Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reg 2026-05-04 Item 6F - Contract - Ryan Hill Utilities Improvements & Priority Upgrades: Design & Bid Support with PACE Engineers for $1,065,580.60
City of Tukwila Thomas McLeod, Mayor Marty Wine, City Administrator AGENDA BILL ITEM NO. 6.F. Agenda Item PACE Engineers design contract for Ryan Hill Utility Improvements and Priority Upgrades Sponsor Adib Altallal, Utilities Project Manager Legislative History April 27, 2026 Transportation & Infrastructure Services Committee May 4, 2026 Regular Meeting Consent Agenda Recommended Motion 0 Discussion Only El Action Requested MOVE TO Authorize the mayor to sign the design contract with PACE Engineers for an amount not to exceed $1,065,580.60. EXECUTIVE SUMMARY Council action is requested to authorize a professional services contract with PACE Engineers to begin design on several water and sewer projects identified in the Capital Improvement Program. Design work is planned to start in spring 2026 and is expected to be completed in summer 2027. The proposed agreement amount is $1,065,580.60. Staff is requesting this item be forwarded to the May 4th Regular Meeting Consent Agenda. DISCUSSION This contract will provide designs for upgrades to the three highest priority sewer and water needs throughout the City. CIP projects served by this contract are listed on the table below. 92540103 99940201 92540101 82541201 Ryan Hill Water Infrastructure Upgrade Ryan Hill Sewer Revitalization 1 33rd Watermain Replacement and Intertie Rebuild Annual Small Drainage Program Total Scope of Design Work $ 2,000,000 (2025-26) $ 1,600,000 (2026) $ 475,000 (2028) $ 110,000 (2026) $4,075,000.00 $342,953.21 (32%) $449,511.27 (42%) $183,116.12 (17%) $90,000.00 (9%) $1,065,580.60 This contract will support design of the City's three highest priority utility upgrades. It also reflects a shift in Ryan Hill project priorities, with some originally planned work (such as land acquisition) being deferred so the City can focus first on the most urgent water and sewer needs. Construction funding and any needed CIP budget updates for these projects will be brought forward through the 2027-2028 biennial budget process. FINANCIAL IMPACT Complete for all items with fiscal implications Disclaimer: Final terms and scope of work subject to review by the City Attorney 104 Expenditures: Fund Source: © Expenditure - Budgeted ❑ Expenditure - Unbudgeted ❑ Expenditure - Grant -Funded III Revenue — One -Time (e.g. asset sale, surplus equipment) ❑ Revenue - Ongoing $586,069.33 (Water Fund) $479,511.27 (Sewer Fund) $90,000.00 (Surface Water Fund) Revenues (if applicable): Water Enterprise Fund Sewer Enterprise Fund Surface Water Fund Contractor (if applicable) PACE Engineers Scope of Work Prepare designs for several high priority water and sewer upgrades (replace or abandon approximately 8,000 LF of water and sewer mains and related appurtenances). Amount $1,065,580.60 Duration Design is estimated to take 14 months Additional Comments: during the 2027-2028 budget process. CIP project adjustments will be provided ATTACHMENTS • Professional Services Agreement with PACE Engineers • Design Scope & Fee • Map - Ryan Hill Utility Improvements & Priority Updates - added after 04/27 TIS Meeting • Minutes from 04/27/26 Transportation & Infrastructure Services Committee - to be distributed separately 105 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and PACE Engineers, Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform design and bid support services in connection with the project titled Ryan Hill Utilities Improvements and Priority Upgrades. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending 31 December 2028, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than 31 December 2027, unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $1,065,580.60 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 106 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1 Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 107 4. Professional Liability with limits no Tess than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 108 Page 3 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Ken Nilsen 11255 Kirkland Way #300 Kirkland, WA 98033-3417 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 109 DATED this day of , 2026. CITY OF TUKWILA Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Andy Youn, City Clerk APPROVED AS TO FORM: Office of the City Attorney CONSULTANT: By: Printed Name: Title: CA revised May 2020 110 Page 5 WATER I LAND I INFRASTRUCTURE I FACILITIES A Verdantas Company April 10, 2026 Adib Altallal City of Tukwila Public Works Department 6300 Southcenter Blvd Tukwila, Washington 98188 By email: Adib.Altallal@TukwilaWA.gov Subject: Ryan Hill Utility Improvements and Priority Upgrades Proposal for Professional Engineering Services PACE Proposal No. P24-416 Dear Adib: PACE Engineers (PACE) appreciates the opportunity to submit this budget proposal for professional services for the Ryan Hill Utilities Improvements and Priority Upgrades Project based on the information you have provided. The City of Tukwila is undertaking a comprehensive infrastructure project to address critical water, sewer, and stormwater needs in the Ryan Hill and South Hill residential areas. This project focuses on the replacement and extension of approximately 5,800 feet of water mains, ranging from 8" to 12" in diameter, to enhance the reliability and efficiency of the neighborhood's utilities. In addition, PACE will identify the cause of localized flooding on private properties on Beacon Avenue South near South Creston Street and develop the design of new stormwater infrastructure to mitigate/eliminate the flooding. Sanitary sewers in the South Hill vicinity that were originally installed in easements within back yards along two separate blocks will be assessed for condition and integrity. Alternatives for rehabilitation or replacement will be developed for consideration of further improvements. SCOPE OF SERVICES The detailed Scope of Services for this project is included with this letter. FEE ESTIMATE We propose to provide the services outlined in the attached scope on a Time -and -Expense (T&E) basis for an estimated fee of $ 1,065,580.00 in accordance with the attached Rate Schedule and detailed budget estimate. 11255 Kirkland Way, Suite 300 Kirkland, Washington 98033-3417 425.827.2014 111 April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 2 of 6 PACE reviews its rates on an annual basis, with updates effective January 1 of each year. T&E contracts will be billed at the current year's Rate Schedule. ASSUMPTIONS AND EXCLUSIONS Assumptions and Exclusions are included in the attached detailed scope of services. DURATION OF PROPOSAL VALIDITY This proposal is valid for 60 days from date of issue. STANDARD CONTRACT PROVISIONS The general understandings applicable to our relationship with you are set forth in the PACE Terms and Conditions that are included in this proposal. The Client's particular responsibilities are also set forth in the Terms and Conditions. This proposal together with the attached PACE Hourly Rate Schedule, represents the entire understanding between our respective companies for this project and can only be modified in writing signed by both companies. If the financial responsibility for this project changes, by sale or other agreement, for the service(s) outlined within this proposal, it is the responsibility of the Client listed on this agreement to notify PACE in writing, including the billing information for the responsible party and the date of change of financial responsibility for the project. The Client agrees that, until a new contract is established between the new financially responsible party and PACE, the Client on this agreement is responsible for payment of all services. TERMS AND CONDITIONS OF AGREEMENT CLIENT and PACE Engineers (PACE) agree that the following provisions shall be a part of their agreement. 1. SERVICES TO BE PROVIDED. PACE agrees to provide the CLIENT, for the CLIENT's sole benefit and exclusive use, the consulting services identified in PACE's proposal (Scope of Services and Fee). The Proposal, together with these Terms and Conditions, form the Agreement under which the services will be performed and shall have control over any other forms of agreements unless specifically modified in writing and signed by PACE and the CLIENT. If a service is not specifically identified in the proposal, it is expressly excluded. PACE shall have no other obligations, duties, or responsibilities except as specifically provided in the Agreement. 2. STANDARD OF CARE. PACE's services will be performed in a manner consistent with the care and skill ordinarily exercised by members of the profession practicing under similar conditions at the same time and in the same or similar locality. When the findings and recommendations \\co;4.1. ceen;r, comAd ta1Piojects\KIR\ 241._ (,C[PROPOSALS\\:.Nr INEERINGlP24.-4.fit,City of1ukw1aRy rrPitt Utilities \ r np nrg\2 tr,>ti . a;Oi f l2.riC_P-t?4-10 FINAL '('C PE1.Ryrn ,-lilt proposal te:cr..rfocx 112 A Verdantas Company April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 3 of 6 of PACE are based on information supplied by CLIENT and/or others, such findings and recommendations are correct to the best of PACE's knowledge and belief. No warranty, express or implied, is made or intended by this agreement, or by the foregoing statement of the applicable standard of care, or by providing consulting services, or by furnishing oral or written reports of findings made. No entity other than CLIENT or PACE shall be construed as a beneficiary to this Agreement. 3. INSURANCE COVERAGE. PACE is protected by Worker's Compensation insurance as required by applicable state laws and will maintain employer's liability coverage. During the performance of this Agreement, PACE will maintain professional liability insurance with a limit of not less than $2 million on claims made, annual aggregate basis, and commercial general liability and automobile liability insurance each with a limit of not less than $2 million on an occurrence basis. 4. RISK ALLOCATION. In recognition of the relative risks, rewards, and benefits of the project to both the CLIENT and PACE, the risks have been allocated such that the CLIENT agrees that, to the fullest extent permitted by law, PACE's total liability to the CLIENT for any and all injuries, claims, losses, expenses, damages, or claim expenses arising out of this Agreement from PACE's negligent acts, shall not exceed ten times our fee or $500,000, whichever is less. Such claims are limited to, PACE's negligence, errors, omissions, strict liability, breach of contract, or breach of warranty. 5. INDEMNIFICATION. The CLIENT shall indemnify and hold harmless PACE and all of its personnel from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or resulting from the performance of the services, provided that any such claim, damage, loss, or expense is caused in whole or in part by the negligent acts, errors, omissions, and/or strict liability of the CLIENT, or anyone directly or indirectly employed by the CLIENT (except PACE). 6. LIENS. PACE reserves the right to file a Notice of Intent to Lien and/or Lien throughout the life of the project. This action protects PACE's right of payment for services rendered. 7. SERVICES BY CLIENT. CLIENT will provide PACE legal access to the project site, obtain all permits, and provide all legal services in connection with the project. CLIENT shall pay the costs of review and inspection fees, zoning application fees, soils engineering fees, testing fees, and all other fees, permits, bond premiums, and all other charges not specifically covered by the scope of Services. 