Loading...
AG 24-020 - PARAMETRIX, INC.RETURN TO: PW ADMIN EXT: 2700 ID #: 4420 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Deputy Director 2. ORIGINATING STAFFP>;RWN: Desiree Winkler EXT: 2711 3. DATE REQ. BY: 4/2/24 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION 0 CONTRACT AMENDMENT (AG#): 24-020 ❑ INTERLOCAL ❑ OTHER 4. PROJECT NAME: City Center Access Project Ph 1 - SB Ramp Modifications 5. NAME OF CONTRACTOR: Parametrix, Inc. ADDRESS: 719 2nd Ave Ste 200 Seattle WA 98104 TELEPHONE: 206-519-5804 E-MAIL: Jenna Anderson i nderson(aDoarametrix.com) FAX: SIGNATURENAME: Jeff Peacock TITLE: CEO 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. _/ / 7. TERM: COMMENCEMENT DATE: 1 /22/24 COMPLETION DATE: 12/31 /26 8. TOTAL COMPENSATION: $ 4,838,800.05 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: d36177-24110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED ❑ PROJECT MANAGER ❑ DIVISION MANAGER 8 DEPUTY DIRECTOR DSW 3/25/24 8 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT KVA 3/27/2024 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC, D: 3/28/24 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (MAYOR OR DIRECTOR) CITY CLERK ❑ ASSIGNED AG # i# ❑ SIGNED COPY RETURNED ALE SENT: COMMENTS: EXECUTE " 1 "ORIGINALS 1 /2020 Washington State �. Department of Transportation Supplemental Agreement Number 1 Original Agreement Number AG 24-020 Project Number 36177 Organization and Address Parametrix, Inc. 719 2nd Avenue, Suite 200 Seattle, WA 98104 Phone: 206-394-3700 Execution Date 1 /22/2024 Project Title New Maximum Amount Payable City Center Access Project Phase 1 (S13 Ramp Modifications) N/A Completion Date 12/31/2026 Description of Work No change from the original agreement description of work. The beginning of the description states: Construct a SB 1-5 off -ramp from the existing I-5/S 320th Off -ramp to S 324th. Construction a SB 1-5 on -ramp at S 324th including modifying existing SB 1-5/S320th on -ramp to a braided ramp from S 320th to S 324th. S 324th will be extended and widened as a 4 to 5 lane minor arterial with sidewalk and multi -use path from SR 99 to new S 324th ramp terminal including intersection modifications to SR99/S324th. The Local Agency of City of Federal Way, WA desires to supplement the agreement entered in to with Parametrix. Inc. and executed on 1/22/2024 and identified as Agreement No. _AG 24-Q20 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: NA 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: N/A Section V, PAYMENT, shall be amended as follows: Exhibit E, Subconsultant Cost Computations, Michael Minor & Associates has updated their overhead rates and rate table, while their budget remains unchanged. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. a s By_ _Parametrix. Inc. 0 Consultant Signature Approving Authority Signature Date DOT Form 140-063 Revised 09/2005 ,11111011111, Washington State Department of Transportation July 20, 2023 Michael Minor & Associates, Inc. 4923 SE 36th Ave Portland, OR .97202 Exhibit E Development Division Contract Services Office PO Box 47408 Olympia, WA 96504-7408 7345 Underson Way SW Tumwater, WA98501-6504 TTY: 1-800-833-6388 www.wsdot.wa gov Subject: Acceptance FYE 2022 ICR — Risk Assessment Review Dear Michael Minor: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2022 ICR of 116,47%. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agrccment/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consu l tantra te_sO wsdot.►r•a.gev. Regards; chatzl e fAgryo Schatzie Harvey (Jul 20, 2023 C9r.. POT) SCI4ATZIE HARVEY, CPA Contract Services Manager SH:BJO Date 11 /8/23 Company Name: JiMichael Minor & Associates, Inc. Address: 4923 SE 36th Avenue City/ State/ Zip (Portland, OR 97202 Exhibit E Proposed f Proposed ICR Fixed Fee 1.1165 0.3 Subject: Proposed Hourly Rate Statement Wrong Rate - Attention: Manager, Consultant Services Office �Shouldbe 1.1647 Below are the highest anticipated hourly billing rates for the identified labor classifications. Michael Minor & Associates, Inc. certifies they have an accounting system that contains separate accounts or sub -accounts for unallowable costs in accordance with FAR (48 CFR Part 31), and the capacity to track direct costs that are allocable directly to projects. Michael Minor & Associates, Inc. also certifies they have a labor- charging/ time keeping system that is complete and sufficiently detailed to allow for a proper determination of direct and indirect labor costs. Indirect Correct Rates Labor Classification Labor Rate Cost Rate Fixed Fee' NTE Rate Principal $75.00 $83.74 $22.50 $18114 $184.85 Noise/Air Analyst $37.00 $4131 $11.10 $89.41 $91.91 Field Analyst $35.00 $39.08 $1050 I $84.58 I $86.26 Budget Remains the same Respectfully, Signature r.nr,�,—.�....-�,.•� °""""k_. � N � W�mm Nve�gm Title Principal, President Date 3/21 /24 Company Name: Michael Minor & Associates, Inc. Proposed ICR Proposed - - Fixed Fee Address: •4923 SE 36th Avenue City/ State/ Zip Portland, OR 97202 1.1647 0.3 Subject: Proposed Hourly Rate Statement Attention: Manager, Consultant Services Office Below are the highest anticipated hourly billing rates for the identified labor classifications. Michael Minor & Associates, Inc. certifies they have an accounting system that contains separate accounts or sub -accounts for unallowable costs in accordance with FAR (48 CFR Part 31), and the capacity to track direct costs that are allocable directly to projects. Michael Minor & Associates, Inc. also certifies they have a labor- charging/ time keeping system that is complete and sufficiently detailed to allow for a proper determination of direct and indirect labor costs. Labor Classification Labor Rate Indirect Fixed Fee Cost Rate NTE Rate Principal $75.00 $87.35 I $22.50 $184.85 Noise/Air Analyst $37.00 $43.09 $11.10 $91.19 Field Analyst $35.00 $40.76 $10.50 $86.26 Respectfully, Signature Title Principal, President Add Row Delete Row 3/26/24, 11:47 AM Corporations and Charities System BUSINESS INFORMATION Business Name: PARAMETRIX, INC. UBI Number: 600 135 349 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 1019 39TH AVE SE, SUITE 100, PUYALLUP, WA, 98374-2115, UNITED STATES Principal Office Mailing Address: 1019 39TH AVE SE, SUITE 100, PUYALLUP, WA, 98374, UNITED STATES Expiration Date: 04/30/2024 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 04/26/1974 Period of Duration: PERPETUAL Inactive Date: Nature of Business: PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES REGISTERED AGENT INFORMATION Registered Agent Name: C T CORPORATION SYSTEM Street Address: 711 CAPITOL WAY S, SUITE 204, OLYMPIA, WA, 98501-1267, UNITED STATES Mailing Address: GOVERNORS Title GOVERNOR GOVERNOR GOVERNOR Governors Type INDIVIDUAL INDIVIDUAL INDIVIDUAL Entity Name First Name BRENT JOHN ROGER Last Name DIEMER WILLIS FLINT https://ccfs.sos.wa.gov/?_gl=1 *1 euutyh*_ga*MjAwOTk2 NTkzOC4xNjgyNT150DE3*_ga_7BO8VE04WV*MTcwOTkxODEONy42Ni4xLjE3MDk5MTgxOT... 1 /1 RETURN TO: PW ADMIN EXT: 2700 ID #: 4373 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Deputy Director .2. ORIGINATING STAFF PERSON: Desiree Winkler EXT: 2711 3. DATE REQ. 8v: 1 /10/24 ,3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT m 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: City Center Access Project Ph 1 - SB Ramp Modifications 5. NAME OF CONTRACTOR: Parametrix, Inc. ADDRESS: 719 2nd Avenue, Suite 200, Seattle, WA 98104 TELEPHONE: 206.5519.55804 E-MAIL: Jenna Anderson (janderson c7parametrix.pam) FAX: SIGNATURE NAME: ,Jeff Peacock. CEO TITLE: ,6. EXHIBITS AND ATTACHMENTS: p SCOPE, WORK OR SERVICES ® COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/_ UBI #_ 600 135 349 , EXP. —/ 1 7. TERM: COMMENCEMENT DATE:. 1 2-21 -?-q COMPLETION DATE: 12/31 /2026 ,8. TOTAL COMPENSATION: $ 4,838,800•05 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: OYES ONO IF YES, MAXIMUM DOLLAR AMOUNT: $ Included in total amt above IS SALES TAX OWED: 13 YES © NO IF YES, $ included in total amt above PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: d36177-24110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED ❑ PROJECT MANAGER ❑ DIVISION MANAGER 8 DEPUTY DIRECTOR DSW 12J29/23 II DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) A LAW DEPT KVA 1/4/2024 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: Na COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: "/a COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ? ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ` ` I� �� DATE REC�D. ( ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES: EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT O-SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG # AG# -L7 ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE " 1 " ORIGINALS WSDOT grant funded project- Need to use their Local Agency Guidelines consultant agreement. Consultant selection through RFO - Advertised July/August 2023. 1/2020 Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Agreement Number: AG 24- Firm/Organization Legal Name (do not use dba's): Parametrix, Inc. Address Federal Aid Number 719 2nd Avenue, Suite 200, Seattle, WA 98104n/a UBI Number I Federal TIN 600 135 349 91-0914810 Execution Date Completion Date i an "CL� 2 2 , Z0 2L[ 12/31 /2026 1099 Form Required ❑ Yes ❑■ No Project Title Federal Participation ❑ Yes ❑■ No City Center Access Project Phase 1, (SB Ramp Modifications) Description of Work Construct a SB 1-5 off -ramp from the existing 1-5/S 320th Off -ramp to S 324th. Construction a SB 1-5 on -ramp at S 324th including modifying existing SB 1-5/S320th on -ramp to a braided ramp from S 320th to S 324th. S 324th will be extended and widened as a 4 to 5 lane minor arterial with sidewalk and multi -use path from SR 99 to new S 324th ramp terminal including intersection modifications to SR99/S324th. This work will include advancing the road, stormwater, fish passage, and structural design; developing documentation, performing field investigations and utility coordination; supplementing the ARR; defining mitigation requirements for park -and -ride parking stall loss; initiating right-of-way (ROW) services and permitting; engaging stakeholders and coordinating with the Sound Transit OMF South project. Future amendments will include final design, permitting, ROW acquisition and certification, and developing advertisement -ready construction contract documents. ❑ Yes IO1 No DBE Participation ❑ Yes Q No MBE Participation ❑ Yes Q No WBE Participation ❑ Yes ❑■ No SBE Participation Index of Exhibits Maximum Amount Payable: 4,838,800.05 Exhibit A Scope of Work (Not Applicable) Exhibit C Preparation and Delivery of Electronic Engineering and Other Data Exhibit D Prime Consultant Cost Computations Exhibit E Sub -consultant Cost Computations Exhibit F Title VI Assurances Exhibit G Certification Documents (Not Applicable) Exhibit I Alleged Consultant Design Error Procedures Exhibit J Consultant Claim Procedures project #36177 Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Agreement Number Page I of 14 THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Federal Way, Washington hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the "SERVICES;" and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I. General Description of Work The work under this AGREEMENT shall consist of the above -described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub -consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. II. General Scope of Work The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. III. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Local Agency A&E Professional Services Agreement Number_ _ Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 2 of 14 Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is, a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of thisAGREEMENT. In the absence of a mandatory DBE goal, a voluntary SBE goal amount of ten percent of the Consultant Agreement is established. The Consultant shall develop a SBE Participation Plan prior to commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms (including Prime) involved with this AGREEMENT into the wsdot.diversity ompliance.com program. Payment information shall identify any DBE Participation. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C — Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring, as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below: If to AGENCY: If to CONSULTANT: Name: Desiree Winkler Name: Jenna Anderson Agency: City of Federal Way Agency: Parametrix, Inc. Address: 33325 8th Avenue South Address: 719 2nd Avenue, Suite 200 City: Federal Way State: WA Zip: 98003 City: Seattle State: WA Zip:98104 Email: Desiree.winkler@cityoffederalway.com Email: jnderson@parametrix.com Phone: 253-835-2711 Phone: 206-519-5804 Facsimile: 253-835-2709 Facsimile: IV. Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall conform to the criteria agreed upon detailed in the AGREEMENT documents. These SERVICES must be completed 'by the date shown in the heading of this AGREEMENT titled "Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 3 of 14 V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). A. Hourly Rates: Hourly rates are comprised of the following elements - Direct (Raw) Labor, Indirect Cost Rate, and Fee (Profit). The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibits "D" and "E" attached hereto and by reference made part of this AGREEMENT. These negotiated hourly rates will be accepted based on a review of the CONSULTANT's direct labor rates and indirect cost rate computations and agreed upon fee. The accepted negotiated rates shall be memorialized in a final written acknowledgment between the parties. Such final written acknowledgment shall be incorporated into, and become a part of, this AGREEMENT. The initially accepted negotiated rates shall be applicable from the approval date, as memorialized in a final written acknowledgment, to 180 days following the CONSULTANT's fiscal year end (FYE) date. The direct (raw) labor rates and classifications, as shown on Exhibits "D" and "E" shall be subject to renegotiations for each subsequent twelve (12) month period (180 days following FYE date to 180 days following FYE date) upon written request of the CONSULTANT or the AGENCY. The written request must be made to the other party within ninety (90) days following the CONSULTANT's FYE date. If no such written request is made, the current direct (raw) labor rates and classifications as shown on Exhibits "D" and "E" will remain in effect for the twelve (12) month period. Conversely, if a timely request is made in the manner set forth above, the parties will commence negotiations to determine the new direct (raw) labor rates and classifications that will be applicable for the twelve (12 month period. Any agreed to renegotiated rates shall be memorialized in a final written acknowledgment between the parties. Such final written acknowledgment shall be incorporated into, and become a part of, this AGREEMENT. If requested, the CONSULTANT shall provide current payroll register and classifications to aid in negotiations. If the parties cannot reach an agreement on the direct (raw) labor rates and classifications, the AGENCY shall perform an audit of the CONSULTANT's books and records to determine the CONSULTANT's actual costs. The audit findings will establish the direct (raw) labor rates and classifications that will applicable for the twelve (12) month period. The fee as identified in Exhibits "D" and "E" shall represent a value to be applied throughout the life of the AGREEMENT. The CONSULTANT shall submit annually to the AGENCY an updated indirect cost rate within 180 days of the close of its fiscal year. An approved updated indirect cost rate shall be included in the current fiscal year rate under this AGREEMENT, even if/when other components of the hourly rate are not renegotiated. These rates will be applicable for the twelve (12) month period. At the AGENCY's option, a provisional and/or conditional indirect cost rate may be negotiated. This provisional or conditional indirect rate shall remain in effect until the updated indirect cost rate is completed and approved. Indirect cost rate costs incurred during the provisional or conditional period will not be adjusted. The CONSULTANT may request an extension of the last approved indirect cost rate for the twelve (12) month period. These requests for provisional indirect cost rate and/or extension will be considered on a case -by -case basis, and if granted, will be memorialized in a final written acknowledgment. The CONSULTANT shall maintain and have accessible support data for verification of the components of the hourly rates, i.e., direct (raw) labor, indirect cost rate, and fee (profit) percentage. The CONSULTANT shall bill each employee's actual classification, and actual salary plus indirect cost rate plus fee. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 4 of 14 A. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the actual cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges, and fees of sub -consultants. Air or train travel will be reimbursed only to lowest price available, unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the WSDOT's Accounting Manual M 13-82, Chapter 10 — Travel Rules and Procedures, and all revisions thereto. Air, train, and rental card costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -salary Costs shall include an itemized listing of the charges directly identifiable with these SERVICES. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the STATE upon request. All above charges must be necessary for the SERVICES provided under this AGREEMENT. B. Maximum Amount Payable: The Maximum Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one (L) The Maximum Amount Payable does not include payment for extra work as stipulated in section XIII, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. C. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in A and B above. Detailed statements shall support the monthly billings for hours expended at the rates established in Exhibit "D," including names and classifications of all employees, and billings for all direct non -salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT's employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the SERVICES at the time of the interview. D. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the SERVICES under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data, and other related documents, which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. Per WSDOT's "Audit Guide for Consultants," Chapter 23 "Resolution Procedures," the CONSULTANT has twenty (20) working days after receipt of the final Post Audit to begin the appeal process to the AGENCY for audit findings E.Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and /or at the request of the AGENCY's Project Manager. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 5 of 14 VI. Sub -Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub -consultant, any contract or any other relationship. Compensation for this sub -consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub -consultant shall not exceed its maximum amount payable identified in each sub consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non -salary costs and fee costs for the sub -consultant shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be memorialized in a final written acknowledgment between the parties All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub -consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT, sub -recipient, or sub -consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this agreement. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he/she will be working on this AGREEMENT for the CONSULTANT. Agreement Number; Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 6 of 14 VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub -consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. Chapter 21 Subchapter V § 2000d through 2000d4a) • Federal -aid Highway Act of 1973 (23 U.S.C. Chapter 3 § 324) • Rehabilitation Act of 1973 (29 U.S.C. Chapter 16 Subchapter V § 794) • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) • Civil Rights Restoration Act of 1987 (Public Law 100-259) • American with Disabilities Act of 1990 (42 U.S.C. Chapter 126 § 12101 et. seq.) • 23 CFR Part 200 • 49 CFR Part 21 • 49 CFR Part 26 • RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT, plus any direct non -salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason, that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Agreement Number Page 7 of 14 The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X. Changes of Work The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under section XIII "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J". In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. XII. Legal Relations The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold the State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Agreement Number Page 8 of 14 to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely .upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub -consultants, subcontractors or vendors, of any tie , or any other persons for whom the STATE and /or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub -consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and/or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub -consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions resulting from STATE and/or AGENCY'S, their agents', officers and employees' failure to comply with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and employees by the CONSULTANT, its agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and/or the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The Parties have mutually negotiated this waiver. Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Local Agency A&E Professional Services Agreement Number__ Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 9 of 14 Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub - consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non- contributory and any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub -consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to: Name: Desiree Winkler Agency: City of Federal Way Address: 33325 8th Avenue South City: Federal Way State: WA Zip: 98003 Email: Desiree.winkler@cityoffederalway.com Phone: 253-835-2711 Facsimile: 253-835-2709 No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 10 of 14 XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM," under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the Agency Attached hereto as Exhibit "G-l(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit 11G-4" Certificate of Current Cost or Pricing Data. Exhibit "G-3" is required only in AGREEMENTS over one hundred thousand dollars ($100,000.00) and Exhibit "G-4" is required only in AGREEMENTS over five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements" prior to its performance of any SERVICES under this AGREEMENT. XVII. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority'to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page II of 14 XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state, or federal statutes ("State's Confidential Information"). The "State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non-public Specifications, STATE and AGENCY non -publicly available data, proprietary software, STATE and AGENCY security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub - consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub -consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or (ii) returned all of the State's Confidential Information to the AGENCY; or (iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained, and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Violation of this section by the CONSULTANT or its sub -consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information, which is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 12 of 14 The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT, or (b) as soon as such confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub -consultant of any AGENCY communication regarding disclosure that may include a sub -consultant's proprietary and/or confidential information. The CONSULTANT notification to the sub -consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub -consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and/or sub -consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub - consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain, and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim, or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim, or audit continues past the six (6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored information ("ESI"), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENTS, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 13 of 14 For purposes of this AGREEMENT, `BSI" means any and all computer data or electronic recorded media of any kind, including "Native Files", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and/or documentation stored in various software programs such as Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops, or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub -consultant at home. "Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally created, viewed, and /or modified The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub -consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. Signature 1 /18/2024 Date / Date Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Page 14 of 14 Project No. PLEASE SEE ATTACHED. Exhibit A Scope of Work Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Parametrik Scope of Work let's create tomorrow, together City of Federal Way City Center Access Phase Southbound I-5 Ramps Introduction The City of Federal Way (City) is investing in the City Center to accommodate growth and increase safety and efficiency for people who are traveling by car or transit or walking and rolling within the area. The purpose of the Federal Way City Center Access (CCA) project is to improve mobility and connections to central gathering places and services for the community. The project will help improve the economic vitality of the City Center and the quality of life for people who live, work, and play in the City. Access and mobility are currently limited by congestion issues along S 32Oth Street between Pacific Highway S and Military Road S, including access to and from Interstate 5 (1-5). Phase 1 of the CCA project will design and construct a substantial portion of the overall project, including a portion of the Bonneville Power Administration (BPA) Trail Extension, to increase multimodal mobility and access for regional and local trips while protecting the integrity of the interstate system. Phase 1 of the CCA project will support Sound Transit's Federal Way Link Extension by providing multimodal access to the Federal Way Transit Center and reducing congestion along S 32Oth Street. The Federal Way Link Extension is anticipated to open for service in 2025/2026. The Federal Way Transit Center is anticipated to draw a substantial number of commuters because it will be the southernmost station for Link light rail until the Tacoma Dome Link Extension is open for service, currently scheduled for 2035. Phase 1 of the CCA project will also accommodate the Sound Transit Operations and Maintenance Facility (OMF) South guideway that includes the initial approximately 1 mile of the Tacoma Dome Link Extension guideway to provide train access to OMF South. The OMF South project may begin construction as soon as 2025 and potentially be open as soon as 2032. The CCA and OMF South project teams have been coordinating closely and will continue to do so. Parametrix has been the prime Consultant on the CCA project since 2017. Under a separate contract, Parametrix completed the Access Revision Report (ARR) and 10% design and is working to complete the National Environmental Protection Agency (NEPA) Environmental Assessment (EA). This scope of work includes advancing the road, stormwater, fish passage, and structural 10% design to 30% completion; developing documentation, performing field investigations and utility coordination; supplementing the ARR; defining mitigation requirements for park -and -ride parking stall loss; initiating right-of-way (ROW) services and permitting; engaging stakeholders and coordinating with the Sound Transit OMF South project. Future amendments will include final design, permitting, ROW acquisition and certification, and developing advertisement -ready construction contract documents. Schedule It is assumed that work will begin in January 2024, and that the duration of this scope of work will take 12 months, through December 2024. 