the below addresses,
which shall be valid for any notice required under this Agreement:
SHEA CARR & JEWELL, INC. dba SCJ ALLIANCE:
Lisa M. Reid
8730 Tallon Lane NE, Ste 200
Lacey, WA 98516
(360) 352-1465 (telephone)
(360) 352-1509 (facsimile)
The Parties agree as follows:
CITY OF FEDERAL WAY:
Christine Mullen
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-2720
(253) 835-2709 (facsimile)
1. TERM. The term of this Agreement shall commence upon the effective date of this Agreement, which
shall be the date of mutual execution, and shall continue until the completion of the Services specified in this
Agreement, but in any event no later than December 31, 2024 ("Term"). This Agreement may be extended for
additional periods of time upon the mutual written agreement of the Parties.
2. SERVICES. The Contractor shall perform the services more specifically described in Exhibit A
("Services"), attached hereto and incorporated by this reference, in a manner consistent with the accepted
professional practices for other similar services within the Puget Sound region in effect at the time those services
are performed, performed to the City's satisfaction, within the time period prescribed by the City and pursuant to
the direction of the Mayor or his or her designee. The Contractor warrants that it has the requisite training, skill,
and experience necessary to provide the Services and is appropriately accredited and licensed by all applicable
agencies and governmental entities, including but not limited to obtaining a City of Federal Way business
registration. Services shall begin immediately upon the effective date of this Agreement. Services shall be
subject, at all times, to inspection by and approval of the City, but the making (or failure or delay in making)
such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in
accordance with this Agreement, notwithstanding the City's knowledge of defective or non -complying
performance, its substantiality or the ease of its discovery.
3. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the
other party thirty (30) days' written notice at its address set forth above. The City may terminate this Agreement
immediately if the Contractor fails to maintain required insurance policies, breaches confidentiality, or materially
violates Section 12 of this Agreement. Termination for such conduct may render the Contractor ineligible for
City agreements in the future.
4. COMPENSATION.
4.1 Amount. In return for the Services, the City shall pay the Contractor an amount not to exceed a
maximum amount and according to a rate or method as delineated in Exhibit B, attached hereto and incorporated
PROFESSIONAL SERVICES AGREEMENT - 1 - Rev. 7/2021
CITY OF
om Federal Way
CITY HALL
33325 Sth Avenue South
Federal Way, WA 98003-6325
(2531835-7000
www c;4offederalway com
by this reference. The Contractor agrees that any hourly or flat rate charged by it for its services contracted for
herein shall remain locked at the negotiated rate(s) for the Term. Except as otherwise provided in Exhibit B, the
Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result
of the performance of Services and payment under this Agreement.
4.2 Method of Payment. On a monthly basis, the Contractor shall submit a voucher or invoice in the
form specified by the City, including a description of what Services have been performed, the name of the
personnel performing such Services, and any hourly labor charge rate for such personnel. The Contractor shall
also submit a final bill upon completion of all Services. Payment shall be made on a monthly basis by the City
only after the Services have been performed and within thirty (30) days following receipt and approval by the
appropriate City representative of the voucher or invoice. If the Services do not meet the requirements of this
Agreement, the Contractor will correct or modify the work to comply with the Agreement. The City may
withhold payment for such work until the work meets the requirements of the Agreement.
4.3 Non -Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment
under this Agreement for any future fiscal period, the City will not be obligated to make payments for Services
or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the
completion of all remaining Services for which funds are allocated. No penalty or expense shall accrue to the
City in the event this provision applies.
5. INDEMNIFICATION.
5.1 Contractor Indemnification. The Contractor agrees to release, indemnify, defend, and hold the
City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers
harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations,
proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties expenses,
attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including, without
limitation, their respective agents, licensees, or representatives; arising from, resulting from, or in connection
with the negligent acts, errors or omissions of the Contractor in performance of this Agreement, except for that
portion of the claims caused by the City's sole negligence. Should a court of competent jurisdiction determine
that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily
injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor
and the City, the Contractor's liability, including the duty and cost to defend, hereunder shall be only to the
extent of the Contractor's negligence. Contractor shall ensure that each sub -contractor shall agree to defend and
indemnify the City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and
volunteers to the extent and on the same terms and conditions as the Contractor pursuant to this paragraph. The
City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any
of these covenants of indemnification.
5.2 Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor
waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51
RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any
way by any limitation on the amount of damages, compensation or benefits payable to or by any third party
under workers' compensation acts, disability benefit acts or any other benefits acts or programs. The Parties
acknowledge that they have mutually negotiated this waiver.
5.3 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its
officers, directors, shareholders, partners, employees, agents, representatives, and sub -contractors harmless from
PROFESSIONAL SERVICES AGREEMENT - 2 - Rev. 7/2021
CITY OF CITY HALL
Federal Wa Feder 8m Avenue South
�� Federal Way, WA 98003-6325
(253)835-7000
www ciryoffederalway com
any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments,
awards, injuries, damages, liabilities, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or
litigation expenses to or by any and all persons or entities, including without limitation, their respective agents,
licensees, or representatives, arising from, resulting from or connected with this Agreement to the extent solely
caused by the negligent acts, errors, or omissions of the City.
5.4 Survival. The provisions of this Section shall survive the expiration or termination of this
Agreement with respect to any event occurring prior to such expiration or termination.
6. INSURANCE. The Contractor agrees to carry insurance for liability which may arise from or in
connection with the performance of the services or work by the Contractor, their agents, representatives,
employees, or subcontractors for the duration of the Agreement and thereafter with respect to any event
occurring prior to such expiration or termination as follows:
6.1. Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such
forms and with such carriers who have a rating that is satisfactory to the City:
a. Commercial general liability insurance covering liability arising from premises,
operations, independent contractors, products -completed operations, stopgap liability, personal injury, bodily
injury, death, property damage, products liability, advertising injury, and liability assumed under an insured
contract with limits no less than $2,000,000 for each occurrence and $2,000,000 general aggregate.
b. Workers' compensation and employer's liability insurance in amounts sufficient pursuant
to the laws of the State of Washington.
C. Automobile liability insurance covering all owned, non -owned, hired, and leased vehicles
with a minimum combined single limit in the minimum amounts required to drive under Washington State law
per accident for bodily injury, including personal injury or death, and property damage.
d. Professional liability insurance with limits no less than $2,000,000 per claim and
$2,000,000 policy aggregate for damages sustained by reason of or in the course of operation under this
Agreement, whether occurring by reason of acts, errors or omissions of the Contractor.
6.2. No Limit of Liabili. Contractor's maintenance of insurance as required by this Agreement shall
not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise
limit the City's recourse to any remedy available at law or in equity. The Contractor's insurance coverage shall
be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with Contractor's
insurance.
6.3. Additional Insured, Verification, The City shall be named as additional insured on all commercial
general liability insurance policies. Concurrent with the execution of this Agreement, Contractor shall provide
certificates of insurance for all commercial general liability policies attached hereto as Exhibit C and
incorporated by this reference. At the City's request, Contractor shall furnish the City with copies of all
insurance policies and with evidence of payment of premiums or fees of such policies. If Contractor's insurance
policies are "claims made," Contractor shall be required to maintain tail coverage for a minimum period of three
(3) years from the date this Agreement is terminated or upon project completion and acceptance by the City.
6.4 Survival. The provisions of this Section shall survive the expiration or termination of this
Agreement.
7. CONFIDENTIALITY. All information regarding the City obtained by Contractor in performance of
PROFESSIONAL SERVICES AGREEMENT - 3 - Rev. 7/2021
CITY OF
L Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www o4 offederelwrn, com
this Agreement shall be considered confidential and subject to applicable laws. Breach of confidentiality by the
Contractor may be grounds for immediate termination. All records submitted by the City to the Contractor will
be safeguarded by the Contractor. The Contractor will fully cooperate with the City in identifying, assembling,
and providing records in case of any public records request.
8. WORK PRODUCT. All originals and copies of work product, including plans, sketches, layouts,
designs, design specifications, records, files, computer disks, magnetic media, or material that may be produced
or modified by Contractor while performing the Services shall belong to the City upon delivery. The Contractor
shall make such data, documents, and files available to the City and shall deliver all needed or contracted for
work product upon the City's request. At the expiration or termination of this Agreement, all originals and copies
of any such work product remaining in the possession of Contractor shall be delivered to the City.
9. BOOKS AND RECORDS. The Contractor agrees to maintain books, records, and documents which
sufficiently and properly reflect all direct and indirect costs related to the performance of the Services specified
in this Agreement, and maintain such accounting procedures and practices as may be deemed necessary by the
City to assure proper accounting of all funds paid pursuant to this Agreement. These records shall be subject, at
all reasonable times, to inspection, review, or audit by the City, its authorized representative, the State Auditor,
or other governmental officials authorized by law to monitor this Agreement.
10. INDEPENDENT CONTRACTOR. The Parties intend that the Contractor shall be an independent
contractor and that the Contractor has the ability to control and direct the performance and details of its work, the
City being interested only in the results obtained under this Agreement. The City shall be neither liable nor
obligated to pay Contractor sick leave, vacation pay, or any other benefit of employment, nor to pay any social
security or other tax that may arise as an incident of this Agreement. Contractor shall take all necessary
precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the
performance of the Services specified in this Agreement and shall utilize all protection necessary for that
purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or
damage to materials, tools, or other articles used or held for use in connection with the Services. The Contractor
shall pay all income and other taxes due except as specifically provided in Section 4 of this Agreement.
Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may
provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an
employment contract. If the Contractor is a sole proprietorship or if this Agreement is with an individual, the
Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of
Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's
failure to do so.
11. CONFLICT OF INTEREST. It is recognized that Contractor may or will be performing professional
services during the Term for other entities or persons; however, such performance of other services shall not
conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such
conflicts of interest in favor of the City. Contractor confirms that Contractor does not have a business interest or
a close family relationship with any City officer or employee who was, is, or will be involved in the Contractor's
selection, the negotiation, drafting, signing, administration of this Agreement, or the evaluation of the
Contractor's performance.
12. E UAL OPPORTUNITY EMPLOYER. In all services, programs, activities, hiring, and employment
made possible by or resulting from this Agreement or any subcontract, there shall be no discrimination by
Contractor or its subcontractors of any level, or any of those entities' employees, agents, subcontractors, or
PROFESSIONAL SERVICES AGREEMENT - 4 - Rev. 7/2021
CITY OF CITY HALL
Federal Way
Feder 8th Avenue South
�� Federal Way, WA 98003-6325
(253)835-7000
www cityoffederalway com
representatives against any person because of sex, age (except minimum age and retirement provisions), race,
color, religion, creed, national origin, marital status, honorably discharged veteran or military status, sexual
orientation including gender expression or identity, or the presence of any disability, including sensory, mental
or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and
employment. This requirement shall apply, but not be limited to the following: employment, advertising, layoff
or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship.
Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil
Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR
Parts 21, 21.5, and 26, or any other applicable federal, state, or local law or regulation regarding non-
discrimination.
13. GENERAL PROVISIONS.
13.1 Interpretation and Modification. This Agreement, together with any attached Exhibits, contains all
of the agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no prior
statements or agreements, whether oral or written, shall be effective for any purpose. Should any language in any
Exhibits to this Agreement conflict with any language in this Agreement, the terms of this Agreement shall
prevail. The respective captions of the Sections of this Agreement are inserted for convenience of reference only
and shall not be deemed to modify or otherwise affect any of the provisions of this Agreement. Any provision of
this Agreement that is declared invalid, inoperative, null and void, or illegal shall in no way affect or invalidate
any other provision hereof and such other provisions shall remain in full force and effect. Any act done by either
Party prior to the effective date of the Agreement that is consistent with the authority of the Agreement and
compliant with the terms of the Agreement, is hereby ratified as having been performed under the Agreement.
No provision of this Agreement, including this provision, may be amended, waived, or modified except by
written agreement signed by duly authorized representatives of the Parties.
13.2 AsshZnment and Beneficiaries. Neither the Contractor nor the City shall have the right to transfer
or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent
of the other Party. If the non -assigning party gives its consent to any assignment, the terms of this Agreement
shall continue in full force and effect and no further assignment shall be made without additional written
consent. Subject to the foregoing, the rights and obligations of the Parties shall inure to the benefit of and be
binding upon their respective successors in interest, heirs and assigns. This Agreement is made and entered into
for the sole protection and benefit of the Parties hereto. No other person or entity shall have any right of action or
interest in this Agreement based on any provision set forth herein.
13.3 Compliance with Laws. The Contractor shall comply with and perform the Services in accordance
with all applicable federal, state, local, and city laws including, without limitation, all City codes, ordinances,
resolutions, regulations, rules, standards and policies, as now existing or hereafter amended, adopted, or made
effective. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation
or performance of this Agreement, this Agreement may be rendered null and void, at the City's option.
13.4 Enforcement. Time is of the essence in this Agreement and each and all of its provisions in which
performance is a factor. Adherence to completion dates set forth in the description of the Services is essential to
the Contractor's performance of this Agreement. Any notices required to be given by the Parties shall be
delivered at the addresses set forth at the beginning of this Agreement. Any notices may be delivered personally
to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set
forth above. Any notice so posted in the United States mail shall be deemed received three (3) days after the date
of mailing. Any remedies provided for under the terms of this Agreement are not intended to be exclusive, but
PROFESSIONAL SERVICES AGREEMENT - 5 - Rev. 7/2021
CITY OF CITY HALL
IftFederal
edaraI Wa 33325 Avenue South
�� Y Federall Way, WA 98003-6325
(253)835-7000
www cilyoffederalway com
shall be cumulative with all other remedies available to the City at law, in equity, or by statute. The failure of the
City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to
exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver
or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and
effect. Failure or delay of the City to declare any breach or default immediately upon occurrence shall not waive
such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's
right to declare another breach or default. This Agreement shall be made in, governed by, and interpreted in
accordance with the laws of the State of Washington. If the Parties are unable to settle any dispute, difference or
claim arising from this Agreement, the exclusive means of resolving that dispute, difference, or claim, shall be
by filing suit under the venue, rules, and jurisdiction of the King County Superior Court, King County,
Washington, unless the parties agree in writing to an alternative process. If the King County Superior Court does
not have jurisdiction over such a suit, then suit may be filed in any other appropriate court in King County,
Washington. Each party consents to the personal jurisdiction of the state and federal courts in King County,
Washington and waives any objection that such courts are an inconvenient forum. If either Party brings any
claim or lawsuit arising from this Agreement, each Party shall pay all its legal costs and attorney's fees and
expenses incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other
recovery or award provided by law; however, nothing in this paragraph shall be construed to limit the Parties'
rights to indemnification under Section 5 of this Agreement.
13.5 Execution. Each individual executing this Agreement on behalf of the City and Contractor
represents and warrants that such individual is duly authorized to execute and deliver this Agreement. This
Agreement may be executed in any number of counterparts, each of which shall be deemed an original and with
the same effect as if all Parties hereto had signed the same document. All such counterparts shall be construed
together and shall constitute one instrument, but in making proof hereof, it shall only be necessary to produce
one such counterpart. The signature and acknowledgment pages from such counterparts may be assembled
together to form a single instrument comprised of all pages of this Agreement and a complete set of all signature
and acknowledgment pages. The date upon which the last of all of the Parties have executed a counterpart of this
Agreement shall be the "date of mutual execution" hereof.
[Signature page follows]
PROFESSIONAL SERVICES AGREEMENT - 6 - Rev. 7/2021
CITY OF
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www.. cityoffederahvay. com
IN WITNESS, the Parties execute this Agreement below, effective the last date written below.
CITY OF FEDERAL WAY:
Jim Ferrell, or
DATE: t
r/.;x :>
SHECARR & JEWELL, 1N dba SCJ ALLIANCE:
By:
Printed Name: Lisa M. Reid
Title: Principal
DATE: 3- 1-ZOZ
STATE OF WASHINGTON )
) ss.
COUNTY OF 1� )
ATTEST:
woma&VU11111 —
phanie Courtney, C C, ity Clerk
APPROVED AS TO FORM:
Ryan Call, City Atto
On this day personally appeared before me Lisa Reid, _ to me known to be the Principal of Shea Carr &
Jewell, Inc. dba SCJ Alliance that executed the foregoing instrument, and acknowledged the said instrument to
be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on
oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate
seal of said corporation.
GIVEN my hand and official seal this day of r . 200
Notary Public
State .of Washington
ALIZE VASQUEZ
License # 22031709
Commission Expires
October 25, 2026
Notary's signature
Notary's printed name Z V�- Ilya U VET
Notary Public in and for the State of Washington.
My commission expires (
PROFESSIONAL SERVICES AGREEMENT - 7 - Rev. 7/2021
CITY of CITY HALL
Federal Wa Feder 8th Avenue South
�� Federal Way, WA 98003-6325
(253) 835-7000
www ciryoifederalway cam
EXHIBIT A
SERVICES
The Contractor shall do or provide the following:
Phase 1 Project Management
Task I Lead the Project (SCJ)
1) Workplan. The Contractor will prepare a project workplan and schedules for execution of the
project. The schedule will include communication points and deliverables identified in this Scope of
Work. The Contractor will prepare up to two (2) schedule updates throughout the duration of the
project.
2) Subcontractor Contracts. The Contractor will execute and manage subcontractor contracts.
3) Project Monitoring. The Contractor will monitor the project budget and progress of the
deliverables weekly and provide workplan updates to the team.
Task 2 Project Administration (SCJ)
1) Bi-weekly Status Reports. The Contractor will prepare bi-weekly project status updates via email for
the City's project manager and will prepare monthly progress reports and invoicing throughout the
project until completion of the project.
2) Action Item Tracking. Develop and maintain an action item tracking spreadsheet for significant
tasks to be performed by the Contractor Team and City.
3) Filing and Information Management. Maintain a filing system of key correspondence,
design documentation, design calculations and files, and deliverables.
Task 3 Project Meetings (All)
1) Project Kick-off Meeting. Planning for and attendance at one (1) project kick-off meeting for the
City and Contractor Team. Up to five (5) Contractor staff will participate, including the Project &
Feasibility Manager, Design Manager, Geotechnical Lead, Stormwater Lead, and Structural Lead.
The meeting will be in -person at the City of Federal Way and will last up to two (2) hours. Provide
meeting agenda and meeting summary.
2) Project Coordination Meetings. Prepare for and attend virtual, periodic check -in calls with the
City's project manager. These calls will be attended by up to four (4) Contractor staff, including the
Project & Feasibility Manager, Design Manager, Stormwater Lead, and Structural Lead. These calls
will last up to one (1) hour and up to eight (8) meetings are included throughout the project. Prepare
agendas, meeting summaries and action items.
Phase 1 Assumptions
The project duration will be up to twelve (12) months.
Subcontract agreements will be negotiated, executed, and administered between the Contractor and up
to five (5) sub -consultants.
PROFESSIONAL SERVICES AGREEMENT - 8 - Rev. 7/2021
CITY OF
Aft
000 Federal
Phase I Deliverables
CITY HALL
■ � ��� 33325 8th Avenue South
V►Y■ Federal Way, WA 98003-6325
(253)835-7000
www cilyotfederalway com
• Workplan, including schedule in PDF
■ Agendas, Meeting Summaries, and Action Items in Word and PDF
• Attendance of up to five (5) Contractor staff at the Project Kick-off meeting
• Attendance of up to four (4) Contractor staff at up to seven (7) bi-monthly project
coordination meetings.
• Bi-weekly status reports in PDF
• Monthly Invoices and Progress Reports in PDF
• Action Item Tracking List in Google Sheets format available for access by City at all times
Phase 2 Basemapping & Utilities
No survey work will be performed for this project.
Task 1 GIS/CAD Utility Mapping (SCJ, OCI)
1) Prepare a CAD Basemap. AutoCAD base mapping for use in the conceptual design will be
assembled using the City's GIS and available surveys from the City. This base mapping will be
assembled so that the existing roadway, sidewalks, grading, existing stormwater systems within the
right-of-way andoutside the right-of-way, including "The Commons at Federal Way" parcels, and
channelization are available in AutoCAD. AutoCAD mapping will not be field verified for accuracy.
2) Utility Mapping. The Contractor will request existing utility as-builts from the individual utility
companies and will use the provided information to modify the City's GIS files in AutoCAD file of
the approximate utility mapping file for water, sewer, drainage, gas, communications, illumination,
ITS, and electrical utilities.
Phase 2 Assumptions
The aerial mapping will not be ortho-rectified.
Updates or revisions to the preliminary mapping is not included.
This information is primarily needed at the proposed bridge location, with additional information
needed for the storm drainage system as we will need to chase tie-in grades to avoid construction of
a stormwater pump at "the Dip".
Phase 2 Deliverables
Aerial photo image for use in AutoCAD 2022
Existing roadway and utility basemapping in AutoCAD 2022
Phase 3 Project Review, Constraints and Opportunities Map and Purpose and Goals
Task I Project Review (SCJ, OCl, TYLI, HWA)
1) Project Review. This task includes the research necessary to familiarize the Contractor with the
current condition of the site and review City provided and field provided information including as -
built plans of the affected infrastructure. The Contractor will review existing documentation that may
be relevant to understand the existing conditions and needs associated with the bridge and the
corridor.
