Loading...
HomeMy WebLinkAboutFinal Agenda Packet CITY OF RENTON AGENDA - City Council Regular Meeting 7:00 PM - Monday, June 2, 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) LGBTQIA+ Pride Month - June 2025 4. ADMINISTRATIVE REPORT a) Administrative Report 5. AUDIENCE COMMENTS  All remarks must be addressed to the Council as a whole, if a response is requested please provide your name and address, including email address, to the City Clerk to allow for follow-up.  Speakers must sign-up prior to the Council meeting.  Each speaker is allowed three minutes.  When recognized, please state your name & city of residence for the record. NOTICE to all participants: Pursuant to state law, RCW 42.17A.555, campaigning for or against any ballot measure or candidate in City Hall and/or during any portion of the council meeting, including the audience comment portion of the meeting, is PROHIBITED. 6. CONSENT AGENDA The following items are distributed to Councilmembers in advance for study and review, and the recommended actions will be accepted in a single motion. Any item may be removed for further discussion if requested by a Councilmember. a) Approval of Council Meeting minutes of May 19, 2025. Council Concur b) AB - 3844 Mayor Pavone recommends confirmation of his reappointments of the following individuals to the Renton Municipal Arts Commission: Susan Jessick with a term expiring December 31, 2026; and Brianna Burroughs, Duffy Delgado and Evelyn Reingold with terms expiring December 31, 2027. Council Concur c) AB - 3839 Mayor Pavone recommends confirmation of his appointments of the following individuals to the Renton Municipal Arts Commission: Sujata Acharya and Brook Ciquera for terms expiring December 31, 2027; and Alycia Ruiz for a term expiring December 31, 2028. Refer to Community Services Committee d) AB - 3850 Community & Economic Development Department submits additional items for the 2025 Title IV Docket #20. These items will be reviewed by the Planning Commission which will present code revisions to Council. Refer to Planning & Development Committee e) AB - 3825 Executive Services Department recommends adoption of a resolution supporting the placement of the 2026-2031 countywide Medic One/Emergency Medical Services Levy proposal on the November 2025 ballot. Refer to Committee of the Whole f) AB - 3849 Finance Department submits an amended reorganization request to convert a Senior Finance Analyst (M25 step C) to Financial Operations Supervisor (M27 step D) effective June 16, 2025. The additional cost is approximately $12,000 over the biennium and will be absorbed by the department's current budget. Refer to Finance Committee g) AB - 3836 Parks & Recreation Department recommends approval of an Option to Purchase Agreement with R. and L. Cook, for 2712 Duvall Ave NE, in the amount of $2,000 in order to expand a key portion of the planned Northeast Renton Park. Refer to Finance Committee h) AB - 3851 Public Works Facilities Division recommends execution of Amendment No. 1 to CAG-23-147, contractor Washington State Department of Enterprise Services, in the amount of $2,958,967 to complete the McKinstry Energy Services Company Phase 4 Energy Efficiency Upgrades project; and requests approval of additional appropriations of $1,440,442 to cover the budget gap. Refer to Finance Committee i) AB - 3852 Public Works Facilities Division recommends execution of an agreement with Schindler Elevator, doing business as (DBA) Eltec Systems, in the amount of $82,132.32 for the repair of elevator car number two at the City Center Parking Garage which was damaged by arson; and approval of additional appropriations of $42,044.24 to cover the budget gap. Refer to Finance Committee j) AB - 3842 Public Works Utility Systems Division reports bid opening on May 8, 2025 for CAG-25-090 Sanitary Sewer Replacement Project Phase 2, and recommends awarding the contract to the lowest responsible and responsive bidder, Northwest Cascade, Inc., in the amount of $2,855,293.08. Council Concur k) AB - 3846 Public Works Utility Systems Division recommends execution of the Agreement on the Temporary Transfer of Sewer Service Area, with Skyway Water and Sewer District, for the purpose of serving two properties located at 12804 and 12836 80th Ave S which are within the city's wastewater service area but outside current city limits. Refer to Utilities Committee 7. UNFINISHED BUSINESS Topics listed below were discussed in Council committees during the past week. Those topics marked with an asterisk (*) may include legislation. Committee reports on any topics may be held by the Chair if further review is necessary. a) Transportation Committee: 1) Temporary Road Closure of NE 44th Street*, 2) Temporary Road Closure South 7th Street* 8. LEGISLATION Resolutions: a) Resolution No. 4554: Temporary Road Closure of NE 44th St (See Item 7.a) b) Resolution No. 4555: Temporary Road Closure of 7th Street (Burnett Ave S & Smithers Ave S) (See Item 7.a) 9. NEW BUSINESS (Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more information.) 10. ADJOURNMENT COMMITTEE OF THE WHOLE MEETING AGENDA (Preceding Council Meeting) 5:00 p.m. - 7th Floor - Conferencing Center 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,the month of June was designated Pride Month to honor the 1969 Stonewall Riots, universally acknowledged as the catatyst of the Lesbian,Gay,Bisexuat,Transgender,Queer, Intersex,and Asexuat fLGBTQIA+)rights movement;and WHEREAS,Washington State and King County have remained at the forefront in safeguarding the civil rights of our lesbian,gay,bisexual,transgender,queer,intersex,and asexual community members,coworkers,friends,and family;and WHEREAS,acknowledging the progress achieved thus far,we recognize the need for continued efforts toward greater equality and inclusion;and WHEREAS,the City of Renton,through active partnership and communication with residents, businesses,and educational institutions,commits itself to fostering an inclusive environment through challenging times and evolving environments that affords opportunities for all;and WHEREAS,lesbian,gay,bisexual,transgender,queer,intersex,and asexual residents enrich the culturaltapestry of our community,generously giving their time,talent,labor,and financial support to various community organizations;and WHEREAS,to express our solidarity with the LGBTQIA+community,the pride flag will be proudly displayed at Renton City Hall from June 2-6,2025; NOW THEREFORE,I,Armondo Pavone,Mayor of the City of Renton,do hereby proclaim June 2025to be LGBTQIA+PRIDE MONTH in the City of Renton,and I encourage all residents to join in this special observance,recognizing and celebrating the contributions of LGBTQIA+individuals within our community. IN WITNESS THEREOF,I have hereunto set my hand and caused the seal of the City oenton to be affixed this 2nd day of June 2025. Armondo Pavone,Mayor City of Renton,Washington PROCLAMATION 1055 S Grady Way,Renton,WA 98057 II rentonwa.gov AGENDA ITEM #3. a) Mayor’s Office Memorandum DATE: May 28, 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 • Renton’s Community and Economic Development Department was recently awarded a Vision 2050 Award for its Scope of Environmental Impact Statement Rainier/Grady Junction Planned Action by the Puget Sound Regional Council. • Get ready to kick off the 24th season of the Renton Farmers Market Tuesday, June 2, 3-7 p.m. The Market is moving to a new temporary location, one block up to Williams Avenue South between South 2nd Street and South 3rd Street. Enjoy fun for the whole family with kids’ activities, live music, and over 60 vendors offering Washington grown produce, honey, meats, cheeses, baked goods, flowers, and crafts. Free parking is available at the City Center Parking Garage (enter at 655 South 2nd Street). The Market runs every Tuesday, rain or shine through September 30. We can’t wait to welcome everyone for a fresh season full of local flavor. For more information visit www.rentonfarmersmarket.com or find us on Facebook and Instragram. • Recycle your mattresses, box springs, cardboard, and Styrofoam Saturday, June 7. The event takes place in the Renton Technical College parking lot (NE 6th Place and Monroe Avenue NE) between 10 a.m.-2 p.m. For more information visit www.rentonwa.gov/recycleevents. • The Public Works Department’s Sustainability and Solid Waste Division has developed the city’s first Zero Waste Plan. Help move Renton toward achieving “zero waste” by increasing reuse, recycling, and composting. Visit https://yourvoice.rentonwa.gov/zero-waste-plan to view the Plan and submit your feedback before June 30. • Applications are now available for the Utility Tax Rate Rebate program. Those 61 or older and/or permanently disabled and meet other program criteria may qualify. Visit rentonwa.gov/utility billing or stop by the Renton City Hall lobby to pick up an application. Applications will be accepted until June 15. AGENDA ITEM #4. a) James Alberson, Jr., Council President Members of the Renton City Council Page 2 of 2 May 28, 2025 • 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, June 2 through Friday, June 6, 8:00am-3:00pm. Intermittent lane closure on S 21st St at Smithers Ave S for construction work. Approved traffic control plans were issued for all work and will be followed. Questions may be directed to Joel McCann, 425-757-9595.  Monday, June 2 through Friday, June 6, 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, June 2 through Friday, June 6, 8:00am-3:00pm. Intermittent lane closure on Rainier Ave N between S 3rd St and Airport Way 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, June 2 through Friday, June 6, 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, June 2 through Friday, June 6, 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. AGENDA ITEM #4. a) May 19, 2025 REGULAR COUNCIL MEETING MINUTES CITY OF RENTON MINUTES - City Council Regular Meeting 7:00 PM - Monday, May 19, 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 (attended remotely) Ryan McIrvin, Council Position No. 4 Ed Prince, Council Position No. 5 Ruth Pérez, Council Position No. 6 Kim-Khánh Vǎn, Council Position No. 7 Councilmembers Absent: ADMINISTRATIVE STAFF PRESENT Armondo Pavone, Mayor Ed VanValey, Chief Administrative Officer Cheryl Byer, Senior Assistant City Attorney Jason Seth, City Clerk Ron Straka, Public Works Utility Systems Director Jim Seitz, Public Works Transportation Systems Director Abdoul Gafour, Utility Engineering Manager Keith Woolley, Civil Engineer 3 Eric Perry, Government Affairs Manager Commander Dan Figaro, Police Department Attended Remotely: Kimberly Register, Chief of Staff - temp Kristi Rowland, Deputy CAO Rob Shuey, Development Services Director AGENDA ITEM #6. a) May 19, 2025 REGULAR COUNCIL MEETING MINUTES PROCLAMATIONS National Public Works Week - May 18 - 24, 2024: A proclamation by Mayor Pavone was read declaring May 18 - May 24, 2025, to be National Public Works Week in the City of Renton and encouraging all residents to recognize the contributions public works professionals make every day to protect our health, safety, comfort, and quality of life. Ron Straka, Public Works Utility Systems Director, accepted the proclamation with appreciation. MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL CONCUR TO ADOPT THE PROCLAMATION AS PUBLISHED. CARRIED. Safe Boating and Paddling Week - May 17 - 23, 2025: A proclamation by Mayor Pavone was read declaring May 17 - May 23, 2025, to be Safe Boating and Paddling Week in the City of Renton and encouraging all residents to join in this special observance. Debra Alderman and other U.S. Coast Guard Auxiliary members accepted the proclamation with appreciation. MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL ADOPT THE PROCLAMATION AS PUBLISHED. 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: • Kids ages 6-12 can enjoy Kids Night Out, Friday, May 23 from 4-8 p.m. at the Highlands Neighborhood Center. Enjoy an evening of arts and crafts, gym games, and a pizza party. Cost for residents is $15; non-residents $19. To register and secure your spot visit rentonwa.gov/register. • Get outdoors. Join the Kids in Parks TRACK Trail program at Cedar River Trail Park, 1060 Nishiwaki Lane. Learn about animals, trees, salmon, and more. Free self-guided educational brochures available for kid-friendly nature walks on the Cedar River Trail. Best of all, earn free prizes by tracking your adventures on kidsinparks.com. • Remember and honor our Veterans at the Memorial Day Ceremony, Monday, May 26 at 1 p.m. at Veteran’s Memorial Park, 1000 South Third Street. Parking is available at the 200 Mill Building. • Save the date! The Renton Farmers Market opens Tuesday, June 3 at 3 p.m. in its new location at South 2nd Street and Williams Avenue South. Enjoy fresh, seasonal produce, flowers, snacks, and more. The Market runs weekly until September 30. • 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. AUDIENCE COMMENTS • Kitty Becker, Renton, explained that she is the Executive Director for Sustainable Renton, and spoke about the organization's mission. She invited everyone to attend a fundraiser on May 31, 2025, at Luther's Table. AGENDA ITEM #6. a) May 19, 2025 REGULAR COUNCIL MEETING MINUTES • Angie Laulainen, Renton, expressed concern over the Renton School District's use of eminent domain for the Renton High School expansion project. She asked that the City Attorney weigh in on this issue. • Patrick Tefft and Hao Duong, Renton, spoke about their organization Helping Link. They explained that this organization aids refugees from South Vietnam. • Brian Do, Renton, explained that at a recent event celebrating Asian American, Native Hawaiian, and Pacific Islander Month, the city displayed the current Vietnamese flag and not the yellow flag with three red stripes representing South Vietnam. He explained why it was important to use the correct flag and requested an apology. Mayor Pavone apologized for the incident and noted that no malice was intended, and that the city did not want to cause any issues for Renton's Vietnamese community. • Paul Dutton, Renton, expressed concern about speeding on NE 4th St. He noted that he had raised this concern over 18 months ago and it has yet to be addressed. • Paul Beussly, Renton, spoke about the South Vietnamese refugee experience and noted that the city should have displayed the correct flag at the recent Asian American, Native Hawaiian, and Pacific Islander Month event. • Sheryl Friesz, Renton, spoke about tragic accident that occurred near the Sartori school in downtown Renton. She urged officials to do more to protect pedestrians. • Gabriel Jones, Renton, spoke about a recent experience where he saved someone from a drug overdose by using Narcan. He urged officials to provide more community training on the use of Narcan so that more lives can be saved. • Tristan Kochen, Renton, spoke about traffic and pedestrian safety issues. He stated that after an incident the focus is generally about fault. He urged officials to instead think about road design options that could prevent incidents in the future. • Linh Nguyen, Renton, also spoke about the use of the incorrect Vietnamese flag at a recent city event. He asked Council to use the correct flag moving forward. 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 12, 2025. Council Concur. b) AB - 3833 Mayor Pavone recommended confirmation of his reappointments of Shannon Matson and Jeffrey Kelly to the Planning Commission with terms expiring June 30, 2028. Council Concur. c) AB - 3838 Community & Economic Development Department reported bid opening on May 6, 2025, for CAG-25-044, World Cup Legacy Square Phase 1 project, and recommends awarding the contract to the lowest responsive and responsible bidder, Active Construction, Inc., in the amount of $1,501,501. Council Concur. d) AB - 3827 Public Works Facilities Division requested authorization to hire a Public Works Facilities Maintenance Custodian Supervisor at pay grade a23, step E and increase the division's budget by $7,482 to absorb the increase in 2026. Refer to Finance Committee. AGENDA ITEM #6. a) May 19, 2025 REGULAR COUNCIL MEETING MINUTES e) AB - 3841 Public Works Maintenance Services requested authorization to purchase an Elgin Crosswind M-2 Sweeper, in the amount of $451,686.69 using Sourcewell contract #093021, to replace a 2015 Elgin Crosswind Sweeper used by the Maintenance Division for removing sand and debris from city streets and repair sites. Council Concur. f) AB - 3834 Public Works Transportation Systems Division recommended adoption of a resolution authorizing the intermittent closures of Burnett Ave S and Smithers Ave S, for up to three weeks beginning June 3, 2025, over a six-week period, for the installation of a sidewalk and two-way cycle track as part of the S 7th St Corridor Improvements project. Refer to Transportation (Aviation) Committee. g) AB - 3835 Public Works Transportation Systems Division recommended adoption of a resolution authorizing the temporary full closure of NE 44th St between N 43rd St and I-405 between June 6, 2025, and June 9, 2025, for the purpose of lowering NE 44th St to final elevation west of I-405. Refer to Transportation (Aviation) Committee. h) AB - 3826 Public Works Transportation Systems Division recommended execution of Supplement No. 3 to CAG-22-164, contractor Perteet, Inc., in the amount of $1,454,268.03 for continued construction management services for the Rainier Ave S Corridor Improvement - Phase 4 project; and approve additional appropriations in the amount of $1,454,286.03. Refer to Finance Committee. i) AB - 3821 Public Works Utility Systems Division recommended execution of the Recreation and Conservation Grant with Washington State Department of Fish and Wildlife to accept $412,500 in grant funds, with a $137,500 City match, for a total of $550,000 for the Panther Creek at Talbot Road S. Culvert Replacement project. Refer to Finance Committee. j) AB - 3832 Public Works Utility Systems Division reports bid opening on May 1, 2025, for the Maplewood Creek and Madsen Creek Sediment Basin Cleaning Project 2025-2026, and recommends awarding the contract to the lowest responsive and responsible bidder, OMA Construction, Inc., in the amount of $432,155.40. Council Concur. 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 approve the 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. MOVED BY MCIRVIN, SECONDED BY PÉREZ, COUNCIL CONCUR IN THE COMMITTEE RECOMMENDATION. CARRIED. LEGISLATION Ordinance for second and final reading: AGENDA ITEM #6. a) May 19, 2025 REGULAR COUNCIL MEETING MINUTES a) Ordinance No. 6159: 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. MOVED BY PRINCE, SECONDED BY MCIRVIN, COUNCIL ADOPT THE ORDINANCE AS READ. ROLL CALL: ALL AYES. CARRIED. NEW BUSINESS (Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more information.) MOVED BY RIVERA, SECONDED BY MCIRVIN, COUNCIL DIRECT THE ADMINISTRATION TO CONDUCT A TRAFFIC AND PEDESTRIAN SAFETY STUDY IN AREAS WHERE MORE THAN TWO INCIDENTS HAVE OCCURRED WITHIN THE CITY OF RENTON AND RETURN THE STUDY TO COUNCIL WITHIN THIS YEAR COUNCIL WITHDRAW THIS MOTION. CARRIED. MOVED BY RIVERA, SECONDED BY MCIRVIN, COUNCIL DIRECT THE ADMINISTRATION TO CONDUCT A TRAFFIC AND PEDESTRIAN SAFETY STUDY FOR THE ENTIRETY OF THE CITY OF RENTON. CARRIED. ADJOURNMENT MOVED BY PRINCE, SECONDED BY ALBERSON, COUNCIL ADJOURN. CARRIED. TIME: 8:05 PM Jason A. Seth, MMC, City Clerk Jason Seth, Recorder 19 May 2025 AGENDA ITEM #6. a) Council Committee Meeting Calendar May 19, 2025 May 26, 2025 Monday Memorial Day Holiday – No Meetings June 2, 2025 Monday 3:00 p.m. Utilities Committee, Chair Văn - Canceled 4:00 p.m.* Transportation Committee, Chair McIrvin Location: Council Conference Room/Videoconference 1. Temporary Road Closure of NE 44th Street 2. Temporary Road Closure South 7th Street 3. Emerging Issues 5:00 p.m.* Committee of the Whole, Chair Alberson Location: Conferencing Center 1. Solid Waste Contract 6:00 p.m.* LGBTQIA+ Pride Flag Raising* and Reception Location: Lobby Level Parking Lot 7:00 p.m. Council Meeting Location: Council Chambers/Videoconference *Revised Times and Added Agenda Item. AGENDA ITEM #6. a) AB - 3844 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: Reappointments to the Renton Municipal Arts Commission RECOMMENDED ACTION: Council Concur DEPARTMENT: Mayor Pavone STAFF CONTACT: Linda Moschetti-Newing, Executive Assistant EXT.: 6520 FISCAL IMPACT SUMMARY: Reappointments to the Renton Municipal Arts Commission have no fiscal impact. SUMMARY OF ACTION: Mayor Pavone is recommending the following reappointments to the Renton Municipal Arts Commission. Brianna Burroughs was initially appointed June 5, 2017. Ms. Burroughs has contributed a thoughtful perspective rooted in city processes and has a vision of the role of public art in the built environment that is appreciated by her co- commissioners. Ms. Burrough's new term will expire December 31, 2027. Duffy Delgado was appointed to the Commission in May 13, 2024 to fill a vacant seat. He has made meaningful contributions through his musical background and strong commitment to community engagement. Mr. Delgado's new term will expire December 31, 2027. Susan Jessick is the current Commission Chair. She focuses on equity in grant funding and brings valuable project management experience to the Commission's initiatives. Ms. Jessick's new term is scheduled to expire December 31, 2026. Evelyn Reingold, one of the Commission's longest-tenured members, she was originally appointed to the Commission August 21, 2006. She provides essential historical context and continuity to the Commission's evolving work and priorities. Ms. Reingold's new term will expire December 31, 2027. EXHIBITS: A. Recommendation Memo STAFF RECOMMENDATION: Confirm the reappointments of Commissioners Burroughs, Delgado, Jessick, and Reingold to the Renton Municipal Arts Commission. AGENDA ITEM #6. b) DATE: March 12, 2025 TO: Armondo Pavone, Mayor FROM: Gina Estep, CED Administrator SUBJECT: Request for New Appointments to the Renton Municipal Arts Commission This memorandum recommends the the Arts Commission’s support for the reappointment of the following current Commissioners: • Susan Jessick • Brianna Burroughs • Duffy Delgado • Evelyn Reingold Susan Jessick, the current Chair of the Commission, focuses on equity in grant funding and brings valuable project management experience to the Commission’s initiatives. Brianna Burroughs has contributed a thoughtful perspective rooted in city processes and a planner’s lens on the role of public art in the built environment. Duffy Delgado, originally appointed last year to fill a vacated seat, has already made meaningful contributions through his musical background and strong commitment to community engagement. Evelyn Reingold has served faithfully since 2006, providing essential historical context and continuity to the Commission’s evolving work and priorities. The Commission believes these reappointments will ensure continuity, leadership, and a rich diversity of experience as it advances its mission to support and grow the arts in Renton. AGENDA ITEM #6. b) AB - 3839 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: Appointments to the Renton Municipal Arts Commission RECOMMENDED ACTION: Refer to Community Services Committee DEPARTMENT: Mayor Pavone STAFF CONTACT: Linda Moschetti-Newing, Executive Assistant EXT.: 6520 FISCAL IMPACT SUMMARY: Appointments to the Renton Municipal Arts Commission have no fiscal impact. SUMMARY OF ACTION: Recruitments for three vacancies on the Renton Municipal Arts Commission took place in late 2024 and early 2025. Staff interviewed 13 of the 22 applicants on February 11 and February 13, 2025. Of those 13 interviewed, the following three are being recommended for appointment. 1. Sujata Acharya is being recommended to fill the position of a term that expired December 31, 2024. Ms. Acharya is an active member of local organizations and coordinates cultural and outreach events for each of them. She is inspired by her family's artistic legacy and hopes to integrate art into therapeutic settings, particularly for special populations. Ms. Acharya is capable of contributing to the Commission's efforts in promoting cultural vibrancy in our community. Ms. Acharya's term is scheduled to expire December 31, 2027. 2. Brooke Ciquera is being recommended to fill the position of a term that expired December 31, 2024. Ms. Ciquera has spent 18 years in a leadership role in media and entertainment, as well as 15 years in technology leadership at Wizards of the Coast. She is board president of her condominium association and volunteers at the Seattle Humane Society. Ms. Ciquera is interested in investing in community engagement and sees arts and culture as a long-term investment in fostering openness, connectivity, and pride in Renton, while elevating diverse artists. Ms. Ciquera's term is scheduled to expire December 31, 2027. 3. Alycia Ruiz is being recommended to fill a term scheduled to expire December 31, 2025. She is a native of Renton and works as a freelance digital artist. Ms. Ruiz has a background that includes working as an assistant at Merrill Gardens and as a reading coach at Campbell Hill Elementary. She has participated in our chalk art contest, art club, and multicultural events. During her interview, Ms. Ruiz demonstrated a passion to engage youth in arts and working to ensure our community continues to be a welcoming space for artists to connect and share their work. Ms. Ruiz's term is scheduled to expire December 31, 2028. EXHIBITS: A. Recommendation Memo B. Application - Sujata Acharya AGENDA ITEM #6. c) C. Application - Brooke Ciquera D. Application - Alycia Ruiz STAFF RECOMMENDATION: Confirm the appointments of Sujata Acharya to a term expiring December 31, 2027, Brooke Ciquera to a term expiring December 31, 2027, and Alycia Ruiz to a term expiring December 31, 2028, to the Renton Municipal Arts Commission. AGENDA ITEM #6. c) DATE: March 12, 2025 TO: Armondo Pavone, Mayor FROM: Gina Estep, CED Administrator SUBJECT: Request for New Appointments to the Renton Municipal Arts Commission This memorandum recommends the appointments of Alycia Ruiz, Brooke Ciquera, and Sujata Acharya to the vacant Commission positions on the Renton Municipal Arts Commission. Specifically, Alycia will fill the seat previously held by Bill Huls, with a term expiring on December 31, 2025. Brooke will occupy the seat formerly held by Mary Clymer, with a term that ended on December 31, 2024, while Sujata will assume the position formerly held by Kaie Wise, with a term that expired on December 31, 2024. Brooke has spent 18 years in Media & Entertainment leadership and 15 years in Technology leadership, currently serving at Wizards of the Coast in Renton. As Board President of The Carlton of Mercer Island Condominiums and a volunteer at the Seattle Humane Society, she is deeply invested in community engagement. She sees arts and culture as a long-term investment in fostering openness, connectedness, and pride in Renton while elevating diverse artists. Sujata brings 30 years of experience as a Physical Therapist, currently working at Valley Medical Center. She is an active member of SWAS, API Chaya, and local Hindu temples, organizing cultural and outreach events. Inspired by her mother’s artistic legacy, she hopes to integrate art into therapeutic settings, particularly for special populations, and contribute to RMAC’s efforts in promoting Renton’s cultural vibrancy. Alycia is a freelance digital artist and currently works at Bowlero in Tukwila. Her background includes roles at Merrill Gardens and as a reading coach at Campbell Hill Elementary. She has participated in RMAC’s chalk art contest, art club, and multicultural events. Alycia is passionate about engaging youth in the arts, fostering a creative community, and ensuring Renton remains a welcoming space for artists to connect and share their work. We look forward to the contributions of Brooke, Sujata, and Alycia as they help shape Renton’s artistic landscape and strengthen our community through the arts. AGENDA ITEM #6. c) CAUTION: This email originated from outside the City of Renton. Do not click links, reply or open attachments unless you know the content is safe. From:notification@civiclive.com To:Linda Moschetti Subject:Application for Boards/Commissions/Committees 2025-01-25 11:16 AM(PST) Submission Notification Date:Saturday, January 25, 2025 11:16:25 AM Application for Boards/Commissions/Committees 2025-01-25 11:16 AM(PST) was submitted by Guest on 1/25/2025 2:16:19 PM (GMT-08:00) Canada/Pacific Name Value Airport Advisory Committee* Civil Service Commission* Community Plan Advisory Board - Benson Hill Community Plan Advisory Board - City Center Equity Commission Housing Authority* Human Services Advisory Committee* Lodging Tax Advisory Committee* Parks Commission* Planning Commission* Municipal Arts Commission*Municipal Arts Commission* Senior Advisory Board* Gender Ms. Name Sujata Acharya Address: Email Phone AltPhone: Resident Yes ResidentSince 2005 formerresidence Florida and California EducationBackground Bachelors in Physical Therapy - 1990 Masters in Physical Therapy - 1993 I have worked as a Physical therapist for the last 30 years. I was born and brought up in India and after completing my Physical Therapy education, I moved to the US in 1994 for an employment opportunity as a Physical therapist in Florida. After working in Florida for 10 years, I had the opportunity to work as a travel therapist in California for 1-2 years before finally settling in Renton, WA in AGENDA ITEM #6. c) OccupationalBackground 2005. I have been working as a Physical Therapist at Valley Medical Center since 2007. My job and career has enriched my people skills and helped me serve my community. It has given me the opportunity and pleasure to work with people of all backgrounds, races and ethnicities. I have been truly blessed with a profession and career that I am devoted to and have thoroughly enjoyed my whole life. Employer: Public Health Distric Number 1 / Valley Medical Center 400 S 43rd St, Renton, WA 98055 CommunityActivities Member of American Physical Therapy Association since 2007 Active member and organizer of many cultural events as a committee member of SWAS (Seattle Washington Amchigele Samaj), a nonprofit organization that seeks to connect, empower, and uplift each other, ensuring that our cultural roots remain strong and thriving in the Greater Seattle area. Volunteer with API Chaya, a Seattle based non- profit organization serving survivors of sexual violence, human trafficking, and domestic violence from Pacific Islander, Native Hawaiian, Asian, and South Asian communities. I have been a voluneteer of their planning team for their annual auction event. Active member of the Hindu temples in Renton and Bellevue. Organized multiple volunteer events for my team at VMC and been an active volunteer with VMC's outreach groups community events such as- Health Camps, Strike out Stroke Mariner events, Be the Hope Cancer event, American heart Association heart walk fundraising event, Golden Care Senior events at VMC or Renton Community center, Northwest Harvest food drives etc. As mentioned earlier, I have been very fortunate to have a profession and career as a Physical therapist for the last 30 years that I have been very passionate about. I have truly enjoyed my job of helping patients get better, serving people and AGENDA ITEM #6. c) Reasonforapplying giving back to the community. My second passion in this life has always been art. My mother was an amazing artist and extremely devoted to this craft all her life – drawing and painting as a child, winning many art shows and competitions, encouraging and teaching us to draw right from childhood, taking art classes in her 40’s /50’s and teaching scores of children different art forms as a certified art teacher. She continued to draw and paint even after she had suffered from a stroke and through all her medical ailments. She found a sense of calm and solace in her passion. Despite having muscle weakness, tremors and other medical problems, she sought art to take her mind away from her symptoms and was very successful in doing so. Many of the patients that I work with have several challenges due to their medical conditions – motor, sensory and cognitive. I have always wanted to introduce art to my patients as a form of relaxation, distraction and source of passion. However, the focus, skills and goals that I have to bring as a PT in the clinical setup is very different and has prevented me from working on the above mentioned goal. I think as a member of the RMAC and with the help of the experienced members of the Commission, I truly hope to evaluate the need of introducing art for our special population in our current Renton community. My goal would be to use RMAC to bring new art opportunities to every person with special needs irrespective of their age. This could be in the form of in person and online classes, meet ups, partnering with Valley Medical Center’s community outreach department and finding out new ways to enrich the lives of our patient population with any art form – painting, poetry, music and dance. I am aware that RMAC has been hosting multiple events to promote Renton’s vibrant and diverse cultural community. I hope to contribute and help enhance this work and assist with organizing more such events for our community. Thank you AGENDA ITEM #6. c) Day Meetings Night Meetings Night Meetings To view this form submission online, please follow the link below: https://rentonwa.gov/form/one.aspx? objectId=20669954&contextId=9212967&returnto=submissions AGENDA ITEM #6. c) CAUTION: This email originated from outside the City of Renton. Do not click links, reply or open attachments unless you know the content is safe. From:notification@civiclive.com To:Linda Moschetti Subject:Application for Boards/Commissions/Committees 2024-12-11 06:48 PM(PST) Submission Notification Date:Wednesday, December 11, 2024 6:49:02 PM Application for Boards/Commissions/Committees 2024-12-11 06:48 PM(PST) was submitted by Guest on 12/11/2024 9:48:54 PM (GMT-08:00) Canada/Pacific Name Value Airport Advisory Committee* Civil Service Commission* Community Plan Advisory Board - Benson Hill Community Plan Advisory Board - City Center Equity Commission Housing Authority* Human Services Advisory Committee* Lodging Tax Advisory Committee* Parks Commission* Planning Commission* Municipal Arts Commission*Municipal Arts Commission* Senior Advisory Board* Gender Ms. Name Brooke Ciquera Address: Email Phone AltPhone: Resident Yes ResidentSince 2022 formerresidence mercer island, wa EducationBackground BA-University of Wisconsin MBA- Loyola University Chicago OccupationalBackground 18 years in Media & Entertainment leadership roles 15 years in Technology leadership roles Employer:Wizards of the Coast, which is located in Renton, WA CommunityActivities Board President, The Carlton of Mercer Island Condominiums Volunteer, Seattle Humane Society I am interested in bringing more arts and AGENDA ITEM #6. c) Reasonforapplying culture to the Renton community as a long term investment in building community, fostering openness/connectedness and pride in our community, and showcasing artists from various genres. Day Meetings Night Meetings Night Meetings To view this form submission online, please follow the link below: https://rentonwa.gov/form/one.aspx? objectId=20609757&contextId=9212967&returnto=submissions AGENDA ITEM #6. c) AGENDA ITEM #6. c) OccupationalBackground front desk receptionist at bowlero in tukwila as I assisted in hospitality and serving the public in the best way possible as I interact with different people everyday. I also work as a freelance digital artist, and have been doing art for years Employer: My current employer is Bowlero Corp. I’m currently an employee at the south Seattle bowlero establishment in tukwila CommunityActivities I participated in the Renton arts commission a few years back in the chalk art contest with my sisters. I participated in multicultural at my high school and did art club as well. Reasonforapplying I want to join the Renton arts commission because I am a devoted person to the arts. I am very passionate about my individual work and I also want to inspire today’s youth to get involved with our art community because it is very special. Art sparks creativity and life, as well as interacting with others and sharing that love for art. I have been an artist since I was young, and never gave up on that knack. If I’m not working, or doing things, I’m drawing. No day goes by where I’m not thinking about art. If I become a member of the Renton arts commission, it is allowing me to take that next step in my career and do what I am most passionate about. If I become a commission member, I wanna share my love of art with the community and get our youth more involved, other passionate artists involved and make Renton a safe space for artists to share their work and come together as one. Art is my passion, art is my career and being part of the Renton arts commission would be a good big step in the right direction. Day Meetings Day Meetings Night Meetings Night Meetings To view this form submission online, please follow the link below: https://rentonwa.gov/form/one.aspx? objectId=20609353&contextId=9212967&returnto=submissions AGENDA ITEM #6. c) AGENDA ITEM #6. c) AB - 3850 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: 2025 Mid-Year Title IV Docket #20-A RECOMMENDED ACTION: Refer to Planning & Development Committee DEPARTMENT: Community & Economic Development Department STAFF CONTACT: Angie Mathias, Long Range Planning Manager EXT.: 6576 FISCAL IMPACT SUMMARY: None SUMMARY OF ACTION: Staff has compiled a series of amendments to Title IV of the Renton Municipal Code (Development Regulations) that initiates several regulatory initiatives that respond to important issues facing the City. Planning Commission to conduct review of the Development Regulations (Title IV Docket) and will make recommendations regarding the Land Use Regulations to the Council. Final recommendation of the Title IV Docket is the authority of the Council. EXHIBITS: A. Issue Paper STAFF RECOMMENDATION: Refer the additional items for the 2025 Title IV Docket #20 to the Planning and Development Committee and Planning Commission for review. Following this review, the Planning Commission will present code revision recommendations to Council. AGENDA ITEM #6. d) DEPARTMENT OF COMMUNITY & ECONOMIC DEVELOPMENT M E M O R A N D U M DATE: May 22, 2025 TO: James Alberson, Jr., Council President Members of Renton City Council CC: Armondo Pavone, Mayor FROM: Gina Estep, Communitiy & Economic Development Administrator, x6619 STAFF CONTACT: Angie Mathias, Long Range Planning Manager x6576 SUBJECT: 2025 Mid-Year Title IV Docket #20-A ISSUE: Should the 2025 Mid-Year Title IV Docket #20-A work program be referred to the Planning & Development Committee and the Planning Commission for consideration and potential adoption? RECOMMENDATION: Refer the additional items for the 2025 Title IV Docket #20 to the Planning and Development Committee and Planning Commission for review. Following this review, the Planning Commission will present code revision recommendations to Council. BACKGROUND: RMC 4-8-070G outlines the types of review the Planning Commission shall conduct. The review of the Development Regulations (Title IV Docket) process is specifically listed. Land Use Regulations review occurs upon Council request. The Planning Commission will make recommendations regarding the Land Use Regulations to the Council. Final recommendation of the Title IV Docket is the authority of the Council. Title IV Development Regulations This process is codified in RMC 4-9-025, Title IV Development Regulation Revision Process. Staff has compiled a series of amendments to Title IV of the Renton Municipal Code (Development Regulations) that initiates several regulatory initiatives that respond to important issues facing the City. The proposed list of amendments includes City initiated amendments as shown in the Table below. FISCAL IMPACT: There will be no fiscal impact. AGENDA ITEM #6. d) James Alberson, Jr., Council President, Members of Renton City Council Page 2 of 3 05/22/2025 https://cityofrentonwa-my.sharepoint.com/personal/msaelee_rentonwa_gov/documents/desktop/agenda bill/ab 2025 mid year docket items/issue paper - 2025 mid-year docket items - final.docx CONCLUSION: The proposed schedule is for Planning Commission to review the 2025 Mid-Year Title IV Docket #20-A Amendments through December 2025. 2025 MID-YEAR TITLE IV DOCKET #20-A City-Initiated Amendments 1. Indoor Recreation in IL and IM Zones Staff have received requests to help find space for an indoor climbing gym and a gymnasium for gymnastics; both requesters are interested in existing warehouse structures to accommodate their needs, but indoor recreation is not allowed in the IL or IM Zones. Staff would like to explore making a distinction between such facilities from a typical gym and distinguishing different types of indoor recreation facilities and their regulations. Staff have also received inquiries about spa-type uses in zones other than IL and IM. 2. Impact Fees Related to Vacant Buildings Consider amending provisions related to vacant buildings and rate charged if vacant more than 3 years. A large impact fee for many small businesses is a deterrant for them as they startup. Staff would like to review whether this provision incentivizes property owners to lease up vacant buildings or if it serves as a disincentive for new tenants to occupy buildings that have been vacant for an extended time. 3. Large Site Master Plan Flexibility and Development Agreements Development regulations specific for large scale developments that are phased over a longer planning horizon are not anticipated in the city’s current entitlement process. Consider text amendments to the existing master plan regulations for large site large scale projects, add specific provisions for development agreements that provide, and add flexibility to the development standards in either of these processes similar to a Planned Urban Development entitlement. 4. Valley Community Plan The Valley will be changing rapidly in the near future. A new community plan will help ensure we compliment the new additions of the Seattle Sounders, Alaska Airlines, and Blue Origin; the anticipated additions of residential, commercial, and a new major employer; and the existing industry within the Valley Community Planning Area. 5. Encourage Infill in CO Zone Consider allowing standalone accessory uses in the CO Zone where primary uses are already established. Currently, uses deemed to be permitted accessory uses in the CO Zone, such as restaurants, are only allowed if integrated into an office building or a residential mixed-use building; consider allowing such uses to be built as standalone infill development to encourage full utilization of CO-zoned sites. 6. Contractor’s Yard vs. Contractor’s Office Add a new land use and corresponding definition for “Contractor’s Yard.” The two uses have considerably different external impacts and therefore should be distinguished by zoning. AGENDA ITEM #6. d) James Alberson, Jr., Council President, Members of Renton City Council Page 3 of 3 05/22/2025 https://cityofrentonwa-my.sharepoint.com/personal/msaelee_rentonwa_gov/documents/desktop/agenda bill/ab 2025 mid year docket items/issue paper - 2025 mid-year docket items - final.docx 7. Fence Permits Variations from fence or hedge standards are allowed through a special administrative fence permit or through the variance application. Specifically, the special fence permit process (a Type I land use permit) allows increases to fence or hedge height in residential zones from forty-eight inches (48") up to seventy-two inches (72") within the setbacks of front yards, secondary front yards, or rear yards abutting a public or private street, while a variance application (a Type II land use permit) is required for fences or hedges greater than seventy-two inches (72") in height anywhere within a residential zone. This code section should be amended to allow all residential fence or hedge height increases through the special administrative fence permit process. In addition, the special administrative fence permit evaluation criteria would be more applicable than the variance decision criteria for this circumstance. 8. Condominium Regulations Propose city review process for new residential condominium development within residential zoning districts. Current condominium regulations are limited to conversions of existing multifamily buildings into condominimun or cooperative units and via the binding site plan process within commercial zoning districts. Recent Middle Housing legislation has mandated cities to allow for condominiums in new residential development that would occur in residential zones and existing city regulations do not have a process to review and currently the process defaults to King County. 9. Design and Construction Manual A Design and Construction Standards Manual would establish consistent, comprehensive guidelines for public and private infrastructure development within the city. It would be developed through collaboration among City departments—including Community and Economic Development, Public Works, and Parks and Recreation— and would consolidate technical standards, permitting procedures, and construction requirements into a single, accessible resource. The manual would be periodically reviewed and updated to reflect changes in regulations, best practices, and community goals, ensuring it remains current and effective. cc: Matt Herrera, Planning Director Brianne Bannwarth, Development Engineering Director AGENDA ITEM #6. d) AB - 3825 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: Resolution Supporting Placement of the 2026-2031 Medic One/Emergency Medical Services Levy Proposal on the November 2025 Ballot RECOMMENDED ACTION: Refer to Committee of the Whole DEPARTMENT: Executive Services Department STAFF CONTACT: Eric Perry, Government Affairs Manager EXT.: 6520 FISCAL IMPACT SUMMARY: Revenue generated by the Medic One/Emergency Medical Services Levy will go to the Renton Regional Fire Authority. SUMMARY OF ACTION: The Medic One/Emergency Medical Services (EMS) system in King County, known worldwide for its service excellence, leadership, and medical results, is built on partnerships rooted in regional, collaborative, and cross-jurisdictional coordination. While each agency operates individually, the care provided to the patient operates with a "seamless" system. The Medic One/EMS system is currently funded with a six-year EMS Levy that expires on December 31, 2025. An EMS Advisory Task Force, comprised of regional leaders, elected officials, and EMS providers, was established to develop programmatic and financial recommendations for the next levy funding period of 2026-2031. The City of Renton was represented on the Task Force. In September 2024, the Advisory Task Force endorsed a six-year $0.25 cents per $1,000 of assessed value countywide levy for the years 2026-2031. The 2026-2031 Medic One/EMS levy is expected to generate $1.5 billion over the six- year collection period, funding ALS, BLS, and Regional Services programmatic needs across King County. Per RCW 84.52.069, the legislative authority of 75% of cities whose population exceeds 50,000 must approve the placement of a countywide EMS levy proposal on the ballot. This resolution supports placing the 2026-2031 Medic One/EMS levy, with an initial levy rate not to exceed $0.25 cents per $1,000 of assessed value, on the November 2025 ballot EXHIBITS: A. Resolution STAFF RECOMMENDATION: Adopt the Resolution supporting the placement of the 2026-2031 countywide Medic One/Emergency Medical Services Levy proposal on the November 2025 ballot. AGENDA ITEM #6. e) 1 CITY OF RENTON, WASHINGTON RESOLUTION NO. _______ A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, APPROVING PLACEMENT OF A COUNTYWIDE BALLOT MEASURE BEFORE VOTERS IN 2025 FOR A FUNDING LEVY TO SUPPORT MEDIC ONE/EMERGENCY MEDICAL SERVICES (EMS) FOR THE PERIOD FROM JANUARY 1, 2026, THROUGH DECEMBER 31, 2031, PURSUANT TO RCW 84.52.069 WHEREAS, the delivery of emergency medical services is an essential function of the fire and life safety responsibility of local and regional governments; and WHEREAS, the countywide tiered Medic One/EMS system in Seattle & King County provides residents and visitors essential life-saving services throughout the region regardless of location, incident circumstances, day of the week, or time of day; and WHEREAS, the tiered Medic One/EMS model is recognized nationally and internationally for its quality medical care and timely service; and WHEREAS, it has been to the benefit of the residents of the City of Renton to support and participate in the countywide cooperative of delivering Advanced Life Support and Basic Life Support services; and WHEREAS, King County should continue to exercise leadership and assume responsibility for assuring the consistent, standardized, effective and cost efficient development and provision of emergency medical services throughout the county; and WHEREAS, RCW 84.52.069 provides for countywide emergency medical care and services levies; and AGENDA ITEM #6. e) RESOLUTION NO. _______ 2 WHEREAS, the highly praised patient and program services of the King County Medic One/EMS system are funded by a prior countywide six (6) year Medic One/EMS levy that expires December 31, 2025; and WHEREAS, pursusant to RCW 84.52.069, King County will be seeking voter authorization of a five (5) year Medic One/EMS levy for the period of 2026-2031; and WHEREAS, the EMS Advisory Task Force worked collaboratively with regional EMS partners to develop programmatic and financial recommendations for continuing to provide this countywide service; and WHEREAS, the EMS Advisory Task Force has recommended an initial levy rate of twenty- five cents ($0.25) for one thousand dollars ($1000) assessed value to fund EMS throughout King County for the next six years; and WHEREAS, the City of Renton significantly participated in these discussions throughout the process and was represented on the Task Force; and WHEREAS, in order to continue funding emergency medical services, RCW 84.52.069 requires that seventy-five percent (75%) of cities with a population greater than fifty thousand (50,000) people approve placing the countywide levy proposal on the ballot; and WHEREAS, the City of Renton has a population of over fifty thousand (50,000) people; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DO RESOLVE AS FOLLOWS: SECTION I. The above is found to be true and correct in all respects. SECTION II. The City of Renton hereby approves submitting to the voters a ballot proposition, with an initial levy rate of no more than twenty-five cents ($0.25) for one thousand AGENDA ITEM #6. e) RESOLUTION NO. _______ 3 dollars ($1000) assessed value, to provide stable and long-term funding for the countywide Medic One/EMS levy on the ballot in 2025. 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 RES - ES:25RES002:05.21.2025 AGENDA ITEM #6. e) AB - 3849 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: Amended Finance Department Reorganization RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Finance Department STAFF CONTACT: Kari Roller, Finance Administrator EXT.: 6931 FISCAL IMPACT SUMMARY: Changing the financial operations supervisor position from step C to step D will result in an estimated difference in compensation of approximately $6,000 in 2025 and $6,000 in 2026 respectively. No additional budget is needed as the department has current cost savings from an open position. SUMMARY OF ACTION: As part of the initial finance department reorganization, a filled senior finance analyst position was converted to a financial operations supervisor (M27 step C); however further analysis revealed the senior finance analyst was due to receive a step increase to a step D on June 1, 2025. In order to properly compensate the staff member and recognize the correct step, an amendment to the reorganization request is needed. EXHIBITS: A. Issue Paper STAFF RECOMMENDATION: Approve the amended reorganization request to convert the senior finance analyst (M25 step C) to financial operations supervisor (M27 step D), effective June 16, 2025. AGENDA ITEM #6. f) DATE:May 22, 2025 TO:James Alberson, Jr., Council President Members of Renton City Council VIA:Armondo Pavone, Mayor FROM:Kari Roller, Administrator STAFF CONTACT:Kristin Trivelas, Fiscal Services Director SUBJECT:Amended Finance Department Reorganization ISSUE An amendment is requested to the recent department reorganization request for the conversion of the financial operations supervisor position from a step C to a step D. OVERVIEW As part of the initial finance department reorganization, a filled senior finance analyst position was converted to a financial operations supervisor. This position conversion was designed to provide depth in knowledge and planning support to the financial operations manager, as well as supervisory oversight of the accounts payable and accounts receivable staff. The original approved reorganization converted the senior finance analyst (M25 step C) to financial operations supervisor (M27 step C). Further analysis revealed the senior finance analyst was due to receive a step increase to a step D on June 1, 2025. In order to properly compensate the staff member and recognize the correct step, an amendment to the reorganization request is needed. FISCAL IMPACT Changing the financial operations supervisor position from step C to step D will result in an estimated difference in compensation of approximately $6,000 in 2025 and 2026 respectively. No additional budget is needed as the department has current cost savings from an open position. RECOMMENDATION Staff recommends approval to amend the reorganization request to convert the senior finance analyst (M25 step C) to financial operations supervisor (M27 step D), effective June 16, 2025. AGENDA ITEM #6. f) AB - 3836 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: 2712 Duvall Avenue NE Option to Purchase Agreement RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Parks & Recreation Department STAFF CONTACT: Jason Lederer, Parks Planning Manager EXT.: 6547 FISCAL IMPACT SUMMARY: The total Option to Purchase agreement cost for the 2712 Duvall Ave NE property is $2,000.00. The funding source is 316.332087.020.594.76.61.000. SUMMARY OF ACTION: Future acquisition of the 2712 Duvall Avenue NE parcel would expand a key portion of the planned Northeast Renton Park, located in northeast Renton near the municipal borders with Newcastle and unincorporated King County. This Option to Purchase Agreement grants the City the first right of refusal to acquire the property when the landowner chooses to sell. The City has identified this approximately 1.7-acre parcel for acquisition for over a decade, and it is supported by the adopted Parks, Recreation and Natural Areas Plan (Parks Plan), the Trails and Bicycle Master Plan (Trails Plan), and most recently, the Northeast Renton Park Master Plan. Nearly all the land adjacent to the parcel is already in City ownership, including approximately 19 acres to the south and west—identified as the future Northeast Renton Park—and an adjacent 6.5-acre parcel to the northwest currently used for stormwater management. Acquiring this parcel would reduce landownership fragmentation in the area and create contiguous City ownership, which is essential to developing the site into a usable public amenity. Entering into an Option to Purchase Agreement now would position the City to strategically incorporate this parcel into the overall park plan. Acquisition of parcels supporting conservation and continuity of the May Creek Greenway and the future Northeast Renton Park are identified in the current 6-Year Capital Investment Plan (CIP), but not budgeted until 2027. Therefore, the necessary funds will be moved from the Northeast Renton Park budget from funding source Park Mitigation, which has the necessary funds available, and is budgeted in the 2025 CIP to cover the costs associated with this agreement. EXHIBITS: A. Option to Purchase Agreement B. Memorandum of Option to Purchase C. Parcel Location Map STAFF RECOMMENDATION: AGENDA ITEM #6. g) Approve the Option to Purchase Agreement, authorize the Mayor and City Clerk authority to execute the Memorandum of Option to Purchase Agreement, and adjust the budget accordingly. AGENDA ITEM #6. g) Page 1 of 24 OPTION TO PURCHASE AGREEMENT CAG # This Option To Purchase Agreement (“Agreement”) is dated for reference purposes the 12th day of May, 2025, by and between the City of Renton, a Washington municipal corporation (“City”), and Richard S. Cook and Louanna R. Cook, husband and wife (collectively “Cook”), each a “Party” and collectively the “Parties.” The Agreement, including the exhibits referenced and incorporated herein, shall be effective and binding on the Parties as of the date last signed by the Parties. WHEREAS, Cook owns that certain real property located at 2712 Duvall Ave NE, Renton, Washington 98059, legally described as follows: THE EAST 1,130 FEET OF THE NORTH 250 FEET OF THE NORTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 3, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, LYING NORTH AND EAST OF THE RENTON- NEWCASTLE ROAD AS LOCATED ON JULY 1, 1943; EXCEPT THAT PORTION CONVEYED TO KING COUNTY FOR THE RENTON- NEWCASTLE ROAD NO. 19, REVISION, BY DEED RECORDED UNDER RECORDING NUMBER 3960226; AND EXCEPT THE EAST 830 FEET THEREOF; TOGETHER WITH AN EASEMENT FOR INGRESS AND EGRESS OVER AND ACROSS THE SOUTH 30 FEET OF THE NORTH 280 FEET OF THE WESTERLY 384 FEET OF THE NORTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 3, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, AS CREATED BY DEED RECORDED UNDER RECORDING NUMBER 6349146, LYING NORTH AND EAST OF THE RENTON-NEWCASTLE ROAD, AS LOCATED ON JULY 1, 1943. Tax parcel no. 032305-9112 (the “Property”); AGENDA ITEM #6. g) Page 2 of 24 WHEREAS, the Property is a unique real property surrounded by City-owned property, including a stormwater facility, and lands that the City intends to develop into a park for the benefit of the public; WHEREAS, City desires to purchase the Property to incorporate into the future park; and WHEREAS, Cook does not wish to sell the Property at this time, but is willing to provide the City with an exclusive option to purchase the Property when Cook is ready to sell; NOW, THEREFORE, the Parties agree as follows: 1. Preemptive Option. Cook grants the City an exclusive option to purchase the Property pursuant to the terms set forth in this Agreement (the “Option”). 2. Consideration for Option. Within 30 days of the Parties executing this Agreement, the City will pay Cook a non-refundable option fee of two thousand dollars ($2,000.00) as consideration for its option created by this Agreement. This amount is in addition to and separate from the purchase price. 3. Purchase Price. If the City exercises its option to purchase, it agrees to pay, and Cook agrees to accept, the property’s fair market value as the “Purchase Price.” The fair market value shall be based upon the Property’s value as of the date the City delivers its Notice of Exercise, hereinafter referred to as the “Option Exercise Date.” 4. Option Period. The term of the Option shall commence upon full execution of this Agreement and expire upon the earlier of twenty (20) years from the date this Agreement is signed by both Parties or upon the City declining or failing to timely exercise its Option pursuant to the terms of this Agreement (the “Option Period”). If the City has not first exercised its Option, this Agreement shall terminate upon expiration of the Option Period. AGENDA ITEM #6. g) Page 3 of 24 5. Notice of Availability. Cook shall notify the City in writing when the Property becomes “Available.” Such notice shall be referred to hereinafter as “Notice of Availability.” 5.1. The Property is “Available” when Cook, or any authorized agent or representative of Cook, intends to sell, lease, rent, or convey title or possession of any portion of the property by any means or for any reason, or a third party makes a claim against Cook’s title for which Cook does not immediately resolve to avoid loss of Cook’s title, including but not limited to (i) a desire to list or market the Property, or any part of it, for sale or lease; (ii) a threatened foreclosure action by a mortgagee, trustee, taxing authority, lien-holder, or other party with a secured interest in the Property or (iii) by order, administration, or supervision of a court of competent jurisdiction, or at the direction or recommendation of any appointee of that court. 5.2. Upon written request by the City, Cook shall provide to the City any documents relating to the availability of the property, such as a copy of a notice of foreclosure, court orders, or records of a court appointee directing a sale or lease. 6. Required Disclosures of Condition of Property. Within ten days of Cook’s delivery of the Notice of Availability, Cook shall provide to the City all disclosures regarding the condition of the property as may be required by law at the time (“Disclosures”). The required notices include, but are not limited to, the notice required by RCW 64.06.020 as such law may be updated or revised and may be considered in determining the fair market value. 7. Option Exercise Period. Within twenty-one (21) days of delivery of the Notice of Availability, the City shall notify Cook in writing whether it intends to exercise the Option. If the City does wish to exercise its Option, it shall deliver a notice of intent to exercise its option to purchase (“Notice of Exercise”) to Cook. The Notice of Exercise may, but is not required to, AGENDA ITEM #6. g) Page 4 of 24 include either the City’s proposed fair market value or the name and contact information of a proposed agreed single appraiser for purposes of establishing the fair market value or both. 8. Effect of the Notice of Exercise. Upon the City’s timely Notice of Exercise of the Option, the terms and conditions set forth herein and attached as Exhibit B will govern the sale of the Property. Cook agrees to transfer the Property to the City with marketable title on the Closing Date upon payment by City of the Purchase Price, with title conveyed by statutory warranty deed containing only exceptions agreed to in writing by the City. 9. Restriction on Transfer of Property Rights. During the Option Period, Cook will not sell, rent, lease, encumber, or otherwise transfer the right to possess, use, or reside in any part of the Property to any person or entity unless agreed to in writing by the City. Cook will not encumber the Property during the Option Period without written permission of the City, except Cook may borrow against Cook’s equity in the Property without first obtaining City permission so long as Cook remains the primary resident of the Property and the holders of the secured interest are bound by the terms of this Agreement, including the City’s Option to Purchase in the event the holders of the security interest foreclose their interest or otherwise force the sale of the Property. Any transfer of ownership or right to possession of the Property that conflicts with the City’s rights herein shall be void to the extent of such conflict. 10. Opportunity To Cure. If the City fails to provide a written response to the Notice of Availability, Cook shall notify the City in writing that Cook has not received the City’s response (“Notice to Cure”) and allow the City seven (7) days from the Notice to Cure for the City to respond. If the City still fails to respond or exercise its Option after seven (7) days from receipt of AGENDA ITEM #6. g) Page 5 of 24 the Notice to Cure, the City will be deemed to have declined to exercise its Option and this Agreement shall terminate with no further obligations owed by either Party. 11. Subject Property. The Property that is subject to the City’s Option is the entire parcel 032305-9112 owned by Cook as of the effective date of this Agreement, commonly known as 2712 Duvall Ave NE, Renton, Washington 98059 and legally described in the recitals above. If the legal description of the Property is, at any point prior to the closing of a sale between the Parties, found to be incomplete or erroneous, the City and Cook hereby authorize the insertion over their signatures of the correct legal description of the Property. 12. Notice. Any notice required under this Agreement shall be in writing, delivered in physical paper form by personal service or certified mail, with return receipt requested, to the Parties’ designated representatives at the addresses designated below, which designation may be updated in the future by the respective Parties by providing the other Party notice as provided herein. Notices shall reference this “Option to Purchase Agreement CAG #_______” and shall clearly identify the Parties. Two duplicate notices are required to be provided to the City to ensure routing to the appropriate recipients. A courtesy copy of the notice shall also be provided to each email address set forth below. Notices shall be deemed received upon the date of personal delivery, the date the USPS confirms delivery, or the date courtesy email notice is acknowledged as received by the recipient, whichever occurs first. If a Party is unable to obtain confirmation or acknowledgment of delivery after unsuccessful attempts to deliver notice by both personal service and certified mail, the notifying Party will first attempt to notify by phone or other known contact information and then notice will be deemed received three (3) days after it is (a) mailed by regular first-class mail, (b) and emailed to the receiving Party’s email addresses AGENDA ITEM #6. g) Page 6 of 24 as designated pursuant to this paragraph. Any deadline for providing notice shall be extended in the event notices are returned as undeliverable or upon attempts at personal service that are unsuccessful due to the receiving Party not being available to accept delivery at the address provided at the time of the attempt. CITY OF RENTON COOK Attn: City Clerk City of Renton 1055 South Grady Way Renton, WA 98057 Cityclerk@rentonwa.gov City Attorney City of Renton 1055 South Grady Way Renton, WA 98057 legaladmin@rentonwa.gov Richard and Louanna Cook 2712 Duvall Ave NE Renton, Washington 98059 Email(s): 13. Recording and Encumbrances. A Memorandum of this Agreement in the form attached as Exhibit A shall be signed in conjunction with this Agreement and recorded in the King County Recorder’s Office at the City’s expense. Upon expiration or termination of all the rights set forth in this Agreement, Cook may prepare, and the City will execute and deliver, documents confirming release of any encumbrance created by this Agreement. If requested, the City shall record documents releasing the Property from any encumbrance created by this Agreement. The City may refuse to sign documents releasing its Option only if it provides a written explanation of the grounds for its refusal. 14. GENERAL TERMS: The following terms and conditions apply to this Agreement. AGENDA ITEM #6. g) Page 7 of 24 14.1. Governing Law. This Agreement shall be governed by and construed and enforced in accordance with the laws of the State of Washington. The Parties agree that venue of any legal action brought to enforce this Agreement shall be in King County, Washington. 14.2. Enforcement. In the event of breach by either Party, the other Party may pursue all available legal and equitable remedies. The Parties agree that the Property subject to this Agreement is unique. In the event that Cook breaches this agreement, the City is entitled to specific performance in addition to any other remedies available. If litigation is commenced to enforce this agreement, the prevailing Party shall be entitled to recover its reasonable attorneys’ fees and costs incurred to enforce the Agreement. 14.3. Run with the Land. The covenants, conditions and restrictions in this Agreement are intended to be servitudes in gross and shall run with the Property and will inure to the benefit of and be binding upon Cook and the City and their respective successors, devisees, legatees, administrators, executors, and assigns. 14.4. Computation of Time. Any time limit in or applicable to a notice shall commence on the day following receipt of the notice and shall expire at midnight of the last calendar day of the specified period of time, unless the last day is Saturday, Sunday, or legal holiday as defined in RCW 1.16.050, in which event the time limit shall expire at midnight of the next business day. Any specified period of five (5) days or less shall include business days only. Time is of the essence on this Agreement. 14.5. Entire Agreement. This Agreement constitutes the entire agreement of the Parties with respect to the subject matter hereof and neither this Agreement nor any provision hereof AGENDA ITEM #6. g) Page 8 of 24 may be waived, modified, amended or terminated except by a written agreement of the Parties hereto. 14.6. Opportunity to Consult Counsel. Each Party has had opportunity to consult with legal counsel in connection with the negotiation, execution, and delivery of this Agreement. Each of the provisions of this Agreement has been reviewed and negotiated and represents the combined work product of all Parties hereto. 14.7. Commission. City has not consulted with, nor discovered the Property through the use of, a broker, realtor, or other agent, and there are no finder’s fees or commissions due from City upon this transaction. Any brokerage commissions shall be paid by Cook. 14.8. Waiver. The failure of either Party to insist upon a strict performance of any of the terms, conditions and covenants herein shall not be deemed a waiver of any subsequent breach or default in the terms, conditions and covenants herein contained. 14.9. Modification. No amendment or waiver of any provision of this Agreement will be binding on the Parties unless in writing and signed by authorized representatives of all Parties. 14.10. Severability. If any clause or provision of this Option is illegal, invalid or unenforceable, the remainder of the Option shall not be affected thereby and the invalid provision may be reformed by a court of competent jurisdiction to meet the intent of the Parties. 14.11. Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed the original, but which together shall constitute one and the same instrument. COOK: _____________________________________ Richard S. Cook AGENDA ITEM #6. g) Page 9 of 24 _____________________________________ Louanna R. Cook CITY OF RENTON: By:__________________________________ Armondo Pavone, Mayor ATTEST: By: _________________________________ Jason Seth, City Clerk Approved as to Legal Form By: ____________________________ Shane Moloney, City Attorney AGENDA ITEM #6. g) Page 10 of 24 STATE OF _______________ ) SS COUNTY OF _____________ ) On this _______ day of _____________________, 20____, before me personally appeared Richard S. Cook and Louanna R. Cook, and to me known to be (or upon satisfactory evidence) to be the person(s) who executed the within instrument, and acknowledged the execution of said instrument to be their free and voluntary act and deed for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument. _______________________________________ Notary (Print) ____________________________ Notary Public in and for the State of __________ Residing at ______________________________ My appointment expires: __________________ STATE OF _______________ ) SS COUNTY OF _____________ ) On this _______ day of _____________________, 20____, before me personally appeared Armondo Pavone, and to me known to be (or upon satisfactory evidence) to be the person who executed the within instrument, and on oath stated that he was authorized to execute the instrument and acknowledge it as the Mayor of the City of Renton to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. _______________________________________ Notary (Print) ____________________________ Notary Public in and for the State of __________ Residing at ______________________________ My appointment expires: __________________ AGENDA ITEM #6. g) Exhibit A Page 11 of 24 Exhibit A After recording return document to: City Clerk City of Renton 1055 S. Grady Way Renton, WA 98057 DOCUMENT TITLE: MEMORANDUM OF OPTION TO PURCHASE GRANTOR(S): RICHARD S. COOK and LOUANNA R. COOK, Husband and Wife GRANTEE(S): CITY OF RENTON, a Washington municipal corporation ABBREVIATED LEGAL DESCRIPTION: PTN OF N 250 FT OF NE 1/4 OF NW 1/4 SEC 3-23-5E, W.M. ADDITIONAL LEGAL DESCRIPTION ON PAGE(S): 2 ASSESSOR’S TAX PARCEL NO(S): 032305-9112 RECORDING NUMBER OF DOCUMENT(S) ASSIGNED OR RELEASED: N/A THIS MEMORANDUM OF OPTION TO PURCHASE is made and entered into by and between RICHARD S. COOK and LOUANNA R. COOK, Husband and Wife (“Cook”), and the City of Renton, a Washington municipal corporation (“City”). Cook grants to City an Option to purchase the real property located at 2712 Duvall Ave NE, Renton, Washington 98059, as legally described on page 2 (the “Property”) with such option being effective for a term of twenty years from the date this memorandum is last signed, on the terms and conditions set forth in further detail within an unrecorded Option to Purchase Agreement CAG #______ dated May 12, 2025, all such terms and conditions of which are made a part of this Memorandum of Option as though fully set forth herein. AGENDA ITEM #6. g) Exhibit A Page 12 of 24 Legal description of the Property: THE EAST 1,130 FEET OF THE NORTH 250 FEET OF THE NORTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 3, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, LYING NORTH AND EAST OF THE RENTON-NEWCASTLE ROAD AS LOCATED ON JULY 1, 1943; EXCEPT THAT PORTION CONVEYED TO KING COUNTY FOR THE RENTON- NEWCASTLE ROAD NO. 19, REVISION, BY DEED RECORDED UNDER RECORDING NUMBER 3960226; AND EXCEPT THE EAST 830 FEET THEREOF; TOGETHER WITH AN EASEMENT FOR INGRESS AND EGRESS OVER AND ACROSS THE SOUTH 30 FEET OF THE NORTH 280 FEET OF THE WESTERLY 384 FEET OF THE NORTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 3, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, AS CREATED BY DEED RECORDED UNDER RECORDING NUMBER 6349146, LYING NORTH AND EAST OF THE RENTON-NEWCASTLE ROAD, AS LOCATED ON JULY 1, 1943. Tax parcel no. 032305-9112 (the “Property”). COOK: ___________________________________ Richard S. Cook __________________________________ Louanna R. Cook CITY OF RENTON: By:__________________________________ Armondo Pavone, Mayor ATTEST: By: ____________________________ Jason Seth, City Clerk Approved as to Legal Form By: ____________________________ Shane Moloney, City Attorney AGENDA ITEM #6. g) Exhibit A Page 13 of 24 STATE OF _______________ ) SS COUNTY OF _____________ ) On this _______ day of _____________________, 20____, before me personally appeared Richard S. Cook and Louanna R. Cook, and to me known to be (or upon satisfactory evidence) to be the person(s) who executed the within instrument, and acknowledged the execution of said instrument to be their free and voluntary act and deed for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument. _______________________________________ Notary (Print) ____________________________ Notary Public in and for the State of __________ Residing at ______________________________ My appointment expires: ______________ STATE OF _______________ ) SS COUNTY OF _____________ ) On this _______ day of _____________________, 20____, before me personally appeared Armondo Pavone, and to me known to be (or upon satisfactory evidence) to be the person who executed the within instrument, and on oath stated that he was authorized to execute the instrument and acknowledge it as the Mayor of the City of Renton to be free and voluntary act of such party for the uses and purposes mentioned in the instrument. _______________________________________ Notary (Print) ____________________________ Notary Public in and for the State of __________ Residing at ______________________________ My appointment expires: ______________ AGENDA ITEM #6. g) Exhibit B Page 14 of 24 Exhibit B Real Estate Purchase and Sale Agreement Terms Sheet Upon the City’s delivery of a Notice of Exercise, the following terms together with other applicable terms in the Option to Purchase Agreement that this exhibit is incorporated into (collectively, “Purchase and Sale Agreement”) will govern the Cook’s sale of the property to the City: 1. Fair Market Value / Purchase Price. Within 20 days of the Option Exercise Date, the Parties will attempt to negotiate in a good faith a fair market value or to agree upon a single appraiser or appraisal firm to establish the fair market value. If the Parties do not agree upon the fair market value within 20 days of the Option Exercise Date, the fair market value shall be determined as follows: 1.1. Selection of Appraisers. Cook and City may agree to a single appraiser to appraise the Property and establish a binding fair market value that will become the Purchase Price. If a single appraiser is not agreed to within 20 days of the Option Exercise Date, each Party shall select one qualified appraiser or appraisal firm within 30 days of the Option Exercise Date. The Parties shall seek to mutually agree on a third appraiser or appraisal firm. In the event the Parties are unable to agree to a third appraiser within 45 days of the Option Exercise Date, the Parties’ individually selected appraisers shall select and agree upon a third appraiser or appraisal firm. 1.2. Qualification of Appraisers. Each appraiser or appraisal firm shall be duly licensed to appraise residential real estate in the state of Washington and be a MAI (Member of the Appraisal Institute) with experience that includes the general geographic area of the Property. 1.3. Cost of Appraisal. If the Parties agree to a single appraiser to determine the fair market value, the City will pay the costs of the appraisal. If the Parties do not agree upon a single appraiser, the costs of the individually selected appraisers shall be borne individually by the Party selecting the appraiser and the costs of the third appraisal shall be shared equally. 1.4. Methodology. If three appraisals are used, each of the three appraisers or appraisal firms shall form their professional opinion as to the fair market value of the Property based upon the most current edition of the Uniform Standards of Professional Appraisal unless the Washington Department of Licensing or other licensing authority directs appraisers to observe a different standard of practice at the time the appraisal is performed. The highest value and lowest value shall each be disregarded and the value in the middle shall be determined the fair market value to serve as the Purchase Price. 2. Closing Date. The Closing Date shall be scheduled to occur on a mutually convenient date that is no later than fourteen days after satisfaction of all contingencies and establishment of the Purchase Price as provided in this Purchase and Sale Agreement. AGENDA ITEM #6. g) Exhibit B Page 15 of 24 3. Contingencies. The City’s obligation to purchase the Property under this Purchase and Sale Agreement are conditioned upon the occurrence of each of the following to the City’s reasonable satisfaction: 3.1. Condition of Title. Title shall be marketable at Closing. The following shall not cause the title to be unmarketable: rights; reservations; covenants; lawful conditions and restrictions presently of record and general to the area; and easements and encroachments that do not materially affect the value of the Property or unduly interfere with City’s use of the property. Monetary encumbrances or liens not assumed by City shall be paid or discharged by Cook on or before Closing. 3.1.1. The City, at Cook’s expense, will request a preliminary commitment for standard owner’s policy of title insurance for the Property, together with full copies of any exceptions set forth therein (the “Preliminary Commitment”) from a title insurance company selected by City within ten days of the City delivering its Notice to Exercise. The City shall have fourteen (14) days after receipt of the Preliminary Commitment within which to notify Cook, in writing, of the City’s disapproval of any exceptions shown on the Preliminary Commitment; provided, that all monetary encumbrances and liens, if any, shall be deemed automatically disapproved and shall be paid by Cook at Closing. 3.1.2. If the City disapproves any of the exceptions or defects set forth in the Preliminary Commitment, or if any exceptions render the Property uninsurable, Cook shall have ten (10) days from delivery of the City’s notice, or notice of uninsurability, to eliminate any disapproved exceptions from the policy of title insurance to be issued in favor of the City; provided, that, if such exceptions or defects cannot be eliminated after good faith attempts to do so within such ten (10) day period, Cook may notify the City in writing of Cook’s agreement to remove such exceptions or defects, in which case such exceptions or defects shall be removed from title prior to Closing. 3.1.3. If disapproved exceptions are not eliminated within said ten (10) day period, or if Cook fails to notify the City within ten (10) days of Cook’s willingness to remove such exceptions prior to Closing, or if Cook notifies the City in writing that Cook will not or cannot eliminate the same, then the City will have an additional ten (10) days to decide whether to waive its right to disapprove the exceptions and proceed with the exceptions. If the disapproved exceptions are not waived by the City within this time, this Purchase and Sale Agreement shall terminate, and neither the City nor Cook shall have any further rights, duties, or obligations hereunder, except to the extent either Party has preexisting claims for breach of this Purchase and Sale Agreement. The title exceptions approved as provided herein are referred to as the “Permitted Exceptions.” 3.1.4. The above time periods and procedures for notice, correct, and termination shall apply to new exceptions revealed by supplemental title reports. The Closing Date shall be extended as necessary to accommodate the foregoing times for notices. AGENDA ITEM #6. g) Exhibit B Page 16 of 24 All contingencies in this Section 3 that have the same start date shall run concurrently. 3.2. Environmental Inspection. Within thirty (30) days of the City’s Notice to Exercise, the City will have the right to complete at its cost environmental inspections of the Property, including but not limited to entering the Property to take soil and water samples (including groundwater samples) from the Property, and to test and analyze those samples to determine the extent of any contamination of the soils and water (including groundwater) on or about the Property, and inspect the condition of any buildings or other improvements to the Property. If based on the results of those inspections or tests, the City, in its sole discretion, determines that the condition of the Property is unsatisfactory, the City may, without liability, cancel the purchase of the Property and terminate this Purchase and Sale Agreement. 3.3. Disclosures. The City has fourteen (14) days after receipt of the required Disclosures to terminate this Purchase and Sale Agreement based upon dissatisfaction with the condition of the Property as disclosed therein. 3.4. City Council Approval. The City’s obligation to purchase after its Notice of Exercise is contingent upon the City Council authorizing allocation of funding and ratifying the City’s Notice of Exercise no later than thirty (30) days after the City’s Notice of Exercise. 3.5. Waiver of Contingencies. Except as otherwise provided herein, if the City notifies Cook in writing that the contingencies set forth herein have been waived, or if the contingencies otherwise are satisfied or expire on their own terms, the Closing of this transaction shall thereafter proceed in accordance with the terms hereof. 3.6. Failure of Contingency. The contingencies set forth herein are intended solely for the benefit of the City. Except as otherwise expressly provided herein, if any of the foregoing conditions are not timely satisfied, and the City does not otherwise notify Cook in writing that the City has, in its sole discretion, elected to waive the condition in question and proceed with the transaction, then Cook may request in writing that the City expressly waive the condition within fourteen (14) days of the request to waive. If the City does not thereafter waive the condition or assert in writing that the failure of the condition to be met is caused by a breach of this Purchase and Sale Agreement by Cook, this Purchase and Sale Agreement shall automatically terminate and be of no further force or effect, whereupon, except as otherwise provided in this Purchase and Sale Agreement, neither Party hereto will have any further rights, duties, or obligations under this Purchase and Sale Agreement. 4. Conveyance of Title. On the Closing Date, the title to the Property shall be conveyed to the City by statutory warranty deed subject only to the Permitted Exceptions. Prior to or concurrent with the delivery of the statutory warranty deed, Cook shall also deliver or cause to be delivered to the City, for the City’s benefit at Cook’s cost, a final standard coverage owner's policy of title insurance for the Property in the City’s name and in the amount of the Purchase Price, containing only those Permitted Exceptions. The City may, in its discretion, elect to obtain AGENDA ITEM #6. g) Exhibit B Page 17 of 24 an extended coverage owner’s policy; provided, that the City shall be responsible for the additional costs associated with such coverage. 5. Closing and Escrow. 5.1. Escrow Agent. Cook and City agree that the City’s selected escrow agent shall act as the escrow agent for this transaction (the “Escrow Agent”). Within ten (10) days following the City’s Notice of Exercise, the City shall deposit an executed counterpart or copy of this Purchase and Sale Agreement with the Escrow Agent for consummation of the purchase and sale contemplated hereby. Cook and the City may execute additional and supplementary escrow instructions as may be reasonable or appropriate to enable the Escrow Agent to comply with the terms of this Purchase and Sale Agreement. In the event of a conflict between the provisions of this Purchase and Sale Agreement and any escrow instructions, the terms of this Purchase and Sale Agreement shall govern unless reformation of this Purchase and Sale Agreement is necessary in order to comply with applicable laws or regulations. 5.2. Prorations. All utilities, taxes and assessments, interest, and lienable homeowner’s association dues for the Property shall be prorated as of the Closing Date and the Escrow Agent will be instructed to pay any outstanding amounts due from Cook’s proceeds. 5.3. Fees and Closing Costs. On Closing, Cook shall pay the premium for the standard coverage owner's policy of title insurance to be issued by the Title Company for the benefit of the City in the amount of the Purchase Price. The City shall pay the excess premium attributable to any extended coverage or endorsements requested by the City and the recording fees for the statutory warranty deed. On Closing, Cook shall pay the required Excise Tax. Cook and City shall each pay one-half of the escrow fee charged by the Escrow Agent. Unless otherwise agreed, Cook shall pay any other fees and costs, including but not limited to any applicable broker fees and recording costs. 5.4. Closing Obligations of the City. On or before Closing the City shall deliver to the Escrow Agent the following, fully executed (if applicable): 5.4.1. The Purchase Price, in cash; 5.4.2. A Closing Statement in form and content reasonably satisfactory to the Parties; and 5.4.3. Any other documents necessary to effect the transaction contemplated in this Purchase and Sale Agreement. 5.5. Closing Obligations of Cook. On or before Closing, Cook shall deliver to the Escrow Agent the following duly executed and acknowledged documents (where appropriate): AGENDA ITEM #6. g) Exhibit B Page 18 of 24 5.5.1. A statutory warranty deed sufficient to convey fee simple title to the Property, subject only to the Permitted Exceptions; 5.5.2. An addendum identifying utilities that provide service to the Property in a form substantially similar to Exhibit B-1 hereto. 5.5.3. A Closing Statement in form and content reasonably satisfactory to the Parties; 5.5.4. A FIRPTA certification; 5.5.5. A Real Estate Excise Tax Affidavit executed by Cook in form required by law; 5.5.6. A release of the Property from any restriction on its use except for Permitted Exceptions; and 5.5.7. Any other documents necessary to effect the transaction contemplated in this Purchase and Sale Agreement. 5.6. Possession. The City shall be entitled to possession upon Closing. "Closing" means the date on which all documents are recorded and the sale proceeds are available for unconditional disbursal to Cook. Cook shall deliver to Escrow Agent all materials and information required to access the Property and improvements thereon, including but not limited to keys, security codes, and garage door remotes, no later than 3:00 pm on the Closing Date. The Escrow Agent shall promptly send said materials and information to City, at City’s cost, via messenger to an address provided to it by City. 5.7. Personal Property. Unless otherwise agreed, Cook shall remove all personal property from the Property not later than the Closing Date. Any personal property remaining on the property thereafter shall become the property of the City and may be retained or disposed of as City determines. 