Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Agreement aAGREEMENT 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 Workconsisting 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 inExhibitAor 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 Workisperformed, the Consultant shall submit a voucher or invoice in aform
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
CAG-25-027
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 Citymay 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 Cityafter 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
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
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
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 Workprovided
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
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
controloccur, 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.
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.
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.
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.
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
2/5/2025
Approved by Alex Tuttle via email 1/7/2025
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
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 -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
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
2
Maintenance Dredging and Sediment Sam cope of Work
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 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.
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:
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
3
Maintenance Dredging and Sediment Sam cope of Work
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
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
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
4
Maintenance Dredging and Sediment Sam cope of Work
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 boiler 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 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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
5
Maintenance Dredging and Sediment Sam cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
6
Maintenance Dredging and Sediment Sam cope of Work
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 3
rd 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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
7
Maintenance Dredging and Sediment Sam cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
8
Maintenance Dredging and Sediment Sam cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
9
Maintenance Dredging and Sediment Sam cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
10
Maintenance Dredging and Sediment Sam cope of Work
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 vessel 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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
11
Maintenance Dredging and Sediment Sam cope of Work
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
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
12
Maintenance Dredging and Sediment Sam cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
13
Maintenance Dredging and Sediment Sam cope of Work
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.
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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
14
Maintenance Dredging and Sediment Sam cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Maintenance Dredging and Sediment Sampling Scope of Work
15
Maintenance Dredging and Sediment Sam cope of Work
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.