Loading...
HomeMy WebLinkAboutAG-C-435 Project No. C222A Parametrix Inc. Local Agency Consultant/Address/Telephone Parametrix, Inc. Standard Consultant 1019 39th Avenue SE, Suite 100 Agreement Puyallup, WA 98374 ®Architectural/Engineering Agreement ❑ Personal Services Agreement 253-604-6600 Agreement Number C222A Project Title And Work Description Federal Aid Number South 277th Street Corridor Capacity and Non- STpUL —//(o O 604 2- ) Motorized Trail Improvements Agreement Type(Choose one) Provide design improvements including roadway, separated trail, street lighting, storm drainage, ❑ Lump Sum streetscaping,an Intelligent Transportation System, Lump Sum Amount $ and safety; environmental permitting; and property • Cost Plus Fixed Fee acquisition services. Overhead Progress Payment Rate 194.7 % Overhead Cost Method DBE Participation ❑ Yes ® No ok ❑ Actual Cost Federal ID Number or Social Security Number ❑ Actual Cost Not To Exceed % 91-0914810 ® Fixed Overhead Rate 194.7 % Do you require a 1099 for IRS? Completion Date Fixed Fee $ 94,474.65 ❑ Yes Z No June 30, 2015 ❑ Specific Rates Of Pay Total Amount Authorized $ 1,176,369.05 ❑ Negotiated Hourly Rate Management Reserve Fund $ 73,630 95 ❑ Provisional Hourly Rate ❑ Cost Per Unit of Work 1 Maximum Amount Payable $ 1,250,000.00 Index of Exhibits (Check all that apply): ® Exhibit A-1 Scope of Work ❑ Exhibit G-2 Fee-Sub Specific Rates ❑ Exhibit A-2 Task Order Agreement Z Exhibit G-3 Sub Overhead Cost ❑Exhibit B-1 DBE Utilization Certification ® Exhibit H Title VI Assurances ® Exhibit C Electronic Exchange of Data ® Exhibit I Payment Upon Termination of Agreement ❑ Exhibit D-1 Payment- Lump Sum Z Exhibit J Alleged Consultant Design Error Procedures ® Exhibit D-2 Payment-Cost Plus ® Exhibit K Consultant Claim Procedures ❑ Exhibit D-3 Payment- Hourly Rate ❑ Exhibit L Liability Insurance Increase ❑ Exhibit D-4 Payment- Provisional ® Exhibit M-la Consultant Certification ® Exhibit E-1 Fee-Lump/Fixed/Unit ® Exhibit M-lb Agency Official Certification ❑ Exhibit E-2 Fee - Specific Rates ® Exhibit M-2 Certification - Primary ® Exhibit F Overhead Cost Z Exhibit M-3 Lobbying Certification ® Exhibit G Subcontracted Work ® Exhibit M-4 Pricing Data Certification ® Exhibit G-1 Subconsultant Fee ❑ App. 31.910 Supplemental Signature Page THIS AGREEMENT, made and entered into this 1C1101-- day of September , 2013 , between the Local Agency of City of Auburn , Washington,hereinafter called the"AGENCY" , and the above organization hereinafter called the"CONSULTANT". DOT Form 140-089 EF Page 1 of 8 Revised 3/2008 WITNESSETH THAT: WHEREAS,the AGENCY desires to accomplish the above referenced project, and WHEREAS,the AGENCY 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 for the PROJECT; and WHEREAS,the CONSULTANT represents that he/she is in compliance 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 work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit"A" attached hereto and by this reference made a part of this AGREEMENT. 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 Federal, State, 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 work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT,and each SUBCONSULTANT, shall not discriminate on the basis of race, color,national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts.Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises(DBE), if required,per 49 CFR Part 26,or participation of Minority Business Enterprises(MBE), and Women Business Enterprises(WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE firms are utilized,the amounts authorized to each firm and their certification number will be shown on Exhibit"B"attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF)regulation outlined in the AGENCY'S"DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. 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." 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 this PROJECT, 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 PROJECT, shall be without liability or legal exposure to the CONSULTANT. Page 2 of 8 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 be completed by the date shown in the heading of this AGREEMENT under 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 or 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. V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit"D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor,materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager. VI Sub-Contracting The AGENCY permits sub-contracts for those items of work as shown in Exhibit"G"attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub-consultant work shall be based on the cost factors shown on Exhibit"G." The work of the sub-consultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor,overhead, direct non-salary costs and fixed fee costs for the sub-consultant shall be substantiated in the same manner as outlined in Section V. All sub-contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub-consultant payment,the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub-contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY.No permission for sub-contracting shall create,between the AGENCY and sub- contractor,any contract or any other relationship. A DBE certified sub-consultant is required to perform a minimum amount of their sub-contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person,other than a bona fide employee working solely for the CONSULTANT,to solicit or secure this contract, and that it has not paid or agreed to pay any company or person,other than a bona fide employee working solely for the CONSULTANT,any fee, commission,percentage,brokerage fee,gift, or any other consideration,contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant,the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion,to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission,percentage,brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged,and any and all claims made by a Page 3 of 8 third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full-or part-time basis,or other basis,during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract,in the employ of the United States Department of Transportation,or the STATE, or the AGENCY,except regularly retired employees,without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract,the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d-4a) Federal-aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100-259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964,the CONSULTANT is bound by the provisions of Exhibit"H" attached hereto and by this reference made part of this AGREEMENT,and shall include the attached Exhibit"H" 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 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 as shown in Exhibit"I"for the type of AGREEMENT used. No payment shall be made for any work 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 herein above,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. Page 4 of 8 In such an event,the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination,the amount of work originally required which was satisfactorily completed to date of termination,whether that work 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 work required and the time which may be required to do so,and other factors which affect the value to the AGENCY of the work 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 above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default 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. In the event of the death of any member,partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership,termination of the corporation, or disaffiliation of the principally involved employee,the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT,with the AGENCY'S concurrence,desire to terminate this AGREEMENT,payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work 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 work 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 complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY,without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work 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 XIV. XI Disputes Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination 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 de novo 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",and disputes concerning claims will be conducted under the procedures found in Exhibit"K". XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT,the parties hereto agree that any such 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 to such action shall 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. Page 5 of 8 XIII Legal Relations The CONSULTANT shall comply with all Federal, State,and local laws and ordinances applicable to the work to be done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT;provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or the STATE,their agents,officers and employees; and provided further that if the claims or suits are caused by or result from the concurrent negligence of(a)the CONSULTANT'S agents or employees, and(b)the AGENCY or the STATE,their agents,officers and employees,this indemnity provision with respect to(1)claims or suits based upon such negligence(2)the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against 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. Unless otherwise specified in the 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 the AGREEMENT,or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars($2,000,000)for bodily injury, including death and property damage. The per occurrence amount shall not exceed one million dollars($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT,the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the 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 the AGENCY. 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 shall be limited to the amount payable under this AGREEMENT or one million($1,000,000)dollars, whichever is the greater,unless modified by Exhibit"L". In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page 6 of 8 The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIV Extra Work A. The AGENCY may at any time,by written order,make changes within the general scope of the 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 work under this AGREEMENT,whether or not changed by the order,or otherwise affects any other terms and conditions of the 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 the 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 the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the 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. XV Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans,estimates, or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit"M-1(a and b)"are the Certifications of the CONSULTANT and the AGENCY, Exhibit"M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters-Primary Covered Transactions, Exhibit"M-3"Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit"M-4" Certificate of Current Cost or Pricing Data. Exhibit"M-3" is required only in AGREEMENTS over$100,000 and Exhibit"M-4" is required only in AGREEMENTS over$500,000. XVIII 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 an amendment to this AGREEMENT. XIX 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 agreements contained in the proposal,and the supporting material submitted by the CONSULTANT,and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. Page 7 of 8 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. By By Consultant Parametrix, Inc. Agency City of Auburn DOT Form 140-089 EF Page 8 of 8 Revised 3/2008 9 Exhibit A-1 Scope of Work City of Auburn Project C222A S 277th Street Corridor Capacity and Non-Motorized Trail Improvements PROJECT OVERVIEW The City of Auburn (CITY) received a grant from the Federal Highway Administration's (FHWA) Surface Transportation Program (STP) to finance the design, environmental permitting, and property acquisition phases of the S 277th Street Corridor Capacity and Non-Motorized Trail Project(Project).The Project components include adding two new eastbound through lanes, one new westbound through lane, a Class I separated non-motorized trail, street lighting improvements, storm drainage and streetscaping improvements, Intelligent Transportation System (ITS) improvements, intersection capacity and safety improvements, and auxiliary turn lanes at Auburn Way North, D Street NE, and I Street NE cross street intersections.The Project length is approximately 3,300 feet. The S 272nd/S 277th corridor is a FAST freight corridor serving centers across the valley from SR-99 in Federal Way, through unincorporated King County, Kent, and Auburn, to SR-18 in Covington. S 277th Street in Auburn is the only remaining two-lane segment on the corridor between SR-99 and SR-18. This causes tremendous congestion, delays, and degradation of safety for the CITY's transportation network and the region. This Project is needed to complete the fmal unimproved segment of roadway on this vital arterial connection. The Project goal is to eliminate this bottleneck and improve an essential connection to Puget Sound urban and industrial centers by improving safety, reducing travel time, expanding reliability,and improving freight movement across the Green River Valley. In addition to the valuable motorized improvements, the Project will complete a separated non-motorized trail connection between the Interurban and Green River Trail systems and connect with the City of Kent's Trail across the Green River. SCOPE OF SERVICES The CITY has selected Parametrix (CONSULTANT) to assist the CITY in designing, environmental permitting, and obtaining right-of-way. This document describes the scope of services to be provided by the CONSULTANT for this phase of the Project and generally includes the following: • Work Element 1 —Project Management • Work Element 2—Preliminary Design(30%) • Work Element 3—Utility Coordination • Work Element 4—Environmental • Work Element 5—Geotechnical Engineering • Work Element 6—Right-of-Way Plans and Legal Descriptions • Work Element 7—Right-of-Way Acquisition • Work Element 8—Plans, Specifications, and Estimates (PS&E) Detailed scope-of-service information, including a description of services, assumptions, and deliverables for each work element and first-tier sub-task, is provided below. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 1 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services button/signal poles and replacement of existing pedestrian signal heads with new LED countdown-type signals and associated wiring modifications. Intelligent Traffic System(ITS) improvements include: • Extension of CITY's fiber network on S 277th Street from Auburn Way North, east to the existing signal at L Street NE, including conduit and junction boxes. • Variable Message Sign (VMS) for westbound S 277th Street traffic between I Street NE and Auburn Way North. • Addition of a pan-tilt-zoom(PTZ) camera at L Street NE. • Restoration of approximately 1,000 feet of floodplain conveyance between the Port of Seattle overflow channel and the existing twin box culverts impacted by widening along the south side of S 277th Street. Restoration and/or relocation of approximately 2,000 linear feet of other existing roadside ditches/streams impacted by widening along the south side of S 277th Street. Approximately 1,200 linear feet of stream may be relocated offsite to a north-south oriented stream on the DEVELOPER's property. The remainder would be relocated to the toe of embankment slope along the south side of the S 277th Street roadway widening. Design of conveyance systems upstream of the relocated stream on the DEVELOPER's site will be provided by the DEVELOPER or by the CONSULTANT through a supplement to the agreement. Upgrade of the existing 18-inch-diameter culvert under S 277th Street(approximately 50 feet west of the existing twin box culverts) to a fish-passable culvert crossing or installation of a new fish-passage culvert along the alignment of the new stream location, as applicable. • Extension of the existing 48-inch-diameter culvert under S 277th Street (approximately 50 feet west of the existing D Street NE intersection) to accommodate widening along the south side of S 277th Street. Extension of and/or modification to the existing twin box culverts to accommodate widening along the south side of S 277th Street and/or to maintain appropriate floodplain connectivity. Wetland mitigation for up to 1/2 acre of wetlands impacted by widening along the south side of S 277th Street. • The following general assumptions apply to the environmental process: • The level of National Environmental Protection Act (NEPA) documentation required by the Federal Highway Administration (FHWA) and Washington State Department of Transportation (WSDOT) will be a Documented Categorical Exclusion (DCE), met by preparing an Environmental Classification Summary(ECS)with supporting documents. The Project will require a biological assessment (BA) with informal consultation to satisfy Endangered Species Act requirements for the Project. • Via the National Historic Preservation Act Section 106 process, no adverse effects will be identified for historic, cultural, or archaeological resources. • The Corps of Engineers (Corps) will issue a Nationwide Permit No. 14 for the Project. No individual permit or alternatives analysis will be required by the Corps. There will not be significant public opposition to the Project, thus only one public meeting is planned. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 3 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services PHASE 1 — DESIGN Work Element 1 — Project Management The CONSULTANT will manage the Project work elements to control costs, maintain schedule, and provide quality products appropriate to the goals and completion of the Project. Tasks include the following: 1.1 — Project Communication Provide Project communication as detailed below: 1.1.1—Project Kickoff Meeting The CONSULTANT will participate in a Project kickoff meeting. CONSULTANT will work with the CITY to develop the agenda and facilitate the meeting. The CONSULTANT will prepare and distribute the meeting notes. 1.1.2— Weekly Conference Calls The CONSULTANT will coordinate with the CITY's Project Manager to establish a standing meeting time during the week reserved for weekly conference calls between the CITY and CONSULTANT's Project Manager to coordinate ongoing Project activities. During periods of Project inactivity or for other mutually-agreed upon reasons, the weekly conference calls may be cancelled. The CONSULTANT Project Manager will document the weekly conference calls with an email, including an updated copy of the issues log,if applicable. 1.1.3—Progress Meetings Progress meetings will occur between the CITY's and CONSULTANT's Project Manager and other CITY and/or CONSULTANT staff members to discuss Project status, design progress, and to resolve any Project issues. 1.1.4— Team Coordination Meetings The CONSULTANT will coordinate, as required, with CONSULTANT design team members, including subconsultants, to discuss Project status, elements of the work plan, and progress of the design, as well as resolve any Project issues. 