Request for Qualifications

Final Design Services for , Northgate Station To Lynnwood Transit Center

RFQ NO. RTA/AE 0010-15

September 2015

THE PREPARATION OF THIS DOCUMENT HAS BEEN FINANCED IN PART THROUGH A GRANT FROM THE U.S. DEPARTMENT OF TRANSPORTATION FEDERAL TRANSIT ADMINISTRATION, UNDER THE URBAN MASS TRANSPORTATION ACT OF 1964, AS AMENDED, AND IN PART BY THE CENTRAL PUGET SOUND REGIONAL AUTHORITY (). THIS PROCUREMENT MAY BE SUBJECT TO ONE OR MORE FINANCIAL ASSISTANCE CONTRACTS BETWEEN SOUND TRANSIT AND THE U.S. DEPARTMENT OF TRANSPORTATION, WHICH INCORPORATE THE CURRENT FTA MASTER AGREEMENT AND CIRCULAR 4220.1F AS AMENDED. U.S. DEPARTMENT OF TRANSPORTATION’S LEVEL OF FINANCIAL ASSISTANCE MAY BE BETWEEN ZERO AND EIGHTY PERCENT (0-80%).

Request for Qualifications

Final Design Services for Lynnwood Link Extension, Northgate Station to Lynwood Transit Center

TABLE OF CONTENTS SECTION 1 INSTRUCTION TO SUBMITTERS ...... 1 1.1. Introduction ...... 1 1.2 Communications, RFQ Documents, AND Notifications ...... 1 1.3. General Procurement Process ...... 2 1.4 Sound Transit Diversity Program Objectives ...... 2 1.5 Public Disclosure ...... 9 1.6 Submittal ...... 9 1.7 Schedule ...... 10 1.8 NOT USED ...... 11 1.9 CLARIFICATIONS AND ADDENDA ...... 11 1.10 Identifying And Remedying Conflicts Of Interest ...... 11 1.11 SOQ Review Process ...... 13 1.12 Negotiations / Cost And Pricing Data ...... 13 1.13 Contents of SOQ / Evaluation Criteria ...... 13 1.14. Cost Proposal ...... 24 1.15 CONTRACT AWARD ...... 25 1.16 not used ...... 26 1.17 NOTICES: FEDERAL TRANSIT ADMINISTRATION (FTA) REQUIREMENTS ...... 26 SECTION TWO DRAFT AGREEMENT ...... 27 SECTION THREE SCOPE OF WORK ...... 28 SECTION FOUR SUBMITTAL FORMS ...... 29 SUBMITTAL FORMS CHECKLIST ...... 30 SUBMITTAL FORM 1 RECEIPT OF ADDENDA ...... 31 SUBMITTAL FORM 2 CERTIFICATION REGARDING CONFLICT OF INTEREST ...... 32 SUBMITTAL FORM 3 DBE/Small BUSINESS COMMITMENT FORM ...... 33 SUBMITTAL FORM 4 DBE/SMALL BUSINESS GOOD FAITH EFFORTS DOCUMENTATION FORM ...... 36 SECTION FIVE EXHIBITS ...... 37 EXHIBIT A RECOMMENDED COST PROPOSAL FORMAT ...... 38 EXHIBIT B SAMPLE AFFIDAVIT OF AMOUNTS PAID TO ALL BUSINESSES ...... 39 EXHIBIT C SAMPLE CONTRACT MODIFICATION/CHANGE ORDER DIVERSITY TRACKING FORM ...... 40 EXHIBIT D CERTIFICATION REGARDING LOBBYING ...... 41 EXHIBIT E REFERENCE DOCUMENTS ...... 42

Final Design Services for Lynnwood Table of Contents RFQ No. RTA/AE 0010-15 Link Extension Northgate Station i to Lynnwood Transit Center PCD Rev January 2014

REQUEST FOR QUALIFICATIONS

Final Design Services for Lynnwood Link Extension, Northgate Station to Lynwood Transit Center

SECTION 1 INSTRUCTION TO SUBMITTERS

1.1. INTRODUCTION The Central Puget Sound Regional Transit Authority (Sound Transit) is requesting Statements of Qualifications (SOQs) from firms qualified and interested in providing Final Design Consultant Services for the Lynnwood Link Extension, Northgate Station to Lynnwood Transit Center project. The project is an 8.5 mile extension to Sound Transit’s (ST) current transit system that will begin at Northgate Station in the northern part of the City of north of the and terminate at the Lynnwood Transit Center in the City of Lynnwood. The project will essentially follow the route of Interstate 5 (I-5) and be primarily within the I-5 transportation corridor. This will follow the east side of I-5 for approximately 5.8 miles from Northgate to the Mountlake Transit Center. It will then cross I-5 to the west side and continue north along the west side of I-5 for the remaining 2.7 miles into the Lynnwood Transit Center. The project will be fully grade separated with approximately four miles on aerial structure guideway and approximately 4.5 miles of retained cut or fill guideway. There will be four passenger stations. Two will be located in the City of Shoreline; an elevated station at NE 145th Street and a retained cut station at NE 185th Street. One elevated station will be located in the city of Mountlake Terrace in the site of the current Mountlake Terrace Transit Center. One elevated station will be located in the city of Lynnwood at the current Lynnwood Transit Center. The project delivery method for the Lynwood Link Extension project will utilize a GC/CM contracting approach in which the Final Design Consultant Services will be performed with the participation of the GC/CM contractor(s) in value engineering, constructability review, scheduling, estimating, risk assessment and other pre-construction services under a separate contract(s) with Sound Transit. The complete Scope of Work is included in Section Three. This Request for Qualifications (RFQ) outlines the information necessary to understand the consultant selection process and the required documentation in submitting SOQs for this project. The procurement of these services will proceed as follows: 1. SOQs shall be submitted to Sound Transit on or before the date specified in Section 1.7, Schedule, after which time they will be reviewed and evaluated. 2. Interviews may be requested from firms qualifying as finalists. Interviews, if held, will be in accordance with the schedule contained in this RFQ. Interested firms are encouraged to attend a pre-proposal meeting that will be held to discuss this project, the consultant selection process and schedule, and elements of the contract. The time, date, and location of the meeting are specified in Section 1.7, Schedule.

1.2 COMMUNICATIONS, RFQ DOCUMENTS, AND NOTIFICATIONS A. Communications With Sound Transit And Requests For Information (RFI) 1. Any inquiries concerning this solicitation, including RFIs, may be submitted using the "Ask Question" link for this solicitation at www.ebidexchange.com/soundtransit.

Final Design Services for Lynnwood Page 1 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

2. Communications relating to this solicitation with Sound Transit representatives other than John F. Santiago, Design and Construction Senior Contract Specialist at (206) 398-5168 or email [email protected] may result in the firm being disqualified from further participation in this procurement. 3. RFIs must be submitted no later than seven (5) business days prior to the Submittal Date specified in Section 1.7. B. Obtaining Documents and Notifications 1. The RFQ documents can be obtained from Sound Transit’s contracting opportunities website: www.ebidexchange.com/soundtransit. Although solicitation documents may also be available at your local plan center, Submitters who download and order documents at www.ebidexchange.com/soundtransit will be registered holders of the solicitation documents. 2. In the event they are issued, notifications regarding meeting notices, addenda and other project information may be sent to registered document holders (including plan centers that obtained documents through the website). Notification services offered through the eBid site are not guaranteed and users of the notification system are ultimately responsible for reviewing postings on the site. Sound Transit disclaims all liability for damages caused by the use of this site or the information it contains.

1.3. GENERAL PROCUREMENT PROCESS The procurement of these consultant services will be in accordance with Sound Transit and other applicable federal, state, and local laws, regulations, and procedures. After reviewing this RFQ, any firm that determines it has the necessary expertise, experience, and ability to successfully perform the required services may submit an SOQ addressing the items set forth herein. Sound Transit will then evaluate the SOQs and determine the most qualified Submitter. Sound Transit reserves the right to reject any and all SOQs received. The final selection, if any, will be that SOQ which, in the opinion of Sound Transit, best meets the requirements set forth in the RFQ and is in the best interest of Sound Transit. Firms are discouraged from presenting lengthy SOQs; Sound Transit requires that SOQs be concise and clearly written containing only essential information. Submitters are urged to use recycled/recyclable products and both sides of paper for printed and photocopied materials whenever practical. Use of plastic covers and binders is discouraged. All costs incurred in the preparation of an SOQ and participation in this RFQ process shall be borne by the proposing firms. SOQs made in response to this RFQ shall become the property of Sound Transit and be considered public documents under applicable State laws. Any firm failing to submit information in accordance with the procedures set forth herein may not be considered responsive and therefore be subject to disqualification by Sound Transit.

1.4 SOUND TRANSIT DIVERSITY PROGRAM OBJECTIVES A. Non-Discrimination in Employment and Contracting 1. Sound Transit has adopted Guiding Principles for Employment and Contracting (“Guiding Principles”) which identify key objectives that Sound Transit will promote and encourage. The Guiding Principles are implemented in accordance with applicable federal, state and local laws and regulations, including grant agreements. To the extent applicable, the Guiding Principles are the basis for certain provisions set forth including employment and contracting goals and objectives as specified in the Proposed Agreement. The Consultant

Final Design Services for Lynnwood Page 2 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

and subconsultants shall adhere to non-discrimination provisions and shall make reasonable efforts to meet Sound Transit's objectives on this Agreement. 2. The Submitter shall not deny any person on the basis of race, color, age, sex, marital status, sexual orientation, religion, ancestry, national origin or the presence of any sensory, mental or physical disability in an otherwise qualified disabled person, the benefits of, or exclude any person from participation in, the award and performance of any work under contracts and agreements awarded by Sound Transit. The Submitter shall afford equal, non- discriminatory opportunities to potential joint venture partners, subconsultants and suppliers on contracts and agreements awarded by Sound Transit. 3. Submitters are reminded that they shall comply with applicable obligations and requirements including unfair practices prescribed under Chapter 49.60 RCW, the Washington State “law against discrimination”, including rules and regulations promulgated pursuant to such law. Submitters shall comply with the non-discrimination provisions and the requirements set forth in this RFQ and Agreement related to equal employment opportunity and the Disadvantaged Business Enterprise Program, including cooperating in any studies or surveys as may be conducted by Sound Transit and as may be necessary to determine the extent of the Consultant's compliance with Sound Transit’s Diversity Program policies. B. Disadvantaged Business Enterprise (DBE) Program and Small Business Program As a recipient of financial assistance from the Federal Department of Transportation (DOT) and Federal Transit Administration (FTA), Sound Transit developed and administers a Disadvantaged Business Enterprise (DBE) program, with a Small Business component, in accordance with 49 Code of Federal Regulations (CFR) Part 26. Submitters shall review and take into account the provisions of 49 CFR Part 26. 1. It is Sound Transit’s policy to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in federal Department of Transportation-assisted contracts. Sound Transit promotes and encourages participation by DBEs on its contracts. Sound Transit is interested in Statements of Qualifications that include participation by DBEs as joint venture partners or subconsultants at any tier. Submitters shall afford DBEs an equal, non-discriminatory opportunity to compete for business as joint venture partners or as subconsultants and shall ensure that Subconsultants also afford DBEs such opportunities. 2. Sound Transit’s DBE Program includes: a. Ensuring non-discrimination in the award and administration of federal Department of Transportation-assisted contracts; b. Creating a level playing field on which DBEs can compete fairly for such contracts; c. Ensuring that the Sound Transit DBE Program is narrowly tailored in accordance with applicable laws; d. Ensuring that only firms that fully meet eligibility standards as set forth in 49 CFR Part 26 are permitted to participate as DBEs; e. Helping remove barriers to the participation of DBEs and other Small Businesses in such contracts; and f. Assisting in the development of DBEs and other Small Businesses that can compete successfully in the marketplace outside of the DBE Program; and g. Promoting the use of all types of DBEs and small businesses.

Final Design Services for Lynnwood Page 3 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

3. Pursuant to its Diversity Programs objectives and 49 CFR Part 26, Sound Transit promotes and encourages participation by DBEs and other Small Businesses on its contracts and agreements. a. Consistent with 49 CFR Part 26, Sound Transit has established DBE and Small Business Goals for the Agreement to be awarded under this RFQ. In preparing this SOQ, including Submittal Form 3, DBE/Small Business Commitment Form, and Submittal Form 4, DBE/Small Business Good Faith Efforts Documentation Form, Submitters shall afford DBEs and other Small Businesses an equal, non-discriminatory opportunity to compete for business as joint venture partners or subconsultants, and shall ensure their proposed subconsultants also afford DBEs and other Small Businesses such opportunities. b. Submitters shall make Good Faith Efforts to reach out to DBEs and other Small Businesses to solicit and achieve participation by DBEs and other Small Businesses. “Good Faith Efforts" means that the Submitter in preparing its proposal and the Consultant in performing the Work under this Agreement took all necessary and reasonable steps, which by their scope, intensity and appropriateness could reasonably be expected to achieve the applicable Small Business and DBE Goals. Sound Transit will consider the quality, quantity and intensity of the different kinds of efforts that were made to demonstrate that Submitter actively and aggressively tried to obtain participation by Small Businesses and DBEs. Sound Transit will use Appendix A to 49 CFR Part 26 as guidance for evaluating whether the efforts of a Submitter meet the Good Faith Efforts requirements. Upon request, Sound Transit will provide a copy of Appendix A of 49 CFR Part 26 to a Submitter. c. Examples of Good Faith Efforts include, but are not limited to: i. Identifying portions of the Work to be performed by DBEs, including breaking out select portions of the Work that can be performed by Small Businesses and DBEs to increase the likelihood that the Small Business and DBE Goals will be achieved. This includes, where appropriate, breaking out work items into economically feasible for Small Businesses and DBEs to participate, even when the Submitter or Submitter might otherwise prefer to self-perform this work. ii. Soliciting through all reasonable and available means, Small Businesses and DBEs that are capable of performing the Work. Providing interested Small Businesses and DBEs with adequate information about the plans, specifications and contractual requirements (e.g., bonding, insurance, labor requirements and other requirements required by the Submitter in any subcontract) of the Work. This information should be timely provided so that the Small Business or DBE has sufficient time to properly respond to the solicitation. Failure to provide Small Businesses and DBEs a reasonable time to respond to a solicitation or to inform them of the contractual requirements shall constitute a lack of good faith efforts. iii. Negotiating in good faith with interested Small Businesses and DBEs. It is the Submitter’s responsibility to select those portions of the Work consistent with available Small Businesses and DBEs, and to facilitate their participation. iv. Not rejecting Small Businesses and DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities.

Final Design Services for Lynnwood Page 4 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

v. Making efforts to assist interested Small Businesses and DBEs in obtaining bonding, lines of credit or insurance. vi. Making efforts to assist interested Small Businesses and DBEs in obtaining necessary equipment, supplies, materials or related assistance or services. d. Submitter shall maintain documentation of their efforts. Sound Transit may request Submitters’ to submit additional documentation of their outreach efforts after Statements of Qualifications have been opened. 4. Sound Transit has established the following goals for participation by DBEs and other Small Businesses: The Small Business Goal for this Agreement is 14% of the Total Agreement Price, of which 7% is the DBE goal. NOTE: DBEs may be counted toward the DBE and Small Business Goals, but Small Businesses that are not DBEs may only be counted toward the Small Business Goal. a. On Submittal Form 3, DBE/Small Business Commitment Form, the Submitter shall identify each DBE and other Small Business to whom the Submitter has committed to participating if an Agreement is awarded under this RFQ. In considering the commitments for participation by DBEs and other Small Businesses made by a Submitter, Sound Transit will, under Evaluation Criterion 7, “Outreach Efforts and commitment to Small Business”, evaluate the extent to which the roles and tasks to be assigned to DBEs and other Small Businesses are significant and meaningful in relationship to their capacity and expertise and the Submitter’s approach for monitoring, mentoring and supporting the DBEs and other Small Businesses. b. Sound Transit will establish contractual levels of participation by DBEs and other Small Businesses based on the commitments included by the Submitter on Submittal Form 3, DBE/Small Business Commitment Form, when the Submitter’s DBE commitment is higher than the DBE Goal in this RFQ. c. On Submittal Form 4, DBE/Small Business Good Faith Efforts Documentation Form, the Submitter shall identify each DBE and other Small Business to whom the Submitter reached out for possible participation under this RFQ. In considering the efforts made by a Submitter to reach out to DBEs and other Small Businesses to participate, Sound Transit will, under Evaluation Criterion 7, evaluate the extent to which such firms are provided an equal, non-discriminatory opportunity to compete for business as joint venture partners and subconsultants. In addition, Submitter shall provide all documentation of Submitter’s efforts. d. Failure to meet the DBE and Small Business Goals and failure to demonstrate Good Faith Efforts to meet the Goals shall result in Sound Transit not considering the SOQ from the Submitter for award of an agreement. 5. For purposes of this RFQ, DBEs are those businesses certified as DBEs by the Washington State Office of Minority and Women’s Business Enterprises (OMWBE). To facilitate outreach efforts to DBEs, Submitters may obtain a listing of DBEs certified by OMWBE on the Internet at http://www.omwbe.wa.gov/biznetwas/mainmenu.asp or by calling 360-753- 9693. 6. Submitter shall not, for any reason whatsoever, terminate, in whole or in part, participation by a DBE or Small Business included in the Submitter’s DBE/Small Business Commitment submitted as part of its SOQ, without prior written consent by Sound Transit’s Diversity Program Director. Termination includes requests to substitute for, delete in whole or in part, Final Design Services for Lynnwood Page 5 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

or remove in any other manner a DBE or Small Business included by the Submitter as part of its commitment to DBE or Small Business participation. 7. If the Diversity Program Director gives written consent for termination of participation by a DBE or Small Business, Submitter shall make Good Faith Efforts to find another DBE or Small Business to substitute for the terminated DBE or Small Business, as applicable. Such Good Faith Efforts shall be directed at finding another DBE or Small Business, as applicable, to perform at least the same dollar amount of work as the terminated DBE or Small Business to the extent needed to meet the DBE or Small Business Goal established in this RFQ. 8. The provisions of this Subsection 1.4.B apply to Submitters who are DBEs. In determining whether a DBE Submitter has met a contract goal, Sound Transit will count the work that the DBE has committed to perform with its own forces as well as the work it has committed to be performed by other DBEs. 9. A Small Business is a business that: a. Is organized for profit; b. Has a place of business in the United States; c. Is independently owned and operated; d. Is not dominant in its field of operation; e. For its industry, does not exceed the numerical size standard established by the federal Small Business Administration pursuant to 13 Code of Federal Regulations Part 121; and f. Does not exceed an average annual gross receipts limit of $23.98 million for the previous three (3) fiscal years if the particular size standard is above $23.98 million. 10. Submitters are advised that in assessing whether a business meets the size standard, annual receipts are averaged over the business’s last three (3) completed fiscal years to determine its average annual receipts. If a business has not been in business for three (3) years, the average weekly revenue for the number of weeks it has been in business is multiplied by 52 to determine its average annual receipts. If there are questions or issues about whether a business meets the applicable size standard, Sound Transit and the Submitter or Submitter, as applicable, will consult and to the extent practicable, follow the methodologies established by the federal Small Business Administration in determining whether a business is within or exceeds an applicable size standard. 11. A business will be presumed to meet the Small Business size standard and be a Small Business if the business falls within one of the following categories: a. Is certified by the Washington State Office of Minority and Women Business Enterprise (OMWBE). To obtain a listing of firms certified by OMWBE, contact OMWBE at 360-704-1180-or access a listing at http://www.omwbe.wa.gov/certification; b. Is a participant in federal Small Business Administration programs, such as, but not limited to, Section 8(a) Business Development, Small Disadvantaged, and HUBZone, and is within the size limit of $23.98 million for the previous three fiscal years if the particular size standard is above $23.98 million. To obtain a listing of small businesses participating in the U.S. Small Business Administration programs

Final Design Services for Lynnwood Page 6 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

or activities as eligible small businesses, contact the SBA’s Seattle District Office at 206-553-7310; or go to: www.sba.gov/content/small-business-size-standards; or c. Is certified by a public agency other than OMWBE and the Small Business Administration size standard is a criterion (but is no greater than the size limit of $23.98 million). 12. If a business does not fall within one of the categories set forth in paragraph 3 immediately above, the Submitter may include the business toward the Small Business Goal if the Submitter assures itself, that the business does in fact meet the applicable Small Business size standard. Such assurance could involve reviewing the tax records or certified annual audit reports of the business and taking other actions reasonably related to assessing whether the business meets the Small Business criteria. The Submitter shall bear full responsibility for performing due diligence related to whether a business meets the Small Business criteria prior to including the business as part of the Submitter’s Small Business Commitment. 13. To facilitate the inquiry regarding the applicable size standards for businesses that may be considered Small Businesses, Submitters shall use the size standards listed in the NAICS (North American Industry Classification System) Codes, which are the key areas in which potential Small Businesses may participate. For information regarding a complete on-line listing of SBA Size Standards go to: www.sba.gov/content/small- business-size-standards. 14. Firms are not eligible as DBEs if they exceed the relevant NAICS code size limitation for the type(s) of work the firm seeks to perform in DOT-assisted contract, which may be lower than $23.98 million and does not constitute the primary business of the firm. Submitters are reminded, however, that the small businesses it chooses to include in its Small Business Commitment Form may not exceed the average annual gross receipts limit of $23.98 million for the previous three (3) fiscal years. 15. If applicable, Sound Transit has established a Small Business Goal. Submitters shall make Good Faith Efforts to implement the Small Business Program, including meeting or exceeding the Small Business Goal. Participation by DBEs that meet the requirements in the solicitation will be counted toward achievement of the Small Business Goal and the DBE Goal. The DBE Goal is part of and not additive to the Small Business Goal. Participation by Small Businesses that are not DBEs can be counted only toward the Small Business Goal. For purposes of award and performance of the Agreement, the Small Business Goal shall apply to the Total Price of the Agreement. 16. To be counted toward achievement of the Small Business Goal, Small Businesses shall perform a Commercially Useful Function (“CUF”). For example, if the owner(s) of the Small Business does not or is unable to demonstrate ownership, control or legitimate performance, Sound Transit will not count the participation toward the Small Business Commitment and Small Business and, if applicable, DBE Goals. For consistency between Sound Transit’s Small Business Program and its Disadvantaged Business Enterprise Program, Sound Transit will use the regulations in 49 CFR Part 26.55 as guidance in evaluating and monitoring the participation of all businesses toward meeting the Small Business Goal and for determining how to count such participation. 17. The fact that there may be some additional costs involved in finding and using Small Businesses and DBEs is insufficient reason for a Submitter’s failure to meet the Small Business and DBE Goals, as long as those costs are reasonable. Also, the ability or desire of the Submitter to self-perform the Work of a contract does not relieve the Submitter of the responsibility to make good faith efforts. The Submitter is not required Final Design Services for Lynnwood Page 7 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

to accept higher quotes from Small Businesses and DBEs if the price difference is excessive or unreasonable; provided that, upon Sound Transit’s direction, the Submitter shall submit to Sound Transit its analysis concluding that the price difference was excessive or unreasonable. 18. With each payment request, including the final payment request, the Submitter shall submit reports, documents and records regarding participation by Small Business and DBEs on forms provided by Sound Transit. 19. Notwithstanding any other provision in this RFQ, in order to ensure compliance with 49 CFR Part 26, the provisions of this Section 1.4 shall prevail in the event of any inconsistency, dispute or contradiction of any sort with any other provisions of this RFQ/P. Sound Transit’s Diversity Program Director shall make final decisions on the applicability of this Section 1.4 vis-à-vis other provisions in the RFQ. C. EQUAL EMPLOYMENT OPPORTUNITY (EEO) 1. Sound Transit prohibits discrimination in employment and has established Equal Employment Opportunity (EEO) policies and goals. These EEO policies and goals are found in this Agreement. The Submitter shall review and comply with the EEO policies and goals set forth in the solicitation documents. The Submitter shall make good faith efforts to comply with these policies and goals while performing the Work under the Agreement. 2. Sound Transit is interested in SOQs from firms that demonstrate a commitment to equal employment opportunity. Sound Transit encourages SOQs from firms that employ a workforce that reflects the region's diversity. Submitters are advised that they shall adhere to the following non-discrimination provisions: "The Consultant will not discriminate against any employee, applicant for employment, or subconsultant because of race, religion, creed, sex, sexual orientation, age, nationality, or the presence of any sensory, mental, or physical disability, unless based upon a bona fide occupational qualification. The Consultant will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, creed, sex, sexual orientation, gender identity, status as a parent, age, nationality or the presence of such disability." 3. Under Evaluation Criterion 8 for this RFQ, in addition to other submittal requirements, Submitters shall provide a copy of their EEO Programs. Sound Transit advises Submitters that EEO Programs should include, at a minimum, the following major components: (a) Submitter’s EEO policy statement; (b) dissemination of EEO policy statement within the Submitter’s organization; (c) designation of personnel responsibility; (d) utilization analysis; (e) goals and timetables; (f) assessment of employment practices and affirmative action to remedy problem areas; and (g) monitoring and reporting system. D. SANCTIONS FOR NON-COMPLIANCE WITH NON-DISCRIMINATION OR DIVERSITY PROGRAM REQUIREMENTS 1. In the event the Submitter and/or its proposed Subconsultants fail to comply with any substantive requirement of the Solicitation related to non-discrimination, participation by Small Businesses and/or Disadvantaged Business Enterprises, or Equal Employment Opportunity, Sound Transit may impose sanctions as it may determine to be appropriate, including, but not limited to, the following:

Final Design Services for Lynnwood Page 8 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

a. Requiring the Submitter to take remedial action to bring the Submitter or Subconsultant into compliance; b. Rejecting the submittal and/or terminating negotiations; c. Debarring the Consultant or Subconsultant from future contracts with Sound Transit; and/or d. Filing civil action against the Submitter and, if applicable, its’ Subconsultant, employees, agents and representatives. 1.5 PUBLIC DISCLOSURE Pursuant to Chapter 42.56 RCW, SOQs submitted under this RFQ shall be considered public records and with limited exceptions will be available for inspection and copying by the public. Submitters shall specifically designate and clearly label as "CONFIDENTIAL" any and all materials or portions thereof which they deem to contain trade secrets or other proprietary information, which is exempt from public inspection and copying. The Submitter shall provide the legal basis for the exemption to Sound Transit upon request. If an SOQ does not clearly identify the "CONFIDENTIAL" portions, Sound Transit will not notify the Submitter that its SOQ will be made available for inspection. If a request is made for disclosure of material or any portion marked "CONFIDENTIAL," Sound Transit will determine whether the material should be made available under the law. If Sound Transit determines that the material is not exempt and may be disclosed, Sound Transit will notify the Submitter of the request and allow the Submitter ten (10) business days to take appropriate action pursuant to RCW 42.56.540. If the Submitter fails or neglects to take such action within said period, Sound Transit may release the portions of the SOQ deemed subject to disclosure. To the extent that Sound Transit withholds from disclosure all or any portion of Submitter's documents at Submitter's request, Submitter shall agree to fully indemnify, defend and hold harmless Sound Transit from all damages, penalties, attorneys' fees and costs Sound Transit incurs related to withholding information from public disclosure. By submitting an SOQ, the Submitter consents to the procedure outlined in this paragraph and shall have no claim against Sound Transit by reason of actions taken under this procedure. 1.6 SUBMITTAL 1. One original (unbound) and twelve (12) copies (stapled, comb-bound or in 3-ring recyclable binder only) and one (1) electronic PDF version of the SOQ shall be submitted. SOQs must be received by Sound Transit on or before the date and time specified in Section 1.7, Schedule, at the following address: Attn. John F. Santiago, Sr. Design and Construction Contract Specialist Sound Transit Procurement & Contracts Division 401 South Jackson Street Seattle, Washington 98104-2826 2. Sound Transit may reject late SOQs. Sound Transit also reserves the right to postpone the Submission Date and/or Time at its sole discretion. 3. SOQs shall not include any explanation, reference, identification or description of prices and/or costs. SOQs that contain any such explanation, reference, identity and/or description may deem the SOQs as non-responsive and disqualify the SOQs from further consideration. 4. SOQs shall be submitted in a sealed box or envelope that is labeled with the Submitter's name and identified as containing an SOQ responding to "Sound Transit's Request for Qualifications for Lynnwood Link Extension Northgate Station to Lynnwood Final Design Services for Lynnwood Page 9 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

Transit Center, RFQ No. RTA/AE 0010-15". No oral, FAX, electronic (e.g. e-mail), telegraphic or telephonic SOQs or subsequent modifications to such SOQs will be considered except as specified herein. Boxes or packages used to deliver SOQs to Sound Transit shall weigh no more than approximately 25 pounds per box or package. 5. Cost Proposals are not required at this time. After evaluation and ranking of the SOQs is completed, Sound Transit staff will notify the Highest Rank firm, which will be given one (1) week after notification to submit its Cost Proposal. The Highest Ranked firm must submit one (1) original and two (2) copies and one (1) electronic PDF version of the Cost Proposal. The Cost Proposal shall be submitted in a sealed box or envelope that is labeled with the Submitter’s name and identified as containing a Cost Proposal, as follows: “COST PROPOSAL – Sound Transit’s Request for Qualifications for Lynnwood Link Extension Northgate Station to Lynnwood Transit Center, RFQ No. RTA/AE 0010-15. 6. Sound Transit prefers the use of double-sided, recycled/recyclable paper. Elaborate, decorative, extraneous and non-recyclable materials are strongly discouraged. 7. Sound Transit is not responsible for any costs associated with preparing or submitting an SOQ. SOQs become the property of Sound Transit upon submission. 1.7 SCHEDULE The selection process will proceed as outlined below. Sound Transit reserves the right to modify the schedule as circumstances may warrant.

Date Selection Process

September 15, 2015 Issue RFQ document September 24, 2015 Pre-Proposal Meeting 10 AM, Sound Transit's Ruth Fisher Board Room, 401 South Jackson Street, Seattle, Washington October 15, 2015 SOQs Due (on or before 2:00 p.m. local time) October 15 thru SOQs reviewed November 16, 2015 Week of Nov 16, Notification to short listed firms 2015 Week of December Interviews and ranking of firms, if necessary 3, 2015 February 2015 Approval of Award by Capital Committee/Board March 2016 Execute Contract and Notice to Proceed

Final Design Services for Lynnwood Page 10 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

1.8 NOT USED 1.9 CLARIFICATIONS AND ADDENDA 1. Submitters shall not rely upon any oral statements or conversations they may have with Sound Transit employees, agents, or representatives regarding this solicitation. 2. Clarifications or interpretations by Sound Transit will be in the form of a written clarification. 3. Changes or modifications to the solicitation documents will be made in the form of written Addenda. If an Addendum is issued, all provisions that are not modified remain unchanged. 4. Sound Transit will post Addenda and Clarifications to www.ebidexchange.com/soundtransit. 5. It is the Submitter’s responsibility to obtain and acknowledge all addenda by signing and returning the form included in this solicitation as Submittal Form 1, Receipt of Addenda. 6. Failure to acknowledge Addenda may result in the SOQ being declared non-responsive. 1.10 IDENTIFYING AND REMEDYING CONFLICTS OF INTEREST 1. Duty to Disclose Potential Conflicts of Interest a. Sound Transit is required provide full and open competition for its procurements. Sound Transit is also required to avoid conflicts of interest. Sound Transit may need to balance these two interests by restricting full and open competition to remedy an actual or potential personal or organizational conflict of interest. If a restriction is required, the restriction will be narrowly tailored, as much as reasonably possible, to remedy the conflict of interest. Sound Transit will award the contract to the apparent successful Submitter unless Sound Transit determines that an actual or potential conflict of interest exists that cannot be avoided or mitigated by a reasonable remedial restriction. Sound Transits Conflict of Interest Policy can be accessed at: "Preventing Organizational Conflicts of Interest in Planning, Design, and Construction Management". b. An organizational conflict of interest is a situation where there is (a) potential for bias or (b) an unfair competitive advantage. Determining whether the potential for bias or an unfair competitive advantage exists requires a case-by- case analysis. For example, all competitive advantages are not necessarily unfair. Whether or not a competitive advantage is unfair depends on the circumstances. An advantage that is fair under one set of circumstances may be unfair under another set of circumstances. c. Prospective Submitters are required to include in their SOQs a statement disclosing potential conflicts and offering a remedy (Submittal Form 2, Certification Regarding Conflict of Interest). This disclosure shall apply to the Submitter, any affiliates, proposed subconsultants, and key personnel of any of these organizations. Sound Transit will evaluate the circumstances and determine whether a conflict exists and if so, determine whether the proposed remedy complies with FTA requirements and is reasonable. If the potential conflict cannot be remedied in a reasonable manner, Sound Transit may reject portions or all of the SOQ.

Final Design Services for Lynnwood Page 11 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

d. If a Submitter believes that there are no potential conflicts of interest, the Submitter shall submit in its SOQ a statement, on the form provided in this RFQ (Submittal No. 2, Certification of Conflict of Interest), certifying that to its best knowledge and belief no conflicts of interest exist. The Submitter must obtain the same information from potential subconsultants prior to award of a subcontract. e. Failure to provide the relevant statements described above, or any additional information as may be required by Sound Transit to make its determinations may result in disqualification of the Submitter for award. If nondisclosure or misrepresentation is discovered after award, the resulting contract may be terminated. If after award the Consultant discovers a conflict of interest an immediate and full disclosure shall be made in writing to Sound Transit's Contract Specialist. 2. Identifying and Remedying the Potential for Bias a. The potential for bias exists where the Consultant's objectivity may be impaired in the performance of the Scope of Work, because of existing contracts. For example, the Scope of Work requires the Consultant to process progress payments, develop change orders and monitor the performance of Sound Transit contractors and consultants. It would be a classic conflict of interest for the Consultant to process its own progress payments, negotiate its own change orders and monitor its own performance because the Consultant may not be able to conduct these activities with objectivity. The Consultant could remedy this by employing an organizational structure and management system that avoided these conflicting activities. b. Conflicts might arise on future work. For example, if the Consultant writes specifications for performing construction management services for a particular line of business, the Consultant would not be eligible for contracts to perform those services. The Consultant could avoid this potential conflict by not participating in the source selection of work it wishes to compete for. The Scope of Work does not currently include participation in source selection activities, but the example illustrates how performance of an existing contract could create a conflict of interest on a future contract. 3. Identifying and Remedying the Unfair Competitive Advantage a. All competitive advantages are not by themselves unfair and, if because of the circumstances, an advantage is determined to be unfair, it may be possible to remedy it. For example, a firm that has done work for Sound Transit before whether the scopes of work were similar to this RFQ or not, has the competitive advantage of its experience working with Sound Transit business processes. It would be considered an unfair competitive advantage if the previous work experience gave the firm access to information that was not available to the public. A potential remedy would be for Sound Transit to make the information available to all potential Submitters. b. Conflicts might arise on future work. For example, if the Scope of Work requires the Consultant to develop cost estimates and budgets for future Sound Transit projects, for which engineering, construction management or construction services will be procured by competitive selection, the Consultants may be precluded from proposing or bidding in the future on work for which they developed cost estimates or budgets. Final Design Services for Lynnwood Page 12 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

1.11 SOQ REVIEW PROCESS 1. Sound Transit will make such reviews and investigations, as it considers necessary and appropriate for evaluation of the SOQs. Sound Transit shall determine the most qualified firms who may be invited to participate in oral interview(s). Sound Transit will select the SOQ that, in the opinion of Sound Transit, best meets the requirements set forth in the RFQ and is in the best interest of Sound Transit. Approval and award of an Agreement will be made pursuant to policies established by the Sound Transit Board. 2. Sound Transit reserves the right to reject any and all SOQs. Sound Transit reserves the right to remove from further consideration any SOQ that, at Sound Transit's sole discretion, has substantial deficiencies in relation to one or more of the evaluation criteria. 3. Sound Transit has made every effort to include enough information within this RFQ for a firm to prepare a responsive SOQ. Respondents are encouraged to submit the most comprehensive and competitive information possible. Any exception to an item in the solicitation must be clearly set out and fully explained in the SOQ. Be specific regarding the reasons for the exceptions. Any exceptions to the Terms and Conditions in the Draft Agreement (Section Two) shall reflect how Sound Transit would benefit by the exception. 1.12 NEGOTIATIONS / COST AND PRICING DATA The selected firm and subconsultants, if any, shall submit direct hourly rates for each member of their team. These costs, once agreed to by Sound Transit, shall form the basis for a billing/payment provision. During discussions, Sound Transit reserves the right to request additional documentation supporting the proposed cost and pricing data. Such information shall include but not be limited to: 1. A certified statement from the selected firm and subconsultants, if any, about the firm's accounting system indicating the following: a. An overview of the accounting system and its capability to track costs and provide financial information; and b. Written procedures and policies concerning the accounting system, timekeeping, payroll, purchased services and materials, direct and indirect cost control, asset capitalization, depreciation, and pre-contract costs. 2. Proof of adequate financial resources that would be available to the selected firm and sub consulting firms, if any, for the execution and completion of the work hereunder. Such information may include: a. For each of the past two (2) fiscal years, copies of balance sheets, profit and loss statements, statements of changes in financial position, including footnotes and auditor's opinions on financial statements, or annual reports to stockholders; or b. Documentation of an open letter of credit or other arrangement with an established bank under which financing would be available for the execution and completion of the work called for hereunder. 1.13 CONTENTS OF SOQ / EVALUATION CRITERIA Firms shall submit SOQs meeting the following content requirements. Sound Transit reserves the right to request additional information from Submitters.

Final Design Services for Lynnwood Page 13 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

A. General SOQ Format The following information shall be presented in a clear, comprehensive, and concise manner and in the format prescribed below. In order for Sound Transit to adequately compare and evaluate qualifications objectively, all SOQs must be submitted in accordance with the following format in terms of order and maximum printed pages to be included. The SOQ should be prepared simply and economically, providing straightforward and concise information. All copies of SOQs should be stapled, comb-bound or in 3 ring recyclable binder. Elaborate, decorative, extraneous, plastic and non-recyclable materials are strongly discouraged. Double- sided printing is strongly encouraged. Any exception to an item in the solicitation must be clearly set out and fully explained in the SOQ as to why the Submitter is taking exception. Be specific as to the reasons for the exception.

Cover Sheet Table of Contents Letter of Interest The letter of interest may contain any other information not in the SOQ but should not exceed two (2) single-sided pages or one (1) double-sided page. The following information shall also be provided in the Letter of Interest:  State of Incorporation  Federal Tax ID Number Body of SOQ No longer than twenty (20) double-sided pages of letter-sized paper and 2 single-sided 11”x17” sheets (not including the items listed under Appendix) for organization chart, schedule or map. Appendix – 1. Résumés are not to exceed one page for each proposed key (These items will not be individual of the team, including area of expertise, number of included as part of the years of experience, related projects experience, related projects’ page count for the Body duration, and education and/or certifications held. of the SOQ.) 2. DBE/Small Business Forms per Evaluation Criterion 4 and Equal Employment Opportunity Programs per Evaluation

Criterion 5 shall be included as part of the Appendix. 3. Required SOQ Forms shall be completed by the Submitter and included as part of the Appendix.

4. Exceptions to Sound Transit’s Terms and Conditions, if any, and explanation of how such exceptions would benefit Sound Transit may be included as part of the Appendix.

Joint Venture Copies of agreement are to be provided, if proposing team is a Joint Agreement Venture.

B. Evaluation Criteria and SOQ Requirements 1. The criteria outlined below will be used in evaluating the SOQs and are listed in their relative order of importance. All criteria are important, however, and it would be wrong to assume the criteria listed last are insignificant. 2. Proposers selected to participate in interviews are eligible to receive a maximum of two- hundred (200) additional points for each interview round in which they participate.

Final Design Services for Lynnwood Page 14 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

Points obtained during the interview(s) shall be added to the Proposer's overall evaluation score. 3. In responding to the Evaluation Criteria below, the Submitter should organize its SOQ so that the qualifications are clearly illustrated in each of the categories, using the Submittal Requirements listed below for each Evaluation Criterion.

Maximum No. Criterion Description Points

1 Firm Experience, Capacity, Specialized experience and technical 100 Capability, and History competence of the firms comprising the team, considering the type of services required and that these services will be provided. Recent experience of the firm and successful completion of projects of similar type and complexity will be a material consideration. Demonstrated capacity and capability to complete the work.

2 Knowledge and Experience Specialized experience and technical 175 of Key Individuals competence of the key individuals and other staff who will provide the requested services, including but not limited to the proposed project manager, major subconsultant, and key staff in each firm. Describe how the culture of the individuals and major participating firms form a unified team. Demonstrated examples of Project Manager’s prior performance on similar prior projects. 3 Capacity and Capability of Firm’s capacity and capability to accomplish 100 Project Organization the tasks in time frame as described in the Scope of Work.

4 Approach to Project and Problem identification and proposed method to 275 Alternative Project Delivery accomplish the work required including, where appropriate, demonstrated capacity to explore and develop innovative or advanced techniques. Understanding, commitment to, experience with and approach to the project delivery method.

5 Commitment and Approach Firms understanding of, commitment to 100 to High Quality Design and process for ensuring a high quality design. 6 Commitment and Approach Firms understanding of, commitment to and 150 to Designing to Budget process for designing the work and contracts within the construction budgets established. 7 Outreach Efforts and Demonstrated successful outreach and 50 Commitment to Small commitment to Small Business participation in Businesses. performing portions of the work in the Agreement under this RFQ.

Final Design Services for Lynnwood Page 15 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

8 Commitment to and Problem identification and proposed method to 50 Compliance with Equal accomplish the work required, where Employment Opportunity appropriate, demonstrated, capacity to explore Laws. and develop innovative or advanced techniques. Understanding of, commitment to experience with and approach to the project delivery method.

TOTAL 1000

Firm Experience, Capacity, Capability, and Evaluation Criterion 1 100 pts. History

Specialized experience and technical competence of the firms comprising the team (including a joint venture, associate, or professional subconsultant), considering the type of services required. Past record of performance on contracts with other government agencies or public bodies and with private industry, including such factors as control of costs, quality of work, ability to meet schedules, cooperation, responsiveness, participation of DBEs and/or other Small Business and compliance with equal employment opportunity (EEO) laws. Recent experience of the firm and successful completion of Work of a similar type and complexity and related experience of the firm working collaboratively with Contractors to develop the project design using alternative project delivery methods e.g., GC/CM, CM/GC and Design-Build will be a material consideration. Submittal Requirements 1. Brief résumé of the Submitter firm (or joint venture), including but not limited to: home and branch office information; date established; former name(s); type of ownership or legal structure; general description of services provided and type of clients served; personnel. 2. Description of recent similar projects or Work for which the Submitter firm (or firm’s team) provided services to illustrate the firm’s ability to perform the requirements of this Contract. SOQs should include but are not limited to: a. Work name and location b. Role of the firm (prime, subconsultant, joint venture, etc.) c. Client (Owner) name, Owner’s project manager or primary contact, physical address, phone number and email address. d. Name, address, phone number and email address of firm's project manager. e. Brief description of the Work (including description of the services provided by the firm; project delivery method, total cost of project; total fees billed by firm; completion date; etc.). For listed Design-Build projects, demonstrate how the firms experience with those projects will relate to this project.

f. Provide information regarding small business or DBE goals as applicable, and the proposer’s achievement of the goals on those contracts. Provide information relevant to the proposer’s performance, particularly if goals were not achieved.

g. Past record of the proposer’s performance, particularly if goals were not achieved.

Final Design Services for Lynnwood Page 16 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

Knowledge And Experience Of Key Evaluation Criterion 2 175 pts. Individuals

 Specialized experience and technical competence of the key individuals, support staff and major sub consultants that who will provide the requested services. Demonstrated recent experience and performance of Project Manager with similar projects.  Key individual’s knowledge of and experience with problems, conditions, or circumstances applicable to specific location of this project, including, but not limited to: o Characteristics of the Puget Sound environment that are unique to this project; o Applicable laws, ordinances, codes, regulations, and permits and the interpretations thereof needed to perform the project; o Any indigenous geographical, geotechnical, or other substantive technical issues that will likely be encountered in this project. o Knowledge, recent experience and expertise of these key individuals with projects of similar type and complexity will be a material consideration. o Knowledge, recent experience and expertise of key individuals with alternative project delivery methods, e.g., GC/CM, CM/GC, Design-Build, in which designs were developed in collaboration with construction contractors, cost estimates prepared by the designer were subject to reconciliation with contractor estimates to negotiate pricing of the work, and design deliverables were phased to meet construction schedules.

Submittal Requirements 1. Brief résumés for each key individual and/or support staff that will provide the requested services. (Full, one-page résumés may also be attached to the Appendix.) 2. A representative list of past or current projects performed by the key individual who will provide the requested services. SOQs shall include information about the project manager, major subconsultants, and key staff. SOQs shall include but are not limited to: a. Project name and location b. Role of the individual (prime, subconsultant, joint venture, etc.) c. Client (Owner) name, Project Manager or primary contact, physical address, phone number and email address d. Name, address, and phone number of prime consultant's project manager e. Brief description of the Work (including clear description of the specific work performed by the individual; project delivery method, total cost of project; completion date; etc.). f. Brief description of key personnel’s knowledge of and experience with problems, conditions or circumstances applicable to specific location of this project, including, but not limited to: i. Characteristics of the Puget Sound environment that are unique to this project;

Final Design Services for Lynnwood Page 17 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

ii. Applicable laws, ordinances, codes, regulations, and permits the interpretations thereof needed to perform the project; iii. Any indigenous geographical, geo-technical, or other substantive technical issues that will likely be encountered in this project.

Capacity and Capability of Project Evaluation Criterion 3 100 pts. Organization

The Submitter will be required to demonstrate the firm’s capacity and experience to provide Sound Transit with the required services. This should be demonstrated through the firm’s understanding of Sound Transit’s needs and the Scope of Work to be provided in order to manage and complete the work.

Submittal Requirements Provide information demonstrating the team’s: 1. Capacity: a. Commitment of capacity of key personnel and support staff to perform the Work (including any specialized services) within the time limitations, considering the firm's current and planned workload; b. Commitment of ready availability and accessibility of key personnel and support staff to the project according to the project schedule; c. Demonstrate ability to timely replace/substitute/supplement key individuals voluntarily and/or as may be requested by the owner. 2. Project Organization: It is anticipated to be a large team made up of several subconsultants and potentially joint venture or other partnerships. In addition, there will be several construction packages prepared concurrently with many milestone submittals staggered throughout the duration of the design. At a minimum, describe or provide the following information:

a. Describe how the team will be managed. Be as specific as necessary to demonstrate the management structure and control deliver the scope of work.

b. Ability to coordinate the work quickly and efficiently internally and with Sound Transit personnel.

c. Organization chart i. Identify key project staff, including subconsultants, assignments, and summary of related expertise to solve tasks in the Scope of Work and develop the contract packages; ii. Describe the general reporting structure. iii. Describe the advantages of this organization. iv. Describe how scope, schedule and budget are managed under the proposed organization.

Final Design Services for Lynnwood Page 18 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

d. Project office location: Sound Transit requires the Consultant to have a project office near Sound Transit’s offices. At a minimum, describe or provide the following information: i. Provide the office location or proposed location, if selected. ii. Anticipated staff by name and position proposed to be located, in full time in the project office and the percentage of the team located in both the project office and home office(s) on a full time basis.

e. How will the work that is performed by the consultant and subconsultant home offices be coordinated?

f. For Joint Ventures or other partnerships, what is the arrangement for ultimate authority over the contract?

Evaluation Criterion 4 Approach to Project and Alternative 275 pts. Project Delivery Problem identification and proposed method to accomplish the work required including, where appropriate, demonstrated capacity to explore and develop innovative or advanced techniques. Understanding of, commitment to, experience with and approach to the project delivery method.

Submittal Requirements SOQs shall include the following information in a clear, comprehensive and concise manner:

1. Overall Approach: Describe the overall approach to completing the Scope of Work. The description shall include, but not be limited to the following elements:

a. Mobilization plan: Provide detail of the mobilization of staff with respect to efficiently managing the initial phases of the work.

b. Provide detailed schedule of work for each task identified in the Scope of Work

c. Expand on perception of project including special circumstances and interfacing with the stakeholders, and Agencies Having Jurisdiction (AHJ’s);

d. Recommend methodology or approach to addressing the special circumstances outlined in item “c”.

e. Describe approach to coordination with stakeholders including, but not limited to, City of Seattle, City of Shoreline, City of Mountlake Terrace, City of Lynnwood, WSDOT, FHWA, FTA, private utility owners and private property owners.

f. Describe approach to the final design process using the selected alternative delivery method for this project (GC/CM) with design integration among all disciplines, subconsultants and project teams, including the systems final design consultant, the two civil GC/CM contractors, the systems GC/CM contractor, and the construction management consultants to maximize the benefits of having all

Final Design Services for Lynnwood Page 19 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

members of the team (designer, contractor, CM) “at the table” working together from the start of the final design phase of the project.

2. Project Controls and Quality Control / Quality Assurance: At a minimum, describe or provide the following information:

a. Project Controls ii. Approach to Scope and schedule management. iii. What controls will be in place to effectively manage costs. How will the costs will be tracked and controlled with respect to contract packaging, tasks, disciplines and subconsultants. b. Configuration management. c. Comment on adequacy of the schedule included in this RFQ.

3. Specific Situations:

a. Approach to reviewing preliminary engineering design work and cost estimates leading to the early establishment of “Design to Budget” targets for each contract package and specific budgets for each station area. b. Detailed approach to working collaboratively with the systems final design consultant, the two civil GC/CM contractors, the systems GC/CM contractor, and the construction management consultants. Describe how value engineering, constructability reviews, risk assessments, scheduling and estimating activities will be coordinated during the design phase of the project to create value to Sound Transit during subsequent construction and operations phases. c. Permanent and construction related project impacts to the existing mature forested roadside environment along the I-5 corridor is of significant concern to Sound Transit, WSDOT, FHWA, the cities, and adjacent property and business owners, especially regarding system safety, security, costs, mitigation of noise, geological hazards, visual and construction impacts. Describe your approach to addressing these concerns while maintaining schedule and budget. d. Detailed approach to the structural design of the 1st Avenue crossing north of Northgate Station, the I-5 crossing north of Mountlake Terrace Transit Center, and the crossing of the Scriber Creek wetland. Include a discussion of the construction types and sequencing proposed in the PE phase. e. Detailed approach to collaboration with the GC/CM contractors and Sound Transit Real Estate to optimize the overall project delivery schedule through early ROW certification and the potential utilization of advanced work packages. Include a discussion of any risks you foresee with phasing of the design deliverables. f. Describe locations on the alignment where innovative approaches could provide value to Sound Transit. g. Acquiring the rights of way that are necessary to build the project from public and private owners in a timely manner is of critical concern to Sound Transit in meeting its goals for project delivery. Describe your approach to expediting early certification of property acquisition needs while maintaining high quality design and minimizing acquisition costs. Final Design Services for Lynnwood Page 20 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

4. Project Risk a. Provide general approach to managing risk elements during design.

b. Identify the top 15 risks of the project in the Submitter’s opinion and describe the approach to manage these risks through Final Design.

c. Provide examples from previous projects where similar risks were encountered and how these risks were managed through design and construction. Specific project information including owner references is required.

Evaluation Criterion 5 Commitment and Approach to High 100 pts. Quality Design Firms understanding of, commitment to and process for ensuring a high quality design.

Submittal Requirements SOQs shall include the following information in a clear, comprehensive and concise manner:

1. Overall Approach: Describe the overall commitment and approach to developing a high quality design. The description shall include, but not be limited to the following elements:

a. Development of a Basis for Design for each discipline including the key elements of the plan;

b. Describe the elements that make up a quality design;

c. Describe the approach to Quality Management including the structure of the Quality Control and Quality Assurance plans. The approach should address, at a minimum, coordination with the GC/CM contractors, AHJ’s and other third party stakeholders, and the coordination and integration within and between disciplines and subconsultants and other Sound Transit design contracts (i.e. Systems Contract). Explain how this approach will improve the quality of the design. Also provide past projects where this approach was implemented and the results.

Commitment and Approach to 150 pts. Evaluation Criterion 6 Designing to Budget Firms understanding of, commitment to and process for designing the work and contracts within the construction budgets established.

Submittal Requirements The consultant’s attention is also directed to the “Design to Budget” requirements included in the Agreement. SOQs shall include the following information in a clear, comprehensive and concise manner.

1. Overall Approach: Describe the overall commitment and approach to designing to budget. The description shall include, but not be limited to the following elements:

a. Coordination of the design development and cost estimating to ensure the design is within budget.

Final Design Services for Lynnwood Page 21 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

b. Controls in place to identify and track items that may impact costs. Include a discussion of betterments requested by third parties and scope modifications requested by Sound Transit. Also provide past projects where this approach was implemented and the results.

Outreach Efforts and Commitment to Small Evaluation Criterion 7 50 pts. Businesses.

Good Faith Efforts made by the Submitter to solicit DBEs and Small Businesses to participate in performing portions of the work provided in the Agreement under this RFQ. The Submitter’s commitments to utilize DBEs and Small Businesses, as full-fledged team members, for performance of specific portions of the work provided in the Agreement under this RFQ. Sound Transit strongly encourages and will evaluate creative teaming arrangements that result in formal or informal partnerships of DBEs and Small Businesses with firms of similar professional capabilities having specialized experience or expertise needed on the project. Submittal Requirements Submit the following forms and respond to the following questions: 1. Submittal Form 3, DBE/Small Business Commitment Form, identifying each DBE and Small Business with whom the Submitter will enter into a contractual arrangement if awarded the Agreement under this RFQ. 2. Submittal Form 4, DBE/Small Business Good Faith Efforts Documentation Form, identifying each DBE and Small Business to whom the Submitter reached out for possible participation under this RFQ and any subcontracts that will be awarded if the Submitter is awarded the Agreement under this RFQ. 3. For each DBE and Small Business identified on Submittal Form 3, describe the specific and meaningful involvement of the DBE/Small Business on the Submitter’s team, what the DBE/Small Business will contribute and what interactions are envisioned for the DBE/Small Business with the Submitter and Sound Transit that can reasonably be expected to result in establishing or enhancing an on-going business relationship. Include information about personnel from the DBEs and Small Businesses who will participate in the Work. 4. Describe the Submitter’s experience and approach in managing diverse teams on scopes of work or size and duration of contracts comparable to that under this RFQ. Include an explanation about assistance provided to DBEs and Small Businesses with expertise but limited resources, resource sharing (e.g., office space, equipment, etc.), formal or informal mentoring, and other efforts undertaken to enhance the performance of the members and the Submitter’s team. 5. Describe the Submitter’s approach in monitoring, mentoring and supporting DBEs and Small Businesses if awarded the Agreement under this RFQ. Specifically, for each DBE/Small Business to whom the Submitter has made a commitment on Submittal Form 3, describe what assistance and resources will be made available to the DBE/Small Business. 6. Provide the name of the individual on the Submitter’s team who will be responsible for overseeing efforts to assist DBEs and Small Businesses to successfully perform as members of the Submitter’s team.

Final Design Services for Lynnwood Page 22 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

7. If the Submitter does not include participation by DBEs and Small Businesses, discuss the factors and considerations that made participation by DBEs and Small Businesses impractical, infeasible or otherwise unattainable. 8. Provide a statement regarding all exclusive relationships with proposed consultants, regardless of DBE/Small Business status. Discuss any required exclusive arrangements for firms to participate on the Submitter’s team.

Commitment to and Compliance with Evaluation Criterion 8 50 pts. Equal Employment Opportunity Laws.

Sound Transit is interested in SOQs from Submitters that demonstrate past and current commitment to equal employment opportunity (EEO). Sound Transit encourages SOQs from Submitters that seek to employ a workforce that draws from all of the Puget Sound region’s highly-qualified and diverse citizens. Submittal Requirements While Sound Transit has not attempted to set forth either the minimum or maximum means or methods the Submitter must take to demonstrate its commitment to equal employment opportunity, Sound Transit is interested in the measures the Submitter has or will initiate to ensure participation of minorities, women and persons with disabilities on the Project. Accordingly, each Submitter shall complete and submit the following documents. Sufficiency of the documents will be a material consideration in the evaluation proceedings.

1. Submitters shall provide a copy of their EEO Programs. Sound Transit advises Submitters that EEO Programs should include, but are not limited to, the following major components: a. Statement of Policy issued by the chief executive officer affecting all employment practices and placed in conspicuous locations and available to employees, applicants for employment and the general public; b. Dissemination of EEO Policy to publicize and disseminate the EEO Policy to employees, applicants for employment and the general public; c. Designation of Personnel Responsibility identifying the executive appointed as manager/director of EEO who reports and is directly responsible to the chief executive officer and including the responsibilities of the manager/director of EEO; d. Utilization Analysis to (i) identify job categories where there is an underutilization and/or concentration of minorities and women in relation to their availability in the labor market, and (ii) establish a framework for goals and timetables and other affirmative actions to correct employment practices that contributed to any identified absence, underutilization or concentration; e. Goals and Timetables to correct any underutilization of specific affected classes of persons identified in the utilization analysis; f. Assessment of Employment Practices to identify practices that operate as employment barriers and unjustifiably contribute to underutilization of minorities and women; and g. Monitoring and Reporting System to assess EEO accomplishments, evaluate the EEO Program during the year, identify failures in the organization to achieve a goal or implement affirmative action, and provide data for future projections and actions. Final Design Services for Lynnwood Page 23 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

2. Submitters shall complete and submit Staffing Plans for performance of the work. Staffing Plans shall include, but are not limited to, the following: a. A project profile breakdown by race or ethnicity, gender, disability and other relevant demographic information of the individuals identified on the project team, consistent with other information provided in the SOQ. b. List of key individuals, support staff and other positions anticipated to be needed in the performance of the work; c. Positions filled at the time of submittal, also identifying the firms from which those positions are affiliated; d. Positions now open and to be filled if Submitter is awarded the Agreement including positions designated to be filled by specific firms; e. Schedule for filling the open positions; f. Process that will be used to fill positions, both positions now open and those that become open during the term of the Agreement; and g. Commitment to utilization of minorities and women in filling positions.

