Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reg 2026-05-04 COMPLETE AGENDA PACKET
CITY OF TUKWUUA City Council Regular Meeting K8ODdav May 4'2O26Et7IK}p.[D. Location: Tukwila City Hall, Council Chambers, 6200 Southcenter Boulevard, Tukwila, WA 98188 Join remotely: 1-253-292-9750, Access Code: 670077847# or click here to join virtually AGENDA�. CALL TOORDER/ PLEDGE OF ALLEGIANCE/ROLL CALL 2. LAND ACKNOWLEDGEMENT The City of Tukwila is located on the ancestral lands of the Coast Sa|k»h people. We acknowledge their continuing connections to |and, waters and culture. We pay our respects totheir elders paat, present and emerging. 3. PUBLIC COMMENTS Those wishing to provide public comments may verbally address the City Council both on -site at Tukwila City Hall orremotely via phone orMicrosoft Teams for uptobminutes for items both onand not onthe meeting agenda. Per the Council Rules of Procedure, the total time for public comment should not generally exceed 30minutes and time may bereduced ho3minutes if there are more than Gspeakers. To provide comment ramota|y, please email oityoounoi|(a)tukvvi|awa.gov with your name and topic by 5:00 p.m. on the meeting data. P|aaao clearly indicate that your message is for public comment during the meeting, and you will receive further instructions. 4. PROCLAMATION 8. A proclamation recognizing May 3rd - Sth an "Public Service Recognition Week" in Pg. 5 the City ofTukwila Mayor Thomas McLeod 5. PRESENTATION a. Annual State ofthe Court Address Pg.6 Judge Kimberly Walden 6. CONSENT AGENDA a. Approval ofMinutes: O4/2ORegular Meeting b. Approval ofVouchers C. Authorize the Mayor to sign Amendment #2 to Contract #25-086 with Shae, Carr, & Pg.31 Jewell, Inc. for the {Jri||ia Road South Overlay Project, in the amount of$91'22O.00. [Reviewed and forwarded doconsent bvthe Transportation 8I9frasbruobre Services Committee on041271Z6] City Cmumci!MeeKng—Regu|ar Page 2mf3 d. Authorize the Mayor to execute a contract with BHC Consultants, LLC for design Pg.30 services for the 8nuthcenter Boulevard VVahar Main Replacement and Sewer Upgrades Project, in the amount of$5O1.390.UO. [Reviewed and forwarded doconsent by the Transportation &I9frasbruobre Services Committee on041271Z6] e. Authorize the Mayor to sign Amendment #2 to Contract #24-108 with Parametrix Pg.75 for the Lift Station 12 Retrofit—Phnse || Design project, in the amount of $417.914.25. [Reviewed and forwarded dnconsent bvthe Transportation &I9frasbruobre Services Committee on041271Z6] f Authorize the Mayor toexecute a contract with PACE Engineers, Inc. for design and Pg.104 bid support services for the Ryan Hill Utilities Improvements @ Priority Upgrades project, in the amount of $1,065,580.60. [Reviewed and forwarded toconsent bvthe Transportation &Infrastruobre Services Committee on041271Z6] g. Authorize the Mayor to execute a contract with KBA, Inc. for construction Pg. 154 management of the Interurban Avenue South (}vor|my Project, in the amount of $674.180.00. [Grant Funded [Reviewed and forwarded dnconsent bvthe Transportation 6> Infrastructure Services Committee on h. Authorize the Mayor to execute a contract with WSDOT Active Transportation for Pg.210 design ofthe Boeing Access Road Project, intheornnuntnf$1OO'DOO�OO. [Grant Funded [Reviewed and forwarded doconsent bvthe Transportation 6> Infrastructure Services Committee on i. Authorize the Mayor to sign Supplemental Agreement #1 to Contract #25-075 with Pg.214 Pnornos. Inc. to include the design of walkway enhancements for the Booing Access Road Overlay Project, inthmornountof$1OO,OOO.O0. [Grant [Reviewed and forwarded dnconsent bvthe Transportation & Infrastructure Services Committee on A resolution authorizing the submission of applications for grant funding assistance Pg. 226 for the Joseph Foster K4ernorin| Park Turf Field Conversion Project, Tukwila Community Center Turf Field Conversion Project, and Acquisition of Crestview Park tothe Washington State Recreation and Conservation Office. [Reviewed and forwarded dnconsent bvthe Community Services 8Safety Committee on k. Authorize the Mayor tVexecute an|ntedona|Agreement with the City nfRenton for Pg.236 FIFA World Cup Law Enforcement Support. [Reviewed and forwarded dnconsent bvthe Community Services 8Safety Committee on |. Authorize "Tukwila, City of Opportunity Scholarship" awards in the amount of Pg.247 $4.00O.00each tVKrishnmCabonQand HorndiDiriye,and $2.OU0toStella Zuve|a. [Reviewed and forwaroledtoconsent bvthe Committee ofthe Whole on This agenda is available at www.tukwilawa.gov, and in alternate formats with advance notice for those with disabilities. Tukwila Council meetings are audio/video taped, and available at www.tukwilawa.gov If you are in need of translation or interpretation services at a Council meeting, CityCmunci|Meetimg—Regu|ar Page 3mf3 7. UNFINISHED BUSINESS @. A resolution providing a sign holiday for temporary sigmaQe during the 2020 World Pg.257 Cup; suspending certain requirements of Tukwila Municipal Code Sections 19,34,040 and 1924,080; providing a sunset provision; and establishing an effective date. b. Resolutions Amending Certain Financial Policies: Pg.260 (1) A resolution adopting the City of Tukwila Fund Balance Policy. Pg. 261 (2) A resolution amending the City of Tukwila Financial Policies at Section 9, Pg. 270 Reserves Policy; and amending Resolution No. 30S6, C. Approve 2.0 FTE (full-time employees) for the Municipal Court for staffing of one Pg.270 Court Operations Specialist — Bailiff and one Court Operations Specialist, to be included inthe year-end budget amendment. @. REPORTS G. Mayor b. City Council C. Staff — City Administrator Report 9. MISCELLANEOUS 10. ADJOURNMENT This agenda is available at www.tukwilawa.gov, and in alternate formats with advance notice for those with disabilities. Tukwila Council meetings are audio/video taped, and available If you are in need of translation or interpretation services at a Council meeting, WELCOME TO THE TUKWILA CITY COUNCIL MEETING The Tukwila City Council encourages community participation in the local government process and welcomes attendance and public comment at its meetings. MEETING SCHEDULE Regular Meetings are held at 7:00 p.m. on the 1st and 3rd Mondays of each month. The City Council takes formal action in the form of motions, resolutions and ordinances at Regular Meetings. Committee of the Whole Meetings are held at 7:00 p.m. on the 2nd and 4th Mondays of each month. The City Council considers current issues, discusses policy matters in detail, and coordinates the work of the Council at Committee of the Whole meetings. PUBLIC COMMENTS Members of the public are given the opportunity to address the Council for up to 5 minutes on items both on and not on the meeting agenda during Public Comments. Per the Council Rules of Procedure the total time for public comments should not generally exceed 30 minutes and time may be reduced to 3 minutes each if there are more than 6 speakers. When recognized by the Presiding Officer, please go to the podium if on -site or turn on your microphone if attending virtually and state your name clearly for the record. The City Council appreciates hearing from you but may not respond or answer questions during the meeting; members of the City Council or City staff may follow up with you following the meeting. PUBLIC HEARINGS Public Hearings are required by law before the Council can take action on matters affecting the public interest such as land -use laws, annexations, rezone requests, public safety issues, etc. The City Council Rules of Procedure provide the following guidelines for Public Hearings: 1. City staff will provide a report summarizing and providing context to the issue at hand. 2. City staff shall speak first and be allowed 15 minutes to make a presentation. 3. The applicant is then allowed 15 minutes to make a presentation. 4. Each side is then allowed 5 minutes for rebuttal. 5. After City staff and the applicant have used their speaking time, the Council may ask further clarifying questions of the speakers. 6. Members of the public who wish to address the Council on the hearing topic may speak for 5 minutes each. 7. Speakers are asked to sign in on forms provided by the City Clerk. 8. The Council may ask clarifying questions of speakers and the speakers may respond. 9. Speakers should address their comments to the City Council. 10. If a large number of people wish to speak to the issue, the Council may limit the total amount of comment time dedicated to the Public Hearing. 11. Once the Presiding Officer closes the public hearing, no further comments will be accepted, and the issue is open for Councilmember discussion. 12. Any hearing being held or ordered to be held by the City Council may be continued in the manner as set forth by RCW 42.30.100. For more information about the City Council, including its complete Rules of Procedure, please visit: tt s:// .tu ila aov/e a ents/city-council/ Office of the Mayor City of Tukwila, Washington PROCLAMATION WHEREAS, public servants serve the American people every day at the federal, state, county and city levels. They do the work that keeps our nation and city moving forward; and WHEREAS, public employees take not only jobs, but oaths of service; and WHEREAS, many public servants, including military personnel, police officers, firefighters, health care professionals and other first responders, risk their lives each day in service to the people of the United States and around the world; and WHEREAS, career civil servants carry out the most fundamental purpose of government —to ensure public safety and represent the public interest in addressing social, economic and political challenges; and WHEREAS, without public servants at every level, continuity would be impossible in a democracy that regularly changes its leaders and elected officials; NOW THEREFORE, I, Thomas McLeod, Mayor of the City of Tukwila, do hereby proclaim May 3 - 9, 2026, as: Public Service Recognition Week in the City of Tukwila and encourage all community residents to join me in recognizing the accomplishments and contributions of government employees at all levels — federal, state, county and city. Presented this fourth day of May, 2026. Thomas McLeod, Mayor STATE O F THE COURT 202.6... "Justice is not defined by a building. It lives in fairness, in action, and in the promises we keep to our community every day., Judge Kimberly`\ 6 7 • Equity & Access • I nclusivity • Administration of Justice • Delivering quality services • Programs • The power of collaboration • Outreach • Confidence in the justice system Awards • Leadership People • Responsiveness 8 EMBRACE CHANGE. LEAD THE FUTURE. 10 PUTTING TECH TO WORK FOR OUR CUSTOMERS • Social Media • Remote hearings option • Updated webpage — public portal • Dynamic forms in 4 languages • On -site computer access • Electronic filing • New statewide case management HOW DO PHOTO ENFORCEMENT CAMERAS WORK? HOW DO I VIEW THE INFRACTION PHOTO AND VIDEO? DOES THE INFRACTION AFFECT MY DRIVING RECORD/LICENSE? WHAT ARE MY RESPONSE OPTIONS? 11 LANGUAGE ACCESS LEADERSHIP UI'°Ia A h E LOBBY RECEPC1 I E'LA POLICIA. DE TLII WILA QOLI . HOPE EE BOOLISKA TUKWILA TUKWILA MUNICIPAL COURT TRIBUNAL MUNICIPAL DE TUKWILA MA .KAI'IA©©ADEGMADATUKWILA . • Over 1200 hearings requiring interpreters • 36 different languages • State Reimbursement • Innovation 12 PRETRIAL NAVIGATOR Cornell Harris — Better Life Community Development Corp. • Resources • Treatment referrals • Job search/preparation • Mentorship • Coordination with Court Support Services 13 14 15 PHOTO ENFORCEMENT Cases filed: 7232 (+256%) Hearings Held: 1475 • Several hearing options • Fine considerations COURT SUPPO SERVPCES MANAGER weinza 17 18 REGIONAL COLLABORATION • UP Program • Domestic Violence Therapy • On-line Interpreter Scheduling • On-line Pro-tem Scheduling (coming soon • Interjurisdictional Warrant Program • OCourt Judicial Pro Tem Support 19 KING COUNTY UNIFIED PAYMENT PROGRAM (UPP 1,140 cases added in 2025 $145k collected New terms negotiated Collected by Tukwila via UP Program $4,500+ collected for past due fines $3,800+ in fees collected by Tukwila DOMESTIC VIOLENCE MORAL RECONATION THERAPY (DV MRT • 17 Jurisdictions • 98 graduates • 7 classes/week 21 JUSTICE ACADEMY INSTRUCTION • State Probation Academy • CourtAdministrato Academy • Judicial College • Court Leadership Tukwila Commemorates Juneteenth Celebrating the brilliance of the African American community in Tukwila JOIN US THURSDAY, JUNE 19TH OUTREA 23 ^3weal'#&Rriw41.'ac.0.'...^.-. "0 �}Atv COURT FOR KIDS • Mock Trials • Tours • Presentations • Community Service • Externships • Justice Forums 24 STATE V. BLAKE WHO WE ARE Founded in 2 M5, !quit Surwiver Organix@5 peapte in the state of Washington who Nava been directly impacted byte criminal fagot system to bill' eennections. increase political partbdpialaland rnaroome barriers to reentry. NEWS BRIEFS Blake Advisory Committee Concludes 2025 With a Passing of the Torch, Judge Kimberly Walden Steps Into Leadership Role The Bta.ke Adwilrory r.nmm ittee was formed to support the Administrative t7llice of the Court.5' IAOC:I Blake Adminlstratl°oe Ve,Gete Unit tBAVI.J i. which coordinates neliel e1iorts For irldieidual5 im pa led by 50 y0ar5 of drug p(75 g555105 C5lsv1ctlfnt rtlieirt unconstitutional in 2021' by the Washington Stela Supr5me Court Stabs E06,he cetvreneo as a Supreme Court wofkgrraup by Vashingten Supreme Court JustiCu Mf119' Yu, the.oommItss evolved rnto a e^olta.boretive advisory body that provides a common space for sla,ktholde r5 tu-5'.h5e e Irri0rmatta75, 5l01 strategies, and support one annlher in newigaiing the complex vacate and felonry INJLC55C5, The committee irttlrslcsrsri esentutives tram resorts" county ererka, pehhe defenclier:r, rag SaCatierh, ads q,;.ac„5 groups eon other stakeholders. it plays a key tote in developing unhturm ~rraoatur prrs0etlsres, coordinating qutreirCh, and Fostering statewide eollaboratinn in a raen-united court ray Ism. IJr"atFee rar"rw I.ea.der3hip, the t,.0mtelttke tx,ra Ilru'es to meet regularly, ensuring the work remains- lssu5Fr3, irealesskyr and udl5C11vu. "Given that wa are nol a. unilved court system and there was no history of seCh alrasrIvrr undarteklarg et vacating hundreds of ltrrrwlr orsds of onrivtotpons, 1Y mods sense to try to coordinate among the dithattenl or,gardxatidnr and delitirs that were sarwng the same population"" Yu said. "it gave us an opportunity to share infrrrrl alien, 55crdtnalr and enpport one Sncttler theca pout Yu, along with Ali liohman et the Washington Stela Office of Public Defense, have been serving as chairs el the Advisory Cornrnuttrc, but with Yrr's rending, retirement at the, end o1.2025, Tukwila !Municipal Court Judge Kh5I1 rIy Walden has Leer earned a nrto` co-rhhlr of the Gnnr mitlee Ydnlden has been a leader in developing an equitable and efficient vasalur proce55 In nyr 5eurt, and Tukwila T,klrnICrpal Couch staff have played a pivotal role in the commilicv. "C.hnosing .Vudgz 'Ar'elden Pn sseevas as the co-chair was an easy choice,' Yu solo. "First, She has ex2ootional lesderahatr skilko and in highly respected by those working in this area. She was among the, lirbl le Plow 55 of the elig,3LYc glow. cr,>nvh(lipng in her s{stid and She understood the significance 55 vacating those convictions and what i1, meant to 25 REGIONAL &STATE • Div 1 Court of Appeals • Interbranch Advisory Committee • State Legislators "You Got Served" • Supreme Court Committees 26 CAN DACE 2025 COURT EMPLOYEE OF THE YEAR AWARDS WASH I N GTO N STATE DISTRICT & MUNICIPAL COURT MANAGERS ASSOCIATION 2025 COACH/MENTOR OF THE YEAR AWARD HENRY WASHINGTON MISDEMEANANT PROBATION ASSOCIATION 2025 HEART OF THE COURT AWARD t of the Court This Certificate is given to For the individual whose presence strengthens the emotional well-being of the workplace and enhances the experience of those we serve April 14", 2026 MPA NOMINATION CHAIR Connie NX 29 uuumoW;^ 30 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6.C. Agenda Item Sponsor Legislative History Recommended Motion Orillia Road S Overlay Design - Amendment #2 Michael Ronda, Project Manager Public Works Department April 27, 2026 Transportation & Infrastructure Services Committee May 4, 2026 Regular Meeting Consent Agenda ❑ Discussion Only © Action Requested MOVE TO authorize the Mayor to sign an amendment to the contract with SCJ Alliance for the Orillia Road South Overlay in the amount of $91,226.00 EXECUTIVE SUMMARY Contract Amendment #2 modifies the existing agreement with Shea, Carr & Jewel, Inc (SCJ) Alliance (Contract 25-086) to modify the project boundary and adjust the scope of design services for the Orillia Road S Overlay Project. Staff is requesting this item be forwarded to the May 4th Regular Meeting Consent Agenda. DISCUSSION In 2025, the City entered a contract with SCJ to design pavement preservation improvements on Orillia Road South between S 204th Street and S 188th Street. Early project coordination revealed a conflict with proposed private development near S 204th and various safety concerns from S 200th to S 188th. To address these issues, we have modified the project limits to refocus the original budget between S 200th and S 188th. This allows for integration of improved safety features including select ADA improvements along the west edge of the roadway, repair or replacement of deficient guardrail, and more permanent channelization at the intersection of Orillia and S188th, which also functions as the Bow Lake Transfer Station driveway. While the overall cost of reconstruction within the condensed project limits are expected to decrease from the original scope, the proposed safety improvements increase the complexity and detail required for the project design. To cover this increase in design complexity we are proposing to shift a portion of the original Construction budget into the Design phase. We expect the total project cost to stay within the current budget of $1,309,000. FINANCIAL IMPACT Complete for all items with fiscal implications Disclaimer: Final terms and scope of work subject to revie :he City 31 • Expenditure - Budgeted ❑ Expenditure - Unbudgeted Expenditures: Fund Source: $91,226 Revenues (if applicable): National Highway Systems (FHWA) Pavement Preservation Grant © Expenditure - Grant -Funded III —One-Time (e.g. asset sale, surplus equipment) ❑ Revenue - Ongoing $91,226 Contractor (if applicable) Shea, Carr & Jewel, Inc. (SCJ) Scope of Work: Design Services Amount: $91,226 Duration: No Change (12/31/2026) Additional Comments: extension to December 31, 2026, approved by the Public Works the Procurement Policy. not to exceed amount from $119,881 to $211,107. Amendment #1 was a no -cost time Director per authority granted in Amendment #2 increases the total ATTACHMENTS WSDOT Supplemental Agreement #2 and revised Scope of Work Minutes from 04/27/26 Transportation & Infrastructure Services Committee Meeting - to be distributed separately 32 https://tukwilawa.sharepoint.com/sites/clerksintranet/Council Agenda Items/04-27 TIS Committee/1. Orillia Road S - Design Supplement2/a. Agenda Bill Info Memo - Orillia Sup2.docx Washington State Department of Transportation Supplemental ree ent umber 2 Organization and Address Shea, Carr & Jewell, Inc. l20l}u]Ave, Suite 550 Seattle WA9oQl01 Phone: Original Agreement Number LAl]024 Project Number NHPP-1230(007) Execution Date 4/10/25 Completion Date 12/31/26 Project Title Ori|UuRdSOverlay Now Maximum Amount Payable $119,881+$91,226= $211,107 Description ofWork Complete pavement repairs; primarily grind and overlay with select curb, gutter, oidevvuUc, and guardrail repair. The project vvi1[ooukerninorinoproYcouco[aLochunne|iruriwuundinzprovcVuferyueucthc 188[h intersection. This Supplement focuses design effort from S200th to S 188th and the WSDOT Right of Way. The Local Agency Vf City desires to supplement the agreement entered in to with 8buu, Carr &Jewell Inc. and executed 0n 4/10/25 and identified GSAgreement NO L/\11024 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes tothe agreement are described asfollows: U Section 1, SCOPE OF \8K]RK, is hereby changed to read: See attached Exhibit A UU 8onUon K( TIME FOR BEGINNING AND CC>K4PLET|(JN, is amended to change the number ofcalendar days for completion of the work to read: No Change III Section \( FY\YK4EN'[ shall be amended as follows: $9),22hisadded iothe original contract. See attached Exhibit E-| osset forth inthe attached Exhibit A.and bvthis reference made apart ofthis supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Scott 8a°/\cryriuciwu[ � By- Tbnn)us McLeod` Mayor Consultant Signature Approving Authority Signature DOT Form 140-063 33 CONSULTING SERVICES Scope of ork illia ";oad S •verlay Tukwila, A A end ent 1 Prepared For: Adam Cox, PE and Mike Ronda Prepared By: Susann Babaei, PE Date Prepared: January 23, 2026 v rvi The City of Tukwila received a 2023 NHS Asset Management Program grant for Orillia Rd South to preserve and enhance National Highway System facilities. The grant supports improvements on Orillia Rd South between S 188th St and S 204th St, a critical 0.75-mile arterial that connects businesses and residents to the City and major roadways, including 1-5 and S 212th St. The project will not resurface the road from the intersection of Orillia Rd S and 200th St to 700' north of the intersection as that work was completed in 2021. This amendment removes work south of the of 200th St intersection and adds the following design elements: • Add traffic calming measures, (1) rumble strips along the east side of Orillia Rd S, and (2) additional warning signs. • Update the channelization on Orillia Rd S to narrow lanes and accommodate bikes on the west side of the road. • Regrade driveways DW4 to DW7 (four driveways) to allow for an ADA accessible Pedestrian Access Route. • Add 5' sidewalk passing zones every 200' for a total of 13 passing zones. • Replace guardrail where it has been damaged with WSDOT Type 31 guardrail along the east side of Orillia, a total of 450'. • Update flashing signal signpost to a breakaway post. Su s 1 e ent 1 1) Management. Added budget for additional level of effort. 2) Schedule and Budget. Added work to revise schedule and budget. 34 CONSULTING SE VBi: C'v,S inistr ti Scope of Work — Orillia Road S Overlay January 23, 2026 Page 2 of 4 1) Progress Billings. Added budget for additional billing cycles added to length of project beyond the one year originally assumed. 2) Filling (no change). 3) Subconsultant Administration. Added work for additional length of project. s 3 reject eetin s 1) Project Team Meetings. Facilitate ten (10) additional one -hour Project Teams Meetings. Update and maintain The Action Item Log for each meeting. S t 5 1) Quality Assurance. (no change) 2) Quality Control. Add additional QC for additional complexity of project. Understanding • There will be no new deliverables in this task. All work will be included in the work already specified in the original contract. e&iverables • Meeting notes and Action Item Log for Project Team Meetings submitted via email in PDF format. s 1 T r is Survey 1) Survey Control. (no change). 2) Topographic Survey of 5 204th St (no change). 3) Utility Dips (no Change). 4) Additional Topo. Add additional survey to support the design of the additional work. ehiverables • Updated survey in CAD and PDF format. s s ss ss r� s 1201 Third Ave, Suite 550 • Seattle, WA 98101 • Office 206.739.5454 • Fax 360.352.1509 • scjalliance.com 35 T CONSULTING SE VBi: C'v,S s vir t css s 1 t tur esources 51. 1) Project Management and Administration (No change). Scope of Work — Orillia Road S Overlay January 23, 2026 Page 3 of 4 2) Area of Potential Effect Revision (Added work SC3). Revise the Area of Potential Effect (APE) for the new project limits. This includes drafting and finalizing a formal APE letter for WSDOT/DAHP review and approval. 3) Background (No change). 4) Archeological Survey (Added work SC3). Conduct up to 35 additional shovel test probes in accessible areas of the APE and photograph adjacent historic properties, as needed. 5) Reporting (Added work SC3). Add the results of the above tasks to the assessment report. Understanding • No archeological resources will be identified. • One round of report revisions will be required, requiring not more than 2 hours. • No historic property inventory forms or NRHP evaluations are required. • No previously recorded sites are within the project area which require revisiting. eliverabies • All deliverables are the same as was identified in the previous contract. s 1 51 Si 1) Over the Shoulder Review (No change). 2) 90% Plans. The following sheets are added or modified based on the new scope of work resulting from the 50% design roll plot. • Typical Sections (2 Sheets), NTS • Site Preparation Sheets (4 sheets) 1"=20' (22"x34") 1201 Third Ave, Suite 550 • Seattle, WA 98101 • Office 206.739.5454 • Fax 360.352.1509 • scjalliance.com 36 CJ ALLIAPJC comauLnmGesRvoss Scope ofVVork—OhUia Road S Overlay January Z3'2026 Page 4of4 + Roadway Sheets (4Sheets) l"=IU (ZZ"x34")These plans will include alignment information, pavement design, sidewalk improvements, and guardrail and clear zone improvements. + Signing and Striping Sheets (4 Sheets) 1"=20' (22"x34") These plans will include updates to the signing and striping of the project including any lane reductions, bike lanes, rumble strips along the shoulder, improved signagefor speed control. ^ Driveway Detail Sheets (2 Sheets) 1"=10' The plans will include profiles and plan view for adding anADAapproved PAR tothe identified driveways (DVV4'DVV7). + Typical Traffic Control Sheets (2 Sheets), (NTS) 3) 90% Engineer's Estimate. Engineer's estimate for the added work. 4) 90% Contract Documents. Project Manua | for the added work. vitask 12 1 /�����������Q l) Final Plans. Respond tocomments onthe new design elements from the 9U%design. Update the plans per the 9O%review. 2) Final Engineer's Estimate. Engineer's estimate the added work. 3) Final Contract Documents. Project Manual for the added work. Understanding * Stormwater Design is not required + Push Buttons and electrical work are not assumed. All signs will be solar powered + Only minor changes will berequired between the 9096plans and lO0%plans. e|'ver8b|es * All deliverables are the same as was identified in the previous contract. End of Proposal zznzThird Ave, s"itcsso ~ scatt|c' w«oozoz ~ oMicczna7sy.s454 ~ Fax3so.aszzsoe ~ ,cjaU/nncezom 37 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator �����������& BILL x�`��~n��� ITEM NO. 6.D. Agenda Item Sponsor Legislative History Recommended Motion Professional Services Agreement with BHC Consultants for Guuthmanter Boulevard Water Main Replacement and Sewer Upgrades design. /\dib/\b@||@|'Utilities Project K4@O@g8[ April 27,2O2S Transportation & Infrastructure Services Committee May 4.2O28 Regular Meeting Consent Agenda L] OiScuSSi0O Only M /\Cti0O Requested MOVE l[Oauthorize the mayor toexecute aprofessional services agreement with BHCConsultants for design services for the 8outhcenterBoulevard Water Main Replacement and Sewer Upgrades. EXECUTIVE SUMMARY Council action iarequested toauthorize the City toenter into aprofessional services agreement with BHC Consultants for design of the Southcenter Boulevard Water Main Replacement and Sewer Upgrades project. l[hep je[JindUdeSxv8ter8ndSevverimprOvemen[S8|OnA80U1hCDnterB0U|ev8nj from W1auodom Road South to the Green River Trail. The proposed agreement establishes a nct-to- exCeedamount Of$581'3S8. Staff iSrequesting this item beforwarded tOthe May 4thRegular Meeting Consent Agenda. DISCUSSION BHC Consultants will provide design services for the GOULhDenter Boulevard VV8ier Main Replacement and @axver Upgrades project. The work area rune along 8Vuthoenb*r Boulevard from K4ouodann Road South to the Green River Trail. The project includes replacement of about 3.000 linear feet of existing 8-inch vv8t8r main with new 8-inch ductile iron pipe and related appurtenances, and about 3.000 linear feet of existing 8-inch gravity sewer with new 8-inch PVC gravity S0VV8[. The sewer work also iOC|UdHS about 500linear feet 0fr8gr@dekJdirect flow toward the future Lift Station 13wet well rather than continuing under 1-405. FINANCIAL IMPACT Complete for all items with fiscal Disclaimer: Final terms and scope implications of work subject to review by the City Attorney 00 Expenditure -Budgeted EXDeDddU[9S: Fund Source: $581.390 Fl Revenues Sewer Enterprise Fund VV8��rEn�8qJhG8Fund NN ExoendUure-Unbudga[ed 0 Expenditure -Grant-Funded [] Revenue —One-Time /8�Q� ` asset sale, surplus equipment) ORevenue-C)nQoinQ Not applicable Contractor (if applicable) BNC Coneu|tonts, LLC Scope ofWork Complete design services for the 8ouLhcenterBoulevard Water Main Replacement and Sewer Upgrades project, iOdUdiDQUd|itv 38 locating, survey, preliminary and final design, coordination, and bid support, to produce bid ready construction documents. Amount $581,396 Duration Design is estimated to take 12 months Additional Comments: ATTACHMENTS Professional Services Agreement Amendment 2 with Parametrix and Design Scope & Fee Minutes from 04/27/26 Transportation & Infrastructure Services Committee Meeting - to be distributed separately https://tukwilawa.sharepoint.com/sites/clerksintranet/Council Agenda Items/04-27 TIS Committee/2. Southcenter Blvd Watermain Replacement and Sewer Upgrade - Design/Agenda Bill Info Memo_DesignAmendPMX.docx 39 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and BHC Consultants, LLC, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform design services in connection with the project titled Southcenter Blvd Watermain Replacement and Sewer Upgrades. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending 31 December 2028, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than 31 December 2028 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $581,396 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 40 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in 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 hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 41 4. Professional Liability with limits no Tess than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract 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. CA revised May 2020 42 Page 3 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. 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. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: BHC Consultants LLC 1601 Fifth Avenue #500 Seattle, WA 98101 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 43 DATED this day of , 2026. CITY OF TUKWILA Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn, City Clerk APPROVED AS TO FORM: Office of the City Attorney CONSULTANT: By: Printed Name: Title: CA revised May 2020 44 Page 5 EXHIBIT A - SCOPE OF SERVICES CITY OF TUKWILA SOUTHCENTER BOULEVARD WATERMAIN REPLACEMENT AND SEWER UPGRADES DESIGN SERVICES April 13, 2026 Statement of Understanding This Scope of Services is based on BHC Consultants, LLC's (BHC's) understanding of the City of Tukwila's (City) proposed water and sewer improvements along Southcenter Boulevard from Macadam Road South to the Green River Trail under Capital Improvements Project (CIP) No. 90540104 and 99840202. The Project area is a critical utility and transportation corridor with overlapping planned improvements that require coordination for a constructible and integrated design. The City's 2025-2030 Capital Improvement Program identifies several concurrent or adjacent projects along Southcenter Boulevard, including the Southcenter Boulevard Road Diet (CIP No. 92510406) and Southcenter Boulevard Bikeway and Pedestrian Crossing Upgrades (CIP No. 92510405). This Project will replace approximately 3,000 linear feet (LF) of existing 8-inch water main that was installed in the 1960s with new 8-inch ductile iron (DI) pipe and associated appurtenances. The main is located within the City's 360 Pressure Zone, which is supplied by multiple supply stations as identified in the City's Comprehensive Water Plan. BHC understands the Project desires to minimize disruptions to existing services and coordinate construction with the planned roadway modifications. The Project will also include the replacement of approximately 3,000 LF of existing 8-inch gravity sewer with new 8-inch polyvinyl chloride (PVC) gravity sewer. The existing sewer is located within Drainage Basin 4, which currently conveys flows beneath 1-405 to Drainage Basin 8, as documented in the City's Comprehensive Sewer Plan. A key element of this Project is regarding approximately 500 LF of sewer to redirect flows toward the future Lift Station 13 wet well rather than continuing conveyance under 1-405. BHC understands the Project will establish vertical control to provide gravity conveyance to the new lift station. This will require close coordination with the Lift Station 13 design consultant. BHC will also need to develop a clear approach to allow the existing sewer under 1-405 to be safely abandoned, which will require coordination with the Washington State Department of Transportation (WSDOT). Scope of Services The Scope of Services tasks are separated into five (5) components where applicable: 1) Work Tasks: tasks that will be completed by BHC; 2) City Responsibilities: elements that will be provided or performed by the City; 3) Deliverables: finished products that will be delivered to the City (electronic copies unless noted otherwise); 4) Assumptions: assumptions used to characterize and budget for each Work Task; and 5) Meetings: planned meetings with the City to facilitate the work. To complete the Scope of Services, BHC will subcontract with: Firm Abbreviated Name Role Psomas, Inc. Psomas Topographic Survey Applied Professional Services, Inc. APS Utility Locates / Utility Potholing / CCTV April 13, 2026 Page 1 45 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services The following tasks have been identified for this Project and are listed below, followed by a more detailed description of each task. Task 010 — Project Management Task 020 — Utility Location Services Task 030 — Field Survey Services Task 040 — 30% Design Services Task 050 — Final Design Services Task 060 — Permitting Support and Stakeholder Coordination Services Task 070 — Bid Support Services BHC will prepare construction bid documents for the proposed improvements and support the City with permitting and stakeholder coordination. The water and sewer improvements will be designed and constructed in accordance with the requirements of the current edition of the Water System Design Manual by the Washington State Department of Health (DOH) for water, the Criteria for Sewage Works Design by the Washington State Department of Ecology (Ecology) for sewer, the City of Tukwila Municipal Code for Water and Sewers, the City's design standards, and current edition of the Washington State Department of Transportation WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. Task 010: Project Management: Project management will be performed throughout the duration of the Project and will include technical oversight, team coordination, City communications, invoicing, tracking progress, and scoping future phases or changes to the Project. Work Tasks: BHC 010.1. Project Setup and Invoicing: 1) Enter the Project into BHC's accounting system, prepare monthly invoices and status reports, and track progress. 2) Prepare and execute contracts and contract changes/amendments with each subconsultant. 3) Develop and maintain a Change Management Log to document and track changes in Project scope, budget, and schedule. 010.2. Project Work Plan: 1) Develop and distribute a Project Work Plan to the City and BHC team members, including schedule, responsibilities, and level -of -effort. 010.3. City Communications: 1) Conduct bi-weekly Project status meetings and coordinate with City staff by email, phone, or video conference as -needed for additional communications with the City to facilitate the work. 010.4. Project Team Coordination: 1) Conduct regular team meetings to plan, organize, and coordinate the work and provide technical oversight and direction. City Responsibilities: 1) Execute Contract and issue Notice to Proceed. 2) Review and approve Contract changes and Contract amendments, if necessary, due to additional services or levels of effort not included in this scope becoming necessary. April 13, 2026 Page 2 46 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades 3) Participate with BHC in bi-monthly Project Coordination Meetings. Deliverables: Exhibit A Scope of Services 1) Invoices with monthly status reports, including any schedule revisions or updates. 2) Agendas, meeting notes, and action items for each Project Coordination Meeting with the City. Assumptions: 1) BHC's standard invoice formatting will be utilized. 2) Project duration will be twelve (12) months. 3) All Project Status Meetings and Coordination Meetings will be held virtually via MS Teams and will be attended by BHC's Project Manager and Project Engineer. Meetings: 1) One (1) Project Kickoff Meeting with the City, lasting up to tow (2) hours with attendance by BHC's Project Manager and Project Engineer. 2) Up to twenty-four (24) bi-monthly Project Coordination Meetings with the City, each lasting up to half an hour (0.5) hour in length. Task 020: Utility Location Services: BHC will subcontract with APS to complete this Task, which involves collecting available utility record drawings and field- locating/surface-marking (paint) the approximate locations of underground utilities within the Project area. APS will also perform a closed-circuit television (CCTV) inspection of the existing gravity sewers to identify the locations of tees or wyes that are connected to the mains. After the preliminary alignments of the proposed water and sewer upgrades are agreed upon, APS will conduct limited potholing to locate and identify potential utilities that may conflict with the proposed upgrades. A detailed summary of the scope of services that APS will provide is attached as Exhibit B-2. Work Tasks: 020.1. Data Collection and Review: APS, BHC 1) BHC will prepare and issue information requests to the City and known utility purveyors that summarize the requested utility information that will be needed to facilitate the Project work. Upon receipt of the information, BHC will review and analyze what has been provided and may develop subsequent requests for additional information and/or clarification. Requested information may include items such as record drawings, CCTV footage, pictures, potholing data, etc. 020.2. Coordinate with APS: 1) BHC will coordinate with APS to get the underground utilities located and marked in the field prior to conducting the topographic survey. 020.3. APS Utility Locate Services: 1) Request available franchise utility companies' record drawing information, including underground power, gas, telephone, fiber optic and other known utilities and incorporate this information into the base drawings. 2) Attempt to locate and mark the approximate locations of underground utilities within the Project area using utility records and sound/electrical signal conducting equipment where applicable. See Exhibit B-2 for additional information. April 13, 2026 Page 3 47 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades 020.4. APS CCTV Services: Exhibit A Scope of Services 1) Conduct a video inspection of the sewer mains within the Project boundary to locate tees or wyes connected to the main. See Exhibit B-2 for additional information. 020.5. APS Potholing Services: 1) Pothole existing underground utilities using air vacuum excavation equipment to determine the horizontal and vertical location of the utilities. See Exhibit B-2 for additional information. City Responsibilities: 1) Provide electronic copies of maps and record drawings (as-builts) of the existing City owned and maintained utilities. 2) Clean gravity sewers prior to CCTV inspection activities. Deliverables: 1) Google earth "reference map" showing the approximate locations of utilities that were located. 2) A DVD or thumb drive of inspected pipes. 3) Test hole data sheets, which include top, bottom, width, diameter, and direction of utility. 4) Excel spreadsheet containing test hole data for the Project. 5) One (1) copy of field notes with offsets shown in a hand drawn sketch. 6) Photos of found utilities. Assumptions: 1) Utility locates are based on existing available public information and may not be accurate or complete and shall not be used for construction. Potholing is approximate and may not identify the locations and extents of existing utilities. The Contractor shall be responsible for contacting 811 to obtain utility locates from the utility purveyors and for physically verifying the actual locations of utilities and identifying potential conflicts, if any. 2) APS will attempt to locate and surface mark water mains, water services, hydrant laterals, gas lines, and conductible utilities (power, communication, fiber, etc.). 3) Locaters will not mark sewer mains, side sewers, storm drainage pipes, drainpipes, or irrigation lines, however, locations of sewer mains and storm drains will be shown on the design drawings based on the surveyed locations of the sewer and storm drain structures to which the pipes are connect. Side sewers will be shown on the Drawings as approximate based on CCTV inspections and City records. 4) No permits will be needed to perform the utility locates, CCTV inspections, and potholing. Meetings: 1) No meetings are planned for this Task. Task 030: Field Survey Services: BHC will subcontract with Psomas to complete a field survey of the Project site. The field survey data will be used to develop an AutoCAD survey base drawing that will then be used for developing the AutoCAD design base drawings. A detailed summary of the scope of services that Psomas will provide is attached as Exhibit B-3. Work Tasks: 030.1. Coordinate with Psomas: 1) BHC will coordinate with Psomas to complete a topographic survey of the Project area. Psomas, BHC April 13, 2026 Page 4 48 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services 030.2. Psomas Survey Services: 1) Establish horizontal and vertical control points that are compatible with the City's Infrastructure Design and Construction Standards: NAD 83 (NSRS 2011) horizontal datum and NAVD88 vertical datum. 2) Conduct topographic survey mapping to locate the following: a) Back of sidewalks. b) Curbs/edges of pavement and pedestrian sidewalk curb ramps. c) Wet utilities (water, sewer, storm, and gas), including meters, valves, hydrants, manholes, catch basins, side sewers (if marked or if cleanout is visible) and other associated appurtenances. Perform measure downs for sewer and stormwater structures (manholes and catch basins) and obtain and record pipe size, material, and invert elevations where feasible at each structure. d) Conductible utilities (power, telephone, fiber optic), including utility poles, meters, utility marking paint (performed by APS under Task 020), and associated appurtenances. e) Other surface features or improvements that may impact the design and construction of replacement or repairs to water and sewer facilities. These may include: (1.) Channelization (yellow centerline, fog lines, etc.) (2.) Grade breaks (3.) Walls f) Vegetation, landscaping, and fencing within 10 feet of the existing water meters and fire hydrants. 3) Provide traffic control/safety compliance for the field crews per the City's requirements. 4) Base Map Preparation: Prepare 1"=20' topographic base map and digital terrain model (DTM) in AutoCAD format of the project to Psomas CAD standards as well as BHC mapping requirements. The base map will include information collected in the field. Two -foot contours will be generated from the DTM. 5) Right -of -Way and Property Lines: Road rights -of -way and property lines within the Project limits will be determined from available public records (i.e., records of survey, plats, state right-of-way plans, etc.) and found survey monuments. King County GIS will be utilized for adjacent parcels. Right-of-way and parcel information will be added to the base map. Adjacent owners' names and assessor's parcel numbers will be added to the base map. 6) Conduct field review and finalize AutoCAD Civil 3D survey base map. City Responsibilities: 1) Provide electronic copies of maps and record drawings (as-builts) of the existing City owned and maintained utilities. Deliverables: 1) None. The survey base map is a work product that will be used for development of the design. Assumptions: 1) Project limits for the base survey extend to the boundaries of the public right-of-way along Southcenter Boulevard, from Macadam Road S to the Green River Trail as well as about 600 feet of 65th Avenue S north of Southcenter Boulevard. 2) Utility locates are, in part, based on information developed by utility purveyors and others and may not be complete or accurate. BHC shall not be responsible if utilities are later discovered during construction that were not identified or located by the design phase utility locates. 3) Property boundaries shown on the design drawings for properties will be based on King County GIS that is imported and georeferenced and "best fit" based on surveyed locations of existing survey monuments. Property lines may be altered further based on the results of research and calculations performed for other tasks, such as the display of easement boundaries. Detailed property boundary surveys will not be performed. 4) GIS is not considered survey grade, and a record of survey will not be required. April 13, 2026 Page 5 49 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services 5) The intent is to locate the new utilities within existing rights -of -way with new meters and hydrants adjacent to the existing meters and hydrants, and new side sewers adjacent to the existing side sewers. 6) Not every surface feature within the rights -of -way and easements will be surveyed and mapped; instead, only the surface features necessary to support the design and construction of the proposed improvements will be surveyed and shown. Trees 8-inches diameter at breast height (DBH) or greater within the survey limits defined above will be located and identified as evergreen or deciduous. Determining tree dripline limits is not included. 7) Permits will not be required to complete the field survey. 8) The design team will adhere to the City's standards for control and CAD deliverables. 9) Monuments will not be disturbed by the design team so monument destruction forms/permits will not be required. Meetings: 1) No meetings are planned for this Task. Task 040: 30% Design Services: This Task will be used to review available documentation for existing infrastructure within the Project corridor, including City records and preliminary plans for concurrent corridor initiatives (the King County trails work, Southcenter Boulevard Road Project, and the Lift Station 13 design). BHC will then use this Task to develop preliminary layouts of the proposed water alignment (plan view only) and sewer alignment (plan and profile). This information will be used to inform the potholing identified under Task 020 and to coordinate with the concurrent corridor initiatives. Work Tasks: BHC 040.1. Review Existing Conditions and Documents: 1) Review available Project related information, which may include City utility construction record drawings, grid maps, and GIS maps as well as utility purveyor record drawings. Incorporate the pertinent utility information into the base drawings. 2) Visit the site to perform a review of the existing features and to verify locations of existing features and conditions as they relate to the design. 040,2. Develop Preliminary (30%) Design Drawings: 1) Prepare Preliminary Water Main Design Drawings showing base drawing information (existing topographic survey, utility locations, and parcel/right-of-way line information), proposed alignment of water mains (plan -view only), water services, water meters, valves, hydrants, and existing utilities to be abandoned or removed. 2) Prepare Preliminary Sewer Main Design Drawings showing base drawing information (existing topographic survey, utility locations, and parcel/right-of-way line information), proposed alignment of sewer mains (plan view), manholes, side sewers, and existing utilities to be abandoned or removed. 3) Develop preliminary traffic control concepts with support from APS. 040.3. Develop Preliminary Construction Sequencing: 1) Prepare a written summary of the anticipated Construction Sequence to reduce interruptions of existing service and to reduce impacts to traffic. April 13, 2026 Page 6 50 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades 040.4. Develop Preliminary Opinion of Probable Construction Cost (OPCC): 1) Prepare a Preliminary (30%) Design OPCC showing bid items, quantities, unit costs, and total probable costs for construction of proposed improvements. 040.5. Conduct Quality Assurance/Quality Control (QA/QC) Review: 1) Conduct internal QA/QC reviews. 040.6. Submit Preliminary Design Document: 1) Submit the Preliminary Design Documents (Drawings, Construction Sequence, and OPCC) to the City for review. 2) Participate in a Design Review Meeting with the City to discuss the City's review comments. 040.7. Attend Design Review Meeting: 1) Participate in a Design Review Meeting with the City to discuss the City's review comments. City Responsibilities: 1) Provide a consolidated set of written review comments on the design submittal. Deliverables: Exhibit A Scope of Services 1) One (1) electronic (Adobe PDF) version of the Preliminary Design Drawings for water and sewer. 2) One (1) electronic (Adobe PDF) version of the Preliminary Construction Sequence. 3) One (1) electronic (Adobe PDF) version of the Preliminary OPCC. Assumptions: 1) Drawings will be prepared using AutoCAD/Civil 3D 2018 and meet the following standards: a) Developed for plotting at full size (22" x 34") and half size (11" x 17"). Full-size plan view drawings will be drawn at a scale of 1" = 20'. Details generated for the improvements may use other scales as needed. b) Each plan view drawing will address up to approximately 500 feet of water main or sanitary sewer improvements, but less for odd length or off -shaped sites, and sites requiring larger scale detail drawings. Pertinent notes and details may be located along the right-hand side of the sheet or on separate sheets as appropriate. c) Profile views will not be included with the water and sewer main upgrades. d) Approximately 16 drawings are expected to be included in the 30% Submittal. 2) Water main pipe will be ductile iron (DI) pipe. Gravity sewers will be PVC pipe. 3) BHC will make reasonable efforts to provide an accurate OPCC with each submittal. However, the actual costs bid by contractors are beyond BHC's control and may vary significantly from BHC's OPCCs. 4) Association for the Advancement of Cost Engineering (AACE) estimating methods and classifications are not required. 5) The Preliminary (30%) OPCC will include a 30% contingency factor to account for unknowns. 6) The City shall respond with review comments within two (2) weeks of receiving the submittal. 7) The City will provide written and consolidated review comments to BHC at least three (3) days prior to any meetings to discuss the review comments. 8) The 30% Review Comment Meeting will occur within three (3) weeks of City's receipt of the submittal. All City review comments shall be available for discussion at the meeting. April 13, 2026 Page 7 51 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services 9) Design drawings will be developed for conventional open trench method of construction for water mains and hydrant laterals. Design for auger bore, horizontal directional drilling or other trenchless construction methods will be additional effort and will require a Contract amendment. 10) APS will be developing traffic control concepts under Task 020. 11) All improvements will be made within public rights -of -way. Meetings: 1) One (1) meeting up to two (2) hours in length will be held virtually with City staff to review City comments on the 30% Design Submittal. Task 050: Final Design Services: This Task will be used to complete the design of the water main replacement and sanitary sewer upgrades. BHC will develop documents under this Task that the City can use to solicit bids from contractors to construct the proposed improvements, including the associated restoration. Work Tasks: BHC 050.1. Develop 60% Design Documents for the proposed utility improvements. Activities will include the following: 1) Address the City's 30% Design review comments and progress the Design Drawings to include Temporary Erosion and Sediment Control (TESC) measures, restoration plans and details, and supporting details for the water and sewer upgrades. 2) Obtain and incorporate the City's standard details into the Design Drawings. 3) Prepare 60% Design Contract Specifications to support the Design Drawings. This will include obtaining and incorporating the City's standard specifications into the Contract Documents. The 60% Submittal will include the Advertisement for Bid with placeholders for dates, Instructions to Bidders, the Bid Proposal, the Bid and Performance Bond forms, Non -Collusion Declaration Form, the Certification of Compliance with Wage Payment Statutes Form, the Contract Agreement, and the City's boilerplate Special Provisions. 4) Visit the site to check pertinent design information and details. 5) Prepare a 60% Design OPCC showing bid items, quantities, unit costs, and total probable costs for construction of proposed improvements. 6) Conduct internal QA/QC reviews. 7) Submit 60% Design Documents to the City for review and comment. 8) Participate in a 60% Design Review Meeting with the City to discuss the City's review comments. 050.2. Develop 90% Design Documents for the proposed utility improvements. Activities will include the following: 1) Address the City's 60% Design review comments. 2) Prepare 90% Design Drawings. These documents will include the necessary Project specific details and notes to address the water and sewer improvements; pavement restoration plans and requirements; and standard construction and TESC notes. 3) Prepare 90% Contract Specifications. These documents will refine the documents that were included in the 60% Contract Specifications to make them more Project specific and will also include the intended date for the bid opening. Cross references in the Project's Special Provisions will be checked and confirmed. 4) Prepare 90% OPCC showing bid items, quantities, unit costs, and total probable costs for construction of proposed improvements. 5) Conduct internal QA/QC control reviews. 6) Submit 90% Design Documents to City for review and comment. 7) Participate in a 90% Design Review Meeting with the City to discuss the City's review comments. April 13, 2026 Page 8 52 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services 050.3. Prepare Final Contract Documents (Bid Documents) for the Proposed Utility Improvements: 1) Address the City's 90% Design review comments. 2) Prepare the final Contract Drawings that may be used by the City to solicit bids from Contractors. 3) Prepare the final Contract Specifications that may be used by the City to solicit bids from Contractors. 4) Prepare the final Contract OPCC that may be used for evaluation of bids received from Contractors. 5) Conduct internal QA/QC reviews. 6) Submit the final Contract Documents to the City. City Responsibilities: 1) Provide electronic copies (PDF) of the City's Standard Details to be included in the Contract Documents. 2) Provide electronic copies (MS Word) of the City's standard Bidding Documents, Contract Documents, General Conditions, and Special Provisions to the Standard Specifications. 3) Provide a consolidated set of written review comments on 60% and 90% Design Submittals. 4) Verify water meter sizes within the Project area. 5) Confirm the quantity and locations of fire hydrants to be installed as part of the 60% Design Submittal review. Coordinate with Fire Marshal, as required, for locations of replacement fire hydrants. Deliverables: 1) The 60% and 90% design submittals will each include: a) One (1) electronic (Adobe PDF) version of the Design Drawings. b) One (1) electronic (Adobe PDF) version of the Contract Documents. c) One (1) electronic (PDF) copy of the OPCC. 2) The Final Contract Document submittal will include: a) One (1) electronic (Adobe PDF) version of the Design Drawings, Contract Documents, and OPCC. b) Design Drawings in AutoCAD Civil 3D. c) Contract Documents in Microsoft Word format. d) OPCC in Microsoft Excel Format. Assumptions: 1) Drawings will be prepared using AutoCAD/Civil 3D 2018 and meet the following standards: a) Developed for plotting at full size (22" x 34") and half size (11" x 17"). Full-size plan view drawings will be drawn at a scale of 1" = 20'. Details generated for the improvements may use other scales as needed. b) Each plan and profile view drawing will address up to approximately 500 feet of water main or sanitary sewer improvements, but less for odd length or off -shaped sites, and sites requiring larger scale detail drawings. Pertinent notes and details may be located along the right-hand side of the sheet or on separate sheets as appropriate. c) Restoration and TESL requirements will be shown on separate drawings. d) Approximately 47 drawings are expected to be included in the Bid Documents. 2) The Special Provisions will be based on the City's Standards and the current WSDOT Standard Specifications for Road, Bridge and Municipal Construction. 3) Water main pipe will be ductile iron (DI) pipe. Gravity sewers will be PVC pipe. 4) 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 and a half -width overlay of the street. A full -width overlay will be included in areas where proposed improvements impact more than half of the traveled right of way. 5) 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 OPCCs. 6) AACE estimating methods and classifications are not required. April 13, 2026 Page 9 53 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services 7) The OPCC's will include the following contingency factors to account for unknowns: a) 60% OPCC contingency will be 20%. b) 90% OPCC contingency will be 10%. c) Final Design OPCC contingency will be 5%. 8) The City shall respond with review comments on each submittal as follows: a) Within three (3) weeks for the 60% Design Submittal. b) Within two (2) weeks for the 90% Design Submittal. The 90% Design Submittal is the final opportunity for the City to comment on the design. 9) The City will provide written and consolidated review comments to BHC at least three (3) days prior to any meetings to discuss the review comments. 10) The 60% and 90% Review Comment Meetings will occur within three (3) weeks of City's receipt of the submittals. All City review comments shall be available for discussion at the meetings. 11) Design drawings will be developed for conventional open trench method of construction for water mains and hydrant laterals. Design for auger bore, horizontal directional drilling or other trenchless construction method will be additional effort and will require a Contract amendment. 12) Existing sidewalk curb ramps meet existing Americans with Disabilities Act (ADA) and/or Public Right -of - Way Accessibility Guidelines (PROWAG) requirements and, therefore, the scope of services does not include design for replacement of sidewalk curb ramps. 13) Existing street pavement, the underlying pavement base aggregate, and the subgrade are structurally sound and do not require removal and replacement in preparation for pavement grind and overlay. 14) No water or sewer improvements will cross concrete driveway approaches. Therefore, the scope of services does not include design for replacement of concrete driveway approaches to meet ADA and/or PROWAG requirements within a pedestrian access route. 15) Utility locates are, in part, based on information developed by utility purveyors and others and may not be complete or accurate. BHC shall not be responsible if utilities are later discovered during construction that were not identified or located by the design phase utility locates. 16) All improvements will be made within public rights -of -way. No work will occur on private property. 17) The design will not identify temporary staging areas for construction as that is an activity best left to the Contractor. 18) No meetings will be conducted to discuss City review comments for the Final Design Submittal. Meetings: 1) One (1) meeting up to two (2) hours in length will be held virtually with City staff to review City comments on the 60% Design Submittal and will be attended by BHC's Project Manager and Project Engineer. 2) One (1) meeting up to two (2) hours in length will be held virtually with City staff to review City comments on the 90% Design Submittal and will be attended by BHC's Project Manager and Project Engineer. Task 060: Permitting Support and Stakeholder Coordination Services: This Task BHC will be used to coordinate with pertinent stakeholders. Work Tasks: 060.1. Coordinate with WSDOT: 1) Engage WSDOT to review the proposed sewer abandonment approach within the 1-405 right-of-way. 060.2. Coordinate with King County Parks: 1) Meet with King County Parks periodically to coordinate the water and sewer main design efforts with the County's trail work. April 13, 2026 Page 10 54 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services 060.3. Coordinate with the Southcenter Boulevard Road Project Team: 1) Meet with the Southcenter Boulevard Road Project Team periodically to coordinate the water and sewer main design efforts with the road project. 060.4. Coordinate with the Lift Station 13 Design Consultant: 1) Meet with the Lift Station 13 design consultant periodically to coordinate the water and sewer main design efforts with the lift station design. 