2025-03-18 Council Committee B PacketAgenda
Edmonds City Council
COUNCIL COMMITTEE B
CITY COUNCIL CONFERENCE ROOM
121 - 5TH AVENUE N, EDMONDS, WA 98020
MARCH 18, 2025, 3:00 PM
COUNCIL COMMITTEE MEETINGS ARE WORK SESSIONS FOR THE COUNCIL AND CITY STAFF.
COMMITTEE MEETING AGENDAS DO NOT INCLUDE AUDIENCE COMMENTS OR PUBLIC HEARINGS.
PERSONS WISHING TO JOIN THIS MEETING VIRTUALLY IN LIEU OF IN -PERSON ATTENDANCE CAN
CLICK ON OR PASTE THE FOLLOWING ZOOM MEETING LINK INTO A WEB BROWSER USING A
COMPUTER OR SMART PHONE:
HTTPS://ZOOM. US/J/95798484261
OR JOIN BY DIAL -UP PHONE:
US: +1 253 215 8782
WEBINAR ID: 957 9848 4261
STAFF AND COUNCILMEMBERS ATTEND COMMITTEE MEETINGS VIRTUALLY, AND MEMBERS OF
THE PUBLIC ARE ENCOURAGED TO ATTEND THE SAME WAY.
IF MEMBERS OF THE PUBLIC CANNOT ACCESS THE VIRTUAL COMMITTEE MEETINGS WITH THEIR
PERSONAL DEVICES, A MONITOR IS PROVIDED AT THE CITY COUNCIL CONFERENCE ROOM AT 121
5TH AVE N, EDMONDS WA.
COMMITTEE MEMBERS: JENNA NAND (CHAIR), CHRIS ECK, VIVIAN OLSON, AND COUNCIL
PRESIDENT (EX-OFFICIO MEMBER)
1. CALL TO ORDER
2. COMMITTEE BUSINESS
1. Mathay Ballinger Park Shelter Grant Acceptance (10 min)
2. Presentation of PSA with BHC to provide design services for Phase 6 Stormwater Replacement
Project (10 min)
3. Presentation of Construction Contract for the 2025 Overlays Program (15 min)
4. Presentation of Supplemental PSA for Phase 16 Waterline Replacement Project (10 min)
5. Presentation of Amendment PSA for Phase 13 Sewer Replacement (10 min)
ADJOURNMENT
Edmonds City Council Agenda
March 18, 2025
Page 1
2.1
City Council Agenda Item
Meeting Date: 03/18/2025
Mathay Ballinger Park Shelter Grant Acceptance
Staff Lead: Kyle Woods/Angie Feser
Department: Parks, Recreation & Human Services
Preparer: Angie Feser
Narrative
The Mathay Ballinger Park is the only city -owned park in southeast Edmonds and with recent site
improvements as well as a recent expansion through the Mee property acquisition, is experiencing
increased usage. The park has a playground, basketball courts, BBQs, picnic tables and parking also
serves as one of the few trailheads for the interurban trail. Recent improvements included an ADA
accessible asphalt path connecting the parking lot to the playground and providing the missing
connection between the paved interurban trail and city streets; a permanent restroom, drinking
fountain, additional parking and entrance and rule signage.
The remaining amenity of the initial improvement design is a large picnic shelter, which was paused due
to project funding limitations. However, the Parks & Recreation department was successfully awarded a
Snohomish County Council/City Partnership Project grant of $127,000 for the installation of the shelter.
This new structure will allow groups to gather and enjoy the park while protected from the elements
and provide additional usage of Mathay Ballinger Park.
The County provided Interlocal Agreement (ILA) is attached and was reviewed and approved to form by
city attorney.
Staff Recommendation
The City Council authorizes the Mayor to execute the Interlocal Agreement between Snohomish County
and City of Edmonds providing $127,000 for Mathay Ballinger Park improvements of a large picnic
shelter.
Attachments:
2025 REET II CoE MathayBallingerPark ILA 3.11.2025
Packet Pg. 2
2.1.a
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH COUNTY AND THE CITY
OF EDMONDS FOR THE MATHAY BALLINGER PARK IMPROVEMENTS
PROJECT
This INTERLOCAL AGREEMENT (the "Agreement"), is made by and between
SNOHOMISH COUNTY, a political subdivision of the State of Washington (the "County"), and
the CITY OF EDMONDS, a Washington municipal corporation (the "City"), collectively the
"Parties," pursuant to chapter 39.34 RCW.
RECITALS
A. The 2024 Snohomish County Parks and Recreation Element, a component of the
Snohomish County Growth Management Act Comprehensive Plan, has documented a County-
wide need for a wide variety of recreational facilities; and
B. The County Executive and the County Council have determined that it is consistent
with the Snohomish County Parks and Recreation Element and is in the public interest of County
residents to participate in joint undertakings with local municipalities to increase recreational
opportunities and facility capacity; and
C. Amended Ordinance 24-081, included $1,600,000 of REET II funds, collected z
pursuant to chapter 82.46 RCW, to be split equally between the five council districts for LO
N
Council/City Partnership Projects; and N
D. The County Council adopted benchmarks for Council/City Partnership Projects
through Motion 23-259; and J
E. Pursuant to the adopted benchmarks, the Council identified various projects for
inclusion in the Council/City Partnership Projects; and
F. One of the identified Council/City projects is the City's Mathay Ballinger Park
Improvements Project ("the Project") which will allow for the addition of a large picnic shelter
to the full renovation of Mathay Ballinger Park; and
G. Snohomish County has agreed to provide ONE HUNDRED TWENTY-SEVEN
THOUSAND FIVE HUNDRED DOLLARS ($127,500) of REET II funds (the "Funds") in
support of the Project; and
H. The City has provided the following: copy of submission form for County funds
(Attachment A, attached hereto and incorporated herein by reference); proof of City's ownership
of the Project property (Attachment B, attached hereto and incorporated herein by this reference);
relevant portions of the City's Capital Facilities Plan ("CFP") identifying the Project (Attachment
C, attached hereto and incorporated herein by this reference); and proof of insurance (Attachment
D, attached hereto and incorporated herein by this reference); and
I. Pursuant to this Agreement, the County wishes to provide, and the City wishes to
accept, the above -described Funds from the County.
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 3
2.1.a
AGREEMENT
NOW, THEREFORE, in consideration of the respective agreements set forth below and
for other good and valuable consideration, the receipt and sufficiency of which are hereby
acknowledged, the County and the City agree as follows:
1. Purpose of Agreement.
This Agreement is authorized by and entered into pursuant to chapter 39.34 RCW. The
purpose and intent of this Agreement is to define the responsibilities of the County and the City as
they relate to the County's provision of the funds to the City's Project located at 24105 781h Pl W,
Edmonds, WA 98020 (the "Property").
2. Effective Date and Duration.
This Agreement shall take effect when it has been duly executed by both parties and either ca
filed with the County Auditor or posted on the County's Interlocal Agreements website. This ca
Agreement shall remain in effect through December 31, 2027, unless earlier terminated pursuant ECU
to the provisions of Section 12 below; PROVIDED HOWEVER, that each party's obligations are
contingent upon local legislative appropriation of necessary funds for this specific purpose in LO
accordance with applicable law. o
N
3. Administrators. M
Each party to this Agreement shall designate an individual (an "Administrator"), who may
be designated by title or position, to oversee and administer such party's participation in this
Agreement. The Parties' initial Administrators shall be the following individuals:
CoIM's Initial Administrator:
Rich Patton, Parks Manager
Snohomish County Parks & Recreation
6705 Puget Park Drive
Snohomish, Washington 98296
(425) 388-6614 phone
Rich.Patton@snoco.org
City's Initial Administrator:
Angie Feser, Parks & Recreation Director
Frances Anderson Center
700 Main Street
Edmonds, WA 98020
425-771-0256
angie.feser@edmondswa.gov
Either party may change its Administrator at any time by delivering written notice of such
party's new Administrator to the other party.
4. Project Performance.
4.1 Certification of Real Property Interest. The City certifies to the County that the
City owns the Property, as evidenced by Exhibit 13, and additional real property or easements are
not needed to complete the Project.
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 4
2.1.a
4.2 City's Financial Commitment. The City certifies to the County that the City will
have sufficient monies to complete the Project by the Project deadline identified in Section 4.4
below (the "City's Financial Commitment") and that the Project was included in the City's CFP
as evidenced by Attachment C.
4.3 Project Completion. The City shall complete the Project as detailed in Attachment
4.4 Project Deadline. On or before December 31, 2027, the City shall complete the
Project. In executing the Project, the City shall obtain and, upon request, provide the County with
copies of all permits necessary to complete the Project.
4.5 Recognition of County as Financial Sponsor. The City shall recognize the County
as a financial sponsor of the Project as follows:
4.5.1 Upon completion of the Project or dedication of the completed Project,
whichever comes first, the City shall install at the Project site a plaque in a form approved by the
County that indicates that the County is a financial sponsor of, or contributor to, the Project;
4.5.2 The City shall invite the County to all events promoting the Project and
recognize the County at all such events as a financial sponsor of the Project;
4.5.3 The City shall recognize the County as a financial sponsor in all brochures,
banners, posters, and other promotional material related to the Project.
4.6 Project Maintenance. The City shall be responsible for on -going capital
improvements to, and maintenance of, the Project and the Property. The County makes no
commitment to support the Project or Property beyond what is provided for in this Agreement and
assumes no obligation for future support of the Project or Property except as expressly set forth in
this Agreement.
4.7 Availability to County Residents. The City shall make the Property available to all
County residents on the same terms as it is available to residents of the City.
5. Invoicing and Payment.
5.1 Invoicing. Within thirty days of final completion of the Project or by December
31, 2027, whichever occurs first. The City shall submit to the County one invoice on City
letterhead requesting disbursement of the Funds for the Project. The invoice needs to include
name and address of City, name and the address of who the invoice is addressed to (the County),
the date, the amount being requested for reimbursement, and the name of the project being
funded. Invoices shall provide line -item detail for materials, labor, and overhead. Backup
documentation should include of copies of invoices paid by the City to contractors/consultants
for the work performed, which covers the full amount being requested for reimbursement
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 5
2.1.a
and proof of payment on those invoices. Additionally, providing progress photos of the site is
strongly recommended with prior, during, and after completion photos.
5.2 Pam Unless the County delivers to the City written notice disputing the
amount of a particular line item, within twenty (20) working days of receipt from the City of an
invoice properly submitted to the County pursuant to Section 5.1, the County shall remit to the
City an amount not to exceed One Hundred Twenty -Seven Thousand Five Hundred Dollars. In the
event the total costs of the Project is less than $127,000, the County shall only remit those fund
necessary to pay the submitted invoice in full unless otherwise disputed as provided in this Section
5.2.
5.3 Accounting. The City shall maintain a system of accounting and internal controls
that complies with generally accepted accounting principles and governmental accounting and
financial reporting standards and provisions concerning preservation and destruction of public
documents in accordance with applicable laws, including chapter 40.14 RCW.
5.4 Recordkegping_ The City shall maintain adequate records to support billings. The
records shall be maintained by the City for a period of five (5) years after completion of this
Agreement. The County, or any of its duly authorized representatives, shall have access to books,
documents, or papers and records of the City relating to this Agreement for purposes of inspection,
audit, or the making of excerpts or transcripts.
5.5 Audit and Repayment. The City shall return Funds disbursed to it by the County
under this Agreement upon the occurrence of any of the following events:
5.5.1 If overpayments are made; or
5.5.2 If an audit of the Project by the State or the County determines that the
Funds have been expended for purposes not permitted by the REET II statute, the
State, the County, or this Agreement.
In the case of 5.5.1 or 5.5.2, the County shall make a written demand upon the City for repayment,
and the City shall be obligated to repay to the County the Funds demanded within sixty (60)
calendar days of the demand. The County's right to demand repayment from the City may be
exercised as often as necessary to recoup from the City all funds required to be returned to the
County.
The City is solely responsible for seeking repayment from any subcontractor in conformance with
its debt collection policy.
6. Independent Contractor. The City will perform all work associated with the Project as
an independent contractor and not as an agent, employee, or servant of the County. The City shall
be solely responsible for control, supervision, direction and discipline of its personnel, who shall
be employees and agents of the City and not the County. The County shall only have the right to
ensure performance.
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 6
2.1.a
7. Indemnification/Hold Harmless.
The City shall assume the risk of liability for damage, loss, costs, and expense arising out
of the activities under this Agreement and all use of any improvements it may place on the
Property. The City shall hold harmless, indemnify, and defend the County, its officers, elected and
appointed officials, employees, and agents from and against all claims, losses, lawsuits, actions,
counsel fees, litigation costs, expenses, damages, judgments, or decrees by reason of damage to
any property or business and/or any death, injury, or disability to, or of, any person or party,
including but not limited to any employee, arising out of or suffered, directly or indirectly, by
reason of, or in connection with, the acquisition or use of the Property and this Agreement;
PROVIDED, that the above indemnification does not apply to those damages solely caused by the
negligence or willful misconduct of the County, its elected and appointed officials, officers,
employees or agents. This indemnification obligation shall include, but is not limited to, all claims
against the County by an employee or former employee of City, and City, by mutual negotiation,
expressly waives all immunity and limitation on liability, as respects the County only, under any
industrial insurance act, including Title 51 RCW, other Worker's Compensation act, disability
benefit act, or other employee benefit act of any jurisdiction which would otherwise be applicable
in the case of such claim.
8. Liability Related to City Ordinances, Policies, Rules and Regulations.
LO
In executing this Agreement, the County does not assume liability or responsibility for or o
in any way release the City from any liability or responsibility which arises in whole or in part
from the existence or effect of City ordinances, policies, rules, or regulations. If any cause, claim, M
suit, action or administrative proceeding is commenced in which the enforceability and/or validity Q
of any such City ordinance, policy, rule or regulation is at issue, the City shall defend the same at J
Y
its sole expense and, if judgment is entered or damages are awarded against the City, the County, a
or both, the City shall satisfy the same, including all chargeable costs and reasonable attorney's
fees. a
9. Insurance.
The City shall procure and maintain for the duration of this Agreement, insurance against
claims for injuries to persons or damages to property which may arise from, or in connection with,
exercise of the rights and privileges granted by this Agreement, by the City, its agents,
representatives, and employees/subcontractors. The cost of such insurance shall be paid by the
City.
9.1 Minimum Scope and Limits of Insurance. General Liability: Insurance Services
Office Form No. CG 00 01 Ed. 11-88, covering COMMERCIAL GENERAL LIABILITY with
limits no less than $1,000,000 combined single limit per occurrence for bodily injury, personal
injury, and property damage.
9.2 Other Insurance Provisions. Coverage shall be written on an "Occurrence" form.
The insurance policies required in this Agreement are to contain or be endorsed to contain the
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 7
2.1.a
County, its officers, officials, employees, and agents as additional insureds as respects liability
arising out of activities performed by or on behalf of the City in connection with this Agreement.
9.3 Verification of Coverage. The City shall furnish the County with certificate(s) of
insurance and endorsement(s) required as evidenced by Attachment D.
9.4 Self -insured Status. If the City is self -insured, in lieu of the insurance required in
this Section 9, the City shall, upon request of the County, provide the County a letter certifying the
City's self-insurance program.
10. Compliance with Laws.
In the performance of its obligations under this Agreement, each party shall comply with
all applicable federal, state, and local laws, rules and regulations.
11. Default and Remedies.
11.1 Default. If either the County or the City fails to perform any act or obligationLU
required to be performed by it hereunder, the other party shall deliver written notice of such failure CU
to the non -performing party. The non -performing party shall have twenty (20) days after its receipt
of such notice in which to correct its failure to perform the act or obligation at issue, after which LO
time it shall be in default ("Default") under this Agreement; provided, however, that if the non- o
performance is of a type that could not reasonably be cured within said twenty (20) day period,
T.-
then the non -performing party shall not be in Default if it commences cure within said twenty (20) M
day period and thereafter diligently pursues cure to completion. Q
11.2 Remedies. In the event of a party's Default under this Agreement, then after
giving notice and an opportunity to cure pursuant to Section 11.1 above, the non -Defaulting party
shall have the right to exercise any or all rights and remedies available to it in law or equity.
12. Early Termination.
12.1 30 Days' Notice. Except as provided in Section 12.2 below, either party may
terminate this Agreement at any time, with or without cause, upon not less than thirty (30) days'
advance written notice to the other party. The termination notice shall specify the date on which
the Agreement shall terminate.
12.2 Termination for Breach. In the event that the City fails to complete the Project by
December 31, 2027, and/or otherwise commits a Default as described in Section 11, the County
may terminate this Agreement immediately by delivering written notice to the City. Within thirty
(30) days of such early termination, the City shall return to the County all Funds previously
disbursed from the County to the City for the Project plus interest at the rate of twelve percent
(12%) per annum beginning thirty (30) days from the date of early termination.
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 8
2.1.a
13. Dispute Resolution.
In the event differences between the Parties should arise over the terms and conditions or
the performance of this Agreement, the Parties shall use their best efforts to resolve those
differences on an informal basis. If those differences cannot be resolved informally, the matter
may be referred for mediation to a mediator mutually selected by the Parties. If mediation is not
successful or if a party waives mediation, either of the Parties may institute legal action for specific
performance of this Agreement or for damages.
14. Notices.
All notices required to be given by any party to the other parry under this Agreement shall
be in writing and shall be delivered either in person, by United States mail, or by electronic mail
(email) to the applicable Administrator or the Administrator's designee. Notice delivered in person
shall be deemed given when accepted by the recipient. Notice by United States mail shall be
deemed given as of the date the same is deposited in the United States mail, postage prepaid, and
addressed to the Administrator, or their designee, at the addresses set forth in Section 3 of this
Agreement. Notice delivered by email shall be deemed given as of the date and time received by
the recipient.
15. Miscellaneous.
15.1 Entire Agreement; Amendment. This Agreement constitutes the entire agreement
between the Parties regarding the subject matter hereof, and supersedes any and all prior oral or
written agreements between the Parties regarding the subject matter contained herein. This
Agreement may not be modified or amended in any manner except by a written document executed
with the same formalities as required for this Agreement and signed by the party against whom
such modification is sought to be enforced.
15.2 Conflicts between Attachments and Text. Should any conflicts exist between any
attached exhibit or schedule and the text or main body of this Agreement, the text or main body of
this Agreement shall prevail.
15.3 Governing Law and Venue. This Agreement shall be governed by and enforced
in accordance with the laws of the State of Washington. The venue of any action arising out of this
Agreement shall be in the Superior Court of the State of Washington, in and for Snohomish
County.
15.4 Interpretation. This Agreement and each of the terms and provisions of it are
deemed to have been explicitly negotiated by the Parties, and the language in all parts of this
Agreement shall, in all cases, be construed according to its fair meaning and not strictly for or
against either of the Parties hereto. The captions and headings in this Agreement are used only for
convenience and are not intended to affect the interpretation of the provisions of this Agreement.
This Agreement shall be construed so that wherever applicable the use of the singular number shall
include the plural number, and vice versa, and the use of any gender shall be applicable to all
genders.
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 9
2.1.a
15.5 Severability. If any provision of this Agreement or the application thereof to any
person or circumstance shall, for any reason and to any extent, be found invalid or unenforceable,
the remainder of this Agreement and the application of that provision to other persons or
circumstances shall not be affected thereby, but shall instead continue in full force and effect, to
the extent permitted by law.
15.6 No Waiver. A party's forbearance or delay in exercising any right or remedy with
respect to a Default by the other party under this Agreement shall not constitute a waiver of the
Default at issue. Nor shall a waiver by either party of any particular Default constitute a waiver of
any other Default or any similar future Default.
15.7 No Assignment. This Agreement shall not be assigned, either in whole or in part,
by either party without the express written consent of the other party, which may be granted or
withheld in such party's sole discretion. Any attempt to assign this Agreement in violation of the
preceding sentence shall be null and void and shall constitute a Default under this Agreement.
15.8 Warranty of Authority. Each of the signatories hereto warrants and represents
that he or she is competent and authorized to enter into this Agreement on behalf of the party for
whom he or she purports to sign this Agreement.
LO
15.9 No Joint Venture. Nothing contained in this Agreement shall be construed as o
creating any type or manner of partnership, joint venture or other joint enterprise between the
Parties.
M
15.10 No Separate Entity Necessary The Parties agree that no separate legal or
administrative entities are necessary to carry out this Agreement.
15.11 Ownership of Property. Except as expressly provided to the contrary in this
Agreement, any real or personal property used or acquired by either party in connection with its
performance under this Agreement will remain the sole property of such party, and the other party
shall have no interest therein.
15.12 No Third Party Beneficiaries. This Agreement and each and every provision
hereof is for the sole benefit of the City and the County. No other persons or Parties shall be
deemed to have any rights in, under or to this Agreement.
15.13 Execution in Counterparts. This Agreement may be executed in two or more
counterparts, each of which shall constitute an original and all of which shall constitute one and
the same agreement.
IN WITNESS WHEREOF, the Parties have executed this Agreement on the date set forth
under their signatures below, and effective as of the date of the last party to sign.
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 10
2.1.a
County
SNOHOMISH COUNTY
By
Title: County Executive
Approved as to Form:
Marsh Digitally signed by Marsh,
r George
George Date: 2025.03.10
13:00:46-07'00'
City
CITY OF EDMONDS
By
Date Title: Mayor
Date
Approved as to Form:
Sharon Digitally signed by Sharon
Cates
Cates Date: 2025.03.11
12:31:37-07'00'
Deputy Prosecuting Attorney Date Office of the City Attorney Date
INTERLOCAL AGREEMENT BETWEEN SNOHOMISH
COUNTY AND THE CITY OF EDMONDS FOR THE
MATHAY BALLINGER PARK IMPROVEMENTS
Pa
Packet Pg. 11
ATTACHMENT A - SUBMISSION FORM
N 2IQ: 103,ViIN:[616lrl►irdZ-1131►14*1:11a2:Z0a1*4&1
2.1.a
OVERVIEW: Funding is available through Snohomish County's Capital Improvement Program to provide dollars for the
completion of qualifying proiects in partnership with public entities. Eligible public entities include: school districts, park
districts, utility districts, county and cities/towns that have a CIP. Funding is provided through the Real Estate Excise Tax 2 (REET
2) Fund and projects must comply with fund restrictions and ideally, be included in the receiving entity's adopted capital
budget. Funding is subject to availability and appropriation by the County Council.
QUALIFYING PROJECTS: REET 2 may only be used for financing "capital projects" specified in the capital facilities plan. RCW
82.46.035(5) defines capital projects as:
(a) Planning, acquisition, construction, reconstruction, repair, replacement, rehabilitation, or improvement of
streets, roads, highways, sidewalks, street and road lighting systems, traffic signals, bridges, domestic water systems,
storm and sanitary sewer systems;
(b) Planning, construction, reconstruction, repair, rehabilitation, or improvement of parks; and
(c) Until January 1, 2026, planning, acquisition, construction, reconstruction, repair, replacement, rehabilitation,
or improvement of facilities for those experiencing homelessness and affordable housing projects.
"Your entity must own the land which the project is located on.
SECTION 1: CONTACT INFORMATION
City of Edmonds
700 Main Street, Edmonds, WA 98020
Public Entity Name
Public Entity Address
Mike Rosen, Mayor
Angie Feser
(425) 361-5697
Angie.Feser@edm%
Person Authorized to Approve Agreement
for Funding
Contact Person Name
Contact Person Phone
Contact Person Email
SECTION 2: PROJECT INFORMATION
Program Year
2024
Project Title
Mathav Ballinger Park Improvements - Picnic Shelter
Project Location
Mathav Ballinqer Park, 24105 78th PI W, Edmonds
Project Description:
The city is renovating Mathay Ballinger park to add a
Brief (1-2 sentences) description of what
the project will accomplish
permanent restroom, water fountain, ADA accessible path to
the playground, improve parking and add site furnishings with
construction occuring this year. This grant would allow the
addition of a large picnic shelter to complete the full project o
Please select the appropriate category of REET II eligible uses for your proposed project:
Reet a Category
Is the project identified in the budget?
YES NO
If your project is selected, please submit appropriate budget pages upon request
Is this project identified in a CIP?
✓❑ YES NO
If your project is selected, please submit appropriate budget pages upon request
Is the land identified for the project owned by the applying entity?
✓❑
YES
NO
Is your entity in agreement with the attached template agreement for funding?
Q
YES
NO
SECTION 3: FUNDING REQUEST - The maximum amount allowed per Council District is dependent on available funding and is
subject to budget approval and appropriation. Funds may only be awarded to eligible public entities in Snohomish County,
Washington.
County Funds Requested $ 127,500
Public Entity Match Provided $ 371,000
a�
c
a
d
U
Q
c
L
C7
d
a�
Cn
L
a.
ca
m
CU
M
2
LO
N
O
N
Packet Pg. 12
2.1.a
SECTION 4: INSURANCE COVERAGE - please check the appropriate box below to indicate if your entity can obtain
each type of coverage. (Waivers may be granted in some instances.) If N/A or Other, please notate next to the field.
Type
Agency CAN obtain this
Agency CANNOT
coverage
obtain this coverage
Public Liability Insurance - $1,000,000 personal injury and property
❑✓
❑
damage
Worker's Compensation Coverage - as required by the State of
❑✓
❑
Washington
Professional Liability - Only required when providing professional
❑✓
❑
services, $1,000,000 error and omissions.
Self -Insured - Public Entities ONLY
❑✓
❑
SECTION 5: FINAL QUESTIONS - HAVE YOU...
Completed all form questions
❑✓
YES
❑
NO
Confirmed desired project is in the appropriate budget documents
❑✓
YES
❑
NO
Confirmed desired project is in your CIP
❑✓
YES
❑
NO
Reviewed the agreement template
❑✓
YES
❑
NO
Confirmed Proof of Insurance
❑✓
YES
❑
NO
SECTION 6: SUBMISSION REQUIREMENTS
Please submit the form and all requested attachments to the following address by July 315f, 5 PM
Council District 3
strom.peterson@co.snohomish.wa.us
425-262-2576
3000 Rockefeller Avenue, M/S 609
Everett, WA 98201-4046
m
c�
r
a
d
0
V
Q
_
cU
L
0
L
4)
v/
L
(L
L
Q
0)
c
�a
m
�a
t
c�
Ln
N
O
N
r
r
M
Packet Pg. 13
ATTACHMENT B - PROOF OF OWNERSHIP
2.1.a
0'f ED Af
O
v �
St- 18q" ENCROACHMENT PERMIT APPLICATION
ADDRESS OF PROPOSED PUBLIC USE: 24105 78th PI. W. Edmonds, WA 98026 (Mathay Ballinger Park)
City of Edmonds
PROPERTY OWNER NAME: (Applicant: Angie Feser, Parks Director) PHONE: 425-770-0256
PROPERTY OWNER MAILING ADDRESS: 700 Main Street, Edmonds, WA 98020
CONTACT NAME: Carmel Gregory- CG Engineering PHONE 425-778-8500
CONTACT EMAIL ADDRESS: carmelg@cgengineering.com
Describe the portion of public space, City right-of--wa y or easement area to be utilized (i.e., overhead space of
sidewalk, 10 foot City utility easement along north property line, etc):
Portion of the northern end of 78th PI. W.