6. Cook's Representations and Warranties. The representations, warranties, and covenants of Cook contained in this Purchase and Sale Agreement are true and correct as of the date Cook signed this Purchase and Sale Agreement and that it will maintain the property so that the representations and warranties remain true as of the Closing Date and will survive the closing of the transaction contemplated by this Purchase and Sale Agreement. Cook represents and warrants to the City as follows: 6.1. Ownership; Non-Foreign Status. Cook owns the Property and has the right to sell the Property and is not a foreign person as defined by the Foreign Investment in Real Property Tax Act, IRS Section 1445(f)(3), as amended. AGENDA ITEM #6. g) Exhibit B Page 19 of 24 6.2. Property Information. To the best of Cook’s knowledge, the information and disclosures regarding the Property as provided by Cook is complete, accurate, true and correct and does not fail to state any fact without which such information would be misleading. 6.3. Hazardous Materials. 6.3.1. Definitions: 6.3.1.1. Definition of “Environmental Laws”: The term “Environmental Laws” means any and all state, federal and local statutes, regulations, and ordinances relating to the protection of human health and the environment. 6.3.1.2. Definition of “Hazardous Material”: The term “Hazardous Material” means any hazardous or toxic substance, material or waste, including, but not limited to, those substances, materials and wastes listed in the United States Department of Transportation Hazardous Materials Table (49 C.F.R. § 172.101), as it exists or may be amended; in the United States Environmental Protection Agency Table 302.4 – List of Hazardous Substances and Reportable Quantities (40 C.F.R. § 302.4), as it exists or may be amended; in the State of Washington Model Toxics Control Act (RCW 70A.305), as it exists or may be amended; as defined in RCW 82.21.020(1) of the Hazardous Substance Tax – Model Toxics Control Act, as it exists or may be amended; and any other substances, materials, and wastes as become regulated or subject to cleanup authority under any Environmental Laws. 6.3.2. Compliance with Environmental Laws: Cook represents and warrants that: 6.3.2.1. Cook has no knowledge of the release or presence of any Hazardous Material on, in, from, or onto the Property; 6.3.2.2. Cook has not generated, manufactured, refined, transported, stored, handled, disposed of, or released any Hazardous Material on the Property, nor has Cook permitted the foregoing; 6.3.2.3. To Cook’s knowledge, Cook has obtained all approvals and caused all notifications to be made as required by Environmental Laws; 6.3.2.4. To Cook’s knowledge, Cook has not received any notice of any violation of any Environmental Laws; 6.3.2.5. To Cook’s knowledge, no action has been commenced or threatened regarding Cook’s compliance with any Environmental Laws; 6.3.2.6. To Cook’s knowledge, no tanks used for the storage of any Hazardous Material above or below ground are present on or about the Property; and AGENDA ITEM #6. g) Exhibit B Page 20 of 24 6.3.2.7. To Cook’s knowledge, no action has been commenced or threatened regarding the presence of any Hazardous Material on or about the Property. 6.3.3. No waiver of liability: Cook has not released or waived and will not release or waive the liability of any previous owner, lessee, or operator of the Property or any party who may be potentially responsible for the presence or removal of Hazardous Material on or about the Property. Cook has made no promises of indemnification regarding Hazardous Material to any party. 6.3.4. Indemnification: Cook agrees to defend (with counsel approved by the City), fully indemnify, and hold entirely free and harmless the City from and against all claims, judgments, damages, penalties, fines, costs, liabilities, or losses (including, without limitation, sums paid in settlement of claims, attorneys’ fees, consultant fees, and expert fees) that are imposed on, paid by, or asserted against the City or its successors or assigns, by reason or on account of, or in connection with, or arising out of (a) the presence or suspected presence of Hazardous Material in the soil, groundwater, or soil vapor on or about the Property, or (b) the migration of any Hazardous Material from or onto the Property, or (c) the violation of any Environmental Law, and, with respect to (a), (b), and (c), that existed as of or prior to the Closing Date and only if it did so in violation of Cook’s representations. This indemnification of the City by Cook includes, without limitation, costs incurred in connection with any of the following: 6.3.4.1. Any investigative or remedial action involving the presence of Hazardous Material on or about the Property or releases of Hazardous Material from the Property; 6.3.4.2. Any allegations made by any governmental authority or any private citizen or entity or group of citizens or entities as to the violation of any Environmental Laws involving the Property or the operations conducted thereon; or 6.3.4.3. Any injury or harm of any type to any person or entity or damage to any property arising out of, in connection with, or in any way relating to (i) the generation, manufacture, refinement, transportation, treatment, storage, recycling, disposal, or release, or other handling of Hazardous Material on or about the Property or pursuant to the operations conducted thereon, (ii) the violation of any Environmental Laws, or (iii) the contamination of the Property. 6.4. Notices of Violation. To Cook’s knowledge, the Property is not in violation of any applicable covenant, condition, or restriction, or any applicable statute, ordinance, regulation, order, permit, rule or law, including without limitation, any building, zoning, or environmental restriction or requirement concerning filing, use, construction, maintenance, repair, replacement, operation, or occupancy, and Cook has not received from any governmental agency any notice of the existence of any such violations. 6.5. Pending Actions. To Cook’s knowledge, there is no action or proceeding pending or threatened against Cook or the Property, including but not limited to condemnation AGENDA ITEM #6. g) Exhibit B Page 21 of 24 proceedings, which challenges or impairs Cook’s ability to execute or perform its obligations under this Purchase and Sale Agreement. 6.6. Survival of Warranties. All of Cook’s representations and warranties provided in this Purchase and Sale Agreement shall survive Closing. 7. Condition of Property. Cook represents and warrants to the City that the following is true, it will not intentionally cause the following to be untrue at any time within the Option Period through the Closing date (without the City’s written consent), and it will notify the City in writing if the following representations and warranties are changed or proposed to be changed at any time during the Option Period and through the Closing date: 7.1. To Cook’s knowledge, the Property is now, or will be as of the Closing Date, in compliance in all material respects with all applicable zoning, land-use, building, construction, subdivision, and other local, state, and federal laws, ordinances, and regulations and with all existing covenants, conditions, restrictions, and easements. 7.2. Cook has not received notice of any special assessment or notice of any condemnation proceedings affecting the Property. 7.3. To Cook’s knowledge, there is no litigation pending or threatened against Cook (or any basis for any claim) that arises out of the ownership of the Property. 7.4. Cook has received no notice of any failure of Cook to comply with any applicable governmental requirements in respect of the use, occupation, and construction of the Property, including, but not limited to, environmental, fire, health, safety, zoning, subdivision, and other land use requirements that have not been corrected to the satisfaction of the appropriate governmental authority, and Cook has received no notice of, and has no knowledge of, any violations or investigation relating to any such governmental requirement. 7.5. Cook has not received any notices of default or breach of any covenants, conditions, restrictions, rights of way, or easements by Cook or Cook’s predecessors-in-interest which may affect the Property, or any portion thereof, and Cook’s rights therein. Cook further warrants that no such default or breach now exists. 7.6. To Cook’s knowledge, no building or other improvement encroaches on the Property. 7.7. As of the date of mutual acceptance of this Purchase and Sale Agreement, the Property is owner-occupied. There are no leases affecting any part of the Property and there are no written or oral promises, understandings or agreements between Cook and any tenant. AGENDA ITEM #6. g) Exhibit B Page 22 of 24 7.8. To Cook’s knowledge there are no permits, licenses, or consents required by any governmental authority in connection with the use and occupancy of the Property, and Cook knows of no local improvement districts proposed which will affect the Property. 7.9. All public utilities required for the operation of the Property either enter the Property through adjoining public streets or, if they pass through adjoining private lands, do so in accordance with valid public easements or private easements that will inure to the benefit of the City on the Closing Date. Initials: Buyer: __________ Date: ________ Seller: __________ Date: ________ Buyer: __________ Date: ________ Seller: __________ Date: ________ AGENDA ITEM #6. g) Exhibit B Page 23 of 24 EXHIBIT B-1 IDENTIFICATION OF UTILITIES Pursuant to RCW 60.80, City and Cook request the Escrow Officer to administer the disbursement of closing funds necessary to satisfy unpaid utility charges, if any, affecting the Property. The names and addresses of all utilities providing service to the Property and having lien rights are as follows: A. Water District: _____________________________ _____________________________ _____________________________ B. Sewer District: _____________________________ _____________________________ _____________________________ C. Irrigation District: _____________________________ _____________________________ _____________________________ D. Garbage: _____________________________ _____________________________ _____________________________ E. Gas: _____________________________ _____________________________ _____________________________ F. Electric: _____________________________ _____________________________ _____________________________ G. Special District(s): _____________________________ (local improvement districts or _____________________________ utility local improvement districts) _____________________________ AGENDA ITEM #6. g) Exhibit B Page 24 of 24 Cook shall provide any additional names and addresses of all utility providers having lien rights affecting the Property. Nothing in this form shall be construed to diminish or alter the Cook’s obligation to pay all utility charges (including unbilled charges). Initials: Buyer: __________ Date: ________ Seller: __________ Date: ________ Buyer: __________ Date: ________ Seller: __________ Date: ________ AGENDA ITEM #6. g) After recording return document to: City Clerk City of Renton 1055 S. Grady Way Renton, WA 98057 DOCUMENT TITLE:MEMORANDUM OF OPTION TO PURCHASE GRANTOR(S):RICHARD S. COOK and LOUANNA R. COOK, Husband and Wife GRANTEE(S):CITY OF RENTON, a Washington municipal corporation ABBREVIATED LEGAL DESCRIPTION:PTN OF N 250 FT OF NE 1/4 OF NW 1/4 SEC 3-23-5E, W.M. ADDITIONAL LEGAL DESCRIPTION ON PAGE(S):2 ASSESSOR’S TAX PARCEL NO(S):032305-9112 RECORDING NUMBER OF DOCUMENT(S) ASSIGNED OR RELEASED:N/A THIS MEMORANDUM OF OPTION TO PURCHASE is made and entered into by and between RICHARD S. COOK and LOUANNA R. COOK, Husband and Wife (“Cook”), and the City of Renton, a Washington municipal corporation (“City”). Cook grants to City an Option to purchase the real property located at 2712 Duvall Ave NE, Renton, Washington 98059, as legally described on page 2 (the “Property”) with such option being effective for a term of twenty years from the date this memorandum is last signed, on the terms and conditions set forth in further detail within an unrecorded Option to Purchase Agreement CAG #______ dated May 12, 2025, all such terms and conditions of which are made a part of this Memorandum of Option as though fully set forth herein. Legal description of the Property: THE EAST 1,130 FEET OF THE NORTH 250 FEET OF THE NORTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 3, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, LYING NORTH AND EAST OF THE RENTON-NEWCASTLE ROAD AS LOCATED ON JULY 1, 1943; AGENDA ITEM #6. g) EXCEPT THAT PORTION CONVEYED TO KING COUNTY FOR THE RENTON-NEWCASTLE ROAD NO. 19, REVISION, BY DEED RECORDED UNDER RECORDING NUMBER 3960226; AND EXCEPT THE EAST 830 FEET THEREOF; TOGETHER WITH AN EASEMENT FOR INGRESS AND EGRESS OVER AND ACROSS THE SOUTH 30 FEET OF THE NORTH 280 FEET OF THE WESTERLY 384 FEET OF THE NORTHEAST QUARTER OF THE NORTHWEST QUARTER OF SECTION 3, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, AS CREATED BY DEED RECORDED UNDER RECORDING NUMBER 6349146, LYING NORTH AND EAST OF THE RENTON-NEWCASTLE ROAD, AS LOCATED ON JULY 1, 1943. Tax parcel no. 032305-9112 (the “Property”). COOK: ___________________________________ Richard S. Cook __________________________________ Louanna R. Cook CITY OF RENTON: By:__________________________________ Armondo Pavone, Mayor ATTEST: By: ____________________________ Jason Seth, City Clerk Approved as to Legal Form By: ____________________________ Shane Moloney, City Attorney AGENDA ITEM #6. g) STATE OF _______________ ) SS COUNTY OF _____________ ) On this _______ day of _____________________, 20____, before me personally appeared Richard S. Cook and Louanna R. Cook, and to me known to be (or upon satisfactory evidence) to be the person(s) who executed the within instrument, and acknowledged the execution of said instrument to be their free and voluntary act and deed for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument. _____________________________________ __ Notary (Print) ____________________________ Notary Public in and for the State of __________ Residing at ______________________________ My appointment expires: ______________ STATE OF _______________ ) SS COUNTY OF _____________ ) On this _______ day of _____________________, 20____, before me personally appeared Armondo Pavone, and to me known to be (or upon satisfactory evidence) to be the person who executed the within instrument, and on oath stated that he was authorized to execute the instrument and acknowledge it as the Mayor of the City of Renton to be free and voluntary act of such party for the uses and purposes mentioned in the instrument. _____________________________________ __ Notary (Print) ____________________________ Notary Public in and for the State of __________ Residing at ______________________________ AGENDA ITEM #6. g) My appointment expires: ______________ AGENDA ITEM #6. g) 2712 Duvall Ave NE – Option to Purchase Agreement Location Map Acquisition Parcel: 0323059112 AG E N D A I T E M # 6 . g ) AB - 3851 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: Amendment No. 1 to Department of Enterprise Services Agreement 2025-003 A (CAG-24-147) -McKinstry Energy Services Company Phase 4 Energy Efficiency Upgrades RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Public Works Facilities Division STAFF CONTACT: Edward Grube, Capital Project Coordinator EXT.: 206-475-0662 FISCAL IMPACT SUMMARY: The Project will be funded by two previously approved grants agreements: a Washington State Department of Commerce grant (Exhibit D), totaling $262,626.00, and an Association of Washington Cities grant (Exhibit E), totaling $108,535.00. The city’ current approved budget is $900,000 for the project. The Facilities Division is requesting an additional appropriation of $1,440,442 of funding for the project to accommodate additional scope of work added to the project to comply with Washington State’s Clean Building Act and to have sufficient funding due to rising labor and material costs. The additional appropriation will be included in the second quarter budget adjustment, if approved. Additionally, the Parks and Recreation Department will provide $340,764.00 of funding from their approved 2025 budget toward expanded lighting upgrades at Liberty Park, enhancing safety and security for the community. This project is formalized under Contract Agreement CAG# 24-147, with an original contracted amount of $98,400.00. Amendment No. 1 will increase the contract by $2,958,967.00, bringing the total contract amount t to $3,057,367.00. The following is the funding breakdown: Washington State Department of Commerce Grant (Contract #22-92601-008) (CAG # 24-148): $267,626.00 Association of Washington Cities Grant (Subgrant # EAG25-06) (GRA# 25-012): $108,535.00 City of Renton – Public Works Facilities Initial Allocation: $900,000.00 City of Renton – Public Works Facilities Additional Funding Request: $1,440,442.00 City of Renton – Parks and Recreation Allocation (Liberty Park Lighting Upgrades): $340,764.00 SUMMARY OF ACTION: AGENDA ITEM #6. h) The Public Works Facilities Division will collaborate with the Department of Enterprise Services (DES) and McKinstry, a DES certified Energy Services Company (ESCO), on implementing Phase 4 – HVAC Controls and LED Lighting Upgrades. DES will provide project oversight, contract administration, and management services, while McKinstry will be responsible for the construction phase and project management. The City of Renton will enter into an interagency agreement with the Washington State Department of Enterprise Services (DES) to implement the recommendations outlined in the McKinstry Energy Services Proposal (ESP) (Exhibit B), as required by DES to define the project’s scope of work. An Investment Grade Audit (IGA) was conducted between December 2024 and April 2025, providing the basis for the project scope. Based on the findings of the ESP, and to comply with the Washington State Clean Buildings Performance Standards, the city will:  Upgrade and optimize HVAC controls at Renton City Hall Install new LED lighting at:  Renton City Hall  Henry Moses Aquatic Center  City Shops  Liberty Park These improvements are designed to significantly enhance energy efficiency and improve safety and security across all these facilities. A detailed summary of the audit findings and recommendations can be found in the Investment Grade Audit Final Report (Exhibit C). The project is scheduled to begin on June 15, 2025, with substantial completion targeted for June 15, 2026. This will be followed by a one-year Monitoring and Verification period, concluding on June 15, 2027. EXHIBITS: A. Interagency Amendment No. 7 IAA No. K4137 Amendment No. 7 CAG# 24-147 Amendment 1 B. Energy Services Proposal – DES Project #202-003(A) C. Investment Grade Audit (IGA) – Agreement No. 2025-003(A)(1) Revised – CAG#24-147 D. Department of Commerce Grant – Contract # 22-92601-008 – CAG-24-148 E. Association of Washington Cities – Subgrant # EAG 25-06- GRA# 25-012 STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to execute Amendment No.1 to Contract Agreement CAG-23-147 with the Washington State Department of Enterprise Services in the amount of $2,958,967.00 and approve additional funding in the amount of $1,440,442.00 to complete the McKinstry Energy Services Company Phase 4 Energy Efficiency Upgrades project. AGENDA ITEM #6. h) May 9, 2025 TO: Edward Grube, City of Renton FROM: Rachel Whitezel, Contracts Specialist, (360) 239-4134 RE Agreement No. 2025-003 A (1), Amendment No. 1 M&V Agreement No. 2025-003 B (2) Contract No. 2025-003 G (1-1) City of Renton Ph 4 Energy Upgrades & 2022 Efficiency Grant IAA No. K4137 McKinstry Essention, LLC SUBJECT: Funding Approval The Dept. of Enterprise Services (DES), Energy Program, requires funding approval for the above referenced contract documents. The amount required is as follows (see page 2 for funding detail): ESCO Audit $ 98,400.00* ESCO Professional Services Total $ 703,487.62 ESCO Measurement and Verification Total $ 20,846.70 ESCO Construction Total $ 2,172,132.68 DES Energy Program Project Management Services Total (IAA) $ 62,500.00 Total Funding $ 2,958,967.00 In accordance with the provisions of RCW 43.88, the signature affixed below certifies to the DES Energy Program that the above identified funds are appropriated, allotted or that funding will be obtained from other sources available to the using client/agency. The using/client agency bears the liability for any issues related to the funding for this project Y N **Agency plans to utilize federal funding for this project: ☐☐ By Name / Title Date Please sign and return this form to Contracts. If you have any questions, please call me. CAG-24-147 Amendment NO 1 - Construction Funding and Contract EXHIBIT A AGENDA ITEM #6. h) Agreement No. 2025-003 A (1), Amendment No. 1 M&V Agreement No. 2025-003 B (2) Contract No. 2025-003 G (1-1) Funding Approval Detail ESCO Professional Services Energy Audit and Energy Services Proposal $ 98,400.00 *Audit & Energy Services Proposal from Authorization 25-003 A (1) $ (98,400.00) Design and Implementation of Energy Conservation Measures $ 627,606.00 Apprenticeship Incentive $ 1,000.00 Sales Tax (10.3%) (Includes tax on Audit proposal) $ 74,881.62 Total $ 703,487.62 ESCO Measurement and Verification First Year Measurement & Verification $ 18,900.00 Sales Tax (10.3%) $ 1,946.70 Total $ 20,846.70 ESCO Construction ESCO Contract Amount $ 1,873,587.00 Sales Tax (10.3%) $ 192,979.46 Contingency Amount (with Tax) $ 105,566.22 Total $ 2,172,132.68 DES Energy Program Project Management Services Project Management Fee from IAA No. K4137, Amendment No. 7 $ 62,500.00 Total $ 62,500.00 Note: Items and dollar values shown in a lighter color shade have been approved via previous funding authorizations and are shown for informational purposes only. 2025003GcontAamd1BagrFundrw AGENDA ITEM #6. h) Interagency Agreement No. K4137 Page 1 of 5 State of Washington ENERGY PROGRAM Department of Enterprise Services P.O. Box 41476 Olympia, WA 98504-1476 INTERAGENCY AMENDMENT IAA No.: Project No. Amendment No. K4137 2017-299, 2018-027, 2022-131, 2025-003 7 City of Renton 1055 South Grady Way Renton, WA 98057 Date: May 9, 2025 INTERAGENCY AMENDMENT Between CITY OF RENTON And WASHINGTON STATE DEPARTMENT OF ENTERPRISE SERVICES The parties to this Amendment, the Department of Enterprise Services, Energy Program, hereinafter referred to as “DES”, and City of Renton, hereinafter referred to as the “CLIENT AGENCY”, hereby amend the Agreement as follows: The purpose of this Amendment is to establish a vehicle for DES to provide future Energy/Utility Conservation Project Management and Monitoring Services to the CLIENT AGENCY and to authorize the development of the energy services proposal. 1. TERM. The term of the agreement commences November 1, 2016, and ending on December 31, 2027 unless altered or amended as provided herein. 2. STATEMENT OF WORK; COMPENSATION. Energy Program shall provide the following services, for the following compensation, to Client Agency. a. SERVICES: DES shall furnish the necessary personnel and services and otherwise do all things necessary for or incidental to the performance of the work set forth in Attachment “A” and Attachment “C”, attached hereto and incorporated herein by reference. Unless otherwise specified, DES shall be responsible for performing all fiscal and program responsibilities as set forth in Attachment “A” and Attachment “C”. Energy/Utility Conservation projects shall be authorized by Amendment to this Agreement. 1.1 Renton Senior Center Energy Efficiency Improvements outlined in the Sunset Air, Inc. Energy Services Proposal dated July 18, 2017. 1.2 Review of Measurement and Verification reports for the Renton Senior Center Energy Efficiency Improvements outlined in the Sunset Air, Inc. Energy Services Proposal dated July 18, 2017. AGENDA ITEM #6. h) 1.3 ESP Addendum for Renton Senior Center Energy Efficiency Improvements outlined in the Sunset Air Inc. Energy Services Proposal dated October 20, 2017. 1.4 City of Renton, City Hall Phase 1 outlined in the McKinstry Essention, LLC Energy Services Proposal dated October 19, 2018, revised November 5, 2018. 1.5 Cancel years 2 & 3 Measurement & Verification fees for 2017-299 G (1-1). 1.6 City of Renton, City Hall Phase 2 outlined in the McKinstry Essention, LLC Energy Services Proposal dated November 5, 2020. Project No. 2018-027 H 2a.1 City of Renton Energy Upgrades Phase 3 outlined in the McKinstry Essention, LLC Energy Services Proposal dated February 24, 2023. Project No. 2022-131 2a.2 Review of Measurement and Verification reports for the City of Renton Energy Upgrades Phase 3 outlined in the McKinstry Essention, LLC Energy Services Proposal dated February 24, 2023. Project No. 2022-131 2a.3 City of Renton Ph 4 Energy Upgrades & 2022 Efficiency Grant outlined in the McKinstry Essention, LLC Energy Services Proposal dated April 25, 2025, Project No. 2025-003 2a.4 Review of Measurement and Verification reports for the City of Renton Ph 4 Energy Upgrades & 2022 Efficiency Grant outlined in the McKinstry Essention, LLC Energy Services Proposal dated April 25, 2025, Project No. 2025-003 The CLIENT AGENCY shall provide the Energy Services Company (ESCO) with any additional contract language necessary to comply with the requirements established under federal grants, the American Recovery & Reinvestment Act of 2009 (ARRA) and the Energy Efficiency and Conservation Block Grant (EECBG). The ESCO and their subcontractors are required to comply with all applicable federal regulations and reporting procedures. b. COMPENSATION. Compensation under this Agreement shall be by Amendment to this Agreement for each authorized project. Each Amendment will include a payment schedule for the specific project. i.Project Management Services (Attachment A): For Project Management Services provided by DES, the CLIENT AGENCY will pay DES a Project Management Fee for services based on the total project value per Project Management Fees Schedule set forth in Attachment “B”. AGENDA ITEM #6. h) Interagency Agreement No. K4137 Page 3 of 5 ii. Termination Fee: If the CLIENT AGENCY after authorizing an investment grade audit and Energy Services Proposal, decides not to proceed with an Energy/Utility Conservation project that meets the CLIENT AGENCY’s cost effective criteria, then the CLIENT AGENCY will be charged a Termination Fee per Attachment “B”. The Termination Fee will be based on the estimated Total Project Value outlined in the Energy Audit and Energy Services Proposal prepared by the Energy Services Company (ESCO). iii. Measurement & Verification Services (Attachment C): If measurement and verification services beyond the first three years following the Notice of Commencement of Energy Services are requested by the CLIENT AGENCY, and provided by DES under Attachment “C” of this Agreement, the CLIENT AGENCY will pay DES $2,000.00 annually for each year that monitoring and verification services are provided. c. PAYMENT OF ESCO SERVICES. Compensation for services provided by the ESCO shall be paid directly to the ESCO by the CLIENT AGENCY, after DES has reviewed, recommended approval, and sent the invoices to the CLIENT AGENCY for payment. 4.1 Energy Project Management Fee for the work described in Section 1.1 is $13,800.00. Anticipated billing date for this Amendment is September 30, 2017. 4.2 Measurement and Verification Fee for the work described in Section 1.2 is $4,000.00. Anticipated billing dates for this Amendment are December 14, 2019 and 2020. 4.3 Revised Energy Project Management Fee for added kitchen scope of work described in Section 1.3 is increased by $6,000.00 to a new fee of $19,800.00. Anticipated billing date for this Amendment is January 31, 2018. 4.4 Energy Project Management Fee for the work described in Section 1.4 is $58,300.00. Anticipated billing date for this Amendment is June 1, 2019. 4.5 Deduct $4,000.00 for years 2 & 3 Measurement & Verification Fee on Project No. 2017- 299 G (1-1). 4.6 Energy Project Management Fee for the work described in Section 1.6 is $62,500.00. Anticipated Billing date for this Amendment is September 1, 2021. Project No. 2018-027 H 2c.1 Energy Project Management Fee for the work described in Section 2a.1 is $62,500.00. Anticipated billing date for this Amendment is July 19, 2024. Project No. 2022-131 2c.2 Measurement and Verification (M&V) Fee for the work described in Section 2a.2 is included in the project management fee for the first three years. Duration of the M&V period for this Amendment is One years. Anticipated M&V review dates for this Amendment are November 2025. Project No. 2022-131 AGENDA ITEM #6. h) Interagency Agreement No. K4137 Page 4 of 5 2c.3 Energy Project Management Fee for the work described in Section 2a. 3 is $62,500.00. Anticipated billing date for this Amendment is January 31, 2026. Project No. 2025-003 2c.4 Measurement and Verification (M&V) Fee for the work described in Section 2a. 4 is included in the project management fee for the first three years. Duration of the M&V period for this Amendment is 1 one year. Anticipated M&V review dates for this Amendment are December 2027, Project No. 2025-003 The new total Agreement value is $265,600.00. Sections d. through e. terms and conditions of the original Agreement remain in full force and effect. 3.INVOICES; BILLING. a.BILLING PROCEDURE. Energy Program shall submit a single invoice to the CLIENT AGENCY upon substantial completion of each authorized project, unless a project specified a Special Billing Condition in the Amendment. Substantial completion of the project will include the delivery and acceptance of the notice of commencement of energy savings issued by the ESCO. Each invoice will clearly indicate that it is for the services rendered in performance under this Agreement and shall reflect this Agreement and Amendment number. Energy Program will invoice for any remaining services within 60 days of the expiration or termination of this Agreement. b.PAYMENT PROCEDURE. The CLIENT AGENCY shall pay all invoices received from the Energy Program within 90 days of receipt of properly executed invoice vouchers. The CLIENT AGENCY shall notify DES in writing if the CLIENT AGENCY cannot pay an invoice within 90 days. c.BILLING DETAIL. Each invoice submitted to Client Agency by Energy Program shall include information as is necessary for Client Agency to determine the exact nature of all expenditures. At a minimum, the invoice shall reference this Agreement and include the following: The date(s) such services were provided Brief description of the services provided Total invoice amount d.BILLING ADDRESS. Invoices shall be delivered to Client Agency electronically. All sections above have been fully amended and are shown in their entirety. All other terms and conditions of this Agreement remain in full force and effect. The requirements of RCW 39.34.030 are satisfied by the underlying Agreement and are incorporated by reference herein. AGENDA ITEM #6. h) Interagency Agreement No. K4137 Page 5 of 5 Each party signatory hereto, having first had the opportunity to read this Amendment and discuss the same with independent legal counsel, in execution of this document hereby mutually agree to all terms and conditions contained herein, and as incorporated by reference in the original Agreement. City of Renton Department of Enterprise Services Energy Program Kirsten G. Wilson, PE Energy Program Manager Title Date Title Date K4137IAAamd7rw AGENDA ITEM #6. h) Interagency Agreement No. K4137 ATTACHMENT A PROJECT MANAGEMENT SERVICES SCOPE OF WORK Energy/Utility Conservation Projects Statewide Energy Performance Contracting Program Energy Program will provide the following project management services for each specific project for the Client Agency. Each individual project shall be authorized by an amendment to this Agreement. 1.Assist the Client Agency in the selection of an Energy Service Company (ESCO) consistent with the requirements of RCW 39.35A for local governments; or 39.35C for state agencies and school districts. 2.Assist in identifying potential energy/utility conservation measures and estimated cost savings. 3. Assist in negotiating scope of work and fee for an ESCO audit of the facility(s). 4.Assist in identifying appropriate project funding sources and assist with obtaining project funding. 5.Assist in negotiating the technical, financial and legal issues associated with ESCO’s Energy Services Proposal. 6.Review and recommend approval of ESCO energy/utility audits and Energy Services Proposals. 7. Provide assistance during the design, construction and commissioning processes. 8.Review ESCO invoice voucher(s) received for reasonableness and forward to Client Agency for review and payment. 9.Assist with final project acceptance. 10.Assist in resolution of disputes with the ESCO that arise during this Agreement, not to include formal disputes. 11.Review up to the first three years of the ESCO’s annual Measurement and Verification (M&V) reports for completeness and accuracy. Review any ESCO guarantee compared to reported results and resolve differences, if needed. Review and forward ESCO invoice vouchers for payment by the Client Agency. AGENDA ITEM #6. h) Interagency Agreement No. K4137 ATTACHMENT B - Fee Schedule 2023-25 Interagency Reimbursement Costs for Project Management Fees to Administer Energy/Utility Conservation Projects PROJECT TOTAL PROJECT VALUE MANAGEMENT FEE TERMINATION 5,000,001….....6,000,000.................................. $68,800................................. 25,700 4,000,001.........5,000,000.................................... 67,700................................. 25,400 3,000,001….....4,000,000.................................... 66,700................................. 25,000 2,000,001….....3,000,000.................................... 62,500................................. 23,400 1,500,001….....2,000,000.................................... 58,300................................. 21,800 1,000,001….....1,500,000.................................... 51,600................................. 19,300 900,001. ...… 1,000,000.................................... 43,800................................. 16,400 800,001…….....900,000.................................... 41,300................................. 15,400 700,001…….....800,000.................................... 38,300................................. 14,400 600,001…….....700,000.................................... 36,500................................. 13,700 500,001…….....600,000.................................... 33,800................................. 12,600 400,001…….....500,000.................................... 30,200................................. 11,300 300,001…….....400,000.................................... 25,800.................................. 9,700 200,001…….....300,000.................................... 20,700.................................. 7,700 100,001…….....200,000.................................... 14,400.................................. 5,400 50,001……......100,000...................................... 7,800.................................. 3,500 20,001……........50,000...................................... 4,200.................................. 2,000 The project management fee on projects over $6,000,000 is 1.15% of the project cost. The maximum DES termination fee is $25,700. 1.These fees cover project management services for energy/utility conservation projects managed by DES’s Energy Program. 2.Termination fees cover the selection and project management costs associated with managing the ESCO's investment grade audit and energy service proposal. No termination fee will be charged unless the CLIENT AGENCY decides not to proceed to construction based on an energy services proposal that identifies projects that met the CLIENT AGENCY’S cost effectiveness criteria. 3.If the project meets the CLIENT AGENCY’s cost effectiveness criteria and the CLIENT AGENCY decides not to move forward with a project, then the CLIENT AGENCY will be invoiced per Attachment B Termination or $25,700.00 whichever is less. If the CLIENT AGENCY decides to proceed with the project then the Agreement will be amended per Attachment B for Project Management Fee. 4.If the audit fails to produce a project that meets the CLIENT AGENCY’s established Cost Effectiveness Criteria, then there is no cost to the CLIENT AGENCY and no further obligation by the CLIENT AGENCY. AGENDA ITEM #6. h) Interagency Agreement No. K4137 ATTACHMENT C – SCOPE OF WORK Energy/Utility Conservation Projects MEASUREMENT & VERIFICATION SERVICES Statewide Energy Performance Contracting Program If requested DES will provide the following measurement and verification services following the Notice of Commencement of Energy Savings by the ESCO for the specific Client Agency project: 1. Review the ESCO’s annual Measurement and Verification (M&V) report for completeness and accuracy. Review any ESCO guarantee compared to reported results and resolve differences, if needed. Review and recommend approval of any ESCO invoice vouchers for payment by the Client Agency. 2. Where necessary, review Client Agency facility operations including any changes in operating hours, changes in square footage, additional energy consuming equipment and negotiate changes in baseline energy use with the ESCO and the Client Agency that may impact achieved energy savings. 3. Attend a meeting or meetings with the Client Agency and the ESCO to review and discuss the annual M&V report. AGENDA ITEM #6. h) RENTON, WA APRIL 25, 2025 McKinstry Project 207168 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 1 of 76 EXHIBIT B AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 Primary Client Contact Edward Grube (425) 430-7222 EGrube@Rentonwa.gov WA DES Representative Chris Lewis (564) 669-0338 chris.lewis@des.wa.gov Account Executive Andrew Willamson andrewwi@mckinstry.com Program Manager Andy Morgan (206) 578-3192 andymo@mckinstry.com Energy Engineer Kari Rogers (206) 832-8011 karir@mckinstry.com City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 2 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 Contents SECTION 1. EXECUTIVE SUMMARY ................................................. 5 1.1 Overview 1.2 Current Situation 1.3 Solutions 1.4 Summary of Benefits 1.5 McKinstry Differentiators SECTION 2. SCOPE OF WORK ....................................................... 9 2.1 Facility Improvement Measure (FIM) List 2.2 McKinstry Services 2.3 Extent of Subcontracting 2.4 Project Schedule Detailed Scope of Work Waste Recycling and Disposal Plan SECTION 3. ENERGY SAVINGS GUARANTEE ................................... 59 3.1 Guarantee Overview 3.2 FIM Specific Performance Assurance Methodology 3.3 Utility Rates 3.4 Standards of Comfort Service 3.5 Ongoing Owner Responsibilities 3.6 Non-Performance 3.7 Change of Use Energy Savings Tables TABLE 3.1 - ENERGY SAVINGS SUMMARY TABLE 3.2 - MEASUREMENT AND VERIFICATION (M&V) PLAN OUTLINE TABLE 3.3 - BASE UTILITY RATES SECTION 4. PROJECT FINANCIALS .............................................. 67 4.1 Maximum Project Allowable Cost 4.2 Project Cost Table 4.3 Items Included in Maximum Project Cost 4.4 Construction Contingency 4.5 Allowances 4.6 Ongoing Services 4.7 Accounting Records 4.8 Reconciliation of Labor & Material Costs 4.9 Compensation 4.10 Financing 4.11 Termination Value 4.12 Terms of Agreement 4.13 Insurance & Bonding 4.14 Diverse Business Participation Goals for this Project City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 3 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 Contents 4.15 Apprenticeship 4.16 Cost Effectiveness Criteria Financial tables TABLE 4.1 – BUDGET SUMMARY TABLE 4.2 – FACILITY IMPROVEMENT MEASURE (FIM) SUMMARY Please note that this response provides the basic economic terms on which McKinstry would be willing to perform the scope of services outlined here. This response does not cover all of the terms and conditions relevant to a definitive agreement about these services. Nothing in this response approves legal terms such as warranties, indemnification, insurance requirements, and limitations of liability, even if those terms were included in the request for proposal. The details of those terms must be negotiated by the parties and set forth in a definitive agreement with respect to McKinstry’s services. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 4 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT Through the Washington State Department of Enterprise Services (DES) Energy Savings Performance Contracting (ESPC) program, McKinstry has completed an extensive study and investigation of energy upgrades for the City of Renton. Our Energy Services Proposal presents a holistic project solution for improving the overall facility efficiency and operation. Our proposed solutions will result in lower utility use and cost along with improved building system performance and occupant productivity. For additional information on the project, reference the Investment Grade Audit Report, dated 04/11/2025. Renton City Hall is served by a mix of variable air volume (VAV) terminal units, water source heat pumps (HP) and small air handlers with legacy IBEX controls that are inefficient and are no longer supported and require replacement. Also, building-mounted and site lighting for the City Hall is a mix of 70- to 150-watt high intensity discharge (HID) lamps with magnetic ballasts. Henry Moses Aquatic Center has a surface parking lot that uses higher wattage HID-lamped fixtures. Interior lighting is mostly 32-watt T8 linear fluorescent lamped fixtures. Exterior ground lighting is a mix of higher wattage HID, T5 and compact fluorescent fixtures. Also, the lap pool cover has failed and is no longer usable and requires replacement. The Renton City Maintenance Shops’ interior lighting system consists of 32W T8 linear fluorescent, T5, and compact fluorescent fixtures. Vehicle work bays are lit by high wattage High Pressure Sodium (HPS) fixtures. Renton Senior Center has interior lighting systems consisting mostly of 32-watt T8 linear fluorescent lamped fixtures, with a few T12, and compact fluorescent fixtures. Select areas have been upgraded to LED. Exterior lighting is a mix of pin- based and screw-base compact fluorescent lamps with several fixtures that have already been upgraded to LED. Liberty Park’s outdoor parking lot and security lighting consists of mostly higher wattage HID-lamped fixtures. The lighting noted above at these five locations is inefficient and is due for replacement. GOALS • Increase energy efficiency and reduce energy use • Upgrade failing equipment • Leverage grants and rebates OUTCOME SNAPSHOT This project represents an excellent opportunity to significantly improve facilities while saving energy and trimming utility spending. McKinstry looks forward to making this project a success. McKinstry estimates these savings if proposed facility improvement measures (FIMs) are installed: $58,901 Utility cost savings/year 617,037 Guaranteed kWh/year 2,565 Guaranteed Therms/year Carbon dioxide emissions reductions would equal: 123 Acres of trees planted 991,993 lbs. CO2/year City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 5 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT This project includes: • 04.01-RCH: Optimize Controls and TAB Terminal Units (Renton City Hall) o Replace the remaining IBEX terminal controllers. Provide testing, adjusting, and balancing (TAB) of all the terminal units (233 total). Provide functional performance testing and controls sequence optimization for the 233 terminal units. • 09.01-CPL: Upgrade Lighting to LED (City-wide Parking Lots) o Replace the City Hall, Aquatic Center, and Liberty Park parking lot lighting fixtures with LED fixtures. Replace the City Hall Parking Garage LED lighting with new LED’s and provide new hi-low occupancy sensors. Reuse the existing dusk-to-dawn controls where applicable. Additional scopes added include Renton City Hall Parking Lot added garage fixtures and support spaces (ie electrical rooms, etc.); Liberty Park includes added security circuit light fixtures, basketball court/parking, and skate park/parking, tennis courts, new controls for basketball/skate park/tennis court/security lighting for better control and zoning. • 09.01-HMA: LED Lighting and Occupancy Controls (Henry Moses Aquatic Center) o Retrofit the fluorescent lamped fixtures to LED. Provide room level occupancy controls in select areas. This facility has to meet Department of Health lighting standards. • 09.01-PWS: LED Lighting and Controls (Renton City Shops A-B-C-D-F) o Retrofit the interior and exterior lighting systems to LED or TLED or compact retrofit lamps. Provide remote lighting controls in select spaces. • 09.02-HMA: Upgrade Exterior Lighting to LED (Henry Moses Aquatic Center) o Replace and retrofit fixtures with LED lamps. Existing controls will remain as-is. The lighting serving the pool and the pool deck will need to meet Department of Health lighting standards. • 09.02-RCH: Upgrade Exterior Lighting to LED (Renton City Hall) o Retrofit the existing light fixtures with LED lamps. Added scope for safety includes move wall packs up for chain link parking area, add bollards, police parking stalls flood light, east exit walkway, elevator sconces (PLLs), generator fuel tank, and entry way sign. • 17.01-HMA: Install Pool Cover (Henry Moses Aquatic Center) o Provide a new pool cover for the lap pool. • 09.01-RSC: LED Lighting and Controls (Renton Senior Center) o Retrofit the interior and exterior fixtures with LED lamps. Existing controls will remain as-is. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 6 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT Section 4 of this document provides a detailed look at the project financials. The guaranteed maximum project allowable cost is $2,715,201.Including sales tax and DES management fees and prior to any utility incentives, the final project cost is $3,057,367. The annual energy savings are $58,901. Operational and maintenance savings have been included in the cash flows as agreed to by the DES energy project manager and the City of Renton - these projections are based on reduced repair costs and future avoided capital expenditures and represent $41,169 in annual savings. Total first-year savings are estimated at $58,901. The estimated utility rebates for the project are $67,105. This project meets the cost effectiveness criteria as indicated in the Investment Grade Audit proposal dated 04.11.2025 and described in Section 4.16. By taking the necessary steps to reduce energy consumption through the implementation of the various facility improvement measures detailed in this report, the City of Renton will attain the savings outlined in the outcome snapshot on the left. This is equivalent to: •43 average-sized homes being removed from the power grid; or •68,888 light bulbs (13.5 Watt LED) not energized; or •1,681,344 miles not driven by an average size vehicle. •ESP Approval and Construction Contract Execution •Finalize Equipment Selection for Procurement McKinstry has over 50 years of experience assessing and improving facilities in the Pacific Northwest. With more than 1,500 successful energy and facility improvement projects completed in the past 15 years, McKinstry has the expertise to offer comprehensive solutions to The City of Renton McKinstry is more than just another energy services company, we believe in serving as your trusted advisor “For the Life of Your Building.” •Vendor- and product-neutral for truly consultative role •Transparent pricing •Total cost of ownership consideration •No “shared savings” model COMPANY AT-A-GLANCE • Established 1960 • Over 1,700 employees • 23 offices • 55+ Professional Engineers • 80+ LEED Accredited Professionals MCKINSTRY EXPERIENCE $20 million Customer utility savings guaranteed $100 million Grants & rebates secured for clients 636 million Kilowatt hours saved 453 thousand Metric tons of CO2 saved 91 million Gas Therms saved CO2 emission reductions resulting from McKinstry projects have environmental impacts equal to: 3,167 acres Forest acres saved from destruction 51.5 million Gallons of gas not used 83+ thousand Cars taken off the road 40+ thousand Homes taken off the power grid City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 7 of 76 AGENDA ITEM #6. h) City of Renton Environmental Impact Calculator Non-Baseload Load Factor to Use NWPP Select Factor lbs CO2e/kWh (Electricity Emissions Factor) Amount Each Utility Type Will Be Reduced Per Year Electricity 617,037 kWh =940,795 lbs CO2 426.7 Metric Tonnes CO2 Fossil Natural Gas 86 Number of Vehicles Removed From Roads (Avg Size); or 2,565 Therms =51,197 lbs CO2 23.2 Metric Tonnes CO2 1,681,344 Number of Miles Not Driven Per Year (Avg Size); or Steam 68,888 Number of 13.5 Watt Light bulbs Not Energized; or 0 Mlbs =0 lbs CO2 0.0 Metric Tonnes CO2 43 Number of Avg Sized Houses Removed From Power Grid; or Fuel Oil 123 Acres of Trees Planted; or 0 Gallons =0 lbs CO2 0.0 Metric Tonnes CO2 463,548 Pounds of Coal Not Burned Per Year Propane 0 Gallons =0 lbs CO2 0.0 Metric Tonnes CO2 Total Reduction =991,993 lbs CO2 450.0 Metric Tonnes CO2 Fossil Natural Gas (ASHRAE Std. 189-2017 Table 7.5.2):19.96 lbs CO2 / Therm Steam (Seattle Steam):195.364 lbs CO2 / Mlbs Fuel Oil: 22.384 lbs CO2 / gal Propane: 12.5 lbs CO2 / gal Conversion:2204.62 lbs CO2 / Metric Tonnes CO2 Car Emmissions: 11,470 lbs CO 2 / car / yr Tree Carbon Sequestation: 8,066 lbs CO 2 / acre / yr Vehicle Mileage Emmissions: 0.59 lbs CO 2 / mile 13.5 W Light Bulb Emmissions: 14.4 lbs CO 2 / Light Bulb / yr Tree Carbon Sequestation: 8,066 lbs CO 2 / acre / yr Coal Emmisions: 2.14 lbs CO 2 / pound Coal Houses Removed: 22,880 lbs CO 2 / house * Energy Information Agency (EIA) * Environmental Protection Agency (EPA) * ENERGY STAR * eGRID 2020 (If eGrid Subregion or Local Utilities Chosen) * NWPCC Report dated June 13, 2008 (If WADES Factor Chosen) 1.52470 This Annual Emissions Reduction Is Equivalent To The Following: Other Emissions Factors Equivalents Conversions Sources: City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 8 of 76 AG E N D A I T E M # 6 . h ) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT For full descriptions of the scope of work of each measure, please refer to Section 2 - Detailed Scope of Work. 04.01-RCH: Optimize Controls and TAB Terminal Units (Renton City Hall) 09.01-CPL: Upgrade Lighting to LED (City-wide Parking Lots) 09.01-HMA: LED Lighting and Occupancy Controls (Henry Moses Aquatic Center) 09.01-PWS: LED Lighting and Controls (Renton City Shops A-B-C-D-F) 09.02-HMA: Upgrade Exterior Lighting to LED (Henry Moses Aquatic Center) 09.02-RCH: Upgrade Exterior Lighting to LED (Renton City Hall) 17.01-HMA: Install Pool Cover (Henry Moses Aquatic Center) 09.01-RSC: LED Lighting and Controls (Renton Senior Center) McKinstry will include the following services related to this project: 1. Energy Audit: The energy audit is complete and is detailed in the Investment Grade Audit report dated 04.11.2025. 2. Design Services: McKinstry will provide a detailed engineering design as needed to obtain permitting, Owner review, and approval of the proposed systems. In addition, McKinstry will also provide construction support services, start-up, testing, as-built drawings of systems installed, and provide operations and maintenance manuals. 3. Construction: Provide, or cause to be provided, all material, labor, and equipment, including paying for permits, fees, bonds, and insurance, required for the complete and working installation of McKinstry’s equipment. a. McKinstry will provide a site superintendent who will be responsible for the onsite supervision and coordination of trades and subcontractors. This individual’s responsibilities will also include regular work observations, quality control, site security, enforcement of the site-specific safety plan, as well as coordinating any impact upon building tenants with the Owner. b. McKinstry may perform portions of the construction work or may subcontract portions to qualified firms. In either case, McKinstry will share information regarding actual costs of the work with the Owner and DES. 4. Construction Management: McKinstry will provide a dedicated construction manager who will provide contract administration services for the project. The owner is expected to coordinate day-to-day communications with tenants and any scheduling of tenant relocations in and around occupied areas. 5. Operation Training: McKinstry will provide relevant training of building staff during construction as agreed to by the Owner and DES. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 9 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT 6. Performance Maintenance: McKinstry will provide monitoring and support services to ensure guaranteed savings are achieved during the agreement term. These services shall be under separate agreement. These services shall be at the discretion of the Owner and DES to terminate. Specific tasks associated with proposed Measurement and Verification (M&V) can be found in Table 3.2 - M&V Plan Outline. For this project, McKinstry has recommended an initial M&V term of 1 year to the Owner and DES. The reason is that the efficiency of the proposed scope is not expected to change after the first year of performance has been verified. 7. Equipment Maintenance: McKinstry will provide no equipment maintenance or repairs after the warranty period. Following the completion of the installation and Owner acceptance of the equipment, the Owner shall provide all necessary service, repairs, and adjustments to the equipment so that the equipment will perform in the manner and to the extent set forth in the Proposal. McKinstry shall have no obligation to service or maintain the equipment after the warranty period. 8. Warranty: McKinstry will warrant equipment for one year following Notice of Commencement of Energy Savings. Specific information regarding equipment warranty will be passed on to owner. McKinstry may subcontract the energy audit, design, construction management, start-up, and training portions of this Contract to qualified firms upon review and approval by owner. Construction subcontracts will be awarded competitively. McKinstry will endeavor to satisfy the Diverse Business Enterprise utilization goals of the Owner and DES. The proposed design and construction duration is 222 calendar days between Notice to Proceed and Substantial Completion. McKinstry will develop a detailed schedule outlining all of the various design, pre-construction, construction, and closeout tasks associated with the project and that interfaces with other construction work not under this proposal. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 10 of 76 AGENDA ITEM #6. h) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48707 04.01-RCH: Optimize Controls and TAB Terminal Units Renton City Hall GENERAL Existing: The Renton City Hall has legacy IBEX control hardware on its variable air volume (VAV) terminal units, water source heat pumps (WSHP) and fan terminal units (FTU) The front-end controller and main AHU controllers were replaced with a newer unit in a prior project. The City Hall terminal units have not been balanced, nor commissioned in the past 10 years, causing comfort and efficiency issues in the building. Proposed: Replace the remaining IBEX terminal controllers. Provide testing, adjusting, and balancing (TAB) of all the terminal units (233 total). Provide functional performance testing and controls sequence optimization for the 233 terminal units. Provide supply side CO2 Demand Control Ventilation for the main Air Handling Unit (PH-1). SCOPE OF WORK INCLUDES BASIS OF DESIGN Note: Renton City Hall is served by a mix of single duct Variable Air Volume (VAV) with reheat and fan-powered Variable Air Terminal (VAT) terminal units (squeeze box), as well as water-sourced heat pumps (HP) with a condenser water loop. The main rooftop air handler serving the VAV’s was recently replaced. The boiler on the condenser water loop was also recently replaced. The old jail located in the upper parking level is served by fan coil AHU’s. Nine (9) single duct VAVs and one (1) heat pump have been upgraded to the newer controls (NIC). The remaining terminal units will have their IBEX controls replaced in a separate measure. 1. Controls A. Convert all existing legacy IBEX controllers to Alerton VLC controllers. All existing legacy communication wiring will be demolished and replaced with new BACnet MS/TP communication wire that is compatible with the VLC controllers. B. Once the new VLC’s have been installed, provide point to point checkout for each unit C. Provide commissioning support for each floor D. Provide all control drawing submittals and as-built documentation E. Upgrade the existing Microtouch wall thermostats with Microset4 thermostats on the Seventh (7 th) Floor Only. F. Units to be upgraded include: 1) Floor 1: 37 HP’s 2) Floor 2: 8 HP’s, 23 VAT’s, and 3 VAV’s 3) Floor 3: 2 HP’s, 19 VAT’s, and 14 VAV’s 4) Floor 4: 2 HP’s, 4 VAT’s, 6 VAV’s, and 4 AHU’s 5) Floor 5: 5 HP’s, 18 VAT’s, and 12 VAV’s 6) Floor 6: 2 HP’s, 20 VAT’s, and 19 VAV’s 7) Floor 7: 2 HP’s, 33 VAT’s G. Addition of 21 averaging thermostats based on the owners’ priority in offices that share a terminal unit. H. Demand control ventilation added to the building through addition of a Supply Air CO2 sensor and programming to support the function. I. Repair budget of $40,000 for existing terminal units is included in this scope of work. J. Adjust operating hours of AHU PH-1 to reflect values in Main Air Handling Unit(PH-1) Schedule summary “Proposed” Section. This will reduce the running hours of PH-1. 2. Testing, Adjusting, and Balancing (TAB) A. Provide pre-construction readings of the following terminal units 1) 58 water source heat pump (WSHP) airflow at supply diffusers and water flow/pressure drop 2) 117 VAT airflow at supply diffusers 3) 54 VAV airflow at supply diffusers B. Provide test, adjusting and balance of the following terminal units 1) 58 WSHP’s 2) 117 VAT’s 3) 54 VAV’s 3. Commissioning A. Provide a functional performance test (FPT) and point to point verification of the 233 terminal units City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 11 of 76 AGENDA ITEM #6. h) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL 1) 58 WSHP’s 2) 117 VAT’s 3) 54 VAV’s B. Provide start-up of the following 1) 58 WSHP start-up 2) 117 FTU start-up 3) 54 VAV’s C. Verify optimized sequence of operations for all 233 terminal units 4. Training A. Provide training as required for this FIM CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials, and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. 3. Labor cost estimates based on day shift work (6 am to 4 pm). 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 12 of 76 AGENDA ITEM #6. h) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 13 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 14 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 15 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 16 of 76 AG E N D A I T E M # 6 . h ) 2'-6" 8'-5" 5'-8" 14' TO WOOD BASE MOLDING 1'-8" 6 2 / 3 6 C 2 4 / 6 6 2 4 / 6 6 30/6 0 FDU / 3 6 FDU / 2 4 2 4 E N D 2 4 E N D LT/3 6 LT/2 4 BAR 3 6 62 / 4 8 E 62 / 3 6 E FD U / 3 6 LT / 3 6 BA R 4 2 BA R 3 6 BA R 4 2 BA R 4 2 Ta c k B 1 6 h 4 2 w Ta c k B 1 6 h 4 2 w BA R 4 8 BA R 4 2 Ta c k B 3 0 BA R 4 2 FDU / 2 4 LT/2 4 FDU / 2 4 LT/2 4 TB- 1 2 / 2 4 TB- 1 2 / 2 4 TB- 1 2 / 2 4 ADD ELECT & DATA 3 9 / 3 0 E 3 9 / 4 2 E 3 9 / 4 2 E 3 9 / 3 0 E 3 9 / 3 6 E 62/4 8 E 30 M I D 2 4 M I D 30/7 2 62/3 6 E 62/3 0 E 3 0 / 7 6 T R I M T O F I T 24/7 8 3 0 E N D 6 2 / 2 4 C 6 2 / 4 8 C 2 4 / 4 8 2 4 E N D FDU / 3 6 LT/3 6 LT/4 8 3 0 E N D TRIM TO FIT TB- 1 2 / 3 6 BAR 4 2 32/36E 3 9 / 3 0 E 3 9 / 4 8 E 3 9 / 2 4 E 3 9 / 4 2 E 3 9 / 4 2 E 3 9 / 3 0 E 3 9 / 3 6 E 3 9 / 4 2 E 2 4 / 9 6 t r i m t o 7 8 30/3 0 6 2 / 2 4 C 2 4 E N D T a c k B 4 2 T B - 1 2 / 2 4 BAR 4 8 B A R 3 6 BAR - 3 0 Tac k B 4 2 FDU / 3 0 LT/3 0 BA R 4 2 TB-12/48 232092-236 232092-236 232092-236 232092-236 232092-236 WORKSURFACE P.E. P.E. P.E. P.E. 272- has 5 274- has 6 275- has 1 276 has 5 BOOKCASE ONE PAPER TRAY & ONE DIAGONAL TRAY EACH WORKSTATION #273- add 1 9' - 6 1 2" 9 ' - 3 1 2" 9' - 3 1 2" 7 ' - 1 0 1 2" 1 5 ' - 8 1 2" FLAT BRACKET 232092-237 232092-237 232092-237 232092-237 232092-237 232092-238 232092-238 232092-238 232092-238 232092-238 232092-238 232092-239 232092-239 232092-239 232092-239 232092-239 232092-240 232092-240 232092-240 232092-240 232092-240 232092-240 232092-241 232092-241 232092-241 232092-241 232092-241 232092-242 232092-242 232092-242 232092-242 232092-242 232092-243 232092-243 232092-243 232092-243 232092-243 ONE PAPER TRAY & ONE DIAGONAL TRAY EACH WORKSTATION ONE PAPER TRAY & ONE DIAGONAL TRAY EACH WORKSTATION 62/24C62/36C NOTCH FOR PE NOTCH FOR PE P.E. SH/ 4 2 l o w 46-3615-OB-42 SH/ 3 6 l o w 3 9 / 3 0 E SH/3 6 l o w 30/3 6 30/7 2 TB- 1 2 / 3 6 BAR 3 6 42"H thermostat relocate thermostat relocate 3 9 / 4 2 E 3 9 / 2 4 E 2 8 ' - 6 " 3 6 ' - 3 1 2" FDU / 4 8 2 4 / 6 6 2 4 E N D 2 4 M I D 2 4 / 4 2 29"H 41 7/8"H FLOOR MAGAZINE RACK COPIER MAIL SORTER CABINET MAIL SORTER CABINET 48W X 30D 48W X 30D EXISTING TABLE 36W X 20D STORAGE CABINET 36W X 20D STORAGE CABINET OPTION 1 232092-268- two 42"DIA. FD U / 4 8 276 add 1 #273- has 5 BBF other 277- 4 add 271- 5 add 274- add 2 272- add 1 add FE COH add FE53 30/54 30 / 4 2 28 42 / 1 8 S L I D I N G D O O R 24/36 FD U / 4 2 FD U / 4 2 LT / 3 6 LT / 3 6 TK W 8 4 15 / 2 2 52245224 42/84/48/24 TY P - H - S H A P E 30 / 8 4 BA R 46 - 4 2 1 5 - O B - 6 8 106 OFFICE 100 OFFICE AREA 142 EXISTING MENS RESTROOM 143 EXISTING WOMENS RESTROOM 140 ELECT. / PHONE 138 JANITORFIRE ROOM CONTROL 139 111 OFFICE AREA EXISTING LOBBY ELEVATOR 137 101 LOBBY 135 LOBBY 112 COMPUTER ROOM 113 SWAT STORAGE 114 OFFICE 116 HALL 117 R. ROOM 118 STORAGE 121 123 HALL 122 BRIEFING ROOM 124 RECORDS 125 OFFICE AREA 126 CONFERENCE 129 CONTROL 130 HALL 128 R. ROOM 131 FINGER - PRINT 134 MEDIA 144 HALL 132 LOBBY 133 R. RM 120 INTER. FEC UPUP 146 NORTH STAIRWELL 136 SOUTH STAIRWELL UP DN 115 OFFICE 116 OFFICE FEC FEC FEC 2 3 4 5 6 7 8 9 10 FEC 109 HALL 108 COPY 105 OFFICE AREA 110 TRAINING 104 FILES 103 CONF/LIBRARY 101A WAITING 101B RECEPTION 107B COFFEE 107A OFFICE AREA FE REF CR CR R CR 102 CONFERENCE CR FUTURE MICROWAVE 48 / 2 4 24 / 5 4 24 / 5 4 24 / 4 2 42 / 2 4 20/48 40N VS16VS16 48 / 2 4 2/42/18 - - 20/4820/36 LT/24 SH/24 FH TB-12/36 TB-16/36 LT/36 SH/36 FH BAR-48 TB-16/48 SH/48 FH TB-16/24 TB-12/24 40N VS16VS16 40N 46-3615-OB-42 SH/30-FH BAR-30 RTL-28-OEB 20/54 TB-16/48 TB-12/48 SH/48-FH TB-12/30RTL-40-OEB 24/4224/42 30 / 7 2 SH / 3 6 SH / 3 6 +F D +F D CUT WK SURF TO FIT! CUT WALL STRIPS TO JUST ABOVE WK SURFACE TO FIT! TB 1 2 / 3 6 TB 1 2 / 3 6 INTERROGATION LT / 3 6 LT / 3 6 36 " 36 " 42"40" HP 104 HP 103 HP 107 HP 102 HP 101 HP 132 HP 113 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 17 of 76 AG E N D A I T E M # 6 . h ) 1 1 NTS CINDY GILBERT-HUGHES RE N T O N , W A CI T Y O F R E N T O N OV E R A L L F L O O R 2 L A Y O U T CJGH 10.20.2011 VAT 201 VAT 205 VAT 202 VAT 209 VAT 213 VAT 206 VAT 208 VAT 218 VAT 219 VAT 224 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 18 of 76 AG E N D A I T E M # 6 . h ) VAT 301 VAT 302 VAT 306 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 19 of 76 AG E N D A I T E M # 6 . h ) VAT 401 VAT 411 VAT 410 VAT 402 VAT 403 VAT 404 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 20 of 76 AG E N D A I T E M # 6 . h ) VAT 505 VAT 504 VAT 502 VAT 501 VAT 529 VAT 527 VAT 526 VAT 523 VAT 519 VAT 517 VAT 510VAT 509 VAT 507 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 21 of 76 AG E N D A I T E M # 6 . h ) 633 NORTH STAIR WELL 624 SOUTH STAIR WELL FEC FECFE CR CR +36" FE FE +36" +78" +78"+78" +78" VAT 605 VAT 604 VAT 603 VAT 601 VAT 637 VAT 636 VAT 635 VAT 631 VAT 629 VAT 626 VAT 625 VAT 624 VAT 623 VAT 622 VAT 621 VAT 617 VAT 615VAT 614VAT 612VAT 607VAT 606 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 22 of 76 AG E N D A I T E M # 6 . h ) VAT 703 VAT 702 VAT 701 VAT 706 VAT 708 VAT 733 VAT 724 VAT 722 VAT 721 VAT 720 VAT 728 VAT 715 VAT 713 VAT 712 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 23 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 24 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 25 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 26 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 27 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 28 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 29 of 76 AG E N D A I T E M # 6 . h ) City of Renton - Renton City Hall Main Air Handling Unit (PH-1) Schedules Project Name City of Renton - Renton City Hall Location Renton, WA Date 4/23/2025 EXISTING Day PH-1 "On" Hours PH-1 "Occupied" Hours Monday 12:00 am - 11:59 pm (24/7) 5:00 am - 10:00 pm Tuesday 12:00 am - 11:59 pm (24/7) 6:00 am - 5:00 pm Wednesday 12:00 am - 11:59 pm (24/7) 6:00 am - 5:00 pm Thursday 12:00 am - 11:59 pm (24/7) 6:00 am - 5:00 pm Friday 12:00 am - 11:59 pm (24/7) 6:00 am - 5:00 pm Saturday 12:00 am - 11:59 pm (24/7) Unoccupied Sunday 12:00 am - 11:59 pm (24/7) Unoccupied Holiday 12:00 am - 11:59 pm (24/7) Unoccupied PROPOSED Day PH-1 "On" Hours PH-1 "Occupied" Hours Monday 5:00 am - 11:00 pm 5:00 am - 10:00 pm Tuesday 5:00 am - 7:00 pm 6:00 am - 5:00 pm Wednesday 5:00 am - 7:00 pm 6:00 am - 5:00 pm Thursday 5:00 am - 7:00 pm 6:00 am - 5:00 pm Friday 5:00 am - 7:00 pm 6:00 am - 5:00 pm Saturday Off Unoccupied Sunday Off Unoccupied Holiday Off Unoccupied PH-1 "On" Hours refers to hours when the air handling unit is running. PH-1 "Occupied" Hours refers to hours when the air handling unit is running and in occupied mode. Page 1 of 3 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 30 of 76 AG E N D A I T E M # 6 . h ) City of Renton - Renton City Hall Main Air Handling Unit (PH-1) Schedules Project Name City of Renton - Renton City Hall Location Renton, WA Date 4/23/2025 References: PH-1 "On" Hours Baseline Page 2 of 3 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 31 of 76 AG E N D A I T E M # 6 . h ) City of Renton - Renton City Hall Main Air Handling Unit (PH-1) Schedules Project Name City of Renton - Renton City Hall Location Renton, WA Date 4/23/2025 PH-1 "Occupied" Hours Baseline Page 3 of 3 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 32 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48709 09.01-CPL: Upgrade Lighting to LED City-wide Parking Lots GENERAL Existing: City Hall’s exterior parking lot includes high wattage HID fixtures. The City Hall interior parking garage is already LED lighting, but underlit and requires upgrading. The Aquatic Center parking areas also use higher wattage HID-lamped fixtures. Liberty Park consists of mostly higher wattage HID-lamped fixtures. The parking lots of the Senior Center, Public Works, and Community Center have already been converted to LED and don’t require replacement. Proposed: Replace the City Hall, Aquatic Center, and Liberty Park parking lot lighting fixtures with LED fixtures. Replace the City Hall Parking Garage LED lighting with new LED’s and provide new hi-low occupancy sensors. Reuse the existing dusk- to-dawn controls where applicable. Additional scopes added include Renton City Hall Parking Lot added garage fixtures and support spaces (ie electrical rooms, etc.); Liberty Park includes added security circuit light fixtures, basketball court/parking, and skate park/parking, tennis courts, new controls for basketball/skate park/tennis court/security lighting for better control and zoning. Benefits: Reduced maintenance costs. Modernization of lighting fixtures. Improved safety and energy savings.. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy primarily consists of new fixture replacements as detailed in the LxL. 2) The only locations to receive a LED lamp replacement are the globe fixtures. 3) Locations to receive additional equivalent fixtures per design drawings. (i) City Hall (a) Parking garage. (b) NE electrical room on lower level. (c) Fire Sprinkler room (d) Mechanical room on lower level. (e) Lower exterior stair landing 4) Fixtures to be left alone (No Retrofit) are the locations that are existing LED. B. Controls retrofits 1) No modifications to controls in this scope. 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and one lamp at the Liberty Park Parking lot was identified as a Mercury Vapor light and will be coordinated to be removed with the City of Renton and an appropriate contractor taking appropriate precautions. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 33 of 76 AGENDA ITEM #6. h) 09.01-CPL: Upgrade Lighting to LED (City Parking Lots) LxL McKinstry Scope Customer: City of Renton Current Row Count: 347 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Lamp Type # of Lamps per Fixture # of Drivers per Fixture Watts per Fixture kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 89 Yes Parking Lots EXT - Aquatic Center Exterior Parking Lot Parking Lot Timeclock Pole SB 1 head per pole Sq Dir Arm BRZ MH-Mogul-250W-1L 7 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 7 Pole No 4368 Area 90w City Spec. (1) Area light with pole bracket 7 LED Fxtr Integral Lamp 0 0 90 6,268 0 0 90 Yes Parking Lots EXT - Aquatic Center Exterior Parking Lot Parking Lot Timeclock Pole SB 2 head per pole Sq Dir Arm BRZ MH-Mogul-250W-2L 4 Metal Halide Mogul Base (AKA: E39) 250 Watt,2 2 590 HID Elec 8 Pole No 4368 Area 90w 2L City Spec. (2) Area lights with pole brackets - Back to Back 4 LED Fxtr Integral Lamp 0 0 180 7,164 0 0 91 Yes Parking Lots EXT - City Hall P1 Parking Level 1 Parking Garage P1 not found Vapor 4ft LED-Tube-15W-2L 46 LED LED Linear Tube 15 Watt,2 lamp/fxtr 2 30 LED Driver 92 Surface No 8760 4' Vapor tight + OCC City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, Medium setting w/ Hi/Lo Occ Sensor. 46 LED Fxtr Integral Lamp 0 0 29 604 0 0 92 Yes Parking Lots EXT - City Hall Parking Ramp Parking Ramp Parking Garage Ramp Timeclock See photo LED-Lamp-50W-1L 31 LED LED Lamp (Non Linear Tube) 50 Watt,1 1 50 Integral Driver 31 Recessed No 4368 N No Retrofit Proposed 31 N 0 0 50 0 0 0 93 Yes Parking Lots EXT - City Hall Ground Level Drive's Ground Level Drive's Parking Lot Timeclock Pole Flood 1 fxtr head per pole Rnd Dir Arm MH-Mogul-400W-1L 4 Metal Halide Mogul Base (AKA: E39) 400 Watt,1 1 458 HID Elec 4 Pole No 4368 Area 150w City Spec. (1) Area light with pole bracket 4 LED Fxtr Integral Lamp 0 0 150 5,381 0 0 94 Yes Parking Lots EXT - City Hall Upper Open Parking Area Upper Open Parking Area Parking Garage Top Deck Timeclock Pole Flood 1 fxtr head per pole Rnd Dir Arm MH-Mogul-400W-1L 2 Metal Halide Mogul Base (AKA: E39) 400 Watt,1 1 458 HID Elec 2 Pole No 4368 Area 150w City Spec. (1) Area light with pole bracket 2 LED Fxtr Integral Lamp 0 0 150 2,691 0 0 95 Yes Parking Lots EXT - City Hall Upper Open Parking Area Upper Open Parking Area Parking Garage Top Deck Timeclock Pole Flood 2 fxtr head per pole Rnd Dir Arm MH-Mogul-400W-1L 2 Metal Halide Mogul Base (AKA: E39) 400 Watt,1 1 458 HID Elec 2 Pole No 4368 Area 150w 2L City Spec. (2) Area lights with pole brackets - Back to Back 2 LED Fxtr Integral Lamp 0 0 300 1,380 0 0 96 Yes Parking Lots EXT - City Hall Upper Open Parking Area Upper Open Parking Area Parking Garage Top Deck Timeclock Pole Globe 1 head per pole MH-Med-150W-1L 9 Metal Halide Medium Base (AKA: Standard, 1 190 HID Elec 9 Pole No 4368 HID 100w Omni (1) LED lamp, omni-directional, ~14,500 lumnes, enclosed rated, 120- 277v, 4000K. 9 LED Screw-in Lamp 1 0 100 3,538 0 0 97 Yes Parking Lots EXT - City Hall P2 Garage Parking Garage P2 not found Vapor 4ft LED-Lamp-15W-2L 33 LED LED Lamp (Non Linear Tube) 15 Watt,2 2 30 Integral Driver 66 Surface No 8760 4' Vapor tight + OCC City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, Medium setting w/ Hi/Lo Occ Sensor. 33 LED Fxtr Integral Lamp 0 0 29 434 0 0 98 Yes Parking Lots EXT - City Hall P2 Garage Parking Garage P2 not found Vapor 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Surface No 8760 4' Vapor tight + OCC City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, Medium setting w/ Hi/Lo Occ Sensor. 13 LED Fxtr Integral Lamp 0 0 29 -2,212 0 0 99 Yes Parking Lots EXT - City Hall Electrical Rooms P1 Parking Garage P1 1sw-1G-Togl-CB- AL Mix of 8FT T12 and 4FT T8 3 0 0 0 0 4' Vapor tight City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 5 LED Fxtr Integral Lamp 0 0 38 0 0 0 100 Yes Parking Lots EXT - City Hall Stairwells P1 Parking Garage P1 0 0 0 0 Cnpy 25w Low Pro Ceiling (1) LED Ceiling mount square canopy, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J- Box mounted. 5 LED Fxtr Integral Lamp 0 0 34 0 0 0 101 Yes Parking Lots EXT - City Hall Fire Sprinkler Room P1 Parking Garage P1 1sw-1G-Togl-CB- AL 1 0 0 0 Chain 0 4' Vapor tight City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 3 LED Fxtr Integral Lamp 0 0 38 0 0 0 103 Yes Parking Lots EXT - City Hall Gated Storage between Elevator Lobby and Stairwell P1 Parking Garage P1 0 0 0 0 4' Vapor tight + OCC City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, Medium setting w/ Hi/Lo Occ Sensor. 1 LED Fxtr Integral Lamp 0 0 29 0 0 0 104 Yes Parking Lots EXT - City Hall Gated Storage between Elevator Lobby and Stairwell P1 Parking Garage P1 1sw-1G-Togl-CB- AL 2x4 Prismatic Troffer 1 0 0 0 Surface 0 Strip Light 4' City Spec. 1 LED Fxtr Integral Lamp 0 0 32 0 0 0 105 Yes Parking Lots EXT - City Hall Mechanical Room P2 Parking Garage P2 1sw-1G-Togl-CB- AL 4FT Shop with Reflectors 4 0 0 0 Surface 0 Strip Light 4' City Spec. 6 LED Fxtr Integral Lamp 0 0 32 0 0 0 107 Yes Parking Lots EXT - City Hall Stairwells P2 Parking Garage P2 0 0 0 0 Cnpy 25w Low Pro Wall (1) LED Wall mount sconce, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J-Box mounted. 1 LED Fxtr Integral Lamp 0 0 34 0 0 0 108 Yes Parking Lots EXT - City Hall Electrical Room P2 Parking Garage P2 1sw-1G-Togl-CB- AL 2 0 0 0 Unistrut 0 Strip Light 4' City Spec. 2 LED Fxtr Integral Lamp 0 0 32 0 0 0 109 Yes Parking Lots EXT - Community Center Parking Lot Parking Lot Community Center Not Listed (see notes!) Pole SB 1 head per pole Sq Dir Arm BRZ LED-Fxtr-0-125W 26 LED LED Fxtr NONE,125 Watt 1 125 Integral Driver 26 Pole No 4368 N No Retrofit Proposed 26 N 0 0 125 0 0 0 110 Yes Parking Lots EXT - Community Center Parking Lot Parking Lot Community Center Not Listed (see notes!) Pole SB 2 head per pole Sq Dir Arm BRZ LED-Fxtr-0-250W 4 LED LED Fxtr NONE,250 Watt 1 250 Integral Driver 4 Pole No 4368 N No Retrofit Proposed 4 N 0 0 250 0 0 0 111 Yes Parking Lots EXT - Community Center SW Corner Pole Community Center Pole SB 2 head per pole Sq Dir Arm BRZ LED-Fxtr-0-125W 1 LED LED Fxtr NONE,125 Watt 1 125 Integral Driver 1 4368 N No Retrofit Proposed 1 N 0 0 125 0 0 0 112 Yes Parking Lots EXT - Liberty Park BB Club house Club House Timeclock WP Large FT MH-Med-100W-1L 1 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 1 Wall No 4368 WP Large City Spec. (1) Large LED wall pack, selectable wattage and color temperature, Type 4, 120-277v. 4000K. 1 LED Fxtr Integral Lamp 0 0 45 328 0 0 113 Yes Parking Lots EXT - Liberty Park Parking Lot Timeclock Pole FLD 1 head per pole Slpftr SLV MH-Mogul-400W-1L 3 Metal Halide Mogul Base (AKA: E39) 400 Watt,1 1 458 HID Elec 3 Pole No 4368 Area Flood 175w City Spec. 4000K, ~150w, Slpftr, Adjustable angle, Top visor 3 LED Fxtr Integral Lamp 0 0 190 3,512 0 0 114 Yes Parking Lots EXT - Liberty Park Security light on Softball field sports lighting pole Softball Field Pole Not Listed (see notes!) Pole SB 1 head per pole Rnd Dir Arm BRZ MH-Mogul-250W-1L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 1 Pole No 4368 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 1 LED Fxtr Integral Lamp 0 0 110 808 0 0 115 Yes Parking Lots EXT - Liberty Park Parking Lot Timeclock Pole Top Hat MH-Mogul-250W-4L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,4 4 1180 HID Elec 4 Pole No 4368 Deco - Post Top 3 Heads on pole. Verify Pole top adaptor available 1 LED Fxtr Integral Lamp 0 0 330 3,713 0 0 116 Yes Parking Lots EXT - Liberty Park Softball Field Pole Not Listed (see notes!) Pole SB 1 head per pole Rnd Dir Arm BRZ MH-Mogul-250W-1L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 1 Pole No 4368 Area Security 187w City Spec. (1) Security LED, 4000K, ~150w, Slpftr, Adjustable angle, PC?? 1 LED Fxtr Integral Lamp 0 0 187 472 0 0 117 Yes Parking Lots EXT - Liberty Park Parking Lot Timeclock Pole SB 1 head per pole Rnd Dir Arm SLV MH-Mogul-250W-1L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 1 Pole No 4368 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 1 LED Fxtr Integral Lamp 0 0 110 808 0 0 118 Yes Parking Lots EXT - Liberty Park Tennis Pole Sec Light Tennis Pole Not Listed (see notes!) Pole SB 1 head per pole Mast SLV MH-Mogul-250W-1L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 1 Pole No 4368 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 1 LED Fxtr Integral Lamp 0 0 110 808 0 0 120 Yes Parking Lots EXT - Liberty Park Softball Field Liberty Park Other Security Lighting on Softball Poles 4 0 0 0 0 Area Security 187w City Spec. (1) Security LED, 4000K, ~150w, Slpftr, Adjustable angle, PC?? 4 LED Fxtr Integral Lamp 0 0 187 0 0 0 121 Yes Parking Lots EXT - Liberty Park Tennis Court Liberty Park Other Security Lighting on Tennis Court Poles 3 0 0 0 0 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 3 LED Fxtr Integral Lamp 0 0 110 0 0 0 122 Yes Parking Lots EXT - Liberty Park Pathways Liberty Park Other Security Lighting Post Top or Area Type 8 0 0 0 0 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 8 LED Fxtr Integral Lamp 0 0 110 0 0 0 127 Yes Parking Lots EXT - Public Works Exterior Road/Parking Timeclock Pole CB 1 head per pole Mast SLV LED-Fxtr-0-45W 5 LED LED Fxtr NONE,45 Watt 1 45 Integral Driver 5 Pole Yes 4368 N No Retrofit Proposed 5 N 0 0 45 0 0 0 128 Yes Parking Lots EXT - Public Works Exterior Road/Parking Timeclock Pole CB 2 head per pole Mast SLV LED-Fxtr-0-90W 3 LED LED Fxtr NONE,90 Watt 1 90 Integral Driver 3 Pole ? 4368 N No Retrofit Proposed 3 N 0 0 90 0 0 0 129 Yes Parking Lots EXT - Public Works Exterior Road/Parking Timeclock LED-Fxtr-0-100W 4 LED LED Fxtr NONE,100 Watt 1 100 Integral Driver 4 Pole ? 4368 N No Retrofit Proposed 4 N 0 0 100 0 0 0 130 Yes Parking Lots EXT - Senior Center Parking Lot Parking Lot Timeclock Pole SB 1 head per pole Sq Dir Arm BRZ LED-Fxtr-0-125W 7 LED LED Fxtr NONE,125 Watt 1 125 Integral Driver 7 Pole No 4368 N No Retrofit Proposed 7 N 0 0 125 0 0 0 131 Yes Parking Lots EXT - Senior Center Parking Lot Parking Lot Timeclock Pole SB 2 head per pole Sq Dir Arm BRZ LED-Fxtr-0-250W 3 LED LED Fxtr NONE,250 Watt 1 250 Integral Driver 3 Pole No 4368 N No Retrofit Proposed 3 N 0 0 250 0 0 0 Total 228 32 290 252 35,696 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 34 of 76 AG E N D A I T E M # 6 . h ) (Liberty Park) LxL McKinstry Scope Customer: City of Renton F F F F F F F Current Row Count: 349 ID In Scope Site Floor/General Area Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Ballasts per Fixture # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 113 Yes Liberty Park EXT ADD Alt - Skate Park/Parking Lot Skate Park Parking Parking Lot Timeclock Pole FLD 1 head per pole Slpftr SLV MH-Mogul-1000W-1L 1 Metal Halide Mogul Base (AKA: E39) 1 1075 HID Elec 1 1 Pole No 2000 Skate Park/Parking Lot Techline Package [See Skate Park Design files] 1 697.2 1 Connected 4380 -904 0 0 119 Yes Liberty Park EXT ADD Alt - Basketball Court/Parking Lot + Controller Basketball Court Liberty Park Timeclock Basketball Court Fixtures MH-Mogul-1000W-1L 6 Metal Halide Mogul Base (AKA: E39) 1 1075 HID Elec 1 6 Pole No 2000 Basketball Court/Parking Lot + Controller Techline Package [See Basketball Court Design files] 6 697.2 1 Synapse HUB 2793 1,215 0 0 123 Yes Liberty Park EXT ADD Alt - Skate Park/Parking Lot Skate Park Liberty Park Timeclock Pole FLD-2 head per pole-Trunnion-SLV MH-Mogul-1000W-1L 4 Metal Halide Mogul Base (AKA: E39) 1 1075 HID Elec 1 4 Pole No 2000 Skate Park Techline Package [See Skate Park Design files] 4 697.2 1 Connected 2000 3,022 0 0 126 Yes Liberty Park EXT ADD Alt - Tennis Court Tennis Court Liberty Park N/A see notes Pole FLD-4 head per pole-Trunnion-SLV MH-Mogul-1000W-1L 16 Metal Halide Mogul Base (AKA: E39) 1 1075 HID Elec 1 16 Pole No 800 Tennis Court Techline Package [See Tennis Court Design files] 12 559.9 1 Connected 800 8,385 0 0 Total 27 4 27 23 4 11,719 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 35 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48702 09.01-HMA: LED Lighting and Occupancy Controls Henry Moses Aquatic Center GENERAL Existing: Interior lighting is mostly 32-watt T8 linear fluorescent lamped fixtures. There are some areas that have been upgraded to LED already. Proposed: Retrofit the fluorescent lamped fixtures to LED. Provide room level occupancy controls in select areas.This facility has to meet Department of Health standards for light levels. Benefits: Reduced maintenance. Energy savings. Improved controls. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of new LED lamps throughout. 2) The men's locker plumbing chase to receive a new LED fixture, matching the womans plumbing chase. 3) Fixtures to be left alone (No Retrofit) are the locations that are existing LED. B. Controls retrofits 1) Select locations to receive a new occupancy sensor switch. Family rooms, First Aid and Storage rm. 2) Chlorine storage to receive a new exterior WET rated switch. 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 36 of 76 AGENDA ITEM #6. h) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 37 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48712 09.01-PWS: LED Lighting and Controls Renton City Shops A-B-C-D-F GENERAL Existing: This FIM includes the Interior and Exterior building-mounted fixtures and site lighting. Interior: the lighting system consists mostly of 32W T8 linear fluorescent lamped fixtures, with a few T5, and compact fluorescent. The high bay fixtures are lamped with high wattage High Pressure Sodium (HPS). There are also a large variety of fixtures that have already been upgraded to LED. Exterior: the lighting system has already been upgraded with LED sources throughout. Proposed: Retrofit the interior and exterior lighting systems to LED or TLED or compact retrofit lamps. Provide remote lighting controls in select spaces. Benefits: Provides remote controls. Improved lighting for occupants. Maintenance and energy savings.. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of a mix of new replacement fixtures, retro fit kits and re-lamping the remaining fixtures. 2) Fixtures to be replaced include highbays, vaportites, and select wraps in staircases. (i) Linear highbay and wraps fixtures include onboard occupancy sensors. 3) All remaining fixtures to be upgraded to receive new LED lamp replacements. 4) Fixtures to be left alone (No Retrofit) are the locations that are existing LED. (i) All Exterior fixtures are LED. B. Controls retrofits 1) Exterior controls to be added for remote operation and timeclock programming. 