060.5. Public Notifications/Coordination Support: 1) Assist City with notifying and/or coordinating the Project with the public as needed. City Responsibilities: 1) Participate in the coordination meetings with WSDOT, King County Parks, the Southcenter Boulevard Road Project Team, and the Lift Station 13 design consultant. Deliverables: 1) None. Assumptions: 1) The engagement with WSDOT will include a presentation of the record information, CCTV findings (if available), pipe condition assessment, and the proposed method of abandonment with the goal of obtaining agency approval of the proposed abandonment strategy. 2) A permit pre -application meeting is not required. 3) There are no critical areas or critical area buffers within the Project limits that will be impacted by the proposed upgrades. 4) A Washington State Department of Ecology (Ecology) Construction Stormwater General Permit is not required. 5) Stormwater Pollution Prevention Plan (SWPPP) is not required by BHC. 6) Per City direction, the City Right -of -Way Permit is not required. 7) Coordination meetings with King County Parks, the Southcenter Boulevard Road Project Team, and the Lift Station 13 design consultant will be held approximately one (1) month prior to each expected submittal date to allow sufficient time to modify the drawings based on input from the meetings. Meetings: 1) Up to two (2) meetings will be held with WSDOT to discuss the proposed sewer abandonment approach. 2) Up to four (4) virtual coordination meetings will be held with King County Parks to coordinate the water and sewer design documents with the County's trail work with each meeting lasting up to one (1) hour and attended by BHC's Project Engineer and Staff Engineer. 3) Up to four (4) virtual coordination meetings will be held with Southcenter Boulevard Road Project Team to coordinate the water and sewer design documents with the road work with each meeting lasting up to one (1) hour and attended by BHC's Project Engineer and Staff Engineer. 4) Up to four (4) virtual coordination meetings will be held with the Lift Station 13 design consultant to coordinate the water and sewer design documents with the Lift Station 13 project with each meeting lasting up to one (1) hour and attended by BHC's Project Engineer and Staff Engineer. April 13, 2026 Page 11 55 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services Task 070: Bid Support Services: This Task will be used to support the City with BHC obtaining a contractor to construct the proposed improvements. Work Tasks: 070.1. Upload the Bid Documents to Builders Exchange: 1) Upload PDF Bid Documents electronically to Builder's Exchange of Washington. 070.2. Respond to Bidder Questions: 1) As requested by the City, develop written responses to bidder questions during the bid advertisement period. 070.3. Prepare Addenda: 1) As requested by the City, assist the City in preparing up to two (2) Addenda to the Bid Documents and submitting said Addenda to Builder's Exchange. 070.4. Bid Evaluation Support: 1) Coordinate with the City to review the apparent low bidder's qualifications and bid proposal. 2) Provide a Recommendation on Award of the Contract to the apparent low bidder. City Responsibilities: 1) Administer the advertisement of the call for bids for the Project. Pay fees associated with the bid posting and advertisement. 2) Host and lead the Bid Opening Meeting. 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. Deliverables: 1) Written responses to bidder questions in electronic (Adobe PDF) form. 2) Up to two (2) Addenda in electronic (Adobe PDF) form. 3) Written Recommendation on Award of the Bid in electronic (Adobe PDF) form. Assumptions: 1) BHC's participation in the award of the Contract will be limited to evaluating the bid tabulation prepared by the City. 2) Conformed Documents will not be required as part of the design phase services. Meetings: 1) None. April 13, 2026 Page 12 56 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Task 999: Management Reserve Fund: This is included for ease of tracking a Management Reserve budget. A separate task will be established in BHC's accounting system to track the Management Reserve budget. This Task may be utilized if further work is needed beyond what is described above is required. Based on discussions with the City, the fund budget has been set at $60,000. Potential activities include: Exhibit A Scope of Services City Work Tasks: 999.1. Supplemental Work Tasks to be Determined 1) This work will be as negotiated between the City and BHC and as further authorized by the City. 2) BHC will document the scope and budget changes in the Change Management Log. City Responsibilities: 1) Written permission from the City is required to perform Management Reserve tasks or to access Project Management Reserve funds. 2) Other receivables are to be determined depending on the specific request. Deliverables: 1) To be determined depending on the specific request. Assumptions: 1) To be determined depending on the specific request. Meetings: 1) To be determined depending on the specific request. Services not Included The following services are not a part of this agreement. If the City chooses to add one or more of the following services to this Scope of Design Services, then a Contract change or a Contract amendment that addresses the additional required compensation as well as an appropriate extension of time will be necessary. These excluded services include, but are not limited to the following: 1) Permit investigations and applications not specifically identified in the Scope of Services. 2) Payment of permit fees. 3) Coordination with the City of Tukwila's Fire Marshall regarding review and approval of proposed improvements. 4) Hydraulic network analysis of the existing and/or proposed water system. 5) Design for trenchless construction methods, including auger bore and horizontal directional drilling. 6) Development of drawings and specifications for construction of earthquake resistant ductile iron (DI) pipe (ERDIP). 7) Pavement analysis and design. 8) Boundary surveys. 9) Development of design drawings for replacement of sidewalks, curb ramps, and driveway approaches. 10) Construction support services. April 13, 2026 Page 13 57 City of Tukwila Southcenter Blvd Watermain Replacement and Sewer Upgrades Exhibit A Scope of Services Budget The Work performed by BHC and its subconsultants will be invoiced to the City on a time and materials (T&M) basis based on the rates sheets attached as Exhibit B-1. BHC will not exceed the approved Project Budget without the written approval of the City. BHC may reallocate budget between tasks, except for Management Reserve. BHC will not utilize the Management Reserve budget without written pre -authorization from the City. The Project not -to -exceed (NTE) budget is $581,396 and is attached as Exhibit B. The City agrees to allow BHC and its subconsultants to adjust rates charged to the City on an annual basis in January of each year, beginning in January 2027. Project Design Phase Schedule The Project Design Phase Schedule (Baseline Schedule) milestones are shown below and are based on Notice to Proceed (NTP) being given in April 2026. Receipt of NTP or any significant changes to the Project after April 2026 may result in a delay in the Bid Advertisement date. Design Phase Project Milestones Notice to Proceed Survey Base Drawing 30% Design Submittal 60% Design Submittal 90% Design Submittal Final Design Submittal Bid Advertisement Bid Opening April 2026 June 2026 July 2026 September 2026 November 2026 March 2027 March 2027 April 2027 While the Project Schedule includes a reasonable time allotment for the regulatory processes based on BHC's historical experience in obtaining those permits, the actual time required to obtain the permits and easements includes efforts by others that are not within BHC's control. Therefore, delays in the schedule beyond the time frames included in the Project Schedule may adversely impact the Bid Advertisement date and as such may require the Bid Advertisement date to be extended as necessary. Attachments • Exhibit B: • Exhibit B-1 ■ Exhibit B-2: ■ Exhibit B-3: Consultant Project Budget BHC's Schedule of Charges Applied Professional Services, Inc. Scope and Budget Psomas, Inc. Scope and Budget April 13, 2026 Page 14 58 EXHIBIT B Consultant Project Budget 59 EXHIBIT B - BUDGET City of Tukwilla Southcenter Boulevard Watemain Replacement and Sewer Upgrades Project Budget PR-11078.00 Date: April 13, 2026 l' \ f717r1081,, ';00rpt,*07:,5, 1,000,,,,,,,, ,,'P00I,E49, ,Wt:'VilW ,l(gYin A; ,,'104440.1t04,,LO2011*1-' 99q8i6 40 ',,,440,,,, 7.W7:'184,8tr,, , Ai*.iii:Ce DAD ,,,':Pto,k,A$4t,' ;,A05,41, ,,K,.........-„„„„„„„10,,,--„„„„„„„,,,, A.1TriPriT8Y$4410:::/'11,!0:0K,,' :;),,N ,,," [9" 7 7 7979°pi4140$ ?:,- ' , , ,,,, i°'4"tii i %‘i\4,,.t. ,,,,A ,,,, '':: .i , .,..!:,, , ', ...$2:97.40. / UMW): ,,, e 47MIA''':: , '''Vt$2.40,)," ,,,;144740' ,,'4,f0t,20',41040 ',;$110,0 „,,,,,E,'11480::, ,',"' ,':' "i' :'' ''''4444" 'E" ,-',,--, "4 '':',:,': q"te iiii'iiiiiiiiiii4i" \ iiiiii' :, iiii"'4' i OHC?:,,::, iiii - ':$46';,::, fi ..irtiaikliriliiiikiNarhe',i.,ii',irii;,'„ii',irii;,'„ii',irii;,'„ii',irii;,'„ii',irii;,'„ii',irii;,'„ii',irii.iiiki;, i2.i.liloPriiiiii.,..iiiiiii iliefitiV,F „,HOUre,..,T1 4,itiiiii:;1,4: :,,,',Hiolir''',1, ?:'floitr,WF:1,014itirsl''','t' ii-rs,' t 'N' Oft: -:::00400'008n9e0tvent ,,':' ':'',:: '''' ,EE," .:',,::::;.- :,,,:' ,,,v,::: st)W,.'" 010.1 Project Setup and Invoicing 20.00 16.00 20.00 56,00 $255. $10,448 $10,448 $5,224 $5,433 $10,657 010.2 Project Work Plan . . 12.00 8.00 . 4.00 . 8.00 32.00 $191 $7,836 $7,836 $3,918 $4,075 $7,992 010,3 City Communications 40.00 32.00 12.00 92.00 $488, $1.9,993 $19,993 $9,996 $10,396 $20,393 010.4 Project Team Coordination , . , 24:6o' ' 24.66 . ' 94 /00- 4.00 , .. 4.00 4:6o , 84.00 $438 $17,647 $17,947 . $8,973 $9,332 $16,305 Subtotal : 12.00 92.00 60.00 36.00 4.00 4.00 36.00 20.00 264.00 $1,371 $56,223 $56,223 $28,111 $29,236 $57,347 020 .i i.:0118ty.5,opa800iS8099865iiiiii. irii.i.,,,,,,,,,,,,,,,,,,,,,,,,,,,,iii iii,:i.,..irii ii, iiiiiiiii."1.00%iii. 020.1 Data Collection and Review 1.00 4.00 12.00 17.00 $83 $3,394 $3,394 $3,394 $3,394 020,2 Coordinate with APS 4.00 2.00 6.00 $33 $1,350 $1,350 $1,350 $1,350 020.3 APS Utility Locate Services 819,600 $1,960 $21,560 $21,560 $21 ,560 $21,560 020.4 APS CCTV Services 841,794 $4,179 $45,973 $45,973 $45,973 $45,973 020.5 APS Potholing Services $43,854 $4,385 $48.239 $48,239 $48,239 $48,239 Subtotal 5.00 6.00 12.00 23.00 $116 $4,744 $105,248 $10,525 $115,773 $120,517 $120,517 $120,517 08 ,,,,Eigtek'S8„wey SAFIgiPV4 ,I00,4, 030,1 qcondinate dvith Psprnas 4.00, 3.00, 4, j0,0 ,99. 1800 $95 $3,877 $3,877 $3,877 $3,877. Psomas Survey Services . , , . . .. . $71,434 $7,143 $78,577 $78,577 . $78,677 $78,677 Subtotal 4.00 8.00 4.00 2.00 18.00 $95 $3,877 71,434.0 $7,143 $78,577 $82,454 $82,454 $82,454 040: „ii iiii,i80%ipplilglit.Se0v96es . ii,„.ii ,, , 040.1 Review Existing Conditions and Documents . 2.00 4.00 4.00 . 10,00 $52. $2,116 $2,116 $2,116 $2,116 040.2 Develop Preliminary (30%) Design Drawings D40.2.a Establish Water Main Alignment (Plan View) 6,75 13.'75 31.00 2.00 6.25 61.25 121 j00 $53,1, $31,776 $2.1 ,776 $24776 $21,776 040.2M Establish Sewer Main Alignment (Plan View) . 6.75 . 13.75 31.00 2.00 6,25 61.25 , 121.00 $531. $21,776 $2076 . $21,776 $21 , 776 040.2.c Develop Preliminary Traffic Control Concepts 2.00 4.00 8.00 2.00 8.00 24.00 $110 $4,506 $4,506 $4,506 $4,506 040.3 Develop Preliminary Construction Sequencing 2.00 2.00 8.00 1.00 1300 $63 $2,590 $2,590 $2,590 $2,590 0404 Develop Preliminary Opinion of Probable Construction Cost (OPCC) 4.00 8.00 12.00 24.00 $122 $4,982 $4,982 $4,982 $4,982 040.5 Conduct Quality Assurance/Qua/5y Control (0A/QC) Review 12.00 4.00 16.00 $111 $4,550 $4,550 $4,550 $4,550 ubm 040.6 Submitreliminary Design Documents 1.00 2.00 4 .00 • 7.00 $30 $1,239 $1,239 $1,26 si ,239 040.7 Attend Design Review Meeting 2.00 2.00 2.00 6,00 $31 $1,274 $1,274 $1,274 $1,274 Subtotal 12.00 30.50 47.50 94.00 4.00 16.50 134.50 3.00 342.00 $1,5811 $64,809 $64,809 $64,809 $64,809 6.64. , sf .1 r 013D6.$1g6 Serlikair 66851 ../ 60% .i. 0507 Develop 60% Design Documents , . . . 050.2.a Develop Design Drawings 13.25 27.50 62.00 3.75 12.50 122.25 241.25 $1,058 043,391 $43,391 $21,696 $22,563 $44,259 050.2.b Develop Specifications/Special Provisions 2.00 8.00 16.00 16.00 42.00 $201. $8,236 $8,236 $4,118 $4,283 $8,401 050.2.c Visit the Site 4.00 4.00 4.00 12,00 $62 $2,561 $2,561 $1,281 $1,332 $2,612. 050.2.d Prepare OPCC 2.00 2.00 8.00 1.00 13.00 $65 $2,669 $2,669 $1,335 $1,388 $2,722 050.2.e Conduct 0A/QC Reviews . . 12.00 4_00 16.00 $111 $4,550 $4,550 $2,275 $2,366 $4,641 050.2.f Submit 60% Design Documents 2.00 2.00 $11 $445 $445 $222 $231 $454 050.2,g Attend Design Review Meeting 2.00 2.00 4.00 $22 $906 $906 $453 $471 $924 050.2 Develop 90% Design Documents 050.2.a Develop Design Drawings 11.00 22,75 51.50 3.00 10.50 101.75 200,50 $879 $36,044 $36,044 $18,022 $18,743 $36,765 050.2.b Develop Spocifications/Special Provisions 2.00 6.00 12.00 10.00 30.00 $144 $5,920 $5,920 $2,960 $3,078 $6,038 050.2ff Prepare OPCC 2.00 2,00 8.00 12.00 $59 $2,405 $2,405 $1,203 $1,251 $2,453 050.2.d Conduct 0A/C2C Reviews 16.00 4.00 20.00 $141 $5,770 $5,770 $2,885 $3,001 $5,886 050.2,e Submit 90% Design [documents 2.00 2.00 $11 $445 $445 _ $222 $231 $454 050.2.f Attend Design Review Meeting 2.00 2.00 4,00 $22 $906 $906 $453 $471 $924 050.3 Develop Final Contract Documents • . ' 0503.e Prepare final Contract Drawings 6,75 13.75 31.00 2,00 6.25 61.25 121.00 $531 $21,776 $21,776 $10,888 $11,323 $22.211 050.3.b Prepare final Contract Specifications 1.00 4.00 8.00 • 8.00 21.00 $100 $4,118 $4,118 $2,059 $2,141 $4,200 050.3.c Prepare final Contract 7CC 1.00 2.00 4.00 7.00 $35 $1,433 $1,433 $717 $745 $1,462 050.3.d CondUct QA/0C Reviews 8.00 4.00 12.00 $81 $3,330 $3,330 $1,665 $1,732 $8.397 050.3.e Submit Oriel Contract Documents 2.00 2.00 $11 $445 $445 $222 $231 $454 Subtotal 36.00 67.00 96.00 204.50 9.75 29.25 285.25 34.00 761.75 $3,545 $145,350 $145,350 $72,675 $75,582 $148,257 p:09,,,,,,,,,,,,,,F*01500lPO.:Uppvrt40d.:0takehp0e6r01vor4600tigr,SeMogs,,,, ,'7 , , 7:- ' - 060.1 Coordinate with VVSDOT 6.00 6.00 3.00 16.00 36.00 $206 $8,436 $8,436 64.213 $4,387 $8,605 D60.2 Coordinate with King County Parks 8.00 6.00 4.00 12,00 _ 4.00 34.00 $191 $7,813 $7,813 _ $3,907 $4,063 $7,970 060.3 Coordinate with Southcenter Blvd Road Project 12.00 8.00 4.00 12.00 2..00 38.00 $215 $8,795 $8,795 $4,398 $4,574 $8,971 060.4 Coordinate with the Lift Station 13 Design Consultant 12.00 6.00 4.00 12.00 2.00 36.00 $203 $8,335 $8,335 $4,167 $4,334 $8,501 060.5 Public Notifications/Coordination Support 4.00 6.00 2.00 12.00 $59 $2,415 $2,415 $1,207 $1,256 $2,463 Subtotal 38.00 30.00 26.00 52.00 10.00 156.00 $8731 $35,795 $35,795 $17,897 $18,613 $36,510 010:, 0i4"'S,Opport0grOtos, ,':, 4005', 070.1 Upload Bid Documents to Builder's Exchange 2.00 2.00 2.00 6.00 $31 $1,274 $1,274 $1,325 $1,325 070.2 Respond to Bidder Questions 2.00 6.00 6.00 14.00 $72 $2,952 $3,070 $3,070 070,3 Prepare Addenda 8.00 8.00 4.00 2.00 8.00 2.00 32.00 $156 $6,380 ...._$2,952 $6,380 _ _ $6,636 $6,636 070.4 Sid Evaluation Suport 1.00 1.00 • , 2.00 $11 $453 $453 $471 $471 Subtotal 13.00 17.00 10.00 2.00 8.00 4.00 54.00 $2701 $11,059 $11,059 $11,502 $11,502 989 iMartagement.iRiaieervo..ii: ,: , , , . „is , i , „ 91666 99.1 Management Reserve $60,000 $60,000 $60,000 Total Budget 60.00 249.50 264.50 386.50 69.75 53.75 427.75 87.00 20.00 1,618.75 $7,850 $321,856 $105,248 $71,434 $17,668 $194,350 $576,206 $446,463 $134,933 $581,396 60 Pagel of 1 EXHIBIT B-1 BHC's Schedule of Charges 61 Exhibit B-1 Billing Title Hourly Billing Rates Principal Engineer $295 - $355 Senior Structural Engineer $290 - $315 Senior Electrical Engineer $280 - $315 Project Manager $250 - $315 Senior Engineer $250 - $315 Project Engineer $175 - $285 Staff Engineer $145 - $190 Senior Planner $195 - $245 Planner $135 - $175 GIS Specialist* $150 - $180 Field Inspector & Building Inspectors* $155 - $295 Building Code Compliance Review $155 - $295 CAD Manager* $175 - $220 Draftsperson* $145 - $220 Senior Project Administrator/Coordinator $140 - $190 Project Administrator* $140 - $190 Project Assistant/Word Processor* $140 - $185 Professional Reimbursement: The hourly billing rates include the cost of salaries of the BHC employees, plus paid sick and safe leave, vacation, holiday, other fringe benefits, indirect overhead and fee. All employees classified as "non-exempt" (billing category denoted with *) by the U.S. Department of Labor will be compensated at 1-1/2 times salary for overtime hours, as per State and Federal wage and hour laws. Billing rates will be calculated accordingly for these overtime hours. Communication Fee: Project Labor times 3.0% which includes telecommunications, faxes, standard U.S. Mail, mobile phones, and internet access. Direct Expenses: Reimbursement for direct expenses incurred in connection with the work, will be at cost plus ten percent. See Schedule of Non -Labor Charges for detail. The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective January 1, 2026 through December 31, 2026, and will be adjusted thereafter. 62 C e ule f January 1, 2026 s Non -Labor Charges Description Fee Reproduction In -House Reproduction B&W Print B&W Print B&W Plot (Line Drawings) B&W Plot (Line Drawings) B&W Mylar Color Plot (Color Graphics) Color Plot (Color Graphics) Color Print Color Print External Reproductions 8.5" x 11" 11" x 17" up to 6 sq. ft. Large Format Plot (> 6 sq. ft.) up to 6 sq. ft. up to 6 sq. ft. Large Format Plot (> 6 sq. ft.) 8.5" x 11" 11" x 17" $0.15/Copy $0.30/Copy $2.00/Copy $0.33/Sq. Ft. $14.00/Copy $12.00/Copy $2.00/Sq. Ft. $1.00/Copy $2.00/Copy Cost + 10% Subconsultants & Contractors Cost + 10% Transportation & Travel Airfare Lodging Meals Vehicle Rental & Gas Public Transportation & Taxis Parking Mileage Cost + 10% Cost + 10% Cost + 10% Cost + 10% Cost + 10% Cost + 10% IRS Rate Standard U.S. Mail, Express Mail, & Courier Cost + 10% Special Fees, Insurance, Permits, and Licenses Cost + 10% Software & Equipment Cost + 10% 3D Imaging Imaging Cost = $49.00 per Unit Equipment Charge = $50.00 Per Unit Unit Cost + $50 Equipment Charge Per Unit 3D Imaging (Floor Plans) Floor Plans = $15 per Unit Unit Cost + $10% 63 EXHIBIT B-2 Applied Professional Services, Inc. Scope and Budget 64 Exhibit B-2 Applied Professional Services, Inc. Project Scope: Utility Designating APS, Inc. will utilize standard RF locating equipment to designate and surface mark all 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 abandoned utilities. • This estimate is based on design engineering rates in which case the prevailing wages do not apply. • APS, Inc. cannot guarantee that it will find all conductible, non -conductible, abandoned 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. • APS, Inc. will provide a google earth "reference map" showing all utilities located for the site. Project Cost breakdown: Utility Designating SERVICE PROVIDED COST / UNIT EST. HRS/UNITS TOTAL COST (CONDUCITIBLE) LOCATES (days) $ 155.00 (CONDUCITIBLE) LOCATES (nights) $ 225.00 80 32 12,400.00 7,200.00 TOTAL PROJECT ESTIMATE 19,600.00 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. 65 Project Scope: Video Inspection/locating • APS 2-person crew, using our main line pipe Crawler Inspection System will video inspect all sewer mainlines within the project boundary. APS will also locate any Tees or Wyes coming off the main line. Locating the lateral is not included, APS is only locating the connection point. • APS, Inc. cannot guarantee that it will find all non -conductible utilities within the project boundaries, some manholes may be buried or not placed on existing as-builts provided. • Pipe inspection is dependent on condition, cleanliness of pipes, some pipes may not be inspected due to some conditions. • If APS, Inc. is unable to inspect it based on the conditions above, all work will halt, and the client will be notified immediately. • Pipe cleaning is not included in this scope and fee. 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. Project Cost breakdown: Video Inspection SERVICE PROVIDED COST / UNIT EST. HRS/UNITS TOTAL COST VIDEO INSPECTION/LOCATING $ 275.00 PROJECT MANAGEMENT $ 220.00 TRAFFIC CONTROL PLANS $ 300.00 FLAGGING & TC (plus 10%) $ 255.00 POLICE FLAGGING (plus 10%) $ 135.00 60 10 9 60 24 16, 500.00 2,200.00 2,700.00 16, 830.00 3,564.00 TOTAL PROJECT ESTIMATE 41,794.00 Project Scope: Potholing • APS, Inc. shall air vacuum excavate approximately Number of test -holes on existing underground utilities. • Scope assumes that the utility will be between 0' and 10' in depth. • If a test -hole falls in the hard surface APS, Inc. shall jackhammer or core the existing asphalt or concrete. • APS, Inc. shall backfill all test -holes with a material approved by the local jurisdiction (5/8" select fill). • 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. • Collect utility and test -hole data, and photograph all found utilities. • This estimate is based on design engineering rates in which case the prevailing wages do not apply. • Restoration is assumed at this time to be 5/8" crushed rock back fill or native fill and an EZ-street patch, which carries a 2- year warranty from the date the test -hole was completed. • 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. 66 Deliverables: Potholing • 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. • All filed notes with offsets shown in a hand drawn sketch. • Photo of all Found Utilities. • One and a quarter inch zinc washer left at the grade where utility was found with measurements stamped into it. SERVICE PROVIDED COST / UNIT EST. HRS/UNITS TOTAL COST AIR VACUUM POTHOLING (daily) PROJECT COORDINATION PROJECT MANAGEMENT TRAFFIC CONTROL PLANS GPR LOCATES DUMPING FEE (per hole) FLAGGING & TC (plus 10%) POLICE FLAGGING (plus 10%) PERMIT FEES (plus 10%) $ 4,100.00 $ 145.00 $ 220.00 $ 300.00 $ 210.00 $ 40.00 $ 255.00 $ 135.00 $ 1, 500.00 5 $ 20, 500.00 8 $ 1,160.00 4 $ 880.00 8 $ 2,400.00 8 $ 1,680.00 20 $ 800.00 40 $ 11, 220.00 24 $ 3,564.00 1 $ 1,650.00 TOTAL PROJECT ESTIMATE 43, 854.00 Project Site Address • Southcenter Blvd & 65th Ave S. Tukwila, WA Contact Information: CLIENT: BHC Consultants Kevin Aguilar (206) 357-9967 Kevin.aguilar@bhcconsultants.com 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. Name: Date: 67 TERMS AND CONDITIONS Applied Professional Services, Inc. ACKNOWLEDGEMENT AND ACCEPTANCE OF TERMS AND CONDITIONS FOR SERVICES "Client" acknowledges that the Proposal prepared by Applied Professional Services, Inc. ("APS"), along with the Terms and Conditions ("Terms") below comprise the entire agreement between the Client and APS (collectively "Agreement"), and supersedes all prior or contemporaneous written and oral understandings, agreements, negotiations, representations, warranties, and communications. GENERAL TERMS AND CONDITIONS RELATIONSHIP OF THE PARTIES: The relationship between the parties is that of independent contractors. Nothing contained in this Agreement shall be construed as creating any agency, partnership, joint venture or other form of joint enterprise, employment or fiduciary relationship between the parties, and neither party shall have authority to contract for or bind the other party in any manner whatsoever. SERVICES: APS shall provide services to the Client for the project ("Project"), as defined in the Proposal and the Agreement, or as requested by the Client by an agreed Order (the "Services") in accordance with these Terms. PROJECT SCHEDULE: APS shall use reasonable efforts to meet the Project schedule dates specified in the Proposal. These dates shall be estimates only. CLIENT'S RESPONSIBILITIES: Client shall provide/perform the following in a timely manner so as not to delay the Services: Provide accurate information about the location and survey of the site where services are to be provided. Cooperate with APS in all matters relating to the Services. Secure legal rights to and provide access to the Project site property and authorize APS staff to access the site for activities necessary for the performance of the Services. Respond promptly to any APS request to provide direction, information, approvals, authorizations or decisions that are reasonably necessary for APS to perform Services in accordance with the requirements of this Agreement. Provide materials, data, or information that APS may request that is reasonably necessary to carry out the Services in a timely manner and ensure that such materials, data, or information provided are complete and accurate in all material respects. Comply with all applicable laws in relation to the Services before the date on which the Services are to start, including required licenses, permits, and consents to allow APS to perform Services. Give prompt consideration and action to all communications, reports and other documents relating to the Services furnished by APS and inform APS in writing of decisions in reasonable time so as not to delay the Services. CLIENT'S ACTS OR OMISSIONS: If APS's performance of its obligations under this Agreement is prevented or delayed by any act or omission of Client or its agents, subcontractors, consultants or employees, APS shall not be deemed in breach of its obligations under this Agreement or otherwise liable for any costs, charges or losses sustained or incurred by Client, in each case, to the extent arising directly or indirectly from such prevention or delay. COMPENSATION AND PAYMENT: In consideration of the provision of the Services by APS under this Agreement, Compensation will be made as follows: — Payment: Invoices for APS's Services shall be submitted on a monthly basis and are payable within thirty (30) days after the invoice date. In the event that the Client disputes any portion of an invoice, client shall notify APS - of such disputed items within ten (10) days of invoice date. Retainers/deposits shall be credited on the final invoice. Interest will accrue on accounts overdue by 30 days at the lesser of 1.5 percent per month (18 percent per annum) or the maximum legal rate of interest allowable. Failure to make any payment when due is a material breach of this Agreement. In the event any invoice has not been paid in full within ninety (90) days of the invoice date, APS shall have the right to immediately suspend all or any portion of the Services hereunder indefinitely, pending payment in full of such invoice(s). Taxes: Client shall be responsible for all sales, use and excise taxes, and any other similar taxes, duties and charges of any kind imposed by any federal, state or local governmental entity on any amounts payable by Client hereunder. Compensation: Client shall pay the agreed upon rates or amounts set forth in the Proposal. If the agreement extends across multiple years, the compensation paid to APS may be adjusted due to market conditions, underlying labor costs, overhead and pricing influences. CHANGE ORDERS: If either party wishes to change the scope or performance of the Services, it shall submit details in writing of the requested change in a timely manner to the other party. APS shall, within a reasonable time after such request, provide a written estimate to Client of: the likely time required to implement the change any necessary variations to the compensation and other charges for the Services arising from the change the likely effect of the change on the Services any other impact the change might have on the performance of this Agreement Promptly after receipt of the written estimate, the parties shall negotiate in good faith and agree in writing on the terms of such change (a "Change Order"). Neither party shall be bound by any Change Order unless mutually agreed upon in writing. APS may charge for the time it spends assessing and documenting a request for a Change Order on a time and materials basis in accordance with the Proposal. DOCUMENTS: Unless otherwise agreed to by the parties in writing, all of the documents prepared by or on behalf of APS in connection with the Services (herein called the "Documents") will be considered Instruments of Service and will become the property of Client upon full and final payment of the Compensation. Any copyright of the Documents shall be retained by APS. APS grants to Client a non-exclusive right and license to use, disclose and reproduce the Documents solely for the purpose of the Project. DATA AND DOCUMENT RETENTION: APS will retain all data and Documents in accordance with its Data Retention Policy, unless otherwise agreed upon in writing. LIMITATION OF USE: Client shall not amend, alter or revise, reuse, permit the use of, disclose or reproduce any of the Documents for the completion of another project or work, without first obtaining the written consent of APS, and all reproductions shall include notice of this restriction. APS shall have no responsibility for any loss or damage suffered by Client or others resulting from any unauthorized use or modification of the Documents, errors in transmission of the Documents, changes to the Documents by others. The Documents may be relied upon by Client for design and construction work undertaken by other parties with respect to the Project provided such parties !Eft 7,18,2024 68 Page 1 of 3 TERMS AND CONDITIONS Applied Professional Services, Inc. verify the accuracy and completeness of the Documents to their satisfaction. The Client agrees to defend, indemnify and hold APS harmless from and against all claims, demands, losses, damages, liability and costs associated therewith. In the event any of APS's work product documents are modified in any respect, without involvement and oversight of APS, Client agrees that any modification is at the Client's sole risk. In the event that Client is in default of its obligations under this Agreement, APS may terminate Client's right and license to use, disclose and reproduce the Documents upon providing written notice to Client. Client shall return to APS all Documents and that no residual copies of any part of any Documents are to be retained by the Client or other parties. STANDARD OF CARE: The standard of care for all Services performed under this Agreement will be the care and skill ordinarily used by members of the subject profession practicing under similar circumstances at the same time and in the same locality. APS makes no warranties or guarantees under this Agreement in connection with the Services. APS makes no warranty whatsoever with respect to the services, including any warranty of merchantability, warranty of fitness for a particular purpose, warranty of title, or warranty against infringement of intellectual property rights of a third party; whether express or implied by law, course of dealing, course of performance, usage of trade, or otherwise. CONFIDENTIALITY: Both parties shall use reasonable efforts to keep confidential all data and information which is marked confidential and furnished by the respective parties under this Agreement. Confidentiality obligations shall not apply if such data or information is within the public domain, was known to the Client or APS at the time of disclosure, or was rightfully obtained by Client or APS on a non -confidential basis from a third party. PERSONAL INFORMATION: Unless otherwise agreed to by the parties in writing, Client shall only collect and use individually identifiable information from or about APS employees if such collection and use is required. Client shall collect and use all Personal Information in accordance with applicable federal, state or personal information protection legislation. NON -SOLICITATION OF EMPLOYEES: Neither party shall knowingly solicit, recruit, hire or otherwise employ or retain the employees of the other party during the Term of this Agreement and for one (1) year following the termination or expiration of this Agreement without the prior written consent of the other party. However, neither party shall be restricted from soliciting or recruiting generally in the media, or from hiring, without prior written consent, the other party's employees who answer any advertisement or otherwise voluntarily applies for hire without having been personally solicited. For a breach of Non -Solicitation, an amount equal to twice the base annual salary of the recruited employee at the time of their departure shall be paid by the hiring party to the other party. INDEMNIFICATION: To the fullest extent permitted by law, APS shall indemnify and hold harmless Client from and against any and all damages, liabilities, costs and expenses, including but not limited to reimbursement of reasonable attomey's fees arising out of damages or injuries to persons or property to the proportionate extent caused by the negligence, gross negligence or willful misconduct of APS or anyone acting under its direction or control or on its behalf in the course of its performance under this Agreement; provided that APS 's aforesaid indemnity and hold harmless obligation shall not be applicable to any liability based upon the willful misconduct or negligence of Client or upon use of or reliance on information supplied by Client or on behalf of Client to APS in preparation of any report, study or other written document. Client shall indemnify and hold harmless APS from and against any and all damages, liabilities, costs and expenses, including but not limited to reimbursement of reasonable attomey fees arising out of (i) damages or injuries to persons or property caused by the negligence, gross negligence or willful misconduct by Client or anyone acting under its direction or control or on its behalf in connection with this Agreement and (ii) claims, actions or demands for environmental liability arising from, or in relation to, any condition, not caused by the negligence of APS or anyone acting under its authority; provided that Client's aforesaid indemnity and hold harmless obligation shall not be applicable to any liability based upon the willful misconduct or negligence of APS. The duty to indemnify does not include the duty to pay for or to provide an up- front defense against unproven claims or allegations. Where any claim results from the joint negligence, gross negligence, or willful misconduct, by Client and APS, the amount of such damage for which Client or APS is liable shall equal the proportionate part that the amount of such claim attributable to indemnitor's negligence, gross negligence, willful misconduct, bears to the amount of the total claim attributable to the joint negligence, gross negligence, or willful misconduct, at issue. LIMITATION OF LIABILITIES: Notwithstanding any other provision in the Agreement, the Client agrees to limit APS's liability under the Agreement or arising from the performance or non-performance of the Services under any theory of law, including but not limited to claims for negligence, negligent misrepresentation and breach of contract, to the lesser of: (a) the fees paid to APS for Services or (b) the maximum of remaining available insurance provided. No claim may be brought against APS in contract or tort more than two (2) years after the cause of action arose. Any claim, suit, demand or action brought under the Agreement shall be directed and/or asserted only against APS and not against any of APS's employees, shareholders, officers or directors. APS's liability with respect to any claims arising out of this Agreement shall be limited as provided herein to direct damages arising out of the performance of the Services and APS shall not be held responsible or liable whatsoever for any consequential damages, injury or damage incurred by the actions or inactions of the Client, including but not limited to claims for loss of use, loss of profits and loss of markets. FORCE MAJEURE: If performance of the Services is affected by causes beyond APS's reasonable control, the Project schedule and the Compensation shall be equitably adjusted by mutual agreement of the parties. APS shall not be liable or responsible to Client, nor be deemed to have defaulted or breached this Agreement, for any failure or delay in fulfilling or performing any term of this Agreement when and to the extent such failure or delay is caused by or results from acts or circumstances beyond the reasonable control of APS. These causes include, without limitation, inclement weather conditions, acts of God, flood, fire, earthquake, explosion, govemmental actions, war, invasion or hostilities (whether war is declared or not), terrorist threats or acts, riot, or other civil unrest, national emergency, revolution, insurrection, pandemic/epidemic, lock -outs, strikes or other labor disputes (whether or not relating to either party's workforce), or restraints or delays affecting carriers or inability or delay in obtaining supplies of adequate or suitable materials, materials or telecommunication breakdown or power outage, or similar causes and without the fault or negligence of the delayed party. If the event in question continues for a period in excess of thirty (30) days, Client shall be entitled to give notice in writing to APS to terminate this Agreement. INSURANCE: APS shall maintain Insurance which it deems to be reasonable throughout the term of this Agreement. APS shall provide Client with certificates of insurance upon written request. Client assumes sole responsibility and waives all rights and claims against APS for all loss of or damage to property owned by or in the custody of Client and any items at the site or in transit thereto however such loss or damage shall occur, unless caused by the sole negligence of APS. Client agrees to maintain appropriate Property Insurance and shall require its insurers to waive all rights of subrogation against APS for claims covered under any Property Insurance that Client may carry. Such waivers shall survive termination or discharge of this Agreement. TERM AND TERMINATION: This Agreement will continue in effect unless terminated by either party with thirty (30) days written notice to the other party. In the event of any termination, APS shall be paid for all Services rendered and reimbursable costs incurred through the date of notice of termination. In the event of termination, the Client shall pay all additional compensation related to termination of the project. (TC-1 ) ICCU D 7.18.2024. Page2of3 69 TERMS AND CONDITIONS Applied Professional Services, Inc. In addition to any remedies that are provided under this Agreement, APS may also terminate this Agreement with immediate effect upon written notice if the Client becomes insolvent, files a petition for bankruptcy or commences or has commenced against it proceedings relating to bankruptcy, receivership, reorganization, or assignment for the benefit of creditors. In the event of termination, APS shall be paid for all Services rendered and costs incurred by APS through the date of notice of termination. In the event of termination due to the termination of the Project, the Client shall pay all additional costs incurred by APS related to termination of the Project. DISPUTE RESOLUTION: If requested in writing by either the Client or APS, the Parties shall attempt to resolve any dispute between them arising out of or in connection with this Agreement by entering into a management/principal level meeting(s). The first such meeting shall occur within thirty (30) days from the first date of the written request for such meeting. If a dispute cannot be settled informally between the Parties within a period of sixty (60) calendar days from the first date of the written request, the Parties shall enter structured non -binding negotiations with the assistance of a mediator. The mediator shall be appointed by agreement of the Parties. If the Parties are unable to reach an acceptable resolution of the dispute, controversy, or claim through the mediation process, the Parties shall have any and all rights and remedies available to it under this Agreement and any and all rights and remedies at law or in equity. Attorney Fee Provision: With respect to any dispute relating to this Agreement, or in the event that a lien, suit, action, arbitration, mediation, or other proceeding of any nature whatsoever is instituted to interpret or enforce the provisions of this Agreement, including, without limitation, any proceeding under the U.S. Bankruptcy Code and involving issues peculiar to federal bankruptcy law or any action, suit, arbitration, or proceeding seeking a declaration of rights or rescission, the prevailing party shall be entitled to recover from the losing party its reasonable attorney fees, paralegal fees, expert fees, and all other fees, costs, title reports, title guarantee reports, and expenses actually incurred and reasonably necessary in connection therewith, as determined by the judge or arbitrator at trial, arbitration, mediation, or other proceeding, or on any appeal or review, and all proceedings in U.S. Bankruptcy Court. APS shall also be entitled to reasonable attorney's fees and costs incurred in enforcing any award and/or judgment, in addition to all other amounts provided by law. ASSIGNMENT: Neither party to this Agreement shall, without the prior written consent of the other party, which shall not be unreasonably withheld, assign the benefit or in any way transfer any claim or obligation under this Agreement or any part hereof. This Agreement shall inure to the benefit of and be binding upon the parties hereto, and except as otherwise provided herein, upon their executors, administrators, successors, and assigns. NO THIRD -PARTY BENEFICIARY: This Agreement is for the sole benefit of the parties hereto and their respective successors and permitted assigns and nothing herein, express or implied, is intended to or shall confer upon any other person or entity any legal or equitable right, benefit or remedy of any nature whatsoever under or by reason of this Agreement. LEGAL CONSTRUCTION: In case any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid or unenforceable in any respect, such invalidity or unenforceability shall not affect any other provision hereof. This Agreement shall be construed as if such invalid or unenforceable provision had never been contained herein. ENTIRE AGREEMENT: This Agreement supersedes any and all other agreements, either oral or in writing, between the parties relating to the subject matter of this Agreement and is the entire understanding and agreement related thereto. This Agreement may be amended by mutual consent of the parties in writing to be attached hereto and incorporated herein, executed by APS's and the Client's authorized representatives. WAIVER: Failure by one party to notify the other party of a breach of any provision of this Agreement shall not constitute a waiver of any continuing breach. Failure by one party to enforce any of its rights under this Agreement shall not constitute a waiver of those rights. The waiver by either party of a breach or violation of any provision of this Agreement shall not operate as, or be construed to be, a waiver of any subsequent breach of the same or any other provision hereof. SEVERABILITY: If any term or provision of this Agreement is invalid, illegal or unenforceable in any jurisdiction, such invalidity, illegality or unenforceability shall not affect any other term or provision of this Agreement or invalidate or render unenforceable such term or provision in any other jurisdiction. SURVIVAL OF PROVISIONS: The expiration or termination of this Agreement, or any Task Order shall not affect the provisions, and the rights and obligations set forth in which either by their terms state or evidence the intent of the Parties that the provisions survive the expiration or termination, or must survive to give effect to the provisions. GOVERNING LAW: The validity of the Agreement and any of its terms or provisions, as well as the rights and duties of the parties hereunder, shall be interpreted and governed by the laws of the state in which the Project is located. Specific state statutes and regulations will be adhered to under this contractual agreement through the use of Addendums, as appropriate. SUE8.2024 70 Page 3 of 3 EXHIBIT B-3 Psomas, Inc. Scope and Budget 71 Exhibit B-3 PSOMAS Survey Scope of Work BHC — Southcenter Boulevard Water and Sanitary Sewer Improvements Project Approximate Project Limits are as shown in Figure 1 Task 1 Survey Control Establish horizontal and vertical control points within the project limits. Basis of control will be NAD 83/2011 and NAVD88 for horizontal and vertical respectively. Approximately 12 control points will be established at the site for continued use. Task 2 Survey Mapping Conduct ROW to ROW field mapping within the limits depicted in Figure 1 to survey the following: Back of sidewalks. • Curbs/edges of pavement and pedestrian sidewalk curb ramps. • Wet utilities (water, sewer, storm, and gas), including meters, valves, hydrants, manholes, catch basins, side sewers (if marked or if cleanout is visible) and other associated appurtenances. Performing measure downs for sewer and stormwater structures (manholes and catch basins) and obtaining and recording pipe size, material, and invert elevations where feasible at each structure. • Conductible utilities (power, telephone, fiber optic), including utility poles, meters, utility marking paint, and associated appurtenances. • Other surface features or improvements that may impact the design and construction of replacement or repairs to water and sewer facilities. For example: o Channelization o Grade breaks o Walls • Vegetation, landscaping, and fencing within 10 feet of the existing water meters and fire hydrants. • Provide traffic control/safety compliance for the field crews per the City's requirements. Task 3 Survey of Underground Utilities • An underground conductible utility locate within the project limits to be performed by a private utility locating firm (to be contracted by BHC Consultants). Psomas will survey the location of the locate paint marks and utility surface features. While every reasonable effort will be made by Psomas to depict the location of underground utilities based on utility locates, Psomas is not liable for errors or omissions by utility locators or erroneous or insufficient information shown on utility record drawings. Task 4 Base Map Preparation Prepare 1 "=20' topographic base map and digital terrain model (DTM) in AutoCAD format of the project to Psomas cad standards as well as BHC mapping requirements. The base map will include information collected in Tasks 2 and 3 above. Two -foot contours will be generated from the DTM. Task 5 ROW and Property Lines Road rights of way and property lines within the project limits will be determined from available public records (i.e. records of survey, plats, state right-of-way plans, etc.) and found survey monuments. County GIS will be utilized for adjacent parcels. Right-of-way and parcel information will be added to the base map. Adjacent owners' names and assessor's parcel numbers will be added to the base map. 72 Exhibit B-3 Deliverables • AutoCAD Civil3D base map drawing file in version 2024. Figure 1 Project Limits (Approximately 4,000 1,L) 4,6'.."e • ." • 4:: . 4 ‘" 14% tioott, .rawk,o, o MH Rims (if possible on 405 shoulder). 1004440:ospyra:S.,„„„ r 73 Exhibit B-3 PSOMAS Project: BHC Consultants Southcenter Boulevard Water and Sanitary Sewer Improvements Project April, 2026 Description Labor Hour Estimate Total Fee Survey Project Survey Survey Survey Office Manager Surveyor Technician Crew I Crew II Admin $ 290.00 $ 192.00 $ 163.00 $ 234.00 $ 297.00 $ 121.00 Fee Task 1 Survey Control 2 Survey Mapping 3 Survey of Underground Utilities* 4 Base Map Preparation 2 5 ROW and Property Lines 2 Expenses (Allowance for traffic control plans and flaggers as needed) Total Estimated Fee: 8 16 2 $ 5,284.00 100 $ 30,280.00 9,650.00 16,880.00 30 $ 6,340.00 3,000.00 30 100 40 116 2 $ 71,434.00 * Utility locates to be contracted by BHC 74 Page 1 of 1 4/6/2026 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator �����������& BILL x�`��~n��� ITEM NO. 6.E~ Agenda Item Panametrix Design Contract Amendment #2for Lift Station 12 Upgrades Sponsor /\dib/UtoUa|' Utilities Project Manager Legislative History April 27,2O2S Transportation & Infrastructure Services Committee May 4.2U2S Regular Meeting Consent Agenda Recommended Motion [] Discussion Only M Action Requested MOVE l[Oauthorize the mayor tuexecute the design contract amendment 2with Parametrixfor Lift Station 12 Upgrades. EXECUTIVE SUMMARY Council action is requested to authorize the City to amend the existing professional services agreement with Ponannutrix (Contract 24-1OO)k» begin design phase || ofLift Station 12. The new proposed agreement total is $639.218.83. Staff is requesting this item be forwarded to the May4th Regular Meeting Consent Agenda. DISCUSSION Panannethx was selected as the primary design consultant in 2024. Phase | of the design included studying the feasibility of various alternatives and performing 8 cost -benefit 8D8|ySiS to address the best options. It also included multiple discussions ofmilestones with engineering and operation & maintenance staff. Phase || will develop the selected o|ternaUve, ounnp|etu deaign, and provide COOSt[UC[iOO documents that contractors can bid OD and start the Upgn8d8S iO0Dl8diGt8|y. FINANCIAL IMPACT Disclaimer: Final terms and scope of work subject to review by the City Attorney X Expendituna-Budgeted []Expendituna-Unbudgeted []Expendituna-Gnent-Funded [] Revenue —One-Time (e.g. asset sale, surplus equipment) URavanue-Onguing Expenditures: Fund Source: $417.014.25 Revenues (if app|ioab|e): Sewer Enterprise Fund Not applicable Contractor (if applicable) Panamethx Scope ofWork Complete designs Phase || for sewer Lift Station 2Upgrades, which will produce abid-ready document. Amount $417.914.25 Duration Design inestimated tntake 12months Additional Comments: ATTACHMENTS Professional Services Agreement Amendment 2 Amendment 2Project FO8(EXhibitB) Statement OfWork (ExhibitA - provided for reference/not part of amendment) Minutes from 04/27/28 Transportation & Infrastructure Services Committee Meeting 'hubedistributed separately 75 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 24-108(b) CONTRACT FOR SERVICES Amendment 2 Between the City of Tukwila and Parametrix, Inc. That portion of Contract No. 24-108 between the City of Tukwila and Parametrix, Inc. is hereby amended as follows: Section 4A: Payment. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $639,218.83 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this day of March, 2026. CITY OF TUKWILA PARAMETRIX, I C: Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn, City Clerk APPROVED AS TO FORM: Office of the City Attorney Printed Name: John C. Hungerford Title: Water Division Manager 76 CA Reviewed May 2020 Page 1 of 1 Exhibit D - Rates and Project Fee Estimate City of Tukwila Lift Station 12 Upgrade Amendment 2 — Final Design, Bid Support, and Services During Construction Phase Task Descriptio 2 Project Management & Meetings Data Collection and Review Develop Alternatives T�artsferfrom Task4 Original Budget Budget Remaining Trensfe 22,977.14 $6,082.9 $30,229.70 .90 $59,574.40 -$5,856.09 Alternatives Analysis $30,628.86 Transfers to Task transfers to Task 5 Preliminary Design Transfer from Manakemr Tran m Task Subconsultant Allocation (Includes 10% Markup) nagement Reserve sferto Task 5 Final Design Bidding Support 10 Construction Phase Services ,954.62 $742.50 $0.00 $10,505.36 9 ,505.36 09 ,856.D9 552.09 0,505.36 ,552.09 0,50 Labor Hours To Complete Labor Dollars To Amendment 2 Complete Amendment 2 Amendment 2 Revised Budge 172 $39,761.68 $33,678.77 $24,622.82 $11,780.92 $0.00 $0.00 $0.00 $0.00 471 $109,888.69 $92,629.28 $0.00 $0.00 $0.00 $0.00 524 $116,032.61 $116,032. 60 $13,540.64 $13,540.64 672 $150,040.88 $150,040.88 Project Expenses $692.00 $368.85 $580.00 $211,15 Mileage (assumes 600 mi for site an @ 50.725/mile) 5580.00 Totals l $221,304.58 I $ 36,553.07 1 $ I I $ 454,467.32 Total Additional Fee for Amendment 2 $ 417,914.25 City of Tukwila Lift Station 12 Upgrade Final Design, Bid Support. end Services Dnnng Consavct 216-2067-007 February 2026 77 Scopeof Work let's create tomorrow, together Exhibit A City of Tukwila Lift Station }2Upgrade ���_���l]��� ' ��'� �I �n��� Services ---------- — Final --��—' -^- Support, ^—'-~ ^~ - `^~ --~^--�g Construction This scope nfwork (SOVV) describes the services tobmprovided byPanammthx,Inc. (Ponamethx) for the Lift Station 12 Upgrade Project for the City of Tukwila (City). The City seeks to upgrade Lift Station (LS) 12 to improve reliability, provide renewed longevity, enhance operational efficiency, and bring the station into compliance with current codes. The City tasked Panametrixto provide alternatives on how toaddress these concerns. Lift Station 12 was initially built in 1972 and serves Drainage Basins 4 and 8. Upgrades tothe LS were completed between 2001 and 2003, including pump replacements and a new on -site generator. According to the City's 2014 Comprehensive Sanitary Sewer Plan (Carollo 2014), the average annual flow for Lift Station 12 is approximately 0.19 million gallons per day (mgd) and peak day average flow is approximately 0.72 mgd. Peak instantaneous flows were estimated to reach approximately 1.18 mg0 with infiltration and inflow contributing to approximately 0.57 mgd. As identified in the City's 2014 Comprehensive Sanitary Sewer Plan (Carollo 2014), it was anticipated that the pumps and the L3structure would reach their Useful life hy2023.The City has considered alternative options to serve Drainage Basin 4, and currently, the pumps at the existing LS have not been able tokeep upwith the variable flows due tnwear. On June 5, 2024, city staff and the Parametrix team conducted a site visit at LS 12 to discuss the project. Alternatives initially discussed at the site visit with city staff included upgrades to the existing station, converting the station to a submersible pump station, or building new wet well. The Lift Station 12 Upgrade Project includes developing and evaluating potential upgrade alternatives through collaborative workshops with city personnel, conducting an alternatives analysis, and determining a preferred design alternative for improvements at the existing lift station. Subsequently, a preliminary design submittal will be prepared, including 30% design plans, an outline oftechnical specifications, and aconstruction cost estimate. This SOW does net inGlude the Final Design Phase, whiGh will be determined duringthe PrelimiRary Design Phase, eRGornpassing final design plaRs, specifleations, GoRstruGtioR cost estimates, and necessary permit appliGations. This SOW also does not iRGIude bid support or Services during con--truction, which will be provided under a separate taSk order. Amendment to the Lift Station 12 Upgrade Project is to complete the design for the rehabilitation nfLS12'nndtoextendthesnn0eofservioosfnomfina|designthrnughUiddingaupportand construction. Amendments to the initial contract are highlighted in yellow. The original snopmofworkino|udoUanaltonnativasanalysksthatrmsultedinthepna|iminaryUmsign, which included major structural changes tothe LS. After the preliminary design was underway, the City requested to pursue a simpler rehabilitation of the LS in a meeting on October 30, 2025. A site City of Tukwila Lift Station 12Upgrade Amendment 2 - Final Design, Bid Support, and Services During Construction 216-2007{X)7 February 2028 78 Parametrik Scope of Work visit was held on November 4, 2025, to discuss simpler rehabilitation options. The simplified rehab work includes the following: w Replacement of pumps with Vaughan chopper pumps and associated rigging/maintenance access. • Standardized controls/ H uma n-Mach ine Interface (HMI)/Supervisory Control and Data Acquisition (SCADA)consistent with city stations (LS2/8/1Obasis). • National Fire Protection Association (NFPA)82Oventilation and safety improvements in wet well and dry pit. • Practical bypass provisions (including a potential permanent discharge bypass connection) to streamline future work. Document Organization • Exhibit A: Scope ofWork (Amlend*d). • Exhibit B: Limits of Survey. • ExhibitC: Preliminary Sheet List - Preliminary and Final Design (Amended). • ExhibitD: Rates and Fee Estimate (Amended). nm^—Exhibit F: Projected Project Schedule Scope Work Breakdown Structure Work Breakdown Summary: • TaSkO1 Project Management and Quality Control (An`endeU). • Taok02 Data Collection and Review (AmenUeU). • Task03 Develop Alternatives. • Task04 Alternatives Analysis. • TaskO5 Preliminary Design (AmenUeU). • TaskO6 Suboonsu|tantAUocehon. • TashO7 Management Reserve. • TaskO8 Final Design. • TaskOQ Bid Phase Services. • Task 10 Construction Phase Services. Tentative Project Schedule (Amended) The schedule below summarizes project tasks based on the anticipated notice to proceed (NTP) in March 2026. Receipt of NTP after this day may result in a corresponding delay in the following projected schedule for tasks included in this SOW. City of Tukwila Lift Station 12Upgrade Amendment - Final Dxsign, Bid Support. and Services During Construction 2 216-2067-007 February 2O25 79 Parametrik Scope of Work Start Finish Task 01Project Management and Quality Control 03/2026 12/2027 Task 02Data Collection and Review 03/2026 04/2020 Task OJDevelop Alternatives (Completed under Original NA NA Contract) Task U4Alternatives Analysis NA NA Task O5Preliminary Design 05/2020 09/2026 Task O6SuUonnsu|tantAllocation (Not used under new NA NA scope) Task OTManagement Reserve m4 NA Task 08Final Design -1o/2026 02/2027 Task O9Bid Phase Services Task 10 Construction Phase Services 03/2027 05/2027 12/202T Project Assumptions This SOW includes the following assumptions: • The Lift Station 12 Upgrade Project will be designed, bid, and constructed as a single rehabilitation package, with one contractor responsible for implementing all civil, structural, mechanical, electrical, controls, HVAC, and bypass -related improvements. • The project is based on a simplified rehabilitation approach to the existing LS 12 facility, without construction of a new wet well or conversion to a submersible pump station, as directed bythe City following the October 30.2O25.decision and November 4,2025.site visit. • The Final Design will advance the preferred rehabilitation concept validated during Preliminary Design, including pump replacement with Vaughan chopper pumps, standardized controls and SCADA integration, NFPA 820 ventilation improvements, and enhanced bypass provisions. This will include notification of proper ventilation, and the methods of notification should be coordinated with the City. • The design will be completed in sequential phases consisting of Preliminary Design (30%), 90% Design, and Final Design (Bid Set), with City review and comment periods occurring after 30Y6and 9OY6inaccordance with the project schedule. • Construction will be executed while maintaining continuous wastewater service, utilizing temporary bypass pumping and sequencing strategies developed during design; noextended station outages are anticipated. • For budgeting and planning purposes, the design phase duration is assumed to be approximately 12 months, and the construction phase duration is assumed to be approximately 8months, exclusive ofprocurement orunforeseen delays. • Hydraulic design flows, including Average Dry Weather Flow (ADWF) and Peak Wet Weather Flow (PVVVVF)'will bebased on historical station data, City -provided information, and/or prior planning documents, unless otherwise UirmntmU by the City. • Final pump sizing, control logic, and operating strategies will be developed to meet firm capacity requirements and city operational preferences, inc|uUing|eaU/|og/a|ternate operation. City of Tukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 3 216-2067-007 February 2O26 80 Parametrik Scope of Work • E|enthoa|, instrumentation, controls, and SCADA design will be standardized to match City of Tukwila Lift Stations 2, 8, and 10, including programmable logic control |er/nennntnterminal unit (PLC/RTU) architecture, HIVII conventions, alarm philosophy, and tag naming. • SCADA integration will be coordinated with the oity'ssystems and integrator; final programming and system outover will be completed by the City during construction and commissioning. • The design will comply with applicable codes and standards, including NFPA 820, Washington State and City of Tukwila design requirements, and current industry standards for wastewater facilities. • All above -grade equiprnent(ino|uUing generator, yard lighting, enclosures, and appurtenances) will be designed to remain within confirmed easement and right-of-way (ROW) limits. • No major off -site utility relocations are anticipated; any unforeseen utility conflicts discovered during construction may require additional services. • Environmental permitting is not anticipated; no cultural resource investigations or specialized environmental studies are required. • The City will lead public outreach, contractor procurement, advertisement for bid, and contract award activities with Paramet/ix assisting as outlined below. • The City will provide timely access to facilities, records, staff, and review comments necessary tosupport design development, bidding, and construction -phase services. • Changes tnproject sonpm,noquonoingoonst/aints./egu|otoryrnquirements,orcitystonda/da may require schedule and fee adjustments. • NngeotSnhnioo| investigation, coring, or structural |O8d testing is included as part 0fthis amendment. Task �� �l , � �� �� � �� ���� �� � ������ �� � �� ������ �v������������^� ����� `�����u� �.������u Objective Task 01provides tracking scope, schedule, and budget for the project; overseeing project administration (filing, invoicing, etc.); coordination and communication with the City; and ensuring that Parametrix properly implements quality assurance/quality control (QA/QC) procedures over the duration nfthis project. For this amendment, Task 01 services remain unchanged but are extended to cover the amended project duration. 