LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

148
LOG NUMBERS ^^^v BGI / , C20 ^^ `/' / EXE CUTIVE/COUNCIL MANAGEMENT ROUTING: TO: COUNCIL CHAIRPERSON EXECUTIVE John Lovick SNOHOMISH COUNTY COUNCIL EXEC. DIRECTOR DIRECTOR/ELECTED DEPARTMENT DIV. MGR. Lenda Crawford Steve Thomsen, P.E. Public Works Steve Dickson EXECUTIVE RECOMMENDATION: Approve No Recommendation Further Processing DIVISION Admin Operation Requested By ORIGiNATOR Bill Thornton DATE September11 2014 EXT. 78 Received at Council Office DOCUMENT TYPE: ___ BUDGET ACTION: ___ GRANT APPLICATION ___ Emergency Appropriation ____ ORDINANCE ____ Supplemental Appropriation Amendment to Ord. # ____ Budget Transfer ___ PLAN X CONTRACT: ___ OTHER X New Amendment DOCUMENT / AGENDA TITLE: Professional Services Agreement CCFO1-14 with David Evans and Associates, Inc. for the Centennial Trail South Regional Trail Design Project. APPROVAL AUTHORITY: EXECUTIVE COUNCIL X CITE BASIS SCC 3O419O HANDLING: NORMAL X EXPEDITE URGENT Ds/u)LuvEDazc PURPOSE: Approval of Agreement CCFO1-14 will allow Snohomish County Public Works to utilize David Evans and Assoc i ates to provide Design Services for the Centennial Trail South Regional Trail Design Project. BACKGROUND: = The Department of Public Works (PW) intends to construct a regional trail along 12 miles of existing rail right-of-way in the Eastside Rail Corridor. The trail will parallel the existing rail alignment and be a rail -with - trail project. • The project is located between the terminus of the exist i ng Centennial Tra i l in the City of Snohomish and the south county line just north of Woodinville. Construction of the project will complete the regional trail through Snohomish County, from the Skagit County line to the King County line, eventually connecting to the King County trail system to the south . • The initial phase of this project has been on the adopted 2014-2019 TIP under project no. C.33. " The Engineering Services division of PW does not currently have the capacity to add this project to its workload. • Through a Request for Qualifications (RFQ) the Department of Public Works has solicited the services of a consultant to assist the Count with design services to include - surveying, engineer i ng and tra i l design, environmental review and documentation, determination of ROW needs, structural analysis and engineering, design report preparation, preparation of preliminary and final p|ans, mpecifioations, and estimates (PC&E), public involvement assistance, construction engineering services, project coordination, and project management.

Transcript of LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Page 1: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

LOG NUMBERS ^^^v

BGI / , C20 ^^`/' /

EXECUTIVE/COUNCIL

MANAGEMENT ROUTING: TO: COUNCIL CHAIRPERSON EXECUTIVE John Lovick SNOHOMISH COUNTY COUNCIL EXEC. DIRECTOR DIRECTOR/ELECTED DEPARTMENT

DIV. MGR.

Lenda Crawford Steve Thomsen, P.E.

Public Works Steve Dickson

EXECUTIVE RECOMMENDATION: Approve No Recommendation Further Processing

DIVISION Admin Operation Requested By ORIGiNATOR Bill Thornton DATE September11 2014 EXT. 78

Received at Council Office

DOCUMENT TYPE: ___ BUDGET ACTION: ___ GRANT APPLICATION

___ Emergency Appropriation ____ ORDINANCE ____ Supplemental Appropriation Amendment to Ord. # ____ Budget Transfer ___ PLAN

X CONTRACT: ___ OTHER X New

Amendment

DOCUMENT / AGENDA TITLE: Professional Services Agreement CCFO1-14 with David Evans and Associates, Inc. for the Centennial Trail South Regional Trail Design Project.

APPROVAL AUTHORITY: EXECUTIVE COUNCIL X

CITE BASIS SCC 3O419O

HANDLING: NORMAL X EXPEDITE URGENT Ds/u)LuvEDazc

PURPOSE: Approval of Agreement CCFO1-14 will allow Snohomish County Public Works to utilize David Evans and Assoc i ates to provide Design Services for the Centennial Trail South Regional Trail Design Project.

BACKGROUND: = The Department of Public Works (PW) intends to construct a regional trail along 12 miles of existing rail right-of-way

in the Eastside Rail Corridor. The trail will parallel the existing rail alignment and be a rail -with -trail project.

• The project is located between the terminus of the exist i ng Centennial Tra i l in the City of Snohomish and the south county line just north of Woodinville.

• Construction of the project will complete the regional trail through Snohomish County, from the Skagit County line to the King County line, eventually connecting to the King County trail system to the south .

• The initial phase of this project has been on the adopted 2014-2019 TIP under project no. C.33.

"

The Engineering Services division of PW does not currently have the capacity to add this project to its workload.

• Through a Request for Qualifications (RFQ) the Department of Public Works has solicited the services of a consultant to assist the Count with design services to include - surveying, engineer i ng and tra i l design, environmental review and documentation, determination of ROW needs, structural analysis and engineering, design report preparation, preparation of preliminary and final p|ans, mpecifioations, and estimates (PC&E), public involvement assistance, construction engineering services, project coordination, and project management.

Page 2: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

X% :

• The consultants were accessed through the Municipal Research and Service Center's (MRSC) shared consultant rosters. Each of the 135 firms listed in the "Design & Planning—Bicycle Path / Facilities Planning and Design" category were invited to compete for this work by submitting detailed Statements of Qualifications.

• David Evans and Associates was one of two consulting firms responding to RFQ-N1RSC-02-14 and was selected through established Federal, State and County policies and practices

• A Professional Services Agreement between Snohomish County and David Evans and Associates was negotiated. Total payments for services under this Agreement shall not exceed $4,490,470.

• PW chose to use a Task Order agreement to manage this project through the incremental authorization of tasks. The consultant will not be authorized to begin work on any task under the agreement until that task has been has been authorizod, in writing, by the County.

• Council has previously authorized $2M in LIP Bond funds toward trail design These funds must be expended by April, 2016.

• PW has applied for and received a grant in the amount of $865,000 in CMAQ funds for trail design purposes. These funds will be available next year.

• Secured funding is expected to be sufficient to advance basic design of the trail to the point that final construction documents can be prepared for a first phase construction project approximately 4 miles in length, with the remainder at 90% dosign, ready for future construction phases as funding allows.

• No construction funds have been secured as of yet.

Page 3: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

FISCAL IMPLICATIONS:

102-50630314109 Consultant $50000000 $1,100,000.00 $449047000

REVENUE: FUThD, AGY, ORG, REV, SOURCE CURRENT YR - 2ND YR 1ST 6 YRS

Road Fund $500,000.00 $1,100,000.00 $4,490,470.00

TOTAL $500,000.00 $1,100,000.00 $4,490,470.00

FISCAL IMPACT 0O[E8:

Funds for the initial phase of this project are included in the 2014 adopted budget and 2015 proposed budget.

BUDGE1 REVIEW: Ana1ys Administrator Recommend Approval -

CONTRACT !NIORMATION: ORIGINAL X CONTRACT 0

AMENDMENT CONTRA( T #

CONTRACT PERIOD:

AMOUNT

AMOUNT

ORIGINAL Start Execution End 12/21M8 AMLmmMEm Start End

CONTRACT / PROJECT lIILB:

Professional Services Agreement CCF01-14 I Trail South Regional Trail Design

CONTRACTOR NAME 6tADDRESS only): David Evans and Associates, Inc., Bellevue, WA

APPROVED:

RISK MANAGE MEN

Yes

COMMENTS J

Pw0SE(UTnvGA?TY A3n}FORM: }{ No

OTHER DEPARTMENTAL REVIEW / COMMENTS:

C

Page 4: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

SNOHOMISH COUNTY COUNCIL Snohomish County, Washington

MOTION NO. 14-349

AUTHORIZING THE COUNTY EXECUTIVE TO SIGN PROFESSIONAL SERVICES AGREEMENT CCF01-14 WITH DAVID EVANS AND ASSOCIATES TO PROVIDE

DESIGN SERVICES FOR THE CENTENNIAL TRAIL SOUTH REGIONAL TRAIL DESIGN PROJECT

WHEREAS, Public Works intends to construct a regional trail along 12 miles of existing rail right-of-way in the Eastside Rail Corridor, located between the existing Centennial Trail in the City of Snohomish and the south county line just north of Woodinville; and

WHEREAS, Public Works does not have the capacity to add this project to its current workload, and has therefore determined a need for assistance from a consultant; and

WHEREAS, David Evans and Associates was one of two firms responding to RFQ-MRSC-02-14 and was selected through established federal, state and county policies and practices; and

WHEREAS, Council's approval of this Agreement will allow Public Works to obtain the design services necessary to complete the project;

NOW, THEREFORE, ON MOTION, the Snohomish County Council approves and authorizes the County Executive to sign, on behalf of Snohomish County, Professional Services Agreement CCF01-14 with David Evans and Associates for the amount of $4,390,470.00, and further authorizes the Director of Public Works to approve task assignments issued under this agreement, and amendments up to $100,000.00, provided that sufficient appropriation authority exists, for a total amount not to exceed $4,490,470.00.

PASSED this day of , 2014.

SNOHOMISH COUNTY COUNCIL Snohomish County, Washington

Council Chair ATTEST:

Asst. Clerk of the Council

Page 5: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Snohomish County Consultant/Address/Telephone

David Evans and Associates, Inc. Standard Consultant 415 118th Avenue SE

Agreement Bellevue, WA 98005 Contact Name / E-Mail Address

❑ Architectural/Engineering Agreement Jack N. Molver, PE /[email protected]

❑ Personal Services Agreement Telephone Fax

425-405-1504 425-259-3230

Agreement Number Project Title And Work Description

CCFO1-14 Centennial Trail South - Regional Trail Design

Provide Design Services for the proposed Centennial Trail Federal Aid Number

Pending South (12 miles) between the terminus of the existing Centennial Trail in the City of Snohomish to the south county

Agreement Type (Choose one) line just north of Woodinville.

❑ Lump Sum

Lump Sum Amount $

fl Cost Plus Fixed Fee

Overhead Progress Payment Rate: 0%

Overhead Cost Method DBE Participation

❑ Actual Cost El Yes ® No % ❑ Actual Cost Not To Exceed: 0%

Federal Employer ID Number UBI Number

❑ Fixed Overhead Rate: 0% 93-00661195 600 227 608 Fixed Fee $ Do you require a 1099 for IRS? Completion Date

Specific Rates of Pay ❑ Yes ® No December 31, 2018

Total Amount Authorized $4,390,470.00 ❑ Negotiated Hourly Rate

❑ Provisional Hourly Rate Management Reserve Fund $100,000.00

❑ Cost Per Unit of Work Maximum Amount Payable $4,490,470.00

INDEX OF EXHIBITS (Check all that apply):

❑ Exhibit A-1 Scope of Work ® Exhibit A-2 Task Order Agreement ❑ Exhibit B-1 DBE Utilization Certification ® Exhibit C Electronic Exchange of Data ❑ Exhibit D-1 Payment - Lump Sum ❑ Exhibit D-2 Payment - Cost Plus ® Exhibit D-3 Payment - Hourly Rate ❑ Exhibit D-4 Payment - Provisional ® Exhibit E-1 Fee - Budget ® Exhibit E-2 Fee - Specific Rates ® Exhibit F Overhead Cost ® Exhibit G Subcontracted Work ® Exhibit G-1 Subconsultant Fee - Budget

❑ Exhibit G-2 Fee — Sub Specific Rates Exhibit G-3 Sub Overhead Cost Exhibit H Title VI Assurances

❑ Exhibit I Payment Upon Termination of Agreement Exhibit J Alleged Consultant Design Error Procedures Exhibit K Consultant Claim Procedures

❑ Exhibit L Liability Insurance Increase Exhibit M-1a Consultant Certification Exhibit M-1 b Agency Official Certification Exhibit M-2 Certification - Primary Exhibit M-3 Lobbying Certification Exhibit M-4 Pricing Data Certification Exhibit N Examples

THIS AGREEMENT, made and entered into this day of , 2014, between, Snohomish County, a political subdivision of the State of Washington hereinafter called the "COUNTY", and the above organization hereinafter called the "CONSULTANT ".

Page 1 of 144

Page 6: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

WITNESSETH THAT:

WHEREAS, the COUNTY desires to accomplish the above referenced project, and

WHEREAS, the COUNTY 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 COUNTY,

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:

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 COUNTY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the COUNTY. The CONSULTANT shall attend coordination, progress and presentation meetings with the COUNTY and/or such Federal, State, Community, City or County officials, groups or individuals as may be required by the COUNTY. The COUNTY shall provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the COUNTY and the CONSULTANT and shown in Exhibit "A".

The CONSULTANT shall prepare a monthly progress report, in a form approved by the COUNTY, 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 AGREEMENT. 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), if required, shall be shown on the heading of this AGREEMENT. If D/MIWBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm it must comply with the Commercial Useful Function (CUF) regulation outlined in the COUNTY'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 COUNTY.

All reports, PS&E materials, and other data furnished to the CONSULTANT by the COUNTY 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

Page 2 of 144

Page 7: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

PROJECT, and are the property of the COUNTY. Reuse by the COUNTY or by others, acting through or on behalf of the COUNTY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT.

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 COUNTY.

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 COUNTY in the event of a delay attributable to the COUNTY, 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 COUNTY is required to extend the established completion time.

V Payment Provisions The CONSULTANT shall be paid by the COUNTY for completed work and services rendered under this AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made a 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 COUNTY'S PROJECT Manager.

VI Sub -Contracting The COUNTY permits sub-contracts for those items of work as shown in Exhibit "G" attached hereto, and by reference made a 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 COUNTY.

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 COUNTY. No permission for sub-contracting shall create, between the COUNTY 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 Highway and Local Programs Project Development Engineer in consultation with the COUNTY.

VII Employment The CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this AGREEMENT, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this AGREEMENT. For breach or violation of this warrant, the COUNTY 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.

Page 3 of 144

Page 8: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

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 COUNTY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons while so engaged on any of the work or services to be rendered as provided herein, shall be the sole obligation and responsibility of the CONSULTANT.

The CONSULTANT shall not engage, on a full- or part-time basis, or any other basis, during the period of the AGREEMENT, any professional or technical personnel who are, or have been, at any time prior to or during the period of the AGREEMENT, in the employ of the United States Department of Transportation, or the State, or the COUNTY, except retired employees, without written consent of the public employer of such person.

VIII Nondiscrimination During the performance of this AGREEMENT, 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 COUNTY 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 COUNTY 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 COUNTY for any excess paid.

If the services of the CONSULTANT are terminated by the COUNTY for default on the part of the CONSULTANT, the above formula for payment shall not apply.

Page 4 of 144

Page 9: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

In such an event, the amount to be paid shall be determined by the COUNTY 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 COUNTY at the time of termination, the cost to the COUNTY 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 COUNTY 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 the CONSULTANT was not in default or the CONSULTANT'S failure to perform is without the CONSULTANT's or its employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the COUNTY. In such an event, the CONSULTANT will be reimbursed for actual costs in accordance with termination for other than default clauses listed previously.

In the event of 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 COUNTY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the COUNTY, if the COUNTY so chooses.

In the event of death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with COUNTY 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 COUNTY shall not constitute a waiver by the COUNTY 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 COUNTY. Forbearance of any rights under the AGREEMENT shall not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT.

X Changes in Work The CONSULTANT shall make such changes and revisions to the completed work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the COUNTY, without additional compensation therefore. Should the COUNTY 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 COUNTY. This work shall be considered as Extra Work and shall 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 COUNTY shall be referred for determination to the Director of Public Works or COUNTY 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 COUNTY 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 shall be conducted under the procedures found in Exhibit "J", and disputes concerning claims shall be conducted under the procedures found in Exhibit "K".

XII Venue, Applicable Law, and Personal Jurisdiction In the event 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 of Snohomish. 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 of Snohomish.

Page 5 of 144

Page 10: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

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 AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington.

The CONSULTANT shall indemnify and hold the COUNTY 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 COUNTY or the State against and hold harmless the COUNTY or the State from claims, demands or suits based solely upon the conduct of the COUNTY or 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 COUNTY or the State, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, and (2) the cost to the COUNTY 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 COUNTY 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 COUNTY 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 COUNTY 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 COUNTY 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 written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits

of one million dollars ($1,000,000) per occurrences and two million dollars ($2,000,000) in an aggregate for each policy period.

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 COUNTY will be named on all policies as an additional insured. The CONSULTANT shall furnish the COUNTY with verification of insurance and endorsements required by the AGREEMENT. The COUNTY 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 COUNTY.

No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the COUNTY.

Page 6 of 144

Page 11: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

The CONSULTANT'S professional liability to the COUNTY shall be limited to the amount payable under this AGREEMENT or one million ($1.000.000) doUarn, whichever is greater, unless modified by Exhibit ^L^ In no case shall the CONSULTANT'S professional liability to third parties be limited in any way.

The COUNTY will pay no progress payments under section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the COUNTY 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 COUNTY may at any Ume, 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 AGREEK8ENT, whether or not changed by order, or otherwise affects any other terms and conditions of the AGREEMENT, the COUNTY 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 order. However, if the COUNTY decides that the facts justify it, the COUNTY 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. Hovvevor, 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 AGREEKXENT, 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 its endorsement on all p|ans, enUmatoo, or any other engineering data furnished by it.

XV\Fedenal 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.

XVIII Certification of the Consultant and the County Attached hereto as Exhibit "M-1(a and b)" are the Certifications of the CONSULTANT and the COUNTY, Exhibit ^K8-2" 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 $1O0.U0U and Exhibit ^M-4''io required only in AGREEMENTS over G5O0.00U.

XVYII Complete Agreement This document and referenced attachments contain all covonantn, uUpu|atinnm, 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 otutoment, nepneoontedon, promise or agreement not set forth herein. No uhangee, amnndments, 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 oountorparto, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all etahementn, repneoentabono, warranbes, oovenenta, and agreements contained in the proposal, and the supporting material

Page 7 of 144

Page 12: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof.

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.

SNOHOMISH COUNTY

Signature

Title

CONTRACT TEMPLATE ONLY REVIEWED AND APPROVED: Rebecca J. Guadamud Deputy Prosecuting Attorney flt f/1/14

DAVID EVANS AND ASSOCIATES, INC.

Signature 1/ k1_ flT2 /

Title i ,7)

Page 8 of 144

Page 13: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFO1-14

EXHIBIT A-2 Scope of Work

(Task Assignment Agreement)

Each item of work under this AGREEMENT will be provided by TASK ASSIGNMENT. Each assignment will be individually negotiated with the CONSULTANT. The amount established for each assignment will be the maximum amount payable for that assignment unless modified in writing by the COUNTY. The COUNTY is not obligated to assign any specific number of tasks to the CONSULTANT, and the COUNTY's and CONSULTANT's obligations hereunder are limited to tasks assigned in writing. TASK ASSIGNMENTS may include the following types of work, as described in the following scope of work:

Element 0.0 Project Description, Design Criteria, and Deliverables

0.1 Project Description The COUNTY has acquired approximately 12 miles of existing north-south rail right-of-way (ROW) connecting the terminus of the existing Centennial Trail in the City of Snohomish to the south county line just north of Woodinville, with the goal of constructing a regional trail along this alignment. The Centennial Trail South Extension (PROJECT) will parallel the existing rail alignment and be a rail-with-trail project. Construction of the PROJECT will complete the regional trail through Snohomish County, from the Skagit County line to the King County line, eventually connecting to the King County trail system to the south.

The work to be performed the CONSULTANT for the PROJECT shall consist of surveying, engineering and trail design, environmental review and documentation, determination of ROW needs, structural analysis and engineering, design report preparation, preparation of preliminary and final plans, specifications, and estimates (PS&E), public involvement assistance, construction engineering services, project coordination, and project management.

The new trail section will be similar to the existing Centennial trail, and will serve pedestrian and bicyclist use. The proposed trail alignment traverses areas with steep cross slopes, bridges, trestles, sloughs and other natural features. The trail crosses the Snohomish River and its floodplain, County roads, and SR 522 near Woodinville. There are also cut and fill slopes throughout the corridor. Trail construction is anticipated to be completed in phases.

The existing ROW corridor varies in width from 100-200 feet. There are approximately 75 third party easements/access rights along the alignment. There are also several encroachments by adjacent property owners.

The rail-with-trail (RWT) project corridor is also referred to as the Snohomish County Eastside Rail Corridor (ERC). A RWT project describes any shared use path or trail located on or directly adjacent to an active railroad corridor. The ROW south of the Snohomish River Bridge is in active freight use. The rail is operating in an excepted status granted by the Federal Rail Authority due to track conditions. Speed is limited to 10 mph. Trains currently run twice a week, and move approximately 300 cars annually. The operator controls the railway freight rights conveyed by BNSF and retains the right to operate the line unimpeded throughout the corridor. Trail design and construction is anticipated to accommodate a continued rail presence and anticipates future upgrades to the existing rail infrastructure.

Coordination will be required with the rail operator, adjacent land owner(s), City of Snohomish, regulatory agencies, easement holders, BNSF, the rail operator, WSDOT, and the general public in addition to the COUNTY.

The PROJECT will be divided into three (3) primary Tasks as outlined in the following table.

TABLE 1: Tasks, Project Descriptions, and Limits

Centennial Trail South Task

Description From To Distance Segment

1 Preliminary Trail Design (up to 30%) MP 26.4 MP 38.3 11.9 miles Entire Corridor and Environmental and Geotechnical Reports, NEPA EA, and Permits

Page 9 of 144

Page 14: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

2 Final Trail Design MP 26.4 MP 30.3 3.9 miles South (up to 100%) including: PS&E S County Line Broadway Ave. preparation, bid assistance and (Woodinville) (Maltby) evaluation, and construction engineering services MP 34.7 MP 38.3 3.6 miles North

Connelly Rd. 1 st St. (Snohomish)

7.5 miles Combined N/S

3 Final Trail Design MP 30.3 MP 34.7 4.4 miles Central (up to 100%®) including: PS&E Broadway Connelly Rd. preparation, bid assistance and Ave. evaluation, and construction (Maltby) engineering services

* MP = mile post of existing rail line

An exhibit of the PROJECT location (TABLE 1), illustrates the proposed limits of the north, central, and south segments of the PROJECT. TABLE 1 also illustrates the existing rail alignment including the rail mile posts, preliminary trail alignment, and anticipated locations of proposed or modified bridges, proposed walls, and proposed fish-passable culverts. TABLE 1 is made part of this agreement and a copy of it may be accessed, viewed, and printed from the following address: :: - r hlic We ° ' I ?'Frail %20South /.

Please note that at the direction of the COUNTY the limits of Task 2 (Phase 1 PROJECT) and Task 3 (Phase 2 PROJECT) as identified in Table 2 may be revised upon completion of Task 1. In the event of a change to the PROJECT limits, the Project Managers will follow the process outlined in Section 1.1.7 Change Management to determine the appropriate changes to the scope of services and corresponding budget.

Please note that at the direction of the COUNTY several items within this Scope of Services are identified as Optional Services. In the event of a change of a task from Optional Services to either Tasks 1, 2, or 3, the Project Managers will follow the process outlined in Section 1.1.7 Change Management to determine the appropriate changes to the scope of services and corresponding budget.

0.2 Design Criteria The design and preliminary PS&E will be based on the requirements of the Snohomish County Engineering Design & Development Standards (EDDS), Snohomish County Codes and procedures including Stormwater/Drainage Section SCC 30.63A, and grading and critical area regulations. In addition the following documents will be used as reference guides (the edition in effect at the time the agreement is executed if not specified):

• Snohomish County Regional Trail Planning and Management Guidelines (2012) • FHWA, Rails-with-Trails: Lessons Learned (2002) • AASHTO Policy on Geometric Design of Highways and Streets (2011) • AASHTO Guide for the Development of Bicycle Facilities (2012) • AASHTO LRFD • ADA/ABA (Americans with Disabilities Act and Architectural Barriers Act) Accessibility Guidelines for

Outdoor Developed Areas (AGODA) • American Railway Engineering and Maintenance-of-way Association (AREMA) Manual for Railway

Engineering, • Local Agency Guidelines (LAG) manual • MUTCD, Manual of Uniform Traffic Control Devices • PROWAG, Public Rights-of-Way Accessibility Guidelines • Transportation Improvement Board (TIB) design standards • Washington DOE Stormwater Management Manual for Western Washington (2005) • WSDOT Design Manual (DM) • WSDOT Bridge Design Manual (BDM)

Page 10 of 144

Page 15: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFO1-14

0.3 Project Deliverables Furnished by the CONSULTANT The CONSULTANT shall maintain hard copy and electronic PROJECT files for pertinent work items. These files will be delivered to the COUNTY at the conclusion of milestone submittals and design phases. The COUNTY review sets will be returned with each subsequent revision illustrating how review comments were addressed. In addition to these PROJECT files, the CONSULTANT shall prepare and/or deliver the following documents and products to the COUNTY as part of this agreement:

• Monthly progress reports and invoices (including sub-consultants) • PROJECT schedule and monthly updates • Agendas and meeting minutes for coordination meetings • Change management tracking spreadsheet

• Topographic base map (supplemental) with COUNTY-established right-of-way centerline

• Conceptual Design Level Corridor Plans • Identification of trail cross-sections and non-motorized treatments • Identification of drainage and landscape improvements • PROJECT cost estimates

• Information and graphics for draft and final PROJECT newsletters • Community meeting display graphics • Display boards (approximately 10 total) for use at public meetings • Electronic copies of plans and descriptions for posting on the COUNTY website • A written summary of input received during the community meeting

• Environmental technical reports that support either a NEPA EA or an ECS and SEPA Checklist • Draft and final SEPA Checklists • Response to comments log • Information and exhibits for permit applications identified in Element 4.0

• Draft and final Design Report • Draft and final Geotechnical Technical Report • Draft and final Hydraulic Report

• Structural designs — refer to Element 6.0 for detailed lists of bridges and walls

• Preliminary (30%) Design Level Corridor Plans and Cost Estimate (Task 1) • Advanced (90%) Design Level Corridor Plans, Specifications, and Cost Estimate (Tasks 2 and 3) • Final (100%) Design Level Corridor Plans, Specifications, and Cost Estimate (Tasks 2 and 3) • Bid Set Plans, Specifications and Cost Estimate (Tasks 2 and 3)

0.4 Responsibilities and Services Provided by the COUNTY The COUNTY will:

• Provide direction of work tasks. • Provide Snohomish County aerial maps including surface models in AutoCAD Civil 3D format. • Provide a high precision GPS control network. • Provide a horizontal and vertical survey control network along the tracks. • Provide a railroad centerline plan. • Provide a ROW plan that depicts the centerline of the rails and the right of way widths for the corridor. • Provide County regional trail guidelines. • Provide trail details from previous projects to serve as a template for design. • Provide right of access. • Provide previous studies and other available existing background materials. • Provide all available existing as-built plans, GIS maps, and other mapping information. • Prepare a mailing list for the PROJECT

Page 11 of 144

Page 16: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• Prepare (draft, design, send for review, edit, and arrange printing) and mail a newsletter and/or postcard using information and graphics from the CONSULTANT.

• Review all submittals made to the COUNTY within ten (10) working days, or as agreed, and return them to the CONSULTANT with written consolidated comments regarding changes or revisions needed.

0.5 Project Assumption(s) and Exclusion(s): • The trail will be located within the existing ROW • The trail will be located on the westerly side of the ROW from Woodinville to Maltby. • The trail will be located on the easterly side of the ROW from Maltby to Snohomish. • The trail will be twelve (12) feet wide, with two (2) feet of clear width each side except across structures

where one (1) foot of buffer to a railing will be provided. • The vertical alignment of the trail surface will principally match the vertical alignment of the existing

railroad bed grade, +/- 2 feet and subject to review during preliminary design, except where it is located within the Snohomish River floodplain area where it will be at existing grade.

• The horizontal alignment of the trail centerline will principally be a consistent parallel offset of the existing railroad track centerline.

• The alternative horizontal alignment analysis for the trail will principally be limited to existing grade crossing locations.

• The number of parking stalls to be provided at trailheads will be determined by reasonable available area within existing public property, not on specifies forecasts for demand.

• Developing design elements for trailhead facilities such as restrooms, picnic shelters, and drinking fountains are excluded from this scope of services.

• Federal funds for PROJECT development and construction are anticipated, therefore work performed under this contract must meet federal standards and requirements as outlined in Element 0.2.

• The COUNTY will be the lead agency for NEPA documentation through coordination with WSDOT's Highways and Local Programs (H&LP) office.

• The COUNTY will be responsible for arranging meetings with WSDOT and private property owners. • The COUNTY will be responsible for resolution of ROW encroachments. • The CONSULTANT will not be required to provide railroad design services to support Eastside

Community Rail.

• Authorization for work on Tasks 2 and 3 will be subsequent to the substantial completion of Task 1. • Work on Tasks 2 and 3 will be concurrent. The submittals for Tasks 2 and 3 will be done as one

submittal package. A determination of the limits between Tasks 2 and 3 will be made by the COUNTY and is anticipated to be made based upon availability of funding.

• Work on Tasks 2 and 3 beyond the 90% submittals will be authorized separately as funds allow.

• Drawings will be prepared in AutoCAD format and drawn at a scale of one inch equals fifty (50) feet for full-size plans (22"x34") and one inch equals one-hundred (100) feet for half-size plans (11"x17").

• Detail sheets will be provided at each trail crossing of the existing roadway at a scale of one inch equals twenty (20) feet for full-size plans (22"x34") and one inch equals forty (40) feet for half-size plans (11"x17").

• Civil 3D design software will be utilized for purposes of developing horizontal and vertical alignments, and roadway sections, for the corridor.

• Three (3) copies of each plan, draft and final report, memorandum, or checklist submittal identified in the scope will be provided to the COUNTY.

• The duration for the PROJECT as outlined in this scope of services document is assumed to be thirty (30) months.

• The following is the anticipated PROJECT Schedule for the Design Phase:

Notice to Proceed 15% Design Complete Environmental Reconnaissance and Preliminary Documentation 30% Design Complete Environmental Documents Submitted

October 2014 Est December 2014

December 2014 January 2015 April 2015

Page 12 of 144

Page 17: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

60% Design Complete (Tasks 2 and 3) July 2015 90% Design Complete (Task 2 and 3) September 2015 100% Design Complete (Task 2 only) November. 2015 Final Design Advertised (Task 2 only) December. 2015 Task 3 schedule is TBD by the COUNTY

It is anticipated that future PROJECT-related activities by the COUNTY will continue following the completion of the described scope of services. Additional scopes of services for this work will be covered under an amended or separate agreement.

• The following Scope of Services identifies exclusions and assumptions to which the CONSULTANT has relied upon in determining the CONSULTANT's effort, fee, scope and schedule for the PROJECT. CONSULTANT and COUNTY agree to renegotiate these terms in the event an assumption or exclusion is in error or becomes invalid.

Element 1.0 Project Management and Quality Control

The following element and the remainder of the elements in this Scope of Services are activities required for the completion of the PROJECT.

The following element will be provided for each task (Tasks 1, 2, and 3) for the PROJECT.

1.1 Tasks 1, 2, and 3

1.1.1 Project Management Direction of the CONSULTANT staff and review of their work over the course of the PROJECT shall be provided by the COUNTY's Project Manager. This work element includes preparing monthly progress reports including the status of individual work elements, number of meetings attended, outstanding information required, and work items planned for the following month.

Periodic monitoring of the PROJECT budget associated with the scope of services outlined in this document will occur over the course of the PROJECT. Assessment of current PROJECT status, as well as projections of future status, shall be developed by the CONSULTANT. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions could include formal requests for budget increases, or scope modifications or reductions.

Drawings and documents received and generated over the course of the PROJECT require review, coordination, and file management. This information will be filed to facilitate ready and selective retrieval.

Assumption(s) and Exclusion(s): • Meetings with COUNTY staff will occur at the COUNTY's offices, at the CONSULTANT's offices, or at

the PROJECT site. • Duration of the PROJECT will be thirty (30) months.

1.1.2 Subconsultant Coordination Direction of the sub-consultants and review of their work over the course of the PROJECT shall be provided by the CONSULTANT. This work element includes reviewing the status of individual work elements completed by sub-consultants, reviewing the sub-consultant monthly progress reports, and the planning of work items for the following month.

Monthly monitoring of the sub-consultants' budgets will occur over the course of the PROJECT. Current status, as well as projections, will be developed. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions could include formal requests for budget increases, scope modifications, or reductions.

The following sub-consultants are anticipated to be used on this PROJECT:

Cultural Resource Consultants, Inc. — Cultural Resources Shannon & Wilson, Inc. — Geotechnical Investigations and Analysis Alta Planning + Design, Inc. — Landscape and Trail Design

Page 13 of 144

Page 18: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Deliverable(s): • Monthly progress reports and invoices for sub-consultant activities.

1.1.3 Develop and Update the Schedule The CONSULTANT and the COUNTY will jointly develop a PROJECT schedule showing major and support activities. The schedule shall be arranged to meet key target dates. The CONSULTANT shall update the schedule monthly to reflect the current status of the PROJECT.

Deliverable(s): • PROJECT schedule and monthly updates.

1.1.4 Monthly Progress Reports and Invoices Monthly progress reports shall be prepared by the CONSULTANT in a format agreed to by the COUNTY's Project Manager, and shall include a written report of the work performed by the CONSULTANT and sub-consultants during the billing period.

Monthly invoices will be prepared by the CONSULTANT for work activities for the prior month. These invoices shall also include sub-consultant work. Invoices will include back-up material for all expenses and will show approved budget and amount expended to date. Each month's progress report and invoice shall be submitted together to the COUNTY.

Deliverable(s): • Monthly progress reports and invoices.

1.1.5 Coordination Meetings This work element provides for the preparation, attendance, follow-up, and documentation of meetings during the length of the PROJECT. These meetings will be the forums for the COUNTY staff, and other stakeholders to provide input and guidance for the direction of the PROJECT. They will also be used to discuss PROJECT issues, approve submittals, and develop potential solutions.

Meetings will be required for coordination with the COUNTY, and other affected parties. The CONSULTANT is anticipated to attend one coordination meeting every other week with the COUNTY's Project Manager for the duration of the PROJECT. It is expected that meetings will have a duration of two (2) hours. Additional meetings, if necessary, may be held via conference call. It is anticipated that the CONSULTANT will attend three (3) meetings with the County Council and/or Planning Commission. The meetings will be held at the COUNTY.

Meetings: • Bi-weekly (every other week on average) coordination meetings

Deliverable(s): • Agendas and meeting minutes for coordination meetings.

