HomeMy WebLinkAboutAG 17-119 RETURN TO: PW ADMIN EXT: 2700 ID#: ✓ U 5
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTINNG FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/501071,44/e/7"
2. ORIGINATING STAFF PERSON: 7blitenr EXT: 27/6 3. DATE REQ.BY: /0/1/10/g
3. TYPE OF DOCUMENT(CHECK ON
o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT o HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE o RESOLUTION
X CONTRACT AMENDMENT(AG#):/7/17 o INTERLOCAL
o OTHER ,.•
4. PROJECT NAME: A/�741s/rxji✓GC/, /pff(L ohta sL AMov-pm iry
5. NAME OF CONTRACTOR:fiwi)yekirr
ADDRESS: yo/ S. *Coot/YiTS.O ?z� fs/oy TELEP O E' . 41/1-SAGO
E-MAIL:7*.�f6/Aryifejimnib1' M,roI FAX: .44 -c21S
SIGNATURE NAME:14/4,4"6/417TITLE: f,/!.E CkQ,u17V� ff1C
6. EXHIBITS AND ATTACHMENTS: SCOPE,WORK OR SERVICES ❑ COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# /BL,EXP. 12/31/ UBI# ,EXP. / /
7. TERM: COMMENCEMENT DATE: . ..J.91S` (7 COMPLETION DATE:"awry,,_20/'
8. TOTAL COMPENSATION:$ 7#9,47 45 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: 0 CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: AY(.0*
9. DOCUMENT/CONTRACT REVIEW INITIAL/7,47E REVIEWED INITIAL/DATE APPROVED
¢(PROJECT MANAGER /
❑ DEPUTY DIRECTOR
X DIRECTOR
o RISK MANAGEMENT (IF APPLICABLE) /� _ _,
LAW DEPT I0/}c(//g
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: SII/ COMMITTEE APPROVAL DATE: 4
SCHEDULED COUNCIL DATE: � COUNCIL APPROVAL DATE: A/A
11. CONTRACT SIGNATURE ROUTING DATE RECD: �Z//p /
10
SENT TO VENDOR/CONTRACTOR DATE SENT: ////!(,/,04
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICNSES,EXHIBITS
o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 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
yl SIGNATORY(MAYOR OR DIRECTOR) L�i1o!
CITY CLERK IFO# k�1�41[ASSIGNED AG# 4 t-SIGNED COPY RETURNEDE SENT: 01-IA
D F O 0,,a,...._
TT r�ve�c vccirniv tic
COMMENTS:
EXECUTE"2. "ORIQINALS U' yam/C&1 //✓i A,f0A/Gr ,(/iNlesfgfr 41/iIf0✓6.
.� &Al see .I-1/-e Vta(avt -xeeca.t< J c 41-(4"44711- L44f 01;f(utf.
1''4DDr�/b /1(44107Th TL . 17jfu/ss1 an-IOWA a,/107 /8
1/2018
Amendment 4
To
Task Order 1
Agreement GA 0144-17
City Services Agreement Between the City of Federal Way and Sound Transit
for City Costs Related to Sound Transit Project Review and Permitting
In accordance with Section 19.9 of the Agreement,this Amendment 4 to Task Order 1 is entered into by
and between Sound Transit and the City.
The purpose of this Amendment is to modify Attachment 1 "RFP Preparation Scope of Work" and Attachment 3
"Cost Estimate"of Task Order 1. Now,therefore,the parties agree to amend the Task Order as follows:
1. Attachment 1 "RFP Preparation Scope of Work" is deleted in its entirety and replaced with
the attached Attachment 1 "Scope of Work."
2. Attachment 2 "Cost Estimate" is amended to add increased budget, reflecting the change to
the"Scope of Work."
All other provisions of Task Order 1, as previously amended, shall remain in full force and effect.
This Amendment 4 to Task Order 1 shall be effective as of the date signed by Sound Transit.
Approved Approved
Sound Transit City of Federal Way
Signature Onature
\A . . --, O� coo Toy')aicrm,.sare7lAtarruA,.ta✓
Print or Type Name, Title Print or Type Name, Title
Date: \ 2- \ Date: //G/, ,$
GA 0144-17
Task Order 1 Amendment 4
Task Order 1 Attachment 1—Scope of Work.
A. Project Administration.
A.1. Coordination and Communication. The key purpose of coordination and communication
during this phase is to identify and resolve key issues that need to be addressed in the Design-
Build RFP and, upon publication of the RFP to the shortlisted firms,to support Sound Transit's
Design-Build Contractor procurement process.Activities include participating in regularly
scheduled (weekly or bi-weekly as needed) project coordination meetings with Sound Transit
and preparing for and/or following up on key topics to advance resolution of issues for inclusion
in the Project Requirements, Development Agreement,Transit Way Agreement,and other
agreements and plans, as appropriate. Identification and discussion regarding projects and/or
proposals(e.g., utility, public works projects,or private development projects) that present
partnership opportunities or the potential to conflict with Sound Transit's Project is also
included.
Deliverables
• Attend Sound Transit project coordination meetings.
A.2. Management and Administration. The key purpose of this task is to provide accurate and
timely project administration and production of quality work products. This task will be
continuous throughout the duration of this phase and includes the work necessary to set up and
staff the City's participation in meetings and design review, monthly or quarterly invoicing,
monitoring and reporting progress, preparing for future Project phases, and providing overall
project coordination.
Deliverables
• Provide monthly or quarterly invoicing and progress reporting and on-going project
management activities.
A.3 Agreements.The key purpose of this task is to provide for timely approval of task orders and
other relevant agreements.
Deliverables
• The City will work with Sound Transit to approve one or more letters of concurrence on
key design and/or code issues and to develop a final draft of the Development and
Transit Way Agreements.