PROFESSIONAL SERVICES AGREEMENT - 9 - Rev. 7/2021
CITY OF CITY HALL
Federal Wa 33325 8th Avenue South
�Federal Way, WA 98003-6325
(253)835-7000
www o"ffederalway com
Task 2 Purpose & Goals Memo (SCJ, OCI, TYLI)
1) Purpose & Goals Memo. Using information collected in the Kick-off Meeting (Phase 1 Task 3.1) with the
City and a review of the project area, the Contractor will summarize the purpose and goals of "The Dip"
project. This will include, at a minimum, the project area definition, functional needs, and significant
assumptions and goals. These will be memorialized in a short memo that summarized the Purpose & Need of
the project. The Draft Purpose & Goals Memo will be reviewed by the City and potential stakeholders and
comments will be incorporated into a Final Purpose & Goals Memo to be referenced throughout the conceptual
design and feasibility analysis.
Task 3 Constraints & Opportunities Map (SCJ, OCI, TYLI)
1) Constraints & Opportunities Maps. Using information collected in the Kick-off Meeting (Phase 1)
with the City and a review of the project area, the Contractor will develop a Draft Constraints &
Opportunities map showing existing land use, potential future changes, areas of opportunity, project
limitations, and project solutions. The Draft Constraints & Opportunities Map will be reviewed by the
City and potential stakeholders and comments will be incorporated into a Final Constraints &
Opportunities Map to be referenced throughout the conceptual design and feasibility analysis.
Phase 3 Assumptions
City staff will provide the background studies, documentation of project constraints and proposed
land use changes included in the City's pending 2044 Comprehensive Plan update.
Phase 3 Deliverables
• Draft Purpose & Goals Memo in PDF
Final Purpose & Goals Memo in PDF
• Draft Constraints & Opportunities Map in PDF
• Final Constraints & Opportunities Map in PDF
Phase 4 Conceptual Design
This phase includes work to establish design parameters for the project and to prepare a conceptual design.
One alternative will be designed with alternative cross -sections for S 320th Street and 21" Ave S (up to one (1)
alternative section for each). The full design will be prepared for one set of typical sections to be selected by
the City, while a second set of typical sections will be compared in Phase 7 using a differential cost method.
Task I Identify Design Parameters (SCJ, HWA, TYLI, OCI)
1) Geotechnical Review and Summary Memo. This task includes research and review of available
existing subsurface information to familiarize the Contractor with the documented soil and ground
water conditions around the site. Based on this information, the Contractor will prepare a Geotechnical
Memo that summarizing the most likely characterization of the soils and ground water elevations
observed in existing data to be used in the conceptual design of structural walls and bridges, and
discussing related issues to be considered and mitigated with the proposed lowering of S 320th St. No
field explorations will be performed as part of this task. (HWA)
2) Hazardous Materials Review. This task includes a brief desktop survey based on readily accessible
environmental records for the project area and adjacent properties to determine prior uses of properties
that will include significant excavation to determine the potential to encounter contaminated materials.
No material testing is included. If the desktop survey indicates properties that are typically indicative
PROFESSIONAL SERVICES AGREEMENT - 10 - Rev. 7/2021
CITY OF
�� Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederalway com
of the potential for contamination (including gas stations, laundry mats, etc.) then the excavation near
that parcel will be assumed to include contaminated materials. A summary of the findings will be
included with the geotechnical summary memorandum. Desk review to be limited to readily available,
publicly assessable databases such as Environmental Protection Agency (EPA) listed, and Washington
State Department of Ecology (Ecology) listed sites. This information will be included in the technical
memorandum prepared for Phase 4 Task 1.1. (HWA)
3) Roadway, Utility, and Structural Design Parameters Memo. The Contractor will prepare a table
that summarizes key roadway, utility and structural design assumptions and parameters to be used
in the Conceptual Design. (SCJ, TYLI)
4) Stormwater Design Requirements Memo. The Contractor will prepare a brief memo that
summarizes the minimum requirements for stormwater and assumptions that are to be incorporated
into the conceptual design for one roadway alternative. The Contractor will review the conceptual
design and determine which of the minimum requirements are likely to be triggered based on the
conceptual layout. It is assumed that the conceptual layout will not exceed the minimum
requirements to trigger runoff treatment (>5000 SF) and/or flow control minimum requirements
(>10,000 SF) because the new roadway/proposed bridge will be constructed over existing impervious
roadway elements so the new impervious surface will be minimal. The Contractor will discuss
receiving water body and a high-level estimate of likely new impervious and PGIS area
approximations based on typical roadway sections and layout for proposed improvements in the
memorandum. The conceptual stormwater conveyance layout will be provided on the drainage
exhibits in Phase 4 Task 4. Up to five (5) meetings throughout the project duration with the internal
design team are included in this task for the stormwater design lead. (OCI)
Task 2 Conceptual Roadway Design (SCJ)
1) Roadway Typical Sections. Up to three (3) typical sections will be prepared for both S 3201h St and
215t Ave S. The City will select one set of "proposed conceptual sections" to be used in the remainder
of this Phase for Conceptual Design. One additional set of typical sections (one for S 320th and one
for 21 stAve S) will be used for an alternative cost estimate.
2) Horizontal Alignment and Channelization Layout. One (1) set of horizontal alignments will be
designed for S 320th Street and 21 st Ave S. These alignments will be centered along the existing
roadways to facilitate Channelization layout. The channelization layout will be based on the proposed
set of conceptual sections to provide the level of detail to attain a planning level cost estimate.
Additional channelization layouts will not be prepared.
3) Vertical Alignments. One (1) set of vertical alignment will be designed for S 320th Stand 21st Ave
S. The goal of the vertical alignments will be to minimize the depth of excavation along S 320th St to
minimize the storm water impacts since no pump will be used. The same vertical alignment will be
used for all cost estimate.
Task 3 Conceptual Bridge and Wall Design (TYLI)
1) Wall Design. The Contractor will work with the City to determine the most likely type of walls.
required for the project. The location will be based on the horizontal and vertical alignments and wall
feasibility. It is anticipated that the primary goal of the wall design will be to minimize construction
impacts and expedite the construction schedule.
2) Bridge Design. The Contractor will work with the City to determine the types of structures feasible
PROFESSIONAL SERVICES AGREEMENT - 11 - Rev. 7/2021
CITY OF CITY HALL
Federal Wa 33325 8th Avenue South
�� Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederahvoy com
and select one conceptual type for the conceptual design. It is anticipated that the primary goal of the
bridge design concept will be to minimize construction impacts and expedite the construction schedule.
Task 4 Conceptual Stormwater Design (OCI)
1) Conceptual Stormwater Conveyance Design.
The Contractor will design a conceptual stormwater system that does not leverage a stormwater pump at "the
Dip". In order to do this, the stormwater will need to head downstream with lower, replacement structures and
pipes until the conceptual system "catches up" to the existing stormwater system grades. This will likely take a
substantial length of stormwater replacement to accomplish. Potential for installing parallel pipe systems to
catch grade earlier will be evaluated. The proposed conceptual conveyance design will include planning -level
drainage exhibits which will show conceptual level design to potential locations for drainage structure tie ins to
existing storm systems.
Two (2) coordination meetings are assumed with the City to discuss stormwater approach throughout the
duration of the project. Up to ten (10) monthly coordination meetings with the internal design team is included
for the stormwater lead to coordinate design elements.
Task S Conceptual Utility Design (SCJ)
1) Relocations for Construction of the Roadway, Walls, and Structures. The Contractor will
review the conceptual design of the roadway, walls, structures, and stormwater system and will
determine which of the existing utilities will require relocation to construct the proposed conceptual
design. Conceptual layouts of the relocated facilities will be developed to a level necessary to prepare a
planning -level cost estimate.
Phase 4 Assumptions
■ Design Parameters in Task 1 will be approved prior to proceeding with other tasks. No changes will
be made to the design parameters after approval.
• Stormwater evaluations will be performed to meet the City of Federal Way's stormwater code.
is Prepare one (1) stormwater memorandum which covers the project improvements as stated above.
Comments on the memos and drainage plans prepared in this Phase will be incorporated into the Draft
Feasibility Report prepared in Phase 7. Assume stormwater evaluation is provided for one single
feasible roadway solution. Only one (1) iteration of conveyance design will be provided once the
roadway alternative is finalized.
• A stormwater lift/pump station is not an option to be considered. Therefore, the approach will be to
replace existing conveyance systems and running a parallel conveyance system where feasible and
tying into existing stormwater systems where it meets grade.
• No utility company coordination is included in this design, although it would be necessary if the
design advances.
• Comments on the memos prepared in this Phase will be incorporated into the Draft Feasibility
Report prepared in Phase 7.
• The City will provide RIMS and inverts for all existing stormwater systems. If this information is not
available on as-builts or GIS, an approximate location for catching up to existing stormwater systems
will be proposed based on best available information during this study. This can significantly have
extensive stormwater cost implications in Phase 6 if the stormwater systems will need to be caught up
beyond the inlet of the existing detention pond on the southeast side of "The Commons at Federal
Way", hereby called the "The Commons", behind the Target store.
PROFESSIONAL SERVICES AGREEMENT - 12 - Rev. 7/2021
CITY OF CITY HALL
AIIIFederal Wa 33325 Avenue South
�� Federall Way, WA 98003-6325
(253) 835-7000
www cilyoffederalway com
• If sufficient as -built information is not available for the stormwater conveyance systems within the
project limits or "The Commons", the Contractor will assume approximate RIM elevations from
google earth, and assume inverts for stormwater systems are 4 feet below ground elevation to
proceed with the analysis.
• If stormwater systems will need to tie in beyond the inlet of the existing detention pond behind
"The Commons", the design will be deemed fatally flawed for the feasibility evaluation.
• Stormwater systems that run through "The Commons" will need to be replaced with proposed systems
to catch grade. Parallel conveyance systems will be evaluated. Assume easements are available with
the City of Federal Way and this is a feasible solution.
• Separating public stormwater systems from private stormwater systems is not in this scope of work.
• No stormwater BMPs will be required for this project to meet minimum requirements for flow control
or runoff treatment BMPs.
• If existing stormwater BMPs are impacted due to the proposed stormwater solution, no additional
modeling analysis to size the BMP will be provided. A high-level in -kind replacement of existing
BMP to evaluate cost impacts will be captured in Phase 6.
• No drainage plans, profiles or details will be provided. Cost estimating is included in Phase 6.
• Stormwater conveyance design and modeling is assumed to not be required for capacity analysis.
A conceptual layout to show feasibility of stormwater conveyance tie ins to existing systems will
be evaluated and shown on the drainage roll plot exhibits in plan view.
• No TDA delineations will be provided at this conceptual level of design. No exhibits will be shown
for TDA delineations, existing and developed condition area approximations. Area approximation
results will be discussed in the stormwater memorandum to describe stormwater minimum
requirements. Impervious and PGIS area summaries will be adjusted only once the draft submittal of
the Stormwater Memorandum to be consistent with roadway, grading, and stormwater designs
current at the time of submittal.
• Endangered Species Act (ESA) consultation is assumed to not be triggered for stormwater
requirements since the project does not discharge to a fish bearing stream and is not included in this
scope of work. Only minimum requirement triggers for new impervious for flow control requirements
and new PGIS for runoff treatment requirements is assumed to be evaluated to meet the City's
stormwater code requirements.
• One (1) round of design exhibits are assumed for this phase of design. One (1) round of comments are
expected from the City and a final set of Stormwater exhibits addressing those comments will be done
in Phase 7.
• No separate comment resolution meeting, is included. City comments will be discussed at one of
the Monthly Design Coordination Meetings included in Phase 1 Task 3.
• Permitting and permit support is not included in this scope of work.
• There are no wetlands within the project limits.
• Additional stormwater retrofit requirements are assumed to not be applicable for this project and are
not included in this scope of work.
• All meetings in this Phase will be virtual.
• No additional effort is assumed in Phase 6 and Phase 8 for stormwater design. The conveyance roll
plot exhibit will be provided for the Phase 6 work to estimate quantities and cost for conceptual
stormwater design.
Phase 4 Deliverables
• Geotechnical Review and Summary Memo in PDF
PROFESSIONAL SERVICES AGREEMENT - 13 -
Rev. 7/2021
CITY OF CITY HALL
Fe d e ra I Wa 33325 8th Avenue South
�� Federal Way, WA 98003-6325
(253)835-7000
www cityoffederalway com
a Roadway, Utility and Structures Design Parameters Memo in PDF
Stormwater Design Requirements Memo in PDF
• Conceptual Design Plans in PDF
o Typical Section (1 sheet)
o Roadway Layout Showing Channelization, Walls, Structures, Cut -Fill Lines (2 sheets)
o Alignment Profiles (2 sheets)
o Wall Profiles (2 sheets)
o Bridge Sections (1 sheet)
o Utility Plans (# sheets unknown)
o Stormwater Conveyance concept exhibit plan (1 roll plot)
Phase 5 Constructability Evaluation
Task I Construction Requirements (SCJ, TYLI, OTT)
1) Construction Staging and Phasing. The Contractor will determine the likely staging and phasing
based on the conceptual design elements. These will be preliminary concepts used to determine the
construction schedule. No plans will be prepared for this work. (SCJ, TYLI, OTT)
2) Construction Schedule. The Contractor will determine the construction schedule based on the
preliminary concepts. This will be a rough planning level schedule used to determine the months of
work required to complete the project. The schedule will be summarized in the memo described in
Task 3. This will include some discussion of the temporary improvements needed from Task 2. (OTT)
3) Construction Requirements Memo. The Contractor will prepare a construction requirements
memo that summarizes the work in Tasks 1 and 2. This memo will also include information on
allowable detours and closures. (SCJ)
Task 2 Temporary On -Site Improvements Design (SCJ, TYLI, OTT)
1) Temporary On -Site Improvements Identification. Collaborate in discussions with the City and
DKS to analyze the impacts of the construction, specifically the impacts of the staging and phasing
needed for construction of the walls and bridge. Based on this discussion and additional traffic
analysis to be performed by DKS, identify any temporary onsite improvements that may be needed
during construction to manage existing and diverted traffic. This will include construction and non -
construction (i.e. signal timing changes) improvements that will be needed to construct the proposed
project. Simple figures will be prepared showing the improvements on aerial photos; no plans will be
developed for this work. (SCJ)
2) Cost Estimate for Temporary Improvements. Prepare planning -level cost estimates of
temporary improvements from Subtask 1. (SCJ, TYLI, OTT)
3) Temporary Improvements Memo. Describe the timing, length and scope of temporary
improvements identified in Subtask 1 and their costs from Subtask 2. (SCJ)
Task 3 Off -Site Improvements Design (SCJ, TYLI, OTT)
1) Off -Site Improvements Identification. Collaborate in discussions with the City and DKS to analyze
the impacts of the construction, specifically the impacts of the staging and phasing needed for
construction of the walls and bridge. Based on this discussion and additional traffic analysis to be
PROFESSIONAL SERVICES AGREEMENT - 14 - Rev. 7/2021
CITY OF CITY HALL
Federal Wa 33325 Avenue South
�� Federall Way, WA 98003-6325
(253)835-7000
www cityoflederahvey com
performed by DKS, identify any offsite improvements that may be needed during construction to
manage existing and diverted traffic. This will include construction and non -construction (i.e. signal
timing changes) improvements that will be needed to construct the proposed project. Simple figures
will be prepared showing the improvements on aerial photos; no plans will be developed for this
work. (SCJ)
2) Cost Estimate for Off -Site Improvements. Prepare planning -level cost estimates of off -
site improvements from Subtask 1. (SCJ, TYLI, OTT)
3) Off -Site Improvements Memo. Describe the timing, length and scope of off -site
improvements identified in Subtask 1 and their costs from Subtask 2. (SCJ)
Phase S Assumptions
• Comments on the memos prepared in this Phase will be incorporated into the Draft Feasibility
Report prepared in Phase 7.
■ High level planning costs for stormwater and other items will be provided based largely on
percentages of the overall costs for the project rather than specific design of the improvements.
• No design documentation will be provided in this phase.
• Temporary and off -site improvements will not include wall or bridge designs. Minor walls will
be estimated based on approximate surface area of the wall, if needed.
• No additional geotechnical work will be done for off -site improvements.
Phase S Deliverables
• Temporary Improvements Memo in PDF
• Off -Site Improvements Memo in PDF
Phase 6 Cost Estimates
Task I Conceptual Estimate of Probable Cost (SCJ, RESGNW, OTT)
1) Conceptual Estimate of Probable Cost. Prepare a planning -level cost estimate based on the conceptual
design, temporary improvements, and off -site improvements that includes right of way, construction,
engineering, and administration costs. The estimate will use stable unit costs from 2019 (pre-COVID) for
construction and 2022 for right of way and then will escalate each based on cost indices to a year of opening
selected by the City. Right of way costs will be escalated separately from construction costs in a format that the
City can modify in the future as the year of opening and cost indices change.
Construction costs will be estimated for the conceptual design alternative from Phase 4 including only one
set of conceptual roadway sections for S 320th St and 21St Ave S.
Task 2 Alternative 2 Estimate of Probable Cost (SCJ)
1) Alternative 2 Estimate of Probable Cost. Up to one (1) alternative cost estimate will be prepared based on
an alternative set of typical sections for S 320th St and 21 st Ave S. This will be prepared by estimating the
differential costs — or the relative cost differences attributable to these typical sections as compared to the
primary conceptual design. Separate design layouts and quantities will not be calculated.
Phase 6Assumptions
• Cost estimates will be planning level and will include ranges of costs.
• Typical industry contingencies will be included for elements not yet designed. A contingency will be
PROFESSIONAL SERVICES AGREEMENT - 15 - Rev. 7/2021
CITY OF CITY HALL
Fe d e ra 1 Vlla 33325 8th Avenue South
�� y Federal Way, WA 98003-6325
(253)835-7000
www cityoffederatway com
included for the overall construction unknowns based on the level of engineering. A final
management reserve contingency will be included for potential changes in construction. These will
be established by the Contractor Design Team.
Construction costs will be escalated based on cost indices and industry trends.
• Right of way costs will be escalated based on cost indices and a discussion with the City.
• Comments on the cost estimate prepared in this Phase will be incorporated into the Draft
Feasibility Report prepared in Phase 7.
Phase 6 Deliverables
• Probable Cost Estimate in Excel and PDF
• Alternative 2 Probable Cost Estimate in Excel and PDF
Phase 7 Preliminary Feasibility Report
Task I Access Feasibility (SCJ, TYLI)
1) Access Feasibility of Conceptual Design. Discuss the overall feasibility of construction, right of way
acquisition, design approval, stakeholder support (based on input from the City), and funding
acquisition (based on discussions with the City) of the conceptual design.
2) Analysis of Alternative 2. Discuss the overall feasibility of construction, right of way acquisition,
environmental permitting, design approval, stakeholder support (based on input from the City),
and funding acquisition (based on discussions with the City) of Alternative 2.
Task 2 Draft Feasibility Report (SCJ, OCI)
1) Draft Feasibility Report. Prepare a draft- feasibility analysis that includes the following task list. Note
that comments on the prior versions of these memos will be incorporated herein.
• Description of the Project Purpose & Goals (Phase 3, Task 2)
• Description of the Site Opportunities and Constraints (Phase 3, Task 3)
• Description of the Conceptual Design (Phase 4)
• Description of the Construction Staging, Phasing, Duration (Phase 5)
• Description of Temporary and Permanent Improvements Needed for Construction (Phase 5)
• Discussion of the Probable Project Costs (Phase 6)
• Discussion of the Feasibility (Phase 7, Tasks 1 and 2)
Phase 7Assumptions
The report will be primarily based on prior work as noted above.
This is a discussion of the feasibility of completing the constructing of the conceptual design
or Alternative 2; this is not an alternatives analysis or comparison.
The City review of the Draft Feasibility Analysis Report will take no more than three (3) weeks.
Phase 7 Deliverables
• Draft Feasibility Report in PDF
Phase 8 Design Optimization Recommendations
Task I Design Optimization and Cost Savings Proposals
1) Design Optimization and Recommended Cost Savings Proposals. The Contractor will explore
PROFESSIONAL SERVICES AGREEMENT - 16 - Rev. 7/2021
CITY OF CITY HALL
Federal Wa 33325 8th Avenue South
�� Federal Way, WA 980038003-6325
(253)835-7000
wwwo" ederalwaycom
revisions to the conceptual design and/or Alternative 2 that would result in improving the project
feasibility. No new design work will be performed rather a description of the changes and impacts
will be prepared. Minor figures that modify existing work may be included. A planning -level cost
savings will be assigned to each design optimization. (SCJ, TYLI)
2) Design Optimization and Recommended Cost Savings Memo. Summarize the work in Subtask
1 in a brief memo. (SCJ)
Phase 8 Assumptions
• This phase will not consider a tunnel.
• New design plans will not be prepared.
Phase 8 Deliverables
• Design Optimization and Recommended Cost Savings Memo in PDF
Phase 9 Final Feasibility Report (SCJ)
Task I Final Feasibility Report
1) Update the Draft Feasibility Report prepared in Phase 7 to incorporate city comments and additional work
completed in Phase 8.
Phase 9 Assumptions
■ No new assumptions.
Phase 9 Deliverables
• Final Feasibility Report in PDF
Phase 10 Public and Agency Involvement (SCJ)
Task I Public and/or Agency Involvement
1) On -Call Public and/or Agency Involvement. This Phase will be used to assist the City with public
and agency outreach as desired throughout the project. As the scope is undefined, a budget of up to
twenty- four (24) hours has been established and can be used for the following tasks or others as
defined by the City:
• Preparation of Display Materials
• Preparation of Design Renderings
• Technical Representation at Meetings or Events
Phase 10 Assumptions
• The budget for this task is limited to forty (40) hours.
