HomeMy WebLinkAboutFinal Agenda Packet
CITY OF RENTON
AGENDA - City Council Regular Meeting
7:00 PM - Monday, May 12, 2025
Council Chambers, 7th Floor, City Hall – 1055 S. Grady Way
Please note that this regular meeting of the Renton City Council is being offered as a hybrid
meeting and can be attended in person at the Council Chambers, 7th floor of City Hall, 1055 S
Grady Way, Renton, 98057 or remotely through Zoom.
For those wishing to attend by Zoom: Please (1) click this link
https://us02web.zoom.us/j/84938072917?pwd=TUNCcnppbjNjbjNRMWpZaXk2bjJnZz09 (or
copy/paste the URL into a web browser) or (2) call-in to the Zoom meeting by dialing 253-215-
8782 and entering 849 3807 2917 Passcode 156708, or (3) call 425-430-6501 by 5 p.m. on the
day of the meeting to request an invite with a link to the meeting.
Registration for Audience Comment: Registration will be open at all times, but speakers must
register by 5 p.m. on the day of a Council meeting in order to be called upon. Anyone who
registers after 5 p.m. on the day of the Council meeting will not be called upon to speak and
will be required to re-register for the next Council meeting if they wish to speak at that next
meeting.
Request to Speak Registration Form:
o Click the link or copy/paste the following URL into your browser:
https://forms.office.com/g/bTJUj6NrEE
You may also call 425-430-6501 or email jsubia@rentonwa.gov or
cityclerk@rentonwa.gov to register. Please provide your full name, city of residence,
email address and/or phone number, and topic in your message.
A sign-in sheet is also available for those who attend in person.
Video on Demand: Please click the following link to stream Council meetings live as they
occur, or to select previously recorded meetings:
Renton Channel 21 Video on Demand
1. CALL TO ORDER AND PLEDGE OF ALLEGIANCE
2. ROLL CALL
3. PROCLAMATION
a) Asian American, Native Hawaiian and Pacific Islander Heritage Month - May 2025
4. SPECIAL PRESENTATION
a) Councilmember McIrvin - Association of Washington Cities Advanced Certificate of
Municipal Leadership
5. ADMINISTRATIVE REPORT
a) Administrative Report
6. AUDIENCE COMMENTS
All remarks must be addressed to the Council as a whole, if a response is requested
please provide your name and address, including email address, to the City Clerk to
allow for follow-up.
Speakers must sign-up prior to the Council meeting.
Each speaker is allowed three minutes.
When recognized, please state your name & city of residence for the record.
NOTICE to all participants: Pursuant to state law, RCW 42.17A.555, campaigning for or
against any ballot measure or candidate in City Hall and/or during any portion of the council
meeting, including the audience comment portion of the meeting, is PROHIBITED.
7. CONSENT AGENDA
The following items are distributed to Councilmembers in advance for study and review, and
the recommended actions will be accepted in a single motion. Any item may be removed for
further discussion if requested by a Councilmember.
a) Approval of Council Meeting minutes of May 5, 2025.
Council Concur
b) AB - 3820 Public Works Airport recommends execution of a five-year Cooperative Service
Agreement with the United States Department of Agriculture and Animal and Plant
Health Inspection Service Wildlife Service, in the total amount of $260,166.72, for wildlife
hazard mitigation services at the Airport.
Refer to Transportation (Aviation) Committee
c) AB - 3828 Public Works Maintenance Services recommends authorizing the purchase of
one Kenworth T880 Single Axle Plow Dump Truck, from Pape Kenworth Northwest, using
State of Washington Contract #03920, in the amount of $247,285.85. The funds to cover
this purchase are included in the 2025/2026 biennial budget.
Council Concur
d) AB - 3829 Public Works Transportation Systems Division reports bid opening on April 3,
2025 for CAG-25-003, Cedar Ave Sidewalk project, and recommends awarding the
contract to the lowest responsive and responsible bidder Westwater Construction Co. in
the amount of $299.995.
Council Concur
e) AB - 3819 Public Works Utility Systems Division reports bid opening on April 15, 2025, for
CAG-25-075, NE 12th St AC Water Main and Stormwater Replacement project, and
recommends awarding the contract to the lowest responsive and responsible bidder,
Raudenbush Earthworks, LLC, in the amount of $2,071,559.32.
Council Concur
8. UNFINISHED BUSINESS
Topics listed below were discussed in Council committees during the past week. Those topics
marked with an asterisk (*) may include legislation. Committee reports on any topics may be
held by the Chair if further review is necessary.
a) Finance Committee: 1) Vouchers; 2) Agreement with Pacific Security for City Center
Parking Garage Security
b) Planning and Development Committee: 1) SW 41st Street Rezone from Commercial
Office to Commercial Arterial*
9. LEGISLATION
Ordinance for first reading:
a) Ordinance No. 6159: Rezone of 101 SW 41ST ST; King County Parcel No. 3926800040
from CO to CA (See Item 8.b)
10. NEW BUSINESS
(Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more
information.)
11. ADJOURNMENT
COMMITTEE OF THE WHOLE MEETING AGENDA
(Preceding Council Meeting)
5:00 p.m. - 7th Floor - Council Chambers
Hearing assistance devices for use in the Council Chambers are available upon request to the City Clerk
CITY COUNCIL MEETINGS ARE TELEVISED LIVE ON GOVERNMENT ACCESS CHANNEL 21
To view Council Meetings online, please visit rentonwa.gov/councilmeetings
Armondo Pavone II Mayor
WHEREAS,May is the time to recognize and celebrate the role that Asian Americans,Native Hawaiians,
and Pacific Islanders have played in our shared history ever since the first Japanese people immigrated to
the United States in May 1843;and
WHEREAS,the 2025 theme,“a Legacy of Leadership and Resitience,”honors the hard work of Asian,
Hawaiian,and Pacific Islander leaders who have established a foundation for future generations to thrive,
adapt to change,and adversity;and
WHEREAS,Asian Americans,Native Hawaiians,and Pacific Islanders have demonstrated their
resilience and fortitude against discrimination and ongoing marginalization;and
WHEREAS,Renton’s Asian,Hawaiian,and Pacific Islander populations enrich our community,through
their contributions,success,and involvement within Renton’s schools,organizations,city hall,events,
and much more;and
WHEREAS,Renton is the proud home of many Asian Americans,Native Hawaiian,and Pacific Islanders
who have held leadership roles,established thriving businesses,formed organizations,and served as
mentors to Renton Residents;and
NOW THEREFORE,I,Armondo Pavone,Mayor of the City of Renton,do hereby proclaim
May,2025 to be
Asian American,Native Hawaiian and Pacific
Islander Heritage Month
in the City of Renton,and I encourage all residents to join me in this special observance.
IN WITNESS THEREOF,I have hereunto set my hand and caused the seal of the Cityof Renton to be
affixed this 1
2th day of May 2025.
PROCLAMATION
HayorArmondo Pavone
City of Renton,Washington
1055 S Grady Way,Renton,WA 98057 II rentonwa.gov
AGENDA ITEM #3. a)
Councilmember Ryan McIrvin
City of Renton
Presented: 04/11/2025
AG
E
N
D
A
I
T
E
M
#
4
.
a
)
Mayor’s Office
Memorandum
DATE: May 1, 2025
TO: James Alberson, Jr., Council President
Members of the Renton City Council
FROM: Armondo Pavone, Mayor
Ed VanValey, Chief Administrative Officer
SUBJECT: Administrative Report
• The Equity Commission will resume its regular meetings Tuesday, May 13 at
5:30 p.m. in the Renton City Hall Council Chambers. The meeting agenda
includes election of new officers and discussion about the Commission’s 2025
work plan.
• The Parks and Recreation Department is teaming up with Cascade Cycling Club to
promote cycling as a sustainable and healthy transportation option. Stop by the
Celebration Station on Bike Everywhere Day, Wednesday, May 14 between 6-10
a.m. on the Cedar River Trail at Logan Avenue North. Look for the pop-up tent will
be located at the south end of the Renton Memorial Stadium parking lot.
• The 10th Annual Renton Career Fair will be held Wednesday, May 14 and Thursday,
May 15 from 3-6 p.m. at Renton Technical College (3000 NE 4th Street; Renton).
Wednesday will feature all industries except healthcare and Thursday’s event will
focus only on careers in the healthcare field. For more information and to register
visit www.rentonwa.gov/Events-Meetings/All-City-Events-Meetings-
Calendar/Tenth-Annual-Renton-Career-Fair.
• The Renton Police Department Animal Control team is partnering with Eastside
Veterinary Associates to host the second pet adoption event Saturday, May 17
from 1-4 p.m. at Eastside Veterinary Associates (1700 NE 44th Street). All pets are
fully vaccinated, spayed/neutered, and microchipped. Adoption fees will be 50%
off ($50 for dogs and $25 for cats). Visit https://www.24petconnect.com and enter
your zip code and shelter Renton Police Department to view some of the pets
available for adoption.
• Visit the first Safety Fest sponsored by the Parks and Recreation Department,
Saturday, May 17 between 11 a.m.-2 p.m. at the Renton Community Center (1715
Maple Valley Hwy). Talk with experts, see safety demonstrations, a bike rodeo,
and enjoy food trucks. The event will offer giveaways like bike helmets, life
jackets, first aid kits, and more.
AGENDA ITEM #5. a)
James Alberson, Jr., Council President
Members of the Renton City Council
Page 2 of 2
May 7, 2025
• Help us get ready for the 2025 River Days event. We are now accepting
applications for food and bazaar vendors, parade participants, and the chalk art
competition. Visit rentonwa.gov/riverdays to submit your application now.
• Information about preventative street maintenance, traffic impact projects, and
road closures happening this week can be found at http://rentonwa.gov/traffic. All
projects are weather permitting and unless otherwise noted, streets will always
remain open.
Monday, May 12 through Friday, May 16, 8:00am-3:00pm. Intermittent lane closure
on Burnett Ave S from the Cedar River to S 2nd Street for construction work. Approved
traffic control plans were issued and will be followed. Questions may be directed to Rob
Blackburn, 206-379-1489.
Monday, May 12 through Friday, May 16, 8:00am-3:00pm. Intermittent lane closure
on Rainier Ave N between SW Victoria St and NW 3rd Pl for construction work. Approved
traffic control plans were issued for all work and will be followed. Questions may be
directed to Joe Nerlfi, 425-757-9657.
Monday, May 12 through Friday, May 16, 8:00am-3:00pm. Intermittent lane closure
on Ripley Lane N for construction work. Approved traffic control plans were issued for
all work and will be followed. Questions may be directed to Tom Main, 206-999-1833.
Monday, May 12 through Friday, May 16, 8:00am-3:00pm. Shifting lane closures both
east and west on NE Sunset Blvd between Redmond Pl NE to Union Ave NE for utility
installation and frontage improvements. Approved traffic control plans were issued for
all work and will be followed. Questions may be directed to Brad Stocco, 425-282-2373.
Monday, May 12 through Friday, May 16, 8:00am-3:00pm. Intermittent lane closure
on Williams Ave S from the Cedar River to S 2nd Street for construction work. Approved
traffic control plans were issued for all work and will be followed. Questions may be
directed to Rob Blackburn, 206-379-1489.
On-going Street Closure January 21 through May 22, 2025 (City of Renton
Resolution No. 4545). FULL STREET CLOSURE on Houser Way N between Lake
Washington Blvd N and Lowe’s Business Access Road in support of WSDOT I-405
Renton to Bellevue Widening and Express Toll Lane project. Approved traffic control
plans were issued for all work and will be followed. Questions may be directed to Justin
Johnson, 425-902-7102.
AGENDA ITEM #5. a)
May 5, 2025 REGULAR COUNCIL MEETING MINUTES
CITY OF RENTON
MINUTES - City Council Regular Meeting
7:00 PM - Monday, May 5, 2025
Council Chambers, 7th Floor, City Hall – 1055 S. Grady Way
CALL TO ORDER AND PLEDGE OF ALLEGIANCE
Mayor Pavone called the meeting of the Renton City Council to order at 7:00 PM and led the
Pledge of Allegiance.
ROLL CALL
Councilmembers Present:
James Alberson, Jr., Council President
Carmen Rivera, Council Position No. 2
Valerie O'Halloran, Council Position No. 3
Ryan McIrvin, Council Position No. 4
Ed Prince, Council Position No. 5
Ruth Pérez, Council Position No. 6
Kim-Khánh Vǎn, Council Position No. 7
Councilmembers Absent:
ADMINISTRATIVE STAFF PRESENT
Armondo Pavone, Mayor
Ed VanValey, Chief Administrative Officer
Shane Moloney, City Attorney
Jason Seth, City Clerk
Maryjane Van Cleave, Parks & Recreation Department Administrator
Melissa McCain, Deputy City Clerk
Lori Fleming, Human Services Coordinator
Commander Steve Morris, Police Department
Attended Remotely:
Kimberly Register, Chief of Staff - temp
Kari Roller, Finance Administrator
Martin Pastucha, Public Works Administrator
David Topaz, Human Resources / Risk Management Administrator
Amanda Free, Economic Development Director
Ron Straka, Public Works Utility Systems Director
AGENDA ITEM #7. a)
May 5, 2025 REGULAR COUNCIL MEETING MINUTES
PROCLAMATION
Municipal Clerks Week - May 4 - May 10, 2025: A proclamation by Mayor Pavone was read
declaring May 4 - May 10, 2025, as Municipal Clerks Week in the City of Renton, and
extending appreciation to all Municipal Clerks for the vital services they perform and their
exemplary dedication to the communities they represent. Melissa McCain, Deputy City Clerk,
accepted the proclamation with appreciation.
MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL APPROVE THE
PROCLAMATION AS PRESENTED. CARRIED.
ADMINISTRATIVE REPORT
CAO Ed VanValey reviewed a written administrative report summarizing the City’s recent
progress towards goals and work programs adopted as part of its business plan for 2025 and
beyond. Items noted were:
• The 10th Annual Renton Career Fair will be held Wednesday, May 14 and Thursday,
May 15 from 3-6 p.m. at Renton Technical College (3000 NE 4th Street; Renton).
Wednesday will feature all industries except healthcare and Thursday’s event will
focus only on careers in the healthcare field. For more information and to register
visit www.rentonwa.gov/Events-Meetings/All-City-Events-MeetingsCalendar/Tenth-
Annual-Renton-Career-Fair.
