HomeMy WebLinkAboutContractAGREEMENT 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 $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 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-25-029
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 insurethat 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
(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
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
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
2
cope of Work
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.
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
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
3
cope of Work
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
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
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
4
cope of Work
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 February 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 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:
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
5
cope of Work
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 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.
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.
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
6
cope of Work
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:
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
7
cope of Work
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 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:
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
8
cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
9
cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
10
cope of Work
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.
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.
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
11
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.
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
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
12
cope of Work
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.
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
13
cope of Work
Mott MacDonald Restricted
Appendices
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
14
cope of Work
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-
--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.
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
15
cope of Work
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,
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
16
cope of Work
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
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.
Mott MacDonald
City of Renton Seaplane Base Ramp Replacement Scope of Work
17
cope of Work
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
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.