HomeMy WebLinkAboutUtilities Committee - 21 Apr 2025 - Agenda - Pdf
CITY OF RENTON
AGENDA - Utilities Committee Meeting
3:15 PM - Monday, April 21, 2025
7th Floor Council Conference Room/Videoconference
1. WSP USA AGREEMENT FOR THE LIND AVENUE SW PROJECT
a) AB - 3800 Public Works Utility Systems Division recommends execution of Amendment
No. 1 to CAG-24-023, contract with WSP USA Inc., in the amount of $349,657, for
engineering services associated with the design of water quality treatment facilities along
the corridor of the Lind Ave SW Storm System Improvement project.
b) Presentation
2. RL ALIA AGREEMENT FOR BURNETT AND WILLIAMS STORM SYSTEM
IMPROVEMENT PROJECT
a) AB - 3801 Public Works Utility Systems Division recommends execution of Change Order
No. 1 to CAG-24-098, contractor R.L. Alia Company, in the amount of $270,425, for
additional quantities and one new item for pavement restoration and trench backfill on
the Burnett Ave S and Williams Ave S Storm System Improvement project.
b) Presentation
3. EMERGING ISSUES IN UTILITIES
If you would like to attend this week's meeting remotely, you can do so by going to
https://us02web.zoom.us/j/83091818834?pwd=THk4aTBVc2piMFhNRmxFTm03UEY1QT09
Zoom Meeting ID: 830 9181 8834, Passcode: 009336
You can call through Zoom at (253) 215-8782 and use the Meeting ID.
AB - 3800
City Council Regular Meeting - 14 Apr 2025
SUBJECT/TITLE: Amendment 1 to CAG-24-023 with WSP USA Inc. for the Lind Ave SW
Storm System Improvement Project
RECOMMENDED ACTION: Refer to Utilities Committee
DEPARTMENT: Public Works Utility Systems Division
STAFF CONTACT: Troy Solly, Surface Water Civil Engineer III
EXT.: 7313
FISCAL IMPACT SUMMARY:
Amendment No. 1 to CAG-24-023 with WSP USA Inc. increases the total amount of this agreement by
$349,657, from $549,954 to $899,611. Services provided under this amendment are associated with the
design of water quality treatment facilities. This work is funded by a Water Quality grant from the
Department of Ecology (CAG-24-261) in the amount of $297,500 approved by Council on December 9, 2024.
Additionally, the proposed 2025 Carry Forward/Q1 Adjusted Surface Water Utility Capital Improvement
Program budget for this project (427.475523.015.594.31.63.000) is $1,161,463.31, includes sufficient funding
to cover the city’s matching requirement.
SUMMARY OF ACTION:
The Lind Ave SW Storm System Improvement project was initiated to reduce flood risk along SW 43rd Streetby
designing and constructing a new 48-inch trunk line storm system along Lind Ave SW and SW 39th St that
would discharge to Springbrook Creek. Under existing conditions, untreated stormwater runoff from Lind Ave
SW and SW 39th St is discharged directly into Springbrook Creek. At the discharge point for this project,
Springbrook Creek is categorized by the Washington State Department of Ecology to be impaired across
multiple water quality indicators. The Lind Ave SW Storm System Improvement project provides an
opportunity to add runoff treatment retrofits to reduce pollutant discharge to Springbrook Creek. PW/Surface
Water Engineering secured a grant (CAG-24-261) from the Department of Ecology thatfully covers the design
of water quality treatment facilities. With this grant, the scope of this project expanded from a drainage
improvement project to a multi-benefit project that would providetreatment for stormwater runoff along Lind
Ave SW from SW 43rd St to SW 39th St and along SW 39th St from Lind Ave SW to Springbrook Creek.
Treatment facilities installed along the project corridor would discharge to the proposed 48-inch pipe.The
treated area consists of approximately 6 acres, with roughly 4 acres of pollution generating impervious
surface. The drainage subbasin is zoned as mixed commercial arterial, commercial office, industrial light, and
industrial medium. Roads within the project area have sidewalks, planter strips, and curb and gutter, but have
no stormwater runoff treatment facilities.
The existing agreement with WSP USA, Inc. covers the design of the conveyance improvements up to30%.This
amendmentadds engineering services associated with the design ofwater quality treatment facilities covered
by the Ecology grant. These servicesinclude preliminary (30%) design to identify the types, sizes, and locations
of the stormwater quality retrofits, 60% and 100% design, as well as datacollection, reporting, and modeling
work required to deliver these submittals. The design of water quality treatment facilities on this project will
be evolved in tandem with the drainage improvements design. A future amendment associated with the
AGENDA ITEM #1. a)
engineering services required for final design of the drainage improvements is anticipated in the fourth
quarter of 2025. The addition of the water quality treatment design work will not impact the overall project
schedule for construction, which is planned to start in 2027.
