Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
2022-10-25 City Council - SP Agenda-3295
1 ►I Op E D o Agenda Edmonds City Council tnl. }nyo SPECIAL MEETING COUNCIL CHAMBERS 250 5TH AVE NORTH, EDMONDS, WA 98020 OCTOBER 25, 2022, 6:30 PM PERSONS WISHING TO JOIN THIS MEETING VIRTUALLY IN LIEU OF IN -PERSON ATTENDANCE CAN CLICK ON OR PASTE THE FOLLOWING ZOOM MEETING LINK INTO A WEB BROWSER USING A COMPUTER OR SMART PHONE: HTTPS://ZOOM. US/J/95798484261 OR JOIN BY PHONE: US: +1 253 215 8782 WEBINAR ID: 957 9848 4261 CLOSED CAPTIONS ARE AVAILABLE USING THE ZOOM PLATFORM. CALL TO ORDER COUNCIL BUSINESS 1. 96th Ave Inflitration Project Contract (Civic Park Mitigation) (10 min) 2. Presentation of Professional Services Agreement for Design/Right of Way Phases of Hwy 99 Revitalization Project -Stage 3 (10 min) 3. Presentation of Professional Services Agreement for Design/Right of Way Phases of Hwy 99 Revitalization Project - Stage 4 (10 min) ADJOURN Edmonds City Council Agenda October 25, 2022 Page 1 2.1 City Council Agenda Item Meeting Date: 10/25/2022 96th Ave Inflitration Project Contract (Civic Park Mitigation) Staff Lead: Angie Feser Department: Parks, Recreation & Human Services Preparer: Angie Feser Background/History The Civic Center Playfield project, currently under construction, requires off -site stormwater mitigation due to site characteristics. This construction contract is for the installation of the mitigation measures required for completion of the Civic Center Playfield park. The project will install an infiltration facility on City Right -of -Way property west of Yost Park serving as stormwater mitigation. Its purpose is to take water out of an existing stormwater pipe that would need to be treated and instead feed it into an infiltration system to allow the stormwater to naturally work its way back into the ground. The proposed drainage facility will include a diversion structure connected to an existing 24" stormwater pipe, a swirl concentrator water quality treatment device, four distribution chambers and catch basins at each end for maintenance access as well as an overflow connection back to the existing 24" stormwater pipe. The Engineer's estimate for this project is $389,000. On October 11, 2022, the City received ten (10) bids ranging from a low of $359,844 to a high of $414,415 (bid list attached). Blue Mountain Construction Group submitted the low responsive bid and successful review of the low responsive bidder's record has been completed. Construction is expected to begin on January 1, 2023 and be completed by February 28, 2023. The contract is set at 40 working days. On September 6, 2022, City Council authorized the allocation of $450,000 in ARPA (American Rescue Plan Act) funding to complete this project. Staff Recommendation Staff is recommending Council award Blue Mountain Construction Group the attached Agreement for an amount of $359,844 and authorize allocation of an additional $90,156 for Construction Management, Inspection, Testing and Management Reserve (total of $450,000) in order to complete the 96th Avenue ROW Infiltration project as required stormwater mitigation for Civic Center Playfield Park completion. Attachments: 96th Ave Infiltration Blue Mountain Agreement 96th AVE Infiltration Bid Tab 96th Contract Addendum 1-3 Packet Pg. 2 AGREEMENT 2.1.a THIS AGREEMENT AND CONTRACT, made and entered into at Edmonds, Washington, this day of , 20 , by and between the CITY OF EDMONDS, a municipal corporation, hereinafter called the CITY and Blue Mountain Construction Group LLC hereinafter called the CONTRACTOR. WITNESSETH: THAT WHEREAS, the CITY has heretofore caused to be prepared certain plans, specifications, including Invitation to Bid, Addenda 11-33, Proposal, Agreement, Performance and Payment Bond, all attached hereto, for its project entitled 96" Ave Infiltration Project, and the CONTRACTOR did on the day of , 20 file with the CITY a proposal to furnish equipment, labor, material, supplies and appurtenances for the construction of said project as set forth in the plans and specifications, and agreed to accept as payment therefore the sums fully stated and set forth in the proposal; and WHEREAS, the said plans and specifications and proposal full and accurately set forth and describe the terms and conditions upon which the CONTRACTOR proposes to furnish said equipment, labor, material, supplies and appurtenances and perform said work, together with the manner and time of furnishing same; IT IS THEREFORE AGREED that, in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: The CONTRACTOR shall do all work and furnish all labor, materials, supplies, and equipment for the construction of the 96" Ave Infiltration Proiect in accordance with and as described in the attached plans and specifications and the Standard Specifications, which are by this reference incorporated herein and made a part hereof, and shall perform and make alterations in, or additions to, the work provided under this contract and every part thereof. Work shall start on the day specified on the notice to proceed and be completed in 40 working days. If said work is not completed in the time specified, the Contractor agrees to pay to the City liquidated damages for each and every day said work remains uncompleted after expiration of the specified time. Liquidated damages shall be calculated using the formula in Standard Specifications Section 1-08.9, "Liquidated Damages". The CONTRACTOR shall provide and bear the expense of all equipment and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the CITY OF EDMONDS. A-1 Packet Pg. 3 2.1.a The CITY hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or lump sum prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. That, in consideration of faithful compliance with the terms and conditions of this Agreement, the City shall pay to the Contractor, at the times and in the manner provided in said specifications, the total sum of Three Hundred Fifty -Nine Thousand Eight Hundred Forty -Four Dollars and Zero Cents. ($359,844.00), which sum is subject, however, to increase or decrease in such proportion as the quantities named in said proposal are so changed, all as in said specifications and proposal provided. IN ADDITION TO THE INCORPORATED TERMS, PLANS AND CONDITIONS, the Contractor specifically agrees and stipulates as follows: 1. The Contractor shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by an act, omission or failure of the Contractor, its officers, agents and employees, in performing the work required by this agreement (contract). With respect to the performance of this agreement and as to any claim against the City, its officers, agents and employees, the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Contractor. This waiver is mutually negotiated by the parties. This paragraph shall not apply to damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Contractor, its officers, agents and employees. 2. Provision for Cost and Attorney's Fees. In the event that any suit is commenced by the City to enforce the terms of this contract or any bond securing the obligations of this contract, the City shall be entitled to recover, in addition to any other sums due and owing hereunder, its costs incurred in such enforcement, such costs to include, but not be limited to, reasonable attorney's fee. FEW Packet Pg. 4 2.1.a IN WITNESS WHEREOF, three identical counterparts of this contract, each of which shall, for all purposes be deemed an original thereof, have been duly executed by the parties hereinbefore named on the day and year in the Agreement first above written. CITY OF EDMONDS: By ATTEST: SCOTT PASSEY, CITY CLERK APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY MICHAEL NELSON, MAYOR SOLE PROPRIETOR CONTRACTOR: By Sole Proprietor doing business as: STATE OF ) )ss COUNTY OF ) On this day of , 20 before me personally appeared and on his/her oath swore that he/she is an owner or duly authorized agent of the firm that executed the within and foregoing instrument and is duly authorized to execute said instrument on behalf of the partnership as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. Notary Public in and for the State of Washington, residing at A-3 Packet Pg. 5 PARTNERSHIP CONTRACTOR: 2.1.a By Partner or authorized agent for: (Name of partnership) STATE OF ) )ss COUNTY OF ) On this day of , 20 before me personally appeared and on his/her oath swore that he/she is a partner or duly authorized agent of the partnership that executed the within and foregoing instrument and is duly authorized to execute said instrument on behalf of the partnership as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. Notary Public in and for the State of Washington, residing at Packet Pg. 6 2.1.a CORPORATION CONTRACTOR: (PLACE CORPORATE SEAL HERE) By Title STATE OF ) )ss COUNTY OF ) On this day of , 20_, before me personally appeared known to be the (president, vice president, secretary, treasurer, or other authorized officer or agent, as the case may be) of the corporation that executed the within and foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and upon oath stated that he/she was authorized to execute said instrument and that the seal affixed hereto is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. Notary Public in and for the State of Washington, residing at A-5 Packet Pg. 7 2.1.a PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That whereas the CITY OF EDMONDS, WASHINGTON, has awarded Blue Mountain Construction Group LLC hereinafter designated as the "Principal", a contract for the construction of the 96th Ave Infiltration Project project, which consists of Invitation to Bid, referenced Standard Specifications, Technical Specifications, Plans, Accepted Proposal and Agreement, all as hereto attached and made a part hereof, and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance and payment of said contract. NOW, THEREFORE, we the principal and , a corporation, organized and existing under and by virtue of the laws of the State of , and duly authorized to do business in the State of Washington, as surety, are held and firmly bound unto the CITY OF EDMONDS and the State of Washington, for and in behalf of 96" Ave Infiltration Project in the sum of Three Hundred Fifty -Nine Thousand Eight Hundred Forty -Four Dollars and Zero Cents ($359,844.00), lawful money of the United States, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly, severally and firmly by those presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bonded principal, his, her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements of any and all duly authorized modifications of said contract that may hereafter be made, at the time and in the manner therein specified, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, on his or their parts, and shall indemnify and save harmless the CITY OF EDMONDS, WASHINGTON, its officers and agents, and shall further save harmless and indemnify said CITY OF EDMONDS, WASHINGTON from any defect or defects in any of the workmanship or materials entering into any part of the work or designated equipment covered by said contract, which shall develop or be discovered within one year after the physical completion of such work, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, provided that the liability hereunder for defects in materials and workmanship for a period of one year after the physical completion of such work. THE SURETY, for value received, further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in any way affect its obligation on this bond, and the Surety does hereby waive notice of any change, extension of time, alterations or additions to the terms of the contract or the work or to the specifications. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the aforesaid contract without notice to the Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent of the original amount of this bond without the consent of the Surety. PPB-1 Packet Pg. 8 2.1.a IN WITNESS WHEREOF, this instrument is executed in three counterparts, each of which shall be deemed an original, this day of , 20 APPROVED AS TO FORM Office of the City Attorney Principal By Title TWO WITNESSES ATTEST (if corporation) Surety By Title Its Address of local office and agent of surety company is Packet Pg. 9 BLUEMOU-25 2.1.a '4coRo CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/19/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement or .-. this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). C PRODUCER CONTACT 0 Hub International Northwest LLC PHONE FAX (A/C, No, Ext): (425) 489-4500 (A/C, No): (425) 485-8489 a� PO Box 3018 Bothell, WA 98041 ADDRESS: now.info@hubinternational.com }' INSURERS AFFORDING COVERAGE NAIC # �[ INSURER A:Champlain Specialty Insurance Companya L INSURED INSURER B :Ohio Security Insurance Company 24082 INSURER C : Blue Mountain Construction Group, LLC > INSURER D : 2335 W. Newton St. V Seattle, WA 98199 +r INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOI INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI! CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM DD YYY POLICY EXP MM DD YYY LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,1 CLAIMS -MADE X OCCUR X X CSARCGL000014501 2/28/2022 4/22/2023 DAMAGE TO RENTED PREMISES Ea occurrence 100,1 $ MED EXP (Any oneperson) $ 5,1 PERSONAL & ADV INJURY $ 1,000,1 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,1 POLICY ! PRO - POLICY LOC PRODUCTS - COMP/OP AGG $ 2,000,1 $ OTHER: B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,1 $ X BODILY INJURY Perperson) $ ANY AUTO X X BAS63123844 4/22/2022 4/22/2023 OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ PROPERTY DAMAGE Per accident $ HIRED L NON -OWNED AUTOS ONLY AUTOS ONLY $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,1 AGGREGATE $ 5,000,1 EXCESS LIAB CLAIMS -MADE CSAR-CEL-0000330-01 4/22/2022 4/22/2023 DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A CSARCGL000014501 2/28/2022 4/22/2023 PER X OTH- STATUTE ER E.L. EACH ACCIDENT 1,000,1 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,1 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,1 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 96th Ave Infiltration Project (E21FA/c556) City of Edmonds, its officers, and agents are included as additional insureds, Coverage is Primary and non-contributory and Waiver of Subrogation applies per the attached forms/endorsements. Per Project Aggregate applies to General Liability policy, per attached forms/endorsements. R City of Edmonds 700 Main Street Edmonds, WA 98020 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED It ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION rason The ACORD name and logo are registered marks of ACORD Packet Pg. 10 2.1.a POLICY NUMBER:CSARCGL000014501 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or organization for whom you are All locations where "your work" is performed as performing "your work" when you and such person or specified in the contract or written agreement organization have agreed in writing in a contract or between you and the Additional Insured(s). agreement that such person or organization be added as an Additional Insured on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Packet Pg. 11 2.1.a C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 1 Packet Pg. 12 2.1.a Policy Number: CSARCGL000014501 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization for whom you are All locations where "your work" is performed as performing "your work", when you and such person or specified in the contract or written agreement between organization have agreed in writing in a contract or you and the Additional Insured(s). agreement that such person or organization be added as an Additional Insured for Completed Operations Coverage on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Packet Pg. 13 2.1.a Policy Number: CSARCGL000014501 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Packet Pg. 14 2.1.a Policy Number: CSARCGL000014501 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization when you have agreed in writing in a contract or agreement to waive your right of recovery against such person or organization. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Packet Pg. 15 COMMERCIAL AU AC 85 01 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. If the policy to which this endorsement is attached also contains a Business Auto Coverage Enhancement Endorsement with a specific state named in the title, this endorsement does not apply to vehicles garaged in that specified state. COVERAGEINDEX SUBJECT PROVISION NUMBER ACCIDENTAL AIRBAG DEPLOYMENT 13 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 4 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 21 AMENDED FELLOW EMPLOYEE EXCLUSION 6 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 15 BODILY INJURY REDEFINED 25 EMPLOYEES AS INSUREDS (Including Employee Hired Auto) 3 EXTRA EXPENSE -BROADENED COVERAGE 11 GLASS REPAIR -WAIVER OF DEDUCTIBLE 17 HIRED AUTO COVERAGE TERRITORY 23 HIRED AUTO PHYSICAL DAMAGE (Including Employee Hired Auto) 7 LOAN / LEASE GAP (Coverage Not Available In New York) 16 NEWLY FORMED OR ACQUIRED SUBSIDIARIES 2 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 18 PERSONAL EFFECTS COVERAGE 12 PHYSICAL DAMAGE - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 9 PHYSICAL DAMAGE DEDUCTIBLE -VEHICLE TRACKING SYSTEM 14 PRIMARY AND NON-CONTRIBUTORY -WRITTEN CONTRACT OR WRITTEN AGREEMENT 24 RENTAL REIMBURSEMENT 10 SUPPLEMENTARY PAYMENTS 5 TOWING AND LABOR 8 TRAILERS - INCREASED LOAD CAPACITY 1 TWO OR MORE DEDUCTIBLES 19 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 20 WAIVER OF TRANSFER OF RIGHTS OF RECOVERYAGAINST OTHERS TO US 22 SECTION I - COVERED AUTOS is amended as follows: 1. TRAILERS - INCREASED LOAD CAPACITY The following replaces Paragraph C.1. Certain Trailers, Mobile Equipment And Temporary Substitute Autos of SECTION I - COVERED AUTOS: "Trailers" with a load capacity of 3,000 pounds or less designed primarily for travel on public roads. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. 11Packet Pg. 16 2.1.a SECTION II - LIABILITY COVERAGE is amended as follows: 2. NEWLY FORMED OR ACQUIRED SUBSIDIARIES SECTION II - LIABILITY COVERAGE, Paragraph A.I. - Who Is An Insured is amended to include the following as an "insured": d. Any legally incorporated subsidiary of which you own more than 50 percent interest during the policy period. Coverage is afforded only for 90 days from the date of acquisition or formation. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an "insured" under any other automobile policy except a policy written specificall y to apply in excess of this policy; or (3) Has exhausted its Limit of Insurance or had its policy terminated under any other automobile policy. Coverage under this provision d. does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 3. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": e. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any "employee". f. Any "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 4. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": g. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, written agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or written agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit. The "insured" is required to submit a claim to any other insurer to which coverage could apply for defense and indemnity. Unless the "insured" has agreed in writing to primary noncontributory wording per enhancement number 24, this policy is excess over any other collectible insurance. 5. SUPPLEMENTARY PAYMENTS SECTION II - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, Paragraphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Packet Pg. 17 2.1.a 6. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow "employees" are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provi- sion is added: SECTION II - LIABILITY, Exclusion B.5. Fellow Employee does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire if you have workers compensation insurance in force for all of your "employees" at the time of "loss". This coverage is excess over any other collectible insurance. SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: 7. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III - PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: a. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. b. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. c. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. d. Subject to a maximum of $1,000 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. e. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto" that is hired, rented or borrowed from your "employee" or any member of your "employee's" household. Coverage provided under this extension is excess over any other collectible insurance available at the time of "loss". 8. TOWING AND LABOR SECTION III - PHYSICAL DAMAGE COVERAGE, Paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $75 per disablement. b. For "light trucks", we will pay up to $75 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 - 20,000 pounds. However, the labor must be performed at the place of disablement. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Packet Pg. 18 2.1.a 9. PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph AA.a. Coverage Extensions, Transportation Expenses of SECTION III - PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of $50 per day and a maximum limit of $1,500. 10. RENTAL REIMBURSEMENT SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those ex- penses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement requires the rental of a comparable or lessor vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". This limit is excess over any other collectible insurance. d. This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. g. The insurance provided under this extension is excess over any other collectible insurance. If this policy also provides Rental Reimbursement Coverage you purchased, the coverage provided by this Enhancement Endorsement is in addition to the coverage you purchased. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 12.13. 11. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 12. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V - DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an "insured." "Personal effects" does not include tools, equipment, jewelry, money or securi- ties. 13. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance manufacturer's warranty. we provide shall be excess over any other collectible insurance or reimbursement by warranty. However, we agree to pay any deductible applicable to the other coverage or AC 85 01 06 18 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office Inc., with its Permission. Packet Pg. 19 2.1.a 14. PHYSICAL DAMAGE DEDUCTIBLE - VEHICLE TRACKING SYSTEM SECTION III - PHYSICAL DAMAGE COVERAGE, D. Deductible, is amended by adding the following: Any Comprehensive Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global position device and that device was the method of recovery of the vehicle. 15. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions, Paragraph a. of the exception to exclu- sions 4.c. and 4.d. is deleted and replaced with the following: Exclusions 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not de- signed solely for the reproduction of sound, if the equipment is: (1) Permanently installed in the covered "auto" at the time of the "loss" or removable from a housing unit that is permanently installed in the covered "auto"; and (2) Designed to be solely operated by use from the power from the "auto's" electrical system; and (3) Physical damage coverages are provided for the covered "auto". If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a $100 deductible. 16. LOAN / LEASE GAP COVERAGE (Not Applicable In New York) A. Paragraph C. Limit Of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss"; b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear; c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insur- ance purchased with the loan or lease; d. Transfer or rollover balances from previous loans or leases; e. Final payment due under a "Balloon Loan"; f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto"; g. Security deposits not refunded by a lessor; h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto"; i. Any amount representing taxes; j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. Additional Conditions This coverage applies only to the original loan for which the covered "auto" that incurred the Q "loss" serves as collateral, or lease written on the covered "auto" that incurred the "loss". © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Packet Pg. 20 2.1.a C. SECTION V - DEFINITIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a 'loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 17. GLASS REPAIR - WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 18. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to 'loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The 'loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any 'loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 19. TWO OR MORE DEDUCTIBLES Under SECTION III - PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same "accident", the following applies to Paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller (or smallest) deductible, it will be waived; or b. If the applicable Business Auto deductible is not the smaller (or smallest) deductible , it will be reduced by the amount of the smaller (or smallest) deductible; or c. If the 'loss" involves two or more Business Auto coverage forms or policies, the smaller (or smallest) deductible will be waived. For the purpose of this endorsement, company means any company that is part of the Liberty Mutual Group. SECTION IV - BUSINESS AUTO CONDITIONS is amended as follows: 20. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the incep- tion date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Packet Pg. 21 2.1.a 21. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph A.2.a. is replaced in its entirety by the follow- ing: a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) Member, if you are a limited liability company; (4) An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (a) How, when and where the "accident" or "loss" took place; (b) The "insureds" name and address; and (c) The names and addresses of any injured persons and witnesses. 22. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us, is amended by the addition of the following: If the person or organization has in a written agreement waived those rights before an "accident" or "loss", our rights are waived also. 23. HIRED AUTO COVERAGE TERRITORY SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph B.7. Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the "insured's" responsibility to pay for damages is determined in a "suit", on the merits, in the United " States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. 24. PRIMARY AND NON-CONTRIBUTING IF REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREE- MENT The following is added to SECTION IV - BUSINESS AUTO CONDITIONS, General Conditions, B.5. Other Insurance and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". SECTION V - DEFINITIONS is amended as follows: 25. BODILY INJURY REDEFINED Under SECTION V - DEFINITIONS, Definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Packet Pg. 22 CITY OF EDMONDS PROJECT NAME: 96th AVE Infiltration PROJECT No.: E21FA City No.: c556.ct.prk Engineer's Estimate: $389,000 Federal Aid: N/A Bid Date: 10/11/2022 2PM CONTRACTOR BASE BID Proposal Signed & Bid Price Filled -In Y N All Addenda Acknowledged Y N o 5 /o Bid Bond Y _ N Non -Collusion Affidavit Y N Cert of Equal Employment Opp. Report Y-N Statement of Bidder Qual. Y N P-3 P-6 BB-1 NCA-1 FOR-1 SBQ-1 1 Blue Mountain $3591844.00 2 Fruhling $3651846.50 3 Marshbank $373,365.00 4 Kamins $387,047.28 5 Al Landscaping $3981790.00 6 Rodarte $3991220.00 7 We Do Dirt $399,700.00 8 In Depth Exc $4011600.00 9 Trimaxx $406,670.00 10 Raw $414,415.00 0 c� a� a V c� L Y 0 U v m �O L a. a 0 L Y a m 0 L W W a a s Packet Pg. 23 2.1.c ADDENDUM NO. 1 CITY OF EDMONDS This Addendum forms a part of the Contract Documents and modifies the original Bid Documents as noted below. Acknowledge receipt of this Addendum in the space provided on Page P-6 of the Bidding Documents (Part 1). Failure to do so may result in rejection of bid. Item 1 Part I, Bidding Documents, Information for Bidders A. Pages IB-6 & IB-7 Remove and replace Pages IB-6 & IB-7 with the attached Pages IB-6 & IB-7. Action: REMOVED PART G. Packet Pg. 24 2.1.c successfully completed, the City may check owner references for previous projects and evaluate the owner's assessment of bidder performance, including but not limited to quality control, safety record, timeliness of performance, use of skilled personnel, management of subcontractors, availability of and use of appropriate equipment, compliance with contract documents, and management of submittals process, change orders and close-out; 27. The bidder has had a public works contract terminated for cause by a government agency during the five year period immediately preceding the bid submittal deadline for the project, unless there are extenuating circumstances acceptable to the City; 28. The bidder has had judgments entered by a court of law against the bidder within five years of the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances acceptable to the City; 29. The bidder has a documented pattern of prevailing wage complaints filed against it within five years of the bid submittal date that demonstrates a failure to pay workers prevailing wages, unless there are extenuating circumstances acceptable to the City; or 30. For any other reasons deemed proper by the City. D. Bidders may request, in a timely manner before the bid submittal deadline, that the City modify the criteria set forth in (B) above. The City will evaluate the request and any information submitted by the potential bidder and will respond before the submittal deadline. If the evaluation results in a change in the criteria set forth in (B), the City will issue an Addendum to the bidding documents identifying the new criteria. E. If the bidder fails to supply information requested concerning responsibility within the time and manner specified in the bid documents, the City may base its determination of responsibility upon any available information related to the criteria set forth in (B) or may find the bidder not responsible. F. If the City determines a bidder to be not responsible, the City will provide, in writing, the reasons for the determination. The bidder may appeal the determination by filing a written notice of appeal and any supporting information with the City Engineer within two (2) business days after the City provides notice that the bidder has been determined to be not responsible. The City Engineer shall transmit the appeal and information to the Mayor or his designee with a recommendation. The Mayor or his designee will consider the information and recommendation before making a final determination. If the final determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two (2) business days after the bidder determined to be not responsible has received the final determi ation. G. The Bidder shall demonstrate successful past construction experience by submitting to the Engineer, in table format provided on page P-3, information on at least two (2) projects that are similar in size and scope to this project within the last three (3) years. The Bidder shall provide in table format provided on page P-4, or attached job listing, the qualifications of the Project Superintendent on similar projects in size and scope. The Bidder may use a subcontractor to meet the requirements listed below. If a subcontractor will be used to meet these experience requirements, that portion of the information submitted must describe how the subcontractor meets the requirements of this section. :. Packet Pg. 25 2.1.c Projects with similar size and scope shall mean a project having the following characteristics (all elements are not required to be apart of a single project, however a minimum of two (2) projects are required for each individual element): 1. Construction of stormwater pipe and manholes 2. Construction with trench excavation depth of 6 ft or greater 3. Construction of underground infiltration chamber If the Bidder does not meet the requirements listed above the Bidder shall be considered not responsible. 1B-7 Packet Pg. 26 2.1.c ADDENDUM NO. 2 CITY OF EDMONDS 961" AVE Infiltration Project October 10, 2020 This Addendum forms a part of the Contract Documents and modifies the original Bid Documents as noted below. Acknowledge receipt of this Addendum in the space provided on Page P-6 of the Bidding Documents (Part 1). Failure to do so may result in rejection of bid. Item 1 PART I, BIDDING DOCUMENTS Remove and replace Page P-2 of the Proposal with the attached Page P-2 Action: Added Bid Item #27, Shoring and Extra Excavation Class B. Item 2 PART III, SPECIAL PROVISIONS Remove and replace sections 2-09.4 and 2-09.5 with the following sections 2-09.4 and 2-09.5 Action: Replaced section 2-09.5 2-09.4 Payment (City of Edmonds GSP) Supplement this section with the following: No measurement shall be made for dewatering, haul and disposal of waste materials, backfill, conditioning, placement, and compaction, or other related work elements/activities for which a specific pay item is not listed. "Shoring or Extra Excavation Class B" shall be measured by lump sum. 2-09.5 Payment (City of Edmonds GSP) Supplement this section with the following: All costs for structure excavation shall be considered incidental to the construction and shall be included in the costs of other items of work involved in the project. Structure excavation associated with in installation of Infiltration Chamber System, placement of manholes, catch basins, and other structures, pipelines, or connections to existing structures shall be included in the costs for those items. The lump sum contract price for "Shoring or Extra Excavation Class B" shall include but is not limited to full compensation for all labor, equipment and materials including shoring City of Edmonds 96`h Infiltration Project Addendum #2 Packet Pg. 27 2.1.c extra excavation class B, maintenance, and removal of all trench safety and site excavation safety systems as required for the work and any other items necessary to accomplish the work. No separate payment shall be made for dewatering, haul and disposal of waste materials, backfill materials, - conditioning, placement, and compaction, or other related work elements/activities for which a specific pay item is not listed, unless a specific bid item is listed for such material. These items shall be considered as incidental to the work and all costs thereof shall be included in the payment as specified in Section 2-09.5. City of Edmonds 96'h Infiltration Project Addendum #2 Packet Pg. 28 2.1.c Project Name: 90 Ave Infiltration Proms Project Number: City of Edmonds E21FA Bid Item Description Approx Qty. Unit Unit Cost Total Price 1 1-04.4 Minor Change 1 FA 10000 10000 1-04.5 Construction Surveying 1 LS 8-02.5 Site Restoration 1 FA 3500 3500 1-09.7 Mobilization 1 is 1-10.5 Temporary Traffic Control 1 is 8-01.5 Erosion Control 1 is 1-07.5 Temporary Fencing 400 if 7-08.5 Temporary Tree Protection 5 ea 2-01.5 Clearing and Grubbing 6,000 sf 2-09.5 Structure Exc. incl. Haul 1,145 cy 2-03.5 Unsuitable Exc. Incl. Haul 50 cy Surface Grading 1,450 sf 4-04.5 Crushed Surfacing Top Course 71 ton 4-04.5 Crushed Surfacing Base Course 50 ton 7-04.5 PVC Storm Sewer Pipe, 8" Diam. 39 if 7-04.5 Ductile Iron Storm Sewer Pipe, 8" Diam 19 if 7-05.5 Ethafoam Pad, or approved equivalent 1 is 7-05.5 StormTech Infiltrating Chamber Detention System, or approved equivalent 1 is 7-05.5 Flow Splitting Manhole 1 is 7-05.5 Stormwater Pretreatment Facility 1 is 7-05.5 Catch Basin Type 1 1 ea 7-05.5 Catch Basin Type 2, 48" 4 ea 7-05.5 Catch Basin Type 2. 72" 1 ea Bank Run Gravel for Trench Backfill 50 cy Hydroseed 2,700 sf Record Drawings ($500 Minimum Bid) 1 is c 0 M L a Z v r M L c 0 c.� as 0 (L c 0 M c as a' M z to 01 a a) E 0 a r a P-2 Packet Pg. 29 2.1.c ADDENDUM NO.3 CITY OF EDMONDS 961" AVE Infiltration Project October 10, 2020 This Addendum forms a part of the Contract Documents and modifies the original Bid Documents as noted below. Acknowledge receipt of this Addendum in the space provided on Page P-6 of the Bidding Documents (Part 1). Failure to do so may result in rejection of bid. Item 1 PART III, SPECIAL PROVISIONS Remove and replace sections 2-09.5 with the following section 2-09.5 Action: Revised and Replaced section 2-09.5. Revised and Replaced section 2-09.5 of Addendum 2 2-09.5 Pam (City of Edmonds GSP) Supplement this section with the following: Payment for the bid item "Structure Excavation, incl. Haul" shall include full compensation for labor, equipment, and materials required for excavation and disposal of materials. The lump sum contract price for "Shoring or Extra Excavation Class B" shall include but is not limited to full compensation for all labor, equipment and materials including shoring extra excavation class B, maintenance, and removal of all trench safety and site excavation safety systems as required for the work and any other items necessary to accomplish the work. No separate payment shall be made for dewatering, haul and disposal of waste materials, backfill materials, conditioning, placement, and compaction, or other related work elements/activities for which a specific pay item is not listed, unless a specific bid item is listed for such material. These items shall be considered as incidental to the work and all costs thereof shall be included in the payment as specified in Section 2-09.5. City of Edmonds 96`h Infiltration Project Addendum #3 Packet Pg. 30 2.2 City Council Agenda Item Meeting Date: 10/25/2022 Presentation of Professional Services Agreement for Design/Right of Way Phases of Hwy 99 Revitalization Project -Stage 3 Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On October 11, 2022 this item was presented to the Parks and Public Works Committee and scheduled for presentation at the October 25, 2022 City Council meeting. Staff Recommendation Approve agreement with SCJ Alliance. Narrative The goal of the Highway 99 Revitalization project is to extend the successful transformation of Highway 99 in Shoreline through Edmonds from 244th St. SW to 210th St. SW. The construction of Stage 2 is currently ongoing with the addition of a raised landscaped center median from 244th St. SW to 210th St. SW, a HAWK signal — 600' north of 234th St. SW, and a Gateway sign on both ends of the project. Due to the high cost of completing all the other improvements along the corridor, the 2.25 mile stretch was divided into 7 segments. Stage 3 is the segment from 244th St. SW to 238th St. SW. The scope of this project includes capacity improvements at Hwy 99 at 238th St. SW (with addition of a left turn lane for the northbound movement), addition of planter strip on both sides of the street, new sidewalk, new street/pedestrian lighting, better stormwater management, targeted utility replacements (water/sewer), potential undergrounding of overhead utilities, and softscape treatments along this stretch of Highway 99. The City issued a request for qualifications (RFQ) in accordance with the City's purchasing policies to select the design consultant. The City received one response from SCJ Alliance (SCJ). Following review of their statement of qualifications, consultant interview, and their experience working on the design phase of the Hwy 99 Revitalization & Gateway Project - Stage 2, the selection panel chose SCJ. The following tasks will be completed in order to complete the design phase: Survey; Geotechnical report; Environmental documentation (considering federal funds may be needed as part of construction phase); Public outreach; Utility coordination; Packet Pg. 31 2.2 30%, 60%, 90%, 95%, 100%, and Final PS&E - including design of water/sewer/stormwater and potential conversion of overhead utility lines to underground; Start of right of way services for acquisition and/or temporary construction easements for a total of 28 parcels; and Bid support. The LAG Professional Services Consultant Agreement is attached. City staff and SCJ have agreed to a total contract amount of $3,097,754 for the completion of the design phase (including $154,000 in management reserve) and $129,317 for the start of the right of way phase (for total contract amount of $3,227,071). The funding source for the design phase will come from the Connecting Washington state appropriation and the Water Utility Fund 421 and the Sewer Utility Fund 423 for their respective utility upgrades/adjustments needed. The start of the ROW phase is being funded by Connecting Washington funds (from total of $1,064,000 assigned to that phase). During the design phase, a supplemental agreement will be implemented for the completion of the ROW phase. Attachments: Attachment 1 - Agreement Attachment 2 - Presentation Packet Pg. 32 2.2.a Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreemen Agreement Number: Firm/Organization Legal Name (do not use dba's): Shea, Carr & Jewell, Inc. (dba SCJ Alliance) Address Federal Aid Number 8730 Tallon Lane NE, Suite 200, Lacey, WA 98516 HLP-CNWA(022) UBI Number Federal TIN 602-612-261 20-4834444 Execution Date Completion Date December 31, 2026 1099 Form Required Federal Participation ❑ Yes ❑■ No ❑ Yes ❑■ No Project Title Highway 99 Gateway -Revitalization, Stage 3 1 244th St SW to 238th St SW Description of Work The objective of the Stage 3 project is to design and construct improvements to Highway 99 from 244th Street SW to 238th Street SW consistent with the Conceptual Plans developed in the Highway 99 Revitalization Stage 1 planning project and the Highway 99 Revitalization & Gateway Stage 2 construction. Those improvements will extend the transformation of Highway 99 in Shoreline through Edmonds. The scope of the project will include wider replacement sidewalks, new street lighting, crosswalks with mid -crossing landings where possible, , improved stormwater management, targeted utility replacements, a new dual -left turn pocket for NB traffic at 238th Street SW, potential undergrounding of overhead distribution utilities, landscaping, softscape treatments and other streetscape improvements to speak to the unique character of Edmonds. Widening to the proposed typical section has already taken place south of the SR 104 interchange and work in this area will be minimal. ❑ Yes �I No DBE Participation Maximum Amount Payable: ❑ Yes ■❑ No MBE Participation $3,227,071 ❑ Yes ❑■ No WBE Participation ❑ Yes 10% SBE Voluntary❑■ No SBE Participation Index of Exhibits Exhibit A Scope of Work Exhibit B DBE Participation 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 Exhibit H Liability Insurance Increase Exhibit I Alleged Consultant Design Error Procedures Exhibit J Consultant Claim Procedures Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Revised 0713012022 LA-10229 Agreement Numb Packet Pg. 33 2.2.a THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the CITY OF EDMONDS as hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." y 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 Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 34 2.2.a 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 y Z 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 this AGREEMENT. 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.diversitycompliance.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: Bertrand Hauss, PE Name: Lisa M Reid, PE, PMP Agency: City of Edmonds Agency: Shea, Carr & Jewell, Inc (dba SCJ Alliance) Address: 121 5th Ave N Address: 8730 Tallon Lane NE, Suite 200 City: Edmonds State: WA Zip: 98020 City: Lacey State: WA Zip:98516 Email: Bertand.Hauss@edmondswa.gov Email: Lisa.Reid@scjalliance.com Phone: 425.771.0220 Phone: 206.739.5454 Facsimile: 425.672.5750 Facsimile: 360.352.1509 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. LA-10229 Local Agency A&E Professional Services Agreement Numbe Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 35 2.2.a 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 Z the hourly rates, i.e., direct (raw) labor, indirect cost rate, and fee (profit) percentage. The a CONSULTANT shall bill each employee's actual classification, and actual salary plus indirect cost rate plus c fee. E z a LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 36 2.2.a 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 a, reimbursed only to lowest price available, unless otherwise approved by the AGENCY. The CONSULTANT y 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 o all revisions thereto. Air, train, and rental card costs shall be reimbursed in accordance with 48 Code of a` Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -salary Costs shall o include an itemized listing of the charges directly identifiable with these SERVICES. The CONSULTANT N shall maintain the original supporting documents in their office. Copies of the original supporting documents M 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 a� Cn 3 this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one x (1.) The Maximum Amount Payable does not include payment for extra work as stipulated in section XIII, o "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. 0 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 Zr- bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in a connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, c 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 a Project Manager. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 37 2.2.a 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 o The CONSULTANT warrants that they have not employed or retained any company or person, other than a 0 bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not c 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, a 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 r discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount •2 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 a 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 c obligation and responsibility of the CONSULTANT. E The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this Zr_ AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of a 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: Q LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 38 2.2.a 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 2000d-4a) • Federal -aid Highway Act of 1973 (23 U.S.C. Chapter 3 § 324) • Rehabilitation Act of 1973 • 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 (29 U.S.C. Chapter 16 Subchapter V § • 49 CFR Part 26 794) • RCW 49.60.180 • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) 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 E 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. a Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 39 2.2.a 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 M CONSULTANT employee. y 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 LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 40 2.2.a 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 c CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other s 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 a enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's o agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the c 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. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 41 2.2.a 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: Bertrand Hauss, PE Agency: City of Edmonds Address: 121 5th Ave N City: Edmonds State: WA Zip: 98020 Email: Bertrand.Hauss@edmondswa.gov Phone: 425.771.0220 Facsimile: 425.672.5750 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. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 42 2.2.a 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 "G-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. XVIL 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 z material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. a LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 43 2.2.a 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. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 44 2.2.a 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 T not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; Cl? (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 a 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. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 45 2.2.a For purposes of this AGREEMENT, "ESI" 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 Date Signature Date Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 46 2.2.a Exhibit A Scope of Wor) Project No. HLP-CNWA(022) LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 47 2.2.a Exhibit B DBE Participation Plar In the absents 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. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 48 2.2.a SCJ ALLIANCE CONSULTING SERVICES EXHIBIT A — SCOPE OF WORK HIGHWAY 99 GATEWAY -REVITALIZATION PROJECT - STAGE 3 Prepared For: Prepared By: Date Prepared: INTRODUCTION Description of Work 244TH STREET SW TO 238TH STREET SW Design, Environmental, and Right of Way Acquisition CITY OF EDMONDS, WA Bertrand Hauss, Project Manager I City of Edmonds Rob English, City Engineer I City of Edmonds Lisa Reid, PE, PMP I SCJ Alliance (Prime), with: 1. 1 Alliance Geomatics, 1AG (Survey and Right of Way Calculations) 2. Concord Engineering, CE (Electrical) 3. Confluence Environmental Company, CEC (Critical Areas, ESA) 4. Historical Research Associates, HRA (Cultural Resources) S. HWA GeoSciences, HWA (Geotechnical) 6. Michael Minor & Associates, MMA (Noise) 7. Osborn Consulting, OCI (Stormwater) 8. RES GROUP NW, RESGNW (Right of Way Acquisition) October 21, 2022 The objective of the Stage 3 project is to design and construct improvements to Highway 99 from 244th Street SW to 238th Street SW consistent with the Conceptual Plans developed in the Highway 99 Revitalization Stage 1 planning project and the Highway 99 Revitalization & Gateway Stage 2 construction. Those improvements will extend the transformation of Highway 99 in Shoreline through Edmonds. The scope of the project will include wider replacement sidewalks, new street lighting, crosswalks with mid -crossing landings where possible, , improved stormwater management, targeted utility replacements, a new dual -left turn pocket for NB traffic at 2381h Street SW, potential undergrounding of overhead distribution utilities, landscaping, softscape treatments and other streetscape improvements to speak to the unique character of Edmonds. Widening to the proposed typical section has already taken place south of the SR 104 interchange and work in this area will be minimal. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 49 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES Funding At this time, Stage 3 is funded by state and local monies. To maintain eligibility for federal funding, this scope of work will be performed assuming there are federal funds involved. Location The project begins in the south at the intersection of 244th Street SW and extends north of the 238th Street SW intersection enough to provide a taper to accommodate the northbound dual -left turn pocket that will be constructed at the 238th St SW signal. The total length is approximately 2,S00-feet along Highway 99. There are two signalized intersections at 2441h Street SW and 238th Street SW and an interchange with SR 104 that includes termini of ramps to and from the east and west and an overpass bridge that constrains the width of Highway 99. Highway 99 (aka SR 99) and SR 104 are both state routes controlled by WSDOT with the City of Edmonds. The project abuts the City of Shoreline to the south and lies entirely within the City of Edmonds and Snohomish County (nothing lies in unincorporated Snohomish County). Figure 1 shows the project limits as well as the proximity to Mathay-Ballinger Park and Lake Ballinger. _ Stalned netl Glass m51lItli0 4 iJaes h5 Stained P1Nrscya:rC apel Michaels '�'l l" ` `•�' �nssw !� 4 Traveling Notar, vSequvyah Condominiums rTa t'" •-' '� 'xmmssw s T f Nam",% St Michael zM%WI Elhlopl an Orthodox.. # n ' E7ethel Chapel9 L 5 9 9A xatnst sw �} 4;1 •enler�' Les Schwab Tire C % i i ! 4 4 Y..-__-- � i v .pA \\ "RalinP PRC Edrnvngs; /p�! ger-are �� s Tura'- ney Ln Another Castle \\ video Gan, •71 Fantasy FUgh[s9 � O "wh�`� Franc v Painting. 1- U., J aarin wsw 1j` �trrr111yyy///���///eIII Y Lakf 9alhn er EstatEsp 9 t Services LLC � � (/ _ EdCh—h l e ■ V Lutheran Church �I t. a sv �6m x sw s I ..i Safe !y �$4 1�PaaYl Interurban Trail Se C. Lekerlew Dr I36th S[ S1.1 TJ Mexxv -c� hna� lar�rh Nile Shrine Goff Coa hSVMathay-Bgilingeri PH ,I 4 v nlQ STAGE 3 Park Edmaunt PROJECT Island \LIMITS *t xauN a sw g EVergreEriftictlemy sw � MGI`IEr.S�rr� " s '• SYW to c N.ountlaic +race, WA - Seattl a z4mdNS' --.nac'sw 'r{ s eP Den i. <ett Apartments .� Pa�nrrl E'rali� amRI sw r; =:: ,e Primary - _ 'T . - - - — "mirna i mr:r Shnreline _ i _ . a H�Wraod-Ceru'er7 — - NaSil3 The Home aepoiq y i "xoa+a sl = ry m 0 6 Figure 1. Approximate Limits of Stage 3 Project Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 50 2.2.a SCJ ALLIANCE CONSULTING SERVICES SCOPE OF WORK Table of Contents This scope of work includes preliminary and final design, environmental documentation and permitting, and right of way acquisition work and includes the following phases of work: Phase 1 Project Management (All)..........................................................................................................................5 Phase 2 Funding and Grant Assistance (SCJ)...........................................................................................................7 Phase 3 Survey and Basemapping(1AG).................................................................................................................7 Phase4 Potholing(SCJ)............................................................................................................................................9 Phase 5 Utility Coordination (SCJ)........................................................................................................................ 10 Phase 6 Geotechnical Engineering(HWA)............................................................................................................ 11 Phase 7 WSDOT Project Development Approval(SCJ)......................................................................................... 12 Phase8 Traffic Analysis(SCJ)................................................................................................................................ 16 Phase 9 Design Management and Meetings (All)................................................................................................. 17 Phase 10 Transportation Design (SCJ).................................................................................................................... 21 Phase 11 Traffic Design (SCJ).................................................................................................................................. 25 Phase 12 Stormwater Design (OCI)........................................................................................................................ 29 Phase13 Water Design (SCJ).................................................................................................................................. 33 Phase 14 Sanitary Sewer Design (SCJ).................................................................................................................... 33 Phase 15 Utility Undergrounding Design (CE and SCJ)........................................................................................... 34 Phase 16 Art, Landscape, and Irrigation Design(SCJ)............................................................................................. 37 Phase 17 Estimate of Probable Cost....................................................................................................................... 39 Phase18 Project Manual........................................................................................................................................ 41 Phase 19 Construction Schedule............................................................................................................................ 42 Phase 20 Quality Assurance and Quality Control (All)............................................................................................ 42 Phase 21 Assistance During Bidding (OCI, CE, SCJ)................................................................................................ 44 Phase 22 Public Involvement (SCJ)......................................................................................................................... 45 Phase 23 NEPA and SEPA Documentation (HRA, CEC, MMA, and SCJ).................................................................. 49 Phase24 Permitting................................................................................................................................................ 53 Phase 25 Right of Way Calculations (1AG)............................................................................................................. 54 Phase 26 Right of Way Plans(SCJ).......................................................................................................................... 54 Phase 27 Right of Way Acquisition Design Support(SCJ)....................................................................................... 55 Phase 28 Right of Way Acquisition (RESGNW)....................................................................................................... 55 Phase 29 Management Reserve (All)...................................................................................................................... 55 General Assumptions The following assumptions apply to this scope of work. Assumptions that apply primarily to individual phases of work are included with the respective scopes for each phase. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds Packet Pg. 51 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 1. Funding does not include federal monies at this time; however, the City may pursue federal funding for construction, thus the project will comply with all federal requirements. 2. Submittals will be made at the 30%, 60%, 90%, 95%, and 100% milestones. 3. The 90% submittal shall be complete, ready -for -construction package and all design work shall be complete. The intent of the 95% submittal is to review responses to the 90% review (not to continue advancing the design). The intent of the 100% is to perform a final check on those responses for the ad - ready PS&E. 4. WSDOT approvals will be required for the channelization plans, intersection controls (signals), curb -to - curb improvements, and all work in WSDOT's access controlled right of way. In addition, WSDOT will act as the NEPA Lead Agency for required environmental compliance. 5. Right of way acquisition will be required from nearly every adjacent parcel. This scope assumes that the work does not impact any parcel to the extent that a full parcel take would be required requiring relocations. If needed, that work will be added to this scope via amendment. 6. This project will include stormwater improvements. 7. The scope and fee include utility undergrounding of aerial power and communication utilities. If it is decided to remove the utility undergrounding, unspent tasks budgets will be removed. 8. In providing opinions of cost and schedules for the project, the Consultant will have no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that might affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that might materially affect the ultimate project cost or schedule. Consultant, therefore, will not warranty that the actual project costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's opinions, analyses, projections, or estimates. 9. The City will provide right of entries for all necessary private -property access. 