2) Select interior spaces to receive new occupancy wall switch. (i) Janitor (ii) Lockers (iii) Select storage rooms (iv) Evidence rm. (v) Select office (vi) Gym 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 38 of 76 AGENDA ITEM #6. h) 09.01-PWS: LED Lighting and Controls (City Shops) LxL McKinstry Scope Customer: City of Renton Current Row Count: 347 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Control Savings Factor Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 146 Yes Public Works Shop INT 2nd Floor Stairs 202 Building B 1sw 1G SS Strip SM 4ft F-T8-F32-28W-48"- NLO-1L 1 Linear Fluorescent T8 4FT-28w Normal 1 26 Elec 1 Surface No 8760 T8 4' 1L Type B (1) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 10 0% 8760 140 -1 0 147 Yes Public Works Shop INT 2nd Floor Storage 201- All of the space Building B 1sw 1G SS Strip Pndt 4ft F-T8-F32-28W-48"- NLO-1L 28 Linear Fluorescent T8 4FT-28w Normal 1 26 Elec 28 Chain No 520 T8 4' 1L Type B (1) 4' LED T8, Type B, double ended, color selectable, 3500K. 28 10 0% 520 233 -2 0 148 Yes Public Works Shop INT 2nd Floor IT Room Building B 1sw 1G SS Strip Pndt 4ft LED-Lamp-15W-2L 2 LED LED Lamp (Non Linear Tube) 15 Watt,2 2 30 Integral Driver 4 Surf No 522 N No Retrofit Proposed 2 30 0% 522 0 0 0 149 Yes Public Works Shop INT 1st Floor Electric shop 103 Building B 1sw 1G SS Indstrl Pndt 4ft F-T8-F32-25W-48"- NLO-2L 27 Linear Fluorescent T8 4FT-25w Normal 2 43 Elec 54 Chain No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 27 20 0% 3863 2,399 -24 0 150 Yes Public Works Shop INT 1st Floor Electric shop/Screen 104 Building B 1sw 1G SS Strip Pndt 4ft F-T8-F32-25W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-25w Normal 2 43 Elec 4 Chain No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 0% 3863 178 -2 0 151 Yes Public Works Shop INT 1st Floor Office 102 Building B 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 1908 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 0% 1908 149 -2 0 152 Yes Public Works Shop INT 1st Floor Toilet 101 Building B 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Recessed No 522 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 522 20 0 0 153 Yes Public Works Shop INT 1st Floor File 100 Building B 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Recessed No 1908 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 1908 74 -1 0 154 Yes Public Works Shop INT 1st Floor Eric Cutshall Building B 1sw 1G BL Trfr Rec 2x2 LED-Fxtr-0-30W 4 LED LED Fxtr NONE,30 Watt 1 30 Integral Driver 4 Recessed Yes 1908 N No Retrofit Proposed 4 30 0% 1908 0 0 0 155 Yes Public Works Shop INT 1st Floor Install 105 Sign Building B 1sw 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 5 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 20 Chain Yes 1827 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 5 96 0% 1827 1,315 -13 0 156 Yes Public Works Shop INT 1st Floor Install 105 Sign East Building B 2sw Zone 2G SS Wrap Pndt 4ft LED-Fxtr-0-25W 17 LED LED Fxtr NONE,25 Watt 1 25 Integral Driver 17 Chain Yes 1827 N No Retrofit Proposed 17 25 0% 1827 0 0 0 157 Yes Public Works Shop INT 1st Floor Install 105 Sign East Building B 1sw 1G AL Trfr Rec 2x2 LED-Fxtr-0-30W 2 LED LED Fxtr NONE,30 Watt 1 30 Integral Driver 2 Recessed Yes 1908 N No Retrofit Proposed 2 30 0% 1908 0 0 0 158 Yes Public Works Shop INT 1st Floor Install 105 Sign East Building B 1sw (3 way) 1G AL Trfr Rec 2x2 LED-Fxtr-0-30W 2 LED LED Fxtr NONE,30 Watt 1 30 Integral Driver 2 Recessed Yes 2316 N No Retrofit Proposed 2 30 0% 2316 0 0 0 159 Yes Public Works Shop INT 1st Floor Recp 108 A1 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 4 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 12 Recessed No 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 4 30 1 N 35% 2511 1,074 -11 0 160 Yes Public Works Shop INT 1st Floor Room 111 A1 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 16 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 48 Recessed No 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 16 30 1 N 35% 2511 4,296 -44 0 161 Yes Public Works Shop INT 1st Floor Survey 106 A1 1sw (3 way) 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 6 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 18 Recessed Yes 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 30 1 N 35% 2511 1,611 -16 0 162 Yes Public Works Shop INT 1st Floor Closet 109 A1 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 20 0% 520 41 0 0 163 Yes Public Works Shop INT 1st Floor Streets 110 A1 1sw (3 way) 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 4 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 12 Recessed Yes 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 4 30 1 N 35% 2511 1,074 -11 0 164 Yes Public Works Shop INT 1st Floor Water Meter Tech 112 A1 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 2 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 6 Recessed No 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 30 1 N 35% 2511 537 -5 0 165 Yes Public Works Shop INT 1st Floor Waste & Surface 112A A1 1sw (3 way) 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 6 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 18 Recessed Yes 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 30 1 N 35% 2511 1,611 -16 0 166 Yes Public Works Shop INT 1st Floor Janitor 115 A1 1sw 1G SS Indstrl SM 4ft F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Surface No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 1 20 0% 522 20 0 0 167 Yes Public Works Shop INT 1st Floor Dir. Mike 120 A1 1sw 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 6 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 18 Recessed Yes 1908 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 30 1 N 35% 1240 796 -8 0 168 Yes Public Works Shop INT 1st Floor Water Quality Techs (114) A1 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 9 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 27 Recessed Yes 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 9 30 1 N 35% 2511 2,416 -25 0 169 Yes Public Works Shop INT 1st Floor Elec 121 A1 1sw 1G SS Indstrl SM 4ft F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Surfaced No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 3 20 0% 522 61 -1 0 170 Yes Public Works Shop INT 1st Floor Corr 116 A1 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 0% 3863 301 -3 0 171 Yes Public Works Shop INT 1st Conf A1 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-4L 20 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 80 Recessed No 2088 T8 4' 4L Type B (4) 4' LED T8, Type B, double ended, color selectable, 3500K. 20 40 1 N 35% 1357 3,591 -37 0 172 Yes Public Works Shop INT 1st Conf A1 1 Dimr Zone 2G SS Can Round 6" LED-Lamp-12W-1L 6 LED LED Lamp (Non Linear Tube) 12 Watt,1 1 12 Integral Driver 6 Recessed No 2088 N No Retrofit Proposed 6 12 0% 2088 0 0 0 173 Yes Public Works Shop INT 1st Corr 117 A1 1sw (3 way) 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 1 N 35% 2511 355 -4 0 174 Yes Public Works Shop INT 1st Corr 118 A1 1sw (3 way) 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 1 N 35% 2511 355 -4 0 175 Yes Public Works Shop INT 1st Storage 122 A1 no access 0 0 0 520 N No Retrofit Proposed 0 0 0% 520 0 0 0 176 Yes Public Works Shop INT 1st Storage 124 A2 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-4L 2 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 8 Recessed No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 40 1 N 35% 338 89 -1 0 177 Yes Public Works Shop INT 1st Microfilm storage 123 A2 1sw 1G SS Can Round 10" HPS-Med-70W-1L 4 High Pressure Sodium Medium Base (AKA: 1 95 HID Mag 4 Recessed No 520 A-Lamp 24w 4K (2) LED A-21, enclosed rated, 120-277v, 4000K. 4 24 1 WSOC - Dual Tec 35% 338 165 -2 0 178 Yes Public Works Shop INT 1st Lunch room 135 A2 2sw Zone 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 12 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 36 Recessed No 1963 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 12 30 0% 1963 1,390 -14 0 179 Yes Public Works Shop INT 1st Lunch room 135 A2 Not Listed (see notes!) Strip SM 4ft F-T12-F34-34W-48"- EB-1L 1 Linear Fluorescent T12 4FT-34W 1 32 Elec 1 surface No 1963 T8 4' 1L Type B (1) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 10 0% 1963 43 0 0 180 Yes Public Works Shop INT 1st Corr 136 A2 1sw (3 way) 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 3 20 0% 3863 452 -5 0 181 Yes Public Works Shop INT 1st Womans Lockers A2 1sw 1G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 1 32 1 WSOC - Dual Tec 35% 2511 148 -2 0 182 Yes Public Works Shop INT 1st Womans Lockers A2 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 3 20 0% 3863 452 -5 0 183 Yes Public Works Shop INT 1st Womans Lockers A2 1sw 2G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 2 32 1 WSOC 35% 2511 295 -3 0 184 Yes Public Works Shop INT 1st Womans Lockers A2 1sw 2G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 4 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 8 Surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 4 32 0% 3863 417 -4 0 185 Yes Public Works Shop INT 1st Mens Lockers A2 1sw 1G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 2 32 0% 3863 209 -2 0 186 Yes Public Works Shop INT 1st Mens Lockers A2 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 6 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 12 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 20 0% 3863 904 -9 0 187 Yes Public Works Shop INT 1st Mens Lockers A2 1sw 1G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 5 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 10 surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 5 32 0% 3863 522 -5 0 188 Yes Public Works Shop INT 1st Mens Lockers A2 1sw 2G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 6 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 12 surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 6 32 0% 3863 626 -6 0 189 Yes Public Works Shop INT 1st Janitor A2 1sw 1G SS Strip SM 4ft F-T8-F32-32W-48"- NLO-1L 1 Linear Fluorescent T8 4FT-32W (Most 1 32 Elec 1 Surface No 522 T8 4' 1L Type B 4K (1) 4' LED T8, Type B, double ended, color selectable, 4000K. 1 10 1 WSOC 35% 339 13 0 0 190 Yes Public Works Shop INT 1st Mech/Elec 139 A2 1sw 1G SS Indstrl SM 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Surface No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 20 0% 522 41 0 0 191 Yes Public Works Shop INT 1st Evidence 138 A2 1sw 1G SS Trfr Rec 2x4 LED-Fxtr-0-50W 12 LED LED Fxtr NONE,50 Watt 1 50 Integral Driver 12 Recessed No 520 N No Retrofit Proposed 12 50 1 WSOC 35% 338 109 -1 0 192 Yes Public Works Shop INT 1st Corridor A2 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 4 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 12 Recessed No 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 4 30 0% 3863 912 -9 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 39 of 76 AG E N D A I T E M # 6 . h ) 09.01-PWS: LED Lighting and Controls (City Shops) LxL McKinstry Scope Customer: City of Renton ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Control Savings Factor Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) Existing Proposed 193 Yes Public Works Shop INT 1st Meter Storage 140 A2 1sw 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 3 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 12 Suspended No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 3 40 0% 520 112 -1 0 194 Yes Public Works Shop INT 1st Maint Buyer Office (Meter Room 141) A2 1sw 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 4 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 12 Recessed Yes 1908 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 4 30 0% 1908 450 -5 0 195 Yes Public Works Shop INT 1st Corr A2 1sw (3 way) 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 0% 3863 301 -3 0 196 Yes Public Works Shop INT 1st PO 142A? A2 1sw 1G AL Box 2x4 F-T8-F32-32W-48"- NLO-4L 2 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 8 Surface Yes 1908 T8 4' 4L Type B (4) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 40 0% 1908 275 -3 0 197 Yes Public Works Shop INT 1st Parts Storage 142 lower A2 1sw 1G SS Indstrl SM 4ft F-T8-F32-25W-48"- NLO-2L 15 Linear Fluorescent T8 4FT-25w Normal 2 43 Elec 30 surface No 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 15 20 0% 520 179 -2 0 198 Yes Public Works Shop INT 2nd Parts Storage 142 upper A2 1sw (3 way) 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 4 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 16 Suspended No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 4 40 0% 520 150 -2 0 199 Yes Public Works Shop INT 1st Parts Storage 142 upper A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 3 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 12 Chain Yes 520 Highbay (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 3 137 0% 520 161 -2 0 200 Yes Public Works Shop INT 1st Open Shop 143, used to be welding A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 5 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 20 Chain Yes 3863 Highbay (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 5 137 0% 3863 1,989 -20 0 201 Yes Public Works Shop INT 1st Chemical mixing/Storage A2 1sw 1G SS Box 2x4 F-T8-F32-32W-48"- NLO-4L 2 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 8 surface No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 40 0% 520 75 -1 0 202 Yes Public Works Shop INT 1st Eductor Truck Storage A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 4 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 16 Chain Yes 520 Highbay (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 4 137 0% 520 214 -2 0 203 Yes Public Works Shop INT 1st Lower Space A2 1sw 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 6 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 24 Chain No 3863 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 6 40 0% 3863 1,669 -17 0 204 Yes Public Works Shop INT 2nd Upper Storage A2 1sw (3 way) 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 4 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 16 Suspended No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 4 40 0% 520 150 -2 0 205 Yes Public Works Shop INT 1st Lower Space A2 1sw 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 3 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 12 Chain No 3863 Highbay Low (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 3 105 0% 3863 81 -1 0 206 Yes Public Works Shop INT 2nd Upper Storage A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 2 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 8 Chain Yes 520 Highbay Low (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 2 105 0% 520 140 -1 0 207 Yes Public Works Shop INT 2nd Upper Storage A2 1sw 1G SS Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-2L 4 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 8 Chain No 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 4 20 0% 520 81 -1 0 208 Yes Public Works Shop INT 2nd Bay A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 3 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 12 Chain Yes 1827 Highbay (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 3 137 0% 1827 565 -6 0 209 Yes Public Works Shop INT 1st Lower Space A2 1sw 1G SS Wall Bkt 4ft F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Wall No 3863 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 3 20 0% 3863 452 -5 0 210 Yes Public Works Shop INT 1st Main Bay A2 1sw (3 way) 1G SS Highbay Rctngl Chain LED-Fxtr-0-75W 6 LED LED Fxtr NONE,75 Watt 1 75 Integral Driver 6 Chain No 1827 Highbay Low (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 6 105 0% 1827 -329 3 0 211 Yes Public Works Shop INT 1st Shop A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 2 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 8 Chain No 1827 Highbay Low (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 2 105 0% 1827 493 -5 0 212 Yes Public Works Shop INT 1st Storage A2 1sw (3 way) 1G AL Box 2x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Surface Yes 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 20 0% 520 41 0 0 213 Yes Public Works Shop INT 1st Spray booth A2 1sw 1G SS Expl Jelly Jar CFL-4P-V-32W-1L 4 Compact Fluorescent 4 Pin Vertical 32 1 35 Elec CFL 4 Surface No 520 CFL 9w Omni 4-Pin 4K (1) Pin-based LED, 26w eq., omni-directional, enclosed rated, 120- 277v, 4000K 4 9 0% 520 54 -1 0 214 Yes Public Works Shop INT 1st Stairs Building C 1sw 1G SS Wrap SM 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Wall No 8760 Wrap Curved 4'_Occ (1) Curved wrap, 4', selectable wattage and color temperature, 120- 277v., Occ sensor, 0-10v dimmable, 3500K, low setting. 2 25 0% 8760 596 -6 0 215 Yes Public Works Shop INT 2nd GYM Building C 1sw 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-2L 18 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 36 Recessed No 3863 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 18 20 1 WSOC - Dual Tec 35% 2511 3,199 -33 0 216 Yes Public Works Shop INT 2nd GYM Building C 2sw Zone 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 20 0% 3863 301 -3 0 217 Yes Public Works Shop INT 2nd Mech/Storage Building C Not Listed (see notes!) Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-2L 8 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 16 Chain No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 8 20 0% 522 163 -2 0 218 Yes Public Works Shop INT 2nd Mech 2 Building C Not Listed (see notes!) Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-2L 8 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 16 Chain No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 8 20 0% 522 163 -2 0 219 Yes Public Works Shop INT 1st Main Repair Shop Building C 1sw (3 way) 1G SS Highbay Rctngl SM LED-Fxtr-0-70W 64 LED LED Fxtr NONE,70 Watt 1 70 Integral Driver 64 Chain No 1827 N No Retrofit Proposed 64 70 0% 1827 0 0 0 220 Yes Public Works Shop INT 1st Office Building C 1sw 1G SS Strip SM 4ft LED-Fxtr-0-25W 2 LED LED Fxtr NONE,25 Watt 1 25 Integral Driver 2 surface No 1908 N No Retrofit Proposed 2 25 1 WSOC 35% 1240 33 0 0 221 Yes Public Works Shop INT 1st Corr Building C 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 3 20 0% 3863 452 -5 0 222 Yes Public Works Shop INT 1st RR Building C 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 3863 151 -2 0 223 Yes Public Works Shop INT 1st RR Building C 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 3863 151 -2 0 224 Yes Public Works Shop INT 1st Lunchroom Building C 2sw Zone 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-4L 6 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 24 Recessed No 1963 T8 4' 4L Type B (4) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 40 0% 1963 848 -9 0 225 Yes Public Works Shop INT 1st Parts Storage Building C 1sw 1G SS Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-2L 28 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 56 Chain No 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 28 20 0% 520 568 -6 0 226 Yes Public Works Shop INT 1st Corr Building C 1sw 1G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Chain No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 2 32 0% 3863 209 -2 0 227 Yes Public Works Shop INT 1st Office Building C 2sw Zone 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-4L 2 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 8 Recessed No 1908 T8 4' 4L Type B (4) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 40 0% 1908 275 -3 0 228 Yes Public Works Shop INT 1st Office Building C 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 5 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 15 Recessed No 1908 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 5 30 0% 1908 563 -6 0 229 Yes Public Works Shop INT 1st Storage Building C 1sw 1G SS Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-1L 9 Linear Fluorescent T8 4FT-32W (Most 1 32 Elec 9 chain No 520 T8 4' 1L Type B (1) 4' LED T8, Type B, double ended, color selectable, 3500K. 9 10 0% 520 103 -1 0 230 Yes Public Works Shop INT 1st South Side Land. Maint Building D Not Listed (see notes!) Lowbay Rnd Pndt LED-Fxtr-0-60W 12 LED LED Fxtr NONE,60 Watt 1 60 Integral Driver 12 surface No 520 N No Retrofit Proposed 12 60 0% 520 0 0 0 231 Yes Public Works Shop INT 1st North Side Storage Building D 1sw 1G SS Highbay Rctngl Pndt HPS-Mogul-1000W-1L 2 High Pressure Sodium Mogul Base (AKA: E39) 1 1100 HID Mag 2 Surface pendant No 520 High-Bay Round City Spec. (1) Round LED Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 2 150 0% 520 988 -10 0 232 Yes Public Works Shop INT 1st North Side Storage Building D 1sw 1G SS Wrap SM 4ft LED-Fxtr-0-25W 10 LED LED Fxtr NONE,25 Watt 1 25 Integral Driver 10 Wall No 520 N No Retrofit Proposed 10 25 1 WSOC - Dual Tec 35% 338 46 0 0 233 Yes Public Works Shop INT 1st North Side Main Bay Building D 1sw 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 4 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 16 Chain No 1827 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 4 96 0% 1827 1,052 -11 0 234 Yes Public Works Shop INT 1st North Side Lower Space Building D 1sw 1G SS Highbay Rctngl Pndt F-T5-45.8"-54W-4L 6 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 24 Surface No 3863 T5 HO 2L Type B 4K (2) 4' LED T5 HO, Type B, double ended, enclosed rated, 3400+ lumnes, 4000K. 6 48 0% 3863 4,450 -45 0 235 Yes Public Works Shop INT 1st North Side Lower Space Building D 2sw Zone 2G SS Wall Bkt 4ft F-T8-F32-32W-48"- NLO-2L 8 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 16 Wall No 3863 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 8 20 0% 3863 1,205 -12 0 236 Yes Public Works Shop INT 1st North Side Mezzanine Building D 1sw 1G SS Highbay Rctngl Pndt F-T5-45.8"-54W-4L 4 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 16 Surface No 520 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 4 96 0% 520 300 -3 0 237 Yes Public Works Shop INT 1st North Side Bay Building D 1sw 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 2 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 8 Chain No 1827 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 2 96 0% 1827 526 -5 0 238 Yes Public Works Shop INT 1st North Side Bay Building D 1sw 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 2 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 8 Chain No 1827 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 2 96 0% 1827 526 -5 0 239 Yes Public Works Shop INT 1st North Side Toilet Building D 1sw (3 way) 1G AL Wall Bkt 4ft F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Wall Yes 522 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 522 20 0 0 240 Yes Public Works Shop INT 1st North Side Mech Bay Building D 1sw 2G SS Indstrl SM 4ft F-T8-F32-32W-48"- NLO-2L 5 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 10 Wall No 2000 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 5 20 0% 2000 390 -4 0 CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 40 of 76 AG E N D A I T E M # 6 . h ) 09.01-PWS: LED Lighting and Controls (City Shops) LxL McKinstry Scope Customer: City of Renton ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Control Savings Factor Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) Existing Proposed 241 Yes Public Works Shop INT 1st North Side Mech Bay Building D 1sw 2G SS Highbay Rnd Pndt HPS-Mogul-1000W-1L 4 High Pressure Sodium Mogul Base (AKA: E39) 1 1100 HID Mag 4 Surface Pendant No 2000 High-Bay Round City Spec. (1) Round LED Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 4 150 0% 2000 7,600 -78 0 242 Yes Public Works Shop INT 1st North Side Mech Bay Building D 1sw 2G SS Highbay Rnd Pndt LED-Fxtr-0-75W 1 LED LED Fxtr NONE,75 Watt 1 75 Integral Driver 1 Surface Pendant No 2000 N No Retrofit Proposed 1 75 0% 2000 0 0 0 243 Yes Public Works Shop INT 1st Entire Space Building E 1sw 1G AL Lowbay Rnd Pndt LED-Fxtr-0-60W 36 LED LED Fxtr NONE,60 Watt 1 60 Integral Driver 36 surface Yes 1827 N No Retrofit Proposed 36 60 0% 1827 0 0 0 244 Yes Public Works Shop INT 1st Oil Storage Building C 1sw 1G SS Strip SM 4ft F-T8-F32-32W-48"- NLO-2L 8 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 16 Wall and suspended No 4368 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 8 20 0% 4368 1,363 -14 0 245 Yes Public Works Shop INT Building Wide Various Public Works 0 0 0 0 N No Retrofit Proposed 0 0 N 0% 0 0 0 0 246 Yes Public Works Shop INT ADD Alt Open Bays Building F 2sw-1G-Togl (3way)-CB-AL Lowbay Rnd Pndt LED-Fxtr-0-60W 13 LED LED Fxtr NONE,60 Watt 1 60 Integral Driver 13 Pendant No 3863 High-Bay Round City Spec. (1) Round LED Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 13 150 0% 3863 -4,520 46 0 247 Yes Public Works Shop INT ADD Alt Work Bench Building F 1sw 1G SS Indstrl-SM-8ft F-T12-F96-96"-1Pin- EB-2L 1 Linear Fluorescent T12 8FT-Single Pin 2 134 Elec 2 Unistrut No 1827 Strip Light 8FT (1) 8' LED strip light, mulitple mounting options, selectable wattage. 1 50 0% 1827 153 -2 0 Total 618 235 1265 618 20 58,611 -598 0 CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 41 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48703 09.02-HMA: Upgrade Exterior Lighting to LED Henry Moses Aquatic Center GENERAL Existing: Exterior lighting is a mix of higher wattage HID fixtures, T5 and compact fluorescent. There are a few fixtures that have been upgraded to LED. Proposed: Replace and retrofit fixtures with LED lamps. Existing controls will remain as-is. The lighting serving the pool and the pool deck will need to meet Department of Health lighting standards. Benefits: Improved safety, reduced maintenance, and energy savings. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of a mix of new replacement fixtures, retro fit kits and re-lamping the remaining fixtures. 2) Fixtures to be replaced include the pool ground floods and canopy mounted. 3) Fixtures to receive a full retrofit kit include in-pool lighting when the pool project is underway, and the water is drained. 4) Locations to receive a new LED lamp are top of the stairs, linear wall washers and the small wall packs. 5) New fixture to be added at top of stairs at the slides for improved stair illumination. 6) Fixtures to be left alone (No Retrofit) are the locations that are existing LED. (i) The underwater pool lighting was removed from scope. B. Controls retrofits 1) No modifications to controls in this scope. 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 42 of 76 AGENDA ITEM #6. h) 09.02-HMA: Upgrade Exterior Lighting to LED (HMAC) LxL McKinstry Scope Customer: City of Renton Current Row Count: 347 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Lamp Type # of Lamps per Fixture # of Drivers per Fixture Watts per Fixture kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 1 Yes Aquatic Center EXT Exterior Top Deck Slides Top Deck Slides Timeclock Strip Pndt 4ft F-T5-45.8"-54W-1L 3 Linear Fluorescent T5 4FT Nominal 54 1 62 Elec 3 No 4368 T5 HO 1L Type B 4K (1) 4' LED T5 HO, Type B, double ended, enclosed rated, 3300+ lumnes, 4000K. 3 Direct Wire LED Tube 1 0 24 498 0 0 2 Yes Aquatic Center EXT Exterior Exterior Rectangle & Gates Timeclock WP Small FCO CFL-4P-H-13W-2L 18 Compact Fluorescent 4 Pin Horizontal 13 2 30 Elec CFL 36 Wall No 4368 CFL 2x6w H 2-Pin 4K (1) Pin-based LED 13w eq., enclosed rated, 120-277v, 4000K. 5.2" MOL 18 LED Pin Based Lamp 2 0 12 1,415 0 0 3 Yes Aquatic Center EXT Exterior Wall Washers Rectangle Timeclock Strip Pndt 4ft F-T5-45.8"-54W-1L 9 Linear Fluorescent T5 4FT Nominal 54 1 62 Elec 9 Suspended No 4368 T5 HO 4' 1L Type C 4K (1) 4' LED T5 HO, Type C, selectable wattage driver, enclosed rated, 4000K. 9 Type C LED Linear 1 1 25 1,455 0 0 4 Yes Aquatic Center EXT Exterior Seating and Walkup window Office Building Timeclock CPY Rnd Low Profile Large MH-Med-100W-1L 6 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 6 Surface No 4368 Cnpy 25w Low Pro_Lrg Round Deco City Spec. (1) LED Canopy, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 17.5+" Dia. 6 LED Fxtr Integral Lamp 0 0 27 2,437 0 0 5 Yes Aquatic Center EXT Exterior East Wall Rectangle Timeclock WP Small FT LED-Fxtr-0-25W 3 LED LED Fxtr NONE,25 Watt 1 25 Integral Driver 3 Wall No 4368 N No Retrofit Proposed 3 N 0 0 25 0 0 0 6 Yes Aquatic Center EXT Exterior Covered Walk Front Side Walk Timeclock Cyldr 8" MH-Med-100W-1L 5 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 5 J-box No 4368 Cnpy 25w Low Pro Wall (1) LED Wall mount sconce, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J-Box mounted. 5 LED Fxtr Integral Lamp 0 0 34 1,878 0 0 7 Yes Aquatic Center EXT Exterior Covered Walk Front Side Walk Timeclock WP Small FCO LED-Fxtr-0-20W 1 LED LED Fxtr NONE,20 Watt 1 20 Integral Driver 1 J-box No 4368 Cnpy 25w Low Pro Wall (1) LED Wall mount sconce, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J-Box mounted. 1 LED Fxtr Integral Lamp 0 0 34 -61 0 0 8 Yes Aquatic Center EXT Exterior Front Wall Washers Office Building Timeclock Strip Pndt 8ft F-T5-45.8"-54W-2L 3 Linear Fluorescent T5 4FT Nominal 54 2 118 Elec 6 Suspended No 4368 T5 HO 4' 2L Type C 4K (2) 4' LED T5 HO, Type C, selectable wattage driver, enclosed rated, 4000K. 3 Type C LED Linear 2 1 25 1,219 0 0 9 Yes Aquatic Center EXT Exterior In Water Lights Lap Pool Timeclock HAL-SI-MR16-100W- 1L 6 Halogen Incandescent Screw-In MR16- 1 100 No Ballast 6 Wall Recessed No 4368 N No Retrofit Proposed 6 N 0 0 100 0 0 0 10 Yes Aquatic Center EXT Exterior Main Pool Main Pool Timeclock HAL-SI-MR16-100W- 1L 11 Halogen Incandescent Screw-In MR16- 1 100 No Ballast 11 Wall Recessed No 4368 N No Retrofit Proposed 11 N 0 0 100 0 0 0 11 Yes Aquatic Center EXT Exterior Grounds Inside Fenced Area Timeclock Pole FLD 2 head per pole Slpftr BLK MH-Mogul-750W-2L 6 Metal Halide Mogul Base (AKA: E39) 750 Watt,2 2 1700 HID Elec 12 Pole No 4368 Flood- 2L Pool Grounds with Bracket Qty (2) ZNF-75L-WF-[VOLTAGE]-50-BLK-NM, with GLARE SHIELD VISOR - 831029, with TENON TOP ADAPTER / SLIP FITTER (SPECIFY NO MOUNTING) - 831030, with 831031 35 EXTENSION CORD 7 LED Fxtr Integral Lamp 0 0 938 15,873 0 0 12 Yes Aquatic Center EXT Exterior Grounds Inside Fenced Area Timeclock Pole FLD 3 head per pole Slpftr BLK MH-Mogul-750W-3L 2 Metal Halide Mogul Base (AKA: E39) 750 Watt,3 3 2550 HID Elec 6 Pole No 4368 Flood- 3L Pool Grounds with Bracket Qty (3) ZNF-75L-WF-[VOLTAGE]-50-BLK-NM, with GLARE SHIELD VISOR - 831029, with TENON TOP ADAPTER / SLIP FITTER (SPECIFY NO MOUNTING) - 831030, with 831031 35 EXTENSION CORD 1 LED Fxtr Integral Lamp 0 0 1407 16,131 0 0 13 Yes Aquatic Center EXT Exterior Grounds Inside Fenced Area Timeclock Pole FLD 4 head per pole Slpftr BLK MH-Mogul-750W-4L 2 Metal Halide Mogul Base (AKA: E39) 750 Watt,4 4 3400 HID Elec 8 Pole No 4368 Flood- 4L Pool Grounds with Bracket Qty (4) ZNF-75L-WF-[VOLTAGE]-50-BLK-NM, with GLARE SHIELD VISOR - 831029, with TENON TOP ADAPTER / SLIP FITTER (SPECIFY NO MOUNTING) - 831030, with 831031 35 EXTENSION CORD 2 LED Fxtr Integral Lamp 0 0 1876 13,314 0 0 14 Yes Aquatic Center EXT Exterior Base of Steps to Slides Inside Fenced Area Timeclock Pole FLD 3 head per pole 1/2" Rod BLK MH70 T6-120 1 0 0 0 Pole No 4368 Flood- 3L Pool Stairs [LED version of existing BEGA] 1 LED Fxtr Integral Lamp 0 0 750 -3,276 0 0 15 Yes Aquatic Center EXT Slides Aquatic Center 0 0 0 0 Flood - Yoke (1) LED Flood, selectable wattage and color temperature, 120-277v., 0- 10v dimmable, photocell, 4000K, low setting. (~25w)3 LED Fxtr Integral Lamp 0 0 25 0 0 0 Total 76 21 112 79 50,883 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 43 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 38403 09.01-RCH: Upgrade Exterior Lighting to LED Renton City Hall GENERAL Existing: Building-mounted and site lighting for the City Hall is a mix of 70- to 150-watt high intensity discharge (HID) lamps with magnetic ballasts. Proposed: Retrofit the existing light fixtures with LED lamps. Added scope for safety includes move wall packs up for chain link parking area, add bollards, police parking stalls flood light, east exit walkway, elevator sconces (PLLs), generator fuel tank, and entry way sign. Benefits: Improved lighting. Improved safety. Energy savings. Utility rebates. Reduced maintenance. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of a mix of new replacement fixtures, retrofit kits, and re-lamping the remaining fixtures with LED light sourced equipment. 2) The Dot Maps offer a visual aid of the affected scope to accompany the detailed line-item take-off sheet. 3) Fixtures to be replaced primarily consist of pedestrian post top globe fixtures, building-mounted fixtures, and floodlights. 4) Fixtures to receive a full retrofit kit include the recessed downlights mounted in the Plaza level building soffits. 5) LED lamp replacements for the post top globes, step lights in the NW stairwell, and serving the Building Sign over the main West Entrance. 6) New lighting will be added to the pathway between the East Entrance and the Parking Lot, the Fuel Tank area on the north end of the building, and qty (4) new bollards to existing concrete pad locations. 7) Fixtures to be left alone (No Retrofit) are the locations that are existing LED or otherwise explicitly removed from scope in collaboration with the City. B. Controls retrofits 1) Replacing exterior lighting switch or timeclock control with new wireless power pack to update control located in the P1 Level Garage Electrical Room. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials, and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 44 of 76 AGENDA ITEM #6. h) 09.02-RCH: Upgrade Exterior Lighting to LED (City Hall) - 1 of 2 LxL McKinstry Scope Customer: City of Renton Current Row Count: 347 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Control Savings Factor Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 53 Yes City Hall EXT NW Stairs to Parking Exterior Stairs Property Not Listed (see notes!) HPS-Mogul-70W-1L 4 High Pressure Sodium Mogul Base (AKA: E39) 1 95 HID Mag 4 Recessed No 4368 A-Lamp 25w 4K MOG. (2) LED A-21 mogal base, enclosed rated, 120-277v, 4000K. 4 25 0% 4368 1,223 0 0 54 Yes City Hall EXT NW Stairs to Parking Exterior Stairs Property Not Listed (see notes!) CPY Sq Large HPS-Med-150W-1L 2 High Pressure Sodium Medium Base (AKA: 1 188 HID Mag 2 Surface No 4368 Cnpy 25w Low Pro Ceiling (1) LED Ceiling mount square canopy, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J- Box mounted. 2 34 0% 4368 1,345 0 0 55 Yes City Hall EXT NE Stairs to Parking NE Stairs to Parking Property Timeclock WP Small FCO CFL-4P-H-32W-1L 1 Compact Fluorescent 4 Pin Horizontal 32 1 35 Elec CFL 1 Wall No 4368 WP Small City Spec. (1) Small LED wall pack, selectable wattage and color temperature, 120-277v. 4000K. 1 25 0% 4368 44 0 0 56 Yes City Hall EXT NE Stairs to Parking NE Stairs to Parking Property Timeclock Wrap SM 4ft F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Surface No 4368 4' Vapor tight City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 1 38 0% 4368 92 0 0 57 Yes City Hall EXT West Wall Ground level Above Garage door Property Not Listed (see notes!) WP Large FT MH-Med-100W-1L 1 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 1 Yes 4368 WP Large FCO City Spec. (1) Extra Large LED wall pack, full cut off, photocell, selectable wattage and color temperature, 120-277v. 4000K. 1 44 0% 4368 332 0 0 58 Yes City Hall EXT West Wall Ground level Fenced Area Property Not Listed (see notes!) WP Large FT MH-Med-100W-1L 2 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 2 Yes 4368 WP Large City Spec. (1) Large LED wall pack, selectable wattage and color temperature, Type 4, 120-277v. 4000K. 2 45 0% 4368 655 0 0 59 Yes City Hall EXT West Wall Ground level West Wall Ground level Property Timeclock Pole Globe 1 head per pole MH-Mogul-150W-1L 12 Metal Halide Mogul Base (AKA: E39) 150 Watt,1 1 190 HID Elec 12 Pole No 4368 HID 100w Omni (1) LED lamp, omni-directional, ~14,500 lumnes, enclosed rated, 120- 277v, 4000K. 12 100 0% 4368 4,717 0 0 60 Yes City Hall EXT Entry Soffit Entry Soffit Property Timeclock Can Round 6" LED-Lamp-12W-1L 9 LED LED Lamp (Non Linear Tube) 12 Watt,1 1 12 Integral Driver 9 Recessed No 4368 6" High W Retro Can Kit (1) 6" Downlight Kit, selectable wattage and color temperature, 120- 277v., 0-10v dimmable, sealed ingress. 4000K, high output. 9 16 0% 4368 -157 0 0 61 Yes City Hall EXT Flag Floods Outside elevator Property Timeclock FLD Bldg Attached Trunnion BRZ MH-Med-100W-1L 2 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 2 No 4368 Flood - Yoke (1) LED Flood, selectable wattage and color temperature, 120-277v., 0- 10v dimmable, photocell, 4000K, low setting. (~25w)2 25 0% 4368 830 0 0 62 Yes City Hall EXT Main Stairs Hydrel Property Timeclock See photo LED-Lamp-50W-1L 10 LED LED Lamp (Non Linear Tube) 50 Watt,1 1 50 Integral Driver 10 Recessed No 4368 N No Retrofit Proposed 10 50 0% 4368 0 0 0 63 Yes City Hall EXT Main Stairs Bottom of Stairs Property Timeclock Pole Globe 1 head per pole MH-Mogul-150W-1L 2 Metal Halide Mogul Base (AKA: E39) 150 Watt,1 1 190 HID Elec 2 Pole No 4368 HID 54w Omni (1) LED lamp, omni-directional, ~7500 lumens, enclosed rated, 120- 277v, 4000K. 2 54 0% 4368 1,188 0 0 64 Yes City Hall EXT Mid-level Garage Entry Canopy Main Timeclock CPY Rctngl med HPS-Med-70W-1L 2 High Pressure Sodium Medium Base (AKA: 1 95 HID Mag 2 Surface No 4368 N No Retrofit Proposed 2 95 0% 4368 0 0 0 65 Yes City Hall EXT Electrical Rooms Various City Hall 0 0 0 0 N No Retrofit Proposed 0 0 4 Exterior Light Control 0% 0 0 0 0 67 Yes City Hall EXT West Exit Stairs P2 City Hall 0 0 0 0 WP Small City Spec. (1) Small LED wall pack, selectable wattage and color temperature, 120-277v. 4000K. 1 25 0% 0 0 0 0 72 Yes City Hall EXT Parking Stalls outside of Police Entrance on Plaze Deck Police Parking Stalls City Hall 0 0 0 0 Area 150w 2L City Spec. (2) Area lights with pole brackets - Back to Back 2 300 0% 0 0 0 0 Total 48 13 49 51 4 10,269 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 45 of 76 AG E N D A I T E M # 6 . h ) 09.02-RCH: Upgrade Exterior Lighting to LED (City Hall) - 2 of 2 LxL McKinstry Scope Customer: City of Renton F F F F F F F F Current Row Count: 348 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Ballasts per Fixture # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Mounting (if different from existing) Lamp Type # of Lamps per Fixture # of Drivers per Fixture Watts per Fixture kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 70 Yes City Hall EXT ADD Alt - Building Sign West Exterior Wall Building Signage City Hall Strip-SM-4ft F-T8-F32-32W-48"- NLO-2L 24 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 1 48 4368 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, enclosed rated, enclosed rated, 3500K. 24 Direct Wire LED Tube 2 0 20 4,088 0 0 73 Yes City Hall EXT - SPG Bollards Plaza Deck building perimeter Bollard pedestals City Hall 0 0 0 0 4368 Bollard_NEW Install new bollard in existing base. 4 LED Fxtr Integral Lamp 0 0 35 -612 0 0 74 Yes City Hall EXT ADD Alt - Generator Fuel Tank North End of site Generator Fuel Tank City Hall 0 0 0 0 4368 Generator Fuel Tank Lighting Mount 16' Fiberglass Pole to existing pad, route conduit up pole to fixture. 2 LED Fxtr Integral Lamp 0 0 40 -349 0 0 75 Yes City Hall EXT - SPG East Walkway East Exit pathway Exterior City Hall 0 0 0 0 4368 Pathway Wall mount, passthrough conduit, low profile 10 LED Fxtr Integral Lamp 0 0 25 -1,092 0 0 Total 24 2 48 40 2,035 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 46 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48999 17.01-HMA: Install Pool Cover Henry Moses Aquatic Center GENERAL Existing: The Aquatic Center lap pool cover has failed and is no longer used. Proposed: Provide a new pool cover for the lap pool. Benefits: Saves energy, reduces water evaporation, and reduces debris entering the pool. SCOPE OF WORK INCLUDES 1. Equipment Furnished by ESCO A. SR Smith EnergySaver XER Thermal Pool Cover 2. General A. Coordinate with aquatic center staff to deliver and install pool cover. 3. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 47 of 76 AGENDA ITEM #6. h) POOL COVERS THERMAL City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 48 of 76 AGENDA ITEM #6. h) 2 Thermal Pool Covers Commercial aquatic facilities are constantly managing programming demands, maintenance needs, and budgets. The costs associated with water evaporation, heat loss and chemical consumption rates can have significant impact on the bottom line. S.R.Smith® Thermal Pool Cover Systems provide a way to mitigate these issues by having the pool covered edge to edge with custom built insulated covers. To limit the burden on staff, deploying and reeling in the covers is simple and easy when using the automatic rewinders, deployers and storage reels. Superior Products With features like quadra seam stitching, load dispersing PVC plates and weighted edges, the pool covers are built to withstand harsh pool environments. Combine that with rugged stainless-steel storage reels and automatic rewinders, these S.R.Smith Thermal Cover Systems make deploying and rewinding the covers easy for any facility and its staff. Custom Built for Every Pool & Spa No matter the size or shape of a pool or spa, S.R.Smith will create a highly customized Thermal Pool Cover System with a multitude of configurations consisting of different covers, reels and rewinders. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 49 of 76 AGENDA ITEM #6. h) 3 CONTENTS Overview .....................................................2 Thermal Pool Covers ..............................4 Storage & Rewinding Devices .............6 *Estimates based upon findings published by the U.S. Department of Energy up to 70%* reduction in heating costs up to 50%* reduction in water loss up to 60%* reduction in chemical consumption SAVE reduction in cleaning costs Thermal Pool Covers Factors that Impact Pool Costs According to the United States Department of Energy, the evaporation rates for both indoor and outdoor pools are affected by a variety of factors unique to a pool’s location. When calculating potential savings not only does the size and time the covers are on matter, but the local weather plays a role as well. For outdoor pools, the notable variables are the temperature of the pool, air temperature, dew point, wind speed, amount of sunshine and the angle of the sun in each locale. For indoor pools the variables are the humidity (inside and out), air pressure, the temperature of the pool, plus indoor and outdoor air temperatures. Measurable Savings Facilities can start saving money immediately with the installation of thermal pool covers. In most scenarios, a facility can recoup their investment in a pool cover system in 12-16 months. Routine use of a thermal pool cover insulates the pool during off hours and can typically reduce a facility’s costs for heating, chemicals, water and cleaning.* City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 50 of 76 AGENDA ITEM #6. h) 4 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 51 of 76 AGENDA ITEM #6. h) 5 EnergySaver Standard As the benchmark product in the pool cover industry, the EnergySaver Standard is an outstanding value. It has been perfected through ongoing improvements in both materials and manufacturing methods. 5-YEAR PRO-RATED LIMITED WARRANTY EnergySaver SPA The EnergySaver Spa covers provide the same quality and craftsmanship of EnergySaver Standard thermal pool covers but are designed and made specifically for spas. 1-YEAR PRO-RATED LIMITED WARRANTY • UV-resistant Ultrasorb LDPE coating • Double lockstitch seams with UV-resistant polyester thread • Load dispersing PVC plates • Brass or stainless-steel grommets (optional) • UHMW-PE dowel with solid-braided polyester cord • Double layer fabric edge encapsulation throughout • Weighted, anchored edge with extruded UVR flex vinyl weights EnergySaver XER The EnergySaver XER pool cover possesses all of the EnergySaver Standard features but adds stronger seam configurations, extra reinforced ends and the best warranty on the market. 7-YEAR PRO-RATED LIMITED WARRANTY Thermal Pool Covers City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 52 of 76 AGENDA ITEM #6. h) 7 Pool Covers Part Number Reference Page Thermal Pool and Spa Covers Part No.Description ES-STD EnergySaver Standard Pool Covers with 5 Year Pro-Rated Limited Warranty ES-XER EnergySaver XER Pool Covers with 7 Year Pro-Rated Limited Warranty ES-SPA EnergySaver Standard Spa Covers with 1 Year Limited Warranty Custom sizes available. Contact customer service for quote. Storage Reels & Automation T30 Series Large Capacity Reels (Designed for Covers 25 Yards in Length or Longer) Part No.Description T31-16 Large Capacity, Single 16’ Long Tube (Suitable To Be Paired With Una) T32-16 Large Capacity, Double 16’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-16 Large Capacity, Triple 16’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-17 Large Capacity, Single 17’ Long Tube (Suitable To Be Paired With Una) T32-17 Large Capacity, Double 17’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-17 Large Capacity, Triple 17’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-18 Large Capacity, Single 18’ Long Tube (Suitable To Be Paired With Una) T32-18 Large Capacity, Double 18’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-18 Large Capacity, Triple 18’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-19 Large Capacity, Single 19’ Long Tube (Suitable To Be Paired With Una) T32-19 Large Capacity, Double 19’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-19 Large Capacity, Triple 19’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-20 Large Capacity, Single 20’ Long Tube (Suitable To Be Paired With Una) T32-20 Large Capacity, Double 20’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-20 Large Capacity, Triple 20’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-21 Large Capacity, Single 21’ Long Tube (Suitable To Be Paired With Una) T32-21 Large Capacity, Double 21’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-21 Large Capacity, Triple 21’ Long Tube - 3 Tubes To Hold 3 Large Covers T15 Series Small Capacity Reels (Designed for Small Covers with Limited Deck Space) Part No.Description T15-16 Small Capacity, Single 16’ Long Tube T15-19 Small Capacity, Single 19’ Long Tube T15-20 Small Capacity, Single 20’ Long Tube Wall-Mounted and Underseat Cover Reels Part No.Description AWR-20 Automated Wall-Mounted Cover Reel 425000-S 25y Manual Underseat Bench Cover Reel, Short 425000-M 25y Manual Underseat Bench Cover Reel, Medium 425000-L 25y Manual Underseat Bench Cover Reel, Long 425100-S 25y Automated Underseat Bench Cover Reel, Short (Left Motor Mount) 425100-M 25y Automated Underseat Bench Cover Reel, Medium (Left Motor Mount) 425100-L 25y Automated Underseat Bench Cover Reel, Long (Left Motor Mount) 425200-S 25y Automated Underseat Bench Cover Reel, Short (Right Motor Mount) 425200-M 25y Automated Underseat Bench Cover Reel, Medium (Right Motor Mount) 425200-L 25y Automated Underseat Bench Cover Reel, Long (Right Motor Mount) 450000-S 50m Manual Underseat Bench Cover Reel, Short 450000-M 50m Manual Underseat Bench Cover Reel, Medium 450000-L 50m Manual Underseat Bench Cover Reel, Long EOS & UNA - Automatic Winders Part No.Description EOS Automatic Re-Winder: For T30 Reels UNA Automatic Re-Winder (Must Be Paired With T31 Series Reel) DP100 Deployer, TPC Covers City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 53 of 76 AGENDA ITEM #6. h) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48708 09.01-RSC: LED Lighting and Controls Renton Senior Activity Center GENERAL Existing: Interior lighting systems consist mostly of 32-watt T8 linear fluorescent lamped fixtures, with a few T12, and compact fluorescent fixtures. Select areas have been upgraded to LED. Exterior lighting is a mix of pin-based and screw- base compact fluorescent lamps with several fixtures that have already been upgraded to LED. Proposed: Retrofit the interior and exterior fixtures with LED lamps. Benefits: Reduction of maintenance costs. Energy savings. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of primarily retrofit kits and re-lamping the remaining fixtures. 2) Fixtures to be retrofitted with LED lamps include surface mount 2x4’s, vanities, track heads, billiards, sunroom fixtures and kitchen lighting. 3) Fixtures to receive a full retrofit kit include the downlights. 4) Fixtures to be left alone (No Retrofit) are the locations that are LED, with a few exceptions based on discussions with the City. B. Controls retrofits 1) Select rooms to receive new occupancy sensors, including restrooms, storage and conference rooms. 2) The multipurpose and quiet lounge to receive new dimmers to accompany the LED’s. 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 54 of 76 AGENDA ITEM #6. h) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 55 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 56 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 57 of 76 AG E N D A I T E M # 6 . h ) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT WASTE DIVERSION GOAL  1. 50% of total waste generated through substantial completion.   TYPES OF WASTE  • Metals: Type: Scrap piping, scrap structural steel, coils, scrap sheet metal. • Construction waste: Type: Miscellaneous packaging materials, unusable materials  • Cardboard: Type: Cardboard packaging materials for equipment and materials delivered to the project site.   • Wood/Pallets: Type: Floor and surface protection, temporary walls, material shipping support. • General: Type: Office and food waste, other. SORTING AND RECYCLING OF WASTE  1. McKinstry will have designated waste containers at all project sites. When full, the servicing vendor will take the containers to their facility and process the waste for recycling and provide diversion reporting. DOMESTIC WASTE GENERATED  1. Waste not recycled in the container above will be disposed of at the vendor sorting facility. Certificates provided by vendor of haul off waste removal and diversion will be provided to McKinstry and reported at closeout. WASTE MANAGEMENT TRAINING  1. McKinstry will review the Waste Management Plan with internal team and subcontractors. After the review is complete, McKinstry will record signatures of all employees who attended for record purposes. Through the use of maps and images specific locations for waste and recycling disposal will be covered through site orientation and preconstruction meetings.  ANTICIPATED HAULER AND DESTINATION:  DTG Recycle 1805 Stewart St Tacoma, WA 98421  Waste Auditing Procedures  1. On-site Contact/Jobsite Superintendent is responsible to:   A. Provide dumpsters for sorting.  B. Inform Contractors of sorting requirements: Jobsite orientation, dumpster signage, foreman meetings.  C. Verify materials are sorted appropriately: daily dumpster inspection.  D. Tracking Hauler receipts: collect tickets after dumpster change out.  REPORTING 1. Waste Recycling and Disposal Report will be submitted to DES and client as part of project close out. Report will specify total materials diverted as a percentage of total waste through Substantial Completion.  City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 58 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT 1. Philosophy: McKinstry is prepared to guarantee any portion of a project over which it has direct control. Where McKinstry does not have direct control (such as operating hours associated with lighting), we are prepared to work with the Owner and DES to devise a method of Measurement and Verification (M&V), which will provide the highest degree of assurance that the energy savings are achieved. 2. This Project: For this project, McKinstry guarantees the performance of the installed initiatives to reduce energy consumption. The target energy reductions for the initiatives that will be implemented are shown in the attached Table 3.1 Energy Savings Summary. Based upon the stipulated conditions as enumerated by the Owner and DES personnel and the utility rates as described below, the utility cost savings calculations are also shown in Table 3.1. 3. Ongoing Services: Refer to Table 4.1 for the cost and duration of ongoing M&V. The cost of ongoing M&V beyond the duration listed in Table 4.1 is at the discretion of the Owner. McKinstry is prepared to continue the guarantee as long as the Owner continues the ongoing services as described herein. When the Owner chooses to cancel the ongoing services, the guarantee will also be terminated at the same point in time. Please refer to Table 3.2 M&V Plan Outline for a summary of the proposed measurement and verification scope. 1. Guarantees: Table 3.1 Energy Savings Summary provides the specific energy consumption savings for each Facility Improvement Measure (FIM) and the guarantee that McKinstry will provide associated with that measure. Savings calculations are based upon both baseline operating characteristics and proposed operation criteria: a. Baseline: Baseline refers to the existing operating characteristics that were used to calculate energy savings. The baseline values, including system performance and operational conditions, which were used for this project are provided in Table 3.2. In general, all parties acknowledge the baseline associated with any specific measure has been derived from the following sources: i. Actual operating information gathered through field observation, measurement, micro- data loggers, and Owner’s operating logbooks. ii. Owner provided information concerning stipulated factors such as burn hours, occupancy, or operational expenditures. iii. In some instances, a modified baseline may have been developed to address areas whereby pre-retrofit conditions do not reflect a system that is operating per current code or what the Owner may deem as normal operation. The actual impact to energy usage will be identified along with the “avoided costs” associated with the modified baseline. b. Proposed: The proposed operating values, including system performance and operational conditions, which were used for savings calculations are provided in Table 3.2. Systems must be operated per the proposed criteria to ensure energy savings are realized. McKinstry will provide the initial start-up, commissioning, and programming of the system to ensure the systems operate per the proposed operating criteria. The Owner acknowledges their responsibility to ensure these criteria are maintained and associated energy savings are realized. Energy Savings City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 59 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT Guarantees are predicated based on the Owner maintaining their responsibilities as provided below in “Ongoing Owner Responsibilities” in Section 3.5. 1. Utility Rate: For the purpose of calculating energy cost savings, the utility rates used will be the utility rates as paid by the Owner to the utility company at the time the Energy Services Proposal was developed. In the event that a building has multiple meters on different rate schedules, the per-unit cost of the utility will be the average of all the rate schedules in effect at that facility. a. Base Utility Rate: Refer to table 3.3 for the Base Utility Rates (including sales tax). Where applicable, the following section provides the standards of comfort, which the Owner must maintain to ensure the comfort of the occupants and staff, and upon which all energy calculations were based. Heating, ventilating, and air conditioning (HVAC) systems provided by McKinstry will provide comfort and indoor air quality in accordance with the Standards of Comfort below. This standard will pertain only to buildings and areas of buildings in which McKinstry is installing HVAC equipment that has direct control over space comfort conditions. HVAC comfort conditions cannot be guaranteed when operable windows or doors are open. Winter Heating Minimum Set-point – 70 degrees F (Superseded by DOH Regs) Winter Heating Maximum Set-point – 74 degrees F (Superseded by DOH Regs) Summer Cooling Minimum Set-point – 72 degrees F (where mechanical cooling systems are employed) Summer Cooling Maximum Set-point – 78 degrees F (where mechanical cooling systems are employed) Minimum – 55 degrees F Maximum – 85 degrees F (where mechanical cooling systems are employed) Relative Humidity (If humidity control provided): Minimum - 40% Maximum - 60% Minimum outside air per occupant shall be in accordance with American Society of Heating, Refrigerating, and Air Conditioning Engineers (ASHRAE) standards and Chapter 4 of the International Mechanical Code. Less stringent conditions will not be proposed unless specifically approved by the Owner and DES (if applicable). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 60 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT McKinstry shall perform a light level survey of the existing conditions during the audit phase of the project development. The existing lighting conditions shall be discussed with the Owner to gauge the preference for general illumination throughout the facility. It is McKinstry’s intent to provide energy efficient lighting conditions that effectively meet the needs of the occupants and accommodate the application requirements. Where deemed appropriate, McKinstry will follow IESNA recommendations for illumination criteria in the absence of the Owner’s preferred lighting standards. The Owner shall provide the following services as part of this energy services project. In the event that these services are not provided, energy savings and associated guarantees will be modified to reflect the associated impact. 1. Maintain all equipment per manufacturer’s recommendations and proposed maintenance schedule. 2. Maintain all sequence of operations and performance criteria related to installed systems as proposed and designed. 3. Provide other FIM specific ongoing responsibilities as provided in Table 3.2. 4. Provide McKinstry with copies of actual monthly utility billing information on a quarterly basis for the duration of the M&V service period. This includes electric, natural gas, and fuel oil. The associated facilities where utility information shall be provided include all meters providing direct or indirect service to all buildings included in this project. 5. Provide McKinstry all internal sub-meter data, including electric and condensate meters, providing direct or indirect service to all buildings included in this project. 6. Provide McKinstry access to Energy Management and Control Systems for the purpose of collecting and logging data over time as required for performance verification. 7. The Owner shall notify McKinstry in writing concerning any changes or alterations to the building that will affect energy usage. This notification should be provided within two weeks of the change. This includes occupancy or use changes, computer load or other load changes, scheduling changes, and sequence of operations changes. In the event the equipment performance is not met, McKinstry accepts responsibility for additional energy consumption, due to reduced performance. McKinstry may, at its option, execute any of the following options: 1. Repair or replace equipment as necessary to meet required performance. 2. Make payments for the extra energy consumption to the Owner. In the event that McKinstry chooses the payment option, McKinstry reserves the right to select either an annual payment for the duration of the guarantee term or a one-time lump-sum payment of the same amount. In either case, the payment will be calculated based upon the quantity of additional electricity or natural gas used and the Base Utility Rate as described above. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 61 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT In the event that the Owner chooses to make changes to the facility that require set point adjustments, longer operating hours, or continuous equipment operation, the Owner agrees that: 1. Savings deemed as met described above will continue to be deemed as met. 2. Additional cost of extended equipment operation is a cost of the change, not due to a failure of McKinstry or their equipment. 3. McKinstry shall not be responsible for any increase in energy, maintenance, or any other costs incurred because of the extended equipment operation. 4. During the M&V portion of the project McKinstry at its option may make a baseline energy use adjustment to identify and account for a change-of-use at the facility. 5. McKinstry will calculate the change in energy consumption due to the specific change made to the system’s operation. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 62 of 76 AGENDA ITEM #6. h) Table 3.1 - Energy Savings Summary Project City of Renton Scenario Renton 2022 Energy Efficiency Grant Date 4/23/2025 Total FIM Numbe r Facility Improvement Measures Facility kWh kWh ($) Therm Therm ($) ($) 38403 09.01-RCH: Upgrade Exterior Lighting to LED Renton City Hall 9,242 $808 0 $0 $808 48702 09.01-HMA: LED Lighting and Occupancy Controls Henry Moses Aquatic Center 7,028 $773 0 $0 $773 48703 09.02-HMA: Upgrade Exterior Lighting to LED Henry Moses Aquatic Center 45,795 $5,039 0 $0 $5,039 48707 04.01-RCH: Optimize Controls and TAB Terminal Units Renton City Hall 437,836 $38,291 0 $0 $38,291 48708 09.01-RSC: LED Lighting and Controls Renton Senior Activity Center 21,713 $2,389 0 $0 $2,389 48709 09.01-CPL: Upgrade Lighting to LED City-wide Parking Lots 42,674 $4,680 0 $0 $4,680 48712 09.01-PWS: LED Lighting and Controls Renton City Shops A-B-C-D-F 52,750 $6,920 0 $0 $6,920 48999 17.01-HMA: Install Pool Cover Henry Moses Aquatic Center 0 $0 2,565 $2,185 $2,185 617,037 $58,901 2,565 $2,185 $61,087 Confidential and Proprietary Electricity Fossil Natural Gas Sheet 1 of 1 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 63 of 76 AG E N D A I T E M # 6 . h ) DRAFT (Not Final ESP) Table 3.2 - M&V Plan Outline Project City of Renton Scenario Renton 2022 Energy Efficiency Grant Date 4/23/2025 Audit Stage (Baselining) Post Retrofit (Commissioning) Annual FIM Name Facility IPMVP Option KPI Key Performance Indicators Baseline Values Proposed Values Tasks Tasks Tasks Ongoing Owner Responsibilities Stipulated Factors 09.01-RCH: Upgrade Exterior Lighting to LED Renton City Hall A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 09.01-HMA: LED Lighting and Occupancy Controls Henry Moses Aquatic Center A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 4. Typical Pool Light Levels Existing Pool Light Levels Pool Light Level Standards Collected Through Lighting Audit None Proposed Measure light levels in pool area to ensure they meet the light level standard for the space type Maintain equipment per manufacturer's recommendations None Proposed 09.02-HMA: Upgrade Exterior Lighting to LED Henry Moses Aquatic Center A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 04.01-RCH: Optimize Controls and TAB Terminal Units Renton City Hall A 1. PH -1 Hours of Operation Refer to Scope of Work Refer to Scope of Work Site Visit, BAS Review, and Staff Interviews Review control system schedule Review control system schedule Maintain equipment per manufacturer's requirements Outdoor air conditions, space loads, hours of occupancy 2. Ventilation Control Method 25% Outside Air Minimum Supply CO2 Demand Control Ventilation (DCV) for PH-1 Site Visit, BAS Review, and Staff Interviews Review Cx Report to verify DCV control Review BAS trend data for CO2 levels and outside air damper position to verify DCV control Maintain equipment per McKinstry's and manufacturer's recommendations Building Loads and Occupancy 09.01-RSC: LED Lighting and Controls Renton Senior Activity Center A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data Sheet 1 of 2 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 64 of 76 AG E N D A I T E M # 6 . h ) DRAFT (Not Final ESP) Table 3.2 - M&V Plan Outline Project City of Renton Scenario Renton 2022 Energy Efficiency Grant Date 4/23/2025 Audit Stage (Baselining) Post Retrofit (Commissioning) Annual FIM Name Facility IPMVP Option KPI Key Performance Indicators Baseline Values Proposed Values Tasks Tasks Tasks Ongoing Owner Responsibilities Stipulated Factors 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 09.01-CPL: Upgrade Lighting to LED City-wide Parking Lots A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 09.01-PWS: LED Lighting and Controls Renton City Shops A-B-C-D- F A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 17.01-HMA: Install Pool Cover Henry Moses Aquatic Center A 1. Pool Cover Use No Pool Cover Pool Cover in Use Site audit of existing conditions Verify pool cover installation None proposed Maintain equipment per manufacturer's recommendations Outdoor air conditions, pool water temperatures, unoccupied hours of operation Confidential and Proprietary Sheet 2 of 2 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 65 of 76 AG E N D A I T E M # 6 . h ) Table 3.3 - Base Utility Rates Project City of Renton Scenario Renton 2022 Energy Efficiency Grant Date 4/23/2025 Building_Name Utility_Provider Rate_Name Utility_Type Dollars_Per_Unit Units Published_Date_Effective Renton City Shops A-B-C-D-F Puget Sound Energy (PSE) Commercial 24 - General Service (kW<50) Electricity $0.131183 kWh 1/1/2025 Henry Moses Aquatic Center Puget Sound Energy (PSE) Commercial 25 - Small Demand General (blended) Electricity $0.110040 kWh 1/1/2025 Renton Senior Activity Center Puget Sound Energy (PSE) Commercial 25 - Small Demand General (blended) Electricity $0.110040 kWh 1/1/2025 Renton City Hall Puget Sound Energy (PSE) Commercial 26 - Large Demand General Electricity $0.087455 kWh 1/1/2025 Henry Moses Aquatic Center Puget Sound Energy (PSE) Commercial 41 - Large Volume High Load Factor Natural Gas $0.852020 Therms 1/1/2025 City-wide Parking Lots Puget Sound Energy (PSE) kWh-City-wide Parking Lots (SCH 25 and 26) Electricity $0.109679 kWh 1/1/2025 Sheet 1 of 1 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 66 of 76 AG E N D A I T E M # 6 . h ) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT McKinstry guarantees that the Maximum Project Cost will not exceed the guaranteed value shown in Table 4.1 – Budget Summary; this cost does not include sales tax, WA State Interagency fees, or the utility incentive. The sales tax and interagency fees are shown in Table 4.1 for reference, and the utility incentive is shown in Table 4.2 for reference. (McKinstry does not guarantee the value of sales tax, interagency fees, or the utility incentive.) If notice to proceed is not issued within 90 days, McKinstry reserves the right to re-evaluate the project and make necessary modifications to the construction costs. See Table 4.1 – Budget Summary. All fee percentages and costs are unique to the project. 1. Engineering audit, which includes the cost for the preparation of this proposal and Investment Grade Audit report. 2. Engineering design 3. Construction management services 4. Installation of McKinstry Equipment including the following costs as specified in the scope of work: a. All costs paid by McKinstry for the installation of the equipment. This includes costs paid to subcontractors or directly to McKinstry personnel, when related to installation or system verification of McKinstry equipment. b. The portion of reasonable travel, lodging, and meal expenses of officers or employees incurred while traveling in discharge of duties connected with the work. McKinstry will comply with OFM guidelines for reimbursement of travel expenses. c. Cost of all materials, supplies, and equipment incorporated in the Work, including costs of transportation thereof. d. Cost or rental charges, including transportation and maintenance, of all materials, supplies, equipment, temporary facilities, and hand tools not owned by the workers, which are consumed in the performance of the work in compliance with the General Conditions to the Main Energy Services Agreement. e. Cost of premiums for all bonds and insurance, which McKinstry is required to purchase and maintain. f. Sales, use, or similar taxes related to the Work and for which McKinstry is liable imposed by a governmental authority. g. Permit fees, royalties, and deposits lost for causes other than McKinstry’s negligence. h. Losses and expenses not compensated by insurance or otherwise, sustained by McKinstry in connection with the work, in compliance with the General Conditions to the Main Energy Services Agreement. i. Demolition cost and cost of removal of all debris unless specifically excluded within the Scope of Work. j. Costs incurred due to an emergency affecting the safety of persons and property. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 67 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT k. Other costs incurred in the performance of the Work if and to the extent approved in advance in writing by the Owner and DES. l. Contingency as defined in Section 4.4. m. Allowances as defined in Section 4.5. n. Cost of equipment startup, training, system verification, and balancing performed by McKinstry. o. Construction Bonds (including Performance & Payment Bond), Liability Insurance, and Builder’s Risk Insurance. p. McKinstry fee. This includes McKinstry’s remuneration for compensation of personnel, expenses, risks related to the project, overhead, and profit. q. McKinstry shall provide a Schedule of Values. The schedule of values will include all costs related to the installation of McKinstry’s equipment. A construction contingency as identified in Table 4.1 – “Budget Summary” has been established for this project. McKinstry can expend the contingency after a change order has been approved by the Owner, McKinstry, and the DES Project Manager for items necessary to complete the original scope of this project. The intent of the contingency is for “unforeseen conditions” beyond what was originally estimated. McKinstry and the Owner and DES will jointly manage any contingency left after the project scope is completed. All unused construction contingency funds shall reduce the overall project cost to the Owner. McKinstry may set aside allowances as identified in Table 4.1 - “Budget Summary” for specific areas of work that have been identified as a potential cost impact but cannot be determined at this stage. Should the allowance not be adequate, the Owner and the DES Project Manager will be advised. McKinstry will be compensated for any additional costs via Change Order to the contract should the Owner and the DES Project Manager agree. In extreme situations, McKinstry may request additional funds to cover cost overruns that could not have been foreseen by either party. Allowances are to be agreed upon by the Owner and DES. Refer to Table 4.1 for the cost and duration of any ongoing services. McKinstry shall check all material, equipment, and labor entering into the worksite and shall keep such full and detailed accounts as may be necessary for proper financial management under this Agreement. The Owner and the DES Project Manager shall be afforded access to all McKinstry’s records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Contract, and the McKinstry shall preserve all such records for a period of seven years, or for such longer period as may be required by law, after the final payment. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 68 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT The maximum project allowable cost is based on firm negotiated bids or estimated labor and material costs developed by McKinstry. In recognition that actual Labor & Material costs may vary from the estimate, the following procedures are established to reconcile this difference: 1. If the total maximum guaranteed project cost at completion exceeds the estimated amount (plus contingency), the additional costs will be borne by McKinstry at their expense. 2. If the total project costs at completion are less than the estimated proposal amount (less contingency), the savings will be retained by the Owner. 3. There shall be no cost savings split between the Owner and McKinstry. The following Figure 4.A outlines proposed procurement and payment reconciliation methods. Changing the proposed method of reconciliation after the acceptance of the Proposal may require an adjustment to the Guaranteed Maximum Project Cost. Major Equipment is any single piece of equipment purchased by McKinstry with a value over $5,000. Construction contract value is to be established through negotiations with a select or single contractor (i.e. owner preferred controls contractor, mechanical contractor, etc.). Construction contract value is to be established through a bid process based upon formal bid documents including plans and specifications which will be bid to a minimum of two (typically three) pre-qualified contractors as approved by McKinstry and the Owner. McKinstry intends to perform work with McKinstry personnel. Cost shall be substantiated with a properly executed invoice from the subcontractor or supplier that matches the schedule of values in their contract or purchase order. Published sell rates will be established prior to issuance of contract to subcontractor or commencement of work by McKinstry. A monthly labor and material report will be provided which will include labor hours and dollars per individual, and material and equipment invoices. Fees that are negotiated prior to proposal and are not reconciled at the end of the project. CONSTRUCTION COST CATEGORY (REF TABLE 4.1) PROPOSED CONSTRUCTION METHOD END OF PROJECT – RECONCILED Controls Systems Negotiated Subcontract Sole Source SOV City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 69 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT CONSTRUCTION COST CATEGORY (REF TABLE 4.1) PROPOSED CONSTRUCTION METHOD END OF PROJECT – RECONCILED Major Equipment Negotiated SOV Sheet Metal Subcontract Bid SOV Irrigation Negotiated SOV Electrical Subcontract Bid SOV Lighting Subcontract Bid SOV TAB/Start up Negotiated SOV Commissioning Negotiated SOV General/Other Self-Perform T&M Change Order (CO) As Specified in CO T&M Fees Self-Perform Firm 1. TERMS: Net 30 days (45 days for State Treasurer payments) from the date of invoice, monthly billings as the job progresses. 2. PAYMENTS: At a minimum, payments will be made in the amount of 100% at the completion and implementation of any individual facility improvement measure (FIM) in the amount of that FIM as delineated in the contract. If more than one FIM is completed in a monthly period, all those FIMS will be paid. 3. FINANCE CHARGES ON UNPAID BALANCES: Payments due and unpaid shall be subject to interest charges within 30 days (45 days for State Treasurer payments) of receipt of a properly completed invoice per RCW 39.76. Finance charges will be calculated on the un-paid balance per RCW 39.76 which specifies the interest rate shall be one percent per month but not less than one dollar per month on amounts due beyond 30 days. Interest charges will be calculated daily, compounded monthly. Charges accrue until balances are paid in full. 4. CONSTRUCTION PERIOD FINANCE CHARGES: McKinstry may charge construction period finance charges for projects, independent of financing method, whereby the anticipated billing lags the earned schedule of values by more than 90 days. If Owner controlled schedule delays occur during the progress of the project, McKinstry may request additional finance charges be added to the project. Construction period finance will be calculated on the un-paid balance at the rate of Prime + 2% per annum. Interest charges will be calculated daily, compounded monthly. Charges accrue until balances are paid in full. 5. McKinstry and the Owner will work together to minimize finance charges. 6. SUBSTANTIATION OF FINANCE CHARGE: McKinstry will do an accounting of finance charges progressively through the project, and at contract completion submit a change request itemizing the summary of additional costs for implementation. The contract will then be increased to reflect the same and finance charges will be paid within 30 days of the date of approved substantiation. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 70 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT McKinstry enjoys over 55 years of experience within the engineering and contracting industry and its financial strength exceeds the industry average. This strength makes it possible to provide and assist with the financing needs of its customers. Long standing relationships with vendors assures reasonable pricing and excellent payment terms. The Owner has several options available for long term permanent financing. The Washington State Treasurer’s Office can provide financing. Third Party financing is also available. The owner did not want to pursue financing for this project. Should the owner choose to finance the project through McKinstry, a schedule will be provided showing the termination value of the financing agreement for each year during the term of the agreement. The Contract shall be effective and binding upon the parties immediately upon its execution and the period from contract execution until the Commencement of Energy Savings Date shall be known as the "Interim Period". All energy savings achieved during the interim period will be fully credited to the Owner. McKinstry shall provide a payment and performance bond and builders Risk Insurance. For The Purposes of This Agreement, the "Sum Amount of Bond" Shall Be (See Table 4.1 –“Budget Summary”). 1. The bond amount consists of Labor and Materials and State Sales Tax. 2. This bond does not include any construction contingencies. 3. Certificates of General Liability Insurance will be provided prior to Contract Signing. The State of Washington shall be named as An Additional Insured on all insurance certificates. McKinstry shall provide a payment and performance bond in the amount of 100% of the construction cost, as defined in the General Conditions to the Main Energy Services Agreement. The amount shall include all authorized changes and state sales tax. The Bond shall be in the form attached to the Conditions of the Main Energy Services Agreement. The Contract listed on the bond form shall be the Addendum No. and Agreement No., which incorporates the work, and the “Contract Date” shall be the date of the Authorization. The full and just sum of the Bond shall be as defined above and shall include the actual cost of purchasing and installing McKinstry’s Equipment. The Bond shall specifically exclude coverage for those portions of the Energy Services Agreement and/or Energy Services Agreement Authorization pertaining to design services, energy cost savings guarantee, maintenance guarantee, utility incentives, efficiency guarantees, and any other clauses which do not relate specifically to construction management and supervision of work for purchasing and installing of McKinstry’s Equipment, or for work to be accomplished by the Owner. The Bond shall be with a Surety or Bonding Company that is registered with the State of Washington Insurance Commissioner's Office. While McKinstry stands behind our safety record, we cannot control the work flow around items we have no control over. At no point does McKinstry assume any responsibility for the loss of use of any equipment and we exclude any and all claims for consequential damages therein. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 71 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT McKinstry has established the following diverse business participation goals for this project in consultation with the Owner and the DES Energy Program. The Owner has stated that it is important to provide outreach but there is no requirement for diverse business participation in this project. McKinstry may not be able to meet the McKinstry standard Inclusion plan diverse business participation goals for the following reasons: (1) This project has a large component of building controls project and the incumbent, ATS, is not a diverse business. (2) McKinstry has provided information and training to many potential subcontractors, suppliers, and consultants on how to register for the State certifications. (3) The following tables are a list of diverse subcontractors or suppliers who may provide services or assistance on this project, and project specific inclusion goals aligned to the McKinstry standards. Foy Group Corti Construction All Wire Electric State Certification Category McKinstry Standard Inclusion Plan For this Project: Percentages for Construction For this Project: Percentages for Professional Services Minority-owned business 10% 10% 0% Women-owned business 6% 6% 0% Veteran-owned business 5% 5% 0% Small/mini/micro business 5% 5% 0% Total 26% 26% 0% 4.15 Apprenticeship This Energy Services Proposal acknowledges the minimum levels of apprenticeship participation of 15% for construction contracts of one million dollars or more per the 2023 General Conditions Section 10.16. McKinstry will upload the Apprenticeship Utilization Plan to the Labor and Industries site and provide a copy to DES and the Owner prior to initial invoice if applicable. 4.16 Cost Effectiveness Criteria The following table describes how this project meets the cost effectiveness criteria for implementation as indicated in the IGA proposal dated 04.11.2025. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 72 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT Cost Effective Criteria How Criteria were Met Project shall include measures that are life cycle cost effective. Savings will include utility and hard-cost operational savings The Investment Grade Audit report dated 04.11.2025 includes a Life Cycle Cost Analysis. McKinstry will work with the utilities to secure conservation grant funding for applicable initiatives. Grants and rebates were investigated and the resulting estimated values are included in Table 4.2. McKinstry will provide support to the City of Renton for the Energy Efficiency Commerce Grant Award Support has been provided and will continue through the contract. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 73 of 76 AGENDA ITEM #6. h) Title - Classification Regular Time Overtime Double Time Standard Rate (*, †)206 309 412 Contract Rate (*, †)191 286 382 Trade Project Manager 164 0 0 Plumbing/Pipefitter (*)186 279 372 Sprinkler Fitter (*)174 261 348 Sheet Metal (*)161 242 322 Electrician (*)190 285 380 Lighting Maint. Worker (*)70 105 140 Carpenter (*)133 200 266 Laborer 93 140 186 Warehouse/Driver (*)122 183 244 Cx Lead 207 0 0 Sr. Cx Engineer (*)196 294 392 Cx Engineer (*)180 269 359 Cx Specialist (*)167 251 335 Cx Technician (*)144 216 288 TAB Technician (*, †, #)208 312 416 Start-up Technician (*, †, #)221 332 443 TS Sr. Project Manager 230 0 0 TS Project Manager 207 0 0 Lead Engineer/Consultant 220 0 0 Senior Engineer/Consultant 213 0 0 Engineer/Consultant 207 0 0 Specialist 183 0 0 Site Superintendent (*)203 305 406 Site Coordinator 118 177 235 Site Safety (*)167 0 0 Project Engineer 173 259 345 Purchasing / CSR / Dispatch 123 184 246 Administrative Assistant 118 177 235 • All-Inclusive Rates per L&I Prevailing Wage Tables and Authorized Allowances per General Conditions for Washington State Energy Savings Performance Contracting • Regular Time - Monday thru Friday, from 6:30 AM to 3:00 PM # - Shift Premiums (2nd and graveyard) percentage based on respective trade agreements * Truck & Rental Costs per WSDOT/AGC (Premedia) Blue Book at the Stand-By Rate (No Fuel Cost). 3RD Party Rental Cost per Actual Invoice. † - Safety, Consumables & Small Tools Expense per GCs for WA ST Energy Savings Performance Contrac;ng Site / Staff Rates Energy Services Performance Contracting 2025 Labor Rates - 1st Edition Service Rates (#) Construction Field Rates (#) Commissioning/TAB/Start Up Rates (#) Technical Services Rates (Fac Assessment, Fac Operations, System Integration) Proprietary & Confidential POC: robertha@mckinstry.com 2025 McKinstry Energy Services Billing Rate March Update Effective Date: 03/01/2025 Expiration Date 08/31/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 74 of 76 AGENDA ITEM #6. h) Project City of Renton Scenario Renton Ph 4 & 2022 Energy Efficiency Grant 15191 Date 4/25/2025 Database ID Mechanical Electrical EMCS Lighting General Equipment Other Total 48707 04.01-RCH: Optimize Controls and TAB Terminal Units 162,575$ -$ 519,476$ -$ 47,000$ -$ 37,643$ 766,694$ 48709 09.01-CPL: Upgrade Lighting to LED -$ -$ -$ 317,513$ -$ 46,164$ 18,778$ 382,455$ 48702 09.01-HMA: LED Lighting and Occupancy Controls -$ -$ -$ 35,166$ -$ 3,455$ 1,994$ 40,615$ 48712 09.01-PWS: LED Lighting and Controls -$ -$ 35,000$ 167,348$ -$ 53,737$ 13,222$ 269,307$ 48708 09.01-RSC: LED Lighting and Controls -$ -$ -$ 57,414$ -$ 4,585$ 3,201$ 65,200$ 48703 09.02-HMA: Upgrade Exterior Lighting to LED -$ -$ -$ 60,153$ -$ 51,293$ 5,754$ 117,200$ 38403 09.02-RCH: Upgrade Exterior Lighting to LED -$ -$ -$ 157,499$ -$ 14,848$ 8,899$ 181,246$ 48999 17.01-HMA: Install Pool Cover -$ -$ -$ -$ 12,004$ 10,040$ 1,138$ 23,182$ 12614 Total Base FIM Cost 162,575$ -$ 554,476$ 795,093$ 59,004$ 184,122$ 90,629$ 1,845,899$ 12619 A. Construction Costs Subtotal(FIM Cost and A) 1,845,899$ Construction Bonds & Insurance % 1.50% Percent of Subtotal (FIM Cost and A) 27,688$ Total Construction Cost 1,873,587$ B. Professional Services Costs Audit Fee Lump $98,400 98,400$ Design % 10.00% Percent of Total Base FIM Cost 184,590$ Const. Management & Proj. Admin % 6.00% Percent of Total Base FIM Cost 110,754$ Overhead % 10.00% Percent of Total Construction Cost 184,590$ Profit (Fee) % 8.00% Percent of Total Construction Cost 147,672$ 0 Total Professional Services Cost 726,006$ C. Other Project Costs Construction Contingency % 5.72% Percent of Total Base FIM Cost 95,801$ Apprenticeship Incentive Lump $907 WA State Apprenticeship Requirement for Projects with Construction Cost >= $1M 907$ Performance Assurance (M&V) Lump $18,900 18,900$ Total Other Project Cost 115,608$ E. Total Guaranteed Construction & ESCO Services (A + B + C + D) 2,715,201$ F. Non-Guaranteed Costs Sales Tax % 10.30% Percent of Section E 279,666$ DES Energy Program PM Fee Lump $62,500 62,500$ Total Non-Guaranteed Cost 342,166$ G. Total Maximum Project Cost (E + F) 3,057,367$ Table 4.1 - Budget Summary FIM Name 1 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 75 of 76 AG E N D A I T E M # 6 . h ) Table 4.2 - Facility Improvement Measure (FIM) Summary Project City of Renton Scenario Renton Ph 4 & 2022 Energy Efficiency Grant Date April 25, 2025 Facility Improvement Measures FIM Description Facility Budget * Annual Utility Savings Simple Payback (SPB) Annual Operational Savings ** Potential Incentives *** Net Customer Cost (with Incentives) Modified Payback (MPB) (with Operational Savings and Incentives) 09.01-RCH: Upgrade Exterior Lighting to LED Existing: Building-mounted and site lighting for the City Hall is a mix of 70- to 150-watt high intensity discharge (HID) lamps with magnetic ballasts. Proposed: Retrofit the existing light fixtures with LED lamps. Added scope for safety includes move wall packs up for chain link parking area, add bollards, police parking stalls flood light, east exit walkway, elevator sconces (PLLs), generator fuel tank, and entry way sign. Benefits: Improved lighting. Improved safety. Energy savings. Utility rebates. Reduced maintenance. Renton City Hall $300,199 $808 371.4 $575 $1,564 $298,635 215.9 09.01-HMA: LED Lighting and Occupancy Controls Existing: Interior lighting is mostly 32-watt T8 linear fluorescent lamped fixtures. There are some areas that have been upgraded to LED already. Proposed: Retrofit the fluorescent lamped fixtures to LED. Provide room level occupancy controls in select areas.This facility has to meet Department of Health standards for light levels. Benefits: Reduced maintenance. Energy savings. Improved controls. Henry Moses Aquatic Center $67,271 $773 87.0 $112 $1,171 $66,100 74.7 09.02-HMA: Upgrade Exterior Lighting to LED Existing: Exterior lighting is a mix of higher wattage HID fixtures, T5 and compact fluorescent. There are a few fixtures that have been upgraded to LED. Proposed: Replace and retrofit fixtures with LED lamps. Existing controls will remain as-is.The lighting serving the pool and the pool deck will need to meet Department of Health lighting standards. Benefits: Improved safety, reduced maintenance, and energy savings. Henry Moses Aquatic Center $194,118 $5,039 38.5 $1,053 $7,922 $186,196 30.6 04.01-RCH: Optimize Controls and TAB Terminal Units Existing: The Renton City Hall has legacy IBEX control hardware on its variable air volume (VAV) terminal units, water source heat pumps (WSHP) and fan terminal units (FTU) The front-end controller and main AHU controllers were replaced with a newer unit in a prior project. The City Hall terminal units have not been balanced, nor commissioned in the past 10 years, causing comfort and efficiency issues in the building.Proposed: Replace the remaining IBEX terminal controllers. Provide testing, adjusting, and balancing (TAB) of all the terminal units (233 total). Provide functional performance testing and controls sequence optimization for the 233 terminal units. Provide supply side CO2 Demand Control Ventilation for the main Air Handling Unit (PH-1). Renton City Hall $1,269,877 $38,291 33.2 $37,039 $38,670 $1,231,207 16.3 09.01-RSC: LED Lighting and Controls Existing: Interior lighting systems consist mostly of 32-watt T8 linear fluorescent lamped fixtures, with a few T12, and compact fluorescent fixtures. Select areas have been upgraded to LED. Exterior lighting is a mix of pin-based and screw-base compact fluorescent lamps with several fixtures that have already been upgraded to LED. Proposed: Retrofit the interior and exterior fixtures with LED lamps. Benefits: Reduction of maintenance costs. Energy savings. Renton Senior Activity Center $107,991 $2,389 45.2 $333 $3,532 $104,459 38.4 09.01-CPL: Upgrade Lighting to LED Existing: City Hall’s exterior parking lot includes high wattage HID fixtures. The City Hall interior parking garage is already LED lighting, but underlit and requires upgrading. The Aquatic Center parking areas also use higher wattage HID-lamped fixtures. Liberty Park consists of mostly higher wattage HID- lamped fixtures. The parking lots of the Senior Center, Public Works, and Community Center have already been converted to LED and don’t require replacement. Proposed: Replace the City Hall, Aquatic Center, and Liberty Park parking lot lighting fixtures with LED fixtures. Replace the City Hall Parking Garage LED lighting with new LED’s and provide new hi-low occupancy sensors. Reuse the existing dusk-to-dawn controls where applicable. Additional scopes added include Renton City Hall Parking Lot added garage fixtures and support spaces (ie electrical rooms, etc.); Liberty Park includes added security circuit light fixtures, basketball court/parking, and skate park/parking, tennis courts, new controls for basketball/skate park/tennis court/security lighting for better control and zoning. Benefits: Reduced maintenance costs. Modernization of lighting fixtures. Improved safety and energy savings. City-wide Parking Lots $633,461 $4,680 135.3 $1,316 $4,828 $628,633 104.8 09.01-PWS: LED Lighting and Controls Existing: This FIM includes the Interior and Exterior building-mounted fixtures and site lighting. Interior: the lighting system consists mostly of 32W T8 linear fluorescent lamped fixtures, with a few T5, and compact fluorescent. The high bay fixtures are lamped with high wattage High Pressure Sodium (HPS). There are also a large variety of fixtures that have already been upgraded to LED. Exterior: the lighting system has already been upgraded with LED sources throughout. Proposed: Retrofit the interior and exterior lighting systems to LED or TLED or compact retrofit lamps. Provide remote lighting controls in select spaces. Benefits: Provides remote controls. Improved lighting for occupants. Maintenance and energy savings. Renton City Shops A-B-C-D-F $446,054 $6,920 64.5 $741 $9,418 $436,636 57.0 17.01-HMA: Install Pool Cover Existing: The Aquatic Center lap pool cover has failed and is no longer used. Proposed: Provide a new pool cover for the lap pool. Benefits: Saves energy, reduces water evaporation, and reduces debris entering the pool. Henry Moses Aquatic Center $38,396 $2,185 17.6 $0 $0 $38,396 17.6 Totals $3,057,367 $61,087 50.0 $41,169 $67,105 $2,990,262 29.2 * Since design cost, audit cost, etc. are distributed among the FIMs, the total project cost will not go up or down by exactly the amounts shown here if a FIM or FIMs are dropped. ** For non recurring operational savings, the values are averaged over the 30 year length of this analysis. *** Incentives are contingent on final approval and are not guaranteed. Funds are shown for reference only. Confidential and Proprietary Sheet 1 of 1 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 76 of 76 AG E N D A I T E M # 6 . h ) RENTON, WA APRIL 25, 2025 McKinstry Project 207168 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 1 of 76 EXHIBIT B AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 Primary Client Contact Edward Grube (425) 430-7222 EGrube@Rentonwa.gov WA DES Representative Chris Lewis (564) 669-0338 chris.lewis@des.wa.gov Account Executive Andrew Willamson andrewwi@mckinstry.com Program Manager Andy Morgan (206) 578-3192 andymo@mckinstry.com Energy Engineer Kari Rogers (206) 832-8011 karir@mckinstry.com City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 2 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 Contents SECTION 1. EXECUTIVE SUMMARY ................................................. 5 1.1 Overview 1.2 Current Situation 1.3 Solutions 1.4 Summary of Benefits 1.5 McKinstry Differentiators SECTION 2. SCOPE OF WORK ....................................................... 9 2.1 Facility Improvement Measure (FIM) List 2.2 McKinstry Services 2.3 Extent of Subcontracting 2.4 Project Schedule Detailed Scope of Work Waste Recycling and Disposal Plan SECTION 3. ENERGY SAVINGS GUARANTEE ................................... 59 3.1 Guarantee Overview 3.2 FIM Specific Performance Assurance Methodology 3.3 Utility Rates 3.4 Standards of Comfort Service 3.5 Ongoing Owner Responsibilities 3.6 Non-Performance 3.7 Change of Use Energy Savings Tables TABLE 3.1 - ENERGY SAVINGS SUMMARY TABLE 3.2 - MEASUREMENT AND VERIFICATION (M&V) PLAN OUTLINE TABLE 3.3 - BASE UTILITY RATES SECTION 4. PROJECT FINANCIALS .............................................. 67 4.1 Maximum Project Allowable Cost 4.2 Project Cost Table 4.3 Items Included in Maximum Project Cost 4.4 Construction Contingency 4.5 Allowances 4.6 Ongoing Services 4.7 Accounting Records 4.8 Reconciliation of Labor & Material Costs 4.9 Compensation 4.10 Financing 4.11 Termination Value 4.12 Terms of Agreement 4.13 Insurance & Bonding 4.14 Diverse Business Participation Goals for this Project City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 3 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 Contents 4.15 Apprenticeship 4.16 Cost Effectiveness Criteria Financial tables TABLE 4.1 – BUDGET SUMMARY TABLE 4.2 – FACILITY IMPROVEMENT MEASURE (FIM) SUMMARY Please note that this response provides the basic economic terms on which McKinstry would be willing to perform the scope of services outlined here. This response does not cover all of the terms and conditions relevant to a definitive agreement about these services. Nothing in this response approves legal terms such as warranties, indemnification, insurance requirements, and limitations of liability, even if those terms were included in the request for proposal. The details of those terms must be negotiated by the parties and set forth in a definitive agreement with respect to McKinstry’s services. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 4 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT Through the Washington State Department of Enterprise Services (DES) Energy Savings Performance Contracting (ESPC) program, McKinstry has completed an extensive study and investigation of energy upgrades for the City of Renton. Our Energy Services Proposal presents a holistic project solution for improving the overall facility efficiency and operation. Our proposed solutions will result in lower utility use and cost along with improved building system performance and occupant productivity. For additional information on the project, reference the Investment Grade Audit Report, dated 04/11/2025. Renton City Hall is served by a mix of variable air volume (VAV) terminal units, water source heat pumps (HP) and small air handlers with legacy IBEX controls that are inefficient and are no longer supported and require replacement. Also, building-mounted and site lighting for the City Hall is a mix of 70- to 150-watt high intensity discharge (HID) lamps with magnetic ballasts. Henry Moses Aquatic Center has a surface parking lot that uses higher wattage HID-lamped fixtures. Interior lighting is mostly 32-watt T8 linear fluorescent lamped fixtures. Exterior ground lighting is a mix of higher wattage HID, T5 and compact fluorescent fixtures. Also, the lap pool cover has failed and is no longer usable and requires replacement. The Renton City Maintenance Shops’ interior lighting system consists of 32W T8 linear fluorescent, T5, and compact fluorescent fixtures. Vehicle work bays are lit by high wattage High Pressure Sodium (HPS) fixtures. Renton Senior Center has interior lighting systems consisting mostly of 32-watt T8 linear fluorescent lamped fixtures, with a few T12, and compact fluorescent fixtures. Select areas have been upgraded to LED. Exterior lighting is a mix of pin- based and screw-base compact fluorescent lamps with several fixtures that have already been upgraded to LED. Liberty Park’s outdoor parking lot and security lighting consists of mostly higher wattage HID-lamped fixtures. The lighting noted above at these five locations is inefficient and is due for replacement. GOALS • Increase energy efficiency and reduce energy use • Upgrade failing equipment • Leverage grants and rebates OUTCOME SNAPSHOT This project represents an excellent opportunity to significantly improve facilities while saving energy and trimming utility spending. McKinstry looks forward to making this project a success. McKinstry estimates these savings if proposed facility improvement measures (FIMs) are installed: $58,901 Utility cost savings/year 617,037 Guaranteed kWh/year 2,565 Guaranteed Therms/year Carbon dioxide emissions reductions would equal: 123 Acres of trees planted 991,993 lbs. CO2/year City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 5 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT This project includes: • 04.01-RCH: Optimize Controls and TAB Terminal Units (Renton City Hall) o Replace the remaining IBEX terminal controllers. Provide testing, adjusting, and balancing (TAB) of all the terminal units (233 total). Provide functional performance testing and controls sequence optimization for the 233 terminal units. • 09.01-CPL: Upgrade Lighting to LED (City-wide Parking Lots) o Replace the City Hall, Aquatic Center, and Liberty Park parking lot lighting fixtures with LED fixtures. Replace the City Hall Parking Garage LED lighting with new LED’s and provide new hi-low occupancy sensors. Reuse the existing dusk-to-dawn controls where applicable. Additional scopes added include Renton City Hall Parking Lot added garage fixtures and support spaces (ie electrical rooms, etc.); Liberty Park includes added security circuit light fixtures, basketball court/parking, and skate park/parking, tennis courts, new controls for basketball/skate park/tennis court/security lighting for better control and zoning. • 09.01-HMA: LED Lighting and Occupancy Controls (Henry Moses Aquatic Center) o Retrofit the fluorescent lamped fixtures to LED. Provide room level occupancy controls in select areas. This facility has to meet Department of Health lighting standards. • 09.01-PWS: LED Lighting and Controls (Renton City Shops A-B-C-D-F) o Retrofit the interior and exterior lighting systems to LED or TLED or compact retrofit lamps. Provide remote lighting controls in select spaces. • 09.02-HMA: Upgrade Exterior Lighting to LED (Henry Moses Aquatic Center) o Replace and retrofit fixtures with LED lamps. Existing controls will remain as-is. The lighting serving the pool and the pool deck will need to meet Department of Health lighting standards. • 09.02-RCH: Upgrade Exterior Lighting to LED (Renton City Hall) o Retrofit the existing light fixtures with LED lamps. Added scope for safety includes move wall packs up for chain link parking area, add bollards, police parking stalls flood light, east exit walkway, elevator sconces (PLLs), generator fuel tank, and entry way sign. • 17.01-HMA: Install Pool Cover (Henry Moses Aquatic Center) o Provide a new pool cover for the lap pool. • 09.01-RSC: LED Lighting and Controls (Renton Senior Center) o Retrofit the interior and exterior fixtures with LED lamps. Existing controls will remain as-is. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 6 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT Section 4 of this document provides a detailed look at the project financials. The guaranteed maximum project allowable cost is $2,715,201.Including sales tax and DES management fees and prior to any utility incentives, the final project cost is $3,057,367. The annual energy savings are $58,901. Operational and maintenance savings have been included in the cash flows as agreed to by the DES energy project manager and the City of Renton - these projections are based on reduced repair costs and future avoided capital expenditures and represent $41,169 in annual savings. Total first-year savings are estimated at $58,901. The estimated utility rebates for the project are $67,105. This project meets the cost effectiveness criteria as indicated in the Investment Grade Audit proposal dated 04.11.2025 and described in Section 4.16. By taking the necessary steps to reduce energy consumption through the implementation of the various facility improvement measures detailed in this report, the City of Renton will attain the savings outlined in the outcome snapshot on the left. This is equivalent to: •43 average-sized homes being removed from the power grid; or •68,888 light bulbs (13.5 Watt LED) not energized; or •1,681,344 miles not driven by an average size vehicle. •ESP Approval and Construction Contract Execution •Finalize Equipment Selection for Procurement McKinstry has over 50 years of experience assessing and improving facilities in the Pacific Northwest. With more than 1,500 successful energy and facility improvement projects completed in the past 15 years, McKinstry has the expertise to offer comprehensive solutions to The City of Renton McKinstry is more than just another energy services company, we believe in serving as your trusted advisor “For the Life of Your Building.” •Vendor- and product-neutral for truly consultative role •Transparent pricing •Total cost of ownership consideration •No “shared savings” model COMPANY AT-A-GLANCE • Established 1960 • Over 1,700 employees • 23 offices • 55+ Professional Engineers • 80+ LEED Accredited Professionals MCKINSTRY EXPERIENCE $20 million Customer utility savings guaranteed $100 million Grants & rebates secured for clients 636 million Kilowatt hours saved 453 thousand Metric tons of CO2 saved 91 million Gas Therms saved CO2 emission reductions resulting from McKinstry projects have environmental impacts equal to: 3,167 acres Forest acres saved from destruction 51.5 million Gallons of gas not used 83+ thousand Cars taken off the road 40+ thousand Homes taken off the power grid City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 7 of 76 AGENDA ITEM #6. h) City of Renton Environmental Impact Calculator Non-Baseload Load Factor to Use NWPP Select Factor lbs CO2e/kWh (Electricity Emissions Factor) Amount Each Utility Type Will Be Reduced Per Year Electricity 617,037 kWh =940,795 lbs CO2 426.7 Metric Tonnes CO2 Fossil Natural Gas 86 Number of Vehicles Removed From Roads (Avg Size); or 2,565 Therms =51,197 lbs CO2 23.2 Metric Tonnes CO2 1,681,344 Number of Miles Not Driven Per Year (Avg Size); or Steam 68,888 Number of 13.5 Watt Light bulbs Not Energized; or 0 Mlbs =0 lbs CO2 0.0 Metric Tonnes CO2 43 Number of Avg Sized Houses Removed From Power Grid; or Fuel Oil 123 Acres of Trees Planted; or 0 Gallons =0 lbs CO2 0.0 Metric Tonnes CO2 463,548 Pounds of Coal Not Burned Per Year Propane 0 Gallons =0 lbs CO2 0.0 Metric Tonnes CO2 Total Reduction =991,993 lbs CO2 450.0 Metric Tonnes CO2 Fossil Natural Gas (ASHRAE Std. 189-2017 Table 7.5.2):19.96 lbs CO2 / Therm Steam (Seattle Steam):195.364 lbs CO2 / Mlbs Fuel Oil: 22.384 lbs CO2 / gal Propane: 12.5 lbs CO2 / gal Conversion:2204.62 lbs CO2 / Metric Tonnes CO2 Car Emmissions: 11,470 lbs CO 2 / car / yr Tree Carbon Sequestation: 8,066 lbs CO 2 / acre / yr Vehicle Mileage Emmissions: 0.59 lbs CO 2 / mile 13.5 W Light Bulb Emmissions: 14.4 lbs CO 2 / Light Bulb / yr Tree Carbon Sequestation: 8,066 lbs CO 2 / acre / yr Coal Emmisions: 2.14 lbs CO 2 / pound Coal Houses Removed: 22,880 lbs CO 2 / house * Energy Information Agency (EIA) * Environmental Protection Agency (EPA) * ENERGY STAR * eGRID 2020 (If eGrid Subregion or Local Utilities Chosen) * NWPCC Report dated June 13, 2008 (If WADES Factor Chosen) 1.52470 This Annual Emissions Reduction Is Equivalent To The Following: Other Emissions Factors Equivalents Conversions Sources: City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 8 of 76 AG E N D A I T E M # 6 . h ) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT For full descriptions of the scope of work of each measure, please refer to Section 2 - Detailed Scope of Work. 04.01-RCH: Optimize Controls and TAB Terminal Units (Renton City Hall) 09.01-CPL: Upgrade Lighting to LED (City-wide Parking Lots) 09.01-HMA: LED Lighting and Occupancy Controls (Henry Moses Aquatic Center) 09.01-PWS: LED Lighting and Controls (Renton City Shops A-B-C-D-F) 09.02-HMA: Upgrade Exterior Lighting to LED (Henry Moses Aquatic Center) 09.02-RCH: Upgrade Exterior Lighting to LED (Renton City Hall) 17.01-HMA: Install Pool Cover (Henry Moses Aquatic Center) 09.01-RSC: LED Lighting and Controls (Renton Senior Center) McKinstry will include the following services related to this project: 1. Energy Audit: The energy audit is complete and is detailed in the Investment Grade Audit report dated 04.11.2025. 2. Design Services: McKinstry will provide a detailed engineering design as needed to obtain permitting, Owner review, and approval of the proposed systems. In addition, McKinstry will also provide construction support services, start-up, testing, as-built drawings of systems installed, and provide operations and maintenance manuals. 3. Construction: Provide, or cause to be provided, all material, labor, and equipment, including paying for permits, fees, bonds, and insurance, required for the complete and working installation of McKinstry’s equipment. a. McKinstry will provide a site superintendent who will be responsible for the onsite supervision and coordination of trades and subcontractors. This individual’s responsibilities will also include regular work observations, quality control, site security, enforcement of the site-specific safety plan, as well as coordinating any impact upon building tenants with the Owner. b. McKinstry may perform portions of the construction work or may subcontract portions to qualified firms. In either case, McKinstry will share information regarding actual costs of the work with the Owner and DES. 4. Construction Management: McKinstry will provide a dedicated construction manager who will provide contract administration services for the project. The owner is expected to coordinate day-to-day communications with tenants and any scheduling of tenant relocations in and around occupied areas. 5. Operation Training: McKinstry will provide relevant training of building staff during construction as agreed to by the Owner and DES. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 9 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT 6. Performance Maintenance: McKinstry will provide monitoring and support services to ensure guaranteed savings are achieved during the agreement term. These services shall be under separate agreement. These services shall be at the discretion of the Owner and DES to terminate. Specific tasks associated with proposed Measurement and Verification (M&V) can be found in Table 3.2 - M&V Plan Outline. For this project, McKinstry has recommended an initial M&V term of 1 year to the Owner and DES. The reason is that the efficiency of the proposed scope is not expected to change after the first year of performance has been verified. 7. Equipment Maintenance: McKinstry will provide no equipment maintenance or repairs after the warranty period. Following the completion of the installation and Owner acceptance of the equipment, the Owner shall provide all necessary service, repairs, and adjustments to the equipment so that the equipment will perform in the manner and to the extent set forth in the Proposal. McKinstry shall have no obligation to service or maintain the equipment after the warranty period. 8. Warranty: McKinstry will warrant equipment for one year following Notice of Commencement of Energy Savings. Specific information regarding equipment warranty will be passed on to owner. McKinstry may subcontract the energy audit, design, construction management, start-up, and training portions of this Contract to qualified firms upon review and approval by owner. Construction subcontracts will be awarded competitively. McKinstry will endeavor to satisfy the Diverse Business Enterprise utilization goals of the Owner and DES. The proposed design and construction duration is 222 calendar days between Notice to Proceed and Substantial Completion. McKinstry will develop a detailed schedule outlining all of the various design, pre-construction, construction, and closeout tasks associated with the project and that interfaces with other construction work not under this proposal. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 10 of 76 AGENDA ITEM #6. h) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48707 04.01-RCH: Optimize Controls and TAB Terminal Units Renton City Hall GENERAL Existing: The Renton City Hall has legacy IBEX control hardware on its variable air volume (VAV) terminal units, water source heat pumps (WSHP) and fan terminal units (FTU) The front-end controller and main AHU controllers were replaced with a newer unit in a prior project. The City Hall terminal units have not been balanced, nor commissioned in the past 10 years, causing comfort and efficiency issues in the building. Proposed: Replace the remaining IBEX terminal controllers. Provide testing, adjusting, and balancing (TAB) of all the terminal units (233 total). Provide functional performance testing and controls sequence optimization for the 233 terminal units. Provide supply side CO2 Demand Control Ventilation for the main Air Handling Unit (PH-1). SCOPE OF WORK INCLUDES BASIS OF DESIGN Note: Renton City Hall is served by a mix of single duct Variable Air Volume (VAV) with reheat and fan-powered Variable Air Terminal (VAT) terminal units (squeeze box), as well as water-sourced heat pumps (HP) with a condenser water loop. The main rooftop air handler serving the VAV’s was recently replaced. The boiler on the condenser water loop was also recently replaced. The old jail located in the upper parking level is served by fan coil AHU’s. Nine (9) single duct VAVs and one (1) heat pump have been upgraded to the newer controls (NIC). The remaining terminal units will have their IBEX controls replaced in a separate measure. 1. Controls A. Convert all existing legacy IBEX controllers to Alerton VLC controllers. All existing legacy communication wiring will be demolished and replaced with new BACnet MS/TP communication wire that is compatible with the VLC controllers. B. Once the new VLC’s have been installed, provide point to point checkout for each unit C. Provide commissioning support for each floor D. Provide all control drawing submittals and as-built documentation E. Upgrade the existing Microtouch wall thermostats with Microset4 thermostats on the Seventh (7 th) Floor Only. F. Units to be upgraded include: 1) Floor 1: 37 HP’s 2) Floor 2: 8 HP’s, 23 VAT’s, and 3 VAV’s 3) Floor 3: 2 HP’s, 19 VAT’s, and 14 VAV’s 4) Floor 4: 2 HP’s, 4 VAT’s, 6 VAV’s, and 4 AHU’s 5) Floor 5: 5 HP’s, 18 VAT’s, and 12 VAV’s 6) Floor 6: 2 HP’s, 20 VAT’s, and 19 VAV’s 7) Floor 7: 2 HP’s, 33 VAT’s G. Addition of 21 averaging thermostats based on the owners’ priority in offices that share a terminal unit. H. Demand control ventilation added to the building through addition of a Supply Air CO2 sensor and programming to support the function. I. Repair budget of $40,000 for existing terminal units is included in this scope of work. J. Adjust operating hours of AHU PH-1 to reflect values in Main Air Handling Unit(PH-1) Schedule summary “Proposed” Section. This will reduce the running hours of PH-1. 2. Testing, Adjusting, and Balancing (TAB) A. Provide pre-construction readings of the following terminal units 1) 58 water source heat pump (WSHP) airflow at supply diffusers and water flow/pressure drop 2) 117 VAT airflow at supply diffusers 3) 54 VAV airflow at supply diffusers B. Provide test, adjusting and balance of the following terminal units 1) 58 WSHP’s 2) 117 VAT’s 3) 54 VAV’s 3. Commissioning A. Provide a functional performance test (FPT) and point to point verification of the 233 terminal units City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 11 of 76 AGENDA ITEM #6. h) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL 1) 58 WSHP’s 2) 117 VAT’s 3) 54 VAV’s B. Provide start-up of the following 1) 58 WSHP start-up 2) 117 FTU start-up 3) 54 VAV’s C. Verify optimized sequence of operations for all 233 terminal units 4. Training A. Provide training as required for this FIM CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials, and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. 3. Labor cost estimates based on day shift work (6 am to 4 pm). 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 12 of 76 AGENDA ITEM #6. h) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 13 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 14 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 15 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 16 of 76 AG E N D A I T E M # 6 . h ) 2'-6" 8'-5" 5'-8" 14' TO WOOD BASE MOLDING 1'-8" 6 2 / 3 6 C 2 4 / 6 6 2 4 / 6 6 30/6 0 FDU / 3 6 FDU / 2 4 2 4 E N D 2 4 E N D LT/3 6 LT/2 4 BAR 3 6 62 / 4 8 E 62 / 3 6 E FD U / 3 6 LT / 3 6 BA R 4 2 BA R 3 6 BA R 4 2 BA R 4 2 Ta c k B 1 6 h 4 2 w Ta c k B 1 6 h 4 2 w BA R 4 8 BA R 4 2 Ta c k B 3 0 BA R 4 2 FDU / 2 4 LT/2 4 FDU / 2 4 LT/2 4 TB- 1 2 / 2 4 TB- 1 2 / 2 4 TB- 1 2 / 2 4 ADD ELECT & DATA 3 9 / 3 0 E 3 9 / 4 2 E 3 9 / 4 2 E 3 9 / 3 0 E 3 9 / 3 6 E 62/4 8 E 30 M I D 2 4 M I D 30/7 2 62/3 6 E 62/3 0 E 3 0 / 7 6 T R I M T O F I T 24/7 8 3 0 E N D 6 2 / 2 4 C 6 2 / 4 8 C 2 4 / 4 8 2 4 E N D FDU / 3 6 LT/3 6 LT/4 8 3 0 E N D TRIM TO FIT TB- 1 2 / 3 6 BAR 4 2 32/36E 3 9 / 3 0 E 3 9 / 4 8 E 3 9 / 2 4 E 3 9 / 4 2 E 3 9 / 4 2 E 3 9 / 3 0 E 3 9 / 3 6 E 3 9 / 4 2 E 2 4 / 9 6 t r i m t o 7 8 30/3 0 6 2 / 2 4 C 2 4 E N D T a c k B 4 2 T B - 1 2 / 2 4 BAR 4 8 B A R 3 6 BAR - 3 0 Tac k B 4 2 FDU / 3 0 LT/3 0 BA R 4 2 TB-12/48 232092-236 232092-236 232092-236 232092-236 232092-236 WORKSURFACE P.E. P.E. P.E. P.E. 272- has 5 274- has 6 275- has 1 276 has 5 BOOKCASE ONE PAPER TRAY & ONE DIAGONAL TRAY EACH WORKSTATION #273- add 1 9' - 6 1 2" 9 ' - 3 1 2" 9' - 3 1 2" 7 ' - 1 0 1 2" 1 5 ' - 8 1 2" FLAT BRACKET 232092-237 232092-237 232092-237 232092-237 232092-237 232092-238 232092-238 232092-238 232092-238 232092-238 232092-238 232092-239 232092-239 232092-239 232092-239 232092-239 232092-240 232092-240 232092-240 232092-240 232092-240 232092-240 232092-241 232092-241 232092-241 232092-241 232092-241 232092-242 232092-242 232092-242 232092-242 232092-242 232092-243 232092-243 232092-243 232092-243 232092-243 ONE PAPER TRAY & ONE DIAGONAL TRAY EACH WORKSTATION ONE PAPER TRAY & ONE DIAGONAL TRAY EACH WORKSTATION 62/24C62/36C NOTCH FOR PE NOTCH FOR PE P.E. SH/ 4 2 l o w 46-3615-OB-42 SH/ 3 6 l o w 3 9 / 3 0 E SH/3 6 l o w 30/3 6 30/7 2 TB- 1 2 / 3 6 BAR 3 6 42"H thermostat relocate thermostat relocate 3 9 / 4 2 E 3 9 / 2 4 E 2 8 ' - 6 " 3 6 ' - 3 1 2" FDU / 4 8 2 4 / 6 6 2 4 E N D 2 4 M I D 2 4 / 4 2 29"H 41 7/8"H FLOOR MAGAZINE RACK COPIER MAIL SORTER CABINET MAIL SORTER CABINET 48W X 30D 48W X 30D EXISTING TABLE 36W X 20D STORAGE CABINET 36W X 20D STORAGE CABINET OPTION 1 232092-268- two 42"DIA. FD U / 4 8 276 add 1 #273- has 5 BBF other 277- 4 add 271- 5 add 274- add 2 272- add 1 add FE COH add FE53 30/54 30 / 4 2 28 42 / 1 8 S L I D I N G D O O R 24/36 FD U / 4 2 FD U / 4 2 LT / 3 6 LT / 3 6 TK W 8 4 15 / 2 2 52245224 42/84/48/24 TY P - H - S H A P E 30 / 8 4 BA R 46 - 4 2 1 5 - O B - 6 8 106 OFFICE 100 OFFICE AREA 142 EXISTING MENS RESTROOM 143 EXISTING WOMENS RESTROOM 140 ELECT. / PHONE 138 JANITORFIRE ROOM CONTROL 139 111 OFFICE AREA EXISTING LOBBY ELEVATOR 137 101 LOBBY 135 LOBBY 112 COMPUTER ROOM 113 SWAT STORAGE 114 OFFICE 116 HALL 117 R. ROOM 118 STORAGE 121 123 HALL 122 BRIEFING ROOM 124 RECORDS 125 OFFICE AREA 126 CONFERENCE 129 CONTROL 130 HALL 128 R. ROOM 131 FINGER - PRINT 134 MEDIA 144 HALL 132 LOBBY 133 R. RM 120 INTER. FEC UPUP 146 NORTH STAIRWELL 136 SOUTH STAIRWELL UP DN 115 OFFICE 116 OFFICE FEC FEC FEC 2 3 4 5 6 7 8 9 10 FEC 109 HALL 108 COPY 105 OFFICE AREA 110 TRAINING 104 FILES 103 CONF/LIBRARY 101A WAITING 101B RECEPTION 107B COFFEE 107A OFFICE AREA FE REF CR CR R CR 102 CONFERENCE CR FUTURE MICROWAVE 48 / 2 4 24 / 5 4 24 / 5 4 24 / 4 2 42 / 2 4 20/48 40N VS16VS16 48 / 2 4 2/42/18 - - 20/4820/36 LT/24 SH/24 FH TB-12/36 TB-16/36 LT/36 SH/36 FH BAR-48 TB-16/48 SH/48 FH TB-16/24 TB-12/24 40N VS16VS16 40N 46-3615-OB-42 SH/30-FH BAR-30 RTL-28-OEB 20/54 TB-16/48 TB-12/48 SH/48-FH TB-12/30RTL-40-OEB 24/4224/42 30 / 7 2 SH / 3 6 SH / 3 6 +F D +F D CUT WK SURF TO FIT! CUT WALL STRIPS TO JUST ABOVE WK SURFACE TO FIT! TB 1 2 / 3 6 TB 1 2 / 3 6 INTERROGATION LT / 3 6 LT / 3 6 36 " 36 " 42"40" HP 104 HP 103 HP 107 HP 102 HP 101 HP 132 HP 113 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 17 of 76 AG E N D A I T E M # 6 . h ) 1 1 NTS CINDY GILBERT-HUGHES RE N T O N , W A CI T Y O F R E N T O N OV E R A L L F L O O R 2 L A Y O U T CJGH 10.20.2011 VAT 201 VAT 205 VAT 202 VAT 209 VAT 213 VAT 206 VAT 208 VAT 218 VAT 219 VAT 224 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 18 of 76 AG E N D A I T E M # 6 . h ) VAT 301 VAT 302 VAT 306 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 19 of 76 AG E N D A I T E M # 6 . h ) VAT 401 VAT 411 VAT 410 VAT 402 VAT 403 VAT 404 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 20 of 76 AG E N D A I T E M # 6 . h ) VAT 505 VAT 504 VAT 502 VAT 501 VAT 529 VAT 527 VAT 526 VAT 523 VAT 519 VAT 517 VAT 510VAT 509 VAT 507 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 21 of 76 AG E N D A I T E M # 6 . h ) 633 NORTH STAIR WELL 624 SOUTH STAIR WELL FEC FECFE CR CR +36" FE FE +36" +78" +78"+78" +78" VAT 605 VAT 604 VAT 603 VAT 601 VAT 637 VAT 636 VAT 635 VAT 631 VAT 629 VAT 626 VAT 625 VAT 624 VAT 623 VAT 622 VAT 621 VAT 617 VAT 615VAT 614VAT 612VAT 607VAT 606 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 22 of 76 AG E N D A I T E M # 6 . h ) VAT 703 VAT 702 VAT 701 VAT 706 VAT 708 VAT 733 VAT 724 VAT 722 VAT 721 VAT 720 VAT 728 VAT 715 VAT 713 VAT 712 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 23 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 24 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 25 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 26 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 27 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 28 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 29 of 76 AG E N D A I T E M # 6 . h ) City of Renton - Renton City Hall Main Air Handling Unit (PH-1) Schedules Project Name City of Renton - Renton City Hall Location Renton, WA Date 4/23/2025 EXISTING Day PH-1 "On" Hours PH-1 "Occupied" Hours Monday 12:00 am - 11:59 pm (24/7) 5:00 am - 10:00 pm Tuesday 12:00 am - 11:59 pm (24/7) 6:00 am - 5:00 pm Wednesday 12:00 am - 11:59 pm (24/7) 6:00 am - 5:00 pm Thursday 12:00 am - 11:59 pm (24/7) 6:00 am - 5:00 pm Friday 12:00 am - 11:59 pm (24/7) 6:00 am - 5:00 pm Saturday 12:00 am - 11:59 pm (24/7) Unoccupied Sunday 12:00 am - 11:59 pm (24/7) Unoccupied Holiday 12:00 am - 11:59 pm (24/7) Unoccupied PROPOSED Day PH-1 "On" Hours PH-1 "Occupied" Hours Monday 5:00 am - 11:00 pm 5:00 am - 10:00 pm Tuesday 5:00 am - 7:00 pm 6:00 am - 5:00 pm Wednesday 5:00 am - 7:00 pm 6:00 am - 5:00 pm Thursday 5:00 am - 7:00 pm 6:00 am - 5:00 pm Friday 5:00 am - 7:00 pm 6:00 am - 5:00 pm Saturday Off Unoccupied Sunday Off Unoccupied Holiday Off Unoccupied PH-1 "On" Hours refers to hours when the air handling unit is running. PH-1 "Occupied" Hours refers to hours when the air handling unit is running and in occupied mode. Page 1 of 3 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 30 of 76 AG E N D A I T E M # 6 . h ) City of Renton - Renton City Hall Main Air Handling Unit (PH-1) Schedules Project Name City of Renton - Renton City Hall Location Renton, WA Date 4/23/2025 References: PH-1 "On" Hours Baseline Page 2 of 3 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 31 of 76 AG E N D A I T E M # 6 . h ) City of Renton - Renton City Hall Main Air Handling Unit (PH-1) Schedules Project Name City of Renton - Renton City Hall Location Renton, WA Date 4/23/2025 PH-1 "Occupied" Hours Baseline Page 3 of 3 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 32 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48709 09.01-CPL: Upgrade Lighting to LED City-wide Parking Lots GENERAL Existing: City Hall’s exterior parking lot includes high wattage HID fixtures. The City Hall interior parking garage is already LED lighting, but underlit and requires upgrading. The Aquatic Center parking areas also use higher wattage HID-lamped fixtures. Liberty Park consists of mostly higher wattage HID-lamped fixtures. The parking lots of the Senior Center, Public Works, and Community Center have already been converted to LED and don’t require replacement. Proposed: Replace the City Hall, Aquatic Center, and Liberty Park parking lot lighting fixtures with LED fixtures. Replace the City Hall Parking Garage LED lighting with new LED’s and provide new hi-low occupancy sensors. Reuse the existing dusk- to-dawn controls where applicable. Additional scopes added include Renton City Hall Parking Lot added garage fixtures and support spaces (ie electrical rooms, etc.); Liberty Park includes added security circuit light fixtures, basketball court/parking, and skate park/parking, tennis courts, new controls for basketball/skate park/tennis court/security lighting for better control and zoning. Benefits: Reduced maintenance costs. Modernization of lighting fixtures. Improved safety and energy savings.. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy primarily consists of new fixture replacements as detailed in the LxL. 2) The only locations to receive a LED lamp replacement are the globe fixtures. 3) Locations to receive additional equivalent fixtures per design drawings. (i) City Hall (a) Parking garage. (b) NE electrical room on lower level. (c) Fire Sprinkler room (d) Mechanical room on lower level. (e) Lower exterior stair landing 4) Fixtures to be left alone (No Retrofit) are the locations that are existing LED. B. Controls retrofits 1) No modifications to controls in this scope. 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and one lamp at the Liberty Park Parking lot was identified as a Mercury Vapor light and will be coordinated to be removed with the City of Renton and an appropriate contractor taking appropriate precautions. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 33 of 76 AGENDA ITEM #6. h) 09.01-CPL: Upgrade Lighting to LED (City Parking Lots) LxL McKinstry Scope Customer: City of Renton Current Row Count: 347 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Lamp Type # of Lamps per Fixture # of Drivers per Fixture Watts per Fixture kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 89 Yes Parking Lots EXT - Aquatic Center Exterior Parking Lot Parking Lot Timeclock Pole SB 1 head per pole Sq Dir Arm BRZ MH-Mogul-250W-1L 7 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 7 Pole No 4368 Area 90w City Spec. (1) Area light with pole bracket 7 LED Fxtr Integral Lamp 0 0 90 6,268 0 0 90 Yes Parking Lots EXT - Aquatic Center Exterior Parking Lot Parking Lot Timeclock Pole SB 2 head per pole Sq Dir Arm BRZ MH-Mogul-250W-2L 4 Metal Halide Mogul Base (AKA: E39) 250 Watt,2 2 590 HID Elec 8 Pole No 4368 Area 90w 2L City Spec. (2) Area lights with pole brackets - Back to Back 4 LED Fxtr Integral Lamp 0 0 180 7,164 0 0 91 Yes Parking Lots EXT - City Hall P1 Parking Level 1 Parking Garage P1 not found Vapor 4ft LED-Tube-15W-2L 46 LED LED Linear Tube 15 Watt,2 lamp/fxtr 2 30 LED Driver 92 Surface No 8760 4' Vapor tight + OCC City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, Medium setting w/ Hi/Lo Occ Sensor. 46 LED Fxtr Integral Lamp 0 0 29 604 0 0 92 Yes Parking Lots EXT - City Hall Parking Ramp Parking Ramp Parking Garage Ramp Timeclock See photo LED-Lamp-50W-1L 31 LED LED Lamp (Non Linear Tube) 50 Watt,1 1 50 Integral Driver 31 Recessed No 4368 N No Retrofit Proposed 31 N 0 0 50 0 0 0 93 Yes Parking Lots EXT - City Hall Ground Level Drive's Ground Level Drive's Parking Lot Timeclock Pole Flood 1 fxtr head per pole Rnd Dir Arm MH-Mogul-400W-1L 4 Metal Halide Mogul Base (AKA: E39) 400 Watt,1 1 458 HID Elec 4 Pole No 4368 Area 150w City Spec. (1) Area light with pole bracket 4 LED Fxtr Integral Lamp 0 0 150 5,381 0 0 94 Yes Parking Lots EXT - City Hall Upper Open Parking Area Upper Open Parking Area Parking Garage Top Deck Timeclock Pole Flood 1 fxtr head per pole Rnd Dir Arm MH-Mogul-400W-1L 2 Metal Halide Mogul Base (AKA: E39) 400 Watt,1 1 458 HID Elec 2 Pole No 4368 Area 150w City Spec. (1) Area light with pole bracket 2 LED Fxtr Integral Lamp 0 0 150 2,691 0 0 95 Yes Parking Lots EXT - City Hall Upper Open Parking Area Upper Open Parking Area Parking Garage Top Deck Timeclock Pole Flood 2 fxtr head per pole Rnd Dir Arm MH-Mogul-400W-1L 2 Metal Halide Mogul Base (AKA: E39) 400 Watt,1 1 458 HID Elec 2 Pole No 4368 Area 150w 2L City Spec. (2) Area lights with pole brackets - Back to Back 2 LED Fxtr Integral Lamp 0 0 300 1,380 0 0 96 Yes Parking Lots EXT - City Hall Upper Open Parking Area Upper Open Parking Area Parking Garage Top Deck Timeclock Pole Globe 1 head per pole MH-Med-150W-1L 9 Metal Halide Medium Base (AKA: Standard, 1 190 HID Elec 9 Pole No 4368 HID 100w Omni (1) LED lamp, omni-directional, ~14,500 lumnes, enclosed rated, 120- 277v, 4000K. 9 LED Screw-in Lamp 1 0 100 3,538 0 0 97 Yes Parking Lots EXT - City Hall P2 Garage Parking Garage P2 not found Vapor 4ft LED-Lamp-15W-2L 33 LED LED Lamp (Non Linear Tube) 15 Watt,2 2 30 Integral Driver 66 Surface No 8760 4' Vapor tight + OCC City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, Medium setting w/ Hi/Lo Occ Sensor. 33 LED Fxtr Integral Lamp 0 0 29 434 0 0 98 Yes Parking Lots EXT - City Hall P2 Garage Parking Garage P2 not found Vapor 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Surface No 8760 4' Vapor tight + OCC City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, Medium setting w/ Hi/Lo Occ Sensor. 13 LED Fxtr Integral Lamp 0 0 29 -2,212 0 0 99 Yes Parking Lots EXT - City Hall Electrical Rooms P1 Parking Garage P1 1sw-1G-Togl-CB- AL Mix of 8FT T12 and 4FT T8 3 0 0 0 0 4' Vapor tight City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 5 LED Fxtr Integral Lamp 0 0 38 0 0 0 100 Yes Parking Lots EXT - City Hall Stairwells P1 Parking Garage P1 0 0 0 0 Cnpy 25w Low Pro Ceiling (1) LED Ceiling mount square canopy, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J- Box mounted. 5 LED Fxtr Integral Lamp 0 0 34 0 0 0 101 Yes Parking Lots EXT - City Hall Fire Sprinkler Room P1 Parking Garage P1 1sw-1G-Togl-CB- AL 1 0 0 0 Chain 0 4' Vapor tight City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 3 LED Fxtr Integral Lamp 0 0 38 0 0 0 103 Yes Parking Lots EXT - City Hall Gated Storage between Elevator Lobby and Stairwell P1 Parking Garage P1 0 0 0 0 4' Vapor tight + OCC City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, Medium setting w/ Hi/Lo Occ Sensor. 1 LED Fxtr Integral Lamp 0 0 29 0 0 0 104 Yes Parking Lots EXT - City Hall Gated Storage between Elevator Lobby and Stairwell P1 Parking Garage P1 1sw-1G-Togl-CB- AL 2x4 Prismatic Troffer 1 0 0 0 Surface 0 Strip Light 4' City Spec. 1 LED Fxtr Integral Lamp 0 0 32 0 0 0 105 Yes Parking Lots EXT - City Hall Mechanical Room P2 Parking Garage P2 1sw-1G-Togl-CB- AL 4FT Shop with Reflectors 4 0 0 0 Surface 0 Strip Light 4' City Spec. 6 LED Fxtr Integral Lamp 0 0 32 0 0 0 107 Yes Parking Lots EXT - City Hall Stairwells P2 Parking Garage P2 0 0 0 0 Cnpy 25w Low Pro Wall (1) LED Wall mount sconce, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J-Box mounted. 1 LED Fxtr Integral Lamp 0 0 34 0 0 0 108 Yes Parking Lots EXT - City Hall Electrical Room P2 Parking Garage P2 1sw-1G-Togl-CB- AL 2 0 0 0 Unistrut 0 Strip Light 4' City Spec. 2 LED Fxtr Integral Lamp 0 0 32 0 0 0 109 Yes Parking Lots EXT - Community Center Parking Lot Parking Lot Community Center Not Listed (see notes!) Pole SB 1 head per pole Sq Dir Arm BRZ LED-Fxtr-0-125W 26 LED LED Fxtr NONE,125 Watt 1 125 Integral Driver 26 Pole No 4368 N No Retrofit Proposed 26 N 0 0 125 0 0 0 110 Yes Parking Lots EXT - Community Center Parking Lot Parking Lot Community Center Not Listed (see notes!) Pole SB 2 head per pole Sq Dir Arm BRZ LED-Fxtr-0-250W 4 LED LED Fxtr NONE,250 Watt 1 250 Integral Driver 4 Pole No 4368 N No Retrofit Proposed 4 N 0 0 250 0 0 0 111 Yes Parking Lots EXT - Community Center SW Corner Pole Community Center Pole SB 2 head per pole Sq Dir Arm BRZ LED-Fxtr-0-125W 1 LED LED Fxtr NONE,125 Watt 1 125 Integral Driver 1 4368 N No Retrofit Proposed 1 N 0 0 125 0 0 0 112 Yes Parking Lots EXT - Liberty Park BB Club house Club House Timeclock WP Large FT MH-Med-100W-1L 1 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 1 Wall No 4368 WP Large City Spec. (1) Large LED wall pack, selectable wattage and color temperature, Type 4, 120-277v. 4000K. 1 LED Fxtr Integral Lamp 0 0 45 328 0 0 113 Yes Parking Lots EXT - Liberty Park Parking Lot Timeclock Pole FLD 1 head per pole Slpftr SLV MH-Mogul-400W-1L 3 Metal Halide Mogul Base (AKA: E39) 400 Watt,1 1 458 HID Elec 3 Pole No 4368 Area Flood 175w City Spec. 4000K, ~150w, Slpftr, Adjustable angle, Top visor 3 LED Fxtr Integral Lamp 0 0 190 3,512 0 0 114 Yes Parking Lots EXT - Liberty Park Security light on Softball field sports lighting pole Softball Field Pole Not Listed (see notes!) Pole SB 1 head per pole Rnd Dir Arm BRZ MH-Mogul-250W-1L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 1 Pole No 4368 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 1 LED Fxtr Integral Lamp 0 0 110 808 0 0 115 Yes Parking Lots EXT - Liberty Park Parking Lot Timeclock Pole Top Hat MH-Mogul-250W-4L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,4 4 1180 HID Elec 4 Pole No 4368 Deco - Post Top 3 Heads on pole. Verify Pole top adaptor available 1 LED Fxtr Integral Lamp 0 0 330 3,713 0 0 116 Yes Parking Lots EXT - Liberty Park Softball Field Pole Not Listed (see notes!) Pole SB 1 head per pole Rnd Dir Arm BRZ MH-Mogul-250W-1L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 1 Pole No 4368 Area Security 187w City Spec. (1) Security LED, 4000K, ~150w, Slpftr, Adjustable angle, PC?? 1 LED Fxtr Integral Lamp 0 0 187 472 0 0 117 Yes Parking Lots EXT - Liberty Park Parking Lot Timeclock Pole SB 1 head per pole Rnd Dir Arm SLV MH-Mogul-250W-1L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 1 Pole No 4368 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 1 LED Fxtr Integral Lamp 0 0 110 808 0 0 118 Yes Parking Lots EXT - Liberty Park Tennis Pole Sec Light Tennis Pole Not Listed (see notes!) Pole SB 1 head per pole Mast SLV MH-Mogul-250W-1L 1 Metal Halide Mogul Base (AKA: E39) 250 Watt,1 1 295 HID Elec 1 Pole No 4368 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 1 LED Fxtr Integral Lamp 0 0 110 808 0 0 120 Yes Parking Lots EXT - Liberty Park Softball Field Liberty Park Other Security Lighting on Softball Poles 4 0 0 0 0 Area Security 187w City Spec. (1) Security LED, 4000K, ~150w, Slpftr, Adjustable angle, PC?? 4 LED Fxtr Integral Lamp 0 0 187 0 0 0 121 Yes Parking Lots EXT - Liberty Park Tennis Court Liberty Park Other Security Lighting on Tennis Court Poles 3 0 0 0 0 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 3 LED Fxtr Integral Lamp 0 0 110 0 0 0 122 Yes Parking Lots EXT - Liberty Park Pathways Liberty Park Other Security Lighting Post Top or Area Type 8 0 0 0 0 Area Security 120w City Spec. (1) Security LED, 4000K, ~120w, Slpftr, Adjustable angle, PC?? 8 LED Fxtr Integral Lamp 0 0 110 0 0 0 127 Yes Parking Lots EXT - Public Works Exterior Road/Parking Timeclock Pole CB 1 head per pole Mast SLV LED-Fxtr-0-45W 5 LED LED Fxtr NONE,45 Watt 1 45 Integral Driver 5 Pole Yes 4368 N No Retrofit Proposed 5 N 0 0 45 0 0 0 128 Yes Parking Lots EXT - Public Works Exterior Road/Parking Timeclock Pole CB 2 head per pole Mast SLV LED-Fxtr-0-90W 3 LED LED Fxtr NONE,90 Watt 1 90 Integral Driver 3 Pole ? 4368 N No Retrofit Proposed 3 N 0 0 90 0 0 0 129 Yes Parking Lots EXT - Public Works Exterior Road/Parking Timeclock LED-Fxtr-0-100W 4 LED LED Fxtr NONE,100 Watt 1 100 Integral Driver 4 Pole ? 4368 N No Retrofit Proposed 4 N 0 0 100 0 0 0 130 Yes Parking Lots EXT - Senior Center Parking Lot Parking Lot Timeclock Pole SB 1 head per pole Sq Dir Arm BRZ LED-Fxtr-0-125W 7 LED LED Fxtr NONE,125 Watt 1 125 Integral Driver 7 Pole No 4368 N No Retrofit Proposed 7 N 0 0 125 0 0 0 131 Yes Parking Lots EXT - Senior Center Parking Lot Parking Lot Timeclock Pole SB 2 head per pole Sq Dir Arm BRZ LED-Fxtr-0-250W 3 LED LED Fxtr NONE,250 Watt 1 250 Integral Driver 3 Pole No 4368 N No Retrofit Proposed 3 N 0 0 250 0 0 0 Total 228 32 290 252 35,696 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 34 of 76 AG E N D A I T E M # 6 . h ) (Liberty Park) LxL McKinstry Scope Customer: City of Renton F F F F F F F Current Row Count: 349 ID In Scope Site Floor/General Area Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Ballasts per Fixture # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 113 Yes Liberty Park EXT ADD Alt - Skate Park/Parking Lot Skate Park Parking Parking Lot Timeclock Pole FLD 1 head per pole Slpftr SLV MH-Mogul-1000W-1L 1 Metal Halide Mogul Base (AKA: E39) 1 1075 HID Elec 1 1 Pole No 2000 Skate Park/Parking Lot Techline Package [See Skate Park Design files] 1 697.2 1 Connected 4380 -904 0 0 119 Yes Liberty Park EXT ADD Alt - Basketball Court/Parking Lot + Controller Basketball Court Liberty Park Timeclock Basketball Court Fixtures MH-Mogul-1000W-1L 6 Metal Halide Mogul Base (AKA: E39) 1 1075 HID Elec 1 6 Pole No 2000 Basketball Court/Parking Lot + Controller Techline Package [See Basketball Court Design files] 6 697.2 1 Synapse HUB 2793 1,215 0 0 123 Yes Liberty Park EXT ADD Alt - Skate Park/Parking Lot Skate Park Liberty Park Timeclock Pole FLD-2 head per pole-Trunnion-SLV MH-Mogul-1000W-1L 4 Metal Halide Mogul Base (AKA: E39) 1 1075 HID Elec 1 4 Pole No 2000 Skate Park Techline Package [See Skate Park Design files] 4 697.2 1 Connected 2000 3,022 0 0 126 Yes Liberty Park EXT ADD Alt - Tennis Court Tennis Court Liberty Park N/A see notes Pole FLD-4 head per pole-Trunnion-SLV MH-Mogul-1000W-1L 16 Metal Halide Mogul Base (AKA: E39) 1 1075 HID Elec 1 16 Pole No 800 Tennis Court Techline Package [See Tennis Court Design files] 12 559.9 1 Connected 800 8,385 0 0 Total 27 4 27 23 4 11,719 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 35 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48702 09.01-HMA: LED Lighting and Occupancy Controls Henry Moses Aquatic Center GENERAL Existing: Interior lighting is mostly 32-watt T8 linear fluorescent lamped fixtures. There are some areas that have been upgraded to LED already. Proposed: Retrofit the fluorescent lamped fixtures to LED. Provide room level occupancy controls in select areas.This facility has to meet Department of Health standards for light levels. Benefits: Reduced maintenance. Energy savings. Improved controls. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of new LED lamps throughout. 2) The men's locker plumbing chase to receive a new LED fixture, matching the womans plumbing chase. 3) Fixtures to be left alone (No Retrofit) are the locations that are existing LED. B. Controls retrofits 1) Select locations to receive a new occupancy sensor switch. Family rooms, First Aid and Storage rm. 2) Chlorine storage to receive a new exterior WET rated switch. 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 36 of 76 AGENDA ITEM #6. h) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 37 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48712 09.01-PWS: LED Lighting and Controls Renton City Shops A-B-C-D-F GENERAL Existing: This FIM includes the Interior and Exterior building-mounted fixtures and site lighting. Interior: the lighting system consists mostly of 32W T8 linear fluorescent lamped fixtures, with a few T5, and compact fluorescent. The high bay fixtures are lamped with high wattage High Pressure Sodium (HPS). There are also a large variety of fixtures that have already been upgraded to LED. Exterior: the lighting system has already been upgraded with LED sources throughout. Proposed: Retrofit the interior and exterior lighting systems to LED or TLED or compact retrofit lamps. Provide remote lighting controls in select spaces. Benefits: Provides remote controls. Improved lighting for occupants. Maintenance and energy savings.. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of a mix of new replacement fixtures, retro fit kits and re-lamping the remaining fixtures. 2) Fixtures to be replaced include highbays, vaportites, and select wraps in staircases. (i) Linear highbay and wraps fixtures include onboard occupancy sensors. 3) All remaining fixtures to be upgraded to receive new LED lamp replacements. 4) Fixtures to be left alone (No Retrofit) are the locations that are existing LED. (i) All Exterior fixtures are LED. B. Controls retrofits 1) Exterior controls to be added for remote operation and timeclock programming. 2) Select interior spaces to receive new occupancy wall switch. (i) Janitor (ii) Lockers (iii) Select storage rooms (iv) Evidence rm. (v) Select office (vi) Gym 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 38 of 76 AGENDA ITEM #6. h) 09.01-PWS: LED Lighting and Controls (City Shops) LxL McKinstry Scope Customer: City of Renton Current Row Count: 347 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Control Savings Factor Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 146 Yes Public Works Shop INT 2nd Floor Stairs 202 Building B 1sw 1G SS Strip SM 4ft F-T8-F32-28W-48"- NLO-1L 1 Linear Fluorescent T8 4FT-28w Normal 1 26 Elec 1 Surface No 8760 T8 4' 1L Type B (1) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 10 0% 8760 140 -1 0 147 Yes Public Works Shop INT 2nd Floor Storage 201- All of the space Building B 1sw 1G SS Strip Pndt 4ft F-T8-F32-28W-48"- NLO-1L 28 Linear Fluorescent T8 4FT-28w Normal 1 26 Elec 28 Chain No 520 T8 4' 1L Type B (1) 4' LED T8, Type B, double ended, color selectable, 3500K. 28 10 0% 520 233 -2 0 148 Yes Public Works Shop INT 2nd Floor IT Room Building B 1sw 1G SS Strip Pndt 4ft LED-Lamp-15W-2L 2 LED LED Lamp (Non Linear Tube) 15 Watt,2 2 30 Integral Driver 4 Surf No 522 N No Retrofit Proposed 2 30 0% 522 0 0 0 149 Yes Public Works Shop INT 1st Floor Electric shop 103 Building B 1sw 1G SS Indstrl Pndt 4ft F-T8-F32-25W-48"- NLO-2L 27 Linear Fluorescent T8 4FT-25w Normal 2 43 Elec 54 Chain No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 27 20 0% 3863 2,399 -24 0 150 Yes Public Works Shop INT 1st Floor Electric shop/Screen 104 Building B 1sw 1G SS Strip Pndt 4ft F-T8-F32-25W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-25w Normal 2 43 Elec 4 Chain No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 0% 3863 178 -2 0 151 Yes Public Works Shop INT 1st Floor Office 102 Building B 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 1908 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 0% 1908 149 -2 0 152 Yes Public Works Shop INT 1st Floor Toilet 101 Building B 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Recessed No 522 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 522 20 0 0 153 Yes Public Works Shop INT 1st Floor File 100 Building B 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Recessed No 1908 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 1908 74 -1 0 154 Yes Public Works Shop INT 1st Floor Eric Cutshall Building B 1sw 1G BL Trfr Rec 2x2 LED-Fxtr-0-30W 4 LED LED Fxtr NONE,30 Watt 1 30 Integral Driver 4 Recessed Yes 1908 N No Retrofit Proposed 4 30 0% 1908 0 0 0 155 Yes Public Works Shop INT 1st Floor Install 105 Sign Building B 1sw 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 5 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 20 Chain Yes 1827 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 5 96 0% 1827 1,315 -13 0 156 Yes Public Works Shop INT 1st Floor Install 105 Sign East Building B 2sw Zone 2G SS Wrap Pndt 4ft LED-Fxtr-0-25W 17 LED LED Fxtr NONE,25 Watt 1 25 Integral Driver 17 Chain Yes 1827 N No Retrofit Proposed 17 25 0% 1827 0 0 0 157 Yes Public Works Shop INT 1st Floor Install 105 Sign East Building B 1sw 1G AL Trfr Rec 2x2 LED-Fxtr-0-30W 2 LED LED Fxtr NONE,30 Watt 1 30 Integral Driver 2 Recessed Yes 1908 N No Retrofit Proposed 2 30 0% 1908 0 0 0 158 Yes Public Works Shop INT 1st Floor Install 105 Sign East Building B 1sw (3 way) 1G AL Trfr Rec 2x2 LED-Fxtr-0-30W 2 LED LED Fxtr NONE,30 Watt 1 30 Integral Driver 2 Recessed Yes 2316 N No Retrofit Proposed 2 30 0% 2316 0 0 0 159 Yes Public Works Shop INT 1st Floor Recp 108 A1 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 4 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 12 Recessed No 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 4 30 1 N 35% 2511 1,074 -11 0 160 Yes Public Works Shop INT 1st Floor Room 111 A1 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 16 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 48 Recessed No 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 16 30 1 N 35% 2511 4,296 -44 0 161 Yes Public Works Shop INT 1st Floor Survey 106 A1 1sw (3 way) 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 6 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 18 Recessed Yes 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 30 1 N 35% 2511 1,611 -16 0 162 Yes Public Works Shop INT 1st Floor Closet 109 A1 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 20 0% 520 41 0 0 163 Yes Public Works Shop INT 1st Floor Streets 110 A1 1sw (3 way) 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 4 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 12 Recessed Yes 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 4 30 1 N 35% 2511 1,074 -11 0 164 Yes Public Works Shop INT 1st Floor Water Meter Tech 112 A1 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 2 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 6 Recessed No 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 30 1 N 35% 2511 537 -5 0 165 Yes Public Works Shop INT 1st Floor Waste & Surface 112A A1 1sw (3 way) 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 6 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 18 Recessed Yes 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 30 1 N 35% 2511 1,611 -16 0 166 Yes Public Works Shop INT 1st Floor Janitor 115 A1 1sw 1G SS Indstrl SM 4ft F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Surface No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 1 20 0% 522 20 0 0 167 Yes Public Works Shop INT 1st Floor Dir. Mike 120 A1 1sw 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 6 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 18 Recessed Yes 1908 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 30 1 N 35% 1240 796 -8 0 168 Yes Public Works Shop INT 1st Floor Water Quality Techs (114) A1 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 9 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 27 Recessed Yes 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 9 30 1 N 35% 2511 2,416 -25 0 169 Yes Public Works Shop INT 1st Floor Elec 121 A1 1sw 1G SS Indstrl SM 4ft F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Surfaced No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 3 20 0% 522 61 -1 0 170 Yes Public Works Shop INT 1st Floor Corr 116 A1 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 0% 3863 301 -3 0 171 Yes Public Works Shop INT 1st Conf A1 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-4L 20 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 80 Recessed No 2088 T8 4' 4L Type B (4) 4' LED T8, Type B, double ended, color selectable, 3500K. 20 40 1 N 35% 1357 3,591 -37 0 172 Yes Public Works Shop INT 1st Conf A1 1 Dimr Zone 2G SS Can Round 6" LED-Lamp-12W-1L 6 LED LED Lamp (Non Linear Tube) 12 Watt,1 1 12 Integral Driver 6 Recessed No 2088 N No Retrofit Proposed 6 12 0% 2088 0 0 0 173 Yes Public Works Shop INT 1st Corr 117 A1 1sw (3 way) 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 1 N 35% 2511 355 -4 0 174 Yes Public Works Shop INT 1st Corr 118 A1 1sw (3 way) 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 1 N 35% 2511 355 -4 0 175 Yes Public Works Shop INT 1st Storage 122 A1 no access 0 0 0 520 N No Retrofit Proposed 0 0 0% 520 0 0 0 176 Yes Public Works Shop INT 1st Storage 124 A2 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-4L 2 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 8 Recessed No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 40 1 N 35% 338 89 -1 0 177 Yes Public Works Shop INT 1st Microfilm storage 123 A2 1sw 1G SS Can Round 10" HPS-Med-70W-1L 4 High Pressure Sodium Medium Base (AKA: 1 95 HID Mag 4 Recessed No 520 A-Lamp 24w 4K (2) LED A-21, enclosed rated, 120-277v, 4000K. 4 24 1 WSOC - Dual Tec 35% 338 165 -2 0 178 Yes Public Works Shop INT 1st Lunch room 135 A2 2sw Zone 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 12 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 36 Recessed No 1963 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 12 30 0% 1963 1,390 -14 0 179 Yes Public Works Shop INT 1st Lunch room 135 A2 Not Listed (see notes!) Strip SM 4ft F-T12-F34-34W-48"- EB-1L 1 Linear Fluorescent T12 4FT-34W 1 32 Elec 1 surface No 1963 T8 4' 1L Type B (1) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 10 0% 1963 43 0 0 180 Yes Public Works Shop INT 1st Corr 136 A2 1sw (3 way) 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 3 20 0% 3863 452 -5 0 181 Yes Public Works Shop INT 1st Womans Lockers A2 1sw 1G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 1 32 1 WSOC - Dual Tec 35% 2511 148 -2 0 182 Yes Public Works Shop INT 1st Womans Lockers A2 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 3 20 0% 3863 452 -5 0 183 Yes Public Works Shop INT 1st Womans Lockers A2 1sw 2G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 2 32 1 WSOC 35% 2511 295 -3 0 184 Yes Public Works Shop INT 1st Womans Lockers A2 1sw 2G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 4 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 8 Surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 4 32 0% 3863 417 -4 0 185 Yes Public Works Shop INT 1st Mens Lockers A2 1sw 1G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 2 32 0% 3863 209 -2 0 186 Yes Public Works Shop INT 1st Mens Lockers A2 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 6 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 12 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 20 0% 3863 904 -9 0 187 Yes Public Works Shop INT 1st Mens Lockers A2 1sw 1G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 5 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 10 surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 5 32 0% 3863 522 -5 0 188 Yes Public Works Shop INT 1st Mens Lockers A2 1sw 2G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 6 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 12 surface No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 6 32 0% 3863 626 -6 0 189 Yes Public Works Shop INT 1st Janitor A2 1sw 1G SS Strip SM 4ft F-T8-F32-32W-48"- NLO-1L 1 Linear Fluorescent T8 4FT-32W (Most 1 32 Elec 1 Surface No 522 T8 4' 1L Type B 4K (1) 4' LED T8, Type B, double ended, color selectable, 4000K. 1 10 1 WSOC 35% 339 13 0 0 190 Yes Public Works Shop INT 1st Mech/Elec 139 A2 1sw 1G SS Indstrl SM 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Surface No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 20 0% 522 41 0 0 191 Yes Public Works Shop INT 1st Evidence 138 A2 1sw 1G SS Trfr Rec 2x4 LED-Fxtr-0-50W 12 LED LED Fxtr NONE,50 Watt 1 50 Integral Driver 12 Recessed No 520 N No Retrofit Proposed 12 50 1 WSOC 35% 338 109 -1 0 192 Yes Public Works Shop INT 1st Corridor A2 1sw (3 way) 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 4 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 12 Recessed No 3863 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 4 30 0% 3863 912 -9 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 39 of 76 AG E N D A I T E M # 6 . h ) 09.01-PWS: LED Lighting and Controls (City Shops) LxL McKinstry Scope Customer: City of Renton ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Control Savings Factor Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) Existing Proposed 193 Yes Public Works Shop INT 1st Meter Storage 140 A2 1sw 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 3 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 12 Suspended No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 3 40 0% 520 112 -1 0 194 Yes Public Works Shop INT 1st Maint Buyer Office (Meter Room 141) A2 1sw 1G AL Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 4 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 12 Recessed Yes 1908 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 4 30 0% 1908 450 -5 0 195 Yes Public Works Shop INT 1st Corr A2 1sw (3 way) 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 20 0% 3863 301 -3 0 196 Yes Public Works Shop INT 1st PO 142A? A2 1sw 1G AL Box 2x4 F-T8-F32-32W-48"- NLO-4L 2 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 8 Surface Yes 1908 T8 4' 4L Type B (4) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 40 0% 1908 275 -3 0 197 Yes Public Works Shop INT 1st Parts Storage 142 lower A2 1sw 1G SS Indstrl SM 4ft F-T8-F32-25W-48"- NLO-2L 15 Linear Fluorescent T8 4FT-25w Normal 2 43 Elec 30 surface No 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 15 20 0% 520 179 -2 0 198 Yes Public Works Shop INT 2nd Parts Storage 142 upper A2 1sw (3 way) 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 4 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 16 Suspended No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 4 40 0% 520 150 -2 0 199 Yes Public Works Shop INT 1st Parts Storage 142 upper A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 3 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 12 Chain Yes 520 Highbay (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 3 137 0% 520 161 -2 0 200 Yes Public Works Shop INT 1st Open Shop 143, used to be welding A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 5 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 20 Chain Yes 3863 Highbay (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 5 137 0% 3863 1,989 -20 0 201 Yes Public Works Shop INT 1st Chemical mixing/Storage A2 1sw 1G SS Box 2x4 F-T8-F32-32W-48"- NLO-4L 2 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 8 surface No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 40 0% 520 75 -1 0 202 Yes Public Works Shop INT 1st Eductor Truck Storage A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 4 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 16 Chain Yes 520 Highbay (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 4 137 0% 520 214 -2 0 203 Yes Public Works Shop INT 1st Lower Space A2 1sw 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 6 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 24 Chain No 3863 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 6 40 0% 3863 1,669 -17 0 204 Yes Public Works Shop INT 2nd Upper Storage A2 1sw (3 way) 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 4 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 16 Suspended No 520 T8 4' 4L Type B 4K (4) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 4 40 0% 520 150 -2 0 205 Yes Public Works Shop INT 1st Lower Space A2 1sw 1G SS Indstrl Pndt 8ft F-T8-F32-32W-48"- NLO-4L 3 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 12 Chain No 3863 Highbay Low (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 3 105 0% 3863 81 -1 0 206 Yes Public Works Shop INT 2nd Upper Storage A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 2 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 8 Chain Yes 520 Highbay Low (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 2 105 0% 520 140 -1 0 207 Yes Public Works Shop INT 2nd Upper Storage A2 1sw 1G SS Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-2L 4 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 8 Chain No 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 4 20 0% 520 81 -1 0 208 Yes Public Works Shop INT 2nd Bay A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 3 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 12 Chain Yes 1827 Highbay (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 3 137 0% 1827 565 -6 0 209 Yes Public Works Shop INT 1st Lower Space A2 1sw 1G SS Wall Bkt 4ft F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Wall No 3863 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 3 20 0% 3863 452 -5 0 210 Yes Public Works Shop INT 1st Main Bay A2 1sw (3 way) 1G SS Highbay Rctngl Chain LED-Fxtr-0-75W 6 LED LED Fxtr NONE,75 Watt 1 75 Integral Driver 6 Chain No 1827 Highbay Low (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 6 105 0% 1827 -329 3 0 211 Yes Public Works Shop INT 1st Shop A2 1sw (3 way) 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 2 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 8 Chain No 1827 Highbay Low (onboard occ) City Spec. (1) LED Linear Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. Wire Cage, Bi-level Occ. 2 105 0% 1827 493 -5 0 212 Yes Public Works Shop INT 1st Storage A2 1sw (3 way) 1G AL Box 2x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Surface Yes 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 20 0% 520 41 0 0 213 Yes Public Works Shop INT 1st Spray booth A2 1sw 1G SS Expl Jelly Jar CFL-4P-V-32W-1L 4 Compact Fluorescent 4 Pin Vertical 32 1 35 Elec CFL 4 Surface No 520 CFL 9w Omni 4-Pin 4K (1) Pin-based LED, 26w eq., omni-directional, enclosed rated, 120- 277v, 4000K 4 9 0% 520 54 -1 0 214 Yes Public Works Shop INT 1st Stairs Building C 1sw 1G SS Wrap SM 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Wall No 8760 Wrap Curved 4'_Occ (1) Curved wrap, 4', selectable wattage and color temperature, 120- 277v., Occ sensor, 0-10v dimmable, 3500K, low setting. 2 25 0% 8760 596 -6 0 215 Yes Public Works Shop INT 2nd GYM Building C 1sw 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-2L 18 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 36 Recessed No 3863 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 18 20 1 WSOC - Dual Tec 35% 2511 3,199 -33 0 216 Yes Public Works Shop INT 2nd GYM Building C 2sw Zone 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Recessed No 3863 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 2 20 0% 3863 301 -3 0 217 Yes Public Works Shop INT 2nd Mech/Storage Building C Not Listed (see notes!) Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-2L 8 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 16 Chain No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 8 20 0% 522 163 -2 0 218 Yes Public Works Shop INT 2nd Mech 2 Building C Not Listed (see notes!) Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-2L 8 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 16 Chain No 522 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 8 20 0% 522 163 -2 0 219 Yes Public Works Shop INT 1st Main Repair Shop Building C 1sw (3 way) 1G SS Highbay Rctngl SM LED-Fxtr-0-70W 64 LED LED Fxtr NONE,70 Watt 1 70 Integral Driver 64 Chain No 1827 N No Retrofit Proposed 64 70 0% 1827 0 0 0 220 Yes Public Works Shop INT 1st Office Building C 1sw 1G SS Strip SM 4ft LED-Fxtr-0-25W 2 LED LED Fxtr NONE,25 Watt 1 25 Integral Driver 2 surface No 1908 N No Retrofit Proposed 2 25 1 WSOC 35% 1240 33 0 0 221 Yes Public Works Shop INT 1st Corr Building C 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 3 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 6 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 3 20 0% 3863 452 -5 0 222 Yes Public Works Shop INT 1st RR Building C 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 3863 151 -2 0 223 Yes Public Works Shop INT 1st RR Building C 1sw 1G SS Trfr Rec 1x4 F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Recessed No 3863 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 3863 151 -2 0 224 Yes Public Works Shop INT 1st Lunchroom Building C 2sw Zone 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-4L 6 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 24 Recessed No 1963 T8 4' 4L Type B (4) 4' LED T8, Type B, double ended, color selectable, 3500K. 6 40 0% 1963 848 -9 0 225 Yes Public Works Shop INT 1st Parts Storage Building C 1sw 1G SS Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-2L 28 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 56 Chain No 520 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 28 20 0% 520 568 -6 0 226 Yes Public Works Shop INT 1st Corr Building C 1sw 1G SS Vapor 4ft F-T8-F32-32W-48"- NLO-2L 2 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 4 Chain No 3863 4' Vapor tight LO City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 3500K, low setting. 2 32 0% 3863 209 -2 0 227 Yes Public Works Shop INT 1st Office Building C 2sw Zone 2G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-4L 2 Linear Fluorescent T8 4FT-32W (Most 4 112 Elec 8 Recessed No 1908 T8 4' 4L Type B (4) 4' LED T8, Type B, double ended, color selectable, 3500K. 2 40 0% 1908 275 -3 0 228 Yes Public Works Shop INT 1st Office Building C 1sw 1G SS Trfr Rec 2x4 F-T8-F32-32W-48"- NLO-3L 5 Linear Fluorescent T8 4FT-32W (Most 3 89 Elec 15 Recessed No 1908 T8 4' 3L Type B (3) 4' LED T8, Type B, double ended, color selectable, 3500K. 5 30 0% 1908 563 -6 0 229 Yes Public Works Shop INT 1st Storage Building C 1sw 1G SS Indstrl Pndt 4ft F-T8-F32-32W-48"- NLO-1L 9 Linear Fluorescent T8 4FT-32W (Most 1 32 Elec 9 chain No 520 T8 4' 1L Type B (1) 4' LED T8, Type B, double ended, color selectable, 3500K. 9 10 0% 520 103 -1 0 230 Yes Public Works Shop INT 1st South Side Land. Maint Building D Not Listed (see notes!) Lowbay Rnd Pndt LED-Fxtr-0-60W 12 LED LED Fxtr NONE,60 Watt 1 60 Integral Driver 12 surface No 520 N No Retrofit Proposed 12 60 0% 520 0 0 0 231 Yes Public Works Shop INT 1st North Side Storage Building D 1sw 1G SS Highbay Rctngl Pndt HPS-Mogul-1000W-1L 2 High Pressure Sodium Mogul Base (AKA: E39) 1 1100 HID Mag 2 Surface pendant No 520 High-Bay Round City Spec. (1) Round LED Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 2 150 0% 520 988 -10 0 232 Yes Public Works Shop INT 1st North Side Storage Building D 1sw 1G SS Wrap SM 4ft LED-Fxtr-0-25W 10 LED LED Fxtr NONE,25 Watt 1 25 Integral Driver 10 Wall No 520 N No Retrofit Proposed 10 25 1 WSOC - Dual Tec 35% 338 46 0 0 233 Yes Public Works Shop INT 1st North Side Main Bay Building D 1sw 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 4 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 16 Chain No 1827 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 4 96 0% 1827 1,052 -11 0 234 Yes Public Works Shop INT 1st North Side Lower Space Building D 1sw 1G SS Highbay Rctngl Pndt F-T5-45.8"-54W-4L 6 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 24 Surface No 3863 T5 HO 2L Type B 4K (2) 4' LED T5 HO, Type B, double ended, enclosed rated, 3400+ lumnes, 4000K. 6 48 0% 3863 4,450 -45 0 235 Yes Public Works Shop INT 1st North Side Lower Space Building D 2sw Zone 2G SS Wall Bkt 4ft F-T8-F32-32W-48"- NLO-2L 8 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 16 Wall No 3863 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 8 20 0% 3863 1,205 -12 0 236 Yes Public Works Shop INT 1st North Side Mezzanine Building D 1sw 1G SS Highbay Rctngl Pndt F-T5-45.8"-54W-4L 4 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 16 Surface No 520 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 4 96 0% 520 300 -3 0 237 Yes Public Works Shop INT 1st North Side Bay Building D 1sw 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 2 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 8 Chain No 1827 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 2 96 0% 1827 526 -5 0 238 Yes Public Works Shop INT 1st North Side Bay Building D 1sw 1G SS Highbay Rctngl Chain F-T5-45.8"-54W-4L 2 Linear Fluorescent T5 4FT Nominal 54 4 240 Elec 8 Chain No 1827 T5 HO 4L Type B 4K (4) 4' LED T5 HO, Type B, double ended, enclosed rated, 4000K. 2 96 0% 1827 526 -5 0 239 Yes Public Works Shop INT 1st North Side Toilet Building D 1sw (3 way) 1G AL Wall Bkt 4ft F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Wall Yes 522 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, color selectable, 3500K. 1 20 0% 522 20 0 0 240 Yes Public Works Shop INT 1st North Side Mech Bay Building D 1sw 2G SS Indstrl SM 4ft F-T8-F32-32W-48"- NLO-2L 5 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 10 Wall No 2000 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 5 20 0% 2000 390 -4 0 CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 40 of 76 AG E N D A I T E M # 6 . h ) 09.01-PWS: LED Lighting and Controls (City Shops) LxL McKinstry Scope Customer: City of Renton ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Control Savings Factor Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) Existing Proposed 241 Yes Public Works Shop INT 1st North Side Mech Bay Building D 1sw 2G SS Highbay Rnd Pndt HPS-Mogul-1000W-1L 4 High Pressure Sodium Mogul Base (AKA: E39) 1 1100 HID Mag 4 Surface Pendant No 2000 High-Bay Round City Spec. (1) Round LED Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 4 150 0% 2000 7,600 -78 0 242 Yes Public Works Shop INT 1st North Side Mech Bay Building D 1sw 2G SS Highbay Rnd Pndt LED-Fxtr-0-75W 1 LED LED Fxtr NONE,75 Watt 1 75 Integral Driver 1 Surface Pendant No 2000 N No Retrofit Proposed 1 75 0% 2000 0 0 0 243 Yes Public Works Shop INT 1st Entire Space Building E 1sw 1G AL Lowbay Rnd Pndt LED-Fxtr-0-60W 36 LED LED Fxtr NONE,60 Watt 1 60 Integral Driver 36 surface Yes 1827 N No Retrofit Proposed 36 60 0% 1827 0 0 0 244 Yes Public Works Shop INT 1st Oil Storage Building C 1sw 1G SS Strip SM 4ft F-T8-F32-32W-48"- NLO-2L 8 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 16 Wall and suspended No 4368 T8 4' 2L Type B 4K (2) 4' LED T8, Type B, double ended, enclosed rated, 4000K. 8 20 0% 4368 1,363 -14 0 245 Yes Public Works Shop INT Building Wide Various Public Works 0 0 0 0 N No Retrofit Proposed 0 0 N 0% 0 0 0 0 246 Yes Public Works Shop INT ADD Alt Open Bays Building F 2sw-1G-Togl (3way)-CB-AL Lowbay Rnd Pndt LED-Fxtr-0-60W 13 LED LED Fxtr NONE,60 Watt 1 60 Integral Driver 13 Pendant No 3863 High-Bay Round City Spec. (1) Round LED Highbay, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 13 150 0% 3863 -4,520 46 0 247 Yes Public Works Shop INT ADD Alt Work Bench Building F 1sw 1G SS Indstrl-SM-8ft F-T12-F96-96"-1Pin- EB-2L 1 Linear Fluorescent T12 8FT-Single Pin 2 134 Elec 2 Unistrut No 1827 Strip Light 8FT (1) 8' LED strip light, mulitple mounting options, selectable wattage. 1 50 0% 1827 153 -2 0 Total 618 235 1265 618 20 58,611 -598 0 CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 41 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48703 09.02-HMA: Upgrade Exterior Lighting to LED Henry Moses Aquatic Center GENERAL Existing: Exterior lighting is a mix of higher wattage HID fixtures, T5 and compact fluorescent. There are a few fixtures that have been upgraded to LED. Proposed: Replace and retrofit fixtures with LED lamps. Existing controls will remain as-is. The lighting serving the pool and the pool deck will need to meet Department of Health lighting standards. Benefits: Improved safety, reduced maintenance, and energy savings. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of a mix of new replacement fixtures, retro fit kits and re-lamping the remaining fixtures. 2) Fixtures to be replaced include the pool ground floods and canopy mounted. 3) Fixtures to receive a full retrofit kit include in-pool lighting when the pool project is underway, and the water is drained. 4) Locations to receive a new LED lamp are top of the stairs, linear wall washers and the small wall packs. 5) New fixture to be added at top of stairs at the slides for improved stair illumination. 6) Fixtures to be left alone (No Retrofit) are the locations that are existing LED. (i) The underwater pool lighting was removed from scope. B. Controls retrofits 1) No modifications to controls in this scope. 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 42 of 76 AGENDA ITEM #6. h) 09.02-HMA: Upgrade Exterior Lighting to LED (HMAC) LxL McKinstry Scope Customer: City of Renton Current Row Count: 347 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Lamp Type # of Lamps per Fixture # of Drivers per Fixture Watts per Fixture kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 1 Yes Aquatic Center EXT Exterior Top Deck Slides Top Deck Slides Timeclock Strip Pndt 4ft F-T5-45.8"-54W-1L 3 Linear Fluorescent T5 4FT Nominal 54 1 62 Elec 3 No 4368 T5 HO 1L Type B 4K (1) 4' LED T5 HO, Type B, double ended, enclosed rated, 3300+ lumnes, 4000K. 3 Direct Wire LED Tube 1 0 24 498 0 0 2 Yes Aquatic Center EXT Exterior Exterior Rectangle & Gates Timeclock WP Small FCO CFL-4P-H-13W-2L 18 Compact Fluorescent 4 Pin Horizontal 13 2 30 Elec CFL 36 Wall No 4368 CFL 2x6w H 2-Pin 4K (1) Pin-based LED 13w eq., enclosed rated, 120-277v, 4000K. 5.2" MOL 18 LED Pin Based Lamp 2 0 12 1,415 0 0 3 Yes Aquatic Center EXT Exterior Wall Washers Rectangle Timeclock Strip Pndt 4ft F-T5-45.8"-54W-1L 9 Linear Fluorescent T5 4FT Nominal 54 1 62 Elec 9 Suspended No 4368 T5 HO 4' 1L Type C 4K (1) 4' LED T5 HO, Type C, selectable wattage driver, enclosed rated, 4000K. 9 Type C LED Linear 1 1 25 1,455 0 0 4 Yes Aquatic Center EXT Exterior Seating and Walkup window Office Building Timeclock CPY Rnd Low Profile Large MH-Med-100W-1L 6 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 6 Surface No 4368 Cnpy 25w Low Pro_Lrg Round Deco City Spec. (1) LED Canopy, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 17.5+" Dia. 6 LED Fxtr Integral Lamp 0 0 27 2,437 0 0 5 Yes Aquatic Center EXT Exterior East Wall Rectangle Timeclock WP Small FT LED-Fxtr-0-25W 3 LED LED Fxtr NONE,25 Watt 1 25 Integral Driver 3 Wall No 4368 N No Retrofit Proposed 3 N 0 0 25 0 0 0 6 Yes Aquatic Center EXT Exterior Covered Walk Front Side Walk Timeclock Cyldr 8" MH-Med-100W-1L 5 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 5 J-box No 4368 Cnpy 25w Low Pro Wall (1) LED Wall mount sconce, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J-Box mounted. 5 LED Fxtr Integral Lamp 0 0 34 1,878 0 0 7 Yes Aquatic Center EXT Exterior Covered Walk Front Side Walk Timeclock WP Small FCO LED-Fxtr-0-20W 1 LED LED Fxtr NONE,20 Watt 1 20 Integral Driver 1 J-box No 4368 Cnpy 25w Low Pro Wall (1) LED Wall mount sconce, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J-Box mounted. 1 LED Fxtr Integral Lamp 0 0 34 -61 0 0 8 Yes Aquatic Center EXT Exterior Front Wall Washers Office Building Timeclock Strip Pndt 8ft F-T5-45.8"-54W-2L 3 Linear Fluorescent T5 4FT Nominal 54 2 118 Elec 6 Suspended No 4368 T5 HO 4' 2L Type C 4K (2) 4' LED T5 HO, Type C, selectable wattage driver, enclosed rated, 4000K. 3 Type C LED Linear 2 1 25 1,219 0 0 9 Yes Aquatic Center EXT Exterior In Water Lights Lap Pool Timeclock HAL-SI-MR16-100W- 1L 6 Halogen Incandescent Screw-In MR16- 1 100 No Ballast 6 Wall Recessed No 4368 N No Retrofit Proposed 6 N 0 0 100 0 0 0 10 Yes Aquatic Center EXT Exterior Main Pool Main Pool Timeclock HAL-SI-MR16-100W- 1L 11 Halogen Incandescent Screw-In MR16- 1 100 No Ballast 11 Wall Recessed No 4368 N No Retrofit Proposed 11 N 0 0 100 0 0 0 11 Yes Aquatic Center EXT Exterior Grounds Inside Fenced Area Timeclock Pole FLD 2 head per pole Slpftr BLK MH-Mogul-750W-2L 6 Metal Halide Mogul Base (AKA: E39) 750 Watt,2 2 1700 HID Elec 12 Pole No 4368 Flood- 2L Pool Grounds with Bracket Qty (2) ZNF-75L-WF-[VOLTAGE]-50-BLK-NM, with GLARE SHIELD VISOR - 831029, with TENON TOP ADAPTER / SLIP FITTER (SPECIFY NO MOUNTING) - 831030, with 831031 35 EXTENSION CORD 7 LED Fxtr Integral Lamp 0 0 938 15,873 0 0 12 Yes Aquatic Center EXT Exterior Grounds Inside Fenced Area Timeclock Pole FLD 3 head per pole Slpftr BLK MH-Mogul-750W-3L 2 Metal Halide Mogul Base (AKA: E39) 750 Watt,3 3 2550 HID Elec 6 Pole No 4368 Flood- 3L Pool Grounds with Bracket Qty (3) ZNF-75L-WF-[VOLTAGE]-50-BLK-NM, with GLARE SHIELD VISOR - 831029, with TENON TOP ADAPTER / SLIP FITTER (SPECIFY NO MOUNTING) - 831030, with 831031 35 EXTENSION CORD 1 LED Fxtr Integral Lamp 0 0 1407 16,131 0 0 13 Yes Aquatic Center EXT Exterior Grounds Inside Fenced Area Timeclock Pole FLD 4 head per pole Slpftr BLK MH-Mogul-750W-4L 2 Metal Halide Mogul Base (AKA: E39) 750 Watt,4 4 3400 HID Elec 8 Pole No 4368 Flood- 4L Pool Grounds with Bracket Qty (4) ZNF-75L-WF-[VOLTAGE]-50-BLK-NM, with GLARE SHIELD VISOR - 831029, with TENON TOP ADAPTER / SLIP FITTER (SPECIFY NO MOUNTING) - 831030, with 831031 35 EXTENSION CORD 2 LED Fxtr Integral Lamp 0 0 1876 13,314 0 0 14 Yes Aquatic Center EXT Exterior Base of Steps to Slides Inside Fenced Area Timeclock Pole FLD 3 head per pole 1/2" Rod BLK MH70 T6-120 1 0 0 0 Pole No 4368 Flood- 3L Pool Stairs [LED version of existing BEGA] 1 LED Fxtr Integral Lamp 0 0 750 -3,276 0 0 15 Yes Aquatic Center EXT Slides Aquatic Center 0 0 0 0 Flood - Yoke (1) LED Flood, selectable wattage and color temperature, 120-277v., 0- 10v dimmable, photocell, 4000K, low setting. (~25w)3 LED Fxtr Integral Lamp 0 0 25 0 0 0 Total 76 21 112 79 50,883 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 43 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 38403 09.01-RCH: Upgrade Exterior Lighting to LED Renton City Hall GENERAL Existing: Building-mounted and site lighting for the City Hall is a mix of 70- to 150-watt high intensity discharge (HID) lamps with magnetic ballasts. Proposed: Retrofit the existing light fixtures with LED lamps. Added scope for safety includes move wall packs up for chain link parking area, add bollards, police parking stalls flood light, east exit walkway, elevator sconces (PLLs), generator fuel tank, and entry way sign. Benefits: Improved lighting. Improved safety. Energy savings. Utility rebates. Reduced maintenance. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of a mix of new replacement fixtures, retrofit kits, and re-lamping the remaining fixtures with LED light sourced equipment. 2) The Dot Maps offer a visual aid of the affected scope to accompany the detailed line-item take-off sheet. 3) Fixtures to be replaced primarily consist of pedestrian post top globe fixtures, building-mounted fixtures, and floodlights. 4) Fixtures to receive a full retrofit kit include the recessed downlights mounted in the Plaza level building soffits. 5) LED lamp replacements for the post top globes, step lights in the NW stairwell, and serving the Building Sign over the main West Entrance. 6) New lighting will be added to the pathway between the East Entrance and the Parking Lot, the Fuel Tank area on the north end of the building, and qty (4) new bollards to existing concrete pad locations. 7) Fixtures to be left alone (No Retrofit) are the locations that are existing LED or otherwise explicitly removed from scope in collaboration with the City. B. Controls retrofits 1) Replacing exterior lighting switch or timeclock control with new wireless power pack to update control located in the P1 Level Garage Electrical Room. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials, and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 44 of 76 AGENDA ITEM #6. h) 09.02-RCH: Upgrade Exterior Lighting to LED (City Hall) - 1 of 2 LxL McKinstry Scope Customer: City of Renton Current Row Count: 347 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Watts per Fixture # of Controls Controls Type Control Savings Factor Operating Hours kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 53 Yes City Hall EXT NW Stairs to Parking Exterior Stairs Property Not Listed (see notes!) HPS-Mogul-70W-1L 4 High Pressure Sodium Mogul Base (AKA: E39) 1 95 HID Mag 4 Recessed No 4368 A-Lamp 25w 4K MOG. (2) LED A-21 mogal base, enclosed rated, 120-277v, 4000K. 4 25 0% 4368 1,223 0 0 54 Yes City Hall EXT NW Stairs to Parking Exterior Stairs Property Not Listed (see notes!) CPY Sq Large HPS-Med-150W-1L 2 High Pressure Sodium Medium Base (AKA: 1 188 HID Mag 2 Surface No 4368 Cnpy 25w Low Pro Ceiling (1) LED Ceiling mount square canopy, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. J- Box mounted. 2 34 0% 4368 1,345 0 0 55 Yes City Hall EXT NE Stairs to Parking NE Stairs to Parking Property Timeclock WP Small FCO CFL-4P-H-32W-1L 1 Compact Fluorescent 4 Pin Horizontal 32 1 35 Elec CFL 1 Wall No 4368 WP Small City Spec. (1) Small LED wall pack, selectable wattage and color temperature, 120-277v. 4000K. 1 25 0% 4368 44 0 0 56 Yes City Hall EXT NE Stairs to Parking NE Stairs to Parking Property Timeclock Wrap SM 4ft F-T8-F32-32W-48"- NLO-2L 1 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 2 Surface No 4368 4' Vapor tight City Spec. (1) 4' Vapor tight LED, selectable wattage and color temperature, 120-277v., 0-10v dimmable, 4000K, medium setting. 1 38 0% 4368 92 0 0 57 Yes City Hall EXT West Wall Ground level Above Garage door Property Not Listed (see notes!) WP Large FT MH-Med-100W-1L 1 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 1 Yes 4368 WP Large FCO City Spec. (1) Extra Large LED wall pack, full cut off, photocell, selectable wattage and color temperature, 120-277v. 4000K. 1 44 0% 4368 332 0 0 58 Yes City Hall EXT West Wall Ground level Fenced Area Property Not Listed (see notes!) WP Large FT MH-Med-100W-1L 2 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 2 Yes 4368 WP Large City Spec. (1) Large LED wall pack, selectable wattage and color temperature, Type 4, 120-277v. 4000K. 2 45 0% 4368 655 0 0 59 Yes City Hall EXT West Wall Ground level West Wall Ground level Property Timeclock Pole Globe 1 head per pole MH-Mogul-150W-1L 12 Metal Halide Mogul Base (AKA: E39) 150 Watt,1 1 190 HID Elec 12 Pole No 4368 HID 100w Omni (1) LED lamp, omni-directional, ~14,500 lumnes, enclosed rated, 120- 277v, 4000K. 12 100 0% 4368 4,717 0 0 60 Yes City Hall EXT Entry Soffit Entry Soffit Property Timeclock Can Round 6" LED-Lamp-12W-1L 9 LED LED Lamp (Non Linear Tube) 12 Watt,1 1 12 Integral Driver 9 Recessed No 4368 6" High W Retro Can Kit (1) 6" Downlight Kit, selectable wattage and color temperature, 120- 277v., 0-10v dimmable, sealed ingress. 4000K, high output. 9 16 0% 4368 -157 0 0 61 Yes City Hall EXT Flag Floods Outside elevator Property Timeclock FLD Bldg Attached Trunnion BRZ MH-Med-100W-1L 2 Metal Halide Medium Base (AKA: Standard, 1 120 HID Elec 2 No 4368 Flood - Yoke (1) LED Flood, selectable wattage and color temperature, 120-277v., 0- 10v dimmable, photocell, 4000K, low setting. (~25w)2 25 0% 4368 830 0 0 62 Yes City Hall EXT Main Stairs Hydrel Property Timeclock See photo LED-Lamp-50W-1L 10 LED LED Lamp (Non Linear Tube) 50 Watt,1 1 50 Integral Driver 10 Recessed No 4368 N No Retrofit Proposed 10 50 0% 4368 0 0 0 63 Yes City Hall EXT Main Stairs Bottom of Stairs Property Timeclock Pole Globe 1 head per pole MH-Mogul-150W-1L 2 Metal Halide Mogul Base (AKA: E39) 150 Watt,1 1 190 HID Elec 2 Pole No 4368 HID 54w Omni (1) LED lamp, omni-directional, ~7500 lumens, enclosed rated, 120- 277v, 4000K. 2 54 0% 4368 1,188 0 0 64 Yes City Hall EXT Mid-level Garage Entry Canopy Main Timeclock CPY Rctngl med HPS-Med-70W-1L 2 High Pressure Sodium Medium Base (AKA: 1 95 HID Mag 2 Surface No 4368 N No Retrofit Proposed 2 95 0% 4368 0 0 0 65 Yes City Hall EXT Electrical Rooms Various City Hall 0 0 0 0 N No Retrofit Proposed 0 0 4 Exterior Light Control 0% 0 0 0 0 67 Yes City Hall EXT West Exit Stairs P2 City Hall 0 0 0 0 WP Small City Spec. (1) Small LED wall pack, selectable wattage and color temperature, 120-277v. 4000K. 1 25 0% 0 0 0 0 72 Yes City Hall EXT Parking Stalls outside of Police Entrance on Plaze Deck Police Parking Stalls City Hall 0 0 0 0 Area 150w 2L City Spec. (2) Area lights with pole brackets - Back to Back 2 300 0% 0 0 0 0 Total 48 13 49 51 4 10,269 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 45 of 76 AG E N D A I T E M # 6 . h ) 09.02-RCH: Upgrade Exterior Lighting to LED (City Hall) - 2 of 2 LxL McKinstry Scope Customer: City of Renton F F F F F F F F Current Row Count: 348 ID In Scope Site Floor/General Area Room Name Building Switching Fixture Type Lamp & Ballast Type # of Fixtures Lamp Type (exist) # of Lamps per Fixture Watts per Fixture Ballast Type # of Ballasts per Fixture # of Lamps Mounting Sensored? Operating Hours Fixture Code Description # of Fixtures Mounting (if different from existing) Lamp Type # of Lamps per Fixture # of Drivers per Fixture Watts per Fixture kWh Savings per Year Heating Penalty (kWh) Heating Penalty (therms) 70 Yes City Hall EXT ADD Alt - Building Sign West Exterior Wall Building Signage City Hall Strip-SM-4ft F-T8-F32-32W-48"- NLO-2L 24 Linear Fluorescent T8 4FT-32W (Most 2 59 Elec 1 48 4368 T8 4' 2L Type B (2) 4' LED T8, Type B, double ended, enclosed rated, enclosed rated, 3500K. 24 Direct Wire LED Tube 2 0 20 4,088 0 0 73 Yes City Hall EXT - SPG Bollards Plaza Deck building perimeter Bollard pedestals City Hall 0 0 0 0 4368 Bollard_NEW Install new bollard in existing base. 4 LED Fxtr Integral Lamp 0 0 35 -612 0 0 74 Yes City Hall EXT ADD Alt - Generator Fuel Tank North End of site Generator Fuel Tank City Hall 0 0 0 0 4368 Generator Fuel Tank Lighting Mount 16' Fiberglass Pole to existing pad, route conduit up pole to fixture. 2 LED Fxtr Integral Lamp 0 0 40 -349 0 0 75 Yes City Hall EXT - SPG East Walkway East Exit pathway Exterior City Hall 0 0 0 0 4368 Pathway Wall mount, passthrough conduit, low profile 10 LED Fxtr Integral Lamp 0 0 25 -1,092 0 0 Total 24 2 48 40 2,035 0 0 Existing Proposed CONFIDENTIAL AND PROPRIETARY 4/22/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 46 of 76 AG E N D A I T E M # 6 . h ) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48999 17.01-HMA: Install Pool Cover Henry Moses Aquatic Center GENERAL Existing: The Aquatic Center lap pool cover has failed and is no longer used. Proposed: Provide a new pool cover for the lap pool. Benefits: Saves energy, reduces water evaporation, and reduces debris entering the pool. SCOPE OF WORK INCLUDES 1. Equipment Furnished by ESCO A. SR Smith EnergySaver XER Thermal Pool Cover 2. General A. Coordinate with aquatic center staff to deliver and install pool cover. 3. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 47 of 76 AGENDA ITEM #6. h) POOL COVERS THERMAL City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 48 of 76 AGENDA ITEM #6. h) 2 Thermal Pool Covers Commercial aquatic facilities are constantly managing programming demands, maintenance needs, and budgets. The costs associated with water evaporation, heat loss and chemical consumption rates can have significant impact on the bottom line. S.R.Smith® Thermal Pool Cover Systems provide a way to mitigate these issues by having the pool covered edge to edge with custom built insulated covers. To limit the burden on staff, deploying and reeling in the covers is simple and easy when using the automatic rewinders, deployers and storage reels. Superior Products With features like quadra seam stitching, load dispersing PVC plates and weighted edges, the pool covers are built to withstand harsh pool environments. Combine that with rugged stainless-steel storage reels and automatic rewinders, these S.R.Smith Thermal Cover Systems make deploying and rewinding the covers easy for any facility and its staff. Custom Built for Every Pool & Spa No matter the size or shape of a pool or spa, S.R.Smith will create a highly customized Thermal Pool Cover System with a multitude of configurations consisting of different covers, reels and rewinders. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 49 of 76 AGENDA ITEM #6. h) 3 CONTENTS Overview .....................................................2 Thermal Pool Covers ..............................4 Storage & Rewinding Devices .............6 *Estimates based upon findings published by the U.S. Department of Energy up to 70%* reduction in heating costs up to 50%* reduction in water loss up to 60%* reduction in chemical consumption SAVE reduction in cleaning costs Thermal Pool Covers Factors that Impact Pool Costs According to the United States Department of Energy, the evaporation rates for both indoor and outdoor pools are affected by a variety of factors unique to a pool’s location. When calculating potential savings not only does the size and time the covers are on matter, but the local weather plays a role as well. For outdoor pools, the notable variables are the temperature of the pool, air temperature, dew point, wind speed, amount of sunshine and the angle of the sun in each locale. For indoor pools the variables are the humidity (inside and out), air pressure, the temperature of the pool, plus indoor and outdoor air temperatures. Measurable Savings Facilities can start saving money immediately with the installation of thermal pool covers. In most scenarios, a facility can recoup their investment in a pool cover system in 12-16 months. Routine use of a thermal pool cover insulates the pool during off hours and can typically reduce a facility’s costs for heating, chemicals, water and cleaning.* City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 50 of 76 AGENDA ITEM #6. h) 4 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 51 of 76 AGENDA ITEM #6. h) 5 EnergySaver Standard As the benchmark product in the pool cover industry, the EnergySaver Standard is an outstanding value. It has been perfected through ongoing improvements in both materials and manufacturing methods. 5-YEAR PRO-RATED LIMITED WARRANTY EnergySaver SPA The EnergySaver Spa covers provide the same quality and craftsmanship of EnergySaver Standard thermal pool covers but are designed and made specifically for spas. 1-YEAR PRO-RATED LIMITED WARRANTY • UV-resistant Ultrasorb LDPE coating • Double lockstitch seams with UV-resistant polyester thread • Load dispersing PVC plates • Brass or stainless-steel grommets (optional) • UHMW-PE dowel with solid-braided polyester cord • Double layer fabric edge encapsulation throughout • Weighted, anchored edge with extruded UVR flex vinyl weights EnergySaver XER The EnergySaver XER pool cover possesses all of the EnergySaver Standard features but adds stronger seam configurations, extra reinforced ends and the best warranty on the market. 