Loading...
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-;