HomeMy WebLinkAboutFinal Agenda Packet
CITY OF RENTON
AGENDA - City Council Regular Meeting
7:00 PM - Monday, August 4, 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 28, 2025.
Council Concur
b) AB - 3870 Executive Services Department recommends execution of a Memorandum of
Understanding with the Washington State Opportunity Scholarship (WSOS) and Renton
Technical College (RTC) for the city's 2025 and 2026 contribution of $200,000 per year to
the Renton Promise Program.
Refer to Finance Committee
c) AB - 3895 Parks & Recreation Department recommends execution of Amendment #1 to
CAG-25-097, agreement with PND Engineers, in the amount of $345,300 for additional
design, permitting, community engagement, and bidding support for the Coulon Swim
Beach Improvement project.
Refer to Finance Committee
d) AB - 3903 Public Works Administration recommends rejecting all bids received and
opened on May 14, 2025 for the Taxiway Alpha Rehabilitation and Associated
Improvements Project and authorize staff to (1) revise the RFP and solicit new bids for the
Taxiway Alpha Project, (2) administratively address any irregularities or protests that may
arise out of the new bidding process, and (3) refer to the Finance Committee on
September 8th the Award to the lowest responsive and responsible bidder for the revised
Taxiway A Project.
Council Concur to Reject All Bids; Refer to Finance Committee the Award of the Revised
Taxiway A Project
e) AB - 3866 Public Works Facilities Division recommends approval of a one-year lease
addendum with Amazing Grace Lutheran Church, for 20,677 square feet of space at the
200 Mill Building, expiring on June 30, 2026. Estimated annual lease revenue is $243,505.
Refer to Finance Committee
f) AB - 3899 Public Works Maintenance Services requests authorization to purchase eight
(8) 2026 Ford F-250 4WD trucks from Bud Clary, in the amount of $428,761.02, utilizing
Washington State contract #28423.
Council Concur
g) AB - 3901 Public Works Maintenance Services requests authorization to purchase one (1)
Toro Groundmaster 4000-D mower from Turf Star in the amount of $103,591 utilizing the
Sourcewell contract #41637. The purchase price is $591 over the budgeted amount which
will be covered by 501 fund balance.
Council Concur
h) AB - 3900 Public Works Maintenance Services requests authorization to purchase of one
(1) Terex LTM40 Bucket Truck from Terex Utilities in the amount of $272,485.12 utilizing
Sourcewell contract #110421.
Council Concur
i) AB - 3902 Public Works Transportation Systems Division recommends execution of the
Local Agency Agreement and Prospectus with the Washington State Department of
Transportation for the obligation of grant funding in the amount of $1,737,015, and all
subsequent agreements necessary to accomplish construction of the Oakesdale Ave SW
Pavement Preservation project.
Refer to Finance Committee
j) AB - 3896 Public Works Utility Systems Division recommends execution of a quitclaim
deed, easements and right-of-entry and use, along with all other documents necessary for
the required transfer of Fire Station 15 to the Renton Regional Fire Authority (RRFA) per
contract CAG-18-233 with the RRFA.
Refer to Finance 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) Transportation Committee: 1) Supplement No. 2 to CAG-20-003 with Sargent Engineers,
Inc. for the Houser Way Bridge - Seismic Retrofit and Painting Project; 2) Supplement No.
2 to CAG-20-004 with Sargent Engineers, Inc. for the Williams Ave Bridge - Seismic Retrofit
and Painting Project
b) Utilities Committee: 1) Contract with RH2 Engineering, Inc. for the Lift Station and Force
Main Improvements Project, Phase 4; 2) 2026-2035 Interlocal Agreements with WRIA 8*
and WRIA 9*
7. LEGISLATION
Resolutions:
a) Resolution No. 4562: Interlocal Agreement with Water Resource Inventory 8 (WRIA 8)
b) Resolution No. 4563: Interlocal Agreement with Water Resource Inventory 9 (WRIA 9)
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)
5:45 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 31, 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
• Everything’s coming up fresh at the Renton Farmers Market. Stop by our new location on
Williams Avenue South between South 2nd and South 3rd streets on Tuesdays from 3-7 p.m. for a
bite to eat or pick up fresh vegetables, fabulous fruit, packaged treats, beautiful bouquets, and
more. For more information visit https://rentonfarmersmarket.com.
• 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.
Tuesday, August 5 through Thursday, August 7, 7:00am-4:00pm. Intermittent lane closure
on S 2nd St west of Shattuck Ave S for concrete repairs. Flaggers will be used for traffic control.
Questions may be directed to Public Works Shops, 425-430-7400
Tuesday, August 5, 7:00am-4:00pm. Intermittent lane closure on NE 10th St between Duvall
Ave NE and Bremerton Ct NE for asphalt repairs. Flaggers will be used for traffic control.
Questions may be directed to Public Works Shops, 425-430-7400
Monday, August 4 through Friday, August 8, 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.
Monday, August 4, 7:00am-4:00pm. Intermittent lane closure on S 21st St for asphalt
repairs. Flaggers will be used for traffic control. Questions may be directed to Public Works
Shops, 425-430-7400.
Wednesday, August 6, 7:00am-4:00pm. Intermittent lane closure on SE 184th Ave SE
between 116th Ave SE and 120th Ave SE for asphalt repairs. Flaggers will be used for traffic
control. Questions may be directed to Public Works Shops, 425-430-7400.
Monday, August 4 through Friday, August 8, 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)
James Alberson, Jr., Council President
Members of the Renton City Council
Page 2 of 2
July 31, 2025
Monday, August 4 through Friday, August 8, 8:00am-3:00pm. Intermittent southbound
lane closure on Union Ave NE between NE Sunset Blvd and NE 11th St for construction work.
Approved traffic control plans were issued for all work and will be followed. Questions may
be directed to Casey Grant, 206-532-4380.
AGENDA ITEM #3. a)
July 28, 2025 REGULAR COUNCIL MEETING MINUTES
CITY OF RENTON
MINUTES - City Council Regular Meeting
7:00 PM - Monday, July 28, 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
Ruth Pérez, Council Position No. 6
Kim-Khánh Vǎn, Council Position No. 7
Councilmembers Absent:
Ed Prince, Council Position No. 5
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL EXCUSE ABSENT
COUNCILMEMBER PRINCE. CARRIED.
ADMINISTRATIVE STAFF PRESENT
Armondo Pavone, Mayor
Ed VanValey, Chief Administrative Office
Alex Tuttle, Senior Assistant City Attorney
Jason Seth, City Clerk
Young Yoon, IT Director
Brianne Bannwarth, Development Engineering Director
Eric Perry, Government Affairs Manager
Commander Steve Morris, Police Department
Attended Remotely:
Judith Subia, Chief of Staff
Kristi Rowland, Deputy CAO
Kari Roller, Finance Administrator
Ron Straka, Public Works Utility Systems Director
AGENDA ITEM #5. a)
July 28, 2025 REGULAR COUNCIL MEETING MINUTES
Lori Fleming, Human Services Coordinator
ADMINISTRATIVE REPORT
CAO Ed VanValey reviewed a written administrative report summarizing the City’s recent
progress towards goals and work programs adopted as part of its business plan for 2025 and
beyond. Items noted were:
• The 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.
• Preventative street maintenance will continue to impact traffic and result in
occasional street closures.
AUDIENCE COMMENTS
• Matt Frazier, Renton, urged Council to consider traffic calming measures in
downtown Renton such as better traffic signals and 3-D crosswalks.
• Jeff Dineen, Renton, expressed concerns about the rats seen in Renton. He remarked
that the city should implement a rat abatement program like nearby cities have done.
• Tristen Kochen, Renton, expressed support for Mr. Frazier's comments about traffic
calming measures. He also urged Council to adopt a "no right on red" policy for
downtown.
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 recommended 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 recommended execution of a 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 reported 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 recommended 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.
AGENDA ITEM #5. a)
July 28, 2025 REGULAR COUNCIL MEETING MINUTES
f) AB - 3874 Public Works Transportation Systems Division recommended 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 recommended 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 recommended 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.
MOVED BY ALBERSON, SECONDED BY PÉREZ, COUNCIL ADOPT THE CONSENT
AGENDA AS PUBLISHED. CARRIED.
UNFINISHED BUSINESS
Topics listed below were discussed in Council committees during the past week. Those topics marked
with an asterisk (*) may include legislation. Committee reports on any topics may be held by the Chair if
further review is necessary.
a) Finance Committee: Chair Pérez presented a report recommending approval of the following
payments:
1. Accounts Payable – total payment of $12,373,893.18 for vouchers 11013-11018, 11020-
11026, 425818-425822, 425824, 425833-485834, 426029-426324; payroll benefit
withholding vouchers 7724-7734, 425825-425832; and 0 wire transfers.
2. Payroll – total payment of $2,190,937.75 for payroll vouchers that include 813 direct
deposits and 49 checks. (06/16/25-06/30/25 pay period).
3. Kidder Mathews vouchers 1959-1979 totaling $36,791.87.
4. Municipal Court vouchers 018748-018762, 018764-018778 totaling $45,898.97.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE REPORT. CARRIED.
b) Finance Committee: Chair Pérez presented a report recommending concurrence with the staff
recommendation to approve, and authorize the Mayor and City Clerk to execute, an agreement
with BCRA, 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.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
c) Finance Committee: Chair Pérez presented a report recommending concurrence with the staff
recommendation to accept, and authorize the Mayor and City Clerk to execute, the conservation
grant agreement with Puget Sound Energy (PSE) for a minimum total of $23,458 and up to
$222,228, which is dependent on the 12-month performance review for the upgrade of HVAC
controls and schedule for City Hall.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
AGENDA ITEM #5. a)
July 28, 2025 REGULAR COUNCIL MEETING MINUTES
d) Finance Committee: Chair Pérez presented a report recommending concurrence in the staff
recommendation to approve the resolution approving the interlocal agreement with the Seattle
Contraband Interdiction and Investigations (C2) Taskforce, United States Postal Inspection
Service (USPIS) for overtime reimbursement of $20,707.50 per year, per taskforce officer and
$2,500.00 per year for the routine maintenance of each vehicle for the assigned taskforce officer.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
e) Finance Committee: Chair Pérez presented a report recommending concurrence in the staff
recommendation to authorize the Mayor and City Clerk to execute the agreement for indigent
defense services with Valley Defenders, PLLC for a total base amount of $1,560,000, plus
additional compensation as outlined in the agreement for cases exceeding the annual contracted
allotment.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
f) Finance Committee: Chair Pérez presented a report recommending concurrence in the staff
recommendation to authorize the Mayor and City Clerk to execute the contract agreement with
Allplay Systems, LLC, in the amount of $331,808.43 for the replacement of playground
equipment and Americans with Disabilities Act (ADA) upgrades at Maplewood Park.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR IN THE
COMMITTEE RECOMMENDATION. CARRIED.
LEGISLATION
Resolution:
a) Resolution No. 4561: A resolution of the City of Renton, Washington, authorizing the
Mayor and City Clerk to enter into an interlocal agreement with the United States Postal
Inspection Service (USPIS) for the purpose of participating in the Seattle Contraband
Interdiction and Investigations (CI2) Taskforce.
