Loading...
AG 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