• The Organizational Development and Performance Division of the Executive Services
Department, in collaboration with ReconMR, is currently finalizing the 2025
Community Survey in preparation for distribution. Survey results provide important
feedback that advances the city’s understanding and performance metrics regarding
the residents’ and business community’s experience with city services. Results also
help advise city leaders as they assess future projects and programs desired by the
community. The survey will be available in mid-May and open for approximately one
month. Once compiled, survey results will be presented to City Council and provided
on the website. For any questions or comments please email
rentonsurvey@rentonwa.gov.
• Preventative street maintenance will continue to impact traffic and result in
occasional street closures.
AUDIENCE COMMENTS
• Sheryl Friesz, Renton, spoke about a new association comprised of Renton residents
called For a Better Renton. She noted that five neighborhoods are represented by the
association and the group intends to be active during this year's election season.
• Peter Spairring, Renton, noted that he owns a multi-family rental property in Renton
and one of his tenant's smokes marijuanas, which the secondhand smoke then blows
inside the other tenant's unit. He stated that this caused an infant to be hospitalized
and urged Council to pass a law criminalizing secondhand smoke that affects tenants'
right to living in a healthy environment. Mayor Law noted that the City's attorneys
would investigate the matter.
AGENDA ITEM #7. a)
May 5, 2025 REGULAR COUNCIL MEETING MINUTES
CONSENT AGENDA
The following items are distributed to Councilmembers in advance for study and review, and the
recommended actions will be accepted in a single motion. Any item may be removed for further
discussion if requested by a Councilmember.
a) Approval of Council Meeting minutes of April 28, 2025. Council Concur.
b) AB - 3824 Community & Economic Development Department recommended concurrence
with the Hearing Examiner's recommendation to approve a rezone of the property located at
101 SW 41st St (APN 3926800040) from Commercial Office (CO) to Commercial Arterial (CA)
zoning. Refer to Planning & Development Committee.
c) AB - 3823 Parks & Recreation Department submitted CAG-22-013, Kiwanis Park
Improvements project, contractor Terra Dynamics Inc., and requested acceptance of the
project and approval to release the retainage bond 60 days after all State releases have been
received and all liens have been legally cleared. Council Concur.
d) AB - 3817 Public Works Facilities Division recommends approval to execute an agreement
with Pacific Security, in an amount not to exceed $275,000, for security services at the Renton
Downtown Parking Garage; and authorization for additional appropriations in the amount of
$20,000 to cover the full cost of the agreement. Refer to Finance Committee.
MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL ADOPT THE CONSENT
AGENDA AS PUBLISHED CARRIED.
UNFINISHED BUSINESS
Topics listed below were discussed in Council committees during the past week. Those topics marked
with an asterisk (*) may include legislation. Committee reports on any topics may be held by the Chair if
further review is necessary.
a) Transportation Committee: Chair McIrvin presented a report recommending concurrence in the
staff recommendation to authorize the Mayor and City Clerk to execute the contract with
Westwater Construction, Co. for the Windsock & 243 Bldg. GA Apron & Parking Lot Rehabilitation
project, not to exceed $2,404,287.41.
MOVED BY MCIRVIN, SECONDED BY PÉREZ, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
LEGISLATION
Ordinance for second and final reading:
a) Ordinance No. 6158: An Ordinance of the City of Renton, Washington, amending the City of
Renton Fiscal Years 2025/2026 Biennial Budget as adopted by Ordinance No. 6147, by
increasing the budgeted revenues and expenditures by $56,072,799 and $167,033,277
respectively; amending the 2025 City of Renton salary table as last amended by Ordinance
No. 6156; providing for severability, and establishing an effective date.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL ADOPT THE ORDINANCE
AS READ. ROLL CALL: ALL AYES. CARRIED.
AGENDA ITEM #7. a)
May 5, 2025 REGULAR COUNCIL MEETING MINUTES
NEW BUSINESS
(Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more information.)
ADJOURNMENT
MOVED BY PRINCE, SECONDED BY ALBERSON, COUNCIL ADJOURN. CARRIED. TIME: 7:18 PM
Jason A. Seth, MMC, City Clerk
Jason Seth, Recorder
05 May 2025
AGENDA ITEM #7. a)
Council Committee Meeting Calendar
May 5, 2025
May 12, 2025
Monday
2:30 p.m.* Community Services Committee, Chair O’Halloran
Location: Council Conference Room/Videoconference
1. Pros Plan Update
2. Emerging Issues
3:30 p.m.* Finance Committee, Chair Pérez
Location: Council Conference Room/Videoconference
1. Agreement with Pacific Security for City Center Parking Garage Security
2. Vouchers
3. Emerging Issues
4:00 p.m. Planning and Development Committee, Chair Prince
Location: Council Conference Room/Videoconference
1. Comprehensive Plan – Transportation Element Update
2. SW 41st Street Rezone from Commercial Office to Commercial Arterial
3. Emerging Issues
5:00 p.m. Committee of the Whole, Chair Alberson -
Location: Council Chambers
1. King County Long-term Disposal Study
6:00 p.m. Asian American, Native Hawaiian, and Pacific Islander Heritage Month
Reception
Location: Conferencing Center
7:00 p.m. Council Meeting
Location: Council Chambers/Videoconference
*Adjusted start time only.
AGENDA ITEM #7. a)
AB - 3820
City Council Regular Meeting - 12 May 2025
SUBJECT/TITLE: Cooperative Service Agreement with the United States Department of
Agriculture and the Animal and Plant Health Inspection Service
Wildlife Service for Wildlife Hazard Mitigation at the Airport
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Public Works Airport
STAFF CONTACT: Manny Cruz, Airport Director
EXT.: x7476
FISCAL IMPACT SUMMARY:
Wildlife Services has created the 5-year work and financial plan, and Cooperative Services Agreement for
wildlife hazard mitigation services at the Airport. Specifically, they will provide one wildlife biologist to
operate on the Airport over the next 60 months. The new contract is for $260,166.72 and is effective through
December 31, 2029. The expenditures will occur over the five years of the contract and are estimated to be
within the approved annual budgeted amount for this program (expected annual costs are shown below). The
agreement is funded by the Airport’s Professional Services budget number 402.000000.546.20.41.000.
SUMMARY OF ACTION:
For the past several years the Airport has been receiving wildlife management services from the Wildlife Services branch
of the United States Department of Agriculture (USDA) and Animal and Plant Health Inspection Service Wildlife Service
(APHIS-WS). The yearly work plan and financial plan between the USDA and the City was up for renewal on January 1,
2025.
Over the past contract year our wildlife biologist has:
1. Developed the FAA approved Wildlife Hazard Mitigation Plan.
2. Harassed and removed birds and other wildlife from the Airport during daytime and nighttime
hours.
3. Monitored and managed the large-bird trap on the east side of the Airport.
4. Worked with Airport staff to reduce natural attractants on the airside.
5. Provided detailed observations of wildlife activity during his visits.
6. Reduced overall bird and nuisance wildlife populations on the Airport and in the wider
geographic area.
As noted in the work plan, this multi-year contract has differing annual costs based on operational
expenses. The annual costs are expected to be as follows:
2025 - $50,877.80
2026 - $51,559.33
2027 - $52,067.93
2028 - $52,576.53
AGENDA ITEM #7. b)
2029 - $53,085.13
In the past the City and the USDA executed 5-year Cooperative Service Agreements with an annual work plan
and financial plan. The Cooperative Service Agreement is the underlying agreement outlining responsibilities
between the parties. Unfortunately, in filing the separate agreements and plans, each was assigned an
individual contract number by the city clerk’s office making identifying the correlation between the
Cooperative Service Agreement and the work and financial plan difficult to recognize. Therefore, a combined
5-year Cooperative Service Agreement inclusive of the work and financial plan should alleviate this confusion.
EXHIBITS:
A. Agreement
B. 5-Year Work Plan
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the 5-year Cooperative Service Agreement with the United
States Department of Agriculture and Animal and Plant Health Inspection Service Wildlife Service for
$260,166.72 for wildlife hazard mitigation services at the Airport.
AGENDA ITEM #7. b)
WS Agreement Number: 25-7353-6373-RA
WBS: AP.RA.RX53.73.00310
COOPERATIVE SERVICE AGREEMENT
between
RENTON MUNICIPAL AIRPORT (COOPERATOR)
and
UNITED STATES DEPARTMENT OF AGRICULTURE
ANIMAL AND PLANT HEALTH INSPECTION SERVICE (APHIS)
WILDLIFE SERVICES (WS)
ARTICLE 1 – PURPOSE
The purpose of this Cooperative Service Agreement is to conduct wildlife damage management
(WDM) activities to control nuisance bird and wildlife species on and around Renton Municipal Airport
property to reduce human health and safety risks associated with potential wildlife/aircraft collisions and
other airport operations.
ARTICLE 2 – AUTHORITY
APHIS-WS has statutory authority under the Acts of March 2, 1931, 46 Stat. 1468-69, 7 U.S.C.
§§ 8351-8352, as amended, and December 22, 1987, Public Law No. 100-202, § 101(k), 101 Stat.
1329-331, 7 U.S.C. § 8353, to cooperate with States, local jurisdictions, individuals, public and
private agencies, organizations, and institutions while conducting a program of wildlife services
involving mammal and bird species that are reservoirs for zoonotic diseases, or animal species
that are injurious and/or a nuisance to, among other things, agriculture, horticulture, forestry,
animal husbandry, wildlife, and human health and safety.
ARTICLE 3 - MUTUAL RESPONSIBILITIES
The cooperating parties mutually understand and agree to/that:
1. APHIS-WS shall perform services set forth in the Work Plan, which is attached hereto and
made a part hereof. The parties may mutually agree in writing, at any time during the
term of this agreement, to amend, modify, add or delete services from the Work Plan.
2. The Cooperator certifies that APHIS-WS has advised the Cooperator there may be private
sector service providers available to provide wildlife damage management (WDM)
services that the Cooperator is seeking from APHIS-WS.
3. All equipment with a purchase price of $5,000 or more per unit, purchased directly with
funds from the cooperator for use on this project shall be subject to disposal according to
APHIS policy, and shall be specifically listed in the attached work plan and financial plan.
Property title/disposal shall be determined when this project (including all continuations
and revisions of this agreement) terminates, or when the equipment is otherwise directed to
other projects, whichever comes first. If the equipment is sold prior to the project end, the
proceeds should be allocated according to APHIS policy. Continuations and revisions to
this agreement shall list any equipment with a purchase price of $5,000 or more per unit,
carried over from a purchase directly with funds from the cooperator for use on this
AGENDA ITEM #7. b)
WS Agreement Number: 25-7353-6373-RA
WBS: AP.RA.RX53.73.00310
project. All other equipment purchased for the program is and will remain the property of
APHIS-WS.
4. The cooperating parties agree to coordinate with each other before responding to media
requests on work associated with this project.
ARTICLE 4 - COOPERATOR RESPONSIBILITIES
Cooperator agrees:
1. To designate the following as the authorized representative who shall be responsible for
collaboratively administering the activities conducted in this agreement;
Cooperator Name, Address, Phone Number, Email
Manuel O. Cruz, Director
Renton Municipal Airport/Clayton Scott Field
243 West Perimeter Road
Renton, Washington 98057
425-430-7476
mcruz@rentonwa.gov
2. To authorize APHIS-WS to conduct direct control activities as defined in the Work Plan.
APHIS-WS will be considered an invitee on the lands controlled by the Cooperator.
Cooperator will be required to exercise reasonable care to warn APHIS-WS as to
dangerous conditions or activities in the project areas.
3. To reimburse APHIS-WS for costs, not to exceed the annually approved amount specified
in the Financial Plan. If costs are projected to exceed the amount reflected in the Financial
Plan, the agreement with amended Work Plan and Financial Plan shall be formally revised
and signed by both parties before services resulting in additional costs are performed. The
Cooperator agrees to pay all costs of services submitted via an invoice from APHIS-WS
within 30 days of the date of the submitted invoice(s). Late payments are subject to
interest, penalties, and administrative charges and costs as set forth under the Debt
Collection Improvement Act of 1996.
4. To provide a Tax Identification Number or Social Security Number in compliance with
the Debt Collection Improvement Act of 1996.
5. As a condition of this agreement, the Cooperator ensures and certifies that it is not
currently debarred or suspended and is free of delinquent Federal debt.
6. To notify APHIS-WS verbally or in writing as far in advance as practical of the date and
time of any proposed meeting related to the program.
AGENDA ITEM #7. b)
WS Agreement Number: 25-7353-6373-RA
WBS: AP.RA.RX53.73.00310
7. The Cooperator acknowledges that APHIS-WS shall be responsible for administration of
APHIS-WS activities and supervision of APHIS-WS personnel.
8. To obtain the appropriate permits for removal activities for species listed in the Work Plan
and list USDA, APHIS, Wildlife Services as sub-permitees.
9. To provide an indoor working space to complete necessary paperwork.
10. The Cooperator will not be connected to the USDA APHIS computer network(s).
ARTICLE 5 – APHIS-WS RESPONSIBILITIES
APHIS-WS Agrees:
1. To designate the following as the APHIS-WS authorized representative who shall be
responsible for collaboratively administering the activities conducted in this agreement.
APHIS-WS State Director: Name/Title, Address, Phone
Number, Email
Brook Zscheile, Acting State Director, Washington
720 O’Leary Street NW
Olympia, WA 98502
360-753-9884
mike.a.linnell@usda.gov
2. To conduct activities at sites designated by Cooperator as described in the Work and
Financial Plans. APHIS-WS will provide qualified personnel and other resources
necessary to implement the approved WDM activities delineated in the Work Plan and
Financial Plan of this agreement.
3. That the performance of wildlife damage management actions by APHIS-WS under this
agreement is contingent upon a determination by APHIS-WS that such actions are in
compliance with the National Environmental Policy Act, Endangered Species Act, and
any other applicable federal statutes. APHIS-WS will not make a final decision to
conduct requested wildlife damage management actions until it has made the
determination of such compliance.
4. To invoice Cooperator monthly for actual costs incurred by APHIS-WS during the
performance of services agreed upon and specified in the Work Plan. Authorized auditing
representatives of the Cooperator shall be accorded reasonable opportunity to inspect the
accounts and records of APHIS-WS pertaining to such claims for reimbursement to the
extent permitted by Federal law and regulations.