7-YEAR PRO-RATED LIMITED WARRANTY Thermal Pool Covers City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 52 of 76 AGENDA ITEM #6. h) 7 Pool Covers Part Number Reference Page Thermal Pool and Spa Covers Part No.Description ES-STD EnergySaver Standard Pool Covers with 5 Year Pro-Rated Limited Warranty ES-XER EnergySaver XER Pool Covers with 7 Year Pro-Rated Limited Warranty ES-SPA EnergySaver Standard Spa Covers with 1 Year Limited Warranty Custom sizes available. Contact customer service for quote. Storage Reels & Automation T30 Series Large Capacity Reels (Designed for Covers 25 Yards in Length or Longer) Part No.Description T31-16 Large Capacity, Single 16’ Long Tube (Suitable To Be Paired With Una) T32-16 Large Capacity, Double 16’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-16 Large Capacity, Triple 16’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-17 Large Capacity, Single 17’ Long Tube (Suitable To Be Paired With Una) T32-17 Large Capacity, Double 17’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-17 Large Capacity, Triple 17’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-18 Large Capacity, Single 18’ Long Tube (Suitable To Be Paired With Una) T32-18 Large Capacity, Double 18’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-18 Large Capacity, Triple 18’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-19 Large Capacity, Single 19’ Long Tube (Suitable To Be Paired With Una) T32-19 Large Capacity, Double 19’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-19 Large Capacity, Triple 19’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-20 Large Capacity, Single 20’ Long Tube (Suitable To Be Paired With Una) T32-20 Large Capacity, Double 20’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-20 Large Capacity, Triple 20’ Long Tube - 3 Tubes To Hold 3 Large Covers T31-21 Large Capacity, Single 21’ Long Tube (Suitable To Be Paired With Una) T32-21 Large Capacity, Double 21’ Long Tube - 2 Tubes To Hold 2 Large Covers T33-21 Large Capacity, Triple 21’ Long Tube - 3 Tubes To Hold 3 Large Covers T15 Series Small Capacity Reels (Designed for Small Covers with Limited Deck Space) Part No.Description T15-16 Small Capacity, Single 16’ Long Tube T15-19 Small Capacity, Single 19’ Long Tube T15-20 Small Capacity, Single 20’ Long Tube Wall-Mounted and Underseat Cover Reels Part No.Description AWR-20 Automated Wall-Mounted Cover Reel 425000-S 25y Manual Underseat Bench Cover Reel, Short 425000-M 25y Manual Underseat Bench Cover Reel, Medium 425000-L 25y Manual Underseat Bench Cover Reel, Long 425100-S 25y Automated Underseat Bench Cover Reel, Short (Left Motor Mount) 425100-M 25y Automated Underseat Bench Cover Reel, Medium (Left Motor Mount) 425100-L 25y Automated Underseat Bench Cover Reel, Long (Left Motor Mount) 425200-S 25y Automated Underseat Bench Cover Reel, Short (Right Motor Mount) 425200-M 25y Automated Underseat Bench Cover Reel, Medium (Right Motor Mount) 425200-L 25y Automated Underseat Bench Cover Reel, Long (Right Motor Mount) 450000-S 50m Manual Underseat Bench Cover Reel, Short 450000-M 50m Manual Underseat Bench Cover Reel, Medium 450000-L 50m Manual Underseat Bench Cover Reel, Long EOS & UNA - Automatic Winders Part No.Description EOS Automatic Re-Winder: For T30 Reels UNA Automatic Re-Winder (Must Be Paired With T31 Series Reel) DP100 Deployer, TPC Covers City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 53 of 76 AGENDA ITEM #6. h) Detailed Scope of Work PROPRIETARY AND CONFIDENTIAL FIM ID # 48708 09.01-RSC: LED Lighting and Controls Renton Senior Activity Center GENERAL Existing: Interior lighting systems consist mostly of 32-watt T8 linear fluorescent lamped fixtures, with a few T12, and compact fluorescent fixtures. Select areas have been upgraded to LED. Exterior lighting is a mix of pin-based and screw- base compact fluorescent lamps with several fixtures that have already been upgraded to LED. Proposed: Retrofit the interior and exterior fixtures with LED lamps. Benefits: Reduction of maintenance costs. Energy savings. SCOPE OF WORK INCLUDES 1. Lighting A. Fixtures retrofits 1) The proposed upgrade strategy consists of primarily retrofit kits and re-lamping the remaining fixtures. 2) Fixtures to be retrofitted with LED lamps include surface mount 2x4’s, vanities, track heads, billiards, sunroom fixtures and kitchen lighting. 3) Fixtures to receive a full retrofit kit include the downlights. 4) Fixtures to be left alone (No Retrofit) are the locations that are LED, with a few exceptions based on discussions with the City. B. Controls retrofits 1) Select rooms to receive new occupancy sensors, including restrooms, storage and conference rooms. 2) The multipurpose and quiet lounge to receive new dimmers to accompany the LED’s. 2. Training A. Provide training as required for this FIM. CLARIFICATIONS AND EXCLUSIONS 1. Excludes hazardous material testing and abatement. We have received a good faith survey of hazardous materials and none was identified that would affect this scope of work. 2. If existing equipment or components are reused, repairs to existing are not included unless specifically noted in the scope above. At this point, all other related equipment that has been inspected is operating properly. 3. Labor cost estimates assume day shift work. 4. Tariff Cost Impacts: Per conversation with the City of Renton and DES on 4/24/2025, tariff impacts to the costs of subcontracts or equipment purchased will be tracked and evaluated during the procurement phase of the construction project. If there are projected adverse impacts to the budget from tariffs the following steps will be taken. 1. Notification will be sent from McKinstry to City of Renton and DES. 2. McKinstry, City of Renton, and DES will evaluate and agree on how to remedy the tariff impacts.3. The evaluation and resulting strategy should include but is not limited to alternate material procurement, alternate strategy to accomplish the same function, use of contingency funds to cover the increased cost, additional owner funds to cover the increased cost, or reduction in scope of other project items. 4. The results of the evaluation and agreement by all parties will be documented appropriately for project record (Request for Information, Submittal, Field Authorization, Change Order, Meeting Minutes). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 54 of 76 AGENDA ITEM #6. h) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 55 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 56 of 76 AG E N D A I T E M # 6 . h ) City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 57 of 76 AG E N D A I T E M # 6 . h ) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT WASTE DIVERSION GOAL  1. 50% of total waste generated through substantial completion.   TYPES OF WASTE  • Metals: Type: Scrap piping, scrap structural steel, coils, scrap sheet metal. • Construction waste: Type: Miscellaneous packaging materials, unusable materials  • Cardboard: Type: Cardboard packaging materials for equipment and materials delivered to the project site.   • Wood/Pallets: Type: Floor and surface protection, temporary walls, material shipping support. • General: Type: Office and food waste, other. SORTING AND RECYCLING OF WASTE  1. McKinstry will have designated waste containers at all project sites. When full, the servicing vendor will take the containers to their facility and process the waste for recycling and provide diversion reporting. DOMESTIC WASTE GENERATED  1. Waste not recycled in the container above will be disposed of at the vendor sorting facility. Certificates provided by vendor of haul off waste removal and diversion will be provided to McKinstry and reported at closeout. WASTE MANAGEMENT TRAINING  1. McKinstry will review the Waste Management Plan with internal team and subcontractors. After the review is complete, McKinstry will record signatures of all employees who attended for record purposes. Through the use of maps and images specific locations for waste and recycling disposal will be covered through site orientation and preconstruction meetings.  ANTICIPATED HAULER AND DESTINATION:  DTG Recycle 1805 Stewart St Tacoma, WA 98421  Waste Auditing Procedures  1. On-site Contact/Jobsite Superintendent is responsible to:   A. Provide dumpsters for sorting.  B. Inform Contractors of sorting requirements: Jobsite orientation, dumpster signage, foreman meetings.  C. Verify materials are sorted appropriately: daily dumpster inspection.  D. Tracking Hauler receipts: collect tickets after dumpster change out.  REPORTING 1. Waste Recycling and Disposal Report will be submitted to DES and client as part of project close out. Report will specify total materials diverted as a percentage of total waste through Substantial Completion.  City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 58 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT 1. Philosophy: McKinstry is prepared to guarantee any portion of a project over which it has direct control. Where McKinstry does not have direct control (such as operating hours associated with lighting), we are prepared to work with the Owner and DES to devise a method of Measurement and Verification (M&V), which will provide the highest degree of assurance that the energy savings are achieved. 2. This Project: For this project, McKinstry guarantees the performance of the installed initiatives to reduce energy consumption. The target energy reductions for the initiatives that will be implemented are shown in the attached Table 3.1 Energy Savings Summary. Based upon the stipulated conditions as enumerated by the Owner and DES personnel and the utility rates as described below, the utility cost savings calculations are also shown in Table 3.1. 3. Ongoing Services: Refer to Table 4.1 for the cost and duration of ongoing M&V. The cost of ongoing M&V beyond the duration listed in Table 4.1 is at the discretion of the Owner. McKinstry is prepared to continue the guarantee as long as the Owner continues the ongoing services as described herein. When the Owner chooses to cancel the ongoing services, the guarantee will also be terminated at the same point in time. Please refer to Table 3.2 M&V Plan Outline for a summary of the proposed measurement and verification scope. 1. Guarantees: Table 3.1 Energy Savings Summary provides the specific energy consumption savings for each Facility Improvement Measure (FIM) and the guarantee that McKinstry will provide associated with that measure. Savings calculations are based upon both baseline operating characteristics and proposed operation criteria: a. Baseline: Baseline refers to the existing operating characteristics that were used to calculate energy savings. The baseline values, including system performance and operational conditions, which were used for this project are provided in Table 3.2. In general, all parties acknowledge the baseline associated with any specific measure has been derived from the following sources: i. Actual operating information gathered through field observation, measurement, micro- data loggers, and Owner’s operating logbooks. ii. Owner provided information concerning stipulated factors such as burn hours, occupancy, or operational expenditures. iii. In some instances, a modified baseline may have been developed to address areas whereby pre-retrofit conditions do not reflect a system that is operating per current code or what the Owner may deem as normal operation. The actual impact to energy usage will be identified along with the “avoided costs” associated with the modified baseline. b. Proposed: The proposed operating values, including system performance and operational conditions, which were used for savings calculations are provided in Table 3.2. Systems must be operated per the proposed criteria to ensure energy savings are realized. McKinstry will provide the initial start-up, commissioning, and programming of the system to ensure the systems operate per the proposed operating criteria. The Owner acknowledges their responsibility to ensure these criteria are maintained and associated energy savings are realized. Energy Savings City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 59 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT Guarantees are predicated based on the Owner maintaining their responsibilities as provided below in “Ongoing Owner Responsibilities” in Section 3.5. 1. Utility Rate: For the purpose of calculating energy cost savings, the utility rates used will be the utility rates as paid by the Owner to the utility company at the time the Energy Services Proposal was developed. In the event that a building has multiple meters on different rate schedules, the per-unit cost of the utility will be the average of all the rate schedules in effect at that facility. a. Base Utility Rate: Refer to table 3.3 for the Base Utility Rates (including sales tax). Where applicable, the following section provides the standards of comfort, which the Owner must maintain to ensure the comfort of the occupants and staff, and upon which all energy calculations were based. Heating, ventilating, and air conditioning (HVAC) systems provided by McKinstry will provide comfort and indoor air quality in accordance with the Standards of Comfort below. This standard will pertain only to buildings and areas of buildings in which McKinstry is installing HVAC equipment that has direct control over space comfort conditions. HVAC comfort conditions cannot be guaranteed when operable windows or doors are open. Winter Heating Minimum Set-point – 70 degrees F (Superseded by DOH Regs) Winter Heating Maximum Set-point – 74 degrees F (Superseded by DOH Regs) Summer Cooling Minimum Set-point – 72 degrees F (where mechanical cooling systems are employed) Summer Cooling Maximum Set-point – 78 degrees F (where mechanical cooling systems are employed) Minimum – 55 degrees F Maximum – 85 degrees F (where mechanical cooling systems are employed) Relative Humidity (If humidity control provided): Minimum - 40% Maximum - 60% Minimum outside air per occupant shall be in accordance with American Society of Heating, Refrigerating, and Air Conditioning Engineers (ASHRAE) standards and Chapter 4 of the International Mechanical Code. Less stringent conditions will not be proposed unless specifically approved by the Owner and DES (if applicable). City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 60 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT McKinstry shall perform a light level survey of the existing conditions during the audit phase of the project development. The existing lighting conditions shall be discussed with the Owner to gauge the preference for general illumination throughout the facility. It is McKinstry’s intent to provide energy efficient lighting conditions that effectively meet the needs of the occupants and accommodate the application requirements. Where deemed appropriate, McKinstry will follow IESNA recommendations for illumination criteria in the absence of the Owner’s preferred lighting standards. The Owner shall provide the following services as part of this energy services project. In the event that these services are not provided, energy savings and associated guarantees will be modified to reflect the associated impact. 1. Maintain all equipment per manufacturer’s recommendations and proposed maintenance schedule. 2. Maintain all sequence of operations and performance criteria related to installed systems as proposed and designed. 3. Provide other FIM specific ongoing responsibilities as provided in Table 3.2. 4. Provide McKinstry with copies of actual monthly utility billing information on a quarterly basis for the duration of the M&V service period. This includes electric, natural gas, and fuel oil. The associated facilities where utility information shall be provided include all meters providing direct or indirect service to all buildings included in this project. 5. Provide McKinstry all internal sub-meter data, including electric and condensate meters, providing direct or indirect service to all buildings included in this project. 6. Provide McKinstry access to Energy Management and Control Systems for the purpose of collecting and logging data over time as required for performance verification. 7. The Owner shall notify McKinstry in writing concerning any changes or alterations to the building that will affect energy usage. This notification should be provided within two weeks of the change. This includes occupancy or use changes, computer load or other load changes, scheduling changes, and sequence of operations changes. In the event the equipment performance is not met, McKinstry accepts responsibility for additional energy consumption, due to reduced performance. McKinstry may, at its option, execute any of the following options: 1. Repair or replace equipment as necessary to meet required performance. 2. Make payments for the extra energy consumption to the Owner. In the event that McKinstry chooses the payment option, McKinstry reserves the right to select either an annual payment for the duration of the guarantee term or a one-time lump-sum payment of the same amount. In either case, the payment will be calculated based upon the quantity of additional electricity or natural gas used and the Base Utility Rate as described above. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 61 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT In the event that the Owner chooses to make changes to the facility that require set point adjustments, longer operating hours, or continuous equipment operation, the Owner agrees that: 1. Savings deemed as met described above will continue to be deemed as met. 2. Additional cost of extended equipment operation is a cost of the change, not due to a failure of McKinstry or their equipment. 3. McKinstry shall not be responsible for any increase in energy, maintenance, or any other costs incurred because of the extended equipment operation. 4. During the M&V portion of the project McKinstry at its option may make a baseline energy use adjustment to identify and account for a change-of-use at the facility. 5. McKinstry will calculate the change in energy consumption due to the specific change made to the system’s operation. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 62 of 76 AGENDA ITEM #6. h) Table 3.1 - Energy Savings Summary Project City of Renton Scenario Renton 2022 Energy Efficiency Grant Date 4/23/2025 Total FIM Numbe r Facility Improvement Measures Facility kWh kWh ($) Therm Therm ($) ($) 38403 09.01-RCH: Upgrade Exterior Lighting to LED Renton City Hall 9,242 $808 0 $0 $808 48702 09.01-HMA: LED Lighting and Occupancy Controls Henry Moses Aquatic Center 7,028 $773 0 $0 $773 48703 09.02-HMA: Upgrade Exterior Lighting to LED Henry Moses Aquatic Center 45,795 $5,039 0 $0 $5,039 48707 04.01-RCH: Optimize Controls and TAB Terminal Units Renton City Hall 437,836 $38,291 0 $0 $38,291 48708 09.01-RSC: LED Lighting and Controls Renton Senior Activity Center 21,713 $2,389 0 $0 $2,389 48709 09.01-CPL: Upgrade Lighting to LED City-wide Parking Lots 42,674 $4,680 0 $0 $4,680 48712 09.01-PWS: LED Lighting and Controls Renton City Shops A-B-C-D-F 52,750 $6,920 0 $0 $6,920 48999 17.01-HMA: Install Pool Cover Henry Moses Aquatic Center 0 $0 2,565 $2,185 $2,185 617,037 $58,901 2,565 $2,185 $61,087 Confidential and Proprietary Electricity Fossil Natural Gas Sheet 1 of 1 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 63 of 76 AG E N D A I T E M # 6 . h ) DRAFT (Not Final ESP) Table 3.2 - M&V Plan Outline Project City of Renton Scenario Renton 2022 Energy Efficiency Grant Date 4/23/2025 Audit Stage (Baselining) Post Retrofit (Commissioning) Annual FIM Name Facility IPMVP Option KPI Key Performance Indicators Baseline Values Proposed Values Tasks Tasks Tasks Ongoing Owner Responsibilities Stipulated Factors 09.01-RCH: Upgrade Exterior Lighting to LED Renton City Hall A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 09.01-HMA: LED Lighting and Occupancy Controls Henry Moses Aquatic Center A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 4. Typical Pool Light Levels Existing Pool Light Levels Pool Light Level Standards Collected Through Lighting Audit None Proposed Measure light levels in pool area to ensure they meet the light level standard for the space type Maintain equipment per manufacturer's recommendations None Proposed 09.02-HMA: Upgrade Exterior Lighting to LED Henry Moses Aquatic Center A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 04.01-RCH: Optimize Controls and TAB Terminal Units Renton City Hall A 1. PH -1 Hours of Operation Refer to Scope of Work Refer to Scope of Work Site Visit, BAS Review, and Staff Interviews Review control system schedule Review control system schedule Maintain equipment per manufacturer's requirements Outdoor air conditions, space loads, hours of occupancy 2. Ventilation Control Method 25% Outside Air Minimum Supply CO2 Demand Control Ventilation (DCV) for PH-1 Site Visit, BAS Review, and Staff Interviews Review Cx Report to verify DCV control Review BAS trend data for CO2 levels and outside air damper position to verify DCV control Maintain equipment per McKinstry's and manufacturer's recommendations Building Loads and Occupancy 09.01-RSC: LED Lighting and Controls Renton Senior Activity Center A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data Sheet 1 of 2 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 64 of 76 AG E N D A I T E M # 6 . h ) DRAFT (Not Final ESP) Table 3.2 - M&V Plan Outline Project City of Renton Scenario Renton 2022 Energy Efficiency Grant Date 4/23/2025 Audit Stage (Baselining) Post Retrofit (Commissioning) Annual FIM Name Facility IPMVP Option KPI Key Performance Indicators Baseline Values Proposed Values Tasks Tasks Tasks Ongoing Owner Responsibilities Stipulated Factors 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 09.01-CPL: Upgrade Lighting to LED City-wide Parking Lots A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 09.01-PWS: LED Lighting and Controls Renton City Shops A-B-C-D- F A 1. Quantity and Type of Lighting Fixture See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit Performed to Determine Quantity, Type, and Location of Light Fixtures None Proposed Review lighting as-built documentation to verify fixture type and quantity Maintain equipment per manufacturer's recommendations None 2.Fixture Input Power (Watts)See Detailed Lighting Audit See Detailed Lighting Audit Comprehensive Lighting Audit and Manufacturer Data None Proposed Review lighting as-built documentation to verify fixture wattage Maintain equipment per manufacturer's recommendations No measurement; fixture wattage based on manufacturer data 3. Fixture Annual Burn Hours See Detailed Lighting Audit See Detailed Lighting Audit Mutually Agreed Upon Based on Operating Hours/Year Provided by Client None Proposed No task; assumed constant Maintain equipment per manufacturer's recommendations Annual burn hours 17.01-HMA: Install Pool Cover Henry Moses Aquatic Center A 1. Pool Cover Use No Pool Cover Pool Cover in Use Site audit of existing conditions Verify pool cover installation None proposed Maintain equipment per manufacturer's recommendations Outdoor air conditions, pool water temperatures, unoccupied hours of operation Confidential and Proprietary Sheet 2 of 2 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 65 of 76 AG E N D A I T E M # 6 . h ) Table 3.3 - Base Utility Rates Project City of Renton Scenario Renton 2022 Energy Efficiency Grant Date 4/23/2025 Building_Name Utility_Provider Rate_Name Utility_Type Dollars_Per_Unit Units Published_Date_Effective Renton City Shops A-B-C-D-F Puget Sound Energy (PSE) Commercial 24 - General Service (kW<50) Electricity $0.131183 kWh 1/1/2025 Henry Moses Aquatic Center Puget Sound Energy (PSE) Commercial 25 - Small Demand General (blended) Electricity $0.110040 kWh 1/1/2025 Renton Senior Activity Center Puget Sound Energy (PSE) Commercial 25 - Small Demand General (blended) Electricity $0.110040 kWh 1/1/2025 Renton City Hall Puget Sound Energy (PSE) Commercial 26 - Large Demand General Electricity $0.087455 kWh 1/1/2025 Henry Moses Aquatic Center Puget Sound Energy (PSE) Commercial 41 - Large Volume High Load Factor Natural Gas $0.852020 Therms 1/1/2025 City-wide Parking Lots Puget Sound Energy (PSE) kWh-City-wide Parking Lots (SCH 25 and 26) Electricity $0.109679 kWh 1/1/2025 Sheet 1 of 1 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 66 of 76 AG E N D A I T E M # 6 . h ) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT McKinstry guarantees that the Maximum Project Cost will not exceed the guaranteed value shown in Table 4.1 – Budget Summary; this cost does not include sales tax, WA State Interagency fees, or the utility incentive. The sales tax and interagency fees are shown in Table 4.1 for reference, and the utility incentive is shown in Table 4.2 for reference. (McKinstry does not guarantee the value of sales tax, interagency fees, or the utility incentive.) If notice to proceed is not issued within 90 days, McKinstry reserves the right to re-evaluate the project and make necessary modifications to the construction costs. See Table 4.1 – Budget Summary. All fee percentages and costs are unique to the project. 1. Engineering audit, which includes the cost for the preparation of this proposal and Investment Grade Audit report. 2. Engineering design 3. Construction management services 4. Installation of McKinstry Equipment including the following costs as specified in the scope of work: a. All costs paid by McKinstry for the installation of the equipment. This includes costs paid to subcontractors or directly to McKinstry personnel, when related to installation or system verification of McKinstry equipment. b. The portion of reasonable travel, lodging, and meal expenses of officers or employees incurred while traveling in discharge of duties connected with the work. McKinstry will comply with OFM guidelines for reimbursement of travel expenses. c. Cost of all materials, supplies, and equipment incorporated in the Work, including costs of transportation thereof. d. Cost or rental charges, including transportation and maintenance, of all materials, supplies, equipment, temporary facilities, and hand tools not owned by the workers, which are consumed in the performance of the work in compliance with the General Conditions to the Main Energy Services Agreement. e. Cost of premiums for all bonds and insurance, which McKinstry is required to purchase and maintain. f. Sales, use, or similar taxes related to the Work and for which McKinstry is liable imposed by a governmental authority. g. Permit fees, royalties, and deposits lost for causes other than McKinstry’s negligence. h. Losses and expenses not compensated by insurance or otherwise, sustained by McKinstry in connection with the work, in compliance with the General Conditions to the Main Energy Services Agreement. i. Demolition cost and cost of removal of all debris unless specifically excluded within the Scope of Work. j. Costs incurred due to an emergency affecting the safety of persons and property. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 67 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT k. Other costs incurred in the performance of the Work if and to the extent approved in advance in writing by the Owner and DES. l. Contingency as defined in Section 4.4. m. Allowances as defined in Section 4.5. n. Cost of equipment startup, training, system verification, and balancing performed by McKinstry. o. Construction Bonds (including Performance & Payment Bond), Liability Insurance, and Builder’s Risk Insurance. p. McKinstry fee. This includes McKinstry’s remuneration for compensation of personnel, expenses, risks related to the project, overhead, and profit. q. McKinstry shall provide a Schedule of Values. The schedule of values will include all costs related to the installation of McKinstry’s equipment. A construction contingency as identified in Table 4.1 – “Budget Summary” has been established for this project. McKinstry can expend the contingency after a change order has been approved by the Owner, McKinstry, and the DES Project Manager for items necessary to complete the original scope of this project. The intent of the contingency is for “unforeseen conditions” beyond what was originally estimated. McKinstry and the Owner and DES will jointly manage any contingency left after the project scope is completed. All unused construction contingency funds shall reduce the overall project cost to the Owner. McKinstry may set aside allowances as identified in Table 4.1 - “Budget Summary” for specific areas of work that have been identified as a potential cost impact but cannot be determined at this stage. Should the allowance not be adequate, the Owner and the DES Project Manager will be advised. McKinstry will be compensated for any additional costs via Change Order to the contract should the Owner and the DES Project Manager agree. In extreme situations, McKinstry may request additional funds to cover cost overruns that could not have been foreseen by either party. Allowances are to be agreed upon by the Owner and DES. Refer to Table 4.1 for the cost and duration of any ongoing services. McKinstry shall check all material, equipment, and labor entering into the worksite and shall keep such full and detailed accounts as may be necessary for proper financial management under this Agreement. The Owner and the DES Project Manager shall be afforded access to all McKinstry’s records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Contract, and the McKinstry shall preserve all such records for a period of seven years, or for such longer period as may be required by law, after the final payment. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 68 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT The maximum project allowable cost is based on firm negotiated bids or estimated labor and material costs developed by McKinstry. In recognition that actual Labor & Material costs may vary from the estimate, the following procedures are established to reconcile this difference: 1. If the total maximum guaranteed project cost at completion exceeds the estimated amount (plus contingency), the additional costs will be borne by McKinstry at their expense. 2. If the total project costs at completion are less than the estimated proposal amount (less contingency), the savings will be retained by the Owner. 3. There shall be no cost savings split between the Owner and McKinstry. The following Figure 4.A outlines proposed procurement and payment reconciliation methods. Changing the proposed method of reconciliation after the acceptance of the Proposal may require an adjustment to the Guaranteed Maximum Project Cost. Major Equipment is any single piece of equipment purchased by McKinstry with a value over $5,000. Construction contract value is to be established through negotiations with a select or single contractor (i.e. owner preferred controls contractor, mechanical contractor, etc.). Construction contract value is to be established through a bid process based upon formal bid documents including plans and specifications which will be bid to a minimum of two (typically three) pre-qualified contractors as approved by McKinstry and the Owner. McKinstry intends to perform work with McKinstry personnel. Cost shall be substantiated with a properly executed invoice from the subcontractor or supplier that matches the schedule of values in their contract or purchase order. Published sell rates will be established prior to issuance of contract to subcontractor or commencement of work by McKinstry. A monthly labor and material report will be provided which will include labor hours and dollars per individual, and material and equipment invoices. Fees that are negotiated prior to proposal and are not reconciled at the end of the project. CONSTRUCTION COST CATEGORY (REF TABLE 4.1) PROPOSED CONSTRUCTION METHOD END OF PROJECT – RECONCILED Controls Systems Negotiated Subcontract Sole Source SOV City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 69 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT CONSTRUCTION COST CATEGORY (REF TABLE 4.1) PROPOSED CONSTRUCTION METHOD END OF PROJECT – RECONCILED Major Equipment Negotiated SOV Sheet Metal Subcontract Bid SOV Irrigation Negotiated SOV Electrical Subcontract Bid SOV Lighting Subcontract Bid SOV TAB/Start up Negotiated SOV Commissioning Negotiated SOV General/Other Self-Perform T&M Change Order (CO) As Specified in CO T&M Fees Self-Perform Firm 1. TERMS: Net 30 days (45 days for State Treasurer payments) from the date of invoice, monthly billings as the job progresses. 2. PAYMENTS: At a minimum, payments will be made in the amount of 100% at the completion and implementation of any individual facility improvement measure (FIM) in the amount of that FIM as delineated in the contract. If more than one FIM is completed in a monthly period, all those FIMS will be paid. 3. FINANCE CHARGES ON UNPAID BALANCES: Payments due and unpaid shall be subject to interest charges within 30 days (45 days for State Treasurer payments) of receipt of a properly completed invoice per RCW 39.76. Finance charges will be calculated on the un-paid balance per RCW 39.76 which specifies the interest rate shall be one percent per month but not less than one dollar per month on amounts due beyond 30 days. Interest charges will be calculated daily, compounded monthly. Charges accrue until balances are paid in full. 4. CONSTRUCTION PERIOD FINANCE CHARGES: McKinstry may charge construction period finance charges for projects, independent of financing method, whereby the anticipated billing lags the earned schedule of values by more than 90 days. If Owner controlled schedule delays occur during the progress of the project, McKinstry may request additional finance charges be added to the project. Construction period finance will be calculated on the un-paid balance at the rate of Prime + 2% per annum. Interest charges will be calculated daily, compounded monthly. Charges accrue until balances are paid in full. 5. McKinstry and the Owner will work together to minimize finance charges. 6. SUBSTANTIATION OF FINANCE CHARGE: McKinstry will do an accounting of finance charges progressively through the project, and at contract completion submit a change request itemizing the summary of additional costs for implementation. The contract will then be increased to reflect the same and finance charges will be paid within 30 days of the date of approved substantiation. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 70 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT McKinstry enjoys over 55 years of experience within the engineering and contracting industry and its financial strength exceeds the industry average. This strength makes it possible to provide and assist with the financing needs of its customers. Long standing relationships with vendors assures reasonable pricing and excellent payment terms. The Owner has several options available for long term permanent financing. The Washington State Treasurer’s Office can provide financing. Third Party financing is also available. The owner did not want to pursue financing for this project. Should the owner choose to finance the project through McKinstry, a schedule will be provided showing the termination value of the financing agreement for each year during the term of the agreement. The Contract shall be effective and binding upon the parties immediately upon its execution and the period from contract execution until the Commencement of Energy Savings Date shall be known as the "Interim Period". All energy savings achieved during the interim period will be fully credited to the Owner. McKinstry shall provide a payment and performance bond and builders Risk Insurance. For The Purposes of This Agreement, the "Sum Amount of Bond" Shall Be (See Table 4.1 –“Budget Summary”). 1. The bond amount consists of Labor and Materials and State Sales Tax. 2. This bond does not include any construction contingencies. 3. Certificates of General Liability Insurance will be provided prior to Contract Signing. The State of Washington shall be named as An Additional Insured on all insurance certificates. McKinstry shall provide a payment and performance bond in the amount of 100% of the construction cost, as defined in the General Conditions to the Main Energy Services Agreement. The amount shall include all authorized changes and state sales tax. The Bond shall be in the form attached to the Conditions of the Main Energy Services Agreement. The Contract listed on the bond form shall be the Addendum No. and Agreement No., which incorporates the work, and the “Contract Date” shall be the date of the Authorization. The full and just sum of the Bond shall be as defined above and shall include the actual cost of purchasing and installing McKinstry’s Equipment. The Bond shall specifically exclude coverage for those portions of the Energy Services Agreement and/or Energy Services Agreement Authorization pertaining to design services, energy cost savings guarantee, maintenance guarantee, utility incentives, efficiency guarantees, and any other clauses which do not relate specifically to construction management and supervision of work for purchasing and installing of McKinstry’s Equipment, or for work to be accomplished by the Owner. The Bond shall be with a Surety or Bonding Company that is registered with the State of Washington Insurance Commissioner's Office. While McKinstry stands behind our safety record, we cannot control the work flow around items we have no control over. At no point does McKinstry assume any responsibility for the loss of use of any equipment and we exclude any and all claims for consequential damages therein. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 71 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT McKinstry has established the following diverse business participation goals for this project in consultation with the Owner and the DES Energy Program. The Owner has stated that it is important to provide outreach but there is no requirement for diverse business participation in this project. McKinstry may not be able to meet the McKinstry standard Inclusion plan diverse business participation goals for the following reasons: (1) This project has a large component of building controls project and the incumbent, ATS, is not a diverse business. (2) McKinstry has provided information and training to many potential subcontractors, suppliers, and consultants on how to register for the State certifications. (3) The following tables are a list of diverse subcontractors or suppliers who may provide services or assistance on this project, and project specific inclusion goals aligned to the McKinstry standards. Foy Group Corti Construction All Wire Electric State Certification Category McKinstry Standard Inclusion Plan For this Project: Percentages for Construction For this Project: Percentages for Professional Services Minority-owned business 10% 10% 0% Women-owned business 6% 6% 0% Veteran-owned business 5% 5% 0% Small/mini/micro business 5% 5% 0% Total 26% 26% 0% 4.15 Apprenticeship This Energy Services Proposal acknowledges the minimum levels of apprenticeship participation of 15% for construction contracts of one million dollars or more per the 2023 General Conditions Section 10.16. McKinstry will upload the Apprenticeship Utilization Plan to the Labor and Industries site and provide a copy to DES and the Owner prior to initial invoice if applicable. 4.16 Cost Effectiveness Criteria The following table describes how this project meets the cost effectiveness criteria for implementation as indicated in the IGA proposal dated 04.11.2025. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 72 of 76 AGENDA ITEM #6. h) CONFIDENTIAL & PROPRIETARY | CITY OF RENTON – PHASE 4 & 2022 ENERGY EFFICIENCY GRANT Cost Effective Criteria How Criteria were Met Project shall include measures that are life cycle cost effective. Savings will include utility and hard-cost operational savings The Investment Grade Audit report dated 04.11.2025 includes a Life Cycle Cost Analysis. McKinstry will work with the utilities to secure conservation grant funding for applicable initiatives. Grants and rebates were investigated and the resulting estimated values are included in Table 4.2. McKinstry will provide support to the City of Renton for the Energy Efficiency Commerce Grant Award Support has been provided and will continue through the contract. City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 73 of 76 AGENDA ITEM #6. h) Title - Classification Regular Time Overtime Double Time Standard Rate (*, †)206 309 412 Contract Rate (*, †)191 286 382 Trade Project Manager 164 0 0 Plumbing/Pipefitter (*)186 279 372 Sprinkler Fitter (*)174 261 348 Sheet Metal (*)161 242 322 Electrician (*)190 285 380 Lighting Maint. Worker (*)70 105 140 Carpenter (*)133 200 266 Laborer 93 140 186 Warehouse/Driver (*)122 183 244 Cx Lead 207 0 0 Sr. Cx Engineer (*)196 294 392 Cx Engineer (*)180 269 359 Cx Specialist (*)167 251 335 Cx Technician (*)144 216 288 TAB Technician (*, †, #)208 312 416 Start-up Technician (*, †, #)221 332 443 TS Sr. Project Manager 230 0 0 TS Project Manager 207 0 0 Lead Engineer/Consultant 220 0 0 Senior Engineer/Consultant 213 0 0 Engineer/Consultant 207 0 0 Specialist 183 0 0 Site Superintendent (*)203 305 406 Site Coordinator 118 177 235 Site Safety (*)167 0 0 Project Engineer 173 259 345 Purchasing / CSR / Dispatch 123 184 246 Administrative Assistant 118 177 235 • All-Inclusive Rates per L&I Prevailing Wage Tables and Authorized Allowances per General Conditions for Washington State Energy Savings Performance Contracting • Regular Time - Monday thru Friday, from 6:30 AM to 3:00 PM # - Shift Premiums (2nd and graveyard) percentage based on respective trade agreements * Truck & Rental Costs per WSDOT/AGC (Premedia) Blue Book at the Stand-By Rate (No Fuel Cost). 3RD Party Rental Cost per Actual Invoice. † - Safety, Consumables & Small Tools Expense per GCs for WA ST Energy Savings Performance Contrac;ng Site / Staff Rates Energy Services Performance Contracting 2025 Labor Rates - 1st Edition Service Rates (#) Construction Field Rates (#) Commissioning/TAB/Start Up Rates (#) Technical Services Rates (Fac Assessment, Fac Operations, System Integration) Proprietary & Confidential POC: robertha@mckinstry.com 2025 McKinstry Energy Services Billing Rate March Update Effective Date: 03/01/2025 Expiration Date 08/31/2025 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 74 of 76 AGENDA ITEM #6. h) Project City of Renton Scenario Renton Ph 4 & 2022 Energy Efficiency Grant 15191 Date 4/25/2025 Database ID Mechanical Electrical EMCS Lighting General Equipment Other Total 48707 04.01-RCH: Optimize Controls and TAB Terminal Units 162,575$ -$ 519,476$ -$ 47,000$ -$ 37,643$ 766,694$ 48709 09.01-CPL: Upgrade Lighting to LED -$ -$ -$ 317,513$ -$ 46,164$ 18,778$ 382,455$ 48702 09.01-HMA: LED Lighting and Occupancy Controls -$ -$ -$ 35,166$ -$ 3,455$ 1,994$ 40,615$ 48712 09.01-PWS: LED Lighting and Controls -$ -$ 35,000$ 167,348$ -$ 53,737$ 13,222$ 269,307$ 48708 09.01-RSC: LED Lighting and Controls -$ -$ -$ 57,414$ -$ 4,585$ 3,201$ 65,200$ 48703 09.02-HMA: Upgrade Exterior Lighting to LED -$ -$ -$ 60,153$ -$ 51,293$ 5,754$ 117,200$ 38403 09.02-RCH: Upgrade Exterior Lighting to LED -$ -$ -$ 157,499$ -$ 14,848$ 8,899$ 181,246$ 48999 17.01-HMA: Install Pool Cover -$ -$ -$ -$ 12,004$ 10,040$ 1,138$ 23,182$ 12614 Total Base FIM Cost 162,575$ -$ 554,476$ 795,093$ 59,004$ 184,122$ 90,629$ 1,845,899$ 12619 A. Construction Costs Subtotal(FIM Cost and A) 1,845,899$ Construction Bonds & Insurance % 1.50% Percent of Subtotal (FIM Cost and A) 27,688$ Total Construction Cost 1,873,587$ B. Professional Services Costs Audit Fee Lump $98,400 98,400$ Design % 10.00% Percent of Total Base FIM Cost 184,590$ Const. Management & Proj. Admin % 6.00% Percent of Total Base FIM Cost 110,754$ Overhead % 10.00% Percent of Total Construction Cost 184,590$ Profit (Fee) % 8.00% Percent of Total Construction Cost 147,672$ 0 Total Professional Services Cost 726,006$ C. Other Project Costs Construction Contingency % 5.72% Percent of Total Base FIM Cost 95,801$ Apprenticeship Incentive Lump $907 WA State Apprenticeship Requirement for Projects with Construction Cost >= $1M 907$ Performance Assurance (M&V) Lump $18,900 18,900$ Total Other Project Cost 115,608$ E. Total Guaranteed Construction & ESCO Services (A + B + C + D) 2,715,201$ F. Non-Guaranteed Costs Sales Tax % 10.30% Percent of Section E 279,666$ DES Energy Program PM Fee Lump $62,500 62,500$ Total Non-Guaranteed Cost 342,166$ G. Total Maximum Project Cost (E + F) 3,057,367$ Table 4.1 - Budget Summary FIM Name 1 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 75 of 76 AG E N D A I T E M # 6 . h ) Table 4.2 - Facility Improvement Measure (FIM) Summary Project City of Renton Scenario Renton Ph 4 & 2022 Energy Efficiency Grant Date April 25, 2025 Facility Improvement Measures FIM Description Facility Budget * Annual Utility Savings Simple Payback (SPB) Annual Operational Savings ** Potential Incentives *** Net Customer Cost (with Incentives) Modified Payback (MPB) (with Operational Savings and Incentives) 09.01-RCH: Upgrade Exterior Lighting to LED Existing: Building-mounted and site lighting for the City Hall is a mix of 70- to 150-watt high intensity discharge (HID) lamps with magnetic ballasts. Proposed: Retrofit the existing light fixtures with LED lamps. Added scope for safety includes move wall packs up for chain link parking area, add bollards, police parking stalls flood light, east exit walkway, elevator sconces (PLLs), generator fuel tank, and entry way sign. Benefits: Improved lighting. Improved safety. Energy savings. Utility rebates. Reduced maintenance. Renton City Hall $300,199 $808 371.4 $575 $1,564 $298,635 215.9 09.01-HMA: LED Lighting and Occupancy Controls Existing: Interior lighting is mostly 32-watt T8 linear fluorescent lamped fixtures. There are some areas that have been upgraded to LED already. Proposed: Retrofit the fluorescent lamped fixtures to LED. Provide room level occupancy controls in select areas.This facility has to meet Department of Health standards for light levels. Benefits: Reduced maintenance. Energy savings. Improved controls. Henry Moses Aquatic Center $67,271 $773 87.0 $112 $1,171 $66,100 74.7 09.02-HMA: Upgrade Exterior Lighting to LED Existing: Exterior lighting is a mix of higher wattage HID fixtures, T5 and compact fluorescent. There are a few fixtures that have been upgraded to LED. Proposed: Replace and retrofit fixtures with LED lamps. Existing controls will remain as-is.The lighting serving the pool and the pool deck will need to meet Department of Health lighting standards. Benefits: Improved safety, reduced maintenance, and energy savings. Henry Moses Aquatic Center $194,118 $5,039 38.5 $1,053 $7,922 $186,196 30.6 04.01-RCH: Optimize Controls and TAB Terminal Units Existing: The Renton City Hall has legacy IBEX control hardware on its variable air volume (VAV) terminal units, water source heat pumps (WSHP) and fan terminal units (FTU) The front-end controller and main AHU controllers were replaced with a newer unit in a prior project. The City Hall terminal units have not been balanced, nor commissioned in the past 10 years, causing comfort and efficiency issues in the building.Proposed: Replace the remaining IBEX terminal controllers. Provide testing, adjusting, and balancing (TAB) of all the terminal units (233 total). Provide functional performance testing and controls sequence optimization for the 233 terminal units. Provide supply side CO2 Demand Control Ventilation for the main Air Handling Unit (PH-1). Renton City Hall $1,269,877 $38,291 33.2 $37,039 $38,670 $1,231,207 16.3 09.01-RSC: LED Lighting and Controls Existing: Interior lighting systems consist mostly of 32-watt T8 linear fluorescent lamped fixtures, with a few T12, and compact fluorescent fixtures. Select areas have been upgraded to LED. Exterior lighting is a mix of pin-based and screw-base compact fluorescent lamps with several fixtures that have already been upgraded to LED. Proposed: Retrofit the interior and exterior fixtures with LED lamps. Benefits: Reduction of maintenance costs. Energy savings. Renton Senior Activity Center $107,991 $2,389 45.2 $333 $3,532 $104,459 38.4 09.01-CPL: Upgrade Lighting to LED Existing: City Hall’s exterior parking lot includes high wattage HID fixtures. The City Hall interior parking garage is already LED lighting, but underlit and requires upgrading. The Aquatic Center parking areas also use higher wattage HID-lamped fixtures. Liberty Park consists of mostly higher wattage HID- lamped fixtures. The parking lots of the Senior Center, Public Works, and Community Center have already been converted to LED and don’t require replacement. Proposed: Replace the City Hall, Aquatic Center, and Liberty Park parking lot lighting fixtures with LED fixtures. Replace the City Hall Parking Garage LED lighting with new LED’s and provide new hi-low occupancy sensors. Reuse the existing dusk-to-dawn controls where applicable. Additional scopes added include Renton City Hall Parking Lot added garage fixtures and support spaces (ie electrical rooms, etc.); Liberty Park includes added security circuit light fixtures, basketball court/parking, and skate park/parking, tennis courts, new controls for basketball/skate park/tennis court/security lighting for better control and zoning. Benefits: Reduced maintenance costs. Modernization of lighting fixtures. Improved safety and energy savings. City-wide Parking Lots $633,461 $4,680 135.3 $1,316 $4,828 $628,633 104.8 09.01-PWS: LED Lighting and Controls Existing: This FIM includes the Interior and Exterior building-mounted fixtures and site lighting. Interior: the lighting system consists mostly of 32W T8 linear fluorescent lamped fixtures, with a few T5, and compact fluorescent. The high bay fixtures are lamped with high wattage High Pressure Sodium (HPS). There are also a large variety of fixtures that have already been upgraded to LED. Exterior: the lighting system has already been upgraded with LED sources throughout. Proposed: Retrofit the interior and exterior lighting systems to LED or TLED or compact retrofit lamps. Provide remote lighting controls in select spaces. Benefits: Provides remote controls. Improved lighting for occupants. Maintenance and energy savings. Renton City Shops A-B-C-D-F $446,054 $6,920 64.5 $741 $9,418 $436,636 57.0 17.01-HMA: Install Pool Cover Existing: The Aquatic Center lap pool cover has failed and is no longer used. Proposed: Provide a new pool cover for the lap pool. Benefits: Saves energy, reduces water evaporation, and reduces debris entering the pool. Henry Moses Aquatic Center $38,396 $2,185 17.6 $0 $0 $38,396 17.6 Totals $3,057,367 $61,087 50.0 $41,169 $67,105 $2,990,262 29.2 * Since design cost, audit cost, etc. are distributed among the FIMs, the total project cost will not go up or down by exactly the amounts shown here if a FIM or FIMs are dropped. ** For non recurring operational savings, the values are averaged over the 30 year length of this analysis. *** Incentives are contingent on final approval and are not guaranteed. Funds are shown for reference only. Confidential and Proprietary Sheet 1 of 1 City of Renton Phase 4 and 2022 EE Grant DES # 2025-003 (A) Page 76 of 76 AG E N D A I T E M # 6 . h ) June 6, 2024 TO: Jeff Minisci, City of Renton FROM: Rachel Whitezel, Contracts Specialist, (360) 239-4134 RE Agreement No. 2025-003 A (1) Revised Ph 4 City Hall Controls & City Lighting IAA No. K4137 McKinstry Essention, LLC SUBJECT: Funding Approval The Dept. of Enterprise Services (DES), Energy Program, requires funding approval for the above referenced contract documents. The amount required is as follows: ESCO Audit $98,400.00 Total Funding $ 98,400.00 In accordance with the provisions of RCW 43.88, the signature affixed below certifies to the DES Energy Program that the above identified funds are appropriated, allotted or that funding will be obtained from other sources available to the using client/agency. The using/client agency bears the liability for any issues related to the funding for this project By Mayor Armondo Pavone Date Please sign and return this form to the Energy Program. If you have any questions, please call me. 2025003AagrFundRevrw Jason A. Seth, City Clerk ATTEST: 9-27-2024 Reference Subgrant - EAG25-06Attachment B Ciity-owned building located at 1055 South Grady Way, Renton, WA 98057 EXHIBIT C AGENDA ITEM #6. h) 10.2.24 AGENDA ITEM #6. h) Authorization No. 2025-003 A (1) Rev. Page 2 of 3 Effective March 14, 2024 III. PROJECT CONDITIONS: The Project Conditions contained in the Main Energy Services Agreement will be used unless specifically changed herein. The cost effectiveness criteria for this project are per the McKinstry Essention, LLC proposal dated June 5, 2024. IV. SCOPE OF WORK: Per the ESCO proposal dated June 5, 2024 conduct a Detailed Investment Grade Energy Audit of City of Renton, Ph 4 City Hall Controls & City Lighting, to identify cost effective energy conservation measures and present a written Energy Services Proposal, including all energy audit documentation. The ESCO shall prepare the final Energy Services Proposal, detailing the actual energy services and ESCO equipment to be provided, energy savings and cost guarantees, measurement and verification plans, and commissioning plans for the proposed measures. Measures will include items that save energy, water and other resources. The Cost Effectiveness Criteria for this project shall be as established in the Main Energy Services Agreement or as modified in Section III above. V. SCHEDULE FOR COMPLETION Final completion of the Energy Audit and Energy Services Proposal within 133 calendar days after Authorization to Proceed. VI. CIVIL RIGHTS Contractor represents and warrants that Contractor complies with all applicable requirements regarding civil rights. Such requirements prohibit discrimination against individuals based on their status as protected veterans or individuals with disabilities and prohibit discrimination against all individuals based on their race, color, religion, sex, sexual orientation, gender identity, or national origin. VII. NON-DISCRIMINATION 1. Nondiscrimination Requirement. During the term of this Contract, Contractor, including any subcontractor, shall not discriminate on the bases enumerated at RCW 49.60.530(3). In addition, Contractor, including any subcontractor, shall give written notice of this nondiscrimination requirement to any labor organizations with which Contractor, or subcontractor, has a collective bargaining or other agreement. 2. Obligation to Cooperate. Contractor, including any subcontractor, shall cooperate and comply with any Washington state agency investigation regarding any allegation that Contractor, including any subcontractor, has engaged in discrimination prohibited by this Contract pursuant to RCW 49.60.530(3). AGENDA ITEM #6. h) Authorization No. 2025-003 A (1) Rev. Page 3 of 3 Effective March 14, 2024 3. Default. Notwithstanding any provision to the contrary, Agency may suspend Contractor, including any subcontractor, upon notice of a failure to participate and cooperate with any state agency investigation into alleged discrimination prohibited by this Contract, pursuant to RCW 49.60.530(3). Any such suspension will remain in place until Agency receives notification that Contractor, including any subcontractor, is cooperating with the investigating state agency. In the event Contractor, or subcontractor, is determined to have engaged in discrimination identified at RCW 49.60.530(3), Agency may terminate this Contract in whole or in part, and Contractor, subcontractor, or both, may be referred for debarment as provided in RCW 39.26.200. Contractor or subcontractor may be given a reasonable time in which to cure this noncompliance, including implementing conditions consistent with any court-ordered injunctive relief or settlement agreement. 4. Remedies for Breach. Notwithstanding any provision to the contrary, in the event of Contract termination or suspension for engaging in discrimination, Contractor, subcontractor, or both, shall be liable for contract damages as authorized by law including, but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, which damages are distinct from any penalties imposed under Chapter 49.60, RCW. Agency shall have the right to deduct from any monies due to Contractor or subcontractor, or that thereafter become due, an amount for damages Contractor or subcontractor will owe Agency for default under this provision. 2025003AagrRevrw AGENDA ITEM #6. h) McKinstry 5005 3rd Ave. S., Seattle WA Confidential and Proprietary June 5th, 2024 City of Renton Investment Grade Audit Proposal Rev 1 To: Jeff Minisci, Facilities Director, City of Renton From: Andy Morgan, Building Energy Program Manager, McKinstry Cc: Chris Lewis, Project Manager, WA Department of Enterprise Services Andrew Williamson, Municipal Business Manager, McKinstry Subject: Ph 4 City Hall Controls and City Lighting Investment Grade Audit Proposal Project Description: The City of Renton is interested in improving the infrastructure and efficiency of the City Hall, City Parking Lots, Henry Moses Aquatic Center, and Maintenance Shops through a performance-based contract with McKinstry. This proposal will provide the guidelines for which McKinstry will provide the following tasks: 1. Conduct an Investment Grade Audit at the target facilities: City-wide Parking Lots Henry Moses Aquatic Center Renton City Hall Renton City Shops (including buildings A, B, C, D, and F) Renton Senior Center 2. Develop a comprehensive Energy Services Proposal (continuing the existing effort, taking the ROM budget pricing to GMAX) for the following measures in support of an Energy Efficiency Commerce Grant awarded in the amount of $267,626 and additional scope added by the City of Renton: Energy Efficiency Commerce Grant Scope 04.01-RCH: Optimize Controls and TAB Terminal Units (Renton City Hall) i. Existing: The Renton City Hall has legacy IBEX control hardware on its variable air volume (VAV) terminal units, water source heat pumps WSHP) and fan terminal units (FTU) The front-end controller and main AHU controllers were replaced with a newer unit in a prior project. The City Hall terminal units have not been balanced, nor commissioned in the past 10 years, causing comfort and efficiency issues in the building. ii. Proposed: Replace the remaining IBEX terminal controllers. Provide testing, adjusting, and balancing (TAB) of all the terminal units (233 total). Provide functional performance testing and controls sequence optimization for the 233 terminal units. iii. Benefits: Reduced maintenance costs. Improved occupant comfort. Improved setpoint and scheduling control. Energy savings. Optimized HVAC system operation. 09.01-CPL: Upgrade Lighting to LED (City-wide Parking Lots) i. Existing: City Hall’s exterior parking lot includes high wattage HID fixtures. The City Hall interior parking garage is already LED lighting, but underlit and requires upgrading. The Aquatic Center parking areas also use higher wattage HID-lamped fixtures. Liberty Park consists of mostly higher wattage HID-lamped fixtures. The parking lots of the Senior Center, Public Works, and Community Center have already been converted to LED and don’t require replacement. ii. Proposed: Replace the City Hall, Aquatic Center, and Liberty Park parking lot lighting fixtures with LED fixtures. Replace the City Hall Parking Garage LED lighting with new LED’s and provide new hi-low occupancy sensors. Reuse the existing dusk-to-dawn controls for each parking lot. AGENDA ITEM #6. h) Page 2 of 7 McKinstry 5005 3rd Ave. S., Seattle WA Confidential and Proprietary iii. Benefits: Reduced maintenance costs. Modernization of lighting fixtures. Energy savings. 09.01-HMA: LED Lighting and Occupancy Controls (Henry Moses Aquatic Center) i. Existing: Interior lighting is mostly 32-watt T8 linear fluorescent lamped fixtures. There are some areas that have been upgraded to LED already. ii. Proposed: Retrofit the fluorescent lamped fixtures to LED. Provide room level occupancy controls in select areas. iii. Benefits: Reduced maintenance. Energy savings. Improved controls. 09.01-PWS: LED Lighting and Controls (Renton City Shops A-B-C-D-F) i. Existing: This FIM includes the Interior and Exterior building-mounted fixtures and site lighting. Interior: the lighting system consists mostly of 32W T8 linear fluorescent lamped fixtures, with a few T5, and compact fluorescent. The high bay fixtures are lamped with high wattage High Pressure Sodium (HPS). There are also a large variety of fixtures that have already been upgraded to LED. Exterior: the lighting system has already been upgraded with LED sources throughout. ii. Proposed: Retrofit the interior and exterior lighting systems to LED or TLED or compact retrofit lamps. Provide remote lighting controls in select spaces. iii. Benefits: Provides remote controls. Improved lighting for occupants. Maintenance and energy savings. 09.02-HMA: Upgrade Exterior Lighting to LED (Henry Moses Aquatic Center) i. Existing: Exterior lighting is a mix of higher wattage HID fixtures, T5 and compact fluorescent. There are a few fixtures that have been upgraded to LED. ii. Proposed: Replace and retrofit fixtures with LED lamps. Existing controls will remain as-is. iii. Benefits: Maintenance and energy savings. 09.02-RCH: Upgrade Exterior Lighting to LED (Renton City Hall) i. Existing: Building-mounted and site lighting for the City Hall is a mix of 70- to 150-watt high intensity discharge (HID) lamps with magnetic ballasts. ii. Proposed: Retrofit the existing light fixtures with LED lamps. iii. Benefits: Improved lighting. Energy savings. Utility rebates. Reduced maintenance. 17.01-HMA: Install Pool Cover (Henry Moses Aquatic Center) i. Existing: The Aquatic Center lap pool cover has failed and is no longer used. ii. Proposed: Provide a new pool cover for the lap pool. iii. Benefits: Saves energy, reduces water evaporation, and reduces debris entering the pool. Non-Grant Scope 09.01-RSC: LED Lighting and Controls (Renton Senior Center) i. Existing: Interior lighting systems consist mostly of 32-watt T8 linear fluorescent lamped fixtures, with a few T12, and compact fluorescent fixtures. Select areas have been upgraded to LED. Exterior lighting is a mix of pin-based and screw-base compact fluorescent lamps with several fixtures that have already been upgraded to LED. ii. Proposed: Retrofit the interior and exterior fixtures with LED lamps. Provide lighting controls to provide remote access and control. iii. Benefits: Remote control and monitoring of lighting systems. Reduction of maintenance costs. Energy savings. AGENDA ITEM #6. h) Page 3 of 7 McKinstry 5005 3rd Ave. S., Seattle WA Confidential and Proprietary Please note that this is not a comprehensive ASHRAE Level 2 audit proposal – per direction received from The City of Renton, this IGA proposal as currently scoped and focused solely on providing ASHRAE Level 2 analysis and documentation directly related to the FIMs specifically listed above. 3. Identify a scope, project schedule and financial package for project implementation in 2024-2025. The investment grade effort is intended to lead to the implementation of energy improvement measures. The audit will provide all the details necessary for implementation of viable initiatives detailing all the associated savings, costs, potential utility funding, and return on investment scenarios, as well as loan details (if applicable) and construction schedules. This will be a collaborative effort with the City of Renton and the Washington State Department of Enterprise Services (DES). The study will be a product of the direction McKinstry receives, and it is expected that the information contained in the resulting Energy Services Proposal will form the basis of contracting documents for implementation. The specific deliverables associated with this professional services endeavor can be found in Attachment A. Requested Information: For effective execution of this proposal, we ask that the City of Renton provide access to the following: 9 Historical utility bills for the last 24 months. 9 All mechanical, electrical, architectural, and structural drawings. 9 All operational and maintenance manuals, balancing records, & specifications. 9 Operational records related to the cost of maintaining specific equipment. 9 Information with regards to any on-going maintenance contracts. 9 Access to individuals that have relevant information about the day-to-day operation of energy using systems on site. 9 Access to the building automation systems, including remotely, if available. 9 Prior energy studies for related systems, if applicable. 9 Any available hazardous material survey reports. Timeline and Milestones: McKinstry will start this scope of work immediately upon execution of a Professional Services Contract and notice to proceed. Formal progress review meetings will be conducted regularly throughout the study phase. During these review meetings, McKinstry will recommend measures based on preliminary analysis, while the City of Renton will provide final direction regarding recommended measures. The goal of these review meetings is to focus engineering efforts, budgeting, and savings assessment on those measures that have a high probability for implementation. McKinstry will target completion of the IGA (Investment Grade Audit) within 133 days of a notice to proceed. The following are proposed milestones following notice to proceed: Duration Action 12 weeks McKinstry to deliver pre-final investment grade audit analysis and recommendations 2 weeks Owner review comments and direction given 1 weeks McKinstry to deliver investment grade audit analysis 3 weeks Owner review comments and direction given 1 weeks McKinstry to deliver Energy Services Proposal AGENDA ITEM #6. h) Page 4 of 7 McKinstry 5005 3rd Ave. S., Seattle WA Confidential and Proprietary Criteria for Implementation: It is the City of Renton’s intent that McKinstry will implement all approved projects that meet the project criteria: Project shall include measures that are life cycle cost effective. Savings will include utility and hard-cost operational savings. McKinstry will work with the utilities to secure conservation grant funding for applicable initiatives. McKinstry will provide support to the City of Renton for the Energy Efficiency Commerce Grant Award. Investment Grade Audit Fee: The City of Renton will reimburse McKinstry for a lump sum of 98,400 for this scope of work. All fees assessed under this proposal will be included in the final implementation costs. In the event that McKinstry is unable to recommend projects that meet the criteria above, the City of Renton has no financial obligation to McKinstry. However, if the recommendations meet or exceed the Criteria for Implementation and the City of Renton chooses not to enter into an agreement with McKinstry to install the projects, the City of Renton will reimburse McKinstry for the Investment Grade Audit fee. All associated information, including deliverables, will become the property of the City of Renton upon final receipt of payment. We look forward to working with the City of Renton. Please call should you have any questions. Best Regards, Andy Morgan McKinstry Energy Services Building Energy Program Manager 360)731-7252 AGENDA ITEM #6. h) McKinstry 5005 3rd Ave. S., Seattle WA Confidential and Proprietary Attachment A Deliverables Investment Grade Audit An IGA is an intensive engineering analysis of Facility Improvement Measures (FIMs) for the facility, net energy savings, and a cost-effectiveness determination. This is a Level 2 audit as defined in ANSI/ASHRAE/ACCA Standard 211-2018, Standard for Commercial Building Energy Audits. Please note that this specific IGA is not a comprehensive ASHRAE Level 2 audit proposal for The City of Renton. This IGA proposal as currently scoped is focused solely on the FIMs listed in our IGA proposal and will meet the ASHRAE Level 2 audit requirements for those FIMs only. Accordingly, items 3, 9 and 15 below will apply only to the FIMs listed in the IGA Proposal. The IGA report shall be submitted before the ESP for Owner and DES review. The IGA report shall include results from the preliminary audit and: 1. Executive summary of the audit findings; 2. A description of the Facility including type of use, square footage, and location; 3. Description of building systems and major equipment; 4. The standards of comfort and service appropriate for the Facility; 5. The Baseline Energy Consumption per fuel type for the Facility, including the data, methodology and variables used to compute the Baseline, and the Baseline calendar period which must not be less than 12 months, and must be multiples of 12 months; 6. Utility rate schedules and/or Tariffs(obtained from the appropriate utility website); 7. Detailed energy analysis calculations. If an energy model is performed the software used, baseline modeling assumptions, and summary of results; 8. Facility benchmarking including the Energy Use Intensity (EUI) index and 12 months of utility data input into the EPA’s Energy Star Portfolio Manager with a printout of the Energy Star Statement of Performance; (Please note that the Statement of Performance will not be stamped by a professional engineer unless our IGA proposal explicitly includes stamping. This is because the EPA has additional tasks (beyond those required in ASHRAE Level 2 audits) that must be completed prior to stamping the Statement of Performance.) 9. A list of applicable building, mechanical, energy, or other pertinent state and local codes that the facility currently doesn’t meet or that may impact the project costs; 10. Description of Facility Improvement Measures (FIMs) recommended; 11. Description of FIMs considered and not recommended or not financially viable; 12. Measurement and verification (M&V) plan proposed for verifying energy savings consistent with the International Performance Measurement and Verification Protocol (IPMVP); 13. Financial analysis of FIMs; 14. Summary table with FIM name, installed cost, energy savings by utility, and O&M savings; 15. Normative Annex C Reporting Forms for Level 1 and Level 2 audits found in the AGENDA ITEM #6. h) Page 6 of 7 McKinstry 5005 3rd Ave. S., Seattle WA Confidential and Proprietary ASHRAE Standard for Commercial Buildings Energy Audits; 16. Prepared by a person acting as the auditor of record, who must be a qualified energy auditor having training, expertise, and three years of professional experience in building energy auditing, and being any one of the following: a. A licensed professional architect or engineer b. An energy auditor, assessor, or analyst certified by ASHRAE or the Association of Energy Engineers (AEE) for all building types. Energy Services Proposal ESCO shall present to DES and the Owner a written ESP, including the Energy Audit Documentation, within the time specified in the Energy Services Authorization and commencing on the date of the Authorization to Proceed. The ESP shall set forth at least the following: 1. The selected ESCO Equipment to be installed and ESCO Services to be provided. 2. The Cost Effective EEMs to be installed or caused to be installed by ESCO under the cost-effectiveness criteria. 3. The Benefits including the Energy Cost Savings, the decreased carbon production, operations and maintenance savings, and other non-energy cost savings. These savings will be real savings that will be realized through qualified and quantifiable analysis of the existing equipment and operating conditions. 4. The services that ESCO will perform or cause to be performed on or in the Facility, including but not limited to engineering, construction management, selfperformed work, the operations and maintenance procedures for use on ESCO Equipment, training for Facility personnel, providing warranty service, and equipment maintenance; 5. The Guaranteed Maximum Project Cost, itemized in detail (including but not limited to direct labor, material and equipment, Construction Contingency, performance bond, design, construction management, and overhead and profit), which may be amended to represent actual costs; 6. Recommendations for replacement of Existing Equipment, along with recommendations for improvements to Existing Equipment and Operating Conditions; 7. The standards of comfort and service appropriate for the Facility; 8. The Baseline Energy Consumption for the Facility as calculated in the IGA; 9. The calculated and Guaranteed Energy Savings and estimated Energy Cost Savings that are expected to result from the installation of ESCO Equipment and from ESCO Service. 10. The method by which Energy Savings and Energy Cost Savings will be calculated during the term of the Energy Services Authorization; 11. A description of how ESCO will finance its acquisition of ESCO Equipment and when title to ESCO Equipment will pass to the Owner; 12. A description of how Energy Savings will be guaranteed by ESCO; 13. A description of how ESCO proposes to be compensated; AGENDA ITEM #6. h) Page 7 of 7 McKinstry 5005 3rd Ave. S., Seattle WA Confidential and Proprietary 14. The term of the Energy Services Authorization; 15. The schedule for project completion; 16. The nature and extent of the Work and equipment that ESCO anticipates it will receive from other firms under subcontract; 17. A project-specific Diverse Business Inclusion Plan (Inclusion Plan), when applicable and where constraints or other factors prevent ESCO from applying its presubmitted Diverse Business Inclusion Plan to the Work. 18. ESCO’s Measurement and Verification (M&V) Plan for documenting energy savings, including specifying utility rates to be used, methodology, postconstruction equipment adjustment and any recommendation to continue or discontinue M&V reporting beyond the first 12-months post- installation, consistent with the International Performance Measurement and Verification Protocol (IPMVP), specifying how the cost of M&V was determined if they exceed 10% of cost savings; AGENDA ITEM #6. h) Department of Commerce Contract Number: 22-92601-008 Amendment Number: A Amendment Washington State Department of Commerce Energy Division Energy Programs in Communities Energy Retrofits for Public Buildings Program 1. Contractor 2. Contractor Doing Business As (optional) City of Renton 1055 South Grady Way Renton, WA 98507-3232 N/A 3. Contractor Representative (only if updated) 4. COMMERCE Representative (only if updated) 5. Original Contract Amount and any previous amendments) 6. Amendment Amount 7. New Contract Amount 267,626.00 $0.00 $267,626.00 8. Amendment Funding Source 9. Amendment Start Date 10. Amendment End Date Federal: State: X Other: N/A: 6/15/2024 6/15/2026 11. Federal Funds (as applicable): N/A Federal Agency: N/A CFDA Number: N/A 12. Amendment Purpose: Personnel turnover for all parties involved has meant construction delays. This 8-month extension will enable a full year of M&V to be performed post-construction completion. All other terms and conditions of this contract remain in full force and effect. COMMERCE, defined as the Department of Commerce, and the Contractor, as defined above, acknowledge and accept the terms of this Contract As Amended and attachments and have executed this Contract Amendment on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this Contract As Amended are governed by this Contract Amendment and the following other documents incorporated by reference: Contractor Terms and Conditions including Attachment A” – Scope of Work, Attachment “B” – Budget. A copy of this Contract Amendment shall be attached to and made a part of the original Contract between COMMERCE and the Contractor. Any reference in the original Contract to the “Contract” shall mean the “Contract as Amended”. FOR CONTRACTOR FOR COMMERCE Amondo Pavonne, Mayor of Renton Date Michael Furze, Assistant Director Date APPROVED AS TO FORM ONLY Sandra Adix Assistant Attorney General 3/20/2014 Date EXHIBIT D AGENDA ITEM #6. h) Attachment B Budget 2 This Contract is amended as follows Attachment B Budget ALL OTHER TERMS AND CONDITIONS OF THIS CONTRACT REMAIN IN FULL FORCE AND EFFECT Milestone Project Activity and Task Key Deliverables Deliverable Description Expected Completion Date Amount A Development Contracting Construction contract Primary contractor engaged Collaboration confirmed If applicable shared venture partner agreements in place 2 28 2023 11 797 00 B Design Permitting Design approval Confirmation Grantee organization has accepted design Copy of permits Permit applications submitted permits or receipts Intent ID Intent to pay prevailing wage filed with L I 5 30 2023 25 258 00 C Materials Ordered Supplier Invoice Documentation that materials have been ordered 1 5 2024 9 30 24 30 561 00 D Construction and Completion Testing Commissioning Report s from Contractor Inspection passed Documentation from applicable jurisdiction Photos Photographs of completed installation Notice of Substantial Completion Issued by Contractor Commencement of Energy Savings Issued by Contractor Close out Report Commerce form Fa ct Sheet Commerce template completed and submitted Certification of Match Letter signed by grantee official stating final project costs and amount of match provided 5/23 2024 5 30 25 186 676 00 E Analytics and Monitoring Measurement and Verification M V Payable on demonstration of energy savings targets being met after 1 year M V period may be extended for second year if needed to reach energy savings targets 6/27 2025 5/30 2026 13 384 00 Grant Total 267 676 00 As indicated in grant application Estimated project ttl cost 1 070 503 00 As indicated in grant application 802 827 00 Grant amount as estimated ttl project cost at time of application 25 Ma tch provided by grantee Maximum from Commerce AG E N D A I T E M # 6 . h ) Subgrant Agreement with City of Renton through AWC Energy Audit Grant Program Subgrant Number:EAG25-06 For Energy Audits of City-owned Buildings The Energy Retrofits and Solar Power for Public Buildings program is supported with funding from Washington’s Climate Commitment Act. The CCA supports Washington’s climate action efforts by putting cap-and-invest dollars to work reducing climate pollution, creating jobs, and improving public health. Information about the CCA is available at www.climate.wa.gov. Monday, July 1, 2024 GRA-25-012EXHIBIT E AGENDA ITEM #6. h) Page 2 of 17 Face sheet Subgrant Number: EAG25-06 AWC Energy Audit Grant Program 1. Subgrantee 2. Subgrantee Doing Business As (as applicable) City of Renton 3. Subgrantee Representative 4. AWC Representative Edward Grube Capital Projects Coordinator Egrube@rentonwa.gov Brianna Morin Legislative Policy Analyst Briannam@awcnet.org 5. Subgrant Amount 6. Start Date 7. End Date 205,806 July 1, 2024 May 31, 2025 8. Universal Business Identifier 177-000-094 9. Subgrant Purpose The purpose of the grant is to: x Assist cities who own Tier 1 and Tier 2 covered buildings in completing energy audits. x Collect data on the costs for cities to comply with the state’s Clean Buildings Performance Standard (CBPS). AWC and the Subgrantee, as defined above, acknowledge and accept the terms of this Subgrant and attachments and have executed this Subgrant on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this Subgrant are governed by this Subgrant and the following other documents incorporated by reference: Subgrantee General Terms and Conditions including Attachment “A” – Scope of Work; Attachment “B” – Budget & Budget Narrative; Attachment “C” – Reporting Requirements. This Subgrant shall be effective upon signature by both Parties (“Start Date”). The term (“Term”) of this Subgrant shall begin on the Start Date and end on the End Date. This Subgrant shall remain in effect until such time as it is terminated as provided herein. FOR SUBGRANTEE FOR AWC Hon. Armondo Pavone, Mayor City of Renton Date Jason Seth, City Clerk Date Deanna Dawson, CEO Date AGENDA ITEM #6. h) Page 3 of 17 Special terms and conditions 1. SUBGRANT MANAGEMENT The Representative for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Subgrant. The Representative for AWC and their contact information are identified on the Face Sheet of this Subgrant. The Representative for the Subgrantee and their contact information are identified on the Face Sheet of this Subgrant. 2. ACKNOWLEDGEMENT OF CLIMATE COMMITMENT ACT FUNDING This Subgrant is funded through grant funds provided to the AWC from the Washington State Department of Commerce (“Commerce”) from Washington’s Climate Commitment Act (“CCA”) appropriated pursuant to Sec. 1002. 2023 c 474 s 1007, providing funding for 2023-25 Energy Retrofits and Solar Power for Public Buildings to the AWC to fund energy audits on city-owned tier 1 and tier 2 covered buildings and collect and manage data on the costs for cities to comply with the requirements of RCW 19.27A.210 and 19.27A.250. This Subgrant is funded in whole by funds provided to AWC under the CCA pursuant to Commerce Grant Number 24-92601-012, dated July 29, 2024 (the Commerce Grant”), as a subgrant of the Commerce Grant, Subgrantee agrees that any website, announcement, press release, and/or publication (written, visual, or sound) used for media-related activities, publicity, and public outreach issued by or on behalf of Subgrantee which reference programs or projects funded in whole or in part with Washington’s Climate Commitment Act (CCA) funds under this Subgrant, shall contain the following statement: The Energy Retrofits and Solar Power for Public Buildings program is supported with funding from Washington’s Climate Commitment Act. The CCA supports Washington’s climate action efforts by putting cap -and-invest dollars to work reducing climate pollution, creating jobs, and improving public health. Information about the CCA is available at www.climate.wa.gov.” The Subgrantee agrees to ensure coordinated CCA branding on work completed by or on behalf of the Subgrantee. The CCA logo must be used in the following circumstances, consistent with the branding guidelines posted at CCA brand toolkit, including: A. Any project related website or webpage that includes logos from other funding partners; B. Any publication materials that include logos from other funding partners; C. Any on-site signage including pre- and during Construction signage and permanent signage at completed project sites; and D. Any equipment purchased with CCA funding through a generally visible decal. 3. COMPENSATION Funds under this Subgrant may only be used to pay for eligible services described in the AWC-approved Scope of Work (Attachment A). AWC shall pay, solely from and to the extent of funds received from Commerce under the Commerce Grant, an amount not to exceed $205,806 for the performance of all things necessary for or incidental to the performance of work as set forth in the Scope of Work (Attachment A), within the Budget (Attachment B). Subgrantee's compensation for services rendered shall be based on the terms of the Scope of Work and Budget Attachment B). If Subgrantee is unable to meet the requirements of this Subgrant for any reason during the Term of the Subgrant, the Subgrantee shall immediately notify AWC to negotiate a revised Scope of Work and Budget subject to AWC’s approval. In the event state funds appropriated for the Scope of Work contemplated under this Subgrant are withdrawn, reduced, or limited in any way by the Governor or the Washington State Legislature, the parties hereto shall be bound by any such revised funding limitations as implemented at the discretion of Commerce, and the parties hereto shall meet and renegotiate the Subgrant accordingly. AWC makes no commitment of future support of Subgrantee and assumes no obligation for future support of the Scope of Work except as specifically provided for in this Subgrant. AGENDA ITEM #6. h) Page 4 of 17 4. BILLING PROCEDURES AND PAYMENT AWC will pay Subgrantee upon acceptance of services provided and receipt of properly completed invoices, which shall be submitted to the Representative for AWC. Final invoices for the state fiscal year ending June 30 may be due sooner; AWC will provide notification of the end of fiscal year due date. The invoice, including any attachments to the invoice, shall describe and document, to AWC's satisfaction, a description of the work performed, the progress of the project, and fees. If Commerce requires any additional detail, including any additional documentation, regarding work performed, progress of the project and fees, Subgrantee shall provide such additional detail and documentation. Each invoice shall include a “Cost Certification” of an Authorized Representative of the Subgrantee that invoiced amounts include only eligible amounts under this Subgrant and that Subgrantee has satisfied all requirements in the Scope of Work due to date. The invoice shall include the Grant Number EAG25-06. If expenses are invoiced, provide a detailed breakdown of each type. A receipt must accompany any single expenses in the amount of $50.00 or more in order to receive reimbursement. Payment shall be considered timely if made by AWC within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Subgrantee. AWC may, in its sole discretion, terminate the Subgrant or withhold payments claimed by the Subgrantee for services rendered if the Subgrantee fails to satisfactorily comply with any term or condition of this Subgrant. No payments in advance or in anticipation of services or supplies to be provided under this Agreement shall be made by AWC. Duplication of billed costs The Subgrantee shall not bill AWC for services performed under this Agreement, and AWC shall not pay the Subgrantee, if the Subgrantee is entitled to payment or has been or will be paid by any other source, including grants, for that service. Disallowed costs The Subgrantee is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subgrantees. AWC may, in its sole discretion, withhold ten percent (10%) from each payment until acceptance by AWC of the final report (or completion of the project, etc.). 5. SUBGRANTEE DATA COLLECTION Subgrantee will submit reports, in a form and format to be provided by AWC, regarding work under this Subgrant performed by subgrantees and the portion of Subgrant funds expended for work performed by subgrantees, including but not necessarily limited to minority-owned, woman-owned, and veteran-owned business subgrantees. Subgrantees” shall mean subgrantees of any tier. Subgrantee shall provide reports to AWC as set forth in the Reporting Requirements (Attachment C) 6. SUBGRANTEE’S PROPRIETARY INFORMATION The Subgrantee acknowledges that AWC is subject to chapter 42.56 RCW, the Public Records Act, and AWC acknowledges that the Subgrantee is subject to Chapter 42.56 RCW, the Public Records Act, and that this Subgrant will be a public record as defined in chapter 42.56 RCW. Any specific information that is claimed by the Subgrantee to be Proprietary Information must be clearly identified as such by the Subgrantee. To the extent consistent with chapter 42.56 RCW, AWC will maintain the confidentiality of the Subgrantee’s information in its possession that is marked Proprietary. If a public disclosure request is made to view the Subgrantee’s Proprietary Information, AWC will notify the Subgrantee of the request and of the date that such records will be released to the requester unless the Subgrantee obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the Subgrantee fails to obtain the court order enjoining disclosure, AWC will release the requested information on the date specified. 7. INSURANCE The Subgrantee shall provide insurance coverage as set out in this section or shall provide self-insurance as set forth in Section 8. The intent of the required insurance is to protect AWC should there be any claims, suits, actions, costs, AGENDA ITEM #6. h) Page 5 of 17 damages or expenses arising from any loss, or negligent or intentional act or omission of the Subgrantee or agents of either, while performing under the terms of this Subgrant. Failure to maintain the required insurance coverage may result in termination of this Subgrant. The insurance required shall be issued by an insurance company authorized to do business within the state of Washington. Except for Professional Liability or Errors and Omissions Insurance, the insurance shall name AWC, its agents, officers, and employees as additional insureds under the insurance policy. All policies shall be primary to any other valid and collectable insurance. The Subgrantee shall provide AWC thirty (30) calendar days’ advance notice of any insurance cancellation, non-renewal or modification. The Subgrantee shall submit to AWC within fifteen (15) calendar days of a written request by AWC, a certificate of insurance which outlines the coverage and limits defined in this insurance section. During the term of the Subgrant, if required or requested, the Subgrantee shall submit renewal certificates not less than thirty (30) calendar days prior to expiration of each policy required under this section. The Subgrantee shall provide, at AWC’s request, copies of insurance instruments or certificat ions from the insurance issuing agency. The copies or certifications shall show the insurance coverage, the designated beneficiary, who is covered, the amounts, the period of coverage, and that AWC will be provided thirty (30) days’ advance written notice of cancellation. The Subgrantee shall provide insurance coverage that shall be maintained in full force and effect during the term of this Subgrant, as follows: Commercial General Liability Insurance Policy. Provide a Commercial General Liability Insurance Policy, including contractual liability, written on an occurrence basis, in adequate quantity to protect against legal liability arising out of Subgrant activity but no less than $1,000,000 per occurrence. Additionally, the Subgrantee is responsible for ensuring that any Subgrantees provide adequate insurance coverage for the activities arising out of subgrants. Cyber Liability Insurance: The Subgrantee shall maintain Cyber Liability Insurance. The Subgrantee shall maintain minimum limits of no less than $1,000,000 per occurrence to cover all activities by the Subgrantee and licensed staff employed or under contract to the Subgrant. AWC, its agents, officers, and employees need not be named as additional insureds under this policy. Automobile Liability. In the event that performance pursuant to this Subgrant involves the use of vehicles, owned or operated by the Subgrantee, automobile liability insurance shall be required. The minimum limit for automobile liability is $1,000,000 per occurrence, using a Combined Single Limit for bodily injury and property damage. Professional Liability, Errors and Omissions Insurance. The Subgrantee shall maintain Professional Liability or Errors and Omissions Insurance. The Subgrantee shall maintain minimum limits of no less than $1,000,000 per occurrence to cover all activities by the Subgrantee and licensed staff employed or under Subgrant to the Subgrantee. AWC, its agents, officers, and employees need not be named as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf of the Subgrantee for the purpose of receiving or depositing funds into program accounts or issuing financial documents, checks, or other instruments of payment for program costs shall be insured to provide protection against loss: A. The amount of fidelity coverage secured pursuant to this Subgrant shall be $100,000 or the highest of planned reimbursement for the Subgrant period, whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall name AWC Commerce as beneficiary. B. Subgrantees that receive $10,000 or more per year in funding through this Subgrant shall secure fidelity insurance as noted above. Fidelity insurance secured by Subgrantees pursuant to this paragraph shall name AWC and Commerce as beneficiary. 