Loading...
HomeMy WebLinkAboutFinal Agenda Packet CITY OF RENTON AGENDA - City Council Regular Meeting 7:00 PM - Monday, July 28, 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.rentonwa.gov/Forms/registertospeakform  You may also call 425-430-6501 or email counciladmin@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. ADMINISTRATIVE REPORT a) Administrative Report 4. 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. 5. 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 July 21, 2025. Council Concur b) AB - 3891 Police Department recommends execution of an agreement with Project Be Free, in the amount of $277,500, for co-response services on domestic violence calls; and authorize additional budget appropriations of $277,500. Refer to Finance Committee c) AB - 3892 Police Department recommends execution of an three-year Interlocal Agreement with the Renton School District to staff one Renton Police Officer assigned as a School Resource Officer (SRO) at each of the three district high schools. The school district will pay $90,000 per SRO for the 2025-2026 school year, $100,000 per SRO for 2026-2027, and $110,000 per SRO for 2027-2028. Refer to Finance Committee d) AB - 3890 Public Works Facilities Division reports bid opening on June 10, 2025 for the Renton Market and Piazza Park Construction project, and recommends awarding the contract to the lowest responsive and responsible bidder Schuchart Corporation in the amount of $6,424,546. Council Concur e) AB - 3873 Public Works Transportation Systems Division recommends execution of Supplement No. 2 to CAG-20-003, contractor Sargent Engineers, Inc., in the amount of $224,790 for additional design services for Phase 3 of the Houser Way Bridge - Seismic Retrofit and Painting project. Refer to Transportation (Aviation) Committee f) AB - 3874 Public Works Transportation Systems Division recommends execution of Supplement No. 2 to CAG-20-004, contractor Sargent Engineers, Inc., in the amount of $224,790 for additional design services for Phase 3 of the Williams Ave Bridge - Seismic Retrofit and Painting project. Refer to Transportation (Aviation) Committee g) AB - 3886 Public Works Utility Systems Division recommends execution of a contract with RH2 Engineering, Inc., in the amount of $139,925 for planning, design, and services for the Lift Station and Force Main Rehabilitation Phase 4 project. Refer to Utilities Committee h) AB - 3889 Public Works Utility Systems Division recommends adoption of two resolutions authorizing execution of interlocal agreements for the continued implementation of the Water Resource Inventory Area (WRIA) 8 Chinook Salmon Conservation Plan and the Water Resource Inventory Area (WRIA) 9 Salmon Habitat Plan. Renton's cost share allocation is $46,552. Refer to Utilities Committee 6. UNFINISHED BUSINESS Topics listed below were discussed in Council committees during the past week. Those topics marked with an asterisk (*) may include legislation. Committee reports on any topics may be held by the Chair if further review is necessary. a) Finance Committee: 1) Vouchers; 2) Agreement with BCRA, Inc. for Architectural, Design, and Construction Services at the Don Persson Senior Activity Center; 3) Conservation Grant Agreement with Puget Sound Energy; 4) Interlocal Agreement (ILA) Seattle Contraband Interdiction and Investigations (CI2) Taskforce, United States Postal Inspection Service (USPIS)*; 5) Agreement with Valley Defenders, PLLC for Indigent Defense Services; 6) Maplewood Park Playground Replacement 7. LEGISLATION Resolution: a) Resolution No. 4561: Interlocal Agreement with United States Postal Inspection Service (USPIS) 8. NEW BUSINESS (Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more information.) 9. ADJOURNMENT COMMITTEE OF THE WHOLE MEETING AGENDA (Preceding Council Meeting) 6:00 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 Mayor’s Office Memorandum DATE: July 21, 2025 TO: James Alberson, Jr., Council President Members of the Renton City Council FROM: Armondo Pavone, Mayor Ed VanValey, Chief Administrative Officer SUBJECT: Administrative Report • The free summer concert series continues Thursday, July 31. Enjoy jazz, Latin music, and guitar by Scott Lindenmuth on the Kidd Valley Stage Coulon Park from 6:30-8 p.m. For more information visit www.rentonwa.gov/events. • 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, July 28 through Friday, August 1, 8:00am-3:00pm. Intermittent lane closure on NE 12th St from Union Ave NE to Pierce Pl NE for utility installation. Approved traffic control plans were issued for all work and will be followed. Questions may be directed to Casey Grant, 206- 532-4380.  Tuesday, July 29, 7:00am-4:00pm. N 36th St will be closed from Burnett Ave N to 1104 N 36th St for asphalt repairs. Local access only. Questions may be directed to Public Works Shops, 425-430-7400.  Wednesday, July 30, 7:00am-4:00pm. Southbound lane closure at 15300 152nd Ave SE for asphalt repairs, weather permitting. South lane travel will be diverted to north bound lane. Questions may be directed to Public Works Shops, 425-430-7400  Monday, July 28, 7:00am-4:00pm. Westbound lane closure on SW Grady Way at 1110 SW Grady Way for asphalt repairs, weather permitting. Questions may be directed to Public Works Shops, 425-430-7400.  Monday, July 28 through Friday, August 1, 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. AGENDA ITEM #3. a) July 21, 2025 REGULAR COUNCIL MEETING MINUTES CITY OF RENTON MINUTES - City Council Regular Meeting 7:00 PM - Monday, July 21, 2025 Council Chambers, 7th Floor, City Hall – 1055 S. Grady Way CALL TO ORDER AND PLEDGE OF ALLEGIANCE Mayor Pavone called the meeting of the Renton City Council to order at 7:00 PM and led the Pledge of Allegiance. ROLL CALL Councilmembers Present: James Alberson, Jr., Council President Carmen Rivera, Council Position No. 2 Valerie O'Halloran, Council Position No. 3 Ryan McIrvin, Council Position No. 4 Ed Prince, Council Position No. 5 Ruth Pérez, Council Position No. 6 Kim-Khánh Vڣn, 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 Kristi Rowland, Deputy CAO Gina Estep, Community & Economic Development Administrator Kari Roller, Finance Department Administrator Maryjane Van Cleave, Parks & Recreation Department Administrator Amanda Free, Economic Development Director Young Yoon, IT Director Eric Perry, Government Affairs Manager Commander Sue Hassinger, Police Department Attended Remotely: Judith Subia, Chief of Staff Martin Pastucha, Public Works Administrator AGENDA ITEM #5. a) July 21, 2025 REGULAR COUNCIL MEETING MINUTES Ron Straka, Public Works Utility Systems Director PROCLAMATION a) Disability Pride Month - July 2025: A proclamation by Mayor Pavone was read declaring July 2025 as Disability Pride Month in the City of Renton and encouraging all residents to join in this special observance. Kristina Mendieta, Director of Public Affairs for Kindering, along with other staff and parents of the organization, accepted the proclamation with appreciation. MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL ADOPT THE PROCLAMATION AS PRESENTED. CARRIED. PUBLIC HEARING a) Public Hearing - Acquisition of King County Parcel 1723059026: This being the date set, and proper notices having been posted and published in accordance with local and state laws, Mayor Pavone opened the public hearing to consider the acquisition of King County Parcel 1723059026, utilizing the city's powers of eminent domain. Economic Development Director Amanda Free reported that the parcel is in the vicinity of the Maple Valley Highway and Cedar Park Drive N and was identified in the Tri-Park Master Plan in 2006. She remarked that it was also included as a potential acquisition in the 2011 and 2020 Parks, Recreation and Natural Areas Plan as it would expand the city's park property located adjacent to the parcel. Ms. Free noted that the site is 12.54 acres, its historical use was Stoneway Sand and Gravel who now uses it to store equipment, and that a 2019 land use application for an apartment building was approved but due to market conditions was dropped in 2022. Concluding Ms. Free noted that the use of eminent domain was requested by the property owners. Community and Economic Development Administrator Gina Estep remarked that an agreement on the purchase price is highly likely, but if no agreement can be reached the department would return to a future Council meeting to discuss next steps. Mayor Pavone opened public comment: x Paul Dutton, Renton, stated that he is in favor of this parcel purchase. There being no additional comments or correspondence, it was MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL CLOSE THE PUBLIC HEARING. 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: x Renton River Days is finally here and promises an action-packed weekend! Join us at Coulon Park, Friday, July 25 at 7:30 p.m. with music from The Kennydales before the AGENDA ITEM #5. a) July 21, 2025 REGULAR COUNCIL MEETING MINUTES evening’s drone show grand finale at 9:30 p.m. Saturday’s events include the parade, plus an afternoon of live music, crafts, and activities at Liberty Park. The festivities continue Sunday afternoon with more fun, including the annual Rubber Ducky Derby before closing the event with live music from The Hipsters at 4:30 p.m. For a full schedule and festival hours visit www.rentonwa.gov/riverdays. x Preventative street maintenance will continue to impact traffic and result in occasional street closures. AUDIENCE COMMENTS x Paul Dutton, Renton, thanked city officials for placing radar boards NE 4th St because it may slow drivers down in the area. He noted that people drive at excessive speeds along that corridor, especially between 156th Ave SE and Nile Ave NE. x Alice Lockridge, Renton, shared a story about the Houston family's property issues from the 1960s and 1970s that had made national news. x Tristen Kochen, Renton, recommended additional measures that he believes will protect pedestrians at intersections. x Dr. Linda Smith, Renton, thanked Recreation Director Jennifer Spencer and other Parks and Recreation Department staff, as well as the Police Department for their attendance and support of the recent Juneteenth celebration. 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 July 14, 2025. Council Concur. b) AB - 3860 Executive Services Department recommended execution of an agreement with Valley Defenders, PLLC in the base amount of $1,560,000 plus additional compensation for cases exceeding the annual contracted allotment, for indigent defense services. Refer to Finance Committee. c) AB - 3888 Parks & Recreation Department recommended execution of an agreement with Allplay Systems, LLC, in the amount of $331,808.43 for the replacement of playground equipment and ADA (Americans with Disabilities Act) upgrades at Maplewood Park. Refer to Finance Committee. d) AB - 3881 Public Works Facilities Division recommended execution of an agreement with BRCA, Inc., in the amount of $324,394, for architectural, design, project, and construction management services related to the replacement of HVAC equipment, roofing, and exterior siding at the Don Persson Senior Activity Center. Refer to Finance Committee. e) AB - 3882 Public Works Facilities Division recommended execution of a conservation agreement with Puget Sound Energy, to accept between $23,458 and $222,228 in grant funds (depending on the outcome of a 12-month energy performance review) for the upgrade of HVAC controls and schedule at City Hall. Refer to Finance Committee. MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL CONCUR TO ADOPT THE CONSENT AGENDA AS PUBLISHED CARRIED. AGENDA ITEM #5. a) July 21, 2025 REGULAR COUNCIL MEETING MINUTES 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 adopt the resolution authorizing the 120-day Closure of Houser Way North between Lake Washington Boulevard North and the Lowe’s business delivery access to occur between September 2, 2025, and December 31, 2025 for the purpose of constructing the City of Renton watermain and improving storm drainage facilities supporting the I-405, Renton to Bellevue, Widening and Express Toll Lanes Project. MOVED BY MCIRVIN, SECONDED BY PÉREZ, COUNCIL CONCUR IN THE COMMITTEE RECOMMENDATION. CARRIED. LEGISLATION Resolution: a) Resolution No. 4560: A resolution of the City of Renton, Washington, authorizing temporary full street closure of Houser Way North between Lake Washington Boulevard North and Lowe’s Business Access Road. MOVED BY MCIRVIN, SECONDED BY PÉREZ, COUNCIL ADOPT THE RESOLUTION AS READ. CARRIED. Ordinances for second and final reading: a) Ordinance No. 6163: An Ordinance of the City of Renton, Washington, amending the City of Renton Fiscal Years 2025/2026 Biennial Budget as adopted by Ordinance No. 6147 and last amended by Ordinance No. 6158, by increasing the budgeted revenues and expenditures by $6,404,355 and $22,215,881 respectively, eliminating fund 505, amending the salary table, and adding new approved full-time positions; providing for severability, and establishing an effective date. MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL ADOPT THE ORDINANCE AS READ. ROLL CALL: ALL AYES. CARRIED. b) Ordinance No. 6164: An Ordinance of the City of Renton, Washington, providing for the acquisition of real property located in Renton, Washington, Tax Parcel Number 172305-9026, including through the exercise of eminent domain for public purposes; 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.) AGENDA ITEM #5. a) July 21, 2025 REGULAR COUNCIL MEETING MINUTES ADJOURNMENT MOVED BY PRINCE, SECONDED BY ALBERSON, COUNCIL ADJOURN. CARRIED. TIME: 7:33 PM Jason A. Seth, MMC, City Clerk Jason Seth, Recorder 21 Jul 2025 AGENDA ITEM #5. a) Council Committee Meeting Calendar July 21, 2025 July 28, 2025 Monday CANCELED Community ServicesCommittee, Chair O’Halloran 4:15 p.m.* Finance Committee, Chair Perez Location: Council Conference Room/Videoconference 1. Agreement with BCRA, Inc. for Architectural, Design, and Construction Services at the Don Persson Senior Activity Center 2. Conservation Grant Agreement with Puget Sound Energy 3. Interlocal Agreement (ILA) Seattle Contraband Interdiction and Investigations (CI2) Taskforce, United States Postal Inspection Service (USPIS) 4. Agreement with Valley Defenders, PLLC for Indigent Defense Services 5. Maplewood Park Playground Replacement 6. Vouchers 7. Emerging Issues in Finance 5:15 p.m.* Planning & Development Committee, Chair Prince Location: Council Conference Room/Videoconference 1. Emerging Issues in CED 6:00 p.m. * Committee of the Whole, Chair Alberson * Location: Conferencing Center* 1. State of the Airport* 7:00 p.m. Council Meeting Location: Council Chambers/Videoconference * revised 07/22/25 AGENDA ITEM #5. a) AB - 3891 City Council Regular Meeting - 28 Jul 2025 SUBJECT/TITLE: Agreement with Project Be Free for Alternative Response Services RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Police Department STAFF CONTACT: Jeff Hardin, Deputy Chief EXT.: 7686 FISCAL IMPACT SUMMARY: Funding for the Project Be Free contract in the amount of $277,500 will be paid using 1590 Funds. Authorization is requested for additional budget appropriations for the Police Department in the amount of $277,500 and will be included in the mid-biennial budget adjustment. SUMMARY OF ACTION: Project Be Free will provide a co-response program in conjunction with the Renton Police Department/first responders to respond to domestic violence calls from Renton residents. In general, Renton police officers will respond to the call, and if appropriate and safe will contact Project Be Free to co-respond on-site. Project Be Free will send two crisis responders to the site typically within 15-30 minutes to individually meet with household members and triage the situation. Project Be Free staff can provide transportation to a safe site and/or assist with food/shelter/medical needs. Project Be Free also provides follow-up with the household, case management, and offers up to ten therapy sessions, either online or in-person for no charge to assist individuals, couples, or family members. They typically assist households for approximately three months and make referrals/connections to additional services. The goals of these co-response services include: • Reduce repeat domestic violence calls. • Reduce domestic violence workload for first responders. • Connect underserved Renton residents with appropriate support and referrals. The contract with Project Be Free is for $277,500 for services provided for 18 Months. EXHIBITS: A. Agreement for Alternative Response Services - Project Be Free STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to enter into an agreement with Project Be free in the amount of $277,500 for co- response services on domestic violence calls with Renton police and approve additional budget appropriations for this amount. AGENDA ITEM #5. b) AGREEMENT FOR ALTERNATE RESPONSE SERVICES THIS AGREEMENT, dated for reference purposes only as July 31, 2025, is by and between the City of Renton (the “City”), a Washington municipal corporation, and Project Be Free, NPC (“Consultant”), a nonprofit Washington Corporation, principally located at 306 Wells Ave S, Unit D, Renton WA 98057. The City and the Consultant are referred to collectively in this Agreement as the “Parties.” Once fully executed by the Parties, this Agreement is effective as of the last date signed by both parties. 1. Scope of Work: Consultant agrees to provide co-response services for domestic violence and/or mental health calls for service as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the “Work.” 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modifications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit A or as otherwise mutually agreed by the Parties. 3. Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s) set forth in Exhibit A. All Work shall be performed by no later than December 31, 2026. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $277,500.00, plus any applicable state and local sales taxes. Compensation shall be paid based upon Work actually performed according to the rate(s) or amounts specified in Exhibit A. The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit A. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has AGENDA ITEM #5. b) PAGE 2 OF 13 been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant’s performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement. The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at any time, with or without cause by giving ten (10) calendar days’ notice to the Consultant in writing. In the event of such termination or suspension, all finished or unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City, the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. AGENDA ITEM #5. b) PAGE 3 OF 13 6. Warranties And Right To Use Work Product: Consultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and workmanlike manner and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non-exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City’s or other’s adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless AGENDA ITEM #5. b) PAGE 4 OF 13 those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement. The nature of the relationship between the Consultant and the City during the period of the Work shall be that of an independent contractor, not employee. The Consultant, not the City, shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If Consultant is a sole proprietorship or if this Agreement is with an individual, Consultant agrees to notify the City and complete any required form if Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant’s failure to do so. 10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, representatives, and volunteers from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties, expenses, attorney’s or attorneys’ fees, costs, and/or litigation expenses to or by any and all persons or entities, arising from, resulting from, or related to the negligent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City’s sole negligence. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence AGENDA ITEM #5. b) PAGE 5 OF 13 relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate…) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees and volunteers, Consultant’s liability shall be only to the extent of Consultant’s negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant’s waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11. Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City’s Code of Ethics and state law, the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant’s performance of the Work. 12. City of Renton Business License: Unless exempted by the Renton Municipal Code, Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: https://www.rentonwa.gov/Tax Information regarding State business licensing requirements can be found at: https://dor.wa.gov/doing-business/register-my-business 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean AGENDA ITEM #5. b) PAGE 6 OF 13 any Work provided by a licensed professional or Work that requires a professional standard of care. C. Workers’ compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on behalf of the City, beyond normal commutes. E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis. The City’s insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City’s recourse to any remedy available at law or in equity. F. Subject to the City’s review and acceptance, a certificate of insurance showing the proper endorsements shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 14. Delays: Consultant is not responsible for delays caused by factors beyond the Consultant’s reasonable control. When such delays beyond the Consultant’s reasonable control occur, the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. AGENDA ITEM #5. b) PAGE 7 OF 13 CITY OF RENTON Jeff Hardin, Renton Police Deputy Chief 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-7686 jhardin@rentonwa.gov CONSULTANT Katya Wojcik, Executive Director 306 Wells Ave S Renton, WA 98057 Phone: (452) 757-6447 Katya.wojcik@project-be-free.com 17.Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: A.Consultant, and Consultant’s agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B.The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C.If the Consultant fails to comply with any of this Agreement’s non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D.The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton Council Resolution Number 4085. 18.Miscellaneous: The parties hereby acknowledge: A.The City is not responsible to train or provide training for Consultant. AGENDA ITEM #5. b) PAGE 8 OF 13 B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing, or certification. E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities, so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker’s Compensation coverage as well as that for any persons employed by the Consultant. 19. Other Provisions: A. Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. General Administration and Management. The City’s project manager is Deputy Chief Jeff Hardin. In providing Work, Consultant shall coordinate with the City’s contract manager or his/her designee. For contract, billing, and budget questions, Consultant shall coordinate with the City’s contract manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits or attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the extent a Consultant prepared exhibit conflicts with the terms in the body of this AGENDA ITEM #5. b) PAGE 9 OF 13 Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant’s employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, Washington, or its successor. Consultant hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Consultant is a foreign corporation not registered in Washington. H. Severability. A court of competent jurisdiction’s determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant’s performance of this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the AGENDA ITEM #5. b) PAGE 10 OF 13 partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF RENTON By:_____________________________ CONSULTANT By:____________________________ Armondo Pavone Mayor Katya Wojcik Executive Director _____________________________ Date _____________________________ Date Attest _____________________________ Jason A. Seth City Clerk Approved as to Legal Form By: __________________________ Alex Tuttle Senior Assistant City Attorney Contract Template Updated 5/21/2021 OOTCA contract no. 3522 AGENDA ITEM #5. b) PAGE 11 OF 13 Exhibit A Scope and Schedule of Services Consultant: Project Be Free, a nonprofit corporation 2025 Funding: 1590 Funds $92,500 Program: Co-response services with Renton Police Department on Domestic Violence calls. 2026 Funding: 1590 Funds $185,000 Performance Date July 1, 2025 – December 31, 2026 Total: $277,500 Agency Program Overview: Project Be Free will provide a co-response program in conjunction with the Renton Police Department/first responders to respond to domestic violence calls from Renton residents. In general, Renton police officers will respond to the call, and if appropriate and safe will contact Project Be Free to co-respond on-site. Project Be Free will send two crisis responders to the site typically within 15-30 minutes to individually meet with household members and triage the situation. Project Be Free staff can provide transportation to a safe site and/or assist with food/shelter/medical needs. Project Be Free also provides follow-up with the household, case management, and offers up to ten therapy sessions, either online or in-person for no charge to assist individuals, couples, or family members. They typically assist households for approximately three months and make referrals/connections to additional services. The goals are these co-response services include: • Reduce repeat domestic violence calls. • Reduce domestic violence workload for first responders. • Connect underserved Renton residents with appropriate support and referrals. Performance Measures: The Agency shall provide the approximate number of City of Renton clients with the following services. Services shall be provided in a manner which fully complies with all applicable federal, state and local laws, statutes, ordinances rules and regulations, as are now in effect or may be amended or enacted during the course of the Agreement. Annual Goals Contract Amount (not to exceed) $277,500 1 Unduplicated City of Renton individuals served 200 2 Number of domestic violence calls responded to on- site with Renton Police/First Responders. 100 AGENDA ITEM #5. b) PAGE 12 OF 13 3 Number of case management/follow-up sessions with Renton clients. (Sessions are approximately 30 minutes each.) 150 4 Number of Renton clients connected to appropriate support and referrals. 100 Budget The total contract shall not exceed $185,000, with Project Be Free to be reimbursed a flat monthly rate of $15,416.66 for services provided. Project Be Free may invoice monthly or quarterly, using an approved billing form, along with appropriate supporting payroll documents and client costs backup. Reporting Requirements Monthly Status Reports: Project Be Free will submit a written monthly status report to the City, due three business days following the end of the previous month. The monthly reports will address the following questions: • Briefly describe the work accomplished over the past month? • What successes has the program seen this past month? • What challenges has the program seen this past month? • Do you have any challenges or issues to discuss with the City Renton? Final Report: The Agency shall collect and retain demographic data from the persons served through this contract. Data should be tracked in an ongoing manner and submitted in a Final Report by July 18, 2025. The Final Report must include the following information: • Describe program participants including: o Number of individuals served o Gender (Male, Female, Nonbinary, etc.) of individuals served o Age of individuals served o Veteran status of individuals served o Substance abuse or mental health issues of individuals served o Reason for contact o Outcome of contact (No outcome, referral to services, involuntary transport, etc.) o Long-term outcome of individual receiving services (No outcome, permanent housing, shelter, etc.) AGENDA ITEM #5. b) PAGE 13 OF 13 • Describe the type of program funded and the geographic area served. • Explain how the program targeted vulnerable individuals. • Explain how the program created greater access for vulnerable individuals to available programs and services. • Discuss program successes and challenges. Reporting Due Dates: REPORT DUE DATES MONTHLY STATUS REPORTS: Due within 3 business days following end of previous month. FINAL REPORT January 24, 2027 AGENDA ITEM #5. b) AB - 3892 City Council Regular Meeting - 28 Jul 2025 SUBJECT/TITLE: Interlocal Agreement (ILA) with the Renton School District for School Resource Officers RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Police Department STAFF CONTACT: Ryan Rutledge, Deputy Chief - Police EXT.: 7512 FISCAL IMPACT SUMMARY: The District will compensate the City for a portion of the salary and benefits incurred for the assigned School Resource Officer on a monthly basis for the duration of the agreement. The District will pay the City each school year, for each SRO assigned, prorated basis for those days the officer is actually at the school or on school business for the period beginning September 1, 2025 and ending the last day of school in June, 2028 and invoiced on a monthly basis. The payment structure will be tiered for the next three school years as follows: 2025-2026 The District will pay the City $90,000 for each SRO assigned. 2026-2027 The District will pay the City $100,000 for each SRO assigned. 2027-2028 The District will pay the City $110,000 for each SRO assigned. Any overtime hours requested and authorized by either party to this Agreement shall be paid by the party requesting and authorizing the additional overtime hours. If the District requests and authorizes the overtime hours, the District will be separately invoiced for the direct salary and related benefits for the overtime hours worked by the assigned SRO. SUMMARY OF ACTION: This ILA continues the strong partnership that has been built between the Renton Police Department and the Renton School District. This ILA will continue to staff one RPD officer at each of the three district high schools, Renton, Hazen, and Lindbergh. This agreement will be shifting from a yearly ILA to a three-year ILA with price increases built in over each of the three-years. EXHIBITS: A. Interlocal Agreement (ILA) STAFF RECOMMENDATION: Staff recommends the approval of this ILA between the City of Renton and Renton School District. AGENDA ITEM #5. c) INTERLOCAL AGREEMENT For SCHOOL RESOURCE OFFICER Between THE CITY OF RENTON and RENTON SCHOOL DISTRICT NO. 403 In Accordance with the Interlocal Cooperation Act (RCW 39.34), the City of Renton ("the City"), and Renton School District No. 403 ("the District"), each of which is a Washington Municipal Corporation, hereby enter into the following INTERLOCAL AGREEMENT: RECITALS WHEREAS: The District and the City desire to promote law enforcement and related services to Renton High School, Hazen High School, Lindbergh High School and other Renton District schools as mutually agreed upon within the City; A School Resource Officer (SRO) Program has been proposed for the District high schools within the City as hereinafter described; The District and the City recognize the potential benefits of the School Resource Officer Program to the community members of the City and particularly to the students, parents, legal guardians, and staff of the District high schools within the City; and It is in the best interest of the community members and residents of the District and the City to establish this program. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, the Parties agree as follows: I. TERM OF AGREEMENT AND RENEWAL 1.1 This Agreement shall commence as of September 1, 2025, and shall terminate as of August 31, 2028. 1.2 This Agreement may be renewed by written agreement of both Parties. 1.3 The Agreement may be terminated by either party by ninety (90) days written statement of termination directed to the other party. Should the Agreement be terminated be either party, the District shall pay the City for services provided through the termination date, and the City will reimburse the District on a prorated basis for any payment previously made in advance of services provided by the City. II. SCHOOL RESOURCE OFFICER PROGRAM 2.1 A School Resource Officer Program has been established between the City of Renton Police Department ("Renton PD") and the District, with services provided to Renton School District high schools within the City of Renton. Said program shall continue for the term of this agreement. 2.2 Through the School Resource Officer Program, the District and the Renton PD have committed to providing a safe school environment that promotes education and SRO interaction with students in a positive, caring manner. This is accomplished with a committed partnership among the school, student, AGENDA ITEM #5. c) staff, parents, legal guardians, police department, and neighbors to enhance the schools and the community. III. RIGHTS AND DUTIES OF THE RENTON PD 3.1 The Chief of the Renton Police Department ("the Chief'') shall assign three (3) regularly-employed police officers as School Resource Officers ("SRO") to Renton School District with assignment at Renton High School, Hazen High School and Lindbergh High School in the City of Renton and will also provide additional services, as described herein, to other District schools (e.g., middle schools) located within the City of Renton. 3.2 Retain the authority and responsibility for training the School Resource Officer. By signing this agreement, the City confirms any School Resource Officer assigned to the District will, prior to serving in their capacity as a School Resource Officer, have received training sufficient to satisfy the mandate of RCW 28A.320.124(1). School Resource Officers shall complete training on all mandated topics within three (3) months of starting the position. The Chief shall annually provide verification that each assigned School Resource Officer has received the training described in this section. 3.3 The SRO shall be assigned to the District for a minimum of twenty-six (26) hours per week while school is in session. Additional time may be authorized by Renton PD at the request of the District not to exceed a total of forty-two (42) hours per week subject to Renton PD approval and provided the SRO's assistance is not required for other police activities away from the school. Absences from the school by the SRO during the school year for training or other Renton PD activities shall not exceed five (5) school days in duration at any one time. The City may temporarily reassign the SRO during school holidays and vacations, with advance notification to District. 3.4 The SRO shall also act as an instructor for specialized, short-term law enforcement related programs at the high schools or other District schools within Renton when invited to do so by the principal or member of the faculty. 3.5 The SRO shall have the following additional duties and responsibilities: 3.5.1 When requested by the principal, the SRO shall attend parent/faculty meetings to solicit support and understanding of the program. 3.5.2 The SRO shall make him/herself available for conferences with students, parents/guardians, and faculty members in order to assist them with problems of a law enforcement or crime prevention nature. 3.5.3 The SRO shall become familiar with all community agencies which offer assistance to youth and their families such as youth job placement assistance, mental health clinics, drug treatment centers, etc. The SRO shall make referrals to such agencies when necessary, thereby acting as a resource person to the students, faculty, and staff of the school. 3.5.4 The SRO shall assist the principal and the District's Safety and Security Manager in developing plans and strategies to prevent and/or minimize dangerous situations that may result in student unrest. 3.5.5 The SRO shall assist and advise the District's Safety and Security Manager in planning and coordinating the work of the District and School Safety Officer who work under the supervision of the Safety and Security Manager. AGENDA ITEM #5. c) 3.5.6 The SRO shall comply with District policies and administrative procedures. Should it become necessary to conduct formal police interviews with a student, the SRO shall adhere to the Renton PD policies and legal requirements with regard to such interviews involving youth. 3.5.7 The SRO shall take law enforcement action as required, including but not limited to appropriate law enforcement action against intruders and unwanted guests who may appear at the school and related school activities. As soon as practicable, the SRO shall make the principal of the school aware of any law enforcement action. 3.5.8 The SRO shall give assistance to other police officers in matters regarding his/her school assignment, whenever necessary. 3.5.9 The SRO shall patrol the assigned school and surrounding neighborhoods in order to identify, investigate, and prevent incidents involving weapons, violence, harassment, intimidation, and other law violations. The SRO may also be assigned investigations related to runaways, assaults, thefts, and truancy, provided such investigations relate to the students attending the school to which the SRO is assigned. The SRO may also be assigned or provide traffic enforcement duties at the schools and surrounding neighborhoods. Such duties may include school zone speed enforcement. 3.5.10 The SRO shall maintain detailed and accurate records of the operation of the School Resource Officer Program. 3.5.11 The SRO shall not act as a school disciplinarian, as disciplining students is a school responsibility. However, if the principal believes an incident is a violation of the law, the principal is expected to contact the SRO and the SRO shall then determine whether law enforcement action is appropriate. The SRO must understand when to informally interact with a student and when to enforce the law; the SRO’s focus should be on keeping students out of the criminal justice system, when possible and should not attempt to impose criminal sanctions that are more appropriately handled within the educational system. 3.5.12 The SRO shall not be used for regularly assigned duties such as lunchroom duty. If there is a problem area, the SRO may assist the school until the problem is solved. The SRO serves in a role to teach, informal counselor and law enforcement officer. 3.5.13 The SRO shall have a primary obligation to the City, not the District. This contract and performance thereof by the City or its SRO shall not create any special relationship with any person or duties to protect any specific persons from harm or injury including the party signing this contract. The law enforcement duties to be performed pursuant to the contract are the same in extent and scope as those provided by law enforcement officers to every member of the public. 3.5.14 Any exceptions to the above must be mutually agreed upon by the Chief of Police of the Renton PD, the School District, and the School Principal. 3.5.15 Pursuant to RCW 10.93.160, the SRO duties do not extend to immigration enforcement and the SRO will not inquire into or collect information about an individual’s immigration or citizenship status, or place of birth. Neither will the SRO provide information pursuant to notification requests from federal immigration authorities for the purposes of civil immigration enforcement, except as required by law. AGENDA ITEM #5. c) IV. RIGHTS AND DUTIES OF THE DISTRICT 4.1 The District shall provide the SRO with the materials and facilities necessary to the performance of the SRO duties at the assigned High School 4.2 The following materials and facilities are deemed necessary to the performance of the SRO's duties: 4.2.1 Access to a properly lighted private office with a telephone and online connection capabilities that may be used for general business purposes. 4.2.2 A location for files and records that can be properly locked and secured. 4.2.3. A desk with drawers, a chair, work table, filing cabinet, and office supplies. 4.2.4. Access to a computer, and/or clerical assistance. V. FINANCING OF THE SCHOOL RESOURCE OFFICER 5.1 The District will compensate the City for a portion of the salary and benefits incurred for the assigned School Resource Officer on a monthly basis for the duration of the agreement. The District will pay the City each school year, for each SRO assigned, prorated basis for those days the officer is actually at the school or on school business for the period beginning September 1, 2025 and ending the last day of school in June, 2028 and invoiced on a monthly basis. The payment structure will be tiered for the next three school years as follows: 2025-2026 The District will pay the City $90,000 for each SRO assigned. 2026-2027 The District will pay the City $100,000 for each SRO assigned. 2027-2028 The District will pay the City $110,000 for each SRO assigned. 5.2 Any overtime hours requested and authorized by either party to this Agreement shall be paid by the party requesting and authorizing the additional overtime hours. If the District requests and authorizes the overtime hours, the District will be separately invoiced for the direct salary and related benefits for the overtime hours worked by the assigned SRO. VI. EMPLOYMENT STATUS OF SCHOOL RESOURCE OFFICER 6.1 The SRO shall be employees of the City and shall not be employees of the District. The District and the Chief acknowledge that the SRO shall remain under the direct supervision of the Renton PD. VII. APPOINTMENT OF SCHOOL RESOURCE OFFICER 7.1 The SRO must be a volunteer for the position with a minimum of three (3) years of law enforcement service or experience, unless the only available volunteers have lesser experience. 7.2 The appointment of the SRO shall be at the discretion of the Chief based upon: AGENDA ITEM #5. c) 7.2.1 A written application to the Chief that outlines his/her qualifications; and 7.2.2 Input from the Renton School District Superintendent or his/her designee, and the District’s Safety and Security Manager. 7.3 Additional criteria for consideration by the Chief shall include job knowledge, training, education, appearance, attitude, communication skills, and bearing. 7.4 Additional SROs may be assigned to the program by the City during the period of this contract upon mutual written agreement between the RSD Superintendent and the RPD Chief of Police. VIII. DISMISSAL OF SCHOOL RESOURCE OFFICER; REPLACEMENT 8.1 In the event the District determines that the SRO is not effectively performing his or her duties and responsibilities, the District shall state the reasons therefore in writing, and shall request a mediation process, as described herein, to resolve the issue(s) identified. If the Chief desires, the Superintendent and Chief, or their designees shall meet with the SRO to mediate or resolve the identified problems. At such meeting, specified school or district staff may be required to be present. If, within a reasonable amount of time after commencement of such mediation the problem cannot be resolved or mediated or in the event mediation is not sought by the chief, then the SRO shall be removed from the program and a replacement shall be obtained. 8.2 The Chief may dismiss or reassign the SRO based upon Renton PD rules, regulation, and/or policy and when it is in the best interest of the Parties, the students and the community members of the City of Renton. 8.3 In the event of the resignation, dismissal, or reassignment of the SRO, or in the case of long-term absences by the SRO, the Chief shall attempt to provide a temporary replacement for the SRO within thirty (30) school days of such absence, dismissal, resignation, or reassignment. As soon as practicable, the chief shall appoint a permanent replacement for the SRO position. IX. LIABILITY 9.1 Each party shall be responsible and liable for the consequences of any act or failure to act on the part of itself, its employees, and its agents. Each party shall be responsible for its own negligence; neither party shall indemnify nor hold the other party harmless. X. MISCELLANEOUS PROVISIONS 10.1 Effective Date. This Agreement shall be effective upon ratification by action of the governing body and execution by the chief Executive Officer of each of the Parties. 10.2 Amendment. This Agreement may be amended only upon consent of all Parties hereto. Any amendment hereto shall be in writing and shall be ratified and executed by the Parties in the same manner in which it was originally adopted. 10.3 Waiver. The waiver by any Party of any breach of any term, covenant, or condition of the Agreement shall not be deemed a waiver of any subsequent breach of the same term, covenant, or condition of this Agreement. 10.4 Severability. If any provision of the Agreement shall be held invalid, the remainder of this AGENDA ITEM #5. c) Agreement shall not be affected thereby. 10.5 Entire Agreement. This Agreement represents the entire understanding of the Parties and supersedes any oral representations that are inconsistent with or modify its terms and conditions. 10.6 Counterparts. This Agreement shall be effective whether signed by all Parties on the same document or whether signed in counterparts. 10.7 Notices. Except as otherwise provided in the Agreement, any notice required be provided under the terms of this Agreement shall be delivered by certified mail, return receipt requested, or by personal service, to: Dr. Damien Pattenaude, Superintendent Renton School District No. 403 300 SW 7th Street Renton, WA 98057 Jon Schuldt, Chief of Police City of Renton Police Department 1055 South Grady Way Renton, WA 98057 EXECUTED and APPROVED by the Parties in identical counterparts of this Agreement, each of which shall be deemed an original hereof, on the dates set forth below. Dated this ___ day of __________________, 2025. CITY OF RENTON By: ______________________________________ Armondo Pavone, Mayor Attest: _______________________________________ Jason A. Seth, CMC, City Clerk Approved as to Legal Form: _______________________________________ Shane Moloney, City Attorney RENTON SCHOOL DISTRICT By: _______________________________________ Damien Pattenaude, Superintendent, At the direction of the Renton School Board at and open public meeting held on: _____________________________________ AGENDA ITEM #5. c) AB - 3890 City Council Regular Meeting - 28 Jul 2025 SUBJECT/TITLE: Schuchart Corporation bid excluding WSST is $6,424,546.00 for the Renton Market and Piazza Project RECOMMENDED ACTION: Council Concur DEPARTMENT: Public Works Facilities Division STAFF CONTACT: dboodell, Captial Project Coordinator EXT.: 5026 FISCAL IMPACT SUMMARY: Schuchart Corporation bid excluding WSST is $6,424,546.00 for the Renton Market and Piazza Project. Funding for this contract in the amount of $6,424,546.00 is available from the approved 2025 budget. There is sufficient funding in the budget for the entire contract amount including WSST. The Renton Market and Piazza Park Projects were combined as one project that are funded in two GL funds: 1. Renton Market funding in GL 316.220080.015.518.30.48 that has $7,026,067.59 earmarked for this project. Award amount is $ 5,225,546.00. 