Citv of Edmonds ROW located in Mathav Ballinger Park.
Describe the type of encroachme nt or use desire d (i. e ., fence 6 feet by 150 feet, a wning 3 feet wide by 7 feet
long, etc.): New work in 78th PI. W ROW to install park improvements and parkingfor Mathay Ballinger
Park. Various park improvements within City of Edmonds ROW located in Mathay Ballinger Park. See
provided Project Narrative and plans for details.
------------------DEPARTMENT APPROVALS ---FOR CITY USE ONLY -----------------
Planning D ivision Approved By _ _ _ _ _ _ AR-R #- - _ _ _ _--:Be-a4e- - - - - - -
Public Works Approved By D a
Remarks or Comments:
Engineering D ivision Approved By D a to
Certifica to of Insurance Verified By D ate
Encroachment Agreement sent to City Clerk for recording_ - - - - - -; ,�T-e - - - - - - - - - - --
ENCROACHMENT PERMIT#
ISSA CE DATE
BUILDING PERMIT# RECORDING#
Packet Pg. 14
2.1.a
When recorded mail to:
City Clerk
City of Edmonds
121 Fifth Avenue North
Edmonds, WA 98020
SPACE ABOVE TBE LINE FOR RECORDERS USE
Assessor's Parcel No.:
Applicant: ...........
ENCROACHMENT AGREEMENT
This ENCROACHMENT AGREEMENT ("Agreement") is entered into between the t
CITY OF EDMONDS ("City") and _City of Edmonds Parks, Recreation & Human Services Dept_
("Owner [s] "), in accordance with Chapter 18.70 of the Edmonds Community Development '-
Code. c
N
1. The _Property. Owner is the owner of that certain real property located at
- _ _ _ _ _ - _ _ �V1A a v-'Ba W=, .e riZ,&— within the City of Edmonds,
Washington, Assessor's Parcel Number 27043100402800
and more particularly described as follows SEC 31 TWP 27 RGE 04RT-I I F) THAT PTN
NWLY 40FT OF THE 100 FT R/W SHOWN ON PLAT OF LK MC ALEER 5 AC a
TRS LY NELY OF E IN OF 78TH PLACE W EXTENDED N or a
as described in Exhibit "A" attached hereto and incorporated herein by reference.
2. The Easement. The City right-of-way adjacent to owner's property or an
existing easement used for (strike those that don't apply) [street,-reael-alley,-trail,-sidelvlalk,
eil e-pa .-pedestriaH-easemeat,-sa.ftitary-SO\Yer,-water; stonn: other C i g a ik
1.
3. The Encroachment. The Owner desires to encroach upon the public
easement and the City hereby covenants and agrees and grants its permission to Owner to
allow Picnic Tables, Benches, Shade Structure & Concrete Pad, Pathways,
Vehicle Parking, and related amenities. to remain in a portion of
the City right-of-way/easement. A partial site plan, scaled 1"=20', showing the location ofthe
encroachment is attached as Exhibit " B " and incorporated by reference. This Agreement is
subject to the following terms and conditions:
Packet Pg. 15
2.1.a
a On behalf of themselves, their successors and assigns, the Owner promises to
maintain, repair, remove and/or replace the encroachment located in the easement
at their sole expense to the standards established by the City. All maintenance,
repair, removal and/or replacement shall be conducted solely at the Owners'
expense.
b. The Owner, on behalf of themselves and their successors and assigns,
acknowledge that the City had no obligation to approve the encroachment within
the easement for the sole benefit of the Owner, and the agreements contained
herein, provide sufficient consideration for the Owner and their successors and
assigns to maintain, repair, remove and/or replace said encroachment located in the
easement at their sole expense in perpetuity.
c. The Owner promises to indemnify and hold harmless the City, its officers, agents
and employees from any and all loss, claim, demand or liability of any kind or
nature, foreseen or unforeseen, arising from or out of its promises contained within
this Agreement, including but not limited to any damage that may be caused to the
encroachment by the City's operation, maintenance, repair, replacement or other
work related to construction activity within the easement, or any damage or
expense arising out of the loss of, or damage to, property or the injury to or death
of persons. This promise to hold harmless and indemnify includes defense by
counsel of the City's choosing and the payment of reasonable attorneys' fees and
court costs. Nothing herein, however, shall be interpreted to require the Owner to
indemnify the City from the negligence or intentional tortuous act of its
employees, officers, or agents.
d The Owner shall at the request of the City, promptly remove, repair, reconstruct,
and/or replace the encroachment at the Owners' sole expense. Upon receipt of
notification from the City that the City requires removal of all or portions of the
encroachment from within the easement, the Owner will promptly remove those
portions of the encroachment from within the easement area as required by the
City at their sole expense. I f the portions of the encroachment required by the City
to be removed are not timely removed by the Owner, they shall be removed by the
City at the expense of the Owner, and the Owner shall reimburse the City for the
costs of removal of the encroachment and disposal of materials as well as for any
increased construction costs or consequential damages incurred by the City due to
the Owners' delay. In the event that portions of the encroachment must be
removed to facilitate utility and/or construction activity by the City within the
easement or other requirements of the City, the Owner shall be solely responsible
for replacement of the encroachment at their expense upon completion of the
utility and/or construction or other activity by the City.
e. Whatever rights and obligations were acquired by the City with respect to the
easement shall remain and continue in full force and effect and shall in no way be
affected by City's grant of permission to construct and maintain the encroachment
structure.
Packet Pg. 16
2.1.a
f. Business and commercial operation property owners are required to provide and
continually maintain during the term of the permit a certificate of insurance
naming the City as an additional insured, with respect to liability, and providing
that it shall be primary as to any other policy o f insurance. A copy o f the
insurance certificate shall be provided m the City at the beginning of each calendar
year, no later than the 21' day o f January.
g Owner shall, in the performance of this Agreement, comply with all applicable
Federal, State and local laws and regulations, including but not limited to City
code and ordinance requirements.
4. Entire Agreement. This Agreement constitutes the entire agreement between t
the parties with respect to the subject matter hereof and supersedes and replaces all other co
agreements, oral or written, between the parties with respect to the subject matter. This a
agreement may not be amended except in writing in a document filed of record with the
auditor of Snohomish County, Washington.
5. Notices. Any notice which is required or may be given pursuant to this m
Agreement shall be sent in writing by United States mail, first class, postage pre -paid, >
registered or certified with return receipt requested, or by other comparable commercial Z
means and addressed as follows:
Ln
lfto the Citv: Jfto the Owner: CD
N
City Engineer Mike Rosen, Mayor
City o f Edmonds 250 5th AVE N
121 Fifth Avenue North Edmonds, WA 98020 J
Edmonds, WA 98020
�a
a
L
which addresses may be changed from time to time by providing notice to the other party in a
the manner described above.
6. Waiver. City's consent to or approval of any act or omission by Owner shall
not constitute a waiver of any other default by Owner and shall not be deemed a waiver or
render unnecessary City's consent for approval to any subsequent act by Owner. Any waiver
by City of any default must be in writing and shall not be a waiver of any other default
concerning the same or any other provision of the Agreement.
7. Termination of Agreement. In addition to any other remedy provided for by
law, the City reserves the right to terminate this agreement in the event the encroachment
negatively impacts or damages the City's right of way, easement and/or underlying utility
systems or violates any condition of service adopted by the City, at its sole discretion, as may
be necessary to prevent damage to the City's utility system, or any other public facility which
may be impacted by the Owners' failure to properly use the easement.
Packet Pg. 17
2.1.a
& Successors and Assigns. This Agreement shall be binding and inure to the
benefit of the parties hereto and their respective legal representatives, successors, and assigns.
Owner agrees to incorporate this agreement by reference in any subsequent deeds to the
property, but any failure to do so does not invalidate this provision.
9. Capadly. Each party represents that the person(s) executing this Agreement
an behalf of such party has the authority to execute this Agreement and by such signature(s)
thereby bind such party.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this _" day
of_\-c)IT NMI. [ , 20 2.'-4.
OWNER(S):
By: By: -----------
STATE OF WASHINGTON
COUNTY OF SNOHOMISH
This day, personally appeared before me, /t?/k-e. _ gI PU? 1 I ,
to me known to person(s) who executed the within d foregoing document and that
he/she/the) h; : , h e signed the same as his/her/their / 11 S_ free and voluntary act
x g ( ) — ry
and deed for the$�� U4, e lA. P 48• �therein mention
-Sr j-'rm7d �7t
I&AI �• No blic
M02sso �'� �.� �� ��P_�I
—.2-
�
1111 `�
CITY OF EDMONDS
By: ---------------
ENGINEERING DIVISION
My Commission expires: 1�7 — % q--'),>C
Ln
N
O
N
r
M
Packet Pg. 18
2.1.a
SE i /4, SE 1 /4,
SECTION 31, TOWNSHIP 27
CB RIM=339.44
IE 12" RCP(SE)=336.39
CB RIM=337.76
IE 12" RCP(!W)=335.86
IE 12" RCP(SE) 335.76 x
/ /
/ +
I
+16
/
/
/ X S
/
Yv'I SHED GATE
/ P / BIKE /
�j / / i i / 6 RACK / "
// / / / / �0
/v SHED i � / / / � /
LiMx G,A�TE �' F /
eol� i / / 32" /
F
pe
00
/ P AREA /
/ Z// / /
�Y�/ / i i 48" / BENCHES
/ADA TRAIL / / 26"
/PICNPC ABLE
r
I 12" PyC(NE)=32�.d� // DEC
12' fNPl (S)=�'13 39 e��J
/
/ / , op-
// / Ile
/ //0% /� / F u�w o� OPpRO R =�19.
o
42" / N--/C / /HH
00 0� / 16"/
/�/ / / 2/ / /- /� � 14"DEC DEC S
/
2038
/ /� F / / IF�2 " (E)=31
l42» IF �G� p r / 14" %��(6Pi0' ASPHALT m I
/ 34" l i ■ ■ ■ ■ 1 DEC ti5,i BASKETBALL w
F /� / ■■■ •1■)ri COURf Ln1
P
. NI a
C IM133 P
N I 9T 1
IE/ 12� C - 9.53 %� 22" / / / S �k 'SETBACK C 36 z
AlIIE 329.05/ / /� _ i rt� 7 28" . F O
C I l - AT CORNE / T) 0
/40 // II
r RESTROOIVI�_
/
34 FOUND 2 1 N PIP l 1 0.8' L 0. 38') RNER REMOVE TREE
/ F I T:' i■■L■2■■■■■■
00, M 22- 12" . 2 TREE TO BE REMOVED 3 '• I CB RIM=320.60
� 21 IE 12" RCP N =318.72
F •,
IE 12" PVC S=318.70 LAKE BALLINGER
1 3� (7) NEW STALLS IE 4" PVC(E)=318.84 HOMESITES ADD.
f ■■■!■■■■■■■ VOL. 14, PG. 99
NEW WALKWAY CB RIM=319.44
IE 12" PVC(N)=317.79
I
/ 0.8' CB RIM=319.89 GPM P I IE 12" RCP(S)=317.04- - - - - - - - - - - - -
+ IE 12" RCP(N)=318.03 I `�'
IE 12" RCP($)=317.94I- - - - - - - - -
/ I
/ I I I 00488700100602 w I
FOUND 1" IRON PIPE I I ~ Z5 I 12.2'(S) OF CORNER LOT 3
I o I = _ : '. I
/ I END FENCE 2.4'(S) I � I a
/ I OF CORNER I I I .. r- I LAKE BALLINGER
/�`� I ► o o `=� I 2.5 x2.5HOMESITES ADD.
I I • `� I COLUMN VOL. 14, PG. 99
/ 1004887001008021 i II I - - - - - - - - - - - - - - - - -
----
F---+--------------------- -1 I / I CB RIM=317.02
I I I CB RIM=317.56IE 12" RCP N=315.39
IE 12 RCP
I (N.56
)= ;s, I IE 12" PVC((S)=315.30
I I I I
I ` ';: I IE 12" RCP(S)=315.56 I I LOT 4
00488700100801 I I c) Gfa''
/ I I I I �' I / LAKE BALLINGER
j o I 00488700100502 l I HOMESITES ADD.
+ / I VOL. 14, PG. 99
% ► o I
I o PM01
I
/ I I 73 CB RIM=315.I'i I ��IE CB RIM=314.73
q
I / 12" PVC(N)=312.53 - - - - -
I I I IE 12" RCP(N)=313.79 /
i
SITE PLAN
SCALE: 1" = 40'
N 88'06'02" E 393.32(M) 393.63(P)
I'
i
FOUND CASED CONC. MON.
W/2" BRASS DISK & X"
SSMH RIM=316.11
w R" Prp(W)--;ln 11
NORTH, RANGE 4 EAST, W.M.
/ / / 00559300003402 /
/ QP / // `•?moo, /
-END F CE 0.1 '(E)
F�CO NER N 88'0 ' " E 174.84'-
/ � - �/ 00 ENCE 1271�
/ - 7 / / 28r 34" 10 M 30" M // DEC / M 28" I
/ 3?2- - / " DEC I .8'
F F / 25 / / /
16 " F 2
24" "
F 8
M I
F F F M DEC/ " I / y- r / / / 22" / / 34 I
8" 16" F /M
I
/F F :b 14 x2
,::� ` F/ / +
j; ,`.,.,..,, / 32" �p��. 34" I
38" /F F 26"M 0 491100000804
iMP
�M 26loe"F I
j /26" (44"---------------
/ / / / M 34 I
BBQ 0 A I\ A \�/33" 26" I F F F
I I I
95,481 SF
270431004028
3 1 /
/ / I
RETAIN TREES, TYP I
•:'..''•:.;:'.; 00491100000805
' I
Y GOIOR£`fE r°` 'y • 'lop
PICNIC TABLE I
• .:
I
I
BIKE PATH ------
---------- -----
FENCE COR. 0.3'(N) \
OF CORNER \\
Z 2� PICNIC SHELTER \
w \\ I I
I
co \ I
\ I BENCH \ 00491100000802 I 00491100000806 j I
00491100000803 \\
v \ I I
00 \ I I
\ I I
1 I
Q \ I I
N Z.
/FENCE COR. 1.7'(W) & \\ I
�0.7'(N) OF CORNER ----------- ---------- ---L------------
I
I I I I
LOT 4 I I LOT 3
I I WARNER ADDITION WARNER ADDITION
I I VOL. 15, PG. 76 VOL. 15, PG. 76
I I I I
I I I
I
------------1 I �J---------------------,
I
LOT 5 I I LOT 2 I
I
I WARNER ADDITION
WARNER ADDITION
VOL. 15, PG. 76 I = I VOL. 15, PG. 76
----------------------I
I
I I I I
LOT 1 I
LOT 6
WARNER ADDITION
WARNER ADDITION I I VOL. 15, PG. 76
VOL. 15, PG. 76
I
I
I
I I I
I o
N 88'06'02" E 828.77'(M)(R1) 829.05'(P) (BASIS OF BEARING)
242ND ST. S. W.
40 0 20 40
lo
80
O G
ENGINEERING,
250 4TH AVE. S., SUITE 200
EDMONDS, WASHINGTON 98020
PHONE (425) 778-8500
FAX (425) 778-5536
07/ 24123
m
N
0
n
O
Y
Q
DESIGN:
CAG
DRAWN:
ATD
CHECK:
CAG
JOB NO: 23072.001
DATE:
07/24/23
Y
(�
cy-
W
0
cy-
U
w
co
0
J
z
m
J
a
z
J
Q
F-
Q
m
00
^J
Q
0
z
=
0
O
W
a
�
o
~
:2
N
W
(%)
SHEET:
101
Packet Pg. 19
ATTACHMENT C - PORTION OF CIP
2024-2029 SIX -YEAR CAPITAL IMPROVEMENT PROGRAM CAPITAL FACILITIES PLAN
2.1.a
Costs inflated at 3% per year
Project
CFP
Project Site & Description
2024
2025
2026
2027
2028
2029
6-Year Tot:
#
Lake Ballinger Park Mountlake Terrace ILA *CARRYFORWARD*
D19
Funding to support City of Mountlake Terrace Ballinger Park Phase III
$ 200,000
$
$
$
$
$
$ 200,0(
Development. Payment due upon completion of project.
D5
Mathay Ballinger Park *CARRYFORWARD*
D6
Construction of improvements including permanent restroom, paved trail, picnic
$ 271,300
$
$
$
$
$
$ 271,3(
D7
shelter ADA access and other amenities.
Shell Creek Restoration
R19
Stream health and erosion control of Shell Creek in Yost Park, scope TBD based
$ 250,000
$ 380,000
$
$
$
$
$ 630,0(
on existing conditions analysis in 2024. Design, permitting and construction work
in 2025.
Yost Playground & Pool
R6
Park enhancements, repair and maintenance to include playground replacement
$
$ 1,296,400
$
$
$
$
$ 1,296,4(
R11
and pool upgrades in 2025.
Columbarium Expansion- Phase II
D8
Expansion of the current columbarium. Funding provided through the Cemetery
$
$ 159,100
$
$
$ -
$
$ 159,1(
Trust Fund 137.
Woodway Campus Athletic Complex- Phase I - Lighting
X
D20
In cooperation with the Edmonds School District, complete a community park
$
$ 1,500,000
$
$
$
$
$ 1,500,0(
and athletic complex at Former Woodway High School to include lighting and
future construction of two additional fields.
Neighborhood Park SE 1
X
Master plan and development of a new neighborhood park in South Edmonds
$
$ 79,600
$ 819,500
$
$
$
$ 899,1(
D13
(funding is in Parkland Acquisition program for purchase).
R8
Sierra Park
$
$ -
$ 415,000
$
$
$
$ 415,0(
Playground replacement and upgrade to inclusive standards.
Olympic Beach Park
R7
Replacement of failed ventilation system in coordination with roof replacement
1(byFaciliti
$ 20,000
$ 33,000
$ -
$
$
$
$ 53,0(
s / PW)
Project Type: A: Acquisition - R: Replacement/Upgrade - P: Master Planning - D: Development (new)
w
c
C9
m
N
s
CO)
Y
CU
a
L
c
M
m
M
s
r
M
M
LO
N
0
N
Page 3 Packet Pg. 20
Insurance Authority P.O. Box 88030
ATTACHMENT D - PROOF OF INSURANCE Tukwila, WA 98138
Phone: 206-575-6046
Fax: 206-575-7426
2/12/2025 Ref#: 15988 www.wciapool.org
Snohomish County
Attn: Department of Conservation and Natural Resources
3000 Rockefeller Ave M/S 303
Everett, WA 98201
Re: City of Edmonds
Snohomish ILA Grant Requirements
Evidence of Coverage
The City of Edmonds is a member of the Washington Cities Insurance Authority (WCIA), which
is a self -insured pool of over 160 public entities in the State of Washington.
WCIA has at least $4 million per occurrence limit of liability coverage in its self -insured layer that E
may be applicable in the event an incident occurs that is deemed to be attributed to the LO
N
negligence of the member. Liability coverage includes general liability, automobile liability, stop- N
gap coverage, errors or omissions liability, employee benefits liability and employment practices
liability coverage.
WCIA provides contractual liability coverage to the City of Edmonds. The contractual liability
coverage provides that WCIA shall pay on behalf of the City of Edmonds all sums which the
member shall be obligated to pay by reason of liability assumed under contract by the member
WCIA was created by an interlocal agreement among public entities and liability is self -funded
by the membership. As there is no insurance policy involved and WCIA is not an insurance
company, your organization cannot be named as an additional insured.
Sincerely,
Rob Roscoe
Deputy Director
cc: Jessica Neill Hoyson
Packet Pg. 21
2.2
City Council Agenda Item
Meeting Date: 03/18/2025
Presentation of PSA with BHC to provide design services for Phase 6 Stormwater Replacement Project
Staff Lead: Rob English
Department: Engineering
Preparer: Emiko Rodarte
Background/History
n/a
Staff Recommendation
Forward item to the consent agenda for approval.
Narrative
The City issued a Request for Qualifications (RFQ) in November 2024 to hire a consultant to provide
design engineering services for the Phase 6 and 7 Storm Replacement Projects. The City received
statements of qualifications from six (6) engineering firms and the selection committee selected BHC to
provide design engineering services for these Projects.
In addition, for the Phase 7 sites, storm pipe replacement evaluations and preliminary alignment
determination is included in the scope and fee. This will aid in finalizing the alignments and site
selection for the projects that will be part of the Phase 7 Replacement and/or rehabilitation work. This
is needed because the Phase 7 sites will likely require additional coordination, easements with adjacent
private property owners and associated additional permits. This additional work can take an additional
6-12 month to coordinate and address. When final design services are required for the Phase 7 portion
of the work, a separate scope and fee will be drafted winter of 2025 for design services and submitted
to City Council for approval in early 2026.
A contract has been negotiated for the projects planned to be constructed in 2026 as part of the Phase 6
work. The City has negotiated a consultant fee of $461,461 for this phase. This contract will be funded
by the Stormwater Utility Fund.
The Phase 6 Project will focus on replacement and/or rehabilitation of portions of the City's Storm
network by either using Cured in Place pipe technology or removal and replacement. It is estimated that
approximately 2,700 linear feet of existing Storm pipes at various locations within the City will be
replaced/rehabilitated (Refer to attachment 2).
The selection of the sites was determined using maintenance data supplied by our Storm maintenance
and operations division for pipes that have large amounts of root intrusion, are prone to clogging or
need to be replaced/rehabilitated/upsized to mitigate flooding. These locations require frequent
Packet Pg. 22
2.2
maintenance by staff to cut roots that are growing inside these pipes or require frequent cleaning to
remove debris.
Attachments:
Attachment 1 - agreement
Attachment 2 - vicinity map
Packet Pg. 23
2.2.a
OF EDMO
j CITY OF EDMONDS MIKE ROSEN
1215 AVENUE NORTH - EDMONDS, WA 98020 - 425-771-0220 - WWW.EDMONDSWA.GOV MAYOR
PUBLIC WORKS DEPARTMENT I ENGINEERING DIVISION
PROFESSIONAL SERVICES
AGREEMENT
THIS AGREEMENT ("Agreement") is made and entered into between the City of
Edmonds, hereinafter referred to as the "City," and BHC Consultants, LLC, hereinafter referred to
as the "Consultant."
WHEREAS, the City desires to engage the professional services and assistance of a
consulting firm to provide engineering services with respect to the Phase 6 and 7 Storm
Replacement projects; and
WHEREAS, the Consultant has the necessary skills and experience, and desires to provide
such services to the City;
NOW, THEREFORE, in consideration of the mutual benefits accruing, it is agreed by
and between the parties hereto as follows:
l . Scope of work. The scope of work shall include all services and material necessary
to accomplish the above -mentioned objectives in accordance with the Scope of Work that is
marked as Exhibit A, attached hereto and incorporated herein by this reference.
2. Payments. The Consultant shall be paid by the City for completed work for
services rendered under this Agreement as provided hereinafter. Such payment shall be full
compensation for work performed or services rendered and for all labor, materials, supplies,
equipment and incidentals necessary to complete the work.
A. Payment for work accomplished under the terms of this Agreement shall be on
a time and expense basis as set forth in Exhibit B, attached hereto and incorporated herein by this
reference; provided, in no event shall the payment for work performed pursuant to this Agreement
exceed the sum of FOUR HUNDRED SIXTY-ONE THOUSAND FOUR HUNDRED SIXTY-
ONE DOLLARS ($461,461.00).
B. All vouchers shall be submitted by the Consultant to the City for payment
pursuant to the terms of this Agreement. The City shall pay the appropriate amount for each
voucher to the Consultant. The Consultant may submit vouchers to the City monthly during the
progress of the work for payment of completed phases of the project. Billings shall be reviewed in
conjunction with the City's warrant process. No billing shall be considered for payment that has
not been submitted to the City three days prior to the scheduled cut-off date. Such late vouchers
will be checked by the City and payment will be made in the next regular payment cycle.
E25FA.BHC PSA Packet Pg. 24
2.2.a
C. The costs records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City for a period of three (3) years after final
payment. Copies shall be made available upon request.
3. Ownership and use of documents. All research, tests, surveys, preliminary data,
reports, and any and all other work product prepared or gathered by the Consultant in preparation
for the services rendered by the Consultant under this Agreement shall be and are the property of
the Consultant, provided, however, that:
A. All final reports, presentations, documentation and testimony prepared by
the Consultant shall become the property of the City upon their presentation to and acceptance by
the City and shall at that date become the property of the City.
B. The City shall have the right, upon reasonable request, to inspect, review
and copy any work product during normal office hours. Documents prepared under this Agreement
and in the possession of the Consultant may be subject to public records request and release under
Chapter 42.56 RCW-
C. In the event that the Consultant shall default on this Agreement, or in the
event that this Agreement shall be terminated prior to its completion as herein provided, the work
product of the Consultant, along with a summary of work done to date of default or termination,
shall become the property of the City and tender of the work product and summary shall be a
prerequisite to final payment under this Agreement. The summary of work done shall be prepared
at no additional cost.
4. Time of performance. The Consultant shall perform the work authorized by this
Agreement promptly in accordance with the receipt of the required governmental approvals.
5. Indemnification / Hold harmless agreement. The Consultant shall defend,
indemnify and hold the City, its officers, officials, employees and volunteers harmless from any
and all claims, injuries, damages, losses, demands, or suits at law or equity arising from the acts,
errors or omissions of the Consultant in the performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City. Should a court of competent jurisdiction
determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for
damages arising out of bodily injury to persons or damages to property caused by or resulting from
the concurrent negligence of the Consultant and the City, its officers, officials, employees, and
volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be
only to the extent of the Consultant's negligence.