EXHIBITS:
A. Site Map
B. Amendment No. 1
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute Amendment No. 1 to CAG-24-023 withWSP USA Inc.in the
amount of$349,657for engineering services associated with the design of water quality treatment facilities
along the corridor oftheLind Ave SW Storm System Improvement Project.
AGENDA ITEM #1. a)
9,028
752
This map is a user generated static output from an Internet mapping site and
is for reference only. Data layers that appear on this map may or may not be
accurate, current, or otherwise reliable.
None
5/23/2023
Legend
5120256
THIS MAP IS NOT TO BE USED FOR NAVIGATION
Feet
Notes
512
WGS_1984_Web_Mercator_Auxiliary_Sphere
Information Technology - GIS
RentonMapSupport@Rentonwa.gov
Pump Station
Public Pump Station
Private Pump Station
Discharge Point
Public Discharge Point
Private Discharge Point
Pipe
Public Pipe
Private Pipe
Public Culvert
Private Culvert
Public Roofdrain
Private Roofdrain
Open Drains
Facility Outline
Facility Transfer
Inactive Pipe
Inactive Discharge Point
City and County Labels
Parcels
City and County Boundary
<all other values>
Renton
Streets
Parks
Waterbodies
NN
PROJECT AREA
PROJECT
OUTFALL
SP
R
I
N
G
B
R
O
O
K
C
R
E
E
K
Exhibit A - Site Map
Lind Ave SW Storm System Improvement Project
TREATEMENT BMPS TO
BE LOCATED WITHIN ROW
DIRECTION
FLOW, TYP.
AGENDA ITEM #1. a)
AMENDMENT NO. 1 TO AGREEMENT FOR LIND AVE SW STORM
SYSTEM IMPROVEMENT PROJECT
THIS AMENDMENT, dated for reference purposes only as March 21, 2025, is by and between
the City of Renton (the “City”), a Washington municipal corporation, and WSP USA Inc.
(“Consultant”), A New York corporation. The City and the Consultant are referred to collectively
in this Amendment as the “Parties.” Once fully executed by the Parties, this Amendment is
effective as of the last date signed by both parties.
Whereas, the City engaged the services of the Consultant under Agreement CAG-24-023, dated
November 29, 2023, to provide necessary services for the Lind Ave SW Storm System
Improvement Project (referred to herein as the “Agreement”);
Whereas, the Parties wish to amend the Agreement to change the scope of work, change the
time for performance, and change the compensation in order to design water quality treatment
retrofits.
NOW THEREFORE, It is mutually agreed upon that CAG-24-023 is amended as follows:
1. Scope of Work: Section 1, Scope of Work, is amended to add work as specified in Exhibit
A-1, which is attached and incorporated herein.
2. Time of Performance: Section 3, Time of Performance, is amended pursuant to the
schedule(s) set forth in Exhibit B-1. All Work shall be performed by no later than June 30,
2026.
3. Compensation: Section 4, Compensation, is amended so that the maximum amount of
compensation payable to Consultant is increased by $349,657 from $549,954 to
$899,611, plus any applicable state and local sales taxes. The additional compensation
shall be paid based upon Work actually performed according to the rate(s) or amounts
specified in Exhibit C-1,which is attached and incorporated herein.
4. All terms of the Agreement not explicitly modified herein shall remain in full force and
effect and such terms shall apply to Work performed according to this Amendment as if
fully set forth herein.
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Amendment as of the date
last signed by the Parties below.
AGENDA ITEM #1. a)
PAGE 2 OF 2
CITY OF RENTON
By:_____________________________
CONSULTANT
By:____________________________
Armondo Pavone
Mayor, City of Renton
Ginette Lalonde
Senior Director, Seattle Water
_____________________________
Date
_____________________________
Date
Attest
_____________________________
Jason A. Seth
City Clerk
Approved as to Legal Form
By: __________________________
Cheryl Beyer
Renton City Attorney
Contract Template Updated 06/17/2021
AGENDA ITEM #1. a)
Exhibit A-1
City of Renton
Lind Ave SW Storm Improvement Project
Water Quality Retrofit Scope of Work - Final
03-13-25
Introduction
The purpose of this scope of work is to provide design engineering services in support of stormwater
quality retrofits along Lind Ave S, between SW 43rd Street and SW 39th Street, and SW 39th Street
between Lind Avenue S and its westerly terminus (cul-de-sac). The limits of the stormwater quality
retrofit potion of the project coincide with proposed stormwater conveyance improvements. The
engineering design work includes preliminary design (approximately 30%) to identify the types, sizes, and
locations of the stormwater quality retrofits as well as any other data necessary for final design and plans
preparation. A Draft Design Report for the stormwater quality retrofits will coincide with the submittal of the
conveyance project Final Design Memorandum completed as part of the stormwater conveyance portion
of the project. Additional stormwater quality submittals, including 60% through 100% design, will generally
coincide with the stormwater conveyance project submittals .