2. Piazza Park funding in GL 316.332090.020.594.76.63.002 that has $1,440,450.00 earmarked for this project. Award amount is $ 1,199,000.00. SUMMARY OF ACTION: Bids were received and opened on June 10, 2025.A total of eight bids were submittedwithSchuchart Corporation being the lowest responsive bidder at $6,424,546.00, excluding WSST. Staff is requesting City Councilaward the bid to Schuchart Corporation. The following criteria apply to the lowest qualified bidder. 1. The bid is within the project budget (engineer estimate $6,693,907.00). 2. There was more than one bid. 3. Their bid contained no significant irregularities. Eight bids were received on June 10, 2025, Schuchart Corporation being the lowest qualified bidder that includes two alternates to replace the existing side sewer and design /build low – voltage, A/V, and communication: 1. Schuchart Corporation - $6,424,546.00 2. Marpac Construction LLC - $6,554,000.00 3. Andersen Construction Company - $6,558,500.00 AGENDA ITEM #5. d) 4. Bayley Construction - $6,683,011.00 5. CDK Construction - $6,779,200.00 6. GLY Construction - $6,815,317.00 7. Neeley Construction Company - $6,932,052.00 8. Forma Construction Company - $7,340,000.00 The work to be performed under this contract includes all construction services necessary to complete the renovations for both the Renton Market and Piazza Park project based upon the specifications, plans, and addendum. Scope of the Pavillion Project includes twelve vendor stalls, two large anchor tenants, a classroom kitchen, office, added family restroom, utilities, a temporary trash enclosure, and renovation of the Piazza Park. All work to be complete by March 30, 2026. EXHIBITS: A. City Clerk Bid Tabulation STAFF RECOMMENDATION: City Council award the bid to Schuchart Corporation the lowest responsive and responsible bidder in the amount of $6,424,546.00 for full construction services in accordance with the plans, specifications, addendum for the Renton Market and Piazza Park Construction and authorize the Mayor and City Clerk to execute the construction contract on behalf of the City. AGENDA ITEM #5. d) Project: Renton Market Piazza Project - CAG-25-016 Due Date: June 10, 2025 Bids due by 1:00 pm - Opening Date: June 10, 2025 at 3:00 pm (Via ZOOM) CITY OF RENTON BID TABULATION SHEET Bid Total from Schedule of Prices Includes Sales Tax Andersen Construction 5601 6th Ave S $6,330,000.00 1 Seattle Alternate #1 - $42,500.00 WA Alternate #2 - <$2,975.00> 98108 Alternate #3 - $186,000.00 Bayley Construction 8005 SE 28th Street $6,364,851.00 2 Mercer Island Alternate #1 - $83,162.00 WA Alternate #2 - <$1,000.00> 98040 Alternate #3 - $234,998.00 CDK Construction P.O. Box 9 $6,476,200.00 3 Duvall Alternate #1 - $68,000.00 WA Alternate #2 - <$658.00> 98019 Alternate #3 - $235,000.00 FORMA Construction Company 500 Columbia St NW, Suite 201 $7,098,000.00 4 Olympia Alternate #1 - $105,000.00 WA Alternate #2 - <$720.00> 98501 Alternate #3 - $242,000.00 Engineer's Estimate $6,693,907.00 excluding WSST Bidder AGENDA ITEM #5. d) Project: Renton Market Piazza Project - CAG-25-016 Due Date: June 10, 2025 Bids due by 1:00 pm - Opening Date: June 10, 2025 at 3:00 pm (Via ZOOM) CITY OF RENTON BID TABULATION SHEET Bid Total from Schedule of Prices Includes Sales Tax Bidder GLY Construction P.O. Box 6728 $6,499,536.00 5 Bellevue Alternate #1 - $35,731.00 WA Alternate #2 - <$120.00> 98008-0728 Alternate #3 - $280,050.00 Marpac Construction 1225 S. Weller St., Suite 500 $6,130,000.00 6 Seattle Alternate #1 - $114,000.00, WA Alternate #2 - <$800.00> 98144 Alternate #3 - $310,000.00 Neeley Construction 111 23rd Street SE $6,697,000.00 7 Puyallup Alternate #1 - $52,000.00 WA Alternate #2 - $10.00 98372-4163 Alternate #3 - $235,000.00 Schuchart $6,125,000.00 919 5th Ave Alternate #1 - $55,453.00 8 Seattle Alternate #2 - $3,112.00 WA Alternate #3 - $244,093.00 98164 Engineer's Estimate $6,693,907.00 excluding WSST AGENDA ITEM #5. d) AB - 3873 City Council Regular Meeting - 28 Jul 2025 SUBJECT/TITLE: Supplement No. 2 to CAG-20-003 with Sargent Engineers, Inc. for the Houser Way Bridge - Seismic Retrofit and Painting Project RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee DEPARTMENT: Public Works Transportation Systems Division STAFF CONTACT: Derek Akesson, Project Manager EXT.: 7337 FISCAL IMPACT SUMMARY: The expenditure required for CAG-20-003 Supplement No. 2 is $224,790, increasing the total contract amount from $148,519 to $373,309. Incurred expenses from this supplement will be paid out of the Houser Way Bridge – Seismic Retrofit and Painting Project (TIP No. 15, account number 317.123001.015.595.11.63.000). The budget allotted for engineering design services is $375,000. To date the city has secured $2,999,000 in Federal Highway Administration (FHWA) funding for engineering design, environmental permitting and construction. Of that amount, $536,300 has been authorized by WSDOT to use for engineering design and environmental permitting. The local match required for this amount is $83,700, bringing the total budget allocated for the Preliminary Engineering phase of this project to $620,000. SUMMARY OF ACTION: Sargent Engineers, Inc. was selected to provideengineering design services for the Houser Way Bridge – Seismic Retrofit and Painting Project (TIP No. 16). The purpose of this supplement is to define the scope and increase the contract budget for completion of all remaining design phases. The engineering design is being conducted in multiple phases. The original contract was scoped and budgeted for Design Phase 1 – Preliminary Studies and Survey. Supplement No. 1 (8/16/2024) was scoped and budgeted forDesign Phase 2 – Preliminary Design (30%) and Environmental Support. Supplement No. 2 is scoped and budgeted for Design Phase 3 – Final Design, Bid Package Preparation, Bid Support and for Design Phase 4 – Engineering Support During Construction. Sargent Engineers, Inc. were selected pursuant to Policy & Procedure Number 250-02 utilizing a request for qualifications process. EXHIBITS: A. CAG-20-003 Supplement No. 2 STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to execute CAG-20-003 Supplement No. 2 with Sargent Engineers, Inc. for the Houser Way Bridge – Seismic Retrofit and Painting Project (TIP No. 16)in the amount of$224,790. AGENDA ITEM #5. e) Supplemental Agreement Number Organization and Address Phone: Original Agreement Number Project Number Execution Date Completion Date Project Title New Maximum Amount Payable Description of Work The Local Agency of desires to supplement the agreement entered in to with and executed on DQGLGHQWL¿HGDV$JUHHPHQW1R $OOSURYLVLRQVLQWKHEDVLFDJUHHPHQWUHPDLQLQHႇHFWH[FHSWDVH[SUHVVO\PRGL¿HGE\WKLVVXSSOHPHQW The changes to the agreement are described as follows: I Section 1, SCOPE OF WORK, is hereby changed to read: II 6HFWLRQ,97,0()25%(*,11,1*$1'&203/(7,21LVDPHQGHGWRFKDQJHWKHQXPEHURIFDOHQGDUGD\V for completion of the work to read: III 6HFWLRQ93$<0(17VKDOOEHDPHQGHGDVIROORZV DVVHWIRUWKLQWKHDWWDFKHG([KLELW$DQGE\WKLVUHIHUHQFHPDGHDSDUWRIWKLVVXSSOHPHQW If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate VSDFHVEHORZDQGUHWXUQWRWKLVRႈFHIRU¿QDODFWLRQ By: By: Consultant Signature Approving Authority Signature Date DOT Form 140-063 Revised 09/2005 City of Renton Sargent Engineers, Inc. 4/22/2020 CAG-20-003 The Scope of Work of the Original Agreement and Supplemental Agreement No. 1 (Supplement No. 1) is supplemented to include the attached Exhibits A-2 and B-2. The completion date remains 12/31/2028. Refer to attached Exhibits A-2, B-2, D-2. The maximum amount payable is increased by $224,790 from $148,519 to $373,309. 2 CAG-20-003 Sargent Engineers, Inc. 320 Ronlee Ln NW Olympia, WA 98502 360-867-9284 TED4004021 4/22/2020 12/31/2028 Houser Way Bridge - Seismic Retrofit and Painting $373,309 Refer to the Description of Work in Original Agreement. The work to be performed under this supplement includes: Design Phase 3 - Final Design, Bid Package Preparation, Bid Support and Design Phase 4 - Engineering Support During Construction. Sargent Engineers, Inc. Armondo Pavone, Mayor AGENDA ITEM #5. e) Page 1 of 12  EXHIBIT A‐2  SCOPE OF WORK    CONTRACT:  CAG‐20‐003  PROJECT:  HOUSER WAY BRIDGE – SEISMIC RETROFIT AND PAINTING  CONSULTANT:  SARGENT ENGINEERS, INC.      A. PROJECT DESCRIPTION:    No change from original contract.     B. PURPOSE:    No change from contract Supplement No. 1.     C. DESIGN CRITERIA    No change from contract Supplement No. 1.     D. GENERAL ASSUMPTIONS:    No change from original contract.     E. DELIVERABLES:    Deliverables to be prepared and produced by the CONSULTANT, as part of this scope of work, are  identified at the end of each task listed below.     F. SCHEDULE:    The AGENCY has confirmed with WSDOT Local Programs that if a new project phase is obligated before  Sept. 25, 2026 (end of FFY 2026), then 100% federal funding is available (i.e. no local match required). The  next phase for this project is construction (CN). The current project budget depends upon 100% federal  funding for the CN phase. Therefore, it is necessary to obligate CN phase funding prior to this date.     The AGENCY anticipates advertising for bids in fall 2025 and award of a construction contract before the  end of 2025. The goal is to complete construction in 2026. The CONSULTANT shall update the project  schedule as described in Subtask 5.5 below that meets this objective. Unless otherwise noted in the scope  of work, the completion date for all deliverables described in the scope of work will be determined by the  project schedule.      AGENDA ITEM #5. e) Page 2 of 12  G. SCOPE OF WORK:    AGENCY to issue Notice to Proceed (NTP) letter for Design Phase 3. The date listed on this NTP letter is  the NTP date referred to in the Deliverables section of each Design Phase 3 task below.     Design Phase 4 tasks shall start effective the date following the date of award of the construction contract.   AGENCY to notify CONSULTANT of date of award of construction contract.     TASK 7 – PROJECT MANAGEMENT FOR DESIGN PHASE 3    The CONSULTANT will provide overall project management, coordination with the AGENCY, monthly  progress reports and invoicing. This effort will include the following elements.     7.1 – Administration, Coordination and Supervision   Initiate project set‐up including establishment of timesheets (charge codes), creation of project  files (electronic and physical) and scheduling of CONSULTANT personnel work activities for the  new tasks described in this contract amendment.      Coordination with AGENCY for any required public meetings or other forms of public outreach  that may be required for the work to be performed in this contract.    Supervision of CONSULTANT personnel and activities to ensure compliance with contract scope  and schedule and proper charging of time against the contract.    Oversite of sub‐consultant activities to ensure compliance with contract scope, schedule and  budget.     7.2 – Invoicing   Preparation of monthly invoices with progress reports that include the following:  o Summary of budget, expenses to date and expenses for invoice period, assigned to each task.  o Summary of work accomplished for the invoice period.  o Summary of outstanding issues to be resolved by the AGENCY.   o Backup detail that includes the name, direct salary rate and hours charged, for each individual  charging time to this contract, for the invoice period.   o Backup detail of all direct non‐salary costs included in the invoice for the work period.    7.3 – Project Meetings and Site Visits   Meetings and coordination with AGENCY – The CONSULTANT project manager will participate in  phone conference calls with the AGENCY project manager a minimum of once every four weeks  to provide status updates. The CONSULTANT project manager and key team members will attend  monthly project meetings with the AGENCY project manager. The AGENCY anticipates that the  monthly project meetings may be held at Renton City Hall, on‐line or via conference call.        For all monthly project meetings with the AGENCY, the CONSULTANT shall prepare an agenda,  sign‐in sheet, record of meeting including a list of action items, if any.    Internal design coordination meetings – The CONSULTANT project manager will conduct regular  internal design coordination meetings and/or conference calls with key design team members  including sub‐consultants.    Site Visit for Environmental Coordination – Up to two (2) site visits are anticipated for the  CONSULTANT to review environmental considerations with AGENCY staff and AGENCY’S  environmental consultant during Design Phase 3.  AGENDA ITEM #5. e) Page 3 of 12   Site Visit for Design Coordination – Up to two (2) additional site visits are anticipated for the  CONSULTANT to evaluate and verify project design elements during Design Phase 3.     7.4 – Environmental Coordination    As the final design develops, coordination with the AGENCY’s environmental consultant may be  necessary to ensure that the design remains in compliance with environmental permitting.      DELIVERABLES    The following deliverables and delivery times are included in Task 7.     Meeting agenda(s) in Microsoft Word format – Delivered to the AGENCY one (1) business day  before scheduled meeting.    Sign‐in sheet(s) in Microsoft Word or Excel format – Delivered to the AGENCY at the scheduled  meeting.   Draft record of meeting in Microsoft Word format – Delivered to the AGENCY three (3) business  days after scheduled meeting.    Final record of meeting in Microsoft Word format – Delivered to the AGENCY three (3) business  days after comments received from AGENCY.   Monthly invoices with progress reports – Delivered to the AGENCY monthly.     TASK 8 – DESIGN PHASE 3 – FINAL DESIGN – 90% SUBMITTAL    The following items are to be performed by the CONSULTANT under this task.     Assumption(s)   The budget shown in Exhibit D assumes this task is twelve (12) weeks in duration.    AGENCY to provide list of WSDOT, APWA and Local Agency General Special Provision’s (GSP’s),  including associated fill‐in data (as required), for incorporation into Division 1.   AGENCY to provide section cover format for Special Provisions.   AGENCY to provide template for Schedule of Prices.    AGENCY to assemble draft construction contract (90%) Volumes 1 and 2 in Adobe pdf format upon  receipt of Plans, Special Provisions and Schedule of Prices from CONSULTANT. Once draft  construction contract assembly is complete, the AGENCY will send a complete pdf electronic copy  of Volumes 1 and 2 to the CONSULTANT.     8.1 – 90% Plans    Incorporate changes/revisions resulting from the 30% review comments.    The purpose of the 90% plans is to finalize the details of the construction activities for the project.  The intent of the 90% plans is to provide a set of drawings to the AGENCY for review that contains  all the information to be included in the final construction contract plans.     8.2 – Draft Schedule of Prices   Update the preliminary list of bid items (developed for Subtask 6.2) to include all bid items  anticipated for the project.    Update the preliminary estimate of quantities (developed for Subtask 6.3) for all bid items  anticipated for the project.   AGENDA ITEM #5. e) Page 4 of 12   Incorporate the updated bid item list and associated quantities into the Schedule of Prices, using  the format provided by the AGENCY.    8.3 – Draft Special Provisions   Develop draft Special Provisions for Divisions 1 thru 9.     Develop Table of Contents for Special Provisions.     Include page numbering. Start page numbers on first page of Table of Contents for Special  Provisions. Page number format to be SP‐#.    Cover of Special Provisions section to be stamped (but not signed) by Engineer of Record.     8.4 – Draft Final Engineer’s Opinion of Probable Construction Costs   Prepare a draft final engineer’s opinion of probable construction cost for the project. Include a  contingency on the total sum that is appropriate for a 90% submittal.     8.5 – QA/QC 90% Submittal   Review all CONSULTANT generated work performed in Subtasks 8.1 through 8.4 for quality and  accuracy, prior to submission to AGENCY. Note errors and/or omissions and review corrections.     DELIVERABLES    The following deliverables and delivery times are included in Task 8.     Final 90% Plans in Adobe pdf format – Delivered to the AGENCY within twelve (12) weeks after  Notice to Proceed date. As per WAC 196‐23‐020, official preliminary plans submitted to the  AGENCY for review must be stamped, but need not be signed or dated by the licensee.     Draft Schedule of Prices – Delivered to the AGENCY within twelve (12) weeks after Notice to  Proceed date.    Draft Special Provisions – Delivered to the AGENCY within twelve (12) weeks after Notice to  proceed date. Special Provisions Section cover to be stamped, but not signed, by the CONSULTANT  for this submittal.     Draft Final Engineer’s Opinion of Probable Costs in Adobe pdf format – Delivered to the AGENCY  within twelve (12) weeks after Notice to Proceed date.     TASK 9 – DESIGN PHASE 3 – FINAL DESIGN – DRAFT 100% AND FINAL SUBMITTALS   The following items are to be performed by the CONSULTANT under this task.     Assumption(s)   The budget shown in Exhibit D‐2 assumes this task is four (4) weeks in duration.   For the final construction contract (100%), two (2) volumes are anticipated. Volume 1 consists of  instructions to bidders, schedule of prices, bid and contract forms (e.g. bid bond, agreement,  contract bond, etc.), special provisions and appendices. Volume 2 consists of the contract plans  with bridge record drawings included at the end of the plan set.    AGENCY to assemble final construction contract (100%) Volumes 1 and 2 in Adobe pdf format  upon receipt of Plans, Special Provisions and Schedule of Prices from CONSULTANT. Once final  construction contract assembly is complete, the AGENCY will send a complete pdf electronic copy  of Volumes 1 and 2 to the CONSULTANT.   AGENDA ITEM #5. e) Page 5 of 12   AGENCY to lead coordination with WSDOT Local Programs to obligate CN phase grant funds,  obtain DBE goal(s) for CN phase contract(s) and obtain approval to advertise for bids.   AGENCY to advertise project for bids.    AGENCY to submit bid documents to Builders Exchange of Washington (BXWA).     9.1 – Draft 100% and Final Plans    Incorporate changes/revisions resulting from the 90% review comments into draft 100%.    The draft 100% plans are intended for WSDOT review and authorization to advertise for bids.    Incorporate changes/revisions resulting from WSDOT review comments into final plans.    The final plans are intended to be the plan set advertised for bids.     9.2 – Draft 100% and Final Schedule of Prices   Incorporate any changes/revisions to the draft 100% Schedule of Prices resulting from 90%  review. The draft 100% is intended for incorporation into a bid package for WSDOT review and  authorization to advertise for bids.    Verify all project elements are included as bid items in the Schedule of Prices.   Verify quantities for all bid items in the Schedule of Prices.     Verify all bid items have a measurement and payment provision in the WSDOT Standard  Specifications and/or Special Provisions.    Incorporate any changes/revisions to the Final Schedule of Prices resulting from WSDOT review.     9.3 – Draft 100% and Final Special Provisions   Incorporate changes/revisions to draft 100% Special Provisions Divisions 1 thru 9 resulting from  90% review. The draft 100% is intended for incorporation into a bid package for WSDOT review  and authorization to advertise for bids.   Cover of draft 100% Special Provisions section to be stamped by Engineer of Record, but not  signed.    Update Table of Contents for Special Provisions as necessary.     Update page numbering as necessary. Start page numbers on first page of Table of Contents for  Special Provisions. Page number format to be SP‐#.    Incorporate changes/revisions to Final Special Provisions Divisions 1 thru 9 resulting from WSDOT  review.   Cover of Final Special Provisions section to be stamped and signed by Engineer of Record.     9.4 – Draft 100% and Final Engineer’s Opinion of Probable Construction Costs   Prepare a draft 100% engineer’s opinion of probable construction cost using the bid items and  associated quantities included in the draft 100% Schedule of Prices (Subtask 9.2). Include a  contingency on the total sum that is appropriate for a draft 100% submittal and current economic  conditions.    Prepare a final engineer’s opinion of probable construction cost using the bid items and  associated quantities included in the final Schedule of Prices (Subtask 9.2). Include a contingency  on the total sum that is appropriate for a final submittal and current economic conditions.     9.5 – QA/QC 100% Submittal   Review all CONSULTANT generated work performed in Subtasks 9.1 through 9.4 for quality and  accuracy, prior to submission to AGENCY. Note errors and/or omissions and review corrections.     AGENDA ITEM #5. e) Page 6 of 12  DELIVERABLES    The following deliverables and delivery times are included in Task 9.     Draft Final 100% Plans in Adobe pdf format – Delivered to the AGENCY within three (3) weeks  after receipt of 90% review comments from AGENCY. As per WAC 196‐23‐020, official preliminary  plans submitted to the AGENCY for review must be stamped, but need not be signed or dated by  the licensee. Include “100%” in title block of each sheet.     Draft Final Schedule of Prices – Delivered to the AGENCY within three (3) weeks after receipt of  90% review comments from AGENCY.   Draft Final Special Provisions – Delivered to the AGENCY within three (3) weeks after receipt of  90% review comments from AGENCY. Special Provisions Section cover to be stamped, but not  signed, by the CONSULTANT for this submittal.   Draft Final Engineer’s Opinion of Probable Costs in Adobe pdf format – Delivered to the AGENCY  within three (3) weeks after receipt of 90% review comments from AGENCY.   Final 100% Plans in Adobe pdf format – Delivered to the AGENCY within one (1) week after receipt  of WSDOT review comments from AGENCY. As per WAC 196‐23‐020, final plans submitted to the  AGENCY for construction must be stamped, signed and dated by the licensee.     Final Schedule of Prices – Delivered to the AGENCY within one (1) week after receipt of WSDOT  review comments from AGENCY.    Final Special Provisions – Delivered to the AGENCY within one (1) week after receipt of WSDOT  review comments from AGENCY. Special Provisions Section cover to be stamped, signed and dated  by the CONSULTANT for this submittal.     Final Engineer’s Opinion of Probable Costs in Adobe pdf format – Delivered to the AGENCY within  one (1) week after receipt of WSDOT review comments from AGENCY.     TASK 10 – DESIGN PHASE 3 ‐ ENGINEERING SUPPORT DURING BID PHASE     The following items are to be performed by the CONSULTANT under this task.     Assumption(s)   The budget shown in Exhibit D‐2 assumes this task is nine (9) weeks in duration.    The budget shown in Exhibit D‐2 assumes three (3) inquiries per week during the bid phase.  Additionally, a Summary of Bidders Inquiries will be issued a minimum of once per week during  the bid phase.    The budget shown in Exhibit D‐2 assumes two (2) Addenda will be issued during the bid phase.  Additionally, each Addenda will involve revisions to three (3) Special Provision Sections and three  (3) Plan sheets.     10.1 – Responses to Bidder Inquiries   The AGENCY will be the primary contact for inquiries from bidders as per the instructions to  bidders.    The AGENCY will provide copies of all bidder inquiries to the CONSULTANT.    The AGENCY will either provide suggested draft responses to the CONSULTANT for review or  request responses from the CONSULTANT. The CONSULTANT shall provide written responses to  bidder inquiries to the AGENCY, when requested to do so.   AGENDA ITEM #5. e) Page 7 of 12   Once responses are settled on, AGENCY to prepare Summary of Bidder Inquiries and submit to  CONSULTANT for review. If no comments are generated by CONSULTANT, AGENCY to submit to  Builder’s Exchange of Washington (BXWA).    10.2 – Addenda   The CONSULTANT shall assist in the preparation of up to two (2) addenda to the contract.  Addenda may require modifications to the Schedule of Prices, Special Provisions and/or  Engineering Plans.    CONSULTANT to prepare modifications to Schedule of Prices, as necessary, with input from  AGENCY. Adding bid items, deleting bid items or modifying bid item names, quantities and/or  units of measurement will require a complete reissue of the Schedule of Prices with the applicable  Addendum. Therefore, the Addendum Number shall be added to the header of each page of the  Schedule of Prices issued with the applicable Addendum.    CONSULTANT to prepare modifications to Special Provisions and/or Engineering Plans, as  necessary, with input from AGENCY. Revisions on individual sheets of the Engineering Plans shall  be highlighted with cloud(s). Small triangle(s) with the applicable addendum number inside shall  be added to the sheet, adjacent to the cloud(s). The triangle(s) with applicable addendum number  inside shall also be added to the Title Block in the Revision Number section. The revision  description shall be “Addendum No. __”. Place cloud(s) on a separate layer that is to be turned  off when generating the Conformed Engineering Plans.    AGENCY to assemble Addenda and submit to CONSULTANT for review. If no comments are  generated by CONSULTANT, AGENCY to submit to Builder’s Exchange of Washington (BXWA).     10.3 – Preparation of Conformed Plans and Special Provisions   After bid opening, the CONSULTANT shall conform Special Provisions and/or Engineering Plans  and deliver to AGENCY for incorporation into the final construction contract documents. Addenda  modifications to Special Provisions shall be incorporated into final conformed Special Provisions.  Addenda modifications to individual sheets of the Engineering Plans shall be shown without  clouds in the final conformed Engineering Plans.     CONSULTANT to deliver final conformed Special Provisions and/or Engineering Plans to AGENCY  for incorporation into final construction contract documents.       10.4 – Prepare preliminary Record of Materials (ROM) and Master List of Submittals   The CONSULTANT will prepare a preliminary Record of Materials (ROM) based on the construction  contract specifications. The primary purpose of the ROM is for tracking the approval and  acceptance requirements for materials permanently incorporated into the project. At a minimum,  the ROM will include the bid item number, quantity, unit of measurement, description,  specification reference (note if standard spec. (SS) or special provision (SP)) and conditions of  engineer approval. A template will be provided by the AGENCY to the CONSULTANT for an  example. The preliminary ROM will be provided to the Construction Management Team for  review and use in developing a final ROM for the project.   The CONSULTANT will prepare a preliminary Master List of Submittals based on the construction  contract specifications. The primary purpose of the Master List of Submittals is for tracking the  approval of submittals (e.g. shop drawings, SWPPP, critical path schedule, etc.) the Contractor is  required to provide. At a minimum, the list will include the specification reference (note if  standard spec. (SS) or special provision (SP)), documents required for submission, and when the  submittal is required. The preliminary Master List of Submittals will be provided to the  AGENDA ITEM #5. e) Page 8 of 12  Construction Management Team for review and use in developing a final Master List of Submittals  for the project.    10.5 – QA/QC Bid Phase Deliverables   Review all CONSULTANT generated work performed in Subtasks 10.1 through 10.4 for quality and  accuracy, prior to submission to AGENCY. Note errors and/or omissions and review corrections.     DELIVERABLES    The following deliverables and delivery times are included in Task 10.     Written Response to Bidder Inquiry – Delivered to the AGENCY within two (2) business days after  receipt from AGENCY.      Review of draft AGENCY Response to Bidder Inquiry – Delivered to the AGENCY within two (2)  business days after receipt from AGENCY.   Review of draft Summary of Bidder Inquiries – Delivered to the AGENCY within one (1) business  day after receipt from AGENCY.      Special Provision modifications for Addenda – Delivered to the AGENCY within three (3) business  days after request from AGENCY.      Plan Sheet revisions for Addenda – Delivered to the AGENCY within three (3) business days after  request from AGENCY.   Review of draft Addenda (complete) – Delivered to the AGENCY within one (1) business day after  receipt from AGENCY.    Conformed Special Provisions and/or Engineering Plans – Delivered to the AGENCY within two  (2) weeks after bid opening.      Preliminary ROM – Delivered to the AGENCY within four (4) weeks after bid opening.    Preliminary Master List of Submittals – Delivered to the AGENCY within four (4) weeks after bid  opening.     TASK 11 – PROJECT MANAGEMENT FOR DESIGN PHASE NO. 4    As of the date of award of the construction contract, CONSULTANT Tasks 5 and 7 will be complete. The  CONSULTANT will charge no more expenses to Tasks 5 and 7 after the date of award and all unspent  budget assigned to the CONSULTANT for Tasks 5 and 7 shall be reallocated and added to Task 11, effective  the date following the date of award.     The following items are to be performed by the CONSULTANT under this task, upon award of the  construction contract to the lowest responsive and responsible bidder.     Assumption(s)   The AGENCY recognizes that a future amendment to this agreement may be necessary to provide  for sufficient budget to complete this task. Therefore, a future amendment will be prepared and  executed as necessary, to add budget for completion of this task and/or add additional subtasks  and associated budgets to this task.    11.1 – Administration, Coordination and Supervision  AGENDA ITEM #5. e) Page 9 of 12   Initiate project set‐up including establishment of timesheets (charge codes), creation of project  files (electronic and physical) and scheduling of CONSULTANT personnel work activities for Tasks  11 and 12 described in this contract amendment.      Supervision of CONSULTANT personnel and activities to ensure compliance with contract scope  and schedule and proper charging of time against the contract.    Oversite of sub‐consultant activities (if any) to ensure compliance with contract scope, schedule  and budget.     11.2 – Invoicing   Preparation of monthly invoices with progress reports that include the following:  o Summary of budget, expenses to date and expenses for invoice period, assigned to each task.  o Summary of work accomplished for the invoice period.  o Summary of outstanding issues to be resolved by the AGENCY.   o Backup detail that includes the name, direct salary rate and hours charged, for each individual  charging time to this contract, for the invoice period.   o Backup detail of all direct non‐salary costs included in the invoice for the work period.    11.3 – Project Meetings and Site Visits   First meeting with Contractor – Typically, the AGENCY schedules a meeting with the Contractor,  Construction Management Team, Design Engineering Support Team and Environmental Support  Team the day after award of the construction contract. The purpose of this meeting is threefold.  First, to provide the Contractor with the conformed construction contract for execution. Second,  to make introductions between all the parties involved with the project. Third, to discuss  preliminaries such as potential days of the week and times for weekly meetings and a date and  time to hold the official Pre‐Con Meeting. Prior to the COVID‐19 pandemic, this meeting was  typically held in person at Renton City Hall. Since COVID‐19, these meetings have been conducted  on‐line. For this project, it may be either or some combination thereof.    Pre‐Con Meeting – This is the official Preconstruction Meeting for the project. Typically, the  Contractor, Construction Management Team, Design Engineering Support Team and  Environmental Support Team attend this meeting. Since the project includes FHWA grant funding,  WSDOT Local Programs will also be in attendance. The primary purpose is to discuss and settle  preliminary matters, project schedule, weekly meeting schedule, invoice cutoff date, submittals  plus any other topic deemed important for construction. Prior to the COVID‐19 pandemic, this  meeting was typically held in person at Renton City Hall. Since COVID‐19, these meetings have  been conducted on‐line. For this project, it may be either or some combination thereof.    Weekly Meetings – The AGENCY and Contractor will hold weekly meetings for the duration of  construction. The Construction Management Team, Design Engineering Support Team and  Environmental Support Team are anticipated to routinely attend these meetings. Estimate 12  weekly meetings.   Site visits during construction – Should weekly meetings occur in person, the CONSULTANT may  decide to visit the site and observe the construction progress. It is assumed that this may occur  immediately following the weekly meeting. Estimate 6 site visits.    Specific site visits requested by the AGENCY ‐ The CONSULTANT may be asked by the AGENCY to  perform specific site visits to observe and discuss specific issue(s) raised by the Contractor during  construction. This request will most likely occur at a weekly meeting, if at all. Upon completion of  the site visit, the CONSULTANT will prepare and provide a record of the site visit to the AGENCY.  This record should address who (who conducted the site visit), what (issue to be observed and/or  AGENDA ITEM #5. e) Page 10 of 12  discussed), where (specific location of the issue), when (date and time), why (the purpose of the  site visit), observations made and any directions given towards resolving the issue. The  requirement for a summary of the site visit does not apply to routine site visits conducted to  observe construction progress. Estimate up to three (3) specific site visits.      DELIVERABLES    The following deliverables and delivery times are included in Task 11.     Draft record of site visit in Microsoft Word format – Delivered to the AGENCY three (3) business  days after site visit.    Final record of site visit in Adobe pdf format – Delivered to the AGENCY three (3) business days  after review comments received from AGENCY.   Monthly invoices with progress reports – Delivered to the AGENCY monthly.     TASK 12 – DESIGN PHASE 4 ‐ ENGINEERING SUPPORT DURING CONSTRUCTION     As of the date of award of the construction contract, CONSULTANT Tasks 6, 8, 9 and 10 will be complete.  The CONSULTANT will charge no more expenses to Tasks 6, 8, 9 and 10 after the date of award and all  unspent budget assigned to the CONSULTANT for Tasks 6, 8, 9 and 10 shall be reallocated and added to  Task 13, effective the date following the date of award.     The following items are to be performed by the CONSULTANT under this task, upon award of the  construction contract to the lowest responsive and responsible bidder.     Assumption(s)   The AGENCY recognizes that a future amendment to this agreement may be necessary to provide  for sufficient budget to complete this task. Therefore, a future amendment will be prepared and  executed as necessary, to add budget for completion of this task and/or add additional subtasks  and associated budgets to this task.     12.1 – Submittal Review and Approval   The construction contract has requirements for the Contractor to submit various documents for  review. These documents include but are not limited to the following:   Requests for Approval of Materials (RAM’s)   Shop Drawings   The Construction Management Team will be tasked with providing an initial review of submittals  with recommendations for approval or rejection. The AGENCY may provide additional review  comments. The submittals and associated recommendations will be provided to CONSULTANT for  final approval or rejection.      12.2 – Requests for Information (RFI’s)   The Contractor will be instructed to submit all Requests for Information (RFI’s) to the Construction  Management Team and AGENCY.    The Construction Management Team and/or AGENCY will provide copies of all RFI’s to the  CONSULTANT.   AGENDA ITEM #5. e) Page 11 of 12   The AGENCY will either provide suggested draft responses to the CONSULTANT for review or  request responses from the CONSULTANT. The CONSULTANT shall provide written responses to  RFI’s to the AGENCY and Construction Management Team, when requested by the AGENCY.    The Construction Management Team and/or AGENCY will provide the RFI response to the  Contractor.     12.3 – Change Orders   The Construction Management Team will initiate and prepare draft change orders for review and  comment by the AGENCY. The AGENCY will send draft change orders to CONSULTANT for review  with AGENCY review comments. Once finalized, the Construction Management Team,  CONSULTANT and AGENCY will sign the change order, prior to issuance to the Contractor.    For change orders requiring revisions to plan sheets and/or specifications, the CONSUTLANT shall  prepare and deliver revised plan sheets and/or specifications to the AGENCY for incorporation  into the change order, when requested by the AGENCY to do so.     12.4 – Record Drawings   Upon physical completion of the construction contract, the AGENCY will provide red line markups  of the bid drawing set to the CONSULTANT. The CONSULTANT shall prepare a set of record  drawings for the project based on these red line markups. The record drawings are intended to  capture significant field changes made during construction (additions, modifications, or  deletions). The record drawing set shall include all sheets revised or reissued during construction  as the result of change orders and shall include changes resulting from RFI responses. These  drawings shall be noted as “Record Drawings” in the drawing revisions block and shall be stamped  and sealed by the Engineer of Record.     12.5 – QA/QC Const Phase Deliverables   Review all CONSULTANT generated work performed in Subtasks 12.1 through 12.4 for quality and  accuracy, prior to submission to AGENCY. Note errors and/or omissions and review corrections.     DELIVERABLES    The following deliverables and delivery times are included in Task 12.     Submittal Review and Approval  – Delivered to the AGENCY within three (3) business days after  receipt of the submittal from AGENCY and/or Construction Management Team.    RFI Responses – Delivered to the AGENCY within three (3) business days after receipt of the RFI  from AGENCY and/or Construction Management Team.   Change Order Approvals – Delivered to the AGENCY within three (3) business days after receipt of  the change order from AGENCY and/or Construction Management Team.    Revisions to drawings and/or specifications resulting from change orders – Delivery to AGENCY  to be determined on a case by case basis and mutual agreement between AGENCY and  CONSULTANT. Time for delivery is dependent upon the extent of changes.    Record Drawings – Delivery to the AGENCY to be determined by mutual agreement between  AGENCY and CONSULTANT. Delivery to occur sometime after the acceptance of the project by the  AGENCY. Time for delivery is dependent upon the extent of changes.     AGENDA ITEM #5. e) Page 12 of 12  ADDITIONAL SERVICES    The AGENCY may require additional services of the CONSULTANT for this project. The scope of work for  additional services will be determined based on anticipated or unanticipated project needs or other  considerations at the sole discretion of the AGENCY. This work may include items identified in the current  task authorizations as well other items, which may include, but are not necessarily limited to the following:     Utility Potholing   Additional Surveying Services   Additional Engineering Design Services   Right‐of‐Way Services   Engineering Support During Construction Services   Other services not specifically referenced this scope of work.    These services will be authorized under future supplemental agreements to this contract. At the time  these services are required, the CONSULTANT shall provide a detailed scope of work and an estimate of  costs. The CONSULTANT shall not proceed with the work until the AGENCY has authorized the work and  issued a notice to proceed.  