• The City will work with Sound Transit to approve task orders and other agreements as
requested by Sound Transit.
A.4. Selection of City Project Liaison. The key purpose of selecting a City Project Liaison during
this phase is to begin the more intensive coordination with Sound Transit required to deliver the
FWLE Project. After D-B NTP,the City Project Liaison will be co-located (at least part-time) at
GA 0144-17
Task Order 1 Amendment 4
the Project office and their primary function will be to identify and resolve issues to support the
design process and development of plans that satisfy the City's permitting requirements. The
cost estimate included as Attachment 3 to this Task Order presumes that the City Project Liaison
position will be funded by Sound Transit. Given the mutual interests of both Sound Transit and
the City in identifying/selecting a City Project Liaison who will be qualified and effective in
discharging their duties(see City Project Liaison Job Description included as Attachment 4 to this
Task Order),the City will allow Sound Transit to participate in the process of selecting the best-
qualified candidate for the position, including approval of the published job description and
participation on the candidate selection panel.
Deliverables
• Post a job description for the City Project Liaison.
• Select the best-qualified candidate for the position.
B. Design Review.
B.1. Over-the-Shoulder(OTS) Review—RFP and Agreements. The key purpose of OTS review
during this phase is to ensure that the Project Requirements in the RFP and terms in the
Development Agreement capture City codes and regulations and describe where and how
deviations from codes and regulations may be granted. Close coordination,through the
regularly scheduled meetings referenced in A.1 and additional meetings as needed, will be
necessary to advance, review, and communicate design developments with Project team
members and to seek feedback or concurrence from the City.
Deliverables
• Provide input on Project Requirements and Agreements as requested by Sound Transit.
B.2. Over-the-Shoulder(OTS) Review—Design-Build Contractor Coordination. The key purpose
of this task is to involve the City in elements of the developing Design-Build Contractor
proposals(in accordance with procurement processes) to ensure that the design is consistent
with City codes and regulations. Close coordination,through regularly scheduled meetings
referenced in Section A of this Task Order and additional meetings as needed, will be necessary
to advance, review and communicate issues with the City and to seek feedback or concurrence
from the City. The City will be responsible for performing reviews of documents within a
timeframe mutually agreed upon with Sound Transit staff. If for any reason the City requires
additional review time,the City will notify Sound Transit as soon as possible.
Deliverables
• Provide input on plans and documents as requested by Sound Transit to support Design-
Build notice to proceed.
C. Planning and Design Coordination. Includes all Project elements that interface with City codes,
permitting, inspection, etc. Specific areas of focus include:
GA 0144-17
Task Order 1 Amendment 4
C.1. Station Access Improvements.The purpose of coordination between the City and Sound
Transit during this phase is to support safe and convenient multi-modal access to the stations.
This will be accomplished through close coordination to develop project requirements for
station access improvements, such as kiss and ride, bus, pedestrian,and bicycle facilities that
meet City codes and regulations. If needed,this task would be used by the City to provide input
into station access improvements that may be proposed by the Design-Build Contractor.
Deliverables
• The City will work with Sound Transit to develop project requirements for station access
improvements.
• Provide input on access improvements proposed by Design-Build Contractor.
C.2. Potential Future Surplus Property.The purpose of coordination between the City and
Sound Transit during this phase is to ensure that if and when Sound Transit identifies surplus
property in the City, the City and Sound Transit will agree to a process to define goals and
desired outcomes on the future surplus property. This work may take place during this task
order and/or during a future task order, as necessitated by the Project's progression.
Deliverables
• The City will work with Sound Transit to establish a process and defined outcomes for
potential future surplus property.
C.3. Right-of-Way(ROW).The purpose of coordination between the City and Sound Transit
during this phase is to ensure that plans in the ROW are consistent with City codes and
regulations.This will include working with Sound Transit to identify and streamline processes for
ROW vacations and dedications, confirm city requirements for ROW easements and facilitate
City approvals as appropriate.Approval for Sound Transit to construct, operate and maintain the
light rail within the City's ROW will be through a separate Transit Way Agreement or similar
standalone agreement,which Sound Transit views as a key approval.
Deliverables
• Agreement on processes for ROW vacations and dedications.
• The City will work with Sound Transit to develop a final draft of the Transit Way
Agreement.
C.4. Joint Projects or Partnerships.The purpose of coordination on joint projects or partnerships
is to support collaboration on related City projects that Sound Transit may be contributing to as
mitigation or project enhancement,third party projects(private,WSDOT, utility)that require
Sound Transit-City collaboration, or additional project elements that need to be incorporated
into the Sound Transit Project.
GA 0144-17
Task Order 1 Amendment 4
D. Permits and Approvals.
D.1. Establish Permit Process.A key activity during this project phase is to jointly develop a
Preliminary Project Permitting plan that supports the project schedule and provides the City
with the information and time needed to provide approvals. City and Sound Transit staff will
work together to establish mutually agreeable procedures and to streamline processes where
possible. These processes and procedures will be documented in the Project Requirements
and/or Development Agreement,as appropriate. The Preliminary Project Permitting Plan will
be used by the Design-Build Contractor as guidance to develop a Permitting Plan as one of the
earliest activities.
Deliverables
• The City will work with Sound Transit to develop a mutually agreeable Preliminary
Project Permitting Plan and relevant project requirements and/or language for the
Development Agreement.
D.2. Permitting and Inspection Activities. Not Used. Permitting and inspection activities will be
undertaken in a subsequent project phase and addressed through a later task order.
D.3. Staffing Plan. Building on progress to date, including the Preliminary Project Permitting
Plan, the City and Sound Transit staff will work together to develop a Staffing Plan that supports
the project schedule and helps inform the level of City staffing needed to meet the schedule.