The Consultant shall comply with all applicable sections of the applicable Ethics laws, including
RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The
Consultant specifically assumes potential liability for actions brought by the Consultant's own
employees against the City and, solely for the purpose of this indemnification and defense, the
Consultant specifically waives any immunity under the state industrial insurance law, Title 51
RCW. This waiver has been mutually negotiated by the parties. The provisions of this section shall
survive the expiration or termination of this Agreement.
E25FA.BHC PSA Packet Pg. 25
2.2.a
6. General and professional liability insurance. The Consultant shall obtain and
keep in force during the term of this Agreement, or as otherwise required, the following insurance
with companies or through sources approved by the State Insurance Commissioner pursuant to
Title 48 RCW.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as required by the State.
B. Commercial general liability and property damage insurance in an aggregate amount not
less than two million dollars ($2,000,000) for bodily injury, including death and property
damage. The per occurrence amount shall be written with limits no less than one million
dollars ($1,000,000).
C. Vehicle liability insurance for any automobile used in an amount not less than a one million
dollar ($1,000,000) combined single limit.
D. Professional liability insurance in the amount of one million dollars ($1,000,000).
Excepting the Worker's Compensation Insurance and Professional Liability Insurance secured by
the Consultant, the City will be named on all policies as an additional insured. The Consultant
shall furnish the City with verification of insurance and endorsements required by the Agreement.
The City reserves the right to require complete, certified copies of all required insurance policies
at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State
of Washington. The Consultant shall submit a verification of insurance as outlined above within
fourteen days of the execution of this Agreement to the City.
No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to
the City.
The Consultant's professional liability to the City shall be limited to the amount payable under this
Agreement or one million dollars ($1,000,000), whichever is the greater, unless modified
elsewhere in this Agreement. In no case shall the Consultant's professional liability to third parties
be limited in any way.
7. Discrimination prohibited. The Consultant shall not discriminate against any
employee or applicant for employment because of race, color, religion, national origin, age, sex,
sexual orientation, marital status, veteran status, liability for service in the armed forces of the
United States, disability, or the presence of any sensory, mental or physical handicap, or any other
protected class status, unless based upon a bona fide occupational qualification.
8. Consultant is an independent contractor. The parties intend that an independent
contractor relationship will be created by this Agreement. No agent, employee or representative of
the Consultant shall be deemed to be an agent, employee or representative of the City for any
purpose. The Consultant shall be solely responsible for all acts of its agents, employees,
representatives and subcontractors during the performance of this Agreement.
9. City approval of work and relationships. Notwithstanding the Consultant's
status as an independent contractor, results of the work performed pursuant to this Agreement must
meet the approval of the City. During pendency of this Agreement, the Consultant shall not
perform work for any party with respect to any property located within the City of Edmonds or for
any project subject to the administrative or quasijudicial review of the City without written
notification to the City and the City's prior written consent.
E25FA.BHC PSA Packet Pg. 26
2.2.a
10. Termination. This being an Agreement for professional services, either party may
terminate this Agreement for any reason upon giving the other parry written notice of such
termination no fewer than ten (10) days in advance of the effective date of said termination.
11. Integration. The Agreement between the parties shall consist of this document,
its Appendices 1 & 2, and the Scope of Work and fee schedule attached hereto as attached hereto
as Exhibits A and B. These writings constitute the entire Agreement of the parties and shall not
be amended except by a writing executed by both parties. In the event of any conflict between this
written Agreement and any provision of Exhibit A or B, this Agreement shall control.
12. Changes/Additional Work. The City may engage the Consultant to perform
services in addition to those listed in this Agreement, and the Consultant will be entitled to
additional compensation for authorized additional services or materials. The City shall not be liable
for additional compensation until and unless any and all additional work and compensation is
approved in advance in writing and signed by both parties to this Agreement. If conditions are
encountered which are not anticipated in the Scope of Work, the City understands that a revision
to the Scope of Work and fees may be required. Provided, however, that nothing in this paragraph
shall be interpreted to obligate the Consultant to render services, or the City to pay for services
rendered, in excess of the Scope of Work in Exhibit A unless or until an amendment to this
Agreement is approved in writing by both parties.
13. Standard of Care. The Consultant represents that the Consultant has the
necessary knowledge, skill and experience to perform services required by this Agreement. The
Consultant and any persons employed by the Consultant shall use their best efforts to perform the
work in a professional manner consistent with sound practices, in accordance with the schedules
herein and in accordance with the usual and customary professional care required for services of
the type described in the Scope of Work.
14. Non -waiver. Waiver by the City of any provision of this Agreement or any time
limitation provided for in this Agreement shall not constitute a waiver of any other provision.
15. Non -assignable. The services to be provided by the Consultant shall not be
assigned or subcontracted without the express written consent of the City.
16. Covenant against contingent fees. The Consultant warrants that he/she/they
has/have not employed or retained any company or person, other than a bona fide employee
working solely for the Consultant, to solicit or secure this Agreement, and that he/she/they
has/have not paid or agreed to pay any company or person, other than a bona fide employee
working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any
other consideration contingent upon or resulting from the award of making of this Agreement. For
breach or violation of this warranty, the City shall have the right to annul this Agreement without
liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover,
the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
17. Compliance with laws. The Consultant in the performance of this Agreement
shall comply with all applicable Federal, State or local laws and ordinances, including regulations
for licensing, certification and operation of facilities, programs and accreditation, and licensing of
individuals, and any other standards or criteria as described in the Agreement to assure quality of
services. Because this Agreement is subject to federal nondiscrimination laws, the Consultant
E25FA.BHC PSA Packet Pg. 27
2.2.a
agrees that the provisions of Appendices 1 & 2, attached hereto and incorporated herein by this
reference, apply to this Agreement.
The Consultant specifically agrees to pay any applicable business and occupation (B & O) taxes
which may be due on account of this Agreement.
18. Notices. Notices to the City of Edmonds shall be sent to the following address:
City of Edmonds
121 Fifth Avenue North
Edmonds, WA 98020
Notices to the Consultant shall be sent to the following address:
BHC Consultants, LLC
1601 Fifth Avenue, Suite 500
Seattle, WA 98101
Receipt of any notice shall be deemed effective three (3) days after deposit of written notice in the
U.S. mails, with proper postage and properly addressed.
DATED THIS day of
CITY OF EDMONDS
Mike Rosen, Mayor
ATTEST/AUTHENTICATED:
Scott Passey, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
2025.
BHC CONSULTANTS, LLC
James Gross, PE, President
E25FA.BHC PSA Packet Pg. 28
2.2.a
STATE OF WASHINGTON )
)ss
COUNTY OF KING )
On this day of 2025, before me, the undersigned, a Notary
Public in and for the State of Washington, duly commissioned and sworn, personally appeared
James Gross, PE, President of BHC Consultants, LLC to me known to be the person who
executed the foregoing instrument, and acknowledged the said instrument to be the free and
voluntary act and deed of said person, for the uses and purposes therein mentioned, and on oath
stated that he/she was authorized to execute said instrument.
WITNESS my hand and official seal hereto affixed the day and year first above
written.
NOTARY PUBLIC
My commission expires:
E25FA.BHC PSA Packet Pg. 29
2.2.a
APPENDIX 1 CONTRACT
(Appendix A of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and successors
in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees as follows:
1. Compliance with Regulations: The Consultant/Contractor shall comply with the acts and regulations
relative to nondiscrimination in federally -assisted programs of the United States Department of
Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21), as they may be
amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this Agreement.
2. Nondiscrimination: The Consultant/Contractor, with regard to the work performed by it during the
Agreement, shall not discriminate on the grounds of race, color, national origin, sex, age, disability,
income -level, or LEP in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The Consultant/Contractor shall not participate directly or
indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment
practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49
CFR 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all
solicitations, either by competitive bidding, or negotiation made by the Consultant/ Contractor for
work to be performed under a subcontract, including procurement of materials, or leases of equipment,
each potential subcontractor or supplier shall be notified by the Consultant/Contractor of the
Consultant's/Contractor's obligations under this Agreement and the Regulations relative to
nondiscrimination on the grounds of race, color, national origin, sex, age, disability, income -level, or
LEP.
4. Information and Reports: The Consultant/Contractor shall provide all information and reports
required by the Regulations and 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 the
City or the appropriate state or federal agency to be pertinent to ascertain compliance with such
Regulations, orders, and instructions. Where any information required of a Consultant/Contractor is in
the exclusive possession of another who fails or refuses to furnish the information, the
Consultant/Contractor shall so certify to the City, or state or federal agency, as appropriate, and shall
set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the Consultant's/Contractor's noncompliance with the
nondiscrimination provisions of this Agreement, the City shall impose such contract sanctions as it or
the appropriate state or federal agency may determine to be appropriate, including, but not limited to:
• Withholding of payments to the Consultant/Contractor under the Agreement until the
Consultant/Contractor complies; and/or
• Cancellation, termination, or suspension of the Agreement, in whole or in part.
6. Incorporation of Provisions: The Consultant/Contractor shall include the provisions of the above
paragraphs one (1) through five (5) in every subcontract, including procurement of materials and
leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The
Consultant/Contractor shall take such action with respect to any subcontractor or procurement as the
City or appropriate state or federal agency may direct as a means of enforcing such provisions,
including sanctions for noncompliance. Provided, that if the Consultant/Contractor becomes involved
in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the
Consultant/ Contractor may request that the City enter into such litigation to protect the interests of the
City; or may request that the appropriate state agency enter into such litigation to protect the interests
of the State of Washington. In addition, the Consultant/Contractor may request the appropriate federal
agency enter into such litigation to protect the interests of the United States.
E25FA.BHC PSA Packet Pg. 30
2.2.a
APPENDIX 2 CONTRACT
(Appendix E of USDOT 1050.2A Standard Title VI Assurances)
During the performance of this Agreement, the Consultant/Contractor, for itself, its assignees, and successors
in interest (hereinafter collectively referred to as the "Consultant/Contractor") agrees to comply with the
following non-discrimination statutes and authorities, including but not limited to:
Pertinent Non -Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21;
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §
4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because
of Federal or Federal -aid programs and projects);
• Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of
sex);
• Section 504 of Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended,
(prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or
activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and
contractors, whether such programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of
disability in the operation of public entities, public and private transportation systems, places of public
accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by
Department of Transportation regulations at 49 C.F.R. parts 37 and 38;
• The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations
and Low -Income Populations, which ensures discrimination against minority populations by
discouraging programs, policies, and activities with disproportionately high and adverse human health
or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Person with Limited English Proficiency,
and resulting agency guidance, national origin discrimination includes discrimination because of
limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable
steps to ensure the LEP person have meaningful access to your programs (70 Fed. Reg. at 74087 to
74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
E25FA.BHC PSA Packet Pg. 31
2.2.a
EXHIBIT A
SCOPE OF SERVICES
City of Edmonds
Phase 6 (2026) Storm Utility Replacement
March 6th, 2025
Statement of Understanding
The City of Edmonds (City) is contracting with BHC Consultants, LLC (BHC) to complete the design of approximately
2,700 feet of storm utility main replacements for construction in 2026. The City has identified six (6) sites that need
storm utility repair or replacement, totaling about 4,400 feet of storm utility mains (see Exhibit A-1). BHC is teamed
with HWA GeoSciences, Inc. (HWA) for geotechnical investigations, Duane Hartman and Associates (DHA) for
surveying and easements, and Applied Professional Services (APS) for utility locates, closed-circuit television
(CCTV) inspection, pavement cores, and potholing. BHC will prepare 30% Design Drawings for each site to identify
the necessary improvements and then develop Opinions of Probable Construction Costs (OPCC) for those
improvements. Following the City's review of the 30% Design Drawings, BHC will work with the City to determine
which sites will be included in the 2026 Construction Contract. BHC will then develop bid documents for the selected
sites that the City can use to solicit bids from contractors to construct the improvements. Descriptions for each site
and the associated site upgrades are as follows:
Site 1: This site addresses storm utility mains within 88th Avenue W, south of the Fruitdale Creek outfall, and private
properties 8613 and 8615 1941h Place SW, 8614 and 8615 193rd Place SW, as well as 19401 and 19407 881h Avenue
W. The City has existing easements for the properties 19401 and 19407 881h Avenue W; the other properties do not
have existing easements, but the City does not anticipate any new easements will be needed. Temporary
Construction Easements (TCE) and Right of Entry (ROE) from property owners will be required to gain access to
structures as necessary. There are existing large trees over the existing mains that have caused root intrusions
which lead to obstruction and restraint on the stormwater flow. The storm utility main on the private property 8615
194th Place SW has below -grade bends. Feasibility of Cured -In -Place Pipe (CIPP) rehabilitation will be evaluated
through the existing bend, and whether a new structure will be required will be determined. Permitting with
Washington State Department of Ecology (Ecology) for work below the ordinary high-water mark or other
environmental permitting is not anticipated. Topographic survey and Geotechnical data have been obtained by the
City for the entire study area, but some survey spot checks are required to evaluate any surface changes that have
occurred since the date of original survey. CCTV inspection will be obtained for the entire study area.
Site 2: This site addresses a 12-inch concrete storm utility main located on the south side of property 21420 95th
Place W. The existing pipe connects two (2) existing catch basins on 95th Place W and 96th Avenue W. The existing
storm utility main currently has root intrusions that have put restraint on the existing flows. The proposed
rehabilitation is mainly on private property and the City does not have an existing easement on the property. A new
easement is not anticipated as any above -grade access would occur on either side of the private property. If the
proposed rehabilitation is not feasible, rerouting the storm north and around on 95th Place W is an alternative. Per the
City's GIS database, there are no critical areas within the limits of this site. Topographic survey data and CCTV
inspection will be obtained for the entire study area. If rerouting becomes the preferred alternative, then Geotechnical
data will also be obtained.
Site 3: This site addresses storm utility mains within Daley Place, 1211 Place N, and private properties of 403, 413,
431, 433, and 443 121h Place N. The existing storm utility main currently has root intrusions that have put restraint on
the existing flows. CIPP is the preferred alternative for Site 3 and limited topographic survey is anticipated as a result.
The proposed upgrades are mainly on private properties and the City does not have any existing easements on the
properties and is not anticipating needing to acquire any. TCEs and ROEs from property owners will be required to
3/6/25 Page 1
Packet Pg. 32
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
gain access to structures as necessary. Per the City's GIS database, there are no critical areas within the limits of
this site. Limited topographic survey data and CCTV inspection will be obtained for the entire study area.
Site 4: This site involves extending the existing storm utility from the alley running parallel between 81h Avenue S and
C Avenue to an existing catch basin on C Avenue, north of Fir Street. The catch basin is located south of 1044 C
Avenue private property and is not connected to the rest of the City's stormwater system. The proposed work is to
alleviate drainage issues and flooding that is occurring on the 1044 C Avenue private property. The proposed work
on the private property will need a new easement. Per the City's GIS database, there are no critical areas within the
limits of this site. Topographic survey and Geotechnical data will be obtained for the entire study area. The
topographic survey will also include invert and rim elevations for the catch basins on C Avenue, south of Pine Street
and spot elevations on C Avenue in the event that an easement is not able to be negotiated, and alternative routing is
needed.
Site 5: This site involves the installation of new piping and structures along 1791h Place SW, Talbot Road, and
Olympic View Drive to reroute most of the flows going through private properties. The proposed work is also to help
alleviate drainage issues on the existing system, specifically a hydraulic issue near 881h Avenue W and Olympic View
Drive. The City would also like BHC to investigate if the old piping and structures could be abandoned with the new
improvements. All the proposed work will be within the City right-of-way and there will be no need for new
easements. Per the City's GIS database, there are no critical areas within the limits of this site. Topographic survey
data, Geotechnical data, and CCTV inspection will be obtained for the entire study area.
Site 6: This site involves rerouting flows from Alder Street to a higher capacity Maple Street system while keeping
Alder Street connected to act as an overflow. The proposed work will occur along 71h Avenue S, between Alder Street
and Maple Street. The existing main on 71h Avenue S is to be abandoned. The proposed work is to alleviate existing
drainage issues. All the proposed work will be within the City right-of-way and there will be no need for new
easements. Per the City's GIS database, there are no critical areas within the limits of this site. Geotechnical data will
be obtained for the study area and recent topographic survey data will be provided by the City.
Project Approach and Scope
The Project will commence in three (3) stages: 30% Design for all six (6) sites; final design and services during
construction for a subset of the sites under a 2026 Construction Contract; and then the final design and services
during construction for the remaining sites under a 2027 Construction Contract. The following Scope of Services
outlines the tasks associated with the 30% Design for all six (6) sites and the final design and services during
construction for the projects that will be included in the 2026 Construction Contract. The final design and services
during construction for the sites included in the 2027 Construction Contract will be addressed via a future Contract
Amendment.
In general, BHC will provide 30% Design for all six (6) sites, including alternatives analysis for Site 2. Final design —
60%, 90% and Final — services and deliverables will be provided within this Scope for the sites that are to be included
in the 2026 Construction Contract. Up to three (3) sites and approximately 2,700 linear feet of storm rehabilitation or
replacement are assumed to be part of the 2026 Phase 6 Stormwater Replacements Contract. Services that will be
provided by BHC via subconsultants include utility locates, CCTV inspection/analysis, potholing, pavement cores,
topographic surveying, preparation of easement legal descriptions, if necessary, and geotechnical engineering. The
City will be responsible for all permitting associated with the projects included in the 2026 Construction Contract.
The proposed upgrades will be designed and constructed in accordance with the City of Edmonds current design
standards, 2019 Department of Ecology Stormwater Management Manual for Western Washington, and the current
edition of the Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge,
and Municipal Construction (hereinafter referred to as the "Standard Specifications").
3/6/25 Page 2
Packet Pg. 33
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
Each task description includes the following six components:
1) Description: Summary description of task.
2) City Responsibilities: Elements that will be provided by the City or be the City's responsibility.
3) Work Tasks: Tasks that will be completed by BHC or its subconsultants.
4) Deliverables: The finished product that will be delivered to the City.
5) Assumptions: Assumptions used to develop each Work Task.
6) Meetings: Meetings identified for each Work Task.
Task 10 Project Management: This task will be used to track and monitor the BHC
progress of the Project and coordinate with the Design Team and the City.
City Responsibilities:
1) Approve Consultant Contract.
2) Approve Contract Amendments if required or provide written authorization to use the Management
Reserve Fund.
Work Tasks:
1) Project Work Plan: Develop and distribute a Project Work Plan to the City and BHC team members,
including schedule, responsibilities, and level of effort.
2) Contract Management: Set up the Project in BHC's accounting system and then prepare and execute
contracts with each subconsultant.
3) Invoicing/Status Reports: Provide monthly invoices with status reports, including schedule updates.
4) Team Coordination: Coordinate with the Project Design Team by phone or video conference via MS
Teams to review current and upcoming tasks, deliverables, and coordination efforts.
5) City Coordination: Coordinate with the City by phone or video conference via MS Teams to discuss
progress, issues, current and upcoming tasks, deliverables, and coordination efforts.
Deliverables:
1) Monthly status reports with invoices (Adobe pdf format).
2) Agendas, minutes, and action items for initial Kickoff Meeting with the City.
3) Minutes and documentation for select periodic coordination meetings.
4) Copies of pertinent emails and correspondence.
Assumptions:
1) Each Project Status Report will include the following:
a) Project status summary narrative by task.
b) Project budget summary table.
2) The Phase 6 design services phase will last approximately 12-14 months followed by a 9-month
construction phase.
3) Monthly coordination meetings will be held with the City via video conference on MS Teams to review
and discuss the Project.
4) Coordination outside of the meetings will be via email, telephone, or video conferencing via MS Teams.
Meetings:
1) Kickoff Meeting.
2) Periodic internal Project Team coordination meetings.
3) Monthly coordination meetings with the City via video conference on MS Teams.
3/6/25 Page 3
Packet Pg. 34
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
Task 20 Utility Location Services, CCTV Services, and Pavement Cores: This task BHC, APS
will be used to collect available utility record drawings and to field -locate and surface -
mark (paint) the approximate locations of underground utilities within the Project area.
CCTV investigation and analysis will be obtained to assist in determining the conditions
of the existing pipe. Cores of the existing pavement will also be obtained to assist in
determining the thickness of the existing pavement when open cut is the preferred
installation method.
City Responsibilities:
1) Provide electronic copies of maps and utility record drawings (as-builts) of the existing City -owned and
maintained utilities.
2) Locate City -owned utilities (water, sanitary sewer, storm sewer).
Work Tasks:
1) Record Drawings: Request available franchise utility companies' construction record drawing
information, including underground power, gas, telephone, fiber optic and other known utilities and
incorporate this information into the base drawings for all six (6) sites.
2) Locate Utilities: Attempt to locate and mark underground utilities. Activities include:
a) Contacting One -Call (811) for utility locates.
b) Using sound/ electric signal conducting equipment to attempt to locate non -City -owned
underground utilities (gas, power, telephone, cable, etc.).
3) CCTV Investigations: Conduct CCTV investigations and analysis for the preferred CIPP sites.
4) Pavement Cores: Core the existing pavement for the sites being excavated (5 cores total).
5) Potholing Plan: Develop and submit a plan for limited potholing of potentially impacted utilities to the
City for review and authorization.
Deliverables:
1) One (1) electronic copy (Adobe PDF) of the Preliminary Potholing Plan.
2) One (1) electronic copy (Adobe PDF) of the PACP Inspection Reports.
3) Electronic copies of the CCTV videos.
4) One (1) electronic copy (Adobe PDF) of the pavement core profiles.
Assumptions:
1) APS's services will be as described in Exhibit A-2 and will include utility locates, CCTV investigations,
and pavement cores.
2) The One -Call (811) service is not required to conduct utility locates for design purposes. Therefore,
while the One -Call (811) service will be contacted for locates, BHC will contract with APS for the design
locates of non -City -owned utilities.
3) The utility locates will be based on available information and may not be accurate or complete and shall
not be used for construction. During construction, the Contractor shall be responsible for contacting
One -Call (811) to obtain utility locates from the utility purveyors and for physically verifying the actual
locations of utilities and identifying potential conflicts that need to be resolved.
4) CCTV investigations will only be done for Sites 1, 2, 3, and 5. The investigation will be PACP
inspections with reports from a NASSCO certified technician.
5) Pavement cores will be made using a 6 inch coring bit and will be restored with a non -shrink grout
patch.
6) The utility locates will occur prior to conducting the Field Survey under Task 30.
3/6/25 Page 4
Packet Pg. 35
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
7) The City will be responsible for locating all City -owned utilities (water, sewer, storm) prior to the Field
Survey being completed.
8) Right -of -Way Permits will be required for CCTV investigations and pavement cores. No other permits
will be required for these services.
Meetings:
1) No meetings are planned for this Task.
Task 30 Field Survey: This task will be used to develop survey base drawings for BHC, DHA
each site that will be used for developing the design base drawings and will include
surveying the surface -marked underground utilities and conducting a topographic field
survey to identify existing surface conditions within the Project limits.
City Responsibilities:
1) None.
Work Tasks:
1) Field Survey: Establish horizontal and vertical control, conduct topographic survey, and prepare base
drawings for Sites 2 through 5. Previous survey base -mapping will be provided by the City for Sites 1 and 6.
Limited spot checks will be provided to update the Site 1 survey (-2018); no checks or updates will be
provided for Site 6 survey (-2024).
2) Base -mapping: BHC will review, and field -check draft base -mapping provided by DHA. BHC will format the
draft base -map to meet BHC and City standards for use in design. Site 3 base -mapping provided by DHA
(stormwater linework and elevations only) will be supplemented with GIS utility files and aerials to complete
the base -mapping.
Deliverables:
1) None. The survey base map will be used for design purposes. Base map files will be provided upon
request.
Assumptions:
1) DHA's services will be as described in Exhibit A-3 and will address the full width of the right-of-way or
easements.
2) Determining tree dripline limits is not included.
3) Permits will not be required to complete the field survey.
4) Monuments will not be disturbed by the Design Team so monument destruction forms/permits will not
be required. The Contractor shall be responsible for these forms should the Contractor's work disturb
any monuments. If the design team determines a monument may be disturbed, then appropriate notes
will be shown on the construction drawings to inform the Contractor that the Contractor is responsible
for complying with all requirements associated with disturbing monuments.
Meetings:
1) No meetings are planned for this Task.
Task 40 Preliminary Design (-30%): This task will be used to develop 30% Design BHC
level plans for each site that the City may then use to determine which sites progress to
Final Design and Construction under the 2026 Construction Contract.
3/6/25 Page 5
Packet Pg. 36
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
City Responsibilities:
1) Electronic copies of storm utility inspection videos.
2) Copies of previous reports and design documents prepared for the City by others that are pertinent to
each site.
3) Input and final selection of improvements associated with each site.
4) Provide a summary of tributary flows at each site or provide remote access to the City's model for
limited use by BHC to verify flows at sites.
Work Tasks:
1) 30% Design Drawings: Prepare 30% Design Drawings for each site. An alternative analysis will be
conducted for Site 2.
2) Coordinate with the City: Coordination meeting regarding alternatives and sites to be included in the
2026 Construction Contract via telephone or video conferencing via MS Teams as the investigations
commence.
3) Preliminary OPCC: Prepare a Preliminary OPCC for each site.
4) Site Visits: Conduct Site Visits to identify/address potential design issues.
5) QA/QC Review: Conduct quality assurance/quality control (QA/QC) reviews.
Deliverables:
1) One (1) electronic copy (Adobe PDF) of the preliminary layouts (30% plan design) for each site and the
recommended alternative for Site 2.
2) One (1) electronic copy (Adobe PDF) of the Preliminary OPCC for each site.
Assumptions:
1) BHC will not perform capacity analysis (e.g. hydraulic modeling, Manning's equation calculations, etc.)
to inform pipe sizing. Necessary pipe sizes will be provided by the City and/or informed by others.
2) Task 40 includes 30% Design Drawings and OPCC. Specifications will not be provided at the 30%
Design level.
3) For Site 1, BHC will:
a) Review video inspection files and Pipe Assessment Certification Program (PACP) inspection
reports for the system.
b) Evaluate the pipe in the pink highlighted reach on Site 1 in Exhibit A-1 to assess alternatives to
address the issues revealed by the videos and PACP inspection reports. The analysis will
primarily consist of a review of inverts, CCTV, and PACP inspection reports to determine the
extent of improvements that will be required to address defects in the existing mains. Engage
in discussions with a CIPP Contractor to evaluate the feasibility of CIPP through the bend in
8615 194'" Place SW property, and whether a new structure would be required to support
CIPP.
c) Review and discuss potential solutions with the City. While these discussions will occur
throughout the design process, the intent is to:
• Meet with the City regarding potential options once BHC has the base maps for the
site and has reviewed the videos.