719 2nd Avenue, Suite 200 • Seattle, WA 98104 1 206.394.3700 1 Parametrix.com Parametrik Scope of Work General Assumptions The following are general assumptions that apply to all work included in this scope of work: ■ The project engineering and ROW acquisition is funded through state Move Ahead Washington funds. ■ There is no current construction funding for this project. It is anticipated that a portion of the construction funding will be federal funds. We anticipate that the City will apply for federal funds after the NEPA process is complete. ■ Parking stall loss within the Federal Way/S 320th Street Park & Ride lot will require mitigation. Parking lot expansion is anticipated on the parcel located between 23rd Avenue S and the existing parking lot (Parcel ID 7622400020). ■ The Consultant will provide electronic versions of all deliverables; hard copies are not included. ■ Quality Assurance/Quality Control reviews of deliverables are captured within the deliverable task. ■ This scope of work only extends from notice to proceed to completion of 30% design. A supplementary scope and budget will be negotiated once 30% design concepts are established. ■ Rights of entry necessary for the project will be provided by the team's subconsultant, Epic, and reasonable access will be provided to all areas requiring fieldwork. ■ Existing site conditions are not anticipated to change during this portion of the design. BPA transmission tower relocation may occur in late 2024. Sound Transit's OMF South project may begin construction in 2025. Interim site conditions will be better understood prior to scoping the next portion of the project design. Task 01 - : project Management Objectives The objective of this task is to provide overall project management of the Consultant contract with the City. This task includes general management functions that include the following subtasks: Subtask 01-01 - Project Management Plan Approach The Consultant shall prepare a Project Management Plan (PMP) for the project in coordination with the client including the following elements: ■ Project Definition - objective and vision, background, scope of work, work breakdown structure and deliverables. ■ Project Organization - team roles, responsibilities, and contact information. ■ Project Schedule - detailed breakdown of tasks and subtasks with durations, linkages, milestones, and critical path to complete the project work. The project schedule shall be prepared using Microsoft Project scheduling software. The Consultant shall provide one electronic copy of the project schedule to the City and Washington State Department of City of Federal Way 554-2441-833 City Center Access Phase 1 2 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Transportation (WSDOT) for review. When the City has approved the schedule and WSDOT has concurred, the Consultant shall finalize the baseline project schedule. ■ Communication Plan - defines how members of the team are expected to communicate within the Consultant team, the City, and with other project participants. It shall provide team members with rules and guidelines for electronic transfer of information. Change Management Plan - guidelines and procedures prepared by the Consultant that the Consultant's project manager shall use to manage changes to the project. These shall define what constitutes a change; how to categorize changes; and how changes are to be documented, reviewed, approved, and implemented. The plan shall be developed jointly with the City and shall address five elements of change management: —> Identification of change. —> Analysis of the change and determination of its impacts. —> Development of a response strategy. —> Communication of the strategy and gaining agreement on the change. —> Revision of the work plan (scope, schedule and/or budget), and monitoring of the effects of the change. ■ Quality Management Plan: prepared by the Consultant and addresses procedures to control quality of the team's design and analytical efforts. Quality control will include technical discipline review while the work is in progress and senior review of work products prior to submittal to the City. Deliverables Deliverables for this subtask include the following: ■ Draft PMP for City review. ■ Updated Draft PMP for WSDOT review. ■ Final PMP addressing review comments. Subtask 01-02 - Execute, Monitor, and Control the Plan City Kickoff Meeting - The Consultant shall plan, facilitate, and attend an in -person project kickoff meeting and site visit with the City. The Consultant shall prepare a meeting agenda, materials, and meeting summary/action items for the attendees. The purpose of the meeting will be to review goals, objectives, scope, and schedule. Up to five Parametrix staff and three subconsultants will attend this kickoff meeting with the City. Discussion items will include the following: ■ Milestones and timeline for deliverables. ■ Roles and responsibilities and communication protocol. ■ Data sources/data needs delivery. ■ Key deliverables. ■ Project risks. Consultant Team Kickoff Meeting - The Consultant shall plan, facilitate, and attend a virtual project kickoff meeting with the Consultant team. The Consultant shall prepare a meeting agenda, materials, and meeting summary/action items for the attendees. The purpose of the meeting will be to review City of Federal Way 554-2441-833 City Center Access Phase 1 3 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work goals, objectives, scope, and schedule. All discipline leads are anticipated to attend this meeting, approximately 15 Parametrix staff and seven subconsultants. Discussion items will include the following: ■ Milestones and timeline for deliverables. ■ Roles and responsibilities and communication protocol. ■ Data sources/data needs delivery. ■ Key deliverables. ■ Project risks. Project Management Team Check -in Meetings - The Consultant will conduct biweekly progress meetings with the City's management team to review the scope, schedule, and budget status; project decisions and risk matrix tracking; upcoming project meetings, communication, and work items; design review; and project strategy to resolve issues or barriers to success. Twenty-six virtual meetings are assumed to be attended by four Parametrix staff and additional staff as necessary. Consultant Team Meetings - The Consultant will conduct biweekly Consultant team meetings to review the scope, schedule, and budget status; risk matrix tracking list; design progress, questions, and decisions; discipline coordination; and strategies to resolve issues. Twenty-six virtual meetings are assumed to be attended by nine Parametrix staff and four subconsultant staff. Subconsultant Management - The Consultant shall manage the subconsultants through frequent reviews of the subconsultants' progress, review of their invoices, contract management, and overall coordination of their work on various project elements. Scope, Schedule, and Budget Management - The Consultant shall monitor and manage the scope, schedule, and budget on a monthly basis, using Parametrix in-house tools, throughout the duration of the project. Changes will be reported and discussed with the City for determining and approving the course of action as agreed to in the Change Management Plan. These actions could include formal requests for budget or scope modifications. The baseline schedule will be updated if changes are necessary. Quarterly updates to the schedule are anticipated throughout this scope of work. General City Support - The Consultant shall provide miscellaneous support to the City on an as -needed basis to address minor requests for information, delivery strategy discussions and planning, budget requests, support for internal City communications, and other undefined but likely -to -occur activities. This scope item will be budgeted as described below in the Assumptions section. Monthly Progress Reports and Invoicing - The Consultant shall prepare monthly invoices, progress reports, and backup documentation in the format agreed upon by the City. Progress reports will describe the work accomplished during the billing period, meetings attended, and action or information needed from the City. An earned value analysis will be prepared to baseline the expected financial performance and completion of the deliverables. The earned value of work will be monitored and reported monthly with the progress report and invoice. Correspondence - Prepare written correspondence as needed to document project management issues and/or concerns. This task also includes phone calls with the City for general information and updates and solving issues outside of the meetings identified above. Documentation - The Consultant shall develop a document control system (SharePoint, email, and other means) to manage the documentation and submittals over the course of the project. The document control system will allow for electronic distribution of and access to materials for authorized project personnel. The current status of the documentation will be maintained over the course of the project. City of Federal Way 554-2441-833 City Center Access Phase 1 4 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Plans, Specifications, and Estimates (PS&E) Amendment Scoping - The tasks listed below are not currently defined enough to be able to provide a detail scope and budget proposal. Therefore, the Consultant shall develop an amendment for these tasks just prior to the 30% design completion. Anticipated elements of the PS&E amendment include the following: ■ Engineering services for 60%, 90%, and final PS&E. ■ Environmental documentation and state/federal/city permitting. ■ ROW services including appraisal, review appraisal, negotiations, relocation assistance, escrow, title insurance, or recording fees, survey, the development of legal descriptions or exhibits. ■ Utility relocation design, as necessary. ■ Engineering services for bid advertisement and award assistance. Deliverables ■ Meeting agendas and materials. • Meeting summaries for City meetings. ■ Miscellaneous correspondence to document project management issues. ■ Monthly invoices, progress reports and earned value report. ■ Schedule updates - provided quarterly. ■ Draft and Final PS&E amendment. Assumptions ■ The duration of this scope of work will be 12 months. ■ Budget assumes 26 biweekly meetings and 12 monthly meetings. a The assumed level of effort for general City support is 8 hours per month. ■ Up to four schedule updates are assumed for the duration of this scope of work. Task 02 - Topographic Survey, : ' oundary, and ROW Determination Subtask 02-01 Topographic Survey, Boundary, and ROW Determination Objective To gather additional field mapping, boundaries, and ROW determination to merge with the current base map. Approach Parametrix will provide complete topographic survey in the three (3) areas highlighted in pink on Figure 1. The area to the north will include mapping of all trees, the area to the east all trees will be omitted. The area to the south will include mapping of all trees. City of Federal Way 554-2441-833 City Center Access Phase 1 5 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Parametrix will survey only the utilities, depicted in cyan on Figure 1, to supplement the current base map. Parametrix will retrace the boundary of the following thirty-three (33) properties: King County parcel numbers 1500500120, 1500500100, 1500500090, 1500500150, 1721049083, 0380900010, 0380900020, 0380900030, 1621049051, 1621049043, 1621049044, 1621049049, 2501200110, 2501200080, 2501200070,2501200040, 2501200030, 2501400000, 1621049039, 1621049037, 162104UNKN, 7622400021, 7622400020, 7978200526, 7622400027,7622400019,7622400010,7622400015,2154650170,7978200164, 7978200165,7978200167,7978200161. Parametrix will perform boundary surveys of the subject properties based on deeds supplied by the owner or public record information. Parametrix will perform additional correct county records research for evidence of previous surveys, perform control measurements, and locate evidence of occupation near the boundary of the properties. Parametrix will determine the following ROWs: ■ Along the Pacific Highway S, 650 feet north and 750 feet south from the intersection of S 324th Street and Pacific Highway S. ■ S 324th Street, east of Pacific Highway S. ■ 23rd Avenue S, lying south of S 320th Street. ■ The westerly ROW of 1-5 from S 333rd Street extended to S 312 Street extended or engineers station 1953+30 to 2038+52.10, as shown on SR 5 Right of Way Alignment Plan by INCA Engineers Inc., recorded under King County recording number 20030305900008 and dated March 5, 2003. Topographic and Underground Utilities Topographic elements consist of information shown on a map that depicts the horizontal and vertical positions of natural and/or fabricated features and existing terrain surfaces. Parametrix will also survey the surface water gauges and groundwater wells along with wetland flags marked by others. The topographic mapping will include evidence of improvements, including but not limited to those listed below. Utility locations will also be based on a combination of surface evidence, conductible utility paint marks by others, and pothole locations and utility as-builts provided by the City: ■ Buildings. ■ Curbs. ■ Sidewalks/paths. ■ Driveways/curb cuts. ■ Pavement delineation between concrete and asphalt. ■ Retaining walls, bulkheads, and fences - materials and heights. ■ Underground utility location paint marks set by others, if visible at time of the field survey. ■ Wetland flags. ■ Storm drainage and storm drain structures. • Sanitary sewer manholes and/or septic tank/drain field areas as identified to our field survey crew by the City. • Electrical power vaults and associated surface features. ■ Natural gas. ■ Cable or fiber optic pedestals. ■ Locations of utility potholes. w Meters or utility connects to existing buildings. a Water valve boxes. = Fire hydrants. • Telephone pedestals. • Signage. • Ponds. = Street lighting. ■ Trees will be surveyed as noted in survey approach. 9 Surface water gauges. IN Groundwater wells. City of Federal Way 554-2441-833 City Center Access Phase 1 6 December 2023 Southbound 1-5 Ramps Parametrix Scope of Work Subtask 02-02 Traffic Control & ROW Permits Parametrix will prepare the City right of way permit application and WSDOT General Permit application, including traffic control plans, for the proposed field activities and will coordinate with the City and WSDOT for plan approval. Parametrix will coordinate with Washington Traffic Control to provide traffic control for the survey activities within the required roadways. Deliverables At completion of our work on this project, Parametrix will provide the following: ■ An electronic drawing file of the topographic survey, boundary, and ROW determination in MicroStation Inroads format in one drawing file (.dgn). ■ An electronic drawing file of the topographic survey, boundary, and ROW determination in AutoCAD 2022 format in one drawing file (.dwg). Assumptions This proposal is based on the following assumptions and/or receiving the following site -specific information. ■ Parametrix will be provided a current title report, including all referenced documents for the subject properties, prior to commencement of work. ■ For safety reasons, our survey crews are not allowed to enter subsurface vaults. Our work will be conducted from the surface, using measure -down techniques. Crews will also not open any structure covers that weigh more than 80 pounds. ■ All electronic mapping standards will be based on WSDOT standards. ■ Parametrix field crews may need to perform minor brushing with machetes to conduct this survey, and we have the City's permission to do so. ■ We have accounted for the cost of an independent utility -locating service to identify the location of existing underground utilities. ■ We have accounted for up to 12 days of traffic control services for the survey crew. Traffic control services for the geotechnical investigations are captured under Task 4. Traffic control services for the other field investigations are not anticipated nor included. ■ Unless otherwise specified by the client, horizontal datum shall be WSDOT project coordinates Washington Coordinate System, North Zone, and vertical datum shall be North American Vertical Datum of 1988. ■ We have not accounted for the cost of an arborist, if required in this proposal. If it is determined to be in the interest of the City to retain an arborist and if there are tags, flagging, and the like on site during the field survey, we will incorporate this information into the topographic mapping. ■ Develop up to 10 Traffic Control Plans and 1 Site Plan for City of Federal Way Right -of -Way (ROW) Permit. ROW permit application fees to be paid for by City of Federal Way. ■ All additional mapping, boundary, and ROW determination data will be merged into the existing 5542441022 BA-2020.dgn file. ■ The vertical location of the overhead BPA Transmission lines, including low point of conductor wire and ambient temperature, will be surveyed under a future amendment after the transmission towers are relocated in late 2024/early 2025. City of Federal Way 554-2441-833 City Center Access Phase 1 7 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Figure 1. Topographic Survey Area City of Federal Way 554-2441-833 City Center Access Phase 1 8 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Task 03 - Environ-,.-crental and Permitting Subtask 3-01- Early Project Site investigations: NEPA Categorical Exclusion and Other Regulatory Approvals Objective To prepare and coordinate the environmental review and permitting documentation for early project site investigations including geotechnical borings (see Subtask 2-02) and hydrological monitoring (see Subtask 3-04) for approval by regulatory authorities/jurisdictions. Approach The approach includes coordination with technical experts and permit agencies and the preparation of narratives, forms, supporting documentation, and necessary content for a NEPA Categorical Exclusion (CE), WSDOT General Permit, and Federal Way Critical Areas partial exemption. Additional activity will include coordination of conditions for compliance with a U.S. Army Corps of Engineers (USACE) Section 404 Nationwide Permit. NEPA CE: The proposed site investigations are anticipated to be categorically exempt per 23 CFR 771.117 (c)(24). The following components are anticipated for inclusion in the NEPA CE submittal package: ■ Project description that includes boring details, such as the diameter and depth of borings, type of drilling, equipment used, and methods for managing spoils. ■ Purpose and need statement. ■ Vicinity map. ■ Site plan showing geotechnical boring locations and mapped environmental constraints. ■ Narrative describing the project as having no effect on listed species, based on the draft BA prepared for the overall project. ■ Revegetation Plan and Memorandum prepared by project biologist that adheres to local critical areas regulations. a Short narrative of environmental considerations. ■ A flyer describing the geotechnical site investigation activities for the driller to keep on site or for the City to provide on the project website. As necessary, project biologists will reflag wetland boundaries prior to geotechnical boring activities. They will also assess existing site conditions prior to drilling to determine the presence of local, state, or federally protected wildlife. Parametrix will prepare a Contaminated Media Management Plan to be adopted by the geotechnical team that describes the appropriate protocol to characterize, manage, and store contaminated media encountered during drilling activities. WSDOT General Permit Parametrix will prepare a WSDOT General Permit for site investigation activities proposed in the WSDOT ROW. The General Permit will be submitted to the Northwest Regional Office. City of Federal Way 554-2441-833 City Center Access Phase 1 9 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work City of Federal Way Critical Areas Partial Exemption Letter The proposed site investigations are anticipated to be partially exempt from Federal Way's critical areas regulations. Most of the same information contained in the NEPA CE package will be integrated into the partial exemption request. Information in the exemption letter that may differ from the NEPA CE package includes a discussion of how the project aligns with the specific exemption criteria outlined in the Federal Way City Code (FWCC) 19.145.120 (c). USACE Nationwide Permit For site investigations in regulated wetlands, Parametrix will coordinate with HWA on the applicable Regional Conditions and Nationwide Permit General Conditions as administered by USACE for work regulated under Section 404 of the Clean Water Act. Deliverables ■ Draft and Final NEPA Categorical Exclusion form. ■ Draft and Final Narrative, to include project description, purpose and need statement, vicinity map, and site plan. ■ Draft and Final Revegetation Plan and Memorandum. • Draft and Final public notification flyer. ■ Draft and Final WSDOT General Permit package. ■ Draft and Final City of Federal Way critical areas partial exemption package. Assumptions ■ The majority of information for the built and natural environment will be obtained through NEPA documentation already prepared for the project. ■ Project biologists will conduct two site visits to ensure the wetlands and/or the stream are protected during geotechnical boring operations. ■ The NEPA CE will not require supplemental documentation for Section 4(f) or 6(f) (assuming no impacts on Section 4(f) or 6(f) properties) or for air quality (project is not in a current Environmental Protection Agency nonattainment or maintenance area for carbon monoxide, ozone, or particulate matter less than 10 microns in diameter). The project will not require additional supplemental documentation for floodplains (none are identified in the study area), recreational areas (none are identified on or near the study area), energy, land use, aesthetics, or public services. ■ The project is not located in an area designated by the Natural Resource Conservation Service as Prime Farmland. Because the proposed project is in an urban growth area, it is not subject to Farmland Protection Policy Act. • WSDOT will accept the determination that the site investigations will have no effect on species listed under the Endangered Species Act (ESA) or designated critical habitat and will not adversely affect designated Essential Fish Habitat. The existing Section 106 no -adverse -effect determination for the overall CCA project includes the same area of potential effect as the environmental investigations proposed in this scope; therefore, no further Section 106 consultation will be required. City of Federal Way 554-2441-833 City Center Access Phase 1 10 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ This task will not be required to demonstrate consistency with the Washington State Coastal Zone Management Program. ■ WSDOT will concur that the site investigations would not individually or cumulatively have a significant environmental effect; therefore, no further NEPA documentation would