The following tasks beginning at Task 50 (Task no. 50 was selected to allow for future task to be added
sequentially to the existing conveyance contract) will be added to the contract for the design of
stormwater quality retrofits. Where task match up with the Ecology Grant Agreement, the grant agreement
task number is included as reference.
Task 50 – WQ Retrofit Administration, Meetings, and Quality Assurance
The City of Renton (City) received a water quality retrofit grant from the Washington State Department of
Ecology (Ecology) to provide enhanced treatment along the project corridor. This task includes setting up
a work plan, preparing an amendment with the City for this supplement work, tracking the work under this
task separately in terms of costs and efforts (as subtasks within the original contract). This task includes:
• Monthly progress reporting on WQ Retrofit activities and costs. Costs will be tracked and
summarized separately from the Conveyance project. These costs will be tracked as part of
ECY Task 3.
• Miscellaneous coordination with the City using email and telephone conversations. Most
coordination is assumed to be completed by monthly 30-minute status calls.
• Development of Work Plan for project including scope, budget, assignments, and deliverables.
• Updating a project schedule to reflect the WQ Retrofit integrated with the Conveyance project.
• Quality assurance and tracking of quality control of project deliverables.
Task 50 - Assumptions
• The project duration is anticipated to be from approximately December 2024 through June 2026.
If the project schedule is extended, it could result in additional project management effort.
• All coordination with Ecology will be through the City (applies to all tasks).
Task 50 - Deliverables
AGENDA ITEM #1. a)
• Project correspondence as needed.
• Monthly Progress Reports.
• Up to twenty 30 minute monthly status calls
Task 51 – SEPA Checklist (ECY Task 2.3 and 2.4)
Consultant will prepare a Draft and Final SEPA checklist using the standard form from the Department of
Ecology. The SEPA Checklist will cover both the water quality retrofit project and the storm conveyance
project. Consultant will assist City is responding to any comments received.
Task 51 - Assumptions
• The CITY will complete the Cultural Resources Review Form and the Inadvertent
Discovery Plan (ECY Tasks 2.1 and 2.1)
• The City will be the SEPA lead agency.
• CONSULTANT will not complete Part 4 – Supplemental Sheet for Non-Project Proposals
of the standard form as it is only used for non-project actions.
• No new environmental field investigations are included in this task.
• Information provided on the SEPA checklist will be based on publicly available
information and Critical Areas Assessment completed for the storm conveyance project.
• For SEPA checklist, it is assumed the Storm Conveyance Project and Water Quality
Retrofit project are combined.
• Project activities are expected to result in the issuance of a Determination of Non -
significance (DNS).
• Public notifications will be coordinated by the CITY
• This work will proceed with other permitting task completed as part of the storm
conveyance task.
• The City will make the final SEPA determination (no work by WSP)
Task 51 - Deliverables
- Draft SEPA checklist (for City and Ecology review only)
- Final SEPA checklist
Task 52 – Preliminary Design for Water Quality Retrofit (ECY Task 3.2)
The City received a water quality retrofit grant to provide enhance d treatment along the project corridor
where conveyance improvements are proposed (currently planned from the intersection of SW 43rd St and
Lind Ave SW, north along Lind Ave SW to SW 39th Street and then west along SW 39th Street to outfall at
Springbrook Creek). This alignment is preliminary and may be subject to change. This task will include
the development of a Water Quality Retrofit Design Report for review by the City and Ecology. The report
will include the following elements:
- Review and identify potential locations for treatment BMPs and assess their feasibility (e.g., BMPs
to be likely located around existing inlets and will need to consider available space (within ROW),
sidewalk restoration, potential ADA compliance, maintenance access, and utility conflicts). This
work will also include inlet spacing analysis calculations to ensure that when the new treatment
units are located, they will meet City standards.
- Review and selection of type of treatment BMP system (e.g., consider most appropriate BMP
systems (with target of enhanced treatment for metals having Ecology’s GULD) such as modular
wetland, Filterra, EcoStorm Plus, BioPod or other City requested treatment type BMPs).
Depending on the individual site constraints, different type BMP systems may be recommended for
AGENDA ITEM #1. a)
different locations. Treatment options will be evaluated based on factors such as existing
infrastructure, landscape integration, utility conflicts, spatial constraints, cost, and maintenance
requirements.
- Identification of potential utility conflicts and need for additional potholing. The existing survey
base map will be the basis for the stormwater quality pre-design. Additional survey needs, including
potholing, will also be identified as part of the pre-design work. Consultant will assess whether
planned potholes for the proposed trunkline can also be used to provide data for WQ treatment
BMPs. Any potholes required will be completed under the Task 54 Allowance Supplemental
Surveying and Potholing.
- Preliminary sizing that includes a simple hydrologic model (using WWHM or MGSFlood software)
to estimate water quality treatment and bypass flow rates. Sizing and analysis will follow sizing
requirements as set forth in the 2019 Surface Water Management Manual for Western Washington
(2019 SWMMM) to provide enhanced treatment of the individual catchment areas.