• Develop the ideas generated out of that meeting and evaluate them for feasibility.
• Establish the recommended limits of the proposed improvements.
• Provide recommendations on the construction methods to upgrade the pipe.
d) Prepare 30% Design Plan Drawings of the proposed improvements. These drawings will be
conceptual and will only identify the pipes and structures that are intended to be rehabilitated
or replaced and the proposed method of construction. BHC will also provide a
3/6/25 Page 6
Packet Pg. 37
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
recommendation regarding easements and temporary construction permits. Authorization to
utilize Management Reserve Funds will be necessary if the City wants BHC to prepare any
easement exhibits or temporary construction permit exhibits.
4) For Site 2, BHC will:
a) Review video inspection files and PACP inspection reports for the system.
b) Evaluate the pipe in the pink highlighted reach on Site 2 in Exhibit A-1 to assess alternatives to
address the issues revealed by the videos and PACP inspection reports. The alternative
analysis will primarily consist of a review of inverts, CCTV, and PACP inspection reports to
determine the extent of improvements that will be required to address defects in the existing
mains.
c) Review and discuss potential solutions with the City. While these discussions will occur
throughout the design process, the intent is to:
• Meet with the City regarding potential options once BHC has the base maps for the
site and has reviewed the videos.
• Develop the ideas generated out of that meeting and evaluate them for feasibility.
• Establish the recommended limits of the proposed improvements.
• Provide recommendations on the construction methods to upgrade the pipe.
d) Prepare 30% Design Plan Drawings of the proposed improvements. These drawings will be
conceptual and will only identify the pipes and structures that are intended to be rehabilitated
or replaced and the proposed method of construction. BHC will also provide a
recommendation regarding easements and temporary construction permits. Authorization to
utilize Management Reserve Funds will be necessary if the City wants BHC to prepare any
easement exhibits or temporary construction permit exhibits.
5) For Site 3, BHC will:
a) Review video inspection files and PACP inspection reports for the system.
b) Evaluate the pipe in the pink highlighted reach on Site 3 in Exhibit A-1 to assess alternatives to
address the issues revealed by the videos and PACP inspection reports. The alternative
analysis will primarily consist of a review of inverts, CCTV, and PACP inspection reports to
determine the extent of improvements that will be required to address defects in the existing
mains.
c) Review and discuss potential solutions with the City. While these discussions will occur
throughout the design process, the intent is to:
• Meet with the City regarding potential options once BHC has the base maps for the
site and has reviewed the videos.
• Develop the ideas generated out of that meeting and evaluate them for feasibility.
• Establish the recommended limits of the proposed improvements.
• Provide recommendations on the construction methods to upgrade the pipe.
d) Prepare 30% Design Plan Drawings of the proposed improvements. These drawings will be
conceptual and will only identify the pipes and structures that are intended to be rehabilitated
or replaced and the proposed method of construction. BHC will also provide a
recommendation regarding easements and temporary construction permits. Authorization to
utilize Management Reserve Funds will be necessary if the City wants BHC to prepare any
easement exhibits or temporary construction permit exhibits.
6) For Site 4, BHC will:
a) Review catch basin (inverts) and pipe information to determine feasibility of the alignment
identified by the blue highlighting on Site 4 in Exhibit A-1.
b) Review and discuss potential solutions with the City. While these discussions will occur
throughout the design process, the intent is to:
• Meet with the City regarding potential options once BHC has the base maps for the
site and has reviewed the catch basin survey information.
3/6/25 Page 7
Packet Pg. 38
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
• Develop the ideas generated out of that meeting and evaluate them for feasibility.
• Establish the recommended limits of the proposed improvements.
• Provide recommendations on the construction methods to upgrade the pipe.
c) Prepare 30% Design Plan Drawings of the proposed improvements. These drawings will be
conceptual and will only identify the pipes and structures that are intended to be rehabilitated,
replaced, or extended and the proposed method of construction. BHC will also provide a
recommendation regarding easements and temporary construction permits. DHA is scoped to
develop a legal and exhibit for one (1) easement, and additional ones will need authorization
to utilize Management Reserve Funds if the City wants BHC to prepare any easement exhibits
or temporary construction permit exhibits.
7) For Site 5, BHC will:
a) Review catch basin (inverts) and pipe information to determine feasibility of the alignment
identified by the blue highlighting on Site 5 in Exhibit A-1 the drainage issues.
b) Review and discuss potential solutions with the City. While these discussions will occur
throughout the design process, the intent is to:
• Meet with the City regarding potential options once BHC has the base maps for the
site and has reviewed the catch basin survey information.
• Develop the ideas generated out of that meeting and evaluate them for feasibility.
• Establish the recommended limits of the proposed improvements.
• Provide recommendations on construction methods to upgrade the pipes.
c) Prepare 30% Design Plan Drawings of the proposed improvements. These drawings will be
conceptual and will only identify the pipes and structures that are intended to be rehabilitated,
replaced, or extended and the proposed method of construction.
8) For Site 6, BHC will:
a) Review catch basin (inverts) and pipe information to determine feasibility of the alignment
identified by the blue highlighting on Site 6 in Exhibit A-1 the drainage issues.
b) Review and discuss potential solutions with the City. While these discussions will occur
throughout the design process, the intent is to:
• Meet with the City regarding potential options once BHC has the base maps for the
site and has reviewed the catch basin survey information.
• Develop the ideas generated out of that meeting and evaluate them for feasibility.
• Establish the recommended limits of the proposed improvements.
• Provide recommendations on construction methods to upgrade the pipes.
c) Prepare 30% Design Plan Drawings of the proposed improvements. These drawings will be
conceptual and will only identify the pipes and structures that are intended to be rehabilitated,
replaced, or extended and the proposed method of construction.
9) Drawings will be prepared using AutoCAD/Civil 3D 2023.
10) Only storm plan drawings will be developed for this task and will be set up to plot at full size (22" x 34")
and half size (11" x 17"). Full size plan and profile drawings will be drawn at a horizontal scale of
1" = 20'.
11) Plan drawings will address approximately 900 linear feet of improvements per sheet with the plan view
improvements shown in two (2) viewports.
12) An OPCC will only be prepared for the final selected alternative for each site.
Meetings:
1) Progress and findings will be regularly communicated with the City via email, telephone, and video
conferencing via MS Teams at regular intervals during the preliminary design stage.
2) One (1) meeting will be held virtually via video conference on MS Teams with the City to determine
which sites are selected to progress to Final Design under Task 50.
3/6/25 Page 8
Packet Pg. 39
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
Task 50 Final Design: This task will be used develop Final Design documents for up BHC
to three (3) sites and up to 2,700 feet of storm utility main upgrades from the six (6)
sites developed to 30% Design under Task 40.
City Responsibilities:
1) Select the sites that will be included in the 2026 Construction Contract and the associated limits of
those improvements.
2) Provide electronic copies (PDF or AutoCAD) of the City's standard details.
3) Provide electronic copies (MS Word) of the City's latest Bidding Documents, Contract Forms, and
General Requirements.
4) Provide a consolidated set of written review comments on each design submittal.
5) Attend virtual meetings via MS Teams and/or provide venues for design review meetings.
6) Apply for and obtain all Project related permits.
7) Public outreach services, as needed.
Work Tasks:
1) Design Drawings: Develop Design Drawings for the storm utility upgrades.
2) Specifications: Develop Construction Specifications and Special Provisions to support the design
drawings.
3) OPCCs: Prepare OPCCs.
4) QA/QC reviews: Conduct QA/QC reviews on all significant submittal documents.
5) Document Submittals: Submit Design Documents at the 60%, 90%, and Final Design stages for the
City to review.
6) Attend Meetings: Attend virtual design review meetings via MS Teams with the City after each
submittal.
7) Site Visits: Visit sites to check/verify design issues and assumptions.
Deliverables:
1) 60% Design Submittal:
a) One (1) electronic copy (Adobe PDF) of the 60% Design Drawings.
b) One (1) electronic copy (Adobe PDF) of the 60% Contract Documents.
c) One (1) electronic copy (Adobe PDF) of the 60% OPCC.
2) 90% Design Submittal:
a) One (1) electronic copy (Adobe PDF) of the 90% Design Drawings.
b) One (1) electronic copy (Adobe PDF) of the 90% Contract Documents.
c) One (1) electronic copy (Adobe PDF) of the 90% OPCC.
3) Final Design Submittal:
a) One (1) half size and one (1) full size stamped and signed paper copy of the Final Design
Drawings.
b) One (1) paper copy of the Final Contract Documents (stamped and signed),
c) One (1) paper copy of the Final OPCC.
d) One (1) electronic copy of the Design Drawings in AutoCAD Civil 3D and Adobe PDF.
e) One (1) electronic copy of the Contract Documents in MS Word and PDF format.
f) One (1) electronic copy of the OPCC in MS Excel and PDF Format.
3/6/25 Page 9
Packet Pg. 40
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
Assumptions:
1) No time is included to coordinate with other consultants for potential consolidation of Phase 6
Stormwater Improvements into a construction set that also includes replacement of other utilities (e.g.
water and sanitary sewer).
2) The improvements for all sites included in the 2026 Construction Contract will be bid as a single bid
package with separate bid schedules for each site.
3) Design Drawings will be prepared using AutoCAD/Civil 3D 2023 and will meet the following standards:
a) Developed for plotting at full size (22" x 34") and half size (11" x 17").
b) Full size drawings will be drawn at a horizontal scale of 1" = 20' and a vertical scale for profiles
of1"=5'.
c) Plan and profile drawings will be provided for open -cut replacement; only horizontal plan
drawings are required for in -place rehabilitation such as CIPP.
d) Plan and profile drawings will address approximately 400 to 500 feet of improvements per
drawing.
e) The temporary erosion and sediment control (TESC)notes and details sheet will be generated
per City standards. Separate TESC plans will not be required.
f) Details generated for the improvements may use other scales as needed.
g) Separate restoration, channelization, or traffic control plans will not be required.
4) The current edition of the WSDOT Standard Specifications for Road, Bridge and Municipal Construction
will be used to supplement the City's standard specifications. The Standard Specifications will be
supplemented with Special Provisions to address the needs of the Project.
5) The design will not identify temporary staging areas for construction.
6) BHC will make reasonable efforts to provide an accurate OPCC with each submittal. However, the
actual costs bid by contractors is beyond BHC's control and may vary significantly from BHC's final
OPCC. Association for the Advancement of Cost Engineering (AACE) estimating methods and
classifications are not required for the OPPCs. The OPCCs will contain the following contingencies:
a) The 60% Design OPCC will include a 20% contingency.
b) The 90% Design OPCC will include a 10% contingency.
c) The Final Design OPCC will not include a contingency.
7) The 60% and 90% review comment meetings will occur within three (3) weeks of City's receipt of the
submittals.
8) For each deliverable, the City will coordinate its comments to remove conflicting requests prior to
forwarding those comments to BHC.
9) If necessary, the City will be responsible for obtaining all rights of entry to private property.
10) BHC will make up to two (2) Site Visits during the design process to verify/check design assumptions
and issues.
11) Construction restoration will consist of hot mixed asphalt (HMA) patches within the traveled right-of-way
and in -kind restoration of surface features outside the traveled right-of-way. Information obtained via the
potholing and coring efforts will be used to inform the depth of the necessary HMA patch. The design
will try to avoid impacts to existing driveways and access ramps to sidewalks. Therefore, modifying
driveways or ramps to comply with Public Right -of -Way Accessibility Guidelines (P ROWAG)/Ameri cans
with Disabilities Act (ADA) requirements is excluded from this Scope of Services.
12) Overlays of disturbed streets will be completed separately by the City under a future project. Therefore,
the design of overlays is excluded from this Scope of Services.
13) Existing utilities being replaced by parallel utilities will be abandoned in place and will not be removed
during construction except as required to make connections or crossings. Pipe to be abandoned in
place shall be plugged or completely filled with sand or Controlled Density Fill (CDF) per the City's
requirements. Structures that will be abandoned in place will have the top 4 feet of the structure
removed and the remaining structure will be filled with sand or CDF.
14) Public outreach services will not be required.
3/6/25 Page 10
Packet Pg. 41
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
Meetings:
1) Participate in one (1) virtual meeting up to two (2) hours in length with City staff to discuss review
comments on the 60% Design submittal.
2) Participate at one (1) virtual meeting up to two (2) hours in length with City staff to discuss review
comments on the 90% Design submittal.
Task 60 Geotechnical Engineering Services: This task will be used to provide BHC, HWA
Geotechnical Field Services and prepare a Geotechnical Engineering Report with
Project recommendations that address geotechnical issues at each site.
City Responsibilities:
1) Provide City records that may be informative of the existing soil and ground water conditions within
each site.
2) Review and provide comments on the draft Geotechnical Engineering Report.
3) Obtain access permission for all field work that is required within easements or on private property.
Work Tasks:
1) Geotechnical Engineering — At Sites 2, 4, 5, and 6, HWA will:
a) Review geologic/geotechnical data.
b) Conduct geologic reconnaissance.
c) Conduct subsurface explorations.
d) Conduct laboratory analysis on soil samples.
e) Prepare a Geotechnical Engineering Report that addresses each site.
Deliverables:
1) One (1) electronic (Adobe PDF format) copy of a draft Geotechnical Engineering Report that
summarizes the results and contains preliminary geotechnical engineering recommendations for all six
(6) sites.
2) One (1) electronic (Adobe PDF format) copy of a final Geotechnical Engineering Report that contains
geotechnical engineering conclusions and recommendations to support the design of the subset of sites
that will be included in the 2026 Construction Contract.
Assumptions:
1) HWA's scope of services, assumptions, and limitations for the geotechnical engineering services are
described in Exhibit A-4.
2) Site 2 is contingent on the City's decision on the alternative analysis in Task 40. If the City decides to
reroute the storm flow on 95th Place W, then geotechnical data will be obtained.
3) A draft report addressing findings at all six (6) sites will be prepared for review by the City. Once the
City selects the final sites to be included in the Phase 6 Construction Contract, the draft report will be
modified to address the City's comments and will be trimmed to focus only on the sites included in the
Phase 6 Construction Contract.
4) A second geotechnical report will address the remaining sites; however, the scope and budget for the
preparation of the second report will be addressed via a future contract amendment.
Meetings:
1) No meetings are anticipated for this task.
3/6/25 Page 11
Packet Pg. 42
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
Task 70 Services During Bidding and Construction: This task will be used to assist BHC
the City in obtaining bids from Contractors to construct the improvements and to
provide engineering assistance during construction.
City Responsibilities:
1) Administer the advertisement and distribution of the bid/contract documents to prospective bidders.
2) Distribute addenda as necessary.
3) Receive, open, and process the bids, including the preparation of the bid tabulation, reviewing the
apparent low bidder references, preparing a recommendation for contract award, and awarding the
contract to the lowest responsible bidder.
4) Provide consolidated bid results on a bid tab spreadsheet and provide a copy of this information to
BHC.
5) Print and distribute conformed documents to the Contractor.
6) Provide all construction management services, including but not limited to contract administration,
reviewing submittals and requests for information, addressing Change Orders if any, and processing all
pay estimates.
7) Provide all construction observation and inspection services.
8) Review and consolidate redlines of all modifications that occurred during construction and submit the
compiled set to BHC for preparation of the Construction Record Drawings.
9) Provide review comments on the draft Construction Record Drawings.
10) Prepare and sign the Declaration of Construction Completion in accordance with WAC 173-240-090.
Work Tasks:
1) Bid Period Services: Assist the City in addressing questions from bidders during the bid process by
preparing up to one (1) addendum.
2) Construction Meetings: Attend a preconstruction conference with the City and the Contractor and attend
construction coordination meetings if specifically requested by the City.
3) Assist with RFIs: During construction, respond to requests for information (RFI) that pertain to clarifying
the design or address conflicts that are found during construction.
4) Assist with Change Orders: Assist the City with addressing changes to the design that are required by
construction.
5) Construction Record Drawings: Prepare Construction Record Drawings.
Deliverables:
1) One (1) electronic copy (Adobe PDF) of one (1) addendum.
2) One (1) paper copy and one (1) electronic copy (Adobe PDF) of the Conformed Contract Documents
(full size drawings, half size drawings, and contract documents).
3) Written responses to RFIs received from the City.
4) One (1) draft set (half size) of the Construction Record Drawings.
5) One (1) final set (half size and full size) of the Construction Record Drawings.
6) One (1) final set of CAD files of the Construction Record Drawings.
Assumptions:
1) Up to one (1) addendum may be required during the bid period to address questions from bidders.
2) BHC will not charge for addenda if they are needed to correct or clarify errors or omissions in the bid
documents.
3) Requests for information will be minimal with responses by BHC only being necessary for up to five (5)
RFIs.
3/6/25 Page 12
Packet Pg. 43
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
4) The City will be responsible for reviewing all construction submittals.
5) Changes to the design required by construction findings will be minimal with BHC only needing to assist
the City with one (1) Change Order.
6) BHC's attendance at the preconstruction meeting and any construction meetings will be virtual via MS
Teams. For purposes of this scope, BHC will attend the preconstruction meeting and one (1)
construction meeting.
7) BHC will not be required to make any Site Visits during construction.
8) The level of effort needed to address redline revisions that occur due to changes to the design that
occur during construction is unknown and cannot be accurately predicted. Therefore, the level of effort
included in the Scope of Services for this Project is an estimate based on BHC's experience with similar
projects, but BHC does not guarantee that actual costs will not exceed the budgeted costs. Once BHC
receives the redlined revisions from the City, BHC will review the revisions to determine if the budget is
adequate and will notify the City of our findings. If BHC determines additional budget is needed, then
the City will be responsible for providing written authorization to utilize the Management Reserve Fund
or will process an amendment.
Meetings:
1) One (1) preconstruction meeting with the City and the Contractor. The City will prepare the agenda and
lead the meeting.
2) For the purposes of this Scope of Services, BHC assumes the City will request BHC's attendance at
one (1) construction meeting.
Task 999 Management Reserve Fund: A budget allowance has been included as a BHC
Management Reserve Fund for the Project. At the City's request and direction, BHC
may perform additional services not included in the above listed activities and/or
provide additional information and/or detail beyond what is anticipated at this time. BHC
shall perform such services and will be paid for such additional services via the
Management Reserve Fund when they are requested by written direction and
authorization by the City's Project Manager.
City Responsibilities:
1) Provide written requests and authorization for performance of additional services
2) Coordinate with franchise utilities for potholing of non -City owned utilities.
3) Conduct all easement negotiations with property owners.
Work Tasks:
1) Develop Scope/Budget proposals for additional design services as requested.
2) Completion of additional design services as authorized by the City.
Deliverables:
1) As defined in the Additional Design Services Scope/Budget.
Assumptions:
1) Permanent easements and/or temporary construction permits may be required within some of the sites.
The number and extent of those easements or temporary construction permits is unknown at this time.
Once those requirements are identified, BHC will need written authorization from the City to access the
Management Reserve Fund to develop the easement and temporary construction permit documents.
3/6/25 Page 13
Packet Pg. 44
2.2.a
City of Edmonds Exhibit A
Phase 6 (2026) Storm Utility Replacement
2) Because the extent of potholing that is needed is unknown and cannot be determined at this time, a
placeholder budget for conducting the potholing that will be developed around the 60% Design stage
under Task 20 has been established as part of the Management Reserve Fund. BHC will prepare a
scope and budget to accompany the pothole plan for comparison to the placeholder budget and will
work with the City as needed to rectify the two.
3) If Portland Cement Concrete Pavement (PCCP) is encountered during the subsurface geotechnical
investigation, HWA will subcontract with a local concrete cutting company to core a 12-inch diameter
hole in the pavement to provide access to the underlying soils. The Management Reserve Fund will be
used to address those costs should PCCP be encountered.
4) If HWA's subsurface investigation encounters potentially contaminated soils and/or groundwater, the
Management Reserve will be used to address the potentially contaminated soils and/or groundwater as
described in Exhibit A-4.
5) While there is potential to encounter PCCP and contaminated soils and/or groundwater at any of the
sites, the Project Budget assumes as a risk mitigation measure that PCCP may only be encountered at
no more than three (3) of the sites and contaminated soils and/or groundwater may only be
encountered at no more than two (2) sites. If this assumption is exceeded then the City and BHC will
discuss additional authorization of the Management Reserve Fund (pulling from other targeted
reserves) or an amendment will be processed.
6) Additional assumptions will be as defined in the Additional Design Services Scope/Budget.
Meetings:
1) As defined in the Additional Design Services Scope/Budget.
Budget
The Project Budget is $461,461 and is attached as Exhibit B. This budget is based on, and in accordance with,
BHC's 2025 Rate Schedule. The City agrees to allow BHC and subconsultants to adjust rates on an annual basis in
January of each year, beginning in January 2026. If the accepted baseline schedule is exceeded by factors beyond
BHC's control, a budget amendment to address increased labor costs may be required.
Exhibits
• Exhibit A-1
City of Edmonds Phase 6 (2026) Storm Utility Replacement Sites
• Exhibit A-2
Applied Professional Services (APS) Subconsultant Scope and Budget
• Exhibit A-3
Duane Hartman and Associates (DHA) Subconsultant Scope and Budget
• Exhibit A-4
HWA GeoSciences, Inc. (HWA) Subconsultant Scope and Budget
• Exhibit B
Project Budget
3/6/25 Page 14
Packet Pg. 45
2.2.a
EXHIBIT A-1
City of Edmonds Phase 6 (2026) Storm Utility Replacement Sites
Packet Pg. 46
City of Edmonds Map Title Site 1
c0 19305 o 0 19301 193C
r., I 19303 00 0
IF1931 8615'
-9317 A a
00
0000� o°°o 9.3'l b %0 19329
1; -40 `� cb 00 M
(19411 1940 d'91111114 11 19407
O PD5-37
� 00Q
�rui ate Cre = 19409 8615
ty L
00
L
�� 19411 19419
�D O
O
a" � `be 00 00 19421
1950101
%O
00 I
Ln 19509 7
1 19507 8625� 5-10
IF
19522 1:1,516 0
126.30 252.6 Feet 188.1 This ma is a user generated static output from an Internet mapping site and i!
2,257 P B P PP g
reference only. Data layers that appear on this map may or may not be accur
S_1984_Web-Mercator _Auxiliary -Sphere current, or otherwise relit
:ity of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTI
2.2.a
0, o .�
52 ti
r ,
4)
Legend
a
Storm Catch Basins
o Edmonds
L
O
p Private
4.1
Cl)
m
■ Infiltration
�
N
Storm Manholes
p Edmonds
d
p Private
L
,O
Infiltration
Q
• Detention Facilities
a.
O
Culvert
C
<all other values>
2
Yes
W
C
o Facility Feature
y
L
Creeks
a
Storm Line
r�
— <all other values>
_
d
No, BNSF; No, COUNTY; No, LYNI
d
MOUNTLAKE TERRACE; No, POF
i
SHORELINE; No, STATE; No, WO,
— Yes, EDMONDS; Yes, PRIVATE; 1
10
Facility Lines
r
— Storm Ditch
d
Stormwater LID
L
- - Sections Boundary
Sections
Q
Edmonds Boundary
ArrSDF_GIS.PROPFRTY Rt11LDIN(
d
Notes Potential CIPP
r
Q
Potential Cluster
Cleanup
"Site already has survey &
GeoTech Report
*Need CCTV Packet Pg. 47
I 2.2.a I
City of Edmonds Map Title Site 2
12- 442
w
Z W
2-4641
12-39N
12-448
ZPJ 12-433
I 21401
I AHREL -ti 21412
12-289 ti
tr
21411
1 5 21420 112-880
O
1
2-4 4 _
M O
21419
Lu 21424
tY
U
Z
� O
N
214-
I I
N12-460 12- 129 21428
1: 672 O
55.96 111.9 Feet
1,000 83.3 This map is a user generated static output from an Internet mapping site and is fc
reference only. Data layers that appear on this map may or may not be accurate
IGS_1984_Web-Mercator _Auxiliary -Sphere current, or otherwise reliabl
City of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTIOI
Legend
Storm Catch Basins
o Edmonds
p Private
■ Infiltration
Storm Manholes
p Edmonds
O Private
Infiltration
• Detention Facilities
Culvert
<all other values>
Yes
o Facility Feature
Creeks
Storm Line
— <all other values>
No, BNSF; No, COUNTY; No, LYNI
MOUNTLAKE TERRACE; No, POF
SHORELINE; No, STATE; No, WO,
— Yes, EDMONDS; Yes, PRIVATE; 1
Facility Lines
Storm Ditch
Stormwater LID
- - Sections Boundary
Edmonds Boundary
ArcSDE.GIS.PROPERTY_BUILDINC
ArrSDF-GIS.STRFFT rFNTFRLINF,
Notes Im Potential CIPP
Potential Alt
Route
*Need Survey, GeoTech, CCTV
Packet Pg. 48
2.2.a
City of Edmonds Map Title
ti. 1
Site 3
i 1116
541
1 r
�j
11 521
WI
� ty�
0
r✓ 427
431
412 r�
413
�9, c7cTr111
111.92 223.8 Feet
2,000 166.7 This map is a user generated static output from an Internet mapping site and is
reference only. Data layers that appear on this map may or may not be accura
iS_1984_Web-Mercator _Auxiliary -Sphere current, or otherwise reliat
City of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTI(
r
52
ti
O
Legend
Storm Catch Basins
o Edmonds
p Private
■ Infiltration
Storm Manholes
p Edmonds
p Private
Infiltration
•
Detention Facilities
Culvert
<all other values>
Yes
o
Facility Feature
Creeks
Storm Line
— <all other values>
No, BNSF; No, COUNTY; No, LYNI
MOUNTLAKE TERRACE; No, POF
SHORELINE; No, STATE; No, WO,
— Yes, EDMONDS; Yes, PRIVATE; 1
Facility Lines
—
Storm Ditch
Stormwater LID
- -
Sections Boundary
Sections
Edmonds Boundary
ArrSr)F-GIS-PROPFRTY RHILDIN(
Notes #M Potential CIPP
'Need Survey & CCTV
Packet Pg. 49
2.2.a
*jj� City of Edmonds Map Title Site 4
111.92 223.8 Feet
2,000 166.7 This map is a user generated static output from an Internet mapping site and is
reference only. Data layers that appear on this map may or may not be accura
SS_1984_Web-Mercator _Auxiliary -Sphere current, or otherwise reliab
City of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTIC
52 ti
Legend
Storm Catch Basins
0 Edmonds
0 Private
■ Infiltration
Storm Manholes
p Edmonds
p Private
Infiltration
• Detention Facilities
Culvert
<all other values>
Yes
o Facility Feature
Creeks
Storm Line
— <all other values>
No, BNSF; No, COUNTY; No, LYNI
MOUNTLAKE TERRACE; No, POF
SHORELINE; No, STATE; No, WO,
— Yes, EDMONDS; Yes, PRIVATE; 1
Facility Lines
Storm Ditch
Stormwater LID
- - Sections Boundary
Sections
Edmonds Boundary
ArrSDF_GIS.PROPFRTV RHILDIN(
Notes Potential Extensiol
'Need Survey & GeoTech
Packet Pg. 50
2.2.a
City of Edmonds Map Title Site 5
1771 n,
Q
v
P D2 2 0 17808 178n
O
1J
Snohomish
i v County Park
79TH P 1
I �
1 -
)J I 9�S •o
�" it it 0 1
r �+ ao 00
9?0S PD2-1
07
1 17W 7951
'" 7W1
9211 I ■
00 5
A8727 __-----
■
17908 1 ! _ OLYMPI 1E
a� 00 r
1 �, N 9111 87ot
C.