1.1.6 Quality Assurance/Quality Control Review This work element is for QA/QC review of CONSULTANT deliverables by a designated QA/QC staff member of the CONSULTANT team. The review will cover documents; reports; plans, specifications, and cost estimates; and pertinent information on an ongoing basis. The program entails the periodic review of study criteria, design, and assumptions, as well as concepts and presentation of product format.

1.1.7 Change Management The Project Managers from the COUNTY and the CONSULTANT are responsible for managing changes to the scope and schedule. The COUNTY is responsible for the authorization of any changes to the scope, contract budget, and/or schedule. When issues, actions, or circumstances occur that could cause a change in scope, personnel, cost, or schedule, team members must communicate potential changes to the other Project Manager as early as possible.

The Project Managers will determine whether the potential change issue will lead to a change in scope, cost, or schedule. Verified changes will be communicated to PROJECT stakeholders. The Project Manager will be prepared to explain the effect of the change to the team, so schedules and budgets can be adjusted. Any change to the scope and/or cost of this AGREEMENT will be made in compliance with section X Changes in Work and section XIV Extra Work of this AGREEMENT.

Page 14 of 144

Page 19: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Removal of key staff on the CONSULTANT team including Project Manager from the PROJECT will be considered a change to the agreement. Replacement of the personnel in these roles requires written approval from the COUNTY.

CONSULTANT Team Leadership: Project Manager — Jack Molver Survey Lead — Gil Laas Civil Design Lead — Kirk Harris Structural Design Lead — Jeff Parker Rail Engineering Lead — Kevin Jeffers Landscape Architecture Lead — Steve Durrant Geotechnical Engineering Lead — Monique Anderson Environmental Documentation Lead — Gray Rand

Deliverable(s): • Submittal of a Change Management tracking spreadsheet on a monthly, or as needed, basis.

Element 2.0 Survey

2.1 Task 1 — Preliminary Survey Tasks

2.1.1 Research and Reconnaissance The CONSULTANT shall: contact Utility Districts to obtain the records of location and types; review railroad records for the location of any utilities located in the railroad right-of-way; conduct a field reconnaissance of the route for survey control and traffic safety plan.

2.1.2 Ground -Truthing Based upon the review of the COUNTY's LiDAR data provided to the CONSULTANT, and the CONSULTANT's recommendations for specific locations for ground-truthing, the CONSULTANT shall conduct field survey to verify the LiDAR topographic survey and digital terrain model (DTM). The CONSULTANT shall provide a cross-section style survey at 500-foot station intervals of the areas to receive structures as outlined in Element 6.0 to verify that the LiDAR and aerial mapping survey are sufficiently accurate for the design grade survey. Cross-sections are proposed to be prepared on only the side of the railroad tracks on which the design of the trail is anticipated for construction of structures. The remaining areas are not proposed to be verified as they are not anticipated to be necessary for the design of the trail.

2.1.3 Supplemental Topographic Survey The CONSULTANT shall provide a topographic survey which supplements the existing base map provided by the COUNTY. When possible, the CONSULTANT will verify drainage pipe connections and/or ends by sound between structures to be depicted in the base map.

Topographic mapping previously produced by the COUNTY will be utilized and supplemented to establish a design base to be used for final design. Included in the preliminary base map are right of way limits, curb lines, and storm drain systems within the extents of the mapping limits. Field verification of the COUNTY's LiDAR topographic base map will be performed to validate the map only in the areas necessary for design of structures.

It is estimated that the following existing elements will require supplemental field survey:

1. Trail crossings of existing roads (9), 100 feet each side of the railroad crossing. 2. Proposed parking lots (2 sites - 2 acres maximum total). 3. Culverts (65) and streams (14). 4. Railroad trestles (4), ground surface features and low grade beam elevations. 5. Existing abutment of each existing bridge requires a cross-section

2.1.4 Field-Marked Features The CONSULTANT will notify the COUNTY and utility companies to arrange to have the locations of existing utilities surface marked, and will request utility as-builts for the areas where improvements are planned. The CONSULTANT shall survey these locations as marked and incorporate them in the base mapping. The

Page 15 of 144

Page 20: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

COUNTY will provide a list of utility companies within the existing right-of-ways. The CONSULTANT shall contact the utility companies.

It is estimated that the following field-marked features will require field survey:

1. Wetlands (estimated at 20, total less than 5 acres). Wetlands will be flagged by the CONSULTANT as outlined in Task 4.1.1.2.

2. Existing identified underground utilities (at road crossings and along the one side of the railroad corridor that is to include the trail)

Deliverable(s): • Site mapping prepared on 22"x34" sheets at a scale of 1"=20' utilizing AutoCADTM release 2012. • Copies of electronic drawing file as requested.

Assumption(s) and Exclusion(s): • The COUNTY will provide:

• 1" = 40' scale planimetric drawing, depicting all hard surface linework, breaks in grade, painted striping, rails, and other visible items.

• 1' contour LiDAR DTM and points • Digital ortho photo. • Railroad alignment, right-of-way, and any existing easements • Snohomish County Survey control points

• Mapping outside of the public right-of-way will be limited to showing above-ground features only. • Surveying for utility potholing for the PROJECT is covered under Elements 2.2 and 2.3 of this Scope of

Services. • The CONSULTANT shall provide traffic control for the topographic survey work. • The CONSULTANT shall adhere to current COUNTY Field Procedures and CAD Standards. • All CAD products will be the COUNTY standard at time of contract execution. • The COUNTY will provide the project field books and project binder to the CONSULTANT. • Only the trail side of the right-of-way will be verified for topographic purposes.

2.2 Task 2 — Final Survey for North and South Ends

2.2.1 Supplemental Topographic Survey The CONSULTANT shall provide a topographic survey which supplements the existing base map provided by the COUNTY. When possible, the CONSULTANT will verify drainage pipe connections and/or ends by sound between structures to be depicted in the base map.

Topographic mapping previously produced by the COUNTY will be utilized and supplemented to establish a design base to be used for final design. Included in the preliminary base map are right of way limits, curb lines, and storm drain systems within the extents of the mapping limits. Field verification of the COUNTY's LiDAR topographic base map will be performed where structures are proposed to validate the map.

2.2.2 Design Elements It is estimated that the following elements of the proposed design will require field survey:

1. 12 utility potholes up to 10 feet deep 2. 1000-feet of cross-section style survey of the anticipated retaining wall areas 3. Wetland mitigation (off site location) surveys of up to 2 sites to a maximum of 2 acres. Existing

wetlands, if present, will be flagged by the CONSULTANT as outlined in Task 4.2.1. 4. Proposed bridge location requires a longitudinal section from the abutment to the level ground at each

end (7 bridges)

2.3 Task 3 — Final Survey for Central Portion

2.3.1 Supplemental Topographic Survey The CONSULTANT shall provide a topographic survey which supplements the existing base map provided by the COUNTY. When possible, the CONSULTANT will verify drainage pipe connections and/or ends by sound between structures to be depicted in the base map.

Page 16 of 144

Page 21: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Topographic mapping previously produced by the COUNTY will be utilized and supplemented to establish a design base to be used for final design. Included in the preliminary base map are right of way limits, curb lines, and storm drain systems within the extents of the mapping limits. Field verification of the COUNTY's existing topographic base map will be performed where structures are proposed to validate the map.

2.3.2 Design Elements It is estimated that the following elements of the proposed design will require field survey:

1. 20 utility potholes up to 10 feet deep 2. 1000-feet of cross-section style survey of the anticipated retaining wall areas 3. Wetland mitigation (off site location) surveys of up to 2 sites to a maximum of 2 acres. Existing

wetlands, if present, will be flagged by the CONSULTANT as outlined in Task 4.3.1.

2.4 Monument Restoration, Permits, and Record of Survey This task may be added as an Optional Service for Tasks 2 and/or 3.

The CONSULTANT shall be responsible for filing DNR Monument protection documents and permits for monuments within the PROJECT limits that may be impacted by construction activities. After construction has been completed, the CONSULTANT shall mark the locations of referenced monuments requiring restoration and set additional 2-foot reference markers for each monument in support of installation of new monuments or recovery of pavers-ever monuments. Where new monuments have been installed (by others) the CONSULTANT shall punch the top of the brass disc on each monument, and complete and return the DNR Monument protection documents and permit form to the DNR.

The CONSULTANT shall research COUNTY records for property corners set throughout the PROJECT corridor. The CONSULTANT shall search and locate visible property markers throughout the corridor that may be lost due to construction activities. At the completion of construction activities, the CONSULTANT shall replace these markers with new survey markers (1/2" Rebar and Plastic Cap) except where such corners are no longer valid due to changes in right or way resulting from acquisition. In which case, altered corners will be represented in the record of survey defined below.

The CONSULTANT shall prepare and file with the Snohomish County Auditor's office a Record of Survey document that will show and document the post construction status of monuments and property corner markers along the PROJECT route satisfying the requirements of RCW 58.09.040.

Deliverable(s): • Record of survey (only if necessary to document any found record controlling monumentation and/or

property corners)

Element 3.0 Trail Design

3.1 Task I — Preliminary Corridor Trail Design

3.1.1 Site Analysis The CONSULTANT shall conduct field reconnaissance including on-site inspection of the corridor and temporary or alternative alignments within 500 feet of the corridor that may provide logical connections for non-motorized use along nearby existing public right-of-way. Prepare map documentation of corridor accessibility, opportunities and constraints for trail connections, access routes, trailheads, viewpoints and interpretive sites, including intersections between the track and roadways. The work will consider documentation that was prepared as part of preliminary assessments of the corridor, including:

• Eastside Rail Corridor Access Study— Unincorporated Snohomish County, May 2011 (DEA) • Rails with Trails Constructability Review — Woodinville to Snohomish Eastside Rail Corridor, May 2011

(DEA) • Eastside Rail Corridor Track and Trail Survey Technical Memorandum, December 2013 (DEA)

Deliverable(s): • Field maps with notations and digital photography of the corridor, views, natural features, and

geographic landmarks, GPS coordinates for waypoints and features to be located with more precision in

Page 17 of 144

Page 22: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

the Survey. Opportunities and Constraints map for entire corridor to be included with Design Report identified in Task 3.1.8.

3.1.2 Design Guide Memo The Centennial Trail design parameters have been established for the COUNTY on other segments of the route. This segment of the trail is unique because of its development adjacent to an active railroad line. To address this unique segment of the Centennial Trail, the CONSULTANT shall develop a PROJECT-specific Rail with Trail (RwT) design guide building upon the "Snohomish County Regional Trail — Planning and Management Guidelines, February 2012", The CONSULTANT shall inventory and address PROJECT-specific conditions (such as lateral distance to, barrier type, and vertical difference with the adjacent rail line), and review and reference relevant research for the design guide.

The CONSULTANT will coordinate with the COUNTY on the appropriate number and/or frequency of trail/park amenities (e.g. benches, access points, interpretive locations) along the corridor.

Deliverable(s): • Prepare a design guide memo defining the policy, regulations, best practices and design guidance for

the PROJECT including setbacks, barriers, material options, clear widths and shoulders, crossing treatments, safety and security treatments, ADA considerations, signing and striping, transitions on and off roadways, and recommendations for site furnishings and interpretive program elements for bicycle and pedestrian travel and proposed safety. The memo shall contain a discussion of the appropriate bridge width, including future conditions and factors that influence the design bridge width. The memo will be included with Design Report identified in Task 3.1.8.

3.1.3 Wayfinding, Striping and Signing Guide Memo The CONSULTANT will utilize the wayfinding, striping, and signing guidelines for what has already been established by the COUNTY for the Centennial Trail on other segments of the route for this PROJECT. The RwT element of the PROJECT will require modifications to established COUNTY practices and will thus incorporate elements such as standard practice regulatory, advisory, emergency locators and warning signing and guidelines for selection, use and typical placement consistent with the MUTCD.

Assumption(s) and Exclusion(s): • COUNTY will coordinate the PROJECT with the existing website: wv • The theme established for the Centennial Trail is "Looking back. Moving ahead.''

Deliverable(s): • Draft and final memo outlining recommended practices, alternatives and preferred approaches to

wayfinding, striping and signing. The memo will be included with Design Report identified in Task 3.1.8.

3.1.4 Alignment Refinement The potential for realignment of the existing track at two locations below the Kenwanda neighborhood will be analyzed to determine if doing so can avoid trail structures resulting in overall construction cost savings.

3.1.5 Concept Design (15 %®) The CONSULTANT shall develop one (1) concept design for the PROJECT in accordance with the limits identified in TABLE 1 of Element 0.1 Project Description of this Scope of Services. The concept design shall be used as a basis for internal discussion with the COUNTY and for purposes of initiating the Environmental scope of services as identified in Element 4.0. The concept design will be developed based upon the information developed in Tasks 3.1.1, 3.1.2, and 3.1.3, as well as survey work completed by the CONSULTANT under a separate agreement with the COUNTY and listed within Task 2.1.

Based upon the evaluation criteria, such as environmental issues, right-of-way, permitting, engineering, and PROJECT costs, a refined alternative will be developed at the preliminary design (30%) level.

Deliverable(s): • Draft and Final 15% Concept Design in set prepared in AutoCAD, with the one revision in response to

review by COUNTY staff. PDF format digital files of draft and final roll plot plans.

Page 18 of 144

Page 23: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

3.1.6 Preliminary Design (30 %) The CONSULTANT shall develop the preliminary design for the PROJECT in accordance with the Task 1 limits identified in TABLE 1 of Element 0.1 PROJECT Description of this Scope of Services.

The CONSULTANT shall refine and/or revise the concepts illustrated in the preferred conceptual design level corridor alternative selected by the COUNTY. Development of the preliminary (30%) design level plans is intended for public viewing at a public open house.

For the preliminary design, the CONSULTANT shall refine, revise, and/or determine the appropriate cross-sections, drainage improvements, and landscape concepts. A cost estimate for the preliminary design shall be prepared.

A majority of the PROJECT plans are anticipated to be illustrated at the 1" = 50' (full size) and 1" = 100' (half size) scales. The following are a list of locations of roadway crossings by the trail that are anticipated to require illustration of the design plans at the 1" = 20' (full size) and 1" = 40' (half size) scales:

1) MP 26.8; 240 th Street SE 2) MP 27.0; SR 522 3) MP 29.5; Commercial driveway access to W. Bostian Road 4) MP 30.0; Maltby Road/212 th Street SE 5) MP 30.3; Yew Way 6) MP 32.5; 180 th Street SE 7) MP 33.6; Elliott Road 8) MP 34.7; Connelly Road 9) MP 37.2; 111` h Street SE 10) MP 38.1 Snohomish River Bridge 11) MP 38.2; 1 st Street

Deliverable(s): • Draft and Final 30% Design Plan set prepared in AutoCAD with the one revision in response to review

by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions. • Plan sheets anticipated for the Preliminary Design (30%) are identified in the Task 1 column of TABLE 2

of the Scope of Services.

3.1.7 Utility Location and Coordination (30%) The CONSULTANT shall review the 30% design to identify potential conflicts, and if practical, modify the design to avoid these conflicts. The CONSULTANT and the COUNTY shall work together to resolve remaining conflicts.

The CONSULTANT shall coordinate, and the COUNTY to participate in discussions, with utility owners regarding the potential relocation of existing facilities and the installation of new services.

Assumption(s) and Exclusion(s): • The CONSULTANT will endeavor to develop a preliminary design for the proposed improvements that

avoids and/or limits the potential for conflict with existing utilities located both above and below the ground surface to the extent practical.

3.1.8 Preliminary Hydraulic Report (30%) It is anticipated that the new and replaced impervious area associated with the preferred trail design alternative will be greater than 5,000 square feet, therefore a Hydraulics Report (HR) that includes a 30% design completion level of the drainage conveyance system and detention/water quality facilities will be evaluated for requirements.

The CONSULTANT shall prepare a Hydraulics Report based upon the preferred preliminary design alternative for the corridor that includes the following elements:

Drainage information summary form, Executive summary PROJECT description — Proposed improvements — Existing drainage system and basins — Proposed drainage system and basins

Page 19 of 144

Page 24: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

— Existing soils type(s) Conditions and requirements summary — Minimum requirements — Existing conditions (identifying pervious and impervious areas) — Developed conditions (identifying pervious and impervious areas) Offsite analysis — Study area definitions — Upstream analysis — Downstream analysis Flow control and runoff treatment — Design criteria / stormwater treatment methodology — Flow control (detention) — Runoff treatment (water quality) — Stormwater facility concept plan layouts — Feasibility of potential alternative stormwater facility sites (This element includes proposed preferred

and alternative locations of easements and right-of-way required for drainage system improvements)

Conveyance system analysis and design — Conveyance system analysis — Drainage plans Low Impact Development (LID) design alternatives — Feasibility of LID alternatives for the PROJECT — Issues associated with incorporating LID measures List of permits needed

Exhibits will be used within the Hydraulic Report to convey the existing conditions and design approach proposed for the PROJECT. The following specific items, or combination of items, will be added as an exhibit or exhibits to the appropriate sections of the Hydraulic Report:

— Existing/proposed contours — Existing/proposed pavement limits — Threshold discharge areas — Offsite flow onto/through PROJECT limits — Stormwater release points — Critical areas — Existing drainage system with flow direction

Assumption(s) and Exclusion(s): • The trail surface will be considered non-pollution-generating surface and thus water quality facilities will

not be required due to the new trail surface. • Flow control measures may be accomplished through options such as storage in longitudinal ditches

parallel to the trail, storage in new ballast sections of the trail, and storage in media filter along the top side slope of the prism for the new trail.

Deliverable(s): • Draft Hydraulic Report, two drafts anticipated (hard copy only). • Final Hydraulic Report (hard copy only).

3.1.9 Project Design Report The CONSULTANT shall prepare a Project Design Report and submit it to the COUNTY. The Project Design Report will be comprised of the individual design elements described in detail in other sections of this scope. These sections include:

• Design Criteria and Methodology • Wayfinding, Signing, and Striping • Stormwater/Hydraulics • Environmental • Geotechnical • Trail and Road Crossing Evaluation

Page 20 of 144

Page 25: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFO1-14

• Parking • Right-of-Way • Funding and PROJECT Costs

Deliverable(s): • Draft Project Design Report (2 iterations) (1 hard copy and PDF electronic copy submitted to the

COUNTY). • Final Signed Project Design Report (1 hard copy and PDF electronic copy submitted to the COUNTY).

TABLE 2: Estimated Plan Sheets Per Task

Estimated Number of Sheets

Included in Task 1

PRELIM TRAIL

Included in Task 2 FINAL

PHASE 1

Included in Task 3 FINAL

PHASE 2 63,000 LF 40,000 LF 23,000 LF

Total Estimated Number of Plan Sheets 200+ 400+ 200+

Cross -sections included as an Appendix to the Bid Set 60 35 25

3.2 Task 2 — Final Trail Design for North and South Ends The CONSULTANT shall develop the final design for the PROJECT in accordance with the Task 2 limits identified in TABLE 1 of Section 0.1 Project Description of this Scope of Services.

Symbols used by the CONSULTANT in the plans shall follow APWA standards. If the symbols are not in the APWA standards, then Washington State Department of Transportation standard symbols shall be used.

The COUNTY will supply the CONSULTANT with the current version of its Special Provisions.

The CONSULTANT's Engineer's Estimate shall be included with the submittal. The Engineer's Estimate will include an itemized list in tabular form describing: section, item, number of units (quantity), estimated unit costs, and total cost, with the understanding that any cost opinion or Engineer's Estimate provided by the CONSULTANT will be on the basis of experience and judgment. The estimate shall be prepared using standard unit costs and lump sum prices. The "Bid Proposal" within the boilerplate specifications shall be prepared from this information by the CONSULTANT.

3.2.1 60% Design The CONSULTANT shall prepare a 60% design that includes drawings, quantities, specifications, and the Engineer's estimate. All 30% plan submittal comments received during Task I of the PROJECT shall be incorporated into the design.

Assumption(s) and Exclusion(s): • PROJECT design work will be performed assuming basic design parameters that will be acceptable to

the COUNTY. Examples include but are not limited to the use of standard proprietary retaining walls such as modular block walls and welded wire walls, standard rockery walls, standard and uniform landscape items and design, standard illumination standards and design, standard plan and profiles, and similar design criteria.

• The fill retaining walls are anticipated to be a combination of proprietary mechanically stabilized earth (MSE) or structural earth walls (SEW) walls, or COUNTY standard plan rockery walls. Proprietary MSE/SEW walls and rockery walls per COUNTY standard plans will not require structural analysis or custom detailing.

• Retaining walls are anticipated to be needed for this PROJECT in order to minimize impacts to sensitive areas and to stay within the limits of existing right-of-way. Estimated heights and limits of these walls are identified in Element 6.0.

• The COUNTY will provide requirements or input on the aesthetic treatment of exposed wall surfaces, and preferences for coping or transition between wall types and traffic guardrail, concrete barriers, and pedestrian rail attachments to retaining walls. It is anticipated that these preference treatments and wall types will be consistent with other sections of the built Centennial Trail and will be selected with considerations toward long term maintenance by the COUNTY.

Page 21 of 144

Page 26: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

3.2.2 90% Submittal The CONSULTANT's 90% submittal shall be the complete PS&E and shall include all drawings, quantities, the specification package and special provisions, and the Engineer's estimate. The 30% Design Plan submittal comments shall be incorporated into the 90% submittal. The COUNTY shall review the submittal and return one set of consolidated comments to the CONSULTANT. It is anticipated that the following sheets will be included with the 90% submittal:

— Cover Sheet with Vicinity Map and Index — Plan Key — Horizontal/Survey Control Plan — General Notes and Legend — Typical Roadway/Trail Sections — Trail Plan and Profiles (including Drainage, Utilities, Pavement Markings, and Signs) — Driveway and Side Streets Plan/Profile/Details — Retaining Wall Plan/Profile/Details — Landscaping Plans — Construction Staging Plans — Preliminary design level PROJECT cost estimate — Trail/Roadway Details — ADA Curb Ramp Details — Site Preparation and TESC Plans — Flow Control and Water Quality Plans and Details — Drainage Details — Pavement Marking Details and Signing Schedule — Utility Details — Landscape Details — Construction Sequence Plans

Deliverable(s): • Comment response letter/matrix from 30% submittal. • Two (2) unbound copies and one (1) electronic PDF copy of 90% Plans, Specifications, and Estimate. • Cross-Sections every 50 feet along trail segments with structures, and every 250 feet along the

remainder of the corridor.

3.2.3 100% Submittal It is anticipated that approximately 4 miles of the Centennial Trail corridor will be advanced to the 100% submittal. The remainder of the corridor may be added as an Optional Service for Task 2 as funds allow.

The CONSULTANT 100% package shall include completed drawings, the quantities complete, the specifications package and special provisions ready to advertise for bid, and the final Engineer's estimate. The 90% PS&E Plan submittal comments shall be incorporated into the submittal. The CONSULTANT shall make no further changes to the documents without the approval of the COUNTY.

Deliverable(s): • Comment response letter/matrix from 90% submittal. • One unbound and electronic PDF copy of 100% Complete Plan set. • One unbound and electronic PDF copy of 100% Complete Specifications Book. • Final Cost Estimate.

3.2.4 Bid Ready Documents It is anticipated that approximately 4 miles of the Centennial Trail corridor will be advanced to the Bid Ready submittal. The remainder of the corridor may be added as an Optional Service for Task 2 as funds allow.

The CONSULTANT's Bid Ready package shall include completed drawings, the quantities complete, the specifications package and special provisions ready to advertise for bid, and the final Engineer's estimate. The 100% PS&E Plan submittal comments shall be incorporated into the submittal.

Page 22 of 144

Page 27: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Deliverable(s): • Two (2) unbound and one (1) electronic PDF copy of the complete Plan Set. Each sheet shall be

stamped and signed by the CONSULTANT. • Two (2) unbound and one (1) electronic PDF copy of the complete Specifications Book. The cover page

shall be stamped and signed by the CONSULTANT. • Bid alternates and/or schedules. • Final Cost Estimate including all elements from the design. • Final electronic CAD files.

3.2.5 Utility Coordination This task involves identifying existing utilities that are in conflict with the proposed trail improvements, coordinating with utility providers for the relocation and/or undergrounding of their existing facilities, design of a joint utility trench, and cost estimating to determine proportionate shares of trench costs for each utility provider. The COUNTY agrees to work cooperatively with the CONSULTANT as it is anticipated to be, upon ownership of the corridor, the franchise controller of the utilities and assist with having the utilities respond with plans and information regarding their facilities in a timely and responsive manner.

The CONSULTANT will transmit two copies of the half-size plans at the Design Development-90% major milestone submittal to utility providers. The need for utility relocations (if any) will be identified. Utility agencies will be asked to verify the accuracy and location of their respective facilities. Communications with the utility providers will be documented for the PROJECT file. The CONSULTANT will notify the COUNTY of meetings between the CONSULTANT and the utilities in the event the COUNTY should choose to attend.

The CONSULTANT will request the utilities to determine if they have improvements that they would prefer to have relocated prior to or coincident with this PROJECT. The CONSULTANT will prepare meeting notes and distribute them to participants.

The CONSULTANT shall attend up to six (6) Utility Coordination Meetings, prepare meeting records, and distribute to all attendees.

Deliverable(s): • Transmittal of the plans at major milestone submittal (90%) to the utility providers.

3.2.6 Utility Conflict Resolution The CONSULTANT will provide identification, documentation, and a proposed resolution of potential subsurface conflicts between existing utilities and proposed COUNTY facilities. The CONSULTANT will also provide identification, documentation, and a proposed resolution of potential surface and above-ground conflicts between existing utilities and proposed COUNTY facilities.

Depending upon their location, the proposed improvements may benefit from having subsurface utility potholing performed. The CONSULTANT shall coordinate the potholing, including the survey and the contracting of the potholing subcontractor. For estimating purposes, it is assumed 12 locations will be potholed at locations to be determined. If additional potholes are required, this will be done as an extra service.

The CONSULTANT shall utilize a private locating service to locate and determine the depth of buried utilities. The CONSULTANT shall identify the potential conflicts with existing utilities to remain, and identify up to 12 locations where more data would assist in the relocation design. The utility locate company will provide temporary traffic control plans and a plan of the potholing procedure to the COUNTY for approval prior to performing work.

The CONSULTANT shall coordinate with the utility locating service and survey the pothole locations and elevations. The locating information shall be provided to the COUNTY in tabular format with references to the plan locations.

Deliverable(s): • List of utilities identified to conflict with proposed features of the PROJECT at the 90% design stage. • Updated base map with utility depth information.

3.2.7 Final Hydraulic Report The CONSULTANT shall prepare a Final Hydraulic Report based upon the preferred design alternative and proposed facilities identified in the 30% Hydraulic Report for the corridor that includes the following elements:

Page 23 of 144

Page 28: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

■ PROJECT overview — General description of PROJECT — Existing soils type(s)

■ Existing conditions summary — Review existing site conditions — Identify site limitations

• Off-site analysis (upstream and downstream) — Study area definition — Review of available information — Field Inspection

■ Minimum requirements — Address 10 minimum requirements outlined by DOE

• Permanent stormwater control plan — Existing Site Hydrology — Developed Site Hydrology — Performance Standards and Goals — Flow Control System — Water Quality System

• Conveyance System Analysis and Design, including downstream analysis % mile past PROJECT limits. ■ Construction stormwater pollution prevention plan

— Evaluation of 12 elements outlined by DOE ■ Special reports and studies

— Reference other studies prepared for PROJECT (geotechnical report, critical area study, etc.) ■ Other permits

— List of other permits and approvals required = Operations and maintenance manual

Exhibits will be used within the Hydraulic Report to convey the existing conditions and design approach proposed for the PROJECT. The following specific items, or combination of items, will be added as an exhibit or exhibits to the appropriate sections of the Hydraulic Report:

— Existing/proposed conditions — Existing/proposed pavement limits — Threshold discharge areas — Offsite flow onto/through the PROJECT limits — Stormwater release points — Critical areas — Existing drainage system with flow direction

Assumption(s) and Exclusion(s): • One site visit will be required to locate proposed facilities. • Stormwater detention will not be required for the trail or trailhead parking areas. • The Final Hydraulic Report assumes compliance with Department of Ecology 2005 SMMWW. • Low impact stormwater design concepts will be incorporated into the drainage design. • The drainage design will be incorporated into the Final Design element. • The COUNTY will provide one set of consolidated comments for each draft submittal of the Hydraulic

Report.

Deliverable(s): • Draft Hydraulic Report (hard copy only). • Final Hydraulic Report (hard copy only).

3.3 Task 3 — Final Trail Design for Central Portion The CONSULTANT shall develop the preliminary design for the PROJECT in accordance with the Task 3 limits identified in TABLE 1 of Section 0.1 Project Description of this Scope of Services.

The following sections for Task 2 follow the same outline, approach, and tasks described for Task 2 in Section 3.2:

Page 24 of 144

Page 29: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

3.3.1 60% Design

3.3.2 90% Submittal

3.3.3 100% Submittal It is anticipated that approximately 4 miles of the Centennial Trail corridor will be advanced to the 100% submittal. The remainder of the corridor may be added as an Optional Service for Task 3 as funds allow.

3.3.4 Bid Ready Documents It is anticipated that approximately 4 miles of the Centennial Trail corridor will be advanced to the Bid Ready submittal. The remainder of the corridor may be added as an Optional Service for Task 3 as funds allow.

3.3.5 Utility Coordination

3.3.6 Utility Conflict Resolution

3.3.7 Final Hydraulic Report

Element 4.0 Environmental Documentation

The purpose of the environmental documentation element is to determine the environmental impacts associated with construction and operation of the PROJECT. Environmental documents will be developed in a manner that satisfies standards and requirements set forth by the National Environmental Policy Act (NEPA) and State Environmental Policy Act (SEPA). Details regarding the level of environmental documentation required for the PROJECT to be in compliance with NEPA and SEPA are provided below. In preparing the environmental documentation, the CONSULTANT shall use the State of Washington's Reader-Friendly Tool Kit to make the documents easier for the public to read and understand.

The COUNTY and the CONSULTANT will participate in a NEPA kickoff meeting with WSDOT Highways and Local Programs to determine the level of environmental review needed. The COUNTY will prepare and submit the Environmental Classification Summary (ECS form) if WSDOT and FHWA determine that a Categorical Exemption (CE) or Documented Categorical Exemption (DCE) level review will be sufficient. CONSULTANT will prepare Discipline Reports needed. The COUNTY will review all environmental documents prior to submittal to agencies. If an EA is not required, the Scope of Services would be amended as necessary.

This Scope of Services assumes a NEPA Environmental Assessment (EA) will be prepared. After reviewing the Environmental Assessment (EA), WSDOT and FHWA will decide if an environmental impact statement (EIS) is required or if a Finding of No Significant Impact (FONSI) shall be issued.

4.1 Task I — Preliminary Environmental Tasks

4.1.1 Data Collection/Critical Areas

4.1.1.1 Conduct Desktop Review/Background Data Collection Identify and collect available background data on PROJECT corridor, including existing critical areas information, literature, and maps. Sources will include web based information from the COUNTY and the Department of Fish and Wildlife. Sources of data also to be reviewed include but are not limited to:

- A Catalog of Washington Streams and Salmon Utilization, Volume 1, Puget Sound Region (Williams et al. 1975)

- National Marine Fisheries Service Endangered Species and Critical Habitat list - Washington Department of Fish and Wildlife Priority Habitats and Species - Washington Department of Fish and Wildlife SalmonScape - Snohomish County Chinook salmon distribution maps - Snohomish County SnoScape maps - Snohomish County ENVS wildlife corridor maps - Soil Survey of Snohomish County Area, Washington - USFWS Critical Habitat Mapper, Critical Habitat Portal - USFWS IPaC - Information, Planning, and Conservation System website

Page 25 of 144

Page 30: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

- NMFS Species Information website - Classification of Wetlands and Deepwater Habitats of the United States (Cowardin 1992) - Snohomish County ArcGIS (version 10.1) - Washington State Wetlands Identification and Delineation Manual (DOE 1997) & Regional Supplement to

the Corps of Engineers Wetland Delineation Manual: Western Mountains, Valleys, and Coast Region (Version 2.0)

4.1.1.2 Conduct Field Survey of Wetlands and Streams Conduct field delineation of wetland and stream boundaries; flag wetland boundaries and ordinary high water mark (OHWM) of streams; flag data plot locations; provide sketch map to surveyors. Field methods will adhere to state and federal methodologies required at the time of the task, including the U.S. Army Corps of Engineers (USACE) Regional Supplement for Western Mountains and Valley (Version 2.0). Only wetlands within the existing established ROW will be surveyed. Location and extent of offsite wetlands will be visually estimated. All wetlands will be classified and rated using the Washington Department of Ecology's Wetland Rating System for Western Washington, as required by County Code. All boundaries and OHWM limits will be identified with pink surveyor flagging or with pin flags, depending on site conditions. A sketch map of all surveyed wetlands and streams will be provided to the PROJECT surveyors to expedite survey data collection.

Assumption(s) and Exclusion(s): • No work outside ROW • Work assumes average pace of two miles per day • Wetland flags will be surveyed by the CONSULTANT therefore no GPS points will be required • CONSULTANT will coordinate wetland flagging task with the COUNTY to provide COUNTY staff the

opportunity to confirm the wetland flags prior to survey. • One site visit with WDFW will be needed to identify any stream related issues (e.g. fish passage, culvert

sizing etc.)

4.1.1.3 Prepare Draft and Final Critical Areas Study Pursuant to SCC 30.62A The CONSULTANT will prepare draft and final versions of a Critical Areas Study. The report will address status of existing critical areas, including wetlands, streams, fish and wildlife habitat areas, floodplains and critical aquifer recharge areas. Information on geotechnical resources and critical aquifer recharge areas will be provided by others and incorporated into this report. The CONSULTANT will prepare an electronic Word version of the Draft for COUNTY review and one other electronic Agency review prior to final version. The Final will be in both paper and electronic form.

Assumption(s) and Exclusion(s): • Report will meet WSDOT and FHWA standards for wetland and stream discipline report under NEPA as

well as COUNTY format for a CAR • Report will include preliminary assessment of impacts and potential required mitigation for the preferred

alternative. • Report will include Habitat Management Plan for fish and wildlife habitat. • No additional resource specific studies will be conducted for floodplains or critical aquifer recharge

areas.

4.1.1.4 Conceptual Mitigation Plan The CONSULTANT will prepare a Draft and Final mitigation plan for critical areas and buffer impacts. The CONSULTANT staff will perform up to 2 site visits with COUNTY staff to determine wetland mitigation areas and attend 2 meetings to receive comments at each deliverable. Wetland mitigation will include wetland creation/wetland restoration/wetland banking and buffer mitigation. For this, the CONSULTANT will prepare grading and planting plans, habitat details and monitoring plan and schedule.