Deliverables
• Develop a staffing plan to support the Preliminary Project Permitting plan and overall
Project schedule.
D.4. Design-Build Procurement Process. City subject matter experts(SMEs) may be requested
by Sound Transit staff to participate in the Design-Build procurement process to ensure that
design proposals are consistent with City codes and regulations. During the RFP Phase city SMEs
may be requested to review/research Alternative Technical Concepts, participate in one-on-one
meetings with proposers and/or review proposals submitted by the shortlisted firms. The key
purpose of this activity is to provide SME support for Sound Transit's Design-Build procurement
process as requested by Sound Transit staff.
Deliverables
• Assist Sound Transit,as requested, by providing information, documentation,or other
assistance to aid Sound Transit in reviewing and/or responding to DESIGN-BUILD
Contractor qualifications, proposals, RFIs and ATC proposals.
E. Other Work. Not used.
GA 0144-17
Task Order 1 Amendment 4
•
•
Task Order #01 —Amendment 4
Attachment 2: Cost Estimate.
Contract contingency will be used per Sound Transit discretion and in accordance with signature
authority procedures.
Original Cost Estimate
Labor(1)
Task Hours Rate 0/H Rate Total
Task 1.0 (TO 1 Ongoing Review
Sections A, B.1, C, D) and Coordination 992 $122.48 Incl. $121,500
Task 2.0(TO 1 Formal Submittal
Section B.2) Review 1,240 $122.48 Incl. $151,873
Subtotal 2,232 $273,373
Other Direct Costs (ODCs) $0
Contingency $27,337
Total Original
Estimated Cost $300,710
Additional Cost Estimate
Coordination and
Communications
Task A Project on Procurements
Administration and Agreements 436 $126.77 Incl. $55,272
Over-the-Shoulder
review and
comments on RFP 1,090 $126.77 Incl.
Task B Design documents and
Review Agreements $138,179
Task C Planning and 327 $126.77 Incl.
Design Coordination $41,454
Task D Initial
Permitting Plan 327 $126.77 Incl.
Development $41,454
Fixed Fee N/A
Subtotal $276,359
Other Direct Costs (ODCs) $0
Contingency _ $27,636
Total Additional
Estimated Cost _ $303,995
GA 0144-17
Task Order 1 Amendment 4
Total Cost Estimate
$604,705
(1) Weighted average labor rates, actual reimbursement is based on applicable hourly rate per
section 6.1 of the City Services Agreement.
GA 0144-17
Task Order 1 Amendment 4
RETURN TO: PW ADMIN EXT: 2700 ID #: J
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / J*M> 77Q4 Cr -
2. ORIGINATING STAFF PERSON: /ONy bgafzyf EXT: 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ 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
Cl OTHER
4. PROJECT NAME: ,SUkA ?I&IIPY- /2JLf, 9AK-044-Z Al AV9AlI V67Vri3
5. NAME OF CONTRACTOR:
ADDRESS:.'YO/ 0 TELEPHON "10,6378--rogo
E-MAIL: 17GWi'i/YD fui�y rfO.C� FAX:
SIGNATURE NAME: -N& 4"0227 TITLE: GG
6. EXHIBITS AND ATTACHMENTS: X SCOPE, WORK OR SERVICES ❑ 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 # , EXP. —/—/-
/_7.
7. TERM: COMMENCEMENT DATE: COMPLETION DATE:Aa6aarrl
8. TOTAL COMPENSATION: $, us (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES O<NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ;KNO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 77&y ka's
9. DOCUMENT / CONTRACT REVIEW INITIAL/ DATE REVIEWED INITIAL / DATE APPROVED
PROJECT MANAGER 1p /E
E)l3j'164ON-MANA-,E� 491
f� DEPUTY DIRECTOR �.�/ i 1S
�C DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE) _
la LAW DEPT _
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
��
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: /V/.
11. CONTRACT SIGNATURE ROUTING
,C.SENT TO VENDOR/CONTRACTOR DATE SENT: A616DATE REC'D: 30
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LqCLINSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 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
K SIGNATORY (MAYOR OR DIRECTOR /Q
CITY CLERK Ythplif Nit
(ASSIGNED AG # AG#
V SIGNED COPY RETURNED DATE SENT: 1
COMMENTS:
EXECUTE "I " ORIGINALS Gf� TY i/6NS x4"— t-xn'Am mM *W -b hA/mDMk4 jj'&0'rLA&.
�
I.�►s �,ScUcs-
1/201 S
Amendment 3
To
Task Order 1
Agreement GA 0144-17
City Services Agreement Between the City of Federal Way and Sound Transit
for City Costs Related to Sound Transit Project Review and Permitting
In accordance with Section 19.9 of the Agreement, this Amendment 3 to Task Order 1 is entered into by
and between Sound Transit and the City of Federal Way.
The purpose of this Amendment is to modify Attachment 1 "RFP Preparation Scope of Work" and
Attachment 2 "Estimated Schedule" of Task Order 1. Now, therefore, the parties agree to amend the Task
Order as follows:
Attachment 1 "RFP Preparation Scope of Work" is deleted in its entirety and replaced with
the attached Attachment 1 "Scope of Work."
2. Attachment 2 "Estimated Schedule" is deleted in its entirety and replaced with the attached
Attachment 2 "Estimated Schedule."
All other provisions of Task Order 1, as previously amended, shall remain in full force and effect.
This Amendment 3 to Task Order 1 shall be effective as of the date signed by Sound Transit.