be required outside of the CE (i.e., no EA or environmental impact statement). ■ The site investigations will not require the need for federal permits or approval beyond a NEPA CE approval through WSDOT and a Section 404 "non -reporting" Nationwide Permit through the USACE. ■ No submittal documents will be provided to USACE for Section 404 approval; it is assumed activities can proceed if applicable conditions outlined in the User Guide 2021 Nationwide Permits are considered and applied to the project. In addition, no preconstruction or post -construction notification to USACE would be required. ■ The site investigations are not subject to the Washington State Department of Ecology (Ecology) Section 401 Certification for water quality. ■ The site investigations will not require a Hydraulic Project Approval through Washington Department of Fish and Wildlife (WDFW). ■ If work occurs within a wetland or stream buffer, Parametrix will provide a plan for revegetation of these areas. ■ The geotechnical investigations will qualify as categorically exempt under the State Environmental Policy Act. ■ The geotechnical investigations will be approved as partially exempt from critical areas approval from the City of Federal Way planning director, per FWCC 19.145.120. ■ The temporary noise generated from the boring activities will comply with FWCC 7.10.020 - Sounds originating from construction sites, including but not limited to sounds from construction equipment, power tools, and hammering, will not occur between the hours of 8:00 p.m. and 7:00 a.m. on weekdays and 8:00 p.m. and 9:00 a.m. on weekends. Subtask 03.02 - Inadvertent Discovery Plan Objective Consultant will prepare an Inadvertent Discovery Plan for the project site. Approach The Inadvertent Discovery Plan will detail the protocol to be followed if cultural resource material or human remains are encountered during geotechnical borings or other project field investigations. Parametrix will incorporate comments and submit the report for final review and comment by WSDOT. Deliverables ■ Draft and Final Inadvertent Discovery Plan. City of Federal Way 554-2441-833 City Center Access Phase 1 11 December 2023 Southbound 1-5 Ramps Parametrix Assumptions Scope of Work ■ Due to the low probability of precontact archaeological deposits, on -site cultural resource monitoring by a licensed, professional archaeologist is not included. ■ This scope of work assumes no discoveries are made during geotechnical borings or other project field investigations. In the event of a discovery, an amendment may be required for the increased level of effort for reporting and site documentation. ■ Coordination (e.g., construction observation) with tribes and other consulting parties for this undertaking will be performed by WSDOT. Subtask 03.03 - Early Permitting Coordination/Permit Matrix Objective To prepare a Permit Plan based on the 30% design. The project will require various local, state, and federal environmental permits and land use approvals and permits from the City. Anticipated environmental permits and land use approvals are listed below. The approach for environmental documentation and regulatory compliance is to coordinate with regulatory agencies to verify environmental permit requirements, and then prepare a permitting matrix that reflects their feedback. Anticipated environmental permits or approvals: ■ USACE 404 Permit. ■ Ecology 401 Water Quality Certification. ■ Ecology Construction Stormwater General Permit. ■ WDFW Hydraulic Project Approval. ■ WSDOT General Permit. ■ City of Federal Way Land Use Review/ Critical Areas Review. ■ City of Federal Way Clearing and Grading. ■ City of Federal Way Right -of -Way permit Approach Parametrix will prepare a preliminary local, state, and federal agency permitting matrix that identifies the anticipated permits and approvals and submittal requirements for obtaining the permits and their anticipated timing. At a minimum, the matrix will list the anticipated environmental permit or approval, permit nexus or trigger; issuing agency and contact information; required predecessors; permit submittal items (e.g., forms, narratives), and design information required for submittal. Early steps in defining the local, state, and federal permits involves coordination with key regulatory agencies. For this task, Parametrix will prepare for and attend meetings with the Puyallup Tribe of Indians, USACE, Ecology, and the City of Federal Way. In addition to confirming expectations regarding permit submittals, the benefit of meeting with the Puyallup Tribe of Indians, USACE, and Ecology is to introduce them to the impact assessment and mitigation approach, describe the hydrology and stream flow baseline condition analysis relative to fish passage, and identify any concerns early in the process. The meeting with the City of Federal Way would be in the form of a preapplication conference with the Federal Way Development Review Committee, which is City of Federal Way 554-2441-833 City Center Access Phase 1 12 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work anticipated to include staff from the City's Planning and Public Works Department. The meeting with the City's Development Review Committee is anticipated to clarify procedures and requirements outlined in the City code, the critical areas impact assessment approach and proposed mitigation, necessary permits, and clarification of design requirements. Meetings 1. One joint on -site agency coordination meeting with the City, Puyallup Tribe of Indians, USACE, and Ecology 2. Up to two joint Microsoft Teams meetings with the City, Puyallup Tribe of Indians, USACE, and Ecology. 3. One preapplication meeting with the Federal Way Development Review Committee. 4. One permit matrix review meeting at the City. 5. Up to six permit coordination conference or video calls. Deliverables: ■ Draft and Final Memo Summarizing the Proposed Impact Assessment/Mitigation Approach. e Draft and Final Agency Coordination Meeting Presentation Materials and Agenda for the Puyallup Tribe of Indians, Ecology, and USACE. ■ Draft and Final Pre -application Submittal Materials for the Federal Way Development Review Committee conference. ■ Draft and Final Agency Coordination Meeting Minutes: two for the on -site and Microsoft Teams meetings with the Puyallup Tribe of Indians, Ecology, USACE; and one for the preapplication meeting with the Federal Way Development Review Committee. ■ Preliminary and revised permit matrix. Assumption ■ The City will be responsible for agency outreach and coordination that requires government to government consultations. Subtask 03.04 - Wetland Hydrology Baseline Condition and Stream Flow Data Collection Analysis Objective This subtask will be to collect hydrologic monitoring data on Wetland W5 (a bog), Wetland W10 and W11, and discharge measurements on the East Fork Hylebos Creek Tributary 0016a to support future analysis of culvert design and stormwater system modifications. Ecology's 2019 Stormwater Management Manual for Western Washington provides guidelines for wetland hydroperiod protection. Because the wetland W5 contains a bog and rates as a Category I wetland, the Wetland Hydroperiod Protection Method 1 is required. Method 1 requires a 1-year period of baseline hydrologic conditions monitoring followed by wetland stage modelling of post - construction conditions. The analysis will quantify potential hydrologic changes and identify appropriate BMPs described in the stormwater manual. City of Federal Way 554-2441-833 City Center Access Phase 1 13 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work This scope of work will focus on collecting baseline hydrologic data on surface water flow of the East Fork Hylebos Creek Tributary 0016a and groundwater levels in the bog wetland (W5) and two upstream wetlands (W10 and W11). This will serve several purposes: (1) inform culvert and stream design of the East Fork Hylebos Creek Tributary 0016a in later phases of the design using surface water elevation data collected for hydraulic modeling; (2) provide surface water elevation information to inform design of stormwater facilities in later phases of the design; and (3) establish baseline hydrologic conditions of bog wetland and upstream wetlands to advise an assessment of the hydrologic impacts related to the proposed project and for monitoring the wetlands and stream post - construction (i.e. compliance with wetland hydroperiod protection required by Ecology). Approach Baseline hydrologic conditions of the stream and wetlands will be established by installing surface water gauges and shallow groundwater monitoring wells. The following tasks will be performed in this scope of work: 1. Early coordination with Ecology and other agencies on data collection and analysis methodologies will be a key component in supporting regulatory agency review and approval processes. Therefore, a technical memorandum, describing proposed methodologies will be prepared and submitted to Ecology for review. 2. Up to 7 surface water gauges will be installed (Figure 2). Three surface water gauges will be placed near the culvert inlets associated with wetlands W11, W10 and W5; three surface water gauges will be installed near the east, and west, and north slopes of W5; and one surface water gauge will be installed near the outlet of WDFW site ID 420614. 3. Up to 6 shallow groundwater wells will be installed (Figure 2). Four shallow groundwater wells will be installed in the bog wetland (W5) and two additional wells in the upstream wetlands, W10 and W11. 4. The stream gauges and shallow groundwater wells will be equipped with data -recording pressure transducers to collect data continuously, and the data will be downloaded monthly. Water elevation data will be automatically recorded and stored by data loggers installed at each surface water gauge and groundwater well. Parametrix staff will conduct a site visit once per month to download data and to check and repair equipment as necessary. 5. A discharge measurement will be obtained near the surface water gauge that is installed near the outlet of WDFW site ID 420614 during each of the monthly data collections. Up to 12 discharge measurements will be obtained. City of Federal Way 554-2441-833 City Center Access Phase 1 14 December 2023 Southbound 1-5 Ramps Parametrik LLV LIY{J = Project Area —:I Boundary 0 Existing Culvert fl� Groundwater Well ■ Surface Water Gauge Strea m -- Stream (Pipe) = Wetland Existing Stormwater Facility 0 Proposed Stormwater Facility Project Design Sidewalk Roadway — New Culvert 1— h I 0 iL s 3zvr� id New Stream C anne 992364� Scope of Work +! % /L—WetlandW11() E0 W5 25f1 500 1,000 Feet Figure 2. Surface Water Gauge and Groundwater Well Locations Deliverables ■ Draft and Final Wetland Hydroperiods Protection Methods Technical Memorandum to Ecology. ■ Draft and final "Results to Date" technical memorandum documenting the data collected including ground and surface water elevations and discharge measurements. This technical memorandum will include surface water gauge and groundwater well locations, wetland elevation data, well installation logs, and hydrologic monitoring data to date. Assumptions ■ This subtask includes cost of materials, installation, calibration, and data collection. ■ This scope of work assumes that 12 months of -data will be collected; however, depending on when installation of the surface water gauges and groundwater wells will occur, 12 months of data collection may not be possible before the contract end date. ■ Additional years of hydrologic monitoring will be included in subsequent scopes of work. City of Federal Way 554-2441-833 City Center Access Phase 1 15 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ Surface water gauges and groundwater wells will be located with professional land survey. This work is described under Task 02. ■ This task includes up to two meetings: one to discuss impact analysis methods and one to present preliminary results. Attendees will include Parametrix, Ecology, USACE, and the City. ■ Hydrologic data gathered during this task will serve as the baseline hydrology for the project. ■ Hydrologic data gathered during this task may be used to calibrate stream channel hydraulic modeling for fish passage analysis in later phases. ■ Each deliverable will include one consolidated round of review from the City. ■ Future work to be scoped in subsequent phases will include Method 1 model construction and simulation (detailed in I-C.5 Wetland Hydroperiod Data Collection and Evaluation Procedures of Ecology's 2019 Stormwater Manual) and applying BMPs to comply with the wetland hydroperiod protection criteria. This work will be documented in a deliverable report. Subtask 03.05 - Noise Impact and Abatement (Michael Minor & Associates) Objective This scope and fee are for the final design of the noise abatement package for the CCA Phase 1 - South bound 1-5 Ramps project. The November 2021 report, Noise Impact Analysis, City Center Access Project, Federal Way, King County, Washington (Noise Analysis, 2021), identified two noise abatement measures that met all WSDOT criteria for reasonable and feasible noise abatement associated with this phase of the project. The first is a noise wall along the S 320th Street southbound off -ramp, and the second is a replacement noise wall along the Belmor Park mobile home community. This scope is to provide final top -of -wall (TOW) elevations based on the design team's final roadway alignment and site grading used that are used to provide the final base -of -wall (BOW) construction elevations. Wall #1 had an estimated total length of approximately 185 feet and panels heights ranging from 6 to 8 feet, with a total area of 1,446 square feet. The wall provided noise abatement for the first -row residences at the multifamily Villa Esperanza residence at 31524 28th Avenue S. Complicating this wall is the construction of the new Sound Transit Federal Way Link Extension, which has trackway between the wall and the 1-5 off -ramps. The wall prevents noise from flanking up the hillside just south of the abutment, where the light rail transitions from a retained fill to elevated alignment. The wall location will be near or at the property line of the resident structure and wrap around the exterior play area. On -site inspection will be required prior to modeling the wall for final TOWs. Noise wall #2 was provided with two options. Option 1 was a stand-alone noise wall that would replace the existing wall with a new 3,738-foot-long wall with heights of 14 to 18 feet. The wall would meet all WSDOT criteria. As an option, another design was developed, Option 2, that provided similar noise abatement using some of the existing wall in the south end. Finally, the noise abatement package in this area must also be designed to work with the future planned S 324th Street extension over 1-5. Therefore, the best available conceptual design of the new overpass structure would need to be included in the noise model. City of Federal Way 554-2441-833 City Center Access Phase 1 16 December 2023 Southbound 1-5 Ramps Parametrik Approach Scope of Work Project introduction and review - Review any previous analysis, modeling files, computer -aided design (CAD) files, and traffic data and prepare for use in the update analysis. Determine needs listing and provide to project team. Review noise abatement and on -site visits - Review previous noise abatement and applicability to current design. Meet with the design team to develop strategies for data transfer and BOW/TOW analysis methods and number of TOW iterations. Visit Noise Wall #1 site, and review land use, outdoor use area, and topography, with supplemental noise measurement in the outdoor use area to supplemental modeling data. A general review will also be required at Belmor Park once final projected -related acquisitions are available to review shielding and locations for modeling receivers. A review of the residential area south of Belmor Park and north of S 336th Street will also be performed. Update noise model with new alignment and proposed grading - Revise and update or reconstruct the noise modeling files with the most current design information from the project design team and Sound Transit. General BOW locations will be derived by the design team and provided to the Consultant in AutoCAD or MicroStation format. Noise Wall #1 Noise Wall #1 modeling will occur once BOW data can be received from the project design team. The noise wall TOW elevations will be optimized for each wall panel to meet WSDOT criteria for insertion loss benefited receivers. Once the wall optimization is complete, the BOW/TOW will be transferred back to the design team for review and comment. Up to three iterations of the TOW are expected for Noise Wall #1. Once finalized, a complete set of data including noise level with and without abatement, cost, and individual wall heights by station number will be produced. Graphics and tables will also be prepared to aid in the understanding of the final noise wall specifications. Noise Wall #2 Noise wall #2 may use a combination of noise walls, retained fill segments, and retaining walls to provide noise abatement. At this time, the design assumes that the 1-5 traffic noise walls will be constructed separately from any walls that may be required for noise mitigation from light rail operations in the Belmor Park area and south to S 336th Street. Some noise walls would be located on top of retaining walls, which could reduce some wall heights compared to the Noise Analysis (2021). General BOW locations will be derived by the design team and provided to the Consultant in AutoCAD or MicroStation format. The data will include plan and profiles for all retaining walls and any new or revised area grading. Modeling of Noise Wall #2 will occur once BOW data, retaining wall information, and final lane configurations can be received from the project design team. The noise wall TOW elevations will be optimized for each wall panel to meet WSDOT criteria for insertion -loss -benefited receivers. Once the wall optimization is complete, the BOW/TOW will be transferred back to the design team for review and comment. Up to five iterations are expected for Noise Wall #2 due to the complex nature of the area and modeling with and without the assumption that the connection over 1-5 is competed. If they differ, the most effective of the two noise walls will be recommended for construction. Once finalized, a complete set of data, including noise level with and without abatement, cost, and individual wall heights by station number will be produced. Graphis and tables will also be prepared to aid in the understanding of the final noise wall specifications. City of Federal Way 554-2441-833 City Center Access Phase 1 17 December 2023 Southbound 1-5 Ramps Parametrik Project Construction Scope of Work An updated detailed construction noise analysis will be performed. For Noise Wall #1, this would include an analysis of equipment specifically required for installation of the noise wall only, providing a more accurate summary of potential noise impacts during construction of the wall and identifying the nearby noise sensitive properties. For Noise Wall #2, the construction noise analysis would include an analysis of all equipment and activities necessary for construction of the new roadways, retaining walls, noise walls and utility relocations along with other noise sources and activities. Given that some of the work near Belmor Park would likely need to occur during nighttime hours, a construction noise variance would be required from the City of Federal Way. The updated construction noise analysis would discuss the variance process and provide a summary of potential noise levels during nighttime construction activities. This information could be used to aid in obtaining the construction noise variance. Finally, because the existing noise wall must be removed for construction of the project, residences at Belmor Park will be exposed to a notable increase in traffic noise until the construction of Noise Wall #2 is completed. Therefore, it is recommended that Noise Wall #2 be constructed as early in the process as possible. Construction of Noise Wall #2 will not only reduce noise levels from traffic on 1-5, it could also assist in reducing some noise related to project construction. Deliverables ■ Final Design Noise Analysis Report. ■ BOW and TOW tables and graphics. ■ Noise level tables and comparison. ■ Construction noise analysis. * Construction noise variance summary. Assumptions ■ Design files for the project roadway and ancillary facilities will be provided in AutoCAD or MicroStation. ■ Updated traffic data with and without the S 324th Street connection will be provided. Task 04 - Geotechnical Investigations (HWA) Objective The objective of this task is to conduct pavement and geotechnical explorations to obtain reliable information on pavement, soil, and groundwater conditions along the project alignment and in the vicinity of the proposed significant improvements to assist the design and construction of the project. HWA will utilize the information obtained from the pavement and geotechnical investigations to conduct engineering analyses and evaluations to develop the required geotechnical engineering recommendations for the project at the 30% design milestone. HWA will conduct pavement, liquefaction, consolidation, slope stability, and theoretical infiltration analyses and provide preliminary recommendations for pavement, infiltration, luminary/signal foundation, culverts, underground vaults, earth work, retaining walls, shoring and excavation. City of Federal Way 554-2441-833 City Center Access Phase 1 18 December 2023 Southbound 1-5 Ramps Parametrik Approach Scope of Work • HWA will initiate the project and setup billing information in support of invoicing throughout the project. HWA will prepare monthly invoices, and progress reports for the duration of the design phase of the project. ■ HWA will participate in one project kickoff meeting with the City and the design team. This meeting will review project objectives, communication protocol and schedule. ■ HWA will participate in project management & coordination team meetings with the design team, the City, and/or other stakeholders. • HWA will provide task management to all geotechnical related aspects of the project. • Perform a geotechnical desk study that includes the review of readily available existing geotechnical information, such as online geotechnical databases, geologic maps, and investigation reports performed by others. Plan and coordinate the pavement and geotechnical exploration program for the project. The pavement exploration program will consist of conducting up to 15 pavement cores and up to 3 days of falling weight deflectometer (FWD) testing. The geotechnical exploration will consist of drilling a series of up to 23 borings with up to four monitoring wells installed at select boring locations and conducting 4 days of hand explorations and dynamic cone penetrometer testing in areas where access with drilling equipment is not feasible. HWA will coordinate with the drilling and traffic control subcontractors, as needed, to conduct the proposed explorations. ■ Conduct a site reconnaissance of the project area, and mark proposed exploration locations for utility locates. ■ Submit utility locate tickets to the on -call public utility locate services and coordinate locating and marking of the existing utilities in .the vicinity of the proposed explorations. ■ Revisit the site to make sure that the proposed exploration locations are clear of the buried utilities. If needed, adjust proposed coring/boring locations, mark new locations, and request utility locates for the newly marked locations. HWA assumes up to four site visits are required to completely mark and verify all exploration locations. ■ Develop traffic control plans for the proposed explorations. HWA assumes conducting the proposed explorations will not require flagger-controlled lane closures and traffic control will be limited to shoulder work, work beyond the roadway, and single lane closures within multilane roadways. Generate Pavement and Geotechnical Exploration Plan Memorandums for the proposed field work that details the type, location, traffic control requirements, and extent of proposed field explorations along with logistics necessary to perform the work. The Pavement and Geotechnical Exploration Plan Memorandums will be used to convey the specifics of the exploration work and obtain the required ROW and rights of entry permits from appropriate jurisdiction. ■ Develop a project -specific Health and Safety Plan describing the potential hazards associated with the exploration work and the processes and procedures to ensure health and safety during the field operations. City of Federal Way 554-2441-833 City Center Access Phase 1 19 December 2023 Southbound 1-5 Ramps Parametrix Scope of Work ■ Conduct the pavement exploration program. HWA will conduct 6-inch diameter pavement coring at up to 15 locations along asphalt roadways along the project corridor. Excavations will be made through core holes to depths of about 2 to 3 feet to assess pavement subgrade conditions. HWA will also conduct up to 3 days of FWD testing along the project alignment to supplement our understanding of the pavement structural and pavement subgrade conditions along the project alignment. a Conduct the geotechnical exploration program. Six geotechnical borings will be drilled to a depth of 40 to 50 feet in support of the three fish passage culvert crossings. Six geotechnical borings will be drilled to a depth of 30 to 40 feet in support of the retaining walls and elevated embankments along the project alignment. Eleven geotechnical borings will be drilled to a depth of 20 to 30 feet along the proposed project alignments to assist with design and construction roadway widening, new roadway construction, underground vaults, and luminary and signal pole foundation. HWA will install up to four groundwater monitoring piezometers to