END OF EVALUATION CRITERIA

C. Joint Venture Agreement If proposing as a Joint Venture, Sound Transit requires Submitters to submit a draft copy of its Joint Venture Agreement as part of its SOQ. Prior to contract award, proposer must provide to Sound Transit a fully-executed copy of proposer’s joint venture agreement, which must be: (a) substantially the same as the draft agreement provided with the SOQ and (b) acceptable to Sound Transit. 1.14. COST PROPOSAL The selected firm will be required to submit a Cost Proposal. The proposed costs shall be segregated by cost element for each proposed task. The cost elements shall include: labor hours, hourly direct labor rates identified by function or discipline, overhead rate, other direct costs (if applicable) and professional fee / profit. Provide the same level of detail and support for subconsultants, if any. A recommended cost proposal format is provided in Exhibit A of this RFQ. Sound Transit shall have access to and reserves the right to audit any directly pertinent financial documents and records reflecting direct and indirect cost data used in the Cost Proposal. Sound Transit is required to perform a cost/price analysis of the cost proposal prior to the start of contract price negotiations. Provide the information described in the cost elements below with the Cost Proposal in order to help accelerate this process. A. Labor Hours Provide labor hours by task for each company. Provide rationale for labor hour estimates (not applicable for on-call contracts). B. Direct Labor Rates Identify the proposed direct labor rates by individual and by labor category (i.e., by function, discipline or skill level) in accordance with Submitter's accounting system. Provide payroll register information in support of the proposed direct labor rates, when or if requested.

Final Design Services for Lynnwood Page 24 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

C. Overhead Rates Provide a copy of the most recent independent audit that has been performed within the past two (2) years. If an independent audit is available, then the items below will not be required. If an independent audit report is not available then provide the following: 1. Provide an overhead schedule showing a detailed listing of overhead expenses incurred for the most recent year as well as total direct labor costs. This overhead schedule should be based on actual expenses incurred during the previous year. 2. Unallowable costs must not be included in the proposed overhead rate. Include a certified statement that the proposal does not include any unallowable costs per 48 CFR Chapter 1 Part 31. Refer to Federal Acquisition Regulations Part 31 for more information; Part 31.205 gives specific instructions on which costs are allowable and which are unallowable. 3. Provide a chart of accounts, describing what is included in each overhead account line item 4. Sound Transit anticipates co-location as listed in the scope of work. Provide a reduced "field office" type rate since office space, etc., will be provided by Sound Transit. D. Other Direct Costs (ODCs) If proposing direct costs other than labor, then provide a description and rationale for the estimate. Any proposed ODCs must be task or job specific costs that are normally charged directly to a contract and have not been included in the overhead rate. ODCs, if approved, will be reimbursed at cost only, with no markup added. E. Professional Fee / Profit Identify the proposed professional fee / profit rate, expressed as a percentage of direct labor and overhead costs. 1.15 CONTRACT AWARD A. Contract Terms and Conditions 1. Negotiation of a contract will be in conformance with applicable federal, state and local laws, regulations and procedures. The objective of the negotiations will be to reach agreement on all provisions of the proposed contract. To assist in the negotiations, a draft Sound Transit Agreement is included here as Section Two, Draft Agreement. Any exceptions to the Terms and Conditions in the Draft Agreement shall be clearly set out in the Submitter's submittal and shall fully explain how Sound Transit would benefit by the exception. 2. Upon successful contract negotiations, Sound Transit staff will present the required documentation to the appropriate Sound Transit authority for approval and award of the contract. B. Debriefings Submitters may request a debriefing no later than three (3) business days after Sound Transit has issued its Notice of Intent to Award. Debriefings shall be limited to the debriefed Submitter's overall ranking, the strengths and weaknesses of its SOQ and answers to questions regarding the selection process. Debriefings shall not include a point-by-point comparison of the debriefed Submitter's SOQ with the other SOQs.

Final Design Services for Lynnwood Page 25 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

C. Protest Procedure Interested parties have a right to seek resolution of any concerns, issues, or perceived wrongs associated with this procurement. Upon receipt of a written protest, issues of concern will be researched and a written determination to the protesting party will be issued by Sound Transit’s Director, Procurement & Contracts Division. Sound Transit’s protest procedure is available at: http://www.soundtransit.org/Documents/pdf/working/contracts/ProtestAndAppealRequirements. pdf. Before submitting a protest, the Proposer shall ensure it has the most current copy of Sound Transit’s written Protest Procedure by contacting the Contracts Specialist identified in Section 1.2. 1.16 NOT USED 1.17 NOTICES: FEDERAL TRANSIT ADMINISTRATION (FTA) REQUIREMENTS A. Applicability of Federal Grant Contract 1. This procurement may be subject to one or more financial assistance contracts between Sound Transit and the U.S. Department of Transportation, which incorporate the current FTA Master Agreement and Circular 4220.1F as amended. U.S. Department of Transportation's level of financial assistance may be between zero and eighty percent (0- 80%). The Submitter is required to comply with all terms and conditions prescribed for third party contracts in this solicitation. 2. Federal laws, regulations, policies and administrative practices may be modified or codified after the date this Agreement is established and may apply to this solicitation. To assure compliance with changing federal requirements, Contract Award indicates that the Submitter agrees to accept all changed requirements that apply to this Agreement. 3. Incorporation of Federal Transit Administration (FTA) Terms a. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F as amended and the Master Grant agreement, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this solicitation. The Submitter shall not perform any act, fail to perform any act, or refuse to comply with any Sound Transit request that would cause Sound Transit to be in violation of the FTA terms and conditions. B. Federal Funding Limitation The Submitter understands that funds to pay for the Submitter's performance under this Agreement are anticipated to be made available from the United States Department of Transportation through the Federal Transit Administration (FTA). Sound Transit's obligation hereunder is payable from funds that are appropriated and allocated by FTA for the performance of this Agreement. If funds are not allocated, or ultimately are disapproved by FTA, Sound Transit may terminate or suspend Submitter’s services without penalty. Sound Transit will notify the Submitter promptly in writing of the non-allocation, delay or disapproval of funding. C. FTA Requirements The Submitter shall also comply with the FTA requirements included in Section Two, Draft Agreement. END OF RFQ

Final Design Services for Lynnwood Page 26 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

SECTION TWO DRAFT AGREEMENT

Final Design Services for Lynnwood Page 27 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

EXECUTED COUNTERPARTS COUNTERPART NO. 1 OF 2

Agreement for Architecture and Engineering Services Between The Central Puget Sound Regional Transit Authority And CONSULTANT NAME FOR Final Design Services for Lynnwood Link Extension, Northgate Station To Lynnwood Transit Center

DRAFT Contract No. RTA/AE 0010-15

TABLE OF CONTENTS SECTION 1 DEFINITIONS ...... 1 SECTION 2 ADMINISTRATION AND SUPERVISION ...... 3 SECTION 3 TERM ...... 4 SECTION 4 SCOPE OF WORK ...... 4 SECTION 5 CHANGES IN THE PROJECT AND ADDITIONAL WORK ...... 6 SECTION 6 RESPONSIBILITY OF THE CONSULTANT ...... 7 SECTION 7 JOINT AND SEVERAL RESPONSIBILITY OF THE JOINT ...... VENTURE PARTNERS ...... 7 SECTION 8 CONSULTANT ACQUISITION AND/OR MERGER ...... 8 SECTION 9 PROJECT DESIGN ...... 8 SECTION 10 COMMENCEMENT AND COMPLETION OF PROJECT WORK ...... 9 SECTION 11 REPORTING REQUIREMENTS ...... 9 SECTION 12 COMPENSATION ...... 9 SECTION 13 SUBCONTRACTS ...... 16 SECTION 14 NON-DISCRIMINATION IN EMPLOYMENT AND ...... CONTRACTING ...... 18 SECTION 15 EQUAL EMPLOYMENT OPPORTUNITY ...... 19 SECTION 16 DISADVANTAGED BUSINESS ENTERPRISE (DBE) ...... PROGRAM ...... 20 SECTION 17 FEDERAL CIVIL RIGHTS REQUIREMENTS ...... 23 SECTION 18 LIABILITY AND INDEMNIFICATION ...... 24 SECTION 19 INSURANCE REQUIREMENTS ...... 26 SECTION 20 TITLE VI COMPLIANCE ...... 28 SECTION 21 ADA, SECTION 504 AND OTHER FEDERAL REQUIREMENTS .. 29 SECTION 22 WORK PRODUCT AND INTELLECTUAL PROPERTY ...... 30 SECTION 23 PROHIBITED INTEREST ...... 32 SECTION 24 CONTINGENT FEES, GRATUITIES & CONFLICTS OF ...... INTEREST ...... 32 SECTION 25 RECYCLED PRODUCTS ...... 33 SECTION 26 ENVIRONMENTAL STANDARDS ...... 33 SECTION 27 DISPUTES AND REMEDIES ...... 33 SECTION 28 NOTICE ...... 34 SECTION 29 AUDIT AND ACCESS TO RECORDS ...... 34 Final Design Services for Lynnwood Page i RFQ No. RTA/AE 0010-15 Link Extension Northgate Station Table of Contents to Lynnwood Transit Center D&CC Rev 01/23/14

SECTION 30 REPORTING, RECORD RETENTION AND ACCESS ...... 35 SECTION 32 CHANGES IN GOVERNMENTAL REGULATIONS ...... 36 SECTION 33 COMPLIANCE WITH ALL LAWS AND REGULATIONS ...... 37 SECTION 34 SUSPENSION OF WORK ...... 37 SECTION 35 TERMINATION OF AGREEMENT ...... 38 SECTION 36 FALSE OR FRAUDULENT STATEMENTS AND CLAIMS ...... 39 SECTION 37 APPLICABILITY OF FEDERAL GRANT CONTRACT ...... 39 SECTION 38 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION ...... (FTA) TERMS ...... 40 SECTION 39 FEDERAL FUNDING LIMITATION ...... 40 SECTION 40 NO FEDERAL GOVERNMENT OBLIGATION TO THIRD ...... PARTIES ...... 40 SECTION 41 FEDERAL LOBBYING RESTRICTIONS ...... 40 SECTION 42 LOBBYING CERTIFICATION AND DISCLOSURE ...... 41 SECTION 43 DEBARMENT, SUSPENSION AND OTHER ...... RESPONSIBILITY MATTERS ...... 41 SECTION 44 EXCLUSIONARY OR DISCRIMINATORY SPECIFICATIONS ...... 42 SECTION 45 CONSERVATION ...... 42 SECTION 47 CLEAN AIR ...... 42 SECTION 48 FLY AMERICA ...... 42 SECTION 49 SEISMIC SAFETY ...... 42 SECTION 50 NATIONAL INTELLIGENT TRANSPORTATION ...... SYSTEMS ARCHITECTURE AND STANDARDS ...... 43 SECTION 51 ELECTRONIC AND INFORMATION TECHNOLOGY ...... 43 SECTION 52 ENTIRETY, AMENDMENT AND EXECUTION OF ...... AGREEMENT ...... 43 SECTION 53 NO TEXTING WHILE DRIVING ...... 43 EXHIBIT A WORK PLAN ...... 45 EXHIBIT B SUMMARY OF FEES ...... 46 EXHIBIT C BUDGET BASELINE ...... 47 EXHIBIT D PROJECT CONTROL BASELINE ...... 48 EXHIBIT E SCHEDULE ...... 49 EXHIBIT F KEY PERSONNEL ...... 50 EXHIBIT G LIST OF SUBCONSULTANTS ...... 51 EXHIBIT H ORGANIZATIONAL CHART ...... 52 EXHIBIT I OVERHEAD RATES TABLE ...... 53 EXHIBIT J CERTIFICATION REGARDING LOBBYING ...... 54 Final Design Services for Lynnwood Page ii RFQ No. RTA/AE 0010-15 Link Extension Northgate Station Table of Contents to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT K DBE/SMALL BUSINESS PARTICIPATION FORM ...... 55 EXHIBIT L STAFFING PLAN ...... 59

Final Design Services for Lynnwood Page iii RFQ No. RTA/AE 0010-15 Link Extension Northgate Station Table of Contents to Lynnwood Transit Center D&CC Rev 01/23/14

AGREEMENT FOR ARCHITECTURE AND ENGINEERING SERVICES FOR Final Design Services for Lynnwood Link Extension, Northgate Station To Lynwood Transit Center CONTRACT NO. RTA/AE 0010-15 THIS AGREEMENT, made and entered into this _____ day of ______, 2015, by and between the Central Puget Sound Regional Transit Authority, with a place of business at 401 S Jackson Street, Seattle, Washington 98104-2826 (hereinafter referred to as "Sound Transit") and {insert Company Name} a STATE OF LICENSE CORPORATION/PARTNERSHIP/ETC with a place of business at ______(hereinafter referred to as the "Consultant"). THIS AGREEMENT is funded in part under a financial assistance agreement between Sound Transit and the U.S. Department of Transportation, Federal Transit Administration ("FTA"). This Agreement is subject to all provisions prescribed for third party contracts by that financial assistance agreement, including, but not necessarily limited to, the provisions made a part of, this Agreement. WITNESSETH: WHEREAS, Sound Transit desires to retain the Consultant to perform certain professional services including, civil engineering, mechanical engineering, electrical engineering, structural engineering, and environmental and architectural final design services for 8.5 miles of double- track Light Rail Transit (LRT) line and four stations between Northgate Station and Lynnwood Transit Center for the Lynnwood Link Extension project, as identified in the baseline work plan. The work includes preparation of drawings, specifications, reports, schedules and cost estimates to produce the contract documents necessary for constructing the project (hereinafter called the "Project"); and WHEREAS, the Consultant represents it has available and offers to provide expert personnel and facilities necessary to accomplish such services required for the Project within the required time and that there are no conflicts of interest prohibited by law in entering into this Agreement with Sound Transit; NOW, THEREFORE, in consideration of the terms, conditions and covenants contained or incorporated herein, Sound Transit and the Consultant agree as follows: SECTION 1 DEFINITIONS As used throughout this Agreement, the following terms shall have the meanings set forth below: A. The "Chief Executive Officer" appointed by Sound Transit Board, is charged with leading the Sound Move program on behalf of Sound Transit and will be the executor of this Agreement for Sound Transit. B. The "Executive Director of Design, Engineering and Construction Management (DECM)" is designated by the Chief Executive Officer and is responsible for the overall administration of this Agreement for Sound Transit. C. The "Project Manager" is designated by the Executive Director DECM and is responsible for the day-to-day administration of this Agreement for Sound Transit. D. The "Contract Specialist" is the person designated by Sound Transit's Procurement & Contracts Division who is the Contract Specialist for the purposes of execution of the Agreement and the Work Scope performance. Final Design Services for Lynnwood 1 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

E. The "Consultant" shall mean the entity with which this Agreement is entered into. The Consultant shall designate an authorized representative who is empowered to execute documents, receive notice and otherwise act on behalf of and as an agent of the Consultant. F. "Subconsultant" shall mean a person or firm not employed by the Consultant, who performs all or part of those services under this Agreement on behalf of the Consultant regardless of tier. G. The "Central Puget Sound Regional Transit Authority" or "Sound Transit" is the public transit authority organized under the laws of the state of Washington charged with developing light rail, commuter rail and other public transit facilities in the Puget Sound Region. H. The "Federal Transit Administration" or "FTA" is the federal agency which is providing partial funding for Sound Transit's work. I. The "Contract Documents" means the writings embodying the legally binding obligations between Sound Transit and the Consultant for completion of the Project. The Contract Documents that comprise this Agreement consist of the following documents and are incorporated herein in the following order of precedence: 1. Change Orders and Amendments 2. This Agreement, including the following Exhibits: a. Exhibit A, Work Plan, dated b. Exhibit B, Summary of Fees, dated c. Exhibit C, Budget Baseline, dated d. Exhibit D, Project Control Baseline, dated e. Exhibit E, Schedule Baseline, dated f. Exhibit F, , Key Personnel, dated g. Exhibit G, List of Subconsultants, dated h. Exhibit H, Organizational Chart, dated i. Exhibit I, Overhead Rates Table, dated ______j. Exhibit J, Certification Regarding Lobbying by Consultant, dated k. Exhibit K, DBE/Small Business Participation Form, dated______l. Exhibit L, Staffing Plan, dated______3. The Consultant's Statement of Qualifications and/or Proposal, as amended 4. The Solicitation Document(s), as amended J. The "Scope of Work" describes the Consultant's obligations for performance of work under this Agreement and is embodied in the following: 2. Work Plan, Exhibit A 3. Budget Baseline, Exhibit C 4. Project Control Baseline, Exhibit D

Final Design Services for Lynnwood 2 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

5. Schedule Baseline, Exhibit E K. The "Work Plan", Exhibit A, identifies specific tasks to be performed by the Consultant. L. The "Budget Baseline", Exhibit C, identifies fiscal data, related to the tasks identified in the Work Plan. M. The "Project Control Baseline", Exhibit D identifies tracking and monitoring data for each task identified in the Work Plan, including but not limited to the following: 1. Identification of task. 2. Identification of task by Work Breakdown Structure ("WBS") index. 3. Identification of firms that will perform specific tasks. 4. Budget hours allocated to the task. 5. Drawings or other deliverables to be produced. N. The "Schedule Baseline", Exhibit E identifies schedule information, for the tasks identified in the Work Plan. O. "Reference Documents" are documents regarding Sound Transit procedures, policies, financial documents, resolutions, correspondence, memoranda relating to Sound Transit business or the Project, including studies and reports prepared specifically for the Project by Sound Transit or Sound Transit's Consultants. P. "Affirmative Efforts" means making vigorous attempts in good faith to comply with the non-discrimination policies and requirements set forth in this Agreement, including, but not limited to, providing equal employment opportunities and equal, non-discriminatory opportunities in contracting. Q. "Change Order" or “Amendment” is a written order issued by Sound Transit making changes in the Scope of Work and/or Additional Work. R. “Disadvantaged Business Enterprise” or “DBE” is a business that has been certified as eligible to participate as a DBE by the Washington State Office of Minority and Women Business Enterprise (OMWBE). S. “Small Business” is a business that (1) is independently owned and operated; (2) is organized for profit; (3) has a place of business in the United States; (4) is not dominant in its field of operation; (5) for its industry, does not exceed the numerical size standard established by the federal Small Business Administration pursuant to 13 Code of Federal Regulations Part 121, and (6) does not exceed an average annual gross receipts limit of $23.98 million for the previous three fiscal years if the particular size standard is above $23.98 million. SECTION 2 ADMINISTRATION AND SUPERVISION A. The work and services under this Agreement may be subject to one or more financial assistance contracts between Sound Transit and the U.S. Department of Transportation, which incorporate the current FTA Master Agreement and Circular 4220.1, as amended. U.S. Department of Transportation's level of financial assistance may be between zero and eighty percent (0-80%). This Agreement is subject to certain federal laws, regulations, and other requirements in effect on the date of execution of this Agreement. Sound Transit and the Consultant agree that such federal laws, regulations, and other requirements supersede any conflicting provisions of this Agreement.

Final Design Services for Lynnwood 3 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

B. The Consultant represents that it has, or will obtain, all personnel necessary to perform the services required under this Agreement and that such personnel shall be qualified, experienced, and licensed as may be necessary or required by laws and regulations to perform such services. All services required under this Agreement shall be performed by the Consultant, its employees, or by subconsultants whose selection has been authorized by Sound Transit; provided, that Sound Transit's authorization shall not relieve the Consultant or its subconsultants from any duties or obligations under this Agreement or at law to perform in a satisfactory and competent manner. The Consultant will remove from the Project any of its subconsultants or personnel assigned to the Project if, after the matter has been thoroughly considered by Sound Transit and the Consultant, Sound Transit considers such removal necessary and in the best interests of the Project and so advises the Consultant in writing. C. The Project must be coordinated and integrated with other Sound Transit Sound Move and ST2 activities. Management and general supervision for the Project shall be the responsibility of Sound Transit's Executive Director of Design and Construction Management, DECM, hereinafter called the "Director." Management on a daily basis of the progress of work on Project tasks shall be performed by an employee of Sound Transit hereinafter called the "Project Manager". The Project Manager, in conjunction with the Contract Specialist, shall be responsible for issuing notices, authorizations, changes and modifications to or for this Agreement and the work performed under it. The Director shall be responsible for determining when all work has been satisfactorily performed by the Consultant and for ensuring that the Consultant complies with all provisions of this Agreement, including disadvantaged business enterprise and equal employment opportunity commitments. D. Sound Transit and the Consultant have designated certain personnel as “Key Personnel” and such personnel are identified Exhibit F, Key Personnel. The Consultant shall ensure the Key Personnel perform under this Agreement as described in Exhibit H, Organizational Chart. The Consultant shall not remove or change assignments of the Key Personnel without the prior written consent of Sound Transit. The Consultant shall not reduce or otherwise revise the level of effort described for the Key Personnel without the prior written consent of Sound Transit. The Consultant acknowledges that having the Key Personnel participate under this Agreement was a major contributing factor in Sound Transit awarding this Agreement to the Consultant. Accordingly, any change in Key Personnel or the level of effort of Key Personnel without the prior written consent of Sound Transit may be considered a material breach of this Agreement and grounds for Sound Transit to impose sanctions, including termination of this Agreement. E. First and Second-Year Engineers. Unless approved by Sound Transit, in advance and in writing, Consultant may not utilize any engineers in the performance of the Scope of Work who have less than two full years of prior engineering experience doing similar work to what they will do under this Agreement. SECTION 3 TERM Sound Transit hereby retains the Consultant upon the terms and conditions contained herein to perform certain work and services on the Project, commencing on the date of execution. The term of the Agreement shall be through completion of project services. SECTION 4 SCOPE OF WORK A. The Scope of Work is defined by Exhibit A, Work Plan and the initial project control report shall be the Project Control Baseline. Final Design Services for Lynnwood 4 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

B. Concurrently, with the development of the Project Control Baseline, a budget and schedule will be developed, using formats approved by Sound Transit. The initial budget will be the Budget Baseline and the initial schedule will be the Schedule Baseline. The Budget Baseline and Schedule Baseline shall be updated via change orders pursuant to Section 5, Changes in the Project and Additional Work. Updated project control reports and schedule reports must be submitted with each invoice for payment. C. The Consultant shall be responsible for the quality, technical accuracy and the coordination of all services furnished under this Agreement. The Consultant shall, without additional compensation, correct or revise any errors or deficiencies in the services furnished. The Consultant shall provide the services as described in this Section in a professional, complete and competent manner. D. Sound Transit shall make available to the Consultant, without cost, copies of reference documents related to the Project that are readily available and on file at Sound Transit. Except as specifically provided herein or in the Work Plan, these documents are available solely as additional information to the Consultant and do not relieve the Consultant of its duties and obligations under this Agreement nor constitute any representation or warranty by Sound Transit. E. Consultant’s Obligation to Design to Construction Budget The intent of this section setting forth the Consultant’s obligation to design to the construction budget (“Design-to-Budget Obligation”) is to transfer to the Consultant a portion of the risk that actual construction costs on the Project may exceed the cost estimates provided by Consultant throughout final design that will have been relied upon by Sound Transit. Sound Transit will establish a construction budget for the maximum construction cost (“Budget MCC” or “B-MCC”) for each construction segment package to be prepared by the Consultant under this contract. The B-MCC will include a breakdown of each construction segment package budget into discrete major work elements (e.g., guideways, stations, parking garages, site work) that must be managed through the process described below. In relation to the GC/CM construction contract, the B-MCC corresponds to the GC/CM Maximum Allowable Construction Cost (MACC), which is calculated as the sum of (1) the Maximum Total Subcontract Package Cost (MTSPC), (2) the Negotiated Support Services (NSS), (3) a percentage risk contingency, and (4) provisional sums. For purposes of this design to construction budget obligation, Sound Transit will provide amounts or percentages to be used for negotiated support services, the risk contingency and provisional sums (if any). Sound Transit will also provide the GC/CM’s cost for specified general conditions costs and the GC/CM’s Fixed Fee, which will be known upon GC/CM contractor selection. Prior to commencing design work and at the completion of the 60% and 90% design stages, the Consultant must prepare a detailed cost estimate in a format agreeable to Sound Transit for each contract segment package. The estimate must provide separate line items and supporting detail for (1) the Maximum Total Subcontract Package Cost (MTSPC), (2) the Negotiated Support Services (NSS), (3) a percentage risk contingency, (4) provisional sums (if any), (5) the GC/CM’s cost for specified general conditions costs, and (6) the GC/CM’s Fixed Fee. Each estimate must include an escalation factor to project the cost to the expected time of Sound Transit’s MACC negotiations with its GC/CM contractor and a design contingency sufficient to give assurance to Sound Transit that the negotiated MACC will not exceed the B-MCC. This estimate will be compared with the B-MCC and with a detailed cost estimate that Sound Transit has commissioned Final Design Services for Lynnwood 5 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

from either its GC/CM contractor or its Construction Management Consultant. Consultant must identify and attempt to reconcile all differences between the corresponding estimates. If any of the reconciled cost estimates for the identified work elements under the B-MCC exceed its budgeted amount, Consultant (in consultation with Sound Transit and its GC/CM contractor) must revise or otherwise modify (without additional compensation) that specific work element so that the cost estimate for the work element does not exceed its budgeted amount. If the corresponding cost estimates cannot be reconciled, Consultant (in consultation with Sound Transit and the GC/CM) must revise or otherwise modify (without additional compensation) the contract segment package so that the average of the two cost estimates for each specific work element does not exceed its budgeted amount. Consultant is precluded from proceeding to the next stage of design work until the requirements of this section have been completed. Owner Design Decision Log. Consultant must maintain, and constantly make available to Sound Transit for review, a log throughout the design process that identifies any design- related or other decisions made by Sound Transit that the designer reasonably believes will cause actual construction costs or estimates to exceed the budgeted amount of any work element of the B-MCC. The log must include, at a minimum, (1) a brief description of the decision, (2) the date of the decision, (3) the Sound Transit individual making the decision, (4) the alternatives that were proposed but not chosen, and (5) an approximate dollar value associated with the decision compared to the proposed options. Consultant will not be responsible for redesign associated with construction estimates exceeding the budgeted amount of a work element to the extent based on decisions identified on the Owner Design Decision Log. Modifications to the B-MCC will only be made by Change Order. Consultant expressly understands that in hiring Consultant, Sound Transit is relying upon the Consultant’s expertise in cost estimating and its understanding of the local, national, and international bidding climates, as those could affect the costs of the Project, including costs for labor, materials, equipment, and supplies. Consultant’s Design-to-Budget Obligation is not intended to be one of strict liability. Relief from Consultant’s Design-to-Budget Obligation will be permitted to the extent Consultant can establish (1) that changes in the construction market could not have been reasonably foreseen by a competent and professional cost estimator familiar with the applicable construction environment and (2) that Consultant’s estimates were reasonably accurate given then-current and reasonably anticipatable construction conditions. SECTION 5 CHANGES IN THE PROJECT AND ADDITIONAL WORK A. Sound Transit may, at any time, by written order direct the Consultant to revise portions of the Project work previously completed in a satisfactory manner, delete portions of the Project, or make other changes, including additional work, within the general scope of the services or work to be performed under this Agreement. If such changes cause an increase or decrease in the Consultant's cost of, or time required for, performance of any services under this Agreement, an equitable cost and/or completion time adjustment shall be made and this Agreement shall be modified in writing accordingly. The Consultant must assert any claim for adjustment under this Section in writing within 30 calendar days from the date of receipt by the Consultant of the notification of change. The Consultant shall not perform any work or make any revisions to the Project Services or Scope of Work until Sound Transit has approved the work in writing and has agreed to the price to be paid for such work in writing.

Final Design Services for Lynnwood 6 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

B. Compensation for each such request for Additional Work will be negotiated by Sound Transit and the Consultant consistent with the compensation provisions set forth herein and, if so authorized, shall be considered part of the Project work. The Consultant shall not perform any Additional Work until so authorized by Sound Transit in writing. C. No services for which additional compensation will be charged under this Section or any other Section of this Agreement by the Consultant shall be furnished without the prior written authorization of Sound Transit, as to the changes to be made and the price to be charged per said change. D. All changes in the Project work and all Additional Work shall be negotiated and implemented taking into account the provisions for participation by Disadvantaged Business Enterprises (DBEs) and Small Businesses set forth in Section 15, Equal Employment Opportunity, and Section 16, Disadvantaged Business Enterprise (DBE) Program, of this Agreement. No changes shall be approved by Sound Transit until it is satisfied that the Consultant has made Good Faith Efforts to reach out to and contract with DBEs and Small Businesses. SECTION 6 RESPONSIBILITY OF THE CONSULTANT A. The Consultant shall be responsible for the professional quality, technical adequacy and accuracy, timely completion and coordination of all plans, designs, drawings, specifications, cost estimates, reports, and other services prepared or performed by the Consultant and its subconsultants under this Agreement. B. The Consultant shall, without additional compensation, correct or revise any errors, omissions, or other deficiencies in such plans, designs, drawings, specifications, reports, and other services; and, in the event of any deficiencies in such plans, designs drawings, specifications, reports, or other services resulting from the Consultant's professional negligence or from the professional negligence of the Consultant's subconsultants, whether or not said deficiencies have been brought to the attention of Sound Transit, the Consultant shall indemnify and reimburse Sound Transit for the cost of the corrective remedial work (including, without limitation, design, demolition, and construction) necessary to correct any such deficiencies and the consequences of such deficiencies caused by the Consultant's or subconsultants' professional negligence. Notwithstanding anything to the contrary stated herein, Consultant's liability as set forth in this Section shall be subject to the limitations set forth in Section 19, Liability and Indemnification, Paragraph F. C. The Consultant shall perform its work to conform to generally accepted professional standards applicable to the types of services and work provided hereunder. The remedies herein are nonexclusive, cumulative and in addition to any other remedy available to Sound Transit under this Agreement or otherwise provided by law or in equity. D. Sound Transit's approval of plans, drawings, designs, specifications, reports and other products of the professional services rendered hereunder shall not in any way relieve the Consultant of responsibility for the technical adequacy or accuracy thereof. Neither Sound Transit's review, approval, acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement. SECTION 7 JOINT AND SEVERAL RESPONSIBILITY OF THE JOINT VENTURE PARTNERS A. The Consultant agrees that, as between the joint venture partners, any grants, covenants, power, privileges, and liabilities under this Agreement shall be construed and Final Design Services for Lynnwood 7 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

held to be several as well as joint. Any notice, order, direction, request or any communication required to be or that may be given by Sound Transit to the Consultant as set forth in Section 29, Notice, of this Agreement shall be deemed to have been well and sufficiently given to and shall bind the Consultant, its individual joint venture members, and all persons acting on behalf of the Consultant. Any notice, request or other communications given by the Consultant to Sound Transit as indicated in Section 29, Notice, of this Agreement shall be deemed to have been given by and shall bind the Consultant, its individual joint venture members, and all persons acting on behalf of the Consultant. B. In the event of a dissolution of the joint venture, Sound Transit shall have the unqualified right to select which joint venture member, if any, shall continue the work under this Agreement and such selected member shall assume all liabilities, obligations, rights, and benefits of the Consultant under this Agreement. Such dissolution of the joint venture shall not be effected without prior consultation with Sound Transit. In the event of failure or inability of anyone of the joint venture members to continue performance under this Agreement, the other joint venture members shall perform all services and work and assume all liabilities, obligations, rights and benefits of the Consultant under this Agreement. Such determination of failure or inability to continue performance shall not be effected without prior consultation with Sound Transit. Nothing in this Section shall be construed or interpreted to limit Sound Transit's rights under this Agreement or bylaw to determine whether the Consultant or any one of the joint venture members has performed within the terms of this Agreement. SECTION 8 CONSULTANT ACQUISITION AND/OR MERGER If the Consultant executing this Agreement ceases to exist as an independent business entity by means of acquisition by and/or merger with a successor or otherwise, the Consultant shall notify Sound Transit in writing not less than 30 calendar days prior to the effective date of the circumstance causing the cessation of the independent business status. Sound Transit reserves the right to take steps to ensure it has contractual privity with the successor. The Consultant shall cooperate with this effort by agreeing to an assignment, a novation, or other document required to transfer the rights and responsibilities of the Consultant to the successor. The successor will be required to be bound to the same degree that the Consultant was bound to the obligations of this Agreement. SECTION 9 PROJECT DESIGN A. In the performance of this Agreement, the Consultant shall, to the extent practicable, provide for maximum use of structures, machines, products, materials, construction methods, and equipment that are readily available through competitive procurement, or through standard or proven production techniques, methods, and processes. B. The Consultant shall not, in the performance of the work under this Agreement, produce a design or specification that would require the use of structures, machines, products, materials, construction methods, equipment, or processes which the Consultant knows to be available only from a sole source, unless the Consultant has adequately justified the use of a sole source in writing and receives written approval from Sound Transit. C. The Consultant shall not, in the performance of the work under this Agreement, produce a design or specification that would be restrictive or written in such a manner as to contain proprietary, exclusionary, or discriminatory requirements other than those based upon performance, unless such requirements are necessary to test or demonstrate a specific thing, or to provide for necessary interchangeability of parts and equipment. Final Design Services for Lynnwood 8 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

When one or more brand names or trade names of comparable quality or utility are listed, they must be followed by the words "or approved equal." With regard to materials, if a single material is specified, the Consultant must substantiate in writing the basis for the selection of the material. SECTION 10 COMMENCEMENT AND COMPLETION OF PROJECT WORK A. After execution of this Agreement by Sound Transit and the Consultant, Sound Transit will issue a written Notice to Proceed on the Project or specific tasks thereof. Such notices to proceed will be provided for specific tasks identified as necessary to produce specified work products and shall set forth the date of commencement of the work, a description of the work to be performed, the schedule for the work authorized, and the budgets for such tasks. B. Time is of the essence in the performance by the Consultant under this Agreement. The Consultant shall complete its work and services within the Project schedule, including the established milestones and task and Project completion dates, set forth in the Scope of Work. The completion dates for tasks may be modified only upon written agreement of the parties hereto. The completion dates for tasks and the completion date of the entire Project shall not be extended because of any unwarranted delays attributable to the Consultant, but will be extended by Sound Transit in the event of a delay caused by Additional Work requested by Sound Transit or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the Consultant that could not be reasonably anticipated. C. During performance under this Agreement, the Consultant shall manage the Agreement such that its and its sub consultant’s services are provided and performed in a cost- effective and efficient manner. Task budgets are established in the Scope of Work. The Consultant shall complete its work and services within said task budgets. Task budgets may be modified only upon authorization of Sound Transit’s Project Manager. Task budgets shall not be increased because of any unwarranted delays or costs attributable to the Consultant, but will be increased by Sound Transit in the event of Additional Work within or affecting a task, because of unavoidable delay by any governmental action, or other conditions beyond the control of the Consultant that could not be reasonably anticipated. SECTION 11 REPORTING REQUIREMENTS A. No later than the fifth day of the month, the Consultant shall submit an invoice for payment, which shall include an Affidavit of Amounts Invoiced and Paid to each subconsultant, including the percentage of amounts paid to DBEs and Small Businesses, and Project Control Reports as specified in Exhibit A, Work Plan. B. All other reports shall be provided as specified in Exhibit A, Work Plan. SECTION 12 COMPENSATION A. Subject to the provisions set forth in this Agreement, the Consultant will be paid on a monthly basis by Sound Transit for authorized and satisfactorily completed work and services rendered under this Agreement. Such payment shall be full compensation for work performed and services rendered, for all supervision, labor, supplies, materials, equipment or use thereof, taxes, and for all other necessary incidentals, but in no case shall such payment exceed the earned value (i.e., percentage of work completed) as determined by Sound Transit. The amount to be paid to the Consultant shall be computed as hereinafter set forth; provided, that such payment shall not exceed a Final Design Services for Lynnwood 9 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

maximum amount of ______DOLLARS ($______) (hereinafter called the "Total Price"), which amount includes: 1. “Maximum Actual Cost to Complete Scope of Work” (“Max Cost”). The “Max Cost” is the maximum amount Sound Transit will pay the Consultant for Direct Labor Costs, Indirect Costs, and Other Direct Costs to complete the Scope of Work. In the event the Consultant incurs actual costs in excess of the Max Cost, adjusted as provided herein, the Consultant shall pay such excess from its own funds and Sound Transit shall not be required to pay any part of such excess and the Consultant shall have no claim against Sound Transit on account thereof. 2. Award Fee (See Section B.5, below).

The Total Price includes all costs and fees associated with this Agreement, subject only to authorized adjustments as specifically provided in this Agreement. Upon determination of Consultant’s actual incurred costs and the associated and award fee, if any, the Total Price will be adjusted to reflect the final value of such amounts. B. Compensation for work and services shall be on a cost plus fixed fee /Award Fee basis. Compensation shall be the sum of (1) direct labor costs, (2) indirect costs, (3) other direct costs, (4) a fixed base professional fee, and (5) Award Fee, as described below. Compensation for (1) direct labor costs, (2) indirect costs, and (3) other direct costs is limited to an amount equal to the Max Cost, as set forth above. Costs to be paid are identified on the "Summary of Fees" form, which is attached hereto as Exhibit D and incorporated herein by this reference, and comprise the following: 1. Direct Labor Costs: Direct labor costs shall be the total number of hours worked on the Project by each employee multiplied by the direct labor rate for such employee’s labor category. No premium rates of pay or overtime in excess of 40 hours per week shall be paid by Sound Transit on the work and services performed by the Consultant without the prior written approval of the Project Manager. a. Individual direct labor rate increases shall be allowed once annually by Sound Transit, provided, however, that an individual’s direct labor rate shall not be increased by a factor more than the lower of (a) 4% or (b) the sum of (i) the proportionate annual increase in the most-currently-published twelve (12) month average of the Employment Cost Index for Private Industry Professional and Business Services (professional and business services) published by the Bureau of Labor Statistics and (ii) 2%. The Consultant shall submit a single request to Sound Transit’s Project Manager, including the name, title, current labor rate, and proposed labor rate for each individual increase being requested, at least 30 calendar days in advance of the effective date of labor rates for employees or principals of the Consultant and all subconsultants. Sound Transit may request additional information. Sound Transit’s approval of such increases, if given, will be effective only if done so in a letter signed by the Project Manager. b. The promotion of an employee shall be addressed separately by the Project Manager at any time and evaluated as a new hire or new position. c. All adjustments to labor rates and promotions shall not increase the Total Price. When requesting any direct labor rate changes or promotions, the Consultant must certify that the rate change will not affect the Total Price or the Consultant’s ability to complete the full Scope of Work.

Final Design Services for Lynnwood 10 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

2. Indirect Costs: Indirect costs shall be the product of all direct labor costs (except direct labor costs paid as overtime) multiplied by an overhead rate. The parties agree that overhead rates as negotiated in Exhibit I shall be used during the first year of this Agreement. Overhead rates will be adjusted annually during the term of the Agreement beginning 12 months from the effective date of this Agreement. The Consultant must submit accounting data justifying such adjustments as outlined in Section 30, Audit and Access to Records, based on historical costs over the preceding fiscal year. Proposed rates may be subject to an audit of submitted data. Any adjustment to the overhead rate shall be effective on work performed subsequent to the request for such adjustment and shall not result in an increase in the Total Price. Direct labor costs for overtime hours will be reimbursed solely at the direct labor cost paid for the overtime hours plus an additional 15% of that amount. 3. Other Direct Costs: Other direct costs shall be the sum of the costs identified in this subparagraph 3. The Consultant shall submit accounting data identifying all direct costs for which payment is requested. The Consultant shall not request and Sound Transit shall not pay any markup on actual direct costs. a. Travel costs including transportation, lodging, subsistence and incidental expenses incurred by employees of the Consultant and each of its subconsultants while in travel status (a trip originating 50 miles beyond Sound Transit boundaries) in connection with Project work. All expenses must be approved in advance by Sound Transit and supported by itemized receipts, logs, expense reports, etc. Employees identified by the Consultant and approved as commuters by Sound Transit are authorized for reimbursement of actual expenses described below in the Travel Status subsection for up to 15 calendar days, then will be reimbursed for expenses as identified in the Commuter Status subsection below. Allowable and unallowable expenses are as follows: Local Travel: (1) Travel for local firms on Sound Transit business including mileage, parking and meals is not considered a reimbursable cost unless expressly authorized in writing by Sound Transit. Authorization must be received in advance of said travel. (2) Sound Transit does not reimburse for travel, parking, etc, to or from Sound Transit’s main office or Sound Transit’s satellite office for any work related to this agreement. This includes full time and part time employees. Travel Status (50 Mile Rule): An employee of the Consultant, subconsultant, or any other key individual who has been designated as an approved commuter, is entitled to reimbursement of lodging expenses when the temporary duty station is located more than 50 miles (most direct route) of the closer of either the traveler’s official residence or official station. (1) Local travel shall be by bus, taxi, or compact rental car. (2) A maximum approved IRS per-mile rate will be paid for the operation, maintenance, and depreciation costs of the company or individually owned vehicles for that portion of time they are used for Project work.

Final Design Services for Lynnwood 11 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

(3) Reimbursement for meals and lodging shall not exceed the per diem rates for Washington State as established by the General Services Administration, Transportation Management Policy Division of the Federal Government (http://www.gsa.gov/travel.htm). Meals reimbursed at per diem rates do not require receipts. (4) Air travel shall be by coach class at the lowest price available. Commuter Status: An employee of the Consultant, subconsultant, or any other key individual who has not relocated to the Seattle Metropolitan area and is working full time on a Sound Transit project. Authorization to Commuter Status requires written approval by Sound Transit. Reimbursement of commuter costs is as follows: (1) A monthly allowance of $2,000 per month shall be reimbursed to approve commuters subsequent to the month earned. The allowance shall constitute reimbursement of all costs including, but not limited to: rent, deposits, furniture rental, utilities, hotel parking, rental car, meals, mileage, taxi, airfare, gasoline, etc. A monthly expense report is required for reimbursement, but an itemized list and receipts are not required. (2) The Commuter Status expenses shall not exceed $20,000 for the position over the life of the contract and subsequent contract extensions, even if the individual(s) in the position(s) change. Once the limit of $20,000 has been expended for the position over the life of the contract, Commuter Status may not be converted to Relocation Status. (3) The first and last month’s commuter allowance shall be prorated. Relocation Status: An employee of the Consultant, subconsultant, or any other key individual who has relocated to the Seattle Metropolitan area to work full time on a Sound Transit project. Authorization to Relocation Status requires written approval by Sound Transit. (1) Relocation expenses shall not exceed $15,000 as defined in the FAR Title 48, Part 31.205-35. (2) Sound Transit will not approve Relocation Status for an employee of the Consultant, subconsultant or other key individual who previously filled a position approved under Commuter Status. b. Cost for equipment, materials, and supplies including, but not limited to: approved equipment rental, telephone, and cable expenses; reproduction costs including blueprinting, photographing, telecopying, photocopying, printing; express delivery charges; commercial printing, binding, artwork, and models; and computer programming and keypunching costs. (1) In-house photocopying and local fax copies are reimbursed at not to exceed $0.10 per copy for letter and legal size pages. Itemized logs are required for reimbursement. c. Authorized subcontract services; provided that the limitations set forth in item “a” above shall be applicable to such subcontract services.

Final Design Services for Lynnwood 12 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

d. Other direct costs, if any, not included above but which had prior written approval by Sound Transit. 4. Fixed Base Professional Fee (Profit): Sound Transit will pay the Consultant the Base Professional Fee in the amount of $______. It is understood and agreed that the Base Professional Fee is a fixed amount that will not vary regardless of actual costs incurred by the Consultant in the performance of the Work with the exception of change orders issued and approved by Sound Transit. Sound Transit will include a prorated portion of the Base Professional Fee in progress payments. If Consultant completes all Work with reimbursable costs less than the Max Cost, the remainder of the Base Professional Fee will be paid as part of the Final Payment. Sound Transit may permit an increase in Base Professional Fee only due to a change in or to "Additional Work" that is an increase in scope. The Base Professional Fee shall not be increased for additional level of effort.

5. Award Fee. Sound Transit has established the following award fees for performance associated with this Agreement: a. Design to Budget. 1) If at the time Sound Transit negotiates the GC/CM MACCs, the sum of those GC/CM MACCs: a) is less than the sum of the associated B MCCs, then the Award Fee will be 0.5% of the Max Cost; or b) is greater than the sum of the associated B MCCs AND less than the sum of the associated B MCCs plus 0.5% of the Max Cost, then the Award Fee will be calculated as follows: (MACC SUM B MCC SUM) Award Fee = Max Cost x .005 x [1 ] (.005 x Max Cost) − where − � � Max Cost = Maximum Actual Cost to Complete Scope of Work as defined in Section 12.A.1, excluding the cost of any Design Services During Construction work BMCC SUM = the sum dollar value of the B MCC’s MACC SUM = the sum dollar value of all GC/CM MACCs at the time of GC/CM MACC negotiation; or c) is greater than the sum of the associated B MCCs plus 0.5% of the Max Cost, then the Award Fee will be $0.00. 2) The Award Fee for “Design to Budget” will be payable to the Consultant after Sound Transit executes the construction phases of all the GC/CM contracts and upon approval of a change order to increase the Total Price of the Contract as defined in Section 12.A. b. Minimal Design Errors -- During Construction. Sound Transit assigns all change orders to one of several categories, one of which is Design Errors and Omissions. At the completion of all construction

Final Design Services for Lynnwood 13 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

related to this Agreement, Consultant will be entitled to an Award Fee (if any) as follows: 1) If the dollar value of all Change Orders (including claims) due to Design Errors and Omissions, or the portions thereof that are attributable to Design Errors and Omissions if the change order is attributable to multiple categories, is less than or equal to 3.5% of the sum of all GC/CM MACCs at the time of GC/CM MACC negotiation, then the Award Fee will be calculated as follows: TCO Award Fee = Max Cost x .01 x [1 ] . 035 x MACC SUM where − � � Max Cost = Maximum Actual Cost to Complete Scope of Work as defined in Section 12.A.1, excluding the cost of any Design Services During Construction work TCO = the sum dollar value of all Change Orders (including claims) due to Design Errors and Omissions, or the portions thereof that are attributable to Design Errors and Omissions if the change order is attributable to multiple categories MACC SUM = the sum dollar value of all GC/CM MACCs at the time of GC/CM MACC negotiation. 2) If the dollar value of all Change Orders (including claims) due to Design Errors and Omissions is greater than 3.5% of the sum of all GC/CM MACCs at the time of GC/CM MACC negotiation, then the Award Fee will be $0.00.

3) The Award Fee for “Minimal Design Errors -- During Construction” will be payable to the Consultant after the completion of construction, the settlement of all claims, and upon approval of a change order to increase the Total Price of the Contract as defined in Section 12.A. 6. Award Fee Disputes. Sound Transit established the Award Fee to incentivize, encourage, and reward the Consultant for efficiently managing the design process in a way that results in an accurate and complete final design that is within Sound Transit’s design and construction budgets. Sound Transit intends to administer the Award Fee program in a fair manner. Any disputes regarding the Award Fee will be resolved by Sound Transit’s Executive Director for Design Engineering and Construction Management through an informal process to be agreed between the parties. If Consultant disputes such decision, Consultant’s sole remedy will be an independent decision rendered by Sound Transit’s third-party Construction Management Consultant for the Project. SUCH DETERMINATION SHALL BE FINAL AND NOT SUBJECT TO ANY ADDITIONAL DISPUTE RESOLUTION PROCESS; CONSULTANT AND SOUND TRANSIT BOTH EXPRESSLY WAIVE THE RIGHT TO SUBMIT SUCH ISSUE TO SUBSEQUENT ARBITRATION, TRIAL, OR ANY OTHER DISPUTE RESOLUTION PROCESS, EXCEPT AS EXPRESSLY PROVIDED BY THIS PARAGRAPH.

Final Design Services for Lynnwood 14 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

C. No later than the date specified in Section 11, Reporting Requirements, the Consultant shall submit to Accounts Payable an invoice for payment for Project work completed to the end of the previous month. Such invoices shall be for work performed subsequent to that work covered by all previously submitted invoices and shall be computed pursuant to the rates and limitations set forth herein above. Invoices shall detail the work, hours, and employee name and level for which payment is being requested, and shall itemize, with receipts and invoices attached, the Other Direct Costs for which reimbursement is being requested. Within 30 calendar days of receipt of an invoice and upon approval of the work satisfactorily completed and amount billed, Sound Transit will pay the invoice as approved. At no time shall the total cumulative amounts paid for Project work exceed the total that would be due upon the completion of all Project work multiplied by the percentage of the required work satisfactorily completed, as determined by Sound Transit. Copies of all invoices submitted by the authorized subcontractors, associates or subconsultants shall be submitted to Sound Transit. The Consultant shall notify the Project Manager in writing no later than 10 business days after expending 75% of the total contract amount of such expenditure. D. With each invoice for payment, including final payment, the Consultant shall submit a report identifying and detailing the amounts actually paid to each subconsultant, including DBEs and Small Businesses, under this Agreement. Such reports shall include the percentage of total participation by DBEs and Small Businesses for the prior month and cumulative to date, as determined by amounts paid and total amounts of subcontracts. Such report shall be submitted in the format and on a form provided by Sound Transit. Payments shall not be made to the Consultant until such reports have been properly submitted and reviewed by Sound Transit. E. Final payment of any balance earned by the Consultant for Project work will be made within 60 calendar days after all of the following: 1. Satisfactory completion of all work required by this Agreement; 2. Receipt by Sound Transit of the plans, studies, surveys, photographs, maps, calculations, notes, reports and all other documents that are required to be prepared and submitted by the Consultant under this Agreement; 3. Delivery of all equipment/materials purchased specifically for the project where Sound Transit has reimbursed the Consultant for such costs; 4. Receipt by Sound Transit of a fully executed final statement of amounts paid to and owed to each subconsultant and supplier under this Agreement; 5. Such audit and verification as Sound Transit may deem necessary; and, 6. Execution and delivery by the Consultant of a release of all claims against Sound Transit arising under or by virtue of this Agreement, other than such claims, if any, as may be specifically exempted by the Consultant from the operation of the release in stated amounts to be set forth therein. F. No payment, whether monthly or final, to the Consultant for any Project work shall constitute a waiver or release by Sound Transit of any claims, rights, or remedies it may have against the Consultant under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by Sound Transit of any failure or fault of the Consultant to satisfactorily perform the Project work as required under this Agreement.

Final Design Services for Lynnwood 15 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

G. PROMPT PAYMENT PROVISION The purpose of this Section is to ensure that the Consultant, after receiving payment from Sound Transit, makes prompt payment to its subconsultants, for work completed in accordance with the standards set forth in this Agreement. This provision applies to all tiers of subcontracts. 1. In its Invoice for Payment, the Consultant shall include payments for subconsultants whose work was performed in accordance with the standards set forth in this Agreement. The Consultant shall not request payment from Sound Transit for amounts for subconsultants until the Consultant has determined that the subconsultants are entitled to the payment of such amounts for work completed in accordance with the standards set forth in this Agreement. 2. Within five business days of receipt of payment by Sound Transit, the Consultant shall pay such subconsultants out of such amounts as are paid by Sound Transit. If the Consultant fails or neglects to make such payment within five business days, the Consultant shall pay, to the subconsultant, interest computed at 1% per month on amounts due for the period beginning on the day after the required payment date and ending on the day on which payment of the amount due is made. 3. The Consultant shall include in each of its subcontracts a provision setting forth the payment and interest penalty clause of this Section. In addition, the Consultant shall require its subconsultants to include such a payment and interest penalty clause in each of their subcontracts and to require each of their subconsultants to include such clauses in their subcontracts with each lower tier subconsultant. Each subcontract, below the first tier, shall include a provision stating that payment will be made to the lower tiered subconsultant within five business days after receipt of payment by the higher tiered subconsultant. 4. Upon receipt of an invoice from a subconsultant, the Consultant shall include the amount of the invoice in the Consultant's next Invoice for Payment by Sound Transit, unless the Consultant determines that the subconsultant did not perform all or a portion of the work identified in the invoice to the standards set forth in this Agreement. If the subconsultant has not so performed, the Consultant shall promptly provide written notification thereof to the subconsultant and shall not include in its Invoice for Payment to Sound Transit an amount for such work. The Consultant shall include in its Invoice for Payment to Sound Transit an amount sufficient to pay the subconsultant for the work that has been performed to the standards set forth in this Agreement. 5. This Section shall not impair or limit any remedies otherwise available to the Consultant or a subconsultant in the event of a dispute involving late payment or nonpayment by the Consultant or deficient subconsultant performance or nonperformance by the Consultant. SECTION 13 SUBCONTRACTS A. Any subconsultants and outside associates or consulting firms or individuals, including any substitutions thereof, required by the Consultant in connection with services to be provided under this Agreement will be subject to prior authorization by Sound Transit. The Consultant shall be responsible for the professional standards, performance, and actions of all persons and firms performing subcontract work.

Final Design Services for Lynnwood 16 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

B. Sound Transit hereby authorizes the Consultant to subcontract with the persons and firms listed in Exhibit G, List of Subconsultants. C. The Consultant shall submit each subconsultant agreement and a cost summary therefore to Sound Transit for review and approval prior to the Subconsultant proceeding with the work. The Consultant shall ensure each subconsultant agreement includes all provisions required by this Agreement. The Consultant shall bear full responsibility for delays in performing the work if the subconsultant agreement fails to include all applicable provisions. D. The Consultant shall submit monthly reports, as indicated in Section 11, Reporting Requirements, detailing all work completed by subconsultants during the preceding month and copies of all invoices relating thereto. E. Consultant shall not terminate, for any reason whatsoever, a DBE included in the Consultant’s DBE/Small Business Commitment submitted as part of its SOQ for this Agreement, submitted by the Consultant subsequent to award of this Agreement, or included as a substitute approved by Sound Transit, for another DBE , without prior written consent by Sound Transit’s Diversity Program Director. Termination includes requests to substitute for, delete or in any other manner remove a DBE included by Consultant as part of its commitment to DBE participation. 1. Sound Transit will provide written consent for termination of a DBE only if Sound Transit agrees that the Consultant has good cause to terminate the DBE. Good cause includes the following circumstances: a. The DBE fails or refuses to execute a written contract;

b. The DBE fails or refuses to perform the work of its subcontract in a way consistent with normal industry standards. However, good cause does not exist if the failure or refusal of the DBE to perform its work on the subcontract results from the bad faith or discriminatory action of the Consultant;

c. The DBE fails or refuses to meet the Consultant's reasonable, nondiscriminatory bond requirements. However, good cause does not exist if the Consultant failed or neglected to inform the DBE of the bond requirements prior to the Consultant including the DBE as part of its SOQ for this Agreement;

d. The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness;

e. The DBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant 2 CFR Parts 180, 215 and 1200 or applicable state law;

f. Sound Transit has determined the DBE is not a responsible consultant;

g. The DBE voluntarily withdraws from the project and provides Sound Transit written notice of its withdrawal;

h. The DBE is ineligible to receive DBE credit for the type of work required;

Final Design Services for Lynnwood 17 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

i. A DBE owner dies or becomes disabled with the result the DBE consultant is unable to complete its work on the Agreement;

j. Other documented good cause Sound Transit determines compels the termination of the DBE.