Approved
Sound Transit
Approved
City of Federal Way
X2YSignature nature
Uzi 3E- c.:
�Ess��SOuv�7�ftAf :LI OA/
Print or Type Name, Title Print or Type Name, Title
Date: Date: g/f f
�/�oig
GA 0144-17
Task Order 1 Amendment 3
Task Order 1 Attachment 1— Scope of Work.
A. Prosect Administration.
A.I. Coordination and Communication. The key purpose of coordination and communication
during this phase is to identify and resolve key issues that need to be addressed in the Design -
Build RFP and, upon publication of the RFP to the shortlisted firms, to support Sound Transit's
Design -Build Contractor procurement process. Activities include participating in regularly
scheduled (weekly or bi-weekly as needed) project coordination meetings with Sound Transit
and preparing for and/or following up on key topics to advance resolution of issues for inclusion
in the Project Requirements, Development Agreement, Transit Way Agreement, and other
agreements and plans, as appropriate. Identification and discussion regarding projects and/or
proposals (e.g., utility, public works projects, or private development projects) that present
partnership opportunities or the potential to conflict with Sound Transit's Project is also
included.
Deliverables
• Attend Sound Transit project coordination meetings.
A.2. Management and Administration. The key purpose of this task is to provide accurate and
timely project administration and production of quality work products to allow for Sound
Transit's design and construction of the project. This task will be continuous throughout the
duration of this phase and includes the work necessary to set up and staff the City's
participation in meetings and design review, monthly or quarterly invoicing, monitoring and
reporting progress, preparing for future Project phases, and providing overall project
coordination.
Deliverables
• Provide monthly or quarterly invoicing and progress reporting and on-going project
management activities.
A.3. Agreements. The key purpose of this task is to provide for timely approval of task orders
and other relevant agreements.
Deliverables
• The City will work with Sound Transit to approve one or more letters of concurrence on
key design and/or code issues and to develop a final draft of the Development and
Transit Way Agreements.
B. Design Review.
B.1. Over -the -Shoulder (OTS) Review — RFP and Agreements. The key purpose of OTS review
during this phase is to ensure that the Project Requirements in the RFP and terms in the
Development Agreement capture City codes and regulations and describe where and how
deviations from codes and regulations may be granted. Close coordination, through the
regularly scheduled meetings referenced in A.1 and additional meetings as needed, will be
GA 0144-17
Task Order 1 Amendment 3
necessary to advance, review, and communicate design developments with Project team
members and to seek feedback or concurrence from the City.
Deliverables
• Provide input on Project Requirements and Agreements as requested by Sound Transit.
B.2. Over -the -Shoulder (OTS) Review — Design -Build Contractor Coordination. The key purpose
of this task is to involve the City in elements of the developing Design -Build Contractor
proposals (in accordance with procurement processes) to ensure that the design is consistent
with City codes and regulations. Close coordination, through regularly scheduled meetings
referenced in Section A of this Task Order and additional meetings as needed, will be necessary
to advance, review and communicate issues with the City and to seek feedback or concurrence
from the City. The City will be responsible for performing reviews of documents within a
timeframe mutually agreed upon with Sound Transit staff. If for any reason the City requires
additional review time, the City will notify Sound Transit as soon as possible.
Deliverables
• Provide input on plans and documents as requested by Sound Transit to support Design -
Build notice to proceed.
C. Planning and Design Coordination. Includes all Project elements that interface with City codes,
permitting, inspection, etc. Specific areas of focus include:
C.1. Station Access Improvements. The purpose of coordination between the City and Sound
Transit during this phase is to support safe and convenient multi -modal access to the stations.
This will be accomplished through close coordination to develop project requirements for
station access improvements, such as kiss and ride, bus, pedestrian, and bicycle facilities that
meet City codes and regulations. If needed, this task would be used by the City to provide input
into station access improvements that may be proposed by the Design -Build Contractor
Deliverables
• The City will work with Sound Transit to develop project requirements for station access
improvements.
• Provide input on access improvements proposed by Design -Build Contractor.
C.2. Potential Future Surplus Property. The purpose of coordination between the City and Sound
Transit during this phase is to ensure that if and when Sound Transit identifies surplus property
in the City that is equal to or larger than one acre in size, the City and Sound Transit will prepare
an Implementation Agreement. This agreement will establish a process to define outcomes on
the future surplus property that are consistent with Sound Transit's Equitable Transit Oriented
Development Policy, the City's applicable design guidelines and development regulations and
reflects the City's goals. This work may take place during this task order and/or during a future
task order, as necessitated by the Project's progression.
GA 0144-17
Task Order 1 Amendment 3
Deliverables
• The City will work with Sound Transit to establish a process and defined outcomes for
potential future surplus property.
C.3. Right -of -Way (ROW). The purpose of coordination between the City and Sound Transit
during this phase is to ensure that plans in the ROW are consistent with City codes and
regulations. This will include working with Sound Transit to identify and streamline processes for
ROW vacations and dedications, confirm City requirements for ROW easements and facilitate
City approvals as appropriate. Approval for Sound Transit to construct, operate and maintain
the light rail within the City's ROW will be through a separate Transit Way Agreement or similar
standalone agreement, which sound Transit views as a key approval.
Deliverables
• Agreement on processes for ROW vacations and dedications.
• The City will work with Sound Transit to develop a final draft of the Transit Way
Agreement.
CA. Joint Proiects or Partnerships. The purpose of coordination on joint projects or partnerships
is to support collaboration on related City projects that Sound Transit may be contributing to as
mitigation or project enhancement, third party projects (private, WSDOT, utility) that require
Sound Transit -City collaboration, or additional project elements that need to be incorporated
into the Sound Transit Project. Said joint projects or partnerships will be further defined and
responsibilities outlined under separate task orders or agreements.