AGENDA ITEM #7. b)
WS Agreement Number: 25-7353-6373-RA
WBS: AP.RA.RX53.73.00310
ARTICLE 6 – CONTINGENCY STATEMENT
This agreement is contingent upon the passage by Congress of an appropriation from which
expenditures may be legally met and shall not obligate APHIS-WS upon failure of Congress to so
appropriate. This agreement may also be reduced or terminated if Congress only provides
APHIS-WS funds for a finite period under a Continuing Resolution.
ARTICLE 7 – NON-EXCLUSIVE SERVICE CLAUSE
Nothing in this agreement shall prevent APHIS-WS from entering into separate agreements with
any other organization or individual for the purpose of providing wildlife damage management
services exclusive of those provided for under this agreement.
ARTICLE 8 – CONGRESSIONAL RESTRICTIONS
Pursuant to Section 22, Title 41, United States Code, no member of or delegate to Congress shall
be admitted to any share or part of this agreement or to any benefit to arise therefrom.
ARTICLE 9 – LAWS AND REGULATIONS
This agreement is not a procurement contract (31 U.S.C. 6303), nor is it considered a grant (31
U.S.C. 6304). In this agreement, APHIS-WS provides goods or services on a cost recovery basis
to nonfederal recipients, in accordance with all applicable laws, regulations and policies.
ARTICLE 10 – LIABILITY
APHIS-WS assumes no liability for any actions or activities conducted under this agreement
except to the extent that recourse or remedies are provided by Congress under the Federal Tort
Claims Act (28 U.S.C. 1346(b), 2401(b), and 2671-2680).
ARTICLE 11 – NON-DISCRIMINATION CLAUSE
The United States Department of Agriculture prohibits discrimination in all its programs and
activities on the basis of race, color, national origin, age, disability, and where applicable, sex,
marital status, familial status, parental status, religion, sexual orientation, genetic information,
political beliefs, reprisal, or because all or part of an individual’s income is derived from any
public assistance program. Not all prohibited bases apply to all programs.
ARTICLE 12 - DURATION, REVISIONS, EXTENSIONS, AND TERMINATIONS
This agreement shall become effective on January 1, 2025 and shall continue through December
31, 2029, not to exceed five years. This Cooperative Service Agreement may be amended by
AGENDA ITEM #7. b)
WS Agreement Number: 25-7353-6373-RA
WBS: AP.RA.RX53.73.00310
mutual agreement of the parties in writing. The Cooperator must submit a written request to
extend the end date at least 10 days prior to expiration of the agreement. Also, this agreement may
be terminated at any time by mutual agreement of the parties in writing, or by one party provided
that party notifies the other in writing at least 60 days prior to effecting such action. Further, in
the event the Cooperator does not provide necessary funds, APHIS-WS is relieved of the
obligation to provide services under this agreement.
In accordance with the Debt Collection Improvement Act of 1996, the Department of Treasury
requires a Taxpayer Identification Number for individuals or businesses conducting business with
the agency.
Cooperator’s Tax ID No.: 91-6001271
APHIS-WS’s Tax ID: 41-0696271
Cooperator:
Armondo Pavone, Mayor, City of Renton Date
UNITED STATES DEPARTMENT OF AGRICULTURE
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
WILDLIFE SERVICES
Brook Zscheile, Acting State Director, WA Date
Wendy Anderson, Director, Western Region Date
Prepared by (APHIS-WS employee): Evan Moran
AGENDA ITEM #7. b)
WORK PLAN/FINANCIAL PLAN
COOPERATOR: Renton Municipal Airport
CONTACT: Manuel O. Cruz, Airport Director 425-430-7476; mcruz@rentonwa.gov
COOPERATIVE SERVICE AGREEMENT No.: 25-7353-6373-RA
WBS ELEMENT: AP.RA.RX53.73.0310
LOCATION: Renton Municipal Airport
DATES: January 1, 2025 – December 31, 2029
In accordance with the Cooperative Service Agreement 25-7353-6373-RA (2024 signature year)
between Renton Municipal Airport (RNT) and the United States Department of Agriculture
(USDA), Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), this
Work Plan sets forth the objectives, activities and budget of this project during the period of
January 1, 2025 – December 31, 2029.
Program Objective
Wildlife Services’ objective is to reduce human health and safety risks associated with potential
wildlife/aircraft collisions and other wildlife conflicts. APHIS-WS will provide assistance in the
form of technical information, recommendations, and wildlife management activities related to
minimizing wildlife conflicts.
Plan of Action
The objectives of this plan will be accomplished in the following manner:
1. APHIS-WS will provide a Wildlife Biologist an average of 16 hours per week not to
exceed 800 hours total, to assist with hazardous wildlife management at the airfield.
APHIS-WS will provide vehicles, equipment, supplies (other than pyrotechnics), and
training necessary to implement management activities.
2. The following control methods will be used for the management activities: technical
assistance, hazing, capture and removal of offending wildlife, and shooting. WS will
ensure that the most discrete, effective, and safe control tools and techniques available
are utilized.
3. Evan Moran, the Western District Supervisor (360) 337-2778 will supervise this project.
This project will be monitored by Brook Zscheile, Acting State Director in Olympia, WA
(360) 753-9884.
4. APHIS-WS will cooperate with the Washington Department of Fish and Wildlife, the
U.S. Fish and Wildlife Service, county and local city governments, and other entities to
ensure compliance with Federal laws and applicable State, and local laws and regulations.
AGENDA ITEM #7. b)
5. Renton Municipal Airport will provide security access to the airfield and necessary driver
and communication training.
6. Renton Municipal Airport will be billed monthly by APHIS-WS only for expenses shown
in the Financial Plan and will not exceed the Agreement Total. Personnel Compensation
is defined as salary for all hours worked, benefits, differentials, hazardous duty
allowances, annual leave, sick leave and awards. The financial point of contact for this
Work Plan/Financial Plan is Michelle Rodriguez, Budget Analyst (360) 742-5496.
FINANCIAL PLAN
For the disbursement of funds from
Renton Airport
to
USDA APHIS Wildlife Services
for
Assistance with wildlife conflicts at the airport
From 01/01/2025 to 12/31/2025
Cost Element Full Cost
Personnel Compensation $ 36,264.00
Vehicles $ 3,250.00
Supplies and Materials $ 500.00
Subtotal (Direct Charges) $ 40,014.00
Pooled Job Costs 11.00% $ 4,401.54
Indirect Costs 16.15% $ 6,462.26
Agreement Total $ 50,877.80 The distribution of the budget from this Financial Plan may vary as
necessary to accomplish the purpose of this agreement, but may not
exceed: $50,877.80
FINANCIAL PLAN
For the disbursement of funds from
Renton Airport
to
USDA APHIS Wildlife Services
for
Assistance with wildlife conflicts at the airport
From 01/01/2026 to 12/31/2026
Cost Element Full Cost
Personnel Compensation $ 36,800.00
AGENDA ITEM #7. b)
Vehicles $ 3,250.00
Supplies and Materials $ 500.00
Subtotal (Direct Charges) $ 40,550.00
Pooled Job Costs 11.00% $ 4,460.50
Indirect Costs 16.15% $ 6,548.83
Agreement Total $ 51,559.33
The distribution of the budget from this Financial Plan may vary as
necessary to accomplish the purpose of this agreement, but may not
exceed: $51,559.33
FINANCIAL PLAN
For the disbursement of funds from
Renton Airport
to
USDA APHIS Wildlife Services
for
Assistance with wildlife conflicts at the airport
From 01/01/2027 to 12/31/2027
Cost Element Full Cost
Personnel Compensation $ 37,200.00
Vehicles $ 3,250.00
Supplies and Materials $ 500.00
Subtotal (Direct Charges) $ 40,950.00
Pooled Job Costs 11.00% $ 4,504.50
Indirect Costs 16.15% $ 6,613.43
Agreement Total $ 52,067.93
The distribution of the budget from this Financial Plan may vary as
necessary to accomplish the purpose of this agreement, but may not
exceed: $52,067.93
AGENDA ITEM #7. b)
FINANCIAL PLAN
For the disbursement of funds from
Renton Airport
to
USDA APHIS Wildlife Services
for
Assistance with wildlife conflicts at the airport
From 01/01/2028 to 12/31/2028
Cost Element Full Cost
Personnel Compensation $ 37,600.00
Vehicles $ 3,250.00
Supplies and Materials $ 500.00
Subtotal (Direct Charges) $ 41,350.00
Pooled Job Costs 11.00% $ 4,548.50
Indirect Costs 16.15% $ 6,678.03
Agreement Total $ 52,576.53
The distribution of the budget from this Financial Plan may vary as
necessary to accomplish the purpose of this agreement, but may not
exceed: $52,576.53
FINANCIAL PLAN
For the disbursement of funds from
Renton Airport
to
USDA APHIS Wildlife Services
for
Assistance with wildlife conflicts at the airport
From 01/01/2029 to 12/31/2029
Cost Element Full Cost
Personnel Compensation $ 38,000.00
Vehicles $ 3,250.00
Supplies and Materials $ 500.00
Subtotal (Direct Charges) $ 41,750.00
Pooled Job Costs 11.00% $ 4,592.50
Indirect Costs 16.15% $ 6,742.63
Agreement Total $ 53,085.13
The distribution of the budget from this Financial Plan may vary as
necessary to accomplish the purpose of this agreement, but may not
exceed: $53,085.13
AGENDA ITEM #7. b)
Mailing Address: Billing Address:
RENTON MUNICIPAL AIRPORT Same as mailing
616 W PERIMETER ROAD, UNIT A Financial POC:
Manuel O. Cruz, Airport Director
RENTON, WA 98057 Tax ID#: 91-6001271
________________________________________ ____________________
Armondo Pavone, Mayor, City of Renton Date
UNITED STATES DEPARTMENT OF AGRICULTURE
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
WILDLIFE SERVICES
_______________________________________ ___________________
Brook Zscheile, Acting State Director, Washington Date
_______________________________________ ___________________
Wendy Anderson Director, Western Region Date
AGENDA ITEM #7. b)
AB - 3828
City Council Regular Meeting - 12 May 2025
SUBJECT/TITLE: Authorization to Purchase Fleet Vehicles
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Maintenance Services
STAFF CONTACT: Ron Kahler, Fleet Manager
EXT.: 2660
FISCAL IMPACT SUMMARY:
The total cost of the equipment is $247,285.85 and the total amount budgeted for this equipment is $250,000.
SUMMARY OF ACTION:
The Fleet Section has obtained a quote from Pape Kenworth Northwest for the purchase of a new 2025
Kenworth T880 Single axle Plow Dump Truck. This equipment will replace an existing 2002 Freightliner FL80,
vehicle D105, purchased in 2002. This piece of equipment has reached the end of its useful life and will need
to be replaced. The funding for the new loader was approved in the 2025-26 budget. This vehicle is
purchased utilizing the State of Washington Contract #03920. Once the new vehicle is received the old vehicle
will be sent to auction.
EXHIBITS:
A. Pape Kenworth Northwest Quote
STAFF RECOMMENDATION:
Authorize the purchase of one Kenworth T880 from Pape Kenworth Northwest in the amount of $247,285.85.
AGENDA ITEM #7. c)
Date:4/30/2025
Customer
Contact Name
Address
City, State, Zip
Phone #
Email
Quantity Model / Chassis SALES PRICE FET TOTAL
1 2025 Kenworth T880 Single Ax Plow 160,737.72$ -$ 160,737.72$
1 Kenworth Local Government Discount (9,000.00)$ -$ (9,000.00)$
WA State DES Contract No. 03920 -$ -$ -$
-$ -$ -$
TOTAL PER TRUCK:151,737.72$ -$ 151,737.72$
Year Make / Model Trade Value Less payoff Trade Equity
2002 Freightliner FL80 Single Ax Dump 25,000.00$ -$ 25,000.00$
-$ -$ -$
-$ -$ -$
Deposit
Sales Tax 13,307.46$
$140,045.18
Erik Casebeer
CUSTOMER AGREEMENT
TRUCK PURCHASE DEPOSIT AGREEMENT
rkahler@rentonwa.gov
TRUCK INFORMATION
TRADE INFORMATION
Total Due per Truck
Unpaid Balance Finance By:Customer Signature
City of Renton
Ron Kahler
3555 NE 2nd Street
425-430-7400
Renton, WA 98056
I hereby place a firm order for the Kenworth chassis described on the attached proposal, which includes standard equipment
set forth in current Kenworth price lists unless otherwise specified herein, together with the equipment designated on the
following page(s); and I agree to pay the full purchase price shown in accordance with terms and conditions contained in this
Purchase Order. I understand this Purchase
It is agreed and understood by the undersigned that this deposit will be held by Kenworth Northwest Inc. ("Distributor"), and
will be appliedtoward the cash purchase price, cash down payment, or initial lease-purchase payments, whichever shall apply
at time of delivery.
It is further agreed and understood that if the Customer cancels the above referenced Sales Order at any time after the
chassis has: (1)entered production at the factory, (2) been purchased by the Distributor from another Distributor, or (3) has
undergone Sales Order modification at Distributor expense, that the Distributor shall reserve the right, at its discretion, to
hold the deposit until the chassis is sold inthe market or is otherwise satisfactorily disposed of; in which event the Distributor
will be allowed to retain from the deposit whatever charges it may incur until the chassis is sold and damages it shall have
suffered by reason of such cancellation; provided, in the event thecharges incurred and damages suffered by Distributor
exceed the deposit, Customer agrees to pay Distributor the amount of such excess, andin the event there is a balance after
said charges and damages, the balance will be remitted to Customer within ten (10) days thereafter. If the Sales Order is
cancelled at no loss or inconvenience to the Distributor, the deposit will be returned to Customer upon request.
The foregoing shall not be interpreted to give the Customer a right to cancel the aforesaid Purchase Order, but merely sets
forth the rights to the use of the purchase deposit in the event the Purchase Order is cancelled with the consent of the
Distributor.
**The Sales Price has been based on Distributor's
Factory List Price in effect on the date hereof. Any
increase in List Price in effect on the date of
delivery shall be added to the Sales Price and
terms of payment shall be adjusted Accordingly.**
THE PURHASE ORDER AND DEPOSIT AGREEMENT INCLUDING THE
LIMITATION OF WARRANTY IN PARAGRAPH 5 SHALL BE SUBJECT TO THE
TERMS AND CONDISTIONS CONTAINED ON THE REVERSE SIDE HEREOF.