Deliverable(s): • Draft and Final Conceptual Mitigation Plan set prepared in GIS and/or AutoCAD in PDF format.

Assumption(s) and Exclusion(s): • Conceptual mitigation plan will be included in the Critical Area Study, unless otherwise directed by the

COUNTY. • Mitigation will occur within PROJECT right-of-way or on parcels provided/identified by the COUNTY.

Page 26 of 144

Page 31: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

Conceptual mitigation plan will be based on impacts identified for the entire PROJECT during preliminary design (30%). Fish passage culvert replacement and associated stream restoration design is not included. Landscape Restoration Plans in all non-critical areas are not included.

4.1.2 NEPA Environmental Assessment Discipline Report Review

4.1.2.1 Review Discipline Reports Prepared By Others The CONSULTANT will review the discipline reports prepared by others, including the geotechnical report and the Phase 1 and Phase 2 Environmental Site Assessment (ESA). Information in these reports will be summarized in the appropriate EA sections.

4.1.3 Public Outreach for NEPA/SEPA

4.tlY Public Involvement Plan The CONSULTANT will support the COUNTY in developing a public involvement program appropriate for NEPA and SEPA and the PROJECT scope. The work includes development of a draft and final electronic version of the plan.

Assumption(s) and Exclusion(s): ° Plan will be limited to five (5) pages. • Task includes time for one meeting with COUNTY staff. • Assumes one round of review on electronic draft plan.

4.1.3.2 Mailing Lists The COUNTY shall create and maintain one (1) mailing list for this PROJECT, containing all interested partiou, including niiizeno, agonciao, and those that have subscribed to a COUNTY e-mail list for the PROJECT. Per County Code, the COUNTY shall notify all residents within 500 feet of the PROJECT within the Urban Growth Boundary or within 1,000 feet of the PROJECT outside of the Urban Growth Boundary.

4.1.3.3 Public Meetings The CONSULTANT will assist COUNTY in preparation of materials for one (1) public meeting as part of the NEPA-process. It is anticipated that two (2) additional public meetings will be held to during the final design phase, separate from the NEPA EA phase, and are described in Element 9.0.

Assumption(s) and Exclusion(s): • The CONSULTANT will assist with preparation of up to ten (10) exhibits for the meeting. • CONSULTANT will bring exhibits developed as part of the 30% design to the NEPA Meeting. • COUNTY staff will arrange meeting logistics. • Up to three CONSULTANT staff will attend meeting.

4\1.3.4 Comment Tracking The CONSULTANT will maintain an Excel spreadsheet that is an on-going record of all issues and concerns raised by the public about the PROJECT, via verbal, email, phone, letters, etc.

Assumption(s) and Exclusion(s): • Assumes COUNTY will pass on all communications they feel appropriate to be included in the

spreadsheet.

4.1.3.5 Public Involvement Summary At the conclusion of the Environmental Phase of the PROJECT, the CONSULTANT will prepare a summary of all public involvement activities into one final report to be included in the NEPA EA or other NEPA documentation if a NEPA EA is not required. The summary will include summaries of the scoping and public meetings, as well as any public communications (newsletters, fact sheets, etc.) prepared during the PROJECT.

Assumption(s) and Exclusion(s): • Includes electronic draft for review by the COUNTY and electronic final to be included in the EA or other

NEPA documentation as applicable.

Page 27 of 144

Page 32: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

4.1.4 Environmental Permitting While it is difficult to predict at this early stage what environmental permits will ultimately be needed for the PROJECT, it is assumed that some wetland and/or stream impacts from the PROJECT will be unavoidable. Based on that assumption, the following permits may be required:

• Corps 404 for fill and/or excavation in waters of the U.S. • Section 401 Clean Water Act water quality certification from the WDOE • Shoreline Substantial Development Permit/Flood Hazard Permit • Hydraulic Project Approval for modifications to waters of the state from WDFW • NPDES Stormwater Construction General Permit • Land Disturbing Activity Permit

An NPDES Stormwater Construction General Permit will be required from the DOE for the disturbance of over one acre during construction. The COUNTY shall prepare the Notice of Intent (NOI) form and submit it to DOE. The CONSULTANT will provide PROJECT information needed to complete the NOI.

Note: ENVS submits all Public Works NO/s through the Secure Access Washington (SAW) web site. No documents are submitted with the NPDES.

The COUNTY shall publish two public notices in a local newspaper, consistent with the NPDES permit ran, ircmcnte

4.1.4.1 SEPA Checklist

Draft SEPA Checklist The CONSULTANT provides support as needed to the COUNTY to prepare a draft SEPA checklist based predominantly upon site visits, research, knowledge of area, and the background technical reports. The CONSULTANT assumes two rounds of review will be required. At this time, the COUNTY anticipates NEPA adoption to fulfill SEPA requirements.

Final SEPA Checklist The CONSULTANT will submit a Final SEPA checklist to the COUNTY for use in preparing a Threshold Determination.

Respond to Agency and Public Comments The SEPA process allows for agency and public comments on the Threshold Determination issued by the COUNTY. Since the number and nature of the comments cannot be determined in advance, this scope of services does not provide for any responses by the COUNTY to any comments received from agencies and the public.

Assumption(s) and Exclusion(s): • Responses to public comments are not covered under this scope of services. • SEPA Determination of Non-Significance (DNS) will be issued for the proposed PROJECT • The threshold determination will be based on the background technical reports and NEPA EA and

FONSI • Prior to beginning any environmental work, the CONSULTANT shall coordinate an environmental kick-

off meeting with the COUNTY to develop communication, confirm approach, discuss environmental documentation schedule, exchange information and develop relationships for continued work on the PROJECT.

4.1.4.2 Storm water Pollution Prevention Plan (SWPPP) The CONSULTANT shall prepare a final Stormwater Pollution Prevention Plan in accordance with the DOE's 2005 Stormwater Management Manual for Western Washington. Temporary Erosion and Sediment Control Plans prepared will be utilized for the drawing portion of the SWPPP. Three (3) copies of the final SWPPP shall be submitted.

Deliverable(s): • TESC Plan (developed as part of Final Design for Task 2 and Task 3). • SWPPP (Final) (developed as part of Final Design for Task 2 and Task 3).

Page 28 of 144

Page 33: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

4.1.4.3 JARPA The CONSULTANT will prepare the exhibits needed for a JARPA application and COUNTY staff will finalize and submit the application to the USACE. WDFW has an online application for an HPA. The CONSULTANT will assist the COUNTY in providing information for that online application to be completed by the COUNTY.

Deliverable(s): • Graphics in JARPA format.

Assumption(s) and Exclusion(s): • COUNTY will provide any and all permit related fees. • COUNTY will provide comments on electronic version of deliverables. • The CONSULTANT is not responsible for permit timelines.

4.1.4.4 Flood Hazard Permit The CONSULTANT will prepare graphics associated with a Flood Hazard Permit application. The CONSULTANT will assist the COUNTY in providing information for the application.

Deliverable(s): • Graphics for Flood Hazard Permit.

Assumption(s) and Exclusion(s): • COUNTY will provide any and all permit related fees. • COUNTY will provide comments on electronic version of deliverables. • The CONSULTANT is not responsible for permit timelines. • A Zero Rise analysis is not required for the PROJECT in accordance with Snohomish County Code

30.65.

4.2 Task 2 — Final Environmental Design for North and South Ends

4.2.1 Wetland Mitigation Final Design Wetland mitigation will include wetland creation, wetland restoration or mitigation bank and buffer mitigation. For this, the CONSULTANT will prepare grading and planting plans, and habitat details. A draft set (90%) of plans, details, specifications and opinions of probable construction cost will be prepared for review by the COUNTY. The CONSULTANT will prepare 100% wetland mitigation plans, specifications, and estimate, based on the conceptual mitigation plans, and attend meetings to receive comments on the 90% submittal. Final plans will be stamped by a landscape architect registered in the State of Washington.

Deliverable(s): • Draft 90% and Final 100% Design Plan sets prepared in AutoCAD, one revision in response to 90%

review by COUNTY staff. PDF and AutoCAD format digital files of draft and final plan set and cost opinions.

Assumption(s) and Exclusion(s): • For mitigation areas at North and South Ends. • COUNTY to assist with location identification and assessment for wetland mitigation area(s). COUNTY

assistance is anticipated to be provided by representatives from Public Works and Parks Maintenance. • Up to 12 plan and detail sheets will be prepared. Mitigation Plan set will be at the same scale as the civil

engineering plan set. • Manual watering only—irrigation plans are not included. • Fish passage culvert replacement and associated stream restoration design is not included. • COUNTY will conduct mitigation monitoring

4.2.2 NEPA Environmental Assessment (EA) The CONSULTANT AND COUNTY will meet with WSDOT Headquarters Environmental Engineer and Highways and Local Programs Engineer to determine level of environmental review prior to beginning analysis. The CONSULTANT and its sub-consultants will prepare Discipline Reports and an Environmental Assessment, if required, analyzing potentially significant impacts of the PROJECT on the natural and built environments. EA format and content will follow COUNTY, WSDOT, and FHWA standards.

Assumption(s) and Exclusion(s): • Assumes NEPA EA document will be adopted for SEPA.

Page 29 of 144

Page 34: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• COUNTY will prepare and sign Environmental Classification Summary (ECS) and submit package to WSDOT Highways and Local Programs if an EA is not required

• FHWA (through WSDOT Highways and Local Programs) will be NEPA lead agency. • EA will follow Highways and Local Programs EA process. • EA will evaluate one action alternative and the no action alternative and include discussion of

alternatives considered but not carried forward. • Assumes no environmental justice (EJ) analysis required if the PROJECT remains within right-of-way. • Assumes existing Phase 2 Environmental Site Assessment (ESA) report will be acceptable for hazmat

analysis. • Assumes the NEPA kick-off meeting will include one site visit.

4.2.2.1 Biological Assessment The CONSULTANT will prepare a draft and final BA for entire route to satisfy Section 7 of the Endangered Species Act. This task includes up to three agency reviews. All drafts will be in electronic Word format; the final BA will be in electronic and paper formats:

Assumption(s) and Exclusion(s): • Assumes informal consultation, with National Marine Fisheries Service (NMFS), and US Fish and

Wildlife Service (USFW). • Assumes not likely to adversely affect listed Threatened or Endangered Species. • Tvto drafts in electronic formim fur agency review. • Final in paper and electronic form. • Use FHWA Endangered Species Act webtool for agency review.

4.2.2.2 Water Resources Discipline Report (DR) Prepare draft and final versions of water resources DR, which will address surface water, groundwater, floodplains and water quality. Report will incorporate information developed as part of the Preliminary Hydraulic Report prepared by the CONSULTANT as outlined in Task 3.1.8. The CONSULTANT will review FEMA floodplain maps and information relevant to the trail approximately between MP 35 and MP 38, including proposed Bridges 3, 4, and 5. No additional resource specific studies (e.g., flood modeling or scour analysis) will be conducted as part of this report.

Assumption(s) and Exclusion(s): • Two drafts in electronic form for agency review. • Final in paper and electronic form.

4.2.2.3 Cultural Resources Report The CONSULTANT will provide the following PROJECT components as part of this cultural resources assessment.

Background Research The CONSULTANT will conduct a search of site files recorded at Washington Department of Archaeology and Historic Preservation (DAHP); review of relevant correspondence between the PROJECT proponent, stakeholders and DAHP; and, review of pertinent environmental, archaeological, ethnographic and historical information appropriate to the PROJECT area.

Develop APE Submittal Package The CONSULTANT will review data gathered from DAHP and PROJECT engineering plans to assist in establishing the PROJECT area of potential effects (APE) as outlined in Section 106 (36 CFR § 800.3) and in accordance with WSDOT's Local Programs Guideline. The CONSULTANT will provide the pertinent information in an APE Submittal Package that the COUNTY and WSDOT need in order to draft a letter initiating Section 106 consultation with the Washington State Historic Preservation Officer (SHPO) and affected tribes. The CONSULTANT will assist the COUNTY in coordinating in-person meetings with SHPO, WSDOT, or affected tribes, as necessary.

Tribal Contact The CONSULTANT will not contact the cultural resources staff of tribes that may have an interest in the PROJECT area unless directed by WSDOT local programs archaeologist. This would be performed by WSDOT. Appropriate contact protocols would be developed in coordination with the WSDOT Highways and Local Programs archaeologist.

Page 30 of 144

Page 35: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

The CONSULTANT Identification The CONSULTANT will 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 and WSDOT Highway and Local Programs guidance.

Documentation of Findings The CONSULTANT will 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.

Cultural Resources Assessment Report The CONSULTANT will prepare a technical memo describing background research, field methods, results of investigations, and management recommendations. The report will provide supporting documentation of findings, including maps and photographs, and will conform to DAHP reporting standards. Report and support materials will be provided electronically and on a CD.

Deliverable(s): • Draft Area of Potential Effects (APE) Maps for review. Revise and resubmit per COUNTY and WSDOT

direction. PDF format digital files plus legible exhibits on an 11"X17" format, color hardcopies of draft and final APE Maps.

• Dl all Qlld Flllal Cl.^ lt^ral rs.t uutL. AJSessment r pu I L (eleitrunic) with eligibility forms.

Assumption(s) and Exclusion(s): • This scope and budget is based upon information provided in April 2014. Any changes may require a

change in budget to accommodate updating PROJECT information not received prior to the start of this PROJECT.

• This scope assumes that no more than one unrecorded archaeological site or one unrecorded historic site will be identified within the PROJECT area. It would be necessary to adjust the budget if additional sites are found. This budget was prepared with the assumption that no more than two hundred (200) shovel test probes would be excavated. If extensive archaeological deposits are encountered or if additional shovel test probes are warranted within the PROJECT area it may be necessary to modify this agreement to accommodate additional investigations for purposes of site identification.

• This scope does not include additional services for impact mitigation regarding archaeological or historic sites.

• This scope assumes that one meetings will occur with the COUNTY as part of the NEPA kickoff • This scope assumes no meetings with stakeholders will be required. • This scope assumes that all relevant PROJECT information, prior reports including geotechnical reports,

design plans and PROJECT maps will be provided with the signed Agreement so that the CONSULTANT may begin this PROJECT immediately upon receipt of signed agreement.

• If human remains are found within the PROJECT area, all field investigations will cease immediately, proper authorities will be notified and field investigations will not resume until applicable state laws are addressed.

• Assumes the cultural report will be submitted to WSDOT Highways and Local Programs (cover page provided; however, the COUNTY should include their own cover letter requesting review). The COUNTY will endeavor to prepare its cover letter within 15 days of receipt of said report.

4.2.2.4 Land Use Discipline Report (DR) The CONSULTANT will prepare draft and final versions of land use DR, which will address existing and planned future land uses in the PROJECT area within railroad right-of-way. The CONSULTANT will rely on existing sources of information to document these land uses, including existing County zoning maps, comprehensive plans, or other sources. Prime and unique farmlands will be mapped based on information obtained from the Natural Resources Conservation Service. Current and anticipated trends in land use and development will be discussed. Effects on rural lands outside of designated Urban Growth Areas will also be discussed. Figures showing the existing and future land use, zoning, jurisdictional boundaries, and prime and unique farmland will be prepared. The CONSULTANT will review and evaluate the consistency of the proposed PROJECT with applicable land use and transportation policies, planning policies and comprehensive plans, and local jurisdictions' comprehensive plans. The CONSULTANT will assess potential impacts of the PROJECT based on potential conflicts with existing uses, plans and policies. For farmlands, once the footprint of the PROJECT has been established, the maps shall be reviewed to determine potential impacts to these farmlands. If prime and/or

Page 31 of 144

Page 36: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

unique farmlands shall be impacted, the CONSULTANT shall review the regulatory framework and policies under which these lands might be developed. The CONSULTANT shall complete form AD-1006 or NRCS-CPA-106 as appropriate as part of the report (per EPM Section 454). Impacts to farmlands of statewide or local significance shall be evaluated based on right-of-way requirements and access changes.

Assumption(s) and Exclusion(s): • The CONSULTANT assumes that the proposed PROJECT is consistent with adopted and proposed

land use plans and policies. • Two drafts in electronic form for agency review. • Final in paper and electronic form.

4.2.2.5 Section 4(t) and 6(t) DR The CONSULTANT will prepare draft and final versions of 4f/6f technical memorandum, which will analyze the PROJECT's potential impact to existing public parks and trails as well as planned publicly owned parks and trails, other existing and planned recreational facilities, significant privately owned recreational facilities, and other known Section 4(f) and Section 6(f) resources. The areas of effect shall be identified and estimated. Types and general levels of recreation use shall be identified based on information available from the resource owners. Potential construction and operational impacts on parks, trails, and recreation facilities shall be discussed. Field reconnaissance shall be limited to up to one day devoted to resources where existing data is not sufficient to adequately characterize impacts and assess the potential for effective mitigation. Avoidance alternatives shall be evaluated, and a range of potential mitigation responses shall be identified.

Prior to beginning work on the Evaluation, the CONSULTANT shall meet with the COUNTY and WSDOT to determine if Sections 4(f) and 6(f) apply to the PROJECT. If they do, the CONSULTANT shall then prepare the evaluation.

Assumption(s) and Exclusion(s): • Assumes "de minims" impact determination on no more than one 4f/6f resource. • Assumes one day of field reconnaissance • Assumes two rounds of review of Draft DR with paper and electronic versions of Final DR.

4.2.2.6 Administrative Draft Environmental Assessment (EA) This task may be added as an Optional Service for Tasks 2 and 3 as funds allow.

If required, prepare preliminary administrative draft of NEPA EA for review by COUNTY; includes developing purpose and need statement and PROJECT description. Administrative Draft EA will be developed once the discipline reports and technical memoranda are completed. The CONSULTANT shall prepare a preliminary EA using the Reader-friendly format. The EA shall follow the outline in the EPM (Exhibit 411-2) and include the following sections:

• Cover Sheet. • Table of Contents. • Executive Summary. • Purpose and Need for the Action. • Description of Proposed Action. This section shall describe the preferred alternative. • Alternatives to the Proposed Action. This section shall include alternatives considered but rejected and

why. It shall also describe the no action alternative. • Existing/Baseline Conditions. The existing conditions section shall succinctly describe the affected

environment of the PROJECT area. • Impacts of the Proposed Action. The EA shall address only those elements of the environment which

the COUNTY and WSDOT determine will have a likelihood of being significantly affected. Elements of the environment which do not have a reasonable possibility for individual or cumulative significant environmental impacts shall not be discussed. The EA shall list those elements of the environment not affected and identify the reasons why. EA will include an assessment of direct, indirect and cumulative impacts of the PROJECT on each identified resource.

• Comments and Coordination. This section shall describe all public and agency coordination efforts including stakeholder meetings, tribal coordination, public involvement, and early coordination. It shall summarize key issues and pertinent information received from government agencies, tribes, and the public.

Page 32 of 144

Page 37: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• Environmental Commitments. This section shall describe the environmental commitments to which the COUNTY is committed to implementing as mitigation for PROJECT impacts.

• Appendices. The appendices shall include only information that substantiates analysis in the EA such as the Biological Assessment. The discipline reports shall be available on CD upon request.

Assumption(s) and Exclusion(s): • Assumes one review by COUNTY of electronic document. • Assumes COUNTY will consolidate all comments into one submittal to the CONSULTANT. • Assumes maximum of 12 resources analyzed in EA.

4.2.2.7 Agency Reviews This task may be added as an Optional Service for Tasks 2 and 3 as funds allow.

Following internal review of the Administrative Draft EA by the COUNTY, the Draft would be submitted to WSDOT and FHWA for review. Task includes time for the CONSULTANT to make revisions to the Administrative Draft based on consolidated comments from WSDOT and FHWA.

Deliverable(s): • Complete Draft EA and submit to WSDOT/FHWA for review.

Assumption(s) and Exclusion(s): • Assumes all comments from each individual agency will be submitted to the CONSULTANT.

4.2.2.8 Public Review This task may be added as an Optional Service for Tasks 2 and 3 as funds allow.

Once the Administrative Draft EA has been finalized based on agency comments, the EA will be issued for public review and comments by the COUNTY and WSDOT and FHWA. The COUNTY will collect and consolidate all comments received on the document, including written letters, emails, verbal communications, etc. and submit to the CONSULTANT to put into a master comment spreadsheet (See Task 4.1.3.5 below). This spreadsheet will be used to create electronic draft and final versions of a comment response document that will list each comment individually and provide an appropriate response. These comments will include any received during public outreach (see discussion below).

Assumption(s) and Exclusion(s): • Assumes 30 to 45 day public comment period. • Assumes COUNTY will provide all public communications received by them during the comment period

to the CONSULTANT in a timely manner.

4.2.2.9 Agency Coordination This task provides time for up to three meetings with the COUNTY and WSDOT/FHWA and time to coordinate with other involved agencies regarding the EA and/or the ECS, and other issues.

Assumption(s) and Exclusion(s): • Includes time for one site visit with agencies to be determined. WDFW coordination should occur in field

survey stage. See Task 4.1.1.2.

4.2.2.10 FONSI This task may be added as an Optional Service for Tasks 2 and 3 as funds allow.

The CONSULTANT will assist the COUNTY to prepare FONSI for the PROJECT.

Assumption(s) and Exclusion(s): • Assumes one round of review on electronic Draft then Final FONSI in paper and electronic format.

4.3 Task 3 — Final Environmental Design for Central Portion

4.3.1 Wetland Mitigation Final Design Wetland mitigation will include wetland creation, wetland restoration or mitigation bank and buffer mitigation. For this, the CONSULTANT will prepare grading and planting plans, and habitat details. A draft set (90%) of plans, details, specifications and opinions of probable construction cost will be prepared for review by the COUNTY. The CONSULTANT will prepare 100% wetland mitigation plans, specifications, and estimate, based on the

Page 33 of 144

Page 38: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

conceptual mitigation plans, and attend meetings to receive comments on the 90% submittal. Final plans will be stamped by a landscape architect registered in the State of Washington.

Deliverable(s): • Draft 90% and Final 100% Design Plan sets prepared in AutoCAD, one revision in response to 90%

review by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions.

Assumption(s) and Exclusion(s): • For mitigation areas included as part of the Central Section final design. • COUNTY to assist with location identification and assessment for wetland mitigation area(s). COUNTY

assistance is anticipated to be provided by representatives from Public Works and Parks Maintenance. • Up to 6 plan and detail sheets will be needed. Mitigation Plan set will be at the same scale as the civil

engineering plan set. • Manual watering only — no irrigation plans are needed. • Fish passage culvert replacement and associated stream restoration design is not included.

COUNTY will conduct mitigation monitoring

Element 5.0 Geotechnical Engineering

Geotechnical services will be performed in three phases, identified as Tasks 1, 2 and 3 of the COUNTY's Scope of Work as described in the Request for Qualifications, to support structural design of retaining walls, bridges, embankments and pavement. The PROJECT includes 14 fish passage structures and one culvert; other than general observations based on a reconnaissance, geotechnical evaluation of these structures is not included in this scope. Final design of the Central and North sections, are presented as Optional Services and are not included in the base cost.

5.1 Task 1 — Preliminary Geotechnical Tasks Geotechnical services will be performed to develop preliminary geotechnical recommendations for the Centennial Trail corridor. The preliminary recommendations will be developed to support PROJECT planning, preliminary design, and cost estimates. The geotechnical studies will include:

• collecting and reviewing existing geotechnical subsurface and surface information along the PROJECT corridor,

• reviewing as-built drawings of existing structures in the PROJECT corridor that may affect the trail, • performing geologic site reconnaissances along the PROJECT corridor, • assessing landslide, erosion and seismic hazards based on collected data and available maps, • preparing a subsurface exploration plan, • completing subsurface explorations including up to 10 borings, 3 CPT probes and 27 test pits, • monitoring groundwater levels in up to 3 observation wells, • completing laboratory index testing on soil samples, • performing preliminary geotechnical studies for all sections of the trail corridor, and • preparing a preliminary geotechnical report for the trail corridor.

These services are described below as geotechnical Tasks 5.1.1 through 5.1.7.

5.1.1 General Geotechnical Requirements The CONSULTANT will review relevant PROJECT technical documents, reports and requirements provided by the COUNTY and the CONSULTANT. The CONSULTANT will attend meetings with the design team to review the scope of work (SOW) and share ideas/concepts with the team. The CONSULTANT will prepare invoices and progress reports on a monthly basis. The CONSULTANT will provide project management of geotechnical services, coordinate with other disciplines, and communicate with the design team and the COUNTY.

Deliverable(s): • Meeting attendance, invoice progress reports, and emails.

Assumption(s) and Exclusion(s): • The CONSULTANT shall attend up to four team meetings. • Alternatives evaluation will be limited to those discussed in the ERC Track and Trail Survey Technical

Memorandum dated December 2013.

Page 34 of 144

Page 39: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• There is no COUNTY-established geotechnical design criteria for trail design and therefore compliance with the WSDOT Geotechnical Design Manual is not required.

• As part of Element 4.0 of this scope of services, the geotechnical CONSULTANT shall prepare the geotechnical aspects of a critical areas report as discussed in SCC30.62B.140; under subsection 2 of the code, excluded (non-geotechnical) items are a, c, d, j, k, I, and m.

5.1.2 Data Collection, Review and Reconnaissance The CONSULTANT will collect and review available geotechnical subsurface and surface information to assess geotechnical conditions along the PROJECT corridor. The CONSULTANT evaluation will be focused in areas where bridges, fills, retaining walls, or cuts are planned. The sources of available information will be limited to COUNTY records, State of Washington Geologic Information Portal, LiDAR imagery, and The CONSULTANT records. This task will help establish where additional exploration information will be required to meet preliminary geotechnical design requirements.

Following CONSULTANT review of available geotechnical data and LiDAR imagery, we will perform a two-step site reconnaissance effort. The first step of the reconnaissance will include a 4-day alignment walk-through by an engineering geologist. The second step of the reconnaissance will include a 1-day, focused walk-through and visual evaluation of those portions of the alignment that display potential geotechnical issues. The CONSULTANT will also evaluate accessibility of the alignment for equipment needed for subsurface explorations.

The CONSULTANT will develop a subsurface exploration plan and summary table to show the locations and depths of the planned explorations, the types of drilling equipment and/or test pit excavation equipment that will be used, and the proposed soil sampling methods and intervals. This plan and table will be submitted via e-mail to the COUNTY for review and approval.

Deliverable(s): • Plan and table showing proposed subsurface explorations information (PDF format via email)

Assumption(s) and Exclusion(s): • No traffic control is required for the site visits and field work. • No railroad flagger(s) or other railroad-associated personnel will be required on site during the site

reconnaissance. • The preliminary PROJECT features (embankments, retaining walls, etc.) will be made available to

overlay on the site reconnaissance map prior to the reconnaissance. • The COUNTY will arrange for location access and any permits that might be required as well as

notifying the public (as needed) prior to reconnaissance activities. The COUNTY will be responsible for obtaining and paying for any permits needed under this Task.

• The scope and budget for Task 1 are based on preliminary PROJECT information and may require revisions after Task 1 is complete. Changes during the design phase may also require scope and fee adjustment.

• The explorations will be directed at evaluating general soil conditions for purposes of future PROJECT planning and estimating and will be insufficient for final design.

• Based on the results of the field explorations and on design revisions, additional explorations may be required. If additional explorations are deemed necessary, the CONSULTANT will propose these to the COUNTY.

5.1.3 Subsurface Explorations and Testing Task 1 subsurface explorations will be carried out in accordance with the agreed-upon site and exploration map and exploration summary table prepared as part of Task 5.1.2. The CONSULTANT shall supervise this work, which will include the following:

The subsurface explorations will be carried out in accordance with the agreed-upon plan prepared as part of Task 6.2. The CONSULTANT shall supervise this work, which will include the following:

Drilling 10 borings for a total footage of up to 800 feet at or near proposed structures. The borings will be drilled and sampled to depths of 50 to 100 feet, depending on the subsurface conditions encountered. Groundwater observation wells will be installed in three of these borings to evaluate the groundwater conditions. The boring/well locations, sampling interval, and depths will be determined in Task 6.2.

Page 35 of 144

Page 40: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• Performing up to three Cone Penetration Test (CPT) probes for a total footage of up to 300 feet at or near proposed structures or embankments. No samples will be obtained. The probe locations and depths will be determined in Task 6.2.

• Excavating up to 24 test pits for proposed shallow cut/fill areas and rockery walls. The test pits will be excavated and sampled to depths of 5 to 10 feet, depending on subsurface conditions. The pit locations and depths will be determined in Task 6.2.

• Marking the exploration locations and coordinating utility locates before mobilizing equipment to the field.

• A hand-held GPS unit will be used to find the proposed exploration locations and the actual locations after drilling/excavating. Surveying of the exploration locations will be performed by others on the PROJECT team.

• We will use the "One-Call" utility locating service, which is responsible for public utilities. We will use a private utility locate service for up to 10 explorations on or near private property or where subsurface utilities are not well defined/known; the remainder of the explorations are assumed to be on public property and would not require a private utility locate.

• Coordinating the exploration program with the subcontractors and with appropriate COUNTY and Port of Seattle personnel.

• Logging geotechnical information during the drilling work (e.g., soil types, standard penetration test [SPT} blow counts, and apparent water table location).

• Logging geotechnical information during test pit excavation work (e.g., soil types, relative density, and apparent water table location).

• Observing Cone Penetration Testing (CPT) activities.

• Collecting and storing soil samples recovered during the drilling/test pit program for later geotechnical laboratory testing.

• Field screening explorations for evidence of contamination; a photoionization detector (PID) will be used for field screening along with visual and olfactory observations.

• We will collect up to 10 soil samples for the purposes of analytical testing and disposal of Investigation-Derived Waste (IDW) at boring locations where contamination is observed in soil samples through field screening methods. Soil samples will typically be taken from relatively shallow locations/samples.

• Observing five groundwater piezometer installations and flush-mount well monument installations.

• Preparing draft boring and test pit logs summarizing the field exploration results.

• Measuring groundwater levels in six observation wells installed for the PROJECT. Measurements will be taken quarterly for two quarters (two readings total).

Assumption(s) and Exclusion(s): • The drilling work will be accomplished in 2 mobilizations and will require 12 days total to complete. • Test pit excavations will be accomplished in 3 mobilizations and will require 9 days to complete. • The CPT probes will be accomplished in 1 mobilization and will require 3 days to complete. • The drilling, CPT probes, test pit excavation, and groundwater level readings work will be performed

during the day, Monday through Friday, between 7:00 AM and 5:00 PM. Also, the field effort will not require night-time or weekend work.

• A temporary cover will be used for boreholes that are not completed within one work day. • Test pits will be backfilled with excavated material, lightly compacted with the excavator bucket, and the

ground surface smoothed/leveled. No other test pit restoration is included. No test pit IDW disposal is included.

• Drilling spoils/cuttings will be left on site and dispersed on the ground unless field screening indicates potential contamination. If contamination is observed, the drilling spoils/cuttings will be drummed and left on site pending the results of analytical laboratory testing. Disposal of the potentially contaminated soils is not included. The CONSULTANT assumes that up to 10 locations will have evidence of potential contamination and require collection of an analytical soil sample. Offsite drum disposal is not included in this scope of services. If contamination is encountered in a boring or test pit we will notify the COUNTY and obtain additional authorization to coordinate offsite disposal and related services.

• Drilling will be completed using a truck-mounted or track-mounted drill rig. Restricted access for a track-mounted drill rig is not included in this scope of services; access requirements will be determined during

Page 36 of 144

Page 41: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Task 6.2 and may require revisions to the scope and cost estimate. Hollow-stem augers and/or mud rotary drilling methods will be used to complete the boreholes.

• Artesian groundwater conditions are not anticipated. • During field explorations, no temporary erosion and sediment control (TESL) will be required. • No traffic control will be required for the explorations. • No railroad flagger(s) or other railroad-associated personnel will be required on site during the

explorations. • The COUNTY will provide pavement repair requirements if necessary. For cost estimating, borehole

patches are assumed to be quick-set concrete or cold mix asphalt in 6- to 12-inch-diameter holes. Where observation wells are installed, flush-mount steel monuments will be installed.

• Air knife/vacuum excavation and concrete coring will not be required to perform the explorations. • Explorations will be conducted on the COUNTY and Port of Seattle property and not on private property.

The CONSULTANT shall lead the effort to coordinate the explorations; the geotechnical PROJECT team members will coordinate with the appropriate COUNTY and Port of Seattle personnel and the other members of the PROJECT team. The COUNTY will arrange for location access and any permits that might be required as well as notifying the public (as needed) prior to exploration activities. The COUNTY will be responsible for obtaining and paying for any permits needed under this Task.

• If necessary, the drill rig and test pit excavator and their accompanying equipment/vehicles will be staged in a nearby, COUNTY-designated location between 4 PM and 9 AM. The drill rig/excavator and accompanying equipment/vehicles will be removed from the PROJECT area when there is significant lag time between exploration activities and/or between mobilizations. The drill rig/excavator/equipment/vehicles may remain in the staging area longer-term.

• After drilling and well installation are complete, The CONSULTANT shall return to the site to measure the groundwater levels in the observation wells. Well development for aquifer testing or analytical sampling will not be performed.

• No explorations are required for due diligence or environmental testing purposes. • The exploration spacing requirements outlined in the WSDOT GDM do not apply to this PROJECT.

Deliverable(s): • Boring, CPT, and test pit logs to be included in the geotechnical report (referred in Task 5.1.7).

5.1.4 Laboratory Testing Once the field subsurface program is completed, the CONSULTANT shall perform Task 1 laboratory tests on samples recovered during the Task 1 exploration program described in Task 5.1.4.

Assumption(s) and Exclusion(s): • Geotechnical laboratory soil index testing will be performed and may include water content, organic

content, Atterberg Limits, grain size distribution, combined analyses (grain size and hydrometer), and material passing the No. 200 sieve.

• Strength and consolidation tests will not be performed. • The geotechnical laboratory test results will be incorporated into the boring and test pit logs. • Up to 10 analytical soil samples (designated based on field screening) will be tested for polynuclear

aromatic hydrocarbons (PAHs), total Resource Conservation Recovery Act (RCRA) metals, and petroleum (diesel/oil-range). The RCRA metals suite includes arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver. The petroleum tests will be analyzed by Method Northwest Total Petroleum Hydrocarbon (NWTPH) as Diesel Extended (NWTPH-Dx). Follow-up analyses may be warranted based on field screening (odors), initial testing results, or proximity to potentially contaminated sites identified in previous screening level reports. For costing purposes, we have assumed: up to 5 of the 10 soil samples will each be tested for Toxicity Characteristic Leachate Procedure (one metal) if elevated metals are detected; gasoline range petroleum hydrocarbons and/or volatile organic compounds if odors or elevated PID readings are observed; and polychlorinated biphenyls (if oil is detected).