MOVED BY PÉREZ, SECONDED BY O'HALLORAN, COUNCIL CONCUR TO ADOPT THE
RESOLUTION. CARRIED.
NEW BUSINESS
(Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more information.)
ADJOURNMENT
MOVED BY ALBERSON, SECONDED BY O'HALLORAN, COUNCIL ADJOURN. CARRIED.
TIME: 7:24 PM
Jason A. Seth, MMC, City Clerk
Jason Seth, Recorder
28 Jul 2025
AGENDA ITEM #5. a)
July 28, 2025 REGULAR COUNCIL MEETING MINUTES
AGENDA ITEM #5. a)
Council Committee Meeting Calendar
July 28, 2025
August 4, 2025
Monday
3:45 p.m. * Utilities Committee, Chair Văn
Location: Council Conference Room/Videoconference
1. Contract with RH2 Engineering, Inc. for the Lift Station and Force Main
Improvements Project, Phase 4
2. 2026-2035 Interlocal Agreements with WRIA 8 and WRIA 9
3. Emerging Issues in Utilities *
4:45 p.m. * Transportation Committee, Chair McIrvin
Location: Council Conference Room/Videoconference
1. Supplement No. 2 to CAG-20-003 with Sargent Engineers, Inc. for the
Houser Way Bridge - Seismic Retrofit and Painting Project
2. Supplement No. 2 to CAG-20-004 with Sargent Engineers, Inc. for the
Williams Ave Bridge - Seismic Retrofit and Painting Project
3. Emerging Issues in Transportation *
5:45 p.m. Committee of the Whole, Chair Alberson
Location: Conferencing Center
1. Revenue Strategies for Public Safety and Parks
7:00 p.m. Council Meeting
Location: Council Chambers/Videoconference
* revised 07/31/25
AGENDA ITEM #5. a)
AB - 3870
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: Memorandum of Understanding with the Washington State
Opportunity Scholarship for Contribution to the Renton Promise
Program
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Executive Services Department
STAFF CONTACT: Eric Perry, Government Affairs Manager
EXT.: 6520
FISCAL IMPACT SUMMARY:
The fiscal impact of the city contributing to the Washington State Opportunity Scholarship for the Renton
Promise Program is $200,000 in 2025 and $200,000 in 2026. The funding was approved by Council as part of
the 2025-2026 Biennial Budget adopted November 18, 2024.
SUMMARY OF ACTION:
Adoption of this agenda bill authorizes the Mayor and City Clerk to enter into a Memorandum of
Understanding (MOU) with the Washington State Opportunity Scholarship (WSOS) and Renton Technical
College (RTC) to formalize implementation of the Renton Promise Program, as authorized by E2SHB 1587
(2025). Approval of this action is necessary for WSOS to access state matching funds.
The MOU establishes the respective roles and responsibilities of the City, WSOS, and RTC in administering the
local scholarship program designed to expand access to higher education and workforce training for Renton
graduates. This agreement establishes a defined partnership framework that ensures funds are administered
in accordance with program guidelines, participant eligibility is consistently applied, and measurable outcomes
are tracked and reported.
There is no termination date included within the MOU. The agreement will be in effect until either all funds
are expended or the Renton Promise Program is terminated. Any additional funding will require an
amendment to the agreement.
EXHIBITS:
A. Memorandum of Understanding
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the Memorandum of Understanding with the Washington State
Opportunity Scholarship (WSOS) and Renton Technical College (RTC) for the 2025 and 2026 contributions of
$200,000 per year to the Renton Promise Program.
AGENDA ITEM #5. b)
Renton Promise Scholarship Program
administered by the Washington State Opportunity Scholarship
Memorandum of Understanding
This Memorandum of Understanding defines the roles and responsibilities of The City of
Renton (the “Grantor”) and The Washington State Opportunity Scholarship Foundation
(WSOSF) dba Washington State Opportunity Scholarship (WSOS), a Washington
nonprofit corporation (the “Grantee”), and Renton Technical College (the “Subgrantee), in
establishing a Renton Promise Scholarship, to be administered by WSOS.
A. Grant Amount and Purpose of the Grant
The amount of the grant from Grantor to Grantee is $400,000 with $200,000 paid within 30 days
of the Grantor, WSOSF and Grantee executing this Memorandum and the remaining $200,000
paid on or before July 1, 2026. Upon full execution of this Memorandum, the Grantee will
request the appropriation of a 100% match from the state of Washington. Per HB 1587, 10% of
the local government partner funds, excluding state matching funds, will be used for the
operational costs to implement the program. Therefore, $20,000 in 2025 and $20,000 in 2026 of
Renton’s investment will be retained by WSOS to execute operational costs spelled out in this
agreement until all of Renton’s original investment and the state match has been expended. The
remaining $360,000 will be available for Renton Promise recipients.
B. Responsibilities of WSOS
As Grantee, WSOS will:
- Publish data on the number of students selected as part of Renton Promise and the dollars disbursed
in the annual legislative report.
- Disburse scholarship awards on behalf of Renton Promise recipients, as determined by the program
rules set by the City of Renton.
At any time, the City of Renton and WSOS may mutually agree to amend the agreement to add additional
programmatic support from the broader WSOS program, such as application or marketing support, for an
additional agreed-upon fee.
C. Responsibilities of the City of Renton
As the Grantor, the City of Renton will make the above-described payments and partner with
Subgrantee to establish, operate and oversee the Renton Promise Scholarship Program
consistent with terms set forth herein.
AGENDA ITEM #5. b)
D. Responsibilities of Renton Technical College
As the Subgrantee, Renton Technical College will:
- Establish the Promise Program’s rules and eligibility in coordination with the Grantor;
- Implement a selection and notification process awarding Renton Promise funds to those
who have both graduated from a Renton School District high school and who have
completed either the Free Application for Federal Student Aid (FAFSA) and/or the
Washington Application for State Financial Aid (WAFSA);
- Assure with the Renton School District that student data is shared with WSOS to allow
WSOS to complete its notification, disbursement, and legislative data reporting
responsibilities;
- Verify that the value of the Renton Promise is, at minimum, the difference between the
recipient’s total tuition fees as defined in RCW 28B.15.020 and services and activities fees
as defined in RCW 28B.15.041, less the value of any state-funded grant including the
College Bound scholarship program established in RCW 28B.118 and the Washington
College Grant created in RCW 28B.92.200, scholarship, gift aid, or waiver assistance the
recipient receives. If sufficient funding is deemed available, the Subgrantee may establish
rules to provide additional scholarship awards to cover reasonable expenses associated
with the cost of acquiring an education such as books, equipment, room and board, and any
other expenses;
- Ensure that the recipient’s eligibility is reconfirmed prior to each disbursement.
E. Use of Scholarship Dollars
Grantee will use this grant and all associated state matching funds, less the administrative fee, to
fund Renton Promise Scholarship recipients until all funds are depleted. Following every quarterly
disbursement, WSOS will provide a report to the City of Renton indicating the amount of funds
disbursed and the remaining funds available.
When the investment reaches a point at which funds do not exist to cover the costs of an entire
seat, the Grantee will notify the Subgrantee of such partial excess funds. Subgrantee may direct
Grantee to implement adopted rules to provide additional awards as described in Section D.
Alternatively, Grantor or Subgrantee may solicit additional funding to fund the remaining amount
needed to provide for one or more seats, plus WSOS’s administrative costs. WSOS will hold any
excess funds for a full calendar year to allow Grantor or Subgrantee to solicit additional funding or
provide for rules for expending the remainder of funds.
If the Grantor and Subgrantee fail to solicit additional funds or provide for partial expenditure after
a full calendar year from the time notification was sent, the remaining funds will be released to
support other WSOS recipients. Should the Renton Promise program end before the city’s
investment and the state match have been expended, the remaining funds will be released to
support other WSOS recipients.
AGENDA ITEM #5. b)
F. Treatment of Funds
Renton funds will be invested in accordance with the Grantee’s Finance & Investment
Committee rules. Any interest earned on donated funds shall be used to advance the mission of
WSOS.
F. Source of Grant Funds
It is the Grantor’s responsibility to understand the restrictions on its grant funds and ensure no
restrictions exist on those funds that would prohibit or restrict granting, matching, investing or
otherwise using the funds as described in this agreement. This includes ensuring that the
Grantor does not use state appropriated funds to finance any part of its grant.
This also includes ensuring that the Grantor does not require any documentation of costs, time
and effort reporting or other reporting that would delay payment or state match.
G. Term and Renewal
This Memo of Understanding will take effect immediately upon execution and will remain in
effect until the grant has been fully disbursed. The Renton Promise program administered by
WSOS may be renewed or extended at any time.
If the remaining funds no longer cover the costs to cover the total per-seat investment for a new recipient,
the Grantee will notify the Subgrantee of such partial excess funds. Subgrantee may direct Grantee to
implement adopted rules to provide additional awards as described in Section D. Alternatively, Grantor or
Subgrantee may solicit additional funding to fund the remaining amount needed to provide for one or more
seats, plus WSOS’s administrative costs. WSOS will hold any excess funds for a full calendar year to allow
Grantor or Subgrantee to solicit additional funding or provide for rules for expending the remainder of
funds.
If the Grantor and Subgrantee fail to solicit additional funds or provide for partial expenditure after
a full calendar year from the time notification was sent, the remaining funds will be released to
support other WSOS recipients. Should the Renton Promise program end before the city’s
investment and the state match have been expended, the remaining funds will be released to
support other WSOS recipients.
H. Payment
The City of Renton shall pay WSOS according to the plan and payment terms:
- 2025: $200,000 within 30 days of the Grantor, Grantee, and Subgrantee executing this MOU.
- 2026: $200,000 on or before July 1, 2026.
Contributions will be paid via check.
AGENDA ITEM #5. b)
I. Annual Legislative Report
Per HB 1587, WSOS will include the City of Renton’s total contributions and state moneys
received and the total number of students served in its annual Legislative Report, published on
December 1. Other application, selection, disbursement, or other reporting may be requested and
mutually agreed upon depending on scope and capacity.
J. Public Records Act
WSOS is subject to the Public Records Act, Chapter 42.56 RCW (the “Act”). To the extent that
the City of Renton and/or Renton Technical College keep records which are deemed public
records and are needed by WSOS to respond to a request under the Act, as determined by the
WSOS, the City of Renton and Renton Technical College agree to make the records promptly
available.
K. Indemnification
As used in this Section, “Claims” means claims, demands, damages, costs, causes of actions,
liabilities, fines, penalties, judgments, expenses and attorney’s fees of any kind. WSOS shall
protect, defend, and hold the City of Renton and its elected officials and employees harmless
from any and all Claims arising from the injury or death of any person or the damage to or
destruction of property (including Claims relating to the infringement of intellectual property
rights) resulting from (i) work under this Agreement, or (ii) negligence of City of Renton of its
officers, employees, subcontractors or agents, or (iii) A breach of this Agreement, including but
not limited to the City of Renton’s failure to comply with any applicable law, ordinance or
regulation applicable to work under this Agreement, or (iv) any other act or omission of the City
of Renton. City of Renton’s obligations under this Agreement shall not apply to any Claims
arising from the sole negligence of the City of Renton. The Agency acknowledges that its
obligations under this Section apply to any claims which may be brought by City of Renton own
employees, and City of Renton hereby waives any immunity it may have under RCW Title 51 or
any other Worker’s Compensation statute, but only as to WSOS and to the extent required for
City of Renton to fulfill its obligation to defend and hold WSOS harmless. The City of Renton
obligations under this Section shall survive the expiration or termination of the Agreement with
respect to Claims which arise from events occurring prior to the expiration or termination of the
Agreement. This indemnification clause is not applicable to Renton Technical College.