AGENDA ITEM #5. e) Page 1 of 1 EXHIBIT B-2 DBE PARTICIPATION PLAN CONTRACT: CAG-20-003 PROJECT: HOUSER WAY BRIDGE – SEISMIC RETROFIT AND PAINTING CONSULTANT: SARGENT ENGINEERS, INC. In the absence of a mandatory DBE goal (or UDBE goal), a voluntary SBE goal amount of ten percent of the Consultant Agreement is established. The Consultant shall develop a SBE Participation Plan prior to commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. Background: A mandatory UDBE goal of 9% was established for this contract by WSDOT in July 2019. The contract is being implemented in design phases. The original contract, executed April 2020, included scope and budget for Design Phase 1 – Preliminary Studies and Survey with a maximum amount payable of $99,906. The UDBE subconsultant, 1 Alliance Geomatics (Cert #: D4M0022928) was tasked with performing a basemap survey for an estimated budget of $40,821 or 41% of the total contract amount. AGENCY received final UDBE subconsultant deliverables in November 2020. UDBE on-site interview form submitted to WSDOT Local Programs in June 2020. UDBE subconsultant acquired in March 2022 and is no longer a qualified UDBE or DBE. Supplemental Agreement No. 1, executed August 2024, included scope and budget for Design Phase 2 – Preliminary Design and Environmental Support and increased the maximum amount payable by $48,613 from $99,906 to $148,519. No new tasks for qualified UDBE subconsultants included in that supplement. Supplemental Agreement No. 2: Supplemental Agreement No. 2 includes scope and budget for Design Phase 3 – Final Design, Bid Package Preparation, Bid Support and Design Phase 4 – Engineering Support During Construction increasing the maximum amount payable by $224,790 from $148,519 to $373,309. No new tasks for qualified UDBE subconsultants are included in the supplement. Therefore, the estimated total budget assigned to UDBE subconsultant remains $40,821 which will become 11% of the total contract amount upon execution of this supplement. AGENDA ITEM #5. e) CONTRACT: CAG‐20‐003 PROJECT: HOUSER WAY BRIDGE ‐ SEISMIC RETROFIT AND PAINTING PRIME CONSULTANT: SARGENT ENGINEERS, INC. ORIGINAL CONTRACT + SUPPLEMENT NO. 1 (PREVIOUSLY EXECUTED) Total Expend Funds to Task Budget Task Task Description Budget To Date Difference Sup. No. 2 Remaining 1 Project Management for Design Phase 1 $3,176.51 $2,474.29 $702.22 $0.00 $702.22 1A Diversity Compliance $1,504.00 $959.14 $544.86 $0.00 $544.86 2 Structural and Seismic Evaluation $8,600.18 $8,600.18 $0.00 $0.00 $0.00 3 Evaluate Bridge Elements $3,432.38 $3,432.38 $0.00 $0.00 $0.00 4 Evaluate Replace Water Main on Bridge $812.93 $812.93 $0.00 $0.00 $0.00 S1 Survey and Basemapping (1 Alliance) $39,746.00 $33,575.78 $6,170.22 $0.00 $6,170.22 S1A Diversity Compliance $1,075.00 $121.00 $954.00 $0.00 $954.00 S2 Hydraulic Study (WSE) $10,894.00 $10,683.23 $210.77 $0.00 $210.77 S2A Diversity Compliance $665.00 $21.79 $643.21 $0.00 $643.21 SUBTOTAL $69,906.00 $60,680.72 $9,225.28 $0.00 $9,225.28 5 Project Management for Design Phase 2 $8,397.00 $3,930.74 $4,466.26 $0.00 $4,466.26 6 Design Phase 2 ‐ Prelim. Design ‐ 30% $70,216.00 $40,830.86 $29,385.14 $0.00 $29,385.14 SUBTOTAL $78,613.00 $44,761.60 $33,851.40 $0.00 $33,851.40 TOTAL $148,519.00 $105,442.32 $43,076.68 $0.00 $43,076.68 SUPPLEMENT NO. 2 (NEW) Funds from New funds Task Task Description Budget  old Tasks required Check 7 Project Management for Design Phase 3 $16,609.00 $0.00 $16,609.00 $16,609.00 8 Design Phase 3 ‐ Final Design ‐ 90% $91,852.00 $0.00 $91,852.00 $91,852.00 9 Design Phase 3 ‐ Final Design ‐ 100%$23,143.00 $0.00 $23,143.00 $23,143.00 10 Design Phase 3 ‐ Support During Bid Phase $19,669.00 $0.00 $19,669.00 $19,669.00 11 Project Management for Design Phase 4 $10,840.00 $0.00 $10,840.00 $10,840.00 12 Design Phase 4 ‐ Support During Const $62,677.00 $0.00 $62,677.00 $62,677.00 TOTAL $224,790.00 $0.00 $224,790.00 $224,790.00 Total Authorized Contract Amount prior to Supplement No. 2 = $148,519.00 Total new funds required for Supplement No. 2 = $224,790.00 Total Contract Amount including Supplement No. 2 = $373,309.00 Supplement No. 1 EXHIBIT D‐2 REALLOCATE UNDERUTILIZED BUDGET FROM ORIGINAL + SUPPLEMENT NO. 1 TASKS TO SUPPLEMENT NO. 2 TASKS Original Contract SUMMARY OF TASK BUDGETS Page 1 of 6 AGENDA ITEM #5. e) CONTRACT: CAG‐20‐003 PROJECT: HOUSER WAY BRIDGE ‐ SEISMIC RETROFIT AND PAINTING PRIME CONSULTANT: SARGENT ENGINEERS, INC. ORIGINAL CONTRACT + SUPPLEMENT NO. 1 (PREVIOUSLY EXECUTED) Classification DL HOURS TOTAL Principal / PM $70.00 x 202 = $14,140 Senior Project Engineer $60.00 x 394 = $23,640 Project Engineer $55.00 x 196 = $10,780 Design Engineer $50.00 x 396 = $19,800 $0.00 x 0 = $0 DL Subtotal = 1,188 $68,360 INDIRECT COST RATE (ICR) DL x ICR of 197.81% x $68,360 =$135,222 FEE (PROFIT) DL x FEE 30.00% x $68,360 =$20,508 DL + ICR + FEE =$224,090 DIRECT NON‐SALARY COSTS (DNSC) Mileage 1000 x $0.700 = $700 SUBTOTAL =$700 TOTAL FOR PRIME = $224,790 SUBCONSULANTS  =$0 TOTAL FOR SUBCONSULTANTS = $0  TOTAL =$224,790 EXHIBIT D‐2 PRIME CONSULTANT COST COMPUTATIONS SUMMARY NEGOTIATED HOURLY RATE Page 2 of 6 AGENDA ITEM #5. e) CONTRACT: CAG‐20‐003 PROJECT: HOUSER WAY BRIDGE ‐ SEISMIC RETROFIT AND PAINTING PRIME CONSULTANT: SARGENT ENGINEERS, INC. Principal Sr. Proj. Project Design / PM Engineer Engineer Engineer $70.00 $60.00 $55.00 $50.00 TASK 7 ‐ PROJECT MANAGEMENT FOR DESIGN PHASE 3 7.1 Administration, Coordination and Supervision 16 0000$1,120 7.2 Invoicing 80000$560 7.3 Project Meetings and Site Visits 16 16 0 0 0 $2,080 7.4 Environmental Coordination 48800$1,200 Total 44 24 8 0 0 $4,960 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $9,811 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $1,488 Direct Non‐Salary Cost (DNSC) Mileage = 500 Rate = $0.70 DNSC = $350 Task 7 Total = $16,609 TASK 8 ‐ DESIGN PHASE 3 ‐ FINAL DESIGN ‐ 90% 8.1 90% Plans  Cover Sheet, Vicinity Map, Sheet Index (est. 1 sheet)12040$390 Abreviations and Legend (est. 1 sheet)12040$390 General Notes (est. 1 sheet)14040$510 Existing Conditions and Survey Control (est. 1 sheet)12040$390 Existing Bridge Plan and Elevation (est. 1 sheet)12040$390 Alignment and Right of Way (est. 1 sheet)14080$710 Site Prep & TESC Plan (est. 1 sheet)14080$710 Construction Staging (est. 1 sheet)12040$390 Construction Sequencing (1 sheet)14080$710 Seismic Retrofit (est. 8 sheets) 8 24 0 48 0 $4,400 Painting (est. 8 sheets) 8 24 0 48 0 $4,400 Traffic Control (est. 2 sheets)14080$710 8.2 90% Draft Schedule of Prices 4 16 48 0 0 $3,880 8.3 90% Draft Special Provisions 12 24 60 0 0 $5,580 8.4 90% Engineer's Opinion of Probable Costs 4 16 32 0 0 $3,000 8.5 QA/QC 90% Submittal 88440$1,460 Total 54 142 144 156 0 $28,020 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $55,426 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $8,406 Direct Non‐Salary Cost (DNSC) Mileage = 0 Rate = $0.700 DNSC = $0 Task 8 Total = $91,852 TASK 9 ‐ DESIGN PHASE 3 ‐ FINAL DESIGN ‐ DRAFT 100% AND FINAL 9.1 Draft 100% and Final Plans  Cover Sheet, Vicinity Map, Sheet Index (est. 1 sheet)01020$160 Abreviations and Legend (est. 1 sheet)01020$160 General Notes (est. 1 sheet)01020$160 Existing Conditions and Survey Control (est. 1 sheet)01020$160 Existing Bridge Plan and Elevation (est. 1 sheet)01020$160 Alignment and Right of Way (est. 1 sheet)01020$160 Site Prep & TESC Plan (est. 1 sheet)01020$160 Construction Staging (est. 1 sheet)01020$160 Construction Sequencing (1 sheet)02020$220 Seismic Retrofit (est. 8 sheets)24080$780 Painting (est. 8 sheets)24080$780 Traffic Control (est. 2 sheets)12020$290 9.2 Draft 100% and Final Schedule of Prices 14400$530 9.3 Draft 100% and Final Special Provisions 4 8 16 0 0 $1,640 9.4 Draft 100% and Final Engineer's Opinion of Probable Costs 24800$820 9.5 QA/QC Draft 100% and Final Submittals 44040$720 Total 16 40 28 40 0 $7,060 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $13,965 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $2,118 Direct Non‐Salary Cost (DNSC) Mileage = 0 Rate = $0.700 DNSC = $0 Task 9 Total = $23,143 Direct Labor (DL) EXHIBIT D‐2 PRIME CONSULTANT ‐ HOUR AND FEE SUMMARY Task Description Total  Page 3 of 6 AGENDA ITEM #5. e) TASK 10 ‐ DESIGN PHASE 3 ‐ ENGINEERING SUPPORT DURING BID PHASE 10.1 Responses to Bidder Inquiries 24040$580 10.2 Addenda 28040$820 10.3 Preparation of Conformed Plans and Special Provisions 4 8 8 16 0 $2,000 10.4 Prepare Prelim ROM and Master List of Submittals 4 16 8 4 0 $1,880 10.5 QA/QC Bid Phase Deliverables 44040$720 Total 16 40 16 32 0 $6,000 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $11,869 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $1,800 Direct Non‐Salary Cost (DNSC) Mileage = 0 Rate = $0.700 DNSC = $0 Task 10 Total = $19,669 TASK 11 ‐ PROJECT MANAGEMENT FOR DESIGN PHASE 4 11.1 Administration, Coordination and Supervision 12 0000$840 11.2 Invoicing 40000$280 11.3 Project Meetings and Site Visits 16 16 0 0 0 $2,080 Total 32 16 0 0 0 $3,200 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $6,330 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $960 Direct Non‐Salary Cost (DNSC) Mileage = 500 Rate = $0.70 DNSC = $350 Task 11 Total = $10,840 TASK 12 ‐ DESIGN PHASE 4 ‐ ENGINEERING SUPPORT DURING CONST 12.1 Submittal Review and Approval 8 40 0 24 0 $4,160 12.2 Request for Information (RFI's) 4 16 0 16 0 $2,040 12.3 Change Orders 16 32 0 40 0 $5,040 12.4 Record Drawings 8 40 0 80 0 $6,960 12.5 QA/QC Const Phase Deliverables 44080$920 Total 40 132 0 168 0 $19,120 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $37,821 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $5,736 Direct Non‐Salary Cost (DNSC) Mileage = 0 Rate = $0.700 DNSC = $0 Task 12 Total = $62,677 Total Hours = 202 394 196 396 0 Total Mileage = 1000 Total DL = $68,360 Total ICR = $135,222 Total FEE = $20,508 Total DNSC = $700 TOTAL = $224,790 Page 4 of 6 AGENDA ITEM #5. e) EXHIBIT D‐2 Sargent Engineers, Inc. 320 Ronlee Lane NW Olympia, WA 98502 Actuals Not to Exceed Table Job Classifications Direct Labor Overhead Fixed Fee All Inclusive  Hourly Rate 197.81% 30.00% Billing Rate NTE NTE NTE NTE Principal $84.00 $166.16 $25.20 $275.36 Senior Engineer $74.00 $146.38 $22.20 $242.58 Senior Project Engineer $69.00 $136.49 $20.70 $226.19 Project Engineer $67.00 $132.53 $20.10 $219.63 Design Engineer $56.50 $111.76 $16.95 $185.21 Engineering Technician $46.00 $90.99 $13.80 $150.79 Engineering Intern $37.00 $73.19 $11.10 $121.29 Drafter II $44.00 $87.04 $13.20 $144.24 Business Manager $62.00 $122.64 $18.60 $203.24 Business Associate $44.00 $87.04 $13.20 $144.24 Clerical $36.00 $71.21 $10.80 $118.01 City of Renton Page 5 of 6 AGENDA ITEM #5. e) April 16, 2025 Sargent Engineers, Inc 320 Ronlee Lane NW Olympia, WA 98502 Subject: Acceptance FYE 2024 ICR – CPA Report Dear Molly Cichosz: We have accepted your firm’s FYE 2024 Indirect Cost Rate (ICR) of 197.81% of direct labor based on the “Independent CPA Report” prepared by Shannon & Associates LLP This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantrates@wsdot.wa.gov. Regards, SCHATZIE HARVEY, CPA Contract Services Manager SH: kb Exhibit D‐2  Page 6 of 6  AGENDA ITEM #5. e) AB - 3874 City Council Regular Meeting - 28 Jul 2025 SUBJECT/TITLE: Supplement No. 2 to CAG-20-004 with Sargent Engineers, Inc. for the Williams Ave Bridge - Seismic Retrofit and Painting Project RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee DEPARTMENT: Public Works Transportation Systems Division STAFF CONTACT: Derek Akesson, Project Manager EXT.: 7337 FISCAL IMPACT SUMMARY: The expenditure required for CAG-20-004 Supplement No. 2 is $224,790, increasing the total contract amount from $148,479 to $373,269. EExpenses from this supplement will be paid out of the Williams Ave Bridge – Seismic Retrofit and Painting Project (TIP No. 24, account number 317.123003.015.595.11.63.000). The budget allotted for engineering design services is $375,000. To date the city has secured $2,985,000 in Federal Highway Administration (FHWA) funding for engineering design, environmental permitting and construction. Of that amount, $536,300 has been authorized by WSDOT to use for engineering design and environmental permitting. The local match required for this amount is $83,700, bringing the total budget allocated for the Preliminary Engineering phase of this project to $620,000. SUMMARY OF ACTION: Sargent Engineers, Inc. was selected to provideengineering design services for the Williams Ave Bridge – Seismic Retrofit and Painting Project (TIP No. 24). The purpose of this supplement is to define the scope and increase the contract budget for completion of all remaining design phases. The engineering design is being conducted in multiple phases. The original contract was scoped and budgeted for Design Phase 1 – Preliminary Studies and Survey. Supplement No. 1 was scoped and budgeted forDesign Phase 2 – Preliminary Design (30%) and Environmental Support. Supplement No. 2 is scoped and budgeted for Design Phase 3 – Final Design, Bid Package Preparation, Bid Support and for Design Phase 4 – Engineering Support During Construction. Sargent Engineers, Inc. were selectedpursuant to Policy & Procedure Number 250-02 utilizinga request for qualifications process. EXHIBITS: A. CAG-20-004 Supplement No. 2 STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to execute CAG-20-004 Supplement No. 2 with Sargent Engineers, Inc. for the Williams Ave Bridge – Seismic Retrofit and Painting Project (TIP No. 24)in the amount of$224,790. AGENDA ITEM #5. f) Supplemental Agreement Number Organization and Address Phone: Original Agreement Number Project Number Execution Date Completion Date Project Title New Maximum Amount Payable Description of Work The Local Agency of desires to supplement the agreement entered in to with and executed on DQGLGHQWL¿HGDV$JUHHPHQW1R $OOSURYLVLRQVLQWKHEDVLFDJUHHPHQWUHPDLQLQHႇHFWH[FHSWDVH[SUHVVO\PRGL¿HGE\WKLVVXSSOHPHQW The changes to the agreement are described as follows: I Section 1, SCOPE OF WORK, is hereby changed to read: II 6HFWLRQ,97,0()25%(*,11,1*$1'&203/(7,21LVDPHQGHGWRFKDQJHWKHQXPEHURIFDOHQGDUGD\V for completion of the work to read: III 6HFWLRQ93$<0(17VKDOOEHDPHQGHGDVIROORZV DVVHWIRUWKLQWKHDWWDFKHG([KLELW$DQGE\WKLVUHIHUHQFHPDGHDSDUWRIWKLVVXSSOHPHQW If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate VSDFHVEHORZDQGUHWXUQWRWKLVRႈFHIRU¿QDODFWLRQ By: By: Consultant Signature Approving Authority Signature Date DOT Form 140-063 Revised 09/2005 City of Renton Sargent Engineers, Inc. 4/29/2020 CAG-20-004 The Scope of Work of the Original Agreement and Supplemental Agreement No. 1 (Supplement No. 1) is supplemented to include the attached Exhibits A-2 and B-2. The completion date remains 12/31/2028. Refer to attached Exhibits A-2, B-2, D-2. The maximum amount payable is increased by $224,790 from $148,479 to $373,269. 2 CAG-20-004 Sargent Engineers, Inc. 320 Ronlee Ln NW Olympia, WA 98502 360-867-9284 TED4004022 4/29/2020 12/31/2028 Williams Ave Bridge - Seismic Retrofit and Painting $373,269 Refer to the Description of Work in Original Agreement. The work to be performed under this supplement includes: Design Phase 3 - Final Design, Bid Package Preparation, Bid Support, and Design Phase 4 - Engineering Support During Construction. Sargent Engineers, Inc. Armondo Pavone, Mayor AGENDA ITEM #5. f) Page 1 of 12  EXHIBIT A‐2  SCOPE OF WORK    CONTRACT:  CAG‐20‐004  PROJECT:  WILLIAMS AVE BRIDGE – SEISMIC RETROFIT AND PAINTING  CONSULTANT:  SARGENT ENGINEERS, INC.      A. PROJECT DESCRIPTION:    No change from original contract.     B. PURPOSE:    No change from contract Supplement No. 1.     C. DESIGN CRITERIA    No change from contract Supplement No. 1.     D. GENERAL ASSUMPTIONS:    No change from original contract.     E. DELIVERABLES:    Deliverables to be prepared and produced by the CONSULTANT, as part of this scope of work, are  identified at the end of each task listed below.     F. SCHEDULE:    The AGENCY has confirmed with WSDOT Local Programs that if a new project phase is obligated before  Sept. 25, 2026 (end of FFY 2026), then 100% federal funding is available (i.e. no local match required). The  next phase for this project is construction (CN). The current project budget depends upon 100% federal  funding for the CN phase. Therefore, it is necessary to obligate CN phase funding prior to this date.     The AGENCY anticipates advertising for bids in fall 2025 and award of a construction contract before the  end of 2025. The goal is to complete construction in 2026. The CONSULTANT shall update the project  schedule as described in Subtask 5.5 below that meets this objective. Unless otherwise noted in the scope  of work, the completion date for all deliverables described in the scope of work will be determined by the  project schedule.      AGENDA ITEM #5. f) Page 2 of 12  G. SCOPE OF WORK:    AGENCY to issue Notice to Proceed (NTP) letter for Design Phase 3. The date listed on this NTP letter is  the NTP date referred to in the Deliverables section of each Design Phase 3 task below.     Design Phase 4 tasks shall start effective the date following the date of award of the construction contract.   AGENCY to notify CONSULTANT of date of award of construction contract.     TASK 7 – PROJECT MANAGEMENT FOR DESIGN PHASE 3    The CONSULTANT will provide overall project management, coordination with the AGENCY, monthly  progress reports and invoicing. This effort will include the following elements.     7.1 – Administration, Coordination and Supervision   Initiate project set‐up including establishment of timesheets (charge codes), creation of project  files (electronic and physical) and scheduling of CONSULTANT personnel work activities for the  new tasks described in this contract amendment.      Coordination with AGENCY for any required public meetings or other forms of public outreach  that may be required for the work to be performed in this contract.    Supervision of CONSULTANT personnel and activities to ensure compliance with contract scope  and schedule and proper charging of time against the contract.    Oversite of sub‐consultant activities to ensure compliance with contract scope, schedule and  budget.     7.2 – Invoicing   Preparation of monthly invoices with progress reports that include the following:  o Summary of budget, expenses to date and expenses for invoice period, assigned to each task.  o Summary of work accomplished for the invoice period.  o Summary of outstanding issues to be resolved by the AGENCY.   o Backup detail that includes the name, direct salary rate and hours charged, for each individual  charging time to this contract, for the invoice period.   o Backup detail of all direct non‐salary costs included in the invoice for the work period.    7.3 – Project Meetings and Site Visits   Meetings and coordination with AGENCY – The CONSULTANT project manager will participate in  phone conference calls with the AGENCY project manager a minimum of once every four weeks  to provide status updates. The CONSULTANT project manager and key team members will attend  monthly project meetings with the AGENCY project manager. The AGENCY anticipates that the  monthly project meetings may be held at Renton City Hall, on‐line or via conference call.        For all monthly project meetings with the AGENCY, the CONSULTANT shall prepare an agenda,  sign‐in sheet, record of meeting including a list of action items, if any.    Internal design coordination meetings – The CONSULTANT project manager will conduct regular  internal design coordination meetings and/or conference calls with key design team members  including sub‐consultants.    Site Visit for Environmental Coordination – Up to two (2) site visits are anticipated for the  CONSULTANT to review environmental considerations with AGENCY staff and AGENCY’S  environmental consultant during Design Phase 3.  AGENDA ITEM #5. f) Page 3 of 12   Site Visit for Design Coordination – Up to two (2) additional site visits are anticipated for the  CONSULTANT to evaluate and verify project design elements during Design Phase 3.     7.4 – Environmental Coordination    As the final design develops, coordination with the AGENCY’s environmental consultant may be  necessary to ensure that the design remains in compliance with environmental permitting.      DELIVERABLES    The following deliverables and delivery times are included in Task 7.     Meeting agenda(s) in Microsoft Word format – Delivered to the AGENCY one (1) business day  before scheduled meeting.    Sign‐in sheet(s) in Microsoft Word or Excel format – Delivered to the AGENCY at the scheduled  meeting.   Draft record of meeting in Microsoft Word format – Delivered to the AGENCY three (3) business  days after scheduled meeting.    Final record of meeting in Microsoft Word format – Delivered to the AGENCY three (3) business  days after comments received from AGENCY.   Monthly invoices with progress reports – Delivered to the AGENCY monthly.     TASK 8 – DESIGN PHASE 3 – FINAL DESIGN – 90% SUBMITTAL    The following items are to be performed by the CONSULTANT under this task.     Assumption(s)   The budget shown in Exhibit D assumes this task is twelve (12) weeks in duration.    AGENCY to provide list of WSDOT, APWA and Local Agency General Special Provision’s (GSP’s),  including associated fill‐in data (as required), for incorporation into Division 1.   AGENCY to provide section cover format for Special Provisions.   AGENCY to provide template for Schedule of Prices.    AGENCY to assemble draft construction contract (90%) Volumes 1 and 2 in Adobe pdf format upon  receipt of Plans, Special Provisions and Schedule of Prices from CONSULTANT. Once draft  construction contract assembly is complete, the AGENCY will send a complete pdf electronic copy  of Volumes 1 and 2 to the CONSULTANT.     8.1 – 90% Plans    Incorporate changes/revisions resulting from the 30% review comments.    The purpose of the 90% plans is to finalize the details of the construction activities for the project.  The intent of the 90% plans is to provide a set of drawings to the AGENCY for review that contains  all the information to be included in the final construction contract plans.     8.2 – Draft Schedule of Prices   Update the preliminary list of bid items (developed for Subtask 6.2) to include all bid items  anticipated for the project.    Update the preliminary estimate of quantities (developed for Subtask 6.3) for all bid items  anticipated for the project.   AGENDA ITEM #5. f) Page 4 of 12   Incorporate the updated bid item list and associated quantities into the Schedule of Prices, using  the format provided by the AGENCY.    8.3 – Draft Special Provisions   Develop draft Special Provisions for Divisions 1 thru 9.     Develop Table of Contents for Special Provisions.     Include page numbering. Start page numbers on first page of Table of Contents for Special  Provisions. Page number format to be SP‐#.    Cover of Special Provisions section to be stamped (but not signed) by Engineer of Record.     8.4 – Draft Final Engineer’s Opinion of Probable Construction Costs   Prepare a draft final engineer’s opinion of probable construction cost for the project. Include a  contingency on the total sum that is appropriate for a 90% submittal.     8.5 – QA/QC 90% Submittal   Review all CONSULTANT generated work performed in Subtasks 8.1 through 8.4 for quality and  accuracy, prior to submission to AGENCY. Note errors and/or omissions and review corrections.     DELIVERABLES    The following deliverables and delivery times are included in Task 8.     Final 90% Plans in Adobe pdf format – Delivered to the AGENCY within twelve (12) weeks after  Notice to Proceed date. As per WAC 196‐23‐020, official preliminary plans submitted to the  AGENCY for review must be stamped, but need not be signed or dated by the licensee.     Draft Schedule of Prices – Delivered to the AGENCY within twelve (12) weeks after Notice to  Proceed date.    Draft Special Provisions – Delivered to the AGENCY within twelve (12) weeks after Notice to  proceed date. Special Provisions Section cover to be stamped, but not signed, by the CONSULTANT  for this submittal.     Draft Final Engineer’s Opinion of Probable Costs in Adobe pdf format – Delivered to the AGENCY  within twelve (12) weeks after Notice to Proceed date.     TASK 9 – DESIGN PHASE 3 – FINAL DESIGN – DRAFT 100% AND FINAL SUBMITTALS   The following items are to be performed by the CONSULTANT under this task.     Assumption(s)   The budget shown in Exhibit D‐2 assumes this task is four (4) weeks in duration.   For the final construction contract (100%), two (2) volumes are anticipated. Volume 1 consists of  instructions to bidders, schedule of prices, bid and contract forms (e.g. bid bond, agreement,  contract bond, etc.), special provisions and appendices. Volume 2 consists of the contract plans  with bridge record drawings included at the end of the plan set.    AGENCY to assemble final construction contract (100%) Volumes 1 and 2 in Adobe pdf format  upon receipt of Plans, Special Provisions and Schedule of Prices from CONSULTANT. Once final  construction contract assembly is complete, the AGENCY will send a complete pdf electronic copy  of Volumes 1 and 2 to the CONSULTANT.   AGENDA ITEM #5. f) Page 5 of 12   AGENCY to lead coordination with WSDOT Local Programs to obligate CN phase grant funds,  obtain DBE goal(s) for CN phase contract(s) and obtain approval to advertise for bids.   AGENCY to advertise project for bids.    AGENCY to submit bid documents to Builders Exchange of Washington (BXWA).     9.1 – Draft 100% and Final Plans    Incorporate changes/revisions resulting from the 90% review comments into draft 100%.    The draft 100% plans are intended for WSDOT review and authorization to advertise for bids.    Incorporate changes/revisions resulting from WSDOT review comments into final plans.    The final plans are intended to be the plan set advertised for bids.     9.2 – Draft 100% and Final Schedule of Prices   Incorporate any changes/revisions to the draft 100% Schedule of Prices resulting from 90%  review. The draft 100% is intended for incorporation into a bid package for WSDOT review and  authorization to advertise for bids.    Verify all project elements are included as bid items in the Schedule of Prices.   Verify quantities for all bid items in the Schedule of Prices.     Verify all bid items have a measurement and payment provision in the WSDOT Standard  Specifications and/or Special Provisions.    Incorporate any changes/revisions to the Final Schedule of Prices resulting from WSDOT review.     9.3 – Draft 100% and Final Special Provisions   Incorporate changes/revisions to draft 100% Special Provisions Divisions 1 thru 9 resulting from  90% review. The draft 100% is intended for incorporation into a bid package for WSDOT review  and authorization to advertise for bids.   Cover of draft 100% Special Provisions section to be stamped by Engineer of Record, but not  signed.    Update Table of Contents for Special Provisions as necessary.     Update page numbering as necessary. Start page numbers on first page of Table of Contents for  Special Provisions. Page number format to be SP‐#.    Incorporate changes/revisions to Final Special Provisions Divisions 1 thru 9 resulting from WSDOT  review.   Cover of Final Special Provisions section to be stamped and signed by Engineer of Record.     9.4 – Draft 100% and Final Engineer’s Opinion of Probable Construction Costs   Prepare a draft 100% engineer’s opinion of probable construction cost using the bid items and  associated quantities included in the draft 100% Schedule of Prices (Subtask 9.2). Include a  contingency on the total sum that is appropriate for a draft 100% submittal and current economic  conditions.    Prepare a final engineer’s opinion of probable construction cost using the bid items and  associated quantities included in the final Schedule of Prices (Subtask 9.2). Include a contingency  on the total sum that is appropriate for a final submittal and current economic conditions.     9.5 – QA/QC 100% Submittal   Review all CONSULTANT generated work performed in Subtasks 9.1 through 9.4 for quality and  accuracy, prior to submission to AGENCY. Note errors and/or omissions and review corrections.     AGENDA ITEM #5. f) Page 6 of 12  DELIVERABLES    The following deliverables and delivery times are included in Task 9.     Draft Final 100% Plans in Adobe pdf format – Delivered to the AGENCY within three (3) weeks  after receipt of 90% review comments from AGENCY. As per WAC 196‐23‐020, official preliminary  plans submitted to the AGENCY for review must be stamped, but need not be signed or dated by  the licensee. Include “100%” in title block of each sheet.     Draft Final Schedule of Prices – Delivered to the AGENCY within three (3) weeks after receipt of  90% review comments from AGENCY.   Draft Final Special Provisions – Delivered to the AGENCY within three (3) weeks after receipt of  90% review comments from AGENCY. Special Provisions Section cover to be stamped, but not  signed, by the CONSULTANT for this submittal.   Draft Final Engineer’s Opinion of Probable Costs in Adobe pdf format – Delivered to the AGENCY  within three (3) weeks after receipt of 90% review comments from AGENCY.   Final 100% Plans in Adobe pdf format – Delivered to the AGENCY within one (1) week after receipt  of WSDOT review comments from AGENCY. As per WAC 196‐23‐020, final plans submitted to the  AGENCY for construction must be stamped, signed and dated by the licensee.     Final Schedule of Prices – Delivered to the AGENCY within one (1) week after receipt of WSDOT  review comments from AGENCY.    Final Special Provisions – Delivered to the AGENCY within one (1) week after receipt of WSDOT  review comments from AGENCY. Special Provisions Section cover to be stamped, signed and dated  by the CONSULTANT for this submittal.     Final Engineer’s Opinion of Probable Costs in Adobe pdf format – Delivered to the AGENCY within  one (1) week after receipt of WSDOT review comments from AGENCY.     TASK 10 – DESIGN PHASE 3 ‐ ENGINEERING SUPPORT DURING BID PHASE     The following items are to be performed by the CONSULTANT under this task.     Assumption(s)   The budget shown in Exhibit D‐2 assumes this task is nine (9) weeks in duration.    The budget shown in Exhibit D‐2 assumes three (3) inquiries per week during the bid phase.  Additionally, a Summary of Bidders Inquiries will be issued a minimum of once per week during  the bid phase.    The budget shown in Exhibit D‐2 assumes two (2) Addenda will be issued during the bid phase.  Additionally, each Addenda will involve revisions to three (3) Special Provision Sections and three  (3) Plan sheets.     10.1 – Responses to Bidder Inquiries   The AGENCY will be the primary contact for inquiries from bidders as per the instructions to  bidders.    The AGENCY will provide copies of all bidder inquiries to the CONSULTANT.    The AGENCY will either provide suggested draft responses to the CONSULTANT for review or  request responses from the CONSULTANT. The CONSULTANT shall provide written responses to  bidder inquiries to the AGENCY, when requested to do so.   AGENDA ITEM #5. f) Page 7 of 12   Once responses are settled on, AGENCY to prepare Summary of Bidder Inquiries and submit to  CONSULTANT for review. If no comments are generated by CONSULTANT, AGENCY to submit to  Builder’s Exchange of Washington (BXWA).    10.2 – Addenda   The CONSULTANT shall assist in the preparation of up to two (2) addenda to the contract.  Addenda may require modifications to the Schedule of Prices, Special Provisions and/or  Engineering Plans.    CONSULTANT to prepare modifications to Schedule of Prices, as necessary, with input from  AGENCY. Adding bid items, deleting bid items or modifying bid item names, quantities and/or  units of measurement will require a complete reissue of the Schedule of Prices with the applicable  Addendum. Therefore, the Addendum Number shall be added to the header of each page of the  Schedule of Prices issued with the applicable Addendum.    CONSULTANT to prepare modifications to Special Provisions and/or Engineering Plans, as  necessary, with input from AGENCY. Revisions on individual sheets of the Engineering Plans shall  be highlighted with cloud(s). Small triangle(s) with the applicable addendum number inside shall  be added to the sheet, adjacent to the cloud(s). The triangle(s) with applicable addendum number  inside shall also be added to the Title Block in the Revision Number section. The revision  description shall be “Addendum No. __”. Place cloud(s) on a separate layer that is to be turned  off when generating the Conformed Engineering Plans.    AGENCY to assemble Addenda and submit to CONSULTANT for review. If no comments are  generated by CONSULTANT, AGENCY to submit to Builder’s Exchange of Washington (BXWA).     10.3 – Preparation of Conformed Plans and Special Provisions   After bid opening, the CONSULTANT shall conform Special Provisions and/or Engineering Plans  and deliver to AGENCY for incorporation into the final construction contract documents. Addenda  modifications to Special Provisions shall be incorporated into final conformed Special Provisions.  Addenda modifications to individual sheets of the Engineering Plans shall be shown without  clouds in the final conformed Engineering Plans.     CONSULTANT to deliver final conformed Special Provisions and/or Engineering Plans to AGENCY  for incorporation into final construction contract documents.       10.4 – Prepare preliminary Record of Materials (ROM) and Master List of Submittals   The CONSULTANT will prepare a preliminary Record of Materials (ROM) based on the construction  contract specifications. The primary purpose of the ROM is for tracking the approval and  acceptance requirements for materials permanently incorporated into the project. At a minimum,  the ROM will include the bid item number, quantity, unit of measurement, description,  specification reference (note if standard spec. (SS) or special provision (SP)) and conditions of  engineer approval. A template will be provided by the AGENCY to the CONSULTANT for an  example. The preliminary ROM will be provided to the Construction Management Team for  review and use in developing a final ROM for the project.   The CONSULTANT will prepare a preliminary Master List of Submittals based on the construction  contract specifications. The primary purpose of the Master List of Submittals is for tracking the  approval of submittals (e.g. shop drawings, SWPPP, critical path schedule, etc.) the Contractor is  required to provide. At a minimum, the list will include the specification reference (note if  standard spec. (SS) or special provision (SP)), documents required for submission, and when the  submittal is required. The preliminary Master List of Submittals will be provided to the  AGENDA ITEM #5. f) Page 8 of 12  Construction Management Team for review and use in developing a final Master List of Submittals  for the project.    10.5 – QA/QC Bid Phase Deliverables   Review all CONSULTANT generated work performed in Subtasks 10.1 through 10.4 for quality and  accuracy, prior to submission to AGENCY. Note errors and/or omissions and review corrections.     DELIVERABLES    The following deliverables and delivery times are included in Task 10.     Written Response to Bidder Inquiry – Delivered to the AGENCY within two (2) business days after  receipt from AGENCY.      Review of draft AGENCY Response to Bidder Inquiry – Delivered to the AGENCY within two (2)  business days after receipt from AGENCY.   Review of draft Summary of Bidder Inquiries – Delivered to the AGENCY within one (1) business  day after receipt from AGENCY.      Special Provision modifications for Addenda – Delivered to the AGENCY within three (3) business  days after request from AGENCY.      Plan Sheet revisions for Addenda – Delivered to the AGENCY within three (3) business days after  request from AGENCY.   Review of draft Addenda (complete) – Delivered to the AGENCY within one (1) business day after  receipt from AGENCY.    Conformed Special Provisions and/or Engineering Plans – Delivered to the AGENCY within two  (2) weeks after bid opening.      Preliminary ROM – Delivered to the AGENCY within four (4) weeks after bid opening.    Preliminary Master List of Submittals – Delivered to the AGENCY within four (4) weeks after bid  opening.     TASK 11 – PROJECT MANAGEMENT FOR DESIGN PHASE NO. 4    As of the date of award of the construction contract, CONSULTANT Tasks 5 and 7 will be complete. The  CONSULTANT will charge no more expenses to Tasks 5 and 7 after the date of award and all unspent  budget assigned to the CONSULTANT for Tasks 5 and 7 shall be reallocated and added to Task 11, effective  the date following the date of award.     The following items are to be performed by the CONSULTANT under this task, upon award of the  construction contract to the lowest responsive and responsible bidder.     Assumption(s)   The AGENCY recognizes that a future amendment to this agreement may be necessary to provide  for sufficient budget to complete this task. Therefore, a future amendment will be prepared and  executed as necessary, to add budget for completion of this task and/or add additional subtasks  and associated budgets to this task.    11.1 – Administration, Coordination and Supervision  AGENDA ITEM #5. f) Page 9 of 12   Initiate project set‐up including establishment of timesheets (charge codes), creation of project  files (electronic and physical) and scheduling of CONSULTANT personnel work activities for Tasks  11 and 12 described in this contract amendment.      Supervision of CONSULTANT personnel and activities to ensure compliance with contract scope  and schedule and proper charging of time against the contract.    Oversite of sub‐consultant activities (if any) to ensure compliance with contract scope, schedule  and budget.     11.2 – Invoicing   Preparation of monthly invoices with progress reports that include the following:  o Summary of budget, expenses to date and expenses for invoice period, assigned to each task.  o Summary of work accomplished for the invoice period.  o Summary of outstanding issues to be resolved by the AGENCY.   o Backup detail that includes the name, direct salary rate and hours charged, for each individual  charging time to this contract, for the invoice period.   o Backup detail of all direct non‐salary costs included in the invoice for the work period.    11.3 – Project Meetings and Site Visits   First meeting with Contractor – Typically, the AGENCY schedules a meeting with the Contractor,  Construction Management Team, Design Engineering Support Team and Environmental Support  Team the day after award of the construction contract. The purpose of this meeting is threefold.  First, to provide the Contractor with the conformed construction contract for execution. Second,  to make introductions between all the parties involved with the project. Third, to discuss  preliminaries such as potential days of the week and times for weekly meetings and a date and  time to hold the official Pre‐Con Meeting. Prior to the COVID‐19 pandemic, this meeting was  typically held in person at Renton City Hall. Since COVID‐19, these meetings have been conducted  on‐line. For this project, it may be either or some combination thereof.    Pre‐Con Meeting – This is the official Preconstruction Meeting for the project. Typically, the  Contractor, Construction Management Team, Design Engineering Support Team and  Environmental Support Team attend this meeting. Since the project includes FHWA grant funding,  WSDOT Local Programs will also be in attendance. The primary purpose is to discuss and settle  preliminary matters, project schedule, weekly meeting schedule, invoice cutoff date, submittals  plus any other topic deemed important for construction. Prior to the COVID‐19 pandemic, this  meeting was typically held in person at Renton City Hall. Since COVID‐19, these meetings have  been conducted on‐line. For this project, it may be either or some combination thereof.    Weekly Meetings – The AGENCY and Contractor will hold weekly meetings for the duration of  construction. The Construction Management Team, Design Engineering Support Team and  Environmental Support Team are anticipated to routinely attend these meetings. Estimate 12  weekly meetings.   Site visits during construction – Should weekly meetings occur in person, the CONSULTANT may  decide to visit the site and observe the construction progress. It is assumed that this may occur  immediately following the weekly meeting. Estimate 6 site visits.    Specific site visits requested by the AGENCY ‐ The CONSULTANT may be asked by the AGENCY to  perform specific site visits to observe and discuss specific issue(s) raised by the Contractor during  construction. This request will most likely occur at a weekly meeting, if at all. Upon completion of  the site visit, the CONSULTANT will prepare and provide a record of the site visit to the AGENCY.  This record should address who (who conducted the site visit), what (issue to be observed and/or  AGENDA ITEM #5. f) Page 10 of 12  discussed), where (specific location of the issue), when (date and time), why (the purpose of the  site visit), observations made and any directions given towards resolving the issue. The  requirement for a summary of the site visit does not apply to routine site visits conducted to  observe construction progress. Estimate up to three (3) specific site visits.      DELIVERABLES    The following deliverables and delivery times are included in Task 11.     Draft record of site visit in Microsoft Word format – Delivered to the AGENCY three (3) business  days after site visit.    Final record of site visit in Adobe pdf format – Delivered to the AGENCY three (3) business days  after review comments received from AGENCY.   Monthly invoices with progress reports – Delivered to the AGENCY monthly.     TASK 12 – DESIGN PHASE 4 ‐ ENGINEERING SUPPORT DURING CONSTRUCTION     As of the date of award of the construction contract, CONSULTANT Tasks 6, 8, 9 and 10 will be complete.  The CONSULTANT will charge no more expenses to Tasks 6, 8, 9 and 10 after the date of award and all  unspent budget assigned to the CONSULTANT for Tasks 6, 8, 9 and 10 shall be reallocated and added to  Task 13, effective the date following the date of award.     The following items are to be performed by the CONSULTANT under this task, upon award of the  construction contract to the lowest responsive and responsible bidder.     Assumption(s)   The AGENCY recognizes that a future amendment to this agreement may be necessary to provide  for sufficient budget to complete this task. Therefore, a future amendment will be prepared and  executed as necessary, to add budget for completion of this task and/or add additional subtasks  and associated budgets to this task.     12.1 – Submittal Review and Approval   The construction contract has requirements for the Contractor to submit various documents for  review. These documents include but are not limited to the following:   Requests for Approval of Materials (RAM’s)   Shop Drawings   The Construction Management Team will be tasked with providing an initial review of submittals  with recommendations for approval or rejection. The AGENCY may provide additional review  comments. The submittals and associated recommendations will be provided to CONSULTANT for  final approval or rejection.      12.2 – Requests for Information (RFI’s)   The Contractor will be instructed to submit all Requests for Information (RFI’s) to the Construction  Management Team and AGENCY.    The Construction Management Team and/or AGENCY will provide copies of all RFI’s to the  CONSULTANT.   AGENDA ITEM #5. f) Page 11 of 12   The AGENCY will either provide suggested draft responses to the CONSULTANT for review or  request responses from the CONSULTANT. The CONSULTANT shall provide written responses to  RFI’s to the AGENCY and Construction Management Team, when requested by the AGENCY.    The Construction Management Team and/or AGENCY will provide the RFI response to the  Contractor.     12.3 – Change Orders   The Construction Management Team will initiate and prepare draft change orders for review and  comment by the AGENCY. The AGENCY will send draft change orders to CONSULTANT for review  with AGENCY review comments. Once finalized, the Construction Management Team,  CONSULTANT and AGENCY will sign the change order, prior to issuance to the Contractor.    For change orders requiring revisions to plan sheets and/or specifications, the CONSUTLANT shall  prepare and deliver revised plan sheets and/or specifications to the AGENCY for incorporation  into the change order, when requested by the AGENCY to do so.     12.4 – Record Drawings   Upon physical completion of the construction contract, the AGENCY will provide red line markups  of the bid drawing set to the CONSULTANT. The CONSULTANT shall prepare a set of record  drawings for the project based on these red line markups. The record drawings are intended to  capture significant field changes made during construction (additions, modifications, or  deletions). The record drawing set shall include all sheets revised or reissued during construction  as the result of change orders and shall include changes resulting from RFI responses. These  drawings shall be noted as “Record Drawings” in the drawing revisions block and shall be stamped  and sealed by the Engineer of Record.     12.5 – QA/QC Const Phase Deliverables   Review all CONSULTANT generated work performed in Subtasks 12.1 through 12.4 for quality and  accuracy, prior to submission to AGENCY. Note errors and/or omissions and review corrections.     DELIVERABLES    The following deliverables and delivery times are included in Task 12.     Submittal Review and Approval  – Delivered to the AGENCY within three (3) business days after  receipt of the submittal from AGENCY and/or Construction Management Team.    RFI Responses – Delivered to the AGENCY within three (3) business days after receipt of the RFI  from AGENCY and/or Construction Management Team.   Change Order Approvals – Delivered to the AGENCY within three (3) business days after receipt of  the change order from AGENCY and/or Construction Management Team.    Revisions to drawings and/or specifications resulting from change orders – Delivery to AGENCY  to be determined on a case by case basis and mutual agreement between AGENCY and  CONSULTANT. Time for delivery is dependent upon the extent of changes.    Record Drawings – Delivery to the AGENCY to be determined by mutual agreement between  AGENCY and CONSULTANT. Delivery to occur sometime after the acceptance of the project by the  AGENCY. Time for delivery is dependent upon the extent of changes.     AGENDA ITEM #5. f) Page 12 of 12  ADDITIONAL SERVICES    The AGENCY may require additional services of the CONSULTANT for this project. The scope of work for  additional services will be determined based on anticipated or unanticipated project needs or other  considerations at the sole discretion of the AGENCY. This work may include items identified in the current  task authorizations as well other items, which may include, but are not necessarily limited to the following:     Utility Potholing   Additional Surveying Services   Additional Engineering Design Services   Right‐of‐Way Services   Engineering Support During Construction Services   Other services not specifically referenced this scope of work.    These services will be authorized under future supplemental agreements to this contract. At the time  these services are required, the CONSULTANT shall provide a detailed scope of work and an estimate of  costs. The CONSULTANT shall not proceed with the work until the AGENCY has authorized the work and  issued a notice to proceed.  AGENDA ITEM #5. f) Page 1 of 1  EXHIBIT B‐2  DBE PARTICIPATION PLAN    CONTRACT:  CAG‐20‐004  PROJECT:  WILLIAMS AVE BRIDGE – SEISMIC RETROFIT AND PAINTING  CONSULTANT:  SARGENT ENGINEERS, INC.      In the absence of a mandatory DBE goal (or UDBE goal), a voluntary SBE goal amount of ten percent of  the Consultant Agreement is established. The Consultant shall develop a SBE Participation Plan prior to  commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum  practicable opportunities are not.     Background:    A mandatory UDBE goal of 9% was established for this contract by WSDOT in July 2019.     The contract is being implemented in design phases. The original contract, executed April 2020, included  scope and budget for Design Phase 1 – Preliminary Studies and Survey with a maximum amount payable  of $99,866. The UDBE subconsultant, 1 Alliance Geomatics (Cert #: D4M0022928) was tasked with  performing a basemap survey for an estimated budget of $40,821 or 41% of the total contract amount.      AGENCY received final UDBE subconsultant deliverables in November 2020. UDBE on‐site interview form  submitted to WSDOT Local Programs in June 2020.     UDBE subconsultant acquired in March 2022 and is no longer a qualified UDBE or DBE.     Supplemental Agreement No. 1, executed August 2024, included scope and budget for Design Phase 2 –  Preliminary Design and Environmental Support and increased the maximum amount payable by $48,613  from $99,866 to $148,479. No new tasks for qualified UDBE subconsultants included in that supplement.     Supplemental Agreement No. 2:    Supplemental Agreement No. 2 includes scope and budget for Design Phase 3 – Final Design, Bid Package  Preparation, Bid Support and Design Phase 4 – Engineering Support During Construction increasing the  maximum amount payable by $224,790 from $148,479 to $373,269. No new tasks for qualified UDBE  subconsultants are included in the supplement. Therefore, the estimated total budget assigned to UDBE  subconsultant remains $40,821 which will become 11% of the total contract amount upon execution of  this supplement.     