Deliverable(s): • Laboratory test results will be included in the geotechnical report (discussed in Task 5.1.7).

Page 37 of 144

Page 42: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

5.1.5 Preliminary Geotechnical Analyses The CONSULTANT shall support the design team with Task 1 geotechnical engineering studies for the trail corridor. In general, geotechnical engineering analyses will include the following:

• Processing the field exploration, groundwater level, and laboratory testing results to establish geotechnical conditions at each proposed structure location, locations of cuts and fills, and along the alignment in general.

• The CONSULTANT shall evaluate potential geologic seismic hazards, including liquefaction and lateral spreading using empirical methods.

• The CONSULTANT shall provide geotechnical seismic design criteria for design of the structures using code-based methods. No site-specific ground response analyses will be performed.

• Seven bridges are proposed along the PROJECT corridor. Based on the available subsurface information, we will evaluate suitable foundation types. We will evaluate subsurface conditions and provide recommendations for axial resistance of up to two selected foundation types/sizes. We will provide soil parameters for use by the structural engineer in evaluating lateral resistance of the foundations. Additional explorations and analyses would be required for final design with additional (South section) and optional services (Central and North sections) included in Tasks 2 and 3.

• Thirteen fill sections with a combined length of 5,205 feet are proposed along the PROJECT corridor. We will provide preliminary information for mechanically stabilized earth (MSE) walls and related foundation conditions. We will develop up to three subsurface cross sections for slope stability and settlement analysis. The cross sections will be selected based on subsurface conditions, topography, and embankment configuration. The results of the analyses will need to be applied over wide-spread areas and could be further refined with additional or optional services included in Tasks 2 and 3.

• Two cut walls are proposed for a combined length of 900 feet. Based on the available subsurface information, we will evaluate soldier pile retaining walls. We will develop two cross sections to represent the proposed cut wall and provide preliminary geotechnical recommendations for lateral earth pressures. The results of the analyses will need to be applied over wide-spread areas and could be further refined with additional or optional services included in Tasks 2 and 3.

• The CONSULTANT shall conceptually evaluate the impact of new fill embankments and retaining walls on adjacent ground and existing facilities.

• The CONSULTANT shall review readily-available documents (such as the internet and published maps) to determine if, or what portion of, the PROJECT alignment occurs in a federal, state, county, or municipally-designated critical aquifer recharge area (i.e. EPA Sole Source Aquifer, etc.) and make a preliminary evaluation of potential aquifer effects. A complete Critical Aquifer Recharge Area (CARA) evaluation is not included but can be performed as an optional service (Task 5.1.8).

• The CONSULTANT shall provide pavement subgrade recommendations and subgrade design parameters. Subgrade parameters will be based on available exploration information and published information; no falling weight deflectometer, California Bearing Ratio, or other field/laboratory tests will be performed to obtain pavement design parameters.

• Two meetings will be held with the COUNTY to discuss geotechnical work that is planned or is underway. Each meeting will be two hours in length plus travel time and be attended by one staff member.

• Five PROJECT team meetings will be held to discuss geotechnical design and its integration into the structural and/or civil design. Each meeting will be two hours in length plus travel time and will be attended by one staff member.

Assumption(s) and Exclusion(s) • Geotechnical design and recommendations will not be required for contaminated and/or hazardous

materials evaluation; noise walls; at grade features (other than pavement subgrade recommendations; erosion control and slope protection; soil nail walls; pole and fence foundations; fish passages; and/or utilities.

• Topographic cross sections including existing topography and proposed grading will be provided for use in our studies

• No plan sheet preparation will be required.

Deliverable(s): • Design recommendations to be included in the geotechnical report (discussed in Task 5.1.7).

Page 38 of 144

Page 43: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

5.1.6 Support for Preliminary Design Documents The CONSULTANT shall provide review and/or recommendations for preliminary design areas based on assumed levels of effort, including:

• Plans and specifications review relative to geotechnical elements for the preliminary plans and specifications. Specification review assumed to include earthwork and retaining walls.

• Providing preliminary input to the team on geotechnical quantities and probable construction costs.

Deliverable(s): • Preliminary design plan sheet review comments will be provided to the design team during meetings

and/or by email.

5.1.7 Preliminary Geotechnical Report The CONSULTANT will prepare a preliminary geotechnical report to summarize the field explorations, laboratory testing program, and geotechnical analyses conducted for the trail corridor. The report will present the following:

• A summary of field exploration methods, results, and interpretations • A summary of geotechnical and analytical laboratory testing methods, data, and results • A summary of preliminary corridor engineering analyses and recommendations • Recommendations for additional explorations, testing, and analyses.

A draft preliminary geotechnical report will be provided to the design team for review and comment. After receiving comments and incorporating changes as appropriate, a second draft preliminary geotechnical report will be provided to the COUNTY for review and comment. Once written review comments are received from the COUNTY, the report will be finalized, incorporating the review comments where appropriate. The final Preliminary Geotechnical Report will be submitted to the CONSULTANT.

Assumption(s): • A single iteration of COUNTY comments will be reviewed prior to incorporation into the finalized

Preliminary Geotechnical Report for the trail corridor. • The report will be submitted as an electronic file (PDF). No hard copies of the report will be provided.

Hard copies can be provided as an optional service (Task 5.1.8).

Deliverable(s): • First draft preliminary geotechnical report for design team review. • Second draft preliminary geotechnical report for COUNTY review. • Finalized preliminary geotechnical report for the trail corridor.

5.1.8 Task 1 Optional Services These tasks may be added as an Optional Service for Task I as funds allow.

The CONSULTANT may provide the following optional services at the request of the COUNTY for the estimated additional cost noted in the cost estimate.

Performing a Critical Aquifer Recharge Area (CARA) evaluation. The purpose is to assess the potential impacts that construction could have to groundwater resources. To supplement the document review and preliminary analysis performed under Task 5.1.5, the CONSULTANT shall obtain and review local hydrogeologic information relating the area's water supply aquifer vulnerability to potential PROJECT specific contaminants; review preliminary plans related to potential infiltration of contaminants; and prepare site plan showing potential sources of contamination and potential contaminant pathways. The results of the CARA evaluation will be presented in a draft and final technical memorandum. Performing well development at the five installed observation wells and obtaining groundwater samples for analytical testing. Groundwater analytical samples from the observation wells will be tested for total and dissolved Priority Pollutants metals and petroleum (NWTPH-Dx). The total and dissolved priority pollutant metals include antimony, arsenic, barium, beryllium, cadmium, chromium, copper, lead, mercury, nickel, selenium, silver, thallium, and zinc. Well development water would be containerized in drums and disposed of offsite, as long as hazardous materials are not encountered. Performing additional analytical soil testing on soil samples if soil cuttings cannot be left on site. This would be done as described in Task 5.1.4. and should be done on one composite sample from each boring.

Page 39 of 144

Page 44: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• Providing hard copies of the deliverables.

5.2 Task 2 — Final Geotechnical Tasks for North and South Ends The second scope of services to support the COUNTY's Task 2 (100% PS&E of North and South ends). For the South end, the CONSULTANT shall perform additional subsurface explorations, analytical and geotechnical laboratory tests, engineering analyses, reviewing construction documents, and preparing a finalized geotechnical report. Geotechnical services to support final design for the North End are offered as an optional service. These services are described below as geotechnical tasks 5.2.1 and 5.2.2.

5.2.1 Geotechnical Support - 100% PS&E of South End The CONSULTANT shall provide geotechnical consulting services and prepare a final geotechnical engineering report to support the 100% PS&E phase of the South Section. This task will include:

• project management, coordination, and attendance at two team meetings, • additional subsurface explorations to support final design, • additional geotechnical laboratory tests, • additional engineering analyses, and • review of geotechnical aspects of contract documents.

The results of the analyses will be submitted in a geotechnical engineering report for the South section, which will include the following:

• A summary of field exploration methods, results, and interpretations; • a summary of laboratory testing methods, data, and results; • a description of geotechnical engineering analyses; and • geotechnical design and construction conclusions and recommendations.

A draft of the geotechnical engineering report will be provided to the design team for review and comment. After receiving comments and incorporating changes as appropriate, a second draft geotechnical report will be provided to the COUNTY for review and comment. Once written review comments are received from the COUNTY, the report will be finalized, incorporating the review comments where appropriate; the finalized Geotechnical Report will be submitted to the CONSULTANT.

Assumption(s): • A single iteration of COUNTY comments will be reviewed prior to incorporation into the finalized

Preliminary Geotechnical Report for the trail corridor. • The report will be submitted as an electronic file (PDF). No hard copies of the report will be provided.

Hard copies can be provided as an optional service. • The additional subsurface explorations will include two CPTs and 4 test pits. The explorations will be

accomplished in 1 mobilization and will require 5 days total to complete. • No additional borings or observation wells are required to characterize the subsurface conditions. • No private utility locate service or strength/consolidation laboratory testing are included. • Other assumptions listed above under Tasks 5.1.3 and 5.1.4 apply to this task, except that no private

utility locate service are included. • The additional engineering analyses, project management, coordination, and meetings will be estimated

on a level-of-effort basis. • Geotechnical design and recommendations will not be required for contaminated and/or hazardous

materials evaluation; noise walls; at grade features (other than pavement subgrade recommendations; erosion control and slope protection; soil nail walls; pole and fence foundations; fish passages; and/or utilities.

Deliverable(s) • First draft of geotechnical report for design team review. • Second draft geotechnical report for COUNTY review. • Finalized geotechnical report.

5.2.2 Geotechnical Support - 100% PS &E of North End This task may be added as an Optional Service for Task 2 as funds allow.

Page 40 of 144

Page 45: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No, CCF01-14

The CONSULTANT shall provide geotechnical consulting services and prepare a final geotechnical engineering report to support the 100% PS&E phase of the North Section. This task will include:

• project management, coordination, and attendance at two team meetings, • additional subsurface explorations to support final design, • additional geotechnical laboratory tests, • additional engineering analyses, and • review of geotechnical aspects of contract documents.

The results of the analyses will be submitted in a geotechnical engineering report for the North section, which will include the following:

• A summary of field exploration methods, results, and interpretations; • a summary of laboratory testing methods, data, and results; • a description of geotechnical engineering analyses; and • geotechnical design and construction conclusions and recommendations.

A draft of the geotechnical engineering report will be provided to the design team for review and comment. After receiving comments and incorporating changes as appropriate, a second draft geotechnical report will be provided to the COUNTY for review and comment. Once written review comments are received from the COUNTY, the report will be finalized, incorporating the review comments where appropriate; the finalized Geotechnical Report will be submitted to the CONSULTANT.

Assumption(s): • A single iteration of COUNTY comments will be reviewed prior to incorporation into the finalized

Preliminary Geotechnical Report for the trail corridor. • The report will be submitted as an electronic file (PDF). No hard copies of the report will be provided.

Hard copies can be provided as an optional service. • The additional subsurface explorations will include two CPTs and 4 test pits. The explorations will be

accomplished in 1 mobilization and will require 5 days total to complete. •• No additional borings or observation wells are required to characterize the subsurface conditions. • No private utility locate service or strength/consolidation laboratory testing are included. • Other assumptions listed above under Tasks 5.1.3 and 5.1.4 apply to this task, except that no private

utility locate service are included. • The additional engineering analyses, project management, coordination, and meetings will be estimated

on a level-of-effort basis. • Geotechnical design and recommendations will not be required for contaminated and/or hazardous

materials evaluation; noise walls; at grade features (other than pavement subgrade recommendations; erosion control and slope protection; soil nail walls; pole and fence foundations; fish passages; and/or utilities.

Deliverable(s) • First draft of geotechnical report for design team review. • Second draft geotechnical report for COUNTY review. • Finalized geotechnical report.

5.3 Task 3 — Final Geotechnical Tasks for Central Portion This task may be added as an Optional Service for Task 3 as funds allow.

The third scope of services to support the COUNTY's Task 3 (100% PS&E of remainder of alignment not included in Task 2) will include performing additional engineering analyses, reviewing construction documents, and preparing a finalized geotechnical report for the central portion of the trail alignment. These services are described below as geotechnical task 5.3.1.

5.3.1 Geotechnical Support - 100% PS&E of Central Portion This task may be added as an Optional Service for Task 2 as funds allow.

The CONSULTANT shall provide geotechnical consulting services and prepare a final geotechnical engineering report to support the 100% PS&E phase of the North Section. This task will include:

• project management, coordination, and attendance at two team meetings,

Page 41 of 144

Page 46: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• additional subsurface explorations to support final design, • additional geotechnical laboratory tests, • additional engineering analyses, and • review of geotechnical aspects of contract documents

The results of the analyses will be submitted in a geotechnical engineering report for the Central section, which will include the following:

• A summary of field exploration methods, results, and interpretations; • a summary of laboratory testing methods, data, and results; • a description of geotechnical engineering analyses; and • geotechnical design and construction conclusions and recommendations.

A draft of the geotechnical engineering report will be provided to the design team for review and comment. After receiving comments and incorporating changes as appropriate, a second draft geotechnical report will be provided to the COUNTY for review and comment. Once written review comments are received from the COUNTY, the report will be finalized, incorporating the review comments where appropriate; the finalized Geotechnical Report will be submitted to the CONSULTANT.

Assumption(s): • A single iteration of COUNTY comments will be reviewed prior to incorporation into the finalized

Preliminary Geotechnical Report for the trail corridor. • The report will be submitted as an electronic file (PDF). No hard copies of the report will be provided.

Hard copies can be provided as an optional service. • The additional subsurface explorations will include two CPTs and 4 test pits. The explorations will be

accomplished in 1 mobilization and will require 5 days total to complete. • No additional borings or observation wells are required to characterize the subsurface conditions. • No private utility locate service or strength/consolidation laboratory testing are included. • Other assumptions listed above under Tasks 5.1.3 and 5.1.4 apply to this task, except that no private

utility locate service are included. • The additional engineering analyses, project management, coordination, and meetings will be estimated

on a level-of-effort basis. • Geotechnical design and recommendations will not be required for contaminated and/or hazardous

materials evaluation; noise walls; at grade features (other than pavement subgrade recommendations; erosion control and slope protection; soil nail walls; pole and fence foundations; fish passages; and/or utilities.

Deliverable(s): • First draft of geotechnical report for design team review. • Second draft geotechnical report for COUNTY review. • Finalized geotechnical report.

5.4 Optional Geotechnical Services (not included in scope of services or budget estimate spreadsheet) Below is a list of potential optional geotechnical services that may be required to complete the Centennial Trail final design; this list is not exhaustive.

• Fish passage structure and culvert design support. • Performing strength and consolidation testing on relatively undisturbed soil samples obtained from

borings near Bridge 3 through 6 to assist in evaluating embankment settlement and stability. • Evaluating impact of fill embankments and retaining walls on adjacent ground, including impact (if any)

to existing utilities and other existing structures or facilities. • Evaluate additional embankment and retaining wall locations to optimize embankment and retaining wall

design. • Additional explorations to supplement subsurface information obtained during the geologic

reconnaissance and 30 and 100 percent exploration programs.

Page 42 of 144

Page 47: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Element 6.0 Structural Engineering

Listed below are the Design Criteria, Assumptions, and Exclusions specific to the structural engineering elements (Element 6.0) of the PROJECT.

Design Criteria a. Bridges and Railings shall be designed per the following specifications:

i. WSDOT Bridge Design Manual (BDM), 2014 ii. AASHTO LRFD Guide Specifications for the Design of Pedestrian Bridges, Second

Edition (December 2009) iii. AASHTO LRFD Bridge Design Specifications, Sixth Edition (2012) with Interims iv. Seismic Design per the AASHTO Guide Specifications for LRFD Seismic Bridge

Design, 2nd Edition. v. Railings shall be detailed to section 5.2.10 of the AASHTO Guide for the Development

of Bicycle Facilities, Fourth Edition, 2012 b. Walls shall be designed per the following specifications:

i. WSDOT Bridge Design Manual (BDM), 2014 ii. AASHTO LRFD Bridge Design Specifications, Sixth Edition (2012) with Interims

c. Inspections and Load Ratings shall be performed per the following specifications and guidelines:

i. AREMA Bridge Safety Standards, 49 CFR 237 ii. AREMA Manual for Railway Engineering, 2013

iii. AREMA Bridge Inspection Handbook, 2008 d. Construction Specifications shall be per the Washington Standard Specifications for Road,

Bridge and Municipal Construction, 2014 as amended by PROJECT Special Provisions. e. Bridge clear width = 14'-0" curb to curb f. Elevated pedestrian structures shall be designed for a minimum 85 psf or H-10 truck, whichever

governs. Equestrian use will not be permitted on structures. g. It is assumed that water collection will not be required on the bridge structures. h. New bridge structures shall accommodate one future utility line (120 lb/ft) at or near the

centerline of structure. Threaded inserts will be provided on new bridge superstructures structures. No strengthening of the Snohomish River Crossing (Bridge 7) will be done to accommodate future utility loads and no future utilities are assumed on this structure. One layout for 1x12" diameter penetration through the bridge substructure is assumed.

i. It is assumed that new bridge structures will be designed for a 2" future asphalt overlay (25psf). The Snohomish River Crossing (Bridge 7) will not be strengthened in order to accommodate a future asphalt overlay with concurrent rail traffic.

Assumption(s) and Exclusion(s):

a. Assumed Structures and Elements i. Assumed Bridge Structures (B#)

Seven bridge structures are assumed to be included in this scope of work. These bridges will consist of four bridge types defined below. Bridge Types 1 and 4 only will be studied in an alternatives analysis as noted below.

Below is the list of assumed bridge structures to be built or retrofit:

B1 - (South Section) Structure Adjacent to BR.27 (MP 27.0) This structure will be approximately 350 feet in length.

B2 - (North Section) Viaduct Structure marked Bridge (MP 35.1) This is a structure of approximately 700 feet in length.

B3 - (North Section) Structure Adjacent to BR.36 (MP 36.9) This structure will be approximately 650 feet in length.

B4 - (North Section) Structure Adjacent to BR.37 (MP 37.1) This structure will be approximately 140 feet in length.

B5 - (North Section) Structure Adjacent to BR.37.1 (MP 37.4) This structure will be approximately 420 feet in length.

Page 43 of 144

Page 48: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

B6 - (North Section) Structure Adjacent to BR.37.2 (MP 37.5) This structure will be approximately 360 feet in length.

B7 - (North Section) Structure Adjacent to BR.38.25 (MP 38.1) This structure will be approximately 1,800 feet in length.

Type 1 - Bridge 1 is assumed to be a new structure for final design that will require a unique superstructure and substructure design. The structure will be two spans with a center bent position to approximately line up with the existing bent of BR.27. Three alternates, as described below, will be investigated in the TS&L report and one option will be carried through final design. It is assumed that the bridge will have a prefabricated superstructure for final design. The CONSULTANT will design a unique substructure and develop a bridge specific performance specification for use with a prefabricated bridge system.

It should be noted that the COUNTY's preferred order of evaluating the crossing of SR 522 with the trail is to 1) utilize a portion of the existing SR 9 WSDOT structure, 2) modify the existing SR 9 structure to accommodate the existing trail, and 3) develop a plan for a new structure (as described in the preceding paragraph).

• Type 2 - Bridges 2, 3, 5, and 6 are assumed to be a project standard bridge design for final design. A single structural design will be advanced that accommodates these structures and only a unique plan and elevation and foundation layout are required for each specific structure. One solution will be investigated in the TS&L Report and one will be carried through final design. This design does not include approach retaining walls other than walls 10' in length or less directly supported by the abutment.

Type 3 - Bridge 4 is assumed to be a new single span prefabricated superstructure for final design. The CONSULTANT will design a unique substructure and develop a project standard performance specification for use with a prefabricated bridge system. Drawings will include a plan and elevation of the structure, required cross sectional characteristics not included in the specification and three foundation sheets. One solution will be investigated for the TS&L report and one will be carried through final design. This design does not include approach retaining walls other than walls 10' in length or less directly supported by the abutment.

• Type 4 - Bridge 7 is assumed to be a deck retrofit of the existing structure for final design. It is assumed that the mechanisms on the non-functioning steel turn-table will remain unimproved and inoperable after the rehabilitation. Two alternates, one with and one without rail traffic, will be investigated in the TS&L Report and one will be carried through final design.

The level of design effort is based upon a total of 4 Bridge Structure Types defined above and with a combined length of 2,620 feet of new structure and 1,800 feet of retrofit structure with seven total unique locations.

i. Assumed Fill StructL F1 — (South Section) F2 — (South Section) F3 — (South Section) F4 — (Central Section) F5 — (Central Section) F6 — (Central Section) F7 — (Central Section) F8 — (Central Section) F9 — (Central Section) F10 — (Central Section) F1 1 — (Central Section) F12 Alt — (North Sect.) F13 Alt — (North Sect.)

re Walls (F#) (MP 26.9) (MP 27.1) (MP 27.9) (MP 31.2) (MP 31.8) (MP 32.0) (MP 32.7) (MP 33.15) (MP 33.25) (MP 33.4) (MP 34.05) (MP 34.9) (MP 35.8)

Length = 425' Exposed Max Height = 10' Length = 350' Exposed Max Height = 15' Length = 1,000' Exposed Max Height = 10' Length = 200' Exposed Max Height = 10' Length = 350' Exposed Max Height = 25' Length = 750' Exposed Max Height = 15' Length = 270' Exposed Max Height = 25' Length = 150' Exposed Max Height = 15' Length = 180' Exposed Max Height = 15' Length = 500' Exposed Max Height = 10' Length = 110' Exposed Max Height = 15' Length = 220' Exposed Max Height = 20' Length = 700' Exposed Max Height = 10'

The level of design effort is based upon a total of 13 Fill Wall Structures with a combined length of 5,205 feet.

Page 44 of 144

Page 49: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

One wall type will be investigated through the TS&L Report and will be carried through final design. All fill walls will be studied as a group with one combined alternatives study consisting of a total of one alternative that would apply to all fill wall locations. For level of effort, this scope assumes that all fill walls are SEW Walls.

i. Assumed Cut Structure Walls (C#) Cl — (Central Section) (MP 31.9) Length = 200' Exposed Max Height = 15' C2 — (North Section) (MP 35.2) Length = 700' Exposed Max Height = 10'

The level of design effort is based upon a total of Cut Wall Structures = 2 with a combined length of 900 feet.

For cut walls up to one alternative will be investigated through the TS&L Report and one will be carried through final design. For level of effort, this scope assumes that all cut walls are soldier pile walls.

iv. Assumed Fish Passage Structures (FP#) FP 1 — (South Section) (MP 27.15) Within limits of Fill Structure 2 FP 2 — (South Section) (MP 28.2) No structural work assumed. FP 3 — (South Section) (MP 28.7) No structural work assumed. FP 4 — (Central Section) (MP 30.7) No structural work assumed. FP 5 — (Central Section) (MP 31.8) Within limits of Fill Structure 5 FP 6 — (Central Section) (MP 32.3) No structural work assumed. FP 7 — (Central Section) (MP 32.9) No structural work assumed. FP 8 — (Central Section) (MP 33.0) No structural work assumed. FP 9 — (Central Section) (MP 33.1) No structural work assumed. FP 10— (Central Section) (MP 33.25) Within limits of Fill Structure 9. FP 11 — (Central Section) (MP 33.55) No structural work assumed. FP 12— (North Section) (MP 35.1) Within limits of Bridge 2. No independent structure required. FP 13 — (North Section) (MP 37.0) Within limits of Bridge 3. No independent structure required. FP 14— (North Section) (MP 37.1) Within limits of Bridge 4. No independent structure required.

o Fish Passages 1, 5 and 10 are assumed to require minimal structural design assistance for a single proprietary culvert opening with headwall with a maximum of 20' spring line span. Structural assistance is limited to layout and coordination of the headwall and adjacent wall structure.

o Fish Passages 2, 3, 4, 6, 7, 8, 9 and 11 are not within the limits of any existing bridges or new structures. It is assumed that no structural design is needed at these locations.

o Fish Passages 12, 13 and 14 are assumed'to need no structural design outside of what is provided in Bridges 2, 3 and 4 listed above.

v. Assumed Culvert Crossings (CL#) It is assumed that there are approximately 50 culverts on the PROJECT that will require no structural effort.

It is assumed that one culvert (CL 1) in the South Section will require a structure crossing which will match the crossing proposed Bridge Type 3 but is not included within scope of Bridge Structures.

vi. Assumed Railing Design Up to two structures mounted steel bicycle/pedestrian railing designs will be developed for use on the PROJECT. It is assumed that the railing will have design details specific to the railing system although the contract specifications will indicate that the railing layout will be required to be completed by the Contractor.

b. Assumed Sheet Count The structural level of effort was in part based upon a total sheet count of 151 structural drawings. It is assumed that approximately 75 drawings will be included in Task 1,

Page 45 of 144

Page 50: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

approximately 122 drawings in Task 2 and approximately 29 drawings in Task 3. These totals include bridges, walls, fish passage structures, culvert structures and miscellaneous structures as described above.

Assumption(s) and Exclusion(s): • Noise walls are not included. • Culvert extensions not requiring structural support are excluded from Task 6. • Sign structures are not included in Task 6. • A structure adjacent to BR34 (Bridge over Connelly Road) is not included. • Provisions for equestrian use are not included. • Construction services, including design support and construction administration during construction, are

excluded from Task 6. • Structural solutions for slide mitigations are excluded from Task 6. • Bridge lighting and provisions for future utilities in bridge railing are not included. Utility allowances are

limited to those assumed in the Design Criteria above. • Retrofit of the existing rail bridge over the Snohomish River, for seismic upgrade or to allow for trains to

pass over, is excluded. • External meetings (COUNTY, stakeholder and resource agency) are excluded from the level of effort in

Task 6. • Design of a cattle grid or cattle guard is excluded from Task 6.

6.1 Task 1 — Preliminary Structural Services The CONSULTANT shall provide Bridge Inspection Services and Preliminary (30%) Structural Design Plans as described below to support the preliminary phase of the PROJECT.

6.1.1 Bridge Inspection and Condition Assessment Services a. Assessment of the Bridge over the Snohomish River

The CONSULTANT will provide structural condition assessment of the existing timber trestle, steel girder, and steel trusses spanning over the lumber yard, Snohomish River and north to the intersection with 1st Street in the City of Snohomish.

vii. Bridge Inspection of the Bridge over Snohomish River viii. Ultrasonic testing of pins and eye-bar ends

Ultrasonic testing will be used to detect flaws in the pins 1. If any flaws are found that could be critical (possible fracture), additional testing

by a Level III technician using phased array or x-ray will be recommended to better determine the flaw. This x-ray testing is not included in the scope of this work.

ix. Underwater inspection of in-stream pier(s) x. ""'' Scour Analysis xi. *** Seismic assessment of existing piers xii. Assessment of eye-bars for evidence of fracture or frozen connections.

A fracture critical inspection will be performed to examine the eye bars and pins connecting the eye bars. Visual inspection is limited to portions of these elements which are exposed.

xiii. *** Load rating of each major span 1. Load rating based upon one train load 2. Develop capacity to demand ratios for each of the critical members of the main

span

Deliverable(s): • Assessment of Bridge over the Snohomish River

■ Underwater Inspection Report ■ *** Scour Analysis Report the Bridge over the Snohomish River (B7) only • *** Seismic Assessment of existing piers • Assessment of eye-bars • *** Load rating report for each major span • Bridge inspection report with photographs documenting deficiencies and assessing condition of

structures, and prioritized repair lists with estimates to complete work.

Page 46 of 144

Page 51: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

*** Assessment of Bridge over SR 522 ■ Technical memorandum on feasibility of bridge to be used for widening option.

***These tasks may be added as an Optional Service for Task 1 as funds allow.

6.1.2 Structural Type, Size and Location Report Portions of this task may be added as an Optional Service for Task 1 as funds allow.

• The Structural Type, Size, and Location Report will present the structural preferred alternative for each Bridge Types 1 and 4. The Structural TS&L will be included as an appendix to the overall 30% Preliminary Corridor Trail Design Report described in 3.1.

• Alternatives analysis of all other bridge types, walls and culverts may be added as Optional Services although are excluded from this scope of work otherwise.

6.1.3 Scour Analysis Report • Scour potential will be assessed for the following structures that either cross a fish baring stream

channel or provides passage for floodwater: o A single scour analysis will be completed for bridge B2 for evaluation of piers and abutments. o A single scour analysis will be completed for bridges B3, B4, B5 and B6 for evaluation of piers

and abutments. The results of the single analysis will be applied to each of the bridge structures.

o Scour Analyses are excluded for bridges B1 and CL1. o A scour analysis shall be conducted as part of Task 6.1.1.

Scour depths will be calculated as appropriate to determine minimum depth for footings. Findings from the scour analyses will be summarized in a report to be included as an appendix to the overall 30% Preliminary Corridor Trail Design Report described in 3.1.

6.1.4 30% Preliminary Design Submittal CONSULTANT shall provide preliminary (30%) Design Plans, based upon the accepted recommendation of the Structural Type, Size and Location Report above, for the North, Central and South segments of the PROJECT as listed for Task 1.

Deliverable(s): • 30% Structural Design Plans

■ Bridge Structure Type 1 ■ Bridge Structure Type 2 ■ Bridge Structure Type 3 ■ Bridge Structure Type 4 ■ Fill Wall Structure Type 1 ■ Fill Wall Structure Type 2 ■ Cut Wall Structure Type 1 ■ Fish Passage Structure Type 1 • Fish Passage Structure Type 2 ■ Culvert Structure Type 1 • Railing

Assumption(s) and Exclusion(s): • The COUNTY will provide access to the CONSULTANT who requires access to all elements of bridge

and assumes that private landowners and railroads will grant this access when requested by CONSULTANT by written and or verbal communication.

• Travel time from the nearest hotel is part of inspection time. • No traffic control will be needed. It is assumed that rail line will be stopped while inspection is conducted

and we'll have full access to area under bridge at lumber yard. • Functioning River2D modeling file, data and results for the Snohomish River, previously generated by

COUNTY, to be provided to the CONSULTANT prior to beginning the scour analysis. It is assumed that this 2D model includes the flood plain south of the Snohomish River. It is assumed that a working HEC-RAS model for the Snohomish River is also available and provided to the CONSULTANT.

Page 47 of 144

Page 52: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• A complete set of As-Builts for the bridge over the Snohomish River (Bridge 7) are provided to the CONSULTANT including pile driving records if applicable.

6.2 Task 2— Final Structural Services for North and South Ends During Preliminary Design (Task 1) the COUNTY will choose one Alternate per structure included in the total PROJECT to carry through to 100% Design. For Task 2, the CONSULTANT shall provide 90% Design Plans for the North and South Sections of the PROJECT. For Task 2, the CONSULTANT shall provide 100% and Bid Ready tasks for approximately 4 miles of the PROJECT (assumed to be the South Section).

Deliverable(s): • 90% Plans for Phase 1 (North and South Sections) — Assumed to be delivered concurrently with Task 3

90% Submittal ■ Bridge Structure Type 1 ■ Bridge Structure Type 2 ■ Bridge Structure Type 3 ■ Bridge Structure Type 4 ■ Fill Wall Structure Type 1 • Fill Wall Structure Type 2 ® Cut v v aii ..J.

... .L Jre Type 1

• Fish Passage Structure Type 1 • Fish Passage Structure Type 2 • Culvert Structure Type 1 ■ Railing 100% and Bid Ready Plans for approximately 4 miles of trail.

The additional 100% and Bid Ready tasks may be added as an Optional Service for Task 2 as funds allow.

6.3 Task 3 — Final Structural Services for Central Portion During Preliminary Design (Task 1) the COUNTY will choose one Alternate per structure included in the total PROJECT to carry through to 90% Design. For Task 3, the CONSULTANT shall provide 90% Design Plans for the Central Portion of the PROJECT.

Deliverable(s): • 90% Plans for remainder of PROJECT (Central Section) — Assumed to be delivered concurrently with

Task 2 90% Submittal • Fill Wall Structure Type 1 • Fill Wall Structure Type 2 ■ Cut Wall Structure Type 1

Fish Passage Structure Type 1 Fish Passage Structure Type 2 Railing

The 100% and Bid Ready tasks may be added as an Optional Service for Task 3 as funds allow.

6.4 Visualizations of Proposed Structural Solutions This task may be added as an Optional Service for Tasks 2 and 3 as funds allow.

Up to three photo simulations of proposed Bridge Structures and up to two photo simulations of other proposed structures can be prepared as an optional service.

Assumption(s) and Exclusion(s): • The photo simulations will include approximately 200 feet of structure per simulation. The simulations

will be from one view chosen prior to simulating. Two owner-requested revisions are included in each photo. Additional revisions will be supplemental to this scope.

Deliverable(s): • Visualizations (five total).

Page 48 of 144

Page 53: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Element 7.0 Rail Engineering

7.1 Task 1 — Preliminary Rail Engineering

7.1.1 Rail Assessment CONSULTANT will analyze existing Track Alignment to investigate opportunities to re-align the track in order to eliminate significant structures at up to 3 locations; including plan, profile and typical section at each location. The locations will be determined in consultation with COUNTY and trail designers. The proposed realignments will include a brief assessment of conditions such as drainage, the need for excavation (cut), embankment (fill) or retaining walls, and the effects on long-term railroad maintenance. This will require one site visit by Senior Rail Engineer to review the locations. This will be incorporated in the 30% design deliverables for the overall trail PROJECT. COUNTY review and comment of the initial design documents will be incorporated into the a Final 30% design.

Deliverable(s): • Rail Assessment Memo (up to 6 pages).

7.1.2 Public Crossing Modification Petition This task may be added as an Optional Service for Task 2 or 3 as funds allow.

CONSULTANT will prepare one (1) public crossing modification petition provided to the UTC (4 to 5 plan sheets plus 13 page petition). Once the crossing modification is determined to be needed by the COUNTY, CONSULTANT will prepare an initial concept for the modification. This will include a Crossing Diagnostic Meeting with the railroad operator, roadway authority, Utilities and Transportation Commission staff, and COUNTY.

CONSULTANT will prepare a draft and final diagnostic report that will be used to inform the petition.

CONSULTANT will prepare a draft petition for COUNTY review and a final petition that will be submitted to the UTC, roadway authority, and railroad. The railroad and road authority will be asked to waive UTC hearing. If either party declines to waive hearing or if a third party requests the hearing, CONSULTANT will require an amendment to support the hearing process, at the COUNTY'S discretion.

C.e vera let:: ):

• Draft and final diagnostic report. • Draft and final crossing modification petition.