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AGENDA ITEM #7. c)
AB - 3829
City Council Regular Meeting - 12 May 2025
SUBJECT/TITLE: Bid Award: Cedar Ave Sidewalk project, Construction Contract CAG-
25-003
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Transportation Systems Division
STAFF CONTACT: Bob Hanson, Transportation Design Manager
EXT.: 7223
FISCAL IMPACT SUMMARY:
The total budget amount for Cedar Ave Sidewalk project is $548,068 including 2024 and 2025 estimated
expenditures (317.122109.015.595.61.63.001). This amount includes the additional $500,000 allocated from
the Sidewalk Rehabilitation & Replacement Program (122801) as part of the Carryforward/Q1 Budget
Adjustment. The anticipated expenditures for the Construction Phase of the project include $299,995 for
construction contract, $30,000 for city provided construction inspector/observer, $30,000 for city provided
construction management, and $16,300 for engineering support during construction. The total anticipated
expenditure for the construction phase is $415,000. The remaining project budget is approximately after
estimated expenditures is $133,000.
SUMMARY OF ACTION:
The Engineer’s Estimate for Cedar Ave Sidewalk construction contract was $332,640.00. The bid submitted by
Westwater Construction Company in the amount of $299,995.00 was below the Engineer’s Estimate by $32,645.00. After
analysis of the bids, it was determined that the bid is a fair representation of the cost of the work associated with this
project.
Bids were received on Tuesday, April 1, 2025 and opened on April 3, 2025. A total of eight (8) bids were submitted and
are summarized below:
BIDDERS TOTAL BID AMOUNT
WESTWATER CONSTRUCTION COMPANY $299,995.00
CALLI DENNEY CONSTRUCTION LLC $339,845.00
R.W. SCOTT CONSTRUCTION CO. $346,989.00
SASCON, LLC $357,630.00
NORTHWEST CASCADE, INC. $373,760.00
APCON TECH INC. $408,090.00
DODGE EXCAVATION, LLC $412,739.50
AXUM GENERAL CONSTRUCTION, INC. $420,263.24
ENGINEER'S ESTIMATE $332,640.00
The bid submitted by Westwater Construction Company in the amount of $299,995.00 has been determined to be the
lowest responsive and responsible bid per RCW 39.04.350(1) and Special Provision 1-02.13. Since there is sufficient
funding to award the construction contract, we are requesting the Council award the construction contract to Westwater
Construction Company in the amount of $299,995.00.
AGENDA ITEM #7. d)
EXHIBITS:
A. Bid Tabulations
STAFF RECOMMENDATION:
Award the construction contract to Westwater Construction Companyin the amount of$299,995.00 and
authorize the Mayor and City Clerk to execute the contract on behalf of the city.
AGENDA ITEM #7. d)
BID TABULATIONS
CEDAR AVE SIDEWALK PROJECT
BID DUE DATE: APRIL 1, 2025
BID OPENING DATE: APRIL 3, 2025
ITEM NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION
1 ADA FEATURE SURVEYING 1-05.4 LS 1 2,000.00 2,000.00 600.00 600.00 1,000.00 1,000.00 1,755.00 1,755.00 650.00 650.00 1,900.00 1,900.00 625.00 625.00 4,435.00 4,435.00 781.80 781.80
2 ROADWAY SURVEYING 1-05.4 LS 1 12,000.00 12,000.00 6,000.00 6,000.00 6,500.00 6,500.00 4,554.00 4,554.00 8,500.00 8,500.00 4,900.00 4,900.00 7,425.00 7,425.00 15,935.00 15,935.00 7,961.90 7,961.90
3 SPCC PLAN 1-07.15(1) LS 1 500.00 500.00 500.00 500.00 500.00 500.00 550.00 550.00 500.00 500.00 500.00 500.00 625.00 625.00 3,435.00 3,435.00 149.30 149.30
4 MOBILIZATION 1-09.7 LS 1 35,000.00 35,000.00 29,500.00 29,500.00 30,000.00 30,000.00 31,876.00 31,876.00 35,000.00 35,000.00 56,500.00 56,500.00 40,000.00 40,000.00 6,935.00 6,935.00 29,590.10 29,590.10
5 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5(2) LS 1 5,000.00 5,000.00 25,000.00 25,000.00 1,000.00 1,000.00 6,732.00 6,732.00 6,500.00 6,500.00 1,400.00 1,400.00 22,500.00 22,500.00 4,435.00 4,435.00 29,230.10 29,230.10
6 TRAFFIC CONTROL SUPERVISOR 1-10.5(2) LS 1 10,000.00 10,000.00 5,000.00 5,000.00 45,000.00 45,000.00 1,100.00 1,100.00 3,500.00 3,500.00 26,000.00 26,000.00 46,350.00 46,350.00 27,935.00 27,935.00 177.00 177.00
7 PEDESTRIAN TRAFFIC CONTROL 1-10.5(2) LS 1 5,000.00 5,000.00 2,500.00 2,500.00 1,000.00 1,000.00 14,126.00 14,126.00 3,500.00 3,500.00 2,400.00 2,400.00 3,125.00 3,125.00 3,435.00 3,435.00 15,704.50 15,704.50
8 FLAGGERS 1-10.5(2) HR 540 85.00 45,900.00 1.00 540.00 85.00 45,900.00 77.00 41,580.00 42.00 22,680.00 85.00 45,900.00 1.00 540.00 90.00 48,600.00 65.00 35,100.00
9 OTHER TRAFFIC CONTROL LABOR 1-10.5 HR 30 85.00 2,550.00 1.00 30.00 80.00 2,400.00 77.00 2,310.00 50.00 1,500.00 110.00 3,300.00 119.00 3,570.00 156.00 4,680.00 118.00 3,540.00
10 CLEARING AND GRUBBING 2-01.5 AC 0.04 100,000.00 4,000.00 10,000.00 400.00 80,000.00 3,200.00 264,500.00 10,580.00 70,000.00 2,800.00 91,000.00 3,640.00 50,000.00 2,000.00 9,837.50 393.50 135,228.50 5,409.14
11 REMOVAL OF STRUCTURES AND
OBSTRUCTIONS 2-02.5 LS 1 10,000.00 10,000.00 19,900.00 19,900.00 2,500.00 2,500.00 9,870.00 9,870.00 24,000.00 24,000.00 14,400.00 14,400.00 12,500.00 12,500.00 8,935.00 8,935.00 7,768.40 7,768.40
12 REMOVING CURB AND GUTTER 2-02.5 LF 130 21.00 2,730.00 20.00 2,600.00 19.00 2,470.00 36.00 4,680.00 15.00 1,950.00 9.00 1,170.00 19.00 2,470.00 30.00 3,900.00 19.50 2,535.00
13 REMOVING CEMENT CONC. SIDEWALK 2-02.5 SY 75 45.00 3,375.00 100.00 7,500.00 33.00 2,475.00 45.00 3,375.00 65.00 4,875.00 20.00 1,500.00 23.00 1,725.00 42.00 3,150.00 66.40 4,980.00
14 REMOVING ASPHALT CONC. PAVEMENT 2-02.5 SY 30 30.00 900.00 100.00 3,000.00 40.00 1,200.00 290.00 8,700.00 75.00 2,250.00 24.00 720.00 41.00 1,230.00 128.00 3,840.00 92.00 2,760.00
15 SAWCUTTING 2-02.5 LF 130 8.00 1,040.00 15.00 1,950.00 7.00 910.00 7.00 910.00 1.00 130.00 5.00 650.00 12.00 1,560.00 29.00 3,770.00 11.20 1,456.00
16 ROADWAY EXCAVATION, INCL. HAUL 2-03.5 CY 220 73.00 16,060.00 75.00 16,500.00 40.00 8,800.00 76.40 16,808.00 67.00 14,740.00 67.00 14,740.00 85.00 18,700.00 84.25 18,535.00 123.90 27,258.00
17 GRAVEL BACKFILL FOR WALL 2-09.5 TN 120 40.00 4,800.00 75.00 9,000.00 60.00 7,200.00 49.00 5,880.00 35.00 4,200.00 35.00 4,200.00 100.00 12,000.00 55.00 6,600.00 96.90 11,628.00
18 LOCATE EXISTING UTILTIES 2-09.5 LS 1 5,000.00 5,000.00 2,500.00 2,500.00 1,500.00 1,500.00 3,000.00 3,000.00 5,000.00 5,000.00 2,450.00 2,450.00 2,500.00 2,500.00 3,435.00 3,435.00 8,956.20 8,956.20
19 POTHOLE 2-09.5 EACH 2 500.00 1,000.00 1,000.00 2,000.00 600.00 1,200.00 1,000.00 2,000.00 850.00 1,700.00 650.00 1,300.00 750.00 1,500.00 3,217.50 6,435.00 354.00 708.00
20 CRUSHED SURFACING TOP COURSE 4-04.5 TON 75 50.00 3,750.00 50.00 3,750.00 54.00 4,050.00 62.00 4,650.00 30.00 2,250.00 60.00 4,500.00 88.00 6,600.00 59.00 4,425.00 105.90 7,942.50
21 CRUSHED SURFACING BASE COURSE 4-04.5 TON 40 50.00 2,000.00 50.00 2,000.00 54.00 2,160.00 65.00 2,600.00 30.00 1,200.00 60.00 2,400.00 88.00 3,520.00 76.00 3,040.00 104.90 4,196.00
22 ADJUST CATCH BASIN 5-04.5 EACH 1 900.00 900.00 1,500.00 1,500.00 750.00 750.00 517.00 517.00 1,200.00 1,200.00 505.00 505.00 1,500.00 1,500.00 2,435.00 2,435.00 762.50 762.50
23 HMA CL. 1/2" PG 58H-22 5-04.5 TON 10 800.00 8,000.00 850.00 8,500.00 400.00 4,000.00 550.00 5,500.00 250.00 2,500.00 200.00 2,000.00 805.00 8,050.00 1,038.50 10,385.00 285.30 2,853.00
24 CEMENT CONC. COPING 6-02.5 CY 15 600.00 9,000.00 1,500.00 22,500.00 1,200.00 18,000.00 2,200.00 33,000.00 1,800.00 27,000.00 1,300.00 19,500.00 3,000.00 45,000.00 652.00 9,780.00 1,988.60 29,829.00
25 CEMENT CONC. STAIR WALL 6-02.5 CY 8 600.00 4,800.00 500.00 4,000.00 2,600.00 20,800.00 2,200.00 17,600.00 5,750.00 46,000.00 3,100.00 24,800.00 5,500.00 44,000.00 1,185.00 9,480.00 3,908.90 31,271.20
26 STAIR RAILING 6-06.5 LS 1 10,000.00 10,000.00 12,000.00 12,000.00 8,000.00 8,000.00 10,574.00 10,574.00 20,000.00 20,000.00 8,900.00 8,900.00 12,500.00 12,500.00 16,555.00 16,555.00 10,980.20 10,980.20
27 DRAIN PIPE, 6 IN. DIAMETER 7-01.5 LF 20 30.00 600.00 150.00 3,000.00 95.00 1,900.00 130.00 2,600.00 65.00 1,300.00 150.00 3,000.00 25.00 500.00 271.75 5,435.00 43.50 870.00
NORTHWEST CASCADE, INC. APCON TECH INC. DODGE EXCAVATION, LLC
AXUM GENERAL CONSTRUCTION,
INC.SCHEDULE OF BID ITEMS & QUANTITIES ENGINEERS ESTIMATE
WESTWATER CONSTRUCTION
COMPANY
CALLI DENNEY CONSTRUCTION
LLC R. W. SCOTT CONSTRUCTION CO. SASCON, LLC
CEDAR AVE SIDEWALK PROJECT
TED4004098 PAGE 1 OF 2
SCHEDULE OF PRICES
2025
AG
E
N
D
A
I
T
E
M
#
7
.
d
)
BID TABULATIONS
CEDAR AVE SIDEWALK PROJECT
BID DUE DATE: APRIL 1, 2025
BID OPENING DATE: APRIL 3, 2025
ITEM NO.ITEM DESCRIPTION SPEC.
SECTION UNIT QUANTITY UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION UNIT PRICE* EXTENSION
NORTHWEST CASCADE, INC. APCON TECH INC. DODGE EXCAVATION, LLC
AXUM GENERAL CONSTRUCTION,
INC.SCHEDULE OF BID ITEMS & QUANTITIES ENGINEERS ESTIMATE
WESTWATER CONSTRUCTION
COMPANY
CALLI DENNEY CONSTRUCTION
LLC R. W. SCOTT CONSTRUCTION CO. SASCON, LLC
28 CONNECTION TO DRAINAGE STRUCTURE 7-05.5 EACH 1 1,000.00 1,000.00 500.00 500.00 750.00 750.00 1,865.00 1,865.00 1,200.00 1,200.00 950.00 950.00 750.00 750.00 3,435.00 3,435.00 706.50 706.50
29 EROSION CONTROL AND WATER POLLUTION
PREVENTION 8-01.5 LS 1 5,000.00 5,000.00 1,000.00 1,000.00 1,000.00 1,000.00 500.00 500.00 7,000.00 7,000.00 12,000.00 12,000.00 1,250.00 1,250.00 13,935.00 13,935.00 2,786.30 2,786.30
30 INLET PROTECTION 8-01.5 EACH 2 70.00 140.00 100.00 200.00 60.00 120.00 35.00 70.00 115.00 230.00 95.00 190.00 75.00 150.00 717.50 1,435.00 74.60 149.20
31 SILT FENCE 8-01.5 LF 95 6.00 570.00 15.00 1,425.00 8.00 760.00 7.00 665.00 13.00 1,235.00 10.00 950.00 6.00 570.00 50.00 4,750.00 7.90 750.50
32 PROPERTY RESTORATION 8-02.5 EST 1 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00
33 SOD INSTALLATION 8-02.5 SY 105 15.00 1,575.00 10.00 1,050.00 19.00 1,995.00 30.00 3,150.00 25.00 2,625.00 32.00 3,360.00 34.00 3,570.00 71.00 7,455.00 50.20 5,271.00
34 TOPSOIL, TYPE A 8-02.5 CY 30 100.00 3,000.00 100.00 3,000.00 65.00 1,950.00 71.50 2,145.00 78.00 2,340.00 77.00 2,310.00 81.00 2,430.00 148.00 4,440.00 113.30 3,399.00
35 BARK OR WOOD CHIP MULCH 8-02.5 CY 10 100.00 1,000.00 50.00 500.00 65.00 650.00 77.00 770.00 85.00 850.00 83.00 830.00 88.00 880.00 353.50 3,535.00 129.00 1,290.00
36 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 LF 135 50.00 6,750.00 50.00 6,750.00 45.00 6,075.00 66.00 8,910.00 85.00 11,475.00 58.00 7,830.00 63.00 8,505.00 52.00 7,020.00 74.00 9,990.00
37 CHAIN LINK FENCE, TYPE 4 8-12.5 LF 110 100.00 11,000.00 70.00 7,700.00 62.00 6,820.00 65.00 7,150.00 65.00 7,150.00 63.00 6,930.00 74.00 8,140.00 106.50 11,715.00 87.90 9,669.00
38 CEMENT CONC. STAIRWAY 8-14.5 SY 7 600.00 4,200.00 1,000.00 7,000.00 2,600.00 18,200.00 2,821.00 19,747.00 1,700.00 11,900.00 3,120.00 21,840.00 1,800.00 12,600.00 778.00 5,446.00 4,015.50 28,108.50
39 CEMENT CONC. SIDEWALK 8-14.5 SY 60 105.00 6,300.00 60.00 3,600.00 90.00 5,400.00 110.00 6,600.00 125.00 7,500.00 120.00 7,200.00 137.00 8,220.00 150.00 9,000.00 152.30 9,138.00
40 CEMENT CONC. CURB RAMP, TYPE SINGLE
DIRECTIONAL 8-14.5 EACH 1 3,300.00 3,300.00 6,500.00 6,500.00 12,000.00 12,000.00 4,400.00 4,400.00 3,500.00 3,500.00 9,650.00 9,650.00 4,300.00 4,300.00 2,685.00 2,685.00 9,786.00 9,786.00
41 MAILBOX SUPPORT, TYPE 1 8-18.5 EACH 1 900.00 900.00 2,000.00 2,000.00 650.00 650.00 650.00 650.00 1,100.00 1,100.00 505.00 505.00 1,250.00 1,250.00 1,585.00 1,585.00 721.40 721.40
42 MODULAR BLOCK WALL 8-24.5 SF 620 100.00 62,000.00 75.00 46,500.00 63.00 39,060.00 37.00 22,940.00 55.00 34,100.00 42.00 26,040.00 53.00 32,860.00 122.50 75,950.00 55.00 34,100.00
TOTAL BID AMOUNT FROM PROJECT PROPOSAL=364,000.00 299,995.00 339,845.00 346,989.00 357,630.00 373,760.00 407,840.00 417,216.00 420,263.24
*NOTE: ALL APPLICABLE SALES TAX SHALL BE INCLUDED IN THE UNIT AND LUMP SUM BID PRICE PER SECTION 1-07.2(1) AND WAC 458-20-171.