1.1.5—One-on-One Meetings The CONSULTANT will participate in one-on-one meetings with other potentially-affected adjacent property owners (other than the DEVELOPER) to solicit input that will help shape the CONSULTANT's design of the Project. Assumption(s) • There will be up to 75 weekly conference calls, averaging one-half(1/2)hour in duration. • The CONSULTANT's in-house team coordination meetings will occur on a weekly basis between the CONSULTANT's Project Manager, Environmental Manager, and Project City of Auburn 214-1931-841 S 177th Street Corridor Capacity and 5 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Assumption(s) • Progress reports will indicate a bulleted list of work accomplished during the billing period and a graphical representation of Project costs(planned and actual)and earned value versus time. • During periods of limited Project activity, monthly progress reports and invoices may be combined to bi-monthly. This will be limited to billing periods with less than $2,500 (or more if approved by the CITY's Project Manager)and will not span the end of the calendar year. Deliverable(s) • Project Management Plan—Four(4)hard copies and one(1) electronic copy. • Monthly Project Schedule—One(1)hard copy and one(1)electronic copy(Microsoft Project). • Monthly Progress Reports—One(1)hard copy and one(1) electronic copy. • Monthly Invoices—One(1)hard copy and one(1) electronic copy. 1.3 —Quality Assurance/Quality Control (QA/QC) This task covers work necessary to administer the CONSULTANT's internal QA/QC process and perform Project QA. The QC effort is part of the design tasks. 1.3.1—Prepare QA/QC Plan The CONSULTANT will develop a clearly defined QA/QC Plan identifying procedures, deliverables, and reviewers for each discipline and type of work product. 1.3.2—Administer Plan and Quality Assurance The CONSULTANT will coordinate QC review at Project milestones, prepare forms, and document production for review staff Provide deliverable approval process by internal review team ensuring QC has been performed. Assumption(s) • CONSULTANT will retain a QA/QC file documenting that the work has been completed consistent with the QA/QC Plan. • Formal reviews will be limited to major technical memoranda and design deliverables as follows: Design Memorandum. Stormwater Technical Memorandum. Environmental Discipline Reports. 30%Preliminary Plans,Bid Item List, and Opinion of Cost. • 70%Plans, Specifications, and Opinion of Cost. • 95%Plans, Specifications, and Opinion of Cost. • 99%"Proof"Bid Documents. • Final Bid Documents. City of Auburn 214-1931-841 S 177th Street Corridor Capacity and 7 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Horizontal and vertical control established for the corridor mapping will be utilized for registering scanning data. Margin of error is less than or equal to three hundredths of a foot (0.03 foot) for vertical and horizontal positioning. Additional activities to support the topographic mapping will include: • Utility Locates The CONSULTANT will contact and coordinate with the Utilities Underground Location Center to mark underground utilities within the survey limits. The CONSULTANT will survey underground utilities based on surface evidence and paint marks and utilize record drawing information obtained under Work Element 3.1 to best depict existing utilities on the Project base maps. Inverts will be obtained for water valves and storm drain/sanitary sewer structures and pipes. No inverts will be obtained for private utilities. Surveyed utility marks will be verified against record drawings provided by the CITY and private utilities. The CONSULTANT will provide a second phase of field work and topographic base mapping, including additional field visit(s), up to two (2) crew days, to pick up supplemental paint markings and locates (pothole locations and reference elevations) provided pursuant to the recommendations made under Work Elements 3.1.1 and 3.1.2 and up to one day of office time to make associated updates to the project base map after the initial base mapping efforts. All other efforts of coordination with utilities will be accomplished as described under Work Element 3.1. • Project Research The CONSULTANT will use public records and controlling monuments to establish the right-of-way limits and parcel lines within the above-described corridor. Parcels subject to right-of-way acquisition will be identified and a list of tax parcel numbers will be forwarded to the CITY to acquire preliminary title commitments (Title Reports). • Survey Control Horizontal and vertical control will be established throughout the site using GPS and conventional survey equipment. Intersection monuments and property corners will be analyzed and,if found reliable,used to control the alignment. Horizontal datum will be NAD 83-91 as provided by Washington State Reference Network (WSRN), also known as Washington State Plane Coordinate System, North Zone. The CONSULTANT will coordinate with the CITY's Survey Department for a list of known and accepted control monuments. Vertical datum will be NAVD 88 as provided by CITY published benchmarks. Vertical values established for site control points will be based upon differential leveling procedures. 2.2.2— Wetland Mapping CONSULTANT survey crews will locate wetland flags, sample plot locations, data points, and Ordinary High Water Marks as defined by the CONSULTANT's Wetland Biologist as described in Work Element 4.1.2. The area of mapping will include the area within a section 200 feet from the southerly edge of the existing roadway shoulder, as it relates to the above-described corridor. The data will be processed and incorporated into the topographic base map. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 9 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services 2.4—Conceptual Design 2.4.1—Baseline Roadway Concept Development The CONSULTANT will update and translate the CITY's conceptual roadway layout sketch (AutoCAD file provided by P. Para on 1/28/2013)to correspond with the surveyed coordinate system of the Project and additional topographic survey and right-of-way information provided under Task 2.2. The CONSULTANT will also prepare a preliminary estimation of the limit of embankment fill to assess the potential impact to existing ditches, streams, and wetlands. 2.4.2—Mitigation Strategy The CONSULTANT will develop a mitigation strategy that, to the extent feasible, capitalizes on floodplain mitigation and wetland mitigation that may already be constructed and available to the Project.The CONSULTANT will: • Participate in two (2) meetings with the CITY and other agencies, such as the U.S. Army Corps of Engineers and the City of Kent, to determine how much existing mitigation areas may be available. • Estimate the amount and type of wetland mitigation that may be required for the Project to identify how much of the need can be met by previously-constructed mitigation. • Estimate the amount of compensatory floodplain mitigation that may be required for the Project and compared to what is available through the existing Port of Seattle mitigation site. • Coordinate and confirm with Washington Department of Fish and Wildlife that the plans for a fish passage culvert and the relocated stream meet mitigation requirements for stream impacts. • Document findings in a brief technical memorandum. Deliverable(s) • Draft meeting notes in Word format for the CITY's Project Manager to finalize and distribute, as appropriate—One(1) electronic copy. • Draft and Final Technical Memorandum—One(1)electronic copy. 2.4.3—Conceptual Design Development and Coordination • Conceptual Design Development Because of the interrelation between the CITY's Project and the adjoining Robertson Property Group's (the DEVELOPER) Project, coordinating with the DEVELOPER is important to the success of the CITY's Project. The CITY's leadership in this role will assist in reaching favorable environmental outcomes and smooth the right-of-way acquisition process. Federal funding of the CITY's Project and donation or dedication of property rights by the DEVELOPER may also affect some of the activities and documentation requirements. See Work Element 7.1 for additional details of work to be performed by CONSULTANT's ROW Staff. CITY Planning and Public Works staff have been meeting with the DEVELOPER and coordinating with BCRA (DEVELOPER's Engineer) to discuss how their two projects can most successfully move forward.The CONSULTANT will work with CITY staff to collaborate with the DEVELOPER's Engineer to develop win-win solutions for both parties, always keeping in mind the best interests of the CITY. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 11 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Deliverable(s) • Up to two(2)roll plots for each of four(4)work sessions. • Draft meeting notes in Word format for the CITY's Project Manager to finalize and distribute, as appropriate—One(1) electronic copy. 2.4.4—Surface Water and Stormwater Analysis The purpose of this task is to identify and evaluate concepts for managing stormwater, realigning the existing stream that runs along the south side of S 277th Street, and locating a fish-passable culvert under S 277th Street. The CONSULTANT will develop up to two alternative schematics for stormwater management for the Project. The schematics will include up to two (2) flow control facilities options including both on-site and off-site options on the DEVELOPER's property. In addition,the three(3)alternatives will include runoff treatment options comprised of combinations of up to five (5) Best Management Practices(BMPs). Low-impact development BMPs will be given first consideration. The preliminary channelization design will be used to estimate the minimum stormwater requirements and to size the stormwater facilities. The CONSULTANT will use the Surface Water Management Manual (Auburn 2009) to identify stormwater management requirements and develop the conceptual design. More specifically,the CONSULTANT will: • Identify Total Drainage Areas (TDAs), receiving waters, and flow control requirements for each TDA. • Conduct a site visit to verify drainage basins and identify locations for stormwater BMPs. • Evaluate BMPs and assist the CITY with evaluation and selection of preferred Project BMPs. Preliminary sizes of flow control facilities and/or BMPs will be estimated in order to identify right-of-way requirements and environmental impacts. The existing stream channel flows from the properties south of S 277th Street turns west and flows along the toe of the south roadway embankment. The roadway will be widened to the south, necessitating the relocation of the stream channel. In addition, a fish passage culvert will be needed to convey the stream beneath the roadway. Alignments for the relocated stream and locations for the fish passable culvert will also be considered in this stormwater evaluation. Up to two flood conveyance alignments will be considered using hydraulic data and analysis from the original Port of Seattle flood channel sizing. These alternatives and options will be presented to the CITY in Work Session No. 1 and to the DEVELOPER in Work Session No. 2 (see Task 2.4.4 above). Based on the feedback and refinement of the design concepts, a preferred alternative will be presented to the CITY in Work Session No. 3 for consideration and then to the DEVELOPER in Work Session No. 4. Following these sessions,the CITY will select a preferred alternative to be included in the 30%Plans. The CONSULTANT shall prepare up to a five (5) page Stormwater Technical Memorandum, not including attachments, describing flow control requirements, design assumptions, options considered, proposed flow control facilities, and/or BMPs proposed for management of stormwater runoff from the Project, and location for the realigned stream and fish passable culvert. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 13 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services 2.5.4— True Cost Estimate(TCE) The CONSULTANT's ROW Staff will coordinate with the CITY's appraiser during preparation of the TCE and provide specific input to the TCE summary sheet. Assumption(s) • The CITY will provide preliminary title commitments. • The CITY will provide the True Cost Estimate in accordance with the CITY's WSDOT approved Right-of-Way Acquisition Procedures, and WSDOT's Local Agency Guidelines — Section 25 (Right-of-Way Procedures). Under the Right-of-Way Procedures, a TCE may be prepared in-lieu of a Project Funding Estimate, as long as all property rights to be acquired are appraised. Under the TCE process, the CITY's WSDOT-approved Appraisal Waiver is not allowed. As part of the TCE, the CITY's Appraiser will prepare individual parcel worksheets to estimate the amount of just compensation using acceptable data such as comparable sales data,King County's assessed values,reference to data in other recently completed appraisal reports in the area, and information obtained from right-of-way plans. All parcel worksheets will be combined into a project summary worksheet for review by the CONSULTANT's ROW Staff. • No negotiation activities will be provided under this task. See Work Element 7.1 for additional details of work to be performed by the CONSULTANT's ROW staff Deliverable(s) • Parcel Summary Memos—One(1)electronic copy. • Project True Cost Estimate Review Comments—One (1)electronic copy. 2.6— Design Memorandum The CONSULTANT will prepare a report to summarize the preliminary design efforts. Key issues to be addressed in the Design Memorandum: • Project limits and funding. • Widths of non-motorized trail,planting strips, medians,and sidewalks. • Coordination with other planned projects and/or utility upgrades. • Stormwater requirements. • Right-of-way needs. • Traffic forecasts (CITY-provided). • Traffic analysis (confirmation of DEVELOPER-provided traffic data). • Access management. The Design Memorandum will address the following specific design criteria for S 277th Street, Auburn Way North, D Street NE, and I Street NE to be used as the basis for completing formal design of the Project: • Roadway classifications. • Posted speed. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 15 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services • Roadway and Storm Plan and Profile(10 sheets at 1 inch=20 feet): • Roadway Alignment Curb Location/Paving Widths • Storm Drain Locations/Roadway Centerline Profile Storm Drain Mainline Profiles • Storm Drain Lateral Profiles (2 sheets at 1 inch=20 feet): (Not Included in 30% Submittal) • Intersection and Median Detail Plans (5 sheets at 1 inch= 10 feet) (Not Included in 30% Submittal) • Miscellaneous Details (1 sheet) (Not Included in 30% Submittal) • Stormwater Pond: Plan(1 sheet) Typical Sections and Details(2 sheets) • Stream Relocation and Fish Passage Culvert: Stream Plan and Profiles(4 sheets at 1 inch=20 feet) • Flood Channel Profiles(1 sheet at 1 inch=20 feet stacked) (Not Included in 30% Submittal) Details(2 sheets) (Not Included in 30% Submittal) • Structural Earth Walls: Wall Profiles (2 sheets) • Wall and Moment Slab Details (2 sheets) • Landscaping: • Pond Planting: • Planting Plan(1 sheet at 1 inch= 20 feet) • Planting Details and Notes (1 sheet) (Not Included in 30% Submittal) > Stream Relocation Planting Plans(2 sheets at 1 inch =20 feet stacked) Wetland Mitigation: • Existing Conditions and TESC Plans (1 sheet with two plans at 1 inch=50 feet) (Not Included in 30% Submittal) • Grading(1 sheet at 1 inch= 50 feet) City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 17 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Assumption(s) • 30% Drawings will graphically depict the "footprint" of proposed Project improvements, with minimal notes and dimension provided only as necessary to supplement the Design Memorandum described in Work Element 2.6 in conveying the intent of the preliminary design of the Project. To minimize drawing rework, the drawings included in the 30% Submittal will be in-progress versions of the drawings that will be included in subsequent submittals. • Bid item list specifications will be based on the 2014 WSDOT Standard Specifications, CITY's 2014 general special provisions with project-specific edits, special provisions, bid proposal, federal provisions, and the CITY's front end/contract boilerplate Divisions 0 and 1. • The bid proposal and opinion of construction cost at the 30% Submittal will be based as much as possible on the unit bid items proposed for payment in the construction contract. However, because of the preliminary nature of the design at this stage of the project, it is expected that some lump sum and/or square-foot costs will be used for estimating portions of project costs. Additionally, an estimating contingency factor will be applied to the opinion of cost to account for design uncertainties at this level of design. • Evaluation of upstream and downstream hydraulic changes due to the introduction of a fish passage culvert will be evaluated under Work Element 4.1.3,Floodplain Analysis. • Streetscape improvements will not require irrigation in the public right-of-way. Deliverable(s) • 30%Drawings—One(1)half-size set unbound, seven (7)half-size sets bound,and one PDF. • 30%AutoCAD Files—Electronic copy of AutoCAD linework file. • 30%Opinion of Cost—One(1)hard copy and two (2)electronic copies(PDF and Excel formats). Work Element 3- Utility Coordination 3.1 - Utility Coordination 3.1.1—Data Gathering and Review The CONSULTANT will coordinate with the CITY to obtain copies of all available roadway and utility record drawings and show on Project base maps as appropriate. The CONSULTANT will review for discrepancies between record drawings and field data gathered under Work Element 2.2 and prepare a memorandum to summarize the findings and recommend additional utility markings and/or locates (potholing) to be provided by the utility providers or as a supplement to this agreement. Under this Work Element, the CONSULTANT will provide direction to the surveyors to reconcile discrepancies as best as possible with the available information. Updates to the base maps associated with reconciling discrepancies will be provided as described under Work Element 2.2. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 19 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Assumption(s) The following general assumptions apply to the environmental process: • The level of NEPA documentation required by the FHWA and WSDOT will be a DCE, met by preparing an ECS with supporting documents. The need for addressing various environmental topics is summarized in Table 1. The supporting documents are specified in this scope of services. • The documents prepared in support of NEPA will be written to also support SEPA compliance. • The S 277th Street Widening Project will require a biological assessment (BA) to satisfy Endangered Species Act requirements for the Project. As detailed in the scope, informal consultation is assumed. The BA will also satisfy the CITY requirements for a habitat assessment under the floodplain development permit requirements. • Via the National Historic Preservation Act Section 106 process, it is assumed that no adverse effects will be identified for historic, cultural, or archaeological resources. The scope for arriving at this conclusion is detailed in Task 4.3 below. • Although the Project will be designed to minimize impacts to wetlands and aquatic resources wherever practicable, a portion of the Project will occur in wetlands and in Waters of the U.S. and will require compensatory mitigation. It is assumed that the Corps of Engineers (Corps)will issue a Nationwide Permit No. 14 for the Project, thus no alternatives analysis will be required by the Corps. • There will not be significant public opposition to the Project, thus only one public meeting is included in this scope of services. 4.1 — NEPA Compliance The following table outlines the disciplines that are anticipated to be included in the NEPA documentation: Table 1. Applicability of Discipline-Specific NEPA Analyses NEPA Discipline Other Project Topic Report? Document? Remarks Earth No Geotechnical Report Work Element 5.1. Air Yes — Work Element 4.1.1. Surface Water No Stormwater Site Plan Work Element 4.8. Wetlands and Streams Yes — Work Element 4.1.2. Floodplains Yes — Work Element 4.1.3. Groundwater No — Best Management Practices will be utilized during construction. Fish,Wildlife, No Biological Assessment Effects on non-listed fish,wildlife,and Vegetation vegetation will not be significant and will be addressed in the ECS. Energy No — No significant impacts. Noise Yes — Work Element 4.1.4. Hazardous Materials Yes — Work Element 4.1.5. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 21 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services The technical memorandum will also include a greenhouse gas (GHG) analysis that discusses national, state, and local policies and programs and utilizes the WSDOT Guidance for Project-Level Greenhouse Gas and Climate Change Evaluations and adopt by reference the GHG analysis in the PSRC Transportation 2040: Final Environmental Impact Statement. The King County Department of Development and Environmental Services SEPA GHG Emissions Worksheet Version 1.7 12/26/07 (Introduction Revised March 2011) will also be used to calculate emissions related to construction and materials used in transportation projects. Assumption(s) • The CITY will provide necessary data on vehicle miles traveled and traffic volumes for both the Action and No Action alternatives. • A WSDOT discipline report with detailed data and analysis will not be required. The memo will support the Environmental Classification Summary. Deliverable(s) • One(1)Draft Technical Memorandum in Word format. • Final Technical Memorandum—five(5)hard copies and one(1) electronic copy in PDF. 4.1.2— Wetlands and Streams Discipline Report Wetlands and streams are regulated by local, state, and federal regulations. These waters may be defined differently and have different boundaries, depending on the agency. CONSULTANT will: • Review background material including National Wetlands Inventory Maps (NWI), Soil Conservation Service (SCS) County Soils Survey, Hydric Soils List, USGS Quadrangle maps,previous studies, local critical area maps, and aerial photographs. • Delineate wetlands in accordance with the U.S. Army Corps of Engineers Wetland Delineation Manual (COE Technical Report Y-87-1) and Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Western Mountains, Valleys, and Coast Region (ERDC/EL TR-10-3) (used by the CITY). This delineation will encompass on-site wetlands located within approximately 300 feet south of the existing edge of pavement along S 277th and within the right-of-way on the north side of the road.Wetland ratings will be according to the guidance in Washington State Wetlands Rating System for Western Washington (Hruby, 2004). • Identify the ordinary high water mark (OHWM) for streams and/or ditches by following State WAC definitions and the CITY's code. The identification will encompass streams and/or ditches within approximately 300 feet south of the existing edge of pavement along S 277th and within the right-of-way on the north side of the road. • Participate in one(1) site visit with local, state, and federal regulators to confirm findings. • Overlay the Project design file with the wetland and stream mapping to calculate area of impacts to wetlands, streams, and/or ditches and buffers. These impacts will be calculated once at 30% design for the discipline report. Unless substantial, any subsequent changes to impacts through the design process will be captured in the Critical Areas Study (see Permitting). • Identify conceptual mitigation. • Prepare a Preliminary Draft Discipline Report for review by the CITY. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 23 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services 4.1.4—Noise Analysis A traffic noise analysis is typically required when a Project increases the number of through traffic lanes. The CONSULTANT will identify receptors (homes) within 500 feet of the roadway construction limits. Then the CONSULTANT will discuss the need for a noise analysis in a meeting with the CITY and WSDOT before beginning the work below. The CONSULTANT will describe existing conditions and the respective impacts of the No Build and Build alternatives based on applicable guidance of federal, state, and local agencies. The CONSULTANT will measure existing noise levels at four locations over a 15-minute period at each location. The time chosen for measurement will be the likely maximum traffic noise periods when traffic speeds are high. This may not coincide with peak volumes, depending on congestion. The CONSULTANT will use the FHWA Traffic Noise Model (TNM) Version 2.5 for projection of future noise levels from the proposal. This model is appropriate for estimating both existing and future noise levels based on traffic volumes. The analysis will identify whether the Project is anticipated to cause noise levels that exceed the threshold trigger specified for consideration of whether mitigation is reasonable and feasible. The results of the analysis will be incorporated into a technical memorandum. Assumption(s) • Up to four receptors could be identified. • No mitigation or abatement analysis will be required. • The CITY will provide volumes and speeds for input into the TNM Model. Deliverable(s) • One(1)Preliminary Draft Technical Memorandum in Word format. • One(1)Revised Draft Technical Memorandum in Word format. • Final Technical Memorandum—five(5)hard copies and one(1)electronic PDF copy. 4.1.5—Hazardous Materials Analysis CONSULTANT will review the hazardous material layer of the WSDOT GIS Workbench, Ecology's Facility Site Atlas/ISIS database, and/or an environmental regulatory database search. Then the CONSULTANT will prepare a brief technical memorandum that identifies any sites within 1/2 mile of the Project area and describes why these sites are unlikely to be encountered during construction. The preliminary Draft Technical Memorandum will be submitted for review by the CITY. The CONSULTANT will address CITY comments and submit a revised Draft Technical Memorandum for submittal to WSDOT. The WSDOT comments will be addressed in a Final Technical Memorandum. Assumption(s) • Sites will be identified within a 1/2 mile radius. • None of the sites will be a concern for construction or right-of-way acquisition. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 25 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Population Segment (DPS) of bull trout(threatened).The BA will also address potential effects on critical habitat for Chinook salmon and bull trout. Critical habitat for Puget Sound steelhead has not been proposed or designated at this time. Lastly, the BA will include an effect determination for Chinook, Coho, and pink salmon EFH. Based on the presence of the known distribution of listed and proposed species within the action area, combined with the anticipated magnitude and location of Project-related effects, the assumption for this scope is that an effects determination of"may effect, not likely to adversely affect" is appropriate for the species addressed in the BA. Therefore, it is assumed that formal consultation with NMFS and USFWS will not be necessary. Preparation of the BA will involve conducting a site visit and gathering and synthesizing existing information on the Project area and species distribution/timing. If necessary, this site visit will be conducted concurrently with a field meeting with staff from the Washington Department of Fish and Wildlife (WDFW), to discuss potential issues relating to stream relocation. Information gathering will include a review of WDFW Priority Habitats and Species data; the Washington Department of Natural Resources Natural Heritage Database information regarding sensitive or threatened plant species that may occur in the area; the USFWS list of threatened, endangered, and proposed species in King County; and the NMFS web site. In addition, the CONSULTANT will contact agency biologists and use intemet and literature searches to gather information on species use of the Project area and action area. The CONSULTANT will submit the Preliminary Draft BA to the CITY electronically, as a Microsoft Word file. The CITY will review the draft document and provide consolidated comments, either in the form of tracked changes in the Microsoft Word file or as a separate list. Within 3 weeks of receiving the CITY's consolidated comments, the CONSULTANT will revise the Preliminary Draft BA and produce a Revised Draft BA. After reviewing the document to ensure that the CITY's comments have been appropriately addressed, the CITY will submit the Revised Draft BA to WSDOT for review and submittal to the FHWA. Based on any WSDOT and FHWA comments, the CONSULTANT will revise the Revised Draft BA and produce a Final Draft BA. After reviewing the document to ensure that WSDOT's and FHWA's comments have been appropriately addressed,the CITY will submit the Final BA to WSDOT for submittal to USFWS and NMFS. In order to prepare a thorough and complete BA and to minimize the potential need to re-initiate ESA consultation at a later date, the BA will need to include a detailed description of the proposed action sufficient to complete the effects determination. The CONSULTANT will work with the CITY to provide the following information to the extent possible or to develop performance specifications in lieu of detailed information: • Detailed Project description that includes all pertinent information on construction activities, including a general discussion of potential construction methods, timing, schedule, and phasing, and a list of all construction equipment required. The BA will note that the Contractor will ultimately determine the means and methods. • Engineering design plans(hard copy) of the existing and proposed alignment showing all streams, wetlands, stream crossing structures, and road/bridge alignments. • Description of where staging/stockpile areas could potentially occur, as well as a description of those areas in which staging/stockpile areas are not acceptable (e.g., critical areas). City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 27 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services stakeholders, and DAHP; and review pertinent environmental, archaeological, ethnographic, and historical information appropriate to the Project area. • Contact the cultural resources staff of tribes that may have an interest in the Project area. • Provide a field investigation of the Project location for identification of archaeological and historical resources and, if necessary, excavation of shovel test probes or other exploratory excavations in environments that might contain buried archaeological deposits. Field methods will be consistent with DAHP guidelines. • Document and record archaeological and historic sites within the Project area, including preparation of Washington State archaeological and/or historic site(s) forms. Documentation will be consistent with DAHP standards. • Prepare a Technical Memorandum describing background research, field methods, result of investigations, inadvertent discovery plan, and management recommendations. The report will provide supporting documentation of findings, including maps and photographs, and will conform to DAHP reporting standards. Deliverables • Draft and Final Report and support materials will be provided electronically and on a CD —One (1)hard copy. 4.4— SEPA Checklist The CONSULTANT will complete a SEPA checklist using CITY standard forms for same for processing by the CITY. The CONSULTANT will prepare earthwork and surface conversion area quantities and other design related information for use in preparing the SEPA checklist and for the CITY's use in preparing other CITY permit applications. Assumption(s) • The SEPA checklist will be completed by CONSULTANT and processed by the CITY. • The NEPA studies will be written to also address SEPA requirements. • No special hearings are anticipated nor included in the budget estimate. • The SEPA checklist will include earthwork and surface quantities that the CITY can incorporate into local permit applications. • The CITY will prepare and submit applications for the CITY's grading and stormwater permits. • No additional studies or permits will be required beyond those already specified in this scope of services. Deliverable(s) • Draft SEPA checklist—One(1)electronic copy in Word format. • Final SEPA checklist—One (1)electronic copy in Word format. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 29 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services • Determine an approach to maintain hydraulic connection between the proposed flood conveyance structure and the existing Port of Seattle mitigation site. The CONSULTANT may develop up to three alternatives for consideration, and will quantitatively evaluate one preferred approach. • Update the wetland and stream impact analysis, prepared at 30% design in conjunction with NEPA,based on the 70%design. • Prepare a Draft Critical Areas Study for review by the CITY. • Address CITY comments and resubmit a Final CAS for approval. Assumption(s) • The CAS will be prepared per CITY code requirements. Deliverable(s) • Documentation of flood flow analysis through road prism for preferred approach. • Documentation of analysis of hydraulic connection to Port of Seattle mitigation site. • Draft CAS—One(1)electronic copy in Word format. • Final CAS—Three(3)hard copies and one(1) electronic PDF copy. 4.7 —Construction NPDES Compliance The CONSULTANT will prepare a Construction Stormwater Pollution Prevention Plan (SWPPP) to comply with the Department of Ecology's Construction Stormwater General Permit. A draft copy of the SWPPP will be prepared for CITY review and comment. A final copy will be prepared for inclusion in the contract documents without the contractor-provided information. The SWPPP will include the TESC plans prepared under the TESC work element and will include the construction stormwater monitoring points. The CONSULTANT will provide quantities to the CITY for the Notice of Intent (NOI). Assumption(s) • The CITY will prepare the NOI. • The CITY will submit the NOI to the Department of Ecology and post the public notice advertisements. • The CITY will provide draft special provisions to be used as a template for establishing the Contractor's role in compliance with NPDES during construction. Deliverable(s) • Draft SWPPP—One(1) electronic copy in Word format. • Final SWPPP—Three(3)hard copies and one(1)electronic PDF copy. • Area quantities for Notice of Intent. 4.8—Stormwater Site Plan The CONSULTANT will prepare a Stormwater Site Plan to include both hydraulic design and TESC design. The report will be prepared in accordance with the 2009 Auburn Surface Water Management Manual (SWMM).The CONSULTANT will address all of the applicable Minimum Requirements per the City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 31 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Assumption(s) The CITY will handle meeting logistics and prepare announcements, sign-in sheets, and comment forms. Drafts of meeting materials prepared by CONSULTANT will be submitted to the CITY electronically for review and discussion prior to printing. Deliverable(s) • One(1)roll plot. • Six(6)presentation boards. • Draft and final meeting summary submitted electronically. Work Element 5—Geotechnical Engineering (CONSULTANT's Geotechnical Engineer Only) The CONSULTANT'S geotechnical engineer and support staff (Geotechnical Engineer) will provide geotechnical engineering services to the CONSULTANT. The Geotechnical Engineer will explore the subsurface conditions; interpret the site surficial geology based on exploration and testing; analyze the impact of the proposed improvements, such as settlement stability and infiltration; offer design recommendations for the improvements; and review the design plans and specifications. Proposed improvements that will require geotechnical engineering include widening the roads by constructing fill embankments and/or retaining walls, LID stormwater management that may include infiltration (via pervious pavement, swales, or ponds),new signal pole foundations,and new pavement designs. 5.1 —Geotechnical Scope of Work 5.1.1—Review of Available Information and Site Reconnaissance Geotechnical Engineer will research available soil borings in the site vicinity and any available plans from previous road construction on or adjacent to the site. Geotechnical Engineer will walk the site to document the surface conditions and to plan exploration methods and locations. 5.1.2—Field Preparation Geotechnical Engineer will schedule drilling, coring, excavating, and testing subcontractors; and submit for a construction permit with the City of Auburn and prepare a traffic control plan(s) as required to address traffic control requirements for each location of work. The Construction Permit fee will be paid directly by the CITY. Geotechnical Engineer will notify the Underground Utility Location Center. Assumptions • Geotechnical Engineer will be responsible for obtaining CITY Construction Permit, including traffic control plans and CITY approval. Any other permitting for the Geotechnical Engineer's field work, if required, will be provided by the CITY or by the CONSULTANT through a supplement to this agreement. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 33 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services 5.1.6—Engineering Analysis Analyses will be conducted in order to estimate settlements due to the new fill embankment and structures such as signal pole foundations. Design soil parameters will be provided for structural earth wall design. Stability of retaining wall designs will be calculated. Design infiltration rates will be estimated. New pavement sections for the road and non-motorized trail will be designed and a pavement overlay will be designed for the existing road, both based on AASHTO pavement design methods. Lateral bearing pressures will be recommended for signal pole and luminaire foundations. 5.1.7—Report Preparation After completing the tasks described above, a Draft Geotechnical Engineering Report will be provided that summarizes the site subsurface conditions and provides conclusions and engineering design recommendations, which will include estimated short- and long-term settlements for new embankment slopes and structural earth walls; estimated liquefaction settlement in the event of an earthquake; lateral bearing pressures for signal pole foundations; foundation bearing pressures for the fish-passage culvert crossing; estimated infiltration rates for stormwater; recommended pavement sections; and recommendations for construction such as subgrade preparation, temporary excavation, structural fill placement, and potential groundwater impacts. After the Project team has reviewed the draft report and provided comments, and after any supplemental field explorations, a final stamped and signed report will be provided. 5.1.8—Meetings The CONSULTANT's Geotechnical Engineer will participate in a geotechnical kickoff meeting as part of one of the Progress Meetings described in Work Element 1.1.3. This meeting is not anticipated to be held until after the development of the baseline roadway concept described in Work Element 2.4.1 is complete. The Geotechnical Engineer will also be available for meetings during design in order to discuss geotechnical issues and design options. Assumption(s) • The CONSULTANT's Geotechnical Engineer will attend the geotechnical kickoff meeting and up to three(3)of the other progress meetings identified in Work Element 1.1.3. 5.1.9—Review of Plans and Specifications The Geotechnical Engineer will review the geotechnical aspects of the plans and specifications to check that the recommendations have been incorporated and to assist with the format of the bidding documents. Assumption(s) • The CITY will provide available information such as construction as-builts and geotechnical reports from nearby projects prior to the CONSULTANT's Geotechnical Engineer's field exploration tasks. • Construction permits will be issued by the CITY but obtained by the CONSULTANT. • The CITY will gain right-of-entry onto private property prior to commencing field work. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 35 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Assumption(s) • The CITY will provide preliminary title commitments. • The right-of-way plans will be prepared in a WSDOT-style format, including centerline stationing with offsets to define the existing limits and proposed acquisition lines and angle points. • The limits of the Right-of-Way Plan are as follows: Southerly side of S 277th Street, from the easterly side of Auburn Way North to the easterly limits of Trail Run Townhomes a Condominium. • There will be eight (8)Right-of-Way Plan sheets at a scale of 1 inch=20 feet when plotted at full size(22 inches by 34 inches). • The setting of property corners and/or monuments is not anticipated and therefore not a part of this scope. • The preparation of legal descriptions, exhibit maps, record of survey maps, and other documents required for the vacation of right-of-way will be the responsibility of the CITY and/or the DEVELOPER. Deliverable(s) • Draft Right-of-Way Plans — One (1) half-size set unbound, seven (7) half-size sets bound, and one PDF. • Final Right-of-Way Plans—One(1) full-size set on Mylar, sealed and signed by a PLS licensed in the State of Washington. 6.2—Legal Descriptions The CONSULTANT will prepare legal descriptions and exhibit maps for use in conveyance of real property. Assumption(s) • The CITY will provide preliminary title commitments (Title Reports) for all parcels requiring acquisitions or easements. • The legal descriptions and associated right-of-way and easement exhibits will be prepared in a format suitable for recording. Descriptions will be stamped and signed by a PLS licensed in the State of Washington. • No legal descriptions or exhibits will be needed for temporary construction permits. • Legal descriptions and exhibits for property rights for stream relocations other than immediately adjacent to and parallel to S 277th Street will be provided by the DEVELOPER. • The preparation of conveyance documents and the gathering of signatures are provided as described under Work Element 7.1. • The preparation of legal descriptions, exhibits, records of surveys, signatures, and other documents related to the vacation of rights-of-way will be provided by the CITY and/or the DEVELOPER. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 37 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Guidelines, WSDOT Right-of-Way Manual, and the URA. Copies of Appraisal and Appraisal Review reports will be provided to the CONSULTANT's ROW Staff for review and for use during negotiations. 7.1.3—Acquisition Negotiation Upon the CITY's completion of all real property valuations, the CITY will provide written approvals of just compensation to the CONSULTANT's ROW Staff prior to making any offers to property owners. Upon receipt of written approvals and authorization from the CITY, the CONSULTANT's ROW Staff will prepare offer packages and promptly present offers and commence negotiations with each affected property owner(s)and/or their representatives. The CONSULTANT'S ROW Staff will review the DEVELOPER's dedication or donation documents with the CITY for compliance with ROW certification requirements. The CONSULTANT's ROW Staff will negotiate to acquire various combinations of real,property rights including fee simple, permanent easements, temporary construction easements, and construction permits from owners and/or their representative(s) from those parcels as shown in Table 2 below, excluding the Robertson Property Group (RPG) and Auburn Properties, Inc. Additional parcels or real property rights other than those shown in Table 2 will require an amendment to this scope of services. Negotiations will include negotiating with each property owner and/or their representative in accordance with statutory and regulatory requirements; coordinating administrative settlement approvals with the CITY; negotiating, as necessary, with lien holders, assisting escrow in the closing process; preparing and maintaining parcel files to include fair offer letters, acquisition documents, and a standard diary form indicating all contacts with owner(s); and completing other items necessary for negotiations.Negotiations will not be deemed to have failed until at least three significant meaningful contacts have been made and documented with each owner and/or their representative through direct personal contacts. Out-of-area owner(s) will be contacted by telephone and by certified mail. If negotiations reach an impasse, CONSULTANT's ROW Staff will provide the CITY with written notification.The filing and cost of condemnation proceedings will be the responsibility of the CITY. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 39 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services WSDOT right-of-way reviewer to support federal aid participation and reimbursement. This will include preparation assistance of a right-of-way certification document and being available to WSDOT's Local Agency Coordinator during file review,as needed. 7.1.6—Optional Services Optional services beyond those stated in this scope of services may include: • Negotiation in the event of private development and revisions to project alignment and/or design elements that impact the property rights being acquired. • Negotiation in the event of changes in ownership of property rights being acquired. • Clearing of title when clearing requirements exceed the industry standard. • Assistance during, or in anticipation of, condemnation ordinances and subsequent hearings. Budget for these optional services is not included in the agreement at this time,but may be added by a future supplement to the agreement. Work Element 7.1 Assumption(s) • The real property rights anticipated to be acquired from each parcel under this scope of services are identified in Table 2. Additional parcels or real property rights other than shown therein will require an amendment to this scope of services. In summary, this scope of services includes the acquisition of real property rights from those separate tax parcels of real property as shown in Table 2, excluding Robertson Property Group (RPG) and Auburn Properties,Inc. Negotiations for the acquisition of property rights will be with owners and/or representatives of the following owners: Carpinito Brothers. 3 Kings. Negotiation will not be required for acquisition of property rights from parcels owned by Robertson Property Group (RPG)/Auburn Prop's, Inc. (collectively the DEVELOPER). • CONSULTANT'S ROW Staff will review the DEVELOPER's dedication or donation documents with the CITY for compliance with certification requirements. If development agreement and subsequent dedication of right-of-way is not executed, CONSULTANT'S ROW staff will negotiate with the DEVELOPER for necessary right-of-way acquisitions. See Section 7.1.6—Optional Services. A supplement to this Scope of Services and Budget will be required if this option becomes necessary. • Level of effort for negotiations is based on the industry standard of conducting three "significant contacts"with each property owner or their representative. Additional contacts, if required, may warrant justification of an equitable adjustment of services rendered. Significant is to mean detailed and in-depth discussions of the transaction whether in-person, via telephone, or other communication media. Setting up appointments or providing simple replies to questions does not signify a significant contact. • Until the preferred alignment and design has been selected by the CITY,the actual impacts to those parcels listed in Table 2 are subject to change. For the purposes of this scope of City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 41 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services work collaboratively with the CONSULTANT's ROW Staff and CITY staff to expedite acquisitions for the Project as described above. Assumption(s) • The CONSULTANT's Project Manager will attend up to two(2)appraisal inspections. • Up to 16 hours of cost-to-cure estimating will be required. • Up to 6 hours per parcel will be required for the CONSULTANT's Project Manager to monitor the status of negotiations and otherwise support the negotiation process. Work Element 8— Plans, Specifications, and Estimate (PS&E) The CONSULTANT will prepare bid-ready documents for the Project, including plans, special provisions, , copies of applicable standard plans, CITY Standard Details, and other elements to be included in the bid documents. Bid documents will be submitted to the CITY for review at increasing levels of completeness, including 70%, 95%, 99% "Proof," and Final levels of development. The CITY will prepare the bid proposal, contracting forms, federal provisions, and standard plans (Division 0 and appendices). 8.1 —70% Bid Documents The CONSULTANT will prepare 70% complete drawings, bid schedule, specifications, and opinion of construction costs and submit to the CITY for review. Comments received from the CITY from the 30%review will be addressed in the 70% Submittal deliverables. A total of 97 drawings are anticipated to be included in the 70%Submittal as follows: • Cover Sheet, Vicinity Map and Sheet Index (1 sheet). • Legend,Abbreviations Survey Datum and Horizontal Control (1 sheet). • Roadway Sections(3 sheets). • TESC Plans(10 sheets). • Site Preparation Plans(10 sheets at 1 inch=20 feet): Clearing Limits. • Demolition Hatches and Notes (Notes not included in 70% Submittal). Utility Removal and/or Relocations. • Construction Staging Plans(2 sheets): Recommended/Required Construction Sequencing. • Roadway and Storm Plan and Profile(10 sheets at 1 inch=20 feet): • Roadway Alignment. • Curb Location/Paving Widths. Storm Drain Locations. • Roadway and Related Construction Notes. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 43 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services • Wetland Mitigation: • Existing Conditions and TESC Plans (1 sheet with two plans at 1 inch=50 feet). • Grading (1 sheet at 1 inch=50 feet). • Planting Plans (1 sheet at 1 inch= 50 feet). • Planting Details and Notes(1 sheet). • Streetscape Planting • Planting Plans(5 sheets at 1 inch=20 feet stacked). • Planting Details and Notes(1 sheet). • Signal, Illumination, and ITS Plans: Signal/Illumination/ITS Overview Plans(6 sheets at 1 inch=20 feet stacked). v. Signal Detail Plans(3 sheets at 1 inch= 10 feet). Signal Wiring Diagrams(3 sheets)(Not Included in 70% Submittal). Signal Pole Detail Chart(1 sheet). Notes and Schedules (1 sheet). • Electrical and ITS/VMS Sign Details(6 sheets). • Fiber Splicing Diagrams (2 sheets) (Not Included in 70% Submittal). • Channelization and Signing: • Channelization and Signing Plans(5 sheets at 1 inch=20 feet stacked). • Signing Schedules(2 sheets). The CONSULTANT will prepare and submit to the CITY for review with the 70% Submittal, Maximum Extent Feasible (MEF) document(s) if deemed necessary by the CITY to justify accessibility design features of the project. The CONSULTANT will update 30% Submittal lighting analysis using AGi32 software to verify conformance of the 70%design with light level and uniformity design standards for the project. The CONSULTANT will progress the fish passage culvert and stream channel designs to 70% by completing the hydrologic work to estimate design flows for the creek and culvert design; survey of the existing creek channel as a reference reach; and designing morphology, substrate, and habitat features. HEC-RAS modeling completed under Work Element 4.6 will be used to support the development of the stream morphology design completed for the 70%design. In addition to the progress meetings provide in Work Element 1.1.3, the CONSULTANT will meet once jointly with the CITY and DEVELOPER to coordinate the 70% design. The duration of the meeting is anticipated to be approximately 1-1/2 hours. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 45 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services In addition to the progress meetings provided in Work Element 1.1.3, the CONSULTANT will meet once jointly with the CITY and DEVELOPER to coordinate the 95% design. The duration of the meeting is anticipated to be approximately 1 hour. Assumption(s) • Specifications will be based on the WSDOT Standard Specifications, CITY's general special provisions with project-specific edits, special provisions, bid proposal, federal provisions, and the CITY's front end/contract boilerplate Divisions 0 and 1. The edition of WSDOT Standard Specifications and corresponding CITY general special provisions to be used by the CONSULTANT for preparing Project specification will be identified by the CITY before 95% specification work begins. • The bid proposal and opinion of construction cost at the 95% Submittal will be based solely on the unit bid items in the bid proposal form in the construction contract documents. Deliverable(s) • 95%Drawings—One(1)half-size set unbound, seven(7)half-size sets bound and one PDF. • 95%AutoCAD Files—Electronic copy of AutoCAD line work file. • 95% Specifications — Seven (7) hard copies (with changes to CITY GSPs tracked) and two (2) electronic copies (MS Word of boilerplate/special provisions with tracked changes and PDF of whole package). • 95%Opinion of Cost—One(1)hard copy and two (2) electronic copies(PDF and Excel formats). • Written Response to 70% CITY Review Comments — One (1) hard copy and one (1) electronic copy(Excel or Word format). 8.3 —99% "Proof" Bid Documents The CONSULTANT will prepare and submit to the CITY's Project Manager for review a 100%complete package of Bid Documents for the Project, including plans, special provisions, and other elements to be included in the bid documents. The main purpose of this submittal is to allow the CITY's Project Manager to confirm that all comments from the CITY's 95% review have been adequately addressed in the 99%"Proof' Submittal deliverables. A total of 133 drawings are anticipated to be included in the 99% "Proof' Submittal consisting of the same drawings identified for the 95% Submittal in Task 9.2. Assumption(s) • The main purpose of this submittal is to allow the CITY's Project Manager the opportunity to confirm that all comments from the CITY's 95% review have been adequately addressed in the 99%"Proof' Submittal deliverables before going to"print"for advertisement. Deliverable(s) • 99%Drawings—One(1)half-size set unbound and one(1)electronic copy in PDF. • 99% Specifications—One(1)hard copy unbound. City of Auburn 214-1931-841 S 277th Street Corridor Capacity and 47 August 2013 Non-Motorized Trail Improvements Project C222A Scope of Services Exhibit C Electronic Exchange of Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to,the following: I. Surveying, Roadway Design & Plans Preparation Section A. Survey Data B. Roadway Design Files C. Computer Aided Drafting Files D. Specify the Agency's Right to Review Product with the Consultant E. Specify the Electronic Deliverables to Be Provided to the Agency F. Specify What Agency Furnished Services and Information Is to Be Provided II. Any Other Electronic Files to Be Provided III. Methods to Electronically Exchange Data A. Agency Software Suite B. Electronic Messaging System C. File Transfers Format DOT Form 140-089 EF Exhibit C Revised 6/05 Exhibit D-2 Payment (Cost Plus a Fixed Fee) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work."The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, direct non-salary costs, and fixed fee. 1. Direct Salary Costs: The Direct Salary Cost is the direct salary paid to principals, professional,technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Overhead Costs: Overhead Costs are those costs other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate shown in the heading of this AGREEMENT under"Overhead Progress Payment Rate."Total overhead payment shall be based on the method shown in the heading of the AGREEMENT. The two options are explained as follows: a. Fixed Rate: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change during the life of the AGREEMENT. b. Actual Cost: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT the actual overhead costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANTS cost estimate and the overhead computation is shown in Exhibit"E"attached hereto and by this reference made part of this AGREEMENT. When an Actual Cost method is used, the CONSULTANT(prime and all sub-consultants)will submit to the AGENCY within six(6)months after the end of each firm's fiscal year, an overhead schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.)for the purpose of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate. DOT Form 140-089 EF Exhibit D-2 Revised 6/08 the lesser of$100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV, "Extra Work."6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work."No minimum amount payable is guaranteed under this AGREEMENT. • B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the calculated overhead and fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct Salary, Direct Non-Salary, and allowable Overhead Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed salary costs for CONSULTANT 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 PROJECT at the time of the interview. C. 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 work 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)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. The CONSULTANT has twenty(20)days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. D. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3)years after receipt of final payment,the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3)year period,the cost records and accounts shall be retained until such litigation, claim,or audit involving the records is completed. Client:City of Auburn Exhibit E-1 Project:S 277th Corridor Improvements Project No:C222A Consultant Fee Determination-Summary Sheet Budget Summary Phase/Task Direct Overhead DSC+OH Fee Amount Total Expenses/ Subconsultants Total Salary Cost DSC•194.70 DSC•30.00 Including Fee MR PHASE:01 PROJECT MANAGEMENT $29,574.93 $57,582.39 $87,157.35 $8,872.50 $96,029.85 $0.00 $0.00 $96,029.85 Task:0101 Project Communication 18,950.01 36,895.67 55,845.70 5,685.01 61,530.71 0.00 0.00 61,530.71 Task:0102 Project Administration 3,836.10 7,468.89 11,305.00 1,150.84 12,455.84 0.00 0.00 12,455.84 Task:0103 Quality Assurance/QualityControl 3,101.78 6,039.17 9,140.94 930.54 10,071.48 0.00 0.00 10,071.48 Task:0104 Subconsultant Management 3,687.04 7,178.67 10,865.71 1,106.11 11,971.82 0.00 0.00 11,971.82 PHASE:02 PRELIMINARY DESIGN(30%) $69,564.69 $135,442.45, $205,007.11 $20,869.41 $225,876.52 $0.00 $8,719.00 $234,595.52 Task:0201 Review&Analyze Existing Data 509.38 991.76 1,501.14 152.81 1,653.95 0.00 0.00 1,653.95 Task:0202 Field Survey 11,524.58 22,438.36 33,962.93 3,457.36 37,420.29 0.00 0.00 37,420.29 Task:0202SC Utility Locate Services 0.00 0.00 0.00 0.00 0.00 0.00 5,000.00 5,000.00 Task:0203 Mitigation Site Mapping 2,180.15 4,244.75 6,424.91 654.04 7,078.95 0.00 0.00 7,078.95 Task:0204 Conceptual Design 16,610.71 32,341.05 48,951.74 4,983.24 53,934.98 0.00 0.00 53,934.98 Task:0205SC Right-of-Way Planning 0.00 0.00 0.00 0.00 0.00 0.00 3,719.00 3,719.00 Task:0206 Design Memorandum 1,815.71 3,535.19 5,350.90 544.71 5,895.61 0.00 0.00 5,895.61 Task:0207 Preliminary Plans(30%) 36,924.16 71,891.34 108,815.49 11,077.25 119,892.74 0.00 0.00 119,892.74 PHASE;03 UTILITY COORDINATION $2,633.00 $5,126.45 $7,759.45 $789.91 $8',549.36 $0A0` $0.00 ': $8,549.36 Task:0301 Utility Coordination 2,633.00 5,126.45 7,759.45 789.91 8,549.36 0.00 0.00 8,549.36 PHASE:04 ENVIRONMENTAL $71,077.34 $138,387.58 $209,464.93 $21,323.21 $230,788.14 °$0.00 $25,814.00 $256,602.14 Task:0401 NEPA Compliance 27,434.82 53,415.59 80,850.42 8,230.43 89,080.85 0.00 0.00 89,080.85 Task:0401SC Air Quality Subconsultant 0.00 0.00 0.00 0.00 0.00 0.00 22,314.00 22,314.00 Task:0402 Endangered Species Act Compliance 12,225.24 23,802.54 36,027.78 3,667.58 39,695.36 0.00 0.00 39,695.36 Task:0403 National Hist Pres Act Compliance 1,140.80 2,221.14 3,361.94 342.24 3,704.18 0.00 0.00 3,704.18 Task:0403SC NHPAC-Cultural Resource Report 0.00 0.00 0.00 0.00 0.00 0.00 3,500.00 3,500.00 Task:0404 SEPA Checklist 3,236.50 6,301.47 9,537.97 970.95 10,508.92 0.00 0.00 10,508.92 Task:0405 Joint Aquatic Resources Permit App 2,964.26 5,771.41 8,735.68 889.28 9,624.96 0.00 0.00 9,624.96 Task:0406 Critical Areas Study 11,230.96 21,866.68 33,097.64 3,369.30 36,466.94 0.00 0.00 36,466.94 Task:0407 Construction NPDES