7.1.3 Private Crossing Safety Analysis CONSULTANT will prepare an assessment of all private grade crossings for identified safety issues when the trail is added, including sight distance. The CONSULTANT's Senior Rail Engineer will visit each private crossing to assess driver and train site distance based on 25 MPH train speeds and to assess the impact of locating a trail crossing over the private roadway. Photos and a plan view using available survey data will be incorporated into a brief assessment of the crossing modifications that might be required to help improve the overall safety for the trail users.

Deliverable(s): • Draft and final report (up to 3 pages per private crossing).

7.1.4 Relocation Conceptual Options Up to two (2) conceptual options for relocation of the rail line in one (1) location between approximate MP 35 and MP 36 (near Kenwanda Golf Course and neighborhood) to better accommodate the new trail (one plan, elevation and typical section at each location). The locations will be determined in consultation with COUNTY and trail designers. This will be incorporated in the 30% design deliverables for the overall trail PROJECT. COUNTY review and comment of the initial design documents will be incorporated into the Final 30% design.

Deliverable(s): • 30% Design Drawings (up to 10 sheets).

Page 49 of 144

Page 54: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

7.2 Task 2 Final Design for North and South Ends

7.2.1 Trail-Only Cros s ing The CONSULTANT shall prepare one plan sheet per location plus one sheet for miscellaneous track details for track modifications at trail-only crossings. These will be designed to meet AREMA Manual for Railway Engineering and UPRR/BNSF Common Standards. Two trail-only crossings of the track are assumed. One will be located at the eastbound wye track to access the Snohomish River Bhdgo, and the other will be a contingency at a location to be determined.

This task may be added as an Optiona Service for Task 2 as funds allow.

7.2.2 Track Relocation Up to 12 plan sheets for relocation of the rail line to accommodate the new trail including plan, profile, sections at 100 ft. intervals, and required details. These will be designed to meet AREMA Manual for Railway Engineering guidance and using UPRR/BNSF Common Standards.

This task may be added as an Optional Serv ice for Task 2 as funds allow.

7.2.3 Public Crossing Modification Plans Up to 5 plan sheets for one (1) modified public cross i ng, including plan, prof i le, sections at 100 ft. intervals, and required details. Upon completion of the UTC Petition process with an official UTC Order, the final design of the modified public crossing will be prepared to meet the requirements of the Order, the MUTCD and applicable sections of AREMA Manual for Railway Engineering.

7.3 Task 3 — Final Design for Central Portion

7.3.1 Trail-Only Crossings The CONSULTANT shall prepare one plan sheet per location plus one sheet for miscellaneous track details for track modifications at trail-only crossings. These will be designed to meet AREMA Manual for Railway Engineering and UPRR/BNSF Common Standards. Two trail-only crossings of the track are assumed. One will be located at the eastbound wye track to access the Snohomish River Bridga, and the other will be a contingency at a location to be determined.

This task may be adde as an Optional Service for Task 3 as funds allow.

7.3.2 Track Relocation Up to 12 plan sheets for relocation of the rail line to accommodate the new trail including plan, profile, sections at 100 ft. intervals, and required details. These will be designed to meet AREMA Manual for Railway Engineering guidance and using UPRR/BNSF Common Standards.

Element 8.0 Landscape Architecture

8.1 Task I — Pre l iminary Landscape Design

8.1.1 Landscape Architecture Prov i de landscape architecture services for trailheads and access points, site restoration and revegetation, and other trail-related improvements.

Assumption(s) and Exclusion(s): ° Three (3) trailhead facilities and/or improvements are anticipated for the PROJECT, with two (2) areas

in Task 2 and one (1) area in Task 3 ^

Native, drought-resistant plantings will be selected

°

Irrigation design is excluded from this scope of services • Trees should be kept away from the trail to limit shading of the paved trail surface and subsequent

accumulation of moss, as well as to limit intrusion of root systems that may impact the trail pavement section

• Trailhead facilities will be located near existing roadways to allow high visibility to the facilities and their users

Page 50 of 144

Page 55: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFO1-14

• Trash receptacles are anticipated to be excluded from trailhead facilities to encourage the pack it in, pack it out behavior by trail users

• Developing design elements for trailhead facilities such as restrooms, picnic shelters, and drinking fountains are excluded from this scope of services

Deliverable(s): • Conceptual design alternatives image board (materials and finishes, plant selection), illustrative plans

for up to 3 concept site design layout alternatives for up to 3 trailheads

8.1.2 Wayfinding and Signing Plans This task may be added as an Optional Service for Task 2 or 3 as funds allow.

Assemble standard practice regulatory, advisory, emergency locators and warning signing and guidelines for selection, use and typical placement.

Assumption(s) and Exclusion(s): • Wayfinding and signing plans will be consistent with memo prepared as part of Task 3.1.3 • Flush-mounted signage such as mileage markers, where applicable, will be specified • Signs should be located in a way that allows for ease of mowing by COUNTY forces

Deliverable(s): • Draft and Final 30% Design Plan set prepared in Aut0CAD one revision in response to review by

COUNTY and one revision in response to review by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions.

8.2 Task 2 — Final Landscape Design for North and South Ends

8.2.1 Draft PS&E Provide draft 90% sets of plans, details, specifications and opinions of probable construction cost for review by the COUNTY. The sets will include the following exhibits for trail alignment and up to three trailheads: Planting, Regulatory and Wayfinding Signing, Interpretive Signing, Site Construction Details, Site Furnishings, Opinion of Probable Construction Costs.

8.2.2 Final PS&E Revise draft PS&E and provide final (100%) sets of plans, details, specifications and opinions of probable construction cost for advertisement by the COUNTY.

Deliverable(s): • Draft 90% and Final 100% Design Plan sets prepared in AutoCAD, one revision in response to 90%

review by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions.

8.3 Task 3 — Final Landscape Design for Central Portion

8.3.1 Draft PS&E Provide draft 90% sets of plans, details, specifications and opinions of probable construction cost for review by the COUNTY. The sets will include the following exhibits for trail alignment and up to three trailheads: Planting, Regulatory and Wayfinding Signing, Interpretive Signing, Site Construction Details, Site Furnishings, Opinion of Probable Construction Costs.

8.3.2 Final PS&E Revise draft PS&E and provide final (100%) sets of plans, details, specifications and opinions of probable construction cost for advertisement by the COUNTY.

Deliverable(s): • Draft 90% and Final 100% Design Plan sets prepared in AutoCAD, one revision in response to 90%

review by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions.

Page 51 of 144

Page 56: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

8.4 Optional Tasks — Trail Enhancements

8.4.1 Custom Trail Branding and Wayfinding Elements CONSULTANT will conduct a graphic design exercise including modifying or developing up to three (3) alternative logos, and guidelines for application to signing, site furnishings and print materials.

Deliverable(s): • Up to three trail identity concepts, COUNTY selects preferred alternative. Up to three COUNTY review

cycles for the preferred alternative (administrative review, draft and final).

8.4.2 User maps CONSULTANT will develop user map(s) for print and display at trailheads and access points, including design and detailing of display furnishings.

Deliverable(s): • Prepare camera-ready digital art for the first phase of trail construction, including interim alignment

connections. Design and detailing for display furnishings to be included in the 30/60/90/100% submittals.

8.4.3 Interpretive Elements CONSULTANT will develop interpretive storylines and concepts for interpretive elements for up to a total of 20 unique locations that may include significant resource sites (cultural and natural resources), viewpoints, access and trailheads.

Deliverable(s): • Prepare a memo defining interpretive storyline and topical treatments, location and design alternatives.

Recommend preferred alternative and assist with COUNTY selection of final design. Design and detailing for interpretive elements to be included in the 30/60/90/100% submittals.

8.4.4 Final Design: Out-of-Right-of-Way Route Improvements CONSULTANT will prepare preliminary and final design documents for up to 30,000 linear feet Interim routes (temporary routes used while mainline route is incomplete) on existing roadways and/or trails and 20,000 linear feet Alternative routes (long-term route solutions) outside the rail right-of-way.

Deliverable(s): • Prepare design and detailing documentation to be included in the 30/60/90/100% submittals.

Element 9.0 Stakeholder Involvement and Public Outreach

The goal of the stakeholder involvement and public outreach task is to provide information to the public about the PROJECT and its status. In addition, the task is to establish a forum for the community and affected property owners to provide input in the development of the PROJECT. Implementation of the community involvement task will be a joint effort of the CONSULTANT and the COUNTY.

9.1 Task 1 — Preliminary Design

9.1.1 Photograph Corridor and Assemble Graphics Assist with the preparation of materials to support public outreach.

Assumption(s): • The corridor photographs assembled for the preliminary design phase are sufficient for public

information to be delivered for the final design phase.

9.1.2 Project Postcard/Information Flyer The CONSULTANT shall prepare information and graphics for the COUNTY to allow it to prepare a postcard and flyer to inform community residents of PROJECT progress, provide supplemental notice, provide relevant and timely information about the PROJECT, and identify opportunities to provide input to the PROJECT. The postcard flyer format will use half of an 81/2" by 11" sided sheet with double sided printing to accommodate mailing labels on one side. The flyer is anticipated to be on a single sheet, 8%" by 11" format. The postcard

Page 52 of 144

Page 57: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

and flyer will present the same information in slightly different formats and shall also provide a meeting notice for the public meeting for the PROJECT.

Deliverable(s): • Information and graphics/images for draft and final PROJECT newsletters in electronic format

9.1.3 Open House Display Graphics The CONSULTANT shall prepare open house graphics that illustrate the design proposed for the PROJECT.

Deliverable(s): • Public open house display graphics (up to ten [10] boards and/or roll plots/roadway cross-sections for

each open house).

9.1.4 Project Open House The CONSULTANT and the COUNTY shall plan, schedule, publicize, and participate in one (1) public open house at the 30% design stage that the COUNTY will conduct. This open house will be combined with the Scoping Meeting identified in Task 4.1.3.3 as part of the Environmental Tasks.

The open house shall be planned to provide participants with the most current PROJECT information and an opportunity to provide input on key PROJECT issues. An objective of the open houses is to present issues to the community in a way that highlights the findings of recent work. A summary of the open houses shall be prepared by the CONSULTANT.

In general, the purpose of the open houses is as follows:

• Open House #1 (30 %)/Scoping Meeting: To present the proposed 30% design for the corridor, the results of the traffic analysis, the environmental data gathered, and the proposed improvements; and to gather general input regarding the proposed improvement PROJECT.

The CONSULTANT shall provide two master CDs that contain the data provided at and received at the open houses which in turn may be reproduced by COUNTY staff, as requested by public interests. Documents included on the CDs shall be in PDF format.

Deliverable(s): • Display boards • PowerPoint presentation • Comment form (handouts and electronic). • General summary of the open houses. • Collection of public comments received at the open houses. • Electronic copies of plans and descriptions for posting on the COUNTY website. • CD that includes display information shown and handouts provided at the open houses.

9.2 Task 2 — Final Design (North and South Ends)

9.2.1 Open House Display Graphics The CONSULTANT shall prepare open house graphics that illustrate the design proposed for the PROJECT.

Deliverable(s): • Public open house display graphics (up to ten [10] boards and/or roll plots/roadway cross-sections for

each open house).

9.2.2 Project Open House The CONSULTANT and the COUNTY shall plan, schedule, publicize, and participate in one (1) public open house at the 90% design stage that the COUNTY will conduct. The open house shall be planned to provide participants with the most current PROJECT information and an opportunity to provide input on key PROJECT issues. An objective of the open houses is to present issues to the community in a way that highlights the findings of recent work. A summary of the open houses shall be prepared by the CONSULTANT.

In general, the purpose of the open houses is as follows:

• Open House #2 (90 %): To present the design for the corridor.

Page 53 of 144

Page 58: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

The CONSULTANT shall provide two master CDs that contain the data provided at and received at the open houses which in turn may be reproduced by COUNTY staff, as requested by public interests. Documents included on the CDs shall be in PDF format.

Deliverable(s): • Display boards • PowerPoint presentation • Comment form (handouts and electronic). • General summary of the open houses. • Collection of public comments received at the open houses. • Electronic copies of plans and descriptions for posting on the COUNTY website. • CD that includes display information shown and handouts provided at the open houses.

9.3 Task 3 — Final Design (Central Portion)

9.3.1 Open House Display Graphics The CONSULTANT shall prepare open house graphics that illustrate the design proposed for the PROJECT.

Deliverable(s): • Public open house display graphics (up to two [2] boards and/or roll plots/roadway cross-sections for

eac I

Opt I louse).

9.3.2 Project Open House The CONSULTANT and the COUNTY shall plan, schedule, publicize, and participate in one (1) public open house at the 90% design stage that the COUNTY will conduct. The open house shall be planned to provide participants with the most current PROJECT information and an opportunity to provide input on key PROJECT issues. An objective of the open houses is to present issues to the community in a way that highlights the findings of recent work. A summary of the open houses shall be prepared by the CONSULTANT.

In general, the purpose of the open houses is as follows:

• Open House #3 (90%): To present the final design for the corridor.

The CONSULTANT shall provide two master CDs that contain the data provided at and received at the open houses which in turn may be reproduced by COUNTY staff, as requested by public interests. Documents included on the CDs shall be in PDF format.

Deliverable(s): • Display boards • PowerPoint presentation • Comment form (handouts and electronic). • General summary of the open houses. • Collection of public comments received at the open houses. • Electronic copies of plans and descriptions for posting on the COUNTY website. • CD that includes display information shown and handouts provided at the open houses.

Element 10.0 Bid and Award Support

This task may be added as an Optional Service for Task 2 or 3 as funds allow.

The CONSULTANT shall provide assistance during the bid and award of the construction contract. The following tasks will be provided by the CONSULTANT on an as-needed basis. The CONSULTANT shall obtain written authorization from the COUNTY prior to providing any of the following services:

• If requested, the CONSULTANT shall attend and participate in a Pre-Bid meeting to assist the COUNTY in responding to questions and inquires.

• If requested, the CONSULTANT shall attend a pre-construction meeting with the construction contractor to assist the COUNTY in responding to questions and inquires.

Page 54 of 144

Page 59: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• If requested, the CONSULTANT shall assist the COUNTY during the bid period to answer questions that arise concerning the PS&E documents, and will assist the COUNTY in preparing addenda required.

Deliverable(s): • Attend and participate in pre-bid meeting. • Prepare response to bidder questions and bid document addenda. • Review Contractor bids and bid tabulations. • Provide a recommendation for the Contractor to be awarded the PROJECT. • Attend and participate in the pre-construction meeting.

Element 11.0 On-Cali Construction Engineering Support

This task may be added as an Optional Service for Task 2 or 3 as funds allow.

11.1 Construction Support Services The CONSULTANT shall provide professional services to support the COUNTY during the construction of the PROJECT. It is assumed that construction will occur during a 6-month period beginning in April 2016. This work shall include the following design construction support services:

11.2 Construction Support Progress Reports and Project invoices Monthly progress reports shall be prepared by the CONSULTANT in a format agreed to by the COUNTY's project manager, and shall include a written report of the work performed by the CONSULTANT and sub-consultants during the billing period.

Monthly invoices will be prepared by the CONSULTANT for work activities for the prior month. These invoices shall also include sub-consultant work. Invoices will include back-up material for expenses and will show approved budget and amount expended to date. Each month's invoice will be prepared by administrative staff, reviewed by the Project Manager and task leaders, and submitted together with the progress report to the COUNTY.

11.3 Preconstruction Meeting and Coordination Meetings As requested by the COUNTY, the CONSULTANT will attend the pre-construction meeting and contractor coordination meetings during the construction period. For budgetary purposes, it is assumed the CONSULTANT will attend the pre-construction meeting and three contractor coordination meetings in person. A separate supplement will be prepared if additional meetings are required during construction.

11.4 Site Meetings The CONSULTANT shall attend site visits and record observations made. Four (4) site visits are assumed. A separate supplement will be prepared if additional site visits are required during construction.

11.5 Requests for Information (RFIs) The CONSULTANT shall provide responses within a reasonable time. Generally, the COUNTY will need RFI responses within 3 business days of the request, however more or less time may be allocated for this task depending on the issue.

11.6 Constructability Issues/Plan Clarifications The CONSULTANT may provide design input to address unanticipated issues that arise during construction. This includes on-site visits, design revisions based on field conditions, or suggested plan changes by COUNTY staff. The COUNTY will provide a minimum of 48 hours' notice for the CONSULTANT to perform the initial site visit to gather information to review. The CONSULTANT shall provide written review and input in a timely manner so that the COUNTY Contractor's work flow is not unnecessarily disrupted. This may necessitate the CONSULTANT providing direction at the time of the field visit. Nothing herein shall require the CONSULTANT to provide services in a manner that would precipitate performance below the generally accepted standard of care for the CONSULTANT's industry.

Page 55 of 144

Page 60: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

11.7 Approval of Shop Drawings/Submittals The CONSULTANT shall evaluate shop drawings, and proposals for substitutions of materials and procedures as submitted by the Contractor for general conformance with the design intent. The CONSULTANT shall provide review and approval of shop drawings and other submittals within 5 business days.

11.8 Prepare Record Drawings It is assumed the COUNTY will provide one complete, consolidated set of redlines for the CONSULTANT to use in the record drawing preparation. The record drawings will rely on the details and information provided by others and will not be field verified by the CONSULTANT. The CONSULTANT shall prepare a draft 11"x17" record drawing for the COUNTY's review prior to finalizing. Record drawing mylars will not be prepared.

Deliverable(s): • Invoices with Progress Report (6 total). • RFI Responses. • Signed and Stamped Approval of Shop Drawings. • As-Built Drawings - 11"x17" and 22"x34" paper, Electronic PDF and Electronic CAD files — 1 copy each

of Draft and Final. • Geotechnical Support (Field Reports).

TASK ASSIGNMENTS made by the COUNTY shall be issued in writing by a Formal Task Assignment Document similar in format to that of the following page of this exhibit.

An assignment shall become effective when a Formal Task Assignment Document is signed by the CONSULTANT and the COUNTY, except that emergency actions requiring a 24-hour or less response can be handled by an oral authorization. Such oral authorization shall be followed up with a Formal Task Assignment Document within 24 hours, and any billing rates agreed to orally (for individuals, subconsultants, or organizations whose rates were not previously established in the AGREEMENT) shall be provisional and subject to final negotiation and acceptance by the COUNTY.

The CONSULTANT shall not begin any work under the terms of a TASK ASSIGNMENT issued under this AGREEMENT until authorized in writing by the COUNTY. All TASK ASSIGNMENTs shall be completed by the date shown under "Completion Date" of the formal task assignment document. A prior written approval issued by the COUNTY is required to extend the established completion date of a TASK ASSIGNMENT issued under this AGREEMENT.

The CONSULTANT and COUNTY agree to adhere to the negotiated scope of work and budget as defined in this AGREEMENT with the exception of those elements described as "Optional Tasks" or "Optional Services". The CONSULTANT and COUNTY shall define and negotiate the scope of work and budget for Optional Tasks, Optional Services, and Extra Work as described under Section XIV of this AGREEMENT, with each TASK ASSIGNMENT.

The COUNTY's Project Manager shall have authority to move budget dollars between the Tasks and Work Elements outlined in Exhibits "E-1" and "G-1 ". The CONSULTANT shall not exceed the dollar amount budgeted for each Task as defined under each Work Element without COUNTY approval. A prior written approval issued by the COUNTY is required to increase the dollar amount budgeted for each TASK. The dollar amount established for each TASK ASSIGNMENT will be the maximum amount payable for that assignment unless modified in writing by the COUNTY through a formal TASK ASSIGNMENT amendment.

Page 56 of 144

Page 61: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• O •

Task No.:

Name of Project: Centennial Trail South - Regional Trail Design

Title of Task:

Completion Date:

The COUNTY desires to authorize services pursuant to the AGREEMENT entered into with David Evans and Associates, Inc. and executed on and identified as Agreement No. CCF01-14.

All provisions in the AGREEMENT remain in effect except as expressly modified by this TASK ASSIGNMENT, and are incorporated herein by reference.

A AlU -Cr® °rn -rurc °rAC'r i necVtr_w1n^^^r M I I rave eLV ®v e I II% Y r ►v r® rw evYwi

• Scope of Work

• Cost Estimate with Total Hours to Perform Work

• Items unique to the project not included in the AGREEMENT and which are to be reimbursed at cost with no markup.

The Total Amount Authorized under this TASK ASSIGNMENT, inclusive of all fees and other costs is $ . No other payment shall be allowed unless a TASK ASSIGNMENT Supplement for changed Scope of Work has been signed and authorized before work is performed.

All work under this TASK ASSIGNMENT shall be performed pursuant to the terms, conditions, specifications, and limitations contained in the AGREEMENT.

If you concur with this TASK ASSIGNMENT and agree to the items as stated above, please sign and date in the appropriate spaces below and return to the COUNTY for final action.

Consultant Signature County Approving Authority

Date

Date

Page 57 of 144

Page 62: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI.14

Pursuant to Section 111, General Requirements, of this AGREEMENT.

Page 58 of 144

Page 63: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

CONSULTANT shall provide documents, exhibits, electronic files, or other presentations to the COUNTY in the following formats upon completion of the various phases of the work:

30% DESIGN SUBMITTAL Two (2) Sets 30% Review Plans (Half-size) (1 bound and 1 unbound) One (1) Set 30% Review Plans (Full-size) One (1) Set 30% Plans - Civil 3D Etransmit file for each drawing in the plan set or if using sheet sets

an Etransmit file of the sheet set and Plan set in PDF format on CD(s) One (1) Set If using Data Shortcuts provide a zip file of the project Data Shortcuts Two (2) Copies 30% Engineer's Estimate using COUNTY format (1 Excel and 1 PDF) Three (3) Copies 30% Drainage Report (1 bound, 1 unbound and 1 PDF) Three (3) Copies Final Design Report (1 bound, 1 unbound and 1 PDF) including CONSULTANT

Stamp and Signature

60% DESIGN SUBMITTAL Two (2) Copies Utility Conflict Plan/Spreadsheet (1 Excel and 1 PDF) Two 19\ Cate Rno/ Plane (HnIf-ci\ (1 hnunrl and 1 unhniinri\

One (1) Set 60% Plans (Full-size) One (1) Set 60% Plans - Civil 3D Etransmit file for each drawing in the plan set or if using sheet sets

an Etransmit file of the sheet set and Plan set in PDF format on CD(s) One (1) Set If using Data Shortcuts provide a zip file of the project Data Shortcuts Two (2) Copies 60% Engineer's Estimate using COUNTY format (1 Excel and 1 PDF) One (1) Copy 60% Special Provisions: General and project specific (Office/Word 2007 format via

email attachment), each special provision shall be provided as a separate file, individually named, and sent to the COUNTY via email attachment (See "Specification Development" section below)

One (1) Copy Summary of Quantities, marked up by hand (See "Specification Development" section below)

Three (3) Copies 60% Drainage Report (1 bound, 1 unbound and 1 PDF)

90% DESIGN SUBMITTAL Two (2) Copies Documentation of Utility Conflict Resolution (1 Excel and 1 PDF) Two (2) Sets 90% Plans (Half-size) (1 bound and 1 unbound) Two (2) Sets 90% Plans (Full-size) One (1) Set 90% Plans - Civil 3D Etransmit file for each drawing in the plan set or if using sheet sets

an Etransmit file of the sheet set and Plan set in PDF format on CD(s) One (1) Set If using Data Shortcuts provide a zip file of the project Data Shortcuts Two (2) Copies 90% Engineer's Estimate using COUNTY format (1 Excel and I PDF) Three (3) Copies Pre-Final Drainage Report (1 bound, 1 unbound and 1 PDF) One (1) Copy 90% Special Provisions: General and project specific (Office/Word 2007 format via

email attachment), each special provision shall be provided as a separate file, individually named, and sent to the COUNTY via email attachment (See "Specification Development" section below)

One (1) Copy Summary of Quantities, marked up by hand (See "Specification Development" section below)

Three (3) Copies Stormwater Pollution Prevention Plan (1 bound, 1 unbound and 1 PDF) One (1) Copy Comment Response (Word format)

FINAL DESIGN SUBMITTAL — including CONSULTANT Stamp and Signature One (1) Set Final Plans (Full-size Polypropylene) One (1) Set Final Plans - Civil 3D Etransmit file for each drawing in the plan set or if using sheet

sets an Etransmit file of the sheet set and Plan set in PDF format on CD(s) One (1) Set If using Data Shortcuts provide a zip file of the project Data Shortcuts Two (2) Copies Final Engineer's Estimate using COUNTY format (1 Excel and I PDF) Three (3) Copies Final Full Drainage Report (1 bound, 1 unbound and 1 PDF)

Page 59 of 144

Page 64: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

One (1) Copy Final Special Provisions: General and project specific (Office/Word 2007 format via email attachment), each special provision shall be provided as a separate file, individually named, and sent to the COUNTY via email attachment (See "Specification Development" section below)

One (1) Copy Summary of Quantities, marked up by hand (See "Specification Development" section below)

One (1) Copy Comment Response (Word format)

The CONSULTANT may affix digital certificates to electronic files to certify completeness and file content ownership.

At AGREEMENT closure, all calculations, written memorandums, reports and correspondences pertaining to the project development, including those of sub-consultants, shall be submitted to the COUNTY in the form of electronic files (MS Office and PDF) and hard copies that bear names and/or signatures.

STANDARD COUNTY ENGINEERING GRAPHICS PAPER SIZES The COUNTY will require that all plans submitted be on the appropriate paper size. Depending on the purpose/use of the drawing it will require one or more of the following sizes. Please contact the project manager to ensure you have the correct paper size for your plan submittal. The following list is a guideline, the project manager may request a paper size not listed.

Full-size Plan Sheet: 22"x 34" Half-size Plan Sheet: 11 "x 17" Record of Survey: 18"x 24" J.A.R.P.A.: 8.5"x 11" Legal Exhibits: 8.5"x 14" Misc. Exhibits: 8.5"x11" or 11"x17"

SPECIFICATION DEVELOPMENT The COUNTY's required process for Specification Development has been outlined in the Consultant Specification Development Matrix. These requirements may be periodically updated. The CONSULTANT shall be responsible to utilize the most current version when developing specifications.

The Consultant Specification Development Matrix may be downloaded at: ^t^ :fl 1.co.snohomish.wa.uslDepartments/Public Works/Services/Roads/ located under "Doing Business with Public Works".

CADD STANDARDS AND AUTODESK SOFTWARE The COUNTY intends to issue an updated version of the Public Works CADD Standards Package every February. In addition, the COUNTY may upgrade to a newer version of Autodesk civil engineering software during the term of this AGREEMENT. If this should occur and the COUNTY determines the upgrade to be a necessary requirement of this AGREEMENT, the COUNTY will notify CONSULTANT of intent to upgrade at least three (3) months prior to date when the CONSULTANT will be required to upgrade and begin using the new version.

All necessary CADD Standards files may be downloaded at: htYp//snc1-°^ :..•! Yr'n Services located under "Helpful Forms and Links".

RECORD DRAWING SUBMITTAL The COUNTY's required Record Drawing Media Standards are outlined in Chapter 10 of the Snohomish County Engineering Design and Development Standards (EDDS). Please refer to the EDDS and use these standards when providing Record Drawings to the COUNTY. These standards may change during the life of this AGREEMENT. The CONSULTANT shall be responsible to utilize the most current version of the EDDS when Record Drawings are required.

Engineering Design and Development Standards may be downloaded at: _.count a, :::: ::'•: ' . ?;gyesign Swndar w >

Page 60 of 144

Page 65: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

t

The CONSULTANT shall be paid by the COUNTY 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. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31.

Hourly Rates: The CONSULTANT shall be paid by the COUNTY for work done, based upon the negotiated hourly rates shown in Exhibit "E" and "F" attached hereto and by this reference made part of this AGREEMENT. The rates listed are the maximum rates payable under this AGREEMENT. These rates shall be applicable for the first twelve (12) month period and shall be subject to negotiation for the following twelve (12) month period upon request of the CONSULTANT or the COUNTY. If negotiations are not conducted for the second or subsequent twelve (12) month periods within ninety (90) days after completion of the previous period, the rates listed in this AGREEMENT, or subsequent written authorization(s) from the COUNTY shall be utilized. The rates are inclusive of direct salaries, payroll additives, overhead, and fee. The CONSULTANT shall maintain support data to verify the hours billed on the AGREEMENT.

2. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT with no mark-up. These charges may include, but are not limited to, the following items: travel, printing, supplies, and sub-consultant costs.

a. Air, train travel or rental car costs (if applicable) shall be reimbursed only to economy class levels unless otherwise approved by the COUNTY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the COUNTY'S Travel Rules and Procedures. However, air, train, and rental car costs shall be reimbursed in accordance with 48 CFR Part 31.205-46 "Travel Costs."

b. The billing for Direct Non-Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT.

c. The CONSULTANT shall maintain the original supporting documents in CONSULTANT's office. Copies of the original supporting documents shall be supplied to the COUNTY upon request.

d. All above charges must be necessary for the services provided under this AGREEMENT.

3. Management Reserve Fund: The COUNTY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed 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."

4. Maximum Total Amount Payable: The Maximum Total Amount Payable by the COUNTY 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.

5. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. Monthly billings shall be in a format approved by the COUNTY (see example, Exhibit "N-2") and accompanied by monthly progress reports in a format approved by the COUNTY (see example, Exhibit "N-3"). The monthly billings shall be supported by detailed statements

Page 61 of 144

Page 66: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

for hours expended at the rates established in Exhibit "E", including names and classifications of all employees, and billings for all direct non-salary expenses. CONSULTANT invoices must be received by the COUNTY no later than ninety (90) days following completion of work performed by the CONSULTANT to be eligible for payment. Invoices received by the COUNTY after that time may be paid at the sole discretion of the COUNTY.

To provide a means of verifying the billed salary costs for the CONSULTANT'S employees, the COUNTY 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.

6. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the COUNTY 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 COUNTY unless such claims are specifically reserved in writing and transmitted to the COUNTY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims the COUNTY may have against the CONSULTANT or to any remedies the COUNTY may pursue with respect to such claims.

The payment of any billing shall 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 such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT shall refund such overpayment to the COUNTY 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 COUNTY of overpayment. The CONSULTANT has twenty (20) days after receipt of Final POST AUDIT to begin the appeal process to the COUNTY for audit findings.

Inspection of Cost Records: The CONSULTANT and its sub-consultants shall keep available for inspection by representatives of the COUNTY, 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 AGREEMENT 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.

Page 62 of 144

Page 67: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF0114

II.] si1!I fill i .!h!I lflThfl F.] :1T! Fj

Fee Determination as provided by CONSULTANT attached hereto as pages 64 - 71 and incorporated herein as Exhibit E-1.

Page 63 of 144

Page 68: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Snohomish County

Centennial Trail South - Regional Trail Design

Negotiated TASK I TA5K 2 TASKS _ .. Opt 0nal Servlc s anon Rate Hours Cost Hours Cost Hours Cost Hours Cost _ _..

432 $ 00.441 264 $ 59,242 . < :- 160 S 37699 272 $ 61,037Cl C. '4

250 $ 45,360 213 $ 38,639 204 $ 37,006 _ . 600 $ 110,291 -- 6 $ 1,086 28 $ 50 ]9 41 $ 7437 .. _.. 25 $ 4535 _ .«.

8 $ 1 510 44 $ 8.306 70 0 13,214 '. .. ,. '.,, 147 $ 27 750 .

-- 48 $ 9,129 50 $ 9.510 43 $ 8,178 . _..- 257 $ 48,879 .- `.....,

• $

$

-

-

$

80 $

-

10,737

$

134 $

-

17,984

- $

530 $

-

71,130 -1 -,

" --- 456 $ 57,836 603 $ 76,460 266 $ 33,738 ' _ . .. I 375 $ 47562 I'.. . 226 $ 25,998 207 $ 23,812 267 5 30,714 r" ... , 315 $ 36236 =,. „---

• .. .. ...- 161 $ 19233 365 $ 43,602 287 $ 34285 ', - - 330 $ 39421

140 $ 1709 302 $ 47,764 183 $ 22,206 . 35 $ 4265 .,

104 5 10,583 108 $ 17,096 59 $ 6,004 87 $ 8853

10 $ 1656 34 $ 5630 24 $ 3974 -5 133 $ 2202 - -_. - • 144 $ 15,019 203 $ 21,172 162 $ 16,096 - 16 293 $ 30559 .- '...

112 $ 8,507 164 $ 12,456 94 $ 7.(40 - 32 40 $ 3036 C • «. .. - 20 $ 3,570 6 $ 1,071 6 $ 1,071

^.- =;'.2 46 $ 8211 ,..

c ,.-..

24 $ 3,823 0 $ 1,2]4 4 $ 637 M 104 $ 16,565 '4.^ 128 $ 5480 54 $ 6,530 26 $ 3,386 6 120 $ 14612

.. .. 288 $ 30,157 128 $ 13,403 68 $ 7,126 - _ -•3a 240 $ 26 , 1 408 $ 42.120 128 $ 13,214 88 0 9,005 _<''S 240 $ 24,777

' 400 $ 26,476 120 $ 8 305 88 $ 571 32 240 $ 15.574 336 $ 40,931 176 $ 21,440 0 $ 975 :.- 16 270 $ 32 891 30

- _

40 $ (32 $

3,127 14,795

$ 204 $

- 29,593

$ 0 $

- 097

':'7 . :y2

40 $ 242 $

3127 _.

27125 -+ _..