- Sizing of the treatment units.
- Preliminary plan and profile for each proposed BMP.
- Assessing roadway restoration that may be required (e.g., sidewalk reconstruction, ADA
compliance, curb replacement, landscape restoration/irrigation, pipe installation for downstream
connection, and utility conflicts).
- Estimating the construction cost of the water quality retrofits.
Task 52 - Deliverables
• City Draft Preliminary Water Quality Retrofit Design Report (PDF and Word)
• Ecology Draft Preliminary Water Quality Retrofit Design Report (PDF and Word) – Including
properly calculated preliminary equivalent new/re-development area.
• Preliminary project GIS shapefile of planned areas that would receive treatment (in Ecology
requested format)
Task 52 - Assumptions
• Any survey or potholes required will be done under the Allowance Task.
• Consultant will attempt to collect and treat as much roadway area as possible along the alignment
recognizing that some areas will not be feasible.
• City prefers stormwater BMP types that do not require vegetation maintenance.
• City to provide input on policy for replacing ramps when needed to meet ADA compliance.
• The Final Water Quality Retrofit Design Report will be completed at the 90% design submittal.
• All deliverables to be submitted to ECY need to meet requirements outlined in ECY’s Stormwater
Deliverables Guidance document
Task 53 – Response to Ecology Design Report Comments (ECY Task 3.3)
Consultant will prepare responses to Ecology’s comments on the draft report. Draft responses will
be prepared for City review. City comments will be incorporated into a flnal set of comment
responses.
Task 53 - Deliverables
• Draft Responses to Ecology Comments on Draft Report for City Review
• Responses to Ecology Comments for submittal to Ecology
AGENDA ITEM #1. a)
Task 54 - Allowance for Supplemental Surveying and Potholing (ECY Task 3)
This task includes an allowance for supplemental potholes that are needed to identify potential
utility confiicts. An allowance of $20,000 is included in this task to cover potholing and associated
traffic control and restoration.
Task 55 - 60% Plans, Specifications and Estimate (for City Review) (ECY Task 3)
The Consultant will prepare a 60% design submittal for review. The 60% submittal shall include
drawings, technical speciflcations, and a construction cost estimate. The water quality elements
will be designated as a separate bid schedule from the storm conveyance project. The basis for the
technical speciflcations will be the 2025 Standard Speciflcations prepared by the Washington State
Department of Transportation and the American Public Works Association (Standard
Speciflcations). The Consultant will write sections of the technical speciflcations for items not
included in the Standard Speciflcations. The Consultant will also prepare the bid table.
It is anticipated that seventeen (17) drawings will be sufficient to adequately describe the work. The
engineering fee estimate is based on the following drawing list:
- Plan Sheets – 8
- Proflle Sheets – 3
- Detail Sheets – 3
- Structure Summary Table Sheet - 1
- ADA Ramp Improvement Detail Sheets - 4
Task 55 - Deliverables
• 60% Plan Set
• 60% Special Provisions
• 60% Cost Estimate and Bid Schedule
Task 55 - Assumptions
• Drawing list is preliminary and may be revised based on recommended improvements during the
work of Task 52. It is assumed that private utilities will be responsible for relocating their facilities
(unless the City decides it’s important to work around the utility) and that the contractor will need to
coordinate with these utilities.
• It is assumed the City will send the 60% plans to affected private utilities with request for relocation
planning. It is assumed that the City will take the lead in coordinating the effort with the utility
companies.
• The City will be responsible for printing and reproduction, if any needed.
• The City will perform any coordination required with property owners.
• Construction and permanent easements, if needed, shall be prepared and obtained by the City.
• It is assumed that the traffic control plans for individual retrofit BMPs will not be needed and that
the overall traffic control plan for the storm trunk line can be annotated with notes and specifications
to describe supplemental traffic control for BMP unit construction.
• A specific dewatering plan will not be included. Criteria for dewatering will be provided in the
specifications based upon the geotechnical report. The Contractor will be responsible for
developing a detailed dewatering plan.
• No temporary or permanent irrigation is assumed to be needed.
AGENDA ITEM #1. a)
• Roadway pavement marking restoration will be specified to match existing. It is assumed design
of pavement restoration marking is not required.
• The design budget assumes up to a total of four (4) new ADA ramps will be required where
intersection quadrants are disturbed (e.g., where curb/gutter and sidewalks are disturbed with new
catch basins in an intersection quadrant for the water quality retro fit). It is assumed that no work
associated with electrical signals/push button pedestals, (e.g., crosswalk signal, power for lighting,
or grading (beyond replaced sidewalk panels and new ramp) will be required.