Phase 10 Deliverables
• Not defined
PROFESSIONAL SERVICES AGREEMENT - 17 - Rev. 7/2021
SCJ ALLIANCE
CONSULTING SERVICES
EXHIBIT A -1
SCOPE OF WORK
S. 320TH ST AT 21ST AVE S
GRADE SEPARATION FEASIBILITY STUDY
CITY OF FEDERAL WAY, WA
Prepared For:
Christine Mullen, Engineering Manager I City of Federal Way
Rick Perez, City Traffic Engineer I City of Federal Way
Prepared By:
Lisa Reid, PE, PMP I SCJ Alliance (SCJ, Prime), with:
1. HWA GeoSciences, HWA (Geotechnical)
2. Osborn Consulting, OCI (Stormwater)
3. Ott -Sakai, OTT (Construction Scheduling, Estimating, Constructability)
4. RES Group Northwest, RESGNW (Right of Way Costs)
5. TY Lin, TYLI (Bridge and Retaining Walls)
Project Number:
22-P00653
Date Prepared:
March 12, 2023
INTRODUCTION
Federal Way's City Center has been growing' and evolving for many years. Fueled by sustained growth and the
need for better access and facilities, the City prepared a Planned Action EIS and has been working on
improvements in the City Center that have included a Performing Arts and Event Center, the transit center, the
Town Center Steps, and Town Square Park. The City is currently working on the City Center Access Project, with
the aim of providing more and better multimodal connections to central gathering places and services for the
community. In addition, Sound Transit is constructing the Link Light Rail Extension that is connected to the
existing transit center and includes improvements to the street network between 21st Ave S and 23rd Ave S.
As these projects have evolved, the City is interested in improving pedestrian and bicycle connectivity from the
City Center across S. 320th Street. Currently, there are no pedestrian/bike connections crossing S. 320th St.
between the signals at 23rd Ave S and Pete von Reichbauer Way S. The proposed pedestrian signal at 21st Ave S.
shown in Figure 1 is funded and planned for construction. The proposed pedestrian crossing includes a jog
through the median island and requires a 2-phase crossing for pedestrians that will not only delay pedestrian
and bicycles but will also diminish the operations of S. 320th St. and the two adjacent signals.
Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work March 12, 2023
City of Federal Way Page 1
ICJ ALLIANCE
Figure 1. Proposed Signal of S 3 0th St and 21st Ave S
The City developed a preliminary concept, nicknamed "The Dip", shown in Figure 2, that would construct a
grade -separated crossing at this location instead. The purpose of this study is to evaluate the feasibility of
lowering S. 320th St. between Pete Von Reichbauer (PVR) Way S. and 23rd Ave. S to construct a grade separated
north -south pedestrian connection at 21st Ave S. The feasibility study will evaluate such items as: the impacts to
& mitigation requirements for the surrounding transportation network; the extent of private and public utility
relocations; right-of-way acquisition and private property impacts; stormwater management considerations;
geometric considerations; ADA considerations; schedule & sequencing of work; constructability; overall
estimated project cost; and other related topics.
n
Figure =. The "Dip concept (Preliminory Concept)
S 320th St at 21" Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 2
SCJ ALLIANCE
LOCATION
The project is located in the center of the City of Federal Way's commercial district, between 1-5 and Pacific
Highway S (SR 99). Traffic analysis needed for this study will be performed by DKS under a separate contract and
will evaluate temporary and permanent impacts of this project in the general project vicinity shown in Figure 3.
The Study Area, where physical construction is expected to take place is shown in Figure 3 and Figure 4.
It is important to note that the conceptual stormwater layout may extend beyond the Study Area because the
City has indicated that a lift station is not to be considered. Therefore, new stormwater will need to be
constructed at the lowest grade of "The Dip" and will "chase" the existing conveyance system at minimum
grades until it matches the existing invert elevations of the conveyance system. This may even extend beyond
the General Project Vicinity shown in Figure 3.
Figure 3. General Project Vicinity
S 320th St at 2111 Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 3
. t
SCJ ALLIANCE
COISUIruae SERVI es
Figure 4. Grade Separation Study Area
PROPOSED MILESTONE SCHEDULE
The following schedule is anticipated for the milestone deliverables for this project. Phase 1Task 11)includes the
development of a workplan and schedule for the project and will aim to achieve these same dates.
&
Subtask
NTP
Milestone Deliverable
Notice to Proceed
ApproximateTask .
Mar 22, 2023
1.1.1
Workplan, Including Schedule
Mar 31, 2023
2.1.1
Aerial Drone Image
Apr 4, 2023
2.2.2
AutoCAD 2022 Utility and Roadway Mapping
Apr 28, 2023
3.2.1
Draft Purpose & Goals Memo
Apr 7 2023
3.2.1
Final Purpose & Goals Memo
Apr 28, 2023
3.3.1
Draft Constraints and Opportunities Map
Apr 21, 2023
3.3.1
Final Constraints and Opportunities Map
May 18, 2023
4.1.1
Geotech Review and Summary Memo
May_12, 2023
S 320th St at 2111 Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 4
SCJ ALLIANCE
Task &
Subtask
4.1.2
Milestone Delivera
!:�p
Hazardous Materials Memo
ApproximatePhase, i
May 12, 2023
4.1.3
Roadway, Utility and Structural Design Parameters Memo
Jun 30 2023
4.1.4
Stormwater Design Requirements Memo
Jul 28, 2023
4.2 — 4.5
Conceptual Design Plans
Sep 29, 2023
5.1.3
Construction Requirements Memo
Sep 29, 2023
5.2.3
Temporary Improvements Memo
Sep 29, 2023
5.3.3
Off -Site Improvements Memo
Sep 29, 2023
6.1.1
Conceptual Estimate of Probable Cost
Nov 3, 2023
6.2.1
Alternative 2 Estimate of Probable Cost
Nov 17, 2023
7.2.1
Draft Feasibility Report
Dec 15, 2023
8.1.2
1 Design Optimization Recommendations Memo
Feb 2, 2024
9.1.1
1 Final Feasibility Report
Mar 29, 2024
SCOPE OF WORK
Table of Contents
The following Phases are included in this scope of work:
Phase1 Project Management .......................... ............................ ............................... •........................................... 6
Phase2 Basemapping & Utilities.............................................................................................................................7
Phase 3 Project Review, Constraints and Opportunities Map and Purpose and Goals..........................................8
Phase4 Conceptual Design .................. ..................................................................................................... :................ 9
Phase 5 Constructability Evaluation ................................... ........... ............................................ ............................ 13
Phase6 Cost Estimates............................................................................................................. ...... ............ 14
Phase7 Preliminary Feasibility Analysis ................................................. ......... ...................................................... 15
Phase 8 Design Optimization Recommendations.................................................................................................. 15
Phase9 Final Feasibility Report ......................................................................................................... .................. 16
Phase10 Public and Agency Involvement......................................................................:...................................... 16
General Assumptions
The following assumptions apply to this scope of work. Assumptions that apply primarily to individual phases of
work are included with the respective scopes for each phase.
1. From an infrastructure design perspective, the City of Federal (COF) is the only governing jurisdiction
affected (other than private properties that must meet COF design requirements).
S 320th St at 2111 Ave S Grade Separation —Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 5
SCJ ALLIANCE
This feasibility includes conceptual design. Design criteria will be identified and incorporated. However,
the design will only be to the 5%-10% design level as needed to assign conceptual -level costs and
identify key design and construction issues.
3. The City has indicated that a stormwater lift station (pump station) is not a feasible solution; therefore,
one will not be considered at the grade separation.
In providing opinions of cost and schedules for the project, the Contractor will have no control over cost
or price of labor and materials; unknown or latent conditions of existing equipment or structures that
might affect operation or maintenance costs; competitive bidding procedures and market conditions;
time or quality of performance by operating personnel or third parties; and other economic and
operational factors that might materially affect the ultimate project cost or schedule. Contractor,
therefore, will not warranty that the actual project costs, financial aspects, economic feasibility, or
schedules will not vary from Contractor's opinions, analyses, projections, or estimates.
Information Provided by the City of Federal Way
The City will provide the following:
1. All available stormwater as-builts, utility as-builts, roadway as-builts, hydraulic reports, geotechnical
reports, and other background information in the study area that are available in its archives.
Stormwater as-builts and hydraulic reports will be provided for all affected systems, which may be
considerable since a lift station will not be considered.
2. Available survey and basemapping for the study area.
3. Available GIS data for the study area.
4. Existing stormwater system data to include RIM and INV elevations, pipe and structure sizes and lengths.
5. As -built drawings for affected roadways, signals, drainage facilities, and affected developments.
6. Utility franchise agreements to determine City's share of costs.
7. Coordination and management of the traffic analysis contractor (s) under separate agreement(s).
8. Coordination with utility companies as needed.
Scope of Work
Phase 1 Project Management
Task 1 Lead the Project (SCJ)
1) Workplan. The Contractor will prepare a project workplan and schedules for execution of the project.
The schedule will include communication points and deliverables identified in this Scope of Work. The
Contractor will prepare up to two (2) schedule updates throughout the duration of the project.
2) Subcontractor Contracts. The Contractor will execute and manage subcontractor contracts.
3) Project Monitoring. The Contractor will monitor the project budget and progress of the deliverables
weekly and provide workplan updates to the team.
S 320th St at 21" Ave S Grade Separation — Feasibility Study: Scope of Work
City of Federal Way
March 12, 2023
Page 6
SCJ ALLIANCE
Task 2 Project Administration (SCJ)
1) Bi-weekly Status Reports. The Contractor will prepare bi-weekly project status updates via email for the
City's project manager and will prepare monthly progress reports and invoicing throughout the project
until completion of the project.
2) Action Item Tracking. Develop and maintain an action item tracking spreadsheet for significant tasks to
be performed by the Contractor Team and City.
3) Filing and Information Management. Maintain a filing system of key correspondence, design
documentation, design calculations and files, and deliverables.
Task 3 Project Meetings (All)
1) Project Kick-off Meeting. Planning for and attendance at one (1) project kick-off meeting for the City
and Contractor Team. Up to five (5) Contractor staff will participate, including the Project & Feasibility
Manager, Design Manager, Geotechnical Lead, Stormwater Lead, and Structural Lead. The meeting will
be in -person at the City of Federal Way and will last up to two (2) hours. Provide meeting agenda and
meeting summary.
2) Project Coordination Meetings. Prepare for and attend virtual, periodic check -in calls with the City's
project manager. These calls will be attended by up to four (4) Contractor staff, including the Project &
Feasibility Manager, Design Manager, Stormwater Lead, and Structural Lead. These calls will last up to
one (1) hour and up to eight (8) meetings are included throughout the project. Prepare agendas,
meeting summaries and action items.
Phase 1 Assumptions
• The project duration will be up to twelve (12) months.
® Subcontract agreements will be negotiated, executed, and administered between the Contractor and up
to five (5) sub -consultants.
Phase 1 Deliverables
• Workplan, including schedule in PDF
• Agendas, Meeting Summaries, and Action Items in Word and PDF
Attendance of up to five (5) Contractor staff at the Project Kick-off meeting
• Attendance of up to four (4) Contractor staff at up to seven (7) bi-monthly project coordination
meetings.
• Bi-weekly status reports in PDF
• Monthly Invoices and Progress Reports in PDF
• Action Item Tracking List in Google Sheets format available for access by City at all times
Phase 2 Basemapping & Utilities
No survey work will be performed for this project.
Task 1 GIS/CAD Utility Mapping (SCJ, OCI)
1) Prepare a CAD Basemap. AutoCAD basemapping for use in the conceptual design will be assembled
using the City's GIS and available surveys from the City. This basemapping will be assembled so that the
existing roadway, sidewalks, grading, existing stormwater systems within the right-of-way and outside
S 320th St at 2111 Ave S Grade Separation — Feasibility Study: Scope of Work
City of Federal Way
March 12, 2023
Page 7
SCJ ALLIANCE
the right-of-way, including "The Commons at Federal Way" parcels, and channelization are available in
AutoCAD. AutoCAD mapping will not be field verified for accuracy.
2) Utility Mapping. The Contractor will request existing utility as-builts from the individual utility
companies and will use the provided information to modify the City's GIS files in AutoCAD file of the
approximate utility mapping file for water, sewer, drainage, gas, communications, illumination, ITS, and
electrical utilities.
Phase 2 Assumptions
0 The aerial mapping will not be ortho-rectified.
0 Updates or revisions to the preliminary mapping is not included.
• This information is primarily needed at the proposed bridge location, with additional information
needed for the storm drainage system as we will need to chase tie-in grades to avoid construction of a
stormwater pump at "the Dip".
Phase 2 Deliverables
• Aerial photo image for use in AutoCAD 2022
0 Existing roadway and utility basemapping in AutoCAD 2022
Phase 3 Project Review, Constraints and Opportunities Map and Purpose and Goals
Task 1 Project Review (SCJ, OCI, TYLI, HWA)
1) Project Review. This task includes the research necessary to familiarize the Contractor with the current
condition of the site and review City provided and field provided information including as -built plans of
the affected infrastructure. The Contractor will review existing documentation that may be relevant to
understand the existing conditions and needs associated with the bridge and the corridor.
Task 2 Purpose & Goals Memo (SCJ, OCI, TYLI)
1) Purpose & Goals Memo. Using information collected in the Kick-off Meeting (Phase 1 Task 3.1) with the
City and a review of the project area, the Contractor will summarize the purpose and goals of "The Dip"
project. This will include, at a minimum, the project area definition, functional needs, and significant
assumptions and goals. These will be memorialized in a short memo that summarized the Purpose &
Need of the project. The Draft Purpose & Goals Memo will be reviewed by the City and potential
stakeholders and comments will be incorporated into a Final Purpose & Goals Memo to be referenced
throughout the conceptual design and feasibility analysis.
Task 3 Constraints & Opportunities Map (SCJ, OCI, TYLI)
1) Constraints & Opportunities Maps. Using information collected in the Kick-off Meeting (Phase 1) with
the City and a review of the project area, the Contractor will develop a Draft Constraints &
Opportunities map showing existing land use, potential future changes, areas of opportunity, project
limitations, and project solutions. The Draft Constraints & Opportunities Map will be reviewed by the
City and potential stakeholders and comments will be incorporated into a Final Constraints &
Opportunities Map to be referenced throughout the conceptual design and feasibility analysis.
Phase 3 Assumptions
• City staff will provide the background studies, documentation of project constraints and proposed land
use changes included in the City's pending 2044 Comprehensive Plan update.
S 320th St at 21" Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 8
�.�
SCJ ALLIANCE
Phase 3 Deliverables
• Draft Purpose & Goals Memo in PDF
■ Final Purpose & Goals Memo in PDF
• Draft Constraints & Opportunities Map in PDF
• Final Constraints & Opportunities Map in PDF
Phase 4 Conceptual Design
This phase includes work to establish design parameters for the project and to prepare a conceptual design. One
alternative will be designed with alternative cross -sections for S 320th Street and 21" Ave S (up to one (1)
alternative section for each). The full design will be prepared for one set of typical sections to be selected by the
City, while a second set of typical sections will be compared in Phase 7 using a differential cost method.
Task 1 Identify Design Parameters (SCJ, HWA, TYLI, OCI)
1) Geotechnical Review and Summary Memo. This task includes research and review of available existing
subsurface information to familiarize the Contractor with the documented soil and ground water
conditions around the site. Based on this information, the Contractor will prepare a Geotechnical Memo
that summarizing the most likely characterization of the soils and ground water elevations observed in
existing data to be used in the conceptual design of structural walls and bridges, and discussing related
issues to be considered and mitigated with the proposed lowering of S 320th St. No field explorations will
be performed as part of this task. (HWA)
2) Hazardous Materials Review. This task includes a brief desktop survey based on readily accessible
environmental records for the project area and adjacent properties to -determine prior uses of
properties that will include significant excavation to determine the potential to encounter contaminated
materials. No material testing is included. If the desktop survey indicates properties that are typically
indicative of the potential for contamination (including gas stations, laundry mats, etc.) then the
excavation near that parcel will be assumed to include contaminated materials. A summary of the
findings will be included with the geotechnical summary memorandum. Desk review to be limited to
readily available, publicly assessable databases such as Environmental Protection Agency (EPA) listed,
and Washington State Department of Ecology (Ecology) listed sites. This information will be included in
the technical memorandum prepared for Phase 4 Task 1.1. (HWA)
3) Roadway, Utility, and Structural Design Parameters Memo. The Contractor will prepare a table that
summarizes key roadway, utility and structural design assumptions and parameters to be used in the
Conceptual Design. (SCJ, TYLI)
4) Stormwater Design Requirements Memo. The Contractor will prepare a brief memo that summarizes
the minimum requirements for stormwater and assumptions that are to be incorporated into the
conceptual design for one roadway alternative. The Contractor will review the conceptual design and
determine which of the minimum requirements are likely to be triggered based on the conceptual
layout. It is assumed that the conceptual layout will not exceed the minimum requirements to trigger
runoff treatment (>5000 SF) and/or flow control minimum requirements (>10,000 SF) because the new
roadway/proposed bridge will be constructed over existing impervious roadway elements so the new
impervious surface will be minimal. The Contractor will discuss receiving water body and a high-level
estimate of likely new impervious and PGIS area approximations based on typical roadway sections and
layout for proposed improvements in the memorandum. The conceptual stormwater conveyance layout
S 320th St at 21" Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 9
SCJ ALLIANCE
will be provided on the drainage exhibits in Phase 4 Task 4. Up to five (S) meetings throughout the
project duration with the internal design team are included in this task for the stormwater design lead.
(OCI)
Task t Conceptuai rcoaaway uesign (SCJ)
1) Roadway Typical Sections. Up to three (3) typical sections will be prepared for both S 3201h St and 215t
Ave S. The City will select one set of "proposed conceptual sections" to be used in the remainder of this
Phase for Conceptual Design. One additional set of typical sections (one for S 3201h and one for 215Y Ave
S) will be used for an alternative cost estimate per Error! Reference source not found..
2) Horizontal Alignment and Channelization Layout. One (1) set of horizontal alignments will be designed
for S 320th Street and 215t Ave S. These alignments will be centered along the existing roadways to
facilitate Channelization layout. The channelization layout will be based on the proposed set of
conceptual sections to provide the level of detail to attain a planning level cost estimate. Additional
channelization layouts will not be prepared.
3) Vertical Alignments. One (1) set of vertical alignment will be designed for S 320th St and 215t Ave S. The
goal of the vertical alignments will be to minimize the depth of excavation along S 320th St to minimize
the storm water impacts since no pump will be used. The same vertical alignment will be used for all
cost estimate.
Task 3 Conceptual Bridge and Wall Design (TYLI)
1) Wall Design. The Contractor will work with the City to determine the most likely type of walls required
for the project. The location will be based on the horizontal and vertical alignments and wall feasibility.
It is anticipated that the primary goal of the wall design will be to minimize construction impacts and
expedite the construction schedule.
2) Bridge Design. The Contractor will work with the City to determine the types of structures feasible and
select one conceptual type for the conceptual design. It is anticipated that the primary goal of the bridge
design concept will be to minimize construction impacts and expedite the construction schedule.
Task 4 Conceptual Stormwater Design (OCI)
1) Conceptual Stormwater Conveyance Design.
The Contractor will design a conceptual stormwater system that does not leverage a stormwater pump
at "the Dip". In order to do this, the stormwater will need to head downstream with lower, replacement
structures and pipes until the conceptual system "catches up" to the existing stormwater system grades.
This will likely take a substantial length of stormwater replacement to accomplish. Potential for installing
parallel pipe systems to catch grade earlier will be evaluated. The proposed conceptual conveyance
design will include planning -level drainage exhibits which will show conceptual level design to potential
locations for drainage structure tie ins to existing storm systems.
Two (2) coordination meetings are assumed with the City to discuss stormwater approach throughout
the duration of the project. Up to ten (10) monthly coordination meetings with the internal design team
is included for the stormwater lead to coordinate design elements.
S 320th St at 21" Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 10
.4w�
SCJ ALLIANCE
Task 5 Conceptual Utility Design (SCJ)
1) Relocations for Construction of the Roadway, Walls, and Structures. The Contractor will review the
conceptual design of the roadway, walls, structures, and stormwater system and will determine which of
the existing utilities will require relocation to construct the proposed conceptual design. Conceptual
layouts of the relocated facilities will be developed to a level necessary to prepare a planning -level cost
estimate.
Phase 4 Assumptions
• Design Parameters in Task 1 will be approved prior to proceeding with other tasks. No changes will be
made to the design parameters after approval.
■ Stormwater evaluations will be performed to meet the City of Federal Way's stormwater code.
• Prepare one (1) stormwater memorandum which covers the project improvements as stated above.
Comments on the memos and drainage plans prepared in this Phase will be incorporated into the Draft
Feasibility Report prepared in Phase 7.Assume stormwater evaluation is provided for one single feasible
roadway solution. Only one (1) iteration of conveyance design will be provided once the roadway
alternative is finalized.
• A stormwater lift/pump station is not an option to be considered. Therefore, the approach will be to
replace existing conveyance systems and running a parallel conveyance system where feasible and tying
into existing stormwater systems where it meets grade.
• No utility company coordination is included in this design, although it would be necessary if the design
advances.