AGENDA ITEM #5. f) CONTRACT: CAG‐20‐004 PROJECT: WILLIAMS AVE BRIDGE ‐ SEISMIC RETROFIT AND PAINTING PRIME CONSULTANT: SARGENT ENGINEERS, INC. ORIGINAL CONTRACT + SUPPLEMENT NO. 1 (PREVIOUSLY EXECUTED) Total Expend Funds to Task Budget Task Task Description Budget To Date Difference Sup. No. 2 Remaining 1 Project Management for Design Phase 1 $3,512.66 $3,173.73 $338.93 $0.00 $338.93 1A Diversity Compliance $1,503.00 $868.82 $634.18 $0.00 $634.18 2 Structural and Seismic Evaluation $11,381.05 $11,381.05 $0.00 $0.00 $0.00 3 Evaluate Bridge Elements $4,425.96 $4,425.96 $0.00 $0.00 $0.00 4 Evaluate Replace Water Main on Bridge $903.26 $903.26 $0.00 $0.00 $0.00 S1 Survey and Basemapping (1 Alliance) $39,746.00 $20,077.31 $19,668.69 $0.00 $19,668.69 S1A Diversity Compliance $1,075.00 $254.91 $820.09 $0.00 $820.09 S2 Hydraulic Study (WSE) $6,654.07 $4,628.25 $2,025.82 $0.00 $2,025.82 S2A Diversity Compliance $665.00 $21.79 $643.21 $0.00 $643.21 SUBTOTAL $69,866.00 $45,735.08 $24,130.92 $0.00 $24,130.92 5 Project Management for Design Phase 2 $8,397.00 $4,277.57 $4,119.43 $0.00 $4,119.43 6 Design Phase 2 ‐ Prelim. Design ‐ 30% $70,216.00 $47,533.88 $22,682.12 $0.00 $22,682.12 SUBTOTAL $78,613.00 $51,811.45 $26,801.55 $0.00 $26,801.55 TOTAL $148,479.00 $97,546.53 $50,932.47 $0.00 $50,932.47 SUPPLEMENT NO. 2 (NEW) Funds from New funds Task Task Description Budget  old Tasks required Check 7 Project Management for Design Phase 3 $16,609.00 $0.00 $16,609.00 $16,609.00 8 Design Phase 3 ‐ Final Design ‐ 90% $91,852.00 $0.00 $91,852.00 $91,852.00 9 Design Phase 3 ‐ Final Design ‐ 100%$23,143.00 $0.00 $23,143.00 $23,143.00 10 Design Phase 3 ‐ Support During Bid Phase $19,669.00 $0.00 $19,669.00 $19,669.00 11 Project Management for Design Phase 4 $10,840.00 $0.00 $10,840.00 $10,840.00 12 Design Phase 4 ‐ Support During Const $62,677.00 $0.00 $62,677.00 $62,677.00 TOTAL $224,790.00 $0.00 $224,790.00 $224,790.00 Total Authorized Contract Amount prior to Supplement No. 2 = $148,479.00 Total new funds required for Supplement No. 2 = $224,790.00 Total Contract Amount including Supplement No. 2 = $373,269.00 REALLOCATE UNDERUTILIZED BUDGET FROM ORIGINAL + SUPPLEMENT NO. 1 TASKS TO SUPPLEMENT NO. 2 TASKS Original Contract SUMMARY OF TASK BUDGETS Supplement No. 1 EXHIBIT D‐2 Page 1 of 6 AGENDA ITEM #5. f) CONTRACT: CAG‐20‐004 PROJECT: WILLIAMS AVE BRIDGE ‐ SEISMIC RETROFIT AND PAINTING PRIME CONSULTANT: SARGENT ENGINEERS, INC. ORIGINAL CONTRACT + SUPPLEMENT NO. 1 (PREVIOUSLY EXECUTED) Classification DL HOURS TOTAL Principal / PM $70.00 x 202 = $14,140 Senior Project Engineer $60.00 x 394 = $23,640 Project Engineer $55.00 x 196 = $10,780 Design Engineer $50.00 x 396 = $19,800 $0.00 x 0 = $0 DL Subtotal = 1,188 $68,360 INDIRECT COST RATE (ICR) DL x ICR of 197.81% x $68,360 =$135,222 FEE (PROFIT) DL x FEE 30.00% x $68,360 =$20,508 DL + ICR + FEE =$224,090 DIRECT NON‐SALARY COSTS (DNSC) Mileage 1000 x $0.700 = $700 SUBTOTAL =$700 TOTAL FOR PRIME = $224,790 SUBCONSULANTS  =$0 TOTAL FOR SUBCONSULTANTS = $0  TOTAL =$224,790 EXHIBIT D‐2 PRIME CONSULTANT COST COMPUTATIONS SUMMARY NEGOTIATED HOURLY RATE Page 2 of 6 AGENDA ITEM #5. f) CONTRACT: CAG‐20‐004 PROJECT: WILLIAMS AVE BRIDGE ‐ SEISMIC RETROFIT AND PAINTING PRIME CONSULTANT: SARGENT ENGINEERS, INC. Principal Sr. Proj. Project Design / PM Engineer Engineer Engineer $70.00 $60.00 $55.00 $50.00 TASK 7 ‐ PROJECT MANAGEMENT FOR DESIGN PHASE 3 7.1 Administration, Coordination and Supervision 16 0000$1,120 7.2 Invoicing 80000$560 7.3 Project Meetings and Site Visits 16 16 0 0 0 $2,080 7.4 Environmental Coordination 48800$1,200 Total 44 24 8 0 0 $4,960 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $9,811 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $1,488 Direct Non‐Salary Cost (DNSC) Mileage = 500 Rate = $0.70 DNSC = $350 Task 7 Total = $16,609 TASK 8 ‐ DESIGN PHASE 3 ‐ FINAL DESIGN ‐ 90% 8.1 90% Plans  Cover Sheet, Vicinity Map, Sheet Index (est. 1 sheet)12040$390 Abreviations and Legend (est. 1 sheet)12040$390 General Notes (est. 1 sheet)14040$510 Existing Conditions and Survey Control (est. 1 sheet)12040$390 Existing Bridge Plan and Elevation (est. 1 sheet)12040$390 Alignment and Right of Way (est. 1 sheet)14080$710 Site Prep & TESC Plan (est. 1 sheet)14080$710 Construction Staging (est. 1 sheet)12040$390 Construction Sequencing (1 sheet)14080$710 Seismic Retrofit (est. 8 sheets) 8 24 0 48 0 $4,400 Painting (est. 8 sheets) 8 24 0 48 0 $4,400 Traffic Control (est. 2 sheets)14080$710 8.2 90% Draft Schedule of Prices 4 16 48 0 0 $3,880 8.3 90% Draft Special Provisions 12 24 60 0 0 $5,580 8.4 90% Engineer's Opinion of Probable Costs 4 16 32 0 0 $3,000 8.5 QA/QC 90% Submittal 88440$1,460 Total 54 142 144 156 0 $28,020 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $55,426 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $8,406 Direct Non‐Salary Cost (DNSC) Mileage = 0 Rate = $0.700 DNSC = $0 Task 8 Total = $91,852 TASK 9 ‐ DESIGN PHASE 3 ‐ FINAL DESIGN ‐ DRAFT 100% AND FINAL 9.1 Draft 100% and Final Plans  Cover Sheet, Vicinity Map, Sheet Index (est. 1 sheet)01020$160 Abreviations and Legend (est. 1 sheet)01020$160 General Notes (est. 1 sheet)01020$160 Existing Conditions and Survey Control (est. 1 sheet)01020$160 Existing Bridge Plan and Elevation (est. 1 sheet)01020$160 Alignment and Right of Way (est. 1 sheet)01020$160 Site Prep & TESC Plan (est. 1 sheet)01020$160 Construction Staging (est. 1 sheet)01020$160 Construction Sequencing (1 sheet)02020$220 Seismic Retrofit (est. 8 sheets)24080$780 Painting (est. 8 sheets)24080$780 Traffic Control (est. 2 sheets)12020$290 9.2 Draft 100% and Final Schedule of Prices 14400$530 9.3 Draft 100% and Final Special Provisions 4 8 16 0 0 $1,640 9.4 Draft 100% and Final Engineer's Opinion of Probable Costs 24800$820 9.5 QA/QC Draft 100% and Final Submittals 44040$720 Total 16 40 28 40 0 $7,060 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $13,965 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $2,118 Direct Non‐Salary Cost (DNSC) Mileage = 0 Rate = $0.700 DNSC = $0 Task 9 Total = $23,143 Direct Labor (DL) EXHIBIT D‐2 PRIME CONSULTANT ‐ HOUR AND FEE SUMMARY Task Description Total  Page 3 of 6 AGENDA ITEM #5. f) TASK 10 ‐ DESIGN PHASE 3 ‐ ENGINEERING SUPPORT DURING BID PHASE 10.1 Responses to Bidder Inquiries 24040$580 10.2 Addenda 28040$820 10.3 Preparation of Conformed Plans and Special Provisions 4 8 8 16 0 $2,000 10.4 Prepare Prelim ROM and Master List of Submittals 4 16 8 4 0 $1,880 10.5 QA/QC Bid Phase Deliverables 44040$720 Total 16 40 16 32 0 $6,000 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $11,869 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $1,800 Direct Non‐Salary Cost (DNSC) Mileage = 0 Rate = $0.700 DNSC = $0 Task 10 Total = $19,669 TASK 11 ‐ PROJECT MANAGEMENT FOR DESIGN PHASE 4 11.1 Administration, Coordination and Supervision 12 0000$840 11.2 Invoicing 40000$280 11.3 Project Meetings and Site Visits 16 16 0 0 0 $2,080 Total 32 16 0 0 0 $3,200 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $6,330 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $960 Direct Non‐Salary Cost (DNSC) Mileage = 500 Rate = $0.70 DNSC = $350 Task 11 Total = $10,840 TASK 12 ‐ DESIGN PHASE 4 ‐ ENGINEERING SUPPORT DURING CONST 12.1 Submittal Review and Approval 8 40 0 24 0 $4,160 12.2 Request for Information (RFI's) 4 16 0 16 0 $2,040 12.3 Change Orders 16 32 0 40 0 $5,040 12.4 Record Drawings 8 40 0 80 0 $6,960 12.5 QA/QC Const Phase Deliverables 44080$920 Total 40 132 0 168 0 $19,120 Indirect Cost Rate (ICR) ICR = DL x ICR% ICR% = 197.81%ICR = $37,821 Fee (Profit) FEE = DL x FEE% FEE% = 30.00%FEE = $5,736 Direct Non‐Salary Cost (DNSC) Mileage = 0 Rate = $0.700 DNSC = $0 Task 12 Total = $62,677 Total Hours = 202 394 196 396 0 Total Mileage = 1000 Total DL = $68,360 Total ICR = $135,222 Total FEE = $20,508 Total DNSC = $700 TOTAL = $224,790 Page 4 of 6 AGENDA ITEM #5. f) EXHIBIT D‐2 Sargent Engineers, Inc. 320 Ronlee Lane NW Olympia, WA 98502 Actuals Not to Exceed Table Job Classifications Direct Labor Overhead Fixed Fee All Inclusive  Hourly Rate 197.81% 30.00% Billing Rate NTE NTE NTE NTE Principal $84.00 $166.16 $25.20 $275.36 Senior Engineer $74.00 $146.38 $22.20 $242.58 Senior Project Engineer $69.00 $136.49 $20.70 $226.19 Project Engineer $67.00 $132.53 $20.10 $219.63 Design Engineer $56.50 $111.76 $16.95 $185.21 Engineering Technician $46.00 $90.99 $13.80 $150.79 Engineering Intern $37.00 $73.19 $11.10 $121.29 Drafter II $44.00 $87.04 $13.20 $144.24 Business Manager $62.00 $122.64 $18.60 $203.24 Business Associate $44.00 $87.04 $13.20 $144.24 Clerical $36.00 $71.21 $10.80 $118.01 City of Renton Page 5 of 6 AGENDA ITEM #5. f) April 16, 2025 Sargent Engineers, Inc 320 Ronlee Lane NW Olympia, WA 98502 Subject: Acceptance FYE 2024 ICR – CPA Report Dear Molly Cichosz: We have accepted your firm’s FYE 2024 Indirect Cost Rate (ICR) of 197.81% of direct labor based on the “Independent CPA Report” prepared by Shannon & Associates LLP This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantrates@wsdot.wa.gov. Regards, SCHATZIE HARVEY, CPA Contract Services Manager SH: kb Exhibit D‐2  Page 6 of 6  AGENDA ITEM #5. f) AB - 3886 City Council Regular Meeting - 28 Jul 2025 SUBJECT/TITLE: Contract with RH2 Engineering, Inc. for the Lift Station and Force Main Improvements Project, Phase 4 RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Public Works Utility Systems Division STAFF CONTACT: Joe Stowell, Wastewater Utility Manager EXT.: 7212 FISCAL IMPACT SUMMARY: Funding for the contract for services during construction with RH2 Engineering, Inc. for $139,925 is available from the approved 2025-2026 Wastewater Capital Improvement Program Lift Station and Force Main Rehabilitation project budgets (426.465508 and 426.465516). There is sufficient unencumbered funding remaining in the budget ($2,247,487) to fund this contract. SUMMARY OF ACTION: In 2017, Public Worksinitiated a program to upgrade and rehabilitate itssewer lift stations and related force mains. To date, the Wastewater Utility has completed 3 phases of work with RH2 Engineers support that have improved 18 of 20 lift stations by replacing outdated controls, installing flow meters, rehabilitating wet well liners, installing access points to our force mains as well as other smaller items to ease operations and maintenance. The remaining two stations are either new (Falcon Ridge) or going to be decommissioned (Lake Washington Flush Station). RH2 Engineers has provided Services During Construction support for the previous three phases. RH2 Engineers provided planning, design, and services during construction on the previous three phases of work and prepared the design of Phase 4 which is being bid and considered for award concurrently with execution of this agreement. Phase 4will include installation of backup generators at Kensington Crest and Wedgewood Lift Stations. Station controls and telemetry at Stonegate and Shy Creek Lift Stations will also be improved. RH2’s expertise in lift station design will ensure the city receives a quality product installed per design. The contract scope of work includes the following tasks: 1. Review shop drawings and submittals for the Phase 4 construction. 2. Provide part time observation. 3. Develop and integrate software for the upgraded telemetry. 4. Inspecting and testing new telemetry panels at supplier prior to delivery and installation. 5. Assist with lift station testing and startup of the new equipment. 6. Arc flash analysis of the stations having electrical work performed. After major changes to an electrical system, an analysis is necessary to recommend additional safety measures, including personal protective equipment (PPE), for those working on the modified system. EXHIBITS: AGENDA ITEM #5. g) A. Agreement STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to executethe contract with RH2 Engineering, Inc. in the amount of$139,925for services during construction for the Lift Station and Force Main Rehabilitation Phase 4 project. AGENDA ITEM #5. g) AGREEMENT FOR LIFT STATION AND FORCE MAIN IMPROVEMENTS PH 4 SERVICES DURING CONSTRUCTION THIS AGREEMENT, dated for reference purposes only as , is by and between the City of Renton (the “City”), a Washington municipal corporation, and RH2 Engineering, Inc (“Consultant”), a Washington corporation. The City and the Consultant are referred to collectively in this Agreement as the “Parties.” Once fully executed by the Parties, this Agreement is effective as of the last date signed by both parties. 1. Scope of Work: Consultant agrees to provide services during construction as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the “Work.” 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modifications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit C or as otherwise mutually agreed by the Parties. 3. Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s) set forth in Exhibit B. All Work shall be performed by no later than June 30, 2027. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $139,925, plus any applicable state and local sales taxes. Compensation shall be paid based upon Work actually performed according to the rate(s) or amounts specified in Exhibit C. The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit C. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shall also submit a AGENDA ITEM #5. g) PAGE 2 OF 10 Contract Template Updated 5/21/2021 hourly labor charge rate for such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant’s performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement. The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at any time, with or without cause by giving ten (10) calendar days’ notice to the Consultant in writing. In the event of such termination or suspension, all finished or unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City, the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. AGENDA ITEM #5. g) PAGE 3 OF 10 Contract Template Updated 5/21/2021 6. Warranties And Right To Use Work Product: Consultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and workmanlike manner and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non-exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City’s or other’s adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless AGENDA ITEM #5. g) PAGE 4 OF 10 Contract Template Updated 5/21/2021 those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement. The nature of the relationship between the Consultant and the City during the period of the Work shall be that of an independent contractor, not employee. The Consultant, not the City, shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individual, the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant’s failure to do so. 10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, representatives, and volunteers from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties, expenses, attorney’s or attorneys’ fees, costs, and/or litigation expenses to or by any and all persons or entities, arising from, resulting from, or related to the negligent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City’s sole negligence. AGENDA ITEM #5. g) PAGE 5 OF 10 Contract Template Updated 5/21/2021 Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate…) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees and volunteers, Consultant’s liability shall be only to the extent of Consultant’s negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant’s waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11. Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City’s Code of Ethics and state law, the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant’s performance of the Work. 12. City of Renton Business License: Unless exempted by the Renton Municipal Code, Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: https://www.rentonwa.gov/Tax Information regarding State business licensing requirements can be found at: https://dor.wa.gov/doing-business/register-my-business 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors AGENDA ITEM #5. g) PAGE 6 OF 10 Contract Template Updated 5/21/2021 and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean any Work provided by a licensed professional or Work that requires a professional standard of care. C. Workers’ compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on behalf of the City, beyond normal commutes. E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis. The City’s insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City’s recourse to any remedy available at law or in equity. F. Subject to the City’s review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 14. Delays: Consultant is not responsible for delays caused by factors beyond the Consultant’s reasonable control. When such delays beyond the Consultant’s reasonable control occur, the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, by facsimile or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery will be deemed to have commenced on the first AGENDA ITEM #5. g) PAGE 7 OF 10 Contract Template Updated 5/21/2021 business day following transmission. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON Michael A. Benoit 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-7206 mbenoit@rentonwa.gov CONSULTANT Tony V. Pardi, President 22722 - 29th Drive SE, Suite 210 Bothell, WA 98021 Phone: (425) 951-5312 tpardi@rh2.com 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: A. Consultant, and Consultant’s agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement’s non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton Council Resolution Number 4085. AGENDA ITEM #5. g) PAGE 8 OF 10 Contract Template Updated 5/21/2021 18. Miscellaneous: The parties hereby acknowledge: A. The City is not responsible to train or provide training for Consultant. B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing, or certification. E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities, so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker’s Compensation coverage as well as that for any persons employed by the Consultant. 19. Other Provisions: A. Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. General Administration and Management. The City’s project manager is Michael A. Benoit. In providing Work, Consultant shall coordinate with the City’s contract manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the AGENDA ITEM #5. g) PAGE 9 OF 10 Contract Template Updated 5/21/2021 extent a Consultant prepared exhibit conflicts with the terms in the body of this Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant’s employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Consultant hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Consultant is a foreign corporation not registered with the State of Washington. H. Severability. A court of competent jurisdiction’s determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant’s performance of this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. AGENDA ITEM #5. g) PAGE 10 OF 10 Contract Template Updated 5/21/2021 L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF RENTON By:_____________________________ CONSULTANT By:____________________________ Armondo Pavone Mayor Tony V. Pardi President _____________________________ Date _____________________________ Date Attest _____________________________ Jason A. Seth City Clerk Approved as to Legal Form By: __________________________ Shane Moloney City Attorney AGENDA ITEM #5. g) 1 6/19/2025 11:26:13 AM J:\DATA\REN\25-0128\00 CONTRACT\PSA_EXH A_SOW_REN LS AND FM IMPROVEMENTS_PHASE 4 SDC.DOCX EXHIBIT A Scope of Work City of Renton Lift Station and Force Main Improvements Phase 4 Services During Construction June 2025 Background The following Scope of Work includes services during construction for the improvements identified in the Lift Station and Force Main Improvements – Phase 4 bidding documents. Final design and services during bidding for Phase 4, which includes improvements at the City of Renton’s (City) Kensington Crest, Wedgewood, Shy Creek, and Stonegate Lift Stations, were provided for the City under a separate contract executed with RH2 Engineering, Inc. (RH2). Services outlined herein will be performed to the level of effort identified in the Fee Estimate. Task 1 – Project Management Objective: Manage the RH2 project team and maintain files and records. Monitor the project scope, budget, and schedule. Approach: Prepare, monitor, and update the project schedule monthly. Provide monthly invoices with progress reports documenting work performed and budget status. Maintain project files and records. RH2 Deliverables: • Monthly project schedule updates in electronic PDF. • Monthly invoices documenting monthly progress of work completed and earned value compared to contract value in electronic PDF. • Project records maintained and filed. Task 2 – Services During Construction for Phase 4 Objective: Provide construction contract administration in support of the City. Provide periodic observation of construction operations as the engineer of record for this project to confirm that the elements of construction that are observed by RH2 conform to the project plans and specifications. It is anticipated that the City will take the lead with inspection and construction administration and will handle day-to-day responsibilities. AGENDA ITEM #5. g) City of Renton Lift Station and Force Main Improvements Exhibit A Phase 4 Services During Construction Scope of Work 2 6/19/2025 11:26:12 AM J:\DATA\REN\25-0128\00 CONTRACT\PSA_EXH A_SOW_REN LS AND FM IMPROVEMENTS_PHASE 4 SDC.DOCX Approach: Prepare for and attend a pre-construction conference and introduce the project team members, including the contractor, City, RH2, special inspector, and impacted or adjacent utilities. Prepare an agenda and meeting minutes for the pre -construction conference. Prepare conformed for construction plans and specifications. Distribute plans and specifications to the City and contractor. Review shop drawings and submittals of items requested in the technical specifications. Provide a written response to the contractor and City for each shop drawing and submittal reviewed. Provide part-time observation of the construction work in progress. Coordinate with the contractor and City inspectors to provide observation at critical stages of construction and as requested by the City. RH2 will not provide continuous on-site observation but will visit the site periodically during construction operations. The Fee Estimate assumes approximately fifteen (15) site visits for four (4) hours each. Provide progress updates to the City following site visits, including the preparation of construction observation reports, and recommend rejection of the work if it fails to conform to the construction contract documents. The City will subcontract and coordinate directly with testing firm(s) for all special inspections. Review written requests for information (RFIs) and provide written responses to the City. Review and prepare change orders, if necessary. Submit written responses to the City for processing. Develop software for remote telemetry unit sites (Shy Creek and Stonegate Lift Stations). Prepare a control strategy that will be used to develop the programmable logic controller (PLC) and supervisory control and data acquisition (SCADA) programming. Provide PLC ladder logic software development as required for monitoring and controlling the equipment at the lift stations. Provide operator interface (OI) software development for the lift stations. Provide human machine interface (HMI) software development for the lift stations. This subtask will be performed by RH2’s subsidiary and subconsultant, Control Systems NW LLC (CSNW). Develop SCADA operations and maintenance (O&M) material to supplement the existing SCADA O&M manuals. This subtask will be performed by CSNW. Assist the City with testing and startup of the new lift stations. Attend factory testing at the control integrator’s shop prior to shipment of the control panels to the job site. Attend field tests for the PLC, OI, HMI, and communications equipment for end-to-end data transmission integrity and accuracy. Attend field tests for OI screens for connectivity, detail, and accuracy of information displayed. Attend field tests for the HMI SCADA alarm, navigation, and functions. Attend field tests for the Engine Generator. Attend startup and commissioning, and prepare a report of activities completed. Provide eight (8) hours of on-site SCADA training on the O&M manual, programming, communications, and software operation aspects of the system, utilizing the O&M manual as a training aid. AGENDA ITEM #5. g) City of Renton Lift Station and Force Main Improvements Exhibit A Phase 4 Services During Construction Scope of Work 3 6/19/2025 11:26:12 AM J:\DATA\REN\25-0128\00 CONTRACT\PSA_EXH A_SOW_REN LS AND FM IMPROVEMENTS_PHASE 4 SDC.DOCX Perform site visits to develop a final construction punchlist for the project. Perform a separate final visit to each site with the contractor and the City to confirm the satisfactory completion of punchlist items. Prepare a letter recommending project acceptance following completion of construction and punchlist items. Review and comment on the completeness and accuracy of the O&M manual for the lift station improvements. Provide review comments to the contractor. Confirm review comments have been addressed. The contractor will provide the O&M manual to RH2 for review. Revise drawings with as-built information received from the contractor and the City. Provide electronic copy of record drawings to the City. Compile relevant final project documentation and deliver to the City. Documents will include construction observation reports, digital photos, and other documents described in this Scope of Work. Assumptions: • Construction phase services defined in this Task are variable in nature and depend in part on the contractor awarded the project. RH2’s estimate is based upon an experienced and reasonable contractor being awarded the construction contract. RH2’s services as described herein will be performed up to the level included in the attached Fee Estimate. If additional effort is needed, that extra work will be mutually determined by the City and RH2. • For SubTasks 2.2, 2.4, and 2.5, the Fee Estimate assumes a similar level of effort as previous projects with the City. RH2 will notify the City in advance of additional hours needed, and additional hours shall be mutually agreed negotiated. • RH2 is not responsible for site safety, or for determining means and methods or directing the contractor in their work. • Software development, data points, and graphical displays will be defined and approved by RH2, CSNW, and the City. RH2’s Fee Estimate (Exhibit C) for Task 2 assumes a certain level of cooperation and timeliness from the contractor and any third parties required for testing. If additional hours are needed to accomplish Task 2 due to events beyond the control of RH2, RH2 will notify the City in advance of such additional hours needed, and a contract amendment shall be mutually negotiated. • This Scope of Work includes eight (8) hours of RH2 training for City staff. If the City requires additional assistance beyond the level of effort included in the Fee Estimate for subtask 2.8, the City and RH2 will mutually agree upon an additional fee amount for continued training. Provided by City: • Project lead for construction inspection and administration. • Retention of and coordination with testing firm(s) for special inspections. AGENDA ITEM #5. g) City of Renton Lift Station and Force Main Improvements Exhibit A Phase 4 Services During Construction Scope of Work 4 6/19/2025 11:26:12 AM J:\DATA\REN\25-0128\00 CONTRACT\PSA_EXH A_SOW_REN LS AND FM IMPROVEMENTS_PHASE 4 SDC.DOCX RH2 Deliverables: • Pre-construction conference administration and documentation, including pre-construction conference meeting agenda and minutes in electronic PDF. • Conformed for construction plan sets: one (1) full-size paper plan set and four (4) half-size paper plan sets for the contractor; two (2) full-size paper plan sets and one (1) half-size paper plan set for the City; and two (2) half-size paper plan sets for RH2. • Seven (7) sets of conformed for construction specifications for the City and the contractor. • Submittal, RFI, and change order reviews and responses in electronic PDF, as requested by the City. • Construction observation reports in electronic PDF for each site visit. • Correspondence with the City and contractor, as requested. • SCADA control strategy. • PLC software and OI screen design. • HMI software updates. • Attendance at factory testing, field testing, startup, and commissioning. • Final startup and commissioning reports. • One (1) electronic copy of PLC and OI software. • One (1) electronic copy of the following items: o Project spreadsheet file that includes information about the software configuration, addressing, data point names, alarms, control loops, and descriptions. o O&M material for SCADA system software. • Punchlist in electronic PDF following construction completion observation at the sites. • Letter recommending project acceptance in electronic PDF. • Review comments for the lift station O&M manual in electronic PDF. • Record drawings in electronic PDF. AGENDA ITEM #5. g) City of Renton Lift Station and Force Main Improvements Exhibit A Phase 4 Services During Construction Scope of Work 5 6/19/2025 11:26:12 AM J:\DATA\REN\25-0128\00 CONTRACT\PSA_EXH A_SOW_REN LS AND FM IMPROVEMENTS_PHASE 4 SDC.DOCX Task 3 – Arc Flash Analysis Objective: Perform electrical short circuit, protective device coordination, and arc flash analysis for the electrical distribution equipment at each facility with electrical improvements (Shy Creek and Stonegate Lift Stations). Prepare a short circuit, protective device coordination, and arc flash analysis report that summarizes the calculations and recommendations for protective device settings and Personal Protective Equipment requirements. Produce arc flash hazard labels for i nstallation by the City on the front of the facilities’ electrical distribution equipment. Approach: Gather information on existing overcurrent protection devices. Model the electrical distribution system using SKM Power Tools software, and perform short circuit, protective device coordination, and arc flash calculations. Prepare an arc flash analysis report that summarizes the results of the short circuit, protective device coordination, and arc flash calculations for equipment at the facilities. The report will include recommended overcurrent device settings where adjustable overcurrent devices are installed or replacement equipment where old or obsolete devices are contributing negatively to the arc flash potential. Produce arc flash hazard warning labeling, for installation by the contractor, to meet the requirements of National Fire Protection Association 70E. Coordinate with the contractor to adjust overcurrent device settings per the recommendations in the report. Assumptions: • RH2 will rely upon the accuracy and completeness of any information, data, and materials generated or produced by the power utility or others in relation to this Scope of Work. Provided by City: • Access to the facilities to review and collect data regarding the electrical distribution equipment. Electrical equipment will need to be temporarily de-energized to obtain model numbers of the overcurrent protection devices. • Electrical as-built drawings and O&M manuals for the facilities, if available. • Installation of arc flash hazard labeling provided by RH2. RH2 Deliverables: • Arc flash analysis report in electronic PDF. • Arc flash hazard labeling for installation on the front of the electrical equipment at the facilities following construction and testing. AGENDA ITEM #5. g) 1 6/19/2025 11:24 AM J:\Data\REN\25-0128\00 Contract\PSA_EXH B_Completion Schedule_REN LS and FM Improvements_Phase 4 SDC.docx Exhibit B: Time Schedule of Completion City of Renton Lift Station and Force Main Improvements Phase 4 Services During Construction ANTICIPATED NOTICE TO PROCEED DATE: September 2025 Task Anticipated Completion Project Management 03/31/2027 Services During Construction for Phase 4 12/31/2026 Arc Flash Analysis 03/31/2027 ANTICIPATED CONTRACT COMPLETION DATE: March 31, 2027 AGENDA ITEM #5. g) 1 6/23/2025 10:32 AM Z:\Projects\Data\REN\25-0128\00 Contract\PSA_EXH C_Cost and Fee Estimate_REN LS and FM Improvements_Phase 4 SDC.docx Exhibit C: Cost and Fee Estimate City of Renton Lift Station and Force Main Improvements Phase 4 Services During Construction Consists of the following: Consultant Fee Determination – Summary Sheet – Fee Schedule WSDOT Letter dated 8/13/2024; Subject: Acceptance FYE 2023 ICR – Risk Assessment Review Fee Estimate AGENDA ITEM #5. g) Consultant: RH2 ENGINEERING, INC Overhead Multiplier Fee Multiplier 201.71%12.00% Professional I $ 51.49 $ 103.86 $ 18.64 $ 174.00 Professional II $ 56.82 $ 114.61 $ 20.57 $ 192.00 Professional III $ 63.33 $ 127.74 $ 22.93 $ 214.00 Professional IV $ 69.54 $ 140.28 $ 25.18 $ 235.00 Professional V $ 74.57 $ 150.43 $ 27.00 $ 252.00 Professional VI $ 79.90 $ 161.17 $ 28.93 $ 270.00 Professional VII $ 87.30 $ 176.09 $ 31.61 $ 295.00 Professional VIII $ 94.11 $ 189.82 $ 34.07 $ 318.00 Professional IX $ 97.07 $ 195.79 $ 35.14 $ 328.00 Technician I $ 40.25 $ 81.18 $ 14.57 $ 136.00 Technician II $ 43.80 $ 88.34 $ 15.86 $ 148.00 Technician III $ 49.42 $ 99.69 $ 17.89 $ 167.00 Technician IV $ 53.86 $ 108.64 $ 19.50 $ 182.00 Technician V $ 58.89 $ 118.79 $ 21.32 $ 199.00 Technician VI $ 64.81 $ 130.73 $ 23.46 $ 219.00 Technician VII $ 70.43 $ 142.07 $ 25.50 $ 238.00 Technician VIII $ 73.98 $ 149.23 $ 26.79 $ 250.00 Control Specialist I $ 51.49 $ 103.86 $ 18.64 $ 174.00 Control Specialist II $ 56.82 $ 114.61 $ 20.57 $ 192.00 Control Specialist III $ 63.33 $ 127.74 $ 22.93 $ 214.00 Control Specialist IV $ 69.54 $ 140.28 $ 25.18 $ 235.00 Control Specialist V $ 74.57 $ 150.43 $ 27.00 $ 252.00 Control Specialist VI $ 79.90 $ 161.17 $ 28.93 $ 270.00 Control Specialist VII $ 87.30 $ 176.09 $ 31.61 $ 295.00 Control Specialist VIII $ 94.11 $ 189.82 $ 34.07 $ 318.00 Control Specialist IX $ 97.07 $ 195.79 $ 35.14 $ 328.00 Control Technician I $ 40.25 $ 81.18 $ 14.57 $ 136.00 Control Technician II $ 43.80 $ 88.34 $ 15.86 $ 148.00 Control Technician III $ 49.42 $ 99.69 $ 17.89 $ 167.00 Control Technician IV $ 53.86 $ 108.64 $ 19.50 $ 182.00 Control Technician V $ 58.89 $ 118.79 $ 21.32 $ 199.00 Control Technician VI $ 64.81 $ 130.73 $ 23.46 $ 219.00 Control Technician VII $ 70.43 $ 142.07 $ 25.50 $ 238.00 Control Technician VIII $ 73.98 $ 149.23 $ 26.79 $ 250.00 Administrative I $ 26.93 $ 54.32 $ 9.75 $ 91.00 Administrative II $ 31.37 $ 63.27 $ 11.36 $ 106.00 Administrative III $ 37.58 $ 75.81 $ 13.61 $ 127.00 Administrative IV $ 43.80 $ 88.34 $ 15.86 $ 148.00 Administrative V $ 50.60 $ 102.07 $ 18.32 $ 171.00 In-House Copies B/W - 8.5x11 $ 0.09 In-House Copies B/W - 8.5x14 $ 0.14 In-House Copies B/W - 11x17 $ 0.20 In-House Copies Color - 8.5x11 $ 0.90 In-House Copies Color - 8.5x14 $ 1.20 In-House Copies Color - 11x17 $ 2.00 CAD Plots Large $ 25.00 CAD Plots Full $ 10.00 CAD Plots Half $ 2.50 CAD/GIS System Per Hour $ 27.50 Mileage Current IRS Rate Subconsultants Cost plus 15% Outside Services At Cost Outside direct costs for permit fees, reports, maps, data, reprographics, couriers, postage, and non- mileage related travel expenses that are necessary for the execution of the project and are not specifically identified elsewhere in the contract will be billed at cost. Consultant Fee Determination - Summary Sheet (Negotiated Hourly Rates of Pay) Fee Schedule Staff Classification Negotiated Hourly Rate Negotiated Rate Per Hour Rates listed are adjusted annually. AGENDA ITEM #5. g) August 13, 2024 RH2 Engineering, Inc. 22722 29th Drive SE, STE 210 Bothell, WA 98021 Subject: Acceptance FYE 2023 ICR – Risk Assessment Review Dear Leilani McSpadden: Based on Washington State Department of Transportation’s (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2023 ICR of 201.71% of direct labor. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantrates@wsdot.wa.gov. Regards, SCHATZIE HARVEY, CPA Contract Services Manager SH:kb AGENDA ITEM #5. g) EXHIBIT C Fee Estimate City of Renton Lift Station and Force Main Improvements Phase 4 Services During Construction Jun-25 Description Principal/ Project Manager Project Engineer Senior Geologist Structural Engineer Electrical Engineer Manager Electrical Staff Engineer Staff Engineer Project Accounting Administrative Support Total Hours Total RH2 Labor Total Hours Total CSNW Labor Total ALL Hours Total ALL Labor Total Expense Total Cost Classification Professional VIII Professional III Professional VIII Professional IV Professional VI Professional II Professional II Administrative III Administrative V Task 1 Project Management 12 12 - - - - - 4 - 28 6,892$ 8 2,360$ 9,252$ 231$ 9,483$ 1.1 Prepare, Monitor, and Update Monthly Project Schedule 8 4 -------12 3,400$ 2 590$ 14 3,990$ 100$ 4,090$ 1.2 Provide Monthly Invoices 4 4 -----4 -12 2,636$ 4 1,180$ 16 3,816$ 95$ 3,911$ 1.3 Maintain Project Files and Records -4 -------4 856$ 2 590$ 6 1,446$ 36$ 1,482$ Task 2 Services During Construction for Phase 4 20 58 12 12 38 146 34 - 2 322 70,570$ 126 35,070$ 105,640$ 5,156$ 110,796$ 2.1 Prepare for and Attend Pre-Construction Conference 4 8 - - 8 4 - - 2 26 6,254$ - -$ 26 6,254$ 1,156$ 7,410$ 2.2 Review Shop Drawings and Submittals 2 16 4 4 12 44 16 - - 98 21,032$ - -$ 98 21,032$ 691$ 21,723$ 2.3 Provide Part-Time Observations 2 8 8 8 - 28 8 - - 62 13,684$ - -$ 62 13,684$ 1,152$ 14,836$ 2.4 Review Written RFIs 2 4 - - 4 4 2 - - 16 3,724$ - -$ 16 3,724$ 121$ 3,845$ 2.5 Review and Prepare Change Orders 2 6 - - 2 4 - - - 14 3,228$ - -$ 14 3,228$ 81$ 3,309$ 2.6 Develop PLC, OI, and HMI Software - - - - - - - - - - -$ 26 7,270$ 26 7,270$ 182$ 7,452$ 2.7 Develop SCADA O&M Material - - - - - - - - - - -$ 20 5,600$ 20 5,600$ 187$ 5,787$ 2.8 Assist with Lift Station Testing and Startup - 2 - - 8 40 - - - 50 10,268$ 80 22,200$ 130 32,468$ 1,167$ 33,635$ 2.9 Perform Site Visits to Develop Punchlist 6 6 - - 6 - - - 18 4,344$ - -$ 18 4,344$ 136$ 4,480$ 2.10 Review O&M Manual and Provide Comments - 4 - - 2 8 - - - 14 2,932$ - -$ 14 2,932$ 101$ 3,033$ 2.11 Revise Plans with As-Built Information 2 4 - - 2 8 8 - - 24 5,104$ - -$ 24 5,104$ 183$ 5,287$ Task 3 Arc Flash Analysis - 2 - - 22 64 - - 2 90 18,998$ - -$ 18,998$ 648$ 19,646$ 3.1 Gather Information - - - - 2 8 - - - 10 2,076$ - -$ 10 2,076$ 87$ 2,163$ 3.2 Model Electrical System - - - - 12 40 - - - 52 10,920$ - -$ 52 10,920$ 383$ 11,303$ 3.3 Prepare Arc Flash Analysis Report - 2 - - 6 12 - - 2 22 4,694$ - -$ 22 4,694$ 145$ 4,839$ 3.4 Produce Arc Flash Labeling - - - - 2 4 - - - 6 1,308$ - -$ 6 1,308$ 33$ 1,341$ PROJECT TOTAL 32 72 12 12 60 210 34 4 4 440 96,460$ 134 37,430$ 574$ 133,890$ 6,035$ 139,925$ J:\Data\REN\25-0128\00 Contract\PSA_EXH C_FEE_REN LS and FM Improvements_Phase 4 SDC 6/19/2025 12:30 PM AG E N D A I T E M # 5 . g ) AB - 3889 City Council Regular Meeting - 28 Jul 2025 SUBJECT/TITLE: 2026-2035 Interlocal Agreements with WRIA 8 and WRIA 9 RECOMMENDED ACTION: Refer to Utilities Committee DEPARTMENT: Public Works Utility Systems Division STAFF CONTACT: Kristina Lowthian, Surface Water Utility Engineer EXT.: 7249 FISCAL IMPACT SUMMARY: Each jurisdiction’s share of the funding for the Water Resource Inventory Area (WRIA) 8 and WRIA 9 Interlocal Agreements (ILAs) is based on the average of the jurisdiction’s population, assessed value, and area within the WRIA. The funding for future years will be recalculated every three years or when a significant annexation occurs. Renton’s cost share allocations for WRIA 8 and 9 in the 2016-2025 ILAs are 3.21% ($24,382.00) and 3.82% ($22,170.00) of the administrative and staffing costs, respectively for a total of $46,552.00. The Surface Water Utility includes funding for the WRIA 8 and WRIA 9 ILAs in the Fund 407 operating budget during every biannual budget. Future budget increases resulting from increased expenses will be handled as part of future budget adjustments. The 2026 cost shares are not available as the execution of the 2026-2035 ILAs precedes the approval of the 2026 budgets for each WRIA. No significant changes in cost allocations between partners are expected. Increases every few years are expected as a result of inflation and increases in operational costs for the WRIAs. Such increases have typically been less than 3%. Based on historical precedent, no substantial annual increases are anticipated. SUMMARY OF ACTION: The Water Resource Inventory Area (WRIA) 8 Chinook Salmon Conservation Plan and the WRIA 9 Salmon Habitat Plan were completed and ratified by the City in accordance with the interlocal agreements prepared (CAG-01-004 and CAG-01-005) in July and October of 2005. The plans were prepared and approved in coordination with a total of 27 jurisdictions in WRIA 8 (Lake Washington/Cedar/Sammamish basins) and 17 jurisdictions within WRIA 9 (Green/Duwamish/Central Puget Sound basins). The plans were produced over a 5- year period (2001–2005) by the WRIA 8 and WRIA 9 Steering Committees, which included representative stakeholder groups including cities, counties, environmental groups, business groups, state agencies and citizens. In 2006 and 2015, Renton and all member jurisdictions approved extensions to the interlocal agreements to fund the staff, coordination, and other resources associated with implementing the actions, projects and activities recommended in the ratified WRIA 8 Chinook Salmon Conservation Plan and WRIA 9 Salmon Habitat Plan. The 2016-2025 interlocal agreements funded resources needed to obtain Salmon Recovery Funding Board grants and used WRIA designated King Conservation District and King County Flood Control District Cooperative Watershed Management grant funding to implement habitat restoration and protection projects and other ongoing activities. With the current 2016-2025 interlocal agreements nearing expiration, WRIA 8 and 9 have requested that each member jurisdiction executes new interlocal agreements for a new 10-year term extending from 2026 to 2035, to continue funding staff resources for coordination and grant management and other resources associated with implementing the plans. AGENDA ITEM #5. h) Renton benefits from continued participation and partnership with WRIA 8 and WRIA 9 through: 1. Contributing to regional Salmon Recovery efforts to comply with the listing of Chinook Salmon as Threatened under the Endangered Species Act. 2. Receipt of grant funds. Notably, Renton received a $150,000 grant from WRIA 9 in the current ILA, to partially fund the Springbrook Creek Restoration Action Plan. 3. Receipt of support in pursuing state and federal grant funds. WRIA 9 drafted a letter of support for Renton’s application for funds from the Recreation and Conservation Office to restore fish passage along Panther Creek at Talbot Road S. This project recently received a $412,000 grant. 4. Building knowledge and technical understanding of habitat restoration projects through the participation of Surface Water Engineering staff on the WRIA 8 and WRIA 9 implementation technical committees. EXHIBITS: A. WRIA 8 Interlocal Agreement B. WRIA 9 Interlocal Agreement C. WRIA 8 ILA Partner Cost Share D. WRIA 9 ILA Partner Cost Share E. WRIA 8 Resolution F. WRIA 9 Resolution STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to execute the 2026-2035 interlocal agreements with all member jurisdictions of WRIA 8 and WRIA 9 to continue the implementation of the WRIA 8 Chinook Salmon Conservation Plan and WRIA 9 Salmon Habitat Plan. AGENDA ITEM #5. h) 1 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 INTERLOCAL AGREEMENT For Chinook Salmon Conservation Planning for the Watershed Basins within Water Resource Inventory Area 8 PREAMBLE THIS AGREEMENT ("Agreement") is entered into pursuant to Chapter 39.34 Revised Code of Washington (RCW) by and among the eligible governments signing this agreement that are located in King and Snohomish Counties, lying wholly or partially within the management area of the Lake Washington/Cedar/Sammamish Watershed or Watershed Resource Inventory Area ("WRIA") 8, which includes all or portions of the Lake Washington , Cedar River, and Sammamish River basins, all political subdivisions of the State of Washington (individually for those signing this Agreement, “party”, and collectively “parties”). WHEREAS, the parties share interests in and responsibility for addressing long -term watershed planning and conservation of the aquatic ecosystems and floodplains for purposes of implementing the WRIA 8 Chinook Salmon Conservation Plan (“WRIA 8 Plan”) and improving watershed health for the watershed basins in WRIA 8 and wish to provide for funding and implementation of various activities and projects therein; and WHEREAS, Puget Sound Chinook salmon, including the WRIA 8 Cedar and Sammamish populations, were listed as threatened under the Endangered Species Act (ESA) in 1999 and steelhead trout were listed as threatened under ESA in 2007; and WHEREAS, the parties recognize their participation in th is Agreement demonstrates their commitment to proactively working to address the ESA listing of Chinook salmon; and WHEREAS, the parties recognize achieving WRIA 8 salmon recovery and watershed health goals requires a recommitment to, and acceleration of, the collaborative implementation and funding of salmon recovery and watershed conservation actions, and WHEREAS, the parties have executed Interlocal Agreement for the years 2001-2005 to develop the WRIA 8 Plan, contributed to the federally-approved Puget Sound Salmon Recovery Plan, and desire to continue providing efficient participation in the implementation of such plans; and WHEREAS, the parties took formal action in 2005 to ratify the WRIA 8 Plan, and WHEREAS, the parties have executed the 2001-2005 Interlocal Agreement, and extensions for the years 2007-2015 and 2016-2025 to implement the WRIA 8 Plan and improve watershed health; and WHEREAS, the parties seek information on watershed conditions and salmon conservation and recovery needs to inform local decision-making bodies regarding actions in response to listings under the ESA; and WHEREAS, the parties have participated for 20 years in prioritizing and contributing resources and funds for implementing projects and programs to protect and restore salmon habitat and watershed health; and AGENDA ITEM #5. h) 2 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 WHEREAS, the parties wish to monitor and evaluate implementation of the WRIA 8 Plan through adaptive management; and WHEREAS, the parties wish to continue to identify, coordinate, and implement habitat, water quality, flood hazard reduction, and water quantity projects in the watersheds; and WHEREAS, the parties recognize climate change is likely to affect watershed ecosystem function and processes, and salmon habitat restoration actions are a proactive approach to making the watershed ecosystem more resilient to changing conditions, which supports watershed health for human communities and salmon populations; and WHEREAS, the parties have an interest in participating on the Puget Sound Salmon Recovery Council and other groups associated with Puget Sound recovery because of the contributions of the Lake Washington/Cedar/Sammamish Watershed to the overall health of Puget Sound and to collectively seek funding to implement the WRIA 8 Plan; and WHEREAS, the parties have an interest in participating on the Washington Salmon Coalition and other groups associated with the Salmon Recovery Funding Board to collectively seek funding to implement the WRIA 8 Plan; and WHEREAS, the parties have an interest in supporting implementation of the Puget Sound Partnership Action Agenda to restore the health of Puget Sound as it relates to salmon recovery and WRIA 8 priorities; and WHEREAS, the parties recognize the importance of efforts to protect and restore habitat for multiple species in WRIA 8, including Lake Sammamish kokanee, and will seek opportunities to partner and coordinate Chinook recovery efforts with these other efforts where there are overlapping priorities and benefits; and WHEREAS, the parties have an interest in achieving multiple benefits by integrating salmon recovery planning and actions with other regional efforts, including floodplain management, stormwater management, water quality improvement, etc.; and WHEREAS, the parties recognize that identification of watershed issues, and implementation of salmon conservation and recovery actions may be carried out more efficiently if done cooperatively than if carried out separately and independently; NOW, THEREFORE, in consideration of the mutual promises, benefits and covenants contained herein, the parties hereto do mutually covenant and agree as follows: AGENDA ITEM #5. h) 3 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 MUTUAL COVENANTS AND AGREEMENTS 1. DEFINITIONS. For purposes of this Agreement, the following terms shall have the meaning provided for below: 1.1. ELIGIBLE GOVERNMENTS: The governments eligible for participation in this Agreement as parties are state, local, and federally recognized Indian tribal governments, state and local agencies, and special purpose districts within WRIA 8 boundary. 1.2. WRIA 8 ILA Parties: The Parties to the WRIA 8 Interlocal Agreement (“Party” or “Parties”) are the Eligible Governments who sign this Agreement and are responsible for implementing this Agreement. The Parties to this ILA shall each designate a representative and alternate representative to the WRIA 8 Salmon Recovery Council. 1.3. WRIA 8 SALMON RECOVERY COUNCIL: The WRIA 8 Salmon Recovery Council created herein is the governing body responsible for implementing this Agreement and is comprised of Party representatives and Stakeholders . The WRIA 8 Salmon Recovery Council is a voluntary association of Eligible Governments located wholly or partially within the management area of WRIA 8. The WRIA 8 Salmon Recovery Council shall be responsible for making recommendations for implementing the WRIA 8 Plan to the Parties. 1.4. LAKE WASHINGTON/CEDAR/SAMMAMISH WATERSHED (WRIA 8) CHINOOK SALMON CONSERVATION PLAN: The WRIA 8 Chinook Salmon Conservation Plan (WRIA 8 Plan) as referred to herein is the three volume document, the 2017 update to the WRIA 8 Plan, and any subsequent updates adopted in accordance with the procedures provided for in Section 6 below, developed in partnership with Stakeholders and ratified by the Parties for the purposes of preserving, protecting, and restoring habitat with the intent to recover listed species, including sustainable, genetically diverse, harvestable populations of naturally spawning Chinook salmon. 