AGENDA ITEM #5. b)
This MOU shall become effective upon signing by authorized representatives of the City of
Renton, WSOSF and WSOS, and Renton Technical College.
City of Renton Date
Washington State Opportunity Scholarship Date
Washington State Opportunity Scholarship Foundation Date
Renton Technical College Date
AGENDA ITEM #5. b)
AB - 3895
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: Amendment #1 to CAG-25-097 with PND Engineers, for the Coulon
Swim Beach Improvements Project
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Parks & Recreation Department
STAFF CONTACT: Betsy Severtsen, Capital Projects Manager
EXT.: 6611
FISCAL IMPACT SUMMARY:
This professional services contract amendment for the Coulon Swim Beach Improvements Project is
$345,300.00. Full cost of the professional services contract amendment has been budgeted in account
316.332045.020.594.76.63.023 COULON SWIM BEACH.
SUMMARY OF ACTION:
Through a competive request for qualifications (RFQ) process, staff selected PND Engineers to support the
Coulon Swim Beach Improvements project. This project will address a failing bulkhead wall and public
walkway, which are adjacent to the swim beach area. The city issued a contract (CAG-25-097) with PND in
Spring of 2025 to provide surveying and site investigations. These studies helped the team better understand
the causes and extent of the issue and allowed PND to more accurately scope the project's next steps. The
investigations revealed that that the deterioration of the wall and in turn the walkway is primarily attributed
to wave action and erosion from the waterside, with stormwater infrastructure performance issues also
slightly contributing to the issue. CAG-25-027 Amendment #1 is for professional services to progress the
project through concept design, community engagement, permitting, detailed design, and bidding support.
Following the design, permitting, and bidding of the project, we anticipate construction of the improvements
could begin in 2027.
The structural issues with the wall are critical to address to restore function and ensure safety for park users.
Concepts for repairing or rebuilding the walkway and wall will be developed with a focus on ensuring
compliance with required standards and implementing erosion protection measures to protect new
infrastructure. The project may also serve as an opportunity to update the drainage system in the area south
of the swim beach that is exhibiting performance issues. Improvements will eliminate safety risks from the
walkway failing and will restore ADA compliance within this portion of the city's most highly used park.
Improvements may also enhance water quality and provide habitat restoration opportunities within a major
juvenile salmon corridor.
EXHIBITS:
A. Professional Services Agreement Amendment
B. Site Plan
STAFF RECOMMENDATION:
AGENDA ITEM #5. c)
Authorize the Mayor and City Clerk to amend Professional Services Agreement CAG-25-097 with PND
Engineers in the amount of $345,300.00 for the Coulon Swim Beach Improvements project.
AGENDA ITEM #5. c)
AMENDMENT NO. 1 TO AGREEMENT FOR COULON SWIM
BEACH IMPROVEMENTS
THIS AMENDMENT, dated for reference purposes only as ___________, 2025, is by and between
the City of Renton (the “City”), a Washington municipal corporation, and PND Engineers, Inc.
(“Consultant”), a Washington corporation. The City and the Consultant are referred to collectively
in this Amendment as the “Parties.” Once fully executed by the Parties, this Amendment is
effective as of the last date signed by both parties.
Whereas, the City engaged the services of the Consultant under Agreement CAG-25-097, dated
March 25, 2025, to provide necessary services for the Coulon Swim Beach Improvements project
(referred to herein as the “Agreement”);
Whereas, the Parties wish to amend the Agreement to change the scope of work, change the
time for performance, and change the compensation in order to progress the project through
concept design, permitting, detailed design, and bidding support.
NOW THEREFORE, It is mutually agreed upon that CAG-25-097 is amended as follows:
1. Scope of Work: Section 1, Scope of Work, is amended to add work as specified in Exhibit
A-1, which is attached and incorporated herein.
2. Time of Performance: Section 3, Time of Performance, is amended pursuant to the
schedule(s) set forth in Exhibit A-1. All Work shall be performed by no later than August
31, 2026.
3. Compensation: Section 4, Compensation, is amended so that the maximum amount of
compensation payable to Consultant is increased by $345,300.00 from $76,500.00 to
$421,800.00, plus any applicable state and local sales taxes. The additional compensation
shall be paid based upon Work actually performed according to the rate(s) or amounts
specified in Exhibit A-1 of the Agreement, which is attached and incorporated herein].
4. All terms of the Agreement not explicitly modified herein shall remain in full force and
effect and such terms shall apply to Work performed according to this Amendment as if
fully set forth herein.
AGENDA ITEM #5. c)
PAGE 2 OF 2
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Amendment as of the date
last signed by the Parties below.
CITY OF RENTON
By:_____________________________
CONSULTANT
By:____________________________
Armondo Pavone
Mayor
Todd Belsick, P.E.
Vice President
_____________________________
Date
_____________________________
Date
Attest
_____________________________
Jason A. Seth
City Clerk
Approved as to Legal Form
By: __________________________
Shane Moloney
Renton City Attorney
Contract Template Updated 06/17/2021
7/17/2025
AGENDA ITEM #5. c)
3240 EASTLAKE AVE E • SEATTLE, WA 98102 • P: 206.624.1387
Ms. Betsy Severtsen
Capital Project Manager
City of Renton
1055 South Grady Way
Renton, WA 98057
SUBJECT: Coulon Park Swim Beach Improvements – Scope and Fee Proposal – Amendment 1
Dear Ms. Severtsen:
PND Engineers, Inc. (PND) is pleased to submit this proposal for professional design services for the Coulon
Park Swim Beach project located at Coulon Park in Renton, WA. PND is currently under contract to conduct
site investigations at Coulon Park to determine the cause of erosion and the failing wall along the beach.
This amendment progresses the project through concept design, permitting, detailed design, and bidding
support. The fees for this amendment are estimated to be $345,300, a breakdown of the fee estimate can
be found in Exhibit A.
PROJECT TEAM
The project consists of the following team members that are contracted directly with PND:
• Hough Beck and Baird (HBB) – Landscape Architecture
• Tetra Tech – Permitting
PND will provide geotechnical, civil, and structural design and will provide project management
coordination with the City and PND’s sub-consultants for the elements described in the Scope of Work.
SCOPE OF WORK
The scope of work has been broken down into the following tasks. See Exhibit B for the project limits and
estimated extents. The limits of repair or replacement of site features will depend on site investigations
and potentially public input.
July 2, 2025 PND Project No. 254012
Exhibit A-1AGENDA ITEM #5. c)
JULY, 2025 CITY OF RENTON – Coulon Swim Beach
2
➢ TASK 1: PROJECT INITIATION AND PLANNING
ADDITIONAL WORK UNDER THIS TASK IS NOT INCLUDED IN THIS AMENDMENT.
➢ TASK 2: DETAILED SITE INVESTIGATION AND ANALYSIS
ADDITIONAL WORK UNDER THIS TASK IS NOT INCLUDED IN THIS AMENDMENT.
➢ TASK 3 COMMUNITY ENGAGEMENT AND STAKEHOLDER COMMUNICATION
WORK UNDER THIS TASK SHALL INCLUDE:
• On-Line Outreach Support: Preparation of narrative text and preparation of public
outreach questions regarding landscape architecture elements for incorporation by the
City of Renton into the “You Voice Renton” web page and into two (2) of the City of
Renton’s on-line surveys. The focus will be on informing the public of the scope of repairs
and the impact of the repairs and mitigation requirements on Coulon Park.
• Outreach Event: Prepare for, travel to, and attend one (1) Pop-Up Event at Coulon Park
with City of Renton and Design Team. Document in-person public questions and
comments regarding landscape architecture elements.
DELIVERABLES:
• Written narrative text and questions (Word)
• Written documentation of public comments (Word)
ASSUMPTIONS:
• As noted in the attached HBB scope of work
• The Pop-Up event will be on-site at Coulon Park, and take 1 day, including travel time and
attended by PND PM and personnel from HBB.
➢ TASK 4: CONCEPTUAL DESIGN DEVELOPMENT/ALTERNATIVES ANALYSIS
WORK UNDER THIS TASK SHALL INCLUDE:
• Develop conceptual design alternative solutions: (3) Conceptual Design Alternatives: One
(1) site plan and one (1) cross section for each alternative – PDF format.
• This conceptual site plan will highlight main site elements, including landscape character,
layout of site structures, swim-beach walls, pathways, and site furnishings. These design
solutions will consider construction complexity, cost, and permitting, as well as
environmental impacts, long-term sustainability, and recreation implications. The
concepts will illustrate the grades and elevations and/or mitigation areas to clarify site
conditions.
• The conceptual site plans will be color rendered and to scale.
• One (1) character board with photographs of similar design elements will be provided for
each alternative.
DELIVERABLES:
• (3) Conceptual Design Alternatives: One (1) site plan and one (1) cross section for each
alternative – PDF format.
• (1) Final Design Alternative with one (1) site plan and (1) cross section – PDF format.
Exhibit A-1AGENDA ITEM #5. c)
JULY, 2025 CITY OF RENTON – Coulon Swim Beach
3
• Design character boards for each conceptual design alternative – PDF format.
ASSUMPTIONS:
• As noted in the attached HBB scope of work.
• The Final Design Alternative drawing will be used for permit submissions
➢ TASK 5: PERMITTING AND REGULATORY COMPLIANCE
WORK UNDER THIS TASK SHALL INCLUDE:
• Work as described in the attached Tetra Tech scope of work.
• Finalizing Permitting Drawings and Figures based on the Final Design Alternative.
DELIVERABLES:
• As noted in the attached Tetra Tech scope of work.
• JARPA Drawings – PDF Format
• Engineering quantities and estimates for permit submissions.
ASSUMPTIONS:
• As noted in the attached scope of work
• The Final Design Alternative, as noted in Task 4, will be progressed to 30% Design Level
and used for permit submission.
• The permitting effort is contingent on the design alternative that is selected. It is
understood that the scope and fee may change depending on the design alternative
selected and the extents of improvements.
➢ TASK 6: DESIGN /CONSTRUCTION DOCUMENTS
WORK UNDER THIS TASK SHALL INCLUDE:
• Team meetings to coordinate design, schedule, and deliverables.
• Design drawings for 30, 60, 90, and 100% design levels, totaling four (4) submittals.
Drawings and details will be coordinated with the design team and comments from the
City of Renton and permitting agencies. The following sheets are assumed:
o (3) Title, Index, abbreviations, and symbols
o (2) Site Survey of Existing Conditions
o (4) Erosion and Sediment Control (ESC) Plan, ESC Details, Demo Plan, Demo
Details
o (6) Site Plan, Site Details, Utility Plan, Utility Details, Swim Beach Plan, Swim Beach
Details
o (4) Structural Plan, Wall Profile, Wall Details, Typical Details
o (2) Planting Plan and Enlargements
o (2) Plant Schedule, Notes, Plant installation & Soil Preparation Details
o (1) Irrigation Plan
o (2) Irrigation Schedule, Notes, Legend, and Details
o (1) Site Furnishings
Exhibit A-1AGENDA ITEM #5. c)
JULY, 2025 CITY OF RENTON – Coulon Swim Beach
4
• Technical Specifications: technical specifications will be provided with the 90% and 100%
design drawings.
