Loading...
HomeMy WebLinkAboutReg 2026-05-04 Item 6D - Contract - Southcenter Blvd Water Main Replacement & Sewer Upgrades Design with BHC Consultants for $581,396City 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 .PllinPIP01 Tony F., PIM") r X,101 Ai P,I01aBege 0.44414901vk Staff Enor, 1:000001, Perin# i,,,,ean, gfgtPa'o.,o,Aihiit CAD Leo CAD Anthony a„ Fr014041 sto,f, ' ,Ac't9 li.**,,c, BHC $1104.0nealta4s tnfiiiied , ,BueloW 42026 2027 Total Budget ''' ' ''' , ,,?it Services ''.:40.Year l' ' %Services' -itrifeare $297*" 12174°' '''$22435 ' , "'$'1849° s ' $2674° ' $1912° ' '''' $1511° $179° :41" ' 44ours Ex wises Cost"' APS: Pio' m"' S. - /4" 010 ProjectManagement . 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 3200.$191 $7,836 $7,836 $3,918 $4,075 $7,992 010.3 City Communications 40.00 32.00 12.00 8.00 . . 9200._ $488 $19,993 $19,993 $9,996 $10,396 $20,393 010.4 Project Team Coordination 24.00 24.00 24.00 4.00 4.00 4.00 84.00 $438 $17,947 $17,947 $8,973 $9,332 $18,305 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 MIRY 14104110n Services WO% 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 $19,600 $1,960 $21,560 $21,560 $21,560 $21,560 020.4 APS CCTV Services $41,794 $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 wo Field Servey Bereiees 030.1 Coordinate with Psomas 4.00 8.00 4.00 2.00 18.00 $95 $3,877 $3,877 $3,877 $3,877 030.2 Psomas Survey Services $71,434 $7,143 $78,577 $78,577 $78,577 $78,577 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 . .%.DenigriSerVices 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 . . . . 040.2.a Establish Water Main Alignment (Plan View) 6.75 13.75 31.00 2.00 6.25 61.25 121.00 $531 $21,776 $21,776 $21,776 $21,776 040.2.b Establish Sewer Main Alignment (Plan View) 6.75 13.75 31.00 2.00 6.25 61.25 121.00 $531 $21,776 $21,776 $21,776 $21,776 2.00 4.00 8.00 2.00 8.00 040.2.c Develop Preliminary Traffic Control Concepts . . 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 13.00 $63 $2,590 $2,590 $2,590 $2,590 040.4 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/Quality Control (QA/QC) Review 12.00 4.00 . . 16.00 $111. $4,550 $4,550 $4,550 $4,550 1.00 2.00 4.00 040.6 Submit Preliminary Design Documents . . 7.00 $30 $1,239 $1,239 $1,239 $1,239 040.7 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 $64,809 050 Final Design SerVices 050.1 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_ $43,391 $43,391 $21,696 $22,563 $44,259 050.2.b Develop Specifications/Special Provisions 2.00 8.00 16.00 16.00 4200.$201 $8,236 $8,236 $4,118 $4,283 $8,401 050.2.c Visit the Site 4.00 4.00 4.00 1200.$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 QA/QC Reviews 1200. 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 . . . . 11.00 22.75 51,50 3.00 10.50 101.75 050.2.a Develop Design Drawings . . 200.50 $879 $36,044 $36,044 $18,022 $18,743 $36,765 050.2.b Develop Specifications/Special Provisions 2.00 6.00 12.00 10.00 30.00 $144. $5,920 $5,920 $2,960 $3,078 $6,038 050.2.c Prepare OPCC 2.00 2.00 8.00 1200. $59 $2,405 $2,405 $1,203 $1,251 $2,453 050.2.d Conduct QA/QC 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 . . . . 050.3.a 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 OPCC 1.00 2.00 4.00 7.00 $35 $1,433 $1,433 $717 $745 $1,462 050.3.d Conduct QA/QC Reviews 8.00 4.00 12.00 $81 $3,330 $3,330 $1,665 $1,732 $3,397 050.3.e Submit final 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 $148,257 000 Per104009 Stleport and!tallelleldee Poordination Services 060.1 Coordinate with WSDOT 6.00 6.00 8.00 16.00 36.00 $206 $8,436 $8,436 $4,218 $4,387 $8,605 060.2 Coordinate with King County Parks 8.00 6.00 4.00 1200.4.00 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 2.00 060.4 Coordinate with the Lift Station 13 Design Consultant 12.00 6.00 4.00 12.00 . ... 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 1200.$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 $36,510 070 Bid Support Services 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 2.00 600 6.00 14.00 $72 $2,952 $2,952 $3,070 $3,070 070.3 Prepare Addenda 8.00 8.00 4.00 2.00 8.00 2.00 3200.$156 $6,380 $6,380 $6,636 $6,636 070.4 Bid 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 $11,502 999 ,MenadeleentReserve180 999.1 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 Page 1 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