8. SELF-INSURANCE PROGRAMS Subgrantees may maintain a program of self-insurance or participate in a property/liability pool with adequate limits to comply with the Subgrant insurance requirements or as is customary to the contractor or Subgrantee’s business, operations/industry, and the performance of its respective obligations under this Subgrant. AGENDA ITEM #6. h) Page 6 of 17 AWC may waive the requirement to be specially named as an additional insured on policies, including Public Liability and Business Automobile, provided that the Subgrantee provides: (1) a description of its self-insurance program, and 2) a certificate and/or letter of coverage that outlines coverage limits and deductibles. All self-insured risk management programs or self-insured/liability pools must comply with RCW 48.62, the requirements of the Office of Risk Management and Local Government Self Insurance Program, the Washington State Auditor’s reporting requirements and all related federal and state regulations. Subgrantees participating in a joint risk pool shall maintain sufficient documentation to support the aggregate claim liability information reported on the balance sheet. AWC, its agents, and employees need not be named as additional insured under a self-insured property/liability pool, if the pool is prohibited from naming third parties as additional insured. 9. FRAUD AND OTHER LOSS REPORTING Subgrantee shall report in writing all known or suspected fraud or other loss of any funds or other property furnished under this Subgrant immediately or as soon as practicable to the AWC Representative identified on the Face Sheet. 10. ORDER OF PRECEDENCE In the event of an inconsistency in this Subgrant, the inconsistency shall be resolved by giving precedence in the following order: xx Applicable federal and state of Washington statutes and regulations x Special Terms and Conditions x General Terms and Conditions x Attachment A – Scope of Work x Attachment B – Budget x Attachment C – Reporting Requirements AGENDA ITEM #6. h) Page 7 of 17 General terms and conditions 1. DEFINITIONS As used throughout this Subgrant, the following terms shall have the meaning set forth below: A. “Authorized Representative” shall mean the Subgrantee’s duly authorized representative and/or the designee duly authorized in writing to act on such representative’s behalf. B. “AWC” shall mean the Association of Washington Cities. C. “Subgrant” means the entire written agreement between AWC and the Subgrantee, including any Exhibits, documents, or materials incorporated by reference. E-mail or Facsimile transmission of a signed copy of this Subgrant shall be the same as delivery of an original. D. “Subgrantee” shall mean the entity identified on the face sheet performing service(s) under this Subgrant, and shall include all employees and agents of the Subgrantee. E. “Personal Information” shall mean information identifiable to any person, including, but not limited to, information that relates to a person’s name, health, finances, education, business, use or receipt of governmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers, and “Protected Health Information” under the federal Health Insurance Portability and Accountability Act of 1996 (HIPAA). F. “State” shall mean the state of Washington. G. "Agent" shall mean one not in the employment of the Subgrantee, who is performing all or part of those services under this Subgrant under a separate Contract with the Subgrantee. The terms “agent” mean subgrantee/subcontractor(s) in any tier. 2. ACCESS TO DATA The Subgrantee shall provide access to data generated under this Subgrant to AWC, Commerce, the Joint Legislative Audit and Review Committee, and the Office of the State Auditor at no additional cost. This includes access to all information that supports the findings, conclusions, and recommendations of the Subgrantee’s reports, including computer models and the methodology for those models. 3. ADVANCE PAYMENTS PROHIBITED No payments in advance of or in anticipation of goods or services to be provided under this Subgrant shall be made by AWC. 4. ALL WRITINGS CONTAINED HEREIN This Subgrant contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Subgrant shall be deemed to exist or to bind any of the parties hereto. 5. AMENDMENTS This Subgrant may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. 6. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, also referred to as the ADA” 28 CFR Part 35 The Subgrantee must comply with the ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunications. 7. ASSIGNMENT Neither this Subgrant, nor any claim arising under this Subgrant, shall be transferred or assigned by the Subgrantee without prior written consent of AWC. 8. ATTORNEYS’ FEES Unless expressly permitted under another provision of the Subgrant, in the event of litigation or other action brought to enforce Subgrant terms, each party agrees to bear its own attorneys’ fees and costs. 9. CONFIDENTIALITY/SAFEGUARDING OF INFORMATION A. “Confidential Information” as used in this section includes: i. All material provided to the Subgrantee by AWC that is designated as “confidential” by AWC; ii. All material produced by the Subgrantee that is designated as “confidential” by AWC; and AGENDA ITEM #6. h) Page 8 of 17 iii. All Personal Information in the possession of the Subgrantee that may not be disclosed under state or federal law. B. The Subgrantee shall comply with all state and federal laws related to the use, sharing, transfer, sale, or disclosure of Confidential Information. The Subgrantee shall use Confidential Information solely for the purposes of this Subgrant and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of AWC or as may be required by law. The Subgrantee shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request, the Subgrantee shall provide AWC with its policies and procedures on confidentiality. AWC may require changes to such policies and procedures as they apply to this Subgrant whenever AWC reasonably determines that changes are necessary to prevent unauthorized disclosures. The Subgrantee shall make the changes within the time period specified by AWC. Upon request, the Subgrantee shall immediately return to AWC any Confidential Information that AWC reasonably determines has not been adequately protected by the Subgrantee against unauthorized disclosure. C. Unauthorized Use or Disclosure. The Subgrantee shall notify AWC within five (5) working days of any unauthorized use or disclosure of any confidential information, and shall take necessary steps to mitigate the harmful effects of such use or disclosure. 10. CONFLICT OF INTEREST Subgrantee must maintain and comply with written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award and administration of contracts. Subgrantee must comply with the following minimum requirements: D. No employee, officer, or agent may participate in the selection, award, or administration of a contract if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the Subgrantee may neither solicit nor accept gratuities, favors, or anything of monetary value from Subgrantees or parties to subcontracts and must comply with Chap. 42,23 RCW. However, Subgrantee may set standards for situations in which the financial interest is not substantial or the gift is an unsolicited item of nominal value. The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the Subgrantee. E. If the Subgrantee has a parent, affiliate, or subsidiary organization that is not a state, local government, or federally recognized tribe, the Subgrantee must also maintain written standards of conduct covering organizational conflicts of interest. Organizational conflicts of interest means that because of relationships with a parent company, affiliate, or subsidiary organization, the Subgrantee is unable or appears to be unable to be impartial in conducting a procurement action involving a related organization. 11. COPYRIGHT Unless otherwise provided, all Materials produced under this Subgrant shall be considered "works for hire" as defined by the U.S. Copyright Act and shall be owned by Commerce. Commerce shall be considered the author of such Materials. In the event the Materials are not considered “works for hire” under the U.S. Copyright laws, the Subgrantee hereby irrevocably assigns all right, title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity to Commerce effective from the moment of creation of such Materials. Materials” means all items in any format and includes, but is not limited to, data, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and/or sound reproductions. Ownership” includes the right to copyright, patent, register and the ability to transfer these rights. For Materials that are delivered under the Subgrant, but that incorporate pre-existing materials not produced under the Subgrant, the Subgrantee hereby grants to AWC and Commerce a nonexclusive, royalty-free, irrevocable license with rights to sublicense to others) in such Materials to translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The Subgrantee warrants and represents that the Subgrantee has all rights and permissions, including intellectual property rights, moral rights and rights of publicity, necessary to grant such a license to Commerce. The Subgrantee shall exert all reasonable effort to advise AWC, at the time of delivery of Materials furnished under this Subgrant, of all known or potential invasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Subgrant. The Subgrantee shall provide AWC with prompt written notice of each notice or claim of infringement received by the Subgrantee with respect to any Materials delivered AGENDA ITEM #6. h) Page 9 of 17 under this Subgrant. AWC and Commerce shall have the right to modify or remove any restrictive markings placed upon the Materials by the Subgrantee. 12. DISPUTES In the event that a dispute arises under this Subgrant, the parties will use their best efforts to amicably resolve any dispute, including use of alternative dispute resolution options. In the event that a dispute arises under the Commerce Grant, Subgrant shall cooperate with AWC in resolving the dispute thereunder, providing documentation and other information as requested by AWC. In the event that Commerce seeks to enforce Subgrant’s obligations hereunder, Subgrantee shall use its best efforts to amicably resolve such dispute, including use of alternative dispute resolution options. 13. DUPLICATE PAYMENT AWC shall not pay the Subgrantee, if the Subgrantee has charged or will charge the State of Washington or any other party under any other Subgrant or agreement, for the same services or expenses. 14. GOVERNING LAW AND VENUE This Subgrant shall be construed and interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County. 15. INDEMNIFICATION To the fullest extent permitted by law, the Subgrantee shall indemnify, defend, and hold harmless the state of Washington, Commerce, AWC, agencies of the state and all officials, agents and employees of the state and AWC, from and against all claims for injuries or death arising out of or resulting from the performance of the Subgrant. Claim” as used in this Subgrant, means any financial loss, claim, suit, action, damage, or expense, including but not limited to attorney’s fees, attributable for bodily injury, sickness, disease, or death, or injury to or the destruction of tangible property including loss of use resulting therefrom. The Subgrantee’s obligation to indemnify, defend, and hold harmless includes any claim by Subgrantee’s agents, employees, representatives, or any subgrantee or its employees. The Subgrantee’s obligation shall not include such claims that may be caused by the sole negligence of the State or AWC or their agencies, officials, agents, and employees. If the claims or damages are caused by or result from the concurrent negligence of (a) the State, AWC or their agents or employees and (b) the Subgrantee, its subcontractors, agents, or employees, this indemnity provision shall be valid and enforceable only to the extent of the negligence of the Subgrantee or its subgrantees, agents, or employees. The Subgrantee waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend and hold harmless the state and its agencies, officers, agents or employees. 16. INDEPENDENT CAPACITY OF THE SUBGRANTEE The parties intend that an independent Subgrantee relationship will be created by this Subgrant. The Subgrantee and its employees or agents performing under this Subgrant are not employees or agents of the state of Washington, Commerce, or AWC. The Subgrantee will not hold itself out as or claim to be an officer or employee of Commerce, AWC, or of the state of Washington by reason hereof, nor will the Subgrantee make any claim of right, privilege or benefit which would accrue to such officer or employee under law. Conduct and control of the work will be solely with the Subgrantee. 17. INDUSTRIAL INSURANCE COVERAGE The Subgrantee shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If the Subgrantee fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, AWC may collect from the Subgrantee the full amount payable to the Industrial Insurance Accident Fund. AWC may deduct the amount owed by the Subgrantee to the accident fund from the amount payable to the Subgrantee by AWC under this Subgrant, and transmit the deducted amount to the Department of Labor and Industries, (L&I) Division of Insurance Services. This provision does not waive any of L&I’s rights to collect from the Subgrantee. 18. LAWS The Subgrantee shall comply with all applicable laws, ordinances, codes, regulations and policies of local, state, and federal governments, as now or hereafter amended. AGENDA ITEM #6. h) Page 10 of 17 19. LICENSING, ACCREDITATION AND REGISTRATION The Subgrantee shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Subgrant. 20. LIMITATION OF AUTHORITY Only the Chief Executive Officer of AWC or the CEO’s delegate by writing (delegation to be made prior to action) shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this Subgrant. Furthermore, any alteration, amendment, modification, or waiver or any clause or condition of this Subgrant is not effective or binding unless made in writing and signed by the Authorized Representative and the Chief Executive Officer of AWC or the CEO’s delegate. 21. NONDISCRIMINATION A. Nondiscrimination Requirement. During the performance of this Subgrant, the SUBGRANTEE, including any subcontractor, shall comply with all federal, state, and local nondiscrimination laws, regulations and policies, this shall include but not be limited to the following: SUBGRANTEE, including any subcontractor, shall not discriminate on the bases enumerated at RCW 49.60.530(3). In addition, SUBGRANTEE, including any subcontractor, shall give written notice of this nondiscrimination requirement to any labor organizations with which SUBGRANTEE, or subcontractor, has a collective bargaining or other agreement. The funds provided under this Subgrant shall not be used to fund religious worship, exercise, or instruction. No person shall be required to participate in any religious worship, exercise, or instruction in order to have access to the facilities funded by this Subgrant. B. Obligation to Cooperate. SUBGRANTEE, including any subcontractor, shall cooperate and comply with any Washington state agency investigation regarding any allegation that SUBGRANTEE, including any subcontractor, has engaged in discrimination prohibited by this Agreement pursuant to RCW 49.60.530(3). C. Default. Notwithstanding any provision to the contrary, AWC or COMMERCE may suspend SUBGRANTEE, including any subcontractor, upon notice of a failure to participate and cooperate with any state agency investigation into alleged discrimination prohibited by this Contract, pursuant to RCW 49.60.530(3). Any such suspension will remain in place until AWC and COMMERCE receive notification that SUBGRANTEE, including any subcontractor, is cooperating with the investigating state agency. In the event SUBGRANTEE, or subcontractor, is determined to have engaged in discrimination identified at RCW 49.60.530(3), AWC or COMMERCE may terminate this Subgrant in whole or in part, and SUBGRANTEE, subcontractor, or both, may be referred for debarment as provided in RCW 39.26.200. SUBGRANTEE or subcontractor may be given a reasonable time in which to cure this noncompliance, including implementing conditions consistent with any court- ordered injunctive relief or settlement agreement. D. Remedies for Breach. Notwithstanding any provision to the contrary, in the event of Subgrant termination or suspension for engaging in discrimination, SUBGRANTEE, subcontractor, or both, shall be liable for contract damages as authorized by law including, but not limited to, any cost difference between the original Subgrant and the replacement or cover Subgrant and all administrative costs directly related to the replacement Subgrant, e.g., cost of the competitive bidding, mailing, advertising and staff time , which damages are distinct from any penalties imposed under Chapter 49.60, RCW. SUBGRANTEE may also be required to repay subgrant funds pursuant to Section 25 (Recapture) of the General Terms & Conditions if the Agreement is terminated based on a violation of the nondiscrimination requirement. AWC shall have the right to deduct from any monies due to SUBGRANTEE or subcontractor, or that thereafter become due, an amount for damages SUBGRANTEE or subcontractor will owe AWC for default under this provision. 22. PAY EQUITY The Subgrantee agrees to ensure that “similarly employed” individuals in its workforce are compensated as equals, consistent with the following: A. Employees are “similarly employed” if the individuals work for the same employer, the performance of the job requires comparable skill, effort, and responsibility, and the jobs are performed under similar working conditions. Job titles alone are not determinative of whether employees are similarly employed; B. Subgrantee may allow differentials in compensation for its workers if the differentials are based in good faith and on any of the following: i. A seniority system; a merit system; a system that measures earnings by quantity or quality of production; a bona fide job-related factor or factors; or a bona fide regional difference in compensation levels. AGENDA ITEM #6. h) Page 11 of 17 ii. A bona fide job-related factor or factors may include, but not be limited to, education, training, or experience that is: Consistent with business necessity; not based on or derived from a gender-based differential; and accounts for the entire differential. iii. A bona fide regional difference in compensation level must be: Consistent with business necessity; not based on or derived from a gender-based differential; and account for the entire differential. This Subgrant may be terminated by the AWC, if AWC, Commerce, or the Department of Enterprise Services determines that the Subgrantee is not in compliance with this provision. 23. POLITICAL ACTIVITIES Political activity of Subgrantee’s employees and officers are limited by the State Campaign Finances and Lobbying provisions of Chapter 42.17A RCW. No funds may be used for working for or against ballot measures or for or against the candidacy of any person for public office. 24. PUBLICITY The Subgrantee agrees not to publish or use any advertising or publicity materials in which the state of Washington, AWC, or Commerce’s name is mentioned, or language used from which the connection with the state of Washington’s, AWC’s or Commerce’s name may reasonably be inferred or implied, without the prior written consent of AWC. 25. RECAPTURE In the event that the Subgrantee fails to perform this Subgrant in accordance with state laws, federal laws, and/or the provisions of this Subgrant, AWC reserves the right to recapture funds in an amount to compensate AWC for the noncompliance (including recaptured amounts AWC is required to provide to Commerce under the Commerce Grant) in addition to any other remedies available at law or in equity. Repayment by the Subgrantee of funds under this recapture provision shall occur within the time period specified by AWC. In the alternative, AWC may recapture such funds from payments due under this Subgrant. 26. RECORDS MAINTENANCE The Subgrantee shall maintain books, records, documents, data and other evidence relating to this Subgrant and performance of the services described herein, including but not limited to accounting procedures and practices that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Subgrant. The Subgrantee shall retain such records for a period of six years following the date of final payment. At no additional cost, these records, including materials generated under the Subgrant, shall be subject at all reasonable times to inspection, review or audit by AWC, personnel duly authorized by AWC, Commerce, the Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. 27. REGISTRATION WITH DEPARTMENT OF REVENUE If required by law, the Subgrantee shall complete registration with the Washington State Department of Revenue. 28. RIGHT OF INSPECTION The Subgrantee shall provide right of access to its facilities to AWC, or any of its officers, or to any other authorized agent or official of the state of Washington or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and/or quality assurance under this Subgrant. 29. SAVINGS In the event funding for this Subgrant from Commerce or any other state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Subgrant and prior to normal completion, AWC may suspend or terminate the Subgrant under the "Termination for Convenience" clause, without the ten calendar day notice requirement. In lieu of termination, the Subgrant may be amended to reflect the new funding limitations and conditions. AGENDA ITEM #6. h) Page 12 of 17 30. SEVERABILITY The provisions of this Subgrant are intended to be severable. If any term or provision is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of the Subgrant. 31. SITE SECURITY While on AWC premises, Subgrantee, its agents, employees, or subgrantees shall conform in all respects with physical, fire or other security policies or regulations. 32. SUBGRANTING/SUBCONTRACTING The Subgrantee may only subgrant/subcontract with an outside Agent contemplated under this Subgrant if it obtains the prior written approval of AWC. If AWC approves subgranting/subcontracting, the Subgrantee shall maintain written procedures related to subgranting, as well as copies of all subgrants/subcontract and records related to subgrants/subcontracts. For cause, AWC in writing may: (a) require the Subgrantee to amend its subgranting/subcontracting procedures as they relate to this Subgrant; (b) prohibit the Subgrantee from subgranting/subcontracting with a particular person or entity; or (c) require the Subgrantee to rescind or amend a subgrant/subcontract. Every subgrant/subcontract shall bind the Subgrantee/Subcontractor to follow all applicable terms of this Subgrant. The Subgrantee is responsible to AWC if the Subgrantee/Subcontractor fails to comply with any applicable term or condition of this Subgrant. The Subgrantee shall appropriately monitor the activities of the Subgrantee/Subcontractor to assure fiscal conditions of this Subgrant. In no event shall the existence of a subgrant/subcontract operate to release or reduce the liability of the Subgrantee to AWC for any breach in the performance of the Subgrantee’s duties. Every subgrant/subcontract shall include a term that AWC, Commerce, and the State of Washington are not liable for claims or damages arising from a Subgrantee/Subcontractor’s performance of the subgrant/subcontract. 33. SURVIVAL The terms, conditions, and warranties contained in this Subgrant that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Subgrant shall so survive. 34. TAXES All payments accrued on account of payroll taxes, unemployment contributions, the Subgrantee’s income or gross receipts, any other taxes, insurance or expenses for the Subgrantee or its staff shall be the sole responsibility of the Subgrantee. 35. TERMINATION FOR CAUSE In the event AWC or Commerce determines the Subgrantee has failed to comply with the conditions of this Subgrant in a timely manner, AWC has the right to suspend or terminate this Subgrant. Before terminating the Subgrant, AWC shall notify the Subgrantee in writing of the need to take corrective action. If corrective action is not taken within 30 calendar days, the Subgrant may be terminated. In the event of termination or suspension, the Subgrantee shall be liable for damages as authorized by law including, but not limited to, any cost difference between the original Subgrant and the replacement or cover Subgrant and all administrative costs directly related to the replacement Subgrant, e.g., cost of the competitive bidding, mailing, advertising and staff time. AWC reserves the right to suspend all or part of the Subgrant, withhold further payments, or prohibit the Subgrantee from incurring additional obligations of funds during investigation of the alleged compliance breach and pending corrective action by the Subgrantee or a decision by AWC or Commerce to terminate the Subgrant. A termination shall be deemed a “Termination for Convenience” if it is determined that the Subgrantee: (1) was not in default; or (2) failure to perform was outside of his or her control, fault or negligence. The rights and remedies of AW C and Commerce provided in this Subgrant are not exclusive and are, in addition to any other rights and remedies, provided by law or in equity, including terminating the Subgrant and/or instituting and prosecuting any proceeding at law or in equity to abate, prevent, or enjoin any such violation or to compel specific performance by Subgrantee of its obligations hereunder. AGENDA ITEM #6. h) Page 13 of 17 36. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Subgrant, AWC may, by ten (10) business days’ written notice, beginning on the second day after the mailing, terminate this Subgrant, in whole or in part. If this Subgrant is so terminated, AWC shall be liable only for payment required under the terms of this Subgrant for services rendered or goods delivered prior to the effective date of termination. 37. TERMINATION PROCEDURES Upon termination of this Subgrant, AWC, in addition to any other rights provided in this Subgrant, may require the Subgrantee to deliver to Commerce any property specifically produced or acquired for the performance of such part of this Subgrant as has been terminated. The provisions of the "Treatment of Assets" clause shall apply in such property transfer. AWC shall pay to the Subgrantee (solely from and to the extent of funds provided by Commerce for this purpose) the agreed upon price, if separately stated, for completed work and services accepted by Commerce, and the amount agreed upon by the Subgrantee and Commerce for (i) completed work and services for which no separate price is stated, (ii) partially completed work and services, (iii) other property or services that are accepted by Commerce, and iv) the protection and preservation of property, unless the termination is for default, in which case the Director of Commerce shall determine the extent of the liability of Commerce. Failure to agree with such determination shall be a dispute within the meaning of the “Disputes” clause of this Subgrant. AWC may withhold from any amounts due the Subgrantee such sum as AWC determines to be necessary to protect AWC and Commerce against potential loss or liability. The rights and remedies of Commerce provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Subgrant. After receipt of a notice of termination, and except as otherwise directed by Commerce or the AWC, the Subgrantee shall: A. Stop work under the Subgrant on the date, and to the extent specified, in the notice; B. Place no further orders or subgrants/subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the work under the Subgrant that is not terminated; C. Assign to Commerce, in the manner, at the times, and to the extent directed by the Authorized Representative, all of the rights, title, and interest of the Subgrantee under the orders and subgrants/subcontracts so terminated, in which case Commerce has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subgrants/subcontracts; D. Settle all outstanding liabilities and all claims arising out of such termination of orders and subgrants/subcontracts, with the approval or ratification of Commerce to the extent Commerce may require, which approval or ratification shall be final for all the purposes of this clause; E. Transfer title to Commerce and deliver in the manner, at the times, and to the extent directed by Commerce any property which, if the Subgrant had been completed, would have been required to be furnished to Commerce; F. Complete performance of such part of the work as shall not have been terminated by Commerce; and G. Take such action as may be necessary, or as Commerce may direct, for the protection and preservation of the property related to this Subgrant, which is in the possession of the Subgrantee and in which Commerce has or may acquire an interest. 38. TREATMENT OF ASSETS Title to all property furnished by Commerce shall remain in Commerce. Title to all property furnished by the Subgrantee, for the cost of which the Subgrantee is entitled to be reimbursed as a direct item of cost under this Subgrant, shall pass to and vest in Commerce upon delivery of such property by the Subgrantee. Title to other property, the cost of which is reimbursable to the Subgrantee under this Subgrant, shall pass to and vest in Commerce upon (i) issuance for use of such property in the performance of this Subgrant, or (ii) commencement of use of such property in the performance of this Subgrant, or (iii) reimbursement of the cost thereof by AWC or Commerce in whole or in part, whichever first occurs. A. Any property of AWC or Commerce furnished to the Subgrantee shall, unless otherwise provided herein or approved by AWC or Commerce, as applicable, be used only for the performance of this Subgrant. B. The Subgrantee shall be responsible for any loss or damage to property of AWC or Commerce that results from the negligence of the Subgrantee or which results from the failure on the part of the Subgrantee to maintain and administer that property in accordance with sound management practices. C. If any AWC or Commerce property is lost, destroyed or damaged, the Subgrantee shall immediately notify AWC or Commerce, as applicable, and shall take all reasonable steps to protect the property from further damage. AGENDA ITEM #6. h) Page 14 of 17 D. The Subgrantee shall surrender to AWC all property of AWC and shall surrender to Commerce all property of Commerce prior to settlement upon completion, termination or cancellation of this Subgrant. E. All reference to the Subgrantee under this clause shall also include Subgrantee’s employees, agents or Subgrantees/Subcontractors. 39. WAIVER Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this Subgrant unless stated to be such in writing and signed by AWC. 40. THIRD PARTY BENEFICIARY Commerce is a third-party beneficiary of this Subgrant and shall have the right to enforce this Subgrant directly against the Subgrantee. AGENDA ITEM #6. h) Page 15 of 17 Attachment A: Scope of Work Background The purpose of the grant is to assist cities who own Tier 1 and Tier 2 covered buildings in completing energy audits and collect data on the costs for cities to comply with the state’s Clean Buildings Performance Standard CBPS). AWC will fully or partially fund eligible Tier 1 and Tier 2 buildings, based on availability of funding. Funding will be awarded only for the cost of the audit, on a reimbursement basis. Subgrantee responsibilities The subgrantee will contract with a qualified energy auditor to conduct an energy audit of the city’s qualifying buildings and submit reporting materials and invoicing as outlined in Attachment C. The audit will contain a detailed analysis of the existing systems. The audit will include an evaluation of the economic performance and investment value of the EEMs (payback calculation and/or LCCA), which will meet the requirements of the CBPS. x The auditor must be a qualified energy auditor, per Commerce’s specifications: o A person acting as the auditor of record, having training, expertise, and three years professional experience in building energy auditing, and any one of the following: A licensed professional architect or engineer A Building Energy Assessment Professional (BEAP) certified by the American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE) A Certified Energy Auditor (CEA) certified by the Association of Energy Engineers (AEE) x The auditor must complete an energy audit in accordance with Section 8 of the Washington State CBPS. The audit must: o Include an audit summary in accordance with Normative Annex Z6.4 Form D of the Washington State CBPS. o Verify energy savings calculations of each EEM. o Verify that the combined savings of multiple EEM accounts for interactive effects. o Verify individual EEM costs evaluated by the energy audit. o Certify that the energy savings of the package of EEMs meets or exceeds projected energy savings in accordance with Section 9 of the CBPS. o For Tier 1 buildings that will not meet the EUIt and will be pursuing compliance through the investment criteria, the energy audit shall be an ASHRAE level 2 audit and include a life cycle cost analysis of all evaluated EEMs in accordance with Normative Annex X of the CBPS. o For Tier 1 buildings, the audit will identify opportunities for EEMs that, if implemented, would either meet the EUIt for the building or meet the investment criteria requirements of Normative Annex X of the CBPS. x The auditor must complete a building improvement plan that includes: o A description of each Tier 1 or Tier 2 covered building and the building’s systems including the physical address, building owner authorized representative name and contact information, and, for Tier 1 buildings, the CBPS Building ID. o The baseline energy consumption for each facility, including the data, methodology and variables used to compute the baseline, and the baseline calendar period. The calendar period must not be shorter than twelve consecutive months and shall be from within the previous 2 years prior to the energy audit. o Recommendations for replacement of existing equipment, along with recommendations for improvements to existing equipment and operating conditions (EEMs). o For Tier 1 buildings, the recommended EEMs to be installed in order to achieve compliance with the EUIt or if complying through the investment criteria. The auditor shall check with the utility provider and provide rebate recommendations that align with identified EEMs. o The standards of comfort and service appropriate for the facility. AGENDA ITEM #6. h) Page 16 of 17 o The estimated energy savings and energy cost savings that are expected from the installation of the energy efficiency equipment, and an explanation of the method or methods used to make the estimate. o The maximum allowable construction cost, itemized in detail. o Energy Use Intensity Calculations (Form C). Energy Star Portfolio Manager account for energy benchmarking, except buildings unable to meet Section 5.2, “Building Energy Monitoring” as referenced in Section Z6.3 of the CBPS. o For Tier 1 buildings, Energy Audit Forms (Form D) (Z6.4.1) and for buildings seeking compliance through the investment criteria, Annex X, Investment Criteria Tool (Form F) (Z6.5). The energy auditor will send the city the finalized audit and the building improvement plan. The city will perform an energy audit on the following city-owned buildings located at: 1055 South Grady Way, Renton, WA 98057 200 Mill Avenue S., Renton, WA 98057 AGENDA ITEM #6. h) Page 17 of 17 Attachment B: Budget Budget Grant amount: $205,806 Budget narrative Grant funds will be used as follows: 108,535 will be used for an energy audit of the city-owned building located at 1055 South Grady Way, Renton, WA 98057 97,271 will be used for an energy audit of the city-owned building located at 200 Mill Avenue S., Renton, WA 98057 Funds will be used to pay the costs of energy audits by a qualified energy auditor. AGENDA ITEM #6. h) Page 18 of 17 Attachment C: Reporting Requirements No later than May 31, 2025, the city must submit the following to AWC: Audits of Tier 1 buildings: x Invoice demonstrating payment for the audit x A completed building improvement plan for each building included in the audit, including: o Compliance pathway, if applicable o Performance metric for each building o Estimated cost of meeting the Energy Performance Metric o Estimated cost of developing and implementing an energy management plan, as required by the CBPS o Estimated cost of developing and implementing an operations and maintenance program, as required by the CBPS x A completed Form D Audit Report Audits of Tier 2 buildings: x Invoice demonstrating payment for the audit x A completed building improvement plan for each building included in the audit, including: o The identified Energy Efficiency Measures (EEMs) o Range of estimated costs to implement the EEMs o Estimated cost of developing and implementing an energy management plan, as required by the CBPS o Estimated cost of developing and implementing an operations and maintenance program, as required by the CBPS All work must be completed, and reports and reimbursement requests submitted, no later than May 31, 2025. AGENDA ITEM #6. h) AB - 3852 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: Agreement with Schindler Elevator Corporation; DBA Eltec Systems, City Center Parking Garage Elevator Arson Repair RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Public Works Facilities Division STAFF CONTACT: Brian Hammon, Facilities Manager EXT.: 425-757-3840 FISCAL IMPACT SUMMARY: The City Center Parking Garage elevator repair project total cost is $82,182.32. This project is funded through the Repairs and Maintenance- Parking Garage GL 108.220046.015.518.31.48.000 fund with a current balance of $40,138.08 resulting in a funding deficiency of $42,044.24. The Public Works Facilities Division is requesting additional funding from the general fund to execute this agreement. SUMMARY OF ACTION: In October of 2024an arson took place at the City Center Parking Garage, elevator car number two causing extensive damage. A police report was filed with the Renton Police Department, case #24-10657. Repairs to the elevator include complete interior, window, tile, electrical, and camera replacement. Eltec Systems in currently contracted with the city for all maintenance and repairs and have provided a repair estimate of $82,182.32. Due to other prioritized projects, repairs were delayed until spring of 2025. EXHIBITS: A. Agreement STAFF RECOMMENDATION: Approve the appropriation of additional funding in the amount of$42,044.24 for the agreement with Schindler Elevator; DBA Eltec Systems,in the total amount of$82,132.32,for the repair ofelevator car number twoat the City Center Parking Garage. AGENDA ITEM #6. i) SMALL WORKS CONTRACT AGREEMENT Using State Master Contract # CAG-2__-_____ THIS AGREEMENT (“Agreement”) is made as of the _____ day of ________, 20__, (the “Effective Date”) by and between the City of Renton, a Washington State municipal corporation (“City”), through its Public Works Facilities Division and Schindler Elevator Corporation DBA Eltec Systems, (“Contractor”), who are collectively referred to as the “Parties”, to Repair arson vandalism damage to elevator car #2 at the Renton Downtown Parking Garage 255 South 2nd St. Renton Washington. WHEREAS, the City has entered into the State Master Contracts Usage Agreement (MCUA) #21725 authorizing the use of State Contracts; and, WHEREAS, through competitive bid process Washington State Department of Enterprise Services (DES) awarded Contract #28723 that provides for Elevator full service maintenance, testing, and repair services and Related Services. WHEREAS, Contractor is a listed and participating Contractor for Contract #28723. The City and Contractor agree as set forth below: 1.Scope of Work: Contractor will provide all material and labor necessary to perform all work described in the Scope of Work which is attached and fully incorporated into this Agreement by reference as Attachment “A.” 2.Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Scope of Work consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order or Amendment signed by the Parties. 3.Time of Performance: Contractor shall commence performance of the Agreement no later than 30 calendar days after the Agreement’s Effective Date. 4.Term of Agreement: The Term of this Agreement shall end at completion of the Scope of Work, no later than 180 days from the Effective Date. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of The City and Contractor. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) PAGE 2 OF 9 5.Agreement Sum: The total amount of this Agreement is the sum of $82,182.32 which includes Washington State Sales Tax. This amount may be adjusted to a mutually agreed amount based on changes to the Scope of Work. 6. Consideration: In exchange for Contractor’s performance of the items and responsibilities identified in the Scope of Work, the City agrees to make payment of the amount identified as the Agreement Sum. 7.Method of Payment/ Retainage/ Bonding: Payment by the City for the Work will only be made after the Work has been performed and a voucher or invoice is submitted in a form acceptable to the City. A.Prevailing Wage Rates: Contractor must comply with the State of Washington prevailing wage requirements. Contractor must file an Intent To Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries. The State of Washington prevailing wage rates applicable for this project, which is located in King County, may be found at the following website address of the Department of Labor and Industries: http://www.lni.wa.gov/TradesLicensing/PrevWage/default.asp http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp Pursuant to WAC 296-127-011, the applicable effective date for prevailing wage rates paid for the duration of this contract shall be the date the contract is executed as reflected in the “Effective Date” identified at the top of the first page of this Agreement. Upon request, the City will provide a copy of the applicable prevailing wages for this project. Alternatively, the rates may be viewed at the City of Renton City Hall by making an appointment with the contact person identified herein or prior to contract award with the contact person identified as the City of Renton contact in Paragraph 15 Notices of this agreement. B. For Agreements over $150,000: Pursuant to RCW 60.28 and 39.08 the City requires a 5 % Retainage be withheld and that the Contractor will provide a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement. Payment of the initial 95% will be made in the next pay cycle of the City Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5% will be Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) PAGE 3 OF 9 retained for the purpose of completion of the project and fulfillment of claims and liens. C.For Agreements under $150,000 Pursuant to RCW 60.28 and 39.08 the City requires a 5 % Retainage be withheld and that the Contractor will provide a either a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement or waive the payment and performance bond and instead the City will retain 10%. Payment of the initial 95% will be made in the next pay cycle of the City Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5% will be retained for the purpose of completion of the project and fulfillment of claims and liens. (Unless the contractor waives the payment and performance bond below and opts for a 10% retainage below.) Contractor must pick one – if contractor does not pick one then 5% with contract bond is required: _______ To provide a payment and performance bond (contract bond) in the amount of 100% of the estimate including taxes with a 5% retainage, or ___X____ To waive a payment and performance bond (contract bond) and instead the city will retain the remaining 10% will be retained for the purpose of completion of the project and fulfillment of claims and liens. E.The City shall have the right to withhold payment to Contractor for any work not completed in a satisfactory manner until such time as Contractor modifies such work so that the same is satisfactory. F.Final Acceptance. Final Acceptance of the Project occurs when the Public Works Director has determined that the Project is one hundred percent (100%) complete and has been constructed in accordance with the Plans and Specifications. G.Payment in the Event of Termination. In the event this Contract is terminated by the either party, the Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under the Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by the City or which may be sustained by the reason of such refusal, neglect, failure or discontinuance of Contractor performing the work, such excess shall be paid by the City to the Contractor. If the City’s expense and damages exceed the unpaid balance, Contractor and his surety shall Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) PAGE 4 OF 9 be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all reasonable legal expenses and costs incurred by the City to protect the rights and interests of the City under the Contract. 8.Hold Harmless: Contractor shall indemnify, defend and hold harmless the City, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys’ fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor’s own employees, agents and volunteers, or damage to property caused by Contractor’s negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by the City and its officers, agents, employees and volunteers. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate…) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the City, its officers, officials, employees and volunteers, Contractor’s liability shall be only to the extent of Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor’s waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Insurance: Contractor shall secure and maintain: A.Commercial general liability insurance, including Contractors Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor, in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B.Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to the City that are excluded in the commercial general liability insurance. C.Workers’ compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D.Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired or non-owned, with minimum limits of $1,000,000 per occurrence combined Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) PAGE 5 OF 9 single limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on behalf of the City, beyond normal commutes E.It is agreed that on Contractor’s commercial general liability policy, the City of Renton will be named as an Additional Insured on a non-contributory primary basis. The City’s insurance policies shall not be a source for payment of any Contractor liability. F.Subject to the City’s review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before executing the work of this Agreement. G.Contractor shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 10.Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Contractor agrees as follows: A.Contractor, and Contractor’s agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B.The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C.If Contractor fails to comply with any of this Agreement’s non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D.Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) PAGE 6 OF 9 project, which includes but is not limited to fair labor laws and worker's compensation. 11.Independent Contractor: Contractor’s employees, while engaged in the performance of any of Contractor’s Work under this Agreement, shall be considered employees of the Contractor and not employees, agents, representatives of the City and as a result, shall not be entitled to any coverage or benefits from the City of Renton. Contractor’s relation to the City shall be at all times as an independent contractor. Any and all Workman’s Compensation Act claims on behalf of Contractor employees, and any and all claims made by a third-party as a consequence of any negligent act or omission on the part of Contractor’s employees, while engaged in Work provided to be rendered under this Agreement, shall be the solely Contractor’s obligation and responsibility. 12.Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement. The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). 13.Public Records Compliance. To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be protected from disclosure, it shall, at Contractor’s own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. 14.Other Provisions: A.Administration and Notices. Each individual executing this Agreement on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Contractor. Any notices required to be given by the Parties shall be delivered at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth below. Any notice so posted in the United States Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) PAGE 7 OF 9 mail shall be deemed received three (3) calendar days after the date of mailing. This Agreement shall be administered by and any notices should be sent to the undersigned individuals or their designees. CITY OF RENTON Brian Hammon 1055 South Grady Way Renton, WA 98057 Phone: (425) 757-3840 Bhammon@rentonwa.gov CONTRACTOR Donny Dana 2025 1st Ave suite 790 Seattle, WA 98121 Phone: (425) 531-3743 ddana@eltec.cc B.Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. C.Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton’s prior express written consent. D.Compliance with Laws. Contractor and all of the Contractor’s employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. A copy of this language must be made a part of any contractor or subcontractor agreement. E.Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the terms of this contract shall prevail. F Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. G.Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. H.Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) PAGE 8 OF 9 Contractor hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Contractor is a foreign corporation not registered with the State of Washington. I.Severability. A court of competent jurisdiction’s determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. J Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. K.Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L.Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either The City or Contractor from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of Effective Date above. CITY OF RENTON By:_____________________________ Armondo Pavone Mayor, City of Renton _____________________________ Date CONTRACTOR By: ________________________ Shruti Gandewar, General Manager Date Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA 4/18/2025 AGENDA ITEM #6. i) PAGE 9 OF 9 Attest _____________________________ Jason A. Seth City Clerk Approved as to Legal Form _______________________________ Shane Moloney Renton City Attorney NS clb 11-5-24 4-14-25 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) Page 1 of 4 DDAA-DAPQZY 2024.4.1 2025 1st Ave Suite 790 Seattle, WA 98121 Phone: 425.531.3743 (Donny’s Cell) Fax: UPGRADE ORDER AGREEMENT Date: 11/04/2024 Estimate Number: DDAA-DAPQZY (2024.4.1) To: City Of Renton Parking Garage 655 S 2Nd St Renton, WA 98057 Customer: City Of Renton Parking Garage 655 S 2nd St Renton, WA 98057 Attn: Tyler Patrick Eltec hereby proposes to furnish and install the following with respect to the equipment located at the above building: ELTEC to provide labor & materials to perform the following upgrades after the vandalism of elevator #2: -Provide & install four (4) full height elevator interior panels edged in stainless steel finish -Provide & install all new 6 pan downlight ceiling w/6 LED downlights -Provide one (1) set of cab interior protection pads -Provide & install an all new Emergency Light System as required by code -Provide & install brushed stainless steel cladding at COP due to fire damage -Provide & install 8x8 floor tile to match existing flooring as bast as can be -Provide & install one (1) piece of Glass at back wall due to fire damage. Glass to be clear laminated safety glass with ANSI logo -Re-finish Stainless Steel at the car door, transom, and strike jam due to smoke damage -Budget numbers provided, prices subject to change Cab Interior Upgrades - Vandalism Car 2 Price: $74,508.00, plus applicable taxes. (Quotations valid for 30 days; price based upon work during regular working hours of regular working days.) *Financing available (see below) Attachment A Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 1 MAINTENANCE, TESTING & REPAIR SERVICES CONTRACT NO. 28723 FOR ELEVATOR FULL SERVICE MAINTENANCE, TESTING, & REPAIR SERVICES CONTRACT REGION(S): OLYMPIC, NORTHWEST, SOUTHWEST, SOUTH CENTRAL, NORTH CENTRAL, AND EASTERN For Use by Eligible Purchasers By and Between STATE OF WASHINGTON DEPARTMENT OF ENTERPRISE SERVICES and ELTEC SYSTEMS, A DIVISION OF SCHINDLER ELEVATOR CORPORATION Dated January 1, 2025 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 2 MAINTENANCE, TESTING & REPAIR SERVICES CONTRACT NO. 28723 FOR ELEVATOR FULL SERVICE MAINTENANCE, TESTING, & REPAIR SERVICES CONTRACT REGION(S): OLYMPIC, NORTHWEST, SOUTHWEST, SOUTH CENTRAL, NORTH CENTRAL, AND EASTERN This Washington Contract (“Contract”) is made and entered into by and between the State of Washington acting by and through the Department of Enterprise Services, a Washington State governmental agency (“Enterprise Services”) and Eltec Systems, A Division of Schindler Elevator Corporation a Washington Corporation (“Contractor”) and is dated and effective as of January 1, 2025. R E C I T A L S A.Pursuant to Legislative authorization, Enterprise Services, on behalf of the State of Washington, is authorized to develop, solicit, and establish enterprise procurement solutions, including contracts, for goods and/or services to support Washington state agencies. See RCW 39.26.050(1). The Washington State Legislature also has authorized Enterprise Services to make these contracts available, pursuant to an agreement in which Enterprise Services ensures full cost recovery, to other local or federal government agencies or entities, public benefit nonprofit organizations, and any tribes located in the State of Washington. See RCW 39.26.050(1) & (2). B.Washington state agencies and other eligible purchasers, as part of their operational requirements, need to purchase elevator full service maintenance, testing & repair services (“Elevator Services”), from professional, qualified, and innovative, professional contractors. On behalf of the State of Washington, Enterprise Services, as part of a competitive governmental procurement, to establish an enterprise procurement solution, issued Competitive Solicitation No. 28723 dated October 3, 2024 for (collectively Elevator Services) to solicit and evaluate competitive bids to award Contracts for Elevator Services by specified geographic area. The Competitive Solicitation was structured to meet purchaser needs and designed to result in an award of a Contract, by specified geographic area, in which the State of Washington was divided into six (6) regions. In addition, within each geographic region, Enterprise Services structured the Competitive Solicitation to address state procurement priorities pertaining to qualified Washington Small Businesses and Veteran-Owned Businesses. C.The goal of the competitive solicitation is to establish an enterprise procurement solution resulting in Contracts awarded by specified geographic region to enable eligible purchasers to purchase specified Elevator Services from an awarded Contractor in a cost- effective, efficient manner using the terms and conditions of the Contract. D.Enterprise Services evaluated all responses to the Competitive Solicitation and identified Contractor as an apparent successful bidder above-referenced contract for the above- referenced geographic regions. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 3 MAINTENANCE, TESTING & REPAIR SERVICES E.Enterprise Services has determined that entering into this Contract will meet the identified needs and be in the best interest of the State of Washington. F.The purpose of this Contract is to enable eligible purchasers to purchase the specified Goods and/or Services as set forth herein. A G R E E M E N T NOW THEREFORE, in consideration of the mutual promises, covenants, and conditions set forth herein, the parties hereto hereby agree as follows: 1.TERM. The term of this Contract is twenty-four (24) months, commencing January 1, 2025 and ending December 31, 2026; Provided, however, that if Contractor is not in default and if, by July 1, 2026 in Enterprise Services’ reasonable judgment, Contractor satisfactorily has met the performance-based goals for contract extension, Enterprise Services shall extend the term of this Contract, by written amendment, for up to forty-eight (48) additional months. Such extension amendment shall be on the same terms and conditions as set forth in this Contract. To earn the performance-based Contract term extension, Contractor must achieve the service level standards set forth in Exhibit A - Included Good/Services and following performance-based metrics: PERFORMANCE METRIC PERFORMANCE REQUIREMENT FOR CONTRACT EXTENSION Invoice Resolution: Contractor shall provide corrected invoices no later than 30 calendar days from known notice of invoicing error, no less than 90% of the time. Insurance Endorsements: Contractor timely provides to Enterprise Services at the designated address, without exception, annual insurance endorsements for the insurance coverages required by this Contract. See Exhibit C – Insurance Requirements at § 4. Vendor Management Fee: Contractor timely remits to Enterprise Service, with no less than a 75% on time rate over the contract term, the applicable Vendor Management Fee (VMF). Note: Contractor must pay the VMF within thirty (30) calendar days of invoice from Enterprise Services. If Contractor is delinquent in timely paying the VMF for three (3) or more quarters within the first nine (9) quarters of the Contract term, Contractor shall not be eligible for a performance-based extension. Contract Sales Reports: Contractor timely provides to Enterprise Services, with no less than a 75% on time rate over the contract term, the required Contract quarterly sales reports. Note: Contractor must provide the quarterly sales reports to Enterprise Services within thirty (30) calendar days of the quarter’s end. If Contractor is delinquent in providing the quarterly sales reports for three (3) or more quarters within the first nine (9) quarters of the Contract term, Contractor shall not be eligible for a performance-based extension. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 4 MAINTENANCE, TESTING & REPAIR SERVICES 2.ELIGIBLE PURCHASERS. This Contract may be utilized by any of the following types of entities (each an eligible “Purchaser”): 2.1. WASHINGTON STATE AGENCIES. All Washington state agencies, departments, offices, divisions, boards, and commissions. 2.2. WASHINGTON STATE INSTITUTIONS OF HIGHER EDUCATION. Any the following institutions of higher education (colleges) in Washington: State universities – i.e., University of Washington & Washington State University; Regional universities – i.e., Central Washington University, Eastern Washington University, & Western Washington University Evergreen State College; Community colleges; and Technical colleges. 2.3. CONTRACT USAGE AGREEMENT PARTIES. Any of the following types of entities that have executed a Contract Usage Agreement with Enterprise Services: Political subdivisions (e.g., counties, cities, school districts, public utility districts) in the State of Washington; Federal governmental agencies or entities; Public-benefit nonprofit corporations (i.e., public benefit nonprofit corporations as defined in RCW 24.03A.245) who receive federal, state, or local funding); and Federally recognized Indian Tribes located in the State of Washington. 3.SCOPE: INCLUDED GOODS AND/OR SERVICES & PRICES. 3.1. CONTRACT SCOPE. Pursuant to this Contract, Contractor is authorized to sell and provide only those Goods and/or Services set forth in Exhibit A – Included Goods/Services for the prices set forth in Exhibit B – Prices for Goods/Services. Contractor shall not represent to any Purchaser under this Contract that Contractor has contractual authority to sell or provide any Goods and/or Services beyond those set forth in Exhibit A – Included Goods/Services. (a) Services. For purposes of this Contract, “Services” means all services of any nature ordered by Purchaser pursuant to this Contract and as identified in the Purchase Order. (b) Goods. For purposes of this Contract, “Goods” means all equipment, materials, supplies, ancillary parts, accessories, components and other items purchased by Purchaser pursuant to this Contract and as identified in the Purchase Order. (c)Specifications. Where applicable, specifications for Goods and/or Services are detailed in this Contract and the Purchase Order. Unless otherwise specified in the Purchase Order, all Goods and/or Services provided shall be new and unused of the latest model or design. 3.2. STATE’S ABILITY TO MODIFY SCOPE OF CONTRACT. Subject to mutual agreement between the parties, Enterprise Services reserves the right to modify the Goods and/or Services included Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 5 MAINTENANCE, TESTING & REPAIR SERVICES in this Contract; Provided, however, that any such modification shall be effective only upon thirty (30) calendar days advance written notice; and Provided further, that any such modification must be within the scope of the Competitive Solicitation for this Contract. 3.3. ECONOMIC ADJUSTMENT FOR LABOR (PREVAILING WAGE) RATES. Elevator Services performed by Elevator Technician Mechanics and performed in public buildings fall under the Washington Prevailing Wage law. See RCW 39.12 and WAC 296-127-023. The labor rates set forth in Exhibit B – Prices for Goods/Services utilize prevailing wages and a set % increase. The prevailing wage at the time the services are performed will be the basis of the rates charged on this Contract for any Purchase Order. There shall be no other economic adjustment to this the labor rates. 3.4. ECONOMIC ADJUSTMENT FOR PART RATES. The cost-plus percentage amount set forth in Exhibit B –Prices for Goods/Services will not be adjusted through the Economic Adjustment process. Prices for parts must be under the current MSRP list. Contractor must provide an MSRP list and description of products to Purchasers upon Purchaser’s request. Contractor may offer lower prices to Purchasers, during the term of this Contract, Contractor guarantees to provide the Goods at no greater than the prices set forth in Exhibit B – Prices for Goods/Services. There shall be no other economic adjustment to the parts rates. 3.5. ECONOMIC ADJUSTMENT FOR FULL SERVICE MAINTENANCE RATES. Beginning January 1, 2026, and annually thereafter, Contractor may request an economic price adjustment (EPA) to prices set forth in Exhibit B – Prices for Goods/Services. Requests for EPA must be requested in writing and emailed to the Enterprise Service’s Contract Administrator and received by Enterprise Services between October 1st and October 31st of each year. Contractor’s EPA request cannot exceed the annual average percentage changes in the United States Department of Labor, Bureau of Labor and Statistics (BLS) Producer Price Indices (PPI) as set forth in the formula below. Once Contractor’s timely EPA request is received, Enterprise Services will analyze the PPI data to determine the appropriate EPA. Contract prices, as adjusted by an EPA shall be effective beginning January 1st; Provided, however, that the parties must timely execute a contract amendment to incorporate such price adjustments. If Contractor does not timely submit an EPA request to Enterprise Services, there will be no EPA allowed on the Contract for that the applicable period and the following year the EPA will not be retroactive nor cumulative to account for unrequested EPAs. Enterprise Services shall have the right to review PPI data annually and, if such PPI data reflects a substantial decrease in the annual average PPI, the parties shall amend the Contract to decrease the Contract prices accordingly. The economic price adjustment shall be calculated as follows: New Price = Old Price + (Old Price x ((Current Period Index – Base Period Index) / Base Period Index)) The “Current Period Index” is the average of the most recent twelve months of BLS Index values, and the “Base Period Index” is the average of the twelve months of BLS Index values prior to the Current Period Index. PPI values, including those that are preliminary at the time of the request, will be utilized in the analysis. PPI NAME PPI CODE Elevator and Moving Stairway Manufacturing PCU333921333921 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 6 MAINTENANCE, TESTING & REPAIR SERVICES 3.6. PRICE CEILING. Although Contractor may offer lower prices to Purchasers, during the term of this Contract, Contractor guarantees to provide the Goods and/or Services at no greater than the prices set forth in Exhibit B – Prices for Goods/Services (subject to economic or other adjustment as set forth herein). 3.7. CONTRACT INFORMATION. Enterprise Services shall maintain and provide to eligible Purchasers information regarding this Contract, including scope, pricing, and lowest responsive, responsible bidder designation. In addition, Enterprise Services identifies awarded contractors who qualify as Washington Small Businesses, Certified Veteran-Owned Businesses, or that, pursuant to the Contract provide Goods/Services that meet specified state procurement priorities as set forth in the Competitive Solicitation. 4.CONTRACTOR REPRESENTATIONS AND WARRANTIES. Contractor makes each of the following representations and warranties as of the effective date of this Contract and at the time any order is placed pursuant to this Contract. If, at the time of any such order, Contractor cannot make such representations and warranties, Contractor shall not process any orders and shall, within three (3) business days notify Enterprise Services, in writing, of such breach. 4.1. QUALIFIED TO DO BUSINESS. Contractor represents and warrants that Contractor is (a) in good standing; (b) qualified to do business in the State of Washington; and (c) registered with the Washington State Department of Revenue and the Washington Secretary of State. 4.2. TAXES. Contractor represents and warrants that Contractor is current, in full compliance, and has paid all applicable taxes owed to the State of Washington. 4.3. LICENSES; CERTIFICATIONS; AUTHORIZATIONS; & APPROVALS. Contractor represents and warrants that Contractor possesses and shall keep current during the term of this Contract all required licenses, certifications, permits, authorizations, and approvals necessary for Contractor’s proper performance of this Contract. 4.4. SUSPENSION & DEBARMENT. Contractor represents and warrants as previously certified in Contractor’s Bidder’s Certification, that neither Contractor nor its principals or affiliates presently are nor have ever been debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in any governmental contract by any governmental department or agency within the United States. 4.5. WAGE VIOLATIONS. Contractor represents and warrants as previously certified in Contractor’s Bidder’s Certification, that during the term of this Contract and the three (3) year period immediately preceding the award of the Contract, Contractor has not been determined, by a final and binding citation and notice of assessment issued by the Washington Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction, to be in willful violation of any provision of Washington state wage laws set forth in RCW 49.46, 49.48, or 49.52. 4.6. CIVIL RIGHTS. Contractor represents and warrants that Contractor complies with all applicable requirements regarding civil rights. Such requirements prohibit discrimination against individuals based on their status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, color, religion, sex, sexual orientation, gender identity, or national origin. 4.7. WASHINGTON STATE WAGE THEFT PREVENTION. Contractor represents and warrants as previously certified in Contractor’s Bidder’s Certification, that during the term of this Contract and the Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 7 MAINTENANCE, TESTING & REPAIR SERVICES three (3) year period immediately preceding the award of the Contract, Contractor has not been determined, by a final and binding citation and notice of assessment issued by the Washington Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction, to be in willful violation of any provision of Washington state wage laws set forth in RCW 49.46, 49.48, or 49.52. 4.8. WASHINGTON STATE WORKERS’ RIGHTS (EXECUTIVE ORDER 18-03) (CERTIFIED). Contractor represents and warrants, as previously certified in Contractor’s Bidder’s Certification, that Contractor does NOT require its employees, as a condition of employment, to sign or agree to mandatory individual arbitration clauses or class or collective action waivers. Contractor further represents and warrants that, during the term of this Contract, Contractor shall not, as a condition of employment, require its employees to sign or agree to mandatory individual arbitration clauses or class or collective action waivers. 4.9. STATE PAY EQUALITY FOR ‘SIMILARLY EMPLOYED’ INDIVIDUALS. Contractor represents and warrants, as previously certified in Contractor’s Bidder’s Certification, that, among Contractor’s employees, ‘similarly employed’ individuals are compensated as equals. For purposes of this provision, employees are similarly employed if the individuals work for the same employer, the performance of the job requires comparable skill, effort, and responsibility, and the jobs are performed under similar working conditions. Job titles alone are not determinative of whether employees are similarly employed. Contractor may allow differentials in compensation for Contractor’s workers based in good faith on any of the following: a seniority system; a merit system; a system that measures earnings by quantity or quality of production; a bona fide job-related factor or factors; or a bona fide regional difference in compensation levels. A bona fide job-related factor or factors may include, but is not limited to, education, training, or experience that is: consistent with business necessity; not based on or derived from a gender-based differential; and accounts for the entire differential. A bona fide regional difference in compensation level must be consistent with business necessity; not based on or derived from a gender-based differential; and account for the entire differential. Notwithstanding any provision to the contrary, upon breach of warranty and Contractor’s failure to provide satisfactory evidence of compliance within thirty (30) days, Enterprise Services may suspend or terminate this Contract and any Purchaser hereunder similarly may suspend or terminate its use of the Contract and/or any agreement entered into pursuant to this Contract. 4.10. Intentionally Omitted 4.11. Intentionally Omitted 4.12. PUBLIC CONTRACTS AND PROCUREMENT FRAUD. Contractor represents and warrants that, within the three (3) year period prior to this Contract, neither Contractor nor its principals or affiliates: (a) have been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offence in connection with obtaining, attempting to obtain, or performing a public (federal, state, local, or tribal) contract or purchase order under a public contract; (b) have been in violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; (c) have been indicted for or otherwise criminally or civilly charged by a government entity (federal, state, local, or tribal) with commission of any of the offense enumerated in subsection (b) of this provision; or (d) had one or more public contracts (federal, state, local, or tribal) terminated for cause or default. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 8 MAINTENANCE, TESTING & REPAIR SERVICES 4.13. PROCUREMENT ETHICS & PROHIBITION ON GIFTS. Contractor represents and warrants that Contractor complies fully with all applicable procurement ethics restrictions including, but not limited to, restrictions against Contractor providing gifts or anything of economic value, directly or indirectly, to Enterprise Services and Purchasers’ employees. 4.14. WASHINGTON’S ELECTRONIC BUSINESS SOLUTION (WEBS). Contractor represents and warrants that Contractor is registered in Washington’s Electronic Business Solution (WEBS), Washington’s contract registration system and that, all of Contractor’s information therein is current and accurate and that throughout the term of this Contract, Contractor shall maintain an accurate profile in WEBS. 4.15. WASHINGTON’S STATEWIDE PAYEE DESK. Contractor represents and warrants that Contractor is registered with Washington’s Statewide Payee Desk, which registration is a condition to payment. 4.16. CONTRACT PROMOTION; ADVERTISING AND ENDORSEMENT. Contractor represents and warrants that Contractor shall use commercially reasonable efforts both to promote and market the use of this Contract with eligible Purchasers and to ensure that those entities that utilize this Contract are eligible Purchasers. Contractor understands and acknowledges that neither Enterprise Services nor Purchasers are endorsing Contractor’s Goods and/or Services or suggesting that such Goods and/or Services are the best or only solution to their needs. Accordingly, Contractor further represents and warrants that Contractor shall make no reference to Enterprise Services, any Purchaser, or the State of Washington in any promotional material without the prior written consent of Enterprise Services. 4.17. CONTINGENT FEES. Contractor represents and warrants that no person or selling agent has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established agents as defined in the Federal Acquisition Regulations. 4.18. FINANCIALLY SOLVENT. Contractor represents and warrants that Contractor has not commenced bankruptcy proceedings and that there are no judgment, liens, or encumbrances of any kind affecting title to any Goods and/or Services that are the subject of this Contract. 4.19. OPERATIONAL CAPABILITY. Contractor represents and warrants, as previously certified in Contractor’s Bidder’s Certification, that Contractor has the operational and financial capability relevant and appropriate experience, training, personnel, equipment, and tools to perform the Contract. 4.20. CONTRACT TRANSITION. Contractor represents and warrants that, in the event this Contract or a similar contract, is transitioned to another contractor (e.g., Contract expiration or termination), Contractor shall use commercially reasonable efforts to assist Enterprise Services (including the Purchasers hereunder) for a period of sixty (60) calendar days to effectuate a smooth transition to another contractor to minimize disruption of service and/or costs to the State of Washington and such Purchasers; Provided, however, that, if costs are incurred, Contractor shall be compensated for such costs consistent with the terms and conditions pertaining to this Contract for the sixty (60) day period immediately before such transition. 4.21. CONTRACTOR represents and warrants that Contractor shall comply with the federal Occupational Safety and Health Administration (OSHA) and, if manufactured or stored in the State of Washington, the Washington Industrial Safety and Health Act (WISHA) and the Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 9 MAINTENANCE, TESTING & REPAIR SERVICES standards and regulations issued thereunder, and certifies that all items furnished pursuant to this Contract shall conform to and comply with said laws, standards, and regulations. 4.22. LABOR FURNISHED. Contractor represents and warrants that all labor furnished by Contractor shall be trained journeyman level mechanics and mechanics in charge, or subcontractors, thoroughly skilled in Elevator Services. Apprentices must be registered with the National Association of Elevator Contractors (NAEC) and directly employed and supervised by Contractor. Elevator Technician Mechanic(s) and Apprentices will use all reasonable care to maintain the equipment in a proper and safe operating condition at all times. 4.23. INDUSTRY SAFETY STANDARDS. Contractor represents and warrants Contractor shall comply with current and approved elevator and/or escalator equipment industry safety standards. Contractor shall comply with the latest edition of the codes and standards enforced by the state and regulations promulgated by the American Society of Mechanical Engineers (ASME). Contractor Safety Plan for employee safe work practices that includes regular safety education given to employees, meet federal safety mandates, and steps to eliminate unsafe practices and incidents. 4.24. CONTRACTOR CERTIFICATIONS. Contractor represents and warrants Contractor shall comply with the entirety of Revised Code of Washington (RCW) 70.87, as well as codes and standards listed below or other applicable codes. The latest edition of the following codes and standards enforced by the state at the date of the contract inception or contract renewal, shall apply: (a) ASME A17.1 "Safety Code for Elevators and Escalators" (b) ASME A17.2 "Inspector's Manual for Elevators and Escalators (c) ASME A18.1 "Safety Standard for Platform Lifts and Stairway Chairlifts" (d) Building Officials and Code Administrators (BOCA) International Inc., Basic Building Code (e) BOCA Basic Mechanical Code (f) National Fire Protection Association (NFPA) Code (g) National Electric Code (NEC) (h) Williams-Steiger Occupational Safety and Health Act of 1970 (OSHA) (i) American Society for Testing and Materials (ASTM) (j) Institute of Electrical and Electronics Engineers (IEEE) (k) National Electrical Manufacturer's Association (NEMA) (l) National Petroleum Institute (NPI) (m) Underwriter's Laboratories, Inc. (UL), Federal Specifications (n) American National Standard of Safety Code 5. QUALITY; WARRANTY; REMEDIES. 5.1. GOODS (PARTS) WARRANTY. Contractor warrants that, for a period of twelve (12) months from the date when the Goods are put into use, or eighteen (18) months after delivery of the Goods, whichever is later (“Goods Warranty (Parts) Period”), the Goods: (a) are free from defects in design, material, and workmanship; (b) are fit and safe for the intended purposes Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 10 MAINTENANCE, TESTING & REPAIR SERVICES and appropriate for the specified application(s) (if any); (c) are consistent with recognized industry quality standards; (d) comply with the requirements, specifications, drawings, standards, and descriptions included in this Contract; and (e) are produced and delivered in full compliance with applicable law (“Goods (PARTS) Warranty”). Contractor further warrants that it has good and marketable title to the Goods and shall keep Purchaser’s property free of liens. If Purchaser receives notice of a lien caused by Contractor, Purchaser may withhold any payment otherwise due Contractor until Contractor submits proof, in a form satisfactory to Purchaser, that all lienable claims have been fully paid or waived. 5.2. GOODS (PARTS) REMEDY. If Goods do not comply with the Goods (PARTS) Warranty or any defects develop during the Goods (Parts) Warranty Period under normal use, at Purchaser’s election, Contractor promptly shall remedy the defect by removing, repairing, correcting, or replacing, and/or reinstalling any defective Goods. Contractor’s Goods (PARTS) Warranty support shall include, at Contractor’s sole expense, all technical support, parts, materials and equipment, and labor, including freight and “in/out” costs required to address the defect. If, in Purchaser’s judgment, repair or replacement is inadequate, or fails of its essential purpose, Contractor shall refund the full amount of any payments that have been made. The rights and remedies of the parties under this warranty are in addition to any other rights and remedies of the parties provided by law or equity, including, without limitation, actual damages, and, as applicable and awarded under the law, to a prevailing party, reasonable attorneys’ fees and costs. 5.3. SERVICES WARRANTY. Contractor warrants that: (a) Services shall be performed in a timely, efficient, and professional manner; (b) all Contractor personnel assigned to perform Elevator Services shall have the necessary skill, training, and all appliable licenses/certifications; and (c)Services shall be performed in a manner consistent with the standard of care in the industry (“Services Warranty”). The Services Warranty shall survive for a period of twelve (12) months after the date when Services are completed (“Services Warranty Period”). 5.4. SERVICES REMEDY. If Services do not comply with the Services Warranty or are in any manner found to be nonconforming during the Services Warranty Period, Contractor promptly shall remedy the non-conformance, or at Purchaser’s election, Contractor shall re-perform or correct the nonconforming Services at no additional cost to Purchaser or refund the amounts paid for the Services. 5.5. IT WARRANTY. Contractor warrants, that all hardware, software, and firmware associated with Goods or Services (“IT Goods” and “IT Services”, respectively) shall not: (a) contain any viruses, malicious code, Trojan horse, worm, time bomb, self-help code, back door, or other software code or routine designed to: (i) damage, destroy, or alter any software or hardware; (ii)reveal, damage, destroy, or alter any data; (iii) disable any computer program automatically; or (iv) permit unauthorized access to any software or hardware; (b) contain any third party software (including software that may be considered free software or open source software) that (i) may require any software to be published, accessed, or otherwise made available without the consent of Purchaser, or (ii) may require distribution, copying, or modification of any software free of charge; and (c) infringe on any patent, copyright, trademark, or other proprietary or intellectual property right of any third party or misappropriate any trade secret of any third party (“IT Warranty”). The IT Warranty shall expire twelve (12) months after the date IT Goods are delivered or IT Services are complete, as applicable. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 11 MAINTENANCE, TESTING & REPAIR SERVICES 5.6. IT REMEDY. If IT Goods or IT Services do not comply with the IT Warranty, or if any defect or non-conformance develops during the IT Warranty Period, Contractor, at Purchaser’s election, promptly shall: (a) remedy the defect by removing, repairing, correcting or replacing, and/or reinstalling any defective IT Goods; (b) re-perform or correct the non- conforming IT Services at no additional cost to Purchaser; or (c) refund the amounts paid for IT Services and IT Goods. 5.7. FAILURE TO REMEDY. If Contractor does not remedy a defect or nonconformity within ten (10) calendar days after receipt of written notice from Purchaser, or if an emergency exists rendering it impossible or impractical for Purchaser to have Contractor provide a remedy, Purchaser may, without prejudice to any other rights or remedies available to it, make or cause to be made required modifications, adjustments, or repairs, or may replace Goods, Services, IT Goods, or IT Services, in which case Contractor shall reimburse Purchaser for its actual costs or, at Purchaser’s option, Purchaser shall offset the costs incurred from amounts owing to Contractor. 5.8. EMERGENCY & TECHNICAL SUPPORT. - Contractor shall provide emergency after-hour service and telephone support, including after-hour technical support, at its own cost. Contractor shall maintain a technical support hotline to address breakdowns and safety incidents. 6. SAFETY; SECURITY; CONTRACTOR REQUIREMENTS WHILE ON PURCHASER’S PREMISES. Contractor’s failure to comply with any of the requirements in this Section shall be cause for termination. 6.1. REGULATORY REQUIREMENTS/SAFETY. Goods and/or Services supplied by Contractor shall meet all applicable health, safety, and other federal, state, local, and/or tribal regulatory requirements applicable to the Goods and/or Services. 6.2. MATERIAL SAFETY DATA SHEETS/SAFETY DATA SHEETS. As applicable, Contractor shall provide Purchaser with all appropriate current Material Safety Data Sheets (“MSDS”) and/or Safety Data Sheets (“SDS”) at the time of delivery of each shipment of Goods which requires such compliance and/or and for materials used by Contractor while performing Elevator Services pursuant to this Contract. 6.3. CLEAN-UP. If Contractor, its agents, employees, or subcontractors perform on-site Elevator Services, Contractor, at its cost, shall remove all excess materials, equipment, packaging, and garbage within the scope of its performance of Services and leave that portion of the premises in which the work was performed in a clean condition. Should Contractor fail to clean up a Site after completion of work, Purchaser shall have the right to remove the materials and set off the cost of clean up against amounts owed to Contractor. 6.4. HAZARDOUS MATERIALS. If Contractor uses chemicals or any potentially hazardous materials in the performance of Services, Contractor assumes responsibility for any loss, release, or environmental incident arising out of Contractor’s unloading, discharge, storage, handling, or disposal of any chemical or container holding potentially hazardous materials, including the use of potentially hazardous material alone or in combination with other substances, and for Contractor’s noncompliance with any related laws or regulations. 6.5. ACCIDENT AND INJURY REPORTING. If Contractor, its agents, employees, or subcontractors are present at Purchaser’s premises, Contractor promptly shall report to Purchaser in writing all injuries, accidents, property damage, near-miss incidents, or any claims regarding damages or injury involving Contractor, its agents, employees, or subcontractors occurring at such premises. Contractor agrees to cooperate and assist Purchaser in any investigation of such incidents. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 12 MAINTENANCE, TESTING & REPAIR SERVICES 6.6. ON-SITE REQUIREMENTS. As applicable, while on Purchaser’s premises or while interacting with Purchaser and/or Enterprise Services’ personnel, Contractor, its agents, employees, or subcontractors shall comply, in all respects, with Purchaser’s physical, fire, access, safety, health, and security requirements and not interfere with Purchaser’s operations. Contractor represents and warrants that Contractor, its agents, employees, or subcontractors who access Purchaser’s premises shall be adequately trained and at all times comply with Purchaser’s requirements. 6.7. IT SECURITY POLICIES. Contractor, its agents, employees, or subcontractors shall comply with all Washington State IT security policies and standards which shall be made available to Contractor upon request. 6.8. BACKGROUND CHECKS, SECURITY CLEARANCE, FINGERPRINTING, AND SECURITY AWARENESS TRAINING. All Contractor’s employees or subcontractors who provide services at facilities of the Washington State Patrol (WSP), Department of Corrections (DOC), Department of Social and Human Services (DSHS), or other similarly secure facilities of other eligible Purchasers, must pass a security background check, if required or at the request of the Purchaser. Contractors shall comply with requests for additional background checks, fingerprint, security training, and or safety requirements, to be cleared for access to Purchaser facilities. (a) Each location may require the clearance before any individual is allowed on site. (b) Some DOC facilities may require security clearance to be updated every ninety (90) days. Contractor shall submit required personnel information within an adequate time for completion of a security background clearance, generally fifteen (15) business days, ahead of a scheduled site visit. Contractors’ employees or subcontractors who provide service at a DOC and/or DSHS facilities may be required to attend a security briefing before working inside a facility for the first time. The briefing will cover tool control, key control, association with offenders, staff escorts, use of cell phones, pagers, cameras, tobacco products, alcohol, weapons, ammunition, contraband management, vehicles and parking, searches, emergency procedures, and other possible topics. (c) Contractors’ employees or subcontractors who provide service a WSP facility who have unescorted access are required to complete security awareness training every two (2) years, complete a criminal history background check, complete an FBI background, and submit fingerprint forms at Contractor’s expense. Contractor shall submit required personnel information and forms within an adequate time for completion of a security background clearance, generally four (4) weeks ahead of an unescorted scheduled site visit. 