• Comments on the memos prepared in this Phase will be incorporated into the Draft Feasibility Report
prepared in Phase 7.
• The City will provide RIMs and inverts for all existing stormwater systems. If this information is not
available on as-builts or GIS, an approximate location for catching up to existing stormwater systems will
be proposed based on best available information during this study. This can significantly have extensive
stormwater cost implications in Phase 6 if the stormwater systems will need to be caught up beyond the
inlet of the existing detention pond on the southeast side of "The Commons at Federal Way", hereby
called the "The Commons", behind the Target store.
• If sufficient as -built information is not available for the stormwater conveyance systems within the
project limits or "The Commons", the Contractor will assume approximate RIM elevations from google
earth, and assume inverts for stormwater systems are 4 feet below ground elevation to proceed with
the analysis.
• If stormwater systems will need to tie in beyond the inlet of the existing detention pond behind "The
Commons", the design will be deemed fatally flawed for the feasibility evaluation.
• Stormwater systems that run through "The Commons" will need to be replaced with proposed systems
to catch grade. Parallel conveyance systems will be evaluated. Assume easements are available with the
City of Federal Way and this is a feasible solution.
• Separating public stormwater systems from private stormwater systems is not in this scope of work.
• No stormwater BMPs will be required for this project to meet minimum requirements for flow control or
runoff treatment BMPs.
• If existing stormwater BMPs are impacted due to the proposed stormwater solution, no additional
modeling analysis to size the BMP will be provided. A high-level in -kind replacement of existing BMP to
evaluate cost impacts will be captured in Phase 6.
S 320th St at 21" Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 11
SCJ ALLIANCE
• No drainage plans, profiles or details will be provided. Cost estimating is included in Phase 6.
• Stormwater conveyance design and modeling is assumed to not be required for capacity analysis. A
conceptual layout to show feasibility of stormwater conveyance tie ins to existing systems will be
evaluated and shown on the drainage roll plot exhibits in plan view.
• No TDA delineations will be provided at this conceptual level of design. No exhibits will be shown for
TDA delineations, existing and developed condition area approximations. Area approximation results
will be discussed in the stormwater memorandum to describe stormwater minimum requirements.
Impervious and PGIS area summaries will be adjusted only once the draft submittal of the Stormwater
Memorandum to be consistent with roadway, grading, and stormwater designs current at the time of
submittal.
• Endangered Species Act (ESA) consultation is assumed to not be triggered for stormwater requirements
since the project does not discharge to a fish bearing stream and is not included in this scope of work.
Only minimum requirement triggers for new impervious for flow control requirements and new PGIS for
runoff treatment requirements is assumed to be evaluated to meet the City's stormwater code
requirements.
• One (1) round of design exhibits are assumed for this phase of design. One (1) round of comments are
expected from the City and a final set of Stormwater exhibits addressing those comments will be done in
Phase 7.
• No separate comment resolution meeting is included. City comments will be discussed at one of the
Monthly Design Coordination Meetings included in Phase 1 Task 3.
• Permitting and permit support is not included in this scope of work.
• There are no wetlands within the project limits.
• Additional stormwater retrofit requirements are assumed to not be applicable for this project and are
not included in this scope of work.
• All meetings in this Phase will be virtual.
• No additional effort is assumed in Phase 6 and Phase 8 for stormwater design. The conveyance roll plot
exhibit will be provided for the Phase 6 work to estimate quantities and cost for conceptual stormwater
design.
Phase 4 Deliverables
• Geotechnical Review and Summary Memo in PDF
• Roadway, Utility and Structures Design Parameters Memo in PDF
• Stormwater Design Requirements Memo in PDF
• Conceptual Design Plans in PDF
o Typical Section (1 sheet)
o Roadway Layout Showing Channelization, Walls, Structures, Cut -Fill Lines (2 sheets)
o Alignment Profiles (2 sheets)
o Wall Profiles (2 sheets)
o Bridge Sections (1 sheet)
o Utility Plans (# sheets unknown)
o Stormwater Conveyance concept exhibit plan (1 roll plot)
S 320th St at 2111 Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 12
SCJ ALLIANCE
Phase 5 Constructability Evaluation
Task 1 Construction Requirements (SCJ, TYLI, OTT)
1) Construction Staging and Phasing. The Contractor will determine the likely staging and phasing based
on the conceptual design elements. These will be preliminary concepts used to determine the
construction schedule. No plans will be prepared for this work. (SCJ, TYLI, OTT)
2) Construction Schedule. The Contractor will determine the construction schedule based on the
preliminary concepts. This will be a rough planning level schedule used to determine the months of work
required to complete the project. The schedule will be summarized in the memo described in Task 3.
This will include some discussion of the temporary improvements needed from Task 2. (OTT)
3) Construction Requirements Memo. The Contractor will prepare a construction requirements memo
that summarizes the work in Tasks 1 and 2. This memo will also include information on allowable
detours and closures. (SCJ)
Task 2 Temporary On -Site Improvements Design (SCJ, TYLI, OTT)
1) Temporary On -Site Improvements Identification. Collaborate in discussions with the City and DKS to
analyze the impacts of the construction, specifically the impacts of the staging and phasing needed for
construction of the walls and bridge. Based on this discussion and additional traffic analysis to be
performed by DKS, identify any temporary onsite improvements that may be needed during
construction to manage existing and diverted traffic. This will include construction and non -construction
(i.e. signal timing changes) improvements that will be needed to construct the proposed project. Simple
figures will be prepared showing the improvements on aerial photos; no plans will be developed for this
work. (SCJ)
2) Cost Estimate for Temporary Improvements. Prepare planning -level cost estimates of temporary
improvements from Subtask 1. (SCJ, TYLI, OTT)
3) Temporary Improvements Memo. Describe the timing, length and scope of temporary improvements
identified in Subtask 1 and their costs from Subtask 2. (SCJ)
Task 3 Off -Site Improvements Design (SCJ, TYLI, OTT)
1) Off -Site Improvements Identification. Collaborate in discussions with the City and DKS to analyze the
impacts of the construction, specifically the impacts of the staging and phasing needed for construction
of the walls and bridge. Based on this discussion and additional traffic analysis to be performed by DKS,
identify any offsite improvements that may be needed during construction to manage existing and
diverted traffic. This will include construction and non -construction (i.e. signal timing changes)
improvements that will be needed to construct the proposed project. Simple figures will be prepared
showing the improvements on aerial photos; no plans will be developed for this work. (SCJ)
2) Cost Estimate for Off -Site Improvements. Prepare planning -level cost estimates of off -site
improvements from Subtask 1. (SCJ, TYLI, OTT)
3) Off -Site Improvements Memo. Describe the timing, length and scope of off -site improvements
identified in Subtask 1 and their costs from Subtask 2. (SCJ)
S 320th St at 21" Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 13
SCJ ALLIANCE
Phase 5 Assumptions
• Comments on the memos prepared in this Phase will be incorporated into the Draft Feasibility Report
prepared in Phase 7.
• High level planning costs for stormwater and other items will be provided based largely on percentages
of the overall costs for the project rather than specific design of the improvements.
• No design documentation will be provided in this phase.
• Temporary and off -site improvements will not include wall or bridge designs. Minor walls will be
estimated based on approximate surface area of the wall, if needed.
• No additional geotechnical work will be done for off -site improvements.
Phase 5 Deliverables
• Temporary Improvements Memo in PDF
• Off -Site Improvements Memo in PDF
Phase 6 Cost Estimates
Task 1 Conceptual Estimate of Probable Cost (SCJ, RESGNW, OTT)
1) Conceptual Estimate of Probable Cost. Prepare a planning -level cost estimate based on the conceptual
design, temporary improvements, and off -site improvements that includes right of way, construction,
engineering, and administration costs. The estimate will use stable unit costs from 2019 (pre-COVID) for
construction and 2022 for right of way and then will escalate each based on cost indices to a year of
opening selected by the City. Right of way costs will be escalated separately from construction costs in a
format that the City can modify in the future as the year of opening and cost indices change.
Construction costs will be estimated for the conceptual design alternative from Phase 4 including only
one set of conceptual roadway sections for S 3201h St and 215L Ave S.
Task 2 Alternative 2 Estimate of Probable Cost (SCJ)
1) Alternative 2 Estimate of Probable Cost. Up to one (1) alternative cost estimate will be prepared based
on an alternative set of typical sections for S 3201h St and 215T Ave S. This will be prepared by estimating
the differential costs — or the relative cost differences attributable to these typical sections as compared
to the primary conceptual design. Separate design layouts and quantities will not be calculated.
Phase 6 Assumptions
• Cost estimates will be planning level and will include ranges of costs.
• Typical industry contingencies will be included for elements not yet designed. A contingency will be
included for the overall construction unknowns based on the level of engineering. A final management
reserve contingency will be included for potential changes in construction. These will be established by
the Contractor Design Team.
• Construction costs will be escalated based on cost indices and industry trends.
• Right of way costs will be escalated based on cost indices and a discussion with the City.
• Comments on the cost estimate prepared in this Phase will be incorporated into the Draft Feasibility
Report prepared in Phase 7.
Phase 6 Deliverables
• Probable Cost Estimate in Excel and PDF
S 320th St at 2111 Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 14
SCJ ALLIANCE
• Alternative 2 Probable Cost Estimate in Excel and PDF
Phase 7 Preliminary Feasibility Report
Task 1 Access Feasibility (SCJ, TYLI)
1) Access Feasibility of Conceptual Design. Discuss the overall feasibility of construction, right of way
acquisition, design approval, stakeholder support (based on input from the City), and funding acquisition
(based on discussions with the City) of the conceptual design.
2) Analysis of Alternative 2. Discuss the overall feasibility of construction, right of way acquisition,
environmental permitting, design approval, stakeholder support (based on input from the City), and
funding acquisition (based on discussions with the City) of Alternative 2.
Task 2 Draft Feasibility Report (SCJ, OCI)
1) Draft Feasibility Report. Prepare a draft feasibility analysis that includes the following task list. Note that
comments on the prior versions of these memos will be incorporated herein.
e Description of the Project Purpose & Goals (Phase 3, Task 2)
Description of the Site Opportunities and Constraints (Phase 3, Task 3)
• Description of the Conceptual Design (Phase 4)
® Description of the Construction Staging, Phasing, Duration (Phase 5)
• Description of Temporary and Permanent Improvements Needed for Construction (Phase 5)
• Discussion of the Probable Project Costs (Phase 6)
• Discussion of the Feasibility (Phase 7, Tasks 1 and 2)
Phase 7 Assumptions
• The report will be primarily based on prior work as noted above.
■ This is a discussion of the feasibility of completing the constructing of the conceptual design or
Alternative 2; this is not an alternatives analysis or comparison.
• The City review of the Draft Feasibility Analysis Report will take no more than three (3) weeks.
Phase 7 Deliverables
• Draft Feasibility Report in PDF
Phase 8 Design Optimization Recommendations
Task 1 Oesign Optimization and Cost Savings Proposals
1) Design Optimization and Recommended Cost Savings Proposals. The Contractor will explore revisions
to the conceptual design and/or Alternative 2 that would result in improving the project feasibility. No
new design work will be performed rather a description of the changes and impacts will be prepared.
Minor figures that modify existing work may be included. A planning -level cost savings will be assigned
to each design optimization. (SCJ, TYLI)
2) Design Optimization and Recommended Cost Savings Memo. Summarize the work in Subtask 1 in a
brief memo. (SCJ)
Phase 8 Assumptions
• This phase will not consider a tunnel.
• New design plans will not be prepared.
S 320th St at 2111 Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 15
SCJ ALLIANCE
Phase 8 Deliverables
• Design Optimization and Recommended Cost Savings Memo in PDF
Phase 9 Final Feasibility Report (SCJ)
Task 1 Final Feasibility Report
1) Update the Draft Feasibility Report prepared in Phase 7 to incorporate city comments and additional
work completed in Phase 8.
Phase 9 Assumptions
• No new assumptions.
Phase 9 Deliverables
• Final Feasibility Report in PDF
Phase 10 Public ana Agency Involvement (SCJ)
Task 1 Public and/or Agency Involvement
1) On -Call Public and/or Agency Involvement. This Phase will be used to assist the City with public and
agency outreach as desired throughout the project. As the scope is undefined, a budget of up to twenty-
four (24) hours has been established and can be used for the following tasks or others as defined by the
City:
• Preparation of Display Materials
• Preparation of Design Renderings
Technical Representation at Meetings or Events
Phase 10 Assumptions
• The budget for this task is limited to forty (40) hours.
Phase 10 Deliverables
• Not defined
END of SCOPE OF WORK
FedWay_320-21_Grade_Sep_FS SCOPE 2023-0312.docx
S 320th St at 2111 Ave S Grade Separation — Feasibility Study: Scope of Work March 12, 2023
City of Federal Way Page 16
CITY OF
�� Federal Way
EXHIBIT B
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cityoffederalway com
COMPENSATION
1. Total Compensation: In return for the Services, the City shall pay the Contractor an amount not to
exceed Two Hundred Thirty -Five Thousand, Six -Hundred Fifty -Three and 00/100 Dollars ($235,653.00), as
further detailed below:
' Contractor Billing Rate Schedule
M
5C.1 At I IANCF
SGI Alliance
Ciient: City of Feder-31 Way
Prtgect: 320th @ 21st Grade Sep. Feasibility Studl
Job 0- 22-MO653
Tvnplate Wrt lon: 9IN2022
Fire Name: FedWay_320-21 GrMe 5ep_F5_SCJ_FEE 202"372_><Isttt
caartrace Type: ailllna Gate Sdredule
Consultant Fee Determination
DIRECT SALARY COST
Classificatlan
Flotffs
Fully Burdened Rate
Amount
Principal
8L0
$313.00
$25,666
E4 Engineer
80.0
$165.00
$13,200
E4 Engineer
314.0
$165.00
$51.810
El Engineer
8-0
$116.00
$928
T4 Technician
4-0
$146.00
SS"
Graphic Designer
17.0
$125.00
$2,1Z5
Project Accountant
19.0
5128.00
$2,3134
TOTAL SALARY COST
foul Salary Cost $96,617
SUBCONSULTANTS
HWA GeoSciences
Multiple Phases
Multiple Phases
$
12,149
Osborn Consulting In[
Multiple Phases
Multiple Phases
$
41,493
Ott -Sakai & Associates
Multiple Phases
"Iple Phases
$
33,469
RES Group NW
Multiple Phases
Multiple Phases
$
7,412
TY Lin
Multiple Phases
Multiple Phases
$
44,105
Subconsultant Fee Subtotal,
$0
S
138,677
REIMBURSABLE EXPENSES
Copies, Printing, etc
0.1% of the Total Salary Costs
$97
Mileage
500 miles at $0.6Z5
per mile
S313
Expenses Subtotal: $409
SUBTOTAL (SALA,RY, SUBCONSUL TANTS AND EXPENSES)
Subtotal (Salary, SubconstAUms. and E&S cnsesl $235,653
Total Estimated Budget: $235,653
PROFESSIONAL SERVICES AGREEMENT - 18 - Rev. 7/2021
EXHIBIT B-1
Contractor Billing Rate Schedule
SCJ Alliance
Client: City of Federal Way
Project: 320th @ 21st Grade Sep. Feasibility Studi
Job #: 22-000653
File Name: FedWay_320.21_Grade_Sep_FS_SU_FEE_2023-0312.xism
Consultant Fee Determination
DIRECT SALARY COST
Classification
Hours
Fully 0urdened Rate
Principal
82.0
$313.00
E4 Engineer
80.0
$165.00
E4 Engineer
314.0
$165.00
El Engineer
8.0
$116.00
T4 Technician
4.0
$146.00
Graphic Designer
17.0
$125.00
Project Accountant
18.0
$128.00
TOTAL SALARY COST
SUBCONSULTANTS
Template Version: 9/9/2022
Contract Type: Billing Rate Schedule
Amount
$25,666
$13,200
$51,910
$928
$594
$2,125
$2,304
Total Salary Cost $96,617
HWA GeoSciences
Multiple Phases
Multiple Phases
$
12,149
Osborn Consulting Inc
Multiple Phases
Multiple Phases
$
41,493
Ott -Sakai & Associates
Multiple Phases
Multiple Phases
$
33,469
RES Group NW
Multiple Phases
Multiple Phases
$
7,412
TY Lin
Multiple Phases
Multiple Phases
$
44,105
Subconsultant Fee Subtotal:
$0
$
138,627
REIMBURSABLE EXPENSES
Copies, Printing, etc. 0.1% of the Total Salary Costs $97
Mileage 500 miles at $0,625 per mile $313
Expenses Subtotal: $409
SUBTOTAL (SALARY, SUBCONSULTANTS AND EXPENSES)
Subtotal (Salary, Subconsultants and Expenses) $235,653
Total Estimated Budget: $235,653
3/12/2023 Page 1
Contractor Billing Rate Schedule
SO Alliance
client: City of Federal Way
Proiecu 320th @ 21st Grade Sep. Feasibility Study
lob F: 22-000653
File Name: F,dWay_320.21 G,,de_Sep_FS SCI_FEE_2023.G3ll,4r,
Template V nd- 9/9/2=
contras TYPe: Billint lkle SNeduk
SCJ ALLIANCE
Lisa Reld
Giuliano
Joyce
Nristal Koval
Oanyal All
Amnta
Chakrabo.
Hillary Kirby
Kim Brown
Ph"
h Na
TmkPHASE01
Wtme & Tmk Tftle
Principal
E4 Digh w
E4191drra�r
E1 E3 dllw
Technician T
Tad Dina
La a
Told Cost
PROJECT MANAGEMENT
Task 01
lead the Project
-
Workplan
120
12-0
$ 1,980
2
Subcon5ultant Contracts
6.0
6.0
12.0
$ 1,758
I
1 Project Monitoring
120
12.0
1,980
Subtotal Hours:
300
6,0
36.0
S 5,711
Task 02
Project Administration
1
Si -Weekly Status Reports
12-0
120
2&0
S 3,516
2
Aptron Item Tracking
&o
1
60
S 990
3
IFiling.arle Information Management
6.0
6.0
$ 990
Subtotal hr t -J
120
1 12.0
120
36.0
5 5,496
Task 03
Project Meetings
1
• Project Kick off Meeting
4-0
4.0
4.0
12.0
5 2.572
'Project Coordination Meetings(8)
B4O
8.0
80
24.0
S 5,144
Subtotal lfoww
12.0
120
120
36.0
J 7,716
Tool Phpse Hearst
12.0
54.0
24.0
(
180
108.0
S 100
Total Phase Dimt l-mb-
$3,756
58,910
•i $3,960
$2,304
$18,930
$ 18,930
PHASE 02
BASEIMAPPING At UTILITIES
Task 01
Drone Mapping
J
0--Mapping
.$
Subtotal Hour
3
Task 02
GIS/CAD Utility Mapping
1
2
Pfeparp CAD easemap
.IHSRty Mapping
Subtotal Hours:
24.0
` 24.0
4.0
4.0
l
4.0
24-0
28.0
$ 584
$ 3,960
$ 4,544
Total Phase l{vurs--
44A
4.6
280
$ 711
Total Phase U-1. -at-
$3,960
$584
$4,544
4,544
PHASE03
PROJECT REVIEW, CONSTRAINTS AND OPPTY MAP AND PURPOSE m GOALS
Task 01
Project Review
1
Project Review
40
40
40
12.0
S 2,572
Subtotal -0 r.r:
40
40
' 4.0
120
$ 2,572
Task 02
Purpose & Goals Memo
1
Draft Purpose & Goals Memo
AO
20
I
6-0
$ 1,582
2
Final Purpose &Goals Memo
2.0
2.0
$ 349
SuhtotalllClWs
0.0
4.0
8.0
S 1,912
Task 03
Constraints & Opportunities Map
3
2
Draft Constraints& Opportunities Map
•
f;nsl Constraints & Opportunities Map
( 120
2-0
40
200
$ 3,732
PEF
I
10
_
5-0
Subtotal l�our�0
140
50
250
$ 4,813
Total Phase Houn:
14 0
4.0
220
5.0
f 450
$ 46
Total Phase Direct lbw:
$4,382
1 $660
$3,630
$625
$9,297
$ 9,297
PHASE.
CONCEPTUAL DESIGN
Task 01
Identify Design Parameters
1
Geotechnical Review and Summary Memo
I Ii:a ttaus Materials Review
$
3
R• 2dway, Utility and Structural Design Parameters Memo
1mrm*4w Ulk gn Requirements Memo
2.0
&0
104
24.0
$ 4,7 y6
$
Subtotal H*w":l
2.0
6.0
1&0
2ko
$ 4,256
IMMUMI
Contractor Billing Rate Schedule
SO Alliance
client: City of Federal Way
Project: 32Gth @ 21st Grade Sep. Feasibility Study
Job N: 22-000653
File Name: Fed-y31 21_Grade Sep_FS_3CI_FEE_2013-0312 s1sm
Template Version: gig/2-
-1- TV,: Billing Rele schsdule
S C J nLUAr10E
Lisa Reid
Joyace Giulino
IKHstal No2al
Danyal All
Amrftakrabony
Cha
ttlllary%irby
Nlm Brawn
Taskpomes PAme9
No.