373,760.00 408,090.00 412,739.50 420,263.24TOTAL BID AMOUNT = 332,640.00 299,995.00 339,845.00 346,989.00 357,630.00
CEDAR AVE SIDEWALK PROJECT
TED4004098 PAGE 2 OF 2
SCHEDULE OF PRICES
2025
AG
E
N
D
A
I
T
E
M
#
7
.
d
)
AB - 3819
City Council Regular Meeting - 12 May 2025
SUBJECT/TITLE: Bid Award- CAG-25-075 NE 12th St AC Water Main and Stormwater
Replacement Project
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Utility Systems Division
STAFF CONTACT: Jonathan Chavez, Water Utility Project Engineer
EXT.: 7208
FISCAL IMPACT SUMMARY:
The low bid submitted by Raudenbush Earthworks, LLC, in the amount of $2,071,559.32, is $393,006.58 (16%)
below the engineer’s estimate of $2,464,565.90. The project is funded through the Water and Surface Water
Utilities approved 2025 Capital Improvement Program (CIP) adjusted budgets. Sufficient funds are available
within the respective utility project CIP budgets, as outlined below:
Utility Section Total Project Budget Low Bidder’s Amount
Water Utility (425.455572) $2,490,757.42 $1,863,263.71
Surface Water Utility (427.475620) $ 400,000.00 $ 208,295.61
Total $2,890,757.42 $2,071,559.32
SUMMARY OF ACTION:
The bid opening for this was held on April 15, 2025. Nine (9) bids were submitted and are summarized below
in ascending order:
Raudenbush Earthworks, LLC $2,071,559.32
RW Scott Construction Co., LLC $2,249,365.60
CR Construction, LLC $2,365,544.18
Fury Site Works, Inc. $2,374,081.79
Marshbank Construction, Inc. $2,382,731.66
NW Cascade, Inc. $2,489,002.82
Johansen Construction Co., LLC $2,593,843.98
Bayshore Construction Co., LLC $2,695,542.30
Laser Underground and Earthworks, Inc. $2,807,333.27
The project includes the installation of 3,070 L.F. of new 12-inch and 8-inch water mains to replace existing 79-
year-old asbestos cement water mains along NE 12th Street, Queen Avenue NE, and Piece Avenue NE to
increase fire protection capacity and improve water quality. In addition, the project will install 450 L.F. of new
storm system to replace aging stormwater infrastructure that is in poor physical condition and to enhance
drainage in the area.
AGENDA ITEM #7. e)
Raudenbush Earthworks, LLC has been registered as a general contractor since April 2022. The company’s
owner and foreman have successfully managed and completed comparable public works projects, including
the Renton Downtown Utility Improvements Project, as well as various projects for the cities of Enumclaw and
Auburn.
Determination of responsive bid and responsible bidder
Public Works Water Utility staff have reviewed the submitted bids and determined that the bid submitted by
Raudenbush Earthworks, LLC is responsive. Additionally, Raudenbush Earthworks, LLC meets the criteria of a
responsible bidder as defined in RCW 39.04.350, Renton City Policy 250-02, and Section 1-02.14 of the project
specifications. References provided by the bidder have been verified, confirming they possess the necessary
experience and expertise to successfully complete the project. There were no irregularities with the low bid,
there was more than one bid received and there is sufficient funding for the award of the construction
contract.
EXHIBITS:
A. Final Bid Tabulation
B. City Clerk Bid Tabulation Sheet
C. Bidder Assessment Form
STAFF RECOMMENDATION:
Award the construction contract to the lowest responsive and responsible bidder, Raudenbush Earthworks,
LLC in the amount of $2,071,559.32 and authorize the Mayor and City Clerk to execute the construction
contract CAG-25-075.
AGENDA ITEM #7. e)
Project NE 12TH ST AC WATER MAIN AND STORM WATER REPLACEMENT PROJECT CAG-25-075
BID OPENING DATE:04/15/2025
Item No. Description Unit Quantity Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount
SCHEDULE A GENERAL
A01 Lump Sum 1 233,000.00$ 233,000.00$ 185,500.00$ 185,500.00$ 270,720.00$ 270,720.00$ 110,000.00$ 110,000.00$ 37,803.61$ 37,803.61$ 130,700.00$ 130,700.00$ 210,215.00$ 210,215.00$ 114,620.00$ 114,620.00$ 245,000.00$ 245,000.00$ 200,000.00$ 200,000.00$
A02 Lump Sum 1 12,000.00$ 12,000.00$ 17,000.00$ 17,000.00$ 25,850.00$ 25,850.00$ 20,000.00$ 20,000.00$ 24,712.57$ 24,712.57$ 18,000.00$ 18,000.00$ 23,500.00$ 23,500.00$ 18,250.00$ 18,250.00$ 22,000.00$ 22,000.00$ 25,000.00$ 25,000.00$
A03 Lump Sum 1 133,000.00$ 133,000.00$ 72,000.00$ 72,000.00$ 182,380.00$ 182,380.00$ 200,000.00$ 200,000.00$ 104,897.24$ 104,897.24$ 148,000.00$ 148,000.00$ 106,000.00$ 106,000.00$ 190,000.00$ 190,000.00$ 178,000.00$ 178,000.00$ 25,000.00$ 25,000.00$
A04 Lump Sum 1 10,000.00$ 10,000.00$ 1,000.00$ 1,000.00$ 10,040.00$ 10,040.00$ 45,000.00$ 45,000.00$ 4,654.48$ 4,654.48$ 15,000.00$ 15,000.00$ 27,500.00$ 27,500.00$ 65,000.00$ 65,000.00$ 4,000.00$ 4,000.00$ 1,000.00$ 1,000.00$
A05 Lump Sum 1 500.00$ 500.00$ 1,200.00$ 1,200.00$ 1,000.00$ 1,000.00$ 1,500.00$ 1,500.00$ 290.05$ 290.05$ 1,600.00$ 1,600.00$ 500.00$ 500.00$ 2,000.00$ 2,000.00$ 1,000.00$ 1,000.00$ 4,500.00$ 4,500.00$
A06 Lump Sum 1 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$
A07 Lump Sum 1 -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Subtotal Sch A 390,500.00$ 278,700.00$ 491,990.00$ 378,500.00$ 174,357.95$ 315,300.00$ 369,715.00$ 391,870.00$ 452,000.00$ 257,500.00$
Sales Tax 10.3%40,221.50$ 28,706.10$ 50,674.97$ 38,985.50$ 17,958.87$ 32,475.90$ 38,080.65$ 40,362.61$ 46,556.00$ 26,522.50$
Total A 430,721.50$ 307,406.10$ 542,664.97$ 417,485.50$ 192,316.82$ 347,775.90$ 407,795.65$ 432,232.61$ 498,556.00$ 284,022.50$
SCHEDULE B WATER
B01 Estimate 1 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$
B02 Each 8 500.00$ 4,000.00$ 400.00$ 3,200.00$ 500.00$ 4,000.00$ 1,250.00$ 10,000.00$ 494.47$ 3,955.76$ 900.00$ 7,200.00$ 575.00$ 4,600.00$ 706.00$ 5,648.00$ 800.00$ 6,400.00$ 1,000.00$ 8,000.00$
B03 Lump Sum 1 20,000.00$ 20,000.00$ 7,000.00$ 7,000.00$ 4,500.00$ 4,500.00$ 8,000.00$ 8,000.00$ 2,037.17$ 2,037.17$ 1,500.00$ 1,500.00$ 39,975.00$ 39,975.00$ 5,000.00$ 5,000.00$ 45,000.00$ 45,000.00$ 20,000.00$ 20,000.00$
B04 Ton 60 50.00$ 3,000.00$ 60.00$ 3,600.00$ 105.00$ 6,300.00$ 85.00$ 5,100.00$ 0.06$ 3.60$ 30.00$ 1,800.00$ 51.00$ 3,060.00$ 76.00$ 4,560.00$ 80.00$ 4,800.00$ 100.00$ 6,000.00$
B05 Ton 1600 40.00$ 64,000.00$ 10.00$ 16,000.00$ 53.00$ 84,800.00$ 30.00$ 48,000.00$ 0.01$ 16.00$ 24.00$ 38,400.00$ 45.00$ 72,000.00$ 36.65$ 58,640.00$ 60.00$ 96,000.00$ 60.00$ 96,000.00$
B06 Ton 350 40.00$ 14,000.00$ 18.00$ 6,300.00$ 55.00$ 19,250.00$ 65.00$ 22,750.00$ 22.04$ 7,714.00$ 75.00$ 26,250.00$ 71.00$ 24,850.00$ 91.25$ 31,937.50$ 60.00$ 21,000.00$ 70.00$ 24,500.00$
B07 Cubic Yard 20 300.00$ 6,000.00$ 225.00$ 4,500.00$ 550.00$ 11,000.00$ 215.00$ 4,300.00$ 326.82$ 6,536.40$ 185.00$ 3,700.00$ 340.00$ 6,800.00$ 245.00$ 4,900.00$ 125.00$ 2,500.00$ 300.00$ 6,000.00$
B08 Ton 800 200.00$ 160,000.00$ 135.00$ 108,000.00$ 198.00$ 158,400.00$ 170.00$ 136,000.00$ 208.36$ 166,688.00$ 171.00$ 136,800.00$ 255.00$ 204,000.00$ 222.00$ 177,600.00$ 175.00$ 140,000.00$ 240.00$ 192,000.00$
B09 Ton 930 160.00$ 148,800.00$ 221.00$ 205,530.00$ 154.00$ 143,220.00$ 135.00$ 125,550.00$ 171.56$ 159,550.80$ 200.00$ 186,000.00$ 173.00$ 160,890.00$ 211.50$ 196,695.00$ 150.00$ 139,500.00$ 250.00$ 232,500.00$
B10 Linear Foot 25 160.00$ 4,000.00$ 192.00$ 4,800.00$ 90.00$ 2,250.00$ 220.00$ 5,500.00$ 264.47$ 6,611.75$ 210.00$ 5,250.00$ 100.00$ 2,500.00$ 205.00$ 5,125.00$ 150.00$ 3,750.00$ 130.00$ 3,250.00$
B11 Linear Foot 1600 175.00$ 280,000.00$ 140.00$ 224,000.00$ 100.00$ 160,000.00$ 160.00$ 256,000.00$ 177.41$ 283,856.00$ 175.00$ 280,000.00$ 120.00$ 192,000.00$ 171.00$ 273,600.00$ 160.00$ 256,000.00$ 150.00$ 240,000.00$
B12 Linear Foot 1470 230.00$ 338,100.00$ 181.00$ 266,070.00$ 100.00$ 147,000.00$ 208.00$ 305,760.00$ 230.63$ 339,026.10$ 240.00$ 352,800.00$ 173.00$ 254,310.00$ 225.00$ 330,750.00$ 230.00$ 338,100.00$ 180.00$ 264,600.00$
B13 Linear Foot 111 300.00$ 33,300.00$ 289.00$ 32,079.00$ 215.00$ 23,865.00$ 235.00$ 26,085.00$ 314.46$ 34,905.06$ 200.00$ 22,200.00$ 284.00$ 31,524.00$ 263.00$ 29,193.00$ 250.00$ 27,750.00$ 500.00$ 55,500.00$
B14 Pound 3170 10.00$ 31,700.00$ 5.00$ 15,850.00$ 7.50$ 23,775.00$ 7.00$ 22,190.00$ 0.01$ 31.70$ 6.00$ 19,020.00$ 5.00$ 15,850.00$ 10.00$ 31,700.00$ 5.00$ 15,850.00$ 0.01$ 31.70$
B15 Each 11 2,500.00$ 27,500.00$ 2,000.00$ 22,000.00$ 2,330.00$ 25,630.00$ 2,100.00$ 23,100.00$ 2,234.57$ 24,580.27$ 2,500.00$ 27,500.00$ 3,095.00$ 34,045.00$ 3,800.00$ 41,800.00$ 3,000.00$ 33,000.00$ 3,000.00$ 33,000.00$