10. The scope includes work to calculate the existing parcels and the original right of way take and TICE so that Right of Way Plans and a Project Funding Estimate can be prepared. All subsequent revisions and right of way acquisition services will be added in a future amendment. Information Provided by the City of Edmonds The City will provide the following: 1. Right of way process, documents, and templates 2. Utility franchise agreements 3. All available stormwater as-builts, hydraulic reports, geotechnical reports, and other background information in the Project area that are available in its archives 4. All existing water and sanitary sewer as-builts for the Project area 5. Division 1 Boiler Plate for WSDOT/APWA Specifications 6. Additional items as noted in the following scope Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 52 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES Phase 1 Project Management (All) Task 1 Project Kick-off Meeting 1) Project Kick-off Meeting. Planning for and attendance at one (1) project kick-off meeting for the City and Consultant Team. Up to ten (10) Consultant staff will participate, including the Project Manager, Design Manager, Roadway Lead, Roadway Engineer, Traffic Analysis Lead, Geotechnical Lead, Stormwater Lead, Signals/Illumination/RRFB Lead, Right of Way Acquisition Lead, and the Environmental Lead. The meeting will be virtual and is budgeted to last up to three (3) hours. Provide meeting agenda and meeting summary. Task 2 Project Management Plan 1) Draft Project Management Plan. Prepare a Project Management Plan (PMP) for the project. The PMP will contain Project information including the baseline scope, schedule, and budget, the project goals & objectives, the team org chart, team member roles and responsibilities, communications protocols, safety plan, the quality management plan from Phase 20, reporting requirements, and other information as directed by the City's project manager. The PMP is a living document and should be routinely maintained and updated throughout the life of the Project. The Draft PMP will be submitted to the City for review and comment. 2) Final Project Management Plan. Update the Draft PMP based on City comments received on the Draft PMP. 3) PMP Updates. Prepare ongoing updates of the PMP as needed as scope, schedules, and/or budgets or other PMP items are revised. The PMP will be set up to facilitate the affected appendices only. Task 3 Contract Administration 1) Contract Management. Process and set-up this contract in SG Alliance's billing system. Submit required insurance and FAR overhead information and ensure contract stays current. Maintain necessary edits, including annual OH updates. 2) Subconsultant Contract Management. Manage subconsultant agreements with subconsultant firms and vendors. Collect W9s, certificates of insurance, and FAR OH letters. Update FAR OH rates annually and ensure Cols and subconsultant agreements stay up-to-date. Review and approve subconsultant and vendor invoices and track against budgets. 3) Invoice and Progress Reports. Monitor earned value and actual costs on a biweekly basis. Prepare and submit a biweekly progress report via email. Prepare a monthly progress invoice with progress reports attached. Up to forty-four (44) invoices are included to cover monthly invoicing and annual OH rate adjustments. Task 4 Schedule 1) Draft Baseline Schedule. Develop a Draft Baseline Schedule to match the scope of work and funding requirements. Submit to the City for review and comment. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 53 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 2) Final Baseline Schedule. Develop a Final Baseline Schedule based on City comments. This will be the schedule that will be used to status the project. Revised baseline schedules may be adopted and will be developed under Task 4, Subtask 3. 3) Schedule Updates. Update and status the schedule quarterly to reflect progress and any revisions to the overall baseline. Up to ten (10) quarterly schedule update and statuses are included. Task 5 Team and Project Management 1) Project Management. Manage the project by directing and supervising staff and reviewing work for the duration of the project. This management is for the overall work rather than specific tasks. This work is budgeted to last up to forty (40) months. 2) Weekly Status Reports. Prepare weekly status reports to update the City's project manager on the status of the contract, completed work and upcoming work. Up to one -hundred seventy-five weekly status reports will be prepared. 3) Bi-Weekly Status Calls. Prepare for and attend virtual, bi-weekly check -in calls with the City's project manager. These calls will be attended by up to two (2) Consultant staff, including the Project Manager and Design Manager. Additional attendees may be included at some meetings as noted in the remainder of the scope. These calls will last up to one (1) hour. These meetings will include the ROW Status during the ROW Acquisition Phase (Phase 28) of the project. Up to sixty-seven (67) meetings are included throughout the project. Prepare agendas, meeting summaries and action items. 4) Bi-Monthly Meetings. Prepare for and attend up to twenty (20) Bi-Monthly (every 2 months) Meetings at Edmonds City Hall or by video conference. Up to two (2) Consultant staff will attend, including the Project Manager (20 mtgs) and Design Manager (20 mtgs) Additional attendees, including utilities and stakeholders may be included at relevant meetings in addition to utility and stakeholder specific meetings. Meetings will last up to ninety (90) minutes. Prepare agendas, meeting summaries and action items. 5) Action Item Tracking. Develop and maintain an action item tracking spreadsheet for significant tasks to be performed by the Consultant team, City, and stakeholders. 6) Filing and Information Management. Maintain a filing system of key correspondence, design documentation, design calculations and files, and deliverables. Provide a DVD archive of project files at the conclusion of the contract. Assumptions • Subcontract agreements will be negotiated, executed, and administered between the Consultant and up to eight (8) sub -consultants. • This scope of work will last until the project is awarded for construction or until December 31, 2025, whichever comes first. This is approximately thirty-six (36) months. • As noted above for meetings. • Up to twelve (12) of the eighteen (18) bi-monthly meetings will be held in person at the City of Edmonds. Deliverables • Attendance of up to ten (10) Consultant staff at the Project Kick-off meeting • Agendas, Meeting Summaries, and Action Items in Word and PDF Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 54 2.2.a SCJ ALLIANCE CONSULTING SERVICES • Draft Project Management Plan in PDF • Final Project Management Plan in PDF • Draft Baseline Schedule in PDF and MS Project (if requested) • Final Baseline Schedule in PDF and MS Project (if requested) • Monthly Schedule Updates in PDF and MS Project (if requested) • Monthly Invoices and Progress Reports in PDF • Weekly Status Reports in PDF • Attendance of up to two (2) Consultant staff at up to sixty-seven (67) Bi-Weekly Status Calls • Attendance of up to six (6) Consultant staff at up to twenty (20) Bi-Monthly Meetings • Action Item Tracking List in Google Sheets format available for access by City at all times • Final DVD of the project files Phase 2 Funding and Grant Assistance (SCJ) Task 1 Funding and Grant Assistance 1) Grant Application Assistance. Assist the City with up the preparation of funding applications as needed This could include grant writing, estimating, preparation of exhibits, additional engineering, or other work, as requested. Up to forty (40) hours are assumed for this Task. Assumptions • The City will be responsible for the ultimate submittal of all grant funding applications. • No expense budget is established for this scope of work. Deliverables • Funding applications and supporting documents as needed in formats required Phase 3 Survey and Basemapping (1AG) Survey work was performed corridor -wide for both Stage 1 and Stage 2 of this project, including 3D laser scanning for the corridor to get a large point cloud. At this time, only face -of -curb to face -of -curb has been extracted from that point cloud. The project limits for survey work on this, Stage 3 project, are defined as: Highway 99 from the 2441" St SW centerline to 100' north of the 2361" St SW centerline. The survey will extend 15' beyond the existing right of way on the left and right sides of the roadway and will extend 50' down cross streets measured from the east and west Highway 99 right of way lines. The approach for obtaining design- quality survey for this project includes: 1) extracting additional data from the existing point cloud, 2) performing field survey to supplement the point cloud, especially from the back of walk to face of buildings for property interface, 3) waiting until Stage 2 construction is complete and performing the 3D Laser Scanning again to obtain new data where construction was performed throughout this project (median construction, some curb ramps, and irrigation connections in the project limits), 4) supplementing the 3D Laser Scanning of Stage 2 (#3) with additional field survey to pick up areas not well covered by scanning, S) office processing to assemble all of this information. The information in #1 and #2 will be performed upon completion Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 55 2.2.a SCJ ALLIANCE CONSULTING SERVICES of the NTP and the information in #3 and #4 will be performed in early 2023, when Stage 2 construction is fully complete. Task 1 Survey and Basemapping Beyond Curbs Perform survey and base mapping for the project area after receiving the notice to proceed, including the following: 1) Survey Control. Control was established for this project as part of prior scope for use in determining the right of way and tying in the aerial photos taken by the City's drone. It is tied to the NAD 83/91 coordinate system for horizontal control and NAVD 88 for vertical control. 2) 3D Laser Scanning. This Task includes tripod -mounted 3D Laser scanning of the project limits and registration of the scans into point clouds tied to the project coordinate system and datum. The scanner will collect significant amounts of data from which survey -grade data can be extracted or surveyed from the desk -top (desktop surveying). 3) Field Surveying. This Task includes using traditional methods of surveying and mapping to supplement the Stage 1 and Stage 2 3D Laser Scanning and in particular to collect data that might otherwise be obscured from the scanner and as a quality check to spot verify the scanner results. This includes measure downs on all sanitary sewer and stormwater manholes and to the nut on all gas and water valves. 4) Office Processing. The processing Task includes the desktop surveying using the Stage 1 and Stage 2 3D Laser -Scanned data and the processing of the traditional field data from Task 1.1. 5) Utility Mapping. Utility company as-builts were collected in Stage 1 and utilities were mapped based on those as-builts and the available survey data. The utility companies reviewed the mapping for accuracy. Using this information as a starting point, adjust the utility mapping as needed to tie it into the observable utility appurtenances and locates. Task 2 Survey and Basemapping Between Curbs Perform survey and base mapping for the project limits after the Stage 2 Construction is completed, including the following: 1) Survey Control. Control was established for this project as part of prior scope for use in determining the right of way and tying in the aerial photos taken by the City's drone. It is tied to the NAD 83/91 coordinate system for horizontal control and NAVD 88 for vertical control. 2) 3D Laser Scanning. This Task includes tripod -mounted 3D Laser scanning of the project limits and registration of the scans into point clouds tied to the project coordinate system and datum. The scanner will collect significant amounts of data from which survey -grade data can be extracted or surveyed from the desk -top (desktop surveying). 3) Field Surveying. This Task includes using traditional methods of surveying and mapping to supplement the 3D Laser Scanning and in particular to collect data that might otherwise be obscured from the scanner and as a quality check to spot verify the scanner results. This includes measure downs on all sanitary sewer and stormwater manhole and to the nut on all gas and water valves. 4) Office Processing. The processing Task includes the desktop surveying using the 3D Laser -Scanned data and the processing of the traditional field data. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 56 2.2.a SCJ ALLIANCE CONSULTING SERVICES 5) Utility Mapping. Utility company as-builts were collected in Stage 1 and utilities were mapped based on those maps and the available survey data and then the utility companies reviewed the mapping for accuracy. Using this information as a starting point, adjust the utility mapping as needed to tie it into the observable utility appurtenances and locates. Task 3 Survey of Potholing Information 1) Potholing Survey. Perform afield survey to tie-in up to twenty-five (25) potholes performed by APS and marked in the field with pins. For this scope, horizontal and vertical survey information will be provided to correspond to each pin. 2) Office Processing. Incorporate the potholing survey information into the basemap for use on the plans Assumptions • Survey mapping limits will extend twenty-five feet (25') beyond the existing right of way. • Right of entries, if required for survey beyond the right of way, will be acquired by the City. • The project will use the survey control network set in 2017. • The project will use the existing right of way delineation from 2017. • A record of survey is not included in this scope. • Survey includes utility mapping based on utility locates and visible appurtenances. • The City will provide an updated aerial photo for the project after the Stage 2 improvements are complete. • This work does not include survey of environmentally sensitive areas, that work will be added by future amendment if areas are identified during this work. Deliverables • Updated AutoCAD Civil 3D survey base maps • Aerial photo image suitable for use in AutoCAD • Survey stakes in the field at up twenty-one (21) parcels (including both a row take and TCE) Phase 4 Potholing (SCJ) Task 1 Potholing 1) Potholing Map. Prepare a potholing map that shows where potholing will be completed for review and concurrence by the City. The map will show potholing of city -owned facilities to be performed by APS and franchise -owned utilities that will be provided by the respective utilities. 2) Potholing. Perform potholing of City -owned utilities at up to twenty-five (25) locations to observe the depth and type of the pavement and depth, size, and condition of utilities at potential conflict points. Potholes will be marked with a pin and an identifying number. A web -based GIS map and potholing logs will be provided for inclusion in the Project Manual. The potholing pins will be surveyed in Phase 3 to tie-in this information. 3) Traffic Control. Prepare traffic control plans for potholing work of city -owned utilities to be submitted to the City for approval. Traffic control will be provided during potholing. Franchise utility companies will be responsible for preparing their own traffic control and permitting with the city. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 57 2.2.a SCJ ALLIANCE CONSULTING SERVICES 4) Coordinate with Utility Companies. Coordinate with franchise utility companies to ensure they complete potholing and provide information to the Consultant and City. Bring this information into CAD for consideration in the design and inclusion in the Potholing Summary Memo. 5) Prepare Potholing Summary Memo. Prepare a summary memo including the potholing map and logs for inclusion in the Project Manual. Assumptions • Pothole depths will not exceed 8 feet for city -owned utilities. • Potholing will not be performed for pavement condition; however, pavement type and depth will be provided in each log. • One mobilization will be required for all potholing. • Potholing will be billed as an expense per pothole (including traffic control) based on the actual number of potholes performed. An approximate budget is included based on current costs and an estimate of twenty-five city -owned utility potholes. If the number or costs change significantly, costs will be revised in a future amendment. Deliverables • Draft Potholing Map in PDF • Final Potholing Map in PDF • Traffic Control Plans in PDF • GIS layer for potholing data • Pothole Logs in PDF • Potholing Summary Memo in PDF Phase 5 Utility Coordination (SCJ) Task 1 Utility Coordination Utility companies anticipated on this project include Snohomish County PUD, Comcast, Ziply Fiber, Puget Sound Energy (PSE), Olympic View Water & Sewer District, City of Edmonds Water, City of Edmonds Sewer, City of Edmonds Stormwater, WSDOT Stormwater, Pacific Cable, Cable Com, Full Bore, and Wave Broadband. 1) As -Built Requests. The last as-builts requested for the utility companies was completed in 2018 and may be out-of-date. Request utility as-builts from each company at the commencement of the project. 2) Utility Mapping Confirmation. After the survey and basemapping have been completed in Phase 3, including all work after the Stage 2 construction is complete, compare the utility company as-builts to the basemapping to ensure that the mapping is complete and accurate. Resolve any discrepancies with the utility companies to ensure accurate mapping. 3) Upgrade Identification. Coordinate with the utility companies throughout construction and provide each company the 30% PS&E. Coordinate with each company to identify any upgrades needed during construction so that a moratorium on utility work requiring pavement excavation can be instituted at the end of construction. Coordinate with the utility companies throughout the project to ensure that they design and upgrade these facilities prior to the commencement of construction. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 58 2.2.a SCJ ALLIANCE CONSULTING SERVICES 4) Conflict Identification. Provide the utility companies with 60% plans and request their review of potential conflicts with their facilities. Work with each company to determine who will pothole and/or pay for potholing of potential conflicts and ensure that 1) utilities that self -perform potholing get it competed prior to survey of the potholing pins, and that 2) potholing to be performed under Phase 4 is completed and information provided to the utility companies. 5) Conflict Coordination. Coordinate with the utility companies and design team to design improvements needed to avoid conflicts and ensure this is completed before or during construction of this project. Utilities not owned by the City will need to design and relocate their facilities prior to construction. The design work for city -owned utilities that require relocation will be added to this contract by amendment Assumptions • Power distribution will be moved underground, and power transmission will remain above ground and will likely require relocation of transmission poles. • The design of city -owned and WSDOT-owned water, sanitary sewer, and/or storm sewer relocations required for the project and owned by the City will be completed by the Consultant and that work will be added to this scope in a future Amendment as the work is defined. • The design of utility relocations that are not city -owned or WSDOT-owned will be performed by the respective utility companies and the work to relocate their facilities will occur prior to the start of construction on this project. • Utility companies will be included in Stakeholder Coordination Meetings in Phase 22 and utility coordination will take place then. Meetings in this Phase of work are specific to undergrounding design. • All conflict resolution design for non -City and non-WSDOT owned utilities will be performed by the respective utility companies. Deliverables • As -Built Request Correspondence in PDF • Utility Mapping Coordination Correspondence in PDF • Utility Coordination Correspondence in PDF Phase 6 Geotechnical Engineering (HWA) Task 1 Geotechnical Engineering for Foundation Design and On -Site Stormwater Design 1) Lateral Bearing Pressures. Geotechnical Engineer to provide a recommended lateral bearing pressure to use at each intersection where there are signal poles as described in the WSDOT Design Manual 1330 as well as WSDOT STD Plan J-26.10. The Geotechnical Engineer will also provide lateral bearing pressure recommendations for the signalized intersection for the design of the signal pole foundations. 2) Exploration at Signal Mastarm Poles. Perform an exploration program consisting of drilling borings at the locations of up to four mastarm(4) pole locations for the new signal at 238t" Street SW. Signal Poles will not be moved at the 244t" Traffic Signal. The borings will be drilled to a depth of 20 feet each. Work will include two site visits to mark the locations for utility locates and check the site once utilities have been marked preparation of an exploration plan with traffic control plans for drilling the borings. Once drilling is complete, summary s logs will be prepared for evaluation of pole foundation design. Laboratory testing for index properties will also be performed on the samples retrieved from the borings. Use of the standard foundation pole recommendations will then be accessed for the four (4) Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 59 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES proposed locations. Prepare Draft and Final Signal Pole Foundation Recommendations Memoranda. The Final will respond to comments received from the City and other stakeholders. 3) Stormwater PITS. Geotechnical services will be required to support the design of On -Site Stormwater management design. A total of 4 small scale Pilot Infiltration Tests (PITS) or other smaller scale approved tests may be necessary to facilitate design for up to four (4) runoff treatment facilities. The project geotechnical report will provide a calculated infiltration rate at each PIT location and depth to seasonal groundwater. Piezometers will be installed in up to four well locations drilled near the PIT for groundwater monitoring through the wet season to provide accurate information on seasonal high groundwater elevations. A well will be installed near the proposed PITS, which we assume will be located close enough to each other to allow one well to represent the highest seasonal ground water for the stormwater facility. In addition to the PIT tests, laboratory testing of samples will include cation exchange/treatment capacity of the existing soils, organics content, and pH and resistivity testing. One (1) data request will be provided for boring and PIT test locations. Prepare Draft and Final Stormwater Recommendations Memorandum describing the on -site stormwater testing, analysis, including long- term infiltration rates (Ksat), groundwater elevations and recommendations. The Final will respond to comments received from the City and other stakeholders. Assumptions • Permits for street use during the subsurface explorations will be provided by the City at no cost to the Consultant. • No contaminated materials testing is assumed. In the event contaminated soils appear to be present, the geotechnical Consultant will collect samples and contact the City for directions. • Traffic control can be managed through lane shifts and will not require flaggers. • Borings can be performed during normal working hours of 9 AM to 3 PM. • PITs will not require use of shoring. • The well installed is the property of the City of Edmonds and will require decommissioning. Provisions for decommissioning to be provided in the construction phase and is not included in this scope of work. • The PITs will be close enough to each other that one well can provide the data needed to show the seasonal high ground water at each of the PIT locations. • The stormwater area to the infiltration BMP is less than 1 acre. • The testing is for BMP T7.30: Bioretention or BMP T5.15: Permeable Pavements that either serve small stormwater areas and/or are widely dispersed throughout a project site. • The City's Technical Memo for Geotechnical Exploration will be followed for this work. Deliverables • Draft Geotechnical Letter Report providing foundation design parameters in PDF • Final Geotechnical Letter Report providing foundation design parameters in PDF • Draft Signal Pole Foundation Recommendations Memorandum in PDF • Final Signal Pole Foundation Recommendations Memorandum in PDF • Draft Stormwater Recommendations Memorandum in PDF • Final Stormwater Recommendations Memorandum in PDF Phase 7 WSDOT Project Development Approval (SCJ) Chapter 300 of the WSDOT Design Manual requires preparation of a combined design approval/project development approval document (DA/PDA) including the preparation of the following documents and Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 60 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES coordination with WSDOT for review and approval. Per WSDOT DM Exhibit 300-4 the DA/PDA will be approved by the local programs engineer or NWR project development engineer and design analysis will be approved by WSDOT Headquarters (HQ). Task 1 Combined Design Approval -Project Development Approval Prepare and assemble the following documents and submit to WSDOT for review and approval as the project Design Approval/Project Development Approval (DA/PDA). 1) Design Kick-off Meeting with WSDOT. Attend up to one (1), virtual kickoff meeting with the City and WSDOT to discuss design criteria, channelization, deviations, documentation, stormwater analysis and design for WSDOT-owned storm systems, and traffic and safety analyses. Up to five (5) Consultant staff will attend including the Project Manager, Design Manager, Roadway Lead, Stormwater Lead, and Signals/RRFB Lead. Prepare agenda, meeting summaries, and action items. 2) Combined Design Approval and Project Development Approval Memorandum. Prepare a memo summarizing all documents included in the DA/PDA. Update as design progresses. 3) Design Documentation Package Checklist. Prepare a checklist using the standard WSDOT form that itemizes all documents included in the DA/PDA. Update as design progresses. 4) Project Profile Exemption. Coordinate with the City and WSDOT to obtain a memo for the file stating that this is not required for non-WSDOT led projects. 5) Environmental Review Summary Exemption. Coordinate with the City and WSDOT to obtain a memo for the file stating that this is not required for non-WSDOT led projects. 6) Additional Documentation. Include updated copies of the following documents prepared separately in this scope of work. Update as design progresses. This includes, but is not limited to: • Vicinity Map (Phase 10) • Basis of Design (Phase 7) • Design Parameter Checklist (Phase 7) • Safety Analysis (Phase 8) • Design Analyses (Phase 7) • ADA and MEF Documentation (Phase 7) • Intersection Control Evaluation (Phase 8) • AutoTURN Analysis Exhibits and Channelization Plans for Approval (Phase 7) • Alignment Plans, Profiles, and Engineer's Estimate (Phase 10) • SEPA Documentation (Phase 24) • Permitting Documentation (Phase 24) • Stormwater Memorandum (Phase 12) • Drainage Report (Phase 12) • Geotechnical Report (Phase 6) • Illumination Calculations (Phase 11) • Preliminary Signal and RRFB Plans (Phase 11) • LOS Analysis (Phase 8) • Structural Design Calculations (NIC) • Potholing Memo, Plans, and Logs (Phase 4) • Existing and Proposed Utility Plans (Phases 5 and 12 to 15) Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 61 2.2.a SCJ ALLIANCE CONSULTING SERVICES 7) Draft DA/PDA Submittal. Assemble and Package the documents listed in Subtask 1 through Subtask 6 and submit a Draft DA/PDA Package to WSDOT for Review. 8) DA/PDA Review Meeting. Attend up to one (1) review meeting with the City and WSDOT to discuss comments on the Draft DA/PDA Package. The Consultant Project Manager and Design Manager will attend this virtual meeting for up to two (2) hours. This is the same meeting as the Channelization Plan review meeting in Phase 7. Prepare agenda, meeting summaries, and action items. 9) Final DA/PDA Submittal. Assemble and Package the updated documents listed in Subtask 1 through Subtask 6 and submit a Final DA/PDA Package to WSDOT for Review. Task 2 Basis of Design 1) Draft Basis of Design (BOD). Prepare a Draft BOD for the project and update throughout the design. Use the current WSDOT BOD template. 2) Final Basis of Design. Provide up to one (1) significant update of the BOD based on review comments received from WSDOT and the City during the Channelization Plan review process. Task 3 Design Parameter Checklist 1) Design Parameters. Complete the WSDOT Design Parameters checklist. Update as design progresses. Task 4 Design Analysis 1) Draft Design Analysis. Prepare up to one (1) Design Analysis to document deviations from the WSDOT Design Manual. 2) Final Design Analysis. Update the Draft Design Analysis based on up to two (2) rounds of review comments from WSDOT and the City. Task 5 ADA and MEF Documentation 1) Draft ADA and MEF Documentation. Prepare Draft ADA and Maximum Extent Feasible (MEF) Documentation per WSDOT guidelines and submit to WSDOT for approval. 2) Final ADA and MEF Documentation. Prepare Final ADA and MEF Documentation based on up to one (1) round of WSDOT comments. Task 6 Vehicle Turning Exhibits and Channelization Plans for Approval 1) Draft AutoTurn Analysis Exhibits and Channelization Plans. Prepare Draft Channelization Plans per the Northwest Region Checklist found at https://www.wsdot.wa.gov/publications/fuIItext/design/DevelopmentServices/DevelopmentServiceL ChannelizationPlanChecklist.pdf. Prepare AutoTurn exhibits showing the design vehicles making all allowed turns at signalized and unsignalized intersections. 2) Initial Submittal to WSDOT. Assemble and transmit the following documents to WSDOT for review: • Vicinity Map • Basis of Design • Design Parameter Checklist • Safety Analysis • Design Analyses Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 62 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES • AutoTURN Analysis Exhibits • Channelization Plans for Approval 3) Updated AutoTURN Exhibits and Channelization Plans. Prepare up to two (2) revised drafts of the AutoTURN Exhibits and Channelization Plans for Approval addressing WSDOT's comments on prior submittals. Note that the channelization plans should be relatively straightforward based on the work performed and reviewed in Stage 2. The number of design analyses will also be reduced compared to the Stage 2 effort. 4) Updated Submittals. Assemble and transmit up to two (2) versions of the updated documents listed in Subtask 2 to WSDOT for review. This includes one draft and one (1) final submittal. 5) WSDOT Review Meetings. Prepare for and attend up to two (2) review meetings with WSDOT to discuss their comments on the package of documents submitted in Subtask 2 and Subtask 4 including the Channelization Plans and DA/PDA documentation. Up to three (3) Consultant staff will attend including the Project Manager, Design Manager, and Roadway Lead. Each meeting will be up to one (1) hour and will be held virtually. Prepare agenda, meeting summary, and action items. Assumptions • Roadway design is based on the 2022 versions of the WSDOT Design Manual and the 2022 WSDOT Standard Plans for Road and Bridge Construction (both due September 2022). Design revisions to update to future versions of WSDOT Guidance is not included. • The conceptual layout developed in Stage 1 will be revised based on updated survey, the Stage 2 PS&E and the Stage 2 As-Builts as part of the channelization plan development. • The proposed signal will be a full replacement of the traffic signal at the intersection of SR 99 & 238th Street SW. • The proposed signal will include minor modifications to the existing traffic signal at the intersection of SR 99 & 244th Street SW. • ICE analysis will address year of opening (YOE) and 2050. • Unless stated otherwise, up to two (2) rounds of comments will be received from WSDOT on the deliverables in this Phase. • A Stormwater basis of design is not required since a stormwater technical memorandum will be provided in Phase 12. Deliverables • Attendance of up to five (5) Consultant staff at the Design Kick-off Meeting with WSDOT • Agenda, Meeting Summary, and Action Items in Word and PDF • Draft DA/PD Submittal Package in PDF • Final DA/PDA Submittal Package in PDF via FTP • Draft Basis of Design in PDF • Final Basis of Design in PDF • Design Parameter Checklist • Draft Design Analyses in PDF • Final Design Analyses in PDF • Draft ADA and MEF Documentation in PDF • Final ADA and MEF Documentation in PDF • Draft Channelization Plan and Design Submittal Package in PDF Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 63 2.2.a SCJ ALLIANCE CONSULTING SERVICES • Updated Channelization Plan and Design Submittal Package in PDF • Final Channelization Plan and Design Submittal Package in PDF • Attendance of up to four(4) Consultant staff at up to two (2) Channelization Plan and Design Review Meetings • Agendas, Meeting Summaries, and Action Items in Word and PDF • Preliminary Signal Plans for the Intersection of SR 99 & 238t" Street SW in PDF • Preliminary Signal Plans for the Intersection of SR 99 & 244t" Street SW in PDF • Preliminary RRFB Plans for Northbound SR 99 at the On -Ramp to Westbound SR 104 in PDF • Preliminary RRFB Plans for Northbound SR 99 at the Off -Ramp from Westbound SR 104 in PDF • Preliminary RRFB Plans for Southbound SR 99 at the On -Ramp to Eastbound SR 104 in PDF Phase 8 Traffic Analysis (SCJ) Task 1 Safety Analysis 1) Obtain Updated Crash History. Coordinate with WSDOT to obtain the most recent three (3) years of crash history for the Stage 3 project limits. 2) Draft Safety Analysis. Use the crash history obtained in Subtask 1 to prepare a Draft Safety Analysis for the project. This work will include a brief analysis of fatal and severe crashes and will include mapped crash history data. 3) Final Safety Analysis. Update the Draft Safety Analysis based on up to one (1) round of review comments from WSDOT and the City. Task 2 Intersection Control Evaluation (ICE) The proposed improvements to the intersection of SR 99 and 238t" Street SW includes adding dual left -turns northbound on SR 99. The signal will need to be significantly reconstructed and is anticipated to require an ICE evaluation. It is assumed that consideration of a roundabout will not be required. 1) Draft Intersection Control Evaluation. Complete a Draft Intersection Control Evaluation (ICE) document consistent with Chapter 1300.05(1) of the WSDOT Design Manual. The following control type alternatives will be evaluated: • NB and SB dual -left turn configuration • No -Build, existing single -left turn configuration 2) Conceptual (10%) Design and Cost Estimates. Prepare a conceptual design and cost estimate for each control type. 3) Operational Analysis. The following tasks will be completed to support the ICE: • Traffic forecasting for 2022 opening year and 2050 (by updating Stage 2 traffic analysis) • Level of Service evaluation using Synchro software 4) ICE Review Coordination Meeting. Attend up to one (1) review coordination meeting with WSDOT to discuss their comments. Up to three (3) Consultant staff will attend this virtual meeting including the Project Manager, Signals/RRFB Reviewer, and Signals/RRFB Lead. Prepare agenda, meeting summary, and action items. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 64 2.2.a SCJ ALLIANCE CONSULTING SERVICES 5) Final Intersection Control Evaluation. Prepare up to one (1) update of the ICE based on WSDOT comments. Task 3 Traffic Analysis 1) Traffic Analysis. Prepare the following in order to determine queue lengths, signal phasing, signal cycle lengths for the design. • The City will provide count data needed for this project from the Transportation Management Center (TMC). • Update the queue length analysis for signalized intersections and mid -block left and U-Turn locations that was prepared in Stage 2 based on the new future turning movement counts forecasted. Use the new TMCs to forecast the number of new left turning and U-Turning vehicles resulting from the construction of the raised median. This will be based on trip generation calculations for each driveway considering the land use and existing volumes. Prepare optimized offsets and cycle lengths for the signalized intersections using a Synchro analysis to be used by the City in the signal timing. Assumptions • ICE analysis will address year of opening (YOE) and 2050. • Unless stated otherwise, up to two (2) rounds of comments will be received from WSDOT on the deliverables in this Phase. • Work within WSDOT Limited Access will require review and approval by WSDOT. Deliverables • Draft Safety Analysis in PDF • Final Safety Analysis in PDF • Draft Intersection Control Evaluation in PDF • Final Intersection Control Evaluation in PDF • Traffic Analysis in PDF Phase 9 Design Management and Meetings (All) Task 1 30% Design Management 1) Site Visits and Photographs. Walk the site to observe the existing conditions, review the survey and mapping, and provide photo documentation. Up to three (3) Consultant staff will attend, including the Design Manager, Roadway Lead, Utility Lead, and the Signal/RRFB/Illumination Lead. 2) 30% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to eighteen (18) Bi-Weekly Technical Team Meetings during the 30% Design Phase. Attendees will include up six (6) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, and the Environmental Lead. The following leads are included as needed/noted: Signal/RRFB/Illumination Lead (9 meetings), Survey Lead (2 meetings), and Geotechnical Lead (2 meetings). City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 3) Assemble the 30% Design Submittal. Assemble the 30% Project Manual, 30% Estimate, 30% Plans, 30% Construction Schedule, 30% PS&E Checklist, 30% Plans and supporting design calculations. Prepare a Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 65 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES brief transmittal memo and transmit to the City for review. Provide a review comment form for the City's use and to aid in the consolidation and response to comments at the 60% Design Submittal. Task 2 60010 Design Management 1) 30% Comment Review Meeting. Plan, attend, and lead up to one (1) 30% Comment Review Meeting with the City. The meeting will be up to four (4) hours and will take place in person at the City. Consultant attendees will include up to nine (9) staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, Signal/Illumination/RRFB Lead, Landscape/Art Lead, and Irrigation Lead. Prepare agendas, meeting summaries, and action items. The meeting will be planned so that attendees can attend for just a discussion of their affected reviews or work only to minimize the overall effort and cost of this meeting. 2) Response to 30% Comments. Provide preliminary comment responses at the 30% Review Comment Meeting. Provide responses to all comments received in tables and/or BlueBeam Plans for all 30% review comments received and submit with the 60% Design Submittal. 3) 60% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to twenty-one (21) Bi-Weekly Technical Team Meetings during the 60% Design Phase. Attendees will include up six (6) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Signal/RRFB/Illumination Lead, and Stormwater Lead. The following leads are included as needed/noted: Environmental Lead (10 meetings), Survey Lead (2 meetings), and Geotechnical Lead (2 meetings). City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 4) 60% PS&E Checklist. Fill out the standard WSDOT PS&E Checklist from Local Programs for the 60% Design Submittal. 5) Assemble the 60% Design Submittal. Assemble the 60% Project Manual, 60% Estimate, 60% Plans, 60% Construction Schedule, 60% PS&E Checklist, 60% Plans and supporting design calculations. Prepare a brief transmittal memo and transmit to the City for review. Provide a review comment form for the City's use and to aid in the consolidation and response to comments at the 60% Design Submittal. Task 3 90010 Design Management 1) 60% Comment Review Meeting. Plan, attend, and lead up to two (2) 60% Comment Review Meetings with the City and WSDOT. The meeting with the City will be up to four (4) hours and the meeting with WSDOT will be up to two (2) hours and they will take place in person at the City. Consultant attendees will include up to nine (9) staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, Signal/Illumination/RRFB Lead, Landscape/Art Lead, and Irrigation Lead. Prepare agendas, meeting summaries, and action items. The meeting will be planned so that attendees can attend for just a discussion of their affected reviews or work only to minimize the overall effort and cost of this meeting. 2) Response to 60% Comments. Provide preliminary comment responses at the 60% Review Comment Meeting. Provide responses to all comments received in tables and/or BlueBeam Plans for all 60% review comments received and submit with the 90% Design Submittal. 3) 90% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to twenty-eight (28) bi-weekly technical team meetings during the 90% Design Phase. Attendees will include up six (6) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Signal/RRFB/Illumination Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 66 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES Lead, and Stormwater Lead. The following leads are included as needed/noted: Survey Lead (2 meetings), and Geotechnical Lead (2 meetings). City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 4) 90% PS&E Checklist. Fill out the standard WSDOT PS&E Checklist from Local Programs for the 90% Design Submittal. 5) Assemble the 90% Design Submittal. Assemble the 90% Project Manual, 90% Estimate, 90% Plans, 90% Construction Schedule, 90% PS&E Checklist, 90% Plans and supporting design calculations. Prepare a brief transmittal memo and transmit to the City for review. Provide a review comment form for the City's use and to aid in the consolidation and response to comments at the 90% Design Submittal. Task 4 95010 Design Management 1) 90% Comment Review Meetings. Plan, attend, and lead up to two (2) 90% Comment Review Meetings with the City and WSDOT. The meeting with the City will be up to six (6) hours and the meeting with WSDOT will be up to two (2) hours and they will take place in person at the City. Consultant attendees will include up to nine (9) staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, Signal/Illumination/RRFB Lead, Landscape/Art Lead, and Irrigation Lead. Prepare agendas, meeting summaries, and action items. The meeting will be planned so that attendees can attend for just a discussion of their affected reviews or work only to minimize the overall effort and cost of this meeting. 2) Response to 90% Comments. Provide preliminary comment responses at the 90% Review Comment Meeting. Provide responses to all comments received in tables and/or BlueBeam Plans for all 90% review comments received and submit with the 95% Design Submittal. 3) 90% Project Walk-Thru. Perform a plans -in -hand walk-thru of the project site with the 60% plans to observe the field fit of the design and observe any property interface issues that need to be addressed Notes conflicts and issues to be addressed on the plans and incorporate solutions into the 90% design. Up to three (3) Consultant staff will attend including the Project Manager, Design Manager, and Roadway Lead. 4) 95% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to seven (7) bi-weekly technical team meetings during the 95% Design Phase. Attendees will include up six (6) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Signal/RRFB/Illumination Lead, and Stormwater Lead. The following leads are included as needed/noted: Environmental Lead (14 meetings), Survey Lead (2 meetings), and Geotechnical Lead (2 meetings). City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 5) 95% PS&E Checklist. Fill out the standard WSDOT PS&E Checklist from Local Programs for the 95% Design Submittal. 6) Assemble the 95% Design Submittal. Assemble the 95% Project Manual, 95% Estimate, 95% Plans, 95% Construction Schedule, 95% PS&E Checklist, 95% Plans and supporting design calculations. Prepare a brief transmittal memo and transmit to the City for review. Provide a review comment form for the City's use and to aid in the consolidation and response to comments at the 90% Design Submittal. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 67 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES Task 5 100% Design Management 1) 95% Comment Review Meeting. Plan, attend, and lead up to one (1) 95% Comment Review Meetings with the City. The meeting will be up to two (2) hours and will take place in -person at the City. Consultant attendees will include up to nine (9) staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, Signal/Illumination/RRFB Lead, Landscape/Art Lead, and Irrigation Lead. Prepare agendas, meeting summaries, and action items. The meeting will be planned so that attendees can attend for just a discussion of their affected reviews or work only to minimize the overall effort and cost of this meeting. 2) Response to 95% Comments. Provide preliminary comment responses at the 95% Review Comment Meeting. Provide responses to all comments received in tables and/or BlueBeam Plans for all 95% review comments received and submit with the 95% Design Submittal. 3) 100% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to three (3) bi-weekly technical team meetings during the 100% Design Phase. Attendees will include up seven (7) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Signal/RRFB/Illumination Lead, Environmental Lead, and Stormwater Lead. City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 4) 100% Final Page Turn Meeting. Up to five (5) Consultant staff including the Project Manager, Design Manager, Roadway Lead, Utility Lead, Stormwater Lead, and Signals/Illumination/RRFB Lead will attend a Final Page Turn Meeting to review the 95% Comments on the Plans and Project Manual and ensure responses are incorporated and that responses are appropriate. This meeting will be held at the City and will take up to three (3) hours. 5) 100% PS&E Checklist. Fill out the standard WSDOT PS&E Checklist from Local Programs for the 100% Design Submittal. 6) Assemble the 100% Design Submittal. Assemble the 100% Project Manual, 100% Estimate, 100% Plans, 100% Construction Schedule, 100% PS&E Checklist, 100% Plans and supporting design calculations. Prepare a brief transmittal memo and transmit to the City for review. Assumptions • There will not be separate meetings to coordinate with the City on the design unless specifically scoped. All coordination with the design team will take place at the Bi-Weekly Technical Team Meetings. • Bi-Weekly Technical Team Meetings will last up to sixty (60) minutes. • Bi-Weekly Technical Team Meetings will be held virtually. • Bi-Weekly Technical Team Meetings will commence one week after the project Kick -Off Meeting and continue until the 30% PS&E Submittal has been made to the City. • Review comments on Bi-Weekly Technical Team Meeting minutes will be incorporated into the next meeting agenda unless a significant change of direction is needed. In that case, revised meeting minutes will be circulated via email. Deliverables • Attendance at Bi-Weekly Technical Team Meetings as noted above • Attendance at Comment Review Meetings as noted above • Attendance at site visits as noted above Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 68 2.2.a SCJ ALLIANCE CONSULTING SERVICES • Attendance at final page turn meeting as noted above • Photos and site visit notes • Agendas, Summaries, and Action Items in Word and PDF • As-Builts for the Corridor in PDF • 30% Review Comment responses in PDF • 60% Review Comment responses in PDF • 60% PS&E Checklist in PDF • 90% Review Comment responses in PDF • 90% PS&E Checklist in PDF • 95% Review Comment responses in PDF • 95% PS&E Checklist in PDF • 100% PS&E Checklist in PDF Phase 10 Transportation Design (SO) The object of this Phase is to advance the conceptual design from Stage 1 and prepare preliminary plans, specifications, and estimates to a level of sufficient detail to establish the basis for final design and the project footprint. Task 1 30010 Transportation Plans 1) Data Collection. Gather and review available background data and as-builts from the City. This includes any development plans for adjacent parcels as needed. Collect as -built plans from WSDOT for historical roadway construction of SR 99 and SR 104 within the project limits. 2) Cover Sheet. Prepare a cover sheet that will include the vicinity map, area map, and key contacts at the City, Consultant, and utility companies. 3) Index Sheets. Prepare two (2) sheets that list all of the project plans and provide their sheet numbers. 4) Legend, Notes & Abbreviations. Prepare a sheet that includes the plan legend, abbreviations, and general notes. 5) Key Map. Prepare a sheet that includes the key map showing the plan layout. 6) Alignment Plans. Develop centerlines for the SR 99 and cross -streets throughout the project limits. Provide monuments, bearings, and curve data for each alignment. The centerline of the SR 99 will be the right of way centerline calculated in 2017. 7) Site Preparation Notes, Plans and Details. Identify demolition activities, including items to be abandoned, salvaged, recycled, or removed, and identify facilities that need to be protected during construction. Demolition plans will include surface features such as pavements by type, sidewalk, curbs, retaining walls, building structures and foundations, and miscellaneous structures. Temporary Erosion Control will be shown on the Site Preparation Plans. Demolition required for utilities, stormwater features, signing, striping, signalization, and illumination will not be included in Site Preparation plans but will be included on the relevant discipline drawings. 8) Roadway Typical Sections. Prepare typical roadway sections that show roadway widths, sidewalks, planters, utility zones, traffic lanes, and the right of way. Typical sections will cover the entire project area and key cross -streets where work is to be performed. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 69 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 9) Paving Notes and Plans. Prepare plans and notes for the roadway improvements including identification of curb and gutter and median islands, driveways, and islands. Curb types will be called out and transitions will be indicated, but not detailed for the 30% Design Submittal. 10) Curb Ramp and Island Plans. Identify the curb ramps triggered for replacement or upgrade and callout the type of curb ramp to be installed and layout any islands needed between SR 99 and the cross - streets. Identify landing, ramp, and transition sections and sidewalk layouts at corners. No grading will be performed on curb ramps at the 30% Submittal. Up to twenty-six (26) curb ramps are included in this scope of work. 11) Channelization Notes, Plans, and Details. Prepare Channelization Notes, Plans, and Details based on the Channelization Plans for Approval that were prepared in Phase 7. The Channelization Plans will be the same as developed in that Phase. Notes and details will be added to provide additional information. 12) Signing Notes, Plans, Schedules, and Details. Show new signing related to the new channelization only Prepare schedules for existing signage and provide images of new signage. Callouts for replacement, relocation, and removals will be added after the 60% Design Submittal. 13) Community Transit Meetings. Coordinate with Community Transit to locate their transit and SWIFT stops (scope includes up two (2) stops, one (1) of each type). Determine if each stop will be relocated or redesigned and what standard plans will be used. Plan and attend up to two (2), one -hour meetings with Community Transit to site their facilities and work out preliminary details. One meeting will be virtual and one will be onsite in the City of Edmonds. Up to two (2) Consultant staff will attend including the Project Manager and Design Manager. Prepare agendas, meeting summaries and action items for each meeting. 14) Transit Stop and Station Notes, Details, and Plans. Prepare plans showing the layout of the proposed transit and SWIFT stops including the size, location of amenities, illumination, and right of way required Detailed grading and design of the transit stops is not included in the 30% Design Submittal. Task 2 60010 Transportation Plans Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and develop new maintenance of traffic plans. 1) Cover Sheet 2) Index Sheets 3) Legend, Notes & Abbreviations 4) Key Map 5) Alignment Plans 6) Right of Way Plans. The right of way takes and TCEs that are identified at the 60% level will be advanced to the Right of Way Acquisition, Phase 28. 7) Site Preparation Notes, Plans and Details 8) Roadway Typical Sections Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds I Packet Pg. 70 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 9) Paving Notes, Plans, and Details. Develop details for paving transitions and interfaces with private property. 10) Profiles. Develop profiles and/or profile data for the mainline SR 99 for the project that indicates how to tie into the existing medians and new curb and gutter and complete an overlay and grinding. This may require additional grinding to optimize the finished profile. 11) Curb Ramp and Island Plans. Design the grades of the sidewalks and curb ramps to meet WSDOT and ADA standards. Coordinate with the City to gain approval of any curb ramps requiring MEF documentation prior to the submittal. Up to twenty-six (26) curb ramps are included. This includes those that cut through islands between SR 99 and the cross streets. 12) Intersection Grading Plans. Develop intersection grading plans showing how the profiles and curb ramps tie in together and how positive stormwater is achieved at the intersections of 240, 240t", and 238t". 13) Driveway Profiles and Details. Coordinate with the City to locate and size driveways per the City development code and to consolidate driveways as needed. Coordinate consolidation with the right of way acquisition team. Advance driveway and property interface grading and develop driveway profiles and details as needed for up to nineteen (19) driveways. Three (3) driveways are anticipated to be approach types at Campbell Nelson Nissan, Burlington Coat Factory and Safeway. 14) Channelization Notes, Plans, and Details. 15) Signing Notes, Plans, Schedules, and Details. Add new, relocated, replaced, and removed callouts to the signing plans. Develop proposed signing schedules and details for new work and revise the existing schedules as needed. Signing plans are assumed to be minimal as the function of Highway 99 is mostly unaffected. 16) Transit Stop and Station Notes, Details, and Plans. Prepare plans showing the layout of the proposed transit and SWIFT stops including the size, location of amenities, illumination, and right of way required Detailed grading and design of the transit stops is not included in the 60% Design Submittal. 17) Staging Plans. Prepare a staging concept that efficiently constructs this project and depict on staging plans. These will not include the identification of Contractor laydown areas. 18) Traffic Control Plans. Prepare staging concepts and develop traffic control plans for the project. It is assumed that the majority of these plans will be based on typical WSDOT Traffic Control Plans that are modified to represent the number of lanes and presence of the median island constructed in Stage 2. Up to one (1) detour plan is included. 19) Pedestrian Control Plans. Prepare pedestrian detour plans needed to construct the project including ADA curb ramps, new sidewalks and driveways, and revised signals. Task 3 90010 Transportation Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below. 1) General Sheets 2) Alignment and Right of Way Sheets Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 71 2.2.a _a SCJ ALLIANCE CONSULTING SERVICES 3) Transportation Sheets 4) Channelization and Signing Sheets 5) Signals, Temporary Signal, and Interconnect Sheets 6) Illumination and RRFB Sheets 7) Transit Stops and Stations Sheets 8) Joint Utility Trench Sheets, Overhead Service Conversion Sheets 9) Landscape Sheets 10) Irrigation Sheets 11) Art and Uplighting Sheets 12) Maintenance of Traffic Sheets Task 4 9501b Transportation Design Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) General Sheets 2) Alignment and Right of Way Sheets 3) Transportation Sheets 4) Channelization and Signing Sheets 5) Signals, Temporary Signal, and Interconnect Sheets 6) Illumination and RRFB Sheets 7) Transit Stops and Stations Sheets 8) Retaining Wall Sheets 9) Joint Utility Trench Sheets 10) Service Utility Conversion Sheets 11) Landscape Sheets 12) Irrigation Sheets 13) Art and Uplighting Sheets 14) Maintenance of Traffic Sheets Task 5 l uv-/o Transportation Design The 100% PS&E is the final set for advertisement for construction. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds Packet Pg. 72 2.2.a SCJ ALLIANCE CONSULTING SERVICES 1) 100% Plans. Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. Assumptions • There will not be separate meetings to coordinate with the City on the design unless specifically noted. Coordination will take place at the bi-weekly technical meetings included in Phase 9. • No transportation work will be required on the cross -streets to SR 99 except tying in the new SR 99 curb ramps, sidewalk, and curb & gutter. • Removal and replacement of ADA ramps impacted or triggered for upgrade will be required by the project. ADA compliant curb ramps and pedestrian push button upgrades will not be required at the south side of the existing signalized intersection at 244th Street SW and SR 99. • The RRFBs and layouts at SR 104 will be consistent with the conceptual layouts developed and reviewed by the City and WSDOT during Stage 2. • SR 99 will be ground and overlaid after the preliminary widening and all underground work is completed. • Paving profiles and details will not be produced for the 30% design. • Retaining walls will be less than 4' high and will be standard block walls that do not include restraining bands. Because these walls typically use standard plans and do not require structural design, that work is not included in this scope. Retaining walls above 4' or that require additional structural design, will be added in a future amendment, if needed. • Structural Design is not included for the retaining walls, transit stop and SWIFT stop, or illumination because standard plans will be used. Structural design is not included for Art and Uplighting because it is undefined at this time. If needed, it will be added by future amendment. • Sign schedules and details will not be produced for the 30% design. • Work within WSDOT Limited Access will require review and approval by WSDOT. • Printed copies of the plans will not be required until the 100% Design Submittal. Deliverables • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 11 Traffic Design (SO) Task 1 Preliminary Signal, Temporary Signal, and RRFB Plans 1) Preliminary Signal Plans. Installation of a new (or reconstructed) traffic signal on a state route requires submission of a Preliminary Signal Plan per Chapter 1330.02 of the Design Manual. This document has additional requirements for information beyond the preliminary design (Phase 8). Plans will be submitted to WSDOT for review. There will be two intersections included in this Task: • Intersection of SR 99 & 238t" Street SW • Intersection of SR 99 & 2441" Street SW 2) Temporary Signal Plans. Installation of the new signal at the intersection of SR 99 and 2381" St SW will require a temporary signal during construction. Plans will be prepared and submitted to WSDOT for review. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 73 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 3) Preliminary Rectangular Rapid Flashing Beacon (RRFB) Plans. Installation of new RRFBs within the WSDOT limited access will also require Preliminary RRFB Plans per the Design Manual. This document has additional requirements for information beyond the preliminary design (Phase 11). Plans will be submitted to WSDOT for review. There will be four RRFBs included in this Task: • Northbound SR 99 at the On -Ramp to Westbound SR 104 • Northbound SR 99 at the Off -Ramp from Westbound SR 104 • Southbound SR 99 at the On -Ramp to Eastbound SR 104 • An RRFB at SR99 at the Off -Ramp from Eastbound SR 104 is not required because this location is stop -controlled. Task 2 30010 Traffic and Electrical Design 1) Data Collection. Review the project site, collect background information, and perform a site visit to each signalized intersection to investigate the existing signal systems, including controller cabinet, junction boxes and conduit/wiring with a City signal technician. 