Principal
E4 Enghlew
ee Enp-r
Ei Endn-
T Taddd.n
kDicilip-
J
ramr arne'
Labor Hours&
CONT
Told Cast
Task 02 Conceptual Roadway Design
3 i Roadway Typical Sections (3 sets)
4.0 &0
12,0
$ 1,588
2 Horizontal and ChanneWation Layout
4.0 16.0
20.0
3,300
3 Vertical Alignments
4.0 &0
I
12.0
1,980
Subtotal Hours-
8.0 28.0
8.0
44.0
S 6,868
Task 03 Conceptual Bildge and Wall Design
I j Wall Design
2 Bridge Design
Subtotal Houx
I
S
Task 04 Conceptual Stormwater Design
I (Conceptual Stormwater Design
Subtotal Hours:
S
S
Task 05 Conceptual Utility Design
1 Relocations for Construction of Roadway, Walls, and Structures 2. &0
10.0
$ 1,946
Subtotal Mcli s: 2.0 80
10.0
$ 1,946
Total Muse Hours;
4:0 f4-0 52-0 so
78.0
S 78
Total Phase Direct
$1,252 $2,310 $8,580 $928
$13,070
$ 13,070
PHASE 05 OONSTRUCTABRTTY EVALUATION
Task 01 Construction Requirements
1 Construction Staging and Phasing
2 iCanitruvian Schedule
3 iConstruction Requirements Memo
2.0
2.0
4.0
4.0
2,0
2-0
0.0
3 626
'$ 626
$ 1,912
Subtotal Ha �
80
4 0
12.0
j 3,164
Task 02 Temporary On -site Improvements Design
1 Temporary On -Site Improvements Identification
4.0
4.0
660
2 Cost Estimate for Temporary Improvements
i
3. • fdrniagary Improvements Memo
Subtotal Hours:
20
La
4.0
8.0
6.0
10.0
S 1,286
S 1,946
Task 03 Off -Site Improvements Design
I OH -Site Improvements Identification
12.0
12.0
$ 1,980
2 (Cost Estimate for Off -Site Improvements
.$
i ,tiff -Site Improvements Memo
2.0
4,0
6.0
S 1,296
Subtotal Hours:
2,0
16-0
1
180
$ 3,266
Total Phase Hours:
12.11 2&0
400
S 40
Total Phase Direct Labor.
1 $3,756 1 $4,620
$8,376
$ 8,376
PHASE 06 COST ESTIMATES
Task 01 Conceptual Estimate of Probable Cost
1 'Conceptual Estimate of Probable Cost
2-0
16.0
18.0
S 3,266
Subtotal Hocl
2.0
160
180
3 3,266
Task 02 Alternative 2 Estimate of Probable Cost
I AKNn 3tive 2 Estimate of Probable Cost
Subtotal Aa lR-•
8.0
9-0
8,0 36 a
[to 36 0
52.0
510
$ 9,764
S 9,764
Total Phase HoUW1
10.0 1 8.0
520
70.0
$ TO
Total Phase Di red
$3,130 $1,320
$8,580
$13,030
'S' 13,030
PHASE07 PREUMINARYFEASIBILITYREPORT
Task 01 Acrxss Feasibility -
- I Access Feasibility of Concpetual Design
Analysis of Alternative 2
4,0
40
24.0
24.0
28.0
28 0
S 5,212
S 5,212
Subtotal Heu[c
&0
480
56.0
S 10;a24
3�11 3/12/2023
Contractor Billing Rate Schedule
SCi Alliance
cnerc City or Federal Way
Prajen: 320th @ 21st Grade Sep. Feasibility Study
Job 0: 22-000653
File Name: Fe Way_320,21_Grade_9ep_F5_SC1_FEE_2023.031 tsn
Template Venlon: 9/9/2022
Canty Type: Billing Bete Schedule
SCJ ALLIANCE
Lisa Reld
Gjuliana
Joyce
Kristal Kozel
Danyal All
Amrlla Hillary Kirby
Chak.bprty'
Klm Brown
_
T�hNa Pltase3Twk77tk
PdlMpsl
E+sndneer
re
E4Epgr
Elm
TI
Tedsddsn
& `
DnW-
P+ela
Accou bit s
rarer tlrren
b6WHarrs9
Col!
TaEolCast
Task 02 Draft Feasibility Report
1 '(Draft Feasibility Report
2.0 120 140
2,606
Subtotal HavTa-
2.0 12.0 140
2,606
Tom PhA:e Hours
Tao 600
700
5 70
Total Phase Direct Lobar
$3,130 $9,900
$13,030
5 13,030
PHASE 08 DESIGN OPIIMIIATION RECOMMENDATIONS
Task 01 Design Optimization and Cost Savings Proposals
1 -Design Optimization and Cost Savings Proposals
8-0
16.0
24.0
5 5,144
2 :Design Optimization and Recommended Cost Savings Memo
2.0
8.0
10.0
'j 1,946
Subtotal Hours:j
10.0
24.0
34_0
$ 7,D90
Total phase Hou,s:j
100
2A.0
34.0
5 34
Total Phase Dr- Labor:
$3,130
$3,960
$7,090
5 7,090
PHASE 09 FINAL FEASIBILRY REPORT
Task 01 Final Feasibility Report
1 Final Feasibility Report
60
4
20-0
260
- 1.178
Subtotal Hours:
6.0
20.0
1
1 260
S 5,170
Total Phase Hours:
6.0
20.0
26.0
5 26
Total Phase DireR LaLar.
$1,878
$3,300
$5,178
S 5,178
PHASE10 PUBLIC AND AGENCY INVOLVEMENr
Task 01 Public and/or Agency Involvement
7 On -Call Public and/or Agency Involvement
40 &0
11.0
240
$ 4,072
Subtotal Hours:1
40 8,0
12.0
24 0
5 4,072
Toni Mom Nava;
I 4p 1.0
120
24 0
S 24
Total Phase Direct Labor:
$1,252 $1,320
r $1,500
$4,072
5 4,072
Total Hours All Pr raseg
82.0
80A 314 0 80 4 0 170 1 180
523,0
S 523
Total Direct Labor Estimate All phases
$25,666
$13,200 $51,810 $928 $594 $2,125 $2,304
$96,617
5 96,617
Indirect Costs
Subconsultants:
Subr moniflaot Trutol:
Reimbursable Ewvcnsm
EiiprrnsesTetal:
Tout IncFTm t Costs:
fatal;
H W A GeoSciences
Osborn Consulting Inc
Ott -Sakai & Associates
RES Group NW
Ty Lie
5 12,149
$ 41,493
$ 33,469
$ 7,412
S 44,105
13:67]
Copies, Printing, etc,
Mi
S 97
S 33E
409
$ 1391M
$ 235,653
440 3/12/2023
Subcontractor labor Hour Estimate
HWA GeoSclences Inc.
cli.- City of Federal Way
Prni.rc 320th @ 21st Grade Sep. Feasibility Study
Billing Rates: $ 303.77 $ 199.67 $ 317.42 $ 170.66 $ 110.93 $ 153.59
Glllle
Sirjani
Sugar
Kapise
Fry
Babko
phase
Task No.
PhaseaTaskTitle
Geateehnlcel
tutgYrrearVlll
Engh iiitrV
EryhrerV
Pdndpallx
saokisil l
CAD
Contracts
AdminFrrrator
Tata7 Direct
Labor Hours&
Coat
Total Cost
PHASE 01
PROJECT MANAGEMENT
Task 01
Lead the Project
I
2
Workplan
Subconsultant Contracts
0.0
0.0
i
S -
3
Project Monitoring
0.0
$ -
SubtotalHours:.
0.0
0.0
0-0
0.0
0.0
0.0
0.0
s -
Task 02
Project Administration
1
BI•Weetdy Status Reports
0.0
S
]
Action Item Tracking
00
S
l
Filing and Information Management
0.0
S -
Subtotal Hours::
0.0
00
00
0.0
0.0
0.0
0.0
5
Task 03
Project Meetings
1
Project Kick-off Meeting
0.0
$ -
7
Monthly Project Coordination Meetings
1
00
S -
Subtotalrrotim
00
00
0.0
0.0
0.0
0.0
0-0
S -
Total Phase Hours=:
0-0
0-0
0-0
0.0
UA
Do
00
5
Total Phase Direct Laber:.
50
$0
$0
$0
$0
$0
$0
$ -
PHASE 02
BASEMAPPING & UTIUTIES
Task 01
Drone Mapping
t
Drone Mapping
00
S
Subtotal Haars:
00
00
0.0
0.0
0.0
0.0
00
S -
Task 02
GIS/CAD Utility Mapping
1
2
Prepare CAD Basemap
Utday Mapping
j�
I
0-0
00
S -
$ -
Subtotaltlaurs:
0-0
0.0
0.0
0.0
0.0
0.0
00
$ -
Total Phase Hours:,
0.0
&0
0.0
0.0
0.0 �
00
00
$
Total Phase Direct Utm:,
$0
$0
$0
$0
$0
$0
$0
-
PHASE 03
PROJECT REVIEW, CONSTRAINTS AND OPPTY MAP AND PURPOSE & GOALS
Task 01
Project Review
-
Project Review'
0-0
5
Subtotal Huum
00
00
00
00
0.0
00
00
S
Task 02
Purpose & Goals Memo
I
2
Draft Purpose & Goals Memo
Final Purpose & Goals Memo
00
00
5
5
Subtotal Hours:
0.0
00
0.0
0.0
0.0
0-0
0.0
$ -
Task 03
Constraints & Opportunities Map
1
Draft Constraints & Opportunities Map
00
$ -
2
Final Constraints &Opportunities Map
I
0.0
$ -
Subtotaltimm:
0.0
0.0
0.0
0.0
00
00
0.0
S -
Total Phase Huurc,
00
00
00
00
00
00
00
$
Total Phase Direct Labar:
$0
$0
50
$0
$0
$0
$0
$
Billing Rates: $ 303.77 $ 199.67 S 317.42 $ 170.66 $ 110.93 $ 153.59
Gllke
Sirjani
Sugar
gapise
Fry
Babko
Phale&
TalkN06
PhasebToskTitle
Geuterhnirai
reWn a Y115
Gcmathnisad
Englneary
� �
0 �
CAD
ContractsLohor
Totol Direct
00
Cost
Total Coat
PHASE 04
CONCEPTUAL DESIGN
Task 01
Identify Design Parameters
1
Geotechnical Review and Summary Memo
- 130
280
2.0
2.0
45-0
S 10,069
7
Hazardous Materials Review
20
8.0
10,0
S 2,000
3
Roadway, Utility and Structural Design Parameters Memo
I
�
00
$ -
4
Stormwater Design Requirements Memo
0.0
$ -
Subtotal Haun:•
13-0
280
2.0
BO
2-0
20
55-0
5 12,069
Task 02
Conceptual Roadway Design
1
Roadway Typical Sections (3 sets)
0.0
S -
2
Horizontal and Channelization Layout
00
S -
3
Vertical Alignments
0.0
$ -
Subtotal Hours:
0-0
0.0
0.0
0.0
0.0
0-0
0.0
S -
Task 03
Conceptual Bridge and Wall Design
1
WaU Design
0-0
S -
2
Bridge Design
0.0
S -
Subtotal Noun:
0.0
0-0
0,0
O,o
0,0
0,0
0.0
S -
Task 04
Conceptual Stormwater Design
1
Conceptual Stormwater Design
00
$ -
Subtotal Hours!
• 0-0
0-0
00
QO
0,0
00
0-0
S -
Task 05
Conceptual Utility Design
1
Rejotatinns for Construction of Roadway, Walls, and Structures
0.0
$ -
SubtotalHours:�
0.0
0.0
0.0
0.0
010
0.0
0.0
$ -
Total Phase Hours:
13.0
28.0
20
B.0
10
-40
55.0
$ 55
Total Phase Direct labor-
$3,949
$5,591
$635
$1,365
t 5222
$307
$12,069
$ 12,069
PHASE OS
CONSTRUCTABILm EVALUATION
Task 01
Construction Requirements
L
Construction Staging and Phasing
0-0
S -
Construction Schedule
00
S -
3
Construction Requirements Memo
0.0
$
Subtotal Hours-
0.0
0.0
0.0
0.0
0.0
0.0
0.0
$ -
Task 02
Temporary On -site Improvements Design
1
Temporary On -Site Improvements Identification
0.0
5 -
7
Cost Estimate for Temporary Improvements
0.0
5
3
Temporary Improvements Memo
i
0.0
$ -
SubtotalHour:
00
0.0
0,0
0.0
0.0
00
0.0
$
Task 03
Off -Site Improvements Design
1
Off -Site Improvements Identification
0.0
$ -
y
Cost Estimate Far Off -Site Improvements
0.0
$ -
3 Dff3lle improve mgms Mgm o
0.0
$ -
SubtotalHoun:
00
0-0
0-0
00
0.0 )
0,0
0-0
$
Total Phase Houni
0.0
0-0
0-0
ao
0.0
0.0
0.0
5 -
TotalPhaseDlrectishor
$o
$0
$D
$o
$0
so
$o
S -
Billing Rates: $ 303.77 $ 199.67 $ 317.42 $ 170.66 $ 110.93 $ 153.59
G,$e
Sirjani
Sugar
Rapise
Fry
Babko
v..a
Phase Al
Task Na
Phase & Task Title
Gccu<hnlnl
1Fa�t1Nr VIII
Gewerhukal
K V Pdndpal DI
GedsldaVI
CAD
Emits
S
TOtOlD11lR
Labtl�= aZ
coo
Total Cast
PHASE 06
COST ESTIMATES
Task 01
Conceptual Estimate of Probable Cost
1
Conceptual Estimate of Probable Cost
1
00
Subtotal F{nurs::
0.0
0.0
0.0
0.0
0.0
00
00
S
Task 02
Alternative 2 Estimate of Probable Cost
1
.Alternative 2 Estimate of Probable Cost
00
5 -
Subtotal bouts:
00
0.0
0.0
0.0
0.0
00
00
-
Total Phase Hou ns:
0.0
0.0
0.0
0.0
0.0
00
0.0
$
Total Phase Direct La bor:'
$0
$0
So
T $0
$0
$0
$0
-
PHASE 07
PRELIMINARY FEASIBILITY REPORT
Task 01
Access Feasibility
L
Access Feasibility of Concpetual Design
Analysis of Alternative 2
00
00
S -
T
$
Subtotal Hours:
00
00
0-0
0-0
0-0
0-0
0-0
$
Task 02
Draft Feasibility Report
t
Draft Feasibility Report
00
$ -
Subtotal Hours:
00
00
Q0
0.0
0.0
00
00
$ -
Total Phase Hours:
Total Phase Direct Labor:
00
$0
00
$0
00
$0
0.0
$0
0.0
0 0
0.0
$ -
$0 SO
$0
S -
PHASE 08
DESIGN OPTIMIZATION RECOMMENDATIONS
Task 01
Design Optimization and Cost Savings Proposals
1
2
1�:esign Optimization and Cost Savings Proposals
esign Optimization and Recommended Cost Savings Memo
0.0
00
S -
S -
Subtotal Houm:j
00
1 0.0 1
0.0
0.0
1 0.0
1 0.0
0.0
S -
Total Phase Hours:
0.0
0.0 I
0.0
0.0
0.0
0,0
0.0
S -
Total Phase Direct Labor:l
$0
$0
$0
$0 `
$0 I
$0
$0
$ -
PHASE 89
FINAL FEASIBILITY REPORT
Task 01
Final Feasibility Report
final Feasibility Report
0-0
$
Subtotal Hours:
0.0
00
00
00
00
00
00
$
Total Phase Hours:
00
00
00
00
00
00
00
$ -
Total Phase Direct Labor:l
$0
$0
$0 1
$0
$0
$0
So
S -
PHASE 10
PUBLIC AND AGENCY INVOLVEMENT
Task 01
Public and/or Agency Involvement
t
1
On -Call Public and/or Agency Involvement
00
$
Subtotal Hours:,
0-0
00
00
0.0
0-0
00
0.0
$
Total Phase Direct Labor:.
00
00
00
0.0 !
00 !
00
QO
5
Total Phase Hours:
$0
So
$0
$0
$0
$0
$0
S
Total Phase Direct Labnr,
Total Hours All Phase
13.0
280
20
g0
20
20
550
Total Direct Labor Estimate All Phases
$3,949
$5,591
$635
$1,365 1
$222 1
$307
$12,069
$ 12,069
Indirect Costs
Reimbursable Fzpensaz:
Experts" total:
Tatal:
Copies, Printing, Misc
Travel and Mileage
$ -
S 80
S 80
$ 12,149
Subcontractor Labor Hour Estimate
CONSULTANT NAME
cu.- City of Federal Way
Pr.l.a: 320th @ 21st Grade Sep. Feasibility Study
Billing Rates: $ 270.00 $ 195.00 $ 170.00 $ 135.00 $ 155.00 $ 146.00
Laurie
Thomsen
Swapna
Sridharan
Doug
Ehlebracht
Leland
OHanlon
Diana Sakshi
Halvorson I Gogia
ntt
Task o Phase 8 Task Ttrle Prkt w
Fn end" I
Engineer
ettprnar w
Owl
ANKoununt T�dtnldrt
It
Total Direct
Labor Hours &
for►
Total Cost
PHASE01 PROJECT MANAGEMENT
Task 01 Lead the Project
-
-
3
Workplan
:Subconsultant Contracts
I
0.0
5 -
$ -
$ 4,665
00
Project Monitoring
12.0
15.0
270
Subtotal Hours:
0.0 1 12,0 I 0,0
0.0
15.0
0.0
27 0
5 4,66S
Task 02 Project Administration
2
Bi-Weekly Status Reports
Action Item Tracking
(L
S -
OLO
$ -
3
Filing and Information Management
0.0
5 -
Subtotal Hours:: 00 1 00 00
00
00
0'0
00
S -
Task 03 Project Meetings
j Project Kick-off Meeting 40
AO
S 780
2 Monthly Project Coordination Meetings 6.0
&0
1,560
Subtotal Hours: 00 12-0 0-0
QO
1 0.0
0.0
12-0
•$ 2,340
Total Phase Hours:. 0-0 1 24-0 0-0 .a0 SS-0 0.O
39:0
Ty 39
Total Phase Direct Labor: $0 1 $4,680 $0 $0 I $2,325 $0
$7,005
S. 7,005
PHASE 02 BASEMAPPING & UTILITIES
Task 01 Drone Mapping
t Drone Mapping
0.0
$
` -
Subtotal Hours: 00 00 00 00 00 00
DO
$
Task 02 GI5/CAD Utility Mapping
I
2
Prepare CAD Basemap
Utility Mapping
4-0
4-0
00
5 584
5 -
Subtotal Hours: 00 0.0 0.0
0-0
1 00 40
40
$ 594
Total Phase Hours: 00 00 0.0 O. 0 0 40
4.0
5 4
Total Phase Direct Labor: $0 $0 $0 $0 1 $0 $584
$584
_ 584
PHASE 03 PROJECT REVIEW, CONSTRAINTS AND OPPTY MAP AND PURPOSE & GOALS
Task 01 Project Review
1 Project Review
2.0 '0 B.0
14.0
5 2,680
Subtotal Hours:
2.0 4.0 8.0 0.0
1 0-0 0-0
140
$ 2,680
Task 02 Purpose & Goals Memo
2
2
Draft Purpose & Goals Memo 4.0 I
40
$ 780
Final Purpose & Goals Memo 2.0
2.0
$ 390
Subtotal Hours:l 00 6.0 0.0 0-0
0-0
0.0 60
$ 1,170
Task 03 Constraints & Opportunities Map
l
Orah:Constraints& Opportunities Map I 4.O
40
5 780
_
Final Constraints & Opportunities Map 2.0
20
$ 390
Subtotal Hoursd 0.0 1 6.0 0.0 0-0
0.0
0.0
60
$ 1,170
Total Phase Hours:j 2.0 16.0 8.0 00
00
DO
260
j 26
Total Phase Direct Labor: $540 $3,120 $1,360 $0
50
50
$5,020
5 5,020
Billing Rates: S 270.00 $ 195.00 S 170.00 $ 135.00 $ SSS.00 $ 146.00
Laurie
Thomsen
Swapna
Sridharan
Doug
Ehlebracht
Leland
OHanlon
Diana
Halvorson
Sakshi
Gogia
DP
Tuskea
Phase&Task Title
Prbtdpel
Etsa rI
Etl-leerI
�°Qr III
Accouretwit
cmi
Tulw"m
III
Total Will
Labor Hours&
rorr
Tafol Cost
PHASE04
CONCEPTUAL DESIGN
Task 01
Identify Design Parameters
-Geotechnical Review and Summary Memo
DO
5
2
Hazardous Materials Memo
0.0
$ -
3
Roadway, Utility and Structural Design Parameters Memo
0.0
$ -
4
Stormwater Design Requirements Memo
20
13.0
4.0
8.0
0.0
0.0
27.0
$ 4,835
Subtotal Haufs:
2.0
13.0
4.0
8.0
0.0
0.0
27.0
$ 4,835
Task 02
Conceptual Roadway Design
I
Roadway Typical Sections (3 sets)
0.0
$ -
2
Horizontal and Channelization Layout
40
$ -
3
Vertical Alignments
+
0.0
$ -
Suhto[alHeurs:
0,0
0.0
40
` 00
Task 03
Conceptual Bridge and Wall Design
-
Wall Design
0.0
$
-
Bridge Design
f
!