N
1r
10 o
i♦ I 1�
67 1810"L r i�l
q1� 1810:11
PD& 6
j si 18to5
' �t2 PD5-351g� 1
7I s � � 18121 870 AS
G �
zZ� 18107 18108
N
1,% • �� s m N 1
9704a_o
I
8 1: 2,686
1 � � 8' o
223.83 447.7 Feet 333.3 This ma is a user generated static output from an Internet mapping site and is
4,��� p B p pp B
reference only. Data layers that appear on this map may or may not be accur
iS_1984_Web-Mercator _Auxiliary -Sphere current, or otherwise relia
:ity of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTI
.�
`32 ti
Legend
Storm Catch Basins
■ Edmonds
■ Private
■ Infiltration
Storm Manholes
0 Edmonds
0 Private
Infiltration
Q Detention Facilities
Culvert
<all other values>
Yes
o Facility Feature
Creeks
Storm Line
,all other values>
No, BNSF; No, COUNTY; No, LYNI
MOUNTLAKE TERRACE; No, POF
SHORELINE; No, STATE; No, WO,
Yes, EDMONDS; Yes, PRIVATE; 1
Facility Lines
— Storm Ditch
Stormwater LID
- - Sections Boundary
Sections
I_ Edmonds Boundary
ArrSDE-GIS-PROPFRTY Rr11LDIN(
NOtes�Potential Extensio
*Need Survey, GeoTech, & CCTV
Packet Pg. 51
Q
2.2.a
City of Edmonds Map Title
(o �, ^. of � • �
,,mot o, • • • •
nm�J41 JIM
Site 6
_ oI EFTEI I c:;Wj =T
Fla(14
4155 r F;71,343
^ _ O
111.92 223.8 Feet
2,000 166.7 This map is a user generated static output from an Internet mapping site and is
reference only. Data layers that appear on this map may or may not be accurz
iS_1984_Web-Mercator _Auxiliary -Sphere current, or otherwise reliat
City of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTI(
0,
52 ti
Legend
Storm Catch Basins
o Edmonds
p Private
■ Infiltration
Storm Manholes
p Edmonds
p Private
Infiltration
• Detention Facilities
Culvert
<all other values>
Yes
o Facility Feature
Creeks
Storm Line
— <all other values>
No, BNSF; No, COUNTY; No, LYNI
MOUNTLAKE TERRACE; No, POF
SHORELINE; No, STATE; No, WO,
— Yes, EDMONDS; Yes, PRIVATE; 1
Facility Lines
Storm Ditch
Stormwater LID
- - Sections Boundary
Sections
Edmonds Boundary
ArrSDF_GIS.PROPFRTV RHILDIN(
Notes Potential Extension
"Site already has survey
`Need GeoTech
Packet Pg. 52
2.2.a
EXHIBIT A-2
Applied Professional Services (APS) Subconsultant Scope and Budget
Packet Pg. 53
2.2.a
Applied Professional Services, INC.
March 6, 2025
Phase 6 & 7 Storm Project
Project Scope: Utility Designating
APS, Inc. will utilize standard RF locating equipment to designate and surface mark, both conductible utilities
within the project boundaries provided by BHC Consultants.
• APS, Inc. will attempt to locate all conductible utilities as per maps provided.
• To locate all conductible utilities APS, Inc. will sweep the project boundaries after the known utilities have
been marked, to attempt to locate any unknown or abandon utilities.
• This estimate is based on design engineering rates in which case prevailing wages do not apply.
• APS, Inc. cannot guarantee that it will find all conductible, non -conductible, abandon or unknown utilities
within the project boundaries.
• APS, Inc. will attempt to locate utilities within the project boundaries, some utilities may not be locatable these
lines are PVC, AC and wood
Deliverables: Utility Designating
• Paint with APWA colors all known and unknown utilities within the project boundaries.
• Walk survey crew through project boundaries and answer any questions for paint marks or utilities that
were located.
Project Cost breakdown: Utility Designating
SERVICE PROVIDED COST / UNIT I EST. HRS/UNITS TOTAL COST
UTILITY DESIGN LOCATE $ 135.00 32 $ 4,320.00
TOTAL PROJECT ESTIMATE $ 4,320.00
Cost Terms:
• The project cost is based on the estimated number of hours it will take to perform the scope of work.
• In the event the project scope increases a revised project cost will be submitted.
• APS, Inc. will require a written authorization to proceed or a signature on the block below prior to any
project start-up.
Packet Pg. 54
2.2.a
Project Scope: Video Inspection/locating
• APS 2-person crew, using our main line pipe crawler Inspection System will video inspect and locate all
storm lines between structures.
• Pipe inspection is dependent on condition, some pipes may not be inspected due to conditions.
• If APS, Inc. is unable to inspect based on conditions above, all work will halt, and the client will be notified
immediately.
• APS to submit all necessary documents to obtain a ROW permit from the City of Edmonds.
Deliverables: Video Inspection
• If requested provide site walk for survey crew of all pipes inspected and located.
• Provide either a DVD or thumb drive of all inspected pipes.
• PACP Inspections with reports from a Nassco certified technician.
Project Cost breakdown: Video Inspection
SERVICE PROVIDED
COST / UNIT
I EST. HRS/UNITS
TOTAL COST
CCTV/INSPECTIONS (portal to portal)
$
265.00
40
$
10,600.00
PROJECT COORDINATION
$
130.00
16
$
2,080.00
PROJECT MANAGEMENT
$
170.00
8
$
1,360.00
PIPE JETTING (plus 10%)
$
2,680.00
4
$
11,792.00
FLAGGING & TC (plus 10%)
$
220.00
32
$
7,744.00
TOTAL PROJECT ESTIMATE
$
33,576.00
Project Scope: Coring
• APS, Inc. shall core approximately (5) locations to get existing asphalt thickness using a 6" core.
• Scope assumes that the utility will be between 0' and 2' in depth.
• Permanent asphalt repair is excluded from this scope. If the local jurisdiction requires CDF backfill and/or
permanent asphalt repair additional fees will be required.
• Collect core data, and photograph all cores.
• This estimate is based on design engineering rates in which case prevailing wages do not apply.
• Restoration is assumed at this time to be a non -shrink 5000 psi concrete patch.
• Grind and overlay of the existing roadway is not covered in this scope. Should the local jurisdiction require
additional restoration, other than what is included in the scope, then additional fees will be required.
• APS to submit all necessary documents to obtain a ROW permit from the City of Edmonds.
Deliverables: Coring
• Test -hole data sheets, which include core thickness information.
• All filed notes with offsets shown in a hand drawn sketch.
• Photo of all core samples and of each location.
• One and a quarter inch zinc washer left at grade where core was performed.
Packet Pg. 55
2.2.a
Project Cost breakdown: Coring
SERVICE PROVIDED
COST / UNIT I
EST. HRS/UNITS
TOTAL COST
AIR VACUUM POTHOLING (portal-to-portal)
$
375.00
6
$
2,250.00
PROJECT COORDINATION
$
130.00
4
$
520.00
CORING (per hole)
$
625.00
5
$
3,125.00
FLAGGING & TC (plus 10%)
$
220.00
6
$
1,452.00
PERMIT FEE (plus 10%)
$
1,500.00
1
$
1,650.00
TOTAL PROJECT ESTIMATE
$
8,997.00
Project Site Address
• SITE 1: 88thAve W & 194th St SW. Edmonds, WA
• SITE 2: 961h Ave W & 951h PI W. Edmonds, WA
• SITE 3: Daley PL. & Olympic Ave. Edmonds, WA
• SITE 4: Pine St. & 8 t h Ave 5 (Alley) Edmonds, WA
• SITE 5: Talbot Rd. & Olympic Vier Dr. Edmonds, WA
Contact Information:
CLIENT:
BHC Consultants
Kevin Aguilar
16015th Ave #500
Seattle, WA 98101
(206) 357-9967
Authorization to Proceed
The undersigned hereby acknowledges the terms and conditions of this agreement and authorizes APS, Inc.
to proceed according to the project scope and cost.
BHC Consultants
Name:
Title:
Date:
Packet Pg. 56
2.2.a
EXHIBIT A-3
Duane Hartman and Associates (DHA) Subconsultant Scope and Budget
Packet Pg. 57
2.2.a
CONSULTANT FEE ESTIMATE
BHC Consultants
7�LT
DHA Surveyors
Attention
Mr. Kevin Aguilar, PE
P5063
Project.
City of Edmonds - Phase 6 & 7 Storm Utility Survey Services
Date:
2/25/2025
Site:
Site #1 - 88th Avenue West & 194th ST SW.
Description:
Existing basemap by DHA in 2018 (18-2838). DHA will provide field
edit to confirm 2018 mapping,
and supplement if necessary.
Duane Hartman & Associates, Inc.
TASK
Principal
Project
Office Tech I
TOTAL
LABOR
NO.
TASK (Scope of Services)
Surveyor
Surveyor I
Field Tech I
Field Tech 11
CAD
HOURS
COST
161.00
154.00
113.00
92.00
113.00
Site-1
Survey
1
Field edit existing basemap
2
8
8
4
22
$
2,742.00
2
Supplemental Mapping
2
8
8
8
26
$
3,194.00
Labor Hours
4
16
16
12
48
-
Labor Dollars
$644.00
$2,464.00
$1,472.00
1 $1,356.00
$
5,936.00
Expenses: Mileage/materials
Utility Locating (estimate)
Sub -consultant Markup (10%)
Deliverables: AutoCAD.dwg 1 "=20' scale
with one (1) foot contours
$200.00
TOTAL FEE $ 6,136.00
Prepared by: Doug Hartman
Packet Pg. 58
2.2.a
CONSULTANT FEE ESTIMATE
BHC Consultants
DHA Surveyors
Attention
Mr. Kevin Aguilar, PE
P5063
Project.
City of Edmonds - Phase 6 & 7 Storm Utility Survey Services
Date:
2/25/2025
Site:
Site #2 - 95th Place West & 96th Avenue West
Description:
Full right of way topographic mapping beginning at 21424 95th Place West running north and west to
the intersection with 96th Avenue West. (+/- 400 lineal feet)
Duane Hartman & Associates, Inc.
TASK
Principal
Project
Office Tech I
TOTAL
LABOR
NO.
TASK (Scope of Services)
Surveyor
Surveyor I
Field Tech I
Field Tech II
CAD
HOURS
COST
161.00
154.00
113.00
92.00
113.00
Site-2
Survey
1
RW Topographic Mapping
2
16
16
12
46
$
5,614.00
2
Final Field Edit
4
4
8
$
1,096.00
$
-
Labor Hours
6
16
1
1 16
1 16
54
Labor Dollars
$966.00
$2,464.00
1
1 $1,472.00
1 $1.808.00
$
6,710.00
Expenses: Mileage/materials
Utility Locating (estimate)
Sub -consultant Mark up (10%)
Deliverables: AutoCAD.dwg 1 "=20' scale
with one (1) foot contours
$250.00
TOTAL FEE 1 $ 6,960.00
Prepared by: Doug Hartman
Packet Pg. 59
2.2.a
CONSULTANT FEE ESTIMATE
BHC Consultants
T��� AA
DHA Surveyors
Attention
Mr. Kevin Aguilar, PE
P5063
Project:
City of Edmonds - Phase 6 & 7 Storm Utility Survey Services
Date:
2/25/2025
Site:
Site #3 - Olympic Avenue & Daley Place
Description:
Survey the location of approximately 14 storm drainage structures as specified.
Survey to include rim and invert elevations, pipe size, material and flow directions.
Duane Hartman &
Associates, Inc.
TASK
Principal
Project
Office Tech I
TOTAL
LABOR
NO.
TASK (Scope of Services)
Surveyor
Surveyor I
Field Tech I
Field Tech II
CAD
HOURS
COST
161.00
154.00
113.00
92.00
113.00
Site-3
Survey
1
Storm Structure Survey
2
12
12
4
30
$
3,726.00
$
-
Labor Hours
2
1 12
12
4
30
-
Labor Dollars
$322.00
1 $1,848.00
$1,104.00
1 $452.00
1
1
$
3,726.00
Expenses: Mileage/materials
Utility Locating (estimate)
Sub -consultant Mark up (10%)
Deliverables: AutoCAD.dwg 1 "=20' scale
with one (1) foot contours
$250.00
TOTAL FEE $ 3,976,00
Prepared by: Doug Hartman
Packet Pg. 60
2.2.a
CONSULTANT FEE ESTIMATE
BHC Consultants
T�TL��
DHA Surveyors
Attention
Mr. Kevin Aguilar, PE
P5063
Project.
City of Edmonds - Phase 6 & 7 Storm Utility Survey Services
Date:
2/25/2025
Site:
Site #4 - Alley Way between 8th Avenue South & C Avenue
Description:
Alley topo survey as specified, survey to include private property between 1044 and 1062 C Avenue (425 Lineal Feet).
Scope to include legal description and exhibit map for the private property easement between parcels
1044 and 1062.
Duane Hartman & Associates, Inc.
TASK
Principal
Project
Office Tech I
TOTAL
LABOR
NO.
TASK (Scope of Services)
Surveyor
Surveyor I
Field Tech I
Field Tech II
CAD
HOURS
COST
161.00
154.00
113.00
92.00
113.00
Site-4
Survey
1
RW Topographic Mapping
2
16
16
12
46
$
5,614.00
2
Final Field Edit
4
4
8
$
1,096.00
3
Easement Preparation
4
4
8
$
1,096.00
Labor Hours
10
16
16
20
62
-
Labor Dollars
$1,610.00
$2,464.00
$1,472.00
$2,260.00
1 $
7,806.00
Expenses: Mileage/materials
Utility Locating (estimate)
Sub -consultant Mark up (10%)
Deliverables: AutoCAD.dwg 1 "=20' scale
with one (1) foot contours
$250.00
TOTAL FEE $ 8,056.00
Prepared by: Doug Hartman
Packet Pg. 61
2.2.a
CONSULTANT FEE ESTIMATE
BHC Consultants DHA Surveyors
Attention
Mr. Kevin Aguilar, PE
P5063
Project:
City of Edmonds - Phase 6 & 7 Storm Utility Survey Services Date:
2/25/2025
Site:
Site #5 - Talbot Road & Olympic View Drive. 88th Avenue W to 79th Place SW.
Description:
Full right of way topographic mapping beginning 50 feet north of the intersection of Talbot Road and Olympic View
Drive (OVD), running north to 79th Place SW, then west on 79th Place West to its termination.
DHA prepared basemap of OVD for the city in 2018. Existing basemap to be walked and supplemented if necessary.
Duane Hartman & Associates, Inc.
TASK
Principal
Project
Office Tech I
TOTAL
LABOR
NO.
TASK (Scope of Services)
Surveyor
Surveyor I
Field Tech I
Field Tech II
CAD
HOURS
COST
161.00
154.00
113.00
92.00
113.00
Site-5
Survey
1
RW Topographic Mapping (1,050 lineal feet)
2
24
24
20
70
$
8,486.00
2
Final Field Edit
4
4
8
$
1,096.00
3
Supplemental Survey of OVD (260 lineal feet)
2
8
4
14
$
2,006.00
Labor Hours
8
32
24
28
92
-
Labor Dollars
$1,288.00
$4,928.00
$2,208.00
$3,164.00
$
11,588.00
Expenses: Mileage/materials
Utility Locating (estimate)
Sub -consultant Mark up (10%)
Deliverables: AutoCAD.dwg 1 "=20' scale
with one (1) foot contours
$350.00
TOTAL FEE $ 11,938.00
Prepared by: Doug Hartman
Packet Pg. 62
2.2.a
EXHIBIT A-4
HWA GeoSciences, Inc. (HWA) Subconsultant Scope and Budget
Packet Pg. 63
Fir
al GEOSCIENCES INC.
DBE/MWBE
February 27, 2025
HWA Proposal No. 2025-PO43-21
BHC Consultants, LLC
1601 Fifth Avenue Suite 500
Seattle, Washington 98101
Attention: Mr. Kevin Aguilar, PE, Project Engineer
Transmitted via email to: kevin.aguilar@bhcconsultants.com
Subject: PROPOSAL FOR GEOTECHNICAL ENGINEERING SERVICES
City of Edmonds Phase 6 & 7 Storm Utility Replacements
Edmonds, Washington
Dear Kevin:
HWA Geosciences Inc. (HWA), a certified women -owned and minority -owned business, is pleased to
submit this proposal for geotechnical engineering services in support of the City of Edmonds Phase 6 & 7
Storm Utility Replacements project in Edmonds, Washington (site). This proposal has been prepared with
information provided by BHC Consultants, LLC (BHC; project civil engineer).
PROJECT BACKGROUND
The City of Edmonds (City) proposes to redirect and/or replace stormwater utilities that run through
residential areas. The Phase 6 and 7 development areas that require geotechnical services include four
general sites:
• Site 2: Stormwater redirection around 95t1i Place West, contingent on feasibility of approach.
• Site 4: Stormwater conveyance extension through private property near 1044 C Avenue and
northward in an alley between C Avenue and 8' Avenue South.
• Site 5: Stormwater redirection through Talbot Road and 179t' Place Southwest.
• Site 6: Stormwater conveyance extension on 7t' Avenue South between Maple Street and Alder
Street.
Anticipated improvements include constructing new and/or extending existing stormwater utilities and
associated improvements. Excavations for the proposed improvements are expected to extend less than
approximately 15 feet below ground surface.
21312 301h Dr. 5E, 5TE.110, Bothell, WA 98021 1 425.774.0106 1 hwageo.com
Packet Pg. 64
2.2.a
February 27, 2025
HWA Proposal No. 2025-PO43-21
PROPOSED SCOPE OF SERVICES
HWA will provide geotechnical engineering services in support of the design of the proposed storm
utility replacements. Specifically, HWA will complete the following activities.
PROJECT MANAGEMENT
• Invoice Generation and Processing: HWA will prepare monthly invoices, and progress reports
for the duration of the project.
• Geotechnical Task and Contract Management: HWA will provide task management to all
geotechnical related aspects of the project. HWA will correspond with the design team in the
form of meetings, emails, and telephone calls, as necessary.
• Project Meetings: HWA will participate in up to two (2) one -hour virtual design team
meetings.
GEOTECHNICAL FIELD INVESTIGATION
• Collect and Review Available Geotechnical Data: HWA will collect and review readily
available geotechnical information for the area in the vicinity of the project site. This review
will include online geotechnical databases, geologic maps, the HWA library, and geotechnical
information provided by BHC and the City.
• Conduct Utility Locates: HWA will mark the proposed exploration locations and arrange for
utility locates using the Utility Notification Center and a private utility locate subcontractor.
HWA will make an additional site visit to verify that the proposed locations of the borings are
clear of utilities prior to finalizing the exploration plans and mobilizing the equipment.
• Develop a Project -Specific Health and Safety Plan (HASP): HWA will generate a HASP
describing the potential hazards associated with the exploration work and the processes and
procedures to promote health and safety during HWA's field operations.
• Generate Geotechnical Subsurface Exploration Plan: HWA will prepare a Geotechnical
Subsurface Exploration Plan Memoranda for the proposed exploration program. The work plan
will be submitted to the design team and City for review and approval. The work plan will
detail the type, location, and extent (depth, sampling interval, in -situ testing and
instrumentation installation) of proposed field explorations along with logistics necessary to
perform the work. The work plans will also be used for utility locating clearances and for
permitting that may be necessary to access the exploration locations. We assume the City or
BHC will provide any required permits or rights of entry at no cost to HWA.
Generate Traffic Control Plans (TCPs): Drilling the proposed borings will require traffic
control. HWA will prepare a traffic control plan to address the temporary impacts that the
proposed geotechnical explorations will have on pedestrians and vehicular traffic. During the
2
2025-PO43-21 Storm Utility Replacements Proposal
HWA GEOSCIENCES INC.
Packet Pg. 65
2.2.a
February 27, 2025
HWA Proposal No. 2025-PO43-21
field exploration program, HWA will provide the necessary traffic control personnel and
devices when working within the City's right-of-way.
Conduct Geotechnical Investigation: HWA will conduct a geotechnical field investigation
program for the project. The following tasks will be included in the program:
o Advance four (4) borings at the locations of the proposed stormwater utility alignments
for Sites 4 through 6 to obtain soil and groundwater information for use in design and
construction of the project. HWA will subcontract the drilling rig and operator. Each
boring will extend to a maximum depth of approximately 20 feet below -ground -
surface, or to practical refusal, whichever occurs first.
o Prepare summary boring logs and perform laboratory testing to evaluate relevant
physical properties of select soil samples. For budgetary purposes, HWA has assumed
up to 12 sieve analyses, 2 Atterberg tests, and 24 moisture content determinations.
• Geotechnical Engineering Analysis and Reporting: HWA will perform geotechnical
engineering analysis to develop recommendations for the design of the proposed improvements.
The results of the review of available geotechnical information, geotechnical engineering
analysis, and geotechnical conclusions and recommendations will be summarized in a draft
geotechnical engineering report. Upon receipt of consolidated comments from the design team
and the City, HWA will prepare a final geotechnical engineering report, which will be stamped
by a licensed geotechnical engineer. The geotechnical engineering report will include the
following:
o Summary of existing geological and geotechnical data for the project site.
o Results of the explorations and laboratory testing, descriptions of surface and
subsurface conditions, and a site plan showing the exploration locations and other
pertinent features.
o Seismic soil site class and seismic design parameters per the requirements of the 2021
International Building Code and ASCE 7-16.
o Evaluation of seismic hazards including estimates of liquefaction -induced settlements
and potential for lateral spreading using simplified empirical methods, if applicable. It
should be noted that evaluation will be limited to the depths of the exploratory borings.
o Recommendations for lateral earth pressures for temporary shoring and below -grade
structures, if applicable.
o Recommendations for earthwork and grading, including subgrade preparation,
structural fill placement and compaction, and temporary shoring and dewatering
considerations.
3
2025-PO43-21 Storm Utility Replacements Proposal
HWA GEOSCIENCES INC.
Packet Pg. 66
2.2.a
February 27, 2025
HWA Proposal No. 2025-PO43-21
o If groundwater is encountered in HWA's explorations, a hydraulic conductivity analysis
will be provided. The hydraulic conductivity analysis will consist of preliminary
groundwater flow rates estimated from grain size analyses.
o HWA QA/QC: All design calculations and recommendations will be reviewed by a
senior principal prior to distribution to the design team and the City.
o Prepare a draft geotechnical report for Sites 4 through 6 as part of the 30 percent design
effort: HWA will prepare a draft geotechnical report for the project. The report will
contain the results of the explorations and analyses, including descriptions of surface
and subsurface conditions, a site plan showing exploration locations and other pertinent
features, summary boring logs, and laboratory test results. The report will provide
geotechnical recommendations for the proposed improvements based on HWA's current
understanding of the design.
o Respond to Geotechnical Related Review Comments: HWA shall provide written
responses to review comments. The written responses shall be provided in the form of
emails to the design team.
o Prepare a final geotechnical report: HWA will prepare a final geotechnical report for the
project. The final report will be developed from HWA's draft geotechnical engineering
report with any comments provided by the design team or the City. It is HWA's
understanding that the City will determine which sites will be included in the Phase 6
construction contract; the geotechnical final report will be revised to focus on those
sites. A second geotechnical report will include the remaining data for the sites included
in the Phase 7 construction contract; however, scope and budget for preparation of the
second geotechnical report will be addressed via a future contract amendment.
4
2025-P043-21 Storm Utility Replacements Proposal
HWA GEOSCIENCES INC.
Packet Pg. 67
2.2.a
February 27, 2025
HWA Proposal No. 2025-PO43-21
OPTIONAL TASK — Site 2 Contingent Boring
HWA will advance one (1) boring at the location of the proposed stormwater utility alignment for Site 2
to obtain soil and groundwater information for use in design and construction of the project. HWA will
subcontract the drilling rig and operator. The boring will extend to a maximum depth of approximately 20
feet below -ground -surface, or to practical refusal, whichever occurs first. Results of the exploration and
geotechnical recommendations will be included in the updated draft and final geotechnical reports.
For budgetary purposes, HWA has assumed up to 3 sieve analyses, 2 Atterberg tests, and 6 moisture
content determinations will be performed on soil samples collected from the Site 2 contingent boring.
ASSUMPTIONS
HWA made the following assumptions when preparing this scope of services and cost estimate:
• A total drilling footage of 80 feet (Sites 4 through 6) and 20 feet (Site 2 Optional Task) have
been assumed for budgetary purposes.
• The boring locations will be located using handheld GPS and/or measurement from existing
known features. Borehole locations will be surveyed by others.
• Drilling will be completed using mud rotary or hollow stem auger techniques.
• Upon completion of sampling and logging, boreholes will be decommissioned in accordance
with the requirements of WAC 173-160.
• HWA will not install any groundwater monitoring wells at the locations of the proposed
borings; however, depth to groundwater observed during drilling will be noted.
• Excess cuttings from exploratory borings will be properly disposed of off -site.
• Portland cement concrete pavement is not present below the asphalt concrete pavement at
potential sites for the proposed exploratory borings (i.e., no coring required).
• Cores through pavement surfaces at each exploration location will be patched with fast -setting
concrete (i.e., not with hot mix asphalt).
• Site specific HASP for the geotechnical explorations will be for internal use only and will not
be submitted to the City for review or approval.
• Rights of entry onto private property for drilling activities, if required, will be coordinated by
BHC and the City.
• HWA will have access to the sites to perform field explorations.