8. ADDITIONAL SCOPE OF SERVICES. From time to time the CLIENT may request PACE to perform additional services that are not included in the original Scope of Services. It is understood the CLIENT will pay for all services provided that are outside the original Scope that have been requested by the CLIENT or the CLIENT's representative. PACE will provide notice on services being requested that is outside the original Agreement. Upon receipt of notification of services being performed by PACE that PACE feels is outside the original scope of services, the CLIENT shall immediately notify PACE in writing if the CLIENT takes exception to the additional services being done or that the service is outside the original scope. Woof pi c eentr, comAd ta \ Projects 1 KIFAIII2FAiiiii2024 PROPOSALS yENGINEERING \P24-4. IiIi City of Lulu I. Utilities 1, t ctp ne4t2026 .,iCtti f l; 026-t?n 10 FINAL ,74"=0FE1(xlan itiiiii proposai. itifitteridoex A Verdantas Company 113 April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 4 of 6 Otherwise, it is understood that the CLIENT agrees to pay a reasonable cost for all additional services being performed by PACE. If PACE's professional services are suspended for longer than six months, PACE is entitled to the additional costs associated with that delay. In addition, if the project duration extends significantly longer than the project duration identified in the Scope of Services, PACE is entitled to additional compensation associated with the increased project duration. If the project is required to meet new code requirements after the submittal is complete, PACE is entitled to additional compensation to meet those new requirements. 9. SERVICES DURING CONSTRUCTION. Any construction observation, inspection, or testing provided by PACE is for the purpose of determining compliance by contractors with the functional provisions of project documents only. CLIENT agrees that PACE will have no inspection responsibilities at the jobsite except to the extent specifically provided for in the agreed upon scope of services. PACE shall not be held in any way to guarantee any contractor's work, nor to assume responsibility for means, methods, or appliances used by any contractor, nor to assume responsibility for a contractor's compliance with laws and regulations or for contractor's errors, omissions, or defective work. Any Punch List created is not intended to be inclusive of all potential items and does not relieve the Contractor of their obligation. If services during construction are required, the CLIENT shall have PACE listed as an additional insured on the Contractor's insurance policy. CLIENT shall absolve PACE of any liability arising from any design changes, design interpretations, or answers to Contractor questions to which PACE is not a party. 10. TERMINATION OF SERVICES. This agreement may be terminated by the CLIENT or PACE with ten (10) days' written notification. In the event of termination, the CLIENT shall pay PACE for all the services rendered to the date of termination, all reimbursable expenses, and reimbursable termination expenses. In the event of termination by PACE, PACE will transfer copies of all instruments of service to date to the CLIENT and provide a summary of the status of the project. 11. OWNERSHIP OF DOCUMENTS. Alt documents, electronic or otherwise, produced by PACE under this agreement are protected and shall remain the property of PACE and may not be used by the CLIENT for any other endeavor without the written consent of PACE. 12. TERMS OF PAYMENT. CLIENT will be invoiced each month following commencement of work. Full payment must be received by PACE within thirty (30) days of the date of such invoice. Any retainers shall be credited on the final invoice. 13. LATE PAYMENTS. Accounts unpaid 30 days after the invoice date will be subject to a monthly service charge of 1.0% on the then unpaid balance. In the event that collection proceedings are required, CLIENT will also be responsible to pay the costs and attorneys' fees incurred by PACE, whether or not suit is brought, in both trial and appellate courts, and in connection with any bankruptcy or reorganization proceedings. It is PACE's policy to utilize Professional Service Liens to help secure payment of accounts that are unpaid 60 days or more. CLIENT will. be responsible to pay the fees incurred in securing and releasing Liens filed on late payments. \\co;p.t crengr, comAd taAP ojectsAK RvP24\ 0,24 PROP SALS\1 vGINEERINC \F24-4.16 City Clti (-'a;n A r np ng\ 202(3 SCOPE f l2 026-04 1Ca FINAL SCOF=E1RA.a;r riiit proposal. posal letker.riocx 114 A Verdantas Company April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 5 of 6 14. EFFECT OF INVOICE. The work performed shall be deemed approved and accepted by CLIENT as and when invoiced unless CLIENT objects within fifteen (15) days of invoice date by written notice, specifically stating the details in which CLIENT believes such work is incomplete or defective, and the invoice amount(s) in dispute. CLIENT shall pay undisputed amounts as provided for in the preceding paragraph. 15. SUSPENSION OF WORK / WITHHOLDING OF WORK PRODUCT. Failure of CLIENT to submit full payment of an invoice within thirty (30) days of the date thereof subjects this agreement and the work herein contemplated to suspension or termination at PACE's discretion. PACE, without any liability to PACE, reserves the right to withhold any services and instruments of service herein contemplated pending payment of CLIENT's outstanding indebtedness or advance payment if required by PACE. Where work is performed on a reimbursable basis, budget may be increased by amendment to complete the scope of Services. PACE is not obligated to provide services in excess of the authorized budget. 16. APPLICABLE LAWS. Unless otherwise specified, this agreement shall be governed by the laws of the state in which the project is located. Any legal proceedings arising from this Agreement shall be filed in Seattle, King County, Washington. The prevailing party shall be responsible to pay the costs including reasonable attorney fees based on percent of negligence. 17. DISPUTE RESOLUTION. Alt disputes arising out of, or related to, this Agreement, except those related to nonpayment of invoices, shall be submitted first to nonbinding mediation as a condition precedent to litigation. If any dispute submitted to mediation is not successfully resolved, the matter may be resolved through litigation in accordance with Item 16. APPLICABLE LAWS. 18. SEVERABILITY AND SURVIVAL. In the event that any provision of this Agreement shall be held invalid and unenforceable by a decision of the competent jurisdiction, the remaining provisions shall be valid and binding. All items of the Agreement allocating or limiting liability shall survive the services hereunder and the termination of this Agreement. 19. FORCE MAJEURE. Neither party shalt be responsible for damages or delays caused by events beyond the control of either party that could not reasonably have been anticipated or prevented. Should a Force Majeure event occur, the parties shall mutually agree on the terms and conditions upon which the services may be continued. \\co;4.t ceen ;r, coin\d taAPiojects\KIR\4 24\_ 024 i'FtE';(-,.)tir1€ `.t\Fwr,Irrll I EtIN \ '24-4 !_, City �,; ulawilf, ty,rrr h-lR UtilitiesA, r np ne4\2 tr,>ti . a;tli I l2.rrt_I;;-t?4-10 FINAL SCO F.AItyvrn ,-Hill proposal Ictte r.clocx A Verdantas Company 115 April 10, 2026 City of Tukwila Ryan Hill Utility Improvements and Priority Upgrades Page 6 of 6 AUTHORI TION TO PROCEED If the foregoing meets with your approval, please sign and return one copy for our records as our authorization to continue with the services stated. PACE looks forward to working with you on this project. If you have any questions or need additional information, please call us at 425.827.2014, or email me at billr@paceengrs.com. Sincerely, PACE Engineers Pameta-Rae Cobley, ENV SP Senior Principal Planner pamc@paceengrs.com cc: wilt Reynolds;: Senior Principal Engineer billr@paceengrs.com Attachments: Scope of Services, PACE Rate Schedule, Budget worksheet, AESI scope letter, Aqualis proposal, DHI proposal ACKNOWLEDGEMENT AND AUTHORIZATION TO PROCEED: The undersigned hereby acknowledges this agreement and has authority to act on behalf of the Client and authorizes PACE to proceed accordingly. Name (Printed) Title Signature Date \\c0;4.pceen ;r, comAdataAPiojects\KIR\ 241._ (,24 PROPOSALSENGINEERING \224....4. fit, City cif Fukvti UtilitiesA, r c p ng\ 2026 . CO f l2.rik_6-04-10 FINAL 'C'.OE E\Itysn al proposal. te:ttc r,docx 116 A Verdantas Company April 10, 2026 WATER I LAND I INFRASTRUCTURE I FACILITIES CITY OF TUKWILA RYAN HILL UTILITY IMPROVEMENTS AND PRIORITY UPGRADES SCOPE OF SERVICES This Scope of Services consists of engineering services to provide the City with hydraulic modeling support, surveying, mapping, geotechnical investigations, pre -design, design, permitting, and bidding support for the Ryan Hill Utilities Improvements and Priority Upgrades project. PROJECT DESCRIPTION The City of Tukwila is undertaking a comprehensive infrastructure project to address critical water, sewer, and stormwater needs in the Ryan Hill and South Hill residential areas. This project focuses on the replacement and extension of approximately 5,800 feet of water mains, ranging from 8" to 12" in diameter, to enhance the reliability and efficiency of the neighborhood's utilities. In addition, PACE will identify the cause of localized flooding on private properties on Beacon Avenue South near South Creston Street, and develop the design of new stormwater infrastructure to mitigate/eliminate the flooding. Permitting of WSDOT and Sound Transit is anticipated for the water main construction in S 133rd Street under the SR 599 overpasses and the Sound Transit Light Rail line, and under the Light Rail line in MLK Junior Way S, and includes administering the SEPA process for the permits and the proposed 12" diameter water mains. The budget for this project will be carefully managed, with design and engineering costs to be negotiated during the contract awarding phase. The successful completion of this project will significantly enhance the utility infrastructure in the Ryan Hill neighborhood, showcasing the City of Tukwila's commitment to modern, sustainable infrastructure solutions. Water Water system improvements are proposed at the following locations for the project: Water Main Improvements Approx. Length Notes S 104th PL, West of MLK Way MLK Way, from S 104th PL to S Ryan Way 49th Ave S, from S 107th to 114th St 750 LF 550 LF 2,200 LF 12" DI Light Rail undercrossing Potential jack & bore of MLK Jr Way 12" DI outside of travelled way Replace ex. 2" with 12" DI Potential need for a PRV Station 11255 Kirkland Way, Suite 300 Kirkland, Washington 98033-3417 425,827.2014 117 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 2 of 16 Water Main Improvements Approx. Length Notes 58th Ave S from S 142nd St 1,600 LF to S 147th St S 133rd St (Gateway Dr) from S134th Plto Interurban Ave TOTAL 680 LF 5780 LF 8" DI 3 intersections impacted with a combined 12 ADA crosswalk ramps. 12" DI crossing WSDOT ROW under SR 599 and Light Rail overpasses Design and installation of water system improvements will include necessary vaults, potential PRV station, valves, hydrants, and other appurtenances to ensure a robust and durable system. Comprehensive geotechnical evaluations, detailed surveys, and hydraulic analyses will support the design process, ensuring optimal performance and longevity. At a full-size plan scale of 1" = 20', we anticipate approximately 12 plan & profile sheets. Sanitary Sewer Assessment Sanitary sewer assessments are proposed at the following locations for the project: Sanitary Sewer Improvements Approx. Length Notes Between 56th Ave S and 57th Ave S, south of S 141 st St Between 57th Ave S and 58th Ave S, south of S 144th St 750 LF TOTAL 1270 LF 520 LF Approx. 12 homes served Approx. 