Good cause does not exist if the Consultant seeks to terminate a DBE it relied upon to obtain the Agreement so the Consultant or one of its affiliates can self- perform the work for which the DBE consultant was engaged or so the Consultant can substitute another DBE, non-DBE, consultant after award. 2. Prior to submitting its request to terminate a DBE, Consultant shall give written notice to the affected DBE and provide a copy to Sound Transit, of the Consultant’s intent to request to terminate and the reason(s) for the request. 3. Consultant shall give the DBE proposed for termination not less than five calendar Days to respond to the Consultant’s written notice and advise Sound Transit and Consultant of the reasons, if any, why it objects to the proposed termination and why Sound Transit should not approve the Consultant’s request. If required in a particular case as a matter of public necessity (e.g., safety), Sound Transit may approve a response period shorter than five calendar Days. 4. When a DBE is terminated, Consultant shall make Good Faith Efforts to find another DBE to substitute for the terminated DBE. Such Good Faith Efforts shall be directed at finding another DBE to perform at least the same dollar amount of work under the Agreement as the terminated DBE to the extent needed to meet the DBE Goal established for the Agreement. SECTION 14 NON-DISCRIMINATION IN EMPLOYMENT AND CONTRACTING A. Sound Transit has adopted Guiding Principles for Employment and Contracting identifying key objectives that Sound Transit will promote and encourage through its policies. The Guiding Principles are implemented in accordance with applicable federal, state and local laws and regulations, including grant agreements. To the extent applicable, the Guiding Principles are the basis for certain provisions set forth in this Agreement. 1. It is the policy of Sound Transit that practices of employment discrimination against any person on the basis of race, color, age, sex, marital status, sexual orientation, religion, ancestry, national origin or the presence of any sensory, mental or physical disability in an otherwise qualified disabled person are prohibited. The Consultant shall adhere to these non-discrimination provisions and shall make affirmative efforts to meet Sound Transit's workforce diversity objectives in performing this Agreement. Such efforts shall apply to the employment of persons on the permanent or core employee workforce and the employee workforce secured solely for performing this Agreement. 2. It is the policy of Sound Transit that no one doing business or offering to do business with Sound Transit shall deny any person, on the basis of race, color, age, sex, marital status, sexual orientation, religion, ancestry, national origin or the presence of any sensory, mental or physical disability in an otherwise qualified disabled person, the benefits of, or exclude any person from participation in, the award and performance of any work under contracts and agreements awarded by Sound Transit, and that one doing business or offering to do business with Sound Transit shall afford equal, non-discriminatory opportunities to potential joint Final Design Services for Lynnwood 18 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

venture partners, subcontractors, subconsultants and suppliers on contracts and agreements awarded by Sound Transit. 3. The Consultant shall comply with applicable obligations and requirements under Chapter 49.60 RCW, the Washington state “law against discrimination”, including rules and regulations promulgated pursuant to such law. In particular, the Consultant as an employer shall not commit any unfair practices listed in RCW 49.60.180. 4. The Consultant shall cooperate in any studies or surveys as may be conducted by Sound Transit and as may be necessary to determine the extent of the Consultant's compliance with Sound Transit’s Diversity Program policies. B. Disadvantaged Business Enterprise (DBE) Program. It is the policy of Sound Transit to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 Code of Federal Regulations (CFR) Part 26, have an equal opportunity to receive and participate in federal Department of Transportation-assisted contracts. As a part of Sound Transit’s Guiding Principles and DBE Program, and in accordance with 49 CFR § 26.39, Sound Transit also includes measures to foster Small Business participation on federal Department of Transportation-assisted contracts. C. In the event the Consultant and/or its subconsultants fail(s) to comply with any substantive requirement of the Agreement related to non-discrimination, participation by Disadvantaged Business Enterprises or other Small Businesses, or equal employment opportunity, Sound Transit may impose sanctions as it may determine to be appropriate, including but not limited to: 1. Requiring the Consultant to take remedial action to bring the Consultant or its subconsultant into compliance; 2. Withholding payments to the Consultant until the Consultant or its subconsultant is in compliance; 3. Suspend this Agreement; 4. Terminate this Agreement; 5. Debar the Consultant or its subconsultant from future contracts with Sound Transit; and/or 6. File civil and/or criminal action(s) against the Consultant and, if applicable, its subconsultants, suppliers, employees, agents, and representatives. Sound Transit may consider any such failure by the Consultant in determining whether to award any future contracts to the Consultant. SECTION 15 EQUAL EMPLOYMENT OPPORTUNITY A. The Consultant shall not discriminate against any employee or applicant for employment because of race, religion, creed, sex, sexual orientation, age, nationality, or the presence of any sensory, mental, or physical disability, unless based upon a bona fide occupational qualification. The Consultant shall make affirmative efforts to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, creed, sex, sexual orientation, age, nationality, or the presence of such disability. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for

Final Design Services for Lynnwood 19 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

training, including apprenticeship. The Consultant shall post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. B. The Consultant shall, during the term of this Agreement, furnish Sound Transit, upon request and on forms approved by Sound Transit, a report of the affirmative efforts made by the Consultant in implementing the nondiscrimination and equal employment opportunity provisions in this Agreement. The Consultant shall permit access by Sound Transit to the Consultant's records of employment, employment advertisements, application forms, and other pertinent data and records for the purpose of determining compliance with this provision. C. The Consultant shall implement and carry out the obligations regarding equal employment opportunity submitted as part of its Statement of Qualifications (see, Exhibit L—Staffing Plan) to perform this Agreement and the equal employment opportunity provisions set forth in this Agreement. Failure to implement and carry out such obligations and provisions in good faith may be considered by Sound Transit a material breach of this Agreement and grounds for withholding payment and/or termination of the Agreement and dismissal of the Consultant. D. The Consultant shall require that substantially the same provisions as in this Section are contained in all subconsultant agreements entered into by the Consultant under this Agreement. E. In addition to complying with Sound Transit’s Guiding Principles and Policies, the Consultant shall comply with, and ensure its subcontractors comply with, applicable Federal Civil Rights Requirements set forth in this Agreement. SECTION 16 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM A. As a recipient of financial assistance from the federal Department of Transportation (DOT), through the Federal Transit Administration (FTA), Sound Transit developed and administers a Disadvantaged Business Enterprise (DBE) Program in accordance with 49 Code of Federal Regulations (CFR) Part 26. As a part of Sound Transit’s DBE Program, and in accordance with 49 CFR Part 26.39, Sound Transit also includes measures to foster Small Business participation on federal Department of Transportation-assisted contracts. The Consultant shall comply with applicable provisions in 49 CFR Part 26. B. Disadvantaged Business Enterprise (DBE) Program. It is the policy of Sound Transit to ensure that Disadvantaged Business Enterprises (DBEs) and other Small Businesses, as defined in 49 Code of Federal Regulations (CFR) Part 26, have an equal opportunity to receive and participate in federal Department of Transportation-assisted contracts. Sound Transit’s DBE Program includes: 1. Ensuring non-discrimination in the award and administration of federal Department of Transportation-assisted contracts; 2. Creating a level playing field on which DBEs can compete fairly for such contracts; 3. Ensuring that the Sound Transit DBE Program is narrowly tailored in accordance with applicable laws; 4. Ensuring that only firms that fully meet eligibility standards as set forth in 49 CFR Part 26 are permitted to participate as DBEs;

Final Design Services for Lynnwood 20 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

5. Helping remove barriers to the participation of DBEs and other Small Businesses in such contracts; and 6. Assisting in the development of firms that can compete successfully in the marketplace outside of the DBE Program. 7. Promoting the use of all types of DBEs and small businesses.

C. Pursuant to its Diversity Program objectives and 49 CFR Part 26, Sound Transit promotes and encourages participation by DBEs and other Small Businesses on its contracts. The Consultant shall afford DBEs and Small Businesses an equal, non- discriminatory opportunity to compete for business as joint venture partners, subconsultants or suppliers and shall ensure its Subconsultants also afford DBEs and other Small Businesses such opportunities. For participation by DBEs and other Small Businesses to be counted under this Agreement, the DBE and other Small Business shall perform a commercially useful function as described in 49 CFR § 26.55. The Consultant shall have full responsibility for determining whether a firm is a DBE or other Small Business and whether the firm will perform a commercially useful function under this Agreement. Sound Transit established a DBE Goal and a Small Business Goal for this Agreement. The Consultant shall make Good Faith Efforts to include the participation by DBEs and other Small Businesses under this Agreement. 1. A listing of DBEs certified by OMWBE is available on the Internet at http://www.omwbe.wa.gov/biznetwas/mainmenu.asp or by contacting OMWBE at 360-753-9693. 2. Small Businesses are firms that: a. Are organized for profit; b. Have places of business in the United States; c. Are independently owned and operated; d. Are not dominant in their fields of operation; e. For their industries, do not exceed the numerical size standard established by the federal Small Business Administration under 13 CFR Part 121; and f. Do not exceed an average annual gross receipts limit of $23.98 million for the previous three fiscal years if the particular size standard is above $23.98 million. D. The Small Business goal for this RFQ is 14% of which 7% is the DBE goal. DBEs may be counted toward the DBE and Small Business Goals, but Small Businesses that are not DBEs may only be counted toward the Small Business Goal. Such percentages were committed to by the Consultant in its Statement of Qualifications (SOQ) for this Agreement and include revisions, if any, negotiated with Sound Transit prior to award of this Agreement (See Exhibit K—DBE/Small Business Commitment Form). E. The Consultant shall make Good Faith Efforts to achieve goals of 7% participation by DBEs and 14% participation by Small Businesses on changes in the Scope of Work, including Additional Work, under this Agreement and maintain documentation of its efforts. DBEs may be counted toward DBE and Small Business participation goals, but Small Businesses that are not DBEs may only be counted toward Small

Final Design Services for Lynnwood 21 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

Business participation goals. The Consultant shall submit documentation of its Good Faith Efforts to Sound Transit prior to final agreement on such changes. F. Good Faith Efforts shall include, but are not limited to, the following activities: 1. Select portions of the Work to be performed by DBEs and Small Businesses in order to increase the likelihood that the DBE and Small Business Goals will be achieved. This includes, where appropriate, breaking out work items into economically feasible units to facilitate participation by DBEs and Small Businesses, even when the Consultant might otherwise prefer to perform these work items with its own forces. Solicit through all reasonable and available means the interest of DBEs and Small Businesses that are available and have the capabilities to perform portions of the Work. These solicitations must be made within sufficient time to allow DBEs and Small Businesses to respond to the solicitation. 2. Provide interested DBEs and Small Businesses with adequate information about the plans, specifications, and contractual requirements (e.g., bonding, insurance, labor requirements, and other requirements to be required by the Consultant in any subcontract) of the Work in a timely manner to assist them in responding to a solicitation or proposed Change Order, as applicable. Failure to inform DBEs and Small Businesses of such contractual requirements shall be considered to be a lack of Good Faith Efforts.

3. Negotiate in good faith with interested DBEs and Small Businesses. It is the Consultant’s responsibility to make a portion of the Work available to DBEs and Small Businesses and to select those portions of the Work consistent with the available businesses, so as to facilitate DBE and Small Business participation.

4. Not reject DBEs and Small Businesses as being unqualified without sound reasons based on a thorough investigation of their capabilities. 5. Make efforts to assist interested DBEs and Small Businesses in obtaining bonding, lines of credit, or insurance. 6. Make efforts to assist interested DBEs and Small Businesses in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Prepare and maintain records and documentation of the Consultant’s efforts to solicit and achieve participation by DBEs and Small Businesses. Sound Transit may direct the Consultant to submit additional documentation of the Consultant’s efforts to solicit and achieve participation by DBEs and Small Businesses. G. The Consultant shall include the following assurance in any contract, including subcontracts; it enters into under this Agreement (revised to accurately identify parties): "The Consultant, sub-recipient or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as Sound Transit deems appropriate." H. During performance of this Agreement, the Consultant shall maintain sufficient records necessary for Sound Transit to monitor the Consultant’s and its Subconsultants’ compliance with the provisions of the DBE Program. Final Design Services for Lynnwood 22 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

I. The provisions of this Section 16 apply to the Consultant if it is a DBE or Small Business. In determining whether a DBE or Small Business Consultant has met the DBE and Small Business Participation Goals, Sound Transit will count the work the DBE or Small Business Consultant performs with its own forces as well as the work performed by other DBEs and other Small Businesses, as applicable. J. If, during performance of the work, a business listed by the Consultant to meet the DBE and Small Business Participation Goals is determined not to meet the DBE or Small Business eligibility criteria, the utilization of said business will not be counted toward the fulfillment of the Consultant's DBE/Small Business Commitment. The Consultant shall substitute another business that meets the DBE or Small Business eligibility provisions in order to maintain its commitments to DBE and Small Business participation. Such substitution shall be at no additional cost to Sound Transit. K. Notwithstanding any other provision in this Agreement, in order to ensure compliance with 49 CFR Part 26, the provisions of this Section 16 shall prevail in the event of any inconsistency, dispute or contradiction of any sort with any other provisions of the Agreement. Sound Transit’s Diversity Program Director shall make final decisions on the applicability of this Section 16 vis-à-vis other provisions in the Agreement. SECTION 17 FEDERAL CIVIL RIGHTS REQUIREMENTS In addition to Sound Transit nondiscrimination requirements set forth in other Sections in this Agreement, the following Federal requirements apply to the Consultant’s performance under this Agreement: A. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Consultant agrees that it will not discriminate against any person on the basis of race, color, creed, national origin, sex, age, or disability under any program or activity receiving Federal financial assistance. In addition, the Consultant agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. Specific requirements to implement Title VI and the Americans with Disabilities Act of 1990 are included in Sections 21 and 22, respectively, of this Agreement. B. Equal Employment Opportunity - In addition to the provisions set forth in Section 15 of this Agreement, the following equal employment opportunity requirements apply to this Agreement: 1. Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Consultant agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Agreement Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Consultant agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to

Final Design Services for Lynnwood 23 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

their race, color, creed, national origin, sex, gender identity, status as a parent or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. 2. Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the Consultant agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. 3. Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Consultant agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. C. Disadvantaged Business Enterprises -- This Agreement is subject to the requirements of Title 49, Code of Federal Regulations (CFR), Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The Consultant and its subconsultants shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted Agreement. Failure by the Consultant to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as Sound Transit deems appropriate. Each subcontract the Consultant signs with a subconsultant must include the assurance in this paragraph (see 49 CFR 26.13(b)). Specific requirements to implement 49 CFR Part 26 are included in Section 16 of this Agreement. D. The Consultant also agrees to include these requirements in each subconsultant agreement entered into under this Agreement, modified only if necessary to identify the affected parties. SECTION 18 LIABILITY AND INDEMNIFICATION A. The Consultant shall comply, and shall require its subconsultants to comply, with all Sound Transit resolutions, motions and federal, state, and local laws, regulations, and ordinances applicable to the work and services to be performed under this Agreement. B. In performing work and services hereunder, Sound Transit may delegate, in writing, authority to the Consultant and its subconsultants employees, agents, and representatives to act as Sound Transit's agents. The Consultant shall not misconstrue this representative capacity by holding itself out as, or by claiming to be, an officer or employee of Sound Transit by reason hereof and will not make any claim, demand, or application to any right or privilege applicable to an officer or employee of Sound Transit that goes beyond the specific delegated authority given to it by Sound Transit, or to the specific representative capacity performed by it. Unless specifically granted this agency authority, the Consultant is operating as an independent contractor. In either case, the Consultant shall be solely responsible for any claims for wages or compensation by

Final Design Services for Lynnwood 24 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

Consultant employees, agents, and representatives, including subconsultants, or any agency and save and hold Sound Transit harmless there from. C. The Consultant shall indemnify, defend and hold Sound Transit harmless for any costs and pay any damages or judgments related to any claim brought by any person employed in any capacity by Consultant, subconsultants, or any agency on the Project, with respect to the payment of wages, salaries, or other compensation or benefits, including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. D. To the maximum extent permitted by law or the provisions of this Section, the Consultant agrees to release, indemnify and save harmless Sound Transit, its successors and assigns, and its and their shareholders, officers, officials, directors, consultants, and employees, (collectively "the Indemnified Parties") from and against any liability including any and all suits, claims, actions, losses, costs, penalties, response costs, and damages of whatsoever kind or nature to the extent arising out of, in connection with, or incident to the Consultant's negligence in its performance of this Agreement or the Work; provided, however, that if the provisions of RCW 4.24.115 apply to the Work and any such injuries to persons or property arising out of performance of this Agreement are caused by or result from the concurrent negligence of the Consultant or its Subconsultants, agents or employees, and an Indemnified Party, the indemnification applies only to the extent of the negligence of the Consultant, its Subconsultants, agents or employees. THE CONSULTANT SPECIFICALLY ASSUMES POTENTIAL LIABILITY FOR ACTIONS BROUGHT BY THE CONSULTANT'S OWN EMPLOYEES OR FORMER EMPLOYEES AGAINST ANY INDEMNIFIED PARTY, AND FOR THAT PURPOSE THE CONSULTANT SPECIFICALLY WAIVES ALL IMMUNITY AND LIMITATIONS ON LIABILITY UNDER THE WORKERS COMPENSATION ACT, RCW TITLE 51, OR ANY INDUSTRIAL INSURANCE ACT, DISABILITY BENEFIT ACT OR OTHER EMPLOYEE BENEFIT ACT OF ANY JURISDICTION THAT WOULD OTHERWISE BE APPLICABLE IN THE CASE OF SUCH CLAIM. THIS INDEMNITY OBLIGATION SHALL NOT BE LIMITED BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR CONSULTANT OR A SUBCONSULTANT UNDER WORKERS' COMPENSATION, DISABILITY BENEFIT OR OTHER EMPLOYEE BENEFITS LAWS. THE CONSULTANT RECOGNIZES THAT THIS WAIVER WAS SPECIFICALLY ENTERED INTO AND WAS THE SUBJECT OF MUTUAL NEGOTIATION. PROVIDED, HOWEVER, CONSULTANT'S WAIVER OF IMMUNITY BY THE PROVISIONS OF THIS PARAGRAPH EXTENDS ONLY TO CLAIMS AGAINST CONSULTANT BY SOUND TRANSIT, AND DOES NOT INCLUDE, OR EXTEND TO, ANY CLAIMS BY CONSULTANT'S EMPLOYEE DIRECTLY AGAINST CONSULTANT. E. The Consultant further agrees to assume the defense of the Indemnified Parties with legal counsel acceptable to Sound Transit, whose acceptance shall not be unreasonably withheld, in all legal or claim proceedings arising out of, in connection with, or incidental to the performance of this Agreement or the Work. The Consultant shall pay all defense expenses, including attorneys' fees, expert fees, and costs (collectively "defense costs") incurred directly or indirectly on account of such litigation or claims, and the Consultant shall satisfy any judgment rendered in connection therewith. In the event that any lien is placed upon the property of any of the Indemnified Parties as a result of such suits or legal proceedings, the Consultant agrees to immediately cause the same to be dissolved and discharged by giving bond or otherwise. The Consultant may settle any suit, claim, action, loss, cost, penalty, or damages, subject to the approval of Sound Transit, whose Final Design Services for Lynnwood 25 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

approval shall not be unreasonably withheld, if such settlement completely and forever extinguishes any and all liability of the Indemnified Parties. If RCW 4.24.115 applies and Consultant’s duty to defend arises out of the concurrent negligence of the Consultant or its Subconsultants, agents or employees, and an Indemnified Party, the foregoing duty to defend applies only to the extent of the negligence of the Consultant, its Subconsultants, agents or employees. In the event of litigation between the parties to enforce the rights under this Section, reasonable attorney fees shall be allowed to the prevailing party. F. Consultant further agrees that any review and/or approval by Sound Transit and/or others hereunder shall not relieve Consultant of any of its obligations to perform to generally accepted professional standards applicable to the types of services and work provided hereunder or in any way diminish its liability for the performance of such obligations or its obligations to provide the indemnities hereunder. G. The foregoing indemnities and duties to defend shall survive the termination of this Agreement and final payment hereunder, and are in addition to any other rights or remedies which Sound Transit and/or any of the Indemnified Parties may have by law or under this Agreement. In the event of any claim or demand made against any Indemnified Party hereunder, Sound Transit may, in its sole discretion, reserve, retain or apply any monies due to the Consultant under the Agreement for the purpose of resolving such claims; provided, however, that Sound Transit may release such funds if the Consultant provides Sound Transit with adequate assurance of the protection of Sound Transit's and the other Indemnified Parties' interests. H. The Consultant shall not assign any interest, obligation, or benefit in this Agreement or transfer any interest in the same, whether by assignment or novation, without prior written consent by Sound Transit; provided, however, that claims for money due or to become due to the Consultant from Sound Transit under this Agreement may be assigned to a bank, trust company, or other financial institution without such approval. Notice of any such claim assignment shall be furnished promptly to Sound Transit. I. Sound Transit's rights and remedies in this Agreement are in addition to any other rights and remedies provided by law. J. This Agreement and all provisions hereof shall be interpreted in accordance with the laws of the State of Washington in effect on the date of execution of this Agreement. Subject to the provisions herein regarding exhaustion of administrative remedies, the Superior Court of King County, Washington, shall have exclusive jurisdiction and venue over any legal action arising under this Agreement. SECTION 19 INSURANCE REQUIREMENTS A. GENERAL DESCRIPTION 1. This Section includes insurance requirements applicable to this contract. 2. Except as otherwise specified, the Consultant shall, at its sole cost and expense, obtain and maintain during the entire term of this Agreement the minimum insurance set forth below. 3. In the event the Consultant is a Joint Venture, these insurance requirements shall apply to each Joint Venture member separately. 4. By requiring such minimum insurance, Sound Transit shall not be deemed or construed to have assessed the risks that may be applicable to the Consultant

Final Design Services for Lynnwood 26 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

under this Agreement. The Consultant shall assess its own risks and, if it deems appropriate and/or prudent, maintain greater limits and/or broader coverage. 5. The fact that insurance is obtained by Consultant shall not be deemed to release or diminish the liability of the Consultant, including without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Sound Transit shall not be limited to the amount of the required insurance coverage. B. INSURANCE COVERAGES 1. General Liability: Commercial General Liability for bodily injury including death, personal injury, and property damage, with a contractual liability endorsement, and Employer’s Liability coverage, utilizing insurers and coverage forms acceptable to Sound Transit, with limits of at least $2,000,000 per occurrence and $2,000,000 general aggregate. 2. Automobile Liability: Commercial Auto Liability coverage for bodily injury and property damage utilizing insurers and coverage forms acceptable to Sound Transit, with a limit of at least $1,000,000 combined single limit. Such liability insurance, identified in B.1. and B.2. above, shall name Sound Transit, its officers, directors, agents, and employees as additional insured with respect to the work under this Agreement. 3. Workers Compensation: The Consultant will secure its liability for industrial injury to its employees in accordance with the provisions of Title 51 of the Revised Code of Washington. The Consultant will be responsible for Workers Compensation insurance for any subconsultant who provides work under subcontract. If the Consultant is qualified as a self-insurer under Chapter 51.14 of the Revised Code of Washington, it will so certify to Sound Transit by submitting a letter signed by a corporate officer, indicating that it is a qualified self-insurer, and setting forth the limits of any policy of excess insurance covering its employees.

4. Professional Liability: The Consultant shall maintain the appropriate Professional Liability insurance, with limits of liability of at least $5,000,000 per claim, for damages sustained by reason of or in the course of operations under this Agreement, whether occurring by reason of acts failing to meet the standard of care required by this Agreement, negligent acts, errors, or omissions of the Consultant.

5. Other Insurance: Other insurance as may be deemed appropriate to cover the specified risk and exposure of the scope of work or changes to the scope of work evaluated by Sound Transit. The costs of which shall be borne by contracting parties as mutually agreed.

C. GENERAL PROVISIONS 1. Certificates and Policies: Prior to commencement of Work for this Agreement, the Consultant shall provide Sound Transit with certificates of insurance showing insurance coverage in compliance with the foregoing paragraphs. All insurance coverage outlined above shall be written by insurance companies meeting Sound Transit's financial security requirements, (A.M. Best's Key Rating A-; VII or higher). Such certificates shall reference Sound Transit’s contract number Final Design Services for Lynnwood 27 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

and title. The Consultant will provide thirty (30) calendar days’ advance written notice to Sound Transit in the event the Consultant’s insurance policies are cancelled, not renewed, or materially reduced in coverage. Should the Consultant neglect to obtain and maintain in force any of the insurance required in this Section, Sound Transit may suspend or terminate this Agreement. Suspension or termination of this Agreement shall not relieve the Consultant from insurance obligations hereunder. 2. Taking into account the scope of work and services to be performed by a subconsultant, the Consultant shall prudently determine whether, and in what amounts, each subconsultant shall obtain and maintain commercial general liability and any other insurance coverage. Any insurance required of subconsultants shall, where appropriate and/or applicable, name Sound Transit as an additional insured. 3. Consultant’s insurance for General Liability, Auto Liability and Railroad Protective Liability (if applicable) shall be primary as respects Sound Transit, and any other insurance maintained by Sound Transit shall be excess and not contributing insurance with the Consultant’s insurance. 4. The Consultant and its insurers shall require that the applicable insurance policy(ies) be endorsed to waive their right of subrogation against Sound Transit. The Consultant and its insurers also waive their right of subrogation against Sound Transit for loss of its owned or leased property or property under its care, custody and control. 5. Complete copies of the Additional Insured Endorsement(s) required in B.1. and B.2. above, the Waiver of Subrogation Endorsements, and the Primary and Non- Contributory Endorsements, or policy provisions, from the General Liability and Automobile Liability policies shall be attached to the Certificates of Insurance required in this section. 6. No provision in this Section shall be construed to limit the liability of the Consultant for work not done in accordance with the Agreement, or express or implied warranties. The Consultant's liability for the work shall extend as far as the appropriate periods of limitation provided by law and up to any legal limits. 7. The Consultant may obtain any combination of coverage or limits that effectively provides the same or better amounts and types of coverage as stipulated above, subject to review and approval by Sound Transit. 8. The Consultant warrants that this Agreement has been thoroughly reviewed by the Consultant's insurance agent(s)/broker(s), who have been instructed by the Consultant to procure the insurance coverage required by this Agreement. SECTION 20 TITLE VI COMPLIANCE A. During the performance of this Agreement, the Consultant, for itself, its assignees, and its successors in interest (hereinafter referred to as "Consultant"), agrees as follows: B. Compliance with Regulations: Consultant shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation (hereinafter, "DOT"), Title VI of the Civil Rights Act of 1964, Title 49, Code of Federal Regulations (CFR), 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. Final Design Services for Lynnwood 28 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

C. Nondiscrimination: Consultant, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, or national origin in the selection, termination and retention of subconsultants, including procurement of materials and leases of equipment. 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. D. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by Consultant for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by Consultant of Consultant's obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. E. Information and Reports: 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 Sound Transit or the Federal Transit Administration (FTA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of Consultant is in the exclusive possession of another who fails or refuses to furnish this information, Consultant shall so certify to Sound Transit, or the FTA as appropriate, and shall set forth what efforts it has made to obtain the information. F. Sanctions for Noncompliance: In the event of Consultant's noncompliance with the nondiscrimination provisions of this Agreement, Sound Transit shall impose such contract sanctions as it or the FTA may determine to be appropriate, including, but not limited to: 1. Withholding of payments to Consultant under the Agreement until Consultant complies, and/or, 2. Cancellation, termination or suspension of the Agreement, in whole or in part. G. Incorporation of Provisions: Consultant shall include the provisions of subparagraphs A through E of this Paragraph in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. Consultant shall take such action with respect to any subcontract or procurement as Sound Transit or the FTA may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, Consultant may request Sound Transit to enter into such litigation to protect the interests of Sound Transit, and, in addition, Consultant may request the United States to enter into such litigation to protect the interests of the United States. SECTION 21 ADA, SECTION 504 AND OTHER FEDERAL REQUIREMENTS The Consultant is also required to comply with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 USC §§ 12101, et seq.; Section 504 of the Rehabilitation Act of 1973, as amended, 29 USC § 794; and 49 USC § 5301(d), and the following regulations and any amendments thereto: A. U.S. Department of Transportation regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37;

Final Design Services for Lynnwood 29 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

B. U.S. Department of Transportation regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 CFR Part 27; C. U.S. Department of Justice (DOJ) regulations, "Nondiscrimination on the Basis of Disability in State and Local federal government Services," 28 CFR Part 35; D. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 CFR Part 36; E. U.S. General Services Administration regulations, "Accommodations for the Physically Handicapped," 41 CFR Subpart 101-19; F. U.S. Equal Employment Opportunity Commission (EEOC) "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630; G. U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 CFR Part 64, Subpart F; and H. FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 CFR Part 609. I. Any implementing requirements that the FTA may issue. SECTION 22 WORK PRODUCT AND INTELLECTUAL PROPERTY In the event the services to be performed by the Consultant under this Agreement include the development or delivery of a work of authorship or any materials which may be protectable under intellectual property laws ("Work Product"), the following terms and conditions shall apply: A. Work Made For Hire. The Consultant agrees that Work Product has been specially ordered and commissioned by Sound Transit. Accordingly, to the extent that includes material subject to copyright, the Consultant agrees that the Work Product is done as a "work made for hire" for copyright purposes, and as a result, Sound Transit shall own all copyrights in the Work Product. B. Assignment. To the extent that the Work Product does not qualify as a work made for hire under applicable law, and to the extent that the Work Product includes material subject to copyright, patent, trade secret, mask work, or other proprietary right protection, the Consultant hereby assigns to Sound Transit, its successors and assigns, all right, title and interest in and to the Work Product, including but not limited to (1) all copyrights in the same, and in all renewals and extensions of the copyrights that may be secured under applicable laws; and (2) all rights in and to any inventions and designs embodied in the Work Product or developed in the course of the Consultant's creation of the Work Product. The foregoing assignment includes a license under any current and future patents owned, patents applied for or licensable by the Consultant to the extent necessary to exercise any rights of ownership in the Work Product. Any reuse of the Work Product except for the specific purpose intended will be at the users' sole risk without liability or legal exposure to the Consultant. C. Moral Rights. The Consultant hereby forever waives any and all "moral rights" it may have in the Work Product. D. Assistance. At Sound Transit's expense, the Consultant shall execute and deliver such instruments and take such other action as may be requested by Sound Transit to perfect

Final Design Services for Lynnwood 30 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

or protect Sound Transit's rights in the Work Product and to perfect the assignments contemplated by this Section. E. Delivery of Work Product. The Consultant agrees to deliver all aspects of the Work Product, including without limitation all plans, drawings, designs, specifications, technical reports, operating manuals, notes, data, documentation, and computer software (in source code and object code form), in accordance with the delivery schedule set forth in this Agreement. In the event of early termination of this Agreement, the Consultant shall deliver all aspects of the Work Product immediately upon such early termination at the then-existing stage of completion, and all aspects of the Work Product shall become the property of Sound Transit. F. Representations and Warranties. The Consultant hereby represents and warrants that: 1. It has full power to enter into this Agreement and make the assignments set forth herein; 2. It has not previously and will not grant any rights in the Work Product to any third party that are inconsistent with the rights granted to Sound Transit herein; 3. The Work Product does not infringe or violate any copyright, trade secret, trademark, patent or other proprietary or personal right held by any third party; and 4. The Work Product has been or will be created solely by the Consultant or employees of the Consultant within the scope of their employment and under obligation to assign all rights in the Work Product to Sound Transit, or by independent subconsultants, approved by Sound Transit in advance, under written obligations to (a) assign all rights in the Work Product to Sound Transit and (b) maintain the confidentiality of any Sound Transit confidential information disclosed to the subconsultant. G. Indemnity. 1. The Consultant shall indemnify, pay the defense costs of, and hold Sound Transit harmless from any and all claims, demands, costs, liabilities, losses, expenses and damages (including attorneys' fees, costs, and expert witnesses' fees) arising out of or in connection with any claim which, taking the claimant's allegations to be true, would result in a breach by the Consultant of any of the Consultant's warranties and covenants set forth in this Agreement. The Consultant shall reimburse Sound Transit on demand for any payment made by Sound Transit in respect of any liability or claim to which the foregoing indemnity relates, and which has resulted in an adverse judgment against Sound Transit or has been settled with the written consent of the Consultant. Prompt notice shall be given to the Consultant of any claim to which the foregoing indemnity relates. 2. If the Work Product is in any action held to constitute an infringement of any third party's rights and its use is enjoined, the Consultant shall immediately and at its expense (a) procure for Sound Transit the right to continue its use of the Work Product in accordance with this Agreement; or (b) replace the Work Product with an equivalent version that is non-infringing. H. Notations. All Work Product furnished by the Consultant, other than documents exclusively for the internal use by Sound Transit, shall carry such notations on the front cover or a title page (or in the case of maps, in the name block) as may be determined by Sound Transit. The Consultant shall also place its endorsement on all Work Products.

Final Design Services for Lynnwood 31 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

All such notations and endorsements shall be subject to prior approval by Sound Transit prior to delivery. All such notations and/or endorsements placed on the Work Product(s) by the Consultant shall be for intellectual property purposes only and shall not be for professional engineering services. I. Survival. This Section shall survive any expiration or termination of this Agreement. SECTION 23 PROHIBITED INTEREST No member, officer, or employee of Sound Transit or its governing body, or of any of its component agencies during such person’s tenure or one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, unless such interest has been disclosed in writing to Sound Transit and Sound Transit has determined that no prohibited conflicts of interest or ethical violations inhere in the circumstances. SECTION 24 CONTINGENT FEES, GRATUITIES & CONFLICTS OF INTEREST Consistent with Sound Transit's Guiding Principles, the Consultant agrees as follows: A. The Consultant warrants and covenants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees. For breach of violation of this warranty Sound Transit shall have the right to annul this Agreement without liability or in its discretion to deduct from the Total Price or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. B. The Consultant warrants and covenants that no gratuities, in the form of entertainment, gifts, or otherwise, have been or will be offered or given by the Consultant or any of its agents, employees, or representatives to any official member or employee of Sound Transit in an attempt to secure a contract or favorable treatment in awarding, amending, or making any determination related to the performance of this Agreement. C. By submission of its proposal, the Consultant covenants that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any interest that conflicts in any manner or degree with the work, services or materials required to be performed or provided under this Agreement. Furthermore, the Consultant shall not employ any person or agent having any such conflict of interest. In the event that the Consultant or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to Sound Transit and take action immediately to eliminate the conflict or to withdraw from this Agreement, as Sound Transit requests. The Consultant shall not employ any consultant who is concurrently employed by Sound Transit or by Sound Transit's consultants (including, but not limited to, surveyors, engineers, architects, and testing laboratories), without first obtaining Sound Transit's approval in writing. D. If Sound Transit's Chief Executive Officer has reason to believe that the covenants set forth in Paragraphs A, B or C above have been breached, she/he shall so notify the Consultant in writing. The Consultant shall respond to said notice within 10 business days of receipt with a detailed written explanation or answer to any facts, allegations, or questions contained or referenced in said notice. The Consultant may request a hearing on the matter by Sound Transit's Chief Executive Officer that shall be conducted within 15 business days of the receipt by the Chief Executive Officer of the request unless a later date is concurred in by Sound Transit and the Consultant. The decision of the Chief Executive Officer shall be a prerequisite to appeal thereof to Sound Transit Board

Final Design Services for Lynnwood 32 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

of Directors or to Superior Court in the County of King, State of Washington. If, after consideration of the Consultant's response and any hearing, the Chief Executive Officer determines that the covenants have been breached, the Chief Executive Officer shall have the discretion to exercise those remedies provided by any applicable federal or state laws or regulations or by this Agreement in the event of said breach and/or prohibited conflicts of interest. SECTION 25 RECYCLED PRODUCTS To the extent practicable and economically feasible, the Consultant agrees to provide a competitive preference for recycled products to be used in the Project pursuant to the U.S. Environmental Protection Agency Guidelines at 40 CFR Parts 247-253, implementing Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 USC § 6962. If possible, the Consultant shall use both sides of paper sheets for copying and printing and shall use recycled/recyclable products wherever practical at the fulfillment of this Agreement. SECTION 26 ENVIRONMENTAL STANDARDS The Consultant agrees to comply with all applicable laws, regulations, standards, orders or requirements. SECTION 27 DISPUTES AND REMEDIES A. PREVENTING CONFLICT: The parties agree to use the principles of Project Partnering, that is: collaboration and cooperation, to identify and engage in measures to prevent and resolve potential sources of conflict before they escalate into disputes, claims or legal actions. Such measures should extend to all levels of the work, including lower-tiered subconsultants, and may include the following: 1. Conducting a workshop to "kick-off" the performance of the work by introducing the concepts of Project Partnering and follow-up workshops to be held at least annually. 2. Developing and implement a Partnering Action Plan devoted to developing and maintaining a collaborative atmosphere on the Project at all levels. 3. Conducting facilitated Executive Partnering Sessions among the senior managers of each party to discuss issues related to potential conflicts and to engage in collaborative problem solving. 4. Conducting training for all parties in teambuilding, collaborative problem solving and conflict resolution skills. 5. Conducting semi-annual evaluations of the Project's partnering efforts. 6. Including language from this Section in contracts for subconsultants who become involved in the performance of the work. B. RESOLVING CONFLICTS: Sound Transit and the Consultant agree to use their best efforts to resolve disputes arising out of or related to this Agreement using good faith negotiations and the principles of Project Partnering by engaging in the following Dispute Resolution Process should any such disputes arise: 1. Level One - The Project Engineer for Sound Transit, the Project Engineer for the Consultant and the Project Engineer for any subconsultants involved in the work that gives rise to the dispute shall meet to discuss and attempt to resolve the

Final Design Services for Lynnwood 33 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

dispute, in a timely manner. If they cannot do so, they pass the dispute to Level Two. 2. Level Two - The Project Manager for Sound Transit, the Consultant's Project Manager, and the Project Manager for any subconsultants involved in the work shall meet to discuss and attempt to resolve the dispute, in a timely manner. If they cannot do so, they pass the dispute to Level Three. 3. Level Three - The Executive Director of DECM shall make a decision regarding the dispute, after conferring with the Consultant as may be necessary. In the event the Consultant disagrees with the decision of the Director, the disputes shall be referred to mediation as a condition precedent to the commencement of a civil action in the Superior Court of King County. At all times during the course of the conflict or dispute resolution efforts the Consultant agrees to continue to perform the work with due diligence in accordance with the standard of care described in Section 6, Responsibility of the Consultant. SECTION 28 NOTICE Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof by the addressee-party or twenty-four (24) hours after mailing to the place of business set forth below, whichever is earlier.

Sound Transit: Consultant: 401 South Jackson Street Seattle, Washington 98104-2826 Attn: John F. Santiago Attn: Sr. Design & Construction Contracts Specialist

SECTION 29 AUDIT AND ACCESS TO RECORDS A. Maintenance Of Records: The Consultant, including its subconsultants, shall maintain books, records, documents, and other evidence directly pertinent to performance of the work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied. The Consultant shall maintain an index of such records to facilitate access and recovery of such records. B. Access For Audit Purposes: Sound Transit or any of its duly authorized representatives shall, for the purpose of audit and examination, have access to and be permitted to inspect such books, records, documents, and other evidence for inspection, audit, and copying for a period of six years after final payment is made under this Agreement. Sound Transit shall also have access to such books, records, and documents during the performance of the work if deemed necessary by Sound Transit to verify Consultant work and invoices, to assist in negotiations for additional work, and to resolve claims and disputes. Sound Transit will give five business days’ notice to the Consultant for access to original records. Audits conducted under this Section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or audit agency(ies). C. The Consultant agrees to the disclosure of all information and reports resulting from access to records under Paragraphs A and B of this Section provided that the Final Design Services for Lynnwood 34 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

Consultant is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments of reasonable length, if any, of the Consultant. D. Access for Purposes of Public Disclosure: The public, from time to time, may request access to records relating to the work. Sound Transit has a duty to disclose documents as requested unless such requests call for documents that are specifically exempted from disclosure pursuant to Washington Law. Such requests from the public will be made in writing in a stipulated form to Sound Transit. Sound Transit will administer the request by serving as the point of contact with the public member making the request, invoicing for the costs of copying and reviewing the records for potential exemptions. Sound Transit will refer the collection, compilation, indexing, and copying of the actual records to the Consultant. The Consultant shall maintain the records in a condition that will facilitate such responses and will provide necessary staff for this purpose. A task for these purposes shall be designated on the Project Control Report with a separately identified WBS number so that costs and hours can be budgeted and monitored. This task shall include all costs for labor, equipment and supplies for providing these services. E. The periods of access and examination described in Paragraphs A and B of this Section for records that relate to (1) disputes between Sound Transit and the Consultant, (2) litigation or settlement of claims arising out of the performance of this Agreement, or (3) costs and expenses of this Agreement as to which exception has been taken by the Comptroller General or any of his or her duly authorized representatives, shall continue until all disputes, claims, litigation, appeals, and exceptions have been resolved. F. The Consultant shall ensure that substantially all of the foregoing Paragraphs are included in each subcontract for work on this Agreement to the effect that the subconsultant agrees that Sound Transit, the U.S. Department of Transportation, and the Comptroller General of the United States, or any of their duly authorized representatives shall, until the expiration of six years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers, and other records of the subconsultant. The term "subcontract" as used in this paragraph excludes (1) purchase orders not exceeding $10,000 and (2) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. SECTION 30 REPORTING, RECORD RETENTION AND ACCESS A. Consultant shall comply with reporting requirements of the U.S. Department of Transportation grant management rules, and any other reports required by the Federal Government. B. Consultant agrees to maintain intact and readily accessible all work, materials, payrolls, books, documents, papers, data, records and accounts pertaining to the Agreement. Consultant agrees to permit the Secretary of Transportation, the Comptroller General of the United States and Sound Transit, or their authorized representatives, access to any work, materials, payrolls, books, documents, papers, data, records and accounts involving the Agreement for the purpose of making audit, examination, excerpts, and transcriptions pertaining to the Agreement as it affects the Project. Consultant shall retain all required records for six (6) years after Sound Transit has made final payments. The period of access and examination for records that relate to (1) litigation or the settlement of claims arising out of the performance of this Agreement, or (2) costs and Final Design Services for Lynnwood 35 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

expenses of this Agreement as to which exception has been taken by the Comptroller General of the United States or the U.S. Department of Transportation, or any of their duly authorized representatives, shall continue until such litigation, claims, or exceptions have been disposed of. Consultant shall require its subconsultants to also comply with the provisions of this Paragraph B, and shall include the provisions of this Paragraph B in each of its subcontracts. SECTION 31 PRIVACY A. Should the Consultant, or any of its subconsultants, or their employees administer any system of records on behalf of the federal government, the Privacy Act of 1974, 5 USC § 552a, imposes information restrictions on the party administering the system of records. B. For purposes of the Privacy Act, when the Agreement involves the operation of a system of records on individuals to accomplish a government function, Sound Transit and any Consultants, third-party contractors, subcontractors, and their employees involved therein are considered to be government employees with respect to the government function. The requirements of the Act, including the civil and criminal penalties for violations of the Act, apply to those individuals involved. Failure to comply with the terms of the Act or this provision of this Agreement will make this Agreement subject to termination. C. The Consultant agrees to include this clause in all subcontracts awarded under this Agreement that require the design, development, or operation of a system of records on individuals subject to the Act. SECTION 32 CHANGES IN GOVERNMENTAL REGULATIONS A. In the event local, state or federal laws or regulations that were not announced or enacted at the time of Bid and/or submittal of Proposal, and such laws or regulations make standards more stringent or compliance more costly under this Agreement, the Consultant shall notify Sound Transit in writing of such laws or regulations and their effects on the pricing or delivery schedule promptly after the Consultant first became aware of the laws and regulations and prior to incurring any such expenses. B. Sound Transit will make a determination as to whether the Consultant should be reimbursed for any such expenses or any time extensions should be granted in accordance with the provisions of Section 4, Scope of Work, and Section 5, Changes in the Project and Additional Work. C. The Consultant shall be deemed to have had notice of any Federal law or regulation announced or enacted at the time of contract award, even though such law or regulation did not take effect or become operative until some date after the contract award. D. The Consultant shall, immediately upon becoming aware of any such imposition or change of requirement, provide Sound Transit with full and detailed particulars of the changes required in the equipment and of costs involved therein, or shall be deemed to have waived any rights under this Section. In the event any governmental requirements are removed, relaxed or changed in any way after the date of contract award so as to make the Consultant's performance less expensive, or less difficult, then Sound Transit shall have the option either to require the Consultant to perform pursuant to the more rigorous requirements or to receive a reduction in the price of the equipment affected for all savings in direct costs which may be realized by the Consultant by reason of such change and appropriate adjustments in deductions for overhead and profit made so as to reflect actual savings made by the Consultant. Sound Transit shall give the Consultant notice of Sound Transit's determination, and anticipated savings.

Final Design Services for Lynnwood 36 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

SECTION 33 COMPLIANCE WITH ALL LAWS AND REGULATIONS A. The Consultant agrees to comply with all federal, state and local laws and regulations applicable to such services, including all regulations, requirements and registrations related to lobbying activities and including the conditions of the federal Occupational Safety and Health Act of 1970 (OSHA) and the Washington Industrial Safety and Health Act of 1973 (WISHA) whenever such laws are applicable to work and services provided under this Agreement. B. The Consultant shall comply with all federal, state, and local licensing, registration, filing and/or certifications standards, all applicable accrediting standards, and any other standards or criteria established by any agency of the State of Washington or of the federal government applicable to the Consultant's operation. C. The Consultant shall comply and, to the best of its ability, shall require its subconsultants to comply with all Sound Transit resolutions and policies (for example Sound Transit's policy on equal employment opportunity and harassment) and federal, state and local laws, regulations and ordinances applicable to the work and services to be performed under this Agreement. Copies of Sound Transit's resolutions and policies are available upon request. D. Sound Transit and the Consultant agree to exercise reasonable efforts to stay apprised of any changes to federal, state or local laws, regulations and ordinances referred to in this Section, to bring any such changes to the attention of the other party and to negotiate in good faith the effects of any such changes. SECTION 34 SUSPENSION OF WORK A. Sound Transit may order the Consultant, in writing, to suspend, delay, or interrupt all or any part of the work of this Agreement for a period of time that Sound Transit determines appropriate for the convenience of Sound Transit. The Consultant shall immediately comply with such order and such compliance shall be in accordance with the order. The Consultant shall immediately recommence work in accordance with Sound Transit's notice lifting the suspension, delay, stop work, or interruption order. B. In addition, if the performance of all or any part of the work is, for an unreasonable period of time, suspended, delayed, or interrupted: 1) by an act of Sound Transit in the administration of this Agreement, or 2) by Sound Transit's failure to act within a reasonable time or within the time specified in this Agreement, an adjustment shall be made for any increase in the cost of performance of this Agreement, exclusive of profit, necessarily caused by the unreasonable suspension, delay or interruption, and the Agreement shall be modified in writing accordingly. However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the Consultant, or for which an equitable adjustment is provided for or excluded under any other term or condition or provision of this Agreement. C. An adjustment to this Agreement under this clause shall not be allowed: 1) for any costs incurred more than 20 calendar days before the Consultant shall have notified Sound Transit in writing of the act or failure to act involved (but this requirement shall not apply as to a request/proposal for adjustment resulting from suspension order), and 2) unless the adjustment, in an amount stated, is asserted in writing as soon as practicable after the termination of the suspension, delay, or interruption, but not later than the date of final payment under this Agreement.

Final Design Services for Lynnwood 37 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

SECTION 35 TERMINATION OF AGREEMENT A. Termination for Default 1. Sound Transit may terminate this Agreement, in whole or in part, in writing if the Consultant substantially fails to fulfill any or all of its obligations under this Agreement through no fault of Sound Transit; provided, that, insofar as practicable, the Consultant will be given: (1) not less than 10 calendar days' written notice delivered by certified mail, return receipt requested, of intent to terminate; and, (2) an opportunity for consultation with Sound Transit before termination. An opportunity for consultation shall not mean the Consultant can prohibit Sound Transit's termination of the Agreement. 2. If Sound Transit terminates for default on the part of the Consultant, Sound Transit shall determine the amount of work satisfactorily completed to the date of termination and the amount owing to the Consultant using the criteria set forth below; provided, that (1) no amount shall be allowed for anticipated profit on unperformed services or other work and (2) any payment due to the Consultant at the time of termination may be adjusted to the extent of any additional costs Sound Transit incurs because of the Consultant's default. In such event, Sound Transit shall consider the actual costs incurred by the Consultant in performing the Project work to the date of termination, the amount of work originally required that was satisfactorily completed to the date of termination, whether that work is in a form or of a type that is usable and suitable to Sound Transit at the date of termination, the cost to Sound Transit of completing the work itself or of employing another firm to complete it and the inconvenience and time that may be required to do so, and other factors that affect the value to Sound Transit of the Project work performed to the date of termination. Under no circumstances shall payments made under this provision exceed the Total Price set forth in this Agreement. This provision shall not preclude Sound Transit from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by letter of credit or other withheld payments. B. Termination for Convenience 1. In addition to termination under Paragraph A of this Section, Sound Transit may terminate this Agreement, in whole or in part, in writing, for its convenience and/or lack of appropriations. 2. If Sound Transit terminates for convenience, Sound Transit will pay an amount for services satisfactorily performed to the date of termination, a reasonable profit for such services or other work satisfactorily performed, and an amount for expenses incurred before the termination, in addition to termination settlement costs the Consultant reasonably incurs relating to commitments that had become firm before the termination, unless Sound Transit determines to assume said commitments. C. Upon receipt of a termination notice under Paragraphs A or B above, the Consultant shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) promptly deliver or otherwise make available to Sound Transit all data, drawings, specifications, calculations, reports, estimates, summaries, such other information and materials as the Consultant or subconsultants may have accumulated in performing this Agreement, whether completed or in progress, and all equipment/materials purchased

Final Design Services for Lynnwood 38 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

specifically for the Project where Sound Transit has reimbursed the Consultant for such costs. D. Upon termination under any Paragraph above, Sound Transit may take over the work and prosecute the same to completion by agreement with another party or otherwise. E. If, after termination for failure of the Consultant to fulfill contractual obligations, it is determined that the Consultant has not so failed, the termination shall be deemed to have been effected for the convenience of Sound Transit. In such event, the equitable adjustment shall be determined as set forth in Paragraph D of this Section. F. If, because of death, unavailability, or any other occurrence, it becomes impossible for any lead personnel employed by the Consultant in Project work or for any corporate officer of the Consultant to render services to the Project, the Consultant shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of Sound Transit. If Sound Transit agrees to termination of this Agreement under this provision, payment shall be made as set forth in Paragraph A.2 of this Section. SECTION 36 FALSE OR FRAUDULENT STATEMENTS AND CLAIMS A. The Consultant recognizes that the requirements of the Program Fraud Civil Remedies Act of 1986, as amended, 49 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Accordingly, by signing this Agreement, the Consultant certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, or it may make pertaining to the covered Grant Agreement, Cooperative agreement, Contract or Project. In addition to other penalties that may be applicable, the Consultant acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on the Consultant, to the extent the Federal Government deems appropriate. B. The Consultant also acknowledges that it if makes a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government in connection with an urbanized area formula project financed with Federal assistance authorized by 49 U.S.C. § 5307, the Government reserves the right to impose on the Consultant the penalties of 18 U.S.C. § 1001, 31 USC §§ 3801, et seq., and 49 U.S.C. § 5307(n)(1), to the extent the Federal Government deems appropriate. C. The Consultant agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subconsultant who will be subject to the provisions. SECTION 37 APPLICABILITY OF FEDERAL GRANT CONTRACT A. This procurement may be subject to one or more financial assistance contracts between Sound Transit and the U.S. Department of Transportation, which incorporate the current FTA Master Agreement and Circular 4220.1, as amended. U.S. Department of Transportation's level of financial assistance may be between zero and eighty percent (0- 80%). The Consultant is required to comply with all terms and conditions prescribed for third party contracts in these documents. B. Federal laws, regulations, policies and administrative practices may be modified or codified after the date this Agreement is established and may apply to this Agreement. Final Design Services for Lynnwood 39 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

To assure compliance with changing federal requirements, Contract Award indicates that the Consultant agrees to accept all changed requirements that apply to this Agreement. SECTION 38 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS A. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1, as amended, (http://www.fta.dot.gov/laws/circulars/leg_reg_4063.html), and the Master Grant Agreement (http://www.fta.dot.gov/documents/13-Master.doc), are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Consultant shall not perform any act, fail to perform any act, or refuse to comply with any Sound Transit request that would cause Sound Transit to be in violation of the FTA terms and conditions. B. The FTA Master Agreement obligates Sound Transit to incorporate certain provisions into this Agreement and any lower tier subcontracts at any level and to take appropriate measures to ensure that Consultant and its lower tier subconsultants at any level comply with certain applicable requirements set forth in the Master Agreement. The FTA Master Agreement is hereby incorporated by reference into this Agreement, and Consultant shall comply with all such requirements. C. Copies of the FTA Master Agreement are available from Sound Transit. SECTION 39 FEDERAL FUNDING LIMITATION Consultant understands that funds to pay for Consultant's performance under this Agreement are anticipated to be made available from the United States Department of Transportation through the Federal Transit Administration (FTA). All funds must be approved and administered by FTA. Sound Transit's obligation hereunder is payable from funds that are appropriated and allocated by FTA for the performance of this Agreement. If funds are not allocated, or ultimately are disapproved by FTA, Sound Transit may terminate or suspend Consultant's services without penalty. Sound Transit shall notify Consultant promptly in writing of the non-allocation, delay, or disapproval of funding. SECTION 40 NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES Consultant agrees that absent the Federal Government's express written consent, the Federal Government shall not be subject to any obligations or liabilities to any subrecipient, any third party contractor, or any other person not a party to the Grant Agreement in connection with this Project. Notwithstanding any concurrence provided by the Federal Government in or approval of any solicitation, subagreement, or third party contract, the Federal Government continues to have no obligations or liabilities to any party, including a subrecipient or third party contractor. SECTION 41 FEDERAL LOBBYING RESTRICTIONS A. This Agreement is subject to Section 319, Public Law 101-121 (31 U.S.C. §1352) and U.S. DOT regulations "New Restrictions on Lobbying," 49 CFR Part 20, which prohibits Federal funds from being expended to influence or to attempt to influence an officer or employee of any agency, members of Congress, an office or employee of Congress or an employee of any Member of Congress in connection with the awarding of any federally funded contract, the making of any Federal grant or loan, or entering into any cooperative agreement and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. Consultants and Subconsultants at any time who apply or bid for an award of $100,000 or more shall file the certification Final Design Services for Lynnwood 40 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

required by 49 CFR Part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or any employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. The Consultant shall submit the "Certification Regarding Lobbying" included in this document. The Consultant's signature on this certification shall certify that: a) it has not engaged in the prohibited activity and b) the language of the certification shall be included in all lower tier subcontracts which exceed $100,000, and that all such subconsultants shall certify and disclose accordingly. Sound Transit is responsible for keeping the certification form of the Consultant, who is in turn responsible for keeping the certification forms of subconsultants. Further, by executing the Agreement, the Consultant agrees to comply with these laws and regulations. B. If the Consultant has engaged in any lobbying activities to influence or attempt to influence the awarding of this Agreement, the Consultant must disclose these activities. In such a case, the Consultant shall complete Standard Form SF-LLL, "Disclosure of Lobbying Activities". Sound Transit must also receive all disclosure forms. C. The Consultant and any subconsultants shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of a previously filed disclosure form. An event that materially affects the accuracy of the information reported includes: 1. A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence this federally funded Agreement; or 2. A change in the person(s) influencing or attempting to influence this federally funded Agreement; or 3. A change in the officer(s), employee(s) or member contracted to influence or attempts to influence this federally funded Agreement.

SECTION 42 LOBBYING CERTIFICATION AND DISCLOSURE Pursuant to 40 CFR Part 34 (which is by this reference incorporated herein), the Consultant shall execute and return the Certification Regarding Lobbying by Consultant form set forth in Exhibit J with the execution of this agreement. SECTION 43 DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS A. Pursuant to Executive Order 12549 and 12689, "Debarment and Suspension," 31 USC § 6101 and federal regulations in 49 CFR 29, entities and individuals who are debarred or suspended by the federal government are excluded from obtaining federal assistance funds under this Contract. B. Further, the Consultant shall not knowingly enter into any subcontract exceeding $25,000 with an entity or person who is proposed for debarment under 48 CFR Part 9, subpart 9.4, debarred, suspended, or who has been declared ineligible from obtaining federal assistance funds. As such, the Consultant shall verify, prior to entering into any agreement with subconsultants seeking subcontracts greater than $25,000, that said subconsultant has not been debarred or suspended. Debarment and suspension Final Design Services for Lynnwood 41 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

information can be verified at http://www.sam.gov. The consultant is responsible for printing and retaining the verification in the project file. SECTION 44 EXCLUSIONARY OR DISCRIMINATORY SPECIFICATIONS Apart from inconsistent requirements imposed by Federal statute or regulations, the Consultant agrees that it will comply with the requirement of 49 U.S.C. § 5323(h)(2) by refraining from using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. SECTION 45 CONSERVATION The Consultant shall recognize mandatory standards and policies relating to energy efficiency that are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC Section 6321 et seq.). SECTION 46 CLEAN WATER A. The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Consultant agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. B. The Consultant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. SECTION 47 CLEAN AIR A. The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §.§ 7401 et seq. The Consultant agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. B. The Consultant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. SECTION 48 FLY AMERICA The Federal Government will not participate in the costs of international air transportation of any persons involved in or property acquired for the Project unless that air transportation is provided by US flag air carriers to the extent service by these carriers is available, as required by the International Air Transportation Fair Competitive Practices Act of 1974, as amended, 49 USC § 40018, in accordance with US GAO regulations, "Uniform Standards and Procedures for Transportation Transactions." 4 CFR Part 52, and US GAO Guidelines for Implementation of the "Fly America Act," B-138942, 1981 US Comp. Gen. LEXIS 2116, March 31, 1981. SECTION 49 SEISMIC SAFETY The Consultant agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The Consultant also agrees to ensure that all work performed under this Contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. Final Design Services for Lynnwood 42 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

SECTION 50 NATIONAL INTELLIGENT TRANSPORTATION SYSTEMS ARCHITECTURE AND STANDARDS The Consultant agrees to conform, to the extent applicable, to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by section 5206(e) of TEA- 21, 23 U.S.C. § 502 note, and with FTA Notice, "Federal Transit Administration National ITS Architecture Policy on Transit Projects" 66 Fed. Reg. 1455 et seq., January 8, 2001, and other subsequent Federal directives that may be issued. SECTION 51 ELECTRONIC AND INFORMATION TECHNOLOGY When providing reports or other information to Sound Transit, or to the Federal Transit Administration (FTA), among others, on behalf of Sound Transit, the Consultant agrees to prepare such reports or information using electronic or information technology capable of assuring that the reports or information delivered will meet the applicable accessibility standards of Section 508 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794d, and U.S. ATBCB regulations, "Electronic and Information Technology Accessibility Standards," 36 C.F.R. Part 1194. SECTION 52 ENTIRETY, AMENDMENT AND EXECUTION OF AGREEMENT This Agreement merges and supersedes all prior negotiations, representations, and agreements between the parties relating to the subject matter hereof and constitutes the entire agreement between the parties. This Agreement may be amended only by written instrument signed by the parties hereto. This Agreement shall be executed in two counterpart copies, any of which shall be considered for all purposes as the original. SECTION 53 NO TEXTING WHILE DRIVING A. Consultant shall comply with Executive Order No. 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, 23 U.S.C.A. § 402 note, and DOT Order 3902.10, Text Messaging While December 30, 2009. Contractor shall: 1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving; 2. Consultant-owned or Consultant -rented vehicles or Government-owned, leased or rented vehicles; 3. Privately-owned vehicles when on official Project related business or when performing any work for or on behalf of the Project; or 4. Any vehicle, on or off duty, and using an employer supplied electronic device. 5. Conduct workplace safety initiatives in a manner commensurate with the Contractor's size, such as: a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. B. "Driving" is defined as operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. "Driving"

Final Design Services for Lynnwood 43 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. C. "Text Messaging" is defined as reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. The term does not include the use of a cell phone or other electronic device for the limited purpose of entering a telephone number to make an outgoing call or answer an incoming call, unless the practice is prohibited by State or local law. D. Consultant shall include this provision in all subcontracts at all tiers.

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. CENTRAL PUGET SOUND CONSULTANT REGIONAL TRANSIT AUTHORITY By: By: Michael Harbour Acting Chief Executive Officer PRINT NAME Title: Date

Date APPROVED AS TO FORM By:

Legal Counsel

Final Design Services for Lynnwood 44 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT A WORK PLAN

Final Design Services for Lynnwood 45 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT B SUMMARY OF FEES

Final Design Services for Lynnwood 46 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT C BUDGET BASELINE

Final Design Services for Lynnwood 47 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT D PROJECT CONTROL BASELINE

Final Design Services for Lynnwood 48 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT E SCHEDULE

Final Design Services for Lynnwood 49 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT F KEY PERSONNEL

Final Design Services for Lynnwood 50 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT G LIST OF SUBCONSULTANTS

Final Design Services for Lynnwood 51 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT H ORGANIZATIONAL CHART

Final Design Services for Lynnwood 52 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT I OVERHEAD RATES TABLE

Final Design Services for Lynnwood 53 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT J CERTIFICATION REGARDING LOBBYING The undersigned [Consultant] certifies, to the best of his or her knowledge and belief, that: A. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. B. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any 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 [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] C. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 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 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.]

The Consultant, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Consultant understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.

Signature of Consultant's Authorized Official Date

Name and Title of Consultant's Authorized Official

Final Design Services for Lynnwood 54 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT K DBE/SMALL BUSINESS PARTICIPATION FORM

Definitions for DBE and Small Business Participation Plan Box Name Description 1 Procurement Number Sound Transit's Procurement Number as listed on the cover of the solicitation document.