D. Permits and Approvals.
D.1. Establish Permit Process. A key activity during this project phase is to jointly develop a
Preliminary Project Permitting plan that supports the project schedule and provides the City
with the information and time needed to provide approvals. City and Sound Transit staff will
work together to establish mutually agreeable procedures and to streamline processes where
possible. These processes and procedures will be documented in the Project Requirements
and/or Development Agreement, as appropriate. The Preliminary Project Permitting Plan will
be used by the Design -Build Contractor as guidance to develop a Permitting Plan as one of the
earliest activities.
Deliverables
• The City will work with Sound Transit to develop a mutually agreeable Preliminary
Project Permitting Plan and relevant project requirements and/or language for the
Development Agreement.
D.2. Permitting and Inspection Activities. Not Used. Permitting and inspection activities will be
undertaken in a subsequent project phase and addressed through a later task order.
GA 0144-17
Task Order 1 Amendment 3
D.3. Staffing Plan. Building on progress to date, including the Preliminary Project Permitting
Plan, the City and Sound Transit staff will work together to develop a Staffing Plan that supports
the project schedule and helps inform the level of City staffing needed to meet the schedule.
Deliverables
• Develop a staffing plan to support the Preliminary Project Permitting plan and overall
Project schedule.
DA. Design -Build Procurement Process. City subject matter experts (SMEs) may be requested
by Sound Transit staff to participate in the Design -Build procurement process to ensure that
design proposals are consistent with City codes and regulations. During the RFP Phase, City
SMEs may be requested to review/research Alternative Technical Concepts, participate in one-
on-one meetings with proposers and/or review proposals submitted by the shortlisted firms.
The key purpose of this activity is to provide SME support for Sound Transit's Design -Build
procurement process as requested by Sound Transit staff.
Deliverables
Assist Sound Transit, as requested, by providing information, documentation, or other
assistance to aid Sound Transit in reviewing and/or responding to Design -Build
Contractor qualifications, proposals, RFls and ATC proposals.
E. Other Work. Not used.
GA 0144-17
Task Order 1 Amendment 3
Task Order Attachment 2: Estimated Schedule.
Task
Estimated Start
Month
Estimated End
Month
A.1. Coordination and Communication
January 2017
August 2019
A.2. Management and Administration
January 2017
August 2019
A.3 Agreements
January 2017
August 2019
B.1. OTS Review— RFP and Agreements
January 2017
August 2019
B.2. OTS Review — Design -Build Contractor
January 2017
August 2019
C.1. Station Access Improvements
January 2017
August 2019
C.2. Potential Future Surplus Property
January 2017
August 2019
C.3. Right -of -Way
January 2017
August 2019
CA. Joint Projects or Partnerships
TBD
August 2019
D.1 Establish Permit Process
March 2017
August 2019
D.2. Permitting and Inspection Activities
NA
NA
D.3. Staffing Plan
July 2018
August 2019
DA. Design -Build Contractor Selection Process
July 2018
August 2019
GA 0144-17
Task Order 1 Amendment 3
RETURN TO: PW ADMIN EXT: 2700 ID #: '
CITY OF FEDERAL WAY LA --W DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 50 y
2. ORIGINATING STAFF PERSON: EXT: 2-f \ 3 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
Cl CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ 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#): %-1- �� ❑ INTERLOCAL
❑ OTHER
4. PROJECTNAME: Soo N1�') PtNS\T' F�1L. \Acg\'S 01Z�L�- 1 ftMC c�R. Z
5. NAME OF CONTRACTOR: SO0\T
ADDRESS: GkO \ 5 b+ so -a k.kke, t.� k 9R k 0 `t TELEPHONE: Z O
E-MAIL: 'S*iJ. hWt-VL•W A: tAgi2 sujot>l-Um-r-,LT, oLL- FAX: 2..0 to 3115 S 2 I S
SIGNATURE NAME: T>N >�3 Ao&CV- a -r H Y TITLE:.SOgNDZQ �IJ�►`C 1�1�1
S�BtcmvE' DLTR.�c..1o1L
6. EXHIBITS AND ATTACHMENTS:? SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE Cl ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP.
7. TERM: COMMENCEMENT DATE: Upon3 S % COMPLETION DATE: M> -L)% ---v- LO \9,
8. TOTAL COMPENSATION: S_ \ \fit tY I>hCe U 5 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES I'� NO IF YES, MAXIMUM DOLLAR AMOUNT: S
IS SALES TAX OWED: ❑ YES OPNO IF YES, S PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: N \A ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: U--..
9. DOCUMENT / CONTRACT REVIEW INITIAL/ DATE REVIEWED INITIAL / DATE APPROVED
❑ AGER
,9 DEPUTY DIRECTOR ?�✓ y \ \ \$
p DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
[R,LAW DEPT q�I
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
*SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
(❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 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 S�
VDSIGNATORY (MAYOR OR DIRECTO_ , 6 I $
❑ CITY CLERK N ►�Gt p�
❑ ASSIGNED AG # AG# J-1 - IIq $ C
SIGNED COPY RETURNED DATE SENT: o4 -11 -I -4r
COMMENTS:
EXECUTE °Z° ORIGINALS L LT T-
4/2017
-
4i2ov
Amendment 2
To
Task Order 1
Agreement GA 0144-17
City Services Agreement Between the City of Federal Way and Sound Transit
for City Costs Related to Sound Transit Project Review and Permitting
In accordance with Section 19.9 of the Agreement, this Amendment 2 to Task Order 1 is entered into by
and between Sound Transit and the City of Federal Way.
The purpose of this Amendment is to modify Attachment 2 "Estimated Schedule" of Task Order 1. Now,
therefore, the parties agree to amend the Task Order as follows:
Attachment 2 "Estimated Schedule" is deleted in its entirety and replaced with the attached
Attachment 2 "Estimated Schedule."