2) SR 99 at 23811 Street SW Signal. Prepare preliminary signal design for the intersection of SR 99 and 238th Street SW, which includes signal phasing, locations of signal poles, pedestrian signals, APS push buttons, signal controller, and electrical service cabinets, and other relevant equipment. 3) SR 99 at 244t' Street SW Signal. Prepare preliminary signal design for the intersection of SR 99 and 244th Street SW, including adjusting the vehicle detection for the northbound lanes needed to the existing signal to accommodate new channelization. 4) Temporary SR 99 at 238t' Street SW Signal Plans. Prepare preliminary temporary signal plans based on the proposed improvements in Task 7 Subtask 2. 5) Signal Interconnect. Prepare interconnect plans that connect to the existing signal interconnect system operated by the City of Lynnwood at 238t" Street SW and extend it to the 244t" Street SW signal. For the 30% Design Submittal, a general layout will be provided and shown on the Illumination, Interconnect and RRFB Plans. 6) Lighting Analysis. Perform a lighting analysis of the corridor to review the existing lighting levels and propose location for new luminaires. All existing lighting is WSDOT-owned, there is no city -owned lighting in this section. Two alternative layouts will be completed: • Supplement existing WSDOT-owned lights with new lights per the City's Standards. • Remove and replace existing WSDOT-owned lights with new lights per the City's Standards. The analysis will be compiled in an Illumination Design Report that will include summary of lighting design standards, existing lighting levels and proposed lighting levels. This will be in PDF format and emailed to the City. 7) Illumination Design. Prepare preliminary illumination design for the Stage 3 corridor, which includes proposed light locations, fixture type, junction boxes, and electrical service cabinets. These will be shown on the Illumination, Interconnect and RRFB Plans. 8) SR 104 WB On -Ramp and SR 99 RRFB Design. Prepare preliminary RRFB designs including RRFB poles and junction boxes. The RRFB systems will be shown on Illumination, Interconnect and RRFB Plans. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 74 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 9) SR 104 WB Off -Ramp and SR 99 RRFB Design. Prepare preliminary RRFB designs including RRFB poles and junction boxes. The RRFB systems will be shown on Illumination, Interconnect and RRFB Plans. 10) SR 104 EB On -Ramp and SR 99 RRFB Design. Prepare preliminary RRFB designs including RRFB poles and junction boxes. The RRFB systems will be shown on Illumination, Interconnect and RRFB Plans. 11) Transit Stop Electrical and Illumination. Coordinate with Community Transit to determine the lighting and electrical needs of their transit stop and SWIFT station and design connection for the relocated facilities. Task 3 60% Traffic and Electrical Design Advance the following sheets to reflect the advancement of the design from the 30% to 60% level. Note, the RRFB systems will be shown on Illumination, Interconnect, and RRFB Plans. The 60% Plans will include RRFB poles, junction boxes, wiring, and details. 1) SR 99 at 23811 Street SW Signal 2) SR 99 at 244t' Street SW Signal. This work includes the addition of adaptive equipment on the south end of the signal only. This work will be completed by directional boring into existing junction boxes at the signal. 3) Temporary SR 99 at 238t" Street SW Signal Plans 4) Signal Interconnect. Interconnect will be provided and shown on the Illumination, Interconnect and RRFB Plans and may be included in the Joint Utility Trench, if possible. 5) Illumination Design. Illumination will be shown on the Illumination, Interconnect and RRFB Plans and may be included in the Joint Utility Trench, if possible. The 60% design includes the following work: • Update the AGi32 analysis based on design changes resulting from the 30% plans. • Design wiring, conduit, and junction box system for corridor illumination. • Prepare one -line circuitry diagrams and electrical service panel schedule. 6) SR 104 WB On -Ramp and SR 99 RRFB Design 7) SR 104 WB Off -Ramp and SR 99 RRFB Design 8) SR 104 EB On -Ramp and SR 99 RRFB Design 9) Transit Stop Electrical Design. Coordinate with Community Transit to determine the criteria for illumination and powering of their SWIFT stop card readers and reader boards and design the connection details as needed. Assume that standard plans will be used for foundations, shelters, and amenities. Task 4 90010 Traffic and Electrical Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 90% Traffic and Electrical Sheets Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 75 2.2.a SCJ ALLIANCE CONSULTING SERVICES Task 5 95% Traffic and Electrical Design Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 95% Traffic and Electrical Sheets Task 6 100% Traffic and Electrical Design Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 100% 90% Traffic and Electrical Sheets Assumptions • Traffic design is based on the 2022 versions of the WSDOT Design Manual and the 2022 WSDOT Standard Plans for Road and Bridge Construction (both due September 2022). Design revisions to update to future versions of WSDOT Guidance is not included. • The proposed signal will be a full replacement of the traffic signal at the intersection of SR 99 & 238th Street SW. • The proposed signal will include minor modifications to the existing traffic signal at the intersection of SR 99 & 244th Street SW. • No transportation work will be required on the cross -streets to SR 99 except tying in the new SR 99 curb ramps, sidewalk, and curb & gutter. • No storm, sewer, water, or utility undergrounding work is assumed beyond the survey limits described in Phase 3. If needed, this work will be added by future amendment. • Removal and replacement of ADA ramps impacted or triggered for upgrade will be required by the project. ADA compliant curb ramps and pedestrian push button upgrades will not be required at the south side of the existing signalized intersection at 244th Street SW and SR 99. • The RRFBs and layouts at SR 104 will be consistent with the conceptual layouts developed and reviewed by the City and WSDOT during Stage 2. • Structural Design is not included for the retaining walls, transit stop and SWIFT stop, or illumination because standard plans will be used. Structural design is not included for Art and Uplighting because it is undefined at this time. If needed, it will be added by future amendment. • A new traffic signal will be installed at the intersection of 238th Street SW and SR 99. • Temporary lighting and signal design is not included in the 30% Design Submittal. • The City will select their desired illumination layout based on the two alternatives provided in the illumination report. • Electrical design for Art and Uplighting is not included in the 30% Design Submittal. • Printed copies of the plans will not be required until the 100% Submittal. • Work within WSDOT Limited Access will require review and approval by WSDOT. Deliverables • Preliminary Signal Plans for the Intersection of SR 99 & 238t" Street SW in PDF • Preliminary Signal Plans for the Intersection of SR 99 & 244t" Street SW in PDF • Preliminary RRFB Plans for Northbound SR 99 at the On -Ramp to Westbound SR 104 in PDF • Preliminary RRFB Plans for Northbound SR 99 at the Off -Ramp from Westbound SR 104 in PDF • Preliminary RRFB Plans for Southbound SR 99 at the On -Ramp to Eastbound SR 104 in PDF • 30% Review Comment Form in Excel and PDF Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 76 2.2.a SCJ ALLIANCE CONSULTING SERVICES • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Review Comment Form in Excel and PDF • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Review Comment Form in Excel and PDF • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Review Comment Form in Excel and PDF • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 12 Stormwater Design (OCI) Task 1 30% Stormwater Management Technical Memorandum 1) 30% Stormwater Management Technical Memo. Prepare a brief Stormwater Management Technical Memorandum summarizing the stormwater basis of design for hydraulic requirements to be followed in the 60% design. The assumptions used to determine the stormwater design will be required as part of this project. The Stormwater Management Technical Memo will include the following: • A review of available existing site stormwater information, including stormwater as-builts, hydraulic reports, geotechnical reports, publicly available GIS, and online basin maps. Prepare data requests as needed to request the existing information from the City of Edmonds or other jurisdictions within the project limits. • A review of the provided existing conditions survey basemap and identify areas needing additional information for stormwater design. This includes reviewing to check that existing surveyed pipes and stormwater structures have invert elevations, pipe types, and diameters listed; that there is enough topography to determine pipe and ditch flow directions and stormwater patterns; identifying additional areas of topographic survey and surfaces needed for incorporating stormwater facilities; and that downstream basemap information is adequate for conveyance tie-ins and downstream analysis. • One(1) data request will be provided to the City of Edmonds. • The memorandum will include the following elements: Threshold Discharge Area (TDA) delineation, existing and developed condition area tallies and results, summary of Minimum Requirements Determination, design and calculations for flow control and runoff treatment BMPs (type, size, and location). Only a TDA delineation exhibit and an approximate BMP location exhibit will be produced for this Task. • A high-level design stormwater conveyance to determine feasibility of conveying stormwater to the BMPs will be provided. • Plan for and attend up to one (1) design coordination meeting each with WSDOT Hydraulics regarding stormwater design at the 30% design level. Up to three (3) Consultant staff will attend each meeting including the Project Manager, Stormwater Lead, and Stormwater Engineer. The meeting will last up to sixty (60) minutes. Prepare agendas and meeting summaries including action items for the meeting. Task 2 Stormwater Analysis and Drainage Report 1) Drainage Report. Prepare one (1) each of 60%, 90%, 95% and 100% Drainage Report covering the project improvements as stated above. The 90% shall be a complete design. The 95% submittal is to review revisions based on the 90% review, and the 100% shall be the ad -ready submittal. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 77 2.2.a SCJ ALLIANCE CONSULTING SERVICES 2) Site Visits. Perform up to two (2) site visits to the project to investigate the existing field conditions, evaluating proposed design impacts, and confirming the existing flow patterns and outfalls from the right of way. 3) Update TDAs Delineation. Perform an update of the TDA delineation as needed using the available basemap, as -built, GIS, site visit notes, and contour information in accordance with the guidance in the Edmonds's stormwater manual. The exhibit will identify limits of the TDA(s) at the site, general flow directions, and the receiving water(s) downstream of each site. 4) Calculate Area Updates. Perform an update of the land cover area tallies for the existing, new, and replaced impervious and pollution -generating impervious surfaces within the project limits for each TDA and BMP location in AutoCAD. 5) Minimum Requirements. Confirm the minimum requirements for flow control and runoff treatment that apply to each of the TDAs. 6) Modeling. Complete modeling for BMPs and providing stormwater calculations for conveyance, flow control and runoff treatment systems. 7) Stormwater Pollution Prevention Plan (SWPPP). A SWPPP report is assumed to be required and is included in the scope of work. And initial draft submittal will be provided along with the 90% submittal and the final draft will be provided with the 95% submittal. It is assumed that the contractor will continue to keep the SWPPP updated. One (1) round of review of the site preparation plans showing the project's temporary erosion and sediment control (TESC) plan will also be provided at each of the 90% and 95% submittals. 8) WSDOT Hydraulics Coordination Meetings. In addition to attending the Kick -Off Meeting in Phase 12, plan for and attend up to two (2) additional design coordination meetings with WSDOT Hydraulics regarding stormwater design in Task 2. Up to three (3) Consultant staff will attend each meeting including the Project Manager, Stormwater Lead, and Stormwater Engineer. Each meeting will last up to sixty (60) minutes. Prepare agendas and meeting summaries including action items for each meeting. 9) Appendix Exhibits. Prepare exhibits as appendices to the Drainage Report to show TDA delineations, land cover tallies for existing and developed conditions and BMP contributing areas, type, size, and locations. Task 3 30010 Stormwater Engineering 1) 30% Stormwater Plans. Perform a high-level design and layout of stormwater conveyance to determine feasibility of conveying stormwater to the BMPs. This layout is based on the design evaluation performed in Phase 12. Prepare Stormwater Plans and high-level Stormwater Details based on BMPs proposed. Stormwater Profiles will not be included in the 30% Design Submittal. Stormwater design is not provided for Mathay-Bal linger Park in this scope of work. Task 4 60010 Stormwater Engineering Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and develop Stormwater Profiles and Stormwater Details as noted. Stormwater design is not provided for Mathay-Bal linger Park in this scope of work. 1) 60% Stormwater Plans Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 78 2.2.a SCJ ALLIANCE CONSULTING SERVICES 2) 60% Stormwater Profiles. Develop profiles for the stormwater system. Coordinate with the Utilities Lead to obtain potholing information for crossing utilities and include those utilities to scale and at the potholed depths in the profiles. Coordinate with the Utilities Lead to identify any utility relocations required. 3) 60% Stormwater Details. Develop stormwater details as needed to describe the system, points of intersection with other utilities, and specific design elevations and layouts. Task 5 90010 Stormwater Engineering Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below. 1) 90% Stormwater Sheets. Stormwater design is not provided for Mathay-Ballinger Park in this scope of work. Task 6 95010 Stormwater Engineering Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 95% Stormwater Sheets. Stormwater design is not provided for Mathay-Ballinger Park in this scope of work. Task 7 100% Stormwater Engineering 1) 100% Stormwater Sheets. Incorporate WSDOT and City review comments into the 95% Plans. Assumptions • Prepare the Stormwater Memorandum and Drainage Report, including all calculations and methodology in accordance with the 2022 City of Edmonds' Stormwater Code addendum, effective July 1st 2022. Assume no other jurisdictions are within the project limits for additional coordination needed for stormwater and all stormwater BMPs within the WSDOT's limited access right of way will be owned and maintained by the City of Edmonds. • Stormwater utilities within WSDOT limited access (at the SR 104 interchange) is WSDOT-owned. Stormwater utilities in Highway 99 right of way and in managed access are city -owned. • Assume that a WSDOT Type A Drainage Report and BMPs to meet WSDOT standards is not required for the parts of the project within WSDOT right of way or limited access. It is assumed that no existing WSDOT stormwater systems will be impacted due to this project. • The Stormwater Management Technical Memorandum is a precursor to a Drainage Report to be prepared under Task 2. Comments on the 30% Stormwater Technical Memorandum will be addressed in the 60% Drainage Report. • Stormwater conveyance design and modeling will not be provided at 30% design. Feasibility to determine conveyance to stormwater to the BMPs will be provided in the plans. Assume one (1) round of updates per submittal. • The City of Edmonds will provide all available stormwater as-builts, hydraulic reports, geotechnical reports, and other background information in the Project area that are available in its archives. • All work will be performed in AutoCAD and Civil3D. • GIS data sources are limited to those available online in the public domain and/or data sets willingly made available to the public and received in a timely manner. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 79 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES • Assume a maximum of three (3) TDAs in Stage 3 based on the Stormwater analysis performed in Stage 1 • Stormwater in Stage 3 currently discharges to Lake Ballinger and to the Puget Sound (the section south of SR 104). The project's stormwater flow control and water quality requirements will be addressed onsite within the project limits. Mathay-Bal linger Park is located approximately 1,300 feet east of the Highway 99 corridor along the Interurban Trail and is not considered to be a part of this project. • All meetings for Phase 9 are assumed to be virtual. • Assume one (1) set of comments will be received from the City of Edmonds for each submittal of the Drainage Report and SWPPP. Assume one (1) round of comments will be received from WSDOT for each submittal of the 60% and 90%, and that no additional comments are anticipated from other jurisdictions for the Stormwater Memorandum and Drainage Report. Assuming minimal effort for the 100% submittal to address only minor comments from 95% submittal. No area tally updates are assumed at the 95% submittal. No major changes to the area tallies, BMP design and conveyance design are anticipated at the 100% submittal. • Exhibits will be at a scale appropriate for displaying the exhibit content. Exhibits will be submitted as an appendix to the Drainage Report (Drainage Report is not included in this 30% scope). • Impervious and PGIS area summaries will be adjusted only once at each submittal of the Stormwater Memorandum and each Drainage Report submittal to be consistent with roadway, grading, and stormwater designs current at the time of submittal. Assume no updates to area tallies or exhibits after the 90% submittal. • Endangered Species Act (ESA) consultation is assumed to be triggered. This scope assumes ESA will trigger treatment of all new and replaced Pollution Generating Impervious Surface (PGIS) within the project limits, in addition to City of Edmonds Stormwater minimum requirement triggers for runoff treatment and flow control. No additional environmental scope, such as the stormwater checklists, for ESA consultation is assumed to be included in the Phase 24 of this scope of work. • BMP modeling will be performed using WWHM or MGSFIood consistent with the 2022 City of Edmonds' Stormwater Code addendum, effective July 15t, 2022. On -Site Stormwater management is assumed to be applicable. Assume modeling is required for up to three (3) flow control BMPs, and up to ten (10) runoff treatment facilities only, including BMPs that will be required to meet MR#5 — On Site Stormwater. The modeling input will be based on the best available known geotechnical conditions at the site, which may include the Project geotechnical reports. It is assumed that available soil information may be unknown, inadequate, too remote, or incomplete. If soil conditions are unknown, a high groundwater and/or zero infiltration rate will be assumed in the modeling. • Conveyance design and modeling will be performed using Manning's full flow analysis. A backwater analysis is not assumed to be required. No inlet spacing analysis is assumed to be required. Catch basins will be placed at low points and spaced every 300 feet (maximum spacing) and before curb ramps. • Permitting and permit support is not included in the scope of work for Phase 12. • Assume there are no wetlands within the project limits. • Geotechnical investigation and design infiltration rate recommendations will be provided in Phase 6 and may include piezometers for groundwater monitoring, PIT tests, cation exchange/treatment capacity of the existing soils, sodium absorption ratio, organics content, pH and resistivity testing, and soil borings, as needed. One (1) data request will be provided for boring and PIT test locations. Should infiltration BMPs be feasible and additional geotechnical analysis is required to determine long term infiltration rates, additional scope required for that effort will be included in a future amendment and is not included in this scope. • Additional stormwater Retrofit requirements is assumed to not be applicable for this project and not included in the scope of work. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 80 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES • A Stormwater Maintenance Manual is anticipated to not be needed for the proposed BMPs and is not included in this scope. • Review of design calculations, recommendations, and reports shall be in accordance with the project QA/QC Plan. QA/QC documentation will be preserved in the SCJ project files. • No storm, sewer, water, or utility undergrounding work is assumed beyond the survey limits described in Phase 3. If needed, this work will be added by future amendment. • Work within WSDOT Limited Access will require review and approval by WSDOT. • Printed copies of the plans will not be required until the 100% submittal. Deliverables • 30% Stormwater Technical Memorandum in PDF • 30% Stormwater Technical Memorandum Comment Responses to the City in PDF and Excel • 30% Review Comment Form in Excel and PDF • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Draft Drainage Report in PDF • 60% Drainage Report Comment Responses to the City in PDF and Excel • 60% Drainage Report Comment Responses to WSDOT in PDF and Excel • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Draft Drainage Report in PDF • Draft SWPPP Narrative Report in PDF • 90% Drainage Report Comment Responses to the City in PDF and Excel • 90% Drainage Report Comment Responses to WSDOT in PDF and Excel • Draft SWPPP Comment Responses to the City in PDF and Excel • 900% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Draft Drainage Report in PDF • Final Draft SWPPP Narrative Report in PDF • 95% Drainage Report Comment Responses to the City in PDF in Excel • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • Final Draft SWPPP Comment Responses to the City in PDF in Excel • Final Drainage Report in PDF • 1000% Plans in PDF, including the sheets shown in the table in Attachment 1. • Responses to all City and WSDOT comments in Excel and PDF • Attendance of up to three (3) Consultant staff at up to two (2) Hydraulics Coordination Meetings • Agendas, Meeting Summaries, and Action Items in Word and PDF Phase 13 Water Design (SCJ) This work will be added by future amendment, if needed. Phase 14 Sanitary Sewer Design (SCJ) This work will be added by future amendment, if needed. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 81 2.2.a SCJ ALLIANCE CONSULTING SERVICES Phase 15 Utility Undergrounding Design (CE and SCJ) Task 1 Utility Undergrounding Assessment 1) Franchise Agreement Review. Obtain the utility franchise agreements from the City and prepare a brief Utility Undergrounding Responsibility memorandum that summarizes the responsibilities of each to underground their facilities, how services will be converted and who pays for that work, and cost - sharing with the City. 2) Feasibility Assessment. Based on Subtask 1 and the 30% Plans, prepare and Utility Undergrounding Feasibility Assessment memorandum that summarizes the design, impacts to utilities, and an estimated cost of undergrounding utilities and converting services versus the cost to relocate the utilities above ground. Note that both costs will include estimates from the individual utility companies that are needed to determine the City's cost responsibilities. Up to one (1) revision of this memo is included based on City comments. Task 2 Utility Undergrounding Coordination 1) Prepare and Negotiate Undergrounding Agreements. Review existing franchise agreements for dry utility companies to be undergrounded. Develop proposed contracts and coordinate review by City staff and City attorneys. Work with the respective utility companies to negotiate the agreements. Up to seven (7) agreements are included for Snohomish County PUD, Comcast, Ziply Fiber, Pacific Cable, Cable Com, Full Bore, and Wave Broadband. 2) Design Coordination. Coordinate with each utility company to identify the type, size, and location of a conduit and vault backbone system that will be designed and included in the joint utility trenching plans designed by the Consultant. Also coordinate with each utility company to advance their in-house utility undergrounding design. Provide project schedules for each utility company and ensure that they are prepared to perform undergrounding in conjunction with the construction contractor. 3) Right of Way Identification and Coordination. As Subtask 1 proceeds, work with each company to identify right of way and temporary construction (TCE) needs and ensure that they are included in the right of way acquisition calculations in Phase 25 and right of way acquisition services in Phase 28. 4) Utility Service Conversion Coordination. Coordinate with each utility company and the City to determine which utility services need to be revised. Design is included in Phase 15. 5) Utility Undergrounding Meetings. Plan and attend up to five (5) meetings with the utility companies to coordinate utility undergrounding throughout the project. It is anticipated that these meetings will occur during the preparation of the 30%, 60%, 90%, and 95% submittals to coordinate design, and during the 100% to coordinate construction activities. Meetings will be held at the City and up to two (2) Consultant staff will attend including the Project Manager and Utility Lead. Prepare agendas, meeting summaries, and action items. 6) Utility Service Coordination for Roadway Elements. Coordinate with the design team and utility companies to identify new, revised, or relocated service points as needed for the illumination; interconnect; traffic signals; RRFBs; art features and uplighting; and transit stops. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 82 2.2.a SCJ ALLIANCE CONSULTING SERVICES Task 3 30% Joint Utility Trench (JUT) Design 1) JUT Notes and Plans. Based on the coordination work and meetings with utility companies in Phase 5, prepare the preliminary horizontal layout of the joint utility trench including conduits and vaults for each utility company. JUT vertical design and design of the number of conduits for each company and spacing will not be included in the 30% Design Submittal. 2) Service Conversion Applications and Coordination. Fill out and submit service application to the power company for each location and coordinate with power company's service representative (e.g., distribution engineer) for the power company to issue a design sketch for undergrounding overhead electrical service at each location. For the purposes of this scope, it is assumed that up to twenty-one (21) service applications will be prepared as one submittal package to the power company. An one- line/riser diagram will be prepared for each location and submit with the service application. Conduct site visits with the power company's representative to identify a power undergrounding design approach that is coordinated with other disciplines' design. Task 4 60% Joint Utility Trench (JUT) Design Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and add JUT Profiles and JUT Details as noted. 1) JUT Notes and Plans. Revise the JUT layouts based on comments on the 30% and the advancement of the design. Include the number and size of conduits in each run for each utility company and refined vault layouts and sizes. Show minimum sweep radii and which ends of the vaults the conduits are entering. 2) JUT Profiles. Develop profiles for the JUT that considers the cross-section, stacking, and spacing of the separate utilities. Identify potential conflicts where crossing existing and proposed utilities and coordinate with the Utilities Lead to obtain potholing information for those crossings. Show intersecting utilities to scale vertically and horizontally. 3) JUT Details. Prepare JUT sections for primary runs that show the layout of the conduits and spacing required. Detail the entry of the conduits into vaults. 4) Service Conversion Plans Coordination. The Power Company will design existing overhead utility services to underground and issue schematic plans for each conversion at the 60%. For the purposes of this scope, it is assumed that close coordination with the power company's service representative will be required for coordinating the service design with other disciplines' work. Task 5 90010 Joint Utility Trench (JUT) Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 90% JUT Sheets 2) 90% Underground Overhead Service Coordination Task 6 95010 Joint Utility Trench (JUT) Design Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 83 2.2.a SCJ ALLIANCE CONSULTING SERVICES 1) 95% JUT Sheets 2) 95% Underground Overhead Service Coordination Task 7 100% Joint Utility Trench (JUT) Design Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 100% JUT Sheets 2) 100% Underground Overhead Service Coordination Assumptions • No transportation work will be required on the cross -streets to SR 99 except tying in the new SR 99 curb ramps, sidewalk, and curb & gutter. • This scope of work assumes that existing aerial power and communication utilities will be undergrounded. If utility undergrounding is not included in this project, Task 3 will not be required. • Power distribution will be moved underground, and power transmission will remain above ground and will likely require relocation of transmission poles. • The power company will design relocation of their transmission poles. • Each utility company will design their system undergrounding and will provide information needed for the Consultant to design a joint utility trench (JUT). This will include the size, number and location of conduits and vaults at a minimum. Conversion of the utilities to underground will be performed by the respective utility companies after the JUT has been constructed and during the construction of this project. • The Consultant will design the JUT and will negotiate right of way needed for the undergrounding of each utility for the city. • The design and negotiation of existing private, aerial power and communications services of customers served along this corridor that are required as a part of the utility undergrounding will be performed by the utility companies or added to this scope in a future amendment. • The design of city -owned and WSDOT-owned water, sanitary sewer, and/or storm sewer relocations required for the project and owned by the City will be completed by the Consultant and that work will be added to this scope in a future Amendment as the work is defined. • The design of utility relocations that are not city -owned or WSDOT-owned will be performed by the respective utility companies and the work to relocate their facilities will occur prior to the start of construction on this project. • Utility companies will be included in Stakeholder Coordination Meetings in Phase 22 and utility coordination will take place then. Meetings in this Phase are specific to undergrounding design. • All conflict resolution design for non -City and non-WSDOT owned utilities will be performed by the respective utility companies. • Work within WSDOT Limited Access will require review and approval by WSDOT. • The JUT will include electrical distribution, communication, illumination, interconnect, and possibly signal conduits. • Electrical transmission lines will not be included in the undergrounding plans. • Electrical design for Art and Uplighting is not included in the 30% Design Submittal. • Printed copies of the plans will not be required until the 100% Design Submittal. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 84 2.2.a SCJ ALLIANCE CONSULTING SERVICES Deliverables • Attendance of up to two (2) Consultant staff at up to five (5) Utility Undergrounding Meetings • Agendas, Meeting Summaries, and Action Items in Word and PDF • Draft Utility Undergrounding Feasibility Assessment Memo in PDF • Final Utility Undergrounding Feasibility Assessment Memo in PDF • 30% Review Comment Form in Excel and PDF • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Review Comment Form in Excel and PDF • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Review Comment Form in Excel and PDF • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Review Comment Form in Excel and PDF • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 16 Art, Landscape, and Irrigation Design (SO) Task 1 Schematic Art and Landscape Design Package 1) Schematic Landscape Design. Prepare a preliminary landscape design package depicting general tree layout, typical planting character, and a plant list for review by the City's Parks Department. Incorporate feedback into the 30% Design. 2) Schematic Art Design. Prepare a preliminary art design package depicting schematic light pole art designs and locations, and schematic artistic elements for the Gateway District to be integrated into the landscape and/or light poles. Street and pedestrian lighting will use the City's standard plans for Highway 99 that were developed in Stage 2. Layout will be per the 30% Illumination Analysis. This Subtask is primarily to develop concepts for banners (die -cut) on the lighting poles and art concepts including uplighting. 3) Arts and Landscape Coordination Meetings. Plan and attend up to two (2), one(1) hour meetings with City staff at City offices or virtually to discuss the schematic packages prepared in Subtask 1 and Subtask 2. Up to three (3) Consultant staff will attend including the Project Manager, Landscape/Art Reviewer, and Landscape/Art Lead. Prepare agendas, meeting summaries, and action items for each meeting. Task 2 30010 Landscape, Irrigation, and Art Design 1) Data Collection. Review the project site, collect background information, and research zoning requirements. 2) Landscape Plans. Prepare preliminary landscape plan including planting palette, tree locations, and outline of new shrub and lawn areas. 3) Irrigation Plans. Prepare preliminary layout of the irrigation system and identify water and power service locations in coordination with the utility companies. 4) Art Features/Uplighting Plans. Prepared preliminary layout of art features and uplighting as determined in the Landscape and Art Coordination meetings in Subtask 5. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 85 2.2.a SCJ ALLIANCE CONSULTING SERVICES Task 3 60% Landscape, Irrigation, and Art Design Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and add Irrigation Profiles, Irrigation Details, Art Features/Uplighting Plans, and Art Features/Uplighting Notes and Details Sheets as noted. 1) Landscape Notes and Details 2) Landscape Plans 3) Irrigation Plans 4) Irrigation Profiles. Develop profiles of any irrigation crossings of the roadway or approach type driveways including sleeves. Identify potential conflicts where crossing existing and proposed utilities and coordinate with the Utilities Lead to obtain potholing information for those crossings. Show intersecting utilities to scale vertically and horizontally. 5) Irrigation Details. Develop details of the irrigation system, including to -scale blow up details of each of the service connections. 6) Art Features/Uplighting Plans. Provide preliminary design of art features and uplighting as approved by the City during the 60% Landscape, Irrigation, and Arts Coordination workshops. 7) Art Features/Uplighting Notes and Details. Provide notes and details to accompany the preliminary design of art features and uplighting design. Task 4 90010 Landscape, Irrigation, and Art Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 90% Landscape, Irrigation, and Art Sheets Task 5 95010 Landscape, Irrigation, and Art Design Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 95% Landscape, Irrigation, and Art Sheets Task 6 100010 Landscape, Irrigation, and Art Design 1) 100% Landscape, Irrigation, and Art Sheets. Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. Assumptions • Comments received on the Schematic Landscape Design Package and the Schematic Lighting and Art Design Package will be incorporated into the 30% Design in Task 2. • Art design beyond the development of schematic concepts in Task 1 is not included in this scope of work. It will be scoped and added when it is defined such that the level of effort can be estimated. • Lighting poles will be per the City's standard plans. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 86 2.2.a SCJ ALLIANCE CONSULTING SERVICES • Coordination with an artist and/or art design is not included. It will be scoped after the scope of this work is defined in Task 1. Deliverables • Schematic Landscape Design Package in PDF • Schematic Lighting and Art Design Package in PDF • Attendance of up to four (4) Consultant staff at up to two (2) Art, Lighting, and Landscape Coordination Meetings • Meeting Agendas, Summaries, and Action Items in Word and PDF • 30% Review Comment Form in Excel and PDF • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Review Comment Form in Excel and PDF • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Review Comment Form in Excel and PDF • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Review Comment Form in Excel and PDF • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 17 Estimate of Probable Cost Task 1 30% Estimate of Probable Cost 1) 30% Quantities. Prepare quantity take offs based on the 30% Plans in BlueBeam and document quantities by sheet. 2) 30% Unit Costs. Research similar, recent projects and determine unit costs to be used in the estimate Document the source and calculation of each unit cost. 3) 30% Lump Sum Estimates. Prepare rough lump sum estimates forbid items to be paid by LS or not designed far enough at the 30% to rely on quantities and unit costs to estimate the costs. Lump sum estimates will include, but are not limited to Division 1 items, signals, RRFBs, illumination, landscaping, art, illumination, and signing. 4) 30% Estimate of Probable Cost. Prepare an estimate spreadsheet to be used and updated throughout the life of the project. The estimate will be separated into schedules by work type and funding sources Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 30% design. Task 2 60010 Estimate 1) 60% Quantities. Prepare quantity take offs based on the 60% Plans in BlueBeam and document quantities by sheet. 2) 60% Unit Costs. Research similar, recent projects and determine unit costs to be used in the estimate Document the source and calculation of each unit cost. 3) 60% Lump Sum Estimates. Prepare rough lump sum estimates forbid items to be paid by LS or not designed far enough at the 60% to rely on quantities and unit costs to estimate the costs. Lump sum Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 87 2.2.a SCJ ALLIANCE CONSULTING SERVICES estimates will include, but are not limited to Division 1 items, signals, RRFBs, illumination, landscaping, art, illumination, and signing. 4) 60% Estimate. Update the estimate spreadsheet based on the 60% Plans and Project Manual. The estimate will be separated into schedules by work type including and funding source. Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 60% design. Task 3 90010 Estimate 1) 90% Quantities. Prepare quantity take offs based on the 90% Plans in BlueBeam and document quantities by sheet. 2) 90% Unit Costs. Update unit costs based on the 90% Design. 3) 90% Lump Sum Estimates. Prepare lump sum estimates for bid items to be paid by LS. 4) 90% Estimate. Update the estimate spreadsheet based on the 90% Plans and 90% Project Manual. The estimate will be separated into schedules by work type including and funding source. Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 90% design. Task 4 95010 Estimate 1) 95% Estimate. Update the estimate spreadsheet based on the 95% Plans and 95% Project Manual. The estimate will be separated into schedules by work type including and funding source. Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 95% design. Task 5 100% Estimate 1) 100% Estimate. Update the estimate spreadsheet based on the 100% Plans and 100% Project Manual. The estimate will be separated into schedules by work type including and funding source. Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 100% design. Assumptions • Quantities will be separated by asset class (transportation, water, sewer, stormwater, and utility undergrounding) and funding sources as needed. • Quantities will be summarized by sheet for most bid items • Lump sum estimates will be prepared for City review at the 90% Design Submittal Deliverables • 30% Quantities and Estimate in Excel and PDF • 60% Quantities and Estimate in Excel and PDF • 90% Quantities and Estimate in Excel and PDF • 90% Unit Cost documentation in Excel and PDF • 90% Lump Sum estimates in Excel and PDF • 95% Quantities and Estimate in Excel and PDF • 95% Unit Cost documentation in Excel and PDF • 95% Lump Sum estimates in Excel and PDF Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 88 2.2.a SCJ ALLIANCE CONSULTING SERVICES 0 100% Quantities and Estimate in Excel and PDF • 100% Unit Cost documentation in Excel and PDF • 100% Lump Sum estimates in Excel and PDF Phase 18 Project Manual Task 1 30% Project Manual 1) Table of Contents. Prepare a Table of Contents for the Project Manual that indicates the parts to be included and identifies appendices to be included. 2) Special Provisions. Identify non-standard bid items that will require special provisions and identify which will require approval by WSDOT. 3) Preliminary Standard Plans. Keep a log and copies of the standard plans to be used in the project. Update the table of contents for the standard plans at the 30% Design Submittal. 4) 30% Project Manual. Consolidate items developed in Subtask 1 through Subtask 3 into a 30% Project Manual. Task 2 60010 Project Manual 1) Division 1. Use the boilerplate from the City and update it to develop Division 1 specifications specific to this project. 2) Special Provisions. Develop specifications using the WSDOT GSPs, City GSPs, and special provisions for Division 2 through Division 9 of the WSDOT specifications. 3) Preliminary Standard Plans. Keep a log and copies of the standard plans to be used in the project. Update the table of contents for the standard plans at the 60% Design Submittal. 4) 60% Project Manual. Consolidate items developed in Subtask 1 through Subtask 3 into a 60% Project Manual. Update the Table of Contents and Appendices for the project. Task 3 90010 Project Manual 1) 90% Project Manual. Update the 60% Project Manual based on the 90% Plans and 90% Estimate Task 4 95010 Project Manual 1) 95% Project Manual. Update the 90% Project Manual based on the 95% Plans and 95% Estimate Task 5 100010 Project Manual 1) 100% Project Manual. Update the 95% Project Manual based on the 100% Plans and 100% Estimate Assumptions • Work within WSDOT Limited Access will require review and approval by WSDOT. Deliverables • 30% Project Manual in PDF • 60% Project Manual in PDF • 90% Project Manual in PDF • 95% Project Manual in PDF Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 89 2.2.a SCJ ALLIANCE CONSULTING SERVICES • 100% Project Manual in PDF Phase 19 Construction Schedule Task 1 60010 Construction Schedule 1) Preliminary Construction Schedule. Update the preliminary construction schedule based on the Staging Plans developed in Subtask 14 and that includes a feasible approach to design that considers utility undergrounding needs, utility design (specifically maintenance and improvement of the stormwater system), and other work. 2) Construction Schedule Memo. Prepare a brief memorandum summarizing the assumptions and phasing included in the construction schedule and discussing the outcomes and any significant considerations. Task 2 90010 Construction Schedule 1) 90% Construction Schedule. Update the 60% Construction Schedule based on the 90% PS&E. Task 3 95010 Construction Schedule 1) 95% Construction Schedule. Update the 90% Construction Schedule based on the 95% PS&E. Task 4 100% Construction Schedule 1) 100% Construction Schedule. Update the 95% Construction Schedule based on the 100% PS&E Assumptions • Work within WSDOT Limited Access will require review and approval by WSDOT. • No construction schedule will be developed at the 30% Design. Deliverables • 30% Construction Schedule in PDF • 60% Construction Schedule in PDF • 90% Construction Schedule in PDF • 95% Construction Schedule in PDF • 100% Construction Schedule in PDF Phase 20 Quality Assurance and Quality Control (All) Task 1 Quality Management Plan 1) Quality Management Plan. Prepare a quality management plan that documents the processes, procedures, and tools to be used in Quality Assurance (QA) and Quality Control (QC) for this project. Provide examples of review comment forms, plan markups, and a table of deliverables and reviewers expected on the project. Task 2 Quality Assurance 1) 30% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 30% Submittal. 2) 60% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 60% Submittal. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 90 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 3) 90% Quality Assurance. Follow the PMP prepared in Subtask land conduct project -level quality reviews of PS&E documents at the 90% Submittal. 4) 95% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 95% Submittal. 5) 100% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 100% Submittal. 6) Quality Assurance Meetings. Up to two (2) Consultant staff will attend up to two (2) project -level quality assurance review meetings with the City to review conformance with the quality plan including the Project Manager and the Design Manager. The meetings will be in -person at the City and will be up to one (1) hour long. Task 3 Quality Control 1) 30% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 30% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 2) 60% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 60% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 3) 90% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 90% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 4) 95% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 95% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 5) 100% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 100% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 91 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 6) Constructability Review. Perform an Independent Constructability Review of the project during the 90% Design Phase leveraging construction management staff that have not been involved with the project design and that have extensive experience in the field. Incorporate comments into the 90% Submittal. 7) Subconsultant Report Review. Perform brief independent reviews of deliverables prepared by the subconsultants (except PS&E). This includes but is not limited to survey basemapping; right of way calculations, exhibits, and legal descriptions; geotechnical report(s); potholing data; stormwater and hydraulic report(s); cultural resources report(s); and right of way materials and offers. Assumptions • This work includes only internal Consultant reviews and responses. • Client and partner reviews are included in other phases of work. • QC templates will be provided in the QMP and will be filled out and submitted with each final design submittal along with standard Consultant QC documentation. Deliverables • Draft Quality Management Plan in PDF • Final Quality Management Plan in PDF • Attendance at up to two (2) QA meetings with the City • Agendas, Meeting Summaries, and Action Items in Word and PDF • QC Documentation at each milestone deliverable in PDF Phase 21 Assistance During Bidding (OCI, CE, SCJ) Task 1 Bid Document Coordination 1) Bid Document Coordination. Coordinate with the City and bidding warehouses to ensure appropriate PDFs are delivered prior to advertisement of the project. Task 2 Requests for Information. 1) Requests for Information. (RFIs) that are received by the City by the Bidders. Responses will be prepared in formal documents and will be performed expeditiously. Up to sixty (60) hours is budgeted for this Task. Task 3 Addenda 1) Addenda. Prepare up to three (3) addenda for the project to provide clarification to questions on the PS&E for Bidding. Up to thirty (30) hours per addenda are budgeted for this Task. Task 4 Pre -Bid Meeting 1) Pre -Bid Meeting. Up to two (2) Consultant staff will attend the Pre -Bid Meeting at the City offices including the Project Manager and Design Manager. The City will plan and lead the meeting. The meeting will be up to one (1) hour. Task 5 Bid Tabulation Analysis 1) Bid Tabulation Analysis. Attend the bid opening and prepare an analysis of the bids to ensure accuracy of calculations, consistency, and identify potential inconsistencies. Provide the City a brief memo summarizing the bid tabulations and transmitting tabulated results. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 92 2.2.a SCJ ALLIANCE CONSULTING SERVICES Task 6 Conformed Plans and Project Manual 1) Conformed Plans and Project Manual. At the conclusion of the bidding phase, prepare a conformed set of Plans and the Project Manual that includes all addenda and forms completed by the low bidder. Assumptions • The Consultant will designate the Engineer of Record (EOR) as the single point -of -contact during the bidding phase. • The City will advertise and manage the bid process. • Up to ten (10) RFIs will be responded to by Consultant staff. Each RFI will require up to six (6) hours of Consultant staff time to respond. • The Consultant will not charge for additional RFI's if they are needed to correct or clarify errors or omissions in the bid documents out of compliance with the professional standard of care. • The City will issue the Addenda and the Consultant will provide plans and specifications necessary for the Addenda. • Up to three (3) addenda are included in this scope with up to thirty (30) hours of Consultant time required per addenda. • The Consultant will not charge for additional addenda if they are needed to correct or clarify errors or omissions in the bid documents out of compliance with professional standard of care. Deliverables • Electronic copies of the 100% Plans and 100% Project Manual in PDF via ftp site • RFI responses in PDF • Addenda packages in PDF • Attendance of up to two (2) Consultant staff at the Pre -Bid Meeting • Bid Tabulation Analysis Memo in PDF • Conformed Plans and Project Manual in PDF via ftp site Phase 22 Public Involvement (SO) This Phase to include the following work: Task 1 Public Involvement Plan 1) Public Involvement Plan. Collaborate with the City to develop a Public Involvement Plan (PIP) to outline the process for meeting with stakeholders, property owners, business owners, tenants, and the public. Discuss messaging and timing related to the corridor plan and propose a process through the Stage 3 project. Update plan based on feedback from the City. Include demographic information to identify secondary languages in use along the corridor. Provide a draft PIP and update based on comments from the City. Task 2 Stakeholder Working Group Meetings Stakeholder Working Group Meetings. The Stakeholder Working group will include the City and Consultant and representatives from Shoreline (2441h Street SW) Lynnwood (interconnect), Snohomish County, WSDOT, and Community Transit. Plan and lead up four (4) meetings of the Stakeholder Working Group. Meetings will be in -person at the City and will last up to one (1) hour. Up to two (2) Consultant staff will attend each Stakeholder Working Group Meeting including the Project Manager and Design Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 93 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES Manager. Prepare agendas, meeting summaries, and action items. Meetings will be held within a few weeks after the kickoff meeting, after the 30% Design Submittal, after the 60% Design Submittal and after the 90% Design Submittal. Additional coordination will take place at the Bi-Weekly Technical Team Meetings included in Phase 10. Task 3 Website Updates 1) Website Initial Update. Update the existing website's Stage 3 Project (www.edmondscorridor99.org) to include a project description, schedule, and status information for this project. Provide graphics using deliverables from other Phases of work and prepare new graphics specifically for the website. Provide a draft of the website revisions and update based on comments from the City. 2) Website Milestone Updates. Update the Stage 3 website pages at each milestone deliverable, including the 30%, 60%, 90%, 95%, and 100% Design Submittals and before the three (3) Open House events. Up to eight (8) website updates are included in this scope. Provide a draft of the website revisions and update based on comments from the City. Task 4 Public Mailings 1) Public Mailing #1. Prepare a two-sided, one -page public mailing describing the Stage 3 Project, including the project need (e.g., share updated crash history), inviting the public to the website and announcing Open House #1. Provide a Draft copy and update flyer based on feedback from the City. 2) Public Mailing #2. Prepare a two-sided, one -page public mailing to describe the Stage 3 Project and anticipated construction impacts and inviting the public to the website and Open House #2. Update flyer based on feedback from the City. 3) Public Mailing #3. Prepare a two-sided, one -page public mailing to describe the Stage 3 Project and anticipated construction impacts and inviting the public to the website and Open House #3. Update flyer based on feedback from the City. 4) Tenant Door -to -Door Invitations. Up to two (2) Consultant staff including the Project Manager and Design Manager will walk the corridor and handout Public Mailing #1, Public Mailing #2, and Public Mailing #3 to specifically invite the public to the Open Houses and briefly discuss the project with all tenants along the corridor. Task 5 Public Open Houses 1) Open House #1. Plan and facilitate Open House #1 with the public. The Open House will be up to three (3) hours and will occur in -person at the City after Mailing #1 and the 30% design update to the City Council . The purpose of this meeting is to present the updates to the project, the need for the project improvements, updated crash history, project improvements, and preliminary improvement plans to the public for their input. Prepare graphics to support the messaging to the public. Up to six (6) Consultant staff will attend the open house including the Project Manager, Design Manager, Roadway Lead, Environmental Lead, Arts/Landscape Reviewer, and Arts/Landscape Lead. Provide information handouts and comment forms for attendees. 2) Open House #2. Plan and facilitate Open House #2 with the public. The Open House will be up to three (3) hours and will occur in -person at the City after Mailing #2 and the 60% design update to the City Council. The purpose of this meeting is to present the updates to the design of the project and prepare the public for the SEPA and final design phases. Prepare graphics to support the messaging to the public Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 94 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES Up to six (6) Consultant staff will attend the open house including the Project Manager, Design Manager, Roadway Lead, Environmental Lead, Arts/Landscape Reviewer, and Arts/Landscape Lead. Provide information handouts and comment forms for attendees. 3) Open House #3. Plan and facilitate Open House #3 with the public. The Open House will be up to three (3) hours and will occur in -person at the City after Mailing #3 and the 90% design update to City Council. The purpose of this meeting is to present the updates to the design of the project and prepare the public for upcoming construction. Prepare graphics to support the messaging to the public. Up to six (6) Consultant staff will attend the open house including the Project Manager, Design Manager, Roadway Lead, Environmental Lead, Arts/Landscape Reviewer, and Arts/Landscape Lead. Provide information handouts and comment forms for attendees. Task 6 Property Owner Meetings 1) Property Owner Information. The Consultant will develop a property owner contact list based on the Snohomish County Parcel Information currently available online and will update prior to mailings and workshops. 2) Property Owner Workshops. Work with the City to identify property owners along the project corridor and those most likely to vocalize their support for or opposition to the project. The City will plan, and lead and the Consultant Project Manager will attend up to four (4) workshops with groups of property owners to introduce them to the improvements and show the expected impacts to their access and properties. It is anticipated that two (2) of these meetings will occur after the 30% Submittal and two (2) will occur after the 60% Submittal. Subsequent property owner meetings are included in Phase 22. Meetings will be held in -person at the City and will last up to two (2) hours each. Prepare figures to show the improvements and impacts to the property owners. These will include updated roll plots that will be prepared for Open House #1 and Open House #2. Task 7 City Council Meetings 1) Parks and Public Works (PPW) Committee Meetings. Plan and attend up to three (3) PPW Committee Meetings after the 30% Design Submittal and prior to Open House #1, after the 60% Design Submittal and prior to Open House #2, and after the 90% Design Submittal and prior to Open House #3.. Typically, these meetings will occur one week prior to the City Council meetings. Prepare PowerPoint presentations for each meeting based on the Open House Materials or Summarizing the Project Construction Contract Award. The Consultant Project Manager will attend these meetings and assist in the presentation of the information and response to comments. Meetings will last up to two (2) hours and will take place in -person at the City. 2) City Council Meetings. Plan and attend up to three (3) City Council Meetings after the PPW Committee Meetings described in Subtask 1. Typically, City Council Meetings occur one week after the PPW Committee Meetings. Update PowerPoint presentations developed for the PPW Committee Meetings based on feedback from the PPW Committee. The Consultant Project Manager will attend these meetings and assist in the presentation of the information and response to comments. Meetings will last up to four (4) hours and will take place in -person at the City. Assumptions • The City will host the website at www.EdmondsCorridor99.org. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 95 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES • The Consultant will have full editorial access to make updates to the website content and will make the updates in Task 3. • The City will be responsible for printing and mailing of all public mailings and providing mailers for the tenant door-to-door handouts. • The City will supply meeting space for the Stakeholder Working Group meetings, public open houses, and property owner meetings. • Meeting handouts and comment forms will be printed for distribution at the Open Houses. • Open House materials will be plotted and mounted for in -person open houses. • Open Houses are assumed to be in -person. • The City will provide translation of any materials requiring multiple languages. Deliverables • Draft Public Involvement Plan in PDF • Final Public Involvement Plan in PDF • Draft Stakeholder Presentations in PowerPoint and PDF • Draft Stakeholder Presentations in PowerPoint and PDF • Attendance of up to two (2) Consultant staff at up to four (4) Stakeholder Working Group Meetings • Agendas, Meeting Summaries, and Action Items in Word and PDF • Draft Website content in PDF and native formats • Final Website content in PDF and native formats • Draft Public Mailings in PDF • Final Public Mailings in PDF • Copies of Public Mailings for Door -to -Door handouts • Door -to -Door handouts of tenant materials at up to thirty (3) properties (with multiple tenants per parcel) • Draft Open House materials and presentations in PowerPoint and PDF • Final Open House materials and presentations in PowerPoint and PDF • Plotted and mounted open house exhibits • Attendance of up to five (5) Consultant staff at up to three (3) Open Houses • Property Owner Mailing list and updates in Excel • Attendance of up to one (1) Consultant staff at up to four (4) Property Owner Workshops • Plotted and printed Property Owner Workshop Exhibits also in PDF • Attendance of up to one (1) Consultant staff at up to four (4) PPW Committee Meetings • Draft PPW Committee presentations in PowerPoint and PDF • Final PPW Committee presentations in PowerPoint and PDF • Attendance of up to one (1) Consultant staff at up to four (4) City Council Meetings • Draft City Council presentations in PowerPoint and PDF • Final City Council presentations in PowerPoint and PDF Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 96 2.2.a SCJ ALLIANCE CONSULTING SERVICES Phase 23 NEPA and SEPA Documentation (HRA, CEC, MMA, and SCJ) Task 1 NEPA Documentation (SCJ and MMA) 1) WSDOT Meeting. Meeting with WSDOT Environmental staff. After project kick-off, an initial meeting with WSDOT Local Programs will be critical to confirm the level of NEPA documentation and any technical analyses required for this project. It is assumed a Documented Categorial Exclusion (DCE) will be the appropriate level for this Stage 4 project. 2) NEPA Documentation. Consultant will complete the NEPA documentation following WSDOT Environmental Manual procedures. This will include preparation of a NEPA ECS Form and coordination with the City and WSDOT. 3) Environmental Justice Technical Memorandum. Consultant will prepare an Environmental Justice (EJ) Technical Memorandum in compliance with Chapter 460 of the WSDOT Environmental Manual. The EJ memo will identify and address potential disparate impacts and disproportionate high and adverse effects associated with the project on underserved populations. 4) Traffic Noise Assessment (MMA). The analysis will be based on the guidelines presented in the current Federal -Aid Policy Guide, Subchapter H, Part 772, Procedures for Abatement of Highway Traffic Noise and Construction Noise (FHWA 2010) and the 2011 Traffic Noise Policy and Procedures (WSDOT 2012). The project will be reviewed to determine the level of noise analysis required under the FHWA and WSDOT policy. Under FHWA and WSDOT, only projects that are determined to be a Type 1 project are required to have a detailed noise study. For a project to be considered Type 1, the project must meet one or more of the following criteria: • The construction of a highway on a new location; or, • The physical alteration of an existing highway where there is either: • Substantial Horizontal Alteration. A project that halves the distance between the traffic noise source and the closest receptor between the existing condition to the future build condition; • Substantial Vertical Alteration. A project that removes shielding, therefore exposing the line -of -sight between the receptor and the traffic noise source. This is done by either altering the vertical alignment of the highway or by altering the topography between the highway traffic noise source and the receptor; or • The addition of a through -traffic lane(s). This includes the addition of a through -traffic lane that functions as a HOV lane, High -Occupancy Toll (HOT) lane, bus lane, or truck climbing lane; or, • The addition of an auxiliary lane, except for when the auxiliary lane is a turn lane; or, • The addition or relocation of interchange lanes or ramps added to a quadrant to complete an existing partial interchange; or, • Restriping existing pavement for the purpose of adding a through -traffic lane or an auxiliary lane; or, • The addition of a new or substantial alteration of a weigh station, rest stop, ride -share lot, or toll plaza. If a project is determined to be a Type I project under this definition, then the entire project area as defined in the environmental document is a Type 1. The initial review of the project area indicates that the proposed project may not meet these criteria on any noise -sensitive properties as defined under FHWA and WSDOT policy. The project will not add any new through lanes and does not appear to change the vertical or horizontal alignment sufficiently to Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 97 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES meet Type 1 requirements (half the distance to the travel lanes or expose a previously shielded receiver). If no Type 1 components are identified, then a detailed noise analysis may not be required, and a brief technical memorandum will be prepared to support those findings. If the review determines the project meets the Type 1 requirements, then the contingency task provided may be required. Task 2 SEPA Checklist (SCJ) 1) Draft SEPA Checklist. Prepare a Draft SEPA Checklist in compliance with the City's Planned Action for the Highway 99 Subarea (Ordinance No. 4079). The SEPA Checklist will analyze the Stage 3 project components and will focus on those aspects not covered by the 2017 Planned Action EIS or areas requiring mitigation, such as stormwater design and impacts. 2) Final SEPA Checklist. Prepare a Final SEPA Checklist based on comments received from the City and Consultant Team on the Draft SEPA Checklist. Task 3 Cultural Resources Reporting (HRA) 1) 106 Coordination. Early coordination with WSDOT Local Programs will determine if the project is exempt from Section 106 (and EO 21-02 analysis). Due to the extent of ground disturbance, it is assumed a Section 106 analysis will be required. If it is determined Section 106 is required, the Consultant will prepare draft area of potential effect (APE) and consultation letters (SHPO and the Tribes) for use by WSDOT, as outlined in Task 3, Subtask 2 below. 2) APE Definition. Prepare Draft and Final APE Definition Memoranda to support consultation with DAHP and additional stakeholders. Conduct background research within .5 mi of the project area, using assessor's records, SHPO's WISAARD database, and historic maps and aerials to identify cultural resources within .5 mi of the area of direct impact. Results of this research will be presented along with a proposed APE and methods for a cultural resources study in a memo for submission to all consulting parties. A draft memorandum will be submitted for comment and a final will be prepared to respond to comments. 3) Survey and Inventory. Upon approval of the APE and methods memo, conduct a cultural resource study following the approved methods. Tasks will include additional archival research, archaeological survey, if required, and built environment survey and inventory of all unevaluated resources 45-years old or older within the approved APE. Surveys and evaluations will meet Washington Standards for Cultural Resource Reporting, as revised in 2022. 4) Cultural Resources Report. Prepare Draft and Final Cultural Resources Reports to document the results of archival and field research. Once field studies and archival research has been completed, prepare a Draft and Final Cultural Resources Report documenting the results of its archival and field research and providing recommendations regarding the eligibility of surveyed resources to the National Register of Historic Places under all criteria for listing. The report will include: a project description, regulatory context, APE definition, cultural context, methodology, background research results, field research results, and conclusions and recommendations. A draft report will be submitted for comment and a final will be prepared to respond to comments. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 98 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES Task 4 Biological Assessment (CEC) 1) Biological Assessment. Prepare a Biological Assessment (BA) for the Project, per the requirements of Section 7 of the federal Endangered Species Act (ESA). The BA will follow the guidance provided in the current WSDOT Advanced BA Training Manual. The project area for the BA is considered to include the project footprint (i.e., location of construction and construction ingress/egress) and any necessary/related on -site or off -site mitigation (unless purchasing mitigation credits). The action area is considered to include the surrounding environment likely to experience "effects" from the project. The BA will outline the project description and analyze the level of direct effects, delayed consequences, effects of interrelated and interdependent actions, as well as cumulative effects if necessary. The resource information presented in the BA will be based on existing information and data collected during a site visit, as applicable. The BA will also include an analysis of Essential Fish Habitat (EFH), per the Magnuson -Stevens Fishery Management and Conservation Act (Magnuson -Stevens Act), which requires federal agencies to consult with the NMFS for actions they fund, authorize, or permit that could impact EFH for Pacific salmon, groundfish and/or coastal pelagic species. 2) Draft BA Report. Prepare a draft BA for review by the City prior to submittal to WSDOT. Comments received from the City on the Draft BA will be addressed in Subtask 4 Final Draft BA Report. WSDOT will be the designated non-federal lead agency under Section 7 of the ESA; thus, the BA will be prepared per WSDOT guidance on preparation of BAs. 3) Final Draft BA Report. Prepare a Final Draft BA Report that will address comments received from the City. The Final BA Report will be submitted to WSDOT for review. 4) Final BA Report. WSDOT comments will be incorporated into the Final BA Report. As the designated non-federal lead agency under the ESA and the Magnuson -Stevens Act, WSDOT will be responsible for requesting and completing the Section 7 consultation with the U.S. Fish and Wildlife Service (USFWS) and the National Marine Fisheries Service (NMFS). WSDOT will also be responsible for consultation with NMFS per the requirements of the Magnuson -Stevens Act. Task 5 Hazardous Materials Assessment Conduct a hazardous materials environmental assessment to identify and evaluate the potential presence of subsurface contaminants that may be encountered during project construction or could pose potential environmental liability associated with property acquisitions. The hazardous materials assessment for the project corridor will include the following subtasks: 1) Environmental Document Review. Obtain and review readily accessible environmental records for the project corridor and adjacent properties. A subcontracted database service, such as Environmental Data Resources (EDR)/Lightbox, will be used to obtain a listing of environmental regulated properties for the project corridor and immediate vicinity. Available records and databases include Environmental Protection Agency (EPA) listed and Washington State Department of Ecology (Ecology) listed sites. 2) Technical Document Review. Review technical documents and reports available online from Ecology or provided by SCJ concerning previous environmental investigations for the project corridor and adjacent moderate and high -risk properties. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 99 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES 3) Historical Photo Review. Obtain and review historical aerial photographs, topographic maps, and Sanborn Fire Insurance maps for the project corridor vicinity. Reverse city directories will also be reviewed for the project corridor roadways. 4) Visual Assessment. Conduct a visual reconnaissance of the project corridor to observe current land uses and activities pertaining to the potential for subsurface contaminants to adversely impact the project site. The properties being considered for real property easements and / or acquisition, as provided by SCJ, will be included as part of the visual reconnaissance. However, the reconnaissance will be limited to features readily observed from publicly accessible corridors and shall not include entering private properties or viewing conditions within buildings (i.e., a windshield survey). The site reconnaissance will include noting the presence and approximate locations of environmental conditions or associated physical features identified during the environmental records review. 5) Evaluate Data. Evaluate the resulting data with respect to potential property acquisitions, and potential impacts of subsurface contaminants during project construction. This might include identifying areas of potential soil contamination, management and disposal of contaminated soil, and treatment requirements for dewatering effluent. 6) Prepare Report. Prepare a hazardous materials analysis report in accordance with the local agency and Washington State Department of Transportation (WSDOT) requirements for a "mid -level" or "high-level" hazardous materials environmental assessment. The report may include recommendations for additional environmental assessment work (e.g., Phase I or Phase II Environmental Site Assessments [ESA]), potential impacts on property acquisition and construction, and potential mitigation measures that could be used to minimize contaminant -related impacts. Assumptions • Up to two (2) hour long meetings are estimated between HWA and SCJ to coordinate the hazardous materials assessment. • One round of review of the hazardous materials environmental assessment will be required. • Hazardous materials environmental assessments are not considered to be a Phase I ESA that adheres to the American Society for Testing and Materials (ASTM) standards. If the hazardous materials environmental assessment reveals issues that could impact the project and/or project property acquisition, more detailed investigations, which may include Phase I ESAs or Phase 11 ESAs (which could require traffic control plans), may be recommended. If further investigation is recommended, a scope of work and cost estimate will be provided at that time. • Based on the current project description, it is assumed this project is covered under a Federal Highway Administration's (FHWA) Categorical Exclusion (CE) (23 CFR 771.117). • Ground disturbance will exceed 18 inches and may be subject to Section 106 analysis. The project may be exempt from Section 106 per the list of Exemptions (#2) listed in Appendix J of the NEPA Categorical Exclusion A Guidebook for Local Agencies, October 2019. • Information presented in the 2017 Planned Action EIS will be extracted, as appropriate, for use in the SEPA Checklist. • No technical reports, other than those described in this scope of work, will be required to complete the NEPA DCE and SEPA Checklist. A screening level hazardous material assessment will be incorporated into the NEPA and SEPA documents. • It is anticipated that a Mitigated Determination of Non -Significance (MDNS) will be issued. Technical reports prepared for the NEPA document will be used for the SEPA Checklist. • The City will prepare the MDNS with assistance from the Consultant. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds I Packet Pg. 100 2.2.a i� SCJ ALLIANCE CONSULTING SERVICES • Information on the SEPA process, findings, and ways to provide public comment, as appropriate, will be presented at the Public Open Houses outlined in Phase 22. A separate public hearing for the SEPA process will not be required. • The stormwater report included in Phase 12 will be sufficient for environmental documentation. • If a Section 106 analysis is prepared pursuant to NEPA, analysis per EO 21-02 will not be required. • The project will require formal consultation under ESA Section 7 if it will result in increased impervious surface area, increased roadway capacity and/or does not provide 100% infiltration of all stormwater within the project area (per the latest guidance from NMFS and WSDOT).The project description, will include information necessary for initiating consultation with NMFS, including volume and area of excavation and fill, existing and proposed impervious surface area, location, sizing and efficiency of stormwater treatment and detention facilities (if required), general construction equipment and methods, avoidance and minimization measures, timing and duration of construction activities. • No hazardous materials are known to exist within the project boundaries. • If in -ground cultural investigation is required, additional scope will be added to complete that work. • If a detailed noise analysis is required, it will be added by future amendment. Deliverables • Draft WSDOT ECS Form in Word and PDF • Final WSDOT ECS Form in PDF • Draft Environmental Justice Technical Memorandum in Word and PDF • Final Environmental Justice Technical Memorandum in PDF • Draft Traffic Noise Analysis Technical Memorandum in Word and PDF • Final Traffic Noise Analysis Technical Memorandum in PDF • Draft SEPA Checklist in Word and PDF • Final SEPA Checklist in PDF • Draft APE Definition Memorandum in Word and PDF • Final APE Definition Memorandum in PDF • Draft Cultural Resources Report in Word PDF • Final Cultural Resources Report in PDF • SHPO and Tribal Consultation Letters for WSDOT's use • Draft BA Report in Word and PDF • Draft Final BA Report in PDF • Final BA Report in PDF • Draft Hazardous Materials Environmental Assessment in PDF • Final Hazardous Materials Environmental Assessment in PDF Phase 24 Permitting Task 1 Permitting 1) Identify Required Permits. Coordinate with Edmonds, WSDOT and the utility companies to determine which permits will be necessary for this project. 2) WSDOT Right of Way Permit. Coordinate with the City to prepare and submit a right of way permit for the work within WSDOT limited access. Include the DA/PDA Documentation prepared in Phase 7. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds I Packet Pg. 101 2.2.a SCJ ALLIANCE CONSULTING SERVICES 3) Ecology Construction Stormwater General Permit. Prepare and submit a Notice of Intent (NOI) to the Washington Department of Ecology to obtain a Construction Stormwater General Permit (CSWGP) for the project after the 90% Design Submittal. Once obtained, prepare a Permit Transfer Form and provide to the Construction Contractor at the award of the construction contract to be completed and submitted. The Construction Contractor will be responsible for paying for the CSWGP. Monitor the Ecology website for status until the permit is issued. Assumptions • The scope of work may trigger additional permits that will be scoped as additional work under Phase 29. • Permit fees will be paid for directly by the City or the Construction Contractor. • WSDOT signal permits are not required. If needed, they will be added in a future amendment. Deliverables • Permit applications and supporting information in PDF Phase 25 Right of Way Calculations (1AG) Task 1 Right of Way and Parcel Resolution and Acquisitions, Exhibits, and Descriptions Perform cursory checks of right of way resolved in prior scope of work along with additional field work, and additional Title Report Review to resolve up to twenty-one (21) parcels within the project area. 1) Research and Public Records. Publicly available records (County, DNR, etc.) will be investigated and that data stored digitally and utilized for preliminary investigation and field work planning efforts. 2) Field Efforts and Cadastral Monumentation. Utilizing the survey control network set in 2017, deploy a team to the field to perform the recovery, recording, and mapping of any additional monumentation and lines of occupation that might aid in the parcel resolutions. 3) Office Processing, Calculations, and Resolution. This Task includes the office processing of the collected survey data, data extraction, field book note reductions, CADD drafting, and other duties required. Up to twenty-one (21) title reports Title Reports will be needed and will be acquired . Assumptions • Title report updates, if needed, are not included. • Boundary corners will not be set as a part of this scope. • A record of survey is not included in this scope. Deliverables • AutoCAD drawing showing calculated right of way and existing easements as described in the provided title reports • Stamped and signed right of way acquisition exhibits and legal descriptions in PDF • Legal descriptions and exhibits in Word and PDF Phase 26 Right of Way Plans (SCJ) Task 1 60% Right of Way Plans 1) 60% Right of Way Plans. Prepare WSDOT-format Right of Way Plans. Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds I Packet Pg. 102 2.2.a SCJ ALLIANCE CONSULTING SERVICES Assumptions • The calculations for right of way plans will be performed in Phase 25 and this work includes only the consolidation of that information into WSDOT format right of way plans and the layout of right of way takes and TCEs for future calculation. • Right of Way plans will be submitted to WSDOT for review at the 60% submittal as Draft. Deliverables • 60% Right of Way Plans in PDF Phase 27 Right of Way Acquisition Design Support (SCJ) This phase is reserved for future work. No work is included in this scope. Phase 28 Right of Way Acquisition (RESGNW) Task 1 Right of Way (ROW) Coordination 1) ROW Coordination Meetings. The Right of Way Acquisition Lead will attend up to four (4) meetings from Phase 1, including the project kick-off. Task 2 Project Funding Estimate (PFE) 1) PFE. Following review of the 60% Right of Way Plans, prepare a Funding Estimate for all impacted parcels. The PFE will follow the WSDOT format for federal projects. Assumptions • Federal funding is included in this project. Deliverables • Attendance of the Right of Way Acquisition Lead at up to four (4) coordination meetings including the project kick-off • Project Funding Estimate in Excel and PDF Phase 29 Management Reserve (All) Task 1 Management Reserve 1) Management Reserve. A Management Reserve equaling approximately 5% of the contract total is established for future work yet to be defined. In addition to added level of effort, specific items of work that are expected to be added to the scope and fee include, but are not limited to the following, if needed: • City -owned utility conversion designs • City -owned utility relocation designs • Art features design (except uplighting) • Phase I Environmental Assessment(s) • Phase II Environmental Assessment(s) • Title Report Updates • Detailed Noise Analysis Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds I Packet Pg. 103 2.2.a SCJ ALLIANCE CONSULTING SERVICES END of SCOPE OF WORK Edmonds_ Hwy99_Stage _3_Scope _2022-0806. docx Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds 1 Packet Pg. 104 2.2.a SCJ ALLIANCE CONSULTING SERVICES SCOPE -ATTACHMENT 1 HIGHWAY 99 GATEWAY -REVITALIZATION PROJECT - STAGE 3 The following table shows the Plans expected per submittal. This is an estimate of the sheets required tc complete the scoped work; however, sheets may be added or removed for clarity or preference without affecting the scope of work and added scope will only be considered if the limits of work or type of work is substantially changed. SHEET DESCRIPTION low 30% "IIIIIIIIIW .0 •000 SUBMITTALl SUBMITTAL SUBMITTAL Cover Sheet 1 1 1 Index Sheets 2 2 2 Legend, General Notes & Abbreviations 1 1 1 Key Map 1 1 1 Alignment Plans 7 7 7 Right of Way Plans 0 7 7 Site Prep Notes and Details 1 2 2 Site Prep Plans 7 7 7 Roadway Typical Sections 3 3 3 Paving Notes 1 1 2 Paving Plans 7 7 7 Paving Details 0 6 6 Profiles 0 7 7 Curb Ramp and Island Plans 7 7 7 Intersection Grading Plans 0 3 3 Driveway Profiles and Details 0 5 5 Stormwater Plans 7 7 7 Stormwater Profiles 0 7 7 Stormwater Details 2 4 4 Channelization Notes and Details 1 2 2 Channelization Plans 7 7 7 Signing Notes and Details 1 2 2 Signing Schedules 2 4 4 Signing Plans 7 7 7 Signal Plans SR 99 at 238th Street SW 4 4 4 Signal Plans SR 99 at 244th Street SW 2 2 2 Illumination and Interconnect Notes and Details 3 3 3 Illumination, Interconnect and RRFB Plans 7 7 7 Transit Stop and Station Notes and Details 1 4 4 Transit Stop and Station Plans 2 2 2 Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds Packet Pg. 105 2.2.a SCJ ALLIANCE CONSULTING SERVICES DESCRIPTION Retaining Wall Plans SUBMITTALSHEET 0 SUBMITTAL 2 1 2 Retaining Wall Profiles and Details 0 0 2 Joint Utility Trench Notes 1 1 1 Joint Utility Trench Plans 7 7 7 Joint Utility Trench Profiles 0 7 7 Joint Utility Trench Details and Typical Sections 0 5 5 Landscape Notes and Details 1 2 3 Landscape Plans 7 7 7 Irrigation Notes and Details 1 3 3 Irrigation Plans 7 7 7 Irrigation Profiles 0 3 3 Irrigation Details 0 3 3 Art Features/Uplighting Notes and Details 0 2 2 Art Features/Uplighting Plans 7 7 7 Staging Plans 0 6 6 Traffic Control Plans 0 7 7 Pedestrian Control Plans 1 0 1 5 7 a Highway 99 Gateway -Revitalization Project Stage 3: Scope of Work O City of Edmonds Packet Pg. 106 2.2.a Exhibit B DBE Participation Plar In the absents 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. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 107 2.2.a 1—� SCJ ALLIANCE CONSULTING SERVICES Exhibit B — SBE Participation Plan To Bertrand Hauss, PE I City of Edmonds From: Lisa Reid, PE, PMPP-'i�Zof Date: October 21, 2022 HLP-CNWA(022): Highway 99 Gateway -Revitalization Stage 3 — 2441" St SW to 2381" St SW Project: Contract No. LA-10229 Subject DBE Participation Plan SCJ Alliance proposed to use the following certified Small Business Entities (SBEs) for the Highway 99 Stage 3 Project. The proposed use of SBE firms is based on an assumed contract total of $3,227,071 with a voluntary participation level of 10%. TOTAL CONTRACT VALUE $3,227,071 Subconsultant Firm Certification(s) Amount Contracted Percent of Total Contract Concord Engineering DBE, MWBE $65,313 2.0% HWA GeoSciences DBE, MWBE $94,756 2.9% Michael Minor & Associates DBE, MBE $1,655 0.1% Osborn Consulting Inc. DBE, WBE $725,445 22.5 c RES Group NW DBE, MWBE $7,886 0.2% TOTALS $895,055 27.7% Please contact me at Lisa.Reid@scoalliance.com or 206.730.5278 if you have any questions. 1201 Third Ave, Suite 550 • Seattle, WA 98101 • Office 206.739.5454 • Fax 360.352.1509 • scjalliance.com Packet Pg. 108 2.2.a Exhibit C Preparation and Delivery of Electronic Engineering and Other Date 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 Basemap and surface dtm in AutoCAD Civil3D 2022 NAD 83/91 coordinate system for horizontal control NAVD 88 for vertical control B. Roadway Design Files Plans in AutoCAD Civil3D 2022 and PDF PDF in BlueBeam Revu 20 C. Computer Aided Drafting Files See above. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 109 2.2.a D. Specify the Agency's Right to Review Product with the Consultant Unrestricted. E. Specify the Electronic Deliverables to Be Provided to the Agency Plans in AutoCAD Civil 3D 2022 and PDF Project Manual in Microsoft Word (version and PDF Estimate in Microsoft Excel and PDF Schedule in Microsoft Project and PDF Other deliverables in Microsoft Office Suite and/or PDF F. Specify What Agency Furnished Services and Information Is to Be Provided Right of way process, documents, and templates in Microsoft Word, Microsoft Excel, and/or PDF Utility franchise agreements in Microsoft Word and/or PDF Available stormwater as-builts, hydraulic reports, geotechnical reports, and other background information in the Project area that are available in its archives in available CAD format and/or PDF Existing water and sanitary sewer as-builts for the Project area in available CAD format and/or PDF Division 1 Boiler Plate for WSDOT/APWA Specifications in Microsoft Word LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 110 2.2.a K Any Other Electronic Files to Be Provided None III. Methods to Electronically Exchange Data SCJ Alliance's FTP site, https://files.scjalliance.com/ City's FTP site, https://files.edmonds.wa.us/ LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 111 2.2.a A. Agency Software Suite N/A B. Electronic Messaging System N/A C. File Transfers Format N/A LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 112 2.2.a Exhibit D Prime Consultant Cost Computation; LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 113 Exhibit D-1 Page] of 19 \/,}//}\„\\\\\\\}})\°°\ ) §a5a =\ ƒ kk (¥E ■ i R «« 4 ! all \/ a aaaaaaaa ! :a 4!# (\ : 2 }})\}}}\ ` k rl - , ,,,, ,,, ;��,:,..�aa! §)!!§■ ! }}}})}i}i\ \i 2 ---------------- \ a 2 �---�!\\ \} ----�__ _?- §\i 9 :- Iƒƒ -E E - ;#!JIli;iiii+){i - 4! „w!!;!!!!lr•;.»=_ ` _ _ - _ _ - �� } ))))))))))))))))}))))})( § ( Packet Pg. 114 Exhibit D-1 2 2 a Page 2 of 19 Consultant Fee Determination Summary - Exhibit D-1 SCJ Alliance Client: City of Edmonds Project: Highway 99 Gateway-Revilatkation, Stage Job N: 21-P00551 File Name: Edmonds_Hwy99_Stg3_FEE_2022-1017.xlsx Consultant Fee Determination DIRECT SALARY COST Classification Hours Direct Hourly Rate Principal 28.0 $104.95 Principal 1,198.0 $111.17 Senior Project Manager 44.0 $78.71 PM2 Project Manager 1,178.5 $62.67 E4 Engineer 1,198.5 $56.54 E4 Engineer 428.5 $56.03 E4 Engineer 1,723.5 $53.35 E2 Engineer 1,074.0 $37.47 Senior Planner 155.5 $50.23 PM3 Project Manager 208.0 $66.15 E4 Engineer 731.5 $52.33 E2 Engineer 374.0 $35.62 Principal 40.0 $65.02 PM3 Project Manager 320.0 $45.21 L3 Landscape 194.0 $38.82 PM3 Project Manager 38.0 $49.03 L4 Landscape 386.0 $42.16 Senior Technician 1,349.0 $47.63 Senior Consultant 167.0 $77.21 P2 Planner 112.0 $35.58 Project Accountant 518.0 $35.38 OVERHEAD Overhead Rate: 151.97% Direct Salary Cost: $652,769.61 FIXED FEE Fixed Fee Rate: 33.20% Direct Salary Cost: $652,769.61 TOTAL SALARY COST SUBCONSULTANTS 1 Alliance Geomatics (Survey) PHASE 03 1 Alliance Geomatics (ROW Calcs) PHASE 06 Concord Engineering (Electrical) EST Multiple Phases Confluence Environmental Co. (Critical Areas, ESA) PHASE 19 Historical Research Associates (Cultural) PHASE 19 HWA GeoSciences (Geotechnical) PHASE 09 HWA GeoSciences (Haz Materials) PHASE 09 Michael Minor & Associates (Noise) PHASE 19 Osborn Consulting Inc (Stormwater) Multiple Phases RES Group NW (Right of Way Acquisition) PHASE22 Subconsultant Fee Subtotal: $0 REIMBURSABLE EXPENSES SCJ ALLIANCE Template Version: 9/9/2022 Contract Type: LAG Contract Total Direct Salary Cost Overhead Cost Fixed Fee Cost Total Salary Cost Select Phase Select Phase MULTIPLE PHASES NEPA AND SEPA DOCUMENTATION (HRA, CE NEPA AND SEPA DOCUMENTATION (HRA, CE Select Phase Select Phase NEPA AND SEPA DOCUMENTATION (HRA, CE MULTIPLE PHASES RIGHTOF WAY ACQUISITION (RESGNW) Amount $2,939 $133,182 $3,463 $73,857 $67,763 $24,009 $91,949 $40,243 $7,811 $13,759 $38,279 $13,322 $2,601 $14,467 $7,531 $1,863 $16,274 $64,253 $12,894 $3,985 $18,327 $652,770 $992,014 $216,720 $1,861,503 $169,378 $41,996 $65,313 $13,401 $10,038 $82,342 $12,414 $1,655 $725,445 $7,886 $1,129,868 Misc Expenses (incl. Mileage) 0.2% of the Direct Salary Costs $4,000 Printing/Reproduction 1 Submittal $5,000 per submittal $5,000 Title Reports 21 Reports $1,200 per report $25,200 Potholing 25 each $1,500 per mile $37,500 Traffic Control for Potholing 1 each $10,000 $10,000 Expenses Subtotal: $81,700 SUBTOTAL (SALARY, SUBCONSULTANTS AND EXPENSES) Subtotal (Salary, Subconsultants and Expenses) $3,073,071 MANAGEMENT RESERVE FUND (MRF) Management Reserve (5%Subtotal): $154,000 $154,000 Total Estimated Budget: $3,227,071 10/21/2022 Packet Pg. 115 Exhibit D-] 2.2.a Pagea&] \\!! & (0) a! � .; ,§ (L § m !! . f ` f +� §! % f _ � � o Z`I ' (•� !' £ � § tm _ -- . § / - . 0 |! !•! !� |{ 7 _ § � � 2 � a - - - ( _ !{ \ §;){ { § Packet Pg. 116 Exhibit D1 2.2.a PgR§d]9 & (0) !|° � Q ,§ (L § � f !| . f ` f +� §! % f _ IL � o \. J (•� !' � £ k tm _ % § / a , 0 An §) !! > _ § � } E 4� tm | _ ` k ! k a \ /E kE) �!{\\) )!}))) § §) !!!!!] !ff /\ 2 � « Packet Pg. 117 � } 2 a! - i] $|} / !| !! §| !!| - \ - \}){ |!!!I!!!z! |!l�,; Exhibit D-1 Page 5 of 19 Packet Pg. 118 Exhibit D 1 2� ed19 ] )!} \\ !)\) )\( )k\ )})kk\ & CO � !| !| a § � f !| . f ` f +� §! % f _ � � o M #.! ! E tm _ !! ( % -- , § / - ^ a , i ' _ § � } E $ 2 ) \/) A - {/{ 2 Packet Pg. 119 Exhibit D] Pa 7 91 ] & CO . )|° � Q ,§ !| !| a § : f !| . f ` f +� §! % f _ � o \. J (•� !' £ � k !! ( % § / - a , 0 |! !•t ! |{ > _ § � } E � /) § E ;t! -/- :- {)k Packet Pg 120 Exhibit D-1 arie a f19 & !| !| a § m % § ` f +� §! % f _ (L � o & #.! ! (•� !' £ � § -- . - § / - 4 g, _ § � } E $ \ \ \ \ \ \ \ \ \ tm � m ` - _ u !;!!!!!{ 2 Packet Pg. 121 � } 2 - a! t !) .! .� ; ; : : : : §! / •$ - a! ! $\ ) ) ) ) ) { )) ! to E ! %!!{f i! �\ Exhibit D-1 Page g of 19 Packet Pg. 122 � } 2 Exhibit D-1 Pa e]O of 19 »! i/ f) !| !! :: !» �!! -- :: -9 - _ -}§\a Packet Pg. 123 Exhibit D 1 2� P gf 1 ,f19 & ..... CO Q =! ] !] a § m !| m . f !! §! 0 f _ (L � o M #.! ! % � § tm _ 0 0 "^ a |! !•! ! |{ T _ § � } E $ \ \ \ \ \ \ \ \ \ tm � E E � )\\\ )\ Pack !Pg 124 Exhibit D 1 2� Page 1 f19 ---- - - - - -- \{) } & ... CO � ] !] a § m % f _ . . „ (L � o k (•� !' E % § 2 � IL ° ! |{ > _ § } E $ - � E . - Pack tPg 125 Exhibit D1 o =g=\ & CO !| !| a § m . !| m f 2 ` � f 0 f _ . . � � o (•� !' £ � § tm _ § � � - 0 ' _ § � } E $ _ 2 \/ ` « . Packet Pg. 126 � } 2 i/ f) :! ®� ] !! ; ) § § \f •$ t! !#| { ) { )) ) ) ) { Exhibit D-1 Page14 of 19 Packet Pg. 127 � } 2 Exhibit D-1 Fage 15 of 19 ^!! *!!!!\§ !| !! ) { ) o )) o .) .) k ) !! —� ) §|( } ! {) -- ! /) !! Packet Pg. 128 rage ., a! , i/ f) ] !! h .f $|} / k§ / !| !! ) ) ) { ) { ) )) { ) ) E --- ) Exhibit D 1 2� 16 G 19 Packet Pg. 129 E hibi D 1 2� � 7 f g , \)\ & CO) � Q ,§ (L § � \ § 0 ] �) 2 .! .| ` f +� §! % f _ , (L � o \. J (•� !' £ � k tm _ % § / - ` a , 0 ' §) !! > _ § � } o o E > o o o§ - - - - - - - tm ! ! ! ! ! ! ! 12 J !) � � 2 a _ _ ¥ � cr E/ / k ) }000 § R\) !!! !;! ,;-:z ) ).,,, rPackt Pg 130 \gI Exhibit D-1 2.2.a \ 2/ Pag 18 0 ] \ & CO Q =! (L § m § 2 .! .| ` f % f _ � � o \. J £ (•� !' � k § / - a _ § � } E I 2 _ � Q _ ) :: ; IzE Packet Pg. 131 Exhibit D-1 2 2 a Page 19 of 19 Packet Pg. 132 Exhibit D- Page 1 of Consultant Billing Rate Schedule - Exhibit D-2 SO Alliance Client: City of Edmonds Project: Highway 99 Gateway- Revilatlization, Stage 3 Job #: 21-P00551 File Name: Edmonds _Hwy99_Stg3_FEE_2022-1017.xlsx Date: 10/20/22 Actuals Not To Exceed Billing Rate Hourly Rate Table Format: Allowable Overhead Rate: Negotiated Fixed Fee: Billing Rate Table Version: Table (ANTE) SC...I ALLIANCE LAG Contract 151.97% 33.20% 9/9/2022 Direct Labor Allowable Negotiated Total Hourly Job Classifications Hourly Rate Overhead Profit Billing Rates NTE 151.97% 33.20% NTE Principal $126.56 $192.33 $42.02 $360.91 Senior Consultant $99.00 $150.45 $32.87 $282.32 Senior Project Manager $86.08 $130.82 $28.58 $245.47 PM3 Project Manager $71.71 $108.98 $23.81 $204.50 PM2 Project Manager $63.56 $96.59 $21.10 $181.25 PM1 Project Manager $49.03 $74.51 $16.28 $139.82 Senior Engineer $60.06 $91.27 $19.94 $171.27 E4 Engineer $56.54 $85.92 $18.77 $161.24 E3 Engineer $52.97 $80.50 $17.59 $151.05 E2 Engineer $46.23 $70.26 $15.35 $131.83 El Engineer $34.62 $52.61 $11.49 $98.73 Senior Landscape Architect $57.75 $87.76 $19.17 $164.69 L4 Landscape $49.61 $75.39 $16.47 $141.47 L3 Landscape $41.86 $63.61 $13.90 $119.37 L2 Landscape $38.45 $58.43 $12.77 $109.65 Ll Landscape $32.18 $48.90 $10.68 $91.77 Senior Planner $66.11 $100.47 $21.95 $188.53 P4 Planner $48.76 $74.10 $16.19 $139.05 P3 Planner $41.72 $63.40 $13.85 $118.97 P2 Planner $36.39 $55.30 $12.08 $103.77 P1 Planner $33.00 $50.15 $10.96 $94.11 Senior Technician $49.89 $75.82 $16.56 $142.27 T4 Technician $54.10 $82.22 $17.96 $154.28 T3 Technician $37.96 $57.69 $12.60 $108.25 T2 Technician $34.10 $51.82 $11.32 $97.24 Tl Technician $29.70 $45.14 $9.86 $84.70 Construction Inspector $31.00 $47.11 $10.29 $88.40 Senior Construction Manager $0.00 $0.00 $0.00 $0.00 RE 3 Construction Resident Engineer $0.00 $0.00 $0.00 $0.00 RE 2 Construction Resident Engineer $0.00 $0.00 $0.00 $0.00 RE 1 Construction Resident Engineer $0.00 $0.00 $0.00 $0.00 Construction Office Engineer $0.00 $0.00 $0.00 $0.00 Cl 4 Construction Inspector $68.20 $103.64 $22.64 $194.49 Cl 3 Construction Inspector $0.00 $0.00 $0.00 $0.00 Cl 2 Construction Inspector $0.00 $0.00 $0.00 $0.00 Cl 1 Construction Inspector $0.00 $0.00 $0.00 $0.00 Graphic Designer $42.85 $65.12 $14.23 $122.20 PC 3 Project Coordinator - CM Only $0.00 $0.00 $0.00 $0.00 PC 2 Project Coordinator $42.85 $65.12 $14.23 $122.20 PC 1 Project Coordinator $32.13 $48.83 $10.67 $91.63 Project Accountant $62.01 $94.24 $20.59 $176.83 Packet Pg. 133 Exhibit D- Page 1 of Aalk Washington State V, Department of Transportation August 2, 2022 Shae, Carr & Jewell, Inc. (dba SO Alliance) 8370 Tallon Lane NE, Suite 200 Lacey, WA 98516-6642 Subject: Acceptance FYE 2021 ICR — CPA Report Dear Tammy McDonald: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov We have accepted your firms FYE 2021 Indirect Cost Rate (ICR) of 151.97% of direct labor (rate includes 0.10% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by Stambaugh Ness. 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 consultantrates(&wsdot.wa.2ov. Regards; / I P - ERIK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 134 Exhibit D- Page 2 of Shea, Carr & Jewell, Inc. Indirect Cost Rate Schedule For the Year Ended December 31, 2021 Financial Statement WSDOT Accepted Description Amount SCJ Adj. Adj. Ref. Amount Direct Labor Indirect Costs: Fringe Benefits Employee group insurance ESOP contributions Incentive compensation Payroll taxes PTO (vacation, sick and holiday) Workers compensation Other employee benefits Total Fringe Benefits General Overhead Indirect labor Auto Bank charges Business development Computer equipment and supplies Conferences, seminars and training Contributions Depreciation and amortization Dues and licenses Equipment rental and maintenance Insurance Insurance - (key person) Interest Meals and entertainment Office repairs and maintenance Office supplies Payroll services Postage, shipping and delivery Printing & reproduction Professional fees Public relations and advertising costs Publications and reference materials Rent Software licenses and agreements Taxes Telephone Travel Direct cost recovery PPP loan forgiveness and other credits Total General Overhead Total Indirect Costs & Overhead $6,140,339 ($7,058) $6,133,281 100.00% $960,800 $960,800 15.67% 78,231 78,231 1.28% 145,311 ($9,900) 2,3 135,411 2.21% 891,245 (6,046) 4,16 885,199 14.43% 1,341,586 1,341,586 21.87% 44,117 44,117 0.72% 235,720 (235,720) 5,6 0 0.00% $3,697,010 ($251,666) $0 $3,445,344 56.17% $4,066,765 ($62,171) 20,701 (11) 17,320 (1,237) 5,094 (3,512) 124,522 31,515 (460) 25,992 (25,992) 231,662 (34,475) 67,931 (17,089) 73,222 152,540 12,497 (12,497) 496,201 (496,201) 18,958 (10,528) 89,971 213,427 (529) 24,759 (3,765) 9,539 10,463 151,373 (17,258) 24,361 (24,361) 5,870 654,581 472,688 425,028 2,041 65,425 (1,908) (7,723) (1,832,758) 1,827,660 (900,371) $5,661,688 $1,107,943 ($900,371) $9,358,698 $856,277 ($900,371) 1, 5, 7, 8 $4,004,594 65.29% 9 20,690 0.34% 10 16,083 0.26% 7 1,582 0.03% 124,522 2.03% 7 31,055 0.51% 11 0 0.00% 12 197,187 3.22% 2, 11, 13 50,842 0.83% 73,222 1.19% 152,540 2.49% 14 0 0.00% 15 0 0.00% 5, 7, 8 8,430 0.14% 89,971 1.47% 9,19 212,898 3.47% 16 20,994 0.34% 9,539 0.16% 10,463 0.17% 8 134,115 2.19% 7 0 0.00% 5,870 0.10% 654,581 10.67% 472,688 7.71% 425,028 6.93% 2,041 0.03% 17,18 63,517 1.04% 18 (7,723) -0.13% 19,20 (905,469) -14.76% $5,869,260 95.70% $9,314,604 151.87% 1 of 3 Packet Pg. 135 Exhibit D- Page 3 of Shea, Carr & Jewell, Inc. Indirect Cost Rate Schedule For the Year Ended December 31, 2021 Financial Statement WSDOT Accepted Description Amount SCJ Adj. Adj. Ref. Amount % Indirect Cost Rate (Less FCCM) 152.41% 166.55% Facilities Capital Cost of Money (FCCM) $6,282 $9,358,698 $862,559 ($900,371) Indirect Cost Rate (Includes FCCM) Shea, Carr & Jewell, Inc. "Indirect Cost Rate still subject to WSDOT Audit" References 151.87% $6,282 0.10% $9,320,886 151.97% SCJ Adjustments: Shea, Carr & Jewell, Inc. Indirect Cost Rate Audited by Stambaugh Ness, Inc. 1 31.203 Indirect costs - The Company does not bill for overtime premium costs incurred on billable projects. Adjustment to reclass overtime premium costs from direct labor to indirect labor. 2 31.201-2(a)(3) Determining allowability - Accounting for costs of another accounting period are unallowable. 3 31.205-6(f)(1)(ii) Compensation for personal services - Bonuses and incentive compensation are unallowable when the basis of the award is not supported. 4 31.201-6(a) Accounting for unallowable costs - When an unallowable cost is incurred, its directly associated costs are also unallowable. 5 31.205-14 Entertainment costs - Costs of amusement, diversions, social activities, and any directly associated costs such as tickets to shows or sports events, meals, lodging, rentals, transportation, and gratuities are unallowable. 6 31.205-6(i)(1) Compensation for personal services -Any compensation which is calculated, or valued, based on changes in the price of corporate securities is unallowable. 7 31.205-1 (f) Public relations and advertising costs - Public relations and advertising costs designed to call favorable attention to the contractor and its activities are unallowable. 8 31.205-27(a)(2) Organization costs - All costs incurred in connection with planning or executing the organization or reorganization of the corporate structure of a business, including mergers and acquisitions, or raising capital are unallowable. 9 31.201-2(d) Determining allowability - Costs not supported with documentation are unallowable. 10 31.205-15 Fines, penalties, and mischarging costs - Costs of fines and penalties are unallowable. 11 31.205-8 Contributions or donations - Contributions or donations are unallowable. 12 31.205-49 Goodwill - Costs for amortization, expensing, write-off, or write -down of goodwill (however represented) are unallowable. 13 31.205-22(a)(1) Lobbying and political activity costs - Costs associated with attempts to influence the outcomes of any Federal, State, or local election, referendum, initiative, or similar procedure, through in kind or cash contributions, endorsements, publicity, or similar activities are unallowable. 14 31.205-19(e)(2)(v) Insurance and indemnification - Costs of insurance on the lives of officers that does not represent additional compensation and the company is the beneficiary of the policy are unallowable. 15 31.205-20 Interest and other financial costs - Interest on borrowings (however represented) are unallowable. 16 31.201-3(b)(1) Determining reasonableness - Costs generally not recognized as ordinary and necessary for the conduct of business are unallowable. 17 31.205-46(a)(2) Travel costs - Lodging, meals, and incidental expenses that exceed, on a daily basis, the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations are unallowable. 18 31.202 Direct costs - Direct costs of the contract shall be charged directly to the contract. The Company records its direct in- house cost recovery for its fleet vehicles as an offset to overhead travel. This adjustment reclasses the direct in-house 2 of 3 Packet Pg. 136 Exhibit D- Page 4 of Shea, Carr & Jewell, Inc. Indirect Cost Rate Schedule For the Year Ended December 31, 2021 recovery for schedule presentation purposes. 19 31.201-5 Credits - The applicable portion of any income, rebate, allowance, or other credit relating to any allowable cost and received by or accruing to the contractor shall be credited to the Government either as a cost reduction or by cash refund. WSDOT Adjustments: 20 PPP forgiveness credit per ($905,469) 48 CFR 31.201-5: Direct FAR Labor $141,920 Indirect Labor $763,549 Total credit to the ICR for the forgiven loan $905,469 *The firm received forgiveness of $1, 827, 660 in loans from the Paycheck Protection Program. Of the forgiven amount, $922,191 was determined to be unallocable to government contracts per 48 CFR 31.201-4. 3 of 3 Packet Pg. 137 2.2.a Exhibit E Sub -consultant Cost Computation; If no sub -consultant participation listed at this time. 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 this AGREEMENT. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 138 Exhibit E-1 2 2 a Page 1 of 5 Z, �Vp on W L9 UZ U a Z U Q F Q Q L6 J�Z Jww> Q�> 7 rM o m n r, oo Ln L; o p o r, O � Ln m oo a ti ., Of o r, 7 O 2 a o a O H pp OO N c-I V ID c-I G O — r7 oo 7 -O O m N Ln Q u Q aA N a N ID — M Oao 1n Q If, Vf o oo LD O m L u m v v H V? N VF O V cw L O n L v N rnu H ti o v p m O u o m m o p ai m eri � QrA U O cn o m N O u O v v o0 00 2� m v O 0 co 0o ID m O > °A a o oo O 0 o o c o a o u 0 ID 0 o a)m m a O m oo 2 o` LnN Ln r Li O -zr b i f0 O G v a a• o c N N E 7 p N u p M o 'G V a � bo ar M m � n � � {n M N N N t6 L a � L a N O O O O O N O O O O O N p w Y N U 0 v > Z o - v � V 0 0 o Q � 0 ° u = O O m N 5 N J p Z m 3 O p Y W ry) m m M u a m 00 m 00 O v>• an .n v>• N o Q ° j n L o p E O w U u 0 z Ln Z o m Q Z o 0 co a, ao a a, - v Ili o Lr OID m o ro ID M ^ Oo N O m O c-I N o cI N 0 0 tD O Ln N O o ri a � M a) a\i p co H m H V U ++ fC u _ 6 U m 0 H i 0 1 � Q t CL v U U V V > V a 9 r aJ h U Q @ N V O a -E u o O °' z o '=Li Packet Pg. 139 Exhibit E-1 2 2 a Page 2 of 5 W L9 [] Z � a ZUQ F QQL6 J0Z Jw> Q > 7 rM O O O O O O O O O O O O O O m 0 0 0 0 0 0 0 0 0 0 0 0 00 o �o't000 06't000 �r, LO O m Ql O lD n M v O ID c-I m O O N n M w In lD ci m O N m N n O I� r-I c-I M O lD N c-I V O lD rl Ln o O I a a 2 m 6 H bo 00 N N c E o m -o 0 Q u Q of N N N W M M V m N .--I 1p m C p » m m 000 u H N V? VF 0 -Cr Oo 0 c�-I c�-I V W c�-I to Oo c�-I M 0 L V 9D Nu H ti o � a p m p u .n vF O o o O lD ti lD ti M m O Lr) pi rri p m rn Q M U VT N m O m O D O m m v>� o > of cl a a Oo O mo v > v °p a a % m M VT VN O O O O O iy c-i O u uo N N t0 O O o m � o_ Ln N N O_ li tD oq U o m M N � i N a` v3 V? Vf i a 3 0 7 V � v U a � v f0 o 3 U m m o M p to to v c c_ CmC t C Q p� m E bo v�i bo bo Oq m V C w C .c H bA C m m O C pp C .� vi on C O L C vi f6 IA C _C l0 o C U N u C N u cL fl_ d u f6 T O i O N p 2 i O NOO v 3 -o ;>v pM _ i pM w= > u M` to iz O 5 M to 11 O 5 to O d N y N an c-1 c-. c-I N c-1 . c-I . c-1 V. c-I c-I N N N M N N V1 N c-I (+l N m H L a l+i ri l+i ri l+i ri t a cri lfl c+i ni c+i cri I nj O 0 C 0 ti O 0 C 0 ti p W Y � U 0 v O7 N z o u o C V > L L 0 ° u = O O m N D N J p Z m 0 Y M 10 M 10 W m u In o lri ` °o O t/). V). N O O O_ N N O- t L o O p u U 0 Z 7 Z � Q o Z a � � N m v — m I, m I, M m O 00 O m ll Ln 1pp N lD M CO 06 0 m O m N Ln - O ci CO O tD c-I o l0 O p lf1 N V M Q a) CO U 0 H mco 0 V 11 Packet Pg. 140 1 Exhibit E-1 2 2 a Page 3 of 5 i �000 �000 O00 Ln � cL-I cN -I 00 M 0 ti ti N m o0 .-i of a J LT Vf Vf Vf Vf t/f t/f t/} Vf O � O o (0 O w O p j M M N M Q U O o a � o m v .ti Q 0 ID ID 0 O M M Ln H Lfl L v V1 ID 4A o O � O � m U V} y} 0 T m 0 o U u C�oD a N N 0 N .o d 3 rl O O m W � V} N O O O O a M V1 NW 6 V m N O C N O � c � p Ln @ ti r, n ? 0 QI L Q O C i 3 d N M■■■Ill s E v C o m W L7 p Z U 0 3 Z Z u v N > vvo c U Zwa ° Q M L _ a N 0 r W O QQ p N j i6 O J L a u .2 p o U 6 " C N ` Q Z Jrwrnnw 2Va�=Lm 2 a u> on R C N w � Q N n u L Y w U o C @ p- r W u c w y ;�-i o N N 6 w 3 L O Q e-I N M V e-I N m K d N N N N N V � v w N Y O v O` Z u J Q N � O - O V . O fOu iuE E Z:) N m J Z) Z �M 3 0 Y O O cc m � � u m m O ,/} t/} t/} � u) N lD O Q O N = N L O O ` a O O U u O > o Z � z a 00 Z co to m N N y � m M l0 pp O cn w - T (D 0 O O V) N v mIn m ZZ o ^ +� V u U E u a m 0 H p o n Y C O L o .. N � U G u i p O 6 U 2 7 .� 6 V Oj 6 -E 2 u 'o Gl v C D O LL Z r- Packet Pg. 141 Exhibit E-1 2 2 a Page 4 of 5 LJJ l0 N T N M r-I T N c-I \ o Ql rl Ol Ol O lD Ol Ol ci z O O N In r-I M M In m M X r-I M I..L M L.L M 0 am m r d 0 L a c 0 m N m N 3 x 0 to d rn R L d 0 C .y O r+ C N E d d L a 0 C 0 ++ m d L IL c 0 y d r C d E d N L a n a r Cd G a Packet Pg. 142 Exhibit E-1 2 2 a Page 5 of 5 Aft Washington State VV Department of Transportation July 22, 2022 1 Alliance Geomatics, LLC 1261 A 120th Avenue NE Bellevue, WA 98005 Subject: Acceptance FYE 2021 ICR — CPA Report Dear Michael Paradis: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Linderson Way SW Tumwater, WA 98501-6504 M:1-800-833-6388 www.wsdot.wa.gov We have accepted your firms FYE 2021 Indirect Cost Rate (ICR) of 149.56% of direct labor (rate includes 0.36% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by Clifton Larson Allen, 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 consultantrates(&wsdot.wa.zov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Exhibit B Packet Pg. 143 Exhibit E-2 Page 1 of 3 N M O) t N N O W (O N n EA EA EA O M W + to O @ J O O O M O O O � O O O O O O V3 V3 V3 � EJ-7 V EJ-7 M EJ-7 N EJ-7 EJ-7 EJ-7 EJ-7 EJ-J L@L N M + = 64 6? 6? 6? O + O VT O 9 J O O O M O O O M O O O O O O 69 69 69 W 69 7 69 M 69 In 69 69 69 69 69 e O a) EA N EA N EA EA rn N N M O LL O C1 fR O O O C) O In O O O O O O O O O c 6f1 69 6f1 O) 6!1 m (3 69 m lll 69 O aD 6f1 69 6f1 69 UA O r- = 7 N O EH eR 64 69 N M m O m O V N O00 O J O E!) O 64 O EA 7 O 6-, N O 6-, 7 O 6-,EH M O O EA O Eo O Eo O 69 1* U N 69 N EA (0 O EA 0 N a) N C O O O N O O N O EiT fR W C`') z o � = co .O C (� O d 02 a O U O - m M 3 O O C a`) O Y N @ c_ � 00 o w u O) o u C Q w N � 69 O N c O N .2 r L O LO lam() (ND V N .5 Z O iy a Q w m 6s LO y c o a) c n O M mO N N O U) m N X LU 63 C R 'jn O Gf a Q c c 7 C C c 01 VI 01 VI 01 VI 01 VI 41 a) `a E O @.2 C o 0 0 0 j `a o ff F H H j L U D .a N O c 0 :1 �. L @� @ U@ O V N m O1 2 c a c a c a c a a M 'o 'o > 2 c 2 c 2 c 2 c c OV ~~~ 0 o o U> 2) W > __ > > > O O O O C O C C c U c U c U c U 'p U (n O m O m O m O m m rO d M (n (O (n 41 (n O) (n (n R Y Y Y Y Y Y Y a m m m m m m m Packet Pg. 144 Exhibit E-2 Page 2 of 3 Actuals Not To Exceed Table (ANTE) Agreement No: LA-10229 Concord Engineering Inc. 400 112th Ave NE ,Suite 205 Bellevue WA 98004 Job Classifications Direct Labor Hourly Billing Rate NTE Overhead NTE* Fixed Fee NTE All Inclusive Hourly Billing Rate NTE 132.72% 33.20% Project Manager 6 $87.00 $115.47 $28.88 $231.35 Project Manager 5 $85.00 $112.81 $28.22 $226.03 Project Manager 3 $75.00 $99.54 $24.90 $199.44 Project Manager 1 $64.00 $84.94 $21.25 $170.19 Senior Engineer 6 $87.00 $115.47 $28.88 $231.35 Senior Engineer 5 $85.00 $112.81 $28.22 $226.03 Senior Engineer 3 $75.00 $99.54 $24.90 $199.44 Senior Engineer 1 $64.00 $84.94 $21.25 $170.19 Associate Engineer 5 $60.00 $79.63 $19.92 $159.55 Associate Engineer 3 $54.00 $71.67 $17.93 $143.60 Associate Engineer 2 $52.00 $69.01 $17.26 $138.28 Associate Engineer 1 $47.00 $62.38 $15.60 $124.98 Assistant Engineer 4 $46.00 $61.05 $15.27 $122.32 Assistant Engineer 3 $42.00 $55.74 $13.94 $111.69 Assistant Engineer 2 $39.50 $52.42 $13.11 $105.04 Assistant Engineer 1 $37.00 $49.11 $12.28 $98.39 Construction Manager 1 $39.00 $51.76 $12.95 $103.71 Engineering Intern 2 $35.00 $46.45 $11.62 $93.07 Project Accountant 3 $34.00 $45.12 $11.29 $90.41 Project Coordinator 3 $33.00 $43.80 $10.96 $87.75 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00M S0.00M $0.00 Packet Pg. 145 Exhibit E-2 Page 3 of 3 Aft VrWashington State A#F Department of Transportation May 5, 2022 Concord Engineering, Inc. 1109 1st Avenue, Suite 212 Seattle, WA 98101 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 L rnderson Way SW Tumwater, WA 98501-6504 M:1-800-833-6388 www,wsdot,wa.gov Subject: Acceptance FYE 2021 ICR — Risk Assessment Review Dear Xiaoping Zhang: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2021 ICR of 132.72% of direct labor. 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) 705-7019 or via email consultantratesAwsdot.wa.gov. Regards; fz� TE K K. JON SON Contract Services Manager EKJ: ah Packet Pg. 146 Exhibit E-3 2 2 a Page 1 of 5 Confluence Exhibit E - Sub -consultant Cost Computations City of Edmonds - Highway 99 Gateway Revitalization Stage 3 Project Task 1. Biological Assessment Managing Sr Senior Project Project Editor Total Scientist 2 Accountant Subtask 1.3 Stage 3 Critical Areas Study 8 40 40 8 Subtask 1.2 Project Management/Administration 2 2 Total Staff Hours 10 40 40 21 8 Direct Rates $66.42 $61.81 $36.33 $52.501 $49.10 Total Direct Salary Cost $664 $2,472 $1,453 $105 $393 $5,088 Total Labor Cost $5,088 OH at 129.60% of Direct Labor $6,594 Profit at 33.20% of Direct Labor $1,689 Total $13,370 Direct Costs (Mileage, Reproduction, Shipping, etc.) Mileage 50 x $0.625 $31 Grand Total: $13,401 Page 1 Packet Pg. 147 Exhibit E-3 2 2 a Page 2 of 5 Confluence Environmental Company ACTUALS NOT TO EXCEED TABLE City of Edmonds - Highway 99 Gateway Revitalization, Stages 3 and 4 Labor Categories Overhead Fixed Fee/Profit Loaded Labor Rates 129.60% x DSC 33.2% x DSC (Direct + OH + FF) NTE NTE NTE NTE Emnlovee Classification Hourly Hourly Hourly Hourly 2022 Senior Principal Principal Mana ing Senior Senior Scientist Project Scientist III Project Scientist II Project Scientist I Staff Scientist Accounting Admin Editor Research Assistant $99.73 $ 129.24 $ 33.11 $ 262.08 $69.63 $ 90.24 $ 23.12 $ 182.99 $66.42 $ 86.08 $ 22.05 $ 174.55 $62.80 $ 81.39 $ 20.85 $ 165.04 $55.65 $ 72.12 $ 18.48 $ 146.25 $52.50 $ 68.04 $ 17.43 $ 137.97 $47.55 $ 61.63 $ 15.79 $ 124.97 $27.02 $ 35.01 $ 8.97 $ 71.00 $52.50 $ 68.04 $ 17.43 $ 137.97 $40.35 $ 52.29 $ 13.40 $ 106.04 $49.10 $ 63.63 $ 16.30 $ 129.03 $21.63 $ 28.03 $ 7.18 $ 56.84 Packet Pg. 148 Exhibit E-3 2 2 a Page 3 of 5 Admok Washington State V, Department of Transportation July 5, 2022 Confluence Environmental Company 146 N Canal Street, Suite I I I Seattle, WA 98103 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov Subject: Acceptance FYE 2021 ICR — Audit Office Review Dear Nora Burton: Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your firm's FYE 2021 Indirect Cost Rate (ICR) of 129.60% of direct labor (rate includes 0.01% Facilities Capital Cost of Money). 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) 705-7019 or via email consultantrates(&wsdot.wa.gov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 149 Exhibit E-3 2 2 a Page 4 of 5 Confluence Environmental Company Indirect Cost Rate Schedule For the Year Ended December 31, 2021 Financial Statement WSDOT Accepted Description Amount CEC Adj. Adj. Ref. Amount % Direct Labor $1,457,145 $1,457,145 100.00% Indirect Costs: Fringe Benefits: PTO & Holiday $287,787 ($3,498) P $284,289 19.51% Payroll Taxes 193,563 193,563 13.28% Health Insurance 203,076 (10,716) B 192,360 13.20% Retirement Match 89,883 89,883 6.17% Gym Membership 3,671 3,671 0.25% Severance 5,000 5,000 0.34% Vacation Payout 3,105 3,105 0.21 % Payroll Tax Adjustment (11,498) E (11,498) -0.79% Total Fringe Benefits $786,084 ($25,712) $0 $760,372 52.18% General Overhead Indirect Labor $406,390 ($4,431) I $401,958 27.59% Bid and Proposal Labor 159,288 159,288 10.93% Payroll Variance (92,813) (92,813) -6.37% Incentive Bonus 448,945 (145,872) N 303,073 20.80% Rent 219,299 219,299 15.05% Travel/Automobile 1,287 (54) C, D 1,234 0.08% Insurance 36,824 (2,846) H, M 33,978 2.33% Telecommunications 22,449 22,449 1.54% Office Supplies & Equipment 27,779 27,779 1.91% Reproduction 5,593 5,593 0.38% Postage & Delivery 305 305 0.02% Computer Repairs & Support 53,246 53,246 3.65% Field Equipment (non -billable) 4,929 (2,388) M 2,541 0.17% Taxes & Licenses 103,542 103,542 7.11% Depreciation & Amortization 17,876 (950) M 16,926 1.16% Payroll Service Fee 3,549 3,549 0.24% Dues & Subscriptions 4,316 4,316 0.30% Employee Train/Recruit/Moving 1,554 1,554 0.11% Professional Fees 15,033 (2,580) G 12,453 0.85% Charitable Giving 6,750 (6,750) K 0 0.00% Interest Expense/Bank Fees/Finance Charges 1,275 (1,275) L 0 0.00% Marketing & Advertising 7,569 (2,716) I 4,853 0.33% Meals 12,294 (11,187) C,D, J 1,108 0.08% Misc. 9,443 (9,443) D, J 0 0.00% PPP Credit ($158,297) Q (158,297) -10.86% Total General Overhead $1,476,720 ($ 990,491) ($158,297) $1,127,932 77.41% Total Indirect Costs & Overhead $2,262,805 ($216,203) ($158,297) $1,888,305 129.59% Indirect Cost Rate (Less FCCM) 155.29% 140.45% 129.59% Facilities Capital Cost of Money (FCCM) $146 A $146 0.01% $3,719,949 ($216,057) ($158,297) $1,888,451 Indirect Cost Rate (Includes FCCM) 129.60% Confluence Environmental Company - Reviewed & Accepted by T.K. 0613012022 "Indirect Cost Rate still subject to WSDOT Audit" Page 1 of 2 Packet Pg. 150 Exhibit E-3 2 2 a Page 5 of 5 Confluence Environmental Company Indirect Cost Rate Schedule For the Year Ended December 31, 2021 References Confluence Environmental Company Adjustments: A Imputed cost related to investment in fixed assets/facilities per 48 CFR 31.205-10(a). B Group Term Life Insurance for owners unallowable per 48 CFR 31.205-19. C Lodging, meal, and mileage rates in excess of federal travel regulation unallowable per 48 CFR 31.205-46(a)(2). D Inadequate supporting documentation unallowable per 48 CFR 31.201-2(d) 31.201-3(a) & 31.201-4. E Associated payroll taxes for unallowable labor (marketing/advertising/charitable) per 48 CFR 31.205-38(b)(5). F Not Used G Income tax prep for S-Corp shareholder returns is unallowable per 48 CFR 31.201-4. H Key Man Life Insurance for Owners unallowable per 48 CFR 31.205-19. I Public relations and advertising/ charitable unallowable per 48 CFR 31.205-1. J Entertainment unallowable per 48 CFR 31.205-14. K Contributions unallowable per 48 CFR 31.205-8. L Interest unallowable per 48 CFR 31.205-20. M Field equipment that will be rented to clients in the future is a direct cost and unallowable per 48 CFR 31.202. N Excess executive compensation unallowable per 48 CFR 31.205-6(p) O Not Used P COVID credit payment for sick/childcare, unallowable per 48 CFR 31.201-5 WSDOT Adjustment: Q $158,297 Credit for forgiven PPP loan per 48 CFR 31.201-5 $71,261 Direct Labor subject to FAR $87,036 Indirect Labor $158,297 Total WSDOT PPP Loan Adjustment *Confluence Environmental Company received $327,300 from the Paycheck Protection Program (PPP), and $169,003 was determined not allocable to government projects per 48 CFR 31.201-4 Page 2 of 2 Packet Pg. 151 Exhibit E-4 2 2 a Page 1 of 3 a N w U) 0 A Ln T N O O M 01 LO T h M W M N N co co 0 N O 01 M Ln 11 M W M q M NR CD,6R NN 61} T 61} N% Ni M LO O M T q* M O M O 4 T O O J 64 64 61} 61} 64} T T Q 64 69 H O H U L CO O M M r C9 LO N (D W N N CA O 2 d' a M f6 � LO M O r- O O (U O OMO N— (0 T N Cl) r r ( EA E9 ER r V- 61). N N ER Eli Eli 69 N C d Y L Y V U) (.0 CD (D 00 L N R m y O 2 d � @ f` r (0 O O LO i- LO LO T T T M n M Q (V ti CO T (0 O LO t O E9 6s 6s 6 ER 6s 60 O LO to T LO Cs� N r N H ER IL Q M O CU E -C W CL a) y U 0 0 N O Cfl It N O = C 0CD N LO = O C � Oc C (6 00 ' r CO LO (0 M LO O LO LO O to a co O It co � co co It w 0) W) T T �ua ea� V>� ER v T ER ER Eg . OH T T r 69 y .+ pM L i L N N r r r r r O a o Q d g O N M 0 M CO LO O O CO m 7 O N 7 Cfl O O M 7 lD O M eo G O M f-- M O M M LO Cfl M M LO T N Cfl Iq It M It M Iq Iq M M M Iq CD M EA Efi Efi EA 69 Efi Efi Efi EA Eli Efl EA O m T C1 m d m L C� C O O !C m O N U- -0 E Y N t _a 70 N Co @ 3 N Q m >LL 0 R �XUJ C� Y o J 1 1 1 1 N E Ln L() LOLL J O 0 U 76 � in ; TO TO 0 __ cu JU U U m O U D M CB Lr> n n Q MU) U �U)NU) _ U ) 0) (T 1 .N TO c C c a) M .� .Q O c M O U O �cn MU a�Uin� QLo 0�aaaw.�a?0 M M �.U� .� C11 C C'') C O C M J }. 0 0 0 0 O O O O O Q O O O Q ZZ L) i i i i i N i co T O L Qn QCU Q 7 U U QC�QC�QC�0� H O n n n n n Q n Y"Q C�cU U, E cU ca J 0M OO U U U H Q H U) N O3 Lz E L O U U Y E -0 -4 . c Cn CO =3 N N O pp0 N 6 yr V 0 Al Packet Pg. 152 Exhibit E Page 2 0 2.2•a Actuals Not To Exceed Table (ANTE) Agreement No. LA-10229 Historical Research Associates, Inc. 1904 Third Ave Ste 240 Seattle, WA 98101 Job Classifications Direct Labor Hourly Billing Rate NTE ADMINISTRATIVE ASSISTANT 3 $27.94 ADMINISTRATIVE ASSISTANT 5 $34.15 COMMUNICATIONS CONSULTANT 3 $34.61 CONTRACTS SPECIALIST 3 $29.25 IT SPECIALIST 3 $46.74 TRANSPORTATION ENGINEER 2 $43.05 TRANSPORTATION PLANNING SPECIALIST 1 $32.29 TRANSPORTATION PLANNING SPECIALIST 3 $38.26 TRANSPORTATION PLANNING SPECIALIST 5 $61.20 Packet Pg. 153 Exhibit E-4 2 2 a Page 3 of 3 Aalk Washington State V, Department of Transportation July 7, 2022 Historical Research Associates, Inc. 125 Bank Street, 5t" Floor Missoula, MT 59802 Subject: Acceptance FYE 2021 ICR — Cognizant Review Dear Reidun Nielsen: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov We have accepted your firms FYE 2021 Indirect Cost Rate (ICR) of 106.18% of direct labor based on the "Cognizant Review" from the Montana Department of Transportation. 