1.4 MANAGEMENT COMMITTEE: Management Committee as referred to herein is chosen by Party representatives, according to the voting procedures in Section 5 herein, charged with certain oversight and administrative duties on behalf of the Parties as provided in Section 4.2. 1.5 SERVICE PROVIDER: Service Provider, as used herein, means that agency, government, consultant or other entity which supplies staffing or other resources to and for the WRIA 8 Salmon Recovery Council, in exchange for payment. The Service Provider may be a party to this Agreement. 1.6 FISCAL AGENT: The Fiscal Agent refers to that agency or government which performs all accounting services for the WRIA 8 Salmon Recovery Council, as it may require, in accordance with the requirements of Chapter 39.34 RCW. AGENDA ITEM #5. h) 4 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 1.7 STAKEHOLDERS: Stakeholders refers to those public and private entities within WRIA 8 who reflect the diverse interests integral for planning, implementation, and adaptive management of the WRIA 8 Plan. 2. PURPOSES. The purposes of this Agreement include the following: 2.1 To provide a mechanism and governance structure for the implementation and adaptive management of the WRIA 8 Plan. 2.2 To share the cost of the WRIA 8 Service Provider team to coordinate and provide the services necessary for the successful implementation and management of the WRIA 8 Plan. The maximum financial or resource obligation of any participating eligible jurisdiction under this Agreement shall be limited to its share of the cost of the Service Provider staff and associated operating costs. 2.3 To provide a mechanism for securing technical assistance and funding from state agencies or other sources. 2.4 To provide a mechanism for the implementation of other multiple benefit habitat, water quality and floodplain management projects with local, regional, state, federal and non- profit funds as may be contributed to or secured by the WRIA 8 Salmon Recovery Council. 2.5 To annually recommend WRIA 8 salmon recovery programs and projects for funding by the King County Flood Control District through the District’s Cooperative Watershed Management grant program. 2.6 To serve as the salmon recovery “Lead Entity” as designated by state law (Chapter 77.85 RCW) for WRIA 8. The Lead Entity is responsible for developing a salmon recovery strategy, working with project sponsors to develop projects, convening local technical and citizen committees to annually recommend WRIA 8 salmon habitat restoration and protection projects for funding by the State of Washington Salmon Recovery Funding Board, and representing WRIA 8 in Puget Sound region and statewide salmon recovery forums. 2.7 To provide a framework for cooperation and coordination among the parties on issues relating to the implementation of the WRIA 8 Plan and to meet the requirement or a commitment by any party to participate in WRIA-based or watershed basin planning in response to any state or federal law which may require such participation as a condition of any funding, permitting or other program of state or federal agencies, at the discretion of such party to this Agreement. 2.8 To develop and articulate WRIA-based positions on salmon habitat, conservation, and funding to state and federal legislators. 2.9 To provide for the ongoing participation of residents and other Stakeholders in salmon recovery and other watershed efforts and to ensure continued public outreach efforts to AGENDA ITEM #5. h) 5 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 educate and garner support for current and future watershed and ESA listed species response efforts in accordance with the WRIA 8 Plan. 2.10 To provide information for parties to use to inform land use planning, regulations, and outreach and education programs. 2.11 To provide a mechanism for on-going monitoring and adaptive management of the WRIA 8 Plan as defined in the Plan. It is not the purpose or intent of this Agreement to create, supplant, preempt, or supersede the authority or role of any individual jurisdiction or water quality policy bodies such as the Regional Water Quality Committee. 3. EFFECTIVE DATE AND TERM. This Agreement shall become effective on execution by at least nine (9) of the Eligible Governments representing at least seventy percent (70%) of the affected population, as authorized by each Parties’’ legislative body, and further provided that after such signatures this Agreement has been filed by King County and Snohomish County in accordance with the terms of RCW 39.34.040 and 200. Once effective, this Agreement shall remain in effect through December 31, 2035; provided, however, that this Agreement may be extended for such additional terms as the parties may agree to in writing, with such extension being effective upon its execution by at least nine (9) of the Eligible Governments representing at least seventy percent (70%) of the affected population of WRIA 8. 4. ORGANIZATION AND MEMBERSHIP. The parties hereby establish WRIA 8 Salmon Recovery Council to serve as the formal governance structure for carrying out the purposes of this Agreement in collaboration with Stakeholders. 4.1 Each Party shall appoint one (1) elected official and one (1) alternate to serve as its representative on the WRIA 8 Salmon Recovery Council. The alternate representative may be a different elected official or senior staff person. Party representatives shall be responsible for maintaining the Party’s status as an active party by attending WRIA 8 Salmon Recovery Council meetings. A Party representative’s position will be considered inactive on the third consecutive absence and shall not be included in calculating a quorum under Section 5.1. Stakeholders shall be appointed or removed by Party representatives using the voting provisions of Section 5.3 of this Agreement. 4.2 Upon the effective execution of this agreement and the appointment of representatives to the WRIA 8 Salmon Recovery Council, the WRIA 8 Salmon Recovery Council shall meet and choose from among the Party representatives, according to the voting provisions of Section 5, at least five (5) elected officials or their designees, to serve as a Management Committee to oversee and direct the scope of work, funds, and personnel agreed to and contributed under this Agreement, in accordance with the adopted annual budget, work program, and such other directions as may be provided by the WRIA 8 Salmon Recovery Council. Representatives of the Fiscal Agent and Service Provider AGENDA ITEM #5. h) 6 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 may serve as non-voting ex officio members of the Management Committee. The Management Committee shall act as an executive subcommittee of the WRIA 8 Salmon Recovery Council, responsible for oversight and evaluation of any Service Providers or consultants, administration of the budget and work program, and for providing recommendations on administrative matters to the WRIA 8 Salmon Recovery Council for action, consistent with the other subsections of this section. 4.3 The Service Provider to the WRIA 8 Salmon Recovery Council for the term of this agreement shall be King County Department of Natural Resources and Parks, unless the Parties, pursuant to the voting provisions of Section 5, choose another primary Service Provider. The Management Committee shall prepare a Memorandum of Understanding to be signed by an authorized representative of the Service Provider and an authorized representative of WRIA 8 Salmon Recovery Council, which shall set out the expectations for services to be provided. Services should include, without limitation, identification of, and job descriptions for, dedicated staff, description of any supervisory role retained by the Service Provider over any staff performing services under this Agreement, and a method of regular consultation between the Service Provider and the Management Committee concerning the performance of services hereunder. 4.3.1 The Management Committee shall make recommendations to the WRIA 8 Salmon Recovery Council for action, including decisions related to work program, staffing and service agreements, and budget and financial operations, annually for each year of this Agreement. All duties of the Management Committee shall be established by the WRIA 8 Salmon Recovery Council. 4.4 By October 1 of each year, the WRIA 8 Salmon Recovery Council shall develop and approve an annual budget, establishing the level of funding and total resource obligations of the Parties which are to be allocated on a proportional basis according to the average of the population, assessed valuation and area attributable to each Parties, in accordance with the formula set forth in Exhibit A, which formula shall be updated every third year by the WRIA 8 Salmon Recovery Council. Individual cost shares may change more frequently than every three years for Parties involved in an annexation that changes the area, population, and assessed value calculation of such party to the extent that the cost shares established by the formula set forth in Exhibit A would be changed by such annexation. For parties that are not county or city governments, the level of funding and resource obligation will be determined in communications with the Management Committee, which will develop a recommendation for review and approval by the WRIA 8 Salmon Recovery Council. 4.5 Party representatives of the WRIA 8 Salmon Recovery Council shall oversee and administer the expenditure of budgeted funds and allocate resources contributed by each AGENDA ITEM #5. h) 7 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Party or obtained from other sources in accordance with implementation and adaptive management of the WRIA 8 Plan during each year of this Agreement. 4.6 The WRIA 8 Salmon Recovery Council shall review and evaluate the duties to be assigned to the Management Committee hereunder and the performance of the Fiscal Agent and Service Provider to this Agreement and provide for whatever actions deemed appropriate and necessary to ensure that quality services are efficiently, effectively, and responsibly delivered in the performance of the purposes of this Agreement. The performance of the Service Provider and Fiscal Agent shall be assessed every two years starting in 2027. In evaluating the performance of any Service Provider, the WRIA 8 Salmon Recovery Council may retain an outside consultant to perform a professional assessment of the work and services so provided. 4.7 The WRIA 8 Salmon Recovery Council through the primary Service Provider may contract with similar watershed forum governing bodies or any other entities for any lawful purpose related hereto, including specific functions and tasks which are initiated and led by another party to this Agreement beyond the services provided by the primary Service Provider. The Parties may choose to create a separate legal or administrative entity under applicable state law, including without limitation a nonprofit corporation or general partnership, to accept private gifts, grants or financial contributions, or for any other lawful purposes. Nothing in this Agreement shall be construed as creating a separate legal or administrative entity. The Parties acknowledge neither the WRIA 8 Salmon Recovery Council nor the Management Committee is a separate legal entity. 4.8 The WRIA 8 Salmon Recovery Council shall adopt operating and voting procedures for its deliberations, but such procedures shall not affect the voting provisions contained in Section 5. The WRIA 8 Salmon Recovery Council shall also adopt other rules and procedures that are consistent with its purposes as stated herein and are necessary for its operation. 5. VOTING. The Parties on the WRIA 8 Salmon Recovery Council shall make decisions; approve scopes of work, budgets, priorities and any other actions necessary to carry out the purposes of this Agreement as follows: 5.1 Decisions shall be made using a consensus model as much as possible. Each Party agrees to use its best efforts and exercise good faith in consensus decision -making. Consensus may be reached by unanimous agreement of the Parties at the meeting, or by a majority recommendation agreed upon by the active Parties, as specified in Section 4.1, with a minority report. Any Party who does not accept a majority decision may request weighted voting as set forth below. No action or binding decision will be taken by the WRIA 8 Salmon Recovery Council without the presence of a quorum of active Parties. A quorum exists if a majority of the active Parties’ representatives are present AGENDA ITEM #5. h) 8 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 at the WRIA 8 Salmon Recovery Council meeting, provided that positions left vacant on the WRIA 8 Salmon Recovery Council by Parties shall not be included in calculating the quorum. 5.2 In the event consensus cannot be achieved, as determined by rules and procedures adopted by the WRIA 8 Salmon Recovery Council, the WRIA 8 Salmon Recovery Council shall take action on a dual-majority basis, as follows: 5.2.1 Each Party, through its appointed representative, may cast its weighted vote in connection with a proposed WRIA 8 Salmon Recovery Council action. 5.2.2 The weighted vote of each Party in relation to the weighted votes of each of the other WRIA 8 ILA Parties shall be determined by the percentage of the annual contribution by each Party set in accordance with Subsection 4.4 in the year in which the vote is taken. 5.2.3 For any action subject to weighted voting to be deemed approved, an affirmative vote must be cast by both a majority of the active Parties and by a majority of the weighted votes of the active Parties. A vote of abstention shall be recorded as a “no” vote. 5.3 The WRIA 8 Salmon Recovery Council may deem it appropriate to appoint to the WRIA 8 Salmon Recovery Council non-party Stakeholder. 5.3.1 Nomination of Stakeholder may be made by any Party representative to the WRIA 8 Salmon Recovery Council. Appointment to the WRIA 8 Salmon Recovery Council of a Stakeholder requires either consensus or a dual majority vote of the Parties as provided in Section 5.2. 5.3.2 Party representatives on the WRIA 8 Salmon Recovery Council may deem it appropriate to allow Stakeholders to vote on particular WRIA 8 Salmon Recovery Council decisions. The WRIA 8 Salmon Recovery Council may determine which issues are appropriate for non-party voting by either consensus or majority as provided in Section 5.1, except in the case where legislation requires non-party member votes. Stakeholders shall not cast a vote for decisions subject to voting under Section 5.2. 5.3.3 Decisions of the entire WRIA 8 Salmon Recovery Council shall be made using a consensus model as much as possible. Voting of the entire WRIA 8 Salmon Recovery Council will be determined by consensus or majority as provided in Section 5.1. 5.3.4 By accepting appointment to the WRIA 8 Salmon Recovery Council, Stakeholders agree to follow the operating and voting procedures established by Section 4.8 and shall not distribute any version or amendment to the WRIA 8 Plan which has not been ratified consistent with Section 6.5. AGENDA ITEM #5. h) 9 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 6. IMPLEMENTATION and ADAPTIVE MANAGEMENT OF THE WRIA 8 CHINOOK SALMON CONSERVATION PLAN. The WRIA 8 Plan shall be implemented consistent with the following: 6.1 The WRIA 8 Salmon Recovery Council shall provide information to the Parties regarding progress in achieving the goals and objectives of the WRIA 8 Plan. Recommendations of the WRIA 8 Salmon Recovery Council are to be consistent with the purposes of this Agreement. The WRIA 8 Salmon Recovery Council may authorize additional advisory bodies on priority topics such as subcommittees and work groups. 6.2 The WRIA 8 Salmon Recovery Council shall act to approve or remand any WRIA 8 Plan amendments prepared and recommended by the committees of the WRIA 8 Salmon Recovery Council within ninety (90) calendar days of receipt of the plan amendments, according to the voting procedures described in Section 5. In the event any amendments are not so approved, they shall be returned to the committees of the WRIA 8 Salmon Recovery Council for further consideration and amendment and thereafter returned to the WRIA 8 Salmon Recovery Council for decision. 6.3 After approval of the WRIA 8 Plan amendments by the WRIA 8 Salmon Recovery Council, the plan amendments shall be referred to the Parties for ratification prior to the submission to any federal or state agency for further action. Ratification means an affirmative action, evidenced by a resolution, motion, or ordinance of the jurisdiction’s legislative body, by at least nine (9) jurisdictions within WRIA 8 representing at least seventy per cent (70%) of the total population of WRIA 8. Upon ratification, the WRIA 8 Salmon Recovery Council shall transmit the updated WRIA 8 Plan to any state or federal agency as may be required for further action. 6.4 In the event that any state or federal agency to which the WRIA 8 Plan or amendments thereto are submitted shall remand the WRIA 8 Plan or amendments thereto for further consideration, the WRIA 8 Salmon Recovery Council shall conduct such further consideration and may refer the plan or amendments to the committees of the WRIA 8 Salmon Recovery Council for recommendation on amendments thereto. 6.5 The Parties agree that any amendments to the WRIA 8 Plan shall not be forwarded separately by any Party or Stakeholder to any regional, state, or federal agency unless the changes have been approved and ratified as provided herein. 7. OBLIGATIONS OF PARTIES; BUDGET; FISCAL AGENT; RULES. 7.1 Each Party shall be responsible for meeting its individual financial obligations hereunder as described in Section 2.2 and established in the annual budget adopted by the WRIA 8 Salmon Recovery Council under this Agreement and described in Section 4.4. AGENDA ITEM #5. h) 10 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 7.2 The maximum funding responsibilities imposed upon the Party during each year of this Agreement shall not exceed the amounts that are established annually pursuant to Section 4.4 herein. 7.3 No later than October 1 of each year of this Agreement, the WRIA 8 Salmon Recovery Council shall adopt a budget, including its overhead and administrative costs, for the following calendar year. The budget shall propose the level of funding and other responsibilities (e.g., staffing) of the individual Parties for the following calendar year and shall propose the levels of funding and resources to be allocated to specific prioritized planning and implementation activities within WRIA 8. The Parties shall thereafter take whatever separate legislative or other actions that may be necessary to timely address such individual responsibilities under the proposed budget and shall have done so no later than December 1 of each such year. 7.4 Funds collected from the Parties or other sources on behalf of the WRIA 8 Salmon Recovery Council shall be maintained in a special fund by King County as Fiscal Agent and as ex officio treasurer on behalf of the WRIA 8 Salmon Recovery Council pursuant to rules and procedures established and agreed to by the WRIA 8 Salmon Recovery Council. Such rules and procedures shall set out billing practices and collection procedures and any other procedures as may be necessary to provide for its efficient administration and operation. 7.5 Any Party to this Agreement may inspect and review all records maintained in connection with such fund at any reasonable time. 8. LATECOMERS. Any Eligible Government may become a Party only with the written consent of all the Parties. The provisions of Section 5 otherwise governing decisions of the WRIA 8 Salmon Recovery Council shall not apply to this section. The WRIA 8 Salmon Recovery Council and the Eligible Government seeking to become a party shall jointly determine the terms and conditions under which the Eligible Government may become a Party. The terms and conditions shall include payment of an amount by the new Party to the Fiscal Agent. The amount of payment is determined jointly by the WRIA 8 Salmon Recovery Council and the new Party. The payment of the new Party is to be a fair and proportionate share of all costs associated with activities undertaken by the WRIA 8 Salmon Recovery Council and the Parties on its behalf as of the date the Eligible Government becomes a Party. Any Eligible Government that becomes a Party pursuant to this section shall thereby assume the general rights and responsibilities of all other Parties to this Agreement. 9. TERMINATION. 9.1 Termination can only occur on an annual basis, beginning on January 1 of each calendar year, and then only if the terminating Party, through action of its governing body, provides at least sixty (60) days’ prior written notice of its intent to terminate. The AGENDA ITEM #5. h) 11 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 terminating Party shall remain fully responsible for meeting all of its funding and other obligations through the end of the calendar year in which such notice is given, together with any other costs that may have been incurred on behalf of such terminating Party up to the effective date of such termination. It is possible that the makeup of the Parties to this Agreement may change from time to time. Regardless of any such changes, the Parties choosing not to exercise the right of termination shall each re main obligated to meet their respective share of the obligations of the WRIA 8 Salmon Recovery Council as reflected in the annual budget. The shares of any terminating Party shall not be the obligation of any of the Parties not choosing to exercise the right of termination. 9.2 This Agreement may be terminated at any time by the written agreement of all Parties. In the event this Agreement is terminated all unexpended funds shall be refunded to the parties pro rata based on each Party’s cost share percentage of the total budgeted funds and any real or personal property acquired to carry out the purposes of this Agreement shall be returned to the contributing party if such Party can be identified, and if the party cannot be identified, the property shall be disposed of and the proceeds distributed pro rata as described above for unexpended funds. 10. PROPERTY: The Parties do not contemplate a need to acquire or hold property to facilitate the purpose of this agreement. To the extent property is acquired on behalf of the WRIA 8 Salmon Recovery Council, the ownership of said property shall be retained by the purchasing Party and said property will be returned to the purchasing Party upon termination of the agreement and/or the purchasing Party’s participation in the agreement. 11. HOLD HARMLESS AND INDEMNIFICATION. To the extent permitted by federal law as governing to tribes and state law as to all other Parties, and for the limited purposes set forth in this agreement, each Party shall protect, defend, hold harmless and indemnify the other Parties, their officers, elected officials, agents and employees, while acting within the scope of their employment as such, from and against any and all claims (including demands, suits, penalties, liabilities, damages, costs, expenses, or losses of any kind or nature whatsoever) arising out of or in any way resulting from such Party’s own negligent acts or omissions related to such Party’s participation and obligations under this Agreement. Each Party’s agrees that its obligations under this subsection extend to any claim, demand, and/or cause of action brought by or on behalf of any of its employees or agents. For this purpose, each Party, by mutual negotiation, hereby waives, with respect to the other Parties only, any immunity that would otherwise be available against such claims under the industrial insurance act provisions of Title 51 RCW. The provisions of this section shall survive and continue to be applicable to parties exercising the right of termination pursuant to Section 9. 12. NO ASSUMPTION OF LIABILITY. In no event do the Parties to this Agreement intend to assume any responsibility, risk or liability of any other Party to this Agreement or otherwise with AGENDA ITEM #5. h) 12 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 regard to any Party’s duties, responsibilities or liabilities under the Endangered Species Act, or any other act, statute or regulation of any local municipality or government, the State of Washington or the United States. 13. VOLUNTARY AGREEMENT. This agreement is voluntary and it is acknowledged and agreed that, in entering into this Agreement, no Party is committing to adopt or implement any actions or recommendations that may be contained in the WRIA 8 Plan pursuant to this Agreement. 14. NO PRECLUSION OF ACTIVITIES OR PROJECTS. Nothing herein shall preclude any one or more of the Parties to this Agreement from choosing or agreeing to fund or implement any work, activities or projects associated with any of the purposes hereunder by separate agreement or action, provided that any such decision or agreement shall not impose any funding, part icipation or other obligation of any kind on any party to this Agreement which is not a Party to such decision or agreement. 15. NO THIRD PARTY RIGHTS. Nothing contained in this Agreement is intended to, nor shall it be construed to, create any rights in any third party, including without limitation the non-party members, National Marine Fisheries Service, United States Fish and Wildlife Service, any agency or department of the United States, or the State of Washington, or to form the basis for any liability on the part of the WRIA 8 Salmon Recovery Council or any of the Parties, or their officers, elected officials, agents and employees, to any third party. 16. AMENDMENTS. This Agreement may be amended, altered, or clarified only by the unanimous consent of the Parties to this Agreement, represented by affirmative action by each Party’s legislative body. 17. COUNTERPARTS. This Agreement may be executed in counterparts. 18. APPROVAL BY PARTIES' GOVERNING BODIES. The governing body of each Party must approve this Agreement before any representative of such Party may sign this Agreement. 19. FILING OF AGREEMENT. This Agreement shall be filed by King County and Snohomish County in accordance with the provisions of RCW 39.34.040 and .200 and with the terms of Section 3 herein. 20. PREVIOUS INTERLOCAL. This Agreement shall repeal and replace the Parties’ previous interlocal agreement, which was expected to terminate on December 31, 202 5, and was adopted on or about July 16, 2015. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the dates indicated below: AGENDA ITEM #5. h) 13 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: TOWN OF BEAUX ARTS VILLAGE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 14 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF BELLEVUE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 15 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF BOTHELL: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 16 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF CLYDE HILL: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 17 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF EDMONDS: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 18 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF EVERETT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 19 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: TOWN OF HUNTS POINT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 20 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF ISSAQUAH: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 21 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF KENMORE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 22 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF KENT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 23 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: KING COUNTY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 24 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF KIRKLAND: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 25 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF LAKE FOREST PARK: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 26 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MAPLE VALLEY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 27 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MEDINA: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 28 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MERCER ISLAND: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 29 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MILL CREEK: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 30 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MOUNTLAKE TERRACE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 31 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MUKILTEO: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 32 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF NEWCASTLE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 33 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF REDMOND: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 34 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF RENTON: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 35 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF SAMMAMISH: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 36 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF SEATTLE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 37 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF SHORELINE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 38 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: SNOHOMISH COUNTY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 39 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF WOODINVILLE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 40 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: TOWN OF WOODWAY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 41 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: TOWN OF YARROW POINT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 1 INTERLOCAL AGREEMENT For the Green River, Duwamish River, and Central Puget Sound Watersheds within the geographic planning area of Water Resource Inventory Area 9 (which includes portions of Water Resource Inventory Areas 8, 10, and 15) PREAMBLE THIS AGREEMENT ("Agreement") is entered into pursuant to Chapter 39.34 RCW by and among the eligible county and city governments signing this Agreement that are located in King County or Pierce County, lying wholly or partially within or having a major interest in the Green River, Duwamish River, and Central Puget Sound Watersheds and within the planning and management area of Watershed Resource Inventory Area 9, which includes portions of WRIA 8, 10, and 15, (“WRIA 9”) all political subdivisions of the State of Washington (individually, for those signing this agreement, “Party”, and collectively “Parties”); WHEREAS, the planning and management area of WRIA 9 includes all of the area recognized by the State of Washington as WRIA 9 and portions of WRIA 8, 10, and 15; WHEREAS, the Parties share interests in and responsibility for addressing long-term watershed planning and conservation of the aquatic ecosystems and floodplains of the Green River, Duwamish River, and Central Puget Sound Watersheds and wish to collectively provide for planning, funding and implementation of various activities and projects therein; and WHEREAS, the parties recognize their participation in this Agreement demonstrates their commitment to proactively working to address the ESA listing of Puget Sound Chinook salmon; and WHEREAS, the Parties have participated in an Interlocal Agreement for the years 2001-2005 to develop “Making Our Watershed Fit for a King” as approved in 2005 and updated in 2021 (“Salmon Habitat Plan”), contributed to the federally-approved Puget Sound Salmon Recovery Plan, and desire to continue providing efficient participation in the implementation of such plans; and WHEREAS, the Parties took formal action in 2005/2006 and 2021/2022 to ratify the Salmon Habitat Plan and Salmon Habitat Plan Update, and WHEREAS, the Parties have participated in an Interlocal Agreement for the years 2001-2005, 2007-2015, and 2016-2025 in implementing the Salmon Habitat Plan; and WHEREAS, the Parties have demonstrated in the Salmon Habitat Plan that watershed ecosystem services are worth billions of dollars of value to local people in terms of stormwater management, pollution treatment, recreational value, and other expensive and difficult to replace services; and WHEREAS, the Parties seek information on watershed conditions and salmon conservation and recovery needs to inform local decision-making bodies regarding actions in response to listings under the Endangered Species Act (“ESA”); and WHEREAS, the Parties have prioritized and contributed resources and funds for implementing projects and programs to protect and restore habitat; and WHEREAS, the Parties wish to monitor and evaluate implementation of the Salmon Habitat Plan through adaptive management; and AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 2 WHEREAS, the Parties wish to continue to use adaptive management for identifying, coordinating and implementing basin plans and water quality, flood hazard reduction, water quantity, and habitat projects in the watersheds; and WHEREAS, the Parties have a strong interest in participating on the Puget Sound Salmon Recovery Council because of the contributions of the Green River, Duwamish River, and Central Puget Sound Watersheds to the overall health of Puget Sound; and WHEREAS, the Parties have a strong interest in participating on the Washington Salmon Coalition and other groups associated with the Salmon Recovery Funding Board to collectively seek funding to implement the Salmon Habitat Plan; and WHEREAS, the Parties have a strong interest to implement the Puget Sound Partnership Action Agenda to restore the Puget Sound; and WHEREAS, the Parties have a strong interest in participating on the Puget Sound Salmon Recovery Council and other entities associated with Puget Sound salmon recovery and Puget Sound South Central Action Area Caucus Group to collectively seek funding to implement the Salmon Habitat Plan; and WHEREAS, the Parties have a strong interest to achieve multiple benefits by integrating salmon recovery planning and actions; and WHEREAS, the Parties recognize that identification of watershed issues, and implementation of salmon conservation and recovery actions may be carried out more efficiently if done cooperatively than if carried out separately and independently; and WHEREAS, individual Parties are taking separate and independent actions to improve the health of the Green River, Duwamish River, and the Central Puget Sound Watersheds and the overall health of Puget Sound; NOW, THEREFORE, the Parties hereto do mutually covenant and agree as follows: MUTUAL CONVENANTS AND AGREEMENTS 1. DEFINITIONS. For purposes of this Agreement, the following terms shall have the meaning provided for below: 1.1 ELIGIBLE GOVERNMENTS: The entities eligible for participation in this Agreement as parties are state, local, and tribal governments, state and local agencies, and special purpose districts within WRIA 9 including: King County, and the Cities of Algona, Auburn, Black Diamond, Burien, Covington, Des Moines, Enumclaw, Federal Way, Kent, Maple Valley, Normandy Park, Renton, SeaTac, Seattle, Tacoma, Tukwila, and any other interested public agencies and tribes that lie fully or partially within the boundaries of WRIA 9. 1.2 WRIA 9 ILA PARTIES: The Parties to the WRIA 9 Interlocal Agreement (“Party” or “Parties”) are the Parties who sign this Agreement and are the Parties responsible for implementing this Agreement. The Parties to this ILA shall each designate a representative and alternate representative to the WRIA 9 Watershed Ecosystem Forum. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 3 1.3 WRIA 9 WATERSHED ECOSYSTEM FORUM: The WRIA 9 Watershed Ecosystem Forum referred to herein is the cooperative body comprised of the designated representatives of the Parties and a balance of Stakeholders. The WRIA 9 Watershed Ecosystem Forum shall be an advisory body responsible for making recommendations for implementing the Salmon Habitat Plan including substantive plan amendments recommended as a result of adaptive management or other changed conditions. 1.4 GREEN/DUWAMISH AND CENTRAL PUGET SOUND WATERSHED WATER RESOURCE INVENTORY AREA 9 SALMON HABITAT PLAN: The Green/Duwamish and Central Puget Sound Watershed Water Resource Inventory Area 9 Salmon Habitat Plan (Salmon Habitat Plan) is the plan developed by the WRIA 9 Watershed Ecosystem Forum and ratified by all Parties for its development and implementation. The Salmon Habitat Plan recommends actions that should be taken to protect and restore salmon habitat, using an ecosystem approach, in the Green/Duwamish and Central Puget Sound Watersheds. The Salmon Habitat Plan may be amended from time to time according to the procedure in Section 6 herein and approved amendments shall be considered integral parts of the Salmon Habitat Plan. Efforts under the Salmon Habitat Plan are intended to complement habitat improvements in other parts of Puget Sound and hatchery and harvest actions to recover Puget Sound Chinook salmon, steelhead, and bull trout, and when implemented achieve multiple ecosystem benefits. The Salmon Habitat Plan constitutes a chapter of the Puget Sound Salmon Recovery Plan. 1.5 MANAGEMENT COMMITTEE: The Management Committee as referred to herein consists of seven (7) elected officials or their designees. The seven officials of the Management Committee are chosen by the Parties, according to the voting procedures in Section 5 herein, charged with certain oversight and administrative duties on the Parties’ behalf. 1.6 SERVICE PROVIDER: The Service Provider, as used herein, means that agency, government, consultant, or other entity which supplies staffing or other resources to and for the Parties, in exchange for payment. The Service Provider may be a Party to this Agreement. 1.7 FISCAL AGENT: The Fiscal Agent refers to that agency or government which performs all accounting services for the WRIA 9 ILA Parties as it may require, in accordance with the requirements of Chapter 39.34 RCW. 1.8 STAKEHOLDERS: Stakeholders refers to those public and private entities within WRIA 9 who reflect the diverse interests integral to implementing the Salmon Habitat Plan, and may include but is not limited to environmental and business interests. 2. PURPOSES. The purposes of this Agreement include the following: 2.1 To provide a funding mechanism and governance structure for jointly implementing and adaptively managing the Salmon Habitat Plan. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 4 2.2 To serve as the salmon recovery “Lead Entity” as designated by state law (Chapter 77.85 RCW) for WRIA 9, The Lead Entity is responsible for developing a salmon recovery strategy, working with project sponsors to develop projects, convening local stakeholders to annually recommend WRIA 9 salmon habitat restoration and protection projects for funding by the State of Washington Salmon Recovery Funding Board, and representing WRIA 9 in the Puget Sound region and state wide salmon recovery forums. 2.3 To annually recommend WRIA 9 administrative support, projects, and programs for funding by the King County Flood Control District through the District’s Cooperative Watershed Management grant program. 2.4 To provide information for Parties to inform land use planning, regulations, environmental programs, education, and enforcement of applicable codes. 2.5 To develop and articulate WRIA-based positions on policies, legislation, and project proposals that may impact implementation of the Salmon Habitat Plan. 2.6 To provide a mechanism for cooperative review and implementation of recommended policies and regulations needed for response to listings under the Endangered Species Act. 2.7 To provide a venue for the ongoing participation of community members and other stakeholders to ensure continued public outreach efforts to educate and garner support for current and future watershed and Endangered Species Act response efforts . 2.8 To provide a mechanism for securing technical assistance and any available funding from federal, state, and other sources to implement the Salmon Habitat Plan. 2.9 To provide a mechanism for implementing other multiple benefit habitat, stormwater, surface and groundwater quality, water quantity, floodplain management, and flood hazard reduction projects with other local, regional, tribal, state, federal and non-profit funds as may be contributed to or secured by the Parties and/or Watershed Ecosystem Forum. 2.10 To periodically recommend projects for implementation of planning, engineering, permitting and construction tasks for the Green/Duwamish Ecosystem Restoration Project in partnership with the U.S. Army Corps of Engineers. 2.11 To provide a framework for cooperating and coordinating among the Parties on issues relating to WRIA 9 to meet the requirement of a commitment by any Party to participate in WRIA 9 planning and implementation, to prepare or implement a basin plan, or to respond to any state or federal law which may require these actions as a condition of any funding, permitting or other program of state or federal agencies. Participation is at the discretion of such Party to this Agreement. It is not the purpose or intent of this Agreement to create, supplant, preempt or supersede the authority or role of any jurisdiction, governmental entity or water quality policy bodies including the Regional Water Quality Committee. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 5 3. EFFECTIVE DATE AND TERM. This Agreement shall become effective upon its execution by at least five (5) of the Eligible Governments representing at least seventy percent (70%) of the affected population within the geographic area of WRIA 9, as authorized by the legislative body of each Party, and further provided that after such signatures this Agreement has been filed by King County in accordance with the terms of RCW 39.34.040 and .200. Once effective, this Agreement shall remain in effect for an initial term of ten (10) years; provided, however, that this Agreement may be extended for such additional terms as the Parties may agree to in writing with such extension being effective upon its execution by at least five (5) of the Eligible Governments representing at least seventy percent (70%) of the affected population within the geographic area of WRIA 9, as authorized by the legislative body of each local government, and further provided that after such signatures this Agreement has been filed by King County in accordance with the terms of RCW 39.34.040 and .200. Such extension shall bind only those Parties executing the extension. 4. ORGANIZATION AND MEMBERSHIP. The Parties serve as the formal governance structure for carrying out the purposes of this Agreement. 4.1 Each Party except Tacoma shall appoint one (1) elected official to serve as its primary representative, and one (1) alternate representative to serve on the WRIA 9 Watershed Ecosystem Forum. The alternate representative may be a different elected official or senior staff person. Tacoma’s representative shall be the Tacoma Water Superintendent or designee, which designee shall be a senior staff position. Party representatives shall be responsible for maintaining the Party’s status as an active party by attending WRIA 9 Watershed Ecosystem Forum meetings. A Party representative’s position will be considered vacant on the third consecutive absence and shall not be included in calculating a quorum under Section 5. 4.2 Upon the effective execution of this Agreement and the appointment of representatives to the WRIA 9 Watershed Ecosystem Forum, the appointed representatives of the Parties shall meet and choose from among its members, according to the provisions of Section 5 herein, seven (7) officials or their designees, to serve as a Management Committee to oversee and direct the scope of work, funds, and personnel agreed to and contributed under this Agreement, in accordance with the adopted annual budget and work program and such other directions as may be provided by the Parties. Representatives of the Fiscal Agent and Service Provider may serve as non-voting ex officio members of the Management Committee. The Management Committee shall act as the executive subcommittee of the Parties, responsible for oversight and evaluation of any Service Providers or consultants, administration of the budget and work plan, and for providing recommendations on administrative matters to the Parties for action, consistent with other subsections of this section. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 6 4.3 The services cost-shared under this agreement shall be provided to the Parties and the Watershed Ecosystem Forum by the Service Provider, which shall be King County Department of Natural Resources and Parks, unless selected otherwise by the Parties, pursuant to the voting provisions of Section 5. The Management Committee shall prepare a Memorandum of Understanding to be signed by a representative of the Service Provider, and the Chair of the Management Committee, and this Memorandum of Understanding shall set out the expectations for services so provided. Services should include, without limitation, identification of and job descriptions for dedicated staff, description of any supervisory role retained by the Service Provider over any staff performing services under this Agreement, and a method of regular consultation between the Service Provider and the Management Committee concerning the performance of services hereunder. 4.3.1 A subset of the Parties, at such subset’s sole cost, may purchase and cost share services from the Service Provider in addition to the annual cost-shared services agreed to by all Parties pursuant to Section 4.3 herein. 4.3.2 The Management Committee shall prepare a Memorandum of Understanding to be signed by a representative of the Service Provider, the subset of Parties requesting additional services pursuant to Section 4.3.1, and the Chair of the Management Committee, which shall set out the expectations for the additional services to be provided to the subset of the Parties. 