• Engineer’s Construction Cost Estimate: Engineers estimate of probable construction cost
will be provided at each design drawing stage (4 total).
• Client and Team Review meetings: At each design stage (4 total), the design team and City
of Renton will meet to review City and Agency comments.
• Stormwater Report: Stamped stormwater Technical Information Report (TIR) per City of
Renton standards.
• Scour Analysis: Using past wind and wave analysis performed at adjacent sites, PND will
determine the expected magnitude of scour potential at the beach corner from wave
action to inform final design improvements.
• Quality Control: As noted in the attached HBB scope of work.
DELIVERABLES:
• Drawings and Details – PDF Format
• Technical Specifications – Word and PDF Format
• Cost Estimates – PDF Format
• Written Responses to Review Comments – Word or Excel Format
ASSUMPTIONS:
• Assume (16) 1 hour team coordination meetings – Virtual.
• Assume (4) 2-hour City and Team Review meeting – Virtual.
• Development of Design/Construction documents is contingent on the design alternative
that is selected. It is understood that the scope and fee may be renegotiated depending
on the design alternative selected and the extents of improvements.
• The limits of the new design improvements will be within the survey extent conducted by
APS under task 2. No additional survey included.
➢ TASK 7: BIDDING SUPPORT
WORK UNDER THIS TASK SHALL INCLUDE
• Issued for bid documents: Compilation of final signed and sealed bid documents.
Packaging of construction documents and transmitting documents to the City.
• Pre-bid meeting
• Responding to bid questions and substitution requests
• Addenda: Preparing drawing and specification revisions for up two (2) addenda
DELIVERABLES:
• Final Issued for Bid Drawings and specifications – PDF format
• Drawing and specification addenda – PDF format
• Written responses to bid questions and substitution requests.
ASSUMPTIONS:
• Assume up to an 8-week bidding period
Exhibit A-1AGENDA ITEM #5. c)
JULY, 2025 CITY OF RENTON – Coulon Swim Beach
5
• Bidding support is contingent on the design alternative that is selected. It is understood
that the scope and fee may change depending on the design alternative selected and the
extents of improvements.
➢ TASK 8: PROJECT MANAGEMENT AND COORDINATION
WORK UNDER THIS TASK SHALL INCLUDE
• Monthly reporting and invoices for an estimated duration of 12 months.
• Project Management including regular communication with the City project manager and
the interdisciplinary team.
• Quality Assurance and Quality Control reviews of all submittals.
DELIVERABLES:
• Monthly invoices – PDF format
ASSUMPTIONS:
• Estimated project duration is 12 months.
• Project management is contingent on the design alternative that is selected. It is
understood that the scope and fee may change depending on the design alternative
selected and the extents of improvements.
EXCLUSIONS
The following items are excluded from the proposed scope of work:
1) Any additional tasks not defined in the above scope of work or noted as not included.
2) Any exclusions listed in the attached HBB and Tetra Tech scopes of work.
3) Construction Administration Support
4) As-built surveys.
5) Additional Topo or Hydrographic Surveying
SCHEDULE
The schedule for this project is currently unknown, the design team will work with the City to develop an
overall project schedule that details estimated permitting timelines, schedules for deliverables. The
duration of this contracted work is estimated to take 12-months.
FEES & EXPENSES
In consideration of the above services, we are proposing the following estimated fee (see Exhibit A for fee
breakdown). Expenses are included in the consultant fees and consist of transportation, reproduction,
printing, shipping of soil samples, and other costs related to presentation graphic materials and/or in-
house quality control review contract document sets.
Exhibit A-1AGENDA ITEM #5. c)
JULY, 2025 CITY OF RENTON – Coulon Swim Beach
6
Base Contract: $ 76,500.00
Amendment 1 Fee Total: $ 345,300.00
Contract Total with Amendment 1: $ 421,800.00
The above fee is an estimate of how we expect to allocate our time. We reserve the right to move time
between phases as needed to accomplish the overall goals of the project. The above fee assumes that the
project will be developed as a single package. Bid alternates, bid additives, or subsequent repackaging of
the project into separate phases is not included.
We look forward to working with the City on this project, if you have any questions regarding the above
proposal, please call.
Sincerely,
PND Engineers, Inc | Seattle Office
Todd Belsick, P.E. Chase Castona, P.E.
Vice President Senior Engineer
Attachments:
1) Exhibit A: Fee Estimate Breakdown
2) Exhibit B: Project Limits
3) Hough Beck and Baird (HBB) Scope of Work
4) Tetra Tech Scope of Work
Exhibit A-1AGENDA ITEM #5. c)
EXHIBIT A
Project: Coulon Park Swim Beach
Owner:
Firm:
Date:
Senior Engineer VII Senior Engineer VI Senior Engineer V
Senior Engineer
IV
Senior Engineer
III Senior Engineer I
Staff Engineer
III
Staff Engineer
II Technician V
Cad Designer
VI
$ 270.00 $ 250.00 $ 230.00 $ 210.00 $ 196.00 $ 172.00 $ 147.00 $ 137.00 $ 153.00 $ 153.00
Task 3: Community Engagement and Stakeholder Communication
Subtask ID Description 1 0 10 0 0 0 0 0 0 0 PND: $2,570.00
3.1 On-Line Outreach Support 1 2
3.2 Outreach Event 8
Subtask ID Description Fee Mu 10%
SUBS: $2,800.60
3.3 HBB $2,546.00 $254.60
Task 3 Total:$5,370.60
Task 4: Conceptual Design Development/Alternatives Analysis
Subtask ID Description 10 0 20 10 0 20 0 0 0 26 PND: $16,818.00
4.1 Conceptual Design Alternatives (Up to 3) 8 12 8 12 20
4.2 Preferred Schematic Design - For Permit Submission 2 8 2 8 6
Subtask ID Description Fee Mu 10%
SUBS: $13,984.30
4.3 HBB $12,713.00 $1,271.30
Task 4 Total:$30,802.30
Task 5: Permitting and Regulatory Compliance
Subtask ID Description 3 8 12 12 0 8 0 0 0 18 PND: $12,220.00
5.1 Permit Coordination 1 4 8 4
5.2 Permit Drawings 1 4 2 4 8 10
5.3 Permit Responses and Revised Drawings 1 2 4 8
Subtask ID Description Fee Mu 10%
SUBS: $88,800.00
5.4 Tetra Tech - Permitting $80,725.00 $8,072.50
Task 5 Total:$101,020.00
Task 6: Design and Construction Documents
Subtask ID Description 32 0 54 72 0 176 136 0 0 120 PND: $104,804.00
6.1 30% Design Drawings 4 10 16 32 32 32
6.2 60% PS&E 8 16 24 40 40 32
6.3 90% PS&E 8 10 16 32 32 32
6.4 100% Issued for Bid PS&E 8 10 16 32 32 24
6.5 Stormwater Report 2 6 24
6.6 Scour Analysis 2 2 16
Subtask ID Description Fee Mu 10% SUBS: $72,523.00
6.7 HBB $65,930.00 $6,593.00
Task 6 Total:$177,327.00
City of Renton
PND
7/2/2025
Scope of Work SUBTOTALS
1 of 2 J:\2025\254012 Coulon Park Swim Beach\A. Admin\Scope and Fee\Amendment 1\Coulon Park Swim Beach - Fee Estimate
Exhibit A-1
AG
E
N
D
A
I
T
E
M
#
5
.
c
)
EXHIBIT A
Project: Coulon Park Swim Beach
Owner:
Firm:
Date:
Senior Engineer VII Senior Engineer VI Senior Engineer V
Senior Engineer
IV
Senior Engineer
III Senior Engineer I
Staff Engineer
III
Staff Engineer
II Technician V
Cad Designer
VI
$ 270.00 $ 250.00 $ 230.00 $ 210.00 $ 196.00 $ 172.00 $ 147.00 $ 137.00 $ 153.00 $ 153.00
City of Renton
PND
7/2/2025
Scope of Work SUBTOTALS
Task 7: Bidding Support
Subtask ID Description 6 0 16 10 0 6 0 0 0 8 PND: $9,656.00
7.1 Issued for Bid Documents 2 4 2 2
7.2 Pre-bid Meeting 6
7.3 Contractor RFIs 2 2 4 2
7.4 Addenda (Up to 2)2 4 4 2 8
Subtask ID Description Fee Mu 10%
SUBS: $4,808.10
7.4 HBB $4,371.00 $437.10
Task 7 Total:$14,464.10
Task 8: Project Management and Coordination
Subtask ID Description 12 0 40 0 0 0 0 0 6 0 PND: $13,358.00
8.1 Project Management 24 6
8.2 QA/QC 12 16
Subtask ID Description Fee Mu 10% SUBS: $2,541.00
8.3 HBB $2,310.00 $231.00
Task 8 Total:$15,899.00
64 8 152 104 0 210 136 0 6 172
$17,280.00 $2,000.00 $34,960.00 $21,840.00 $0.00 $36,120.00 $19,992.00 $0.00 $918.00 $26,316.00 $159,426.00
$185,457.00
Reimbursable Expenses 400.00$
PND Mileage, parking, reproduction, printing, and other project related costs.100.00$
HBB Mileage, parking, reproduction, printing, and other project related costs.100.00$
Tetra Tech Mileage, parking, reproduction, printing, and other project related costs.200.00$
$345,300.00 COST OF SERVICES
Sub Cost
Total PND Hours
PND Cost
2 of 2 J:\2025\254012 Coulon Park Swim Beach\A. Admin\Scope and Fee\Amendment 1\Coulon Park Swim Beach - Fee Estimate
Exhibit A-1
AG
E
N
D
A
I
T
E
M
#
5
.
c
)
Exh i bit B
Projec t Lim its
Legend
Coulon Creekside Shelter
Coulon Revis ed Survey Lim its
Feature 1
Gene Coulon Bird Is land
Gene Coulon Park Playground
Gene Coulon Park Sand Volleyball Courts (2)
400 ft
N
➤➤
N
APPROXIMATE LIMITS
OF OBSERVED EROSION
AND WALL
UNDERCUTTING
SURVEY LIMITS DESIGN OF NEW IMPROVEMENTS ASSUMED TO
BE WITHIN THE EXISTING SURVEY LIMITS
Exhibit A-1
AG
E
N
D
A
I
T
E
M
#
5
.
c
)
TETRA TECH – SCOPE OF WORK
Permitting Support
Exhibit A-1AGENDA ITEM #5. c)
Rev 1/25 Task Order
Page 1 of 5
ATTACHMENT A
TASK ORDER
STANDARD TASK ORDER FORM
TASK ORDER NO. 1
Coulon Park Swim Beach Repair
Execution of this Task Order by Client and TETRA TECH will serve as authorization for TETRA TECH to
carry out and complete the services as set forth below in accordance with the referenced Agreement
between Client and TETRA TECH.