Task 56 - 90% Plans, Specifications and Estimate (for City and Ecology Review) (ECY Task 3)
The City will provide written comments to the Consultant on the 60% design submittal. It is
assumed that the City comments will be combined on one set of plans and speciflcations and that
confiicting comments between City departments will be resolved. In addition, the City will provide
the City-prepared portion front end of the Contract Documents and recent speciflcation examples
for review by the Consultant. The Consultant will address the comments and submit 90% Plans,
Speciflcations and Cost Estimate (for City and Ecology review).
Task 56- Deliverables
• 90% Plan Set
• 90% Project Manual (PDF and Word)
• 90% Cost Estimate and Bid Schedule
Task 56 - Assumptions
• See Task 55 Assumptions
Task 57 - Utility Relocation Plans (optional) (ECY Task 3)
This is an optional task and must be requested by the City in advance for its use. This task include
effort to design utility relocations including water, sewer, individual services which may be need for
the proposed improvements. This task includes an allowance of 120 hours and includes the effort
during 90% and Bid Set deliverables.
Task 58 - Final Pre-Design Report (ECY Task 3)
Consultant will flnalize the predesign report to incorporate changes from addressing the 60%
review comments and to refiect the new 90% Design.
Task 58 - Deliverables
• Final Design Report
Task 58 - Assumptions
• See Task 55 Assumptions
Task 59 - Responses to Ecology 90% Review Comments (ECY Task 3.6)
This task includes preparing responses to Ecology comments on the 90% PS&E submittal. It does
not include updating the drawings. Draft responses will be prepared for City review. Final
responses will be prepared that incorporate City comments.
Task 59 - Deliverables
• Responses to Ecology 90% Comments for City Review
• Responses to Ecology 90% Comments for Ecology Review
AGENDA ITEM #1. a)
Task 59 - Assumptions
• See Task 55 Assumptions
Task 60 - Preliminary Equivalent New/Redevelopment Area Determination and Shapefile (ECY
Task 3.8)
This task includes summarizing the areas (in acres) to receive treatment as well as providing the
City/Ecology with GIS shapeflles of the areas to be treated.
Task 60 - Deliverables
• Summary and GIS shapefiles of areas to receive treatment.
Task 61 – Bid Set Plans, Specifications, and Estimate (ECY Task 3)
The City will provide written comments to the Consultant on the 90% design submittal and review
Consultant’s response to Ecology 90% review. It is assumed that the City comments will be
combined on one set of plans and speciflcations. The Consultant will address the comments and
submit Final (bid ready) Plans, Speciflcations and Cost Estimate.
Task 61 - Deliverables
• Final Bid Set Plans, Project Manual and Cost Estimate based on Ecology and City Review of
90% Set Plans. Final deliverables to be sealed.
Task 61 - Assumptions
• See Task 55 Assumptions
AGENDA ITEM #1. a)
City of Renton
SW 43rd St and Lind Ave SW Storm System Improvement Project
Water Quality Grant Work Schedule - Dated 3-13-25
Preliminary Schedule (not may be adjusted to coinside with storm trunk line final design)
Task April May June July August Sept Oct.Nov.Dec.Jan.March April May June
50 - Project Management
51 - SEPA Checklist
52 - Pre. Design Report
City/Ecology Review
53 - Rev. Response
54 - Survey Allowance
55 - 60% PS&E
City/Ecology Review
56 - 90% PS&E
City/Ecology Review
57 - Utility Relocation
58 - Final Des. Report
City/Ecology Review
59 - Rev. Response
60 - Retrofit Area
61 - Bid Set PS&E
w
2025 2026
Exhibit B-1
AG
E
N
D
A
I
T
E
M
#
1
.
a
)
Client Name:City of Renton
Project Name:Renton Lind Ave SW WQ Retrofit
Date:3/13/2025
Firm Name/Role Total Hours Rate Total Labor
50 - Project
Management
51 - SEPA
Checklist
52 - Pre.
Design Report
53 - Rev.
Response
54 - Survey
Allowance 55 - 60% PS&E 56 - 90% PS&E
57 - Utility
Relocation
58 - Final Des.
Report
59 - Rev.