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) 705-7019 or via email consultantrates(&wsdot.wa.gov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 154 Exhibit E-5 2 2 a Page 1 of 6 Subconsultant Fee Determination HWA GeoSciences Client: City of Edmonds Project: Highway 99 Gateway -Revitalization, Stage 3 Subconsultant Fee Determination DIRECT SALARY COST Classification Hours Direct Hourly Rate Amount Principal IX 3 $88.00 $264 Geotechnical Engr. VIII 22 $81.00 $1,782 Geotechnical Engr. VII 35 $73.00 $2,555 Geologist VI 18 $47.00 $846 Geotechnical Engr. V 0 $54.00 $0 Geotechnical Engr. 1 176 $36.25 $6,380 Geologist 11 44 $36.00 $1,584 Geologist II 44 $34.00 $1,496 Geologist 1 6 $27.50 $165 Admin Support 4 $30.00 $120 Contracts Admin 9 $41.00 $369 CAD 18 $31.00 $558 379 Direct Salary Cost: $16,119 OVERHEAD Overhead Rate: 208.31% Direct Salary Cost: $16,119 Overhead Cost: $33,577 Fixed Fee Rate: 33.20% Direct Salary Cost: $16,119 Fixed Fee Cost: $5,352 TOTAL SALARY COST Total Salary Cost $55,048 REIMBURSABLES Othter Expenses Signal Poles $20,338 Other Expenses Stormwater Assessment $18,520 Other Costs HazMat $850 Expenses Subtotal: $39,708 Total Estimated Budget: $94,756 Packet Pg. 155 Exhibit E-5 2 2 a Page 2 of 6 0 6N9 � 69 fA� fA� fA fA� fA� Q H3 ca H x c aro� N N � W � F W 3 W w £° O m p - C O N Cp WW a a o O U G O wF �Oi� y c yF �aN o o o w 0 rl C 'C O 0 �OAov� =o3°�w3�a� a vWvoN���o� J q L L U U 0. ri L L a g L L U 0. L L Li a L L Packet Pg. 156 Exhibit E-5 2 2 a Page 3 of 6 0 N �O M l� N pNp O pip � s9�v3�v3sg��� M� uU A a H x ^ w O � � U o N O M � O � 5 o � O N U _ O O W � � O u Cn a O N O • O U ti u v V d $ O y o o 0Ai,C> Qo� i N U O F Packet Pg. 157 Exhibit E-5 2 2 a Page 4 of 6 HWA GEOSCIENCES INC. 2022 ANTE DIRECT RATES BY CATEGORY MAX TITLE BILLING RATE Administrative Support $30.00 CAD $38.00 Contracts Administrator $41.00 Geologist 1 $28.00 Geologist II $34.00 Geologist III $41.00 Geologist IV $44.00 Geologist V $45.50 Geologist VI $48.50 Geologist VII $63.75 Geologist VIII $76.00 Geotechnical Engineer 1 $36.75 Geotechnical Engineer 11 $40.00 Geotechnical Engineer 111 $45.00 Geotechnical Engineer IV $52.50 Geotechnical Engineer V $58.75 Geotechnical Engineer VI $70.00 Geotechnical Engineer VII $78.00 Geotechnical Engineer VIII $81.00 Hydrogeologist VI $45.00 Lab/Field Technician 1 $22.00 Lab/Field Technician 11 $27.00 Lab/Field Technician 111 $32.75 Lab/Field Technician IV $38.00 Lab/Field Technician V $42.00 Principal IX $97.50 Packet Pg. 158 Exhibit E-5 2 2 a Page 5 of 6 Aft Washington State VV Department of Transportation July 22, 2022 HWA GeoSciences, Inc. 21312 30th Drive SE, Suite 110 Bothell, WA 98021 Subject: Acceptance FYE 2021 ICR — CPA Report Dear Vasiliy Babko: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 L rnderson Way SW Tumwater, WA 98501-6504 M:1-800-833-6388 www,wsdot,wa.gov We have accepted your firms FYE 2021 Indirect Cost Rate (ICR) of 208.31% of direct labor (rate includes 0.22% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by Thomas W Maxwell 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) 705-7019 or via email consultantratesAwsdot.wa.gov. Regards; ERIK K. JONSON Contract Services Manager EKJ: ah Packet Pg. 159 Exhibit E-5 2 2 a Page 6of6 HWA GEOSCIENCES, INC. STATEMENT OF DIRECT LABOR, FRINGE BENEFITS, AND GENERAL OVERHEAD FOR THE YEAR ENDED DECEMBER 31, 2021 GL Account Unallowable Total % of Direct Description Balance Costs FAR Ref Proposed Labor Direct Labor $ 1,797,812 $ $ 1,797,812 Fringe Benefits: Bonuses PTO 401 k Employee group insurance Workers' comp Payroll taxes Other employee benefits Total Fringe Benefits $ 154,950 $ $ 154,950 370,876 370,876 194,033 194,033 268,211 268,211 9,699 9,699 266,500 (2,894) (1) 263,606 9,873 9,873 $ 1,274,142 $ (2,894) $ 1,271,248 70.71% General Overhead: Indirect labor $ 1,127,480 $ (37,821) (2)(3) $ 1,089,659 Bid and proposals 90,168 90,168 Automobile expense 21,344 21,344 Advertising and marketing 16,865 (16,865) (3) - Bank service charges 2,500 2,500 Contributions 3,159 (3,159) (4) - Computer and software expenses 137,965 137,965 Depreciation and amortization 93,781 93,781 Dues and subscriptions 5,712 5,712 Insurance 242,935 - 242,935 Interest 366 (366) (5)(6) - Maintenance and repairs 10,945 - 10,945 Meals and entertainment 1,025 - 1,025 Office supplies and postage 23,476 (150) (7) 23,326 Printing 28,076 - 28,076 Professional fees 72,970 - 72,970 Seminars and professional education 22,464 (650) (3) 21,814 Supplies 63,443 - 63,443 Rent and utilities 401,126 - 401,126 Taxes and licenses 98,584 28,333 (6)(8)(9) 126,917 Telecommunications 61,970 - 61,970 Travel 3,089 3,089 Recovery (28,909) (28,909) Total General Overhead S 2,500,534 $ (30,678) $ 2,469,856 137.38% Total Fringe Benefits and General Overhead Facilities Capital Cost of Money (FCCM) $ 3,774,676 $ (33,572) See notes to the indirect cost statement. $ 3,741,104 208.09% $ 3,899 0.22% Packet Pg. 160 Exhibit E-6 2 2 a Page 1 of 3 Fee for Type 1 Noise Screening: Highway 99 Revitalization & Gateway Project: 244th Street SW to 238th Street SW Noise Analysis Task # and Abatement Description M. Minor Principal Traffic Noise Specialist Cost by Task $75.00 $35.00 1 Project Introduction/Preparation 2 16 $710.00 2 Noise Monitoring $0.00 3 Noise Impact Analysis $0.00 4 1 Noise Abatement Analysis $0.00 5 Final Design Wall Analysis $0.00 6 Draft Technical Report $0.00 7 Final Technical Report $0.00 8 Meetings and Support $0.00 Total Hours 1 $150.00 1 $560.00 $0.00 $0.00 $710.00 Indirect Cost Calculations 0.79491 1 119.241 445.141 0.001 0.00 564.38 Fixed Fee Calculations 0.3321 1 49.801 185.921 0.001 0.00 235.72 Total Labor Costs 319.041 1191.061 0.001 0.00 1510.10 Direct Expense Travel Per -Diem Hotel Miles/Car I Air/Train/Cab Monitoring Trip B Totals $0.00 $0.00 $145.00 $0.00 $145.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $145.00 $0.00 Other Item A $0.00 Item B $0.00 Item C $0.00 Direct Expense Total $145.00 Total not to Exceed Cost Estimate $1,655.10 Packet Pg. 161 Date 10/20/22 Exhibit E-6 2 2 a Page 2 of 3 Company Name: Michael Minor & Associates, Inc. Address: 4923 SE 36th Avenue City/ State/ Zip Portland, OR 97202 Subject: Proposed Hourly Rate Statement Attention: Manager, Consultant Services Office Proposed Proposed ICR® Fixed Fee 0.7949 0.3320 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® NTE Rate Cost Rate Principal $75.00 $59.62 $24.90 $159.52 Noise/Air Analyst $35.00 $27.82 $11.62 $74.44 Respectfully, Signature Title Principal, President Add Row Delete Row Packet Pg. 162 Exhibit E-6 2 2 a Page 3 of 3 Aft Washington State VF Department of Transportation June 23, 2022 Michael Minor & Associates, Inc. 4923 SE 26th Avenue Portland, OR 97202 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 L rnderson Way SW Tumwater, WA 98501-6504 M:1-800-833-6388 www,wsdot,wa.gov Subject: Acceptance FYE 2021 ICR — Audit Office Review Dear Michael Minor: Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your firm's FYE 2021 Indirect Cost Rate (ICR) of 79.49% of direct labor. 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) 705-7019 or via email consultantrates(&wsdot.wa.P-ov. Regards; ERIK K. JONSON Contract Services Manager EKJ: ah Packet Pg. 163 Exhibit E-7 2 2 a Page 1 of 4 Subconsultant Fee Summary City of Edmonds: Hwy 99 Stage 3 Estimate for: Osborn Consulting, Inc. DIRECT SALARY COSTS: Title Senior Project Manager / QC Senior Engineer I Project Engineer Engineer III Senior Civil Designer Civil Tech II Technical Editor Senior Project Accountant Estimated Hours 684 $ 1332 $ 786 $ 1156 $ 68 $ 222 $ 26 $ 65 $ DIRECT NON -SALARY COSTS: a. Travel & Per Diem $ 666.00 b. Reproduction Expenses $ - c. Other $ - Date: 10/18/2022 Raw Rates Estimated Cost 70.00 $ 47,880 64.00 $ 85,248 59.00 $ 46,374 39.00 $ 45,084 56.00 $ 3,808 37.50 $ 8,325 49.00 $ 1,274 60.75 $ 3,949 Total of Direct Salary Costs: $ 241,942 Overhead at 166.37%: $ 402,518 Direct Salary Costs Plus Overhead: $ 644,460 Fee at 33.2%: $ 80,325 Total Labor Budget: $ 724,785 Total of Direct Non -Salary Costs $ 666 GRAND TOTAL —$ 725,451 Packet Pg. 164 Exhibit E-7 2 2 a Page 2 of 4 n a C « N W Iq N v m LL 9 U m n e9 M M M KY M KY M M S Q Q Q N V `o $ a¢ N C W F 16 < V W O V V O O O c � ~_ N N • a L N N y W m ry 0 O O N M N � Q U L � M n r 3 S d Us 0 E E O1 i - v m in o o O m L O w.a co L = N N N M N W 2 m N N O O O N - O W M n N r a` WM N m N O N y N M N m r m H O r 0 O2 rai N O� N N O M O O O ry O N M p u U ;o v a _ y� F» ur c r 9 o _ A � E o - y 0 O O � N E L V E 3 E p °mc° in °___ m c m c W o rn q `o `oa `o °o. y m m E %o d o f o G «« 3 c m c m L c m c m o w _ _m _ c u R u «o vi c u° u° u°° \ y E o o o a o o d o o a o o a o a o o n m E E N Y F m V vl m V vl m V vl N F F F H F H F H H F H F F H F H F N N O O r n N N O. U A L t N N ij s a � a) a� ns U) Z V O L. a r_ O m N m N� I.L M 2 4- 0 a O C Cf 0 CD E a) L tm a 4- 0 i O N CD aL r C O a) a) d 9) FM El Q Packet Pg. 165 Exhibit E-7 2 2 a Page 3 of 4 Actuals Not To Exceed Table (ANTE) City of Edmonds: Hwy 99 Stages 3-4 Osborn Consulting, Inc. 1800 112th Avenue NE, Suite 220E Bellevue, WA 98004 Job Classifications Direct Labor Rate NTE Overhead NTE Profit Percent NTE m m All Inclusive Hourly Biling Rate NTE 166.37% 33.20% Principal $90.00 $149.73 $29.88 $269.61 Senior Engineer II $77.25 $128.52 $25.65 $231.42 Senior Project Manager / QC $70.00 $116.46 $23.24 $209.70 Senior Engineer 1 $64.00 $106.48 $21.25 $191.72 Senior Landscape Architect $62.00 $103.15 $20.58 $185.73 Senior Project Accountant $60.75 $101.07 $20.17 $181.99 Project Engineer $59.00 $98.16 $19.59 $176.75 Civil Tech Manager $57.00 $94.83 $18.92 $170.75 Senior Civil Designer $56.00 $93.17 $18.59 $167.76 Engineer IV $54.00 $89.84 $17.93 $161.77 Project Landscape Architect II $50.00 $83.19 $16.60 $149.79 Technical Editor $49.00 $81.52 $16.27 $146.79 Contracts Administrator $48.50 $80.69 $16.10 $145.29 Project Landscape Architect 1 $42.00 $69.88 $13.94 $125.82 Engineer III $39.00 $64.88 $12.95 $116.83 Engineer 11 $37.50 $62.39 $12.45 $112.34 Civil Tech II $37.50 $62.39 $12.45 $112.34 Engineering Tech 11 $35.00 $58.23 $11.62 $104.85 Project Accountant $34.00 $56.57 $11.29 $101.85 Administration $34.00 $56.57 $11.29 $101.85 Engineer 1 $32.00 $53.24 $10.62 $95.86 Landscape Designer $32.00 $53.24 $10.62 $95.86 Civil Tech 1 $30.00 $49.91 $9.96 $89.87 Engineering Tech 1 $30.00 $49.91 $9.96 $89.87 Intern Engineer $24.001 $39.93 $7.97 $71.90 As of 6/1/2022 Packet Pg. 166 Exhibit E-7 2 2 a Page 4 of 4 Aft Washington State VF Department of Transportation July 12, 2022 Osborn Consulting Inc. 1800 112th Ave NE Ste 220E Bellevue, WA 98004 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Lirnderson Way SW Tumwater, WA 98501-6504 M:1-800-833-6388 www,wsdot,wa.gov Subject: Acceptance FYE 2021 ICR — Risk Assessment Review Dear Afsoun Mehrabkhani: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review and the economic hardship approved by our WSDOT Audit Office of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2021 ICR of 166.37%. 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) 705-7019 or via email consultantrates(a)wsdot.wa.gov. Regards; r I f41441Z Jul 13, 2022 ERIK K. JONSON Contract Services Manager EKJ:mya Packet Pg. 167 Exhibit E-8 2 2 a Page 1 of 4 Subconsultant: RES Group NW Client: City of Edmonds Project: Highway 99 Gateway -Revitalization, Stage 4 Subconsultant Fee Determination DIRECT SALARY COST Classification Senior Acquisition/Relocation Agent Total Direct Labor Hours & Cost OVERHEAD Overhead Rate: FIXED FEE Fixed Fee Rate: TOTAL SALARY COST REIMBURSABLE EXPENSES Exhibit E-8 Subconsultant Fee Determination Summary Hours 54 54 76.09 33.20% Direct Hourly Rate $68.01 Direct Salary Cost: $3,673 Direct Salary Cost: $3,673 Amount $3,673 Total Direct Salary Cost $3,673 Overhead Cost $2,794 Fixed Fee Cost $1,219 Total Salary Cost $7,686 Mileage and Postage lump sum $200.000 $200 Expenses Subtotal: $200 Total Estimated Budget: $7,886 10/21/2022 Packet Pg. 168 Exhibit E-8 2 2 a Page 2 of 4 Subconsultant Labor Hour Estimate Client: City of Edmonds Project: Highway 99 Gateway -Revitalization, Stage 4 Phase & Phase &Task Title Senioracguisition/ Total Direct Labor Task No. I Relocation Agent Hours & Cost PHASE 78 RIGHT OF WAY ACQISITION Task 01 Right of Way Acquisition 1 Right of Way Acquisition Coordination Project Funding Estimate 14 40 1,993 2 5,694 Subtotal Hours: 54 7,686 Total Phase Hours: 54 7,686 Total Phase Direct Labor: $7,686 $7,686 Total Hours All Phases 54 7,686 Total Direct Labor Estimate All Phases $7,686 $7,686 2 of 2 Packet Pg. 169 Date 10/19/22 Exhibit E-8 2 2 a Page 3 of 4 Company Name: RES Group NW Address: 1913 6th Street City/ State/ Zip Kirkland, WA 98033 Subject: Proposed Hourly Rate Statement Attention: Manager, Consultant Services Office Proposed Proposed ICR Fixed Fee 0.7609 0.332 Below are the highest anticipated hourly billing rates for the identified labor classifications. RES Group NW 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. RES Group NW 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 NTE Rate Cost Rate Sr. Acquisition / Relocation Agent $68.01 $51.75 $22.58 $142.34 Technician / Jr. Right of Way Agent $32.40 $24.65 $10.76 $67.81 Respectfully, Signature JSonia Davis Digitally signed by Sonja Davis gDate: 2022.10.19 17:09:17-07'00' Title Sonja Davis, Managing Member Add Row Delete Row Packet Pg. 170 Exhibit E-8 2 2 a Page 4 of 4 Admok Washington State V, Department of Transportation August 11, 2022 RES Group NW, LLC 624 S Lander Street #201 Seattle, WA 98134 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov Subject: Acceptance FYE 2021 ICR — Risk Assessment Review Dear Sonja Davis: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review and the economic hardship approved by our WSDOT Audit Office of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2021 ICR of 76.09%. 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) 705-7019 or via email consultantrates(&wsdot.wa.gov. Regards; Aug 15, 2022 ERIK K. JONSON Contract Services Manager EKJ:mya Packet Pg. 171 2.2.a Exhibit F - Title VI 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.] 3. 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. 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 determine 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. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 172 2.2.a Exhibit F - Title VI 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). LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 173 2.2.a Exhibit G Certification Document 21 Exhibit G-1(a) Certification of Consultant Exhibit G-1(b) Certification of City of Edmonds 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 Exhibit G-4 Certificate of Current Cost or Pricing Data Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 174 2.2.a Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of Shea, Carr & Jewell, Inc (dba SCJ Alliance) whose address is 8730 Tallon Lane NE, Suite 200, Lacey, WA 98516 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 solicit or 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 this AGREEMENT; 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 (ifany); I acknowledge that this certificate is to be furnished to the Clty of Edmonds 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. Shea, Carr & Jewell, Inc Consultant (Firm Name) Signature (Authorized Official of Consultant) Date LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 175 Exhibit G-1(b) Certification of City of Edmonds 2.2.a I hereby certify that I am the: 0 Mayor ❑ Other of the City of Edmonds and Shea, Carr & Jewell, Inc 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. Signature Mike Nelson, City of Edmonds' Mayor Date Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 176 2.2.a Exhibit G-2 Certification Regarding Debarment Suspension and Other Responsibility Matters - Primary Covered Transactions 0 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. Shea, Carr & Jewell, Inc (dba SCJ Alliance) Consultant (Firm Name) Signature (Authorized Official of Consultant) Date LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 177 2.2.a Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying 0 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 cooperativeAGREEMENT. 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. Shea, Carr & Jewell, Inc (dba SCJ Alliance) Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 178 2.2.a 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 the City of Edmonds as of October 18, 2022 ** * are accurate, complete, and current 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: Shea, Carr & Jewell, Inc (dba SCJ Alliance) Principal Signature Title Date of Execution *Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project tit] r **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 E contract price was agreed to. v ca a Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 179 2.2.a Exhibit H Liability Insurance Increas( To Be Used Only If Insurance Requirements Are Increased The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations and Insurance of this Agreement is amended to $ The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $ Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution Self-insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $ • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit NOT APPLICABLE Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 180 2.2.a Exhibit 1 Alleged Consultant Design Error Procedure: 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 Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 181 2.2.a 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 Numb LA-1 22 Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 182 2.2.a Exhibit J Consultant Claim Procedure! 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. LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 183 2.2.a 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 LA-10229 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 184 2.2.b uI Inc. 1 S90 Council Meeting Professional Services Agreement for Design & ROW Phases Hwy 99 Revitalization (Stage 3 from 244t" St. SW to 238t" St. SW) October 25th1 2022 2.2.b Hwy 99 Revitalization stages • Stage 1: Planning level estimate Stage 2: Raised median from 244th to 212th Stage 3: from 244th to 238th • Stage 4: from 224th to 220th Stage 5: from 216thto 212th • Stage 6: from 238 th to 234th Stage 7: from 234 th to 228th • Stage 8: from 228 th to 224th • Stage 9: from 220thto 216th 2.2.b Uzi' ��R —----------— r f OMONS I 2.2.b I Q Packet Pg. 188 Highway 99 Stage 3 2441h St SW to 2381h St SW Proposed Section at Full Median Right -of -Way: 114' of 114' W West 7 Packet Pg. 189 I 2.2.b I Q Packet Pg. 190 I 2.2.b I Q Packet Pg. 191 I 2.2.b I Q Packet Pg. 192 I 2.2.b I Q Packet Pg. 193 2.3 City Council Agenda Item Meeting Date: 10/25/2022 Presentation of Professional Services Agreement for Design/Right of Way Phases of Hwy 99 Revitalization Project - Stage 4 Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On October 11, 2022 this item was presented to the Parks and Public Works Committee and scheduled for presentation at the October 25, 2022 City Council meeting. Staff Recommendation Approve agreement with SCJ Alliance. Narrative The goal of the Highway 99 Revitalization project is to extend the successful transformation of Highway 99 in Shoreline through Edmonds from 244th St. SW to 210th St. SW. The construction of Stage 2 is currently ongoing with the addition of a raised landscaped center median from 244th St. SW to 210th St. SW, a HAWK signal — 600' north of 234th St. SW, and a Gateway sign on both ends of the project. Due to the high cost of completing all the other improvements along the corridor, the 2.25 mile stretch was divided into 7 segments. Stage 4 is the segment from 224th St. SW to 220th St. SW. The scope of this project includes capacity improvements at Hwy 99 at 220th St. SW (with addition of a left turn lane for the northbound and southbound movements as well as right turn lane for the westbound movement), addition of planter strip on both sides of the street, new sidewalk, new street/pedestrian lighting, better stormwater management, targeted utility replacements (water), potential undergrounding of overhead utilities, and softscape treatments along this stretch of Highway 99. The City issued a request for qualifications (RFQ) in accordance with the City's purchasing policies to select the design consultant. The City received one response from SCJ Alliance (SCJ). Following review of their statement of qualifications, consultant interview, and their experience working on the design phase of the Hwy 99 Revitalization & Gateway Project - Stage 2, the selection panel chose SCJ. The following tasks will be completed in order to complete the design and right-of-way phases: Survey; Geotechnical report; Environmental documentation (considering federal funds have been secured for design and ROW phases); Public outreach; Utility coordination; Packet Pg. 194 2.3 30%, 60%, 90%, 95%, 100%, and Final PS&E - including design of water/sewer/stormwater and potential conversion of overhead utility lines to underground; Start of right of way services for acquisition and/or temporary construction easements for a total of 28 parcels; and Bid support. The LAG Professional Services Consultant Agreement is attached. City Staff and SCJ have agreed to a total contract amount of $3,720,302 for the completion of the design phase (including $186,000 in management reserve) and $176,569 for the start of the right of way phase (for total contract amount of $3,896,871). The funding sources for this portion of the design phase will come from a secured federal grant of $1,580,000 and Connection Washington funds ($1,632,000 serving as local match for grant). Additional funds to complete the design phase will come from REET and traffic impact fees. The Water Utility Fund 421 and Sewer Utility Fund 423 will pay for design cost for the water and sewer utility upgrades/adjustments needed as part of this project. A federal grant was also secured for the ROW phase in the amount of $2,587,000. The local match for this grant will be from traffic impact fees and REET funds. During the design phase, a supplemental agreement will be completed for the completion of the ROW phase. In addition, grant applications will be submitted to secure additional construction funds to build the project (through federal grants or state appropriations). A DBE Goal of 8% is established as a requirement of this federal grant. Attachments: Attachment 1- Agreement Attachment 2 - Presentation Packet Pg. 195 2.3.a Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreemen Agreement Number: Firm/Organization Legal Name (do not use dba's): Shea, Carr & Jewell, Inc. (dba SCJ Alliance) Address Federal Aid Number 8730 Tallon Lane NE, Suite 200, Lacey, WA 98516 STPUL-HLP-0099(148) UBI Number Federal TIN 602-612-261 20-4834444 Execution Date Completion Date December 31, 2026 1099 Form Required Federal Participation ❑ Yes ❑■ No ■❑ Yes ❑ No Project Title Highway 99 Gateway -Revitalization, Stage 4 1 224th St SW to 220th St SW Description of Work The objective of the Stage 4 project is to design and construct improvements to Highway 99 from 224th Street SW to approximately 700-feet north of 220th Street SW consistent with the Conceptual Plans developed in the Highway 99 Revitalization Stage 1 planning project and the Highway 99 Revitalization & Gateway Stage 2 construction. These improvements will extend the transformation of Highway 99 in Shoreline through Edmonds. The scope of the project will include wider replacement sidewalks, new street lighting, crosswalks with mid -block crossing landings where possible, , improved stormwater management, targeted utility replacements, new dual -left turn pockets for NB and SB traffic at 220th Street SW, a new WB right -turn lane for traffic at 220th Street SW, potential undergrounding of overhead distribution utilities, landscaping, softscape treatments and other streetscape improvements to speak to the unique character of Edmonds. ❑■ Yes 9% DBE No DBE Participation Maximum Amount Payable: ❑ Yes ❑■ No MBE Participation $3,896,871 ❑ Yes ❑■ No WBE Participation ❑ Yes ❑■ No SBE Participation Index of Exhibits Exhibit A Scope of Work Exhibit B DBE Participation 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 Exhibit H Liability Insurance Increase Exhibit I Alleged Consultant Design Error Procedures Exhibit J Consultant Claim Procedures Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Revised 0713012022 LA-10225 Agreement Numb Packet Pg. 196 2.3.a THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the CITY OF EDMONDS as hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." y 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 Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 197 2.3.a 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 y Z 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 this AGREEMENT. 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.diversitycompliance.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: Bertrand Hauss, PE Name: Lisa M Reid, PE, PMP Agency: City of Edmonds Agency: Shea, Carr & Jewell, Inc (dba SCJ Alliance) Address: 121 5th Ave N Address: 8730 Tallon Lane NE, Suite 200 City: Edmonds State: WA Zip: 98020 City: Lacey State: WA Zip:98516 Email: Bertand.Hauss@edmondswa.gov Email: Lisa.Reid@scjalliance.com Phone: 425.771.0220 Phone: 206.739.5454 Facsimile: 425.672.5750 Facsimile: 360.352.1509 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. LA-10225 Local Agency A&E Professional Services Agreement Numbe Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 198 2.3.a 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 Z the hourly rates, i.e., direct (raw) labor, indirect cost rate, and fee (profit) percentage. The a CONSULTANT shall bill each employee's actual classification, and actual salary plus indirect cost rate plus c fee. E z a LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 199 2.3.a 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 a, reimbursed only to lowest price available, unless otherwise approved by the AGENCY. The CONSULTANT y 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 o all revisions thereto. Air, train, and rental card costs shall be reimbursed in accordance with 48 Code of a` Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -salary Costs shall o include an itemized listing of the charges directly identifiable with these SERVICES. The CONSULTANT N shall maintain the original supporting documents in their office. Copies of the original supporting documents M 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 a� Cn 3 this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one x (1.) The Maximum Amount Payable does not include payment for extra work as stipulated in section XIII, o "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. 0 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 Zr- bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in a connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, c 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 a Project Manager. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 Packet Pg. 200 2.3.a 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 o The CONSULTANT warrants that they have not employed or retained any company or person, other than a 0 bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not c 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, a 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 r discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount •2 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 a 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 c obligation and responsibility of the CONSULTANT. E The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this Zr_ AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of a 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: Q LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 201 2.3.a 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 2000d-4a) • Federal -aid Highway Act of 1973 (23 U.S.C. Chapter 3 § 324) • Rehabilitation Act of 1973 • 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 (29 U.S.C. Chapter 16 Subchapter V § • 49 CFR Part 26 794) • RCW 49.60.180 • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) 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 E 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. a Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 202 2.3.a 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 M CONSULTANT employee. y 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 LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 203 2.3.a 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 c CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other s 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 a enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's o agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the c 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. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 204 2.3.a 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: Bertrand Hauss, PE Agency: City of Edmonds Address: 121 5th Ave N City: Edmonds State: WA Zip: 98020 Email: Bertrand.Hauss@edmondswa.gov Phone: 425.771.0220 Facsimile: 425.672.5750 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. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 205 2.3.a 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 "G-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. XVIL 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 z material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. a LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 206 2.3.a 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. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 207 2.3.a 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 T not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; Cl? (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 a 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. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 208 2.3.a For purposes of this AGREEMENT, "ESI" 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 Date Signature Date Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012022 1 Packet Pg. 209 2.3.a Exhibit A Scope of Wor) Project No. STPUL-HLP-099(148) LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 210 2.3.a SCJ ALLIANCE CONSULTING SERVICES EXHIBIT A — SCOPE OF WORK HIGHWAY 99 GATEWAY -REVITALIZATION PROJECT - STAGE 4 Prepared For: Prepared By: Date Prepared: INTRODUCTION Description of Work 224TH STREET SW TO 220TH STREET SW Design, Environmental, and Right of Way Acquisition CITY OF EDMONDS, WA Bertrand Hauss, Project Manager I City of Edmonds Rob English, City Engineer I City of Edmonds Lisa Reid, PE, PMP I SCJ Alliance (Prime), with: 1. 1 Alliance Geomatics, 1AG (Survey and Right of Way Calculations) 2. Concord Engineering, CE (Electrical) 3. Confluence Environmental Company, CEC (Biological Assessment) 4. Historical Research Associates, HRA (Cultural Resources) 5. HWA GeoSciences, HWA (Geotechnical, Hazardous Materials) 6. Michael Minor & Associates, MMA (Noise) 7. Osborn Consulting, OCI (Stormwater) 8. RES GROUP NW, RESGNW (Right of Way Acquisition) October 21, 2022 The objective of the Stage 4 project is to design and construct improvements to Highway 99 from 224th Street SW to approximately 700-feet north of 220th Street SW consistent with the Conceptual Plans developed in the Highway 99 Revitalization Stage 1 planning project and the Highway 99 Revitalization & Gateway Stage 2 construction. These improvements will extend the transformation of Highway 99 in Shoreline through Edmonds. The scope of the project will include wider replacement sidewalks, new street lighting, crosswalks with mid - block crossing landings where possible, , improved stormwater management, targeted utility replacements, new dual -left turn pockets for NB and SB traffic at 220th Street SW, a new WB right -turn lane for traffic at 2201n Street SW, potential undergrounding of overhead distribution utilities, landscaping, softscape treatments and other streetscape improvements to speak to the unique character of Edmonds. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds Packet Pg. 211 2.3.a SC..I ALLIANCE CONSULTING SERVICES Funding Stage 4 is funded through a combination of federal, state, and local funds. Location The project begins in the south at the intersection of 224th Street SW and Highway 99 and extends north of the 2201h Street SW and Highway 99 intersection approximately 700-feet to include dual left -turn pockets both northbound and southbound at 220th Street SW. A westbound right -turn lane will be added at 220th Street SW along with better connections to the Interurban Trail. The total length of Stage 4 is approximately 2,200-feet along Highway 99 and 400-feet along 220th Street SW. There are two signalized intersections within the project limits, at 224th Street SW and 220th Street SW, as well as signals at adjacent intersections. As shown in Figure 1, Stage 4 lies within the cities of Edmonds, Montlake Terrace (along the east leg 220th Street SW and then on the east half of Highway 99 north to about 1,100-feet), and Lynnwood (from the northern limit of Montlake Terrace to the north, on the east half of Highway 99 only). Stage 4 is entirely within Snohomish County. Highway 99 (aka SR 99) and a small piece of the northbound lanes north of 2201h St SW is in un- incorporated Snohomish County, and therefore owned by Snohomish County. Highway 99 is a State Route and is controlled by WSDOT from curb -to -curb. There is no limited access right of way within the project limits. - . .: .. 21ah9SW Lynnwood Iwed[sh S WEdmonds _ STAGE 4 tinco Faads 'i' r PROJECT LIMITS Hall Creek k.I1I :..I tiy� ➢ Interurban Tail FT Esperance 99 Ranch Markel Esperance Mountlake Terrace G 0.p = Mountlake Terrace zl Lake Ballinger Q 23 rh St SW Figure 1. Approximate Limits of Stage 44 Project Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 212 2.3.a SCJ ALLIANCE CONSULTING SERVICES SCOPE OF WORK Table of Contents This scope of work includes preliminary and final design, environmental documentation and permitting, and right of way acquisition work and includes the following Phases of work: Phase 51 Project Management (All)..........................................................................................................................5 Phase 52 Funding and Grant Assistance (SCJ)...........................................................................................................7 Phase 53 Survey and Basemapping(1AG).................................................................................................................7 Phase54 Potholing(SCJ)............................................................................................................................................9 Phase 55 Utility Coordination (SCJ)........................................................................................................................ 10 Phase 56 Geotechnical Engineering(HWA)............................................................................................................ 11 Phase 57 WSDOT Project Development Approval(SCJ)......................................................................................... 13 Phase 58 Traffic Analysis(SCJ)................................................................................................................................ 16 Phase 59 Design Management and Meetings (All)................................................................................................. 17 Phase 60 Transportation Design (SCJ).................................................................................................................... 21 Phase 61 Traffic Design (SCJ).................................................................................................................................. 25 Phase 62 Stormwater Report (OCI)........................................................................................................................ 28 Phase63 Water Design (SCJ).................................................................................................................................. 33 Phase 64 Sanitary Sewer Design (SCJ).................................................................................................................... 34 Phase 65 Utility Undergrounding Design (CE and SCJ)........................................................................................... 35 Phase 66 Art, Landscape, and Irrigation Design(SCJ)............................................................................................. 38 Phase 67 Estimate of Probable Cost....................................................................................................................... 40 Phase68 Project Manual........................................................................................................................................ 42 Phase 69 Construction Schedule............................................................................................................................ 43 Phase 70 Quality Assurance and Quality Control (All)............................................................................................ 44 Phase 71 Assistance During Bidding (OCI, CE, SCJ)................................................................................................ 45 Phase 72 Public Involvement (SCJ)......................................................................................................................... 47 Phase 73 NEPA and SEPA Documentation (HRA, CEC, MMA, HWA, and SCJ)........................................................ 50 Phase74 Permitting(SCJ)....................................................................................................................................... 55 Phase 75 Right of Way Calculations (1AG)............................................................................................................. 55 Phase 76 Right of Way Plans(SCJ).......................................................................................................................... 56 Phase 77 Right of Way Acquisition Design Support(SCJ)....................................................................................... 56 Phase 78 Right of Way Acquisition (RESGNW)....................................................................................................... 56 Phase 79 Management Reserve (All)...................................................................................................................... 57 ATTACHMENT 1— Proposed Sheet List................................................................................................................... 58 Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds Packet Pg. 213 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES General Assumptions The following assumptions apply to this scope of work. Assumptions that apply primarily to individual phases of work are included with the respective scopes for each phase. 1. Funding includes federal monies and federal requirements apply. 2. Submittals will be made at the 30%, 60%, 90%, 9S%, and 100% milestones. 3. The 90% submittal shall be complete, ready -for -construction package and all design work shall be complete. The intent of the 95% submittal is to review responses to the 90% review (not to continue advancing the design). The intent of the 100% is to perform a final check on those responses for the ad - ready PS&E. 4. WSDOT approvals will be required for the channelization plans, intersection controls (signals), and curb - to -curb improvements. 5. Right of way acquisition will be required from nearly every adjacent parcel. This scope assumes that the work does not impact any parcel to the extent that a full parcel take would be required requiring relocations. If needed, that work will be added to this scope via amendment. 6. This project will include stormwater improvements. 7. The scope and fee include utility undergrounding of aerial power and communication utilities. If it is decided to remove the utility undergrounding, unspent tasks budgets will be removed. 8. In providing opinions of cost and schedules for the project, the Consultant will have no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that might affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that might materially affect the ultimate project cost or schedule. Consultant, therefore, will not warranty that the actual project costs, financial aspects, economic feasibility, or schedules will not vary from Consultant's opinions, analyses, projections, or estimates. 9. The City will provide right of entries for all necessary private -property access. 10. The scope includes work to calculate the existing parcels and the original right of way take and TCE so that Right of Way Plans and a Project Funding Estimate can be prepared. All subsequent revisions and right of way acquisition services will be added in a future amendment. Information Provided by the City of Edmonds The City will provide the following: 1. Right of way process, documents, and templates 2. Utility franchise agreements 3. All available stormwater as-builts, hydraulic reports, geotechnical reports, and other background information in the Project area that are available in its archives 4. All existing water and sanitary sewer as-builts for the Project area 5. Division 1 Boiler Plate for WSDOT/APWA Specifications Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 214 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES 6. Additional items as noted in the following scope Phases 1 to 50 Not used for this contract. Phase 51 Project Management (All) Task 1 Project Kick-off Meeting 1) Project Kick-off Meeting. Planning for and attendance at one (1) project kick-off meeting for the City and Consultant Team. Up to nine (9) Consultant staff will participate, including the Project Manager, Design Manager, Roadway Lead, Roadway Engineer, Traffic Analysis Lead, Geotechnical Lead, Stormwater Lead, Signals/Illumination Lead, and the Environmental Lead. The meeting will be virtual and is budgeted to last up to three (3) hours. Provide meeting agenda and meeting summary. Task 2 Project Management Plan 1) Draft Project Management Plan. Prepare a Project Management Plan (PMP) for the project. The PMP will contain Project information including the baseline scope, schedule, and budget, the project goals & objectives, the team org chart, team member roles and responsibilities, communications protocols, safety plan, the quality management plan from Phase 70, reporting requirements, and other information as directed by the City's project manager. The PMP is a living document and should be routinely maintained and updated throughout the life of the Project. The Draft PMP will be submitted to the City for review and comment. 2) Final Project Management Plan. Update the Draft PMP based on City comments received on the Draft PMP. 3) PMP Updates. Prepare ongoing updates of the PMP as needed as scope, schedules, and/or budgets or other PMP items are revised. The PMP will be set up to facilitate the affected appendices only. Task 3 Contract Administration 1) Contract Management. Process and set-up this contract in SO Alliance's billing system. Submit required insurance and FAR overhead information and ensure contract stays current. Maintain necessary edits, including annual OH updates. 2) Subconsultant Contract Management. Manage subconsultant agreements with subconsultant firms and vendors. Collect W9s, certificates of insurance, and FAR OH letters. Update FAR OH rates annually and ensure COls and subconsultant agreements stay up-to-date. Review and approve subconsultant and vendor invoices and track against budgets. 3) Invoice and Progress Reports. Monitor earned value and actual costs on a biweekly basis. Prepare and submit a biweekly progress report via email. Prepare a monthly progress invoice with progress reports attached. Up to forty-four (44) invoices are included to cover monthly invoicing and annual OH rate adjustments. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 215 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Task 4 Schedule 1) Draft Baseline Schedule. Develop a Draft Baseline Schedule to match the scope of work and funding requirements. Submit to the City for review and comment. 2) Final Baseline Schedule. Develop a Final Baseline Schedule based on City comments. This will be the schedule that will be used to status the project. Revised baseline schedules may be adopted and will be developed under Subtask 3. 3) Schedule Updates. Update and status the schedule quarterly to reflect progress and any revisions to the overall baseline. Up to ten (10) monthly schedule update and statuses are included. Task 5 Team and Project Management 1) Project Management. Manage the project by directing and supervising staff and reviewing work for the duration of the project. This management is for the overall work rather than specific tasks. This work is budgeted to last up to forty (40) months. 2) Weekly Status Reports. Prepare weekly status reports to update the City's project manager on the status of the contract, completed work and upcoming work. Up to one -hundred seventy-five weekly status reports will be prepared. 3) Bi-Weekly Status Calls. Prepare for and attend virtual, bi-weekly check -in calls with the City's project manager. These calls will be attended by up to two (2) Consultant staff, including the Project Manager and Design Manager. Additional attendees may be included at some meetings as noted in the remainder of the scope. These calls will last up to one (1) hour. These meetings will include the ROW Status during the ROW Acquisition Phase of the project. Up to sixty-seven (67) meetings are included throughout the project. Prepare agendas, meeting summaries and action items. 4) Bi-Monthly Meetings. Prepare for and attend up to twenty (20) Bi-Monthly (every 2 months) Meetings at Edmonds City Hall or by video conference. Up to two (6) Consultant staff will attend, including the Project Manager (20 mtgs) and Design Manager (20 mtgs. Additional attendees, including utilities and stakeholders may be included at relevant meetings in addition to utility and stakeholder specific meetings. Meetings will last up to ninety (90) minutes. Prepare agendas, meeting summaries and action items. 5) Action Item Tracking. Develop and maintain an action item tracking spreadsheet for significant tasks to be performed by the Consultant team, City, and stakeholders. 6) Filing and Information Management. Maintain a filing system of key correspondence, design documentation, design calculations and files, and deliverables. Provide a DVD archive of project files at the conclusion of the contract. Assumptions • Subcontract agreements will be negotiated, executed, and administered between the Consultant and up to eight (8) sub -consultants. • This scope of work will last until the project is awarded for construction or until December 31, 2025, whichever comes first. This is approximately thirty-six (36) months. • As noted above for meetings. • Up to twelve (12) of the eighteen (18) bi-monthly meetings will be held in person at the City of Edmonds. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 216 2.3.a SCJ ALLIANCE CONSULTING SERVICES Deliverables • Attendance of up to nine (9) Consultant staff at the Project Kick-off meeting • Agendas, Meeting Summaries, and Action Items in Word and PDF • Draft Project Management Plan in PDF • Final Project Management Plan in PDF • Draft Baseline Schedule in PDF and MS Project (if requested) • Final Baseline Schedule in PDF and MS Project (if requested) • Monthly Schedule Updates in PDF and MS Project (if requested) • Monthly Invoices and Progress Reports in PDF • Weekly Status Reports in PDF • Attendance of up to two (2) Consultant staff at up to sixty-seven (67) Bi-Weekly Status Calls • Attendance of up to six (6) Consultant staff at up to twenty (20) Bi-Monthly Meetings • Action Item Tracking List in Google Sheets format available for access by City at all times • Final CD-ROM of the project files Phase 52 Funding and Grant Assistance (SCJ) Task 1 Funding and Grant Assistance 1) Grant Application Assistance. Assist the City with up the preparation of funding applications as needed This could include grant writing, estimating, preparation of exhibits, additional engineering, or other work, as requested. Up to eighty (820) hours is assumed for this Task. Assumptions • The City will be responsible for the ultimate submittal of all grant funding applications. • No expense budget is established for this scope of work. Deliverables • Funding applications and supporting documents as needed in formats required Phase 53 Survey and Basemapping (1AG) Survey work was performed corridor -wide for both Stage 1 and Stage 2 of this project, including 3D laser scanning for the corridor to get a large point cloud. At this time, only face -of -curb to face -of -curb has been extracted from that point cloud. The project limits for survey work on this, Stage 4 project, are defined as: Highway 99 from 100'south of the 224' St SW centerline to approximately 100' north of the 2201h St SW centerline. The survey will extend 15' beyond the existing right of way on the left and right sides of the roadway and will extend 50' down cross streets (except 2201h St SW) measured from the east and west Highway 99 right of way lines. S 2201h St SW from Highway 99 to 100' east of the interurban trail centerline. The survey will extend 25' beyond the existing right of way on the left and right sides of the roadway or to the closest building face, whichever is closer. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 217 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES The approach for obtaining design- quality survey for this project includes: 1) extracting additional data from the existing point cloud, 2) performing field survey to supplement the point cloud, especially from the back of walk to face of buildings for property interface, 3) waiting until Stage 2 construction is complete and performing the 3D Laser Scanning again to obtain new data where construction was performed throughout the corridor (median construction, some curb ramps, and irrigation connections in then project limits), 4) supplementing the 3D Laser Scanning of Stage 2 (#3) with additional field survey to pick up areas not well covered by scanning, , and 5) office processing to assemble all of this information. The information in #1 and #2 will be performed upon completion of the NTP and the information in #3 and #4 will be performed in early 2023, when Stage 2 construction is fully complete. Task 1 Survey and Basemapping Beyond Curbs Perform survey and base mapping for the project area after receiving the notice to proceed, including the following: 1) Survey Control. Control was established for this project as part of prior scope for use in determining the right of way and tying in the aerial photos taken by the City's drone. It is tied to the NAD 83/91 coordinate system for horizontal control and NAVD 88 for vertical control. 2) 3D Laser Scanning. This Task includes tripod -mounted 3D Laser scanning of the project limits and registration of the scans into point clouds tied to the project coordinate system and datum. The scanner will collect significant amounts of data from which survey -grade data can be extracted or surveyed from the desk -top (desktop surveying). 3) Field Surveying. This Task includes using traditional methods of surveying and mapping to supplement the Stage 1 and Stage 2 3D Laser Scanning and in particular to collect data that might otherwise be obscured from the scanner and as a quality check to spot verify the scanner results. This includes measure downs on all sanitary sewer and stormwater manhole and to the nut on all gas and water valves. 4) Office Processing. The processing Task includes desktop surveying using the Stage land Stage 2 3D Laser -Scanned data and the processing of the traditional field data from Task 1. 5) Utility Mapping. Utility company as-builts were collected in Stage 1 and utilities were mapped based on those as-builts and the available survey data. The utility companies reviewed the mapping for accuracy. Using this information as a starting point, adjust the utility mapping as needed to tie it into the observable utility appurtenances and locates. Task 2 Survey and Basemapping Between Curbs Perform survey and base mapping for the project area after the Stage 2 Construction is completed, including the following: 1) Survey Control. Control was established for this project as part of prior scope for use in determining the right of way and tying in the aerial photos taken by the City's drone. It is tied to the NAD 83/91 coordinate system for horizontal control and NAVD 88 for vertical control. 2) 3D Laser Scanning. This Task includes tripod -mounted 3D Laser scanning of the project corridor and registration of the scans into point clouds tied to the project coordinate system and datum. The scanner will collect significant amounts of data from which survey -grade data can be extracted or surveyed from the desk -top (desktop surveying). Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 218 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES 3) Field Surveying. This Task includes using traditional methods of surveying and mapping to supplement the 3D Laser Scanning and in particular to collect data that might otherwise be obscured from the scanner and as a quality check to spot verify the scanner results. This includes measure downs on all sanitary sewer and stormwater manhole and to the nut on all gas and water valves. 4) Office Processing. The processing Task includes the desktop surveying using the 3D Laser -Scanned data and the processing of the traditional field data. The limits for this Phase are from back of curb to back of curb from 224th Street SW up to 220th Street SW. 5) Utility Mapping. Utility company as-builts were collected in Stage 1 and utilities were mapped based on those as-builts and the available survey data. The utility companies reviewed the mapping for accuracy. Using this information as a starting point, adjust the utility mapping as needed to tie it into the observable utility appurtenances and locates. Task 3 Survey of Potholing Information 1) Potholing Survey. Perform afield survey to tie-in up to twenty-five (25) potholes performed by APS and marked in the field with pins. For this scope, horizontal and vertical survey information will be provided to correspond to each pin. 2) Office Processing. Incorporate the potholing survey information into the basemap for use on the plans Assumptions • Survey mapping limits will extend fifteen feet (15') beyond the existing right of way. • Right of entries, if required for survey beyond the right of way, will be acquired by the City. • The project will use the survey control network set in 2017. • The project will use the existing right of way delineation from 2017. • A record of survey is not included in this scope. • Survey includes utility mapping based on utility locates and visible appurtenances. • The City will provide an updated aerial photo for the project after the Stage 2 improvements are complete. • This work does not include survey of environmentally sensitive areas, that work will be added by future amendment if areas are identified during this work. Deliverables • Updated AutoCAD Civil 3D survey base maps Phase 54 Potholing (SCJ) Task 1 Potholing 1) Potholing Map. Prepare a potholing map that shows where potholing will be completed for review and concurrence by the City. The map will show potholing of city -owned facilities to be performed by APS and franchise -owned utilities that will be provided by the respective utilities. 2) Potholing. Perform potholing of City -owned utilities at up to twenty-five (25) locations to observe the depth and type of the pavement, size, and condition of utilities at potential conflict points. Potholes will be marked with a pin and an identifying number. A web -based GIS map and potholing logs will be Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 219 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES provided for inclusion in the Project Manual. The potholing pins will be surveyed in Phase 53 to tie-in this information. 3) Traffic Control. Prepare traffic control plans for potholing work of city -owned utilities to be submitted to the City for approval. Traffic control will be provided during potholing. Franchise utility companies will be responsible for preparing their own traffic control and permitting with the city. 4) Coordinate with Utility Companies. Coordinate with franchise utility companies to ensure they complete potholing and provide information to the Consultant and City. Bring this information into CAD for consideration in the design and inclusion in the Potholing Summary Memo. 5) Prepare Potholing Summary Memo. Prepare a summary memo including the potholing map and logs for inclusion in the Project Manual. Assumptions • Pothole depths will not exceed 8 feet for city -owned utilities. • Potholing will not be performed for pavement condition; however, pavement type and depth will be provided in each log. • One mobilization will be required for all potholing. • Potholing will be billed as an expense per pothole (including traffic control) based on the actual number of potholes performed. An approximate budget is included based on current costs and an estimate of twenty-five city -owned utility potholes. If the number or costs change significantly, costs will be revised in a future amendment. Deliverables • Draft Potholing Map in PDF • Final Potholing Map in PDF • Traffic Control Plans in PDF • GIS layer for potholing data • Pothole Logs in PDF • Potholing Summary Memo in PDF Phase 55 Utility Coordination (SCJ) Task 1 Utility Coordination Utility companies anticipated on this project include Snohomish County PUD, Comcast, Ziply Fiber, Puget Sound Energy (PSE), Olympic View Water & Sewer District, City of Edmonds Water, City of Edmonds Sewer, City of Edmonds Stormwater, Pacific Cable, Cable Com, Full Bore, and Wave Broadband. 1) As -Built Requests. The last as-builts requested for the utility companies was completed in 2018 and may be out-of-date. Request utility as-builts from each company at the commencement of the project. 2) Utility Mapping Confirmation. After the survey and basemapping have been completed in Phase 53, including all work after the Stage 2 construction is complete, compare the utility company as-builts to the basemapping to ensure that the mapping is complete and accurate. Resolve any discrepancies with the utility companies to ensure accurate mapping. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 220 2.3.a SCJ ALLIANCE CONSULTING SERVICES 3) Upgrade Identification. Coordinate with the utility companies throughout construction and provide each company the 30% PS&E. Coordinate with each company to identify any upgrades needed during construction so that a moratorium on utility work requiring pavement excavation can be instituted at the end of construction. Coordinate with the utility companies throughout the project to ensure that they design and upgrade these facilities prior to the commencement of construction. 4) Conflict Identification. Provide the utility companies with 60% plans and request their review of potential conflicts with their facilities. Work with each company to determine who will pothole and/or pay for potholing of potential conflicts and ensure that 1) utilities that self -perform potholing get it competed prior to survey of the potholing pins, and that 2) potholing to be performed under Phase 54 is completed and information provided to the utility companies. 5) Conflict Coordination. Coordinate with the utility companies and design team to design improvements needed to avoid conflicts and ensure this is completed before or during construction of this project. Utilities not owned by the City will need to design and relocate their facilities prior to construction. The design work for city -owned utilities that require relocation will be added to this contract by amendment Assumptions • Power distribution will be moved underground, and power transmission will remain above ground and will likely require relocation of transmission poles. • The design of city -owned water, sanitary sewer, and/or storm sewer relocations required for the project will be completed by the Consultant and that work will be added to this scope in a future Amendment as the work is defined. • The design of utility relocations that are not city -owned will be performed by the respective utility companies and the work to relocate their facilities will occur prior to the start of construction on this project. • Utility companies will be included in Stakeholder Coordination Meetings in Phase 22 and utility coordination will take place then. Meetings in this Phase of work are specific to undergrounding design • All conflict resolution design for non -City owned utilities will be performed by the respective utility companies. Deliverables • As -Built Request Correspondence in PDF • Utility Mapping Coordination Correspondence in PDF • Utility Coordination Correspondence in PDF Phase 56 Geotechnical Engineering (HWA) Task 1 Geotechnical Engineering for Foundation Design and On -Site Stormwater Design 1) Lateral Bearing Pressures. Geotechnical Engineer to provide a recommended lateral bearing pressure to use at each intersection where there are signal poles as described in the WSDOT Design Manual 1330 as well as WSDOT STD Plan J-26.10. The Geotechnical Engineer will also provide lateral bearing pressure recommendations for the signalized intersection for the design of the signal pole foundations. 