monitor groundwater conditions along the project alignment. HWA will conduct up to 4 days of hand explorations and dynamic cone penetrometer testing in areas within existing slope embankments and other areas where access with drilling equipment is not feasible. The hand explorations and dynamic cone penetrometer results will supplement the geotechnical borings to provide more accurate and efficient understanding of the subgrade conditions along the site. Each of the above -described explorations will be logged by a geotechnical engineer or geologist. Soil samples will be collected from the borings using the standard penetration test at intervals of 2.5 feet until approximately 20 feet, and then every 5 feet until termination depth of the boring. ■ Prepare photographic core logs and summary boring logs. Submit laboratory test request on select soil samples. Perform laboratory material testing to evaluate relevant physical properties of the site soils. Laboratory testing will include moisture content, hydrometers, grain -size distribution, one-dimensional consolidation, direct shear, organic content, and/or Atterberg limits. ■ Conduct groundwater monitoring for geotechnical purposes using transducers installed in the four piezometers constructed during drilling. These transducers will be set to take groundwater elevation readings every half an hour for a duration of up to 1 year. Four site visits will be made to download and process the groundwater data from the transducers. ■ HWA will evaluate field and laboratory data and generate estimates of the soil strength and other properties needed to evaluate the effects the subsurface conditions will have on the proposed improvements. s HWA will construct up to three geologic cross -sections, as needed, for the project. These cross sections will show subgrade soil conditions and will be provided in a geotechnical report. ■ Analyze FWD data and prepare a spreadsheet presenting the results of FWD testing (including FWD deflection readings and back calculated resilient modulus of subgrade). ■ Perform equivalent single axle load calculations and pavement design/rehabilitation alternatives. ■ Prepare a draft preliminary pavement design report presenting the results of FWD testing, pavement coring, lab testing, and or pavement design recommendations. City of Federal Way 554-2441-833 City Center Access Phase 1 20 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ Based on the soils encountered at each intersection, HWA will determine the Seismic Site Class for seismic design. The design spectral acceleration parameters will then be selected in accordance with the AASHTO Guide Specifications for Load and Resistance Factor Design (LRFD) Seismic Bridge Design and the applicable modifications provided in the WSDOT Bridge Design Manual (BDM). ■ HWA will evaluate the susceptibility of the subsurface soils to liquefaction and consolidation along the corridor and assess the potential impacts to the proposed improvements. ■ HWA will conduct slope stability analysis required to develop preliminary retaining wall and embankment recommendations. Slope stability analysis will be completed with limit equilibrium methods. ■ HWA will provide recommendations for design of retaining structures in accordance with the AASHTO LRFD Bridge Design Specifications, the WSDOT BDM and Geotechnical Design Manual. ■ HWA will conduct grain size analysis screening of the near surface soils to evaluate infiltration potential and determine preliminary infiltration rates. Additional infiltration testing will be required in future phases of this project to determine design infiltration rates. ■ HWA will provide preliminary geotechnical recommendations for design and construction of the luminaire/signal pole improvements. We assume that luminaire/signal pole foundations will be designed based on WSDOT standard plans and procedures. ■ HWA will provide preliminary geotechnical recommendations for design and construction of 3 culvert replacement foundation alternatives. M HWA will prepare a draft preliminary geotechnical engineering report for the project. This report will contain the results of the explorations and analyses performed, including descriptions of surface and subsurface conditions; a site plan showing exploration locations and other pertinent features; summary boring logs; and laboratory test results. The report will provide preliminary geotechnical recommendations at the 30% design milestone for each of the proposed improvements. ■ HWA will review and provide responses to up to one round of review comments on the draft preliminary geotechnical engineering and draft preliminary pavement design reports. ■ After responding to all review comments, HWA will prepare the finalized 30% design milestone preliminary pavement and preliminary geotechnical engineering report for the project. This report will contain the results of the explorations and analyses performed, including descriptions of surface and subsurface conditions; a site plan showing exploration locations and other pertinent features; summary boring and pavement core logs; and laboratory test results. The report will provide pavement and geotechnical recommendations for each of the proposed improvements at the 30% design milestone. ■ HWA will conduct quality assurance/quality control on analyses and recommendations by HWA. All design calculations and recommendations will be reviewed by a senior principal prior to distribution to the design team. Deliverables a Pavement Exploration Work Plan Memorandum. a Geotechnical Exploration Work Plan Memorandum. ■ Draft Preliminary Pavement Engineering Design Report. City of Federal Way 554-2441-833 City Center Access Phase 1 21 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ Draft Preliminary Geotechnical Engineering Report. Finalized Preliminary Pavement and Geotechnical Engineering Report (at 30% design milestone) Assumptions ■ No review of documents pertaining to environmentally regulated sites along the project corridor are included with this estimate. R Analysis, testing, storage, and handling of potentially contaminated soil and ground water (either sampled or spoils from drilling) are beyond this scope of services. If hazardous materials are encountered on site, HWA will properly handle, contain, and store the material on -site. The City would be responsible for the cost of disposal of contaminated media. ■ All required ROW and rights of entry or permits will be provided by the others at no cost to HWA. e Boring locations will be accessible by truck- or track -mounted drill rigs. ■ Exploration locations will be located using handheld GPS and measurement from existing known features. ■ Utility locates, via the One -Call Utility Locate Center and private locator, will be comprehensive and accurate enough to allow reliable and safe location of borings. Vacuum extraction of borings is not included. ■ Explorations conducted through the roadway and paved surfaces will be patched with Aquaphalt asphalt repair mix or rapid -setting concrete. No saw cuts or hot -mix -asphalt patches will be required. ■ Experience has shown that subsurface soil and groundwater conditions can vary significantly over small distances, and it is possible that other subsurface conditions and/or contamination may exist in areas that were not investigated. If contamination is discovered, it is likely that the data will not be sufficient for delineating the vertical and/or lateral extent of contamination or to provide an accurate cost estimate for soil and/or groundwater disposal during construction. ■ All geotechnical soil samples will be disposed after 6 months of being stored. Long-term storage of soil samples by the subcontractor is not included. • 80% of the exploration work will be accomplished during normal daylight workdays and hours, and the remaining 20% will be conducted during the night shift, with at least a minimum of 8 hours available per work shift. ■ No pilot infiltration tests or Environmental Protection Agency falling head (percolation) tests are included. in HWA will review the project plans at 30% design to ensure that the pavement and geotechnical aspects of the project have been properly incorporated under a future amendment. ..ask 05 Utility Coordination Objective The purpose of this task is to identify project design elements that impact existing utilities (public and private) within the project limits using the best available data. The identified conflicts will be City of Federal Way 554-2441-833 City Center Access Phase 1 22 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work documented with action to resolve the conflict. The proposed resolutions will be coordinated with all relevant stakeholders with the goal of reaching concurrence. Subtask 05.01 - Data Collection and Base Map Objective The Consultant will identify existing utilities and proposed utilities, independent from this project, within the project area. The Consultant will coordinate the incorporation of the identified utilities into the base map. Approach ■ Review available as -built drawings of existing from local and state jurisdictions. ■ Coordinate and request utility as -built drawings to the extent they are available, and inquire about proposed projects, such as new facilities, maintenance, and abandonments from owners identified by the City and observed (e.g., via field visits, survey, satellite imagery). ■ The Consultant will perform one field visit along the alignment. ■ The Consultant will review the base maps. The review will include identifying public and private utilities on the maps and the source of the information (e.g., field -located, aerial photo identification, as -built drawings showing utility locations, geographic information system[GIS]). The utility will then be placed on the designated layer that matches the information source with the CAD system. Deliverables ■ Up to 45 potholes will be performed in order to verify locations of critical utilities; pothole utility data will be added to the utility base map. ■ The pothole data will be provided as an appendix in the Utilities Technical Memorandum (UTM) described below in Subtask 05.03. Assumptions ■ All communication with utility owners will be performed as an extension to the coordination that took place in the previous level of design. This includes the following utility owners: —► B PA. —► BP Pipelines North America, Olympic Pipeline Company. —> Lakehaven Water and Sewer District. —► Tacoma Water. —> Comcast. —> Lumen (formerly CenturyLink). Puget Sound Energy Electric. Puget Sound Energy Gas. Zayo Communications. ■ The Consultant will fill out and submit any paperwork required to coordinate with utility owners. City of Federal Way 554-2441-833 City Center Access Phase 1 23 December 2023 Southbound 1-5 Ramps Parametrix Scope of Work ■ Sound Transit is responsible for coordinating the BPA tower relocation design. It is assumed that the BPA tower relocation will begin construction in late 2024. ■ The Consultant shall coordinate and develop the necessary scope, fee, and required documentation (e.g., pothole plans) with the potholing subcontractor. The subcontractor shall be responsible for performing the potholing, developing data sheets, provided site photos, developing traffic control plans, and applying for permits, as necessary. Subtask 05.02 - Composite Utility Plans Objective The Consultant will develop composite utility plans as a roll plot, which will show all potential conflicts between existing utilities and proposed project elements, along with design modifications to mitigate the conflict. Approach The Consultant will coordinate with other design leads for development of utilities relocation, performing designs in accordance with state and local jurisdiction and utility owner requirements. Deliverables n Roll plot identifying potential conflicts between existing utilities and proposed design elements. —> Identified conflicts will contain information on impacted owner(s) and design disciplines, all available data on the utility's condition and location, and the preferred design action to mitigate the conflict. Assumptions ■ Proposed utilities or utility modifications for gravity -flow utilities will take vertical priority over utilities not relying on gravity flow. ■ One meeting with each public and private utility agency within the project limits after initial design development and draft roll plot to validate any proposed relocations and utility design updates before submittal. Any requested utility betterments will be noted but not addressed in this phase of design. ■ The Consultant will be invited to all meetings with any utility owner. Subtask 05.03 - Utility Contacts and UTM Objective The Consultant will develop a Utilities Technical Memorandum (UTM) documenting existing utilities and identified potential conflicts with the proposed design and resolutions. Approach The UTM will summarize each utility owner's presence within the project area, coordination status, and potential risk associated with the degree of design conflicts. For the utilities where relevant, franchise and permitting status and utility owner developed relocation plan status will be City of Federal Way 554-2441-833 City Center Access Phase 1 24 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work documented in the UTM. Regular coordination meetings will be held to maintain utility owner engagement and opportunity for active design coordination. The Consultant will organize and lead monthly coordination meetings utility coordination meetings where all impacted utility owners are in attendance. The meetings will provide relevant design updates to the utility owners and provide an opportunity to resolve potential conflicts between the proposed design and existing utilities. Up to sixty 30-minute one-on-one coordination meetings will be allocated to for detailed coordination not appropriate in the monthly utility coordination meetings. Proposed design and existing utility conflicts will be tracked in a utility conflict matrix, within the UTM, containing the following information: location of conflict, impacted existing utility, proposed design feature, parties involved, conflict resolution method, and the status of the conflict. These conflicts will also be reflected in the roll plot developed for Sub -Task 05.02. Deliverables Draft Utilities Technical Memorandum with the following included as an appendix: —> Updated utility contact matrix that will include utility contact information (utility, contact name, title, phone number, e-mail address, and mailing address), summary of meeting dates, summary of phone/virtual discussions, and action items with each utility. —► Meeting minutes documenting utility relocation meetings with proposed utility design and summaries of major decision made. —> Pothole data sheets. Composite Utility Plans, as a roll plot. Task 06 - A._ ,R Supplement and Intersection Control Evaluation Objective To develop a supplement to the ARR and an intersection control evaluation (ICE) documenting up to one construction phase. Subtask 06.01- Data Collection Objective Collect data to document whether existing and future baseline conditions are consistent with the ARR assumptions and to support the ARR supplement and ICE. Approach The following data will be collected to support the ARR supplement and ICE. ■ Existing available traffic data will be supplemented by collecting AM and PM 3-hour turn -movement counts at up to four locations likely to include the following: —> S 320th Street/1-5 southbound (SB) ramps. —� S 320th Street/1-5 northbound (NB) ramps. City of Federal Way 554-2441-833 City Center Access Phase 1 25 December 2023 Southbound 1-5 Ramps Parametrik S 320th Street/SR 99. SR 99/S 324th Street. ■ 1-5 ramp and mainline AM and PM peak hour, and daily traffic volumes from north of S 272nd Street to south of SR 18 (from WSDOT's database). Scope of Work The Consultant will review the existing transportation network (focusing on roadway capacity and connectivity), existing traffic volumes, and future projects to document whether the existing and future traffic volumes and network are consistent with assumptions in the ARR or if there are changes in the system that could affect conclusions documented in the ARR. Deliverables ■ Draft and final technical memorandum establishing a comparison of the existing and future baseline conditions documented in the ARR and current assumptions. Assumptions ■ The City will provide a list of capacity improvement projects completed since 2017 and changes to the 6-year TIP and 20-year transportation project program. Subtask 06.02 - ARR Support Team Meetings Objective Coordinate with the ARR signing agencies to receive input on the scope and scale of the ARR supplement and ICE, findings, and reviews. Approach The Consultant team will organize and lead monthly meetings of the ARR support team. The invitation list for this meeting will include staff from: ■ City of Federal Way. ■ WSDOT Northwest Region. ■ WSDOT Headquarters. ■ Federal Highway Administration. ■ Consultant team. The following agencies were involved in the ARR executive team meetings and may be involved in reviewing the supplement. ■ Sound Transit. a King County Roads. ■ WSDOT Management of Mobility. The Consultant team will prepare agendas, provide information prior to the meetings, develop presentations, and prepare meeting minutes. Outreach to the ARR support team is included in this task as required to communicate goals, information, meeting attendance, and answer questions about information provided. City of Federal Way 554-2441-833 City Center Access Phase 1 26 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Up to 10 meetings will be held and likely include the following: ■ Meeting 1 - Project kickoff (project scope, schedule); discuss scope/scale of ARR supplement; discuss requirements of an ICE. ■ Meeting 2 - Methods and assumptions document review comment/responses. ■ Meetings 3 and 4 - Review construction phase design and traffic and sensitivity analyses as relates to ARR document. ■ Meeting 5 - Review draft ARR and ICE. ■ Meeting 6 - Finalize ARR and ICE review comment/responses. ■ Meeting 7 - Sign final ARR; finalize ICE. • Meetings 8, 9, and 10 - Extra meetings as needed. Deliverable ■ Meeting agenda, support materials, and minutes. Assumptions ■ Up to four consultant staff shall attend each meeting. ■ Meetings will be up to 2 hours in length. Subtask 06.03 - Travel Demand Modeling Objective Coordinate and review the travel demand modeling to support the ARR supplement and ICE Approach The Consultant will coordinate and review the Draft and Final Travel Demand Model Technical Memorandum - ARR Supplement deliverable prepared under Subtask 06.08. Deliverable ■ None identified. Assumptions ■ The same version of the travel demand model used for the ARR will be used in this supplement in this task. ■ One construction phase will be modeled. • No additional changes to the roadway connections or capacity beyond those associated with the construction phase. ■ No change to transit connections beyond any associated with the construction phase. Subtask 06.04 - Traffic and Safety Analysis Objective Complete the traffic analysis to support the ARR supplement and ICE. City of Federal Way 554-2441-833 City Center Access Phase 1 27 December 2023 Southbound 1-5 Ramps Parametrix Scope of Work Approach The Consultant will complete the following tasks: ■ Opening year and design year (2045) traffic volumes will be developed based on traffic volumes documented in the ARR for the construction phase. ■ Turn movements, ramp, and 1-5 mainline traffic volumes will be developed for the construction phase. Daily traffic volumes will be developed for the freeway mainline and ramps and key locations along the arterials. ■ A detailed traffic operations analysis will be completed for the construction phase to support the ARR and environmental document requirements. VISSIM Operations Analysis - One construction phase will be modeled. It is assumed the VISSIM model study limits will include 1-5 and its interchanges, including the ramp termini intersections and S 320th Street, consistent with the analysis documented in the ARR. Measures of effectiveness reported will be consistent with the documented ARR. —> Local Operations Analysis - Synchro and/or Sidra will be used to analyze the local study intersections for the study periods and years. The location of study intersections and measures of effectiveness will be consistent with the documented ARR. ■ Synchro and/or Sidra analysis to support ICE documentation - Analysis will be conducted at the S 324th Street/1-5 SB ramps with signal and roundabout for the AM and PM peak hours to demonstrate how alternate intersection controls would operate and required lane configurations. ■ Conduct a safety review consistent with the scope and scale of the analysis documented in the ARR. This includes a qualitative review of the change in traffic volumes, conflict points, and queue spillbacks compared to the no -build alternative. Deliverables ■ Synchro andjor Sidra reports in portable document format (PDF). ■ Synchro and/or Sidra models. ■ VISSIM data output in PDF. ■ VISSIM models. Assumptions ■ Operations analysis will be conducted for the AM and PM peaks. ■ Analysis years will include the opening year and design year (2045). ■ Analysis will include one construction phase. Subtask 06.05 - Sensitivity Analyses Objective Provide support to review effect of new planning or capacity projects to the project vicinity. City of Federal Way 554-2441-833 City Center Access Phase 1 28 December 2023 Southbound 1-5 Ramps Parametrik Approach Scope of Work The Consultant will complete sensitivity analysis not to exceed established budget to support City or review agency inquiries regarding alternative roadway or development scenarios. This could include the following: ■ Change in localized traffic forecasts and operations for city -planned roadway networks connecting to or within the City Center. ■ Change to the parking capacity at the Federal Way/S 320th Street Park & Ride and vicinity. Deliverables ■ Draft and Final Sensitivity Analysis Technical Memorandum. Assumptions ■ Forecasts will utilize the City's travel demand model. ■ Analysis tools may include Synchro, Sidra, or VISSIM. Subtask 06.06 - ARR Supplement Objective Document the traffic analysis in a stand-alone supplement to the ARR. Approach The City and Consultant will meet with the ARR support team to confirm the scope and scale of the ARR supplement. This will include confirming study area, analysis tools, study periods, and whether a sensitivity analysis needs to be conducted documenting the change in the transportation conditions since the data collected for the ARR (signed in 2022) was completed in 2017. The ARR Methods and Assumptions Document will be amended to document any change in methodology or assumptions and documented. A stand-alone supplement to the ARR will be documented for client review and the ARR support team review. The document will summarize the elements of the construction phase that required modifications to the freeway or ramp gore points, the impacts or changes in freeway operations, and other elements covered in the WSDOT Design Manual Chapter 550 and consistent with the scope of the signed ARR. It is assumed that up to four review drafts will be prepared of the ARR supplement. These include the following: ■ Draft 1 - City review draft. ■ Draft 2 - WSDOT review draft. ■ Draft 3 - ARR support team review draft. ■ Draft 4 - Federal Highway Administration review draft. ■ Final - Routed for signature. To expedite the review process, up to four additional review meetings will be held with agencies to resolve comments. These focus meetings are in addition to the ARR support team meetings, to City of Federal Way 554-2441-833 City Center Access Phase 1 29 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work address individual agencies comments or to allow for focused discipline discussions (such as discussing traffic data). Deliverables ■ Draft and Final ARR Methods and Assumptions Document - Revised. ■ Draft 1, Draft 2, Draft 3, Draft 4, and Final Supplement to the ARR. Assumptions ■ The supplement to the ARR will document the construction phase and may include the sensitivity analyses conducted. It is not assumed that the existing or year 2045 conditions text included in the documented ARR will be revised. Subtask 06.07 - ICE Objective Document the traffic analysis in an ICE per WSDOT Traffic Manual Chapter 10. Approach The City and Consultant will meet with the ARR support team to confirm whether a separate ICE document is required from the ARR. It is assumed that a stand-alone ICE will be documented for client review, and for WSDOT review. The document will summarize the elements of the construction phase that require modifications to the freeway ramp terminal intersections with arterials, and documentation of the intersection control alternatives (signal and roundabout). It is assumed up to three review drafts will be prepared for the ICE. These include the following: ■ Draft 1 - City review draft. ■ Drafts 2 and 3 - WSDOT review draft. ■ Final. Deliverables ■ Draft 1, Draft 2, Draft 3, and Final ICE. Assumptions ■ The analysis tools and traffic forecasts used for the ICE will be consistent with the ARR. ■ Up to four WSDOT intersections (1-5 NB and SB ramp terminals at S 320th Street and S 324th Street) will be included in the ICE. ■ Up to four additional City intersections will be included in the analysis due to the potential for queue spillbacks between intersections, and to establish system operations. The ICE will not be used to determine the intersection control at the City intersections. The ICE will document the existing conditions and year 2045 alternatives, including no build, construction phase, and full build. City of Federal Way 554-2441-833 City Center Access Phase 1 30 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Subtask 06.08 - Travel Demand Modeling and Sensitivity Analysis Support (DKS) Objective Complete the travel demand