Compliance 2,589.32 5,041.41 7,630.72 776.80 8,407.52 0.00 0.00 8,407.52 Task:0408 Stormwater Site Plan 5,961.90 11,607.82 17,569.72 1,788.57 19,358.29 0.00 0.00 19,358.29 Task:0409 Agency Coordination 2,628.66 5,118.00 7,746.66 788.60 8,535.26 0.00 0.00 8,535.26 Task:0410 Public Meeting 1,664.88 3,241.52 4,906.40 499.46 5,405.86 0.00 0.00 5,405.86 PHASE:05 GEOTECHNICAL ENGINEERING $0.00 $0.00 $0.00 $0.00 $0.00 $0.1)0 $95;211.00 ' ` , $95,21100 Task:0501SC Geotechnical Scope of Work 0.00 0.00 0.00 0.00 0.00 0.00 75,211.00 75,211.00 Task:0502SC Geotech Supplemental Exploration 0.00 0.00 0.00 0.00 0.00 0.00 20,000.00 20,000.00 PHASE:06 RIGHT-OF-WAY PLANS&LEGAL DESC $042.89 $16,827.71 $25,470.59 $2,592.86 $28,063.45 $0.00 $0.00 $28,063.45 Task:0601 Right-of-Way Plans 4,708.01 9,166.50 13,874.50 1,412.40 15,286.90 0.00 0.00 15,286.90 Task:0602 Legal Descriptions 3,247.12 6,322.14 9,569.26 974.13 10,543.39 0.00 0.00 10,543.39 Task:0603 Record of Survey 687.76 1,339.07 2,026.83 206.33 2,233.16 0.00 0.00 2,233.16 PHASE;07 RIGHT-OF-WAY ACQUISITION $3,363.44' $6,548.62 $9,912.06 $1,009.04 $10,921.10 $0.00 $16,138.00 $37,059.10 Task:0701SC Acquisition Services 0.00 0.00 0.00 0.00 0.00 0.00 16,138.00 16,138.00 Task:0702 Engineering Support 3,363.44 6,548.62 9,912.06 1,009.04 10,921.10 0.00 0.00 10,921.10 PHASE:08 PLANS,SPECS,&ESTIMATE(PS&E) $130,059.07 $253,225.01 $383,284.01 $39,017.72 $422,301.73 $0.00 $0.00 $422,301.73 Task:0801 70%Bid Documents 69,036.60 134,414.26 203,450.84 20,710.99 224,161.83 0.00 0.00 224,161.83 Task:0802 95%Bid Documents 51,788.52 100,832.25 152,620.75 15,536.56 168,157.31 0.00 0.00 168,157.31 Task:0803 99%"Proof"Bid Documents 7,473.59 14,551.08 22,024.64 2,242.06 24,266.70 0.00 0.00 24,266.70 Task:0804 Final Bid Documents 1,760.36 3,427.42 5,187.78 528.11 5,715.89 0.00 0.00 5,715.89 PHASE:EXP EXPENSES $0.00 $0.00 $0.00 $0.00 $0.00 $7,956.90 $0.00 $7,956.90 Task:EXPO1 PM/Design Expenses 0.00 0.00 0.00 0.00 0.00 5,304.00 0.00 5,304.00 Task:EXPO2 Environmental 0.00 0.00 0.00 0.00 0.00 807.40 0.00 807.40 Task:EXPO3 Survey 0.00 0.00 0.00 0.00 0.00 1,845.50 0.00 1,845.50 0.00 0.00 0.00 0.00 0.00 7,956.90 0.00 7,956.90 Project Subtotals: $314,915.36 $613,140.21 $928,055.50 $94,474.65 $1,022,530.15 $7,956.90 $145,882.00 $1,176,369.05 PHASE:MR MANAGEMENT RESERVE $0.00 $0.00 $0.00 $0.00 $0.00 $73,630.95 $0.00 $73,630.95 Task:MRO1 Management Reserve 0.00 0.00 0.00 0.00 0.00 73,630.95 0.00 73,630.95 Project Totals: $314,915.36 $613,140.21 $928,055.50 $94,474.65 $1,022,530.15 $81,587.85 $145,882.00 $1,250,000.00 9/5/2013 Client:City of Auburn Project:S 277th Corridor Improvements Project No:C222A Budget Detail a a c o t c E c 1° m y � o 13, m r o c W 4 5-) of . a` U to 6 Q G ;El Cost Rates: $56.57,6.64 $30.00 $31.74 $24.89 $35.69 $31.87 $22.91 $51.15 $52.50 Burdened Rates: $18168.6.38 $97.41 $103.06 $80.82 $115.89 $103.48 $74.39 $166.08 $170.47 Phase Task Description Labor Dollars Labor Hrs 01 1PsadeaMatiageMent . ` $96.029.85 Sit 3S `3jj 137 2p 0101 Project Communication $61,530.71 358 171 61 0102 Project Administration $12,455.84 96 3 44 20 0103 Quality Assurance/QualityControl $10,071.48 56 1; 24 16 0104 Subconsultant Management $11,971.82 72 3. 16 02 -Preaufnartineiltu(30%) $225.876.52. 1.749 4 2 4 '_ ::` 0 0201 Review&Analyze Existing Data $1,653.95 10 0202 Field Survey $37,420.29 390 0202SC Utility Locate Services (see below) 0 0203 Mitigation Site Mapping $7,078.95 73 0204 Conceptual Design $53,934.98 374 2. 2 4 0205SC Right-of-Way Planning (see below) 0 0206 Design Memorandum $5,895.61 41 2 0207 Preliminary Plans(30%) $119,892.74 861 8; 24 4 20 03 . jUliikydnation ; : *549.36; 60 0301 Utility Coordination $8,549.36 60 11 04 EnvkaattentaI $230,788.14 1.670 '- 33 68, 40 42 : 4D 0401 NEPA Compliance $89,080.85 656 11 18 23 36 10 40 10 04015C Air Quality Subconsultant (see below) 0 0402 Endangered Species Act Compliance $39,695.36 274 16 14 0403 National Hist Pres Act Compliance_ $3,704.18 20 0403SC NHPAC-Cultural Resource Report (see below) 0 0404 SEPA Checklist $10,508.92 64 4 4 0405 Joint Aquatic Resources Permit App $9,624.96 80 0406 Critical Areas Study $36,466.94 281 5 8 8 0407 Construction NPDES Compliance $8,407.52 66 10 8 0408 Stormwater Site Plan $19,358.29 149 7 4 2 0409 Agency Coordination $8,535.26 44 11 0410 Public Meeting $5,405.86 36 1; 6 OS seaedwkaIEa ng ' (seebNow) 0' O501SC Geotechnica l Scope of Work (see below) 0 0502SC Geotech Supplemental Exploration (see below) 0 06 Rl‘bt-rbf Way Slaas&,LejeiOesCrip $28,063.5 "364 • 1 20 •, • 0601 Right-of-Way Plans $15,286.90 146 6 0602 Legal Descriptions $10,543.39 96 12 0603 Record of Survey $2,233.16 22 2 O7 Rt�t; �4Y 31G.92110 :2' - 4, , 0701SC Acquisition Services (see below) 0 0702 Engineering Support $10,921.10 66 4( 2 4 08 Plans,3pets;&EStimate.(PS&E) . ;$422.301.23, 3,023 .3 _ 99 -•.. 30 0801 70%Bid Documents $224,161.83 1,614 111 42 44 56 0802 95%Bid Documents $168,157.31 1,194 16: 42 45 14 0803 99%"Proof Bid Documents $24,266.70 175 2: 4 6 0804 Final Bid Documents $5,715.89 40 1: 4 EXP" ' ebdow) 0 MR ManagementReserve (seebabw) - . Labor Totals: $1,022,530.15 7,414 76!140 33 332 20 42 46 40 10 90 SUBCONSULTANTS Subconsultant Name Amount Applied Professional Services Inc $5,000.00 AMEC Earth&Environmental Inc $95,211.00 Cultural Resource Consultants,Inc. $3,500.00 Universal Field Services,Inc. $19,857.00 ENVIRON International Corporation $22,314.00 Subconsultant Total: $145,882.00 DIRECT EXPENSES: Description Amount B&W8.5x11 $747.50 B&W 11 x 17 $1,357.20 Plotter Mylar/Film $600.00 Color 11 x 17 $434.20 Color 8.5 x 11 $143.00 Mileage $2,825.00 WA Survey Equipment $945.00 Wa Survey Vehicle $555.00 EDR Report $350.00 Expense Total: $7,956.90 Project Subtotal: $1,176,369.05 MANAGEMENT RESERVE: Description Amount Management Reserve $73,630.95 Management Reserve Total: $73,630.95 Project Total: $1,250,000.00 9/5/2013 Exhibit F Breakdown of Overhead Cost July 9,2013 Holli Moeini, CFO Parametrix, Inc. 1002 15th Street,Suite 200 Auburn WA 98001-6502 Re: Parametrix, Inc. Indirect Cost Rate Schedule Fiscal Year End December 28, 2012 Dear Ms. Moeini: We have performed a cognizant review of the examination, and supporting workpapers, of the Indirect Cost Rate of Parametrix, Inc. as presented in the Statement of Direct Labor,Fringe Benefits and General Overhead for the year ending December 28,2012,in accordance with our role as Cognizant Agency as defined in 23 U.S.C. 112(b)(2)(c) and 23 CFR 172.3 and 172.7. The examination was performed by the independent CPA firm,Clark Nuber,P.S. The CPA icyresented that the audit was conducted in accordance with the Government Auditing Standards, as promulgated by the Comptroller General of the United States of America, and the audit was designed to determine that the indirect cost rate was established in accordance with Cost Principles contained in the Federal Acquisition Regulation,48 CFR Part 31. Our cognizant review was performed in accordance with the AASHTO Review Program for CPA Audits of Consulting Engineers' Indirect Cost Rates. In connection with our cognizant review,nothing came to our attention that caused us to believe that the examination, and supporting workpapers for the Indirect Cost Rate, and the related Accountant's Report we reviewed did not conform in all material respects to the aforementioned regulations and auditing standards. Accordingly,we recommend acceptance of the fiscal year ending December 28,2012,at 194.70%(rate includes Facilities Cost of Capital of 0.43%)of direct labor. Please check with the WSDOT Consultant Services Office(HQ)and/or the WSDOT Area Consultant Liaison to determine when this reviewed rate will be applicable to your WSDOT agreement(s). PARAMETRIX,INC. Firmwide FAR Overhead Rate For the Year Ended December 2012 FAR Value %direct labor Direct Labor $ 15,635,693 Payroll Taxes and Fringe Benefits Pension Plan 1,100,000 7.04% Vacation,Sick,Holiday Pay 3,460,931 22.13% Group Insurance 2,324,825 14.87% Payroll Taxes and Fringe Benefits 2,473,831 15.82% $ 9,359,586 59.86% General and Administrative Expenses Indirect Salaries 10,895,875 69.69% Building&Equipment 6,575,433 42.05% Taxes and Insurance 1,581,580 10.12% Professional Consulting Services 825,811 5.28% Business Travel 206,794 1.32% Office Supplies and Expense 454,757 2.91% Training,Education,Prof.Licenses 475,406 3.04% $ 21,015,657 134.41% Total Overhead before FCM $ 30,375,243 194.27% Facilities Cost of Money $ 67,784 0.43% Total Allowable Overhead $ 30,443,027 194.70% FAR Overhead Rate 1.9470 194.70% Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: Utility I.oc2te Services - Applied Prof-ssional Service Inc Geotechnical Fngineering- AMFC Farth & Fnvironmenta, T i c Historic, Cult i a Archaeological R-sea ch - C1 t . R-so i c- a i . 1 s T1 Acquisition Services - Universa Field S-rvices, Tic Air Quality Analysis - FNVTRON International Corporation DOT Form 140-089 EF Exhibit G Revised 6/05 Applied Professional Services Exhibit G-1 �` ' Subconsultant Fee Determination - Summary APPLIED PROFESSIONAL SERVICES INC. Parametrix September 12`h, 2013 1019 39th Avenue SE, Suite 100 Puyallup, WA 98374 Attn: Christy Pope RE: City of Auburn 52nd St NE Utility Locates Christy. Thanks for the opportunity to provide an estimate of services for the 52nd St NE mapping project for the City of Auburn, WA. (lcur The services APS will provide will be utility locating at a rate of$80.00 per"with a not to exceed amount of$5,000.00. Our hourly rates are fully burdened and represent the lowest rate charged to our clients. Sincerely, I Steve B Brown Vice President CORPORATF OFFICE DIVISION OFFICE Pri vale Utility Locating • Airlvacuirni utility Potholing<�Pxcaviting • Utility Locating For Design • Video Pipe pispecuan Exhibit G-3 Breakdown of Subconsultants Overhead Cost APPLIED PROFESSIONAL. SERVICES INC, January 2, 2013 Washington State Department of Transportation Attention: Director of Consultant Services PO Box 47323 Olympia,WA 98504-7323 Subject: Hourly Rate Statement WSDOT Agreement Y-9761 SR 520 Bridge Replacement and 1-10V Program Attention: Director of Consultant Programs Division Below are the highest anticipated hourly billing rates for the On-Call Services. These rates are fully burdened and are the lowest rates charged to our clients. Applied Professional Services, 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. Applied Professional Services. Inc also certifies that they have a labor-charging/timekeeping system that is complete and sufficiently detailed to allow for a proper determination of the consultant's direct and indirect labor costs_ Classification L Hourly Billing Rate 1 Utility Designating $ 80.00 Utility hocating(Potholing) $220.00 Video Pipe Inspection $ 165.00 Storm & Sewer Designating $ 165.00 Respectfully...� Steve B Brown CORPORATE OFFICE DIVISION OFFICE ■' • Private Vtility Locating • Air/vacuum Utility yotholing s,Excavating • Utility Locating For Uesigo • Y.deo Pipe inspection AMEC Earth & Environmental Exhibit G-1 AMEC Sub-Consulting Budget Subconsultant Fee Determination -Summary Sheet S 277th Street,Auburn Breakdown of Labor Costs Personnel and Hour! Rates Per Category eo A 6G%/ o 'q 0G cb\ � c/ ` ` aJ P '/ T J 070 00 MOO $42 90 PT &tRS uto$C Sn.pp Contract and subcontract setup 2 8 8 8 Review as-builts and previous exploration 2 4 _ City construction permit(s) 2 8 8 2 Preparation for field work 2 6 6 2 Site reconnaissance 6 6 Test pits and 1 PIT(1 day) - 1 10 _ PITs(2 days) 1 16 Drill borings south of 277th St 1 12 Drill borings for Auburn Wy N intersection 1 12 Drill borings along 277th St 2 16 Measuring groundwater wells(2 trips) 2 10 Plan and review lab testing 4 6 Boring logs,site plans,cross-sections 6 30 8 _ Engineering Analysis 4 16 24 8 Report Preparation 4 16 4 16 8 Review Plans and Specs 4 4 _ 3 meetings with City and Parametrix 9 _ 4 teleconferences with Parametrix 8 Project Management 2 12 12 Subtotal 12 103 28 128 i. 50 20 28 Total Labor Costs per Level $840 $5,150 $1,176 $4,736 $1,600, $600, $616 Total Labor Costs 14,718 AMEC Expenses AfJ,, .'V / Mileage 1200 mile $0.56 $666 Field supplies 1 LS $100 100 Traffic control plans 6 Each $150 900 Markup a 0% 0 Subtotal Expenses $1,6651 Laboratory Testing /f#/ fO0e/\' / Consolidation(5 loads) 4 Each $500 $2,000 Density 12 Each $30 $360 Full grain size 4 Each 5250 $1,000 SievelAtterburg 8 Each $100 $800 Moisture 30 Each _ $20 $600 Organic content 6 Each $100 $600 Markup a 0% $0 Subtotal Laboratory $5,360 Exploration Subcontractor Expenses / of ,)-;! / • / NW Excavating 1 day(test pits and 1 PIT) 1 days $2,700 $2,700 NW Excavating 2 days PITs 2 days $2,100 $4,200 Drilling 4 days(350',3 wells) 1 Estimate $18,300 $18,300 Traffic Control 3 days $600 $1,800 Markup @0% $ Subtotal Subcontractor Expenses 827,0001 DIRECT LABOR COST $14,718.00 OVERHEAD @ 149.83 $22,051.98 PROFIT La 0.30 $4,416.40 EXPENSE SUBTOTAL $34,026.00 TOTAL COST ESTIMATE $75,211 Exhibit G-3 Breakdown of Subconsultants Overhead Cost Washington State Transportation Building F Department of Transportation 310 Maple Park Avenue S.E. Paula J. Hammond, P.E. P.O.Box 47300 Secretary of Transportation Olympia,WA 98504-7300 5-7000 July 23, 2012 TTY:7D 800-833-6388 www.wsdot.wa.gov AMEC Environment& Infrastructures, Inc. Steve Ellis, Ph.D. 3500 188th Street SW, STE 600 Lynwood, WA 98037-4763 RE: AMEC Environment & Infrastructures, Inc. Overhead Schedule Fiscal Year End December 31,2011 Dear Mr. Ellis: The Georgia Department of Transportation (GA DOT)has concluded their cognizant review of the audit of AMEC Environment&Infrastructures, Inc. Georgia is the cognizant State for AMEC Environment & Infrastructures, Inc. GA DOT accepted the audit performed by CPA Firm Sellers Richardson Holman & West, LLP. We were provided with their letter and a copy of the audit report. Based on the cognizant state's review of the audit and acceptance of the AMEC Environment&Infrastructures, Inc. rate, we are issuing this letter of review establishing AMEC Environment & Infrastructures,Inc.'s overhead rate for the fiscal year ending December 31, 2011. The Company Wide Rate (Composite Rate)is 148.48% (rate includes Facilities Cost of Capital) of direct labor. Included within this rate are the Home Rate of 149.83% (rate includes Facilities Cost of Capital)of direct labor and the Field Rate of 86.51% (rate includes Facilities Cost of Capital) of direct labor. Costs billed to actual agreements will still be subject to audit of actual costs. Home Field Composite Overhead 145.43 82.11% 144.08% G&A 4.17% 4.17% 4.17% Total 149.60% 86.28% 148.25% FCCM 0.23% 0.23%A 0.23% TOTAL 149.83% 86.51% 148.48% Please check with the WSDOT Consultant Services Office (HQ) and/or the WSDOT Area Consultant Liaison to determine when this reviewed rate will be applicable to your WSDOT agreement (s). Cultural Resource Consultants Exhibit G-1 Subconsultant Fee Determination - Summary Sheet Project: S 277th Street Road Widening CRC #: 1302B - Parametrix Direct Labor Cost Classifications Labor Hours x Rate = Cost Principal Investigator 3.5 $ 62.02 $ 217.07 Project Archaeologist I 0.0 $ 34.27 $ - Project Archaeologist II 42.0 $ 30.47 $ 1,279.74 Project Archaeologist III 0.0 $ 28.85 $ - Field Archaeologist 0.0 $ 24.00 $ - Field Archaeologist 0.0 $ 21.00 $ - Field Archaeologist 0.0 $ 19.00 $ - Historic Architect 0.0 $ 52.50 $ - Project Historian 0.0 $ 33.51 $ - Office Manager 3.0 $ 31.01 $ 93.03 Office Assistant 0.0 $ 18.90 $ - 48.5 $ 1,589.84 Overhead (OH Cost - - including Salary Additives): OH Rate x DLC of: 95% %x$ $ 1,589.84 $ 1,510.35 Fixed Fee (FF): FF Rate x DLC of: 20% %x$ $ 1,589.84 $ 317.97 Reimbursables: Photo & Graphic Supplies $ 20.00 Lodging: $ - Per Diem: $ - Mileage: $ 61.85 $ 81.85 Grand Total: $ 3,500.00 Prepared by: Teresa Peterson, Office Manager Date: 2-Apr-13 DOT Form 140-089 EF Exhibit G-1 Exhibit G-3 Breakdown of Subconsultants Overhead Cost Cultural Resource Consultants, Inc. Overhead Cost Schedule 2011 YTD Direct Labor Base $ 636,102 Overhead Costs % of Labor Auto and Travel $ 1,118 0.18% Field Vehicles/Equipment $ 29,365 4.62% Bank Service Charges $ 751 0.12% Business Licenses $ 398 0.06% Business Taxes $ 32,350 5.09% Communications &Telephone $ 6,930 1.09% Computer Expenses $ 559 0.09% Consultant Services $ - 0.00% Depreciation Expense $ - 0.00% Employee Health Insurance $ 76,523 12.03% Employee Recognition& Morale $ 185 0.03% Fees, Dues,Meetings, Etc. $ 130 0.02% Insurance Auto $ 4,770 0.75% Boat $ 1,850 0.29% General $ 6,365 1.00% Life/Disability $ 6,181 0.97% Professional $ 1,574 0.25% Library, Lab & Field Supplies $ 154 0.02% Unreimbursed Project Expenses $ 154 0.02% Office Equipment $ 1,246 0.20% Office Maintenance $ 100 0.02% Office Supplies $ 6,983 _ 1.10% Payroll Taxes $ 109,084 17.15% Pension- 401(K) $ 21,461 3.37% Postage &Delivery $ 1,636 0.26% Principal's Salaries $ 58,023 9.12% Professional Develop/Training $ 20 0.00% Professional Services $ 250 0.04% Professional Tax Prep $ 250 0.04% Rent $ 20,318 3.19% • Sick Leave $ 7,083 1.11% Subscriptions/Publications $ 125 0.02% Unemployment Taxes $ 9,360 1.47% Vacation Leave $ 24,817 3.90% Wages,Administrative $ 34,510_ 5.43% Wages, Bonus $ 87,580 13.77% Wages, Clerical Salaries $ 14,464 2.27% Wages,Holidays $ 20,054 3.15% Worker's Comp $ 18,512 2.91% Total Overhead Costs $ 605,233 95.15% Universal Field Services Exhibit G-1 Subconsultant Fee Determination - Summary Sheet S 277th Street Corridor Capacity and Non-Motorized Trail Improvements-C222A Subconsultant Fee Determination -Task 2 DIRECT SALARY COSTS(DSCI Personnel Hours Rate Cost 1 Quality Assurance 2.0 X $50.24 = $ 100 2 Project Manager 25.5 X $42.00 $ 1,071 3 Acquisition Specialist 6.5 X $37.00 = $ 241 4 Relocation Specialist 0.0 X $37.00 = $ - 5 Sr Administrative Specialist 10.0 X $29.00 = $ 290 Total Hours 44.0 Subtotal DSC = $ 1,702 Overhead(OH) 72.10% of DSC = $ 1,227 Fixed Fee(FF) 25% of DSC= $ 425 TOTAL DSC= $ 3,355 DIRECT NONSALARY COSTS(DNSC) Mileage 600 miles @ $ 0.565 $ 339 Miscellaneous Expenses(see note 4 below) $ 25 TOTAL DNSC= $ 364 SUBCONSULTANTS True Cost Estimate By Others $ - Appraisals By Others $ - Appraisal Reviews By Others $ - TOTAL SUBCONSULTANT FEES= $ - I TOTAL ESTIMATED AMOUNT = $ 3,719 Notes: 1.) Universal reserves the right to re-negotiate estimate total if Notice to Proceed not provided within 180 days from the date of this estimate. 2.) Mileage to be billed at$0.565/mile or the approved IRS rate at the time mileage is incurred. 3.) See Table A in the Scope of Work for list of parcels impacted and the real property rights to be acquired from each. 4.) Reimbursable miscellaneous expenses including but not limited to,mapping, photos,postage,parking printing,long distance telephone, etc.,at cost-no markup. 5.) This fee estimate and related scope of work is based on preliminary information. Right of way plans, design plans, or other reliable information is not available. 6.) It is assumed federal funds are participating in the right of way acquisition phase. C) C (. a) U 2 . a) 0 LL Q N CO N °) U)a N O N 0 O O 0 0 a) N co > U O E H 0 0 ,- 0300 ,- to = a I- C a „ —° N ) 0 0 0 CO 0 0 0 • R z z E o A, 0 a N A\ z a (O aD 0 O O N ia> C N O a 0 0 0 0 0 0 N N a 2 !T lT N N Np I E -c U) d 0 y. _c Q7 a4 - a a a a a a a a a E E — 8 ° - cc zii a N 0 W - N C •LLL L Q U y Q a c m C C T L o O N N L ° Y N ° vE E o. Oa L U_ o to _ ¢x m E L — E a � � N2 � 7 a S - Co �I • cO CO 2 0 Ti C U Q G c ao Vaos - m ° t r o .2 E 0 N w- 0 CO , ; � o Z d ie c) CL m C.) C N i • � ° > E yy m U .e N N F O U (n E C - > >, da CD a ° 1- 0 LL U .c < < 00 • w C c C O O 0 N N 0 o LL n 2 a N N N N N . N m O O I 3 0 0 2 Z Z 2 0. D. O. 0 N 0 CO CO CO • • • o Q o 0 ..—L o 0 0 « « •? • • a a a a L ...t V C .0 .0 y C C E C o N C C C E U 7 a 0 0 m Y a a a = _ _ _V UUU (o a as a a as W d, O O 0 W O O N M N N �� 0 0 0 ' N 0 )) CD U O 00 )0 00 00 00 0 0 00 0 00 L a co v 0 0 0 N CD CD CD CO CO }a A CD O N O O N O O O O O O O N (O 0 0 0 0 CD CD 0 O O C`7 ) 0 O) O) C) e OC O> O O c7 0) 0) O Cn O 0 O) 0) 4... ON N V 0 1- N V, V U) CO r ti I°d lid N C .