106 $ 14,326 184 $ 25,345 $ - 190 $ 21. '72 ... 118 $ 16.010 74 $ 10,040 144 $ 19.538 390 $ 5: 16

700 7,144 84 $ 0,573 1600 15,308 3400 355

64 $ 16,062 44 $ 9461 20 $ 4301 ]7 $ 155

42 $ 6,951. $ - $ 128 $ 21 180 219 $ 35,528 232 $ 37,637 103 5 16,709 - - 618 $ 106,257

1192 $ 130,089 970 $ 105861 306 $ 33395 'x 1135 $ 123868 254 $ 20,228 200 $ 22,299 83 $ 6610 100 $ 7964 272 $ 30648 280 $ 31,549 83 8 9,352 C 524 $ 59042

64 $ 12,270 4 $ 767 $ - ', 104 $ 19939 56 $ 8,259 3 $ 1180 $ - 124 $ 16288 %.7

246 $ 2560.'+ 60 $ 6,194 $ '44 62960 C 20 $ 2,901. 12 $ 1,224 6 $ 816 $ C 20$ 1 000 12 $ 600 8 $ $

259 $

$

22,078 5 . 678

182 $ 124 $

15,514 9,129

125 $ 35 $

10 355 $

$

30261 10082

60 $ 5,858 36 $ 3,515 24 $ 2343 $ 7040 $ 492

9. 233 $ a,^43 749,2 3,395 $ 427 472 _ 403 $ ' .23C,448

Salary Escalation COSt (estimatetl) Escalatior-hof Labor 0051 30°% per year @ 1 $25565 $22 897 $12824 - $36913 00141Salary0001 yoers $ 077,721 $ 796,140 $ 440,296 $ '' $ 1,267,361 S 30,1`3

Direct Expenses U64 Each No Cost No Cost No Cost _•.. No. Cost No co. Reproduction: Reports 007000 49 D $ 800 5 $ 100 5 $ 100 r $ Reproduotian: Plzn Sets eats @ 4 $ 200 50 $ 500 1C $ 500 $ no Oefveres/Fed To pa 0090 (d $ 200 R $ 100 8 $ 180 _ $ Mileage mllea It c.,w0 $ 4480 4 $ 2240 2,9ty; $ 1,120 - $ _ Boat, work 4,815 w/ motor days 1 $ 200 $ - $ - r $ Ult000o1l070011$ Machine 4ey0 C $ 1050 $ - $ - C

UBIT HlRail C4.44 5 00010 0' 46 $ 14,400 $ - g - - $ - - Per Gem (0, 2800810 at $150/ 008 each days 10 5$ 1,500 $ - $ - - $ C 003 Mob 'fza18N0emobtzaton . . $ 4,000 $ - - $ -- , 60,0938 oral days ® 3 $ 1.800 $ - $ - $ - Ge 'e L5606 oar 01900006 tool or t $ 400 $ - $ - - $ Air Monitors days A $ 50 $ - $ - $ Untlerwater nsp0000rC (Structures) ? $ 700 ,0 $ - $ -

- $ '.

APS Inc. (Burled Utility Locates) potholes ® $E . $ - 2 $ 7200 2r` $ 12D3 ,0 7 $ G-N-I Locates, Lttl. (Bused Utility Locates &Research) $ 4,000 $ 2.000 $ 1.000 -'2

$ 40,0e0 $ 12,200 $ 14,880 s 0,.:51 $ $ 17

David Evans and AssooIatas Total $ 917,901 $ 798,340 $ 455,176 - 2,171,$17 $ 1,261,361 B....,..5.

Subcensulfants Hrs Costs 510 Costs Hrs Costs Hr4 523 -

u_M 31,315

Ors $

Costs .,.. Cult R003001.0004 .nts $ - 523 $ 37.318 $ - Shannon 9 Wilson 1609 $

686 $ 397614 I9708

$ 466 $

- 41,052

$ 447 $

- 39055

1869; 1509 -

397.614 150.825

(152 $ 169229 AltaPlanning+ pesign 2259 $ 196,805

2295 $ 460323 909 $ 78369 447 $ 39,065 8731' 585.757 Subcensultant Total 3411 $ 366 035 i 2 5

Direct Expenses Bob Total (including Subt0ssuu4M5) $ 505403 $ 90,509 $ 53,945 S x_2.5 ^ ? $ 368,000 ,..9^ '..

Contract Amount $ 1,306.124 $ 0]6,709 $ 494,241 - <. =. ='5 $ 1,633,398 _ .,...=:.

Management Reserve Fund (MRF) $ - $ - $ - _ - $ -

Contract Amount with MRF $ 1,386,124 $ 876,709 $ 494,241 1 i..= %^ 4 $ 1,633,3911 4'9r,4-

7

10

11

12

13

1a

15

i6

1]

18 19 20

22 23 24 25

26 2] 28

29

30

31 32 33 34

35 36 37

I

Page 6401144

Page 69: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...
Page 70: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Hh Ff

Page 71: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

iIi r HHIHH ^

Page 72: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...
Page 73: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

1 1 11 IT

Page 74: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

. .... .... .......

I I

LL ii r Lp

Page 75: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

4P - )o LL abed

Page 76: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

a 1 •

Consultant: David Evans and Associates, Inc.

Position Classification Max Direct Overhead Profit Max Rate Salary Rate @ 169.51% @25.45% Per Hour

Administrative Assistant I (ADM1) $25.00 $42.38 $6.36 $73.74 Administrative Assistant II (ADM2) $27.00 $45.77 $6.87 $79.64 Administrative Assistant III (ADM3) $28.56 $48.42 $7.27 $84.25 Administrative Assistant IV (ADM4) $28.56 $48.42 $7.27 $84.25 CADD Technician I (CADI) $27.00 $45.77 $6.87 $79.64 CADD Technician II (CAD2) $30.00 $50.85 $7.64 $88.49 CADD Technician III (CAD3) $35.00 $59.33 $8.91 $103.24 CADD Technician IV (CAD4) $39.77 $67.41 $10.12 $117.30 CADD Technician V (CADS) $39.77 $67.41 $10.12 $117.30 Designer I (DES1) $32.00 $54.24 $8.14 $94.39 Designer II (DES2) $32.85 $55.69 $8.36 $96.90 Designer III (DE S 3) $39.77 $67.41 $10.12 $117.30 Designer IV (DES4) $39.77 $67.41 $10.12 $117.30 Engineer I (ENG1) $34.58 $58.62 $8.80 $102.00 Engineer II (ENG2) $39.77 $67.41 $10.12 $117.30 Engineer III (ENG3) v $44.96 $76.20 $11.44 $132.60 Engineer IV (ENG4) $51.87 $87.93 $13.20 $153.00 Engineer V (ENG5) $55.33 $93.79 $14.08 $163.20 Engineer VI (ENG6) $60.52 $102.58 $15.40 $178.50 Engineer VII (ENG7) $76.08 $128.96 $19.36 $224.40 Graphic Designer I (GRP1) $26.00 $44.07 $6.62 $76.69 Graphic Designer II (GRP2) $31.00 $52.55 $7.89 $91.44 Graphic Designer III (GRP3) $36.00 $61.02 $9.16 $106.19 Landscape Architect I (LAR1) $26.00 $44.07 $6.62 $76.69 Landscape Architect II (LAR2) $31.00 $52.55 $7.89 $91.44 Landscape Architect III (LAR3) $36.00 $61.02 $9.16 _ $106.19 Landscape Architect IV (LAR4) $42.00 $71.19 $10.69 $123.88 Landscape Architect V (LAR5) $48.00 _ $81.36 $12.22 $141.58 Landscape Designer I (LAD1) $21.00 $35.60 _ $5.34 $61.94 Landscape Designer II (LAD2) $26.00 $44.07 $6.62 $76.69 Landscape Designer III (LADS) $31.00 $52.55 $7.89 $91.44 Landscape Designer IV (LAD4) $36.00 $61.02 $9.16 $106.19 Party Chief I (PCF1) $28.00 $47.46 $7.13 _ $82.59 Party Chief II (PCF2) $33.00 $55.94 $8.40 $97.34 Party Chief III (PCF3) $36.31 $61.55 $9.24 $107.10 Party Chief IV (PCF4) $39.77 $67.41 $10.12 $117.30 Planner I (PLN1) $25.00 $42.38 $6.36 $73.74 Planner II (PLN2) $33.00 $55.94 $8.40 $97.34 Planner III (PLN3) $40.00 $67.80 $10.18 $117.98 Planner IV (PLN4) $46.00 $77.97 $11.71 $135.68 Project Coordinator I (PJC1) $26.00 $44.07 $6.62 $76.69 Project Coordinator II (PJC2) $29.00 $49.16 $7.38 $85.54 Project Coordinator III (PJC3) $32.00 $54.24 $8.14 $94.39 Project Coordinator IV (PJC4) $34.58 $58.62 $8.80 $102.00 Project Manager I (PJM1) $40.00 $67.80 $10.18 $117.98 Project Manager II (PJM2) $53.60 $90.86 $13.64 $158.10

Page 72 of 144

Page 77: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Position Classification Max Direct Overhead Profit Max Rate Salary Rate @ 169.51% @25.45% Per Hour

Project Manager III (PJM3) $55.33 $93.79 $14.08 $163.20 Project Manager IV (PJM4) $60.52 $102.58 $15.40 $178.50 Project Manager V (PJM5) $63.97 $108.44 $16.28 $188.70 Project Manager V (PJM5) Jack Molver $76.08 $128.96 $19.36 $224.40 Scientist I (SC11) $26.00 $44.07 $6.62 $76.69 Scientist II (SC12) $34.00 $57.63 $8.65 $100.29 Scientist III (SCl3) $39.77 $67.41 $10.12 $117.30 Scientist IV (SCI4) $50.00 $84.76 $12.73 $147.48 Scientist V (SC15) $51.87 $87.93 $13.20 $153.00 Support Services Specialist I (SS11) $18.00 $30.51 $4.58 $53.09 Support Services Specialist 11 (SS12) $22.00 $37.29 $5.60 $64.89 Support Services Specialist III (SSI3) $26.00 $44.07 $6.62 $76.69 Support Services Specialist IV (SS14) $25.94 $43.96 $6.60 $76.50 Support Services Specialist V (SS15) $25.94 $43.96 $6.60 $76.50 Support Services Specialist VI (SS16) $25.94 $43.96 $6.60 $76.50 Support Services Specialist VII (SS17) $25.94 $43.96 $6.60 $76.50 Survey Analyst I (SAN1) $34.00 $57.63 $8.65 $100.29 Survey Analyst II (SAN2) $42.00 $71.19 $10.69 $123.88 Survey Manager I (SVM1) $51.00 $86.45 $12.98 $150.43 Survey Manager II (SVM2) $55.33 $93.79 $14.08 $163.20 Survey Manager III (SVM3) $60.52 $102.58 $15.40 $178.50 Survey Technician I (SVT1) $22.00 $37.29 $5.60 $64.89 Survey Technician II (SVT2) $24.00 $40.68 $6.11 $70.79 Survey Technician III (SVT3) $28.00 $47.46 $7.13 $82.59 Survey Technician IV (SVT4) $36.00 $61.02 $9.16 $106.19 Survey Technician V (SVT5) $36.31 $61.55 $9.24 $107.10 Surveyor I (SVY1) $32.00 $54.24 $8.14 $94.39 Surveyor II (SVY2) $40.00 $67.80 $10.18 $117.98 Surveyor III (SVY3) $44.96 $76.20 $11.44 $132.60 Surveyor IV (SVY4) $51.87 $87.93 $13.20 $153.00

The rates listed above are the maximum rates payable under this AGREEMENT. Rates invoiced shall be based on the direct salary of the individual employee and shall not exceed those listed in this Exhibit E-2.

Subconsultant Services and Other Direct Costs (ODC) will be reimbursed at the Actual Cost to the Consultant with no markup. ODCs are limited to the following items:

Outside Vendor Costs

Rates Current IRS Rate At Cost

Any ODC not included in the above list shall not be eligible for payment without prior written consent of the COUNTY. All reimbursable charges must be necessary for the services provided under this AGREEMENT.

Page 73 of 144

Page 78: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

• • • •' , • • CONSULTANT'S audited overhead report from the WSDOT Audit Office, or other report supporting Overhead Rate (per Chapter 31.5 of the WSDOT Local Agency Guidelines), provided by CONSULTANT attached hereto and incorporated herein as Exhibit "F ".

Page 74 of 144

Page 79: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Lf. 2014

TO: Erik Jonson, WSDC C .. Manager MS 47323

FROM: Martha Roach, Agreement Compliance Audit Manak

SUBJECT: David Evans and A , . c. Indirect Cost Rate for fiscal year end INuvr . - ei 2, 2013

F nnent of Transportation (ODOT) has concluded their cognizant review L for the above referenced fiscal year. ODOT is the Cognizant

a:ate for David .'•. ans. As such. ODOT his performed its cognizant review and accepted the audit performed by Grant Thornton. CLOT did make some additional adjustments to the DEA Indirect Cost Rate. ODOT p. -u, idad us a copy of die acceptance letter along with the Indirect Cost Rate schedule.

•rr ODOT's review of DEA's Indi:n:r Cost P .....::nd based on .:dDatments made by .)T, we are issuing this Iet:ar o:;Oa,! ,Tdn DL' Us 'ate for thu Uu;. ::tr ending S .wembcr 2, 2013, at 169.51% ofdire•..:t ahor(iato includes 0.29% Facilities Cost of Capital).

to .:em.-its will still be subject to audit of actual costs, based on i,ective svreenient.

If you hasc.o', .6:0.:':;, :rd .:il 1 me at (360) 7057006 or via email at roa(:.r. -. .

Attachment

cc: Steve \[.:iL..... ' File

DOT Fo,,, 700-008 89 R-ed 5199

Page 75 of 144

Page 80: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 76 of 144

Page 81: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 77 of 144

Page 82: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 78 of 144

Page 83: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 79 of 144

Page 84: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

D. __

Page 80 of 144

Page 85: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 81 of 144

Page 86: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 82 of 144

Page 87: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 83 of 144

Page 88: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

zttt

Page 84 of 144

Page 89: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 85 of 144

Page 90: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 86 of 144

Page 91: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 87 of 144

Page 92: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

The COUNTY permits subcontracting for the following portions of the work of this AGREEMENT.

Element 3.0 Tra il Design

3.1 Task I — Preliminary Corridor Trail Design

3.1.1 Site Analysis The CONSULTANT shall conduct field reconnaissance including on-site inspection of the corridor and temporary or alternative alignments within 500 feet of the corridor that may provide logical connections for non-motorized use along nearby existing public right-of-way. Prepare map documentation of corridor accessibility, opportunities and constraints for trail connections, access routes, trailheads, viewpoints and interpretive sites, including intersections between the track and roadways. The work will consider documentation that was prepared as part of preliminary assessments of the corridor, including:

• Eastside Rail Corridor Access Study — Unincorporated Snohomish County, May 2011 (D EA) • Rails with Trails Constructability Review — Woodinville to Snohomish Eastside Rail Corridor, May 2011

(DEA) • Eastside Rail Corridor Track and Trail Survey Technical Memorandum, December 2013 (DEA)

Deliverable(s): • Field maps with notations and digital photography of the corridor, views, natural features, and

geographic landmarks, GPS coordinates for waypoints and features to be located with more precision in the Survey. Opportunities and Constraints map for entire corridor to be included with Design Report identified in Task 3.1.8.

3.1.2 Design Guide Memo The Centennial Trail design parameters have been established for the COUNTY on other segments of the route. This segment of the trail is unique because of its development adjacent to an active railroad line. To address this unique segment of the Centennial Trail, the CONSULTANT shall develop a PROJECT-specific Rail with Trail (RwT) design guide building upon the "Snohomish County Regional Trail — Planning and Management Guidelines, February 2012". The CONSULTANT shall inventory and address PROJECT-specific conditions (such as lateral distance to, barrier type, and vertical difference with the adjacent rail line), and review and reference relevant research for the design guide.

The CONSULTANT will coordinate with the COUNTY on the appropriate number and/or frequency of trail/park amenities (e.g. benches, access points, interpretive locations) along the corridor.

Deliverable(s): • Prepare a design guide memo defining the policy, regulations, best practices and design guidance for

the PROJECT including setbacks, barriers, material options, clear widths and shoulders, crossing treatments, safety and security treatments, ADA considerations, signing and striping, transitions on and off roadways, and recommendations for site furnishings and interpretive program elements for bicycle and pedestrian travel and proposed safety. The memo shall contain a discussion of the appropriate bridge width, including future conditions and factors that influence the design bridge width. The memo will be included with Design Report identified in Task 3.1.8.

3.1.3 Wayfinding, Striping and Signing Guide Memo The CONSULTANT will utilize the wayfinding, striping, and signing guidelines for what has already been established by the COUNTY for the Centennial Trail on other segments of the route for this PROJECT. The RwT element of the PROJECT will require modifications to established COUNTY practices and will thus incorporate elements such as standard practice regulatory, advisory, emergency locators and warning signing and guidelines for selection, use and typical placement consistent with the MUTCD.

Assumption(s) and Exclusion(s): • COUNTY will coordinate the PROJECT with the existing website: www.centenn iaftr<. s& ^ • The theme established for the Centennial Trail is "Looking back. Moving ahead."

Page 88 of 144

Page 93: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Deliverable(s): • Draft and final memo outlining recommended practices, alternatives and preferred approaches to

wayfinding, striping and signing. The memo will be included with Design Report identified in Task 3.1.8.

3.1.4 Alignment Refinement The potential for realignment of the existing track at two locations below the Kenwanda neighborhood will be analyzed to determine if doing so can avoid trail structures resulting in overall construction cost savings.

3.1.5 Concept Design (15 %) The CONSULTANT shall develop one (1) concept design for the PROJECT in accordance with the limits identified in TABLE 1 of Element 0.1 Project Description of this Scope of Services. The concept design shall be used as a basis for internal discussion with the COUNTY and for purposes of initiating the Environmental scope of services as identified in Element 4.0. The concept design will be developed based upon the information developed in Tasks 3.1.1, 3.1.2, and 3.1.3, as well as survey work completed by the CONSULTANT under a separate agreement with the COUNTY and listed within Task 2.1.

Based upon the evaluation criteria, such as environmental issues, right-of-way, permitting, engineering, and PROJECT costs, a refined alternative will be developed at the preliminary design (30%) level.

Deliverable(s): • Draft and Final 15% Concept Design in set prepared in AutoCAD, with the one revision in response to

review by COUNTY staff. PDF format digital files of draft and final roll plot plans.

3.1.6 Preliminary Design (30 %) The CONSULTANT shall develop the preliminary design for the PROJECT in accordance with the Task 1 limits identified in TABLE 1 of Element 0.1 PROJECT Description of this Scope of Services.

The CONSULTANT shall refine and/or revise the concepts illustrated in the preferred conceptual design level corridor alternative selected by the COUNTY. Development of the preliminary (30%) design level plans is intended for public viewing at a public open house.

For the preliminary design, the CONSULTANT shall refine, revise, and/or determine the appropriate cross-sections, drainage improvements, and landscape concepts. A cost estimate for the preliminary design shall be prepared.

A majority of the PROJECT plans are anticipated to be illustrated at the 1" = 50' (full size) and 1" = 100' (half size) scales. The following are a list of locations of roadway crossings by the trail that are anticipated to require illustration of the design plans at the 1" = 20' (full size) and 1" = 40' (half size) scales:

12) MP 26.8; 240 th Street SE 13) MP 27.0; SR 522 14) MP 29.5; Commercial driveway access to W. Bostian Road 15) MP 30.0; Maltby Road/212 th Street SE 16) MP 30.3; Yew Way 17) MP 32.5; 180 th Street SE 18) MP 33.6; Elliott Road 19) MP 34.7; Connelly Road 20) MP 37.2; 111`h Street SE 21) MP 38.1 Snohomish River Bridge 22) MP 38.2; 1 St Street

Deliverable(s): • Draft and Final 30% Design Plan set prepared in AutoCAD with the one revision in response to review

by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions. • Plan sheets anticipated for the Preliminary Design (30%) are identified in the Task 1 column of TABLE 2

of the Scope of Services.

Page 89 of 144

Page 94: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Element 4.0 Environmental Documentation

4.2.2 NEPA Environmental Assessment (EA)

4.2.2.3 Cultural Resources Report The CONSULTANT will provide the following PROJECT components as part of this cultural resources assessment.

Background Research The CONSULTANT will conduct a search of site files recorded at Washington Department of Archaeology and Historic Preservation (DAHP); review of relevant correspondence between the PROJECT proponent, stakeholders and DAHP; and, review of pertinent environmental, archaeological, ethnographic and historical information appropriate to the PROJECT area.

Develop APE Submittal Package The CONSULTANT will review data gathered from DAHP and PROJECT engineering plans to assist in establishing the PROJECT area of potential effects (APE) as outlined in Section 106 (36 CFR § 800.3) and in accordance with WSDOT's Local Programs Guideline. The CONSULTANT will provide the pertinent information in an APE Submittal Package that the COUNTY and WSDOT need in order to draft a letter initiating Section 106 consultation with the Washington State Historic Preservation Officer (SHPO) and affected tribes. The CONSULTANT will assist the COUNTY in coordinating in-person meetings with SHPO, WSDOT, or affected tribes, as necessary.

Tribal Contact The CONSULTANT will not contact the cultural resources staff of tribes that may have an interest in the PROJECT area unless directed by WSDOT local programs archaeologist. This would be performed by WSDOT. Appropriate contact protocols would be developed in coordination with the WSDOT Highways and Local Programs archaeologist.

The CONSULTANT Identification The CONSULTANT will 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 and WSDOT Highway and Local Programs guidance.

Documentation of Findings The CONSULTANT will 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.

Cultural Resources Assessment Report The CONSULTANT will prepare a technical memo describing background research, field methods, results of investigations, and management recommendations. The report will provide supporting documentation of findings, including maps and photographs, and will conform to DAHP reporting standards. Report and support materials will be provided electronically and on a CD.

Deliverable(s): • Draft Area of Potential Effects (APE) Maps for review. Revise and resubmit per COUNTY and WSDOT

direction. PDF format digital files plus legible exhibits on an 11"X17" format, color hardcopies of draft and final APE Maps.

• Draft and Final Cultural Resources Assessment Report (electronic) with eligibility forms.

Assumption(s) and Exclusion(s): • This scope and budget is based upon information provided in April 2014. Any changes may require a

change in budget to accommodate updating PROJECT information not received prior to the start of this PROJECT.

• This scope assumes that no more than one unrecorded archaeological site or one unrecorded historic site will be identified within the PROJECT area. It would be necessary to adjust the budget if additional sites are found. This budget was prepared with the assumption that no more than two hundred (200) shovel test probes would be excavated. If extensive archaeological deposits are encountered or if

Page 90 of 144

Page 95: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

additional shovel test probes are warranted within the PROJECT area it may be necessary to modify this agreement to accommodate additional investigations for purposes of site identification.

• This scope does not include additional services for impact mitigation regarding archaeological or historic sites.

• This scope assumes that one meetings will occur with the COUNTY as part of the NEPA kickoff • This scope assumes no meetings with stakeholders will be required. • This scope assumes that all relevant PROJECT information, prior reports including geotechnical reports,

design plans and PROJECT maps will be provided with the signed Agreement so that the CONSULTANT may begin this PROJECT immediately upon receipt of signed agreement.

• If human remains are found within the PROJECT area, all field investigations will cease immediately, proper authorities will be notified and field investigations will not resume until applicable state laws are addressed.

• Assumes the cultural report will be submitted to WSDOT Highways and Local Programs (cover page provided; however, the COUNTY should include their own cover letter requesting review). The COUNTY will endeavor to prepare its cover letter within 15 days of receipt of said report.

Element 5.0 Geotechnical Engineering

Geotechnical services will be performed in three phases, identified as Tasks 1, 2 and 3 of the COUNTY's Scope of Work as described in the Request for Qualifications, to support structural design of retaining walls, bridges, embankments and pavement. The PROJECT includes 14 fish passage structures and one culvert; other than general observations based on a reconnaissance, geotechnical evaluation of these structures is not included in this scope. Final design of the Central and North sections, are presented as Optional Services and are not included in the base cost.

5.1 Task I — Preliminary Geotechnical Tasks Geotechnical services will be performed to develop preliminary geotechnical recommendations for the Centennial Trail corridor. The preliminary recommendations will be developed to support PROJECT planning, preliminary design, and cost estimates. The geotechnical studies will include:

• collecting and reviewing existing geotechnical subsurface and surface information along the PROJECT corridor,

• reviewing as-built drawings of existing structures in the PROJECT corridor that may affect the trail, • performing geologic site reconnaissances along the PROJECT corridor, • assessing landslide, erosion and seismic hazards based on collected data and available maps, • preparing a subsurface exploration plan, • completing subsurface explorations including up to 10 borings, 3 CPT probes and 27 test pits, • monitoring groundwater levels in up to 3 observation wells, • completing laboratory index testing on soil samples, • performing preliminary geotechnical studies for all sections of the trail corridor, and • preparing a preliminary geotechnical report for the trail corridor.

These services are described below as geotechnical Tasks 5.1.1 through 5.1.7.

5.1.1 General Geotechnical Requirements The CONSULTANT will review relevant PROJECT technical documents, reports and requirements provided by the COUNTY and the CONSULTANT. The CONSULTANT will attend meetings with the design team to review the scope of work (SOW) and share ideas/concepts with the team. The CONSULTANT will prepare invoices and progress reports on a monthly basis. The CONSULTANT will provide project management of geotechnical services, coordinate with other disciplines, and communicate with the design team and the COUNTY.

Deliverable(s): • Meeting attendance, invoice progress reports, and emails.

Assumption(s) and Exclusion(s): • The CONSULTANT shall attend up to four team meetings. • Alternatives evaluation will be limited to those discussed in the ERC Track and Trail Survey Technical

Memorandum dated December 2013.

Page 91 of 144

Page 96: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• There is no COUNTY-established geotechnical design criteria for trail design and therefore compliance with the WSDOT Geotechnical Design Manual is not required.

• As part of Element 4.0 of this scope of services, the geotechnical CONSULTANT shall prepare the geotechnical aspects of a critical areas report as discussed in SCC30.62B.140; under subsection 2 of the code, excluded (non-geotechnical) items are a, c, d, j, k, I, and m.

5.1.2 Data Collection, Review and Reconnaissance The CONSULTANT will collect and review available geotechnical subsurface and surface information to assess geotechnical conditions along the PROJECT corridor. The CONSULTANT evaluation will be focused in areas where bridges, fills, retaining walls, or cuts are planned. The sources of available information will be limited to COUNTY records, State of Washington Geologic Information Portal, LiDAR imagery, and The CONSULTANT records. This task will help establish where additional exploration information will be required to meet preliminary geotechnical design requirements.

Following CONSULTANT review of available geotechnical data and LiDAR imagery, we will perform a two-step site reconnaissance effort. The first step of the reconnaissance will include a 4-day alignment walk-through by an engineering geologist. The second step of the reconnaissance will include a 1-day, focused walk-through and visual evaluation of those portions of the alignment that display potential geotechnical issues. The CONSULTANT will also evaluate accessibility of the alignment for equipment needed for subsurface explorations.

The CONSULTANT will develop a subsurface exploration plan and summary table to show the locations and depths of the planned explorations, the types of drilling equipment and/or test pit excavation equipment that will be used, and the proposed soil sampling methods and intervals. This plan and table will be submitted via e-mail to the COUNTY for review and approval.

Deliverable(s): • Plan and table showing proposed subsurface explorations information (PDF format via email)

Assumption(s) and Exclusion(s): • No traffic control is required for the site visits and field work. • No railroad flagger(s) or other railroad-associated personnel will be required on site during the site

reconnaissance. • The preliminary PROJECT features (embankments, retaining walls, etc.) will be made available to

overlay on the site reconnaissance map prior to the reconnaissance. • The COUNTY will arrange for location access and any permits that might be required as well as

notifying the public (as needed) prior to reconnaissance activities. The COUNTY will be responsible for obtaining and paying for any permits needed under this Task.

• The scope and budget for Task 1 are based on preliminary PROJECT information and may require revisions after Task 1 is complete. Changes during the design phase may also require scope and fee adjustment.

• The explorations will be directed at evaluating general soil conditions for purposes of future PROJECT planning and estimating and will be insufficient for final design.

• Based on the results of the field explorations and on design revisions, additional explorations may be required. If additional explorations are deemed necessary, the CONSULTANT will propose these to the COUNTY.

5.1.3 Subsurface Explorations and Testing Task 1 subsurface explorations will be carried out in accordance with the agreed-upon site and exploration map and exploration summary table prepared as part of Task 5.1.2. The CONSULTANT shall supervise this work, which will include the following:

The subsurface explorations will be carried out in accordance with the agreed-upon plan prepared as part of Task 6.2. The CONSULTANT shall supervise this work, which will include the following:

Drilling 10 borings for a total footage of up to 800 feet at or near proposed structures. The borings will be drilled and sampled to depths of 50 to 100 feet, depending on the subsurface conditions encountered. Groundwater observation wells will be installed in three of these borings to evaluate the groundwater conditions. The boring/well locations, sampling interval, and depths will be determined in Task 6.2.

Page 92 of 144

Page 97: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• Performing up to three Cone Penetration Test (CPT) probes for a total footage of up to 300 feet at or near proposed structures or embankments. No samples will be obtained. The probe locations and depths will be determined in Task 6.2.

• Excavating up to 24 test pits for proposed shallow cut/fill areas and rockery walls. The test pits will be excavated and sampled to depths of 5 to 10 feet, depending on subsurface conditions. The pit locations and depths will be determined in Task 6.2.

• Marking the exploration locations and coordinating utility locates before mobilizing equipment to the field.

• A hand-held GPS unit will be used to find the proposed exploration locations and the actual locations after drilling/excavating. Surveying of the exploration locations will be performed by others on the PROJECT team.

• We will use the "One-Call" utility locating service, which is responsible for public utilities. We will use a private utility locate service for up to 10 explorations on or near private property or where subsurface utilities are not well defined/known; the remainder of the explorations are assumed to be on public property and would not require a private utility locate.

• Coordinating the exploration program with the subcontractors and with appropriate COUNTY and Port of Seattle personnel.

• Logging geotechnical information during the drilling work (e.g., soil types, standard penetration test [SP-T1 ] blow counts, and apparent water table location).

• Logging geotechnical information during test pit excavation work (e.g., soil types, relative density, and apparent water table location).

• Observing Cone Penetration Testing (CPT) activities. • Collecting and storing soil samples recovered during the drilling/test pit program for later geotechnical

laboratory testing. • Field screening explorations for evidence of contamination; a photoionization detector (PID) will be used

for field screening along with visual and olfactory observations.

• We will collect up to 10 soil samples for the purposes of analytical testing and disposal of Investigation-Derived Waste (IDW) at boring locations where contamination is observed in soil samples through field screening methods. Soil samples will typically be taken from relatively shallow locations/samples.

• Observing five groundwater piezometer installations and flush-mount well monument installations.

• Preparing draft boring and test pit logs summarizing the field exploration results.

• Measuring groundwater levels in six observation wells installed for the PROJECT. Measurements will be taken quarterly for two quarters (two readings total).

Assumption(s) and Exclusion(s): • The drilling work will be accomplished in 2 mobilizations and will require 12 days total to complete. • Test pit excavations will be accomplished in 3 mobilizations and will require 9 days to complete. • The CPT probes will be accomplished in 1 mobilization and will require 3 days to complete. • The drilling, CPT probes, test pit excavation, and groundwater level readings work will be performed

during the day, Monday through Friday, between 7:00 AM and 5:00 PM. Also, the field effort will not require night-time or weekend work.

• A temporary cover will be used for boreholes that are not completed within one work day. • Test pits will be backfilled with excavated material, lightly compacted with the excavator bucket, and the

ground surface smoothed/leveled. No other test pit restoration is included. No test pit IDW disposal is included.

• Drilling spoils/cuttings will be left on site and dispersed on the ground unless field screening indicates potential contamination. If contamination is observed, the drilling spoils/cuttings will be drummed and left on site pending the results of analytical laboratory testing. Disposal of the potentially contaminated soils is not included. The CONSULTANT assumes that up to 10 locations will have evidence of potential contamination and require collection of an analytical soil sample. Offsite drum disposal is not included in this scope of services. If contamination is encountered in a boring or test pit we will notify the COUNTY and obtain additional authorization to coordinate offsite disposal and related services.

• Drilling will be completed using a truck-mounted or track-mounted drill rig. Restricted access for a track- mounted drill rig is not included in this scope of services; access requirements will be determined during

Page 93 of 144

Page 98: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Task 6.2 and may require revisions to the scope and cost estimate. Hollow-stem augers and/or mud rotary drilling methods will be used to complete the boreholes.

• Artesian groundwater conditions are not anticipated. • During field explorations, no temporary erosion and sediment control (TESC) will be required. • No traffic control will be required for the explorations. • No railroad flagger(s) or other railroad-associated personnel will be required on site during the

explorations. • The COUNTY will provide pavement repair requirements if necessary. For cost estimating, borehole

patches are assumed to be quick-set concrete or cold mix asphalt in 6- to 12-inch-diameter holes. Where observation wells are installed, flush-mount steel monuments will be installed.

• Air knife/vacuum excavation and concrete coring will not be required to perform the explorations. • Explorations will be conducted on the COUNTY and Port of Seattle property and not on private property.

The CONSULTANT shall lead the effort to coordinate the explorations; the geotechnical PROJECT team members will coordinate with the appropriate COUNTY and Port of Seattle personnel and the other members of the PROJECT team. The COUNTY will arrange for location access and any permits that might be required as well as notifying the public (as needed) prior to exploration activities. The COUNTY will be responsible for obtaining and paying for any permits needed under this Task.

• If necessary, the drill rig and test pit excavator and their accompanying equipment/vehicles will be staged in a nearby, COUNTY-designated location between 4 PM and 9 AM. The drill rig/excavator and

+ h' 1 ill be PROJECT when there equipment/vehicles w... ue removed from the area :Y en here is significant lag time between exploration activities and/or between mobilizations. The drill rig/excavator/equipment/vehicles may remain in the staging area longer-term.

• After drilling and well installation are complete, The CONSULTANT shall return to the site to measure the groundwater levels in the observation wells. Well development for aquifer testing or analytical sampling will not be performed.

• No explorations are required for due diligence or environmental testing purposes. • The exploration spacing requirements outlined in the WSDOT GDM do not apply to this PROJECT.

Dellverable(s): • Boring, CPT, and test pit logs to be included in the geotechnical report (referred in Task 5.1.7).

5.1.4 Laboratory Testing Once the field subsurface program is completed, the CONSULTANT shall perform Task 1 laboratory tests on samples recovered during the Task 1 exploration program described in Task 5.1.4.

Assumption(s) and Exclusion(s): • Geotechnical laboratory soil index testing will be performed and may include water content, organic

content, Atterberg Limits, grain size distribution, combined analyses (grain size and hydrometer), and material passing the No. 200 sieve.

• Strength and consolidation tests will not be performed. • The geotechnical laboratory test results will be incorporated into the boring and test pit logs. • Up to 10 analytical soil samples (designated based on field screening) will be tested for polynuclear

aromatic hydrocarbons (PAHs), total Resource Conservation Recovery Act (RCRA) metals, and petroleum (diesel/oil-range). The RCRA metals suite includes arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver. The petroleum tests will be analyzed by Method Northwest Total Petroleum Hydrocarbon (NWTPH) as Diesel Extended (NWTPH-Dx). Follow-up analyses may be warranted based on field screening (odors), initial testing results, or proximity to potentially contaminated sites identified in previous screening level reports. For costing purposes, we have assumed: up to 5 of the 10 soil samples will each be tested for Toxicity Characteristic Leachate Procedure (one metal) if elevated metals are detected; gasoline range petroleum hydrocarbons and/or volatile organic compounds if odors or elevated PID readings are observed; and polychlorinated biphenyls (if oil is detected).

Deliverable(s): • Laboratory test results will be included in the geotechnical report (discussed in Task 5.1.7).