Response
60 - Retrofit
Area
61 - Bid Set
PS&E
WSP Mike Giseburt 137 272.49$ 37,331.02$ 48 2 30 4 2 19 15 4 - 2 - 11
WSP James Ellis 158 233.20$ 36,845.54$ 17 4 40 2 4 28 28 8 8 4 2 14
WSP Kade Burns 374 190.34$ 71,185.38$ - - 120 12 8 77 67 16 16 16 - 42
WSP Casey Urban 768 150.83$ 115,838.27$ - - 232 - - 192 172 50 16 8 6 92
WSP Dan Roscoe 8 231.85$ 1,854.78$ - 8 - - - - - - - - - -
WSP Brandon Stimac - -$ -$ - - - - - - - - - - - -
WSP Sharie Wong 38 105.93$ 3,972.27$ 38 - - - - - - - - - - -
WSP Nora Bretana 24 132.32$ 3,175.71$ - 4 8 - - - 8 - 4 - - -
WSP Michele Parvey - -$ -$ - - - - - - - - - - - -
WSP Blake Knobbe 72 123.81$ 8,914.30$ - 72 - - - - - - - - - -
WSP Miranda Hagadorn - -$ -$ - - - - - - - - - - - -
WSP Megan McIntyre - -$ -$ - - - - - - - - - - - -
WSP Danny De La Cruz 184 171.05$ 31,473.45$ - 8 8 - - 50 50 42 - - - 25
WSP 0 - -$ -$ - - - - - - - - - - - -
WSP 0 - - - - - - - - - - - -
WSP Subtotal 1,828.5 329,544.89$ 115 98 444 20 14 382 352 120 48 32 8 195
1,829 115 98 444 20 14 382 352 120 48 32 8 195
329,544.89$ 24,462.36$ 14,144.55$ 79,485.79$ 4,414.75$ 3,000.46$ 68,537.49$ 62,437.39$ 20,726.63$ 9,002.28$ 6,304.16$ 1,371.39$ 35,657.65$
SUBS - BY TOTAL AMOUNT
Total
1-Alliance 20,000.00$
-$
-$
-$
Total Subs 20,000.00$
Total
Mileage 112.00$
0 -$
112.00$
349,657$
Other Direct Costs
Total Other Direct Costs
TOTAL PRICE
EXPENSES - SUMMARY - WSP ONLY
Total Labor Revenue
Subs
LABOR - WSP by Task
Total Labor Hours
Exhibit C-1
AG
E
N
D
A
I
T
E
M
#
1
.
a
)
Amendment No. 1 with WSP USA, Inc for
Water Quality Design for the Lind Ave SW
Storm System Improvement Project
Troy Solly, Surface Water Engineer
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
Lind Avenue SW Conveyance and Water Quality
Retrofit Project Background
•Location:
➢Lind Ave SW between SW 43rd St and SW 39th St
➢SW 39th Street between Lind Ave SW and Springbrook Creek
•Objectives:
➢Address reoccurring flooding issue and reduce flood risk
along SW 43rd St.
➢Improve stormwater conveyance and drainage along SW 43rd
St and Lind Ave SW.
➢Improve water quality of stormwater runoff from Lind Ave SW
and SW 39th St right-of-way.
•Current Status:
➢Professional Services Agreement with WSP USA Inc, for Phase 1
design and engineering was executed in February 2024 in the
amount of $549,954 to complete 30% design of the conveyance
storm system in June 2025.
Vicinity Map
SW 39th St
Li
n
d
A
v
e
S
W
SW 43rd St Flooding
Location
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
Amendment No. 1 for
Design of Water Quality BMPs
•Scope:
➢Includes modeling, sizing, analysis, and design of water
quality treatment BMPs within project corridor through
final design.
➢Water quality treatment BMPs to be designed
concurrently with conveyance improvements.
•Amendment Amount:
➢$349,657
•Surface Water Utility CIP budget:
➢$936,463.31 – Remaining from 2024
➢Water Quality BMP design funded by DOE Water Quality
Combined Financial Assistance Agreement No. WQC-
2025-Renton-00120 ($297,500) and required city
matching funds ($52,500)totaling $350,000
•Planning Level Estimated Costs:
➢Conveyance Design (Phase 1 + Phase 2) = $1,224,000
➢Water Quality Design = $350,000
Springbrook Creek March 2023 looking North near SW 39th St Outfall
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
What will the treatment facilities look like?
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
Recommendation to Committee
Staff Recommendation
Authorize the Mayor and City Clerk to execute the
Amendment No. 1 CAG-24-023 with WSP USA, Inc. in the
amount of $349,657 for engineering services associated
with the design of water quality treatment facilities along
the corridor of the Lind Ave SW Storm System
Improvement Project .
Fiscal Impact
Amendment No. 1 = $349,657
Increases the total for this agreement from
$549,954 to $899,611.
Sufficient unencumbered funding is available in the
proposed 2025 Carry Forward/Q1 Adjusted Surface
Water Utility Capital Improvement Program budget for
this project (427.475523) of $1,161,463.31
Amendment No. 1 will be fully funded by DOE Water
Quality Combined Financial Assistance Agreement No.
WQC-2025-Renton-00120 and required city matching
funds totaling $350,000
AG
E
N
D
A
I
T
E
M
#
1
.
b
)
AB - 3801
City Council Regular Meeting - 14 Apr 2025
SUBJECT/TITLE: Change Order No. 1 with R.L. Alia Company for the Burnett Ave S and
Williams Ave S Storm System Improvement Project
RECOMMENDED ACTION: Refer to Utilities Committee
DEPARTMENT: Public Works Utility Systems Division
STAFF CONTACT: Troy Solly, Surface Water Civil Engineer III
EXT.: 7313
FISCAL IMPACT SUMMARY:
Funding for Change Order No. 1 to CAG-24-098 with R.L. Alia Company in the amount of $270,425.00 is
available in the approved Surface Water Utility Capital Improvement Program budget for the Burnett Ave S
and Williams Ave S Storm System Improvement Project
(427.475517.015.594.31.63.000).