2 Procurement Title Name of procurement as written on the cover of the solicitation document.

3 Company Name Submitter's company name.

4 Address Business address of Submitter's office in Sound Transit's locale.

5 City, State, Zip City, state, zip for Box No. 4 above.

6 Contact Name Submitter's contact person for this procurement.

7 Contact Phone Contact's phone number.

8 Contact's Email Contact's Email address.

9 Small Business Commitment Total percentage the Submitter commits to including on the contract of proposed subconsultants who are either certified or self-declared Small Businesses, including the Submitter’s contribution if Submitter is either a certified or self-declared Small Business.

10 Small Business Goal Sound Transit's Small Business Goal as listed in the solicitation document.

11 DBE Commitment Total percentage the Submitter commits to including on the contract of proposed subconsultants who are

DBEs deemed eligible by OMWBE, including the Submitter’s contribution if Submitter is a DBE deemed eligible by OMWBE.

12 DBE Goal Sound Transit's DBE Goal as listed in the solicitation document.

13 Total Contract Price Total Amount of Contract

14 DBE and Small Business Participants List all DBEs and Small Business participants, including Submitter, if Submitter is a DBE deemed eligible by OMWBE or a certified or self-declared Small Business.

Final Design Services for Lynnwood 55 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

15 DBE/Small Business Indicator Indicate the type of certification status or other indicator of each Small Business: Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SB), Small Business Administration (SBA), Americans With Disabilities Act Businesses (ADAB), Other (identify).

16 Description of Work Brief description of the work to be performed by the proposed DBE or Small Business Participant.

17 DBE/Small Business Participants: Proposed Subcontract Amount for Small Business Proposed Subcontract Amount Participants, including Submitter if Submitter is a DBE deemed eligible by OMWBE or a certified or self- declared Small Business.

18 DBE/Small Business Participants: Percent Percentage of Proposed Contract to be performed by of Proposed Contract Small Business Participants, including Submitter if Submitter is a DBE deemed eligible by OMWBE or a certified or self-declared Small Business.

19 DBE/Small Business Participants: Subtotal From attached list of DBE/Small Business Participants, of Proposed Subcontract Amount from if any, Subtotal of Proposed Subcontract Amount. attached list, if any, of Small Business Participants

20 DBE/Small Business Participants: Percent From attached list of DBE/Small Business Participants, of Proposed Contract – Percent from if any, Subtotal of Percent of Proposed Contract. attached list, if any, of DBE/Small Business Participants

21 DBE/Small Business Participants Total: Total Proposed Subcontract Amount for all DBE/Small Proposed Subcontract Amount Business Participants listed, including Submitter if Submitter is a DBE deemed eligible by OMWBE or a certified or self-declared Small Business.

22 DBE/Small Business Participants Total: Total Percent of the work to be performed by all Percent of Proposed Contract DBE/Small Business Participants listed, including Submitter if Submitter is a DBE deemed eligible by OMWBE or a certified or self-declared Small Business.

FORM CONTINUES ON NEXT PAGE

Final Design Services for Lynnwood 56 Contract No.. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

EXHIBIT K (Continued) DBE/SMALL BUSINESS PARTICIPATION FORM

Diversity Contract Goals

Procurement No. 1. Company Name 3. Small Business Commitment 9. %

Address 4. Small Business Goal 10. %

Procurement Title 2. City/State/Zip 5. DBE Commitment 11. %

Contact Name 6. DBE Goal 12. % Contact Phone 7.

Contact Email 8. 13. Total Contract Price: $

DBE/Small Business Participants 15. DBE/Small 14. DBE/Small Business Business Participants (May include Indicator 16. Description of Work 17. Proposed 18. Percent of Submitter if counted towards (DBE, MBE, Subcontract Proposed Goal) WBE, Size, etc) Amount Contract

$ % $ % $ % $ % $ % $ % $ % Total and percent from attached list of DBE and Small Business participants: 19. $ 20. % Total and percent for all DBE and Small Business participants: 21. $ 22. % (Please attach a separate list of additional planned

Small Business participants, as necessary) END OF FORM Final Design Services for Lynnwood 57 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev 01/23/14

Final Design Services for Lynnwood 58 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev 01/23/14

EXHIBIT L STAFFING PLAN

Final Design Services for Lynnwood 59 Contract No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

END OF DRAFT CONTRACT AGREEMENT

Final Design Services for Lynnwood 60 Contract No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center D&CC Rev 01/23/14

SECTION THREE SCOPE OF WORK

Final Design Services for Lynnwood Page 28 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

Exhibit A—Civil Final Design

Scope of Work for Civil Final Design Lynnwood Link Extension Northgate Station to Lynnwood Transit Center

RFQ NO. RTA/AE 0010-15

Rev. 0 August 2015

Exhibit A—Civil Final Design

TABLE OF CONTENTS

1. General...... 1 Project Description ...... 2 Scope of Work & Contract Packages ...... 3 Design Milestones & Schedule ...... 6 Sound Transit Furnished Materials ...... 8 Product and Submittal Format ...... 10 2. Management Tasks ...... 11 Task 1: Project Management and Control ...... 11 Task 2: Design and Project Integration/Interface Management ...... 19 Task 3: CADD and BIM Management ...... 30 Task 4: Quality Management Program ...... 39 3. Design and Engineering Tasks ...... 43 Task 5: Architectural...... 43 Task 6: Building Management System ...... 51 Task 7: Civil ...... 53 Task 8: Environmental ...... 57 Task 9: Geotechnical ...... 63 Task 10: Mechanical, Electrical, and Plumbing ...... 70 Task 11: Noise, Vibration, and Ground-Borne Noise Mitigation ...... 73 Task 12: Right-of-Way ...... 76 Task 13: Roadway and Traffic Design ...... 80 Task 14: Structures ...... 88 Task 15: Surveying and Mapping ...... 96 Task 16: Sustainability ...... 99 Task 17: Track and Guideway ...... 102 Task 18: Utilities ...... 105 4. Coordination and Support Tasks...... 117 Task 19: Community Outreach ...... 117 Task 20: Construction Cost Estimating ...... 120 Task 21: Contract Cost Negotiation ...... 124 Task 22: Contract Specifications and Special Conditions ...... 125 Task 23: Design Services During Construction ...... 128 Task 24: Federal and State Approvals and Support ...... 133 Task 25: Graphics and Support for Public Outreach ...... 136 Task 26: Permits ...... 138 Task 27: Risk Assessment and Management Support ...... 140 Task 28: Safety and Security Certification ...... 142 Task 29: Supplemental Services ...... 144 Task 30: Value Engineering and Constructability Review ...... 146

Lynnwood Link Extension Table of Contents Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page i Exhibit A— Civil Final Design

TABLE OF CONTENTS (Continued)

List of Appendices148 Appendix A Minimum Personnel Qualifications ...... 148

List of Figures Figure 1-1 Contract Packages ...... 5

List of Tables Table 1-1 Milestone Schedule ...... 7 Table 2-1 Systems & Civil Interface Work Elements ...... 24 Table 18-1 Scoping Matrix – Coordination and Design Services – Third Party Utilities ...... 115

Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page ii Civil Final Design Exhibit A—Civil Final Design

ACRONYMS AND ABBREVIATIONS

3D three-dimensional AHJ Authorities Having Jurisdiction ASL Air Space Lease/Cooperative Agreement ALTA American Land Title Association BIM Building Information Modeling BMS Building Management System CADD Computer Aided Drafting and Design CCTV closed circuit television CI&E Certifiable Items and Elements CMC Construction Management Consultant CONSULTANT Civil Final Design Consultant CPTED Crime Prevention Through Environmental Design CSI Construction Specifications Institute DCM Design Criteria Manual DECM Department of Design and Construction DQM Design Quality Manager DQP Design Quality Plan DQPP Design Quality Program Plan DTM Design Technology Manager EAS Environmental Affairs and Sustainability EIS Environmental Impact Statement ESA Endangered Species Act EVM Earned Value Management EVMS Earned Value Management System FD Final Design FHWA Federal Highway Administration FTA Federal Transit Administration GC/CM General Contractor/Construction Manager GDCM Geotechnical Design Criteria Memorandum GI Geotechnical Instrumentation GSIP Geotechnical Site Investigation Plan HVAC heating, ventilation, and air conditioning I-5 Interstate 5 ICD Interface Control Document

Lynnwood Link Extension Table of Contents Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page iii Exhibit A— Civil Final Design

ICIP Interface Coordination and Integration Plan IFB Issue for Bid IFC Issue for Construction IFP Issue for Permit ITC Interface Terminal Cabinets LID low-impact development LLE Lynnwood Link Extension LOD level of development LRT light-rail transit MACC Maximum Allowable Construction Cost MOT Maintenance of Traffic MSE mechanically stabilized earth NEPA National Environmental Protection Act NIC Not in Contract NTP Notice to Proceed OCS overhead contact system PE Preliminary Engineering PHA Preliminary Hazard Analysis PIIP Project Integration Implementation Plan PSE Puget Sound Energy PUD Public Utility District PXP Project Execution Plan QAPP Quality Assurance Program Plan QA/QC Quality Assurance/Quality Control RCMP Risk and Contingency Management Plan RFI Request for Information ROD Record of Decision ROW right-of-way S/DBE Small/Disadvantaged Business Enterprise SAFIT Sensitive Area and Floodplain Impact Tracking SCADA Supervisory Control and Data Acquisition SCL Seattle City Light SCR smart card readers SEPA State Environmental Protection Act SIDT System Interface Data Table

Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page iv Civil Final Design Exhibit A—Civil Final Design

SSCP Safety and Security Certification Plan SSMP Safety and Security Management Plan ST Sound Transit TBD to be determined TCAL Temporary Construction Air Space Lease/Cooperative Agreement TCO Total Cost of Ownership TESC Temporary Erosion and Sediment Control TPSS traction power substations TVA Threat and Vulnerability Assessment TVM ticket vending machine UPS uninterruptible power supply UTM Utility Technical Memorandum VE Value Engineering WBS Work Breakdown Structure WSDOT Washington State Department of Transportation

Lynnwood Link Extension Table of Contents Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page v

Exhibit A—Civil Final Design

1. General

The Civil Final Design Consultant (CONSULTANT) shall perform civil engineering, mechanical engineering, electrical engineering, structural engineering, architectural design, drafting, modeling, environmental, community outreach, design and project integration, and other services for the Lynnwood Link Extension (LLE) work as identified in this scope of work. The work includes preparation of drawings, specifications, reports, permit applications, exhibits and support required to obtain necessary permits and approvals, schedules, cost estimates and work to prepare, produce, print, and distribute the Contract Documents necessary for constructing the project.

Background

The Lynnwood Link Extension Project identifies and evaluates transit alternatives between Northgate in the City of Seattle to Lynnwood in Snohomish County with stations in Shoreline, Mountlake Terrace, and Lynnwood. Consistent with Federal Transit Administration (FTA) New Starts requirements, the project’s Alternative Analysis was completed in the third quarter of 2011. Environmental scoping for the project was completed in the fourth quarter of 2011. Conceptual engineering and the Draft Environmental Impact Statement (EIS) concluded in 2013. In November 2013, the Sound Transit Board identified the preferred route and station alternatives for evaluation in the Final EIS.

The preferred route and station alternatives identified by the Board in 2013 consists of an 8.5-mile extension of the system on fully exclusive right of way from Northgate to Lynnwood primarily along Interstate 5 (I-5), with stations at NE 145th Street and NE 185th Street, the Mountlake Terrace Transit Center, and the Lynnwood Transit Center. The alignment supports local and regional growth management plans by connecting the Vision 2040-designated urban centers at Northgate and Lynnwood and the communities in between. The extension provides high-quality, high-capacity transit service to these communities and is expected to carry 63,000 to 74,000 daily riders in 2035.

The project has undergone rigorous environmental review and complies with both the National Environmental Policy Act (NEPA) and the State Environmental Policy Act (SEPA). The environmental review process included a SEPA Addendum to the Long- Range Plan 2005 Final Supplemental EIS, scoping, preparation of Draft and Final EISs, and robust community outreach. The Final EIS was issued on April 1, 2015, by Sound Transit and on April 3, 2015, by the FTA. The FTA issued a Record of Decision (ROD) for the LLE on July 10, 2015. It is anticipated the Federal Highway Administration (FHWA) will issue a ROD in 2015.

On April 23, 2015 the Sound Transit Board approved the light rail alignment and station locations for the Lynnwood Link Extension project (Resolution R2015-05). Future Board actions will authorize final design, baseline the project budget and schedule at approximately the mid-point of final design, and authorize property acquisition and construction in accordance with Sound Transit (ST) Phase Gate Policy and Procedures.

Lynnwood Link Extension Section 1 General Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 1 Exhibit A— Civil Final Design

Project Description

The proposed Lynnwood Link Extension project is an 8.5-mile extension to Sound Transit’s current light rail transit system. It will begin at Northgate Station in the northern part of the City of Seattle just north of the Northgate Transit Center and terminate at the Lynnwood Transit Center in the City of Lynnwood. It will essentially follow the route of I-5 and be primarily within the I-5 transportation corridor. In areas where there is not sufficient public right-of-way within the I-5 corridor, private right-of-way will need to be acquired. The extension will follow the east side of I-5 for approximately 5.8 miles from Northgate to the Mountlake Transit Center. It will then cross I-5 to the west side and continue north along the west side of I-5 for the remaining 2.7 miles into the Lynnwood Transit Center.

The project will be on exclusive right-of-way without at-grade crossing with approximately 4 miles on elevated structure guideway and approximately 4.5 miles of at- grade, retained cut or fill guideway. There will be four passenger stations. Two will be located in the City of Shoreline—an elevated station at NE 145th Street and a retained cut station at NE 185th Street. One elevated station will be located in the City of Mountlake Terrace at the site of the current Mountlake Terrace Transit Center. One elevated station will be located in the City of Lynnwood at the current Lynnwood Transit Center. The project includes the potential for two future stations: one elevated station in the City of Seattle immediately north of NE 130th Street and one retained fill/elevated station in the City of Mountlake Terrace immediately south of SW 220th Street. New structured park-and-ride facilities for approximately 500 cars will be provided at the NE 145th Street station and the NE 185th Street station. The existing Lynnwood Transit Center park-and-ride facility will be expanded by approximately 500 cars to a capacity of approximately 1,900 cars by constructing a new parking structure for approximately 1,600 cars. Bicycle facilities will also be provided at each passenger station. The potential future station at SW 220th Street will include surface parking.

In addition to the infrastructure required for the light rail system, an interstate interchange modification and various local arterials and residential streets will need to be modified to support vehicular and non-motorized traffic in the station areas and in locations where the guideway alignment would interfere with local streets. Various existing utilities will also need to be relocated, including several that cross I-5. New stormwater management facilities will be provided to serve the transit facility and new roadways. Existing trees and vegetation along the I-5 corridor displaced by the transit facilities will be replaced and/or mitigated. And existing noise walls along I-5 will be replaced or new walls will be built to mitigate light rail and/or highway noise.

Section 1 General Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 2 Civil Final Design Exhibit A—Civil Final Design

Scope of Work & Contract Packages

The Lynnwood Link Extension project will be delivered using three “heavy civil” GC/CM contracts, two civil and one systems, under the state of Washington statutory requirements of RCW 39.10. The project delivery team of Designers, Contractors, Construction Management Consultants, third party stakeholders and Sound Transit staff will be assembled at the start of final design in a co-located project office in Seattle, Washington. Sound Transit expects close and continuous working relationships and cooperation among the Civil and Systems Design Consultants, the GC/CM Contractors, Construction Management Consultants and other project team members to create a collaborative work atmosphere throughout the project duration in order to achieve Sound Transit’s project goals. The outcome of this cooperation and collaboration effort is to achieve efficiencies in cost reduction and schedule improvement, minimize right-of-way, community and environmental impacts and to improve the overall quality and constructability of design. These efforts shall be attainable through collaborative design reviews and evaluation of alternatives, value engineering, constructability reviews and through a comprehensive review of the Contract Documents to identify and eliminate errors, omissions, conflicts and duplications. The final outcome expected is to produce a Contract that, upon execution, is a “No-Changes” Contract excluding any Owner initiated changes or any changes resulting from Differing Site Conditions or major design flaws.

A. Scope of Work

The Plans, Specifications, General Conditions and Special Conditions developed and delivered under this scope of work shall become the Contract Documents for soliciting bids, negotiating the maximum allowable construction cost (MACC), and constructing the project under a General Contractor/Construction Manager (GC/CM) public works process unless other contracting arrangements are directed by Sound Transit.

1. The intent of the scope of work is to describe a complete work. Omissions from the scope of details of work that are necessary to carry out the intent of the contract shall not relieve the CONSULTANT from performing the omitted work.

2. The scope of work is organized by tasks. These tasks provide the basis for describing the CONSULTANT’s work activities, products and deliverables, a format for negotiating contract price, and a format for CONSULTANT invoicing.

3. The CONSULTANT shall complete final design work and prepare construction Contract Documents that conform to the ST approved budget for construction.

4. The CONSULTANT shall perform services that produce a high-quality, efficient design and meet the requirements and comply with applicable regulatory and design criteria, codes, and standards in a consistent and uniform manner.

5. The CONSULTANT’s key individuals and support staff that will perform these services shall have the specialized experience and technical competence set out in the qualification criteria listed in Appendix A.

Lynnwood Link Extension Section 1 General Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 3 Exhibit A— Civil Final Design

B. Contract Packages The civil final design Contract Documents for the project consist of three major civil contract packages including advanced packages of work determined to be advantageous in meeting the goals and objectives of the project. The contract packages are described below and geographically shown in Figure 1-1.

1. Heavy Civil GC/CM Contract Packages

(i) L100 — Northgate Station tail track to north of NE Northgate Way. Change order to N160 contract with final design by CONSULTANT working with N160 GC/CM contractor.

(ii) L200 — Northgate Link Connector to North 200th Street.

(iii) L300 — North 200th Street to Lynnwood Transit Center.

2. Potential Advanced Work Packages (“mini-MACC’s”)

(i) Utility Relocations — Includes the design and relocation of utilities crossing I-5 and other major utility relocations impacted by the project improvements that may involve long lead times and/or crew availability and/or seasonal restrictions.

(ii) Demolition and Remediation — Includes demolition and site remediation of significant structures impacted by the project improvements. Demolition within this submittal includes residential dwellings, structures, or buildings along the alignment. Also included is site grading following demolition activities to prepare each site for the next phase of work.

(iii) Lynnwood Transit Center — Includes the design and relocation of utilities, demolition of existing buildings, relocation of existing parking, and other activities to prepare the site for construction of the guideway, station, and parking structure.

(iv) Other packages of work determined to be advantageous in meeting the goals and objectives of the project.

C. Assumptions

1. The basis of final design and starting point of the work of this contract are the PE documents.

2. The site plans and layouts of major components shown in the PE documents define the designs to be advanced through final design.

3. The PE documents are consistent with requirements regulated by applicable authorities having jurisdiction (AHJ) and other third parties having rights of review during the design.

4. The fee estimate assumes that each contract package shall be prepared using the GC/CM method.

Section 1 General Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 4 Civil Final Design Exhibit A—Civil Final Design

Figure 1-1 Contract Packages

Lynnwood Link Extension Section 1 General Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 5 Exhibit A— Civil Final Design

Design Milestones & Schedule

A. Design Milestone Submittals

1. The CONSULTANT shall produce high-quality Design Milestones Submittals for each construction contract package consistent with Sound Transit policies, procedures, and manuals including the Engineering Design Procedures Manual and the Design Quality Plan:

(i) 30% (Preliminary/Schematic) Engineering Milestone

(ii) 60% (Interim) Design Milestone

(iii) 90% Pre-Final Design Milestone

(iv) 100% Final Design Milestone

(v) Issue for Permit (IFP)

(vi) Issue for Construction (IFC)

2. The CONSULTANT shall prepare and submit a configuration set that reworks the PE drawings into the final construction contract packages. This set shall be the basis for the reference/progress drawing set(s) identified below.

3. Upon completion of the schematic station design and prior to the 60% submittal, the CONSULTANT shall submit a contract drawing list for each approved construction contract package.

4. Upon approval of the drawing lists, the CONSULTANT shall develop, submit and maintain a complete set of reference/progress drawings for each contract package.

5. For the 60% design submittal and all subsequent design submittals, the Consultant shall include confirmation that the design complies with Buy America requirements.

B. Design Milestone Schedule

1. Civil final design services for the LLE are expected to commence the first quarter of 2016 and follow a phased design and construction schedule for the contract packages. The project’s construction budget and schedule will be base-lined following the 60% design submittal. Final design is expected to be completed within two and half years, with construction of advanced packages commencing as early as 2017.

2. The CONSULTANT is expected to develop a design schedule for each construction contract package at the start of final design in order to meet the required milestones defined in the Milestone Schedule. This work shall be performed under Task 1: Project Management and Control.

Section 1 General Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 6 Civil Final Design Exhibit A—Civil Final Design

Table 1-1 Milestone Schedule

A. Northgate Link Connector Milestone GC/CM 60% Design & MACC/IFC 30% VE 90% 100% NTP Cost Estimate Submittal Package Northgate Link L100 Q1 2016 Q2 2016 Q3 2016 Q2 2017 Q3 2017 Q3 2017 Connector

B. South Segment Milestone GC/CM 30% Station 60% Design & MACC/IFC 90% 100% NTP Design & VE Cost Estimate Submittal Package Heavy Civil L200 Q1 2016 Q2 2016 Q4 2016 Q2 2017 Q4 2017 Q1 2018 Contract: South Advanced Utility L500.X TBD TBD TBD TBD TBD TBD Relocations Advanced LXXX Demolition and TBD TBD TBD TBD TBD TBD Remediation

C. North Segment

Milestone 60% Design & GC/CM 30% Station MACC/IFC Cost 90% 100% NTP Design & VE Submittal Package Estimate Heavy Civil L300 Q2 2016 Q3 2016 Q4 2016 Q3 2017 Q1 2018 Q2 2018 Contract: North Advanced Utility L500.X TBD TBD TBD TBD TBD TBD Relocations Advanced LXXX Demolition and TBD TBD TBD TBD TBD TBD Remediation Advanced LXXX Lynnwood TBD TBD TBD TBD TBD TBD Transit Center

Lynnwood Link Extension Section 1 General Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 7 Exhibit A— Civil Final Design

Sound Transit Furnished Materials

Reference documents related to the project will be made available via the project SharePoint site and on file at Sound Transit without cost to the CONSULTANT. Except as specifically provided herein, these documents are available solely as additional information to the CONSULTANT and do not relieve the CONSULTANT of its duties and obligations under this agreement nor constitute any representation or warranty by Sound Transit. The CONSULTANT is responsible for identifying and obtaining relevant design manuals and standards necessary to satisfy requirements of the AHJs, such as the Washington State Department of Transportation (WSDOT) and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood.

A. Project Documents 1. Lynnwood Link Extension Preliminary Engineering Drawings (August 2015)

2. Lynnwood Link Extension Preliminary Engineering Basis of Design Report and Appendices (August 2015) 3. Lynnwood Link Extension Preliminary Engineering Review Comments (2015) 4. Lynnwood Link Extension Geotechnical Considerations Report and Appendices (June 2015) 5. Lynnwood Link Extension Final EIS, appendices, and technical reports (2015) 6. FTA ROD with environmental commitments (July 2015) 7. Lynnwood Link Extension Biological Assessment (2014)

8. Lynnwood Link GC/CM General Conditions 9. Proposed Lynnwood Link Extension Schedule (August 2015) 10. Lynnwood Link Extension Sustainability Assessment Report (2015) 11. Lynnwood Link Extension Sustainability Checklist (2014) 12. Final Lynnwood Link Extension Risk Assessment Report (March 2015) 13. Lynnwood Link Extension Preliminary Engineering Capital Cost Estimate (2015) 14. Lynnwood Link Extension Preliminary Hazard and Threat Analysis Report (2015) 15. 16. Lynnwood Link Project Safety and Security Management Plan (SSMP) (2015) 17. Lynnwood Link Project Safety and Security Certification Plan (SSCP) (2015)

B. Sound Transit Manuals and Standards 1. Design Criteria Manual (Link Light Rail), Rev 3 (August 2013), Rev 4 anticipated 2015

Section 1 General Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 8 Civil Final Design Exhibit A—Civil Final Design

2. Document Control Desktop Instruction—Final Design Projects, Rev 1 (January 2012) 3. Engineering Design Procedures Manual, Rev 3 (November 2013), Rev 4 anticipated 2015 4. Facility Lighting Standards, Rev 1 (August 2013) 5. Final Design Review Comment Process, Rev 1 (September 2012) 6. Light Rail Equipment and Facilities Numbering Plan, Rev 2 (March 2013) 7. Link Design Quality Plan, Rev 0 (May 2012) 8. Link Interface Coordination and Integration Plan, Rev 0 (October 2009) 9. Link Project Control Policies and Procedures Manual 10. Project Control Processes and Procedures Manual 11. Sound Transit Computer Aided Drafting and Design (CADD)/Building Information Modeling (BIM) Standards Manual (2015) 12. Sound Transit Customer Signage Design Manual, Rev 0 (July 2013) 13. Sound Transit General Commissioning Plan, Rev 0 (March 2012) 14. Sound Transit Quality Assurance Program Plan, Rev 0 (May 2010) 15. System-Wide Signage Design Manual (September 2004) 16. Sound Transit Rule Book for Link Light Rail (Current version) 17. Sound Transit Accessibility Design Guidelines (November 2009) 18. Sound Transit General Conditions, Special Conditions Template and Guide Specifications for Construction 19. Link Light Rail Guidance Drawings (March 2014) 20. ST Agency SSMP (2015) 21. ST Agency SSCP (2015)

C. Furnished at the Time of Project Start-up 1. Contract unit descriptions 2. Digital topographical data, including field surveys and monumentation performed to date 3. Base maps and mathematized alignment 4. FHWA ROD

Lynnwood Link Extension Section 1 General Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 9 Exhibit A— Civil Final Design

Product and Submittal Format

A. Product Item Description Software The following software and versions are currently approved and available for use at Sound Transit: AutoCAD Civil 3D 2014, AutoCAD MAP 3D 2014, Revit 2014, Navisworks Manage 2014 for design and contract documentation (assume two ST-initiated upgrades during the life of the contract). Word 2010 and Excel 2010 for text/data-based documents and calculations. Primavera Project Planner P6 (version 8) for scheduling. SharePoint 2010 for file sharing and submittals. Any software not listed above must be approved by Sound Transit prior to use by the CONSULTANT. The CONSULTANT shall coordinate with Sound Transit to determine the current software and version in use at the time of the CONSULTANT’S submittals. Design All design working files and related source data used in the development of the project shall be deliverables provided to Sound Transit at each submittal. These files are for information only. Model files shall be submitted in their native format and include resources, files, and scripts necessary to use the data in the approved software. Construction Drawings in PDF format at full size (22”x34”), at the noted scale, 300 dpi., provided in PDF “Books” document matching the amount and order of the provided hardcopy drawings, and all files used to develop the deliverables contract drawings in the approved software (e.g., Revit, Civil 3D, Map 3D). Specifications and other text-based documents in PDF format at the original size, 300 dpi, with OCR recognized text, and the source file(s) used to develop the document in the approved software. Media CD/DVD ROM for drawing and text submittals. Image files Electronic graphics in tiff and PDF format, minimum 600 DPI resolution. Display boards 30” x 40” mounted on foam core, unless otherwise determined in advance. Hard copies One unbound set per submittal. Unsigned half-sized drawings (11”x17”) for milestone submittals. Signed full size drawings (22"x34") for bid and construction documents. Both printed from the submitted PDF. Text-based documents at 8-1/2”x11”, double sided. 3 color copies (11”x17”) of each display board.

B. Submittal Format Item Description CADD/BIM Electronic data, contract drawings, and related documents shall be produced to meet AHJ requirements for permits and ST requirements for contract Documents. This includes producing separate permit and contract packages to meet different standards if necessary. All CADD/BIM data used to produce the contract drawings shall be submitted using the internal elements provided within the CADD or BIM software approved by ST. Hand drawings, sketches, model elements from other software, or PDFs are not acceptable source data, even if inserted into a CADD or BIM file. 30%, 60%, 90%, Construction contract packages identified in the Construction Contract Packaging Plan shall be 100%, IFB/IFC formatted to meet ST standards. Final design documents shall be packaged in accordance with components of the Contract Package Plan. Each construction contract package shall be a separate, stand-alone contract. Related permit submittals shall be formatted to meet the standards of the approving AHJ, such as WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood. IFP Formatting shall be unique for the permit/environmental application to meet the requirements of each approving AHJ, such as WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood, as well as county, state, and federal regulatory agencies.

Section 1 General Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 10 Civil Final Design Exhibit A—Civil Final Design

2. Management Tasks

Task 1: Project Management and Control

The CONSULTANT shall work under the direction of Sound Transit’s Corridor Design Manager. Sound Transit staff will participate in the CONSULTANT’s day-to-day activities and support the CONSULTANT with coordination of its work with other project consultants as specified herein.

The CONSULTANT shall provide the following:

A. Project Management—Manage the contract, scope, schedule, budget, and Project Team, including coordination of all CONSULTANT staff and subconsultants. Keep Sound Transit informed on all aspects of the development of final design and deliverables.

B. Project Management Plan—Update the Final Design Project Management Plan. It shall include, at a minimum:

1. Detailed scope of work, which contains the following:

a. Task/subtask descriptions and assignments

b. Assumptions

c. Receivables

d. Deliverables

2. Team member roles and responsibilities, including an integrated Sound Transit and CONSULTANT organizational chart

3. Functional diagrams for the overall project and each individual contract that includes the relationships of ST staff, consultants, contractors, and key stakeholders

4. Contract Baseline Schedule (refer to Task 1:D.2 for requirements)

5. Contract Baseline Budget

6. Staffing Plan

7. Communication Management Plan

C. Monthly Progress Reports—The CONSULTANT is required to submit comprehensive, up- to-date monthly progress reports covering the work of the CONSULTANT and all subconsultants that contain the following elements:

1. Work or deliverables accomplished the prior month and work planned for the upcoming month by Task

2. Important meetings

3. Current issues relating to the work, including interfaces, budgets, and schedules

4. Proposed actions to resolve or mitigate the issues

Lynnwood Link Extension Task 1: Project Management and Control Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 11 Exhibit A— Civil Final Design

5. Updated schedule and planned-versus-actual narrative, which includes proposed resolutions to schedule slippages if actual progress lags baseline schedule

6. Review of budget-versus-actual expenditures—hours and dollars

D. Project Controls

1. Contract and Cost Management

a. The CONSULTANT shall prepare and maintain a summary of hours and summary of dollars by task, pending and executed change orders, current budget, previous incurred to date, spent this period, cumulative incurred to date, estimate to complete, estimate at completion, percent complete, earned value, and budget variance by task. A spreadsheet template will be provided by Sound Transit for the CONSULTANT’s use. The updated spreadsheet shall be submitted to Sound Transit as part of the monthly invoice.

b. Task dollar amounts shall not be exceeded during the course of the work. If task amounts are exceeded, the CONSULTANT bears full responsibility and risk for such expenditures. Task dollar amounts may be subject to modification through the change order process, but the change order must be executed prior to billing any amount that exceeds the original task amount. Any correc- tions to the template shall be resubmitted with the invoice. Invoices and earned value data shall show charges at the task level.

2. Schedule Management

The CONSULTANT will prepare a detailed Work Breakdown Structure (WBS) based on the approved scope of work. These elements will be incorporated into the project schedule. The participation and level of effort for all subconsultants should be clearly defined.

The CONSULTANT will prepare a Critical Path Method project schedule that provides a detailed sequence of all activities required to complete this project within the contract duration, using the WBS specified in the detailed work plan. The project schedule will include all known constraints, task dependencies (logic), deliverables, Sound Transit reviews, third-party reviews, quality assurance/quality control (QA/QC) reviews, and applicable deliverables and milestones. Sound Transit will identify critical design milestones that the CONSULTANT must include in the schedule. The schedule will distinguish the critical path from other non-critical activities.

Within seven calendar days after NTP, the CONSULTANT shall schedule and conduct a pre-scheduling conference with Sound Transit to begin the development of the baseline contract schedule. The Critical Path Method baseline schedule and the requirements of this section will be reviewed at this meeting. The CONSULTANT shall be prepared to discuss methodology for the schedule development and sequence of operations, WBS, and cost loading methodology that will provide a cash flow curve.

Schedules will represent a practical and logical plan to complete the work within the contract time and convey the plan to execute the work. The submittal of schedules

Task 1: Project Management and Control Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 12 Civil Final Design Exhibit A—Civil Final Design

will be understood to be the CONSULTANT’s representation that the schedule meets the contract requirements and that the work will be executed in the sequence and duration indicated in the schedule. Failure to include any element of work required for performance of the contract or failure to properly sequence the work will not excuse the CONSULTANT from completing all work with the contract time.

The CONSULTANT will submit the proposed baseline schedule to Sound Transit in an electronic format compatible with Primavera P6 (.XER file type) within 21 calendar days of NTP. Sound Transit will review and comment on the proposed baseline schedule within five calendar days of receipt. The CONSULTANT will incorporate review comments and resubmit the schedule as part of the Project Management Plan.

The CONSULTANT will save an approved baseline schedule as a target and compare updates against that baseline to show current performance. The CONSULTANT will update the schedule each month to indicate actual start and finish dates, remaining project duration, and percent of work completed.

3. Progress and Performance Management/Earned Value Management (EVM)

The CONSULTANT will establish, maintain, and use an Earned Value Management System (EVMS). The CONSULTANT will develop and submit a proposed EVMS Plan to Sound Transit for concurrence and approval within 21 calendar days of NTP (coincident with the proposed baseline schedule). The EVMS plan will, at a minimum, specify the following:

• Control accounts for earned value and their relationship to the schedule WBS • How the planned value for each control account is determined and a time- phased budget for use as a Performance Measurement Baseline consistent with the baseline schedule • How the value for each control account is earned (rules of credit) • The process for maintaining the EVMS to keep the system current and reflect all approved changes to the scope • How management uses EVMS information to manage the project

E. Document Control—CONSULTANT shall utilize Sound Transit’s internet-based document management system (SharePoint) for collaboration and delivery of project records, including, but not limited to, correspondence, deliverables, meetings, photographs, CADD files, and quality records. Work shall be performed in accordance with the Document Control Desktop Instructions—Final Design Projects. The CONSULTANT shall establish and maintain project records, interface with Sound Transit Configuration and Document Control, and train CONSULTANT staff on the use of SharePoint and project recordkeeping. The CONSULTANT shall maintain project emails in the Project Shared Mailbox in Microsoft Outlook.

F. Invoicing, Contract Administration, Reporting, and EVM

Consistent with the scope of services and the approved work plan, the CONSULTANT will establish, maintain, and administer agreements with subconsultants.

Lynnwood Link Extension Task 1: Project Management and Control Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 13 Exhibit A— Civil Final Design

The CONSULTANT, no later than the 10th calendar day of the month, will prepare a monthly progress report that contains, at a minimum, the following information:

• Work or deliverables accomplished the prior month and work planned for the upcoming month by control account. • Percent complete by control account. • Current issues relating to the work, including interfaces, budgets and schedules, and proposed action(s) to resolve or mitigate the issues. • Updated electronic schedule, with a narrative to explain logic changes, explanations of any schedule delays, and proposals for bringing the project back on schedule. Any changes on critical design milestones must be documented and approved by Sound Transit.

Sound Transit will review and approve the reported percent complete information within five calendar days for use in the monthly invoice’s earned value analysis.

An invoice for payment shall be submitted with the monthly progress reports no later than the 20th day of the following month in a format provided by Sound Transit and shall contain up-to-date information, including all subconsultants, for the following items:

1. A graph showing planned cash flow projection, actual cash flow, and earned value vs. time

2. A table of budgeted average labor rates and current average labor rates per each firm, cumulative and for the month

3. A change control log of proposed, pending, and executed changes to the work

4. Summary of hours and dollars by task

5. Summary of dollars by firm, including a table of the percentage of amounts paid to minority/women/disadvantaged business enterprise firms

6. Employee name and rate for which reimbursement is being requested

7. Timesheets, certified to be true and accurate reporting of actual time earned by the employee, and employees of any subconsultants, identified and actually paid to the employee, for each employee who worked on tasks for which a payment is requested

8. Receipts, logs, and invoices for other direct costs for which reimbursement is being requested

9. Actual cumulative and remaining costs by control account.

10. An earned value report, in a format to be provided by Sound Transit or mutually agreed upon, including planned value, earned value, cost and schedule variances Schedule Performance Index, Cost Performance Index, analysis of results, and narrative explaining the status of control accounts with a Schedule Performance Index or Cost Performance Index below 0.90 or above 1.10

Task 1: Project Management and Control Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 14 Civil Final Design Exhibit A—Civil Final Design

G. Project Team Meetings, Action Item Logs, and Design Issues Log

1. Formal coordination meetings with Sound Transit shall be held weekly. The primary purpose of these meetings is to interface the work between consultant teams, outside agencies, and ongoing Sound Transit activities. Each weekly progress meeting shall result in an action item log that identifies required actions, due dates, and responsible parties. Action items should be tied to a scheduled item where possible.

2. The CONSULTANT shall prepare meeting agendas, meeting summaries or minutes, and the meeting action item log for all meetings with Sound Transit, third-party jurisdictions, and other consultants under contract with Sound Transit in final design. These shall be tracked to monitor progress and interfaces. Other, less formal, meetings shall be held on an as-needed basis to coordinate the work or disseminate new information or direction.

3. The CONSULTANT shall develop and maintain a Design Issues Log on SharePoint which tracks, at a minimum, the following:

a. Contract Number

b. Discipline

c. Phase

d. Assigned: Primary Name

e. Assigned: Secondary Name

f. Design Issue

g. Design Issue Response

h. Due Date

i. Start Date

j. Issue Status

k. Predecessors

l. Priority

m. Issue Initiated By

n. Interface Control Document (ICD) Required

o. Task Status

p. % Complete

q. Body

Lynnwood Link Extension Task 1: Project Management and Control Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 15 Exhibit A— Civil Final Design

H. Field Procedures and Practices

1. The Lynnwood Link Extension is an above-ground alignment, which requires an additional level of effort to verify Sound Transit creates and maintains relationships in the community throughout all phases of the project.

2. Sound Transit will provide a description of field procedures and standard practices that must be followed and coordinated with the Sound Transit Project Team and the CONSULTANT’s Project Team, including the subconsultants performing all field work, including geotechnical, potholing, survey, well monitoring, traffic counts, surveying, and right-of-way work.

3. The CONSULTANT shall identify a single point of contact for all field work who shall work directly with a single point of contact identified by Sound Transit Community Outreach, which may include Outreach consultant staff (Task 19: Community Outreach).

4. The CONSULTANT shall attend a pre-construction meeting prior to the start of each series of field activity to review the field procedures and standard practices.

5. The CONSULTANT shall provide all plans to Sound Transit for approval prior to beginning of field work, unless agreed to by Sound Transit project management.

6. The CONSULTANT shall participate in weekly meetings or teleconferences between the CONSULTANT and Sound Transit to review field work schedules, as necessary.

7. The CONSULTANT shall coordinate all on-site activities, including traffic modifications, with Sound Transit.

8. Sound Transit will be responsible for all communications with private property owners and tenants pertaining to access and work schedule, as identified in the right-of-entry. If the CONSULTANT has direct contact with a property owner or tenant, all communication shall be in accordance with ST procedures, documented, and provided to Sound Transit Community Outreach within 24 hours.

I. Diversity Plan

1. Develop and implement small/disadvantaged business enterprise (S/DBE) mentoring, technical assistance, and business development program

a. Level of effort and timeline—refer to Part I.E Schedule

b. Draft S/DBE Mentoring, Technical Assistance, and Business Development Plan to include the following:

(1) Mentoring, technical, and other business development services to S/DBEs needing or requesting services

(2) Techniques to develop the capabilities and capacities of S/DBEs to participate in the project

(3) Assistance to S/DBEs to meet records retention, paperwork, insurance, and other requirements

Task 1: Project Management and Control Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 16 Civil Final Design Exhibit A—Civil Final Design

(4) Monitoring, tracking, and reporting efforts

c. Set specific program goals and commitments, including service to no more than 20 firms

d. Develop and administer a survey to S/DBEs to determine how the Project Team can most successfully support each firm’s needs (estimated 40 hours)

e. Follow up with individual meetings with S/DBEs to secure more in-depth information on needs

f. Oversee technical assistance, mentoring, and other business development services to S/DBEs needing or requesting services

(1) Methods include the following:

(a) Mentoring

(b) Training sessions

(c) One-on-one technical assistance

(d) On-the-job training

(2) Types of assistance include the following:

(a) Providing project office space, including computers and printers

(b) Training on human, financial, technological, or other resources

(c) Facilitation in securing insurance, bonding, banking, accounting, and legal support

(d) Improving technical expertise and knowledge

2. Develop and administer individually tailored mentoring, technical assistance, and business development plans to include the following:

a. Goals

b. The types of assistance provided

c. Lead responsibilities and timelines

d. Outcomes and measurements

J. Assumptions

1. Sound Transit will provide office spaces for some project staff, as determined jointly by Sound Transit and the CONSULTANT.

2. Upon request and receipt of a co-location schedule from the CONSULTANT, Sound Transit will provide general office equipment, supplies, computer hardware, and

Lynnwood Link Extension Task 1: Project Management and Control Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 17 Exhibit A— Civil Final Design

software, including CADD, BIM, and engineering design software, in the office spaces made available to the CONSULTANT.

3. Sound Transit vehicles will not be operated or used by the CONSULTANT.

Task 1 Deliverables

1. Project Management Plan, including subplans (Final Design Project Management Plan)

2. Monthly Progress Report, due electronically on the 10th day of the following month with a copy accompanying the invoice

3. Cost Reports, due electronically with a copy accompanying the invoice

4. Proposed contract baseline schedule due within 21 calendar days of NTP

5. Revised contract baseline schedule addressing Sound Transit comments

6. Monthly schedule updates, due on the 10th calendar day of each month electronically (P6 .XER file type and .PDF using a layout supplied by Sound Transit)

7. Proposed EVM Plan due within 21 calendar days of NTP

8. Revised EVM Plan addressing Sound Transit comments

9. Monthly hard copy invoice including earned value report that includes cost performance index and schedule performance index, due to Sound Transit Accounts Payable on the 20th day of the following month

10. Brief weekly progress reports (reported during weekly meeting)

11. Weekly meeting minutes

12. Action item logs

13. Design Issues log

14. Work plans for Sound Transit approval prior to start of field work

Task 1: Project Management and Control Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 18 Civil Final Design Exhibit A—Civil Final Design

Task 2: Design and Project Integration/Interface Management

The CONSULTANT shall provide design and project integration and interface management services as a part of the scope of work for final design of the project. The scope of these services generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Developing interface coordination and integration products as defined within the Sound Transit Interface Coordination and Integration Plan (ICIP)

• Preparing a Project Integration Implementation Plan (PIIP)

• Managing the integration of work by other project consultants

• Interfacing coordination with consultants and contractors performing work in other contracts not part of the scope of work for this contract

• Ensuring that all design elements are compatible and are fully integrated

• Performing Clash Detection Analysis

• Developing commissioning products

• Supporting the development of Contract Documents

A. Interface Management

1. The CONSULTANT shall assign a Project Integration Manager(s) to lead the Design and Project Integration/Interface Management work. The Manager is responsible for the coordination and production of the interface and integration-related documents required for the project. This is a management role, and it is the intent for this position to provide dedicated leadership and management solely to this project and not to provide production-level support.

2. The CONSULTANT shall develop interface products as defined within the Sound Transit ICIP. The CONSULTANT shall finalize project integration requirements using the Sound Transit ICIP.

3. The CONSULTANT shall develop specific methods and details in the form of a PIIP. The requirements and provisions of the ICIP shall be addressed and adhered to and shall apply to stations, guideways and related structures and appurtenances such as noise walls, plazas, potential transit-oriented development, parking structures and surface lots, utility infrastructure beyond the station footprints that support each station, Systems infrastructure (such as signal and traction power substation (TPSS) structures), and /Community facilities.

4. Interface Control Documents (ICDs) shall be used in accordance with the following guidelines:

a. Use an ICD if coordination is required between civil-civil, civil-systems, and systems-systems interfaces.

Lynnwood Link Extension Task 2: Design and Project Integration/Interface Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 19 Exhibit A— Civil Final Design

b. Use an ICD if coordination of a complex issue is required, even within the Civil work.

c. Use an ICD if lessons from other projects need to be incorporated.

d. Use an ICD to deliver PIIP products.

e. Do not use ICDs to deal with administrative issues.

f. If coordination is reasonably dealt with within a work-group and is limited to a single discipline, an ICD is probably not necessary. Consider another mechanism, such as an issue list.

g. Do not use an ICD to reiterate design package review comments.

B. Design and Project Integration

1. The CONSULTANT shall conduct Design Integration meetings on a bi-weekly basis. These meetings will focus on the integration of specific technical work elements of the project. The CONSULTANT shall produce detailed meeting minutes for internal and external contract coordination and shall maintain action item/interface lists to facilitate resolution of third party and other design consultant and/or contractor issues.

2. The CONSULTANT shall coordinate with AHJs, such as FHWA, WSDOT, the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood, King County Metro Transit, , utility providers (public and private), and private property owners and developers.

3. Design Review and Agency Coordination

a. CONSULTANT’s management, architecture, and engineering staff shall attend formal and informal design review meetings with Sound Transit and other consultants and agencies. The CONSULTANT’s preparation and attendance at such meetings shall be considered an ongoing design function to perform the specified scope of services. These meetings shall be anticipated by the CONSULTANT and shall be included in the scope of services. Additional meetings shall not be considered as a basis for adjusting the contract price.

b. The following shall be considered a minimum listing of required presentations, open houses and outreach coordination by the CONSULTANT at 30% (Schematic), 60%, and 90% completion:

(1) Internal Design Review—Presentation to Sound Transit staff: station designs and surface facilities, including public art

(2) City of Seattle—Guideway and surface facilities

(3) City of Shoreline—Station designs and surface facilities, including public art

(4) City of Mountlake Terrace—Station designs and surface facilities, including public art

Task 2: Design and Project Integration/Interface Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 20 Civil Final Design Exhibit A—Civil Final Design

(5) City of Lynnwood—Station designs and surface facilities, including public art

(6) WSDOT—Improvements located within WSDOT right-of-way

(7) City’s Design Review Committees at each milestone – Station designs and surface facilities, including public art

4. The CONSULTANT shall integrate the design interfaces between the mechanical, fire protection, building management and control, architectural, electrical (including lighting), civil, and structural elements and the work of the Systems design consultant. Reference Table 2-1 Systems & Civil Interface Work Elements.

5. The CONSULTANT shall coordinate, assist with development, and/or check ICDs generated by Sound Transit, Contract Design leads, Discipline leads, and other consultants, such that resolutions result in an integrated design.

6. The CONSULTANT shall be responsible for coordinating its design and managing the integration of its work with the planning, design, and construction work by other project consultants and contractors and other adjacent projects.

a. Other consultants and contractors under contract with Sound Transit may include, but are not limited to, the following:

(1) Northgate Link Extension design consultants and contractors

(2) Sound Transit’s Value Engineering, Risk Assessment, and Environmental consultants

(3) LLE Systems design consultant

(4) LLE Construction management consultant

(5) LLE GC/CMs

(6) Artwork procurement and installation

(7) System-wide customer signage procurement and installation

(8) Track designation and operational signage procurement and installation

(9) Other environmental professional services

(10) Other services to be identified by Sound Transit, such as fare collection equipment

(11) Miscellaneous contracts for new scope items

b. Current and anticipated adjacent projects include the following:

(1) Northgate Link Extension: N160, N111, N113

(2) WSDOT Projects: I-5 North Action Plan for Community Transit

Lynnwood Link Extension Task 2: Design and Project Integration/Interface Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 21 Exhibit A— Civil Final Design

(3) King County: (Transit-oriented development) project at Northgate Mall

(4) Seattle Projects: To be determined (TBD)

(5) Shoreline Projects: 145th Street Multimodal Corridor Study

(6) Mountlake Terrace Projects: Gateway Development

(7) Lynnwood Projects: Edmonds School District Bus Barn, Snohomish County PUD substation

7. The CONSULTANT’s design and project integration activity with the above-listed contracts shall be completed through an interdisciplinary effort comprising civil and systems engineering and architecture, supported by many other disciplines including surveying, right-of-way (ROW), geotechnical, environmental, and specific recommendations for fire/life safety analyses. These integrated activities will support and assist cost estimators, construction planners, and public involvement and community outreach with affected agencies and public and private utility owners.

C. Schedules—The CONSULTANT shall coordinate activities with other parties, including the GC/CM Contractors and Construction Management Consultants, utilizing graphic schedules (Task 1: Project Management and Control) to identify freeze dates, submittal and review milestones, third-party presentations, and receivables/deliverables for consultants identified above. Sound Transit will provide the CONSULTANT with information needed to coordinate and assemble the milestone submittals. Schedules and submittals shall satisfy the ICIP. The CONSULTANT shall include provisions for design review and response time, permit submittal formats, schedules, etc. related to assisting Sound Transit in obtaining agreements with major stakeholders.

D. Clash Detection Analysis

1. The CONSULTANT shall use three-dimensional (3D) models for Clash Detection Analysis of architectural, civil, track, structural, mechanical, electrical, plumbing, and systems elements for all stations including the LRT clearance envelope at each station, garages, and ancillary structures.

2. The CONSULTANT shall conduct Clash Detection Analyses at the model lockdown for the 60% and 90% design submittals. The CONSULTANT shall incorporate models from the Systems designer into the Clash Detection Analyses. Resolution to each clash identified in the report shall be integrated into the design prior to submittal. The BIM Manager shall submit to Sound Transit the Clash Report and NavisWorks files used for the Clash Detection Analysis for approval.

3. The Clash Report shall itemize the conflicts from the Clash Detection Analysis by system. Refer to Task 3: and the BIM Project Execution Plan (PXP) for specific report structure and the Clash Detection Analyses process.

4. Two weeks prior to 60% and 90% design submittal to Sound Transit, the CONSULTANT shall meet with Sound Transit to review the Clash Report. The purpose of this meeting is to ensure that each clash on the report meets the acceptance criteria for disposition and status.

Task 2: Design and Project Integration/Interface Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 22 Civil Final Design Exhibit A—Civil Final Design

5. Post 90% submittal, up to three Clash Detection Analyses may be requested. The decision regarding performing the post-90% Clash Detection Analyses shall be made by Sound Transit based on major design changes that require integration.

E. Testing and Commissioning—The CONSULTANT shall:

1. Develop commissioning products as defined within the Sound Transit General Commissioning Plan as defined herein.

2. Finalize commissioning requirements using the Sound Transit General Commis- sioning Plan, prescriptive commissioning specification 01 91 13, and Sound Transit- provided xx 08 00 commissioning specifications.

3. Activities:

a. Develop technical performance requirements for facilities and facility equipment. Develop testing and commissioning requirements in order to administer, verify, and validate these performance requirements based upon Sound Transit DCM Chapter 32 and contract specifications.

b. The Commissioning requirements narrative is to define testing levels and testing responsibilities, including that of the Contractor’s commissioning coordinator; a list of submittals; requirements for commissioning test plan, procedures, and demonstrations; commissioning issue reports and associated database; requirements for an integrated test schedule; verification checklists; and a final commissioning report.

c. Sound Transit will retain the services of a Commissioning Authority. Sound Transit and the Commissioning Authority will develop contract specifications (xx 08 00 series) with the requirements for commissioning of the facility and facility equipment for those categories requiring commissioning in the Sound Transit General Commissioning Plan. The CONSULTANT shall coordinate the commissioning specifications and requirements with the Commissioning Authority and Sound Transit. In addition to the categories identified in the General Commissioning Plan, the following categories shall be included:

(1) Water penetration barriers, to include wall systems and glazed wall systems, entrances, soffits, and projections (2) Roofing systems (3) Thermal performance (4) Air and vapor barriers (5) Condensation control (6) Acoustical control (7) Envelope penetrations and building joints

Lynnwood Link Extension Task 2: Design and Project Integration/Interface Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 23 Exhibit A— Civil Final Design

Table 2-1 Systems & Civil Interface Work Elements

Systems Civil Interface Work Elements Designer Designer Art Art Lighting X Art Drainage X Art Structural X Art Power X Communications Access Control (facility and trackway intrusion security) X 1 Central Control System (CCS) X CCTV X 1 Emergency Telephone System (ETEL) X 1 Network Management System (NMS) X Public Address (PA) X 1 Public Automatic Branch Exchange (PABX) phone X Public Emergency Telephone System (PET) X Radio X Building Management System (BMS) X1 Variable Message Signs (VMS) X 1 Fire Life Safety Systems Fire Detection and alarm X1 Emergency Notification System X1 Facility Electrical (Station, Tunnel, Stair Tower, Garage) Power X1 Emergency power (UPS, generator, redundancy) X Grounding X Lighting X1 Utility Supply X Signals Signal bungalow site layout, screening, access X1 Utility supply X1 Power (signals switches, switch heaters, crossing warning, track lubricators) X 1 Wayside equipment (signals, switches, switch heaters, crossing warning) X 1 Fare Collection Ticket vending and smart card reader communications X Ticket vending and smart card reader power X1 Traction Power Substation (TPSS) Foundations X1 Site layout, screening, access X1 Prefabricated wayside buildings and equipment X Ground Mats X Conduits from TPSS to track X Utility supply X1 Overhead Contact System (OCS) OCS poles, hardware and conduit details X OCS foundations, supports and attachments integral with structure X1 OCS foundation loads X OCS foundation stationing/offset X MISC Wayside Equipment Grounding (OCS, fencing, handrails), bonding and stray current X 1 Track lubricators X1 Systems duct-bank/conduit (communications, signals, traction power) X 1 Note 1: See contract text for further description of responsibility.

Task 2: Design and Project Integration/Interface Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 24 Civil Final Design Exhibit A—Civil Final Design

F. Consultant Coordination—The ICIP shall be used by all consultants. The Systems consultants, artist(s), customer signage, and fare collection (ticket vending machines, smart card readers (SCR)) consultants shall produce work products and drawings that will either be incorporated into or influence the design elements of this project. The roles and responsibilities include, but are not limited to, the following tasks:

1. Systems Elements

a. Communications:

(1) Station and alignment access control, closed circuit television (CCTV), emergency telephones (ETEL), public address, and variable message signs, Public Automatic Branch Exchange (PABX) phone, Public Emergency Telephone System (PET), Public Address (PA) and Variable Message Signs (VMS) will be designed and located by the Systems Consultant and installed by separate contracts. Coordination of devices, equipment location, attachments, and specific conduit locations will be required. Conduit size and location drawings shall be provided by the Systems Consultant for inclusion in the respective CONSULTANT contract drawing package(s).

(2) The Systems Consultant shall support development of station programming including; the communication rooms (including room sizes and HVAC loads); power needs; equipment cases; and communication bungalows. The Systems Consultant shall be responsible for timely review and comment regarding the layout and criteria of systems rooms to the design team.

(3) The Building Management System is monitored at the Sound Transit Link Control Center. The CONSULTANT shall coordinate the BMS with the Systems Consultant to ensure an integrated and consistent interface with the Central Control System. See Building Management System task for further detail.

(4) Coordination of other transit electronic signage is the responsibility of the CONSULTANT. Once agreed upon shall be coordinated with the Systems consultant.

(5) Sound Transit and the Systems Consultant shall address particular security, supervisory, and communications systems provisions.

b. Fire Life Safety Systems

(1) The Fire Alarm System is monitored at the Sound Transit Link Control Center. The CONSULTANT shall coordinate the Fire Alarm System with the Systems Consultant to ensure an integrated and consistent interface with the Central Control System. If facilities are opened for operation prior to network conductivity the CONSULTANT shall coordinate remote monitoring with private utility, the Systems Consultant, Sound Transit and the AHJ.

Lynnwood Link Extension Task 2: Design and Project Integration/Interface Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 25 Exhibit A— Civil Final Design

(2) The CONSULTANT shall coordinate the emergency notification system with the station PA systems to ensure coordinated messaging to passengers.

c. Facility Electrical (Station, Tunnel, Stair Tower, Garage)

(1) The CONSULTANT shall coordinate and provide the power needs for the Systems Consultant elements that are located at the facilities.

(2) The CONSULTANT shall provide the required lighting for the Systems programmed spaces and coordinate with the Systems equipment arrangement.

(3) Coordination for facility power (lighting and electrical) is required between the CONSULTANT and the Systems Consultant. The CONSULTANT shall design all facility power, facility emergency power, and facility uninterruptible power supply (UPS) systems.

d. Signals

(1) The Systems Consultant shall design train control and signals system elements.

(2) Wayside signals, communications cabinets, signal bungalow, equipment cases, and signal room design and drawings shall be provided by the Systems Consultant. Coordination of locations is required between the CONSULTANT and the Systems Consultant. Conduit size and location drawings shall be provided by the Systems Consultant for inclusion in the respective CONSULTANT Contract Documents. The CONSULTANT shall design the concrete pads, curbs, foundations, drainage, site work, architectural screening, landscaping treatments, and other related improvements that may be necessary.

(3) In conjunction with the Sound Transit Utility Engineer, the Systems Consultant shall be responsible for coordination with utility agencies for wayside signals equipment. Utility supply design is the responsibility of the CONSULTANT up to the point of connection.

e. Fare Collection

(1) Fare collection, including ticket vending machines (TVMs) and SCRs for both the initial and future installations, will be provided by Sound Transit. Locations and quantities shall be coordinated with Sound Transit and the Systems consultant.

(2) The CONSULTANT is responsible for fare collection power (wiring and conduit).

(3) The CONSULTANT shall design foundations/blockouts for TVMs and prepare drawings that identify power conduits and locations.

Task 2: Design and Project Integration/Interface Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 26 Civil Final Design Exhibit A—Civil Final Design

(4) The Systems consultant shall provide the communications conduit and infrastructure design for inclusion in the respective CONSULTANT contract drawing package(s).

f. Traction Power Substations (TPSS)

(1) The Systems Consultant shall design light rail vehicle traction power system. Coordination of locations is required between the CONSULTANT and the Systems Consultant. Conduit size and location drawings shall be provided by the Systems Consultant for inclusion in the respective CONSULTANT Contract Documents. The CONSULTANT shall design the concrete pads, curbs, foundations, drainage, site work, architectural screening, landscaping treatments, and other related improvements that may be necessary.

(2) The Systems Consultant shall provide TPSS sizing and foundation requirements. The CONSULTANT shall provide the foundation design.