modeling to support the ARR supplement and ICE. Provide support to define travel demand and forecast assumptions, review changes in land use assumptions, and review effect of new planning or capacity projects to the project vicinity to the travel demand forecasts. Approach The Consultant will model the construction phase in the travel demand model used for the ARR. The Consultant will tabulate directional AM, PM, and daily traffic volumes on arterials and 1-5 within the study area for use in post processing. Select link or origin -destination analyses will be conducted on up to eight roadway sections. The Consultant will complete sensitivity analysis not to exceed established budget to support City or review agency inquiries regarding alternative roadway or development scenarios. This could include the following: ■ Change in localized travel demand forecasts for city -planned roadway networks connecting to or within the City Center. ■ Comparison of land use assumptions in documented ARR and current City allocation of Puget Sound Regional Council growth. ■ Comparison of general model assumptions in documented ARR model and current working City model and effect to future year forecasts. This could include a review of the transit network and service levels, and roadway capacity. The Consultant will provide text and tabulated summary of the sensitivity analyses conducted for use in the Draft and Final Sensitivity Analysis Technical Memorandum deliverable for subtask 6.05. Deliverables ■ Draft and Final Travel Demand Model Technical Memorandum - ARR Supplement. Assumptions ■ The same version of the travel demand model used for the ARR will be used in this supplement in this task. ■ One construction phase will be modeled. ■ No additional changes to the roadway connections or capacity beyond those associated with the construction phase. ■ No change to transit connections beyond any associated with the construction phase. Task 07 - -"oad ;esign Objective The purpose of this task is to prepare a preliminary layout of the project roundabouts and roadway design that are included in this Phase 1. This will allow the team to see the impacts and modify the City of Federal Way 554-2441-833 City Center Access Phase 1 31 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work planning -level layout as needed to best fit the available ROW and reduce impacts to the surrounding properties. The City and WSDOT jurisdictions will be determined by proposed limited access along S 324th Street, 300 feet from the last splitter island west of the S 324th Street/1-5 interchange. The roadway design will include coordination with other disciplines, the City, WSDOT, Sound Transit, King County Metro, and adjacent developments to meet project objectives. Subtask 07.01- 30% Roadway Design Objective The Consultant shall define the horizontal and vertical alignments for each roadway in the project to 30% design level. Speed curves will be included for the single -lane roundabouts. Truck turning movements will be simulated for intersections. Approach MicroStation, InRoads and AutoTURN will be used for the design as follows: ■ Preliminary horizontal alignment. • Preliminary vertical alignment. ■ Preliminary roadway geometry including roadway pavement, splitter islands, curb and gutter, crosswalks and nonmotorized elements. ■ AutoTURN for WB-67 design vehicle • Speed curve analysis (roundabouts only). Deliverables ■ Roadway design of horizontal and vertical alignments in .aIg file format. ■ Plan view geometry roll -plots. ■ Profile roll -plots. ■ AutoTURN figures. ■ Speed Curve figures. Assumptions The proposed horizontal alignments will follow the alignments established duringthe 10% design, which includes matching the existing centerlines along S 324th Street and deviations for approaching intersections and requirements for BPA Tower clearance requirements. New alignment will be established to extend S 324th Street, east of the 23rd Avenue S intersection. The intersection layouts from the conceptual design will be refined as design advances during the 30% design. ■ It is anticipated that the portion of the CCA project crossing beneath the OMF South project will be constructed by the Sound Transit design -build contract. This work may include constructing a portion of the S 324th Street retaining walls, supporting the fill section at the OMF South guideway column located in the CCA roadway median, and a portion of the 23rd Avenue S cut wall at a guideway column located adjacent to the Federal Way/S 320th Street Park & Ride. Horizontal and vertical alignments, roadway geometry, channelization, City of Federal Way 554-2441-833 City Center Access Phase 1 32 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work and wall locations will need to be advanced for this section of roadway for use by the Sound Transit design -builder. Subtask 07.02 - Channelization Plan for Approval Objective The Consultant shall design and provide channelization plans for approval for the S 324th Street, S 320th Street, Pacific Highway S, and 1-5 SB ramps. The channelization plan for approval will be submitted to the State for approval. The plans will be developed using WSDOT's Northwest Region Design Guidelines and WSDOT's Northwest Region Channelization Plans. Approach MicroStation and InRoads will be used for the design. Deliverables ■ Draft Channelization Plans for Approval, 11"x17" set (up to 25 sheets) and checklist electronic PDF delivery. ■ Final Channelization Plan for Approval, with final document being stamped by Parametrix and approved by the state, in half-size 11"x17" electronic format with electronic signatures. Assumptions ■ The design shall comply with WSDOT Design Manual and Standard Plans and the Northwest Region Channelization Plan checklist. ■ The Consultant shall ensure that the appropriate local government design standards shall be met as applicable for roadways outside of WSDOT limited access. ■ The State will approve the final plans by signature for roadway elements within WSDOT limited access. ■ Channelization Plans for Approval will include Channelization Plans, turning movement exhibits, Profiles, Typical Sections, and Island Details. ■ Two review meetings with the State and the City. Subtask 07.03 - Project Footprint and Earthwork Quantities Objective Calculations will be done to determine the cut/fill lines, earthwork cut/fill quantities, and project footprint. The preliminary footprint will be defined by horizontal and vertical alignments, standard slope to typical edge of roadway, and standard recoverable ditch slope. Assumptions for walls will be included in areas without sufficient ROW for standard side slopes. Approach MicroStation, InRoads will be used for the design. Deliverables ■ Preliminary footprint with cut/fill lines. ■ Preliminary earthwork quantities. City of Federal Way 554-2441-833 City Center Access Phase 1 33 December 2023 Southbound 1-5 Ramps Parametrik Assumption it Earthwork quantities to be based on preliminary grading. Subtask 07.04 - Roadway Sections Objective The Consultant shall develop roadway cross sections for the subgrade to finished grade. Approach MicroStation, InRoads will be used for the design. Deliverables a Typical roadway section figures at major section. Subtask 07.05 - Staging and Maintenance of Traffic Objective Scope of Work The Consultant shall prepare high-level concept construction phasing plans and descriptions. These plans shall include general sequencing and duration for each stage, as well as the key assumptions used such as lane widths and hours of closures. Roll Plots, showingthe construction phasing, shall be prepared. Approach High-level construction concept and schedule (to determine construction working days). The Consultant will coordinate with the City and the state to identify special stakeholder needs that would affect closures and work hours to define allowable closure hours for the project. Deliverables m Draft construction schedule. ■ Draft Traffic Staging Plan roll plots (up to seven stages) in PDF. a Draft and Final Staging and Maintenance of Traffic Technical Memorandum. Assumptions ■ Two one -hour meetings with the City for work zone traffic staging coordination. ■ Narrowing, traffic shift, and center two-way left -turn closure on S 324th Street and 23rd Avenue S to allow traffic to remain open during construction of roadway improvement and roundabout. ■ Portion of fish passage structure adjacent to the Sound Transit column under S 324th Street improvements will be completed prior to construction. One additional stage will be needed if not completed by Sound Transit. ■ Two one -hour meetings with WSDOT to for work zone traffic staging coordination for fish passage construction under 1-5 to determine requirements and restrictions for work within WSDOT Right -of -Way. City of Federal Way 554-2441-833 City Center Access Phase 1 34 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Subtask 07.06 - Traffic Design (DKS) Approach The Consultant will conduct field reviews throughout the project corridor to identify and assess all components that affect traffic signal, street lighting, and intelligent transportation system (ITS) design, which includes existing traffic signal equipment, junction boxes and conduit path, existing street lighting system, power connection and services, and fiber optic and communication equipment and pathways. Data will be collected from the City and WSDOT before the field visit and reviewed in the office (including as -built plans and aerial photos) with input from the City to ensure efficient field visits are executed. The City will assist the site visit by opening junction boxes, signal, and ITS cabinets, verifying conduit path and connections. . The Consultant shall perform 30% design for traffic signal, street illumination, ITS communication systems, and permanent signing. The traffic design scope includes the following: ■ Modifying the traffic signal at Pacific Highway S and S 324th Street intersection. ■ Ramp meter on the 320th Street to SB 1-5 on -ramp. ■ Ramp meter on the S 324th Street to SB 1-5 on -ramp. ■ Rectangular rapid -flashing beacon (RRFB) design for pedestrian crossings at the two new roundabouts and two mid -block crosswalks on S 324th Street. ■ Continuous street and pedestrian -level lighting on S 324th Street between Pacific Highway S and the new 1-5 SB ramp terminal, including the two new roundabouts and approaches. ■ Street lighting for the 1-5 ramp off -ramps, on -ramps, and freeway merging and diverging area per WSDOT design manual. ■ Electrical design to provide power for ramp meters, RRFB, and the lighting system. ■ Fiber communication conduit pathway from S 322nd Street/23rd Avenue S to the two new roundabouts. ■ Fiber connection from the existing ITS hub at the S 320th Street interchange to the two new ramp meters. ■ Surveillance cameras at two ramp meters and ramp terminal roundabout and connection to the ITS hub at S 320th Street interchange. ■ One surveillance camera at the Pacific Highway Sand S 324th Street and connection to existing City fiber. ■ All 1-5 SB guide signs and information signs as shown on the conceptual signing plans, which include two new sign bridges, two new cantilever sign structures, overhead signs, and other post mounted signs on 1-5 SB mainline and ramps. ■ Post mounted roundabout signage. ■ Other post -mounted signs throughout the project. City of Federal Way 554-2441-833 City Center Access Phase 1 35 December 2023 Southbound 1-5 Ramps Parametrix Scope of Work Deliverables * Field visit notes and pictures. ■ Traffic Signal Layout Plans ■ RRFB Layout Plans ■ Illumination Layout Plans ■ ITS Communication Layout Plans ■ Permanent signing Layout Plans Assumptions • The City and WSDOT will provide all as -built plans for traffic signal, street lighting, and ITS system existing infrastructure. ■ This design submittal is conceptual -level roll plot and a 30% layout design only. No traffic design details will be included. ■ MicroStation will be used for the design. Task 08 - Stormwater Objective The Consultant shall provide design of stormwater infrastructure to the 30% design level. Stormwater management (SWM) infrastructure includes the following: ■ Design of new SWM facilities. r Design of modification to existing SWM facilities where impacted by proposed grading. • Design of new conveyance systems. ■ Design of modifications to existing conveyance systems. ■ Design of SWM facilities for stormwater management of equivalent areas where needed. Subtask 08.01 - City SWM Faciliti Objective The Consultant shall provide design of stormwater infrastructure identified above for SWM facilities to be owned operated and maintained by the City. City stormwater facilities shall be designed based on the following: 2021 City Addendum to the King County Surface Water Design Manual. ■ 2019 City of Federal Way Development Standards Chapter 4. ■ Title 16 Federal Way Revised Code. * King County 2021 Surface Water Design Manual. City of Federal Way 554-2441-833 City Center Access Phase 1 36 December 2023 Southbound 1-5 Ramps Parametrik Approach Scope of Work The following SWM facilities were included in the 10% design. These facilities may be combined as design proceeds based on additional survey and threshold discharge area (TDA) determination. However, City facilities will not be combined with WSDOT facilities. ■ TDA 14, 324th West 1 Equivalent Area - West Fork Hylebos Creek. ■ TDA 15, 324th West 2A - West Fork Hylebos Creek. ■ TDA 16, 324th West 2B - East Fork Hylebos Creek. ■ TDA 17, 324th West 2C - East Fork Hylebos Creek. ■ TDA 21, (North and South) Equivalent Area - West Fork Hylebos Creek. The technical information report (TIR) will be a stand-alone report but will cross reference the WSDOT Hydraulic Report for WSDOT facilities. There will be up to one site visit for field observations. The site visit will be performed after survey is completed and will be with the City, if desired by the City. Enhanced Basic Water Quality Treatment will be required in accordance with the City's 2013 Water Quality Applications Map. Proprietary treatment BMPs shall have a General Use Level Designation through the Technology Assessment Protocol - Ecology. Enhanced Basic Water Quality Treatment will be provided as discussed under Assumptions, below. Conservation flow control will be required based on the City's 2010 Flow Control Applications Map. Flow control will be provided as discussed under Assumptions, below. There will be coordination with manufacturers for the design and layout of precast vaults. The TIR will include the following: ■ Section 1, Project Overview - This section will include narrative and TIR Worksheets for the proposed stormwater facilities, a site location map, a drainage basin map, and soils mapping from U.S. Department of Agriculture Natural Resources Conservation Service Web Soil Survey. Soils mapping will indicate results of project geotechnical study if different from web information. ■ Section 2, Conditions and Requirements Summary - This section will include narrative describing the proposed stormwater infrastructure and basis of design. ■ Section 3, Off -Site Analysis - The project will include a Level 1 Downstream Analysis. Completion of a Level 2 or 3 Downstream Analysis will be performed during future design phases if required by the City. The off -site analysis will include the following tasks. —� Task 1, Study Area Definition Map. —> Task 2, Resource Review. -► Task 3, Field Inspection - This will be completed if City -owned conveyance elements are inspected by City staff during the project design or if privately owned conveyance elements are inspected by private owners and results provided for the TIR. —> Task 4, Drainage System Description and Problem Descriptions - This will be subject to readily available information collected for Task 2. —> Task 5, Mitigation of Existing or Potential Problems. City of Federal Way 554-2441-833 City Center Access Phase 1 37 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ Section 4, Flow Control, Low Impact Development and Water Quality Facility Analyses and Design - This section will summarize the design of the proposed stormwater facilities and document the anticipated infeasibility of low impact development. ■ Section 5, Conveyance System Analysis and Design - This section will include the analysis results of proposed major conveyance lines tributary to proposed stormwater facilities and proposed major conveyance lines from proposed stormwater facilities to connection points. Conveyance analyses will be in spreadsheet format. ■ Section 6, Special Reports and Studies - This section will identify any stormwater-related requirements that come from other reports or studies prepared for this scope of work such as geotechnical reports or wetland reports. However, it is assumed that report results will not trigger stormwater management requirements more stringent than identified in this scope of work. ■ Section 7, Other Permits - This section will list any stormwater-related requirements of permits that are being obtained for this design phase and will identify potential future permits that might be required that might impact future design phases. ■ Section 8, Construction Stormwater Pollution Prevention Plan Analysis and Design - This section will be listed, but completion will be deferred to future design phases. ■ Section 9, Bond Quantities, Facility Summaries, and Declaration of Covenant - This section will include a summary of quantities prepared to support development of opinions of probable construction costs, sizing summaries of stormwater facilities, and the results of any agreements, if obtained, for City facilities located on private property. ■ Section 10, Operation and Maintenance Manual - This section will be listed but completion will be deferred to future design phases. Manufacturer's maintenance requirements of proprietary treatment BMPs will be included. Deliverables ■ Draft and Final TIR based on the King County Surface Water Design Manual. ■ MicroStation file with notations indicating the following: —► Location and size of proposed SWM facilities. —► Linework showing routing of proposed conveyance elements, including key elevation locations, locations and elevations at connection points, major locations of catch basins. Assumptions ■ The project is located in the City Center Core area based on the 2023 Comprehensive Plan map. ■ Modifications to the following existing SWM facilities is not included: —► Retention Pond 21. —> Retention Pond/Lake 22. --> Existing underground water quality treatment BMPs constructed for the Commons Mall. ■ The existing storm system conveying regional flows under the Commons Mall and S 324th Street will not be modified unless a new connection is made. Any new connections will not trigger system replacement. City of Federal Way 554-2441-833 City Center Access Phase 1 38 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ A Construction Stormwater Pollution Prevention Plan and Erosion Control Plan are not included. ■ Infiltration for flow control is not technically feasible. ■ Water quality treatment or flow control will not be required for construction of underground stormwater infrastructure. The thresholds identified in Federal Way Revised Code 19.30.120 will likely be exceeded, which would trigger drainage review. However, because the project is in the City Core Area, retrofitting of redeveloped impervious surfaces will be triggered at the TDA level only if the additional impervious surface is 50% or more of existing impervious surface. Treatment retrofit for redeveloped surfaces will not be required for a TDA if the additional impervious surface is less than 50% of existing impervious surface. Treatment of all post -project impervious surface will not be required. Flow control shall be designed by modeling existing tributary areas as forested land cover. This will be applied to new pervious and new hard surfaces and to redeveloped hard surfaces where redeveloped hard surfaces are subject to flow control. Redeveloped hard surfaces subject to flow control include areas where hard surfaces are removed to the top of underlying base material and replaced with in -kind or different hard surface but only if the new hard surfaces are 50% or more of existing hard surfaces within a TDA. Flow control for all post -project impervious surface will not be required. ■ Catch basins will be shown at storm drain connections, sags in curb line profiles, changes in direction, and at 300-foot spacing maximum for long runs of pipe. Inlet spacing calculations will be provided in future design phases. • The Construction Stormwater Pollution Prevention Plan, the Erosion and Sediment Control Plan, and the Stormwater Pollution Prevention and Spill Plan will be prepared in future design phases. ■ Proposed flow control facilities will not trigger analysis or modification of downstream conveyance systems. ■ Any existing or potential downstream problems identified for TIR Section 3 Offsite Analysis Task 5 - Mitigation of Existing or Potential Problems will not trigger more stringent stormwater requirements than discussed above. s A variance from City stormwater requirements, if needed, will be identified in the TIR as a potential element to be included in the next design phase. Subtask 08.02 - WSDOT SWM Facilities (Osborn Consulting) Objective The Consultant shall prepare a 30% Stormwater Memorandum documenting the conceptual analysis of the estimated stormwater runoff treatment and flow control facilities identified below to be owned, operated, and maintained by WSDOT within WSDOT ROW. The stormwater design elements within WSDOT ROW shall be based on the following: ■ WSDOT 2023 Hydraulic Manual (M 23-03). ■ WSDOT 2019 Highway Runoff Manual (M 31-16). s WSDOT 2022 Design Manual (M 22-01). ■ WSDOT Plans Preparation Manual (M 22-31). City of Federal Way 554-2441-833 City Center Access Phase 1 39 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ WSDOT 2024 Standard Specifications for Road, Bridge, and Municipal Construction (M 41-10) and General Special Provisions. ■ WSDOT Standard Plans for Roads, Bridge and Municipal Construction (M 21-01). Approach The following SWM facilities were included in the 10% design. These facilities may be combined as design proceeds based on additional survey and TDA determination. However, WSDOT facilities will not be combined with City facilities. ■ TDA 9 (SB), Pond A SB ■ TDA 10, Equivalent Area, North of S 320th Street SB ■ TDA 11, South of S 320th Street SB ■ TDA 12, Biofiltration Swale SB ■ TDA 13A (SB), S 320th Street - S 324th Street SB Off -Ramp. ■ TDA 23, Federal Way/S 320th Street Park & Ride, WSDOT/King County. ■ Performing a review of available information and preparing data requests to submit to WSDOT and the City for additional information and survey needs to develop and update the drainage design. -► Review will include, but is not limited to, drainage as -built drawings, WSDOT Hydraulic Reports, wetland and geotechnical reports, publicly available GIS, and online basin maps. -+ Perform a review of existing critical areas and downstream discharge water bodies to evaluate potential environmental constraints and to estimate runoff treatment and flow control requirements. Reviewing the project survey base map information and identify areas within WSDOT ROW needing additional information for drainage design. Prepare survey request for any additional survey information required for stormwater design. ■ Perform up to two site visits to confirm existing stormwater drainage patterns, evaluate project downstream flow paths, and to confirm information gathered in 10% design. ■ Coordinate with project design team, local agencies, and the project environment permitting team to coordinate and develop the WSDOT stormwater management approach. -► Coordinate with local water district to confirm any design requirements for constructing potential stormwater facilities near the existing water transmission pipeline. Two meetings are assumed for this coordination. Coordinate with the Sound Transit OMF South project to evaluate compatibility of potential CCA WSDOT stormwater improvements with the Sound Transit OMF South stormwater design. Two meetings are assumed for this coordination. -> Coordinate with the Environmental Permitting team to establish project ESA and permitting strategy to inform the stormwater design and requirements. Two meetings are assumed for this coordination. -> Attend up to 26 biweekly meetings to coordinate project design updates with the design team. Each meeting is assumed to be 1-hour long and held virtually via Microsoft Teams or conference call. City of Federal Way 554-2441-833 City Center Access Phase 1 40 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ Prepare a 30% Stormwater Memorandum summarizingthe design criteria and standards that apply to the WSDOT portion of the project and TDAs, summarize the recommended BMPs to meet the triggered requirements, and provide an area tally summary table for the WSDOT portion of the project. A text summary of the applicable modeling results, calculations, and stormwater design documentation spreadsheet will be included in the report. —► Confirm TDAs delineated in the previous study for the portions of the project within the WSDOT ROW by using existing data, survey base file, and site reconnaissance. Prepare a TDA exhibit showing TDA delineations and downstream flow paths. One TDA exhibit will be included in the report. —► Prepare area measurements based on the 30% roadway design developed in Subtask 07.01. Measure and tally the existing, new, and replaced impervious and pollution generating impervious surfaces in MicroStation. Area tally results documenting the proposed surface conversions will be included in area summary tables in the 30% Stormwater Memorandum and the WSDOT Stormwater Design Documentation Spreadsheets. —► Prepare a summary of the estimated stormwater minimum requirements triggered by the project based on the area tally measurements and TDA discharge models. —+ Prepare 30% design -level BMP models in MGSFlood