2) Exploration at Signal Mastarm Poles. Perform an exploration program consisting of drilling borings at the locations of up to six mastarm (6) pole locations for the new signal at 220t"220t" Street SW and the Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 221 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES relocated poles on the north half of the 2241" Traffic Signal. The borings will be drilled to a depth of 20 feet each. Work will include two site visits to mark the locations for utility locates and check the site once utilities have been marked preparation of an exploration plan with traffic control plans for drilling the borings. Once drilling is complete, summary s logs will be prepared for evaluation of pole foundation design. Laboratory testing for index properties will also be performed on the samples retrieved from the borings. Use of the standard foundation pole recommendations will then be accessed for the six (6) proposed locations. Prepare Draft and Final Signal Pole Foundation Recommendations Memoranda. The Final will respond to comments received from the City and other stakeholders. 3) Stormwater PITS. Geotechnical services will be required to support the design of On -Site Stormwater management design. A total of 8 small scale Pilot Infiltration Tests (PITS) or other smaller scale approved tests may be necessary to facilitate design for up to eight (8) runoff treatment facilities. The project geotechnical report will provide a calculated infiltration rate at each PIT location and depth to seasonal groundwater. Piezometers will be installed in up to four well locations drilled near the PIT for groundwater monitoring through the wet season to provide accurate information on seasonal high groundwater elevations. A well will be installed near the proposed PITS, which we assume will be located close enough to each other to allow one well to represent the highest seasonal ground water for the stormwater facility. In addition to the PIT tests, laboratory testing of samples will include cation exchange/treatment capacity of the existing soils, organics content, and pH and resistivity testing. One (1) data request will be provided for boring and PIT test locations. Prepare Draft and Final Stormwater Recommendations Memorandum describing the on -site stormwater testing, analysis, , including long- term infiltration rates (Ksat), groundwater elevations and recommendations. The Final will respond to comments received from the City and other stakeholders. Assumptions • Permits for street use during the subsurface explorations will be provided by the City at no cost to the Consultant. • No contaminated materials testing is assumed. In the event contaminated soils appear to be present, the geotechnical Consultant will collect samples and contact the City for directions. • Traffic control can be managed through lane shifts and will not require flaggers. • Borings can be performed during normal working hours of 9 AM to 3 PM. • PITs will not require use of shoring. • The well installed is the property of the City of Edmonds and will require decommissioning. Provisions for decommissioning to be provided in the construction phase and is not included in this scope of work. • The PITS will be close enough to each other that one well can provide the data needed to show the seasonal high ground water at each of the PIT locations. • The stormwater area to the infiltration BMP is less than 1 acre. • The testing is for BMP T7.30: Bioretention or BMP T5.15: Permeable Pavements that either serve small stormwater areas and/or are widely dispersed throughout a project site. • The City's Technical Memo for Geotechnical Exploration will be followed for this work. Deliverables • Draft Geotechnical Letter Report providing foundation design parameters in PDF • Final Geotechnical Letter Report providing foundation design parameters in PDF • Draft Signal Pole Foundation Recommendations Memorandum in PDF • Final Signal Pole Foundation Recommendations Memorandum in PDF • Draft Stormwater Recommendations Memorandum in PDF Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 222 2.3.a SCJ ALLIANCE CONSULTING SERVICES • Final Stormwater Recommendations Memorandum in PDF Phase 57 WSDOT Project Development Approval (SO) Chapter 300 of the WSDOT Design Manual requires preparation of a combined design approval/project development approval document (DA/PDA) including the preparation of the following documents and coordination with WSDOT for review and approval. Per WSDOT DM Exhibit 300-4 the DA/PDA will be approved by the local programs engineer or NWR project development engineer and design analysis will be approved by WSDOT Headquarters (HQ). Task 1 Combined Design Approval -Project Development Approval Prepare and assemble the following documents and submit to WSDOT for review and approval as the project Design Approval/Project Development Approval (DA/PDA). 1) Design Kick-off Meeting with WSDOT. Attend up to one (1), virtual kickoff meeting with the City and WSDOT to discuss design criteria, channelization, deviations, documentation, and traffic and safety analyses. Up to five (5) Consultant staff will attend including the Project Manager, Design Manager, Roadway Lead, Stormwater Lead, and Signals Lead. Prepare agenda, meeting summaries, and action items. 2) Combined Design Approval and Project Development Approval Memorandum. Prepare a memo summarizing all documents included in the DA/PDA. Update as design progresses. 3) Design Documentation Package Checklist. Prepare a checklist using the standard WSDOT form that itemizes all documents included in the DA/PDA. Update as design progresses. 4) Project Profile Exemption. Coordinate with the City and WSDOT to obtain a memo for the file stating that this is not required for non-WSDOT led projects. 5) Environmental Review Summary Exemption. Coordinate with the City and WSDOT to obtain a memo for the file stating that this is not required for non-WSDOT led projects. 6) Additional Documentation. Include updated copies of the following documents prepared separately in this scope of work. Update as design progresses. This includes, but is not limited to: • Vicinity Map (Phase 60) • Basis of Design (Phase 57) • Design Parameter Checklist (Phase 57) • Safety Analysis (Phase 58) • Design Analyses (Phase 57) • ADA and MEF Documentation (Phase 57) • Intersection Control Evaluation (Phase 58) • AutoTURN Analysis Exhibits and Channelization Plans for Approval (Phase 57) • Alignment Plans, Profiles, and Engineer's Estimate (Phase 60) • SEPA Documentation (Phase 74) • Permitting Documentation (Phase 74) • Stormwater Memorandum (Phase 62) • Drainage Report (Phase 62) • Geotechnical Report (Phase 56) • Illumination Calculations (Phase 61) Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 223 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Preliminary Signal Plans (Phase 61) • LOS Analysis (Phase 58) • Structural Design Calculations (Phase 60) • Potholing Memo, Plans, and Logs (Phase 54) • Existing and Proposed Utility Plans (Phases 55 and 62 to 65) 7) Draft DA/PDA Submittal. Assemble and Package the documents listed in Subtask 1 through Subtask 6 and submit a Draft DA/PDA Package to WSDOT for Review. 8) DA/PDA Review Meeting. Attend up to one (1) review meeting with the City and WSDOT to discuss comments on the Draft DA/PDA Package. The Consultant Project Manager and Design Manager will attend this virtual meeting for up to two (2) hours. This is the same meeting as the Channelization Plan review meeting in Phase 57. Prepare agenda, meeting summaries, and action items. 9) Final DA/PDA Submittal. Assemble and Package the updated documents listed in Subtask 1 through Subtask 6 and submit a Final DA/PDA Package to WSDOT for Review. Task 2 Basis of Design 1) Draft Basis of Design (BOD). Prepare a Draft BOD for the project and update throughout the design. Use the current WSDOT BOD template. 2) Final Basis of Design. Provide up to one (1) significant update of the BOD based on review comments received from WSDOT and the City during the Channelization Plan review process. Task 3 Design Parameter Checklist 1) Design Parameters. Complete the WSDOT Design Parameters checklist. Update as design progresses. Task 4 Design Analysis 1) Draft Design Analysis. Prepare up to one (1) Design Analysis to document deviations from the WSDOT Design Manual. 2) Final Design Analysis. Update the Draft Design Analysis based on up to two (2) rounds of review comments from WSDOT and the City. Task 5 ADA and MEF Documentation 1) Draft ADA and MEF Documentation. Prepare Draft ADA and Maximum Extent Feasible (MEF) Documentation per WSDOT guidelines and submit to WSDOT for approval. 2) Final ADA and MEF Documentation. Prepare Final ADA and MEF Documentation based on up to one (1) round of WSDOT comments. Task 6 Vehicle Turning Exhibits and Channelization Plans for Approval 1) Draft AutoTurn Analysis Exhibits and Channelization Plans. Prepare Draft Channelization Plans per the Northwest Region Checklist found at https://www.wsdot.wa.gov/publications/fulltext/design/DevelopmentServices/DevelopmentServices- ChannelizationPlanChecklist.pdf. Prepare AutoTurn exhibits showing the design vehicles making all allowed turns at signalized and unsignalized intersections. 2) Initial Submittal to WSDOT. Assemble and transmit the following documents to WSDOT for review: Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 224 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Vicinity Map • Basis of Design • Design Parameter Checklist • Safety Analysis • Design Analyses • AutoTURN Analysis Exhibits • Channelization Plans for Approval 3) Updated AutoTURN Exhibits and Channelization Plans. Prepare up to two (2) revised drafts of the AutoTURN Exhibits and Channelization Plans for Approval addressing WSDOT's comments on prior submittals. Note that the channelization plans should be relatively straightforward based on the work performed and reviewed in Stage 2. The number of design analyses will also be reduced compared to the Stage 2 effort. 4) Updated Submittals. Assemble and transmit up to two (2) versions of the updated documents listed in Subtask 2 to WSDOT for review. This includes one draft and one (1) final submittal. 5) WSDOT Review Meetings. Prepare for and attend up to two (2) review meetings with WSDOT to discuss their comments on the package of documents submitted in Subtask 2 and Subtask 4 including the Channelization Plans and DA/PDA documentation. Up to three (3) Consultant staff will attend including the Project Manager, Design Manager, and Roadway Lead. Each meeting will be up to one (1) hour and will be held virtually. Prepare agenda, meeting summary, and action items. Assumptions • Roadway design is based on the 2022 versions of the WSDOT Design Manual and the 2022 WSDOT Standard Plans for Road and Bridge Construction (both due September 2022). Design revisions to update to future versions of WSDOT Guidance is not included. • The conceptual layout developed in Stage 1 will be revised based on updated survey, the Stage 2 PS&E and the Stage 2 As-Builts as part of the channelization plan development. • The proposed signal will be a full replacement of the traffic signal at the intersection of SR 99 & 220th Street SW. • The proposed signal will include modifications to the existing traffic signal at the intersection of SR 99 & 224th Street SW. • ICE analysis will address year of opening (YOE) and 2050. • Unless stated otherwise, up to two (2) rounds of comments will be received from WSDOT on the deliverables in this Phase. • A Stormwater basis of design is not required since a stormwater technical memorandum will be provided in Phase 62. Deliverables • Attendance of up to five (5) Consultant staff at the Design Kick-off Meeting with WSDOT • Agenda, Meeting Summary, and Action Items in Word and PDF • Draft DA/PD Submittal Package in PDF • Final DA/PDA Submittal Package in PDF via FTP • Draft Basis of Design in PDF • Final Basis of Design in PDF • Design Parameter Checklist Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 225 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Draft Design Analyses in PDF • Final Design Analyses in PDF • Draft ADA and MEF Documentation in PDF • Final ADA and MEF Documentation in PDF • Draft Channelization Plan and Design Submittal Package in PDF • Updated Channelization Plan and Design Submittal Package in PDF • Final Channelization Plan and Design Submittal Package in PDF • Attendance of up to four(4) Consultant staff at up to two (2) Channelization Plan and Design Review Meetings • Agendas, Meeting Summaries, and Action Items in Word and PDF • Preliminary Signal Plans for the Intersection of SR 99 & 220t" Street SW in PDF • Preliminary Signal Plans for the Intersection of SR 99 & 224t" Street SW in PDF Phase 58 Traffic Analysis (SQ Task 1 Safety Analysis 1) Obtain Updated Crash History. Coordinate with WSDOT to obtain the most recent three (3) years of crash history for the Stage 4 project limits. 2) Draft Safety Analysis. Use the crash history obtained in Subtask 1 to prepare a Draft Safety Analysis for the project. This work will include a brief analysis of fatal and severe crashes and will include mapped crash history data. 3) Final Safety Analysis. Update the Draft Safety Analysis based on up to one (1) round of review comments from WSDOT and the City. Task 2 Intersection Control Evaluation (ICE) The proposed improvements to the intersection of SR 99 and 220t" Street SW includes adding dual left -turns northbound on SR 99. The signal will need to be significantly reconstructed and is anticipated to require an ICE evaluation. It is assumed that consideration of a roundabout will not be required. 1) Draft Intersection Control Evaluation. Complete a Draft Intersection Control Evaluation (ICE) document consistent with Chapter 1300.05(1) of the WSDOT Design Manual. The following control type alternatives will be evaluated: • NB and SB dual -left turn configuration • No -Build, existing single -left turn configuration 2) Conceptual (10%) Design and Cost Estimates. Prepare a conceptual design and cost estimate for each control type. 3) Operational Analysis. The following tasks will be completed to support the ICE: • Traffic forecasting for 2022 opening year and 2050 (by updating Stage 2 traffic analysis) • Level of Service evaluation using Synchro software 4) ICE Review Coordination Meeting. Attend up to one (1) review coordination meeting with WSDOT to discuss their comments. Up to three (3) Consultant staff will attend this virtual meeting including the Project Manager, Signals Reviewer, and Signals Lead. Prepare agenda, meeting summary, and action items. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 226 2.3.a SCJ ALLIANCE CONSULTING SERVICES 5) Final Intersection Control Evaluation. Prepare up to one (1) update of the ICE based on WSDOT comments. Task 3 Traffic Analysis 1) Traffic Analysis. Prepare the following in order to determine queue lengths, signal phasing, signal cycle lengths for the design. • The City will provide count data needed for this project from the Transportation Management Center (TMC). • Update the queue length analysis for signalized intersections and mid -block left and U-Turn locations that was prepared in Stage 2 based on the new future turning movement counts forecasted. Use the new TMCs to forecast the number of new left turning and U-Turning vehicles resulting from the construction of the raised median. This will be based on trip generation calculations for each driveway considering the land use and existing volumes. Prepare optimized offsets and cycle lengths for the signalized intersections using a Synchro analysis to be used by the City in the signal timing. Assumptions • ICE analysis will address year of opening (YOE) and 2050. Unless stated otherwise, up to two (2) rounds of comments will be received from WSDOT on the deliverables in this Phase. Deliverables • Draft Safety Analysis in PDF • Final Safety Analysis in PDF • Draft Intersection Control Evaluation in PDF • Final Intersection Control Evaluation in PDF • Traffic Analysis in PDF Phase 59 Design Management and Meetings (All) Task 1 30% Design Management 1) Site Visits and Photographs. Walk the site to observe the existing conditions, review the survey and mapping, and provide photo documentation. Up to three (3) Consultant staff will attend, including the Design Manager, Roadway Lead, Utility Lead, and the Signal/Illumination Lead. 2) 30% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to eighteen (18) Bi-Weekly Technical Team Meetings during the 30% Design Phase. Attendees will include up six (6) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, and the Environmental Lead. The following leads are included as needed/noted: Signal/Illumination Lead (9 meetings), Survey Lead (2 meetings), and Geotechnical Lead (2 meetings). City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 3) Assemble the 30% Design Submittal. Assemble the 30% Project Manual, 30% Estimate, 30% Plans, 30% Construction Schedule, 30% PS&E Checklist, 30% Plans and supporting design calculations. Prepare a Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 227 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES brief transmittal memo and transmit to the City for review. Provide a review comment form for the City's use and to aid in the consolidation and response to comments at the 60% Design Submittal. Task 2 60010 Design Management 1) 30% Comment Review Meeting. Plan, attend, and lead up to one (1) 30% Comment Review Meeting with the City. The meeting will be up to four (4) hours and will take place in person at the City. Consultant attendees will include up to nine (9) staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, Signal/Illumination Lead, Landscape/Art Lead, and Irrigation Lead. Prepare agendas, meeting summaries, and action items. The meeting will be planned so that attendees can attend for just a discussion of their affected reviews or work only to minimize the overall effort and cost of this meeting. 2) Response to 30% Comments. Provide preliminary comment responses at the 30% Review Comment Meeting. Provide responses to all comments received in tables and/or BlueBeam Plans for all 30% review comments received and submit with the 60% Design Submittal. 3) 60% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to twenty-one (21) Bi-Weekly Technical Team Meetings during the 60% Design Phase. Attendees will include up six (6) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Signal/Illumination Lead, and Stormwater Lead. The following leads are included as needed/noted: Environmental Lead (10 meetings), Survey Lead (2 meetings), and Geotechnical Lead (2 meetings). City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 4) 60% PS&E Checklist. Fill out the standard WSDOT PS&E Checklist from Local Programs for the 60% Design Submittal. 5) Assemble the 60% Design Submittal. Assemble the 60% Project Manual, 60% Estimate, 60% Plans, 60% Construction Schedule, 60% PS&E Checklist, 60% Plans and supporting design calculations. Prepare a brief transmittal memo and transmit to the City for review. Provide a review comment form for the City's use and to aid in the consolidation and response to comments at the 60% Design Submittal. Task 3 90010 Design Management 1) 60% Comment Review Meeting. Plan, attend, and lead up to two (2) 60% Comment Review Meetings with the City and WSDOT. The meeting with the City will be up to four (4) hours and the meeting with WSDOT will be up to two (2) hours and they will take place in person at the City. Consultant attendees will include up to nine (9) staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, Signal/Illumination Lead, Landscape/Art Lead, and Irrigation Lead. Prepare agendas, meeting summaries, and action items. The meeting will be planned so that attendees can attend for just a discussion of their affected reviews or work only to minimize the overall effort and cost of this meeting. 2) Response to 60% Comments. Provide preliminary comment responses at the 60% Review Comment Meeting. Provide responses to all comments received in tables and/or BlueBeam Plans for all 60% review comments received and submit with the 90% Design Submittal. 3) 90% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to twenty-eight (28) bi-weekly technical team meetings during the 90% Design Phase. Attendees will include up six (6) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Signal/Illumination Lead, Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 228 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES and Stormwater Lead. The following leads are included as needed/noted: Survey Lead (2 meetings), and Geotechnical Lead (2 meetings). City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 4) 90% PS&E Checklist. Fill out the standard WSDOT PS&E Checklist from Local Programs for the 90% Design Submittal. 5) Assemble the 90% Design Submittal. Assemble the 90% Project Manual, 90% Estimate, 90% Plans, 90% Construction Schedule, 90% PS&E Checklist, 90% Plans and supporting design calculations. Prepare a brief transmittal memo and transmit to the City for review. Provide a review comment form for the City's use and to aid in the consolidation and response to comments at the 90% Design Submittal. Task 4 95010 Design Management 1) 90% Comment Review Meetings. Plan, attend, and lead up to two (2) 90% Comment Review Meetings with the City and WSDOT. The meeting with the City will be up to six (6) hours and the meeting with WSDOT will be up to two (2) hours and they will take place in person at the City. Consultant attendees will include up to nine (9) staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, Signal/Illumination Lead, Landscape/Art Lead, and Irrigation Lead. Prepare agendas, meeting summaries, and action items. The meeting will be planned so that attendees can attend for just a discussion of their affected reviews or work only to minimize the overall effort and cost of this meeting. 2) Response to 90% Comments. Provide preliminary comment responses at the 90% Review Comment Meeting. Provide responses to all comments received in tables and/or BlueBeam Plans for all 90% review comments received and submit with the 95% Design Submittal. 3) 90% Project Walk-Thru. Perform a plans -in -hand walk-thru of the project site with the 60% plans to observe the field fit of the design and observe any property interface issues that need to be addressed Notes conflicts and issues to be addressed on the plans and incorporate solutions into the 90% design. Up to three (3) Consultant staff will attend including the Project Manager, Design Manager, and Roadway Lead. 4) 95% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to seven (7) bi-weekly technical team meetings during the 95% Design Phase. Attendees will include up six (6) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Signal/Illumination Lead, and Stormwater Lead. The following leads are included as needed/noted: Environmental Lead (14 meetings), Survey Lead (2 meetings), and Geotechnical Lead (2 meetings). City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 5) 95% PS&E Checklist. Fill out the standard WSDOT PS&E Checklist from Local Programs for the 95% Design Submittal. 6) Assemble the 95% Design Submittal. Assemble the 95% Project Manual, 95% Estimate, 95% Plans, 95% Construction Schedule, 95% PS&E Checklist, 95% Plans and supporting design calculations. Prepare a brief transmittal memo and transmit to the City for review. Provide a review comment form for the City's use and to aid in the consolidation and response to comments at the 90% Design Submittal. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 229 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Task 5 100% Design Management 1) 95% Comment Review Meeting. Plan, attend, and lead up to one (1) 95% Comment Review Meetings with the City. The meeting will be up to two (2) hours and will take place in -person at the City. Consultant attendees will include up to nine (9) staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Stormwater Lead, Signal/Illumination Lead, Landscape/Art Lead, and Irrigation Lead. Prepare agendas, meeting summaries, and action items. The meeting will be planned so that attendees can attend for just a discussion of their affected reviews or work only to minimize the overall effort and cost of this meeting. 2) Response to 95% Comments. Provide preliminary comment responses at the 95% Review Comment Meeting. Provide responses to all comments received in tables and/or BlueBeam Plans for all 95% review comments received and submit with the 95% Design Submittal. 3) 100% Bi-Weekly Technical Team Meetings. Plan, attend, and lead up to three (3) bi-weekly technical team meetings during the 100% Design Phase. Attendees will include up seven (7) Consultant staff including the Project Manager; Design Manager; Roadway Lead, Utility Lead, Signal/Illumination Lead, Environmental Lead, and Stormwater Lead. City staff will attend this meeting to coordinate with the design team. Prepare agendas, meeting summaries, and action items for each meeting. See additional assumptions below. 4) 100% Final Page Turn Meeting. Up to five (5) Consultant staff including the Project Manager, Design Manager, Roadway Lead, Utility Lead, Stormwater Lead, and Signals/Illumination Lead will attend a Final Page Turn Meeting to review the 95% Comments on the Plans and Project Manual and ensure responses are incorporated and that responses are appropriate. This meeting will be held at the City and will take up to three (3) hours. 5) 100% PS&E Checklist. Fill out the standard WSDOT PS&E Checklist from Local Programs for the 100% Design Submittal. 6) Assemble the 100% Design Submittal. Assemble the 100% Project Manual, 100% Estimate, 100% Plans, 100% Construction Schedule, 100% PS&E Checklist, 100% Plans and supporting design calculations. Prepare a brief transmittal memo and transmit to the City for review. Assumptions • There will not be separate meetings to coordinate with the City on the design unless specifically scoped. All coordination with the design team will take place at the Bi-Weekly Technical Team Meetings. • Bi-Weekly Technical Team Meetings will last up to sixty (60) minutes. • Bi-Weekly Technical Team Meetings will be held virtually. • Bi-Weekly Technical Team Meetings will commence one week after the project Kick -Off Meeting and continue until the 30% PS&E Submittal has been made to the City. • Review comments on Bi-Weekly Technical Team Meeting minutes will be incorporated into the next meeting agenda unless a significant change of direction is needed. In that case, revised meeting minutes will be circulated via email. Deliverables • Attendance at Bi-Weekly Technical Team Meetings as noted above • Attendance at Comment Review Meetings as noted above • Attendance at site visits as noted above Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 230 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Attendance at final page turn meeting as noted above • Photos and site visit notes • Agendas, Summaries, and Action Items in Word and PDF • As-Builts for the Corridor in PDF • 30% Review Comment responses in PDF • 60% Review Comment responses in PDF • 60% PS&E Checklist in PDF • 90% Review Comment responses in PDF • 90% PS&E Checklist in PDF • 95% Review Comment responses in PDF • 95% PS&E Checklist in PDF • 100% PS&E Checklist in PDF Phase 60 Transportation Design (SCJ) The object of this Phase is to advance the conceptual design from Stage 1 and prepare preliminary plans, specifications, and estimates to a level of sufficient detail to establish the basis for final design and the project footprint. Task 1 30010 Transportation Plans 1) Data Collection. Gather and review available background data and as-builts from the City. This includes any development plans for adjacent parcels as needed. Collect as -built plans from WSDOT for historical roadway construction of SR 99 within the project limits. 2) Cover Sheet. Prepare a cover sheet that will include the vicinity map, area map, and key contacts at the City, Consultant, and utility companies. 3) Index Sheets. Prepare two (2) sheets that list all of the project plans and provide their sheet numbers. 4) Legend, Notes & Abbreviations. Prepare a sheet that includes the plan legend, abbreviations, and general notes. 5) Key Map. Prepare a sheet that includes the key map showing the plan layout. 6) Alignment Plans. Develop centerlines for the SR 99 and cross -streets throughout the project limits. Provide monuments, bearings, and curve data for each alignment. The centerline of the SR 99 will be the right of way centerline calculated in 2017. 7) Site Preparation Notes, Plans and Details. Identify demolition activities, including items to be abandoned, salvaged, recycled, or removed, and identify facilities that need to be protected during construction. Demolition plans will include surface features such as pavements by type, sidewalk, curbs, retaining walls, building structures and foundations, and miscellaneous structures. Temporary Erosion Control will be shown on the Site Preparation Plans. Demolition required for utilities, stormwater features, signing, striping, signalization, and illumination will not be included in Site Preparation plans but will be included on the relevant discipline drawings. 8) Roadway Typical Sections. Prepare typical roadway sections that show roadway widths, sidewalks, planters, utility zones, traffic lanes, and the right of way. Typical sections will cover the entire project area and key cross -streets where work is to be performed. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 231 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES 9) Paving Notes and Plans. Prepare plans and notes for the roadway improvements including identification of curb and gutter and median islands, driveways, and islands. Curb types will be called out and transitions will be indicated, but not detailed for the 30% Design Submittal. 10) Curb Ramp and Island Plans. Identify the curb ramps triggered for replacement or upgrade and callout the type of curb ramp to be installed and layout any islands needed between SR 99 and the cross - streets. Identify landing, ramp, and transition sections and sidewalk layouts at corners. No grading will be performed on curb ramps at the 30% Submittal. Up to sixteen (16) curb ramps are included in this scope of work. 11) Channelization Notes, Plans, and Details. Prepare Channelization Notes, Plans, and Details based on the Channelization Plans for Approval that were prepared in Phase 57. The Channelization Plans will be the same as developed in that Phase. Notes and details will be added to provide additional information. 12) Signing Notes, Plans, Schedules, and Details. Show new signing related to the new channelization only Prepare schedules for existing signage and provide images of new signage. Callouts for replacement, relocation, and removals will be added after the 60% Design Submittal. 13) Community Transit Meetings. Coordinate with Community Transit to locate their transit stops (scope includes up to two (2) transit stops ). Determine if each stop will be relocated or redesigned and what standard plans will be used. Plan and attend up to one (1), one -hour meeting with Community Transit to site their facilities and work out preliminary details. One meeting will be virtual and one will be onsite in the City of Edmonds. Up to two (2) Consultant staff will attend including the Project Manager and Design Manager. Prepare agendas, meeting summaries and action items for each meeting. 14) Transit Stop and Station Notes, Details, and Plans. Prepare plans showing the layout of the proposed transit and SWIFT stops including the size, location of amenities, illumination, and right of way required Detailed grading and design of the transit stops is not included in the 30% Design Submittal. Task 2 60010 Transportation Plans Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and develop new maintenance of traffic plans. 1) Cover Sheet 2) Index Sheets 3) Legend, Notes & Abbreviations 4) Key Map 5) Alignment Plans 6) Right of Way Plans. The right of way takes and TCEs that are identified at the 60% level will be advanced to the Right of Way Acquisition, Phase 78. 7) Site Preparation Notes, Plans and Details 8) Roadway Typical Sections 9) Paving Notes, Plans, and Details. Develop details for paving transitions and interfaces with private property. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 232 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES 10) Profiles. Develop profiles and/or profile data for the mainline SR 99 for the project that indicates how to tie into the existing medians and new curb and gutter and complete an overlay and grinding. This may require additional grinding to optimize the finished profile. 11) Curb Ramp and Island Plans. Design the grades of the sidewalks and curb ramps to meet WSDOT and ADA standards. Coordinate with the City to gain approval of any curb ramps requiring MEF documentation prior to the submittal. Up to twenty-six (26) curb ramps are included. This includes those that cut through islands between SR 99 and the cross streets. 12) Intersection Grading Plans. Develop intersection grading plans showing how the profiles and curb ramps tie in together and how positive stormwater is achieved at the intersections of 220 and 220th 13) Driveway Profiles and Details. Coordinate with the City to locate and size driveways per the City development code and to consolidate driveways as needed. Coordinate consolidation with the right of way acquisition team. Advance driveway and property interface grading and develop driveway profiles and details as needed for up to thirty (30) driveways. Two (2) driveways are anticipated to be approach types, at Dick's and at WinCo. 14) Channelization Notes, Plans, and Details. 15) Signing Notes, Plans, Schedules, and Details. Add new, relocated, replaced, and removed callouts to the signing plans. Develop proposed signing schedules and details for new work and revise the existing schedules as needed. Signing plans are assumed to be minimal as the function of Highway 99 is mostly unaffected. 16) Transit Stop and Station Notes, Details, and Plans. Prepare plans showing the layout of the proposed transit stops including the size, location of amenities, illumination, and right of way required. Detailed grading and design of the transit stops is not included in the 60% Design Submittal. 17) Staging Plans. Prepare a staging concept that efficiently constructs this project and depict on staging plans. These will not include the identification of Contractor laydown areas. 18) Traffic Control Plans. Prepare staging concepts and develop traffic control plans for the project. It is assumed that the majority of these plans will be based on typical WSDOT Traffic Control Plans that are modified to represent the number of lanes and presence of the median island constructed in Stage 2. Up to one (1) detour plan is included. 19) Pedestrian Control Plans. Prepare pedestrian detour plans needed to construct the project including ADA curb ramps, new sidewalks and driveways, and revised signals. 20) Retaining Wall Plan and Profile. Prepare plans showing the layout of retaining walls, the type of wall, and the profile of the wall for the 60% Design Submittal. Prepare supporting structural calculations for the design for the wall on the northeast side of the 220th Street intersection. All other retaining walls will be less than 4' high and will be standard block walls that do not include restraining bands. Because these walls typically use standard plans and do not require structural design, that work is not included in this scope. Other retaining walls above 4' that require additional structural design, will be added in a future amendment, if needed. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 233 2.3.a SCJ ALLIANCE CONSULTING SERVICES Task 3 90% Transportation Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below. 1) General Sheets 2) Alignment and Right of Way Sheets 3) Transportation Sheets 4) Channelization and Signing Sheets 5) Signals and Temporary Signals Sheets 6) Illumination Sheets 7) Transit Stops and Stations Sheets 8) Retaining Wall Sheets 9) Joint Utility Trench Sheets 10) Service Conversion Sheets 11) Landscape Sheets 12) Irrigation Sheets 13) Art and Uplighting Sheets 14) Maintenance of Traffic Sheets Task 4 9501a Transportation Design Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) General Sheets 2) Alignment and Right of Way Sheets 3) Transportation Sheets 4) Channelization and Signing Sheets 5) Signals and Temporary Signals Sheets 6) Illumination Sheets 7) Transit Stops and Stations Sheets 8) Retaining Wall Sheets 9) Joint Utility Trench Sheets 10) Service Utility Conversion Sheets Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds Packet Pg. 234 2.3.a SCJ ALLIANCE CONSULTING SERVICES 11) Landscape Sheets 12) Irrigation Sheets 13) Art and Uplighting Sheets 14) Maintenance of Traffic Sheets Task 5 100% Transportation Design The 100% PS&E is the final set for advertisement for construction. 1) 100% Plans. Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. Assumptions • There will not be separate meetings to coordinate with the City on the design unless specifically noted. Coordination will take place at the bi-weekly technical meetings included in Phase 59. • No transportation work will be required on the cross -streets to SR 99 except tying in the new SR 99 curb ramps, sidewalk, and curb & gutter. • Removal and replacement of ADA ramps impacted or triggered for upgrade will be required by the project. ADA compliant curb ramps and pedestrian push button upgrades will not be required at the south side of the existing signalized intersection at 224th Street SW and SR 99. • SR 99 will be ground and overlaid after the preliminary widening and all underground work is completed. • Paving profiles and details will not be produced for the 30% design. • Retaining walls will be less than 4' high and will be standard block walls that do not include restraining bands. Because these walls typically use standard plans and do not require structural design, that work is not included in this scope. Retaining walls above 4' or that require additional structural design, will be added in a future amendment, if needed. • Structural Design is not included for the retaining walls, transit stop and SWIFT stop, or illumination because standard plans will be used. Structural design is not included for Art and Uplighting because it is undefined at this time. If needed, it will be added by future amendment. • Sign schedules and details will not be produced for the 30% design. • Printed copies of the plans will not be required until the 100% Design Submittal. Deliverables • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 61 Traffic Design (SO) Task 1 Preliminary Signal and Temporary Signal Plans 1) Preliminary Signal Plans. Installation of a new (or reconstructed) traffic signal on a state route requires submission of a Preliminary Signal Plan per Chapter 1330.02 of the Design Manual. This document has Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 235 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES additional requirements for information beyond the preliminary design (Phase 58). Plans will be submitted to WSDOT for review. There will be two intersections included in this Task: • Intersection of SR 99 & 220th Street SW • Intersection of SR 99 & 224th Street SW 2) Temporary Signal Plans. Installation of the new signal at the intersection of SR 99 and 220th St SW will require a temporary signal during construction. Plans will be prepared and submitted to WSDOT for review. 3) Temporary Signal Plans. Installation of the new signal at the intersection of SR 99 and 224th St SW will require a temporary signal during construction. Plans will be prepared and submitted to WSDOT for review. Task 2 30010 Traffic and Electrical Design 1) Data Collection. Review the project site, collect background information, and perform a site visit to each signalized intersection to investigate the existing signal systems, including controller cabinet, junction boxes and conduit/wiring with a City signal technician. 2) SR 99 at 220th Street SW Signal. Prepare preliminary signal design for the intersection of SR 99 and 220th Street SW, which includes signal phasing, locations of signal poles, pedestrian signals, APS push buttons, signal controller, and electrical service cabinets, and other relevant equipment. 3) SR 99 at 224th2241h Street SW Signal. Prepare preliminary signal design for the intersection of SR 99 and 224th Street SW which includes reconstruction of the northern half of the intersection, signal phasing, locations of signal poles. Pedestrian signals, APS push buttons, signal controller, and electrical service cabinets, and other relevant equipment. Crosswalks and APS will be triggered on the south end of receiving crosswalks as well. 4) Temporary SR 99 at 220th Street SW Signal Plans. Prepare preliminary temporary signal plans based on the proposed improvements. 5) Temporary SR 99 at 224th Street SW Signal Plans. Prepare preliminary temporary signal plans based on the proposed improvements. 6) Lighting Analysis. Perform a lighting analysis of the corridor to review the existing lighting levels and propose location for new luminaires. All existing lighting is city -owned in this section. Two alternative layouts will be completed: • Supplement existing lights with new lights per the City's Standards. • Remove and replace existing lights with new lights per the City's Standards. The analysis will be compiled in an Illumination Design Report that will include summary of lighting design standards, existing lighting levels and proposed lighting levels. This will be in PDF format and emailed to the City. 7) Illumination Design. Prepare preliminary illumination design for the Stage 4 corridor, which includes proposed light locations, fixture type, junction boxes, and electrical service cabinets. These will be shown on the Illumination Plans. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 236 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES 8) Transit Stop Electrical and Illumination. Coordinate with Community Transit to determine the lighting and electrical needs of their transit stop and SWIFT station and design connection for the relocated facilities. Task 3 60% Traffic and Electrical Design Advance the following sheets to reflect the advancement of the design from the 30% to 60% level. 1) SR 99 at 220' Street SW Signal 2) SR 99 at 224th Street SW Signal. This work includes the addition of adaptive equipment on the south end of the signal only. This work will be completed by directional boring into existing junction boxes at the signal. 3) Temporary SR 99 at 220th Street SW Signal Plans 4) Temporary SR 99 at 224th Street SW Signal Plans 5) Illumination Design. Illumination may be included in the Joint Utility Trench, if possible. The 60% design includes the following work: • Update the AGi32 analysis based on design changes resulting from the 30% plans. • Design wiring, conduit, and junction box system for corridor illumination. • Prepare one -line circuitry diagrams and electrical service panel schedule. 6) Transit Stop Electrical Design. Coordinate with Community Transit to determine the criteria for illumination and powering of their transit stops. Assume that standard plans will be used for foundations, shelters, and amenities. Task 4 90010 Traffic and Electrical Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 90% Traffic and Electrical Sheets Task 5 95010 Traffic and Electrical Design Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 95% Traffic and Electrical Sheets Task 6 100010 Traffic and Electrical Design Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 100% 90% Traffic and Electrical Sheets Assumptions • Traffic design is based on the 2022 versions of the WSDOT Design Manual and the 2022 WSDOT Standard Plans for Road and Bridge Construction (both due September 2022). Design revisions to update to future versions of WSDOT Guidance is not included. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 237 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • The proposed signal will be a full replacement of the traffic signal at the intersection of SR 99 & 220th Street SW. • The proposed signal will include modifications to the existing traffic signal at the intersection of SR 99 & 224th Street SW including moving signal poles on the north side. It is assumed that the south side will remain unchanged. • No transportation work will be required on the cross -streets to SR 99 except tying in the new SR 99 curb ramps, sidewalk, and curb & gutter except on 220t" Street SW between SR 99 and the Interurban Trail. • No storm, sewer, water, or utility undergrounding work is assumed beyond the survey limits described in Phase 53. If needed, this work will be added by future amendment. • Removal and replacement of ADA ramps impacted or triggered for upgrade will be required by the project. ADA compliant curb ramps and pedestrian push button upgrades will be required at the north and south side of the existing signalized intersection at 224th Street SW and SR 99. • Structural Design is not included for the transit stops or illumination because standard plans will be used. Structural design is not included for Art and Uplighting because it is undefined at this time. If needed, it will be added by future amendment. • A new traffic signal will be installed at the intersection of 220t" Street SW and SR 99. • Temporary lighting and signal design is not included in the 30% Design Submittal. • The City will select their desired illumination layout based on the two alternatives provided in the illumination report. • Electrical design for Art and Uplighting is not included in the 30% Design Submittal. • Printed copies of the plans will not be required until the 100% Submittal. Deliverables • Preliminary Signal Plans for the Intersection of SR 99 & 220t" Street SW in PDF • Preliminary Signal Plans for the Intersection of SR 99 & 224t" Street SW in PDF • 30% Review Comment Form in Excel and PDF • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Review Comment Form in Excel and PDF • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Review Comment Form in Excel and PDF • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Review Comment Form in Excel and PDF • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 62 Stormwater Report (OCI) Task 1 30% Stormwater Management Technical Memorandum 1) 30% Stormwater Management Technical Memo. Prepare a brief Stormwater Management Technical Memorandum summarizing the stormwater basis of design for hydraulic requirements to be followed in the 60% design. The assumptions used to determine the stormwater design will be required as part of this project. The Stormwater Management Technical Memo will include the following: • A review of available existing site stormwater information, including stormwater as-builts, hydraulic reports, geotechnical reports, publicly available GIS, and online basin maps. Prepare data requests as needed to request the existing information from the City of Edmonds or other jurisdictions within the project limits. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 238 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • A review of the provided existing conditions survey basemap and identify areas needing additional information for stormwater design. This includes reviewing to check that existing surveyed pipes and stormwater structures have invert elevations, pipe types, and diameters listed; that there is enough topography to determine pipe and ditch flow directions and stormwater patterns; identifying additional areas of topographic survey and surfaces needed for incorporating stormwater facilities; and that downstream basemap information is adequate for conveyance tie-ins and downstream analysis. • One(1) data request will be provided to the City of Edmonds. • The memorandum will include the following elements: TDA delineation, existing and developed condition area tallies and results, summary of Minimum Requirements Determination, design and calculations for flow control and runoff treatment BMPs (type, size, and location). Only a TDA delineation exhibit and an approximate BMP location exhibit will be produced for this Task. • A high-level design stormwater conveyance to determine feasibility of conveying stormwater to the BMPs will be provided. • Plan for and attend up to one (1) design coordination meeting each with WSDOT Hydraulics regarding stormwater design at the 30% design level. Up to three (3) Consultant staff will attend each meeting including the Project Manager, Stormwater Lead, and Stormwater Engineer. The meeting will last up to 60 minutes. Prepare agendas and meeting summaries including action items for the meeting. Task 2 Stormwater Analysis and Drainage Report 1) Drainage Report. Prepare one (1) each of 60%, 90%, 95% and 100% Drainage Report covering the project improvements as stated above. The 95% submittal shall be complete design. The 95% submittal is to review revisions based on the 90% review, and the 100% shall be the ad -ready submittal. 2) Site Visits. Perform up to two (2) site visits to the project to investigate the existing field conditions, evaluating proposed design impacts, and confirming the existing flow patterns and outfalls from the right of way. 3) Update TDAs Delineation. Perform an update of the TDA delineation as needed using the available basemap, as -built, GIS, site visit notes, and contour information in accordance with the guidance in the Edmonds's stormwater manual. The exhibit will identify limits of the TDA(s) at the site, general flow directions, and the receiving water(s) downstream of each site. 4) Calculate Area Updates. Perform an update of the land cover area tallies for the existing, new, and replaced impervious and pollution -generating impervious surfaces within the project limits for each TDA and BMP location in AutoCAD. 5) Minimum Requirements. Confirm the minimum requirements for flow control and runoff treatment that apply to each of the TDAs. 6) Modeling. Complete modeling for BMPs and providing stormwater calculations for conveyance, flow control and runoff treatment systems. 7) Stormwater Pollution Prevention Plan (SWPPP). A SWPPP report is assumed to be required and is included in the scope of work. And initial draft submittal will be provided along with the 90% submittal and the final draft will be provided with the 95% submittal. It is assumed that the contractor will continue to keep the SWPPP updated. One (1) round of review of the site preparation plans showing the Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 239 2.3.a SCJ ALLIANCE CONSULTING SERVICES project's temporary erosion and sediment control (TESC) plan will also be provided at each of the 90% and 95% submittals. 8) City of Mountlake Terrace and Snohomish County Hydraulics Coordination Meetings. In addition to attending the Kick -Off Meeting in Phase 51, plan for and attend up to two (2) additional design coordination meetings with both Hydraulics divisions regarding stormwater design throughout the duration of the project. Up to three (3) Consultant staff will attend each meeting including the Project Manager, Stormwater Lead, and Stormwater Engineer. Each meeting will last up to 60 minutes. Prepare agendas and meeting summaries including action items for each meeting. 9) Appendix Exhibits. Prepare exhibits as appendices to the Drainage Report to show TDA delineations, land cover tallies for existing and developed conditions and BMP contributing areas, type, size, and locations. Task 3 3001b Stormwater Engineering 1) 30% Stormwater Plans. Perform a high-level design and layout of stormwater conveyance to determine feasibility of conveying stormwater to the BMPs. This layout is based on the design evaluation performed in Phase 62. Prepare Stormwater Plans and high-level Stormwater Details based on BMPs proposed. Stormwater Profiles will not be included in the 30% Design Submittal. Stormwater design is not provided for Mathay-Bal linger Park in this scope of work. Task 4 60010 Stormwater Engineering Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and develop Stormwater Profiles and Stormwater Details as noted. Stormwater design is not provided for Mathay-Bal linger Park in this scope of work. 1) 60% Stormwater Plans 2) 60% Stormwater Profiles. Develop profiles for the stormwater system. Coordinate with the Utilities Lead to obtain potholing information for crossing utilities and include those utilities to scale and at the potholed depths in the profiles. Coordinate with the Utilities Lead to identify any utility relocations required. 3) 60% Stormwater Details. Develop stormwater details as needed to describe the system, points of intersection with other utilities, and specific design elevations and layouts. Task 5 90010 Stormwater Engineering Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below. 1) 90% Stormwater Sheets. Stormwater design is not provided for Mathay-Ballinger Park in this scope of work. Task 6 95010 Stormwater Engineering Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 95% Stormwater Sheets. Stormwater design is not provided for Mathay-Ballinger Park in this scope of work. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 240 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Task 7 100% Stormwater Engineering 1) 100% Stormwater Sheets. Incorporate WSDOT and City review comments into the 9S% Plans. Assumptions • Prepare the Stormwater Memorandum and Drainage Report, including all calculations and methodology in accordance with the 2022 City of Edmonds' Stormwater Code addendum, effective July 15Y 2022. Assume no other jurisdictions are within the project limits for additional coordination needed for stormwater and all stormwater BMPs will be owned and maintained by the City of Edmonds. • Stormwater utilities in Highway 99 right of way and in managed access are city -owned. • Assume that a WSDOT Type A Hydraulic Report and BMPs to meet WSDOT standards is not required for the parts of the project within WSDOT right of way. It is assumed that no existing WSDOT stormwater systems will be impacted due to this project. • The Stormwater Management Technical Memorandum is a precursor to a Drainage Report to be prepared under Task 2. Comments on the 30% Stormwater Technical Memorandum will be addressed in the 60% Drainage Report. • Stormwater conveyance design and modeling will not be provided at 30% design. Feasibility to determine conveyance to stormwater to the BMPs will be provided in the plans. Assume one (1) round of updates per submittal. • The City of Edmonds will provide all available stormwater as-builts, hydraulic reports, geotechnical reports, and other background information in the Project area that are available in its archives. • All work will be performed in AutoCAD and Civil3D. • GIS data sources are limited to those available online in the public domain and/or data sets willingly made available to the public and received in a timely manner. • Assume a maximum of two (2) TDAs in Stage 44 based on the Stormwater analysis performed in Stage 1. • All meetings for Phase 62 are assumed to be virtual. • Assume one (1) set of comments will be received from the City of Edmonds for each submittal of the Drainage Report and SWPPP. Assume one (1) round of comments will be received from City of Mountlake Terrace and Snohomish County for each submittal of the 60% and 90% and that no additional comments are anticipated from other jurisdictions for the Stormwater Technical Memorandum and Drainage Report. Assuming minimal effort for the 100% submittal to address only minor comments from 95% submittal. No area tally updates are assumed at the 95% submittal. No major changes to the BMP design and conveyance design are anticipated at the 100% submittal. • Exhibits will be at a scale appropriate for displaying the exhibit content. Exhibits will be submitted as an appendix to the Drainage Report (Drainage Report is not included in this 30% scope). • Impervious and PGIS area summaries will be adjusted only once at each submittal of the Stormwater Technical Memorandum and each Drainage Report submittal to be consistent with roadway, grading, and stormwater designs current at the time of submittal. Assume no updates to area tallies or exhibits after the 90% submittal. • Endangered Species Act (ESA) consultation is assumed to be triggered. This scope assumes ESA will trigger treatment of all new and replaced Pollution Generating Impervious Surface (PGIS) within the project limits, in addition to City of Edmonds Stormwater minimum requirement triggers for runoff treatment and flow control. No additional environmental scope, such as the stormwater checklists, for ESA consultation is assumed to be included in the Phase 73 of this scope of work. • BMP modeling will be performed using WWHM or MGSFIood consistent with the 2022 City of Edmonds' Stormwater Code addendum, effective July 1", 2022. On -Site Stormwater management is assumed to be applicable. Assume modeling is required for up to three (3) flow control BMPs, and eighteen (18) (runoff Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 241 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES treatment facilities only, including BMPs that will be required to meet MR#5 — On Site Stormwater. The modeling input will be based on the best available known geotechnical conditions at the site, which may include the Project geotechnical reports. It is assumed that available soil information may be unknown, inadequate, too remote, or incomplete. If soil conditions are unknown, a high groundwater and/or zero infiltration rate will be assumed in the modeling. • Conveyance design and modeling will be performed using Manning's full flow analysis. A backwater analysis is not assumed to be required. No inlet spacing analysis is assumed to be required. Catch basins will be placed at low points and spaced every 300 feet (maximum spacing) and before curb ramps. • Permitting and permit support is not included in the scope of work for Phase 12. • Assume there are no wetlands within the project limits. • Geotechnical investigation and design infiltration rate recommendations will be provided in Phase 56 and may include piezometers for groundwater monitoring, PIT tests, cation exchange/treatment capacity of the existing soils, sodium absorption ratio, organics content, pH and resistivity testing, and soil borings, as needed. One (1) data request will be provided for boring and PIT test locations. Should infiltration BMPs be feasible and additional geotechnical analysis is required to determine long term infiltration rates, additional scope is required for that effort in a future Amendment and is currently not included in this scope of work. • Additional stormwater Retrofit requirements is assumed to not be applicable for this project and not included in the scope of work. • A Stormwater Maintenance Manual is anticipated to not be needed for the proposed BMPs and is not included in this scope. • Review of design calculations, recommendations, and reports shall be in accordance with the project QA/QC Plan. QA/QC documentation will be preserved in the SCJ project files. • No storm, sewer, water, or utility undergrounding work is assumed beyond the survey limits described in Phase 53. If needed, this work will be added by future amendment. • Printed copies of the plans will not be required until the 100% submittal. Deliverables • 30% Stormwater Technical Memorandum in PDF • 30% Stormwater Technical Memorandum Comment Responses to the City in PDF and Excel • 30% Review Comment Form in Excel and PDF • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Draft Drainage Report in PDF • 60% Drainage Report Comment Responses to the City in PDF and Excel • 60% Drainage Report Comment Responses to WSDOT in PDF and Excel • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Draft Drainage Report in PDF • Draft SWPPP Narrative Report in PDF • 90% Drainage Report Comment Responses to the City in PDF and Excel • 90% Drainage Report Comment Responses to WSDOT in PDF and Excel • Draft SWPPP Comment Responses to the City in PDF and Excel • 900% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Draft Drainage Report in PDF • Final Draft SWPPP Narrative Report in PDF • 95% Drainage Report Comment Responses to the City in PDF in Excel • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 242 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Final Draft SWPPP Comment Responses to the City in PDF in Excel • Final Drainage Report in PDF • 1000% Plans in PDF, including the sheets shown in the table in Attachment 1. • Responses to all City and WSDOT comments in Excel and PDF • Attendance of up to three (3) Consultant staff at up to two (2) Hydraulics Coordination Meetings • Agendas, Meeting Summaries, and Action Items in Word and PDF Phase 63 Water Design (SCJ) Task 1 30% Water Design 1) Water Notes and Plans. Prepare basic layout plans for the water line upgrade for the City of Edmonds' water system including approximately 200 LF from SR 99 at 2241h Street SW to the east of the intersection (upsizing from 8" to 12"). The 200 LF is the approximate mainline relocation required and the actual total relocation with tie-ins will be longer. Task 2 60010 Water Design Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and add Water Profiles and Water Details as noted. 