2025 Q1 Adjusted Budget - $2,689,687
YTD expenditures thru March 1, 2025 - $479,894
Remaining amount owed on existing contracts - $863,351
Change Order #1 Amount - $270,425
Remaining Budget if change order 1 is authorized - $1,076,017
SUMMARY OF ACTION:
Construction of the Burnett Ave S and Williams Ave S Storm System Improvement Project began in October
2024. This project improves stormwater drainage and storm water quality through the installation of
approximately 2,650 feet of new storm pipe, 49 structures, and two stormwater quality treatment units.
Following trenching and storm system installation on Williams Ave S between the Cedar River and the
intersection with Tobin Ave S, the project team determined that restoring pavement in that portion of the
project through asphalt overlay will not be feasible. The right-of-way in this area contains a dense network of
underground utilities whose installation over the years has resulted in multiple trench patches and a
poor/uneven road surface. If the contractor were requested to restore pavement through grind and overlay, it
would result in the same substandard pavement depth and uneven road surface that would not meet current
city street restoration standards. Surface Water Engineering determined that a full depth road replacement in
this area is needed to achieve a road surface and pavement depth that meets current city standards, with a
higher quality and more durable (i.e. sustainable) product compared to the original plan. This deviation from
the original pavement restoration approach requires executing Change Order 1 to increase the Hot-Mix
Asphalt (HMA) and Crushed Surface Top Course (CSTC) quantities. Change Order 1 adds a new bid item to pay
forfull depth road excavation on Williams Ave S from the intersection with S Tobin S to roughly the Williams
AGENDA ITEM #2. a)
Ave S bridge over the Cedar Riverat a cost of$119,925.Additionally, Change Order 1 increases the quantity of
trench backfill associated with storm system installation work on the entire project. This quantity was
miscalculated by the consultant team and the maximum has already been reached, with substantial storm
system installation work remaining. The cost associated with theincrease in material quantitiesis $150,500.The
following is a breakdown of the costs of the additional work reflected in Change Order No. 1 which amount to
$270,425.
Bid Items – Schedule B Surface Water
Increase quantity for select borrow for trench
backfill. This increase is needed to account for
backfill around structures as described in the
bid item(s) for structures and required to
complete the work. Unit price per original
contract.
B10 $150,500.00
Increase quantity for crushed surfacing top
course (CSTC) related to placement of 6” of
CSTC for full depth road replacement on
Williams Ave S. Unit price per original contract.
B11 $22,400.00
Increase quantity for HMA for Trench Patch, CL
1/2" PG 58-22 related to placement of 6" of
HMA for full depth road replacement on
Williams Ave S. Unit price per original contract.
B12 $61,975.00
Increase quantity for HMA for Overlay, CL 1/2"
PG 58-22 related to placement of final 2" of
HMA for full road depth replacement on
Williams Ave S.Unit Price per original contract.
B13 $3,000.00
New Item. All labor, material, and equipment
associated with demolishing and removing
existing road surface, and excavation up to 14"
deep in preparation for full depth road
replacement on Williams Ave S. Unit price per
original contract.
B46 $32,550.00
Total cost of Change Order No. 1
(No Sales Tax Schedule B) $270,425.00
EXHIBITS:
A. Change Order No.1
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute Change Order No.1with R.L. Alia Companyin the amount
of$270,425for additional quantities and one new bid item related to pavement restoration and trench
backfillon theBurnett Ave S and Williams Ave S Storm System Improvement Project.
AGENDA ITEM #2. a)
C.O.#1
SUMMARY OF PROPOSED CHANGE:
BID
ITEM
NO.
Unit Type Est. Qty.Unit Price Total Amount
B10 Ton 2,150 $70.00 $150,500.00
B11 Ton 320 $70.00 $22,400.00
B12 Ton 335 $185.00 $61,975.00
B13 Ton 20 $150.00 $3,000.00
B46 SY 930 $35.00 $32,550.00
Sub Total (Schedule B - Surface Water)
No Sales Tax Schedule B
CITY OF RENTON
Additional Quantities Under This Change Order Description
Public Works Department
CONTRACT CHANGE ORDER AGREEMENT
CONTRACT CAG#:
CONTRACTOR:
CAG-24-098
R.L. Alia Company
Provide all labor, equipment, subcontracting, bonding, insurance for the complete work required for the
extra work as outlined below:
PROJECT NAME:
Total
INCREASE QUANTITY:
Select Borrow for Trench Backfill to account for backfill around
structures as described in the bid item(s) for structures.
$270,425.00
$0.00
$270,425.00
INCREASE QUANTITY:
Crushed Surfacing Top Course related to full depth road
replacement on Williams Ave S.