1. Scope of Services:
Tetra Tech, Inc. (TETRA TECH) will provide permitting support services to assist PND, Inc.
(Client) with permitting a shoreline repair for the Gene Coulon Park swim beach for the City of
Renton (Owner). The City is seeking to restore the grade and protection features associated with
the existing swim beach. Currently this section of the swim beach is eroding and may lead to
failure of an existing shoreline stabilizing wall. A Nationwide Permit for maintenance permitting
pathway suggested by the agencies. TETRA TECH will conduct impact analyses and prepare
environmental documentation and permit applications for submittal to local, state, and federal
permitting agencies. Efficiencies are likely and assumed in the scope and fee below given our
previous permitting efforts for this facility. Scope items such as project information gathering,
species information, and agency coordination are expected to have reduced effort.
• Task 1: Regulatory Coordination
TETRA TECH will:
o Identify necessary permits and submittal materials required for project implementation.
o Act as the project representative/agent for permitting purposes and coordinate with local,
state, and federal agencies during the programmatic permitting effort.
o Initiate preliminary discussions with the Services (National Oceanic and Atmospheric
Administration (NOAA)/National Marine Fisheries Service (NMFS) and U.S. Fish and
Wildlife Service (USFWS)) for qualification of the project under the Restoration and
Permitting Program (RAP) and associated mitigation options.
o Organize and attend a virtual pre-application meeting.
o Respond to various agency and tribal requests, as needed, during the review process.
Deliverables: Organization of and attendance at pre-application meeting. Coordination with
regulatory agencies throughout the permit review process.
• Task 2: Local Permitting: State Environmental Protection Act (SEPA) Assistance/Shoreline
Substantial Development Permit (SSDP)
TETRA TECH will:
o Develop materials for the SEPA exemption submittal to the City of Renton.
o Develop and submit materials for the SSDP exemption request.
o Perform a Critical Areas survey for sensitive species and habitats and set OHWM
o Develop Critical Areas Report as part of the SSDP submittal
Deliverables: SEPA submittal materials (SEPA checklist and/or exemption form), Shoreline
Development exemption form, legal project description, fair market value), Critical Areas Report.
Exhibit A-1AGENDA ITEM #5. c)
Rev 1/25 Task Order
Page 2 of 5
• Task 3: Federal Permitting: U.S. Army Corps of Engineers (USACE) Permit/Consultation with
Services
TETRA TECH will:
o Complete the development of the Joint Aquatic Resources Permit Application (JARPA)
form for submittal to the USACE.
o Complete additional USACE submittal materials including:
Biological Assessment
Essential Fish Habitat Analysis
Project-Specific Restoration and Permitting Program (RAP) Mitigation Calculator
Dept. of Ecology Section 401 Water Quality Certification Pre-Filing Request
o Development of project impact minimization measures and conceptual mitigation options
(if unavoidable impacts are likely).
o Respond to one round of USACE comments on submitted materials.
Deliverables: Development and submittal of Federal documentation (listed above) to USACE
for a Nationwide Permit, incorporation of design elements into the RAP Calculator,
development of mitigation plan as dictated by the RAP process, Ecology Pre-Filing Request.
• Task 4: Washington Department of Fish and Wildlife (WDFW) submittal for Hydraulic Project
Approval (HPA), WA Department of Natural Resources (DNR) Lease renewal
TETRA TECH will:
o Repackage materials developed for the Federal submittal to use for the HPA application
submittal.
o Submit the repackaged information into the WDFW Aquatic Protection Permitting System
(APPS) and conduct subsequent tracking of WDFW review.
o This task includes responding to one round of comments from WDFW during the HPA
review process.
Deliverables: HPA submittal (online submission of JARPA materials, SEPA determination, and
authorized agent form through APPS). Track review process and respond to comments from
WDFW as needed.
• Task 5: Project Management
TETRA TECH will:
o Coordinate personnel internally and provide updates to Client on the work outlined in this
scope of services.
o Review existing environmental information developed during the preliminary phases of
this project to incorporate relevant information into this permitting effort.
o Attend up to four virtual coordination meetings with Client during this project.
o Provide monthly invoices to the client for the duration of the project.
Deliverables: Monthly invoicing, updates on permit review progress as needed via email,
attendance at project coordination meetings, synthesis of existing environmental information
that will be used in Tasks 3-5.
Assumptions:
Exhibit A-1AGENDA ITEM #5. c)
Rev 1/25 Task Order
Page 3 of 5
• Based on conversations with Client, it is assumed that the aquatic lands and shoreline are under
City of Renton ownership.
• This project will be exempt under SEPA and Shoreline Substantial Development as maintenance
under shoreline municipal code. It is assumed that the project will not require a separate SEPA
impact analysis.
• Permit and mitigation fees will be paid directly by the project owner or Client.
• We assume this project will qualify for a Nationwide Permit approval pathway. The level of effort
included in this scope of services assumes this programmatic permit pathway. If a Standard
Individual Permit is required, a contract amendment to the scope of services and budget will be
required.
• We assume this project will make use of the programmatic Section 401 water quality certification
associated with the Nationwide Permit process. Should an individual qualification be required, a
project specific water quality monitoring plan will be required. If a project specific water quality
monitoring plan is required, a contract amendment to the scope of services and budget will be
required.
• The Restoration and Permitting Program Calculator will be used as part of the permitting of this
project and the scope of services reflects the initial submittal to NMFS and one round of
responding to comments.
• Any mitigation required, as determined through the use RAP Calculator, will be offset through
purchase of mitigation credits and/or on-site plantings of trees or shrubs. Effort to document this
process through development of a condensed mitigation plan is included in this scope of
services to document this approach.
• Section 106 cultural resources analysis may be needed or has already been completed by the
owner as part of previous project elements, and as such is not included as part of this scope of
services.
• A macrovegetation survey is not included in this scope of services. Should one be required by
regulatory agencies, a contract amendment will be required.
• Construction support, including construction compliance observation efforts during pile driving, is
not included in this scope of services.
• All project drawings and engineering estimates of quantities will be provided by the Client.
2. Time Schedule for Performance of Services:
February 3, 2025 through December 31, 2025
3. Fees for Services:
Hourly Rate Table shown on Attachment B, Hourly Rate Table:
Client will pay TETRA TECH a fee in an amount equal to (i) the time of all personnel engaged directly in
connection with the Services based on the Rate Schedule or Hourly Rate Table, each subject to
adjustment on March 1 of each year, plus (ii) an amount for expenses actually incurred.
In addition to the Rate Schedule, the Fee is subject to a not-to-exceed amount of
$200,000. The not-to-exceed amount may be modified by an addendum to the
Agreement or Task Order.
Estimated Cost to Complete is presented below:
Exhibit A-1AGENDA ITEM #5. c)
Rev 1/25 Task Order
Page 4 of 5
TETRA TECH’s proposed fee for the above Scope of Services is $80,725.00.
Expenses
“Expenses” may include, but are not limited to, costs for transportation and subsistence incidental to
same; outside photographic or reproduction services; equipment rental; filings, applications; services
provided by professional firms, outside consultants, and testing firms; postage and freight; etc.
Expenses are subject to a not-to-exceed amount of $50,000 The not-to-exceed amount
may be modified by an addendum to this Agreement or Task Order.
Signatures:
CLIENT: TETRA TECH:
PND, INC WTR, Ocean Services
Signature Signature
Name Name
Print Name
Print Name
Title Title
Date Date
Project Name: Coulon Park Swim Beach Repair
Client: PND
Date: 1/20/2025
Project No: *****
Project Summary
Task 1 - Regulatory Coordination $15,125.00
Task 2 - Local Permitting $21,100.00
Task 3 - Federal Submittal $34,000.00
Task 4 - State Permitting (WDFW HPA)$5,100.00
Task 5 - Project Management $5,400.00
Total Budget $80,725.00
Current Proposed
Budget
Exhibit A-1AGENDA ITEM #5. c)
Rev 1/25 Task Order
Page 5 of 5
ATTACHMENT B
HOURLY RATE TABLE
Title Rate
Vice President $305
Project Principal $260
Associate $240
Project Manager $238
Senior Scientist $190
Scientist $135
Field Technician $125
GIS Specialist $170
Project Coordinator $130
Accountant $125
*Expert testimony rates are 1.5X standard rates
2025 Rate Sheet
Tetra Tech, Inc
Exhibit A-1AGENDA ITEM #5. c)
HOUGH BECK AND BAIRD (HBB) – SCOPE OF WORK
Landscape Architecture and Public Outreach
Exhibit A-1AGENDA ITEM #5. c)
Ho
u
g
h
B
e
c
k
&
B
a
i
r
d
I
n
c
.
21
01
4t
h
Ave
n
u
e,
S
u
i
t
e
18
0
0
;
Se
a
t
t
l
e
,
WA 98
1
2
1
20
6
-
68
2
-30
5
1
Ph
o
n
e
ww
w.h
b
b
s
e
a
t
t
l
e
.
c
o
m
Chase Castona, PE 11 June 2025
Senior Engineer
PND Engineers Inc.
3240 Eastlake Ave. E
Seattle, WA 98102
RE: Coulon Park Swim Beach Improvements, Amendment 1
Landscape Architecture Services
Renton, WA
Dear Chase.
Enclosed please find our Amendment for the current Coulon Park Swim Beach Improvements project. The project will seek
improvements and repair damage resulting from erosion to the upland concrete promenade, the swim-beach, and the
bulkhead wall. The site’s recreational context that may be impacted by construction activities and require restoration consists
of adjacent seating, picnic facilities, the sand-swim beach, and connectivity to the park’s pathway system.
The following professional service tasks are proposed to be added to the contract.
TASK 3 COMMUNITY ENGAGEMENT AND STAKEHOLDER COMMUNICATION
3.1 On-Line Outreach Support. Prepare narrative text and prepare public outreach questions regarding landscape
architecture elements for incorporation by the City of Renton into their “Your Voice Renton” web page and into
two (2) of the City of Renton’s on-line surveys. The focus will be on informing the public of the scope of repairs,
and impact of the repairs and mitigation requirements on Coulon Park.
3.2 Outreach Event. Prepare for, travel to, and attend one (1) Pop-Up Event at Coulon Park with City of Renton and
Design Team. Document in-person public questions and comments regarding landscape architecture elements.
It is anticipated that the event will be 2 hours long and the City of Renton will provide printed boards, easels,
tables, and supporting infrastructure as needed.
Deliverables:
Written narrative text and questions (MS Word)
Written documentation of public comments (MS Word)
TASK 4 CONCEPTUAL DESIGN DEVELOPMENT/ALTERNATIVES ANALYSIS
4.1 Conceptual Design Alternatives. Prepare one (1) conceptual site plan and one (1) conceptual cross section for
up to three (3) design alternatives. The conceptual site plan will illustrate main site elements and landscape
character, with a basic layout of site structures, swim-beach walls, pathways, and site furnishings. The concept
cross section will illustrate grade change and/or mitigation areas in a way understandable to the general public
and that clarifies site conditions. To help illustrate the design intent and character of proposed repairs,
mitigation, and site restoration:
a. The conceptual site plan, section and elevation will be color-rendered with clear labels and scale.
b. One (1) character board with photographs of similar design elements will be provided for each alternative.