4.4 The Parties by October 1 of each year shall establish and approve an annual budget and work plan that provides for the level of funding and total resource obligations of the Parties for the following calendar year. Such obligations are to be allocated on a proportional basis based on the average of the population, assessed valuation and area attributable to each Party, in accordance with the formula set forth in Exhibit A, which formula and accompanying data shall be updated every third year by the Management Committee. Individual cost shares may change more frequently than every three years for Parties involved in an annexation that changes the area, population, and assessed value calculation of such Party to the extent that the cost shares established by the formula set forth in Exhibit A would be changed by such annexation. Tacoma’s cost share will be determined on an annual basis by the Management Committee, and will be included in the annual updates to Exhibit A. The weight accorded Tacoma’s vote for weighted voting pursuant to Section 5 herein shall correspond to Tacoma’s cost share for each year relative to the cost shares contributed by the other Parties. 4.4.1 The level of funding, total resource obligations, and allocation of obligations for those members of the Parties that agree to cost share additional services pursuant to Subsection 4.3.1 herein shall be negotiated and determined by those Parties purchasing the additional services. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 7 4.5 The Parties shall incorporate the negotiated additional cost share and incorporate the services in the annual budget and work plan. The Parties shall oversee and administer the expenditure of budgeted funds and shall allocate the utilization of resources contributed by each Party or obtained from other sources in accordance with the approved annual work program. 4.6 The Parties shall review and evaluate the duties to be assigned to the Management Committee hereunder and the performance of the Fiscal Agent and Service Provider to this Agreement, and shall provide for whatever actions are necessary to ensure that quality services are efficiently, effectively and responsibly delivered in the performance of the purposes of this Agreement. The performance of the Service Provider shall be assessed every year. 4.7 The Parties may contract with similar watershed forum governing bodies such as the Puget Sound Partnership or any other entities for any lawful purpose related to the purposes provided for in this Agreement. The Parties may choose to create a separate legal or administrative entity under applicable state law, including without limitation a nonprofit corporation or general partnership, to accept private gifts, grants or financial contributions, or for any other lawful purpose consistent with the purposes provided for herein. 4.8 The Parties shall adopt other rules and procedures that are consistent with its purposes as stated herein and are necessary for its operation. 5. VOTING. The Parties shall make decisions, approve scopes of work, budgets, priorities, and any other actions necessary to carry out the purposes of this Agreement as follows: 5.1 Decisions shall be made using a consensus model as much as possible. Each Party agrees to use its best efforts and exercise good faith in consensus decision-making. Consensus may be reached by unanimous agreement of the Parties. If unanimous agreement of Parties cannot be reached then the Parties to this agreement may reach consensus by a majority recommendation with a minority report. Any Party who does not accept a majority decision may request weighted voting as set forth below. 5.1.1 No action or binding decision will be taken by the Watershed Ecosystem Forum without the presence of a quorum of active Parties, as specified in Section 4.1. A quorum exists if a majority of the active Parties’ representatives are present at the Watershed Ecosystem Forum meeting, provided that positions left inactive on the Watershed Ecosystem Forum by Parties shall not be included in calculating the quorum. 5.2 In the event consensus cannot be achieved, as determined by rules and procedures adopted by the Parties, the Parties shall take action on a dual-majority basis, as follows: 5.2.1 Each Party, through its appointed representative, may cast its weighted vote in connection with a proposed Watershed Ecosystem Forum action. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 8 5.2.2 The weighted vote of each Party in relation to the weighted votes of each of the other Parties shall be determined by the percentage of the annual contribution made by each Party as set in accordance with Section 4.4 herein in the year in which the vote is taken. 5.2.3 For any action subject to weighted voting to be deemed approved, valid and binding, an affirmative vote must be cast by both a majority of the active Parties and by a majority of the weighted votes of the active Parties. 6. IMPLEMENTATION and ADAPTIVE MANAGEMENT OF THE SALMON HABITAT PLAN. The Salmon Habitat Plan shall be implemented consistent with the following: 6.1 The Watershed Ecosystem Forum shall provide information to the Parties regarding progress in achieving the goals and objectives of the Salmon Habitat Plan. Recommendations of the Watershed Ecosystem Forum are to be consistent with the purposes of this Agreement. The Parties may authorize additional advisory bodies to the Watershed Ecosystem Forum such as a technical committee and adaptive management work group. The Watershed Ecosystem Forum shall develop and approve operating and voting procedures for its deliberations, but such procedures do not affect the voting provisions contained in this Agreement for the Parties. 6.2 The Parties shall act to approve or remand any substantive changes to the Salmon Habitat Plan based upon recommendations by the Watershed Ecosystem Forum within ninety (90) days of receipt of the proposed changes, according to the voting procedures of Section 5 herein. In the event that the Salmon Habitat Plan changes are not so approved, the recommended changes shall be returned to the Watershed Ecosystem Forum for further consideration and amendment and thereafter returned to the Parties for decision. 6.3 The Parties shall determine when ratification is needed of substantive changes to the Salmon Habitat Plan. The changes shall be referred to the Parties for ratification prior to the submission to any regional, state, or federal agency for further action. Ratification means an affirmative action, evidenced by a resolution, motion, or ordinance of the local government’s legislative body, by at least five Parties representing at least seventy percent (70%) of the total population within the geographic planning and management area of WRIA 9. 6.4 Upon remand for consideration of any portion or all of the changes to the Salmon Habitat Plan by any regional, state or federal agency, the Parties shall undertake a review for consideration of the remanded changes to the plan. The Parties may include further referral to the Watershed Ecosystem Forum for recommendation or amendments thereto. 6.5 The Parties agree that any changes to the Salmon Habitat Plan shall not be forwarded separately by any Party or Stakeholder to any regional, state or federal agency unless the changes have been approved and ratified as provided herein. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 9 7. OBLIGATIONS OF PARTIES; BUDGET; FISCAL AGENT; RULES. 7.1 Each Party shall be responsible for meeting only its individual obligations hereunder as established in the annual budget adopted by the Parties, including all such obligations related to the Parties and Watershed Ecosystem Forum funding, technical support and participation in related planning and implementation of projects, and activities as set forth herein. It is anticipated that separate actions by the legislative bodies of the Parties will be necessary from time to time in order to carry out these obligations. 7.2 The maximum funding responsibilities imposed upon the Parties during each year of this Agreement shall not exceed the amounts that are established annually pursuant to Section 4.4 herein. 7.3 No later than October 1 of each year of this Agreement, the Parties shall adopt a budget, including its overhead and administrative costs, for the following calendar year. The budget shall propose the level of funding and other (e.g., staffing) responsibilities of the individual Parties for the following calendar year and shall propose the levels of funding and resources to be allocated to specific prioritized planning and implementation activities within WRIA 9. The Parties shall thereafter take whatever separate legislative or other actions as may be necessary to address such individual responsibilities under the proposed budget, and shall have done so no later than December 1 of each year. Parties may elect to secure grant funding to meet their individual obligations. 7.4 Funds collected from the Parties or other sources on behalf of the Parties shall be maintained in a special fund by King County as Fiscal Agent and as ex officio treasurer on behalf of the Parties pursuant to rules and procedures established and agreed to by the Parties. Such rules and procedures shall set out billing practices and collection procedures and any other procedures as may be necessary to provide for its efficient administration and operation. 7.5 Any Party to this Agreement may inspect and review all records maintained in connection with such fund at any reasonable time. 8. LATECOMERS. An Eligible Government may become a Party by obtaining written consent of all the Parties to the Agreement. The provisions of Section 5 herein otherwise governing decisions of the Parties shall not apply to this section. The Parties and any governments seeking to become a Party shall jointly determine the terms and conditions under which a government may become a new Party. The terms and conditions shall include payment of an amount by the new Party to the WRIA 9 Fiscal Agent. The amount of payment is determined jointly by the existing Parties and the new Party. The payment of the new Party is to be a fair and proportionate share of all costs associated with activities undertaken by the Parties as of the date the government becomes a new Party. Any government that becomes a Party pursuant to this section shall thereby assume the general rights and responsibilities of all other Parties. 9. TERMINATION. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 10 9.1 Termination can only occur on an annual basis, beginning on January 1 of each calendar year, and then only if the terminating Party, through action of its governing body, provides at least sixty (60) days’ prior written notice of its intent to terminate. The terminating Party shall remain fully responsible for meeting all of its funding and other obligations through the end of the calendar year in which such notice is given, together with any other costs that may have been incurred on behalf of such terminating Party up to the effective date of such termination. It is possible that the makeup of the Parties to this Agreement may change from time to time. Regardless of any such changes, the Parties choosing not to exercise the right of termination shall each remain obligated to meet only their respective share of the obligations of the Parties as reflected in the annual budget. The shares of any terminating Party shall not be the obligation of any of the Parties not choosing to exercise the right of termination. 9.2 This Agreement may be terminated in its entirety at any time by the written agreement of all of the Parties. In the event this Agreement is terminated all unexpended funds shall be refunded to the Parties pro rata based on each Party’s cost share percentage of the total budgeted funds and any real or personal property acquired to carry out the purposes of this Agreement shall be returned to the contributing Party if such Party can be identified, and if the Party cannot be identified, the property shall be disposed of and the proceeds distributed pro rata as described above for unexpended funds. 10. HOLD HARMLESS AND INDEMNIFICATION. To the extent permitted by federal law as governing to tribes and state law as to all other Parties , and for the limited purposes set forth in this Agreement, each Party shall protect, defend, hold harmless and indemnify the other Parties, their officers, elected officials, agents and employees, while acting within the scope of their employment as such, from and against any and all claims (including demands, suits, penalties, liabilities, damages, costs, expenses, or losses of any kind or nature whatsoever) arising out of or in any way resulting from such Party's own negligent acts or omissions related to such Party's participation and obligations under this Agreement. Each Party to this Agreement agrees that its obligations under this subsection extend to any claim, demand and/or cause of action brought by or on behalf of any of its employees or agents. For this purpose, each Party, by mutual negotiation, hereby waives, with respect to the other Parties only, any immunity that would otherwise be available against such claims under the industrial insurance act provisions of Title 51 RCW. In the event that either Party incurs any judgment, award, and/or cost arising therefrom, including attorneys’ fees, to enforce the provisions of this Section, all such fees, expenses, and costs shall be recoverable from the responsible Party to the extent of that Party’s culpability. The provisions of this Section shall survive and continue to be applicable to Parties exercising the right of termination pursuant to Section 9 herein. 11. NO ASSUMPTION OF LIABILITY. In no event do the Parties to this Agreement intend to assume any responsibility, risk or liability of any other Party to this Agreement or otherwise with regard to AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 11 any Party’s duties, responsibilities or liabilities under the Endangered Species Act, or any other act, statute, regulation or ordinance of any local municipality or government, the State of Washington, or the United States. 12. VOLUNTARY AGREEMENT. This Agreement is voluntary and is acknowledged and agreed that no Party is committing to adopt or implement any actions or recommendations that may be contained in the Salmon Habitat Plan. 13. NO PRECLUSION OF ACTIVITIES OR PROJECTS. Nothing herein shall preclude any one or more of the Parties from choosing or agreeing to fund or implement any work, activities or projects associated with any of the purposes hereunder by separate agreement or action, provided that any such decision or agreement shall not impose any funding, participation or other obligation of any kind on any Party which is not a party to such decision or agreement. 14. NO THIRD PARTY RIGHTS. Nothing contained in this Agreement is intended to, nor shall it be construed to, create any rights in any third party, including without limitation the National Oceanic and Atmospheric Administration - Fisheries, United States Fish and Wildlife Service, any agency or department of the United States, or the State of Washington, or to form the basis for any liability on the part of the Parties or any of the Parties, or their officers, elected officials, agents and employees, to any third party. 15. AMENDMENTS. This Agreement may be amended, altered or clarified only by the unanimous consent of the Parties to this Agreement, and requires authorization and approval by each Party’s governing body. 16. COUNTERPARTS. This Agreement may be executed in counterparts. 17. APPROVAL BY PARTIES' GOVERNING BODIES. The governing body of each Party must approve this Agreement before any representative of such Party may sign this Agreement. 18. FILING OF AGREEMENT. This Agreement shall be filed by King County in accordance with the provisions of RCW 39.34.040 and .200 and with the terms of Section 3 herein. 19. ENTIRE AGREEMENT. This Agreement contains the entire Agreement among the Parties, and supersedes all prior negotiations, representations, and agreements, oral or otherwise, regarding the specific terms of this Agreement. IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the dates indicated below: Approved as to form: CITY OF ALGONA: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 12 Approved as to form: CITY OF AUBURN: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF BLACK DIAMOND: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF BURIEN: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF COVINGTON: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 13 Approved as to form: CITY OF DES MOINES: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY ENUMCLAW: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF FEDERAL WAY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF KENT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 14 Approved as to form: KING COUNTY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF MAPLE VALLEY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF NORMANDY PARK: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF RENTON: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 15 Approved as to form: CITY OF SEATAC: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF SEATTLE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF TACOMA: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF TUKWILA: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) Exhibit A - WRIA 8 Interlocal Agreement Regional Watershed Salmon Recovery Funding WRIA 8 Jurisdiction Population (Pop)Assessed Value (AV)Area (Sq. Mi.) WRIA 8 Jurisdiction Beaux Arts 315 0.02%$285,891,000 0.04%0.08 0.02%0.03%$193 Beaux Arts 0.02%$177 Bellevue 154,600 8.91%$96,339,979,101 13.67%33.53 7.12%9.90%$75,283 Bellevue 9.75%$71,532 Bothell 49,550 2.85%$17,957,876,264 2.55%13.67 2.90%2.77%$21,054 Bothell 2.70%$19,849 Clyde Hill 3,115 0.18%$4,389,953,700 0.62%1.06 0.22%0.34%$2,603 Clyde Hill 0.32%$2,363 Edmonds 43,370 2.50%$16,549,900,400 2.35%8.97 1.91%2.25%$17,118 Edmonds 2.22%$16,318 Everett 33,485 1.93%$6,381,442,800 0.91%5.20 1.11%1.31%$9,986 Everett 1.31%$9,604 Hunts Point 460 0.03%$1,783,212,000 0.25%0.29 0.06%0.11%$866 Hunts Point 0.10%$749 Issaquah 41,290 2.38%$17,493,815,787 2.48%12.11 2.57%2.48%$18,843 Issaquah 2.40%$17,596 Kenmore 24,230 1.40%$7,459,653,182 1.06%6.15 1.31%1.25%$9,533 Kenmore 1.24%$9,099 Kent 0 0.00%$12,761,000 0.00%0.45 0.10%0.03%$246 Kent 0.03%$234 King County (Uninc.)102,707 5.92%$35,458,579,530 5.03%163.04 34.65%15.20%$115,568 King County (Uninc.)15.14%$111,131 Kirkland 96,920 5.58%$45,311,849,550 6.43%17.84 3.79%5.27%$40,057 Kirkland 5.08%$37,263 Lake Forest Park 13,660 0.79%$4,237,895,040 0.60%3.51 0.75%0.71%$5,409 Lake Forest Park 0.72%$5,305 Maple Valley 5,022 0.29%$1,155,422,680 0.16%0.94 0.20%0.22%$1,654 Maple Valley 0.19%$1,379 Medina 2,925 0.17%$6,866,863,700 0.97%1.41 0.30%0.48%$3,657 Medina 0.45%$3,308 Mercer Island 25,800 1.49%$21,056,678,532 2.99%6.30 1.34%1.94%$14,732 Mercer Island 1.89%$13,849 Mill Creek 21,630 1.25%$6,848,308,200 0.97%4.68 0.99%1.07%$8,143 Mill Creek 1.03%$7,590 Mountlake Terrace 23,810 1.37%$5,911,042,400 0.84%4.16 0.88%1.03%$7,844 Mountlake Terrace 0.98%$7,158 Mukilteo 21,221 1.22%$7,572,645,200 1.07%5.99 1.27%1.19%$9,046 Mukilteo 1.19%$8,707 Newcastle 13,610 0.78%$5,376,208,083 0.76%4.46 0.95%0.83%$6,324 Newcastle 0.81%$5,922 Redmond 77,490 4.46%$36,605,924,250 5.19%16.56 3.52%4.39%$33,399 Redmond 4.14%$30,393 Renton 70,904 4.08%$18,024,891,468 2.56%14.01 2.98%3.21%$24,382 Renton 3.21%$23,547 Sammamish 61,452 3.54%$26,240,200,285 3.72%19.09 4.06%3.77%$28,694 Sammamish 3.60%$26,414 Seattle 556,865 32.08%$233,153,890,428 33.09%53.00 11.26%25.48%$193,716 Seattle 27.07%$198,707 Shoreline 61,120 3.52%$16,722,153,900 2.37%11.58 2.46%2.79%$21,179 Shoreline 2.78%$20,370 Sno. Co. (Uninc.)213,926 12.32%$55,882,188,800 7.93%55.38 11.77%10.67%$81,163 Snoh. Co. (Uninc.)10.42%$76,445 Woodinville 13,830 0.80%$6,429,716,438 0.91%5.66 1.20%0.97%$7,379 Woodinville 0.93%$6,810 Woodway 1,340 0.08%$1,112,962,100 0.16%1.09 0.23%0.16%$1,186 Woodway 0.16%$1,152 Yarrow Point 1,135 0.07%$2,075,804,200 0.29%0.36 0.08%0.15%$1,108 Yarrow Point 0.13%$974 Totals 1,735,781 100.0%$704,697,710,018 100.0%470.56 100.0%100.0%$760,366 100.00%$733,944 2025 TOTAL $760,366 Population: • Population estimates are based on 2023 OFM April 1st Estimates and 2023 OFM Small Area Estimate Program (SAEP) data for census blocks. • The portion of Kent in WRIA 8 is solely the Kent Watershed and has no population allocated to it. *Assessed Value & Area: King County: Assessed value is based on King County Assessor’s data February 2021, land + improvements value Assessed value and area (sq. miles) excludes the Upper Cedar River subwatershed. • Jurisdictions entirely within a WRIA are assigned the 2023 OFM April 1st Estimate directly. Jurisdictions that straddle WRIA boundaries are assigned the percent share of the 2023 OFM April 1st Estimate based on a geographic allocation of census blocks across WRIA boundaries, accounting for water areas and public land where people are unlikely to live. 2024 Cost Share Note: This method was tested against the 2021 ILA Cost Share tables using 2020 OFM data and was determined to be highly comparable for estimating population breakdowns. As OFM releases data every year, and the data spans both King and Snohomish Counties, this is a consistent and repeatable analysis across the entire study area. Final ILA Partner Cost Share for 2025 Budget WRIA Based Cost-share: WRIA 8 2025 Snohomish County: Assessed value is based on Snohomish County Assessor’s data March 2021, for market land value + market improvements value Approved by WRIA 8 Salmon Recovery Council on September 19, 2024 2025 Cost Share (reflects 3.60% CPI-W estimate) (Average of Pop, AV, Area) Previous Cost Share % (2022-2024) WRIA 8_ILACostShare_2025_FINAL AG E N D A I T E M # 5 . h ) Exhibit A 2025 WRIA Based Cost Share: WRIA 9 Regional Watershed Funding Watershed Ecosystem Forum Approved August 8, 2024 Total:$606,781 1 Algona*0.17%1,372 0.23%$590,936,599.00 0.16%363 0.19%$1,079 1 Algona 2 Auburn*6.80%56,079 5.24%$13,623,563,442.00 5.74%12,710 5.93%$34,389 2 Auburn 3 Black Diamond 0.83%6,880 0.83%$2,159,906,081.00 2.08%4,609 1.25%$7,246 3 Black Diamond 4 Burien 6.37%52,560 4.28%$11,113,591,561.00 2.84%6,292 4.50%$26,092 4 Burien 5 Covington 2.62%21,600 1.75%$4,558,408,175.00 1.75%3,870 2.04%$11,837 5 Covington 6 Des Moines 4.03%33,260 2.55%$6,615,094,232.00 1.78%3,949 2.79%$16,172 6 Des Moines 7 Enumclaw*0.76%6,253 0.58%$1,510,785,781.00 0.91%2,014 0.75%$4,350 7 Enumclaw 8 Federal Way*8.56%70,596 4.32%$11,229,759,643.00 3.63%8,049 5.50%$31,942 8 Federal Way 9 Kent*16.87%139,100 12.88%$33,463,962,407.00 9.74%21,569 13.16%$76,361 9 Kent 10 King County*11.17%92,164 8.54%$22,189,710,471.00 52.75%116,854 24.15%$140,160 10 King County 11 Maple Valley*2.94%24,228 2.09%$5,443,488,799.00 1.51%3,354 2.18%$12,662 11 Maple Valley 12 Normandy Park 0.83%6,840 1.01%$2,612,824,298.00 0.72%1,596 0.85%$4,942 12 Normandy Park 13 Renton*4.49%36,996 4.21%$10,936,234,975.00 2.77%6,131 3.82%$22,170 13 Renton 14 SeaTac 3.85%31,740 2.53%$6,563,915,515.00 1.84%4,071 2.74%$15,884 14 SeaTac 15 Seattle*26.96%222,335 45.22%$117,510,460,706.00 9.00%19,935 27.06%$157,008 15 Seattle 16 Tukwila 2.76%22,763 3.75%$9,757,681,342.00 2.78%6,157 3.10%$17,977 16 Tukwila 100.0%824,768 100.0%$259,880,324,027 100.0%221,524.55 100.0%$580,267 SUBTOTAL +Tacoma $26,514 $606,781 TOTAL NOTES: • Population estimates are based on 2023 OFM April 1st Estimates and 2023 OFM Small Area Estimate Program (SAEP) data for census blocks. • Jurisdictions entirely within a WRIA are assigned the 2023 OFM April 1st Estimate directly. • Jurisdictions that straddle WRIA boundaries are assigned a percent share of the estimate based on a geographic allocation of census blocks. • Parcels are allotted to jurisdictions (cities and unincorporated King County) and WRIAs based on the location of the centerpoint of the parcels. • Assessed value and area (sq. miles) excludes Upper Green River Watershed and Port of Seattle Aviation Division properties * Cost share amount is an averaging of the population, assessed value, and area percentage of each jurisdiction within WRIA 9 Costs shares, jurisdictional area, population, and assessed value are to be recalculated every three years or if there is a significant annexation per the WRIA 9 interlocal agreement for 2026-2035. Cost shares last updated in 2024 using 2023 data. WRIA 9 JurisdictionAdjusted AV Area % Adjusted AcresWRIA 9 Jurisdiction Population (Pop) % Adjusted Pop Assessed Value (AV) % Cost Share* (2023 Data) 2026-2036 WRIA 9 ILA AG E N D A I T E M # 5 . h ) DATE: July 10, 2025 TO: Jason A. Seth, City Clerk FROM: Cheryl L. Beyer, Senior Assistant City Attorney SUBJECT: Legal Approval of Resolution Authorizing an Interlocal Agreement for WRIA 8. The above-mentioned legislation is approved as to legal form. Cheryl L. Beyer Senior Assistant City Attorney CLB: mhc Cc: Joe Farah, Surface Water Engineering Manager AGENDA ITEM #5. h) CITY OF RENTON, WASHINGTON RESOLUTION NO. A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING THE MAYOR AND CITY CLERK TO ENTER INTO AN INTERLOCAL AGREEMENT WITH KING COUNTY AND SNOHOMISH COUNTY, AND THE CITIES OF BELLEVUE, BOTHELL, CLYDE HILL, EDMONDS, EVERETT, ISSAQUAH, KENMORE, KENT, KIRKLAND, LAKE FOREST PARK, MAPLE VALLEY, MEDINA, MERCER ISLAND, MILL CREEK, MOUNTLAKE TERRACE, MUKILTEO, NEWCASTLE, REDMOND, SAMMAMISH, SEATTLE, SHORELINE AND WOODINVILLE; AND THE TOWNS OF BEAUX ARTS VILLAGE, HUNTS POINT, WOODWAY AND YARROW POINT, REGARDING THE WATERSHED BASINS WITHIN THE GEOGRAPHICAL PLANNING AREA OF WATER RESOURCE INVENTORY 8. WHEREAS, Renton, as well as King County, Snohomish County, and the cities of Bellevue, Bothell, Clyde Hill, Edmonds, Everett, Issaquah, Kenmore, Kent, Kirkland, Lake Forest Park, Maple Valley, Medina, Mercer Island, Mill Creek, Mountlake Terrace, Mukilteo, Newcastle, Redmond, Sammamish, Seattle, Shoreline and Woodinville; and the towns of Beaux Arts Village, Hunts Point, Woodway and Yarrow Point (collectively referred to as the “Parties”), are authorized, pursuant to RCW Chapter 39.34, the Interlocal Cooperation Act, to enter into an interlocal government cooperative agreement; and WHEREAS, the parties share interests in and responsibility for addressing long-term watershed planning and conservation of the aquatic ecosystems and floodplains for purposes of implementing the WRIA 8 Chinook Salmon Conservation Plan (“WRIA 8 Plan”) and improving watershed health for the watershed basins in WRIA 8 and wish to provide for funding and implementation of various activities and projects therein; and WHEREAS, Puget Sound Chinook salmon, including the WRIA 8 Cedar and Sammamish populations, were listed as threatened under the Endangered Species Act (ESA) in 1999 and steelhead trout were listed as threatened under ESA in 2007; and AGENDA ITEM #5. h) RESOLUTION NO. 2 WHEREAS, the parties recognize their participation in this Agreement demonstrates their commitment to proactively working to address the ESA listing of Chinook salmon; and WHEREAS, the parties recognize achieving WRIA 8 salmon recovery and watershed health goals requires a recommitment to, and acceleration of, the collaborative implementation and funding of salmon recovery and watershed conservation actions, and WHEREAS, the parties have executed Interlocal Agreement for the years 2001-2005 to develop the WRIA 8 Plan, contributed to the federally-approved Puget Sound Salmon Recovery Plan, and desire to continue providing efficient participation in the implementation of such plans; and WHEREAS, the parties took formal action in 2005 to ratify the WRIA 8 Plan, and WHEREAS, the parties have executed the 2001-2005 Interlocal Agreement, and extensions for the years 2007-2015 and 2016-2025 to implement the WRIA 8 Plan and improve watershed health; and WHEREAS, the parties seek information on watershed conditions and salmon conservation and recovery needs to inform local decision-making bodies regarding actions in response to listings under the ESA; and WHEREAS, the parties have participated for 20 years in prioritizing and contributing resources and funds for implementing projects and programs to protect and restore salmon habitat and watershed health; and WHEREAS, the parties wish to monitor and evaluate implementation of the WRIA 8 Plan through adaptive management; and WHEREAS, the parties wish to continue to identify, coordinate, and implement habitat, water quality, flood hazard reduction, and water quantity projects in the watersheds; and AGENDA ITEM #5. h) RESOLUTION NO. 3 WHEREAS, the parties recognize climate change is likely to affect watershed ecosystem function and processes, and salmon habitat restoration actions are a proactive approach to making the watershed ecosystem more resilient to changing conditions, which supports watershed health for human communities and salmon populations; and WHEREAS, the parties have an interest in participating on the Puget Sound Salmon Recovery Council and other groups associated with Puget Sound recovery because of the contributions of the Lake Washington/Cedar/Sammamish Watershed to the overall health of Puget Sound and to collectively seek funding to implement the WRIA 8 Plan; and WHEREAS, the parties have an interest in participating on the Washington Salmon Coalition and other groups associated with the Salmon Recovery Funding Board to collectively seek funding to implement the WRIA 8 Plan; and WHEREAS, the parties have an interest in supporting implementation of the Puget Sound Partnership Action Agenda to restore the health of Puget Sound as it relates to salmon recovery and WRIA 8 priorities; and WHEREAS, the parties recognize the importance of efforts to protect and restore habitat for multiple species in WRIA 8, including Lake Sammamish kokanee, and will seek opportunities to partner and coordinate Chinook recovery efforts with these other efforts where there are overlapping priorities and benefits; and WHEREAS, the parties have an interest in achieving multiple benefits by integrating salmon recovery planning and actions with other regional efforts, including floodplain management, stormwater management, water quality improvement, etc.; and WHEREAS, the parties recognize that identification of watershed issues, and implementation of salmon conservation and recovery actions may be carried out more efficiently AGENDA ITEM #5. h) RESOLUTION NO. 4 if done cooperatively than if carried out separately and independently; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, RESOLVES AS FOLLOWS: SECTION I. The above recitals are found to be true and correct in all respects. SECTION II. The Mayor and City Clerk are hereby authorized to enter into an interlocal agreement with the Parties entitled Interlocal Agreement for Chinook Salmon Conservation Planning for the Watershed Basins within Water Resource Inventory 8, attached hereto as Exhibit A and incorporated by this reference. 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:24RES018: 7.10.2025 AGENDA ITEM #5. h) 1 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 INTERLOCAL AGREEMENT For Chinook Salmon Conservation Planning for the Watershed Basins within Water Resource Inventory Area 8 PREAMBLE THIS AGREEMENT ("Agreement") is entered into pursuant to Chapter 39.34 Revised Code of Washington (RCW) by and among the eligible governments signing this agreement that are located in King and Snohomish Counties, lying wholly or partially within the management area of the Lake Washington/Cedar/Sammamish Watershed or Watershed Resource Inventory Area ("WRIA") 8, which includes all or portions of the Lake Washington , Cedar River, and Sammamish River basins, all political subdivisions of the State of Washington (individually for those signing this Agreement, “party”, and collectively “parties”). WHEREAS, the parties share interests in and responsibility for addressing long -term watershed planning and conservation of the aquatic ecosystems and floodplains for purposes of implementing the WRIA 8 Chinook Salmon Conservation Plan (“WRIA 8 Plan”) and improving watershed health for the watershed basins in WRIA 8 and wish to provide for funding and implementation of various activities and projects therein; and WHEREAS, Puget Sound Chinook salmon, including the WRIA 8 Cedar and Sammamish populations, were listed as threatened under the Endangered Species Act (ESA) in 1999 and steelhead trout were listed as threatened under ESA in 2007; and WHEREAS, the parties recognize their participation in th is Agreement demonstrates their commitment to proactively working to address the ESA listing of Chinook salmon; and WHEREAS, the parties recognize achieving WRIA 8 salmon recovery and watershed health goals requires a recommitment to, and acceleration of, the collaborative implementation and funding of salmon recovery and watershed conservation actions, and WHEREAS, the parties have executed Interlocal Agreement for the years 2001-2005 to develop the WRIA 8 Plan, contributed to the federally-approved Puget Sound Salmon Recovery Plan, and desire to continue providing efficient participation in the implementation of such plans; and WHEREAS, the parties took formal action in 2005 to ratify the WRIA 8 Plan, and WHEREAS, the parties have executed the 2001-2005 Interlocal Agreement, and extensions for the years 2007-2015 and 2016-2025 to implement the WRIA 8 Plan and improve watershed health; and WHEREAS, the parties seek information on watershed conditions and salmon conservation and recovery needs to inform local decision-making bodies regarding actions in response to listings under the ESA; and WHEREAS, the parties have participated for 20 years in prioritizing and contributing resources and funds for implementing projects and programs to protect and restore salmon habitat and watershed health; and EXHIBIT A AGENDA ITEM #5. h) 2 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 WHEREAS, the parties wish to monitor and evaluate implementation of the WRIA 8 Plan through adaptive management; and WHEREAS, the parties wish to continue to identify, coordinate, and implement habitat, water quality, flood hazard reduction, and water quantity projects in the watersheds; and WHEREAS, the parties recognize climate change is likely to affect watershed ecosystem function and processes, and salmon habitat restoration actions are a proactive approach to making the watershed ecosystem more resilient to changing conditions, which supports watershed health for human communities and salmon populations; and WHEREAS, the parties have an interest in participating on the Puget Sound Salmon Recovery Council and other groups associated with Puget Sound recovery because of the contributions of the Lake Washington/Cedar/Sammamish Watershed to the overall health of Puget Sound and to collectively seek funding to implement the WRIA 8 Plan; and WHEREAS, the parties have an interest in participating on the Washington Salmon Coalition and other groups associated with the Salmon Recovery Funding Board to collectively seek funding to implement the WRIA 8 Plan; and WHEREAS, the parties have an interest in supporting implementation of the Puget Sound Partnership Action Agenda to restore the health of Puget Sound as it relates to salmon recovery and WRIA 8 priorities; and WHEREAS, the parties recognize the importance of efforts to protect and restore habitat for multiple species in WRIA 8, including Lake Sammamish kokanee, and will seek opportunities to partner and coordinate Chinook recovery efforts with these other efforts where there are overlapping priorities and benefits; and WHEREAS, the parties have an interest in achieving multiple benefits by integrating salmon recovery planning and actions with other regional efforts, including floodplain management, stormwater management, water quality improvement, etc.; and WHEREAS, the parties recognize that identification of watershed issues, and implementation of salmon conservation and recovery actions may be carried out more efficiently if done cooperatively than if carried out separately and independently; NOW, THEREFORE, in consideration of the mutual promises, benefits and covenants contained herein, the parties hereto do mutually covenant and agree as follows: AGENDA ITEM #5. h) 3 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 MUTUAL COVENANTS AND AGREEMENTS 1. DEFINITIONS. For purposes of this Agreement, the following terms shall have the meaning provided for below: 1.1. ELIGIBLE GOVERNMENTS: The governments eligible for participation in this Agreement as parties are state, local, and federally recognized Indian tribal governments, state and local agencies, and special purpose districts within WRIA 8 boundary. 1.2. WRIA 8 ILA Parties: The Parties to the WRIA 8 Interlocal Agreement (“Party” or “Parties”) are the Eligible Governments who sign this Agreement and are responsible for implementing this Agreement. The Parties to this ILA shall each designate a representative and alternate representative to the WRIA 8 Salmon Recovery Council. 1.3. WRIA 8 SALMON RECOVERY COUNCIL: The WRIA 8 Salmon Recovery Council created herein is the governing body responsible for implementing this Agreement and is comprised of Party representatives and Stakeholders . The WRIA 8 Salmon Recovery Council is a voluntary association of Eligible Governments located wholly or partially within the management area of WRIA 8. The WRIA 8 Salmon Recovery Council shall be responsible for making recommendations for implementing the WRIA 8 Plan to the Parties. 1.4. LAKE WASHINGTON/CEDAR/SAMMAMISH WATERSHED (WRIA 8) CHINOOK SALMON CONSERVATION PLAN: The WRIA 8 Chinook Salmon Conservation Plan (WRIA 8 Plan) as referred to herein is the three volume document, the 2017 update to the WRIA 8 Plan, and any subsequent updates adopted in accordance with the procedures provided for in Section 6 below, developed in partnership with Stakeholders and ratified by the Parties for the purposes of preserving, protecting, and restoring habitat with the intent to recover listed species, including sustainable, genetically diverse, harvestable populations of naturally spawning Chinook salmon. 1.4 MANAGEMENT COMMITTEE: Management Committee as referred to herein is chosen by Party representatives, according to the voting procedures in Section 5 herein, charged with certain oversight and administrative duties on behalf of the Parties as provided in Section 4.2. 1.5 SERVICE PROVIDER: Service Provider, as used herein, means that agency, government, consultant or other entity which supplies staffing or other resources to and for the WRIA 8 Salmon Recovery Council, in exchange for payment. The Service Provider may be a party to this Agreement. 1.6 FISCAL AGENT: The Fiscal Agent refers to that agency or government which performs all accounting services for the WRIA 8 Salmon Recovery Council, as it may require, in accordance with the requirements of Chapter 39.34 RCW. AGENDA ITEM #5. h) 4 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 1.7 STAKEHOLDERS: Stakeholders refers to those public and private entities within WRIA 8 who reflect the diverse interests integral for planning, implementation, and adaptive management of the WRIA 8 Plan. 2. PURPOSES. The purposes of this Agreement include the following: 2.1 To provide a mechanism and governance structure for the implementation and adaptive management of the WRIA 8 Plan. 2.2 To share the cost of the WRIA 8 Service Provider team to coordinate and provide the services necessary for the successful implementation and management of the WRIA 8 Plan. The maximum financial or resource obligation of any participating eligible jurisdiction under this Agreement shall be limited to its share of the cost of the Service Provider staff and associated operating costs. 2.3 To provide a mechanism for securing technical assistance and funding from state agencies or other sources. 2.4 To provide a mechanism for the implementation of other multiple benefit habitat, water quality and floodplain management projects with local, regional, state, federal and non- profit funds as may be contributed to or secured by the WRIA 8 Salmon Recovery Council. 2.5 To annually recommend WRIA 8 salmon recovery programs and projects for funding by the King County Flood Control District through the District’s Cooperative Watershed Management grant program. 2.6 To serve as the salmon recovery “Lead Entity” as designated by state law (Chapter 77.85 RCW) for WRIA 8. The Lead Entity is responsible for developing a salmon recovery strategy, working with project sponsors to develop projects, convening local technical and citizen committees to annually recommend WRIA 8 salmon habitat restoration and protection projects for funding by the State of Washington Salmon Recovery Funding Board, and representing WRIA 8 in Puget Sound region and statewide salmon recovery forums. 2.7 To provide a framework for cooperation and coordination among the parties on issues relating to the implementation of the WRIA 8 Plan and to meet the requirement or a commitment by any party to participate in WRIA-based or watershed basin planning in response to any state or federal law which may require such participation as a condition of any funding, permitting or other program of state or federal agencies, at the discretion of such party to this Agreement. 2.8 To develop and articulate WRIA-based positions on salmon habitat, conservation, and funding to state and federal legislators. 2.9 To provide for the ongoing participation of residents and other Stakeholders in salmon recovery and other watershed efforts and to ensure continued public outreach efforts to AGENDA ITEM #5. h) 5 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 educate and garner support for current and future watershed and ESA listed species response efforts in accordance with the WRIA 8 Plan. 2.10 To provide information for parties to use to inform land use planning, regulations, and outreach and education programs. 2.11 To provide a mechanism for on-going monitoring and adaptive management of the WRIA 8 Plan as defined in the Plan. It is not the purpose or intent of this Agreement to create, supplant, preempt, or supersede the authority or role of any individual jurisdiction or water quality policy bodies such as the Regional Water Quality Committee. 3. EFFECTIVE DATE AND TERM. This Agreement shall become effective on execution by at least nine (9) of the Eligible Governments representing at least seventy percent (70%) of the affected population, as authorized by each Parties’’ legislative body, and further provided that after such signatures this Agreement has been filed by King County and Snohomish County in accordance with the terms of RCW 39.34.040 and 200. Once effective, this Agreement shall remain in effect through December 31, 2035; provided, however, that this Agreement may be extended for such additional terms as the parties may agree to in writing, with such extension being effective upon its execution by at least nine (9) of the Eligible Governments representing at least seventy percent (70%) of the affected population of WRIA 8. 4. ORGANIZATION AND MEMBERSHIP. The parties hereby establish WRIA 8 Salmon Recovery Council to serve as the formal governance structure for carrying out the purposes of this Agreement in collaboration with Stakeholders. 4.1 Each Party shall appoint one (1) elected official and one (1) alternate to serve as its representative on the WRIA 8 Salmon Recovery Council. The alternate representative may be a different elected official or senior staff person. Party representatives shall be responsible for maintaining the Party’s status as an active party by attending WRIA 8 Salmon Recovery Council meetings. A Party representative’s position will be considered inactive on the third consecutive absence and shall not be included in calculating a quorum under Section 5.1. Stakeholders shall be appointed or removed by Party representatives using the voting provisions of Section 5.3 of this Agreement. 4.2 Upon the effective execution of this agreement and the appointment of representatives to the WRIA 8 Salmon Recovery Council, the WRIA 8 Salmon Recovery Council shall meet and choose from among the Party representatives, according to the voting provisions of Section 5, at least five (5) elected officials or their designees, to serve as a Management Committee to oversee and direct the scope of work, funds, and personnel agreed to and contributed under this Agreement, in accordance with the adopted annual budget, work program, and such other directions as may be provided by the WRIA 8 Salmon Recovery Council. Representatives of the Fiscal Agent and Service Provider AGENDA ITEM #5. h) 6 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 may serve as non-voting ex officio members of the Management Committee. The Management Committee shall act as an executive subcommittee of the WRIA 8 Salmon Recovery Council, responsible for oversight and evaluation of any Service Providers or consultants, administration of the budget and work program, and for providing recommendations on administrative matters to the WRIA 8 Salmon Recovery Council for action, consistent with the other subsections of this section. 4.3 The Service Provider to the WRIA 8 Salmon Recovery Council for the term of this agreement shall be King County Department of Natural Resources and Parks, unless the Parties, pursuant to the voting provisions of Section 5, choose another primary Service Provider. The Management Committee shall prepare a Memorandum of Understanding to be signed by an authorized representative of the Service Provider and an authorized representative of WRIA 8 Salmon Recovery Council, which shall set out the expectations for services to be provided. Services should include, without limitation, identification of, and job descriptions for, dedicated staff, description of any supervisory role retained by the Service Provider over any staff performing services under this Agreement, and a method of regular consultation between the Service Provider and the Management Committee concerning the performance of services hereunder. 4.3.1 The Management Committee shall make recommendations to the WRIA 8 Salmon Recovery Council for action, including decisions related to work program, staffing and service agreements, and budget and financial operations, annually for each year of this Agreement. All duties of the Management Committee shall be established by the WRIA 8 Salmon Recovery Council. 4.4 By October 1 of each year, the WRIA 8 Salmon Recovery Council shall develop and approve an annual budget, establishing the level of funding and total resource obligations of the Parties which are to be allocated on a proportional basis according to the average of the population, assessed valuation and area attributable to each Parties, in accordance with the formula set forth in Exhibit A, which formula shall be updated every third year by the WRIA 8 Salmon Recovery Council. Individual cost shares may change more frequently than every three years for Parties involved in an annexation that changes the area, population, and assessed value calculation of such party to the extent that the cost shares established by the formula set forth in Exhibit A would be changed by such annexation. For parties that are not county or city governments, the level of funding and resource obligation will be determined in communications with the Management Committee, which will develop a recommendation for review and approval by the WRIA 8 Salmon Recovery Council. 