8ubtaskO1.1includes project start-up and establishing aproject ShanePointsite; documenting and communicating the scope of work, budget, and schedule as a road map for the project team; coordinating with the project team and addressing issues throughout the project; tracking the project budget using Parametrix in-house tools to verify that progress aligns with spending; and conducting check -in meetings with the city's project manager (PIVI) to discuss and review information and issues that may affect the vvork'n progress. City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 4 216-2067{x}/ pabwary2O26 81 Parametrik Scope of Work Sn�btask01,2_Invoicing � � ���»�����������nnorts Subtask 01.2 includes preparing monthly progress reports to accompany each monthly invoice. Progress reports will include a narrative of work completed, anticipated work for the next period, and a description of issues affecting project progress and proposed resolutions if necessary. Subtask 01.3_Correspondence and Coordination with the City Subtask 01.3 includes regular communication with the city's PM to discuss and review information and issues that may affect the progress of the work. Communication may include phone conversations, scheduled meetings, and electronic communication. Subtask01,4_ Coordinationwith the Parametrix Team Subtask 01.4 includes regular communication with the Parametrix team to discuss and review information needs, project information, and issues that may affect the progress of the work. Communication may include phone conversations, scheduled meetings, and electronic communication. Subtask 01.5 includes time to perform quality assurance to verify quality checks have been completed and addressed, and time to review design as contract plans and specifications are being prepared. QA/QC will be performed to ensure that City comments have been thoroughly addressed and internal reviews have been completed prior to delivery of all work products to verify consistency with internal standards ofpractice and care. Task 01 Assumptions • Project duration ks8months. • Budget assumes up to six PM check -in meetings to be attended virtually by up to two Panametrixstaff for up to 0.5 hours each. • Budget assumes up to 10 design team meetings to be attended virtually by up to three Porametrix staff for up to 0.5 hours each. • Amended efforts are anticipated to add 7 months to the initial projected project schedule. • Amended meetings will include monthly client check -ins during the design phases. • Amended budget assumes up to five PM check -in meetings to be attended virtually by up to two Parametrixstaff for uptoO.5hours each, • Amended budget assumes up to 10 design team meetings to be attended virtually by up to four Panametrixstaff for uptnO.5hours each. l���&r ��� Deliverables ����� �� �~�"�����"es • Miscellaneous correspondence todocument project management issues. • Monthly progress reports enclosed with invoices (in POFfile format). • Project Schedule (in POFfile format). City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 5 210-2067fX07 pebmary2O20 82 Parametrik Scope of Work � as��l����n2 Objective ~~~���~Uve ata "k, I o �. ������on and Z, Task 02 includes the collection, review, and assessment of available information and mapping prior planning efforts before beginning the alternatives analysis and 0na|irnina/y design. The Panamstrix team will provide comprehensive written request for information (RF|) lists, which may include record drawings and relevant planning studies. Subtask 02.1_Data Collection and Review Subtask 02.1 includes collecting and reviewing available historical data, design specifications, performance metrics, and maintenance records as they pertain to the existing LS, as well as collecting and reviewing available technical specifications, performance data, and cost estimates for submersible pumps, dry pit pumps, and new wet well designs. This nubtashhas been completed under the original scope. Sn�btask02,2_ ��d�����^ Survey Mapping Subtask 02.2 includes determining the ROW for Andover Park W, as shown in Exhibit B.Panamethx will provide topographic mapping for the LS located near the southeast corner of the Westfield Shopping Center, as shown in Exhibit B. The topographic limits will include the location of the LS and the surrounding parking lot of Key Bank. Parcel boundaries will be limited to within the area to be surveyed, and easements of record depicted on the subject property's binding site plan will be plotted nnthe Uascmap.Survey work will include the setting ofany survey monuments at any ofthe exterior boundary points ofthe subject properties. All physical improvements —such as signs, guardrails, fences, driveways, utility poles, water features, telecommunication features, storm drainage features, sewer manholes, and other features —will be mapped during the survey within the ROW as vve||. All storm drainage and sewer structure invert elevations will be included within the scope of work. Trees will be mapped on -site but will be limited tVtrees that have trunk diameters of0inches orlarger. Parametrix will coordinate with Applied Professional Services (APS) to have the utilities marked out. Conductible utilities will be mapped per the locate company's markings. Potholing is not included. Survey, easement, and title coordination will be performed to confirm existing property and utility constraints affecting the project site. The Engineer will overlay current ROW and recorded easements onto the survey base tnverify the location ofthe existing generator, pad, and other equipment relative toeasement boundaries and access limitations. A limited title review will be completed using a City -provided title report or City -provided records to identify utility easements, encumbrances, and conditions that may affect equipment siting or access. The Engineer will summarize the findings and document any implications for the project, including potential requirements to adjust equipment locations to remain within established easement limits. Utility coordination will be initiated to support verification of existing underground infrastructure. Utility locate requests will be facilitated by the City, and available as -built information will be reviewed and reconciled with field markings to preliminarily trace the force main alignment and City of Tukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction O 216-2007-0X07 Febmary2O28 83 Parametrik Scope of Work identify potential bypass discharge tie-in locations for subsequent confirmation during later design and construction phases. Subtask02,3_3D Scanning SubtapkO2.3includes 3Dlaser scanning ofthe site property, building structure exterior and internals, and existing equipment. This will include both wet well and dry well locations. Laser scanning provided will initially only be used to confirm and view structure and component locations and dimensional relevance to each other. Scanning performed will not be to any survey coordinate system but will be tied into surveyed temporary benchmarks so it can later be combined with the survey basemapduring Task O5Preliminary Design. Scanning will require physical access toareas and spaces needed to complete this project, and City shall provide access as required to complete this effort. This subtaskhas been completed under the original scope. Subtask 02,4_3D Records &O&M Review This task aims to document operational and maintenance needs and reconcile records so design assumptions reflect real -world O&M practices and constraints. This subtask includes direct engagement with Operations and Maintenance (O&M) staff, to document operational challenges, maintenance issues, and user preferences that influence long- term maintainability and reliability nfthe facility. Topics will include ragging frequency and impacts, pump removal and replacement workflows, |aydovvn and rigging ,equirennents, hatch sizing and uaaUi|ity, ventilation and dehumidification performance, level control and instrumentation re|iaUi|ity, and expectations for equipment and controls/SCADA standardization. Information gathered during these interviews will be used to validate design assumptions and develop proposed improvements that align with operational practices. Subtask 02.5_Condition & Thickness Testing This subtask is to verify material condition and remaining wall thickness at critical locations to confirm rehabilitation feasibility and inform replacement/ repa i r decisions by performing targeted thickness testing of the ductile iron pipe at wall penetrations; spot -assess concrete/wet well liner interface; and to photo -document conditions. This task also includes performing targeted thickness testing at metallic wall penetrations and representative straight runs (suctinn/disoharge)to determine remaining wall thickness; to calibrate the gauge to known thicknesses; and to record readings on an annotated key plan. Parmmetrixwi|| establish acceptance thresholds with the City (e.g., relative to nominal wall) and identify any locations that trigger replacement/design modifications. ��������� Assumptions • Uptnthree RF|lists will hoprepared and provided 10the City. • City response for each RF|list is7business days. • RFI lists and shared documents will be shared and accessed via an established Project SharoPointsite. • Parametrix survey crews will be provided reasonable access to all areas requiring surveys. City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 7 210-2067f007 February 2028 84 Parametrik Scope of Work • Para methx*iUboomitting topnQraphi nmaVping with Andover Park. The topographic survey will extend tnthe west face ofthe curb within the ROW ofAndover Park. • All electronic mapping standards will be based on Parametrix drafting standards. • Parametrix survey crews have client permission to perform minor brushing with machetes to conduct this survey, if needed, for field crews to perform work described within this SOW. • Unless otherwise specified by the City, horizontal datum shall be North American Datum (NAD) 83/11 Washington Coordinate System, North Zone, and vertical datum shall be North American Vertical Datum of1988(NAVD88). • The boundary of the property will be merged into the topographic mapping, as appropriate, and shown for graphical purposes only. This service can be provided if required at a later date; hn=over, any setting of property cornnrs, and filing ofa record of survey (if required) will be considered Additional Services and billed separately as described below. • For safety reasons, Parametrix survey crews are not allowed to enter subsurface vaults. Parametrix work will be conducted from the surface, using measure -down techniques. Parametrix survey crews will also not open any structure covers over 80 pounds. • Site scanning will be approximately 20 to 35 scans. Once complete, scans will then be combined and stitched together, providing single site scan. • Budget assumes u0tO6hours ofscanning time shall herequired and upto8hours tn combine all scans into single site scan. • City will provide available record drawings, SCADA8xpOrts. maintenance |ngs, and electrical documentation within 10 business days ofrequest. • Key assumptions, onnobaints, and decisions resulting from the O&M interviews and drawing reconciliation will be documented and carried forward into the Basis of Design report. • City will facilitate access to prior project records and station access for nondestructive examination (NDE). • City O&M staff will provide ventilation for wet well concrete and liner assessment. • Assume four 3O'minutn virtual meetings to include three Puremetrixstaff. ~���&r K�^� Deliverables .=== == �,=.����==es • RF| lists (provided electronically). • One PDF copy of the topographic aunxay. • An electronic drawing file of the topographic survey in AutoCAD Civil 3D 2020 format in one drawing file. • Meeting agendas and notes for meetings (PDF file format). " 1����_� � �� ��° �����������������������w�ves ���� ^~ ������~ ~=~Uve Task 03 provides developing and evaluating viable alternatives for upgrading L812and ensuring improved performance and compliance with current standards while minimizing bypass pumping. Initial concept alternatives include: City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 8 218-2067-007 February 2O26 85 Scope of Work • Alternative 1:Upgrade Existing Station. • Alternative 2:Convert toSubmersible Pump Station. • Alternative 3: Build New Wet Well. For this amendment, Task 03 services remain unchanged and were completed under the initial � 14, � � t it: t. k*71 Subtask 03.1 includes providing technical evaluation and support in preparation for Workshop 1 (see Task 03) in support of a concept screening to determine the two design alternative types to develop for refinement, selected from the three concept alternatives: submersible, dry pit and new wet well. Parametrix will assess available information to determine the practicality of implementing each alternative. This aubtosk includes developing a description of each of the three alternatives as listed above, a concept feasibility layout, a brief list of advantages and disadvantages, and a Class 5 engineer's opinion of construction cost. If initial evaluation determines the alternative has a fatal flaw, the concept layout and opinion of construction cost will not be developed. � t I It", .Nil it 110", *k D Subtask 03.2 includes providing technical evaluation and support to refine two design alternatives in preparation for Workshop 2 (see Task 04). This subtask includes developing adetailed description of two design alternatives and identifying potential risks and challenges for each alternative, including technical, financial, and operational. This subtask includes developing confirmation layouts for each alternative and an evaluation of real estate needs, including staging area, traffic impacts during construction, construction feasibility, as well as a Class engineer's opinion of construction cost. Estimate of property purchase costs are not included. � A� SS I S m The number of evaluated alternatives will remain as listed in this task. • Nocomputer sewer model development will beincluded inthis task. • Sufficient data on the current pump station's performance, maintenance and operational history, and technical specifications will be available to evaluate and prepare cost estimates for submersible, dry pit, and new wet well alternatives for accurate comparison and evaluation. • The three concept feasibility layouts will beone page each. • The two planning -level confirmation layouts will heone page each. • Subtasks 03.1 and 03.2 engineer's opinion of construction costs will be prepared to the Association for the Advancement ofCost Engineering (AACE)Classes 5and 4,respectively. Typical accuracy ranges for AACE classes vary depending on the technological complexity of the project, appropriate reference informerion, and the inclusion of an appropriate contingency determination. City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 9 216-2067(0)7 pabwary2n26 86 n Scope of Work �I . r U .es • Information and documentation to support Alternative Analysis Workshops. See Task 03 (various file formats). • Three concept layouts (in PDFfile fnnnat). • Two feasibility layouts (in PDFfile fnnnat). • Class 5 and Class 4 engineer's opinion of construction costs (in PDFfile fnrmat). _ �� I ~ ��. UU�~°~0v Task 04 provides a holistic evaluation of viable options for upgrades to LS 12 with city staff. Two workshops will be conducted: the first to screen initially identified alternatives, and the second to evaluate alternatives using a Triple Bottom Line JBIL) Analysis to determine a preferred upgrade design option. This task also includes a technical memorandum (tech memo) summarizing the decision process in determining the preferred alternative. t A � � Iot Subtask 04.1 includes providing key services to prepare for and conduct two Alternative Analysis Workshops, including the development ofpresentation materials, facilitating the workshops, providing technical expertise during the workshnp, and providing documentation of discussion, denisions, and action items. Parametrix will meet with city personnel to evaluate the identified alternatives, as well as discuss the information collected and analyzed inTask 03.These workshops include: m VVorkshop1: Review project goals and preferences with city staff toconduct aconcept screening ofthe three identified concept alternatives to determine two alternatives to further refine and evaluate. m Workshop 2: Conduct an alternatives comparison JBIL Analysis) of two identified alternatives to determine one preferred design alternative. This subtask has been completed under the original scope. � "AA t ° *k. � � Subtask 04.2 includes documenting and summarizing the alternatives and decisions made during the Alternatives Analysis Workshops into a tech memo, ensuring clear communication of the selection process, alternative descriptions, and supporting exhibits. Preliminary Alternative Analysis Tech Memo sections include: • Project Introduction and Background. • Workshop 1ond Alternative Descriptions. • Workshop 2and Alternative Descriptions. City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 10 216-2067(0)7 February 2026 87 n Scope of Work • Preferred Alternatives and Recommendations. • Attachments: —+ Concept and Confirmation Layouts. —+ Engineer's opinions of construction cost. —+ Workshop Agendas and Summaries. —+ Presentation Materials. This subtask has been completed under the original scope. It if SS���I=~Kf S • Budget assumes each Alternative Analysis Workshop will be attended by up to three Parametrix staff (two in -person and one virtually) for up to 1.5 hours each. Budget includes travel time to the City of Tukwila Public Works Office/Conference Room from the Parametrix Puyallup office and mileage. • Each Alternative Analysis Workshop may be attended by up to five city personnel. • Criteria for the TBL Analysis will be developed with the City via check -in meetings with the city PM (see Subtask 01.3). The criteria for evaluation shall include financial, environmental, and social benefits, impacts, and risks. • Workshop materials may include tables, nhmMs' and a decision matrix tnfacilitate discussion and engagement. • The Alternative Analysis Tech Memo will beuptn15pages with uptoapproximately four attachments, esdescribed above. • The Draft Alternative Analysis Tech Memo review comments will be collected and consolidated by the city PM and returned to the Parametrix team within 10 business days of Draft Tech Memo delivery. • Budget assumes that review comments will not involve changes to decision made in the workshops, and will include limited tracked edit su_-_-estions and margin comments provided hythe City onthe Draft Alternative Analysis Tech Memo. • Parametrix will finalize the Alternative Analysis Tech Memo within 10 business days after receiving City review comments. I e"Uiver � I U .es Anagenda for each Alternative Analysis Workshop (in PDFfile fonnaU. Workshop presentation materials (various file fnrmets). Alternative Analysis Workshop Summaries (in PDFfile fnrmat). Alternative Analysis Tech Memo (Draft and Final inPDFfile formo¢ City ofTukwila Lift Station 12Upgrade Amendment - Final Dxsi&n. Bid Support, and Services During Construction 11 216-2087(0)7 Fe0mary2O2O 88 Parametrik Scope of Work ask���l� �� �� Objective ~~~���~Uve e Task 05 provides initiating the Preliminary Design Phase of the preferred alternative determined in Task 04. This task includes an initial design meeting with city staff, preparation and submission of the Preliminary Design (30%) Submittal, including plans, specification outline, and engineer's opinion of construction cost, as well as a design review workshop with city staff. This task will establish the technical basis, performance criteria, and code compliance for the rehabilitation. Subtask 05.1—Initial Design Meeting ~ SuhtaskO5.1includes kicking off the preliminary design phase with city staff and ensuring stakeholders are aligned with the identified preferred alternative in Task 04, project goals, design requirements, and project expectations for producing the 30% Design Submittal for LS 12 upgrades. This meeting will focus onreviewing and confirming project goals and requirements; revisiting the project schedule, including milestones and deliverables; and addressing any initial questions or concerns from stakeholders. Subtask 05.2—PreDesign g Subtask 05.2 includes developing preliminary design plans for the proposed upgrades to LS 12 based on the preferred alternative determined in Task 04, generating a proposed list of Construction Specifications Institute (CS|) and Washington State Department of Transportation (VVSDOT) technical specifications for the project, and preparing a3OY6engineer's opinion nfconstruction cost. A preliminary Drawing Sheet List is included as Exhibit C. Suhtask05.2isamended toinclude: • Confirm design flow and select apump. • General arrangement plans/sections showing pump fit, monorails/hoists, hatch/grating geometry, new I-beam over check valves, valve replacements, piping modifications, and davit sockets. • Wet well liner limits and mezzanine replacement concept. • Generator constraints and alternatives (in'p|anevs. relocation within easement). • Preliminary bypass plan and traffic/temporary work needs. • Confirm design flows and firm capacity assumptions using historical data and City input. • Size Vaughan chopper pumps for duty/standby with required firm capacity. • Update the 3Dmodel tosupport clash identification and fit. • Check pump dimensions/weights versus hatch openings, lift heights, monorail clearances, and lay -down workflow. • Document operating logic assumptions (|ead/|ag/a|ternate.anti-short cycling) for carry - forward into design. City of Tukwila Lift Station 12Upgrade Amendment - Final Dxvign, Bid Support. and Services During Construction 12 216-2067-007 February 2O26 89 Parametrik Scope of Work w Confirm generator constraints and document whether relocation is required to remain within easements. • Prepare schematic general arrangement plans and sections demonstrating pump fit, rigging paths, hatch/grating modifications, and valve access. • Develop revised 30% plans indicating layout feasibility and access, including: —+ Monhenioa|Design- Pump arrangement, major piping, valve types, rigging concepts, and pump removal envelopes. —+ Structural Design Conceptual support steel, hatch/grating modifications, monorail/davit concepts, and load paths. —+ Electrical/Controls Preliminary one -line diagram, major loads, panel concepts, generator interface assumptions, and controls architecture consistent with LS 2/8/10. —+ HVAC/V*nti|otion Preliminary NFPA820ventilation zoning, air change assumptions, and equipment concepts. —+ Civil/Site Site access, equipment footprints, easement compliance, and surface restoration limits. —+ Bypass Schematic bypass layout and sequencing narrative sufficient toconfirm feasibility. n Prepare a 30% Engineer's Opinion of Probable Construction Cost (EOPCC) reflecting the confirmed rehabilitation scope and sequencing assumptions. Subtask05,3_ �����^ Meeting ^ ~ Subtask 05.3 includes a Preliminary Design Review meeting with city staff to review City comments and feedback onthe Preliminary Design Submittal. SuhtoskO5.3isamended toinclude: • Conduct e second Preliminary Design Review meeting to review City comments, cnnDnn scope alignment, and identify required refinements prior toadvancing tV9O96design. • Prepare ocomment response log documenting how each City comment isaddressed, deferred, orincorporated into subsequent phases. Subtask 05.4_Basis of Des` �����������D� g` ' � This task includes establishing and documenting project -wide design criteria, assumptions, and discipline requirements to provide a consistent foundation for Task 08 (90% Design) and Task 09 (Final Design/Bid Set). Parametrix will prepare a comprehensive Basis of Design (BOD) Report documenting the technical foundation and design assumptions for the Lift Station 12 Rehabilitation. The BOD will consolidate all discipline -specific crberiaandaerveastherefenanoepnintfor8OY6designdewa|opmont. The BODisanticipated toinclude: • Project Background and Decision Basis. • Project Assumptions and Design Criteria. City of Tukwila Lift Station 12Upgrade Amendment - Final Duvign, Bid Support, and Services During Construction 13 216-2067{07 pebmary2O25 90 Parametrik Scope of Work —+ Hydraulic Design Summary. —+ Pump Selection Summary. • Existing Conditions Assessment. —+ ROW/Easement and Access Constraints. —+ Thickness Testing Results Summary. —+ Record Documents Reconciliation. • Rehabilitation Strategy and Alternatives Summary. • Operational and Maintenance Considerations. • Controls, SCADA,and Integration Requirements. • Bypass Requirements and Sequencing Basis. —+ Bypass Design Basis. • Permitting and Regulatory Basis. • Coordination Record. • Preliminary Layout. Task 05 Assumptions • Budget assumes the Initial Design meeting will be attended by up to four Parametrix staff (two in -person and one virtually) for up to 1.0 hours each. Budget includes travel time to the City of Tukwila Public Works Office/Conference Room from the Parametrix Puyallup office and mileage. • Budget assumes up to 12 sheets will be developed as part of the Preliminary Design Submittal, as listed in ExhihitC. Should the preferred alternative determined inTask O4 require more Preliminary Design Plans than assumed, an amendment may be required. • The preliminary cost estimate will Ue prepared tothe AACEClass 3.Typical accuracy ranges for AACE classes vary depending on the technological complexity of the project, appropriate reference infnrmatinn, and the inclusion of an appropriate contingency determination. • The preliminary cost estimate will generally be estimated as single lump sum prices, with unit prices for earthwork and underground piping aaappropriate. • The City review ofthe Preliminary Design Submittal ia1Obusiness days. • The City will provide review comments and feedback to Parametrix prior to the Preliminary Design Review meeting. • Budget assumes the Preliminary Design Review meeting will be attended by up to four Parametrix staff (two in -person and one virtually) for up to 2.0 hours each. Budget includes travel time to the City of Tukwila Public Works Office/Conference Room from the Parametrix Puyallup office and mileage. • City review comments and feedback of the Preliminary Design Submittal will be incorporated into the Final Design phase. • City will provide control panel examples (e.g.. LS2)for standardization reference. City of Tukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 14 216-2007f07 February 2020 91 Parametrik Scope of Work • Preliminary Design represents approximately 3O%design completeness, intended to confirm feasibility, layout, and sequencing. • The City review nfthe BODReport is1Ubusiness days. • Budget assumes one consolidated set nfCity comments per deliverable. • Only minor permits will be required for this project, such as ROW permits or permits of similar effort. No major land use, environmental, shoreline, State Environmental Policy Act (SEPA), or building permits are anticipated as part of this rehabilitation scope. The City will prepare, submit, obtain, and pay for all nyquinaU permits. • Budget assumes the Preliminary Design Review meeting will be attended virtually by up to three Parametrixstaff for up to 1.5 hours each. • Alternatives evaluation was completed under the original contract. This task does not re- evaluate submersible o/ new wet well alternatives. Task K��� Deliverables .=�,� =�~ ",=�������es • Agenda and meeting summary for Initial Design meeting (draft and final in PDFfile fnrmat). • Preliminary Design Plans, half-size, 11 by 17 inches (in POFfile format). • Preliminary Design Specification Outline (in PDFfile fnrmat). • Class 3 engineer's opinion of construction cost (in PDFfile formaU. • Meeting summary for Preliminary Design Review meeting (draft and final in PDFfile fnrmaU. • Revised Project Schedule (in PDFfile formaU. • Revised Preliminary Design Deliverable, which includes: —+ Revised Preliminary Plans, helf-sizo.11Uy17inches (in PDFfile fnnnaU. —+ Revised Preliminary Design Specification Outline (in PDFfile fornnat). —+ Revised Class 3 engineer's opinion of construction cost (in POFfi|e format). • Meeting summary for second Preliminary Design Review meeting (draft and final in POFfi|e format). • Preliminary Design Review meeting summary and comment response log (PDF or Excel). • Basis of Design (B0D) Report (Draft and Final PDF). 1���� ��� �����X� ��° ���^� �� ~� �wu�������1�u����^u ����������on ����*���. ~~~���~"°= Task 08 provides a budgetary allocation for suUoonnuhantseninms that will be required for the Alternatives Analysis and Preliminary Design of the Lift Station 12 Upgrade Project. Subtask 06.1 includes a detailed proposal for utility locate services, prepared by subconsultant, APS, included in Exhibit E. In 8onere|. APSvviU locate and mark known utilities within the project City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 15 216-2007<00/ February 2026 92 n Scope of Work boundaries and will sweep the project boundary areas to attempt to identify any unknown or For this amendment, Subtask 06.1 services do not change and were completed under the initial contract. Exhibit E mentioned above was included in the original scope of work and is not included herein, nor is any additional work with APS. " � S I U I t m The City will review subconsultant's scope and fee proposals in advance of contract execution between prime consultant (Parametrix) and subconsultant. Once proposals are acceptable to the City, authorization will be issued in writing to allow the subconsuitant to be added to the prime consulting contract and provide authorization to proceed with the scoped work. m Work will not proceed for any of the sub -consulting efforts until the City has provided authorization for the subcontractor to be added to the primary contract, has approved of the subconsu|tant'sscope and fee, and has issued NTPfor the work. I � U " v r 0 � U . S m See Exhibit E.SuhconsultantProposals, for detailed deliverables. 41L U ° �, This was completed under the initial contract. ~~~^~ � ;#i 41, l� ct t Task 07 is a budgetary allocation so that the City has a discretionary budget to cover professional services that are not defined in this SOW and are unknown at the time of the scope development. Penametrixwill provide awritten scope and fee estimate for any additional services requested prior to execution for the City's consideration. This task will remain unused unless the City issues a written (email) authorization for work to be completed under this task. For this amendment, Task 07 services do not change. � i� SS ~� �~ l S • The budget for this work may beused byPonamethx,asauthorized bythe City. • The City will authorize the use of funds in this task in writing (email) prior to Parametrix starting the work. I � " I . r � I U .es m Documentation for pnofonninno| services not defined in this SUVV, as required or requested by the City. City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 15 216-2067(0)7 February 2026 93 Paralmetrik Scope of Work l���� ������� ° ���^� n��� �� Final ��esi*,,,n Objective ~~~���~�e Task 08 advances the 30% Preliminary Design and Basis of Design into a coordinated 90% design package and abid-ready contract document set suitable for bidding and construction. Subtask 08.1 -~ 90% Design SuhtaskO8.1includes: n Develop 90%preliminary plans, specification list, and cost estimate for the selected design alternative. m Incorporate City comments and update deliverables for use in the 90% design phase. Subtask 08.2_90% Design Review Meeting Subtmsk082isamended toinclude: • Conduct o90%Design Review meeting toreview City comments onthe 80% Design. • Prepare and maintain a comment response log documenting how each City comment is addressed, deferred, orincorporated into subsequent phases. Subtask 08.3-100%/Bad« Design g • Advance the 90% deliverables and update deliverables to be used for Bid -Ready submittals (plans, specifications, and engineer's estimate), incorporating City comments received from the 9096design review. • Finalize drawings for stamp/seal and issue for bid. • Fina|izeUiU-fnrrnatengineer's8stimate'biUscheUu|e,anUquantityhasistnsupportQty procurement and bid tabulation. ��������� Assumptions • The City will determine the location ofstaging onUeneasandnegotatovvithed]acent property owners ifnecessary. • Task 08 assumes the City has approved the 30% deliverables and Basis of Design (Task 05) prior toadvancing to9OY&.City will provide one consolidated set nfcomments per • The City review ofthe SO%Design Submittal is10business days. • Budget assumes the Preliminary Design Review meeting will be attended virtually by up to three Ranametrix staff for up to 1.5 hours each. • Budget assumes one 90% review meeting and one consolidated round of comment incorporation. • The City will provide the Bid Forms and General Conditions for inclusion in the contract documents. m Anticipated Final Design Sheets are included in Exhibit C. City of Tukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 17 216-2067{0}7 February 2020 94 Parametrik Scope of Work w Only minor permitting will be required (i.e., ROW) and city staff will apply for and obtain ��wm&r K��� Deliverables "=�"~ ~°= ~~=.U������es * 9096 Design Deliverables (in PDFfile fornnet): —+ 9096 plans. + SO%omst estimate. —+ Quantity take off with backup calculations. —+ 0O96project specifications. —+ Draft bypass and sequencing narrative suitable for inclusion in the construction documents. —+ Updated comment response log that shows comment responses at3O%design. * Meeting agenda and summary for the review meeting (POFfile fnrmet). * Bid -Ready Design Deliverables (in PDFfile f0rmat): —+ Stamped and sealed electronic copy nfdrawing set (22 by 34). —+ PDFand K8SExcel format Engineer's EOPCCtoheused for bidding and bid tab. Note: this is different from Total Project Cost Estimate (TPCE). —+ Stamped and sealed specifications with all appendices. --+ Final bypass and sequencing narrative suitable for inclusion in the construction documents. Updated comment response log that shows comment responses at3O%and S0% design. 1� �� ��°����° �� m� ����� �� �� ~��"������� ����������� Objective Task 09 provides assistance to the City during bidding and award phase of the project on an as - needed basis and includes: • Assist the City in responding to bidders' questions and preparing addenda as necessary to clarify the Contract Documents. • Attend one pn+biUmeeting. • Upon referral from the City, Paramet,ixwi|| respond to uptothree questions (0&A). Those responses will be posted by the City on the advertisement websites as part of the Q&A and will be limited to clarification of the plans, specifications, quantities, sequencing, and design intent • Prepare two draft addenda, ifneeded, tnclarify, revise, ormodify construction plans, technical specifications, orproject oonditionsduringthmbiddingprocess. • Provide supporting documentation, if requested, for award approval and prepare Award Recommendation letter. City of Tukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 18 210-2007{0}7 February 2020 95 Parametrik Scope of Work Task 09Assummt^ons • City will issue the advertisement for bid and manage procurement logistics (QuestCDN, plan holders list, etc.). • The City will be the lead in receiving questions from bidders, subcontractors, equipment suppliers, and other vendors. • No significant changes will be made to the design requiring model changes to the plans or page updates tothe specifications. • Number of addenda is assumed to be up to two; additional addenda may require a soope/feeadjustnnent. • Pnebidmeeting will be attended byone Panonnetrixstaff member and last u0tn0hours, including travel time. • The bidding period will last 3 weeks and may be extended by 1 additional week, if necessary, to respond to bidders' questions from the prebid meeting, to prepare and issue addenda, or ifthe City deems anextension justified based onbidder requests. ��w�Km K��� Deliverables "�="~.=~° ~~�"U�����"es • Prebid meeting agenda, attendance record, and meeting summary (PDF file format). • Written responses to bidders' questions as required in MS Word format via onnai| to city PM. • Uptotwo draft addenda in Word fornootonnni|eU to city PIVI. • Bid Evaluation and Award Recommendation (POFfile formot). Task � � �"��u� � � � � onstruct,�o�� ������ �����ces ����u���~ ~~~���="°es Task 10 provides services to assist the City during construction on an as -needed basis during the construction phase ofthe project. Effort and services for this task are limited tothe Level ofEffort (LOE) assumed for the tasks shown below. Should the actual tasks require more LOE than assumed, acontract amendment may Ueauthorized Uythe City. Subtask 10. 1 - Construction Kickoff & Progress Meetings SuUtosk1D.1includes: w Attend kickoff meeting toreview design intent, critical sequencing, bypass expectations, and submittal procedures. • Attend up to 12 construction progress meetings, in -person or virtual, as directed by the City. • Provide technical input during meetings related to interpretation of the Contract Documents and design intent when requested bythe City. • Prepare meeting summaries when requested bythe City. City ofTukwila Lift Station 12Upgrade Amendment - Final Dcoign. Bid Support, and Services During Construction 18 210-2007-007 February 2020 96 Parametrik Scope of Work Subtask 10.2 - Submittal & Shop Drawing Reviews Subtaak1D.2includes: a Review Contractor submittals, shop drawings, product data, and O&M manuals for general conformance with the Contract Documents. • Provide consolidated review comments identifying conformance issues, required clarifications, o/deviations from the Contract Documents. • Review of Contractor's wet well sequencing procedure to confirm that the Contractor's proposed work sequence maintains continuous, safe, and code -compliant operation of the wet well while modifications are performed. Subtask10.3_RFI and Clarification Support SuUtask10.3includes: • Respond to RFIs in a timely manner; prepare supplemental drawings, details, or written clarifications, asnecessary. • Receive, log, and track RFls assigned by the City for engineering response. • Track design clarifications to ensure consistency across disciplines. ���,�_��nA�������� ��� ��� ___-___ - - __� �°_�.-._~~ --~---~'. --~-~�__-_~_~�~-- -~- Payment Subtask1D.4includes pay application review services during construction tOsupport the Ckys payment decisions and to confirm that requested payments are consistent with Contract requirements and observed progress. Work will beperformed inthe following sequence: • Receive and log Contractor pay applications referred by the City; confirm the submittal includes required forms, lien releases/affidavits (as app|ineU|e),certified payroll/labor compliance documentation (if applicable), updated schedule/progress documentation (if required), and stored materials documentation (if applicable). • Review the Schedule of Values (SOV) and pay request line items for general consistency with the Contract, bid schedule, approved change orders, unit prices, and agreed measurernont/paymentprovisions. • Compare the requested percent complete and quantities to available supporting documentation and general field observations (when site visits occur) to identify discrepancies or items requiring clarification. • Prepare a written recommendation for payment to the City that identifies the recommended pay amount, retainago, any ho|dy/withhn|ds. stored materials recommendations (if applicable), and the basis for adjustments from the Contractor's request. • Maintain epay application log documenting application number, period, amount requested, amount recomnnended, rmtainagm, and cumulative totals for city records. City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 0 218-2007{X)7 February 2026 97 Parametrik Scope of Work Subtask 10.5 - Field Observations & Site Visits Subtaak1D.5includes: • Conduct up to eight periodic site visits during critical activities (bypass installation, demolition, wet well work, pump instaUatinn),narequested bythe City. • Prepare field observation reports documenting conformance, issues, and recommended actions. Subtask 10.6 - Change Order Review & Negotiation Support m Evaluate Contractor change order requests (CORs) for technical validity, schedule impacts, and cost reasonableness. Perform independent, engineering -level cost evaluations of proposed changes using unit phcing.|ahnr/equipnnent assumptions, nrhistorical cost data asappropriate toassist the City innegotiations, asrequested. Document findings and recommendations in written memoranda or annotated COR responses. Subtask 10,7_ , Testing &Commissioning Subtask1O7includes: • Review Contractor -submitted start'uA testing, and commissioning plans and procedures for general conformance with the Contract Documents and design intent. • Attend up to two on -site start-up/commissioning events, as requested by the City. • Support pump testing, e|octricol/SCADAfunctiona| oheokn, controls integration, and alarms testing. • Assist with punch list development during substantial completion wa|kthroughs. SubtasD« 10.8 -Record Drawings & Closeout Documentation Subt]Sk10.8includes: • Review Contractor -provided as -built drawings, redlines, and field markups for general completeness and consistency with the Contract Documents. • Prepare Record Drawings based solely on Contractor -provided as -built information and approved change documentation. • Incorporate approved change orders, RF1s, and field -directed revisions into the Record Drawings. • Review closeout documentation packages (O&M manuals, warranties, testing reports) for general completeness and conformance with Contract requirements. • Assist the City with close-out acceptance documentation and confirmation that required deliverables have been received. City of Tukwila Lift Station 12Upgrade Amendment - Final Dusign. Bid Support, and Services During Construction 21 210-2007-007 February 2020 98 Parametrik Scope of Work Task 10 Assumptions • Construction duration is assumed to be 8 months; extended duration or significant delays may require acontract amendment. • Task 10 does not include directing the Contractor's work, approving construction means or methods, verifying quantities, or performing construction management or inspection services. • Assume construction kickoff meeting attended bythree Panamothxstaff members, with one person attending inperson. • Budget assumes 12 virtual progress meetings with three Parametrix staff and city PM for up toO.5hours each. • City will provide the Engineer withacnosstoCnntnaotorsubmitta|s,RF|a,payepp|ioations. and change requests via the City's designated platform and will provide direction on required response timeframoaand distribution. • Submittal reviews assume up to 30 distinct submittal items, each with one initial review and one resuhrnitte| review. Budget assumes up to 60 total reviews. Additional review cycles may require a contract amendment. —+ Review duration ksassumed upto7business days per submittal. • Budget assumes uptn20total RF|sand inlimited tninterpretation/clarification nfthe Contract Documents. Additional review caused by incomplete submittals or bidding errors may require scope adjustment. • RF|log tracking ialimited toRF|sassigned bythe City for response. • Budget assumes up to one pay application per month for the assumed construction duration (up to seven total). • Field observations are limited to general observation and do not constitute full-time construction inspection, quality control, acceptance testing, or supervision of the Contractor's work. • Site visits, when requested by the City, are assumed at up to eight visits, scheduled around critical activities (bypass installation, demolition, pump installation, start-uAetnl • Site visits assumed up to4hours on -site each, plus travel, and include one field observation report per visit. • Start-up/commissioning support limited to two on -site events plus remote review of testing procedures, • Change order support is limited to up to five CORs. Support for additional CORs may require a contract amendment. • Change orders resulting in design changes will require a contract amendment. • Start-up and commissioning support is observational and advisory only and does not constitute acceptance nfthe work orcertification ofsystem performance. —+ The Contractor remains fully responsible for ntart'up, testing, commissioning exonution, system tuning, safety, and compliance with manufacturer requirements. — Commissioning support includes uptntwo on -site events. City of Tukwila Lift Station 12Upgrade Amendment - Final Dooign. Bid Support, and Services During Construction 22 216-2007-007 February 2O20 99 Parametrik Scope of Work m All SCADA/controls integration with the City's existing systems will be performed with City integrator support. Parametrix's role is limited to review and coordination support unless otherwise authorized. • Record drawings based solely on Contra cto r-p rovid ed redlines and assume field markups shall helegible. • Additional site visits to verify as -built conditions are not included and may require a contract amendment, ifrequested. • Revisions resulting from incomplete, illegible, orlate Contractor redlines may require additional services. x Review ofO&M manuals islimited toconfirming presence and general compliance with specified requirements. ��x�&, � �h Deliverables .��,"�=°~=,����=.es • Progress meeting attendance and meeting summary, when requested (POFfile format). • Construction kickoff meeting summary (PDFfile format). • Submittal review and updated submittal log (PDFand Excel file format). • RF| response and updated RF| log (PDFand Excel file h)rma¢ • Field observation reports for each site visit (PDFfile fornnat). • Change order review memoranda or annotated COR responses (PDF file format). • Payment recommendation and updated pay application log (PDFand Excel file format). • Sta rt-u p/com mission i ng testing observation notes, punch list, and deficiency tracking (PDF or Excel file forma¢ • Record Drawings (PDFand AutoCAOfile forma¢ • Final closeout support documentation confirming review of O&M manuals, warranties, testing reports (PDFfile formot). �!1#111"', ates ani Fe E fi at Rates and fee estimate for this SOW is included as Exhibit D. This budget is reflective of this SOW, known information, and previous experience regarding the LOE on similar projects. l� ������� rences Carollo (Carollo Engineers). 2014. City of Tukwila, WA, Final Comprehensive Sanitary Sewer Plan, C8noUoEngineers, Seattle, WA. City ofTukwila Lift Station 12Upgrade Amendment - Final Design, Bid Support, and Services During Construction 23 210-2007{07 February 2U28 100 Parame let's create tomorrow, together Exhibit B Survey Limits Adon14 WitAiz rw Att Sitr& " MOVSAVOWVA\ , . ' ,00140 44k ,vra400,4, City of Tukwila Lift Station 12 Upgrade Amendment 2 - Final Design, Bid Support, and Services During Construction 1 Scope of Work 216-2067-007 February 2026 101 Parame let's create tomorrow, together Exhibit C Preliminary Drawing Sheets Scope of Work Sheet Number Sheet Title 30% 60% 90% & Final G-1 Title Sheet, Vicinity Map, and Index X X X G-2 Symbols and Legend and Abbreviations X X X P-1 P&ID Process and Abbreviations X X X P-2 Wet Well and Pumps X X X P-3 Valve, Vault, HVAC and Generator X X X D-1 Demo Site Plan X X X D-2 Demo Section X X X D-3 Demo Section X X X C-1 Demolition Plan X X X C-2 Site Layout Plan and Survey Control X X X C-3 Plan and Elevations X X X C-4 Civil Details X X M-1 Mechanical Demolition Plan X X M-2 Pump and Piping Floor Plan X X M-3 Pump and Piping Sections X M-4 Mechanical Details X S-1 Structural Demolition Plan X X S-2 Structural Plans 1 X X S-3 Structural Plans 2 X X S-4 Structural Details X E-1 Electrical Legend and Abbreviations X X X E-2 Electrical One -Line Diagram and Load Calculations X X X E-3 Electrical Site Plan X X X E-4 Lighting, Receptacle and Grounding Plan X X E-5 Conduit and Cable Schedule X X E-6 Typical Motor Elementary Diagram X X E-7 Electrical Details X 1-1 Network Block Diagram X X 1-2 PCP-001 Wiring Diagram X X 1-3 PCP-001 Control System Block Diagram X X City of Tukwila Lift Station 12 Upgrade Amendment 2 - Final Design, Bid Support, and Services During Construction 1 216-2067-007 February 2026 102 let's create tomorrow, together Exhibit D Rates and Fee Estimate City of Tukwila Lift Station 12 Upgrade Amendment 2 - Final Design, Bid Support, and Services During Construction CO • eo k 216-2067-007 February 2026 103 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6.F. Agenda Item PACE Engineers design contract for Ryan Hill Utility Improvements and Priority Upgrades Sponsor Adib Altallal, Utilities Project Manager Legislative History April 27, 2026 Transportation & Infrastructure Services Committee May 4, 2026 Regular Meeting Consent Agenda Recommended Motion 0 Discussion Only El Action Requested MOVE TO Authorize the mayor to sign the design contract with PACE Engineers for an amount not to exceed $1,065,580.60. EXECUTIVE SUMMARY Council action is requested to authorize a professional services contract with PACE Engineers to begin design on several water and sewer projects identified in the Capital Improvement Program. Design work is planned to start in spring 2026 and is expected to be completed in summer 2027. The proposed agreement amount is $1,065,580.60. Staff is requesting this item be forwarded to the May 4th Regular Meeting Consent Agenda. DISCUSSION This contract will provide designs for upgrades to the three highest priority sewer and water needs throughout the City. CIP projects served by this contract are listed on the table below. 92540103 99940201 92540101 82541201 Ryan Hill Water Infrastructure Upgrade Ryan Hill Sewer Revitalization 1 33rd Watermain Replacement and Intertie Rebuild Annual Small Drainage Program Total Scope of Design Work $ 2,000,000 (2025-26) $ 1,600,000 (2026) $ 475,000 (2028) $ 110,000 (2026) $4,075,000.00 $342,953.21 (32%) $449,511.27 (42%) $183,116.12 (17%) $90,000.00 (9%) $1,065,580.60 This contract will support design of the City's three highest priority utility upgrades. It also reflects a shift in Ryan Hill project priorities, with some originally planned work (such as land acquisition) being deferred so the City can focus first on the most urgent water and sewer needs. Construction funding and any needed CIP budget updates for these projects will be brought forward through the 2027-2028 biennial budget process. FINANCIAL IMPACT Complete for all items with fiscal implications Disclaimer: Final terms and scope of work subject to review by the City Attorney 104 Expenditures: Fund Source: © Expenditure - Budgeted ❑ Expenditure - Unbudgeted ❑ Expenditure - Grant -Funded III Revenue — One -Time (e.g. asset sale, surplus equipment) ❑ Revenue - Ongoing $586,069.33 (Water Fund) $479,511.27 (Sewer Fund) $90,000.00 (Surface Water Fund) Revenues (if applicable): Water Enterprise Fund Sewer Enterprise Fund Surface Water Fund Contractor (if applicable) PACE Engineers Scope of Work Prepare designs for several high priority water and sewer upgrades (replace or abandon approximately 8,000 LF of water and sewer mains and related appurtenances). Amount $1,065,580.60 Duration Design is estimated to take 14 months Additional Comments: during the 2027-2028 budget process. CIP project adjustments will be provided ATTACHMENTS • Professional Services Agreement with PACE Engineers • Design Scope & Fee • Map - Ryan Hill Utility Improvements & Priority Updates - added after 04/27 TIS Meeting • Minutes from 04/27/26 Transportation & Infrastructure Services Committee - to be distributed separately 105 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and PACE Engineers, Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform design and bid support services in connection with the project titled Ryan Hill Utilities Improvements and Priority Upgrades. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending 31 December 2028, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than 31 December 2027, unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $1,065,580.60 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 106 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in 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 hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1 Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 107 4. Professional Liability with limits no Tess than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract 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. CA revised May 2020 108 Page 3 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. 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. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Ken Nilsen 11255 Kirkland Way #300 Kirkland, WA 98033-3417 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 109 DATED this day of , 2026. CITY OF TUKWILA Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn, City Clerk APPROVED AS TO FORM: Office of the City Attorney CONSULTANT: By: Printed Name: Title: CA revised May 2020 110 Page 5 WATER I LAND I INFRASTRUCTURE I FACILITIES A Verdantas Company April 10, 2026 Adib Altallal City of Tukwila Public Works Department 6300 Southcenter Blvd Tukwila, Washington 98188 By email: Adib.Altallal@TukwilaWA.gov Subject: Ryan Hill Utility Improvements and Priority Upgrades Proposal for Professional Engineering Services PACE Proposal No. P24-416 Dear Adib: PACE Engineers (PACE) appreciates the opportunity to submit this budget proposal for professional services for the Ryan Hill Utilities Improvements and Priority Upgrades Project based on the information you have provided. The City of Tukwila is undertaking a comprehensive infrastructure project to address critical water, sewer, and stormwater needs in the Ryan Hill and South Hill residential areas. This project focuses on the replacement and extension of approximately 5,800 feet of water mains, ranging from 8" to 12" in diameter, to enhance the reliability and efficiency of the neighborhood's utilities. In addition, PACE will identify the cause of localized flooding on private properties on Beacon Avenue South near South Creston Street and develop the design of new stormwater infrastructure to mitigate/eliminate the flooding. Sanitary sewers in the South Hill vicinity that were originally installed in easements within back yards along two separate blocks will be assessed for condition and integrity. Alternatives for rehabilitation or replacement will be developed for consideration of further improvements. SCOPE OF SERVICES The detailed Scope of Services for this project is included with this letter. FEE ESTIMATE We propose to provide the services outlined in the attached scope on a Time -and -Expense (T&E) basis for an estimated fee of $ 1,065,580.00 in accordance with the attached Rate Schedule and detailed budget estimate. 11255 Kirkland Way, Suite 300 Kirkland, Washington 98033-3417 425.827.2014 111 April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 2 of 6 PACE reviews its rates on an annual basis, with updates effective January 1 of each year. T&E contracts will be billed at the current year's Rate Schedule. ASSUMPTIONS AND EXCLUSIONS Assumptions and Exclusions are included in the attached detailed scope of services. DURATION OF PROPOSAL VALIDITY This proposal is valid for 60 days from date of issue. STANDARD CONTRACT PROVISIONS The general understandings applicable to our relationship with you are set forth in the PACE Terms and Conditions that are included in this proposal. The Client's particular responsibilities are also set forth in the Terms and Conditions. This proposal together with the attached PACE Hourly Rate Schedule, represents the entire understanding between our respective companies for this project and can only be modified in writing signed by both companies. If the financial responsibility for this project changes, by sale or other agreement, for the service(s) outlined within this proposal, it is the responsibility of the Client listed on this agreement to notify PACE in writing, including the billing information for the responsible party and the date of change of financial responsibility for the project. The Client agrees that, until a new contract is established between the new financially responsible party and PACE, the Client on this agreement is responsible for payment of all services. TERMS AND CONDITIONS OF AGREEMENT CLIENT and PACE Engineers (PACE) agree that the following provisions shall be a part of their agreement. 1. SERVICES TO BE PROVIDED. PACE agrees to provide the CLIENT, for the CLIENT's sole benefit and exclusive use, the consulting services identified in PACE's proposal (Scope of Services and Fee). The Proposal, together with these Terms and Conditions, form the Agreement under which the services will be performed and shall have control over any other forms of agreements unless specifically modified in writing and signed by PACE and the CLIENT. If a service is not specifically identified in the proposal, it is expressly excluded. PACE shall have no other obligations, duties, or responsibilities except as specifically provided in the Agreement. 2. STANDARD OF CARE. PACE's services will be performed in a manner consistent with the care and skill ordinarily exercised by members of the profession practicing under similar conditions at the same time and in the same or similar locality. When the findings and recommendations \\co;4.1. ceen;r, comAd ta1Piojects\KIR\ 241._ (,C[PROPOSALS\\:.Nr INEERINGlP24.-4.fit,City of1ukw1aRy rrPitt Utilities \ r np nrg\2 tr,>ti . a;Oi f l2.riC_P-t?4-10 FINAL '('C PE1.Ryrn ,-lilt proposal te:cr..rfocx 112 A Verdantas Company April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 3 of 6 of PACE are based on information supplied by CLIENT and/or others, such findings and recommendations are correct to the best of PACE's knowledge and belief. No warranty, express or implied, is made or intended by this agreement, or by the foregoing statement of the applicable standard of care, or by providing consulting services, or by furnishing oral or written reports of findings made. No entity other than CLIENT or PACE shall be construed as a beneficiary to this Agreement. 3. INSURANCE COVERAGE. PACE is protected by Worker's Compensation insurance as required by applicable state laws and will maintain employer's liability coverage. During the performance of this Agreement, PACE will maintain professional liability insurance with a limit of not less than $2 million on claims made, annual aggregate basis, and commercial general liability and automobile liability insurance each with a limit of not less than $2 million on an occurrence basis. 4. RISK ALLOCATION. In recognition of the relative risks, rewards, and benefits of the project to both the CLIENT and PACE, the risks have been allocated such that the CLIENT agrees that, to the fullest extent permitted by law, PACE's total liability to the CLIENT for any and all injuries, claims, losses, expenses, damages, or claim expenses arising out of this Agreement from PACE's negligent acts, shall not exceed ten times our fee or $500,000, whichever is less. Such claims are limited to, PACE's negligence, errors, omissions, strict liability, breach of contract, or breach of warranty. 5. INDEMNIFICATION. The CLIENT shall indemnify and hold harmless PACE and all of its personnel from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or resulting from the performance of the services, provided that any such claim, damage, loss, or expense is caused in whole or in part by the negligent acts, errors, omissions, and/or strict liability of the CLIENT, or anyone directly or indirectly employed by the CLIENT (except PACE). 6. LIENS. PACE reserves the right to file a Notice of Intent to Lien and/or Lien throughout the life of the project. This action protects PACE's right of payment for services rendered. 7. SERVICES BY CLIENT. CLIENT will provide PACE legal access to the project site, obtain all permits, and provide all legal services in connection with the project. CLIENT shall pay the costs of review and inspection fees, zoning application fees, soils engineering fees, testing fees, and all other fees, permits, bond premiums, and all other charges not specifically covered by the scope of Services. 8. ADDITIONAL SCOPE OF SERVICES. From time to time the CLIENT may request PACE to perform additional services that are not included in the original Scope of Services. It is understood the CLIENT will pay for all services provided that are outside the original Scope that have been requested by the CLIENT or the CLIENT's representative. PACE will provide notice on services being requested that is outside the original Agreement. Upon receipt of notification of services being performed by PACE that PACE feels is outside the original scope of services, the CLIENT shall immediately notify PACE in writing if the CLIENT takes exception to the additional services being done or that the service is outside the original scope. Woof pi c eentr, comAd ta \ Projects 1 KIFAIII2FAiiiii2024 PROPOSALS yENGINEERING \P24-4. IiIi City of Lulu I. Utilities 1, t ctp ne4t2026 .,iCtti f l; 026-t?n 10 FINAL ,74"=0FE1(xlan itiiiii proposai. itifitteridoex A Verdantas Company 113 April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 4 of 6 Otherwise, it is understood that the CLIENT agrees to pay a reasonable cost for all additional services being performed by PACE. If PACE's professional services are suspended for longer than six months, PACE is entitled to the additional costs associated with that delay. In addition, if the project duration extends significantly longer than the project duration identified in the Scope of Services, PACE is entitled to additional compensation associated with the increased project duration. If the project is required to meet new code requirements after the submittal is complete, PACE is entitled to additional compensation to meet those new requirements. 