1) Water Notes and Details. Prepare notes and details for the water line connections and work described. 2) Water Plans. Advance the design of the water line plan to the 60% design level. 3) Water Profiles. Develop profiles for the water line that considers depth and grade, identifies potential conflicts where the water line crosses existing and proposed utilities. Coordinate with the Utilities Lead to obtain potholing information for those crossings. Show intersecting utilities to scale vertically and horizontally. Task 3 90010 Water Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 90% Water Sheets Task 4 95% Water Design Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 95% Water Sheets Task 5 100010 Water Design 1) 100% Water Sheets. Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. Assumptions • This scope includes the design of approximately 200' of water main from Hwy 99 @ 224th St SW to east of the intersection (upsizing from 8" to 12"). Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 243 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Additional water design required will be added by future amendment, if needed. Deliverables • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 30% Review Comment Form in Excel and PDF • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Review Comment Form in Excel and PDF • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Review Comment Form in Excel and PDF • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Review Comment Form in Excel and PDF • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 64 Sanitary Sewer Design (SCJ) Task 1 30% Sanitary Sewer Design 1) Sewer Notes and Plans. Prepare basic layout plans for the sewer line upgrade for the City of Edmonds' sanitary sewer system including approximately 200 LF at SR 99 @ 2241h Street SW (upsizing from 12" to 15"). The 200 LF is the approximate mainline relocation required and the actual total relocation with tie- ins will be longer. Task 2 60010 Sanitary Sewer Design Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and add Sewer Profiles and Sewer Details as noted. 1) Sewer Notes and Details. Prepare notes and details for the water line connections and work described. 2) Sewer Plans. Advance the design of the sewer line plan to the 60% design level. 3) Sewer Profiles. Develop profiles for the water line that considers depth and grade, identifies potential conflicts where the water line crosses existing and proposed utilities. Coordinate with the Utilities Lead to obtain potholing information for those crossings. Show intersecting utilities to scale vertically and horizontally. • One (1) retaining wall north of the casino at the NE corner of Highway 99 and 220th Street SW will be higher than four (4) feet tall and will include structural design. Task 3 90010 Sanitary Sewer Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 90% Sanitary Sewer Sheets Task 4 9501b Sanitary Sewer Design Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 95% Sanitary Sewer Sheets Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 244 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Task 5 100% Sanitary Sewer Design 1) 100% Sanitary Sewer Sheets. Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. Assumptions • This scope includes the design of approximately 200' of sanitary sewer main at Hwy 99 @ 224th St SW (upsizing from 12" to 15"). • Additional sanitary sewer design required will be added by future amendment, if needed. Deliverables • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 30% Review Comment Form in Excel and PDF • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Review Comment Form in Excel and PDF • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Review Comment Form in Excel and PDF • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Review Comment Form in Excel and PDF • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 65 Utility Undergrounding Design (CE and SCJ) Task 1 Utility Undergrounding Assessment 1) Franchise Agreement Review. Obtain the utility franchise agreements from the City and prepare a brief Utility Undergrounding Responsibility memorandum that summarizes the responsibilities of each to underground their facilities, how services will be converted and who pays for that work, and cost - sharing with the City. 2) Feasibility Assessment. Based on Subtask 1 and the 30% Plans, prepare a Utility Undergrounding Feasibility Assessment memorandum that summarizes the design, impacts to utilities, and an estimated cost of undergrounding utilities and converting services versus the cost to relocate the utilities above ground. Note that both costs will include estimates from the individual utility companies that are needed to determine the City's cost responsibilities. Up to one (1) revision of this memo is included based on City comments. Task 2 Utility Undergrounding Coordination 1) Prepare and Negotiate Undergrounding Agreements. Review existing franchise agreements for dry utility companies to be undergrounded. Develop proposed contracts and coordinate review by City staff and City attorneys. Work with the respective utility companies to negotiate the agreements. Up to seven (7) agreements are included for Snohomish County PUD, Comcast, Ziply Fiber, Pacific Cable, Cable Com, Full Bore, and Wave Broadband. 2) Design Coordination. Coordinate with each utility company to identify the type, size, and location of a conduit and vault backbone system that will be designed and included in the joint utility trenching plans designed by the Consultant. Also coordinate with each utility company to advance their in-house utility undergrounding design. Provide project schedules for each utility company and ensure that they are prepared to perform undergrounding in conjunction with the construction contractor. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 245 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES 3) Right of Way Identification and Coordination. As Subtask 1 proceeds, work with each company to identify right of way and temporary construction (TCE) needs and ensure that they are included in the right of way acquisition calculations in Phase 75 and right of way acquisition services in Phase 75. 4) Utility Service Conversion Coordination. Coordinate with each utility company and the City to determine which utility services need to be revised. Design is included in Phase 65. 5) Utility Undergrounding Meetings. Plan and attend up to five (5) meetings with the utility companies to coordinate utility undergrounding throughout the project. It is anticipated that these meetings will occur during the preparation of the 30%, 60%, 90%, and 95% submittals to coordinate design, and during the 100% to coordinate construction activities. Meetings will be held at the City and up to two (2) Consultant staff will attend including the Project Manager and Utility Lead. Prepare agendas, meeting summaries, and action items. 6) Utility Service Coordination for Roadway Elements. Coordinate with the design team and utility companies to identify new, revised, or relocated service points as needed for the illumination; traffic signals; art features and uplighting; and transit stops. Task 3 30010 Joint Utility Trench (JUT) Design 1) JUT Notes and Plans. Based on the coordination work and meetings with utility companies in Phase 55, prepare the preliminary horizontal layout of the joint utility trench including conduits and vaults for each utility company. JUT vertical design and design of the number of conduits for each company and spacing will not be included in the 30% Design Submittal. 2) Service Conversion Applications and Coordination. Fill out and submit service application to the power company for each location and coordinate with power company's service representative (e.g., distribution engineer) for the power company to issue a design sketch for undergrounding overhead electrical service at each location. For the purposes of this scope, it is assumed that up to twenty-eight (28) service applications will be prepared as one submittal package to the power company. An one- line/riser diagram will be prepared for each location and submit with the service application. Conduct site visits with the power company's representative to identify a power undergrounding design approach that is coordinated with other disciplines' design. Task 4 60010 Joint Utility Trench (JUT) Design Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and add JUT Profiles and JUT Details as noted. 1) JUT Notes and Plans. Revise the JUT layouts based on comments on the 30% and the advancement of the design. Include the number and size of conduits in each run for each utility company and refined vault layouts and sizes. Show minimum sweep radii and which ends of the vaults the conduits are entering. 2) JUT Profiles. Develop profiles for the JUT that considers the cross-section, stacking, and spacing of the separate utilities. Identify potential conflicts where crossing existing and proposed utilities and coordinate with the Utilities Lead to obtain potholing information for those crossings. Show intersecting utilities to scale vertically and horizontally. 3) JUT Details. Prepare JUT sections for primary runs that show the layout of the conduits and spacing required. Detail the entry of the conduits into vaults. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 246 2.3.a SCJ ALLIANCE CONSULTING SERVICES 4) Service Conversion Plans Coordination. The Power Company will design existing overhead utility services to underground and issue schematic plans for each conversion at the 60%. For the purposes of this scope, it is assumed that close coordination with the power company's service representative will be required for coordinating the service design with other disciplines' work. Task 5 90010 Joint Utility Trench (JUT) Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 90% JUT Sheets 2) 90% Underground Overhead Service Coordination Task 6 95010 Joint Utility Trench (JUT) Design Incorporate WSDOT and City review comments into the 9S% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 95% JUT Sheets 2) 95% Underground Overhead Service Coordination Task 7 100010 Joint Utility Trench (JUT) Design Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 100% JUT Sheets 2) 100% Underground Overhead Service Coordination Assumptions • No transportation work will be required on the cross -streets to SR 99 except tying in the new SR 99 curb ramps, sidewalk, and curb & gutter. • This scope of work assumes that existing aerial power and communication utilities will be undergrounded. If utility undergrounding is not included in this project, Tasks 2 through Task 7 will not be required. • Power distribution will be moved underground, and power transmission will remain above ground and will likely require relocation of transmission poles. • The power company will design relocation of their transmission poles. • Each utility company will design their system undergrounding and will provide information needed for the Consultant to design a joint utility trench (JUT). This will include the size, number and location of conduits and vaults at a minimum. Conversion of the utilities to underground will be performed by the respective utility companies after the JUT has been constructed and during the construction of this project. • The Consultant will design the JUT and will negotiate right of way needed for the undergrounding of each utility for the city. • The design and negotiation of existing private, aerial power and communications services of customers served along this corridor that are required as a part of the utility undergrounding will be performed by the utility companies or added to this scope in a future amendment. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 247 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • The design of city -owned water, sanitary sewer, and/or storm sewer relocations required for the project and owned by the City will be completed by the Consultant and that work will be added to this scope in a future Amendment as the work is defined. • The design of utility relocations that are not city -owned will be performed by the respective utility companies and the work to relocate their facilities will occur prior to the start of construction on this project. • Utility companies will be included in Stakeholder Coordination Meetings in Phase 72 and utility coordination will take place then. Meetings in this Phase are specific to undergrounding design. • All conflict resolution design for non -City owned utilities will be performed by the respective utility companies. • The JUT will include electrical distribution, communication, illumination, and possibly signal conduits • Electrical transmission lines will not be included in the undergrounding plans. • Electrical design for Art and Uplighting is not included in the 30% Design Submittal. • Printed copies of the plans will not be required until the 100% Design Submittal. Deliverables • Attendance of up to two (2) Consultant staff at up to five (5) Utility Undergrounding Meetings • Agendas, Meeting Summaries, and Action Items in Word and PDF • Draft Utility Undergrounding Feasibility Assessment Memo in PDF • Final Utility Undergrounding Feasibility Assessment Memo in PDF • 30% Review Comment Form in Excel and PDF • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Review Comment Form in Excel and PDF • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Review Comment Form in Excel and PDF • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Review Comment Form in Excel and PDF • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 66 Art, Landscape, and Irrigation Design (SCJ) Task 1 Schematic Art and Landscape Design Package 1) Schematic Landscape Design. Prepare a preliminary landscape design package depicting general tree layout, typical planting character, and a plant list for review by the City's Parks Department. Incorporate feedback into the 30% Design. 2) Schematic Art Design. Prepare a preliminary art design package depicting schematic light pole art designs and locations, and schematic artistic elements for the Gateway District to be integrated into the landscape and/or light poles. Street and pedestrian lighting will use the City's standard plans for Highway 99 that were developed in Stage 2. Layout will be per the 30% Illumination Analysis. This Subtask is primarily to develop concepts for banners (die -cut) on the lighting poles and art concepts including uplighting. 3) Arts and Landscape Coordination Meetings. Plan and attend up to two (2), one(1) hour meetings with City staff at City offices or virtually to discuss the schematic packages prepared in Subtask 1 and Subtask Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 248 2.3.a SCJ ALLIANCE CONSULTING SERVICES 2. Up to three (3) Consultant staff will attend including the Project Manager, Landscape/Art Reviewer, and Landscape/Art Lead. Prepare agendas, meeting summaries, and action items for each meeting. Task 2 30010 Landscape, Irrigation, and Art Design 1) Data Collection. Review the project site, collect background information, and research zoning requirements. 2) Landscape Plans. Prepare preliminary landscape plan including planting palette, tree locations, and outline of new shrub and lawn areas. 3) Irrigation Plans. Prepare preliminary layout of the irrigation system and identify water and power service locations in coordination with the utility companies. 4) Art Features/Uplighting Plans. Prepared preliminary layout of art features and uplighting as determined in the Landscape and Art Coordination meetings in Task 1 Subtask 3. Task 3 60010 Landscape, Irrigation, and Art Design Advance the following sheets to reflect the advancement of the design from the 30% to 60% level and add Irrigation Profiles, Irrigation Details, Art Features/Uplighting Plans, and Art Features/Uplighting Notes and Details Sheets as noted. 1) Landscape Notes and Details 2) Landscape Plans 3) Irrigation Plans 4) Irrigation Profiles. Develop profiles of any irrigation crossings of the roadway or approach type driveways including sleeves. Identify potential conflicts where crossing existing and proposed utilities and coordinate with the Utilities Lead to obtain potholing information for those crossings. Show intersecting utilities to scale vertically and horizontally. 5) Irrigation Details. Develop details of the irrigation system, including to -scale blow up details of each of the service connections. 6) Art Features/Uplighting Plans. Provide preliminary design of art features and uplighting as approved by the City during the 60% Landscape, Irrigation, and Arts Coordination workshops. 7) Art Features/Uplighting Notes and Details. Provide notes and details to accompany the preliminary design of art features and uplighting design. Task 4 90010 Landscape, Irrigation, and Art Design Advance the 60% Plans to respond to WSDOT and City comments and to include all details necessary for a complete PS&E for construction. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. 1) 90% Landscape, Irrigation, and Art Sheets Task 5 95010 Landscape, Irrigation, and Art Design Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 249 2.3.a SCJ ALLIANCE CONSULTING SERVICES 1) 95% Landscape, Irrigation, and Art Sheets Task 6 100% Landscape, Irrigation, and Art Design 1) 100% Landscape, Irrigation, and Art Sheets. Incorporate WSDOT and City review comments into the 95% Plans. This includes the Plan sheets shown under deliverables below and listed in the table in Attachment 1. Assumptions • Comments received on the Schematic Landscape Design Package and the Schematic Lighting and Art Design Package will be incorporated into the 30% Design in Task 2. • Art design beyond the development of schematic concepts in Task 1 is not included in this scope of work. It will be scoped and added when it is defined such that the level of effort can be estimated. • Lighting poles will be per the City's standard plans. • Coordination with an artist and/or art design is not included. It will be scoped after the scope of this work is defined in Task 1. Deliverables • Schematic Landscape Design Package in PDF • Schematic Lighting and Art Design Package in PDF • Attendance of up to four (4) Consultant staff at up to two (2) Art, Lighting, and Landscape Coordination Meetings • Meeting Agendas, Summaries, and Action Items in Word and PDF • 30% Review Comment Form in Excel and PDF • 30% Plans in PDF, including the sheets shown in the table in Attachment 1. • 60% Review Comment Form in Excel and PDF • 60% Plans in PDF, including the sheets shown in the table in Attachment 1. • 90% Review Comment Form in Excel and PDF • 90% Plans in PDF, including the sheets shown in the table in Attachment 1. • 95% Review Comment Form in Excel and PDF • 95% Plans in PDF, including the sheets shown in the table in Attachment 1. • 100% Plans in PDF, including the sheets shown in the table in Attachment 1. Phase 67 Estimate of Probable Cost Task 1 30% Estimate of Probable Cost 1) 30% Quantities. Prepare quantity takeoffs based on the 30% Plans in BlueBeam and document quantities by sheet. 2) 30% Unit Costs. Research similar, recent projects and determine unit costs to be used in the estimate Document the source and calculation of each unit cost. 3) 30% Lump Sum Estimates. Prepare rough lump sum estimates for bid items to be paid by LS or not designed far enough at the 30% to rely on quantities and unit costs to estimate the costs. Lump sum estimates will include, but are not limited to Division 1 items, signals, illumination, landscaping, art, illumination, and signing. 4) 30% Estimate of Probable Cost. Prepare an estimate spreadsheet to be used and updated throughout the life of the project. The estimate will be separated into schedules by work type and funding sources Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 250 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 30% design. Task 2 60010 Estimate 1) 60% Quantities. Prepare quantity take offs based on the 60% Plans in Bluebeam and document quantities by sheet. 2) 60% Unit Costs. Research similar, recent projects and determine unit costs to be used in the estimate Document the source and calculation of each unit cost. 3) 60% Lump Sum Estimates. Prepare rough lump sum estimates for bid items to be paid by LS or not designed far enough at the 60% to rely on quantities and unit costs to estimate the costs. Lump sum estimates will include, but are not limited to Division 1 items, signals, illumination, landscaping, art, illumination, and signing. 4) 60% Estimate. Update the estimate spreadsheet based on the 60% Plans and Project Manual. The estimate will be separated into schedules by work type including and funding source. Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 60% design. Task 3 90010 Estimate 1) 90% Quantities. Prepare quantity takeoffs based on the 90% Plans in BlueBeam and document quantities by sheet. 2) 90% Unit Costs. Update unit costs based on the 90% Design. 3) 90% Lump Sum Estimates. Prepare lump sum estimates for bid items to be paid by LS. 4) 90% Estimate. Update the estimate spreadsheet based on the 90% Plans and 90% Project Manual. The estimate will be separated into schedules by work type including and funding source. Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 90% design. Task 4 95010 Estimate 1) 95% Estimate. Update the estimate spreadsheet based on the 95% Plans and 95% Project Manual. The estimate will be separated into schedules by work type including and funding source. Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 95% design. Task 5 100010 Estimate 1) 100% Estimate. Update the estimate spreadsheet based on the 100% Plans and 100% Project Manual. The estimate will be separated into schedules by work type including and funding source. Add below the line items and contingencies per the City of Edmonds' Estimating Guidelines. Complete an estimate of probable cost for the project based on the 100% design. Assumptions • Quantities will be separated by asset class (transportation, water, sewer, stormwater, and utility undergrounding) and funding sources as needed. • Quantities will be summarized by sheet for most bid items Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 251 2.3.a SCJ ALLIANCE CONSULTING SERVICES • Lump sum estimates will be prepared for City review at the 90% Design Submittal Deliverables • 30% Quantities and Estimate in Excel and PDF • 60% Quantities and Estimate in Excel and PDF • 90% Quantities and Estimate in Excel and PDF • 90% Unit Cost documentation in Excel and PDF • 90% Lump Sum estimates in Excel and PDF • 95% Quantities and Estimate in Excel and PDF • 95% Unit Cost documentation in Excel and PDF • 95% Lump Sum estimates in Excel and PDF • 100% Quantities and Estimate in Excel and PDF • 100% Unit Cost documentation in Excel and PDF • 100% Lump Sum estimates in Excel and PDF Phase 68 Project Manual Task 1 30% Project Manual 1) Table of Contents. Prepare a Table of Contents for the Project Manual that indicates the parts to be included and identifies appendices to be included. 2) Special Provisions. Identify non-standard bid items that will require special provisions and identify which will require approval by WSDOT. 3) Preliminary Standard Plans. Keep a log and copies of the standard plans to be used in the project. Update the table of contents for the standard plans at the 30% Design Submittal. 4) 30% Project Manual. Consolidate items developed in Subtask 1 through Subtask 3 into a 30% Project Manual. Task 2 60010 Project Manual 1) Division 1. Use the boilerplate from the City and update it to develop Division 1 specifications specific to this project. 2) Special Provisions. Develop specifications using the WSDOT GSPs, City GSPs, and special provisions for Division 2 through Division 9 of the WSDOT specifications. 3) Preliminary Standard Plans. Keep a log and copies of the standard plans to be used in the project. Update the table of contents for the standard plans at the 60% Design Submittal. 4) 60% Project Manual. Consolidate items developed in Subtask 1 through Subtask 3 into a 60% Project Manual. Update the Table of Contents and Appendices for the project. Task 3 90010 Project Manual 1) 90% Project Manual. Update the 60% Project Manual based on the 90% Plans and 90% Estimate Task 4 95010 Project Manual 1) 95% Project Manual. Update the 90% Project Manual based on the 95% Plans and 95% Estimate Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 252 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Task 5 100% Project Manual 1) 100% Project Manual. Update the 95% Project Manual based on the 100% Plans and 100% Estimate. Assumptions • WSDOT will review the Project Manual because the project is federally funded. Deliverables • 30% Project Manual in PDF • 60% Project Manual in PDF • 90% Project Manual in PDF • 95% Project Manual in PDF • 100% Project Manual in PDF Phase 69 Construction Schedule Task 1 60010 Construction Schedule 1) Preliminary Construction Schedule. Update the preliminary construction schedule based on the Staging Plans developed in Phase 60 and that includes a feasible approach to design that considers utility undergrounding needs, utility design (specifically maintenance and improvement of the stormwater system), and other work. 2) Construction Schedule Memo. Prepare a brief memorandum summarizing the assumptions and phasing included in the construction schedule and discussing the outcomes and any significant considerations. Task 2 90010 Construction Schedule 1) 90% Construction Schedule. Update the 60% Construction Schedule based on the 90% PS&E. Task 3 95010 Construction Schedule 1) 95% Construction Schedule. Update the 90% Construction Schedule based on the 95% PS&E. Task 4 100010 Construction Schedule 1) 100% Construction Schedule. Update the 95% Construction Schedule based on the 100% PS&E Assumptions • No construction schedule will be developed at the 30% Design. Deliverables • 30% Construction Schedule in PDF • 60% Construction Schedule in PDF • 90% Construction Schedule in PDF • 95% Construction Schedule in PDF • 100% Construction Schedule in PDF Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 253 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Phase 70 Quality Assurance and Quality Control (All) Task 1 Quality Management Plan 1) Quality Management Plan. Prepare a quality management plan that documents the processes, procedures, and tools to be used in Quality Assurance (QA) and Quality Control (QC) for this project. Provide examples of review comment forms, plan markups, and a table of deliverables and reviewers expected on the project. Task 2 Quality Assurance 1) 30% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 30% Submittal. 2) 60% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 60% Submittal. 3) 90% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 90% Submittal. 4) 95% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 95% Submittal. 5) 100% Quality Assurance. Follow the PMP prepared in Subtask 1 and conduct project -level quality reviews of PS&E documents at the 100% Submittal. 6) Quality Assurance Meetings. Up to two (2) Consultant staff will attend up to two (2) project -level quality assurance review meetings with the City to review conformance with the quality plan including the Project Manager and the Design Manager. The meetings will be in -person at the City and will be up to one (1) hour long. Task 3 Quality Control 1) 30% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 30% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 2) 60% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 60% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 3) 90% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 90% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 254 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 4) 95% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 95% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 5) 100% Quality Control. Conduct QC reviews of milestone deliverables of the designs, plans, specifications, and estimates at the 100% submittal. QC reviews will be conducted and documented for plans, specifications, estimates, calculations, and other documents that either directly or indirectly constitutes the deliverables. Documents will be verified for conformance to standards and the functional, regulatory and uniformity requirements for this Project. Each QC activity will be completed before documents are used in-house or released to the City. 6) Constructability Review. Perform an Independent Constructability Review of the project during the 90% Design Phase leveraging construction management staff that have not been involved with the project design and that have extensive experience in the field. Incorporate comments into the 90% Submittal. 7) Subconsultant Report Review. Perform brief independent reviews of deliverables prepared by the subconsultants (except PS&E). This includes but is not limited to survey basemapping; right of way calculations, exhibits, and legal descriptions; geotechnical report(s); potholing data; stormwater and hydraulic report(s); cultural resources report(s); and right of way materials and offers. Assumptions • This work includes only internal Consultant reviews and responses. • Client and partner reviews are included in other phases of work. • QC templates will be provided in the QMP and will be filled out and submitted with each final design submittal along with standard Consultant QC documentation. Deliverables • Draft Quality Management Plan in PDF • Final Quality Management Plan in PDF • Attendance at up to two (2) QA meetings with the City • Agendas, Meeting Summaries, and Action Items in Word and PDF • QC Documentation at each milestone deliverable in PDF Phase 71 Assistance During Bidding (OCI, CE, SCJ) Task 1 Bid Document Coordination 1) Bid Document Coordination. Coordinate with the City and bidding warehouses to ensure appropriate PDFs are delivered prior to advertisement of the project. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 255 2.3.a SCJ ALLIANCE CONSULTING SERVICES Task 2 Requests for Information. 1) Requests for Information. (RFIs) that are received by the City by the Bidders. Responses will be prepared in formal documents and will be performed expeditiously. Up to sixty (60) hours is budgeted for this Task. Task 3 Addenda 1) Addenda. Prepare up to three (3) addenda for the project to provide clarification to questions on the PS&E for Bidding. Up to thirty (30) hours per addenda are budgeted for this Task. Task 4 Pre -Bid Meeting 1) Pre -Bid Meeting. Up to two (2) Consultant staff will attend the Pre -Bid Meeting at the City offices including the Project Manager and Design Manager. The City will plan and lead the meeting. The meeting will be up to one (1) hour. Task 5 Bid Tabulation Analysis 1) Bid Tabulation Analysis. Attend the bid opening and prepare an analysis of the bids to ensure accuracy of calculations, consistency, and identify potential inconsistencies. Provide the City a brief memo summarizing the bid tabulations and transmitting tabulated results. Task 6 Conformed Plans and Project Manual 1) Conformed Plans and Project Manual. At the conclusion of the bidding phase, prepare a conformed set of Plans and the Project Manual that includes all addenda and forms completed by the low bidder. Assumptions • The Consultant will designate the Engineer of Record (EOR) as the single point -of -contact during the bidding phase. • The City will advertise and manage the bid process. • Up to ten (10) RFIs will be responded to by Consultant staff. Each RFI will require up to six (6) hours of Consultant staff time to respond. • The Consultant will not charge for additional RFI's if they are needed to correct or clarify errors or omissions in the bid documents out of compliance with the professional standard of care. • The City will issue the Addenda and the Consultant will provide plans and specifications necessary for the Addenda. • Up to three (3) addenda are included in this scope with up to thirty (30) hours of Consultant time required per addenda. • The Consultant will not charge for additional addenda if they are needed to correct or clarify errors or omissions in the bid documents out of compliance with professional standard of care. Deliverables • Electronic copies of the 100% Plans and 100% Project Manual in PDF via ftp site • RFI responses in PDF • Addenda packages in PDF • Attendance of up to two (2) Consultant staff at the Pre -Bid Meeting • Bid Tabulation Analysis Memo in PDF • Conformed Plans and Project Manual in PDF via ftp site Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 256 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Phase 72 Public Involvement (SCJ) This Phase to include the following work: Task 1 Public Involvement Plan 1) Public Involvement Plan. Collaborate with the City to develop a Public Involvement Plan (PIP) to outline the process for meeting with stakeholders, property owners, business owners, tenants, and the public. Discuss messaging and timing related to the corridor plan and propose a process through the Stage 4 project. Update plan based on feedback from the City. Include demographic information to identify secondary languages in use along the corridor. Provide a draft PIP and update based on comments from the City. Task 2 Stakeholder Working Group Meetings Stakeholder Working Group Meetings. The Stakeholder Working group will include the City and Consultant and representatives from Mountlake Terrace (2201h vicinity), Lynnwood (interconnect), Snohomish County, WSDOT, and Community Transit. Plan and lead up four (4) meetings of the Stakeholder Working Group. Meetings will be in -person at the City and will last up to one (1) hour. Up to two (2) Consultant staff will attend each Stakeholder Working Group Meeting including the Project Manager and Design Manager. Prepare agendas, meeting summaries, and action items. Meetings will be held within a few weeks after the kickoff meeting, after the 30% Design Submittal, after the 60% Design Submittal and after the 90% Design Submittal. Additional coordination will take place at the Bi-Weekly Technical Team Meetings included in Phase 59. Task 3 Website Updates 1) Website Initial Update. Update the existing website's Stage 4 Project (www.edmondscorridor99.org) to include a project description, schedule, and status information for this project. Provide graphics using deliverables from other Phases of work and prepare new graphics specifically for the website. Provide a draft of the website revisions and update based on comments from the City. 2) Website Milestone Updates. Update the Stage 4 website pages at each milestone deliverable, including the 30%, 60%, 90%, 95%, and 100% Design Submittals and before the three (3) Open House events. Up to eight (8) website updates are included in this scope. Provide a draft of the website revisions and update based on comments from the City. Task 4 Public Mailings 1) Public Mailing #1. Prepare a two-sided, one -page public mailing describing the Stage 4 Project, including the project need (e.g., share updated crash history), inviting the public to the website and announcing Open House #1. Provide a Draft copy and update flyer based on feedback from the City. 2) Public Mailing #2. Prepare a two-sided, one -page public mailing to describe the Stage 4 Project and anticipated construction impacts and inviting the public to the website and Open House #2. Update flyer based on feedback from the City. 3) Public Mailing #3. Prepare a two-sided, one -page public mailing to describe the Stage 4 Project and anticipated construction impacts and inviting the public to the website and Open House #3. Update flyer based on feedback from the City. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 257 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES 4) Tenant Door -to -Door Invitations. Up to two (2) Consultant staff including the Project Manager and Design Manager will walk the corridor and handout Public Mailing #1, Public Mailing #2, and Public Mailing #3 to specifically invite the public to the Open Houses and briefly discuss the project with all tenants along the corridor. Task 5 Public Open Houses 1) Open House #1. Plan and facilitate Open House #1 with the public. The Open House will be up to three (3) hours and will occur in -person at the City after Mailing #1 and the 30% design update to the City Council . The purpose of this meeting is to present the updates to the project, the need for the project improvements, updated crash history, project improvements, and preliminary improvement plans to the public for their input. Prepare graphics to support the messaging to the public. Up to six (6) Consultant staff will attend the open house including the Project Manager, Design Manager, Roadway Lead, Environmental Lead, Arts/Landscape Reviewer, and Arts/Landscape Lead. Provide information handouts and comment forms for attendees. 2) Open House #2. Plan and facilitate Open House #2 with the public. The Open House will be up to three (3) hours and will occur in -person at the City after Mailing #2 and the 60% design update to the City Council. The purpose of this meeting is to present the updates to the design of the project and prepare the public for the SEPA and final design phases. Prepare graphics to support the messaging to the public. Up to six (6) Consultant staff will attend the open house including the Project Manager, Design Manager, Roadway Lead, Environmental Lead, Arts/Landscape Reviewer, and Arts/Landscape Lead. Provide information handouts and comment forms for attendees. 3) Open House #3. Plan and facilitate Open House #3 with the public. The Open House will be up to three (3) hours and will occur in -person at the City after Mailing #3 and the 90% design update to City Council The purpose of this meeting is to present the updates to the design of the project and prepare the public for upcoming construction. Prepare graphics to support the messaging to the public. Up to six (6) Consultant staff will attend the open house including the Project Manager, Design Manager, Roadway Lead, Environmental Lead, Arts/Landscape Reviewer, and Arts/Landscape Lead. Provide information handouts and comment forms for attendees. Task 6 Property Owner Meetings 1) Property Owner Information. The Consultant will develop a property owner contact list based on the Snohomish County Parcel Information currently available online and will update prior to mailings and workshops. 2) Property Owner Workshops. Work with the City to identify property owners along the project corridor and those most likely to vocalize their support for or opposition to the project. The City will plan, and lead and the Consultant Project Manager will attend up to four (4) workshops with groups of property owners to introduce them to the improvements and show the expected impacts to their access and properties. It is anticipated that two (2) of these meetings will occur after the 30% Submittal and two (2) will occur after the 60% Submittal. Subsequent property owner meetings are included in Phase 72. Meetings will be held in -person at the City and will last up to two (2) hours each. Prepare figures to show the improvements and impacts to the property owners. These will include updated roll plots that will be prepared for Open House #1 and Open House #2. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 258 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Task 7 City Council Meetings 1) Parks and Public Works (PPW) Committee Meetings. Plan and attend up to three (3) PPW Committee Meetings after the 30% Design Submittal and prior to Open House #1, after the 60% Design Submittal and prior to Open House #2, and after the 90% Design Submittal and prior to Open House #3. Typically, these meetings will occur one week prior to the City Council meetings. Prepare PowerPoint presentations for each meeting based on the Open House Materials or Summarizing the Project Construction Contract Award. The Consultant Project Manager will attend these meetings and assist in the presentation of the information and response to comments. Meetings will last up to two (2) hours and will take place in -person at the City. 2) City Council Meetings. Plan and attend up to three (3) City Council Meetings after the PPW Committee Meetings described in Subtask 1. Typically, City Council Meetings occur one week after the PPW Committee Meetings. Update PowerPoint presentations developed for the PPW Committee Meetings based on feedback from the PPW Committee. The Consultant Project Manager will attend these meetings and assist in the presentation of the information and response to comments. Meetings will last up to four (4) hours and will take place in -person at the City. Assumptions • The City will host the website at www.EdmondsCorridor99.org. • The Consultant will have full editorial access to make updates to the website content and will make the updates in Task 3. • The City will be responsible for printing and mailing of all public mailings and providing mailers for the tenant door-to-door handouts. • The City will supply meeting space for the Stakeholder Working Group meetings, public open houses, and property owner meetings. • Meeting handouts and comment forms will be printed for distribution at the Open Houses. • Open House materials will be plotted and mounted for in -person open houses. • Open Houses are assumed to be in -person. • The City will provide translation of any materials requiring multiple languages. Deliverables • Draft Public Involvement Plan in PDF • Final Public Involvement Plan in PDF • Draft Stakeholder Presentations in PowerPoint and PDF • Draft Stakeholder Presentations in PowerPoint and PDF • Attendance of up to two (2) Consultant staff at up to four (4) Stakeholder Working Group Meetings • Agendas, Meeting Summaries, and Action Items in Word and PDF • Draft Website content in PDF and native formats • Final Website content in PDF and native formats • Draft Public Mailings in PDF • Final Public Mailings in PDF • Copies of Public Mailings for Door -to -Door handouts Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 259 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Door -to -Door handouts of tenant materials at up to thirty (3) properties (with multiple tenants per parcel) • Draft Open House materials and presentations in PowerPoint and PDF • Final Open House materials and presentations in PowerPoint and PDF • Plotted and mounted open house exhibits • Attendance of up to five (5) Consultant staff at up to three (3) Open Houses • Property Owner Mailing list and updates in Excel • Attendance of up to one (1) Consultant staff at up to four (4) Property Owner Workshops • Plotted and printed Property Owner Workshop Exhibits also in PDF • Attendance of up to one (1) Consultant staff at up to four (4) PPW Committee Meetings • Draft PPW Committee presentations in PowerPoint and PDF • Final PPW Committee presentations in PowerPoint and PDF • Attendance of up to one (1) Consultant staff at up to four (4) City Council Meetings • Draft City Council presentations in PowerPoint and PDF • Final City Council presentations in PowerPoint and PDF Phase 73 NEPA and SEPA Documentation (HRA, CEC, MMA, HWA, and SCJ) Task 1 NEPA Documentation (MMA and SCJ) 1) WSDOT Meeting. Meeting with WSDOT Environmental staff. After project kick-off, an initial meeting with WSDOT Local Programs will be critical to confirm the level of NEPA documentation and any technical analyses required for this project. It is assumed a Documented Categorial Exclusion (DCE) will be the appropriate level for this Stage 4 project. 2) NEPA Documentation. Consultant will complete the NEPA documentation following WSDOT Environmental Manual procedures. This will include preparation of a NEPA ECS Form and coordination with the City and WSDOT. 3) Environmental Justice Technical Memorandum. Consultant will prepare an Environmental Justice (EJ) Technical Memorandum in compliance with Chapter 460 of the WSDOT Environmental Manual. The EJ memo will identify and address potential disparate impacts and disproportionate high and adverse effects associated with the project on underserved populations. 4) Traffic Noise Assessment (Michael Minor & Associates). The analysis will be based on the guidelines presented in the current Federal -Aid Policy Guide, Subchapter H, Part 772, Procedures for Abatement of Highway Traffic Noise and Construction Noise (FHWA 2010) and the 2011 Traffic Noise Policy and Procedures (WSDOT 2012). The project will be reviewed to determine the level of noise analysis required under the FHWA and WSDOT policy. Under FHWA and WSDOT, only projects that are determined to be a Type 1 project are required to have a detailed noise study. For a project to be considered Type 1, the project must meet one or more of the following criteria: • The construction of a highway on a new location; or, • The physical alteration of an existing highway where there is either: • Substantial Horizontal Alteration. A project that halves the distance between the traffic noise source and the closest receptor between the existing condition to the future build condition; Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 260 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Substantial Vertical Alteration. A project that removes shielding, therefore exposing the line -of -sight between the receptor and the traffic noise source. This is done by either altering the vertical alignment of the highway or by altering the topography between the highway traffic noise source and the receptor; or • The addition of a through -traffic lane(s). This includes the addition of a through -traffic lane that functions as a HOV lane, High -Occupancy Toll (HOT) lane, bus lane, or truck climbing lane; or, • The addition of an auxiliary lane, except for when the auxiliary lane is a turn lane; or, • The addition or relocation of interchange lanes or ramps added to a quadrant to complete an existing partial interchange; or, • Restriping existing pavement for the purpose of adding a through -traffic lane or an auxiliary lane; or, • The addition of a new or substantial alteration of a weigh station, rest stop, ride -share lot, or toll plaza. If a project is determined to be a Type I project under this definition, then the entire project area as defined in the environmental document is a Type 1. The initial review of the project area indicates that the proposed project may not meet these criteria on any noise -sensitive properties as defined under FHWA and WSDOT policy. The project will not add any new through lanes and does not appear to change the vertical or horizontal alignment sufficiently to meet Type 1 requirements (half the distance to the travel lanes or expose a previously shielded receiver). If no Type 1 components are identified, then a detailed noise analysis may not be required, and a brief technical memorandum will be prepared to support those findings. If the review determines the project meets the Type 1 requirements, then the contingency task provided may be required. Task 2 SEPA Checklist (SCJ) 1) Draft SEPA Checklist. Prepare a Draft SEPA Checklist in compliance with the City's Planned Action for the Highway 99 Subarea (Ordinance No. 4079). The SEPA Checklist will analyze the Stage 4 project components and will focus on those aspects not covered by the 2017 Planned Action EIS or areas requiring mitigation, such as stormwater design and impacts. 2) Final SEPA Checklist. Prepare a Final SEPA Checklist based on comments received from the City and Consultant Team on the Draft SEPA Checklist. Task 3 Cultural Resources Reporting (HRA) 1) 106 Coordination. Early coordination with WSDOT Local Programs will determine if the project is exempt from Section 106 (and EO 21-02 analysis). Due to the extent of ground disturbance, it is assumed a Section 106 analysis will be required. If it is determined Section 106 is required, the Consultant will prepare draft area of potential effect (APE) and consultation letters (SHPO and the Tribes) for use by WSDOT, as outlined in Subtask 2 below. 2) APE Definition. Prepare Draft and Final APE Definition Memoranda to support consultation with DAHP and additional stakeholders. Conduct background research within .5 mi of the project area, using assessor's records, SHPO's WISAARD database, and historic maps and aerials to identify cultural resources within .5 mi of the area of direct impact. Results of this research will be presented along with a proposed APE and methods for a cultural resources study in a memo for submission to all consulting Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 261 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES parties. A draft memorandum will be submitted for comment and a final will be prepared to respond to comments. 3) Survey and Inventory. Upon approval of the APE and methods memo, conduct a cultural resource study following the approved methods. Tasks will include additional archival research, archaeological survey, if required, and built environment survey and inventory of all unevaluated resources 45-years old or older within the approved APE. Surveys and evaluations will meet Washington Standards for Cultural Resource Reporting, as revised in 2022. 4) Cultural Resources Report. Prepare Draft and Final Cultural Resources Reports to document the results of archival and field research. Once field studies and archival research has been completed, prepare a Draft and Final Cultural Resources Report documenting the results of its archival and field research and providing recommendations regarding the eligibility of surveyed resources to the National Register of Historic Places under all criteria for listing. The report will include: a project description, regulatory context, APE definition, cultural context, methodology, background research results, field research results, and conclusions and recommendations. A draft report will be submitted for comment and a final will be prepared to respond to comments. Task 4 Biological Assessment (CEC) 1) Biological Assessment. Prepare a Biological Assessment (BA) for the Project, per the requirements of Section 7 of the federal Endangered Species Act (ESA). The BA will follow the guidance provided in the current WSDOT Advanced BA Training Manual. The project area for the BA is considered to include the project footprint (i.e., location of construction and construction ingress/egress) and any necessary/related on -site or off -site mitigation (unless purchasing mitigation credits). The action area is considered to include the surrounding environment likely to experience "effects" from the project. The BA will outline the project description and analyze the level of direct effects, delayed consequences, effects of interrelated and interdependent actions, as well as cumulative effects if necessary. The resource information presented in the BA will be based on existing information and data collected during a site visit, as applicable. The BA will also include an analysis of Essential Fish Habitat (EFH), per the Magnuson -Stevens Fishery Management and Conservation Act (Magnuson -Stevens Act), which requires federal agencies to consult with the NMFS for actions they fund, authorize, or permit that could impact EFH for Pacific salmon, groundfish and/or coastal pelagic species. 2) Draft BA Report. Prepare a draft BA for review by the City prior to submittal to WSDOT. Comments received from the City on the Draft BA will be addressed in Subtask 4 Final Draft BA Report. WSDOT will be the designated non-federal lead agency under Section 7 of the ESA; thus, the BA will be prepared per WSDOT guidance on preparation of BAs. 3) Final Draft BA Report. Prepare a Final Draft BA Report that will address comments received from the City. The Final BA Report will be submitted to WSDOT for review. 4) Final BA Report. WSDOT comments will be incorporated into the Final BA Report. As the designated non-federal lead agency under the ESA and the Magnuson -Stevens Act, WSDOT will be responsible for requesting and completing the Section 7 consultation with the U.S. Fish and Wildlife Service (USFWS) and the National Marine Fisheries Service (NMFS). WSDOT will also be responsible for consultation with NMFS per the requirements of the Magnuson -Stevens Act. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 262 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES Task 5 Hazardous Materials Assessment (HWA) Conduct a hazardous materials environmental assessment to identify and evaluate the potential presence of subsurface contaminants that may be encountered during project construction or could pose potential environmental liability associated with property acquisitions. The hazardous materials assessment for the project corridor will include the following Subtasks: 1) Environmental Document Review. Obtain and review readily accessible environmental records for the project corridor and adjacent properties. A subcontracted database service, such as Environmental Data Resources (EDR)/Lightbox, will be used to obtain a listing of environmental regulated properties for the project corridor and immediate vicinity. Available records and databases include Environmental Protection Agency (EPA) listed and Washington State Department of Ecology (Ecology) listed sites. 2) Technical Document Review. Review technical documents and reports available online from Ecology or provided by SCJ concerning previous environmental investigations for the project corridor and adjacent moderate and high -risk properties. 3) Historical Photo Review. Obtain and review historical aerial photographs, topographic maps, and Sanborn Fire Insurance maps for the project corridor vicinity. Reverse city directories will also be reviewed for the project corridor roadways. 4) Visual Assessment. Conduct a visual reconnaissance of the project corridor to observe current land uses and activities pertaining to the potential for subsurface contaminants to adversely impact the project site. The properties being considered for real property easements and / or acquisition, as provided by SCJ, will be included as part of the visual reconnaissance. However, the reconnaissance will be limited to features readily observed from publicly accessible corridors and shall not include entering private properties or viewing conditions within buildings (i.e., a windshield survey). The site reconnaissance will include noting the presence and approximate locations of environmental conditions or associated physical features identified during the environmental records review. 5) Evaluate Data. Evaluate the resulting data with respect to potential property acquisitions, and potential impacts of subsurface contaminants during project construction. This might include identifying areas of potential soil contamination, management and disposal of contaminated soil, and treatment requirements for dewatering effluent. 6) Prepare Report. Prepare a hazardous materials analysis report in accordance with the local agency and Washington State Department of Transportation (WSDOT) requirements for a "mid -level" or "high-level" hazardous materials environmental assessment. The report may include recommendations for additional environmental assessment work (e.g., Phase I or Phase II Environmental Site Assessments [ESA]), potential impacts on property acquisition and construction, and potential mitigation measures that could be used to minimize contaminant -related impacts. Assumptions • Based on the current project description, it is assumed this project is covered under a Federal Highway Administration's (FHWA) Categorical Exclusion (CE) (23 CFR 771.117). • Ground disturbance will exceed 18 inches and may be subject to Section 106 analysis. The project may be exempt from Section 106 per the list of Exemptions (#2) listed in Appendix J of the NEPA Categorical Exclusion A Guidebook for Local Agencies, October 2019. • Information presented in the 2017 Planned Action EIS will be extracted, as appropriate, for use in the SEPA Checklist. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 263 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • No technical reports, other than those described in this scope of work, will be required to complete the NEPA DCE and SEPA Checklist. A screening level hazardous material assessment will be incorporated into the NEPA and SEPA documents. • It is anticipated that a Mitigated Determination of Non -Significance (MDNS) will be issued. Technical reports prepared for the NEPA document will be used for the SEPA Checklist. • The City will prepare the MDNS with assistance from the Consultant. • Information on the SEPA process, findings, and ways to provide public comment, as appropriate, will be presented at the Public Open Houses outlined in Phase 72. A separate public hearing for the SEPA process will not be required. • The stormwater report included in Phase 62 will be sufficient for environmental documentation. • If a Section 106 analysis is prepared pursuant to NEPA, analysis per EO 21-02 will not be required. • The project will require formal consultation under ESA Section 7 if it will result in increased impervious surface area, increased roadway capacity and/or does not provide 100% infiltration of all stormwater within the project area (per the latest guidance from NMFS and WSDOT).The project description, will include information necessary for initiating consultation with NMFS, including volume and area of excavation and fill, existing and proposed impervious surface area, location, sizing and efficiency of stormwater treatment and detention facilities (if required), general construction equipment and methods, avoidance and minimization measures, timing and duration of construction activities. • No hazardous materials are known to exist within the project boundaries. • If in -ground cultural investigation is required, additional scope will be added to complete that work. • If a detailed noise analysis is required, it will be added by future amendment. • Up to two (2) hour long meetings are estimated between HWA and SCJ. • One round of review of the hazardous materials environmental assessment will be required. • Hazardous materials environmental assessments are not considered to be a Phase I ESA that adheres to the American Society for Testing and Materials (ASTM) standards. If the hazardous materials environmental assessment reveals issues that could impact the project and/or project property acquisition, more detailed investigations, which may include Phase I ESAs or Phase II ESAs (which could require traffic control plans), may be recommended. If further investigation is recommended, a scope of work and cost estimate will be provided at that time. Deliverables • Draft WSDOT ECS Form in Word and PDF • Final WSDOT ECS Form in PDF • Draft Environmental Justice Technical Memorandum in Word and PDF • Final Environmental Justice Technical Memorandum in PDF • Draft Traffic Noise Analysis Technical Memorandum in Word and PDF • Final Traffic Noise Analysis Technical Memorandum in PDF • Draft SEPA Checklist in Word and PDF • Final SEPA Checklist in PDF • Draft APE Definition Memorandum in Word and PDF • Final APE Definition Memorandum in PDF • Draft Cultural Resources Report in Word PDF • Final Cultural Resources Report in PDF • SHPO and Tribal Consultation Letters for WSDOT's use • Draft BA Report in Word and PDF Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 264 2.3.a i� SCJ ALLIANCE CONSULTING SERVICES • Draft Final BA Report in PDF • Final BA Report in PDF • Draft Hazardous Materials Environmental Assessment in PDF • Final Hazardous Materials Environmental Assessment in PDF Phase 74 Permitting (SCJ) Task 1 Permitting 1) Identify Required Permits. Coordinate with Edmonds, Snohomish County, WSDOT and the utility companies to determine which permits will be necessary for this project. 