Page 94 of 144

Page 99: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

5.1.5 Preliminary Geotechnical Analyses The CONSULTANT shall support the design team with Task 1 geotechnical engineering studies for the trail corridor. In general, geotechnical engineering analyses will include the following:

• Processing the field exploration, groundwater level, and laboratory testing results to establish geotechnical conditions at each proposed structure location, locations of cuts and fills, and along the alignment in general.

• The CONSULTANT shall evaluate potential geologic seismic hazards, including liquefaction and lateral spreading using empirical methods.

• The CONSULTANT shall provide geotechnical seismic design criteria for design of the structures using code-based methods. No site-specific ground response analyses will be performed.

• Seven bridges are proposed along the PROJECT corridor. Based on the available subsurface information, we will evaluate suitable foundation types. We will evaluate subsurface conditions and provide recommendations for axial resistance of up to two selected foundation types/sizes. We will provide soil parameters for use by the structural engineer in evaluating lateral resistance of the foundations. Additional explorations and analyses would be required for final design with additional (South section) and optional services (Central and North sections) included in Tasks 2 and 3.

• Thirteen fill sections with a combined length of 5,205 feet are proposed along the PROJECT corridor. We will provide preliminary information for mechanically stabilized earth (MSE) walls and related foundation conditions. We will develop up to three subsurface cross sections for slope stability and settlement analysis. The cross sections will be selected based on subsurface conditions, topography, and embankment configuration. The results of the analyses will need to be applied over wide-spread areas and could be further refined with additional or optional services included in Tasks 2 and 3.

• Two cut walls are proposed for a combined length of 900 feet. Based on the available subsurface information, we will evaluate soldier pile retaining walls. We will develop two cross sections to represent the proposed cut wall and provide preliminary geotechnical recommendations for lateral earth pressures. The results of the analyses will need to be applied over wide-spread areas and could be further refined with additional or optional services included in Tasks 2 and 3.

• The CONSULTANT shall conceptually evaluate the impact of new fill embankments and retaining walls on adjacent ground and existing facilities.

• The CONSULTANT shall review readily-available documents (such as the internet and published maps) to determine if, or what portion of, the PROJECT alignment occurs in a federal, state, county, or municipally-designated critical aquifer recharge area (i.e. EPA Sole Source Aquifer, etc.) and make a preliminary evaluation of potential aquifer effects. A complete Critical Aquifer Recharge Area (CARA) evaluation is not included but can be performed as an optional service (Task 5.1.8).

• The CONSULTANT shall provide pavement subgrade recommendations and subgrade design parameters. Subgrade parameters will be based on available exploration information and published information; no falling weight deflectometer, California Bearing Ratio, or other field/laboratory tests will be performed to obtain pavement design parameters.

• Two meetings will be held with the COUNTY to discuss geotechnical work that is planned or is underway. Each meeting will be two hours in length plus travel time and be attended by one staff member.

• Five PROJECT team meetings will be held to discuss geotechnical design and its integration into the structural and/or civil design. Each meeting will be two hours in length plus travel time and will be attended by one staff member.

Assumption(s) and Exclusion(s) • Geotechnical design and recommendations will not be required for contaminated and/or hazardous

materials evaluation; noise walls; at grade features (other than pavement subgrade recommendations; erosion control and slope protection; soil nail walls; pole and fence foundations; fish passages; and/or utilities.

• Topographic cross sections including existing topography and proposed grading will be provided for use in our studies

• No plan sheet preparation will be required.

Deliverable(s): • Design recommendations to be included in the geotechnical report (discussed in Task 5.1.7).

Page 95 of 144

Page 100: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFO1-14

5.1.6 Support for Preliminary Design Documents The CONSULTANT shall provide review and/or recommendations for preliminary design areas based on assumed levels of effort, including:

• Plans and specifications review relative to geotechnical elements for the preliminary plans and specifications. Specification review assumed to include earthwork and retaining walls.

• Providing preliminary input to the team on geotechnical quantities and probable construction costs.

Deliverable(s): • Preliminary design plan sheet review comments will be provided to the design team during meetings

and/or by email.

5.1.7 Preliminary Geotechnical Report The CONSULTANT will prepare a preliminary geotechnical report to summarize the field explorations, laboratory testing program, and geotechnical analyses conducted for the trail corridor. The report will present the following:

• A summary of field exploration methods, results, and interpretations • A summary of geotechnical and analytical laboratory testing methods, data, and results • A summary of preliminary corridor engineering analyses and recommendations • Recommendations for additional explorations, testing, and analyses.

A draft preliminary geotechnical report will be provided to the design team for review and comment. After receiving comments and incorporating changes as appropriate, a second draft preliminary geotechnical report will be provided to the COUNTY for review and comment. Once written review comments are received from the COUNTY, the report will be finalized, incorporating the review comments where appropriate. The final Preliminary Geotechnical Report will be submitted to the CONSULTANT.

Assumption(s): • A single iteration of COUNTY comments will be reviewed prior to incorporation into the finalized

Preliminary Geotechnical Report for the trail corridor. • The report will be submitted as an electronic file (PDF). No hard copies of the report will be provided.

Hard copies can be provided as an optional service (Task 5.1.8).

Deliverable(s): • First draft preliminary geotechnical report for design team review. • Second draft preliminary geotechnical report for COUNTY review. • Finalized preliminary geotechnical report for the trail corridor.

5.1.8 Task I Optional Services These tasks may be added as an Optional Service for Task I as funds allow.

The CONSULTANT may provide the following optional services at the request of the COUNTY for the estimated additional cost noted in the cost estimate.

Performing a Critical Aquifer Recharge Area (CARA) evaluation. The purpose is to assess the potential impacts that construction could have to groundwater resources. To supplement the document review and preliminary analysis performed under Task 5.1.5, the CONSULTANT shall obtain and review local hydrogeologic information relating the area's water supply aquifer vulnerability to potential PROJECT specific contaminants; review preliminary plans related to potential infiltration of contaminants; and prepare site plan showing potential sources of contamination and potential contaminant pathways. The results of the CARA evaluation will be presented in a draft and final technical memorandum. Performing well development at the five installed observation wells and obtaining groundwater samples for analytical testing. Groundwater analytical samples from the observation wells will be tested for total and dissolved Priority Pollutants metals and petroleum (NWTPH-Dx). The total and dissolved priority pollutant metals include antimony, arsenic, barium, beryllium, cadmium, chromium, copper, lead, mercury, nickel, selenium, silver, thallium, and zinc. Well development water would be containerized in drums and disposed of offsite, as long as hazardous materials are not encountered. Performing additional analytical soil testing on soil samples if soil cuttings cannot be left on site. This would be done as described in Task 5.1.4. and should be done on one composite sample from each boring.

Page 96 of 144

Page 101: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• Providing hard copies of the deliverables.

5.2 Task 2 — Final Geotechnical Tasks for North and South Ends The second scope of services to support the COUNTY's Task 2 (100% PS&E of North and South ends). For the South end, the CONSULTANT shall perform additional subsurface explorations, analytical and geotechnical laboratory tests, engineering analyses, reviewing construction documents, and preparing a finalized geotechnical report. Geotechnical services to support final design for the North End are offered as an optional service. These services are described below as geotechnical tasks 5.2.1 and 5.2.2.

5.2.1 Geotechnical Support - 100% PS&E of South End The CONSULTANT shall provide geotechnical consulting services and prepare a final geotechnical engineering report to support the 100% PS&E phase of the South Section. This task will include:

• project management, coordination, and attendance at two team meetings, • additional subsurface explorations to support final design, • additional geotechnical laboratory tests, • additional engineering analyses, and • review of geotechnical aspects of contract documents.

The results of the analyses will be submitted in a geotechnical engineering report for the South section, which Will include the following:

• A summary of field exploration methods, results, and interpretations; • a summary of laboratory testing methods, data, and results; • a description of geotechnical engineering analyses; and • geotechnical design and construction conclusions and recommendations.

A draft of the geotechnical engineering report will be provided to the design team for review and comment. After receiving comments and incorporating changes as appropriate, a second draft geotechnical report will be provided to the COUNTY for review and comment. Once written review comments are received from the COUNTY, the report will be finalized, incorporating the review comments where appropriate; the finalized Geotechnical Report will be submitted to the CONSULTANT.

Assumption(s): • A single iteration of COUNTY comments will be reviewed prior to incorporation into the finalized

Preliminary Geotechnical Report for the trail corridor. • The report will be submitted as an electronic file (PDF). No hard copies of the report will be provided.

Hard copies can be provided as an optional service. • The additional subsurface explorations will include two CPTs and 4 test pits. The explorations will be

accomplished in 1 mobilization and will require 5 days total to complete. • No additional borings or observation wells are required to characterize the subsurface conditions. • No private utility locate service or strength/consolidation laboratory testing are included. • Other assumptions listed above under Tasks 5.1.3 and 5.1.4 apply to this task, except that no private

utility locate service are included. • The additional engineering analyses, project management, coordination, and meetings will be estimated

on a level-of-effort basis. • Geotechnical design and recommendations will not be required for contaminated and/or hazardous

materials evaluation; noise walls; at grade features (other than pavement subgrade recommendations; erosion control and slope protection; soil nail walls; pole and fence foundations; fish passages; and/or utilities.

Deliverable(s) • First draft of geotechnical report for design team review. • Second draft geotechnical report for COUNTY review. • Finalized geotechnical report.

5.2.2 Geotechnical Support - 100% PS&E of North End This task may be added as an Optional Service for Task 2 as funds allow.

Page 97 of 144

Page 102: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

The CONSULTANT shall provide geotechnical consulting services and prepare a final geotechnical engineering report to support the 100% PS&E phase of the North Section. This task will include:

• project management, coordination, and attendance at two team meetings, • additional subsurface explorations to support final design, • additional geotechnical laboratory tests, • additional engineering analyses, and • review of geotechnical aspects of contract documents.

The results of the analyses will be submitted in a geotechnical engineering report for the North section, which will include the following:

• A summary of field exploration methods, results, and interpretations; • a summary of laboratory testing methods, data, and results; • a description of geotechnical engineering analyses; and • geotechnical design and construction conclusions and recommendations.

A draft of the geotechnical engineering report will be provided to the design team for review and comment. After receiving comments and incorporating changes as appropriate, a second draft geotechnical report will be provided to the COUNTY for review and comment. Once written review comments are received from the COUNTY, the report will be finalized, incorporating the review comments where appropriate; the finalized Geotechnical submitted the CONSU LTANT. r ve^ tecnnical Report Wi l l be submittedt

n^ ueu to ine wovw ^ i ANT.

Assumption(s): • A single iteration of COUNTY comments will be reviewed prior to incorporation into the finalized

Preliminary Geotechnical Report for the trail corridor. • The report will be submitted as an electronic file (PDF). No hard copies of the report will be provided.

Hard copies can be provided as an optional service. • The additional subsurface explorations will include two CPTs and 4 test pits. The explorations will be

accomplished in 1 mobilization and will require 5 days total to complete. • No additional borings or observation wells are required to characterize the subsurface conditions. • No private utility locate service or strength/consolidation laboratory testing are included. • Other assumptions listed above under Tasks 5.1.3 and 5.1.4 apply to this task, except that no private

utility locate service are included. • The additional engineering analyses, project management, coordination, and meetings will be estimated

on a level-of-effort basis. • Geotechnical design and recommendations will not be required for contaminated and/or hazardous

materials evaluation; noise walls; at grade features (other than pavement subgrade recommendations; erosion control and slope protection; soil nail walls; pole and fence foundations; fish passages; and/or utilities.

Deliverable(s) • First draft of geotechnical report for design team review. • Second draft geotechnical report for COUNTY review. • Finalized geotechnical report.

5.3 Task 3 — Final Geotechnical Tasks for Central Portion This task may be added as an Optional Service for Task 3 as funds allow.

The third scope of services to support the COUNTY's Task 3 (100% PS&E of remainder of alignment not included in Task 2) will include performing additional engineering analyses, reviewing construction documents, and preparing a finalized geotechnical report for the central portion of the trail alignment. These services are described below as geotechnical task 5.3.1.

5.3.1 Geotechnical Support - 100% PS&E of Central Portion This task may be added as an Optional Service for Task 2 as funds allow.

The CONSULTANT shall provide geotechnical consulting services and prepare a final geotechnical engineering report to support the 100% PS&E phase of the North Section. This task will include:

• project management, coordination, and attendance at two team meetings,

Page 98 of 144

Page 103: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• additional subsurface explorations to support final design, • additional geotechnical laboratory tests, • additional engineering analyses, and • review of geotechnical aspects of contract documents

The results of the analyses will be submitted in a geotechnical engineering report for the Central section, which will include the following:

• A summary of field exploration methods, results, and interpretations; • a summary of laboratory testing methods, data, and results; • a description of geotechnical engineering analyses; and • geotechnical design and construction conclusions and recommendations.

A draft of the geotechnical engineering report will be provided to the design team for review and comment. After receiving comments and incorporating changes as appropriate, a second draft geotechnical report will be provided to the COUNTY for review and comment. Once written review comments are received from the COUNTY, the report will be finalized, incorporating the review comments where appropriate; the finalized Geotechnical Report will be submitted to the CONSULTANT.

Assumption(s): • A single iteration of COUNTY comments will be reviewed prior to incorporation into the finalized

Preliminary Geotechnical Report for the trail corridor. • The report will be submitted as an electronic file (PDF). No hard copies of the report will be provided.

Hard copies can be provided as an optional service. • The additional subsurface explorations will include two CPTs and 4 test pits. The explorations will be

accomplished in 1 mobilization and will require 5 days total to complete. • No additional borings or observation wells are required to characterize the subsurface conditions. • No private utility locate service or strength/consolidation laboratory testing are included. • Other assumptions listed above under Tasks 5.1.3 and 5.1.4 apply to this task, except that no private

utility locate service are included. • The additional engineering analyses, project management, coordination, and meetings will be estimated

on a level-of-effort basis. • Geotechnical design and recommendations will not be required for contaminated and/or hazardous

materials evaluation; noise walls; at grade features (other than pavement subgrade recommendations; erosion control and slope protection; soil nail walls; pole and fence foundations; fish passages; and/or utilities.

Deliverable(s): • First draft of geotechnical report for design team review. • Second draft geotechnical report for COUNTY review. • Finalized geotechnical report.

5.4 Optional Geotechnical Services (not included in scope of services or budget estimate spreadsheet) Below is a list of potential optional geotechnical services that may be required to complete the Centennial Trail final design; this list is not exhaustive.

• Fish passage structure and culvert design support. • Performing strength and consolidation testing on relatively undisturbed soil samples obtained from

borings near Bridge 3 through 6 to assist in evaluating embankment settlement and stability. • Evaluating impact of fill embankments and retaining walls on adjacent ground, including impact (if any)

to existing utilities and other existing structures or facilities. • Evaluate additional embankment and retaining wall locations to optimize embankment and retaining wall

design. • Additional explorations to supplement subsurface information obtained during the geologic

reconnaissance and 30 and 100 percent exploration programs.

Page 99 of 144

Page 104: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Element 8.0 Landscape Architecture

8.1 Task 1 — Preliminary Landscape Design

8.1.1 Landscape Architecture Provide landscape architecture services for trailheads and access points, site restoration and revegetation, and other trail-related improvements.

Assumption(s) and Exclusion(s): • Three (3) trailhead facilities and/or improvements are anticipated for the PROJECT, with two (2) areas

in Task 2 and one (1) area in Task 3 • Native, drought-resistant plantings will be selected • Irrigation design is excluded from this scope of services • Trees should be kept away from the trail to limit shading of the paved trail surface and subsequent

accumulation of moss, as well as to limit intrusion of root systems that may impact the trail pavement section

• Trailhead facilities will be located near existing roadways to allow high visibility to the facilities and their users

• Trash receptacles are anticipated to be excluded from trailhead facilities to encourage the pack it in, pack it out behavior by trail users

• Developing design elements for trailhead facilities such as restrooms, picnic shelters, and drinking fountains are excluded from this scope of services

Deliverable(s): • Conceptual design alternatives image board (materials and finishes, plant selection), illustrative plans

for up to 3 concept site design layout alternatives for up to 3 trailheads

8.1.2 Wayfinding and Signing Plans This task may be added as an Optional Service for Task 2 or 3 as funds allow.

Assemble standard practice regulatory, advisory, emergency locators and warning signing and guidelines for selection, use and typical placement.

Assumption(s) and Exclusion(s): • Wayfinding and signing plans will be consistent with memo prepared as part of Task 3.1.3 • Flush-mounted signage such as mileage markers, where applicable, will be specified • Signs should be located in a way that allows for ease of mowing by COUNTY forces

Deliverable(s): • Draft and Final 30% Design Plan set prepared in AutoCAD, one revision in response to review by

COUNTY and one revision in response to review by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions.

8.2 Task 2 — Final Landscape Design for North and South Ends

8.2.1 Draft PS&E Provide draft 90% sets of plans, details, specifications and opinions of probable construction cost for review by the COUNTY. The sets will include the following exhibits for trail alignment and up to three trailheads: Planting, Regulatory and Wayfinding Signing, Interpretive Signing, Site Construction Details, Site Furnishings, Opinion of Probable Construction Costs.

8.2.2 Final PS&E Revise draft PS&E and provide final (100%) sets of plans, details, specifications and opinions of probable construction cost for advertisement by the COUNTY.

Deliverable(s): • Draft 90% and Final 100% Design Plan sets prepared in AutoCAD, one revision in response to 90%

review by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions.

Page 100 of 144

Page 105: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

8.3 Task 3 — Final Landscape Design for Central Portion

8.3.1 Draft PS&E Provide draft 90% sets of plans, details, specifications and opinions of probable construction cost for review by the COUNTY. The sets will include the following exhibits for trail alignment and up to three trailheads: Planting, Regulatory and Wayfinding Signing, Interpretive Signing, Site Construction Details, Site Furnishings, Opinion of Probable Construction Costs.

8.3.2 Final PS&E Revise draft PS&E and provide final (100%) sets of plans, details, specifications and opinions of probable construction cost for advertisement by the COUNTY.

Deliverable(s): • Draft 90% and Final 100% Design Plan sets prepared in AutoCAD, one revision in response to 90%

review by COUNTY staff. PDF format digital files of draft and final plan set and cost opinions.

8.4 Optional Tasks — Trail Enhancements

8.4.1 Custom Trail Branding and Wayfinding Elements CONSULTANT will conduct a graphic design exercise including modifying or developing up to three (3) alternative logos, and guidelines for application to signing, site furnishings and print materials.

Deliverable(s): • Up to three trail identity concepts, COUNTY selects preferred alternative. Up to three COUNTY review

cycles for the preferred alternative (administrative review, draft and final).

8.4.2 User maps CONSULTANT will develop user map(s) for print and display at trailheads and access points, including design and detailing of display furnishings.

Deliverable(s): • Prepare camera-ready digital art for the first phase of trail construction, including interim alignment

connections. Design and detailing for display furnishings to be included in the 30/60/90/100% submittals.

8.4.3 Interpretive Elements CONSULTANT will develop interpretive storylines and concepts for interpretive elements for up to a total of 20 unique locations that may include significant resource sites (cultural and natural resources), viewpoints, access and trailheads.

Deliverable(s): • Prepare a memo defining interpretive storyline and topical treatments, location and design alternatives.

Recommend preferred alternative and assist with COUNTY selection of final design. Design and detailing for interpretive elements to be included in the 30/60/90/100% submittals.

8.4.4 Final Design: Out-of-Right-of-Way Route Improvements CONSULTANT will prepare preliminary and final design documents for up to 30,000 linear feet Interim routes (temporary routes used while mainline route is incomplete) on existing roadways and/or trails and 20,000 linear feet Alternative routes (long-term route solutions) outside the rail right-of-way.

Deliverable(s): • Prepare design and detailing documentation to be included in the 30/60/90/100% submittals.

Page 101 of 144

Page 106: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• • t - • •!• -

Pursuant to Section V, Sub-Contracting, of this AGREEMENT. Fee Determination as provided by CONSULTANT attached hereto as pages 103 — 109 and incorporated herein as Exhibit G-1.

Page 102 of 144

Page 107: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Snohomish County Centennial Trail South - Regional Trail Design

Cultural Resouces Consultants Negotiated TASK I TASK 2 TASK 3 --otal of Tasks 1, 2, 3 Optional Services i Total wt Optional Services

Classification Rate Hours Cost Hours Cost Hours Cost J Hours Costs Hours Cost 1 Hours Costs n. $ - 4$ 563 $ - ! 45 563 ! $ - 4 5 5G3

..., $ - 283 $ 21,650 $ - 283 S 21.650 $ - 283 5 21,650 $ $ - $ 3 - $ - S $ - 120 $ 5,555 $ - 120 $ 5.555 $ 120 $ 5,565

.. - $ - 40 $ 1,764 $ - 40 $ 1764 $ - 40 $ 1.764 111 $ ..17 $ - $ - $ $ - $ - $ -

$ 0.15 $ - 24 $ 2,332 $ - 245 2,332 $ - I 24$ 2.332 $ 70,41 $ - 48 $ 3,380 $ - 48 $ 3,380 $ - 48 $ 3,380 $ 70.41 $ 4$ 282 $ - 4$ 282 $ 45 282

$ - 523 $ 35 524 $ 523 $ 35,524 $ 523 $ 365524

Salary Escalation Cost (estimated) Escalation - % of Labor Cost 3% per year @ 1 $1,066 `n 1,066 $ 1,D66 Total Salary Cost years $ $ 36,590 $ - $ 36,590 $ - $ 36,590

Direct Expenses Unit Each No. Cost No. Cost No. Cost No. Cost No. Cost No. Cost

Mileage miles @ $0.56 $ - 1125 $ 630 $ 1125 S 630 $ - 1125 $ 630 Outside Vendor Costs $ - $ - $ w $ $ Graphic Charges copies @ $0.15 $ 650 $ 98 $ 6511 $ 98 $ 6511 $ 98

$ - $ 728 $ - $ 728 $ - $ 728

Cultural Resouces Consultants Total $ - $ 37,318 $ - $ 37.318 $ - $ 37,318

Page 103 of 144

Page 108: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Snohomish County Centennial Trail South - Regional Trail Design

Cultural Resouces Consultants 1 2 3 4 5 6 7 a 9

i u ni m m y 16

o : ¢ a 0 Summary with Work Element

-- - Summary Optional Optional

Work Element

^ a a` ' LL LL = a I:C Task t Task 2 Task 3 (Tasks 1, 2, 3) 6ervices Services

rl fil - oral lotul Total Total TotA Total Total Total Total ' •s hrs

TOTAL TOTAL _,^ ,,, ,^ _ _ 'tts hrs nrs hrs hrs hrs Total $ Total $ Total $ $ Total $ S

I I

4.0 !Environme ntal Doc umenta tion --

42 Task 2 Final Environmental Tasks

42.2 — NEPA Environmental Assessment (EA)

4.2.2.3 ultuial Resourct R p rt _._ ..— . . _.._ __. 4 283 120 40 24 48 4 r-' $36,590 $36590 '; G Background Research 1 43 24 1 G ^

Tribal Contact -.. 1 I

I $145 Field kl o fcaficn z $17,211

-Cocumentatirn of Fmin d gs 2 24 4 24 'Cultural Resources Assessment Report 196 ! 2 li S c 35a $7,854

Work Element 4.2 - NEPA EA

I I

t u 11

Work Element 4.0 Total ^ , 'a n-', 2092 r' r,,tm G ^ 5t)) 504

EXPENSES 5729 $728 S?28

PROJECT WORK ELEMENTS TOTALS 4 283 120 40 24 48 4 523 $37,318 $37,318 $37,318

Page 104 of 144

Page 109: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Snohomish County

Centennial Trail South - Regional Trail Design

Shannon & Wilson Negotiated TASK 1 TASK 2 TASK 3 o, ask, 1. 2 3 Optional Services al n: opt.ana'.

Classification Rate Hours Cost rs Hours Cost rs Hours Cost urs < sts Hours Cost Hors,

F ^ .. d . ":/ -- 119 $ 26.704 $ - $ - - -- ,..,

3 ,9 4 $ 964

date) S ... 376 $ 67.842 $ - $ - . 292 $ 52,686

F ..e Prof./fi 'rinc S rc 312 $ 45,664 $ - $ - - - J 378 $ 55,324 .. -

F . I of. IV) 384 $ 44122 $ - $ - 246 $ 28265

F 235 $ 22.142 $ - $ - - - 5'o $ 5270

ry /Teh. Se 124 $ 12,670 $ - $ - 11,, $ 124;

N .. =Sore) ttic<3

1609 $ 223,657 $ $ 1609 S 22] 657 1152 $

1640300

,300 2701 $30' 957

Salary Escalation Cost (estimated) Escalator % of Labor Cast 3% per yeer @ 1 $6710 _ $4,929 -

Total Salary Cost years $ 230,366 $ - $ - 5 23C, 156 $ 169,229 $ 394196

Oirect Expenses Unit Each No. Cost No. Cost No. Cost t No. Cost No. F

Outside Vendor Costs Including

private utility locators, driers,

eucooatclu.

1111h11 operators, outside laboretorles):

Drilling subcontractor (Tasks 1 @ leach x $ 57,000 $ - $ - $

and2)

Test p 1 excavator subcontractor days @ /day H $ 16,000 $ - $ '. $

(assume $2000/day Tasks I

and 2) -

Tone Penetrat on Test @ leach i $ 26,000 $ - $ $

subcontractor (Tasks 1 end 2)

P' t ut'Ity l0 ator(assume visits@ 1. leach 2 $ 960 $ - $ - $

0485105/ 20isits 10000t ons TOO/1 only)

Analytical Laboratory Testing li

(environmental lab

subcontractor) Sot succc (49 total for Tasks 1 test suites leech 49 $ 18,130 $ - $ - $ end 2) @

> - -

Sot'1 toll ow on(assu ne 6t/al lost sores - _ leach 8 $ 3,376 $ - $ - $

forTasks 1 end 2) @-

Groundwater so too (3 total for test suites . /each 5 $ 1,815 $ - $ - $

Task 1) @ Orcundweter f01100-o0(1 local tout @ t each 1 $ 70 $ - $ - $

for Task 1) - -

Sbratngwrepezometers $ - $ - $ - - $

Grcoedwater data l0ggers $ - $ - $ - $ -

Copes(pereachsheet) $ - $ - 5 - - $

85 a tO black and whtecop es '. lcapy 110E $ 110 $ - $ - $ 11 x 17' black and white copies . /wpy f3 $ 70 S - $ - $

85 x 1'I odor copiss I. It 90 $ 90 $ - 5 $ _ 11 x 17 color copies /, .: y 50 $ 100 $ - $ - $ -

Plan sheet (reap) Print It 226 $ 150 $ - $ - - $

Mileage (42 @ 50 miles+9 @ 24 miles @ /mlla 2316 $ 1,297 $ - $ - $

days @ S....../day mlles) 709 eta Tasks 1 and 2) 22' $ 1,720 $ - $ - - ,.- '. $

44e1 development wells @ .. 0 . 5001 3 $ 870 $ - $ - $

_qu7pmanUmatedels (Task ) 1= - ✓Dater level indicator rental (Task days @ . /day 2 $ 30 $ - $ - $

-land held CPS for rerun/mark days @ /day 27 $ t,350 $ - $ - $

ocat0ns /explorat ors (Tasks 1

and 2)

'ark ng (assume pay parking only each @ . /each 9 $ 135 $ - $ - '., $

or County meetings, rot for SEA —1,,gs or fold effort)

N'sa fold supplies (Tasks 1 and 2) days @ /day 'o $ 400 $ - $ - -- _ $ - _

3eotechmcal Laboratory Tests $ - $ - $ - $

Tasks 1 and 2) Gran Sze Dstr but or each.. , Rest 67 $ 11,745 $ - $ - - $ -

Atterb rg Lm is each to 0 Rest 45 $ 7650 $ - $ - - $ O rganc Content 019 01 each :. Rest 28 $ t, 820 $ - $ - - - . $

Co^ib'ned Sieve Anzlyou each 0 Rest 26 $ 5,580 S - $ - $

PercentPassngtvo_a'JOSleve each .' Rest f9 $ 1,615 $ - $ - $ Water Content 00ch Rest $ 565" $ - $ - - $ - -

Thi- walled tube sample coop... Rube 11 $ 716 $ - $ - $

extraction (includes visual descriptian, wzter contort.

torvane; assume 1 per boring) SupplledJars each St /box 1J $ 665 $ - $ - - - $

Sample receiving and handling each @ /oox 30 $ 210 S - $ - $

boxes and tube samples) or iii

aam

Sample receiving and handling each @ n .,...4 Rest ,52 $ 1,520 $ - $ - $

test pit bags or buckets) pis bag or

bucket

1 520

$ 167,246 $ - $ 167,248 $ -

Uhannoc & Wilson Total $ $07,614 $ - $ - - 397,614 $ 169,229

Page 110: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Snohomish County

Centennial Trail South - Regional Trail Design

Shannon & Wilson 1 2 3 4 5 6 7

O p ; ^

V c

, L ) v u)

T2 in— co_

co_ wo w ° a 2

a 10 f0 1 Summary with

Work Element c Z "' y °^ ° 0 0 o a ' t^ c Summary Optional Optional S Work Elem e nt a` it Task 1

Total

Task 2 Task 3 (Tasks 1, 2, 3) TOTAL

Services Services TOTAL Total Total Total Total Total Total Total

hrs his his his his his his hrs Total $ Total $ Total $ $ Total $ $

5.0 Geotechnical Engineering

5.1 Task 1 - Prelimina ry Geotechnical Tasks

( 264 54i2246 $49 2411 5.1 .1 General Geotechnical Requirements 30 138 16 76 ( 14 10 $46,248 _

5.1.2 Data Collection, Review and Reconnaissance 61 30 76 142 8 I 5 ' 22

.152

$49, 173

$37,186

$49,173

537 1116

$49 173

8 .7,186

$19 .204

5.1.3 Suhsurface, Explorations and Testing 22 62 208 32 28

5.1.4 Laboratory Testing 12 26 98 $19,204

$6,872

5.1.5 Preliminary Geotechnical

+6

173

t 3.

7 r

$6 f 2

$24 c:£

$6. 12 1

.47111

$`{( 22o

5.1.6 Recommendatio ns for Preliminary Design --- —_-_ 4 32

26

13886

2 5.1.7 Preliminary Geotechnical Report 9 822 0 8 22 1 16 $24,980

5.2

2 1

Task 2 - Final Geotechnical Tasks for North and So uth Ends

Support uth Ends 20 161 222 100 56 62 18

-f i

$56

5.3 Task 3- Final Geotechnical Tasks for Central Portion

^ 5.3.1 Geot^ `n ical S' port 10 0% PS & E of R emainder of Alignme 1 05-- 156 48 40 17

Work Element 5.0 Total .

,

2761 T Fi,,166

5 ,i::7, 145

12311 366

8161,246

$ lliii 1711

•$117 249 EXPENSES

PROJECT WORK ELEMENTS TOTALS 162 668 690 630 291 226 94 2,761 $397,614 $397,614 $169,229 $666.844

Page 106 of 144

Page 111: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

1

2

3

4

5

6 7 8 9

10 11

12 13 14 15 16 17 18 19 20 21 22

Snohomish County Centennial Trail South - Regional Trail Design

Alta Planning + Design Negotiated TASK 1 TASK 2 TASK 3 Total of Tasks 1, 2, 3 Optional Services Total w/ Optional Services I

Classification Rate Hours Cost Hours Cost Hours Cost Hours Costs j Hours Cost Hours Costs

... $ 21 . 1 ' ) $ - $ - $ $ $ 5 i ,(•..) $ - $ - $ - 8 - $ - 5 - g 40 $ 6,176 19 $ 2,933 20 $ 3,088 79 $ 12,197 172 $ 26,555 251 8 35,752

1 $ - $ - $ $ $ III $ -

100 $ 12,576 37 $ 4,653 38 $ 4,779 175 5 22,008 ', 176 $ 22,134 351 $ 44.t4' $

..'.. $ - $ $ - $ $ S $ - $ $ - $ - $ $ -

F'.,'' , ''1,9 $ $ - $ - $ - $ - $ - 6 - .. i $ 100 $ 9,632 80 $ 7,706 52 $ 5,009 232 $ 22,340 I 111 $ 10,692 343 6 7.7,038

$ - $ $ - $ $ - $ 1 120 $ 11,868 42 $ 4,154 54 $ 5,341 216 $ 21.362 281 $ 27,791 497 S 49,153

$ $ $ - $ - $ - $ $ - 4. $ _ $ _ $ _ , $ .. ^ $ _ $ _

180 $ 15,464 116 $ 9,966 102 $ 8,763 1 308 $ 34,192 465 $ 39,948 663 $ 74,140

$ $ $ - $ - $ - $ g 09 $ $ $ $ $ -

S $ - $ - $ $ - $ - $ 1 $ - $ - $ - 3 i $ - $ $ S 140 $ 8,474 164 $ 9,927 170 $ 10,290 474 5 26.(391 1047 $ 63,375 1521 $ 92,066

.. ,... $ F $ - $ - $ - $ _ $ _ $

it S t $ - $ - $ - $ $ $

6 $ 315 8 $ 419 11 $ 577 25 5 1,311 7 $ 367 32 $ 1977.

686 $ 64,504 466 $ 39 , 758 447 $ 37 , 845 1599 $ 142,107 2259 $ 190 861 3858$ 332,969

Salary Escalation Cost (estimated) Escalation - % of Labor Cost 3% per year @ 1 $1,935 $1,193 $1,135 $ 4,26_ $5,726 3 9.989

Total Salary Cost years $ 66,439 $ 40,951 $ 38,981 $ 146,371 $ 196,587 $ 342,958

Direct Expenses Unit Each No, Cost No, Cost No. Cost No. Cost No, Cost No. Cost

Printing job @ ? 1 $ 3,800.00 $ $ $ 3 . 8031 $ - 1 5 7,800

Mileage miles @ 480 $ 268.80 180 $ 100.80 150 $ 84.00 810 $ 454 390 $ 218.40 l 1200 $ 672

Shipping job @ 1 $ 200.00 $ - $ 1 5 200 $ 1 $ 200

Software Licensing $ - $ $ 4,269 $ 101 $ 84 $ 4,454 $ 218 $ 4,672

Alta Planning + Design Total $ 70,708 _ $ 41,052 $ 39,065 li $ 150,825 $ 196,805 $ 347,630

Page 107 of 144

Page 112: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Snohomish County

Centennial Trail South - Regional Trail Design

Situ Pn.nnin5+' onyn

-- — 3.0 T,OI Deun

— -

H1 : Io -

J I

_r r(,Tho

t

rio Total nutul rots 100 11.1runt Total n 0

Tool

12

tutn nO,1 tutO tot& TotO TOil Total T11 T041 —I Tut.J total t011 T,111 0 • t_________, -U---

- *

1 40

s 20 21

— t

20 4 16 +3s

ThHH is V

W,kEIentt.2Tutht - ;;-• -

o

WIlk EI—It 3.3 T-1

Page 108 01144

Page 113: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Alt

1.1 1- 1—

_ H -.1 T-1 T..J 1..