to determine an updated estimate of the BMP size for the recommended BMPs and update draft BMP footprints approximations for up to six BMPs. Evaluate stormwater BMP locations and prepare a BMP exhibit showing approximate BMP footprints on the project site. Prepare an estimate of volumetric modifications to the existing WSDOT SWM facility C located north of S 320th Street in the WSDOT ROW required to accommodate the roadway improvements. —► Evaluate the need for additional SWM facility in the park -and -ride within the WSDOT ROW to mitigate for potential additional improvements. —> Prepare TDA-level discharge models to determine the increase in runoff from the TDA based on the proposed roadway improvements developed in Subtask 07.01. —► Identify potential WSDOT Highway Runoff Manual and Hydraulic Manual deviations anticipated based on the 30% design. —> Prepare a WSDOT Stormwater Retrofit Assessment for Fish Passage projects. The checklist will include identifying potential opportunity based retrofit stormwater BMPs. —► Prepare a high-level WSDOT Retrofit Cost -Effectiveness and Feasibility analysis to determine the Puget Sound Retrofit cost obligation that applies to the project. —> Prepare a qualitative evaluation of the existing stormwater downstream flow paths up to a quarter mile from the identified stormwater discharge points at the WSDOT ROW. ■ Prepare a geotechnical investigation request for the recommended BMPs. The request will include the approximate location of the recommended BMPs, the facility types, and approximate elevation of the facility bottom with respect to the existing grade. s Prepare and update a WSDOT drainage base file that will be referenced into roll plots, exhibits, and figures in MicroStation. City of Federal Way 554-2441-833 City Center Access Phase 1 41 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ Prepare for and attend up to six meetings with WSDOT Hydraulics office. ■ Coordinate with manufacturers for the design and layout of precast vaults. Deliverables ■ Draft and Final 30% Stormwater Memorandum (PDF) based on the WSDOT Highway Runoff Manual and Hydraulics Manual. ■ Geotechnical investigation request for WSDOT SWM facilities (PDF). ■ Existing data request. ■ Additional survey request. ■ Meeting agenda and brief meeting notes for meetings with WSDOT Hydraulics. ■ Comment responses to Draft 30% Stormwater Memorandum. Assumptions ■ Modifications to existing WSDOT SWM facility C will be only for volumetric impacts. Retrofit of the facility to current or future SWM requirements is not required. ■ Modifications to the existing Federal Way/S 320th Street Park & Ride SWM facility is not included. ■ Required WSDOT stormwater flow control facilities within the Federal Way/S 320th Street Park & Ride parcel are assumed to be underground vault type facilities to minimize impacts to parking stalls and property takes. ■ WSDOT SWM facility design will be based on BMPs listed in the Highway Runoff Manual. ■ The 30% Stormwater Memorandum will be a stand-alone report but reference the TIR prepared for City facilities. ■ SWM facility modeling will be performed using MGSFlood. Up to six models are assumed. The modeling input will be based on the best available known geotechnical conditions at the site, which may include historic geotechnical reports if relevant and available from WSDOT, the City, or the Natural Resources Conservation Service Web Soil Survey map. A high groundwater and/or zero infiltration rate will be assumed in the modeling. The soil condition modeling inputs are preliminary and will need to be determined through site -specific soil investigation during final design. The modeling will need to be refined in future design phases when this data is available. Rough approximation of facility footprint for up to six facilities is assumed. The facility footprint approximation will include an estimate for access roads, and a contingency for extra room needed to complete the facility in final design. The purpose of the rough footprint approximation is to aid in determining potential ROW needs for stormwater facilities and is not intended to represent a complete facility design. The rough facility footprint will be shown on the BMP exhibit included in the 30% Memorandum. Finished facility grades and/or digital terrain model surfaces will not be generated. One round of footprint approximation is assumed. ■ Area tallies will be performed only once based on the conceptual 30% roadway layouts. Contingency will be applied to area tally numbers to determine the stormwater requirement and develop the stormwater design included in this task. Alternatives roadway layouts and multiple area tally revisions are not considered. City of Federal Way 554-2441-833 City Center Access Phase 1 42 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work ■ High-level conveyance feasibility will be evaluated. Conveyance design is not included and will not be performed in this amendment. Inlet analysis, gutter spread analysis, sag analysis and/or stormwater culvert design will not be completed. ■ CAD files including the existing base map and the proposed roadway design layouts will be provided by Parametrix to Osborn Consulting. All work will be performed in MicroStation. ■ Consistent with conceptual design that is currently undergoing ESA consultation with the National Marine Fisheries Service and U.S. Fish and Wildlife Service, the overall net increase in the area of pollution -generating impervious surfaces will be exceeded by the overall net increase in the area of pollution -generating impervious surfaces that is directed to stormwater management facilities that provide water quality treatment., ■ Preparing separate figures and exhibits for ESA (BA) consultation or permitting purpose is not anticipated as part of this task. • The preliminary evaluation indicates that WSDOT's portion of the project site is located in an area classified as having a low priority for retrofitting. ■ Temporary erosion and sediment control and temporary drainage design, stormwater operation and maintenance manual, and the feasibility checklist for low impact development are not evaluated or prepared at this stage of design. • The coordination and preparation of a wetland hydroperiod analysis is not included in this task. ■ Drainage plans, drainage profiles, drainage details, and specifications are not included. ■ The coordination and preparation of WSDOT Highway Runoff Manual and Hydraulic Manual deviations and associated analysis will be included in a subsequent addendum. ■ The Consultant will review design calculations, recommendations, and reports in accordance with the project Quality Assurance/Quality Control Plan. • The Final 30% Stormwater Memorandum will address comments provided duringthis design phase and draft submittal. Any comments on Final 30% Stormwater Memorandum will be addressed in the next design phase and not included in this scope. ■ A deviation from either the Hydraulics Manual or Highway Runoff Manual, if required, will be identified as a potential element to include in the next design phase. Task 09 - Structural Objective The objective of this task is to provide preliminary engineering and 30% design for the structure -related elements of the project. Structures elements include the S 324th Street Bridge, the S 324th Street SB off -ramp, retaining walls, noise walls, buried structures (i.e., culverts), stormwater vaults, and other miscellaneous structures as required. The structures design will include coordination with other disciplines and stakeholders to meet project objectives. City of Federal Way 554-2441-833 City Center Access Phase 1 43 December 2023 Southbound 1-5 Ramps Parametrix Scope of Work Subtask 09.01- S 324th Street Bridge Preliminary (30%) Design Objective The Consultant shall provide a preliminary 30% design and cost estimate for the S 324th Street bridge. The preliminary design will follow WSDOT criteria. Approach The Consultant will coordinate with roadway, geotechnical, and other disciplines to establish the required bridge geometry including bridge width, span length(s), vertical clearance, and horizontal and vertical geometry. The bridge design will evaluate constructability and staging requirements. The Consultant will provide a preliminary superstructure design to determine girder type and spacing. The Consultant will also provide a preliminary foundation design based on geotechnical recommendations. The purpose of the preliminary foundation design is to help establish a preliminary cost estimate. Deliverables ■ Bridge site data (two plan sheets). ■ WSDOT Approved Bridge Preliminary Plans, 11" x17" set - electronic PDF delivery (three plan sheets). ■ Bridge preliminary cost estimate. ■ Technical memorandum summarizing the 30% design, including assumptions and decisions. Assumptions • The preliminary design of the bridge will be in accordance with WSDOT Criteria. Guiding documents include the WSDOT BDM and the AASHTO LRFD Bridge Design Specifications (AASHTO). ■ Foundation recommendations will be available for a preliminary design. ■ The bridge site data will be in accordance with Chapter 710 of the WSDOT Design Manual. ■ The Bridge Preliminary Plans will be based on the criteria as outlined in Chapter 2 of the BDM. ■ The cost estimate will be based on preliminary quantities. ■ Construction of the S 324th Street bridge will be separated into phases. The Phase 1 improvements are anticipated to include the western bridge abutment. The bridge structure crossing over 1-5 will be constructed with a future CCA project phase, not included with this scope of work. City of Federal Way 554-2441-833 City Center Access Phase 1 44 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Subtask 09.02 - S 324th Street Southbound Off -Ramp Bridge Preliminary (30%) Design Objective The Consultant shall provide a preliminary 30% design and cost estimate for the S 324th Street SB off -ramp. The preliminary design will follow WSDOT criteria. Approach The Consultant will coordinate with roadway, geotechnical, and other disciplines to establish the required bridge geometry including bridge width, span length(s), vertical clearance, and horizontal and vertical geometry. The bridge design will evaluate constructability and staging requirements. The Consultant will provide a preliminary superstructure design to determine girder type and spacing. The Consultant will also provide a preliminary foundation design based on geotechnical recommendations. The purpose of the preliminary foundation design is to help establish a preliminary cost estimate. Deliverables ■ Bridge site data (two plan sheets). ■ WSDOT Approved Bridge Preliminary Plans, 11"x17" set - electronic PDF delivery (three plan sheets). ■ Bridge preliminary cost estimate. ■ Technical memorandum summarizing the 30% design, including assumptions and decisions. Assumptions ■ The preliminary design of the bridge will be in accordance with WSDOT criteria. Guiding documents include the WSDOT BDM and the AASHTO LRFD Bridge Design Specifications. ■ Foundation recommendations will be available for a preliminary design. ■ The bridge site data will be in accordance with Chapter 710 of the WSDOT Design Manual. ■ The Bridge Preliminary Plans will be based on the criteria as outlined in Chapter 2 of the BDM. ■ The cost estimate will be based on preliminary quantities. Subtask 09.03 - 30% Retaining Wall and Noise Wall Design Objective The Consultant shall work with other project disciplines to determine the location and extent of retaining walls and noise walls required for the project. The objective will be to develop a 30% set of retaining and noise wall plans to include plan views, elevations, and typical sections. A cost estimate for the retaining and noise walls will also be included. City of Federal Way 554-2441-833 City Center Access Phase 1 45 December 2023 Southbound 1-5 Ramps Parametrik Approach Scope of Work The Consultant will coordinate with roadway, geotechnical, stormwater and other disciplines to establish locations and types of retaining walls and noise walls required for the project. The retaining wall design will be based on geotechnical recommendations and coordination with other disciplines. Preliminary calculations will be performed as required to confirm feasibility of wall types. Wall constructability and staging will be evaluated. Wall plans will be developed and include wall plan views with stationing and alignment information. Wall elevations will be developed and include wall top and bottom elevations. Deliverables w Wall site data. ■ Preliminary retaining wall and noise wall plans, elevations, and typical sections, 11"x17" set - electronic PDF delivery. a Preliminary retaining wall and noise wall cost estimates. Assumptions ■ The preliminary retaining wall and noise wall design will be based on WSDOT BDM and AASHTO criteria. ■ The preliminary retaining wall design will be based on recommendations from the geotechnical engineer. ■ Scour recommendations will be available for preliminary design of walls impacted by the stream. ■ The deliverables will include walls required for SWM facilities. ■ The noise walls will be based on recommendations and requirements provided by Michael Minor and Associates, Inc. ■ The preliminary cost estimate will be based on retaining and noise wall square footage costs for the specific type of wall. ■ It is anticipated that the portion of the CCA project crossing beneath the OMF South project will be constructed by the Sound Transit design -build contract. This work may include constructing a portion of the S 324th Street. retaining walls, supporting the fill section at the OMF South guideway column located in the CCA roadway median, and a portion of the 23rd Avenue S cut wall at a guideway column located adjacent to the Federal Way/S 320th Street Park & Ride. Horizontal and vertical alignments, roadway channelization and wall locations will need to be advanced for this section of roadway for use by the Sound Transit design builder. Subtask 09.04 - 30% Buried Structures, Stormwater Vaults, and Miscellaneous Structures Design Objective The Consultant shall provide a preliminary design for buried structures (i.e., culverts), stormwater vaults, and other miscellaneous structures as required during the development of the project 30% design. City of Federal Way 554-2441-833 City Center Access Phase 1 46 December 2023 Southbound 1-5 Ramps Parametrik Approach Scope of Work The Consultant will coordinate with roadway, geotechnical, stormwater, environmental, and other disciplines to establish locations and types of buried structures, stormwater vaults, and other miscellaneous structures required for the project. In addition to a cost estimate, 30% plans will be developed for each of the structures except for the stormwater vaults which will be covered in Task 08 - Stormwater. Deliverables ■ 30% Buried Structures Plans, 11"x17" set - electronic PDF delivery. ■ 30% Miscellaneous Structures Plans, as required, 11"x17" set - electronic PDF delivery. ■ 30% cost estimates for the deliverables described above. Assumptions ■ The 30% design of the buried structures and stormwater vaults will be based on WSDOT BDM and AASHTO criteria. ■ Three fish passable buried structures are assumed for this phase of the project, including crossings at 1-5, S 324th Street, and Winged Foot Way/Belmor Park. ■ The buried structure crossing 1-5 will be reviewed and approved by WSDOT. ■ Preliminary design of buried structures, stormwater vaults and miscellaneous structures will be based on recommendations from the geotechnical engineer. ■ Scour analysis will be available for preliminary design of the buried structures. • The initial span length for the buried structures will be determined based on preliminary hydraulic analysis and environmental evaluation. ■ Buried structure span length and vertical clearance will be designed to accommodate small mechanical equipment due to limited space for access. E It is anticipated that the portion of the CCA project crossing beneath the OMF South project will be constructed by the Sound Transit design -build contract. This work may include constructing a portion of the S 324th Street culvert. The buried structure hydraulic opening, stream profile, vertical clearance for construction and maintenance access, structure type and roadway geometry will need to be advanced for this section of roadway for use by the Sound Transit design -builder. • Vaults for SWM facilities are assumed to be constructed with precast modular units. See task 08 - Stormwater for details. Task 10 — F* 1. Passage Objective The purpose of this task is to update and finalize the preliminary hydraulic design (PHD) for replacement of WDFW site IDs 992364 and 420614 with a new fish passable design. This task will include revisions and updates to the previously prepared draft PHD report that covers replacement of site IDs 992364 and 420614 into a final PHD report to document a 30% level of stream channel design and prepare 30% plans. City of Federal Way 554-2441-833 City Center Access Phase 1 47 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Subtask 10.01- PHD Co -Manager Coordination Meetings Objective The Consultant will communicate progress on the development of the PHD with co -managers through coordination meetings. Approach The Consultant will schedule and attend up to four coordination meeting with co -managers. The Consultant will prepare PowerPoint file documenting development of the draft PHD for presentation to co -managers. Deliverables ■ PowerPoint presentations of preliminary hydraulic design milestones in electronic .ppt and PDF files. Assumptions ■ Up to four presentations will be prepared by Parametrix. ■ Up to four Parametrix employees will attend the co -manager coordination meetings, to be held virtually. ■ Parametrix will coordinate the scheduling with attendees of the co -manager coordination meetings. The meetings are anticipated to include the City, WSDOT, WDFW, and Puyallup Tribe of Indians. Subtask 10.02 - Preliminary Hydraulic Design Objective The Consultant will update the PHD for design replacement of WDFW site IDs 992364 and 420614 for compatibility with 30% design, prepare stream plans for a 30% level of design, and finalize the PHD report. Approach The Consultant will coordinate with roadway, geotechnical, structural, stormwater, and environmental disciplines to confirm the previously developed draft PHD is compatible with all other project elements and update the PHD. The consultant will coordinate with Geotech to prepare a Preliminary Scour Analysis that will be included in the revised draft PHD report. Deliverables ■ Revised Draft PHD Report for City, WSDOT, and co -manager review. ■ Final PHD Report. ■ One set of 30% stream channel design plans, 11"x17" set - electronic PDF delivery. City of Federal Way 554-2441-833 City Center Access Phase 1 48 December 2023 Southbound 1-5 Ramps Rarametrik Assumptions Scope of Work ■ Fish passage barriers included in this scope of work include WDFW site IDs 420614 and 992364. The Draft PHD is documented in one previously developed draft PHD report. • Stream design may extend up to 50 feet upstream and downstream of the culvert opening. • The Draft and Final PHD Report will be based off the previously prepared draft PHD report. One draft and one final report will be prepared based on the previously prepared draft PHD report. • The Draft PHD report will be updated based on previously provided WSDOT review comments and co -manager review comments on the previously prepared draft PHD report. ■ The Draft and Final PHD will be based on the Stream Simulation design method proposed in the previously prepared draft PHD report. If the design method is revised based on review comments of the previously prepared draft PHD report, then a scope amendment may be requested. ■ The Draft and Final PHD will be based on the North Alignment Alternative proposed in the previously prepared draft PHD report. If the preferred alignment alternative is requested to be revised, then a scope amendment may be requested. E Each agency/entity will provide one set of consolidated comments each on the revised Draft PHD report. ■ Hydraulic model calibration will not be conducted at this phase of the design. ■ It is anticipated that the portion of the CCA project crossing beneath the OMF South project will be constructed by the Sound Transit design -build contract. This work may include constructing a portion of the S 324th Street culvert (replacement for site ID 420614). The buried structure hydraulic opening, stream profile, vertical clearance for construction and maintenance access, and structure type will need to be advanced for use by the Sound Transit design -builder. Subtask 10.03 - Flood Risk Assessment Objective The Consultant shall perform a flood risk assessment associated with the Final PHD of the fish passage improvements associated with WDFW Site IDs 420614 and 992364. Approach After the Final PHD is complete, the Consultant will assess changes in flood water surface elevation between existing and preliminary proposed conditions. A Preliminary Flood Risk Assessment Technical Memorandum will be prepared following the WSDOT Flood Risk Assessment Memorandum - TEMPLATE_2023_02_02.docx. template. City of Federal Way 554-2441-833 City Center Access Phase 1 49 December 2023 Southbound 1-5 Ramps Parametrik Deliverables Scope of Work ■ One Draft Flood Risk Assessment Memorandum for City and WSDOT Review -Microsoft Word and electronic PDF delivery. ■ One Final Flood Risk Assessment Memorandum -Microsoft Word and electronic PDF delivery. r Native electronic files of the final existing and proposed hydraulic models if required. Assumptions ■ Up to two proposed design scenarios will be evaluated. • Changes to floodplain extents will be investigated only in the project areas and areas directly impacted by the project. ■ The City and WSDOT will each provide one set of consolidated comments on the Draft Flood Risk Assessment. ■ Up to six coordination meetings will be held. They will be virtual meetings, up to 2 hours in length and attended by up to three consultants. ■ Parametrix will not coordinate with the local floodplain administrators in this task. ■ The Flood Risk Assessment Memorandum is intended for internal use and not for floodplain permitting. Floodplain permitting activities, including a no -rise analysis, and Conditional Letter of Map Revision/Letter of Map Revision are not included in this task work. ■ Hydraulic models boundary conditions will be based on hydraulic modeling documented in Subtask 10.02, and no additional hydraulic model calibration will be prepared. Task 11 — ROW Services Subtask 11.01- Rights of Entry, Limited Access, Displacement and Acquisition Identification, and ROW Assistance (Epic Land Solutions, Inc.) Objective The objective of this task is to provide ROW services for the consultant contract during the duration of this scope. This task includes the following: ■ Rights of Entry - Epic will assist in obtaining rights -of -entry permits from up to 30 unique parcels. ■ Limited Access Assistance - Epic will assist in obtaining up to one limited access waiver for up to one unique property owner. If a waiver cannot be obtained, a limited access hearing shall occur. w Identify Displacements and Acquisitions - Epic will begin to identify and assess unique parcels, unique property owners, and displacements based off preliminary design provided by the Consultant. ■ ROW Exploration and Plans -Epic will assist in the submission of ROW plans to WSDOT for approval. City of Federal Way 554-2441-833 City Center Access Phase 1 50 December 2023 Southbound 1-5 Ramps Parametrik Approach Scope of Work Epic will utilize sources such as Intelius, the Office of the Secretary of State, and assessor sites to identify impacted parcels and locate property owner contact information. Epic will utilize WSDOT Local Public Agency forms and/or City -provided forms. Epic will attend biweekly meetings to collaborate and understand design, ROW impacts, and project affects in order to consult on ROW needs and procedures. Deliverables prepared by Epic will adhere to the WSDOT Local Agency Guidelines and WSDOT Right of Way Manual. Deliverables Deliverables for this task include the following: ■ Rights -of -entry permits. a Limited Access Waiver, if feasible. ■ Title reports. Assumptions Assumptions for this task include the following: ■ ROW services, including ROW funding estimate, appraisal, review appraisal, title review, negotiations, relocation plan and assistance, escrow, title insurance, or recording fees, and WSDOT certification support, will be added as an amendment around the 30% design completion. ■ Assumes Epic will use WSDOT ROW document templates or templates provided by the City. • Assumes up to 30 unique parcels will be impacted. ■ This phase of the project duration is 12 months. m Budget assumes 26 biweekly meetings. Subtask 11.02 - Preliminary ROW Objective Determination of approximately how much additional ROW will be needed to construct the project. Includes any property impact as defined in the WSDOT Right of Way Manual Chapter 6. The Consultant will provide the City and WSDOT with the necessary footprint for ROW acquisition based on preliminary stormwater design and corridor grading. Deliverables ■ Preliminary footprint for ROW acquisition in MicroStation and PDF format. Assumptions ■ Accurate ROW and property boundaries of the project area will be required. + Wall locations will be assumed for minimal ROW impact. City of Federal Way 554-2441-833 City Center Access Phase 1 51 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Subtask 11-03 WSDOT ROW Plans Objective To assist WSDOT in modifying the WSDOT ROW plans based on design plans by Parametrix. Approach To assist with modifications for this work, Parametrix will lead coordination with the WSDOT Northwest Region to complete the following tasks: w Prepare markups to the existing WSDOT ROW plans to show the proposed ROW access. It is assumed that Parametrix will obtain the ROW plans from WSDOT. It is assumed