2) Ecology Construction Stormwater General Permit. Prepare and submit a Notice of Intent (NOI) to the Washington Department of Ecology to obtain a Construction Stormwater General Permit (CSWGP) for the project after the 90% Design Submittal. Once obtained, prepare a Permit Transfer Form and provide to the Construction Contractor at the award of the construction contract to be completed and submitted. The Construction Contractor will be responsible for paying for the CSWGP. Monitor the Ecology website for status until the permit is issued. Assumptions • The scope of work may trigger additional permits that will be scoped as additional work under Phase 74. • Permit fees will be paid for directly by the City or the Construction Contractor. • WSDOT signal permits are not required. If needed, they will be added in a future amendment. • A WSDOT right of way permit is not required because there is no work in limited access. Deliverables • Permit applications and supporting information in PDF Phase 75 Right of Way Calculations (1AG) Task 1 Right of Way and Parcel Resolution and Acquisitions, Exhibits, and Descriptions 1) Perform cursory checks of right of way resolved in prior scope of work along with additional field work, and additional Title Report Review to resolve up to twenty-eight (28) parcels within the project area. Calculate the existing parcels only. Effort to prepare right of way takes and Temporary Construction Easements (TCEs) will be added by future amendment. Research and Public Records. Publicly available records (County, DNR, etc.) will be investigated and that data stored digitally and utilized for preliminary investigation and field work planning efforts. 2) Field Efforts and Cadastral Monumentation. Utilizing the survey control network set in 2017, deploy a team to the field to perform the recovery, recording, and mapping of any additional monumentation and lines of occupation that might aid in the parcel resolutions. 3) Office Processing, Calculations, and Resolution. This Task includes the office processing of the collected survey data, data extraction, field book note reductions, CADD drafting, and other duties required. Up to twenty- eight (28) title reports Title Reports will be needed and will be acquired. Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 265 2.3.a SCJ ALLIANCE CONSULTING SERVICES Assumptions • Calculate the existing parcels for the corridor only. Work to calculate right of way takes and TCEs will be added in a future amendment. • Title report updates, if needed, are not included. • Boundary corners will not be set as a part of this scope. • A record of survey is not included in this scope. Deliverables • AutoCAD drawing showing calculated right of way and existing easements as described in the provided title reports Phase 76 Right of Way Plans (SCJ) Task 1 60% Right of Way Plans 1) 60% Right of Way Plans. Prepare WSDOT-format Right of Way Plans. Assumptions • The calculations for right of way plans will be performed in Phase 75 and this work includes only the consolidation of that information into WSDOT format right of way plans and the layout of right of way takes and TCEs. • Right of Way plans will be submitted to WSDOT for review at the 60% as Draft. Deliverables • 60% Right of Way Plans in PDF Phase 77 Right of Way Acquisition Design Support (SCJ) This phase is reserved for future work. No work is included in this scope. Phase 78 Right of Way Acquisition (RESGNW) Task 1 Right of Way (ROW) Coordination 1) Right of Way Coordination Meetings. The Right of Way Acquisition Lead will attend up to four (4) meetings from Phase 1, including the project kick-off. Task 2 Project Funding Estimate (PFE) 1) PFE. Following review of the 60% Right of Way Plans, prepare a Funding Estimate for all impacted parcels. The PFE will follow the WSDOT format for federal projects. Assumptions • Federal funding is being pursued for this project and federal procedures will be followed to maintain eligibility. Deliverables • Attendance of the Right of Way Acquisition Lead at up to four (4) coordination meetings including the project kick-off • Project Funding Estimate in Excel and PDF Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 266 2.3.a SCJ ALLIANCE CONSULTING SERVICES Phase 79 Management Reserve (All) Task 1 Management Reserve 1) Management Reserve. A Management Reserve equaling approximately 5% of the contract total is established for future work yet to be defined. In addition to added level of effort, specific items of work that are expected to be added to the scope and fee include, but are not limited to the following, if needed: • City -owned utility conversion designs • City -owned utility relocation designs • Art features design (except uplighting) • Phase I Environmental Assessment(s) • Phase II Environmental Assessment(s) • Title Report Updates • Detailed Noise Analysis END of SCOPE OF WORK Edmonds_ Hwy99_Stage _4_Scope _2022-0809. docx Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 267 2.3.a SCJ ALLIANCE CONSULTING SERVICES ATTACHMENT 1- PROPOSED SHEET LIST HIGHWAY 99 GATEWAY -REVITALIZATION PROJECT - STAGE 4 The following table shows the Plans expected per submittal. This is an estimate of the sheets required to complete the scoped work; however, sheets may be added or removed for clarity or preference without affecting the scope of work and added scope will only be considered if the limits of work or type of work is substantially changed. SHEET DESCRIPTIONSUBMITTAL Cover Sheet SUBMITTAL 1 .0 SUBMITTAL 1 •000 SUBMITTALS 1 Index Sheets 2 2 2 Legend, General Notes & Abbreviations 1 1 1 Key Map 1 1 1 Alignment Plans 7 7 7 Right of Way Plans 0 7 7 Site Prep Notes and Details 1 2 2 Site Prep Plans 7 7 7 Roadway Typical Sections 3 3 3 Paving Notes 1 1 2 Paving Plans 7 7 7 Paving Details 0 6 6 Profiles 0 7 7 Curb Ramp and Island Plans 4 4 4 Intersection Grading Plans 0 3 3 Driveway Profiles and Details 0 6 6 Stormwater Plans 7 7 7 Stormwater Profiles 0 7 7 Stormwater Details 4 6 6 Channelization Notes and Details 1 2 2 Channelization Plans 7 7 7 Signing Notes and Details 1 2 2 Signing Schedules 2 4 4 Signing Plans 7 7 7 Signal Plans SR 99 at 220th Street SW 4 4 4 Signal Plans SR 99 at 224th Street SW 2 3 3 Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 268 2.3.a SCJ ALLIANCE CONSULTING SERVICES Temporary Signal Plans SR 99 at 220th Street SW 2 SUBMITTAL SUBMITTAL 4 SUBMITTALSSUBMITTAL 4 Illumination Notes and Details 1 3 3 Illumination Plans 7 7 7 Transit Stop Notes and Details 1 4 4 Transit Stop Plans 2 2 2 Retaining Wall Plans 0 2 2 Retaining Wall Profiles and Details 0 0 3 Joint Utility Trench Notes 1 3 3 Joint Utility Trench Plans 7 7 7 Joint Utility Trench Profiles 0 7 7 Joint Utility Trench Details and Typical Sections 0 5 5 Water Notes and Details 0 1 1 Water Plans 1 1 1 Water Profiles 0 1 1 Sewer Notes and Details 0 1 1 Sewer Plans 1 1 1 Sewer Profiles 0 1 1 Landscape Notes and Details 1 2 3 Landscape Plans 7 7 7 Irrigation Notes and Details 1 3 3 Irrigation Plans 7 7 7 Irrigation Profiles 0 3 3 Irrigation Details 0 3 3 Art Features/Uplighting Notes and Details 0 2 2 Art Features/Uplighting Plans 7 7 7 Staging Plans 0 6 6 Traffic Control Plans 0 7 7 Pedestrian Control Plans 0 5 7 Highway 99 Gateway -Revitalization Project Stage 4: Scope of Work O City of Edmonds I Packet Pg. 269 2.3.a Exhibit B DBE Participation Plar In the absents 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. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 270 2.3.a 1—� SCJ ALLIANCE CONSULTING SERVICES Exhibit B — DBE Participation Plan To Bertrand Hauss, PE I City of Edmonds From: Lisa Reid, PE, PMV� Date: October 20, 2022 STPUL-HLP-099(148): Highway 99 Gateway -Revitalization Stage 4 — 224" St SW to 2201h St SW Project: Contract No. LA-10229 Subject SBE Participation Plan SCJ Alliance proposed to use the following certified Disadvantaged Business Entities (DBEs) for the Highway 99 Stage 4 Project. The proposed use of DBE firms is based on an assumed contract total of $3,896,871 with a minimum, mandatory participation level of 8%. TOTAL CONTRACT VALUE $3,896,871 Subconsultant Firm Certification(s) Amount Contracted Percent of Total Contract Concord Engineering DBE, MWBE $86,236 2.2% HWA GeoSciences DBE, MWBE $94,756 2.4% Michael Minor & Associates DBE, MBE $1,655 0.0% Osborn Consulting Inc. DBE, WBE $818,691 21.000 RES Group NW DBE, MWBE $7,886 0.2% TOTALS $1,009,224 25.9% Please contact me at Lisa.Reid@scialliance.com or 206.730.5278 if you have any questions. 1201 Third Ave, Suite 550 • Seattle, WA 98101 • Office 206.739.5454 • Fax 360.352.1509 • scjalliance.com Packet Pg. 271 2.3.a Exhibit C Preparation and Delivery of Electronic Engineering and Other Date 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 Basemap and surface dtm in AutoCAD Civil3D 2022 NAD 83/91 coordinate system for horizontal control NAVD 88 for vertical control B. Roadway Design Files Plans in AutoCAD Civil3D 2022 and PDF PDF in BlueBeam Revu 20 C. Computer Aided Drafting Files See above. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 272 2.3.a D. Specify the Agency's Right to Review Product with the Consultant Unrestricted. E. Specify the Electronic Deliverables to Be Provided to the Agency Plans in AutoCAD Civil 3D 2022 and PDF Project Manual in Microsoft Word (version and PDF Estimate in Microsoft Excel and PDF Schedule in Microsoft Project and PDF Other deliverables in Microsoft Office Suite and/or PDF F. Specify What Agency Furnished Services and Information Is to Be Provided Right of way process, documents, and templates in Microsoft Word, Microsoft Excel, and/or PDF Utility franchise agreements in Microsoft Word and/or PDF Available stormwater as-builts, hydraulic reports, geotechnical reports, and other background information in the Project area that are available in its archives in available CAD format and/or PDF Existing water and sanitary sewer as-builts for the Project area in available CAD format and/or PDF Division 1 Boiler Plate for WSDOT/APWA Specifications in Microsoft Word LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 273 2.3.a K Any Other Electronic Files to Be Provided None III. Methods to Electronically Exchange Data SCJ Alliance's FTP site, https://files.scjalliance.com/ City's FTP site, https://files.edmonds.wa.us/ LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 274 2.3.a A. Agency Software Suite N/A B. Electronic Messaging System N/A C. File Transfers Format N/A LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 275 2.3.a Exhibit D Prime Consultant Cost Computation; LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 276 Exhibit D-1 aa� Page 1 0 15 _«;!1% IR -i 77###1 !r §a ) _ !« s:R q § P. /„}} \\} §| a a\+ ° ' `° 11 ` ƒ }}}}1~ \R , - .. 2 ,a /!:!-;a/ , ~}\\\\\\\} ( }(~~\ } ��:;�r ::§!§■ ! &&„ } ---------------- \ a \ !\E> \\ {i 1 o_ �| k {_ 4! „w|;[!!!!lr•;.»=, ? __ __\}/))}7/ Packet Pg. 277 Exhibit D-1 Page 2 of 15 Consultant Fee Determination Summary - Exhibit D-1 SCJ Alliance Client: City of Edmonds Project: Highway 99 Gateway-Revilatkation, Stag( Job #: 21-P00552 File Name: Edmonds_Hwy99_Stg4_FEE_2022-1021.xism Consultant Fee Determination DIRECT SALARY COST Classification Hours Direct Hourly Rate Principal 42.0 $104.95 Principal 1,734.0 $111.17 Senior Project Manager 40.0 $78.71 PM2 Project Manager 1,650.5 $62.67 E3 Engineer 1,656.5 $48.08 E4 Engineer 775.5 $56.03 E4 Engineer 2,748.5 $53.35 E2 Engineer 507.0 $37.47 Senior Planner 93.5 $50.23 PM3 Project Manager 71.0 $66.15 E4 Engineer 818.5 $52.33 E2 Engineer 364.0 $35.62 Principal 80.0 $65.02 PM1 Project Manager 515.0 $45.21 L3 Landscape 220.0 $38.82 PM1 Project Manager 48.0 $49.03 L4 Landscape 408.0 $42.16 Senior Technician 1,534.0 $47.63 Senior Consultant 155.0 $77.21 P2 Planner 88.0 $35.58 Project Accountant 611.5 $35.38 OVERHEAD Overhead Rate: 151.97% Direct Salary Cost: $824,056 FIXED FEE Fixed Fee Rate: 33.20% Direct Salary Cost: $824,056 TOTAL SALARY COST SUBCONSULTANTS 1 Alliance Geomatics (Survey) PHASE 03 1 Alliance Geomatics(ROW Calcs) PHASE06 Concord Engineering (Electrical) EST Multiple Phases Confluence Environmental Co. (Critical Areas, ESA) PHASE 19 Historical Research Associates (Cultural) PHASE 19 HWA GeoSciences(Geotechnical) PHASE09 HWA GeoSciences(Haz Materials) PHASE09 Michael Minor & Associates (Noise) PHASE 19 Osborn Consulting Inc (Stormwater) Multiple Phases RES Group NW (Right of Way Acquisition) PHASE22 REIMBURSABLE EXPENSES SCJ ALLIANCE Template Version: 9/9/2022 Contract Type: LAG Contract Total Direct Salary Cost Overhead Cost Fixed Fee Cost Total Salary Cost SURVEYAND BASEMAPPING (1AG) RIGHT OF WAY CALCULATIONS (1AG AND MULTIPLE PHASES NEPA AND SEPA DOCUMENTATION (HRA, NEPA AND SEPA DOCUMENTATION (HRA, GEOTECHNICAL ENGINEERING & HAZARDI GEOTECHNICAL ENGINEERING & HAZARD, NEPA AND SEPA DOCUMENTATION (HRA, MULTIPLE PHASES RIGHT OF WAYACQUISITION (RESGNW) Subconsultant Fee Subtotal Misc Expenses (Intl. Mileage) 0.2% of the Direct Salary Costs Printing/Reproduction 1 Submittal $5,000 per submittal Title Reports 28 Reports $1,200 per report Potholing 25 each $1,500 per mile Traffic Control for Potholing 1 each $10,000 Expenses Subtotal Amount $4,408 $192,769 $3,148 $103,437 $79,645 $43,451 $146,632 $18,997 $4,697 $4,697 $42,832 $12,966 $5,202 $23,283 $8,540 $2,353 $17,201 $73,064 $11,968 $3,131 $21,635 $824,056 $1,252,318 $273,587 $2,349,961 $169,378 $47,730 $86,236 $31,939 $11,539 $82,342 $12,414 $1,655 $818,691 $7,886 $1,269,810 $5,000 $5,000 $33,600 $37,500 $10,000 $91,100 SUBTOTAL (SALARY, SUBCONSULTANTS AND EXPENSES) Subtotal (Salary, Subconsultants and Expenses) $3,710,871 MANAGEMENT RESERVE FUND (MRF) Management Reserve (5%Subtotal; $186,000 $186,000 Total Estimated Budget: $3,896,871 10/21/2022 Packet Pg. 278 Exhibit D-1 aa� Page 3 0 15 § ) � - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - t!! ! !! ! ! ! ! ! ! )} ® )} ! ! ! - ]�- ! Packet Pg. 279 Exhibit D-1 Page 4 of 15 El F 8 c tl P a N » N » - N - » N » - » » » - - - - - - - » » N - » - » » N „ m n W "s s s - - - 5 9 9 9 a M 9 9 o G i 7 jJ EF 0 3 N� s" E � u- E F m _ 5 : _ 5 3 _ � J fimE a-7 n ; - s e n 3 f d o _ n _ y `a E E - ° -- Packet Pg. 280 Exhibit D-1 aa� Page 5o15 § ) � .......... ---------- .. --- . -- ... ---- .. --- .. --- .... --- !\ !! ! ) i ! - |)f\{{\ _ ;)! !!!!,! _\)!!; !!/ � . . . Pack !Pg 281 Exhibit D-1 aa� Page e of 15 § ) � .... ......... !! !! !\ t!! ! !{ � !! ! !� ! § ) - \! \ \ \ _\ _ o | ) } ƒ! }\§{{!! }\))))/ )\ ) ) ) Packet Pg. 282 Exhibit D-1 Page 7 of 15 El a s F 8 � 3 E_ a Em n .. -- ...... ------- ... ---- ��� w� P „ m G" C� is iQ W "s s - 9 9 a M 9 G jJ EF 0 3 � u- E F m _ 5 5 m .c m m n n n n fi m E a-7 n ; - s ss s s sss s s s C � s 3 f F ¢ _ - C s C s" s C Packet Pg. 283 Exhibit D-1 aa� Page 8 0 15 § ) � °!! ;!;!; !! ! !! !! !! � :AA „ | ; „ ,,,.. , • , Packet Pg. 284 Exhibit D-1 Page 9 of 15 El a s F 8 P „ m G" C� is iQ m m d m "s s 5 9 - 9 n$ v 9 a M 9 G jJ EF 0 3 > u- E F m _ 5 5 � J m m a a n„ n„ n n a fimE a-x n n ; ass s s s ss s s C s"s s s 3 f _ C C $ s 79 C s C s" s o __- E e v c e 3 3 t Packet Pg. 285 Exhibit D-1 Page 10 of 15 El F 8 � 3 E_ a Em n 33 0o ss m� �m �"sa P „ m c' es n8 `< n m m m8 - 3 9 9 m m 9 m m 9 8 m m 9 o G i x jJ if "5 0 3 � u- E F m _ 5 : _ 5 n ; 5 v 3 f n ¢ _ n 0 0 a o — E M o y r Packet Pg. 286 Exhibit D-1 2a. Page11 0 15 § § ) §,..,..,.,. ,; ,. !! !! !\ !{ � !! ! ƒ ! \ } -. -- .!!�`!!® �!,!!!!I!!!a®`¥° !• !r - ! - _ }/ ! Packet Pg. 287 Exhibit D-1 Page 12 of 15 El F 8 ; E E_ a Em n x P „ m o 4 $ d s S Q v v v v n m m v m m8 s - 5 9 - 9 e d d d L 9 a m 9 9 v G i 7 jJ EF 0 3 N� E � u- E F m _ 5 5 3 _ � J n ; - xdf s`' f d¢ d � 9 nnmm emmm 5 0 0 a °z a a � E — Q E E Al Packet Pg. 288 Exhibit D-1 Page 13 of 15 El S "s F 8 � 3 E_ a Em n . . .. .... ... $ m P „ m Q$ u n n a n g m m d s S Q v v m n v v W "s s - 5 9 9 m v 9 a M 9 G jJ EF 0 3 N� s" E E u- i E F m _ 5 5 � J fi m n ; s - 5 u u m n 3 n n 3 f d¢ _ n 0 3 � a d E E 8 G E E E - a 8 n'a Al Packet Pg. 289 Exhibit D-1 Page 14 of 15 El F 8 c 8 P „ m P 8 u n n m n n 8 S c' es ds sa nne nn 'g s ds s - 5 9 - 9 9 a M 9 9 v G i 7 jJ EF 0 3 9 i d N� s" E � u- E F m _ 5 5 3 _ � J fimE a-7 n ; - s n 3 3 3 3 f n ¢ _ n s s' ss �s ass s" a E x € 8 � E GMm m a W Z n M v 3 n m n H n 3 Packet Pg. 290 Exhibit D-1 2a. Page15 0 15 Packet Pg. 291 2.3.a Consultant Billing Rate Schedule - Exhibit D-2 SO Alliance Client: City of Edmonds Project: Highway 99 Gateway- Revilatlization, Stage 4 Job #: 21-P00552 File Name: Edmonds _Hwy99_Stg4_FEE_2022-1017.xlsm Date: 10/20/22 Actuals Not To Exceed Billing Rate Hourly Rate Table Format: Allowable Overhead Rate: Negotiated Fixed Fee: Billing Rate Table Version: Table (ANTE) SC...I ALLIANCE LAG Contract 151.97% 33.20% 9/9/2022 Direct Labor Allowable Negotiated Total Hourly Job Classifications Hourly Rate Overhead Profit Billing Rates NTE 151.97% 33.20% NTE Principal $126.56 $192.33 $42.02 $360.91 Senior Consultant $99.00 $150.45 $32.87 $282.32 Senior Project Manager $86.08 $130.82 $28.58 $245.47 PM3 Project Manager $71.71 $108.98 $23.81 $204.50 PM2 Project Manager $63.56 $96.59 $21.10 $181.25 PM1 Project Manager $49.03 $74.51 $16.28 $139.82 Senior Engineer $60.06 $91.27 $19.94 $171.27 E4 Engineer $56.54 $85.92 $18.77 $161.24 E3 Engineer $52.97 $80.50 $17.59 $151.05 E2 Engineer $46.23 $70.26 $15.35 $131.83 El Engineer $34.62 $52.61 $11.49 $98.73 Senior Landscape Architect $57.75 $87.76 $19.17 $164.69 L4 Landscape $49.61 $75.39 $16.47 $141.47 L3 Landscape $41.86 $63.61 $13.90 $119.37 L2 Landscape $38.45 $58.43 $12.77 $109.65 Ll Landscape $32.18 $48.90 $10.68 $91.77 Senior Planner $66.11 $100.47 $21.95 $188.53 P4 Planner $48.76 $74.10 $16.19 $139.05 P3 Planner $41.72 $63.40 $13.85 $118.97 P2 Planner $36.39 $55.30 $12.08 $103.77 P1 Planner $33.00 $50.15 $10.96 $94.11 Senior Technician $49.89 $75.82 $16.56 $142.27 T4 Technician $54.10 $82.22 $17.96 $154.28 T3 Technician $37.96 $57.69 $12.60 $108.25 T2 Technician $34.10 $51.82 $11.32 $97.24 Tl Technician $29.70 $45.14 $9.86 $84.70 Construction Inspector $31.00 $47.11 $10.29 $88.40 Senior Construction Manager $0.00 $0.00 $0.00 $0.00 RE 3 Construction Resident Engineer $0.00 $0.00 $0.00 $0.00 RE 2 Construction Resident Engineer $0.00 $0.00 $0.00 $0.00 RE 1 Construction Resident Engineer $0.00 $0.00 $0.00 $0.00 Construction Office Engineer $0.00 $0.00 $0.00 $0.00 Cl 4 Construction Inspector $68.20 $103.64 $22.64 $194.49 Cl 3 Construction Inspector $0.00 $0.00 $0.00 $0.00 Cl 2 Construction Inspector $0.00 $0.00 $0.00 $0.00 Cl 1 Construction Inspector $0.00 $0.00 $0.00 $0.00 Graphic Designer $42.85 $65.12 $14.23 $122.20 PC 3 Project Coordinator - CM Only $0.00 $0.00 $0.00 $0.00 PC 2 Project Coordinator $42.85 $65.12 $14.23 $122.20 PC 1 Project Coordinator $32.13 $48.83 $10.67 $91.63 Project Accountant $62.01 $94.24 $20.59 $176.83 Packet Pg. 292 2.3.a CWWashington State Department of Transportation August 2, 2022 Shae, Carr & Jewell, Inc. (dba SO Alliance) 8370 Tallon Lane NE, Suite 200 Lacey, WA 98516-6642 Subject: Acceptance FYE 2021 ICR — CPA Report Dear Tammy McDonald: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov We have accepted your firms FYE 2021 Indirect Cost Rate (ICR) of 151.97% of direct labor (rate includes 0.10% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by Stambaugh Ness. 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 consultantrates(&wsdot.wa.gov. Regards; / I P - ERIK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 293 2.3.a Shea, Carr & Jewell, Inc. Indirect Cost Rate Schedule For the Year Ended December 31, 2021 Financial Statement WSDOT Accepted Description Amount SCJ Adj. Adj. Ref. Amount Direct Labor Indirect Costs: Fringe Benefits Employee group insurance ESOP contributions Incentive compensation Payroll taxes PTO (vacation, sick and holiday) Workers compensation Other employee benefits Total Fringe Benefits General Overhead Indirect labor Auto Bank charges Business development Computer equipment and supplies Conferences, seminars and training Contributions Depreciation and amortization Dues and licenses Equipment rental and maintenance Insurance Insurance - (key person) Interest Meals and entertainment Office repairs and maintenance Office supplies Payroll services Postage, shipping and delivery Printing & reproduction Professional fees Public relations and advertising costs Publications and reference materials Rent Software licenses and agreements Taxes Telephone Travel Direct cost recovery PPP loan forgiveness and other credits Total General Overhead Total Indirect Costs & Overhead $6,140,339 ($7,058) $6,133,281 100.00% $960,800 $960,800 15.67% 78,231 78,231 1.28% 145,311 ($9,900) 2,3 135,411 2.21% 891,245 (6,046) 4,16 885,199 14.43% 1,341,586 1,341,586 21.87% 44,117 44,117 0.72% 235,720 (235,720) 5,6 0 0.00% $3,697,010 ($251,666) $0 $3,445,344 56.17% $4,066,765 ($62,171) 20,701 (11) 17,320 (1,237) 5,094 (3,512) 124,522 31,515 (460) 25,992 (25,992) 231,662 (34,475) 67,931 (17,089) 73,222 152,540 12,497 (12,497) 496,201 (496,201) 18,958 (10,528) 89,971 213,427 (529) 24,759 (3,765) 9,539 10,463 151,373 (17,258) 24,361 (24,361) 5,870 654,581 472,688 425,028 2,041 65,425 (1,908) (7,723) (1,832,758) 1,827,660 (900,371) $5,661,688 $1,107,943 ($900,371) $9,358,698 $856,277 ($900,371) 1, 5, 7, 8 $4,004,594 65.29% 9 20,690 0.34% 10 16,083 0.26% 7 1,582 0.03% 124,522 2.03% 7 31,055 0.51% 11 0 0.00% 12 197,187 3.22% 2, 11, 13 50,842 0.83% 73,222 1.19% 152,540 2.49% 14 0 0.00% 15 0 0.00% 5, 7, 8 8,430 0.14% 89,971 1.47% 9,19 212,898 3.47% 16 20,994 0.34% 9,539 0.16% 10,463 0.17% 8 134,115 2.19% 7 0 0.00% 5,870 0.10% 654,581 10.67% 472,688 7.71% 425,028 6.93% 2,041 0.03% 17,18 63,517 1.04% 18 (7,723) -0.13% 19,20 (905,469) -14.76% $5,869,260 95.70% $9,314,604 151.87% 1 of 3 Packet Pg. 294 2.3.a Shea, Carr & Jewell, Inc. Indirect Cost Rate Schedule For the Year Ended December 31, 2021 Financial Statement WSDOT Accepted Description Amount SCJ Adj. Adj. Ref. Amount % Indirect Cost Rate (Less FCCM) 152.41% 166.55% Facilities Capital Cost of Money (FCCM) $6,282 $9,358,698 $862,559 ($900,371) Indirect Cost Rate (Includes FCCM) Shea, Carr & Jewell, Inc. "Indirect Cost Rate still subject to WSDOT Audit" References 151.87% $6,282 0.10% $9,320,886 151.97% SCJ Adjustments: Shea, Carr & Jewell, Inc. Indirect Cost Rate Audited by Stambaugh Ness, Inc. 1 31.203 Indirect costs - The Company does not bill for overtime premium costs incurred on billable projects. Adjustment to reclass overtime premium costs from direct labor to indirect labor. 2 31.201-2(a)(3) Determining allowability - Accounting for costs of another accounting period are unallowable. 3 31.205-6(f)(1)(ii) Compensation for personal services - Bonuses and incentive compensation are unallowable when the basis of the award is not supported. 4 31.201-6(a) Accounting for unallowable costs - When an unallowable cost is incurred, its directly associated costs are also unallowable. 5 31.205-14 Entertainment costs - Costs of amusement, diversions, social activities, and any directly associated costs such as tickets to shows or sports events, meals, lodging, rentals, transportation, and gratuities are unallowable. 6 31.205-6(i)(1) Compensation for personal services -Any compensation which is calculated, or valued, based on changes in the price of corporate securities is unallowable. 7 31.205-1 (f) Public relations and advertising costs - Public relations and advertising costs designed to call favorable attention to the contractor and its activities are unallowable. 8 31.205-27(a)(2) Organization costs - All costs incurred in connection with planning or executing the organization or reorganization of the corporate structure of a business, including mergers and acquisitions, or raising capital are unallowable. 9 31.201-2(d) Determining allowability - Costs not supported with documentation are unallowable. 10 31.205-15 Fines, penalties, and mischarging costs - Costs of fines and penalties are unallowable. 11 31.205-8 Contributions or donations - Contributions or donations are unallowable. 12 31.205-49 Goodwill - Costs for amortization, expensing, write-off, or write -down of goodwill (however represented) are unallowable. 13 31.205-22(a)(1) Lobbying and political activity costs - Costs associated with attempts to influence the outcomes of any Federal, State, or local election, referendum, initiative, or similar procedure, through in kind or cash contributions, endorsements, publicity, or similar activities are unallowable. 14 31.205-19(e)(2)(v) Insurance and indemnification - Costs of insurance on the lives of officers that does not represent additional compensation and the company is the beneficiary of the policy are unallowable. 15 31.205-20 Interest and other financial costs - Interest on borrowings (however represented) are unallowable. 16 31.201-3(b)(1) Determining reasonableness - Costs generally not recognized as ordinary and necessary for the conduct of business are unallowable. 17 31.205-46(a)(2) Travel costs - Lodging, meals, and incidental expenses that exceed, on a daily basis, the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations are unallowable. 18 31.202 Direct costs - Direct costs of the contract shall be charged directly to the contract. The Company records its direct in- house cost recovery for its fleet vehicles as an offset to overhead travel. This adjustment reclasses the direct in-house 2 of 3 Packet Pg. 295 2.3.a Shea, Carr & Jewell, Inc. Indirect Cost Rate Schedule For the Year Ended December 31, 2021 recovery for schedule presentation purposes. 19 31.201-5 Credits - The applicable portion of any income, rebate, allowance, or other credit relating to any allowable cost and received by or accruing to the contractor shall be credited to the Government either as a cost reduction or by cash refund. WSDOT Adjustments: 20 PPP forgiveness credit per ($905,469) 48 CFR 31.201-5: Direct FAR Labor $141,920 Indirect Labor $763,549 Total credit to the ICR for the forgiven loan $905,469 *The firm received forgiveness of $1, 827, 660 in loans from the Paycheck Protection Program. Of the forgiven amount, $922,191 was determined to be unallocable to government contracts per 48 CFR 31.201-4. 3 of 3 Packet Pg. 296 2.3.a Exhibit E Sub -consultant Cost Computation; If no sub -consultant participation listed at this time. 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 this AGREEMENT. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 297 Exhibit E-1 Page 1 of 5 u v L a R* P4' ■■ W LO UZ N a ZUQ E Q Q J� J°z w> Q�> 7 3 00 m N o - D Ln E O r, w N L o VI N VI U N z u O z u .o v 'o o- a oor Ln o 66 n w M a p O L m O l0 V1 oc to c-I m N I� C o O (0 N V 0 O ~ ~ O r C M co O m N '6 O Q u Q d Ou� N c D O — oo Q" Ln .� o o oo m ti M o O "n L u m a o o m M o N D m O O L ciu F N O n Qm Q u o O N � m m m m O p m Omi ¢ eri o O io o, a ry o N o O o oo 0 via ID o Z a� N ycl �g T c o0 o 0 O o o n a n c o O o ry ry o u m O O oo d N V1 I� Ui O- T OOi M a �n N m v O Ln 8 u .r M E � N � v m m u L O a v m � M 3 w T O i L h m � �n n co � L a L a O O O O O O ti O O ti p W Y � V ai > V o z u 0 Q C U T L L 7 v c`a F l7 N J p Z M 3 0 Y WM m C m e M m u Inoo L of O v). v). v). V) �ovv o O 0_ O E 0 0 V 0 z n LD z O ti ¢ z O� D v a v v 2i 0 V N - N O O N N O O N m CD Ln O e N W O v� an an L? o ID O V1 N O VM c Q I N J u u H � G^ O v�v O- u L.. v � U p i u T 0 6 fu v U 5^ u vO w c w t * u in 0 u Z r- m 0 H a+ m i+ C O u Packet Pg. 298 Exhibit E-1 Page 2 of 5 .■ W UZ N a ZUa i Qa� J0Z JwwrnnW Q L1 > 7 14! o 0 0 0 0 0 0 0 0 0 0 0 0 0 m 00 O O O O O O O O O O 0 0 00 in w Cl O lD Il M a O w N w O O N I, M tD V) W ei 00 O ti N enr% N O ID N s 'r O ID e-I w VT V) VT V) VT V) VT V) VT V) VT V) VT V) VT V) VT V) VT V} 0 O a a a 2 O H to N N C - O M O tG E J M M QO u Q VI VF N N D_ ID rn M M ID ID O V O 00 V N ID c-I O ID O 00 ID .--I 00 V 00 M M m 000 u H N v� vF 00 eID-I eID-I V 000 N e�-I ID000 e�-I 00 V 0 M Ln L '0 Nu a) u} ti v* O O p M p Q U V? V} 0 � V O ID ci V O ID ci ID V m M O O 0) M p m rn Q M U .ti VT VN L a W 0 a 00 0 a w D g O 00 00 D_ a V� v} v o 0 a 0 a 0 00 00 > v °p aCf a O M VT VN O 0 00 O O O OJ m O C U} V} N N N 0 _a T LD M u > C i m Ln a U, V? N 3 u o u t c c K T Li a m g In p to to m a @ a a g a `o L a E U A £ C v (7 ao uwi ao a U c Cu m C 00 C bO CO C 00 C -C of W in 9 C -o C C u > y v u a a 'o C O C u > 01 v U a a a U O m m O M` O m 5 O M` O m p 2 N. C_ U T t 7 d T u T 01 7 d ? WL E OJ Y i OJ Y 3 Q L— 1 J-@ p w— 3 3 V1 In iz 0 7 V M Lz O V1 IM!1 � � i � i NM N IV a c-I N M V Lq V c-I N M V Lq s' rl e-I ei e-I c-1 e-I N N N N N Ln lA N t M M en m m L M M M M M M M O O O O O O O C VT O ti V} VT V? O ti VT O w s' N u o 0 3 a, v O Z u O Q C O U J > N 01 � u w -it- -it- w H l7 H J � z m m 3 O Y WM M CO C V 00 O V} V? Vt V? Ln N O 7 L 0 v a E o p w Ou U 0 Z Z Cn Q O z O co W m OJ 6 `m � M CO C W l�D N lq o6 OLn M Ln So Ln ci W O tD c-I VT V? V} n V? VT o ID O O 111 N m a i � N p m V v 0 d u v bo 01 ` � u U z O > c u O C z 11 Packet Pg. 299 1 Exhibit E-1 Page 3 of 5 W 19 Z U N a IL Z Ll Q Q C� J(Z ° J> Q�> 7 n O O O Vf o6 N l6 O O Ln Ln 31 LD V .--i N C oc O O J LT L} V} VT V} y/} i/} t/} Li V 7 mr mr 0 F- W O O C M N M M 6 O r a u a LT N O O D_ Ln O ID ID M a V} V} M s m a)Ln H V} V? O O O ~ O Ln c lD V O O o m U 0 0 N Q M U V? V? v O v O N Ln I� 0 u ? a0 N U N V LnL 00 a� C. O O 00 0g o a v 01 M C. n Ln bD O m n V/ O C: N m N C O Ln Ll O V1 ELn Ln N LO chi I� W CL .0 a) O1 00 a s O c V V Y a N Ln N lun (..1 Y -a E N C C (6 7 z U 7 z u T O c y CC o ° a v vO a ~ o V) O u Ln O c o v N O E =o v 7 6 V C d V O U N r y O U O ti X N b a U 6 0 0 � � L O a '+ o > O N -O u 7 L (V G Ln Ln Ln Ln Ln 0 Y N W v O U z _ v C c O o J v a 10 Q O U u = O O m v H 0 c6 J � Z In 3 O O O Q W Ln C) m n n U m t�i M G O n n n Ln O N v N lO O_ O 5 L O Q O E O W � U_ O > z o lD J Z a O O z F- co Ln v un � v m v = m I' QO O N tO N O O� oc N l0 kD W Ln Ln c N a v 0 H V 0 U Packet Pg. 300 Exhibit E-1 Page 4 of 5 M N N I, I- 00 00 Ql M Ql N I, lO lD m lfl i W 'V1 — F- m Ol m O m rn r-I I, O ri m r1 m M m lD c-I ci CO Z V)- r1 ri N i--I r-I r-I r-I c-I u 0 a N;3- M0iU-0-}I NQcmcvLOLL^�-Jl}I flI V�ZQlD} Vv�LLLrrrU-?}IlI OQJU vNMrMOjQCLi } C Srl Li� QrLU Packet Pg. 301 Exhibit E-1 Page 5 of 5 Aft Washington State VV Department of Transportation July 22, 2022 1 Alliance Geomatics, LLC 1261 A 120th Avenue NE Bellevue, WA 98005 Subject: Acceptance FYE 2021 ICR — CPA Report Dear Michael Paradis: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Linderson Way SW Tumwater, WA 98501-6504 M:1-800-833-6388 www.wsdot.wa,gov We have accepted your firms FYE 2021 Indirect Cost Rate (ICR) of 149.56% of direct labor (rate includes 0.36% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by Clifton Larson Allen, 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 consultantrates(&wsdot.wa.zov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Exhibit B Packet Pg. 302 Exhibit E-2 Page 1 of 3 N d 0 cn C7 C �L d a cm C W L O d fd E N W d d U- L cm 0 � � N im = M W r � O _ u t = w U o coo o co rn v r 2 I� M N Ln M LO r C1 N4 N O M 6e, 63 6e, 6o� Q!3 63 U!3 63 U!3 63 U!3 63 6r3 63 6r3 ER It O LO co � LO (O "t Lr Ih M L (O CO LO CN7 J U N Q EA ua 6G (A EA (A EA (A EA 69 Efl I (f3 I 6G (f3 I Ufl I ERT 0 0 N N N tU a x w N N ~ co o Z M C O O O = M M O O -O T O O 0 m CO o C O Y N T CO co N O N w c 00 (p n (n c N Q Wco O N C O (0 N O O L LO W O N .� Z O CO (O N n Q L jLO m v3 O 0 O N W N .� O� V t Cl)0 Cl)N C w X N es c _ A .N O O Cco C C C O) 7 C N O N N N N Q a Q Q Q Q = c O a °o U D 7) D D L Q U c o L C L C L C L C U C O y c m FLc m EL m FL m FL m d V O `21 O U i >' i >' i >' i =' (n >4 v) 0 = > > > > j > o j c 0 j c 0 j c 0 c o c U c U c U c U 'p U 7 Z) U)0 U_ U_ U_ U_ ' U_ LO 0 0 0 -- r (A N co LO ^ (O ^ I-- e -�C S' -C t (6 m co co co co co a1 O N N O (O 69 CO co ul> U c S� M 4) m x to m W — U) O 0 N O J O J N w ~ O LL H 05 � ON H N co �2 M Packet Pg. 303 Exhibit E-2 Page 2 of 3 Actuals Not To Exceed Table (ANTE) Agreement No. LA-10225 Concord Engineering Inc. 400 112th Ave NE ,Suite 205 Bellevue WA 98004 Job Classifications Direct Labor Hourly Billing Rate NTE Overhead NTE * Fixed Fee NTE All Inclusive Hourly Billing Rate NTE 132.72% 33.20% Project Manager 6 $87.00 $115.47 $28.88 $231.35 Project Manager 5 $85.00 $112.81 $28.22 $226.03 Project Manager 3 $75.00 $99.54 $24.90 $199.44 Project Manager 1 $64.00 $84.94 $21.25 $170.19 Senior Engineer 6 $87.00 $115.47 $28.88 $231.35 Senior Engineer 5 $85.00 $112.81 $28.22 $226.03 Senior Engineer 3 $75.00 $99.54 $24.90 $199.44 Senior Engineer 1 $64.00 $84.94 $21.25 $170.19 Associate Engineer 5 $60.00 $79.631 $19.92 $159.55 Associate Engineer 3 $54.00 $71.67 $17.93 $143.60 Associate Engineer 2 $52.00 $69.01 $17.26 $138.28 Associate Engineer 1 $47.00 $62.38 $15.60 $124.98 Assistant Engineer 4 $46.00 $61.05 $15.27 $122.32 Assistant Engineer 3 $42.00 $55.74 $13.94 $111.69 Assistant Engineer 2 $39.50 $52.42 $13.11 $105.04 Assistant Engineer 1 $37.00 $49.11 $12.28 $98.39 Construction Manager 1 $39.00 $51.76 $12.95 $103.71 Engineering Intern 2 $35.00 $46.45 $11.62 $93.07 Project Accountant 3 $34.00 $45.12 $11.29 $90.41 Project Coordinator 3 $33.00 $43.80 $10.96 $87.75 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $0.001 1 $0.00 Packet Pg. 304 Exhibit E-2 Page 3 of 3 Aalk Washington State V, Department of Transportation May 5, 2022 Concord Engineering, Inc. 1109 1" Avenue, Suite 212 Seattle, WA 98101 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov Subject: Acceptance FYE 2021 ICR — Risk Assessment Review Dear Xiaoping Zhang: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2021 ICR of 132.72% of direct labor. 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) 705-7019 or via email consultantrates(&wsdot.wa.i!ov. Regards; fE IK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 305 Exhibit E-3 Page 1 of 5 Confluence Exhibit E - Sub -consultant Cost Computations City of Edmonds - Highway 99 Gateway Revitalization Stage 4 Project Task 1. Biological Assessment Managing Sr Senior Project Project Editor Total Scientist 2 Accountant Subtask 1.1 Biological Assessment 80 24 8 Subtask 1.2 Stage 4 Critical Areas Study 8 40 40 8 Subtask 1.3 Project Management/Administration 6 6 Total Staff Hours 94 40 64 6 16 Direct Rates $66.42 $61.81 $36.33 $52.501 $49.101 $0.00 Total Direct Salary Cost $6,243 $2,472 $2,325 $315 $786 $0 $12,142 Total Labor Cost $12,142 OH at 129.60% of Direct Labor $15,736 Profit at 33.2% of Direct Labor $4,031 Total $31,908 Direct Costs (Mileage, Reproduction, Shipping, etc.] Mileage 50 x $0.625 $31 Grand Total: $31,939 a Page 1 Packet Pg. 306 Exhibit E-3 Page 2 of 5 Confluence Environmental Company ACTUALS NOT TO EXCEED TABLE City of Edmonds - Highway 99 Gateway Revitalization, Stages 3 and 4 Labor Categories Overhead Fixed Fee/Profit Loaded Labor Rates 129.60% x DSC 33.2% x DSC (Direct + OH + FF) NTE NTE NTE NTE Emnlovee Classification Hourly Hourly Hourly Hourly 2022 Senior Principal Principal Mana ing Senior Senior Scientist Project Scientist III Project Scientist II Project Scientist I Staff Scientist Accounting Admin Editor Research Assistant $99.73 $ 129.24 $ 33.11 $ 262.08 $69.63 $ 90.24 $ 23.12 $ 182.99 $66.42 $ 86.08 $ 22.05 $ 174.55 $62.80 $ 81.39 $ 20.85 $ 165.04 $55.65 $ 72.12 $ 18.48 $ 146.25 $52.50 $ 68.04 $ 17.43 $ 137.97 $47.55 $ 61.63 $ 15.79 $ 124.97 $27.02 $ 35.01 $ 8.97 $ 71.00 $52.50 $ 68.04 $ 17.43 $ 137.97 $40.35 $ 52.29 $ 13.40 $ 106.04 $49.10 $ 63.63 $ 16.30 $ 129.03 $21.63 $ 28.03 $ 7.18 $ 56.84 Packet Pg. 307 Exhibit E-3 Page 3 of 5 Admok Washington State V, Department of Transportation July 5, 2022 Confluence Environmental Company 146 N Canal Street, Suite I I I Seattle, WA 98103 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov Subject: Acceptance FYE 2021 ICR — Audit Office Review Dear Nora Burton: Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your firm's FYE 2021 Indirect Cost Rate (ICR) of 129.60% of direct labor (rate includes 0.01% Facilities Capital Cost of Money). 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) 705-7019 or via email consultantrates(&wsdot.wa.gov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 308 Exhibit E-3 Page 4 of 5 Confluence Environmental Company Indirect Cost Rate Schedule For the Year Ended December 31, 2021 Financial Statement WSDOT Accepted Description Amount CEC Adj. Adj. Ref. Amount % Direct Labor $1,457,145 $1,457,145 100.00% Indirect Costs: Fringe Benefits: PTO & Holiday $287,787 ($3,498) P $284,289 19.51% Payroll Taxes 193,563 193,563 13.28% Health Insurance 203,076 (10,716) B 192,360 13.20% Retirement Match 89,883 89,883 6.17% Gym Membership 3,671 3,671 0.25% Severance 5,000 5,000 0.34% Vacation Payout 3,105 3,105 0.21 % Payroll Tax Adjustment (11,498) E (11,498) -0.79% Total Fringe Benefits $786,084 ($25,712) $0 $760,372 52.18% General Overhead Indirect Labor $406,390 ($4,431) I $401,958 27.59% Bid and Proposal Labor 159,288 159,288 10.93% Payroll Variance (92,813) (92,813) -6.37% Incentive Bonus 448,945 (145,872) N 303,073 20.80% Rent 219,299 219,299 15.05% Travel/Automobile 1,287 (54) C, D 1,234 0.08% Insurance 36,824 (2,846) H, M 33,978 2.33% Telecommunications 22,449 22,449 1.54% Office Supplies & Equipment 27,779 27,779 1.91% Reproduction 5,593 5,593 0.38% Postage & Delivery 305 305 0.02% Computer Repairs & Support 53,246 53,246 3.65% Field Equipment (non -billable) 4,929 (2,388) M 2,541 0.17% Taxes & Licenses 103,542 103,542 7.11% Depreciation & Amortization 17,876 (950) M 16,926 1.16% Payroll Service Fee 3,549 3,549 0.24% Dues & Subscriptions 4,316 4,316 0.30% Employee Train/Recruit/Moving 1,554 1,554 0.11% Professional Fees 15,033 (2,580) G 12,453 0.85% Charitable Giving 6,750 (6,750) K 0 0.00% Interest Expense/Bank Fees/Finance Charges 1,275 (1,275) L 0 0.00% Marketing & Advertising 7,569 (2,716) I 4,853 0.33% Meals 12,294 (11,187) C,D, J 1,108 0.08% Misc. 9,443 (9,443) D, J 0 0.00% PPP Credit ($158,297) Q (158,297) -10.86% Total General Overhead $1,476,720 ($ 990,491) ($158,297) $1,127,932 77.41% Total Indirect Costs & Overhead $2,262,805 ($216,203) ($158,297) $1,888,305 129.59% Indirect Cost Rate (Less FCCM) 155.29% 140.45% 129.59% Facilities Capital Cost of Money (FCCM) $146 A $146 0.01% $3,719,949 ($216,057) ($158,297) $1,888,451 Indirect Cost Rate (Includes FCCM) 129.60% Confluence Environmental Company - Reviewed & Accepted by T.K. 0613012022 "Indirect Cost Rate still subject to WSDOT Audit" Page 1 of 2 Packet Pg. 309 Exhibit E-3 Page 5 of 5 Confluence Environmental Company Indirect Cost Rate Schedule For the Year Ended December 31, 2021 References Confluence Environmental Company Adjustments: A Imputed cost related to investment in fixed assets/facilities per 48 CFR 31.205-10(a). B Group Term Life Insurance for owners unallowable per 48 CFR 31.205-19. C Lodging, meal, and mileage rates in excess of federal travel regulation unallowable per 48 CFR 31.205-46(a)(2). D Inadequate supporting documentation unallowable per 48 CFR 31.201-2(d) 31.201-3(a) & 31.201-4. E Associated payroll taxes for unallowable labor (marketing/advertising/charitable) per 48 CFR 31.205-38(b)(5). F Not Used G Income tax prep for S-Corp shareholder returns is unallowable per 48 CFR 31.201-4. H Key Man Life Insurance for Owners unallowable per 48 CFR 31.205-19. I Public relations and advertising/ charitable unallowable per 48 CFR 31.205-1. J Entertainment unallowable per 48 CFR 31.205-14. K Contributions unallowable per 48 CFR 31.205-8. L Interest unallowable per 48 CFR 31.205-20. M Field equipment that will be rented to clients in the future is a direct cost and unallowable per 48 CFR 31.202. N Excess executive compensation unallowable per 48 CFR 31.205-6(p) O Not Used P COVID credit payment for sick/childcare, unallowable per 48 CFR 31.201-5 WSDOT Adjustment: Q $158,297 Credit for forgiven PPP loan per 48 CFR 31.201-5 $71,261 Direct Labor subject to FAR $87,036 Indirect Labor $158,297 Total WSDOT PPP Loan Adjustment *Confluence Environmental Company received $327,300 from the Paycheck Protection Program (PPP), and $169,003 was determined not allocable to government projects per 48 CFR 31.201-4 Page 2 of 2 Packet Pg. 310 Exhibit E-4 Page 1 of 3 Ln r 00 N r M 0 Ln r h M Ln r 00 O O 01 �, T M Ln M N M O 00 LD M N r O M M 0 V le MM Ei> NN tiT T.- iA 69- tfi 00 r LO LO Ln 0 11 Ln r r r Q H O H H L O O O r CD r Lt) N r r r LU M M w 2 a U Z _ cli W a OU N oa L V L O my C6 cn Z) _ CO M - , NEf} 6r (0 (0 O N LO LO 0) 1-M m N M 6a O r r ri �60 64 N cM 00) O ai � f- r M M M O Lr) f%- N 0 O r r N Q a) O ti M M M (O N'It r LC) Ln N It (D r 6, r (7) O r O r O N T N 63 6) 6q E» 63 Cl) 60 60 to 6 Qa s ca > _ E r O E 111 s acn i.i a cn WN=~ 0) cn't O N It It O It N 00 O O Z) Cl) V `� O o 0 _ 0 J E 00 N r M LO (O CO LO M LO 0 0 0) Q M 't 't M "t M M' r" h N N O r 69 6a f a U) 6a V) LO Ln r N N U LU 60�1 Ef) ER mi, 6- r r r 60 6F� O0) y � •O En M r r r r r r r aQ O = = 0) � O N d7 O CA CO L(j O O 00 r O N O O O CO r O Cl CO co C � a7 M� M O M M Ln CO M M Ln r N (fl It It M'IT M It It M M MIt 6g6gEf361>69646961>61>61-}ER61) O M O M T Q LL (0 U N t H Q m LL L V) > O �0�U LO Q I I J 0E LL c -�6 J U .in in rn ; 0 LU - cu J 'U •U •U m O U D M m Ln Q n n I U) n U M U) c) U) L U) 0) 0)0) I tm c .� 3 I L (B C C c .0 'Q co c M M '7 +r U O Q 03 O � 0) (� .LJ 03 (6 � c c c c C M c 0 0) M.o .o o o a .o o :-- COL a u) L) u) •E 0 L O O O O O O U O U O 3 U U a a a a a m E m m H -0 -M c c c c c U) c E c cn Y U) cC J E M M M E o M M o o U H H H U U F Q H (7) M Ln U M u C O .0 7 U) C w C.1 � O Q Q. Packet Pg. 311 Exhibit E Page 2 0 2.3.a Actuals Not To Exceed Table (ANTE) WSDOT Agreement: Historical Research Associates, Inc. 1904 Third Ave Ste 240 Seattle, WA 98101 Job Classifications Direct Labor Hourly Billing Rate NTE ADMINISTRATIVE ASSISTANT 3 $27.94 ADMINISTRATIVE ASSISTANT 5 $34.15 COMMUNICATIONS CONSULTANT 3 $34.61 CONTRACTS SPECIALIST 3 $29.25 IT SPECIALIST 3 $46.74 TRANSPORTATION ENGINEER 2 $43.05 TRANSPORTATION PLANNING SPECIALIST 1 $32.29 TRANSPORTATION PLANNING SPECIALIST 3 $38.26 TRANSPORTATION PLANNING SPECIALIST 5 $61.20 Exhibit C Packet Pg. 312 Exhibit E-4 Page 3 of 3 Aalk Washington State V, Department of Transportation July 7, 2022 Historical Research Associates, Inc. 125 Bank Street, 5t" Floor Missoula, MT 59802 Subject: Acceptance FYE 2021 ICR — Cognizant Review Dear Reidun Nielsen: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov We have accepted your firms FYE 2021 Indirect Cost Rate (ICR) of 106.18% of direct labor based on the "Cognizant Review" from the Montana Department of Transportation. 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) 705-7019 or via email consultantrates(&wsdot.wa.gov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 313 Exhibit E-5 Page 1 of 6 Subconsultant Fee Determination HWA GeoSciences Client: City of Edmonds Project: Highway 99 Gateway -Revitalization, Stage 4 Subconsultant Fee Determination DIRECT SALARY COST Classification Hours Direct Hourly Rate Amount Principal IX 3 $88.00 $264 Geotechnical Engr. VIII 22 $81.00 $1,782 Geotechnical Engr. VII 35 $73.00 $2,555 Geologist VI 18 $47.00 $846 Geotechnical Engr. V 0 $54.00 $0 Geotechnical Engr. 1 176 $36.25 $6,380 Geologist 11 44 $36.00 $1,584 Geologist II 44 $34.00 $1,496 Geologist 1 6 $27.50 $165 Admin Support 4 $30.00 $120 Contracts Admin 9 $41.00 $369 CAD 18 $31.00 $558 379 Direct Salary Cost: $16,119 OVERHEAD 208.31% Direct Salary Cost: $16,119 Overhead Cost: $33,577 FIXED FEE 33.20% Direct Salary Cost: $16,119 Fixed Fee Cost: $5,352 TOTAL SALARY COST Total Salary Cost $55,048 REIMBURSABLES Other Expenses Signal Poles $20,338 Other Expenses Stormwater Assessment $18,520 Other Costs HazMat $850 Expenses Subtotal: $39,708 Total Estimated Budget: $94,756 Packet Pg. 314 Exhibit E-5 Page 2 of 6 94 fA fA fA 69 69 69 � 69 � 69 fA fA fA � 69 � 69 fA � 69 fA 69 fA � d A U O o � C d P7 v, C N � a � o N ' ti O N O v WF ai W3� W w � o � o i s � O C s � s O U FC 00 Ci pF O � � O O •dqq �` m C o m o Hw AQw > � •o � .. q- chi K' = G W C7 O � '> a o ,° ffi .� � O � O �$ o3�m� �awUUwxw�?�a.a.U�w�wDw�aa.'� wa Packet Pg. 315 Exhibit E-5 Page 3 of 6 x V N ^� D\ 69 m � 69 6m9 69 6N9 69 6�9 6�9 bM9 O ti rr O � � U O M N o0 7 �O O o � C7 � y ti O O jq bs V U _ C7 W � � O 'C P. o 0 o � � z U z A 9 N 9 �O o caw �d�pa p a�Ca� � � U y y Qom' � • • �i'�i � c�C y y O �¢xxx�a"a"a"a"a Packet Pg. 316 Exhibit E-5 Page 4 of 6 HWA GEOSCIENCES INC. MAX TITLE BILLING RATE Administrative Support $30.00 CAD $38.00 Contracts Administrator $41.00 Geologist 1 $28.00 Geologist 11 $34.00 Geologist 111 $41.00 Geologist IV $44.00 Geologist V $45.50 Geologist VI $48.50 Geologist VII $63.75 Geologist VIII $76.00 Geotechnical Engineer 1 $36.75 Geotechnical Engineer 11 $40.00 Geotechnical Engineer 111 $45.00 Geotechnical Engineer IV $52.50 Geotechnical Engineer V $58.75 Geotechnical Engineer VI $70.00 Geotechnical Engineer VII $78.00 Geotechnical Engineer VIII $81.00 Hydrogeologist VI $45.00 Lab/Field Technician 1 $22.00 Lab/Field Technician 11 $27.00 Lab/Field Technician 111 $32.75 Lab/Field Technician IV $38.00 Lab/Field Technician V $42.00 Principal IX $97.50 Packet Pg. 317 Exhibit E-5 Page 5 of 6 Admok Washington State V, Department of Transportation July 22, 2022 HWA GeoSciences, Inc. 21312 301h Drive SE, Suite 110 Bothell, WA 98021 Subject: Acceptance FYE 2021 ICR — CPA Report Dear Vasiliy Babko: Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-6504 TTY:1-800-833-5388 www.wsdot.wa.gov We have accepted your firms FYE 2021 Indirect Cost Rate (ICR) of 208.31% of direct labor (rate includes 0.22% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by Thomas W Maxwell 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) 705-7019 or via email consultantrates(&wsdot.wa.gov. Regards; �r ERIK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 318 Exhibit E-5 Page 6 of 6 HWA GEOSCIENCES, INC. STATEMENT OF DIRECT LABOR, FRINGE BENEFITS, AND GENERAL OVERHEAD FOR THE YEAR ENDED DECEMBER 31, 2021 GL Account Unallowable Total % of Direct Description Balance Costs FAR Ref Proposed Labor Direct Labor $ 1,797,812 $ $ 1,797,812 Fringe Benefits: Bonuses PTO 401 k Employee group insurance Workers' comp Payroll taxes Other employee benefits Total Fringe Benefits General Overhead: Indirect labor Bid and proposals Automobile expense Advertising and marketing Bank service charges Contributions Computer and software expenses Depreciation and amortization Dues and subscriptions Insurance Interest Maintenance and repairs Meals and entertainment Office supplies and postage Printing Professional fees Seminars and professional education Supplies Rent and utilities Taxes and licenses Telecommunications Travel Recovery Total General Overhead Total Fringe Benefits and General Overhead Facilities Capital Cost of Money (FCCM) $ 154,950 $ $ 154,950 370,876 370,876 194,033 194,033 268,211 268,211 9,699 9,699 266,500 (2,894) (1) 263,606 o Q'71 0 Q7z $ 1,271,248 70.71% $ 1,127,480 $ (37,821) (2)(3) $ 1,089,659 90,168 90,168 21,344 21,344 16,865 (16,865) (3) - 2,500 2,500 3,159 (3,159) (4) - 137,965 137,965 93,781 93,781 5,712 5,712 242,935 - 242,935 366 (366) (5)(6) - 10,945 - 10,945 1,025 - 1,025 23,476 (150) (7) 23,326 28,076 - 28,076 72,970 - 72,970 22,464 (650) (3) 21,814 63,443 - 63,443 401,126 - 401,126 98,584 28,333 (6)(8)(9) 126,917 61,970 - 61,970 3,089 3,089 (28.909) - (29 909) $ 3,774,676 $ (33,572) See notes to the indirect cost statement. $ 2,469,856 137.38% $ 3,741,104 208.09% $ 3,899 0.22% Packet Pg. 319 Exhibit E-6 Page 1 of 3 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O � Y r-I {/?h i 1/? - ih - 1/? V } i/f r-I 40. 0 H u O O O tr} O O O th al Q H O O O Z m 'u O l�0 O u :F a/ LA cm l0 Ln Q !a 11 L t/} t/} H o m a o O O O Cc C Ln n N O0 a ci to L O O F- O M Q � � v v T n3 •� T i i i O T Q ru Q Q O 0 O Q Ccc ccm = Q Z; F Q v � Fu — mu N o c o Q� t Q°1 .°A °U' u aN�o U u L 41 o Z. Z Z 0 .X Y -i N M� Lnw N ao H f0 H 00 N O M I- ci lO re)Oi Ln N Ln ci O O O O O O �7� Ra M O O O O O O Ln Ln c 00 Q1 V V O V N 00 O Cl Ql Ql � � m c � f6 m v u o u N ° � u L u � �r-O J0nOX u L6 r LL ar a=.. O amul E E E 10- 12 Packet Pg. 320 Date 10/20/22 Exhibit E-6 Page 2 of 3 Company Name: Michael Minor & Associates, Inc. Address: 4923 SE 36th Avenue City/ State/ Zip Portland, OR 97202 Subject: Proposed Hourly Rate Statement Attention: Manager, Consultant Services Office Proposed Proposed ICR® Fixed Fee 0.7949 0.3320 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® NTE Rate Cost Rate Principal $75.00 $59.62 $24.90 $159.52 Noise/Air Analyst $35.00 $27.82 $11.62 $74.44 Respectfully, Signature Title Principal, President Add Row Delete Row Packet Pg. 321 Exhibit E-6 Page 3 of 3 Aalk Washington State V, Department of Transportation June 23, 2022 Michael Minor & Associates, Inc. 4923 SE 261h Avenue Portland, OR 97202 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov Subject: Acceptance FYE 2021 ICR — Audit Office Review Dear Michael Minor: Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your firm's FYE 2021 Indirect Cost Rate (ICR) of 79.49% of direct labor. 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) 705-7019 or via email consultantrates(a)wsdot.wa.2ov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Packet Pg. 322 Exhibit E-7 Page 1 of 4 Fee Summary City of Edmonds: Hwy 99 Stage 4 Estimate for: Osborn Consulting, Inc. DIRECT SALARY COSTS: Title Senior Project Manager / QC Senior Engineer I Project Engineer Engineer III Senior Civil Designer Civil Tech II Technical Editor Senior Project Accountant Estimated Hours 761 $ 1362 $ 929 $ 1431 $ 81 $ 326 $ 26 $ 65 $ DIRECT NON -SALARY COSTS: a. Travel & Per Diem $ 740 b. Reproduction Expenses $ - c. Other $ - Date: 10/18/2022 Raw Rates Estimated Cost 70.00 $ 53,270 64.00 $ 87,168 59.00 $ 54,811 39.00 $ 55,809 56.00 $ 4,536 37.50 $ 12,225 49.00 $ 1,274 60.75 $ 3,949 Total of Direct Salary Costs: $ 273,042 Overhead at 166.37%: $ 454,260 Direct Salary Costs Plus Overhead: $ 727,301 Fee at 33.2%: $ 90,650 Total Labor Budget: $ 817,951 Total of Direct Non -Salary Costs $ 740 GRAND TOTAL $ 818,691 Packet Pg. 323 Exhibit E-7 Page 2 of 4 V) M f0 V OJ Ifi O) (O b at N T d d A O W O) 7 M N m A N IL '6 f01 O) N N CO l0 L N N fA N f9 fA to fA N M Y) M M N r m C m a` e ' in In in o ld o `o d o eo co lm w d w ¢ N � w H n M fW ,Y L d '� F M O 1Nll M d) m In M M N L � G L 'A 3 m fO p OD M M O N O O N O O N OJ M L V � o fA m N � ^� Y M W L = eo N w OW `u m c of C W U N r lc r c Ol ONE O emi l0 V O N N ti N O M 00 m n� N V _ N O N O m V � N t0 I� rl 0 0 N N�� O � O M m O o` y � m c N C W O C N w M O1 - N M W M O N N V O n M N N "y N .+ 1� M N IlM'1 M W W � N tp N N N N O N V N O M O O O N M n W F» cs �1 G O1 N d (J O O a` `m '� o n o ao m �0 00 co rn rn rn o co 'C C m � N rn w <» e» d d d o ai 2 w K E :d. D ate+ j IC r c d " t o m V cOi m p N a 3 p oc `o c 0 `o to o v - a £ 2 d W .2 .2 .2 t t t o c p u u u u CL s W y £ £ E n d a d a u vl vl vl vl -a rvN oo-oN�d 3 '� mdddN pcY wOtD wVll1 'm gy�Nm, E £O On -O£ .O to ,O� p p p� d V o V V 9 e, O �E m a O COO OOwl W ¢ �= To Y H Y s s s s s s s s s s s s s s s ly m ¢ d O o Yy m V VI n .N-i d .Ni d .Ni d ti .N-i d d ti .N-i d d a.-°° d 06 .06 d d 06 o.-°° d d d d d d d q rarrr 4) Im Cl) V r V O L a c O m N m N� I.L 3 2 4- 0 N d in L Q. O C W O C d d tm a O C O m L a r O y d u d lv a C V a E V m a Packet Pg. 324 Exhibit E-7 Page 3 of 4 Actuals Not To Exceed Table (ANTE) City of Edmonds: Hwy 99 Stages 3-4 Osborn Consulting, Inc. 1800 112th Avenue NE, Suite 220E Bellevue, WA 98004 Job Classifications Direct Labor Rate NTE Overhead NTE Profit Percent NTE All Inclusive Hourly Biling Rate NTE 166.37% 33.20% Principal $90.00 $149.73 $29.88 $269.61 Senior Engineer II $77.25 $128.52 $25.65 $231.42 Senior Project Manager / QC $70.00 $116.46 $23.24 $209.70 Senior Engineer 1 $64.00 $106.48 $21.25 $191.72 Senior Landscape Architect $62.00 $103.15 $20.58 $185.73 Senior Project Accountant $60.75 $101.07 $20.17 $181.99 Project Engineer $59.00 $98.16 $19.59 $176.7S Civil Tech Manager $57.00 $94.83 $18.92 $170.75 Senior Civil Designer $S6.00 $93.17 $18.S9 $167.76 Engineer IV $54.00 $89.84 $17.93 $161.77 Project Landscape Architect II $S0.00 $83.19 $16.60 $149.79 Technical Editor $49.00 $81.52 $80.69 $16.27 $146.79 Contracts Administrator $48.S0 $16.10 $145.29 Project Landscape Architect 1 $42.00 $69.88 $64.88 $13.94 $125.82 Engineer 111 $39.00 $12.95 $116.83 Engineer 11 $37.50 $62.39 $12.45 $112.34 Civil Tech II $37.S0 $62.39 $12.45 $112.34 Engineering Tech 11 $35.00 $58.23 $11.62 $104.85 Project Accountant $34.00 $56.S7 $11.29 $101.85 Administration $34.00 $56.57 $11.29 $101.85 Engineer 1 $32.00 $53.24 $10.62 $95.86 Landscape Designer $32.00 $53.24 $10.62 $95.86 Civil Tech 1 $30.00 $49.91 $9.96 $89.87 Engineering Tech 1 $30.00 $49.91 $9.96 $89.87 Intern Engineer $24.00 $39.93 $7.971 $71,90 As of 6/1/2022 Packet Pg. 325 Exhibit E-7 Page 4 of 4 Washington State V, Department of Transportation July 12, 2022 Osborn Consulting Inc. 1800 1121h Ave NE Ste 220E Bellevue, WA 98004 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov Subject: Acceptance FYE 2021 ICR — Risk Assessment Review Dear Afsoun Mehrabkhani: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review and the economic hardship approved by our WSDOT Audit Office of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2021 ICR of 166.37%. 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) 705-7019 or via email consultantratesAwsdot.wa.2ov. Regards; Jul 13, 2022 ERIK K. JONSON Contract Services Manager EKJ:mya Packet Pg. 326 Exhibit B-8 Page 1 of 4 Subconsultant: RES Group NW Client: City of Edmonds Project: Highway 99 Gateway -Revitalization, Stage 4 Subconsultant Fee Determination DIRECT SALARY COST Classification Senior Acquisition/Relocation Agent Total Direct Labor Hours & Cost OVERHEAD Overhead Rate: FIXED FEE Fixed Fee Rate: TOTAL SALARY COST REIMBURSABLE EXPENSES Exhibit E-8 Subconsultant Fee Determination Summary Hours 54 54 76.09 33.20% Direct Hourly Rate $68.01 Direct Salary Cost: $3,673 Direct Salary Cost: $3,673 Amount $3,673 Total Direct Salary Cost $3,673 Overhead Cost $2,794 Fixed Fee Cost $1,219 Total Salary Cost $7,686 Mileage and Postage lump sum $200.000 $200 Expenses Subtotal: $200 Total Estimated Budget: $7,886 10/21/2022 Packet Pg. 327 Exhibit B-8 Page 2 of 4 Subconsultant Labor Hour Estimate Client: City of Edmonds Project: Highway 99 Gateway -Revitalization, Stage 4 Phase & Phase & Task Title Task No. Senior Acquisition/Reloca Total Direct Labor Hours &Cost tion Agent PHASE 78 RIGHT OF WAY ACQISITION Task 01 Right of Way Acquisition 1 Right of Way Acquisition Coordination 14 Project Funding Estimate 40 14 2 40 Subtotal Hours: 54 54 Total Phase Hours: 54 54 Total Phase Direct Labor: $7,686 $7,686 Total Hours All Phases 54 54 Total Direct Labor Estimate All Phases $7,686 $7,686 2 of 2 Packet Pg. 328 Date 10/20/22 Exhibit B-8 Page 3 of 4 Company Name: RES Group NW Address: 624 S Lander Street #201 City/ State/ Zip Seattle, WA 98134 Subject: Proposed Hourly Rate Statement Attention: Manager, Consultant Services Office Proposed Proposed ICR® Fixed Fee 0.7609 0.3320 Below are the highest anticipated hourly billing rates for the identified labor classifications. RES Group NW 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. RES Group NW 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® NTE Rate Cost Rate Senior Acquisition Agent $68.10 $51.82 $22.61 $142.53 Respectfully, Signature Title Sonja Davis, Owner Add Row Delete Row Packet Pg. 329 Exhibit B-8 Page 4 of 4 Admok Washington State V, Department of Transportation August 11, 2022 RES Group NW, LLC 624 S Lander Street #201 Seattle, WA 98134 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Underson Way SW Tumwater, WA 98501-5504 TTY:1-800-833-5388 www.wsdot.wa.gov Subject: Acceptance FYE 2021 ICR — Risk Assessment Review Dear Sonja Davis: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review and the economic hardship approved by our WSDOT Audit Office of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2021 ICR of 76.09%. 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) 705-7019 or via email consultantrates(&wsdot.wa.gov. Regards; Aug 15, 2022 ERIK K. JONSON Contract Services Manager EKJ:mya Packet Pg. 330 2.3.a Exhibit F - Title VI 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.] 3. 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. 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 determine 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. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 331 2.3.a Exhibit F - Title VI 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). LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 332 2.3.a Exhibit G Exhibit G-1(a) Exhibit G-1(b) Exhibit G-2 Exhibit G-3 Exhibit G-4 Certification Document Certification of Consultant Certification of 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 Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 333 2.3.a Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of Shea, Carr & Jewell, Inc (dba SCJ Alliance) whose address is 8730 Tallon Lane NE, Suite 200, Lacey, WA 98516 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 solicit or 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 this AGREEMENT; 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 (ifany); I acknowledge that this certificate is to be furnished to the Clty of Edmonds 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. Shea, Carr & Jewell, Inc Consultant (Firm Name) Signature (Authorized Official of Consultant) Date LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 334 Exhibit G-1(b) Certification of City of Edmonds 2.3.a I hereby certify that I am the: 0 Mayor ❑ Other of the Citv of Edmonds and Shea, Carr & Jewell, Inc. 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. Signature Mike Nelson, City of Edmonds' Mayor Date Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 335 2.3.a Exhibit G-2 Certification Regarding Debarment Suspension and Other Responsibility Matters - Primary Covered Transactions 0 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. Shea, Carr & Jewell, Inc (dba SCJ Alliance) Consultant (Firm Name) Signature (Authorized Official of Consultant) Date LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 336 2.3.a Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying 0 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 cooperativeAGREEMENT. 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. Shea, Carr & Jewell, Inc (dba SCJ Alliance) Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 Packet Pg. 337 2.3.a 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 the City of Edmonds as of October 18, 2022 ** * are accurate, complete, and current 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: Shea, Carr & Jewell, Inc (dba SCJ Alliance) Principal Signature Title Date of Execution *Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project tit] r **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 E contract price was agreed to. v ca a Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 338 2.3.a Exhibit H Liability Insurance Increas( To Be Used Only If Insurance Requirements Are Increased The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations and Insurance of this Agreement is amended to $ The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $ Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution Self-insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $ • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit NOT APPLICABLE Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 339 2.3.a Exhibit 1 Alleged Consultant Design Error Procedure: 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 Numb LA-1 0225 Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 340 2.3.a 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 Numb LA-1 22 Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 341 2.3.a Exhibit J Consultant Claim Procedure! 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. LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 342 2.3.a 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 LA-10225 Local Agency A&E Professional Services Agreement Numb Negotiated Hourly Rate Consultant Agreement Revised 0713012021 1 Packet Pg. 343 OkEDn�o ---- Inc. 1 S90 Council Meeting Professional Services Agreement for Design / ROW phase Hwy 99 Revitalization (Stage 4 from 224t" St. SW to 2201" St. SW) October 25th1 2022 2.3.b It L IL - C -` a N C N - E t u r Q C E t V m r+ Q Packet Pg. 345 I 2.3.b I r a Packet Pg. 346 Highway 99 Stage 4 2241h St SW to 2201h St SW Proposed Section at Full Median Right -of -Way: 114' of 114' we 7 Packet Pg. 347 I 2.3.b I r a Packet Pg. 348 I 2.3.b I r a Packet Pg. 349 I 2.3.b I r a Packet Pg. 350 I 2.3.b I r a Packet Pg. 351