(3) The Systems Consultant shall provide TPSS ground mat design and drawings and conduit size and location drawings for inclusion in the respective CONSULTANT contract drawing package(s).

(4) In conjunction with the Sound Transit Utility Engineer, the Systems Consultant shall be responsible for coordination with utility agencies for traction power. Utility supply design is the responsibility of the CONSULTANT up to the point of connection.

g. Overhead Contact System (OCS)

(1) The Systems Consultant shall provide overhead contact system (OCS) design stationing and offset locations. The CONSULTANT shall coordinate locations with the Systems Consultant.

(2) The CONSULTANT shall design concrete foundations and attachments required to be integral with the station and guideway structural design. Conduit size and location drawings shall be provided by the Systems Consultant for inclusion in the respective CONSULTANT contract drawing package(s).

(3) Loads for the OCS design of OCS structural attachments for pole supports shall be provided by the Systems Consultant. Loading is dependent upon location which is to be coordinated between the CONSULTANT and the Systems consultant. Dynamic clearance studies are the responsibility of the CONSULTANT.

h. Miscellaneous Wayside Equipment

(1) The CONSULANT shall coordinate stray current control and cathodic protection requirements with 3rd parties (utilities, WSDOT, etc.) and the Systems Consultant. Stray current control and cathodic protection details shall be provided by the Systems Consultant and included in the respective CONSULTANT contract drawing package(s).

Lynnwood Link Extension Task 2: Design and Project Integration/Interface Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 27 Exhibit A— Civil Final Design

(2) The CONSULTANT shall coordinate duct bank sizes and locations with the Systems consultant. Conduit size and location drawings shall be provided by the Systems Consultant for inclusion in the respective CONSULTANT contract drawing package(s).

2. Art and Artists

a. Artists will be contracted directly to Sound Transit. The CONSULTANT shall include the artists in design team meetings and provide architectural and engineering advice of feasibility and constructability of artist proposals. Sound Transit will provide artist concepts and locations to the CONSULTANT for identification and coordination with the project, whether integrated into the design or standalone.

b. Artists will have primary responsibility for developing proposals for incorporating art into the project. Artwork opportunities to be considered include art integrated into the CONSULTANT design and construction documents, commissioned artwork, and functional elements of the transit system fabricated by artists or others.

c. Artists are responsible for detailed structural design of commissioned artwork and elements fabricated by the artists and for providing anchorage load data and anchorage details necessary for CONSULTANT to design foundations and supports as required for mounting the artwork. The CONSULTANT shall be responsible for civil, structural, mechanical, and electrical support (including general lighting and art signals, if required) for the artwork. Specialty fixtures or mechanical requirements shall be part of the artists’ work.

d. The CONSULTANT shall design required subsurface and surface preparation for art, coordinate and include appropriate utility and structural connections, and include final plans and specifications for the artists’ work (where applicable) in CONSULTANT documents. Incorporation of specialty items or items requiring significant foundations is not included in this scope of work.

3. Customer Signage

a. Customer signage locations and sign attachment details shall be developed in conjunction with Sound Transit and shall be included in the CONSULTANT’s contract drawing package. The CONSULTANT shall be responsible for the structural design of the attachments and general lighting of the signs to meet code.

b. Customer signage designs, fabrication, and installation of signage will be under a separate contract.

4. Track Designations and Operational Signage

a. Track designations and operational signage locations and sign attachment details shall be developed in conjunction with Sound Transit and shall be included in the CONSULTANT’s contract drawing package. The CONSULTANT shall be responsible for the structural design of the

Task 2: Design and Project Integration/Interface Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 28 Civil Final Design Exhibit A—Civil Final Design

attachments and general lighting of the signs to all codes, rules and standard operating procedures.

b. Track designation design, fabrication, and installation of signage will be under this contract. Operational signage will be under a separate contract.

5. Other Coordination Activities

a. The CONSULTANT shall coordinate closely with Sound Transit permit staff by providing the documents, drawings, information, and support necessary for the development and preparation of required permits, including key land use and construction permit applications with the local jurisdiction. Critical areas permit applications with county, state, and federal agencies will also require the CONSULTANT to provide necessary information to secure appropriate regulatory approvals involving proper discharge of stormwater and Contractor- generated wastewater to either surface waters of the state or to treatment plants via the local conveyance system.

b. The CONSULTANT shall coordinate closely with Sound Transit’s Environmental Affairs and Sustainability (EAS) and Department of Design and Construction (DECM) noise and vibration staff to incorporate environmental mitigation measures into the final design. The CONSULTANT shall provide necessary aesthetic planting recommendations and coordination for work within the PE drawing limits for CONSULTANT preparing design drawings for permitting work, including vegetation restoration and erosion control measures, as necessary. The CONSULTANT shall coordinate all environmental/sensitive areas permitting, mitigation, and compliance work with EAS staff and coordinate with EAS staff about parks mitigation, noise, vibration, and others, as needed.

Task 2 Deliverables

1. Final PIIP based on Sound Transit ICIP within 60 days of NTP

2. ICIP-required deliverables via the approved PIIP

3. Technical performance requirements for facilities and facility equipment

4. Contract requirements for testing and commissioning

5. Commissioning specifications

6. Clash Reports for each station at 60%, 90%, and up to three additional post-90% updates

7. Navisworks files used to create the Clash Reports at 60%, 90%, and up to three additional post-90% update

8. Documentation of meetings and action items

9. Supporting documents, drawings, and information for permits, and concurrence letters

10. Design Review presentations at 30% (stations, etc.), 60%, and 90% design milestones.

Lynnwood Link Extension Task 2: Design and Project Integration/Interface Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 29 Exhibit A— Civil Final Design

Task 3: CADD and BIM Management

A. The CONSULTANT shall assign a CADD Manager and a BIM Manager to lead the CADD and BIM work. As part of these management roles, these managers will be responsible for the coordination and production of the CADD/BIM data, models, and related documents required for the project. These are management roles, and it is the intent for these positions to provide dedicated leadership and management solely to this project and not to provide production-level support.

B. Other responsibilities include the following:

1. Act as a single point of contact for the Sound Transit Design Technology Manager’s (DTM) designated representatives; coordinate all CADD and BIM-related issues between ST and AHJs.

2. Establish, document, and maintain a set of CADD/BIM standards used on the project. This is to augment the ST CADD/BIM Standards Manual (and addendum) by defining any standards used beyond what was provided by ST and is to be followed consistently by all design team members. Submit to the DTM no later than 30 days after NTP with any subsequent changes submitted at least 14 calendar days before the next milestone design review submittal.

3. Establish, document, and maintain an up‐to‐date CADD File Management Plan that contains, at a minimum, an outline of the file names, structure, and content for all CADD-related files provided to Sound Transit and other AHJs. The CONSULTANT shall address BIM file structure and management in the BIM PXP. Submit to the DTM no later than 30 days after NTP with any subsequent changes submitted at least 14 calendar days before the next milestone review submittal.

4. Lead the coordination, plotting, and deliverable package organization of all drawings, models, and submittals to Sound Transit.

5. Ensure proper coordination of information and effort (CADD and BIM) between this project and the related Systems project.

6. Communicate schedule and organize and facilitate coordination meetings with the CONSULTANT’s CADD and BIM staff or partner’s staff.

7. Coordinate the transfer of data between the Contractor, Sound Transit, AHJs, and those designated by Sound Transit.

8. Provide to ST staff full-time access to all CADD/BIM data and provide direct support in accessing, transferring, and resolving related technical issues with all CADD/BIM data. This includes ensuring all CADD/BIM data are continually up-to-date and available to ST staff on the primary file share system, whether maintained by ST or the CONSULTANT.

9. Lead the development of automation technologies (custom tools, routines) to increase the productivity for the CONSULTANT team.

Task 3: CADD and BIM Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 30 Civil Final Design Exhibit A—Civil Final Design

10. Ensure all contract drawings and source CADD or BIM data adhere to the CADD/BIM standards established for the project and the document presentation is of high quality, easy to read, and without conflicts.

11. Verify internal disciplines and external design partners have performed and completed a quality check at each submittal of all CADD files, Civil 3D design files, BIM models, and contract drawings before they are submitted to Sound Transit.

12. Attend CADD and/or BIM coordination meetings with the related DTM’s designated representatives as defined in Task 3:Sections C.2 and D.2.h below. These are typically separate meetings addressing CADD and BIM independently and include the LLE Systems project CADD/BIM Lead for cross-project coordination.

C. CADD files (2D and 3D) shall be created for all contract drawings not produced by Revit, such as Civil, Roadway, Track, Utility, Environmental, ROW, Traffic, and Landscaping. Civil 3D models are to be created as specified within each task. The CONSULTANT shall provide all 3D models that integrate with the parking structures and stations to the parking structure and station design team(s) for Clash Detection Analysis. The CONSULTANT may create BIM models rather than CADD files/models for these or other drawings with approval from Sound Transit. CADD files/models shall be developed using AutoCADD MAP 3D or Civil 3D. Software version must be approved by Sound Transit.

1. CADD Submittal requirements are as follows:

a. All software shall be in the format and version defined in Section IV-Product Format unless otherwise directed or approved by Sound Transit. CONSULTANT to confirm with and provide to ST the acceptable format and version of all software at the time of submittals.

b. Electronic files shall be fully readable and editable without the need of any additional resources or custom tools not previously provided or approved by ST. File names are to follow the established standards. If no direction on file naming is provided, they should be named logically to identify the data contained in the file.

c. All CADD files and contract drawings shall adhere to the standards established in the Sound Transit CADD/BIM Standards Manual and project- specific standards developed by the CONSULTANT and approved by ST.

d. When CADD systems are used to perform design calculation, copies of CADD input data, output listings, and diagrams shall be presented in such form that permits manual checks of final results.

e. CADD data

(1) At each submittal the CADD Manager shall:

(a) Provide all CADD files, drawings, and related data files used to create the submittal of complete construction documents.

Lynnwood Link Extension Task 3: CADD and BIM Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 31 Exhibit A— Civil Final Design

(b) Provide a list of all submitted electronic files, including a description, directory, and file name for each file submitted. For all printed sheets, include a list of the sheet titles and sheet numbers.

2. Required CADD Meetings

a. CADD kick-off meeting with Sound Transit and the prime CONSULTANT’s project CADD Lead within 30 days of NTP. The CONSULTANT may determine which subconsultants attends this meeting but shall be responsible to ensure all consultants and subconsultants clearly understand the intent and direction.

(1) Agenda to be coordinated with Sound Transit DTM or designated representative.

(2) Agenda to be prepared and distributed to attendees by the CADD Manager two days prior to meeting.

(3) Meeting minutes to be recorded and posted to SharePoint by the CADD Manager no later than two days after meeting.

b. Bi-Weekly CADD coordination meetings

(1) Agenda to be prepared and distributed to attendees by the CADD Manager two days prior to meeting.

(2) Meeting minutes to be recorded and posted to SharePoint by CADD Manager no later than two days after meeting.

c. Issued for Construction (IFC) CADD delivery and pre-acceptance meeting with Sound Transit

D. Building Information Modeling/Model(s) BIMs shall be created for all parking structures and stations, at a minimum. CONSULTANT may create BIM models for other structures with approval from Sound Transit. BIMs shall be developed using Revit in the version approved by Sound Transit. No use of other modeling software or insertion of those software elements within Revit is allowed without prior approval from ST. The models shall be used to produce a complete set of construction documents and align with the Model Uses and Goals as specified herein.

1. BIM model uses and goals for 30% Final Design through IFC include the following:

a. Visualizations and Renderings

b. Value Engineering Efforts

c. Design and Constructability Reviews

d. Coordination among Project Team

e. Civil and Systems Integration

f. Construction Documents

Task 3: CADD and BIM Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 32 Civil Final Design Exhibit A—Civil Final Design

g. 3D Coordination/Clash Detection

h. Reduced Requests for Information and Change Orders

i. Increased Field Productivity

j. Increased Cost and Schedule Efficiency

k. Quantity Take-off

l. Cost Take-off

m. As-built Conditions

n. Asset Data Collection, Formatting, and Exchange

2. Required BIMs for 30% Design through IFC include the following:

a. Architectural

b. Structural

c. Mechanical

d. Electrical

e. Plumbing

f. Systems (by others)

g. Site utilities extending to point of connection including, but not limited to, stormwater

h. Civil and landscape elements in accord with Project CADD/BIM Standard Manual

i. Clearance requirements for MEP elements, access, and door swings in aforementioned models as defined in other tasks, codes, and the Project CADD/BIM Standard Manual

3. Minimum Model and Data Requirements

a. Level of Development (LOD) Matrix

(1) Initial LOD for all elements shall be established at the BIM kick-off meeting. The model LOD must accomplish the goals listed in Section B and Clash Detection requirements listed in Task 2. It is acknowledged that model LOD will need to be examined and modified throughout all phases of the project’s life cycle. The LOD matrix shall be kept up to date throughout the life of the project by the BIM Manager and shall accurately reflect the BIM’s forecasted LOD within 30 days of NTP for current submittal phase. The LOD matrix shall be submitted to the

Lynnwood Link Extension Task 3: CADD and BIM Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 33 Exhibit A— Civil Final Design

Sound Transit DTM for review and approval when changes associated with geometric and asset data LOD occur.

4. BIM Geometry

a. All BIM geometry and parametric data shall be produced via native Revit authoring tools or processes. All BIM geometry and parametric data shall be fully operable, compatible, and editable within the native Revit tools.

b. The following items are prohibited unless authorization is received from the Sound Transit DTM:

(1) Revit families containing any imported or exported, model or parametric elements created from third-party authoring tools (any program other than Revit or program add-in tools not approved by Sound Transit)

(2) The use of third-party BIM authoring software

(3) The use of third-party BIM authoring tools or plug-ins

(4) In-place modeling

c. All deviation requests related to C.4 must be presented by the BIM Manager to the Sound Transit DTM for review and approval. Sound Transit may require up to 30 days to evaluate proposed deviation requests. Any accepted deviations shall be recorded in the updated BIM PXP and LOD matrix by the BIM Manager.

5. Spatial Data

a. The models shall include spatial data defining actual net square footage and net volume, and holding data to develop the room finish schedule including room names and numbers. Include program information to verify design space against programmed space, using this information to validate area quantities.

6. Model Locations

a. The model shall use the assigned local project datum allowing for the consistent and seamless exchange of data between various project disciplines.

7. Schedules

a. Schedules shall be produced from the facility/site data within the model. Any exceptions must be documented in the PXP and submitted to the ST DTM for review and approval.

8. Details and Enlarged Sections

a. All details and enlarged sections necessary for construction shall be derived from the model when possible. For those details and enlarged sections not derived directly from the model, the CONSULTANT must verify that geometry and data depicting the details and enlarged sections are consistent with model

Task 3: CADD and BIM Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 34 Civil Final Design Exhibit A—Civil Final Design

elements. Details with significant drafted content such as “standard” and “typical” details shall not contradict the model and shall utilize the model as an underlay when possible for the purposes of verification and coordination. Three-dimensional, isometric, and section isometric details derived from the model are preferred.

9. Legends

a. Model elements shall be used to produce representations shown in the legends and shall match graphical representations shown in plans, sections, and elevations.

10. Revit-produced sheets

a. Whenever possible, the drawings produced in Revit shall conform to the Sound Transit CADD/BIM Standards Manual and subsequent project addendums. Sound Transit acknowledges some deviations will occur based on the functional processes and limitations within Revit. All deviations from the aforementioned standard must be approved by the Sound Transit DTM prior to implementation on the project.

11. BIM Submittal requirements

a. All software to be in the format and version defined in Section IV-Product Format unless otherwise directed or approved by Sound Transit. CONSULTANT to confirm and provide to ST the acceptable format and version of all software at the time of submittals.

b. Electronic files shall be fully readable and editable without the need of any additional resources or custom tools not provided by ST. File names are to follow the established standards. If no direction on file naming is provided, they should be named logically to identify the data contained in the file.

c. All BIM files and contract drawings shall adhere to the standards established in the Sound Transit CADD/BIM Standards Manual and project-specific standards provided by the CONSULTANT and approved by ST.

d. Model data

(1) At each submittal, the BIM Manager shall:

(a) Upload all models, drawings, and data files used to create the submittal of complete construction documents.

(b) Ensure all models have been purged and compressed.

(c) Provide a list of all submitted electronic files, including a description, directory, and file name for each file submitted. For all printed sheets, include a list of the sheet titles and sheet numbers. Identify which files have been produced from the model and facility/site data.

Lynnwood Link Extension Task 3: CADD and BIM Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 35 Exhibit A— Civil Final Design

e. The Architectural file shall contain links to all other models used to create the submittal.

(1) The linked models shall reside on unique work sets that identify the discipline of the linked model.

f. Each model file shall contain a 3D view named "Project Coordination." The 3D view will show elements within the design discipline scope of work. All other linked model work sets will be non-visible by default in the Project Coordination view.

g. All submittals identified in Task 3: Deliverables shall be submitted to the Sound Transit DTM for review and approval.

12. Required BIM Reports

a. BIM PXP shall be maintained and kept current by BIM Manager. BIM PXP shall be submitted to Sound Transit within 60 days of NTP for review and approval. BIM PXP updates shall be submitted to Sound Transit within 30 days of NTP for current design phase.

b. PXP shall include the following:

(1) Overview

(a) Project Information

(b) Definitions/Glossary/Abbreviations

(c) Project Schedule

(d) BIM PXP Timeline

(e) BIM PXP Update Log

(f) Model Origin/Reference Points

(2) Project Team

(a) Roles/Responsibilities

(b) Team Directory/Contact Information

(3) Project-Specific Deliverables

(a) BIM Goals

(b) BIM Uses

(c) Design

(d) Construction

Task 3: CADD and BIM Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 36 Civil Final Design Exhibit A—Civil Final Design

(e) As-Built

(f) Taxonomy export

(4) LOD Matrix

(a) Documented LOD of Model Elements

(b) ST Taxonomy Information Requirements

(c) Model/Taxonomy Progression Matrix

(5) Electronic Communications

(a) Software Requirements

(b) Electronic File Storage

(c) Information Exchange Schedule

(d) File Naming

(e) Sheet View/Other Views Naming

(f) Trade Contractor Coordination File Naming

(6) Collaboration Procedures

(a) Meetings

(b) Project Meetings

(c) BIM Coordination Meetings

(d) Coordination Schedules

(e) Design

(f) Construction

(g) As-Built

(h) Clash Detection

(i) Clash Detection Means and Methods

(j) Clash Report Format

(k) Acceptance Criteria

(7) Quality Control and Model Validation

Lynnwood Link Extension Task 3: CADD and BIM Management Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 37 Exhibit A— Civil Final Design

(a) Model Validation Checklist (Checklist to be developed with UW, Ref USACE)

(b) Asset Data verification (Coordinated with AP&P)

c. Updated AP&P Taxonomy Worksheet (Defined by AP&P)

d. Model Validation Checklist

13. Required BIM Meetings

a. BIM kick-off meeting with Sound Transit and project BIM members within 30 days of NTP

(1) Agenda to be coordinated with Sound Transit DTM or designated representative.

(2) Agenda to be prepared and distributed to attendees by BIM Manager two days prior to meeting.

(3) Meeting minutes to be recorded and posted to SharePoint by BIM Manager no later than two days after meeting.

b. Bi-Weekly BIM coordination meetings

(1) Agenda to be prepared and distributed to attendees by BIM Manager two days prior to meeting.

(2) Meeting minutes to be recorded and posted to SharePoint by BIM Manager no later than two days after meeting.

c. IFC BIM delivery and pre-acceptance meeting with Sound Transit

Task 3 Deliverables

The following submittals shall be provided at 60%, 90%, 100%, Issue for Bid (IFB), and IFC:

1. All electronic CADD data and related files used in the production of the contract drawings

2. All electronic model data and related files used in the production of the contract drawings and in the completion of goals defined in Task 3:D.1 in adherence to defined requirements as described above

3. Project CADD/BIM Standards Manual

4. Project CADD File Management Plan

5. BIM Project Execution Plan

6. Model Validation and QA/QC Reports for each submittal

7. AP&P Taxonomy at Different Design Stages

Task 3: CADD and BIM Management Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 38 Civil Final Design Exhibit A—Civil Final Design

Task 4: Quality Management Program

A. The CONSULTANT shall provide a management statement specifically committing to its compliance with the requirements of the Sound Transit Quality Assurance Program Plan (QAPP), and the Sound Transit Design Quality Plan (DQP) as part of their Quality Management Program and included in the CONSULTANT Design Quality Program Plan (DQPP) submittal. The management statement must also include the CONSULTANT’s commitment that the Design Quality Manager (DQM) has the authority to act independent of the CONSULTANT’s Project Manager on quality-related issues and that the DQM shall be dedicated solely to this Contract with the direction that the DQM cannot have responsibilities that conflict, or appear to conflict, with their primary responsibility for quality matters.

B. As part of the DQPP submittal, an organization chart shall be included to demonstrate the level of authority and independence of the DQM and the Quality Auditor staff. The DQM shall report to a corporate-level executive above the level of the Project Manager. The corporate-level executive cannot be involved in progressing the project work or be responsible for administration or implementation of the project contract. The organization chart shall clearly identify the roles and members of the CONSULTANT’s Quality Management Team and the reporting relationships.

C. The Quality Management Team shall develop and submit a DQPP to Sound Transit Quality Assurance (ST QA) for review and approval before any design document checking can begin; additionally CONSULTANT and subconsultant design team members must attend the approved design quality training prior to design document checking work activities. The DQPP shall address quality requirements as identified in the Sound Transit QAPP and the Sound Transit DQP. This includes, but is not limited to, Quality Management Program organization and responsibilities, quality system process overview, design control including, but not limited to, CADD and BIM requirements, document control, quality audits, quality records, and design quality training plan (including, but not limited to, presentation materials and design checking training schedule), and management of subconsultants for consistent work product in accordance with Sound Transit requirements. Review of the DQPP is required every six months at a minimum, or scheduled as approved by the Sound Transit Senior Quality System Manager for the duration of the project; resubmittal is required for ST QA review and approval if any changes to the DQPP are proposed.

D. As an appendix to the DQPP, the CONSULTANT shall submit step-by-step design checking procedures for design document checking (including, but not limited to, drawings, specifications, calculations, geotechnical reports, technical memos and reports, design and project interface issue logs, associated basis of design documentation, and CADD and BIM management for compliance), design review, review comment resolution process, and design interface management. If the design process is impacted by the subconsultant framework, the procedure to address this must also be included in the design checking procedures appendix. This appendix must be formatted such that it can be distributed as a standalone document for use by the CONSULTANT design team members involved in development of the design documents. The CONSULTANT may submit additional materials, plans, quality procedures, forms, or manuals that it feels shall be necessary to implement an effective and successful Quality Management Program for the project. Where the CONSULTANT has existing quality programs that meet or exceed the requirements of the Sound Transit QAPP and Sound Transit DQP, such programs may be submitted for consideration in lieu of some or all of the aforementioned

Lynnwood Link Extension Task 4: Quality Management Program Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 39 Exhibit A— Civil Final Design

requirements. Acceptance, modification, or rejection of the CONSULTANT’s existing quality programs or procedures is at the sole discretion of ST QA.

E. Milestone design submittals (60%, 90%, 100%, IFC) quality documentation using the approved design checking procedures from the approved DQPP shall be provided to Sound Transit for each milestone design submittal in the project SharePoint site. Notification of readiness for quality documentation review shall be provided to ST QA via email with a link(s) to the quality documentation in SharePoint prior to the CONSULTANT milestone design submittal internal quality audit.

F. For 30% design submittals identified in the Design Milestone section of this document, quality checking procedures in accordance with the approved Consultant DQPP requirements and ST Agency requirements must be applied, but a Consultant internal Quality Audit is not required. The quality documentation resulting from the quality checking procedures must be posted on SharePoint, and notification of readiness for review shall be provided to ST QA via email with a link(s) to the quality documentation in SharePoint. If issues are identified during the ST QA review, recommendations for improvement may be issued to the Consultant. It is expected that the ST QA recommendations be implemented for the subsequent (60%) Design Submittal.

G. Exceptions to either the Sound Transit QAPP or Sound Transit DQP requirements in order to use the CONSULTANT DQPP must be approved in advance by the Sound Transit Quality System Manager.

H. The CONSULTANT Quality Management Team shall be responsible for performing internal quality audits and submitting quality audit reports at each milestone design submittal to ST QA prior to submitting the milestone design submittal package to Sound Transit. Notification and invitation a minimum of 2 weeks (14 calendar days) prior to the scheduled internal quality audit must be issued to ST QA. Any CONSULTANT Quality Management Team internal quality audit findings must be resolved prior to the milestone design submittal to Sound Transit. Sound Transit quality audit findings, if any, must be resolved prior to the subsequent milestone design submittal.

I. Attendance by the CONSULTANT DQM is required at a Lynnwood Link Corridor biweekly quality meeting for the duration of the Contract.

J. The CONSULTANT DQM and Quality Management Team shall perform the following tasks:

1. Perform quality management/administrative activities

a. Fully implement the DQPP and verify it is established and meeting its objectives

b. Coordinate with the project manager, ST QA staff, to verify client satisfaction

c. Coordinate addressing and resolution of design issues, review comments, quality audit findings, and associated audit-surveillance finding reports

d. Develop and implement a process for the administration and control of the disposition of quality records and turn over to Sound Transit upon completion

Task 4: Quality Management Program Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 40 Civil Final Design Exhibit A—Civil Final Design

and closeout of the project in accordance with Sound Transit Document Control or other Sound Transit agency requirements

K. Implement and improve CONSULTANT DQPP

1. Fully implement the DQPP.

2. Review the DQPP every six months at a minimum, or scheduled as approved by the Sound Transit Senior Quality System Manager, for the duration of the project; resubmittal required for ST QA review and approval if any changes to the DQPP are proposed. No changes to the DQPP are allowed without ST QA review and approval.

3. As part of the DQPP review and resubmit process, review appendix of design checking procedures. No changes to the checking procedures are allowed without ST QA review and approval.

4. Fully implement ST QA DCM incorporation checklists and ST QA compliance checklists to be included as part of the milestone design submittal quality documentation, as applicable.

5. Implement the approved design quality training plan as part of the approved DQPP.

6. As part of the DQPP review and resubmit process, update the design quality training plan. No changes to the approved design quality training program are allowed without ST QA review and approval.

L. Coordinate design verification for internal interdisciplinary and contract package interface reviews—Coordinate and verify all internal interdisciplinary and contract package interface review comments are addressed, accepted by the originator of the review comments, and closed prior to submittal to Sound Transit for all milestone design submittals.

M. Perform milestone design submittal quality audits at 60%, 90%, 100%, and IFC

1. Perform internal quality audits of processes and deliverables associated with design work at 60%, 90%, 100%, and IFC milestone design submittals. Any resulting internal review comments, findings, or other issues shall be resolved and tracked to closure prior to submission of the milestone design submittal package to Sound Transit.

2. A milestone design submittal quality audit on addenda will not be required unless previous milestone design submittal quality audits were not performed; this decision is at the sole discretion of Sound Transit Quality System Manager.

3. ST QA findings and Sound Transit review comments shall be resolved prior to the subsequent milestone design submittal package.

4. CONSULTANT milestone design submittal internal final Quality Audit Report shall be issued with the Milestone Design Submittal to Sound Transit.

N. Perform Quality Management Program audits to verify that all design team members, including subconsultants, are following the approved DQPP.

Lynnwood Link Extension Task 4: Quality Management Program Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 41 Exhibit A— Civil Final Design

O. Prepare monthly quality progress/status report and submit to ST QA within seven days after the end of each month; the report shall include Design Quality Audits planned, Design Quality Audits completed along with Quality Audit reports, Design Quality Audit Findings, if any, and associated verified Corrective and Preventive Actions, Requests for Deviation summary, ICD List, and other design quality issues.

Task 4 Deliverables

1. DQPP initial submittal within 45 days of NTP

2. Review of DQPP not less than once every six months; resubmittal required for ST QA review and approval if any changes to the DQPP are proposed

3. Quality Management Program Quality Audit Milestone Design Submittal schedule within 60 days of NTP

4. Design Consultant Internal Quality Audit Reports for each Milestone Design Submittal package, including 60%, 90%, 100%, and IFC design packages, issued with the Milestone Design Submittal to Sound Transit with an electronic PDF copy provided to Sound Transit Quality Assurance

5. Quality checking procedure documentation posted to project SharePoint site for each Milestone Design Submittal package including, but not limited to, drawings (including documentation demonstrating CADD and BIM compliance with Sound Transit requirements), specifications, calculations, geotechnical reports, technical memos and reports, design and project interface issue logs, and associated basis-of-design documentation

6. CONSULTANT shall provide any additional Quality documentation as requested by the Sound Transit Quality System Manager, including posting requested documentation to the project SharePoint site (e.g., including, but not limited to, Interface Control Document (ICD) Log, Request for Deviation (RFD) Log, etc.)

7. Monthly quality progress/status report

Task 4: Quality Management Program Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 42 Civil Final Design Exhibit A—Civil Final Design

3. DESIGN AND ENGINEERING TASKS

Task 5: Architectural

This task includes design development and Contract Documents for the station architectural finishes; urban design; landscape design; and civil design and restoration of the station and parking garage sites. Included in this task shall be the design of entrances, circulation, mezzanine(s), platforms, and all architectural finishing of the stations.

The CONSULTANT shall perform architectural services as a part of the Final Design (FD) for the Lynnwood Link Extension project. The scope of work for these services generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information.

• Producing/performing CADD/BIM (see Task 3:) and Clash Detection Analyses (see Task 2:D)

• Station design

• Urban design/landscape/screening design

• Tree replacement/mitigation/maintenance/hazard design coordination

• Art coordination and integration

• Signage coordination and integration

• Vertical transportation systems (elevators and escalators)

• Supporting the development of Contract Documents

• Coordinating with Surveying and Mapping, ROW, Civil, Environmental, Community Outreach, and Support and other tasks as necessary

A. General

1. The Sound Transit Board has adopted a policy that the stations should have a balanced approach to design of reflecting their neighborhoods and also being recognized as a unified system.

2. The following list outlines the initial elements that shall be systemwide. See DCM for specific information.

a. Elements of continuity

(1) Station configuration

(2) Platform paving

(3) Fare vending machines

Lynnwood Link Extension Task 5: Architectural Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 43 Exhibit A— Civil Final Design

(4) Paint system and color palette

(5) Tactile way-finding elements

(6) Platform edge detectable warning pavers

(7) Customer signage

(8) Light fixture types

(9) Standardized glazing sizes

(10) Station seating/benches

(11) Stainless steel handrails

3. The CONSULTANT shall build on the planning and site design work done during PE by supporting Sound Transit in meetings with stakeholders to achieve consensus on the design.

4. The CONSULTANT shall design the station facilities to provide a fully functioning light rail station.

5. Sound Transit will lead all coordination efforts with third-party stakeholders including, but not limited to, design and technical review with AHJs and outreach to community groups.

6. Design work shall conform to applicable Americans with Disabilities Act regulations and standards, including, but not limited to, the Sound Transit Accessibility Design Guidelines. The CONSULTANT shall reference this document and complete the Sound Transit Accessibility Design Review Checklist at each FD submittal and bring to Sound Transit’s attention any inconsistency found between governing regulations. Reviews by Sound Transit will be made during the course of the work to ensure compliance with regulations and verify checklists.

7. The CONSULTANT shall incorporate the principles of Crime Prevention Through Environmental Design (CPTED) into the design. Station configuration, vertical circulation, pedestrian and site circulation, landscaping, and lighting shall be designed to accommodate CPTED principles. Meetings with local police may be warranted in addition to the design reviews at the 30% (Schematic), 60%, and 90%.

8. The CONSULTANT shall provide screening or structures around project facilities, such as systems equipment or TPSS buildings, to screen equipment from public view and fit within the neighborhoods in the project limits.

9. Retaining walls and other improvements located within WSDOT right-of-way shall be consistent with applicable sections of WSDOT’s roadside policy manuals and urban design guidelines.

10. The CONSULTANT shall develop wall finish treatment for structural walls and coordinate with civil and structural design work, including incorporation of artwork or treatments for form-liners for concrete walls in conjunction with the project artists. CONSULTANT shall coordinate with WSDOT and local standards and guidelines.

Task 5: Architectural Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 44 Civil Final Design Exhibit A—Civil Final Design

B. Station Design

1. All station designs shall be based on the planning and site work efforts in the PE drawings. Station design in the 30% (Schematic) level submittal shall include the following:

a. Organized site plan depicting major plan elements, such as plazas, head houses, buildings, mezzanines, platforms, on-site bus stops and other transit features, landscape (including retained trees), and hardscape areas

b. Site plan of surrounding site, including surface parking areas, access roads, existing and proposed bus stops, bike paths, signals, and roadway and street design improvements

c. Floor plan of station access and entries, ancillary buildings, or other enclosed spaces

d. Vertical circulation locations, queuing location, surge space, and exit paths

e. Preliminary dimensional information for major elements, including basic horizontal and vertical dimensions

f. Locations of program elements, including bicycle storage, windscreens, canopies, and ticket vending machines

g. Artwork location or integration with architectural facilities, signage locations or types, and detailed dimensional information shall not be included at this phase of the work

h. Structural, mechanical, electrical, civil, and other related sub-discipline design to a level of completion required to coordinate architectural design with sub- disciplines

i. See Engineering Procedures Manual EP-03 for additional requirements

j. Graphics for design review and open house materials at this design milestone shall be produced under Task 25:

2. At each design milestone, update the relevant sections of the existing Basis of Design Report based on the design development of each of the four stations. Sound Transit will provide an electronic working copy of the Basis of Design Report that is consistent with PE documents.

3. The CONSULTANT shall coordinate station design between sub-disciplines within the station areas, with the stations’ respective design packages, and other related LLE design packages as required.

C. Structured Parking Facilities

1. CONSULTANT shall design structured parking facilities, and related site design requirements, as shown in the drawings.

2. Structured parking facilities shall be provided at the following stations:

Lynnwood Link Extension Task 5: Architectural Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 45 Exhibit A— Civil Final Design

a. 145th Station

b. 185th Station

c. Lynnwood Transit Center Station

3. The CONSULTANT shall coordinate structured parking facility design between sub- disciplines within the facility areas, with the facilities’ respective design packages, and other related LLE design packages as required.

D. Urban Design/Landscape/Screening Design Elements

1. Station

a. Provide urban design and landscape design for each station site

b. Provide urban design, landscaping, and irrigation drawings as necessary to integrate stations into and with existing sidewalks, streets, and neighborhoods to create a homogenous design

c. Provide landscape irrigation report per the DCM.

2. Local Jurisdiction

a. Provide restoration landscape design for right-of-way and parks. All work shall be consistent with agreements, permit conditions, and local, state, and federal requirements.

b. Provide exhibits necessary to assist Sound Transit with discussions regarding landscape and irrigation maintenance with third parties.

3. Alignment

a. General

Permanent and construction related project impacts to the existing mature forested roadside environment along the I-5 corridor is of significant concern to Sound Transit, WSDOT, FHWA, the cities, and adjacent property and business owners, especially regarding system safety, security, costs, mitigation of noise, geological hazards, visual and construction impacts.

A tree inventory and assessment was conducted in preliminary engineering to identify potential tree hazards along the project and to develop a conceptual monitoring and maintenance plan and conceptual designs to protect the operation of the light rail guideway system and appurtenant facilities from potential damage due to falling trees.

(1) Advance the tree hazard mitigation work developed in preliminary engineering.

(2) Provide an International Society of Arboriculture-certified arborist, experienced with hazard tree evaluation/tree preservation and urban forestry management, carry out onsite field investigations and

Task 5: Architectural Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 46 Civil Final Design Exhibit A—Civil Final Design

assessment of trees to provide a tree inventory that will include records of species, size, location and condition, as well as any special considerations that may need to be addressed in final design.

(3) Provide site and landscape restoration along alignment in accordance with regulatory requirements to integrate alignment into and with existing landscape and neighborhoods to create a homogenous design within the project limits.

(4) Provide additional landscape analysis for determining which trees along the guideway can be preserved and type of treatment needed to retain them.

(5) Design landscape and hardscape for restoration of drilling sites within the project limit area.

b. Tree Replacement and Landscaping

(1) Advance the tree inventory and inspection report prepared in preliminary engineering along the areas to be impacted by temporary and permanent work and provide a tree inventory in accordance with regulatory requirements to cover existing trees within the zone of influence of the work.

(2) The arborist shall tag each tree identified with a unique numerical identifier corresponding to that tree in the inventory. The tags shall be recorded by the tree survey performed under Task 15: and shown on the project base map.

(3) Coordinate work with other sensitive areas mitigation work and coordinate landscaping with visual impact analysis (high impact areas).

(4) Provide support related to WSDOT approvals and mitigation for impacts to WSDOT Resource Conservation Areas.

(5) Follow the WSDOT Roadside Policy Manual and related policies, practices and procedures to address visual impacts in WSDOT right-of- way.

(6) Provide environmental support and identification of mitigation needs required for tree removal and preparation of a tree retention and mitigation report.

(7) Provide support for tree removal, replacement, mitigation and landscaping at public meetings/workshops in Task 19: Community Outreach.

(8) Providing support to the tree survey taking place under Task 15:

(9) The arborist shall use the base map during field investigations to identify trees required to be protected, including ecologically or regionally significant trees. The proposed civil grading plan shall be used to determine which trees must be removed. Trees to be protected and

Lynnwood Link Extension Task 5: Architectural Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 47 Exhibit A— Civil Final Design

retained shall be shown on the base map and all clearing and grading plans developed in Task 7: Civil. This data shall align with the specific local jurisdiction requirements (e.g., species, diameter at breast height) to support local and any other relevant AHJ permit applications.

c. Tree Hazard Analysis – Mitigation and Design

(1) Perform a follow-up survey of significant trees, identified in the tree assessment and inventories performed in preliminary engineering, and incorporate survey location data on to the project’s base maps.

(2) Prepare a tree retention and mitigation report to support the mitigation and design effort in Task 7: Civil, to protect the light rail guideway and appurtenant facilities from potential damage due to falling trees. The report shall address the requirements of WSDOT and each local jurisdiction.

(3) Support the design of potential tree hazard mitigation approaches in Task 7: Civil,

d. Monitoring and Maintenance Plan for Tree Hazard Mitigation

(1) Prepare a Long-term Tree Risk Management Plan for the Sound Transit Lynnwood Link System, based on the conceptual monitoring and maintenance plan developed in preliminary engineering

(2) Prepare cost estimates for the various elements of the monitoring and maintenance plan on an annualized basis.

e. Assumptions

(1) Based on the Final EIS, anticipated impacts to WSDOT RCA’s/Beautification Areas that require mitigation could be up to 1 to 2 acres

E. Art Design Elements

1. Design and fabrication of artwork shall be by others. Sound Transit will contract directly with the artists.

2. The CONSULTANT shall incorporate the work of Sound Transit artists into station and civil design (assume two (2) artists per station). Artwork that requires integration into civil/landscape and structure/architecture shall be designed by the artist and coordinated with the CONSULTANT team.

3. Coordination and incorporation of artwork designs and concepts into the design includes the coordination and design of structural foundations and supports.

4. Contract documents shall be provided describing the location, integration elements, and/or supports and foundations necessary to accommodate and integrate station artwork. Artwork design shall be by the station artist. Artwork fabrication shall be by the artist, except when it is integrated with station finishes.

Task 5: Architectural Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 48 Civil Final Design Exhibit A—Civil Final Design

5. General lighting design may be required for artwork. Any technical or specialty lighting shall be designed and fabricated by the artist and connected to the facility electrical system. Electrical connectivity shall be provided in the construction documents.

6. Artwork located within WSDOT right-of-way shall be subject to applicable sections of WSDOT’s policy manuals, design manuals and guidelines.

F. Regulatory and Customer Signage Design Elements

1. The CONSULTANT shall implement system-wide customer LRT signage based on the Sound Transit Customer Signage Manual. Customer signage shall be fabricated and supplied by others. Coordinate the overall extent and location of signs and the placement with Sound Transit. Provide design and detail for mounting standard ST Customer signs and brackets to facility structures as part of the technical documents. Include any attachments/foundations as required.

2. Initial signage layout shall be coordinated with Sound Transit prior to the 60% submittal. The CONSULTANT shall detail customer signage attachment and foundation details to accommodate the system-wide signage. Follow-up submittals shall indicate any change to signage layout and require continued coordination with Sound Transit’s customer signage project specialist.

3. Facility signage is part of this contract. Room signs, evacuation signs, and signs that are required to meet codes and identify non-public areas shall be designed by the CONSULTANT and included in the Contract Documents. The sign design shall conform to Sound Transit typical room signs and facility numbering standards.

G. Elevators and Escalators—The CONSULTANT shall:

1. Review the requirements identified in the DCM for layout and placement. Qualified special staff shall confirm applicability of Sound Transit criteria and requirements of all relevant jurisdictions, including identifying special criteria or considerations due to specific conditions at the stations. Qualified CONSULTANT staff shall recommend the appropriate type of elevator for each location as part of the 30% (Schematic) stations submittal.

2. Produce drawings and details as necessary, including elevator cab finishes, to integrate with the station designs and fully define elevator and escalator requirements to the Contractor. Design all mechanical and electrical systems necessary to support vertical transportation and connection to the required communication systems. Special attention shall be paid to designing elevator shafts to Washington State Labor and Industries standards.

Lynnwood Link Extension Task 5: Architectural Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 49 Exhibit A— Civil Final Design

Task 5 Deliverables

1. Station designs and reports

2. Structured parking facilities design and reports

3. Urban design and landscape designs and reports

4. Site and landscape restoration designs and exhibits

5. Environmental support and mitigation evaluation for WSDOT Beautification Areas

6. Mitigation and design for tree hazard analysis at 60% design.

7. Monitoring and Maintenance Plan and cost estimates for tree hazard mitigation

8. Designs and cost estimates for potential tree hazard approaches at 60% design.

9. See ST DCM and ST EP-03 for additional deliverables and deliverable milestones.

Task 1: Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 50 Civil Final Design Exhibit A—Civil Final Design

Task 6: Building Management System

The CONSULTANT shall design a building management system as part of FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

• Collect and review existing information

• Develop and design a Building Management System

• Support the development of Contract Documents

A. The services performed for FD shall meet the requirements of both the Sound Transit Design Criteria Manual and the Engineering Design Procedures Manual.

1. Building Management System (BMS)— Provide a design for a complete non- proprietary BMS suitable for control and monitoring of station systems as required by Chapter 15 of the DCM, project requirements, and the engineer of record, as well as additional systems such as security, communications, fire life safety and sustainability as necessary. The BMS shall be developed by an engineer specialized in monitoring, control, and automation systems.

a. The scope, design, and performance of new BMS shall comply with Prescriptive Specifications 25 00 00 Integrated Automation and 25 60 00 Building Management System and coordinated with Sound Transit. It shall include development of a commissioning specification, 25 08 00 Commissioning of Building Management System meeting the requirements of 01 91 13 General Commissioning Requirements.

b. The CONSULTANT shall work with Sound Transit and the Systems Consultant to provide a BMS design that shall be integrated into the Supervisory Control and Data Acquisition (SCADA) System. BMS architecture, interface, configuration, communications protocols, and point- data tables are to be compatible and consistent with existing applications.

c. The CONSULTANT shall develop a coordinated I/O Points List utilizing PIIP products, such as the Interface Block Diagram and Equipment Matrix. Provide a points list that shows as a minimum the points to be monitored and controlled by the local station BMS, interface type, any necessary scalability or variability of analog points, and the location and format in which they shall be presented.

d. Coordinate with respective disciplines (i.e. Electrical, Mechanical, Fire Protection, Vertical Transportation, Architecture, etc.) to determine necessary field devices, instrumentation, and equipment terminations to enable an adequate status and control points interface with the BMS. Control wiring and conduit shall be coordinated with all disciplines to avoid conflict and ensure maintenance access requirements. Hardware interfaces to independent controllers and SCADA shall be clearly defined, utilizing Interface Terminal Cabinets (ITC) as necessary to provide clear demarcation points for dry contacts. CONSULTANT is responsible for conduit sizing and routing from

Lynnwood Link Extension Task 6: Building Management System Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 51 Exhibit A— Civil Final Design

field device to the ITC and from ITC to BMS as well as any necessary conduit for data interfaces.

e. The BMS design shall include directions for the development of a System Interface Data Table (SIDT) utilized for coordination with others for the SCADA integration of the BMS system. Provide a sample format and I/O point guidelines for creating the SIDT.

Task 6 Deliverables

1. All deliverables, including drawings, specification, calculations, reports, etc., at each submittal 30% (Schematic), 60%, 90%, and IFC) as required in Engineering Procedures Manual EP-03 matrix (latest version).

a. BMS architecture/riser schematic b. I/O list c. Panel layout drawings (PLC/RIO cabinets and ITCs) d. Sequence of operations for all equipment controlled/monitored by BMS e. Typical field wiring for BMS-connected equipment f. Specify hardwired I/O as well as soft I/O required for proper integration of all BMS connected systems. This includes local HMI and remote SCADA HMI requirements g. SIDT sample and guidelines for Contractor completion h. Notes for integration standards and requirements i. BMS specifications for hardware, PLC programming, HMI development, and proper integration of BMS-connected systems j. Support for other design discipline documentation related to BMS (e.g., electrical controls/BMS network conduit design, electrical location layouts, mechanical sequence of operations, interconnection of multidiscipline design)

2. All calculations and assumptions required for the BMS design (e.g., fill calcs, panel sizes, voltage drop calcs, and distance limitations) shall be included with the 60% submittals. If changes are required, resubmit in subsequent submittal.

3. Models shall be provided for use in the Clash Detection Analyses at 60%, 90%, and any post-90% iterations.

4. The following reports are needed to inform the design scope at 60% and need to be submitted during design development prior to the 60% design submittal: [provide a LIST]

Task 6: Building Management System Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 52 Civil Final Design Exhibit A—Civil Final Design

Task 7: Civil

The CONSULTANT shall perform civil engineering services as a part of FD for the LLE project. The scope of work for civil engineering generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Developing Civil Design Criteria

• Defining, supporting, developing and/or preparing:

o Demolition activities and requirements

o Grading plans

o Tree hazard mitigation plans

o Site plans

o Maintenance of Traffic (MOT)/Traffic control plans

o Temporary erosion and sediment control (TESC) plans

o Staging areas and Interim use

o Sustainability tasks

o GC/CM tasks

o Development of Contract Documents A. Demolition

1. Define the necessary demolition activities, including items to be abandoned, salvaged, recycled, or removed.

2. Identify commercial and residential structures and facilities, natural features, and vegetation, including all designated trees that need to be removed and that need to be protected during construction.

3. Prepare a 3D model that represents demolition elements composed of the existing ground surface and the proposed sub-grade, as well as utility structure(s) as required for design.

4. Demolition requirements shall be developed for the entire light rail corridor, including analysis of any existing foundations and utility disconnects/caps/abandonments and other underground facilities and structures to be removed.

B. Grading

1. Develop grading plans for all areas modified by the project. Include erosion control performance specification for Contractor-supplied TESC. Typical TESC plan shall be prepared only for approval by AHJs, as needed.

Lynnwood Link Extension Task 7: Civil Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 53 Exhibit A— Civil Final Design

2. Trees to be removed, protected and retained, as identified in tree retention and mitigation report developed in Task 5: Architectural, shall be shown on the base map and all clearing and grading plans.

C. Tree Hazard Mitigation

1. In coordination with Sound Transit design, engineering, operations, safety, and security staff, advance up to three design approaches, from the conceptual design report prepared during preliminary engineering and the tree retention and mitigation report prepared in Task 5: Architectural, to protect the light rail guideway and appurtenant facilities from potential damage due to falling trees in areas that have been identified in the tree inventory and assessment.

2. Develop cost estimates for the three design approaches. The result of this effort shall be summarized in a design report.

3. Incorporate selected solutions into the technical documents.

D. Site Plans

1. Prepare plans for non-roadway site areas modified by activities of this project that meet AHJ requirements,

2. Coordinate site plans with architectural site plans and landscape plans, track layout, structures, utilities, drainage etc. to avoid duplication or conflicts.

3. Site plans shall show overall site grading and quantities, site sections, building footprints, ingress and egress, environmentally sensitive areas, site restoration, trees to be retained, pavement surfacing, parking lot configurations and other improvements as necessary to fully describe the project. Any major temporary erosion control measure locations shall be identified in concept.

E. Sustainability

1. Provide support for the production of sustainability memo and evaluation of sustainable measures as described in Task 16: Sustainability.

2. Prepare a Total Cost of Ownership (TCO) to be included in the draft and final sustainability reports as described in the Sustainability Task.

3. Prepare technical drawings which incorporate sustainable design features as identified in the sustainability memo and per ST direction that best meet Sound Transit’s sustainability goals.

F. Fencing

1. Ensure final location of fences to avoid environmentally sensitive areas if possible; if unable to avoid co-location, coordinate with EAS.

G. Staging Area and Interim Use

1. Define staging area requirements, site limits, access, temporary fencing and noise walls, and other interim site improvements necessary for construction activities and

Task 7: Civil Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 54 Civil Final Design Exhibit A—Civil Final Design

to fulfill third-party agreement conditions. This item does not include pedestrian and vehicle detour and maintenance of traffic or interim park-and-ride facilities.

2. Identify trees to be retained and the tree protection area required on demolition and civil drawings.

3. Identify staging areas on properties not identified for acquisition in the EIS for EAS review prior to use,

H. Maintenance of Traffic, Detours, and Haul Routes

1. MOT plans include staging plans, temporary traffic control, and detour plans for each roadway affected by construction activities, including I-5 and streets in the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood. Coordinate with King County Metro for bus operations MOT affecting the Metro North Base in Shoreline.

2. Traffic control and detour design shall follow the design standards and guidelines for the owner having jurisdiction for each affected roadway (i.e., WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood).

3. Sound Transit will request standard plans and typical details for traffic control plans within the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood.

4. MOT plans for work affecting streets in the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood shall include only staging plans and detour plans. These plans shall be stamped and signed by the CONSULTANT.

5. Detour plans shall include provisions for maintaining access to businesses to the extent practicable, including detour route signage as appropriate to indicate that businesses are open. Other elements of construction mitigation plans for construction impacts on businesses, including telephone hotline, cleaning services, public communications, promotion and marketing measures, coordination during construction, and community ombudsman provisions, are excluded from this scope of work.

6. MOT plans for work affecting WSDOT facilities shall include staging plans, temporary traffic control plans, detour plans, and typical traffic control setups for situations not covered in the project-specific temporary traffic control plans. All of these plans shall be stamped and signed by the CONSULTANT. WSDOT facilities affected by the work are assumed to be the I-5 northbound and southbound mainline roadways and interchange ramps within the project limits. Coordination, review, and approval from WSDOT are required for MOT plans on WSDOT facilities. The CONSULTANT shall coordinate with WSDOT and Sound Transit to facilitate the approval of these plans.

1. This scope of work assumes that the existing park‐and‐ride and car pool lot west of 5th Ave NE and north of the NE 130th Street interchange station will be impacted during construction. The CONSULTANT shall identify temporary replacement parking for each phase of construction to accommodate these users.

2. This scope of work assumes that the North Jackson Park park-and-ride facility would be closed for construction staging. The CONSULTANT shall identify

Lynnwood Link Extension Task 7: Civil Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 55 Exhibit A— Civil Final Design

temporary replacement parking for each phase of construction to accommodate these users.

3. This scope of work assumes that construction staging would use the existing surface parking lot at the Mountlake Transit Center, resulting in a temporary loss of parking spaces during construction. At the direction of Sound Transit, the CONSULTANT shall identify temporary replacement parking nearby. Construction of the preferred alternative would require temporary closure of the freeway station and freeway bus ramps. Bus routes using these ramps may need to be re-routed. The CONSULTANT shall coordinate with transit providers and Sound Transit to identify re-route options.

4. This scope of work assumes that construction of the parking garage at the Lynnwood Transit Center could result in a loss of some park-and-ride stalls during construction. Replacement parking would be provided through construction phasing of other surface parking lots, and temporary parking could be provided within the project site on parcels acquired for the construction project. The CONSULTANT shall prepare a parking technical memorandum to plan for temporary parking replacement during construction phases.

I. Support to the GC/CM(s)

1. The GC/CM(s) may be tasked with preparing the following: Maintenance of Traffic (MOT)/Traffic Control Plans, temporary erosion and sediment control (TESC), and staging areas. In this case, The CONSULTANT shall provide the necessary coordination and support to the GC/CM(s).

2. As part of this effort, the CONSULTANT shall incorporate applicable standard plans of WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood by reference into the project specifications rather than re-create and include in the contract plans.

Task 7 Deliverables

1. Demolition activities and requirements

2. Grading plans

3. Tree hazard mitigation design plans

4. Site plans

5. Staging Areas and Interim use

6. Maintenance of Traffic Plans

7. Temporary Erosion and Sediment Control Plans

8. Sustainability FD documents and TCO

Task 7: Civil Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 56 Civil Final Design Exhibit A—Civil Final Design

Task 8: Environmental

A. Sensitive Area Field Work and Reports

1. The CONSULTANT shall review existing ecosystem, biological assessment, water resources, and land use technical reports prepared as part of the EIS process to study the details of the environmental setting and associated jurisdictional resources. The CONSULTANT shall confirm the location of project components, including the proposed rail alignment, stations, associated facilities (stormwater, utilities, signalization, TPSSs), and construction staging areas. The CONSULTANT shall also review existing municipal codes for the local jurisdictions within the project corridor to confirm local permitting requirements (including critical areas, shorelines, floodplains, steep slopes, conservation areas, wildlife species of local importance, and tree protection) and determine the associated data collection needs.

2. Once right-of-entry has been established for the project area (by Sound Transit), the CONSULTANT shall review the project area and verify locations of previously delineated environmentally sensitive areas (e.g., wetlands, streams, ordinary high water mark, buffers, significant trees, steep slopes, and conservation areas). Boundary flags placed for that work will likely be present; however, many will be missing. The CONSULTANT shall conduct the required level of effort to ensure the boundary flags are present and easily verified. In addition to verifying the boundaries of previously identified resources, the team shall delineate sensitive areas not previously identified during the EIS process.

3. Where boundaries of jurisdictional features have changed, are unclear, or where new jurisdictional resources are identified (e.g., in areas previously not accessible), these resources shall be delineated, flagged, or reflagged. Additional survey or re- survey work shall be completed by a professional survey crew under Task 15: Surveying and Mapping.

4. All wetland resources shall be evaluated using the 1987 U.S. Army Corps of Engineers Wetland Delineation Manual, the most current Regional Supplement (Western Mountain, Valley, and Coast Region), and current guidance and regulations. Appropriate data sheets and assessment forms shall be used (e.g., U.S. Army Corps of Engineers Wetland Delineation Data Sheet and 2014 Western Washington Wetland Rating Sheet). Ensure appropriate number of data points are recorded for the various Cowardin classes in each wetland. For example, if a wetland has been identified as having both palustrine forested and scrub-shrub habitat, then a data sheet should be recorded for both classes. All previously prepared forms will need to be updated to use the current manuals and guidance. The CONSULTANT shall modify or update previously prepared forms as needed during the environmental permit process. For example, modifications or updates may be necessary if wetland boundaries have changed. The Washington State Department of Ecology will require using the 2014 Western Washington Wetland Rating forms for previously delineated and any newly delineated wetlands. The CONSULTANT shall use existing mapping data provided electronically by Sound Transit to document existing field conditions for the rail alignment and supporting facilities.

5. Stream boundaries shall be identified and evaluated according to accepted federal, state, and local guidance and regulations. Additionally, the CONSULTANT shall

Lynnwood Link Extension Task 8: Environmental Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 57 Exhibit A— Civil Final Design

document all jurisdictional ditch features using a jurisdictional ditch determination form, photos, and mapping if required.

6. The CONSULTANT shall use Sound Transit’s Stream Habitat Assessment Guidelines to help determine which stream assessment protocol is appropriate for the resources in the corridor. Prior to initiating field work, Sound Transit and the CONSULTANT shall confirm with agencies and Tribes with jurisdiction that the proposed approach to assessing streams is appropriate.

Following delineation of all jurisdictional features and boundaries, the CONSULTANT shall work with Sound Transit to coordinate with staff of regulatory agencies (local governments, U.S. Army Corps of Engineers, Washington Department of Fish and Wildlife, and Washington State Department of Ecology) to conduct field visits and confirm wetland and stream boundaries. Any modifications to flagged boundaries by regulatory agency staff shall be recorded on the sensitive area impact tracking plan sheets. Sufficient time shall be included to conduct necessary field reviews with both Sound Transit and agency staff.

7. The CONSULTANT shall prepare a wetland and stream identification and delineation report with the new mapping data. The report shall include descriptions of the resources, maps/figures, data sheets, Cowardin classes, hydrogeomorphic classes, regulatory requirement summary, and functional assessment. Report submittals shall include two drafts, a draft final, and final.

8. Using existing electronic mapping data from Sound Transit and new electronic data from professional surveyors (if applicable), the CONSULTANT shall quantify direct and temporary impacts to jurisdictional resources and extent of potential impacts to the buffers of these resources. All sensitive area impacts shall be determined by design engineers consulting with Sound Transit design leads, Sound Transit EAS staff, and project biologists. Using this information, the CONSULTANT shall prepare a wetland and stream impact report. Report submittals include two drafts, a draft final, and final.

9. The CONSULTANT shall make concerted efforts during the design phase to avoid/ minimize impacts to jurisdictional resources. The resulting areas and quantities of impact shall be reviewed with Sound Transit.

10. The CONSULTANT shall ensure new or modified stream crossings will be made fish-passable in those areas where there are currently obstacles to fish passage and there is available fish habitat upstream. Where appropriate, culverts should be replaced with a bridge or stream-simulation-designed culverts to best ensure fish passage. The CONSULTANT shall also ensure that LLE design features do not preclude others (i.e., WSDOT) from making streams fish passable in the future.