that up to three rounds of markups will be provided to WSDOT before arriving at a final ROW plan adjustment. It is assumed that WSDOT Northwest Region will complete the actual ROW plan modifications based on the Parametrix provided markups. ■ Once the proposed ROW is reviewed and approved and the ROW plans are modified, Parametrix will prepare a memorandum to WSDOT Northwest Region and Headquarters for review and approval. It is assumed that up to three versions of the memorandum will be provided to WSDOT before arriving at a final approved memorandum. Deliverables ■ Draft, Revised Draft, and Final ROW Plans Markups (in electronic PDF). R Draft, Revised Draft, and Final Access Break Memorandum (in electronic PDF). Assumptions ■ WSDOT will complete modifications to the ROW plans based on markups provided by Parametrix. ■ Up to four meetings with WSDOT Development Services will be required. It is assumed that these meetings will be held virtually. WSDOT meetings will be attended by up to three Parametrix staff and will require a total of 1 hour each. Additional meetings with WSDOT may require a supplement. Task 12 - Jublic Involvement and Communication Objective s Inform the public of Federal Way CCA Project progress and provide meaningful opportunities to participate as the City advances design. ■ Maintain informed consent for the project among a broad and diverse range of community members, including community members earning low -incomes and community members who use languages other than English. a Identify public engagement risks early in design and take a proactive approach to addressing, avoiding, or mitigating those risks. ■ Ensure that potentially affected property owners and residents are aware of the project and potential impacts and have opportunities to engage with the project team. City of Federal Way 554-2441-833 City Center Access Phase 1 52 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Subtask 12.91Publloe InvolvementOversightand Project Removed. PRR's scope of work and effort are captured under contract AG 17-134, Parametrix No. 554-2441-022 Subtask 12.02 - Community Events and Engagement (PRR) The Consultant will continue to support the City with communications to community members living and working near the project area. The Consultant will create an updated public involvement plan to identify opportunities for the project team to plan the schedule and key messages for community engagement activities. Assume quarterly email updates, website updates, fact sheet updates, Belmor Park engagement, -in person open house, language services, and community engagement reporting efforts are included in prior contracts. Assume this work, covered in prior contracts, includes the following materials: open house event plan, display boards, postcard, EA handout, and publications in the Belmor Banner (newsletter). This assumes up to three rounds of review for all deliverables or work products needed to fulfill this task: one round with the Prime, one round for substantive feedback from the City and one for minor feedback or final approval from the City. This task assumes all feedback comes as consolidated feedback with clear direction from the reviewer. City of Federal Way 554-2441-833 City Center Access Phase 1 53 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Task Assumptions (if applicable) Deliverables Public Consultant will develop a Public Involvement Plan, 1 public involvement Involvement including an outreach schedule to be aligned with plan Plan design schedule. Field Work Up to 4 field work notices for geotechnical work, Notifications potholing, wetland and survey investigations. City will confirm whether notification efforts are needed for each field work activity. Coordination with engineering team, preparation, and in -person distribution efforts for each notification. Consultant will summarize field work notification efforts, including any questions or comments in up to 4 field work notice distribution summaries. Language The Consultant will continue to support City in engaging Services community members who speak languages other than English. In addition to language services described in prior contracts, the Consultant will provide translations for field work notifications, as needed, for up to 4 languages. Need will be determined based on the audience of the event and material, if more than 5% of that audience speaks a language other than English, or if need is otherwise determined by community leadership. Comment Consultant will update the database with contacts and Management comments following correspondence and public events. Consultant will draft correspondence. Assume Parametrix and City review, as needed. Summary of comments to be included in final community outreach summary. 4 field work notifications 4 field work notice distribution summaries 4 translated field work notifications, in up to 4 languages each 1 comment log 1 updated contact database Subtask 12-03 Public Involvement and Support (Parametrix) The Consultant will support the City and PRR by reviewing outreach materials and providing updated design content and project information related to the following: ■ Public Involvement Plan. • Field work notifications. ■ Fact sheet updates. ■ Belmor Park engagement and publications in the Belmor Banner (newsletter). ■ Community outreach summary. is Responses to public comments. ■ Email updates. ■ Website updates. City of Federal Way 554-2441-833 City Center Access Phase 1 54 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Deliverables ■ Review comments in written format. E Design linework in PDF format. Assumptions Parametrix's public involvement efforts related to the NEPA EA are included in the prior contract, as summarized below. ■ Public Open House - At the time of Notice of Availability of the EA, Parametrix will review content and attend the open house, which will discuss the EA findings. ■ Prepare a series of maps that show the preliminary design combined with major environmental information (e.g., wetlands, streams), areas of likely acquisition or easements, stormwater treatment, and existing and proposed profiles of lane configurations. ask 13 - Stakeholder Engagement Objective The Consultant will lead coordination with stakeholders including Sound Transit, King County Metro, and adjacent developments. WSDOT engagement is included with other tasks and is not included here. The purpose of the coordination is to do the following: ■ Inform stakeholders of Federal Way CCA project progress and provide meaningful opportunities to participate as the City advances design. ■ Coordinate with adjacent development and projects to understand overlapping considerations and coordinate improvements within the project footprint. Subtask 13.01 - Sound Transit OMF South Project Objective The Consultant will coordinate with Sound Transit regarding the overlapping and adjacent project improvements between the OMF South project and the CCA project. Stakeholder coordination will primarily focus on the 23rd Avenue S and S 324th Street improvements, where the Sound Transit OMF South elevated guideway will cross over the proposed CCA project. It is anticipated that the portion of the CCA project crossing beneath the OMF South project will be constructed by the Sound Transit design -build contract. This work may include constructing a portion of the S 324th Street culvert, a portion of the S 324th Street retaining walls supporting the fill section at the OMF South guideway column located in the CCA roadway median, and a portion of the 23rd Avenue S cut wall at a guideway column located adjacent to the S 320th Street Park & Ride. The OMF South guideway runs adjacent to the 1-5 SB on -ramp. The Consultant will coordinate with Sound Transit to confirm the WSDOT/Sound Transit compatibility line does not preclude a future diverging diamond interchange on South 324th Street. CCA project improvements beyond the edge of pavement (such as drainage, walls, signage, illumination, and ITS) need to remain within the WSDOT compatibility line. The OMF South and CCA project stormwater management facility locations and associated infrastructure will be coordinated and reviewed for compatibility and to mitigate potential conflicts. City of Federal Way 554-2441-833 City Center Access Phase 1 55 December 2023 Southbound 1-5 Ramps Parametrik Approach Scope of Work Parametrix will meet monthly with Sound Transit and the City to discuss the following: ■ Design elements and refinements within and adjacent to the OMF South guideway. ■ Interim site conditions. ■ Schedule status. Design files will be shared between the Sound Transit OMF South project and the CCA project to coordinate the proposed improvements and to understand site conditions at the start of construction and at the end of construction. The consultant will review and provide comments on Sound Transit prepared materials to check for compatibility with the CCA project, such as compatibility reports, design -build contract request for proposal, permitting documents, and design files. Deliverables ■ Meeting agendas, meeting materials, and meeting minutes in PDF format. ■ Design files in MicroStation (.dgn and .alg), .xml, and/or .dtm format. ■ Review comments in written format. Assumptions ■ Horizontal and vertical alignments, roadway channelization and wall locations within the vicinity described above will need to be advanced for use by the Sound Transit design -builder. ■ The buried structure hydraulic opening, stream profile, vertical clearance for construction and maintenance access, structure type and roadway geometry within the vicinity described above will need to be advanced for use by the Sound Transit design -builder. ■ Meetings will be held virtually, and they will take 1 hour each. ■ Up to 12 meetings are included in this subtask. w Parametrix will lead the coordination effort by setting up meeting invitations. ■ Parametrix will provide meeting agendas, meeting materials, and meeting minutes. * Up to four Parametrix staff members will attend each meeting. ■ Subconsultant meeting attendance is included in the respective subconsultant subtasks. s Design information submitted to Sound Transit will be prepared under the respective design tasks. ■ CCA project MicroStation files will remain in the CCA project datum and format; file conversion will not be performed. ■ Design files received from Sound Transit will require conversion from AutoCAD to MicroStation and to the CCA project datum. City of Federal Way 554-2441-833 City Center Access Phase 1 56 December 2023 Southbound 1-5 Ramps Parametrix Scope of Work Subtask 13.02 - Adjacent Developments The Consultant will support the City with adjacent development coordination, including The Commons, IRG/Federal Way BP, East Campus Corporate Park, and King County Metro to meet project objectives. Approach Parametrix will meet up to six times with the City and adjacent developments to discuss the following: ■ Project status. ■ Design elements and refinements of the roundabout concepts. ■ Impacts to the development's property. ■ Impacts to the Federal Way/S 320th Street Park & Ride lot. Deliverables + Meeting agendas, meeting materials, and meeting minutes in PDF format. Assumptions ■ Meetings will be held virtually, and they will last 1 hour each. • The City will lead the coordination effort by setting up meeting invitations. ■ Parametrix will provide meeting agendas, meeting materials, and meeting minutes. • Up to three Parametrix staff members will attend each meeting. ■ Engagement with Belmor Park is captured in the Public Involvement and Communication task. Task 14 - Roadside Restoration Objective This task includes work to meet landscaping and roadside policies and to meet regulatory requirements for appropriate limits of roadside restoration based on funding type and appropriate treatment based on the character classifications. Subtask 14.01 - Roadside Restoration Plan Objective Begin work required to meet agency policy and regulatory requirements. The WSDOT Roadside Policy Manual describes restoration requirements. Impact area/location, roadside character, and context determines the appropriate treatment. Approach Meet with the City and WSDOT to determine a restoration plan for area impacts, including trees and potential improvements in roundabout central islands and roadside. City of Federal Way 554-2441-833 City Center Access Phase 1 57 December 2023 Southbound 1-5 Ramps Parametrik Deliverables a Identify area of impact and potential restoration areas and measures. Assumption ■ No landscaping or planting design will be performed as part of this work. Subtask 14.02 - Roadside Estimate Worksheet Objective Scope of Work The Consultant will prepare a restoration estimate to restore and establish a sustainable plant community per the Roadside Policy Manual and the Roadside Manual Chapter 810. Deliverable ■ 30% probable cost estimate of roadside restoration and landscaping. Assumption ■ The deliverable will be based on the work performed under Subtask 14.01. Task 15 - Plans and Estimates Task 15.01- Plan Preparation Approach The Consultant will prepare 30% design roll plots for roadway, illumination and utility relocation, including the following: ■ Eight typical roadway sections. ■ Wall and structure location. Deliverables ■ 30% Design roll plots in PDF format. Assumption ■ Contract plans and specifications will not be provided for this scope of work. Subtask 15.02 - Basis of Estimate Objective The Consultant shall prepare one basis of estimate (130E) that defines the scope of the project and ultimately becomes the basis of change management. The BOE will clearly and concisely state the purpose of the prepared estimate (e.g., cost study, project options, benefit/cost study, funding), the project scope, pricing basis, allowances, assumptions, exclusions, cost risk and opportunities, and any deviations from standard practices. The BOE is a document record of pertinent communications that have occurred and agreements that have been made between the estimator and other project stakeholders. City of Federal Way 554-2441-833 City Center Access Phase 1 58 December 2023 Southbound 1-5 Ramps Parametrik Deliverables ■ BOE for 30% design. Assumption ■ BOE will be produced using the WSDOT Basis of Estimate Form Subtask 15.03 - Engineer's Cost Estimate of Construction (Ott Sakai) Objective Scope of Work The Consultant will prepare an estimate of probable cost for the 30% design. Development of contract estimate based on the 30% design plans and specifications. Approach Quantities for the cost estimate will be produced from MicroStation, InRoads design files, and takeoffs from PDF files. Deliverable ■ 30% Engineer's Opinion of Probable Construction Cost in a PDF file. Assumptions ■ Cost estimate will be produced using the cost estimating software (HCSS) and a bottom -up approach. WSDOT unit bid analysis history data will be used to supplement unit pricing for the estimate. ■ Quantities for items that are not included in this scope for inclusion in the 30% design will be estimated based on engineering judgment of a likely quantity and size that maybe be include in the project, a typical spacing, and/or by taking a ratio from other similar projects. Task 16 - Value Engineering/Cost Risk Assessment Subtask 16.01 Value Engineering/Cost Risk Assessment Objective The Consultant shall perform an integrated Value Engineering/Cost Risk Assessment (VE/CRA). The Consultant will follow the approach and phases outlined in Combining a Value Engineering Study with a Cost Risk Assessment presented by WSDOT for the 2007 AASHTO VE Conference. Approach The approach includes a pre -workshop phase to gather project information and identify key study goals and a facilitated virtual workshop where the team will dive deep into the project's specifics, validate existing cost estimates, identify and analyze associated risks using the Self Modeling Risk Management Plan Spreadsheet, and develop speculative strategies to leverage opportunities while minimizingthreats. City of Federal Way 554-2441-833 City Center Access Phase 1 59 December 2023 Southbound 1-5 Ramps Parametrik Scope of Work Following the evaluation, the team will develop a recommended design framework. This framework will reflect insights from the earlier workshop phases, emphasizing risk mitigation, opportunity leveraging, and cost-effectiveness. The culmination of the workshop will be a presentation, offering an in-depth perspective on the project's cost, anticipated duration, and a comprehensive Risk Management Plan. After the workshop, a detailed report, inclusive of all findings and mitigation strategies, will be distributed to interested parties. Deliverables ■ Comprehensive Risk Register. • Detailed VE Study Report with a "One -Pager." ■ Stakeholder presentation, highlighting key findings and recommendations. ■ Documented changes with justifications from the validation phase. ■ Final Risk Management Plan detailing mitigation strategies. Assumptions ■ The City will provide all essential forms, project data, and documentation prior to the pre -workshop. ■ Integrated VE and CRA workshop will be five business days and approximately 40-hours of workshop time. ■ The integrated VE and CRA team will include VE Facilitation staff; Cost, Schedule, and Risk SMEs; and consultant Engineering SMEs for all appropriate disciplines. • The team will conduct a virtual workshop structured around the following phases. -► Investigation Phase - The team delves into provided project details, using the risk register as a foundation for informed recommendations. Cost Estimate Validation - The cost estimate is examined line -by-line, with alterations documented for future comparison. -> Risk Analysis - Using WSDOT's Self Modeling tool, an exhaustive risk analysis forms a Risk Register, emphasizing a 90% confidence in project completion metrics. -> Speculation Phase - The VE team brainstorms solutions, focusing on innovative ideas and ensuring all identified risks are considered. -> Evaluation Phase - Ideas from speculation are assessed, with an evaluation matrix used to rank the most promising ones against risk and other criteria. --> Development Phase - Subgroups are formed to draft detailed recommendations, including cost estimations, considering both value addition and cost dynamics. -� Revisit Risk Elicitation and Analysis on Recommendations - Prior to the presentation, the team reassesses the risk elicitation and analysis phases, creating updated cost, schedule estimates, and risk registers based on the proposed recommendations. -> Presentation and Documentation Phase - Stakeholders receive a detailed presentation, complemented by a comprehensive VE Study Report enriched with CRA insights. City of Federal Way 554-2441-833 City Center Access Phase 1 60 December 2023 Southbound 1-5 Ramps in ah DBE is established. The Consultant shall (Not Applicable) Exhibit B DBE Participation Plan a voluntary SBE goal amount of ten to provide SBE maximum practicable commencing work. Although the Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit C Preparation and Delivery of Electronic Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design & Plans Preparation Section A. Survey Data - An electronic drawing file of the topographic survey, boundary, and ROW determination in MicroStation InRoads format in one drawing file (.dgn). - An electronic drawing file of the topographic survey, boundary, and ROW determination in AutoCAD 2022 format in one drawing file (.dwg). B. Roadway Design Files - Design files in MicroStation, InRoads (.dgn and .alg), .xml, and/or .dtm format. - Roadway design of horizontal and vertical alignments in .alg file format. C. Computer Aided Drafting Files - MicroStation, InRoads (.dgn and .alg), .xml, and/or .dtm format. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 D. Specify the Agency's Right to Review Product with the Consultant The Agency retains ownership of all electronic files created. E. Specify the Electronic Deliverables to Be Provided to the Agency - An electronic drawing file of the topographic survey, boundary, and ROW determination in MicroStation InRoads format in one drawing file (.dgn). - An electronic drawing file of the topographic survey, boundary, and ROW determination in AutoCAD 2022 format in one drawing file (.dwg). - Project Management Plan including schedule - Meeting materials - Invoices and progress reports - Environmental and permitting documentation - Utility pothole data, roll plot and technical memorandum - Access Revision Report supplement - Traffic models, data output and technical memorandums include Intersection Control Evaluation - Design roll plots, plan and profile views, figures and documentation - WSDOT Channelization Plans for Approval, WSDOT Approved Bridge Preliminary Plans and Structures Plans, Final Preliminary Hydraulic Design and Flood Risk Assessment, WSDOT ROW Plans - Engineers opinion of probable construction costs and basis of estimate F. Specify What Agency Furnished Services and Information Is to Be Provided - Rights of Entry and Preliminary ROW services - Geotechnical investigations and recommendations - Public Involvement and Communication - Stakeholder Engagement including Sound Transit and Adjacent Developments - Value Engineering/Cost Risk Assessment - Topographic survey, boundary and ROW determination Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 U. Any Other Electronic Files to Be Provided As deemed necessary by agreement of the Agency and Consultant. III. Methods to Electronically Exchange Data Email, FTP, SharePoint, and others as deemed necessary by agreement of the Agency and Consultant. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 A. Agency Software Suite MS Office, MicroStation, InRoads, AutoCAD, Civil 3D B. Electronic Messaging System MS Office 365 Outlook C. File Transfers Format PDF, ZIP files, Microsoft office (Word, Excel, Project, PowerPoint), images (.png, .jpg), MicroStation, InRoads (.dgn, .alg), .xmI and/or .dtm formats. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit D Prime Consultant Cost Computations Please see attached Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit D Washington State �. Department of Transportation May 31, 2023 Parametrix, Inc. 1019 39th Ave. SE, Suite 100 Puyallup, WA 98374-2215 Subject: Acceptance FYE 2022 ICR — Cognizant Review Dear Brent Diemer, Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Linderson Way SW Tumwater, WA 98501-6504 TTY:1-800-833-6388 www.wsdc)t.wa.gov We have accepted your firms FYE 2022 Indirect Cost Rate (ICR) of 171.54% of Combined/Corporate (rate includes 0.28% Facilities Capital Cost of Money) based on the "Cognizant Review" from the WSDOT Audit Office. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consul tantrates6wsdot.wa.gov. Regards; Schatzie Harvey (Jun 1, 2023 05: 1 P Jun 1, 2023 SCHATZIE HARVEY, CPA Contract Services Manager SH:HK Exhibit D Actuals Not To Exceed Table (ANTE) WSDOT Agreement: Parametrix, Inc. 1019 39th Ave. SE, Suite 100 Puyallup, WA 98374-2215 Job Classifications Direct Labor Hourly Billing Rate NTE Overhead NTE* 171.54% $57.71 $88.24 $74.69 $92.77 $103.58 Fixed Fee NTE 30.00% $10.09 $15.43 $13.06 $16.22 $18.11 $7.96 All Inclusive Hourly Billing Rate NTE ADM IN ISTRATIVE ASSISTANT 3 $33.64 $101.44 AUDIT SPECIALIST -DOT 4 $51.44 $155.11 BRIDGE ENGINEER 1 $43.54 $131.29 BRIDGE ENGINEER 3 $54.08 $163.07 BRIDGE ENGINEER 5 $60.38 $182.07 BRIDGE TECHNICIAN $26.52 $45.49 $78.38 $79.97 BUDGET ANALYST 3 $45.69 $13.71 $137.77 CIVIL ENGINEER 2 $40.37 $69.25 $143.92 ! $63.57 $98.12 $96.65 $12.11 $121.73 CIVIL ENGINEER 4 $83.90 $25.17 $252.99 COMMUNICATIONS CONSULTANT 3 $37.06 $11.12 $17.16 $16.90 $18.75 $111.75 COMMUNICATIONS CONSULTANT 5 S57.20 $172.48 5169.89 CONSTRUCTION PROJECT COORDINATOR 2 556.34 CONSTRUCTION PROJECT COORDINATOR 3 $62.50 $107.21 $188.46 CONSTRUCTION PROJECT COORDINATOR 4 $84.15 $144.35 $79.01 $25.25 $253.75 CONTRACTS SPECIALIST 2 $46.06 $13.82 $27.60 $49,92 $42.00 $10.16 5138.89 CONTRACTS SPECIALIST 3 $92.00 $157.82 $277.42 DEPUTY $166.40 $285.44 $240.16 $58.12 $501.76 DIRECTOR $140.00 $422.16 DRAFTING TECHNICIAN 3 T33.88 $102.16 ENGINEER $112.28 $192.61 $45.49 $58.32 $68.24 $33.68 ,' $338.57 ENGINEERING AIDE 2 $26.52 $7.96 $79.97 ENGINEERING AIDE 4 $34.00 $10.20 $102.52 ENGINEERING ASSISTANT 2 $39.78 $11.93 $119.95 ENGINEERING TECHNICIAN 3 $48,20 $82.68 $14.46 �, $145.34 ENGINEERING TECHNICIAN LEAD $60.24 $103.34 $18.07 $181.65 ENGINEERING TECHNICIAN SUPERVISOR $71.91 $123.35 • $21.57 $12.83 $22.21 $12.41 $130.2? $22.77 $70.33 $12.30 $92.63 $16.20 $123.80 $21.65 $151.71 $26.53 $11.02 $17.70 $19.28 $12.26 $216,84 ENVIRONMENTAL ENGINEER 2 $129.00 ENVIRONMENTAL ENGINEER 4 $223.26 ENVIRONMENTAL PLANNER 2 $124.69 ENVIRONMENTAL PLANNER 5 $75.91 $228.90 ENVIRONMENTAL SPECIALIST 3 $41.00 $123.63 ENVIRONMENTAL SPECIALIST 5 $54.00 $162.83 FACILITIES ENGINEER 1 $72.17 $217.62 FACILITIES ENGINEER 4 $88.44 $266.68 FACILITIES PLANNER 1 $36.72j$187.26 $110.73 $177.91 FACILITIES PLANNER 2 $59.001 IT SPECIALIST 3 $64.26 $193.77 LAND SURVEY 2 $40,871 $123.24 LAND SURVEY 3 $77.251 $23.18 $232.94, MECHANICAL ENGINEER $40.37 $12.11 $121.73 MECHANICAL ENGINEER SUPERVISOR $83.90 $25.17 $252.99 SENIOR GRAPHIC DESIGNER $50.87 $15.26 $153.39 TRANSPORTATION ENGINEER 2 $40.37 $12.11 $121,73 $42.78 $73.38 $74.04 $127.01 $41.35 $70.93 Exhibit D WSDOT Agreement: Parametrix, Inc. 1019 39th Ave. SE, Suite 100 Puyallup, WA 98374-2215 Job Classifications Direct Labor Hourly Billing Rate NTE Overhead NTE* Fixed Fee NTE 30.00% $13.06 All Inclusive Hourly Billing Rate NTE 171.54% TRANSPORTATION ENGINEER 3 $43.5.4 $74.69 5131.29 TRANSPORTATION ENGINEER 4 $54.08 $92.77 $16.22 $163.07 TRANSPORTATION ENGINEER 5 $60.38 $103.58 $18.11 $182.07 TRANSPORTATION ENGINEER INTERN $26.52 $45.49 $7.96 $62.99 $11.02 $70.11 $12.26 $144.091 1 $25.201 $48.03 $8.40 $62.99 $11.02 $86.59 $15.14 $285.44 $49.92 5285.44 S49.92 S34.31 $6.00 S58.12 S10.16 $79.97 TRANSPORTATION PLANNING SPECIALIST 1 $36.72 $110.73 TRANSPORTATION PLANNING SPECIALIST 3 $40.87 $123.24 TRANSPORTATION PLANNING SPECIALIST 5 $84.00 $253.29 TRANSPORTATION PLANNING TECHNICIAN 1 $28.00 $84.43 TRANSPORTATION PLANNING TECHNICIAN 2 $36.72 $110.73 TRANSPORTATION PLANNING TECHNICIAN 3 $50.48 $152.22 TRANSPORTATION REGIONAL ADMINISTRATOR $166.40 $501.76 TRANSPORTATION TECHNICAL ENGINEER $166.40 $501.76 TRANSPORTATION TECHNICIAN 1 $20.00 $60.31 TRANSPORTATION TECHNICIAN 3 $33.88 $102.16 Exhibit E Sub -consultant Cost Computations ite The CONSULTANT shall not sub -contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. Refer to section VI "Sub -Contracting" of thisAGREEMENT. Following are Subconsultants on the project identified in the scope of work in Exhibit A; sub cost computations are attached. APS DKS Epic Land HWA Michael Minor Osborn OttSakai PRR Washington Traffic Control Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 .9921. 