[ II ii

EXPENSES

497 883 3521 32 3,058 0347.630 $70,7091 $70.7081 841.0521 5 OSO #23 15.806 63O

Page 10941144

Page 114: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Position Classification Max Direct Overhead Profit Max Rate Salary Rate @154.40% @25.45% Per Hour

Senior Principal Principal I $80.19 $123.81 $20.41 $224.40 Principal II $55.17 $85.18 $14.04 $154.39 Senior Planning Associate - $53.00 $81.83 $13.49 $148.32 SeniorDesignAssociate $44.94 $69.38 $11.44 $125.76 Senior Engineering Associate $57.69 $89.07 $14.68 $161.45

gpssociatel $41.92 - $64.72 $10.67 $117.30 PlanningAssociateIl $38.46 $59.38 $9.79 $107.63 DesignAssociateII $34.42 $53.14 $8.76 _$96.32 SeniorPlanner $36.06 $55.68 $9.18 $100.91 SeniorDesigner $35.34 $54.56 $8.99 $98.90

Levell-Planner $33.65 $51.96 $8.56 $94.17

Level I - Planner $27.51 $42.48 $7.00 $76.99 LevelII - Designer $25.49 $39.36 $6.49 $71.33 Junior $21.63 $33.40 $5.50 $60.53 AssociateII $33.59 $51.86 $8.55 $94.00 LevelI-Administration - $28.85 $44.54 $7.34 $80.74 Level Il-Administration $18.73 $28.92 $4.77

-

$52.42

The rates listed above are the maximum rates payable under this AGREEMENT. Rates invoiced shall be based on the direct salary of the individual employee and shall not exceed those listed in this Exhibit G-2.

Other Direct Costs (ODC) will be reimbursed at the Actua Cost to the Consultant with no markup. ODCs are limited to the following items:

Reimbursable Classifications

Rates Mileage

Current IRS Rate Outside Vendor Costs

At Cost

Any ODC not included in the above list shall not be eligible for payment without prior written consent of the COUNTY. All reimbursable charges must be necessary for the services provided under this AGREEMENT.

Page 110 of 144

Page 115: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

EXHIBIT G-2 Ti..j.iiij FrnIrI .11 , ii' Ii-IPM? VVr

Fee Schedule

Position Classification

Principal Investigator Project Archaeologist I Project Archaeologist III Field Archaeologist I Field Archaeologist II Field Archaeologist III Historic Architect Project Historian Office Manager

Max Direct Overhead Profit Max Rate Salary Rate @95.00% @25.45% Per Hour

$63.88 $60.69 $16.26 $140.82 $34.70 $32.97 $8.83 $76.50 $24.00 $22.80 $6.11 $52.91 $21.00 $19.95 $5.34 $46.29 $20.00 $19.00 $5.09 $44.09 $16.00 $15.20 $4.07 $35.27 $44.07 $41.87 $11.22 $97.15 $31.94 $30.34 $8.13 $70.41 $31.94 $30.34 $8.13 $70.41

The rates listed above are the maximum rates payable under this AGREEMENT. Rates invoiced shall be based on the direct salary of the individual employee and shall not exceed those listed in this Exhibit G-2.

Other Direct Costs (ODC) will be reimbursed at the Actual Cost to the Consultant with no markup. ODCs are limited to the following items:

Reimbursable Classifications

Rates Mileage

Current IRS Rate Outside Vendor Costs

At Cost Graphic Costs

$0.15/co

Any ODC not included in the above list shall not be eligible for payment without prior written consent of the COUNTY. All reimbursable charges must be necessary for the services provided under this AGREEMENT.

Page 111 of 144

Page 116: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Position Classification

Principal-in-Charge (Sr. VP/VP) Project Manager (Sr. Associate) Project Manager (Associate)

Project Engineer/Geologist (Sr. Principal Professional/Principal Professional) Project Engineer/Geologist (Sr.Professional/Professional IV)

Project Engineer/Geologist (Professional iii/ii) Senior Drafter/Lab Technician (Sr. Technical Services/Technical Services IV) Word Processing/Administration (Sr. Office Services/Office Services)

Max Direct Overhead Salary Rate @ 189.44%

$71.26 $135.00 $57.30 $108.55 $56.69 $107.39

$46.48 $88.05

$36.49 $69.13

$29.92 $56.68

$32.45 $61.47

$24.29 $46.02

Profit Max Rate @25.45% Per Hour

$18.14 $224.40 $14.58 $180.43 $14.43 $178.50

$11.83 $146.36

$9.29 $114.90

$7.61 $94.22

$8.26 $102.18

$6.18 $76.50

The rates listed above are the maximum rates payable under this AGREEMENT. Rates invoiced shall be based on the direct salary of the individual employee and shall not exceed those listed in this Exhibit G-2.

Other Direct Costs (ODC) will be reimbursed at the Actual Cost to the Consultant with no markup. ODCs are limited to the following items:

Reimbursable Classifications

Outside Vendor Costs (including but not limited to private utility locators, drillers, excavators, backhoe operators, drum/spoils disposal, outside laboratories) Rental Equipment Geotechnical Laboratory Tests

Courier

8.5" x 11" black and white copies 11 x 17" black and white copies 8.5" x 11" color copies 11' x 17" color copies

Plan sheet (map) print

Rates Current IRS Rate

At Cost w/written approval of County PM At Cost w/written approval of County PM At Cost w/written approval for test and rate from County PM At Cost At Cost $0.1 0/each $0.20/each $1 .00/each $2.00/each $6.00/sheet

Any ODC not included in the above list shall not be eligible for payment without prior written consent of the COUNTY. All reimbursable charges must be necessary for the services provided under this AGREEMENT.

Page 112 of 144

Page 117: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

SUBCONSULTANT'S audited overhead report from the WSDOT Audit Offine, or other report supporting Overhead Rate (per Chapter 31.5 of the WSDOT Local Agency Guide|inen), provided by SUBCONSULTANT attached hereto and incorporated herein as Exhibit "G-3".

Page 113 of 144

Page 118: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

AMW

TAAF Washi

• .. .... A 1) •.

cc:

Page 114 of 144

Page 119: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

Page 115 of 144

Page 120: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

'J 7I OF- AS E AS AND BUSINESS CDNSU - -.

INDEPENDENT AUDITORS' REPORT

To the Board of Directors Alta Planning + Design, Inc. Portland, Oregon

Report on U c Schedule of Indirect Costs We have a: f accompanying schedule of indirect costs of Alta Planning + Design, Inc. (the Company) for the year 3 tiber 31, 2012, and the related notes to the schedule.

Managemer ;Responsibility for the Schedule Management ':': sible or e :'nparatlon and fey

'p r sr.t in of this schedule in accordance Pa 31

of the Fader it :. Rep:, ino certain oth F or State regulations; this incIuU.. ,s implementation, ins e of internal control rete 'to preparation and fair presentetic of the schedule that is free f, ,:uc,us .nisstatement, whether c, %d or error.

Auditor's Responsibility Our responsibility is to express an opinion on this schedule based on our audit. We conducted our audit in accordance with auditing standar'.!s generally accepted in the Un: I States of America and the standards applicable to financial audits cor,tained in Government Auditing .,* issued by the Comptroller General of the United States of America. Th.ns.o standards require that we plan d perform the audit to obtain reasonable assurance about whether the sct,c' tie referred to above is free of material misstatement.

An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the schedule, The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the schedule, wbo 1her due to fraud or error, In making those risk assessments, the auditor considers internal control retev it to the entity's preparation and fair presentation of the financial statements in order to design audit prc rn that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effe : - rn the entity's internal control. Accordingly, we express no such Opinion. An audit also includes evc:u ng the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements.

We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinions.

Opinion In our opinion, the I :3 referred to above presents fairly, in all material respects, the direct labor, fringe benefits and c-:' van - -to' f I :e Company for the year ended December 31, 2012 on the basis of accounting described in Lite 'aragr.:'ci

Basis of A cc nt ii We draw attE to Note I to the schedule, which describes the i c' ' i T schedule of indirect costs was 'd by the Company i the basis Of coo int:ng e / -. n 3 1 of the r darn! Auuisth , Rf, . I certain other Feder2l and 'I '... ch i b,.. ,. s of accounting other than accounting p nc: ally accepted in the Unites S ...... 's of. .:, rice modified with respect to that matter,

6555 SW MEADOWS ROAD, SUITE 2011, LAKE DeWEam, DR 97036

PHONE: 503.620.4489 FAx: 503,524.0817 POF/I -L'ANO, F/N I SALF.N1, OR I UARLSBAO, CA ESOONOIDO, CA DAN /0500 CA I ANCHORAGE, AK

AKT LLP

Page 116 of 144

Page 121: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

Restriction on Use This report is intended solely for the information and use of the board of directors and man snent of Alta Planning + Design, Inc. and government agencies or other customers related to contract. ig he cost principles of the Federal Acquisition Regulations and should not be used for any other purpose.

Other Reporting Required by Government Auditing Standards In accordance wd' St ;. ':',iro of Auditing Stnndards, we have also issued our report dated August 1:1 ' 3, on our consideration ot the 'cmpanys internal control over financial reporting and on our tests of its coro .tnce with certain provisions of lass and regulations. The purpose of that report is to describe the scope of o testing of internal control over financial reporting sod compliance and the results of that testing, and not to provide an opinion on internal control over financial r%.1 ')orting or on compliance. That report is an integral part of an audit performed in accordance with Oo. .;; S Ding Standards in considering the Company's internal control over financial reporting and compliance.

Lake Oswego, Oregon August 15, 2013

Page 117 of 144

Page 122: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

ALTA PLANNING + DESIGN, INC.

Schedo½ of Indirect Costs

Year E:oi..ud December 31, 2012

S. ::n-perc;int Auditors' Report

Financial Statement Unallowable FAR Total se o Proposed

Direct Labor $ 3,391,764 $ $ 3,391.764

Fringr Seneftta Mod 'romiums 259,112 259,172 ''0 ' s ion Insurance 15 'rr - 18,705

-40 intrihulion 36,90 135,910 Payroll S ..- 517:4 517,364 CRc op cut 86 , 766

Total Fringe Benefits I ..: 7 1,017,917

General Overhec Non- '0o(cct Labor 2,0"l 179 2,065,470 Rnno --ic s : (45,864) 9 54(1557

18 H..- .14 '7 (53,147) 1 /\dvc .,,, :no '-''r" Saul-. 1:. rvk

Bad Cebt 04,44, (34,081) 11 Charitable Contributions 24 :a (24,297) 2 - Depreciation 156,490 - 159,693 (Ices and Subscriptions 21,951 (180) 2,3 21,771 Education and Training 41,812 41,1312 Office Eauiprnent Rental 18,652 - 18,652 Fines and Penalties 2,677 (2,677) 3 Insurance 78,983 - 78,983 Interest Expense 26,173 (26,173) 4 - Licenses and Permits 27,574 - 27,574 Miscellaneous 25,165 (23,448) 5,6 2,717 Postage and Delivery 24,293 24,293 Printing and Reproduction 33.442 - 33,442 Professional Services 457,837 -. 457,637 Rent 375,100 (77,2/3) 10 297,827 Repairs and Maintenance 15993 15,993 Supplies 109 -'i - 109,481 Telephone and Internet 911 r 91,806 Travel, Meals and Lietertainmont (42,574) 7 14: . ......4 Utilities - 52,526 Taxes 45 , ±APPft 8

Total General Overhead 4,563 Ill (44.72l), :1",, '08

Total Indirect Costs $ 5,581,756 $ 4,211 $ 5.227035

Percentage of Direct Labor

FAR Ref 411 C' '0, Part 31.205-6- Personal Use of Company Vehicles

2 48 CFR, Part 31.205-8 - Contributions and Donations 3 48 41 1, Part 31.205-15 - Fines and Penalties 4 -12 CR, Part 31.205-20 - interest Expense

48 C: 1, Part 31.206-1- Client Gifts 5 48 CFR. Part 31.205-13 - Employee Cilia 7 48 CUR, Part 31.206-14-j Cni,rta:nn1ent

48 CFR, Part 31.205-41 - Fe1' 4 :n:'ame Fax 48 CUR, Part 31.205 6- F,.:e .. Oampensaiion for Owners of Closely Held Corporation

Is 48 CFR, Pat' 31.206-36- Rer,1:',i Party feel 11 48 CPR, Part 31,205-3-Sad Dents

3

Page 118 of 144

Page 123: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF0I-14

ALTA PLANNING + DESIGN, INC.

Notes to the Schedule of Indirect Costs Year Ended December 31, 2012 See Independent Auditors' Report

MMEMOMEMMEMOMM Organi7 ion Alta Planning + Design, Inc. (the Company) is North Arneric 's le r'slt' nodal transportation firm that specializes in the planning, design and implementation of bicycle m 1, greenway, park and trail corridors and systems. Founded in '1996, the Company has grown I over h staff 1 4 offices throughout the U,S. The Company's mission is to create active communities whem H"cC ana walking are safe, healthy, fun, and normal daily activities. The headquarters are located in Portland, Oregon.

Bas sofAccour:tin The Company prepares its finan"tal us on the accrual basis of accounting. The Company's schedule of indirect costs has been derivec '-' von;':: accounting records, and is presented in accordance with accounting practi' prs'cribed by m''n: " came sections of Part 31 of the Federal Acquisition Regulation (FAR), Accordin ie )ove-meni tied so iuIe is not intended to be a complete presentation of the results of operations of the it :pany in conformity with generally accepted accounting principles.

FAR Part 31 establishes accounting practices that, in some cases, differ from those found in generally accepted accounting principles. Certain expense disallowances were derived by analysis of individual accounts contained in the Company's accounting records.

Managg!-nent The preparation of this schedule requires management to make estimates and assumptions that affect the recoded amounts. Actual results could differ from those estimates.

Cost The Company's costs are classified in three categories:

Direct Costs - Consist primarily of direct labor, subconsultants, travel and subsistence, reproduction and other expenses directly traceable to a project.

Allowable Over/toad Expenses Consist primarily of unbilled labor, payroll taxes, fringe benefits and other payroll-related costs, Other general overhead consists of costs such as supplies, insurance, office occupancy costs and other costs considered to be in accordance with Part 31 of FAR.

Unallowable Expenses - —, -ist primarily of those expenses that are disallowed in accordance with Part 31 of FAR such as meals ar' a or 'rr nt, charitable contributions, interest, unreasonable compensation and other.

Overhead Rate Structure The Company charges its overhead costs to jobs in accordance with contract provisions, which are typically based on an agreed-upon percentage of direct labor dollars,

Cost Structure Project Labor - The Company develops hourly rates for each salaried employee based on a 2,080 hour year. Project labor is charged to each project based on actual hours worked multiplied by the hourly rate,

Dr011/able Labor - Consists of salaries and wages of production and clerical personnel t' it are not directly traceable to a project.

Officers' Componsalio. - T' "lompany compensates its officers based on historical lev 's A , e industry for the type and size .:: i::n 'er "raphical area. For the year end d "' er 31, 2012, 1 Company paid compensation to to €hus ,,:ers tDaling $846,549. The total compe ta' , ' to officers .'. is adjusted under the limits set forth in FAR Sec, 31 ,2056(p).

Page 119 of 144

Page 124: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

ALTA PLANNING + DESIGN, INC.

Notes to the Schedule of Indirect Costs

Year Ended December 31 2012

See Independent Auditors' Report

Note 1 Organization and Summary of Significant Accounth.' olicies, continued

Personnel who qualify under the Fair Labor I a I (ELSA), as exempt (such as Designer, Plar: er and Associates or above and some administraC a professionals) are exempt from overtime no 'ipensatlon. it is the Company's policy not to authorize overtime work for personnel who qualify under FLSA as nonexempt (such as wchnrcal and administrative/clerical categories).

Paid Time Off­ .. .rc .:/ees of the Company are eligible for Vacation Leave, except those :1 ad on a temporary basis or whose ercplr :,c, status excludes accrual of vacation. Qualifying part-time emaloveas accrue vacation leave on a pro-rated baa 'Ic full-time rate. The annual vacation leave allowance is '9 ds:•; ry tear for each of the first tbrr'n years of at yment, 21 days for the fourth through tenth year, and 24 days ri rreafter,

am mined annually by the Board of Directors and are based on each employee's iritividual effort, teamwork and fulfilling project commitments. Management has

v:,'..0........... : e er:'.cloyee annual bonuses to 10% of eligible salary. Any remaining bonuses are SI :...'.m' -I: 'IS : . :: in the " 1 redule of indirect costs.

rnt,Thiillan --. The Company sponsors a 401(k) pension plan for employees meeting certain a '. ......the Company makes 3-4% employer match contributions for eligible participants in

ac, : . ci ....i'. ' "bar provisions. For the year ended December 31, 2012, the Company contributed $135,9i0tc m

Property and Cry meat - Certain assets purchased over an established threshold amount are capitalized and depreciated; others under the threshold are expensed. The Company also leases certain office equipment under operating leases, and the annual lease costs are included in the overhead pool.

Properly and equipment is stated at cost and is being depreciated on straight-line or accelerated methods over the estimated service lives of the assets (3 7 years) and over the term of the lease ('10 years) for leasehold improvements for financial statement purposes.

SULsequent The Company has evaluated subsequent events through August 15, 2013, which is the date the financial statements were available to be issued.

Note 2 - Related Party Transaction

The Company rets 0' s of its offices from an entity that is owned by three Company officers. The rent expense recorded in am statements includes a $139,322 charge from the related party entity. The calculation to dr.:.i . .. Ce rmiiowahle portion of the rent follows:

Total rent expense recorded (from related entity)

$ 139,322

Less: Profit included in rent charges

27,107

Less' Unallowable interest expense

50,166

Allowable portion of related party rent

$ 62,049

The principals of the Company receive a monthly allowance for use of personal vehicles. All expenses related to the allowance were disallowed.

Page 120 of 144

Page 125: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Notes to the Schedule of Indirect Costs Year Ended December 31 20 ,12 See Independent Auditors' Report

Note 3 Capital Cost of Money

The cost of >ney rate has been calculated in accordance with FAR Sec. 3'L205-10, using the average net book values f e = ne and facilities multiplied by the average treasury rate for the applicable period. Equipment and facL : de furniture and fixtures, computer equipment, and leasehold improvements. The calculation was made as = lows:

Net book value of corporate assets $ 486.217

Average treasury rate 1.8750% Computed facilities capital $ 9,117

Direct labor base $ 3.391 764

Cost of money rate 0.27%

Page 121 of 144

Page 126: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

)AK71 CPAS AND BUSINESS CDNSLI

DEPs'.. Eli AUDITOR'S F SPORT 0. liTER CC - OVER F'IANCIAL REPORTING

AND ON COMPLIANCE AND OTHER MATTERS BASED ON AN AUDIT OF THE SCHEDULE OF INDIRECT COSTS PERFORMED IN ACCORDANCE WITH GOVERNMENT AUDITING

STANDARDS To the Board of Directors Alta Planning + Design, no. Portland, Oregon

We have audited, in am ice with th.i au. - or' 'r.:sndards generally accepted in .....a L Stales of America and the standards a. lic- - 1 nanciai sift-a coutained in Government A, Stuza -- issued by the Comptroller General of the t ted States, the ac..;ompanying schedule of indirect costs of Alta P a .''g + Design, Inc. (the Company) for the ,ear ended December 31, 2012 and the related notes to the sch, '.0 and have issued our report thereon dated August 15, 2013,

Internal Control over Financial Reporting In pHoning and performing or audit of the schedule, we considered the Company's internal control over financial rel - Sing (internal control) to letermine the audit procedures that are appropriate In the circumstances for the

a of expressirn om on on the schedule, but not for the purpose of expressing an opinion on the c

I I . , ness of the Co,- - r s internal control over financial reporting. Accordingly, we do not express an

op Ion on the effectiveness - the Company's internal control.

A denciency in internal control exists when the design or operation of a control does not allow management or employees, in the normal course of performing their assigned functions, to prevent, or detect and correct misstatements on a timely basis. A material weakness is a deficiency, or combination of deficiencies, in internal control such that there is a reasonable possibility that a material misstatement of the Company's schedule of indirect costs will not be prevented, or detected and corrected, on a timely basis. A significant deficiency is a deficiency, or a combination of deficiencies, in internal control that is less severe than a material weakness, yet important enough to merit attention by those charged with governance.

Our consideration of internal control was for the limited purpose described in the first paragraph of this section and was not designed to identify all deficiencies in internal control that might be material weaknesses or, significant deficiencies. Given these limitations, during our audit we did not identify any deficiencies in internal control that we consider to be material weaknesses. However, material weaknesses may exist that have not been identified.

Compliance and Other Matters As part of obtaining reasonable assurance about whether the Company's schedule of indirect costs is free from material misstatement, we performed tests of the Company's compliance with certain provisions of laws, regulations and contracts, including the provisions of the app,-able sections of Part 31 of the Federal Acquisition Regulations, noncompliance with which could have a direct and material effect on the determination of the amounts reported on the schedule. However, providin-.i ii on on compliance with those provisions was not an objective of our audit and, accordingly, we do not en.. rei -, ,.h an opinion. The results of our tests disclosed no instances of noncompliance or other matters that are re. tired to be reported under Government Auditing Standards

Purpose of this Report The purpose of this report is solely to describe the scope of our testing of internal control and compliance and the results of that testing, and riot to provide an opinion on the effectiveness of the entity's internal control or on compliance. This report is an integral part of an audit performed in accordance with Government Auditing Standards in considering the entity's internal control and compliance. Accordingly, this communication is not suitable for any other purpose.

Lake Oswego, Oregon August 15, 2013

SOCS SW Mewoowa ROAD, SuiTs SQO, LAKE OSWEGO, OR 97035

PHoNe: 5D3.62D.4459 Rex: 503.524.081 7 PORTLAND, DR SALEM, DR CARLSBAD, CA 1 ESCONDIDO, CA SAN DIEBO, CA ANCHORAGE, AK

ACT LLP

Page 122 of 144

Page 127: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

of Final Indirect Costs

... . ..,;...

Page 123 of 144

Page 128: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 124 of 144

Page 129: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

Page 125 of 144

Page 130: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

ation c Final indirect Costs

C

aw . flhjU .. ,:. flQ3fx

Is or wr

Page 126 of 144

Page 131: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

AMIL

WCAF 'rnent of Transportation riorandum

Page 127 of 144

Page 132: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Page 128 of 144

Page 133: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

1

Page 129 of 144

Page 134: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

NC . ;;

Page 130 of 144

Page 135: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Field Rate:

....: .' .. :..i ::'•.'f',..: ...' : ^ '

Ile Other:

1

Page 131 of 144

Page 136: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

T

During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees and successors in interest agree as follows:

1. Compliance with Regulations: The CONSULTANT shall comply with the regulations relative to non-discrimination in federally assisted programs of the COUNTY, 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 COUNTY, 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 COUNTY, 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 COUNTY 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.

6. Incorporation of Provisions: The CONSULTANT shall include the provisions of Paragraphs (1) through (5) in every sub-contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub-consultant or procurement as the COUNTY, STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance.

Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub-consultant or supplier as a result of such direction, the CONSULTANT may request the COUNTY and the STATE enter into such litigation to protect the interests of the COUNTY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States.

Page 132 of 144

Page 137: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

EXHIBIT I

By the COUNTY Other Than for Fault of the CONSULTANT

(Refer to Agreement, Section IX)

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 non-salary costs incurred at the time of termination of this AGREEMENT.

Page 133 of 144

Page 138: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

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 COUNTY 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 COUNTY'S Project Manager

At the first indication of potential CONSULTANT design error(s), the first step in the process is for the COUNTY'S Project Manager to notify the Director of Public Works or County 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 County Engineer may appoint a county 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 County 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, and records of labor, materials and equipment.

Step 3 - Contact the CONSULTANT Regarding the Alleged Design Error(s)

If it is determined 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 COUNTY staff should represent the COUNTY and the CONSULTANT should be represented by CONSULTANT's Project Manager and any personnel (including sub-consultants) deemed appropriate for the alleged design error(s) issue.

Step 4 - Attempt to Resolve Alleged Design Error(s) 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, 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, the Director of Public Works or County Engineer, or their representatives, negotiate a settlement with the CONSULTANT. The settlement would be paid to the COUNTY or the amount shall be reduced from the CONSULTANT'S AGREEMENT with the COUNTY for the services on the project in which the design error took place. The COUNTY is to provide Highways and Local Programs, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required.

• There is not a mutual agreement regarding the alleged CONSULTANT design error(s). The CONSULTANT may request the alleged design error(s) issue be forwarded to the Director of Public Works or County Engineer for review. If the Director of Public Works or County Engineer, after review with their legal counsel, is not able to reach mutual agreement with the CONSULTANT, proceed to Step 5.

Page 134 of 144

Page 139: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

Step 5 - Forward Documents to Highways and Local Programs

For Federally funded projects all available information, including costs, should be forwarded through the Region Highway and Local Programs Engineer to Highways and Local Programs for their review and consultation with the FHWA. Highways and Local Programs will meet with representatives of the COUNTY and the CONSULTANT to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, Highways and Local Programs shall request assistance from the Attorney General's Office for legal interpretation. Highways and Local Programs will also identify how the alleged error(s) affects eligibility of project costs for Federal reimbursement.

• If mutual agreement is reached, the COUNTY and CONSULTANT may adjust the Scope of Work and costs to reflect the agreed upon resolution. Highways and Local Programs, in consultation with FHWA, will identify the amount of Federal participation in the agreed upon resolution of the issue.

• If mutual agreement is not reached, the COUNTY and CONSULTANT may seek settlement by arbitration or by litigation.

Page 135 of 144

Page 140: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• r • • • •More 1 1 F'

This exhibit will outline the procedures to be followed by the CONSULTANT and the COUNTY to consider a potential claim by the CONSULTANT,

Step 1 — CONSULTANT Files a Claim with the COUNTY Project Manager

If the CONSULTANT determines that CONSULTANT was requested to perform additional services that were outside of the AGREEMENT'S Scope of Work, CONSULTANT may be entitled to a claim. The first step that must be completed is the request for consideration of the claim by the COUNTY'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 COUNTY 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 COUNTY'S Project Manager. The Project Manager will review the CONSULTANT'S claim and will meet with the Director of Public Works or County Engineer to determine if the COUNTY agrees with the claim. If the FHWA is participating in the project's funding, the COUNTY will forward a copy of the CONSULTANT'S claim and the COUNTY'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 COUNTY funds.

If the COUNTY Project Manager, Director of Public Works or County Engineer, WSDOT Highways and Local Programs (if applicable), and FHWA (if applicable) agree with the CONSULTANT'S claim, the COUNTY will 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 COUNTY shall write the supplement and/or new AGREEMENT and pay the CONSULTANT the amount of the claim. The COUNTY will inform the CONSULTANT that the Final Payment for the AGREEMENT is subject to audit. No further action is needed regarding the claim procedures.

If the COUNTY does not agree with the CONSULTANT'S claim, proceed to Step 3 of the procedures.

Step 3 — Preparation of Supporting Documentation Regarding CONSULTANT'S Claim(s)

If the COUNTY does not agree with the CONSULTANT'S claim, the Project Manager shall prepare a summary for the Director of Public Works or County Engineer that includes the following:

• Copy of information supplied by the CONSULTANT regarding the claim;

Page 136 of 144

Page 141: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

PROJECT: Centennial Trail South - Regional Trail Design

AGREEMENT NO.: CCFO1-14

LOCAL AGENCY: Snohomish County

I hereby certify that I am the ✓' ( — t' I i - and a duly authorized representative of the firm of David Evans and Associates, Inc. whose address is 415 118th Avenue SE, Bellevue, WA 98005, and that neither the above firm nor I have:

a) Employed or retained for a commission, percentage, brokerage, contingent, fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT;

b) Agreed, as an express or implied condition for obtaining this AGREEMENT, 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.

David Evans and Associates, Inc.

Signature (Authorized Official of Consultant)

Date

Page 138 of 144

Page 142: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

• COUNTY'S summation of hours by classification for each firm that should be included in the claim;

• Any correspondence that directed the CONSULTANT to perform the additional work;

• COUNTY'S summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work;

• Explanation regarding those areas in which the COUNTY does/does not agree with the CONSULTANT'S claim(s);

• Explanation to describe what has been instituted to preclude future CONSULTANT claim(s); and

• Recommendations to resolve the claim.

Step 4 — Director of Public Works or County Engineer Reviews CONSULTANT Claim and COUNTY Documentation

T he Director of Public v orks or County Engineer shall revievY and administratively approve or disapprove the claim, or portions thereof, which may include getting County Council or Commission approval (as appropriate to COUNTY dispute resolution procedures). If the project involves Federal participation, obtain concurrence from WSDOT Highways and Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for Federal participation, payment will be from COUNTY funds.

Step 5 — Informing CONSULTANT of Decision Regarding the Claim

The Director of Public Works or County Engineer shall notify (in writing) the CONSULTANT of the COUNTY's final decision regarding the CONSULTANT'S claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision.

Step 6 — Preparation of Supplement or New AGREEMENT for the CONSULTANT'S Claim(s)

The COUNTY 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.

Page 137 of 144

Page 143: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFOI-14

PROJECT: Centennial Trail South - Regional Trail Design

AGREEMENT NO.: CCF01-14

LOCAL AGENCY: Snohomish County

I hereby certify that I am the Executive Director of Snohomish County, 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 or 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. 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.

COUNTY Executive Director Date

Page 139 of 144

Page 144: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

PROJECT: Centennial Trail South - Regional Trail Design

AGREEMENT NO.: CCF01-14

LOCAL AGENCY: Snohomish County

The prospective primary participant, David Evans and Associates, Inc., certifies to the best of its knowledge and belief that it and its principals:

A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency;

B. Have not, within a three (3) year period preceding this proposal been convicted of or had a civi judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state anti-trust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in Paragraph (1)(B) of this certification; 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.

2. 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.

David Evans and Associates, Inc.

Signature (Authorized Official of Consultant)

Date

Page 140 of 144

Page 145: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No, CCF01-14

PROJECT: Centennial Trail South - Regional Trail Design

AGREEMENT NO.: CCF01-14

LOCAL AGENCY: Snohomish County

The prospective participant, David Evans and Associates, Inc., certifies, by signing and submitting this bid or proposal, to the best of its knowledge and belief, that:

1. No federal appropriated funds have been paid or shall be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or any employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative agreement.

2. If any funds other than Federal appropriated funds have been paid or shall 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 sub-recipients shall certify and disclose accordingly.

David Evans and Associates, Inc.

I ,

Signature (Authorized Official of Consultant)

Date

Page 141 of 144

Page 146: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCFO1-14

PROJECT: Centennial Trail South - Regional Trail Design

AGREEMENT NO.: CCF01-14

LOCAL AGENCY: Snohomish County

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 Sub-section 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 RFQ-MRSC-02-14 are accurate, complete, and current as of August 22, 2014 , when it was agreed and accepted between both parties (Snohomish County and David Evans and Associates, Inc.) and submitted for contract document processing. This certification includes the cost pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal.

David Evans and Associates, Inc.

7. Authorized Representative

it T7 Title

r .

Date

Page 142 of 144

Page 147: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Hours Worked

1 x

10 x

15 x

7 x

3 x

Rate Cost

148.70 = $140.70

$111.94 = $1.119.40

$73.16 = $1.007.40

$59.72 = $418.04

$44.79 = $134.37

Agreement No. CCFO1-14

XYZ Company PO Box 921

Everett, WA 98201 425-XXX-XXXX

|nvnkmDate: Invoice Number: Project Name: Period:

Employee Name i JobcmssNnnabon

Jim Jones, Associate

Terry Smy, Projec Mgr

Dan Dell, Design Eng

Cat Sams, CADD Op

Jake Jai, Clerical

January 5, 2014 1001 Puget Park Drive Extension 12/1-12/31/13

SUBTOTAL

REIMBURSABLES:

Mileage

Courier Total Reimbursables:

SUBCONSULTANTS:

ABC Company

LyNNCompany Total Sub-consultants:

$2,909.91

$0.58 = $42.00

$11.13 = $11.13 $53.13

1 x $10.000.00 = $10.000.00

1 x $500.00 = $10,500.00

$13,463.04

75 x

Page 143 of 144

Page 148: LOG NUMBERS BGI / , C20 EXE MANAGEMENT ROUTING: TO ...

Agreement No. CCF01-14

1!.] iMIiEflTII iIrti iii j]

Project Name: Puget Park Drive Extension Client: Snohomish County Public Works — Civil Prepared By: Terry Smy, Sr. PM

XYZ Company

Tasks Accomplished by XYZ Company: • Participated in a project coordination meeting at County offices on 12/5/13. Status of survey,

geotechnical investigations, environmental documentation, right-of-way plan preparation, right-of-way research, channelization plan, roadway design, and drainage design were discussed. County will prepare a survey control plan and draft wetland mitigation design for inclusion in the 60% PS&E package.

• Provided County with stream relocation sketches and wetland mitigation base sheet for design.

Tasks Accomplished by Sub-consultants: • ABC attended coordination meeting same date. ABC continued coordination with County on sitting of

proposed stormwater facilities and right-of-way requirements. Reviewed utility pothole information and revised 30% drainage profiles to minimize conflicts. Began Hydraulic Report and TESC plan for 60% PS&E (based on preferred construction staging and sequencing).

• LMN attended coordination meeting same date. Coordinated with County PM on project issues. Continued work on addressing 30% comments related to structural work.

SCHEDULE STATUS :

Schedule Items Scheduled Date Actual Date

Contract Completion Date June 30, 2014 Traffic Analysis Report December 5, 2013 December 9, 2013 Revised Design Report December 12, 2013 December 19, 2013 Etc.

Explanation of Variance Between Anticipated and Actual Schedule:

Submittal of revised Design Report was delayed pending revisions to the Traffic Analysis Report and resolution of channelization comments from the County traffic engineer and signal reviewer.

Maximum Amount: $18,364.24 Due This Invoice: $13,463.04 Previous Billings To-Date: 0 Remaining Authorization: $ 4,901.20

PERCENT OF BUDGET EXPENDED: 73.3%

% OF PROJECT COMPLETE: 70%

Percent of project completion is slightly behind percent of budget expended. Unforeseen delays in the approval of the channelization plan have delayed final design of the signal and drainage elements of the 60% design. Etc.

Page 144 of 144