4.5 Party representatives of the WRIA 8 Salmon Recovery Council shall oversee and administer the expenditure of budgeted funds and allocate resources contributed by each AGENDA ITEM #5. h) 7 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Party or obtained from other sources in accordance with implementation and adaptive management of the WRIA 8 Plan during each year of this Agreement. 4.6 The WRIA 8 Salmon Recovery Council shall review and evaluate the duties to be assigned to the Management Committee hereunder and the performance of the Fiscal Agent and Service Provider to this Agreement and provide for whatever actions deemed appropriate and necessary to ensure that quality services are efficiently, effectively, and responsibly delivered in the performance of the purposes of this Agreement. The performance of the Service Provider and Fiscal Agent shall be assessed every two years starting in 2027. In evaluating the performance of any Service Provider, the WRIA 8 Salmon Recovery Council may retain an outside consultant to perform a professional assessment of the work and services so provided. 4.7 The WRIA 8 Salmon Recovery Council through the primary Service Provider may contract with similar watershed forum governing bodies or any other entities for any lawful purpose related hereto, including specific functions and tasks which are initiated and led by another party to this Agreement beyond the services provided by the primary Service Provider. The Parties may choose to create a separate legal or administrative entity under applicable state law, including without limitation a nonprofit corporation or general partnership, to accept private gifts, grants or financial contributions, or for any other lawful purposes. Nothing in this Agreement shall be construed as creating a separate legal or administrative entity. The Parties acknowledge neither the WRIA 8 Salmon Recovery Council nor the Management Committee is a separate legal entity. 4.8 The WRIA 8 Salmon Recovery Council shall adopt operating and voting procedures for its deliberations, but such procedures shall not affect the voting provisions contained in Section 5. The WRIA 8 Salmon Recovery Council shall also adopt other rules and procedures that are consistent with its purposes as stated herein and are necessary for its operation. 5. VOTING. The Parties on the WRIA 8 Salmon Recovery Council shall make decisions; approve scopes of work, budgets, priorities and any other actions necessary to carry out the purposes of this Agreement as follows: 5.1 Decisions shall be made using a consensus model as much as possible. Each Party agrees to use its best efforts and exercise good faith in consensus decision -making. Consensus may be reached by unanimous agreement of the Parties at the meeting, or by a majority recommendation agreed upon by the active Parties, as specified in Section 4.1, with a minority report. Any Party who does not accept a majority decision may request weighted voting as set forth below. No action or binding decision will be taken by the WRIA 8 Salmon Recovery Council without the presence of a quorum of active Parties. A quorum exists if a majority of the active Parties’ representatives are present AGENDA ITEM #5. h) 8 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 at the WRIA 8 Salmon Recovery Council meeting, provided that positions left vacant on the WRIA 8 Salmon Recovery Council by Parties shall not be included in calculating the quorum. 5.2 In the event consensus cannot be achieved, as determined by rules and procedures adopted by the WRIA 8 Salmon Recovery Council, the WRIA 8 Salmon Recovery Council shall take action on a dual-majority basis, as follows: 5.2.1 Each Party, through its appointed representative, may cast its weighted vote in connection with a proposed WRIA 8 Salmon Recovery Council action. 5.2.2 The weighted vote of each Party in relation to the weighted votes of each of the other WRIA 8 ILA Parties shall be determined by the percentage of the annual contribution by each Party set in accordance with Subsection 4.4 in the year in which the vote is taken. 5.2.3 For any action subject to weighted voting to be deemed approved, an affirmative vote must be cast by both a majority of the active Parties and by a majority of the weighted votes of the active Parties. A vote of abstention shall be recorded as a “no” vote. 5.3 The WRIA 8 Salmon Recovery Council may deem it appropriate to appoint to the WRIA 8 Salmon Recovery Council non-party Stakeholder. 5.3.1 Nomination of Stakeholder may be made by any Party representative to the WRIA 8 Salmon Recovery Council. Appointment to the WRIA 8 Salmon Recovery Council of a Stakeholder requires either consensus or a dual majority vote of the Parties as provided in Section 5.2. 5.3.2 Party representatives on the WRIA 8 Salmon Recovery Council may deem it appropriate to allow Stakeholders to vote on particular WRIA 8 Salmon Recovery Council decisions. The WRIA 8 Salmon Recovery Council may determine which issues are appropriate for non-party voting by either consensus or majority as provided in Section 5.1, except in the case where legislation requires non-party member votes. Stakeholders shall not cast a vote for decisions subject to voting under Section 5.2. 5.3.3 Decisions of the entire WRIA 8 Salmon Recovery Council shall be made using a consensus model as much as possible. Voting of the entire WRIA 8 Salmon Recovery Council will be determined by consensus or majority as provided in Section 5.1. 5.3.4 By accepting appointment to the WRIA 8 Salmon Recovery Council, Stakeholders agree to follow the operating and voting procedures established by Section 4.8 and shall not distribute any version or amendment to the WRIA 8 Plan which has not been ratified consistent with Section 6.5. AGENDA ITEM #5. h) 9 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 6. IMPLEMENTATION and ADAPTIVE MANAGEMENT OF THE WRIA 8 CHINOOK SALMON CONSERVATION PLAN. The WRIA 8 Plan shall be implemented consistent with the following: 6.1 The WRIA 8 Salmon Recovery Council shall provide information to the Parties regarding progress in achieving the goals and objectives of the WRIA 8 Plan. Recommendations of the WRIA 8 Salmon Recovery Council are to be consistent with the purposes of this Agreement. The WRIA 8 Salmon Recovery Council may authorize additional advisory bodies on priority topics such as subcommittees and work groups. 6.2 The WRIA 8 Salmon Recovery Council shall act to approve or remand any WRIA 8 Plan amendments prepared and recommended by the committees of the WRIA 8 Salmon Recovery Council within ninety (90) calendar days of receipt of the plan amendments, according to the voting procedures described in Section 5. In the event any amendments are not so approved, they shall be returned to the committees of the WRIA 8 Salmon Recovery Council for further consideration and amendment and thereafter returned to the WRIA 8 Salmon Recovery Council for decision. 6.3 After approval of the WRIA 8 Plan amendments by the WRIA 8 Salmon Recovery Council, the plan amendments shall be referred to the Parties for ratification prior to the submission to any federal or state agency for further action. Ratification means an affirmative action, evidenced by a resolution, motion, or ordinance of the jurisdiction’s legislative body, by at least nine (9) jurisdictions within WRIA 8 representing at least seventy per cent (70%) of the total population of WRIA 8. Upon ratification, the WRIA 8 Salmon Recovery Council shall transmit the updated WRIA 8 Plan to any state or federal agency as may be required for further action. 6.4 In the event that any state or federal agency to which the WRIA 8 Plan or amendments thereto are submitted shall remand the WRIA 8 Plan or amendments thereto for further consideration, the WRIA 8 Salmon Recovery Council shall conduct such further consideration and may refer the plan or amendments to the committees of the WRIA 8 Salmon Recovery Council for recommendation on amendments thereto. 6.5 The Parties agree that any amendments to the WRIA 8 Plan shall not be forwarded separately by any Party or Stakeholder to any regional, state, or federal agency unless the changes have been approved and ratified as provided herein. 7. OBLIGATIONS OF PARTIES; BUDGET; FISCAL AGENT; RULES. 7.1 Each Party shall be responsible for meeting its individual financial obligations hereunder as described in Section 2.2 and established in the annual budget adopted by the WRIA 8 Salmon Recovery Council under this Agreement and described in Section 4.4. AGENDA ITEM #5. h) 10 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 7.2 The maximum funding responsibilities imposed upon the Party during each year of this Agreement shall not exceed the amounts that are established annually pursuant to Section 4.4 herein. 7.3 No later than October 1 of each year of this Agreement, the WRIA 8 Salmon Recovery Council shall adopt a budget, including its overhead and administrative costs, for the following calendar year. The budget shall propose the level of funding and other responsibilities (e.g., staffing) of the individual Parties for the following calendar year and shall propose the levels of funding and resources to be allocated to specific prioritized planning and implementation activities within WRIA 8. The Parties shall thereafter take whatever separate legislative or other actions that may be necessary to timely address such individual responsibilities under the proposed budget and shall have done so no later than December 1 of each such year. 7.4 Funds collected from the Parties or other sources on behalf of the WRIA 8 Salmon Recovery Council shall be maintained in a special fund by King County as Fiscal Agent and as ex officio treasurer on behalf of the WRIA 8 Salmon Recovery Council pursuant to rules and procedures established and agreed to by the WRIA 8 Salmon Recovery Council. Such rules and procedures shall set out billing practices and collection procedures and any other procedures as may be necessary to provide for its efficient administration and operation. 7.5 Any Party to this Agreement may inspect and review all records maintained in connection with such fund at any reasonable time. 8. LATECOMERS. Any Eligible Government may become a Party only with the written consent of all the Parties. The provisions of Section 5 otherwise governing decisions of the WRIA 8 Salmon Recovery Council shall not apply to this section. The WRIA 8 Salmon Recovery Council and the Eligible Government seeking to become a party shall jointly determine the terms and conditions under which the Eligible Government may become a Party. The terms and conditions shall include payment of an amount by the new Party to the Fiscal Agent. The amount of payment is determined jointly by the WRIA 8 Salmon Recovery Council and the new Party. The payment of the new Party is to be a fair and proportionate share of all costs associated with activities undertaken by the WRIA 8 Salmon Recovery Council and the Parties on its behalf as of the date the Eligible Government becomes a Party. Any Eligible Government that becomes a Party pursuant to this section shall thereby assume the general rights and responsibilities of all other Parties to this Agreement. 9. TERMINATION. 9.1 Termination can only occur on an annual basis, beginning on January 1 of each calendar year, and then only if the terminating Party, through action of its governing body, provides at least sixty (60) days’ prior written notice of its intent to terminate. The AGENDA ITEM #5. h) 11 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 terminating Party shall remain fully responsible for meeting all of its funding and other obligations through the end of the calendar year in which such notice is given, together with any other costs that may have been incurred on behalf of such terminating Party up to the effective date of such termination. It is possible that the makeup of the Parties to this Agreement may change from time to time. Regardless of any such changes, the Parties choosing not to exercise the right of termination shall each re main obligated to meet their respective share of the obligations of the WRIA 8 Salmon Recovery Council as reflected in the annual budget. The shares of any terminating Party shall not be the obligation of any of the Parties not choosing to exercise the right of termination. 9.2 This Agreement may be terminated at any time by the written agreement of all Parties. In the event this Agreement is terminated all unexpended funds shall be refunded to the parties pro rata based on each Party’s cost share percentage of the total budgeted funds and any real or personal property acquired to carry out the purposes of this Agreement shall be returned to the contributing party if such Party can be identified, and if the party cannot be identified, the property shall be disposed of and the proceeds distributed pro rata as described above for unexpended funds. 10. PROPERTY: The Parties do not contemplate a need to acquire or hold property to facilitate the purpose of this agreement. To the extent property is acquired on behalf of the WRIA 8 Salmon Recovery Council, the ownership of said property shall be retained by the purchasing Party and said property will be returned to the purchasing Party upon termination of the agreement and/or the purchasing Party’s participation in the agreement. 11. HOLD HARMLESS AND INDEMNIFICATION. To the extent permitted by federal law as governing to tribes and state law as to all other Parties, and for the limited purposes set forth in this agreement, each Party shall protect, defend, hold harmless and indemnify the other Parties, their officers, elected officials, agents and employees, while acting within the scope of their employment as such, from and against any and all claims (including demands, suits, penalties, liabilities, damages, costs, expenses, or losses of any kind or nature whatsoever) arising out of or in any way resulting from such Party’s own negligent acts or omissions related to such Party’s participation and obligations under this Agreement. Each Party’s agrees that its obligations under this subsection extend to any claim, demand, and/or cause of action brought by or on behalf of any of its employees or agents. For this purpose, each Party, by mutual negotiation, hereby waives, with respect to the other Parties only, any immunity that would otherwise be available against such claims under the industrial insurance act provisions of Title 51 RCW. The provisions of this section shall survive and continue to be applicable to parties exercising the right of termination pursuant to Section 9. 12. NO ASSUMPTION OF LIABILITY. In no event do the Parties to this Agreement intend to assume any responsibility, risk or liability of any other Party to this Agreement or otherwise with AGENDA ITEM #5. h) 12 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 regard to any Party’s duties, responsibilities or liabilities under the Endangered Species Act, or any other act, statute or regulation of any local municipality or government, the State of Washington or the United States. 13. VOLUNTARY AGREEMENT. This agreement is voluntary and it is acknowledged and agreed that, in entering into this Agreement, no Party is committing to adopt or implement any actions or recommendations that may be contained in the WRIA 8 Plan pursuant to this Agreement. 14. NO PRECLUSION OF ACTIVITIES OR PROJECTS. Nothing herein shall preclude any one or more of the Parties to this Agreement from choosing or agreeing to fund or implement any work, activities or projects associated with any of the purposes hereunder by separate agreement or action, provided that any such decision or agreement shall not impose any funding, part icipation or other obligation of any kind on any party to this Agreement which is not a Party to such decision or agreement. 15. NO THIRD PARTY RIGHTS. Nothing contained in this Agreement is intended to, nor shall it be construed to, create any rights in any third party, including without limitation the non-party members, National Marine Fisheries Service, United States Fish and Wildlife Service, any agency or department of the United States, or the State of Washington, or to form the basis for any liability on the part of the WRIA 8 Salmon Recovery Council or any of the Parties, or their officers, elected officials, agents and employees, to any third party. 16. AMENDMENTS. This Agreement may be amended, altered, or clarified only by the unanimous consent of the Parties to this Agreement, represented by affirmative action by each Party’s legislative body. 17. COUNTERPARTS. This Agreement may be executed in counterparts. 18. APPROVAL BY PARTIES' GOVERNING BODIES. The governing body of each Party must approve this Agreement before any representative of such Party may sign this Agreement. 19. FILING OF AGREEMENT. This Agreement shall be filed by King County and Snohomish County in accordance with the provisions of RCW 39.34.040 and .200 and with the terms of Section 3 herein. 20. PREVIOUS INTERLOCAL. This Agreement shall repeal and replace the Parties’ previous interlocal agreement, which was expected to terminate on December 31, 202 5, and was adopted on or about July 16, 2015. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the dates indicated below: AGENDA ITEM #5. h) 13 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: TOWN OF BEAUX ARTS VILLAGE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 14 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF BELLEVUE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 15 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF BOTHELL: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 16 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF CLYDE HILL: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 17 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF EDMONDS: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 18 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF EVERETT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 19 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: TOWN OF HUNTS POINT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 20 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF ISSAQUAH: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 21 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF KENMORE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 22 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF KENT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 23 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: KING COUNTY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 24 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF KIRKLAND: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 25 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF LAKE FOREST PARK: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 26 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MAPLE VALLEY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 27 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MEDINA: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 28 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MERCER ISLAND: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 29 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MILL CREEK: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 30 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MOUNTLAKE TERRACE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 31 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF MUKILTEO: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 32 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF NEWCASTLE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 33 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF REDMOND: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 34 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF RENTON: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 35 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF SAMMAMISH: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 36 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF SEATTLE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 37 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF SHORELINE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 38 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: SNOHOMISH COUNTY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 39 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: CITY OF WOODINVILLE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 40 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: TOWN OF WOODWAY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) 41 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025 Approved as to form: TOWN OF YARROW POINT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) Exhibit A - WRIA 8 Interlocal Agreement Regional Watershed Salmon Recovery Funding WRIA 8 Jurisdiction Population (Pop)Assessed Value (AV)Area (Sq. Mi.) WRIA 8 Jurisdiction Beaux Arts 315 0.02%$285,891,000 0.04%0.08 0.02%0.03%$193 Beaux Arts 0.02%$177 Bellevue 154,600 8.91%$96,339,979,101 13.67%33.53 7.12%9.90%$75,283 Bellevue 9.75%$71,532 Bothell 49,550 2.85%$17,957,876,264 2.55%13.67 2.90%2.77%$21,054 Bothell 2.70%$19,849 Clyde Hill 3,115 0.18%$4,389,953,700 0.62%1.06 0.22%0.34%$2,603 Clyde Hill 0.32%$2,363 Edmonds 43,370 2.50%$16,549,900,400 2.35%8.97 1.91%2.25%$17,118 Edmonds 2.22%$16,318 Everett 33,485 1.93%$6,381,442,800 0.91%5.20 1.11%1.31%$9,986 Everett 1.31%$9,604 Hunts Point 460 0.03%$1,783,212,000 0.25%0.29 0.06%0.11%$866 Hunts Point 0.10%$749 Issaquah 41,290 2.38%$17,493,815,787 2.48%12.11 2.57%2.48%$18,843 Issaquah 2.40%$17,596 Kenmore 24,230 1.40%$7,459,653,182 1.06%6.15 1.31%1.25%$9,533 Kenmore 1.24%$9,099 Kent 0 0.00%$12,761,000 0.00%0.45 0.10%0.03%$246 Kent 0.03%$234 King County (Uninc.)102,707 5.92%$35,458,579,530 5.03%163.04 34.65%15.20%$115,568 King County (Uninc.)15.14%$111,131 Kirkland 96,920 5.58%$45,311,849,550 6.43%17.84 3.79%5.27%$40,057 Kirkland 5.08%$37,263 Lake Forest Park 13,660 0.79%$4,237,895,040 0.60%3.51 0.75%0.71%$5,409 Lake Forest Park 0.72%$5,305 Maple Valley 5,022 0.29%$1,155,422,680 0.16%0.94 0.20%0.22%$1,654 Maple Valley 0.19%$1,379 Medina 2,925 0.17%$6,866,863,700 0.97%1.41 0.30%0.48%$3,657 Medina 0.45%$3,308 Mercer Island 25,800 1.49%$21,056,678,532 2.99%6.30 1.34%1.94%$14,732 Mercer Island 1.89%$13,849 Mill Creek 21,630 1.25%$6,848,308,200 0.97%4.68 0.99%1.07%$8,143 Mill Creek 1.03%$7,590 Mountlake Terrace 23,810 1.37%$5,911,042,400 0.84%4.16 0.88%1.03%$7,844 Mountlake Terrace 0.98%$7,158 Mukilteo 21,221 1.22%$7,572,645,200 1.07%5.99 1.27%1.19%$9,046 Mukilteo 1.19%$8,707 Newcastle 13,610 0.78%$5,376,208,083 0.76%4.46 0.95%0.83%$6,324 Newcastle 0.81%$5,922 Redmond 77,490 4.46%$36,605,924,250 5.19%16.56 3.52%4.39%$33,399 Redmond 4.14%$30,393 Renton 70,904 4.08%$18,024,891,468 2.56%14.01 2.98%3.21%$24,382 Renton 3.21%$23,547 Sammamish 61,452 3.54%$26,240,200,285 3.72%19.09 4.06%3.77%$28,694 Sammamish 3.60%$26,414 Seattle 556,865 32.08%$233,153,890,428 33.09%53.00 11.26%25.48%$193,716 Seattle 27.07%$198,707 Shoreline 61,120 3.52%$16,722,153,900 2.37%11.58 2.46%2.79%$21,179 Shoreline 2.78%$20,370 Sno. Co. (Uninc.)213,926 12.32%$55,882,188,800 7.93%55.38 11.77%10.67%$81,163 Snoh. Co. (Uninc.)10.42%$76,445 Woodinville 13,830 0.80%$6,429,716,438 0.91%5.66 1.20%0.97%$7,379 Woodinville 0.93%$6,810 Woodway 1,340 0.08%$1,112,962,100 0.16%1.09 0.23%0.16%$1,186 Woodway 0.16%$1,152 Yarrow Point 1,135 0.07%$2,075,804,200 0.29%0.36 0.08%0.15%$1,108 Yarrow Point 0.13%$974 Totals 1,735,781 100.0%$704,697,710,018 100.0%470.56 100.0%100.0%$760,366 100.00%$733,944 2025 TOTAL $760,366 Population: • Population estimates are based on 2023 OFM April 1st Estimates and 2023 OFM Small Area Estimate Program (SAEP) data for census blocks. • The portion of Kent in WRIA 8 is solely the Kent Watershed and has no population allocated to it. *Assessed Value & Area: King County: Assessed value is based on King County Assessor’s data February 2021, land + improvements value Assessed value and area (sq. miles) excludes the Upper Cedar River subwatershed. • Jurisdictions entirely within a WRIA are assigned the 2023 OFM April 1st Estimate directly. Jurisdictions that straddle WRIA boundaries are assigned the percent share of the 2023 OFM April 1st Estimate based on a geographic allocation of census blocks across WRIA boundaries, accounting for water areas and public land where people are unlikely to live. 2024 Cost Share Note: This method was tested against the 2021 ILA Cost Share tables using 2020 OFM data and was determined to be highly comparable for estimating population breakdowns. As OFM releases data every year, and the data spans both King and Snohomish Counties, this is a consistent and repeatable analysis across the entire study area. Final ILA Partner Cost Share for 2025 Budget WRIA Based Cost-share: WRIA 8 2025 Snohomish County: Assessed value is based on Snohomish County Assessor’s data March 2021, for market land value + market improvements value Approved by WRIA 8 Salmon Recovery Council on September 19, 2024 2025 Cost Share (reflects 3.60% CPI-W estimate) (Average of Pop, AV, Area) Previous Cost Share % (2022-2024) WRIA 8_ILACostShare_2025_FINAL AG E N D A I T E M # 5 . h ) DATE: July 10, 2025 TO: Jason A. Seth, City Clerk FROM: Cheryl L. Beyer, Senior Assistant City Attorney SUBJECT: Legal Approval of Resolution Authorizing an Interlocal Agreement for WRIA 9. The above-mentioned legislation is approved as to legal form. Cheryl L. Beyer Senior Assistant City Attorney CLB: mhc Cc: Joe Farah, Surface Water Engineering Manager AGENDA ITEM #5. h) CITY OF RENTON, WASHINGTON RESOLUTION NO. A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING THE MAYOR AND CITY CLERK TO ENTER INTO AN INTERLOCAL AGREEMENT WITH KING COUNTY AND THE CITIES OF ALGONA, AUBURN, BLACK DIAMOND, BURIEN, COVINGTON, DES MOINES, ENUMCLAW, FEDERAL WAY, KENT, MAPLE VALLEY, NORMANDY PARK, SEATAC, SEATTLE, TACOMA AND TUKWILA, REGARDING THE GREEN RIVER, DUWAMISH RIVER AND CENTRAL PUGET SOUND WATERSHEDS WITHIN THE GEOGRAPHICAL PLANNING AREA OF WATER RESOURCE INVENTORY 9. WHEREAS, Renton, as well as King County and the cities of Algona, Auburn, Black Diamond, Burien, Covington, Des Moines, Enumclaw, Federal Way, Kent, Maple Valley, Normandy Park, Seatac, Seattle, Tacoma and Tukwila (collectively referred to as the “Parties”), are authorized, pursuant to RCW Chapter 39.34, the Interlocal Cooperation Act, to enter into an interlocal government cooperative agreement; and WHEREAS, the Parties entering into this agreement are all located in King County or Pierce County, lying wholly or partially within or having a major interest in the Green River, Duwamish River, and Central Puget Sound Watersheds and within the planning and management area of Watershed Resource Inventory Area 9, which includes portions of WRIA 8, 10, and 15, (“WRIA 9”); and WHEREAS, the Parties share interests in and responsibility for addressing long-term watershed planning and conservation of the aquatic ecosystems and floodplains of the Green River, Duwamish River, and Central Puget Sound Watersheds and wish to collectively provide for planning, funding and implementation of various activities and projects therein; and WHEREAS, the parties recognize their participation in this Agreement demonstrates their commitment to proactively working to address the ESA listing of Puget Sound Chinook salmon; AGENDA ITEM #5. h) RESOLUTION NO. 2 and WHEREAS, the Parties have participated in an Interlocal Agreement for the years 2001- 2005 to develop “Making Our Watershed Fit for a King” as approved in 2005 and updated in 2021 (“Salmon Habitat Plan”), contributed to the federally-approved Puget Sound Salmon Recovery Plan, and desire to continue providing efficient participation in the implementation of such plans; and WHEREAS, the Parties took formal action in 2005/2006 and 2021/2022 to ratify the Salmon Habitat Plan and Salmon Habitat Plan Update, and WHEREAS, the Parties have participated in an Interlocal Agreement for the years 2001- 2005, 2007-2015, and 2016-2025 in implementing the Salmon Habitat Plan; and WHEREAS, the Parties have demonstrated in the Salmon Habitat Plan that watershed ecosystem services are worth billions of dollars of value to local people in terms of stormwater management, pollution treatment, recreational value, and other expensive and difficult to replace services; and WHEREAS, the Parties seek information on watershed conditions and salmon conservation and recovery needs to inform local decision-making bodies regarding actions in response to listings under the Endangered Species Act (“ESA”); and WHEREAS, the Parties have prioritized and contributed resources and funds for implementing projects and programs to protect and restore habitat; and WHEREAS, the Parties wish to monitor and evaluate implementation of the Salmon Habitat Plan through adaptive management; and WHEREAS, the Parties wish to continue to use adaptive management for identifying, coordinating and implementing basin plans and water quality, flood hazard reduction, water AGENDA ITEM #5. h) RESOLUTION NO. 3 quantity, and habitat projects in the watersheds; and WHEREAS, the Parties have a strong interest in participating on the Puget Sound Salmon Recovery Council because of the contributions of the Green River, Duwamish River, and Central Puget Sound Watersheds to the overall health of Puget Sound; and WHEREAS, the Parties have a strong interest in participating on the Washington Salmon Coalition and other groups associated with the Salmon Recovery Funding Board to collectively seek funding to implement the Salmon Habitat Plan; and WHEREAS, the Parties have a strong interest to implement the Puget Sound Partnership Action Agenda to restore the Puget Sound; and WHEREAS, the Parties have a strong interest in participating on the Puget Sound Salmon Recovery Council and other entities associated with Puget Sound salmon recovery and Puget Sound South Central Action Area Caucus Group to collectively seek funding to implement the Salmon Habitat Plan; and WHEREAS, the Parties have a strong interest to achieve multiple benefits by integrating salmon recovery planning and actions; and WHEREAS, the Parties recognize that identification of watershed issues, and implementation of salmon conservation and recovery actions may be carried out more efficiently if done cooperatively than if carried out separately and independently; and WHEREAS, individual Parties are taking separate and independent actions to improve the health of the Green River, Duwamish River, and the Central Puget Sound Watersheds and the overall health of Puget Sound; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, RESOLVES AS FOLLOWS: AGENDA ITEM #5. h) RESOLUTION NO. 4 SECTION I. The above recitals are found to be true and correct in all respects. SECTION II. The Mayor and City Clerk are authorized to enter into an interlocal agreement with the Parties entitled Interlocal Agreement for Chinook Salmon Conservation Planning for the Watershed Basins within Water Resource Inventory 9, attached hereto as Exhibit A and incorporated by this reference. 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:25RES018: 7.10.2025 AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 1 INTERLOCAL AGREEMENT For the Green River, Duwamish River, and Central Puget Sound Watersheds within the geographic planning area of Water Resource Inventory Area 9 (which includes portions of Water Resource Inventory Areas 8, 10, and 15) PREAMBLE THIS AGREEMENT ("Agreement") is entered into pursuant to Chapter 39.34 RCW by and among the eligible county and city governments signing this Agreement that are located in King County or Pierce County, lying wholly or partially within or having a major interest in the Green River, Duwamish River, and Central Puget Sound Watersheds and within the planning and management area of Watershed Resource Inventory Area 9, which includes portions of WRIA 8, 10, and 15, (“WRIA 9”) all political subdivisions of the State of Washington (individually, for those signing this agreement, “Party”, and collectively “Parties”); WHEREAS, the planning and management area of WRIA 9 includes all of the area recognized by the State of Washington as WRIA 9 and portions of WRIA 8, 10, and 15; WHEREAS, the Parties share interests in and responsibility for addressing long-term watershed planning and conservation of the aquatic ecosystems and floodplains of the Green River, Duwamish River, and Central Puget Sound Watersheds and wish to collectively provide for planning, funding and implementation of various activities and projects therein; and WHEREAS, the parties recognize their participation in this Agreement demonstrates their commitment to proactively working to address the ESA listing of Puget Sound Chinook salmon; and WHEREAS, the Parties have participated in an Interlocal Agreement for the years 2001-2005 to develop “Making Our Watershed Fit for a King” as approved in 2005 and updated in 2021 (“Salmon Habitat Plan”), contributed to the federally-approved Puget Sound Salmon Recovery Plan, and desire to continue providing efficient participation in the implementation of such plans; and WHEREAS, the Parties took formal action in 2005/2006 and 2021/2022 to ratify the Salmon Habitat Plan and Salmon Habitat Plan Update, and WHEREAS, the Parties have participated in an Interlocal Agreement for the years 2001-2005, 2007-2015, and 2016-2025 in implementing the Salmon Habitat Plan; and WHEREAS, the Parties have demonstrated in the Salmon Habitat Plan that watershed ecosystem services are worth billions of dollars of value to local people in terms of stormwater management, pollution treatment, recreational value, and other expensive and difficult to replace services; and WHEREAS, the Parties seek information on watershed conditions and salmon conservation and recovery needs to inform local decision-making bodies regarding actions in response to listings under the Endangered Species Act (“ESA”); and WHEREAS, the Parties have prioritized and contributed resources and funds for implementing projects and programs to protect and restore habitat; and WHEREAS, the Parties wish to monitor and evaluate implementation of the Salmon Habitat Plan through adaptive management; and Exhibit A AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 2 WHEREAS, the Parties wish to continue to use adaptive management for identifying, coordinating and implementing basin plans and water quality, flood hazard reduction, water quantity, and habitat projects in the watersheds; and WHEREAS, the Parties have a strong interest in participating on the Puget Sound Salmon Recovery Council because of the contributions of the Green River, Duwamish River, and Central Puget Sound Watersheds to the overall health of Puget Sound; and WHEREAS, the Parties have a strong interest in participating on the Washington Salmon Coalition and other groups associated with the Salmon Recovery Funding Board to collectively seek funding to implement the Salmon Habitat Plan; and WHEREAS, the Parties have a strong interest to implement the Puget Sound Partnership Action Agenda to restore the Puget Sound; and WHEREAS, the Parties have a strong interest in participating on the Puget Sound Salmon Recovery Council and other entities associated with Puget Sound salmon recovery and Puget Sound South Central Action Area Caucus Group to collectively seek funding to implement the Salmon Habitat Plan; and WHEREAS, the Parties have a strong interest to achieve multiple benefits by integrating salmon recovery planning and actions; and WHEREAS, the Parties recognize that identification of watershed issues, and implementation of salmon conservation and recovery actions may be carried out more efficiently if done cooperatively than if carried out separately and independently; and WHEREAS, individual Parties are taking separate and independent actions to improve the health of the Green River, Duwamish River, and the Central Puget Sound Watersheds and the overall health of Puget Sound; NOW, THEREFORE, the Parties hereto do mutually covenant and agree as follows: MUTUAL CONVENANTS AND AGREEMENTS 1. DEFINITIONS. For purposes of this Agreement, the following terms shall have the meaning provided for below: 1.1 ELIGIBLE GOVERNMENTS: The entities eligible for participation in this Agreement as parties are state, local, and tribal governments, state and local agencies, and special purpose districts within WRIA 9 including: King County, and the Cities of Algona, Auburn, Black Diamond, Burien, Covington, Des Moines, Enumclaw, Federal Way, Kent, Maple Valley, Normandy Park, Renton, SeaTac, Seattle, Tacoma, Tukwila, and any other interested public agencies and tribes that lie fully or partially within the boundaries of WRIA 9. 1.2 WRIA 9 ILA PARTIES: The Parties to the WRIA 9 Interlocal Agreement (“Party” or “Parties”) are the Parties who sign this Agreement and are the Parties responsible for implementing this Agreement. The Parties to this ILA shall each designate a representative and alternate representative to the WRIA 9 Watershed Ecosystem Forum. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 3 1.3 WRIA 9 WATERSHED ECOSYSTEM FORUM: The WRIA 9 Watershed Ecosystem Forum referred to herein is the cooperative body comprised of the designated representatives of the Parties and a balance of Stakeholders. The WRIA 9 Watershed Ecosystem Forum shall be an advisory body responsible for making recommendations for implementing the Salmon Habitat Plan including substantive plan amendments recommended as a result of adaptive management or other changed conditions. 1.4 GREEN/DUWAMISH AND CENTRAL PUGET SOUND WATERSHED WATER RESOURCE INVENTORY AREA 9 SALMON HABITAT PLAN: The Green/Duwamish and Central Puget Sound Watershed Water Resource Inventory Area 9 Salmon Habitat Plan (Salmon Habitat Plan) is the plan developed by the WRIA 9 Watershed Ecosystem Forum and ratified by all Parties for its development and implementation. The Salmon Habitat Plan recommends actions that should be taken to protect and restore salmon habitat, using an ecosystem approach, in the Green/Duwamish and Central Puget Sound Watersheds. The Salmon Habitat Plan may be amended from time to time according to the procedure in Section 6 herein and approved amendments shall be considered integral parts of the Salmon Habitat Plan. Efforts under the Salmon Habitat Plan are intended to complement habitat improvements in other parts of Puget Sound and hatchery and harvest actions to recover Puget Sound Chinook salmon, steelhead, and bull trout, and when implemented achieve multiple ecosystem benefits. The Salmon Habitat Plan constitutes a chapter of the Puget Sound Salmon Recovery Plan. 1.5 MANAGEMENT COMMITTEE: The Management Committee as referred to herein consists of seven (7) elected officials or their designees. The seven officials of the Management Committee are chosen by the Parties, according to the voting procedures in Section 5 herein, charged with certain oversight and administrative duties on the Parties’ behalf. 1.6 SERVICE PROVIDER: The Service Provider, as used herein, means that agency, government, consultant, or other entity which supplies staffing or other resources to and for the Parties, in exchange for payment. The Service Provider may be a Party to this Agreement. 1.7 FISCAL AGENT: The Fiscal Agent refers to that agency or government which performs all accounting services for the WRIA 9 ILA Parties as it may require, in accordance with the requirements of Chapter 39.34 RCW. 1.8 STAKEHOLDERS: Stakeholders refers to those public and private entities within WRIA 9 who reflect the diverse interests integral to implementing the Salmon Habitat Plan, and may include but is not limited to environmental and business interests. 2. PURPOSES. The purposes of this Agreement include the following: 2.1 To provide a funding mechanism and governance structure for jointly implementing and adaptively managing the Salmon Habitat Plan. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 4 2.2 To serve as the salmon recovery “Lead Entity” as designated by state law (Chapter 77.85 RCW) for WRIA 9, The Lead Entity is responsible for developing a salmon recovery strategy, working with project sponsors to develop projects, convening local stakeholders to annually recommend WRIA 9 salmon habitat restoration and protection projects for funding by the State of Washington Salmon Recovery Funding Board, and representing WRIA 9 in the Puget Sound region and state wide salmon recovery forums. 2.3 To annually recommend WRIA 9 administrative support, projects, and programs for funding by the King County Flood Control District through the District’s Cooperative Watershed Management grant program. 2.4 To provide information for Parties to inform land use planning, regulations, environmental programs, education, and enforcement of applicable codes. 2.5 To develop and articulate WRIA-based positions on policies, legislation, and project proposals that may impact implementation of the Salmon Habitat Plan. 2.6 To provide a mechanism for cooperative review and implementation of recommended policies and regulations needed for response to listings under the Endangered Species Act. 2.7 To provide a venue for the ongoing participation of community members and other stakeholders to ensure continued public outreach efforts to educate and garner support for current and future watershed and Endangered Species Act response efforts . 2.8 To provide a mechanism for securing technical assistance and any available funding from federal, state, and other sources to implement the Salmon Habitat Plan. 2.9 To provide a mechanism for implementing other multiple benefit habitat, stormwater, surface and groundwater quality, water quantity, floodplain management, and flood hazard reduction projects with other local, regional, tribal, state, federal and non-profit funds as may be contributed to or secured by the Parties and/or Watershed Ecosystem Forum. 2.10 To periodically recommend projects for implementation of planning, engineering, permitting and construction tasks for the Green/Duwamish Ecosystem Restoration Project in partnership with the U.S. Army Corps of Engineers. 2.11 To provide a framework for cooperating and coordinating among the Parties on issues relating to WRIA 9 to meet the requirement of a commitment by any Party to participate in WRIA 9 planning and implementation, to prepare or implement a basin plan, or to respond to any state or federal law which may require these actions as a condition of any funding, permitting or other program of state or federal agencies. Participation is at the discretion of such Party to this Agreement. It is not the purpose or intent of this Agreement to create, supplant, preempt or supersede the authority or role of any jurisdiction, governmental entity or water quality policy bodies including the Regional Water Quality Committee. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 5 3. EFFECTIVE DATE AND TERM. This Agreement shall become effective upon its execution by at least five (5) of the Eligible Governments representing at least seventy percent (70%) of the affected population within the geographic area of WRIA 9, as authorized by the legislative body of each Party, and further provided that after such signatures this Agreement has been filed by King County in accordance with the terms of RCW 39.34.040 and .200. Once effective, this Agreement shall remain in effect for an initial term of ten (10) years; provided, however, that this Agreement may be extended for such additional terms as the Parties may agree to in writing with such extension being effective upon its execution by at least five (5) of the Eligible Governments representing at least seventy percent (70%) of the affected population within the geographic area of WRIA 9, as authorized by the legislative body of each local government, and further provided that after such signatures this Agreement has been filed by King County in accordance with the terms of RCW 39.34.040 and .200. Such extension shall bind only those Parties executing the extension. 4. ORGANIZATION AND MEMBERSHIP. The Parties serve as the formal governance structure for carrying out the purposes of this Agreement. 4.1 Each Party except Tacoma shall appoint one (1) elected official to serve as its primary representative, and one (1) alternate representative to serve on the WRIA 9 Watershed Ecosystem Forum. The alternate representative may be a different elected official or senior staff person. Tacoma’s representative shall be the Tacoma Water Superintendent or designee, which designee shall be a senior staff position. Party representatives shall be responsible for maintaining the Party’s status as an active party by attending WRIA 9 Watershed Ecosystem Forum meetings. A Party representative’s position will be considered vacant on the third consecutive absence and shall not be included in calculating a quorum under Section 5. 4.2 Upon the effective execution of this Agreement and the appointment of representatives to the WRIA 9 Watershed Ecosystem Forum, the appointed representatives of the Parties shall meet and choose from among its members, according to the provisions of Section 5 herein, seven (7) officials or their designees, to serve as a Management Committee to oversee and direct the scope of work, funds, and personnel agreed to and contributed under this Agreement, in accordance with the adopted annual budget and work program and such other directions as may be provided by the Parties. Representatives of the Fiscal Agent and Service Provider may serve as non-voting ex officio members of the Management Committee. The Management Committee shall act as the executive subcommittee of the Parties, responsible for oversight and evaluation of any Service Providers or consultants, administration of the budget and work plan, and for providing recommendations on administrative matters to the Parties for action, consistent with other subsections of this section. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 6 4.3 The services cost-shared under this agreement shall be provided to the Parties and the Watershed Ecosystem Forum by the Service Provider, which shall be King County Department of Natural Resources and Parks, unless selected otherwise by the Parties, pursuant to the voting provisions of Section 5. The Management Committee shall prepare a Memorandum of Understanding to be signed by a representative of the Service Provider, and the Chair of the Management Committee, and this Memorandum of Understanding shall set out the expectations for services so provided. Services should include, without limitation, identification of and job descriptions for dedicated staff, description of any supervisory role retained by the Service Provider over any staff performing services under this Agreement, and a method of regular consultation between the Service Provider and the Management Committee concerning the performance of services hereunder. 