40
$
Subtotal Hourlpl
0.0 1
0.0
0.0
0.0
0.0
0.0
0.0
5
Task 04
Conceptual Stormwater Design
S
Conceptual Stormwater Conveyance Design
7.0 l
25.0
23.0
42.0
0.0
10.0
107.0
$ 17,805
Subtotal Harurs'
7.0
2S.0
23.0
410
0,0
10.0
107.0
S 17,805
Task 05
Conceptual Utility Design
1
Relocations for Construction of Roadway, Walls, and Structures
0.0
5
Subtotal Hnurs:
00
00
0.0
0.0
DO
0.0
0.0
5
Total Phase Houm
9.0
380
27.0
50.0
0.0
10.0
134.0
$ 134
Total Phase Direct Labor.
$2,430
$7,410
$4,590 {
$6,750
$0
$1,460
522,640
5 22,640
PHASEGS
CONSTRUCTASILTTYEVALUATION
Task OS
Construction Requirements
1
Construction Staging and Phasing
40
5
2
'Construction Schedule
40
S
3
Construction Requirements Memo
t
as
5
Subtotal Hours;
0.0
0.0
0.0
0.0 I
0.0
00
0,0
5
Task 02
Temporary On -site Improvements Design
1
'Temporary On -Site Improvements Identification
2.0
2.0
5 390
2
Cost Estimate for Temporary Improvements
2.0
2.0
5 390
3
Temporary Improvements Memo
#00=
0.0
$
Subtotal Hours:'
0.0
4.0
0.0
0.0
0.0
4.0
5 780
Task 03
Off -Site Improvements Design
1
lOff-Site Improvements Identification
2.0
2.0
$ 390
2
Cost Estimate for Off -Site Improvements
2.0
2.0
$ 390
8
Off -Site Improvements Memo
0.0
$ -
Subtotal Hours:
00
4.0
00
0.0
0.0
0.0
4.O
S 780
Total Phase Hours:
00
8.0
00
0.0
0 0
0 0
8-0
$' 9
Total Phase Direct Labor:',
So
$1,S60
50
SO
S.
$0
$1,560
y 1,560
Billing Rates: $ 270.00 $ 195.00 $ 170.00 $ 135.00 $ 1S5.00 $ 146.00
Laurie
Thomsen
Swapna
Sridharan
Daug
EhlebrachI
Leland
OHanlon
Diana
Halvorson
Sakshi
Gogia
06
_ 11
Tork No.
se
Pha& Task Title
PrincipalEng
Senior
sneer I
project
Enghmer I
EngineerRI
� nt Accounta
civil
Tachaddas
mcdw
Total Direct
Labor Notes &
Total Cast
PHASE 06
COST ESTIMATES
Task 01
Conceptual Estimate of Probable Cost
1 ,,Conceptual Estimate of Probable Cost
0.0
$ -
Subtotal Hm=
0.0
0-0
1 0.0
QO
0-0
0.0
00
j
Task 02
Alternative 2 Estimate of Probable Cost
. ,,Alternative
2 Estimate of Probable Cost
0-0
5
Subtotal Huul::
00
00
1 0.0
0.0
; 0-0
00
00
S
Total Phase Hou n:
00
0.0
QO
'0.0
0.0
DO
00
5
Total Phase Direct Labor.
$0
$0
$0
$0
$0
$0
$0
S -
PHASE 07
PREUMINARY FEASIBILITY REPORT
Task 01
Access Feasibility
1
Access Feasibility of Concpetual Design
1
0.0
.5
Analysis of Alternative 2
1
I
0.0
$ -
SubtotalHpws:;
0-0
0-0
1 0-0
QO
0-0
0.0
0.0
S -
Task 02
Draft Feasibility Report
]
Draft Feasibility Report
3,0
6.0
12.0
0,0
0 0
4.0
25.0
5 4,604
Subtotal Hour,!
30
6.0
12.0
QO
00
4.0
2S.0
S 4,604
Total Phan Hour='
10
ISO
12-0
00
0-0
4.0
250
- -
Total Phase Direct Labor-
$810
$1.170
$2,040
$0
$0
$584
$4,604
5 4,604
PHASE GS
DESIGN OPTIMIZATION RECOMMENDATIONS
Task OS
Design Optimization and Cost Savings Proposals
i
_
Design Optimization and Cost Savings Proposals
.Design Optimization and Recommended Cost Savings Memo
0.0
0.0
S
$
Subtotal Hours-
00
00
0.0
0.0
I 00
0.0
0.0
$ -
Total Phase lluur9:
0.0
0.0
0.0
DA
0-0
0.0-
Total Phase Direct labor-
$0
SO
$0
$0
I j0
$D
SO
5 -
PHASE 09
FINAL FEASIBILITY REPORT
Task OS
Final Feasibility Report
1
Final Feasibility Report
0-0
$
Subtotal Hoars:
0.0
00
00
00
0.0
0.0
0.0
S
Total Phase Hours:,
00
00
00
00
'iL
QO
00
5
Total Phase Direct Labor:
$0
SD
SO
$0
$0
$0
$0
S -
PHASE10
PUBUC AND AGENCY INVOLVEMENT
Task 01
Public and/or Agency Involvement
s
.On -Call Public and/or Agency Involvement
00
S
Subtotal On-
ao
0-0
0.0
0-0
00
00
00
$
Tnt31 Ph me tl - Labo .
QO
0.0
0.0
0-0
Total Phase Hours=
$0
$0
$0
$0
$0
$0
$0
$
Total Phase Dtreet Labor:
Total Hours All Phases
14.0
92.0
47,0
10.0
15.0
18.0
236.0
Total Direct
Labor Estimate All Phases
$3,780
$17,940
$'.",
$6,750
$2,325
$2,62B
541,413
$. 41,413
Indirect COwts
Reimbursable Expense.
E ensos Total:
Tortalt
Copies, Printing, Misc
Travel and Mileage
g 330
$ 80
$ 41,493
Subcontractor Labor Hour Estimate
Ott -Sakai & Associates
C11-1: City of Federal Way
Prole.: 320th @ 21st Grade Sep. Feasibility Study
Billing Rates: $ 256.75 $ 256.75 $ 241.77 $ 180.80
Kevin
Sakai
Tom
Nielsen
Bing
Ma
Kimberlt
M6hea
Task Ha
Phase & Task Title
Principal
sr.
Con dructlarn
Construction
con"'Acb,
�
Total D►red
Labor Hours&
Cost
-
Total Cast
SpeddkR
PHASE 01
PROJECT MANAGEMENT
Task 01
Lead the Project
-
•Workplan
00
-
2
ISubconsultant Contracts
0.0
$, -
3
Project Monitoring
0.0
$
Subtotal Via-
0-0
0.0
0.0
0,0
0.0
-
Task 02
Project Administration
I
-Bi-Weekly Status Reports
0.0
$ -
7
Action Item Tracking
0-0
$
3
IFiling and Information Management
0.0
$
Subtotal ljours:
00
00
00
0.0
0.0
$ -
Task 03
Project Meetings
1
Project Kick-off Meeting
0.0
$ -
2
Monthly Project Coordination Meetings
!
0.0
$ -
Subtotal Hourc
0-0
0-0
0.0
0-0
0-0
$. -
TutaI Phase Hwrs:.
0-0
I tim
j 0.0
0.0
0-0
S'
Total Phase Direct Labpr:,
$0
$0
$0
$0
$0
S -.
PHASE 02
BASEMAPPING & UTILITIES
Task 01
Drone Mapping
1
Drone Mapping
00
$
Subtotal Hann:
00
00
0.0
0.0
00
$
Task 02
GIS/CAD Utility Mapping
3
2
Prepare CAD Basemap
Utility Mapping
00
00
S -
Subtotal H.u-
0.0
0.0
00
00
00
> -
Total Phase "WMI
0.0
0.0
00
0 0
0 0
S
Total Phase Direct tabor:)
$0
$0
$0
$0
$o
PHASE 03
PROJECT REVIEW, CONSTRAINTS AND OPPTY MAP AND PURPOSE & GOALS
Task 01
Project Review
_
Project Review
0.0
Subtotal Hour.:
00
00
0.0
0.0
0.0
$ -
Task 02
Purpose & Goals Memo
1
urpose & Goals Memo
I
r
00
$ -
` 2
jnm.alurpose& Goals Memo
0.0
S -
Subtotal Hours.
0.0
00
0.0
0-0
0.0
$
Task 03
Constraints & Opportunities Map
1
Draft Constraints & Opportunities Map
00
$ -
IFina l Constraints& Opportunities Map
00
$ -
Subtotal Hour;
0.0
0.0
0.0
00
00
$ -
Total Pfiane Houn.
00
0.0
0-0
00
00
$
Total Phase Direct LPbm-
Se
So
$0
$0
$0
S -
Billing Rates: S 256.75 $ 256.75 $ 241.77 S 180.80
Kevin
Sakai
Tam
Nielsen
Bing
Ma
Kimberlt
MdheCorwilruchla
nr ia.A�
Phase &
Phase & Task Title
Prindpal
sr,
Cond-rwlm
Spadalht
OO
Speciallsit
I [0°trfet`
Admldohr
Total Olrc[t
lahor Noon &
cast
Total Cost
PHASE 04
CONCEPTUAL DESIGN
Task 01
Identify Design Parameters
I
Oeotechnical Review and Summary Memo
00
$ -
2
Hazardous Materials Memo
0.0
$ -
Roadway, Utility and Structural Design Parameters Memo
0-0
$ -
4
Stormwater Design Requirements Memo
0.0
S -
subtotalHours:!
0-0
0.0
00
I D0
0-0
$ -
Task 02
Conceptual Roadway Design
1
Roadway Typical Sections (3 sets)
0.0
$ -
Horizontal and Channelization Layout
0.0
$ -
3
'Vertical Alignments
0.0
S
subtotal Hours:.
0.0
0.0
0-0
0.0
0.0
S
Task 03
Conceptual Bridge and Wall Design
Wall Design
0.0
$ -
_
Bridge Design
00
$
Subtotal Hours:
0.0
0.0
0,0
ao
00
$ -
Task 04
Conceptual Stormwater Design
Conceptual Stormwater Design
00
$ -
subtotal Rou=
1 00
0.0
0-0
0.0
0-0
$
Task 05
Conceptual Utility Design
.1
Relocations for Construction of Roadway, Walls, and Structures
0 0
$ -
SubtotalHo-
0,0
00
00
0.0
00
$ -
Total Phase Kw-:
a
0.0
0.0
0.0
0.0
$ -
Total Phase Direct Labor..
$0
So
S()$0
$0
j -
PHASE OS
CONSTBUCTABILTTY EVALUATION
Task 01
Construction Requirements
1
Construction Staging and Phasing
2.0
M0
20
$ 514
I
Construction Schedule
0.0
0.0
00
S
3
Construction Requirements Memo
0.0
$ -
subtotal Haug!;
20
00
0.0
0.0
2.0
$ 514
Task 02
Temporary On -site Improvements Design
1
Tmporary On -Site Improvements Identification
0.0
$ -
2
Cost Estimate for Temporary Improvements
20
20-0
0.0
1.0
23.0
3
[femporary Improvements Memo
00
0.0
0-0
$ -
Subtotal HouR:l
2.0
200
f 0.0
1,0
23-0
$ 5,829
Task 03
Off -Site Improvements Design
1
Off -Site Improvements Identification
I
0.0
S -
3
Cost Estimate for Off -Site Improvements
20
400
100
2.0
S4.0
$ 13,563
3
Off -Site Improvements Memo
0.0
$ -
Subtotal Houma
20
40.0
10.0
2.0
54 0
5 13,563
Total Phase Hour:
6.0
600
100
3 0
790
S 79
Total Phase Direct IAba .
$1,541
$15,40S
$2,418
$542
$19,906
5 19,906
Billing Rates: $ 256-75 $ 2S6.75 $ 241-77 $ 180.60
Kevin
Sakai
Tom
Nielsen
Bing
Ma
Kimberlt
MeShea
Phase &
Ha
Phase & Task Title
Principal
sr.
Comitructlon
specialist
���
Specialist
��
AdmlNstratart
irect
=Labmrurs &
Totaf CantTask
PHASE 06
COST ESTIMATES
Task 01
Conceptual Estimate of Probable Cost
I'
Concepi uol Estimate of Probable Cost
20
40.0
10.0
1 20
54.0
S 13,563
Subtotal Hours::
20
40,0
10.0
20
54-0
S 13,563
Task 02
Alternative 2 Estimate of Probable Cost
L
Allanatrve:2 Estimate of Probable Cast
0.0
$
Subtotal Hours:
0,0
0.0
0.0
00
! 0.0
$
Total Phase Hours:l
2.0
40.0
100
2.0
54 0
$ 54
Total Phase Direct Labor:
$514
$10,270
$2,418
$362
$13,563
13,563
PHASE 07
PRELIMINARY FEASIBILITY REPORT
Task 01
Access Feasibility
l
Access Feasibility of Concpetual Design
0.0
S -
7
4nalysis of Alternative 2
0.0
S
Subtotal Hours:
0-0
0-0
1 0.0
0-0
0.0
$
Task 02
Draft Feasibility Report
Z.
}Draft Feasibility Report
0.0
$
Subtotal Houri,
00
00
00
00
0.0
Tgtai Pha•e FLnirR
0-0
00
0.0
0 0
0.0
$
Total Phase Direct Labor:
$0
$o
So
So
$0
S
PHASE OB
DESIGN OPTIMIZATION RECOMMENDATIONS
Task 01
Design Optimization and Cost Savings Proposals
L
J�De:'," Optimiaion and Cost Savings Proposals
Optimization and Recommended Cost Savings Memo
1
0.0Deign
0.0
S
Subtotal Paurs:
&0
00
0.0
0.0
0.0
$ -
Total Phase Hours:
0.0
0.0
0.0
0.0
0.0
$
Total Phase Direct Labor:'
$0
$0
$0
50
$0
$
PHASE 09
FINAL FEASIBILITY REPORT
Task 01
Final Feasibility Report
1
'Final Feasibility Report
0,0
S
Subtotal Houle!
0-0
0.0
0.0
0-0
0.0
$
Total Phase Hours!.
0.0
0.0
0.0
00
00
5
Total Phase Direct Libor.
$0
$0
$0
So
So
$ -
PHASE 10
PUBLIC AND AGENCY INVOLVEMENT
Task 01
Public and/or Agency Involvement
t
I
On -Call Public and/or Agency Involvement
0-0
$
Subtotal Hpurs:
0-0
0.0
00
0-0
0-0
$
foal Phase Direct tahor
0-0
0.0
0.0
0-0
OLD
S
Total Phase Hours;
$0
$0
So
$0
$0
S.
Total Phase Direct Labor:
Total Hours All Phase
so
1000 1
200
5 0
133 0
Total Direct
Labor Estimate All Phatef
$2,054
$25,675
54,035
$904
$33,469
S 33,469
Indirect Cwfh
Reimbursable EFprnua•
Es a ses Total
Total:
Copies, Printing, Misc
Travel and Mileage
1$
$ 33,469
Subcontractor labor Hour Estimate
RES Group NW LLC
client: City of Federal Way
Prolesr: 320th @ 21st Grade Sep. Feasibility Study
Jab 4: 22-000653
Billing Rates: $ 143.23
Sonja
Davis
rtv iw
Phase&
Task N06
phcrJ e. A Task rrffr
Writ of
Wry PM
Total Dil "Ct
LolrxNours&
Cast
Total Cost
PHASE 01
PROJECT MANAGEMENT
Task 01
1
2
Lead the Project
Workplan
liubconsultant Contracts
0,0
0.0
S
$
(Project Monitoring
40
4.0
S 573
Subtotal yctas:
10
4,0
$ 573
Task 02
Project Administration
IBi-Weekly Status Reports
0.0
$
'Action
Item Tracking
0.0
5
3
(Filing and Information Management
0.0
S
Subtotal Houral
0,0
0.0
Task 03
Project Meetings
1
(Project Kick-off Meeting
2.0
2.0
S 286
2
IManthly Project Coordination Meetings
j 4.0
4.0
5 S']3
Subtotal Hqurstl
60
60
$ 859
Total Phase Hours:1
10.0
100
10
Total Phase Direct Labor:!
$1,432
$1,432
$ 1,432
PHASE 02
BASEMAPPING & UTILITIES
Task 01
Drone Mapping
I
Drone Mapping
0.0
S
Subtotal Heusi:
ao
1 0.0
S
Task 02
GIS/CAD Utility Mapping
1
Prepare CAD Basemap
Utility Mapping
1
0.0
0.0
5
S
Subtotal Hours:'
0,0
00
S
Total Phase Hours:
Total Phase Direct tabor:'
110
$0
00
.$
$0
5
PHASE 03
PROJECT REVIEW, CONSTRAINTS AND OPPTY MAP AND PURPOSE & GOALS
Task 01
Project Review
3roject Review
0.0
S -
subtotalHours:•
10
00
5-
Task 02
Purpose & Goals Memo
J
•
Draft Purpose & Goals Memo
j=inal Purpose & Goals Memo
0.0
S
0.0
5
Subtotal Houts:i
0.0
00
$
Task 03
Constraints & Opportunities Map
I
Draft Constraints & Opportunities Map
rival Constraints & Opportunities Map
00
00
$
$
2
Subtotal lIou-:
0-0
0.0
$
Total Phase Houisli
00
0.0
Total Phase Direct Elbor:l
$0
50
S -
Billing Rates: $ 143.23
Sonja
nt" w
Davis
TeaPhase& Task Title
Total Dilrefx
"� LaborHoursa
[0�t
Total Cast
PHASE 04 CONCEPTUAL DESIGN
Task 01 Identify Design Parameters
1
Geotechnical Review and Summary Memo
0.0
5
Hazardous Materials Memo
ox
S -
3
Roadway, Utility and Structural Design Parameters Memo
0.0
S -
{
Stormwater Design Requirements Memo
DO
S -
Subtotal Hours:
a D
Ro
$ -
Task 02 Conceptual Roadway Design
I
Roadway Typical Sections (3 sets)
2
Horizontal and Channelization Layout
010
$
3
Vertical Alignments
0.0
$ -
Subtotal Hours:
Ito
ox
$ -
Task 03 Conceptual Bridge and Wall Design
1
Wall Design
0"0
$
_
Bridge Design
0"D
$
Subtotal Hours:
0-0
0"O
s
Task 04 Conceptual Stormwater Design
1 Conceptual Stormwater Design
-
SublotalHndrs: 0,0
ox
S -
Task 05 Conceptual Utility Design
1 Relocations for Construction of Roadway, Walls, and Structures
Subtotal 111- 0.0
ox
5
Total Phase Ham;j 0.0
0.0
S
Total Phase Direct labw: $0
$0
5
PHASE 05 CONSTRUCrABIUiY EVALUATION
Task 01 Construction Requirements
1
Construction Staging and Phasing
0-0
5
_
Constru ctinn Schedule j
00
S
]
Construction Requirements Memo I
0.o
5
Subtotal Hours:- D.0
0.0
S -
Task 02 Temporary On -site Improvements Design
1 -T mpM>rfy On -Site Improvements Identification
0.o
5 -
2 cost Estimate for TemporaryImprovements
D.D
S
3 ITemporary Improvements Memo
0.0
5
Subtotall{pgry:
0.0
OA
$
Task 03 Off -Site Improvements Design
I gll•Sde Improvements Identification
0.0
$ -
2 ;Cost Estimate for Off -Site Improvements
00
$ -
3 Off -Site Improvements Memo
-
subtotal Hourad
0.0
ao
$
Total Phase Hour_-: 0.0
0.0
$ -
Total Phase Direct labor: $o
$0
5
Billing Rates: $ 143-23
50nJa
Davis
o3sGnW
PhasTasks
RIM & TN*TWC
�rM
Total Direct
labor Hours &
Cast
Total Cast
PHASE 06
COST ESTIMATES
Task 01
Conceptual Estimate of Probable Cost
y
(Conceptual Estimate of Probable Cost
40,0
40 0
- 5,729
Subtotal Hours:
40,0
1 400
5 5,729
Task 02
Alternative 2 Estimate of Probable Cost
1
;Alternative 2 Estimate of Probable Cost
0.0
5
•
Subtotal Hours:
00
0.0
5 -
Total Phase Houn:
40.0
40.0
$ 40
Total Phase Direct Labor:
$5,729
$5,729
$ 5,729
PHASE 07
PRELIMINARY FEASIBILITY REPORT
Task 01
Access Feasibility
3
Accea Feasibility of Concpetual Design
0-0
5 -
3
iAn"s of Alternative 2
00
S -
SubtotalHcurs:
0-0
0-0
S -
Task 02
Draft Feasibility Report
1
Draft Feasibility Report
OX
5
Subtotal Huurs-
0.0
0-0
5 -
Total Phase Hour[
-
Total Phase Direct Labor:
$0
$0
5
PHASE 08
DESIGN OPTIMIZATION RECOMMENDATIONS
Task 01
Design Optimization and Cost Savings Proposals
1
2
I Design Optimization and Cost Savings Proposals
Design Optimization and Recommended Cast Savings Memo
0-0
0-0
S
S
Subtotal Hours-
0-0
0-0
S
Total Phase Huurs:
Total Phase Directtabor.