9. SERVICES DURING CONSTRUCTION. Any construction observation, inspection, or testing provided by PACE is for the purpose of determining compliance by contractors with the functional provisions of project documents only. CLIENT agrees that PACE will have no inspection responsibilities at the jobsite except to the extent specifically provided for in the agreed upon scope of services. PACE shall not be held in any way to guarantee any contractor's work, nor to assume responsibility for means, methods, or appliances used by any contractor, nor to assume responsibility for a contractor's compliance with laws and regulations or for contractor's errors, omissions, or defective work. Any Punch List created is not intended to be inclusive of all potential items and does not relieve the Contractor of their obligation. If services during construction are required, the CLIENT shall have PACE listed as an additional insured on the Contractor's insurance policy. CLIENT shall absolve PACE of any liability arising from any design changes, design interpretations, or answers to Contractor questions to which PACE is not a party. 10. TERMINATION OF SERVICES. This agreement may be terminated by the CLIENT or PACE with ten (10) days' written notification. In the event of termination, the CLIENT shall pay PACE for all the services rendered to the date of termination, all reimbursable expenses, and reimbursable termination expenses. In the event of termination by PACE, PACE will transfer copies of all instruments of service to date to the CLIENT and provide a summary of the status of the project. 11. OWNERSHIP OF DOCUMENTS. Alt documents, electronic or otherwise, produced by PACE under this agreement are protected and shall remain the property of PACE and may not be used by the CLIENT for any other endeavor without the written consent of PACE. 12. TERMS OF PAYMENT. CLIENT will be invoiced each month following commencement of work. Full payment must be received by PACE within thirty (30) days of the date of such invoice. Any retainers shall be credited on the final invoice. 13. LATE PAYMENTS. Accounts unpaid 30 days after the invoice date will be subject to a monthly service charge of 1.0% on the then unpaid balance. In the event that collection proceedings are required, CLIENT will also be responsible to pay the costs and attorneys' fees incurred by PACE, whether or not suit is brought, in both trial and appellate courts, and in connection with any bankruptcy or reorganization proceedings. It is PACE's policy to utilize Professional Service Liens to help secure payment of accounts that are unpaid 60 days or more. CLIENT will. be responsible to pay the fees incurred in securing and releasing Liens filed on late payments. \\co;p.t crengr, comAd taAP ojectsAK RvP24\ 0,24 PROP SALS\1 vGINEERINC \F24-4.16 City Clti (-'a;n A r np ng\ 202(3 SCOPE f l2 026-04 1Ca FINAL SCOF=E1RA.a;r riiit proposal. posal letker.riocx 114 A Verdantas Company April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 5 of 6 14. EFFECT OF INVOICE. The work performed shall be deemed approved and accepted by CLIENT as and when invoiced unless CLIENT objects within fifteen (15) days of invoice date by written notice, specifically stating the details in which CLIENT believes such work is incomplete or defective, and the invoice amount(s) in dispute. CLIENT shall pay undisputed amounts as provided for in the preceding paragraph. 15. SUSPENSION OF WORK / WITHHOLDING OF WORK PRODUCT. Failure of CLIENT to submit full payment of an invoice within thirty (30) days of the date thereof subjects this agreement and the work herein contemplated to suspension or termination at PACE's discretion. PACE, without any liability to PACE, reserves the right to withhold any services and instruments of service herein contemplated pending payment of CLIENT's outstanding indebtedness or advance payment if required by PACE. Where work is performed on a reimbursable basis, budget may be increased by amendment to complete the scope of Services. PACE is not obligated to provide services in excess of the authorized budget. 16. APPLICABLE LAWS. Unless otherwise specified, this agreement shall be governed by the laws of the state in which the project is located. Any legal proceedings arising from this Agreement shall be filed in Seattle, King County, Washington. The prevailing party shall be responsible to pay the costs including reasonable attorney fees based on percent of negligence. 17. DISPUTE RESOLUTION. Alt disputes arising out of, or related to, this Agreement, except those related to nonpayment of invoices, shall be submitted first to nonbinding mediation as a condition precedent to litigation. If any dispute submitted to mediation is not successfully resolved, the matter may be resolved through litigation in accordance with Item 16. APPLICABLE LAWS. 18. SEVERABILITY AND SURVIVAL. In the event that any provision of this Agreement shall be held invalid and unenforceable by a decision of the competent jurisdiction, the remaining provisions shall be valid and binding. All items of the Agreement allocating or limiting liability shall survive the services hereunder and the termination of this Agreement. 19. FORCE MAJEURE. Neither party shalt be responsible for damages or delays caused by events beyond the control of either party that could not reasonably have been anticipated or prevented. Should a Force Majeure event occur, the parties shall mutually agree on the terms and conditions upon which the services may be continued. \\co;4.t ceen ;r, coin\d taAPiojects\KIR\4 24\_ 024 i'FtE';(-,.)tir1€ `.t\Fwr,Irrll I EtIN \ '24-4 !_, City �,; ulawilf, ty,rrr h-lR UtilitiesA, r np ne4\2 tr,>ti . a;tli I l2.rrt_I;;-t?4-10 FINAL SCO F.AItyvrn ,-Hill proposal Ictte r.clocx A Verdantas Company 115 April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 6 of 6 AUTHORI TION TO PROCEED If the foregoing meets with your approval, please sign and return one copy for our records as our authorization to continue with the services stated. PACE looks forward to working with you on this project. If you have any questions or need additional information, please call us at 425.827.2014, or email me at billr@paceengrs.com. Sincerely, PACE Engineers Pameta-Rae Cobley, ENV SP Senior Principal Planner pamc@paceengrs.com cc: wilt Reynolds;: Senior Principal Engineer billr@paceengrs.com Attachments: Scope of Services, PACE Rate Schedule, Budget worksheet, AESI scope letter, Aqualis proposal, DHI proposal ACKNOWLEDGEMENT AND AUTHORIZATION TO PROCEED: The undersigned hereby acknowledges this agreement and has authority to act on behalf of the Client and authorizes PACE to proceed accordingly. Name (Printed) Title Signature Date \\c0;4.pceen ;r, comAdataAPiojects\KIR\ 241._ (,24 PROPOSALSENGINEERING \224....4. fit, City cif Fukvti UtilitiesA, r c p ng\ 2026 . CO f l2.rik_6-04-10 FINAL 'C'.OE E\Itysn al proposal. te:ttc r,docx 116 A Verdantas Company April 10, 2026 WATER I LAND I INFRASTRUCTURE I FACILITIES CITY OF TUKWILA RYAN HILL UTILITY IMPROVEMENTS AND PRIORITY UPGRADES SCOPE OF SERVICES This Scope of Services consists of engineering services to provide the City with hydraulic modeling support, surveying, mapping, geotechnical investigations, pre -design, design, permitting, and bidding support for the Ryan Hill Utilities Improvements and Priority Upgrades project. PROJECT DESCRIPTION The City of Tukwila is undertaking a comprehensive infrastructure project to address critical water, sewer, and stormwater needs in the Ryan Hill and South Hill residential areas. This project focuses on the replacement and extension of approximately 5,800 feet of water mains, ranging from 8" to 12" in diameter, to enhance the reliability and efficiency of the neighborhood's utilities. In addition, PACE will identify the cause of localized flooding on private properties on Beacon Avenue South near South Creston Street, and develop the design of new stormwater infrastructure to mitigate/eliminate the flooding. Permitting of WSDOT and Sound Transit is anticipated for the water main construction in S 133rd Street under the SR 599 overpasses and the Sound Transit Light Rail line, and under the Light Rail line in MLK Junior Way S, and includes administering the SEPA process for the permits and the proposed 12" diameter water mains. The budget for this project will be carefully managed, with design and engineering costs to be negotiated during the contract awarding phase. The successful completion of this project will significantly enhance the utility infrastructure in the Ryan Hill neighborhood, showcasing the City of Tukwila's commitment to modern, sustainable infrastructure solutions. Water Water system improvements are proposed at the following locations for the project: Water Main Improvements Approx. Length Notes S 104th PL, West of MLK Way MLK Way, from S 104th PL to S Ryan Way 49th Ave S, from S 107th to 114th St 750 LF 550 LF 2,200 LF 12" DI Light Rail undercrossing Potential jack & bore of MLK Jr Way 12" DI outside of travelled way Replace ex. 2" with 12" DI Potential need for a PRV Station 11255 Kirkland Way, Suite 300 Kirkland, Washington 98033-3417 425,827.2014 117 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 2 of 16 Water Main Improvements Approx. Length Notes 58th Ave S from S 142nd St 1,600 LF to S 147th St S 133rd St (Gateway Dr) from S134th Plto Interurban Ave TOTAL 680 LF 5780 LF 8" DI 3 intersections impacted with a combined 12 ADA crosswalk ramps. 12" DI crossing WSDOT ROW under SR 599 and Light Rail overpasses Design and installation of water system improvements will include necessary vaults, potential PRV station, valves, hydrants, and other appurtenances to ensure a robust and durable system. Comprehensive geotechnical evaluations, detailed surveys, and hydraulic analyses will support the design process, ensuring optimal performance and longevity. At a full-size plan scale of 1" = 20', we anticipate approximately 12 plan & profile sheets. Sanitary Sewer Assessment Sanitary sewer assessments are proposed at the following locations for the project: Sanitary Sewer Improvements Approx. Length Notes Between 56th Ave S and 57th Ave S, south of S 141 st St Between 57th Ave S and 58th Ave S, south of S 144th St 750 LF TOTAL 1270 LF 520 LF Approx. 12 homes served Approx. 18 homes served The condition and geometry of the existing main and side sewer laterals will be investigated with pipeline video equipment and crawlspace inspections. Alternatives will be developed for rehabilitation or replacement. Storm. Drainage A complex component of this project is the improvement of drainage and stormwater management at 10349 Beacon Avenue S, addressing existing issues and enhancing overall neighborhood resilience. Permitting efforts will ensure compliance with all relevant regulations, and a strong focus will be placed on community engagement and outreach to keep residents informed throughout the project. Our services will be complimented with geotechnical services provided by Associated Earth Sciences Inc. (AESI) for tasks related to subsurface geotechnical investigation, infiltration PIT testing, and preparation of a report of findings and recommendations. Detailed scope proposal from AESI is attached to and incorporated into this Scope of Services. I f I:�"i�rdt�,i 118 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 3 of 16 Sewer Assessent The City would like to gain an insight for the feasibility of replacing aging sewer pipes located along the back lot lines of private residential homes on the block framed by 56th and 57th Avenues S, south of S 141 st Street, and between 57th and 58th Avenues S, between S 144th Street and S 147th Street. See exhibits included with this proposal. Due to the age and reported deficiencies of the existing main, PACE has been asked to prepare an analysis identifying feasible alternatives, and impacts to the residences. The feasibility analysis will also consist of identifying the location, depth, and alignment of the connected sewer service laterals for each tot. PACE will lead outreach and coordination with property owners and residents. Estimated Sheet Count Drawings # of sheets Cover 1 Legend and Notes 3 TESC 6 Traffic Control Plans 9 Overall Site Map 1 Water Ptan & Profile 15 PRV Plan and Details 2 Sewer Ptan & Profile 4 Beacon Ave Storm Plan & Profile 4 Utility Details 4 Pavement Restoration Plans 8 ADA Ramp details 6 TOTAL ESTIMATED SHEET COUNT 63 Schedule The City's intent is to bid the project all in one bid package. However, it will be divided into multiple bid schedules and could be separated into different projects should the City choose to bid them separately in the future. AR design work on the project is intended to be completed for bidding by Fall 2027. SCOPE OF SERVICES Task 1-.Project_Management Provide administration and management of our services throughout the duration of the project, including coordination of subconsultants, contracting and invoicing, scheduling, and client consultation. Management services related to the project will include the following: • Monitoring project progress, schedule and budget. N- N IilRiN 119 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 4 of 16 • Internal team coordination, meetings and staffing assignments. • Quality Assurance/Quality Control, including internal reviews of designs, plans, findings, recommendations, reports and other deliverables by senior PACE staff. • General coordination with City staff. • Develop and manage scope, budget, schedule and coordinate tasks and deliverables of subconsultants/subcontractors. • Communicate on a regular basis with City regarding progress, issues, costs, and schedule. • Prepare monthly Project Status Reports. • Administer monthly invoicing to City for services provided, including subconsultatnt services. • Project closeout. Task 2 — Sewer Assessments PACE will complete services as described below utilizing in-house resources with assistance from Aqualis or ProVac for video inspection of the sewer mains and services. Additionally, Detection Home Inspection will review and document the residential crawlspace sewer plumbing as noted later herein. Task 2. — Site Visit & Reconnaissance ■ Two (2) engineering staff from PACE will conduct a site visit to reinforce our understanding of the City's needs and gain a thorough understanding of the existing conditions. Video investigations by Aqualis or ProVac will include mainline video inspection, and side -launch video inspection of up to 30 existing side sewers including location and depth measurements. It is assumed that potholing will not be needed to confirm depths. Task 2.2 — Research & Analysis ■ Impacts Analysis ■ Review and analyze pipeline videos to identify deficiencies in slope (settlement), structural integrity of the pipe and joints, leaks, breaks, and lateral connection points. Damage and deficiencies will be tabulated and categorized by location. ■ Analyze impacts on existing structures, vegetation, right-of-way, and private lots. Identify existing features or obstructions as permanent or temporary in nature. ■ Alternatives Analysis ■ Develop alternatives for rehabilitation or replacement, including, but not limited to CIPP or other trenchless rehabilitation, in -place replacement, or replacement with new sewer mains in the ROW fronting the existing properties with reconnection of side sewers at the front of the lots. 120 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 5 of 16 ■ Cost estimates ■ Prepare planning -level, rough -order -of -magnitude (ROM) cost estimates for each alternative for comparative uses in determining preferred alternative. Task2.3 — Report ■ Preparation of feasibility report • Prepare exhibits & figures for use in the report and coordination. • Review of subconsultant findings and presentation of findings to City staff. Subconsultant — Detection Home Inspection (DHI) DHI will conduct visual, non-invasive inspections of sewer connections at up to 30 residential properties, documenting pipe materials, general condition, alignment issues, and key measurements from the home to the foundation wall, with findings recorded in written reports and photographs. Detailed Scope/Fee is included in Exhibit B herein. Sewer Assessment Deliverables: ■ One (1) draft feasibility analysis report providing alternative options, and impacts to residents. ■ Exhibits and figures highlighting the alternatives presented in the report. ■ Digital copies of video pipeline inspections. ■ Recommendations based on sewer service video inspection and locating. Sewer Assessment Assumptions: ■ Coordination and notification, including right -of -entry letters, will be the responsibility of the City. PACE will not prepare notifications or coordinate with residents unless expressly requested by the City. ■ The City will provide confirmation of which structures or obstructions were permitted within the excavation limits. ■ Relocation or replacement of non -permitted structures or obstructions within the project limits will be the responsibility of the property owner. The City and PACE will NOT bear responsibility for non -permitted items affected by the proposed work. ■ Alternatives will be assessed from the exterior and interior of homes as noted herein. ■ DHI will require access to private residential crawlspaces. City will coordinate all right - of -entry for consultants and subconsultants. Task 2.4 - Sewer Assessment Community Outreach: ■ One public meeting hosted at City Hall. ■ Prepare and mail one mailer for the meeting announcement. ■ Prepare a fact sheet and summary of meeting. 121 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 6 of 16 ■ Public meeting attendance by three PACE project team members. ■ Individual home owners/tenants coordination for access to property and crawlspaces. This may include one onsite meeting with two PACE project team members. Sewer Assessment Community Outreach Deliverables: • One public meeting mailer. Mailer to be mailed by PACE. • One fact sheet for the public meeting. • Presentation for the public meeting. Sewer Assessment Community Outreach Assumptions: • The public meeting is assumed to take place at City Hall, with the City responsible for securing the location and date in coordination with PACE staff. City to review all materials in a timely manner. • City to provide any and all translation services of materials and meeting information. Sewer Assessment Exclusions: Tasks that are NOT included in PACE's Scope of Services: • Potholing to confirm depths of side sewers. • Topographic or boundary surveying of private properties along existing sewers. • Entrance by PACE staff to basements or crawlspaces for plumbing inspection. • Engineering and design of selected alternative improvements is not included and will be added as an amendment to the contract. • Sewer assessment community outreach is an estimated number based on previous experience in the region. Due to the nature of this task, it may be necessary to provide additional coordination which can be billed at a time and expense basis upon approval by the City. • City to provide any and all translation services of materials and meeting information. Translation services are excluded from this Scope of Services. Task 3 — Hydraulic Modeling • Use the City of Tukwila's water system hydraulic model (InfoWater) to determine local existing deficiencies in the distribution system and run simulations for available flows for the proposed improvements. • Coordinate as needed with the City's hydraulic modeling consultant to obtain copies of necessary files to operate the model with PACE -owned modeling software. • Size of the model will not exceed 5,000 pipes. 122 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 7 of 16 Task 4 —Topographic Survey Topographic survey, utility locates, and preparation of base drawings. • Perform field topographic survey to identify existing surface conditions within project limits using electronic surveying equipment and one or two -person crew. ■ Limits to include back of sidewalk, curb or edge of pavement on each side of the street plus water meters, hydrants, and other water appurtenance locations located within public right-of-way or easement. ■ Field survey to include available underground -utility paint mark locates and surface indications of underground features prior to topographic survey. Field survey does not include potholing underground utilities. • Request available franchise utility companies' construction record drawing information including underground power, gas, telephone, fiber optic, and other known utilities and incorporate into the base drawings. • Coordinate underground -utility locates (through services of a subcontractor to the Consultant) for franchise utilities to show approximate horizontal locations of existing utilities for purposes of developing design drawings (utility locates are based on available information and may not be accurate or complete and shall not be used for construction). Services will include the following: ■ Limits to include appurtenance locations located within public right-of-way or easement. ■ Field survey to include available underground -utility paint mark locates and surface indications of underground features prior to topographic survey. Field survey does not include potholing underground utilities. ■ Review of as-builts and utility base mapping. ■ Utility Locating to be provided by a third -party vendor such as APS. ■ Optional photogrammetric mapping via drone (pre/post construction) can be provided at the discretion of the City. Detailed scope and related fees to be determined upon request. • Reduce field data and prepare base drawings for design. Base drawings will be established using 1 inch = 20 feet drawing scale and will include 2-foot contour intervals. • Horizontal and vertical control will be compatible with City's current standard control network for GIS; NAD 83 (NSRS 2011) Horizontal datum and NAVD 88 Vertical Datum. GPS surveying methodology will be employed where practical and feasible. • Base drawings will be developed and right-of-way boundaries calculated. Property lines shown on the drawings will be based on available GIS information and PACE will not be responsible for verifying this information based on deeds or land exchanges. 123 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 8 of 16 Deliverables: Plan and profile sheets with base maps and centerline profile information on PACE standard sheet borders, 22"x34" format full-size sheets. Delivered in two full-size printed copies and PDF format. Task 5 — Drainage System Analysis PACE will analyze the existing conditions related to the site area/tributary are to the private properties along Beacon Avenue South that are subject to flooding during storm events. Specific tasks will include: • Reviewing any information the City has related to the hydrology or hydraulic of any stormwater systems in the area. • A site visit to confirm existing flows paths. • Delineation of the tributary basin. • Perform hydrology modeling to determine the flow rates associated with major storm events up to and including the 100-year storm. • Develop up to two (2) alternatives for proposed stormwater infrastructure to mitigate the existing flooding events. Deliverables: A technical memo summarizing the findings of the drainage analysis showing the existing conditions as well as up to two (2) alternatives for proposed stormwater infrastructure to mitigate the existing flooding events. This memo will be provided in electronic (PDF) format. Task 6 — Basis of Design Report Develop the Basis of Design (BOD) Report, establishing project components before developing contract documents. The BOD report will establish the basis of design criteria for the utility improvements. This will include documentation of the selected utility alignment and grade, limits of improvements, pipe sizing criteria, hydraulic modeling results, trench backfill requirements, surface restoration limits and descriptions, and service connections affected. The storm drainage report will be incorporated into the BOD Report and the recommendations of the geotechnical report study will also be incorporated in the BOD. The BOD Report will include conceptual utility alignment, showing proposed layout of all elements and other miscellaneous site improvements. A draft Design Report will be submitted to the City for review and comment prior to preparation of Design Plans and Technical Specifications. Following City review of the draft Design Report, PACE will meet in person with City staff to discuss any comments and then issue the Final BOD Report for concurrence of the City. ,1- 124 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 9 of 16 Deliverables: The draft and final BOD Report will be delivered in digital PDF format. Printed copies can be provided at the request of the City. Task) - Develop_Plans and Contract Documents Contract documents will be developed in three separate schedules under one overall construction project. The three schedules will be for water, storm drainage, and sewer (if applicable) improvements. Task.7,1 —30% Plans and Contract Documents ■ Perform field reconnaissance, includes one (1) site visit with two (2) PACE staff. ■ Review the City's available record drawings and GIS base maps, incorporate pertinent utility information into the base drawings. ■ Incorporate the City's current Standard Details and Specifications into the design drawings and contract documents. ■ Site visit to verify locations of existing features and conditions as they relate to the design. ■ Develop a pothole plan for necessary utility potholing to confirm location and depth of potential utility crossings that cannot otherwise be determined. ■ Coordination with APS Locates subcontractor for design potholing, and provide onsite monitoring of findings. Assume up to 20 pothole locations to be conducted including temporary pavement patching in existing paved areas. ■ Prepare design drawings showing base drawing information (existing topographic survey, utility, and parcel/right-of-way line information) including proposed alignment of water mains, full -width overlay, proposed locations of gate valves, hydrants and services, configuration of connecting pipes, and existing water mains to be abandoned or removed. ■ Prepare design drawings showing proposed stormwater infrastructure/best management practices (BMPs). ■ Prepare draft Contract Documents incorporating City's standard documents for advertisement for bid, bid proposal, contract and other sections. ■ The General Conditions will be based on current WSDOT/APWA Standard Specifications and modified with Special Provisions unique to the City, in coordination with staff and City Attorney. ■ Conduct in-house quality assurance (QA) reviews. Deliverables: • Draft pothole plan, on plan & profile sheets, PDF format. • Two (2) sets of printed Plans, full-size 22"x34". 125 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 10 of 16 Plans, Contract Documents, and draft Opinion of Probable Construction Cost (OPCC) in PDF format. Printed copies of the Contract Document can be provided upon request at rates shown in the attached Rate Schedule. City Responsibilities and Assumptions: City to provide electronic standard boilerplate bidding and contract documents, General Conditions and Special Provisions to the Standard Specifications. Task 7.2 — 60% Plans and Contract Documents ■ Perform field reconnaissance, includes one (1) site visit with two (2) PACE staff. ■ Review the City's available record drawings and GIS base maps, incorporate pertinent utility information into the base drawings. ■ Site visit to verify locations of existing features and conditions as they relate to the design. ■ Continue pothole plan for necessary utility potholing to confirm location and depth of potential utility crossings that cannot otherwise be determined. ■ Coordination with APS Locates subcontractor for design potholing, and provide onsite monitoring of findings. ■ Prepare design drawings showing base drawing information (existing topographic survey, utility, and parcel/right-of-way line information) including proposed alignment of water mains, full -width overlay, proposed locations of gate valves, hydrants and services, configuration of connecting pipes, and existing water mains to be abandoned or removed. ■ Prepare design drawings showing proposed stormwater infrastructure/BMPs. ■ Prepare ADA ramp schematic designs at locations affected by water main improvements, depicting the general layout and extent of ramp improvements required to meet ADA design standards. ■ Prepare draft Contract Documents incorporating City's standard documents for advertisement for bid, bid proposal, contract and other sections. ■ The General Conditions will be based on current WSDOT/APWA Standard Specifications and modified with Special Provisions unique to the City, in coordination with staff and City Attorney. ■ Prepare Construction Stormwater Pollution Prevention Plan (SWPPP) if required. ■ Prepare OPCC showing bid items, quantities, unit costs, and total probable costs for construction of proposed improvements totaled by all locations into one spreadsheet. ■ Conduct in-house QA reviews. ■ Submit 60% design Contract Specifications and OPCC to City for review and comment. Assumed turnaround time for City comments is between two and three weeks. i r,42kli 126 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 11 of 16 Deliverables: • Draft pothole plan, on plan & profile sheets, PDF format. • Two (2) sets of printed Plans, full-size 22"x34". • Plans, Contract Documents, and draft OPCC in PDF format. Printed copies of the Contract Document can be provided upon request at rates shown in the attached Rate Schedule . City Responsibilities and Assumptions: • City to provide electronic standard boilerplate bidding and contract documents, General Conditions and Special Provisions to the Standard Specifications. • City to provide an example of preferred bid schedule and measurement and payment description for a similar project. Task 7.3 — 90% Plans and Contract Documents ■ Meet with, and/or communicate with, City staff to discuss City's 60% review comments (assumes two PACE staff at one (1) meeting in person with the City). ■ Address/incorporate City's 90% design review comments into drawings, Contract Documents and OPCC. ■ Provide detail on drawings such as call -outs for connections to existing system, fittings, valves, hydrants, services, and water meters; provide detail on drawings such as call - outs for stormwater infrastructure such as drainage structures, conveyance piping, and/or BMPs; complete project -specific details and notes including those pertaining to pavement restoration; and standard construction and TESC notes. ■ Complete ADA Ramp designs on plan and profile sheets and develop enlarged details depicting dimensions, elevations and slopes along all ramp surfaces. ■ Conduct in-house QA reviews. ■ Submit 90% Contract Documents and OPCC to City for review and comment. Assumed turnaround time for 90% City comments is two weeks. Deliverables: • Two (2) sets of printed Plans, full-size 22"x34". • Plans, Contract Documents, and draft OPCC in PDF format. Printed copies of the Contract Document can be provided upon request at rates shown in Exhibit B. Task 7.4 — Final Contract Documents Conduct a virtual meeting with City staff to discuss City's 90% review comments. Assume two (2) hours for two (2) PACE staff. Finalize drawings and Contract Documents for bidding by incorporating City's 90% Design review comments. 127 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 12 of 16 ■ Conduct QA reviews. ■ Submit final Contract Documents and OPCC to City for bidding (two weeks assumed for turnaround time on any final City comments). Deliverables: • Submit two (2) sets of printed and bound Bid/Contract Specifications for City staff reference during bidding. • Submit two (2) full-size (22"x34") sets of plan drawings. • Submit electronic copy of final. Plan Drawings, Contract Documents and OPCC. • Plan drawings will be in AutoCAD Civil 3D 2024 and PDF format. Contract Specifications will be in PDF format. OPCC will be in PDF format. City Responsibilities and Assumptions: City turnaround time for final review comments is anticipated to be three (3) weeks. Task 8 — Permitting Support Services • Prepare and provide all materials and supporting documents required for a City of Tukwila Right -of -Way Use Utility Permit application. Attend one (1) Pre -design review meeting (one PACE staff) for proposal to install utilities underground in road right-of-way. • Upon receipt of Pre -design input, PACE will prepare and provide all materials and supporting documents required for a Right -of -Way Permit issuance. • Prepare Traffic Control. Plans (TCP) for associated ROW permit applications. • PACE will work with the Planning and Public Works to address any comments received and coordinate project review. • WSDOT Coordination and permitting for S 133rd Street undercrossing of SR 599. • Sound Transit Light Rail Coordination and permitting for S 133rd Street undercrossing of SR 599. Assumptions: ■ All permit fees will be paid by the City. A fifteen percent (15%) markup will be applied to any fees paid by PACE. ■ All permit application submittals will be submitted electronically via email as required by the City. ■ Any land use posting requirements will be undertaken by the City. ■ All construction will take place within existing City -owned right-of-way. 128 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 13 of 16 ■ Permitting support level of effort is estimated based on previous experiences in the region, however actual effort and fees may vary and will be billed on time and expenses basis. Task 9 — Com_munaty Outreac.h. Community outreach is key to ensuring project success by keeping residents and stakeholders informed about the project. Through community meetings, mailers, and regular updates, we aim to keep the community informed, address concerns and ensure the community is aware of project developments and impacts. Communication Strategy: ■ In coordination with the City identify key stakeholders, including businesses, neighborhood associations, local organizations, and residents, to ensure inclusive outreach. ■ Develop a communication plan tailored to the project timeline, community needs, and preferred methods of communication. ■ Establish a timeline for outreach activities aligned with the design and construction schedule. Community Meeting Planning and Logistics: ■ Host one community meeting before construction begins. The meeting is assumed to take place at City Hall, with the City responsible for securing the location and date in coordination with PACE staff. ■ Prepare materials such as meeting announcement, mailer, presentation, agenda, maps, and visuals to explain project details. ■ Create a mailing list using King County iMap for the meeting announcement covering project impact area and mail. ■ Conduct community meeting to share project updates and address questions or concerns. It is assumed three (3) PACE staff members will attend. ■ Document meeting discussions, including community feedback, for reporting purposes. Construction Notification Mailer: ■ Develop one (1) construction mailer to notify residents and businesses of the construction schedule and anticipated impacts. ■ Create mailing list using King County iMap for the impacted area and mail announcement. ■ Include contact details for inquiries or concerns. It is assumed City staff will be primary point of contact, with no support required from PACE staff. 129 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 14 of 16 Project Area Postings: Prepare a project area posting board featuring a map of project area, detailed description of the project and its anticipated impacts, schedule and contact information. The boards will be 24" x 36" Corex material with grommets in each corner for easy attachment to a construction sign stand. One (1) master project area posting board will be developed for the entire project. Up to 16 copies of the board will be printed and provided for placement throughout the project area. It is assumed City staff will be responsible for the installation of project area posting boards. Assumptions: • PACE will serve as the primary point of contact for all community outreach activities. City staff will manage the installation of the project area boards, including procuring and setting up construction sign stands. • Outreach scope and LOE is based on presentation on one comprehensive project, no separate phasing is anticipated. • City to provide any and all translation services of materials and meeting information. Translation services are excluded from this Scope of Services. Deliverables: • Community meeting mailer, agenda, presentation, and meeting summary. • Construction notification mailer. • Project area posting board. Task 10 — Bid Support Services • Send copies of advertisement to DJC and Seattle Times for advertising. City will pay all fees related to advertising. • Set up project and upload final Contract Documents for bidding to online bidding service (QuestCDN or Builder's Exchange). • Answer bidder questions during bid period, as requested by City. Assume 8 hours. • Conduct a project pre -bid site walkthrough. • Prepare up to two (2) bid addenda as needed for distribution to prospective bidders through bidding service, if necessary. • Attend and conduct bid opening at City office. Assume one (1) PACE staff. • Prepare bid tabulation. • Review apparent low bidder references. • Coordinate with City staff on bid issues, if needed. • Prepare letter of recommendation for Contract award. IC . 0 2'v 1 Pi 71 I.i0H �R FiNA 4CY„Cn 130 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 15 of 16 • Prepare Notice of Award and five (5) printed copies of Project Manual for original signatures of contractor and City. • Review contractor's signatures and bond and insurance forms. Prepare final contract documents for City signatures. City Responsibilities: ■ Pay advertising fees. ■ Receive and time -stamp bids. ■ Provide copies or PDF scans of bids to PACE. Assumptions: Scope assumes no significant bidding issues or legal challenges. EXCLUSIONS The following services are not a part of this Agreement. If the City chooses to add one or more of the following services to this Scope of Services, then this Agreement shall be modified in terms of an addition to the total compensation to be paid to PACE and an appropriate extension of time (as necessary) to PACE's schedule. • Public information and outreach services beyond what is identified herein. • Permit investigation and applications not identified in scope. • Payment of permit or advertising fees. • Coordination with Fire Marshal regarding review and approval of proposed improvements. • Stream or wetland boundary assessments, delineations or field staking. • Soil testing or soil compaction testing during construction. • Development of Critical Area Reports. • Procuring title reports. • Property appraisal for easement acquisition or easement coordination with property owners. • Boundary surveys • Development of environmental permit applications, except as described herein. • Construction inspection and construction administration, except as described herein. • Attendance or presentation at City Council meetings. • Construction Staking. • Monument Disturbance application(s) and re -setting of monuments. • Updates to City GIS mapping. • City to provide any and all translation services of materials and meeting information. Translation services are excluded from this Scope of Services. 131 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 16 of 16 POTENTIAL SERVICES DURING CONSTRUCTION — TO BE CONSIDERED AS AMENDMENT • Monument Disturbance application(s) and re -setting of monuments once design is completed. • Attend preconstruction meeting. • Consult on material submittals as requested by City staff. • Provide periodic observation of construction. • Respond to RFIs as requested. • Review Contractor pay requests and prepare Progress Payments for City processing. Assume 6-month construction time for seven progress payments, including release of retainage. • Prepare any change order documents for any changes deemed valid or necessary by the City. • Conduct final inspection with City staff. • Prepare Recommendation of Acceptance. • Prepare Notice of Completion of Public Works project for DL&I. • Prepare Construction Record Drawings. • Additional public/community/property owner outreach efforts beyond the estimate included herein. END OF SCOPE OF SERVICES 132 A Verdantas Company DESCRIPTION 2026 STANDARD HOURLY RATE SCHEDULE Effective January 1, 2026 Water I Land I Infrastructure I Facilities 1. Office Tech I, Expediter I 2. Office Tech II, Expediter II, Survey Field Tech 3. Intern, Survey Tech I, Jr. CAD Tech, Jr. Inspector, Office Tech III 4. Designer, Jr. Planner, Survey Tech II, CAD Tech, Inspector, Sr. Office Tech, Jr. Ecologist/Scientist 5. Jr. Engineering Staff, Designer I, Planner, GIS Tech, Survey Tech III, CAD Tech I, Inspector I, Project Administrator, Ecologist 6. Engineering Staff I, Designer II, Planner I, Survey Tech IV, GIS Analyst I, CAD Tech II, Inspector II, Sr. Project Administrator, Ecologist I, Landscape Architect 7. Landscape Architect I, Engineering Staff II, Designer III, Planner II, GIS Analyst II, CAD Tech III, Inspector III, Survey Tech V, Ecologist II 8. Landscape Architect II, Project Designer, Planner III, Sr. Survey Tech, GIS Analyst III, Engineering Staff III, Sr. CAD Tech, Sr. Inspector, Scientist, Ecologist III 9. Landscape Architect III, Project Designer I, Sr. Planner, Project Surveyor, Sr. GIS Analyst, CAD Manager, Project CAD Tech, Sr. Project Inspector, One -Person Crew, BIM Manager, Ecologist IV, Engineer IV, Engineering Staff IV, Scientist I 10. Landscape Architect IV, Project Engineer, Project Designer II, Project Planner, Sr. Project Surveyor, Sr. Project GIS Analyst, Structural Engineer, UAS Pilot, Scientist II, Ecologist V 11. Sr. Landscape Architect, Sr. Project Engineer, Sr. Structural Engineer, Sr. Project Designer, IT Manager, Sr. Project Planner, Survey Project Manager, Tech Services Manager, Sr. Ecologist/Scientist, Two -Person Crew (OR) 12. Principal Ecologist/Scientist, Project Manager, Principal Surveyor, Planning Project Manager 13. Sr. Principal Ecologist/Scientist, Sr. Project Manager, Sr. Principal Surveyor, Two -Person Crew (WA) 14. Principal Engineer, Principal Planner, Sr. Two -Person Crew 15. Sr. Principal Engineer, Sr. Principal Planner HOURLY RATE $ 71.00 $ 88.00 $ 110.00 $ 134.00 $ 151.00 $ 168.00 $ 185.00 $ 202.00 $ 215.00 $ 235.00 $ 248.00 $ 265.00 $ 280.00 $ 302.00 $ 320.00 A. Expert Witness B. Night Inspections C. Credit Card Service Fee PREMIUM RATES REIM.BURSABLE_S. A. Subconsultants, Professional and Technical B. Maps, reports, materials, permit fees, express delivery and messenger, pass -through bills, and similar items necessary for work in progress C. Out-of-town travel per diem and cost of commercial transportation D. Transportation within 30 mile radius* Transportation beyond 30 mile radius -Automobile * On job inspection mileage will be billed E. Printing Costs Large Format Blueprints and Reproduction (18" x 24" or larger) Rate x 1.5 Rate x 2.0 3.75% of invoice total Cost + 15% Cost + 15% Cost + 10% No Charge At Approved IRS Rate At Approved IRS Rate $ 0.25/sheet $ 3.00/sheet Notes: 1 All payment is due within 30 days from date of invoice. A monthly service charge of 1%will be added on all accounts older than 30 days. z The foregoing schedule of charges is incorporated into the agreement for the services provided effective January 1, 2026. After December 31, 2026, invoices will reflect the schedule of charges in effect at that time. Rev. 10/1(.�E PACE Engineers Project Budget Worksheet - 2026 Project Name Project #: Ryan Hill Utility improyments &Priority Upgrades Ctienty:ICityof Tukwila 1 Prepared By: Date: 8R/16/13H/PC 024416 Baling Group #:1 Task #:1 1 4/10/2026 Staff Type it (See Labor Rates Table) Staff Type Hourly R.e Staff Name (option.) Drawing/Task Title Labor Hours by Classification Labor Code Job Title 1 10 0302 , 13 16 Ti 85 . 15 -- $215 40 --- 0280 ] - 66 70 74 - 118 , - $168 58 $280 113 - $185 $10 0248 -- $202 BR/PC Sr. Principal Engineer JF Principal Engineer CN r. Project Engineer 1SS/JF ngineering Staff II JS3 WRH LM TD ngineenngSr, Staff IV oncipaEngineering Surveyor aSr. III CAD$21$185 Manager CAD Tech III ministrator rojec WO -Person Crew (WA) Survey Tech V Hour Total Dollar Total Task 1 - Project Management 140 : 30 8 40 12 30 260.0 $72,340.00 1.3 - Subconsultant Coordination 32 4 4 8 48.0 $13,908.00 1.6 QA/QC 24 8 8 i i . : . 40.0 $11,816.00 . . : Task 2 - Sewer Assessments 2.1 - Site Visit & Reconnaissance 12 8 8 . .i 28.0 $7,040.00 2.2 - Research &Analysis 12 30 12 8 62.0 $13,314.00 2.3 Report 4 16 8 12 24 ' . • . 64.0 $12,212.00 2.4 - Sew. Assessments Outreach 144 ( ! 200 ! 24 I . 368,0 $93,112,00 Task 3 r Hydraulic modieing 4 i ! 8 24 i 16 i i . 52,0 $11,144.00 Task 4 -Topographic Survey and Base Maps : : i 4 i 4 48 ! . : 16 ( 40 i • . . ( 16 i 150 ! 8 i • . 100 302.0 64.0 68.0 $74,800.00 $18.660.00 $14,156.00 Task 5 - Drainage System Anatysis Task 6 - Basis of Design Report 4 8 8 24 20 i i 8 4 i I Task 7 r Develop Contract Documents Field racoon, and records research. 2 2 4 16 24 52.0 60.0 $12,356.00 $13,608.00 Potholing Plan and monitoring 32 8 W7.1 - 30% Documents -WATER 12 ! 32 i 56 ( . . . i 16 120 ! ' . , • . . 236.0 $47,440.00 SD7.1 - 30% Documents r STORM 2 8 16 32 16 74.0 $15,904.00 30% Bidding and Contract Documents 2 8 ! 8 ! 24 ! I . •' . ! 30 ! i . 72.0 $14,304.00 W7.2 - 60% Documents - WATER 8 52 80 16 80 236.0 $47,620.00 0072 - 60% Documents - STORM 2 8 8 16 8 4 46.0 $10,152.00 60% Bidding and Contract Documents 4 16 46 32 30 128.0 $25,678.00 50% Cost Estimate 4 8 32 20 64.0 $13,484.00 W7.3 90% Documents WATER 8 52 i 80 16 80 i . . i 236.0 $47,620.00 507.3 90% Documents STORM 2 4 8 12 i 8 ! 4 • . . 38,0 $8,204,00 90% Pavement Restoration Plan 4 12 8 24 20 68,0 $14,596,00 90% Bidding and Contract Documents 2 ! i ( 2 1.Ex- 4 ( : 8 24 i 16 i : i - 4 1 8 ( - Eir- tr--- ii--- 8 1 20 i : 4 24 : 16 ! i . . ' 66.0 30.0 76.0 34.0 34.0 42.0 $13,192.00 $6,312.00 $15,824.00 $7,464.00 $7,424.00 $8,658.00 90% Cost Estimate W7.4 - Final Bidding Documents -WATER 007.4 Final Bidding Documents r STORM 2 4 2 i 4 i 8 1 8 8 8 4 12 i 8 4 12 10 i i 4 Final Pavement Restoration Plan . I 12 i Final Bidding and Contract Documents Final Cost Estimate 2 i 4 6 8 20.0 $4,462.00 Task 8 .. Permitting Support City ROW Use Permit 4 1 4 8 ! 8 ( 24 ! . .• 24 •' . ! . 30 ! • . 102.0 $21,000.00 WSOOT Permit for SR 599 8 32 40 32 40 80 232.0 $44,384.00 Sound Transit Permit (2 locations) 8 32 40 32 40 80 •' . 232.0 $44,384.00 Task 9 - Community Outreach Outreach management 12 2 4 2 20,0 $5,532,00 Community meeting prep materials 16 8 16 . 6 • . . 46.0 $11,048,00 mailing 2 (---- 10 ! 5 ( . . 6 i 4 i . t- - ' .• ! i 4 i i I- . 8 ! I 4 ! . 20.0 ...... 23.0 6.0 22.0 20.0 $3,954.00 $6,242.00 $1,616.00 $4,628.00 $3,890.00 meeting attendance foltowup documenation 4 2 Construction mailer 4 2 8 4 5 3 prep materials 6 . i 10 i ; mailing Project board posting 4 5 3 6 i . 18.0 $3,858.00 Task 10 - Bidding Support Services 8 16 24 . 20 •' . 68.0 $14,040.00 . . . • ( Hours Total Labor Total 530.0! 81.0! $169,600 ! $24,462 I 2020).650.0! 936.50 60,0! 88.0: 52.0! 496.0! $50,096 ! $120,250 I $201,240 ! $16,800 ! $17,776 $11,180 ! $91,760 ! 452.0! 150,0! $75,936 ! $42,000 ! 100,0 $18,500 3797,0 $839,600,00 $839,600.00 Expenses Reimbursable Rate/Unit Quantity ! Cost Postage/Courier ! $300.00 Printing Oasts f $3.00 520) $1,560.00 PhotoNideo .„. Mileage/Travel/Per Diem $0.73 300! $219.00 Project posting boards $160.00 16) $2,560.00 Total I $4,639.00 File: Ryan Hill Neighborhood Upgrades 2026 - JS_BR, Fee Wo ksheet Subsonsultants Utility Locate $12,000 AESI - Geotechnicat ! $106,500 DHI $11,000 Aquas pipeline services ( 613,000 Potholing Servicyes . $35,000 . Subconsultant Subtotal 179,500,00 Markup 15% $26,925.00 Total $206,425.00 Estimated Rate escalation (2027) 90% Design through Bidding 5.0% $14,916.60 PACE Bitted Labor Total Reimbursable Expenses Subconsultants Total Project Budget $854,516.60 $4,639.00 $206,425,00 $1,065,580.60 Page 1081 Printed: 4/10/2026, 1:01 PM 134 assoc.i ted earth s lie e March 13, 2026 Project No. 20250024E001 PACE Engineers, Inc. 11255 Kirkland Way, Suite 100 Kirkland, Washington 98033 Attention: Bill Reynolds Subject: Scope of Work Ryan Hill Utility Improvements Tukwila, Washington INTRODUCTION As requested, this letter includes Associated Earth Sciences, Inc.'s (AESI's) scope of work for geotechnical services in support of the proposed utility improvements across several locations in the City of Tukwila. This project proposes roughly 5,800 feet of new water line and 1,300 feet of new sewer line spread across the Ryan Hill and Tukwila Hill Neighborhood areas, and portions of the Green River Valley. The new utilities will be installed by conventional open trenching methods. The project will also include stormwater improvements at 10349 Beacon Avenue South to address ongoing drainage issues. This letter summarizes the geologic setting in the vicinity of the utility improvements and includes our anticipated scope of work for our geotechnical analyses, and identifies specific study elements that were included in the City of Tukwila's "Request for Proposal Document." SITE AND PROJECT DESCRIPTION Project Site 1 is generally spread across the west -facing slope of the Ryan Hill neighborhood in the City of Tukwila. The exception is a section of new water line that will be installed along South 104th Street and a portion of Martin Luther King Jr. Way South (MLK) which is located within the Green River Valley floor. The project area is generally confined by Interstate-5 and MLK to the west, 51st Avenue South to the east, 114th Street to the south, and South Victor Street to the North. The overall relief across the site from 51st Avenue South to MLK ranges from roughly 155 feet to 300 feet. City mapping has identified the slopes in the project area as Category 2 (moderate landslide potential) and Category 3 (high landslide potential) and includes slopes with inclinations greater than 40 percent. Kirkland l Tacoma l Mount Vernon 425-827-7701 I www.aesgeo.com 135 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Review of the published geologic map of the region indicates the project area is underlain by several different geologic units. Alluvial sediments deposited by the nearby Green River System and artificial fill soils associated with the construction of Interstate-5 and other developments are mapped along the Green River Valley floor and near the toe of Ryan Hill. Alluvial sediments are typically encountered as loose to medium dense and are prone to liquefaction -induced settlement where they are encountered as saturated. Bedrock is mapped along the lower half of the project section of Ryan Hill. The upper half of the site has several different glacially consolidated units mapped including pre -Fraser deposits, Vashon advance outwash, and Vashon lodgement till. These glacially consolidated sediments typically have high -strength characteristics due to their consolidation by the most recent advancing ice sheet and can range from permeable sands and gravels to silty sands, silts, and clays with very low permeability. Additionally, landslide deposits may be present on the sloping areas of the site. We anticipate a shallow unconfined aquifer is present within the alluvial sediments near the base of Ryan Hill. Groundwater may also be encountered within the Vashon advance outwash and pre -Fraser sediments. Groundwater within these units will likely be perched on top of the lower -lying, low -permeable geologic units (bedrock, or fine-grained zones of the pre -Fraser sediments). The project will install new water utilities using conventional open trenching methods. These utility alignments are located along developed existing rights -of -way. We understand utility depths will range from about 3 to 8 feet. Other features will include utility vaults, a pressure -reducing valve station, electrolysis mitigation, and will also include drainage improvements at 10349 Beacon Avenue South. Project Site 2 is located across the east -facing slope of Tukwila Hill and about 1.5 miles south of Project Area 1. This site is bounded to the north by South 141st Street and South 142nd Street, to the east by 58th Avenue South, to the south by South 147th Street, and to the west by 56th Avenue South. Utility improvements at this location consist of about 1,600 feet of new water line along 58th Avenue South and about 1,300 feet of new sewer line located between the backyard areas of existing residential lots. Review of the published geologic map indicates this general area is underlain by Vashon lodgement till, with bedrock mapped at the surface to the east and southeast. Vashon lodgement till exhibits high strengths and low permeability. Project Area 3 is located along an approximate 700-foot stretch of South 133rd Street located between Interurban Avenue South and South 134th Place. This stretch of South 133rd Street passes under two State Route 599 overpasses. The project will install new water utility along this stretch of South 133rd Street. This project location is situated within the valley floor west of the Duwamish River. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 136 Page 2 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Geologic mapping indicates this project location is underlain by river alluvium and modified land associated with State Route 599 construction. As with the portion of Project Site 1 located in the valley floor, we anticipate shallow groundwater in this location. SCOPE OF WORK Our scope of work includes six primary tasks: 1) review of available site and project information, 2) developing a subsurface exploration work plan, 3) utility locate and subsurface explorations, 4) infiltration testing, 5) geotechnicai report, and 6) meetings and consultation. Our scope is discussed in detail below. Task 1: Document Review Our initial task will focus on compiling and reviewing pertinent site and vicinity geologic and hydrogeologic information, including information obtained from local and state agencies and our in-house database. We will also review readily available, water well reports, exploration logs, and pertinent hydrogeologic and geotechnicai consulting reports. Our document review will also include any design documents made available by the City of Tukwila (City) and any preliminary site plans or design documents prepared by PACE Engineers, Inc. (PACE). The information obtained from our document review will be used to develop our work plan. We estimate this task will take 3 days to complete. Task 2: Work Plan Following our document review, we will prepare a work plan detailing the number, type, depth, and locations of our subsurface explorations. Our work plan will be provided to PACE and the City for review. Generally, our explorations will be located along new utility alignments and other key locations related to the proposed project improvements. The subsurface data from our explorations will be used to provide design and construction recommendations and to complete critical areas assessments. Where possible, AESI will locate explorations in areas that are least impactful to traffic and pavement/concrete surfaces. Other items included in our work plan will be a summary of efforts related to public utility locate marking, private utility locating, obtaining right-of-way permits through the City, and obtaining traffic control plans for each exploration location. After PACE and the City have reviewed and approved our work plan, we will schedule the explorations. We estimate this task will take one week to complete. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 Page 3 137 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Task 3: Utility Locate and Subsurface Explorations Before performing any subsurface exploration work, we will make a one -call utility locate request to mark publicly -owned on -site utilities at each boring location. It should be noted that any privately -owned underground utilities at the site will not be marked by the public locating service. For this reason, we will also hire a private utility locating service complete with vacuum truck -assisted shallow excavation at the boring locations. The vacuum truck -assisted excavations will be completed to depths of about 4 to 6 feet and will have a similar dimension to the proposed borings. This excavation method is proposed due to the presence of numerous underground utilities in the project vicinity. Our explorations will generally consist of borings completed by advancing a 6-inch-diameter hollow -stem auger drill rig operated by a drilling subcontractor. The borings will be observed and logged by one of our geologists or engineers. During the drilling process, samples will be obtained at generally 2.5- to 5-foot-depth intervals. After completion of drilling, each borehole will be backfilled with bentonite chips and capped with on -site material. Disturbed, but representative soil samples will be obtained by using the Standard Penetration Test (SPT) procedure in accordance with ASTM International (ASTM) D-1586. This test and sampling method consists of driving a standard 2-inch, outside -diameter, split -barrel sampler a distance of 18 inches into the soil with a 140-pound hammer free -falling a distance of 30 inches. The number of blows for each 6-inch interval is recorded, and the number of blows required to drive the sampler the final 12 inches is known as the Standard Penetration Resistance ("N") or blow count. If a total of 50 blows is recorded at or before the end of one 6-inch interval, the blow count is recorded as the number of blows for the corresponding number of inches of penetration. The resistance, or N-value, provides a measure of the relative density of granular soils or the relative consistency of cohesive soils. These values will be plotted on our boring logs. The samples obtained from the split -barrel sampler will be classified in the field and representative portions placed in watertight containers. The samples will then be transported to our laboratory for further visual classification and testing as necessary. Groundwater Level Monitoring Well We recommend completing two of our borings as shallow groundwater monitoring wells to monitor shallow groundwater at the portion of Project Site 1 located near MLK and at Project Site 3. We anticipate groundwater will be shallow at these two locations and the wells will provide seasonal groundwater level data to determine if there are impacts to utility installation associated with the groundwater table. We have assumed the wells would be installed to a depth of ten feet below the surface. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 138 Page 4 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work After the wells have been completed, we will develop the wells and record the initial depth to groundwater. For water table monitoring, we propose to install a pressure transducer connected to an automatic data logger in the wells. The data loggers will be installed shortly after drilling and will record hourly water levels through an entire wet season (October 1 through April 30). Bi-monthly hand measurements of the water levels in the wells will be collected in conjunction with downloading of water level data recorded by the data loggers. The data will be downloaded, entered into a spreadsheet, compensated for barometric pressure effects, and calibrated with the manual water level measurements. Task 3 Conclusion After a cursory review of preliminary project planning documents, we anticipate up to 16 boring locations (2 completed as shallow groundwater monitoring wells) will be needed to provide subsurface information at suitable intervals along the new utility alignments and for the drainage assessment location. Assuming an average boring depth of 15 feet, we estimate the 16 borings would take 5 days to complete. Note that deeper explorations may be needed in some locations to assess critical areas and to assess infiltration potential. Also, we did not assume any boring locations for the proposed sewer utility and Project Site 2 due to access constraints. We estimate we can schedule explorations within 4 weeks from the approval of our site plan. This estimated schedule is subject to the review time for the right-of-way permit. Task 4: Infiltration Testing If our exploration borings encounter subsurface conditions potentially suitable for shallow stormwater infiltration in the location of the drainage assessment, AESI will complete a second phase of fieldwork that will consist of two infiltration tests. A subcontracted excavator will be used to dig the test excavations. The in -situ infiltration tests will be completed generally corresponding to the procedure described as a small-scale pilot infiltration test (PIT) in the 2021 King County Surface Water Design Manual. The required duration of the PIT is 7 hours and includes a 6-hour soaking period followed by a 1-hour test period, after steady-state, relatively constant -head conditions are achieved. Following the test period, the discharge will be discontinued, and the level in the pit will be monitored at timed intervals for up to 1 hour to determine the falling -head rate. We understand that the testing depth will be around 8 to 10 feet deep. Site Restoration: Restoration will be limited to backfilling with excavated soils and "bucket -tamping" of the backfill. Settlement of the backfill should be expected. We assume that the City would conduct any additional resurfacing or planting. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 Page 5 139 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Water Supply: We have included costs for a water truck to supply water for the infiltration test. If available and allowed by the water purveyor, a nearby hydrant could be used as a water source for testing. If a hydrant can be used as a water source for the infiltration test, then the water truck costs would not be charged to the project. We estimate this task would take 2 days to complete. Task 5: Geotechnical Report Upon completion of our field explorations and laboratory testing programs, we will provide a draft report that presents our various findings, conclusions, and recommendations. Specific items to be addressed in our report will include the following: • Project and site description, including a site plan showing exploration boring locations; • Summary of geologic, soil, and groundwater conditions including interpretive logs of our explorations and indications of high groundwater level; • Laboratory testing results; • An assessment of critical areas as defined by the City and a discussion of code requirements as they relate to critical areas; • Infiltration evaluation and preliminary design infiltration rates based on infiltration testing, grain -size correlations, site variability, and groundwater; • Geotechnical recommendations: o Site preparation recommendations; o Temporary cut slope recommendations; o Bedrock rippability, if necessary; o Mitigation for critical areas, if necessary; o Temporary excavation recommendations; o Discussion regarding dewatering; o Wet weather recommendations; o Structural fill recommendations, including suitability of site materials for reuse in structural fill applications; o Utility and vault subgrade recommendations; o Utility backfill recommendations; o Pavement restoration recommendations, if necessary; • Recommendations for further study, if required. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 140 Page 6 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Once our draft report is reviewed by the design team and the City, we will revise our report to address any provided questions and comments and issue a finalized report. We estimate our draft report can be completed within 3 to 4 weeks following our subsurface exploration program. Task 5: Meetings and Consultation Meetings and consultation can be provided as necessary and will be charged on a time and materials basis. CLOSURE We look forward to the opportunity of working with you and other members of your project team on this interesting project. Please do not hesitate to call if you have any questions or require additional information. We are available to provide a cost estimate for an approved scope of work upon request. Sincerely, ASSOCIATED EARTH SCIENCES, INC. Kirkland, Washington Anthony W. Romanick, P.E. Carrie M. Mozingo, L.G., L.E.G., P.E. Associate Engineer Principal Engineering Geologist/Engineer March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 Page 7 141 Ryan Hill Utility Improvements COST ESTIMATE AESI 3.2026 Task 1 - Document Review Subcontractor & Fees AESI Cost Review $3,870 GIS Working $800 Subtotal $4,670 Task 1 Totals $4,670 Task 2 - Work Plan Subcontractor & Fees AESI Cost Exploration Location Plan - $2,225 ROW Permits Coord $1,935 Traffic Control Plan Coord $484 ROW Permit Fees $500 Traffic Control Plan Fee $3,500 Subtotal $4,000 $4,644 Task 2 Totals $8,644 Task 3- Utility Locate and Borings Subcontractor & Fees AESI Cost AESI Locate Visit (borings) $1,160 AESI Field Prep $1,160 Private Locate $1,500 Vactor Borings 2 days $6,900 Traffic Control 7 days $13,750 Haul Cuttings $4,000 Well Monitor $3,500 Borings - 5 days $24,950 AESI Field Time 5 days $7,200 Subtotal $51,100 $13,020 Task 3 Totals $64,120 Task 4 - PITs x 2 Subcontractor & Fees AESI Cost AESI Locate Visit $450 Private Locate $400 Sub Excavator 2 days $6,750 Water Supply Truck $4,150 AESI Field Time 2 days -22 hrs $4,500 Subtotal $11,300 $4,950 Task 4 Totals $16,250 142 Task 5 - Laboratory Testing and Reporting Subcontractor & Fees AESI Cost Sample Review and lab 10 sieves $3,420 Analysis $1,000 Draft Report $1,830 Figures, Logs $950 Edits $2,000 Final Report $1,400 Subtotal $0 $10,600 Task 5 Totals $10,600 Task 6 - Project Management and Meetings Subcontractor & Fees AESI Cost Exploration Coordination Meeting $1,100 Post Report Consultation Meeting $1,100 Subtotal 11111/1 $0 $2,200 Task 6 Totals $2,200 COMBINED SUBTOTAL $66,400 $40,084 GRAND TOTAL $106,484 143 DETECTION DOME INPTINN First Mite. NOMA likspector Roger Stodola 2506 S 361st ST Federal Way, WA 98003, (253) 334-3454 Detectlnspector@gmail.com www.detectionhomeinspection.net WA State Inspector# 1205 March 25, 2026 This is a proposal between Detection Home Inspection, LLC (hereafter known as "DHI") and PACE for the services of residential "crawlspace sewer line assessments". IN CONSIDERATION OF the mutual promises, understandings, covenants and under -takings set for the below, the parties hereto hereby proposes as follows: Section 1 - SCOPE of Services: DHI proposes to inspect residential properties identified as needed to observe the sewer and identify sewer exit structures, documenting critical measurements via photograph. This inspection is a visual inspection, with non-invasive checks of waste pipe plumbing material, from home (typically constructed in crawlspace) leading to exterior visible pipe only. Inspection will identify general pipe condition, including material and any alignment issues. Written report(s) will include address, material (or makeup), general condition, direction and critical measurements from home to foundation wall only. This inspection excludes any pipe hidden from view whether due to foundation, wood, debris or concrete barrier. Unforeseen obstructions or unsafe conditions may prevent inspection. This inspection also excludes side sewer conditions and should not be considered a "sewer inspection". Although DHI is licensed as a Home Inspector for Washington State, this supplementary inspection does not meet the requirements for standards of practice under WAC 308-408C and is supplementary in nature and will meet only the partial items as identified in section 308-408C-100(c). Section 2 - Compensation: DHI will provide personnel and all equipment, tools, materials, supplies and transportation necessary to perform the work in a professional manner, at a cost of $350 (three hundred fifty dollars and zero cents) per residence. The fee covers one site visit and inspection, per residence. Any subsequent inspections required due to incomplete repairs or restricted access will be subject to a reinspection fee of $150.00 per visit. DHI shall not exceed the authorized amount without the prior written authorization by PACE for any additional services beyond the work identified above. Section 3 — Services: Residential construction of the "crawlspace sewer line assessments" service shall be provided according to the schedule as agreed to between PACE and DHI within 30 days of agreed terms, during office hours, 144 DETECTION DOME INPTINN First Mite. NOMA likspector Roger Stodola 2506 S 361st ST Federal Way, WA 98003, (253) 334-3454 Detectlnspector@gmail.com www.detectionhomeinspection.net WA State Inspector# 1205 Monday through Thursday, 9:00 am to 3:00 pm. Scheduling must be communicated via PACE and occupant for each property identified and must be completed within a two -week period. Crawlspace access may be required. Permission from homeowners and/or residents will be required for access. Section 4 — Terms and Conditions of Subconsultant Services: The general terms and conditions are outlined above for reference. DHI recognizes that PACE has executed a contract with other entities, and that the terms and conditions of that contract also apply unless specifically modified in this agreement. Special terms and conditions may be included and described as needed. • The "crawlspace sewer line assessment" services shall be in effect when the quotation is agreed to via signature by both parties, creating a contract for work. • Once agreed upon, either party may, with or without cause, terminate this agreement at any time upon thirty (30) days prior written notice to the other party. Notice of cancellation shall be sent by email. • Proposal will be valid until December 315Y, 2026. • Proposal timeline may be extended upon mutual written agreement. • This supplementary inspection is contingent upon scheduling between PACE and DHI. PACE will be responsible for scheduling with homeowner/occupant and conveying the schedule to DHI. Section 5 — Notifications: Roger Stodola, Owner Detection Home Inspection, LLC (DHI) 2506 South 361' Street Federal Way, WA 98003 detectinspector@gmail.com (253) 334-3454 Bill Reynolds and Pam Cobley PACE Engineers, Inc 11255 Kirkland Way #300 Kirkland, WA 98033 Billr@paceengrs.com and pamc@paceengrs.com (425) 827-2014 145 Estimate ESTIMATE DATE: Mar 23, 2026 CUSTOMER: Pace Engineering: Ryan Hill Improvements BILLING ADDRESS: 11255 Kirkland Way Suite 300 Kirkland WA 98033 CONTACT: Bill Reynolds PHONE: 425.827.2014 20909 70th Ave W. Edmonds, WA 98026 Phone: (206) 783-3317 AFTER HOURS EMERGENCY (206)-819-3737 E-Mail: service@aqualisco.com Web: http://www.AQUALISCO.com Estimate #: 35562 Scheduled Date: Jobsite Arrival Time: Jobsite: Ryan Hill Improvements Tukwila, WA 98168 Jobsite Contact: Bill Reynolds 206.321.1109 SALES PERSON: SCOPE OF WORK: CCTV to inspect approx 800' of existing sewer for condition of pipe, lateral lauch approx 18 -22 of existing side sewers for condtion of pipe and surface locate. Customer to provide access to backyards in coordination with the city. Charges apply portal to portal. Portal to portal refers to the time the contracted support has mobilized at the shop, travel time to the project, and back to our shop. This includes time to decant and dispose of material removal. All projects and team members employed, unless expressly agreed upon prior to contract signing, are subject to a 4 hour minimum, which relates to the Portal to Portal clause. Actual cost may exceed or fall below the estimated total. Invoice subject to actual time and materials employed. Hours exceeding 8 Hours Portal to Portal are subject to overtime rates. Guaranteed outcome not implied as sub - terrain conditions are unknown until the commencement of this project. A fixed bid maximum is not implied. Unless expressly agreed upon prior to the execution of this maintenance contract, no additional reporting is required by the customer at the conclusion of the project to release payment per the terms of the agreement. Please see Terms & Conditions. Name Description Rate Amount Tax Approved 16 CCTV Unit CCTV Unit Crew Adjusted for PW $385.00 $6,160.00 Tax Yes 16 Traffic Control Traffic Control Adjusted for PW $315.00 $5,040.00 Tax Yes 1 Wage Adj Intent Filing Fee Filing fees for Affidavit of Prevailing work hours and filing fees for intent to pay prevailing wages. $80.00 $80.00 Tax Yes ESTIMATE:$11,280.00 TAX: $1,173.12 ESTIMATE AMOUNT: $12,453.12 DEPOSIT PAID:$0.00 DEPOSIT DUE:$0.00 TERMS & CONDITIONS REVIEWED AND ACCEPTED BY: Signature: Title: Printed Name: Email: Signature Date: Ph #: This scope of work is confidential to AQUALIS, [Customer] and their respective representatives. Without the prior written consent of AQUALIS, [Customer] shall not, and shall not permit any of its representatives to, disclose to any person: (a) the existence or contents of this scope of work; (b) the fact that investigations, discussions, or negotiations are taking or have taken place concerning a transaction by AQUALIS and [Customer], including the status thereof,' or (c) any terms, conditions, or other matters relating to this scope of work. 146 TERMS AND CONDITIONS This Work Order is issued pursuant to that certain Master Services Agreement (if applicable), by and between New Restoration and Recovery Services, LLC d/b/a AQUALIS and the Client, dated [insert date of MSA] (the "Agreement"). Capitalized terms used and not defined in this Work Order shall have the meaning set forth in the Agreement. Charges apply portal to portal. Portal to portal refers to the time the contracted support has mobilized at the shop, travel time to the project, and back to our shop. This includes time to decant and dispose of material removal. All projects and team members employed, unless expressly agreed upon prior to contract signing, are subject to a 4 hour minimum, which relates to the Portal to Portal clause. Actual cost may exceed or fall below the estimated total. Invoice subject to actual time and materials employed. Hours exceeding 8 Hours Portal to Portal are subject to overtime rates. Guaranteed outcome not implied as sub -terrain conditions are unknown until the commencement of this project. A fixed bid maximum is not implied. Unless expressly agreed upon prior to the execution of this maintenance contract, no additional reporting is required by the customer at the conclusion of the project to release payment per the terms of the agreement. Please see Terms & Conditions. Any request by Customer for additional work beyond the scope of the work identified in this agreement shall be charged at the rates set forth above and shall be included in the invoicing to Customer, and Customer agrees to pay for the same. To the extent that AQUALIS encounters conditions that differ from those normally encounter at a site of this nature or that were unknown to AQUALIS at the time of this estimate, AQUALIS will notify Customer of the same. The cost of performing such additional work will be at the rates set forth above, unless otherwise agreed to by the parties. Quoted prices are good for 30 days, unless accepted. Once accepted, the quoted prices are only good for ninety (90) days if the work has not commenced within 90-days from the date of acceptance, if due to no fault of AQUALIS. If work has not started within 90 days of the date of this agreement due to no fault of AQUALIS, AQUALIS reserves the right to adjust its prices, if necessary, or to terminate this agreement. The work will be performed by experienced AQUALIS technicians with job -specific safety training and equipment. If project calls for a wage adjustment (i.e. Prevailing Wage, Davis -Bacon, etc.), AQUALIS is to be notified in advance and will, if necessary, subsequently adjust the price to reflect the additional wage levels. Customer's failure to notify AQUALIS of prevailing wage requirements does not relieve Customer of its obligation for the increased wage requirements, and Customer shall be responsible for the same. TERMS OF PAYMENT: Invoice terms are Net 30. Past due balances are subject to a finance charge at the rate of 1.5% per month, or the maximum rate allowed by law. AQUALIS accepts checks and credit cards (VISA, MC, AMEX & DISCOVER are accepted and subject to a 4% processing fee). The extension of credit on open account is subject to the approval of AQUALIS Credit Department. Prices are subject to all applicable sales, excise, privilege, use and/or other Local, State or Federal taxes or fees, unless Customer provides AQUALIS with a current tax exemption certificate acceptable to the taxing authorities. Acceptance of this estimate creates a binding contract between the parties and is an express acceptance of the Terms and Conditions contained herein. The rights of the parties shall be governed exclusively by the Terms and Conditions herein. In the event of any conflict with any terms of any Customer purchase order, the Terms and Conditions of this estimate shall control. Acceptance shall occur when Customer signs this estimate or instructs AQUALIS to proceed with the work. AQUALIS shall have a reasonable period of time from acceptance of this estimate in which to begin and to complete its work. Customer warrants that AQUALIS will have adequate access to the site to perform its services. If access is different from what was represented to or observed by AQUALIS at the time of the estimate, additional charges may apply for the increased costs associated with gaining adequate access for AQUALIS to perform its work. AQUALIS shall not be responsible for moving and/or removing any personal property or contents within the premises, including items such as furniture and carpeting, unless otherwise agreed to in writing. AQUALIS shall not be responsible for any damage to Customer's property, real and 147 personal, except for that damage caused by the gross negligence of AQUALIS. With regard to duct cleaning, AQUALIS shall not be responsible for any deteriorated conditions of the ducts as of the date of cleaning or for any loose or improperly installed, connected and/or attached duct. AQUALIS will repair the same at additional cost. The scheduled performance of the services is subject to any priorities or allocation necessitated by any Governmental orders or regulations, the time and manner on the part of the Customer in supplying necessary data, changes to the services requested by Customer, and delays caused by, but not limited to, inaccessibility to the work site, fires, flood, acts of God, strikes, lockouts, riots, war, force majeure, breakdowns, accidents, civil or military authority, shortage of vehicles, fuel or other material, shortage of labor, delays caused by Customer, and any other cause beyond the reasonable control of AQUALIS. Delay resulting from any of the aforementioned causes shall proportionately extend the term of service hereunder. Customer shall be responsible for any and all loss or expense to AQUALIS occasioned by delays attributable to the Customer. Every effort will be made to provide the services within the time stated herein (if applicable), but in no event shall AQUALIS be responsible for any consequential, incidental, or punitive damages arising out of or relating to any delay in AQUALIS'S performance whatsoever. In the event of any breach by AQUALIS, Customer's sole and exclusive remedy shall be limited to the refund of any amounts paid to AQUALIS under this contract, and AQUALIS shall not be responsible for any consequential, incidental, special, or punitive damages. This contract contains the entire agreement and understanding, express or implied, between the parties with respect to the services to be provided. Any and all other agreements, oral or written, are hereby merged into and superseded by this contract. There are no other agreements which modify or affect the terms of this contract. No amendment hereto shall be binding unless the terms thereof are in writing and signed by both parties. No verbal or other agreements shall modify or affect this contract. AQUALIS warrants that the services performed hereunder shall be performed in a workmanlike manner consistent with applicable industry standards for work of this type for the following time periods: *All services shall have a 30-day labor warranty from date of completion of service* Any claims or legal action against AQUALIS arising out of or relating to this agreement must be made and filed within one (1) year of the date of this agreement. The obligations of AQUALIS under this warranty shall be limited to either 1) Redoing that portion of the work which is found not to meet industry standards for work of the type to be performed under this contract; or 2) issuing a credit to Customer in an amount equal to the cost to remedy the deficient work, provided that Customer gives AQUALIS prompt notice of the deficiency and an opportunity to inspect the same. It is expressly agreed that the remedies provided for herein shall be the sole and exclusive remedy under this warranty. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. THERE ARE NO OTHER EXPRESS OR IMPLIED WARRANTIES OTHER THAN THOSE CONTAINED HEREIN. This agreement shall be governed by laws of the State of Washington. Venue and jurisdiction shall be in Snohomish County, Washington. In the event of any legal action to enforce the terms of this agreement, AQUALIS shall be entitled to its attorney fees and costs, including fees of experts, regardless of whether or not suit is commenced. If any legal action is undertaken by AQUALIS to recover payment of any past due Invoice, the costs and attorney fees incurred by AQUALIS will, at AQUALIS'S sole discretion, be added to the amount due and will be the responsibility of Customer. Customer's right to trial by jury is hereby expressly waived. TO THE EXTENT THAT THE CUSTOMER IS A CORPORATION OR LIMITED LIABILITY COMPANY: BY ACCEPTING THE PROPOSAL, WHETHER BY WRITTEN SIGNATURE, EMAIL, FAX OR VERBAL AUTHORIZATION TO PROCEED, THE INDIVIDUAL OWNERS OF SAID CORPORATION OR COMPANY HEREBY ABSOLUTELY, UNCONDITIONALLY AND IRREVOCABLY PERSONALLY GUARANTEE TO AQUALIS THE FULL AND PROMPT PAYMENT OF CUSTOMER'S ACCOUNT. THE OBLIGATIONS OF CUSTOMER AND GUARANTOR(S) SHALL BE JOINT AND SEVERAL. SIGNATURES, OR OTHER INDICATION OF ACCEPTANCE, WITH CORPORATE DESIGNATIONS SHALL NOT NULLIFY THE GUARANTOR'S PERSONAL LIABILITY 148 CREATED HEREIN. If applicable, a "Notice to Customer, Model Disclosure Statement" ("Notice') is submitted with this estimate and, upon acceptance of this estimate, Customer shall sign the Notice prior to AQUALIS starting work. 149 Department of Labor and Industries Contractor Registration Business Name: AQUALIS Disclosure Statement Notice to Customers This contractor is registered with the state of Washington, registration no. _INNOV**803M1 has posted with the state a bond or deposit of $ 30,000.00 for the purpose of satisfying claims against the contractor for breach of contract including negligent or improper work in the conduct of the contractor's business. The expiration date of this contractor's registration is 7/21/2026 THIS BOND OR DEPOSIT MIGHT NOT BE SUFFICIENT TO COVER A CLAIM THAT MIGHT ARISE FROM THE WORK DONE UNDER YOUR CONTRACT. This bond or deposit is not for your exclusive use because it covers all work performed by this contractor. The bond or deposit is intended to pay valid claims up to $ 30,000.00 that you and other customers, suppliers, subcontractors, or taxing authorities may have. FOR GREATER PROTECTION YOU MAY WITHHOLD A PERCENTAGE OF YOUR CONTRACT You may withhold a contractually defined percentage of your construction contract as retainage for a stated period of time to provide protection to you and help insure that your project will be completed as required by your contract. YOUR PROPERTY MAYBE LIENED. If a supplier of materials used in your construction project or an employee or subcontractor of your contractor or subcontractors is not paid, your property may be liened to payment and you could pay twice for the same work. FOR ADDITIONAL PROTECTION, YOU MAY REQUEST THE CONTRACTOR TO PROVIDE YOU WITH ORIGINAL "LIEN RELEASE" DOCUMENTS FROM EACH SUPPLIER OR SUBCONTRACTOR ON YOUR PROJECT The contractor is required to provide you with further information about lien release documents if you request it. General information is also available from the state Department of Labor and Industries. I have received a copy of this disclosure statement. Dated this day of of the year Signature of Customer The contractor must retain a signed copy of this disclosure statement in his or her files for a minimum of three years and produce a signed or electronic signature copy of the disclosure statement to the department upon request. For more information, please refer to RCW 18.27.114. F625-030-000 Disclosure Statement Notice to Customer 12-2015 150 Ali PACE A Verdantas Company -1,300 LE 12" VVATER INSTALL OUTSIDE MLKJr PAVED ROADWAY Figure 1 S Ryan St to S 114th St Ryan Hill Utility Improvements STORM DRAINAGE STUDY AND IMPROVEMENTS 151 I& PACE A Verdantas Company 152 UP TO 750 LF SEWER CONDITION ASSESSMENT. REHAB OR ABANDONMENT. PUBLIC OUTREACH. +/- 18 CONNECTED HOMES UP TO 520 LF SEWER CONDITION ASSESSMENT. REHAB OR ABANDONMENT. PUBLIC OUTREACH. +/- 12 CONNECTED HOMES Figure 2 S 141st St to S 147th St Ryan Hill Utility Improvements 4 ADA RAMP REPLACEMENTS 600 LF NEW WATER 4 ADA RAMP REPLACEMENTS 4 ADA RAMP REPLACEMENTS A PACE A Verdantas Company Figure 3 SR 599 Ryan Hill Utility Improvements 153 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6 G Agenda Item Sponsor David Baua.Project Manager Public Works Department Legislative History April 27.2028 Transportation & Infrastructure Services Committee May 4.2O26 Regular Meeting Consent Agenda Recommended Motion [] Oinoueeinn Only 0 Action Requested MOVE TO authorize the mayor to execute contract with KBA Inc. in the amount of$674.180.0Ofor the Interurban Avenue South Overlay Interurban Avenue South OverlayProject—Comstruction Management Contract EXECUTIVE SUMMARY The Interurban Avenue South Overlay Project viUreh8bi|it8te@pprOxim8te|y2.25mi|eSOf8rteh8| roadway that experiences heavy truck traffic and high vehicle volumes. Construction will include asphalt pavement grinding and overlay, upgrades to traffic signal detection systems, and ADA curb ramp replacements. Professional construction management services are required to ensure that the projectie delivered afhoienUy, aofe|y, and in compliance with state and federal requirements. Staff ia requesting this item beforwarded tuthe May 4thRegular Meeting Consent Agenda. DISCUSSION City staff iSSU8d @ R8OUeS1 for QU8|hiCGtODS seeking COOSUh@DL support for CODStRJCUOO Dl8O80eOO8OL. iOSp8CLiOO' Dl8t8[i@|S COOndiD81iOO, COOtn8Ct 3dOOiOiSt[8[iOD' and public OUt[HGCh for the UpCODliOg overlay project. 88ven3|firmSSubmitt8dGtGt8mn8ntGOf(]u@|ifiC8UOnS.vvhiChvv8re evaluated based 0n 8Xp8ri8OC8' staff capabilities, understanding of the project, and ability to support City Obi9C[iV8S. KB/\, Inc. was identified 8Sthe firm best suited tOsupport this project. FINANCIAL IMPACT Complete for all items with fiscal implications Disclaimer: Final terms and scope of work subject to review by the City Attorney [] Expenditure -Budgeted []ExpendiLune-Unbudgeted EXDeDddU[9S: Fund Source: $074'180 F|8venuee(ifopp|ioab|e): NHS Asset MgmntGrant $07418U ' 0 Expenditure -Grant-Funded URevenue —One-Time (e.g. aaaetao|e.aurp|ueequiprnenU ORevenue-[)nQoinQ �O - Contractor (if applicable) KB/\ Inc. Scope ofWork Construction Management Services for Interurban Overlay Project 154 Amount $674,180 Duration 12/31/2027 Additional Comments: N/A ATTACHMENTS • KBA Contract • C I P Page • WSDOT Asset Management Award Letters • Minutes from 04/27/26 Transportation & Infrastructure Services Committee Meeting - to be distributed separately https://tukwilawa.sharepoint.com/sites/clerksintranet/Council Agenda Items/04-27 TIS Committee/5. Interurban Overlay - CM Contract/Agenda Bill - KBA Contract.docx 155 Local Agency A&E Professional Services Negotiated Hourly Rate Consultant Agreement Agreement Number: Firm/Organization Legal Name (do not use dba's): KBA, INC. Address 11201 SE 8th St STE 160, Bellevue, WA 98004 Federal Aid Number NHPP 1391(004) UBI Number 601-426-427 Federal TIN 91-181416 Execution Date Completion Date 12.31.27 1099 Form Required Yes N Federal Participation ri Yes ❑ No Project Title Interurban Avenue S Overlay Description of Work Interurban avenue is an arterial varying between two lanes and five lanes. The project limits extend from approximately 100' south of East Marginal way S to 100' north of S 143rd St. The project is approximately 2.25 miles including 9 signalized intersections, 10 unsignalized intersections and numerous driveway approaches. Due to heavy vehicle traffic and high traffic volumes the asphalt pavement has deteriorated to various degrees and requires rehabilitation. Some ADA ramps and pedestrian push buttons within the project footprint appear to not meet current ADA requirements and will require replacement and/or maximum extents feasible documentation. Traffic loops within the grind and overlay limits will require replacement or upgrades to video detection. This contract will provide construction management services for the Interurban Overlay Project Yes ■ No DBE Participation Maximum Amount Payable: 674,180.00 Yes 0 No MBE Participation Yes 0 No WBE Participation El Yes ■® No SBE Participation Index of Exhibits Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit I Exhibit J Scope of Work DBE Participation Preparation and Delivery of Electronic Engineering and Other Data Prime Consultant Cost Computations Sub -consultant Cost Computations Title VI Assurances Certification Documents Liability Insurance Increase Alleged Consultant Design Error Procedures Consultant Claim Procedures Local Agency A&E Professional Services Agreement Number Ated Hourly Rate Consultant Agreement Revised 07/30/2022 Page 1 of 14 THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Tukwila hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the "SERVICES;" and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and perfouuance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: 1. General Description of Work The work under this AGREEMENT shall consist of the above -described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub -consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. II. General Scope of Work The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. III. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2022 Page 2 of 141 57 Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is, a DBE certified film they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. In the absence of a mandatory DBE goal, a voluntary SBE goal amount of ten percent of the Consultant Agreement is established. The Consultant shall develop a SBE Participation Plan prior to commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms (including Prime) involved with this AGREEMENT into the wsdot.diversitycompliance.com program. Payment information shall identify any DBE Participation. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C — Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring, as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below: If to AGENCY: If to CONSULTANT: Name: David Baus Agency: City of Tukwila Address: 6200 Southcenter Boulevard City: Tukwila State: WA Zip: 98188 Email: David.Baus@TukwilaWA.gov Phone: 206.419.1898 Facsimile: Name: Cameron Bloomer Agency: KBA Address: 11201 SE 8th St STE 160 City: Bellevue State: WA Zip: 98004 Email: CBloomer@KBACM.com Phone: 206.819.7148 Facsimile: IV. Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall conform to the criteria agreed upon detailed in the AGREEMENT documents. These SERVICES must be completed by the date shown in the heading of this AGREEMENT titled "Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. Local Agency A&E Professional Services Agreement Number Ne45$ted Hourly Rate Consultant Agreement Revised 07/30/2022 Page 3 of 14 V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). A. Hourly Rates: Hourly rates are comprised of the following elements - Direct (Raw) Labor, Indirect Cost Rate, and Fee (Profit). The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibits "D" and "E" attached hereto and by reference made part of this AGREEMENT. These negotiated hourly rates will be accepted based on a review of the CONSULTANT's direct labor rates and indirect cost rate computations and agreed upon fee. The accepted negotiated rates shall be memorialized in a final written acknowledgment between the parties. Such final written acknowledgment shall be incorporated into, and become a part of, this AGREEMENT. The initially accepted negotiated rates shall be applicable from the approval date, as memorialized in a final written acknowledgment, to 180 days following the CONSULTANT's fiscal year end (FYE) date. The direct (raw) labor rates and classifications, as shown on Exhibits "D" and "E" shall be subject to renegotiations for each subsequent twelve (12) month period (180 days following FYE date to 180 days following FYE date) upon written request of the CONSULTANT or the AGENCY. The written request must be made to the other party within ninety (90) days following the CONSULTANT's FYE date. If no such written request is made, the current direct (raw) labor rates and classifications as shown on Exhibits "D" and "E" will remain in effect for the twelve (12) month period. Conversely, if a timely request is made in the manner set forth above, the parties will commence negotiations to determine the new direct (raw) labor rates and classifications that will be applicable for the twelve (12 month period. Any agreed to renegotiated rates shall be memorialized in a final written acknowledgment between the parties. Such final written acknowledgment shall be incorporated into, and become a part of, this AGREEMENT. If requested, the CONSULTANT shall provide current payroll register and classifications to aid in negotiations. If the parties cannot reach an agreement on the direct (raw) labor rates and classifications, the AGENCY shall perform an audit of the CONSULTANT's books and records to determine the CONSULTANT's actual costs. The audit findings will establish the direct (raw) labor rates and classifications that will applicable for the twelve (12) month period. The fee as identified in Exhibits "D" and "E" shall represent a value to be applied throughout the life of the AGREEMENT. The CONSULTANT shall submit annually to the AGENCY an updated indirect cost rate within 180 days of the close of its fiscal year. An approved updated indirect cost rate shall be included in the current fiscal year rate under this AGREEMENT, even if/when other components of the hourly rate are not renegotiated. These rates will be applicable for the twelve (12) month period. At the AGENCY's option, a provisional and/or conditional indirect cost rate may be negotiated. This provisional or conditional indirect rate shall remain in effect until the updated indirect cost rate is completed and approved. Indirect cost rate costs incurred during the provisional or conditional period will not be adjusted. The CONSULTANT may request an extension of the last approved indirect cost rate for the twelve (12) month period. These requests for provisional indirect cost rate and/or extension will be considered on a case -by -case basis, and if granted, will be memorialized in a final written acknowledgment. The CONSULTANT shall maintain and have accessible support data for verification of the components of the hourly rates, i.e., direct (raw) labor, indirect cost rate, and fee (profit) percentage. The CONSULTANT shall bill each employee's actual classification, and actual salary plus indirect cost rate plus fee. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2022 Page 4 of 141 59 A. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the actual cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges, and fees of sub -consultants. Air or train travel will be reimbursed only to lowest price available, unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the WSDOT's Accounting Manual M 13-82, Chapter 10 — Travel Rules and Procedures, and all revisions thereto. Air, train, and rental card costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -salary Costs shall include an itemized listing of the charges directly identifiable with these SERVICES. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the STATE upon request. All above charges must be necessary for the SERVICES provided under this AGREEMENT. B. Maximum Amount Payable: The Maximum Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one (1.) The Maximum Amount Payable does not include payment for extra work as stipulated in section XIII, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. C. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in A and B above. Detailed statements shall support the monthly billings for hours expended at the rates established in Exhibit "D," including names and classifications of all employees, and billings for all direct non -salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT's employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the SERVICES at the time of the interview. D. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the SERVICES under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data, and other related documents, which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. Per WSDOT's "Audit Guide for Consultants," Chapter 23 "Resolution Procedures," the CONSULTANT has twenty (20) working days after receipt of the final Post Audit to begin the appeal process to the AGENCY for audit findings E. Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and /or at the request of the AGENCY's Project Manager. Local Agency A&E Professional Services Agreement Number Neted Hourly Rate Consultant Agreement Revised 07/30/2022 Page 5 of 14 VI. Sub -Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub -consultant, any contract or any other relationship. Compensation for this sub -consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub -consultant shall not exceed its maximum amount payable identified in each sub consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non -salary costs and fee costs for the sub -consultant shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be memorialized in a final written acknowledgment between the parties All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub -consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT, sub -recipient, or sub -consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this agreement. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he/she will be working on this AGREEMENT for the CONSULTANT. Agreement Number: Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2022 Page 6 of 141 6 VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub -consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 • Civil Rights Restoration Act of 1987 (Public Law (42 U.S.C. Chapter 21 Subchapter V § 100-259) 2000d through 2000d-4a) • American with Disabilities Act of 1990 (42 • Federal -aid Highway Act of 1973 (23 U.S.C. Chapter 126 § 12101 et. seq.) U.S.C. Chapter 3 § 324) • 23 CFR Part 200 • Rehabilitation Act of 1973 • 49 CFR Part 21 (29 U.S.C. Chapter 16 Subchapter V § 794) • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) • 49 CFR Part 26 • RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964,.the CONSULTANT is bound by the provisions of Exhibit "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT, plus any direct non -salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason, that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. Local Agency A&E Professional Services Agreement Number N4 ted Hourly Rate Consultant Agreement Revised 07/30/2022 Page 7 of 14 The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X. Changes of Work The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under section XIII `Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J". In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. XII. Legal Relations The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold the State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2022 Page 8 of 141 63 to defend or indemnify the STA1L and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub -consultants, subcontractors or vendors, of any tie , or any other persons for whom the STATE and /or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b) the STA1`E and/or AGENCY, their agents, officers, employees, sub -consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and/or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub -consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, infoiuiation or other items furnished or communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary infoiivation, know-how, copyright rights or inventions resulting from STATE and/or AGENCY's, their agents', officers and employees' failure to comply with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and employees by the CONSULTANT, its agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any deteiiuination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and/or the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The Parties have mutually negotiated this waiver. Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of 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. Local Agency A&E Professional Services Agreement Number Nested Hourly Rate Consultant Agreement Revised 07/30/2022 Page 9 of 14 Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub - consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non- contributory and any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub -consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to: Name: David Baus Agency: City of Tukwila Address: 6200 Southcenter Boulevard City: Tukwila State: WA Zip: 98188 Email: David.Baus@TukwilaWA.gov Phone: 206.419.1898 Facsimile: No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2022 Page 10 of 14165 XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM," under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the Agency Attached hereto as Exhibit "G-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "G-4" Certificate of Current Cost or Pricing Data. Exhibit "G-3" is required only in AGREEMENTS over one hundred thousand dollars ($100,000.00) and Exhibit "G-4" is required only in AGREEMENTS over five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements" prior to its performance of any SERVICES under this AGREEMENT. XVII. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. Local Agency A&E Professional Services Agreement Number Netted Hourly Rate Consultant Agreement Revised 07/30/2022 Page 11 of 14 XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state, or federal statutes ("State's Confidential Information"). The "State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non-public Specifications, STATE and AGENCY non -publicly available data, proprietary software, STATE and AGENCY security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub - consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub -consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or (ii) returned all of the State's Confidential Information to the AGENCY; or (iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained, and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Violation of this section by the CONSULTANT or its sub -consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential. Information, monetary damages, or penalties It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information, which is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2022 Page 12 of 14167 The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT, or (b) as soon as such confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub -consultant of any AGENCY communication regarding disclosure that may include a sub -consultant's proprietary and/or confidential information. The CONSULTANT notification to the sub -consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub -consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and/or sub -consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub - consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain, and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim, or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim, or audit continues past the six (6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored infoliiiation (`BSI"), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENTs, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. Local Agency A&E Professional Services Agreement Number Need Hourly Rate Consultant Agreement Revised 07/30/2022 Page 13 of 14 For purposes of this AGREEMENT, `ESP' means any and all computer data or electronic recorded media of any kind, including "Native Files", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and/or documentation stored in various software programs such as Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops, or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub -consultant at home. "Native files" are a subset of ESI and refer to the electronic foiuiat of the application in which such ESI is normally created, viewed, and /or modified The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub -consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. Signature Date Signature Date Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2022 Page 14 of 14169 Exhibit A Scope of Work Project No. See attached Exhibit A, Scope of Work. Local Agency A&E Professional Services Agreement Number Ne';a&Qtted Hourly Rate Consultant Agreement Revised 07/30/2021 KBA, Inc. [date] EXHIBIT A SCOPE OF SERVICES for Tukwila Interurban South Overlay KBA, Inc. (Consultant) will provide Construction Management (CM) services to City of Tukwila (Client), for the project known as Interurban Avenue S Overlay (Project). These services will include consultation, constructability review, contract administration, field observation, documentation, and material testing, as required during the construction of the Project, as detailed below. Project Description: This is an overlay and rehabilitation of Interurban Ave S. from approximately 100' south of East Marginal Way S to100' north of S 143rd St, approximately 2.25 miles. This includes 9 signalized intersections, 10 unsignalized intersections and numerous driveway approaches. This project also provides for upgrades to some ADA ramps and pedestrian push buttons that do not meet ADA requirements. Traffic loops within the grind and overlay limits will require replacement or upgrades to video detection. The Designer of Record on this Project is PSOMAS (Designer). I. CONSTRUCTION MANAGEMENT SERVICES A. Consultant Contract and Team Management: Provide overall day-to-day management of the Consultant contract and Team, including: 1. Decide on best modes and frequency of communication with Client and Designer. Liaison and coordinate with Client on a regular basis to discuss Project issues and status. 2. Manage Consultant Team, comprised of Consultant's staff and its subconsultants, if any. Organize and layout work for Consultant Team, 3. Review monthly expenditures and Consultant Team scope activities. Prepare and submit to Client monthly, an invoice and progress report describing services provided that period. Prepare and submit reporting required by funding source(s), if any. 4. Communication on Consultant contractual issues will be with the Client. Communication on day-to-day construction activities and issues will be directly between the Consultant and the Owner. The Client will be an active member of the Project Team, consulted on design issues, and will be provided with information affecting Project progress. Deliverables • Monthly invoices and progress reports • Reporting required by funding source(s), if any B. Design -Phase Constructability Review 1. Site Visit. A plans -in -hand site visit to acquaint Consultant with the Project and site. 2. Advise Designer as requested, on challenging constructability issues. 3. Constructability Reviews: Participate in Constructability reviews at the following milestones: c. 100% Stage Review CAUsers\David-BWppDala\Local\Microsoft\Windows\INetCache\ContenLoutlook\MCKLE3W3\B26139o1_Scope_v1 _JC.docx 1 of 7 171 KBA, Inc. [date] i. Final Review of 100% Plans, Project Manual/Contract Provisions and Preliminary Engineer's Estimate, prior to going to Ad. ii. Provide a Working Days estimate to advise Client of recommended number of contract Working Days for the project. Deliverables • 100% stage letter report • Work Days schedule and summary report C. Preconstruction Services 1. Review Contract Documents to familiarize team with Project requirements. 2. Prepare and facilitate a Construction Management Kickoff Meeting) for the Project. The CM Plan will be developed based on the Consultant's boilerplate document and modified to adapt to and include Client and Owner practices and funding agency requirements, including forms to be used on the Project. Submit to Client for review and comment and finalize based on those comments. The Kickoff Meeting 3. will cover at least the following: a. Communication and coordination between the CM Team, Designer, Client and other stakeholders b. Project procedures and forms c. Submittal and RFI workflows 4. If requested, assist Client in checking and analyzing bids and bidders. 5. Organize and lead preconstruction conference: a. Prepare and distribute notices. b. Prepare agenda. c. Conduct the meeting. d. Prepare and distribute meeting notes to attendees and affected agencies. 6. Provide one set of preconstruction photographs. Deliverables • Construction Phase Kickoff Meeting • Preconstruction Conference Notice, Agenda, and Notes • Preconstruction photos, digital files on electronic storage medium D. Construction Phase Services — Contract Administration 1. Liaison with the Client, construction contractor, Designer, appropriate agencies, adjacent property owners, and utilities. 2. In concurrence with Progress Estimates, provide the Client with brief construction progress reports, highlighting progress and advising of issues that are likely to impact cost, schedule, or quality/scope. 3. Schedule Review: a. Review construction contractor's schedules for compliance with Contract Documents. b. Monitor the construction contractor's conformance to schedule and request revised schedules when needed. Advise Client of schedule changes. 4. Progress Meetings. Lead regular (usually weekly) progress meetings with the construction contractor, including Client pre -briefing. Prepare weekly meeting agenda and meeting notes and distribute copies to attendees. Track outstanding issues on a weekly basis. C AUsers\David-BWppData\Local\Microsoft\Windows\I NetCache\Content.outlook\MCKLE3 W3\B2613901 _Scope_v1 _JC.docx 2 of 7 172 KBA, Inc. [date] 5. Manage Submittal Process. Track and review, or cause to be reviewed by other appropriate party, work plans, shop drawings, samples, test reports, and other data submitted by the construction contractor, for general conformance to the Contract Documents. 6. Record of Materials. Prepare and maintain records of material compliance documentation received and advise Client of any known deficiencies. 7. Prepare weekly statement of working days and distribute to the Client and Contractor. 8. Manage RFI (Request for Information) process. Track and review/evaluate or cause to be reviewed/evaluated by other appropriate party, RFIs. Manage responses to RFIs. 9. Change Management. Evaluate entitlement, and prepare scope, impact, and independent estimate for change orders. Facilitate resolution of change orders. 10. Monthly Pay Requests. Prepare monthly progress estimates for payment. Review payment requests submitted by construction contractor for comparison and reconcile differences. Review with Client and construction contractor and recommend approval, as appropriate. a. Evaluate construction contractor's Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the Contract Documents. 11. Notify construction contractor of work found in noncompliance with the requirements of the contract. 12. Assist the Client in the investigation of malfunctions or failures observed during construction. 13. Public Information. Provide information for Client to prepare media communications and public notices on Project status. Provide information for Client's inclusion into a Project website and/or newsletter, if requested. 14. Record Drawings. Review not less than monthly, the construction contractor's redline set of contract plans. Maintain a CM Team set of conformed drawings tracking plan changes, location of discovered anomalies and other items, as encountered by Consultant Team. Use these markups to check the progress of the Contractor -prepared Record Drawings. 15. Document Control. Establish and maintain document filing and tracking systems that meet the funding agency requirements. Collect, organize, and prepare documentation on the Project. a. Electronic documentation will be stored in a Project Website, using Autodesk Forma (Forma), managed and hosted by the Consultant. The Client will be provided with licenses for their and the construction contractor's use of the Forma website during the Project. Consultant will provide training sessions for the Client and construction contractor users of the Forma website, and ongoing support, as needed. b. The Forma Project website will transition to "read-only" access upon expiration of the Agreement, or upon project completion and transfer of final records, whichever occurs first. The transfer of final records will include a digital copy of the files stored on the Forma Project website. Access to the Forma website will expire 60 days after the transference of final records. 16. Project Closeout. If requested, prepare or assist with preparation of Certificate Letters of Substantial, Physical, and Final Completion for Client approval and signature, to include punch list. Prepare final pay estimate for Client approval and processing. 17. Final Records. Compile and convey final Project records, transferring to the Client for its archiving at final acceptance of the Project. Should Consultant's work end prior to full completion of the Project, its records will be transferred to the Client prior to departure from the Project. Records will be on electronic storage medium. Deliverables C AUsers\David-BWppData\Local\Microsoft\Windows\I NetCache\Content.Cutlook\MCKLE3 W3\B2613901 _Scope_v1 _JC.docx 3 of 7 173 KBA, Inc. [date] • Schedule Review Comments • Meeting Agendas and Notes • Submittal Log • Record of Materials • RFI Log • Change Order(s) • Progress Pay Requests • Certificate Letters of Completion • Final records — hard copy and electronic E. Construction Phase Services — Field 1. Observe the technical conduct of the construction, including providing day-to-day contact with the construction contractor, Client, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1-05.1 and 1-05.2 of the WSDOT/APWA Standard Specifications. 2. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes. Advise the Client of any non -conforming work observed during site visits. 3. Prepare Inspector Daily Reports (IDRs), recording the construction contractor's operations as actually observed by the Consultant; includes estimated quantities of work placed that day, contractor's equipment and crews, photos of work performed, and other pertinent information. 4. Interpret Construction Contract Documents, in coordination with Designer. 5. Evaluate and report to Client issues that may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. 6. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. 7. Coordinate with permit holders on the Project to monitor compliance with approved permits, if applicable. 8. Prepare field records, daily reports of force account worked, and other payment source documents to help facilitate administration of the Project in accordance with funding agency requirements. 9. Attend and actively participate in regular on -site meetings. 10. Take periodic digital photographs during the course of construction Punch List. Upon substantial completion of work, coordinate with the Client and affected agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. 11. Testing. Conduct or cause to be conducted, materials and laboratory tests. Coordinate the work of the Field Representative(s) and testing laboratories in the observation and testing of materials used in the construction; document and evaluate results of testing; and inform Client and construction contractor of deficiencies. Deliverables • IDRs with Project photos — submitted on a weekly basis • Field Note Records and Daily Reports of Force Account Worked • Additional Project photos not included in IDRs • Punch List(s) • Test reports CAUsers\David-BWppDala\Local\Microsoft\Windows\INetCache\Content.Outlook\MCKLE3W3\B2613901_Scope_v1 _JC.docx 4 of 7 174 KBA, Inc. [date] F. Assumptions 1. Budget: a. Staffing levels are anticipated in accordance with the attached budget estimate. This estimate is intended to span the originally planned construction duration of 126 contractor working days, plus time allotted for the 100% Constructability Review and Project setup and closeout. b. Consultant will work up to the limitations of the authorized budget. If additional budget is needed to cover instances, including but not limited to the following, Client and Consultant will negotiate a Supplement to this Agreement: i. The contractor's schedule requires inspection coverage of extra crews and shifts. ii. The construction contract runs longer than the time period detailed above. iii. Any added scope tasks. iv. Adjustment of Consultant Indirect Cost Rate (ICR) percentage pursuant to the terms as outlined in Section V of the LAG Agreement. c. The work is anticipated to be performed during daytime hours. Should night work be necessary, a 15 percent differential for labor will be applied to all night shift hours worked by Consultant's employees. d. The budget allocations shown in Exhibit B are itemized to aid in Project tracking purposes only. The budget may be transferred between tasks or people, or between labor and expenses, provided the total contracted amount is not exceeded without prior authorization. e. The budget assumes that Consultant's standard forms, logs, and processes will be used on the Project Forma website. Any customization to meet specialized Client requirements will be Extra Work. f. Should Consultant's level of effort extend beyond the time period detailed in the attached Exhibit B - Estimate, and into a new year, labor rates will adjust annually on January 1, with 30-day written notice to Agency. 2. Items and Services Client will provide and maintain: a. Meeting arrangements and facilities for pre -bid and preconstruction meetings. Prepare and distribute meeting notes from pre -bid meeting(s), if any. b. Office for the Resident Engineer and Inspector, including: i. Workstations for 2 staff: 1. Desk (48" L x 24" W accepted, 60" L x 24" W preferred) 2. Ergonomic chair with five -leg stable base, adjustable height, lumbar support and adjustable arm rests ii. Use of a combination printer/copier/scanner machine with these capabilities: 11x17 size, color, and of business quality iii. Internet connectivity that supports a download speed of at least 500Mbps, and minimum upload speed of 50 Mbps connectivity iv. utilities and sanitary facilities c. Retain Engineer of Record for shop drawing review, RFIs, design changes, and final record drawings. d. Coordination with and enforcement of utility franchise agreements and/or contracts and schedules for services related to this Project. e. Verify that the required permits, bonds, and insurance have been obtained and submitted by the construction contractor. Obtain all permits not required to be provided by construction contractor. CAUsers\David-BWppDala\Local\Microsoft\Windows\INetCache\ContenLoutlook\MCKLE3W3\B2613901_Scope_v1 _JC.docx 5 of 7 175 KBA, Inc. [date] f. Construction Survey. Provide project control survey and staking that is not already assigned to the construction contractor. 