All other provisions of Task Order 1 shall remain in full force and effect.
This Amendment 2 to Task Order 1 shall be effective as of the date signed by Sound Transit.
Approved
Sound Transit
Approved
City of Federal Way
I AO
Signature Signature
EKCC,VLI X iC
P 0-04t, Cz
�A+J 4��� >�2���v2 c=—� �gb`� '>t�v�u���lcc W00v'birector—
Print or Type Name, Title Print or Type Name, Title
Date: ► ?, Date: y \ \ 16\ 1 g
GA 0144-17
Task Order i Amendment 2
Task Order Attachment 2: Estimated Schedule.
Task
Estimated Start
Month
Estimated End
Month
A.1. Coordination and Communication
January 2017
August 2018
A.2. Management and Administration
January 2017
August 2018
A.3 Agreements
January 2017
August 2018
B.1. OTS Review
January 2017
August 2018
B.2. Formal Submittals
June 2017
August 2018
C.1. Station Access
January 2017
August 2018
C.2. Transit Oriented Design
January 2017
August 2018
C.3. Right -of -Way
January 2017
August 2018
CA. Joint Projects or Partnerships
TBD
TBD
D.1 Establish Permit Process
March 2017
August 2018
D.2. Permitting and Inspection Activities
NA
NA
RETURN TO: PW ADMIN EXT: 2700 ID #:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / !XQU J%::) t'"
2. ORIGINATING STAFF PERSON: (. J %.-iNt..Sµ EXT: Z l N3 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
Cl PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
TOCONTRACT AMENDMENT (AG#): \� -, `1 ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: 1,00VPi\,> "C1LJ�N %Ty-%,at,,E TPbN..
5. NAME OF CONTRACTOR: �OI�N� - 'V- A I.iS \T
ADDRESS: Lkt7\ ST 'rcl- IrN I-9 yM' at?004 TELEPHONE: 'Z 06 19A
E-MAIL: 'Dknl. x%Ll.w&nA-ffi FAX: ZO(c36 5-7-15—
SIGNATURE
Z.ISSIGNATURE NAME: -t)NA AT�gtt.I.tAT`C�Q TITLE: SOUAlb "iQ.A.hb1T Sti
6. EXHIBITS AND ATTACHMENTS: IACOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑/PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES Cl PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31 / UBI # , EXP. / /
7. TERM: COMMENCEMENT DATE: V O 1, St t.tJ 14T-WRL= COMPLETION DATE: q' 301 I $
8. TOTAL COMPENSATION: $ l t{ T —�? N Y U-'-S (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES I NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ?IO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: IV I h ❑ `
RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: fi plc' V"S
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
H P* WEeT*tANWGrl'f —42=
in AGER
DEPUTY DIRECTOR ?/' I Z 1S`I
rp DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT a.I .% /i0/
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
11. CO TRACT SIGNATURE ROUTING
ENTTO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
((((((❑ 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 of
SIGNATORY (MAYOR OR D_IRECTOR)_7—
❑ CITY CLERK V
❑ ASSIGNED AG # AG# - V
❑ SIGNED COPY RETURNED DATE SENT:
❑ RETURN ONE ORIGINAL
COMMENTS:
EXECUTE "Z" ORIGINALS C 1 Y 5l
O F A L M 5T1 a L- '-gstc a R c.�--
4/2017
Amendment 1
To
Task Order 1
Agreement GA 0144-17
City Services Agreement Between the City of Federal Way and Sound Transit for
City Costs Related to Sound Transit Project Review and Permitting
In accordance with Section 19.9 of the City Services Agreement, dated July 17, 2017, this Amendment 1
to Task Order 1 is entered into by and between Sound Transit and the City.
The purpose of this Amendment is to modify Attachment 2 "Estimated Schedule" of Task Order 1. Now,
therefore, the parties agree to amend the Task Order as follows:
Attachment 2 "Estimated Schedule" is deleted in its entirety and replaced with the attached
Attachment 2 "Estimated Schedule."
Attachment 3 "Cost Estimate" is deleted in its entirety and replaced with the attached
Attachment 3 "Cost Estimate."
All other provisions of Task Order 1 shall remain in full force and effect.
This Amendment 1 to Task Order 1 shall be effective as of the date signed by Sound Transit.
Approved
Sound Transit
Approved
City of Federal Way
"ev�l
Signature Signat re
� �J C4 i�7 lam' t'iC.
Dan Abernathy, FWLE Executive Project Director, EJ Walsh, PE, Deputy Public Works Director,
Sound Transit City of Federal Way
Date: k 2 I o/ -7 Date: i Z I Zuu I —I
GA 0144-17
Task Order 1 Amendment 1
Task Order Attachment 2: Estimated Schedule.
Task
Estimated Start
Month
Estimated End
Month
A.1. Coordination and Communication
January 2017
April 2018
A.2. Management and Administration
January 2017
April 2018
A.3 Agreements
January 2017
April 2018
B.1. OTS Review
January 2017
April 2018
B.2. Formal Submittals
June 2017
April 2018
C.I. Station Access
January 2017
April 2018
C.2. Transit Oriented Design
January 2017
April 2018
C.3. Right -of -Way
January 2017
April 2018
C.4. Joint Projects or Partnerships
TBD
TBD
D.1 Establish Permit Process
March 2017
April 2018
D.2. Permitting and Inspection Activities
NA
NA
GA 0144-17
Task Order 1 Amendment 1
Task Order Attachment 3: Cost Estimate.
Contract contingency will be used per Sound Transit discretion and in accordance with signature
authority procedures.