- N M v. N co n co 0) ° '^ z V/ c) r O N r r a) C 7 Exhibit G-1 Subconsultant Fee Determination -Summary Sheet S 277th Street Corridor Capacity and Non-Motorized Trail Improvements -C222A Subconsultant Fee Determination -Task 7 DIRECT SALARY COSTS(DSC) Personnel Hours Rate Cost 1 Quality Assurance 8.5 X $50.24 = $ 427 2 Project Manager 45.5 X $42.00 = $ 1,911 3 Acquisition Specialist 114.0 X $37.00 = $ 4,218 4 Relocation Specialist 0.0 X $37.00 = $ 5 Sr Administrative Specialist 38.0 X $29.00 = $ 1,102 Total Hours 206.0 Subtotal DSC= $ 7,658 Overhead(OH) 72.10% of DSC= $ 5,521 Fixed Fee(FF) 25% of DSC= $ 1,915 TOTAL DSC= $ 15,094 DIRECT NONSALARY COSTS(DNSC) Mileage 1450 miles @ $ 0.565 $ 819 Miscellaneous Expenses(see note 4 below) $ 225 TOTAL DNSC= $ 1,044 SUBCONSULTANTS True Cost Estimate By Others $ - Appraisals By Others $ - Appraisal Reviews By Others $ - TOTAL SUBCONSULTANT FEES= $ - TOTAL ESTIMATED AMOUNT = $ 16,138 Notes: 1.) Universal reserves the right to re-negotiate estimate total if Notice to Proceed not provided within 180 days from the date of this estimate. 2.) Mileage to be billed at$0.565/mile or the approved IRS rate at the time mileage is incurred. 3.) See Table A in the Scope of Work for list of parcels impacted and the real property rights to be acquired from each. 4.) Reimbursable miscellaneous expenses including but not limited to,mapping, photos,postage, parking printing, long distance telephone,etc.,at cost-no markup. 5.) This fee estimate and related scope of work is based on preliminary information. Right of way plans, design plans,or other reliable information is not available. 6.) It is assumed federal funds are participating in the right of way acquisition phase. Exhibit G-3 Breakdown of Subconsultants Overhead Cost Account Title $ Beginning Total % of Direct Labor Direct Labor 773,603.68 100.00% Overhead Expenses: FICA 91,483.39 11.83% Unemployment 8,877.55 1.15% Health/Accident Insurance 67,775.58 8.76% Medical Aid & Industrial Insurance 22,001.87 2.84% HolidayNacation/Sick Leave 117,888.67 15.24% Commission/Bonus/Pension 22,096.06 2.86% Total Fringe Benefits 330,123.12 42.67% General Overhead: State B&O Taxes 0.00 0.00% Insurance 0.00 0.00% Administration &Time Not Assignable 112,997.66 14.61% Printing, Stationery & Supplies 12.32 0.00% Professional Services 532.89 0.07% Travel Not Assignable 12,040.94 1.56% Telephone &Telegrah Not Assignable 6,151.10 0.80% Fees, Dues & Professional Meetings 2,468.89 0.32% Utilities & Maintenance 2,254.25 0.29% Professional Development 8,857.80 1.15% Rent 58,547 36 7.57% Equipment Support 5,224.94 0.68% Office, Miscellaneous & Postage 18,528.91 2.40% Total General Overhead 227,617.06 29.42% Total Overhead (General + Fringe) 557,740.18 72.10% Overhead Rate (Total Overhead/Direct Labor) 72.10% DOT Form 140-089 EF Exhibit G-3 ENVIRON International Exhibit G-1 Subconsultant Fee Determination - Summary Sheet Level of Effort and Cost Estimate by ENVIRON International Corp. For: Auburn 277th Corridor Improvement AQ (With Conformity) Person Steffel Graham Richman DeSilva Wagener Title Principal Manager-8 Sr.Assoc-6B Assoc-5 Support Staff Rate $202.05 $104.52 $90.58 $82.23 $80.81 Cost Project Level Conformity Hot-Spot 6 40 28 55 $12,452 Assessment Documentation 8 8 I 18 26 4 $6,544 Project Management/ 8 6 4 4 $2,812 Telephone/Mtg I Total Hrs I 22 48 52 85 8 $21,808 I Estimated AQ Expenses(travel, printing, and misc. @ 2.0%of labor) $506 Total $22,314 ENVIRON International Corp. Page 1 of 3 Sept.4, 2013 Level of Effort and Cost Estimate by ENVIRON International Corp. For: Auburn 277th Corridor Improvement AQ (With Conformity) Rates Loaded Person/Job Class Hourly Rate Richard Steffel,Principal Environmental Scientist $202.05 Lisa Graham,Manager-8 Environmental Scientist $104.52 Kurt Richman, Sr.Assoc-6B Environmental Scientist $90.58 Lanka DeSilva,Assoc-5 Environmental Scientist $82.23 Cynthia Wagener,Project Assistant/Secretary $80.81 WSDOT Audited 2010 OH 159.85% Fee(%of DSC) 30.00% Cost Summary Person/Job Class Est. Hrs Est. Labor Cost Richard Steffel, Principal Environmental Scientist 22 $1,534 Lisa Graham,Manager-8 Environmental Scientist 48 $1,731 Kurt Richman, Sr. Assoc-6B Environmental Scientist 52 $1,625 Lanka DeSilva,Assoc-5 Environmental Scientist 85 $2,411 Cynthia Wagener,Project Assistant/Secretary 8 $223 Direct Salary Cost(DSC) $7,524 Overhead Cost at 159.85%of DSC $12,027 Fee at 30.0%of DSC $2,257 Total Labor Cost $21,808 Estimated Direct Expenses $506 Total Time and Materials Project Cost $22,314 ENVIRON International Corp. Page 3 of 3 Sept.4, 2013 Exhibit G-3 Breakdown of Subconsultants Overhead Cost ANL go 0.74; Washington State Transportation Building Department of Transportation 310 Maple Park Avenue S.E. Paula J.Hammond, P.E. p.o.Box 47300 Secretary of Transportation Olympia,WA 98504-7300 360-705-7000 July 5, 2012 TTY. 1-800-833-6368 www.wsdot wa.gov Greg Sullivan Environ International Corporation 4350 N Fairfax Drive, Suite 300 Arlington VA, 22203-1619 Re: Environ International Corporation, Overhead Schedule Fiscal Year End December 31,2010 Dear Mr. Sullivan: We have completed a desk review of your overhead schedule for the above referenced fiscal year. Our review included the documentation provided by Environ International Corporation. The reviewed data included,but was not limited to; the schedule of the indirect cost rate, a description of the company,basis of accounting and description of Environ International Corporation accounting system and the basis of indirect costs. Based on our work,we are issuing this letter of review establishing Environ International Corporation overhead rate for the fiscal year ending December 315%, 2010,at 1 59.85%of direct labor. Costs billed to actual agreements will still be subject to audit of actual costs. Please check with the WSDOT Consultant Services Office(HQ) and/or the WSDOT Area Consultant Liaison to determine when this reviewed rate will be applicable to your WSDOT agreement(s). Also,remember that when you provide next year's overhead schedule to our office,you will also need to submit either your internally prepared Compensation Analysis for our review, or use the National Compensation Matrix(NCM) format to prepare your alternate analysis and we will review that. The NCM is a tool that establishes compensation amounts presumed reasonable for certain executive positions. The Compensation Analysis and NCM are described further in the AASHTO Audit Guide, Chapter 7. We will need your Compensation Analysis, or alternative analysis based on use of the NCM, in order to complete our review of your overhead schedule. ENVIRON INTERNATIONAL Overhead Schedule For year ending Dec 31,2010 P&L Environ WSDOT Accepted Account Amount Adj. Adj. Ref. Costs % Direct Labor Base Salaries $ 37,678,866 $3,354,659 .1 $ 41,033,525 Salaries-Overtime - $0 Total Direct Labor Base $37,678,866 $3,354,659 $0 $41,033,525 Fringe Benefits Fringe(Paid Time-Off) $ 7,474,739 $7,474,739 18.22% Payroll Taxes 4,928,965 4,928,965 12.01% Pension Plan Contributions 2,649,787 2,649,787 6.46% 401K Employer Contributions 1,735,611 1,735,611 4.23% Vacation expense accrual 180,818 180,818 0.44% Employee Welfare 403,677 $ (287,822) H 115,855 0.28% Tuition Reimbursements 71,966 71,966 0.18% Health Insurance 5,916,088 5,916,088 14,42% Life Insurance 266,577 266,577 0.65% Workers Comp Insurance 347,791 347,791 0.85% Fringe Benefits $ (1,439,266) V (1,439,266) -3.51% Total Fringe Benefits $23,976,019 ($287,822) ($1,439,266) $22,248,932 54.22% General Overhead Salaries-Indirect Labor $ 13,408,077 $ 13,408,077 32.68% Uncompensated Overtime Salary (3,354,659) 1 (3,354,659) -8.18% Salaries&Wages-Bid&Proposal Labor 2,635,532 2,635,532 6.42% Salaries&Wages-Marketing Labor 3,612,944 $ (3,612,944) S 0 0.00% Excess executive compensation $ (315,665) W (315,665) -0.77% Corporate Seminars 1,000 (1,000) A 0 0.00% Print Advertising/Production 5,454 (5,454) A 0 0.00% Brochure Production 12,095 (12,095) A 0 0.00% Exhibit Production 11,622 (11,622) A 0 0.00% Direct Mailing B09 (809) A 0 0.00% Photography 1,744 (1,744) A 0 0.00% Web Site Development 1,374 (1,374) A 0 0.00% Corporate Design 33,724 (33,724) A 0 0.00% Advertising-Direct 1,320 (1,320) A 0 0.00% Other Promotion Costs 20,508 (20,508) A 0 0.00% Public Relations 6,504 (6,504) A 0 0.00% Charity Donations 16,765 (16,765) C 0 0.00% Travel 1,000,537 (502,020) U 498,517 1.21% Travel Accommodations 309,485 (159,470) L 150,015 037% Meals 417,148 (264,628) H 152,521 0.37% Other B&P and Marketing Costs 345,240 (281,371) T 63,869 0.16% G&A Salaries 1,157,401 (206,877) R 950,524 2.32% G&A Salaries Overtime 226,168 (75,389) 75,389 N,X 226,168 0.55% Temporary Help 470,064 470,064 1.15% Referral&Spot Bonuses 74,250 74,250 0.18% Recruiting Expense 468,229 468,229 1.14% Recruiting Travel 18,824 18,824 0.05% Recruiting Advertising 3,430 % 3,430 0.01% Recruitment Agency Fees 171,017 171,017 0.42% Relocation Expenses 51,429 51,429 0.13% Conference/Seminar Fees 458,832 458,832 1.12% Memberships/Dues 273,532 (13,677) K 259,855 0.63% Health&Safety Training 176,667 176,667 0.43% Training 506,344 506,344 1.23% Rent 6,766,884 6,766,884 16.49% Utilities 990,748 990,748 2.41% Insurance 231,852 231,852 0,57% Property Taxes 364,721 364,721 0.89% Page I ENVIRON INTERNATIONAL Overhead Schedule For year ending Dec 31,2010 P&L Environ WSDOT Accepted Account Amount Adj. Adj. Ref. Costs Total Depredation Software 523,629 523,629 1.28% Depreciation-Automobiles 62,981 62,981 0.15% Amortization Intangibles 256,044 (256,044) M 0 0.00% incentive Comp-Stock 125,011 (125,011) F 0 0.00% Incentive Comp-Cash 11,685,650 (2,037,345) 2,037,345 0,Y 11,685,650 28.48% Compensation/Investment Prgm 510,079 510,079 1.24% Interest income (2,326) 2,326 E 0 0.00% Interest Expense 24,360 (24,360) E 0 0.00% Interco Interest Inc/Exp (310,359) 310,359 E 0 0.00% Gain/(Loss)on Sale of Asset (11,047) (11,047) -0.03% Exchange Gain/(Loss) (159,999) 159,999 0 0.00% Current Federal Income Taxes 4,597,341 (4,597,341) G 0 0.00% Current State Income Taxes 912,184 (912,184) 912,184 P,Z 912,184 2.22% Current Foreign Income Taxes 97,907 97,907 0.24% Total General Overhead $ 54,967,738 $ (14,333,903) $ 2,709,253 $ 43,343,087 105.63% Total Overhead Expenses $ 78,943,757 $ (14,621,725) $ 1,269,987 $ 65,592,019 159.85% Overhead Rate 209.52% 156.75% 159.85% "Environ Intl Corp. reviewed and accepted 06/29/12 MP" "Overhead Rate still subject to WSDOT Audit" References Environ Adjustments: A Marketing/Advertising unallowable per 48 CFR 31.205-1(f)and 31.201.6(a), B Bad Debt Expense unallowable per 48 CFR 31.205-3 C Contributions unallowable per 48 CFR 31.205-8. D Federal Income Tax Preparation fees in excess of$250 unallowable per WSDOT Policy.Tax preparation was done in-house In 2010;no unallowable tax preparation fees in 2010. E Interest unallowable per 48 CFR 31.205-20. F Incentive Comp Stock related to acquisition unallowable per 48 CFR 31.205-27(a). G Federal income Tax unallowable per 48 CFR 31.205-41(b)(1). H Entertainment costs unallowable per 48 CFR 31.205-14. I Penalties from late filings of tax forms are unallowable per 48 CFR 31.205-15. I Uncompensated overtime adjustment per 48 CFR 37.115&DCAA 5-910,5-910.2 and 6-410. K Lobbying costs unallowable per 48 CFR 31.205-22. Adjusted 5%as estimate of lobbying costs that may be included in trade association membership dues. L Travel costs in excess of allowable amounts unallowable per 48 CFR 31.205-46 and W500T Accounting Manual M13-82,Chapter 10 Travel. M Amortization costs related to acquisitions unallowable per 48 CFR 31.205-27(a). N Overtime premium unallowable per 48 CFR 22.103-1,22.103-4(g)and WSDOT OH Policy. O WSDOT OH Policy limits bonus to 15%of allowable overhead costs. P State Income Tax unallowable per WSDOT Policy. Q Deferred Compensation related to acquisitions unallowable per 48 CFR 31.205-6(1)(2). R Salaries related to personnel performing Promotional Marketing unallowable per 48 CFR 31.205-1 5 Salary costs related to personnel performing marketing and direct selling duties. Amounts deemed unallowable per 48 CFR 31.205-1. T Costs associated with marketing activities are unallowable per 48 CFR 31.205-1. Allowable costs in this line item represent costs associated with Bid&Proposal activities. U Travel costs related to marketing travel is unallowable per 48 CFR 31.205-1, Airfare costs in excess of lowest customary standard,coach or equivalent airfare offered during normal business hours is unallowable per CFR 31-205-46. WSDOT Adjustments ✓ Fringe benefits associated with unallowable marketing labor removed per WSDOT Fringe benefit worksheet. W Executive compensation in excess of bench mark amounts 48 CFR 31.205-6 X W59OT overhead policy expired with OH's for 2009(see ref.N) Y WSDOT overhead policy expired with OH's for 2009(see ref.0) Z WSDOT overhead policy expired with OH's for 2009(see ref P) Paee 3 Exhibit H Title VI Assurances During the performance of this AGREEMENT,the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49,Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the"REGULATIONS"), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race,color, sex,or national origin in the selection and retention of sub-consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub-consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub-contract, including procurement of materials or leases of equipment, each potential sub- consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race,color, sex,or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books,records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration(FHWA)to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information,the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the CONSULTANT'S non-compliance with the non- discrimination provisions of this AGREEMENT,the AGENCY shall impose such AGREEMENT sanctions as it,the STATE or the FHWA may determine to be appropriate, including,but not limited to: • Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or; • Cancellation,termination, or suspension of the AGREEMENT, in whole or in part DOT Form 140-089 EF Exhibit H Revised 6/05 Exhibit I Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition,the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total work required for the Project. In addition,the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. DOT Form 140-089 EF Exhibit I Revised 6/05 Exhibit J Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's 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 Highways and 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 manger 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 H&LP,through the Region DOT Form 140-089 EF Exhibit J Revised 6/05 Exhibit K Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s)on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s)are a total of$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 the Agency'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 Highways and 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 Highways and 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. DOT Form 140-089 EF Exhibit K Revised 6/05 Exhibit M-1(a) Certification Of Consultant Project No. C222A Local Agency City of Auburn I hereby certify that I am Holli Moeini and duly authorized representative of the firm of Parametrix, Inc. whose address is 1019 39th Avenue SE, Suite 100, Puyallup, WA 98374 and that neither I nor the above firm I here represent has: (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 the 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(if any); I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration,U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal-aid highway funds,and is subject to applicable State and Federal laws,both criminal and civil. Date Signature DOT Form 140-089 EF Exhibit M-1(a) Revised 6/05 Exhibit M-1(b) Certification Of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Auburn Washington, and that the consulting firm 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; or (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 available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. De i.r • ent of Transportation, in connection with this AGREEMENT involving participation of,'ederal-aid t way funds axis subject to applicable State and Federal laws,both criminal an. civil. •-✓✓ Date /1 3 Signature DOT Form 140-089 EF Exhibit M-1(b) Revised 6/05 Exhibit M-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters-Primary Covered Transactions 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-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or 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 antitrust 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 (I) (B). of this certification; and D. Have not within a three(3)year period preceding this application/proposal had one or more public transactions(federal, state, or 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. Consultant(Firm): Parametrix,Inc. 1 ( � (rate (Sig atu - Pre sent or Authorized Official of Consultant DOT Form 140-089 EF Exhibit M-2 Revised 6/05 Exhibit M-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: 1.No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an 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 any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract,grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 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 subcontracts which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant(Firm): Parametrix, Inc. 1121 (Date) (Sig ident or Authorized Official of Consultant DOT Form 140-089 EF Exhibit M-3 Revised 6/05 Exhibit M-4 Certificate 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 15.401 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 C222A * are accurate, complete, and current as of August 19, 2013 **.This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal. Firm Parametrix, Inc. Name Holli Moeini / Title Chief Financial Officer Date of Execution*** J (et Ig0s3 * Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number(e.g., RFP No.). ** Insert the day, month, and year when price negotiations were concluded and price agreement was reached. *** Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. DOT Form 140-089 EF Exhibit M-4 Revised 6/05 CITY OF «« /\1JBt.JI ,.tsj Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 September 20, 2013 Chuck Schott Parametrix, Incorporated 1019 39th Avenue SE, Suite 100 Puyallup, WA 98374 RE: Agreement No. AG-C-435 Project No. C222A, South 277th Street Corridor Capacity & Non-Motorized Trail Improvements Executed Agreement and Notice to Proceed Dear Mr. Schott: Enclosed please find an executed copy of the above-referenced Agreement. This letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $1,250,000.00, and has a completion date of June 30, 2015. The Management Reserve Fund of$73,630.95 is not authorized at this time. For the City's tracking and record keeping purposes, please reference AG-C-435 and Project No. C222A on all correspondence, and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-931- 3086. Sincerely, J I Ryan Vondrak, P. E. Senior Project Engineer Public Works Department RV/ad/m h Enclosure cc: Dani Daskam, City Clerk Ryan Vondrak, Project Engineer AG-C-435 Proj. No.C222A (File 2.20) AUBURN * MORE THAN YOU IMAGINED n LA.CA- � •' CITY OF 1\ 5-ion AB T Nancy Backus, Mayor O J WASH I N GTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 September 2, 2016 Chuck Schott Parametrix, Inc. 1019 39th Avenue SE, Suite 100 Puyallup, WA 98374 RE: Supplemental Agreement #3 to Agreement for Professional Services, AG-C-435 Project No. C222A, South 277th Street Corridor Capacity & Non-Motorized Trail Improvements Dear Mr. Schott: Enclosed please find an executed copy of the above-referenced Supplemental Agreement #3. This supplemental is for a time extension only and extends the term of the agreement to October 31, 2016. For the City's tracking and record keeping purposes, please reference AG-C-435 and Project No. C222A on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-931-3086. Sincerely, Oa yen Vondrak, P.E. Capital Projects Manager Community Development & Public Works Department RV/ad/as Enclosure cc: Dani Daskam, City Clerk AG-C-435 C222A (2.20) AUBURN * MORE THAN YOU IMAGINED Organization and Address Parametrix, Inc Supplemental Agreement # 3 1019 39th Ave SE, Suite 100 Puyallup,WA 98374 Agreement Number Phone AG-C-435 253-604-6600 Project Number Federal Aid Number C222a STPUL-1160(002) Project Title New Maximum Amount Payable South 277th Street Corridor Capacity and Non-Motorized Trail $1,250,000.00 (no change) Improvements Description of Work No change in the scope of work. The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix, Inc and executed on the 19`h day of September, 2013, and as Amendments to the Agreement dated the 21s` day of April 2015 and the 22nd day of June 2016, and identified as Agreement No. AG-C-435. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: No change I I Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: October 31, 2016 III Section V, PAYMENT, shall be amended as follows: No change If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: 6 h u'1 � t By: ecnc,1r ?Jute le Consultant Signature A oing Authority Signature 5/L /id b' 30' (io Date Date Organization and Address Parametrix, Inc Supplemental Agreement # 3 1019 39th Ave SE, Suite 100 Puyallup,WA 98374 Agreement Number Phone AG-C-435 253-604-6600 Project Number Federal Aid Number C222a STPUL-1160(002) Project Title New Maximum Amount Payable South 277th Street Corridor Capacity and Non-Motorized Trail $1,250,000.00 (no change) Improvements ' Description of Work No change in the scope of work. The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix, Inc and executed on the 19th day of September, 2013, and as Amendments to the Agreement dated the 21St daV of April 2015 and the 22od day of June 2016,and identified as Agreement No. AG-C-435. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: No change II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: October 31, 2016 III Section V, PAYMENT, shall be amended as follows: No change If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. r By: �t„” ^6:-,/ By: KancySack u,6 Consultant Signature App•i g Authority Signature 5lzt, /ice f3 .30 •110 Date Date 0 Li . AUBURNT CITY OF * /j 3.- I 4 '61 Nancy Backus, Mayor WAS T H II NGO N 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 September 20, 2016 Chuck Schott Parametrix, Inc. 1019 39th Avenue SE Puyallup, WA 98374 RE: Amendment No. 4 to Agreement for Professional Services, AG-C-435 Project No. C222A, South 277'h St. Corridor Capacity & Non-Motorized Trail Notice to Proceed Dear Mr. Schott: Enclosed please find an executed copy of the above-referenced Amendment No. 4. This amendment extends the term of the agreement to December 31, 2017; supplements the scope of work to include services related to the preliminary engineering and environmental permitting phases of the project, includes services related to construction and includes additional compensation in the amount of $213,261.00 for a total agreement amount of $1,463,261.00. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-931-3086. Sincerely, •� .1I Oilcan Vondrak, P. E. Capital Projects Manager Community Development & Public Works Department RV/ja/as Enclosure cc: Dani Daskam, City Clerk Ryan Vondrak, Capital Projects Manager Kim Truong, Project Engineer AG-C-435 C222A (2.20) AUBURN * MORE THAN YOU IMAGINED Organization and Address Parametrix, Inc Supplemental Agreement # 4 1019 39th Ave SE, Suite 100 Puyallup, WA 98374 Agreement Number Phone AG-C-435 253-604-6600 Project Number Federal Aid Number C222a STPUL-1160(002) Project Title New Maximum Amount Payable South 277th Street Corridor Capacity and Non-Motorized Trail $1,463,261.00 Improvements Description of Work Additional design efforts that were as a result of comments and requested changes received by the permitting agencies during the environmental phase of design and construction services support. The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix, Inc and executed on the 191h day of September, 2013, and as Amendments to the Agreement dated the 2151 day of April 2015, the 22nd day of June 2016, the 30'h day of August 2016, and identified as Agreement No. AG- C-435. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: Additional services are required as set forth in attached Exhibit A, and by this reference made a part of this supplement. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31, 2017 III Section V, PAYMENT, shall be amended as follows: Additional payment for the proiect is authorized by this Supplemental Agreement as set forth in the attached Exhibits B-1, B-2 and B-3, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this Ioffice for final action. By: Q0L'k kr X I il L_C By: •:k ..0 . . \ 4..I► . _.r ►_ . onsultant Signature ApprA g Authority Signature e ( 1 ( t0 111. I • • Date Date Parametrix ENGINEERING.PLANNING.ENVIRONMENTAL SCIENCES -/ /--- Exhibit A Scope of Work The project scope of work in connection with the following project is supplemented with: City of Auburn South 277th Street Corridor Capacity and Non-Motorized Trail Improvements DESCRIPTION The purpose of this supplement is to provide additional services requested by the City of Auburn (City) and services related to the Preliminary Engineering and Environmental Permitting (PE Design) Phase of the project, and to add services during the Construction (CN) Phase. SCOPE OF SERVICES The City has contracted under the original agreement with Parametrix (Consultant) to assist the City in designing, environmental permitting, and obtaining right-of-way.This document describes the scope of additional services to be provided by the Consultant for the following PE-Design Phase Work Elements included in the original agreement: • Work Element 1—Project Management. • Work Element 3—Utility Coordination. • Work Element 4—Environmental. • Work Element 8—Plans, Specifications, and Estimates (PS&E). This document also describes the scope of services to be provided by the Consultant for the following Construction Phase Work Element that is added by this supplement: • Work Element 9—Assistance During Bidding and Construction. Detailed scope-of-service information for each work element listed above is provided in this document. Optional services beyond those stated in this scope of services may include: • Construction survey. • Construction inspection. • Construction management, administration, and other related services to support the City during construction, not specifically described in this supplement. Budget for these optional services is not included in the agreement at this time, but may be added by a future supplement to the agreement if such services are requested by the City. City of Auburn 214-1931-841 South 277th Street Corridor Capacity 1 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work SCOPE OF WORK (continued) • General Project Assumptions • The physical improvements anticipated for the City's South 277th Street Corridor Capacity and Non-Motorized Trail Improvements Project (Project) will be as included in the Final Bid Documents and Addendum No. 1 produced jointly by the Consultant and City and used as the basis of bids opened on June 9, 2016, including all bid schedules. • The notice to proceed for construction shall be issued to the City's contractor(Contractor) in July 2016. Work shall be suspended from November 1, 2016,through February 28, 2017. During this suspension, the Contractor shall continue to control erosion, pollution, and runoff per the requirements of the Bid Documents. Construction shall be substantially completed before the end of 2017. • The schedule for project construction is dependent on weather conditions and Contractor performance, which have been assumed based on past project experience. However, neither the City nor the Consultant can control the actual number of workable working days available to the Contractor, nor can the City or the Consultant control the Contractor's ability to complete construction within the allotted number of working days. • A 53-month total Project schedule is assumed (September 2013 through December 2017). This includes a 34-month PE-Design phase (September 2012 through June 2016) and a 19-month CN phase (July 2016 through December 2017). PHASE 1 — PE DESIGN Work Element 1 — Project Management The Consultant shall provide additional project management to account for the extended duration of the PE-Design Phase, which increased from 22 months (as assumed by the original agreement) to 34 months. This 12-month increase represents an approximate 55 percent increase in the duration of the PE-Design Phase. 1.1 — Project Communication The Consultant shall provide additional weekly conference calls and project meetings as a result of the increased duration of the PE-Design Phase. 1.2 — Project Administration The Consultant shall provide additional progress reports, invoices, and associated schedule/budget tracking and administration as a result of the increased duration of the PE-Design Phase. Work Element 3— Utility Coordination 3.1 — Utility Coordination 3.1.4 — Potholing Coordination and Survey The Consultant shall coordinate with the City, franchise utility, and Consultant's Utility Potholing Staff to accomplish potholing required to confirm and/or resolve potential utility conflicts identified during the Conflict Analysis completed under the original agreement. The Consultant shall coordinate with franchise utility City of Auburn 214-1931-841 South 277th Street Corridor Capacity 2 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work SCOPE OF WORK (continued) representatives and utility potholing contractor(s) contracting directly with the franchise utility companies to accomplish the project's potholing needs. The Consultant shall complete field survey of up to 23 pothole locations, add to project base mapping, and compile the results of potholing to include in the project specifications. 3.1.5 — Potholing (by Consultant's Utility Potholing Staff Only) The Consultant's Utility Potholing Staff shall utilize an air vacuum excavation system to verify utilities at up to six selected test-hole locations to obtain utility and depth information for the project's design. A hub/PK nail and washer shall be left at grade at each test-hole with measurements stamped into the washer. The results of the potholing shall be documented with field test-hole data sheets for each pothole location, including Type of Utility, Top, Bottom, Width, Diameter, and Direction of the utility. All potholes shall be summarized in an Excel spreadsheet containing all test-hole data for the project. Deliverable(s) • Test-hole data sheets. • Excel spreadsheet containing all test-hole data for the project. • Hub and washer left at grade with measurements stamped into washer. Work Element 4 — Environmental A stoppage of work was required during the Consultant's initial environmental documentation efforts while the City and Consultant team worked in coordination with Robertson Property Group (RPG) and City planning staff (Planning) to resolve issues related to the size and location of stormwater treatment and detention ponds, and the mitigation stream. As a result, production of a number of the environmental tasks was put on hold and remobilized after the issues were resolved with RPG and Planning. This affected the efficiency by which the Consultant could deliver the environmental tasks that were in progress at the time. Adjustments to the Consultant's budget to account for this remobilization effort are included in this supplement for the following original agreement Work Sub-Elements that were most advanced at the time of the stoppage, and therefore most impacted by the remobilization when work resumed: • Work Sub-Element 4.1.2—Wetlands and Streams Discipline Report. • Work Sub-Element 4.2—Endangered Species Act Compliance. This document also describes the scope of additional services, in addition to the stoppage of work, to be provided by the Consultant for the following original agreement environmental Work Sub-Elements: • Work Sub-Element 4.1.2—Wetlands and Streams Discipline Report. • Work Sub-Element 4.1.3—Floodplain Analysis. • Work Sub-Element 4.1.4—Noise Analysis. • Work Sub-Element 4.1.5—Joint Aquatic Resources Permit Application. • Work Sub-Element 4.1.3—Critical Areas Study. City of Auburn 214-1931-841 South 277th Street Corridor Capacity 3 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work SCOPE OF WORK (continued) 4.1 — NEPA Compliance 4.1.2 —Wetlands and Streams Discipline'Report Additional budget is included in this supplement to account for added labor costs associated with remobilizing Consultant staff to resume and revise preparation of the draft wetland and streams discipline report based on the outcomes of the City and Consultant design team's coordination of stream and stormwater wetland/detention ponds with Planning and RPG. Deliverable(s) • One (1) Revised Preliminary Draft Discipline Report in Word format. 4.1.2b—G Street NE Ditch (Stream 1A) Based on comments received from Washington State Department of Fish and Wildlife (WDFW) and the Muckleshoot Tribe (Tribe) during review of the Joint Aquatic Resources Permit Application (JARPA), the ditch along the west side of the unimproved G Street Northeast south of South 277th Street was identified as having potential stream and fish habitat characteristics.This was not anticipated or included as part of the original scope. The Consultant shall provide additional research, field investigation and coordination with WDFW and Tribe staff necessary to define and document any the stream characteristics of the ditch along the west side of G Street Northeast (Stream 1A) extending from the fish bearing stream along the south side of South 277th Street (Stream 1) to a point approximately 200 feet south of Stream 1. The Consultant shall meet in the field with WDFW staff to confirm the Consultant's initial assessment of the extent and nature of Stream 1A characteristics, and use input from WDFW staff to complete documentation of the stream for the project purposes. The results of the research, field review, and resulting stream determination shall be summarized in a Technical Memorandum for the City to transmit to the United States Army Corps of Engineers (Corps) to support the Nationwide No. 14 Corps permit for the project.The Consultant shall address, if necessary, any comments or concerns from the Muckleshoot Tribe field biologist's review of the Technical Memorandum resulting from the Muckleshoot Tribe's review of the Corp permit. 4.1.3 — Floodplain Analysis The Consultant shall conduct additional research into status and justifications for the various published, unpublished and codified base flood elevations in the vicinity of the project, identify applicability and potential implications of each on the Project, and coordinate with City staff to determine base flood elevation to use for the project. 4.1.4 — Noise Analysis Abatement Justification The Consultant shall assist the City in confirming the Washington State Department of Transportation (WSDOT) staff determination that noise mitigation would be required for the project.This includes additional research into the timing of the adjacent Trail Run development's construction of roadway widening in relation to the City of Auburn 214-1931-841 South 277th Street Corridor Capacity 4 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work • SCOPE OF WORK (continued) construction of the townhomes, as well as research into the applicability of past environmental documentation for the Trail Run development and City of Kent's AS for prior improvements to the South 277th Street corridor. It also includes researching potential options for reconfiguring the project improvements to avoid the noise impact or constructing the project in a phased approach to defer the impact. The Consultant shall take additional rag tape field measurements regarding the elevation and location of noise receptors relative to existing noise walls and roadway elevations to refine the more approximate level of data typically used for NEPA noise analysis to confirm the WSDOT identified noise impact. Noise Wall Definition and Renderings The Consultant shall utilize additional rag tape field measurements of approximate elevations of the top and bottom of existing noise walls and townhomes relative to the roadway grade, to better define the locations and elevations of the noise walls potentially required to mitigate the proposed project's noise impacts.The Consultant shall utilize these measurements to prepare graphic renderings to depict the approximate height of proposed noise walls relative the existing noise wall and townhomes. The Consultant shall provide sketches and approximate quantities of required noise walls to the City to assist the City in quantifying the approximate cost of noise walls and for the City's future use in preliminary design of the noise walls, if ultimately required. Detailed field survey is recommended for the City's final design of noise walls. The Consultant shall also research, and provide to the City, quantity and cost information for the City's use in evaluating options related to relocating and/or reconstructing the existing noise wall system. 4.2 — Endangered Species Act Compliance Additional budget is included in this supplement to account for added labor costs associated with remobilizing Consultant staff to resume and revise preparation of the draft biological assessment (BA) based on the outcomes of the City and Consultant design team's coordination of stream and stormwater wetland/detention ponds with RPG. Deliverable(s) • Revised Preliminary Draft BA—Two (2) electronic copies (PDF and Word). 4.5 —Joint Aquatic Resources Permit Application The Consultant shall provide additional coordination with WDFW and Corps (Agencies), in addition to what was assumed for the original agreement, to respond to comments/questions from Agencies staff and to support of the project approvals from both Agencies, including: • Email and phone correspondence with WDFW staff, review of draft Hydraulic Project Approval (HPA) permit conditions, and tracking/processing formal approval of the HPA. • Email and phone correspondence with Corps staff to advance the Corps' review of submitted materials, and tracking/processing formal approval of the Corps Nationwide Permit for the project, including: Researching documentation for City of Kent (Kent) mitigation sites, coordinating and attending field site review with the City, Corps, and Kent. • Identifying and documenting potential fencing needs around Kent mitigation sites. • Reviewing and responding to Corps' Memorandum for the Record (MRF) wetland mitigation review. City of Auburn 214-1931-841 South 277th Street Corridor Capacity 5 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work I SCOPE OF WORK (continued) Preparation for and participation in conference call with Corps to discuss MRF. Preparation of stand-alone Final Mitigation Plan to satisfy the Corps Condition "g" of Nationwide Permit Verification letter. Deliverable(s) • Draft Final Mitigation Plan—Two (2) electronic copies (PDF and Word). • Final Mitigation Plan—Three (3) hard copies and one (1) electronic PDF copy. 4.6 —Critical Areas Study Additional efforts for the Consultant to support the City with local permits and approvals, including City environmental approvals and variances and King County right-of-way use permit are included in this Work Element. The Consultant shall: • Provide additional research, analysis, and coordination with City and Planning staff to support the project's use of existing floodplain compensatory storage at the Port of Seattle site. The original scope of work assumed this would be just a "paper" exercise. • Provide additional analysis, as requested by City staff, to evaluate off-site flood conveyance and resize the proposed flood culverts to account for future filling of the floodplain by others south of South 277th Street and associated removal of the 48-inch culvert at D Street Northeast for flood flows. • Assist the City with completing the City's floodplain permit application. • Coordinate with Planning staff to identify revisions to existing conservation easements and buffers, and to revise previously proposed buffer locations and distances based on the outcomes of the City and Consultant design team's coordination of stream and stormwater wetland/detention ponds with Planning and RPG. • Assist the City with completing the City's critical areas variance application. • Prepare progress prints, and additional project information to support the City's application for a right-of- way use permit from King County. Deliverable(s) • Addendum to Flood Flow Memorandum —one (1) electronic PDF copy. • Floodplain Grading Exhibit—one (1) electronic PDF copy. • Riparian Corridor Exhibit—one (1) electronic PDF copy. • Floodplain Permit Application Markup—one (1) hard copy • Critical Areas Variance Application Markup—one (1) hard copy City of Auburn 214-1931-841 South 277th Street Corridor Capacity 6 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work SCOPE OF WORK (continued) Work Element 8 — Plans, Specifications, and Estimate (PS&E) 8.3 — 99% "Proof' Bid Documents The Consultant shall provide additional design and detailing to replace the originally-assumed WSDOT-standard structural earth (SE)wall and concrete barrier/moment slab with a project-specific wall type utilizing a lightweight engineered fill material and reduced limits of barrier/moment slab replacement that more effectively and efficiently capitalizes on the existing wall type and moment slab type that was discovered during design to be constructed different than in the record drawings. The Consultant shall provide an additional 100%Check Set submittal of plans, specifications, and estimate as requested by the City. Deliverable(s) • 100% Drawings—One (1) electronic PDF copy. • 100%Specifications—One (1) electronic copy (MS Word with tracked changes). • 100%Opinion of Cost—One (1) electronic copy(Excel format). 