B16 Each 17 3,200.00$ 54,400.00$ 3,550.00$ 60,350.00$ 4,305.00$ 73,185.00$ 3,793.00$ 64,481.00$ 4,129.20$ 70,196.40$ 4,500.00$ 76,500.00$ 5,238.00$ 89,046.00$ 5,690.00$ 96,730.00$ 4,500.00$ 76,500.00$ 4,000.00$ 68,000.00$
B17 Each 9 10,000.00$ 90,000.00$ 10,400.00$ 93,600.00$ 10,032.00$ 90,288.00$ 9,950.00$ 89,550.00$ 10,025.13$ 90,226.17$ 8,600.00$ 77,400.00$ 10,485.00$ 94,365.00$ 10,500.00$ 94,500.00$ 10,000.00$ 90,000.00$ 10,000.00$ 90,000.00$
B18 Each 1 4,000.00$ 4,000.00$ 6,000.00$ 6,000.00$ 6,095.00$ 6,095.00$ 5,693.00$ 5,693.00$ 5,466.95$ 5,466.95$ 4,700.00$ 4,700.00$ 6,765.00$ 6,765.00$ 3,960.00$ 3,960.00$ 4,500.00$ 4,500.00$ 8,000.00$ 8,000.00$
B19 Each 41 3,500.00$ 143,500.00$ 3,415.00$ 140,015.00$ 2,849.00$ 116,809.00$ 2,500.00$ 102,500.00$ 3,227.73$ 132,336.93$ 3,500.00$ 143,500.00$ 3,090.00$ 126,690.00$ 2,465.00$ 101,065.00$ 4,000.00$ 164,000.00$ 4,000.00$ 164,000.00$
B20 Linear Foot 130 50.00$ 6,500.00$ 60.00$ 7,800.00$ 51.00$ 6,630.00$ 235.00$ 30,550.00$ 54.17$ 7,042.10$ 50.00$ 6,500.00$ 184.00$ 23,920.00$ 35.00$ 4,550.00$ 65.00$ 8,450.00$ 100.00$ 13,000.00$
B21 Cubic Yard 25 400.00$ 10,000.00$ 250.00$ 6,250.00$ 225.00$ 5,625.00$ 270.00$ 6,750.00$ 174.03$ 4,350.75$ 550.00$ 13,750.00$ 885.00$ 22,125.00$ 462.00$ 11,550.00$ 700.00$ 17,500.00$ 230.00$ 5,750.00$
B22 Each 9 5,500.00$ 49,500.00$ 5,555.00$ 49,995.00$ 6,311.00$ 56,799.00$ 5,600.00$ 50,400.00$ 12,202.06$ 109,818.54$ 6,000.00$ 54,000.00$ 4,800.00$ 43,200.00$ 3,300.00$ 29,700.00$ 7,500.00$ 67,500.00$ 11,000.00$ 99,000.00$
B23 Lump Sum 1 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 27,340.00$ 27,340.00$ 6,000.00$ 6,000.00$ 2,900.54$ 2,900.54$ 5,000.00$ 5,000.00$ 32,925.00$ 32,925.00$ 6,600.00$ 6,600.00$ 12,000.00$ 12,000.00$ 45,000.00$ 45,000.00$
B24 Linear Foot 100 180.00$ 18,000.00$ 115.00$ 11,500.00$ 90.00$ 9,000.00$ 75.00$ 7,500.00$ 169.71$ 16,971.00$ 145.00$ 14,500.00$ 154.00$ 15,400.00$ 48.50$ 4,850.00$ 180.00$ 18,000.00$ 250.00$ 25,000.00$
B25 Linear Foot 50 100.00$ 5,000.00$ 50.00$ 2,500.00$ 82.00$ 4,100.00$ 190.00$ 9,500.00$ 74.22$ 3,711.00$ 88.00$ 4,400.00$ 73.00$ 3,650.00$ 140.25$ 7,012.50$ 80.00$ 4,000.00$ 100.00$ 5,000.00$
B26 Square Yard 10 150.00$ 1,500.00$ 100.00$ 1,000.00$ 243.30$ 2,433.00$ 500.00$ 5,000.00$ 278.09$ 2,780.90$ 265.00$ 2,650.00$ 155.00$ 1,550.00$ 655.00$ 6,550.00$ 300.00$ 3,000.00$ 200.00$ 2,000.00$
B27 Square Yard 30 200.00$ 6,000.00$ 100.00$ 3,000.00$ 220.50$ 6,615.00$ 350.00$ 10,500.00$ 202.14$ 6,064.20$ 320.00$ 9,600.00$ 236.00$ 7,080.00$ 433.50$ 13,005.00$ 300.00$ 9,000.00$ 250.00$ 7,500.00$
B28 Lump Sum 1 6,000.00$ 6,000.00$ 27,000.00$ 27,000.00$ 13,000.00$ 13,000.00$ 10,000.00$ 10,000.00$ 32,457.00$ 32,457.00$ 10,000.00$ 10,000.00$ 30,550.00$ 30,550.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 35,000.00$ 35,000.00$
B29 Lump Sum 1 20,000.00$ 20,000.00$ 23,000.00$ 23,000.00$ 14,000.00$ 14,000.00$ 20,000.00$ 20,000.00$ 14,826.77$ 14,826.77$ 5,000.00$ 5,000.00$ 36,000.00$ 36,000.00$ 12,535.00$ 12,535.00$ 1,000.00$ 1,000.00$ 35,000.00$ 35,000.00$
B30 Each 2 500.00$ 1,000.00$ 1,250.00$ 2,500.00$ 2,000.00$ 4,000.00$ 250.00$ 500.00$ 2,900.54$ 5,801.08$ 1,500.00$ 3,000.00$ 2,360.00$ 4,720.00$ 2,750.00$ 5,500.00$ 3,500.00$ 7,000.00$ 7,500.00$ 15,000.00$
B31 Estimate 1 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$ 30,000.00$
Sub-Total Schedule B 1,634,800.00$ 1,438,439.00$ 1,329,909.00$ 1,497,259.00$ 1,620,462.94$ 1,618,920.00$ 1,664,390.00$ 1,705,256.00$ 1,722,100.00$ 1,878,631.70$
Sales Tax 10.3%168,384.40$ 148,159.22$ 136,980.63$ 154,217.68$ 166,907.68$ 166,748.76$ 171,432.17$ 175,641.37$ 177,376.30$ 193,499.07$
Total Schedule B 1,803,184.40$ 1,586,598.22$ 1,466,889.63$ 1,651,476.68$ 1,787,370.62$ 1,785,668.76$ 1,835,822.17$ 1,880,897.37$ 1,899,476.30$ 2,072,130.77$
SCHEDULE C SURFACE WATER
C1 Estimate 1 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$
C2 Each 10 500.00$ 5,000.00$ 400.00$ 4,000.00$ 500.00$ 5,000.00$ 1,250.00$ 12,500.00$ 679.15$ 6,791.50$ 900.00$ 9,000.00$ 630.00$ 6,300.00$ 750.00$ 7,500.00$ 1,000.00$ 10,000.00$ 1,000.00$ 10,000.00$
C3 Lump Sum 1 5,000.00$ 5,000.00$ 1,500.00$ 1,500.00$ 8,000.00$ 8,000.00$ 4,000.00$ 4,000.00$ 4,074.37$ 4,074.37$ 500.00$ 500.00$ 3,340.00$ 3,340.00$ 5,000.00$ 5,000.00$ 15,000.00$ 15,000.00$ 130,000.00$ 130,000.00$
C4 Ton 15 50.00$ 750.00$ 100.00$ 1,500.00$ 95.00$ 1,425.00$ 128.00$ 1,920.00$ 1.77$ 26.55$ 30.00$ 450.00$ 76.00$ 1,140.00$ 81.40$ 1,221.00$ 80.00$ 1,200.00$ 100.00$ 1,500.00$
C5 Ton 110 40.00$ 4,400.00$ 10.00$ 1,100.00$ 53.00$ 5,830.00$ 30.00$ 3,300.00$ 0.01$ 1.10$ 24.00$ 2,640.00$ 45.00$ 4,950.00$ 39.55$ 4,350.50$ 60.00$ 6,600.00$ 60.00$ 6,600.00$
C6 Ton 50 40.00$ 2,000.00$ 18.00$ 900.00$ 55.00$ 2,750.00$ 85.00$ 4,250.00$ 0.01$ 0.50$ 75.00$ 3,750.00$ 71.00$ 3,550.00$ 94.75$ 4,737.50$ 60.00$ 3,000.00$ 70.00$ 3,500.00$
C7 Cubic Yard 30 300.00$ 9,000.00$ 225.00$ 6,750.00$ 550.00$ 16,500.00$ 195.00$ 5,850.00$ 327.25$ 9,817.50$ 175.00$ 5,250.00$ 344.00$ 10,320.00$ 245.50$ 7,365.00$ 125.00$ 3,750.00$ 300.00$ 9,000.00$
C8 Ton 112 200.00$ 22,400.00$ 135.00$ 15,120.00$ 198.00$ 22,176.00$ 170.00$ 19,040.00$ 240.07$ 26,887.84$ 171.00$ 19,152.00$ 257.00$ 28,784.00$ 217.50$ 24,360.00$ 175.00$ 19,600.00$ 240.00$ 26,880.00$
C9 Ton 52 180.00$ 9,360.00$ 135.00$ 7,020.00$ 154.00$ 8,008.00$ 130.00$ 6,760.00$ 150.83$ 7,843.16$ 200.00$ 10,400.00$ 173.00$ 8,996.00$ 235.00$ 12,220.00$ 150.00$ 7,800.00$ 250.00$ 13,000.00$
C10 Lump Sum 1 7,500.00$ 7,500.00$ 5,000.00$ 5,000.00$ 11,890.00$ 11,890.00$ 8,350.00$ 8,350.00$ 36,771.07$ 36,771.07$ 7,500.00$ 7,500.00$ 5,225.00$ 5,225.00$ 10,500.00$ 10,500.00$ 4,000.00$ 4,000.00$ 25,000.00$ 25,000.00$
C11 Linear Foot 430 140.00$ 60,200.00$ 86.00$ 36,980.00$ 93.00$ 39,990.00$ 150.00$ 64,500.00$ 238.65$ 102,619.50$ 180.00$ 77,400.00$ 132.00$ 56,760.00$ 207.75$ 89,332.50$ 185.00$ 79,550.00$ 170.00$ 73,100.00$
C12 Each 11 2,500.00$ 27,500.00$ 1,730.00$ 19,030.00$ 2,128.00$ 23,408.00$ 4,425.00$ 48,675.00$ 4,380.19$ 48,182.09$ 2,000.00$ 22,000.00$ 1,860.00$ 20,460.00$ 2,050.00$ 22,550.00$ 3,000.00$ 33,000.00$ 4,000.00$ 44,000.00$
C13 Each 4 3,000.00$ 12,000.00$ 4,750.00$ 19,000.00$ 5,079.00$ 20,316.00$ 7,198.00$ 28,792.00$ 16,715.59$ 66,862.36$ 4,800.00$ 19,200.00$ 4,175.00$ 16,700.00$ 4,185.00$ 16,740.00$ 8,500.00$ 34,000.00$ 6,500.00$ 26,000.00$
C14 Each 3 1,000.00$ 3,000.00$ 500.00$ 1,500.00$ 1,347.00$ 4,041.00$ 1,595.00$ 4,785.00$ 527.90$ 1,583.70$ 1,200.00$ 3,600.00$ 1,365.00$ 4,095.00$ 616.50$ 1,849.50$ 1,000.00$ 3,000.00$ 1,000.00$ 3,000.00$
C15 Linear Foot 430 5.00$ 2,150.00$ 3.50$ 1,505.00$ 7.00$ 3,010.00$ 12.00$ 5,160.00$ 14.21$ 6,110.30$ 5.00$ 2,150.00$ 2.00$ 860.00$ 4.15$ 1,784.50$ 9.00$ 3,870.00$ 10.00$ 4,300.00$
C16 Linear Foot 430 5.00$ 2,150.00$ 5.00$ 2,150.00$ 10.00$ 4,300.00$ 10.00$ 4,300.00$ 4.05$ 1,741.50$ 4.00$ 1,720.00$ 5.00$ 2,150.00$ 9.20$ 3,956.00$ 8.00$ 3,440.00$ 10.00$ 4,300.00$
C17 Each 2 1,200.00$ 2,400.00$ 2,000.00$ 4,000.00$ 4,986.00$ 9,972.00$ 5,700.00$ 11,400.00$ 9,667.68$ 19,335.36$ 1,000.00$ 2,000.00$ 9,015.00$ 18,030.00$ 2,970.00$ 5,940.00$ 6,800.00$ 13,600.00$ 5,000.00$ 10,000.00$
C18 Linear Foot 100 100.00$ 10,000.00$ 50.00$ 5,000.00$ 80.00$ 8,000.00$ 169.00$ 16,900.00$ 76.79$ 7,679.00$ 135.00$ 13,500.00$ 73.00$ 7,300.00$ 135.00$ 13,500.00$ 80.00$ 8,000.00$ 100.00$ 10,000.00$
C19 Square Yard 15 150.00$ 2,250.00$ 100.00$ 1,500.00$ 193.00$ 2,895.00$ 300.00$ 4,500.00$ 197.85$ 2,967.75$ 265.00$ 3,975.00$ 155.00$ 2,325.00$ 386.50$ 5,797.50$ 300.00$ 4,500.00$ 200.00$ 3,000.00$
C20 Linear Foot 20 180.00$ 3,600.00$ 200.00$ 4,000.00$ 115.00$ 2,300.00$ 80.00$ 1,600.00$ 254.96$ 5,099.20$ 255.00$ 5,100.00$ 205.00$ 4,100.00$ 100.50$ 2,010.00$ 180.00$ 3,600.00$ 400.00$ 8,000.00$
C21 Estimate 1 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$ 15,000.00$
Subtotal Sch C 230,660.00$ 177,555.00$ 239,811.00$ 296,582.00$ 394,394.35$ 249,287.00$ 245,385.00$ 280,714.00$ 297,510.00$ 451,180.00$
-$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Total Schedule C 230,660.00$ 177,555.00$ 239,811.00$ 296,582.00$ 394,394.35$ 249,287.00$ 245,385.00$ 280,714.00$ 297,510.00$ 451,180.00$
$ 2,464,565.90 $ 2,071,559.32 $ 2,249,365.60 $ 2,365,544.18 $ 2,374,081.79 $ 2,382,731.66 $ 2,489,002.82 $ 2,593,843.98 $ 2,695,542.30 $ 2,807,333.27
* Corrected for mathematical errors.