4— Applied Professional Services, Inc. AP4S 43530 SE North Bend Way North Bend, WA 98045 - "Solutions that exceed expectations" !Date (Project Address/Job Number: Services Performed For: 2/28/2023 1928 S Commons, Federal Way, WA 98003 (and surrounding area) Parametrix Luke Miller Federal Way Utility Locates (miller@parametrix.com (206)838-3998 Scope of Work A. APS, Inc. will employ all industry and best practices to designate and mark the known conductible and/or non -conductible utilities within the project boundaries. B. APS, Inc. will sweep the area, after the known utilities have been marked, to attempt to identify any unknown or abandoned utilities. C. The project boundaries are defined by civil drawings or reaps provided by the Client. Cost Estimate LABOR DESCRIPTION HOURS RATE AMOUNT Conductible RM Locates 185.5 $130.00 $24,115.00 Project Coordination 30 $100.00 $3,000.00 Total 1 $27,115.00 -,or Parametrix Applied Professional Services, INC. November 2, 2023 APS VAC # 6843 Project Scope: Potholing APS, Inc. will utilize our Air Vacuum Excavation System to verify utilities at selected test -hole locations determined by Parametrix. This process is being performed to obtain utility and depth information for the projects design. • APS, Inc. shall air vacuum excavate approximately (45) test -holes on existing underground utilities. • Scope assumes that the utility will be between 0' and 10' in depth. • If a test -hole falls in the hard surface APS, Inc. shall jackhammer or core the existing asphalt or concrete. • APS, Inc. shall backfill all test -holes with a material approved by the local jurisdiction (5/8" select, sand or pea gravel). • CDF backfill and permanent asphalt repair are included in this scope. • Collect utility and test -hole data, and photograph all found utilities. ■ This estimate is based on design engineering rates in which case prevailing wages do not apply. • Restoration is assumed at this time to be CDF backfill with an HMA hole plug. ■ Grind and overlay of the existing roadway is not covered in this scope. Should the local jurisdiction require additional restoration, other than what is included in the scope, then additional fees will be required. • All bonding and/or ROE will be obtained prior to APS arriving on site. Deliverables: Potholing • Test -hole data sheets, which include Top, Bottom, Width, Diameter and Direction of the utility. • Excel spread sheet containing all test -hole data for the project. • Google Earth Reference Map® accompanied with a shape file. • Photo of all Found Utilities. • One and a quarter inch zinc washer left at grade where utility was found with measurements stamped into it. SERVICE PROVIDED AIR VACUUM POTHOLING (portal-to-portal) PROJECT COORDINATION TRAFFIC CONTROL PLANS CONDUCTIBLE LOCATES GPR LOCATES NON -CONDUCTIBLE LOCATES CORING DUMPING FEE (per hole) FLAGGING & TC (plus 10%) POLICE FLAGGING (plus 10%) PERMIT FEES (plus 10%) HMA PATCHING (plus 10%) CDF BACKFILL (plus 10%) TOTAL PROJECT ESTIMATE Project Site Address • S 320t' St. & 2311 Ave. Federal Way, WA Contact Information: CLIENT: Parametrix Michael Dang 1019 391h Ave SE Suite 100 Puyallup, WA 98374 (206)339-9182 COST / UNIT $ 390.00 $ 110.00 $ 200.00 $ 115.00 $ 190.00 $ 245.00 $ 205.00 $ 30.00 $ 220.00 $ 200.00 $ 5,000.00 $ 29, 250.00 $ 12, 500.00 EST. HRS/UNITS 90 30 25 16 10 24 90 45 114 45 1 1 1 TOTAL COST $ 35,100.00 $ 3,300.00 $ 5,000.00 $ 1,840.00 $ 1,900.00 $ 5,880.00 $ 18,450.00 $ 1,350.00 $ 27, 588.00 $ 9,900.00 $ 5,500.00 $ 32,175.00 $ 13, 750.00 $ 161,733.00 Authorization to Proceed The undersigned hereby acknowledges the terms and conditions of this agreement and authorizes APS, Inc. to proceed according to the project scope and cost. Parametrix Job # 6843 Name: Date: w a_ L w uosdwoyl ue S ISIlV103dS 9NINNVld NOI1VIUOdSNVlII A4ve7oW SINVISISSV AslaH 3AUVtl151NIWOV ssullllau5 ZU33 NION3 eooagatl NOIIVIHOdSNVHI S ISIIVI]3dS ueuuaH yeleS 9NINNVId N NOI1VIUOdSNVUI j euellm UOIVtl1SNIWOV 1VN0193tl $ NOIIVAOdSNVL1 N t2 d._L gale) C EH33NI9N3 NOIIV1HOdSNVH1 leepn401sln1 Etl33NI9N3 NOIIVAOdSNVN1 ilo4alN SN33NI9N3 ueuualg NOIIV1HOdSNVL1 ti AlndaO -n Awal ISIlV103dS SNOIl nzlwlyS IIl3 VOINOWWO33131 UOIN3S uosuly�lnH pJe4�iH tlOItltl15NIWOV IVNOI93H NOIIVI40d5NVH1 N � � C SS — m E v ua w Exhibit E Aalk Washington State �® Department of Transportation October 27, 2022 DKS'Associates 720 SW Washington Street, Suite 500 Portland, OR 97205 Subject: Acceptance FYE 2022 ICR — CPA Report Dear Mike Thomas: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-6504 TTY: 1-800-833-6368 www.wsdot.wa.gov We have accepted your firms FYE 2022 Indirect Cost Rate (ICR) of 187.07% of direct labor (rate includes 0.18% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by Moss Adams, LLP. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email cons u 1 tan tratesra-1►►•sd ot.wa. gov. Regards; Schatzie Harvey (Oct 28, 2022 0 :23 PDT) SCHATZIE HARVEY, CPA Contract Services Manager SH:ah Exhibit E Actuals Not To Exceed Table (ANTE) Federal Way City Center Access DKS Associates 1050 SW 6th Ave, Suite 600 Portland, OR 97204 Job Classifications Direct Labor Hourly Billing Rate NTE Overhead NTE* 187.07% $67.93 $108.28 $151.55 $73.46 $96.28 $179.96 $180.49 $84.33 $188,62 Fixed Fee NTE 30.00% $10.89 All Inclusive Hourly Billing Rate NTE ADMINISTRATIVE ASSISTANT 3 $36.31 $115.13 ADMINISTRATIVE ASSISTANT 5 $57.88 $17.36 $24.30 $11.78 $15.44 $28.86 $28.94 $13.52 $30.25 $14.47 $183.52 CIVIL ENGINEER 4 $81.01 $256.86 COMMUNICATIONS CONSULTANT 3 $39.27 $124.51 COMMUNICATIONS CONSULTANT 5 $51.47 $163.20 DEPUTY $96.20 $305.02 DIRECTOR $96.48 $305.91 ENGINEER $45.08 $142.94 SENIOR TELECOMMUNICATIONS SPECIALIST $100.83 $319.70 TRANSPORTATION ENGINEER 2 $48.24 $90.24 $152.95 TRANSPORTATION ENGINEER 3 $61.59 $115.22 $18.48 $195.28 TRANSPORTATION ENGINEER 5 $84.60 $158.26 $25.38 $268.24 TRANSPORTATION ENGINEER INTERN $32.39 $60.59 $9.72 $102.70 TRANSPORTATION PLANNING SPECIALIST 1 $48.50 $90.73 $14.55 $153.78 TRANSPORTATION PLANNING SPECIALIST 3 $54.99 $102.87 $16.50 $174.36 TRANSPORTATION PLANNING SPECIALIST 5 $84.96 $158.93 $25.49 $269.38 TRANSPORTATION PLANNING TECHNICIAN 1 $30.68 $57.39 $9.20 $97.28 TRANSPORTATION REGIONAL ADMINSTRATOR $127.55 $238.61 $38.27 $404.42 TRANSPORTATION TECHNICIAN 1 is $41.21 $77.09 $12.36 $130.66 TRANSPORTATION TECHNICIAN 3 $45.80 $85.68 $13.74 $145.22 ,11 I -yl - 'I M i I L I li; Y a t zadol iie2igy slo;luo0 N I e!Duew j 18 ;aSpnq /Npneae N (ll ;ua3v MON �n auiuer A1uaH xaIy m 4ua2y MOy JOivaS u m ad ja2euey4 a W xoO esfl ;OafWd ;ue;sissy epa!N eo!ssar N O Ja2eueyI13810Jd .Nn uasny2u3 m N ja2eueW ,n esiIeyq leuoi2a8 uOUBVi� N a 'i ry aSjeyO ui ledmud �n aw;sijy i 0 a E W (V t f0 a £ a 3 W CQ � U. 7 W w y d F O u aL+ O Z o uc�uLA 0 W m p o N rn N N rn rn e-0 Exhibit E Aft Washington State �. Department of Transportation August 9, 2023 Epic Land Solutions, Inc. 1971 W 190th Street, Suite 200 Torrance, CA 90504 Subject: Acceptance FYE 2022 ICR — CPA Report Dear Cheryl Sinclair: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-6504 TTY: 1-800-833-6388 www.wsdot.wa.gov We have accepted your firms FYE 2022 Indirect Cost Rate (ICR) of 166.09% of direct labor (rate include 0.08% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by D.L. Purvine, CPA, PLLC. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email co ns u ltautrates+a msdot.wa.zov. Regards; cGcatzle tf ve ti Schatzie Harvey (Aug 9, 2023 08:3 PDT) SCHATZIE HARVEY, CPA Contract Services Manager SH:BJO Exhibit E Actuals Not To Exceed Table (ANTE) WSDOT Agreement: Epic Land Solutions, Inc. 1971190th Street, Suite 200 Torrance, CA 90504 FYE 2022 ICR Job Classifications Direct Labor Hourly Billing Rate NTE Overhead NTE Fixed Fee NTE 30.00% $29.53 $23.93 $20.45 $20.39 All Inclusive Hourly Billing Rate NTE 166.09% Principal in Charge $98.44 $163.50 $291.47 Advisory Manager $79.76 5132.47 $236.16 Regional Manager $68.15 $113.19 $201.79 Project Manager $67.96 $112.87 _ $201.22 Assistant Project Manager $53.68 $89.16 $16.10 . $158.94 Senior ROW Agent $53.40 $88.69 $16.02 ,� $158.11 ROW Agent $38.24 $63.51 $11.47 $113.22 ROW Development Manager $64.02 $106.33 $19.21 $14.39 $27.44 $18.86 $16.19 $16.83 $18.30 $189.56 Assistant ROW Development Manager $47.95 $79.64 $141.98 Appraisal Manager $91.46 $151.91 $270.80 Senior Appraiser $62.85 $104.39 $186.09 Appraiser $53.96 $89.62 $159.77 Budget & Financial Controls $56.11 $93.19 $166.14 Contract Manager $61.00 $101.3.1 $180.61 Project Support $35.67 $59.24 $10.70 $105.62 QA/QC $66.94 $111.18 $20.08 $198,20 in s EI 0� Evarz�m� cum �8880888808 P�888�mSm Exhibit E AMk Washington State Department of Transportation August 29, 2023 HWA GeoSciences, Inc. 21312 30th Drive SE, Suite 110 Bothell, WA 98021 Subject: Acceptance FYE 2022 ICR — CPA Report Dear Vasiliy P. Babko: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-6504 TTY:1-800-833-6388 www.wsdot.wa.gov We have accepted your firms FYE 2022 Indirect Cost Rate (ICR) of 190.07% of direct labor (rate includes 0.60% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by T-Max CPA. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantra tcs(w.wsdot.`i,a.goN,. Regards, scha�Z,11`Powell Schatzie Harvey (Aug 30, 2023 15:27 P ) SCHATZIE HARVEY, CPA Contract Services Manager SH:1eg Exhibit E Actuals Not To Exceed Table (ANTE) WSDOT Agreement: HWA GeoSciences Inc. 21312 30th Dr. SE, Ste. 110 Bothell, WA 98021 At -Office Combined Rate: 190.07% Job Classifications Direct Labor Hourly Biling Rate NTE Overhead NTE' Fixed Fee NTE All Inclusive Hourly Biling Rate NTE 190.07% 30.00% Administrative Support $35.00 $66.52 $10.50 $112.02 CAD $45.00 $85.53 $13.50 $144.03 Contracts Administrator $50.00 $95.04 $15.00 $8.70 $10.50 $160.04 Geologist 1 $29.00 $55.12 $92.82 Geologist 11 $35.00 $66.52 $112.02 Geologist 111 $43.00 $81.73 $12.90 $137.63 Geologist IV $52.00 $98.84 $15.60 $166.44 Geologist V $54.00 $102.64 $16.20 $172.84 Geologist VI $60.00 $114.04 $18.00 $19.80 $192.04 Geologist VII $66.00 $125.45 $211.25 Geologist VI11 $90.00 $171.06 $27.00 $288.06 Geotechnical Engineer 1 $36.50 $69.38 $10.95 $116.83 Geotechnical Engineer II $46.00 $87.43 $13.80 $14.10 $147.23 ' $150.43 Geotechnical Engineer III $47.00 $89.33 Geotechnical En ineer IV $53.00 $100.74 $15.90 $169.64 Geotechnical Engineer V $61.50 $116.89 $18.45 $196.84 Geotechnical Engineer VI $69.00 $131.15 $20.70 $25.50 $220.85 Geotechnical Engineer VI $85.00 . $161.56 $272.06 Geotechnical Engineer Vlll $92.00 , $174.86 .. $27.60 $294.46 Lab/Field Technician 1 $24.50 546.57 $7.35 $9.00 $78.42 Lab/Field Technician 11 $30.00 $96.02 Lab/Field Technician 111 $46.00 7.43 $13.80 $14T23 Lab/Field Technician IV $46.50 j$57.02 8.38 $13.95 $148.83 Principal IX $164.00 1.71 $49.20 $524.91 LQ Aoa .a IsAleuV pla!j 00 a a oasepio:) .w asAleuy J!y/as!oN N rl 00 jou!W W led!3u!Jd m N O1 Ln O a Exhibit E Allialk Washington State Department of Transportation July 20, 2023 Michael Minor & Associates, Inc. 4923 SE 36th Ave Portland, OR 97202 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-6504 TTY: 1-800-833-6388 www.wsdot.wa.gov Subject: Acceptance FYE 2022 ICR — Risk Assessment Review Dear Michael Minor: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2022 ICR of 116.47%. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consul tan tra tes rr,wsdot.wa.zoy. Regards; scha�zl� f�a m Schatzie Harvey (Jul 20, 2023 09: PDT) SCHATZIE HARVEY, CPA Contract Services Manager SH:BJO Exhibit E Date 11 /8/23 Company Name: Michael Minor & Associates, Inc. Proposed Proposed ICR Fixed Fee Address: 4923 SE 36th Avenue - City/ State/ Zip Portland, OR 97202 1.1165 0.3 Subject: Proposed Hourly Rate Statement Attention: Manager, Consultant Services Office Below are the highest anticipated hourly billing rates for the identified labor classifications. Michael Minor & Associates, Inc. certifies they have an accounting system that contains separate accounts or sub -accounts for unallowable costs in accordance with FAR (48 CFR Part 31), and the capacity to track direct costs that are allocable directly to projects. Michael Minor & Associates, Inc. also certifies they have a labor- charging/ time keeping system that is complete and sufficiently detailed to allow for a proper determination of direct and indirect labor costs. Labor Classification Labor Rate Indirect Cost Rate Fixed Fee $22.50 NTE Rate $181.24 Principal $75.00 $83.74 Noise/Air Analyst $37.00 $41.31 $11.10 $89.41 Field Analyst $35.00 $39.08 $10.50 $84.58 Respectfully, DIglMllyalg,e by Mi—Mina, ON: w-Mlrluel Mi., os 1-1 MIror6Aawcla�e; In4 ou, Signature r� mll�mlror@dmulse.mm .1 Date:1g13.gJ10 09:sa 3a U) 00 Title Principal, President Add Row Delete Row aYl0.N wni M wnwy�.Y ,^, ulr+p wool �1'YVYaI P�'yaY lwaaaWY] H •A+,S u�wre rera.a wn� rncau ,rry„:,a..al • w.arY »�N r,wYi.•ly •f.�5�tl �wo41 aln�mstl w.wl �K Exhibit E Aalk Washington State W. Department of Transportation May 31, 2023 Osborn Consulting Inc. 1800 112th Ave NE Ste 220-E Bellevue, WA 98004 Subject: Acceptance FYE 2022 ICR — CPA Report Dear Afsoun Mehrabkhani: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-6504 TTY:1-800-833-6388 www.wsdot.wa.gov We have accepted your firms FYE 2022 Indirect Cost Rate (ICR) of 162.76% of direct labor (rate includes 0.07% Facilities Capital Cost of Money), based on the "Independent CPA Report," prepared by DL Purvine CPA, PLLC. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantratcsra sdot.►►•a.gov. Regards; schatolte flav Schatzie Harvey (Jun 1, 2023 05: PDT) Jun 1, 2023 SCHATZIE HARVEY, CPA Contract Services Manager SH:BJO Exhibit E Actuals Not To Exceed Table (ANTE) of Federal Way _City Center Access Phase 1- SB 1-5 RAMPS (320th/ 324th) Osborn Consulting, Inc. 1800112th Avenue NE, Suite 220E Bellevue, WA 98004 Job Classifications 1 1 Direct Labor Rate NTE* Overhead NTE* Fixed Fee NTE All Inclusive Hourly Biling Rate NTE 162.76% 30.00% Principal $87.00 $141.60 $26.10 $254.70 Senior Associate $94.00 $152.99 $28.20 $275.19 Senior Engineer $80.34 $130.76 $24.10 $235.20 Project Engineer $57.24 $93.16 $17.17 $167.58 Design Engineer $43.73 $71.17 $13.12 $128.02 Senior Landscape Architect $55.00 $89.52 516.50 $161.02 Senior Engineering Technician $75.00 $122.07 $22.50 $219.57 Design Technician III $58.80 $95.70 $17.64 $172.14 Design Technician II $45.50 $74.06 $13.65 $133.21 Design Technician 1 $35.83 $58.32 $10.75 $104.90 Senior Project Accountant $59.52 $96.87 $ 1.7.86 $174.25 Administration II $41.60 $67.71 $12.48 $121.79 Administration I $27.04 $44.01 $8.11 $79.16 As of 7/1/2023 m 0 eagSoA Jo;ej;siuiwpy w Aljagwi>l spec;uoi 0 0 vi ew Sui9 ;sileioadS uoipnj;suo3 uewja}}ais ;ue;insuo:) aliw I uoi;anj;suo:)-js uasIaiN wol ;ue;lnsuoD uoipni;suo:) jS ieJeS uina>l I ledpuud G1 m N 10 Q > a E m N m Qf0 V v a r D VI LL C C W y d O +' !_' o V V V Vf m 0 0 cu m w bo C m v d C N v 7 m LL Exhibit E Ambilk Washington State �. Department of Transportation August 22, 2023 Parametrix, Inc. 719 2nd Avenue, Suite 200 Seattle, WA 98104 Subject: Acceptance of Sub -Consultant Ott -Sakai & Associates, LLC Dear Christy Pope: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Linderson Way SW Tumwater, WA 98501-6504 TTY: 1-800-833-6388 www.wsdot.wa.gov Washington State Department of Transportation (WSDOT) has reviewed and accepted your request to add sub -consultant Ott -Sakai & Associates, LLC and their Actuals Not to Exceed (ANTE) rate table for Agreement Number Y-11868 effective July 1, 2023. This rate table may be subject to additional review if considered necessary by WSDOT. If you have any questions, feel free to contact our office at (360) 704-6397 or via email coiisultantrates(ii)wsdnt.wa.say. Regards, Schatzi'e tfa v� Schatzie Harvey (Aug 22, 2023 09: PDT) SCHATZIE HARVEY, CPA Contract Services Manager SH:BJO Enclosure: Accepted Sub -Consultant's ANTE Rate Table Cc: Jean Johnson Bill Elliott Exhibit E WSDOT Agreement: Y-11868 Ott -Sakai & Associates, LLC PO Box 247 Mountlake Terrace, WA 98043 Rate Effective Period: July 1, 2023 - June 30, 2024 Proposed Overhead Fixed Fee All Inclusive Job Classifications Direct Labor NTE* NTE Hourly Billng Rate NTE* 83.91% 30.00% Nate TE Principal $122.00 $102.37 $36.60 $260.97 Senior Construction Specialist $122.00 $102.37 $36.60 $260.97 Construction Specialist $115.00 $96.50 $34.50 $246.00 Contracts Administrator $86.50 $72.58 $25.95 $185.03 SAH WSDOT Agreement Y-11868 Exhibit E Page 1 O b b O O T a!go5 xa!tl jopanp O m N auwe (u H) ;uel!nsuo:) jo!ua5 O .n eWi N N W �!eg !fun] uosVagoy ;ue;!nsuoD Jo!ua5 v, W uamgu!A euudng3 v n 0 esspe� ;uellnsuoD �o!ua5 in !eaijell!A lue;!n suo�jo!ua5 m O 1p :n n m m N N OI ei 9 e!jey� N � v g d a8pupuep '^ euuea>l IluellnsuoD �c v 0 O!MOG eww3 II lue;!nsuo:) YWI ,n N m � g aja!uoss!gej Jopana eine1 0 p c a0+ b m Si 2 ° m C O p n u � W � d c W o m m m � 7 m li o � m ei vmi umi N N � M ai umi N K E w ym F � u wAm _ s a N N a — w E m m N OD ~ N m `w � m N N E O N c p —u E. H C W N oo F 80N a � ' w w m a 0 U cq C1 fn V1 N Vf Exhibit E Aft MWWashington State Department of Transportation July 28, 2023 PRR, Inc. 1501 Fourth Avenue, Suite 550 Seattle, WA 98101 Subject: Acceptance FYE 2022 ICR — CPA Report Dear Lynnette Bradbury: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Linderson Way SW Tumwater, WA 98501-6504 TTY:1-800-833-6388 www.wsdot.wa.gov We have accepted your firms FYE 2022 Indirect Cost Rate (ICR) of 193.73% of direct labor (rate includes 0.06% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by Smith Bunday Berman Britton, P.S. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantratesa,wsdot.►va. jov. Regards; schatolre tfa�v� Schatzie Harvey (Jul 28, 2023 04: PDT) SCHATZIE HARVEY, CPA Contract Services Manager SH:BJO Exhibit E PRR, Inc. 15014th Avenue Seattle, WA 98101 Actuals Not To Exceed (ANTE) Table 2023-2024 Rate Period Project Federal Way City Center Access Phase 1 All Inclusive Hourly Biling Rate NTE $ 79.31 $ 97.12 S 135.97 Job Classifications Direct Labor Rate NTE Overhead NTE Fixed Fee NTE 193.73% 30.00% Intern $ 24.50 5 47.46 $ 7.35 Junior Administrator $ 30.00 $ 58.12 S 9.00 Senior Administrator $ 42.00 $ 81.37 $ 12.60 Manager $ 53.00 $ 102.68 $ 15.90 $ 171.58 $ 129.49 Consultant 1 a 40.00 $ 77.49 $ 12.00 Consultant II $ 49.00 S 94.93 $ 14.70 $ 158.63 $ 265.46 $ 229.85 $ 330.20 $ 349.63 $ 349.63 Senior Consultant $ 82.00 $ 158.86 S 24.60 Associate Director $ 71.00 $ 137.55 $ 21.30 Director $ 102.00 $ 197.60 $ 30.60 Senior Director $ 108.00 $ 209.23 $ 32.40 Principal $ 108.00 $ 209.23 1 $ 32.40 WASHINGTON TRAFFIC CONTROL, LLC 7721 Pacific Hwy E Milton, WA 98354 US accounting@watrafficcontrol.com Estimate ADDRESS 00 ESTIMATE DATE DESCRIPTION 10/27/2023 ***LANE CLOSURE SHIP TO PARAMETRIX FEDERAL WAY WA **BID INCLUDES: *NON PREVAILING WAGE *1 EA 8HOUR DAY *DAYTIME & WEEKDAY WORK *2 FLAGGERS *1 TRAFFIC TRUCK *1 ARROW BOARD *SIGNS, CONES, BARRICADES *SET UP & TEAR DOWN **BID EXCLUDES: *PERMITS *POLICE OFFICERS *ROWIP *TCP'S ESTIMATE # 1302 DATE 10/27/2023 10/27/2023 TOTAL 1 1,637.00 1,637.00T SUBTOTAL 1,637.00 TAX 165.34 TOTAL $1.802.34 Cost per day x 12 days $21,628.08 Accepted By Accepted Date Exhibit F - Title V1 Assurances Appendix A & E APPENDIX A During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Acts and the Regulations relative to Non-discrimination in Federally -assisted programs of the U.S. Department of Transportation, (Federal Highway Administration), as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. [Include Washington State Department of Transportation specific program requirements.] Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. [Include Washington State Department of Transportation specific program requirements.] 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Recipient or the (Federal Highway Administration) to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the Recipient or the (Federal Highway Administration), as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the Recipient will impose such contract sanctions as it or the (Federal Highway Administration) may detennine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the Recipient or the (Federal Highway Administration) may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit F - Title V1 Assurances Appendix A & E APPENDIX E During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non -Discrimination Authorities: ■ Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); ■ Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); ■ Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; ■ Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit G-1(a) Exhibit G-1(b) Exhibit G-2 Exhibit G-3 Exhibit G-4 Exhibit G Certification Document Certification of Consultant Certification of City of Federal Way Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Certificate of Current Cost or Pricing Data Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of Parametrix, Inc. whose address is 719 2nd Avenue, Suite 200, Seattle, WA 98104 and that neither the above firm nor I have a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicitor secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out thisAGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Parametrix, Inc. Consultant (Firm Name) VV. Signature (Authorized Official of Consultant) 1 /18/2024 Date Local Agency A&E Professional Services Agreement Number_ Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit G-1(b) Certification of Agency I hereby certify that I am the: o 0<- ❑ Other of the lA:�A o �_ F- C-A" WO-4 , and J U or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: a) Employ or retain, or agree to employ to retain, any firm or person; o b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Date Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit G-2 Certification Regarding Debarment Suspension and Other Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil. judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; an D. Have not within a three (3) year period preceding this application / proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this proposal. Parametrix, Inc. Consultant (Firm Name) f J [, 1/18/2024 Signature (Authorized Official of Consultant) Date Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative AGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the require certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub -contracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. Parametrix, Inc. Consultant (Firm Name) Gv� Signa ure �(Autf@rized Official of Consultant) 1 /18/2024 Date Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit G-4 Certification of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of city center Access Project Phase i (SB Ramp Modifications) * are accurate, complete, and current as Of December 19, 2023 ** This certification includes the cost or pricing data supporting any advance AGREEMENT'S and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: Parametrix, Inc. V _ Signature Date of Execution 1/18/2024 Sr. Vice President Title *Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.) **Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached. ***Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit H (Not Applicable) Liability Insurance Increase To Be Used Only If Insurance Requirements Are Increased T rofessional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal R , jons and In nce of this Agreement is amended to $ The CONS NT shall provide Professional Liability insurance with minimum per occurr ce limits in the amount of $ Such insurance coverage al I be evidenced by one of the following methods: • Certificate of Insurance • Self-insurance through an irrevoc e Letter of Credit from a quail f financial institution Self-insurance through documentation of a arate fund establis exclusively for the payment of professional liability claims, including claim amounts alrea eserved nst the fund, safeguards established for payment from the fund, a copy of the latest annual financia ents, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability i rance limit requ d by the AGENCY as specified above exceed $1 million per occurrence or the value o e contract, whichever is ater, then justification shall be submitted to the Federal Highway Admin�istrat(FHWA) for approval to increaseamnimum insurance limit. If FHWA approval is obtain the AGENCY may, at its own cost, reimh the CONSULTANT for the additional professional li tty insurance required. Notes: Cost of addgKnsurance requirements: $ • Include ayoosts, fee increase, premiums. • ;T ost shall not be billed against an FHWA funded project. POOOFor final contracts, include this exhibit Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit I Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant has alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include all decisions and descriptions of work, photographs, records of labor, materials, and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manager and any personnel (including sub -consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Step 5 Forward Documents to Local Programs For federally funded projects, all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) total a $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to theAgency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associate with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 0713012021