All labor, material, and equipment associated with demolishing
and removing existing road surface, and excavation up to 14"
deep in preparation for full depth road replacement on Williams
Ave S.
INCREASE QUANTITY:
HMA for Overlay, CL 1/2" PG 58-22 related to placement of final
2" of HMA for full road depth replacement on Williams Ave S.
NEW ITEM:
Burnett Ave S and Williams Ave S Storm System Improvemet Project
INCREASE QUANTITY:
HMA for Trench Patch, CL 1/2" PG 58-22 related to placement of
6" of HMA for full depth road replacement on Williams Ave S.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-4088 Burnett & Williams Ave S\1600 Construction\1606-Change Orders\CO #1\SupDocs\CO #1_CAG-24-098
1 of 2
AGENDA ITEM #2. a)
APPROVAL SIGNATURES:
Approved By: Date:
Approved By: Date:
Approved By: Date:
Approved By: Date:
Ronald Straka, Utility Systems Director
Approved By: Date:
Martin Pastucha, PW Administrator
Approved By: Date:
Cheryl Beyer, Renton City Attorney
Approved By: Date:
Armondo Pavone, Mayor
Attest: Date:
Jason Seth, City Clerk
$2,659,248.64
ESTIMATED NET
CHANGE THIS
$270,425.00
Joe Farah, Surface Water Utility Manager
$2,659,248.64
ESTIMATED CONTRACT TOTAL AFTER
CHANGE
Troy Solly, Project Manager
R.L. Alia Company, Title
CURRENT CONTRACT
AMOUNT
ORIGINAL CONTRACT
AMOUNT
$2,929,673.64
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-4088 Burnett & Williams Ave S\1600 Construction\1606-Change Orders\CO #1\SupDocs\CO #1_CAG-24-098
2 of 2
AGENDA ITEM #2. a)
Change Order No. 1 with R.L. Alia Company
for the Burnett Ave S and Williams Ave S Storm
System Improvement Project
Utilities Committee April 21, 2025
Troy Solly, Surface Water Engineer
AG
E
N
D
A
I
T
E
M
#
2
.
b
)
Burnett Ave S and Williams Ave S Storm
System Improvement Project Background
•Location:
Burnett Ave S and Williams Ave S from S 2nd St to the Cedar River
S Tobin St between Burnett Ave S and Williams Ave S
•Objectives:
Installation of water quality treatment facilities and replacement of undersized
and aging stormwater and wastewater infrastructure to:
Address flooding issue and reduce flood risk,
Improve stormwater conveyance and drainage,
Improve water quality of stormwater runoff entering the Cedar River,
Maintain and improve wastewater service to residents & businesses.
•Current Status:
Construction in progress, started in October of 2024, on schedule for
completion in May 2025.
As of April 15th, all stormwater and wastewater improvements have been
installed, and contractor is working on items for final restoration.
Vicinity Map
AG
E
N
D
A
I
T
E
M
#
2
.
b
)
Change Order No. 1
•Scope:
Full depth road replacement on Williams Ave S from the intersection
with S Tobin S to roughly the Williams Ave S bridge over the Cedar River
New bid item for demolishing and removing existing roadway
Increase in quantity of exiting bid items for full depth road
replacement (crushed surfacing top course, HMA for trench patch,
HMA for overlay)
Increase quantity for select borrow for trench backfill bid item to
account for backfill around structures as described in the bid item(s)
for structures and required to complete the work.
•Change Order No. 1 Amount:
$270,425.00
•Surface Water Utility CIP budget:
$2,689,687 – 2025 Q1 Adjusted Budget
$479,894 - YTD expenditures through March 1, 2025
$863,351 - Remaining amount owed on existing contracts
$1,076,017 - Remaining Budget if Change Order No. 1 is authorized
Full depth road replacement area on Williams Ave S
AG
E
N
D
A
I
T
E
M
#
2
.
b
)
Existing Road Conditions – Williams Ave S
Looking S on Williams Ave S near intersection with S Tillicum St Looking SW on Williams Ave S near intersection with S Tillicum St
AG
E
N
D
A
I
T
E
M
#
2
.
b
)
Recommendation to Committee
Staff Recommendation
Authorize the Mayor and City Clerk to execute Change Order
No. 1 with R.L. Alia Company in the amount of $270,425 for
additional quantities and one new bid item related to
pavement restoration and trench backfill on the Burnett Ave
S and Williams Ave S Storm System Improvement Project.
Fiscal Impact
Change Order No. 1 = $270,425
Increases the total for this agreement from
$2,659,249 to $2,929,674.
Sufficient unencumbered funding is available in the
proposed 2025 Carry Forward/Q1 Adjusted Surface Water
Utility Capital Improvement Program budget for this project
(427.475517) of $2,689,687.AG
E
N
D
A
I
T
E
M
#
2
.
b
)