8.4— Final Bid Documents The Consultant shall revise the plans, specifications, and bid items/schedules to split out the project improvements to be bid as the following three separate bid schedules as requested by the City to accommodate different tax situations and to allow the improvements on 83rd Avenue Southeast to be included as an additive bid: • Schedule A; Street Improvements (Base Bid). • Schedule B: Water Utility Improvements (Base Bid). • Schedule C:83rd Avenue Improvements (Additive Bid). The Consultant shall revise the mitigation stream alignment and associated plans, specifications and bid items/schedules to increase the length of the mitigation stream as required by the Corps and Tribes conditions of the Corps permit. Deliverable(s) • Revised Plans (13 sheets affected by stream revision)—One (1) full-size set of thirteen (13) revised sheets on Poly Film, 22-inch by 36-inch, sealed and signed by an engineer/architect licensed in the State of Washington as appropriate. • Revisions to other plans, specifications and estimate related to the repackaging into three schedules for bidding shall be reflected on the originally scoped deliverables for the final plans and other bid documents. City of Auburn 214-1931-841 South 277th Street Corridor Capacity 7 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work SCOPE OF WORK (continued) Work Element 9 —Assistance During Bidding and Construction (CN) Phase Subtask 9.1 — Project Management during Construction Phase Project Management and Administration • Internal project setup for CN Phase. • Status and progress communications with City and Geotechnical subconsultant. • Assumed an average of one half(1/2) hour per week of project activity, excluding the winter shut- down, consisting of combination of check-in call once every two weeks, and other time spent communicating by email. • Provide progress reports and invoices Progress reports will be provided on an average of once every two months, with billings withheld during periods of low project activity. Assumed ten (10) progress reports and invoices over the course of the CN Phase. • Assumed up to 75 staff hours for total project management and administration during construction. Subtask 9.2 — Bid and Award Phase Services Bid Document Clarifications • Provide interpretations and clarifications for plans and specifications to City staff in response to bidders' questions during bidding. • Assist the City in preparing up to two addendums as necessary to clarify or correct contract documents for City approval prior to distribution to plan holders. • Assumed the City will be the only point of contact for bidders' questions during bidding.The City will maintain a written Record of Telephone Conversations with questions and answers to be provided to bidders if desired by the City. • City staff will lead the process of preparing and issuing addenda. City staff will facilitate bid opening. • Assumed up to 4 staff hours total for bid document clarifications. Subtask 9.3 —Construction Support Services (Non-Geotechnical) Support Services during construction are highly variable and dependent on conditions during construction that are beyond the control of the City and the Consultant. The scope of services described below is a sampling of the type of services anticipated to be provided by the Consultant, with assumptions stated for the estimated level of effort to establish the budget allowance. Compensation for the Consultant's services will be on a time and materials basis to provide support as requested by the City. The Consultant will notify the City if at such time it becomes clear that the level of effort to support the City during construction is likely to exceed the budget City of Auburn 214-1931-841 South 277th Street Corridor Capacity 8 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work SCOPE OF WORK (continued) allowance. The City will provide a supplement to the agreement to increase the budget allowance to allow the Consultant to continue to support the City if desired. See Subtask 9.4, Geotechnical Support Services, for Consultant's geotechnical staff support related to the following Subtask 9.3. Pre-Construction Meeting and Progress Meetings • Attend Pre-Construction Meeting. • Assumed 4 hours, including travel time, per each for two staff. • Preparation of agenda and meeting notes by others. • Attend weekly progress meetings and/or field/site meetings when requested by the City's project manager. Assumed 5 meetings at 4 hours, including travel time and field review, per each meeting per each staff. Three of the meetings will be attended by one (1) staff, the other two (2) attended by up to two (2) staff. Preparation of agendas and meeting notes by others. • Assumed up to 36 staff hours total for Pre-construction meeting and other meetings. Submittal Reviews • Assist in the review of Contractor's significant submittals. Assumed City will take the lead on tracking all submittals, and reviewing the vast majority of them. • The Consultant will assist in the review of the following five (5) significant submittals that are • expected to include engineering judgement in addition to general checks for compliance/interpretation of the project bid documents: • Stormwater Pollution Prevention Plan (SWPPP). • Preload Material Substitution Request. • Preloading Plan. • Retaining Wall Working Drawings and associated Structural Calculations. • Fish Culvert. Assumed up to 49 staff hours total for significant submittal reviews. • Assist in the review of Contractor's other submittals. • Assumed up to 15 other minor submittals that are not typical for City projects, such as, the variable message sign and substitution requests (other than preload materials). Assumed up to 30 staff hours total for these other submittal reviews. Review Requests for Information (RFIs) • Assist in the review of up to 15 formal Contractor's RFIs and up to 15 other City directed requests for information. City of Auburn 214-1931-841 South 277th Street Corridor Capacity 9 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work SCOPE OF WORK (continued) Assumed City will take the lead on tracking all RFI's, and reviewing the vast majority of them. The Consultant will assist in the review of RFIs, if needed, and provide to City to approve and process. • Assumed up to 30 staff hours for review and response to Contractor's RFIs. • Assumed up to 30 staff hours for review and response to other's RFIs. Changes • Prepare change drawings and descriptions for the City's use in preparing field directives and change orders. Assumed City will take the lead on preparing and issuing field directives and change orders. • Assumed Consultant will prepare up to four(4) change drawings (pdf format) and descriptions for City's use in execution of changes. • Assumed up to 32 staff hours for preparing change drawings and descriptions. Reimbursable Expenses • Mileage to and from Consultant offices to the site/City Hall. Subtask 9.4 — Geotechnical Support Services (Geotechnical subconsultant only) Provide geotechnical discipline support for Consultant services during construction as described in Subtask 9.3, • Construction Support Services. Services generally described as: • Attend Pre-Construction Meeting. • Field observe subgrade preparation and initial fill placement for the embankment preload, in coordination with the City's project manager. • Daily monitoring (transitions to weekly) of preload monitoring data provided by the City's contractor. • Provide other engineering consultation as necessary to facilitate construction. See attached Attachment 1 (AMEC Letter dated 7/11/2016)for additional information regarding scope of Geotechnical Support Services. Subtask 9.5 — Record Drawings • Prepare record drawings. • Draft Record Drawings will be prepared in PDF format for City reproduction and review. • Assumed Final Record Drawings, up to 80 sheets, full-size 24-inch by 36-inch, plotted on polyethylene film, will be prepared in response to City review comments. Assumed record drawings will be drafted by the Consultant based on the information provided by the Contractor as described in Section 1-05.4(1) of the Project Special Provisions without further investigative effort by the Consultant. City of Auburn 214-1931-841 South 277th Street Corridor Capacity 10 August 2016 and Non-Motorized Trail Improvements Project C222A—Supplement 2 Scope of Work Attachment 1 0� amec July 11, 2016 foster Project No. 3-917-17655-A wheeler Mr. Chuck Schott, P.E. Parametrix 1019 39th Ave SE, Suite 100 Puyallup, WA 98374 Subject: Geotechnical Construction Monitoring S 277th Street Corridor and Non-motorized Trail Improvements Auburn, Washington Dear Chuck: Amec Foster Wheeler Environment & Infrastructure (Amec Foster Wheeler), is pleased to present our proposed scope of services and estimated costs for geotechnical construction monitoring during the construction of the road improvements for the S 277th Street Corridor and Non-motorized Trail Improvements project. We understand that construction will commence during the summer of 2016 is to be completed late fall of 2017. This proposal estimate is based on our discussions between Amec Foster Wheeler, Parametrix, and the City of Auburn, as well as our previous construction monitoring experience with similar projects, anticipated project needs, and timelines during construction, however, we have not reviewed the contractor's schedule. SITE AND PROJECT DESCRIPTION Improvements to the existing S 277th Street two-lane road include adding two eastbound lanes and one westbound lane for vehicle traffic, a separated non-motorized trail and associated utility improvements. Additional improvements will also be made to the intersection of S 277th Street and Auburn Way N and northward on 83rd Avenue S to include a new retaining wall at the northwest corner of the intersections for widening of the southbound west turn lane and realignment of the non-motorized trail. The existing traffic lanes within the improvement boundaries will also receive an overlay as part of the project. SCOPE OF WORK Our proposed scope of work is based upon our meeting with Parametrix and the City on July 6, 2016. • Attend a pre-construction conference with the design team and contractor to discuss important geotechnical-related construction issues; Amec Foster Wheeler Environment& Infrastructure, Inc. 11810 North Creek Parkway N Bothell,Washington 98011 (425)368-1000 Phone (425)368-1001 Facsimile www.amecfw.com Mr. Chuck Schott, P.E. (>4Npik Parametrix amec July 11, 2016 foster Page 2 of 3 wheeler • Observe subgrade preparation and initial fill placement for the embankment preload; • Daily monitoring (transitions to weekly) of settlement plates during embankment pre-load phases of the project; and • Provide engineering consultation as necessary to facilitate construction. Our field observations each day will be summarized in a Daily Field Report. A copy of the field report will be provided to the contractor. Following a review and possible revision by our project manager, Daily Field Report copies will be distributed to the various parties involved with the project. A summary • memo will be prepared to document our review of the settlement plate survey data and confirm that sufficient preload settlement has occurred. The contractor for the project should realize that our work does not include supervision or direction of the actual work performed by the contractor, his employees, or agents. We will use accepted engineering and construction monitoring procedures; however, our involvement will not relieve the contractor of his primary responsibility to produce a completed project conforming to the project plans and specifications. Furthermore, Amec Foster Wheeler will not be responsible for job or site safety on this project, as this is the responsibility of the contractor. COST ESTIMATE The estimated budget to provide the engineering support is $35,073. For a complete breakdown of hours, personnel, and expenses proposed to work on the individual tasks and phases, see the attached Estimated Cost Summary. See attached Exhibit B-3 We have assumed some part time site visits during the embankment construction as well as office review of the survey data collected from the settlement plates during the preload. Amec Foster Wheeler's services will be performed on a time-and-expenses basis. The cost of our services will be related to the contractor's time schedule for the project. Consequently, any estimated total costs should not be considered a lump sum, but instead an approximation that will be dependent on the actual construction schedule and site conditions. Our project manager will receive weekly budget status reports, and invoices will be sent on a monthly basis. Using this information, we will keep you informed of any potential changes in the scope of work or the budget. Mr. Chuck Schott, P.E. �• kis Parametrix amec jam_ July 11, 2016 foster Page 3 of 3 wheeler CLOSURE We appreciate the opportunity to be of continued service to Parametrix and the City of Auburn. If our scope of work and estimated costs are acceptable, we understand that a consultant agreement will be prepared with this proposal as an attachment. If you have any questions or need additional information, please feel free to contact our office. Sincerely, Amec Foster Wheeler Environment & Infrastructure, Inc. Todd D. Wentworth, P.E., L.G. Associate Engineer Client:City of Auburn Project:S 277th Corridor Improvements Project No:2141931024 B L I d U C • & d LL L E t a E yE 1O a r v a EXHIBIT B-1 —CONSULTANT FEE DETRMINATION Environmental and Preliminary Engineering(PE-Design)Phase a ro v ▪ c C u` C m W N m C 0 w a m U 'Cr O ,n w y`) Burdened Rates: 11.70 $201.05 $97.18 $238.85 Phase Task Description Labor Dollars 01 Project Management $24,467.9. 0101 Project Communication $18,491.4 Add'!Weekly Calls and Meetings $18,491.4; 0102 Project Administration $5,976.4; Additional Project Administration $5,976.4: 03 Utility Coordination $2,522.8, 0301 Utility Coordination $2,522.8; Pothole Planning,Coord.&Drafting $2,522.8! 0301SC Potholing Subconsultant $0.0: 04 Environmental $48,410.1! 15 4 0401 NEPA Compliance $17,449.91 15 Wetlands&Streams Discipline Report Strem 1A Delineation $6,502.2. Abatement Justification $4,451.64 Noise Wall Definition and Rendering $3,980.9! 15 Noise Wall Design Support $2,515.1: 0405 Joint Aquatic Resources Permit App $18,695.7, Agency Coordination WDFW $3,920.3[ USA CE $5,880.44 Stand-Alone Mitigation Plan $8,895.0: 0406 Critical Areas Study $12,264.31 4 Additional Floodplain Analysis $4,663.9E 4 City Permit Support $4,115.5£ County Permit Plans and Support $3,384.84 08 Plans,Specs,&Estimate(PS&E) $52,728.4! 8 8 0803 99%"Proof"Bid Documents $16,624.6t 8 8 Specialized Wall Design 54,489.5E 8 8 100%Check Set PS&E $12,135.0£ 0804 Final Bid Documents $36,103.8! Repackage for Additive Bid $25,109.0£ Stream Length Revision $10,994.7; Labor Totals: $128,129.3: 15 8 8 4 Less Fixed Fee: ($11,838.26 PMX Labor Subtotal $116,291.1: SUBCONSULTANTS Subconsultant Name Amours Applied Professional Services Inc $3,660.01 Subconsultant Total: $3,660.01 DIRECT EXPENSES: Description Amoun Expense Total: $44.8! Supplement 4-PE Phase Subtotal $119,995.91 Client:City of Auburn Project:S 277th Corridor Improvements Project No:2141931024 L a =ra t L 6 V, c m g 0- x 3 a 5 v u t v .c E c Ls; -ira .ID 3 L v L Lu V W g 0 0 H EXHIBIT B-2—Consultant Fee Determination o Bid and Construction(CN)Phase v V`o > = ;, 8 = a c w` a C W m C m c 2 N 7, 00 W W R ,nn 0 N V W Burdened Rates: $209.59 $111.53 $141.02 $129.46 $163.10 $201.05 $97.18 Phase Task Description Labor Dollars Labor Hours 09 Assistance during Bidding and CN $57,872.39 354 123 23 12 96 80 4 16 09 0901 Project Managment during CN Phase $13,758.36 75 55 20 Status and Progress Communications $7,335.79 35 35 Setup and Prog.Reports/Invoices $6,422.57 40 20 20 09 0902 Bid and Award Phase Services $838.38 4 4 09 0903 Construction Support Services $34,017.41 207 60 3 12 36 76 4 16 Pre-Con and Progress/Field Meetings $6,987.42 36 24 12 Significant Submittal Reviews $7,238.96 49 8 3 2 16 4 16 SWPPF $906.24 6 1 1 2 2 Preload Mat.Substitution $1,490.77 8 4 4 Preloading Plan $861.98 5 1 4 Retaining Walls $2,215.62 18 1 1 2 2 12 Fish Culvert $1,764.35 12 1 1 4 2 4 Other TBD $0.00 0 Other Submittal Reviews $4,928.49 30 8 10 12 Contractor RFIs $4,814.45 30 6 4 8 12 Other RFIs $4,814.45 30 6 4 8 12 Change Drawings and Descriptions $5,233.64 32 8 4 8 12 09 0904SC Geotechical Support Services $0.00 0 09 0905 Record Drawings $9,258.24 68 4 60 4 Labor Totals: $57,872.39 354 123 23 12 96 80 4 16 SUBCONSULTANTS Subconsultant Name Amount AMEC Earth&Environmental Inc $35,073.00 Subconsultant Total: $35,073.00 DIRECT EXPENSES: • Description Amount Mileage $319.65 Expense Total: $319.65 Supplement 4-CN Phase Subtotal $93,265.04 Supplement 4-TOTAL $213,261.00 EXHIBIT B-3 Subconsultant Fee Determination Amec Foster Wheeler Environment and Infrastructure, Inc. Labor Costs Personnel and Hour! Rates Per Category / 5ve`o t� 5se`olOeo• ci co./e��c� Paro/7,6 Task Description $75.00 $65.00 $42.00 $42.00 $32.00 $31.00 $25.00 Pre-Con Meeting(s) 6 6 Engineering:Submittal and RFI Reviews 16 6 2 Phase 1 Embankment Construction/Preload 8 83rd Wall Preload(2016) Settlement Plate Daily Review-Ends 1 Month After Preload Completed 15 150 15 Settlement Plate Weekly Review-Begins 1 Month After Prelaod Completed 8 16 4 Phase 2 Trail Construction.83rd Widening 8 Paving(2017) Engineering Support 8 16 4 Project Management 2 12 8 Subtotal 2 65 0 I 0 194 ` 0 33 Total Labor Costs per Level $150 $4,225 $0 $0 $6,208 $0 $825 Total Labor Costs 11,408 AMEC Expenses /0`);/ /It ,o\o / Mileage 3500 Mile $0.54 $1,890 Field supplies 1 LS 5100 100 Nuclear Densometer 0 Day $40 0 i . Markup @ 0% 0 • 'Subtotal Expenses $1,9901 Laboratory Testing SS . Modified Proctor 0 Each $300 $0 Density 0 Each $30 $0 Sieve/Atterburg 0 Each $100 $0 Moisture 0 Each $20 $0 Markup @ 0% $0 Subtotal Laboratory So Exploration Subcontractor Expenses /0, cit /Goa ser / 0 days $0 $0 0 days $0 $0 Markup@0% $ - I Subtotal Subcontractor Expenses $01 DIRECT LABOR COST $11,408.00 OVERHEAD @ 160.00 $18,252.80 PROFIT @ 0.30 $3,422.40 - EXPENSE SUBTOTAL $1,990.00 TOTAL COST ESTIMATE $35,073