$0
$0
5
PHASE 09
FINAL FEASIBILITY REPORT
Task 01
Final Feasibility Report
1
Final Feasibility Report
0-0
$ -
Subtotal K.-
0.0 1
0.0
5
Total Phase Nciuin:j
0.0
0-0
5
Total Phase Direct Labor:
$0
$0
S
PHASE10
PUBUCAND AGENCY INVOLVEMENT
Task 01
1
Public and/or Agency Involvement
On -Call Pu blic and/or Agency involvement
0.0
S -
Subtotal Hauznl
0-0
0,0
Tolal Phase IMrect Labor-
aD
0.0
S
Total Phase Hours:
$000
$a00
5
Tale{ Phase Directyabnt:
Total Hours All Pha Fes
500
50.0
Total Direct
Labor Estimate All Pbasas
$7,162
$7,162
5 7,162
Indirect Costs
Reimbursable Expenses:
E>< enses Total:
Total:
Copies, Printing, Misc
Travel and MRw
$ 250
5 261)
$ 7,412
Subcontractor Labor Hour Estimate
TYLin
Me- City of Federal Way
Proien: 320th @ 21st Grade Sep. Feasibility Study
Billing Rates: $ 360.00 $ 180.00 $ 135.00 $ 140.00
No
Zit
Tony
Nguyen
I
Amanda Jeremy
Newton Ryding
nu
Phalle &
Ta*Na PJJme&TaskTNle
M+nagemms
Sn+
Engloi
Total Duos
mnoCost
Cast
Total Cast
PHASE 01 PROJECT MANAGEMENT
Task 01 Lead the Project
Workplan
Subconsultant Contracts
0.0
00
0.0
-
Project Monitoring
Subtotal Hours:
0.0
1 0.0
1 00 00
00
$
Task 02 Project Administration
L
Bi-Weekly Status Reports
00
2
Action Item Tracking
_ 1
0.0
ox
$ -
- -
3
Filing and Information Management
Subtotal Hours:
0.0
00
00 0-0
0-0
$
Task 03 Project Meetings
1.
j'roject Kick-off Meeting
4.0
40
$ 1,440
2'
IMonthly Project Coordination Meetings
8.0
80
S 2,890
Subtotal Hours:
12.0
1 0.0 0-0 0.0
12.0
S 4,320
Total Phase Hours:
12.0 1 00 i 00 00
120
1 1.2:
Total Phase Direct Labor:
$4,320 1 $0 50 $0
54,320
5 4,320
PHASE 02 BASEMAPPING & UTIIJTIES
Task 01 Drone Mapping
1 Drone Mapping
00
$
Subtotal Hours: ao I 00 00 00
0.0
$
Task 02 6I5/CAD Utility Mapping
1
2
(Prepare CAD Basemap
(Utility Mapping
0.0
0.0
S -
5
Subtotal Hours:
0.0 0.0
Do 00
0.0
$ -
Total Phase Houm:J
0.0 0.0 0.0 0.0
0.0
5
Total Phase Direct Labor:
$0 ] $0 $0 $0
$0
S
PHASE 03 PROJECT REVIEW, CONSTRAINTS AND OPPTY MAP AND PURPOSE & GOALS
Task 01 Project Review
Project Review 20 6.0 6.0
14.0
5 2,610
Subtotal Hours: 2-0 6-0 6.0 0-0
14.0
S 2,610
Task 02 Purpose & Goals Memo
1
Draft Purpose & Goals Memo
Final Purpose & Goals Memo
1.0
LO t 2,0
LO 20
Ao
4,0
S 810
$ 810
2
LO
Subtotal Htaus
2,0
20
4,0 0.0
8.0
S 1,620
Task 03 Constraints & Opportunities Map
-
Draft Constraints & Opportunities Map 4-0
4-0 I 4.0
12.0
S 2,700
-
Final Constraints & Opportunities Map
LO
LO 10
3.0
$ 675
Subtotal Hov.-
S.0
5.0 5,0 0.0
15.0
$ 3,375
Total Phase HPurcj 9-0 -13-0 15 0 00
37,0
$ 37
Total Phase Direct Labor: $3,240 $2,340 1 $2,025 1 $0
$7,605
5 7,605
Billing Rates: $ 360.00 $ 180.00 $ 135.00 $ 240.00
No
ZitNguyen
Tony
Amanda
Newton
Jeremy
Ryding
Phase
TaskN06
Mwse&TaskTide
ManaYcme„t
Senior
Junior
Technician
total area
Labor Hours &
Crum
Total cost
PHASE 04
CONCEPTUAL DESIGN
Task 01
Identify Design Parameters
1
lSeatechnical Review and Summary Memo
0.0
5
2
Hazardous Materials Memo
i
0.0
S -
}
Roadway, Utility and Structural Design Parameters Memo
10
4.0
8-0
13.0
$ 2,160
4
Stormwater Design Requirements Memo
0.0
$
Subtotal Hours:
LO
4-0
8-0
0.0
13.0
5 2,160
Task 02
Conceptual Roadway Design
1
Roadway Typical Sections (35ets)
00
$ -
2
IHonzontal and Channelization Layout
0.O
S
3
'Vertical Alignments
(
a
$ -
SubtotalHeul
0.0
00
0.0
0.0
a
5
Task 03
Conceptual Bridge and Wall Design
1
Wall Design
10
&0
1&0
8.0
33.0
5 5,080
2
Bridge Design
2.0
I 20.0
40.0
16_o
78.0
$ 11,960
Subtotal Hours:
3.0
! 28.0
56.0
240
111.0
5 17,040
Task 04
Conceptual Stormwater Design
3
Conceptual Stormwater Design
;
00
$
SubtotalHklts
0-0
1 0-0
1 0-0
0-0
0.0
S
Task OS
Conceptual Utility Design
1
(Relocations for Construction of Roadway, Walls, and Structures
0.0
5 -
SubtotalHourxl
00
1 0.0
j 0.0
0.0
1 0.0
$
Total Phase Hourr
4-0
32.0
64.0
24.0
1240
124
Total Phase Direct Lahar::
$1,440
$5,760
$8,640
$3,360
$19,200
5 19,200
PHASEDS
CONSTRUCFA91LHYEVALUATION
Task 01
Construction Requirements
1
Construction Staging and Phasing
4-0
4.0
40
120
5 2,700
2
Construction Schedule
0.0
$ -
3
Construction Requirements Memo
0.0
S
Subtotal Hour.
4.0
4.0
4-0
0.0
120
$ 2,700
Task 02
Temporary On -site Improvements Design
l
Yernporary On -Site Improvements Identification
. 0.0
5
2
tbst Estimate for Temporary Improvements
10
LO
4-0
6.0
$ 1,080
3
iTemporary Improvements Memo
0.0
S
Subtotal flours;
1.0
10
4.0
0.0
&0
$ 1,080
Task 03
Off -Site Improvements Design
.t
Off -Site Improvements Identification
1
00
00
0.0
S
5 -
$ -
'Cost Estimate for Of -Site Improvements
0.0
010 00
i_
] •Dff-Site Improvements Memo
Subtotal Hours:'
0.0
0.0
0.0
00
0.0
5 -
Total Phase Hz:urs:
5.0
50
80
00
ISO
$ 18
Total Phase Direct tabor:;
$1,800
$900
$1,080
$0
$3,780
$ 3,780
Billing Rates: $ 360.00 $ 180.00 $ 135.00 $ 140.00
Norm
Smit
any
Nguyen
I Amanda I
Newton
Jeremy
Ryding
Phase &
Task No.
Phase 8 Task Title
So"
_
JEnIll Engineer
Senior CADTotal
Te"dan
Direct
Labor Hours a
Total Cost
PHASE 06
COST ESTIMATES
Task 01
Conceptual Estimate of Probable Cost
i
Conceptual Estimate of Probable Cart
0 0
00
00
0 0
$
Subtotal Houm
0.0
00
0-0
00
00
$ -
Task 02
Alternative 2 Estimate of Probable Cost
-
Alternative 2 Estimate of Probable Cost
0.0
QO
0-0
0.0
$ -
Subtotal Hour,9
0.0
00
00
0.0
0.0
$ -
Total Phase Houncl
Total Phase Direct labor
0.0
$0
0 0
$0
0-0
$0
0.0
$0
0.0
$
$0
5
PHASE 07
PRELIMINARY FEASIBILITY REPORT
Task 01
Access Feasibility
L
Access Feasibility of Concpetual Design
Anahfsis of Ntarnative 2
20
80
160
260
S 4,320
$ 2,160
1.0
4-0 8.0
13.0
Subtotal Mauxs:
3-0
120
24.0
0-0
39.0
S 6,480
Task 02
Draft Feasibility Report
1
Draft Feasibility Report-
SubtotalHatucl
0.0
Ro
0.0
0.0
00
S -
Total Phase Hou-1.
3.0
12_0
Z4 0
0-0
390
$ 39
Total Phase Direct Labon-!
$1,080
$2,160
$3,240
$0
$6,480
6,490
PHASE OB
DESIGN OPTIMIZATION RECOMMENDATIONS
Task 01
Design Optimization and Cast Savings Proposals
-
1
Design Optimization and Cost Savings Proposals
Design Optimization and Recommended Cost Savings Memo
20
1 40
80
14.0
0.0
$ 2,520
$ -
Subtotal Hours:
20
40
1 80
00
14.0
$ 2,520
Total Phase Hours:1
20
40
1 8.0
00
1 140
$ 14
Total Phase Direct Labor:
$720
L
$720
$1,080
$0
$2,520
$ 2,520
PHASE 09
FINAL FEASIBILITY REPORT
Task 01
Final Feasibility Report
1
Final Feasibility Report
0.0
S -
SubtotalHours:
0-0
00
0.0
0.0
0.0
$
TDtrl Phase Hou-1
0.0
00
0.0
0.0
0.0
S -
Total Phase Direct Labor:
$0
$0
$D
$0
$0
$ -
PHASE10
PUBLIC AND AGENCY INVOLVEMENT
Task 01
Public and/or Agency Involvement
s
1
On -Call Public and/or Agency Involvement
0.0
$ -
SubtotalHourN
0.0
0.0
00
00
00
S -
Total Ph- Direct I-abo -
0.0
0.0
0.0
0.0
00
$
Total Phase flouts'
$0
$0
$0
$0
$0
$
Total Pha sr. ❑rre0 labor
Total Hours All Phases
35.0
66.0
119.0
24.0
2440
Total Direct
Labor Estimate All Phases
$12,600
$11,880
$16,065
$3,360
$43,905
$ 43,905
Indirect Casts
Reimbursable E.ponses:
1Xpenfntow,:
Total:
Copies, Printing, Misc
Travel -d Mileage
S 200
$ 200
$ 44,105
Resolution No. 4 —Amended (2022)
Be it resolved that it is in the best interests of Shea Carr & Jewell, Inc. to enter into project contracts and
agreements as needed to conduct regular business.
In furtherance of this resolution, the following individuals, or staff roles, are duly authorized to enter into and
sign said contracts on behalf of Shea Carr & Jewell, Inc. in accordance with the table set forth below. They are
authorized to provide such additional information and execute such other documents -as may be required by
the state or federal government in connection with said contracts and to execute any amendments,
rescissions, and revisions thereto.
PROJECT RELATED CONTRACTS & AGREEMENTS
Review
Type of Contract Primary Secondary
Signing Authority
Contracts within United States
Client Requested Changes to SCJ
Scott Sawyer
Jean Carr
All Company Principals after
Standard Contracts (and all
Eric Johnston
approval by Primary or
unchanged SCJ standard
Secondary Reviewer
contracts) and LAG/State
Contracts Up To $300K
Client requested changes to SCJ
Scott Sawyer
Jean Carr
Company Principals on
Standard Contracts (and all
Eric Johnston
Executive Team after approval
unchanged SCJ Standard
by Primary or Secondary
Contracts) $300K-$500K
Reviewer
Non-SCJ Contracts Up To $100K
Scott Sawyer
Jean Carr
Office Principals and Principals
Eric Johnston
on Executive Team after
approval by Primary or
Secondary Reviewer
Non -SG Contracts
Scott Sawyer
Jean Carr
Company Principals on
$100K - $500K
Eric Johnston
Executive Team after approval
by Primary or Secondary
Reviewer
All Contracts
Scott Sawyer
Jean Carr
Jean Carr, Eric Johnston, Scott
More than $500K
Eric Johnston
Sawyer
Client requested changes to SCJ Scott Sawyer
Standard Sub -Consultant
Agreements (and unchanged SCJ
Standard Sub -Consultant
Agreements
International Contracts
All International Contracts, Jean Carr
Subcontracts, and any related
-documents-th-e-obligate SCJ- --
Alliance similar to contracts
such as letters of intent,
memorandums of
understandine etc.
Approval:
Officer
Jean Carr All Company Principals after
Eric Johnston approval by Primary or
Secondary Reviewer
Scott Sawyer All International Contracts and
Eric Johnston related documents require a
minimum of two reviewers
8/24/2022
Date
N:\Corporate\Corporate Documents\Corporation Documents\Resolutions\Resolution 4\Resolution No. 4-Amended Contract Authority 2022.docx
If [monhre Feam
1 -tail Dunnlra I acronyms
d. tYp.
SCJ ALLIAN
COr,IS-1 NO S.-C!
BUSINESS GROUPS
Bill riunnl ny V
tandxcapa Archnor-wro / ✓ -
[innOVimCo•1
pfsryfng �- �t
A!¢.y Ay.0
7lRn4perfatlon f
:dlr rCt legjrei Y
Cahl¢-propelled Trsnah lCPij
St-11 L'rirah
f.W.tlftµibn MnmraaplNenl /
+nf14 [Irr1 Y
BUSINESS GROUPS are staff organized by market sector. Business Group leaders are tasked with strategically positioning the company to win and deliver projects within the given market sector and to ensure coordination between sectors.
This Includes coordinating staff and workload across offices to meet needs; developing marketing plans and Identifying long-term goals and strategies; and developing eapertlse through hiring and training.
✓ There are staff in this discipline in this office and they report to the Office Principal.
SCJALLI-01
CERTIFICATE OF LIABILITY INSURANCE_ DATE
A E(MMID2�)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER License # OC36861 M1C[AMEACT Melanie Kelly
Seattle-Alliant Insurance Services, Inc. I PHONE FAx
1420 Fifth Ave 15th Floor �• N- E L. , J We, No):
Seattle, WA 98101 av"WEss-Meianie.Kelly@alliant.com
INSURED
Shea, Carr & Jewell, Inc. dba: SCJ Alliance
8730 Tallon Lane NE, Suite 200
Lacey, WA 98516
m .UMr_K e
INSURER F :
INSURERS AFFORDING COVERAGE NAI
Travelers Property Casualty Company of America 25674
Travelers Casualty Insurance Company of Americ 19046
Phoenix Insurance Company 25623
Continental Casualtv Comoanv 20443
r nVFR4r3FC nPPT1FIr_ATr- N11MRFR• RFVICIr7N NI IMPLFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO
ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INS_LjR ADDL'SUBR POLICY EFF POLICYMW
TYPE OF INSURANCE yWV POLICY NUMBER
LIMITS
A
X . COMMERCIAL GENERAL LIABILITY
OCCURRENCE
S 2,000,000
_9AQH
D T4ORENT
E-=u D
5 1,000,000
CLAIMS -MADE X OCCUR
X X �580-3S28842A
6/15/2022
6/15/2023
ED EXP LAny one per
$ 5,000
PER ONAL -& ADVINJURY
$ 2,000,600
GEN'LAGGREGATE LIMIT APPLIES PER:
POLICY F_x1 jEe7 LOC
GENERALAGGREGATE
$ 4,000,000
PRODUCTS -COMP10PAGG
5 4,000,000
S
rHe:
B
AUTOMOBILE LIABILITY
OMBa INENEDrSINGLE LIMIT
, $ 1,000,000
BODILY INJURY Per person)$
X ANY AUTO
X
X IBA-3S293103
6/1512022
6/1512023
BODILY INJURY Per accident
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
reOP AMACaE
$
y�ry�
AUTOS ONLY Al7TQ� Oi�IL'1
A
X
UMBRELLA LIAB
X OCCUR
EACH OCCURRENCE
S 3,000,000
EXCESS LIAB
CLAIMS -MADE
X
X 'CUP-3S296295
6/15/2022
6/15/2023
AGGREGATE
$ 3,000,000
DED I X I RETENTION $ 10,000
15
IUB-3S295329
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITYJ.
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN.X
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
N / A
6/15/2022
611512023
X PER OR -
E-L EACH ACCIDENT
1,000,000
5
EL DISEASE -EA EMPLOYEE
S 1,000,000
EL DISEASE - POLICY LIMIT
1,000,000
$
If yes, describe under
DESCRIPTION OF OPERATIONS below
D Prof/Pollution Liab AEH591920345 6/15/2022 6/15/2023
_
Each Claim
5,000,000
D Prof/Pollution Liab AEH591920345 6/15/2022 6/1512023
.Aggregate
5,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHtCL ES (ACORD 1a1, Additional Remarks Schedule, may bG attached if more space Is required)
Project 22.000653 I S. 320TH ST AT 21ST AVE S GRADE SEPARATION FEASIBILITY STUDY
City of Federal Way is Additional Insured with respect to the General Liability per form attached. Waiver of Subrogation applies to the General Liability
per
form attached. General Liability is Primary and Non -Contributory per form attached.
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO EXTENSION ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any
injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or
limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to
the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover-
age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered.
A. BROAD FORM NAMED INSURED
B. BLANKET ADDITIONAL INSURED
C. EMPLOYEE HIRED AUTO
D. EMPLOYEES AS INSURED
E. SUPPLEMENTARY PAYMENTS — INCREASED
LIMITS
F. HIRED AUTO — LIMITED WORLDWIDE COV-
ERAGE — INDEMNITY BASIS
G. WAIVER OF DEDUCTIBLE — GLASS
PROVISIONS
A. BROAD FORM NAMED INSURED
The following is added to Paragraph A.1., Who Is
An Insured, of SECTION II — COVERED AUTOS
LIABILITY COVERAGE:
Any organization you newly acquire or form dur-
ing the policy period over which you maintain
50% or more ownership interest and that is not
separately insured for Business Auto Coverage.
Coverage under this provision is afforded only un-
til the 180th day after you acquire or form the or-
ganization or the end of the policy period, which-
ever is earlier.
B. BLANKET ADDITIONAL INSURED
The following is added to Paragraph c. in A.1.,
Who Is An Insured, of SECTION II — COVERED
AUTOS LIABILITY COVERAGE:
Any person or organization who is required under
a written contract or agreement between you and
that person or organization, that is signed and
executed by you before the "bodily injury" or
"property damage" occurs and that is in effect
during the policy period, to be named as an addi-
tional insured is an "insured" for Covered Autos
Liability Coverage, but only for damages to which
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE — INCREASED LIMIT
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES — INCREASED LIMIT
J. PERSONAL PROPERTY
K. AIRBAGS
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
M. BLANKET WAIVER OF SUBROGATION
N. UNINTENTIONAL ERRORS OR OMISSIONS
this insurance applies and only to the extent that
person or organization qualifies as an "insured"
under the Who Is An Insured provision contained
in Section II.
C. EMPLOYEE HIRED AUTO
1. The following is added to Paragraph A.1.,
Who Is An Insured, of SECTION II — COV-
ERED AUTOS LIABILITY COVERAGE:
An "employee" of yours is an "insured" while
operating an "auto" hired or rented under a
contract or agreement in an "employee's"
name, with your permission, while performing
duties related to the conduct of your busi-
ness.
2. The following replaces Paragraph b. in B.S.,
Other Insurance, of SECTION IV — BUSI-
NESS AUTO CONDITIONS:
b. For Hired Auto Physical Damage Cover-
age, the following are deemed to be cov-
ered "autos" you own:
(1) Any covered "auto" you lease, hire,
rent or borrow; and
(2) Any covered "auto" hired or rented by
your "employee" under a contract in
an "employee's" name, with your
CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4
Includes copyrighted material of Insurance Services Office, Inc. with its permission
COMMERCIAL AUTO
permission, while performing duties
(a) With respect to any claim made or "suit"
related to the conduct of your, busi-
brought outside the United States of
ness.
America, the territories and possessions
However, any "auto" that is leased, hired,
of the United States of America, Puerto
rented or borrowed with a driver is not a
Rico and Canada:
covered "auto".
(i) You must arrange to defend the "in-
D. EMPLOYEES AS INSURED
sured" against, and investigate or set -
tle any such claim or."suit" and keep
The following is added to Paragraph A.1., Who Is
us advised of all proceedings and ac-
An Insured, of SECTION II — COVERED AUTOS
tions.
LIABILITY COVERAGE:
Any "employee" of yours is an "insured" while us-
(ii) Neither you nor any other involved
"insured"
ing a covered "auto" you don't own, hire or borrow
will make any settlement
in your business or your personal affairs.
without our consent.
(iii) We may, at our discretion, participate
E. SUPPLEMENTARY PAYMENTS — INCREASED
in defending the "insured" against, or
LIMITS
in the settlement of, any claim or
1. The following replaces Paragraph A.2.a.(2),
"suit".
of SECTION II — COVERED AUTOS LIABIL-
(iv) We will reimburse the "insured" for
ITY COVERAGE:
sums that the "insured" legally must
(2) Up to $3,000 for cost of bail bonds (in-
pay as damages because of "bodily
cluding bonds for related traffic law viola-
injury" or "property damage" to which
tions) required because of an "accident"
this insurance applies, that the "in -
we cover. We do not have to furnish
sured" pays with our consent, but
these bonds.
only up to the limit described in Para-
2. The following replaces Paragraph A.2.a.(4),
graph C., Limits Of Insurance, of
of SECTION II — COVERED AUTOS LIABIL-
SECTION II — COVERED AUTOS
ITY COVERAGE:
LIABILITY COVERAGE.