• All fieldwork will be accomplished during normal daylight workdays and hours, with at least a
minimum of 8 hours available per day. The geotechnical field investigations will be completed
under one mobilization.
5
2025-PO43-21 Storm Utility Replacements Proposal
HWA GEOSCIENCES INC.
Packet Pg. 68
2.2.a
February 27, 2025
HWA Proposal No. 2025-PO43-21
• The geotechnical explorations proposed herein will not be used to assess site environmental
conditions. However, olfactory observations regarding potential contamination will be noted.
Analysis, testing, storage, and handling of potentially contaminated soil and ground water
(spoils from explorations) are beyond the scope of services. If suspected contaminated soils/and
or groundwater are encountered, the material will be properly contained on -site for disposal as
mutually agreed upon without additional cost to HWA.
• All geotechnical soil samples will be disposed after 6 months of being collected. Long-term
storage of soil samples is not included.
• Site response analysis and site -specific ground motion hazard analysis will not be required.
• Design project elements to resist the effects of liquefaction and lateral spreading will not be
required (e.g., ground improvement, deep foundations, etc.).
• Recommendations for deep foundations are not included.
• A Geologically Hazardous Areas report per the Edmonds Community Development Code is not
required.
• If groundwater is encountered in HWA's explorations, a hydraulic conductivity analysis will be
provided. The hydraulic conductivity analysis will consist of preliminary groundwater flow
rates estimated from grain size analyses. Pump tests and groundwater modeling are excluded
from this scope of work.
• If the optional exploratory boring at Site 2 is required, it will be completed under its own
separate mobilization.
• Construction phase services are not included. If these services are needed, a budget amendment
will be required.
• All costs are estimated and may be increased or decreased within the limits of the total budget
at the discretion of HWA's project manager.
PROJECT BUDGET
HWA's services will be provided on a time -and -expense basis for an amount not to exceed $69,717, as
detailed in Table 1 and the attached level of effort spreadsheets (Attachment 1 and 2). HWA will not
exceed the above cost estimates without your written authorization.
Table 1: Project Totals and Summary
Geotechnical Services $52,559
Site 2 Contingent Boring (Optional Task) $17,158
Grand Total: $69,717
0
2025-PO43-21 Storm Utility Replacements Proposal
HWA GEOSCIENCES INC.
Packet Pg. 69
2.2.a
February 27, 2025
HWA Proposal No. 2025-PO43-21
The budget presented in this proposal reflects an estimate based on our current understanding of the
project requirements for a scope of work developed from the information provided. If the actual level of
effort exceeds the level of effort assumed herein, HWA will contact you immediately to discuss any
necessary modifications to our scope of services and/or fees. HWA reserves the right to transfer hours and
budget dollars between tasks to satisfy project requirements.
AUTHORIZATION
To authorize HWA's services, please prepare a subconsultant services agreement consistent with previous
agreements between BHC and HWA.
O.O
Thank you for the opportunity to provide this proposal for geotechnical engineering services. Should you
have any questions regarding this proposal, or require additional services, please contact us at your
convenience.
Sincerely,
HWA GEOSCIENCES INC.
Amy Power, P.E. Steven R. Wright, P.E.
Geotechnical Engineer Geotechnical Engineer, Vice President
Enclosures: Attachment 1, Level of Effort Spreadsheet Geotechnical Services
Attachment 2, Level of Effort Spreadsheet Site 2 Contingent Boring (Optional Task)
ALP/SRW
7
2025-PO43-21 Storm Utility Replacements Proposal
HWA GEOSCIENCES INC.
Packet Pg. 70
2.2.a
Attachment 1: Project Cost Estimate
City of Edmonds Phase 6 & 7 Storm Utility Replacements
Edmonds, Washington
Prepared for BHC Consultants
Scope of Work
Refer to the project scope of work document.
ESTIMATED HWA LABOR:
U� GEOSCIENCES INC.
DBEIMWBE
HWA Ref: 2025-PO43-21
Date: 25-Feb-25
Prepared By: ALP
WORK TASKS
DESCRIPTION
2025 BILLING RATES
Principal
IX
Geotech. Eng.
VDI
Geotech. Eng. V
Hydrogeologist
IV
Geotech.
Eng. III
CAD
Contracts
Administrator
Administrative
Support
TOTAL
TOTAL
$345.00
$320.00
$215.00
$200.00
$160.00
$120.00
$175.00
$120.00
HOURS
AMOUNT
Project Management and Meetings
Project setup
2
1
2
5
$845
Project Meetings (2- 1-hour virtual meetings)
2
2
4
$1,070
Invoice Generation and Processing
6
6
12
$2,010
Geotechnical Task and Contract Management
12
12
$2,580
Geotechnical Field Investigation
Collect and review available geotechnical data
4
4
$860
Conduct utility locates (two site visits)
2
8
10
$1,710
Develop Health and Safety Plan
2
2
$430
Generate Geotechnical Subsurface Exploration Plan
2
4
2
8
$1,310
Develop traffic control plans and coordinate right-of-way permit applications
2
4
6
$1,070
Conduct Field Explorations (Sites 4 through 6, four (4) borings, two days)
2
24
26
$4,270
Generate Boring Logs and Assign Laboratory Testing
Geotechnical Engineering
Evaluate field and laboratory data
1 2
2
2
4
4
1
1 8
6
$1,710
$1,500
Generate seismic design parameters (IBC 2021)
2
4
6
$1,500
Evaluate seismic hazards (liquefaction, lateral spreading, settlement)
2
4
6
$1,070
Hydraulic conductivity analyses
2
2
4
8
$1,760
Earthwork recommendations and construction considerations
2
4
6
$1,500
HWA internal QA/QC
2
2
4
$1,330
Prepare draft geotechnical report (30% design)
3
4
12
2
21
$3,980
Prepare final geotechnical report
2
4
4
2
12
$2,380
Miscellaneous engineering support
i
1 2
1 4
1
1
1
1
1
i 6
$1,500
TOTAL LABOR CHARGES:
4 19 66 0 68 6 1 8
172
$34,385
LABORATORY TESTING SUMMARY:
Test
Est. No.
Tests
Unit
Cost
Total
Cost
Moisture Content w/Description
24
$30
$720
Percent Passing #200 Sieve
0
$115
$0
Grain Size Sieve Analysis -wet
12
$140
$1,680
Combined Grain Size & Hydrometer
0
$280
$0
Atterberg Limits
2
$265
$530
LABORATORY TESTING TOTAL:1 $2,930
PROJECT TOTALS AND SUMMARY:
Geotechnical Services $52,559
Site 2 Contingent Boring (Optional Task) $17,158
GRAND TOTAL: 1 $69,717
ESTIMATED DIRECT EXPENSES:
Mileage: 0.70/mi, 4 round trips at 30 miles/trip
$84
GPS Unit Rental, $75/day, 2 days
$150
Traffic Control Plans
$600
Laboratory Testing
$2,930
TOTAL DIRECT EXPENSES:
$3,764
ESTIMATED SUBCONSULTANT COSTS:
Private Utility Locate
$600
Traffic Control Subcontractor, 2 days
$4,000
Drilling Subcontractor, 4 borings, 2 days
$8,000
Technical Document Review, draft report
$500
Subconsultant Mark -Up (10%)
$1,310
TOTAL SUBCONSULTANT COSTS:
$14,410
TASK TOTALS AND SUMMARY:
Total Labor Cost
$34,385
Direct Expenses
$3,764
Subconsultant Costs
$14,410
TOTAL Geotechnical Services:
$52,559
2025-PO43 Cost Breakdown 2025 rates
Packet Pg. 71
2.2.a
Attachment 1: Project Cost Estimate
City of Edmonds Phase 6 & 7 Storm Utility Replacements, Optional Task GEOSCIENCES INC.
Edmonds, Washington U Q1
Prepared for BHC Consultants o6E/MWeE
Scope of Work
Optional Task: Site 2 contingent boring at 95th Place West. Refer to the project scope of work document.
ESTIMATED HWA LABOR:
HWA Ref: 2025-PO43-21
Date: 25-Feb-25
Prepared By: ALP +-
C
d
E
d
v
tC
Q
d
WORK TASKS
DESCRIPTION
2025 BILLING RATES
Principal IX
Geotech. Eng.
VIII
Geotech. Eng. V
Hydrogeologist
IV
Geologist
III
CAD
Contracts
Administrator
Administrative
Support
TOTAL
TOTAL
$345.00
$320.00
$215.00
$200.00
$160.00
$120.00
$175.00
$120.00
HOURS
AMOUNT
Site 2 Contingent Boring
Additional Project Management
4
2
6
$1,100
Conduct Additional Utility Locating
4
4
$640
Plan and Coordinate Field Exploration
2
4
6
$1,070
Conduct one (1) geotechnical boring (1 day)
2
10
12
$2,030
Generate Boring Log and Assign Laboratory Testing
1
2
3
$535
Additional 14WA QA/QC
1
2
3
$745
Additional Reporting Time
1
2
6
9
$1,710
TOTAL LABOR CHARGES:
1 1 11 2 26 0 0 2
1 43
7830
LABORATORY TESTING SUMMARY:
Test
Est. No.
Tests
Unit
Cost
Total
Cost
Moisture Content w/Description
6
$30
$180
Grain Size Sieve Analysis -wet
3
$140
$420
Atterberg Limits
2
$265
$530
LABORATORY TESTING TOTAL: $1,130
PROJECT TOTALS AND SUMMARY:
Geotechnical Services $52,559
Site 2 Contingent Boring (Optional Task) $17,158
GRAND TOTAL: $69,717
ESTIMATED DIRECT EXPENSES:
4-
O
Mileage: 0.70/mi, 3 round trips at 30 miles/trip
$6 0
O
GPS Unit Rental, $75/day, 1 day
$7
Water Level Indicator: $30/day, 3 days
$
Laboratory Testing
C
$1,13 m
TOTAL DIRECT EXPENSES:
$1,26 to
L
a
ESTIMATED SUBCONSULTANT COSTS:
Private Utility Locate
$60,
Traffic Control Subcontractor, one day
$2,00
Drilling Subcontractor, one boring
$4,00 d
Subconsultant Mark -Up (10%)
$1,46 y
TOTAL SUBCONSULTANT COSTS:
$8,06 pI
R
TASK TOTALS AND SUMMARY:
Total Labor Cost
$7,83 y
Direct Expenses
$1,26 E
Subconsultant Costs
$8,06 V
TOTAL PIT:
$17,15 rM
r+
Q
C
tv
E
t
t)
R
r+
a+
Q
2025-PO43 Cost Breakdown 2025 rates
Packet Pg. 72
2.2.a
EXHIBIT B
Project Budget
w
0
L
a
c
d
E
m
a
d
a=
L
W
3
E
L
0
N
a
L
O
,Q
V!
a
4-
0
0
as
N
d
L
a
0
E
d
d
L
Q
Packet Pg. 73
EXHIBIT B - BUDGET
2.2.a
City of Edmonds
Phase 6 Storm Utility Replacement
Project Budget
Date: March 3, 2025
Principal
Jordan Zier
Proj. Mgr
Kevin Aguilar
Proj. Engr.
Kranti Maturi
Proj. Engr.
Taylor Russell
CAD Lead
Svetlana Olsoe
CAD
Ted (Edward) Muench
Clerical
Sarah Fritchman
Acctg
Patty Coughlin
BHC
I
Subconsultants
I
Billing Rate
$270.90
$206.33
$233.10
$176.40
$193.73
$188.21
$173.25
$144.90
Hours
Labor
Expenses
Cost
DHA
HWA
APS
BHC Markup
Sub. Total
Total Budl
Task # Task Name
Hours
Hours
Hours
Hours
Hours
Hours
Hours
Hours
10 Project Management as
10.1 Project Work Plan
4.00
24.00
6.00
34.00
$7,075
$141
$7,216
$7,:
10.2 Contract Management
2.00
6.00
4.00
4.00
16.00
$3,052
$61
$3,113
$3,'
10.3 Invoicing & Status Reports
48.00
48.00
96.00
$16,859
$337
$17,196
$17,'
10.4 Team Coordination
12.00
24.00
20.00
16.00
8.00
80.00
$17,237
$345
$17,582
$17,!
10.5 City Coordination
12.00
24.00
36.00
$8,203
$164
$8,367
$8„
Subtotal
30.00
126.00
20.00
16.00
8.00
10.00
52.00
262.00
$52,425
$1,049
$53,474
$53,,
20 Utility Location Services, CCTV Services, and Pavement Cores
IF
20.1 Record Drawings
2.00
2.00
4.00
6.00
14.00
$2,624
$52
$2,676
$2,1
20.2 Locate Utilities
2.00
4.00
6.00
$1,345
$27
$1,372
$4,320
$432
$4,752
$6,'
20.3 CCTV Investigations
2.00
4.00
6.00
$1,345
$27
$1,372
$33,576
$3,358
$36,934
$38„
20.4 Pavement Cores
1.00
4.00
5.00
$1,139
$23
$1,161
$8,997
$900
$9,897
$11,1
20.5 Potholing Plan
1.00
2.00
3.00
$673
$13
$686
$1
Subtotal
8.00
16.00
4.00
6.00
34.00
$7,125
$143
$7,268
$46,893
$4,689
$51,582
$58,1
30 Field Surve Ony-
30.1 Field Survey
1.00
2.00
4.00
7.00
$1,447
$29
$1,476
$37,066
$3,707
$40,773
$42,:
30.2 Base -mapping
1.00
2.00
2.00
16.00
21.00
$4,071
$81
$4,153
Sublotall
2.00
4.00
6.00
16.00
28.00
$5,519
$110
$5,629
$37,066
$3,707
$40,773
$42;,
40 Preliminary Design -30%
40.1 30% Design Drawings
10.00
27.00
74.00
6.00
54.00
171.00
$32,736
$655
$33,391
$33,:
0.2 Coordinate with City
6.00
12.00
18.00
$4,035
$81
$4,116
$4,'
0.3 PreliminaryOPCC
2.00
6.00
20.00
4.00
5.00
37.00
$6,980
$140
$7,120
$7,'
0.4 Site Visits
3.00
6.00
6.00
1.00
16.00
$3,249
$65
$3,314
$3„
0.5 QA/QC Review
4.00
2.00
6.00
$1,496
$30
$1,526
$1,!
0.6 Mileage
$400
$400
$'
Subtotal
IL Final Desi nIL
4.00
23.00
51.00
100.00
10.00
IL
54.00
6.00
IIIIIIIIIIIIIIIIIL
248.00
$48,4971
$1,370
$49,867
$49,1
50.1 Design Drawings
7.00
39.00
88.00
16.00
105.00
255.00
$48,920
$978
$49,899
$49,1
50.2 Specifications
2.00
12.00
24.00
16.00
54.00
$10,215
$204
$10,420
$10"
50.3 OPCCs
2.00
8.00
16.00
26.00
$5,100
$102
$5,202
$5;.
50.4 QA/QC Review
12.00
12.00
24.00
$5,727
$115
$5,841
$5,1
50.5 Document Submittals
3.00
3.00
3.00
12.00
6.00
27.00
$5,198
$104
$5,301
$5„
50.6 Attend Meetings
6.00
6.00
6.00
3.00
21.00
$4,215
$84
$4,299
$4;.
50.7 Site Visits
6.00
12.00
12.00
30.00
$6,152
$123
$6,275
$6;.
50.8 Mileage
$400
$400
$$
Subtotal
12.00
38.00
80.00
146.00
19.00
117.00
25.00
437.00
$85,526
$2,111
$87,637
$87,1
60 Geotechnical Engineering Services
60.1 Geotechnical Engineering
2.00
4.00
4.00
1 10.00
$2,051
$41
$2,092
$69,717
$6,972
$76,689
$78,
Subtotal
2.00
4.00
4.00
10.00
$2,051
$41
$2,092
69,717.0
$6,972
$76,689
$78,�
70 Services During Bidding and Constru
70.1 Bid Period Services
1.00
2.00
4.00
4.00
2.00
13.00
$2,500
$50
$2,550
$2,!
70.2 Construction Meetings
4.00
4.00
4.00
12.00
$2,463
$49
$2,513
U2
70.3 Assist withRFls
2.00
6.00
10.00
6.00
24.00
$4,615
$92
$4,707
$4,�
70.4 Assist with Change Orders
2.00
4.00
4.00
4.00
2.00
16.00
$3,172
$63
$3,235
$3;.
70.5 Construction Record Drawings
3.00
6.00
20.00
7.00
55.00
91.00
$17,253
$345
$17,598
$17,!
Subtotal
12.00
22.00
42.00
15.00
55.00
10.00
156.00
$30,003
$600
$30,603
$30,1
999 Mana ement Reserve Fund
999.1 Potholing
$20,000
$20,1
999.2 Design Management Reserve
$60,000
$40,1
Subtotal
$80,000
$60,1
Total Budget
46.00
211.00
197.00
312.00
58.00
242.00
57.00
52.00
1,175.00
231,147.00
$5,423
$316,570
$37,066
$69,717
$46,893
$15,368
$169,044
$461;
Packet Pg. 74
City of Edmonds
PHASE 6 (2026)/ 7
(2027) STORM
REPLACEMENT
SITES
;27N
4E it
OVD, TALBOT,
or AND 179TH
7
Q
BTH AVE W °c
T DR
o~i j
CASPERS ST Q
DALFY PL
r
7TH AVE S FROM EDMONDS
MAPLE TO ALDER
Mh1 N `_+T
0
m
WALNU I ST
° w
r
ALLEY OFF OF
FIR BETWEEN
$TH AND C AVE
f�[)wr)Ur1V t V,4Y
95TH PL WAND
96TH AVE W
196
2.2.b
EDMONDS '
'1',455
S r1
58 T27N
A�1k-Al �nW
a�
0
L.
(L
a�
M
CL
w
m
r
ca
3
E
F, J
co
w
a�
M
a
o
s
a
Cl)
o
c
0
:r
I y
a
�LU
a
TAIi 575W LYNNWOC E
as
I .2
N
C
N
Q
ci
1(?8FFI41 5W Q
d
212THSI SW
,' 01H;1 ,VV
I
,I'T14
_S')T 27N
RJE
Packet Pg. 75
2.3
City Council Agenda Item
Meeting Date: 03/18/2025
Presentation of Construction Contract for the 2025 Overlays Program
Staff Lead: Rob English
Department: Engineering
Preparer: Emiko Rodarte
Background/History
Staff Recommendation
Forward item to the consent agenda for approval.
Narrative
This project is a continuation of the City's efforts to rehabilitate and preserve its roadway network by
paving various area streets. This year's project will use a combination of REET and water utility funds to
pave approximately 1.2 lane -miles of City streets.
Construction bids are due March 18, 2025, which should provide an opportunity to award the project at
the March 25th City Council Meeting. Preliminary bid results and project budget will be provided at the
March 18th Committee meeting. Construction is expected to begin in spring and be completed by
summer of this year.
Attachments:
Attachment 1 - vicinity map
Packet Pg. 76
City of Edmonds
Maabook
2.4
City Council Agenda Item
Meeting Date: 03/18/2025
Presentation of Supplemental PSA for Phase 16 Waterline Replacement Project
Staff Lead: Rob English
Department: Engineering
Preparer: Emiko Rodarte
Background/History
On January 9, 2024 this agreement was presented at the Parks and Public Works Committee and was
fowarded to the consent agenda for approval.
On January 16, 2024 this item was approved on consent by City Council.
Staff Recommendation
Forward item to consent agenda for approval.
Narrative
The City issued a Request for Qualifications (RFQ) in October 2023 to hire a consultant to provide design
engineering services for the Phase 15 and 16 Waterline Replacement Projects. The City received
statements of qualifications from five (5) engineering firms and the selection committee selected Kimley
Horn to provide design engineering services for the Phase 15 and 16 Waterline Replacement Projects.
On January 16, 2024 Council approved the professional services agreement for design engineering
services with Kimley Horn for the Phase 15 Waterline Replacement Projects.
In addition, as part of the original Phase 15 work, a waterline site evaluation and preliminary alignment
determination was included in the scope and fee for the Phase 16 sites. This aided in finalizing the
alignments of these waterlines that will be replaced as part of the Phase 16 Waterline Replacement
Project. This is needed because the Phase 16 sites required additional time for coordination and
permitting with WSDOT and also required coordination with private property owners.
A supplemental agreement with a fee of $397,100 has been negotiated for projects planned to be
constructed in 2026 as part of the Phase 16 scope of work. As a result of this supplemental agreement,
the total contract amount will be increased to $930,200. This contract will be funded by the Water
Utility Fund.
The Phase 16 Waterline Replacement Projects will upgrade/replace portions of the City's potable water
network by replacing a total of approximately 4,800 linear feet of existing waterlines and associated
appurtenances at various locations within the City.
The selection of the sites was be determined using the data supplied in the 2017 Comprehensive Water
System Plan dated June 2017, coordinating with upcoming road, sanitary sewer, and storm drain
Packet Pg. 78
2.4
projects, and input from Public Works maintenance staff. Replacements focus on improving fire flow at
various locations in the city, replacing mains that are past their life cycle and are requiring additional
maintenance.
Attachments:
Attachment 1 - supplement
Attachment 2 - vicinity map
Packet Pg. 79
of ED,V
CITY OF EDMONDS MIKE ROSEN
121 5T" AVENUE NORTH - EDMONDS, WA 98020 - 425-771-0220 - WWW.EDMONDSWA.GOV MAYOR
PUBLIC WORKS DEPARTMENT I ENGINEERING DIVISION
SUPPLEMENTAL AGREEMENT 1 TO
PROFESSIONAL SERVICES AGREEMENT
WHEREAS, the City of Edmonds, Washington, hereinafter referred to as the "City," and
Kimley Horn and Associates, Inc., hereinafter referred to as the "Consultant," entered into an
underlying agreement for design, engineering and consulting services with respect to a project
known as Phase 15 and Phase 16 Waterline Replacement project, dated January 18, 2024
("Underlying Agreement"); and
WHEREAS, Section 12 of the Underlying Agreement authorizes changes in the Scope of
Work when approved in advance in a writing signed by both parties; and
WHEREAS, additional tasks to the original Scope of Work have been identified with
regard to providing design engineering services;
NOW THEREFORE, in consideration of the mutual benefits accruing, it is agreed by and
between the parties thereto as follows:
1. The Underlying Agreement of January 18, 2024 between the parties, incorporated
by this reference as fully as if herein set forth, is amended in, but only in, the following respects:
1.1 Scope of Work. The Scope of Work set forth in the Underlying Agreement
is hereby amended to include the additional services and material necessary to accomplish the
stated objectives as outlined in the attached Exhibit A incorporated by this reference as fully as if
herein set forth.
1.2 The $533,100.00 amount set forth in paragraph 2A of the Underlying
Agreement and stated as an amount which shall not be exceeded, is hereby amended to include an
additional not to exceed amount of $397,100.00 for the additional scope of work identified in
Exhibit A to this Supplemental Agreement 1. As a result of this Supplemental Agreement 1, the
total contract amount is increased to a new total not -to -exceed amount of $930,200.00
($533,100.00 plus $397,100.00).
1.3 Exhibit B to the Underlying Agreement consisting of the rate and cost
reimbursement schedule is hereby amended to include the form set forth on the attached Exhibit
B to this Supplemental Agreement 1, incorporated by this reference as fully as if herein set forth.
E24JA.Kimley-Horn Supp 1 Packet Pg. 80
2.4.a
2. In all other respects, the Underlying Agreement between the parties shall remain in
full force and effect, amended as set forth in this Supplemental Agreement 1 but only as set forth
herein.
DONE this day of , 2025.
CITY OF EDMONDS KIMLEY-HORN AND ASSOCIATES, INC.
Mike Rosen, Mayor Glenn A. Gary, Senior Vice President
ATTEST/AUTHENTICATE:
Scott Passey, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
E24JA.Kimley-Horn Supp 1 Packet Pg. 81
2.4.a
STATE OF WASHINGTON)
)ss
COUNTY OF )
On this day of , 2025, before me, the under -signed, a Notary
Public in and for the State of Washington, duly commissioned and sworn, personally appeared
Glenn A. Gary, to me known to be the Senior Vice President of Kimley Horn and Associates, Inc.,
the corporation that executed the foregoing instrument, and acknowledged the said instrument to
be the free and voluntary act and deed of said corporation, for the uses and purposes therein
mentioned, and on oath stated that he/she was authorized to execute said instrument and that the
seal affixed is the corporate seal of said corporation.
WITNESS my hand and official seal hereto affixed the day and year first above
written.
NOTARY PUBLIC
My commission expires:
E24JA.Kimley-Horn Supp 1 Packet Pg. 82
2.4.a
Kimley»>Horn
BACKGROUND
Exhibit A
Based on discussions with City of Edmonds staff (the Client), we understand that The Client wishes to
complete final design on the Phase 16 Waterline Replacement project totaling approximately 4,800 LF,
including preparing Bid -Ready construction documents. The project limits associated with this contract
include the following sites depicted on the maps and table included in Exhibit C:
Sea Lawn Sites — 2,940 LF
Downtown Sites — 1,810 LF
The scope of services consists of the following tasks and submittal stages:
• Task 100 —
Project Management and Coordination
• Task 200 —
Environmental Permitting Services
• Task 300 —
Subsurface Utility Exploration
• Task 400 —
NOT USED
• Task 500 —
Geotechnical Engineering Services
• Task 600 —
Final Design Services
• Task 700 —
Community Engagement Services
• Task 800 —
Bidding and Record Drawings
• Task 900 —
Management Reserve
SCOPE OF SERVICES
The scope of services includes the following:
TASK 100. Project Management and Coordination
Kimley-Horn will provide project management throughout the project duration, which includes:
• Conduct kickoff meeting with City of Edmonds and issue minutes
• Monthly invoicing with status report including summary of activities completed under each task
and anticipated deliverables for the next month, any issues encountered and actions taken for
resolution, potential schedule and fee impacts, and/or issues requiring the City's direction.
• Coordination with the City of Edmonds (up to 3 review meetings with the City including issuing
meeting minutes and anticipated email/phone coordination every 2 weeks)
• Internal project meetings
• Coordination with subconsultants
Packet Pg. 83
2.4.a
Kimley»>Horn
TASK 200. Environmental Permitting Services
Page 2
GeoEngineers understands the City wishes to advance design and permitting of proposed water main
replacement within the Sea -Lawn Terrace Subdivisions within the city limits of Edmonds, Washington.
Most improvements will be completed in trenches within the existing developed roadway. The proposed
water main improvements will need to cross Outfall Creek, which is located in a culvert at 171st Street
SW, which is anticipated to be accomplished using open cut construction methods to place the new
water line above the existing 24-inch concrete culvert.