11. Impacts to jurisdictional resources are assumed and will require mitigation involving enhancement, restoration, or creation of wetland/stream habitat. The CONSULTANT shall prepare mitigation plans and reports. Items included, but are not limited to, the following:

a. Screening report describing potential wetland/stream mitigation sites— Mitigation sites shall be selected based upon the Washington State Department of Ecology guidance using a watershed approach. If required by

Task 8: Environmental Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 58 Civil Final Design Exhibit A—Civil Final Design

agencies with jurisdiction, the CONSULTANT shall use the Credit-Debit methodology for determining compensatory mitigation ratios. The Washington State Wetland Function Assessment Method shall not be used. Report submittals shall include two drafts, a draft final, and a final.

b. Detailed wetland and stream delineation and survey of selected mitigation site(s) within or adjacent to the PE drawing limits to support permits (see Task 26:)

c. If necessary, a groundwater monitoring plan shall be developed and implemented at selected mitigation site(s) prior to construction. Implemen- tation assumes manually installing shallow groundwater monitoring wells and monitoring monthly for a minimum of one year and maximum of three years to support site screening and mitigation plan development. If stream data is required, the CONSULTANT may need to install and monitor flow meters.

d. Mitigation restoration plans shall be developed for sensitive areas temporarily or permanently impacted as a result of construction. Mitigation areas located within WSDOT right-of-way shall follow WSDOT roadside restoration require- ments and guidelines. The CONSULTANT shall review project mitigation plans developed for Central Link Light Rail and East Link Light Rail Extension to determine if similar approaches would work for the Lynnwood Link Extension.

e. Mitigation design plans and a mitigation report shall be developed for temporary and permanent wetland and stream impacts. The mitigation design effort should assume up to four wetland mitigation sites and two stream mitigation sites. The mitigation design will also need to account for mitigation for impacts to the 100-year floodplain if needed. The mitigation design report shall include impact assessment, performance standards, and monitoring protocols consistent with local, state, and federal requirements. Report submittals shall include two drafts, a draft final, and a final. Mitigation design plan submittals shall be developed at 60%, 90%, 100%, and IFC. Review by Sound Transit will include consideration of aesthetics and homogenous design. Mitigation design assumes engineering support for wetland impact mitigation design and stream impact mitigation design. The CONSULTANT shall assume preparing separate mitigation plans for each local jurisdiction.

B. Parcel Matrix

1. A matrix and a set of maps identifying notable environmental features for the Final EIS Preferred Alternative will be provided by Sound Transit. Information on the matrix includes, but is not limited to, whether wetlands, streams, or buffers are found on the parcel; the parcel ID; resource name (e.g., wetland 1, Thornton Creek); wetland/stream rating; Cowardin class; hydrogeomorphic class; buffer width; stream classification; and when the site visit occurred, among other items.

2. Sound Transit will provide the CONSULTANT with electronic copies of the existing matrix and maps, and the CONSULTANT shall update this matrix as design progresses to verify that environmental review is taking place on all parcels within the project construction limits, including areas with temporary construction easements.

Lynnwood Link Extension Task 8: Environmental Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 59 Exhibit A— Civil Final Design

3. Map updates shall be included. Addition of parcels during FD shall require additional negotiation. Submittals shall include 60%, 90%, 100%, and IFC.

C. Environmental Permit Applications

1. Sound Transit will be the lead for all contact with regulatory agencies but may request the CONSULTANT to represent Sound Transit in the permit application process, including pre-application meetings, the permit application appointment, and discussions with technical review staff.

2. The CONSULTANT shall prepare all environmental permit applications for the project and selected mitigation site(s) as required by federal, state, and local agencies. The first part of this process includes: (a) review of PE design to confirm list of required permits; (b) development of a permit strategy/approach; (c) develop a baseline schedule and (d) conduct early outreach to agency staff, including pre- application meetings. Based on estimates for potential wetland/stream impacts associated with the Preferred Alternative presented in the Final EIS and PE, permits are anticipated to be required from the U.S. Army Corps of Engineers (Individual Section 404 Permit and associated 404(b)(1) analysis and all other supporting information), Washington State Department of Fish and Wildlife (Hydraulic Permit Approval), Washington State Department of Ecology (Individual Section 401), and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood (critical areas, Shoreline Substantial Development, and other applicable local environmental permits). Environmental approvals may also be required from King County, Snohomish County, and other relevant agencies.

3. Following confirmation of key design elements, site conditions, proposed mitigation, and agency input, the CONSULTANT shall prepare permit applications for agency submittal, including a Joint Aquatic Resources Permit Application. These applications shall include narrative and supporting graphics at the required level of detail. Permit applications to be submitted for review to Sound Transit include two drafts, a draft final, and a final.

4. Once the applications are submitted, the CONSULTANT shall continue to address questions in support of the permit process. The CONSULTANT shall respond to comments and requests for information from permitting and regulatory agencies related to the permit submittals, and provide ongoing support to Sound Transit during project development and permit processing. The CONSULTANT shall provide Sound Transit with an updated permit tracking matrix listing all required environmental permits and status of applications at 60%, 90%, 100%, and IFC submittals.

D. Endangered Species Act Consultation

If necessary, the CONSULTANT shall support Sound Transit consultation under the Endangered Species Act (ESA) associated with changes to project design or construction methods that are not consistent with earlier consultation and resulting biological opinions. This support shall consist of providing Sound Transit with relevant information from field surveys and coordination with Sound Transit’s ESA consultant as directed by Sound Transit. A budget allowance has been established for ESA consultation support. CONSULTANT services in excess of this allowance shall require additional negotiation.

Task 8: Environmental Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 60 Civil Final Design Exhibit A—Civil Final Design

E. Sensitive Area and Floodplain Impact Tracking (SAFIT) Sheets

1. The CONSULTANT shall create SAFIT plan sheets at the 60%, 90%, and 100% design phases. The purpose of the plan sheets is to verify that sensitive area and floodplain impacts have been properly accounted for during all stages of design.

2. The SAFIT plan sheets shall be created by the Final Design Team engineers and designers using existing design and topography plans and shall show wetlands, streams, buffers, floodplains, and the amount of temporary and permanent impact (in square foot and acreage) for each resource.

3. The CONSULTANT shall work with Sound Transit staff to refine the information shown on the SAFIT plan sheets as necessary. The SAFIT plan sheets are not intended to be a part of the Contract Documents but shall be provided to Sound Transit staff and the construction team as a resource during impact assessment and mitigation planning.

F. Parks Mitigation Implementation

The CONSULTANT shall prepare landscaping and park design plans to mitigate impacts to park and recreation resources and trails consistent with the ROD and in coordination with AHJ. Submittals shall include 60%, 90%, 100%, and IFC.

G. Environmental Review of Project Changes

If necessary, the CONSULTANT shall assist Sound Transit environmental staff in monitoring and assessing project changes with regard to variations from existing NEPA/SEPA documentation. This support shall consist of providing Sound Transit with relevant information from field surveys and coordination with Sound Transit’s NEPA/SEPA consultant as directed by Sound Transit.

H. Environmental Commitments

1. The CONSULTANT shall coordinate with Sound Transit Environmental Affairs and Sustainability staff on ROD commitments to be implemented by the Final Design Team.

2. The CONSULTANT shall address relevant ROD environmental commitments in drawings and construction specifications and update the existing ROD commitments database, with oversight of Sound Transit staff at 60%, 90%, 100%, and IFC design, specifying how environmental commitments are addressed in both drawings and construction specifications.

3. All environmental permitting, mitigation, and compliance tasks shall be directed by, and coordinated through, Sound Transit environmental staff members.

Lynnwood Link Extension Task 8: Environmental Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 61 Exhibit A— Civil Final Design

Task 8 Deliverables

1. Wetland and stream delineation report

2. Screening report for potential wetland/stream mitigation sites

3. Mitigation design report (e.g., Sensitive/Critical Areas Report) for wetland/stream impacts and wetland/stream mitigation sites

4. Mitigation design plans for sensitive area impacts and wetland/stream mitigation sites

5. Updated parcel matrix

6. Section 404(b)1 impact analysis

7. Environmental permit applications using a Joint Aquatic Resources Permit Application form (Individual Corps Section 404, Hydraulic Project Approval, Individual Ecology Section 401, and applicable local environmental permits), and other permit applications as necessary

8. Environmental permit tracking matrix

9. Sensitive Area and Floodplain Impact Tracking plan sheets

10. Landscaping restoration plans for parks and recreational resources

11. ROD commitment database updates

Task 8: Environmental Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 62 Civil Final Design Exhibit A—Civil Final Design

Task 9: Geotechnical

The CONSULTANT shall perform geotechnical engineering services as a part of FD for the LLE project. The scope of work for geotechnical engineering generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Developing Geotechnical Design Criteria

• Performing geotechnical site investigation, including in-field and laboratory testing

• Performing geotechnical analyses and design

• Developing geotechnical recommendations and preparing geotechnical reports

• Providing geotechnical supports for the duration of FD

• Supporting development of Contract Documents

The geotechnical engineering works performed for FD shall meet the requirements of both the Sound Transit Design Criteria Manual and the Engineering Design Procedures Manual.

A. Existing Data Collection and Review

The CONSULTANT shall collect and review readily available geotechnical and geologic data for the FD including, but not limited to, the following:

• Geologic maps from the Washington State Department of Natural Resources and U.S. Geologic Survey

• WSDOT design and construction records

• Soils and geotechnical reports from WSDOT, federal, community, city, or county officials, groups, or individuals

• Geotechnical information within the project limits that may be in the CONSULTANT's files

The following document was prepared by other consultants during the PE phase of the Lynnwood Link Extension:

• Final Considerations Report for Preliminary Engineering, Sound Transit Lynnwood Link Extension—Vol. 1 and 2 (January 2015)

The data collected for this task shall be included in the Geotechnical Data Report.

B. Geotechnical Design Criteria and Code Review

The CONSULTANT shall identify applicable geotechnical design criteria and codes to be used during FD and submit a Geotechnical Design Criteria Memorandum (GDCM). This task includes review of the following:

Lynnwood Link Extension Task 9: Geotechnical Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 63 Exhibit A— Civil Final Design

• Sound Transit DCM • Sound Transit engineering procedures • WSDOT requirements • Requirements of other agencies having jurisdiction along the project alignment

The general requirements for the GDCM are presented in the Sound Transit DCM, Chapter 8B. The GDCM will include the list of computer programs and computer spreadsheets to be used for FD.

The GDCM will be developed at the beginning of FD prior to initiation of geotechnical analysis and design task. The purpose of the GDCM is for Sound Transit to ensure the CONSULTANT understands the design requirements as well as to coordinate with other AHJs (e.g., WSDOT). The CONSULTANT shall provide support in securing other agencies’ concurrence with the design criteria and code requirements documented in the GDCM.

C. Geotechnical Site Investigation

The CONSULTANT shall perform geotechnical site investigations, including in-field and laboratory testing, to supplement the available existing subsurface information for the project. The goal of this task is to gather sufficient soil and groundwater data to develop geotechnical design and construction recommendations for FD and mitigate project geotechnical risk.

Prior to performing the geotechnical site investigations, a Geotechnical Site Investigation Plan (GSIP) shall be prepared. The GSIP shall meet the requirements of the Sound Transit DCM, Chapter 8B. The GSIP will outline the permits and the right-of-entries required to perform the site investigation, as well as potential noise variance permits. The GSIP will also include a schedule to acquire the permits. The schedule will include, but not be limited to, the following:

• Time for developing the permit applications • Sound Transit review period • Agency/Owner review period • Right-of-entry acquisition time

Geotechnical investigations will be performed early in the design phase to ensure the data is available in time to support analyses and design for FD. Permitting for the site investigation is generally a long-lead item and will be initiated as soon as possible. In advance of initiating the FD for the project, Sound Transit applied for groundwater monitoring well permits on WSDOT right-of-way. The intention of this permit is to provide sufficient groundwater information for all of FD. However, the CONSULTANT will evaluate the existing information to determine if additional monitoring wells are required.

The CONSULTANT will support Sound Transit in obtaining all required permits and approvals from public agencies as well as obtaining rights-of-entry from private property owners for the site investigation and in-field testing activities. Sound Transit will be the applicant for permits and right-of-entries. Supporting information and documentation will include, but not be limited to, boring location and access plans, traffic control plans,

Task 9: Geotechnical Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 64 Civil Final Design Exhibit A—Civil Final Design

erosion control plans, break-in-access plans, archeological discovery plan, and other plans and information required by the permitting agencies.

The geotechnical site investigation under this task will include, but not be limited to, the following:

• Performing site reconnaissance to identify existing topographic, geological, and physical features that will impact the site investigation, as well as analyses and design. • Evaluating general site conditions and determining access for the site investigation. • Drilling test borings and excavating test pits. • Logging the soil layers, depths to groundwater, and classifying the soils recovered from the test borings/test pits. • Installing groundwater piezometers in selected test borings and performing periodic reading of groundwater levels. • Performing geotechnical in-field tests to obtain geotechnical engineering parameters. The tests may include pressuremeter testing, cone penetration testing, and downhole seismic testing. • Investigating for infiltration and Low Impact Development (LID) facilities. The investigation will determine the appropriateness of LID; document as required by the permitting agencies. The seasonal groundwater depth should be established early in the project to assess feasibility since it usually takes a minimum of one year to characterize groundwater conditions. Pilot Infiltration Test, slug test, or other tests will be performed as required by federal, state, and local jurisdictions for implementation of LID methodologies. • Investigating up to four wetland and two stream mitigation sites. The investigation will focus on soil texture, conditions, water table levels, and mitigation feasibility assessment. • Assessment of soil conditions to support the tree hazard analysis. • Conducting groundwater pumping and/or slug tests to characterize groundwater conditions and hydrologic response to support groundwater and/or dewatering evaluation and design. • Conducting laboratory tests on selected soil and groundwater samples recovered during the site investigation. • Development of Borehole Data Sheets (boring logs) for each boring. The final boring logs will be included in the Geotechnical Data Report. Monitoring well tag IDs will be included on the logs.

The CONSULTANT will monitor, inspect, maintain, and, if necessary, decommission groundwater monitoring wells installed during the Preliminary and Final Engineering. Generally, the monitoring wells will be decommissioned by the Contractor during construction. The CONSULTANT will be responsible to maintain necessary information and documents to decommission the monitoring well at the end of project. The decommissioning information will be included in the Contract Documents.

Lynnwood Link Extension Task 9: Geotechnical Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 65 Exhibit A— Civil Final Design

The CONSULTANT will investigate and test soils in support of the Systems Consultant design for stray current and cathodic protection. This includes the following tasks:

• Conduct a soil resistivity and corrosivity study for development and modification of cathodic protection design criteria, allowable stray current levels, and track-to-earth resistance requirements • Identify specific locations for the acquisition of soil samples for chemical analysis in conjunction with the geotechnical borings • Obtain soil samples and perform laboratory analysis for as-found soil resistivity, saturated soil resistivity, pH, concentration of chlorides, concentration of sulfates, presence of sulfides, and moisture content • Pay special attention to TPSS sites

The CONSULTANT will coordinate the field investigation with the Noise, Vibration, and Ground-Borne Noise Mitigation Task. Ground-borne vibration propagation testing may require vibration-specific borings or may be coincident with geotechnical borings. Provide appropriate coordination and accommodation for downhole ground-borne vibration testing.

Prior to and during the site investigation, weekly coordination meetings will be held to coordinate the site investigation work with Outreach, Permitting, Right-of-Way, and other disciplines to ensure a well-coordinated implementation of the site investigation plan. The CONSULTANT is responsible for documenting meeting minutes and posting them to the project SharePoint site.

Hazardous materials investigations and remediation will be performed by other consultants employed by Sound Transit. However, at Sound Transit's sole discretion, this scope may be added to the CONSULTANT's contract.

Geotechnical site investigations in areas of high probability for historic and archaeological resources will be coordinated with Sound Transit's Archaeological Consultant. The CONSULTANT will support Sound Transit's coordination with the Archaeological Consultant. This will generally include, but not be limited to, the following:

• Concurrent on-site screening of drilling samples and spoils during the site investigation • Providing access to samples at the CONSULTANT's office or laboratory for archeological review • Providing specific information on the boring logs and providing draft and/or final boring logs to the Archaeological Consultant

D. Geotechnical Analysis and Design

The geotechnical analyses and design will be performed to develop the geotechnical recommendations and to support related disciplines such as architecture, structure, stormwater, and underground utilities. The geotechnical analyses and design will include, but not be limited to, the following:

• Identification and mitigation of geology and geologic hazards • Characterization of subsurface soil and groundwater conditions

Task 9: Geotechnical Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 66 Civil Final Design Exhibit A—Civil Final Design

• Development of profiles and sections of subsurface geology, including the groundwater table • Development of engineering soil properties • Evaluation of seismicity and seismic hazards, and development of seismic hazard mitigations, as needed • Development of seismic design parameters/seismic response spectra • Design of foundations, walls, embankments, and other geotechnical aspects including, but not limited to, the following: − Evaluation of deep foundation axial and lateral performance − Evaluation of shallow foundation bearing capacities − Development of design parameters for foundations − Development of design parameters for retaining walls − Development of design parameters for pavement − Design of geotechnical aspects of TPSSs − Evaluation of subgrade reaction modulus for design of at-grade track − Assessment and design support for stormwater and LID facilities • Evaluation of slope stability and development of mitigations as needed • Evaluation of ground movement and development of mitigations as needed • Evaluation of construction vibration and development of mitigations as needed • Development of construction instrumentation plans and specification for monitoring ground movement as needed • Coordination with System Consultant for the corrosion and stray-current assessment • Support for OCS, luminaire, signal pole, and other foundation designs • Development of geotechnical considerations for ancillary facilities • Development of construction considerations

Calculations supporting design recommendations and implementation will be documented in a calculation package and submitted to Sound Transit with the 60% and 90% submittals. The calculations will be checked for each submittal in accordance with the Sound Transit Engineering Design Procedures. If computer spreadsheets developed by the CONSULTANT are used for analyses and design, detailed verification of the spreadsheets will be submitted with the calculation package.

Weekly design progress meetings will be held during design development to update Sound Transit Geotechnical Staff and to coordinate with other disciplines and/or the GC/CM. The CONSULTANT will present design challenges, proposed approaches, results of calculations, design drawings, and other items as needed to inform Sound Transit of the design progress. The CONSULTANT will be responsible for documenting discussions, decisions, and action items of each progress meeting by preparing meeting minutes that will be posted to the project SharePoint site.

The CONSULTANT will coordinate with other disciplines to ensure that the geotechnical recommendations are properly applied in their analyses and design for the duration of FD. The CONSULTANT will review the geotechnical-related aspects included in each

Lynnwood Link Extension Task 9: Geotechnical Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 67 Exhibit A— Civil Final Design

submittal, including the plans and specifications, to confirm proper application of the geotechnical recommendations within the submittal documents.

E. Reports

Two Geotechnical Data Reports and two Geotechnical Recommendation Reports will be developed for the entire project. The reports will be divided based on the north segment and the south segment alignments. These reports will meet the requirements of Chapter 8B of the Sound Transit DCM. In addition, the Geotechnical Recommendation Reports will present the methodologies and basis for development of soil engineering properties and all analyses performed.

Draft versions of the reports will be submitted with the 60% design submittals. Final versions of the reports will be submitted with the 90% design submittals. Information that is added or changed between the 60% and 90% submittal will be presented to Sound Transit for over-the-shoulder review a minimum of three months prior to the 90% submittal; similar requirement for changes between 90% and 100% submittals will also apply. The reports will be checked for each submittal in accordance with Sound Transit Engineering Design Procedures. Unchecked reports/calculations will not be accepted.

F. Contract Document Development and Support

The CONSULTANT will support the development of plans, specifications, cost estimates, and other documents in creation of the Contract Documents. This task will include, but not be limited to, the following:

• Development and/or review of geotechnical-related drawings • Authoring and/or review of geotechnical-related specifications • Development of quantities and/or costs in support of cost estimate development

Prior to submittal, the CONSULTANT will review the 60%, 90%, and 100% submittals to ensure the submittal is in agreement with geotechnical-related recommendations. Specific attention will be paid to ensure that the recommendations of the Geotechnical Recommendation Reports are incorporated into the plans and specifications.

Task 9: Geotechnical Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 68 Civil Final Design Exhibit A—Civil Final Design

Task 9 Deliverables

1. Provide the deliverables outlined below as described in this section of the scope of work. Two versions, draft and final, will be submitted.

2. Geotechnical Design Criteria Memorandum (GDCM): Provide a memorandum summarizing the geotechnical design criteria for the project, including local jurisdiction codes and proposed references. Draft and Final GDCM is due prior to completion of the GSIP. The GDCM will be delivered prior to initiation of geotechnical design and analyses.

3. Geotechnical Site Investigation Plan (GSIP): Provide a plan outlining the investigations to be performed. Draft and Final GSIP is due prior to performing fieldwork.

4. Geotechnical Data Report: Provide a report documenting the data collected during the geotechnical site investigation. Draft report will be provided with 60% submittal. Final report will be provided with 90% submittal.

5. Geotechnical Recommendations Reports: Provide two reports, one for the north segment and one for the south segment, documenting the geotechnical design and construction recommendations for the Final Design. Draft reports will be provided with 60% submittal. Final reports will be provided with 90% submittal.

6. Geotechnical Calculations: Provide all supporting calculations with 60% and 90% submittals.

7. Supporting Native Electronic Files: Provide copies of supporting electronic files used in the geotechnical engineering. These files will be provided in the native program file type. The electronic files will include, but not be limited to, CADD, GIS, gINT (laboratory data and boring logs), and in situ data (e.g., CPT, PMT, Vs). File names should be logical to identify the data contained in the file. The electronic files will be provided with 90% submittal.

Lynnwood Link Extension Task 9: Geotechnical Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 69 Exhibit A— Civil Final Design

Task 10: Mechanical, Electrical, and Plumbing

The CONSULTANT shall perform mechanical, electrical, and plumbing design as a part of the FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Producing/performing CADD/BIM (see Task 3:) and Clash Detection Analyses (see Task 2:)

• Preparing mechanical designs, including the following:

− Plumbing − Fire Suppression and Detection − Ventilation and Heating/Ventilation/Air Conditioning (HVAC)

• Preparing electrical design and lighting elements

• Supporting the development of Contract Documents

The services performed for FD will meet the requirements of both the Sound Transit DCM and the Engineering Design Procedures Manual.

A. Mechanical

1. General

a. Prepare necessary mechanical designs, including plumbing, fire protection, and HVAC for the project and including stormwater pump stations. Mechanical design shall require close coordination with Sound Transit Operations staff, the fire departments of the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood, and the Systems Consultant.

b. Show maintenance envelopes, equipment removal, and replacement circulation. Calculate life cycle costs of all major equipment.

c. Coordinate design intent, functionality, necessary instrumentation, and wire needs with Electrical and BMS designers.

2. Plumbing

a. Design station, guideway, and tunnel drainage systems, including pump stations at stations and low points, with necessary sumps, treatment facilities, and discharge arrangements in accordance with building and local codes as well as the DCM.

b. Design water supply systems, restroom and janitorial facilities, irrigation systems, and other plumbing as required by code, station programs, and design criteria. Design oil/water separation as required by code. Consider rainwater reuse. See Task 16: Sustainability for additional requirements.

Task 10: Mechanical, Electrical, and Plumbing Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 70 Civil Final Design Exhibit A—Civil Final Design

(1) Design heat trace and insulation as required. Minimize the need for this wherever possible.

3. Fire Suppression and Detection

a. Design standpipe systems for elevated guideways, elevated stations, retained cut and fill guideways, and retained cut and fill stations in accordance with building and local codes, as well as the DCM.

b. Design appropriate fire suppression, detection, and alarm systems for all rooms and public spaces at stations and elsewhere as required by code, the DCM, and previous documented agreements between Sound Transit and the Mountlake Terrace, Shoreline, Lynnwood, and Seattle Fire Departments.

c. Coordinate design intent, functionality, necessary interface, and wire needs with Electrical and BMS designers.

4. Ventilation and HVAC

a. Design complete HVAC systems for all rooms and public spaces at stations and elsewhere in accordance with local building and national codes, as well as the DCM, taking into consideration all facility equipment and associated HVAC requirements. Equipment criticality and system energy use shall be considered in determining layouts and control sequences.

b. Where covered sections of trainway 200 feet in length or greater exist, computation fluid dynamics analysis and subway environmental simulation analysis shall be included. Emergency ventilation systems shall be designed if found necessary per code.

c. Coordinate and integrate with electrical, BMS, fire alarm system, and Systems design elements.

B. Electrical Design Elements—The CONSULTANT shall prepare necessary designs for the electrical systems for the LLE stations and wayside elements, including stormwater pump stations and infrastructure for systems elements. Electrical design shall require close coordination with Sound Transit Operations staff; the fire departments of the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood; mechanical design; and the Systems Consultant. Design and coordination includes the following:

1. Station power for lighting, fans, elevators, escalators, pumps, and all station equipment. This includes emergency back-up systems designed in accordance with the DCM, National Fire Protection Association, and local building codes and coordination with electrical and communications utilities.

2. Integration of special systems design with facilities being designed by the Systems Consultant.

3. Maintenance envelopes, lifting devices, equipment removal, and equipment replacement circulation are to be provided.

Lynnwood Link Extension Task 10: Mechanical, Electrical, and Plumbing Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 71 Exhibit A— Civil Final Design

4. Critical circuits as described in the Sound Transit Design Criteria shall be connected to UPS supplied panels. The size of the batteries shall be accounted for, and HVAC and fire protection in UPS rooms shall be supplied as required.

5. Calculations and assumptions shall be submitted to assist in evaluation, including fault current, voltage drop, and circuit breaker coordination.

6. The station layouts provided in the PE drawings are intended to accommodate electrical equipment needs. Design advancement may require changes to those needs that may require additional engineering and reconfiguration of the facility as needed to advance the accommodation of the needs.

7. Coordinate necessary control instrumentation and wire needs with Mechanical and BMS designers.

C. Electrical/Lighting—The CONSULTANT shall prepare necessary designs for the lighting elements for the LLE stations and sites, including parking garages and systems equipment sites. Lighting design shall require close coordination with Sound Transit Operations staff; building officials of King County, Snohomish County, the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood, and other AHJs; mechanical design; and the Systems Consultant. Design and coordination includes the following:

1. Station, parking area, site, and municipal street lighting. The CONSULTANT shall determine location and type of luminaries based on required lighting levels determined with lighting calculations. Prepare lighting calculations for normal and emergency lighting to confirm design meets codes and criteria. Develop lighting fixture schedules for the project facilities designed to Sound Transit’s facility lighting standard.

2. Calculations and assumptions shall be submitted to assist in evaluation, including illumination levels and city lighting budget calculations form per Washington State Energy Code for installed lighting wattage. Multiple iterations of lighting analysis may be required to optimize lighting quality and minimize energy consumption, glare, and construction cost.

3. The CONSULTANT shall complete lighting control systems to achieve sustainability goals and provide automatic operation, local, and remote control. Coordinate interface with BMS designer for necessary integration.

4. It is assumed that the light rail will operate without additional trackway lighting except at designated crew change areas.

Task 10 Deliverables

1. Mechanical designs, calculations, and reports, including plumbing, fire protection, and HVAC

2. Electrical systems designs, calculations, and reports for stations and wayside elements

3. Lighting designs, calculations, and reports for stations and sites

Task 10: Mechanical, Electrical, and Plumbing Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 72 Civil Final Design Exhibit A—Civil Final Design

Task 11: Noise, Vibration, and Ground-Borne Noise Mitigation

The CONSULTANT shall perform noise, vibration, and ground-borne noise engineering and related services as a part of FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

• Collecting, reviewing, and updating existing information

• Conducting supplemental noise and vibration measurements

• Conducting down-hole vibration propagation tests

• Conducting noise and vibration analyses and reporting

• Designing noise and vibration mitigation

• Providing support for Construction Noise Variances

• Supporting the development of Contract Documents

The services performed for FD will meet the requirements of the procedures in the FTA Guidance Manual, Sound Transit DCM, state and local ordinances, and the Engineering Design Procedures Manual, as appropriate.

A. Analysis and Reporting

1. The CONSULTANT shall update the previously prepared Noise and Vibration Technical Report for the Lynnwood Link Extension, which predicts and analyzes impacts associated with the light rail operation using methods and criteria from the current FTA Transit Noise and Vibration Impacts Assessment as well as impacts associated with relocation of existing noise walls, geometric changes, and removal of existing shielding using methods and criteria in the FTA and WSDOT/FHWA manuals, as appropriate. The report shall address construction-related noise and vibration and review the previous noise and vibration analysis from the Lynnwood Link Extension Final EIS (2015) and other relevant background studies. The original report shall be updated for the 60% design submittal and updated for the 90% and 100% submittals as necessary. The report shall address the issues described below.

2. The CONSULTANT shall conduct supplemental noise and vibration measurements of existing conditions along the alignment to fully document ambient conditions and shall conduct noise and vibration measurements of existing Sound Transit light rail system and fleet vehicles to supplement existing information as required. This task includes conducting up to eight additional 24-hour measurements and up to eight short-term measurements of existing noise at sensitive receivers to confirm locations where impacts were reported in the EIS. This will include measurements at the Latvian Church. Down-hole vibration propagation tests shall be performed as appropriate to support evaluations of the impacts for trench and elevated track options. The CONSULTANT shall coordinate this work with the geotechnical exploration drilling program to accommodate down-hole vibration testing. Installation of the holes for this testing shall be performed under Task 9: Geotechnical; however, testing shall be performed within this task. Surface vibration propagation

Lynnwood Link Extension Task 11: Noise, Vibration, and Ground-Borne Noise Mitigation Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 73 Exhibit A— Civil Final Design

tests shall be performed at up to eight locations with the goal of refining the outdoor- to-indoor vibration propagation at representative sensitive receivers and to support evaluations of the impacts. The vibration predictions shall be updated at all locations where the FTA Detailed Assessment impact threshold is approached or exceeded by 2 to 3 decibels to confirm impacts and better define mitigation measures.

3. The transit noise modeling and analysis presented in the EIS shall be reviewed and updated based on the final design. The results of any updated analysis shall be used to refine the mitigation measures recommended in the EIS and determine the most effective measures for the system. including, but not limited to, sound walls, rail dampers, low-impact special trackwork, building insulation, and optimized rail maintenance procedures.

4. If necessary, the CONSULTANT shall conduct supplementary noise and vibration testing on an existing Sound Transit alignment to verify the reference vibration levels of LRT vehicles used in the prediction of ballast and tie tracks at speeds greater than 35 miles per hour. The testing shall include measurements of noise at wayside positions (target distances of 1 meter and 7.5 meters), vibration propagation from the track centerline out to a target distance of 30 meters, and train vibration at the same measurement positions used for the propagation tests and rail roughness.

5. Design of sound insulation mitigation measures for private properties (e.g., replacing windows) is excluded from this scope of work.

6. The CONSULTANT shall analyze predicted noise from operation of light rail building facilities (park-and-ride and operations facilities) using criteria and methods consistent with noise control ordinances of the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood and recommend appropriate mitigation measures. The CONSULTANT shall provide design recommendations for station acoustics specifying sound-absorptive materials for the platform areas to ensure public address announcements are intelligible during emergencies, minimize traffic noise for patrons, and control normal and emergency ventilation systems.

7. The CONSULTANT shall update analysis and recommendations for construction period vibration-reducing methods and provide technical specifications, criteria, and analysis, as necessary, to define construction noise and vibration restrictions to which the Contractor shall be required to adhere and any minimum noise and vibration abatement measures, such as temporary construction site noise walls.

B. Design of Noise and Vibration Mitigation—The CONSULTANT shall design and include operational noise, vibration, and ground-borne noise mitigation and measures into the 60%, 90%, 100%, and IFC drawings and specifications, including special track work design and specifications required to mitigate noise and vibration impacts, as necessary, in accordance with the Noise and Vibration Technical Report for the Lynnwood Link Extension and construction mitigation plan prepared as part of this task. The specifica- tions shall identify the sites where wayside lubrication systems shall be located and the type of lubrication systems to be installed.

C. Support for Construction Noise Variances—As part of the work described under Task 26: Permits, the CONSULTANT shall support Sound Transit in obtaining necessary variances to noise ordinances from the cities of Seattle, Shoreline, Mountlake Terrace,

Task 11: Noise, Vibration, and Ground-Borne Noise Mitigation Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 74 Civil Final Design Exhibit A—Civil Final Design

and Lynnwood to allow night-time construction at the construction sites and staging areas. The CONSULTANT shall attend pre-application meetings, application submittal appointments, public hearings, and technical review meetings in support of noise variance applications and assist Sound Transit in obtaining necessary permits and approvals from WSDOT to allow night-time construction at the construction sites and staging areas by providing technical input and support.

D. Other Support—The CONSULTANT shall assist Sound Transit Outreach, Environmental, and Communications, and, if required by Sound Transit, shall produce an informational video that shall be made available to the public to understand noise in an existing light rail system and demonstrate how lessons learned can be applied to the project. The CONSULTANT shall also attend public meetings and assist Sound Transit in preparing presentation graphics and handouts.

Task 11 Deliverables

1. Noise, vibration, and ground-borne noise report (60%, 90%, 100%, and IFC submittals)

2. Design of noise, vibration, and ground-borne noise mitigation and measures for inclusion in 60%, 90%, 100%, and IFC submittals

3. Support for construction noise variance requests

4. Informational video, if required by Sound Transit

Lynnwood Link Extension Task 11: Noise, Vibration, and Ground-Borne Noise Mitigation Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 75 Exhibit A— Civil Final Design

Task 12: Right-of-Way

The CONSULTANT shall perform right-of-way services as a part of FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Supporting the development of Contract Documents

The services performed for FD will meet the requirements of both the Sound Transit DCM and the Engineering Design Procedures Manual.

A. The CONSULTANT shall identify all temporary and permanent property rights that exist or need to be acquired for the design and construction of the LLE, including third-party rights that include, but are not limited to, the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood; King County; Snohomish County; WSDOT; public and private utilities; and telecommunications companies.

B. The CONSULTANT shall provide the draft geotechnical data reports; noise, vibration, and ground-borne noise report; and building settlement study to Sound Transit by the 60% completion of each construction contract package for each property from which temporary or permanent property rights will be acquired.

C. The CONSULTANT shall finalize right-of-way plans, unsigned parcel maps, legal descriptions, and exhibits required for all property rights that need to be acquired by Sound Transit by the 60% completion of each design package. The CONSULTANT shall coordinate with all other design and contract packages to identify all temporary or permanent property rights that will be leased or acquired.

D. Specific right-of-way plans shall be required for staging areas and access for the construction packages, such as trackwork, signage, and systems. Each construction package shall include, for reference purposes only, a complete set of right-of-way plans from each design package and from all other related construction packages.

E. Legal descriptions can be submitted between 60% and 90% design with Sound Transit approval. Signed parcel maps and legal descriptions shall be submitted between 60% and 90% design.

F. The CONSULTANT shall determine whether the required soilnail and tieback rights are permanent or temporary by 60% design.

G. Right-of-way plans shall be 20 scale with all the information in the right-of-way acquisition table fill-in, curve data table fill-in, and WSDOT limited access break information shown when applicable. Label all right-of-way centerlines with bearings and distances, provide northing and easting for the construction limits and, if text does not fit well on sheet, include northing and easting table.

H. The CONSULTANT shall back-check right-of-way plans in their entirety and provide certification to Sound Transit that the right-of-way requirements are ready for acquisition at 60% design.

Task 12: Right-of-Way Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 76 Civil Final Design Exhibit A—Civil Final Design

I. The CONSULTANT shall prepare American Land Title Association (ALTA) surveys for full takes. The surveys will conform to the 2011 Minimum Standard Detail Requirements for ALTA/American Congress on Survey & Mapping Land Title Surveys, with additional Table A Optional Survey Responsibilities and Specifications as follows: 1., 4., 10 (not required if wall exists on the internal lot lines of more than one parcel ALTA survey)., 11a only., and 20. When the ALTA survey includes more than one parcel, only external lot lines and external property corners are required in order to prepare the ALTA, and encroachments between parcels being acquired will not be surveyed. ALTA surveys shall be completed between 60% and 90% submittal. (Any exterior boundary property corner not found by the surveyor in the field will need to be set by the surveyor and the ALTA surveys shall meet the local jurisdiction standard for recording. Sound Transit will record the ALTAs.)

J. The CONSULTANT shall maintain a tracking matrix throughout FD that lists all rights-of- way, easements (temporary and permanent), and rights-of-entry required from each property broken down by contract package and in a format approved by Sound Transit for Sound Transit’s internal right-of-way certification process. The tracking matrix shall be updated as changes occur and shall be reviewed during the bi-weekly right-of-way progress meetings. The CONSULTANT shall immediately notify Sound Transit of any changes to the right-of-way requirements.

K. The CONSULTANT shall maintain a property commitments matrix throughout FD that lists all restoration commitments made by Sound Transit, as well as any other commitments made by either the property owner or Sound Transit. This matrix shall be reviewed quarterly with Sound Transit during the right-of-way progress meetings. The requirements shall be incorporated into the construction documents.

L. The CONSULTANT shall prepare parcel maps, legal descriptions, and exhibits based on title reports secured by Sound Transit. An example of a typical Sound Transit right-of-way plan, parcel map, legal description, and exhibit will be provided upon request.

M. The CONSULTANT shall update property ownership included on the right-of-way plans at 60% and IFB.

N. The right-of-way plans, parcel maps, legal descriptions, and exhibits shall be modified, as necessary, to reflect FD modifications that result from design refinements and commitments to property owners.

O. The CONSULTANT shall provide right-of-way support for condemnations, mediations, trials, street vacations, Transit Way Agreements, tree mitigations, Lot Boundary Adjustments, post-100% design right-of-way support services, and support for third-party agreements and exhibits.

P. WSDOT Approvals

1. Sound Transit will be responsible for obtaining a Temporary Construction Air Space Lease/Cooperative Agreement (TCAL/A) and a permanent Air Space Lease/Cooperative Agreement (ASL/A) which cover the improvements located within WSDOT right-of-way for I-5. The CONSULTANT shall assist Sound Transit in obtaining the agreements with WSDOT by providing legal descriptions, exhibits, and specific design information, as needed. An example of a WSDOT TCAL/A exhibit and an ASL/A exhibit will be provided upon request.

Lynnwood Link Extension Task 12: Right-of-Way Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 77 Exhibit A— Civil Final Design

2. The CONSULTANT shall provide support for WSDOT surplus properties.

3. The CONSULTANT shall provide support for WSDOT Resource Conservation Area (Beautification Area) mitigations.

4. The CONSULTANT shall provide support for WSDOT tree mitigations.

5. The CONSULTANT shall identify breaks in limited access, use and occupancy locations, and other modifications to WSDOT’s right-of-way plans that are required to accommodate the improvements located within WSDOT right-of-way and assist Sound Transit in obtaining WSDOT approval.

Q. Assumptions

1. Title reports will be acquired by Sound Transit.

2. Sound Transit will acquire all rights-of-entry required for completion of this task.

3. Sound Transit will record ALTA if exterior property corners were set by the surveyor and lot boundary line adjustments.

4. Sound Transit will provide template for parcel map and legal descriptions.

5. For planning purposes, Sound Transit requires 24 months to acquire surface right- of-way and easements and underground easements prior to start of construction.

6. Sound Transit will work with the CONSULTANT to provide access to the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood and WSDOT property, as well as affected private properties, as required for FD work, including geotechnical borings and material sampling, archaeological investigations, wetland delineation, surveying, potholing work, and other related work. The CONSULTANT shall assist Sound Transit with obtaining these temporary property rights.

7. Sound Transit will be responsible for property acquisition services, including appraisals, liaison, negotiation, and condemnation. The CONSULTANT shall participate in coordination meetings with Sound Transit’s Real Property Division as requested by Sound Transit. Sound Transit will supply relevant background information to the CONSULTANT relating to easements, restricted access, and other conditions or restrictions for properties adjacent to the alignment

Task 12: Right-of-Way Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 78 Civil Final Design Exhibit A—Civil Final Design

Task 12 Deliverables

1. Tracking Matrix listing of all right-of-way, easements, rights-of-entry, etc. required for construction shall be updated bi-weekly and shall be submitted to Sound Transit staff for review at the bi-weekly right-of-way progress meetings

2. Property Commitment Matrix shall be updated quarterly and shall be submitted for review with Sound Transit staff at the right-of-way progress meetings

3. Right-of-Way Plans, including horizontal and vertical control plans and right-of-way monumentation plans, at the 60%, 90%, 100%, and IFB submittals, including updated property ownership on right-of-way plans at the 60% and IFB submittal only

4. Two hundred-eighty (280) Legal Descriptions, at 60% turn in

5. Two hundred-eighty (280) Parcel Maps and Exhibits, at 60% turn in

6. Thirty (30) ALTA Surveys, upon request of Sound Transit

7. Three (3) Preliminary and Final TCAL Exhibits and Legal Descriptions

8. Three (3) Preliminary and Final ASL Exhibits and Legal Descriptions

9. Preliminary and Final Red & Green WSDOT Right-of-Way Plan Mark-Ups

10. Certification of right-of-way requirements for acquisition at 60% submittal

11. Transit Way Agreement Exhibits

12. Tree Mitigation Exhibits

13. Ten (10) Lot Boundary Agreements

14. Third-Party Letter of Concurrency Exhibits

15. Parcel Maps for Property Dedication to Cities

Lynnwood Link Extension Task 12: Right-of-Way Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 79 Exhibit A— Civil Final Design

Task 13: Roadway and Traffic Design

The CONSULTANT shall perform roadway and traffic design services as a part of the FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Preparing roadway and traffic design plans for:

a. Permanent and temporary roadway illumination

b. Permanent and temporary traffic signals

c. Permanent and temporary illumination at station parking lots

d. Permanent signing and pavement striping

e. Maintenance of traffic, detours, and haul routes

• Running traffic models and performing intersection analysis

• Preparing a Traffic Engineering Report

• Supporting the development of Contract Documents

The services performed for FD shall meet the requirements of both the Sound Transit DCM and the Engineering Design Procedures Manual.

1. Roadway Design

a. Prepare plans for modifications to roadways, meeting interagency concurrence width requirements (for existing streets, face of buildings, or neighboring properties) as defined. Sidewalk modifications, pavement saw- cutting and overlay requirements, and pavement striping shall be noted as necessary.

b. Prepare roadway horizontal and vertical alignment control, typical cross sections, and defining the construction and restoration requirements. Roadway design shall include intersections where significant warping shall be necessary and to delineate conformance to existing pavement.

c. Base roadway geometrics and interface to existing based on existing and field survey data obtained within this scope of work.

d. Provide roadway design in accordance with collaborative design process concurrence standards agreed upon by Sound Transit and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood; WSDOT; and AHJs, as applicable. The following plans shall be prepared:

(1) Alignment control plans

Task 13: Roadway and Traffic Design Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 80 Civil Final Design Exhibit A—Civil Final Design

(2) Site preparation that depicts removals and what needs to be protected

(3) Roadway plan and profile plans to include roadway layout, sidewalk, curb ramps, typical cross sections, and layout of the parking lots

(4) Intersection details, including spot elevations to provide curb ramp layouts

(5) Paving plan to provide areas for paving, sawcut locations, panel layouts, and joint locations, including pavement, driveways, curbs, and islands, as needed

(6) Channelization plans, including access and circulation plans and signage

(7) Site grading along guideway alignment and at all stations and garages, including contours and elevations

(8) Typical cross sections, profiles and details supporting site, and access road grading

(9) Site elements for landscape and hardscape areas

e. Prepare a 3D model that shall represent each roadway and site configurations composed of the existing ground surface and the proposed sub-grade, roadway structure as required for design.

f. Reference track, traffic, drainage, stations, and systems features on roadway plans as necessary.

g. Support and document where Americans with Disabilities Act requirements are not met.

h. Coordination of roadway design as it affects maintenance access for landscape and utilities (and vice versa).

2. Traffic Design—Prepare plans for permanent and temporary traffic signals; permanent and temporary roadway illumination; permanent signing and pavement striping; and maintenance of traffic, detours, and haul routes for general traffic, construction trucks, transit buses, bicycles, and pedestrians.

a. Permanent and Temporary Traffic Signals—Permanent traffic signal design shall be prepared for the following locations. As design progresses, there may be additional locations to support detour routes and required mitigation.

(1) NE 107th Street and 1st Avenue NE (modify existing system)

(2) NE 145th Street at 5th Avenue NE (modify existing system)

(3) I-5 northbound on-ramp/NE 145th Street at 5th Avenue NE (new signal system)

(4) NE 155th Street (modify existing)

Lynnwood Link Extension Task 13: Roadway and Traffic Design Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 81 Exhibit A— Civil Final Design

(5) NE 175th Street at I-5 ramps (modify existing)

(6) NE 185th Street at 7th Avenue NE (new system)

(7) I-5 northbound off-ramp/Mountlake Terrace Station access at 236th Street SW (modify signal system)

(8) 236th Street SW at Gateway Boulevard (future) and Mountlake Terrace Station bus-only exit (new system)

(9) 220th SW west of I-5 southbound ramps (new pedestrian signal)

(10) 200th Street SW at 44th Avenue W (modify existing system)

(11) 200th Street SW at 46th Avenue W (modify existing system)

(12) 200th Street SW at 48th Avenue W (modify existing system)

(13) 200th Street SW at 50th Avenue W (modify existing system)

(14) Lynnwood Transit Center at 46th Avenue W (new system)

(15) Lynnwood Transit Center at 48th Avenue W (new system)

b. Traffic signal design shall follow the design standards and guidelines for the owner having jurisdiction for each traffic signal (WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood). Sound Transit will provide standard plans and typical details for traffic signal installations within each of these jurisdictions. Use steel pole and mast arms unless otherwise directed by the local jurisdiction. Sound Transit will request as-built plans for all affected existing traffic signal systems from the owning jurisdiction(s). The CONSULTANT shall coordinate pickup or transfer of the requested information from the owning jurisdiction(s).

(1) Traffic signal permits shall be developed for all new signalized intersections. The CONSULTANT shall prepare traffic signal permits for submittal by Sound Transit.

(2) Traffic signal design shall include provisions for CCTV cameras at each traffic signal and CCTV communications within the project limits where required by the local jurisdiction (cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood).

(3) Provision for and design of electrical service shall be part of the traffic signal plans. The CONSULTANT shall coordinate with the electrical utility to provide service.

(4) Transit signal priority may be included at intersections adjacent to stations. Provisions for transit signal priority will only be made if the local jurisdiction has a standard. No development work will be performed.

(5) Traffic signal permits shall not be required for temporary signal provisions, all of which are at locations with existing traffic signals.

Task 13: Roadway and Traffic Design Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 82 Civil Final Design Exhibit A—Civil Final Design

(6) Span wire installations, aerial cabling, and video detection shall be allowable for temporary traffic signal installations.

(7) Temporary traffic signal provisions are limited to one temporary design per location that can be adapted for additional interim setups to accommodate construction.

3. Permanent and Temporary Roadway Illumination

a. Permanent and temporary illumination design shall be required only for the portions of the existing roadway illumination systems directly impacted by LLE construction.

b. Roadway illumination systems design shall follow the design standards and guidelines for the owner having jurisdiction for each illumination system (WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood). Sound Transit will provide standard plans and typical details for roadway illumination systems within each of these jurisdictions. CONSULTANT shall restore light levels as required if existing light fixtures must be removed and relocated due to new designs, particularly at the station areas.

c. Roadway illumination design shall include analysis of permanent and temporary conditions. Calculations shall utilize AGI 32 or other software acceptable to the owning jurisdiction.

d. Sound Transit will request as-built plans for all affected existing roadway illumination systems from the owning jurisdiction(s). The CONSULTANT shall coordinate pickup or transfer of the requested information from the owning jurisdiction(s).

e. Roadway illumination design shall include new park-and-ride lots and park- and-ride/transit center/station access roadways at the following locations:

(1) NE 145th Street Station

(2) NE 185th Street Station

(3) Mountlake Terrace Transit Center

(4) Lynnwood Transit Center

f. Lighting within the station areas, including station buildings, plazas, platforms, and park-and-ride facilities, is included in the electrical lighting design task.

g. Provisions for electrical service at the locations listed above shall be coordinated between the roadway illumination and station electrical tasks. Electrical services provisions for illuminations systems owned by WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood shall be coordinated with those jurisdictions.

Lynnwood Link Extension Task 13: Roadway and Traffic Design Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 83 Exhibit A— Civil Final Design

h. Temporary lighting shall be designed for permitting approval only. A performance specification for Contractor design of the temporary lighting shall be used for applicable contract packages.

4. Permanent Signing and Pavement Striping

a. Permanent signing and pavement striping design shall follow the design standards and guidelines for the owner having jurisdiction for each affected roadway (WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood). Sound Transit will provide standard plans and typical details for permanent signing and striping within each of these jurisdictions. Permanent signing and pavement striping plans shall be prepared at a scale of 1 inch to 20 feet on surface streets and 1 inch to 20 feet on WSDOT freeway facilities.

b. The CONSULTANT shall use Sound Transit CADD/BIM Standards for all permanent signing and pavement striping plan sheets except WSDOT channelization plans for approval, which shall follow WSDOT Standards.

c. Standard plan sign mountings are assumed except as described below:

(1) Cantilever Sign Structures—The CONSULTANT shall design modifications to or replacements of existing cantilever sign structures as needed.

(2) Sign Bridge Structures—The CONSULTANT shall design modifications to or replacements of sign bridge structures as needed.

(3) Cantilever Sign and Sign Bridge Structures—The CONSULTANT shall utilize WSDOT standard monotube designs, including typical details provided by the WSDOT Bridge and Structures Office, when appropriate or directed by Sound Transit.

d. The CONSULTANT shall prepare WSDOT channelization plans for approval only for the following modifications:

(1) NE 107th Street and 1st Avenue NE

(2) I-5/NE 145th Street Interchange (related to the Interchange Justification Report)

(3) I-5 northbound off-ramp/Mountlake Terrace Station access at 236th Street SW

(4) 220th SW west of I-5 southbound ramps (for new pedestrian signal)

(5) I-5/200th Street SW at 44th Avenue W Interchange/on-ramp/high- occupancy vehicle

e. Three submittals are assumed for each channelization plan for approval set listed above (draft, final draft, and stamped/signed final for approval).

f. The CONSULTANT shall prepare auto-turn vehicle turning templates based on design vehicles demonstrating the adequacy of proposed site

Task 13: Roadway and Traffic Design Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 84 Civil Final Design Exhibit A—Civil Final Design

channelization and access, including driveways, and develop channelization refinements or modifications where necessary.

g. The CONSULTANT shall prepare sight distance diagrams and calculations as needed to support the proposed channelization design.

h. Regulatory is part of this contract. Supplemental “Train” signage (MUTCD W10-7) shall be provided.

5. Traffic Engineering Report—The CONSULTANT shall prepare a traffic engineering report addressing impacts and mitigation associated with LLE construction.

a. VISSIM or other appropriate models shall be used to evaluate freeway mainline and ramp operations along I-5 within the project limits that are impacted by construction activities.

b. Synchro analysis shall be developed by the CONSULTANT for intersections directly impacted by lane or street closures, including detour routes. Both AM and PM peak-period analysis shall be provided, subject to availability of traffic count/forecast data. The CONSULTANT shall develop methodologies acceptable to WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood. Specific locations will be identified by Sound Transit. Synchro analysis is assumed to include the following locations. As the design progresses, other locations may need to be analyzed to support detour routes and required mitigation. Reference PE traffic design sheets for complete listing and further information/clarification.

(1) Ramp closure at NB I-5 off- and on-ramps

(2) At NE 107th Street

(a) Road closures on 1st Avenue NE

(b) NE 107th Street

(c) I-5 northbound on- and off-ramps at 1st Avenue NE

(3) Road closures on Northgate Way

(a) Northgate Way

(b) I-5 northbound on-ramp

(4) Lane closures along the NE 130th Street bridge

(5) NE 130th Street between 1st Avenue and 5th Avenue NE

(6) Closure of southbound 5th Avenue NE at the I-5 off-ramp

(a) 5th Avenue NE at 125th Street

(b) 5th Avenue NE at 130th Street

Lynnwood Link Extension Task 13: Roadway and Traffic Design Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 85 Exhibit A— Civil Final Design

(c) Roosevelt Way at 8th Avenue NE

(7) One lane in each direction on 5th Avenue NE near the 145th Street Station

(8) 5th Avenue NE between 145th Street and NE 148th Street

(9) One lane closure along NE 185th Street bridge

(10) NE 185th Street between 5th Avenue NE and 8th Avenue NE

(11) Lane closures along 236th Street SW

(12) I-5 northbound off-ramp/Mountlake Terrace Station access at 236th Street SW

(13) Lane closures on 220th Street SW

(14) 220th Street SW west of I-5 southbound ramps

(15) Lane closures on 44th Avenue W

(16) 44th Avenue W between I-5 and 200th Street SW

c. Existing traffic signal timing plans shall be requested from the owning jurisdiction(s) by the CONSULTANT.

d. At the direction of Sound Transit, the CONSULTANT shall provide additional traffic counts, including AM and PM peak-period turning counts and 24-hour counts of intersection approach or mid-block volumes.

e. Sound Transit will provide relevant VISSIM and Synchro models used in the PE/EIS phases of the project.

f. Analysis shall reference the transportation operations analyses included in the EIS and PE to the extent it is applicable. Updated Synchro analysis shall be performed to support design changes not addressed in the EIS and PE.

g. Traffic volumes and forecasts needed for analyses included in this task are assumed to build upon those developed for the EIS and will be provided by Sound Transit. Existing traffic volumes to supplement EIS work will be provided by Sound Transit from data collected by WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood.

h. In addition to the existing or baseline conditions, up to three scenarios will be analyzed at each intersection location. These may include time of day and construction staging scenarios.

i. New traffic signal warrant analysis needed to support recommendations shall be included in the report.

j. The CONSULTANT shall evaluate staging area and construction site access, truck haul routes, construction phasing/sequencing, and the maintenance of

Task 13: Roadway and Traffic Design Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 86 Civil Final Design Exhibit A—Civil Final Design

traffic, parking, transit routes, bicycle routes, and pedestrian access and movement along and around the construction sites.

k. The CONSULTANT shall develop temporary construction detours and identify any traffic revisions that should become permanent upon completion of the project, especially revisions that would minimize cut-through traffic in nearby residential neighborhoods.

l. Allowable hours of operation and restrictions to construction traffic activities and Contractor parking at all sites adjacent to existing businesses and residences during event days and at all sites adjacent to or on WSDOT right- of-way shall be determined and summarized in the report.

m. Where an elevated guideway impacts sight distance to traffic signals, intersections, and other access points, the CONSULTANT shall include sight distance measurements and calculations that support the final design.

n. The CONSULTANT shall support Sound Transit’s evaluation of mitigation of partial or full closures of the Mountlake Terrace Transit Center, Lynnwood Transit Center, and park-and-ride lots affected by the project. Summaries of existing usage, available space at nearby park-and-ride lots, and potential locations for lease parking lots or new parking areas will be developed by the CONSULTANT. A summary of revisions to transit service during construction shall be included based on revised service plans that will be developed by Sound Transit, King County Metro, and Community Transit.

o. Temporary or permanent traffic signal and signing modifications associated with the project and other restrictions shall be summarized in the report.

p. This report shall be organized into chapters covering corridor segments to facilitate review by Sound Transit, WSDOT, and other AHJs. Three submittals of the report are required, associated with 30%, 60%, and 100% design changes, to WSDOT and the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood.

Task 13 Deliverables

1. Roadway and traffic design plans

2. Traffic engineering report, including traffic model and intersection analysis assumptions

3. 3D model for traffic elements

Lynnwood Link Extension Task 13: Roadway and Traffic Design Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 87 Exhibit A— Civil Final Design

Task 14: Structures

The CONSULTANT shall perform structural design services as a part of FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Preparing structural engineering plans and related documents for new structures, modifications of existing structures, and seismic retrofits, including:

− Aerial guideway structures − Retained cut and fill guideway structures − Stations − Parking garages − Miscellaneous structures − New and modified third-party structures

• Performing rail structural interaction analysis for aerial guideway structures

• Preparing a Basis of Design Report

• Preparing Critical Technical Issue Memorandum

• Preparing a Settlement Vulnerability Assessment Report

• Supporting the development of Contract Documents, permit, constructability study, value engineering, safety certificate, CADD 3D model, and BIM

The services performed for FD shall meet the requirements of both the Sound Transit DCM and the Engineering Design Procedures Manual.

1. Structural Design

a. The CONSULTANT shall prepare structural engineering plans and related documents to generally support a final design level of completion for new structures, modifications of existing structures, and seismic retrofits proposed along the preferred light rail alignment. Structures shall be designed according to the DCM and other appropriate codes. Submittals will meet requirements of Engineering Design Procedures EP-03.

b. All structures shall be designed in accordance with the geotechnical recommendations developed under Task 9: Geotechnical, and with the requirements and agreements with affected businesses and agencies.

c. The CONSULTANT shall prepare technical memorandum to address each critical technical issue that requires ST approval.

d. The CONSULTANT shall prepare a Basis of Design (BOD) Report for all the structural elements to layout the key assumption and procedure for the design. The Basis of Design Report will also provide common understanding among ST, the CONSULTANT, and third parties. CONSULTANT shall submit final Basis of Design Report to ST with 60% submittals. CONSULTANT shall

Task 14: Structures Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 88 Civil Final Design Exhibit A—Civil Final Design

get ST’s approval before making any revision on the Basis of Design Report. After the 60% submittal, document changes via an addendum to the Basis of Design Report.

e. Overall Assumption

(1) The PE design is accepted as the basis for final design.

(2) The type of connection that has least impact to the permanent structure is preferred for attaching components to the structure (e.g., cast-in-place anchor insert, cast-in-place plinth dowel bar).

(3) Structures in WSDOT ROW impact ST property shall be designed to WSDOT or Sound Transit standards, whichever is more stringent. Structures in the AHJ’s ROW impact ST property shall be designed to its standard or Sound Transit standards, whichever is more stringent.

(4) A common design shall be applied to the same elements to reduce the repeated design effort.

The following structure elements shall be covered in the final design:

f. Aerial guideway structures

(1) Prepare plans for elevated guideway structures. Design shall incorporate stair tower access; fire standpipes; walkway, hand railing; sound walls; guideway drainage elements; utility service connection locations for water, sewer and electricity, OCS poles support, and any other related mechanical, electrical, and system components as shown on the PE documents or as directed by Sound Transit.

(2) Typical column design and contract drawings shall be prepared for typical simple supported aerial guideway span. The same column size and configuration shall be repeated as much as possible. The column caps will be designed and detailed in the contract drawings to accommodate the various configurations required by the alignment geometry. Long-span guideway columns, straddle bent guideway columns, eccentric guideway columns, and station columns will require special design and detailing.

(3) Final design details shall be developed for the following long-span bridges.

(a) Long span over I-5 off-ramp south of NE 130th Street

(b) Long span over NE 145th Street

(c) Long span over I-5 northbound on-ramp north of NE 145th Street station

(d) Long spans cross over I-5 southbound and northbound north of Mountlake Terrace station

Lynnwood Link Extension Task 14: Structures Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 89 Exhibit A— Civil Final Design

(e) Long span over 44th Avenue W

(4) Shaft design shall be optimized based on PE assumption; the same shaft size and configuration shall be repeated as much as possible after optimization.

(5) Optimization of span configurations and types, including bent type, size, and column locations, shall be carried forward into FD.

(6) Identify the construction approach and sequence. Constructability and cost consideration shall be part of the structural design effort and coordinated with the GC/CM.

(7) Perform the rail structural interaction analysis to meet the criteria required in the DCM.

(8) Assumption

(a) Contract Drawings shall be prepared as per Method A in the 1999 American Association of State Highway and Transportation Officials Segmental Bridge Guide Specifications.

(b) Elevated guideways are assumed to be precast segmental box girder or precast prestressed concrete girder with cast-in-place deck in accordance with the PE drawings.

(c) Long-span guideways are assumed to be balanced cantilever segmental construction in accordance with the PE drawings. Other types of construction approach should be reviewed with the further development of the structures.

(d) For seismic design, the Multi-mode Spectral Method shall be the minimum analysis requirement for all aerial structures. Time History method shall only be used with ST structural engineer’s approval.

(e) Aerial guideway shall utilize a direct-fixation system.

g. Retained cut-and-fill guideway structures

(1) Prepare plans for the retaining structures and associated components, such as sound wall, barrier, OCS supports, etc.

(2) Mechanically stabilized earth (MSE) walls, soil nail walls, secant pile walls, tangent pile walls, rock walls, concrete cantilever retaining walls, gravity retaining walls, soldier pile retaining walls with or without tiebacks, and ballast walls are anticipated.

(3) Optimization of wall configurations and types to be carried forward into FD, including wall type, size, and locations. CONSULTANT shall consider the right-of-way cost and the impact to the third-party structure as part of the optimization.

Task 14: Structures Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 90 Civil Final Design Exhibit A—Civil Final Design

(4) CONSULTANT shall provide general layout, extents, and all information necessary for MSE wall designed by Contractor. CONSULTANT shall provide structural design for the moment slabs, wall railing/fencing, and wall coping on the MSE wall.

(5) WSDOT Standard Plans could be used as the basis of new concrete cantilever retaining walls. WSDOT plans will be not applicable if the effective peak ground acceleration is larger than 0.51g. CONSULTANT shall confirm applicability and sign/seal each plan utilized in this project.

(6) Design and contract drawings for walls shall be bracketed in maximum 3-foot increments of height.

(7) Wall Plan and Profile sheets shall be prepared at 1:20 scale on full-size drawings.

(8) Walls 4 feet or less in height (from top of wall to bottom of footing) not shown in the PE plans are included in this scope of work.

(9) Wall finishes are generally patterns created by standard, commercially available formliners and may include patterns modified by artists.

(10) CONSULTANT will provide the design of Temporary Excavation Support for the structures at critical or complicated locations when it is requested by ST.

h. Stations

(1) Prepare plans for four stations (NE 145th Street station, NE 185th Street Station, Mountlake Terrace Transit Center station, and Lynnwood Transit Center station) as per PE design. CONSULTANT will choose the proper lateral force resisting system for the station considering the adjacent guideway system, design the vertical circulation system, canopy, windscreen, bike and public transportation facilities, foundations for artwork, signage and traffic signals, camera, and lights. CONSULTANT will also provide the design or verification for hanging all signs, including variable message signs, and points of OCS support.

(2) The same design elements shall be utilized at each station for canopies and ancillary and primary structures to the extent possible, recognizing that differing layouts and locations may require different design components.

(3) CONSULTANT shall design the shoring system for the exaction support of retained cut station.

(4) The construction approach and sequence shall be identified. Constructability and cost consideration shall be part of the structural design. Particular floor load calculations showing evaluation of known heavy equipment along with the removal/installation paths shall be provided.

Lynnwood Link Extension Task 14: Structures Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 91 Exhibit A— Civil Final Design

(5) Assumption

(a) The PE station design may not yet be at a 30% level of completion. The scope of this project includes bringing the design to 30% and continuing the design to completion.

(b) In the case that an elevated station lateral system is part of the guideway, design shall be met the criteria from both guideway and station.

i. Parking garages

(1) Prepare plans and details for three parking garages located at the NE 145th Street station, the NE 185th Street station, and the Lynnwood Transit Center station.

(2) CONSULTANT will perform the parking layout study for each of the garages so that it will provide required functionality for the adjacent light rail station.

(3) CONSULTANT will choose the proper lateral force resisting system for the garages, design the vertical circulation system, barrier, canopy, windscreen, bike and other ancillary facilities, and temporary construction support, etc.

(4) The same structural components shall be used in each garage (e.g., vehicle barriers, stairs, foundations, beams, and slabs to the extent possible, recognizing that differing layouts and locations may require different design components. The seismic force resistance system of the garage shall be designed based on each garage layout and configuration.

(5) Assumption

(a) The PE garage design may not yet be at a 30% level of completion. The scope of this project includes bringing the garage design to 30% and continuing the design to completion.

(b) The material for construction of garages is cast-in-place concrete. Steel, precast concrete, or hybrid structural systems are not allowed in ST parking structures.

(c) Cable barrier railing shall be utilized with ST approval.

j. Miscellaneous structures

(1) Prepare plans for other miscellaneous structures and details throughout the project, including, but not limit to, the following:

(a) Sound wall/noise wall/noise barrier

(b) Screen wall

Task 14: Structures Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 92 Civil Final Design Exhibit A—Civil Final Design

(c) Structures for System component

(d) Artwork and support

(2) Provide elevations showing coordinated penetration sizes and locations for facility services.

(3) Prepare miscellaneous details for integrating communications, artwork, and signage into the elements of the project.

(4) Evaluate and identify the transportation paths of heavy and oversize equipment for construction.

(5) Drainage vaults and associated waterproofing shall be vendor-designed precast concrete structures based upon performance specifications. CONSULTANT shall size these vaults for required capacity for inclusion in specifications and verify sizing availability with manufacturers.

k. Interface to existing and future project

(1) Northgate Connector

(a) Refer to Section 1.2.B.6 for the approximate extent of the Northgate Connector.

(b) Coordinate with Northgate Link extension project. Review the drawing and calculation.

(c) Provide interface design and details to seamlessly transition from Northgate Link Extension to LLE considering the aesthetics, visual impact, and cost. Work with other disciplines to solve the potential interface issue.

(2) Interface to future 130th Street Station and 220th Street station

(a) The final design shall be able to accommodate construction of these two future boarding platforms in a way that would not impact service.

(3) Connection to future link extension north of LLE

(a) The final design shall accommodate design and construction for the future light rail extension from the Lynnwood Transit Center to farther north.

l. New and modified third-party structure

(1) CONSULTANT will perform design or review of new and modified third- party structures that will impact ST light rail operation. In addition to the Sound Transit DCM, CONSULTANT shall also follow the code and guidance from AHJs.

Lynnwood Link Extension Task 14: Structures Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 93 Exhibit A— Civil Final Design

(2) CONSULTANT will coordinate and interact with third-party throughout the design phase, and identify and resolve any conflicts.

(3) Structures including, but not limited to, the following:

(a) NE 185th Street bridge: modification, replacement, widening, or stand-alone pedestrian bridge

(b) NE 195th Street pedestrian bridge replacement

(4) Assumption

(a) For the structures owned by WSDOT, WSDOT Deliverables Expectation Matrix shall be checked against corresponding submittals.

(b) Seismic retrofit of existing structures that are located within the right-of-way of other AHJ and impact ST LRT will be performed in accordance with the AHJ’s design code and ST DCM (whichever is more stringent).

m. Effects of Settlements—The CONSULTANT shall perform the following:

(1) Instrumentation to monitor ground movements and settlements during construction of underground and retained cut-and-fill structures shall be developed under Task 9: Geotechnical.

(2) Perform an assessment of the effects of construction-induced settlements on overlying structures and services expected due to large cut-and-fill structures. Establish estimated ground displacements due to large cut-and-fill structures construction. Categorize public and private structures and utilities potentially affected by construction-induced settlements. Place the structures and services into damage risk categories as follows:

(a) Risk Category 1—Negligible, superficial damage unlikely

(b) Risk Category 2—Possible architectural or functional damage, structural damage unlikely

(c) Risk Category 3—Expected architectural or functional damage, structural damage possible

(d) Risk Category 4—Expected structural damage

(3) Prepare a settlement vulnerability assessment report summarizing this assessment and include recommendations for preventive measures to be incorporated into the Contract Documents for structures and services that are identified as Risk Categories 2, 3, and 4.

(4) Specify the settlement threshold limits for Contractor compliance in the Contract Documents.

Task 14: Structures Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 94 Civil Final Design Exhibit A—Civil Final Design

(5) Include the vulnerability assessment in the Contract Documents by a table of properties and their respective risk categories.

(6) Prior to the 60% submittal, perform conditional assessments of each structure within the zone of influence of construction as identified within the report. The condition of each structure shall be recorded and all observable structural defects shall be noted in a stand-alone memorandum. The condition shall be supported by photographic and video evidence as appropriate. The conditional assessment shall be visual in nature and be limited to areas accessible to the public. Nondestructive testing is not included in this scope of work and shall be performed as additional services only upon explicit request of Sound Transit to determine soundness of existing materials and shall be pending Sound Transit’s acquisition of rights-of-entry for access.

(7) Project specifications shall require the Contractor to provide conditional assessment of designated structures directly prior to construction. Results of the original assessment shall be made available to the Contractor upon request

Task 14 Deliverables

1. Structural engineering plans, specifications, calculations, and reports at each submittal as required in Engineering Procedures Manual EP-03 matrix (latest version)

2. Calculations (initial design calculations not checked) for key structural elements (shaft, column, cross beam, girder, etc.) at 60% submittals

3. Final Structural Basis of Design Report at 60% submittal

4. Draft Settlement Vulnerability Assessment Report at 60% submittal

5. Complete calculation (final design calculations initialed by designer and checker) for all structural elements and details at 90% submittal

6. Final Settlement Vulnerability Assessment Report at 90% submittal

7. Critical Technical Issue Memorandum

Lynnwood Link Extension Task 14: Structures Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 95 Exhibit A— Civil Final Design

Task 15: Surveying and Mapping

A. The CONSULTANT shall perform surveying and mapping services as a part of Final Design for the Lynnwood Link Extension project. The scope of work for these services generally includes, but is not limited to, the following:

1. Verifying, integrating, and updating existing PE survey and digital terrain model data to create existing conditions base maps and digital terrain models for Final Design. CADD/BIM

2. Performing field surveying to support the development of the project and providing updates to ST for review at least 30 days prior to the next milestone review submittal. This task shall include a review of the data obtained during PE, including but not limited to all above and below grade features within the project limits and outside limits as required for grading, paving, and slope changes, etc.

3. Performing field surveying to support locating geotechnical boreholes, piezometers, and potholes, and accurately locating existing utilities within the project right-of-way. Existing utilities both above and below grade shall be labeled with type, size, elevations, existing right-of-way, and easements of existing and proposed utility facilities affected by Sound Transit construction.

4. Integrating all third-party AHJ existing survey data, including surface features, utilities, right-of-way, and easements, into the existing Sound Transit database.

5. Tree Survey

a. Surveying and showing on the project base map all trees required to be identified based upon local jurisdictional regulations. Information for a complete tree survey shall include location, species, and diameter at breast height, whether it has multiple or single stems, and any other information required by the local jurisdiction to secure appropriate permits.

b. Performing a follow up survey of significant trees as identified in the tree hazard assessment performed in PE as well as trees identified in FD that need to be picked up by survey.

c. Showing the survey tree data on the base map.

6. WSDOT Survey

a. Surveying and support for WSDOT Resource Conservation Area (Beautification Area) mitigation areas.

b. Surveying and support for WSDOT tree mitigation areas.

c. Surveying and support for WSDOT breaks in limited access, use and occupancy locations, and other modifications to WSDOT’s right-of-way plans that are required to accommodate the improvements located within WSDOT right-of-way and assist Sound Transit in obtaining WSDOT approval.

7. Wetland and Stream Survey

Task 15: Surveying and Mapping Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 96 Civil Final Design Exhibit A—Civil Final Design

a. Re-staking wetland or stream (ordinary high water mark) flag locations that were previously identified in order to verify if the boundaries are still valid and accurate. Working with the wetland/stream biologist team and Sound Transit EAS staff to determine how many and which wetland flags need to be re- staked and/or resurveyed for proper verification.

b. Surveying all additional wetlands and streams located on private property where right-of-entry was not obtained during the EIS process.

c. Updating the wetlands and streams base map survey to include all delineated wetlands and streams, including those from the EIS, those modified during new field verifications, and any newly identified resources. The survey crew shall work with the biologist teams to ensure the flag locations are accurate prior to creating the final base map.

d. Surveying wetlands, streams, and other existing conditions at up to three off- site wetland and stream mitigation sites and two on-site wetland and stream mitigation sites. The base maps for the mitigation sites will include topography, wetland boundaries, stream ordinary high water marks, buffers, edge of open water, significant trees, and other existing conditions relevant for natural resource mitigation planning and design. The survey crew must work with the biologist teams to ensure the flag locations and existing conditions are accurate prior to creating the final base map for the mitigation site.

8. Integrating new survey information into the existing Sound Transit base maps. This includes, but is not limited to, data collected from right-of-way requests for ROS, ALTA, along with any exhibits showing new existing condition findings.

9. Establishing survey controls in accordance with the DCM. Updating pre-existing survey control work necessary for the project, as necessary to be consistent with the previously established project datum for LLE as noted in the Sound Transit CADD/BIM Standards Manual and on the PE plans.

10. Establishing and providing documentation for a translation process to share project data between the ST project datum and the WSDOT datum for this project area.

11. Providing engineering and field support necessary to prepare the final design and construction contract packages, including, but not limited to, the following:

a. Updating base maps with new information:

(1) This shall include, but not be limited to, utilities, including services, trees, wetlands, streams, geotechnical, and potholing information

(2) A supplemental field survey shall be conducted that includes surface features, utilities, and a sufficient number of spot elevations obtained in wetlands, streams, or buffer areas where temporary impacts are to occur

b. Updating and maintaining digital terrain model data

c. Developing horizontal and vertical control diagrams for construction

Lynnwood Link Extension Task 15: Surveying and Mapping Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 97 Exhibit A— Civil Final Design

d. Reviewing utility records and field locates, providing documentation of records reviewed and indicating findings on the base map

e. Documenting as-built information utilized to develop base maps

f. Providing documentation of monuments for right-of-way control for city and WSDOT ROW

g. Working within WSDOT ROW to survey I-5 ramps and column locations (if required)

h. Providing elevations for on-site or off-site mitigation sites, showing contour elevations between 0.5 foot and 1.0 foot

i. Verifying required elevations with proposed design

j. Taking spot elevations throughout the sites to obtain a clear understanding of surface elevations and modifying base map data to reflect findings

B. Assumptions

1. This scope of work is geographically defined by the project limits and off-site mitigation sites.

2. Three off-site wetland and stream mitigation sites are not located next to one another and are 10 acres each.

3. Two on-site wetland mitigation sites will be located within the project corridor footprint and are approximately 10 acres each.

4. Sound Transit will acquire all rights-of-entry required for completion of this task and the CONSULTANT shall assume the need to conduct multiple survey trips due to challenges with obtaining rights-of-entry on private property.

5. Previous utility mapping from ROW ALTA survey tasks was completed around exterior property boundary only (approximate 5-foot buffer) with all utilities along this boundary line included.

Task 15 Deliverables

1. Verified and updated existing condition base map(s) and digital terrain models for entire project area at 60%

2. Updated existing condition base map(s) and digital terrain model(s) at all other submittal intervals after 60%

3. Horizontal and vertical control plan sheets

4. Any exhibits created for this task, including, but not limited to, borehole, pothole locations, wetland flags, and any other existing condition location efforts resulting in the need for a prepared exhibit

Task 15: Surveying and Mapping Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 98 Civil Final Design Exhibit A—Civil Final Design

Task 16: Sustainability

A. In 2007, the Sound Transit Board adopted a comprehensive Sustainability Initiative (Resolution No. R2007-12) with a focus on resource conservation. Sound Transit’s 2015 Sustainability Plan details how sustainable business practices shall be integrated throughout the Sound Transit organization, including the planning, designing, construction, and operation of existing and new transit systems and facilities.

B. The Lynnwood Link Extension Sustainability Checklist and Preliminary Sustainability Report were prepared during PE in December 2014. The CONSULTANT shall review these existing documents, prepare a memorandum confirming the scope of sustainability activities for the project, update the Sustainability Checklist (where applicable), refine and finalize the assumptions from the PE Sustainability Report, and incorporate sustainability measures into FD documents for the Lynnwood Link Extension.

Throughout the process, Sound Transit will work with the CONSULTANT to select the sustainability measures that will be incorporated into the project’s final design.

Note that the work in this task must fall within Sound Transit’s identified budget for sustainability features. This sustainability budget allocation is based on an approved short list of sustainability items drawn mainly from the PE Sustainability Report. This budget also includes a “TBD” category to accommodate any new recommendations proposed in FD or modifications to the approved short list. Already integrated into the Final PE Capital Cost Estimate (in final design tasks) are required and optional Sustainability Checklist items that are labeled as low/no cost and noted to be part of the Capital Cost Estimate.

1. Memorandum

a. The first subtask of this work shall include one or more CONSULTANT-led meetings with Sound Transit and CONSULTANT staff to discuss the recommendations for the sustainable design features that shall be prioritized for the project, including any design features beyond those required by the PE Checklist or Sustainability Report (see below for more detail).

b. Prior to 30% deliverables being finalized, the CONSULTANT will meet with Sound Transit and prepare a sustainability memorandum that lays out the approach for this task. The memorandum will identify the prioritized features to be included in the 60% design, which will also be reflected or captured in the final Sustainability Report. The prioritized features will address and refine those selected by the Project Director from the PE Sustainability Report for incorporation into the final design. The analysis may also identify up to two or three additional features for the project (within the defined budget) that have not been identified by the Project Director or discussed previous to the start of the work of this task.

c. The meeting(s) and memorandum should address the use of third-party certification standards. Sound Transit will consider designs that achieve certification to third-party green building or green infrastructure certification standards (LEED or ENVISION) for the entire alignment, stations, station areas, and guideway segments. The proposer shall evaluate the application of LEED and ENVISION and ensure designs can accommodate the incorporation of a third-party certification if approved by Sound Transit.

Lynnwood Link Extension Task 16: Sustainability Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 99 Exhibit A— Civil Final Design

2. Checklist and or alternate assessments

a. If ENVISION certification is applied to the entire alignment, and Sound Transit concurs, the final designer will either:

(1) Integrate the required items from the Sustainability Checklist into the ENVISION documentation process to provide and track/monitor the Sustainability Checklist’s required and optional strategies, or

(2) Use the Sustainability Checklist to track and monitor that document’s required items and use the ENVISION documentation process to provide and track/monitor the Sustainability Checklist’s optional strategies.

b. For the stations, station areas, or guideway segments where LEED or other green building certification will be applied, and Sound Transit concurs, the final designer will follow the documentation process required by the certification standard in lieu of the Sustainability Checklist.

c. For the stations, station areas, or guideway segments where a third-party certification standard is not applied, the Contractor shall achieve the required strategies on the Sustainability Checklist, the optional items from the PE Checklist included in the PE cost estimate, and Sound Transit-approved items from the Sustainability Report.

d. The CONSULTANT shall refer to Chapter 30 of the DCM and update the Sustainability Checklist to include the rationale for inclusion or exclusion of specific features, including benefits, disadvantages, and cost information. The Checklist shall be submitted prior to each 60% and 90% design submittal to ensure that Checklist items are incorporated into the 60% and 90% draft design deliverables. The CONSULTANT shall review the draft product with Sound Transit staff and incorporate changes at least once before each submittal.

3. Reports

a. Draft Report

(1) The CONSULTANT shall develop a Draft Sustainability Report with supporting documentation detailing the sustainable design features identified in the sustainability memorandum that best meet Sound Transit’s sustainability goals.

(2) The Draft Sustainability Report shall include the analysis, including any applicable TCO analyses, for existing and new design features identified in the sustainability memorandum.

Sound Transit will work with the CONSULTANTS to determine which items require a new or refined TCO. The TCO could be to refine the scale for an analysis performed during PE (three items) or an analysis for the limited number (two to three) of potential new design features. The TCO

Task 16: Sustainability Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 100 Civil Final Design Exhibit A—Civil Final Design

shall be included in the Draft and Final Sustainability Reports as described below. Confirm format for TCO with Sound Transit.

(3) The Draft Sustainability Report shall be submitted prior to the 60% design submittal at a point in design that allows the report to serve this purpose. Confirm deliverable date with Sound Transit. The Draft Sustainability Report will determine how the checklist items and other features will be incorporated into the design at 60%.

b. Final Report

(1) The CONSULTANT shall develop a Final Sustainability Report between 60% and 90%. The Final Sustainability Report will finalize any outstanding decisions from the draft 60% report and shall provide supporting documentation that suggests additional construction specifications needed to verify implementation of measures within the checklist and report.

(2) The Final Sustainability Report shall be submitted prior to the 90% design submittal at a point in design that allows confirmation and discussion with Sound Transit. Confirm deliverable date with Sound Transit.

c. General

The CONSULTANT, as directed by Sound Transit, will provide technical support to support the completion of the above-described deliverables. This support could also include further investigation of new sustainability technologies, additional documentation for measures not included in the Sustainability Report or Sustainability Checklist, attendance of non-project- specific sustainability meetings, or other items not specified in this task. This work shall be completed within the subtask budget.

Task 16 Deliverables

1. Sustainability memorandum early in the final design process, prior to 30%

2. Draft and Final Sustainability Checklists prior to 60% and 90%

3. Draft and Final Sustainability Reports prior to 60% and at the 90% submittal

Lynnwood Link Extension Task 16: Sustainability Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 101 Exhibit A— Civil Final Design

Task 17: Track and Guideway

The CONSULTANT shall perform track design and engineering services as a part of FD for the Lynnwood Link Extension project. The scope of work for these services generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Developing track alignment, geometric and clearance design

• Preparing trackwork and special trackwork plans, sections, and details

• Preparing track designations and operational signage

• Supporting the development of Contract Documents

The CONSULTANT services performed shall meet the requirements and comply with applicable regulatory and design criteria, codes, and standards in a consistent and uniform manner, including the Sound Transit DCM and Engineering Design Procedures Manual.

1. Alignment, Geometric and Clearance

a. Review and evaluate the plan and profile alignment provided in the PE documents for compliance with the DCM and Sound Transit Guidance Drawings.

b. Provide recommendations for improving or optimizing the PE alignment in order to advance design, reduce cost, reduce impacts to other fixed facilities, and to improve operations. Included improvements are to be minor changes to horizontal and vertical alignment or avoiding horizontal or vertical constraints.

2. Trackwork

a. Prepare plans, sections, and details for final trackwork designs and special trackwork requirements for the project. Prepare track plans in accordance with Sound Transit Guidance drawings and the DCM.

(1) Special trackwork includes all turnouts

(2) Design track systems to mitigate changes in track modulus between ballasted and direct fixation

b. Perform internal team coordination as necessary to:

(1) Maintain adequate clearance for trackway

(2) Design ballasted and direct fixation track

c. Mitigate thermal rail forces and the impact to bridge or guideway design.

(1) Provide adequate stray current protection of ballasted and direct fixation track

Task 17: Track and Guideway Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 102 Civil Final Design Exhibit A—Civil Final Design

(2) Mitigate light-rail-vehicle-induced noise and vibration, paying particular attention to special trackwork and taking into consideration elements liable to result in wheel squeal; make provision for wayside rail lubricators

d. Reference roadway, traffic, drainage, utility, and systems features on track plans as necessary.

e. Prepare a 3D model that represents typical standard track configurations, composed of the existing ground surface and the proposed sub-grade, sub- ballast, ballast, and track structure as required for design. Provide a 3D model of the LRT clearance envelope at each station. The clearance envelope shall extend 50 feet beyond the length of the platform. Modeling effort includes 50-foot cross-sections.

f. 3D model shall be provided to the station design team for Clash Detection Analysis.

g. Develop quantity calculations required to support cost estimation.

h. Provide grading design for earthwork that is required where track is not within a street, supported on structure, or in retained cut or fill.

i. Design and evaluate clearance to fixed objects, including OCS poles, bridge columns, retaining walls, station platforms, train control equipment, and other wayside structures per the DCM.

j. Provide a track schematic that includes indications for tangent track; curved track, including radius, premium rail, pre-curved rail, restraining rail, embedded rail; mile post location and stationing; modulus transition systems; station platforms; grade crossings, including the name of the road and type of signal protection; bridges, including type and spans; direct fixation track; and ballasted track.

k. Prepare a basis of design report on track design, including track alignment, drainage, turnouts, pre-curved rail, restraining rail, embedded rail, premium rail, wayside rail lubrication, stray current mitigation, wayside appurtenances and structures, insulated joints, ballast walls, and track modulus transition structures and provisions.

3. Track Designations & Operational Signage

a. The CONSULTANT, in conjunction with Sound Transit and the Sound Transit DCM, shall develop signage requirements that document each sign type, size, location and attachment details. All signage shall be included in the CONSULTANT’s contract drawing package.

b. The CONSULTANT shall be responsible for the structural design of the attachments and general lighting of the signs to all codes, rules and standard operating procedures.

Lynnwood Link Extension Task 17: Track and Guideway Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 103 Exhibit A— Civil Final Design

c. The CONSULTANT shall include in the contract drawings all operational signage needed to operate the Link light rail system. The signs specified will be developed and conceived with the concurrence of ST and King County Metro to provide the proper visual guidance to meet rule book instructions and current standard operating procedures.

d. Operational signage is not intended for the general public use. Operational signage is to advise staff to points along the trackway where visual verification is required such as train berthing markers at stations, speed restriction signs, milepost signs, fouling point limits, locations of no clearance etc. The majority of the signs will be permanent although some will be temporary while train testing and commissioning is being performed.

e. Elements of the operational signage for the project shall include:

(1) Design and fabrication of operational signage at all Link light rail right of way areas and specified rail facilities and equipment. Installation of signs shall be by Link operation staff and maintenance staff.

(2) Compliance to operational requirements throughout the system. Signage shall be installed at locations to inform and advise operational staff of various operational instructions.

(3) Identification of final operational instructions for all three types of track environments (elevated, at-grade and tunnel).

(4) Design and fabrication that meets the operational needs for all Rules and Standard Operating Procedures.

Task 17 Deliverables

1. Track alignment, geometric and clearance designs, calculations and reports

2. Trackwork and special trackwork designs, calculations and reports

3. Track designations & Operational Signage

Task 17: Track and Guideway Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 104 Civil Final Design Exhibit A—Civil Final Design

Task 18: Utilities

The CONSULTANT shall perform utility engineering and design services as a part of FD for the Lynnwood Link Extension project. The scope of work for these services generally includes, but is not limited to, the following:

• Collecting, reviewing and updating existing information

• Designing new and relocated utilities and preparing plans, specifications, technical memorandums, and reports for the following:

− Drainage and stormwater − Electrical transmission and distribution − Corrosion control elements − Other utilities

• Supporting the development of Contract Documents

The services performed for FD will meet the requirements of the Sound Transit DCM, the Engineering Design Procedures Manual, and other applicable manuals and criteria.

1. Storm Drainage

a. Storm Drainage—General

(1) Prepare a 3D model that represents storm drainage system configurations, composed of the existing ground surface and the proposed sub-grade utility structure(s) as required for design.

(2) Prepare drainage and stormwater management plans in accordance with the DCM or applicable codes, ordinances, and design standards as agreed to by Sound Transit and the AHJs.

(3) Review and incorporate PE reports and calculations associated with the project storm drainage design. Review Biological Assessment provisions for the storm drainage and incorporate into the design. Develop storm drainage relocation designs and specifications addressing project impacts based upon coordination with Sound Transit and affected utilities, local jurisdictions, and WSDOT throughout the design phase to achieve an acceptable final solution. Identification and information related to relocations shall be shown on composite utility drawings.

(4) Low impact development (LID) is a preferred method for stormwater management and will be employed to the extent possible, practicable, and cost effective. Assess site conditions for the applicability of LID techniques to reduce a reliance on traditional conveyance, pond, and underground vault design. Retain and incorporate topographic site features that slow, store, and infiltrate stormwater by incorporating natural drainage features and patterns.

Lynnwood Link Extension Task 18: Utilities Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 105 Exhibit A— Civil Final Design

(5) Design improvements to private stormwater facilities that are impacted by the project.

(6) Provide design of temporary drainage systems necessary to accommodate construction of the project. Temporary drainage, if required, shall be addressed, including the TESC drawings.

(7) Coordinate all storm drainage activities with other technical disciplines of the project, including site grading (spot elevations and contours) for roadways, walkways, plaza areas, edge conditions, and other areas as necessary to support adequate drainage.

(8) Provide analysis and design for all storm drainage crossings of the project corridor.

(9) Design storm-water collection, conveyance, and detention facilities for the LRT elevated guideway, retained cut-and-fill, and at-grade trackway. Design storm drainage facility locations and connections to surrounding storm systems for elevated, retained cut, and at-grade trackway.

(10) Design connections for wall drainage discharge to surrounding storm systems as needed.

(11) Address and design storm drainage lift station(s) if or where a gravity system is not feasible.

(12) Determine drainage methodologies and points of discharge by the 60% submittal. The drainage methodology may not have final formal documentation by 60%. The drainage report shall summarize the accepted methodologies.

(13) Prepare storm drainage plans, profiles, and details to the standards appropriate for the storm drainage report and for final engineering.

(14) Design storm drainage systems to collect, treat, and discharge drainage from parking garages and surface lots according to local codes.

(15) Provide stormwater runoff treatment for drainage from impacted roadways and intersections to be collected, treated, and discharged according to local codes.

b. Storm Drainage—Coordination

(1) Coordinate with Sound Transit staff and external stakeholders, as directed by Sound Transit, to determine and accomplish a well coordinated and complete storm drainage design and report. Provide coordination to determine the storm drainage requirements, storm drainage report requirements, the consideration of a common storm drainage report covering project limits spanning multiple jurisdictions, and a recommended agency review process for the storm drainage deliverables.

Task 18: Utilities Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 106 Civil Final Design Exhibit A—Civil Final Design

(2) Determine and resolve the implications of various project aspects to the storm drainage report(s) for the project, including the specific project delivery method, the contract packaging arrangement, differing technical criteria of multiple jurisdictional authorities pertaining to storm drainage, processes to achieve consensus building among agencies, and related information.

(3) External stakeholders include WSDOT; the Washington State Department of Ecology; the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood; and other stakeholders determined during design development.

(4) Produce brief meeting notes for such coordination activities.

c. Storm Drainage—Deliverables

(1) Drainage Report Requirements Technical Memorandum

• Provide an early report addressing the recommended drainage report format(s), report organization, report outline, and high-level topics.

• Address the applicability of LID methodologies at a high level to the entire project. Present any major time-sensitive issues, such as property and easement issues, agency coordination concerns and agreements, any major proposed design deviations, time-critical tasks, and related matters.

• Provide recommendations and high-level opportunities, constraints, and critical issues as they pertain to the storm drainage design for the project.

• Include key determinations made during the coordination activities noted above.

• Address ownership, maintenance, and sustainment obligations for the storm drainage improvements at a high level to support interagency coordination.

• Address any proposed or known possible deviations to the requirements of the applicable regulatory requirements and/or to Sound Transit’s DCM.

• Address the recommended format of storm drainage construction Contract Documents and drainage reports, with attention to differing technical and formatting requirements of the external stakeholders with jurisdictional interests.

• Address the suitability of existing site data, such as Sound Transit PE documents, topographic data, and record drawings for existing storm drainage facilities, and additional data needs with the CONSULTANT’s recommendations.

Lynnwood Link Extension Task 18: Utilities Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 107 Exhibit A— Civil Final Design

• Provide conceptual drawings and supporting illustrations to support the content of the technical memorandum with clarity.

• Provide a draft report for review by Sound Transit and stakeholders. Incorporate comments and produce a final report.

• Provide three presentations of the report to Sound Transit, external stakeholders, and open-house sessions with the public (if applicable), including graphics support for such.

(2) Drainage Report

• In accordance with the DCM and AHJs, prepare a drainage report to include design drawings showing storm drainage information, including proposed points of detention/discharge, as required by the drainage report requirements and as coordinated by the CONSULTANT with the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood; WSDOT; and King and Snohomish counties.

• Address code compliance with appropriate calculations and flow rates, points of discharge, proposed improvements to control and treat design flows, and other information identifying the basis of design.

• Address property matters pertaining to storm drainage improvements, including easements.

• Provide sufficient detail to obtain final concurrence on the drainage system methodology from the agencies listed above.

• Organize the report to correspond to the discharge areas.

• Determine the requirements for information needed in the report to obtain written concurrence from the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood; King and Snohomish counties; and WSDOT. Designs of drainage facilities requiring review and approval of jurisdictional agencies shall be submitted by Sound Transit in accordance with the procedures established by the respective agencies.

• All construction, relocation, and restoration of storm sewers and drainage facilities and maintenance of existing facilities during construction shall conform to the design standards of those agencies and be included in the drainage design reports as outlined in the DCM.

• The report shall describe how the proposed stormwater feature(s) along the alignment are intended to function and how performance standards are met for environmental regulatory compliance and maintenance. Design drawings shall include enough detail so the stormwater features are constructed to meet the intended function.

• Provide a Draft, Final Draft, and Final Drainage Report to Sound Transit.

Task 18: Utilities Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 108 Civil Final Design Exhibit A—Civil Final Design

(3) Storm Drainage Final Design Deliverables

• Provide engineering plans, profiles, and details for the storm drainage improvements, including collection, conveyance, flow control, runoff treatment, temporary storm drainage facilities, temporary erosion and sedimentation control, and related elements.

• Prepare a 3D model that represents each roadway and site configurations composed of the existing ground surface and the proposed sub-grade roadway structure as required for design.

2. Electrical Transmission and Distribution

a. Electrical—General

(1) Refer to Table 18-1 for CONSULTANT scope of work for coordination, preliminary engineering, and final engineering for disposition of, and improvements to, third-party electrical transmission and distribution facilities. Provide coordination, preliminary engineering, final engineer services, and preparation of construction plans and specifications for electrical transmission.

b. Electrical—Coordination

(1) Provide coordination services, as directed by Sound Transit, to support the following:

• Engineering services by others, as identified on Table 18-1, and to determine applicable requirements and criteria.

• Standards for production of plans and specifications for the project, including coordination with third parties to obtain design planimetric information for overlaying upon CONSULTANT design drawings and vice versa.

(2) CONSULTANT staff shall have adequate technical competence to fulfill coordination activities from a technical perspective.

(3) Prepare and distribute meeting notes for all such coordination efforts, as directed by Sound Transit.

c. Electrical—Deliverables

(1) Preliminary Engineering Technical Memorandum

• Present design concept for all electrical transmission and distribution improvements, including primary alternatives, and including representation of utilities to be designed by third parties.

• Include PE drawing for electrical improvements. Present and itemize property and easement actions necessary to accommodate the proposed improvements; inventory the necessary legal inter-agency

Lynnwood Link Extension Task 18: Utilities Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 109 Exhibit A— Civil Final Design

agreements. Determine general representation of the primary temporary services as applicable. Itemize opportunities and constraints for the work, including the key alternatives.

• Identify the scope of early utility relocations to accommodate the project. Address long-lead actions, including procurement, permitting issues, cost aspects, and information needs supporting FD.

(2) Final Engineering Plans and Specifications

• Provide plans and specifications for electrical improvements, including the provision of temporary services as applicable and required.

• Represent third party design work on the final plans, noted as Not in Contract (NIC).

3. Corrosion Control Elements

a. The CONSULTANT shall, with Sound Transit and other consultants, develop corrosion control measures to protect Sound Transit facilities and public and private utilities.

b. The CONSULTANT shall prepare details for grounding at stations and parking garages as required.

c. Any stray current control and cathodic protection details will be provided by the Systems Design Consultant and included in the CONSULTANT contract drawing package to which it applies.

d. The CONSULTANT shall coordinate with the internal disciplines, including mechanical, electrical, civil, structural, and trackwork.

e. Corrosion control of electrification, signaling, and communications designs shall be performed by the Systems Design Consultant (NIC).

4. Other Utilities

a. Other Utilities—General

(1) Refer to Table 18-1 for CONSULTANT scope of work for coordination, PE, and final engineering for disposition of, and improvements to, third- party utilities.

(2) Perform utility relocation design activities in accordance with the DCM, the scope of work, and all applicable standards, codes, and ordinances.

(3) Perform utility investigations at all locations where project activities may impact utilities.

(4) Review potholing information performed to date and gather additional potholing data, as necessary, to ascertain existing utility locations within the project boundaries. It is anticipated that certain utilities may need to be field-located to determine a more definitive horizontal and vertical

Task 18: Utilities Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 110 Civil Final Design Exhibit A—Civil Final Design

location. An allowance is provided for utility designation and potholing determined by Sound Transit in consultation with the CONSULTANT.

(5) Produce utility drawings to show type of utility, size, material, owner, and other pertinent information for all existing wet and dry, overhead, and buried utilities within the project limits. Perform additional utility research to include utility service lines not shown on the composite utility drawings in the PE package.

(6) Assist Sound Transit with its efforts to reach agreement with public and private utilities related to design impacts, issues, relocation of existing utilities, and permanent utility connection requirements resulting from and required by the project. Sound Transit will prepare agreements as necessary with the affected public and private utilities.

(7) Develop utility relocation designs, specifications, and schedules addressing project impacts and potential delays based on ongoing coordination with Sound Transit and affected utilities throughout the design phase to achieve an acceptable final solution. Identify advance utility relocations that could delay the start of civil construction contracts. Identification and information related to relocations shall be shown on composite utility drawings. Prepare utility cross sections to help define the construction staging of utility relocations and to minimize secondary relocations. Transit alignment changes to alleviate possible costly or difficult utility relocations shall be coordinated with other design disciplines.

(8) Indicate the disposition of existing utilities within the right-of-way; identify utilities removed, abandoned, maintained in place, or relocated in accordance with the utility standard drawings.

(9) Design and show required relocations of existing water and wastewater services and new water and wastewater services to the stations in the contract plans. Verify that existing water and wastewater lines in the vicinity of stations have capacity to serve the system.

(10) Coordinate locations of utilities with elements designed by other civil, system, and architectural disciplines to avoid design conflicts. Sufficient information of drainage, track drains, traction/electrification, and train signals/communications shall be included on the composite utility plans.

(11) Coordinate locations of utilities with elements designed by other Sound Transit consultants, including the Systems Consultant, the OCS poles and attachments, traction/electrification, and train signals/ communication conduit duct banks, vaults, and utility power and sanitary services to TPSSs and signal buildings.

(12) Identify potential right-of-way take, right-of-entry, temporary construction, and permanent utility easements required for utilities by the 60% submittal of each design package to allow adequate time for acquisition.

Lynnwood Link Extension Task 18: Utilities Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 111 Exhibit A— Civil Final Design

(13) Secure and file with Sound Transit all records documenting acceptance by the utilities for final utility relocations to be included in the final contract package.

(14) Review scope of work and cost estimates for work to be performed by utility forces and reimbursed by Sound Transit under utility relocation agreements. Provide a recommendation to Sound Transit as to whether the estimate conforms to the agreement.

(15) Complete a risk assessment, if requested by Sound Transit, on all critical utilities under or within the influence zone of the trackbed as identified in the DCM. The risk assessment shall evaluate potential impact of normal maintenance or utility failure on Sound Transit operations, identify a range of appropriate actions to mitigate risk, and report results in the Utility Technical Memorandum (UTM).

(16) Provide final design of public wet and dry utility relocations including, but not limited to, water mains, sanitary and storm sewers, public overhead and underground fiber optic cables, overhead and underground public power lines, and traffic and street light conduits.

(17) Provide preliminary engineering of private utility relocations including, but not limited to, gas, communications, and private electrical facilities as part of this scope of work. Preliminary engineering designs to include alignment of ductbanks, pipelines, and conduits but not selection of vaults, pulling calculations, thermal resistivity calculations, or gas and electric specific design details. Subject to agreements between Sound Transit and private utility companies, final design of private utility relocations could be added to the design scope as an extra service.

(18) Evaluate whether all utilities currently identified as NIC in the PE set shall be included as such in the Final Design.

(19) While cathodic protection may be required on some crossing casings and ductile iron water mains, per the “Corrosion Control” section under the scope of work, the requirements of these systems will be designed by the Systems Design Consultant (NIC). Coordinate with Sound Transit on all technical matters pertaining to this subject; the Systems Design Consultant shall provide the necessary details for these systems. If these systems are required, they shall be shown and called out on the composite utilities drawings.

(20) 3D modeling of existing, relocated, removed, abandoned, and new utilities shall only be required in the footprint and immediate vicinity (5- foot outside footprint) of the stations and associated parking garages. In all other areas, utilities shall be shown in 2D. Provide plan view and profile view where congested utilities cross.

(21) Prepare utility plans that include existing utilities. Provide enlarged plans where necessary for clarity.

Task 18: Utilities Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 112 Civil Final Design Exhibit A—Civil Final Design

(22) Conduct engineering studies, including evaluation of alternatives, for localized utility relocations of complexity and/or high cost, as directed by Sound Transit. Studies may include cost estimating, constructability reviews—including open cut and trenchless technology alternatives—, construction sequencing, meetings and presentations, and other elements, as directed by Sound Transit.

(23) Conduct an interdisciplinary review to develop alternatives beneficial to the project at large, including attention to risk and long lead items such as property acquisition, required agreements, special equipment, etc.

(24) Provide supporting plan, cross section, and detail figures to support coordination and agency review.

(25) Several utility impacts and relocations within the project limits are expected to require such specialized engineering study, including potentially the following:

(a) Potential relocation of a 30” water main that crosses the project and Interstate 5.

(b) Relocation of potentially 1500 linear feet of an existing 30” diameter sanitary sewer interceptor.

(c) Relocation and/or modification of certain Electrical Transmission and Distribution crossings of the project.

(d) Other utility modifications, as directed by Sound Transit.

b. Other Utilities—Coordination

(1) Provide coordination services, as directed by Sound Transit, with the appropriate jurisdictions and private utility owners by the 60% submittal of each design package. As directed by Sound Transit, address outstanding requirements associated with all proposed relocations.

(2) Prepare agendas and attend coordination meetings. Summarize utility issues, construction constraints, and agreed-upon resolutions in meeting minutes. Maintain a record of key issues actions and decisions made in the Action Items and Design Issues logs in Task 1:G.

c. Other Utilities—Deliverables

(1) Utilities Technical Memorandum

• Document utility coordination in the UTM. The UTM shall identify key utilities and the general strategy for protection, monitoring, or relocation. Incorporate potholing information utility owner communications; identify proposed improvements and inventory necessary legal inter-agency agreements.

Lynnwood Link Extension Task 18: Utilities Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 113 Exhibit A— Civil Final Design

• Update the Draft UTM with each 60%, 90%, and 100% submittal of each design package and make available for Sound Transit review.

• Present design concept for proposed improvements.

• Include PE drawing showing entire limits of proposed improvements. Present and itemize property and easement actions necessary to accommodate the proposed improvements; determine temporary services as applicable. Itemize opportunities and constraints for the work, including the key alternatives. Address long-lead actions, including procurement, permitting issues, cost aspects, and information needs supporting final design.

(2) Final Engineering Plans and Specifications

• Provide plans and specifications, including the provision of temporary services as applicable and as required.

• Represent third-party design work on the final plans, noted as NIC.

5. Assumptions

a. PE composite utility plans and the basis of design are available to the CONSULTANT.

b. Betterments are not included in this scope of work. If Sound Transit adds betterments to a contract package, provide design and estimates and identify right-of-way needs as an extra service.

Task 18: Utilities Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 114 Civil Final Design Exhibit A—Civil Final Design

Table 18-1 Scoping Matrix – Coordination and Design Services – Third Party Utilities

Final Coordination Preliminary Disposition of Existing Engineering and with Sound Engineering Utilities (Roles and Preparation of Construction * Transit and including Responsibilities) Construction Existing Utility Alternatives* Documents* Electrical Transmission Seattle City Light (SCL) Consultant Consultant Consultant ST Snohomish County Public Utility District (PUD) Consultant Consultant SnoPUD SnoPUD Puget Sound Energy (PSE) Consultant Consultant N/A N/A Electrical Distribution SCL Consultant Consultant SCL SCL PUD Consultant Consultant SnoPUD SnoPUD PSE Consultant Consultant N/A N/A Natural Gas PSE Consultant Consultant PSE PSE Water Transmission Seattle Public Utilities (SPU) Consultant Consultant Consultant TBD North City Water District Consultant Consultant Consultant TBD City of Mountlake Terrace Consultant Consultant Consultant TBD City of Lynnwood Consultant Consultant Consultant TBD Sanitary Sewer SPU Consultant Consultant Consultant TBD Ronald Wastewater District Consultant Consultant Consultant TBD City of Mountlake Terrace Consultant Consultant Consultant TBD City of Lynnwood Consultant Consultant Consultant TBD Communications Cellular Towers Consultant Consultant TBD TBD Comcast Consultant Consultant TBD TBD Century Link Consultant Consultant TBD TBD Verizon Consultant Consultant TBD TBD ATT Consultant Consultant TBD TBD Level 3 Consultant Consultant TBD TBD T-Mobile Consultant Consultant TBD TBD Integra Consultant Consultant TBD TBD Frontier Consultant Consultant TBD TBD Black Rock Cable Consultant Consultant TBD TBD * Roles and responsibilities are preliminary, subject to change, and illustrated for scoping purposes only.

Lynnwood Link Extension Task 18: Utilities Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 115 Exhibit A— Civil Final Design Task 18 Deliverables

Task 18 Deliverables

1. Drainage Report Requirements Technical Memorandum

2. Drainage Report

3. Drainage Engineering Plans

4. Drainage 3D Model

5. Electrical Technical Memorandum

6. Electrical Plans

7. Corrosion Control Plans

8. Utilities Technical Memorandum

9. Utilities Plans

Task 18: Utilities Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 116 Civil Final Design Exhibit A—Civil Final Design

4. COORDINATION AND SUPPORT TASKS

Task 19: Community Outreach

The following scope of work includes tasks for the entire LLE Corridor (Northgate Station to Lynnwood Transit Center).

A. Community Outreach Plan—As directed by the ST Community Outreach lead, the CONSULTANT shall work cooperatively on the development of a community outreach plan to guide outreach activities during final design of the LLE project. The community outreach plan will be updated after the 60% design milestones.

B. Open Houses/Workshops—The CONSULTANT shall:

1. Hold public meetings for each of the following design phases: 30% submittal (station design, structured parking facilities design, selected guideway aesthetic design, and systems structures screening), 60% submittal, 90% submittal.

2. Develop an individual meeting plan, including tasks and timeline for each of the meetings.

3. Coordinate scheduling of the public meetings and identify and secure appropriate venues and provide Sound Transit with the date, time, and location for meeting notifications.

4. Develop a publicity plan for each meeting or series of meetings appropriate for each jurisdiction. The publicity plan shall target stakeholders, residents, businesses, Environmental Justice populations, and commuters. A broad but effective range of publicity tools should be utilized, including social media.

5. Coordinate a dry run and prep session for all Sound Transit and CONSULTANT staff who will be supporting the public meetings.

6. Pay for the rental fees for public meeting venues and necessary equipment (tables, chairs, etc) to be reimbursed by Sound Transit.

7. Set up and take down each public meeting, including displays, and provide staff for each public meeting, unless otherwise agreed to.

8. Develop a summary report for public meetings. Summary reports for each public meeting can be combined where feasible based on geographic location or timing of public meeting; however, each summary should be available by individual public meeting.

C. Events/Meetings and Briefings—The CONSULTANT shall:

1. Develop a festival and fairs plan for each year of the contract that identifies venues to educate the public about final design and reserve booths for festivals and fairs.

2. Prepare and transport materials and supplies to and from each approved festival and fair site and set up and break down each event.

Lynnwood Link Extension Task 19: Community Outreach Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 117 Exhibit A— Civil Final Design

3. Provide a draft and revised one-page summary report or meeting notes for each fair, festival, and community/stakeholder briefing.

4. Provide logistics and staffing support for briefings or neighborhood events.

5. Promote Sound Transit’s participation in the community.

D. Public Information and Materials—The CONSULTANT shall:

1. Work with Sound Transit to develop subject matter fact sheets. Assume one update to each area fact sheet near the 30%, 60%, and 90% submittals.

2. Work with Sound Transit to develop handouts, strip plots, and displays for each public meeting.

3. Work with Sound Transit to develop and distribute newsletters as necessary.

4. Work with Sound Transit to develop project updates to email subscribers on a regular basis.

5. Maintain, update, move, and arrange new locations for community informational kiosks at key locations along the project corridors.

E. Strategic Assistance and Special Projects—The CONSULTANT shall provide additional support as needed, including but not limited to, the following:

1. Noise wall replacement

2. Tree removal, replacement, mitigation and landscaping

3. Off-site mitigation

4. Latvian Evangelical Lutheran Church

5. Ridgecrest Park mitigation outreach

6. Working with City’s Design Review Committees and community groups

F. Business Mitigation Impact Analysis—The CONSULTANT shall:

1. Develop a business interview questionnaire and draft an interview contact list; develop a report summarizing the outcomes of the business interviews.

2. Coordinate with ST Community Outreach staff to reach out to directly impacted businesses and business organizations and encourage them to take the survey.

3. Develop a business mitigation impact analysis that outlines the business community’s concerns regarding construction and the project, business mitigation strategies, opportunities for ongoing engagement, and a timeline for implementation.

G. Field Work and Real Property Coordination—The CONSULTANT shall:

Task 19: Community Outreach Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 118 Civil Final Design Exhibit A—Civil Final Design

1. Support on-site field work and real property coordination, including drafting and providing notifications to property owners, tenants, and the public about field work in their area.

2. Complete advance notice phone calls to residents and businesses that have provided right-of-entry for field work to notify them of scheduled work on their property.

H. Community Relations Coordination—The CONSULTANT shall attend weekly outreach team meetings.

I. Community Outreach Tracking—The CONSULTANT shall track and document all outreach efforts and be able to categorize activities by type and provide reports as requested.

Task 19 Deliverables

1. Meeting plans, agenda, and promotional plan for each public meeting

2. Community outreach plan and appendices, updated at 60% and 90% percent design milestones

3. Summary report for each public meeting

4. Festival and fairs plan, annually

5. Draft and revised one-page summary report for each fair or festival

6. Business interview questionnaire and report summarizing outcomes of business interviews

7. Survey instrument for impacted business owners and summary report of survey results

8. Business mitigation impact analysis

9. Interview plan and questionnaire for affected property owners and community members

10. Summary, action item and overall outreach activity tracking for weekly Sound Transit Community Relations team meetings and reporting as requested

11. Maintain community informational kiosks

12. Presentation graphics for public meetings. These images may be the same images as the Design Review graphics. Format between presentations may differ.

Lynnwood Link Extension Task 19: Community Outreach Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 119 Exhibit A— Civil Final Design

Task 20: Construction Cost Estimating

A. Project Configuration Management—PE documents for the project and associated documentation describe the baseline project scope that is defined as the “Project Configuration.” The Project Configuration shall be subject to configuration management as the design is advanced in accordance with Sound Transit’s project control policies and procedures. At any time, the current, approved Project Configuration shall serve as the basis for construction cost estimate submittals made by the CONSULTANT.

B. Initial Design Estimate

1. Upon issuance of NTP, Sound Transit will furnish to the CONSULTANT the PE construction cost estimate and the preliminary contract packaging plan for the project. The cost estimate shall be adopted as the “Design Baseline Estimate.”

2. The Initial Design Estimate submittal shall include any modifications made to the PE design or cost estimate.

C. Cost Estimate Trending

1. For purposes of construction cost estimate trending, “discretionary design changes” are defined as changes to the approved Project Configuration that are not a direct response to engineering and code compliance requirements. During the design process, the CONSULTANT shall develop “trend estimates” for (a) proposed discre- tionary design changes; (b) proposed changes to the Project Configuration; and (c) Value Engineering (VE) proposals. Trend estimates shall be developed in a timely manner that supports decision-making during the design process. The CONSULTANT shall maintain a cost trend log that records all trend estimates.

2. The CONSULTANT shall provide written notification and request approval from Sound Transit of any discretionary design change that is estimated to increase the cost of any construction package by more than $250,000 or 5%, whichever is lower. In the event that the CONSULTANT incorporates discretionary design changes into the project design without prior Sound Transit approval, Sound Transit reserves the right to require the CONSULTANT to revert designs at no cost to Sound Transit.

D. Construction Cost Estimate Submittals

1. Prior to the start of any construction cost estimate, the CONSULTANT shall prepare, and submit to Sound Transit for approval, a cost estimating methodology report that provides the framework for performing the cost estimate, which can be applied consistently to all contract packages. All cost estimates shall be in the current year dollars, unless pre-approved by Sound Transit.

2. The CONSULTANT shall develop bottoms-up, crew-based construction cost estimates for each contract package. Quantities shall be provided by the design disciplines in the format (level of detail and unit of measure) specified in the project WBS and independently checked. Crews shall be developed for each type of work, and relevant union wage rates shall be applied and updated as labor agreements change. Productivity rates shall also be developed for each crew. The CONSULTANT shall contact suppliers and manufacturers, as required, for pricing specific permanent equipment, such as elevators, escalators, and other major

Task 20: Construction Cost Estimating Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 120 Civil Final Design Exhibit A—Civil Final Design

mechanical and electrical items. Other cost references (i.e., equipment operating cost from equipment watch, RS means cost reference guide for heavy civil projects) may also be used to confirm crew setups, production rates, material pricing, and equipment operating costs for the Seattle area. Material costs for major commodities shall be monitored regularly and updated accordingly. The CONSULTANT’s estimating approach shall be documented in the cost estimating methodology report and shall include the following:

a. Design level of estimates (30%, 60%, and 90%)

b. Year of estimate dollars

c. Scope exclusions

d. Assumptions

e. Markups

f. Escalation

g. Allowances and contingencies

h. WBS

i. Contract packaging and delivery methods

j. Quantity takeoffs (methods and unit of measures)

k. Methodology for crew composition

l. Productivity

m. Sources of pricing (material, equipment, labor)

n. Right-of-way costs

o. Level of detail of estimates

p. Estimate structure, coding, and reporting

q. Cost trending and variance reporting

r. Estimate reviews

s. Integration with construction scheduling

3. The CONSULTANT shall submit construction cost estimates within two weeks of (a) review of the PE (30%) plan set, (b) the 60% design submittal, and (c) the Pre-Final (90%) design submittal.

4. Construction cost estimate submittals shall conform to the approved Project Configuration, Project Schedule, and Contract Packaging Plan at the time of the design submittal. Estimate submittals shall contain a reconciliation of the current

Lynnwood Link Extension Task 20: Construction Cost Estimating Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 121 Exhibit A— Civil Final Design

estimate to the previous estimate submittal. The CONSULTANT shall furnish a list of potential cost-reduction measures as part of each cost estimate submittal. See Task 20.D.1 above regarding designing to budget.

5. As part of each cost estimate submittal, a stand-alone “contract estimate” shall be prepared for each construction contract defined in the approved Contract Packaging Plan. Contract estimates shall be prepared in current year dollars. Contract estimates prepared by the CONSULTANT shall include all scope elements for the civil construction contracts, including contract scope elements designed by others (e.g., duct banks, OCS pole foundations, conduits).

6. Each estimate shall include a separate breakdown of costs specific to each station, including site work, but excluding alignment, trackwork, and systems elements that would exist without a station on the site.

7. The Systems Consultant will provide the CONSULTANT with design and quantity information for the systems elements, for which the CONSULTANT shall develop cost estimates for incorporation into the contract estimates. The Systems Consultant is responsible for developing cost estimates for all other Systems work. Estimate detail for contract estimates shall be structured consistently in a manner that permits application and review of estimate contingencies, mark-ups, and inflation. Contract estimates shall generally be developed using a crew-based cost estimating methodology that details the productivity, hours, and cost of labor, cost of material, equipment, supplies, and subcontracts for individual scope elements, and details cost of general conditions.

8. For the 60% and 90% cost estimate submittals, the CONSULTANT shall structure the estimate submittal in accordance with the bid tabulation developed for each construction contract. The CONSULTANT shall assemble quantity calculations, unit price quotes, price buildup calculations, and development of lump-sum amounts in a binder with dividers separating bid items and supported by a WBS. The CONSULTANT shall submit the bid tabulations and WBS to Sound Transit for approval prior to each estimate submittal. This estimate back-up shall be submitted to Sound Transit at the time of the construction cost estimate submittal. Quantity calculations for all items shall be prepared by their respective designers and provided to the cost estimators for pricing.

9. The CONSULTANT shall allow 21 calendar days in the contract baseline schedule for Sound Transit to review and comment on each cost estimate submittal. Upon completion of each cost estimate review, the CONSULTANT may be asked to incorporate review comments and resubmit the cost estimate.

Task 20: Construction Cost Estimating Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 122 Civil Final Design Exhibit A—Civil Final Design

Task 20 Deliverables

1. Construction Cost Estimates (C7), two following the review of the PE plan set, 60%, and 90% submittals, accompanied by a narrative that describes scope, basis of estimate, and assumptions and a detailed, meaningful reconciliation to the prior cost estimate; for the 60% cost estimate, a narrative describing reconciliation to the initial design estimate

2. Proposed construction contract milestones with review of the PE plan set, 60%, and 90% submittals

3. Cost estimate back-up documentation including, but not limited to, the following:

a. Quotes from vendors or suppliers b. Subcontractor costs backup c. Side calculations d. Quantity take-offs (upon request) in Microsoft Excel format

4. Construction contract bid tabs and WBS for each estimate submittal

5. Trending log for each Contract Package

Lynnwood Link Extension Task 20: Construction Cost Estimating Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 123 Exhibit A— Civil Final Design

Task 21: Contract Cost Negotiation

A. These services shall be as directed by Sound Transit and may include the following:

1. The CONSULTANT shall provide engineering support during the MACC negotiations phase, which includes modifications to Contract Documents and answering Contractor’s technical questions.

2. The CONSULTANT shall prepare IFC submittals that reflect modifications to the plans and specifications during the MACC negotiations process as part of this scope of work.