Task
Hours
Labor Rate (1)
O/H Rate
Total
Task 1.0 (TO 1
Sections A, B.1, C, D)
Ongoing Review
and
Coordination
992
$122.48
Incl.
$121,500
Task 2.0 (TO 1
Section B.2)
Formal
Submittal
Review
1,240
$122.48
Incl.
$151,873
Subtotal
L2,232
$273,373
Other Direct Costs ODCs
$0
Contingency
$27,337
Total Estimated Cost
through 4/30/2018
$300,710
(1) Weighted average labor rates, actual reimbursement is based on applicable hourly rate per
section 6.1 of the City Services Agreement.
GA 0144-17
Task Order 1 Amendment 1
RETURN TO: PW ADMIN EXT: 2700 ID #:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / SOanc� �CGng�
2. ORIGINATING STAFF PERSON: �G�S^ ` EXT: 2_I \ 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ 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
VVIK-OTHER \ C.S1Z 0rtU-"C �;�7^- VnJ4--
4. PROJECT NAME: SOON `l �� 1ti1'��S�T 1.—T-AcSr� OL"c > E; -IL 7
5. NAME OF CONTRACTOR: SDV N7 �'lZ1o►JSNT
ADDRESS: 410% S Vt \e.. WA lRloci TELEPHONE: z06- 398-5602)
E-MAIL:I1. A e -r FAX: 206 30t5 J S—
SIGNATURE NAME: h k N. er o.; h TITLE: you -Trans:; SL hmg,a
6. EXHIBITS AND ATTACHMENTS: SCOPE, WORK OR SERVICES gbCOMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/_ UBI # EXP.
7. TERM: COMMENCEMENT DATE:) 7 Dia C"-" VrON--TULZ COMPLETION DATE: 0 7, \ I Z.O 1
8. TOTAL COMPENSATION: $ 3Ql7 -710 �I,l/VI M Uf� (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE -ATTACH S ED ES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ?0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ANO IF YES, $ PAID BY: Cl CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: (�\A, RETAINAGE AGREEMENT (SEE CONTRACT) OR RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: T' f 1 �� �� \ L) -->
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER
❑ DIVISION MANAGER
24 DEPUTY DIRECTOR
DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
�a LAW DEPT N SlUl
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: ✓ `� COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING I n1r2cl
�7
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: -� 11-7 DATE REC'D: l
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDERINOTIFICATION 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.)
IhUTIAL /DATE SIGNED VP
LAW DEPT �� S
SIGNATORYMAYOR R$}
CITY CLERK AVs�dj� , c' '�
I ASSIGNEDAG# (, -
Al4i lrgqy
- _
SIGNED COPY RETURNED DATE SENT: 07y
❑ RETURN ONE ORIGINAL
COMMENTS:
EXECUTE "Z-* ORIGINALS
4/2017
CITY SERVICES AGREEMENT
BETWEEN THE CITY OF FEDERAL WAY AND SOUND TRANSIT
FOR CITY SERVICES AND COSTS RELATED TO FEDERAL WAY LINK EXTENSION
PROJECT REVIEW AND PERMITTING
Task Order 1: Request for Proposals Preparation
This Task Order is issued under the City Services Agreement between the City of Federal Way and
Sound Transit for City Services and Fees related to Federal Way Link Extension Project Review and
Permitting dated,,-
>1_JIA V 2 2017. This Task Order establishes the scope, schedule, and budget for the
services provided by the City (Services) for the Federal Way Link Extension (FWLE) Project/Request for
Proposals (RFP) Preparation Phase. The City agrees to perform the Services in the manner set forth in this
Task Order. The terms and conditions of the City Services Agreement are incorporated into this Task
Order unless expressly modified below.
The effective date of this Task Order is January 31, 2017 (execution date of Memorandum of
Understanding).
Project Description. Work during the RFP Preparation phase will support the advertisement of a RFP for a
Design -Build Contractor to complete Final Design and Construct the FWLE Project. The RFP will contain
detailed Project Requirements that the Design -Build Contractor must meet. City involvement is needed to
provide input regarding codes, design and permitting prior to advertisement so that the Project
Requirements describe a project that complies with City codes and requirements.
• The Scope of Work is included as Attachment 1 to this Task Order.
• The Schedule is included as Attachment 2 to this Task Order.
• The Cost Estimate is included as Attachment 3 to this Task Order.
The authorized representatives of the parties have agreed to the terms of this Task Order by signing
below.
For the Ci
Signa e
6#b�&-7
Date
Approved as to Form:
Away—
J. Ryan Call, City Attorney
For Sound Transit
Signature
Title
Date
as to
I=, Sour 4Iransit Legal Counsel
Page 1
Task Order 1 Attachment 1— RFP Preparation: Scope of Work.
A. Proiect Administration.
A.I. Coordination and Communication. The key purpose of coordination and communication
during this phase is to identify and resolve key issues that need to be addressed in the Design -
Build RFP. Activities include participating in regularly scheduled (as needed weekly or bi-weekly )
project coordination meetings with Sound Transit and preparing for and/or following up on key
topics to advance resolution of issues for inclusion in the Project Requirements, Development
Agreement, and Transit Way Agreement. Also included, is identification of and discussion
regarding projects and/or proposals (e.g., utility, public works projects, or private development
projects) that present partnership opportunities or the potential to conflict with Sound Transit's
Projects.
f)alivPrahlat
Attend Sound Transit project coordination meetings.
A.2 Management and Administration. The key purpose of this task is to provide accurate and
timely project administration and production of quality work products to allow for Sound Transit's
design and construction of the project. This task will be continuous throughout the duration of
this phase and includes the City's work necessary to set up and participate in meetings, design
reviews, monthly or quarterly invoicing, monitoring and reporting progress, preparing for future
Project phases, and providing overall project coordination.