7. SUBCONTRACTORS. 7.1. CONTRACTOR RESPONSIBILITY. Notwithstanding any provision to the contrary, in the event Contractor elects to utilize subcontractors to perform this Contract, Contractor shall: (a) incorporate Contractor’s responsibilities under this Contract into its subcontracts; (b) be fully responsible for the performance of any such subcontractors (regardless of tier) and ensure that subcontractors comply with each and every Contractor obligation set forth in this Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 13 MAINTENANCE, TESTING & REPAIR SERVICES Contract; (c) be the sole point of contact for Enterprise Services and any Purchasers regarding all contractual matters; (d) ensure that such subcontractors are registered in WEBS; and (e) defend, indemnify, and hold Enterprise Services and Purchasers harmless in case of negligence, other tortious fault, or intentional misconduct by any such subcontractors (regardless of tier). Prior to utilizing any subcontractor to perform this Contract, Contractor shall provide written notice to Enterprise Services’ contract administrator. Such notice shall confirm that the subcontractor is registered in WEBS and provide the necessary information for Enterprise Services’ contract administrator to include such subcontractor(s) in Washington’s Purchasing Contract Management System (PCMS). 7.2. REPORTING. If Contractor is required to report to Purchaser and/or Enterprise Services, such report(s) shall include subcontractor data, by subcontractor, for any data that Contractor is required to report as well as a consolidated ‘rollup’ report combining Contractor and subcontractor data. 7.3. SUBCONTRACTOR REPRESENTATIONS AND CERTIFICATIONS. Any Contractor representations or certifications set forth in this Contract shall apply to subcontractors (at any tier) and Contractor shall not utilize any subcontractors (at any tier) who cannot provide such representations or certifications, excepting the certification to be registered with Washington’s Statewide Payee Desk, unless Purchaser shall pay such subcontractor directly. 8. USING THE CONTRACT – PURCHASES. 8.1 ORDERING REQUIREMENTS. (a) Purchaser Request. Eligible Purchasers shall order Goods and/or Services from this Contract, consistent with the terms hereof and by using any ordering mechanism agreeable both to Contractor and Purchaser but including, at a minimum, a purchase order. When practicable, Contractor and Purchaser also shall use telephone orders, email orders, web-based orders, and similar procurement methods (collectively “Purchaser Order”). All Purchase Orders must reference the Contract number. The terms of this Contract shall apply to any Purchase Order and, in the event of any conflict, the terms of this Contract shall prevail. Notwithstanding any provision to the contrary, in no event shall any ‘click-agreement,’ software or web-based application terms and conditions, or any other agreement modify the terms and conditions of this Contract. (b) Purchaser must provide written approval before utilization of Apprentice technicians and prior to billing. The Contractor must secure and obtain written pre-approval for all Apprentice technicians. (c) Purchaser shall provide Contractor a list of authorized representatives including at a minimum, name(s), email address(s), and phone number(s). (d) Contractor shall deliver the Goods and/or Services according to the frequency listed in the Purchaser’s Purchase Order (monthly, quarterly or annually) for the Full Service Maintenance of Equipment. Contractor shall complete Elevator Services to the applicable service location specified in the Purchase Order. Such completed Elevator Services should occur during Purchaser’s normal work hours and within the time period unless mutually agreed in writing between Purchaser and Contractor, or during an emergency. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 14 MAINTENANCE, TESTING & REPAIR SERVICES 8.2 PERFORMANCE REQUIREMENTS. Contractor must ensure that the Goods and/or Services are delivered or provided as required by this Contract, the Purchase Order used by Purchaser, and as otherwise mutually agreed in writing between Purchaser and Contractor. All services must be performed by qualified Elevator Technician Mechanic(s) with valid licenses, certifications, and/or qualifications as legally required to perform such Elevator Services. 8.3. PURCHASER INSPECTION OF GOODS AND/OR SERVICES. (a)Goods and/or Services purchased under this Contract are subject to Purchaser’s reasonable inspection, testing, and approval at Purchaser’s destination. Purchaser reserves the right to reject and refuse acceptance of Goods and/or Services that are not in accordance with this Contract and Purchaser’s Purchase Order. (b)If there are any apparent defects in the Goods and/or Services at the time of service, Purchaser promptly shall notify Contractor. At Purchaser’s option, and without limiting any other rights, Purchaser may require Contractor to repair or replace, at Contractor’s expense, any or all of the damaged or defect Goods and/or Services or, at Purchaser’s option, Purchaser may note any such damage or defect on the report, decline acceptance, and deduct the cost of rejected Goods and/or Services from final payment. Payment for any Goods and/or Services under such Purchase Order shall not be deemed acceptance. (c)If a deficiency is discovered at any time during Contractor’s performance of this Contract, Contractor, at no additional cost to Purchaser, shall correct the deficiency within ten (10) business days from notice of the deficiency. 8.4. CUSTOMER SERVICE. (a)Contractor Customer Service Availability. Contractor shall be available by phone and/or email Monday through Friday from 6:00 am to 6:00 p.m. Pacific Standard Time (PST). (b)Contractor Customer Service Response Time for Purchaser Inquiries for Routine Questions. Contractor shall return Purchasers’ calls and emails within one (1) business day. (c)Contractor Response Time for Purchaser’s Request for a Quote. Contractor will provide Purchaser with completed quote, once Contractor has all of the relevant information, within one (1) business day. (d)Contractor Acknowledgement of Purchase Order. Contractor will acknowledge purchaser orders within one (1) business day. (e)Contractor Non- Emergency Appointment Requests. This outlines the timeframe for scheduling and providing the appointment details to the Purchaser. Contractor will provide Purchaser the appointment details within one (1) business day. (f) Contractor Routine Response Time for Purchaser’s Repair Request. The response time is counted from the end of the phone call or when Contractor receives the email requesting repair until the technician arrives at location. A Routine Service Request is any request not deemed by Purchaser to require immediate response and resolution by Contractor. Contractor shall respond to all Routine Service Requests in accordance with the following standards: i.Routine Service Requests shall be resolved as quickly and effectively as possible and in such a manner that the disruption of Elevator Services and inconvenience to Purchasers is absolutely minimized. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 15 MAINTENANCE, TESTING & REPAIR SERVICES ii.Normal Work Hours (Weekdays) between 6 am and 6 pm; PST, within one (1) business day. (g)Contractor Malfunctioning Response Time for Purchaser’s malfunctioning equipment. The response time is counted from the end of the phone call or when Contractor receives the email requesting repair until the technician arrives at location. A Malfunctioning Service Request is any request not deemed by Purchaser to require immediate response and resolution by Contractor. Contractor shall respond to all Malfunctioning Service Requests in accordance with the following standards: i.Malfunctioning Service Requests shall be resolved as quickly and effectively as possible and in such a manner that the disruption of Elevator Services and inconvenience to Purchasers is absolutely minimized. ii.Normal Work Hours (Weekdays) between 6 am and 6 pm; PST, within one (1) hour. iii.Outside of Normal Work Hours between 6 pm and 6 am; PST, within 1 ½ (1.5) hours. (h)Contractor Response Time for Purchaser’s Labor & Industries (L&I) Correction Notice. The response time is counted from the end of the phone call or when Contractor receives the email requesting repair to when the technician arrives at location. An L&I correction notice is a Routine Service Request that requires immediate response and resolution by Contractor. Contractor shall respond to all L&I correction notice Requests in accordance with the following standards: i.L&I Correction Notice Requests shall be resolved as quickly and effectively as possible and in such a manner that the disruption of Elevator Services and inconvenience to Purchasers is absolutely minimized. ii.Normal Work Hours (Weekdays) between 6 am and 6 pm; PST, within one (1) business day. (i)Emergency Service Requests Response. Emergency Service Request is defined as an entrapment, or requests for immediate service in situations that are a threat to life or limb and have potential for injury, entrapment, or serious damage to property or Equipment. Upon notification by the Purchaser of a situation, the Contractor will, by mutual agreement, immediately dispatch a technician. Emergency response time is counted from the end of the phone call requesting repair to when the Contractor's Elevator Technician Mechanic(s) arrives onsite. Contractor will keep the Purchaser informed as to the Elevator Technician Mechanic(s) estimated time of arrival and shall respond to all Emergency Service Requests in accordance with the following standards: i.Emergency Service Requests shall be resolved as quickly and effectively as possible and in such a manner that the disruption of Elevator Services and inconvenience to users is absolutely minimized. ii.Normal Work Hours (Weekdays) between 6 am to 6 pm, PST: every 30 minutes and beyond the first 30 minutes updates every 30 minutes. iii.Overtime Hours (all other days/hours) 6 pm to 6 am, PST: every 30 minutes and beyond the first 30 minutes updates every 30 minutes. The Contractor and the Elevator Technician Mechanic(s) will make any emergency their No. 1 priority. Emergency service calls are billable at the applicable hourly rate. After sixty (60) minutes (or a different timeframe as negotiated upon execution of Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 16 MAINTENANCE, TESTING & REPAIR SERVICES the Purchaser’s agreement), the designated Purchaser’s representative has the authority to call the local Fire Department for extractions. The Purchaser reserves the right to seek reasonable compensation or reimbursement for resources used (both material and labor) for damage caused by the Fire Department if the call to the Fire Department was caused by a failure by Contractor to respond within the time limit established. (j)Schedule Maintenance Shutdowns: i.Short Shut Down. Purchaser is to be informed in writing (email acceptable) at least three (3) business days in advance when equipment will be taken down for more than two (2) hours. ii.Major Shut Down: Purchaser is to be informed in writing {email acceptable) at least one (1) week in advance when a unit will be taken down for more than one (1) day for non-emergency service and repairs. (k)Contractor Escalation. In the event of an escalated issue, Contractor shall provide Purchaser with a status update on escalated invoice issues every five (5) business days to Purchaser until invoice corrections are resolved not to exceed 30 calendar days. In the event of a change with the Contractor’s point of contact(s), the Contractor must inform the Contract Specialist within 15 calendar days to ensure the information is updated and posted accordingly. (l)Contractor Invoicing Correction Commitment. In the event of an unresolved invoicing issue, Contractor shall provide Purchaser with a status update on escalated issues every five (5) business days to Purchaser until such issues are resolved. In the event of a change with the Contractor’s point of contact(s), the Contractor must inform the Contract Specialist within 15 calendar days to ensure the information is updated and posted accordingly. (m)Invoice Resolution. In the event of an invoicing error, Contractor shall provide to the Purchaser a corrected invoice no later than five (5) calendar days from the day the correction was requested. (n)Contractor shall provide Purchaser with an up-to-date point of contact for Contractor and notify Purchaser of Elevator Technician Mechanic(s) and personnel changes/substitutions within seven (7) days of the change. (o)Contractor shall notify Purchaser at least forty-eight (48) hours of scheduled changes. 9.PREVAILING WAGES. This Contract category is subject to Washington’s Prevailing Wage on Public Works Act (RCW 39.12). Accordingly, for work pursuant to this Contract, Contractor (including any subcontractors), unless exempt, shall pay all workers employed in the performance of any part of the work in accordance with RCW 39.12 and the rules promulgated by the Washington State Department of Labor and Industries. 9.1. WAGE RATES. Contractor, and any subcontractor or other person doing any portion of the work covered by this Contract, shall not pay any laborer, worker, or mechanic less than the applicable and most current prevailing hourly wage rates and fringe benefits for said worker’s classification to all laborers workers or mechanics who perform any work pursuant to any Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 17 MAINTENANCE, TESTING & REPAIR SERVICES resulting contract, in conformance with the scope or work description of the Industrial Statistician of the Washington State Department of Labor and Industries. Contractor shall have sole responsibility to ascertain the applicable prevailing rate of wage for such classification, as set forth by the State of Washington for the County in which the work is performed. The applicable prevailing wage rates are set forth on the website for the Washington State Department of Labor and Industries. Prevailing wage rates are updated twice a year, on the first business day in February and August, and take effect thirty (30) days after publication. For Elevator Services on this Contract that are provided during an update to the prevailing wage rates, Contractor shall pay the applicable prevailing wage for the date the services performed in compliance with any update to the rates. For clarity, the updates to prevailing wage rates automatically apply to the wage rates on this Contract for any work performed on the day the updated prevailing wage rate takes effect. 9.2. STATEMENT OF INTENT TO PAY PREVAILING WAGES. Before commencing any work under this Contract, Contractor (and all subcontractors) shall file with the Washington State Department of Labor and Industries, for approval, a statement, under oath, certifying its Intent to Pay Prevailing Wages. Contractor also shall provide a copy of the Intent to Pay Prevailing Wages to Purchaser, if requested. 9.3. INVOICES & CONTRACT PAYMENTS. Contractor understands and agrees that each invoice for payment submitted to Purchaser shall state that prevailing wages have been paid in accordance with the pre-filed Statement(s) of Intent, as approved. Copies of the Intent to Pay Prevailing Wages shall be posted on the work site with the address and telephone number of the Industrial Statistician of the Washington State Department of Labor and Industries where a complaint or inquiry regarding prevailing wages may be made. Further, for invoices on this Contract for services performed that occur with an update to the prevailing wage rates, Contractor shall clearly detail the applicable rates charged for the dates services for periods before an update to the prevailing wage rate and periods after the prevailing wage rate to ensure to ensure that the correct prevailing wage rate was utilized. 9.4. AFFIDAVIT OF WAGES PAID. Upon completion of the work under this Contract, Contractor (and each subcontractor) shall file with the Washington State Department of Labor and Industries the approved Affidavit of Wages Paid. Purchaser shall condition final payment to Contractor on the submittal of such Affidavit of Wages Paid. 9.5. LABOR & INDUSTRIES FEES. Contractor shall pay to the Washington State Department of Labor and Industries any applicable fees for the Statement of Intent and/or Affidavit of Wages Paid that are to be submitted to the Washington State Department of Labor and Industries for certification. 9.6. PAYROLL RECORDS. Contractor shall retain payroll records pertaining to work performed for this Contract for three (3) years following expiration or termination of this Contract and, upon request, provide certified copies of such payroll records to Enterprise Services 10 INVOICING & PAYMENT CONTRACTOR INVOICE. Contractor shall submit properly itemized invoices to Purchaser’s designated invoicing contact for Goods and/or Services delivered under this Contract. Such invoices shall itemize the following: (a)Contract No. 28723; (b)Contractor name, address, telephone number, and email address for billing issues (i.e., Contractor Customer Service Representative); Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 18 MAINTENANCE, TESTING & REPAIR SERVICES (c)Contractor’s Federal Tax Identification Number; (d)Purchaser’s Purchaser Order No., name, address; and email address; (e)Date(s) of actual service performed; (f)Full Service Maintenance Rates, including any available prompt payment discounts. (g)In addition, invoices for T&M authorized work shall also include the following documentation: Detailed service description and itemized breakdown of applicable Goods and/or Service: i.Contractor’s T&M proposal ii.Journeyman level labor rate(s): Elevator Technician Mechanic, Elevator Technician Mechanic In Charge, Apprentice (Apprentice only with Purchaser’s prior written approval) Hourly rate and total hours for each labor category, if applicable. Pricing for Labor categories must be clearly structured in same manner as Contract pricing (Prevailing Wage + %). iii. Actual labor hours worked The number of hours should reflect at minimum the hours indicated on the MCP or sign in/out log, or other document as agreed by Purchaser. iv.Repair and/or replacement parts description v.Unit Price: Actual cost + % markup Pricing for Parts in performing Elevator Services must be clearly structured in same manner as Contract pricing (cost + % markup) Invoice amount to include break down of cost of materials Contractor’s invoices for payment shall reflect accurate Contract prices. Invoices shall not be processed for payment until Contractor has conducted the Elevator Service and Purchaser is in receipt of an accurate and a complete invoice as specified herein. 10.2 PAYMENT. Payment is the sole responsibility of, and shall be made by, the Purchaser. Purchaser’s obligation to pay invoices is subject to receipt of a timely and accurate invoice and conforming Goods and/or Services. Unless Contractor has provided a prompt payment discount set forth in Exhibit B – Prices for Goods/Services, Purchaser’s payment is due within thirty (30) calendar days of invoice. Purchaser retains the right of setoff for any amount due or owing to Purchaser. Purchaser may make payments electronically (e.g., ACH payments). Contractor shall provide information necessary to facilitate electronic payments. If Purchaser fails to make timely payment(s), Contractor may invoice Purchaser in the amount of one percent (1%) per month on the amount overdue or a minimum of $1.00. Payment shall not be considered late if a check or warrant is mailed within the time specified. 10.3 OVERPAYMENTS. Contractor promptly shall refund to Purchaser the full amount of any erroneous payment or overpayment. Such refunds shall occur within thirty (30) calendar days of written notice to Contractor; Provided, however, that Purchaser shall have the right to elect to have either direct payments or written credit memos issued. If Contractor fails to make timely refunds of overpayment(s) (either directly or by credit memo), Contractor shall pay Purchaser interest at the rate of one percent (1%) per month on the amount overdue thirty (30)calendar days after notice to Contractor. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 19 MAINTENANCE, TESTING & REPAIR SERVICES 10.4 ADVANCE PAYMENT PROHIBITED. Except as authorized by law, Contractor shall not request or receive advance payment for any Goods and/or Services furnished by Contractor pursuant to this Contract. 10.5 NO ADDITIONAL CHARGES. Unless otherwise specified herein, Contractor shall not include or impose any additional charges including, but not limited to, charges for travel, tolls, parking, mileage, lodging, meals, shipping, handling, insurance, or payment processing. 10.6 TAXES/FEES. Contractor promptly shall pay all applicable taxes on its operations and activities pertaining to this Contract. Failure to do so shall constitute breach of this Contract. Unless otherwise agreed, Purchaser shall pay applicable sales tax imposed by the State of Washington on purchased Goods and/or Services. Contractor’s invoices shall separately state (a)taxable and non-taxable charges and (b) sales/use tax due by jurisdiction. In regard to federal excise taxes, Contractor shall include federal excise taxes only if, after thirty (30) calendar days written notice to Purchaser, Purchase has not provided Contractor with a valid exemption certificate from such federal excise taxes. 11 CONTRACT MANAGEMENT. 11.1 CONTRACT ADMINISTRATION & NOTICES. Except for legal notices, the parties hereby designate the following contract administrators as the respective single points of contact for purposes of this Contract. Enterprise Services’ contract administrator shall provide Contract oversight. Contractor’s contract administrator shall be Contractor’s principal contact for business activities under this Contract. The parties may change contract administrators by written notice as set forth below. Any notices required or desired shall be in writing and sent by U.S. mail, postage prepaid, or sent via email, and shall be sent to the respective addressee at the respective address or email address set forth below or to such other address or email address as the parties may specify in writing: Enterprise Services Contractor Attn: Julie Hannah Washington Dept. of Enterprise Services PO Box 41411 Olympia, WA 98504-1411 Tel: (360) 407-2215 Email: descontractsteamcedar@des.wa.gov Attn: Shruti Gandhewar Eltec Systems, A Division of Schindler Elevator Corporation 2025 1st AVE Ste 790 Seattle, WA 98121 Tel: (206 482-13353 Email: sgandhewar@eltec.cc Notices shall be deemed effective upon the earlier of receipt, if mailed, or, if emailed, upon transmission to the designated email address of said addressee. 11.2 CONTRACTOR CUSTOMER SERVICE REPRESENTATIVE. Contractor shall designate a customer service representative (and inform Enterprise Services of the same) who shall be responsible for addressing Purchaser issues pertaining to this Contract. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 20 MAINTENANCE, TESTING & REPAIR SERVICES In the event of a change with the Contractor’s point of contact(s), the Contractor must inform the Contract Specialist within 15 calendar days to ensure the information is updated and posted accordingly. 11.3 LEGAL NOTICES. Any legal notices required or desired shall be in writing and sent by U.S. mail, postage prepaid, or sent via email, and shall be sent to the respective addressee at the respective address or email address set forth below or to such other address or email address as the parties may specify in writing: Enterprise Services Contractor Attn: Legal Services Manager Washington Dept. of Enterprise Services PO Box 41411 Olympia, WA 98504-1411 Email: greg.tolbert@des.wa.gov Attn: Shruti Gandhewar Eltec Systems, A Division of Schindler Elevator Corporation 2025 1st AVE Ste 790 Seattle, WA 98121 Email: sgandhewar@eltec.cc Notices shall be deemed effective upon the earlier of receipt if mailed, or, if emailed, upon transmission to the designated email address of said addressee. 12.CONTRACTOR SALES REPORTING; VENDOR MANAGEMENT FEE; & CONTRACTOR REPORTS. 12.1. CONTRACT SALES REPORTING. Contractor shall report total Contract sales quarterly to Enterprise Services, as set forth below. (a) Contract Sales Reporting System. Contractor shall report quarterly Contract sales in Enterprise Services’ Contract Sales Reporting System. Enterprise Services shall provide Contractor with a login password and a vendor number. The password and vendor number shall be provided to the Sales Reporting Representative(s) listed on Contractor’s Bidder Profile. (b)Data. Each sales report must identify every authorized Purchaser by name as it is known to Enterprise Services and its total combined sales amount invoiced during the reporting period (i.e., sales of an entire agency or political subdivision, not its individual subsections). The “Miscellaneous” option may be used only with prior approval by Enterprise Services. Upon request, Contractor shall provide contact information for all authorized Purchasers specified herein during the term of the Contract. If there are no Contract sales during the reporting period, Contractor must report zero sales. (c)Due dates for Contract Sales Reporting. Quarterly Contract Sales Reports must be submitted electronically by the following deadlines for all Contract sales invoiced during the applicable calendar quarter: QUARTER FOR SALES MADE IN CALENDAR QUARTER CONTRACT SALES REPORT DUE BY PAST DUE 1 January 1 – March 31 April 30 May 1 2 April 1 – June 30 July 31 August 1 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 21 MAINTENANCE, TESTING & REPAIR SERVICES QUARTER FOR SALES MADE IN CALENDAR QUARTER CONTRACT SALES REPORT DUE BY PAST DUE 3 July 1 – September 30 October 31 November 1 4 October 1 – December 31 January 31 February 1 12.2. VENDOR MANAGEMENT FEE. Contractor shall pay to Enterprise Services a vendor management fee (“VMF”) of 1.25 percent on the purchase price for all Contract sales (the purchase price is the total invoice price less applicable sales tax). (a)The sum owed by Contractor to Enterprise Services as a result of the VMF is calculated as follows: Amount owed to Enterprise Services = Total Contract sales invoiced (not including sales tax) x .0125. (b)The VMF must be rolled into Contractor’s current pricing. The VMF must not be shown as a separate line item on any invoice unless specifically requested and approved by Enterprise Services. (c)Enterprise Services shall invoice Contractor quarterly based on Contract sales reported by Contractor. Contractor is not to remit payment until Contractor receives an invoice from Enterprise Services. Payments must be received within thirty (30) calendar days of the invoice issue date from Enterprise Services. Contractor’s VMF payment to Enterprise Services must reference the invoice number. (d)Contractor’s failure to report accurate total net Contract sales, to submit a timely Contract sales report, or to remit timely payment of the VMF to Enterprise Services, shall be cause for Enterprise Services, at its discretion, to suspend Contractor or terminate this Contract or exercise remedies provided by law. Without limiting any other available remedies, the parties agree that Contractor’s failure to remit to Enterprise Services timely payment of the VMF shall obligate Contractor to pay to Enterprise Services, to offset the administrative and transaction costs incurred by the State to identify, process, and collect such sums, the sum of $200.00 or twenty-five percent (25%) of the outstanding amount, whichever is greater, or the maximum allowed by law, if less. (e)Enterprise Services reserves the right, upon thirty (30) calendar days advance written notice, to increase, reduce, or eliminate the VMF for subsequent purchases, and reserves the right to renegotiate Contract pricing with Contractor when any subsequent adjustment of the VMF might justify a change in pricing. 12.3. ANNUAL CONTRACT SALES REPORT FOR SERVICE CONTRACTS. Contractor shall provide to Enterprise Services a detailed annual Contract sales report. Such report shall include, at a minimum, the following: (a)The total dollar amount for Elevator Services (including, as applicable, item number or other identifier) invoiced by Contractor; (b)Date Elevator Services performed; Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 22 MAINTENANCE, TESTING & REPAIR SERVICES (c) Locations, by Purchaser; where Contractor performed Elevator Services and (d) Contract pricing: i. Full Service Maintenance Rates (Monthly, Quarterly, and/or Annual) ii. Prevailing Wage + % (Hourly rate and total hours for each labor category, if applicable. Pricing for Labor categories must be clearly structured in same manner as Contract pricing (Prevailing Wage + %). iii. Parts: Actual cost + % markup. Pricing for parts categories must be clearly structured in same manner as Contract pricing (Actual Cost + % mark up). (e) Total dollar amount for Elevator Services purchased by Purchaser; This report must be provided in an electronic format that can be read by Microsoft (MS) Excel. Such report is due within thirty (30) calendar days of the annual anniversary of the effective date of this Contract. 13. RECORDS RETENTION & AUDITS. 13.1 RECORDS RETENTION. Contractor shall maintain books, records, documents, and other evidence pertaining to this Contract and orders placed by Purchasers under it to the extent and in such detail as shall adequately reflect contract performance and administration of purchases, payments, taxes, and fees. Contractor shall retain such records for a period of six (6) years following expiration or termination of this Contract or final payment for any order placed by a Purchaser against this Contract, whichever is later; Provided, however, that if any litigation, claim, or audit is commenced prior to the expiration of this period, such period shall extend until all such litigation, claims, or audits have been resolved. 13.2 AUDIT. Enterprise Services reserves the right to audit, or have a designated third-party audit, applicable records to ensure that Contractor properly has invoiced Purchasers and that Contractor has paid all applicable vendor management fees to Enterprise Services. Accordingly, Contractor shall permit Enterprise Services, any Purchaser, and any other duly authorized agent of a governmental agency, to audit, inspect, examine, copy and/or transcribe Contractor’s books, documents, papers and records directly pertinent to this Contract or Purchase Orders placed by a Purchaser under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. This right shall survive for a period of six (6) years following expiration or termination of this Contract or final payment for any order placed by a Purchaser against this Contract, whichever is later; Provided, however, that if any litigation, claim, or audit is commenced prior to the expiration of this period, such period shall extend until all such litigation, claims, or audits have been resolved. 13.3 OVERPAYMENT OF PURCHASES OR UNDERPAYMENT OF FEES. Without limiting any other remedy available to any Purchaser, Contractor shall (a) reimburse Purchasers for any overpayments inconsistent with the terms of this Contract or Purchase Orders placed thereunder, at a rate of 125% of any such overpayments, found as a result of the examination of Contractor’s records; and (b) reimburse Enterprise Services for any underpayment of vendor management fees, at a rate of 125% of such fees found as a result of the examination of Contractor’s records (e.g., if Contractor underpays the Vendor Management Fee by $500, Contractor would be required to pay to Enterprise Services $500 x 1.25 = $625); Provided, however, that, in the event Contractor timely discovers and corrects any Purchaser overpayment or Contractor underpayment of vendor management fees and does so prior to the initiation of Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 23 MAINTENANCE, TESTING & REPAIR SERVICES any audit, Contractor shall be entitled to reimburse Purchaser or pay to Enterprise Services the actual amount of such Purchaser overpayment or such underpayment of vendor management fees. 14.INSURANCE. 14.1. REQUIRED INSURANCE. Contractor, at its expense, shall maintain in full force and effect the insurance coverages set forth in Exhibit C – Insurance Requirements. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the prices for Goods and/or Services and no additional payment shall be made to Contractor. 14.2. WORKERS COMPENSATION. Contractor shall comply with applicable workers compensation statutes and regulations (e.g., RCW Title 51, Industrial Insurance). If Contractor fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, Enterprise Services may terminate this Contract. This provision does not waive any of the Washington State Department of Labor and Industries (L&I) rights to collect from Contractor. If Contractor performs Services on Purchaser’s behalf in the State of Washington, and only to the extent of claims against Contractor by Purchaser under the Indemnity obligations in this Contract, Contractor expressly waives any immunity it may be granted under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor’s indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable to or for any third party under workers’ compensation acts, disability benefit acts, or other employee benefit acts. The parties expressly acknowledge and certify that the waiver of immunity under Title 51 RCW was mutually negotiated and agreed upon. 15.CLAIMS. 15.1. ASSUMPTION OF RISKS; CLAIMS BETWEEN THE PARTIES. Contractor assumes sole responsibility AND all risks of personal injury or property damage to itself and its employees and agents in connection with its operations under this Contract. Enterprise Services has made no representations regarding any factor affecting Contractor’s risks. Contractor shall pay for all damage to any Purchaser’s property resulting directly or indirectly from Contractor’s acts or omissions under this Contract. 15.2. THIRD-PARTY CLAIMS; GENERAL INDEMNITY. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold Enterprise Services and any Purchaser and their employees and agents harmless from and against all claims, demands, judgments, assessments, damages, penalties, fines, costs, liabilities, or losses including, without limitation, sums paid in settlement of claims, attorneys’ fees, consultant fees, and expert fees (collectively “Claims”) to the extent arising out of Contractor’s or its successors’, agents’, or subcontractors’ negligence, other tortious fault, or intentional misconduct under this Contract. The parties agree that if there are any limitations of Contractor’s liability, including a limitation of liability clause for anyone for whom the Contractor is responsible, such limitations of liability shall not apply to injuries to persons (including death), damages to property, data breach, and/or intellectual property infringement. Contractor shall take all steps needed to keep Purchaser’s property free of liens arising from Contractor’s activities, and promptly obtain or bond the release of any such liens that may be filed. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 24 MAINTENANCE, TESTING & REPAIR SERVICES 15.3. INTELLECTUAL PROPERTY INDEMNITY. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold Enterprise Services and any Purchaser and their employees and agents harmless from against any and all Claims resulting from allegations of infringement of any patents, copyrights, trade secret, or similar intellectual property rights covering the Goods and/or Services provided, or the use of the Goods and/or Services under this Contract. If Purchaser’s use of Goods and/or Services provided by Contractor is enjoined based on an intellectual property infringement Claim, Contractor shall, at its own expense, either procure for Purchaser the right to continue using the Goods and/or Services or, after consulting with Purchaser and obtaining Purchaser’s consent, replace or modify the Goods and/or Services with substantially similar and functionally equivalent non-infringing Goods and/or Services. 16.DISPUTE RESOLUTION. The parties shall cooperate to resolve any dispute pertaining to this Contract efficiently, as timely as practicable, and at the lowest possible level with authority to resolve such dispute. If, however, a dispute persists and cannot be resolved, it may be escalated within each organization. In such situation, upon notice by either party, each party, within five (5) business days shall reduce its description of the dispute to writing and deliver it to the other party. The receiving party then shall have three (3) business days to review and respond in writing. In the event that the parties cannot then agree on a resolution of the dispute, the parties shall schedule a conference between the respective senior managers of each organization to attempt to resolve the dispute. In the event the parties cannot agree, either party may resort to court to resolve the dispute. 17.TERMINATION; EXPIRATION; SUSPENSION; & REMEDIES. 17.1. TERMINATION. This Contract may be terminated: (a) upon the mutual written agreement of the parties; (b) by the non-breaching party where the breach is not cured within thirty (30) calendar days after written notice of breach is delivered to the breaching party, unless a different time for cure is otherwise stated in this Contract; and (c) as otherwise expressly provided for in this Contract. This Contract shall terminate automatically and without further action if a party becomes insolvent or is placed in receivership, reorganization, liquidation, or bankruptcy. In addition to any other available remedies, the non-breaching party may terminate this Contract as provided in subsection (b) above without further liability by written notice to the breaching party. A termination for breach shall not affect rights or obligations accrued or owed before the effective date of the termination notice. 17.2 TERMINATION FOR NONAPPROPRIATION OR REDUCTION OF FUNDS OR CHANGES IN LAW. Enterprise Services may suspend or terminate this Contract and Purchasers may suspend or terminate applicable Purchase Orders, in whole or in part, at the sole discretion of Enterprise Services or, as applicable, Purchaser, if Enterprise Services or, as applicable, Purchaser reasonably determines that: (a) a change in Federal or State legislation or applicable laws materially affects the ability of either party to perform under the terms of this Contract or applicable Purchase Order; or (b) that a change in available funds affects Purchaser’s ability to pay under the applicable Purchase Order. A change of available funds as used in this section includes, but is not limited to a change in Federal or State funding, whether as a result of a legislative act or by order of the President or the Governor. If a written notice is delivered under this provision, Purchaser shall reimburse Contractor for Goods properly ordered and/or Services properly performed until the effective date of said notice. Except as stated in this provision, in the event of termination for nonappropriation or reduction of funds or changes in law, Purchaser shall have no obligation or liability to Contractor. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 25 MAINTENANCE, TESTING & REPAIR SERVICES 17.3 TERMINATION FOR PUBLIC CONVENIENCE. Enterprise Services, for public convenience, may terminate this Contract; Provided, however, that such termination for public convenience must, in Enterprise Services’ judgment, be in the best interest of the State of Washington; and Provided further, that such termination for public convenience shall only be effective upon sixty (60) calendar days prior written notice; and Provided further, that such termination for public convenience shall not relieve any Purchaser from payment for Goods/Services already ordered as of the effective date of such notice. Except as stated in this provision, in the event of such termination for public convenience, neither Enterprise Services nor any Purchaser shall have any obligation or liability to Contractor. 17.4 PURCHASER OBLIGATIONS – EXPIRATION. Upon expiration of this Contract, Purchaser shall accept and take delivery of all outstanding and not yet fulfilled Purchase Orders and pay Contractor the price as set out in the Contract. Notwithstanding any provision to the contrary, in no event shall a Purchaser’s Purchase Order pursuant to this Contract that is executed prior to expiration of this Contract allow for Contractor to provide Goods and/or Services more than twelve (12) months beyond the expiration date of the Contract. 17.5 CONTRACTOR OBLIGATIONS – EXPIRATION OR TERMINATION. Upon expiration or termination of this Contract, Contractor shall: (a) continue to fulfill its warranty obligations with respect to any Goods and/or Services sold hereunder and all provisions of the Contract that, by their nature, would continue beyond the expiration, termination, or cancellation of the Contract shall so continue and survive; and (b) promptly return to Purchaser all keys, badges, and other materials supplied by Purchaser for the performance of any Purchase Order entered into pursuant to this Contract. 17.6 DEFAULT. Any of the following events shall constitute cause for Enterprise Services to declare Contractor in default of this Contract: (a) Contractor fails to perform or comply with any of the terms or conditions of this Contract; (b)Contractor fails to timely report quarterly contract sales; (c)Contractor fails to timely pay the vendor management fees when due; (d)Contractor fails to maintain the insurance coverages specified herein or timely provide to Enterprise Services the Certificate of Insurance and updates thereto specified herein; or (e)Contractor breaches any representation or warranty provided herein. 17.7 SUSPENSION & TERMINATION FOR DEFAULT. Enterprise Services may suspend Contractor’s operations under this Contract immediately by written cure notice of any default. Suspension shall continue until the default is remedied to Enterprise Services’ reasonable satisfaction; Provided, however, that, if after thirty (30) calendar days from such a suspension notice, Contractor remains in default, Enterprise Services may terminate Contractor’s rights under this Contract. All of Contractor’s obligations to Enterprise Services and Purchasers survive termination of Contractor’s rights under this Contract, until such obligations have been fulfilled. 17.8 REMEDIES FOR DEFAULT. (a) Enterprise Services’ rights to suspend and terminate Contractor’s rights under this Contract are in addition to all other available remedies. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 26 MAINTENANCE, TESTING & REPAIR SERVICES (b)In the event of termination for default, Enterprise Services may exercise any remedy provided by law including, without limitation, the right to procure for all Purchasers replacement Goods and/or Services. In such event, Contractor shall be liable to Enterprise Services for damages as authorized by law including, but not limited to, any price difference between the Contract price and the replacement or cover price as well as any administrative and/or transaction costs directly related to such replacement procurement – e.g., the cost of the competitive procurement. 17.9 LIMITATION ON DAMAGES. Notwithstanding any provision to the contrary, the parties agree that in no event shall any party or Purchaser be liable to the other for exemplary or punitive damages; Provided, however, that nothing contained in this Section shall in any way exclude or limit: (a) a party’s liability for all damages arising out of that party’s intentional acts or omissions; (b) the operation of any Goods or Services warranty provided in this Contract; or (c)damages subject to the Intellectual Property Indemnity section of this Contract. Any limitation of either party’s obligations under this Contract, by delivery slips or other documentation is void. 17.10 SUSPENSION/TERMINATION PROCEDURE. Regardless of basis, in the event of suspension or termination (in full or in part), the parties shall cooperate to ensure an orderly and efficient suspension or termination. Accordingly, Contractor shall deliver to Purchasers all Goods and/or Services that are complete (or with approval from Enterprise Services, substantially complete) and Purchasers shall inspect, accept, and pay for the same in accordance with this Contract and the applicable Purchase Order. Unless directed by Enterprise Services to the contrary, Contractor shall not process any orders after notice of suspension or termination inconsistent therewith. 18 PURCHASE ORDER TERMINATION. Purchaser Orders between Eligible Purchasers and Contractor may be terminated as follows: (a)Upon the mutual written agreement of the parties to the Purchase Order; (b)By the non-breaching party where the breach of the Purchase Order is not cured within thirty (30) calendar days after written notice of breach is delivered to the breaching party, unless a different time for cure is otherwise stated in the applicable Purchase Order; or (c)As otherwise expressly provided for in the applicable Purchase Order. Purchase Orders shall terminate automatically and without further action if a party becomes insolvent or is placed in receivership, reorganization, liquidation, or bankruptcy. In addition to any other available remedies, the non-breaching party may terminate the Purchase Order as provided in subsection (b) above without further liability by written notice to the breaching party. A termination for breach shall not affect rights or obligations accrued or owed before the effective date of the termination notice. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 27 MAINTENANCE, TESTING & REPAIR SERVICES 19 PUBLIC INFORMATION & PUBLIC RECORDS DISCLOSURE REQUESTS. 19.1 WASHINGTON’S PUBLIC RECORDS ACT. Unless statutorily exempt from public disclosure, this Contract and all related records are subject to public disclosure as required by Washington’s Public Records Act, RCW 42.56. 19.2 CONTRACTOR OBLIGATION. Contractor shall identify and mark the precise portion(s) of the relevant page(s) of any records provided to Enterprise Services that Contractor believes are statutorily exempt from disclosure and identify the precise statutory basis for exemption from disclosure. In addition, if, in Contractor’s judgment, certain portions of such records are not statutorily exempt from disclosure but are sensitive because particular portions of Contractor’s records (NOT including pricing) include highly confidential, proprietary, or trade secret information (or the equivalent) that Contractor protects through the regular use of confidentiality or similar agreements and routine enforcements through court enforcement actions, Contractor shall identify and mark the precise portion(s) of the relevant page(s) of any records that include such sensitive information. 19.3 ENTERPRISE SERVICES’ OBLIGATION. In the event that Enterprise Services receives a public records disclosure request pertaining to records that Contractor has submitted and marked either as (a)statutorily exempt from disclosure; or (b) sensitive, Enterprise Services, prior to disclosure, shall do the following: Enterprise Services’ Public Records Officer shall review any records marked by Contractor as statutorily exempt from disclosure. In those situations, where the designation comports with the stated statutory exemption from disclosure, Enterprise Services shall redact or withhold the record(s) as appropriate. For records marked ‘sensitive’ or for records where Enterprise Services determines that no statutory exemption to disclosure applies or is unable to determine whether the stated statutory exemption to disclosure properly applies, Enterprise Services shall notify Contractor, at the address provided in the Contract, of the public records disclosure request and identify the date that Enterprise Services intends to release the record(s) (including records marked ‘sensitive’ or exempt from disclosure) to the requester unless Contractor, at Contractor’s sole expense, timely obtains a court order enjoining Enterprise Services from such disclosure. In the event Contractor fails to timely file a motion for a court order enjoining such disclosure, Enterprise Services shall release the requested record(s) on the date specified. Contractor’s failure properly to identify exempted or sensitive information or timely respond after notice of request for public disclosure has been given shall be deemed a waiver by Contractor of any claim that such records are exempt or protected from public disclosure. 20 GENERAL PROVISIONS. 20.1 TIME IS OF THE ESSENCE. Time is of the essence for each and every provision of this Contract. 20.2 COMPLIANCE WITH LAW. Contractor shall comply with all applicable law. Contractor shall obtain all necessary permits and approvals and give all stipulations, certifications, and representations that may be required for it to perform this Contract. 20.3 NONDISCRIMINATION. (a)Nondiscrimination Requirement. During the term of this Contract, Contractor, including any subcontractor, shall not discriminate on the bases enumerated at RCW 49.60.530(3). In addition, Contractor, including any subcontractor, shall give written notice of this nondiscrimination Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 28 MAINTENANCE, TESTING & REPAIR SERVICES requirement to any labor organizations with which Contractor, or subcontractor, has a collective bargaining or other agreement. (b)Obligation to Cooperate. Contractor, including any subcontractor, shall cooperate and comply with any Washington state agency investigation regarding any allegation that Contractor, including any subcontractor, has engaged in discrimination prohibited by this Contract pursuant to RCW 49.60.530(3). (c)Default. Notwithstanding any provision to the contrary, Enterprise Services may suspend Contractor, including any subcontractor, upon notice of a failure to participate and cooperate with any state agency investigation into alleged discrimination prohibited by this Contract, pursuant to RCW 49.60.530(3). Any such suspension will remain in place until Enterprise Services receives notification that Contractor, including any subcontractor, is cooperating with the investigating state agency. In the event Contractor, or subcontractor, is determined to have engaged in discrimination identified at RCW 49.60.530(3), Enterprise Services may terminate this Contract in whole or in part, and Contractor, subcontractor, or both, may be referred for debarment as provided in RCW 39.26.200. Contractor or subcontractor may be given a reasonable time in which to cure this noncompliance, including implementing conditions consistent with any court-ordered injunctive relief or settlement agreement. (d)Remedies for Breach. Notwithstanding any provision to the contrary, in the event of Contract termination or suspension for engaging in discrimination, Contractor, subcontractor, or both, shall be liable for contract damages as authorized by law including, but not limited to, any cost difference between this Contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, which damages are distinct from any penalties imposed under Chapter 49.60, RCW. Enterprise Services and/or Purchasers shall have the right to deduct from any monies due to Contractor or subcontractor, or that thereafter become due, an amount for damages Contractor or subcontractor will owe Enterprise Services and/or Purchasers for default under this provision. 20.4 ENTIRE AGREEMENT. This Contract constitutes the entire agreement and understanding of the parties with respect to the subject matter and supersedes all prior negotiations, representations, and understandings between them. There are no representations or understandings of any kind not set forth herein. 20.5 AMENDMENT OR MODIFICATION. Except as set forth herein, this Contract may not be amended or modified except in writing and signed by a duly authorized representative of each party. 20.6 AUTHORITY. Each party to this Contract, and each individual signing on behalf of each party, hereby represents and warrants to the other that it has full power and authority to enter into this Contract and that its execution, delivery, and performance of this Contract has been fully authorized and approved, and that no further approvals or consents are required to bind such party. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 29 MAINTENANCE, TESTING & REPAIR SERVICES 20.7 NO AGENCY. The parties agree that no agency, partnership, or joint venture of any kind shall be or is intended to be created by or under this Contract. Neither party is an agent of the other party nor authorized to obligate it. 20.8 INDEPENDENT CONTRACTOR. The parties intend that an independent contractor relationship is created by this Contract. Contractor and its employees or agents performing under this Contract are not employees or agents of Enterprise Services. Contractor shall not have authorization, express or implied, to bind Enterprise Services to any agreement, liability, or understanding, except as expressly set forth herein. Contractor and its employees and agents are not entitled to unemployment insurance or worker’s compensation benefits through Enterprise Services or the State of Washington and Enterprise Services and the State of Washington shall not pay for or otherwise provide such coverage for Contractor and its employees and agents. 20.9 ASSIGNMENT. Contractor may not assign its rights under this Contract without Enterprise Services’ prior written consent and Enterprise Services may consider any attempted assignment without such consent to be void; Provided, however, that, if Contractor (a) provides written notice to Enterprise Services within thirty (30) calendar days of such event and (b) timely executes Enterprise Services’ Assignment, Assumption, and Consent Agreement, Contractor may assign its rights under this Contract in full to any parent, subsidiary, or affiliate of Contractor that controls or is controlled by or under common control with Contractor, is merged or consolidated with Contractor, or purchases a majority or controlling interest in the ownership or assets of Contractor. Unless otherwise agreed, Contractor guarantees prompt performance of all obligations under this Contract notwithstanding any prior assignment of its rights. 20.10 BINDING EFFECT; SUCCESSORS & ASSIGNS. This Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective successors and assigns. 20.11 ASSIGNMENT OF ANTITRUST RIGHTS REGARDING PURCHASED GOODS AND/OR SERVICES. Contractor irrevocably assigns to Enterprise Services, on behalf of the State of Washington, any claim for relief or cause of action which Contractor now has or which may accrue to Contractor in the future by reason of any violation of state or federal antitrust laws in connection with any Goods and/or Services provided in Washington for the purpose of carrying out Contractor’s obligations under this Contract, including, at Enterprise Services' option, the right to control any such litigation on such claim for relief or cause of action. 20.12 FEDERAL FUNDS. To the extent that any Purchaser uses federal funds to purchase Goods and/or Services pursuant to this Contract, such Purchaser shall specify, with its Purchase Order, any applicable requirement or certification that must be satisfied by Contractor at the time the Purchase Order is placed or upon delivery of such Goods and/or Services to Purchaser. 20.13 SEVERABILITY. If any provision of this Contract is held to be invalid or unenforceable, such provision shall not affect or invalidate the remainder of this Contract, and to this end the provisions of this Contract are declared to be severable. If such invalidity becomes known or apparent to the parties, the parties agree to negotiate promptly in good faith in an attempt to amend such provision as nearly as possible to be consistent with the intent of this Contract. 20.14 WAIVER. Failure of either party to insist upon the strict performance of any of the terms and conditions hereof, or failure to exercise any rights or remedies provided herein or by law, or to notify the other party in the event of breach, shall not release the other party of any of its obligations under this Contract, nor shall any purported oral modification or rescission of this Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 30 MAINTENANCE, TESTING & REPAIR SERVICES Contract by either party operate as a waiver of any of the terms hereof. No waiver by either party of any breach, default, or violation of any term, warranty, representation, contract, covenant, right, condition, or provision hereof shall constitute waiver of any subsequent breach, default, or violation of the same or other term, warranty, representation, contract, covenant, right, condition, or provision. 20.15 SURVIVAL. All representations, warranties, covenants, agreements, and indemnities set forth in or otherwise made pursuant to this Contract shall survive and remain in effect following the expiration or termination of this Contract, Provided, however, that nothing herein is intended to extend the survival beyond any applicable statute of limitations periods. 20.16 GOVERNING LAW. The validity, construction, performance, and enforcement of this Contract shall be governed by and construed in accordance with the laws of the State of Washington, without regard to any choice of law principles that would provide for the application of the laws of another jurisdiction. 20.17 JURISDICTION & VENUE. In the event that any action is brought to enforce any provision of this Contract, the parties agree to exclusive jurisdiction in Thurston County Superior Court for the State of Washington and agree that in any such action venue shall lie exclusively at Olympia, Washington. 20.18 ATTORNEYS’ FEES. In the event of litigation or other action brought to enforce this Contract, each party shall bear its own attorneys’ fees and costs. 20.19 FAIR CONSTRUCTION & INTERPRETATION. The provisions of this Contract shall be construed as a whole according to their common meaning and not strictly for or against any party and consistent with the provisions contained herein in order to achieve the objectives and purposes of this Contract. Each party hereto and its counsel has reviewed and revised this Contract and agrees that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be construed in the interpretation of this Contract. Each term and provision of this Contract to be performed by either party shall be construed to be both a covenant and a condition. 20.20 FURTHER ASSURANCES. In addition to the actions specifically mentioned in this Contract, the parties shall each do whatever may reasonably be necessary to accomplish the transactions contemplated in this Contract including, without limitation, executing any additional documents reasonably necessary to effectuate the provisions and purposes of this Contract. 20.21 EXHIBITS. All exhibits referred to herein are deemed to be incorporated in this Contract in their entirety. 20.22 CAPTIONS & HEADINGS. The captions and headings in this Contract are for convenience only and are not intended to, and shall not be construed to, limit, enlarge, or affect the scope or intent of this Contract nor the meaning of any provisions hereof. 20.23 ELECTRONIC SIGNATURES. An electronic signature or electronic record of this Contract or any other ancillary agreement shall be deemed to have the same legal effect as delivery of an original executed copy of this Contract or such other ancillary agreement for all purposes. 20.24 COUNTERPARTS. This Contract may be executed in any number of counterparts, each of which shall be deemed an original and all of which counterparts together shall constitute the same instrument which may be sufficiently evidenced by one counterpart. Execution of this Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 31 MAINTENANCE, TESTING & REPAIR SERVICES Contract at different times and places by the parties shall not affect the validity thereof so long as all the parties hereto execute a counterpart of this Contract. EXECUTED as of the date and year first above written. STATE OF WASHINGTON Department of Enterprise Services Eltec Systems, A Division of Schindler Elevator Corporation , a Washington Corporation By: __________________________ Elena McGrew Type Name By: __________________________ Shruti Gandhewar Type Name Its: Procurement Manager Title Its: Branch Manager Title Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 32 MAINTENANCE, TESTING & REPAIR SERVICES INCLUDED GOODS/SERVICES Contractor shall perform equipment Full-Service Maintenance, Preventative Maintenance, testing, documentation and logging of all service visits, conduct repair services and other service components (hereafter “Elevator Services”) as set forth in the Contract, shall furnish all materials and labor, and comply with all requirements according to currently adopted codes for the designated elevator, lift, or escalator equipment (hereafter “Equipment”). DEFINITIONS ”Full-Service Maintenance” shall refer to maintenance of Equipment where the Contractor performs systematic Preventative Maintenance, examinations, routine examinations, adjustments, testing, repairs and provides all materials, labor, supervision, diagnostic equipment, laptops, tools, supplies, weights, fluids, and other maintenance and repair services necessary to ensure regulatory compliance, prevent malfunctions or shutdowns due to normal wear and tear, to provide for continuous and safe operation of Equipment, and to prolong the life of all Equipment. “Preventative Maintenance” shall refer to Contractor performing routine examinations, testing, adjustments, lubrication, repairs and like-for-like replacement of system component parts, furnishing all materials, labor, supervision, diagnostic equipment, laptops, tools, supplies, weights, fluids, and other goods and services necessary to ensure regulatory compliance, to prevent malfunctions or shutdowns due to normal wear and tear, to provide for continuous and safe operation of Equipment, and to prolong the life of all Equipment. SPECIFICATION REQUIREMENTS 1.Equipment Pre-Maintenance Services Contractor shall perform Equipment Pre-Maintenance Services at the start of a Purchaser’s initial agreement term to ensure the Equipment is in good working order and/or brought into compliance with current codes and regulations. The Contractor shall make an initial inspection of the Equipment upon commencement of the Purchaser’s agreement and report any deficiencies not previously identified by the prior Contractor. If any necessary corrections or repairs are identified within thirty (30)calendar days of the commencement of the Purchaser’s agreement, the Contractor shall submit a T&M proposal using the Contractor’s Time and Material rates; however, the Purchaser reserves the right to solicit offers from, and have corrections, or repairs made by other Contractors. For Equipment covered under a Full-Service Maintenance, any repairs not identified by the Contractor and not reported to the Purchaser within the first thirty (30) calendar days of the commencement of the Purchaser’s agreement, it is held that the Contractor has not found any deficiencies, and all repair work shall be at the Contractor’s expense and shall become the responsibility of the Contractor to Repair under the Full-Service Preventative Maintenance provision of the Purchaser’s agreement. If Equipment was previously maintained by the same Contractor, any deficiencies identified in the initial inspection shall become the responsibility of the Contractor to Repair under the Full-Service Preventative Maintenance provision of the Purchaser’s agreement. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 33 MAINTENANCE, TESTING & REPAIR SERVICES 2.Full Service Maintenance and Plan Frequency Maintenance Rate Exclusions listed in Section 2.10 Full Service Maintenance and Required ASME Examinations/Tests (Including On-site response and Troubleshooting) Included N/A Standby Services Included Time and Material (T&M) would apply Repairs/Replacements Included Time and Material (T&M) would apply Full Service Maintenance Plan Frequency: Purchaser’s Purchaser Order will specify the frequency of the Full Service Maintenance visits. Purchaser’s may request monthly, quarterly, or annual Services for regularly scheduled services and/or periodic Services, for each type of Equipment within a Region in accordance with Exhibit B – Prices for Goods/Services. Contractor shall provide Purchaser, for its review and approval, a proposed schedule to perform the Elevator Services. Contractor shall obtain written authorized from Purchaser for changes to the agreed schedule. 2.1. Preventative Maintenance Preventative Maintenance includes but is not limited to: a maintenance program for the Contractor to service all Equipment and associated parts. The work to be performed by the Contractor under the specifications shall consist of furnishing all material, labor, supervision, tools, supplies, and other expenses necessary to provide full-service maintenance, including applicable component adjustments at regular intervals and repair or replace all worn or defective components where necessary, and replacement of parts as herein specified for all equipment covered. Contractor shall systematically examine, adjust, lubricate, clean and when conditions warrant, repair or replace the parts and components and all other mechanical or electrical equipment, including, but not limited to the following elevator types also known as “Equipment”: A.Passenger Elevator i.Traction (roped) •Geared •Gearless ii. Hydraulic •Conventional •Hole-less •Roped Hydraulic (hybrid of traction and hydraulic) iii.Machine Room Less (MRL) •Traction •Hydraulic B.Service/Freight Elevator i.Traction (roped) •Geared •Gearless ii. Hydraulic •Conventional •Hole-less •Roped Hydraulic (hybrid of traction and hydraulic) Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 34 MAINTENANCE, TESTING & REPAIR SERVICES iii.Machine Room Less (MRL) •Traction •Hydraulic C. Escalator D.Industrial. Typically used in industrial type warehouses. i.Hoist ii.Incline E.Lift i.Wheelchair Lift ii. Dumbwaiter iii.Platform Lift 2.2. Full Service Maintenance Coverage Contractor shall prepare and submit to Purchaser a detailed Full Service Maintenance schedule for all Equipment to be serviced within five (5) calendar days after execution of the Purchaser’s Purchase Order. As a minimum, the Equipment shall be examined and maintained in accordance with currently adopted codes: A.Contractor shall include the following elements in the preventive maintenance procedures for the Equipment: i.Provide operational checks of all Equipment car door safety edges/detectors. Contractor shall provide documentation of such checking in their machine room check charts. ii.Provide check of directional lights, call registered lights and all other Equipment lighting fixtures. iii.Furnish and replace all burned out bulbs on each visit. iv.Maintain pit lighting, car top lighting and hoistway lighting. B.Contractor shall repair loose cab handrails and maintain fastening bolt tightness, repair and maintain communication equipment, cabinetry doors, and door hinges. C.For Geared/Gearless Elevators and according to currently adopted codes, Contractor shall: i.Furnish lubricants and all Furnish lubricants and all cleaning supplies selected by Contractor to meet the manufactures and specific requirements of the equipment. ii.Regularly and systematically examine, adjust, clean, lubricate as required, and if conditions warrant, repair, or replace: •Geared/Gearless hoist machine-including brake, armature fields, brushes, brush rigging, gear case, gears, bearings, hoist motor and sheaves •Hoist and governor ropes •Governor •Governor pit sheave •Controllers, selector, starters, dispatcher and relay panels •All bearings •All rotating elements •Contacts, relays and timers •Resistors and transformers Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 35 MAINTENANCE, TESTING & REPAIR SERVICES •Solid-state devices and all sub-components including batteries and backup batteries •In-car emergency lighting •Traveling cables •Firefighter's service equipment •Automatic power door operators, landing and car door hangers, landing and car door contacts, door protective devices, hoistway door interlocks, bottom door guides •Interlocks and door closers/closures •Car buffers •Car exhaust fan •Car-top inspection station •Limit and slowdown switches •Door protective devices and alarm bells •Car and corridor operating pushbuttons •Load weighing equipment •All hall lanterns, car position and hall position indicators, lobby control panels, car operating panels, and all other signal and accessory facilities furnished and installed as a part of the whole equipment •Car and counterweight roller guides •Batteries •Communication devices D.For Hydraulic Elevators, Wheelchair Lifts, and Platform Lifts and according to currently adopted codes, Contractor shall: i.Furnish lubricants and all cleaning supplies selected by Contractor to meet the manufactures and specific requirements of the equipment. ii.Regularly and systematically examine, adjust, clean, lubricate as required, and if conditions warrant, repair, or replace: •Hydraulic pumps and associated plumbing •Hydraulic cylinder (part that is not in the ground), plunger, packing and packing head •Hydraulic fluid and piping, unless the piping is underground •Seismic valve and pit shut off valve •Hydraulic oil line couplings •All exposed hydraulic oil lines, brackets and stands •Controllers, starters, selector and relay panels •Pump motors •All bearings •All rotating elements •Contacts, relays and timers •Resistors and transformers •Solid-state devices Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 36 MAINTENANCE, TESTING & REPAIR SERVICES •In-car emergency lighting •Firefighter's service equipment •Automatic power door operators, landing and car door hangers, landing and car door contacts, door protective devices, hoistway door interlocks, bottom door guides, door closures, slide guides and rails •Interlocks •Car buffers •Limit and slowdown switches •Door protective devices and alarm bells •Car and corridor operating pushbuttons •Load weighing equipment •All hall lanterns, car position and hall position indicators, lobby control panels, car operating panels, and all other signal and accessory facilities furnished and installed as a part of the whole equipment •Electrical Traveling Cables •Batteries •Communication devices E.For Escalators and according to currently adopted codes, Contractor shall: i.Furnish lubricants selected by Contractor to meet the manufactures and specific requirements of the equipment. ii.Regularly and systematically examine, adjust, clean, lubricate as required, and if conditions warrant, repair, or replace: •Machine, worm, gear, external gearing, drive chain, thrust bearing, main bearings, and brake assembly, coil, linings and component parts •Motor, motor windings, rotating elements and bearings. Contractor is obligated to remove and properly dispose any waste, oil, and hazardous materials in accordance to local, state and federal requirements •Controller, all relays, contacts, coils, resistance for operating and motor circuits, operating transformers, and operating rectifiers •Handrail, handrail drive chains, handrail brush guards, handrail guide rollers, alignment devices, steps, step tread, step wheels, step chains, step axle bushings, comb plates, floor plates and tracks •Upper drive, upper drive bearings, tension sprocket bearings, upper newel bearings and lower newel bearings •All balustrade, deck, skirt, skirt brushes and trim fastenings (screws, clips, etc.) •Under step lighting •All safety devices, including but not limited to, skirt switches, emergency stop switches, handrail switches, stop switches, broken chain switches, step out of position switches, missing step detectors, step up-thrust safety switches, and etc. •Maintain all accessory equipment, and if conditions warrant, repair or replace the following escalator components: escalator power unit, controller parts, electrical switches, wiring, bearing, governors and brakes, step and chain Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 37 MAINTENANCE, TESTING & REPAIR SERVICES wheels, chains and sprockets, steps and step treads, comb plates, safety device handrails. F.For Oil Changes recommended by Contractor during the Equipment Pre- Maintenance Services time frame in Section 1 above or upon Purchaser’s request to change oil despite Contractor’s test showing passing, Contractor: i.Provide the Purchaser with the following: •Age of Equipment •Date of last complete oil change •Approximate number of hours Equipment was used since last complete oil change •Manufacture’s recommended oil change for specific Equipment •Equipment Model and Type •What signs and/or symptom Equipment is showing an oil change is required •Provide a copy of the oil analysis testing results •Provide current pictures to Purchaser •Provide estimate/quote on costs and anticipated time Equipment will be out of service ii.Purchaser shall issue a Purchaser Order if approved to proceed. iii.Contractor shall provide pictures to Purchaser after complete oil change. 2.3. Full Service Maintenance – Other Requirements A.Contractor must repair the elevator regardless of the reason for the shutdown and it is included in the preventative maintenance section and this is not a billable service and shall not be excused from equipment shut downs allegedly caused by “faulty or dirty” building incoming electrical power unless Contractor provides the fault log or documentation showing there was a power failure or power outage resulting in Equipment shut-down on date of service call. B.Contractor shall inspect of hoistway, pit equipment, car top, machine rooms, and interiors as part of scheduled preventive maintenance at no additional expense to Purchaser. C.Any and all remote monitoring equipment and on-going service shall be at the Contractor’s total expense. D.Contractor shall assign an Elevator Technician to assist with heat and/or smoke detector testing in the hoistway (fire system testing), emergency generator tests. E.Contractor shall post the standard Preventive Maintenance schedule/chart and a Preventative Maintenance Log in the Equipment machine rooms and any designated areas. The Preventative Maintenance Log shall include all entries for routine and non- routine maintenance, and repairs. Entries shall include date Full Service Maintenance is complete, Elevator Technician or supervisor’s name, brief description of Full Service Maintenance completed and the approximate time required for Full Service Maintenance. Contractor shall post the standard Preventive Maintenance schedule/chart and a Preventative Maintenance Log in the Equipment machine rooms and any designated areas. The Preventative Maintenance Log shall include all entries for routine Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 38 MAINTENANCE, TESTING & REPAIR SERVICES and non-routine maintenance, and repairs. Entries shall include date Full Service Maintenance is complete, Elevator Technician or supervisor’s name, brief description of Full Service Maintenance completed and the approximate time required for Full Service Maintenance. The Preventative Maintenance Log and Full Service Maintenance schedule/chart shall be maintained for Purchaser’s review and examination at any time. Purchaser may copy the Full Service Maintenance Log and Full Service Maintenance schedule/chart at any time. The log book will be made available to the Contractor at all times, including times when no designated Purchaser's personnel is/are present. Contractor shall provide Purchaser with a schedule, in either written or electronic form, (as preferred by Purchaser) of when Equipment will be taken out of service for Full Service Maintenance. Purchaser must approve any changes to this schedule in writing. F.Contractor shall maintain one (1) complete set of wiring diagrams showing "as built" conditions with any changes or modifications to circuits resulting from control modifications, parts replacement or Equipment up-grade in each machine room as required by Labor and Industries and the Elevator Technicians to utilize when troubleshooting/testing/etc. When any modifications are made to diagrams, the modified drawings must be made. the original changes shall be maintained in the Equipment machine room. Purchaser retains sole possession of these wiring diagrams. Wiring diagrams shall be kept legible, neat, and orderly fashion in each machine room. G.Purchaser will provide wiring diagrams, if available. If Purchaser does not provide the wiring diagrams, Contractor shall work with Purchaser to provide the diagrams, at Purchaser’s expense. H.Contractor shall be responsible for maintaining exterior of the machinery, and other parts of the Equipment, properly painted, identified, and presentable at all times. I.Contractor shall provide a lockable metal- parts cabinet in each Equipment machine room to store parts and materials like rags, fluids, etc. Contractor shall coordinate purchase and/or installation for purchase of the correct cabinet that is allowed in the elevator machine room with Purchaser, as needed. Contractor shall supply materials and supplies at the Contractor's cost plus for replacement parts from Exhibit B – Prices for Goods/Services sheet. J.Contractor shall be required to provide a member of their supervisory personnel, regularly engaged in examinations and supervision, to visit Purchaser’s site at least annually to observe the quality of Maintenance and to make certain that the quality of Maintenance meets the specified and intended standards. The Supervisor shall schedule each visit with Purchaser. Purchaser may provide a member of their staff to accompany the Contractor during the on-site review of the Equipment machine rooms and equipment. Examinations and supervision by Contractor shall be at no cost to Purchaser. Contractor shall provide a written report of the results of this examination to the Purchaser's within fourteen (14) calendar days of the on-site examination Contractor must repair the elevator regardless of the reason for the shutdown and it is included in the preventative maintenance section and this is not a billable service and shall not be excused from equipment shut downs allegedly caused by “faulty or dirty” building incoming electrical power unless Contractor provides the fault log or documentation showing there was a power failure or power outage resulting in Equipment shut-down on date of service call. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 39 MAINTENANCE, TESTING & REPAIR SERVICES 2.4. General Equipment Services Requirements A.Equipment Services shall be conducted in a manner consistent with Purchaser’s intent to provide uninterrupted service. The Equipment must provide reliable and safe transportation on a continuous basis, twenty-four (24) hours a day, seven (7) days a week, three hundred sixty-five (365) days per year. Having the Elevator Equipment running at all times is extremely important especially for public facing entities that provide essential services. B.Contractor shall notify Purchaser if Equipment Services will generate excessive noise and shall schedule such Equipment Services with Purchaser in advance. C.Overtime Elevator Services required or requested shall be scheduled and approved with the Purchaser in advance. Contractor needs to request whether the Purchaser wishes to pay for overtime, as in some cases, the Elevator Equipment may not need to be repaired after 6pm and can wait until the next day. D.All records and documents pertaining to the Equipment provided to Contractor by Purchaser shall be kept current and in good condition and shall be returned to Purchaser upon demand or upon termination the Purchaser’s Purchase Order. E.Contractor shall Purchaser, prior to commencement of Equipment Services, with Safety Data Sheets (hereafter “SDS”) for products Contractor intends to employ under the Purchaser’s Purchase Order. F.Contractor will provide their own appropriate service manuals, adjusting manuals, and technical manuals for all Equipment for use by the Contractor during the term of the contract. G.Removal of Equipment from service shall be scheduled with Purchaser. Contractor shall notify Purchaser before any Equipment is removed from service and when such Equipment is placed back in normal service. Emphasis shall be placed on keeping the Equipment operating during the day. Contractor’s Elevator Technician shall document and record in the MCP, the Purchaser’s employee who was notified and approved the removal of Equipment. H.Downtime notification is required according to the following schedule: i.Emergency Shut Down. Purchaser is to be notified immediately by phone, cell phone, or radio of emergency repairs or safety issues at time of detection. At minimum, a voice-mail and email message is required. ii.Short Shut Down. Purchaser is to be informed in writing (e-mail acceptable) at least three (3) business days business days in advance when Equipment will be taken down for more than two (2) hours for non-emergency service/repair. iii.Major Shut Down. Purchaser is to be informed in writing (e-mail acceptable) one (1) week in advance when an unit will be taken down for more than one (1) day for non- emergency service/repair. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 40 MAINTENANCE, TESTING & REPAIR SERVICES I.Contractor shall immediately shut down and remove the Equipment from service when it appears to Contractor to be unsafe or operating in a manner which might cause injury to anyone using said Equipment. Contractor shall provide Purchaser written notice of such action immediately, stating the reason the Equipment was placed out of service and corrective measures required to place the Equipment in service. Written notice shall be provided to Purchaser before Contractor’s Elevator Technician leaves the jobsite. J.Contractor shall provide Purchaser with the names of Elevator Technician Mechanic, Elevator Technician Mechanic In Charge, and Apprentices (“Elevator Technicians”) that will be performing the Equipment Services at least five (5) business days after Purchaser’s Purchase Order start date. All Contractor’s Elevator Technicians that perform may be required to pass a background and security check, provide fingerprinting forms, and complete security awareness training before performing Equipment Services. If there is a change in the Elevator Technician assigned to Purchaser, Contractor’s supervisory staff must notify Purchaser prior to the replacement Elevator Technician’s first visit. K.Purchaser reserves the right to request Contractor to replace any or all Elevator Technicians assigned to its buildings if it deems they are not performing in a satisfactory manner, or such personnel who refuse to comply with Purchaser’s policies and guidelines. L.Contractor’s Elevator Technicians shall wear clean, neat, well-maintained uniforms identifying them as employees of Contractor for ease of identification by Purchaser. M.Contractor’s arrival and upon completion of Equipment Services or any time Contractor’s Elevator Technician leaves the jobsite, Contractor shall inform Purchaser. N.Contractor shall be solely responsible for all means, methods, techniques, sequences, and procedures of the Equipment Services at no extra cost to Purchaser. O.Contractor shall follow L and I’s requirements for “Lock out Tag Out” regulations and procedures. I Lock Out-Tag Out. P.Contractor shall maintain the entire Equipment system in a clean manner at all times. Contractor shall furnish a fireproof metal trash container in each machine room. coordinate purchase with Purchaser the correct trash container is allowed in the elevator machine room with Purchaser., as needed. Contractor shall supply materials and supplies at the Contractor's cost plus for replacement parts from Exhibit B – Prices for Goods/Services sheet. Contractor shall insure that all areas are clean and salvaged materials or scraps are removed before leaving jobsite. This includes but is not limited to: Removal of oily rags, removal of dirt, grease, and lint, maintaining the exterior of all Equipment free of lint, dirt, oil, grease, clean all machine room equipment including: floors, controller/selector, car top, hoistway door track, hanger, interlock, header, strut, hoistway side of sills, underside of car platform, car guides, car door operator, track, hangers, inside area of header, crosshead, guide rail/bracket, fascia, dust cover, pit and inside car station, hall station, lantern, and lobby panel. The cleaning must be to a minimum of Equipment industry standards and shall be to the full satisfaction of Purchaser. If Purchaser decides the cleaning level is below Purchaser’s standards, Purchaser has the option of performing necessary clean-up actions or bringing in another contractor to do so, with prior notice provided to Contractor, if the Contactor fails to rectify any deficiencies within the specified timeframe. All costs of the cleaning by another contractor or by Purchaser shall be reimbursed by the Contractor. Contractor will be fully responsible for removal and disposal of all oils, greases, solvents and soiled Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 41 MAINTENANCE, TESTING & REPAIR SERVICES cleaning cloths/rags that are used in performing the Equipment Services. All material will be disposed of in accordance with all applicable present or future City, State and Federal Laws and Regulations. Q.Contractor shall maintain at all times the original Equipment speed in feet per minute. Perform all adjustments required to maintain the proper door opening and closing time, within limits of applicable codes. Check the operating system for each unit to ensure that unit is kept operating continuously and make necessary tests and corrections to ensure all circuits are correct and time settings are properly adjusted. R.Contractor shall maintain the following minimum Equipment performance requirements. If Contractor is not able to locate written documentation for the last speed test, Contractor shall include the Equipment performance requirements below in Section 1, Equipment Pre-Maintenance Services above during the initial pre-maintenance service visit. i.Speed: •+/- 3% in both directions under all loading conditions for all geared/gearless elevators. •+/-10% in both directions under all loading conditions for hydraulic elevators. ii.Door closing time: •Measured from start of door closing until the hoistway doors are fully closed, will be the maximum permitted by Code. iii.Door dwell time. •As permitted by The Americans with Disability Act, as now or hereafter amended. iv.Floor leveling accuracy. •As required by code. In accomplishing the above requirements, Contractor shall maintain a comfortable elevator ride with smooth acceleration, retardation and a soft stop. Door operation shall be quiet and positive with smooth checking at the extremes of travel. S.Contractor shall not be responsible, unless directed by Purchaser in which costs shall be incurred by the Purchaser, for replacing equipment to meet changes in code requirements as may be recommended and/or directed by insurance companies, Federal, State, Municipal or other Governmental authorities. Should a full replacement of an elevator, escalator, chair lift and/or platform lift be required, Purchasing may facilitate a public works project. The successful Contractor may be responsible for the maintenance of the elevator, escalator, chair lift and/or platform list and its associated equipment and parts in accordance with the manufacturer’s warranty (typically one (1) year). At the conclusion of the warranty period, in accordance with the contents, the Full Service Maintenance, Contractor shall resume all maintenance activities associated with the maintaining the replaced elevator, escalator, chair lift and/or platform lift. T.Contractor shall not be responsible, unless directed by Purchaser in which costs shall be incurred by the Purchaser, for replacing equipment to meet changes in code requirements as may be recommended and/or directed by insurance companies, Federal, State, Municipal or other Governmental authorities. Should a full replacement of an elevator, escalator, chair lift and/or platform lift be required, Purchasing may facilitate a public works project. The successful Contractor may be responsible for the maintenance of the elevator, escalator, chair lift and/or platform list and its associated equipment and parts in accordance with the manufacturer’s warranty (typically one (1) year). At the conclusion of the warranty period, in accordance with the contents, the Full Service Maintenance, Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 42 MAINTENANCE, TESTING & REPAIR SERVICES Contractor shall resume all maintenance activities associated with the maintaining the replaced elevator, escalator, chair lift and/or platform lift. U.Contractor shall be responsible for giving immediate notice to the designated Purchaser of any condition, which the Contractor’s employees discovers, that may present a hazard to either the Equipment or passengers. V.Contractor shall be responsible for keeping the exterior of the Equipment, machinery and other parts of the equipment subject to rust, painted with heat resistant enamel and presentable at all times. The motor windings shall be treated as needed with proper insulating compound as recommended by the motor manufacturer. Cleaning and re- finishing of the interior of the cars and exterior of hoist way door frames, if requested by Purchaser, shall be a Time & Material rate via a purchaser order. W.Contractor shall maintain all Equipment in hoistways, pits, machine rooms, and assigned elevator. Contractor shall maintain the work space in a clean, orderly condition, free of dirt, dust and debris; pits and machine spaces shall be kept dry and clean. 