Deliverables will be reviewed with the Design Team and City of Renton for feedback. Any comments will be
addressed in one (1) revision to produce the final deliverable(s).
Deliverables:
Color-rendered conceptual site plan(s) & section(s) (PDF)
Character Image Board(s) (PDF)
Exhibit A-1AGENDA ITEM #5. c)
Coulon Park Swim Beach Improvements, Amendment 1
11 June 2025
Page 2 of 5
TASK 5 PERMITTING AND REGULATORY COMPLIANCE
(not applicable in HBB Scope of Work; deliverables from Task 6 will be used for permitting)
TASK 6 DESIGN/CONSTRUCTION DOCUMENTS
6.1 Team Meetings. Prepare for and attend 1-hour virtual remote meetings with the Design Team for design
coordination, direction, schedule, and progress on deliverables. Assumes an average of four (4) team meetings
per submittal milestone for a total of sixteen (16) team meetings. Agenda and meeting notes are by others.
6.2 Drawings & Details. Prepare design drawings and details for 30%, 60%, 90%, and 100% Submittals (4 total
submittals). Drawings and details will be coordinated with the Design Team disciplines to meet the goals of the
project, requirements of permitting agencies, and will incorporate revisions based on responses to review
comments from City of Renton and permitting agencies. For each submittal, provide one (1) set of draft
drawings and details for quality control review, and one (1) set of revised drawings and details incorporating
review comments. The following, potential, sheet counts are anticipated (8 total).
Planting Plan & Enlargements (2)
Plant Schedule, Notes, Plant Installation & Soil Preparation Details (2)
Irrigation Plan (restoration) (1)
Irrigation Schedule, Notes, Legend, & Details (2)
Site Furnishings (restoration and attachments) (1)
6.3 Technical Specifications. Prepare technical specifications in CSI format based on and at 90%, and 100%
Submittals (2 total submittals). For each submittal, provide one (1) set of draft technical specifications for 90%
and 100% quality control review, and one (1) set of revised technical specifications incorporating review
comments. The following, potential, specifications that are anticipated (3 total).
32 33 00 Site Furnishings
32 84 00 Irrigation (restoration) or 32 85 00 Manual Watering
32 90 00 Planting
6.4 Cost Estimate. Provide construction cost estimates for landscape architecture elements based on and at 30%,
60%, 90%, and 100% Submittals (4 total submittals). For each submittal, provide one (1) set of draft cost
estimates for quality control review, and one (1) set of revised cost estimates incorporating review comments
6.5 Client & Team Review Meetings. At 30%, 60%, 90%, and 100% Submittals attend Design Team and City of
Renton meeting to review City and permitting agency comments, work through solutions, and provide
responses on the construction documents. Assumes four (4) virtual remote meetings of 2-hour duration each.
Agenda and meeting notes are by others
6.6 Quality Control Reviews. Perform internal QC review for each of the four (4) submittals. Quality control reviews
will be by a senior licensed staff member outside of the project. HBB will provide one (1) independent,
interdisciplinary review of the 60% construction document set.
Deliverables:
Drawings & Details (PDF)
Technical Specifications (MS Word & PDF)
Cost Estimates (PDF)
Written responses to review comments (MS Word or Excel)
Exhibit A-1AGENDA ITEM #5. c)
Coulon Park Swim Beach Improvements, Amendment 1
11 June 2025
Page 3 of 5
TASK 7 BIDDING SUPPORT
7.1 Issue For Bid Documents. Prepare final bid documents for signing and sealing. Packaging of construction
documents and advertising the final bid documents are by others
7.2 Prebid Meeting. Attend a prebid meeting at Coulon Park.
7.3 Contractor RFIs. Provide written responses to bidder questions or substitution requests.
7.4 Addenda. Prepare drawing sheet revisions for up to two (2) addenda.
Deliverables:
Revision Drawing & Detail Sheets for Addenda (PDF)
Written responses to RFIs (Email)
TASK 8 PROJECT MANAGEMENT AND COORDINATION
8.1 Monthly Reporting. Prepare and provide monthly reports with activity descriptions and invoices for estimated
duration of twelve (12) months.
Deliverables:
Monthly Reports & Invoices (PDF)
REIMBURSABLE EXPENSES (billed at 1.10).
Mileage, Parking, Car Rental, Reproduction, Printing, Document Binding, and other project related expenses.
In consideration of the above services, we are proposing the following total cost of services. See Exhibit A for estimated fee
breakdown and proposed 2025 billing rates.
Total Cost of Services $ 87,970.00
Assumptions. The above scope and fee is based on the following assumptions:
1. Scope items not explicitly mentioned within this scope and fee are considered outside of this scope and will
be considered as additional services.
2. The above fee assumes that the project will be developed as a single package. Bid alternates, bid additives,
or subsequent repackaging of the project into separate phases is additional services.
3. The above fee is an estimate of how we expect to allocate our time. We reserve the right to move time
between tasks and subtasks as needed to accomplish the overall goals of the project.
4. It may be necessary to utilize an independent AutoCAD service company to meet the schedule for this
project. If necessary, time incurred by the independent AutoCAD Service company will be billed at the
Computer and Technical Staff rate, not to exceed the Total Cost of Services for the project.
5. Base files (survey, site plan, utilities, etc.) will be provided in AutoCAD 2019 or later file version.
6. Redesign and extensive renovation of the swim-beach and adjacent upland areas of Coulon Park will be
considered as additional services.
7. Horizontal and vertical control for all paving limits will be by PND. HBB will provide layout and dimensioning
of pedestrian paving finish treatments and site furnishings only.
8. All site furnishings will be premanufactured elements or salvaged of existing. Custom design of site
furnishings is not included.
9. Attendance at public hearings, council meetings, commissions, and design review boards is not included.
Exhibit A-1AGENDA ITEM #5. c)
Coulon Park Swim Beach Improvements, Amendment 1
11 June 2025
Page 4 of 5
10. Arboricultural services are not included. Tree protection limits, details, and specifications by others.
11. Irrigation system will tie into and restore existing system (point-of-connection & controller) at Coulon Park.
12. Commissioning of the irrigation is to be provided by the General Contractor. Operations and maintenance
manuals, including watering schedule and irrigation controller programming are not included.
13. Site signs, signage system, and wayfinding signs are not included.
14. LEED, Sustainable Sites, or other sustainability rating system documentation is not included.
If an agreement has not been signed and returned within 60 calendar days, this proposal is void. Once an agreement
incorporating this proposal has been signed, dated, and received, it will be assumed that this is accepted as a basis for the
scope of services and fee incorporated into the formal letter of agreement. Let me know if there are any questions
Best regards,
HBB LANDSAPE ARCHITECTURE
Dean W. Koonts, ASLA, CPD
Principal
Attachments: Exhibit A. Fee Spreadsheet & Billing Rates
Exhibit A-1AGENDA ITEM #5. c)
Coulon Park Swim Beach Improvements
Amendment 1
Page 5 of 5
Exhibit A. HBB Fee Spreadsheet
Project:
Owner:
Firm:
Date:
Principal PM / LA Design Comp./ Tech Business Dev. Clerical/Admin.
$ 241.00 $ 215.00 $ 185.00 $ 155.00 $ 170.00 $ 120.00
TASK 3.1 9 2 0 0 0 2,546.00$
3.1 1 4 2
3.2 5
TASK 4.3 16 6 48 0 0 12,713.00$
4.1 3 16 6 48
TASK 5. 0 0 0 0 0 0 -$
TASK 6.25 106 23 212 0 0 65,930.00$
6.2 16
6.3
8 8 30
24 8 89
12 45
10 35
6.4 18 3
6.5 Cost Estimate (4 Submittals)8 4 8
6.6 25 10 5
TASK 7.1 12 0 10 0 0 4,371.00$
7.1 Issue for Bid Documents 1 3 3
7.2 PreBid Meeting 2
7.3 Contractor RFIs 5 1
7.4 2 6
TASK 8.0 6 0 0 6 0 2,310.00$
8.1 6 6
30 149 31 270 6 0
7,230.00$ 32,035.00$ 5,735.00$ 41,850.00$ 1,020.00$ -$ 87,870.00$
100.00$
87,970.00$
100% Plans (Drawings & Details) (8 Sheets)
Rate Schedule: 2025
TASK
SUBTOTAL
Total Cost
Scope of Services
Total Hours
CONCEPTUAL DESIGN DEVELOPMENT
PERMITTING AND REGULATORY COMPLIANCE
BIDDING SUPPORT
PROJECT MANAGEMENT AND COORDINATION
DESIGN/CONSTRUCTION DOCUMENTS
COMMUNITY ENGAGEMENT
Not Applicable
Team Meetings (16)
Drawings & Details
Coulon Park Swim Beach Improvement
City of Renton
HBB Landscape Architecture
June 11, 2025
HBB Total Fee
HBB Reimbursable Expenses (Billed at 1.10)
On-Line Outreach Support
Outreach Event
Conceptual design alternatives (3)
Technical Specifications (3 specs, 2 submittals)
Quality Control Reviews
Addenda (2)
Monthly Reporting (12)
30% Plans (Drawings & Details) (3 Sheets)
60% Plans (Drawings & Details) (8 Sheets)
90% Plans (Drawings & Details) (8 Sheets)
Exhibit A-1AGENDA ITEM #5. c)
SITE PLAN AG
E
N
D
A
I
T
E
M
#
5
.
c
)
AB - 3903
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: Rejection of Bids for Taxiway A Rehabilitation Associated
Improvement Projects CAG-25-098
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Administration
STAFF CONTACT: Manny Cruz, Airport Director
EXT.: 7476
FISCAL IMPACT SUMMARY:
The City received 2 bids for its proposed FAA Grant Funded Taxiway Alpha Project on May 14, 2025.
The bid amounts were as follows:
Pivetta Brothers Construction Company $16,346,703.45
Scarsella Brothers Inc. $21,292,572.73
There are two reasons the city is recommending to reject both bids. First, due to irregularities found in bid
submitted by Pivetta Brothers for the Taxiway Alpha Project the city has determined their bid to be non-
responsive. The bid from Scarcella Brothers, also showed irregularities in their identification of Subcontractor
work by failing to identify as self-performing required work in accordance with RCW 39.30.060(2) and the
difference in price between the two bids was significant in that it exceeded the Engineer’s estimate and the
funding available for this project including any FAA Funding.
SUMMARY OF ACTION:
The city advertised for the Taxiway Alpha Rehabilitation and Associated Improvement and received two bids
on May 14, 2025 from Pivetta Brothers Construction and Scarsella Brothers Inc. The City provided notification
to the FAA of having bids for a shovel ready project for consideration of an FAA grant to fund the construction.
The City was waiting for confirmation of grant award from the FAA before awarding the bid for the project, as
the project would not be possible without financial assistance from the FAA.