3. Scope: a. The Autodesk Forma Project website being used for this Project is proprietary to the Consultant (KBA, Inc.), and may not be used by any other party or on any other project without the written permission and involvement of KBA, Inc. b. Constructability Review of design documents will be for constructability, for general conformance with the design concept, and for contradictions and inconsistencies between the various parts of the design documents. This review will not include review of the accuracy or completeness of details, such as quantities, dimensions, weights, gauges, or fabrication processes; and will not include quantity takeoffs. c. Consultant will provide observation services for the days/hours that its' Inspector(s) personnel is/are on -site. The Inspector(s) will not be able to observe or report construction activities, or collect documentation, during the time they are not on -site. d. The Consultant's monitoring of the construction contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non -conforming work and pursue the other remedies in the interests of the Client, as detailed in the Contract Documents. The Consultant cannot guarantee the construction contractor's performance, and it is understood that Consultant shall assume no responsibility for proper construction means, methods, techniques, Project site safety, safety precautions or programs, or for the failure of any other entity to perform its work in accordance with laws, contracts, regulations, or Client's expectations. e. Definitions and Roles. The use of the term "inspect" in relation to Consultant services is synonymous with "construction observation," and reference to the "Inspector" role is synonymous with "Field Representative," and means: performing on -site observations of the progress and quality of the Work and determining, in general, if the Work is being performed in conformance with the Contract Documents; and notifying the Client if Work does not conform to the Contract Documents or requires special inspection or testing. Where "Specialty Inspector" or "specialty inspection" is used, it refers to inspection by a Building Official or independent agent of the Building Official, or other licensed/certified inspector who provides a certified inspection report in accordance with an established standard. f. Review of Shop Drawings, samples, and other submittals will be for general conformance with the design concept and general compliance with the requirements of the contract for construction. Such review will not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. Any opinions of probable construction cost provided by the Consultant will be on the basis of experience and professional judgment. However, since Consultant has no control over competitive bidding or market conditions, the Consultant cannot and does not warrant that bids or ultimate construction costs will not vary from these opinions of probable construction costs. h. Quantity takeoffs and calculated quantities are for the purpose of comparing with Designer's and/or bidders' quantities and are not a guarantee of final quantities. i. Development of construction schedules and/or sequencing, and/or reviewing and commenting on contractor's schedules, is for the purpose of estimating number of days to complete a project, for identifying potential schedule and coordination challenges, and determining compliance with the construction contract. It is not a guarantee that a g. CAUsers\David-BWppDala\Local\Microsoft\Windows\INetCache\ContenLoutlook\MCKLE3W3\B2613901_Scope_v1 _JC.docx 6 of 7 176 KBA, Inc. [date] J• construction contractor will complete the Project in that sequence or timeline, as means and methods are the responsibility of the construction contractor. Consultant is not responsible for any costs, claims or judgments arising from or in any way connected with errors, omissions, conflicts or ambiguities in the Contract Documents prepared by others. The Consultant does not have responsibility for the professional quality or technical adequacy or accuracy of the design plans or specifications, nor for their timely completion by others. k. RCW 4.24.115 is applicable to Consultant's services provided under this Agreement. I. Consultant's insurance carrier provides coverage on ISO equivalent endorsement forms. m. Services provided by the Consultant under this Agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances, in the same geographical area and time period. n. Nothing in the Agreement is intended to create, nor shall it be construed to create, a fiduciary duty owed by either party to the other. Consultant makes no warranties, guarantees, express or implied, under this Agreement or otherwise in connection with Consultant's services. o. Client agrees that Consultant will not be held liable for the completeness, correctness, readability, or compatibility of any electronic media submitted to Client, after an acceptance period of 30 days after delivery of the electronic files, because data stored on electronic media can deteriorate undetected or can be modified without Consultant's knowledge. p. Consultant will not be liable for any damage to the field office premises or utilities provided by Client, unless caused by Consultant's own negligence. q. To comply with Article XIX. Protection of Confidential Information of the LAG Agreement, Prime Consultant shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential Information r. Regarding Article XIX. Protection of Confidential Information, of the LAG Agreement, KBA will perform services under the following assumptions, and such assumptions are assumed acceptable to the AGENCY and the STATE: The AGENCY and/or the STATE will identify each and any item considered to be "State's Confidential Information" as "confidential", as detailed below. Any information received by CONSULTANT that is not so labeled, will be assumed by CONSULTANT to not be "State's Confidential Information". CONSULTANT will return all items pre -identified as State's Confidential Information to the AGENCY, and will not be required to take any other steps to protect that information. II. OPTIONAL SERVICES All services not detailed above, are considered Optional Services, which, along with any other Extra Work requested by the Client, will be performed only when a mutually negotiated Supplement to this Agreement is executed, specifying scope of services and budget. CAUsers\David-BWppDala\Local\Microsoft\Windows\INetCache\ContenLoutlook\MCKLE3W3\B26139o1_Scope_v1 _JC.docx 7 of 7 177 Exhibit B DBE Participation Plan In the absents of a mandatory DBE goal, a voluntary SBE goal amount of ten percent of the Consultant Agreement is established. The Consultant shall develop a SBE Participation Plan prior to commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. There is no contractual SBE/DBE goal assigned. In accordance with our corporate SBE plan, KBA has reviewed the contract for opportunities to utilize SBE subconsultants, and identified materials testing and special inspections, as well as any additional public outreach if the City desires. KBA will utilize SBE HWA GeoSciences for all materials testing/special inspection needs, and CivilAir Engineers for additional public outreach. This may or may not total 10%. Local Agency A&E Professional Services Agreement Number Ne 7&ated Hourly Rate Consultant Agreement Revised 07/30/2021 Exhibit C Preparation and Delivery of Electronic Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: 1. Surveying, Roadway Design & Plans Preparation Section A. Survey Data N/A B. Roadway Design Files N/A C. Computer Aided Drafting Files N/A Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 1l9 D. Specify the Agency's Right to Review Product with the Consultant See Scope of Work, Exhibit A E. Specify the Electronic Deliverables to Be Provided to the Agency See Scope of Work, Exhibit A F. Specify What Agency Furnished Services and Information Is to Be Provided See Scope of Work, Exhibit A Local Agency A&E Professional Services Agreement Number Neted Hourly Rate Consultant Agreement Revised 07/30/2021 II. Any Other Electronic Files to Be Provided See Scope of Work, Exhibit A M. Methods to Electronically Exchange Data See Scope of Work, Exhibit A Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 181 A. Agency Software Suite See Scope of Work, Exhibit A B. Electronic Messaging System See Scope of Work, Exhibit A C. File Transfers Format See Scope of Work, Exhibit A Local Agency A&E Professional Services Agreement Number Neted Hourly Rate Consultant Agreement Revised 07/30/2021 Exhibit D Prime Consultant Cost Computations See attached: - Cost computations - Billing Rates - ICR letter Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 183 1 Tukwila Interurban Ave S Overlay City of Tukwila Hours Estimate EXHIBIT B - Page 2 4/19/2016 KBA HOURS PROJECT DURATION: WORKING DAYS: Paul Garrett Cameron Bloomer Jill Carter T1i5 J '$ d1U§i1Tt9$ Resident Engineer Inspector Project Controls Sr Project Controls �7A ;,'; 9OJ $Id 4notruot8o n W Tyler Davis Tyler Davis - N5 Joe Reed Principal -in -Charge Project Manager Project Analyst Tyler Davis Joe Reed Jay Montane, Erica Dougherty Joe Reed - NS Resident Engineer Resident Engineer - NS Inspector Inspector - NS Mono Project Controls Sr. Project Controls SUBCONSULTANTS Firm Na1Re �k- EXPENSES Description SUV4 Door Assumes 6% Annual Escalatio S.ecial Use 4 Door SUV Assumes 6%Annual Escalatio ESTIMATED PROJECT TOTAL TAsg. "O`I.Oc, ?, Paul Garrett Cameron Bloomer Jill Carter Tyler Davis Joe Reed Jay Montane, Erica Dougherty Principal -in -Charge Project Manager Project Analyst comity Resident Engineer Inspector Project Controls Sr Project Controls TASK ,',,,r03, Cone$net1hn Manage Tyler Davis Tyler Davis - NS Joe Reed Joe Reed - NS TAsK Jay Montane, Erica Dougherty Subtotal Direct Salary Cost Resident Engineer Resident Engineer- NS Inspector Inspector - NS Project Controls Sr. Project Controls Total Overhead Cost at Home Rate Total Overrhead Cost at Field Rate 5ub al OS Total Fee For Profit Home Staff @12% DSC+0H Total Fee for Profit Field Staff @ 12% DSC+OH Subtotal Fee for Profit Total Loaded tabor Cost KBA Invoice N. Esti sated Estimated Estimated Estimated Estimated Estimated ;'rrdnMsl8W lrt?03 pt1' ';1' Cr'q,t�H560pto'Y 9odraf9�i,;1 jT;s d'�GL»iM'I KOMPIEDI $ 9077 $ 11,463 3,140.50 10,16640 2,89690 13,80000 2,795 20 2,01600 121S00 77,235.00 1,44900 83,60094 3,37520 5,134 S0 6,3949 72,609 240,439 14,420 48,737 20,540 64,215 JUL AUG SEP OCT NOV DEC 2026 2026 2026 2026 2026 2026 21 21 23 18 22 47 70 75 176 168 168 184 144 176 12% 12% 12M, 10% 710 0% z1 28 zo 18 10 JUL 2026 $ 5000 $ 2,400 AUG 2026 $ 7,500 SEP 2026 500 600 OCT NOV 2026 2026 DEC 2026 $ 7,400 $ 7,500 $ 14,100 $ 5,215 $ - $ - JUL AUG SEP OCT NOV DEC 2026 2026 2026 2026 2026 2026 45.70 368.74 $ 1,452 $ 1,733 $ 714 $ 3,185 $ 7,452 $ 7,733 90 862 MEM $ 3,185 $ 3,452 $ 1,572 $ 69 JUL AUG SEP OCT NOV DEC 2026 220 768 77 $ 6,000 $ 1,677 $ 1,512 $ 405 $ 3,000 4 $ 2,795 $ 630 $ 24 2026 2026 220 768 77 $ G30 $ 648 $ 17,427 $ 28,180 7.75 $ 84 $ 220 $ 768 $ 177 $ 630 $ 648 28.180 2026 2026 2026 $ 220 $ 68 $ 7 $ 630 $ 729 $ 220 $ 768 $ 177 $ $ 6,600 $ 6,149 $ 630 $ 648 $ 110 $ 92 4 77 S 30440 S 15,192 5 $ 40 85 600 41 4 979 $ 871 $ 26,170 $ 41,085 $ 41,085 5 44,370 $ 22,234 $ 3,527 $ 1,705 $ 74 $ 7,57 $ 765 $ 8 $ 5,232 $ 8,313 $ 8,313 $ $ 48,829 $ 77,578 $ 77,578 $ $ 714 $ 7,400 $ 3,185 $ 7,500 85 4.100 4 74 75 849 8,978 5 4,492 S 371 83,789 $ 41,978 $ 3,461 $ 3,4 $ 5,215 $ 56,943 $ 88,263 $ 94,863 $ $ 1,57 4 - 92,456 S 43490 $ 3,530 Estimated Estimated Estimated Estimated Estimated Esti rated Estimated Estimated Estimated JAN FEB MAR 2027 2027 2027 21 20 22 168 0% 8 75 160 0% 8 75 176 0% 8 APR 2027 22 176 7% 16 16 16 230 8 88 0 MAY JUN JUL 2027 2027 2027 20 21 21 105 126 160 12% 306 80 9 40 168 123 283 2 8 768 1% 152 80 40 AUG SEP 2027 2027 22 176 a 168 12% -_ 0 0 JAN 2027 FEB 2027 MAR 2027 APR 2027 $ 8,000 MAY 2027 2,500 JUN 2027 $ 9,500 JUL 2027 AUG 2027 SEP 2027 $ 8,000 $ 12,500 $ 9,500 $ - $ - $ JAN FEB MAR APR MAY JUN JUL AUG SEP 2027 2027 2027 2027 2027 2027 2027 2027 2027 73 $ 806 $ 879 $ 642 �®� $ 1,173 $ 1,749 $ 1,64 $ 73 $ 73 $ 1,979 $ 2,629 $ 2,411 $ 1,124 $ - JAN FEB MAR APR MAY JUN JUL AUG SEP 2027 630 028 $ 914 2027 $ 630 4 - 4 - $ 170 $ 028 4 914 2027 $ 630 4 - $ 1,028 $ 914 2027 $ 6,930 $ 8,805 2027 9 0948 2027 $ 6,615 4 - 2 32 2027 $ 6,300 3 2,935 $ 2027 $ 2027 1111111111 $ 1,942 $ 1,942 $ 1,942 $ 25,874 $ 34.865 $ 204 $ 185 $ 04 $ 185 $ 204 $ 185 $ 60 $ 4,629 $ 778 $ 6,273 $ 31,408 $ $ 778 $ 5,573 $ 389 $ 5 3,634 $ $ 389 $ 3,634 $ $ 73 389 $ 5232 $ 3,634 $ 73 4 - $ 48,830 $ $ 1,979 $ 8000 7,057 65804 $ 2629 500 $ 3,708 $ 3,708 $ 3,708 $ 58,808 $ 80,933 17,414 $ - $ - 797 2,717 $ 6,350 S 3,513 $ - $ - $ 59,266 $ 32,790 $ $ $ 24 $ 9,500 $ 71,177 $ 33,914 S - 4 Billing Rate and Fee Schedule DSC Rates - Effective 1/1/26 through 6/30/26 KBA Rates for Field Office Staff KBA, Inc. 11201 SE 8th Street - Suite 160 Bellevue, WA 98006 M-6 M-5 M-4 M-3 M-2 M-1 E-8 E-7 E-6 E-5 E-4 E-3 E-2 E-1 T-8 T-7 T-6 T-5 T-4 T-3 T-2 T-1 P-8 P-7 P-6 P-5 P-4 P-3 P-2 P-1 A-7 A-6 A-5 A-4 A-3 A-2 A-1 PERSONNEL CLASSIFICATION Manager VII Manager VI Manager V Manager IV Manager III Manager II Manager) Engineering / Professional VIII Engineering / Professional VII Engineering / Professional VI Engineering / Professional V Engineering / Professional IV Engineering / Professional III Engineering / Professional II Engineering / Professional I Technical Representative VIII Technical Representative VII Technical Representative VI Technical Representative V Technical Representative IV Technical Representative III Technical Representative II Technical Representative I Project Controls VIII Project Controls VII Project Controls VI Project Controls V Project Controls IV Project Controls III Project Controls II Project Controls I Administrator VII Administrator VI Administrator V Administrator IV Administrator III Administrator II Administrator I $275.00 $215.00 $175.00 $140.00 $130.00 $120.00 $110.00 $145.00 $115.00 $105.00 $95.00 $90.00 $80.00 $60.00 $ 50.00 $120.00 $110.00 $105.00 $95.00 $85.00 $70.00 $60.00 $41.00 $115.00 $110.00 $100.00 $92.00 $85.00 $70.00 $ 55.00 $41.00 $105.00 $85.00 $75.00 $65.00 $ 55.00 $45.00 $38.00 $399.14 $312.05 $254.00 $203.20 $188.68 $174.17 $159.65 $210.45 $166.91 $152.40 $137.88 $130.63 $116.11 $87.08 $72.57 $174.17 $159.65 $152.40 $137.88 $123.37 $101.60 $87.08 $ 59.51 $166.91 $159.65 $145.14 $133.53 $123.37 $101.60 $ 79.83 $ 59.51 $152.40 $123.37 $108.86 $94.34 $ 79.83 $65.31 $55.15 $80.90 $63.25 $51.48 $41.18 $38.24 $35.30 $32.36 $42.65 $33.83 $30.89 $27.95 $26.48 $23.53 $17.65 $14.71 $35.30 $32.36 $30.89 $27.95 $25.00 $20.59 $17.65 $12.06 $33.83 $32.36 $29.42 $27.06 $25.00 $20.59 $16.18 $12.06 $30.89 $25.00 $22.06 $19.12 $16.18 $13.24 $11.18 $755 $590 $480 $384 $357 $329 $302 $398 $316 $288 $261 $247 $220 $165 $137 $329 $302 $288 $261 $233 $192 $165 $113 $316 $302 $275 $253 $233 $192 $151 $113 $288 $233 $206 $178 $151 $124 $104 Note: (1) Billing rates shall equal actual (DSC + Overhead) ` Fee for Profit (2) DSC ranges shown are etfective January 1, 2026 -June 30, 2026 . OH(ICR) Rate may adjust annually with new WSDOT audit letter. (3) 15% differential applied for Night Shift work. (4) Time -and -a -half applied for non-exempt staff working more than 40 hours/week. (5) For multi -year agreements, DSC Max ranges noted above escalate annually on January 1 with 30 days notice. DIRECT NON -SALARY REIMBURSABLES EXPENSE TYPE Subconsultants Cost Field Equipment & Supplies (valued over $100), Reprographics, Couriers Cost Project Assigned SUV (compact & full size pickup truck rates provided upon request). Rates quoted include sales tax which will be applied upon invoicing. $g 32 /Hour, Plus Tax Lodging & Per Diem Per WSDOT Travel Directives THIS INFORMATION IS CONFIDENTIAL AND PROPRIETARY TO KBA, INC. 185 Billing Rate and Fee Schedule DSC Rates - Effective 1/1/26 through 6/30/26 KBA Rates for Home Office Staff KBA, Inc. 11201 SE 8th Street - Suite 160 Bellevue, WA 98006 M-/ M-6 M-5 M -4 M-3 M-2 M-1 E-8 E-7 E-6 E-5 E-4 E-3 E-2 E-1 T-8 T-7 T-6 T-5 T-4 T-3 T-2 T-1 P-8 P-7 P-6 P-5 P-4 P-3 P-2 P-1 A-7 A-6 A-5 A-4 A-3 A-2 A-1 PERSONNEL CLASSIFICATION Manager VII Manager VI Manager V Manager IV Manager III Manager II Manager I Engineering / Professional VIII Engineering / Professional VII Engineering / Professional VI Engineering / Professional V Engineering / Professional IV Engineering / Professional III Engineering / Professional II Engineering / Professional I Technical Representative VIII Technical Representative VII Technical Representative VI Technical Representative V Technical Representative IV Technical Representative III Technical Representative II Technical Representative I Project Controls VIII Project Controls VII Project Controls VI Project Controls V Project Controls IV Project Controls III Project Controls II Project Controls I Administrator VII Administrator VI Administrator V Administrator IV Administrator III Administrator II Administrator I $275.00 $ 215.00 $175.00 $140.00 $130.00 $120.00 $110.00 $145.00 $115.00 $105.00 $95.00 $90.00 $80.00 $60.00 $50.00 $120.00 $110.00 $105.00 $95.00 $85.00 $70.00 $60.00 $41.00 $115.00 $110.00 $100.00 $92.00 $85.00 $70.00 $55.00 $41.00 $105.00 $85.00 $75.00 $65.00 $55.00 $45.00 $38.00 $419.84 $328.24 $267.17 $213.74 $198.47 $183.20 $167.94 $221.37 $175.57 $160.30 $145.04 $137.40 $122.14 $91.60 $76.34 $183.20 $167.94 $160.30 $145.04 $129.77 $106.87 $91.60 $62.59 $175.57 $167.94 $152.67 $140.46 $129.77 $106.87 $83.97 $62.59 $160.30 $129.77 $114.50 $99.24 $83.97 $68.70 $58.01 $83.38 $65.19 $53.06 $42.45 $39.42 $36.38 $33.35 $43.96 $34.87 $31.84 $28.80 $27.29 $24.26 $18.19 $15.16 $36.38 $33.35 $31.84 $28.80 $25.77 $21.22 $18.19 $12.43 $34.87 $33.35 $30.32 $27.89 $25.77 $21.22 $16.68 $12.43 $31.84 $25.77 $22.74 $19.71 $16.68 $13.64 $11.52 $778 $608 $495 $396 $368 $340 $311 $410 $325 $297 $269 $255 $226 $170 $141 $340 $311 $297 $269 $241 $198 $170 $116 $325 $311 $283 $260 $241 $198 $156 $116 $297 $241 $212 $184 $156 $127 $108 Note: (1) Billing rates shall equal actual (DSC + Overhead) x Fee for Profit (2) DSC ranges shown are effective January 1, 2026 - June 30, 2026 . OH(ICR) Rate may adjust annually with new WSDOT audit letter. (3) 15% differential applied for Night Shift work. (4) Time -and -a -half applied for non-exempt staff working more than 40 hours/week. (5) For multi -year agreements, DSC Max ranges noted above escalate annually on January 1 with 30 days notice. DIRECT NON -SALARY REIMBURSABLES EXPENSE TYPE ...........................:.....................................:..:........................:....................................................:.................:............................................................:...............................................:...........:...................................................................... Subconsultants Cost Field Equipment & Supplies (valued over $100), Reprographics, Couriers Cost Project Assigned SUV (compact & full size pickup truck rates provided upon request). Rates quoted include sales tax which will be applied upon invoicing. $8 32 /Hour, Plus Tax Lodging & Per Diem Per WSDOT Travel Directives THIS INFORMATION IS CONFIDENTIAL AND PROPRIETARY TO KBA, INC. 186 Printed 4/20/2026 Development Division Contract Services Office P© Box 47408 Olympia, WA 98504-7408 7345 Linderson Way SW Tumwater, WA 98501-6504 TTY:1-800-83343388 www.wsdot.wa.gov April 22, 2025 KBA, Inc 11201 SE 8th Street, Suite 160 Bellevue, WA 98004 Subject: Acceptance FYE 2024 ICR — Risk Assessment Review Dear Andy Jones: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2024 ICR of 1.52.67% and 145.14% of direct labor for Home and Field office. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantrates(&wsdot.wa.gov. Regards, Schazie tcv'-vei' Schatzie Harvey (Apr 22, 2025 12:32 P©Y SCHATZIE HARVEY, CPA Contract Services Manager SH: kb 187 Exhibit E Sub -consultant Cost Computations If no sub -consultant participation listed at this time. The CONSULTANT shall not sub -contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. Refer to section VI "Sub -Contracting" of this AGREEMENT. HWA GeoSciences*: $60,215 CivilAir*: $4,000 *Denotes SBE firm. Local Agency A&E Professional Services Agreement Number Neted Hourly Rate Consultant Agreement Revised 07/30/2021 Project Cost Estimate Inspection & Testing Tukwila Interurban Ave S Overlay Tukwila, WA Prepared For: Cameron Bloomer P.E. GE) ' ENCES f NC DBE/MWBE HWA Ref: 2026-066 Date: 17-Apr-26 Prepared By: LM/BKH PROPOSED WORK SCOPE: This cost estimate is based on plans and specifications provided by Client. 1. Sampling and acceptance/Proctor testing of CSTC for use in utility trench backfill, and roadway/sidewalk construction. 2. Inspection and testing of compacted aggregates for utility trenches, roadway/sidewalk subgradc, and ADA ramp construction. 3. Sampling of concrete aggregate for acceptance testing. 4. Concrete sampling for pole foundations and driveways. 5. Sampling of HMA aggregate for acceptance and oil at the plant for ignition oven correction factor. 6. Sampling and testing HMA during paving for Rice density, extraction and gradation (minimum: one test sample per 800 tons). 7. Inspection and testing of HMA placement and compaction (minimum: one test per 80 tons). 8. Written field reports will be prepared for all inspections and reviewed for QC. Material Testing - ESTIMATED HWA LABOR: Scope of Services 2026 PERSONNEL & BILLING RATES GeoEng Vlll $110.00 GeoEng 11 $50.00 Geol VII $78.00 Geol 11 $42.00 Contracts $60.00 TOTAL HOURS TOTAL AMOUNT 4ggregatemnspection nnrlTesting including; Sampling of CSTC at WSDOT intervals (assume 2 sources) Inspection and Testing of full -depth repair areas (2 visits Inspectio and Testing of compacted aggregates for roadway/sidewalk construction (2 visits) Inspeetznn and Testing, Inc Inspection and Testing during HMA permanent trench patching (4 visits) Inspection and Testing during HMA Roadway/Overlay (10 visits) HMA Oven Ignition Correction Sampling of Aggregate and Oil (2 mixes x 1 source) HMA Sampling at Batch Plant (13 ps) Concrete hive and Testing, including. Sampling of concrete aggregates at WSDOT intervals PPB Foundations (3 visits, plus pickups) Driveways (2 visits, plus pickups) Geotee nice[ Observation/ eet Mani Pavernent/Subgrade Evaluations (2 visits) QA Review, PM, Reporting, Submittal Reviews, and Report Distribution 4 16 12 12 12 32 80 4 39 4 18 12 4 8 12 12 32 80 4 39 4 18 12 16 20 $336 $504 $504 $1,344 $3,360 $168 $1,638 $168 $756 $504 $800 $1,616 DIRECT SALARY COST 4 16 12 221 4 257 $11,698 T„kw„, A„, S - 4-17-2026 189 LABORATORY TESTING SUMMARY: Est. No. Tests Unit Cost Total Cost Acceptance Testing for CSTC (GS, SE, Fracture) - assume 2 sources 2 $395 $790 Acceptance Testing Concrete Aggregates (GS) - 2 mixes x 1 source x 2 aggregates 4 $205 $820 Proctor Tests on all Materials to be Compacted 2 $330 $660 Concrete Compressive Strength Cylinders (assume 5 sets x 4 cylinders each set) 20 $55 $1,100 HMA Aggregate Testing (FF, SE, Unc. Voids) (at WSDOT sampling intervals) 7 S355 $2,485 HMA Oven Correction Factor (2 mixes x 1 source; 3 burns per OCF) 2 $625 $1,250 HMA: Rice Density, Extraction/Gradation 17 $800 $13,600 TOTAL LABORATORY TESTING: ESTIMATED DIRECT EXPENSES: Mileage to Job Site IRS Rate 0.725/mile, assume 26 trips $1,260 Mileage for Sampling Aggregates and HMA at Sources $780 Nuclear Gauge Rental (Soil @ $60; Thin Lift @ $75): 18 days $1,290 TOTAL DIRECT EXPENSES: $3,330 (ESTIMATED PROJECT TOTALS AND SUMMARY: Direct Salary Cost (DSC) OH @ 1.7928 * DSC FF @ 30% * (DSC) Total Labor Cost $36,180 Laboratory Testing $20,705 Direct Expenses $3,330 ESTIMATED TASK TOTAL: $60,215 $20,705 Assumptions: 1. These estimates may require adjustment due to the Contractor's rate of construction, weather delays, source changes and/or other factors beyond our control. 2. The IIWA PM reserves the right to shift hours between the various subtasks as required. 3. The HWA work scope does not include safety assessment nor work pertaining to any environmental issues. 4. This cost estimate was prepared with the understanding that the Client will schedule inspection as needed. 5. All night work is charged at an 8 hour minimum segment. Night work cancelled within 12 hrs of scheduled time will be charged 4 hrs. 6. All weekend work is charged at an 4 hour minimum segment. Weekend work cancelled within 12 hrs of scheduled time will be charged 4 hrs. 7. 3000 psi, Commercial, and concrete for sidewalks and thrust blocks will not be tested. 8. No density testing will be needed for water service connections outside of the roadway prism. 9. HWA's laboratory is not equipped to test HMA binder or tackifier. This testing is performed by WSDOT's Bituminous Materials Lab. WSDOT will only allow invoicing to a contract with the Owner (they cannot invoice HWA for this work). This estimate does not contain time for sampling/driving samples to the Tumwater lab. 10. This cost estimate does not include Special Inspections (reinforcing steel, welding, structural anchors, etc). IIWA is not WABO certified. 11. Client submitted requests should be sent to Dispatch@hwageo.com 12. Requests are encouraged to be submitted at least 48 hours (72 hours for night work) before the requested work. 13. Requests submitted within 24 hours (48 hours for night work) of work will be covered based on availablility of staff. Tuk na I�re���ea„ A„e S - 4-17-2026 190 Development Division Contract Services Office P© Box 47408 Olympia, WA 98504-7408 7345 Linderson Way SW Tumwater, WA 98501-6504 TTY;1-800-83343388 www.wsdot.wa.gov July 2, 2025 HWA GeoSciences, Inc 21312 30th Dr SE, Suite 110 Bothell, WA 98021 Subject: Acceptance FYE 2024 ICR — CPA Report Dear Vasiliy P. Babko: We have accepted your firm's FYE 2024 Indirect Cost Rate (ICR) of 179.28% of direct labor (rate includes 0.96% Facilities Capital Cost of Money) based on the "Independent CPA Report" prepared by T-MAX, CPA. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantrates(dwsdot.wa.gov. Regards, Schaie fialcve,y Schatzie Harvey (Jul 3, 2025 07:03 PD SCHATZIE HARVEY, CPA Contract Services Manager SH: kb 191 21312 30th Drive SE, Ste. 110, Bothell, WA 98021-7 1 Phone: 42,5.774.01061 Fax: 425.774.2714 www.hwageo.com HWA GEOSCIENCES INC. 2026 ANTE HOURLY RATES BY CATEGORY NTE TITLE HOURLY Overhead Fixed Fee Billing RATE 1.7928 10.50% Rate Administrative Support $50.00 $89.64 $14.66 $154.31 CAD $50.00 $89.64 $14.66 $154.31 Contracts Administrator $60.00 $107.57 $17.59 $185.17 Geologist I $35.00 $62.75 $10.26 $108.02 Geologist II $42.00 $75.30 $12.32 $129.62 Geologist III $47.00 $84.26 $13.78 $145.05 Geologist IV $53.00 $95.02 $15.54 $163.57 Geologist V $62.00 $111.15 $18.18 $191.34 Geologist VI $65.00 $116.53 $19.06 $200.60 Geologist VII $85.00 $152.39 $24.93 $262.32 Geologist VIII $90.00 $161.35 $26.39 $277.75 Geotechnical Engineer I $41.00 $73.50 $12.02 $126.54 Geotechnical Engineer II $50.00 $89.64 $14.66 $154.31 Geotechnical Engineer III $55.00 $98.60 $16.13 $169.74 Geotechnical Engineer IV $63.00 $112.95 $18.47 $194.43 Geotechnical Engineer V $70.00 $125.50 $20.53 $216.03 Geotechnical Engineer VI $80.00 $143.42 $23.46 $246.89 Geotechnical Engineer VII $95.00 $170.32 $27.86 $293.18 Geotechnical Engineer VIII $110.00 $197.21 $32.26 $339.47 Hydrogeologist IV $60.00 $107.57 $17.59 $185.17 Hydrogeologist V $70.00 $125.50 $20.53 $216.03 Lab/Field Technician I $28.00 $50.20 $8.21 $86.42 Lab/Field Technician II $33.00 $59.16 $9.68 $101.85 Lab/Field Technician III $40.00 $71.71 $11.73 $123.45 Lab/Field Technician IV $52.00 $93.23 $15.25 $160.48 Lab/Field Technician V $60.00 $107.57 $17.59 $185.17 Principal IX $110.00 $197.21 $32.26 $339.47 Updated 12/15/2025 192 Washington State ,V Department of Transportation Actuals Not To Exceed Table (ANTE) WSDOT Agreement: CIVILAIR ENGINEERS, PLLC PO Box 542 Burley, WA 98322 Job Classifications Direct Labor Hourly Billing Rate NTE Overhead Fee All Inclusive NTE DSC+OH Hourly Billing 120.00% 14.50% Rate NTE Assistant Construction Manager / Inspector $90.00 $108.00 $28.71® $226.71 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00 $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 $o.00 $o.00® $o.00 193 Transportation Buiidiiic, 0t0Maple P rkAvfen e S.E. F.O. Box 47380 Olympia, WA 98504-7300 3 0-705-7000 1_000- 3-63 www.wsdot.wa.gov November 19, 2024 Ralph Wessels, President CivilAir Engineers, PLLC PO Box 524 Burley, WA 98322-0542 Re: CivilAir Engineers, PLLC Safe Harbor Indirect Cost Rate Extension Dear Ralph: Washington State has received approval from our local Federal Highway Administration (FHWA) Division to continue administering the "safe harbor" indirect cost rate program on engineering and design related service contracts, as well as for Local Public Agency projects. We completed our risk assessment for CivilAir Engineers in November 2021. Our assessment was conducted based on the documentation provided by the firm. The reviewed data included, but was not limited to, a description of the company, basis of accounting, accounting system and the basis of indirect costs. Based on our review, we found the firm eligible to use the Safe Harbor rate. CivilAir Engineers opted to use the Safe Harbor rate, rather than provide a FAR -compliant rate. Based on further review and discussion with the firm, we are issuing an extension of the Safe Harbor Indirect Cost Rate of 120% of direct labor with a field rate, where applicable, of 90% of direct labor for CivilAir Engineers. CivilAir Engineers agreed to improve Internal Controls and timekeeping processes to be able to develop an Indirect Cost Rate Schedule in the future in accordance with the Federal Acquisition Regulations (FAR), Subpart 31. The WSDOT Internal Audit Office has provided guidance and information related to FARs and the AASHTO Audit Guide. You may use the Safe Harbor Rate of 120%, or 90% for field office situations, for agreements entered prior to June 30, 2026. For agreements entered after this date, please contact the WSDOT Consultant Services Office (CSO) or our office for guidance. The Safe Harbor Rate will not be subject to audit. Please coordinate with CSO or your Local Programs contact if you have questions about when to apply the Safe Harbor rate to your agreement. If you have any questions, please contact Steve McKerney or me at (360)705-7799. S incerely, Jarron Elter Agreement Compliance Audit Manager cc: Steve McKerney, Director of Internal Audit Maryna Ya File 194 Exhibit F - Title VI Assurances Appendix A & E APPENDIX A During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Acts and the Regulations relative to Non-discrimination in Federally -assisted programs of the U.S. Department of Transportation, (Federal Highway Administration), as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. [Include Washington State Department of Transportation specific program requirements.] 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. [Include Washington State Department of Transportation specific program requirements.] 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Recipient or the (Federal Highway Administration) to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the Recipient or the (Federal Highway Administration), as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the Recipient will impose such contract sanctions as it or the (Federal Highway Administration) may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the Recipient or the (Federal Highway Administration) may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 195 Exhibit F - Title VI Assurances Appendix A & E APPENDIX E During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "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 the 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 USC § 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 allof 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 certaintesting entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportationregulations 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 discriminationagainst 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 Persons 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 that LEP persons 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). Local Agency A&E Professional Services Agreement Number Neted Hourly Rate Consultant Agreement Revised 07/30/2021 Exhibit G Certification Document Exhibit G- I (a) Exhibit G-1 (b) Exhibit G-2 Exhibit G-3 Exhibit G-4 Certification of Consultant Certification of Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Certificate of Current Cost or Pricing Data Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 197 Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of whose address is and that neither the above firm nor I have a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (ifany); I acknowledge that this certificate is to be furnished to the and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Local Agency A&E Professional Services Agreement Number Neted Hourly Rate Consultant Agreement Revised 07/30/2021 Exhibit G-1(b) Certification of I hereby certify that I am the: 0 Other of the , and or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: a) Employ or retain, or agree to employ to retain, any firm or person; o b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be furnished to the and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Signature Date Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 199 Exhibit G-2 Certification Regarding Debarment Suspension and Other Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; an D. Have not within a three (3) year period preceding this application / proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this proposal. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Local Agency A&E Professional Services Agreement Number Nted Hourly Rate Consultant Agreement Revised 07/30/2021 Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperativeAGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the require certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub -contracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 201 Exhibit G-4 Certification of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of * are accurate, complete, and current as of ** This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: Signature Title Date of Execution *Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.) **Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached. ***Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Local Agency A&E Professional Services Agreement Number Nted Hourly Rate Consultant Agreement Revised 07/30/2021 Exhibit H Liability Insurance Increase To Be Used Only If Insurance Requirements Are Increased The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations and Insurance of this Agreement is amended to $ N/A The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $ N/A Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution Self-insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $ N/A • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 203 Exhibit I Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant has alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include all decisions and descriptions of work, photographs, records of labor, materials, and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manager and any personnel (including sub -consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. • It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local. Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Local Agency A&E Professional Services Agreement Number Nited Hourly Rate Consultant Agreement Revised 07/30/2021 Step 5 Forward Documents to Local Programs For federally funded projects, all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 205 Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) total a $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to theAgency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to deteiuune if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Local Agency A&E Professional Services Agreement Number Nted Hourly Rate Consultant Agreement Revised 07/30/2021 Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each film that should be included in the claim • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associate with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. I.nform the consultant that the final payment for the agreement is subject to audit Local Agency A&E Professional Services Agreement Number Negotiated Hourly Rate Consultant Agreement Revised 07/30/2021 207 Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdat.wa:yov January 10, 2024 Mr. Hari Ponnekanti, P.E. Public Works Director City of Tukwila 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 RE: Interurban Ave S. 2023 National Highway System (NHS) Asset Management Program Federal Funding Dear Mr. Ponnekanti: WSDOT is pleased to advise you that the above -mentioned project was selected to receive funding through the 2023 NHS Asset Management program. The federal funding is limited as shown below: Interurban Ave S. $4,958,000 Scope: Pavement repairs, overlay, and curb and gutter repair. NOTE: Funding provided requires the local match as detailed in your project application. If no local match was identified, federal funds are available at 100%, for all eligible federal expenditures. Construction must be completed as a single contract and authorized by August 31, 2026, or funds may be reprogrammed to other projects. Scope changes are not allowed. To meet state and federal requirements, the following are required: • Project expenditures incurred before receiving notice from Local Programs of federal fund authorization are not eligible for reimbursement. • Please refer to the Local Programs webpage for detailed information, including: (http://www.wsdot.wa.gov/localprograms) s( Local Agency Guidelines (LAG) manual for the requirements regarding programming, authorization, reimbursement, etc.; ✓ Projects utilizing federal funds must be included in your current Transportation Improvement Program (TIP) as a complete programmed project. Once your TIP amendment is approved, WSDOT will amend the Statewide Transportation Improvement Program (STIP); ✓ Funding and billing forms; 208 Mr. Hari Ponnekanti, P.E. City of Tukwila January 10, 2024 V Local Project Report is required to be completed by the end of June and December each year. To access the database you will need an account name and password. Your account name is Tukwila and your password is Tukwi785. The password is case sensitive. • If the project is not actively pursued, or becomes inactive (23 CFR 630), the project is at risk of being cancelled, funds repaid and reprogrammed. • FHWA requires that all projects are ADA compliant upon completion or the federal funds must be repaid. As a reminder, Local Programs requires all agencies to submit monthly progress billings to ensure timely reimbursement of eligible federal expenditures. For assistance, please contact your Region Local Programs Engineer, Mehrdad Moini at 206.440.4734 or Mehrdad.Moini@wsdot.wa.gov. Sincerely, / L, Jay Drye, PE Director Local Programs JD:st:cdm cc: Kelly McGourty, Transportation Director, PSRC Mehrdad Moini, Northwest Region Local Programs Engineer 209 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6.H. Agenda Item Sponsor Legislative History Recommended Motion Contract with WSDOT Active Transportation for Boeing Access Rd Design Adam Cox, Senior Program Manager — Transportation Catrien de Boer, Public Works Grants Analyst April 27, 2026 Transportation & Infrastructure Services Committee May 4, 2026 Regular Meeting Consent Agenda ❑ Discussion Only ❑x Action Requested MOVE TO authorize the Mayor to sign the contract with WSDOT Active Transportation for Boeing Access Road Design in the amount of $100,000 EXECUTIVE SUMMARY Execute a contract with WSDOT Active Transportation for $100,000 for the Boeing Access Road project. DISCUSSION In early 2023, staff identified that the concrete overlay on Boeing Access Road had failed and observed extensive open patterns cracking on and beneath the bridge deck. In 2024, the City applied for, and was awarded, a WSDOT National Highway System (NHS) grant to design and construct a new bridge deck and overlay. The project limits extend from the signalized intersection at East Marginal Way (excluding the intersection) to the west side of the signalized intersection at Martin Luther King Jr. Way S (also excluding the intersection), covering approximately 0.56 miles of roadway. Recently, the WSDOT Active Transportation Division approached the City regarding the addition of pedestrian improvements near the 15 offramp along Boeing Access Road (see plan sheet). Additional elements include a realigned ramp end and pedestrian crossing; vertical objects to indicate transition from shoulder to sidewalk; and a mountable apron. These elements were not included in the original NHS grant scope but will be fully funded by WSDOT's Active Transportation Division. The City's design consultant, Psomas, will prepare the design for these improvements, which are planned to be included as a separate construction task within the larger bridge deck repair and overlay contract anticipated for advertising later this year. Council is being asked to approve a contract with WSDOT Active Transportation to fund the design of these additional elements, and staff will return later this year to request authorization for the construction funding. FINANCIAL IMPACT work subject to review by the City Attorney Disclaimer. Final terms and scope of ❑ Expenditure - Budgeted ❑ Expenditure - Unbudgeted 0 Expenditure - Grant -Funded El —One-Time (e.g. asset sale, surplus equipment) ❑ Revenue - Ongoing Expenditures: Fund Source: $0 Revenues(if applicable): WSDOT Active Transportation Funding $100 ,000 210 Contractor (if applicable) Washington State Department of Transportation Scope of Work Design of pedestrian improvements near 15 offramp near Boeing Access Road Amount $100,000.00 Duration Expires on 6/30/2027 Additional Comments: as part of the Boeing Access Road Overlay project (Project Number This work is being implemented 82510402). ATTACHMENTS • Plan Sheet • Minutes from 04/27/26 Transportation & Infrastructure Committee Meeting - to be distributed separately 211 6. OEING=A It.7O 1L0 STA Dt 8.50' kT TA TA Si+ PLAN IVY 0 10 20 ao 60 SCALE IN FEET Mountable apron buffer with hachures, iterrrtitlent vertical objects ype unknown) PLAN / \ ivy 0 10 20 40 60 SCALE IN FEET 25*Y4, Vertical objects to indicate ansition from shoulder to dewalk; shown thematically CHANNELIZATION CONSTRUCTION NOTES u PLASTIC STOP BAR PER COT STD DETAIL RS-20. 121 PLASTIC CROSSWALK BARS PER WSDOT STD PLAN M-15.10. I ' PLASTIC WHITE EDGE LINE PER WSDOT STD PLAN M-20.10. PLASTIC LANE LINE PER WSDOT SID PLAN M-20.10. 2' buffer with hachures, intermittent vertical objects (type unknown) an der Realigned ramp end and pedestrian crossing STA'25+29.40 " 36.83;, RT , (a 6ST# 2 }f7, 7 T24N, R4E outside lane. Exhibit A Attachment 1 Agreement GCC 1377 Scope of Work Page 3 of 4 7+07.26 Consider 11' outside iane. 27 .1 3 PLLB LLIC WORKS DH.PT_ * ENGINEERING *STREETS +W ATER^SEWER*BUILDING designed drawn chocked Cw MEF date 09 25 29'20 09'25 prof C q prof dir field 6k no PSOMAS 3.21 ELLIOTT AVENUE SV 200 SLAW1LE WA 99121 6292 m240 nm 60% REVIEW SUBMITTAL S BOEING ACCESS WAY OVERLAY ROADWAY PLAN STA 18+80 TO STA 26+80 16 38 file no 51a981oi2101'rd'9 acale 1'=20' no (4001 900rsrem date 082025 212 2' min, buffer with hachures, intermittent vertical objects (type unknown) PLAN v 0 10 20 40 60 SCALE IN FEET T24N, R4E CHANNELIZATION CONSTRUCTION NOTES 1 ( PLASTIC STOP BAR PER COT STD DETAIL RS-20. ' 3 ' PLASTIC YELLOW DOUBLE CENTERLWE PER WSDOT STD PLAN M-20.10. PLASTIC WHITE EDGE UNE PER WSDOT STD PLAN M-20.10. 8 1 PLASTIC LANE UNE PER WSDOT STD PLAN M-20.10. PLASTIC YIELD LINE SYMBOL PER WSDOT STD PLAN M-24.60. 12 PLASTIC WHITE 'WIDE SOLID LANE LINE PER WSDOT STD PLAN M-20.10. 13 ' PLASTIC YELLOW EDGE UNE PER WSDOT STD PLAN M-20.10. 14 PLASTIC NOV LANE SYMBOL PER WSDOT STD PLAN M-7.50. 16 OFF--2.20.RAMP FORE AREA MARKING LAYOUTS PER WSDOT SID PLAN M Exhibit A Attachment 1 Agreement GCC 1377 Scope of Work Page 4 of 4 PUBLIC WC?11, T> _ ENGINEERING *STREETS *W ATER* SE WER*BUILDING designed dram checked cw MEF dale 09 25 om25 09'25 pr0l coo prof dir field 6k no PSOMAS sT' ELLIOTT AVENUE, wT aoo S� t1LE, WA 99121 60% REVIEW SUBMITTAL S BOEING ACCESS WAY OVERLAY ROADWAY PLAN STA 26+80 TO STA 31+05 17 38 file no +20001or-0000200 Kale 1'=2v no 1400 1 2000(0m date 20 2025 213 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6.1. Agenda Item Sponsor Legislative History Recommended Motion Boeing Access Road Overlay - Design Supplement #1 Adam Cox, Senior Program Manager - Transportation Public Works Department April 27, 2026 Transportation & Infrastructure Services Committee May 4, 2026 Regular Meeting Consent ❑ Discussion Only © Action Requested MOVE TO authorize the Mayor to sign a Supplemental Agreement with Psomas Inc. for Boeing Access Road Overlay in the amount of $100,000.00 EXECUTIVE SUMMARY Supplemental Agreement #1 with Psomas, Inc. provides an enhanced walkway and pedestrian facilities from Martin Luther King Jr. Way west to the southbound 1-5 offramp. Staff is requesting this item be forwarded to the May 4th Regular Consent Agenda. DISCUSSION WSDOT's Active Transportation group contacted the City to discuss the possibility of adding a walkway enhancement along Boeing Access Road. Their request came at an ideal time, as the Boeing Access Road overlay project was already in the design phase. After further discussions, WSDOT provided approval to incorporate a walkway into the pavement preservation project, allowing the improvement to be efficiently added to the existing scope. FINANCIAL IMPACT Disclaimer: Final terms and scope of work subject to review by the City Attorney • Expenditure - Budgeted ❑x Expenditure - Unbudgeted Expenditures: Fund Source: $77,940.34 $22,059.66 —Contingency WSDOT Active Transportation Group la Expenditure - Grant -Funded ❑ Revenue — One -Time (e.g. asset sale, surplus equipment) ❑ Revenue - Ongoing $100,000.00 — Total Contractor (if applicable) Psomas, Inc. Scope of Work: Preliminary design, final design, and construction administrative services. Amount: $100.000.00 Duration: No Change ATTACHMENTS • Form 140-063 BAR Overlay Supplement No 1 • Exhibit A Scope of Work • Exhibit B Cost Estimate • Special Transportation Planning Study Agreement with WSDOT • Minutes from 04/27/26 Transportation & Infrastructure Committee Meeting - to be distributed separately 214 Washington State Department of Transportation upple enta A ee ent umber 01 Organization and Address Psomas, Inc. 3131 Elliott Ave, Suite 400 Seattle WA, 98121 Phone: 815-483-6220 Original Agreement Number NHPP 1380(005) Project Number NHPP 1380(005) Execution Date Completion Date 12.31.26 Project Title Boeing Access Road Overlay New Maximum Amount Payable $ 100,000.00 Description of Work S Boeing Access Road is a four -six lane commercial arterial. The project limits extend from the signalized intersection at East Marginal Way (not including the intersection) to the west side of the signalized intersection The Local Agency of City of Tukwila desires to supplement the agreement entered in to with Psomas, Inc. and executed on 3/3/25 and identified as Agreement No 25- 075 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: Please see Exhibit A 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No changes III Section V, PAYMENT, shall be amended as follows: As part of this supplement, an amount of $100,000.00 is amended to the contact, per attached Exhibit B and the Special Transportation Planning Study Agreement Form 224-0810 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Bryce Corrigan, PE By. Thomas McLeod Consultant Signature Approving Authority Signature DOT Form 140-063 Revised 09/2005 Date 215 Exhibit "A" Summary of Payments Basic Agreement Supplement #1 Total Direct Salary Cost _ Overhead (InC|udingP8yrO|AddiUv8S) � _ Direct Non -Salary Costs Fixed Fee Total DOT Form 1*0-063 EXHIBIT CITY OF TUKWILA Exhibit A Attachment 1 Scope of Work Page 1 of 4 S B0BNG ACCESS ROAD REHABILITATION PROJECT(NHPP-1380'005) PRELIMINARY DESIGN, FINAL DESIGN, AND CONSTRUCTION ADN1UN SERVICES PROJECT NO. 9TUK811600 Amendment 1 S Boeing Access Enhanced Walkway SCOPE OF WORK A. PROJECT DESCRIPTION /BACKGROUND 8Boeing Access Road ieafour-six lane commercial arterial. The project |innitnextend from the signalized intersection at East Marginal Way (not including the intersection) to the west side of the signalized intersection at Martin Luther King Jr VVoy 8 (not including the intersection. The project length is approximately 3.900 LF along oonter|ine, nrO.58 roadway miles. There is one signalized intersection in the middle of the project. The project crosses over Airport Way 8. BNGF Railroad Tracks, and Interstate 5 (1-5). S Boeing Aoomus Road is also comprised of anuthbnund 1-5 off ramp and a 1-5 northbound on and off ramp. The bridge deck over BNSF is the City of Tukwila's responsibility for maintenance and the wearing course is deteriorating and requires replacement. The asphalt has aged to varying degrees of deterioration and needs rehabilitation. AOAramps and push buttons that are within grind and overlay limits that do not meet current ADA requirements will be identified and replaced or documented to nnaxinnunn extent feasible, as required. Traffic Loops will need to be n*p|emed in accordance with VV8[]C}T.Tukwila, and/or King County Standards. This project hooNodona|HighvvoySvyternPneoonxaUnnFedena|Fundaforbothdeoign and construction. Additional funds may be provided by the City of Tukwila. The goal is to advertise the Project for Bids in January 2027. This Amendment consists of designing and incorporating various pedestrian safety nneoounaa along the north side of Boeing Access Road. Improvements inc|ude, but may not be limited to: w Improve the shoulder onthe north side ofBoeing Access Road between the 8B 1-5 signalized intersection and the Martin Luther King Jr Way 8 signalized intersection. Potential treatments may include adding o striped buffer (two solid white lines) with COOUOuUuS O[intermittent vertical treatments within the buffer. The minimum width Ofthe "enhanced shoulder" would be 6'outside Ofthe buffer. The vertical treatments would meet Tuhvvi|o'smaintenance needs. w Additional treatments include improvements to the NB 1-5 loop ramp at the point ofintersection with VVBBoeing Access Road; the improvements desired include 1) steepen the angle Of intersection of the |OOp [@Dlp SO that the yield condition is reinforced, and 2)designate anenhanced pedestrian crossing. City nfTukwila 1 SBoeing Access Road Pavement Preservation Project Scope ofWork —Amendment 1 REV: January 2l,2U26 217 EXHIBIT B. ASSUMPTIONS Assumptions remain consistent with original contract C. PSOMAS DELIVERABLES Exhibit A Attachment 1 Scope of Work Page 2 of 4 Deliverables will be incorporated into original agreement but include plan production for proposed improvements. D. CITY OF T0KWILA PROVIDED ITEMS: No changes in this amendment. E. SCOPE OF WORK TASK 1— DESIGN OF ENHANCED WALKWAY 1.1 The Consultant will support the City incoordination with and between the various WSDOT agencies and coordinate the proposed designs into the contract documents. 1.2 The Consultant shall perform detailed field survey for the proposed pedestrian enhancement. 1.3 The Consultant shall develop design documentation todevelop 9O96and Bid Documents for the proposed pedestrian enhancement along Boeing Access Road. Design shall baincorporated into the original agreement. Up to three new plan sheets are anticipated for detailing proposed pedestrian enhancements and geometric adjustments. Task Dellivenmb|es: �~ Deliverables will be incorporated into final design documentation of original agreement. City nfTukwila Z SBoeing Access Road Pavement Preservation Project Scope ofWork —Amendment 1 REV: January 2l,2UZ6 218 PLAN 0 10 20 40 60 SCALE IN FEET 2' buffer with hachures, intermittent vertical objects type unknown) RT A 25+3 1.12' RT PLAN 0 10 20 40 60 SCALE IN FEET Mountable apron Vertical objects to indicate ansition from shoulder to dewalk; shown hematically CHANNELIZATION CONSTRUCTION NOTES u PLASi1C STOP BAR PER COT STD DETAIL RS-20. Di PLASTIC CROSSWALK BARS PER WSDOT 5TD PLAN M-15.10. I ' PLASTIC WOE EDGE LINE PER WSDOT STD PLAN M-20.10. PLASTIC LANE LINE PER WSDOT STD PLAN M-20.10. 2' buffer with hachures, intermittent vertical objects (type unknown) Realigned ramp end and pedestrian crossing A 26+47,97 T24N, R4E outside lane. Exhibit A Attachment 1 Agreement GCC 1377 Scope of Work Page 3 of 4 Consider 11' outside lane. 7 Q 3 STA' 26++, A35': RT FLJRLIC" WC)IZKS DF- FT_ ENGINEERING *STREETS WATERSEWERBU6LD6NG designed drawn checked 00 MEF date 09'25 09 25 0925 pros 020 pcni di[ field bh no PSOMAS CO3' EWO, AVENUE, COVE aoo A t1LE, WA 99121 JOG MC 1640 60% REVIEW SUBMITTAL S BOEING ACCESS WAY OVERLAY ROADWAY PLAN STA 18+80 TO STA 26+80 16 38 file5Nth100C'000'299 scale P=20. no time. 1 ra9is0ns date on 2025 219 2' min, buffer with hachure ermiltenl vertical objects type unknown) PLAN v 0 ID 20 40 60 SCALE IN FEET T24N, R4E 12 CHANNELIZATION CONSTRUCTION NOTES i ( PLASTIC STOP BAR PER COT STD DETAIL RS-20. ' 3 ( PLASTIC YELLOW DOUBLE CENTERLINE PER WSDOT STD PLAN M-20.10. PLASTIC WHITE EDGE UNE PER WSDOT STD PLAN M-20.10. PLASTIC LANE UNE PER WSDOT STD PLAN M-20.10. 71 PLASTIC YIELD LINE SYMBOL PER WSDOT SID PLAN M-24.60. PLASTIC WHITE MOE SOLID LANE LINE PER WSDOT STD PLAN M-20.10. PLASTIC YELLOW EDGE UNE PER WSDOT STD PLAN M-20.10. 14 PLASTIC H0V LANE SYMBOL PER WSDOT STD PLAN M-7.50. 116 OMFF--2.20RAMP FORE AREA MARKING LAYOUTS PER WSDOT SID PLAN Exhibit A Attachment 1 Agreement GCC 1377 Scope of Work Page 4 of 4 PLJBLIC WORKS *ENGINEERING*STREETS*WATER*SEWER*BUILDING* desicnal draw eheckod cw MEF date 09 25 0925 0925 prol cog prof di[ field bk no PSOMAS 3 3' ELUO, AVENUE, sunE ao0 A Ff., WA 98121 JOG 286 1640 60% REVIEW SUBMITTAL S BOEING ACCESS WAY OVERLAY ROADWAY PLAN STA 26+80 TO STA 31+05 17 38 ills no 5Nt01"S0010000200 xsle 0=20 n0 I time I rot i01On0 doe 082025 220 PS O M A S EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Client: Project Name: Psomas Project Number: Date: City of Tukwila S Boeing Access Road Walkway 9TUK011600 1/21/2026 Exhibit B Agreement GCC 1377 Estimate Page 1 of 1 Task No. $110.00 Task 1 Design of Pedestrain Walkway Labor Hour Estii $5510 Total Hou st Conlon Hours nd Labor ons by Task 1.1 Management and Coordination 4 12 24 40 40 120 7,893.32 1.2 Survey 20 20 40 $ 2,436.20 1.3 Design and Plan Production 4 24 40 60 80 24 8 240 $ 15,086.36 0 Task Total 36 64 100 120 20 20 24 400 25,415.88 Total Labor Hours and Fee 64 100 120 20 8 400 yt-. 1CR Overhead o 176=66% = 24 25,41588 44,89 Total Psoma Fixed Fee 30% = Fixed Fe ,624,7l Total Et 77,940.34 221 Washington State Department of Transportation , 9��cUaU Transo����at^�Dn Uann^n is �K� �� ^�* r�������K�� - _� '~� - Work by Planning OrganizationOrganization020OGou�no�erB�d0n -AC�U8| C�3� Project Manager Planning Agency Adam Cox, P.E. SoninrP—mMonager Transportation City of Tukwila .' Tukwila, VVA98188-8548 Statewide Vendor No.: GVVV001802300 Agreement Number GCC1377 Total Amount Authorized $100.000 Project Title and Description City ofTukwila (Planning Agency) will carry out design work for South Boeing Access Enhanced VVa|kway|mpmvmmontoPn�eot(Pn�a��)for pedestrian/bicycle safety byNBand SB1'5ramps. City will incorporate the design into Ci4/'sBoeing Access Road Overlay Project. Pn�*o1K�anagor�VVSDOT| AidenCesnidy VVorkComP|nhu»Da1e June 3O.2O27 This Agreement is between the Washington State Department of Transportation (WSDOT) and the above -named organization (Planning Agency) hereinafter referred to individually as the "Party" and collectively as the "Parties." Recitals 1WSDOT and the Planning Agency recognize the need for the transportation planning project, herein after Project, as described above, and 2. Kisdeemed inthe best interest of WSDOT to participate in funding said Project for the mutual benefit of local and state roadway planning inthe area nfthe Project, and 3. WSDOT and the Planning Agency now wish to define responsibility for preparation of the transportation planning Project. Now therefore, pursuant 0uchapter 39.34RCVV . the above recitals, which are incorporated herein msi/set forth below, and in consideration of the terms, conditions, covenants, and performances contained herein, and in the Exhibits attached hereto and hereby made apart nfthis Agreement, itismutually agreed aafollows: 1. Scope ofWork 11 The Planning Agency shall undertake the Project as described above, which shall include the tasks set forth in Exhibit A, attached hereto, 2. Period ofPerformance 21 This Agreement shall commence upon execution. The Planning Agency's work shall be completed by June 30, 2027. Once the work has been completed, and final payment made to Planning Agency, this Agreement shall terminate, 3. Payment 31 YYGDOTagrees 0nreimburse the Planning Agency's actual direct and related indirect costs ofthe Project. The maximum amount that WSDOT shall reimburse the Planning Agency shall not exceed the "Total Amount Authorized" listed above. Payment by task shall be made as set forth in Exhibit B. All costs must be consistent with the Federal cost principles contained in2CFR200.,F .00U(eotimaaomunded)p|un�ZV.00O(20Y6con fin genny)in$100.000(moximumamnunV 32 The Planning Agency may submit requests to the WSDOT for reimbursement of funds as they are expended on activities at any time, but not more frequently than one (1) such request every month, Such requests for reimbursement shall document the amount of funds that have been expended during the contract period, as well as for the current billing period. The request for reimbursement shall contain sufficient detail to inform WSDOT and any other entities providing funding for the work aoko the progress onthe planning effort. VV8DOTshall review and approve each request for payment and shall reimburse the Planning Agency thirty (30) business days after the date of receipt of invoice. 8.3 All indirect costs will boconsistent with the federal dominimusrate found in2C.FR,200nrbased onanindirect cost rate proposal that in approved by Planning Agency annually and maintained on file byfor audit purposes, |findirect costs are based onanapproved indirect cost allocation plan, the Planning Agency will provide a copy to WSDOT annually, or when updated. DOT Form uc4-0eo 4. Reports 41 The Planning Agency shall prepare and present to WSIDOT an annual progress report. The report shall be completed and submitted to WSIDOT within 30 calendar days of 6.30.2026 and 6.30.2027 (fiscal year end dates), and sh al I summarize work accomplished under the scope of work, costs incurred by work element, and shall identify any carryover of funds. 4.2 VV3D0T however, reserves the right to request an interim mport(s)during the fiscal year. The interim report(s) is due to VVGDOTwithin 21 calendar days of being notified in writing by WSIDOT. The interim report(s) shall include a summary ofwork progress during the course u/the fiscal year, costs incurred inaccordance with the approved scope ofwork and budget, and progress to date, including any problems or work delays. WSDOT may delay reimbursement of billings if the requested interim roport(s)isnot submitted inatimely manner. 4.3 The final product of this agreement will provide documentation of all technical data and their analysis. The Planning Agency shall submit copies of the final product to WSDOT for acceptance. Electronic submittal is acceptable. This requirement for a final product may be waived in writing by WSDOT, with email being acceptable. 5. Modifications or Amendments 5.1 Either Party may request changes in these provisions. Such changes which are mutually agreed upon shall be incorporated as written amendments to this Agreement. No variation or alteration of the 0anns ofthis Agreement shall be valid unless made in writing and signed by authorized representatives of the Parties hereto. U. Audits, Inspection, and Retention nfRecords 61 All records related to this Agreement shall be held and kept available for inspection and audit for a period of six (6) years from the date of termination of this Agreement or any final payment authorized under this Agreement, whichever is later. Each Party shall have full access to and right to examine said moordo, during nomno| business hours and as often as deemed necessary. In the event of litigation or claim arising from the performance of this Agreement, the Parties agree to maintain the records and accounts until such litigation, appeal or claims are finally resolved. This section shall survive the termination ofthis Agreement. 0.2 In accordance with 2 CFR 200, the Planning Agency is required to arrange for audit of funds expended. 0.5 The Public Records Act, RCW 42.56 shall apply to all information and documents, both paper and electronic, submitted to VVSDOT If federal funds are applied the Planning Agency understands and agrees that the Freedom of Information Act (F0A).5U.S.C. § 552 shall also apply to all information and documents, both paper and electronic, submitted to WSIDOT. The Planning Agency should therefore be aware that all applications and materials submitted will become agency records and are subject \npublic release through state and federal disclosure requests. 7. Termination 71 Termination for Convenience. WSIDOT and/or the Planning Agency may suspend or terminate this AGREEMENT, in whole orinpart, and all orany part of the financial assistance provided herein, at any time by written notice to the other Party. WSIDOT and the Planning Agency shall agree upon the AGREEMENT termination provisions including but not limited to the settlement terms, conditions, and in the case of partial termination the portion to be terminated. Written notification must set forth the reasons for such termination, the effective date, and in case of a partial termination the portion to be terminated. However, if in the ueae ofpartial termination, VVGDOTde0arminea that the remaining portion of the award will not accomplish the purposes for which the award was made, WSDOT may terminate the award in its entirety. The Parties may terminate this AGREEMENT for convenience for reasons including, but not limited to, the following: 711 The requisite funding becomes unavailable through failure of appropriation or otherwise; 7.12 WSIDOT determines, in its sole discretion, that the continuation of the Project would not produce beneficial results commensurate with the further expenditure nffunds; 7.1.3 The Planning Agency is prevented from proceeding with the Project as a direct result ofanExecutive Order ofthe President with respect to the prosecution of war or in the interest of national defense; or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources; 7.1.4 The Planning Agency is prevented from proceeding with the Project by reason of a temporary preliminary, special, or permanent restraining order or injunction of a court of competent jurisdiction where the issuance of such order or injunction is primarily caused by the acts or omissions of persons or agencies other than the Planning Agency; or 7.1.5 The State Government determines that the purposes of the statute authorizing the Project would not be adequately served bythe continuation offinancial assistance for the Project. DOT Form uc4-0eo 223 72 Termination for Default. WSDOT may suspend or terminate this AGREEMENT for default, in whole or in part, and all or any part of the financial assistance provided herein, at any time by written notice to the Planning Agency, if the Planning Agency materially breaches or fails to perform any of the requirements of this AGREEMENT, including: 72.1 Takes any action pertaining Vothis AGREEMENT without the approval ofVYGDOTwhich under the procedures of this AGREEMENT would have required the approval ofVV8DOT; 72.2 Jeopardizes its ability to perform pursuant Vzthis AGREEMENT United Otmton of America |awn. Washington state laws, or local governmental laws under which the Planning Agency operates; 72.3 Fails to make reasonable progress on the Project or other violation of this AGREEMENT that endangers substantial performance ofthe Project; or 7.2.4 Fails to perform in the manner called for in this AGREEMENT or fails, to comply with, or is in material violation of, any provision ofthis AGREEMENT. VVSDOTshall serve anotice o/termination onthe Planning Agency setting forth the manner inwhich the Planning Agency ipindefault hereunder. |/itislater determined byVYSDOTthat the Planning Agency had an excusable reason for not performing, such as events which are not the fault of or are beyond the control of the Planning Agency, such as a strike, fire or flood, WSDOT may: (a) allow the Planning Agency to continue work after setting up a new delivery of performance schedule, or (b) treat the termination as a termination for convenience. 