The Phase 16 improvement locations were identified in the request for qualifications (RFQ) document
prepared by the City and include the following streets within the Sea Lawn Terrace Subdivisions: Sea
Lawn Place, Sea Lawn Drive, 171st Street SW and 76th Avenue. Based on communication with the
City, we understand that the City requires permitting documentation only for the location where the
proposed system crosses Outfall Creek.
Based on GeoEngineers' understanding of the project, GeoEngineers anticipates the following
environmental permits will be required for the project:
• State Environmental Policy Act (SEPA) Determination (City)
• Hydraulic Project Approval (HPA) permit (Washington Department of Fish and Wildlife
[WDFW])
Based on communication with the City, GeoEngineers understands that Critical Areas review is not
required for utility work within the developed right-of-way.
Task 201. Environmental Permitting Services
Environmental permitting support for the project to successfully obtain these environmental permits
includes the following:
• Complete a site visit to review and document environmental conditions in the vicinity of the
proposed crossing.
• Complete desktop research to identify relevant stream parameters for inclusion in permit
application materials.
• Prepare a SEPA checklist based on the 60 percent design.
• Act as authorized agent on behalf of the City and develop and submit an application for WDFW
HPA review using WDFW's online application system.
Assumptions:
• There will be no in -water work; the stream is conveyed in a pipe across the roadway, which will
not be replaced as part of this project. Therefore, the water line crossing of the creek will not
impact the bed or bank of the stream.
• A Critical Areas Study is not required for the proposed work.
Packet Pg. 84
2.4.a
Kimley»>Horn
Page 3
• SEPA review will focus on the proposed stream crossing only. The SEPA Checklist will not
address other system improvements beyond the stream crossing itself. SEPA Checklist will be
submitted once as a Word document for City use; revision and responses to City comments
are not included.
• Survey of the ordinary high water mark (OHWM) is not included.
• Kimley-Horn will provide survey and design information needed for inclusion in the SEPA
checklist and other permit applications.
• The City will act as SEPA applicant and/or SEPA lead.
• GeoEngineers, Inc. (GeoEngineers) will act as the authorized agent on behalf of the City for
HPA application. The City will need to furnish landowner authorizations for any work outside of
the road ROW. Revision of HPA application materials and responses to WDFW comments are
not included.
• A Critical Areas Study is not included.
• No meetings are proposed.
• Anticipated design phase schedule duration is 6 months.
Deliverables:
• SEPA Checklist
• Submittal of online HPA application and provide receipts of submittal to design team
Task 202. Culvert Replacement Assessment (Allowance
This allowance task, if authorized in writing, is to provide a preliminary simplified assessment of culvert
elevation parameters that would be anticipated in the event of an eventual future replacement of the
existing 24-inch concrete pipe culvert crossing of Outfall Creek. The purpose of this task is to assist the
City and design team with decision -making processes relative to the proposed water line crossing of
the Outfall Creek culvert, such as whether the water line as currently proposed is compatible with a
likely replacement culvert configuration, would have to be modified or replaced in the future in the event
of culvert replacement, or should be redesigned at this time to be compatible with a future culvert
replacement.
To complete this task GeoEngineers will:
• Review the WDFW Culvert Assessment Database and summarize fish passage parameters as
assessed by WDFW at this site.
• Visually observe the existing culvert outlet to identify if the outlet is perched above the
streambed and, if so, measure the approximate culvert outlet height above the stream bed.
• Estimate the anticipated culvert bottom elevation at the crossing site based on the existing
culvert inlet and outlet elevations, downstream bed elevation relative to the outlet, and
assumed streambed design and scour parameters.
• Estimate the anticipated culvert top elevation based on flood clearance requirements and
assumed water depths.
• Provide the results of this simplified assessment via email.
Packet Pg. 85
2.4.a
Kimley>>> Horn Page 4
Assumptions:
• This simplified assessment will be based on limited information as described above and will
not include development of a stream longitudinal profile, detailed field assessment or analysis.
Consequently, the results will be approximate and preliminary in nature as an early planning
tool, not intended for design advancement. In particular, without information regarding the
stream equilibrium slope that would be derived from a longitudinal profile, it is not possible to
accurately assess whether stream regrading upstream or downstream would be necessary to
meet fish passage design standards, which would affect the elevation of the stream bed
through the crossing and, therefore, culvert bottom and top elevations.
• The assessment will be based on survey elevation data available from the existing basemap.
Stream channel profile or cross section survey is not included or proposed.
• Assumptions regarding streambed design, scour and flood elevation clearances will be based
on the current design standards for fish passage culverts, which are the 2013 Water Crossing
Design Guidelines Manual. These design standards may be subject to future revision by
WDFW. Hydrologic and hydraulic models are not included; water surface elevations at the 100-
year flood flow will be assumed based on typical streams of similar size.
• Scour analysis is not included.
• Replacement culvert is assumed to be a 3- or 4-sided concrete box culvert.
Deliverables:
• Email transmittal of assessment results in tabular format
Packet Pg. 86
2.4.a
Kimley»>Horn
TASK 300. Subsurface Utility Exploration
Page 5
Applied Professional Services, Inc. (APS), as a subconsultant to Kimley-Horn, will utilize their Air
Vacuum Excavation System to verify utilities at selected test -hole locations to verify depth and location
determined by Kimley-Horn. APS' services shall be performed as outlined below:
• APS, Inc. shall air vacuum excavate approximately (8) test -holes on existing City -owned
underground utilities.
• If a test -hole falls in the hard surface APS, Inc. shall jackhammer the existing asphalt or
concrete.
• APS, Inc. shall backfill all test -holes with materials approved by the City of Edmonds.
• Collect utility and test -hole data, and photograph all found utilities.
Assumptions:
• No permit fees are included. APS will provide permit materials to the City of Edmonds via
Kimley-Horn for the City to submit the permit application.
• Scope assumes that the utility will be between 0' and 10' in depth.
• CDF backfill and permanent asphalt repair are excluded from this scope. If the local jurisdiction
requires CDF backfill and/or permanent asphalt repair additional fees will be required.
• This estimate is based on design engineering rates in which case prevailing wages do not
apply.
• Restoration is assumed at this time to be 5/8" crushed rock backfill and a quick set non -shrink
grout.
• Grind and overlay of the existing roadway is not covered in this scope. Should the local
jurisdiction require additional restoration, other than what is included in the scope, then
additional fees will be required.
• All bonding and/or ROE will be obtained prior to APS arriving on site.
Deliverables:
• Test -hole data sheets, which include Top, Bottom, Width, Diameter and Direction of the utility.
• Excel spread sheet containing all test -hole data for the project.
• Google Earth RM map with interactive link accompanied with an SHP File.
• Photo of all Found Utilities.
• One and a quarter inch zinc washer left at grade where utility was found with measurements
stamped into it.
Packet Pg. 87
2.4.a
Kimley»>Horn
TASK 500. Geotechnical Engineering Services
Page 6
This scope will supplement the previous Phase 15 and 16 geotechnical investigation conducted by
HWA, by drilling four additional geotechnical borings within the Sea Lawn Site area to gather additional
soil and groundwater information. As requested by the City, two borings are proposed along 76th
Avenue W. From information provided by Kimley Horn, HWA understands that 76th Avenue W may
have been a logging road in the past, and could potentially have contaminated soil, buried construction
debris or railroad ties, or contaminated groundwater. Additionally, two borings are proposed along 171 st
Street SW in the western block of the Sea Lawn Site area to support the proposed horizontal direction
drilling (HDD) of the waterline under the existing landscaping on the north side of the road.
HWA's scope of work will be to perform four additional geotechnical borings to provide soil and
groundwater information to support pipeline installation. Logs of these geotechnical borings will be
provided in an addendum to the Phase 15 and Phase 16 geotechnical report. HWA's services will
consist of the following subtasks:
• Plan and Prepare Exploration Program for Borings: HWA will plan and coordinate the field
exploration program for this project task. A work plan to perform four geotechnical borings
along the area of alignment of further subsurface investigation interest will be prepared and
submitted to the City for approval. Depths of boreholes will be about 20-25 feet.
• Obtain City of Edmonds Street Use Permit: HWA will work with the City of Edmonds to
generate appropriate traffic control plans for the proposed drilling. Borings will be performed
within side parking areas or road shoulders when possible. However, HWA assumes that
subsurface utilities and overhead power lines may require HWA to drill within the roadway travel
lanes. HWA anticipates traffic control plans, requiring temporary lane closures with flaggers,
will be adequate for this project. HWA assumes that all required street use permits will be
provided by the City at no cost to HWA. HWA will coordinate with a flagging subcontractor to
complete this phase of work where necessary.
• Health and Safety Plan (HASP): Prior to the beginning of the field investigation, HWA will
prepare a site -specific HASP for HWA internal use only. The HASP will be tailored to address
specific site health and safety concerns and all field activities will be conducted in accordance
with the HASP policies to ensure the health and physical safety of HWA staff working in the
field.
• Conduct Utility Locates: HWA will conduct a site reconnaissance to mark the locations of the
proposed explorations, along with evaluation of site access considerations. HWA will arrange
for utility locations using the Utility Notification Center. In addition, a private utility locator will
also be utilized (as necessary).
Packet Pg. 88
2.4.a
Kimley»>Horn
Page 7
• Conduct Geotechnical Borings: HWA proposes to drill four additional borings along the
project alignment. Standard Penetration Test (SPT) samples will be taken at 2-1/2 to 5-foot
intervals throughout each boring. All borings will be monitored and logged under full-time
observation of an HWA representative. The borings will be drilled by a licensed driller under
subcontract to HWA. Where borings are to be drilled through existing pavement, each boring
will be drilled through an 8-12-inch diameter hole through the pavement. The pavement at each
boring location will be repaired with fast setting non -shrink grout such as Blue -Line Non -Shrink
grout, or equivalent.
• Environmental Sampling: From information provided by Kimley Horn, HWA understands that
due to the potential past use of 76th Avenue W as a logging road, contaminated soil,
groundwater, or buried construction debris or railroad ties could be present. Therefore, the City
of Edmonds has requested environmental sampling of the geotechnical borings in the 76th
Avenue W area to assess the potential presence of contamination in the areas investigated.
During drilling of all the geotechnical borings, soils will be field screened for organic vapors by
headspace analysis using a photoionization detector (PID), as well as field screening via a
water sheen test and visual and olfactory methods (i.e., stained or discolored soils and/or
adverse odors). HWA will collect at least one environmental soil sample and one
reconnaissance groundwater sample from each of the borings advanced in the 76th Avenue
W portion of the project. If suspect soils are encountered in the two geotechnical borings
advanced along 171st Street SW, environmental soil samples will also be collected from the
suspect locations. All environmental soil samples will be collected following HWA and
regulatory agency standard operating procedures. For the two borings conducted along 76th
Avenue West, soils with the highest level of organic vapors and/or most discernible
visual/olfactory contamination will be selected for chemical analysis. If no field indications of
contamination are identified, the soil samples will be collected from the sample interval where
the soil/groundwater interface is observed, and/or within estimated project excavation depths.
• Environmental Laboratory Testing: All soil and groundwater samples collected will be
submitted to an Ecology -accredited, third -party analytical laboratory (OnSite Environmental of
Redmond, Washington). Field staff will deliver samples to the analytical laboratory within 48
hours of sampling. HWA will employ full chain -of -custody procedures to allow tracking and
handling of the samples. At least one soil sample and one groundwater (if encountered) sample
from each of the 76th Avenue W borings will be selected for chemical laboratory analysis. Soil
and groundwater samples selected for chemical laboratory analysis will be analyzed for one or
more of the following:
o Petroleum hydrocarbons — gasoline via Ecology test method NWTPH-Gx,
o Petroleum hydrocarbons — diesel, oil via Ecology test method NWTPH-Dx,
o Benzene, toluene, ethylbenzene, and xylenes (BTEX) via test method EPA 8021 B,
o Priority pollutant metals (Ag, As, Be, Cd, Cr, Cu, Hg, Ni, Pb Sb, Se, TI, & Zn) via test
methods EPA 6010D/6020B/200.7/200.8/245.1/7470A/7471 B,
o Creosote compounds (polycyclic aromatic hydrocarbons (PAHs), pentachlorophenol
(PCP), and Creosols) using EPA test method 8270E/SIM, and
o Toxicity Characteristic Leaching Procedure (TCLP) via EPA test method EPA
1211 /6010D (soil only, if deemed necessary).
Packet Pg. 89
2.4.a
Kimley»>Horn
Page 8
Samples will be submitted for standard laboratory turnaround time, which is approximately 7 to
10 business days. Follow-up analyses, based on initial analytical results (i.e., TCLP follow-up
analysis) may result in a total standard turnaround time of up to 3 weeks.
HWA has not completed any environmental investigations or file review of the project area, and
has limited information regarding historical uses, potential contaminants of concern, or
locations of interest at properties adjacent to the project area. The above listed chemical
laboratory analysis is based on information provided to HWA from Kimley Horn, and general
disposal facility requirements, which may vary based on the disposal facility.
• Investigation Derived Waste (IDW): All soil cuttings, purged groundwater (if encountered),
and decontamination water from the two 76th Avenue W geotechnical borings will be placed in
steel, 55-gallon drums. These IDW drums will be stored at the project area, or a location
provided by the City that is within two miles of the project area, pending chemical laboratory
analysis required for disposal. Once laboratory results for the environmental samples are
obtained, HWA will coordinate the disposal of drummed IDW utilizing a waste disposal
subcontractor. Waste profile documentation required for disposal of the IDW will need to be
signed by a City representative. Disposal of the IDW drums can require up to eight weeks to
accomplish.
• Generate Boring Logs: Geotechnical samples retrieved from the borings will be sealed in
plastic bags and taken to HWA's Bothell, Washington laboratory for further examination and
testing. Soil and groundwater information will be presented in summary boring logs that will be
generated upon completion of our exploration program.
• Quality Assurance/Quality Control: HWA will have all exploration data and
recommendations reviewed by a senior engineer prior to distribution to the design team or the
City.
• Geotechnical Engineering Analysis: HWA will conduct geotechnical engineering analysis
associated with the proposed water lines. This will include additional standard utility trenching
recommendations and trenchless recommendations for the Sea Lawn area.
• Environmental Analyses: HWA will include environmental findings and recommendations in
the geotechnical report addendum that presents the results of the environmental sampling of
the geotechnical borings in the 76th Avenue W portion of the project. The environmental
findings will focus on identifying if contamination is present at the locations of the project area
that are sampled and will not be considered representative of the entire project area.
• Draft and Final Geotechnical Report Addendum: HWA will prepare draft and final
geotechnical report addendums presenting the results of our additional study. HWA's report
addendum will include boring logs, geotechnical and environmental lab testing results, an
updated site and exploration plan, and supplemental geotechnical and environmental (as
deemed necessary) recommendations regarding the proposed waterline construction in the
Sea Lawn Site area.
• Project and Contract Management: HWA will prepare monthly invoices, and progress reports
if required. HWA will correspond with Kimley Horn / City of Edmonds in the form of emails, and
telephone calls, as necessary. HWA will provide project management for the geotechnical
engineering subtasks, and HWA will coordinate with and manage all of HWA's subcontractors.
Packet Pg. 90
2.4.a
Kimley»>Horn
Page 9
Project Specification Assistance: HWA will provide assistance to Kimley Horn for
specification development to deal with the handling and disposal for contaminated soil that is
anticipated to be encountered during trenching activities on 76th Avenue W.
Assumptions:
The following assumptions were made as part of the development of the proposal for this phase:
• All required exploration permits will be provided to HWA by the City of Edmonds at no cost to
HWA.
• HWA will apply for the necessary ROW use permits (including up to one (1) traffic control plan
revision).
• HWA will contract with a subcontractor to perform the borings. The borings will be conducted
during workday hours (8AM to 5PM) with no work hour restrictions.
• Based on the information provided by Kimley Horn regarding the 76th Avenue W portion
alignment, the potential exists for encountering contaminated soil in up to two of our geotechnical
borings. However, if suspect soils are encountered in either of the two other geotechnical borings
on the 171s' Street SW portion of the project, soil samples will be collected from the suspect
borings. No groundwater samples would be collected from suspect borings on the 171st Street
SW portion of the project area. No environmental file review of the project area will be conducted
as part of the investigation. Environmental laboratory testing is based on information provided to
HWA by Kimley Horn and general disposal facility requirements, which may vary based on the
disposal facility.
• HWA's environmental scope only includes sampling of the 76th Avenue W geotechnical borings or
if suspect conditions are encountered in the other two geotechnical borings. The geotechnical
explorations proposed herein will not be used to assess site environmental conditions of the
entire project area (i.e., no environmental assessment of areas not sampled). Experience has
shown that subsurface soil and groundwater conditions can vary significantly over small
distances, and it is possible that other subsurface conditions and/or contamination may exist in
areas that were not investigated. If contamination is discovered, it is likely that the data will not be
sufficient for delineating the vertical and/or lateral extent of contamination, assessing the
environmental condition of the project area in general, or to provide a cost estimate for soil and/or
groundwater disposal during construction.
• Drilling spoils and related debris from the geotechnical borings within the 171s' Street SW will be
drummed on site and transported off site for disposal by the drilling subcontractor unless suspect
environmental conditions are encountered in these borings. All potentially contaminated IDW will
be drummed and temporarily stored at the project area, or at a location provided by the City that
is within 2 miles of the project area, until disposal of the IDW is approved and drums are removed
Packet Pg. 91
2.4.a
Kimley»>Horn
Page 10
for disposal (generally up to 8 weeks). Waste profile paperwork for disposal of IDW will be signed
by a representative of the City. HWA does not sign waste profile documentation. Estimated
subcontractor effort and IDW disposal costs are for non -hazardous wastes. If analytical results
indicate hazardous wastes are present, IDW disposal may require disposal as a hazardous waste
at a Subtitle C landfill which could incur additional labor, time, and subcontracting costs.
Additionally, estimated costs are based on IDW disposal for the two geotechnical borings in the
761h Avenue W portion of the project (i.e., two geotechnical borings). If suspect conditions are
encountered in the other two geotechnical borings, additional labor, time, and subcontracting
costs may be required.
• All geotechnical borings with diameters less than 12-inches, drilled through existing pavement,
will be patched with fast setting non -shrink grout.
• Environmental groundwater samples will be collected from temporary wells only. No additional
permanent groundwater monitoring wells will be installed as part of this task.
Packet Pg. 92
2.4.a
Kimley»>Horn
TASK 600. Final Design Services
Page 11
Kimley-Horn will prepare Final Design documents. Efforts involved in these tasks will include the
following:
• Provide Construction Plans including the following sheets. It is anticipated the final Bid -Ready
Construction Plan Set will contain up to 50 sheets for the Sea Lawn and Downtown sites:
o Cover
o General Notes, Abbreviations and Legend
o Horizontal Control and Sheet Layout
o Existing Conditions and TESC
o Water Main Plan and Profile Sheets
o Road Restoration Plans
o Water Standard Details
o Water Main Connection Details
o Roadway Details
o Traffic Control Plan for Downtown Sites
• Provide Project Contract Documents Manual based on WSDOT Standard Specifications for
Municipal Construction incorporating City -provided front end contractual specifications.
Kimley-Horn will work with the City to resolve relevant conflicts with the City -provided front
end specifications/General Conditions and project specific Special Provisions.
• Provide Engineer's Opinion of Probable Construction Costs and Bid Schedule. Kimley-Horn
will work with the City during the design process to determine preferred bid items and units.
• Incorporate any Phase 15 sites that were not constructed in 2025 into Bid -Ready
Construction Documents.
• Provide Design Memo outlining assumptions and questions to be discussed at each design
submittal stage.
• Quality Assurance/Quality Control (QA/QC) and constructability review
Deliverables:
60%/90% Design submittals — PDFs and ACAD base file of Plans, Specifications, and Engineer's
Opinion of Probable Construction Cost. Word document of Design Memo, Excel File of EOPCC
including quantity take offs, Principal signed QC statement confirming review and approval of
deliverables.
Bid -Ready PS&E — PDFs and ACAD base file of Plans, Specifications, and Engineer's Opinion of
Probable Construction Costs, ACAD base file, Word Documents of Specifications and Excel file of
EOPCC including quantity take offs, Principal signed QC statement confirming review and approval of
deliverables.
Packet Pg. 93
2.4.a
Kimley»>Horn
TASK 700. Community Engagement Services
Page 12
Kimley-Horn will provide up to 132 hours of community engagement services as requested by the City
Anticipated tasks are scheduled to occur April 2025 — April 2026 as outlined below:
Community Engagement project management: Internal and external coordination
o Attend up to 3 coordination meetings with City of Edmonds
o Attend up to 3 internal coordination meetings
Stakeholder Meetings: Schedule and facilitate one-on-one meetings with property
owners/stakeholders as needed to perform the tasks below:
o Stakeholder research
o Coordination with Washington State Ferries for lane closures in Sunset Avenue S
o Outreach to residents to obtain up to 10 signed right -of -entry forms
o Educate about the purpose of the project
o Inform stakeholders about upcoming construction impacts
Updates: Coordinate with stakeholders to answer project specific questions
o Email
o Phone
• Documentation: Prepare documentation of outreach efforts, inquiries and feedback
TASK 800. Bidding and Record Drawings
Kimley-Horn will assist the City with bidding by answering bidder questions and issuing addenda as
necessary. The budget for this task assumes up to two (2) addenda issued. Kimley-Horn will also
prepare project Record Drawings.
Assumptions:
The City will advertise the project for bid, upload bid -ready documents to bidding websites, conduct the
bid opening and prepare the bid tabulation. Kimley-Horn will not charge for work to prepare addenda if
needed to correct or verify errors or omissions in the final plans and specifications.
The City will provide inspector and contractor redlines for Kimley-Horn's use to prepare the project
Record Drawings.
Deliverables:
Addenda in PDF, Record Drawings in PDF and ACAD base file
Packet Pg. 94
2.4.a
Kimley>»Horn
TASK 900. Management Reserve
Page 13
A management reserve of approximately 10% of Kimley-Horn fees is included to allow for additional
services not included in this scope of work that may arise over the course of the project. The
management reserve tasks are not to be used unless authorized by the City in writing.
SCHEDULE
Below is an approximate schedule for the services included in this contract:
Notice to Proceed
March 2025
co
Community Engagement
April 2025 — April 2026
Kickoff Meeting
March 2025
a-
Site Walk -Through
April 2025
I..
'0
Q
60% Design
March — June 2025
a-
SEPA Checklist Submittal
July 2025
=
City Review
July 2025
m
E
Design Potholing (if Required)
August 2025
Q.
Q-
Cn
90% Design
August — October 2025
0
Environmental Permitting (HPA) Submittal
October 2025
0
City Review
November 2025
=
HPA Approved
January 2026
a�
L
a
Bid -Ready PS&E
December 2025 — January 2026
},
Bid Advertisement
February 2026
E
d
Bid Opening
March 2026
a
N
w
_
d
E
t
U
f�
Q
C
d
E
t
C.1
rr
Q
Packet Pg. 95
2.4.a
Kimley>»Horn
IIIBiel AMIM/_1Zvi
Page 14
Kimley-Horn will perform the services in Tasks 100, and 600 — 900 on a labor fee plus expense basis
with the maximum labor fee shown below. Kimley-Horn rates in Exhibit B apply to this contract and are
adjusted on an annual basis.
Kimley-Horn will not exceed the total maximum labor fee shown without authorization from the Client.
Labor fee will be billed on an hourly basis according to our then -current rates. As to these tasks, direct
reimbursable expenses such as express delivery services, fees, and other direct expenses will be billed
at 1.10 times cost. Administrative time related to the project may be billed hourly. All permitting,
application, and similar project fees will be paid directly by the Client. Should the Client request Kimley-
Horn to advance any such project fees on the Client's behalf, an invoice for such fees, with a ten percent
(10%) markup, will be immediately issued to and paid by the Client.
TASK 100. Project Management and Coordination
TASK 600. Final Design Services
TASK 700. Community Engagement Services
TASK 800. Bidding and Record Drawings
Kimley-Horn Labor Fee
TASK 200. GeoEngineers — Environmental Permitting Services Subconsultant Fee
TASK 300 APS — Subsurface Utility Exploration Subconsultant Fee
TASK 500. HWA — Geotechnical Engineering Services Fee
Outside Services Fee
TASK 900. Management Reserve (Kimley-Horn Allowance)
Expenses
Management Reserve/Allowances*
$43,400
$177,900
$30,400
$8,200
$259,900
$8,200
$28,100
$66,700
$103,000
$30,600
$30,600
$3,600
TOTAL: $397,100
*The management reserve/allowance tasks are not to be used unless authorized by the City in writing
Packet Pg. 96
2.4.a
Kimley>»Horn
WXOXIIIIIb9EeP►6III-INI'i111111Ml21111EeP►W
Page 15
Any other services, including but not limited to the following, are not included in this Agreement but
can be added through a contract modification.
• Shoring design
• Bypass design
• Cathodic protection design
• Record of Survey services
• Structural engineering
• Traffic Control Plans for the Sea Lawn site are not anticipated and, therefore, not included.
Traffic Control Plans will be prepared for the Downtown site.
• Permitting for construction of water main
• Construction administration and/or observation services
• Construction funding applications
• Clean Air permitting
Q
Packet Pg. 97
2.4.a
Exhibit B - Cost Proposal Summary
City of Edmonds Phase 16 Waterline
Replacement
March 7, 2025
(Costs Rounded to the Nearest $1.00)
DIRECT LABOR
Estimated
Hourly
Labor
Classification
Hours
Rate
Costs
Principal/Sr. PM
166
$285.00
$
47,310
Sr. Professional
222
$270.00
$
59,940
Professional
210
$230.00
$
48,300
Analyst
486
$200.00
$
97,200
Admin Support 1
28
$175.00
$
4,900
Admin Support 11
16
$135.00
$
2,160
SUBTOTAL KIMLEY-HORN LABOR
1,128
Subtotal Labor
$
259,900
MANAGEMENT RESERVE KIMLEY-HORN LABOR
132
Reserve Labor
$
30,600
TOTAL KIMLEY-HORN LABOR
1,260
Total Labor
$
290,500
DIRECT EXPENSES
TOTAL DIRECT EXPENSES
$
3,600
OUTSIDE SERVICES (includes 10% markup)
Environmental Permitting (GeoEngineers)
$
8,200
Subsurface Utility Exploration (APS)
$
28,100
Geotechnical (HWA)
$
66,700
TOTAL OUTSIDE SERVICES
$
103,000
Total Direct Labor
$
290,500
Total Direct Expenses
$
3,600
Total Outside Services
$
103,000
TOTAL BASE COST (NOT TO EXCEED)
$
397,100
Additional Services Direct Labor
N/A
Additional Services Outside Services
N/A
TOTAL ADDITIONAL SERVICES COST (NTE)
$
0
TOTAL PROPOSAL (NTE)
$
397,100
r
0
a
r
c
a�
E
d
t>
ca
CL
m
c
m
c�
m
ca
s
a
L
Q
CL
�a
c
m
E
m
CL
Q
3
co
O
c
0
w
ca
w
c
a>
N
d
L
IL
c
E
a>
Q
CL
3
N
Page 1 Packet Pg. 98
2.4.a
Exhibit B - Derivation of Hours
City of Edmonds Phase 16 Waterline Replacement
March 7. 2025
Task
Description
Principal /
Sr. PM
Sr.