I)PlivPrahlpc
Provide monthly or quarterly invoicing and progress reporting and on-going project management
activities.
A.3 Agreements. The key purpose of this task is to provide for timely approval of task orders and
other relevant agreements.
Deliverables
The City will work with Sound Transit to approve one or more letters of concurrence on key
design and/or code issues and to develop a final draft of the Development and Transit Way
Agreement.
B. Design Review.
B.1. Over the Shoulder (OTS) Review. The key purpose of OTS review during this phase is to
ensure that the Project design and Project Requirements are consistent with City codes and
regulations. Close coordination, through the regularly scheduled meetings referenced in A.1 and
additional meetings as needed, will be necessary to advance, review, and communicate design
developments with Project team members and to seek feedback or concurrence from the City.
B.2. Formal Submittals. The RFP Preparation Phase includes two formal submittals; the Draft RFP
and Final RFP. As part of these submittals, City staff will review performance based and
prescriptive Project Requirements and associated reference drawings, as well as Development
Page 2
Agreement and Transit Way Agreement language. City review of formal submittals is intended to
ensure that the Project design and Project Requirements are consistent with City codes and
regulations. Sound Transit will notify the City two (2) to four (4) weeks in advance of providing
design review packages to the City and the City will perform a review of the packages and return
unified and coordinated comments from all relevant City departments within thirty (30) days. If
for any reason the City requires additional review time the City will notify Sound Transit as soon
as possible.
Deliverables
• Submit consolidated and coordinated comments on the Draft RFP and Final RFP
submittals.
• The City will work with Sound Transit to approve a letter of concurrence on the Project
Requirements that are included in the Final RFP.
C. Planning and Design Coordination.
C.1. Station Access Improvements. The purpose of coordination between the City and Sound
Transit during this phase is to support safe and convenient multi -modal access to the stations.
This will be accomplished through close coordination to develop project requirements for station
access improvements, such improvements may include, but not be limited to, a kiss and ride, bus,
pedestrian, and bicycle facilities that meet City codes and regulations.
r)eliverahles
• The City will work with Sound Transit to develop project requirements for station access
improvements.
C.2. Transit Oriented Development (TOD). The purpose of coordination between the City and
Sound Transit during this phase is to identify and incorporate TOD principles into Project
Requirements and/or the Development Agreement. City services will also support Sound Transit
in evaluating and planning for TOD around Sound Transit facilities and on Sound Transit owned
properties that will no longer be needed for future transit operations or maintenance after
construction is complete.
r)alivarahlPs
• The City will work with Sound Transit to develop project requirements and/or language
for the Development Agreement to incorporate TOD principles into the project.
C.3. Right -of -Way (ROW). The purpose of coordination between the City and Sound Transit during
this phase is to ensure that plans in the ROW are consistent with City codes and regulations.
Approval for Sound Transit to construct, operate and maintain the light rail within the City's ROW
will be through a separate Transit Way Agreement or similar standalone agreement, which Sound
Transit views as a key approval.
r)PlivPrahlPs
Page 3
• The City will work with Sound Transit to develop a final draft of the Transit Way
Agreement.
C.4. Joint Projects or Partnerships. The purpose of coordination on joint projects or partnerships is
to support collaboration on related City projects that Sound Transit may be contributing to as
mitigation or project enhancement, third party projects (private, WSDOT, utility) that require
Sound Transit -City collaboration, or additional project elements that need to be incorporated into
the Sound Transit Project. Said joint projects or partnerships will be further defined and
responsibilities outlined under separate task orders or agreements.
D. Permits and Approvals.
D.1. Establish Permit Process. A key activity during this project phase is to jointly develop and
approve a permitting plan that supports the project schedule and provides the City with the
information and time needed to provide approvals. City and Sound Transit staff will work
together to establish mutually agreeable procedures and to streamline processes where possible.
These processes and procedures will be documented in the Project Requirements and/or
Development Agreement, as appropriate.
Deliverables
The City will work with Sound Transit to develop a mutually agreeable permitting plan and
relevant project requirements and/or language for the Development Agreement.
D.2. Permitting and Inspection Activities. Not Used. Permitting and inspection activities will be
undertaken in a subsequent project phase and addressed through a later task order.
E. Other Work. Not used.
Page 4
Task Order Attachment 2: Estimated Schedule.
Task
Estimated Start
Month
Estimated End
Month
A.I. Coordination and Communication
January 2017
December 2017
A.2. Management and Administration
January 2017
December 2017
A.3 Agreements
January 2017
December 2017
B.1. OTS Review
January 2017
December 2017
B.2. Formal Submittals
June 2017
November 2017
C.1. Station Access
January 2017
December 2017
C.2. Transit Oriented Design
January 2017
December 2017
C.3. Right -of -Way
January 2017
December 2017
CA. Joint Projects or Partnerships
TBD
TBD
D.1 Establish Permit Process
March 2017
December 2017
D.2. Permitting and Inspection Activities
NA
NA
Page 5
Task Order Attachment 3: Cost Estimate.
Contract contingency will be used per Sound Transit discretion and in accordance with signature authority
procedures.
Task
Hours
Labor
Rate
O/H Rate
Total
Task 1.0 (TO 1
Sections A, B.1, C, D)
Ongoing Review and
Coordination
992
$122.48
Incl.
$121,500
Task 2.0 (TO 1
Section B.2)
Formal Submittal Review
1,240
$122.48
Incl.
$151,873
Subtotal
2,232
$273,373
Other Direct Costs ODCs
$0
$27,337
-Contingency
Total Estimated
Cost
$300,710
(1) Weighted average labor rates, actual reimbursement is based on applicable hourly rate per
section 6.1 of the City Services Agreement.
Page 6