On June 18, 2025 the city received a letter of protest from the second lowest bidder Scarcella Brothers alleging that
Pivetta’s Bid was nonresponsive based on two irregularities contained in their required listing per Washington State Law
of a licensed Electrical Subcontractor. Secondly, Pivetta erroneously listed one of its DBE qualifying contractor as
providing a substantially higher value of work then the actual work to be performed. In seeking information in response
to this bid protest,Pivetta acknowledged both of these errors and provided revised information which inaccordance with
RCW 39.30.060 could not be considered as State Law is very specific on reporting requirement and revisions are only
allowed within one hour of bid opening which occurred on May 14, 2025. It was therefore determined the Pivetta
Brothers bid to be non-responsive.
There are two primary reasons the city is deciding to reject all bids rather than select Scarsella Brothers. First,
Scarsella neither named itself nor a subcontractor to perform plumbing work, which is also work that is
subject to the requirements of RCW 39.30.060. While language in the bidding form could be read to construe
the failure to identify as a certification of self-performance, such interpretation could be the subject of legal
AGENDA ITEM #5. d)
challenge, which again would unduly delay the project and jeopardize funding. Second, the difference in price
between bids was significant. Scarsella’s bid exceeds the City’s estimated project cost, exceeds available grant
funding, and the difference is not explained by any inference of advantage that could be gained through the
identified mistakes in Pivetta’s bid. It would be an irresponsible expenditure of limited airport resources to
award a significantly higher bid under these circumstances, particularly where such decision could still be
subject to legal challenge and associated delays.
Staff is proposing to rebid the project in accordance with the federal and state procurement regulations which
require a minimum of 13 days of bidding time. The bidding documents will be revised to clarify and eliminate
any ambiguities in the bidding requirements while maintaining the same scope of work. The schedule for
rebidding is as follows:
Post Revised Bid August 7, 2025
Bid OpeningAugust 20, 2025
Bid Award by City Council September 8, 2025
EXHIBITS:
STAFF RECOMMENDATION:
Reject all bids received and opened on May 14, 2025 for the Taxiway Alpha Project, and authorize staff to (1)
revise the RFP and solicit new bids for the Taxiway Alpha Project, (2) administratively address any irregularities
or protests that may arise out of the new bidding process, and (3) refer to the Finance Committee on
September 8th the Award to the lowest responsive and responsible bidder for the revised Taxiway A Project.
AGENDA ITEM #5. d)
AB - 3866
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: New Lease Addendum with Amazing Grace Lutheran Church LAG-14-
006
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Public Works Facilities Division
STAFF CONTACT: Jeff Minisci
EXT.:
FISCAL IMPACT SUMMARY:
The city will receive estimated annualized lease revenue of $243,505.00 annually.
SUMMARY OF ACTION:
Amazing Grace Lutheran Church has been leasing 20,677 square feet of the 200 Mill Ave Building since 2014,
occupying floors 1, 3, and 4. Due to a restructuring of their school, and a reduction in curriculum, they have
requested to reduce their leased space to 14,669 square feet, retaining only floors 1 and 3.
We propose adjusting the lease to reflect this change, with a new fair market rate of $16.50 per square foot
per year and issuing a one-year lease addendum (LAG-14-006) with Amazing Grace Lutheran Church.
Terms of the lease:
One (1) year lease addendum 7-25 effective July 1, 2025, to June 30, 2026.
$16.60 square foot/year, with an estimated annual lease amount of $243,505.00
EXHIBITS:
A. Lease LAG-14-006 Addendum 7-25
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute a 1 -year lease addendum with Amazing Grace Lutheran Church
effective July 1, 2025, to June 30, 2026, with an estimated annual lease amount of $243,505.00.
AGENDA ITEM #5. e)
Lag-14-006
Addendum 7-25
LAG-14-006 Amend No 7 Page 1 of 5
ADDENDUM No 7 TO LEASE AGREEMENT LAG-14-006
(Amazing Grace Lutheran)
THIS ADDENDUM/AMENDMENT No. 7 to Lease Agreement LAG 14-006 is effective as
of July 1, 2025 (“Effective Date”) by and between the City of Renton (“City” or “Landlord””), a
Washington municipal corporation, and Amazing Grace Lutheran Church (“School” or “Tenant.”)
a Washington non-profit corporation. The City and Tenant are referred to collectively in this
Agreement as the “Parties.”
RECITALS:
WHEREAS, under lease LAG 14-006, effective October 2, 2014, and
Addendum/Amendment No. 1 in 2016, and Addendum/Amendment No 2 dated March 9, 2020,
Addendum/Amendment No. 3 dated June 21, 2021, and Addendum/Amendment No. 4 dated
August 9, 2022, and Addendum/Amendment No. 5 dated April 1, 2023, and
Addendum/Amendment No. 6 dated July 22, 2024, the City of Renton has leased to Amazing
Grace Lutheran Church (Tenant), the use of certain spaces (First, Third, and Fourth Floors of the
building) in the Property commonly known as 200 Mill Ave S, Renton, WA (the “Property”) for
the purposes of a school; and
WHEREAS, the Tenant wishes to extend the term of this lease to June 30, 2026.
Now, THEREFORE, the Parties agree as follows:
1. Premises:
Effective July 1, 2025, Tenant shall relinquish its use and rights to suites 400 and 410, a combined
space of Five Thousand Seven Hundred and Ninety-Five square feet (5,795).
Commencing for Addendum 7-25:
(a) Tenant shall continue its lease of the First Floor approximately Eight Thousand Six
Hundred and Seventy-Seven square feet (8,677 sq ft).
(b) Tenant shall continue its lease of the Third Floor approximately Five Thousand Nine
Hundred and Ninety-Two square feet (5,992 sq ft).
2. Permitted Use: means use for purposes of school offices and classrooms for grade
students enrolled in a private educational program and related school administration services,
research and development, as well as teaching of other subjects of interest for the community
and adults consistent in nature with those of the school.
AGENDA ITEM #5. e)
Lag-14-006
Addendum 7-25
LAG-14-006 Amend No 7 Page 2 of 5
3. Term:
As of the Effective Date above, the Lease for floors (First and Third) shall be in full force and
effect and co-terminus until June 30, 2026 (“Termination Date”). Any extensions past June 30,
2026, must be by written agreement and will be reevaluated for Fair Market Value of the space.
5. Monthly Rent:
Commencing upon the Effective Date of Addendum No. 7, the following lease rates per floor will
go into effect.
A. First Floor – 8,677 Square Footage
Effective Dates Square
Footage Rate
Monthly Base
Rent
07/01/2025– 06/30/2026 $16.60 $12,003
B. Third Floor – 5,992 Square Footage
Effective Dates Square Footage
Rate
Monthly Base
Rent
07/01/2025 - 06/30/2026 $16.60 $8,289
AGENDA ITEM #5. e)
Lag-14-006
Addendum 7-25
6.All terms of the Agreement not explicitly modified herein shall remain in full force and effect and
such terms shall apply to this Amendment as if fully set forth herein.
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Amendment as of the effective date
above.
CITY OF RENTON
Armondo Pavone, Mayor
Date signed:
Attest:
Jason A. Seth, City Clerk Date attested:
APPROVED AS TO FORM ONLY
Shane Moloney, City Attorney
Clb S -20-25 (554 LAG-14-006)
LAG-14-006 Amend No 7
AMAZING GRACE LUTHERAN
CHURCH
. sy:��� �[>1:-�L2MeA!�Printed Na �� · --r>---
Title: CCJ .. � ... ,_ Date signed: ?"/5 0 :Jc.::,
Page 3 of 5
AGENDA ITEM #5. e)
Lag-14-006
Addendum 7-25
LAG-14-006 Amend No 7 Page 4 of 5
) SS
COUNTY OF )
On this day of , 20 , before me, the undersigned, a Notary Public in and for the State
of Washington, duly commissioned and sworn, personally appeared ARMONDO PAVONE to me known to be the person(s)
who signed as THE MAYOR of CITY OF RENTON, the Washington municipal corporation that executed the within and foregoing
instrument, and acknowledged said instrument to be his free and voluntary act and deed and the free and voluntary act and deed of
said Washington municipal corporation for the uses and purposes therein mentioned; and on oath stated that he was authorized to
execute the said instrument on behalf of said Washington municipal corporation.
IN WITNESS W HEREOF I have hereunto set my hand and official seal the day and year first above written.
__________________________________________
(Signature of Notary)
__________________________________________
(Print or stamp name of Notary)
NOTARY PUBLIC in and for the State of W ashington, residing at
________________________________
My Appointment Expires: ____________________
AGENDA ITEM #5. e)
STATE OF WASHINGTON
JI H'\(} ) SS
Lag-14-006
Addendum 7-25
COUNTYOF �
On this� day of J'vt � , 20 2,, 5.before me, 1\_e und9r!l\ed, a Notary Public in and for the State of Washington,
duly commissioned and s rn, personally appeared WJ4_ ��\to me known to be the .C . ....,""'-----of
At!?:,i?,� 0'¼f<:� L..�nd acknowledged the said instrument to be the free and voluntary act and deed of said AMAZING GRACE
LUTHERA CHURCH, for the uses and purposes therein mentioned, and on oath stated that s/he was authorized to execute said instrument on
behalf of said AMAZING GRACE LUTHERAN CHURCH.
IN WITNESS WHEREOF I have hereunto set my hand and official seal the day and year first above written.
NetaryPublle
StateofWu .......
MIA NGUYBN LICBNSE # 1900lt MY COMMISSION 1U1U1 OC10lllll21, ma
LAG-14-006 Amend No 7
residing at
(Signature of Notarvl Mia N��ft.A
Page 5 of 5
AGENDA ITEM #5. e)
AB - 3899
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: Authorization to Purchase Fleet Vehicles for Park Maintenance
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Maintenance Services
STAFF CONTACT: Ron Kahler, Fleet Manager , Fleet Manager
EXT.: 2660
FISCAL IMPACT SUMMARY:
The total cost of the equipment is $428,761.02 and the total amount budgeted for this equipment is $534,000.
SUMMARY OF ACTION:
The Fleet Section has obtained a quote from Bud Clary Ford for the purchase of eight (8) 2026 Ford-F20 4WD
Pick-up Trucks for the Parks and Recreation Department, Park and Trail Maintenance Division. These vehicles
will replace four (4) existing Ford F-250’s, vehicle, C239, C240, C247, C250 and fill four new truck
allocationsfornew programs.The existing Ford F-F250's werepurchased in 2008 and have reached the end of
their useful life and need to be replaced.
The funding for the vehicles was approved in the 2025-26 budget. The vehicles will bepurchased utilizing the
Washington State contract #28423. Once the new vehicles are received the old vehicles will be sent to auction.
EXHIBITS:
A. Bud Clary Ford Quote
STAFF RECOMMENDATION:
Authorize the purchase of eight (82026 Ford F-250 4WD Pick-up trucks from Bud Clary Ford in the amount of
$428,761.02.
AGENDA ITEM #5. f)
AGENDA ITEM #5. f)
AGENDA ITEM #5. f)
AB - 3901
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: Authorization to Purchase Replacement Mower
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Maintenance Services
STAFF CONTACT: Ron Kahler, Fleet Manager
EXT.: 2660
FISCAL IMPACT SUMMARY:
The total cost of the equipment is $103,591 and the total amount budgeted for this equipment is $103,000.
Authorization is requested for additional budget appropriations for the Fleet Division in the amount of $591
and will be covered with Fleet fund 501 fund balance. If authorized, this adjustment will be included with the
mid-biennial budget adjustment.