18 homes served The condition and geometry of the existing main and side sewer laterals will be investigated with pipeline video equipment and crawlspace inspections. Alternatives will be developed for rehabilitation or replacement. Storm. Drainage A complex component of this project is the improvement of drainage and stormwater management at 10349 Beacon Avenue S, addressing existing issues and enhancing overall neighborhood resilience. Permitting efforts will ensure compliance with all relevant regulations, and a strong focus will be placed on community engagement and outreach to keep residents informed throughout the project. Our services will be complimented with geotechnical services provided by Associated Earth Sciences Inc. (AESI) for tasks related to subsurface geotechnical investigation, infiltration PIT testing, and preparation of a report of findings and recommendations. Detailed scope proposal from AESI is attached to and incorporated into this Scope of Services. I f I:�"i�rdt�,i 118 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 3 of 16 Sewer Assessent The City would like to gain an insight for the feasibility of replacing aging sewer pipes located along the back lot lines of private residential homes on the block framed by 56th and 57th Avenues S, south of S 141 st Street, and between 57th and 58th Avenues S, between S 144th Street and S 147th Street. See exhibits included with this proposal. Due to the age and reported deficiencies of the existing main, PACE has been asked to prepare an analysis identifying feasible alternatives, and impacts to the residences. The feasibility analysis will also consist of identifying the location, depth, and alignment of the connected sewer service laterals for each tot. PACE will lead outreach and coordination with property owners and residents. Estimated Sheet Count Drawings # of sheets Cover 1 Legend and Notes 3 TESC 6 Traffic Control Plans 9 Overall Site Map 1 Water Ptan & Profile 15 PRV Plan and Details 2 Sewer Ptan & Profile 4 Beacon Ave Storm Plan & Profile 4 Utility Details 4 Pavement Restoration Plans 8 ADA Ramp details 6 TOTAL ESTIMATED SHEET COUNT 63 Schedule The City's intent is to bid the project all in one bid package. However, it will be divided into multiple bid schedules and could be separated into different projects should the City choose to bid them separately in the future. AR design work on the project is intended to be completed for bidding by Fall 2027. SCOPE OF SERVICES Task 1-.Project_Management Provide administration and management of our services throughout the duration of the project, including coordination of subconsultants, contracting and invoicing, scheduling, and client consultation. Management services related to the project will include the following: • Monitoring project progress, schedule and budget. N- N IilRiN 119 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 4 of 16 • Internal team coordination, meetings and staffing assignments. • Quality Assurance/Quality Control, including internal reviews of designs, plans, findings, recommendations, reports and other deliverables by senior PACE staff. • General coordination with City staff. • Develop and manage scope, budget, schedule and coordinate tasks and deliverables of subconsultants/subcontractors. • Communicate on a regular basis with City regarding progress, issues, costs, and schedule. • Prepare monthly Project Status Reports. • Administer monthly invoicing to City for services provided, including subconsultatnt services. • Project closeout. Task 2 — Sewer Assessments PACE will complete services as described below utilizing in-house resources with assistance from Aqualis or ProVac for video inspection of the sewer mains and services. Additionally, Detection Home Inspection will review and document the residential crawlspace sewer plumbing as noted later herein. Task 2. — Site Visit & Reconnaissance ■ Two (2) engineering staff from PACE will conduct a site visit to reinforce our understanding of the City's needs and gain a thorough understanding of the existing conditions. Video investigations by Aqualis or ProVac will include mainline video inspection, and side -launch video inspection of up to 30 existing side sewers including location and depth measurements. It is assumed that potholing will not be needed to confirm depths. Task 2.2 — Research & Analysis ■ Impacts Analysis ■ Review and analyze pipeline videos to identify deficiencies in slope (settlement), structural integrity of the pipe and joints, leaks, breaks, and lateral connection points. Damage and deficiencies will be tabulated and categorized by location. ■ Analyze impacts on existing structures, vegetation, right-of-way, and private lots. Identify existing features or obstructions as permanent or temporary in nature. ■ Alternatives Analysis ■ Develop alternatives for rehabilitation or replacement, including, but not limited to CIPP or other trenchless rehabilitation, in -place replacement, or replacement with new sewer mains in the ROW fronting the existing properties with reconnection of side sewers at the front of the lots. 120 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 5 of 16 ■ Cost estimates ■ Prepare planning -level, rough -order -of -magnitude (ROM) cost estimates for each alternative for comparative uses in determining preferred alternative. Task2.3 — Report ■ Preparation of feasibility report • Prepare exhibits & figures for use in the report and coordination. • Review of subconsultant findings and presentation of findings to City staff. Subconsultant — Detection Home Inspection (DHI) DHI will conduct visual, non-invasive inspections of sewer connections at up to 30 residential properties, documenting pipe materials, general condition, alignment issues, and key measurements from the home to the foundation wall, with findings recorded in written reports and photographs. Detailed Scope/Fee is included in Exhibit B herein. Sewer Assessment Deliverables: ■ One (1) draft feasibility analysis report providing alternative options, and impacts to residents. ■ Exhibits and figures highlighting the alternatives presented in the report. ■ Digital copies of video pipeline inspections. ■ Recommendations based on sewer service video inspection and locating. Sewer Assessment Assumptions: ■ Coordination and notification, including right -of -entry letters, will be the responsibility of the City. PACE will not prepare notifications or coordinate with residents unless expressly requested by the City. ■ The City will provide confirmation of which structures or obstructions were permitted within the excavation limits. ■ Relocation or replacement of non -permitted structures or obstructions within the project limits will be the responsibility of the property owner. The City and PACE will NOT bear responsibility for non -permitted items affected by the proposed work. ■ Alternatives will be assessed from the exterior and interior of homes as noted herein. ■ DHI will require access to private residential crawlspaces. City will coordinate all right - of -entry for consultants and subconsultants. Task 2.4 - Sewer Assessment Community Outreach: ■ One public meeting hosted at City Hall. ■ Prepare and mail one mailer for the meeting announcement. ■ Prepare a fact sheet and summary of meeting. 121 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 6 of 16 ■ Public meeting attendance by three PACE project team members. ■ Individual home owners/tenants coordination for access to property and crawlspaces. This may include one onsite meeting with two PACE project team members. Sewer Assessment Community Outreach Deliverables: • One public meeting mailer. Mailer to be mailed by PACE. • One fact sheet for the public meeting. • Presentation for the public meeting. Sewer Assessment Community Outreach Assumptions: • The public meeting is assumed to take place at City Hall, with the City responsible for securing the location and date in coordination with PACE staff. City to review all materials in a timely manner. • City to provide any and all translation services of materials and meeting information. Sewer Assessment Exclusions: Tasks that are NOT included in PACE's Scope of Services: • Potholing to confirm depths of side sewers. • Topographic or boundary surveying of private properties along existing sewers. • Entrance by PACE staff to basements or crawlspaces for plumbing inspection. • Engineering and design of selected alternative improvements is not included and will be added as an amendment to the contract. • Sewer assessment community outreach is an estimated number based on previous experience in the region. Due to the nature of this task, it may be necessary to provide additional coordination which can be billed at a time and expense basis upon approval by the City. • City to provide any and all translation services of materials and meeting information. Translation services are excluded from this Scope of Services. Task 3 — Hydraulic Modeling • Use the City of Tukwila's water system hydraulic model (InfoWater) to determine local existing deficiencies in the distribution system and run simulations for available flows for the proposed improvements. • Coordinate as needed with the City's hydraulic modeling consultant to obtain copies of necessary files to operate the model with PACE -owned modeling software. • Size of the model will not exceed 5,000 pipes. 122 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 7 of 16 Task 4 —Topographic Survey Topographic survey, utility locates, and preparation of base drawings. • Perform field topographic survey to identify existing surface conditions within project limits using electronic surveying equipment and one or two -person crew. ■ Limits to include back of sidewalk, curb or edge of pavement on each side of the street plus water meters, hydrants, and other water appurtenance locations located within public right-of-way or easement. ■ Field survey to include available underground -utility paint mark locates and surface indications of underground features prior to topographic survey. Field survey does not include potholing underground utilities. • Request available franchise utility companies' construction record drawing information including underground power, gas, telephone, fiber optic, and other known utilities and incorporate into the base drawings. • Coordinate underground -utility locates (through services of a subcontractor to the Consultant) for franchise utilities to show approximate horizontal locations of existing utilities for purposes of developing design drawings (utility locates are based on available information and may not be accurate or complete and shall not be used for construction). Services will include the following: ■ Limits to include appurtenance locations located within public right-of-way or easement. ■ Field survey to include available underground -utility paint mark locates and surface indications of underground features prior to topographic survey. Field survey does not include potholing underground utilities. ■ Review of as-builts and utility base mapping. ■ Utility Locating to be provided by a third -party vendor such as APS. ■ Optional photogrammetric mapping via drone (pre/post construction) can be provided at the discretion of the City. Detailed scope and related fees to be determined upon request. • Reduce field data and prepare base drawings for design. Base drawings will be established using 1 inch = 20 feet drawing scale and will include 2-foot contour intervals. • Horizontal and vertical control will be compatible with City's current standard control network for GIS; NAD 83 (NSRS 2011) Horizontal datum and NAVD 88 Vertical Datum. GPS surveying methodology will be employed where practical and feasible. • Base drawings will be developed and right-of-way boundaries calculated. Property lines shown on the drawings will be based on available GIS information and PACE will not be responsible for verifying this information based on deeds or land exchanges. 123 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 8 of 16 Deliverables: Plan and profile sheets with base maps and centerline profile information on PACE standard sheet borders, 22"x34" format full-size sheets. Delivered in two full-size printed copies and PDF format. Task 5 — Drainage System Analysis PACE will analyze the existing conditions related to the site area/tributary are to the private properties along Beacon Avenue South that are subject to flooding during storm events. Specific tasks will include: • Reviewing any information the City has related to the hydrology or hydraulic of any stormwater systems in the area. • A site visit to confirm existing flows paths. • Delineation of the tributary basin. • Perform hydrology modeling to determine the flow rates associated with major storm events up to and including the 100-year storm. • Develop up to two (2) alternatives for proposed stormwater infrastructure to mitigate the existing flooding events. Deliverables: A technical memo summarizing the findings of the drainage analysis showing the existing conditions as well as up to two (2) alternatives for proposed stormwater infrastructure to mitigate the existing flooding events. This memo will be provided in electronic (PDF) format. Task 6 — Basis of Design Report Develop the Basis of Design (BOD) Report, establishing project components before developing contract documents. The BOD report will establish the basis of design criteria for the utility improvements. This will include documentation of the selected utility alignment and grade, limits of improvements, pipe sizing criteria, hydraulic modeling results, trench backfill requirements, surface restoration limits and descriptions, and service connections affected. The storm drainage report will be incorporated into the BOD Report and the recommendations of the geotechnical report study will also be incorporated in the BOD. The BOD Report will include conceptual utility alignment, showing proposed layout of all elements and other miscellaneous site improvements. A draft Design Report will be submitted to the City for review and comment prior to preparation of Design Plans and Technical Specifications. Following City review of the draft Design Report, PACE will meet in person with City staff to discuss any comments and then issue the Final BOD Report for concurrence of the City. ,1- 124 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 9 of 16 Deliverables: The draft and final BOD Report will be delivered in digital PDF format. Printed copies can be provided at the request of the City. Task) - Develop_Plans and Contract Documents Contract documents will be developed in three separate schedules under one overall construction project. The three schedules will be for water, storm drainage, and sewer (if applicable) improvements. Task.7,1 —30% Plans and Contract Documents ■ Perform field reconnaissance, includes one (1) site visit with two (2) PACE staff. ■ Review the City's available record drawings and GIS base maps, incorporate pertinent utility information into the base drawings. ■ Incorporate the City's current Standard Details and Specifications into the design drawings and contract documents. ■ Site visit to verify locations of existing features and conditions as they relate to the design. ■ Develop a pothole plan for necessary utility potholing to confirm location and depth of potential utility crossings that cannot otherwise be determined. ■ Coordination with APS Locates subcontractor for design potholing, and provide onsite monitoring of findings. Assume up to 20 pothole locations to be conducted including temporary pavement patching in existing paved areas. ■ Prepare design drawings showing base drawing information (existing topographic survey, utility, and parcel/right-of-way line information) including proposed alignment of water mains, full -width overlay, proposed locations of gate valves, hydrants and services, configuration of connecting pipes, and existing water mains to be abandoned or removed. ■ Prepare design drawings showing proposed stormwater infrastructure/best management practices (BMPs). ■ Prepare draft Contract Documents incorporating City's standard documents for advertisement for bid, bid proposal, contract and other sections. ■ The General Conditions will be based on current WSDOT/APWA Standard Specifications and modified with Special Provisions unique to the City, in coordination with staff and City Attorney. ■ Conduct in-house quality assurance (QA) reviews. Deliverables: • Draft pothole plan, on plan & profile sheets, PDF format. • Two (2) sets of printed Plans, full-size 22"x34". 125 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 10 of 16 Plans, Contract Documents, and draft Opinion of Probable Construction Cost (OPCC) in PDF format. Printed copies of the Contract Document can be provided upon request at rates shown in the attached Rate Schedule. City Responsibilities and Assumptions: City to provide electronic standard boilerplate bidding and contract documents, General Conditions and Special Provisions to the Standard Specifications. Task 7.2 — 60% Plans and Contract Documents ■ Perform field reconnaissance, includes one (1) site visit with two (2) PACE staff. ■ Review the City's available record drawings and GIS base maps, incorporate pertinent utility information into the base drawings. ■ Site visit to verify locations of existing features and conditions as they relate to the design. ■ Continue pothole plan for necessary utility potholing to confirm location and depth of potential utility crossings that cannot otherwise be determined. ■ Coordination with APS Locates subcontractor for design potholing, and provide onsite monitoring of findings. ■ Prepare design drawings showing base drawing information (existing topographic survey, utility, and parcel/right-of-way line information) including proposed alignment of water mains, full -width overlay, proposed locations of gate valves, hydrants and services, configuration of connecting pipes, and existing water mains to be abandoned or removed. ■ Prepare design drawings showing proposed stormwater infrastructure/BMPs. ■ Prepare ADA ramp schematic designs at locations affected by water main improvements, depicting the general layout and extent of ramp improvements required to meet ADA design standards. ■ Prepare draft Contract Documents incorporating City's standard documents for advertisement for bid, bid proposal, contract and other sections. ■ The General Conditions will be based on current WSDOT/APWA Standard Specifications and modified with Special Provisions unique to the City, in coordination with staff and City Attorney. ■ Prepare Construction Stormwater Pollution Prevention Plan (SWPPP) if required. ■ Prepare OPCC showing bid items, quantities, unit costs, and total probable costs for construction of proposed improvements totaled by all locations into one spreadsheet. ■ Conduct in-house QA reviews. ■ Submit 60% design Contract Specifications and OPCC to City for review and comment. Assumed turnaround time for City comments is between two and three weeks. i r,42kli 126 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 11 of 16 Deliverables: • Draft pothole plan, on plan & profile sheets, PDF format. • Two (2) sets of printed Plans, full-size 22"x34". • Plans, Contract Documents, and draft OPCC in PDF format. Printed copies of the Contract Document can be provided upon request at rates shown in the attached Rate Schedule . City Responsibilities and Assumptions: • City to provide electronic standard boilerplate bidding and contract documents, General Conditions and Special Provisions to the Standard Specifications. • City to provide an example of preferred bid schedule and measurement and payment description for a similar project. Task 7.3 — 90% Plans and Contract Documents ■ Meet with, and/or communicate with, City staff to discuss City's 60% review comments (assumes two PACE staff at one (1) meeting in person with the City). ■ Address/incorporate City's 90% design review comments into drawings, Contract Documents and OPCC. ■ Provide detail on drawings such as call -outs for connections to existing system, fittings, valves, hydrants, services, and water meters; provide detail on drawings such as call - outs for stormwater infrastructure such as drainage structures, conveyance piping, and/or BMPs; complete project -specific details and notes including those pertaining to pavement restoration; and standard construction and TESC notes. ■ Complete ADA Ramp designs on plan and profile sheets and develop enlarged details depicting dimensions, elevations and slopes along all ramp surfaces. ■ Conduct in-house QA reviews. ■ Submit 90% Contract Documents and OPCC to City for review and comment. Assumed turnaround time for 90% City comments is two weeks. Deliverables: • Two (2) sets of printed Plans, full-size 22"x34". • Plans, Contract Documents, and draft OPCC in PDF format. Printed copies of the Contract Document can be provided upon request at rates shown in Exhibit B. Task 7.4 — Final Contract Documents Conduct a virtual meeting with City staff to discuss City's 90% review comments. Assume two (2) hours for two (2) PACE staff. Finalize drawings and Contract Documents for bidding by incorporating City's 90% Design review comments. 127 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 12 of 16 ■ Conduct QA reviews. ■ Submit final Contract Documents and OPCC to City for bidding (two weeks assumed for turnaround time on any final City comments). Deliverables: • Submit two (2) sets of printed and bound Bid/Contract Specifications for City staff reference during bidding. • Submit two (2) full-size (22"x34") sets of plan drawings. • Submit electronic copy of final. Plan Drawings, Contract Documents and OPCC. • Plan drawings will be in AutoCAD Civil 3D 2024 and PDF format. Contract Specifications will be in PDF format. OPCC will be in PDF format. City Responsibilities and Assumptions: City turnaround time for final review comments is anticipated to be three (3) weeks. Task 8 — Permitting Support Services • Prepare and provide all materials and supporting documents required for a City of Tukwila Right -of -Way Use Utility Permit application. Attend one (1) Pre -design review meeting (one PACE staff) for proposal to install utilities underground in road right-of-way. • Upon receipt of Pre -design input, PACE will prepare and provide all materials and supporting documents required for a Right -of -Way Permit issuance. • Prepare Traffic Control. Plans (TCP) for associated ROW permit applications. • PACE will work with the Planning and Public Works to address any comments received and coordinate project review. • WSDOT Coordination and permitting for S 133rd Street undercrossing of SR 599. • Sound Transit Light Rail Coordination and permitting for S 133rd Street undercrossing of SR 599. Assumptions: ■ All permit fees will be paid by the City. A fifteen percent (15%) markup will be applied to any fees paid by PACE. ■ All permit application submittals will be submitted electronically via email as required by the City. ■ Any land use posting requirements will be undertaken by the City. ■ All construction will take place within existing City -owned right-of-way. 128 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 13 of 16 ■ Permitting support level of effort is estimated based on previous experiences in the region, however actual effort and fees may vary and will be billed on time and expenses basis. Task 9 — Com_munaty Outreac.h. Community outreach is key to ensuring project success by keeping residents and stakeholders informed about the project. Through community meetings, mailers, and regular updates, we aim to keep the community informed, address concerns and ensure the community is aware of project developments and impacts. Communication Strategy: ■ In coordination with the City identify key stakeholders, including businesses, neighborhood associations, local organizations, and residents, to ensure inclusive outreach. ■ Develop a communication plan tailored to the project timeline, community needs, and preferred methods of communication. ■ Establish a timeline for outreach activities aligned with the design and construction schedule. Community Meeting Planning and Logistics: ■ Host one community meeting before construction begins. The meeting is assumed to take place at City Hall, with the City responsible for securing the location and date in coordination with PACE staff. ■ Prepare materials such as meeting announcement, mailer, presentation, agenda, maps, and visuals to explain project details. ■ Create a mailing list using King County iMap for the meeting announcement covering project impact area and mail. ■ Conduct community meeting to share project updates and address questions or concerns. It is assumed three (3) PACE staff members will attend. ■ Document meeting discussions, including community feedback, for reporting purposes. Construction Notification Mailer: ■ Develop one (1) construction mailer to notify residents and businesses of the construction schedule and anticipated impacts. ■ Create mailing list using King County iMap for the impacted area and mail announcement. ■ Include contact details for inquiries or concerns. It is assumed City staff will be primary point of contact, with no support required from PACE staff. 129 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 14 of 16 Project Area Postings: Prepare a project area posting board featuring a map of project area, detailed description of the project and its anticipated impacts, schedule and contact information. The boards will be 24" x 36" Corex material with grommets in each corner for easy attachment to a construction sign stand. One (1) master project area posting board will be developed for the entire project. Up to 16 copies of the board will be printed and provided for placement throughout the project area. It is assumed City staff will be responsible for the installation of project area posting boards. Assumptions: • PACE will serve as the primary point of contact for all community outreach activities. City staff will manage the installation of the project area boards, including procuring and setting up construction sign stands. • Outreach scope and LOE is based on presentation on one comprehensive project, no separate phasing is anticipated. • City to provide any and all translation services of materials and meeting information. Translation services are excluded from this Scope of Services. Deliverables: • Community meeting mailer, agenda, presentation, and meeting summary. • Construction notification mailer. • Project area posting board. Task 10 — Bid Support Services • Send copies of advertisement to DJC and Seattle Times for advertising. City will pay all fees related to advertising. • Set up project and upload final Contract Documents for bidding to online bidding service (QuestCDN or Builder's Exchange). • Answer bidder questions during bid period, as requested by City. Assume 8 hours. • Conduct a project pre -bid site walkthrough. • Prepare up to two (2) bid addenda as needed for distribution to prospective bidders through bidding service, if necessary. • Attend and conduct bid opening at City office. Assume one (1) PACE staff. • Prepare bid tabulation. • Review apparent low bidder references. • Coordinate with City staff on bid issues, if needed. • Prepare letter of recommendation for Contract award. IC . 0 2'v 1 Pi 71 I.i0H �R FiNA 4CY„Cn 130 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 15 of 16 • Prepare Notice of Award and five (5) printed copies of Project Manual for original signatures of contractor and City. • Review contractor's signatures and bond and insurance forms. Prepare final contract documents for City signatures. City Responsibilities: ■ Pay advertising fees. ■ Receive and time -stamp bids. ■ Provide copies or PDF scans of bids to PACE. Assumptions: Scope assumes no significant bidding issues or legal challenges. EXCLUSIONS The following services are not a part of this Agreement. If the City chooses to add one or more of the following services to this Scope of Services, then this Agreement shall be modified in terms of an addition to the total compensation to be paid to PACE and an appropriate extension of time (as necessary) to PACE's schedule. • Public information and outreach services beyond what is identified herein. • Permit investigation and applications not identified in scope. • Payment of permit or advertising fees. • Coordination with Fire Marshal regarding review and approval of proposed improvements. • Stream or wetland boundary assessments, delineations or field staking. • Soil testing or soil compaction testing during construction. • Development of Critical Area Reports. • Procuring title reports. • Property appraisal for easement acquisition or easement coordination with property owners. • Boundary surveys • Development of environmental permit applications, except as described herein. • Construction inspection and construction administration, except as described herein. • Attendance or presentation at City Council meetings. • Construction Staking. • Monument Disturbance application(s) and re -setting of monuments. • Updates to City GIS mapping. • City to provide any and all translation services of materials and meeting information. Translation services are excluded from this Scope of Services. 131 April 10, 2026 City of Tukwila Public Works Ryan Hill Utility Improvements and Priority Upgrades - Scope of Engineering Services Page 16 of 16 POTENTIAL SERVICES DURING CONSTRUCTION — TO BE CONSIDERED AS AMENDMENT • Monument Disturbance application(s) and re -setting of monuments once design is completed. • Attend preconstruction meeting. • Consult on material submittals as requested by City staff. • Provide periodic observation of construction. • Respond to RFIs as requested. • Review Contractor pay requests and prepare Progress Payments for City processing. Assume 6-month construction time for seven progress payments, including release of retainage. • Prepare any change order documents for any changes deemed valid or necessary by the City. • Conduct final inspection with City staff. • Prepare Recommendation of Acceptance. • Prepare Notice of Completion of Public Works project for DL&I. • Prepare Construction Record Drawings. • Additional public/community/property owner outreach efforts beyond the estimate included herein. END OF SCOPE OF SERVICES 132 A Verdantas Company DESCRIPTION 2026 STANDARD HOURLY RATE SCHEDULE Effective January 1, 2026 Water I Land I Infrastructure I Facilities 1. Office Tech I, Expediter I 2. Office Tech II, Expediter II, Survey Field Tech 3. Intern, Survey Tech I, Jr. CAD Tech, Jr. Inspector, Office Tech III 4. Designer, Jr. Planner, Survey Tech II, CAD Tech, Inspector, Sr. Office Tech, Jr. Ecologist/Scientist 5. Jr. Engineering Staff, Designer I, Planner, GIS Tech, Survey Tech III, CAD Tech I, Inspector I, Project Administrator, Ecologist 6. Engineering Staff I, Designer II, Planner I, Survey Tech IV, GIS Analyst I, CAD Tech II, Inspector II, Sr. Project Administrator, Ecologist I, Landscape Architect 7. Landscape Architect I, Engineering Staff II, Designer III, Planner II, GIS Analyst II, CAD Tech III, Inspector III, Survey Tech V, Ecologist II 8. Landscape Architect II, Project Designer, Planner III, Sr. Survey Tech, GIS Analyst III, Engineering Staff III, Sr. CAD Tech, Sr. Inspector, Scientist, Ecologist III 9. Landscape Architect III, Project Designer I, Sr. Planner, Project Surveyor, Sr. GIS Analyst, CAD Manager, Project CAD Tech, Sr. Project Inspector, One -Person Crew, BIM Manager, Ecologist IV, Engineer IV, Engineering Staff IV, Scientist I 10. Landscape Architect IV, Project Engineer, Project Designer II, Project Planner, Sr. Project Surveyor, Sr. Project GIS Analyst, Structural Engineer, UAS Pilot, Scientist II, Ecologist V 11. Sr. Landscape Architect, Sr. Project Engineer, Sr. Structural Engineer, Sr. Project Designer, IT Manager, Sr. Project Planner, Survey Project Manager, Tech Services Manager, Sr. Ecologist/Scientist, Two -Person Crew (OR) 12. Principal Ecologist/Scientist, Project Manager, Principal Surveyor, Planning Project Manager 13. Sr. Principal Ecologist/Scientist, Sr. Project Manager, Sr. Principal Surveyor, Two -Person Crew (WA) 14. Principal Engineer, Principal Planner, Sr. Two -Person Crew 15. Sr. Principal Engineer, Sr. Principal Planner HOURLY RATE $ 71.00 $ 88.00 $ 110.00 $ 134.00 $ 151.00 $ 168.00 $ 185.00 $ 202.00 $ 215.00 $ 235.00 $ 248.00 $ 265.00 $ 280.00 $ 302.00 $ 320.00 A. Expert Witness B. Night Inspections C. Credit Card Service Fee PREMIUM RATES REIM.BURSABLE_S. A. Subconsultants, Professional and Technical B. Maps, reports, materials, permit fees, express delivery and messenger, pass -through bills, and similar items necessary for work in progress C. Out-of-town travel per diem and cost of commercial transportation D. Transportation within 30 mile radius* Transportation beyond 30 mile radius -Automobile * On job inspection mileage will be billed E. Printing Costs Large Format Blueprints and Reproduction (18" x 24" or larger) Rate x 1.5 Rate x 2.0 3.75% of invoice total Cost + 15% Cost + 15% Cost + 10% No Charge At Approved IRS Rate At Approved IRS Rate $ 0.25/sheet $ 3.00/sheet Notes: 1 All payment is due within 30 days from date of invoice. A monthly service charge of 1%will be added on all accounts older than 30 days. z The foregoing schedule of charges is incorporated into the agreement for the services provided effective January 1, 2026. After December 31, 2026, invoices will reflect the schedule of charges in effect at that time. Rev. 10/1(.�E PACE Engineers Project Budget Worksheet - 2026 Project Name Project #: Ryan Hill Utility improyments &Priority Upgrades Ctienty:ICityof Tukwila 1 Prepared By: Date: 8R/16/13H/PC 024416 Baling Group #:1 Task #:1 1 4/10/2026 Staff Type it (See Labor Rates Table) Staff Type Hourly R.e Staff Name (option.) Drawing/Task Title Labor Hours by Classification Labor Code Job Title 1 10 0302 , 13 16 Ti 85 . 15 -- $215 40 --- 0280 ] - 66 70 74 - 118 , - $168 58 $280 113 - $185 $10 0248 -- $202 BR/PC Sr. Principal Engineer JF Principal Engineer CN r. Project Engineer 1SS/JF ngineering Staff II JS3 WRH LM TD ngineenngSr, Staff IV oncipaEngineering Surveyor aSr. III CAD$21$185 Manager CAD Tech III ministrator rojec WO -Person Crew (WA) Survey Tech V Hour Total Dollar Total Task 1 - Project Management 140 : 30 8 40 12 30 260.0 $72,340.00 1.3 - Subconsultant Coordination 32 4 4 8 48.0 $13,908.00 1.6 QA/QC 24 8 8 i i . : . 40.0 $11,816.00 . . : Task 2 - Sewer Assessments 2.1 - Site Visit & Reconnaissance 12 8 8 . .i 28.0 $7,040.00 2.2 - Research &Analysis 12 30 12 8 62.0 $13,314.00 2.3 Report 4 16 8 12 24 ' . • . 64.0 $12,212.00 2.4 - Sew. Assessments Outreach 144 ( ! 200 ! 24 I . 368,0 $93,112,00 Task 3 r Hydraulic modieing 4 i ! 8 24 i 16 i i . 52,0 $11,144.00 Task 4 -Topographic Survey and Base Maps : : i 4 i 4 48 ! . : 16 ( 40 i • . . ( 16 i 150 ! 8 i • . 100 302.0 64.0 68.0 $74,800.00 $18.660.00 $14,156.00 Task 5 - Drainage System Anatysis Task 6 - Basis of Design Report 4 8 8 24 20 i i 8 4 i I Task 7 r Develop Contract Documents Field racoon, and records research. 2 2 4 16 24 52.0 60.0 $12,356.00 $13,608.00 Potholing Plan and monitoring 32 8 W7.1 - 30% Documents -WATER 12 ! 32 i 56 ( . . . i 16 120 ! ' . , • . . 236.0 $47,440.00 SD7.1 - 30% Documents r STORM 2 8 16 32 16 74.0 $15,904.00 30% Bidding and Contract Documents 2 8 ! 8 ! 24 ! I . •' . ! 30 ! i . 72.0 $14,304.00 W7.2 - 60% Documents - WATER 8 52 80 16 80 236.0 $47,620.00 0072 - 60% Documents - STORM 2 8 8 16 8 4 46.0 $10,152.00 60% Bidding and Contract Documents 4 16 46 32 30 128.0 $25,678.00 50% Cost Estimate 4 8 32 20 64.0 $13,484.00 W7.3 90% Documents WATER 8 52 i 80 16 80 i . . i 236.0 $47,620.00 507.3 90% Documents STORM 2 4 8 12 i 8 ! 4 • . . 38,0 $8,204,00 90% Pavement Restoration Plan 4 12 8 24 20 68,0 $14,596,00 90% Bidding and Contract Documents 2 ! i ( 2 1.Ex- 4 ( : 8 24 i 16 i : i - 4 1 8 ( - Eir- tr--- ii--- 8 1 20 i : 4 24 : 16 ! i . . ' 66.0 30.0 76.0 34.0 34.0 42.0 $13,192.00 $6,312.00 $15,824.00 $7,464.00 $7,424.00 $8,658.00 90% Cost Estimate W7.4 - Final Bidding Documents -WATER 007.4 Final Bidding Documents r STORM 2 4 2 i 4 i 8 1 8 8 8 4 12 i 8 4 12 10 i i 4 Final Pavement Restoration Plan . I 12 i Final Bidding and Contract Documents Final Cost Estimate 2 i 4 6 8 20.0 $4,462.00 Task 8 .. Permitting Support City ROW Use Permit 4 1 4 8 ! 8 ( 24 ! . .• 24 •' . ! . 30 ! • . 102.0 $21,000.00 WSOOT Permit for SR 599 8 32 40 32 40 80 232.0 $44,384.00 Sound Transit Permit (2 locations) 8 32 40 32 40 80 •' . 232.0 $44,384.00 Task 9 - Community Outreach Outreach management 12 2 4 2 20,0 $5,532,00 Community meeting prep materials 16 8 16 . 6 • . . 46.0 $11,048,00 mailing 2 (---- 10 ! 5 ( . . 6 i 4 i . t- - ' .• ! i 4 i i I- . 8 ! I 4 ! . 20.0 ...... 23.0 6.0 22.0 20.0 $3,954.00 $6,242.00 $1,616.00 $4,628.00 $3,890.00 meeting attendance foltowup documenation 4 2 Construction mailer 4 2 8 4 5 3 prep materials 6 . i 10 i ; mailing Project board posting 4 5 3 6 i . 18.0 $3,858.00 Task 10 - Bidding Support Services 8 16 24 . 20 •' . 68.0 $14,040.00 . . . • ( Hours Total Labor Total 530.0! 81.0! $169,600 ! $24,462 I 2020).650.0! 936.50 60,0! 88.0: 52.0! 496.0! $50,096 ! $120,250 I $201,240 ! $16,800 ! $17,776 $11,180 ! $91,760 ! 452.0! 150,0! $75,936 ! $42,000 ! 100,0 $18,500 3797,0 $839,600,00 $839,600.00 Expenses Reimbursable Rate/Unit Quantity ! Cost Postage/Courier ! $300.00 Printing Oasts f $3.00 520) $1,560.00 PhotoNideo .„. Mileage/Travel/Per Diem $0.73 300! $219.00 Project posting boards $160.00 16) $2,560.00 Total I $4,639.00 File: Ryan Hill Neighborhood Upgrades 2026 - JS_BR, Fee Wo ksheet Subsonsultants Utility Locate $12,000 AESI - Geotechnicat ! $106,500 DHI $11,000 Aquas pipeline services ( 613,000 Potholing Servicyes . $35,000 . Subconsultant Subtotal 179,500,00 Markup 15% $26,925.00 Total $206,425.00 Estimated Rate escalation (2027) 90% Design through Bidding 5.0% $14,916.60 PACE Bitted Labor Total Reimbursable Expenses Subconsultants Total Project Budget $854,516.60 $4,639.00 $206,425,00 $1,065,580.60 Page 1081 Printed: 4/10/2026, 1:01 PM 134 assoc.i ted earth s lie e March 13, 2026 Project No. 20250024E001 PACE Engineers, Inc. 11255 Kirkland Way, Suite 100 Kirkland, Washington 98033 Attention: Bill Reynolds Subject: Scope of Work Ryan Hill Utility Improvements Tukwila, Washington INTRODUCTION As requested, this letter includes Associated Earth Sciences, Inc.'s (AESI's) scope of work for geotechnical services in support of the proposed utility improvements across several locations in the City of Tukwila. This project proposes roughly 5,800 feet of new water line and 1,300 feet of new sewer line spread across the Ryan Hill and Tukwila Hill Neighborhood areas, and portions of the Green River Valley. The new utilities will be installed by conventional open trenching methods. The project will also include stormwater improvements at 10349 Beacon Avenue South to address ongoing drainage issues. This letter summarizes the geologic setting in the vicinity of the utility improvements and includes our anticipated scope of work for our geotechnical analyses, and identifies specific study elements that were included in the City of Tukwila's "Request for Proposal Document." SITE AND PROJECT DESCRIPTION Project Site 1 is generally spread across the west -facing slope of the Ryan Hill neighborhood in the City of Tukwila. The exception is a section of new water line that will be installed along South 104th Street and a portion of Martin Luther King Jr. Way South (MLK) which is located within the Green River Valley floor. The project area is generally confined by Interstate-5 and MLK to the west, 51st Avenue South to the east, 114th Street to the south, and South Victor Street to the North. The overall relief across the site from 51st Avenue South to MLK ranges from roughly 155 feet to 300 feet. City mapping has identified the slopes in the project area as Category 2 (moderate landslide potential) and Category 3 (high landslide potential) and includes slopes with inclinations greater than 40 percent. Kirkland l Tacoma l Mount Vernon 425-827-7701 I www.aesgeo.com 135 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Review of the published geologic map of the region indicates the project area is underlain by several different geologic units. Alluvial sediments deposited by the nearby Green River System and artificial fill soils associated with the construction of Interstate-5 and other developments are mapped along the Green River Valley floor and near the toe of Ryan Hill. Alluvial sediments are typically encountered as loose to medium dense and are prone to liquefaction -induced settlement where they are encountered as saturated. Bedrock is mapped along the lower half of the project section of Ryan Hill. The upper half of the site has several different glacially consolidated units mapped including pre -Fraser deposits, Vashon advance outwash, and Vashon lodgement till. These glacially consolidated sediments typically have high -strength characteristics due to their consolidation by the most recent advancing ice sheet and can range from permeable sands and gravels to silty sands, silts, and clays with very low permeability. Additionally, landslide deposits may be present on the sloping areas of the site. We anticipate a shallow unconfined aquifer is present within the alluvial sediments near the base of Ryan Hill. Groundwater may also be encountered within the Vashon advance outwash and pre -Fraser sediments. Groundwater within these units will likely be perched on top of the lower -lying, low -permeable geologic units (bedrock, or fine-grained zones of the pre -Fraser sediments). The project will install new water utilities using conventional open trenching methods. These utility alignments are located along developed existing rights -of -way. We understand utility depths will range from about 3 to 8 feet. Other features will include utility vaults, a pressure -reducing valve station, electrolysis mitigation, and will also include drainage improvements at 10349 Beacon Avenue South. Project Site 2 is located across the east -facing slope of Tukwila Hill and about 1.5 miles south of Project Area 1. This site is bounded to the north by South 141st Street and South 142nd Street, to the east by 58th Avenue South, to the south by South 147th Street, and to the west by 56th Avenue South. Utility improvements at this location consist of about 1,600 feet of new water line along 58th Avenue South and about 1,300 feet of new sewer line located between the backyard areas of existing residential lots. Review of the published geologic map indicates this general area is underlain by Vashon lodgement till, with bedrock mapped at the surface to the east and southeast. Vashon lodgement till exhibits high strengths and low permeability. Project Area 3 is located along an approximate 700-foot stretch of South 133rd Street located between Interurban Avenue South and South 134th Place. This stretch of South 133rd Street passes under two State Route 599 overpasses. The project will install new water utility along this stretch of South 133rd Street. This project location is situated within the valley floor west of the Duwamish River. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 136 Page 2 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Geologic mapping indicates this project location is underlain by river alluvium and modified land associated with State Route 599 construction. As with the portion of Project Site 1 located in the valley floor, we anticipate shallow groundwater in this location. SCOPE OF WORK Our scope of work includes six primary tasks: 1) review of available site and project information, 2) developing a subsurface exploration work plan, 3) utility locate and subsurface explorations, 4) infiltration testing, 5) geotechnicai report, and 6) meetings and consultation. Our scope is discussed in detail below. Task 1: Document Review Our initial task will focus on compiling and reviewing pertinent site and vicinity geologic and hydrogeologic information, including information obtained from local and state agencies and our in-house database. We will also review readily available, water well reports, exploration logs, and pertinent hydrogeologic and geotechnicai consulting reports. Our document review will also include any design documents made available by the City of Tukwila (City) and any preliminary site plans or design documents prepared by PACE Engineers, Inc. (PACE). The information obtained from our document review will be used to develop our work plan. We estimate this task will take 3 days to complete. Task 2: Work Plan Following our document review, we will prepare a work plan detailing the number, type, depth, and locations of our subsurface explorations. Our work plan will be provided to PACE and the City for review. Generally, our explorations will be located along new utility alignments and other key locations related to the proposed project improvements. The subsurface data from our explorations will be used to provide design and construction recommendations and to complete critical areas assessments. Where possible, AESI will locate explorations in areas that are least impactful to traffic and pavement/concrete surfaces. Other items included in our work plan will be a summary of efforts related to public utility locate marking, private utility locating, obtaining right-of-way permits through the City, and obtaining traffic control plans for each exploration location. After PACE and the City have reviewed and approved our work plan, we will schedule the explorations. We estimate this task will take one week to complete. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 Page 3 137 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Task 3: Utility Locate and Subsurface Explorations Before performing any subsurface exploration work, we will make a one -call utility locate request to mark publicly -owned on -site utilities at each boring location. It should be noted that any privately -owned underground utilities at the site will not be marked by the public locating service. For this reason, we will also hire a private utility locating service complete with vacuum truck -assisted shallow excavation at the boring locations. The vacuum truck -assisted excavations will be completed to depths of about 4 to 6 feet and will have a similar dimension to the proposed borings. This excavation method is proposed due to the presence of numerous underground utilities in the project vicinity. Our explorations will generally consist of borings completed by advancing a 6-inch-diameter hollow -stem auger drill rig operated by a drilling subcontractor. The borings will be observed and logged by one of our geologists or engineers. During the drilling process, samples will be obtained at generally 2.5- to 5-foot-depth intervals. After completion of drilling, each borehole will be backfilled with bentonite chips and capped with on -site material. Disturbed, but representative soil samples will be obtained by using the Standard Penetration Test (SPT) procedure in accordance with ASTM International (ASTM) D-1586. This test and sampling method consists of driving a standard 2-inch, outside -diameter, split -barrel sampler a distance of 18 inches into the soil with a 140-pound hammer free -falling a distance of 30 inches. The number of blows for each 6-inch interval is recorded, and the number of blows required to drive the sampler the final 12 inches is known as the Standard Penetration Resistance ("N") or blow count. If a total of 50 blows is recorded at or before the end of one 6-inch interval, the blow count is recorded as the number of blows for the corresponding number of inches of penetration. The resistance, or N-value, provides a measure of the relative density of granular soils or the relative consistency of cohesive soils. These values will be plotted on our boring logs. The samples obtained from the split -barrel sampler will be classified in the field and representative portions placed in watertight containers. The samples will then be transported to our laboratory for further visual classification and testing as necessary. Groundwater Level Monitoring Well We recommend completing two of our borings as shallow groundwater monitoring wells to monitor shallow groundwater at the portion of Project Site 1 located near MLK and at Project Site 3. We anticipate groundwater will be shallow at these two locations and the wells will provide seasonal groundwater level data to determine if there are impacts to utility installation associated with the groundwater table. We have assumed the wells would be installed to a depth of ten feet below the surface. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 138 Page 4 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work After the wells have been completed, we will develop the wells and record the initial depth to groundwater. For water table monitoring, we propose to install a pressure transducer connected to an automatic data logger in the wells. The data loggers will be installed shortly after drilling and will record hourly water levels through an entire wet season (October 1 through April 30). Bi-monthly hand measurements of the water levels in the wells will be collected in conjunction with downloading of water level data recorded by the data loggers. The data will be downloaded, entered into a spreadsheet, compensated for barometric pressure effects, and calibrated with the manual water level measurements. Task 3 Conclusion After a cursory review of preliminary project planning documents, we anticipate up to 16 boring locations (2 completed as shallow groundwater monitoring wells) will be needed to provide subsurface information at suitable intervals along the new utility alignments and for the drainage assessment location. Assuming an average boring depth of 15 feet, we estimate the 16 borings would take 5 days to complete. Note that deeper explorations may be needed in some locations to assess critical areas and to assess infiltration potential. Also, we did not assume any boring locations for the proposed sewer utility and Project Site 2 due to access constraints. We estimate we can schedule explorations within 4 weeks from the approval of our site plan. This estimated schedule is subject to the review time for the right-of-way permit. Task 4: Infiltration Testing If our exploration borings encounter subsurface conditions potentially suitable for shallow stormwater infiltration in the location of the drainage assessment, AESI will complete a second phase of fieldwork that will consist of two infiltration tests. A subcontracted excavator will be used to dig the test excavations. The in -situ infiltration tests will be completed generally corresponding to the procedure described as a small-scale pilot infiltration test (PIT) in the 2021 King County Surface Water Design Manual. The required duration of the PIT is 7 hours and includes a 6-hour soaking period followed by a 1-hour test period, after steady-state, relatively constant -head conditions are achieved. Following the test period, the discharge will be discontinued, and the level in the pit will be monitored at timed intervals for up to 1 hour to determine the falling -head rate. We understand that the testing depth will be around 8 to 10 feet deep. Site Restoration: Restoration will be limited to backfilling with excavated soils and "bucket -tamping" of the backfill. Settlement of the backfill should be expected. We assume that the City would conduct any additional resurfacing or planting. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 Page 5 139 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Water Supply: We have included costs for a water truck to supply water for the infiltration test. If available and allowed by the water purveyor, a nearby hydrant could be used as a water source for testing. If a hydrant can be used as a water source for the infiltration test, then the water truck costs would not be charged to the project. We estimate this task would take 2 days to complete. Task 5: Geotechnical Report Upon completion of our field explorations and laboratory testing programs, we will provide a draft report that presents our various findings, conclusions, and recommendations. Specific items to be addressed in our report will include the following: • Project and site description, including a site plan showing exploration boring locations; • Summary of geologic, soil, and groundwater conditions including interpretive logs of our explorations and indications of high groundwater level; • Laboratory testing results; • An assessment of critical areas as defined by the City and a discussion of code requirements as they relate to critical areas; • Infiltration evaluation and preliminary design infiltration rates based on infiltration testing, grain -size correlations, site variability, and groundwater; • Geotechnical recommendations: o Site preparation recommendations; o Temporary cut slope recommendations; o Bedrock rippability, if necessary; o Mitigation for critical areas, if necessary; o Temporary excavation recommendations; o Discussion regarding dewatering; o Wet weather recommendations; o Structural fill recommendations, including suitability of site materials for reuse in structural fill applications; o Utility and vault subgrade recommendations; o Utility backfill recommendations; o Pavement restoration recommendations, if necessary; • Recommendations for further study, if required. March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 140 Page 6 Ryan Hill Utility Improvements Tukwila, Washington Scope of Work Once our draft report is reviewed by the design team and the City, we will revise our report to address any provided questions and comments and issue a finalized report. We estimate our draft report can be completed within 3 to 4 weeks following our subsurface exploration program. Task 5: Meetings and Consultation Meetings and consultation can be provided as necessary and will be charged on a time and materials basis. CLOSURE We look forward to the opportunity of working with you and other members of your project team on this interesting project. Please do not hesitate to call if you have any questions or require additional information. We are available to provide a cost estimate for an approved scope of work upon request. Sincerely, ASSOCIATED EARTH SCIENCES, INC. Kirkland, Washington Anthony W. Romanick, P.E. Carrie M. Mozingo, L.G., L.E.G., P.E. Associate Engineer Principal Engineering Geologist/Engineer March 13, 2026 ASSOCIATED EARTH SCIENCES, INC. AWR/Id - 20250024E001-002 Page 7 141 Ryan Hill Utility Improvements COST ESTIMATE AESI 3.2026 Task 1 - Document Review Subcontractor & Fees AESI Cost Review $3,870 GIS Working $800 Subtotal $4,670 Task 1 Totals $4,670 Task 2 - Work Plan Subcontractor & Fees AESI Cost Exploration Location Plan - $2,225 ROW Permits Coord $1,935 Traffic Control Plan Coord $484 ROW Permit Fees $500 Traffic Control Plan Fee $3,500 Subtotal $4,000 $4,644 Task 2 Totals $8,644 Task 3- Utility Locate and Borings Subcontractor & Fees AESI Cost AESI Locate Visit (borings) $1,160 AESI Field Prep $1,160 Private Locate $1,500 Vactor Borings 2 days $6,900 Traffic Control 7 days $13,750 Haul Cuttings $4,000 Well Monitor $3,500 Borings - 5 days $24,950 AESI Field Time 5 days $7,200 Subtotal $51,100 $13,020 Task 3 Totals $64,120 Task 4 - PITs x 2 Subcontractor & Fees AESI Cost AESI Locate Visit $450 Private Locate $400 Sub Excavator 2 days $6,750 Water Supply Truck $4,150 AESI Field Time 2 days -22 hrs $4,500 Subtotal $11,300 $4,950 Task 4 Totals $16,250 142 Task 5 - Laboratory Testing and Reporting Subcontractor & Fees AESI Cost Sample Review and lab 10 sieves $3,420 Analysis $1,000 Draft Report $1,830 Figures, Logs $950 Edits $2,000 Final Report $1,400 Subtotal $0 $10,600 Task 5 Totals $10,600 Task 6 - Project Management and Meetings Subcontractor & Fees AESI Cost Exploration Coordination Meeting $1,100 Post Report Consultation Meeting $1,100 Subtotal 11111/1 $0 $2,200 Task 6 Totals $2,200 COMBINED SUBTOTAL $66,400 $40,084 GRAND TOTAL $106,484 143 DETECTION DOME INPTINN First Mite. NOMA likspector Roger Stodola 2506 S 361st ST Federal Way, WA 98003, (253) 334-3454 Detectlnspector@gmail.com www.detectionhomeinspection.net WA State Inspector# 1205 March 25, 2026 This is a proposal between Detection Home Inspection, LLC (hereafter known as "DHI") and PACE for the services of residential "crawlspace sewer line assessments". IN CONSIDERATION OF the mutual promises, understandings, covenants and under -takings set for the below, the parties hereto hereby proposes as follows: Section 1 - SCOPE of Services: DHI proposes to inspect residential properties identified as needed to observe the sewer and identify sewer exit structures, documenting critical measurements via photograph. This inspection is a visual inspection, with non-invasive checks of waste pipe plumbing material, from home (typically constructed in crawlspace) leading to exterior visible pipe only. Inspection will identify general pipe condition, including material and any alignment issues. Written report(s) will include address, material (or makeup), general condition, direction and critical measurements from home to foundation wall only. This inspection excludes any pipe hidden from view whether due to foundation, wood, debris or concrete barrier. Unforeseen obstructions or unsafe conditions may prevent inspection. This inspection also excludes side sewer conditions and should not be considered a "sewer inspection". Although DHI is licensed as a Home Inspector for Washington State, this supplementary inspection does not meet the requirements for standards of practice under WAC 308-408C and is supplementary in nature and will meet only the partial items as identified in section 308-408C-100(c). Section 2 - Compensation: DHI will provide personnel and all equipment, tools, materials, supplies and transportation necessary to perform the work in a professional manner, at a cost of $350 (three hundred fifty dollars and zero cents) per residence. The fee covers one site visit and inspection, per residence. Any subsequent inspections required due to incomplete repairs or restricted access will be subject to a reinspection fee of $150.00 per visit. DHI shall not exceed the authorized amount without the prior written authorization by PACE for any additional services beyond the work identified above. Section 3 — Services: Residential construction of the "crawlspace sewer line assessments" service shall be provided according to the schedule as agreed to between PACE and DHI within 30 days of agreed terms, during office hours, 144 DETECTION DOME INPTINN First Mite. NOMA likspector Roger Stodola 2506 S 361st ST Federal Way, WA 98003, (253) 334-3454 Detectlnspector@gmail.com www.detectionhomeinspection.net WA State Inspector# 1205 Monday through Thursday, 9:00 am to 3:00 pm. Scheduling must be communicated via PACE and occupant for each property identified and must be completed within a two -week period. Crawlspace access may be required. Permission from homeowners and/or residents will be required for access. Section 4 — Terms and Conditions of Subconsultant Services: The general terms and conditions are outlined above for reference. DHI recognizes that PACE has executed a contract with other entities, and that the terms and conditions of that contract also apply unless specifically modified in this agreement. Special terms and conditions may be included and described as needed. • The "crawlspace sewer line assessment" services shall be in effect when the quotation is agreed to via signature by both parties, creating a contract for work. • Once agreed upon, either party may, with or without cause, terminate this agreement at any time upon thirty (30) days prior written notice to the other party. Notice of cancellation shall be sent by email. • Proposal will be valid until December 315Y, 2026. • Proposal timeline may be extended upon mutual written agreement. • This supplementary inspection is contingent upon scheduling between PACE and DHI. PACE will be responsible for scheduling with homeowner/occupant and conveying the schedule to DHI. Section 5 — Notifications: Roger Stodola, Owner Detection Home Inspection, LLC (DHI) 2506 South 361' Street Federal Way, WA 98003 detectinspector@gmail.com (253) 334-3454 Bill Reynolds and Pam Cobley PACE Engineers, Inc 11255 Kirkland Way #300 Kirkland, WA 98033 Billr@paceengrs.com and pamc@paceengrs.com (425) 827-2014 145 Estimate ESTIMATE DATE: Mar 23, 2026 CUSTOMER: Pace Engineering: Ryan Hill Improvements BILLING ADDRESS: 11255 Kirkland Way Suite 300 Kirkland WA 98033 CONTACT: Bill Reynolds PHONE: 425.827.2014 20909 70th Ave W. Edmonds, WA 98026 Phone: (206) 783-3317 AFTER HOURS EMERGENCY (206)-819-3737 E-Mail: service@aqualisco.com Web: http://www.AQUALISCO.com Estimate #: 35562 Scheduled Date: Jobsite Arrival Time: Jobsite: Ryan Hill Improvements Tukwila, WA 98168 Jobsite Contact: Bill Reynolds 206.321.1109 SALES PERSON: SCOPE OF WORK: CCTV to inspect approx 800' of existing sewer for condition of pipe, lateral lauch approx 18 -22 of existing side sewers for condtion of pipe and surface locate. Customer to provide access to backyards in coordination with the city. Charges apply portal to portal. Portal to portal refers to the time the contracted support has mobilized at the shop, travel time to the project, and back to our shop. This includes time to decant and dispose of material removal. All projects and team members employed, unless expressly agreed upon prior to contract signing, are subject to a 4 hour minimum, which relates to the Portal to Portal clause. Actual cost may exceed or fall below the estimated total. Invoice subject to actual time and materials employed. Hours exceeding 8 Hours Portal to Portal are subject to overtime rates. Guaranteed outcome not implied as sub - terrain conditions are unknown until the commencement of this project. A fixed bid maximum is not implied. Unless expressly agreed upon prior to the execution of this maintenance contract, no additional reporting is required by the customer at the conclusion of the project to release payment per the terms of the agreement. Please see Terms & Conditions. Name Description Rate Amount Tax Approved 16 CCTV Unit CCTV Unit Crew Adjusted for PW $385.00 $6,160.00 Tax Yes 16 Traffic Control Traffic Control Adjusted for PW $315.00 $5,040.00 Tax Yes 1 Wage Adj Intent Filing Fee Filing fees for Affidavit of Prevailing work hours and filing fees for intent to pay prevailing wages. $80.00 $80.00 Tax Yes ESTIMATE:$11,280.00 TAX: $1,173.12 ESTIMATE AMOUNT: $12,453.12 DEPOSIT PAID:$0.00 DEPOSIT DUE:$0.00 TERMS & CONDITIONS REVIEWED AND ACCEPTED BY: Signature: Title: Printed Name: Email: Signature Date: Ph #: This scope of work is confidential to AQUALIS, [Customer] and their respective representatives. Without the prior written consent of AQUALIS, [Customer] shall not, and shall not permit any of its representatives to, disclose to any person: (a) the existence or contents of this scope of work; (b) the fact that investigations, discussions, or negotiations are taking or have taken place concerning a transaction by AQUALIS and [Customer], including the status thereof,' or (c) any terms, conditions, or other matters relating to this scope of work. 146 TERMS AND CONDITIONS This Work Order is issued pursuant to that certain Master Services Agreement (if applicable), by and between New Restoration and Recovery Services, LLC d/b/a AQUALIS and the Client, dated [insert date of MSA] (the "Agreement"). Capitalized terms used and not defined in this Work Order shall have the meaning set forth in the Agreement. Charges apply portal to portal. Portal to portal refers to the time the contracted support has mobilized at the shop, travel time to the project, and back to our shop. This includes time to decant and dispose of material removal. All projects and team members employed, unless expressly agreed upon prior to contract signing, are subject to a 4 hour minimum, which relates to the Portal to Portal clause. Actual cost may exceed or fall below the estimated total. Invoice subject to actual time and materials employed. Hours exceeding 8 Hours Portal to Portal are subject to overtime rates. Guaranteed outcome not implied as sub -terrain conditions are unknown until the commencement of this project. A fixed bid maximum is not implied. Unless expressly agreed upon prior to the execution of this maintenance contract, no additional reporting is required by the customer at the conclusion of the project to release payment per the terms of the agreement. Please see Terms & Conditions. Any request by Customer for additional work beyond the scope of the work identified in this agreement shall be charged at the rates set forth above and shall be included in the invoicing to Customer, and Customer agrees to pay for the same. To the extent that AQUALIS encounters conditions that differ from those normally encounter at a site of this nature or that were unknown to AQUALIS at the time of this estimate, AQUALIS will notify Customer of the same. The cost of performing such additional work will be at the rates set forth above, unless otherwise agreed to by the parties. Quoted prices are good for 30 days, unless accepted. Once accepted, the quoted prices are only good for ninety (90) days if the work has not commenced within 90-days from the date of acceptance, if due to no fault of AQUALIS. If work has not started within 90 days of the date of this agreement due to no fault of AQUALIS, AQUALIS reserves the right to adjust its prices, if necessary, or to terminate this agreement. The work will be performed by experienced AQUALIS technicians with job -specific safety training and equipment. If project calls for a wage adjustment (i.e. Prevailing Wage, Davis -Bacon, etc.), AQUALIS is to be notified in advance and will, if necessary, subsequently adjust the price to reflect the additional wage levels. Customer's failure to notify AQUALIS of prevailing wage requirements does not relieve Customer of its obligation for the increased wage requirements, and Customer shall be responsible for the same. TERMS OF PAYMENT: Invoice terms are Net 30. Past due balances are subject to a finance charge at the rate of 1.5% per month, or the maximum rate allowed by law. AQUALIS accepts checks and credit cards (VISA, MC, AMEX & DISCOVER are accepted and subject to a 4% processing fee). The extension of credit on open account is subject to the approval of AQUALIS Credit Department. Prices are subject to all applicable sales, excise, privilege, use and/or other Local, State or Federal taxes or fees, unless Customer provides AQUALIS with a current tax exemption certificate acceptable to the taxing authorities. Acceptance of this estimate creates a binding contract between the parties and is an express acceptance of the Terms and Conditions contained herein. The rights of the parties shall be governed exclusively by the Terms and Conditions herein. In the event of any conflict with any terms of any Customer purchase order, the Terms and Conditions of this estimate shall control. Acceptance shall occur when Customer signs this estimate or instructs AQUALIS to proceed with the work. AQUALIS shall have a reasonable period of time from acceptance of this estimate in which to begin and to complete its work. Customer warrants that AQUALIS will have adequate access to the site to perform its services. If access is different from what was represented to or observed by AQUALIS at the time of the estimate, additional charges may apply for the increased costs associated with gaining adequate access for AQUALIS to perform its work. AQUALIS shall not be responsible for moving and/or removing any personal property or contents within the premises, including items such as furniture and carpeting, unless otherwise agreed to in writing. AQUALIS shall not be responsible for any damage to Customer's property, real and 147 personal, except for that damage caused by the gross negligence of AQUALIS. With regard to duct cleaning, AQUALIS shall not be responsible for any deteriorated conditions of the ducts as of the date of cleaning or for any loose or improperly installed, connected and/or attached duct. AQUALIS will repair the same at additional cost. The scheduled performance of the services is subject to any priorities or allocation necessitated by any Governmental orders or regulations, the time and manner on the part of the Customer in supplying necessary data, changes to the services requested by Customer, and delays caused by, but not limited to, inaccessibility to the work site, fires, flood, acts of God, strikes, lockouts, riots, war, force majeure, breakdowns, accidents, civil or military authority, shortage of vehicles, fuel or other material, shortage of labor, delays caused by Customer, and any other cause beyond the reasonable control of AQUALIS. Delay resulting from any of the aforementioned causes shall proportionately extend the term of service hereunder. Customer shall be responsible for any and all loss or expense to AQUALIS occasioned by delays attributable to the Customer. Every effort will be made to provide the services within the time stated herein (if applicable), but in no event shall AQUALIS be responsible for any consequential, incidental, or punitive damages arising out of or relating to any delay in AQUALIS'S performance whatsoever. In the event of any breach by AQUALIS, Customer's sole and exclusive remedy shall be limited to the refund of any amounts paid to AQUALIS under this contract, and AQUALIS shall not be responsible for any consequential, incidental, special, or punitive damages. This contract contains the entire agreement and understanding, express or implied, between the parties with respect to the services to be provided. Any and all other agreements, oral or written, are hereby merged into and superseded by this contract. There are no other agreements which modify or affect the terms of this contract. No amendment hereto shall be binding unless the terms thereof are in writing and signed by both parties. No verbal or other agreements shall modify or affect this contract. AQUALIS warrants that the services performed hereunder shall be performed in a workmanlike manner consistent with applicable industry standards for work of this type for the following time periods: *All services shall have a 30-day labor warranty from date of completion of service* Any claims or legal action against AQUALIS arising out of or relating to this agreement must be made and filed within one (1) year of the date of this agreement. The obligations of AQUALIS under this warranty shall be limited to either 1) Redoing that portion of the work which is found not to meet industry standards for work of the type to be performed under this contract; or 2) issuing a credit to Customer in an amount equal to the cost to remedy the deficient work, provided that Customer gives AQUALIS prompt notice of the deficiency and an opportunity to inspect the same. It is expressly agreed that the remedies provided for herein shall be the sole and exclusive remedy under this warranty. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. THERE ARE NO OTHER EXPRESS OR IMPLIED WARRANTIES OTHER THAN THOSE CONTAINED HEREIN. This agreement shall be governed by laws of the State of Washington. Venue and jurisdiction shall be in Snohomish County, Washington. In the event of any legal action to enforce the terms of this agreement, AQUALIS shall be entitled to its attorney fees and costs, including fees of experts, regardless of whether or not suit is commenced. If any legal action is undertaken by AQUALIS to recover payment of any past due Invoice, the costs and attorney fees incurred by AQUALIS will, at AQUALIS'S sole discretion, be added to the amount due and will be the responsibility of Customer. Customer's right to trial by jury is hereby expressly waived. TO THE EXTENT THAT THE CUSTOMER IS A CORPORATION OR LIMITED LIABILITY COMPANY: BY ACCEPTING THE PROPOSAL, WHETHER BY WRITTEN SIGNATURE, EMAIL, FAX OR VERBAL AUTHORIZATION TO PROCEED, THE INDIVIDUAL OWNERS OF SAID CORPORATION OR COMPANY HEREBY ABSOLUTELY, UNCONDITIONALLY AND IRREVOCABLY PERSONALLY GUARANTEE TO AQUALIS THE FULL AND PROMPT PAYMENT OF CUSTOMER'S ACCOUNT. THE OBLIGATIONS OF CUSTOMER AND GUARANTOR(S) SHALL BE JOINT AND SEVERAL. SIGNATURES, OR OTHER INDICATION OF ACCEPTANCE, WITH CORPORATE DESIGNATIONS SHALL NOT NULLIFY THE GUARANTOR'S PERSONAL LIABILITY 148 CREATED HEREIN. If applicable, a "Notice to Customer, Model Disclosure Statement" ("Notice') is submitted with this estimate and, upon acceptance of this estimate, Customer shall sign the Notice prior to AQUALIS starting work. 149 Department of Labor and Industries Contractor Registration Business Name: AQUALIS Disclosure Statement Notice to Customers This contractor is registered with the state of Washington, registration no. _INNOV**803M1 has posted with the state a bond or deposit of $ 30,000.00 for the purpose of satisfying claims against the contractor for breach of contract including negligent or improper work in the conduct of the contractor's business. The expiration date of this contractor's registration is 7/21/2026 THIS BOND OR DEPOSIT MIGHT NOT BE SUFFICIENT TO COVER A CLAIM THAT MIGHT ARISE FROM THE WORK DONE UNDER YOUR CONTRACT. This bond or deposit is not for your exclusive use because it covers all work performed by this contractor. The bond or deposit is intended to pay valid claims up to $ 30,000.00 that you and other customers, suppliers, subcontractors, or taxing authorities may have. FOR GREATER PROTECTION YOU MAY WITHHOLD A PERCENTAGE OF YOUR CONTRACT You may withhold a contractually defined percentage of your construction contract as retainage for a stated period of time to provide protection to you and help insure that your project will be completed as required by your contract. YOUR PROPERTY MAYBE LIENED. If a supplier of materials used in your construction project or an employee or subcontractor of your contractor or subcontractors is not paid, your property may be liened to payment and you could pay twice for the same work. FOR ADDITIONAL PROTECTION, YOU MAY REQUEST THE CONTRACTOR TO PROVIDE YOU WITH ORIGINAL "LIEN RELEASE" DOCUMENTS FROM EACH SUPPLIER OR SUBCONTRACTOR ON YOUR PROJECT The contractor is required to provide you with further information about lien release documents if you request it. General information is also available from the state Department of Labor and Industries. I have received a copy of this disclosure statement. Dated this day of of the year Signature of Customer The contractor must retain a signed copy of this disclosure statement in his or her files for a minimum of three years and produce a signed or electronic signature copy of the disclosure statement to the department upon request. For more information, please refer to RCW 18.27.114. F625-030-000 Disclosure Statement Notice to Customer 12-2015 150 Ali PACE A Verdantas Company -1,300 LE 12" VVATER INSTALL OUTSIDE MLKJr PAVED ROADWAY Figure 1 S Ryan St to S 114th St Ryan Hill Utility Improvements STORM DRAINAGE STUDY AND IMPROVEMENTS 151 I& PACE A Verdantas Company 152 UP TO 750 LF SEWER CONDITION ASSESSMENT. REHAB OR ABANDONMENT. PUBLIC OUTREACH. +/- 18 CONNECTED HOMES UP TO 520 LF SEWER CONDITION ASSESSMENT. REHAB OR ABANDONMENT. PUBLIC OUTREACH. +/- 12 CONNECTED HOMES Figure 2 S 141st St to S 147th St Ryan Hill Utility Improvements 4 ADA RAMP REPLACEMENTS 600 LF NEW WATER 4 ADA RAMP REPLACEMENTS 4 ADA RAMP REPLACEMENTS A PACE A Verdantas Company Figure 3 SR 599 Ryan Hill Utility Improvements 153