4.3.1 A subset of the Parties, at such subset’s sole cost, may purchase and cost share services from the Service Provider in addition to the annual cost-shared services agreed to by all Parties pursuant to Section 4.3 herein. 4.3.2 The Management Committee shall prepare a Memorandum of Understanding to be signed by a representative of the Service Provider, the subset of Parties requesting additional services pursuant to Section 4.3.1, and the Chair of the Management Committee, which shall set out the expectations for the additional services to be provided to the subset of the Parties. 4.4 The Parties by October 1 of each year shall establish and approve an annual budget and work plan that provides for the level of funding and total resource obligations of the Parties for the following calendar year. Such obligations are to be allocated on a proportional basis based on the average of the population, assessed valuation and area attributable to each Party, in accordance with the formula set forth in Exhibit A, which formula and accompanying data shall be updated every third year by the Management Committee. Individual cost shares may change more frequently than every three years for Parties involved in an annexation that changes the area, population, and assessed value calculation of such Party to the extent that the cost shares established by the formula set forth in Exhibit A would be changed by such annexation. Tacoma’s cost share will be determined on an annual basis by the Management Committee, and will be included in the annual updates to Exhibit A. The weight accorded Tacoma’s vote for weighted voting pursuant to Section 5 herein shall correspond to Tacoma’s cost share for each year relative to the cost shares contributed by the other Parties. 4.4.1 The level of funding, total resource obligations, and allocation of obligations for those members of the Parties that agree to cost share additional services pursuant to Subsection 4.3.1 herein shall be negotiated and determined by those Parties purchasing the additional services. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 7 4.5 The Parties shall incorporate the negotiated additional cost share and incorporate the services in the annual budget and work plan. The Parties shall oversee and administer the expenditure of budgeted funds and shall allocate the utilization of resources contributed by each Party or obtained from other sources in accordance with the approved annual work program. 4.6 The Parties shall review and evaluate the duties to be assigned to the Management Committee hereunder and the performance of the Fiscal Agent and Service Provider to this Agreement, and shall provide for whatever actions are necessary to ensure that quality services are efficiently, effectively and responsibly delivered in the performance of the purposes of this Agreement. The performance of the Service Provider shall be assessed every year. 4.7 The Parties may contract with similar watershed forum governing bodies such as the Puget Sound Partnership or any other entities for any lawful purpose related to the purposes provided for in this Agreement. The Parties may choose to create a separate legal or administrative entity under applicable state law, including without limitation a nonprofit corporation or general partnership, to accept private gifts, grants or financial contributions, or for any other lawful purpose consistent with the purposes provided for herein. 4.8 The Parties shall adopt other rules and procedures that are consistent with its purposes as stated herein and are necessary for its operation. 5. VOTING. The Parties shall make decisions, approve scopes of work, budgets, priorities, and any other actions necessary to carry out the purposes of this Agreement as follows: 5.1 Decisions shall be made using a consensus model as much as possible. Each Party agrees to use its best efforts and exercise good faith in consensus decision-making. Consensus may be reached by unanimous agreement of the Parties. If unanimous agreement of Parties cannot be reached then the Parties to this agreement may reach consensus by a majority recommendation with a minority report. Any Party who does not accept a majority decision may request weighted voting as set forth below. 5.1.1 No action or binding decision will be taken by the Watershed Ecosystem Forum without the presence of a quorum of active Parties, as specified in Section 4.1. A quorum exists if a majority of the active Parties’ representatives are present at the Watershed Ecosystem Forum meeting, provided that positions left inactive on the Watershed Ecosystem Forum by Parties shall not be included in calculating the quorum. 5.2 In the event consensus cannot be achieved, as determined by rules and procedures adopted by the Parties, the Parties shall take action on a dual-majority basis, as follows: 5.2.1 Each Party, through its appointed representative, may cast its weighted vote in connection with a proposed Watershed Ecosystem Forum action. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 8 5.2.2 The weighted vote of each Party in relation to the weighted votes of each of the other Parties shall be determined by the percentage of the annual contribution made by each Party as set in accordance with Section 4.4 herein in the year in which the vote is taken. 5.2.3 For any action subject to weighted voting to be deemed approved, valid and binding, an affirmative vote must be cast by both a majority of the active Parties and by a majority of the weighted votes of the active Parties. 6. IMPLEMENTATION and ADAPTIVE MANAGEMENT OF THE SALMON HABITAT PLAN. The Salmon Habitat Plan shall be implemented consistent with the following: 6.1 The Watershed Ecosystem Forum shall provide information to the Parties regarding progress in achieving the goals and objectives of the Salmon Habitat Plan. Recommendations of the Watershed Ecosystem Forum are to be consistent with the purposes of this Agreement. The Parties may authorize additional advisory bodies to the Watershed Ecosystem Forum such as a technical committee and adaptive management work group. The Watershed Ecosystem Forum shall develop and approve operating and voting procedures for its deliberations, but such procedures do not affect the voting provisions contained in this Agreement for the Parties. 6.2 The Parties shall act to approve or remand any substantive changes to the Salmon Habitat Plan based upon recommendations by the Watershed Ecosystem Forum within ninety (90) days of receipt of the proposed changes, according to the voting procedures of Section 5 herein. In the event that the Salmon Habitat Plan changes are not so approved, the recommended changes shall be returned to the Watershed Ecosystem Forum for further consideration and amendment and thereafter returned to the Parties for decision. 6.3 The Parties shall determine when ratification is needed of substantive changes to the Salmon Habitat Plan. The changes shall be referred to the Parties for ratification prior to the submission to any regional, state, or federal agency for further action. Ratification means an affirmative action, evidenced by a resolution, motion, or ordinance of the local government’s legislative body, by at least five Parties representing at least seventy percent (70%) of the total population within the geographic planning and management area of WRIA 9. 6.4 Upon remand for consideration of any portion or all of the changes to the Salmon Habitat Plan by any regional, state or federal agency, the Parties shall undertake a review for consideration of the remanded changes to the plan. The Parties may include further referral to the Watershed Ecosystem Forum for recommendation or amendments thereto. 6.5 The Parties agree that any changes to the Salmon Habitat Plan shall not be forwarded separately by any Party or Stakeholder to any regional, state or federal agency unless the changes have been approved and ratified as provided herein. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 9 7. OBLIGATIONS OF PARTIES; BUDGET; FISCAL AGENT; RULES. 7.1 Each Party shall be responsible for meeting only its individual obligations hereunder as established in the annual budget adopted by the Parties, including all such obligations related to the Parties and Watershed Ecosystem Forum funding, technical support and participation in related planning and implementation of projects, and activities as set forth herein. It is anticipated that separate actions by the legislative bodies of the Parties will be necessary from time to time in order to carry out these obligations. 7.2 The maximum funding responsibilities imposed upon the Parties during each year of this Agreement shall not exceed the amounts that are established annually pursuant to Section 4.4 herein. 7.3 No later than October 1 of each year of this Agreement, the Parties shall adopt a budget, including its overhead and administrative costs, for the following calendar year. The budget shall propose the level of funding and other (e.g., staffing) responsibilities of the individual Parties for the following calendar year and shall propose the levels of funding and resources to be allocated to specific prioritized planning and implementation activities within WRIA 9. The Parties shall thereafter take whatever separate legislative or other actions as may be necessary to address such individual responsibilities under the proposed budget, and shall have done so no later than December 1 of each year. Parties may elect to secure grant funding to meet their individual obligations. 7.4 Funds collected from the Parties or other sources on behalf of the Parties shall be maintained in a special fund by King County as Fiscal Agent and as ex officio treasurer on behalf of the Parties pursuant to rules and procedures established and agreed to by the Parties. Such rules and procedures shall set out billing practices and collection procedures and any other procedures as may be necessary to provide for its efficient administration and operation. 7.5 Any Party to this Agreement may inspect and review all records maintained in connection with such fund at any reasonable time. 8. LATECOMERS. An Eligible Government may become a Party by obtaining written consent of all the Parties to the Agreement. The provisions of Section 5 herein otherwise governing decisions of the Parties shall not apply to this section. The Parties and any governments seeking to become a Party shall jointly determine the terms and conditions under which a government may become a new Party. The terms and conditions shall include payment of an amount by the new Party to the WRIA 9 Fiscal Agent. The amount of payment is determined jointly by the existing Parties and the new Party. The payment of the new Party is to be a fair and proportionate share of all costs associated with activities undertaken by the Parties as of the date the government becomes a new Party. Any government that becomes a Party pursuant to this section shall thereby assume the general rights and responsibilities of all other Parties. 9. TERMINATION. AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 10 9.1 Termination can only occur on an annual basis, beginning on January 1 of each calendar year, and then only if the terminating Party, through action of its governing body, provides at least sixty (60) days’ prior written notice of its intent to terminate. The terminating Party shall remain fully responsible for meeting all of its funding and other obligations through the end of the calendar year in which such notice is given, together with any other costs that may have been incurred on behalf of such terminating Party up to the effective date of such termination. It is possible that the makeup of the Parties to this Agreement may change from time to time. Regardless of any such changes, the Parties choosing not to exercise the right of termination shall each remain obligated to meet only their respective share of the obligations of the Parties as reflected in the annual budget. The shares of any terminating Party shall not be the obligation of any of the Parties not choosing to exercise the right of termination. 9.2 This Agreement may be terminated in its entirety at any time by the written agreement of all of the Parties. In the event this Agreement is terminated all unexpended funds shall be refunded to the Parties pro rata based on each Party’s cost share percentage of the total budgeted funds and any real or personal property acquired to carry out the purposes of this Agreement shall be returned to the contributing Party if such Party can be identified, and if the Party cannot be identified, the property shall be disposed of and the proceeds distributed pro rata as described above for unexpended funds. 10. HOLD HARMLESS AND INDEMNIFICATION. To the extent permitted by federal law as governing to tribes and state law as to all other Parties , and for the limited purposes set forth in this Agreement, each Party shall protect, defend, hold harmless and indemnify the other Parties, their officers, elected officials, agents and employees, while acting within the scope of their employment as such, from and against any and all claims (including demands, suits, penalties, liabilities, damages, costs, expenses, or losses of any kind or nature whatsoever) arising out of or in any way resulting from such Party's own negligent acts or omissions related to such Party's participation and obligations under this Agreement. Each Party to this Agreement agrees that its obligations under this subsection extend to any claim, demand and/or cause of action brought by or on behalf of any of its employees or agents. For this purpose, each Party, by mutual negotiation, hereby waives, with respect to the other Parties only, any immunity that would otherwise be available against such claims under the industrial insurance act provisions of Title 51 RCW. In the event that either Party incurs any judgment, award, and/or cost arising therefrom, including attorneys’ fees, to enforce the provisions of this Section, all such fees, expenses, and costs shall be recoverable from the responsible Party to the extent of that Party’s culpability. The provisions of this Section shall survive and continue to be applicable to Parties exercising the right of termination pursuant to Section 9 herein. 11. NO ASSUMPTION OF LIABILITY. In no event do the Parties to this Agreement intend to assume any responsibility, risk or liability of any other Party to this Agreement or otherwise with regard to AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 11 any Party’s duties, responsibilities or liabilities under the Endangered Species Act, or any other act, statute, regulation or ordinance of any local municipality or government, the State of Washington, or the United States. 12. VOLUNTARY AGREEMENT. This Agreement is voluntary and is acknowledged and agreed that no Party is committing to adopt or implement any actions or recommendations that may be contained in the Salmon Habitat Plan. 13. NO PRECLUSION OF ACTIVITIES OR PROJECTS. Nothing herein shall preclude any one or more of the Parties from choosing or agreeing to fund or implement any work, activities or projects associated with any of the purposes hereunder by separate agreement or action, provided that any such decision or agreement shall not impose any funding, participation or other obligation of any kind on any Party which is not a party to such decision or agreement. 14. NO THIRD PARTY RIGHTS. Nothing contained in this Agreement is intended to, nor shall it be construed to, create any rights in any third party, including without limitation the National Oceanic and Atmospheric Administration - Fisheries, United States Fish and Wildlife Service, any agency or department of the United States, or the State of Washington, or to form the basis for any liability on the part of the Parties or any of the Parties, or their officers, elected officials, agents and employees, to any third party. 15. AMENDMENTS. This Agreement may be amended, altered or clarified only by the unanimous consent of the Parties to this Agreement, and requires authorization and approval by each Party’s governing body. 16. COUNTERPARTS. This Agreement may be executed in counterparts. 17. APPROVAL BY PARTIES' GOVERNING BODIES. The governing body of each Party must approve this Agreement before any representative of such Party may sign this Agreement. 18. FILING OF AGREEMENT. This Agreement shall be filed by King County in accordance with the provisions of RCW 39.34.040 and .200 and with the terms of Section 3 herein. 19. ENTIRE AGREEMENT. This Agreement contains the entire Agreement among the Parties, and supersedes all prior negotiations, representations, and agreements, oral or otherwise, regarding the specific terms of this Agreement. IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the dates indicated below: Approved as to form: CITY OF ALGONA: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 12 Approved as to form: CITY OF AUBURN: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF BLACK DIAMOND: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF BURIEN: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF COVINGTON: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 13 Approved as to form: CITY OF DES MOINES: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY ENUMCLAW: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF FEDERAL WAY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF KENT: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 14 Approved as to form: KING COUNTY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF MAPLE VALLEY: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF NORMANDY PARK: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF RENTON: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) ILA_WRIA9_2026-2035_FINAL.docx Page 15 Approved as to form: CITY OF SEATAC: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF SEATTLE: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF TACOMA: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ Approved as to form: CITY OF TUKWILA: By: ____________________ By: ______________________ Title: ____________________ Title: ______________________ Date: ____________________ Date: ______________________ AGENDA ITEM #5. h) Exhibit A 2025 WRIA Based Cost Share: WRIA 9 Regional Watershed Funding Watershed Ecosystem Forum Approved August 8, 2024 Total:$606,781 1 Algona*0.17%1,372 0.23%$590,936,599.00 0.16%363 0.19%$1,079 1 Algona 2 Auburn*6.80%56,079 5.24%$13,623,563,442.00 5.74%12,710 5.93%$34,389 2 Auburn 3 Black Diamond 0.83%6,880 0.83%$2,159,906,081.00 2.08%4,609 1.25%$7,246 3 Black Diamond 4 Burien 6.37%52,560 4.28%$11,113,591,561.00 2.84%6,292 4.50%$26,092 4 Burien 5 Covington 2.62%21,600 1.75%$4,558,408,175.00 1.75%3,870 2.04%$11,837 5 Covington 6 Des Moines 4.03%33,260 2.55%$6,615,094,232.00 1.78%3,949 2.79%$16,172 6 Des Moines 7 Enumclaw*0.76%6,253 0.58%$1,510,785,781.00 0.91%2,014 0.75%$4,350 7 Enumclaw 8 Federal Way*8.56%70,596 4.32%$11,229,759,643.00 3.63%8,049 5.50%$31,942 8 Federal Way 9 Kent*16.87%139,100 12.88%$33,463,962,407.00 9.74%21,569 13.16%$76,361 9 Kent 10 King County*11.17%92,164 8.54%$22,189,710,471.00 52.75%116,854 24.15%$140,160 10 King County 11 Maple Valley*2.94%24,228 2.09%$5,443,488,799.00 1.51%3,354 2.18%$12,662 11 Maple Valley 12 Normandy Park 0.83%6,840 1.01%$2,612,824,298.00 0.72%1,596 0.85%$4,942 12 Normandy Park 13 Renton*4.49%36,996 4.21%$10,936,234,975.00 2.77%6,131 3.82%$22,170 13 Renton 14 SeaTac 3.85%31,740 2.53%$6,563,915,515.00 1.84%4,071 2.74%$15,884 14 SeaTac 15 Seattle*26.96%222,335 45.22%$117,510,460,706.00 9.00%19,935 27.06%$157,008 15 Seattle 16 Tukwila 2.76%22,763 3.75%$9,757,681,342.00 2.78%6,157 3.10%$17,977 16 Tukwila 100.0%824,768 100.0%$259,880,324,027 100.0%221,524.55 100.0%$580,267 SUBTOTAL +Tacoma $26,514 $606,781 TOTAL NOTES: • Population estimates are based on 2023 OFM April 1st Estimates and 2023 OFM Small Area Estimate Program (SAEP) data for census blocks. • Jurisdictions entirely within a WRIA are assigned the 2023 OFM April 1st Estimate directly. • Jurisdictions that straddle WRIA boundaries are assigned a percent share of the estimate based on a geographic allocation of census blocks. • Parcels are allotted to jurisdictions (cities and unincorporated King County) and WRIAs based on the location of the centerpoint of the parcels. • Assessed value and area (sq. miles) excludes Upper Green River Watershed and Port of Seattle Aviation Division properties * Cost share amount is an averaging of the population, assessed value, and area percentage of each jurisdiction within WRIA 9 Costs shares, jurisdictional area, population, and assessed value are to be recalculated every three years or if there is a significant annexation per the WRIA 9 interlocal agreement for 2026-2035. Cost shares last updated in 2024 using 2023 data. WRIA 9 JurisdictionAdjusted AV Area % Adjusted AcresWRIA 9 Jurisdiction Population (Pop) % Adjusted Pop Assessed Value (AV) % Cost Share* (2023 Data) 2026-2036 WRIA 9 ILA AG E N D A I T E M # 5 . h ) 1 CITY OF RENTON, WASHINGTON RESOLUTION NO. _______ A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING THE MAYOR AND CITY CLERK TO ENTER INTO AN INTERLOCAL AGREEMENT WITH UNITED STATES POSTAL INSPECTION SERVICE (USPIS) FOR THE PURPOSE OF PARTICATING IN THE SEATTLE CONTRABAND INTERDICTION AND INVESTIGATIONS (CI2) TASKFORCE. WHEREAS, the City and The United States Postal Inspection Service (USPIS) are authorized, pursuant to RCW Chapter 39.34, the Interlocal Cooperation Act, to enter into an interlocal government cooperative agreement; and WHEREAS, RCW 10.93, The Mutual Aid Officers Powers Act, and RCW 53.08, Powers allows for the provision of mutual aid by and between law enforcement agencies; and WHEREAS, Renton Police Department (RPD) in partnership with USPIS will investigate, arrest and prosecute individuals participating in criminal activity associated to the U.S. Mail in the jurisdictional areas in order to protect the general public and create a safer and more secure environment for businesses and the general public in the State of Washington; and WHEREAS, mult-jurisdictional efforts to handle specific and complicanted criminal invesitgations including but not limited to narcotics, fraud, and firearms violations associated to the U.S. Mail result in more effective pooling of resources, equipment, training, and expertise; and WHEREAS, USPIS has formed the Seattle Contraband Interdiction and Investigations (CI2) Tasforce, to handle specific and complicated investigations associated to the U.S. Mail system, specifically in and around King County. AGENDA ITEM # 7. a) RESOLUTION NO. _______ 2 WHEREAS, the Seattle Contraband Interdiction and Investigations (CI2) Taskforce, has improved services for the community of all participating jurisdictions, increased communication, sharing of resources, increased safety for officers and the community, and provided improved cost effectiveness; and WHEREAS, it is necessary to document the terms, conditions, and supervision under which RPD will operate within the Seattle Contraband Interdiction and Investigations (CI2) Taskforce. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DO RESOLVE AS FOLLOWS: SECTION I. The Mayor and City Clerk are hereby authorized to enter into an interlocal agreement with the USPIS regarding a selected member of RPD to participate in the Seattle Contraband Interdiction and Investigations (CI2) Taskforce, attached hereto as Exhibit “A” and incorporated by this reference. 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 AGENDA ITEM # 7. a) RESOLUTION NO. _______ 3 Approved as to form: Shane Moloney, City Attorney 25RES015: PD: 6.24.25 AGENDA ITEM # 7. a) RESOLUTION NO. _______ 4 EXHIBIT “A” INTERLOCAL AGREEMENT FOR SEATTLE CONTRABAND INTERDICTION AND INVESTIGATIONS (CI2) TASKFORCE BETWEEN THE CITY OF RENTON AND THE UNITED STATES POSTAL INSPECTIONS SERVICE AGENDA ITEM # 7. a) MEMORANDUM OF UNDERSTANDING This document sets forth the general understanding between the United States Postal Inspection Service (USPIS), the Renton Police Department with respect to a joint cooperative law enforcement effort, hereinafter referred to as the Seattle Contraband Interdiction and Investigations (CI2) Taskforce. This document is not intended as a formal contract, but rather as an expression of understanding to facilitate cooperation. This document is an internal government agreement and is not intended to confer any rights or benefits to any private person or party. The goals of the Seattle CI2 Taskforce will be to protect the public by investigating and prosecuting criminal offenses related to the trafficking of controlled substances/other dangerous drugs and violations of money laundering statutes. I. Purpose The purpose of this Agreement is to develop a cooperative effort with Federal, State and local law enforcement agencies charged with the investigation and prosecution of criminal offenses involving the trafficking of controlled substances and money laundering violations, as well as to establish the terms and conditions under which participating Agencies may coordinate investigative efforts with and/or provide assistance to the USPIS in developing investigations and cases for criminal prosecution. II. Mission To investigate, arrest and prosecute individuals participating in illegal drug activity associated to the U.S. Mail in the jurisdictional areas in order to protect the general public from illegal drug activity and create a safer and more secure environment for businesses and the general public in the State of Washington. III. Objective A. To facilitate and maintain communications with participating agencies to maximize the effective use of the Task Force intelligence and resources. B. To share intelligence and other resources. C. To conduct coordinated responses to mailings containing controlled substances and/or proceeds from the sales of controlled substances. D. To identify illegal drug traffickers utilizing the mail and to cause their successful prosecution. E. To substantially reduce the illegal drug mailings committed in the State of Washington. IV. Authorities USPIS participation in this MOU is authorized under 18 U.S.C. § 3061, 39 U.S.C. § 401, 404 and 411. Exhibit A AGENDA ITEM # 7. a) V. Participants The following Federal and local law enforcement agencies are participants in this initiative: A. United States Postal Inspection Service B. Renton Police Department Any State or local employees assigned to the Seattle CI2 Taskforce in accordance with this Agreement are not considered Federal employees, are not employed by the United States Postal Service (USPS) or the USPIS. They do not take on the status or benefits of Federal employment, USPS employment, or USPIS employment by virtue of this assignment. VI. Personnel Commitment Each participating agency intends to provide experienced law enforcement personnel on a full- time basis to the Seattle CI2 Taskforce for participation on designated investigations. The participating agency will certify the personnel assigned to the Seattle CI2 Taskforce are not the subject of any current or pending disciplinary actions, or completed disciplinary actions which would in any way compromise the mission of the initiative. Additions or deletions of personnel will be at the discretion of the authorizing supervisors of the respective participants. The participating agencies agree to furnish the following complement of personnel dedicated to the Task Force: A. USPIS – up to nine Postal Inspectors/Task Force Officers B. Renton Police Department – up to one Detective/Task Force Officers The Renton Police Department agrees to furnish vehicles for their assigned investigators and provide them immediate access to such vehicles to travel from their residences in order to be able to respond to joint initiative-related emergency call-outs, to begin and end tours of duty in order to maximize investigative time, and to otherwise conduct investigations of common interest. Addendum A outlines vehicle reimbursement. The following departments assigned to Seattle CI2 Taskforce may request overtime as outlined in this MOU: A. Renton Police Department Members of the Task Force will be responsible for the investigation of the use of the mail to engage in the trafficking of controlled substances, firearms and money laundering violations. Continued assignment of specific personnel to the Task Force will be based on performance and will be at the discretion of their respective agency heads. VII. Principles The following principles will help guide relationships among all law enforcement participants in this initiative regarding policy, planning, training, supervision and public relations. All agencies AGENDA ITEM # 7. a) participating in the initiative agree these principles will serve as a basis to mediate any disputes that arise during its operation. VIII. Recognition of Authority The Renton Police Department recognizes the U.S. Postal Inspection Service is the principal Federal Law Enforcement Agency responsible for the investigation and enforcement of Federal laws regarding the U.S. Mail, use of the mails, and property in the custody of the U.S. Postal Service, as well as other Postal offenses. The Renton Police Department understands U.S. Mail under the custody or control of USPS is sealed against inspection and cannot be opened except under the authority of a Federal Search Warrant issued pursuant to Rule 41 of the Federal Rules of Criminal Procedure, or by consent from the sender and/or addressee of the mail piece. The Renton Police Department may not, in any manner, detain or otherwise interfere with U.S. Mail, or record information from mail matter unless specifically authorized to do so by a U.S. Postal Inspector. IX. Administration Because this Memorandum of Understanding outlines a cooperative endeavor on the part of all the participants, the policy, program involvement, and direction of this initiative should be joint responsibilities of the enforcement supervisors of the participants. Therefore, the cases will be jointly investigated and no particular participating agency will prevail over another or will act unilaterally. The participants (or designated representatives) will meet regularly as agreed upon to discuss investigations related to the above mentioned offenses. X. Jurisdiction The determination as to whether a case will be prosecuted federally or by the appropriate county or state authority will be based upon which level of prosecution will best serve the interest of justice consistent with the overall mission objectives of the initiative. XI. Supervision In order to affect efficient field operations, operational supervision of the personnel assigned to the Seattle CI2 Taskforce, while working on initiatives or investigations directly related to the Seattle CI2 Taskforce, will be the responsibility of a designated field supervisory officer. For the Seattle CI2 Taskforce the field supervisory officer is the U.S. Postal Inspector/Team Leader (TFS) in charge of Team 0601. On matters not related to the Seattle CI2 Taskforce, assigned personnel will continue to be subject to the established lines of supervision of their respective agencies. In the event of a conflict with respect to supervisory authority, no action will be taken by the involved personnel until the conflict is resolved at the agency head level. Each member of the Seattle CI2 Taskforce is subject to the personnel rules, regulations, laws and policies applicable to their respective agency. Each Seattle CI2 Taskforce member will continue to report to his or her respective agency supervisor for non-investigative matters not detailed in this MOU. AGENDA ITEM # 7. a) Dismissal from the Task Force will occur solely upon consultation and subsequent approval by agency management of the respective agency heads. XII. Operation The TFS, in consultation with a case specific Assistant United States Attorney (AUSA), or the state and/or local prosecutor, will be primarily responsible for directing and monitoring investigations related to the Seattle CI2 Taskforce. In cases which have been designated for federal prosecution, all investigative procedures shall conform to the current USPIS and Department of Justice regulations and guidelines on criminal investigations and undercover operations. XIII. Information Sharing A. No information possessed by the USPIS, to include information derived from informal communications between Seattle CI2 Taskforce personnel and USPIS employees not assigned to the Seattle CI2 Taskforce, may be disseminated by Seattle CI2 Taskforce personnel to non- Seattle CI2 Taskforce personnel without prior USPIS authorization and in accordance with the applicable laws and internal regulations, procedures or agreements between the Seattle CI2 Taskforce and the participating agencies that would permit the participating agencies to receive that information directly. Likewise, Seattle CI2 Taskforce personnel will not provide any participating agency information to the USPIS that is not otherwise available to it unless authorized by appropriate participating agency officials. This prohibition shall not be interpreted to limit or prevent discussion between the Seattle CI2 Taskforce member and his/her Renton Police Department supervisors. B. Each Party that discloses PII is responsible for making reasonable efforts to ensure that the information disclosed is accurate, complete, timely, and relevant. C. The USPIS is providing access to information from its records with the understanding that in the event the recipient becomes aware of any inaccuracies in the data, the recipient will promptly notify the USPIS so that corrective action can be taken. Similarly, if the USPIS becomes aware that information it has received pursuant to this MOU is inaccurate, it will notify the contributing Party so that corrective action can be taken. D. Each Party is responsible for ensuring that information it discloses was not knowingly obtained or maintained in violation of any law or policy applicable to the disclosing Party, and that information is only made available to the receiving Party as may be permitted by laws, regulations, policies, or procedures applicable to the disclosing Party. E. Each Party will immediately report to the other Party each instance in which data received from the other Party is used, disclosed, or accessed in an unauthorized manner (including any data losses or breaches). XIV. Administrative Support Routine administrative support will be provided by the USPIS. AGENDA ITEM # 7. a) TFOs will be provided access badges and necessary keys. USPIS will provide a cellphone and computer for the TFOs. USPIS will provide access to office space and equipment as required. XV. Access to USPS/USPIS Facilities At the direction of a Postal Inspector, TFOs may retrieve parcels from areas where mail is accepted or processed when the parcels are related to ongoing investigations. TFOs must be accompanied by a Postal Inspector while conducting interdictions at USPS facilities. XVI. Financial Responsibility Each participating agency will be responsible for the pay and benefits of their employees participating on the Task Force. XVII. Overtime Payments The Renton Police Department may request reimbursement of overtime salary expenses in connection with work performed on behalf of, and in furtherance of investigations performed by their investigators assigned to this initiative. Renton Police Department officers are required to provide the Task Force Supervisor documentation of approved investigative activity for certification, including the applicable case numbers. At the sole discretion of the USPIS and as funding allocations permit, the USPIS will reimburse the participating agencies for overtime salary expenses directly related to work on the Seattle CI2 Taskforce performed by its officer(s) assigned to Seattle CI2 Taskforce. Participating agency officers shall be required to provide the TL with their overtime hours, along with referencing case numbers and documentation of investigative activity for certification by the TL prior to submitting their overtime for invoice preparation. It is requested that the participating agency provide a separate breakdown, by officer, of the date(s) and the number of hours they worked overtime along with the referencing case numbers, in addition to the overtime invoice. Overtime invoices should be submitted at least monthly to the USPIS Seattle P&DC (Seattle), to the attention of the TFS. The maximum reimbursement allowable for overtime worked on behalf of the joint operation is $20,707.50 per year, per Task Force officer. Procedures for submitting requests for reimbursement are outlined in Attachment A. XVIII. Program Audit A. This Agreement and its provisions are subject to audit by the USPIS, USPS OIG, and other designated government auditors. The participating agency agrees to permit such audits and agrees to maintain all records relating to these transactions for a period of not less than three years, and in the event of an ongoing audit, until the audit is completed. AGENDA ITEM # 7. a) B. These audits may include reviews of any and all records, documents, reports, accounts, invoices, receipts of expenditures related to this agreement, as well as interviews of any and all personnel involved in these transactions. XIX. Forfeitures Forfeiture actions will be processed by the USPIS. All seizures will be equitably shared consistent with DOJ and USPIS equitable sharing guidelines. The parties agree that at the discretion of the U.S. Postal Inspector’s appointed designee, assets seized during Seattle CI2 Taskforce investigations will be forfeited under State of Washington or Federal law, depending on the circumstances of the case and applicable laws. It is understood however that final decisions with respect to Equitable Sharing for assets forfeited administratively, are made at Inspection Service National Headquarters. Final decisions with respect to assets forfeited through Federal civil or criminal actions are made by the U.S. Department of Justice. XX. Evidence Evidence collected pursuant to Seattle CI2 Taskforce investigations will normally be held by the agency responsible for presenting the case for prosecution unless other arrangements are made. Evidence collected in Seattle CI2 Taskforce investigations which require forensic analysis will be submitted to USPIS Forensic Laboratory Services unless the situation dictates otherwise. XXI Media Relations and Press Releases Media relations and press releases will be coordinated between the participating Seattle CI2 Taskforce agencies and controlled by the designated Seattle CI2 Taskforce supervisory officer and the office of prosecution. Seattle CI2 Taskforce participants agree that information will only be disseminated to the media in accordance with the terms of this MOU. XXII. Disclosure of Grand Jury Proceedings All personnel assigned to the Seattle CI2 Taskforce shall strictly adhere to the requirements of Rule 6(e) of the Federal Rules of Criminal Procedure regarding grand jury secrecy. XXIII. Compliance with Civil Rights Act of 1964 All personnel assigned to this initiative will comply with Title VI of the Civil Rights Act of 1964 and all requirements imposed by and pursuant to the regulations of the Department of Justice (28 CFR Part 42, Subparts C and D) issued pursuant to Title VI, relating to discrimination on the grounds of race, color, creed, sex, age, or national origin, and equal employment opportunities. XXIV. Liability Participating Agencies shall hold USPIS, its agents, employees, and representatives harmless from and against any and all claims, actions, or causes of actions and liabilities which may be AGENDA ITEM # 7. a) asserted by third parties arising out of or resulting from any act taken or committed or any omission by Agency personnel pursuant to this agreement. This agreement and limitation on liability shall not discharge any claim for reimbursement made by USPIS to Participating Agencies for damages or expenses under the terms of this agreement. Any third party claims, cause of action and liabilities asserted will be handled in accordance with the Federal Tort Claims Act (FTCA), 28 U.S.C. 1346(b), 2671-2680. XXV. Duration This memorandum is in effect upon signing by authorized representatives of participating agencies and USPIS and shall continue in full force and effect until terminated or canceled by the parties. This memorandum may be terminated or canceled by either party at any time on written notice provided thirty (30) days in advance of the effective date of termination. Any modification or amendment to this agreement shall become effective when reduced to writing and signed by the authorized officials of the respective agencies. XXVI. Authorization This Memorandum of Understanding is hereby accepted as setting forth the general intentions and understanding of the undersigned. By: Date: Name: Title: Agency: By: Date: Name: Title: Agency: By: Date: Name: AGENDA ITEM # 7. a) Title: Agency: By: Date: Name: Title: Agency: AGENDA ITEM # 7. a) ATTACHMENT A Cost Reimbursement Agreement It is hereby agreed between the United States Postal Inspection Service (“USPIS”) and the 1055 South Grady Way, Renton WA 98057, Federal Taxpayer Identification Number 91-6001271 that: Subject to the availability of funds, the Inspection Service will reimburse the Renton Police Department for overtime payments for the law enforcement officer(s) assigned to a joint initiative with the Postal Inspection Service – Seattle Division as set forth below for expenses necessary for detection, investigation, and prosecution of crimes against the United States. Overtime reimbursements for the Renton Police Department Officers assigned to the initiative will be authorized and issued on an as needed basis, and will be calculated at the usual rate for which the individual Officer’s time would be compensated. The overtime reimbursement allocation for Renton Police Department officers assigned to the initiative will not exceed $20,707.50 for each officer per Fiscal Year (October through September). Overtime and vehicle reimbursement will be made directly to the Renton Police Department by the Inspection Service. All overtime and vehicle reimbursement payments are made by electronic fund transfer (“EFT”). An ACH vendor/miscellaneous payment enrollment form must be on file with the Inspection Service’s Seattle Division Headquarters to facilitate payments. The Renton Police Department agrees to the vehicle reimbursement as set forth in the Vehicle Use Addendum. Renton Police Department Overtime invoices requesting reimbursement for any given month should be submitted to the USPIS at the address below by the 10th calendar day of the following month for which reimbursement is requested: U.S. Postal Inspection Service ATTN: Terry Stinson PO Box 400 Seattle, WA 98111 Renton Police Department At the commencement of each USPIS fiscal year, the Renton Police Department will re-execute the Vehicle Use Agreement. Requests for reimbursement will include the name, rank, identification number, overtime compensation rate, number of reimbursable hours claimed and the dates of those hours for each Officer for whom reimbursement is sought. Each reimbursement request must be accompanied by a certification signed by an appropriate supervisor of the Renton Police Department that the request has been personally reviewed, the information is accurate, and the personnel for whom reimbursement is claimed were assigned to the joint initiative. Each request for reimbursement will include: an invoice number, invoice date, TIN, and correct banking information, to complete the electronic funds transfer. The necessary banking information is the depositor’s account title, bank account number, routing number, and type of account (checking, savings, or lockbox). If the banking information changes, the Renton Police Department must submit a new ACH vendor/miscellaneous payment enrollment form to the USPIS. AGENDA ITEM # 7. a) Date: Anthony Galetti Inspector in Charge, Seattle Division United States Postal Inspection Service Date: NAME TITLE Renton Police Department AGENDA ITEM # 7. a) USE STATE / LOCAL DEPARTMENT LETTERHEAD May 2, 2025 Anthony Galetti Inspector in Charge US Postal Inspection Service Seattle Division Dear INC Galetti: I am writing to you on behalf of the Renton Police Department, concerning Detective Joe Singer, Badge #12056, who is currently assigned to the Special Enforcement Team. Detective Joe Singer was assigned to the Special Enforcement Team on in October 1, 2024. The Renton Police Department has reviewed the character and internal personnel files for Detective Singer, and it confirms that Detective Singer is suitable for assignment with the United States Postal Inspection Service Seattle Division CI2 Team. The Renton Police Department is not aware of any potential impeachment information regarding Detective Singer, including any of the following: agency or judicial findings of misconduct relating to truth, bias, or integrity; substantive violations of law, Department policy or Department procedure; or pending investigations. Further, Detective Singer is not restricted from possessing a firearm as set forth in 18 U.S.C. § 922(h). As a prerequisite to employment, the Renton Police Department conducted a background investigation, including a FBI fingerprint check, and no derogatory information was uncovered. Accordingly, the Renton Police Department is prepared to report that Detective Singer is a member of the Renton Police Department in good standing, has no delinquent financial obligations, and has met all of the hiring and drug use policy requirements, and is suitable to be assigned to the Task Force. There are no additional issues with Detective Singer that are relevant to USPIS’s consideration of the request for deputation. The Renton Police Department understands and agrees to comply with its continuing obligation to provide any derogatory information to prosecutors in response to Giglio/Henthorn or similar requirements. If you have any questions, please feel free to contact me, at 425-430-7512. Sincerely, Ryan Rutledge Deputy Chief Renton Police Department Attachment AGENDA ITEM # 7. a) [Type here] ADDENDUM A Vehicle Use Agreement It is hereby agreed between the United States Postal Inspection Service (USPIS) and the Renton Police Department, 1055 South Grady Way, Renton WA 98057 that: OPTIONAL PARAGRAPH 1 The Renton Police Department will provide a vehicle for each full-time participating Task Force Officer. The USPIS will be provide $2,500.00 per year for the routine maintenance of each vehicle. Respective agency vehicles, in other than emergency situations, will be driven by personnel of the agency owning the vehicle. This is an internal government agreement between USPIS and Renton Police Department and is not intended to confer any right or benefit to any private person or party. Anthony Galetti Date Inspector in Charge Seattle Division U.S. Postal Inspection Service Date AGENDA ITEM # 7. a)