Professional
Professional
Analyst
Admin
Support I
Admin
Support II
Total hire
Task 100 - Project Management and Coordination
101
Kickoff Meeting
2
4
6
102
Coordination with City
24
24
103
Internal Project Meetings, Team Management and Scheduling
24
12
12
48
104
Bud et Control and Invoicin
18
24
42
105
Coordination with Subconsultants
8
16
24
106
Review Meetings with City 3 meetings up to 2 hrs each and issue minutes
10
12
22
0
Task 100 Totals
86
44
12
0
24
0
166
Task 200 - Environmental Permitting Services
201 1 GeoEn ineers - see outside services costs
0
Task 200 Totals
0
0
0
0
0
0
0
Task 300 - Subsurface Utility Exploration
301 !Applied Professional Services (APS) - see outside services costs
0
Task 300 Totals
0
0
0
0
0
0
0
Task 400 - Survey Services - NOT USED
401 Duane Hartman & Associates, Inc (DHA) -NOT USED
0
Task 400 Totals
0
0
0
0
0
0
0
Task 500 - Geotechnical Engineering Services
501 !HWA Geosciences (HWA) -see outside services costs
0
Task 500 Totals
0
0
0
0
0
0
0
Task 600 - Final Design Services - Phase 16 Sites (incorporating PH 15 sites as needed)
601
60%Design Plans
8
24
48
180
260
602
Site visit to review 60% plans, verify site conditions
4
4
8
603
60% Projects ecifications
2
16
8
8
34
604
60% Engineers Opinion of Probable Construction Cost
4
8
16
28
605
60% Design Memo
2
2
4
606
CA/QC 60% Design
16
16
607
90% Design Plans
6
26
32
140
204
608
90% Project Specifications
2
12
8
4
26
609
90% Engineer's Opinion of Probable Construction Cost
2
6
12
20
610
90% Design Memo
2
2
4
611
Traffic Control Plans
32
32
612
QA/QC 90% Design
16
16
613
Bid -Read Design Plans
4
8
20
60
92
614
Bid -Read Project Specifications
2
8
8
4
22
615
Bid -Ready Engineer's Opinion of Probable Construction Cost
2
4
8
14
616
QA/QC Bid -Ready Design
16
16
0
Task 600 Totals
80
110
174
416
0
16
796
Task 700 - Community Engagement Services
701
En a ement Management
8
2
10
702
Stakeholder Meetings
40
24
4
68
703
Updates
8
24
32
704
Documentation
2
20
22
0
Task 700 Totals
0
58
0
70
4
0
132
Task 800 - Bidding and Record Drawings
801
Answer Bidder Questions
4
4
802
Issue u to two 2 Addenda
4
8
12
803
Prepare Record Drawings based on Inspector/Contractor Provided Redline:
2
16
18
0
Task 800 Totals
0
10
24
0
0
0
34
SUBTOTAL W10 MANAGEMENT RESERVE
166
222
210
486
28
16
1128
Task 900 - Management Reserve (Allowance)
901
Additional Items of Requested Work Not Included in Other Tasks
8
32
44
48
132
Task 900 Totals
8
1 32
44
48
0
1 0
132
TOTALS1
174
1 254
254
534
28
1 16
1260
Principal / Sr. professional Analyst Admin Support Admin Support
Classification Sr. PM Professional 1 II
$ 285.00 $ 270.00 $ 230.00 $ 200.00 $ 175.00 $ 135.00
Rate
$1,650.00
$6,840.00
$12,840.00
$9,330.00
$6,600.00
$6,090.00
$0.00
$43,400.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$55,800.00
$2,220.00
$7,810.00
$6,120.00
$1,110.00
$4,560.00
$44,090.00
$6,190.00
$4,320.00
$1,110.00
$7,360.00
$4,560.00
$19,900.00
$5,110.00
$3,060.00
$4,560.00
$0.00
$177,900.00
$2,560.00
$16,300.00
$6,960.00
$4,540.00
$0.00
$30,400.00
$1,080.00
$2,920.00
$4,220.00
$0.00
$8,200.00
$30,640.00
$0.00
$30,600.00
$290,500.00
Page 2 Packet Pg. 99
2.4.a
Exhibit B - Direct Expenses
City of Edmonds Phase 16 Waterline Replacement
March 7, 2025
(Costs Rounded to the Nearest $1.00)
MILEAGE
Location No. of Trips Miles Total Miles
Meeting/Site Visit 3 40 120
0
Total Miles 120
Total Cost at $ 0.70 per mile
REPRODUCTIONS
$ 84
Type
Amount
Unit Cost
Total Cost
Plotting and sheet preparation
250
$
12.00
$
3,000
Photocopy (8 1 /2" x 11 ")
2000
$
0.05
$
100
Photocopy (11" x 17")
0
$
0.15
$
0
Displays (24" x 36")
0
$
80.00
$
0
Mylars
0
$
14.00
$
0
Total Reproductions
$
3,100
OUTREACH - to be included in future phase
Misc. Printed Materials
Certified Mail
Total Estimated Outreach Costs
TOTAL DIRECT EXPENSES
Amount Unit Cost Total Cost
1 $ 250.00 $ 250
10 $ 10.00 $ 100
$ 350
$ 3,534
Page 3
Packet Pg. 100
City of Edmonds
2.4.b
WOODWAY
O
fr
w
Z
a
cc
m
CASPERS5T c
D
2 rM
fi
I
I
I
I
I
a
S25
S 2
2P ?4E
-t,40Pic \(1f-'W aR
ril - '
c
d?y
}
Sig T2r
Q *4E
EDMONDS ri
MAIN ST
F)
I �
WALNU 1 STWAY
EDMONDS
55 T2 4t
S
8 T27N
LA
1
Ir-
-
LU
196TH Sl 5W >
LYNNWOOD <
212TH S1'SIL
T �
"L c ESPERANCE s�P
a 229THST*�4 "ss
SHT T� 1,* H T 76
>3 - T 7N _ 12T17
4ti5 nF
218TI I ST 4W
4 s
�k4TH STSW
SHORELINE
226TH PL W
n
c
m
MOUNTLAK
r TERRACE
'—SHT17
32 T27N
R4E
r'
Q
2
F
Packet Pg. 101
LAKF BAt UNGE-;
2.5
City Council Agenda Item
Meeting Date: 03/18/2025
Presentation of Amendment PSA for Phase 13 Sewer Replacement
Staff Lead: Rob English
Department: Engineering
Preparer: Emiko Rodarte
Background/History
On March 12, 2024, staff presented the PSA for design services to the Parks and Public Works
Committee and it was forwarded to the consent agenda.
On March 19, 2024, City Council approved the PSA on the consent agenda.
On November 19, 2024, staff presented the PSA amendment for design services to the Parks and Public
Works Committee and it was forwarded to the consent agenda.
On November 26, 2024, City Council approved the amendment on the consent agenda.
Staff Recommendation
Forward item to consent agenda for approval.
Narrative
This supplemental agreement will provide professional engineering services to complete the final
design, bidding and construction support for the Phase 13 Sewerline Replacement and Rehabilitation
Project. This phase will rehabilitate and/or replace, select sewer pipe segments throughout the City of
Edmonds sewer collection system.
The City has negotiated a consultant fee of $249,490 for the additional scope of work. As a result of this
amended agreement, the total contract amount will be increased to $591,273. This contract will be
funded by the Sewer Utility Fund.
In total, the Phase 13 Sewer Replacement Project will rehabilitate/replace approximately 1,800 linear
feet of the City's sewer pipe network and associated appurtenances at various locations within the City.
Selection of the sites was determined using the data supplied in the 2013 Comprehensive Sewer System
Plan, coordinating with upcoming road, water, and storm drain projects, and input from Public Works
maintenance. In addition, various sewer lateral repairs, within City Rights of Way, will be included as
part of the project due to significant and constant root intrusion issues. These locations are experiencing
root intrusion and structural issues that require maintenance staff to perform pipe cleaning and root
cutting multiple times per year to ensure that these systems do no experience backups.
Attachments:
Packet Pg. 102
2.5
Attachment 1- agreement
Attachment 2 - vicinity map
Packet Pg. 103
of EDMO
J CITY OF EDMONDS MIKE ROSEN
121 5T" AVENUE NORTH - EDMONDS, WA 98020 • 425-771-0220 - WWW.EDMONDSWA.GOV MAYOR
401 ley„ PUBLIC WORKS DEPARTMENT I ENGINEERING DIVISION
AMENDMENT NO.2 TO
PROFESSIONAL SERVICES AGREEMENT
WHEREAS, the City of Edmonds, Washington, hereinafter referred to as the "City", and
David Evans and Associates, Inc., hereinafter referred to as the "Consultant", entered into an
underlying agreement for design, engineering and consulting services with respect to a project
known as Phase 12 and Phase 13 Sewer Replacement and Rehabilitation project, dated April
4, 2024 ("Underlying Agreement"), which was amended by Amendment No. 1 dated December
16, 2024.
WHEREAS, Section 12 of the Underlying Agreement authorizes revisions to its terms
only upon a written amendment approved by both parties; and
WHEREAS, additional tasks to the original Scope of Work have been identified with
regard to providing Phase 13 Final Design, Bidding, and Construction Support;
NOW THEREFORE, in consideration of the mutual benefits accruing, it is agreed by and
between the parties thereto as follows:
1. The Underlying Agreement of April 4, 2024 between the parties, as amended by
Amendment No. 1 on December 16, 2024, both of which are incorporated by this reference as fully
as if herein set forth, is further amended in, but only in, the following respects:
1.1 Scope of Work. The Scope of Work set forth in Section 1 and Exhibit A to
the Underlying Agreement, as amended by Amendment No. 1, is hereby further amended to
include the additional services and material necessary to accomplish the stated objectives as
outlined in the attached Exhibit A, incorporated by this reference as fully as if herein set forth.
1.2 Payments. The $237,624.00 amount set forth in Section 2.A of the
Underlying Agreement and stated as an amount which shall not be exceeded, and which was
increased by $104,159.00, by Amendment No. 1, is hereby amended to include an additional not
to exceed amount of $249,490.00 for the additional scope of work identified in Exhibit A to this
Amendment No. 2. As a result of this Amendment No. 2, the total contract amount is increased to
a new total not -to -exceed amount of $591,273.00 ($237,624.00 plus $104,159.00 plus
$249,249.00).
E24GA.E25GA.DEA Amend 2 Packet Pg. 104
2.5.a
1.3 Fee Schedule. Exhibit A to the Underlying Agreement consisting of the
rate and cost reimbursement schedule is hereby amended to include the form set forth on the
attached Exhibit B, incorporated by this reference as fully as if herein set forth.
2. In all other respects, the Underlying Agreement between the parties, as amended
by Amendment No. 1, shall remain in full force and effect, further amended as set forth in this
Amendment No. 2, but only as set forth herein.
DONE this day of 92025.
CITY OF EDMONDS DAVID EVANS AND ASSOCIATES, INC.
Mike Rosen, Mayor Craig Christensen, Associate
ATTEST/AUTHENTICATE:
Scott Passey, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
E24GA.E25GA.DEA Amend 2 2
Packet Pg. 105
2.5.a
STATE OF WASHINGTON )
)ss
COUNTY OF KING )
On this day of , 2024, before me, the under -signed, a Notary
Public in and for the State of Washington, duly commissioned and sworn, personally appeared
Craig Christensen, to me known to be an Associate of David Evans and Associates, Inc., the
corporation that executed the foregoing instrument, and acknowledged the said instrument to be
the free and voluntary act and deed of said corporation, for the uses and purposes therein
mentioned, and on oath stated that he/she was authorized to execute said instrument and that the
seal affixed is the corporate seal of said corporation.
WITNESS my hand and official seal hereto affixed the day and year first above
written.
NOTARY PUBLIC
My commission expires:
E24GA.E25GA.DEA Amend 2 Packet Pg. 106
2.5.a
EXHIBIT A
SCOPE OF WORK AND SCHEDULE
Phase 12 and 13 Sewer Replacement and Rehabilitation — Assessment, Design,
Bidding, and Construction Engineering Services
City of Edmonds
March 6, 2025
This scope of work is the third of three anticipated contract and contract amendments
anticipated for this project as described below:
1. Phase 12 and 13 Assessment and 30% Design (previously completed scope)
2. Phase 12 Final Design, Bidding, and Construction Support (in progress)
3. Phase 13 Final Design, Bidding, and Construction Support (this scope)
Under the initial contract, DEA completed the assessment and 30% design activities
including site visits and review of CCTV video inspection records, easements, as-builts,
and GIS information. The site visits and information review were used to assist the City
in prioritizing repairs and determining the type of repair(s) suitable to address deficiencies
at each location. DEA also obtained existing utility maps from each of the utility service
providers showing the approximate location of franchise and City -owned utilities (water,
sewer, storm, gas, power, communications, internet, fiber, TV, etc). This information was
used to prepare preliminary base maps. DEA documented recommended prioritization
and repair recommendations along with the 30% design plans and sent them to the City
for review and approval. Additionally, DEA prepared project cost estimates (including
estimated costs for survey, design, permitting, geotechnical and construction) for twelve
(12) Phase 13 sites identified during the DEA and City 30% review meeting. These cost
estimates were submitted to the City by email on January 31, 2025.
In response to the information provided above, the City has requested a scope of work
and fee estimate from DEA to replace or rehabilitate four (4) segments of sewer main at
four locations. Additionally, the City has requested field surveying be completed for an
additional two (2) locations.
This scope of work (Phase 13 Final Design, Bidding, and Construction Support) for this
contract amendment describes the final design, bidding, and construction support, and
related engineering services to be provided in support of the proposed Phase 13
replacement and rehabilitation of select sewer segments throughout the City of Edmonds
sewer collection system.
Under this scope, the work at the four City -identified locations (Sites 26, 28, 44, 70)
generally consists of the following: Installing cured -in -place pipe (CIPP) lining or replacing
approximately 1,800 linear feet (LF) of 8-inch and 10-inch concrete sewer within improved
right of way (ROW). Additionally, a topographic survey will be completed at two other
locations (Sites 11 and 16) on easements on private property in the vicinity of the BNSF
railroad tracks.
PAC\C0ED00001716\0100PM\Phase 13 - Design\COED00001716-Ph 13 Sewer Final Design, Bidding & Construction Support -
Scope of Work.docx 1
Packet Pg. 107
2.5.a
The final design activities include additional site visits (if necessary) as well as the final
review of CCTV video inspection records and easement, as -built, and GIS information.
The site visits and information review will be used to confirm the type of repair(s) selected
to address the existing deficiencies at each of the different sites. DEA will also request
from the respective purveyor, maps showing the approximate location of all franchise and
City -owned utilities (water, sewer, storm, gas, power, communications, internet, fiber, TV,
etc) and continue to update the base maps from that information. DEA will complete 90%
plans, specifications, and cost estimate (PSE) and send them to the City for review and
approval by the end of November 2025 with the goal of bidding the project in December
of 2025 or January of 2026. The estimated duration of construction of the project is 6
months.
DEA will also support the City in bidding and construction as indicated in the Scope of
Work.
DEA understands that the City continuously evaluates its collection system, and that the
preliminary information used to prepare this estimate may be supplemented by new
information for pipes with a higher priority for rehabilitation and repair via the use of the
Management Reserve. DEA understands that although priorities may change, the goal is
to design this work over two phases (12 and 13) in 2025 and 2026 on approximately the
number of repairs identified, presuming similar site constraints and design considerations.
SCOPE OF WORK
The scope of engineering services is as follows:
1. Project Management
1.1. Planning, scoping, and coordination
1.2. Monitoring and control
1.2.1. Submit monthly invoices with status reports if requested. The status
report shall summarize activities completed for each task during the
billing period and anticipated deliverables for the next month. The
Consultant shall also summarize problems encountered and actions
taken for their resolution, potential future delays, and issues requiring
City direction. Any element that may impact the schedule and design fee
shall be included in the report.
1.3. Closeout
2. Assessment (Work completed under the previous scope)
3. 30% Design (Work completed under the previous scope)
PAC\C0ED00001716\0100PM\Phase 13 - Design\COED00001716-Ph 13 Sewer Final Design, Bidding & Construction Support -
Scope of Work.docx 2
Packet Pg. 108
2.5.a
4. Final Assessment
4.1. Additional Existing Information
4.1.1. Review additional easements, as-builts, and GIS sewer data
4.1.2. Confirm repairs by reviewing CCTV video inspections logs and
videos
4.2. Additional Site Visits
4.2.1. Review of site information and available City sewer easements,
generally confirm space available for access and construction staging
5. Phase 12 Final Design (Work in progress under the previous scope)
6. Phase 12 Biddinq and Construction Support (Work to be completed under the
previous scope)
7. Management Reserve
7.1. Tasks not included in the scope may be authorized in writing by the City Project
Manager on a time and expense basis
8. Phase 13 Final Design
8.1. Topographic survey
8.2. Geotechnical engineering and field explorations
8.3. Prepare plans using right of way and topographic surveying supplemented with
utility locates (prior to geotechnical boring) and City GIS data (14 sheets
estimated)
8.3.1. Cover sheet, notes legend, vicinity map, sheet index, survey
information (6 sheets)
8.3.2. All sites, civil plan and profile (1 site per sheet, 4 sheets total)
8.3.3. Details (3 sheets)
8.3.3.1. A traffic control plan is not included in this scope of work
8.3.4. TESC plan and details (1 sheet with general notes and details)
8.4. Prepare contract documents/specifications (COE/WSDOT format)
8.4.1. Bidding and contract documents with special provisions
8.4.2. Special provisions — civil
8.4.2.1. CIPP (full length, spot repair, tee/lateral, etc.) liner and open
cut (full length repair, spot repair, tee/lateral, etc.) replacement for
sewer rehabilitation
8.4.2.2. Bypass sewer flows for continual operation
8.5. Prepare quantity take off
8.5.1. Prepare and report final quantity take off broken down per plan sheet
8.6. Prepare construction cost estimate
8.6.1. Final engineer's construction cost estimate in accordance with the
City's estimating policy.
8.7. Submittals
8.7.1. QAQC-confirmed plans, quantity take -off, specs and estimate at
90%
8.7.2. QAQC-confirmed final plans, quantity take -off, specs and estimate
ready for bidding
P:\C\COED00001716\0100PM\Phase 13 - Design\COED00001716-Ph 13 Sewer Final Design, Bidding & Construction Support -
Scope of Work.docx 3
Packet Pg. 109
2.5.a
9. Phase 13 Bidding and Construction Support
9.1. Answer RFIs (assume 2)
9.2. Prepare addendum (assume 1)
9.3. Review material submittals (assume 8)
9.4. Review and complete as-builts
The City shall complete the corresponding work for this project as follows:
• Provide available record drawings and sewer easements
• Provide GIS data
• Provide access to CCTV videos
• Payment for permit fees and costs of advertising as required for permits or other
approvals
• Advertisement and publishing documents for bidding
• Management/Inspection of construction project
Other Significant Assumptions:
• Civil sheets will include plan and profile.
• Existing sewer is presumed to be in existing right of way or sewer easement.
Work to correct right of way deficiencies or to secure additional access rights or
easements for this work is presently not part of the scope of work.
• SEPA review is not required due to the rehabilitation nature of the project.
• The City will secure all necessary permits.
• The consultant will not charge for additional addenda if they are needed to
correct or clarify errors or omissions in the bid documents.
• The consultant will not charge for RFIs if they are needed to correct or clarify
errors or omissions in the bid documents.
PAC\C0ED00001716\0100PM\Phase 13 - Design\COED00001716-Ph 13 Sewer Final Design, Bidding & Construction Support -
Scope of Work.docx 4
Packet Pg. 110
2.5.a
SCHEDULE
Presuming approval by the City in March of 2025, the following is the proposed schedule.
Task
Apr-25 May-25 Jun-25 Jul-25
Aug-25 Sep-25
1 Project Management
2 Assessment
(Work completed under the previous scope)
3 30% Design
(Work completed under the previous scope)
4 Final Assessment
5 Phase 12 Final Design
(Work in progress under the previous scope)
6 Phase 12 Bidding and Construction Support
(Work to be completed under the previous scope)
7 Management Reserve
(As authorized by City)
8 Phase 13 Final Design
A
9 Phase 13 Bidding and Construction Support
Task
Jan-26 Feb-26 Mar-26 Apr-26
May-26 Jun-26
1 Project Management
2 Assessment
(Work completed under the previous scope)
3 30% Design
(Work completed under the previous scope)
4 Final Assessment
5 Phase 12 Final Design
(Work in progress under the previous scope)
6 Phase 12 Bidding and Construction Support
(Work to be completed under the previous scope)
7 Management Reserve
(As authorized by City)
8 Phase 13 Final Design
9 Phase 13 Bidding and Construction Support
Ott-25
Nov-25 Dec-25
P:\C\COED00001716\0100PM\Phase 13 - Design\COED00001716-Ph 13 Sewer Final Design, Bidding & Construction Support -Scope of Work.docx 5
Packet Pg. 111
2.5.a
Project Fee Estimate Project Number COED00001716
David Evans and Phase 12 and 13 Sewer Replacement and Rehabilitation - Phase 13 Final Design, Bidding, and Construction Support Date 3/6/2025
Associates, Inc. CITY OF EDMONDS
Prepared By DEFR/CFCH
Estimated DEA Labor - Civil Engineering Services
Task/Subtask 111
Personnel Positions and Approximate Hourly Billing Rates
DEA Labor
Total -
Expenses and
Subs.
Project
Manager
QAQC
Project
Engineer
Designer
Survey
Manager
Senior PLS
Survey Tech
Survey Crew
CAD/GIS
Technician
Admin.
Assistant
Total
Hours
Total
Estimated
Fee
$257.04
$292.32
$274.68
$186.48
$248.64
$208.99
$131.04
$268.80
$178.08
$131.04
1
Project Management
56
$12,857
$12,857
1.1
Planning, Scoping, & Coordination
8
4
8
20
$5,423
1.2
Monitoring & Control
15
1
15
31
$6,114
1.3
Closeout
4
1
5
$1,320
2
Assessment (Work completed under the previous scope)
0
$0
$0
3
30% Design (Work completed under the previous scope)
0
$0
$0
4
Final Assessment
1
40
$9,012
$9,628
4.1
Additional Existing Information
4
8
12
24
$5,463
4.2
Additional Site Visits
8
8
16
$3,548
5
Ph 12 Final Design (Work in progress under the previous
scope)
0
$0
$0
6
Ph 12 Bidding & Construction Support (Work to be
completed under the previous scope)
0
$0
$0
7
Management Reserve
96
$21,511
$21,511
7.1
Management Reserve
24
24
24
241
96
$21,511
8
Ph 13 Final Design
1
1
452
$98,050
$179,180
8.1
Topographic Survey
8
4
2
8
24
32
2
80
$17,333
8.2
Geotechnical Engineering & Field Explorations
8
12
20
$5,352
8.3
Plans(14 sheets)
16
8
40
80
80
224
$46,603
8.4
Specifications
8
6
24
40
2
80
$18,218
8.5
Quantity Take Off
2
2
2
4
10
$2,394
8.6
Construction Cost Estimate
2
2
2
4
10
$2,394
8.7
Submittals
4
4
8
121
28
$5,756
9
Ph 13 Bidding & Construction Support
118
$26,316
$26,316
9.1
RFIs (2)
2
1
4
4
11
$2,651
9.2
Addendum (1)
2
1
4
4
11
$2,651
9.3
Material Submittals (8)
8
16
32
56
$12,419
9.4
As-builts
8
8
8
16
40
$8,595
Total
i 1311
261
1601
2281
21
81
241
321
134
171
762
1 $167,745
$249,490
Estimated Direct Expenses
Mileage & Other Expenses
$1,386
Sub..nsultantsl
$80,359
Total Expensesl
$81,745
Project Fee Estimate Summary and Total
Total Estimated Laborl
$167,745
Total Estimated Expensesl
$81,745
Total Fee Estimatel
$249,490
Notes and Assumptions:
(1) See detailed Scope of Work dated 03/06/25.
(2) All hours and expenses are estimated, and may be increased or decreased within the total budget limit at the discretion of DEA's project manager. The DEA project manager may transfer budget from estimated expenses to labor and vice versa,
as the project manager may determine as appropriate. Work will be billed on a time and expense basis, subject to the limit of the not -to -exceed Total Fee Estimate value.
(3) Client shall be responsible for direct payment of all permit, agency review, advertisement, service or other project expenses not expressly included in the Project Fee Estimate and/or Scope of Work.
David Evans and Associates, Inc. 14432 SE Eastgate Way, Suite 400, Bellevue, WA 98007 425.519.6500 www.deainc.com
1 of 1 Packet Pg. 112
City of Edmonds
2.5.b
WOODWAY
CASPERS5T c
D
2 rM
fi
I
I
I
I
I
a
S 2
2P ?4E
-t,40Pic \(1f-'W aR
ril - '
c
d?y
}
c S7 T2r
Q �Y
EDMONDS ri
MAIN ST
WALNU 1 ST
EDMONDS
55 T2 4t
S
8 T27N
LA
1
Ir-
-
LU
196TH Sl 5W >
LYNNWOOD z
I
212TH S1'SIL
T �
"L c ESPERANCE s�P
a 229THST*�4 "ss
SHT T� 1,* H T 76
>3 - T 7N _ 12T)7
4ti5 nF
218TI I ST 4W
4 s
�k4TH STSW
SHORELINE
226TH PL W
n
c
m
MOUNTLAK
r TERRACE
'—SHT17
32 T27N
Rd E
r'
Q
2
F
Packet Pg. 113
LAKF BAt UNGE-;