3. The CONSULTANT shall conform the 100% documents to “Issued for Construction” documents during the post-negotiation period as a result of changes made to the 100% documents by addenda.

Task 21 Deliverables

1. All effort under this task will be as directed by Sound Transit

Task 21: Contract Cost Negotiation Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 124 Civil Final Design Exhibit A—Civil Final Design

Task 22: Contract Specifications and Special Conditions

The CONSULTANT shall provide a specifications specialist to develop the specifications for this project. This specialist shall shall be responsible for developing and preparing the principal content of the specifications and integrating the work of subconsultant disciplines, including such tasks as compiling product data and equipment spec sheets, verification of reference material sources, word processing, formatting, file management, final document assembly, cross-checking/coordination with the General Conditions, Special Conditions, and other Contract Documents, and coordination of Sound Transit reviews.

A. Contract Specifications

1. Refer to Engineering Procedures Manual EP-02 for requirements related to responsibilities and methods for specification development and revision.

2. Sound Transit has developed General Conditions and Guide Specifications for construction. The CONSULTANT shall become thoroughly familiar with the General Conditions.

3. The CONSULTANT shall review the Guide Specifications and prepare Contract Specifications for each construction contract package in accordance with the Contract Specification Preparation Manual.

4. Sound Transit’s Guide Specifications are in the Construction Specifications Institute’s (CSI) MasterFormat. The Contract Specifications shall likewise use and maintain this format, incorporating updates as released by CSI.

5. The CONSULTANT shall use Sound Transit’s Guide Specifications as the starting basis for the Contract Specifications.

6. The CONSULTANT is responsible for all technical specifications. Technical specifications shall not vary between segments unless there are specific changes necessary due to project conditions. Different subconsultants writing the same specification sections for different segments will not be permitted. The intent is to have the same specifications used throughout the project for consistency and familiarity by construction management during construction.

7. Sound Transit has a specifications writer on staff that will be available on a limited basis to review and provide assistance in specification coordination between different contracts and to review and discuss proposed modifications to the Guide Specifications. The CONSULTANT is ultimately responsible for coordination between different construction contract packages.

8. The CONSULTANT shall provide recommended modifications to the Guide Specifications with Sound Transit’s subject matter experts and specification writer during specification development. Existing Guide Specifications that require updating shall be flagged during development for update.

9. The 60% Contract Specifications shall be sufficiently developed to verify the design is consistent with the requirements and to assist the Constructability Review. Substantial completion shall be at the 90% submittal.

Lynnwood Link Extension Task 22: Contract Specifications and Special Conditions Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 125 Exhibit A— Civil Final Design

B. Special Conditions

1. Sound Transit and its construction management consultant will take the lead role in developing the Special Conditions for each construction package. The CONSULTANT shall review and provide input to Sound Transit for the development of the Special Conditions regarding design, permitting, coordination, risk allocation, and constructability issues.

2. The CONSULTANT shall assist Sound Transit and the Construction Management CONSULTANT in completion of MACC negotiation forms for each contract package.

3. Sound Transit will prepare Special Conditions for incorporation into each contract package. This document shall be received by the CONSULTANT no less than four weeks prior to the submittal date for inclusion with submittal. The CONSULTANT shall not be required to reformat this document for issuance of this volume.

C. Assumptions

1. General Contractor/Construction Manager is the presumed construction delivery method. GCCM will decide bid packages and work with Consultant on how to package them.

2. Sound Transit will notify the CONSULTANT and make available new versions if any Guide Specifications are revised during the project.

3. Selected current/past Sound Transit Link contract specifications will also be provided, if requested and available (although these may not be properly formatted or in Word format).

4. All contract specifications for the proposed contracts shall be formatted using CSI MasterFormat. No special package shall be developed using the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood or WSDOT formats; however, CONSULTANT shall be available to walk the AHJs through the specifications to facilitate AHJ review as required.

5. Unless approved by the Corridor Design Manager, specifications from the cities of Seattle, Shoreline, Mountlake Terrace, and Lynnwood or WSDOT shall not be reformatted and included in the project specifications manuals. If sections are required to be used, they shall be incorporated by reference. Reference specifica- tions shall be cross-referenced to specific items or locations of work so as to avoid conflict.

6. Specifications shall be included in submittals as directed by the Engineering Design Procedures Manual Procedure Number 03 (EP-03).

7. The CONSULTANT shall provide an electronic version of each contract-specific specifications manual at each milestone submittal showing textual changes made since previous submittal in “track changes.” Formatting changes shall be “accepted” prior to providing this document to Sound Transit. After submission of this document, all changes shall be “accepted” and the accepted version used as the base document for further development or changes.

Task 22: Contract Specifications and Special Conditions Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 126 Civil Final Design Exhibit A—Civil Final Design

Task 22 Deliverables

1. Contract Specifications

2. Tracked-change copies of the specifications at each milestone submittal. See ST Contract Specification Preparation Manual for detailed requirements

3. Tracked-change copies of the Guide Specifications highlighting recommended changes

4. Buy America compliance statement

5. Product BIM including information sheets for products, materials, color and material samples, and equipment identified in the Contract Specifications

6. Material samples and color selections

Lynnwood Link Extension Task 22: Contract Specifications and Special Conditions Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 127 Exhibit A— Civil Final Design

Task 23: Design Services During Construction

This task includes Design Support During Construction for all Contract Units. These services will commence once NTP is issued for each contract. At Sound Transit’s sole discretion, work orders will be issued for these services by Sound Transit after the award of the construction contract(s).

The level of effort for these services will be negotiated after execution of GC/CM construction. Tasks may include, but are not limited to, the following:

A. Monthly Progress Reporting

1. This task will commence for Design Services During Construction once the Final Design phase is completed.

2. The CONSULTANT shall prepare monthly progress reports. Submit monthly progress reports with invoice by the 15th day of the month. Each report shall include the following:

a. Outline of work completed during the period by the CONSULTANT

b. Work activities and staffing for the next period

c. Project issues and actions

d. Review of planned budget vs. actual expenditure

B. Design Services During Construction Coordination Meetings

1. During the course of the Construction phase, the CONSULTANT shall attend meetings held for all Contracts that require designer attendance. The following is a list of such meetings, all of which are assumed to occur for each Contract. The duration and number of meetings that are actually held will vary, subject to the construction schedule.

2. For each Contract, the CONSULTANT shall attend the following meetings:

a. Pre-Construction Meetings

b. Weekly Construction Progress Meetings

c. Assist the Construction Management Consultant (CMC) with participation of agenda items, assist with presentation or discussion of project technical issues, and provide input to the writing of meeting minutes

d. Attend technical meetings with design staff, as necessary, to assist the CMC with various phases of construction on an as-needed basis

e. As-built preparation meeting, near substantial completion of each construction contract, to accept Contractor markups and coordinate requirements with ST for CONSULTANT’s transcription into electronic software (CADD/BIM/Word)

C. Maintenance, Delivery, and Coordination of CADD/BIM Data and Drawings

Task 23: Design Services During Construction Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 128 Civil Final Design Exhibit A—Civil Final Design

1. The CONSULTANT will maintain, within the established file share system, all electronic data, including CADD/BIM data and related contract drawings, review and final drawings (PDFs), and any resources needed to produce the data.

2. The CONSULTANT will document their process for maintaining and delivering the CAD/BIM data and drawings and submit to ST for approval.

3. The CONSULTANT will provide a single point of contact to coordinate the CADD/BIM work and related technical issues with the ST Design Technology Manager’s designated representative. This includes the following:

a. Attending monthly CADD/BIM meetings with ST

b. Resolve review comments related to data and drawings

c. Co-resolve technical issues with ST-provided hardware, software, or file share system

d. Ensure the established standards are adhered to consistently by all consultants and the related data/drawings employ best practices and represent quality

e. Ensure all submittals have the correct revision information, are signed by the appropriate party, and are submitted on time

D. Review of Contractor Submittals

1. The CMC will maintain a submittal log for each Contract. Sound Transit will maintain and facilitate duplication of Contractor Submittals. Submittals for all Contracts will be filed electronically on SharePoint. The CMC will provide a Submittal Review Form to the CONSULTANT for each submittal.

2. The CONSULTANT shall distribute submittals to the design team members required and combine responses/mark-ups in one comprehensive response.

3. The CONSULTANT shall perform review of technical and administrative submittals for each Contract.

4. The CONSULTANT shall incorporate commentary from the various design team members and provide same for input into the Submittal Review form. The CONSULTANT will respond with review comments within 10 days after receipt of notice of submittal (or physical receipt of submittal) from the CMC.

E. Requests for Information (RFI) and Substitution Responses

1. The CMC will maintain an RFI log and track response and coordination across contracts at the weekly progress meetings.

2. Substitution Requests, the associated form, and the supporting documents for all Contracts will be filed electronically on SharePoint.

Lynnwood Link Extension Task 23: Design Services During Construction Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 129 Exhibit A— Civil Final Design

3. The CONSULTANT shall distribute RFIs and Substitution Requests to the design team members required and combine responses/mark-ups in one comprehensive response.

4. The CONSULTANT shall perform review of RFIs and substitution requests for each Contract.

5. The CONSULTANT shall incorporate commentary from the various design team members and provide same for input into the RFI Response Form. For shop drawings, provide mark-up or suggested edits as appropriate. The CONSULTANT shall respond to each RFI within 21 calendar days of its receipt.

6. The CONSULTANT shall complete internal Quality Control review of all deliverables under this task.

F. Design Change Requests

1. The CONSULTANT shall coordinate and prepare documentation (drawings/ sketches, specifications, narrative, and required forms) necessary for CMC to issue a request for proposal from Contractor for owner-initiated change orders.

2. The CONSULTANT shall review proposed design changes by Contractor and evaluate impacts on related elements of the work.

3. The CONSULTANT shall update drawing and specifications title/revision blocks.

G. Review of Contractor Value Engineering Change Proposal

1. The CONSULTANT shall assist the CMC with the evaluation of Contractor- requested changes. Evaluation may include review of entitlement, effect on project quality and durability, and recommendations to accept or reject the proposal.

2. The CONSULTANT shall provide assistance to the CMC in the preparation for negotiations and participation in change order negotiations when requested.

H. Site Observations

1. This task includes on-site field engineering or site observations by various engineering disciplines. It is anticipated that the CONSULTANT will review work in the field and provide design input to resolve field issues.

I. Geotechnical Monitoring and Instrumentation

1. Geotechnical Instrumentation (GI) includes such items as settlement points, inclinometers, extensometers, level pins, and all other such instruments identified in the Contract Documents.

2. The Contractor will install all GI required in the Contract. Sound Transit Geotechnical Engineering staff will be involved in the review of instruments. The Contractor will provide a schedule for instrumentation installation, with at least five calendar days' notice for field work requiring the presence of the Geotechnical Engineering staff.

Task 23: Design Services During Construction Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 130 Civil Final Design Exhibit A—Civil Final Design

3. The CONSULTANT shall review baseline (initial) readings, confirm installation, and advise on calibration of initial readings with conditions encountered. The CONSULTANT shall review and provide comment on installation logs for GI.

4. The CONSULTANT shall review readings from GI provided by Contractor.

5. The CONSULTANT shall provide recommendations relative to actions to be taken or required by Contractor and CMC based on results from GI.

6. The CONSULTANT shall attend weekly meetings with ST and the CMC to report and summarize GI reviews, calibrate construction activities to monitoring results, and predict the future work by Contractor and GI needs.

J. Geotechnical Special Inspections

1. The CONSULTANT shall identify required geotechnical special inspections.

2. The CONSULTANT shall complete and document geotechnical special inspections.

3. The CONSULTANT shall provide documentation for geotechnical special inspections as required by local and state jurisdictions.

K. Construction Close-Out Support

1. The CONSULTANT shall walk through the project with the Contractor and ST prior to substantial completion.

2. The CONSULTANT shall assist the CMC in development of a punch list of items remaining to be completed on the project.

L. Project Record Drawings

1. As requested by Sound Transit, the CONSULTANT shall prepare electronic project record as-built drawings by adding as-built information provided on Contractor red- lines of the Contract Drawings. The CONSULTANT shall include design changes made during construction in the final record submittal.

M. Start up and Commissioning Assistance

1. The CONSULTANT shall review Contractor commissioning and start up plans.

2. The CONSULTANT shall assist ST and the CMC with the start up and testing phase of the work.

3. The CONSULTANT shall provide on-site expertise to witness check out and start up of station systems.

N. Operations and Maintenance Manuals

1. The CONSULTANT shall review operations and maintenance manuals prepared by the Contractor, the supply contractor, and other equipment vendors.

O. Integration and Interface Management

Lynnwood Link Extension Task 23: Design Services During Construction Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 131 Exhibit A— Civil Final Design

1. The CONSULTANT shall develop interface products as defined within the Sound Transit Interface Coordination and Integration Plan provide design and project integration and interface management and coordination services throughout the construction and testing phases of the project.

2. The CONSULTANT shall develop specific methods and details in the form of a Project Integration Implementation Plan.

Task 23 Deliverables

1. Monthly progress report with invoice

2. Edits and inputs to meeting minutes and agenda

3. Submittal Review Comments—delivered as either Word/text inputs, Submittal Review form inputs, or as mark-ups of shop drawings

4. RFI responses—for placement into RFI Form; marked-up shop drawings

5. Recommendations for acceptance or rejection for substitutions

6. Design changes in both paper and electronic copies, including drawings where required

7. All source files used to develop the contract drawings, including all CADD/BIM files and resources

8. Electronic copy of Engineer's estimate of changed cost

9. Electronic copy of memorandum reviewing Contractor change requests

10. Electronic copy of Contractor change request negotiation notes

11. Observation and testing reports for on-site observations

12. Review commentary and summary of observations on the Contractor's geotechnical monitoring data

13. Recommend actions to be taken in response to monitoring results

14. Documentation and reports for geotechnical special inspections

15. Observation notes and inputs to punch list

16. Record drawings for each Contract, delivered in both paper and electronic versions

17. Comments on start-up check list and start-up plan

18. Recommendations on the testing and systems start-up procedures and results

19. Review comments relative to conformance with Contract requirements

Task 23: Design Services During Construction Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 132 Civil Final Design Exhibit A—Civil Final Design

Task 24: Federal and State Approvals and Support

Sound Transit will be responsible for obtaining federal and state approvals and the CONSULTANT shall perform services to support these approvals as a part of the FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

A. Collecting, reviewing and updating existing information

B. Preparing a Design Documentation Package, including the following:

1. Design Approval

2. Project Development Approval

3. Interchange Justification Report(s)

4. Deviations

C. Limited access

D. Supporting the development of Agreements and Contract Documents

E. Providing on-going New Starts support

The services performed and deliverables produced will meet the requirements and comply with the applicable regulatory and design criteria, codes, and standards in a consistent and uniform manner, including the WSDOT Design Manual.

F. Design Documentation

1. Participate in coordination with WSDOT and FHWA, federal, state, and local code analysis, and engineering and design activities required to obtain Design Approval and Project Development Approval in accordance with the WSDOT Design Manual and as modified by WSDOT for LRT projects

2. Prepare all design documentation necessary for initial approval as well as updates that reflect changes during the design process

G. Interchange Justification Report

1. Prepare updates to the Interchange Justification Report for the NE 145th Street Interchange

2. Prepare new Interchange Justification Reports that may be required

H. Channelization and Signing Plans

1. Prepare channelization and signing plans for the modified interchange at NE145th Street in accordance with WSDOT Plans Preparation Manual

2. Prepare channelization and signing plans for other interchanges as may be required

Lynnwood Link Extension Task 24: Federal and State Approvals and Support Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 133 Exhibit A— Civil Final Design

I. Deviations

1. Prepare up to ten (10) deviation packages for review and approval by WSDOT

J. Limited Access

1. Prepare materials for WSDOT approval of limited access modifications related to the NE 145th Street interchange modification and the limited access breaks for the light rail guideway, including the east side parking garage at NE 185th Street.

2. Interchange modifications are assumed to be prepared as markups to the original WSDOT ROW plans and will include additional restrictions for the existing single family residential access. A limited access plan will be prepared for each interchange.

3. Guideway limited access will be prepared on separate plan sheets intended for WSDOT limited access delineation only. These plans will be similar to the ROW plans prepared as a part of Task 12: (Right-of-Way) but will be modified to only show data as it relates to the WSDOT ROW.

K. Support for agreements, potential future stations, and I-5 future plans

1. Continue design and engineering support with WSDOT and FHWA to develop light rail facility design refinements within the I-5 ROW that are consistent with the requirements of WSDOT and FHWA

2. Provide design and engineering support to WSDOT to advance future plans for I-5, as necessary, to provide greater certainty to Sound Transit’s design for light rail in the I-5 corridor

3. Prepare all transportation analysis documentation necessary to obtain required FHWA and WSDOT approvals

4. Assist Sound Transit with preparation of miscellaneous agreements between WSDOT and Sound Transit, including but not limited to, the following:

a. Operations and Maintenance Agreement

b. Monitoring Well Agreement

c. General Permit

5. Assist with development of future plans for I-5 in support of the compatibility report

L. New Starts and Full Funding Grant support

1. Provide constant attention to anticipating and responding to FTA’s requests, some of which will be very specialized (e.g., ridership forecasting) and not reflected here

Task 24: Federal and State Approvals and Support Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 134 Civil Final Design Exhibit A—Civil Final Design

Task 24 Deliverables

1. Design Documentation

a. Design Approval updates as changes occur b. Project Development Approval by 90%

2. Interchange Justification Report updates for the NE 145th Street Interchange and any new reports as required

3. Limited Access Modification Material for transmittal to WSDOT

4. Channelization plans for the modified interchange at NE 145th Street and any new plans as required

5. Deviation packages for review and approval by WSDOT

Lynnwood Link Extension Task 24: Federal and State Approvals and Support Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 135 Exhibit A— Civil Final Design

Task 25: Graphics and Support for Public Outreach

The CONSULTANT shall prepare graphics and provide support for public outreach as a part of the FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

• Preparing material for public outreach and design review meetings

• Creating enhanced 3D views

• Performing individual work orders for related services

A. The CONSULTANT will assist Sound Transit in the preparation of presentation materials for public outreach and design review meetings specific to station and alignment configurations identified in the construction contract packages at the 30% (Schematic), 60%, and 90% design stages.

B. These services will be negotiated on an individual work order basis. Work orders will be issued for these services by Sound Transit from the hours budgeted for this task. Work may include the following:

1. Preparation of models

2. Photo simulations of stations and alignment demonstrating consistency of style throughout the project area

3. Animations for construction phases

4. A fly-over video/animation of the alignment with eye-level and aerial views incorporating the 60% design submittal and updated at 100%, if needed

5. Exhibits, strip plots, other display materials, and on-call technical support for public meetings

6. Renderings that depict the stations, systems structures, landscape, alignment guideway, and other urban design features—may be presented in a projected and mounted board format

7. PowerPoint, or other projected format, of images for presentation

8. Boards or roll plot images for display

C. The CONSULTANT shall have the capability of generating renderings and 3D images depicting station designs reflected as part of the standard design process.

D. Presentation format for public outreach meetings shall be coordinated with the Sound Transit Community Outreach team.

E. Presentation format for design review meetings shall be per Sound Transit direction.

Task 25: Graphics and Support for Public Outreach Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 136 Civil Final Design Exhibit A—Civil Final Design

Task 25 Deliverables

1. Material for public outreach and design review meetings

2. Renderings and 3D images

3. Models, simulations, animations and other negotiated services as directed by ST

Lynnwood Link Extension Task 1: Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 137 Exhibit A— Civil Final Design

Task 26: Permits

This task addresses all permits related to construction trades (as they apply) and land use permits required for LLE construction. Environmental permits are covered in the Environmental Task.

A. Sound Transit will be responsible for obtaining all permits under this task. The CONSULTANT shall provide support to Sound Transit to identify and process permits.

B. The CONSULTANT shall work under, assist, and report to the Sound Transit DECM Permits Administrator to perform the following duties and responsibilities:

1. Assist, as directed by the DECM Permits Administrator, in the preparation of all Sound Transit-acquired permit applications with local jurisdictions in a timely fashion

2. Attend meetings, conference calls, etc., with Sound Transit, city, state, county, and other CONSULTANT staff, as directed by the DECM Permits Administrator

3. Assist the DECM Permits Administrator and the Assistant Permits Administrator, as directed, in the daily administrative duties of preparing meeting notes, external memos, and other related correspondence

C. The CONSULTANT shall assist the DECM Permits Administrator with coordination of the permits associated with the project. The CONSULTANT shall be located in home and field offices, with approximately 75% of the work expected to be performed at Sound Transit offices.

D. The CONSULTANT shall be responsible for providing specific design information on or attached to permit applications and ensuring that the designs presented are in conformance with permit requirements.

E. The permit application packages shall include all permits necessary to build the project, except those customarily obtained by Contractors prior to construction, such as minor utility relocation, electrical, plumbing, and similar permits.

F. Permit fees will be paid directly by Sound Transit. The CONSULTANT may be requested to assist in negotiating permit fees with the appropriate jurisdiction having authority.

G. Sound Transit will be the lead for all contact with regulatory agencies but may request that the CONSULTANT represent Sound Transit in the permit application process, including pre-application meetings, the permit application appointment, and discussions with technical review staff. The CONSULTANT shall assist the Sound Transit Permits Administrator or the Sound Transit Assistant Permits Administrator with permit applications and communications with regulatory agencies, as directed by the DECM Permits Administrator, including post-100% submittal.

H. Project compliance with applicable codes shall be the responsibility of the CONSULTANT. The CONSULTANT shall prepare a code analysis for each station and facility, identifying applicable codes (such as land use, street use, building, fire, energy, Washington Administrative Code) and governing jurisdictions. The CONSULTANT shall identify specific applicable provisions of various codes and document how the design complies.

Task 26: Permits Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 138 Civil Final Design Exhibit A—Civil Final Design

I. The CONSULTANT shall assist Sound Transit with required letters of concurrence regarding code compliance and permit and other third-party processes.

J. The CONSULTANT shall prepare IFP drawings and specifications for each of the construction contract packages. Formatting shall be as required for each permit application per the local AHJ requirements as directed by the DECM Permit Administrator or Assistant Permit Administrator. This may result in an independently created set or sets of plans for use strictly with AHJ’s.

K. Environmental permitting, sensitive area mitigation, and commitment/permit tracking requirements are outlined in Task 8: Environmental.

Task 26 Deliverables

1. Code compliance summary at 30% (stations, etc.), 60%, 90%, and 100% submittal for each construction contract package

2. Permit application packages

3. IFP drawings and specifications for each construction contract package

Lynnwood Link Extension Task 26: Permits Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 139 Exhibit A— Civil Final Design

Task 27: Risk Assessment and Management Support

Formal risk assessment of project activities will be led by Sound Transit or an independent outside consultant. The CONSULTANT shall provide support to the risk assessment efforts including, but not limited to, the following:

A. Risk and Contingency Management Plan

1. Sound Transit has prepared a Risk and Contingency Management Plan (RCMP) for this project. The CONSULTANT shall acknowledge compliance with the RCMP.

2. The CONSULTANT shall support updates to the RCMP detailing the approaches and tools that shall be used to verify that the design or design decisions made during final design take potential project risks into account. Consideration shall be given to eliminating or reducing project risks and enhancing identified opportunities. Addressing risks or including opportunities in the final design shall only be considered where these risks or opportunities do not change the basis of design. Any element that would revise the basis of design shall be subject to additional negotiation prior to incorporation.

B. Risk Register

1. Sound Transit identified risk and performed risk analysis during PE and documented the findings in the Lynnwood Link Extension Risk Register. Upon issuing the NTP, Sound Transit will furnish the Risk Register to the CONSULTANT for review and comment. Throughout the period of final design, the CONSULTANT shall assist Sound Transit in keeping the Risk Register up-to-date by identifying new risks, assisting with qualitative and quantitative risk analysis via formal risk assessment workshops, planning risk responses, and updating the Risk Register.

C. Risk Assessment Workshops

1. The CONSULTANT shall support Sound Transit or the outside consultant in the preparation and execution of risk assessment workshops. This task includes, but is not limited to, the following:

a. Participation in the workshop as subject matter experts

b. Providing quantitative risk analysis inputs that include cost estimate and schedule impact analysis for risks on the register, as well as cost estimate and schedule variability assessments, for modeling purposes

2. Separate risk workshops will be held for the North, South, and Systems packages. The CONSULTANT shall participate in all workshops to provide cross-contract input.

3. Risk workshops will be held:

a. After NTP on the 30% design from Preliminary Engineering

b. Following the 60% design, cost estimate, and schedule submittals

Task 27: Risk Assessment and Management Support Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 140 Civil Final Design Exhibit A—Civil Final Design

c. Following the 90% design, cost estimate, and schedule submittals

Task 27 Deliverables

1. Statement acknowledging compliance with the RCMP

2. RCMP input as part of the Project Management Plan

3. Participation in updates to the Risk Register

4. Participation in Risk Workshops

Lynnwood Link Extension Task 27: Risk Assessment and Management Support Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 141 Exhibit A— Civil Final Design

Task 28: Safety and Security Certification

The CONSULTANT shall assign a safety and security professional to act as the Safety and Security Certification Manager. This individual will lead the Preliminary Hazard Analysis (PHA) and Threat and Vulnerability Assessment (TVA) workshops. This individual shall have substantial experience working through the Safety and Security Certification process for transit rail projects. The qualifications for this individual shall be provided to Sound Transit for approval prior to beginning the work and within 30 days of NTP. Prior to the 60% PHA workshop, Sound Transit will provide this individual with the master Certifiable Items and Elements (CI&E) list, the safety risk methodology, and the security vulnerability methodology.

A. Safety Certification

1. The CONSULTANT shall prepare the project-specific Safety and Security Management Plan (SSMP) and the project-specific Safety and Security Certification Plan (SSCP) in coordination with ST Safety and Quality Assurance Division.

2. The CONSULTANT shall work with the ST Safety and Quality Assurance Division throughout the project and comply with all safety requirements outlined in the ST DCM, Agency SSMP, and the Agency SSCP. Any deviation from the safety requirements in any of these plans or the DCM must be approved by the ST Safety and Quality Assurance Division.

3. The CONSULTANT shall facilitate a PHA workshop to occur before the 60% submittal with the Contractor, design task leads, the Systems consultant, ST Security, ST Safety, ST DECM, ST Link Operations, and local emergency responders. The PHA and TVA workshop shall run together. The workshop agenda shall be submitted to the ST Safety and Quality Assurance Division for approval 30 days prior to the workshop. Following the workshop, the CONSULTANT shall review and compile any risks identified in the workshop and provide a Hazard Log with all the risks listed along with a CI&E list. The draft Hazard Log and CI&E list will be submitted to ST Safety and Quality Assurance Division for review at 60%, 90%, and 100%. With the 100% submittal of the Hazard Log and CI&E list, the CONSULTANT shall be required to submit the documents confirming that all the safety mitigations that were identified in the CI&E list were incorporated into the project.

B. Security Certification

1. The CONSULTANT shall work with the ST Security Division throughout the project and comply with all security requirements outlined in the ST DCM, SSMP, and the SSCP. Any deviation from the security requirements outlined in any of the plans or the DCM must be approved by the ST Security Division.

2. The CONSULTANT shall facilitate a PHA workshop to occur before the 60% submittal with the Contractor, design task leads, the Systems consultant, ST Security, ST Safety, ST DECM, ST Link Operations, and local emergency responders. The PHA and TVA workshop shall run together. The workshop agenda shall be submitted to the ST Security Division for approval 30 days prior to the workshop. Following the workshop, the CONSULTANT shall review and compile any security vulnerabilities identified in the workshop and provide a Security Vulnerability Log and CI&E list to the ST Security Division. The draft Security Vulnerability Log and CI&E list shall be submitted to ST Security for review at 60%,

Task 28: Safety and Security Certification Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 142 Civil Final Design Exhibit A—Civil Final Design

90%, and 100%. With the 100% submittal of the Security Vulnerability Log and CI&E list, the CONSULTANT shall be required to submit the documents confirming that all the security elements that were identified in the CI&E list were incorporated into the project.

Task 28 Deliverables

1. Résumé of Safety and Security Certification Manager within 30 days of NTP

2. Draft PHA workshop agenda 30 days prior to each PHA workshop

3. At 30%

a. Project-specific SSMP b. Project-specific SSCP

4. At 60%

a. Draft CI&E list b. PHA Log c. Security Vulnerability Log

5. At 90%

a. Updated draft CI&E list b. Updated PHA Log c. Updated Security Vulnerability Log

6. At 100%

a. Final CI&E list b. Final PHA Log c. Final Security Vulnerability Log

7. Confirmation Safety Certification Documents to include, but not limited to, the following:

a. Requirements set from SSMP b. Additional requirements set forth by the Safety and Quality Assurance Division as part of the Safety and Security Certification process

8. Confirmation Security Certification Documents to include, but not limited to, the following:

a. 3D imaging of camera locations and views confirming all required areas are covered b. Riser diagrams of CCTV and access control c. Documents confirming all required restricted spaces are access controlled d. Lighting diagrams indicating minimum lighting requirements were met e. Landscaping design documents confirming the design meets CPTED requirements f. Any other documents that ST Security requires as part of the Safety and Security Certification process

Lynnwood Link Extension Task 28: Safety and Security Certification Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 143 Exhibit A— Civil Final Design

Task 29: Supplemental Services

Sound Transit reserves the right to add, at its sole discretion, engineering and related services work to this Contract as supplemental services. Work Orders may be issued for these services by Sound Transit after the award of the Final Design Contract.

When and as directed by Sound Transit and within the limits of the allocated budget and a mutually agreed upon description of the level of effort, scope, schedule, and deliverables, the CONSULTANT shall perform supplemental services as a part of FD for the LLE project. The scope of work for these services generally includes, but is not limited to, the following:

1. Additional stations, parking (surface and/or garages) and ancillary structures

a. One elevated station in the City of Seattle immediately north of NE 130th Street

b. One retained fill/elevated station in the City of Mountlake Terrace immediately south of SW 220th Street

2. Additional station area access enhancements

a. Working with the jurisdictions, identify and implement appropriate pedestrian, bicycle, and vehicular access enhancements to stations focused generally within a quarter mile of the stations

3. Final Design of electronic magnetic interference mitigation measures

4. Extended outreach services for the Lynnwood Link Extension area

5. Preparation of Contract Documents for owner-furnished items, such as vertical transportation systems, tactile warning tiles and pavers, and traffic signal controllers and related equipment

6. Additional studies and analysis

a. Osterberg Cell load testing of drilled shaft to determine end bearing and side shear resistance in glacially consolidated soils

b. Ridership forecasting/modeling

7. Hazardous materials investigations and remediation plans

8. Additional environmental documentation

a. Support for FHWA’s ROD or related environmental documents. This would also cover assessments related to FHWA review or approvals for pre- construction investigations or other activities in advance of project construction.

b. SEPA EIS Addendums, NEPA re-evaluations, NEPA Categorical Exclusion, or other environmental documents as needed to address minor project changes and refinements or new alternatives/options.

Task 29: Supplemental Services Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 144 Civil Final Design Exhibit A—Civil Final Design

c. Other environmental impact studies, including, but not limited to, Section 106 evaluations and Section 4(f) evaluations for area added to the Area of Potential Effect not previously evaluated and analysis of potential impacts related to wetland, stream, and tree replacement mitigation sites. This could include analysis related to compliance with the Endangered Species Act as a result of project changes or other factors.

d. Support for responding to appeals and legal proceedings related to environmental permits and approvals, as would be defined in writing by Sound Transit with CONSULTANT support to include a detailed description of products, timeline, and other effort assumptions.

9. Asset Identification and Asset Data Collection

a. Support and assist Sound Transit in identifying assets included in the project.

b. Develop a database utilizing Sound Transits established Asset Taxonomy, and provide information pertaining to asset identification including model and serial numbers, asset descriptions and quantities, asset capital cost, and asset data related to asset warranty and maintenance information.

10. Unidentified supplemental tasks

B. The services performed and deliverables for supplemental tasks shall meet the requirements relevant to the scope of work performed.

C. Assumptions

1. A supplemental EIS is not assumed as part of the civil final design scope.

Task 29 Deliverables

1. To be determined during negotiations

Lynnwood Link Extension Task 29: Supplemental Services Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 145 Exhibit A— Civil Final Design

Task 30: Value Engineering and Constructability Review

VE and Constructability Review will be led by Sound Transit or an independent outside consultant. The CONSULTANT shall provide support to the VE and Constructability Review efforts including, but not limited to, the following:

A. VE Studies

1. Participation in workshops—the CONSULTANT shall participate in and support three VE workshops at 30% (South Package, North Package, and Systems). The CONSULTANT shall also support Systems Final Design VE workshops at 60% and 90% and provide input to Civil/Systems interface issues.

2. Review VE study recommendations—The CONSULTANT shall review and evaluate VE study recommendations and provide response report regarding whether the VE study recommendations should be accepted and incorporated into the project design.

3. Continuous VE—The Construction Management Consultant will lead a continuous VE process between 30% and 100% design. The CONSULTANT shall prepare cost and schedule impact analyses reports for VE proposals as needed between 30% and 100%, and participate in and support topical VE workshops as needed.

B. Constructability Review

1. Participation—The CONSULTANT shall participate in a constructability review process conducted by Sound Transit staff and other consultants under contract to Sound Transit. Sound Transit will conduct three constructability workshops at 30% (South Package, North Package, and Systems). Between 30% and 100%, Sound Transit will manage constructability review as an ongoing process in coordination with the Civil and Systems Final Designers, GC/CMs, and CMCs.

a. The CONSULTANT’s management, architecture, and engineering staff shall attend formal and informal design review meetings with Sound Transit and other consultants and agencies as part of these reviews. This process shall review the design with respect to the construction execution and provide creative solutions that yield cost-effective, constructible facilities.

b. The CONSULTANT shall assemble materials for the constructability reviews and participate in the briefing sessions to provide an overview of the design. The CONSULTANT’s preparation and attendance at such meetings shall be considered an ongoing design function to perform the specified scope of services. These meetings shall be anticipated by the CONSULTANT and shall be included in the scope of services. Additional meetings shall not be considered as a basis for adjusting the contract price.

2. Update Contract Documents—The CONSULTANT shall assess feasibility of the constructability team’s recommendations and shall make adjustments to the design documents based on the constructability review as directed by Sound Transit. Incorporation of constructability recommendations shall be part of design integration in Task 2 (Design and Project Integration/Implementation) and no additional effort shall be added to perform this work. Assessment of feasibility shall be high-level,

Task 30: Value Engineering and Constructability Review Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 146 Civil Final Design Exhibit A—Civil Final Design

and Sound Transit shall only be informed for those recommendations that shall not be incorporated into the documents.

a. No formal tracking spreadsheets shall be developed or maintained to track these recommendations.

b. Quality control performed under Task 12 (Quality Management Program) shall verify comments are appropriately addressed in each subsequent submittal.

Task 30 Deliverables

1. Recommendations report for each of two VE studies (30% South and North packages)

2. Cost/schedule analyses as needed for VE proposals as part of the continuous VE process or short topical VE workshops

3. Constructability memos for two contract packages (South and North) following the 30% constructability review documenting recommendations that shall not be incorporated into the design documents, including reasoning

Lynnwood Link Extension Task 30: Value Engineering and Constructability Review Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 147 Exhibit A— Civil Final Design

List of Appendices

Appendix A Minimum Personnel Qualifications

Unless approved otherwise by ST, the personnel on the CONSULTANT team shall have the qualifications listed below:

1) Schedulers a) At least three years of prior experience developing, creating, managing, and reporting on schedules of similar size and complexity to this contract and experience in Primavera P6 software. b) Minimum 8 years of CPM scheduling experience on heavy civil and/or complex underground projects with expert knowledge and experience using Oracle Primavera (P6), version 6.0 or higher. Strong ability to analyze, report, monitor and track complex schedules, and analyze delay claims. c) Demonstrated experience in cost loading, time impact, critical path, trending and earned value. d) Strong writing skills and ability to produce concise, readable, accurate monthly schedule analysis narratives and graphics, which not only provide data but provide meaningful information for others to act upon. e) Strong interpersonal skills to work on complex team of owner, engineers and contractors. f) Degree in Engineering or Construction Management is highly desirable; Certified as a PSP (Planning & Scheduling Professional) is highly desirable.

2) Estimators a) Minimum 8 years of experience in estimating construction costs on large, heavy civil projects, preferably including track work, at-grade and aerial guideways and stations. Relevant experience working on complex negotiated contracts (GC/CM, CM/GC, CM at Risk, GMP’s, etc.) is desirable, particularly in the development and negotiations of the MACC (or GMP) for these contracts. b) Ability to build a contractor-style ground-up construction estimate that can be used to negotiate with the GC/CM c) Proficient in the use of several estimating software tools for construction cost estimating (e.g. Means, HCCS, Timberline, etc.). d) Familiar with local market conditions for construction labor, materials and equipment, and contractor markups. e) Ability to analyze costs, present data in a coherent and understandable manner, and prepare reports. f) Degree in Engineering or Construction Management is highly desirable; Certification as a CCE is highly desirable.

3) Project Integration Manager a) Bachelor’s Degree in civil engineering, mechanical engineering, electrical engineering, or closely related field and 10 years of experience in interface management using Systems Engineering fundamentals, methods, and processes as defined by INCOSE, including five years of project/contract management experience in a transit environment. b) Requires knowledge of: i) Interface management and integration practices, procedures, and methods in a transit, aerospace, manufacturing, or electronics environment. ii) Facility design and related equipment design, installation, testing, and commissioning.

Task 30: Value Engineering and Constructability Review Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 148 Civil Final Design Exhibit A—Civil Final Design

iii) Mechanical, civil, and electrical engineering practice and system design, testing, and commissioning. iv) Three dimensional design tools and capabilities.

4) Design Quality Manager a) The DQM shall have a minimum of 15 years of prior experience as a Design Quality Manager, Design Project Manager, Lead Design Engineer or any combination thereof, with at least 5 years as a Design Quality Manager, on projects of comparable size, scope, and complexity to this Contract.

5) Quality Auditors a) Quality Auditors, including CADD and BIM qualified Quality Auditors, shall have a minimum of 3 years of experience as a Quality Auditor in design auditing on projects of comparable size, scope, and complexity to this Contract. b) Design discipline specific Quality Auditors shall have a minimum of 10 years of experience in their discipline.

6) Document Control Representatives a) Understanding of principles, practices and procedures of automated and manual document control, including access and version control, identification and classification, storage and retrieval. b) Demonstrated ability to achieve accurate work products while maintaining a service- oriented approach toward internal and external customers. c) Must be proficient in MS Office applications and SharePoint. Must also be proficient in database programs and Adobe Acrobat or other scanning applications. d) Ability to interface with a variety of people and have good interpersonal skills. Must be independently motivated and able to work without detailed direction. e) Careful attention to detail and accuracy, as well as strong organizational and administrative skills. f) Must be sensitive to time deadlines and ensure that work is accomplished in the time frames required. g) Good oral and written communication skills.

7) BIM Manager: a) A minimum of 5 years of 3D modeling experience with at least 3 years managing and/or coordinating BIM production on multi-discipline BIM projects with a minimum of two projects requiring collaboration and leadership of external design partners and/or contractors; work experience shall include projects of comparable size, scope, and complexity to this Contract. b) Experience in the following: i) Leading/facilitating BIM coordination meetings ii) Maintaining and creating BIM execution plans iii) Leading/facilitating Clash Detection Meetings iv) Creating Clash Detection reports v) Facilitating assignment and resolution of clashes generated from clash detection reports. vi) Coordinating sub-consultant BIM related efforts and providing direction as needed to meet all project requirements and deadlines. vii) Coordinating with clients/owners, preferably on light rail and/or transportation projects viii) Leading/facilitating comment resolution efforts ix) Identifying and facilitating assignment and resolution of non-compliant BIM items

Lynnwood Link Extension Task 30: Value Engineering and Constructability Review Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 149 Exhibit A— Civil Final Design

c) Expertise in the following: i) Managing consultant design models ii) Managing contractor/sub-contractor means and methods models iii) Use and creation of parametric families iv) Use and creation of Shared Parameter files v) Use and creation of Revit Project Templates vi) Strong written and oral communication skills. vii) Current BIM technologies used in the Light Rail industry (with heavy experience using Autodesk products such as Revit, Navisworks, etc) viii) Leading system administration and troubleshooting efforts to support a project team’s activities on multiple file systems. This includes resolution of technical issues related to the software used and the implementation/maintenance of any custom tools employed by the consultant. ix) Capable of training and supporting the consultant teams and design partners on software automation items and use of the document management system. d) Resume submitted to, and approved by ST Design Technology (DT) Manager to include: i) Total years of Experience managing and or coordinating multi-discipline BIM projects ii) Previous multidiscipline BIM projects iii) Years and purpose of use with project approved software (Revit, Navisworks, etc.) iv) Appropriate degree or certification related to Computer or Engineering Technology v) 3 References from previous project teams

8) CADD Manager: a) A minimum of 5 years of CADD experience with at least 3 years as a CADD Lead/Manager on multi-discipline projects with a minimum of two projects requiring collaboration and leadership of external design partners and/or contractors; work experience shall include projects of comparable size, scope, and complexity to this Contract. b) Experience in the following: i) Creating and maintaining CADD Standards manuals, File Management plans, and related instructions and/or process documents used by a project team ii) Coordinating sub-consultant CADD related efforts and providing direction as needed to meet all requirements and deadlines. iii) Coordinating with clients/owners, preferably on light rail and/or transportation projects iv) Leading CADD coordination meetings v) Leading/facilitating comment resolution efforts vi) Identifying and facilitating assignment and resolution of non-compliant CADD items c) Expertise in the following: i) Managing consultant design data ii) Managing sub-contractor means and methods iii) Strong written and oral communication skills. iv) Current CADD technologies used in the Light Rail industry (with heavy experience using Autodesk products such as AutoCAD MAP3D, AutoCAD Civil 3D, etc) v) Leading system administration and troubleshooting efforts to support a project team’s activities on multiple file systems. This includes resolution of technical issues related to the software used and the implementation/maintenance of any custom tools employed by the consultant. vi) Capable of training and supporting the consultant teams and design partners on software automation items and use of the document management system. vii) Resume submitted to, and approved by ST DTM to include: viii) Total years of Experience coordinating multi-discipline CADD projects

Task 30: Value Engineering and Constructability Review Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 150 Civil Final Design Exhibit A—Civil Final Design

ix) Previous multidiscipline CADD projects x) Years and purpose of use with project approved software (AutoCAD MAP3D, Civil 3D) xi) Appropriate degree or certification related to Computer or Engineering Technology xii) 3 References from previous project teams

9) Diversity Program Coordinator a) 4 - 6 years of experience administering DBE and Small Businesses, EEO /Apprenticeship and / or PLA or Labor programs on large construction projects b) Ability to work collaboratively with agency personnel, contractors, subcontractors and labor unions in resolving issues related to DBE and Small Businesses, PLA or Labor, EEO / Apprenticeship c) Proven ability to work in a fast-paced team, construction setting, and support the RE

10) Specifications Specialist a) Licensed Professional Engineer (PE) or CSI Certified Construction specifier (CCS) b) Minimum 5 years of experience preparing specifications Experience developing and preparing the principal content of the specifications and integrating the work of subconsultant disciplines on projects of comparable size, scope, and complexity to this Contract

Lynnwood Link Extension Task 30: Value Engineering and Constructability Review Northgate Station to Lynnwood Transit Center RFQ No. RTA/AE 0010-15 Civil Final Design Page 151 Exhibit A— Civil Final Design

Task 30: Value Engineering and Constructability Review Lynnwood Link Extension RFQ No. RTA/AE 0010-15 Northgate Station to Lynnwood Transit Center Page 152 Civil Final Design

SECTION FOUR SUBMITTAL FORMS

Final Design Services for Lynnwood Page 29 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

SUBMITTAL FORMS CHECKLIST Instructions: The following documents constitute the Form of Submittal. Failure to submit all the required forms may cause a Submittal to be non-responsive. Submitters are advised to read carefully all portions of the Contract Documents and to comply with all requirements therein.

No. FORM

Submittal Form 1 Receipt of Addenda

Submittal Form 2 Certification Regarding Conflicts of Interest

Submittal Form 3 DBE/Small Business Commitment Form

Submittal Form 4 DBE/Small Business Good Faith Efforts Documentation Form

PROPOSAL PACKAGES RECEIVED WITHOUT THE ABOVE DOCUMENTS MAY NOT BE CONSIDERED FOR AWARD All Forms are attached.

Final Design Services for Lynnwood Page 30 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

SUBMITTAL FORM 1 RECEIPT OF ADDENDA PROCUREMENT NO. RTA/AE 0010-15 The Submitter acknowledges receipt of addenda to the solicitation numbered and dated as follows:

Submitter: (Type or Print Company Name) By: (Signature) (Title) Print Name:

Addendum Date Number

END OF FORM

Final Design Services for Lynnwood Page 31 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

SUBMITTAL FORM 2 CERTIFICATION REGARDING CONFLICT OF INTEREST The Submitter is required to certify performance of the work will not create any conflicts of interest or disclose any actual or potential conflicts of interest by completing and signing one of the following statements:

The Submitter hereby certifies that to the best if its knowledge and belief, performance of the services described in the Scope of Work will not create any conflicts of interest for the Submitter, any affiliates, any proposed subconsultants or key personnel of any of these organizations.

DATE:

AUTHORIZED SIGNATURE:

TITLE:

SUBMITTER/COMPANY NAME:

OR

The Submitter hereby discloses the following circumstances that could give rise to a conflict of interest for the Submitter, any affiliates, any proposed subconsultants or key personnel of any of these organizations. (Attach additional sheets as needed.)

Name of Individual/Company to which potential conflict of interest might apply:

Nature of potential conflict of interest

Proposed Remedy

DATE:

AUTHORIZED SIGNATURE:

TITLE:

SUBMITTER/COMPANY NAME:

END OF FORM

Final Design Services for Lynnwood Page 32 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

SUBMITTAL FORM 3 DBE/SMALL BUSINESS COMMITMENT FORM The Submitter affirms that it has read and understands the provisions in this RFQ setting forth the DBE and Small Business participation objectives established in this RFQ, and it has complied with all such DBE/Small Business participation objectives contained in this RFQ. The Submitter certifies that all documentation (including outreach information) submitted by it to demonstrate such compliance is true and accurate. Furthermore, the Submitter has listed on the following form all DBEs and Small Businesses that it will use if awarded the Agreement under this RFQ and whose participation will be counted toward meeting the applicable DBE/Small Business participation requirements. NOTE: Submitters are advised that this form is submitted as part of an RFQ for Architectural & Engineering (A&E) Services, therefore dollar amounts shall not be provided in the SOQ, and the commitments shall be expressed as percentages of the work. However, the percentages indicated shall relate to the Submitter’s project scope assumptions.

Definitions for DBE and Small Business Participation Plan Box Name Description 1 Procurement Number Sound Transit's Procurement Number as listed on the cover of the solicitation document.

2 Procurement Title Name of procurement as written on the cover of the solicitation document.

3 Company Name Submitter's company name.

4 Address Business address of Submitter's office in Sound Transit's locale.

5 City, State, Zip City, state, zip for Box No. 4 above.

6 Contact Name Submitter's contact person for this procurement.

7 Contact Phone Contact's phone number.

8 Contact's Email Contact's Email address.

9 Small Business Commitment Total percentage the Submitter commits to including on the contract of proposed subconsultants who are either certified or self-declared Small Businesses, including the Submitter’s contribution if Submitter is either a certified or self-declared Small Business.

10 Small Business Goal Sound Transit's Small Business Goal as listed in the solicitation document.

11 Total Proposal Price (N/A if A&E) Total Amount of Proposal (N/A if A&E)

12 Small Business Participants List all Small Business participants, including Bidder, if applicable.

13 DBE/Small Business Indicator Must be certified DBEs and/or SBEs

14 Description of Work Brief description of the work to be performed by the proposed DBE/Small Business Participant.

Final Design Services for Lynnwood Page 33 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

15 DBE/Small Business Participants: Proposed Subcontract Amount for DBE/Small Proposed Subcontract Amount (N/A if Business Participants, including Submitter if Submitter A&E) is a certified or self-declared Small Business. (N/A if A&E)

16 DBE/Small Business Participants: Percent Percentage of Proposed Contract to be performed by of Proposed Contract DBE/Small Business Participants, including Submitter if Submitter is a DBE certified by OMWBE or a certified or self-declared Small Business.

17 DBE/Small Business Participants: Subtotal From attached list of DBE/Small Business Participants, of Proposed Subcontract Amount from if any, Subtotal of Proposed Subcontract Amount. (N/A attached list, if any, of Small Business if A&E) Participants (N/A if A&E)

18 DBE/Small Business Participants: Percent From attached list of DBE/Small Business Participants, of Proposed Contract – Percent from if any, Subtotal of Percent of Proposed Contract. attached list, if any, of Small Business Participants

19 DBE/Small Business Participants Total: Total Proposed Subcontract Amount for all DBE/Small Proposed Subcontract Amount (N/A if Business Participants listed, including Submitter if A&E) Submitter is a DBE certified by OMWBE or a certified or self-declared Small Business. (N/A if A&E).

20 DBE/Small Business Participants Total: Total Percent of the work to be performed by all Percent of Proposed Contract DBE/Small Business Participants listed, including Submitter if Submitter is a DBE certified by OMWBE or a certified or self-declared Small Business.

FORM CONTINUES ON NEXT PAGE

Final Design Services for Lynnwood Page 34 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

SUBMITTAL FORM 3 (Continued) DBE/SMALL BUSINESS COMMITMENT FORM

Diversity Contract Goals

Procurement No. 1.AE 0010-15 Company Name 3. Small Business Commitment 9. %

Address 4. Small Business Goal 10. 14% Procurement Title 2. Final Design City/State/Zip 5. DBE Commitment 11. % Services for Lynnwood Link Contact Name 6. DBE Goal 12. 7% Extension, Contact Phone 7. Northgate Station to Lynwood Transit Contact Email 8. Center

14. Small Small Business Participants 13. Small Business Participants (May Business include Submitter if counted towards Indicator 15. Description of Work 16. Percent of Goal) (SBE or Certified Proposed DBE) Contract

% % % % % % Total percent from attached list of DBE and Small Business participants: 17. % (Please attach a separate list of additional planned Total percent from attached list of DBE 18. % DBE/Small Business participants, as necessary) Participants:

END OF FORM

Final Design Services for Lynnwood Page 35 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

SUBMITTAL FORM 4 DBE/SMALL BUSINESS GOOD FAITH EFFORTS DOCUMENTATION FORM Page of The Submitter shall submit this form as part of its SOQ as documentation of its efforts to reach out to DBEs and Small Businesses, to participate in the Agreement under this RFQ. Sound Transit may request the Submitter provide additional information regarding its efforts. Attach additional forms as necessary. By submitting this Form, the Submitter certifies it contacted the identified DBEs and Small Businesses in an effort to solicit their participation in performance of the work in the Agreement under this RFQ. Is Subcontracting anticipated for this Agreement: ______Yes or ______No

1. Firm Name: Contact Person: Area of Expertise: DBE and Small Business Status: Date Contacted: Response: 2. Firm Name: Contact Person: Area of Expertise: DBE and Small Business Status: Date Contacted: Response: 3. Firm Name: Contact Person: Area of Expertise: DBE and Small Business Status: Date Contacted: Response: 4. Firm Name: Contact Person: Area of Expertise: DBE and Small Business Status: Date Contacted: Response:

END OF FORM

Final Design Services for Lynnwood Page 36 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

SECTION FIVE EXHIBITS

Final Design Services for Lynnwood Page 37 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

EXHIBIT A RECOMMENDED COST PROPOSAL FORMAT Prime or Joint Venture (J.V.) Firm Name

Key Individuals Estimated Hours Rate Total

John Doe, PM

Jane Doe, Key Position

Jim Doe, Key Position

Etc.

Support Staff

Administrative Staff (As applicable, etc.)

SUBTOTAL

OVERHEAD % %

TOTAL LABOR & OH

FIXED FEE -computed at a percentage of labor & overhead

DIRECT COSTS (Prime or J.V. Firm)

List Other Direct Costs (as applicable, etc.)

TOTAL DIRECT COSTS

TOTAL FOR (Firm Name)

Subconsultant (Name)

Same format as above

TOTAL CONTRACT AMOUNT $ END OF FORM

Final Design Services for Lynnwood Page 38 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

EXHIBIT B SAMPLE AFFIDAVIT OF AMOUNTS PAID TO ALL BUSINESSES Following contract award, this form shall be completed and submitted by the Consultant on-line at www.ebidexchange.com/soundtransit. The Consultant may contact the Procurement & Contracts Division 206-398-5165 for instruction/training in providing this information on-line.

Affidavit of Amounts Invoiced and Paid Contract Administrator fills Invoice Information Contract Information Contractor Information Diversity Contract Goals in prior to providing form to Contractor. Contract Administrator fills Small Business Commitment 14 % in prior to providing form Contract Administrator fills to Contractor. in prior to providing form Invoice Date 1 ST Contract Number 5 Company Name 10 Small Business Goal 15 % to Contractor. Contract Administrator fills Invoice Number 2 ST PO Number 6 in prior Diversity to providing Contact form Name 11 DBE Commitment 16 % Contract Administrator fills to Contractor. in prior to providing form to Contractor. Progress Payment 3 Original Contract Amount 7 $ Contract Diversity Administrator Contact fills Phone 12 DBE Goal 17 % in prior to providing form Contract Administrator fills Period of Service 4 Executed Change Orders 8 $ to Contractor. Diversity Contact Email 13 in prior to providing form to Contractor. Percent Complete 9 %

Number of Attached Certification Letters 18 Small Business Participation Invoiced to date 19 20 % (Please attach a copy of each new subconsultant or subcontractor's proof of certification as applicable, or proof of Small Business Size.)

Demographic Contractor Current Prior Invoiced This Period Prior Invoiced Invoiced Paid This Period Amount Paid Company Name Type* Type** Contract Amount To Date Invoiced To ToDate Date To Date 21a 22 23 24 $ 25 $ 26 $ 27 $ 28 $ 29 $ Subcontractors (please list all subcontractors)

21b $ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

$ $ $ $ $ $

Subtotal from list of additional subcontractors*** 30 $ 31 $ 32$ 33$

Total 34 $ 35 $ 36$ 37$

Demographic Types **Contractor Types

(See list of Demographic Types) 1 Architectural/Engineering 3 Vehicles 5 Legal Services 7 Miscellaneous Services 9 Equipment 2 Other Professional Services 4 Construction 6 Construction Management 8 Materials & Supplies

***Please attach the list of additional subcontractors as necessary.

Signature of Authorized Company Representative Date

Final Design Services for Lynnwood Page 39 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

EXHIBIT C SAMPLE CONTRACT MODIFICATION/CHANGE ORDER DIVERSITY TRACKING FORM This form shall be submitted by the Consultant if Change Orders are issued on this Agreement. An Excel version of this form will be provided to the Consultant at time of Notice to Proceed.

Contract Modification/Change Order

Sound Transit Diversity Tracking Program

Change Order Information Diversity Contract Goals 1 Change Order Date Small Business Commitment 8 % Small Business Goal 9 % 2 Change Order Number DBE Commitment 10 % DBE Goal 11 %

3 Number of Attached Certification Letters Business Participation To Date 12 $ | % (Please attach a copy of each new subcontractor's proof of certification as applicable)

Contract Information Prime Contractor's Information ST Contract Number 4 Company Name 13

ST Purchase Order Number 5 Diversity Contact's Name 14

Original Contract Amount 6 $ Diversity Contact's Phone Number 15

Prior Executed Change Orders Amount 7 $ Diversity Contact's Email Address 16

Prime's Contract Amount Prior Current Change Order Demographic Prime's Type of Company Name Type* Work** to This Change Order Amount

17 18 19 20 $ 21 $

Subcontractor's Company Subcontractor's Subcontrac- Subcontractor's Current Demographic tor's Type of Name Below Type* Work** Change Order Amount (Please list all subcontractors, certified or not, use as many additional pages as needed. ) $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $

Final Design Services for Lynnwood Page 40 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

EXHIBIT D CERTIFICATION REGARDING LOBBYING The selected firm shall submit this form to Sound Transit prior to contract award. The undersigned (Contractor) certifies to the best of his or her knowledge or belief that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any 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, [as amended by “Government wide Guidance for New Restrictions on Lobbying, “ 61 Fed, Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 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 (as amended by the Lobbying Disclosure Act of 1995). 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. [Note: Pursuant to 31 U.S.C. Section 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor ______, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.

Bidder: (Type or Print Company Name) By: (Signature) (Title) Print Name: END OF FORM

Final Design Services for Lynnwood Page 41 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014

EXHIBIT E REFERENCE DOCUMENTS (Documents will be made available on CD upon request)

LYNNWOOD LINK EXTENSION GEOTECHNICAL DOCUMENTS

PRELIMINARY ENGINEERING DOCUMENTS

DESIGN CRITERIA MANUAL - Rev 3 AUGUST 2013

DOCUMENT CONTROL DESKTOP INSTRUCTIONS - FINAL DESIGN PROJECTS - REV 1 - JAN 2012

ENGINEERING DESIGN PROCEDURES MANUAL REV 3 - NOV 2013

GUIDANCE DRAWINGS REV 1 - MAR 2014

LINK DESIGN QUALITY PLAN REV 0 – May 2013

LINK INTERFACE COORDINATION AND INTEGRATION PLAN - REV 0 - OCT 2009

LLE CONTRACT PACKAGES GRAPHIC FOR RFQ

LYNNWOOD LINK EXTENSION 1-PAGE SUMMARY MASTER SCHEDULE (AUGUST 2015)

LYNNWOOD LINK EXTENSION 2-PAGE SUMMARY MASTER SCHEDULE (AUGUST 2015)

LYNNWOOD LINK EXTENSION CONTRACT PACKAGES (AUGUST 2015)

LYNNWOOD LINK EXTENSION E ENG RISK ASSESSMENT Report - 20150312 Final

LYNNWOOD LINK EXTENSION FULL MASTER SCHEDULE (AUGUST 2015)

LYNNWOOD LINK EXTENSION MASTER SCHEDULES

RECORD OF DECISION FOR LYNNWOOD LINK EXTENSION PROJECT

ST AGENCY QUALITY ASSURANCE PROGRAM PLAN

Final Design Services for Lynnwood Page 42 RFQ No. RTA/AE 0010-15 Link Extension Northgate Station to Lynnwood Transit Center PCD Rev January 2014