7.3 VVSDOTinits sole discretion may, in the case of a termination for breach or default, allow the Planning Agency ten (10) business days, orsuch longer period asdetermined byVV8DOT inwhich 0ocure the defect. |nsuch case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. |fthe Planning Agency fails to remedy to WSDOT's satisfaction the breach or default within the timeframe and under the conditions set forth in the notice of termination, WSDOT shall have the right to terminate this AGREEMENT without any further obligation to Planning Agency. Any such termination for default shall not in any way operate to preclude WSDOT from also pursuing all available remedies against Planning Agency and its sureties for said breach or default. 7A |nthe event that WSDOT elects to waive its remedies for any breach by Planning Agency of any covenant, term or condition of this AGREEMENT, such waiver by WSDOT shall not limit WSDOT's remedies for any succeeding breach of that nro/any other term, covenant, orcondition ofthis AGREEMENT. 7.5 If this AGREEMENT is terminated, whether for convenience or for default, before the specified end date set forth in Section 21 o-ft-his--A-G-REEMENT above, WSDOT and the Planning Agency shall execute an amendment to this AGREEMENT identifying the termination date and the reason for termination. V. Applicable Laws 8] The Planning Agency agrees to abide by all applicable state and federal laws and regulations including but not limited to, those concerning employment, equal opportunity employment, nondiscrimination assurances, project record keeping necessary to evidence compliance with such federal and state laws and regulations, and retention of all such records. The Planning Agency will adhere to all applicable nondiscrimination provisions in chapter 49.60 RCW. Except when a federal statute or regulation preempts state nrlocal |aw, no provision ofthe AGREEMENT shall require the Planning Agency to observe or enforce compliance with any provision, perform any other act, or do any other thing in contravention of state or local law. If any provision or compliance with any provision of this AGREEMENT violate state or local law, or would require the Planning Agency to violate state or local law, the Planning Agency agrees to notify WSDOT immediately in writing. Should this occur, WSDOT and the Planning Agency agree to make appropriate arrangements to proceed with or, ifnecessary, expeditiously, terminate the AGREEMENT. 9. Indemnification 81 Each Party to this Agreement will protect, defend, indemnify, and save harmless the other Party, its officers, officials, employees, and agents, while acting within the scope of their employment as such, from any and all costs, claims, judgments, and/or awards of damages (both to persons and property), arising out of, or in any way resulting from, each Party's negligent acts or omissions with respect to the provisions of this Agreement. Neither Party will be required to indemnify, defend, or save harmless the other Party if the claim, suit, or action for injuries, death, or damages (both to persons and property) is caused by the sole negligence of the other Party. Where such claims, suits, or actions result from the concurrent negligence of the Parties, their agents, officials or employees, and/or involve those actions covered by RCW 4.24.115, the indemnity provisions provided herein will be valid and enforceable only to the extent of the negligence ofthe indemnifying Party, its agents, officials uremployees. 9.2 Further, the Planning Agency specifically assumes potential liability for actions brought by its own employees or agents against WSDOT and, solely for the purpose of this indemnification and defense, the Planning Agency specifically waives any immunity under State industrial insurance laws, Title 51 RCW, 9.3 The provisions of this Section shall survive the termination of this Agreement. DOT Form u2*-0eo 10. Subcontracting 101 The services of the Planning Agency are to be directed by the Project Manager identified above. The Planning Agency shall not assign, sublet, or transfer any of the work provided for under this Agreement without prior written approval from WSDOT, and WSDOT shall review and approve the Planning Agency's consultant agreement prior to execution. The Planning Agency shall comply with all Federal and State laws and regulations governing the selection and employment of consultants. WSDOT reserves the right to appoint a representative to serve on the Consultant Selection Committee. Subcontracts greater than $10,000 must contain all the required provisions of this contract. 11. Travel 11] Current state travel rates shall apply toall in -state and nut -of -state travel for which reimbursement ioclaimed during the term nfthis Agreement. Reimbursement of travel expenses is limited to travel necessary for the completion of the Scope of this Agreement. All travel by the Planning Agency using state funds is subject to state travel rules as outlined in the State Administrative & Accounting Manual (SAAM). All travel bythe Planning Agency using federal funds insubject k/ federal rules and regulations anoutlined in2C.FR.pt. 20O. |naddition, all travel bythe Planning Agency using federal funds must be in compliance with its own internal policies, those of the fiscal agent, or the State's policies, whichever is more restrictive. 11.2 Any out-of-state travel must have prior written approval of WSDOT to be eligible for reimbursement. Current WSDOT travel regulations and rates shall apply to all in -state and out-of-state travel for which reimbursement is claimed during the term of this Agreement. 12. Liability 12] No liability shall attach to WSDOT or the Planning Agency by reason of entering into this Agreementexcept aaexpressly provided herein. 13. Venue 131 |nthe event that either Party deems hnecessary {ninstitute legal action orproceedings Voenforce anyhghtorob|igation under this Agreement, the Parties hereto agree that any such action shall beinitiated inthe Superior Court nfthe State o/ Washington situated in Thurston County. The Parties agree that the laws nfthe State ofWashington shall apply. 14k Independent Contractor 141 The Planning Agency shall be deemed an independent contractor for all purposes and the employees of the Planning Agency or any of its contractors, subcontractors, and the employees thereof, shall not in any manner be deemed to be employees o/VVSDOT 15. 8everubi|ity 151 If any covenant or provision in this Agreement shall be adjudged void, such adjudication shall not affectthe validity, obligation, or performance of any other covenant or provision which in itself is valid, if such remainder would then continue to conform to the terms and requirements of applicable law and the intent of this contract. 16. Equipment 10.1 All equipment to be purchased under this Agreement shall be listed in the scope of work. All equipment must be purchased, managed, and disposed nfinaccordance with 2CFR200 17. Counterpart and Electronic Signature 17.1 This Agreement may be signed in multiple counterparts, each of which constitutes an original and all of which taken together constitute one and same Agreement. Electronic signatures or signatures transmitted via e-mail in a "PDF" may be used in place of original signatures on this Agreement. The Parties intend to be bound by its electronic or "PDF" signature on this Agreement, are aware that the other Parties are relying on its electronic or "PDF" signature and waives any defenses to the enforcement of this Agreement based upon the form of signature. |nWitness Whereof, the Parties hereto have executed this Agreement as of the Party's date last signed below Planning Agency - City of Tukwila Washington State Department of Transportation Sign and Date Sign and Date Print Name Print Name Title Title DOT Form uc4-0eo 225 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6.J. Agenda Item and Conservation Office Grants Resolution — Authorize Applications for Washington State Recreation Sponsor David Rosen, Fiscal Analyst Parks & Recreation Legislative History April 27, 2026 Community Services & Safety Committee May 4, 2026 Regular Meeting Consent Agenda Recommended Motion ❑ Discussion Only ❑x Action Requested MOVE TO authorize submittal of three (3) grant applications to the Washington State Recreation & Conservation Office for grant programs that require city matching funds EXECUTIVE SUMMARY The Tukwila Parks & Recreation Department has completed applications for three grants offered by the Washington State Recreation & Conservation Office (RCO). All three grants require matching funds to apply, and city policy requires council authorization to apply for any grants which require city matching funds. Department staff request the Community Services and Safety Committee forward this item to the May 4th Regular Meeting Consent Agenda for full council approval. DISCUSSION The Parks & Recreation Department is prepared to submit applications for three projects: 1. Tukwila Community Center Turf Field Conversion Youth Athletic Facilities Grant This Youth Athletic Facilities (YAF) grant (Application 26-1392) is being submitted for renovation of the current natural grass field at Tukwila Community Center. This project would include replacement of the current field with a new multi -use synthetic turf field as well as the installation of athletic lighting fixtures, new bleacher installations, and installation of improved safety netting on site. These new and improved recreational amenities will provide improved usage opportunities of the field for youth and adult athletics and recreation year-round. The project's total estimated cost is currently $3,263,500 with the YAF grant providing $1,468,200 in grant funds, and the City of Tukwila providing approximately $1,795,300 in matching funds. Please refer to Attachment B for a design concept of the project as proposed. 2. Joseph Foster Memorial Park Turf Field Conversion Youth Athletic Facilities Grant This Youth Athletic Facilities (YAF) grant (Application 26-1393) is being submitted for renovation of the current lower natural grass field at Joseph Foster Memorial Park. This project, like the one at Tukwila Community Center, would include replacement of the current field with a new multi -use synthetic turf field as well as the installation of athletic lighting fixtures, new bleacher installations, and installation of improved safety netting on site, improving availability of athletic and recreational facilities for Tukwila and South King County community members year-round. The project's total estimated cost is currently $3,285,500 with the YAF grant providing $1,500,000 in grant funds, and 226 the City of Tukwila providing approximately $1,785,500 in matching funds. Please refer to Attachment C for a design concept of the project as proposed. 3. Crestview Park Acquisition Washington Wildlife and Recreation Program — Local Parks Grant The Washington Wildlife and Recreation Program — Local Parks (WWRP-LP) grant (Application 26- 1648) is being submitted to support acquisition of Crestview Park. Crestview Park is owned by the Highline School District and has been leased for use as a park by the City of Tukwila for several decades. Several years ago, Highline School District expressed interest in selling the property, and, per the terms of the lease with the City, provided the City of Tukwila with the first right of refusal to acquire the property. Currently, the City and Highline School District have entered into a joint appraisal and reimbursement agreement (Contract 26-066) to determine fair market value of the approximately 10.86-acre Crestview Park, recorded as King County Parcel #5379800008. With appraisal still in progress, department staff have provided an estimate of total acquisition costs, which currently equal approximately $4,065,000. Of this cost, approximately $4,000,000 is attributable to the purchase price for the land, with the remaining $65,000 attributable to closing costs, title insurance, and necessary surveys of the property upon acquisition. This project would be supported by $1,000,000 in grant funds from the WWRP-LP, and $3,065,000 in matching funds provided by the City of Tukwila. Please refer to Attachment D for a King County Parcel Map of Crestview Park. In sum, the City of Tukwila is currently estimating required matching funds for these grants total $6,645,800. These funds would be provided in accordance with the table shown below. Please note that all project costs and matching funds needed for projects are estimates, therefore, amounts and/or fund sources are subject to change. Project Matching Fund Source Amount ($) Status JFMP Turf Field Conversion tvte� Iui King County Parks Levy Appropriation Park Impact Fees Kind County Youth Amateur Sports Grant Park Impact Fees Kink County Youth Amateur S?orts. Grant State Appropriation ,000,000 545,300 250,000 1,535,500 250,000 3,065,000 6,645,800 Committed Secured Secured Secured Secured __ Tentative Department staff can confirm that Park Impact Fee amounts stated are on hand within the Land Acquisition, Recreation, and Park Development Fund (Fund 301) at this time. Department staff will continue to seek other fund sources that could assist in project execution as we await final results of these RCO grant applications. FINANCIAL IMPACT Approval of grant applications requiring match does not inherently create any net inflow or outflow for any City funds. If grant applications are successful, department staff will bring resultant grant agreements to City Council for future approvals as required in accordance with city policy. ATTACHMENTS A — Resolution Authorizing Submission of Applications for Grant Funding Assistance B — Tukwila Community Center Turf Field Conversion Project Design Concept C — Joseph Foster Memorial Park Turf Field Conversion Project Design Concept D — Crestview Park Parcel Map E — Minutes from 04/27/26 Community Services & Safety Committee Minutes 227 sin: toz s. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, AUTHORIZING SUBMISSION OF APPLICATIONS FOR GRANT FUNDING ASSISTANCE FOR THE JOSEPH FOSTER MEMORIAL PARK FIELD CONVERSION PROJECT (#72530103), TUKWILA COMMUNITY CENTER FIELD CONVERSION PROJECT (#72530301), AND ACQUISITION OF CRESTVIEW PARK (#72530102) TO THE WASHINGTON STATE RECREATION AND CONSERVATION OFFICE. Organization Name (Sponsor): City of Tukwila, Washington Resolution No. Project Numbers(s), Name(s), and RCO Project Number(s): Project #72530103 Joseph Foster Memorial Park Field RCO #26-1393 Project #72530301 Tukwila Community Center Field RCO #26-1392 Project #72530102 Crestview Acquisition RCO #26-1648 This resolution/authorization authorizes the person identified below (in Section 2) to act as the authorized representative/agent on behalf of our organization and to legally bind our organization with respect to the above Project(s) for which we seek grant funding assistance managed through the Recreation and Conservation Office (Office). WHEREAS, state grant assistance is requested by our organization to aid in financing the cost of the Project(s) referenced above; and WHEREAS, the City Council of the City of Tukwila considers it in the best public interest to complete the Project(s) referenced above; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: 2026 Legislation: RCO Grant Application Version: 04/20/2026 Staff: M. Powell & D. Rosen Page 1 of 4 228 Section 1. Our organization has applied for or intends to apply for funding assistance managed by the Office for the above "Project(s)." Section 2. Our organization authorizes the following persons or persons holding specified titles/positions (and subsequent holders of those titles/positions) to execute the following documents binding our organization on the above projects: Grant Document Name of Signatory or Title of Person Authorized to Sign Grant application (submission thereof) Thomas McLeod — Mayor Project contact (day-to-day administering of the grant and communicating with the RCO) David Rosen — Fiscal Analyst Mattie Powell — Project Manager RCO Grant Agreement (Agreement) Thomas McLeod — Mayor Agreement Amendments Thomas McLeod — Mayor Authorizing property and real estate documents (Notice of Grant, Deed of Right of Assignment of Rights if applicable). These are items that are typically recorded on the property with the county. Thomas McLeod — Mayor The above persons are considered an "authorized representative(s)/agent(s)" for purposes of the documents indicated. Our organization shall comply with a request from the RCO to provide documentation of persons who may be authorized to execute documents related to the grant. Section 3. Our organization has reviewed the sample RCO Grant Agreement on the Recreation and Conservation Office's WEBSITE at: https://rco.wa.gov/wp- content/uploads/2019/06/SampleProjAgreement.pdf. We understand and acknowledge that if offered an agreement to sign in the future, it will contain an indemnification and legal venue stipulation and other terms and conditions substantially in the form contained in the sample Agreement and that such terms and conditions of any signed Agreement shall be legally binding on the sponsor if our representative/agent enters into an Agreement on our behalf. The Office reserves the right to revise the Agreement prior to execution. Section 4. Our organization acknowledges and warrants, after conferring with its legal counsel, that its authorized representative(s)/agent(s) have full legal authority to act and sign on behalf of the organization for their assigned role/document. Section 5. Grant assistance is contingent on a signed project agreement. Entering into any project agreement with the Office is purely voluntary on our part. Section 6. Our organization understands that grant policies and requirements vary depending on the grant program applied to, the grant program and source of funding in the project agreement, the characteristics of the project, and the characteristics of our organization. 2026 Legislation: RCO Grant Application Version: 04/20/2026 Staff: M. Powell & D. Rosen Page 2 of 4 229 Section 7. Our organization further understands that prior to our authorized representative(s)/agent(s) executing any of the documents listed above, the RCO may make revisions to its sample Agreement and that such revisions could include the indemnification and the legal venue stipulation. Our organization accepts the legal obligation that we shall, prior to execution of the Agreement(s), confer with our authorized representative(s)/agent(s) as to any revisions to the project Agreement from that of the sample Agreement. We also acknowledge and accept that if our authorized representative(s)/agent(s) executes the Agreement(s) with any such revisions, all terms and conditions of the executed Agreement shall be conclusively deemed to be executed with our authorization. Section 8. Any grant assistance received will be used for only directly eligible and allowable costs that are reasonable and necessary to implement the project(s) referenced above. Section 9. If match is required for the grant, we understand our organization must certify the availability of match at least one month before funding approval. In addition, our organization understands it is responsible for supporting all non -cash matching share commitments to this project should they not materialize. Section 10. Our organization acknowledges that if it receives grant funds managed by the Office, the Office will pay us on only a reimbursement basis. We understand reimbursement basis means that we will only request payment from the Office after we incur grant eligible and allowable costs and pay them. The Office may also determine an amount of retainage and hold that amount until all project deliverables, grant reports, or other responsibilities are complete. Section 11. Our organization acknowledges that any property owned by our organization that is developed, renovated, enhanced, or restored with grant assistance must be dedicated for the purpose of the grant in perpetuity unless otherwise allowed by grant program policy or Office, in writing, and per the Agreement or an amendment thereto. Section 12. Our organization acknowledges that any property not owned by our organization that is developed, renovated, enhanced, or restored with grant assistance must be dedicated for the purpose of the grant as required by grant program policies unless otherwise provided for per the Agreement or an amendment thereto. Section 13. This resolution/authorization is deemed to be part of the formal grant application to the Office. Section 14. Our organization warrants and certifies that this resolution/ authorization was properly and lawfully adopted following the requirements of our organization and applicable laws and policies and that our organization has full legal authority to commit 2026 Legislation: RCO Grant Application Version: 04/20/2026 Staff: M. Powell & D. Rosen Page 3 of 4 230 our organization to the warranties, certifications, promises and obligations set forth herein. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of , 2026. ATTEST/AUTHENTICATED: Andy Youn-Barnett, CMC, City Clerk Armen Papyan, Council President APPROVED AS TO FORM BY: Office of the City Attorney 2026 Legislation: RCO Grant Application Version: 04/20/2026 Staff: M. Powell & D. Rosen Filed with the City Clerk: Passed by the City Council: Resolution Number: Page 4 of 4 231 Tukwila Community Center Turf Field Concept 232 Joseph Foster Memorial Park (JFMP) Turf Field Concept 233 4/21/2026, 1:17:38 PM Parcels City Limits Street Buildings Crestview Park Acquisition 1:4,514 0 0.03 0.05 0.1 mi I I 1 + I r I 0 0.04 0.08 0.16 km King County, City of Tukwila, King County, EagleView Technologies, Inc., King County 234 David Rosen City of Tukwila City of Tukwila City Council Community Services & Safety Committee Meeting Minutes April 27, 2026 - 5:30 p.m. - Hybrid Meeting; Hazelnut Conference Room & MS Teams Councilmembers Present: Hannah Hedrick, Chair; Joe Torres Camacho, Armen Papyan Staff Present: Marty Wine, Pete Mayer, Eric Dreyer, Eric Lund, David Rosen, Kris Kelly Chair Hedrick called the meeting to order at 5:30 p.m. 1. BUSINESS AGENDA a. Interlocal Agreement: FIFA World Cup Law Enforcement Support Staff is seeking approval of a Mutual Aid Interlocal Agreement to provide additional law enforcement support to Renton during FIFA World Cup events. Committee Recommendation: Unanimous approval. Forward to May 4, 2026 Regular Consent Agenda b. Resolution: Grant Applications Staff is seeking approval of a resolution that authorizes submittal of grant applications to the *Washington State Recreation & Conservation Office for the turf field conversion at Tukwila Community Center and Joseph Foster Memorial Park, and for acquisition of Crestview Park. Committee Recommendation: Unanimous approval. Forward to May 4, 2026 Regular Consent Agenda c. Ordinances: Park Rules and Regulations and Repeal Foster Golf Link Fees Staff is seeking approval of an ordinance that would enact a comprehensive rewrite of Park Rules and Regulations and an ordinance that would repeal TMC Chapter 12.12, Foster Golf Links Fees, as that will now be covered in the new Rules upon adoption. Committee Recommendation: Unanimous approval. Forward to May 11, 2026 Committee of the Whole 2. MISCELLANEOUS Councilmembers and staff discussed DHS, Flock, and the PD Incidents email distribution list. Discussion only. The meeting adjourned at 6:13 p.m. Committee Chair Approval Minutes by LH 235 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6.K. Agenda Item Enforcement Support Sponsor Eric Dreyer, Police Chief Police Department Legislative History Interlocal Agreement (ILA) with City of Renton to Provide Law April 27, 2026 Community Services & Safety Committee May 4, 2026 Regular Meeting Consent Agenda Recommended Motion ❑ Discussion Only © Action Requested MOVE TO authorize the mayor to execute the mutual aid interlocal agreement between the City of Renton and City of Tukwila for activities related to the FIFA World Cup Events. EXECUTIVE SUMMARY The City of Renton has requested use of Tukwila Police Department (TPD) staff to fill in for law enforcement related activities associated with FIFA World Cup events. Staff is requesting this item be forwarded to the May 4th Regular Meeting Consent Agenda. DISCUSSION The City of Renton has requested use of Tukwila Police Department (TPD) staff to fill in for law enforcement related activities associated with FIFA World Cup events. Officers will sign up for and deploy to assist Renton based on predetermined shifts agreeable to both the City of Tukwila and the City of Renton. The assistance provided to the City of Renton will not interfere with City of Tukwila Operations. Renton will reimburse Tukwila for actual full-time employee (FTE) costs associated with FTE assistance provided to Renton. (Reference the attached interlocal agreement and Exhibit A.) FINANCIAL IMPACT Disclaimer: Final terms and scope of work subject to review by the City Attorney ❑ Expenditure - Budgeted Expenditures: Fund Source: N/A Revenues(if applicable): City of Renton — Reimbursement for TPD staff time for actual cost of TPD FTE Hours Worked • Expenditure - Unbudgeted ❑ Expenditure - Grant -Funded ❑x Revenue — One -Time (e.g. asset sale, surplus equipment) ❑ Revenue - Ongoing Actual cost of TPD FTE's for Hours Worked Contractor (if applicable) City of Renton Scope of Work The City of Renton has requested use of Tukwila Police Department staff to fill in for law enforcement related activities associated with FIFA World Cup events. Officers will sign up for and deploy to assist Renton based on predetermined shifts agreeable to both the City of Tukwila and the City of Renton. The assistance provided to the City of Renton will not interfere with City of Tukwila Operations. Renton will reimburse Tukwila for actual FTE costs associated with 236 FTE assistance provided to Renton. (Reference that attached Interlocal agreement and Exhibit A.) Amount Dependent on actual staffing needs at the time of the predetermined events. Duration This Agreement is effective upon signature by all parties and shall extend through September 30, 2026, at which point it will automatically terminate unless otherwise agreed to in writing. Additional Comments: N/A ATTACHMENTS Mutual Aid Interlocal Agreement between Renton Police Department and Tukwila Police Department Minutes from 04/27/26 Community Services & Safety Committee Meeting https://tukwilawa.sharepoint.com/sites/clerksintranet/Council Agenda Items/04-27 CSS Committee/ILA between Tukwila PD and Renton PD/Agenda Bill - ILA between TPD and RPD.docx 237 2026 FIFA WORLD CUPTM MUTUAL AID INTERLOCALAGREEMENT between The City of RENTON and The City of TUKWILA WHEREAS, Chapter 39.34 RCW, the Interlocal Cooperation Act, authorizes public agencies to contract with other public agencies to perform governmental activities and deliver public services; and WHEREAS, the City of Renton (RENTON) and the City of Tukwila (PARTICIPANT) are Washington public agencies as defined in RCW 39.34.020 (hereafter collectively, the "Parties"); and WHEREAS, the authority of the cooperating agencies entering into this Agreement is that authority provided to them by Washington law, including but not limited to the Washington Interlocal Cooperation Act as codified in RCW Chapter 39.34, and the Washington Mutual Aid Peace Officers Powers Act as codified in RCW Chapter 10.93; and WHEREAS, RENTON hosts a practice facility for Major League Soccer (MLS) and will host international soccer/futbol clubs during the FIFA World CupTM in 2026 at such facility; and WHEREAS, these gatherings of spectators and visitors within the City of Renton shall be identified as "Special Events" throughout this Agreement; and WHEREAS, the Renton Police Department (RPD) has requested additional taw enforcement resources from PARTICIPANT to assist in providing a sufficient law enforcement presence in the City of Renton during the duration of the Special Event to maintain public safety as it relates to the additional spectators and visitors expected to visit the City of Renton; and WHEREAS, PARTICIPANT is qualified to provide and agrees to provide law enforcement resources and additional law enforcement officer presence for the City of Renton during the Special Events, the dates and times of which will be established in the future; NOW THEREFORE, it is agreed that the foregoing recitals are hereby ratified and accepted as part of this AGREEMENT, and, in consideration of the mutual promises and covenants herein contained, the Parties agree as follows: Page 1of7 238 RESPONSIBILITIES OF RENTON: A. RENTON will be responsible for administering and overseeing this Agreement in accordance with RCW 39.34.030, by designating an Incident Commander for the Special Event, as described in additional detail in Section III - Command Structure, below. B. RENTON shall provide PARTICIPANT the specific dates, times, number of hours, and the number of commissioned officers requested and/or needed to provide mutual aid during the Special Events (cumulatively referred to as "Event Opportunities"). C. RENTON will report to PARTICIPANT any absence, or tardiness of a committed PARTICIPANT officer who faits to report to the Event Opportunities. II. RESPONSIBILITIES OF PARTICIPANT: A. PARTICIPANT will notify and/or advertise the mutual aid Event Opportunities to all certified and commissioned police officers who are in good standing and who are then eligible to perform all necessary duties of a law enforcement officer with their employing agency. B. If PARTICIPANT'S officers volunteer to fill the Event Opportunities, PARTICIPANT's project manager will e-mail the RENTON Special Event Commander the availability to fill the requested mutual aid request in accordance with Section X, below. RENTON will provide in the e-mail, the Special Event dates/times and number of police officers that are available. RENTON will respond to the e-mail to confirm the commitment of the number of PARTICIPANT'S officers needed. Once confirmed, PARTICIPANT commits to fulfilling the mutual aid request for the confirmed number of officer(s). C. Once committed for the specified date, PARTICIPANT will make all attempts to provide the committed number of officers for that date. RENTON understands that unusual law enforcement occurrences or demands could arise which prevent PARTICIPANT from staffing as needed to fulfill the request. In this circumstance, RENTON and PARTICIPANT will work together as soon as practicable to find a mutually agreeable solution. D. PARTICIPANT'S Officers assigned to support RENTON in this agreement shall provide law enforcement services for specified Special Event. Such services shall include but are not limited to addressing issues of public safety and security. Officers are expected to serve as a visual deterrent, positively engage with community, enforce necessary law violations, and report unusual or suspicious activity occurring at Special Event. Officers performing these services shall wear the fully marked duty uniform of PARTICIPANT, in accordance with their department's policy and RCW 10.116.050. E. PARTICIPANT is responsible for time -keeping and tracking the hours worked by its officers at the Special Event. Page 2 of 7 239 III. COMMAND STRUCTURE: All law enforcement personnel assigned to the Special Event will be integrated into an overall Unified Command system commanded by the Renton Police Department. RENTON shall take charge of the Special Event operations utilizing the Incident Command System unless it specifically requests that a different agency or unit fulfill this responsibility, or unless the scope of the situation becomes multi -jurisdictional, in which case the provisions of the Washington State Mutual Aid Powers Act (RCW 10.93) become operative. Taking charge of an operation shalt include directing the assignment of all personnel and equipment. The assigning of duties to officers employed by PARTICIPANT shall be made by the supervising officer of the RENTON Police Department unless that responsibility is delegated to a different agency. PARTICIPANT'S officers assigned to specific tasks and/or posts and will perform their work under the direction of a RENTON Police supervisor. The RENTON incident commander is in charge and responsible for overall coordination with PARTICIPANT'S supervisors and/or officers in support of the Special Event. IV. REPORTING A. Reimbursement. PARTICIPANT must submit to RENTON a reimbursement request for services performed no later than thirty (30) calendars days following the month in which services were performed. B. Reimbursement Submissions. Each reimbursement submission will include the name, rank, overtime compensation rate, number of reimbursable hours claimed, and the dates those hours were worked by each officer. These numbers should be provided or supported by accounting system reports in a format approved by RENTON. This submission must be accompanied by a signed certification by an appropriate supervisor within PARTICIPANT'S department verifying that the information in the request has been personally reviewed, is accurate, and the personnel included in the reimbursement were working overtime hours to carry out the performance of this Agreement. All submissions for reimbursement must be sent to the attention of the contact person listed in Section X - Notices, below. C. Approved Expenditures. RENTON shall pay PARTICIPANT for work performed in proportion to reimbursement submission requests as approved by RENTON as specified in this Agreement. Reimbursable expenditures pursuant to this agreement are restricted to: 1. The scheduled dates and number of hours authorized by RENTON in advance; and 2. Satisfying the goal of providing adequate law enforcement presence within the City of Renton during the duration of each assigned Special Event. D. Unpermitted Expenditures. RENTON reserves the right not to reimburse PARTICIPANT for: Page 3 of 7 240 1. Any hours worked which exceed RENTON'S request for mutual aid in accordance with the Event Opportunities without RENTON'S prior approval; and 2. Any expenses incurred by PARTICIPANT other than officer overtime pay will be the sole responsibility of PARTICIPANT. E. Final Invoice. PARTICIPANT agrees to submit a final invoice to RENTON no later than thirty (30) calendar days after the expiration of this AGREEMENT and will label the reimbursement request as the "Final Bill". V. COMPENSATION: PARTICIPANT'S officers will be compensated at their hourly rate for work of this type, as determined by PARTICIPANT'S agency and its policies. Such payment schedule is attached hereto as Exhibit A, which is incorporated by this reference. VI. LIABILITY, INDEMNIFICATION & HOLD HARMLESS A. No Liability for Responding Agency. Except as expressly provided herein, neither Party shall be liable for: (i) failure to comply with any provision of this Agreement; or (ii) providing or refusing to provide aid under this Agreement. B. Mutual Release(s). Except as specifically provided herein, each Party hereby forever releases or discharges the other Party, its elected officials, employees, officers, volunteers and/or agents from any claim related to this Agreement or providing aid hereunder. C. Liability to Other Parties. Except as expressly provided herein, the Parties shall not be obligated to pay any of the other Parties to this Agreement for any damage to or destruction of any apparatus or equipment used in the performance of this Agreement. This provision shall not apply to the extent this provision would void applicable casualty insurance available to provide payment for the damage or loss of such apparatus or equipment. It is the intent of the Parties that the risk of loss to apparatus or equipment will be addressed by each Party through that Party's casualty insurance as opposed to seeking reimbursement from other Party. D. Liability to Third Parties. The term "third party" means any person or entity other than the Parties hereto. With regard to the aid provided hereunder, each Party shall be responsible for all liability arising from or related to the negligent acts or willful conduct of that Party, its elected officials, employees, officers, volunteers and/or agents which causes damage to third parties, to the extent and in proportion that such liability is caused by the negligent acts or willful misconduct of that Party, its elected officials, employees, officers, volunteers, and/or agents. E. Cross Indemnification. To the extent permitted by law, each Party agrees to indemnify, defend and hold harmless the other Party, and its officers, officials, employees, volunteers and/or agents from any and all claims, Page 4 of 7 241 demands, causes of action, Lawsuits, costs, including attorneys' fees, losses, judgments, awards or liabilities to any third party, arising out of the negligent acts or willful conduct of the indemnifying Party, its officers, officials, employees, volunteers and/or agents in connection with the performance of this Agreement. This indemnity obligation shall not apply to claims arising from the sole negligence or willful misconduct of the indemnified Party. In the event of concurrent negligence of the Parties, each Party shall be responsible only for the proportionate share of the claim that results from its own negligence. F. Survival. The provisions of this Section 6 shall survive the expiration or termination of this Agreement, by any Party. VII. INSURANCE: A. Liability and Casualty Insurance. For the duration of this Agreement, each Party shall maintain its own public liability and property damage insurance with amounts of coverage as solely determined by each respective Party against claims for injuries to persons or damage to property, which may arise from or in connection with the performance of this Agreement by its officers, officials, employees or volunteers. This insurance requirement may be satisfied by a policy or policies of insurance or a self-insurance retention program adopted by a Party. B. No Industrial Insurance Requirement. It is further specifically and expressly understood that the indemnification provisions provided herein constitutes each Party's waiver of immunity under industrial insurance, Title 51 RCW or Chapter 41.24 RCW, as the same now exists or may be hereafter amended, solely to carry out the purposes of the indemnification provisions herein. The parties further acknowledge that they have mutually negotiated this waiver. C. Waiver of Subrogation. To the extent permitted by the applicable insurance policies, each Party hereby waives any right of subrogation against the other Parties. In this regard each Party utilizing a self-insurance retention program waives subrogation for any payment thereunder. VIII. POLICE POWERS: In accordance with the authority under RCW 10.93.070(1), the City hereby consents to the full exercise of peace powers, within the City of RENTON, Washington, by any and all property certified or exempted police officers employed by PARTICIPANT in accordance with this Agreement. IX. DURATION: This Agreement is effective upon signature by all parties and shall extend through September 30, 2026, at which point it will automatically terminate unless otherwise agreed to in writing. Page 5 of 7 242 X. NOTICES: Any notice required under this Agreement must be in writing, and delivered personally to the Agreement's Project Manager using the contact information which appears below (as modified in writing from time to time by such party), by registered or certified mail, return receipt requested, or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. PARTICIPANT Commander Phil Glover Tukwila Police Department 15005 Tukwila International Blvd Tukwila, WA 98188 (206) 391-5534 p.glover@tukwilawa.gov CITY OF RENTON Commander Dan Figaro Renton Police Department 1055 S Grady Way Renton, WA 98057 (425) 430-7506 dfigaro@rentonwa.gov XI. TERMINATION: Either Party may terminate this Agreement for any reason upon sixty (60) days prior written notification to the other Party. XII. DISPOSAL OF PROPERTY: No real or personal property will be acquired, held, or used solely for the purpose of this Agreement. Each agency will be responsible for acquiring, holding, using, and disposing of its own property upon the expiration or termination of this Agreement. XIII. ENTIRE AGREEMENT: The Parties agree that the Agreement is the complete expression of the terms hereto and any oral representations or understanding not incorporated herein are excluded. XIV. MODIFICATIONS: This Agreement may only be modified, as needed, by written amendment with the approval of all Parties. For purposes of this section, after this Agreement is executed, the Parties' governing bodies agree to delegate their authority to modify this Agreement to the Police Chiefs of the participating agencies. XV. NO THIRD -PARTY BENEFICIARIES: There are no third -party beneficiaries to this Agreement, and this Agreement shalt not impart any rights enforceable by any person or entity that is not a party hereto. XVI. SEVERABILITY: If any part, paragraph, section, or provision of this agreement is held to be invalid by any court of competent jurisdiction in the State of Washington, such adjudication shall not affect the validity of any remaining section, part, or provision of this agreement Page 6 of 7 243 XVII. ACKNOWLEDGEMENT: The parties acknowledge that they have had an opportunity to fully examine this Agreement and completely understand its terms, and that they approve the same including all of the terms and conditions. XVIII. SIGNATURE AUTHORITY: By signing below, the signers of this Agreement certify that for each Party they have all proper authority necessary to bind the Party hereto, pursuant to its Articles, Bylaws, statutory or other charter, ordinances, laws, or any other rules governing such authority. IN WITNESS WHEREOF, each of the Parties has executed this Agreement effective as of the date and year first set forth above. PARTICIPANT CITY OF RENTON Thomas McLeod, Mayor Armondo Pavone, Mayor ATTEST: ATTEST: Andy Youn-Barnett, City Clerk Jason Seth, City Clerk APPROVED AS TO FORM: APPROVED AS TO FORM: Kari Sand, City Attorney Alex Tuttle, Senior Assistant City Attorney Page 7 of 7 244 EXHIBIT A Compensation for Tukwila's Participant Officers The basis of Compensation under this Interlocal Agreement (ILA) are set forth below. The City of Tukwila maintains and will provide to the City of Renton supporting documentation for all hours worked by Tukwila Officers for the City of Renton related to support for FIFA law enforcement activities. The City of Tukwila will remit bi-monthly (twice a month — tied to Tukwila pay periods) invoices to the City of Renton for actual costs of all hours worked by Tukwila staff for FIFA related activities on behalf of the City of Renton. The City of Renton will pay the invoiced amount as compensation for services rendered. Estimated Range of Officers' Pay to include incremental benefits: Highest Officer compensation hourly rate Lowest Officer compensation hourly rate Average Officer compensation hourly rate $199.90 $94.21 $140.64 245 City of Tukwila City Council Community Services & Safety Committee Meeting Minutes April 27, 2026 - 5:30 p.m. - Hybrid Meeting; Hazelnut Conference Room & MS Teams Councilmembers Present: Hannah Hedrick, Chair; Joe Torres Camacho, Armen Papyan Staff Present: Marty Wine, Pete Mayer, Eric Dreyer, Eric Lund, David Rosen, Kris Kelly Chair Hedrick called the meeting to order at 5:30 p.m. 1. BUSINESS AGENDA a. Interlocal Agreement: FIFA World Cup Law Enforcement Support Staff is seeking approval of a Mutual Aid Interlocal Agreement to provide additional law *enforcement support to Renton during FIFA World Cup events. Committee Recommendation: Unanimous approval. Forward to May 4, 2026 Regular Consent Agenda b. Resolution: Grant Applications Staff is seeking approval of a resolution that authorizes submittal of grant applications to the Washington State Recreation & Conservation Office for the turf field conversion at Tukwila Community Center and Joseph Foster Memorial Park, and for acquisition of Crestview Park. Committee Recommendation: Unanimous approval. Forward to May 4, 2026 Regular Consent Agenda c. Ordinances: Park Rules and Regulations and Repeal Foster Golf Link Fees Staff is seeking approval of an ordinance that would enact a comprehensive rewrite of Park Rules and Regulations and an ordinance that would repeal TMC Chapter 12.12, Foster Golf Links Fees, as that will now be covered in the new Rules upon adoption. Committee Recommendation: Unanimous approval. Forward to May 11, 2026 Committee of the Whole 2. MISCELLANEOUS Councilmembers and staff discussed DHS, Flock, and the PD Incidents email distribution list. Discussion only. The meeting adjourned at 6:13 p.m. Committee Chair Approval Minutes by LH 246 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6.L. Agenda Item Sponsor Legislative History Recommended Motion Tukwila City of Opportunity Scholarship Award Recommendations Thomas McLeod, Mayor and Armen Papyan, Council President Mayor's Office, City Council April 27, 2026 Committee of the Whole May 4, 2026 Regular Meeting x❑ Discussion Only ❑x Action Requested MOVE TO authorize "Tukwila City of Opportunity" Awards in the amount of $4,000 each to Kristina Cabang and Hamdi Diriye and $2,000 to Stella Zuvela EXECUTIVE SUMMARY In 2014 the City of Tukwila created the Tukwila City of Opportunity Scholarship program to provide financial assistance to high school seniors living in Tukwila to assist them in continuing their education beyond high school. Resolution 1844 which adopted the Tukwila City of Opportunity Scholarship allocates $10,000 per calendar year for scholarship awards with each award being no less than $1,000 and no more than $5,000 each. Due to the quick turnaround time between the deadline to apply and the deadline to notify scholarship recipients, this matter has traditionally been forwarded directly to the full Council for review and approval. DISCUSSION The Scholarship Selection Committee comprised of Mayor Thomas McLeod, Council President Armen Papyan, Legislative Analyst Laurel Humphrey, Recreation Coordinator Darren Hawkins, and Executive Coordinator Cheryl Thompson, received and reviewed three applications. Based upon review of the applications, consideration of all the required components and discussion by the Committee, we are recommending the following scholarship awards be approved at the May 4 Council meeting: • $4,000 each to Kristina Cabang and Hamdi Diriye. • $2,000 to Stella Zuvela. Scholarship recipients will be invited to the June 1, 2026, City Council meeting to be recognized by the Council. FINANCIAL IMPACT ❑x Expenditure - Budgeted ❑ Expenditure - Unbudgeted ❑ Expenditure - Grant -Funded ❑ Revenue — One -Time (e.g. asset sale, surplus equipment) ❑ Revenue - Ongoing Expenditures: $10,000 Revenues(if applicable): $0 Fund Source: General Fund ATTACHMENTS Scholarship applications for Kristina Cabang, Hamdi Diriye and Stella Zuvela. Minutes from 04/27/26 Committee of the Whole Meeting - to be distributed separately 247 First Name: The City of Opportunity, the Community of Choice. Tukwila City of Opportunity Scholarship Application Kristina Cassandra Mailing Address: City, State, Zip: Primary Phone: Email: Last Name: ICabang Tukwila WA 98168 Secondary Phone: Please attach the following financial documentation: FAFSA Student Aid Report (SAR) OR provide annual household income members in the household 6 I certify that the above information is true and correct and that all income is reported. I understand that this information is being given for the receipt of a scholarship; that City of Tukwila officials may verify the information on the application; and that deliberate misrepresentation of the information may subject me to prosecution under the applicable State and Federal laws. Signature Date03/31/2026 & number of Current High School: Foster Senior High School HS Advisor/HS Counselor name & email: Number of years attended HS: [5 torresj@tukwila.wednet.edu Grade Point Average (GPA): (2.75 or higher on a 4.0 scale) Attach proof of GPA; your most recent official school transcript is required in a sealed envelope. School planning to attend next year: Address, City and State of School: 4.0 University of Washington 4242 S. 144th S Tukwila, WA 98168 List your educational and professional goals and objectives for after high school graduation. List your academic honors, awards and membership activities while in high school. High School in the Philippines:: 9th. grade - N/A (Covid Iockdown) 1 0th grade - With honors, and homeroom treasurer 11 th grade - With honors, and homeroom treasurer List your community service activities, hobbies, outside interests, extracurricular activities andlor employment experience. TRIO Program, Church service, Asian Student Association Club as Media Manager, Foster Medical Society Club as Event Planner, Varsity athlete on Badminton. List the scholarships (name and dollar amount) you have received, or have applied for. I haven't yet applied and this is my first time. How did you Team about the Tukwila City of Opportunity scholarship? Counselor El Teacher ® City Website El Other Provide a written statement describing your need for financial assistance. If more space is needed please attach a separate document. Attach a Personal Essay that shares how you have served your community and made a positive difference. The Community Vision for the City of Tukwila is The city of opportunity, the community of choice. How have you served your community in ways that have made a positive difference? A. The following items must be attached to this application in order for the application to qualify for review by the scholarship committee. B. Your application will be returned to you if these items are not attached to this application. (NO EXCEPTIONS.) ❑a Proof of Residency: Most recent utility bill. Three Letters of Reference: 2 Academic References and 1 Community/Employer Reference. Most recent official high school transcript or official record alternative. Photocopies of your transcript are not acceptable. (Must be in a sealed envelope.) Documentation demonstrating financial need: • FASFA Student Aid Report (SAR) or annual income & household members; AND • Written statement describing need for financial assistance. Personal Essay about how you have served your community and made a positive difference. 249 STATEMENT OF ACCURACY I hereby affirm that all the above stated information provided by me to the City of Tukwila Scholarship Selection Committee is true, correct and without forgery. I also consent that my picture may be taken and used for any purpose deemed necessary to promote the Tukwila City of Opportunity Scholarship Program. I hereby understand that if chosen as a scholarship winner, according to City of Tukwila's scholarship policy, I must provide evidence of enrollment/registration at the post -secondary institution of my choice before scholarship funds can be awarded. Signature of scholarship applicant: Date: 03/31/2026 WitnessMylene Patton • 03/31/2026 Date: 250 First Name: The City of Opportunity, the Community of Choice. Tukwila City of Opportunity Scholarship Application Hamdi Mailing Address: City, State, Zip: Primary Phone: Email: [Tukwila WA Last Name: [98188 D i rive Secondary Phone: Please attach the following financial documentation: • FAFSA Student Aid Report (SAR) OR provide annual household income $ & number of members in the household I certify that the above information is true and correct and that all income is reported. I understand that this information is being given for the receipt of a scholarship; that City of Tukwila officials may verify the information on the application; and that deliberate misrepresentation of the information may subject me to prosecution under the applicable State and Federal laws. Signature Date 3 /24/2 0 26 Current High School: Foster High School HS Advisor/HS Counselor name & email: Number of years attended HS: 4 Jorge Torres torresjukv+rila.wednet.edu Grade Point Average (GPA): (2.75 or higher on a 4.0 scale) Attach proof of GPA; your most recent official school transcript is required in a sealed envelope. School planning to attend next year: Address, City and State of School: 3.579 Northeastern University [360 Huntington Ave, Boston, List your educational and professional goals and objectives for after high school graduation. After high school,l will be attending Northeastern University, majoring in nursing. In the future, I hope to continue growing in my field by gaining experience and expanding my knowledge. My goal is to become a nurse who makes a positive difference in the lives of others. 251 List your academic honors, awards and membership activities while in high school. List your community service activities, hobbies, outside interests, extracurricular activities and/or employment experience. Minds Matter Seattle (9th-12th grade) Stanford Civics Immersion Program Participant Youth Commissioner, City of Tukwila Equity & Social Justice Committee Member, Tukwila School District. Superintendents Student Advisory Board List the scholarships (name and dollar amount) you have received, or have applied for. How did you leam about the Tukwila City of Opportunity scholarship? Counselor 0 Teacher ❑,r City Website Other Provide a written statement describing your need for financial assistance. If more space is needed please attach a separate document. I am applying for this scholarship because financial support is essential for me to continue my education. As I prepare for college, I am aware of the costs associated with tuition, books, and other educational expenses. Receiving this scholarship would help reduce the financial burden on my family and allow me to focus fully on my studies and career goals. Attach a Personal Essay that shares how you have served your community and made a positive difference. The Community Vision for the City of Tukwila is The city of opportunity, the community of choice. How have you served your community in ways that have made a positive difference? A. The following items must be attached to this application in order for the application to qualify for review by the scholarship committee. B. Your application will be returned to you if these items are not attached to this application. (NO EXCEPTIONS.) ❑v"r Proof of Residency: Most recent utility bill. Three Letters of Reference: 2 Academic References and 1 Community/Employer Reference. Most recent official high school transcript or official record alternative. Photocopies of your transcript are not acceptable. (Must be in a sealed envelope.) Documentation demonstrating financial need: • FASFA Student Aid Report (SAR) or annual income & household members; AND • Written statement describing need for financial assistance. Personal Essay about how you have served your community and made a positive difference. 252 STATEMENT OF ACCURACY I hereby affirm that all the above stated information provided by me to the City of Tukwila Scholarship Selection Committee is true, correct and without forgery. 1 also consent that my picture may be taken and used for any purpose deemed necessary to promote the Tuirwila City of Opportunity Scholarship Program. I hereby understand that if chosen as a scholarship winner, according to City of Tukwila's scholarship policy, 1 must provide evidence of enrollment/registration at the post -secondary institution of my choice before scholarship funds can be awarded. Signature of scholarship applicant: Witness Shukri Diriye Date: 3/24/2026 Date. 3/24/2026 253 First Name: The City of Opportunity, the Community of Choice. Tukwila City of Opportunity Scholarship Application. Stella Mailing Address: City, State, Zip: Primary Phone: Email: Tukwila WA Last Name: 98188 Zuvela Secondary Phone: Please attach the following financial documentation: FAFSA Student Aid Report (SAR) OR provide annual household income $ & number of members in the household I certify that the above information is true and correct and that all income is reported. I understand that this information is being given for the receipt of a scholarship; that City of 'Tukwila officials may verify the information on the application; and that deliberate misrepresentation of the information may subject me to prosecution under the applicable State and Federal laws. Signature A DateMarch 25, 2026 Current High School: Holy Names Acade y HS Advisor/HS Counselor name & email: Number of years attended HS: 4 Anjelica Johnson AJohnson©holynarnes-sea_arg Grade Point Average (GPA): (2.75 or higher on a 4.0 scale) Attach proof of GPA; your most recent official school transcript is required in a sealed envelope. School planning to attend next year: Address, City and State of School: 3.8 University of San Diego 5998 Alcala Park, San Diego, CA 92110-2492 List your educational and professional goals and objectives for after high school graduation. My educational goals after high school graduation are to pursue to pre -sciences track at the University of San Diego and earn a B.S. in biochemistry. I am hoping to double major in biochemistry and neuroscience, since they are both fascinating to me and have many overlapping topics. After graduating college, I plan to pursue a career as a reproductive endocrinologist (REI). I will obtain my medical degree, complete a 4-year Obstetrics and Gynecology residency, and finish with a 3-year REI fellowship before corning board certified. 0 List your academic honors, awards and membership activities while in high school. Recruiter officer, ambassador, sports and spirit representative, varsity athletics (volleyball, flag football, lacrosse) List your community service activities, hobbies, outside interests, extracurricular activities and/or employment experience. Scouts BSA (Eagle Scout), Experirnental Education Unit, Gregory Seahurst Swim Club (lifeguard, front. desk, swim lessons), babysitter, flight clubs/experiences (Young Eagles, Women in Aviation, Red -Tailed Hawks, Aeronautical Explorations), club sports (volleyball, lacrosse), snowboarding List the scholarships (name and dollar amount) you have received, or have applied for. I have not received any scholarships towards my college education yet, but have applied for 13 thus far: BECU ($5000), Chubb Worldwide and Foundation ($5000 each), Daughters of the American Revolution, VFW Scout of the Year ($1000-5000), Washington Opportunity ($22500), and many others that don't fit. How did you learn about the Tukwila City of Opportunity scholarship? Counselor ❑ Teacher ❑ City Website ❑ Other Parent Provide a written statement describing your need for financial assistance. If more space is needed please attach a separate document. Separate document attached Attach a Personal Essay that shares how you have served your community and made a positive difference. The Community Vision for the City of Tukwila is The city of opportunity, the community of choice. How have you served your community in ways that have made a positive difference? A. The following items must be attached to this application in order for the application to qualify for review by the scholarship committee. B. Your application will be returned to you if these items are not attached to this application. (NO EXCEPTIONS.) ❑a Proof of Residency: Most recent utility bill. Three Letters of Reference: 2 Academic References and 1 Community/Employer Reference. Most recent official high school transcript or official record alternative. Photocopies of your transcript are not acceptable. (Must be in a sealed envelope.) Documentation demonstrating financial need: • FASFA Student Aid Report (SAR) or annual income & household members; AND • Written statement describing need for financial assistance. Personal Essay about how you have served your community and made a positive difference. 255 STATEMENT OF ACCURACY | hereby affirm that all the above stated information provided by me to the City of Tukwila Scholarship Selection Committee iStrue, correct and without forgery. | also consent that nnypicture may betaken and used for any purpose deemed necessary to promote the Tukwila City ofOpportunity Scholarship Program. | hereby understand that if chosen 83 a scholarship winner, according to City VfTUkvvi|8'S scholarship policy, | must provide evidence ofenrollment/registration at the post -secondary institution ofmychoice before scholarship funds can be awarded. Signature of scholarship applicant: 0G[kZUVelG vvuneea � It"111 Date: March 25' 2026 Date: March 30' 2026 � It" 256 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 7.A. Agenda Item the 2026 FIFA World Cup. Sponsor Nora Gierloff, Director, Department of Community Development Brandon Mies, Director, Strategic Initiatives and Government Relations Legislative History April 27, 2026 Committee of the Whole Suspending permitting for temporary banners and window signs during May 4, 2026 Regular Meeting Recommended Motion ❑ Discussion Only ❑Z Action Requested MOVE TO adopt a resolution providing for a sign holiday for temporary signage during the 2026 World Cup; suspending certain requirements of the Tukwila Municipal Code Section 19.24.040 and 19.24.080; providing a sunset provision; and establishing an effective date. EXECUTIVE SUMMARY City staff is proposing to suspend enforcement of some temporary sign regulations to coincide with the 2026 FIFA World Cup. Staff is requesting this item be forwarded to the May 4th Regular Meeting Consent Agenda. DISCUSSION The Seattle region is preparing to host six matches during the 2026 FIFA World Cup from June through July. The City's close proximity to Seattle -Tacoma International Airport, strong retail environment, and large hotel base will likely result in a significant number of visitors coming to the City during this time. The City's Office of Economic Development has been engaging with local businesses to help them prepare for increased activity and take advantage of this economic opportunity. The City is also planning to host a large block party on Baker Boulevard on June 13, as well as a viewing lounge at Westfield Southcenter that will operate throughout the duration of the World Cup. The City has also been exploring ways to support businesses during the World Cup. One opportunity identified is the temporary suspension of enforcement for certain temporary signage regulations from June 1 through August 1, 2026. Currently, the City limits temporary banners to no more than 64 square feet, with a maximum of two banners per business. In addition, temporary window signs are limited to 25 percent of the total window area. The attached resolution would temporarily suspend the size limit for banners and remove the cap on the total number of banners in commercial and industrial zones. Safety requirements, including setbacks from adjacent streets, would remain in effect. The resolution would also suspend limits on temporary window signs. These temporary provisions would be effective from June 1, 2026, through August 1, 2026. In addition, the City would waive any permit requirements for qualifying temporary signage during this period. Beginning August 2, 2026, any temporary signs not in compliance with existing City code would need to be removed or obtain any required permits. ATTACHMENTS • Draft Resolution 257 Washington eso uLion No. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, PROVIDING A SIGN HOLIDAY FOR TEMPORARY SIGNAGE DURING THE 2026 WORLD CUP; SUSPENDING CERTAIN REQUIREMENTS OF TUKWILA MUNICIPAL CODE SECTIONS 19.24.040 AND 19.24.080; PROVIDING A SUNSET PROVISION; AND ESTABLISHING AN EFFECTIVE DATE. WHEREAS, the 2026 FIFA Soccer World Cup is scheduled to begin playing at Lumen Field in Seattle, Washington in June of this year; and WHEREAS, Seattle will host a total of six matches, including two elimination matches; and WHEREAS, fans from all over the world, nation, and region will be visiting Seattle and adjacent communities, including the City of Tukwila ("City"); and WHEREAS, with nearly 2,000 hotel rooms, over 200 restaurants, and the largest mall in the Pacific Northwest, the City is expecting a significant number of visitors to the City during the World Cup; and WHEREAS, the City's Lodging Tax Advisory Committee and City Council have awarded over $2 million in lodging tax funds to prepare the City for the World Cup; and WHEREAS, the City is planning a variety of events in June and July as part of the World Cup celebration; and WHEREAS, the City is working with its businesses so they can attract customers and promote their activities during the World Cup; and WHEREAS, the City desires to exercise its prosecutorial discretion in enforcement of Title 19, the City of Tukwila Sign and Visual Communication Code ("Sign Code") in order to provide flexibility in temporary signage in certain areas of the City during the World Cup; 2026 Legislation: World Cup Sign Holiday Version: 04/20/2026 Staff: B. Miles Page 1 of 2 258 NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Suspension of Temporary Sign Regulations in Commercial and Industrial Zones. From June 1, 2026 to August 1, 2026, the City will not require a permit for temporary signs in commercial and industrial zones, as defined under Tukwila Municipal Code (TMC) sections 19.08.082, "Commercial Zones," and 19.08.150, "Industrial Zones". In addition, during this period the City will suspend enforcement actions for temporary signs in commercial and industrial zones that do not meet the criteria in TMC Sections 19.24.040(A), (B), and (D). Temporary signs must still meet the requirement in TMC Section 19.24.040(C), as well as all other applicable requirements under TMC Chapter 19.24, "Temporary Signs." Section 2. Suspension of Temporary Window Sign Regulations. From June 1, 2026 to August 1, 2026, the City will suspend enforcement actions for temporary window signs in commercial and industrial zones that do not meet the criteria in TMC Sections 19.24.080(B), (C), (D), (E), (F), and (G). Section 3. Content Neutral. This Resolution is an exercise of the City's prosecutorial discretion and shall apply equally to all temporary signage permitted under Sections 1 and 2 of this Resolution regardless of the content of the signage. Section 4. Sunset Clause. The provisions of this Resolution shall expire at midnight on August 2, 2026. After expiration of the Resolution, all signs not meeting the relevant provisions of the TMC shall either be removed or obtain required permits and meet all applicable requirements of Title 19, "Sign and Visual Communication Code". Section 5. Effective Date. This Resolution shall take effect and be in force immediately upon its passage. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of , 2026. ATTEST/AUTHENTICATED: Andy Youn-Barnett, CMC, City Clerk Armen Papyan, Council President APPROVED AS TO FORM BY: Office of the City Attorney Filed with the City Clerk: Passed by the City Council: Resolution Number: 2026 Legislation: World Cup Sign Holiday Version: 04/20/2026 Staff: B. Miles Page 2 of 2 259 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 7.B. Agenda Item Policies Sponsor Tony Cullerton, Deputy Finance Director Resolutions to Adopt a Fund Balance Policy and Update Financial Legislative History April 13, 2026 Finance & Governance Committee April 27, 2026 Committee of the Whole May 4, 2026 Regular Meeting Recommended Motion ❑ Discussion Only ❑x Action Requested MOVE TO approve resolutions to adopt a Fund Balance Policy and update the existing Financial Policies. EXECUTIVE SUMMARY Staff is recommending a new Fund Balance Policy to clearly explain how the City manages and uses its reserves. This policy builds on what we already do and brings it in line with current standards and best practices. It will make our approach easier to understand and more consistent over time. This Fund Balance Policy will modify the Reserves portion of the Financial Policies which will be subsequently updated. Staff is asking for Council approval to move this item to the April 27 Committee of the Whole meeting for further discussion. DISCUSSION The City of Tukwila has a strong history of managing its finances responsibly and planning for the long term. Its Financial Policies, adopted through Resolution 2014, provide guidance on how the City handles its budget, revenues, expenses, and reserves. These policies also make it clear that the City should maintain enough reserves to keep services running, manage financial risks, and handle unexpected situations. While these policies include some guidance on reserves, that guidance is fairly limited and part of a larger set of financial policies. Over time, the City has seen the need for clearer and more detailed direction on how fund balance should be managed. Creating a separate Fund Balance Policy helps address this by clearly defining reserve targets, fund balance categories, and when reserves can be used. The proposed Fund Balance Policy builds on the existing guidance and aligns with GASB Statement No. 54 and widely accepted public finance practices. It also sets clearer expectations for maintaining reserves, using one-time funds, and increasing balances when needed. Overall, this policy will make the City's financial practices easier to understand, more consistent, and better positioned for long-term stability. ATTACHMENTS • Draft Resolution — Adopting Fund Balance Policy • Draft Resolution — Updating Financial Policies • Minutes from 04/13 Finance & Governance Committee Meeting - to be distributed separately 260 Washington esolutton No. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, ADOPTING THE CITY OF TUKWILA FUND BALANCE POLICY. WHEREAS, the City Council of the City of Tukwila is committed to maintaining sound financial management practices and ensuring the long-term fiscal stability of the City through responsible stewardship of public resources; and WHEREAS, the City has previously established reserve guidance within its Financial Policies, adopted as Resolution No. 2096 on March 14, 2024, including Section 9, Reserves, which outlined minimum reserve levels and the treatment of certain reserve balances; and WHEREAS, the City Council desires to update and expand these reserve provisions in order to provide a clearer and more comprehensive framework governing fund balance classifications, reserve levels, and the appropriate use of financial reserves; and WHEREAS, the Fund Balance Policy establishes guidelines to support financial resiliency, maintain adequate reserves for economic uncertainty and emergency conditions, and ensure consistent and transparent financial decision making. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Findings Incorporated and Adoption of the Fund Balance Policy. The above "whereas" recitals are adopted as findings in support of this resolution, and the City of Tukwila Fund Balance Policy attached hereto as Exhibit A is adopted. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of , 2026. ATTEST/AUTHENTICATED: 2026 Legislation: Fund Balance Policy Version: 04/06/2026 Staff: T. Cullerton Page 1 of 2 261 Andy Youn-Barnett, CMC, City Clerk Armen Papyan, Council President APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Resolution Number: Office of the City Attorney Attachment: Exhibit A— City of Tukwila Fund Balance Policy 2026 Legislation: Fund Balance Policy Version: 04/06/2026 Staff: T. Cullerton Page 2 of 2 262 CITY OF TUKWILA FUND BALANCE POLICY Purpose The purpose of the Fund Balance Policy is to establish guidelines for the classification and use of fund balance in accordance with Generally Accepted Accounting Principles (GAAP) and the requirements of the Governmental Accounting Standards Board (GASB) Statement No. 54. This policy is designed to ensure long-term financial stability and sound fiscal management for the City of Tukwila by maintaining adequate fund balance levels and providing a framework for appropriate use. Scope This policy applies to all City funds, where applicable, including the General Fund, Special Revenue Funds, Internal Service Funds, and Enterprise Funds. While this policy is centered on the General Fund, other funds shall maintain balances sufficient to meet their operational needs, consistent with the purpose of each fund. Fund Balance Policy Page 1 of 7 Version: 02/17/2026 263 List of Funds Fund # Funds Type Applicable 000 General Fund General Fund Yes 101 Hotel/Motel Special Revenue Yes 103 Residential Street Special Revenue Yes 104 Bridges and Arterial Street Special Revenue Yes 105 Contingency Special Revenue No 109 Drug Seizure Special Revenue No 200 LTGO Debt Svs Debt Svs No 213 UTGO Bonds Debt Svs No 206 LID Guaranty Debt Svs No 233 2013 LID Debt Svs No 301 Land Acquisition, Rec & Parks Dev Capital Projects No 303 General Governmental Improvements Capital Projects No 304 Fire Improvements Capital Projects No 305 Public Safety Plan Capital Projects No 306 City Facilities Capital Projects No 401 Water Enterprise Yes 402 Sewer Enterprise Yes 411 Foster Golf Course Enterprise Yes 412 Surface Water Enterprise Yes 501 Equipment Rental Internal Svs Yes 502 Self- Insurance Healthcare Plan Fund Internal Svs Yes 503 Insurance - LEOFF 1 Internal Svs Yes 611 Firemen's Pension Fiduciary No 641 Noncity Custodial Fiduciary No Funds Where the Policy Does Not Apply The Fund Balance Policy is not applicable to the City's Contingency Fund, Drug Seizure Fund (100-Series), Debt Service Funds (200-level), Capital Project Funds (300-level), and certain Restricted/Fiduciary Funds (600-level). These funds are excluded because their resources are restricted, externally governed, or tied to fixed financial obligations, such as debt schedules or capital project timelines, and therefore do not accumulate Fund Balance Policy Version: 02/17/2026 Page 2 of 7 264 discretionary operating reserves for which minimum or maximum fund balance targets would apply. The City's Contingency Fund (Special Revenue Fund 105) The Contingency Fund is excluded because its balance is restricted for declared emergencies or extraordinary events and governed through separate statutory and budgetary authority. Drug Seizure Fund (Special Revenue 109) The Drug Seizure Fund is excluded from the Fund Balance Policy because its revenues are legally restricted for law -enforcement purposes and cannot be used for general governmental operations. The balance in this fund is governed by federal and state asset forfeiture laws and is expended based on allowable uses tied to police activities, training, equipment, or community safety initiatives. Because these resources do not function as discretionary operating reserves and their accumulation is driven by external enforcement activity rather than budgetary planning, establishing minimum or maximum fund balance targets is not appropriate. Debt Service Funds (200-Series) Debt Service Funds are legally restricted for the payment of principal and interest on outstanding debt. These funds do not retain ongoing operating reserves and are not intended to accumulate fund balance beyond required annual debt service payments or bond covenant provisions. Minimum or maximum fund balance targets are not relevant for these funds. Capital Project Funds (300-Series) Capital Project Funds account for the financing and construction of capital improvements and are typically funded through restricted revenues or bond proceeds. Fund balances fluctuate based on project timing and do not operate on a cyclical or recurring basis. Because resources in these funds are either restricted or committed for specific capital purposes, they are not intended to support general operating activities and therefore fall outside the scope of fund balance reserve requirements. Fiduciary Funds(600-Series) Fiduciary Funds accumulate funds that are legally restricted or held in a trustee or custodial capacity. These resources cannot be used for general governmental purposes, and their balances are governed by external requirements, or fiduciary standards rather than reserve policy standards. Applying minimum or maximum fund balance targets to these funds would be inappropriate. Fund Balance Policy Page 3 of 7 Version: 02/17/2026 265 Fund Balance Classifications In accordance with GASB Statement No. 54, fund balances will be reported using the following classifications: • Nonspendable Fund Balance — Amounts not in spendable form (e.g., inventory, prepaid items) or legally required to remain intact. • Restricted Fund Balance —Amounts constrained for specific purposes by external parties, constitutional provisions, or enabling legislation, or imposed by law. • Committed Fund Balance — Amounts constrained for specific purposes by formal action of the City Council, the City's highest level of decision -making authority. Such commitments can only be changed or removed by the same type of formal action. • Assigned Fund Balance — Amounts intended to be used for specific purposes but not formally committed. The authority to assign fund balance is delegated by the City Council to the City Administrator and/or Finance Director. Assignments are typically made during the budget process or through administrative action consistent with Council direction. • Unassigned Fund Balance — Represents the residual classification for the General Fund and includes all amounts not contained in other classifications. The General Fund is the only fund that may report a positive unassigned fund balance. Fund balance policy targets are measured against end -of -year balances and are not tied to specific fund balance classifications. Priority of Use When an expenditure is incurred for purposes for which both restricted and unrestricted fund balance is available, the City shall apply resources in the following order unless it is determined that it is in the City's best interest to modify the order on a case -by -case basis: 1. Restricted Fund Balance 2. Committed Fund Balance 3. Assigned Fund Balance 4. Unassigned Fund Balance This order of spending ensures that externally imposed restrictions are honored first, followed by Council -directed commitments, management assignments, and finally general resources. Fund Balance Policy Page 4 of 7 Version: 02/17/2026 266 Minimum Fund Balance Requirement At the close of each fiscal year, the City shall maintain an Unassigned Fund Balance in the General Fund equal to no less than 18% of prior year General Fund operating expenditures. This level is consistent with Government Finance Officers Association (GFOA) best practice guidance and is intended to provide adequate resources for cash flow needs, temporary revenue shortfalls, emergency expenditures, and economic downturns or other unforeseen events such as natural disasters. Unassigned Fund Balance may only be used for one-time purposes that do not create ongoing costs or for fiscal emergencies that compromise the City's ability to maintain essential services. A fiscal emergency may include, but is not limited to, catastrophic natural events, a sudden and significant loss of revenue, or other events posing material financial risk to the City. Any use of fund balance that reduces it below the minimum target must be approved by the City Council and include a replenishment plan to restore balances within three fiscal years, with semi-annual progress reporting. Under no circumstances shall Unassigned Fund Balance fall below 10% of prior year's General Fund operating expenditures without a formal Council emergency declaration. Maximum Fund Balance Threshold The City shall maintain an Unassigned Fund Balance in the General Fund not to exceed 25% of prior year's General Fund operating expenditures. The maximum threshold is intended to prevent the accumulation of reserves beyond what is necessary for prudent fiscal management while ensuring financial resources remain actively supporting government services and priorities. If balances exceed the maximum target, the excess should be designated for one-time strategic purposes, unless otherwise identified for a specific use, such as capital improvements, asset replacement, early retirement of outstanding debt, or other non- recurring expenditures. For purposes of calculating minimum and maximum fund balance targets, "operating expenditures" include all General Fund expenditures related to ongoing governmental operations, but exclude capital outlays, transfers to other funds, and debt service expenditures. This ensures that fund balance targets reflect normal operating activities and are not artificially impacted by one-time or non -operating transactions. Use of One -Time Revenues One-time or non -recurring revenues —such as year-end operating surpluses, proceeds from asset sales, legal settlements, or other non -operating revenues shall be used for one-time purposes, including capital investment, technology upgrades, debt reduction, enhancement of reserves, or initial funding for new programs expected to become self- sustaining. One-time revenues shall not be used to support ongoing operating expenditures. Use of these resources shall be aligned with the City's long-term financial planning objectives and communicated as part of the annual budget process. Fund Balance Policy Page 5 of 7 Version: 02/17/2026 267 Applicable Special Revenue Funds Applicable Special Revenue Funds include Hotel/Motel (101), Residential Streets (103), and Bridges and Arterial Streets (104). These funds must maintain positive cash flow and sufficient balances for ongoing operations but are not subject to minimum or maximum fund balance requirements. Proprietary Fund Reserve Treatment (400 & 500-Series) For Proprietary Funds (Enterprise and Internal Service Funds), reserve targets are expressed in terms of Net Position rather than Fund Balance. Because Proprietary Funds are operated in a business -like manner, reserve levels may be established based on factors such as operating expenses, system replacement and renewal needs, and debt service obligations. Reserve levels are intended to support rate stability, ensure the replacement of capital assets, and maintain compliance with applicable legal and regulatory requirements. Replenishment of Fund Balance In the event that the Unassigned Fund Balance is drawn down below the 18% threshold, the City shall develop a restoration plan to rebuild the balance within a reasonable period, not to exceed three fiscal years. Options for replenishment may include: • Expenditure reductions • Revenue enhancements • Collection of one-time revenues The General Fund reserve target is intended to serve as the City's primary fiscal stabilization mechanism for managing revenue volatility and unforeseen financial events. Natural Disasters In the event of a natural disaster, such as an earthquake, flood, windstorm, or other catastrophic event, the City may utilize unassigned fund balance to ensure continuity of essential government operations, protect public health and safety, and expedite recovery efforts. Expenditures may include, but are not limited to, emergency response services, temporary facilities, infrastructure repairs, and other urgent needs directly attributable to the disaster. Use of fund balance for this purpose must be authorized by the City Council and will include a replenishment plan to restore balances to policy levels. The City will also actively pursue available state and federal disaster relief funds, insurance recoveries, and other external resources to minimize reliance on fund balance. Emergency Declaration For the City to use fund balance in response to a natural disaster or similar event, an "emergency" must first be formally declared. An emergency exists when conditions threaten public health or safety, essential government services, or critical infrastructure, and immediate action is needed to protect the community. The declaration may be made by the Mayor or City Council. An emergency declaration provides the basis for accessing Fund Balance Policy Page 6 of 7 Version: 02/17/2026 268 fund balance, outlines the scope of response activities, and authorizes temporary adjustments to normal spending or operational procedures as allowed by law. Capital Reserve Policy The City may establish and maintain reserves within the Proprietary Funds, or other applicable funds to provide for capital replacement, infrastructure improvements, and technology upgrades. These reserves are intended to: • Ensure funding is available for major asset replacement without creating sudden financial stress on the operating budget. • Support the City's long-term capital improvement program (CIP). • Provide a buffer against unexpected capital needs or cost overruns. Reserves may be funded through annual appropriations, one-time revenues, or excess fund balance above policy minimums. Use of capital reserves shall require notification to the City Council at the next reasonable opportunity and must be consistent with adopted capital planning priorities. Roles and Responsibilities • City Council: Approves fund balance commitments, assignments, and policy changes. • City Administrator: Recommends use of fund balance and proposes replenishment strategies. • Finance Director: Monitors fund balance levels, prepares fund balance reports, and advises on compliance with the policy. Monitoring and Reporting Fund balance levels will be monitored throughout the year and reported in the: • Annual Budget Document • Annual Comprehensive Financial Report (ACFR), and mid -year and year-end budget amendment updates to the City Council. Policy Review This policy should be reviewed at least every three years or more frequently, if necessary, due to changes in governmental accounting standards, financial condition, or best practices. Policy Exceptions Any deviations from this policy must be approved by a majority vote of the City Council and should be accompanied by documentation outlining the rationale and any mitigating strategies. Policy Name: Fund Balance Policy Adopted: Last Reviewed: Next Scheduled Review: Fund Balance Policy Page 7 of 7 Version: 02/17/2026 269 AS ton 101 O. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, AMENDING THE CITY OF TUKWILA FINANCIAL POLICIES AT SECTION 9, RESERVES POLICY; AMENDING RESOLUTION NO. 2096 WHEREAS, the City Council of the City of Tukwila is committed to maintaining sound financial management practices and ensuring the long-term fiscal stability of the City through responsible stewardship of public resources; and WHEREAS, on May 20, 2024, the City Council adopted Resolution No. 2096, adopting Financial Policies for the City of Tukwila, which established reserve guidance within Section 9, Reserves; and WHEREAS, the City Council updated and expanded these reserve provisions in order to provide a clearer and more comprehensive framework governing fund balance classifications, reserve levels, and the appropriate use of financial reserves, collectively referred to as the Fund Balance Policy, which were adopted as Resolution No. , on April _, 2026; and WHEREAS, the adoption of a formal Fund Balance Policy will replace and supersede certain reserve provisions contained in the City of Tukwila Financial Policies; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. Amending Section 9 of the Financial Policies. The City of Tukwila Financial Policies at Section 9 are hereby amended to remove subsections b, c and e to read as follows: 2026 Legislation: Financial Policies Update Version: 04/06/2026 Staff: T. Cullerton Page 1 of 2 270 Section 9. Reserves (Cross reference: Resolution No. ####) a. Prudent financial management dictates that some portion of funds available to the City be reserved for future use. b. Use or draw down of minimum balances shall occur only upon recommendation of City Administration and approval by City Council through a resolution. Should use or draw down occur, the City Administration shall establish a plan, no later than the end of the fiscal year following the year of decline, to restore the fund balance to the prescribed minimum level. The plan shall be presented to and approved by the City Council. c. The City shall maintain a reserve in each of its self -insured health care funds in an amount equal to 1.5 times, or 150%, of the actuarially determined IBNR (incurred but not reported) balance. Use of the reserve shall occur only upon recommendation by City Administration and approval by City Council resolution. Section 2. Findings Incorporated and Adoption. The above "whereas" recitals are adopted as findings in support of this resolution, and the City of Tukwila Financial Policies attached hereto as Exhibit A are adopted. PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a Regular Meeting thereof this day of , 2026. ATTEST/AUTHENTICATED: Andy Youn-Barnett, CMC, City Clerk Armen Papyan, Council President APPROVED AS TO FORM BY: Filed with the City Clerk: Passed by the City Council: Resolution Number: Office of the City Attorney Attachment: Exhibit A— Updated City of Tukwila Financial Policies 2026 Legislation: Financial Policies Update Version: 04/06/2026 Staff: T. Cullerton Page 2 of 2 271 Financial Policies Section 1. Purpose a. The City of Tukwila is accountable to the public and shall maintain the fiscal integrity of its operating, debt service, and capital budgets while providing an appropriate level of public services within the City's financial capabilities. b. The City's Financial Policies are intended to provide guidelines for the financial planning and internal financial management of the City. Section 2. Budgeting Cross references: TMC Chapter 3.30, Resolution 1951 a. The City of Tukwila shall prepare and adopt a biennial budget in accordance with RCW Chapter 35A.34, and Tukwila Municipal Code (TMC) Chapter 3.30. Fiscal years begin January 1 and end December 31. b. The budget shall be prepared with a priority -based approach that enables resources to be allocated to the programs and services that provide the greatest value to the community. c. The budget must be developed in accordance with the policies and priorities set forth in long-term policy documents including the Equity Policy, Strategic Plan, Comprehensive Plan, City Council and community priorities, and federal and state laws. d. Within each budget cycle, the budget should be structurally balanced, which means that ongoing expenditures shall be provided for by anticipated ongoing revenue and one-time revenue should only be used for one-time expenditures unless explicitly authorized by the City Council. e. The City shall maintain a six -year Capital Improvement Program and update it with each budget cycle to ensure that all costs associated with projects are addressed. f. As part of each biennial budget process, the City shall prepare six -year expenditure and revenue forecasts for the principal operating and capital funds. Revenues will be estimated on a conservative basis. g. The City Council may informally approve mid -year budget amendments by motion prior to the submission of a comprehensive formal budget amendment at the end of the fiscal year. h. The City's employee classification and compensation plan will be maintained in a manner consistent with Council policy, applicable state and federal collective bargaining laws, and valid comparable cities. Section 3. Revenues Cross references: TMC Title 3 a. The City will maintain a diversified and stable revenue system to shelter it from short-term fluctuations. Version: 5/17/2024 272 Page 1 of 5 b. The City shall develop and maintain a Revenue Guide that describes major revenue sources available to the City of Tukwila. c. Revenue sources should be reviewed in off -budget years to account for inflation, to stay in line with market, or to ensure cost recovery at a prescribed level depending on the revenue source. Section 4. Expenditures Cross references: - Purchasing Policy (Resolution No. 2015) - Procurement Card Policy (Resolution No. 1750) - Expense Reimbursement Policy (Resolution No. 1874) a. The City shall maintain expenditure categories according to state statute and administrative regulation known as the State Auditor's Budgeting, Accounting, and Reporting System (BARS). b. Operating expenditures within funds must be supported by the operating revenues generated by that fund. c. Purchasing will be conducted with appropriate internal controls, observe fair and ethical business practices, and use wise and prudent judgement in the expenditure of public funds. Section 5. Grants Cross references: Grant Policy/Procedure in progress a. The City shall, whenever practical and advantageous, pursue grant funding. All potential grants shall be examined carefully for matching requirements, and to determine whether programs must be continued with local resources after grant funds are exhausted. b. Staff shall obtain approval from the appropriate City Council Committee before applying for any grant requiring an unbudgeted or previously unidentified local match, and staff shall obtain City Council approval prior to accepting grant agreements in amounts above the Mayor's signing authority. Section 6. Capital Improvement Program (CIP) a. Transportation improvements will be coordinated with related improvements such as utility, landscaping, sidewalks, etc. b. Whenever feasible, capital improvements shall be coordinated with related improvements of adjacent jurisdictions. c. Capital Improvement Program projects shall, whenever possible, take advantage of grants, loans or other financing external to the City. If the proposed grants or mitigation are either not funded or are reduced, the City Council will reevaluate the respective project on the basis of its value and priority level placement in the Capital Improvement Program. Version: 5/17/2024 Page 2 of 5 273 J. d. General Fund support should not be relied upon for funding capital projects. Grants and/or dedicated and restricted revenue sources should be utilized prior to seeking General Fund support. e. Non -transportation capital projects and improvements should be funded by operating revenues, grants or bonds as determined in the six -year Financial Planning Model. f. Residential streets with safety issues, high traffic volumes, high pedestrian activity and poor roadway conditions will be considered the highest priority projects. g. Residential street designs will follow basic designs for arterials, collectors, and local access streets. Designs to accommodate individual properties shall be avoided. h. Design of connecting streets is strongly encouraged. i. For City -scheduled projects located on residential streets, the City will require the undergrounding of new electrical and communication facilities pursuant to TMC Chapter 11.28. Street and road improvement projects on slopes will include roadside plantings wherever feasible to help mitigate the land used for roadway and sidewalk improvements. k. Donation of the property needed for rights -of -way and easements shall be pursued. I. Latecomer agreements, where appropriate, shall be considered an acceptable means of funding capital projects, improvements and replacements, in whole or in part. m Right-of-way agreements for cable and electrical services should be utilized to discourage excessive wiring throughout the City. n. Current arterial street improvements determined in the six -year CIP may be funded through a Local Improvement District (LID) or financing external to the City. The City may participate using operating revenues, grants or bonds based on health and safety needs or public benefit. The City may participate in the funding by financing the preliminary engineering design and professional service costs associated with planning and creating the LID. o. A majority of property owners on a street may petition the City to set up an LID to pay for residential street improvement projects, sidewalks and undergrounding of utilities. The City will evaluate the possibility of paying for the design, preliminary engineering, construction engineering, and LID formulation. The residents will pay for undergrounding utilities in the street, undergrounding from the street to their residence, the actual construction costs, and any improvements on private property such as rockeries, paved driveways, or roadside plantings. Pursuant to TMC Chapters 3.56 and 3.60, the first 1/4 cent Real Estate Transfer Tax (REET) shall be dedicated to park and open space land acquisition, and the second 1/4 cent shall be used for arterial streets, along with the parking tax, unless the City Council enacts other priorities consistent with state law distribution of REET funds. P. Version: 5/17/2024 274 Page 3 of 5 q. Street and road improvement projects shall be evaluated for the inclusion of features that support the City's Parks, Recreation and Open Space (PROS) Plan and Transportation Element of the Comprehensive plan in order to encourage walking, bicycling, and use of public transit. r. Policies will be reviewed annually and in concert with the adoption of growth management policies to ensure continuity. s. Transportation impact fees shall be collected so that "growth may pay for growth" and growth -caused improvements may be constructed. Section 7. Enterprise Funds a. Utility fund expenditures shall be fully supported by their own rates, fees, and charges and not subsidized by the General Fund. b. Utility rates should be structured to ensure adequate infrastructure development and replacement. c. Each Enterprise Fund shall be reviewed bi-annually to ensure a rate structure adequate to meet its operations, maintenance, and long-term capital requirements. d. Enterprise Fund rate increases shall be small, applied frequently, and staggered to avoid an overly burdensome increase and undue impact in any given year. e. Enterprise Fund rate increases of external agencies will be passed through to the customer. f. Infrastructure improvements such as water reuse should consider conservation of resources such as water and electricity. Section 8. Debt Cross references: Debt Policy (Resolution No. 1840) a. Appropriate management of debt is an important factor in measuring the City's financial performance and condition. Section 9. Reserves Cross references: Fund Balance Policy (Resolution No. ) a. Prudent financial management dictates that some portion of funds available to the City be reserved for future use. b. Use or draw down of minimum balances shall occur only upon recommendation of City Administration and approval by City Council through a resolution. Should use or draw down occur, the City Administration shall establish a plan, no later than the end of the fiscal year following the year of decline, to restore the fund balance to the prescribed minimum level. The plan shall be presented to and approved by the City Council. c. The City shall maintain a reserve in each of its self -insured health care funds in an amount equal to 1.5 times, or 150%, of the actuarially determined IBNR (incurred but not reported) balance. Use of the reserve shall occur only upon recommendation by City Administration and approval by City Council resolution. Version: 5/17/2024 Page 4 of 5 275 Section 10. Investments (Cross references: TMC 3.28, Resolution No. 1828) a. The City will strive to maximize the return on its investments with the primary objective of preserving capital in accordance with city policy and prudent investment practices. Section 11. Minimum Reporting Requirements a. The Finance Director shall provide a financial status update at least quarterly. b. City Administration shall provide the City Council with financial reports that reflect actual performance in various expenditures and revenues. c. City Administration shall provide the City Council with a quarterly report of all newly -executed and amended contracts, including the amount, responsible department, scope of work, and expiration date. d. Once the annual audit is complete, City Administration shall provide a report to the City Council showing compliance with the Financial Reserve Policy. Version: 5/17/2024 276 Page 5 of 5 City of Tukwila City Council Finance & Governance Committee Meeting Minutes April 13, 2026 - 5:30 p.m. - Hybrid Meeting; Hazelnut Conference Room & MS Teams Councilmembers Present: Staff Present: 1. BUSINESS AGENDA Verna Seal, Chair; Dennis Martinez, Hannah Hedrick Marty Wine, Aaron BeMiller, Tony Cullerton, Megan Marks, Kim Walden, Valerie Marino, Adam Schierenbeck A. Resolutions: Fund Balance Policy and Financial Policies Staff is seeking approval of resolutions to adopt a Fund Balance Policy and update existing Financial Policies. Committee Recommendation Unanimous approval. Forward to April 27, 2026 Committee of the Whole. B. Municipal Court Staffing Request Staff is seeking approval to add 2 FTE, a Court Operations Specialist - Bailiff and a Court Operations Specialist to support current workload in the Court. Item(s) for follow-up: Provide additional information about Court revenue to the Committee of the Whole. Committee Recommendation Unanimous approval. Forward to April 27, 2026 Committee of the Whole. C. Business & Occupation Tax Rates and Business License Fees Staff updated the Committee on a plan to replace the current per -employee business license fee with a tiered fee structure, to raise the annual B&O tax threshold to $1 million, and to implement a square footage based B&O tax for certain facilities. These changes are intended to offset each other and produce a net -zero impact on revenues. Committee Recommendation Discussion only. D. February 2026 Monthly Financial Report Staff presented the report. Committee Recommendation Discussion only. 277 City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 7.C. Agenda Item Request Additional Employees for Municipal Court Sponsor Valerie Marino, Deputy Judicial Branch Administrator Legislative History April 13, 2026 Finance & Governance Committee April 27, 2026 Committee of the Whole May 4, 2026 Regular Meeting Recommended Motion ❑ Discussion Only ❑x Action Requested MOVE TO authorize the addition of a Court Operations Specialist- Baitiff and a Court Operations Specialist positions to the Judicial Branch. EXECUTIVE SUMMARY Tukwila Municipal Court is requesting a budget amendment to support essential staffing adjustments within the Judicial Branch. Sustained increases in caseload filings, expanding legislative mandates, and heightened law enforcement activity have pushed current staffing to its limits. To maintain timely, effective, and compliant court operations, it is now critical to increase staffing levels, including converting the judge's position to full-time. This adjustment is not optional, it is necessary to ensure the court can meet its statutory obligations, protect public safety, and continue delivering reliable service to the community. DISCUSSION The City of Tukwila's commitment to ensuring public safety for its citizens, businesses and visitors is supported largely by the Tukwila Police Department. For the first time in several years the Police Department has reached full staffing levels, resulting in a measurable increase in proactive enforcement activity. While this is good news for the city, it is important to recognize the rippling impact of this increased enforcement coupled with legislative changes. Case filings at the court have significantly increased by 161% in the last year, with an overall increase of 279% in the last five years. The court is experiencing higher caseloads, including park speed zone photo enforcement tickets, search warrants, parking citations, traffic infractions, criminal violations, and school zone photo enforcement tickets. Legislative changes in recent years have introduced significant new demands on courts, stretching already limited resources and increasing the complexity of daily operations. For instance, extended jurisdiction for DUI cases and expanded responsibilities in domestic violence matters have dramatically increased administrative workload. A decade ago, DUI jurisdiction lasted two years; today, courts must manage these cases for five years. This longer timeline requires substantially more hearings, more party notifications, more case monitoring, 278 and far greater information exchange with partners such as the Washington State Patrol and the Washington State Department of Licensing. These added responsibilities are not simply procedural, they directly affect staffing capacity, timely case processing, and the court's ability to meet statutory obligations. Without corresponding support and resources, courts are being asked to do significantly more with the same —or fewer —tools. Strengthening court capacity is essential to ensure that legislative changes achieve their intended public -safety goals without overwhelming the justice system tasked with implementing them. Over the past decade, legislative changes surrounding domestic violence offenses have significantly increased the administrative workload for courts. What once required only two forms has expanded to 14 distinct documents that must be completed for each domestic -violence -related hearing. These mandates now demand rapid turnaround times, close coordination with local law enforcement record units, and ongoing monitoring to ensure timely return and processing of all required paperwork. Court dockets are consistently full, court dates are being set further out, and administrative workload has expanded beyond current staffing capacity. Hearings held have increased 19% since last year and 32% in the last 5 years. The current limited clerical staffing can no longer keep pace with the Court's growing caseload. The additional staffing will enable the court to: • Increase availability for court sessions • Prevent case backlogs and scheduling delays • Support faster adjudication of citations and violations • Improve service to residents, law enforcement, and community partners Adding a Court Operations Specialist —Bailiff (in -court clerk) position is equally critical. This role ensures accurate recordkeeping, efficient case processing, and smooth courtroom operations —functions that directly affect compliance, public safety, and operational integrity. Likewise, staffing the Court Operations Specialist (front -counter clerk) position is necessary to manage the growing volume of public inquiries, payments, citation intake, records requests, and customer service needs. Without these staffing adjustments, the Court will face mounting delays, increased administrative strain, potential liability due to missed steps in case processing and diminished service levels for the public and law enforcement. Proactive investment now will ensure the Court can operate efficiently, meet all statutory requirements, and adequately respond to the heightened enforcement activity of the Police Department. This is not simply an operational enhancement, it is a necessary step to preserve the efficiency, reliability and effectiveness of the judicial branch. 279 We respectfully request approval for a budget amendment totaling $276,192 to support the following staffing changes: 1. Add 1 FTE Court Operations Specialist -Bailiff position 2. Add 1 FTE Court Operations Specialist position It is important to inform the Council that these caseload increases also support the need to increase the presiding judge's position from .90 FTE to a full-time position. Since the judge's position is appointed by the Mayor and approved by the City Council, the request for increasing the judge's position will be submitted by the Mayor's office at a later date. FINANCIAL IMPACT Complete for all items with fiscal implications Disclaimer; Final terms and scope of work subject to review by the City Attorney ❑ Expenditure - Budgeted Expenditures: Fund Source: $276,192 = $272,692 General Fund Expenditure - Unbudgeted ❑ Expenditure - Grant -Funded (salaries & benefits) + ❑ Revenue — One -Time (e.g. $3500 (equipment) asset sale, surplus equipment) Receivables (if applicable): Revenue - Ongoing $813,282.53 (per Finance Department) ATTACHMENTS A. Case Filings (2021-2025) B. Hearings Held (2021-2025) C. Budget Supported Organization Chart D. 2026 Court Positions Salaries E. Receivables (2021-2025) - added after 04/13 F&G Meeting F. Court Total Budget 2026 - added after 04/13 F&G Meeting G. Minutes from 04/13 Finance & Governance Committee Meeting - to be distributed separately 280 Exhibit A CASES FILED Year CASES FILED % DIFFERENCE (+/-) 2025 11,124 161% *2 park speed zone photo enforcement cameras implemented July 2025 2024 4,254 8% 2023 3,941 -23% 2022 5,092 74% 2021 2,934 12,000 10,000 8,000 6,000 4,000 2,000 2025 *School zone photo enforcement began in October 2021 with 2 cameras 279% Total Percentage of Case Fillings Increase between 2021-2025 61% Total Percentage of Case Fillings Increase 274% 4,254 2024 8% 3,941 2023 IIIIN CASES FILED DIFFERENCE (+/-) 2022 2,934 2021 200% 150% 100% 50% 0% -50% 281 Exhibit HEARINGS HELD YEAR HEARINGS HELD % DIFFERENCE (+/-) 2025 11,155 19% *2 park speed zone photo enforcement cameras implemented July 2025 2024 9,369 6% *563 Blake Hearings 2023 8,845 5% *242 Blake Hearings 2022 8,413 2021 8,467 12,000 10,000 8,000 6,000 4,000 2,000 11,155 2025 19% -1% *school zone photo enforcement began in October 2021 32% Total Percentage Increase of Hearings Held between 2021-2025 Total Percentage Increase of Hearings Held 32% 9,369 6% 2024 8,845 2023 5% 8,413 Inn HEARINGS HELD —% DIFFERENCE (+/-) 2022 8,467 2021 25% 20% 15% 10% 5% 0% -5% 282 Exhibit TUKWILA MUNICIPAL COURT PROPOSED ORGANIZATION CHART Court Operations Associate - Bailiff (1) (Add 1) Deputy Judicial Branch Administrator Program Coordinator/Court Operations Supervisor Court Operations Associate (2) (Add 1) Court Support Services Manager Court Support Services Case Manager Court Support Services Specialist Presiding Judge .90 FTE (Increase to 1 FTE) Judicial Branch Administrator Program Coordinator/Court Operations Trainer/IT Specialist Court Operations Assistant 283 Exhibit 2026 Court Positions Salaries Municipal Court Judge Social Security Medicare PERS Ind Insurance Medical/Dental Vision Life Ltd WPFML Total With Benefits Pay Grade Monthly n/a Annually 90% 100% Difference 90% 100% Difference $16,957.00 $18,841.00 $1,884.00 $1,051.33 $1,168.14 $116.81 $245.88 $273.19 $27.31 $946.20 $1,051.33 $105.13 $32.51 $32.51 $0.00 $1,891.56 $2,101.74 $210.18 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $54.74 $60.83 $6.09 $21,179.22 $23,528.74 $2,349.52 $203,484.00 $226,092.00 $22,608.00 $11,439.00 $11,439.00 $0.00 $2,950.52 $3,278.33 $327.81 $11,354.41 $12,615.93 $1,261.52 $390.12 $390.12 $0.00 $22,698.72 $25,220.88 $2,522.16 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $595.64 $595.64 $0.00 $252,912.41 ;$279,631,90 $26,719.49 Court Operations Associate Social Security Medicare PERS Ind Insurance Medical/Dental (Employee/Spouse/2+ Children) Vision Life Ltd WPFML Total With Benefits Monthly Step 1 Step 2 Step 3 Step 4 Step 5 12 $5,408.00 $5,679.00 $5,963.00 $6,265.00 $6,575.00 $335.30 $352.10 $369.71 $388.43 $407.65 $78.42 $82.35 $86.46 $90.84 $95.34 $301.77 $316.89 $332.74 $349.59 $366.89 $32.51 $32.51 $32.51 $32.51 $32.51 $3,138.83 $3,138.83 $3,138.83 $3,138.83 $3,138.83 $17.30 $17.30 $17.30 $17.30 $17.30 $7.00 $7.00 $7.00 $7.00 $7.00 $10.55 $11.07 $11.63 $12.22 $12.82 $17.46 $18.33 $19.25 $20.23 $21.23 $9,347.14 $9,655.38 $9,978.43 $10,321.95 $10,674,57 Annually Step 1 Step 2 Step 3 Step 4 Step 5 $64,896.00 $4,023.55 $940.99 $3,621.20 $390.12 $68,148.00 $4,225.18 $988.15 $3,802.66 $390.12 $71,556.00 54,436.47 $1,037.56 $3,992.82 $390.12 $75,180.00 $4,661.16 $1,090.11 $4,195.04 $390.12 $78,900.00 $4,891.80 $1,144.05 $4,402.62 $390.12 $37,665.96 $37,665.96 $37,665.96 $37,665.96 $37,665.96 $207.60 $207.60 $207.60 $207.60 $207.60 $84.00 $84.00 $84.00 $84.00 $84.00 $126.55 $132.89 $139.53 $146.60 $153.86 $209.51 $220.01 $231.01 $242.71 $254.72 $112 165 48 5115,864.57 $119,741.07 $123 863 30 $128;094.73 Court Operations Specialist - Social Security Medicare PERS Ind Insurance Medical/Dental (Employee/Spouse/2+ Children) Vision Life Ltd WPFML Total With Benefits aili 128,094.73- Court Operations Associate 144,597.28 - Bailiff 272,692.01 Total for clerk positions Monthly Step 1 Step 2 Step 3 Step 4 Step 5 -17 $6,405.00 $6,725.00 $7,063.00 $7,413.00 $7,784.00 $397.11 $416.95 $437.91 $459.61 $482.61 $92.87 $97.51 $102.41 $107.49 $112.87 $357.40 $375.26 $394.12 $413.65 $434.35 $32.51 $32.51 $32.51 $32.51 $32.51 $3,138.83 $3,138.83 $3,138.83 $3,138.83 $3,138.83 $17.30 $17.30 $17.30 $17.30 $17.30 $7.00 $7.00 $7.00 $7.00 $7.00 $12.49 $13.11 $13.77 $14.46 $15.18 $20.68 $21.71 $22.80 $23.93 $25.13 $10,481.19 610,845.18 $11,229.65 $11,627.78 512,049.78 Annually Step 1 Step 2 Step 3 Step 4 Step 5 $76,860.00 $4,765.32 $1,114.47 $4,288.79 $390.12 $80,700.00 $5,003.40 $1,170.15 $4,503.06 $390.12 $84,756.00 $5,254.87 $1,228.96 $4,729.38 $390.12 $88,956.00 $5,515.27 $1,289.86 $4,963.74 $390.12 $93,408.00 $5,791.30 $1,354.42 $5,212.17 $390.12 $37,665.96 $37,665.96 $37,665.96 $37,665.96 $37,665.96 $207.60 $207.60 $207.60 $207.60 $207.60 $84.00 $84.00 $84.00 $84.00 $84.00 $149.88 $157.37 $165.27 $173.46 $182.15 $248.14 $260.53 $273.63 $287.19 $301.56 6125,774.28 $130,142.19 $134,755.79 $139,533.20 $144,597.28 284 Exhibit E DIFFERENCE YEAR RECEIVABLES (+/-) 2025 $ 813,282.53 2024 $367,958.87 2023 $ 365,217.63 2022 $ 491,117.90 2021 $ 283,520.07 RECEIVABLES- TKM 121% *2 park speed zone photo enforcement cameras implemented July 2025 1% -26% 73% *school zone photo enforcement began in October 2021 187% Total Percentage Receivables Increase between 2021-2025 $900,000.00 $813,282.53 $800,000.00 121 % $700,000.00 $600,000.00 $ 500, 000.00 $400,000.00 $300,000.00 $200,000.00 $100, 000.00 $- 2025 Total Percentage Receivables Increase 1.8 % 67,958.87 $365,217.63 2024 SIRE E A E -26% 2023 2022 DIFFERENCE (+/-) $283,520.07 2021 140% 120% 100% 80% 60% 40% 20% 0% -20% -40% 285 Exhibit F Tukwila Municipal Court total budget for 2026: $2,504,217.00 286 City of Tukwila City Council Finance & Governance Committee Meeting Minutes April 13, 2026 - 5:30 p.m. - Hybrid Meeting; Hazelnut Conference Room & MS Teams Councilmembers Present: Staff Present: 1. BUSINESS AGENDA Verna Seal, Chair; Dennis Martinez, Hannah Hedrick Marty Wine, Aaron BeMiller, Tony Cullerton, Megan Marks, Kim Walden, Valerie Marino, Adam Schierenbeck A. Resolutions: Fund Balance Policy and Financial Policies Staff is seeking approval of resolutions to adopt a Fund Balance Policy and update existing Financial Policies. Committee Recommendation Unanimous approval. Forward to April 27, 2026 Committee of the Whole. B. Municipal Court Staffing Request Staff is seeking approval to add 2 FTE, a Court Operations Specialist - Bailiff and a Court Operations Specialist to support current workload in the Court. Item(s) for follow-up: Provide additional information about Court revenue to the Committee of the Whole. Committee Recommendation Unanimous approval. Forward to April 27, 2026 Committee of the Whole. C. Business & Occupation Tax Rates and Business License Fees Staff updated the Committee on a plan to replace the current per -employee business license fee with a tiered fee structure, to raise the annual B&O tax threshold to $1 million, and to implement a square footage based B&O tax for certain facilities. These changes are intended to offset each other and produce a net -zero impact on revenues. Committee Recommendation Discussion only. D. February 2026 Monthly Financial Report Staff presented the report. Committee Recommendation Discussion only. 287 Thomas McLeod, Mayor T0: Mayor's Office - Marty Wine, City Administrator The city of opportunity, the community of choice Mayor McLeod Councilmembers FROM: Marty Wine, City Administrator DATE: April 28, 2026 SUBJECT: City Administrator's Report The City Administrator Report is meant to provide the Council, staff, and the community with an update on the activities of the City and on issues that concern Tukwila. Please let me know if you have any questions or need additional information about any of the following items. I. Intergovernmental Update • Sound Cities Association: Mayor McLeod attended a Sound Cities Association Mayors Meeting on April 14, participated in the Sound Cities Association Board meeting on April 15 and the Sound Cities Association Executive Committee meeting on April 22. • South King County (SKC) Human Services Planners: Human Services staff attended the monthly SKC Human Services Planners meeting on April 15 about the 2027-28 budget cycle. • Miracle Village: Human Services staff attended the Miracle Village Community Action Committee on April 15 which focused on successes and program needs. • Statewide Recycling Coordinators Meeting: Staff attended Ecology's semi-annual statewide Recycling Coordinators Meeting on April 16, 2026. • Bow Lake Recycling and Transfer Station Tour: Public Works staff arranged a tour with King County's Bow Lake Recycling and Transfer Station on April 17. City Administrator Wine and Councilmembers Hedrick and Ho participated in the tour. • Middle School Salmon Release: Public Works staff supported Tyee Middle School salmon release and water quality testing event at Gene Coulon Park April 20. Environmental Compliance staff taught students about macroinvertebrates and stormwater effects. • Cascade Water Alliance: Mayor McLeod chaired a Cascade Water Alliance Finance & Intergovernmental Committee meeting on April 21 and participated in a Cascade Water Alliance Board meeting on April 22. • Puget Sound Regional Council: Mayor McLeod participated in a Puget Sound Regional Council Executive Board meeting on April 23. • Sound Transit: On April 23 Mayor McLeod participated in a Sound Transit Board of Directors meeting. Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 288 City Administrator's Report April 28, 2026 Page 2 • Mental Illness & Drug Dependency Pre -Meeting: Human Services staff attended the Sound Cities Association Mental Illness & Drug Dependency pre -meeting regarding the implementation plan for funding. • Housing Futures Center: Community Development staff attended a kick-off meeting for the Housing Futures Center, a partnership between Puget Sound Regional Council and University of Washington to focus on housing policy research and development. II. Community Events • King County Metro Neighborhood Pop-up: Transportation Demand Management staff tabled with King County Metro Neighborhood Pop-up at Tukwila Library on April 6 promoting the SKC Trips sustainable transportation rewards program and distributed ORCA cards. • Transportation Drop -in for Highline College: On April 7 Transportation Demand Management staff tabled at a Transportation Drop -in for Highline College students and provided sustainable transportation information and resources. • World Cup Readiness Webinar: Transportation Demand Management staff presented about free $25 ORCA cards for employers at a World Cup Readiness Webinar hosted by the Seattle Southside Chamber of Commerce on April 14. • Critical Area Ordinance Open House: Community Development staff held an open house for the Critical Area Ordinance update at the Sullivan Center on April 15. • King County Promotores Network: Transportation Demand Management staff presented to King County Promotores Network about transportation support we can offer organizations such as providing staff transportation trainings or tabling outreach events. • Green Tukwila: Green Tukwila had a record -breaking Earth Month with 17 public and private events in the Parks System, two eco-education events about the watershed for the public and hosting a successful Duwamish Alive event with Friends of the Hill. • Weekend Internship Program: EarthCorps in collaboration with Green Tukwila is hosting a weekend internship at the Tukwila Community Center and Codiga Park. 30 youth have registered for the program. • Crestview Park has officially been activated as a new restoration site for Green Tukwila. Public work parties will start in June. • Adopt a Road Program: Public Works is preparing to launch the new "Adopt a Road" program to support litter control in public rights of way. Signup forms for community groups and businesses will be available soon. III. Staff Updates Public Safety • Safety Plan for FIFA World Cup: The Police Department Commanders met with King County Sheriff's Office personnel to plan for safety around the transit locations during FIFA World Cup event. Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 289 City Administrator's Report April 28, 2026 Page 3 Project Updates • Tukwila Community Van: A second location for Tukwila Community Van is being added at Riverton United Methodist, in addition to the van available at Tukwila Community Center. Metro provides the van and community members can schedule group trips as a volunteer driver or passenger. Trips can be requested by riders or drivers for anything from shopping, local events, to medical appointments or group outings. Volunteer drivers are needed. • Urban Plan Sessions at Foster High School: Inclusion and Engagement staff, Economic Development staff and Planning staff participated in the Urban Plan sessions at Foster High on April 24. These sessions were hosted by the Urban Land Institute to introduce students to real estate and community development and will continue through May 8. The sessions were held in classes taught by Oisin Gunning. • Fort Dent Levee Repair: King County is currently advertising for construction. The project team will be attending the Tukwila State of the City event to provide project information to the public. • Orillia Road S Overlay: WSDOT has approved several changes to the project limits and scope which will allow the project to move forward to final design. The plan is to start construction in late 2026. • Interurban Overlay: During final design, it was discovered that a portion of the right of way on the north side of Interurban between Gateway Drive and S 140th St may be owned by Seattle City Light. Since this is a federally funded project, additional agreements may be required to proceed with sidewalk, ramps, and other improvements using grant funds. • Desimone Levee: King County is doing geotechnical investigation this week near the Desimone levee. Flaggers will be in place to direct trail users through the work area. • On- and Off -Ramp Clean -Up: Layland Construction, LLC has been contracted to clean 15 highway and state route on- and off -ramps that are within the City of Tukwila three times each by July 31. The first round of cleaning will begin on May 5. Employee Service Anniversaries Thank you to our City staff for their service to the Tukwila Community. April, 2026 Bao Trinh Systems Administrator, Mayor's Office 29 Years Trina Cook Police Information Analyst, Police 26 Years Brandon Miles Director of Strategic Initiatives & Government Relations, Mayor's Office 23 Years Joshua Vivet MCU Detective, Police 22 Years Rachelle Sagen Permit Supervisor, DCD 11 Years Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 290 City Administrator's Report April 28, 2026 Page 4 Boards, Commissions and Committees We welcome the City Council to encourage community members to apply for vacant Board & Commission positions. • Arts Commission: The next meeting is scheduled for May 20, 2026. 2 Resident position terms expire March 31, 2027. VACANT: 1 Resident Position. • Civil Service Commission: The next meeting is scheduled for May 21, 2026. No vacancies. • COPCAB: The next meeting is scheduled for May 4, 2026. 1 business/resident position term expires March 31, 2027. 1 resident position term expires March 31, 2027. 1 school district position expires March 31, 2027. VACANT: 1 Business position and Student Representative. • Equity & Social Justice Commission: The next meeting is scheduled for May 7, 2026. 1 City Employee position term expires March 31, 2027. 1 Education/Community position terms expire March 31, 2027. 2 Community position terms expire March 31, 2027. VACANT: 1 Community position. • Human Services Advisory Board: The next meeting is scheduled for May 21, 2026. 1 Resident position term expires March 31, 2027. 1 Business/Resident position term expires March 31, 2027. No vacancies. • Library Advisory Board: The next meeting is scheduled for May 5, 2026. 4 Resident position terms expire March 31, 2027. VACANT: Student Representative. • Lodging Tax Advisory Committee: The next meeting is scheduled for May 8, 2026. All positions are 1-year terms. VACANT: 1 Business Collecting Tax Representative & 1 Business Funded by Tax Representative. • Park Commission: The next meeting is scheduled for May 13, 2026. 2 Community position terms expire March 31, 2027. VACANT: Student Representative. • Planning Commission: The next meeting is scheduled for May 28, 2026. 3 Resident positions expire March 31, 2027. No vacancies. Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 291