2.5. Full Service Maintenance Additional Requirements Full Service Maintenance shall be performed during normal business hours and charged at a regular hourly rate, unless otherwise requested and approved by the Purchaser in advance. Normal business hours shall mean 6 am to 6 pm, Monday through Friday with the exception of holidays as stipulated by the International Union of Elevator Constructors’ local labor agreement. A.Outside of normal business hours, the Purchaser shall call Contractor through its normal business telephone numbers. Contractor shall provide a reliable means of communication between Contractor’s local office and the lead Elevator Technician. B.Working hours and unscheduled delays. There may be situations that require the Contractor to work other than normal hours and to suspend, postpone, or reschedule work. These situations are normal for large institutional purchasers on this contract. When the Contractor’s access to a work area conflicts with a Purchaser’s operational requirement, Contractor shall reschedule the work to minimize the disruption; this may require performing the work at times other than normal duty hours. Schedule delays imposed by the Purchaser must be communicated in advance to the Contractor. Purchaser will pay T&M if Contractor arrives to perform scheduled maintenance and is prevented from performing their duties due to the Purchaser. Elevator Services performed outside normal working hours shall be billed at the Overtime Rate. 2.6. Maintenance Control Program (MCP) Contractor shall provide Maintenance Control Program (MCP) that are standardized and contains at a minimum the details on the L&I MCP document below •Hydraulic: Maintenance Control Program Documentation & Records Hydraulic Elevators (F621-123-000) (wa.gov) •Electric: Maintenance Control Program Documentation & Records Electric Elevators (F621-122-000) (wa.gov) Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 43 MAINTENANCE, TESTING & REPAIR SERVICES Contactor shall provide and complete a Purchaser’s Maintenance Control Plan (hereafter “MCP”), for the Equipment according to currently adopted codes. The MCP shall at a minimum include examinations, Full Service Maintenance, and tests of Equipment at scheduled intervals in order to ensure that the installation conforms to the requirements of ASME A17.1/CSA B44 Section 8.6 and according to currently adopted codes. The MCP shall also include procedures for tests, periodic checkups, preventative maintenance, replacements, adjustments, and repairs for all SIL rated E/E/PES electrical protective devices and circuits and identify where unique or product-specific procedures or methods are required, to examinations or test Equipment. A.The MCP procedures and intervals may also be based on the Purchaser’s requirements as well as: i.Equipment age, condition, and accumulated wear ii.Design and inherent quality of the Equipment iii.Usage iv.Environmental conditions The Manufacturer’s recommendations for any SIL rated devices or circuits: •The instructions for locating the MCP shall be provided in or on the controller along with instructions on how to report any corrective action that might be necessary to Purchaser. •MCP shall be located in the elevator machine rooms and shall be in full document compliance with ASME and according to currently adopted codes. MCP documents shall be filled out in full and completely maintained and updated by Contractor’s Elevator Technicians. 2.7. Service Tickets A.After each Equipment service call and regularly scheduled Full Service Maintenance, a legible ticket will be completed indicating the date of Equipment services, location, description and condition of Equipment being Serviced, Equipment services performed, parts replaced, total hours on the job and the Elevator Technician performing the Equipment Service. In the case of an Equipment shutdown or repair, the Service ticket will describe the cause of the Equipment failure and the action taken to correct the failure. Upon Purchaser’s request, Contractor shall provide a report of all Service tickets. Contractor shall send or email Purchaser copies of all tickets, callback logs, extra billing, test reports, and repairs for a specified time period. Contractor will, upon request, provide Purchaser with written recommendations to minimize callbacks based on the analysis of the callback trends. B.All Service tickets shall be left with or completed electronically and emailed to the Purchaser or available via online portal after all visits. Copies of Service tickets shall be included with Contractor invoices. 2.8. Callbacks For all items noted in Section 2.2, Full Service Maintenance Coverage that requires maintenance or repairs outside of the Contractor’s scheduled onsite full service maintenance visit, shall continue to be considered a full service maintenance item to be maintained or repaired at no additional expense to Purchaser. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 44 MAINTENANCE, TESTING & REPAIR SERVICES 2.9. Contractor and Purchaser Meetings When requested by the Purchaser, monthly or quarterly meetings as scheduled by the Purchaser, held at the Purchaser’s location or held virtual or by telephone with the Contractor’s primary site Elevator Technician and/or Contractor’s primary invoicing point of contact and Contractors’ escalation point of contacts for the following purposes. •Review job progress, past performance, outstanding deficiencies, outstanding T&M work, quality of work, and approval and delivery of materials. •Identify and resolve problems that impede planned progress. •Coordinate the efforts of all concerned so that progresses on schedule to on time completion. •Maintain a sound working relationship between the Contractor and the Purchaser, and a mutual understanding of the requirements. •Resolve any invoicing and payment issues, or other pending concern or issue. 2.10. Full Service Maintenance Exclusions The only circumstance where the Contractor shall not be obligated under this agreement to repair damage at no additional cost is where such damage was caused by fire or force majeure, except that which is caused by the Contractor or by the willful destruction of the equipment by the Purchaser, clients, employees, or visitors. With respect to repair for which the Contractor is not obligated under this section, the Purchaser will pay at Contractor’s time and material rates for any Purchaser approved Time and Material (T&M) Proposals. Repairs not included in the Full Service Maintenance may be corrected by Contractor with prior written estimate from Contractor and with Purchaser issued Purchaser Order. All material required for the below- mentioned repairs will be paid on either a time and material (T&M) or not-to exceed basis as defined in the Contractor’s proposal. The Contractor will be paid only for repairs that Purchaser issued a Purchase Order and actually required. Examples of these are the following: Refinishing, repairing or replacing car enclosures, hoistway, enclosure, hoistway door panels, frames, and sills, and all power supply panels and feeders. Cost of repairs, replacements, or removal necessitated by any cause, other than ordinary wear, which is occasioned by negligence shall be determined by the Purchaser. Any repairs that are not the Contractor’s responsibility in accordance with the Full Service Maintenance Service or Equipment Repair Services detailed below. •Door knocked off the tracks/broken gibs •Elevator left on independent, fire, attendant or emergency service •Car door detector out of adjustment from doors being hit •Elevator turned off inside the car and the door pulled shut, unless there is an actual elevator problem that is included in their Contract •Car enclosure, including removable panels, door panels, car doors, suspended ceilings, handrails, car finish and flooring coverings, hoistway enclosures, hoistway entrance frames, sills, signal fixture faceplates, fire recall initiation devices, cleaning of car interior or underground hydraulic piping and the underground part of the hydraulic cylinder •Any premaintenance repairs •Elevator Services responses due to power outages, seismic, activity and/or nudging •Force Majeure (elaborate; ie power bumps) Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 45 MAINTENANCE, TESTING & REPAIR SERVICES •Vandalism •Miss-use 3.Equipment Testing and Audit Services Contractor shall conduct any tests required by the State of Washington Elevator Inspector, by ASME safety code(s) for Equipment, and according to currently adopted codes and/or by any other governing or code agency. Contractor may also be requested to audit the Equipment and provide recommendations with no additional charges to the Purchaser under the Full Service Maintenance plan. A.Contractor shall conduct the following tests, and any other tests required by the State of Washington, Federal or any other Governing or Code Agency. B.Tests include (however not limited to) and shall be performed at no additional costs as all tests shall be included in the Full Service Maintenance plan. i.Category 1 (also known as Cat 1) Testing performed every year; ii.Category 2 (also known as Cat 2) Testing performed every two (2) years; iii.Category 5 (also known as Cat 5) Testing performed every five (5) years C.All testing will be completed BEFORE the date that it is due. Equipment services shall include, but not be limited to: i. Contractor shall provide examinations and testing of the Firefighter's Service-Phase I and Phase II and standby power operation, if installed as required by Authority Having Jurisdiction (AHJ). Unless approved by the Purchaser, any additional cost to complete the above examinations and testing shall be the responsibility of Contractor. Contractor shall maintain an up-to-date log of Firefighter's Service testing in the machine rooms and submit the results to Purchaser’s authorized representative. Firefighter's Service testing shall be entered and recorded on a form supplied by Contractor and/or as required by the State of Washington, or both. ii. Provide all testing as required by the State of Washington Elevator Inspector and required by the ASME A17.1 Safety Code and according to currently adopted codes for Equipment during normal elevator industry business hours, unless requested by the Purchaser. Elevator Services performed outside normal working hours shall be billed at the Overtime rates. iii.Conducting tests as required by ASME A17.1, for Phase I and Phase II key switch testing and/or installations on Firefighters’ Emergency Service Control System. D.Contractor shall check the dispatching systems and make necessary tests and adjustments to ensure that all circuits and time settings are properly adjusted, and all systems are performing as designed and installed. Contractor shall submit a written report of these results to Purchaser. E.Purchaser shall submit to Contractor all specifications which the Equipment is required to meet prior to Contractor performing the testing, including previous testing results if such tests have been performed in the past. F.Written test reports shall be submitted to Purchaser within 10 calendar days of actual testing. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 46 MAINTENANCE, TESTING & REPAIR SERVICES G.Purchaser shall receive fourteen (14) calendar days prior written notification of all tests so that an authorized representative of Purchaser may witness said tests. Safety precautions are understood to be of highest priority. Care will be taken to safeguard all surrounding building property during the testing. If during the testing, the actual testing fails the prescribed testing requirements in the current codes and/or ASME A17.1 and re-testing is required, Contractor shall pay all costs of Purchaser’s representative to witness re-testing only if the failure of the test was due to the Contractor’s acts, actions, omissions, negligence, or errors informing Purchaser of re-testing date. (Some tests require coordinating other Contractors that the Purchaser’s pay for their time. For example, a shunt trip testing is one that requires electricians, elevator vendor and the fire system Contractors). H.Contractor shall audit the equipment as requested by Purchaser. The audit report will include recommendations for improvements and estimates of cost for labor and materials to complete the suggested improvements. Purchaser’s Equipment can be audited for: i.Code Compliance. Evaluate current Code compliance of all Equipment. Monitor industry and Code developments and provide Purchaser with warning of anticipated Code changes to take effect during the fiscal year following the audit report. Recommend corrections, which should be made in the fiscal year following the audit report. ii.Equipment Performance. Audit performance of all Equipment against its original parameters or specifications. Recommend corrections, which should be made in the fiscal year following the audit report. iii.Equipment Aesthetics. Audit the physical condition and appearance of the Equipment visible to users and recommend upgrades, which should be considered to keep the Equipment appealing to users and current with building standards for colors and decoration schemes. I.Should a component fail during testing, Contractor shall be responsible to replace or repair the items necessary to return the Equipment to normal operation with no additional charges to the Purchaser under the Full Service Maintenance plan unless component is included in the exceptions and in this case when re-testing is required, re-testing will fall under the T&M charges. J.Contractor shall assign an Elevator Technician to assist with heat and/or smoke detector testing in the hoistway including however not limited to fire system testing, and shunt trip / emergency generator tests at no additional cost to Purchaser. Purchaser reserves the right to make examinations and tests at their expense, when deemed necessary to ascertain that the Equipment Service requirements of the Purchaser’s agreement are being fulfilled. If the examination identifies that Contractor is not compliant with the applicable Equipment Service requirements of this Contract, Purchaser will promptly notify Contractor in writing of the deficiencies identified. Contractor shall reimburse Purchaser for the cost of conducting the inspection and resolve all deficiencies at Contractor’s total expense within fifteen (15) calendar days of written notification. Fees for re-inspection due to Contractor’s failure to eliminate deficiencies in Equipment Services and Purchaser’s Purchase Order shall be reimbursed by Contractor. 4.Equipment Repair Services Except as specified in Section 2.10, Contractor shall make (or cause to be made) all repairs made necessary for any reason during the term of the contract. Prior to any repairs being made by the Contractor not covered under the Contract, Contractor shall submit a written proposal to the Purchaser and obtain a Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 47 MAINTENANCE, TESTING & REPAIR SERVICES Purchaser Order to proceed. Contractor shall supply materials and supplies at the Contractor's cost plus for replacement/refurbished parts from Exhibit B – Prices for Goods/Services. Contractor shall bill labor at the regular hourly rate from Exhibit B – Prices for Goods/Services. On completion of all approved and authorized repair work, Contractor shall submit to the Purchaser for payment an invoice detailing the nature of the work performed and related charges. The repair billing rate shall be set forth in Exhibit B – Prices for Goods/Services sheet. A.In the event the Equipment fails to operate properly, Purchaser will notify Contractor by telephone and request immediate repair. Contractor shall provide twenty-four (24) hours a day, seven (7) days a week telephone service, at no additional cost to the Purchaser. Contractor shall provide a list of cellular phone numbers for emergency contact in the event the answering service is ineffective. Contractor’s management contract list shall be submitted to Purchaser within five (5) business days of Purchaser’s Purchase Order start date. B.In the event the Equipment fails to operate properly, Purchaser will notify Contractor by telephone and request immediate repair. Contractor shall provide twenty-four (24) hours a day, seven (7) days a week telephone service, at no additional cost to the Purchaser. Contractor shall provide a list of cellular phone numbers for emergency contact in the event the answering service is ineffective. Contractor’s management contract list shall be submitted to Purchaser within five (5) business days of Purchaser’s Purchase Order start date. C.If any Equipment is shut down for more than ten (10) continuous business days after notification of a failure (except for pre-scheduled or major Equipment repairs) the monthly Full Service Maintenance unit billing, if applicable, shall be suspended until the individual Equipment is restored to service. D.If a safety or potential safety problem exists, Contractor shall immediately correct the problem. Contractor shall notify Purchaser verbally before the Contractor leaves Purchaser’s facility, followed up with Contractor’s written report to Purchaser stating the condition of the unit. Written notification of corrective measures undertaken shall be provided to Purchaser, in writing, as soon as possible, however must be within five (5) business day. E.In case of an Equipment accident, Purchaser shall immediately notify Contractor. The unit will not be placed in operation until an investigation is performed by Purchaser’s Representative and/or the Washington Labor and Industries Equipment Inspector if the following conditions occur: i.A person has been injured and requires first aid treatment. ii.The unit is not safe to place in normal operating service because of obvious mechanical and/or electrical condition. iii.There is a concern by the Contractor or Purchaser as to the possible continued malfunction if placed in service. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 48 MAINTENANCE, TESTING & REPAIR SERVICES F.Labor and Industries (L&I) Inspection Finding Report and Correction Notice (“L&I Report”). Purchaser shall forward a copy of the L&I Report notifying the Contractor of the L&I inspection findings report and list of corrections. Contractor shall provide Purchaser that date the Elevator Technician is scheduled to make the required L&I correction(s) within two (2) business days of notice from Purchaser. Contractor shall schedule Elevator Technician(s) to make the required corrections. The Contractor is responsible for addressing all Contractor applicable repairs to comply with L& I inspection report. G.Labor and Industries (L&I) Inspection Finding Report and Correction Notice (“L&I Report”). Purchaser shall forward a copy of the L&I Report notifying the Contractor of the L&I inspection findings report and list of corrections. Contractor shall provide Purchaser that date the Elevator Technician is scheduled to make the required L&I correction(s) within two (2) business days of notice from Purchaser. Contractor shall schedule Elevator Technician(s) to make the required corrections. The Contractor is responsible for addressing all Contractor applicable repairs to comply with L& I inspection report. i.If the Contractor does not complete the repairs within the timeframe provided by L&I, Contractor shall keep the Purchaser updated on the status of the repair at least every five (5)business days and provide a credit to Purchaser the amount of the L&I fine paid by Purchaser due to the Contractor’s late correction. ii.If Purchaser does not promptly notify Contractor of L&I Inspection Finding Report within two (2)business days of receipt of L&I inspection report, Contractor will not be responsible to reimburse any fines. H.When corrective action is found to be the responsibility of the Contractor, Contractor shall proceed immediately to make replacements, repairs, and corrections. If Contractor fails to perform the Equipment Services required by the terms of the Purchaser’s agreement, Purchaser may, after five (5) calendar days written notice to Contractor, perform or cause to be performed all or part of the Equipment services required thereunder. Contractor shall reimburse or provide a credit to Purchaser for any expense incurred therefore or Purchaser, at its election, may deduct the amount from any sum owed or to be owed Contractor. When such corrective action is determined not to be the Contractor’s responsibility, a written report, including a cost estimate to remedy the deficiency, shall be provided to Purchaser by within twenty-four (24) hours not to exceed seventy-two (72) hours for further action by Purchaser. If the Purchaser elects to have the Contractor perform these services, Purchaser shall issue a separate Purchase Order beforehand. If a safety problem is noted, which is not within the Contractor's area of responsibility or expertise, written notice of such problem shall immediately be furnished to Purchaser by the Contractor. 5.Elevator Emergency Services A.Emergency Service Request is defined as an entrapment or requests for immediate service in situations that are a threat to life or limb and have potential for injury, entrapment, or serious damage to property or Equipment. Purchaser will notify Contractor of a situation, and by mutual agreement Contractor will immediately dispatch an Elevator Technician Mechanic. B.In the event a passenger is trapped in stalled Equipment, the procedures specified in the ASME A17.4, or ‘Guide for Emergency Evacuation of Passengers from Elevators’ or according to currently adopted codes shall be followed. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 49 MAINTENANCE, TESTING & REPAIR SERVICES C.Contractor shall within sixty (60) minutes (or otherwise specified timeframe as negotiated upon execution of the maintenance agreement) after receipt of Purchaser’s request for any Emergency Service Request of the Equipment have a discussion with the Purchaser. After discussion with the Contractor, the Purchaser may elect to have the Contractor report for the Emergency Service Request to the site the next business day. D.The Contractor’s time to appear On-site, investigate and troubleshoot the reason for the emergency service is included in the Contractor’s Full Service Maintenance Rate. The Contractor may only invoice for Time and Material (T&M) (Section 7), to make repairs resulting from Callback service under the following condition: i.The Equipment is covered under a Full-Service Maintenance plan and the work performed is not the responsibility of the Contractor (e.g., Repairs for vandalism, fire, force majeure, or by the willful destruction of the equipment by the Purchaser, clients, employees, or visitors. E.If any Equipment experiences a repeat call within a seven (7) calendar day period, the Purchaser may request another Elevator Technician to assist the regular Elevator Technician at no additional cost to the Purchaser. Should the same call for service reoccur within a seven (7)-day period after the arrival of an additional Elevator Technician, the Contractor shall escalate the matter and dispatch an Elevator Technician In Charge along with any diagnostic equipment necessary to determine the root cause of the problem at no additional cost to the Purchaser. 6.Equipment Standby Services The Contractor, when requested and authorized by the Purchaser, shall provide standby Equipment services. When an Elevator Technician is required to open, standby, and close the Equipment for work not required to be done by an Elevator Technician, Contractor shall provide Equipment Standby Services when requested by Purchaser. Examples of Equipment standby services may include but are not limited to: Equipment with a glass enclosure/hoistway and the interior of it needs to be cleaned, winterizes Equipment, or when a Purchaser requests their contracted Contractor to provide an Elevator Technician on standby, etc. A.Purchaser requesting Equipment Standby Services shall provide Contractor with the following information: i.Specific scope of work including estimated date and estimated hours. B.Contractor shall provide an estimate/ quote based on Purchaser’s information: i.Amount of hours by each type of Elevator Technician (Mechanic In Charge vs. Mechanic vs. Apprentice) ii.Purchaser will send Contractor a Purchase Order with a not to exceed amount. 7.Time & Material (“T&M”) A Time and Materials (T&M) proposal to Repair/replace materials that are not covered by the Full-Service Preventative Maintenance plan. The Contractor shall within five (5) business days, submit a T&M proposal along with an itemized quote for material and labor to the Purchaser for any additional work not covered under the terms of this Contract. The Purchaser will decide how to proceed with all repairs. The Purchaser may proceed with the repairs using Contractor, Purchaser staff, or other contracted labor. No work should commence without the prior written approval of the Purchaser. Purchaser shall review and approval (signature of the Purchaser designee) are required for each item replaced/repaired/supplied under the T&M allowance. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 50 MAINTENANCE, TESTING & REPAIR SERVICES The Contractor will submit a “Not to Exceed” cost for Repair, including labor and material. Any incurred cost over the approved “Not to Exceed” amount will not be paid. The Contractor may contact the Purchaser to discuss the Repair before submitting the T&M proposal; however, the Contractor shall provide written justification if a “Not to Exceed” quote is not provided within five (5) business days. If the Purchaser approves the T&M proposal, the Contractor will be given written notification of the approved T&M proposal by the Purchaser, to proceed with the work. If the repair is of an urgent nature (if the failure of the equipment will impact safety or comfort or will consequently cause extensive or expensive damage or loss to other equipment and/or furnishings), the Contractor shall notify the Purchaser’s representative immediately. If necessary, the Purchaser will direct the Contractor to perform tasks on an urgent basis. Subsequent to the urgent service, Contractor shall submit, on the completed T&M, a description of the urgent work performed with actual hours and material charged to the urgent work. All backup documentation described in Section 10, Invoicing and Payment, is required to be submitted with the urgent T&M for payment. The invoice for T&M work shall include documentation provided in Section 10.1 (g), Contractor Invoice: •At the Purchaser’s request, the Contractor shall provide training for Equipment operation as required under the T&M proposal. This training may include emergency lowering of the elevators, routine requirements, starting and operating procedures, response to alarms, and problem diagnostics (controls/mechanical). Training is to be provided on a T&M basis either on or off-site when Purchaser issues a Purchaser Order. The training shall be invoiced at the Elevator Technician straight time hourly labor rate. •At the Purchaser’s request, the Contractor shall a submit a T&M proposal to assist in any Equipment related building/system shutdowns or maintenance, not covered elsewhere. 7.1. Time and Material (“T&M”) for Fire Alarm and/or Security System Installation The following tasks are to be performed after Purchaser’s written approval of a T&M proposal in the event of fire alarm and/or security system installation: As required, and directed by the Purchaser, the Contractor shall coordinate with the Purchaser’s fire alarm and/or security system vendor during the installation of a new fire alarm and/or security systems at the Purchaser’s premises. The Contractor shall perform the following under the T&M provision: The following tasks are required to be performed at the Equipment machine rooms, elevator pits, elevator shafts, and elevator cabs: •Contractor shall provide access to pit, and top of shaft, for demo and/or installation. •Contractor shall provide Elevator Technicians to swing over primary recall to new system control relay. •Contractor shall provide Elevator Technicians to swing over alternate recall to new system control relay. •Contractor shall provide Elevator Technicians to swing over shunt relay to new system control relay system control relay. •Contractor shall provide Elevator Technicians to swing over shunt status to new system control relay. •Contractor shall provide Elevator Technicians to swing over alleviator room smoke relay to new system control relay. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 51 MAINTENANCE, TESTING & REPAIR SERVICES Note: The existing fire alarm system may not currently provide a connection to the elevator controller for elevator machine room smoke. In addition, the existing elevator shunt controller may not provide a status to the existing system for shunt status. Contractor shall provide Elevator Technician(s) to swing over existing speaker in cab, and at elevator controller, in order to connect to new system. Note: Speaker may not currently exist inside elevator cars. In that case, a new dedicated feed will need to be provided by the Elevator Contractor inside existing travel cable. 8.Equipment Inventory, Replacement Parts, Repair Parts, and Obsolete Parts All Equipment Repairs Services shall require a written estimate from Contractor approved by Purchaser prior to completing repairs. 8.1. Inventory Contractor shall mark and identify all lubricating oils and cleaning solvents that are stored onsite. All storage cans shall be Code approved. All unmarked cans shall be removed from the Purchaser’s premises. Machine rooms shall not be used for storage of materials or items that do not pertain to the Full Service Maintenance of the Purchaser’s Equipment. 8.2. Replacement Parts The Contractor shall provide all replacement parts and equipment. A replacement part is an individual piece of the equipment; equipment is made up of several parts. All replacement parts shall be new as specified by the original manufacturer or new after-market parts that are accepted by the Elevator industry as equal or better. In any instance where replacement parts specified by the original equipment manufacturer or after-market parts of equal or better quality are no longer available, an “equal” item may be acceptable, provided advance written approval of the item is obtained from the Authorized User. If no such “equal” item can be found, the Contractor shall refer to Section 8.3, Obsolete Parts. Any parts, materials, components, and equipment provided by the Contractor during the final year Purchaser’s contract period shall be fully warranted for a one-year period from the date of installation. A.In performing the Equipment Services, Contractor agrees to provide only manufacturer approved parts used by the manufacturers of the Equipment for replacement or repair, and to use only those lubricants obtained from and/or recommended by the manufacturer of the Equipment. If Contractor wishes to provide parts or lubricants other than recommended by the Equipment manufacturer, Contractor shall, in writing, state the type proposed and the specifications to the Purchaser for review and written approval. These replacement parts shall not be considered an upgrade of Equipment and shall be provided by Contractor at no additional cost to the Purchaser. NOTE: This is considered standard maintenance. B.Contractor shall use commercially reasonable efforts to procure replacements parts in the most expeditious manner available. C.Parts requiring repair shall be rebuilt to "as new" condition. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 52 MAINTENANCE, TESTING & REPAIR SERVICES D.If the replacement part is not available, see Obsolete Parts Section 8.3. E.Contractor shall provide a written repair quote or estimate for Purchaser’s written approval and authorization prior to repair work. Repair quotes/estimates shall have the following information. i.Specific scope of work ii.Amount of hours by each type of Elevator Technician (Mechanic In Charge vs. Mechanic) iii.Labor rate to include prevailing wage plus % mark up rate iv.Parts / Materials descriptions v.Parts / Materials cost plus % markup rate vi.Estimate/Quote shall not require a deposit or advanced payment 8.3. Obsolete Parts Obsolete Parts shall be defined as the inability to purchase, and/or otherwise repair, parts of the system no longer produced by the original equipment manufacturer or a third-party after-market supplier. Claims of component obsolescence shall not be allowed when replacement parts, components, or assemblies of equivalent design and functionality are available. In the event of component obsolescence, as defined in above paragraph, the condition shall be reported to the Purchaser with the following information: A.Alternative equipment, or component parts renewal options, for the restoration of the system due to obsolescence: B.Procurement and installation time for restoration of system service: C.Any safety code requirements that will be triggered by the alternative equipment, or component renewal (i.e., including filing, tests, and approvals): Contractor(s) shall provide written documentation if the replacement part is no longer available and determined to be obsolete, and that the Contractor has exhausted all research in obtaining such replacement parts to include manufacturer statement or information on obsolete parts. Such research would be the review of all firms as listed in the latest edition of Elevator World - "The Source". All local supply firms, including other Equipment contractor’s must also be researched for availability of replacement parts. Contractor should also research options of rebuilding, refurbished and/or aftermarket parts as well as checking with other Companies before seeking and sourcing brand new and/or before an upgrade. If the replacement part is available and approved by the Purchaser in writing, Contractor shall invoice the Purchaser the cost plus mark up for such replacement part. Contractor shall provide all documentation of the replacement costs. If Contractor installs a replacement part different than the original Equipment manufacturer, the new replacement, Contractor shall provide, in writing, the manufacturer, type, and model of the proposed replacement part. Any necessary Repairs for obsolescence work shall be submitted under Section 7, Time and Material (T&M). The Contractor shall submit a T&M proposal to the Purchaser for approval prior to performing any T&M repairs. The T&M proposal must include a detailed explanation of the obsolescent part, the alternative equipment or component, and any necessary retrofitting required. The approval and payment of the T&M proposal repair shall be based on the following: •If an alternate replacement part is available Contractor shall provide all documentation of the replacement costs to the Purchaser. If Contractor installs a replacement part different than the original Equipment manufacturer, the new replacement shall not be of the "proprietary" type and Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT A 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 53 MAINTENANCE, TESTING & REPAIR SERVICES Contractor shall provide, in writing, the manufacturer, type, and model of the proposed replacement part. •The cost of the alternative equipment, or component parts, and any miscellaneous material necessary for repairs or retrofitting, to replace an obsolete part, shall be listed in a T&M proposal and will be listed in detail as a material cost subject to the material cost markup for Purchaser approval. •Any additional labor hours and costs necessary for any modifications, retrofits, and other additional work deemed necessary to install the replacement of obsolete parts, or renewal components, that are above and beyond the time that would be normally necessary for installing a standard manufacturer’s replacement part or component, to complete the repairs. •For Equipment covered by a Full-Service Maintenance, Contractor shall be responsible for the labor hours that would be normally necessary if a manufacturer’s replacement component was available and installed. 8.4. Microprocessors A.Contractor shall maintain, in stock, available for immediate usage, an inventory of replacement parts for any microprocessor/solid state equipment used for each system. This includes all solid-state boards located in the machine room, fixture stations, car tops or any other location. Circuit board may be very hard to find and in a timely manner do to age of elevator. B.Contractor’s Elevator Technician(s) shall carry diagnostic equipment designed to analyze programming and microprocessor functions and malfunctions on all non-proprietary equipment. C.Purchaser shall pay for all costs if the original manufacturer must be brought onsite to re- program the system or be required to place the equipment in service. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 54 MAINTENANCE, TESTING & REPAIR SERVICES PRICES FOR GOODS/SERVICES PREVAILING WAGE LABOR RATES: Region County Elevator Technician Mechanic Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic Hourly Overtime, 6 pm to 6 am OPTIONAL: Elevator Technician Apprentice Hourly bid rate must be less than Elevator Technician Mechanic Hourly bid rate Elevator Technician Mechanic In- Charge Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic In- Charge Hourly Overtime, 6 pm to 6 am Eastern Adams 80% 80% N/A 80% 80% Eastern Ferry 80% 80% N/A 80% 80% Eastern Lincoln 80% 80% N/A 80% 80% Eastern Pend Oreille 80% 80% N/A 80% 80% Eastern Spokane 80% 80% N/A 80% 80% Eastern Stevens 80% 80% N/A 80% 80% Eastern Whitman 80% 80% N/A 80% 80% Region County Elevator Technician Mechanic Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic Hourly Overtime, 6 pm to 6 am OPTIONAL: Elevator Technician Apprentice Hourly bid rate must be less than Elevator Technician Mechanic Hourly bid rate Elevator Technician Mechanic In- Charge Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic In- Charge Hourly Overtime, 6 pm to 6 am Northwest Island 80% 80% N/A 80% 80% Northwest King 75% 75% N/A 75% 75% Northwest Pierce 75% 75% N/A 75% 75% Northwest San Juan 80% 80% N/A 80% 80% Northwest Skagit 80% 80% N/A 80% 80% Northwest Snohomish 75% 75% N/A 75% 75% Northwest Whatcom 80% 80% N/A 80% 80% PARTS Replacement Parts % markup above Contractor’s Actual Cost 15% Refurbished Parts % markup above Contractor’s Actual Cost 15% Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 55 MAINTENANCE, TESTING & REPAIR SERVICES Region County Elevator Technician Mechanic Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic Hourly Overtime, 6 pm to 6 am OPTIONAL: Elevator Technician Apprentice Hourly bid rate must be less than Elevator Technician Mechanic Hourly bid rate Elevator Technician Mechanic In-Charge Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic In- Charge Hourly Overtime, 6 pm to 6 am North Central Chelan 80% 80% N/A 80% 80% North Central Douglas 80% 80% N/A 80% 80% North Central Grant 80% 80% N/A 80% 80% North Central Kittitas 80% 80% N/A 80% 80% North Central Okanogan 80% 80% N/A 80% 80% Region County Elevator Technician Mechanic Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic Hourly Overtime, 6 pm to 6 am OPTIONAL: Elevator Technician Apprentice Hourly bid rate must be less than Elevator Technician Mechanic Hourly bid rate Elevator Technician Mechanic In- Charge Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic In- Charge Hourly Overtime, 6 pm to 6 am Olympic Clallam 80% 80% N/A 80% 80% Olympic Gray's Harbor 80% 80% N/A 80% 80% Olympic Jefferson 80% 80% N/A 80% 80% Olympic Kitsap 80% 80% N/A 80% 80% Olympic Mason 80% 80% N/A 80% 80% Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 56 MAINTENANCE, TESTING & REPAIR SERVICES Region County Elevator Technician Mechanic Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic Hourly Overtime, 6 pm to 6 am OPTIONAL: Elevator Technician Apprentice Hourly bid rate must be less than Elevator Technician Mechanic Hourly bid rate Elevator Technician Mechanic In- Charge Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic In- Charge Hourly Overtime, 6 pm to 6 am South Central Asotin 80% 80% N/A 80% 80% South Central Benton 80% 80% N/A 80% 80% South Central Columbia 80% 80% N/A 80% 80% South Central Franklin 80% 80% N/A 80% 80% South Central Garfield 80% 80% N/A 80% 80% South Central Klickitat 80% 80% N/A 80% 80% South Central Walla Walla 80% 80% N/A 80% 80% South Central Yakima 80% 80% N/A 80% 80% Region County Elevator Technician Mechanic Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic Hourly Overtime, 6 pm to 6 am OPTIONAL: Elevator Technician Apprentice Hourly bid rate must be less than Elevator Technician Mechanic Hourly bid rate Elevator Technician Mechanic In- Charge Hourly Straight Time, 6 am to 6 pm Elevator Technician Mechanic In- Charge Hourly Overtime, 6 pm to 6 am Southwest Clark 80% 80% N/A 80% 80% Southwest Cowlitz 80% 80% N/A 80% 80% Southwest Lewis 80% 80% N/A 80% 80% Southwest Pacific 80% 80% N/A 80% 80% Southwest Skamania 80% 80% N/A 80% 80% Southwest Thurston 80% 80% N/A 80% 80% Southwest Wahkiakum 80% 80% N/A 80% 80% Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 57 MAINTENANCE, TESTING & REPAIR SERVICES FULL SERVICE MONTHLY SERVICE RATES: Region County Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate 10 Stops or More Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Passenger - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Eastern Adams $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Eastern Ferry $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Eastern Lincoln $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Eastern Pend Oreille $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Eastern Spokane $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Eastern Stevens $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Eastern Whitman $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Region County Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate less than 10 stops Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freig ht - Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Escalator Equipment Full Service Monthly Rate Wheelchair Lift Equipment Full Service Monthly Rate Roped Hydraulic Equipment Full Service Monthly Rate Eastern Adams $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Eastern Ferry $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Eastern Lincoln $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Eastern Pend Oreille $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Eastern Spokane $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Eastern Stevens $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Eastern Whitman $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 58 MAINTENANCE, TESTING & REPAIR SERVICES Region County Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate 10 Stops or More Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Passenger - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Northwest Island $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Northwest King $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Northwest Pierce $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Northwest San Juan $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Northwest Skagit $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Northwest Snohomish $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Northwest Whatcom $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Region County Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate less than 10 stops Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Escalator Equipment Full Service Monthly Rate Wheelchair Lift Equipment Full Service Monthly Rate Roped Hydraulic Equipment Full Service Monthly Rate Northwest Island $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Northwest King $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Northwest Pierce $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Northwest San Juan $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Northwest Skagit $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Northwest Snohomish $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Northwest Whatcom $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 59 MAINTENANCE, TESTING & REPAIR SERVICES Region County Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate 10 Stops or More Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Passenger - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate North Central Chelan $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 North Central Douglas $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 North Central Grant $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 North Central Kittitas $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 North Central Okanogan $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Region County Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate less than 10 stops Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Escalator Equipment Full Service Monthly Rate Wheelchair Lift Equipment Full Service Monthly Rate Roped Hydraulic Equipment Full Service Monthly Rate North Central Chelan $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 North Central Douglas $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 North Central Grant $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 North Central Kittitas $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 North Central Okanogan $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 60 MAINTENANCE, TESTING & REPAIR SERVICES Region County Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate 10 Stops or More Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Passenger - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Olympic Clallam $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Olympic Gray's Harbor $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Olympic Jefferson $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Olympic Kitsap $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Olympic Mason $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Region County Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate less than 10 stops Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Escalator Equipment Full Service Monthly Rate Wheelchair Lift Equipment Full Service Monthly Rate Roped Hydraulic Equipment Full Service Monthly Rate Olympic Clallam $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Olympic Gray's Harbor $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Olympic Jefferson $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Olympic Kitsap $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Olympic Mason $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 61 MAINTENANCE, TESTING & REPAIR SERVICES Region County Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate 10 Stops or More Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Passenger - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate South Central Asotin $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 South Central Benton $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 South Central Columbia $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 South Central Franklin $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 South Central Garfield $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 South Central Klickitat $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 South Central Walla Walla $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 South Central Yakima $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Region County Service/Freight -Traction Geared Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight -Traction Geared Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate less than 10 stops Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Escalator Equipment Full Service Monthly Rate Wheelchair Lift Equipment Full Service Monthly Rate Roped Hydraulic Equipment Full Service Monthly Rate South Central Asotin $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 South Central Benton $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 South Central Columbia $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 South Central Franklin $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 South Central Garfield $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 South Central Klickitat $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 South Central Walla Walla $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 South Central Yakima $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) Exhibit B 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 62 MAINTENANCE, TESTING & REPAIR SERVICES Region County Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Geared Elevator Equipment Full Service Monthly Rate 10 Stops or More Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate Less than 10 Stops Passenger - Traction/ Roped & Gearless Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Hydraulic Elevator Equipment Full Service Monthly Rate 10 Stops or more Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Passenger - Roped Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Passenger - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Southwest Clark $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Southwest Cowlitz $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Southwest Lewis $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Southwest Pacific $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Southwest Skamania $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Southwest Thurston $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Southwest Wahkiakum $447.00 $534.00 $447.00 $534.00 $223.00 $251.00 $244.00 $317.00 $467.00 Region County Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freight - Traction Geared Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate less than 10 stops Service/Freight - Traction Gearless Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Hydraulic Elevator Equipment Full Service Monthly Rate Less than 10 stops Service/Freig ht - Hydraulic Elevator Equipment Full Service Monthly Rate 10 stops or more Service/Freight - Machine Room - Less (MRL) Hydraulic Elevator Equipment Full Service Monthly Rate Escalator Equipment Full Service Monthly Rate Wheelchair Lift Equipment Full Service Monthly Rate Roped Hydraulic Equipment Full Service Monthly Rate Southwest Clark $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Southwest Cowlitz $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Southwest Lewis $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Southwest Pacific $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Southwest Skamania $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Southwest Thurston $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Southwest Wahkiakum $451.00 $534.00 $451.00 $534.00 $267.00 $300.00 $384.00 $668.00 $100.00 $367.00 Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AG E N D A I T E M # 6 . i ) EXHIBIT C 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 63 MAINTENANCE, TESTING & REPAIR SERVICES INSURANCE REQUIREMENTS 1. INSURANCE OBLIGATION. During the term of this Contract, Contractor shall possess and maintain in full force and effect, at Contractor’s sole expense, the following insurance coverages: a. COMMERCIAL GENERAL LIABILITY INSURANCE. Commercial general liability insurance (and, if necessary, commercial umbrella liability insurance) covering bodily injury, property damage, products/completed operations, personal injury, and advertising injury liability on an ‘occurrence form’ that shall be no less comprehensive and no more restrictive than the coverage provided by Insurance Services Office (ISO) under the most recent version of form CG 00 01 in the amount of not less than $2,000,000 per occurrence and $4,000,000 general aggregate. This coverage shall include blanket contractual liability coverage. This coverage shall include a cross-liability clause or separation of insured condition. b. WORKERS’ COMPENSATION INSURANCE. Contractor shall comply with applicable Workers’ Compensation or Industrial Accident insurance providing benefits as required by law. c. EMPLOYERS’ LIABILITY (STOP GAP) INSURANCE. Employers’ liability insurance (and, if necessary, commercial umbrella liability insurance) with limits not less than $1,000,000 each accident for bodily injury by accident, $1,000,000 each employee for bodily injury by disease, and $1,000,000 bodily injury by disease policy limit. d. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE (applicable when accessing purchaser premises). Commercial automobile liability insurance covering the ownership, maintenance, and/or use of all owned/leased, non-owned, and hired vehicles used in the performance of the Contract, with limits of not less than $1,000,000 per accident, combined single limit for bodily injury and property damage liability. Coverage shall be provided on Insurance Services Office (ISO) form number CA 0001 or an equivalent. The insurance coverage limits set forth above may be satisfied by any combination of primary, umbrella, or excess policy. The insurance coverage limits are the minimum. Contractor’s insurance coverage shall be no less than the minimum amounts specified. Coverage in the amounts of these minimum limits, however, shall not be construed to relieve Contractor from liability in excess of such limits. Contractor waives all rights against the State of Washington for the recovery of damages to the extent such damages are covered by any insurance required herein. 2. INSURANCE CARRIER RATING. Coverages provided by Contractor must be underwritten by an insurance company deemed acceptable to the State of Washington’s Office of Risk Management. Insurance coverage shall be provided by companies authorized to do business within the State of Washington and rated A- Class VII or better in the most recently published edition of Best’s Insurance Rating. Enterprise Services reserves the right to reject all or any insurance carrier(s) with an unacceptable financial rating. 3. ADDITIONAL INSURED. When specified as a required insurance coverage (see § 1 – Insurance Obligation, above) Commercial General Liability, Commercial Automobile Liability, and Pollution Liability Insurance shall include the State of Washington and all authorized Purchasers (and their agents, officers, and employees) as Additional Insureds evidenced by copy of the Additional Insured Endorsement attached to the Certificate of Insurance on such insurance policies. Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) EXHIBIT C 28723 CONTRACT ELEVATOR FULL SERVICE PAGE 64 MAINTENANCE, TESTING & REPAIR SERVICES 4. CERTIFICATE OF INSURANCE. Prior to execution of the Contract, Contractor shall furnish to Enterprise Services, as evidence of the insurance coverage required by this Contract, a certificate of insurance satisfactory to Enterprise Services that insurance, in the above-stated kinds and minimum amounts, has been secured. In addition, no less than ten (10) calendar days prior to coverage expiration, Contractor shall furnish to Enterprise Services an updated or renewed certificate of insurance, satisfactory to Enterprise Services, that insurance, in the above-stated kinds and minimum amounts, has been secured. Failure to maintain or provide proof of insurance, as required, shall result in Contractor suspension and/or contract termination. All policies and certificates of insurance shall include the Contract number stated on the cover of this Contract. All certificates of Insurance and any related insurance documents shall be sent via email to Enterprise Services at the email address as set forth below: Email: DESContractsTeamCedar@des.wa.gov Note: The Email Subject line must state: Contract Insurance Certificate – - Contract No. 28723 – Elevator Services Washington Dept. of Enterprise Services PO Box 41411 Olympia, WA 98504-1411 5. PRIMARY COVERAGE. Contractor’s insurance shall apply as primary and shall not seek contribution from any insurance or self-insurance maintained by, or provided to, the additional insureds listed above including, at a minimum, the State of Washington and/or any Purchaser. All insurance or self-insurance of the State of Washington and/or Purchasers shall be excess of any insurance provided by Contractor or subcontractors. 6. SUBCONTRACTORS. Contractor shall include all subcontractors as insureds under all required insurance policies. Alternatively, prior to utilizing any subcontractor, Contractor shall cause any such subcontractor to provide insurance that complies with all applicable requirements of the insurance set forth herein and shall furnish separate Certificates of Insurance and endorsements for each subcontractor to Enterprise Services. Each subcontractor must comply fully with all insurance requirements stated herein. Failure of any subcontractor to comply with insurance requirements does not limit Contractor’s liability or responsibility. 7. WAIVER OF SUBROGATION. Contractor waives all rights of subrogation against the State of Washington and any Purchaser for the recovery of damages to the extent such damages are or would be covered by the insurance specified herein. 8. NOTICE OF CHANGE OR CANCELLATION. There shall be no cancellation, material change, exhaustion of aggregate limits, or intent not to renew insurance coverage, either in whole or in part, without at least sixty (60) calendar days prior written Legal Notice by Contractor to Enterprise Services. Failure to provide such notice, as required, shall constitute default by Contractor. Any such written notice shall include the Contract number stated on the cover of this Contract. 9. EXTENDED REPORTING PERIOD. If any required insurance coverage is on a claims-made basis (rather than occurrence), Contractor shall maintain such coverage for a period of no less than three (3) years following expiration or termination of the Contract. * * * END OF INSURANCE REQUIREMENTS * * * Docusign Envelope ID: 81B26449-0597-43DE-A06B-C5FECC543EEA AGENDA ITEM #6. i) AB - 3842 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: Bid Award – Sanitary Sewer Replacement Project Phase 2 CAG-25- 090, Project No. WWP-27-04273 RECOMMENDED ACTION: Council Concur DEPARTMENT: Public Works Utility Systems Division STAFF CONTACT: Jesse Newman, Wastewater Utility Civil Engineer II EXT.: 7211 FISCAL IMPACT SUMMARY: Northwest Cascade, Inc. submitted the lowest bid of $2,855,293.08, exceeding the engineer’s estimate of $2,822,929.96 by $32,363.12 (1.13%). This project is a collaboration between the Wastewater and Water Utility Sections. The Wastewater Utility’s portion of the construction contract cost is $2,761,149.82. The 2025 approved adjusted budget for the Sanitary Sewer Rehab/Replacement Program (426.465521) is $6,634,104.90. The current unencumbered budget for this Program account is $3,532,056.29. The remaining unencumbered budget balance of the Sanitary Sewer Rehab/Replacement Program account after award of the Sanitary Sewer Replacement Project Phase 2 will be $770,906.47. The Water Utility portion of the project construction contract cost is $94,143.26. The 2025 approved adjusted budget for the Minor Water improvement Projects account (425.455609) is $598,738.00. Of the total budget, $130,000.00 is allotted for this project. Both accounts have the sufficient funds needed for the award of the construction contract. SUMMARY OF ACTION: The Sanitary Sewer Replacement Project Phase 2 project will install: approximately 1,400 LF of 8-inch sewer main, 27-side sewer stubs, new side sewers on private properties, eight manholes, and 65 LF of 8-inch water main. Bids for this construction contract were received and opened on Thursday, May 08, 2025. Three bids were submitted, and the bid amounts are summarized below. Bid submitted by Bid amount Engineers Estimate $2,822,929.96 Northwest Cascade, Inc. $2,855,293.08 Harkness Construction, LLC $3,103,894.94 Laser Underground & Earthworks, Inc. $3,331,997.55 The lowest responsible bid is within the project budget and contains no irregularities and the bid bond was verified to be valid. AGENDA ITEM #6. j) Determination of responsive and responsible bidder Wastewater Utility staff has reviewed the submitted bid and determined that the bid is responsive and that Northwest Cascade, Inc. is a responsible bidder as defined in RCW 39.04.350, in Renton City policy 250-02 and in section 1-02.14 of the project specifications (see Exhibit B). Northwest Cascade, Inc. is currently doing excellent work on the City of Renton Windsor Hills Utility Improvements Project (CAG-24-060) and has extensive experience in constructing public works transportation and utility projects. EXHIBITS: A. Final Bid Tabulation B. Bidder Assessment C. City Clerk Bid Tab STAFF RECOMMENDATION: Award the construction contract to the lowest responsive and responsible bidder, Northwest Cascade, Inc. in the amount of $2,855,293.08 and authorize the Mayor and City Clerk to execute the construction contract CAG-25-090. AGENDA ITEM #6. j) Project Sanitary Sewer Replacement Project Phase 2 BID DATE:05/08/2025 Item No.Unit Quantity Unit Price Estimate Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid Amount Schedule A A1 LS 1 $228,000.00 $228,000.00 $258,000.00 $258,000.00 $290,000.00 $290,000.00 $200,000.00 $200,000.00 A2 LS 1 $5,000.00 $5,000.00 $17,000.00 $17,000.00 $16,000.00 $16,000.00 $20,000.00 $20,000.00 A3 LS 1 $70,000.00 $70,000.00 $375,000.00 $375,000.00 $70,000.00 $70,000.00 $300,000.00 $300,000.00 A4 Calc 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 A5 Calc 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal A $305,000.00 Subtotal A $652,000.00 Subtotal A $378,000.00 Subtotal A $522,000.00 Sales Tax A (10.3%)$31,415.00 Sales Tax A (10.3%)$67,156.00 Sales Tax A (10.3%)$38,934.00 Sales Tax A (10.3%)$53,766.00 Total A $336,415.00 Total A $719,156.00 Total A $416,934.00 Total A $575,766.00 Schedule B B1 LS 1 $6,000.00 $6,000.00 $100,000.00 $100,000.00 $120,000.00 $120,000.00 $12,500.00 $12,500.00 B2 LS 1 $30,000.00 $30,000.00 $160,000.00 $160,000.00 $120,000.00 $120,000.00 $65,000.00 $65,000.00 B3 LS 1 $170,000.00 $170,000.00 $110,000.00 $110,000.00 $160,000.00 $160,000.00 $65,000.00 $65,000.00 B4 EA 2 $1,200.00 $2,400.00 $750.00 $1,500.00 $1,000.00 $2,000.00 $1,000.00 $2,000.00 B5 CY 2660 $100.00 $266,000.00 $96.00 $255,360.00 $36.00 $95,760.00 $50.00 $133,000.00 B6 CY 200 $100.00 $20,000.00 $165.00 $33,000.00 $80.00 $16,000.00 $50.00 $10,000.00 B7 TON 100 $50.00 $5,000.00 $80.00 $8,000.00 $120.00 $12,000.00 $100.00 $10,000.00 B8 LF 1400 $280.00 $392,000.00 $121.00 $169,400.00 $220.00 $308,000.00 $250.00 $350,000.00 B9 EA 2 $1,200.00 $2,400.00 $10,000.00 $20,000.00 $1,000.00 $2,000.00 $10,000.00 $20,000.00 B10 LF 1400 $20.00 $28,000.00 $3.50 $4,900.00 $10.00 $14,000.00 $8.00 $11,200.00 B11 EA 27 $1,800.00 $48,600.00 $4,200.00 $113,400.00 $8,000.00 $216,000.00 $2,000.00 $54,000.00 B12a LS 1 $32,350.00 $32,350.00 $16,950.00 $16,950.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 Description Laser Underground & Earthworks, Inc.City of Renton Engineers Estimate Northwest Cascade, Inc Harkness Construction, LLC Temporary Sedimentation and Erosion Control Site Clearing and Grubbing Trench Safety Systems Site Specific Utility Potholing Select Import Trench Backfill Crushed Surfacing Top Course Mobilization & Demobilization Construction Surveying, Staking, and As-Built Drawings Temporary Traffic Control Apprentice Utilization Incentive Apprentice Utilization Penalty Removal and Replacement of Unsuitable Foundation Excavation Incl. Haul Work On Private Property - 3910 NE 6TH ST - SIte 4 Furnish and Install PVC Sanitary Sewer Pipe 8 In. Diam. Connect New Sewer to Existing Sewer Manhole CCTV Inspection Furnish and Install 6-inch PVC Sewer Stub AG E N D A I T E M # 6 . j ) Project Sanitary Sewer Replacement Project Phase 2 BID DATE:05/08/2025 Item No.Unit Quantity Unit Price Estimate Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid AmountDescription Laser Underground & Earthworks, Inc.City of Renton Engineers Estimate Northwest Cascade, Inc Harkness Construction, LLC B12b LS 1 $18,500.00 $18,500.00 $10,500.00 $10,500.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12c LS 1 $20,000.00 $20,000.00 $13,150.00 $13,150.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12d LS 1 $23,000.00 $23,000.00 $10,650.00 $10,650.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12e LS 1 $19,650.00 $19,650.00 $10,300.00 $10,300.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12f LS 1 $24,300.00 $24,300.00 $13,950.00 $13,950.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12g LS 1 $23,000.00 $23,000.00 $16,900.00 $16,900.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12h LS 1 $23,000.00 $23,000.00 $15,950.00 $15,950.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12i LS 1 $33,500.00 $33,500.00 $15,850.00 $15,850.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12j LS 1 $27,700.00 $27,700.00 $13,400.00 $13,400.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12k LS 1 $30,000.00 $30,000.00 $20,500.00 $20,500.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12l LS 1 $31,200.00 $31,200.00 $16,100.00 $16,100.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12m LS 1 $25,400.00 $25,400.00 $16,450.00 $16,450.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12n LS 1 $32,350.00 $32,350.00 $17,500.00 $17,500.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12o LS 1 $28,900.00 $28,900.00 $15,950.00 $15,950.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12p LS 1 $27,700.00 $27,700.00 $15,700.00 $15,700.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12q LS 1 $27,700.00 $27,700.00 $18,850.00 $18,850.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12r LS 1 $27,700.00 $27,700.00 $16,600.00 $16,600.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12s LS 1 $1,200.00 $1,200.00 $2,050.00 $2,050.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12t LS 1 $1,200.00 $1,200.00 $3,300.00 $3,300.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00Work On Private Property - 1019 MONROE AVE NE - Site 7 Work On Private Property - 3322 NE 6TH ST - Site 5 Work On Private Property - 3328 NE 6TH ST - Site 5 Work On Private Property - 3334 NE 6TH ST - Site 5 Work On Private Property - 3404 NE 6TH ST - Site 5 Work On Private Property - 3410 NE 6TH ST - Site 5 Work On Private Property - 1025 MONROE AVE NE - Site 7 Work On Private Property - 617 TACOMA AVE NE - Site 4 Work On Private Property - 614 SHELTON AVE NE - Site 4 Work On Private Property - 618 SHELTON AVE ME - Site 4 Work On Private Property - 3304 NE 6TH ST - Site 5 Work On Private Property - 3310 NE 6TH ST - Site 5 Work On Private Property - 3316 NE 6TH ST - Site 5 Work On Private Property - 3916 NE 6TH ST - Site 4 Work On Private Property - 3922 NE 6TH ST - Site 4 Work On Private Property - 3923 NE 6TH ST - Site 4 Work On Private Property - 603 TACOMA AVE NE - Site 4 Work On Private Property - 609 TACOME AVE NE - Site 4 Work On Private Property - 613 TACOMA AVE NE - Site 4 AG E N D A I T E M # 6 . j ) Project Sanitary Sewer Replacement Project Phase 2 BID DATE:05/08/2025 Item No.Unit Quantity Unit Price Estimate Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid AmountDescription Laser Underground & Earthworks, Inc.City of Renton Engineers Estimate Northwest Cascade, Inc Harkness Construction, LLC B12u LS 1 $1,200.00 $1,200.00 $2,250.00 $2,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12v LS 1 $5,800.00 $5,800.00 $3,300.00 $3,300.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12w LS 1 $5,800.00 $5,800.00 $6,250.00 $6,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12x LS 1 $11,550.00 $11,550.00 $3,900.00 $3,900.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12y LS 1 $1,200.00 $1,200.00 $3,650.00 $3,650.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12z LS 1 $1,200.00 $1,200.00 $2,250.00 $2,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12aa LS 1 $5,800.00 $5,800.00 $2,300.00 $2,300.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12ab LS 1 $1,200.00 $1,200.00 $2,300.00 $2,300.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12ac LS 1 $11,550.00 $11,550.00 $2,250.00 $2,300.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12ad LS 1 $1,200.00 $1,200.00 $2,250.00 $2,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12ae LS 1 $5,800.00 $5,800.00 $2,200.00 $2,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12af LS 1 $1,200.00 $1,200.00 $2,250.00 $2,200.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12ag LS 1 $1,200.00 $1,200.00 $2,250.00 $2,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12ah LS 1 $1,200.00 $1,200.00 $2,250.00 $2,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12ai LS 1 $1,200.00 $1,200.00 $2,250.00 $2,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12aj LS 1 $11,550.00 $11,550.00 $4,300.00 $4,300.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12ak LS 1 $1,200.00 $1,200.00 $2,250.00 $2,250.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B12al LS 1 $11,550.00 $11,550.00 $2,300.00 $2,300.00 $16,000.00 $16,000.00 $28,000.00 $28,000.00 B13 EA 33 $670.00 $22,110.00 $4,300.00 $141,900.00 $8,000.00 $264,000.00 $1,500.00 $49,500.00 Work On Private Property - 701 & 705 MONROE AVE NE - Site 7 Work On Private Property - 855 MONROE AVE NE - Site 7 Work On Private Property - 851 MONROE AVE NE - Site 7 Work On Private Property - 823 MONROE AVE NE - Site 7 Work On Private Property - 817 MONROE AVE NE - Site 7 Work On Private Property - 809 MONROE AVE NE - Site 7 Work On Private Property - 717 MONROE AVE NE - Site 7 Work On Private Property - 909 MONROE AVE NE - Site 7 Work On Private Property - 903 MONROE AVE NE - Site 7 Work On Private Property - 871 MONROE AVE NE - Site 7 Work On Private Property - 867 MONROE AVE NE - Site 7 Work On Private Property - 863 MONROE AVE NE - Site 7 Work On Private Property - 859 MONROE AVE NE - Site 7 Work On Private Property - 1013 MONROE AVE NE - Site 7 Work On Private Property - 1009 MONROE AVE NE - Site 7 Work On Private Property - 1005 MONROE AVE NE - Site 7 Work On Private Property - 921 MONROE AVE NE - Site 7 Work On Private Property - 915 MONROE AVE NE - Site 7 Furnish and Install 6 x 6 – in. Ductile Iron Tee on Existing Sewer Main AG E N D A I T E M # 6 . j ) Project Sanitary Sewer Replacement Project Phase 2 BID DATE:05/08/2025 Item No.Unit Quantity Unit Price Estimate Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid AmountDescription Laser Underground & Earthworks, Inc.City of Renton Engineers Estimate Northwest Cascade, Inc Harkness Construction, LLC B14 EA 2 $26,200.00 $52,400.00 $5,150.00 $10,300.00 $12,000.00 $24,000.00 $7,000.00 $14,000.00 B15 EA 3 $26,200.00 $78,600.00 $8,250.00 $24,750.00 $20,000.00 $60,000.00 $14,000.00 $42,000.00 B16 EA 3 $29,000.00 $87,000.00 $14,000.00 $42,000.00 $26,000.00 $78,000.00 $25,000.00 $75,000.00 B17 TON 310 $410.00 $127,100.00 $350.00 $108,500.00 $160.00 $49,600.00 $350.00 $108,500.00 B18 TON 305 $330.00 $100,650.00 $253.00 $77,165.00 $240.00 $73,200.00 $300.00 $91,500.00 B19 EA 1 $2,300.00 $2,300.00 $1,250.00 $1,250.00 $2,000.00 $2,000.00 $8,000.00 $8,000.00 B20 LF 20 $180.00 $3,600.00 $175.00 $3,500.00 $140.00 $2,800.00 $130.00 $2,600.00 B21 SY 55 $500.00 $27,500.00 $380.00 $20,900.00 $400.00 $22,000.00 $300.00 $16,500.00 B22 LS 1 $34,650.00 $34,650.00 $26,500.00 $26,500.00 $20,000.00 $20,000.00 $85,000.00 $85,000.00 B23 LS 1 $23,000.00 $23,000.00 $9,100.00 $9,100.00 $14,000.00 $14,000.00 $50,000.00 $50,000.00 B24 ALLOW 1 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00 Subtotal B $2,189,060.00 Subtotal B $1,872,825.00 Subtotal B $2,383,360.00 Subtotal B $2,439,300.00 Sales Tax B (10.3%)$225,473.18 Sales Tax B (10.3%)$192,900.98 Sales Tax B (10.3%)$245,486.08 Sales Tax B (10.3%)$251,247.90 Total B $2,414,533.18 Total B $2,065,725.98 Total B $2,628,846.08 Total B $2,690,547.90 Percentage Sewer Cost 97.11%Percentage Sewer Cost 96.70%Percentage Sewer Cost 97.84%Percentage Sewer Cost 97.62% Schedule C C1 LS 1 $10,000.00 $10,000.00 $1,500.00 $1,500.00 $1,000.00 $1,000.00 $6,500.00 $6,500.00 C2 CY 28 $100.00 $2,800.00 $96.00 $2,688.00 $36.00 $1,008.00 $50.00 $1,400.00 C3 CY 3 $100.00 $300.00 $165.00 $495.00 $80.00 $240.00 $50.00 $150.00 C4 TON 6 $50.00 $300.00 $80.00 $480.00 $120.00 $720.00 $100.00 $600.00 C5 TON 18 $410.00 $7,380.00 $350.00 $6,300.00 $160.00 $2,880.00 $350.00 $6,300.00 C6 TON 16 $330.00 $5,280.00 $253.00 $4,048.00 $240.00 $3,840.00 $300.00 $4,800.00 Select Import Trench Backfill Crushed Surfacing Top Course 2-inch Grind and Overlay Hot Mix Asphalt (HMA) CL. 1/2 in. PG 58 H-22 Remove and Replace Cement Concrete Traffic Curb and Gutter Remove and Replace Cement Concrete Sidewalk and Driveway ROW Site Restoration Sewer Crossing Under 36" SPU Transmission Main Minor Changes Trench Safety Systems Furnish and Install Manhole 48 in Diam. (5-ft to 10-ft Depth) Furnish and Install Manhole 48 in Diam. (10-20 ft Depth) 2-inch Grind and Overlay Hot Mix Asphalt (HMA) CL. 1/2 in. PG 58 H-22 Replace Survey Monument Removal and Replacement of Unsuitable Foundation Excavation Incl. Haul Furnish and Install Shallow Manhole 48 in Diam (Less than 5- ft Depth) AG E N D A I T E M # 6 . j ) Project Sanitary Sewer Replacement Project Phase 2 BID DATE:05/08/2025 Item No.Unit Quantity Unit Price Estimate Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid AmountDescription Laser Underground & Earthworks, Inc.City of Renton Engineers Estimate Northwest Cascade, Inc Harkness Construction, LLC C7 LF 10 $180.00 $1,800.00 $175.00 $1,750.00 $140.00 $1,400.00 $130.00 $1,300.00 C8 ALLOW 1 $7,000.00 $7,000.00 $7,000.00 $7,000.00 $7,000.00 $7,000.00 $7,000.00 $7,000.00 C9 LF 65 $290.00 $18,850.00 $345.00 $22,425.00 $340.00 $22,100.00 $200.00 $13,000.00 C10 EA 1 $9,250.00 $9,250.00 $12,000.00 $12,000.00 $10,000.00 $10,000.00 $12,500.00 $12,500.00 C11 EA 1 $2,300.00 $2,300.00 $5,150.00 $5,150.00 $2,500.00 $2,500.00 $6,000.00 $6,000.00 Subtotal C $65,260.00 Subtotal C $63,836.00 Subtotal C $52,688.00 Subtotal C $59,550.00 Sales Tax C $6,721.78 Sales Tax C $6,575.11 Sales Tax C $5,426.86 Sales Tax C $6,133.65 Total C $71,981.78 Total C $70,411.11 Total C $58,114.86 Total C $65,683.65 Percentage Water Cost 2.89%Percentage Water Cost 3.30%Percentage Water Cost 2.16%Percentage Water Cost 2.38% Total Sewer Cost A +B (Tax Inc.)$2,741,225.79 Total Sewer Cost A +B (Tax Inc.)$2,761,149.82 Total Sewer Cost A +B (Tax Inc.)$3,036,774.30 Total Sewer Cost A +B (Tax Inc.)$3,252,610.67 Total Water Cost A +C (Tax inc.)$81,704.17 Total Water Cost A +C (Tax inc.)$94,143.26 Total Water Cost A +C (Tax inc.)$67,120.64 Total Water Cost A +C (Tax inc.)$79,386.88 Total All Schedules $2,822,929.96 Total All Schedules $2,855,293.08 Total All Schedules $3,103,894.94 Total All Schedules $3,331,997.55 Furnish and Install 12-Inch x 8- inch Tapping Tee and Valve Assembly 1-Inch Water Service Connection Remove and Replace Cement Concrete Curb and Gutter Minor Changes Furnish and Install Ductile Iron Class 52 8 -Inch Diameter Restrained-Joint Water Pipe and Restrained-Joint Fittings with Polywrap AG E N D A I T E M # 6 . j ) Project Sanitary Sewer Replacement Project Phase 2 BID DATE:05/08/2025 Item No.Unit Quantity Unit Price Estimate Amount Unit Price Bid Amount Unit Price Bid Amount Unit Price Bid AmountDescription Laser Underground & Earthworks, Inc.City of Renton Engineers Estimate Northwest Cascade, Inc Harkness Construction, LLC Northwest Cascade, Inc, $2,855,293.08City of Renton, $2,822,929.96 Harkness Construction, LLC, $3,103,894.94 Laser Underground and Earthworks, inc, $3,331,997.55 $0.00 $500,000.00 $1,000,000.00 $1,500,000.00 $2,000,000.00 $2,500,000.00 $3,000,000.00 $3,500,000.00 Sanitary Sewer Replacement Project Phase 2 AG E N D A I T E M # 6 . j ) 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 applicable 1.b.The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; No edits to proposal conditions 1.c.A price per unit cannot be determined from the bid proposal;Price per unit clearly identified 1.d.The proposal form is not properly executed;Proposal form properly executed 1.e.The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271- 015), if applicable, as required in Section 1-02.6; Bidder has submitted a complete subcontractor list. 1.f.The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; Not applicable 1.g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; Not applicable 1.h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award in accordance with Section 1-07.11; Not applicable 1.i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; Not applicable 1.j. The Bidder fails to submit the Bidder Questionnaire (DOT Form 272-022), if applicable as required by Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; or Not applicable Sanitary Sewer Replacement Project Phase 2 Bidder Assessment CAG-25-090 Bid Opening: May 8, 2025 Bidder: NORTHWEST CASCADE, INC L&I Doing Business As (DBA): NORTHWEST CASCADE, INC City Special Provisions 1-02.13 Irregular Proposals WA UBI No.: 278 049 149 License No.: NORTHCI148BG Entity Type: Corporation CAG-25-110 Bidder Assessment Page 1 of 4 AGENDA ITEM #6. j) 1.k.The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. Proposal constitutes a definite and unqualified offer 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; Authorized proposal form used 2.d.The completed Proposal form contains unauthorized additions, deletions, alternate Bids, or conditions; No evidence that members of a joint venture or partnership submitted multiple proposals 2.e.Receipt of Addenda is not acknowledged;Receipt of Addenda was 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 Proposal form entries are not made in ink.Proposal form entries made in ink Item Description Determination Criteria Met (Per Below) 1 More than one proposal is submitted for the same project from a bidder under the same or different names; One proposal submitted 2 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 3 A Bidder is not prequalified for the Work or to the full extent of the bid;Bidder considered to be qualified A bidder may be deemed not responsible and the proposal rejected if: City Special Provisions 1-02.14 Disqualification of Bidder CAG-25-110 Bidder Assessment Page 2 of 4 AGENDA ITEM #6. j) 4 An unsatisfactory performance record exists based on past or current Contracting Agency Work; No evidence of unsatisfactory performance 5 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 6 The Bidder failed to settle bills for labor or materials on past or current Contracts; No evidence of unsettled bills 7 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 8 The Bidder is unable, financially or otherwise, to perform the Work; No evidence of inability to perform the Work 9 A Bidder is not authorized to do business in the State of Washington; or Meets current requirements Per L&I 10 There are any other reasons deemed proper by the Contracting Agency. No other reasons for rejection Item Description Determination RCW 39.04.350 (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: 265,081-00 Account is CURRENT (1)(b)Have a current state unified business identifier number;WA UBI: 278 049 149 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 an employment security department number as required in Title 50 RCW;Registered with ESD and a state excise tax registration number as required in Title 82 RCW; Excise Tax Acct ID: 278-049-149 Per DOR (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)(a)At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (1)(c) RCW 39.04.350 CAG-25-110 Bidder Assessment Page 3 of 4 AGENDA ITEM #6. j) (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; Northewest Cascade, Inc has not been found out of compliance by the Washington State Apprenticeship and Training Council. (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. Certification of Compliance with Wage Payment Statutes Form submitted with bid. Signed by authorized person Clinton E Myers, Vice President of Northwest Cascade, Inc. CAG-25-110 Bidder Assessment Page 4 of 4 AGENDA ITEM #6. j) Project: Sanitary Sewer Replacement Project - Phase 2 - CAG-25-090 Due Date: May 8, 2025 due by 2:00 pm - Opening at 3:00 pm (Via ZOOM) CITY OF RENTON BID TABULATION SHEET Bid Total from Schedule of Prices Includes Sales Tax Harkness Construction, LLC. 1 45015 244th Av SE Enumclaw, WA 98022 $3,103,894.94 Laser Underground & Earthworks, Inc. 2 20417 87th Av SE Snohomish, WA 98296 $3,331,997.55 Northwest Cascade, Inc. 3 P.O. Box 73399 Puyallup, WA 98373 $2,855,293.08 Bidder Engineer's Estimate approximately $2,830,000.00 AGENDA ITEM #6. j) AB - 3846 City Council Regular Meeting - 02 Jun 2025 SUBJECT/TITLE: Agreement with Skyway Water and Sewer District for the Temporary Transfer of Sewer Service Area RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Public Works Utility Systems Division STAFF CONTACT: Ron Straka, Director EXT.: 7239 FISCAL IMPACT SUMMARY: The proposed action temporarily transfers the responsibility for sewer service for two properties, currently on septic systems, from the City of Renton Wastewater Service Area to the Skyway Water and Sewer District (SWSD) service area. Per the Agreement for Conveyance of Wastewater (CAG-06-170), the district will pay the City's System Development Charge (SDC) for these connections upon connection. SWSD will be responsible for collecting its Local Facilities Charge and future bi-monthly sewer service bills directly from the property owners. There is no immediate fiscal impact related to the transfer. SUMMARY OF ACTION: Skyway Water and Sewer District has recently installed a new sewer main in 80th Avenue S adjacent to the City's sewer service area. This new sewer main can serve two properties located at 12804 and 12836 80th Avenue S, which are currently within the City's wastewater service area but are on septic systems, cannot currently be served by the City and are outside the current city limits. SWSD is ready, willing, and able to provide service via their new main. This action is to approve an agreement for the temporary transfer of sewer service responsibility for these two properties (detailed in Exhibit A of the Agreement) from the City to SWSD. This allows the properties to connect to the new SWSD main. SWSD will install the side sewer laterals and handle septic system abandonment. The City and SWSD agree this temporary measure are in the best interest of the properties. The parties intend to pursue a permanent service area boundary adjustment and revise existing agreements (CAG-03-197 and CAG-06-170) during the next comprehensive sewer system plan update cycle. This temporary agreement facilitates immediate connection while the permanent transfer process is undertaken. The Wastewater Utility supports this temporary transfer as it provides service to properties currently lacking it, without negatively impacting existing City ratepayers or service capabilities. SWSD’s sewer system connects to the City’s sewer system, which conveys the sewer to the King County Wastewater Treatment Divisions sewer system. This is allowed per the Agreement for Conveyance of Wastewater (CAG-06-170), which requires SWSD to pay the City’s Wastewater System Development Charge for each new connection. EXHIBITS: AGENDA ITEM #6. k) A. Renton – Skyway Water and Sewer District Agreement on the Temporary Transfer of Sewer Service Area B. Renton – Skyway Temporary Sewer Service Transfer Final – Exhibit A STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to execute the Agreement on the Temporary Transfer of Sewer Service Area with Skyway Water and Sewer District. AGENDA ITEM #6. k) AGENDA ITEM #6. k) AGENDA ITEM #6. k) AGENDA ITEM #6. k) AGENDA ITEM #6. k) 2,257 188 Skyway Water and Sewer District Boundary - Exhibit A This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. None 3/17/2023 Legend 1280 64 THIS MAP IS NOT TO BE USED FOR NAVIGATION Feet Notes 128 WGS_1984_Web_Mercator_Auxiliary_Sphere Joe Stowell jstowell@rentonwa.gov City and County Labels Addresses Parcels Building Footprints City and County Boundary <all other values> Renton Wastewater Service Areas Environment Designations Natural Shoreline High Intensity Shoreline Isolated High Intensity Shoreline Residential Urban Conservancy Jurisdictions Streams (Classified) <all other values> Type S Shoreline Type F Fish Type Np Non-Fish Type Ns Non-Fish Seasonal Unclassified Not Visited Wetlands Lift Station Wastewater Clean Out AGENDA ITEM #6. k) 2,257 188 Exhibit A Legend 0 64 Notes 128 WGS_1984_Web_Mercator_Auxiliary_Sphere All data, information, and maps are provided "as is" without warranty or any representation of accuracy, timeliness of completeness. The burden for determining accuracy, completeness, timeliness, merchantability and fitness for or the appropriateness for use rests solely on the user. 128 Feet City and County Labels Addresses Parcels Lift Station Wastewater Clean Out Wastewater Manhole Casings Wastewater Pressurized Main Renton Private Pipe Flow Direction Wastewater Gravity Main Renton Private KC Metro Manhole KC Pressurized Main KC Gravity Main Adjacent District Structure Manhole Cleanout Lift Station Adjacent District Main Streets 2023.sid AGENDA ITEM #6. k) 1 CITY OF RENTON, WASHINGTON RESOLUTION NO. _______ A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING TEMPORARY FULL STREET WEEKEND CLOSURE OF NE 44TH STREET BETWEEN N 43RD STREET AND I-405 OFF RAMP WHEREAS, the Washington State Department of Transportation (WSDOT) is constructing the I-405, Renton to Bellevue Widening and Express Toll Lanes (ETL) project; and WHEREAS, this construction activity will require a temporary street closures of the NE 44th Street between N. 43rd Street and the I-405 south bound off ramp; and WHEREAS, on February 17, 2024, by Resolution 4519, the City Council approved temporary closure of NE 44th Street between N. 43rd Street and the I-405 southbound off ramp for one weekend occurring sometime between Friday, May 3, 2024 and Monday, August 26, 2024; and WHEREAS, WSDOT’s contractor was unable to begin the required work during the time period previously approved by council, and WSDOT intends to reschedule the work for the weekend of June 6, 2025; and WHEREAS, pursuant to the City Code section 9-9-3, such street closures require City Council authorization by means of a resolution; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DO RESOLVE AS FOLLOWS: SECTION I. The City Council does hereby authorize the temporary weekend closure of the NE 44th Street between N. 43rd Street and the I-405 sound bound off ramp for one weekend from AGENDA ITEM # 8. a) RESOLUTION NO. _______ 2 Friday evening, June 6, 2025 to Monday morning, June 9, 2025 for the purpose of decreasing impacts to the traveling public by minimizing the duration to complete the work. SECTION II. Notice of the closure shall be posted and published as required by RMC 9-9-2 and RMC 9-9-3. 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 RES- PW:25RES011:05.12.2025 AGENDA ITEM # 8. a) 1 CITY OF RENTON, WASHINGTON RESOLUTION NO. _______ A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING TEMPORARY INTERMITTENT FULL STREET CLOSURE OF BURNETT AVE SOUTH AND SMITHERS AVE SOUTH. WHEREAS, The South 7th Street Corridor Improvements Project develops this corridor as a key east-west bicycle route into the downtown. The project installs a sidewalk and a two-way cycletrack on the north side of South 7th Street between Shattuck and Burnett Avenue South; and WHEREAS, The construction of the sidewalk and two-way cycletrack necessitates the realignment of Burnett Avenue South at Talbot Road South and the construction of a raised concrete crosswalk; and WHEREAS, there exists inadequate space for a bypass; and WHEREAS, pursuant to the Renton Municipal Code 9-9-3, such street closures require City Council authorization by means of a resolution; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DO RESOLVE AS FOLLOWS: SECTION I. The City Council does hereby authorize the intermittent closure of Burnett Avenue South and Smithers Avenue South up to three (3) weeks during a period of six (6) weeks starting June 3, 2025. SECTION II. Notice of the closure shall be posted and published as required by RMC 9-9-2 and RMC 9-9-3. AGENDA ITEM # 8. b) RESOLUTION NO. _______ 2 PASSED BY THE CITY COUNCIL this 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 RES - PW:25RES012:5.28.2025 AGENDA ITEM # 8. b)