(4) All reasonable expenses incurred by the
(v) We will reimburse the "insured" for
"insured" at our request, including actual
the reasonable expenses incurred
loss of earnings up to $500 a day be-
with our consent for your investiga-
cause of time off from work.
tion of such claims and your defense
of the "insured" against any such
F. HIRED AUTO — LIMITED WORLDWIDE COV-
"suit", but only up to and included
ERAGE — INDEMNITY BASIS
within the limit described in Para -
The following replaces Subparagraph (5) in Para-
graph C., Limits Of Insurance, of
graph B.7., Policy Period, Coverage Territory,
SECTION II — COVERED AUTOS
of SECTION IV — BUSINESS AUTO CONDI-
LIABILITY COVERAGE, and not in
TIONS:
addition to such limit. Our duty to
make such payments ends when we
(5) Anywhere in the world, except any country or
have used up the applicable limit of
jurisdiction while any trade sanction, em-
insurance in payments for damages,
bargo, or similar regulation imposed by the
settlements or defense expenses.
United States of America applies to and pro-
hibits the transaction of business with or
(b) This insurance is excess over any valid
within such country or jurisdiction, for Cov-
and collectible other insurance available
ered Autos Liability Coverage for any covered
to the "insured" whether primary, excess,
"auto" that you lease, hire, rent or borrow
contingent or on any other basis.
without a driver for a period of 30 days or less
(c) This insurance is not a substitute for re -
and that is not an "auto" you lease, hire, rent
quired or compulsory insurance in any
or borrow from any of your "employees",
country outside the United States, its ter -
partners (if you are a partnership), members
ritories and possessions, Puerto Rico and
(if you are a limited liability company) or
Canada.
members of their households.
Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15
Includes copyrighted material of Insurance Services Office, Inc. with its permission
You agree to maintain all required or
compulsory insurance in any such coun-
try up to the minimum limits required by
local law. Your failure to comply with
compulsory insurance requirements will
not invalidate the coverage afforded by
this policy, but we will only be liable to the
same extent we would have been liable
had you complied with the compulsory in-
surance requirements.
(d) It is understood that we are not an admit-
ted or authorized insurer outside the
United States of America, its territories
and possessions, Puerto Rico and Can-
ada. We assume no responsibility for the
furnishing of certificates of insurance, or
for compliance in any way with the laws
of other countries relating to insurance.
G. WAIVER OF DEDUCTIBLE — GLASS
The following is added to Paragraph D., Deducti-
ble, of SECTION III — PHYSICAL DAMAGE
COVERAGE:
No deductible for a covered "auto" will apply to
glass damage if the glass is repaired rather than
replaced.
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE — INCREASED LIMIT
The following replaces the last sentence of Para-
graph AA.b., Loss Of Use Expenses, of SEC-
TION III — PHYSICAL DAMAGE COVERAGE:
However, the most we will pay for any expenses
for loss of use is $65 per day, to a maximum of
$750 for any one "accident'.
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES — INCREASED LIMIT
The following replaces the first sentence in Para-
graph A.4.a., Transportation Expenses, of
SECTION III — PHYSICAL DAMAGE COVER-
AGE:
We will pay up to $50 per day to a maximum of
$1,500 for temporary transportation expense in-
curred by you because of the total theft of a cov-
ered "auto" of the private passenger type.
J. PERSONAL PROPERTY
COMMERCIAL AUTO
(2) In or on your covered "auto".
This coverage applies only in the event of a total
theft of your covered "auto".
No deductibles apply to this Personal Property
coverage.
K. AIRBAGS
The following is added to Paragraph B.3., Exclu-
sions, of SECTION III — PHYSICAL DAMAGE
COVERAGE:
Exclusion 3.a. does not apply to "loss" to one or
more airbags in a covered "auto" you own that in-
flate due to a cause other than a cause of "loss"
set forth in Paragraphs A.1.b. and A.1.c., but
only:
a. If that "auto" is a covered "auto" for Compre-
hensive Coverage under this policy;
b. The airbags are not covered under any war-
ranty; and
c. The airbags were not intentionally inflated.
We will pay up to a maximum of $1,000 for any
one 'loss".
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
The following is added to Paragraph A.2.a., of
SECTION IV — BUSINESS AUTO CONDITIONS:
Your duty to give us or our authorized representa-
tive prompt notice of the "accident" or 'loss" ap-
plies only when the "accident' or 'loss" is known
to:
(a) You (if you are an individual);
(b) A partner (if you are a partnership);
(c) A member (if you are a limited liability com-
pany);
(d) An executive officer, director or insurance
manager (if you are a corporation or other or-
ganization); or
(e) Any "employee" authorized by you to give no-
tice of the "accident' or 'loss".
M. BLANKET WAIVER OF SUBROGATION
The following replaces Paragraph A.S., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV — BUSINESS AUTO CONDI-
TIONS:
The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against
age Extensions, of SECTION III — PHYSICAL Others To Us
DAMAGE COVERAGE: We waive any right of recovery we may have
Personal Property against any person or organization to the ex-
tent required of you by a written contract
We will pay up to $400 for 'loss" to wearing ap- signed and executed prior to any "accident'
parel and other personal property which is: or 'loss", provided that the "accident' or 'loss"
(1) Owned by an "insured"; and arises out of operations contemplated by
CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
COMMERCIAL AUTO
such contract. The waiver applies only to the The unintentional omission of, or unintentional
person or organization designated in such error in, any information given by you shall not
contract. prejudice your rights under this insurance. How-
N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col -
The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of
cealment, Misrepresentation, Or Fraud, of cancellation or non -renewal.
SECTION IV — BUSINESS AUTO CONDITIONS:
Page 4 of 4 © 2015 The Travelers Indemnity Compa ny. All rights reserved . CA T3 53 02 15
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED - PRIMARY AND
NON-CONTRIBUTORY WITH OTHER INSURANCE
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
PROVISIONS
1. The following is added to Paragraph A.1.c., Who
Is An Insured, of SECTION II — COVERED
AUTOS LIABILITY COVERAGE:
This includes any person or organization who you
are required under a written contract or
agreement between you and that person or
organization, that is signed by you before the
"bodily injury" or "property damage" occurs and
that is in effect during the policy period, to name
as an additional insured for Covered Autos
Liability Coverage, but only for damages to which
this insurance applies and only to the extent of
that person's or organization's liability for the
conduct of another "insured".
2. The following is added to Paragraph B.5., Other
Insurance of SECTION IV — BUSINESS AUTO
CONDITIONS:
Regardless of the provisions of paragraph a. and
paragraph d. of this part S. Other Insurance, this
insurance is primary to and non-contributory with
applicable other insurance under which an
additional insured person or organization is the
first named insured when the written contract or
agreement between you and that person or
organization, that is signed by you before the
"bodily injury" or "property damage" occurs and
that is in effect during the policy period, requires
this insurance to be primary and non-contributory.
CA T4 74 02 16 © 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
(ARCHITECTS, ENGINEERS AND SURVEYORS)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. The following is added to SECTION II — WHO IS
AN INSURED:
Any person or organization that you agree in a
"written contract requiring insurance" to include as
an additional insured on this Coverage Part, but:
a. Only with respect to liability for "bodily injury",
"property damage" or "personal injury"; and
b. If, and only to the extent that, the injury or
damage is caused by acts or omissions of
you or your subcontractor in the performance
of "your work" to which the "written contract
requiring insurance" applies, or in connection
with premises owned by or rented to you.
The person or organization does not qualify as an
additional insured:
c. With respect to the independent acts or
omissions of such person or organization; or
d. For "bodily injury", "property damage" or
"personal injury" for which such person or
organization has assumed liability in a
contract or agreement.
The insurance provided to such additional insured
is limited as follows:
e. This insurance does not apply on any basis to
any person or organization for which
coverage as an additional insured specifically
is added by another endorsement to this
Coverage Part.
f. This insurance does not apply to the
rendering of or failure to render any
"professional services".
g. In the event that the Limits of Insurance of the
Coverage Part shown in the Declarations
exceed the limits of liability required by the
"written contract requiring insurance", the
insurance provided to the additional insured
shall be limited to the limits of liability required
by that "written contract requiring insurance".
This endorsement does not increase the
limits of insurance described in Section III —
Limits Of Insurance.
h. This insurance does not apply to "bodily
injury" or "property damage" caused by "your
work" and included in the "products -
completed operations hazard" unless the
"written contract requiring insurance"
specifically requires you to provide such
coverage for that additional insured, and then
the insurance provided to the additional
insured applies only to such "bodily injury" or
"property damage" that occurs before the end
of the period of time for which the "written
contract requiring insurance" requires you to
provide such coverage or the end of the
policy period, whichever is earlier.
2. The following is added to Paragraph 4.a. of
SECTION IV — COMMERCIAL GENERAL
LIABILITY CONDITIONS:
The insurance provided to the additional insured
is excess over any valid and collectible other
insurance, whether primary, excess, contingent or
on any other basis, that is available to the
additional insured for a loss we cover. However, if
you specifically agree in the "written contract
requiring insurance" that this insurance provided
to the additional insured under this Coverage Part
must apply on a primary basis or a primary and
non-contributory basis, this insurance is primary
to other insurance available to the additional
insured which covers that person or organizations
as a named insured for such loss, and we will not
share with the other insurance, provided that:
(1) The "bodily injury" or "property damage" for
which coverage is sought occurs; and
(2) The "personal injury" for which coverage is
sought arises out of an offense committed;
after you have signed that "written contract
requiring insurance". But this insurance provided
to the additional insured still is excess over valid
and collectible other insurance, whether primary,
excess, contingent or on any other basis, that is
available to the additional insured when that
person or organization is an additional insured
under any other insurance.
CG D3 81 09 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 2
Includes the copyrighted material of Insurance Services Office, Inc., with its permission
COMMERCIAL GENERAL LIABILITY
3. The following is added to Paragraph 8., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV — COMMERCIAL GENERAL
LIABILITY CONDITIONS:
We waive any right of recovery we may have
against any person or organization because of
payments we make for "bodily injury", "property
damage" or "personal injury" arising out of "your
work" performed by you, or on your behalf, done
under a "written contract requiring insurance" with
that person or organization. We waive this right
only where you have agreed to do so as part of
the "written contract requiring insurance" with
such person or organization signed by you
before, and in effect when, the "bodily injury" or
"property damage" occurs, or the "personal injury"
offense is committed.
4. The following definition is added to the
DEFINITIONS Section:
"Written contract requiring insurance" means that
part of any written contract under which you are
required to include a person or organization as an
additional insured on this Coverage Part,
provided that the "bodily injury" and "property
damage" occurs and the "personal injury" is
caused by an offense committed:
a. After you have signed that written contract;
b. While that part of the written contract is in
effect; and
c. Before the end of the policy period.
Page 2 of 2 © 2015 The Travelers Indemnity Company. All rights reserved. CG D3 81 09 15
Includes the copyrighted material of Insurance Services Office, Inc., with its permission
COMMERCIAL GENERAL LIABILITY
c. Method Of Sharing
If all of the other insurance permits contribution
by equal shares, we will follow this method also.
Under this approach each insurer contributes
equal amounts until it has paid its applicable
limit of insurance or none of the loss remains,
whichever comes first.
If any of the other insurance does not permit
contribution by equal shares, we will contribute
by limits. Under this method, each insurer's
share is based on the ratio of its applicable limit
of insurance to the total applicable limits of
insurance of all insurers.
d. Primary And Non -Contributory Insurance If
Required By Written Contract
If you specifically agree in a written contract or
agreement that the insurance afforded to an
insured under this Coverage Part must apply on
a primary basis, or a primary and non-
contributory basis, this insurance is primary to
other insurance that is available to such insured
which covers such insured as a named insured,
and we will not share with that other insurance,
provided that:
(1) The "bodily injury" or "property damage" for
which coverage is sought occurs; and
(2) The "personal and advertising injury" for
which coverage is sought is caused by an
offense that is committed;
subsequent to the signing of that contract or
agreement by you.
S. Premium Audit
a. We will compute all premiums for this Coverage
Part in accordance with our rules and rates.
b. Premium shown in this Coverage Part as
advance premium is a deposit premium only. At
the close of each audit period we will compute
the earned premium for that period and send
notice to the first Named Insured. The due date
for audit and retrospective premiums is the date
shown as the due date on the bill. If the sum of
the advance and audit premiums paid for the
policy period is greater than the earned
premium, we will return the excess to the first
Named Insured.
c. The first Named Insured must keep records of
the information we need for premium
computation, and send us copies at such times
as we may request.
6. Representations
By accepting this policy, you agree:
a. The statements in the Declarations are
accurate and complete;
b. Those statements are based upon
representations you made to us; and
c. We have issued this policy in reliance upon
your representations.
The unintentional omission of, or unintentional error
in, any information provided by you which we relied
upon in issuing this policy will not prejudice your
rights under this insurance. However, this provision
does not affect our right to collect additional
premium or to exercise our rights of cancellation or
nonrenewal in accordance with applicable insurance
laws or regulations.
7. Separation Of Insureds
Except with respect to the Limits of Insurance, and
any rights or duties specifically assigned in this
Coverage Part to the first Named Insured, this
insurance applies:
a. As if each Named Insured were the only
Named Insured; and
b. Separately to each insured against whom claim
is made or "suit" is brought.
8. Transfer Of Rights Of Recovery Against Others
To Us
If the insured has rights to recover all or part of any
payment we have made under this Coverage Part,
those rights are transferred to us. The insured must
do nothing after loss to impair them. At our request,
the insured will bring "suit" or transfer those rights
to us and help us enforce them.
9. When We Do Not Renew
If we decide not to renew this Coverage Part, we will
mail or deliver to the first Named Insured shown in
the Declarations written notice of the nonrenewal
not less than 30 days before the expiration date.
If notice is mailed, proof of mailing will be sufficient
proof of notice.
SECTION V — DEFINITIONS
1. "Advertisement" means a notice that is broadcast or
published to the general public or specific market
segments about your goods, products or services
for the purpose of attracting customers or
supporters. For the purposes of this definition:
a. Notices that are published include material
placed on the Internet or on similar electronic
means of communication; and
b. Regarding websites, only that part of a website
that is about your goods, products or services
for the purposes of attracting customers or
supporters is considered an advertisement.
Page 16 of 21 © 2017 The Travelers Indemnity Company All rights reserved. CG T1 00 02 19
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Professional Liability and Pollution Incident Liability Insurance
CND
Pcli�-V
After the Insured reports a circumstance or a claim is made and the Insured has the right under any
contract to either reject or demand arbitration or other alternative dispute resolution process, the
Insured shall only do so with the Insurer's prior written consent.
C. The Insured's Rights and Duties in the Event of a Circumstance
If the Insured reports a circumstance for which there may be coverage under this Policy, and the
Insured gives the Insurer written notice containing as much detail as the Insured can reasonably provide
regarding:
1. what happened and the professional services or activities the Insured performed;
2. the nature of any possible injury or damages; and
3. how and when the Insured first became aware of such circumstance,
then any claim or related claims that subsequently may be made against the Insured arising out of such
circumstance shall be deemed to have been made on the date the Insurer received written notice of the
circumstance.
The Insured will cooperate with the Insurer in addressing the circumstance, and refuse, except solely at
the Insured's own cost, to voluntarily make any payment, admit liability, assume any obligation, or incur
any expense without the Insurer's prior written approval.
\ D. Subrogation
If any Insured has rights to recover amounts from another, those rights are transferred to the Insurer to
the extent of the Insurer's payment. The Insured must do everything necessary to secure these rights
and must do nothing after a claim is made to jeopardize them. The Insurer hereby waives subrogation
rights against any person or organization to the extent that the Named Insured has, prior to a wrongful
act or circumstance, entered into a written agreement to waive such rights.
E. Premium
All premium charges under this Policy will be computed according to the rules, rates and rating plans
that apply at the effective date of the current policy term.
F. Examination and Audit
The Insured agrees to allow the Insurer to examine and audit the Insured's financial books and records
that relate to this insurance. The Insurer may do this at any time during the policy term or any
extensions, and up to three years after the end of the policy term.
G. Legal Action Limitation
1. The Insured agrees not to bring any legal action against the Insurer concerning this Policy unless the
Insured has fully complied with all the provisions of this Policy.
2. If, after the final adjudication or settlement of a claim, there is any dispute concerning tort
allegations against the Insurer regarding the handling or settlement of any claim, the Insured and the
Insurer agree to submit such dispute to any form of alternative dispute resolution acceptable to both
parties. Should the Insured and the Insurer be unable to agree on the form of alternative dispute
resolution, then such dispute shall be submitted to binding arbitration administered by the American
Arbitration Association under its Commercial Arbitration Rules, and judgment on the award rendered
by the arbitrators may be entered in any court having jurisdiction thereof.
H. Changes to Policy
None of the provisions of this Policy will be waived, changed, or modified except by written
endorsement to this Policy.
I. Transfer of Interest
Form No: CNA79034XX (04-2020) Policy No: AEH591920345
Policy Page 13 of 17 Policy Effective Date: 06/15/2022
Underwriting Company: Continental Casualty Company Policy Page: 15 of 28
151 North Franklin Street, Chicago, IL 60606
s► WORKERS COMPENSATION
T�Q�/���r� 1 G G AND
ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY
HARTFORD CT 06183 ENDORSEMENT WC 00 03 03 (C)
POLICY NUMBER: UB-3S295329-22-47-G
EMPLOYERS LIABILITY COVERAGE ENDORSEMENT
This endorsement applies only to work in the states shown in the Schedule.
A. Part One (Workers Compensation Insurance) does not apply to work in a state shown in the Schedule.
B. Part Two (Employers Liability Insurance) applies to work in states shown in the Schedule as though they were
shown in Item 3.A. of the Information Page.
C. Part Two (Employers Liability Insurance), C. Exclusions is changed by adding these exclusions.
This insurance does not cover:
13. bodily injury to an employee when you are deprived of common law defenses or are subject to penalty
because of your failure to secure your obligations under the workers compensation law of any state
shown in the Schedule or otherwise fail to comply with that law.
SCHEDULE
States
WA
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise
stated.
(The information below is required only when this endorsement is issued subsequent to preparation of
the policy.)
Endorsement Effective Policy No. Endorsement No.
Insured
Insurance Company Countersigned by
Premium $
DATE OF ISSUE: 04-21-22 ST ASSIGN: Page 1 of 1
1 RAYFLIERS?k WORKERS COMPENSATION
AND
ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY
HARTFORD CT 06183
ENDORSEMENT WC 00 03 13 (00) - 001
POLICY NUMBER: UB-3S295329-22-47-G
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This, agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule.
SCHEDULE
DESIGNATED PERSON:
DESIGNATED ORGANIZATION:
ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED
BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS
WAIVER.
DATE OF ISSUE: 04-21-22 STASSIGN PAGE 1 OF
Washington State Department of Revenue
< Business Lookup
License Information: New search Back to results
Entity name: SHEA CARR & JEWELL, INC.
Business name: SHEA CARR & JEWELL, INC.
Entity type: Profit Corporation
UBI #: 602-612-261
Business ID: 001
Location ID: 0001
Location: Active
Location address: 8730 TALLON LN NE STE 200
LACEY WA 98516-6609
Mailing address: 8730 TALLON LN NE STE 200
LACEY WA 98516-6609
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Page 1 of 2
Endorsements
Filter
Endorsements held at this locat License # Count Details
Status
Expiration date First issuance d
Aberdeen General Business -
216350
Active
Jan-01-2019
Non -Resident
Bonney Lake General
Active
Feb-29-2024
Mar-07-2023
Business - Non -Resident
Bremerton General Business
31856
Active
May-31-2023
Apr-16-2016
- Non -Resident
Burien General Business -
13107
Active
May-31-2023
Apr-02-2018
Non -Resident
East Wenatchee General
Active
May-31-2023
Jun-26-2017
Business - Non -Resident
Federal Way General
14-102813-00-
Active
May-31-2023
Jun-13-2014
Business - Non -Resident
Endorsements held at this locat License #
I
Count Details Status
Expiration date First issuance d
i
Fife General Business - Non-
Active
May-31-2023
Apr-12-2021
Resident
Grand Coulee General 013440.0
Active
May-31-2023
Mar-09-2012
Business - Non -Resident
Kirkland General Business - OBL31970 Active
May-31-2023
Dec-07-2018
Non -Resident
Lacey General Business 23775
Active
May-31-2023
May-09-2014
Milton General Business -
Active
May-31-2023
Oct-23-2020
Non -Resident
Montesano General Business 7280
Active
May-31-2023
May-12-2021
- Non -Resident
Olympia General Business - 39294
Active
May-31-2023
Oct-11-2019
Non -Resident
Port Orchard General
Active
May-31-2023
Aug-31-2017
Business - Non -Resident
Port Townsend General
Active
May-31-2023
Sep-18-2017
Business - Non -Resident
Governing People May include governing people not registered with Secretary o/State
Governing people
Title
CARR, JEAN
HICKS, LISA
JOHNSTON, ERIC
MCDONALD, TAMMY
Registered Trade Names
Registered trade names
Status
First issued
i
SCJ ALLIANCE
I
Active
Jul-07-2011
I
View Additional Locations
The Business Lookup information is updated nightly. Search date
and time: 3/17/2023 11:11:07
AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported