HomeMy WebLinkAboutFinal Agenda Packet
CITY OF RENTON
AGENDA - City Council Regular Meeting
7:00 PM - Monday, January 27, 2025
Council Chambers, 7th Floor, City Hall – 1055 S. Grady Way
Please note that this regular meeting of the Renton City Council is being offered as a
hybrid meeting and can be attended in person at the Council Chambers, 7th floor of City
Hall, 1055 S Grady Way, Renton, 98057 or remotely through Zoom.
For those wishing to attend by Zoom: Please (1) click this link
https://us02web.zoom.us/j/84938072917?pwd=TUNCcnppbjNjbjNRMWpZaXk2bjJnZz09
(or copy/paste the URL into a web browser) or (2) call-in to the Zoom meeting by dialing
253-215-8782 and entering 849 3807 2917 Passcode 156708, or (3) call 425-430-6501
by 5 p.m. on the day of the meeting to request an invite with a link to the meeting.
Registration for Audience Comment: Registration will be open at all times, but
speakers must register by 5 p.m. on the day of a Council meeting in order to be called
upon. Anyone who registers after 5 p.m. on the day of the Council meeting will not be
called upon to speak and will be required to re-register for the next Council meeting if
they wish to speak at that next meeting.
Request to Speak Registration Form:
o Click the link or copy/paste the following URL into your browser:
https://forms.office.com/g/bTJUj6NrEE
You may also call 425-430-6501 or email jsubia@rentonwa.gov or
cityclerk@rentonwa.gov to register. Please provide your full name, city of
residence, email address and/or phone number, and topic in your message.
A sign-in sheet is also available for those who attend in person.
Video on Demand: Please click the following link to stream Council meetings live as
they occur, or to select previously recorded meetings:
Renton Channel 21 Video on Demand
1. CALL TO ORDER AND PLEDGE OF ALLEGIANCE
2. ROLL CALL
3. PROCLAMATION
a) Lunar New Year Day - January 27 - February 1, 2025
4. ADMINISTRATIVE REPORT
a) Administrative Report
5. AUDIENCE COMMENTS
All remarks must be addressed to the Council as a whole, if a response is
requested please provide your name and address, including email address, to
the City Clerk to allow for follow‐up.
Speakers must sign-up prior to the Council meeting.
Each speaker is allowed three minutes.
When recognized, please state your name & city of residence for the record.
NOTICE to all participants: Pursuant to state law, RCW 42.17A.555,
campaigning for or against any ballot measure or candidate in City Hall and/or
during any portion of the council meeting, including the audience comment
portion of the meeting, is PROHIBITED.
6. CONSENT AGENDA
The following items are distributed to Councilmembers in advance for study and
review, and the recommended actions will be accepted in a single motion. Any item
may be removed for further discussion if requested by a Councilmember.
a) Approval of Council Meeting minutes of January 13, 2025.
Council Concur
b) AB - 3724 Executive Services Department submits CAG-24-082, Community
Center Audiovisual System Upgrade project, contractor Avidex Industries, and
recommends acceptance of the project and release of retainage bond after 60
days once all required releases from the State are received and all liens are
legally cleared.
Council Concur
c) AB - 3728 Finance Department submits a water leak adjustment request from the
owner's of Kenworth Truck, Co., a commercial property, and recommends
adjusting the account in the total amount of $2,170.17 for excess water usage
caused by a qualified water line leak in accordance with RMC 8-4-46 and 8-5-23.
Refer to Finance Committee
d) AB - 3729 Finance Department submits a water leak adjustment request from the
owner's of Shadow Hawk II, LLC, a commercial property, in the amount of
$2,889.62, for excess water usage caused by a qualified water line leak in
accordance with RMC-8-4-46 and 8-5-23.
Refer to Finance Committee
e) AB - 3736 Public Works Airport recommends executing an agreement with Mott
MacDonald, in an amount not to exceed $481,900, for preliminary engineering
design services required to repair the Seaplane Base damaged in the flood of
February 2020.
Refer to Transportation (Aviation) Committee
f) AB - 3737 Public Works Airport recommends executing an agreement with Mott
MacDonald, in an amount not to exceed $293,600, for additional preliminary
engineering design services required to repair the Seaplane Base damaged in the
flood of February 2020.
Refer to Transportation (Aviation) Committee
g) AB - 3735 Public Works Maintenance Services requests authorization to purchase
one Vermeer BC1800XL Brush Chipper, in the amount of $122,023.36, from
Vermeer Mountain West. The funds for this purchase were included in the 2024
Q3 budget adjustment.
Council Concur
h) AB - 3732 Public Works Transportation Systems Division recommends adoption
of a resolution authorizing an extension of the 300-day closure of Renton Ave S
from February 28, 2025 to May 22, 2025 for the purpose of extending the Renton
Ave S Bridge for the Bellevue to Renton Widening and Express Toll Lane project
on I-405.
Refer to Transportation (Aviation) Committee
i) AB - 3733 Public Works Utility Systems Division submits CAG-23-288, Lift Station
and Force Main Rehabilitation Phase 3 project, contractor Equity Builders, LLC,
and recommends acceptance of the project and release of retainage in the amount
of $56,093.80 after 60 days once all required releases are obtained from the state
and all liens are legally cleared.
Council Concur
7. UNFINISHED BUSINESS
Topics listed below were discussed in Council committees during the past week.
Those topics marked with an asterisk (*) may include legislation. Committee reports
on any topics may be held by the Chair if further review is necessary.
a) Finance Committee: 1) Vouchers
8. LEGISLATION
9. NEW BUSINESS
(Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more
information.)
10. ADJOURNMENT
COMMITTEE OF THE WHOLE MEETING AGENDA
(Preceding Council Meeting)
CANCELED
Hearing assistance devices for use in the Council Chambers are available upon request to the City Clerk
CITY COUNCIL MEETINGS ARE TELEVISED LIVE ON GOVERNMENT ACCESS CHANNEL 21
To view Council Meetings online, please visit rentonwa.gov/councilmeetings
Armondo Pavone Mayor
WHEREAS,the traditional Lunar New Year celebration,also known as the Spring Festival,dates
back as early as the fourteenth century B.C.;and
WHEREAS,2025 is the Year of the Snake,symbolizing transformation,wisdom,and intuition;
and
WHEREAS,Lunar New Year is a time for traditions,family reunions,and hopes for good fortune
in the comingyear;and
WHEREAS,Renton joins communities across China,Vietnam,the Philippines,South Korea,
Thailand,Malaysia,Singapore,Indonesia,Japan,and more as Asian communities gather to
cetebrate this time with their famities,and friends;
WHEREAS,the City of Renton,recognized as the 16th most diverse city in the nation,is home to
many Asian families who have contributed to Renton’s rich cultural diversity,economic success,
and who share their deep-rooted traditions with their neighbors and the greater Renton
Community;and
NOW THEREFORE,I,Armondo Pavone,Mayor of the City of Renton,do hereby proclaim this
week to be a celebration of
Lunar New Year
in the City of Renton,and I encourage all residents to join me in this special observance.
IN WITNESS THEREOF,I have hereunto set my hand and caused the seal of the City of
Renton to be affixed this 27 day of January 2025.
Mayor Armondo Pavone
City of Renton,Washington
ProcLamation
Renton City HaIl,7th Floor 1055 South Grady Way,Renton,WA 98057.rentonwa.gov
AGENDA ITEM #3. a)
Mayor’s Office
Memorandum
DATE: January 22, 2025
TO: James Alberson, Jr., Council President
Members of the Renton City Council
FROM: Armondo Pavone, Mayor
Ed VanValey, Chief Administrative Officer
SUBJECT: Administrative Report
• An enchanting night of family fun and memories await you at this year's
Moonlight Masquerade, the Parks and Recreation Department's annual Winter
Family Dance. The event will be hosted at the Renton Community Center,
Friday, February 7, from 6-8 p.m. Ages 3 and up are invited to dance to your
favorite tunes, strike a pose at the photo booth, enjoy some light refreshments,
and take home a special keepsake. Cost for Renton residents is $15 and non-
residents $18. Pre-registration is required for each attendee and may be done
by visiting the Community Events tab at rentonwa.gov/register.
• Save the date! Mayor Pavone’s annual State of the City Address is scheduled for
for Wednesday, March 26, from 6-8 p.m. at the Hyatt Lake Washington. Watch
for more information coming soon.
• Information about preventative street maintenance, traffic impact projects, and
road closures happening this week can be found at http://rentonwa.gov/traffic.
All projects are weather permitting and unless otherwise noted, streets will
always remain open.
Monday, January 27 through Friday, January 31, 8:00am-3:00pm. Burnett Ave S will
be closed between S Tobin St and S Tillicum St for construction work. Approved traffic
control plans were issued for all work and will be followed, including a detour and
flaggers. Questions may be directed to Rob Blackburn, 206-379-1489.
Monday, January 27 through Friday, January 31, 8:00am-3:00pm. Intermittent lane
closure on Rainier Ave N between Airport Way and S 3rd St for construction work.
Approved traffic control plans were issued for all work and will be followed.
Questions may be directed to Joe Nerlfi, 425-757-9657.
Monday, January 27 through Friday, January 31, 8:00am-3:00pm. Intermittent lane
closure on NE Sunset Blvd between Edmonds Ave NE and Kirkland Ave NE for
construction work. Approved traffic control plans were issued for all work and will be
followed. Questions may be directed to Brad Stocco, 425-282-2373.
Monday, January 27 through Friday, January 31, 8:00am-3:00pm. Shifting lane
AGENDA ITEM #4. a)
James Alberson, Jr., Council President
Members of the Renton City Council
Page 2 of 2
January 22, 2025
closures both east and west on NE Sunset Blvd between Redmond Pl NE to Union
Ave NE for utility installation and frontage improvements. Approved traffic control
plans were issued for all work and will be followed. Questions may be directed to
Brad Stocco, 425-282-2373.
Monday, January 27 through Friday, January 31, 8:00am-3:00pm. S Tobin St will be
closed between Williams Ave S and Burnett Ave S for construction work. Approved
traffic control plans were issued for all work and will be followed, including a detour
and flaggers. Questions may be directed to Rob Blackburn, 206-379-1489.
Monday, January 27 through Friday, January 31, 8:00am-3:00pm. Intermittent lane
closure on Wells Ave S north of S 2nd St for construction work. Approved traffic control
plans were issued for all work and will be followed. Questions may be directed to
Casey Grant, 206-532-4380.
On-going Street Closure January 21 through May 22, 2025 (City of Renton
Resolution No. 4545). FULL STREET CLOSURE on Houser Way N between Lake
Washington Blvd N and Lowe’s Business Access Road in support of WSDOT I-405
Renton to Bellevue Widening and Express Toll Lane project. Approved traffic control
plans were issued for all work and will be followed. Questions may be directed to
Justin Johnson, 425-902-7102.
AGENDA ITEM #4. a)
January 13, 2025 REGULAR COUNCIL MEETING MINUTES
CITY OF RENTON
MINUTES - City Council Regular Meeting
7:00 PM - Monday, January 13, 2025
Council Chambers, 7th Floor, City Hall – 1055 S. Grady Way
CALL TO ORDER AND PLEDGE OF ALLEGIANCE
Mayor Pavone called the meeting of the Renton City Council to order at 7:00 PM and led the
Pledge of Allegiance.
ROLL CALL
Councilmembers Present:
James Alberson, Jr., Council President
Carmen Rivera, Council Position No. 2
Valerie O'Halloran, Council Position No. 3
Ryan McIrvin, Council Position No. 4
Ed Prince, Council Position No. 5
Ruth Pérez, Council Position No. 6
Kim-Khánh Vǎn, Council Position No. 7
Councilmembers Absent:
ADMINISTRATIVE STAFF PRESENT
Armondo Pavone, Mayor
Ed VanValey, Chief Administrative Officer
Cheryl Beyer, Senior Assistant City Attorney
Jason Seth, City Clerk
Deb Needham, Emergency Management Director
Amanda Free, Economic Development Assistant Director
Chief Jon Schuldt, Police Department Administrator
Deputy Chief Jeffery Hardin, Police Department
Commander Dan Figaro, Police Department
Attended Remotely:
Kristi Rowland, Deputy CAO
Kari Roller, Finance Administrator
Martin Pastucha, Public Works Administrator
Kim Gilman, Interim Human Resources / Risk Management Administrator
MJ Van Cleave, Parks & Recreation Administrator
AGENDA ITEM #6. a)
January 13, 2025 REGULAR COUNCIL MEETING MINUTES
Ron Straka, Public Works Utility Systems Director
Rob Shuey, Development Services Director
SPECIAL PRESENTATION
Small Business Administration Resources for Disaster Recovery: Javier Caltenco, Public
Information Officer for the Small Business Administration's Office of Disaster Recovery &
Resilience, announced that there are federal loans available for residents and small
businesses affected by the bomb cyclone event that occurred late last year. He noted that
these low-interest loans are for costs not covered by insurance. Mr. Caltenco stated that
people can visit their Renton office at the King County Elections office in Renton, 919 SW
Grady Way, Renton, 98057, to apply for the loans.
ADMINISTRATIVE REPORT
CAO Ed VanValey reviewed a written administrative report summarizing the City’s recent
progress towards goals and work programs adopted as part of its business plan for 2023 and
beyond. Items noted were:
• Applications are being accepted through January 20 for the Renton Civic Academy.
The Academy will take place February 13-March 20 and is open to Renton residents
and businessowners ready to take the next step in being informed and involved in the
community. To complete the application visit yourvoice.rentonwa.gov/civic-
academy. For questions, contact Casey King at cking@rentonwa.gov or via phone at
206-550-4503.
• Preventative street maintenance will continue to impact traffic and result in
occasional street closures.
AUDIENCE COMMENTS
• Michael Westgaard, Renton, opined that the city's three-percent increase to the
minimum wage is incorrect and should be a four-percent increase for 2025. He
remarked that he reported the discrepancy to the Washington State Department of
Labor & Industries.
• Nora Schultz, Renton, expressed disappointment about alleged lack of
communication about the derelict building located at N 6th St and Park Ave N.
• Sheryl Friesz, Renton, stated that she signed up for the upcoming Civics Academy
hosted by the city. She also expressed disappointment about alleged lack of
communication regarding the vacant building located N 6th St and Park Ave N.
• Ben Johnson, Renton, stated he would like more details about how the city is
managing the process of correcting the issues with the vacant building at N 6th St and
Park Ave N. He stated that he would like more information could be about the
process and not necessarily about the property in question.
• Diane Dobson, Renton, expressed gratitude to city staff for the work they do for the
city. She also asked that staff review state statutes and urged Council to adopt a
formal Code of Conduct.
AGENDA ITEM #6. a)
January 13, 2025 REGULAR COUNCIL MEETING MINUTES
• Paul Quinn, Sammamish, spoke about recycling and garbage hauling. He submitted
documentation to this end.
• Gabriel Jones, Renton, urged Council to make positive changes in the community
without ulterior motives driving decisions.
CONSENT AGENDA
The following items are distributed to Councilmembers in advance for study and review, and the
recommended actions will be accepted in a single motion. Any item may be removed for further
discussion if requested by a Councilmember.
a) Approval of Council Meeting minutes of January 6, 2025. Council Concur.
b) AB - 3725 Public Works Transportation Systems Division submitted CAG-22-200, 2022 Overlay
Project, contractor CPM Development Corporation dba Icon Materials, Inc., and recommends
executing Change Order No. 1 (contract reconciliation), acceptance of the project, and release
of retainage after 60 days after all state releases have been obtained and all liens have been
legally cleared. Council Concur.
c) AB - 3726 Public Works Transportation Systems Division recommended execution of
Supplemental Agreement #3 to CAG-23-015, contractor Transpo Group USA, Inc., in the
amount of $331,154.69 for construction management services for the S 7th St Corridor
Improvement project. Refer to Transportation (Aviation) Committee.
MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL APPROVE THE CONSENT
AGENDA AS PUBLISHED. CARRIED.
UNFINISHED BUSINESS
Topics listed below were discussed in Council committees during the past week. Those topics marked
with an asterisk (*) may include legislation. Committee reports on any topics may be held by the Chair if
further review is necessary.
a) Finance Committee: Chair Pérez presented a report recommending approval of the following
payments:
1. Accounts Payable - total payment of $28,339,265.67 for vouchers 10914, 10921-10937,
421325, 421327, 421329-421673, 421683, 412693-421939, 421941-421953; payroll
benefits withholding vouchers 7566-7590, 421674-421682, 421684-421691, and 3 wire
transfers.
2. Payroll - total payment of $4,207,308.49 for payroll vouchers that include 1358 direct
deposits and 8 checks. (11/16/24-11/30/24 and 12/1/24-12/15/24 pay periods).
3. Kidder Mathews vouchers 1785-1829 totaling $79,171.25.
4. Municipal Court Vouchers 018637-018654, 018656-018676 totaling $29,302.91.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTE RECOMMENDATION. CARRIED.
b) Finance Committee: Chair Pérez presented a report recommending concurrence in the staff
recommendation to approve the interagency agreement with the Washington Traffic Safety
Commission for Law Enforcement Liaison to receive up to $5,000 in grant funds to increase law
enforcement participation in traffic safety enforcement and to serve as a resource for the
region's Target Zero Manager.
AGENDA ITEM #6. a)
January 13, 2025 REGULAR COUNCIL MEETING MINUTES
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
c) Finance Committee: Chair Pérez presented a report recommending concurrence in the staff
recommendation to approve awarded additional speed HVE funds in the amount of $10,000 for
locally coordinated enforcement mobilizations to address all dangerous driving behavior along
the corridor identified as 140th Ave SE from Highway 169 south to 132nd Ave SE to Highway 18.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
d) Finance Committee: Chair Pérez presented a report recommending concurrence in the staff
recommendation to approve the Edward Byrne Memorial Justice Assistance Grant (JAG) Program
FY 2024 MOU in order to accept $29,013 in grant funds to assist police operations.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
e) Finance Committee: Chair Pérez presented a report authorizing the Mayor and City Clerk to
execute the subaward with PSRC for the Renton Comprehensive Safety Action Plan.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
f) Finance Committee: Chair Pérez presented a report recommending concurrence in the staff
recommendation to adopt the resolution authorizing the Mayor and City Clerk to execute
Amendment #1 - GCB, WSDOT Project Coordinator agreement, in support of the I-405, Renton to
Bellevue, Widening and Express Toll Lane project.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
Councilmember Vǎn asked why this project was delayed until the end of 2025. Mayor Pavone
stated the administration would investigate the issue.
g) Finance Committee: Chair Pérez presented a report recommending concurrence in the staff
recommendation to award the construction contract (for the Talbot Hill Reservoir Park Site
Improvements Construction project CAG-24-229) to Active Construction, Inc., in the amount of
$875,875.00 and approve a budget transfer in the amount of $162,000 to cover the cost of
construction contract, services during construction, permitting fees, contingencies, and contract
administration.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTE RECOMMENDATION. CARRIED.
LEGISLATION
Resolution:
Resolution No. 4546: A resolution of the City of Renton, Washington, authorizing the Mayor
and City Clerk to enter into CAG-19-059 Amendment No 1, to an interlocal agreement with
WSDOT, which amendment is titled "GCB 2433 Coordinator Agreement City of Renton I-405 -
Renton to Bellevue Corridor Widening and Express Toll Lanes Project, Amendment No. 1."
AGENDA ITEM #6. a)
January 13, 2025 REGULAR COUNCIL MEETING MINUTES
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL ADOPT THE
RESOLUTION AS READ. CARRIED.
NEW BUSINESS
(Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more information.)
ADJOURNMENT
Jason A. Seth, MMC, City Clerk
Jason Seth, Recorder
13 Jan 2025
AGENDA ITEM #6. a)
Council Committee Meeting Calendar
January 13, 2025
January 20, 2025
Monday
Martin Luther King Jr. Holiday – No Meetings
January 27, 2025
Monday
3:00 p.m. Public Safety Committee, Chair Rivera
Location: Council Conference Room/Videoconference
1. Leadership, Intervention & Change (LINC) Program Briefing by Center
for Children & Youth Justice
2. 6th and Park Building Update
3. RRFA Briefing
4. Emerging Issues in Public Safety
4:15 p.m. Community Services Committee, Chair O’Halloran
Location: Council Conference Room/Videoconference
1. Farmers Market Update
2. Emerging Issues in Parks & Recreation
5:00 p.m. Finance Committee, Chair Perez
Location: Council Conference Room/Videoconference
1. Vouchers
2. Emerging Issues in Finance
5:45 p.m. Planning & Development Committee, Chair Prince
Location: Council Conference Room/Videoconference
1. Overview of the 2025 Long Range Planning Work Program
2. Critical Areas Ordinance Update Briefing
3. Emerging Issues in CED
CANCELED Committee of the Whole, Chair Alberson
7:00 p.m. Council Meeting
Location: Council Chambers/Videoconference
AGENDA ITEM #6. a)
AB - 3724
City Council Regular Meeting - 27 Jan 2025
SUBJECT/TITLE: City of Renton Community Center Audiovisual System Upgrade, CAG-
24-082, Project Closeout
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Executive Services Department
STAFF CONTACT: Harpreet Singh, Client Technology Services & Support Supervisor
EXT.: 6871
FISCAL IMPACT SUMMARY:
The original contract amount was $141,991.87 and the final contract amount is $141,991.87. There is
sufficient funding available from the approved 2024 Facility A/V Upgrades budget
(503.540024.003.594.18.64.000) for payment of the final contract amount.
SUMMARY OF ACTION:
The Community Center Audiovisual (AV) Systems Upgrade project, CAG-24-082, was awarded to Avidex
Industries on April 4, 2024. Work commenced on June 17, 2024, and was completed on December 17, 2024.
The project included the provision of material and labor necessary to enhance the AV system within the
center, including banquet room, a dance studio, classrooms, and gym areas.
EXHIBITS:
A. Notice of Completion
B. Invoice and Payment Checklist
STAFF RECOMMENDATION:
Accept the Community Center Audiovisual System Upgrade project (CAG-24-082) and authorize the release of
the retainage bond after 60 days once all the required releases from the Washington State agencies have been
obtained.
AGENDA ITEM #6. b)
F215-038-000 Notice of Completion of Public Works Contract 05-2020
Notice of Completion of
Public Works Contract
Department Use Only
Assigned to Date Assigned
Date Form Version Revision Reason
Awarding Agency Information
Company Name UBI Number
Address City State Zip Code
Contact Name Phone Number Email Address
Prime Contractor Information
Company Name UBI Number
Address City State Zip Code
Contact Name Phone Number Email Address
Project Information
Project Name Contract Number Affidavit ID Number
Jobsite Address City State Zip Code
Date Awarded Date Work Commenced Date Work Completed Date Work Accepted
Is this a Federally Funded Transportation Project? Yes No If yes, attach the Contract Bond Statement
Have Subcontractors been used? Yes No If yes, complete Addendum A
Contract/Payment Bond Waived? Yes No Retainage Bond Waived? Yes No
Detailed Description of Work Completed
DOR Tax Information
Calculated Amount Liquidated Damages
Additions (+) Amount Disbursed
Reductions (-) Amount Retained
Sub-Total Other
Sales Tax Amount Sales Tax Rate
Total Total
Both totals must to be equal - If multiple sales tax rates, attach a list
Apprentice Utilization Information
Was apprentice utilization required? Yes No Engineer’s Estimate:
Utilization %: If utilization did not meet or exceed 15%, was a Good Faith Estimate approved? Yes No
Comments
The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. No
payment shall be made from the retained funds until receipt of all release certificates and affidavits.
Complete and submit for by email to all three agencies below
Contract Release
(855) 545-8163, option # 4
ContractRelease@LNI.WA.GOV
Employment Security Department
Registration, Inquiry, Standards &
Coordination Unit
(360) 890-3499
publicworks@esd.wa.gov
AGENDA ITEM #6. b)
Subcontractor's Name:UBI Number: (Required)Affidavit ID*
Addendum A: Please List all Subcontractors and Sub-tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time. No L&I release will be granted until all affidavits are listed.
For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum (10/26/15)F215-038-000 05-2020
AGENDA ITEM #6. b)
Public Works Invoice & Payment Checklist
*In accordance with City of Renton Policy 250‐02
Contractor Name:_____________________________________________ Vendor #:________________________
Staff Contact:________________________________________________ Dept:____________________________
Project Name:________________________________________________ Contract Amount:__________________
CAG #___________________ as assigned by city clerk (provided after submitting eContract checklist)
Was the Project Grant Funded? How was the contract procured?
Retainage method: If N/A why:
*If Escrow, attach a copy of legal approved escrow agreement. If retainage bond, attach a copy of the retainage bond.
Intents for prime contractor and subcontractors have been saved to Q:\
Verified certified payroll reports have been filed. For grant funded projects, copies have been saved to Q:\
Invoice with applicable retainage has been entered into Eden
Affidavits for prime contractor and subcontractors have been saved to Q:\
Notice of Completion filled out and included in PDF (only if contract exceeds $35,000 before tax – include in PDF
behind completed checklist for AP)
I hereby certify, as project manager representing the City of Renton, that all work required by the above cited contract
was completed on:_________________. No claims/liens have been received against the prime contractor,
subcontractors, or anyone who has performed or provided any work or material on the project. All intents to pay
prevailing wages and all affidavits of wages paid (including subcontractors) have been provided to finance on the Q:\
___________________
Date
___________________
____________________________________________________________________
Project Manager
___________________________________________________________________
Department Administrator Date
If original contract was approved by council enter the date that council approved completion and release of retainage.
_____________________ *Include in PDF the council approval minutes and put behind notice of completion
Date
Section 1: Vendor, Contract, & Payment Information (complete prior to first progress payment & save
copy of this checklist with first payment’s backup)
Section 2: Close Out (complete during final payment, before retainage can be released and submit to AP)
Avidex, Industries 007002
Lacey Pires ESD/Information Technology
Renton Community Center AV Upgrades $141,991.87
CAG-24-082
12/17/24
4
4
4
4
4
No
10%
Competitive bid process
Docusign Envelope ID: CC7EFF8A-0B9F-45AD-90F0-2CD8014211D8
12/30/2024 | 1:18 PM PST
Docusign Envelope ID: 6B0B2F64-1505-40DF-9D70-7C1790CE467D
1/7/2025 | 12:21 PM PST
AGENDA ITEM #6. b)
AB - 3728
City Council Regular Meeting - 27 Jan 2025
SUBJECT/TITLE: Utility Bill Leak Adjustment Request for Kenworth Truck Co. 004882-
000
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Finance Department
STAFF CONTACT: Victoria Appleberry, Utility Accounts Supervisor
EXT.: 6921
FISCAL IMPACT SUMMARY:
This leak adjustment request in the amount of $2,170.17 is broken down as follows:
Water: $308.12
Sewer: $634.60
Metro: $1,227.45
TOTAL: $2,170.17
SUMMARY OF ACTION:
Per Renton Municipal Code 8-4-46 and 8-5-23 for water and wastewater billing adjustments for water leaks,
the city will grant an adjustment of up to a maximum of two regular meter reading cycles during the billing
period when the water leak occurred. The finance department received a formal leak adjustment request from
Kenworth Truck Co., a commercial property, for a leak that occurred at the service address 790 Garden Ave N.
The property owner has met the requirements outlined in the code to adequately qualify for the leak
adjustment. The requested adjustment in the amount of $2,170.17 covers the billing period of October 2024.
EXHIBITS:
A. Issue Paper
STAFF RECOMMENDATION:
Staff recommends an adjustment to this customer's account for a total of $2,170.17 for excess water usage
caused by a qualified water line leak in accordance with RMC 8-4-46 and 8-5-23.
AGENDA ITEM #6. c)
Finance Department
Memorandum
DATE:January 8, 2025
TO:James Alberson, Council President
Members of Renton City Council
VIA:Armondo Pavone, Mayor
FROM:Kari Roller, Administrator
STAFF CONTACT:Victoria Appleberry, Utility Accounts Supervisor
SUBJECT:Utility Bill Leak Adjustment Request
Utility Account: 004882-000
Owner: Kenworth Truck Co.
ISSUE
Should City Council grant the request for a reduction of increased water, city sewer, and King
County metro charges resulting from a water leak at the service address 790 Garden Ave N.
BACKGROUND
In accordance with Renton Municipal Code (RMC) 8-4-46 and 8-5-23, water and wastewater
billing adjustments for water leaks, the city will grant an adjustment of up to a maximum of two
(2) regular meter reading cycles during the billing period when the water leak occurred. Water
will be adjusted by 50% of leaked consumption; sewer will be adjusted by 100% of all leaked
water that did not enter the sanitary sewer system.
The finance department received a formal leak adjustment request from Kenworth Truck Co., a
commercial property, for a leak that occurred at the service address 790 Garden Ave N. The
water leak was located where the service line meets the foundation. The leak was repaired on
10/21/24. The property owner has met the requirements outlined in the code, including
submitting proof of repair, to adequately qualify for the leak adjustment for sewer charges.
The requested adjustment covers the billing period(s) for Oct 2024 as follows:
Oct 24 Total
Water $308.12 $308.12
Sewer $634.60 $634.60
Metro $1,227.45 $1,227.45
Total $2,170.17 $2,170.17
RECOMMENDATION
Staff recommends an adjustment to this customer’s account for a total of $2,170.17 in excess
water usage caused by a qualified water line leak in accordance with RMC 8-4-46 and 8-5-23.
AGENDA ITEM #6. c)
AB - 3729
City Council Regular Meeting - 27 Jan 2025
SUBJECT/TITLE: Utility Bill Leak Adjustment Request for Shadow Hawk II, LLC 022765-
000
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Finance Department
STAFF CONTACT: Victoria Appleberry, Utility Accounts Supervisor
EXT.: 6921
FISCAL IMPACT SUMMARY:
This leak adjustment request in the amount of $2,889.62 is broken down as follows:
Water: $392.01
Sewer: $851.20
Metro: $1,646.41
TOTAL: $2,889.62
SUMMARY OF ACTION:
Per Renton Municipal Code 8-4-46 and 8-5-23 for water and wastewater billing adjustments for water leaks,
the city will grant an adjustment of up to a maximum of two regular meter reading cycles during the billing
period when the water leak occurred. The finance department received a formal leak adjustment request from
Shadow Hawk II, LLC, a commercial property, for a leak that occurred at the service address 2808 SE 8th Pl.
The property owner has met the requirements outlined in the code to adequately qualify for the leak
adjustment. The requested adjustment in the amount of $2,889.62 covers the billing periods of July and
August 2024.
EXHIBITS:
A. Issue Paper
STAFF RECOMMENDATION:
Staff recommends an adjustment to this customer's account for a total of $2,889.62 for excess water usage
caused by a qualified water line leak in accordance with RMC 8-4-46 and 8-5-23.
AGENDA ITEM #6. d)
Finance Department
Memorandum
DATE:January 9, 2025
TO:James Alberson, Council President
Members of Renton City Council
VIA:Armondo Pavone, Mayor
FROM:Kari Roller, Administrator
STAFF CONTACT:Victoria Appleberry, Utility Accounts Supervisor
SUBJECT:Utility Bill Leak Adjustment Request
Utility Account: 022765-000
Owner: Shadow Hawk II, LLC.
ISSUE
Should City Council grant the request for a reduction of increased water, city sewer, and King
County metro charges resulting from a water leak at the service address 2808 SE 8th PL.
BACKGROUND
In accordance with Renton Municipal Code (RMC) 8-4-46 and 8-5-23, water and wastewater
billing adjustments for water leaks, the city will grant an adjustment of up to a maximum of two
(2) regular meter reading cycles during the billing period when the water leak occurred. Water
will be adjusted by 50% of leaked consumption; sewer will be adjusted by 100% of all leaked
water that did not enter the sanitary sewer system.
The finance department received a formal leak adjustment request from Shadow Hawk II, LLC., a
commercial property, for a leak that occurred at the service address 2808 SE 8th PL. The water
leak was located in the service line between meter and building. The leak was repaired on
08/26/24. The property owner has met the requirements outlined in the code, including
submitting proof of repair, to adequately qualify for the leak adjustment for sewer charges.
The requested adjustment covers the billing period(s) for July and Aug 2024 as follows:
July 24 Aug 24 Total
Water $104.13 $287.88 $392.01
Sewer $226.10 $625.10 $851.20
Metro $437.33 $1209.08 $1646.41
Total $767.56 $2,122.06 $2,889.62
RECOMMENDATION
Staff recommends an adjustment to this customer’s account for a total of $2,889.62 in excess
water usage caused by a qualified water line leak in accordance with RMC 8-4-46 and 8-5-23.
AGENDA ITEM #6. d)
AB - 3736
City Council Regular Meeting - 27 Jan 2025
SUBJECT/TITLE: Agreement with Mott MacDonald for Engineering Services - Dredging
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Public Works Airport
STAFF CONTACT: William Adams, Principal Engineer
EXT.: 206-445-5924
FISCAL IMPACT SUMMARY:
The fiscal impact of the Agreement with Mott MacDonald for Engineering Services related to the flood
damage at the seaplane base incurred in February 2020 is not to exceed $481,900. The full cost of this
contract will be funded by the Airport 422.725080 account with 90% reimbursement by FEMA. This projects
design and construction will be funded at 90% by FEMA under the President Emergency Declaration for the
February 2020 flood. The Airport’s 10% share will be covered from the Airports Maintenance Dredging Project
with an adjusted 2025 budget of $100,300.
SUMMARY OF ACTION:
During the flood of February 2020 the Seaplane Base was filled with debris along with some minor damage to
the dock and seaplane ramp. The President’s Emergency Declaration authorized FEMA to fund eligible items
affected by the flood. After several rounds of review by the State Emergency Management team we have
received direction that our scope is eligible for funding and to begin the process of taking this project to final
design. This Agreement will bring the project to final design through the following scope of work: geotechnical
survey, seaplane ramp condition assessment, preliminary engineering design up to 30% ,development of Joint
Aquatic Resource Permit Application (JARPA), final engineering analysis, bidding support and project
management. The JARPA application is necessary for our shoreline permit as well as review by multiple other
state and federal agencies combined (US Army Corps of Engineers, WA Dept of Natural Resources, WA Dept of
Fish and Wildlife, WA Dept of Ecology). The maximum amount of compensation payable to the Consultant is
$481,900.
EXHIBITS:
A. Agreement with Mott MacDonald for Engineering Services
STAFF RECOMMENDATION:
Authorize the Mayor to execute Agreement with Mott MacDonald for Engineering Services, with a maximum
expenditure not exceeding $481,900.
AGENDA ITEM #6. e)
AGREEMENT FOR MARINE ENGINEERING SERVICES
THIS AGREEMENT, dated for reference purposes only as January 6, 2025, is by and between the
City of Renton (the “City”), a Washington municipal corporation, and Mott MacDonald LLC
(“Consultant”), a Delaware limited liability company. The City and the Consultant are referred to
collectively in this Agreement as the “Parties.” Once fully executed by the Parties, this Agreement
is effective as of the last date signed by both parties (“Effective Date”).
1. Scope of Work: Consultant agrees to provide marine engineering services as specified in
Exhibit A, which is attached and incorporated herein and may hereinafter be referred to
as the “Work.”
2. Changes in Scope of Work: The City, without invalidating this Agreement, may order
changes to the Work consisting of additions, deletions or modifications. Any such changes
to the Work shall be ordered by the City in writing and the Compensation shall be
equitably adjusted consistent with the rates set forth in Exhibit A or as otherwise mutually
agreed by the Parties.
3. Time of Performance: Consultant shall commence performance of the Agreement no
later than 30 calendar days after the Agreement’s Effective Date. All Work shall be
performed by no later than January 31, 2029.
4. Compensation:
A. Amount. Total compensation to Consultant for Work provided pursuant to this
Agreement shall not exceed $481,900, plus any applicable state and local sales taxes.
Compensation shall be paid based upon Work actually performed according to the
rate(s) or amounts specified in Exhibit A. The Consultant agrees that any hourly or flat
rate charged by it for its Work shall remain locked at the negotiated rate(s) unless
otherwise agreed to in writing or provided in Exhibit A. Except as specifically provided
herein, the Consultant shall be solely responsible for payment of any taxes imposed
as a result of the performance and payment of this Agreement.
B. Method of Payment. On a monthly or no less than quarterly basis during any quarter
in which Work is performed, the Consultant shall submit a voucher or invoice in a form
specified by the City, including a description of what Work has been performed, the
name of the personnel performing such Work, and any hourly labor charge rate for
such personnel. The Consultant shall also submit a final bill upon completion of all
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 2 OF 10
Work. Payment shall be made by the City for Work performed within thirty (30)
calendar days after receipt and approval by the appropriate City representative of the
voucher or invoice. If the Consultant’s performance does not meet the requirements
of this Agreement, the Consultant will correct or modify its performance to comply
with the Agreement. The City may withhold payment for work that does not meet the
requirements of this Agreement.
C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by
the City of any remedies it may have against the Consultant for failure of the
Consultant to perform the Work or for any breach of this Agreement by the
Consultant.
D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for
payment under this Agreement for any future fiscal period, the City shall not be
obligated to make payments for Work or amounts incurred after the end of the
current fiscal period, and this Agreement will terminate upon the completion of all
remaining Work for which funds are allocated. No penalty or expense shall accrue to
the City in the event this provision applies.
5. Termination:
A. The City reserves the right to terminate this Agreement at any time, with or without
cause by giving ten (10) calendar days’ notice to the Consultant in writing. In the event
of such termination or suspension, all finished or unfinished documents, data, studies,
worksheets, models and reports, or other material prepared by the Consultant
pursuant to this Agreement shall be submitted to the City, if any are required as part
of the Work.
B. In the event this Agreement is terminated by the City, the Consultant shall be entitled
to payment for all hours worked to the effective date of termination, less all payments
previously made. If the Agreement is terminated by the City after partial performance
of Work for which the agreed compensation is a fixed fee, the City shall pay the
Consultant an equitable share of the fixed fee. This provision shall not prevent the
City from seeking any legal remedies it may have for the violation or nonperformance
of any of the provisions of this Agreement and such charges due to the City shall be
deducted from the final payment due the Consultant. No payment shall be made by
the City for any expenses incurred or work done following the effective date of
termination unless authorized in advance in writing by the City.
6. Warranties And Right To Use Work Product: Consultant represents and warrants that
Consultant will perform all Work identified in this Agreement in a professional and
workmanlike manner and in accordance with all reasonable and professional standards
and laws. Compliance with professional standards includes, as applicable, performing the
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 3 OF 10
Work in compliance with applicable City standards or guidelines (e.g. design criteria and
Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall
certify engineering plans, specifications, plats, and reports, as applicable, pursuant to
RCW 18.43.070. Consultant further represents and warrants that all final work product
created for and delivered to the City pursuant to this Agreement shall be the original work
of the Consultant and free from any intellectual property encumbrance which would
restrict the City from using the work product. Consultant grants to the City a non-
exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and
display all final work product produced pursuant to this Agreement. The City’s or other’s
adaptation, modification or use of the final work products other than for the purposes of
this Agreement shall be without liability to the Consultant. The provisions of this section
shall survive the expiration or termination of this Agreement.
7. Record Maintenance: The Consultant shall maintain accounts and records, which
properly reflect all direct and indirect costs expended and Work provided in the
performance of this Agreement and retain such records for as long as may be required by
applicable Washington State records retention laws, but in any event no less than six
years after the termination of this Agreement. The Consultant agrees to provide access
to and copies of any records related to this Agreement as required by the City to audit
expenditures and charges and/or to comply with the Washington State Public Records Act
(Chapter 42.56 RCW). The provisions of this section shall survive the expiration or
termination of this Agreement.
8. Public Records Compliance: To the full extent the City determines necessary to comply
with the Washington State Public Records Act, Consultant shall make a due diligent search
of all records in its possession or control relating to this Agreement and the Work,
including, but not limited to, e-mail, correspondence, notes, saved telephone messages,
recordings, photos, or drawings and provide them to the City for production. In the event
Consultant believes said records need to be protected from disclosure, it may, at
Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend,
and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim
or litigation related to a Public Records Act request for which Consultant has responsive
records and for which Consultant has withheld records or information contained therein,
or not provided them to the City in a timely manner. Consultant shall produce for
distribution any and all records responsive to the Public Records Act request in a timely
manner, unless those records are protected by court order. The provisions of this section
shall survive the expiration or termination of this Agreement.
9. Independent Contractor Relationship:
A. The Consultant is retained by the City only for the purposes and to the extent set forth
in this Agreement. The nature of the relationship between the Consultant and the City
during the period of the Work shall be that of an independent contractor, not
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 4 OF 10
employee. The Consultant, not the City, shall have the power to control and direct the
details, manner or means of Work. Specifically, but not by means of limitation, the
Consultant shall have no obligation to work any particular hours or particular
schedule, unless otherwise indicated in the Scope of Work or where scheduling of
attendance or performance is mutually arranged due to the nature of the Work.
Consultant shall retain the right to designate the means of performing the Work
covered by this agreement, and the Consultant shall be entitled to employ other
workers at such compensation and such other conditions as it may deem proper,
provided, however, that any contract so made by the Consultant is to be paid by it
alone, and that employing such workers, it is acting individually and not as an agent
for the City.
B. The City shall not be responsible for withholding or otherwise deducting federal
income tax or Social Security or contributing to the State Industrial Insurance
Program, or otherwise assuming the duties of an employer with respect to Consultant
or any employee of the Consultant.
C. If the Consultant is a sole proprietorship or if this Agreement is with an individual, the
Consultant agrees to notify the City and complete any required form if the Consultant
retired under a State of Washington retirement system and agrees to indemnify any
losses the City may sustain through the Consultant’s failure to do so.
10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless
the City, elected officials, employees, officers, representatives, and volunteers from any
and all claims, demands, actions, suits, causes of action, arbitrations, mediations,
proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees,
penalties, expenses, attorney’s or attorneys’ fees, costs, and/or litigation expenses to or
by any and all persons or entities, arising from, resulting from, or related to the negligent
acts, errors or omissions of the Consultant in its performance of this Agreement or a
breach of this Agreement by Consultant, except for that portion of the claims caused by
the City’s sole negligence.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, (Validity of agreement to indemnify against liability for negligence relative to
construction, alteration, improvement, etc., of structure or improvement attached to real
estate…) 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, Consultant’s
liability shall be only to the extent of Consultant’s negligence.
It is further specifically and expressly understood that the indemnification provided in
this Agreement constitute Consultant’s waiver of immunity under the Industrial
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 5 OF 10
Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties
have mutually negotiated and agreed to this waiver. The provisions of this section shall
survive the expiration or termination of this Agreement.
11. Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City
employees from soliciting, accepting, or receiving any gift, gratuity or favor from any
person, firm or corporation involved in a contract or transaction. To ensure compliance
with the City’s Code of Ethics and state law, the Consultant shall not give a gift of any kind
to City employees or officials. Consultant also confirms that Consultant does not have a
business interest or a close family relationship with any City officer or employee who was,
is, or will be involved in selecting the Consultant, negotiating or administering this
Agreement, or evaluating the Consultant’s performance of the Work.
12. City of Renton Business License: Unless exempted by the Renton Municipal Code,
Consultant shall obtain a City of Renton Business License prior to performing any Work
and maintain the business license in good standing throughout the term of this
agreement with the City.
Information regarding acquiring a city business license can be found at:
https://www.rentonwa.gov/Tax
Information regarding State business licensing requirements can be found at:
https://dor.wa.gov/doing-business/register-my-business
13. Insurance: Consultant shall secure and maintain:
A. Commercial general liability insurance in the minimum amounts of $1,000,000 for
each occurrence/$2,000,000 aggregate for the Term of this Agreement.
B. In the event that Work delivered pursuant to this Agreement either directly or
indirectly involve or require Professional Services, Professional Liability, Errors and
Omissions coverage shall be provided with minimum limits of $1,000,000 per claim.
"Professional Services", for the purpose of this section, shall mean any Work provided
by a licensed professional or Work that requires a professional standard of care. If
such policy is written on a claims-made basis, its retroactive date, and that of all
subsequent renewals, shall be no later than the Effective Date of this Agreement. The
policy shall state that coverage is claims-made and state the retroactive date. Claims-
made form coverage shall be maintained by Consultant for a minimum of 36 months
following the date all Work is completed or earlier termination of this Agreement, and
the Consultant shall annually provide the City with proof of renewal. If renewal of the
claims-made form of coverage becomes unavailable, or economically prohibitive,
Consultant shall purchase an extended reporting period (e.g., “tail”) or execute
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 6 OF 10
another form of guarantee acceptable to the City to assure financial responsibility for
liability for services performed.
C. Workers’ compensation coverage, as required by the Industrial Insurance laws of the
State of Washington, shall also be secured.
D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired
or non-owned, with minimum limits of $1,000,000 per occurrence combined single
limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on
behalf of the City, beyond normal commutes.
E. Consultant shall name the City as an Additional Insured on its commercial general
liability policy on a non-contributory primary basis. The City’s insurance policies shall
not be a source for payment of any Consultant liability, nor shall the maintenance of
any insurance required by this Agreement be construed to limit the liability of
Consultant to the coverage provided by such insurance or otherwise limit the City’s
recourse to any remedy available at law or in equity.
F. Subject to the City’s review and acceptance, a certificate of insurance showing the
proper endorsements, shall be delivered to the City before performing the Work.
G. Consultant shall provide the City with written notice of any policy cancellation, within
two (2) business days of their receipt of such notice.
14. Delays: Consultant is not responsible for delays caused by factors beyond the
Consultant’s reasonable control. When such delays beyond the Consultant’s reasonable
control occur, the City agrees the Consultant is not responsible for damages, nor shall the
Consultant be deemed to be in default of the Agreement.
15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or
encumber any rights, duties or interests accruing from this Agreement without the
written consent of the other.
16. Notices: Any notice required under this Agreement will be in writing, addressed to the
appropriate party at the address which appears below (as modified in writing from time
to time by such party), and given personally, by registered or certified mail, return receipt
requested, by facsimile or by nationally recognized overnight courier service. Time period
for notices shall be deemed to have commenced upon the date of receipt, EXCEPT
facsimile delivery will be deemed to have commenced on the first business day following
transmission. Email and telephone may be used for purposes of administering the
Agreement, but should not be used to give any formal notice required by the Agreement.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 7 OF 10
CITY OF RENTON
William Adams, PE
1055 South Grady Way
Renton, WA 98057
Phone: (206) 775-6862
wadams@rentonwa.gov
CONSULTANT
Charlie Poole
1601 5th Avenue
Seattle, WA 98101
Phone: (206) 838-2886
charlie.poole@mottmac.com
17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational
qualification, the Consultant agrees as follows:
A. Consultant, and Consultant’s agents, employees, representatives, and volunteers
with regard to the Work performed or to be performed under this Agreement, shall
not discriminate on the basis of race, color, sex, religion, nationality, creed, marital
status, sexual orientation or preference, age (except minimum age and retirement
provisions), honorably discharged veteran or military status, or the presence of any
sensory, mental or physical handicap, unless based upon a bona fide occupational
qualification in relationship to hiring and employment, in employment or application
for employment, the administration of the delivery of Work or any other benefits
under this Agreement, or procurement of materials or supplies.
B. The Consultant will take affirmative action to insure that applicants are employed and
that employees are treated during employment without regard to their race, creed,
color, national origin, sex, age, sexual orientation, physical, sensory or mental
handicaps, or marital status. Such action shall include, but not be limited to the
following employment, upgrading, demotion or transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other forms of compensation and
selection for training.
C. If the Consultant fails to comply with any of this Agreement’s non-discrimination
provisions, the City shall have the right, at its option, to cancel the Agreement in
whole or in part.
D. The Consultant is responsible to be aware of and in compliance with all federal, state
and local laws and regulations that may affect the satisfactory completion of the
project, which includes but is not limited to fair labor laws, worker's compensation,
and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton
Council Resolution Number 4085.
18. Miscellaneous: The parties hereby acknowledge:
A. The City is not responsible to train or provide training for Consultant.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 8 OF 10
B. Consultant will not be reimbursed for job related expenses except to the extent
specifically agreed within the attached exhibits.
C. Consultant shall furnish all tools and/or materials necessary to perform the Work
except to the extent specifically agreed within the attached exhibits.
D. In the event special training, licensing, or certification is required for Consultant to
provide Work he/she will acquire or maintain such at his/her own expense and, if
Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform
the Work, said employee/sub-contractor/assignee will acquire and or maintain such
training, licensing, or certification.
E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to
other entities, so long as there is no interruption or interference with the provision of
Work called for in this Agreement.
F. Consultant is responsible for his/her own insurance, including, but not limited to
health insurance.
G. Consultant is responsible for his/her own Worker’s Compensation coverage as well as
that for any persons employed by the Consultant.
19. Other Provisions:
A. Approval Authority. Each individual executing this Agreement on behalf of the City
and Consultant represents and warrants that such individuals are duly authorized to
execute and deliver this Agreement on behalf of the City or Consultant.
B. General Administration and Management. The City’s project manager is William
Adams PE. In providing Work, Consultant shall coordinate with the City’s contract
manager or his/her designee.
C. Amendment and Modification. This Agreement may be amended only by an
instrument in writing, duly executed by both Parties.
D. Conflicts. In the event of any inconsistencies between Consultant proposals and this
Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to
this Agreement are incorporated by reference only to the extent of the purpose for
which they are referenced within this Agreement. To the extent a Consultant
prepared exhibit conflicts with the terms in the body of this Agreement or contains
terms that are extraneous to the purpose for which it is referenced, the terms in the
body of this Agreement shall prevail and the extraneous terms shall not be
incorporated herein.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 9 OF 10
E. Governing Law. This Agreement shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington and the City of
Renton. Consultant and all of the Consultant’s employees shall perform the Work in
accordance with all applicable federal, state, county and city laws, codes and
ordinances.
F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared
by the joint efforts of the Parties and shall not be construed against one party or the
other as a result of the preparation, substitution, submission or other event of
negotiation, drafting or execution.
G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or
interpret this Agreement or any of its terms or covenants shall be brought in the King
County Superior Court for the State of Washington at the Maleng Regional Justice
Center in Kent, King County, Washington, or its replacement or successor. Consultant
hereby expressly consents to the personal and exclusive jurisdiction and venue of
such court even if Consultant is a foreign corporation not registered with the State of
Washington.
H. Severability. A court of competent jurisdiction’s determination that any provision or
part of this Agreement is illegal or unenforceable shall not cancel or invalidate the
remainder of this Agreement, which shall remain in full force and effect.
I. Sole and Entire Agreement. This Agreement contains the entire agreement of the
Parties and any representations or understandings, whether oral or written, not
incorporated are excluded.
J. Time is of the Essence. Time is of the essence of this Agreement and each and all of
its provisions in which performance is a factor. Adherence to completion dates set
forth in the description of the Work is essential to the Consultant’s performance of
this Agreement.
K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be
construed to give any rights or benefits in the Agreement to anyone other than the
Parties, and all duties and responsibilities undertaken pursuant to this Agreement will
be for the sole and exclusive benefit of the Parties and no one else.
L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns,
and legal representatives to the other party to this Agreement, and to the partners,
successors, assigns, and legal representatives of such other party with respect to all
covenants of the Agreement.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
PAGE 10 OF 10
M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s
failure to enforce any provision of this Agreement shall not be a waiver and shall not
prevent either the City or Consultant from enforcing that provision or any other
provision of this Agreement in the future. Waiver of breach of any provision of this
Agreement shall not be deemed to be a waiver of any prior or subsequent breach
unless it is expressly waived in writing.
N. Counterparts. The Parties may execute this Agreement in any number of
counterparts, each of which shall constitute an original, and all of which will together
constitute this one Agreement.
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date
last signed by the Parties below.
CITY OF RENTON
By:_____________________________
CONSULTANT
By:____________________________
Armondo Pavone
Mayor
Diana Walker
Division General Manager
_____________________________
Date
_____________________________
Date
Attest
_____________________________
Jason A. Seth
City Clerk
Approved as to Legal Form
By: __________________________
Alex Tuttle
Senior Assistant City Attorney
Contract Template Updated 5/21/2021
OOTCA contract no. 3200
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
09-Jan-2025
AGENDA ITEM #6. e)
Mott MacDonald Restricted
City of Renton Seaplane Base
(ii) Maintenance Dredging A&E Professional Services
Scope of Work
1 Introduction
This scope of work outlines the work, budget, and schedule for Mott MacDonald to provide coastal and
dredging design, and sediment sampling services for the City of Renton Municipal Airport (Airport) Will Rogers-
Wiley Post Memorial Seaplane Base project. The work will provide refinement of preferred alternatives,
preliminary engineering design and regulatory permitting support services, and final design for two concurrent
Architecture and Engineering (A&E) Professional Services packages:
i) Seaplane ramp and dock design, and
ii) Maintenance dredging design.
The scope document outlines the scope, assumptions, and fee for the Maintenance Dredging A&E
Professional Services package.
2 Project Understanding
Mott MacDonald’s understanding of the project background is based upon prior design and construction
experience at the seaplane base, prior phases of alternatives development, and recent correspondence with
the Airport. Following seaplane ramp construction in the early 1970’s, long-term sediment deposition, flooding
events, and changes of intended use have impacted the safe use of the existing seaplane basin. Recent
sedimentation and debris accumulation within the seaplane base basin and associated infrastructure impacts
have been influenced by a recent Federal Emergency Management Agency (FEMA) designated flood event
which deposited sediment and woody debris within the Cedar River delta and adjacent seaplane base basin
and boat house in February 2020. Accumulated sediments and debris within the basin have posed operational
hazards for various operations in the vicinity of the Seaplane Base. This correlates to the following Objectives:
A) Full dredging design for Wiley Post Memorial Seaplane Base
Maintenance dredging is required to reestablish original depths and to facilitate safe access within the
seaplane approach and departure zones of the seaplane base, as well as to facilitate safe access to
floats, ramps and gangway infrastructure.
It is understood that sedimentation beneath the existing docks is preventing the existing floating docks
from full operation, often grounding out on the substrate and resulting in an uneven and potentially
unsafe platform. Mott MacDonald will review condition reports (by others) to determine the most
suitable approach to restore the floating docks back to full operation.
This objective will be progressed through to Final Design.
B) Dredging alternatives development for the Rowing Club and Delta
It is understood that dredging beyond the seaplane base may be required at the adjacent delta and
Rowing Club to restore the form, fit, function of the facilities. Less information is known about the
EXHIBIT A
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
2
Mott MacDonald Restricted
design criteria for the work that may be required at this stage, this scope task will be developed to
alternatives development design only (10%).
It is also understood that the Airport also wish to better understand their long-term strategy to deal with
maintenance dredging for the seaplane base, from a benefit cost perspective. For example, the
construction of a training wall to extend the mouth of the delta into Lake Washington may help to
contain the flow of debris during storm events and may consequently reduce future dredging
expenditure. Due to the environmental sensitivities, permitting of this task is expected to be highly
challenging and may require a different time schedule and funding stream from the other tasks listed
herein. As such, this element of works shall comprise data collection and a workshop with subject
matter experts to discuss previously developed alternatives, new alternatives where necessary,
developed to 10% design, and a budget allowance to produce a roadmap for potential further design
work for the preferred alternative.
Mott MacDonald has developed an approach to the work based upon previous project experience, specifically
associated with evaluating and assessing alternatives for dredging and dredged material management. The
scope of work provided herein is based upon an in-depth understanding of the project goals and objectives,
previously developed reports, documentation, existing utilities infrastructure, physical and environmental site
conditions, anticipated engineering analysis and engineering details typically requ ired for obtaining
environmental permits required for design and construction work at the project site. Actual project
requirements may vary based on site specific conditions and comments/directives received during meetings
and via early correspondence with regulatory agencies and project stakeholders.
3 Assumptions and Exclusions
The following assumptions and exclusions apply to the scope of work outlined herein:
● Existing Data:
– Mott MacDonald will compile existing, readily available data available for use in conducting the
work described herein, and existing elevation survey data collected during previous phases of
work.
– The Airport shall provide Mott MacDonald with:
○ As-built data for the bulkhead
○ Existing condition assessments for ramp, bulkhead and pontoons
● New Data:
– Elevation survey:
○ Existing data for the seaplane base and surrounds was collected in the spring and fall of
2020. Delta surveys are available from 2022.
○ The collection of new in-water and/or upland elevation data is recommended to capture
geomorphological change and has therefore been included within the cost estimate. This will
be used to inform the evaluation and assessment of flood impacts on existing infrastructure
and subsequent design phases. The cost estimate includes a survey of the delta; assuming
the surveyor can walk on the delta. Upon review of existing data, Mott MacDonald will inform
the Airport if the scope of new elevation survey can be reduced.
– Geotechnical Investigation. No geotechnical in water borings included.
● Condition Assessment:
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
3
Mott MacDonald Restricted
– Condition assessments of Airport Infrastructure is excluded from the scope of this dredging
contract. No inspections shall be undertaken by divers.
● In-water Sediment Sampling:
– Seaplane Base: The following scope of work in-water sediment sampling assumes two days of
fieldwork.
– Utility searches and/or procedures for utility avoidance mitigations excluded.
– Any additional days or variation in methodology may require an amendment to the Contract.
– Optional Expanded Sediment Sampling:
○ Delta: Assumes 2 days fieldwork required, with access by foot and vessel, subject to water
level and a Health and Safety assessment.
○ Rowing Club: Assumes two days fieldwork undertaken by vessel.
● Design Deliverables:
– Preliminary design deliverables of 8.5x11 JARPA format drawings and sections of technical
narratives are assumed to be sufficient for the Airport to submit permit applications to the
applicable regulatory agencies.
– It is assumed that two (2) JARPA application packages will be developed for this project :
○ One (1) application package will be developed for in-water sediment sampling and chemical
analysis for the Seaplane Base (Objective A), and
○ One (1) for the Seaplane base dredging works (Objective A, described in Section 2 herein),
inclusive of the dredging beneath the existing floating docks. If appropriate and instructed as
contract variation, Objective B will also be included within the same application, although this
variance from past applications may delay the approval process.
No independent JARPA packages will be developed for Objective B described in Section 2
herein (Dredging alternatives development and preliminary design for the Rowing Club and
Delta).
– Full size detailed drawings for grading and/or building permit approval will be developed during
the final design phase.
– It is assumed that all comments on draft deliverables, including final design packages, will be
returned to Mott MacDonald by the Airport within two weeks of the submittal. Comment
response periods longer than two weeks may result in an extension to the project schedule.
● Regulatory support:
– Regulatory permitting support work scope is provided to assist with the development of
application documents, attend pre-application meetings, and assist with submittal of permit
applications. It is assumed that the Airport will act as the “agent” during the permitting process
and will be the primary point of contact with regulatory agencies. Permit application
development and submittal to be led by Widener & Associates in coordination with Mott
MacDonald and the Airport. It is assumed that Widener & Associates will contract directly with
the Airport for all permitting and regulatory support required for this project.
– Development of the sediment Sampling and Analysis Plan (SAP) and laboratory testing for
chemical properties will be conducted by Mott MacDonald.
● Permitting application periods:
– 9 months assumed for Sediment Sampling
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
4
Mott MacDonald Restricted
– 15 months assumed for Dredging works.
– Overall project schedule indicated herein includes this estimated timeframe. Changes to the
assumed permit application review period may result in subsequent changes to the overall
schedule and estimated fees as scoped herein.
● Alternative Assessment:
– Engineering services to be provided by Mott MacDonald do not include any engineering work
landside of the concrete pad, upland infrastructure, and/or utilities design.
– Engineering design for mitigation projects is not included in this scope of work, as none is yet
identified.
– Dredged material disposal: Sediment fate modeling is assumed to not be required.
● Project Team Meetings:
– This scope of work includes a kick-off meeting and monthly coordination meetings throughout
the duration of work (please refer to the indicated schedule).
– All meetings are assumed to be virtual unless otherwise indicated herein.
● Specifications:
– Technical specifications will be provided in Washington State Department of Transportation
(WSDOT) standard specifications format unless otherwise indicated by the Airport. It is
assumed the Airport will generate all “boilerplate” documentation including Division 01
specifications for the construction contract, compile the bid package (inclusive of plans,
technical specifications, cost estimates, and associated appendices, provided by Mott
MacDonald) and advertise with input from Mott MacDonald as needed.
● Bidding Phase and Construction Phase Support
– A limited number of hours is included for Bidding Phase support. See Section 4, Task 3 herein
for additional information.
– Construction management and administration support is not included within this scope of work.
4 Scope of Work
The following scope of work has been developed in accordance with the task outline developed in coordination
with the Airport and includes Mott MacDonald’s scope of work to support the execution of the engineering and
permitting support tasks described herein.
The scope of work is divided into four main tasks, each with a description of tasks and subtasks, estimated
duration, and deliverables.
Task 1. Data Collection, Basis of Design and Alternatives Assessment
Task 2. Preliminary Engineering Analysis, Design, Sediment Sampling, Permitting Support
Task 3. Final Design Engineering Analysis and Design
Task 4. Project Management
Table 4.1 details the how far each Objective, A and B (as described in Section 2) will be advanced in relation
to Scope Tasks 1-4. A stage-gate will be introduced for Objectives 2 after Task 1, offering potential to scope
out and price the next stages of development; see Figure 4.1 for further details.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
5
Mott MacDonald Restricted
Table 4.1: Summary of tasks and scope objectives
Task Task Description
A B
Full dredging design for
Wiley Post Memorial
Seaplane Base, inclusive
of dredging beneath
floating docks
Dredging alternatives
development and
preliminary design for
the Rowing Club and
Delta
1 Data Collection, Basis of Design and
Alternatives Assessment (10%) ✔ ✔
2A Preliminary Engineering Analysis,
Design, Sediment Sampling of Seaplane
Base, Permitting Support
✔ X
2B
Optional
Optional Sediment Sampling of Delta and
Rowing Club X ✔
3 Final Design Engineering Analysis and
Design
(90%, 100%)
✔ X
4 Project Management ✔ ✔
Task 1. Data Collection, Basis of Design and Alternatives Assessment
To fulfil Objectives A and B, the Mott MacDonald team will be responsible for the following work under Task 1:
1.1 Data Collection, Compilation and Basis of Design
Subtask 1.1.1. Existing Data Collection, Processing, and Review
● Mott MacDonald will review existing drawings, condition assessments, topographic &
bathymetric data, and geotechnical data previously collected by others. Data collected during
previous phases of work will be used by Mott MacDonald to support the design development,
development of the project survey base map, and to form the basis of design.
Subtask 1.1.2. New Data Collection, Processing, and Review
● New bathymetric, topographic data. New elevation survey data will be collected by the Mott
MacDonald team for use in analysis and subsequent design-phase work.
● Mott MacDonald will develop and compile a project survey base map for the purposes of
identifying and documenting key project areas and features, property extents, navigation
infrastructure, upland and in-water infrastructure, and existing site conditions.
● Geotechnical Investigation:
○ No in-water borings will be undertaken. However the data from sediment samples, and the
landside boring (undertaken under the Ramp & Dock project) will be combined with existing
geological maps and past-experience for the purpose of the geotechnical engineering report.
○ A Ground Penetrating Radar (GPR) void detection survey will be conducted atop the existing
quay wall to identify voids behind (airport-side) the retaining structure which could be
indicative of a structurally compromised wall. The task involves providing information on the
width and length of any detected voids to understand their extent and distribution.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
6
Mott MacDonald Restricted
Subtask 1.1.3. Basis of Design
● Mott MacDonald will develop the Basis of Design (BOD) technical memorandum to document
project requirements and agreed design criteria for the maintenance dredging work. The BOD
is a living document and will be maintained by Mott MacDonald throughout the duration of the
design phases described herein in coordination with the Airport.
● Selection of design parameters such as environmental conditions, design life, maintenance
requirements, facility operations, design and construction standards and codes, preferred
construction materials, design vessel(s), horizontal and vertical dredging limits, geotechnical
site characteristics, offsets, slopes, constructability factors, anticipated construction equipment,
and other parameters will be documented within the BOD, and other applicable criteria for use
in developing a Basis of Design. Design criteria will also provide reference to design guidelines
to be used for determining relevant geometry and layout requirements that may become
relevant as design progress.
Schedule and Deliverables – Task 1.1
Estimated Task Duration:
● 4 months, dependent on 3rd parties such as surveyor lead-in periods and lab analysis.
Deliverables:
● Project Survey Base Map in .pdf format, incorporating new elevation and project features data.
● Raw topological and bathymetric survey data and report.
● Basis of Design Memorandum in .pdf format. (Draft and Final).
● Comment resolution log and meeting minutes associated with Consultant Team and Airport
review of the BOD. It is assumed that one round of comments is included for this deliverable.
1.2 Alternatives Assessment
Develop dredging alternatives based on the project goals and criteria outlined in the BOD, while
considering cost, operations, maintenance, and regulatory permit requirements in coordination with the
Airport and Widener & Associates for both Objectives A and B.
Subtask 1.2.1. Site Assessment
A site visit followed by an initial coastal engineering analysis will be conducted to observe and determine
the site-specific metocean, hydraulics & hydrology criteria, and geomorphologic conditions for use in
designing the dredging prism. The coastal processes analysis will likely consist of a combination of
qualitative and quantitative engineering analyses, including:
● Conduct one (1) site visit with Airport team to discuss details of the project, discuss current
facility operations, identify critical infrastructure and site constraints, discuss potential design
alternatives, review geotechnical conditions, confirm overall project goals and objectives, and
estimated schedule. Site visit to be coordinated with Task 1 work.
● Review of and summary of existing hydrodynamic models: Includes review of available internal
or publicly available hydrodynamic models in the vicinity of the project site .
● Review and analysis of geomorphology and fluvial processes. Based on review of site data and
field indicators, Mott MacDonald will develop a conceptual site model to align the project team
on processes likely affecting the seaplane basin area, delta and rowing club.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
7
Mott MacDonald Restricted
Subtask 1.2.2 Dredging and Dredged Material Management
● Conduct analysis and design for the purposes of facilitating the sediment Sampling and
Analysis Plan (SAP) documentation and subsequent sediment sample collection and chemical
analysis to be performed (See Subtask 2.1.1 herein). Mott MacDonald will conduct dredging
engineering analysis and design work in accordance with the information documented within
the BOD and will utilize both existing and new data compiled and processed following
completion of Task 1.1.2. Pertinent dredging engineering analysis and conceptual-level design
sub-tasks include the following:
– Review and incorporate results of sedimentation analysis.
– Develop horizontal and vertical dredge prism limits and slope stability analysis .
– Conduct volumetric analysis and evaluate potential over-dredge limits.
– Assess potential dredged material placement options in accordance with developed
alternatives.
– Review constructability, dredge production estimates, and develop a cost assessment for
incorporation into a conceptual-level cost estimate at a Class 5 level (+100%/-30%).
– Up to two (2) dredge prism alternative concepts will be developed per Objective A and B.
– Up to two (2) beneficial use site alternative concepts will be developed (for Objectives A and
B combined).
– Up to two (2) upland disposal sites will be developed (for Objective A and B).
Subtask 1.2.3 Alternatives Assessment and Concept Cost Estimates Updates
● Based on results of Tasks 1.2.1, and 1.2.2, and in coordination with the Airport and Widener &
Associates, Mott MacDonald will finalize the preferred alternatives analysis.
● Preferred dredging prism layouts will be developed and may include combinations of various
elements of the alternatives within the assessment. Concept layouts will be developed in
AutoCAD and provided within a presentation slide deck (.pdf and/or .pptx).
● Class 5 capital construction cost estimates (+100/-30%) developed as part of Task 1.2.2. will
be tabulated and presented within the preferred alternatives memorandum.
● Alternatives will be presented in schematic format within a PPT for Airport and Widener &
Associates review.
● The preferred alternative for each Objective will be selected in coordination with the Airport and
Widener & Associates and justification will be documented as part of the preferred alternatives
memorandum.
Subtask 1.2.4 Geotechnical Report
Engineering analyses will be performed to develop geotechnical design and construction
recommendations for the proposed development for Objective A and B. The results of our analyses
and recommendations will be presented in a report that includes the following:
● A site plan that shows existing site features and field exploration location.
● Discussion of generalized subsurface conditions based on the explorations performed for this
study
● GPR void detection survey results and interpretations delineated on a topographical site plan
for the area behind the Quay Wall. Voids may indicate that backfill has washed out from behind
the sheet pile through voids. Should voids be found by GPR, then a dive survey would be
recommended to assess the wall. Dive surveys are excluded.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
8
Mott MacDonald Restricted
● Recommendations for dredging monitoring and testing by the geotechnical engineer of record.
Subtask 1.2.5 – Roadmap for continuation of Objective B through to construction
● Based upon the preferred alternative for Objective B (Delta and Rowing Club), a roadmap will
be developed to continue the development of the preferred alternative through to the
construction stage. Opportunities for efficiencies will be sought to combine further design
development with concurrent activities for the Seaplane Base Dredging and the Ramp & Dock
A&E Contract.
● To aid the Airport and Rowing Club with their financing and planning processes, a design fee
estimate will be developed covering design activities and permitting, to accompany the
construction cost estimate delivered under Task 1.2.3.
Schedule and Deliverables – Task 1.2
● Estimated Task Duration:
– 3-4 months following completion of Task 1.1.
● Deliverables:
– Alternatives Assessment presentation slides
– Preferred Alternatives memorandum including:
○ Site conditions and assessment overview,
○ Development and evaluation of alternatives,
○ Description of alternatives assessment.
– Class 5 (+100/-30%) level cost estimate and estimated construction schedules for the
preferred alternative(s).
– Geotechnical Report (Draft and Final, electronic pdf form).
See the flowchart in Figure 4.1 for graphical explanation of how Task 1 activities will be split between
Objectives A and B.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
9
Mott MacDonald Restricted
Figure 4.1: Flow chart depicting Task 1 activities between Objective A and B.
Task 2. Preliminary Engineering Design and Permitting Support
2.1 JARPA Plan Development and Permitting Support – Sediment Sampling Only
To fulfil Objective A, the Mott MacDonald team will be responsible for the following work under Task 2.1:
Subtask 2.1.1 JARPA Format Concept Drawings
This task consists of developing permit drawings for environmental regulatory permit applications pertinent
to conducting sediment sampling only to facilitate suitability determinations for dredged material disposal.
Overall seaplane basin dredging and placement site JARPA plans will be developed during subsequent
tasks. This work includes:
● Concept-level engineering design plans in JARPA 8.5x11 format.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
10
Mott MacDonald Restricted
● Plans with vicinity map, site plans depicting each dredge prism, recommended sampling areas,
potential disposal/beneficial use sites, and typical cross-sections and details. Additional
information may be required to satisfy the requirements of the sediment Sampling and Analysis
Plan (SAP).
● Order of magnitude quantity estimates for dredging and dredged material placement.
● Support and coordinate with the Airport in developing technical narrative for the sediment
sampling work.
Subtask 2.1.2 Sediment Sampling and Analysis.
● Mott MacDonald will develop the sediment Sampling and Analysis Plan (SAP) for the pre -
dredge sediment characterization for the Seaplane Base. Note the Rowing Club and the Delta
(Objective B) is excluded in the base scope but maybe added as an optional expanded scope.
Should the scope expand to include these areas then the SAP will require modification prior to
issue. Steps and components of the SAP will include:
– Develop the sediment sampling design including number, depth, type, and timing of
samples to be collected within the JARPA-delineated dredge prism. As necessary, Mott
MacDonald will implement agency feedback in sampling design.
– Develop the SAP, including project description and setting, sampling methods, quality -
assurance methods, overview of data gaps and data goals, sampling design, and field
forms. The SAP will include a list of all laboratory analyses to be performed along with the
containers, preservation requirements, holding times , and limits of detection for all analytes.
The SAP will also include the regulatory criteria to which analytical results will be compared.
– Develop project- and site-specific health & safety protocols.
● Mott MacDonald will coordinate with a sampling vessel contractor and an analytical laboratory
to schedule, organize, and perform the pre-dredge sediment sampling as defined in the SAP.
Mott MacDonald will provide field staff to work with the sampling vesse l contractor to collect
and process sediment cores into laboratory-ready samples. Additional field duties will include:
– Organize the storage, characterization, and disposal of investigation -derived waste.
– Document field activities clearly and in-detail using SAP-defined field forms, photographs,
and field notes.
– Coordinate with the analytical laboratory regarding sample shipments and chain-of-custody.
● Mott MacDonald will develop a Sediment Characterization Report (SCR) based on results from
the pre-dredge sediment sampling. This report will describe the project and field activities,
summarize the analytical results including any exceedances of regulatory criteria, and provide
the laboratory data reports in full including data validation results. If any significant data gaps
remain, they will be detailed in this SCR, along with any deviations from the SAP.
● Optional Task 2B: An optional scope item has been added to extend the sediment sampling to
cover the delta and rowing club. Sediment data would be collected in this area with the
intention to allow the Airport to expedite dredging designs for Objective B, without waiting for a
second round of permitting for sediment samples. This optional scope item does not include
any engineering, design or associated permitting that would be required to proceed with
Objective B through to construction.
Schedule and Deliverables – Task 2.1:
● Estimated Task Duration:
– JARPA and SAP: 2 months, following the completion of Task 1.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
11
Mott MacDonald Restricted
– Permitting: 9 months
– SCR: 2 months, following receipt of laboratory analytical results.
● Deliverables:
– Concept-level JARPA drawings (draft and final)
– SAP (draft and final)
– SCR (draft and final)
2.2 Preliminary Engineering Analysis, Design, and Permitting Support
To fulfil Objective A, the Mott MacDonald team will be responsible for the following work under Task 2.2 :
Subtask 2.2.1. Basis of Design Update
Mott MacDonald will update the Basis of Design (BOD) memo to document project requirements and
agreed upon preferred alternatives. The BOD is a living document and will be updated through completion
of the final design phase.
Subtask 2.2.2. Preliminary Engineering Analysis and Design
Upon refinement and selection of the preferred alternative Mott MacDonald will complete the preliminary
engineering design (40% design level) of each project element. This work will consist of evaluating
anticipated construction methods and configurations of the project elements to provide baseline
information for developing permit application documents and for estimating construction costs.
Engineering analysis and computations will be conducted to develop and refine cross-sectional and plan
view geometric requirements for each location, including preliminary-level details for the ramp and
dredging prisms and beneficial use/upland placement sites. The results of previous work tasks will be used
as the basis for performing the preliminary engineering design.
Preliminary engineering (40%) analysis and design work includes the following:
● Engineering Analysis
– Perform additional engineering analysis that is required to revise dredge prisms and
beneficial use site/upland placement site design.
– Perform a high-level structural review on the existing bulkhead in relation to the slope of the
dredge prism to avoid dredging below the wall foundation design level.
– Update numerical models to incorporate revisions to the preferred alternatives.
– Update sedimentation estimates based upon preferred alternative layouts associated with
the dredging prisms and/or beneficial use sites.
● Preliminary Design
– Develop dredging plans, sections, and associated details.
– Develop beneficial use site/upland placement site plans, sections and associated details.
– Develop a quantity and construction cost estimate for each site at the Class 3 (+50%/0%)
level of project definition.
● Coordination
– Coordinate with other disciplines (geotechnical and environmental) throughout the
preliminary design phase.
● Permitting Review
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
12
Mott MacDonald Restricted
– Review construction requirements for all proposed in-water work for development of permit
application project description.
– Coordinate with permitting lead.
Subtask 2.2.3. JARPA Format Drawings
This task consists of developing permit drawings (40% design level) for environmental regulatory permit
applications, which includes:
● Preliminary Design-level engineering design plans developed in JARPA 8.5x11 format. JARPA
drawings will include vicinity map, site plans, and typical cross-sections and details.
● Quantity estimates for overwater structures, fill and excavation.
Subtask 2.2.4. Technical Narrative
● Technical project description for use in permit application documents. Narrative will include a
description of need and purpose, construction methods, materials, time requirements and
temporary use of the site for locations located below Ordinary High Water for the purposes of
documenting potential impacts during construction.
Subtask 2.2.5. Permit Application Support
● Mott MacDonald will assist with local, state and federal permit application documents (JARPA
application).
● Mott MacDonald will support the development of the JARPA application submittals.
Subtask 2.2.6. Post-submission Support
● Mott MacDonald will provide post-submission support to assist with responding to questions
from regulatory agencies. It is assumed up to 12 hours of support will be provided that could
include telecon meetings, in person meetings and/or email communication.
Schedule and Deliverables Task 2.2:
● Estimated Task Duration:
– 2 months preliminary design
– 15 months permitting
● Deliverables:
– Basis of Design Update
– PowerPoint presentation summarizing preliminary engineering design.
– JARPA drawings (draft and final)
– JARPA Technical narrative (draft and final)
Task 3. Final Design Engineering Analysis and Design
To fulfil Objective A, the Mott MacDonald team will be responsible for the following work under Task 3:
Subtask 3.1. Final Engineering Analysis and Design
Final engineering analysis and design documents will be prepared for bidding once the permitting process
has proceeded far enough to ensure the project permits will be issued without major changes in scope or
requirements for construction. This is typically conducted upon completion of the federal Section 7 ESA
consultation. Deliverables would be provided at 90% and 100% milestones for Airport review and
comment. Specifications will be provided in standard WSDOT format. Cost estimates will also be provided
at the final design milestones.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
13
Mott MacDonald Restricted
● Final Engineering Analysis
– Perform refinements and additional engineering analysis that may be required to revise
ramp details and dredge prisms and beneficial use site/upland placement site design.
– Perform structural calculations required to complete the design.
● Final Design
– Incorporate comments on the drawings, estimate, and specifications.
– Develop the technical specifications in WSDOT format at the 90%, and 100% (For Bid)
milestones. Division 01 specifications and all boiler plate documents will be provided by the
Airport for review and compilation by Mott MacDonald.
– Develop plans, sections, and associated details at the 90%, and 100% (For Bid) milestones.
– Develop beneficial use site/upland placement site plans, sections, and associated details at
the 90%, and 100% (For Bid) milestones.
– Develop construction cost estimates at the 90%, and 100% (For Bid) milestones.
● Coordination
– Coordinate with other disciplines (geotechnical and environmental) throughout the final
design phase.
● Bidding Support
– Approximately 24 hours of bidding support is included. Bidding support includes the
following:
○ Attendance (virtual) at a pre-bid meeting.
○ Response to RFI’s.
○ Development of up to one (1) Addendum to the Contract Documents.
Schedule and Deliverables:
● Estimated Task Duration:
– 6 months
● Deliverables:
– Plans, Specifications and Cost Estimates (90%, and 100% (For Bid)).
– Final Basis of Design
Task 4. Project Management
To fulfil Objectives A and B, the Mott MacDonald team will be responsible for the following work under Task 4:
● Lead integration of technical work packages for the ramp and dredging engineering and sediment
sampling and analysis elements of work.
● Attend one kick-off meeting and monthly coordination meetings throughout the duration of work.
● Conduct project baseline performance management and processing of monthly invoices.
Schedule Task 4:
● Estimated Task Duration: 40 months assumed, dependent on Sediment Sampling JARPA timeline,
client review periods, permitting timelines, agency meeting availability, and changes in project
scope.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
14
Mott MacDonald Restricted
5 Budget and Schedule
5.1 Budget
The following table shows the budget by task. All work will be conducted on a time-and-material basis with a
total not-to-exceed amount without prior written approval from the Airport. Should the Airport instruct MM to
carry out additional tasks outside of the scope set out in Section 3, then variations to the Project Cost shall be
agreed in writing. The Total Fee estimate accounts for the annual fee rate escalation described in Section 5.3.
Task
Fee Estimate (including
annual rate escalation)
Task 1 - Surveys, Basis of Design and Alternatives Assessment $124,300
Task 2A - Preliminary Engineering Analysis, Design, Sediment Sampling,
Permitting Support $171,950
OPTIONAL Task 2B - Sediment sampling of Delta and Rowing Club $73,050
Task 3 - Final Engineering Analysis and Design $79,250
Task 4 - Project Management $33,350
Total Base Fee $408,850
Total Fee Including Optional Task 2B $481,900
5.2 Schedule
The Maintenance Dredging A&E package and permitting is estimated to conclude in approximately 40 months
following Notice to Proceed (NTP). The estimated schedule takes into consideration concurrent work and
anticipated permit review periods. All schedule and task duration estimates provided herein are dependent
upon a multitude of factors including but not limited to construction scope, availability of data, timely draft
deliverable review periods, sediment sampling, regulatory review and approval timelines, and other factors.
Consideration should also be provided to alignment of construction schedules and potential impacts on
completion of services under this A&E Professional Services contract.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
Mott MacDonald
City of Renton – Seaplane Base Maintenance Dredging and Sediment Sampling – Scope of Work
15
Mott MacDonald Restricted
5.3 Rates
The commission shall be invoiced monthly in arrears based on actual hours spent on the project by the
different roles of staff using the rates provided in Table 5.1.
These rates shall be considered fixed until 31st December 2025 whereafter they will be subject to increase
annually by 5%. The Fee Estimate in Section 5.1 accounts for an annual fee rate escalation.
Table 5.1: Fee Rates
Invoice Role 2025 2026 2027
Principal V $382 $401 $421
Principal IV $346 $363 $381
Principal III $290 $304 $319
Principal II $236 $248 $260
Principal I $220 $231 $243
Senior Project Manager III $224 $235 $247
Senior Project Manager II $213 $224 $235
Senior Project Manager I $195 $205 $215
Senior Project Engineer $202 $212 $223
Project Engineer $171 $180 $189
Engineer II/III $148 $155 $163
Engineer I $129 $135 $142
Senior Specialist $199 $209 $219
Specialist V $171 $180 $189
Senior Scientist $241 $253 $266
Scientist IV $179 $188 $197
Scientist III $136 $143 $150
Scientist II $127 $133 $140
Designer V $180 $189 $198
Administrative $110 $116 $122
5.4 Validity
Fee estimate is valid for 2 months and is subject to Mott MacDonald and the Airport signing on mutually
agreeable contractual terms.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. e)
AB - 3737
City Council Regular Meeting - 27 Jan 2025
SUBJECT/TITLE: Agreement with Mott MacDonald for Engineering Services - Dock and
Ramp
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Public Works Airport
STAFF CONTACT: William Adams, Principal Engineer
EXT.: 206-445-5924
FISCAL IMPACT SUMMARY:
The fiscal impact of the Agreement with Mott MacDonald for Engineering Services related to the flood
damage at the seaplane dock and ramp incurred in February 2020 is not to exceed $293,600. The full cost of
this contract will be funded by the Airport 422.725080 account with reimbursement up to 90% by FEMA. This
projects design and construction will be funded at 90% by FEMA under the President Emergency Declaration
for the February 2020 flood. The Airport’s 10% share will be covered from the Airports Maintenance Dredging
Project with an adjusted 2025 budget of $100,300.
SUMMARY OF ACTION:
During the flood of February 2020 the Seaplane Base was filled with debris along with some minor damage to
the dock and seaplane ramp. The President’s Emergency Declaration authorized FEMA to fund eligible items
affected by the flood. After several rounds of review by the State Emergency Management team we have
received direction that our scope is eligible for funding and to begin the process of taking this project to final
design. This Agreement is one of two agreements for design work associated with damage mitigation at the
Seaplane Base. FEMA has requested that the work be divided into two sepeaate segments with one for
dredging and debris removal and the other for ramp reconstruction. This agreement will bring the project to
final design through the following scope of work: geotechnical survey, seaplane ramp condition assessment,
preliminary engineering design up to 30%development of Joint Aquatic Resource Permit Application (JARPA),
final engineering analysis, bidding support and project management. The JARPA application is necessary for
our shoreline permit as well as review by multiple other state and federal agencies combined (US Army Corps
of Engineers, WA Dept of Natural Resources, WA Dept of Fish and Wildlife, WA Dept of Ecology). The
maximum amount of compensation payable to the Consultant is $293,600.
EXHIBITS:
A. Agreement with Mott MacDonald for Engineering Services - Dock and Ramp
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute Agreement with Mott MacDonald for Engineering Services, with
a maximum expenditure not exceeding $293,600.
AGENDA ITEM #6. f)
AGREEMENT FOR MARINE ENGINEERING SERVICES
THIS AGREEMENT, dated for reference purposes only as January 6, 2025, is by and between the
City of Renton (the “City”), a Washington municipal corporation, and Mott MacDonald LLC
(“Consultant”), a Delaware limited liability company. The City and the Consultant are referred to
collectively in this Agreement as the “Parties.” Once fully executed by the Parties, this Agreement
is effective as of the last date signed by both parties (“Effective Date”).
1. Scope of Work: Consultant agrees to provide marine engineering services as specified in
Exhibit A, which is attached and incorporated herein and may hereinafter be referred to
as the “Work.”
2. Changes in Scope of Work: The City, without invalidating this Agreement, may order
changes to the Work consisting of additions, deletions or modifications. Any such changes
to the Work shall be ordered by the City in writing and the Compensation shall be
equitably adjusted consistent with the rates set forth in Exhibit A or as otherwise mutually
agreed by the Parties.
3. Time of Performance: Consultant shall commence performance of the Agreement no
later than 30 calendar days after the Agreement’s Effective Date. All Work shall be
performed by no later than January 31, 2029.
4. Compensation:
A. Amount. Total compensation to Consultant for Work provided pursuant to this
Agreement shall not exceed $293,600, plus any applicable state and local sales taxes.
Compensation shall be paid based upon Work actually performed according to the
rate(s) or amounts specified in Exhibit A. The Consultant agrees that any hourly or flat
rate charged by it for its Work shall remain locked at the negotiated rate(s) unless
otherwise agreed to in writing or provided in Exhibit A. Except as specifically provided
herein, the Consultant shall be solely responsible for payment of any taxes imposed
as a result of the performance and payment of this Agreement.
B. Method of Payment. On a monthly or no less than quarterly basis during any quarter
in which Work is performed, the Consultant shall submit a voucher or invoice in a form
specified by the City, including a description of what Work has been performed, the
name of the personnel performing such Work, and any hourly labor charge rate for
such personnel. The Consultant shall also submit a final bill upon completion of all
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 2 OF 10
Work. Payment shall be made by the City for Work performed within thirty (30)
calendar days after receipt and approval by the appropriate City representative of the
voucher or invoice. If the Consultant’s performance does not meet the requirements
of this Agreement, the Consultant will correct or modify its performance to comply
with the Agreement. The City may withhold payment for work that does not meet the
requirements of this Agreement.
C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by
the City of any remedies it may have against the Consultant for failure of the
Consultant to perform the Work or for any breach of this Agreement by the
Consultant.
D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for
payment under this Agreement for any future fiscal period, the City shall not be
obligated to make payments for Work or amounts incurred after the end of the
current fiscal period, and this Agreement will terminate upon the completion of all
remaining Work for which funds are allocated. No penalty or expense shall accrue to
the City in the event this provision applies.
5. Termination:
A. The City reserves the right to terminate this Agreement at any time, with or without
cause by giving ten (10) calendar days’ notice to the Consultant in writing. In the event
of such termination or suspension, all finished or unfinished documents, data, studies,
worksheets, models and reports, or other material prepared by the Consultant
pursuant to this Agreement shall be submitted to the City, if any are required as part
of the Work.
B. In the event this Agreement is terminated by the City, the Consultant shall be entitled
to payment for all hours worked to the effective date of termination, less all payments
previously made. If the Agreement is terminated by the City after partial performance
of Work for which the agreed compensation is a fixed fee, the City shall pay the
Consultant an equitable share of the fixed fee. This provision shall not prevent the
City from seeking any legal remedies it may have for the violation or nonperformance
of any of the provisions of this Agreement and such charges due to the City shall be
deducted from the final payment due the Consultant. No payment shall be made by
the City for any expenses incurred or work done following the effective date of
termination unless authorized in advance in writing by the City.
6. Warranties And Right To Use Work Product: Consultant represents and warrants that
Consultant will perform all Work identified in this Agreement in a professional and
workmanlike manner and in accordance with all reasonable and professional standards
and laws. Compliance with professional standards includes, as applicable, performing the
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 3 OF 10
Work in compliance with applicable City standards or guidelines (e.g. design criteria and
Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall
certify engineering plans, specifications, plats, and reports, as applicable, pursuant to
RCW 18.43.070. Consultant further represents and warrants that all final work product
created for and delivered to the City pursuant to this Agreement shall be the original work
of the Consultant and free from any intellectual property encumbrance which would
restrict the City from using the work product. Consultant grants to the City a non-
exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and
display all final work product produced pursuant to this Agreement. The City’s or other’s
adaptation, modification or use of the final work products other than for the purposes of
this Agreement shall be without liability to the Consultant. The provisions of this section
shall survive the expiration or termination of this Agreement.
7. Record Maintenance: The Consultant shall maintain accounts and records, which
properly reflect all direct and indirect costs expended and Work provided in the
performance of this Agreement and retain such records for as long as may be required by
applicable Washington State records retention laws, but in any event no less than six
years after the termination of this Agreement. The Consultant agrees to provide access
to and copies of any records related to this Agreement as required by the City to audit
expenditures and charges and/or to comply with the Washington State Public Records Act
(Chapter 42.56 RCW). The provisions of this section shall survive the expiration or
termination of this Agreement.
8. Public Records Compliance: To the full extent the City determines necessary to comply
with the Washington State Public Records Act, Consultant shall make a due diligent search
of all records in its possession or control relating to this Agreement and the Work,
including, but not limited to, e-mail, correspondence, notes, saved telephone messages,
recordings, photos, or drawings and provide them to the City for production. In the event
Consultant believes said records need to be protected from disclosure, it may, at
Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend,
and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim
or litigation related to a Public Records Act request for which Consultant has responsive
records and for which Consultant has withheld records or information contained therein,
or not provided them to the City in a timely manner. Consultant shall produce for
distribution any and all records responsive to the Public Records Act request in a timely
manner, unless those records are protected by court order. The provisions of this section
shall survive the expiration or termination of this Agreement.
9. Independent Contractor Relationship:
A. The Consultant is retained by the City only for the purposes and to the extent set forth
in this Agreement. The nature of the relationship between the Consultant and the City
during the period of the Work shall be that of an independent contractor, not
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 4 OF 10
employee. The Consultant, not the City, shall have the power to control and direct the
details, manner or means of Work. Specifically, but not by means of limitation, the
Consultant shall have no obligation to work any particular hours or particular
schedule, unless otherwise indicated in the Scope of Work or where scheduling of
attendance or performance is mutually arranged due to the nature of the Work.
Consultant shall retain the right to designate the means of performing the Work
covered by this agreement, and the Consultant shall be entitled to employ other
workers at such compensation and such other conditions as it may deem proper,
provided, however, that any contract so made by the Consultant is to be paid by it
alone, and that employing such workers, it is acting individually and not as an agent
for the City.
B. The City shall not be responsible for withholding or otherwise deducting federal
income tax or Social Security or contributing to the State Industrial Insurance
Program, or otherwise assuming the duties of an employer with respect to Consultant
or any employee of the Consultant.
C. If the Consultant is a sole proprietorship or if this Agreement is with an individual, the
Consultant agrees to notify the City and complete any required form if the Consultant
retired under a State of Washington retirement system and agrees to indemnify any
losses the City may sustain through the Consultant’s failure to do so.
10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless
the City, elected officials, employees, officers, representatives, and volunteers from any
and all claims, demands, actions, suits, causes of action, arbitrations, mediations,
proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees,
penalties, expenses, attorney’s or attorneys’ fees, costs, and/or litigation expenses to or
by any and all persons or entities, arising from, resulting from, or related to the negligent
acts, errors or omissions of the Consultant in its performance of this Agreement or a
breach of this Agreement by Consultant, except for that portion of the claims caused by
the City’s sole negligence.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, (Validity of agreement to indemnify against liability for negligence relative to
construction, alteration, improvement, etc., of structure or improvement attached to real
estate…) 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, Consultant’s
liability shall be only to the extent of Consultant’s negligence.
It is further specifically and expressly understood that the indemnification provided in
this Agreement constitute Consultant’s waiver of immunity under the Industrial
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 5 OF 10
Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties
have mutually negotiated and agreed to this waiver. The provisions of this section shall
survive the expiration or termination of this Agreement.
11. Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City
employees from soliciting, accepting, or receiving any gift, gratuity or favor from any
person, firm or corporation involved in a contract or transaction. To ensure compliance
with the City’s Code of Ethics and state law, the Consultant shall not give a gift of any kind
to City employees or officials. Consultant also confirms that Consultant does not have a
business interest or a close family relationship with any City officer or employee who was,
is, or will be involved in selecting the Consultant, negotiating or administering this
Agreement, or evaluating the Consultant’s performance of the Work.
12. City of Renton Business License: Unless exempted by the Renton Municipal Code,
Consultant shall obtain a City of Renton Business License prior to performing any Work
and maintain the business license in good standing throughout the term of this
agreement with the City.
Information regarding acquiring a city business license can be found at:
https://www.rentonwa.gov/Tax
Information regarding State business licensing requirements can be found at:
https://dor.wa.gov/doing-business/register-my-business
13. Insurance: Consultant shall secure and maintain:
A. Commercial general liability insurance in the minimum amounts of $1,000,000 for
each occurrence/$2,000,000 aggregate for the Term of this Agreement.
B. In the event that Work delivered pursuant to this Agreement either directly or
indirectly involve or require Professional Services, Professional Liability, Errors and
Omissions coverage shall be provided with minimum limits of $1,000,000 per claim.
"Professional Services", for the purpose of this section, shall mean any Work provided
by a licensed professional or Work that requires a professional standard of care. If
such policy is written on a claims-made basis, its retroactive date, and that of all
subsequent renewals, shall be no later than the Effective Date of this Agreement. The
policy shall state that coverage is claims-made and state the retroactive date. Claims-
made form coverage shall be maintained by Consultant for a minimum of 36 months
following the date all Work is completed or earlier termination of this Agreement, and
the Consultant shall annually provide the City with proof of renewal. If renewal of the
claims-made form of coverage becomes unavailable, or economically prohibitive,
Consultant shall purchase an extended reporting period (e.g., “tail”) or execute
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 6 OF 10
another form of guarantee acceptable to the City to assure financial responsibility for
liability for services performed.
C. Workers’ compensation coverage, as required by the Industrial Insurance laws of the
State of Washington, shall also be secured.
D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired
or non-owned, with minimum limits of $1,000,000 per occurrence combined single
limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on
behalf of the City, beyond normal commutes.
E. Consultant shall name the City as an Additional Insured on its commercial general
liability policy on a non-contributory primary basis. The City’s insurance policies shall
not be a source for payment of any Consultant liability, nor shall the maintenance of
any insurance required by this Agreement be construed to limit the liability of
Consultant to the coverage provided by such insurance or otherwise limit the City’s
recourse to any remedy available at law or in equity.
F. Subject to the City’s review and acceptance, a certificate of insurance showing the
proper endorsements, shall be delivered to the City before performing the Work.
G. Consultant shall provide the City with written notice of any policy cancellation, within
two (2) business days of their receipt of such notice.
14. Delays: Consultant is not responsible for delays caused by factors beyond the
Consultant’s reasonable control. When such delays beyond the Consultant’s reasonable
control occur, the City agrees the Consultant is not responsible for damages, nor shall the
Consultant be deemed to be in default of the Agreement.
15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or
encumber any rights, duties or interests accruing from this Agreement without the
written consent of the other.
16. Notices: Any notice required under this Agreement will be in writing, addressed to the
appropriate party at the address which appears below (as modified in writing from time
to time by such party), and given personally, by registered or certified mail, return receipt
requested, by facsimile or by nationally recognized overnight courier service. Time period
for notices shall be deemed to have commenced upon the date of receipt, EXCEPT
facsimile delivery will be deemed to have commenced on the first business day following
transmission. Email and telephone may be used for purposes of administering the
Agreement, but should not be used to give any formal notice required by the Agreement.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 7 OF 10
CITY OF RENTON
William Adams, PE
1055 South Grady Way
Renton, WA 98057
Phone: (206) 775-6862
wadams@rentonwa.gov
CONSULTANT
Charlie Poole
1601 5th Avenue
Seattle, WA 98101
Phone: (206) 838-2886
charlie.poole@mottmac.com
17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational
qualification, the Consultant agrees as follows:
A. Consultant, and Consultant’s agents, employees, representatives, and volunteers
with regard to the Work performed or to be performed under this Agreement, shall
not discriminate on the basis of race, color, sex, religion, nationality, creed, marital
status, sexual orientation or preference, age (except minimum age and retirement
provisions), honorably discharged veteran or military status, or the presence of any
sensory, mental or physical handicap, unless based upon a bona fide occupational
qualification in relationship to hiring and employment, in employment or application
for employment, the administration of the delivery of Work or any other benefits
under this Agreement, or procurement of materials or supplies.
B. The Consultant will take affirmative action to insure that applicants are employed and
that employees are treated during employment without regard to their race, creed,
color, national origin, sex, age, sexual orientation, physical, sensory or mental
handicaps, or marital status. Such action shall include, but not be limited to the
following employment, upgrading, demotion or transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other forms of compensation and
selection for training.
C. If the Consultant fails to comply with any of this Agreement’s non-discrimination
provisions, the City shall have the right, at its option, to cancel the Agreement in
whole or in part.
D. The Consultant is responsible to be aware of and in compliance with all federal, state
and local laws and regulations that may affect the satisfactory completion of the
project, which includes but is not limited to fair labor laws, worker's compensation,
and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton
Council Resolution Number 4085.
18. Miscellaneous: The parties hereby acknowledge:
A. The City is not responsible to train or provide training for Consultant.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 8 OF 10
B. Consultant will not be reimbursed for job related expenses except to the extent
specifically agreed within the attached exhibits.
C. Consultant shall furnish all tools and/or materials necessary to perform the Work
except to the extent specifically agreed within the attached exhibits.
D. In the event special training, licensing, or certification is required for Consultant to
provide Work he/she will acquire or maintain such at his/her own expense and, if
Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform
the Work, said employee/sub-contractor/assignee will acquire and or maintain such
training, licensing, or certification.
E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to
other entities, so long as there is no interruption or interference with the provision of
Work called for in this Agreement.
F. Consultant is responsible for his/her own insurance, including, but not limited to
health insurance.
G. Consultant is responsible for his/her own Worker’s Compensation coverage as well as
that for any persons employed by the Consultant.
19. Other Provisions:
A. Approval Authority. Each individual executing this Agreement on behalf of the City
and Consultant represents and warrants that such individuals are duly authorized to
execute and deliver this Agreement on behalf of the City or Consultant.
B. General Administration and Management. The City’s project manager is William
Adams PE. In providing Work, Consultant shall coordinate with the City’s contract
manager or his/her designee.
C. Amendment and Modification. This Agreement may be amended only by an
instrument in writing, duly executed by both Parties.
D. Conflicts. In the event of any inconsistencies between Consultant proposals and this
Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to
this Agreement are incorporated by reference only to the extent of the purpose for
which they are referenced within this Agreement. To the extent a Consultant
prepared exhibit conflicts with the terms in the body of this Agreement or contains
terms that are extraneous to the purpose for which it is referenced, the terms in the
body of this Agreement shall prevail and the extraneous terms shall not be
incorporated herein.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 9 OF 10
E. Governing Law. This Agreement shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington and the City of
Renton. Consultant and all of the Consultant’s employees shall perform the Work in
accordance with all applicable federal, state, county and city laws, codes and
ordinances.
F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared
by the joint efforts of the Parties and shall not be construed against one party or the
other as a result of the preparation, substitution, submission or other event of
negotiation, drafting or execution.
G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or
interpret this Agreement or any of its terms or covenants shall be brought in the King
County Superior Court for the State of Washington at the Maleng Regional Justice
Center in Kent, King County, Washington, or its replacement or successor. Consultant
hereby expressly consents to the personal and exclusive jurisdiction and venue of
such court even if Consultant is a foreign corporation not registered with the State of
Washington.
H. Severability. A court of competent jurisdiction’s determination that any provision or
part of this Agreement is illegal or unenforceable shall not cancel or invalidate the
remainder of this Agreement, which shall remain in full force and effect.
I. Sole and Entire Agreement. This Agreement contains the entire agreement of the
Parties and any representations or understandings, whether oral or written, not
incorporated are excluded.
J. Time is of the Essence. Time is of the essence of this Agreement and each and all of
its provisions in which performance is a factor. Adherence to completion dates set
forth in the description of the Work is essential to the Consultant’s performance of
this Agreement.
K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be
construed to give any rights or benefits in the Agreement to anyone other than the
Parties, and all duties and responsibilities undertaken pursuant to this Agreement will
be for the sole and exclusive benefit of the Parties and no one else.
L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns,
and legal representatives to the other party to this Agreement, and to the partners,
successors, assigns, and legal representatives of such other party with respect to all
covenants of the Agreement.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
PAGE 10 OF 10
M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s
failure to enforce any provision of this Agreement shall not be a waiver and shall not
prevent either the City or Consultant from enforcing that provision or any other
provision of this Agreement in the future. Waiver of breach of any provision of this
Agreement shall not be deemed to be a waiver of any prior or subsequent breach
unless it is expressly waived in writing.
N. Counterparts. The Parties may execute this Agreement in any number of
counterparts, each of which shall constitute an original, and all of which will together
constitute this one Agreement.
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date
last signed by the Parties below.
CITY OF RENTON
By:_____________________________
CONSULTANT
By:____________________________
Armondo Pavone
Mayor
Diana Walker
Division General Manager
_____________________________
Date
_____________________________
Date
Attest
_____________________________
Jason A. Seth
City Clerk
Approved as to Legal Form
By: __________________________
Alex Tuttle
Senior Assistant City Attorney
Contract Template Updated 5/21/2021
OOTCA contract no. 3200
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
09-Jan-2025
AGENDA ITEM #6. f)
Mott MacDonald Restricted
City of Renton Seaplane Base
(i) Seaplane Ramp and Dock A&E Professional Services
Scope of Work
1 Introduction
This scope of work outlines the work, budget, and schedule for Mott MacDonald to provide coastal, and marine
structural engineering services for the City of Renton Airport Division (Airport) Seaplane Base project. The
work will provide refinement of preferred alternatives, preliminary engineering design and regulatory permitting
support services, and final design for two concurrent work packages:
i. Seaplane Ramp and Dock Design.
ii. Maintenance Dredging Design.
This document outlines the scope, assumptions, and fee for the Seaplane Ramp and Dock A&E
Professional Services package.
Work outlined within this scope of work includes:
● Elevation and Geotechnical data collection, compilation, and processing,
● Condition assessment of ramp structure,
● Condition assessment of docks,
● Design of floating dock repairs,
● Conceptual level engineering and alternatives,
● Preliminary-level (40%) engineering analysis and design,
● Development of JARPA drawings and permit application support documents to be used to facilitate
the permit application process and general permitting support,
● Final engineering analysis and design, and
● Project management.
2 Project Understanding and Approach
2.1 Project Background
Mott MacDonald’s understanding of the project background is based upon prior experience at the seaplane
base, prior phases of alternatives development, and recent correspondence with the Airport. The seaplane
ramp needs replacement or rehabilitation; reported settlement of the ramp indicates the possibility of structural
undermining and pilots have noted difficulties using it.
It is also understood that the floating dock was last inspected in 2021. This inspection report recommended
several minor repairs to improve its condition.
Mott MacDonald has developed an approach to the work based upon previous project experience, specifically
associated with evaluating and assessing alternatives for ramp replacement. The scope of work provided
EXHIBIT A
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
2
Mott MacDonald Restricted
herein is based upon an in-depth understanding of the project goals and objectives, previously developed
reports, documentation, existing utilities infrastructure, physical and environmental site conditions, anticipated
engineering analysis and engineering details typically required for obtaining environmental permits required for
design and construction work at the project site. Actual project requirements may vary based on site specific
conditions and comments/directives received during meetings and via early correspondence with regulatory
agencies and project stakeholders.
2.2 Geological Context
The Renton area is part of the Puget Sound Lowland that was shaped by glacial activity during the last ice age.
During the last glacial maxima, the region was covered in an ice sheet several thousand feet thick causing
underlying soils to become highly over consolidated. The glacially consolidated soils are anticipated to consists
of gravelly, silty sand and silty gravelly sand with cobbles and occasional boulders. The north Renton area is
within a topographical low-lying area, formed from the last glaciations advance and retreat. In this area and
overlying the glacially consolidated soils is a thick sequence of recent Holocene-age deposits composed of
alluvium, outwash, and colluvium deposits from with rivers, streams, and hillslopes (respectively).
2.3 Anticipated Site Conditions
The Site is located situated immediately south of Lake Washington at the northwest corner of Renton
Municipal Airport. The airport footprint is built upon reclaimed land that likely comprises undocumented,
hydraulically placed fill, underlain by a thick sequence of soft and loose Holocene-aged estuarine deposits.
Glacially consolidated soils are anticipated at depths over 100’ below existing ground surface. Historical
borings (40316, 40317, and 40318) drilled approximately 0.65 miles east of the Site indicate a soil composition
composed of loose to medium dense silty SAND interbedded with clayey SILT layers, with occasional sand
layers, up to an approximate depth of 130 feet. Between depths of about 130 feet and 150 feet, the soil
transitions to light gray silty SAND, with a density ranging from medium dense to dense. Groundwater was
encountered at depths between 3 feet and 9 feet below ground surface.
3 Assumptions and Exclusions
The following assumptions and exclusions apply to the scope of work outlined herein:
● Existing Data:
– Mott MacDonald will compile existing, readily available data available for use in conducting the
work described herein, inclusive of previous condition assessments and existing elevation
survey data collected during previous phases of work.
● New Data:
– Geotechnical Investigation. One upland boring is anticipated to be sufficient for design.
Property access and permissions will be provided by the Airport. No in water borings are
included. A localized utility locating service will be required before the boring can be conducted.
Further geotechnical assumptions have been included within Appendix A.
– No sediment sampling has been costed for the ramp design; however, a few grab samples may
be utilized from the Dredging works package to help inform ramp design.
– Elevation survey. Existing data for the seaplane base and surrounds was collected in the spring
and fall of 2020. The collection of new in-water and/or upland elevation data is recommended to
capture change and ensure consistent data sets; and has therefore been included within the
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
3
Mott MacDonald Restricted
cost estimate. This will be used to inform the evaluation and assessment of flood impacts on
existing infrastructure and subsequent design phases. A Private Utility Locating Service is not
included beyond the extent of that required for the upland boring. Upon review of existing data,
Mott MacDonald will inform the Airport if the scope of new elevation survey can be reduced.
● Condition Assessment:
– A high-level condition assessment of the seaplane ramp and docks will be conducted during a
one-day site visit. A detailed structural condition assessment is not included.
– In water diver inspection is not included, all inspection work will be conducted top side or from a
Go-Pro camera underwater.
● Design Deliverables:
– Preliminary design deliverables of 8.5x11 JARPA format drawings and sections of technical
narratives are assumed to be sufficient for the Airport to submit permit applications to the
applicable regulatory agencies.
– It is assumed that one (1) JARPA application package will be sufficient for the Seaplane Ramp
Replacement.
– It is assumed that all comments on draft deliverables, including final design packages, will be
returned to Mott MacDonald by the Airport within two weeks of the submittal. Comment
response periods longer than two weeks will result in an extension to the project schedule.
● Regulatory support:
– Regulatory permitting support work scope provided to assist with the development of application
documents, attend virtual pre-application meetings, and assist with submittal of permit
applications. It is assumed that the Airport will act as the “agent” during the permitting process
and will be the primary point of contact with regulatory agencies. Permit application
development and submittal to be led by Widener & Associates in coordination with Mott
MacDonald and the Airport. It is assumed that Widener & Associates will contract directly with
the Airport for all permitting and regulatory support required for this project.
● Permitting application periods:
– 12 months assumed for ramp permitting.
– Final design will require prior completion and analysis of grab samples undertaken on the
separate dredging contract.
– Overall project schedule indicated herein includes this estimated timeframe. Changes to the
assumed permit application review period may result in subsequent changes to the overall
schedule and estimated fees as scoped herein.
● Ramp Design:
– The replacement of the Seaplane Ramp is assumed to be of similar size and function and in the
same location as the existing ramp. It is also assumed the upland foundation supporting the
ramp can be built from land.
– The design and analysis of the pier and floats next to the ramp are not included.
– Visualizations and/or 3D renderings excluded.
● Bulkhead:
– Design of a bulkhead behind the ramp may be incorporated into the foundation design of the
foundation design of ramp. The extents of the bulkhead design will be under the existing ramp to
prevent scour and loss of material. The bulkhead design will not include replacement of the
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
4
Mott MacDonald Restricted
existing bulkhead and will assume that similar cantilever sheets can be used with no need for
deadman for the foundation design.
● Floating Dock Repairs:
– Repairs to the dock are expected to be similar to those recommended within the F ebruary 2021
condition assessment (Collins).
– Repairs or replacement to floating dock fender system assumed to be replacement in-kind or
with other proprietary fender system which does not require structural upgrades to dock and
sub-structure.
– Structural repairs or modifications to dock and sub-structure are excluded.
● Alternatives Assessment:
– Engineering services to be provided by Mott MacDonald do not include any engineering work
landside of the concrete pad, upland infrastructure, and/or utilities design.
● Project Team Meetings:
– This scope of work includes a kick-off meeting and bi-weekly coordination meetings throughout
the design phases of work (please refer to the indicated schedule).
– All meetings are assumed to be virtual unless otherwise indicated herein.
● Specifications:
– Technical specifications will be provided in Washington State Department of Transportation
(WSDOT) standard specifications format unless otherwise indicated by the Airport. It is
assumed the Airport will generate all general conditions and general requirement specifications
for the construction contract, compile the bid package (inclusive of plans, technical
specifications, cost estimates, and associated appendices, provided by Mott MacDonald) and
advertise with input from Mott MacDonald as needed.
● Bidding Phase and Construction Phase Support:
– A limited number of hours is included for Bidding Phase support. See Section 4, Task 3 herein
for additional information.
– Construction management and construction engineering support is not included within this
scope of work.
4 Scope of Work
The following scope of work has been developed in accordance with the task outline developed in coordination
with the City of Renton and includes Mott MacDonald’s scope of work to support the execution of the
engineering and permitting support tasks described herein. The scope of work is divided into four main tasks,
each with a description of tasks and subtasks, estimated duration, and deliverables.
Task 1. Data Collection, Geotechnical Engineering, Basis of Design and Alternatives
Assessment
During this task, the Mott MacDonald team will be responsible for the following work:
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
5
Mott MacDonald Restricted
1.1 Data Collection, Compilation and Basis of Design
Subtask 1.1.1. Existing Data Collection, Processing, and Review
● Mott MacDonald will review existing drawings, condition assessments, and topographic &
bathymetric data, and geotechnical data previously collected by others. Data collected during
previous phases of work will be used by Mott MacDonald to support the design development,
development of the project survey base map, and to form the basis of design.
Subtask 1.1.2. New Data Collection, Processing, and Review
● New topographic data. New elevation survey data will be collected by the Mott MacDonald
team for use in analysis and subsequent design-phase work.
● Perform a geotechnical investigation to evaluate subsurface soil conditions, identify top of
glacially consolidated soils, and to obtain samples for laboratory testing. Further details can be
found in Appendix A.
Subtask 1.1.3. Basis of Design
● Mott MacDonald will develop the Basis of Design (BOD) technical memorandum to document
project requirements and agreed design criteria for the ramp replacement. The BOD is a living
document and will be maintained by Mott MacDonald throughout the duration of the design
phases described herein in coordination with the Airport.
● The design team shall schedule (1) meeting with local seaplane pilots to discuss the existing
ramp design and identify key improvements for the updated design. This to enhance the
standards to which the existing ramp is constructed. The workshop shall be organized by the
Airport and shall align with the following stages of the project:
○ Initial discussion on existing design and potential improvements to feed into the Basis of
Design (Assumed that meeting is either undertaken during Site Assessment visit (Task 1.2.1)
or held virtually).
● Selection of design parameters such as environmental conditions, design life, maintenance
requirements, ADA requirements, facility operations, design and construction standards and
codes, preferred construction materials, design vehicle(s)/vessels(s), geotechnical site
characteristics, offsets, slopes, constructability factors, anticipated construction equipment, and
other parameters will be documented within the BOD, and other applicable criteria for use in
developing a Basis of Design. Design criteria will also provide reference to design guidelines to
be used for determining relevant geometry and layout requirements that may become relevant
as design progress.
Schedule and Deliverables – Task 1.1
Estimated Task Duration:
● 4 months, dependent on 3rd parties such as surveyor lead-in periods and lab analysis.
Deliverables:
● Project Survey Base Map in .pdf format, incorporating new elevation and project features data.
● Basis of Design (BOD) Memorandum in .pdf format. (Draft and Final).
● Raw topological and bathymetric survey data and report.
● Comment resolution log and meeting minutes associated with Consultant Team and Airport
review of the BOD. It is assumed that one round of comments is included for this deliverable.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
6
Mott MacDonald Restricted
1.2 Geotechnical Engineering
Engineering analyses will be performed under the direction of a Washington State registered civil
engineer to develop geotechnical design and construction recommendations for the proposed
development. The results of our analyses and recommendations will be presented in a report that
includes the following:
● A site plan that shows existing site features and field exploration location.
● GPR void detection survey results and interpretations delineated on a topographical site plan for
the area behind the Ramp.
● Discussion of generalized subsurface conditions based on the explorations performed for this study
and local knowledge from past project experience in the City of Renton.
● Derivation of geotechnical parameters for laterally loaded pile analyses.
● L-Pile analyses
● Discussion of suitable deep foundation types, including net allowable bearing resistance, resistance
to lateral loads, and differential settlement.
● Simplified seismic design parameters.
● Discussion of liquefaction, lateral spreading, and seismic settlement analyses, as appropriate.
● A brief discussion of the corrosion potential of the subsurface soils encountered during our field
exploration based on laboratory corrosivity tests.
● Construction considerations including:
– site preparation,
– engineered fill selection and compaction,
– landscape and drainage considerations,
– potential use of on-site soils as structural fill,
– wet weather work conditions for site earthwork.
● Recommendations for construction monitoring and testing by the geotechnical engineer of record.
● See Appendix A for full details.
Schedule and Deliverables -Task 1.2
● Estimated Task Duration:
– 2 months following completion of Task 1.1.
● Deliverables:
– Geotechnical Recommendations Report (Draft and Final, electronic pdf form)
1.3 Alternatives Assessment
Develop ramp replacement alternatives based on the project goals and criteria outlined in the BOD, while
considering cost, operations, maintenance, and regulatory permit requirements in coordination with the
Airport. Alternatives will be refined to roughly a 10% design level.
Subtask 1.3.1. Site Assessment
A site visit followed by an initial assessment of the ramp:
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
7
Mott MacDonald Restricted
● Conduct one (1) on-site visit with City team to discuss details of the project, discuss current
facility operations, identify critical infrastructure and site constraints, discuss potential design
alternatives, review geotechnical conditions, confirm overall project goals and objectives, and
estimated schedule. Site visit to be coordinated with the concurrent Dredging Scope of Works.
Subtask 1.3.2 Alternatives Assessment and Concept Cost Estimates Updates
● Based on results of Tasks 1.2.1, and in coordination with other members of the Consultant
Team, Mott MacDonald will finalize the preferred alternatives analysis.
● The preferred ramp form will be developed and may include combinations of various elements
of the alternatives within the assessment. Concept layouts will be developed in AutoCAD and
provided within a presentation slide deck (.pdf and/or .ppt). Alternatives to restore the ramp
back to full operation will only be developed if appropriate for this stage of development.
● Preferred ramp replacement will include considerations for design life, maintenance, cost and
constructability. Dock restoration alternatives suggested within the previous condition
assessment will be confirmed where suitable, or new alternatives sought for additional minor
non-structural repairs.
● Structural bulkhead design: To support the seaplane ramp, structural analysis and design will
be conducted on the foundation of the ramp. Designs will also consider reducing any impacts
from settlement or soil loss.
● Class 5 capital construction cost estimates (+100/-30%) developed as part of ask 1.2.2. will be
tabulated and presented within the preferred alternatives memorandum.
● Alternatives will be presented in schematic format within a PPT for Airport and Consultant
Team review.
● The preferred alternative will be selected in coordination with the Airport and Consultant Team
and justification will be documented in the Basis of Design.
Schedule and Deliverables -Task 1.3
● Estimated Task Duration:
– 2 months following completion of Task 1.1.
● Deliverables:
– Alternatives Assessment presentation slides.
– Class 5 (+100/-30%) level cost estimate and estimated construction schedules for the
preferred alternative(s).
Task 2. Preliminary Engineering Design and Permitting Support
2.1 JARPA Plan Development and Permitting Support – Sediment Sampling Only
To help inform design of the ramp, grab samples shall be collected from the lake when sediment sampling
is undertaken under the concurrent ‘Maintenance dredging design’ A&E Professional Services Scope. The
permitting, collection and analysis of the sediment sampling is therefore excluded from this contract.
2.2 Preliminary Engineering Analysis, Design, and Permitting Support
Mott MacDonald will be responsible for the following work in Task 2.2:
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
8
Mott MacDonald Restricted
Subtask 2.2.1. Basis of Design Update
Mott MacDonald will update the Basis of Design (BOD) memo to document project requirements and
agreed upon preferred alternatives. The BOD is a living document and will be updated through completion
of the final design phase.
Subtask 2.2.2. Preliminary Engineering Analysis and Design
Upon refinement and selection of the preferred alternative Mott MacDonald will complete the preliminary
engineering design (40% design level) of each project element for planning applications. This work will
consist of evaluating anticipated construction methods and configurations of the project elements to
provide baseline information for developing permit application documents and for estimating construction
costs. Engineering analysis and computations will be conducted to develop and refine cross-sectional,
and plan view geometric requirements for each location, including preliminary-level details for the ramp.
The results of previous work tasks will be used as the basis for performing the preliminary engineering
design.
Preliminary engineering (40%) analysis and design work includes the following:
● Engineering Analysis:
– Perform engineering analysis for the replacement ramp preferred alternative relying on the
geotechnical recommendations.
– Incorporate revisions to the preferred alternatives.
● Preliminary Design:
– Develop ramp plans, sections, and associated details.
– Develop floating dock plans, associated details, and sections where appropriate.
– Develop a quantity and construction cost estimate for each site at the Class 3 (+50% / 0%)
level of project definition.
● Coordination:
– Coordinate with other disciplines (geotechnical and environmental) throughout the
preliminary design phase.
● Permitting Review:
– Review construction requirements for all proposed in-water work for development of permit
application project description.
– Coordinate with permitting lead.
Subtask 2.2.3. JARPA Format Drawings
This task consists of developing permit drawings (40% design level) for environmental regulatory permit
applications, which includes:
● Preliminary Design-level engineering design plans developed in JARPA 8.5x11 format. JARPA
drawings will include vicinity map, site plans, and typical cross-sections and details.
● Quantity estimates for overwater structures, fill and excavation.
Subtask 2.2.4. Technical Narrative
● Technical project description for use in permit application documents. Narrative will include a
description of need and purpose, construction methods, materials, time requirements and
temporary use of the site for locations located below Ordinary High Water for the purposes of
documenting potential impacts during construction.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
9
Mott MacDonald Restricted
Subtask 2.2.5. Permit Application Support
● Mott MacDonald will assist with local, state and federal permit application documents (JARPA
application).
● Mott MacDonald will support the development of the JARPA application submittals.
Subtask 2.2.6. Post-submission Support
● Mott MacDonald will provide post-submission support to assist with responding to questions
from regulatory agencies. It is assumed up to 8 hours of support will be provided that could
include telecon meetings, in person meetings and/or email communication.
Schedule and Deliverables Task 2.2:
● Estimated Task Duration:
– 2-3 months preliminary design
– 12 months permitting
● Deliverables:
– Basis of Design Update
– PowerPoint presentation summarizing preliminary engineering design.
– JARPA drawings (draft and final)
– JARPA Technical narrative (draft and final)
Task 3. Final Design Engineering Analysis and Design
Subtask 3.1. Final Engineering Analysis and Design
Final engineering analysis and design documents will be prepared for bidding once the permitting process
has proceeded far enough to ensure the project permits will be issued without major changes in scope or
requirements for construction. This is typically conducted upon completion of the federal Section 7 ESA
consultation. Deliverables would be provided at 90% and 100% milestones for Airport review and
comment. Specifications will be provided in standard WSDOT format. Cost estimates will also be provided
at the final design milestones.
● Final Engineering Analysis:
– Perform refinements and additional engineering analysis that may be required to revise
ramp details.
– Perform structural calculations required to complete the design.
● Final Design:
– Incorporate comments on the drawings, estimate, and specifications.
– Develop the technical specifications in WSDOT format at the 90%, and 100% (For Bid)
milestones. General conditions and general requirement specifications will be provided by
the Airport for review and compilation by Mott MacDonald.
– Develop plans, sections, and associated details at the 90%, and 100% (For Bid) milestones.
– Develop construction cost estimates at the 90%, and 100% (For Bid) milestones.
● Coordination:
– Coordinate with other disciplines (geotechnical and environmental) throughout the final
design phase.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
10
Mott MacDonald Restricted
● Bidding Support:
– Approximately 24 hours of bidding support is included. Bidding support includes the following:
○ Attendance (virtual) at a pre-bid meeting.
○ Response to RFI’s.
○ Development of up to one (1) Addendum to the Contract Documents, based upon a
consolidated list of comments.
Schedule and Deliverables Subtask 2.3:
● Estimated Task Duration:
– 4-6 months
● Deliverables:
– Plans, Specifications and Cost Estimates (90%, and 100% (For Bid)).
– Final Basis of Design
Task 4. Project Management
During this task, the Mott MacDonald will be responsible for the following work:
● Lead integration of technical work packages for the ramp.
● Attend one kick-off meeting and bi-weekly coordination meetings throughout the duration of work.
● Conduct project baseline performance management and processing of monthly invoices.
Schedule Task 4:
● Estimated Task Duration: 25 months, dependent on client review periods, permitting timelines,
agency meeting availability, and changes in project scope.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
11
Mott MacDonald Restricted
5 Budget and Schedule
5.1 Budget
The following table shows the budget by task. All work will be conducted on a time-and-material basis with a
total not-to-exceed amount without prior written approval from the Airport. Should the Airport instruct MM to
carry out additional tasks outside of the scope set out in Section 3, then variations to the Project Cost shall be
agreed in writing. The Total Fee estimate accounts for the annual fee rate escalation described in Section 5.3.
5.2 Schedule:
The Ramp and Dock A&E package and permitting is estimated to conclude in approximately 25 months
following Notice to Proceed (NTP). The estimated schedule takes into consideration concurrent work and
anticipated permit review periods. All schedule and task duration estimates provided herein are dependent
upon a multitude of factors including but not limited to construction scope, availability of data, timely draft
deliverable review periods, regulatory review and approval timelines, and other factors. Consideration should
also be provided to alignment of construction schedules with other planned works and potential impacts on
completion of services under this A&E Professional Services contract.
5.3 Rates
The commission shall be invoiced monthly in arrears based on actual hours spent on the project by the
different roles of staff using the rates provided in Table 5.1. These rates shall be considered fixed until 31st
December 2025 whereafter they will be subject to increase annually by 5%. The Fee Estimate in Section 5.1
accounts for an annual fee rate escalation.
Task
Fee Estimate (including
annual rate escalation) Task Name
1 Data Collection, Basis of Design
and Alternatives Assessment $102,300
2 Preliminary Engineering Design
and Permitting Support $70,850
3 Final Engineering Analysis and
Design $91,500
4 Project Management $28,950
Total Fee $293,600
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
12
Mott MacDonald Restricted
Table 5.1: Fee Rates
Invoice Role 2025 2026 2027
Principal V $382 $401 $421
Principal IV $346 $363 $381
Principal III $290 $304 $319
Principal II $236 $248 $260
Principal I $220 $231 $243
Senior Project Manager III $224 $235 $247
Senior Project Manager II $213 $224 $235
Senior Project Manager I $195 $205 $215
Senior Project Engineer $202 $212 $223
Project Engineer $171 $180 $189
Engineer II/III $148 $155 $163
Engineer I $129 $135 $142
Senior Specialist $199 $209 $219
Specialist V $171 $180 $189
Senior Scientist $241 $253 $266
Scientist IV $179 $188 $197
Scientist III $136 $143 $150
Scientist II $127 $133 $140
Designer V $180 $189 $198
Administrative $110 $116 $122
5.4 Validity
Fee estimate is valid for 2 months and is subject to Mott MacDonald and the Airport signing on mutually
agreeable contractual terms.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
13
Mott MacDonald Restricted
Appendices
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
14
Mott MacDonald Restricted
A. Geotechnical Scope and Assumptions
A.1 Scope of Work
A.1.1 Pre-Investigation
● Perform an evaluation of available geotechnical data, including:
– Existing site-specific geotechnical data and reports
– Soil survey maps and data (e.g., Natural Resources Conservation Service)
– Geologic maps and fault maps (e.g., United States Geological Survey and Washington
Geological Survey)
● A project and task-specific Health and Safety Plan will be prepared for the proposed field
investigation program. The plan will be discussed each day before excavation activities begin and
with each person entering the project site during the excavation operations.
● A brief site reconnaissance to locate the proposed investigation locations, mark the site for
Underground Service Alert (USA) notification, review site health and safety issues, and a review of
potential logistical issues will be performed prior to commencement of the field work. USA of the
planned field exploration program at least 3 working days in advance of any excavation work. A
visual inspection of the existing quay wall will be performed from during the reconnaissance visit.
● If required, a King County Public Health District well drilling permit will be obtained prior to
beginning the subsurface investigation program. The planned soil boring will be destroyed in
accordance with County and State requirements.
A.1.2 Geotechnical Field Investigation
● One soil boring will be advanced to approximately 100 feet below the adjacent ground surface to
explore subsurface conditions and to identify top of glacially consolidated soils . Soil samples shall
be obtained for laboratory testing. If the top of glacially consolidated soils is not found within 100ft,
either the borehole can be extended at additional cost, or assumptions can be made for the design.
● A Ground Penetrating Radar (GPR) void detection survey will be conducted atop the existing ramp
wall to identify voids behind the retaining structure.
● During drilling the air space around the drilling operations will be monitored with a hand-held
photoionization detector (PID) to screen for volatile organic compounds and other gasses.
● Soil samples will be obtained at vertical intervals of approximately 2.5 feet in the upper 15 feet and
approximately every 5 feet thereafter. Granular soils will be sampled using a 2-inch outside
diameter, split-barrel sampler in general accordance with the Standard Penetration Test (SPT)
outlined in ASTM D1586. Cohesive soils will be sampled using a 3-inch outside diameter, split-
barrel “California-type” drive sampler. The SPT and California-type samples will be obtained by
driving with a 140-pound automatic trip hammer free falling 30-inches, in general accordance with
the SPT procedure. Depth to groundwater, if encountered, will be recorded on the boring and test
pit logs.
● Estimates of the undrained shear strength of silt and clay soils will be made using a hand-held
pocket penetrometer and/or a torvane shear device, as appropriate.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
15
Mott MacDonald Restricted
● The boring will be logged by a field engineer or geologist who will package samples and transport
them to the laboratory for further evaluation and testing. In addition to the borehole samples, bulk
samples of soil cuttings from the upper approximately 5 feet of each investigation location will be
collected.
A.1.3 Geotechnical Laboratory Testing
● Laboratory testing will be performed on selected soil samples for use in engineering analyses and
design. Laboratory tests will be selected based on the conditions encountered and may include the
following:
– Natural water content (ASTM D2216) and dry unit weight (ASTM D2937)
– One Dimensional Consolidation Test (ASTM D2435)
– Grain-size analyses (ASTM D6913)
– Specific Gravity Test (ASTM D854)
– Atterberg limits (ASTM D4318)
– Unconsolidated-undrained triaxial compression (ASTM D2850)
– Soil corrosion potential series (pH, resistivity, sulfate, and chloride)
● Analytical testing for purposes of environmental screening or evaluations are outside the scope of
this proposal.
A.1.4 Geotechnical Reporting
Engineering analyses will be performed under the direction of a Washington State registered civil
engineer to develop geotechnical design and construction recommendations for the proposed
development. The results of our analyses and recommendations will be presented in a report that
includes the following:
● A site plan that shows existing site features and field exploration location.
● GPR void detection survey results and interpretations delineated on a topographical site plan for
the area behind the Quay Wall. Voids may indicate that backfill has washed out from behind the
sheet pile through voids. Should voids be found by GPR, then a dive survey would be
recommended to assess the wall. Dive surveys are excluded.
● Discussion of generalized subsurface conditions based on the explorations performed for this study
and local knowledge from past project experience in the City of Renton.
● Derivation of geotechnical parameters for laterally loaded pile analyses.
● L-Pile analyses
● Discussion of suitable deep foundation types, including net allowable bearing resistance, resistance
to lateral loads, and differential settlement.
● Simplified seismic design parameters.
● Discussion of liquefaction, lateral spreading, and seismic settlement analyses, as appropriate.
● A brief discussion of the corrosion potential of the subsurface soils encountered during our field
exploration based on laboratory corrosivity tests.
● Construction considerations, including:
– engineered fill selection and compaction,
– landscape and drainage considerations,
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
16
Mott MacDonald Restricted
– potential use of on-site soils as structural fill,
– wet weather work conditions for site earthwork.
● Recommendations for construction monitoring and testing by the geotechnical engineer of record.
A.1.5 Supporting Preparation of Construction Documentation (T&M)
● Support preparation and review of technical specifications.
● Review of construction drawings
A.2 Assumptions and Clarifications
● Mott MacDonald assumes all work will be completed under mutually agreeable terms and
conditions
● Mott MacDonald’s proposal, scope, assumptions, and estimated pricing are based upon the
information provided by the City of Renton that includes preliminary working drawings and the
Project bid documents but is open for adjustment based on feedback from the City of Renton.
● As-Built drawings for Quay Wall will be provided to support geotechnical analyses assumptions .
● Based on our review of readily available Google Earth aerial mapping, it appears that any proposed
geotechnical explorations are readily accessible with limited to no clearing. This will be confirmed
with site-specific examinations of utility and flora conflicts and drill rig positioning.
● Mott MacDonald has included a cost allowance for the following subcontractor expenses. Any
scope modifications or additional charges will be processed as per the terms defined in MESA
agreement.
– Geotechnical Drilling - $9,235.00 (+ 10% mark-up)
– Geotechnical Lab Testing - $2000 (+10% mark-up)
– Utility Locate - $920.00 (+10% mark-up)
– Void Detection- $7000 (+10% mark-up) – noted this fee is not included within the Ramp & Dock
contract as this is instead added to the dredging scope.
● Simplified seismic design parameters will be provided in accordance with IBC Chapter 1613.2.2 for
seismic site class and 1613.2.3 for maximum considered earthquake spectral response
acceleration parameters. No site response analysis or time history analysis is anticipated, and the
scope and fee assume that the structure will not require a site response analysis if the site is
identified as potentially liquefiable (i.e., meeting the 0.5s or shorter structural period exception in
ASCE 7-16 Chapter 20.3).
● Private utility locating is not included in this scope of services. If private utility locating is required to
safely perform the subsurface investigation, Mott Macdonald will provide updated estimated pricing
to the City of Renton for approval prior to conducting any additional work.
● It is assumed that The City of Renton will arrange for legal access to the borehole site including
opening of gates and providing necessary contact information to reach landowners to complete the
planned field activities. Our anticipated schedule for delivery is that a drill rig would mobilize
approximately 4-6 weeks after receipt of written notice to proceed, earlier if drill rig availability
improves. Geotechnical laboratory testing would take approximately 4 weeks after completion of
drilling, and draft reporting for review would be completed within 1 week of receipt of the laboratory
test results. Should permits or any land access permissions prove difficult to procure, the program
schedule and deliverable milestones may require adjustment accordingly.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
Mott MacDonald
City of Renton – Seaplane Base Ramp Replacement – Scope of Work
17
Mott MacDonald Restricted
● Maps of known underground utilities, topographic survey, and foundation drawings of the existing
structures will be provided prior to the mobilization of our field exploration crews.
● All drilling will be conducted under one mobilization. If separate mobilizations are required, each
mobilization will be billed at direct, as-incurred cost, to be agreed upon with the City of Renton prior
to mobilization.
● The subsurface investigation (one boring) will be completed in two 10-hour day shifts to
accommodate stand-by time for airplane movements in the vicinity of the work area and security
clearance for air-side construction activities.
● Subsurface investigation delays caused by reasons beyond Mott MacDonald’s control (e.g.,
weather, waiting for access, waiting for clearance of suspected environmental hazards, ) that result
in more workdays than described herein will lead to an increase in field exploration costs , which will
be billed on a time-and-materials basis to be agreed upon with the City of Renton prior to
mobilization.
● As typical with subsurface investigation programs, some surficial disturbance may occur during the
completion of the soil borings. Clearing and restoration or maintenance of the ground surface or
cleared areas is not included in this scope of work.
● Cuttings and fluids resulting from drilling operations are assumed to be non -hazardous for the
purposes of disposal. In addition, environmental testing and disposal of impacted soils are not
included in this proposal. If additional scope and cost are required due to retrieval of soils
suspected of contamination, Mott Macdonald will provide updated estimated pricing for The City of
Renton for approval prior to conducting any additional work.
● Mott MacDonald has based estimated costs for geotechnical soil borings on subcontractor
budgetary quotations and current maps. Actual costs for geotechnical soil borings and test pits
may vary based on the conditions encountered. If additional scope and cost are required, Mott
MacDonald will provide updated estimated pricing to The City of Renton for approval prior to
conducting any additional work.
● Mott MacDonald has not included any traffic control measures within this proposal as the location
of the borehole appears to be away from public roads. Should such control or protection be
required, it is assumed that these services will be directly retained by The City of Renton or
reimbursed in accordance with our fee schedule.
Docusign Envelope ID: 19B8FF1C-F1E1-4419-8F7B-E7EFA7C0F612
AGENDA ITEM #6. f)
AB - 3735
City Council Regular Meeting - 27 Jan 2025
SUBJECT/TITLE: Authorization to Purchase Fleet Vehicles
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Maintenance Services
STAFF CONTACT: Ron Kahler, Fleet Manager
EXT.: 2660
FISCAL IMPACT SUMMARY:
The total cost of the equipment is $122,023.36 and the total amount budgeted for this equipment is $130,000.
SUMMARY OF ACTION:
The Fleet Section has obtained a quotefrom Vermeer Mountain West for the purchase of one, Vermeer
BC1800XL Brush Chipper. This equipment will replace a Vermeer 1800XL, existing vehicle purchased in 2001.
This piece of equipment has reached the end of its useful life and will be replaced. The funding for the new
chipper was approved in the 2024 budget Q3 adjustment. Once the new equipment is received the old
equipment will be sent to auction. This purchase will utilize Washington State contract, #05218.
EXHIBITS:
A. Vermeer Mountain West Quote
STAFF RECOMMENDATION:
Authorize the purchase of one Vermeer BC1800XL Brush Chipper from Vermeer Mountain West in the amount
of $122,023.36.
AGENDA ITEM #6. g)
Anchorage,AKI Chandler,AZITucson,A2I Boise.IDI Billings,MTI Missoula,MTIAlbuquerque,NM
LasVegas NV]ElPaso,TXI Salt LakeCity,UTIMarysviIIe,WAI Spokane,WAITacoma,WA
_PLEASE HEM/TALLPAYMENTST00UH_____CORPORATEOFFICEIN“CHANDLERARIZONA77019s.WeberDr Wand/en”.AZ852261 480 785 4800
Please coniactAccounis Receivableat ar@vermeermw comforany account inquiriesor invoicerequesis.
meeh
Account#Order #Brc 815 Date Invoice #Page
8310 8118504 081 JW I N V o I C E 11—26—24 08111439 1
Sold To:001 Ship To:
CITY OF BENTON CITY OF RENTON
1055 S.GRADY WAY 3555 NE 2ND ST
RENTON WA 98057
RENTON WA 98056
Ship Via JERRY WERKHOVEN
Entered By Customer Purchase Order Customer Contact 0rd Date
SARAHK 11—26—24
Model Serial Number [EquipIDCustomer Job #Customer Phone #
0rd ship B/o Part Number Description Unit Price UM Extended
1 id#BC1800-52722 SELL PRICE 110,628.61
model—BC1800XL serial#-1VRD15AG431052722
BC1800XL BRUSH CHIPPER
List Price $116,977.00
Less Discount ($8,188.39)
Freight +$1,840.00
Total $110,628.61
WA STATE CONTRACT #05218
Sub Total 110,628.61
SALES TAX SALES TAX 11,394.75
SIGNATURE/FIRMA Total Invoice
Due By:122,023.36 I11/26/24
WE APPRECIATE YOUR BUSINESS!
For Terms and Conditions,go to
https://vermeermountainwest.com/terms-conditions/
2:05ADDITIONALTEENISANDCONUITIONN:
AGENDA ITEM #6. g)
AB - 3732
City Council Regular Meeting - 27 Jan 2025
SUBJECT/TITLE: Renton Avenue South – 300-day Closure Extension Request
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Public Works Transportation Systems Division
STAFF CONTACT: Jim Seitz, Transportation Director
EXT.: 7245
FISCAL IMPACT SUMMARY:
There is no fiscal impact to the City by adopting the resolution.
SUMMARY OF ACTION:
The I-405, Renton to Bellevue Widening and Express Toll Lanes (ETL) Project is intended to increase the
capacity of the I-405 freeway. The project also builds infrastructure for Sound Transit’s Stride Bus Rapid Transit
system including a new inline transit station at Northeast 44th Street in Renton. Bus rapid transit, paired with
the ETL system, will provide more reliable transportation options for people.
As part of this project, an extension of the 300-day closure of Renton Avenue South is needed in 2025 to
complete vital work for the project. The extension is requested to allow more time for the contractor, design
team, and WSDOT to resolve conflicts between existing and new bridge construction. The contractor, design
team, and WSDOT are working to resolve discrepancies in rebar placement, as shown in the existing bridge as-
builts and the design developed to extend the bridge, which was based on the as-built information. This
project needs to complete the extension of the Renton Avenue South Bridge, finish constructing retaining
walls, install new storm drainage, and complete paving and striping operations. Completing this work will
increase the current capacity of I-405 and improve the safety of the traveling public. The contractor is working
diligently to complete the work and requires an extension of the currently approved closure through May 22,
2025, to complete work activities and open the bridge to traffic.
The currently approved closure of Renton Avenue South expires on February 28, 2025. This extension request
is anticipated to end on or before May 22, 2025. If work activities are completed prior to May 22, 2025, the
bridge will be opened to the public prior to the extension deadline. Notifications will be provided to the public
in accordance with the Public Outreach Plan in Exhibit A.
Work performed during this period includes the following:
1. Placement of forms, rebar, and concrete to extend the existing bridge.
2. Excavation and placement of HMA paving to increase capacity on I-405.
3. Completion of new retaining walls.
4. Drainage, paving, and restriping near the Renton Avenue South Bridge.
This milestone will create the space needed to increase capacity and provide Express Toll Lane Infrastructure
on I-405.
AGENDA ITEM #6. h)
WSDOT’s public outreach plan is attached and includes one flier for businesses within proximity to the street
closure along with the localized detour plan.
EXHIBITS:
A. Public Outreach Plan
B. WSDOT Project Flier with Primary Detour Rates
C. Resolution
STAFF RECOMMENDATION:
Adopt the resolution authorizing the extension of the 300-day closure to May 22, 2025, for the purpose of
extending the Renton Avenue South Bridge, increasing capacity of the I-405 freeway, and providing more
reliable transportation options for the traveling public.
AGENDA ITEM #6. h)
I-405 Renton to Bellevue Widening and Express Toll Lanes Project
2025 Renton Avenue South Closure Outreach Plan
Renton Avenue South: Extension of the Renton Avenue South full closure –
occurring between February 28, 2025, and May 22, 2025
Scope of work: Closure of Renton Avenue South to extend the existing bridge over I-405,
complete the construction of retaining walls, install new storm drainage, and complete paving
and striping operations. Completing this work increases capacity to I-405 and supports the
construction of WSDOT Express Toll Lanes and Sound Transit Bus Rapid Transit systems.
Outreach methods:
• Send mailer to residents in Renton Hill neighborhood who will be directly impacted by the closure
extension (see Figure 1 map), approximately 50 addresses
• Flier provided to City of Renton for internal distribution
• Social media and WSDOT Blog posts notifying the public of the closure
o Coordination with the City of Renton to share social media posts from the project
• Hotline and project inbox information provided on fliers, blogposts, and project website
• Message boards will be updated 20 days before the closure to notify the traveling public
• WSDOT availability for media
Page | 1 Figure 1: Map of flier distribution area
AGENDA ITEM #6. h)
I-405, Renton to Bellevue Widening and Express Toll Lanes Project
Extension of the Renton Avenue South Bridge
Full Closure
Overview
Crews working for the Washington State
Department of Transportation need to
extend the duration of the Renton Avenue
South bridge closure to finish constructing
the bridge that crosses over I-405 in Renton.
Both directions of the Renton Avenue South
bridge will continue to be closed through
May 22, 2025. A detour is provided for
bicyclists, pedestrians, and the traveling
public utilizing Cedar Avenue South and
other City of Renton surface streets in the
area.
This key milestone for the I-405, Renton to
Bellevue Widening and Express Toll Lanes
project is necessary to complete widening of
the I-405 freeway.
Work during this closure period will
include:
o Placement of forms, rebar, and
concrete to extend the existing
bridge
o Completion of new retaining walls
o Installation of new drainage, paving,
and road striping
Both directions of Renton Avenue South that pass over I-
405 are closed. Signed detours are in place.
Lane and Ramp Closures
Continuing through May 22, 2025 - Full closure of the Renton Avenue South bridge west of South 3rd
Street and east of the Cedar River Trail Access Road.
AGENDA ITEM #6. h)
1
CITY OF RENTON, WASHINGTON
RESOLUTION NO.
A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING THE
EXTENSION OF THE TEMPORARY FULL STREET CLOSURE OF THE RENTON
AVENUE SOUTH BRIDGE OVER I-405.
WHEREAS, the Washington State Department of Transportation (WSDOT) is constructing
the I-405, Renton to Bellevue Widening and Express Toll Lanes (ETL) project; and
WHEREAS, this construction activity required a temporary street closure of the Renton
Avenue South Bridge over I-405; and
WHEREAS, the project now requires an extension of the temporary street closure of the
Renton Avenue South Bridge over I-405 to allow the contractor, design team and WSDOT to
resolve design issues; and
WHEREAS, pursuant to the City Code section 9-9-3, such street closures require City
Council authorization by means of a resolution;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DO
RESOLVE AS FOLLOWS:
SECTION I. The City Council does hereby authorize an extension of the temporary
closure of the Renton Avenue South bridge, from Friday, February 28, 2025 to Thursday,
May 22, 2025 for the purpose of extending the Renton Avenue South bridge and increasing
capacity of the I-405 freeway.
SECTION II. Notice of the closure shall be posted and published as required by RMC 9-9-
2 and RMC 9-9-3.
AGENDA ITEM #6. h)
2
RESOLUTION NO.
PASSED BY THE CITY COUNCIL the day of , 2023.
Jason A. Seth, City Clerk
APPROVED BY THE MAYOR this day of , 2023.
Armondo Pavone, Mayor
Approved as to form:
Shane Moloney, City Attorney
RES- PW:
AGENDA ITEM #6. h)
AB - 3733
City Council Regular Meeting - 27 Jan 2025
SUBJECT/TITLE: Project Acceptance: CAG-23-288 with Equity Builders, LLC for the Lift
Station and Force Main Rehab Phase 3 Project
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Utility Systems Division
STAFF CONTACT: Michael Benoit, Wastewater Utility Project Manager
EXT.: 7206
FISCAL IMPACT SUMMARY:
The original contract amount was $1,229,376.60 and the final contract amount is $1,236,767.13, an increase
of $7,390.53 due to additional work at Cottonwood Lift Station to facilitate the installation and maintainability
of the new pumps. The contract was fully funded through the Wastewater Utility Capitol budget (426.465508
& 426.465516). There is sufficient funding in the approved Wastewater Utility Capital Improvement Fund
budgets to cover the project costs.
SUMMARY OF ACTION:
The Lift Station and Force Main Rehab Phase 3 Projectcontract was awarded to Equity Builders, LLC. on
October 2, 2023. The contractor began construction on January 8, 2024, and completed construction on
October 31,2024. The last of the paperwork needed to closeout the project has been received.
Lift Station and Force Main Rehab Phase 3 Projectconsisted ofwork at thefollowing lift stations: Kensington
Crest, Lake Washington Beach, Liberty, Lake Washington Number 2, Long, Talbot Crest, Wedgewood,
Westview, and Cottonwood:
(Mechanical Improvements)Installationof pigging port access assemblies, pumps, flow meter
assemblies, and vactor piping installation inside wet wells.
(Structural Improvements) Removal of existing wet well coating, pouring concrete in an existing
structure, and installation of outdoor rated Unistrut supported enclosures.
(Electrical Improvements) Modifying and replacing existing control panels.
(Surface Restoration and Temporary Measures) Remove and replace asphalt pavement, perform hot
mix asphalt trench patching, implement temporary traffic control, sewage pumping, storage, and
erosion control per standards.
(Documentation and Compliance) Prepare as-built drawings and ensure all work meets City of Renton
and MUTCD standards.
EXHIBITS:
A. A. Notice of Completion of Public Works Contract
B. B. Final Contract Voucher Certificate
STAFF RECOMMENDATION:
Accept the Lift Station and Force Main Rehab Phase 3 Project and authorize release of retainage after 60 days
once all the required releases from the state agencies have been obtained.
AGENDA ITEM #6. i)
F215-038-000 Notice of Completion of Public Works Contract 05-2020
Notice of Completion of
Public Works Contract
Department Use Only
Assigned to Date Assigned
Date Form Version Revision Reason
Awarding Agency Information
Company Name UBI Number
Address City State Zip Code
Contact Name Phone Number Email Address
Prime Contractor Information
Company Name UBI Number
Address City State Zip Code
Contact Name Phone Number Email Address
Project Information
Project Name Contract Number Affidavit ID Number
Jobsite Address City State Zip Code
Date Awarded Date Work Commenced Date Work Completed Date Work Accepted
Is this a Federally Funded Transportation Project? Yes No If yes, attach the Contract Bond Statement
Have Subcontractors been used? Yes No If yes, complete Addendum A
Contract/Payment Bond Waived? Yes No Retainage Bond Waived? Yes No
Detailed Description of Work Completed
DOR Tax Information
Calculated Amount Liquidated Damages
Additions (+) Amount Disbursed
Reductions (-) Amount Retained
Sub-Total Other
Sales Tax Amount Sales Tax Rate
Total Total
Both totals must to be equal - If multiple sales tax rates, attach a list
Apprentice Utilization Information
Was apprentice utilization required? Yes No Engineer’s Estimate:
Utilization %: If utilization did not meet or exceed 15%, was a Good Faith Estimate approved? Yes No
Comments
The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. No
payment shall be made from the retained funds until receipt of all release certificates and affidavits.
Complete and submit for by email to all three agencies below
Contract Release
(855) 545-8163, option # 4
ContractRelease@LNI.WA.GOV
Employment Security Department
Registration, Inquiry, Standards &
Coordination Unit
(360) 890-3499
publicworks@esd.wa.gov
AGENDA ITEM #6. i)
Subcontractor's Name:UBI Number: (Required)Affidavit ID*
Addendum A: Please List all Subcontractors and Sub-tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time. No L&I release will be granted until all affidavits are listed.
For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum (10/26/15)F215-038-000 05-2020
AGENDA ITEM #6. i)
FiNAしCONTRACT VOUCHER CERTiFICA丁E
Contractor:
EquityBuilders,LLC
StreetAdd「ess:
POBox28940
Citv State Zip Date
Be冊ngham WA 98228 11/01/2024
CityCont「actNumber CitYPr。jectNumber Federal-AidNumber〈ifappiicabIe)
CAG-23-288 WWP-27-04223 N/A
ContractTitie
LiftStationandForceMainimprovementsPhase3
DateWorkPhysica=yCompiet e FinaIAmount
October31,2024 Sユタ236,767.13
l,The unde「signed, having first been duly sworn, Certifythat l am autho「ized to signforthe cIaimant差hatin connection withthe work
Performed and to the bestof my knowIedge no Ioan, g「atuity o「 giftin any fo「m whatsoever has been extended to any em pIoyee of
the City of Renton no「 have I 「ented o「 pu「chased anY equipment or materiais from any empIoyee ofthe City of Renton; I fu直her
Certify thatthe attached finai estimate is a true and correct statement showing a= the monies due mefrom the City of Renton for
WOrk performed and mate「iaI fu「nished under this cont「act; that川ave carefulIy examined said final estimate and understand the
Autho「ized Signatu「e (Requi「ed)
2 0__壬生_
resl。器量∴Sh Nota騨寧豊年 ̄ ̄ ̄
AGENDA ITEM #6. i)