Construction Surveying, Staking, and As-Built Drawings
City of Renton Engineer's Estimate Raudenbush Earthworks, LLC RW Scott Const. Co. CR Construction, LLC NWCascade, Inc Johansen Const. Co., LLC Bayshore Const. Co.
Laser Underground and Earthworks,
Inc.
Mobilization & Demobilization (Maximum Bid 10% of Total of All Schedules Excluding Sales Tax)
Fury Site Works, Inc Marshbank Const., Inc
Controlled Density Fill
Project Temporary Traffic Control
Erosion Control and Water Pollution Control
Spill Prevention, Control and Countermeasure Plan and Implementation
Apprenticeship Incentive
Apprenticeship Penalty
Minor Changes
Site Specific Utility Potholing
Trench Excavation Safety Systems
Removal and Replacement of Unsuitable Foundation Material
Gravel Borrow for Trench Backfill
Crushed Surfacing Top Course
1-inch Water Service Connection
HMA Cl. 1/2-Inch PG 58H-22 for Final Trench Patch
HMA Cl. 1/2-Inch PG 58H-22 for Overlay
Ductile Iron Class 52 6-inch Diameter Restrained-Joint Water Pipe and Restrained-Joint Fittings with Polywrap
Ductile Iron Class 52 8-inch Diameter Restrained-Joint Water Pipe and Restrained-Joint Fittings with Polywrap
Ductile Iron Class 52 12-inch Diameter Restrained-Joint Water Pipe and Restrained-Joint Fittings with Polywrap
HDPE 24-Inch Diameter Casing Pipe and Stainless Steel Casing Spacers
Additional Restrained-Joint Ductile Iron Fittings
8-inch Gate Valve Assembly
12-inch Gate Valve Assembly
Fire Hydrant Assembly
1-inch Air and Vacuum Release Valve Assembly
Resolution of Utility Conflicts
Customer Side Water Service over 5 feet
Concrete for Thrust Blocking and Dead-Man Anchors
Connection to Existing Water Main
Abandon Existing Water Main including Cutting and Capping
Side Sewer Replacement
Remove and Replace Concrete Curb and Gutter
Remove and Replace Cement Concrete Sidewalk
Remove and Replace Cement Concrete Driveway
Remove and Replace Pavement Markings
Landscape and Private Property Restoration
Replacement of Survey Monument
Catch Basin - Type 1
Minor Changes
Site Specific Utility Potholing
Trench Excavation Safety Systems
Removal and Replacement of Unsuitable Foundation Material
Gravel Borrow for Trench Backfill
Crushed Surfacing Top Course
Controlled Density Fill
HMA Cl. 1/2-Inch PG 58H-22 for Final Trench Patch
HMA Cl. 1/2-Inch PG 58H-22 for Overlay
Removal of Existing Storm Drain Pipes, Structures and Obstructions
12-Inch Class 50 Ductile Iron Storm Pipe
Remove and Replace Cement Concrete Sidewalk
Side Sewer Replacement
Resolution of Utility Conflicts
Total of Schedules
A, B, & C
Catch Basin - Type 2
Round Solid Locking Frame and Lid
Testing Storm Sewer Pipe
CCTV Inspection
Connection to Drainage Structure
Remove and Replace Concrete Curb and Gutter
AG
E
N
D
A
I
T
E
M
#
7
.
e
)
CITY OF RENTON
BID TABULATION SHEET
Project:NE 12th St AC Water MAin Stormwater Replacement Project -CAG-25-075
Due Date:4/15/2025 -Bids due by2:00 pm -Opening at 3:00 pm (Via ZOOM)
Jonathan Chavez Abdoul Gafour
Bid Total from
Bidder Schedule of Prices
*Includes Sales Tax
Bayshore Construction Company
16821 Smokey Point Blvd.#808
Arlington $2,695,542.30
WA
98223
CR Construction
2 45127 SE 140th St
North Bend $2,408,230.28
WA
98045
Fury Site Works,Inc.
3 P.O.Box 2118
North Bend $2,374,081.79
WA
98045
Johansen Construction Co.
4 P.O.Box674
Buckley $2,593,843.98
WA
98321
Engineer’s Estimate 2,464,565.90
AGENDA ITEM #7. e)
CITY OF RENTON
BID TABULATION SHEET
Project:NE 12th St AC Water MAin Stormwater Replacement Project -CAG-25-075
Due Date:4/15/2025 -Bids due by2:00 pm -Opening at 3:00 pm (Via ZOOM)
Jonathan Chavez Abdoul Gafour
Bid Total from
Bidder Schedule of Prices
*lncludes Sales Tax
Laser Underground and Earthworks,Inc.
5 20417 87th Ave SE
Snohomish $2,807,333.27
WA
98296
Marshbank Construction,Inc.
6 P.O.Box 97
Lake Stevens $2,382,751.66
WA
98258
Northwest Cascade,Inc.
7 P.O.Box 73399 $2,489,002.82
P uya IIup
WA
98373
R.W.Scott Construction
8 4005 West Valley Hwy.Suite A
Auburn $2,249,365.60
WA
98001
Engineer’s Estimate 2,464,565.90
AGENDA ITEM #7. e)
CITY OF RENTON
BID TABULATION SHEET
Project:NE 12th St AC Water MAin Stormwater Replacement Project -CAG-25-075
Due Date:4/15/2025 -Bids due by2:00 pm -Opening at 3:00 pm (Via ZOOM)
Jonathan Chavez Abdoul Gafour
Bid Total from
Bidder
Raudenbush Earthworks
9 13108 155th LN SE
Rainier $2,071,559.32
WA
98576
Engineer’s Estimate 2,464,565.90
AGENDA ITEM #7. e)
Item Description Determination
1. A Proposal will be considered irregular and will be rejected if:
Criteria Met
(Per Below)
1.a. The bidder is not prequalified when so required;Not required for this project.
1.b. The authorized proposal form furnished by the Contracting Agency is not used or is altered.Authorized proposal form used.
1.c. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions;No edits to proposal conditions.
1.d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract;No edits to proposal conditions.
1.e. A price per unit cannot be determined from the bid proposal;Price per unit clearly identified.
1.f. The proposal form is not properly executed;
Proposal form submitted with bid.
Signed by Jacob Raudenbush, Owner.
1.g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6.Subcontractor list submitted with bid.
1.h.The bidder fails to submit or properly complete a Disadvantaged, Minority or Women’s Business Enterprise
Certification, if applicable, as required in Section 1-02.6; or Not applicable
1.i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation.Definite and unqualified offer.
1.j. More than one proposal is submitted for the same project from a Bidder under the same or different names.One proposal submitted.
Item Description Determination
2. A Proposal may be considered irregular and may be rejected if:
Criteria Met
(Per Below)
2.a. The Proposal does not include a unit price for every Bid item.Unit price included for every bid item.
2.b.Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the
potential detriment of the Contracting Agency;
All unit prices considered reasonable
and balanced.
2.c. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered;
Proposal form submitted with bid.
Signed by Jacob Raudenbush, Owner.
2.d. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions;No edits to proposal conditions.
2.e. Receipt of Addenda is not acknowledged;Receipt of Addenda acknowledged.
2.f.A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project
(in such an instance, both Bids may be rejected); or
No evidence that members of a joint
venture or partnership submitted
multiple proposals.
2.g. If the Proposal form entried are not made in ink.Proposal form entries made in ink.
NE 12TH ST AC WATER MAIN AND STORMWATER REPLACEMENT PROJECT
2025 WSDOT Standard Specifications 1-02.13 Irregular Proposals
L&I Doing Business As (DBA): Raudenbush Earthworks, LLC
City Special Provisions 1-02.13 Irregular Proposals
WA UBI No.: 604 878 848
License No.: RAUDEEL789J8
Entity Type: WA Profit Corporation
Bidder Assessment
CAG-25-075
Bid Opening: April 15, 2025
Bidder: Raudenbush Earthworks, LLC
CAG-24-060 Bidder Assessment (May 2024) Page 1 of 3
AGENDA ITEM #7. e)
NE 12TH ST AC WATER MAIN AND STORMWATER REPLACEMENT PROJECT
L&I Doing Business As (DBA): Raudenbush Earthworks, LLC
WA UBI No.: 604 878 848
License No.: RAUDEEL789J8
Entity Type: WA Profit Corporation
Bidder Assessment
CAG-25-075
Bid Opening: April 15, 2025
Bidder: Raudenbush Earthworks, LLC
Item DESCRIPTION Determination
1.A Bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility
criteria in RCW 39.04.350.
Criteria Met
(Per Below)
(1)Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a
responsible bidder and qualified to be awarded a public works project. The bidder must:
Criteria Met
(Per Below)
YES
L&I Acct ID:
370,602-01
Account is CURRENT
(1)(b) Have a current state unified business identifier number;
WA UBI:
604 878 848
(1)(c)If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in
Title 51 RCW;
Meets current requirements
per L&I
(1)(d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3);
No debarments have been issued
against this contractor
per L&I.
(1)(e)
If bidding on a public works project subject to the apprenticeship utilization requirements in RCW 39.04.320, not have
been found out of compliance by the Washington state apprenticeship and training council for working apprentices out
of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of
apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the date of the bid
solicitation;
Registered training agent
per L&I.
(1)(f)
Have received training on the requirements related to public works and prevailing wage under this chapter and
chapter 39.12 RCW. The bidder must designate a person or persons to be trained on these requirements. The training
must be provided by the department of labor and industries or by a training provider whose curriculum is approved by
the department. The department, in consultation with the prevailing wage advisory committee, must determine the
length of the training. Bidders that have completed three or more public works projects and have had a valid business
license in Washington for three or more years are exempt from this subsection. The department of labor and industries
must keep records of entities that have satisfied the training requirement or are exempt and make the records
available on its web site. Responsible parties may rely on the records made available by the department regarding
satisfaction of the training requirement or exemption; and
Exempt from this requirement
per L&I.
(1)(g)
Within the three-year period immediately preceding the date of the bid solicitation, not have been determined by a
final and binding citation and notice of assessment issued by the department of labor and industries or through a civil
judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082,
any provision of chapter 49.46, 49.48, or 49.52 RCW.
No lawsuits against the bond or savings
accounts during the previous 6 year
period per L&I.
(2)
Before award of a public works contract, a bidder shall submit to the contracting agency a signed statement in
accordance with chapter 5.50 RCW verifying under penalty of perjury that the bidder is in compliance with the
responsible bidder criteria requirement of subsection (1)(g) of this section. A contracting agency may award a contract
in reasonable reliance upon such a sworn statement.
Form submitted with bid. Signed by
Signed by Jacob Raudenbush, Owner.
2. A bidder may be deemed not responsible and the proposal rejected if:
Criteria Met
(Per Below)
2.a. More than one proposal is submitted for the same project from a bidder under the same or different names;One proposal submitted.
2.b.Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from
submitting further bids; No evidence of collusion.
2.c.
The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to
the extent that the bid exceeds the authorized prequalification amount as may have been determined by a
prequalification of the bidder;
Bidder considered to be qualified.
(1)(a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW;
City Special Provisions 1-02.14 Disqualification of Bidder
RCW 39.04.350
CAG-24-060 Bidder Assessment (May 2024) Page 2 of 3
AGENDA ITEM #7. e)
NE 12TH ST AC WATER MAIN AND STORMWATER REPLACEMENT PROJECT
L&I Doing Business As (DBA): Raudenbush Earthworks, LLC
WA UBI No.: 604 878 848
License No.: RAUDEEL789J8
Entity Type: WA Profit Corporation
Bidder Assessment
CAG-25-075
Bid Opening: April 15, 2025
Bidder: Raudenbush Earthworks, LLC
2.d.
An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for
others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal
employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise
utilization;
No evidence of unsatisfactory
performance.
2.e.There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion
of the Work bid upon; No evidence of uncompleted work.
2.f. The bidder failed to settle bills for labor or materials on past or current contracts; No evidence of unsettled bills.
2.g.The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous
public contract;
No evidence of failure to complete a
public contract.
2.h. The bidder is unable, financially or otherwise, to perform the Work;
No evidence of inability to perform the
Work.
2.i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27);
Meets current requirements
per L&I.
2.j.The Bidder owes delinquent taxes to the Washington State Department of Revenue without a payment plan approved
by the Department of Revenue;No evidence of delinquent taxes.
2.k. The Bidder is currently debarred or suspended by the Federal government;
No debarments have been issued
against this contractor
per SAM.gov.
2.l. There are any other reasons deemed proper by the Contracting Agency. No other reasons for rejection.
Valid Contractor's License? Yes
Any Tax Debts during previous 6 year period? No
Any License Violations during previous 6 year period?
No
(however, did have violations due
to fall protection, but violation
being appealed)
Valid Worker's Comp Account? Yes
CAG-24-060 Bidder Assessment (May 2024) Page 3 of 3
AGENDA ITEM #7. e)
Client City of Renton City of Enumclaw City of Auburn
Project
Renton Downtown Utility Improvement
Project SR 410 Sewermain Replacement Auburn 16
Project Amount $10,555,986.64 $2,050,200.60 $9,132,070.22
Year 2021 2022 2021
Contact
Michael Benoit
425-430-7206 Lance Talmadge 360-615-5740 Jamie Roberts 253-266-2143
Location Renton, WA Enumclaw, WA Auburn, WA
Type of Work
Water, sewer, and storm main
replacement Sewer main replacement
Water, sewer, and storm main
replacement
Satisfied with their performance?YES YES YES
Uncompleted work or unsettled bills?NO NO NO
Other concerns?NO NO NO
Date of Call 04/17/2025 04/18/2025 04/18/2025
Bond Company Name The Ohio Casualty Insurance Company
Bond Company Contact Christopher Fix
Bid Amount $2,071,559.32
Minimum Bond Amount Required $103,577.97
Verification
Bid bond valid, verified via phone call on
4/17/2025 at 2:35PM. I called 206-361-
9693. Also obtained email verification.
BID BOND VERIFICATION FOR RAUDENBUSH EARTHWORKS
Bidder Assessment
REFERENCE CHECK FOR RAUDENBUSH EARTHWORKS
Windsor Hills Utility Improvements
CAG-24-060
Bid Opening: April 30, 2024
AGENDA ITEM #7. e)
1
CITY OF RENTON, WASHINGTON
ORDINANCE NO. ________
AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AMENDING THE CITY’S
2024 ZONING MAP OF A CERTAIN PROPERTY WITHIN THE CITY OF RENTON (101
SW 41ST ST; KING COUNTY PARCEL NO. 3926800040) FROM COMMERCIAL
OFFICE (CO) TO COMMERCIAL ARTERIAL (CA), AUTHORIZING CORRECTIONS,
PROVIDING FOR SEVERABILITY, AND ESTABLISHING AN EFFECTIVE DATE.
WHEREAS, the Council has heretofore adopted and filed Development Regulations and
the Council has implemented and amended the Development Regulations from time to time,
together with the adoption of various codes, reports and records; and
WHEREAS, on January 15, 2025, the City accepted an application from William Millhollin,
Northwest Permit, to amend the City of Renton zoning map to change the zoning classification
of King County Parcel No. 3926800040 (“Subject Property”) from Commercial Office (CO) to
Commercial Arterial (CA); and
WHEREAS, the Subject Property is 59,417 square feet (1.36 acres) in size and is located at
101 SW 41st Street, Renton, WA 98057; and
WHEREAS, pursuant to the City of Renton's Environmental Ordinance and SEPA (RCW
43.21C, 1971 as amended), on February 10, 2025 the Environmental Review Committee issued a
Determination of Non-Significance (DNS) for the zoning map amendment for the subject
property; and
WHEREAS, the subject property is located within the Employment Area (EA)
Comprehensive Plan Land Use Designation, which includes the Commercial Office (CO) and
Commercial Arterial (CA) zoning classifications; and
AGENDA ITEM # 9. a)
ORDINANCE NO. ________
2
WHEREAS, this matter was duly referred to the Hearing Examiner for investigation and
study, and the matter was considered by the Hearing Examiner; and
WHEREAS, the Hearing Examiner held a public hearing on March 18, 2025, duly
considered all relevant matters, and heard all parties in support or opposition, who issued
Findings of Fact, Conclusions of Law, and a Recommendation on April 9, 2025, and subsequently
forwarded a recommendation to the City Council;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DO
ORDAIN AS FOLLOWS:
SECTION I. The City Council hereby affirms and adopts the Hearing Examiner Findings
of Fact, Conclusions of Law, and Recommendation, attached hereto as Attachment A.
SECTION II. The official City of Renton Zoning Map is hereby amended as set forth in
page 4 of Attachment B, attached hereto.
SECTION III. If any section, subsection, sentence, clause, phrase, or word of this
ordinance should be held to be invalid or unconstitutional by a court of competent jurisdiction,
such invalidity or unconstitutionality thereof shall not affect the constitutionality of any other
section, subsection, sentence, clause, phrase, or word of this ordinance.
SECTION IV. This ordinance shall be in full force and effect five (5) days after publication
of a summary of this ordinance in the City’s official newspaper. The summary shall consist of this
ordinance’s title.
AGENDA ITEM # 9. a)
ORDINANCE NO. ________
3
PASSED BY THE CITY COUNCIL the day of , 2025.
Jason A. Seth, City Clerk
APPROVED BY THE MAYOR this day of , 2025.
Armondo Pavone, Mayor
Approved as to form:
Shane Moloney, City Attorney
Date of Publication:
CED:25ORD008:04.24.2025
AGENDA ITEM # 9. a)
A
ATTACHMENT A
FINDINGS OF FACT, CONCLUSIONS OF LAW AND RECOMMENDATION
HEARING EXAMINER FILE NO. PR24-000002
AGENDA ITEM # 9. a)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
REZONE - 1
CAO VARIANCE - 1
BEFORE THE HEARING EXAMINER FOR THE CITY OF RENTON
SW 41st St. Rezone
Rezone
File No. PR24-000002
FINDINGS OF FACT, CONCLUSIONS OF
LAW AND RECOMMENDATION
Summary
Kana Properties LLC seeks approval of rezone from Commercial Office (CO) to Commercial Arterial
CA) for 1.36 acres located at the southwest corner of the intersection of SW 41st St. and East Valley
Road. It is recommended that the City Council approve the rezone.
The project site is currently developed with an existing 15,104 square foot multi-tenant retail
building. The proposed rezone is not associated with proposed development. Properties to the north
and east are also zoned CA. The Applicant requests the rezone because demand for office space has
substantially decreased since the pandemic. A rezone to CA would broaden the range of retail uses
allowed at the rezone site.
AGENDA ITEM # 9. a)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
REZONE - 2
CAO VARIANCE - 2
Testimony
Jill Ding, senior planner, summarized the staff report. William Millhollin, Applicant representative,
noted that the purpose of the rezone was to expand the range of authorized retail uses.
Exhibits
Twelve exhibits as identified in the City staff exhibit list presented during the March 18, 2025 hearing
were admitted into evidence.
FINDINGS OF FACT
Procedural:
1. Applicant. William Millhollin, Northwest Permit, 1026 SW 151st St, Burien, WA 98166.
2. Hearing. A virtual hearing was held on the application at 11:00 am on March 18, 2025 in the
City of Renton Council Chambers.
3. Project Description. Kana Properties LLC seeks approval of rezone from Commercial Office
CO) to Commercial Arterial (CA) for 1.36 acres located at the southwest corner of the intersection of
SW 41st St. and East Valley Road. The requested rezone is intended to accommodate expanded retail
use types to align with the current use demand of the neighborhood. The proposed rezone is not
associated with a proposed development at this time. The project site is currently developed with an
existing 15,104 square foot multi-tenant retail building.
4. Surrounding Uses. The project site is surrounded by office and retail use. Properties to the
north and east are zoned CA and to the south and west are zoned CO.
5. Adverse Impacts. There are no significant adverse impacts associated with the proposal. On
February 10, 2025 the Environmental Review Committee issued a Determination of Non-
Significance (DNS) for the rezone (Exhibit 5). The proposed rezone will enable a wider range of
retail uses, which in turn could increase trip generation. The proposal fronts two collector arterials --
SW 41st St along the north property line and East Valley Road along the east property line. As such,
it is will located for enhanced retail use. As outlined in the staff report, the project site is fully served
by all necessary utilities, including water, sewer and stormwater. The project site is mapped within a
seismic hazard area. The City’s critical area regulations will mitigate against any impacts arising
from the hazard area for any proposed redevelopment. The property is also surrounded on two sides
by properties zoned with the requested CA zoning designation and so is compatible with surrounding
development.
6. Changed Circumstances. Conditions have substantially changed since the property was zoned
CO. The applicant notes that there has been a dramatic reduction in demand for office space since
the pandemic, especially office space in retail strip mall. The project site is currently developed with a
AGENDA ITEM # 9. a)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
REZONE - 3
CAO VARIANCE - 3
multi-tenant retail building. The CA zoning designation would allow for a broader range of retail
uses within the existing retail building than the current CO zoning designation would allow.
Conclusions of Law
1. Authority. The hearing examiner is required to hold a hearing and issue a recommendation to
the City Council on site specific rezones.
RMC 4-8-080(G) classifies site specific rezones not necessitating a comprehensive plan amendments
as a Type IV application. Type IV applications require a hearing and recommendation from the
hearing examiner with final approval by the City Council.
2. Zoning/Comprehensive Plan. The site is designated Employment Area (EA) on the City’s
Comprehensive Plan Map. It’s zoning is CO.
3. Review Criteria. Rezone criteria are set by RMC 4-9-180F.2. Those criteria are quoted
below in italics and applied via corresponding conclusions of law.
RMC 4-9-180F.2a. The rezone has merit and value for the community, and will not adversely affect
public health, safety, and welfare;
4. Criterion met. The rezone will serve to expand the range of retail uses authorized at a
location that is suited for the proposal. In this regard it adds value to the community. As determined
in Finding of Fact No. 5 it also creates no significant adverse impacts and so will not adversely affect
public health, safety and welfare.
RMC 4-9-180F.2b. The rezone will not be materially detrimental to the uses or properties located in
the immediate vicinity thereof;
5. Criterion met. As determined in Finding of Fact No. 5 the proposal creates no significant
adverse impacts and so will not be materially detrimental to the uses and properties located in the
immediate vicinity.
RMC 4-9-180F.2c. Since the original zoning or most recent rezone of the subject property,
conditions affecting the subject property have substantially changed as a result of, but not limited to,
public improvements or permitted private development;
6. Criterion met. The criterion is met for the reasons identified in Finding of Fact 6.
RMC 4-9-180F.2d. The property subject to rezone was not specifically considered for a rezone at
the time of the last area land use analysis and area zoning;
AGENDA ITEM # 9. a)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
REZONE - 4
CAO VARIANCE - 4
7. Criterion met. The criterion is met. The subject property was not considered for a rezone at
the time of the last area land use analysis and area rezoning, and specifically was not considered with
its neighboring parcels in Ordinance 5832.
RMC 4-9-180F.2e. The characteristics of development upon the land subject to the rezone
application are compatible with the purpose and intent of the proposed zone as well as the zone-
specific policy of the proposed zone, as provided by the Comprehensive Plan; and
8. Criterion met. The criterion is met. The proposed CA zone, like the current CO zone, is an
implementing zone of the underlying Employment Area comprehensive plan land use map
designation per pages 12 and 13 of the Comprehensive Plan. One of the purposes of the CA zone is
to provide for “a wide variety of retail sales, services, and other commercial activities along high-
volume traffic corridors” per RMC 4-2-020N. The existing multi-tenant building at the rezone site,
bordered by two primary arterials, is well suited to accommodate this type of use.
RMC 4-9-180F.2f. The rezone does not conflict with the governing Community Plan, if one was
adopted for the Community Planning Area in which the property subject to the rezone is located.
9. Criterion met. The subject property is located in the Valley Community Plan area and no
governing Community Plan has been adopted. Therefore, the rezone does not conflict with any
governing Community Plan.
RECOMMENDATION
It is recommended that the City Council approve Rezone File No. PR24-000002 for the reasons
identified in the conclusions of law above.
DATED this 9th day of April 2025.
City of Renton Hearing Examiner
AGENDA ITEM # 9. a)
CITY OF RENTON
DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT
HEARING EXAMINER DECISION
EXHIBITS
Project Name:
SW 41st St Rezone
Land Use File Number:
LUA24-000281, ECF, R
Date of Hearing
March 18, 2025
Staff Contact
Jill Ding
Senior Planner
Project Contact/Applicant
William Millhollin
Northwest Permit
1026 SW 151st St, Burien,
WA 98166
Project Location
101 SW 41st St, Renton,
WA 98057 (APN
3926800040)
The following exhibits are included with the Hearing Examiner Decision:
Exhibits 1-3: As shown in the Environmental Review Committee (ERC) Report
Exhibit 4-9: As shown in the Staff Report to the Hearing Examiner
Exhibit 10: Staff PowerPoint
Exhibit 11: COR Maps, http://rp.rentonwa.gov/Html5Public/Index.html?viewer=CORMaps
Exhibit 12: Google Earth, https://www.google.com/earth/
AGENDA ITEM # 9. a)
ORDINANCE NO. ________
B
ATTACHMENT B
MAP OF REZONED PROPERTY
AGENDA ITEM # 9. a)
Dav
i
s
A
v
e
S
E V
a
l
l
e
y
H
w
y
Valley
Medical
CenterAccessRd
SR
1
6
7
S 43rd StSW 43rd St
SW 41st St
88
t
h
A
v
e
S
SW 39th St
Lind
Ave
SW
Access
Rd
S
R
1
6
7
R
a
m
p
Ea
s
t
V
a
l
l
e
y
R
d
Site
Parcels
City Limits
°0 225 450
Feet
Exhibit 1
Vicinity
SW 41st St Rezone
Kent
167
AG
E
N
D
A
I
T
E
M
#
9
.
a
)
Dav
i
s
A
v
e
S
E V
a
l
l
e
y
H
w
y
V
a
l
l
e
y
M
edical
Center
AccessRd
S 43rd StSW43rdSt
SW 41st St
88
t
h
A
v
e
S
SW 39th St
Lind
Ave
SW
Ac
c
e
s
s
R
d
Ea
s
t
V
a
l
l
e
y
R
d
Site
Parcels
City Limits
°0 225 450
Feet
Exhibit 2
Aerial
SW 41st St Rezone
Kent
167
AG
E
N
D
A
I
T
E
M
#
9
.
a
)
Dav
i
s
A
v
e
S
E V
a
l
l
e
y
H
w
y
Valley
Medical
CenterAccessRd
SR
1
6
7
S 43rd StSW 43rd St
SW 41st St
88
t
h
A
v
e
S
SW 39th St
Lind
Ave
SW
Ac
c
e
s
s
R
d
S
R
1
6
7
R
a
m
p
Ea
s
t
V
a
l
l
e
y
R
d
CA
COCO
CA
CO
IM
IM
IL
CO
IL
R-6
CA
R-1
IM
CO
CA
Site
City Limits
Zoning
R-1: Residential 1 DU/
Acre
R-6: Residential 6 DU/
Acre
CA: Commercial Arterial
CO: Commercial Office
IL: Industrial Light
IM: Industrial Medium
°0 225 450
Feet
Exhibit 3
Current Zoning
SW 41st St Rezone
Kent
167
AG
E
N
D
A
I
T
E
M
#
9
.
a
)
Dav
i
s
A
v
e
S
E V
a
l
l
e
y
H
w
y
Valley
Medical
CenterAccessRd
SR
1
6
7
S 43rd StSW 43rd St
SW 41st St
88
t
h
A
v
e
S
SW 39th St
Lind
Ave
SW
Ac
c
e
s
s
R
d
S
R
1
6
7
R
a
m
p
Ea
s
t
V
a
l
l
e
y
R
d
CA
COCO
CA
CO
IM
IM
IL
CO
IL
R-6
CA
R-1
IM
CO
CA
Site
City Limits
Zoning
R-1: Residential 1 DU/
Acre
R-6: Residential 6 DU/
Acre
CA: Commercial Arterial
CO: Commercial Office
IL: Industrial Light
IM: Industrial Medium
°0 225 450
Feet
Exhibit 4
Proposed Zoning
SW 41st St Rezone
Kent
CAChange from CO to CA
167
AG
E
N
D
A
I
T
E
M
#
9
.
a
)
Legal Description:
LOT 4, KOLL BUSINESS CENTER/RENTON, ACCORDING TO THE PLAT THEROF, RECORDED IN
VOLUME 114 OF PLATS, PAGE(S) 15 AND 16, IN KING COUNTY, WASHINGTON.
AGENDA ITEM # 9. a)