SUMMARY OF ACTION:
The Fleet Section has obtained a quote fromTurf StarWestern for the purchase of one (1)Toro Groundmaster
4000-D mower in the amount of $103,591. This equipment will replace P144 anexisting mower waspurchased
in 2009.The equipment has reached the end of their useful life and needs to be replaced.
This Equipment will be used for Parks Maintenance and Trail Maintenance for mowing turf fields.
The funding for this equipment was approved in the 2025-26 Qtr2 budget adjustments. TheEquipment will
bepurchased utilizing the Sourcewell Contract # 41637. Once the new equipment is received the old
equipment will be sent to auction.
EXHIBITS:
A. Turf Star Western Quote
STAFF RECOMMENDATION:
Authorize the purchase of one (1) Toro Goundmaster 4000-D mower from Turf Starin the amount of 103,591
and approve the additional budget appropriations of $591.
AGENDA ITEM #5. g)
AGENDA ITEM #5. g)
AB - 3900
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: Authorization to Purchase Replacement Bucket Truck for Parks and
Recreation
RECOMMENDED ACTION: Council Concur
DEPARTMENT: Public Works Maintenance Services
STAFF CONTACT: Ron Kahler, Fleet Manager , Fleet Manager
EXT.: 2660
FISCAL IMPACT SUMMARY:
The total cost of the vehicle is $247,040.00, applicable sales tax is 10.3%, amounting to $25,445.12 bringing
the total amount to $272,485.12. The total amount budgeted for this equipment is $275,000.
SUMMARY OF ACTION:
The Fleet Section has obtained a quote from Terexfor the purchase of one, 2025 Terex LTM40 Bucket Truck.
This equipment will replace an existing 2001 Altec Bucket Truck, vehicle D105. This piece of equipment has
reached the end of its useful life and needs tobe replaced to meet current safety standards.
This Equipment will be used by Parks Maintenance and Tree Maintenancefor tree trimmingwith the ability to
reach a height of 44 feet.
The funding for the Bucket Truck was approved in the 2025-26 2Qtr budget adjustments. This vehicle is
purchased utilizing the Sourcewell contract 110421. Once the new vehicle is received the old vehicle will be
sent to auction.
EXHIBITS:
A. Terex Utilities Quote
STAFF RECOMMENDATION:
Authorize the purchase of one Terex LTM40 from Terex Utilities in the amount of $272,485.12.
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU-V2 Unit: LTM40
Sourcewell Contract Number: 110421-TER
CITY OF RENTON (WA)
3555 NE 2nd Street
Renton , WA 98056
Baseline Price: $247,040.00
Grand Total Each:
$247,040.00
This written description and attached specifications have been producted by Terex USA, LLC dba Terex Utilities and shall not be
released, disclosed, nor duplicated without the written permission of Terex USA, LLC dba Terex Utilities.
Prices are subject to change until shipment. Applicable taxes and any applicable surcharges to be added. Taxes, shipping, handling and
lead times are estimates and subject to change. Quoted prices are based on total package and subject to change if all items not
purchased. All prices quoted are in U.S. dollars unless otherwise specified. Payment by cash or certified check only. Chassis price
based off current pricing available at time of quote. Pricing is subject to change based on vehicle sourcing; final price to beconfirmed prior to time of invoice. Chassis payment is due within 30 days of chassis receipt at our facility. Quote withdrawn after 60
days.
Please ensure the accuracy of the specifications and drawings you provide. Changes made after receipt of order may incur additional
charges. If you are trading equipment in, you warrant that: You have good title to the trade-in; it is free of all liens and encumbrances; all
information you have provided related to the trade-in is true and correct.
Terex purchased chassis through Terex preferred International Dealer will include at no additional cost a special tow package for 12
months/unlimited mileage to nearest International Dealership for a warrantable failure. Coverage limited to $550 per incident. For
roadside assistance call 1-800-448-7825.
Terex-purchased chassis through Terex preferred Freightliner Dealer will include at no additional cost a special tow package for 12
months/unlimited mileage/KM extended towing coverage $550 cap FEX applies. For roadside assistance call 1-800-FTL-HELP.
Notes:
1) Delivery Terms are CPT - 2020 .
- Delivery to customer included.
2) Payment Terms are Net 30 Pending Approval .
3) Delivery days from receipt of order shall be 520-720 Days .
Buyer hereby agrees to purchase the products in this quotation, subject to acceptance by Seller. Buyer has read and agrees to Seller's Terms
and Conditions of Sale.
Buyer agrees that it shall not export or re-export Terex equipment or parts, technology, information or warranty related services directly or with its
knowledge indirectly into: (a) Russia, Belarus or the following regions of Ukraine: Crimea, Sevastopol, Donetsk People’s Republic (DNR), Luhansk
People’s Republic (LNR), Kherson and Zaporizhzhia; or (b) Iran, Cuba, Syria or North Korea without first obtaining written approval from Seller.
Terex USA, LLC dba Terex Utilities
Accepted By: ____________________
Project Leader:
Steve Fedt
PO Number: ____________________
Quantity:
____________________
Account Manager:
Christopher Wright
Grand Total: ____________________
Date:
____________________
CUSTOMER ORDER ACKNOWLEDGEMENT
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 1 of 32
AGENDA ITEM #5. h)
TEREX USA, LLC dba TEREX UTILITIES (“Seller”)
TERMS AND CONDITIONS OF SALE
U.S. and CANADA (except Quebec)
1. Terms and Conditions. The provision by Seller to Buyer of any Equipment or Parts (collectively referred to as “Products”) shall be
exclusively governed by these Terms and Conditions of Sale (“Terms and Conditions”) and Seller’s sales order acknowledgement
(collectively referred to as “Agreement”). This Agreement cancels and supersedes any and all terms and conditions previously issued
by Seller and shall remain in effect unless and until superseded in writing by Seller. Acceptance of an order for Products by Seller shall
be deemed to constitute a binding agreement between the parties pursuant to these Terms and Conditions and Buyer agrees that the
order may not thereafter be countermanded or otherwise changed without the explicit prior written consent of Seller. No other terms and
conditions shall apply, including the terms of any purchase order submitted to Seller by Buyer, whether or not objected to by Seller or
whether or not such terms are inconsistent or conflict with or are in addition to these Terms and Conditions. These Terms and
Conditions shall be deemed accepted by Buyer if any of the following occurs: (i) if confirmed by Buyer, (ii) if undisputed by Buyer within
ten (10) days after receipt, or (iii) if Seller delivers Products to Buyer. Any communication construed as an offer by Seller and
acceptance thereof is expressly limited to these Terms and Conditions. The Products are intended for industrial/commercial use by
professional contractors and their trained employees and are not intended for use by consumers.
2.Terms of Payments. Payment for Products purchased by Buyer shall be made in accordance with any of the following terms,
provided they have been previously arranged with and expressly approved by Seller in writing: (1) cash in advance; (2) confirmed,
irrevocable letter of credit established in such amount and form and at such time and at such bank as shall be approved by Seller in
respect of each order; (3) credit account purchases for which payment will be due and payable on net thirty (30) day terms, plus service
and other charges applicable to past due amounts in accordance with Seller's written notices; or (4) other payment arrangements
expressly approved by Seller in writing prior to or at the time the order is placed. If any Buyer credit account purchase is not paid in
accordance with Seller's credit payment terms, in addition to any other remedies allowed in equity or by law, Seller may refuse to make
further shipments without advance payment by Buyer. Nothing contained herein shall be construed as requiring Seller to sell any
Products to Buyer on credit terms at any time, or prohibiting Seller from making any and all credit decisions which it, in its sole
discretion, deems appropriate for Seller. Seller shall have the right, at its option, to charge interest on all amounts not paid when due
and Buyer agrees to pay such interest calculated on a daily basis, from the date that payment was due until the Seller receives payment
in full, at the rate of 1.5% per month or the maximum rate permitted by applicable law. Unless otherwise agreed in writing between
Seller and Buyer, Seller may, in its sole discretion, increase or decrease the price of any Product, as Seller deems reasonably
necessary, at any time prior to shipment and invoice Buyer for the same. If Buyer orders the chassis through Seller, the chassis
payment is due upon receipt of chassis by Seller and the balance owed for the completed unit is due in accordance with agreed upon
payment terms. When supplied by Buyer, Seller will inspect the chassis upon receipt and will notify Buyer of any chassis mounted
components (including but not limited to fuel tanks, air tanks, battery boxes and exhaust systems) that require relocation. Buyer will be
invoiced for such work upon completion of the finished Equipment.
3. Taxes and Duties. Unless otherwise noted, prices quoted do not include taxes or duties of any kind or nature. Buyer agrees that it
will be responsible for filing all tax returns and paying applicable tax, duty, export preparation charge and export documentation charge
resulting from the purchase of the Products. In addition, in the event any other similar tax is determined to apply to Buyer's purchase of
the Products from Seller, Buyer agrees to indemnify and hold Seller harmless from and against any and all such other similar taxes,
duties and fees. All prices quoted are U.S. dollars unless otherwise specified. The amount of any present or future taxes applicable to
the sale, transfer, lease or use of the Products shall be paid by Buyer; or in lieu thereof, Buyer shall provide Seller with a tax exemption
certificate satisfactory to the applicable taxing authority proving that no such tax is due and payable upon such sale, transfer, lease or
use.
4. Title, Property, Risk and Delivery. Unless otherwise stated in writing, for all intra-continental United States shipments, all prices and
delivery are FCA, point of manufacture (Incoterms 2020); for all other shipments, all prices and delivery are FAS, named port of
shipment (Incoterms 2020). Title and all risk of loss or damage to Products shall pass to Buyer upon delivery, as per Incoterms 2020.
Any claims for loss, damage or delay in transit must be entered and prosecuted by the Buyer directly with the carrier, who is hereby
declared to be the agent of the Buyer. Seller shall not be liable for any delay in performance of this agreement or delivery of the
Products, or for any damages suffered by Buyer by reason of delay, when the delay is caused, directly or indirectly, by a force majeure
event described in Section 20 herein or any other cause beyond Seller's control. Claims for shortages in shipments shall be deemed
waived and released by Buyer unless made in writing within five (5) days after Buyer's receipt of shipment. Seller's responsibility for
shipment shall cease upon delivery of the Products to the place of shipment, and all claims occurring thereafter shall be made to or
against the carrier by Buyer. Delivery shall generally be 240 to 270 days after receipt by Seller of a signed Order, provided that, where
applicable: (1) Seller receives the chassis a minimum of 90 days prior to scheduled delivery, (2) drawings are timely sent by Buyer and
the approved drawings are returned to Seller by Buyer by the requested date, (3) all vendor-supplied components and Buyer-supplied
accessories are received by Seller by the date necessary to comply with scheduled delivery. Seller shall not be liable for any delay in
performance of this agreement or delivery of the Products, or for any damages suffered by Buyer by reason of delay, when the delay is
caused, directly or indirectly, by a force majeure event described in Section 20 herein or any other cause beyond Seller's control. Claims
for shortages in shipments shall be deemed waived and released by Buyer unless made in writing within fifteen (15) days after Buyer's
receipt of shipment. Seller's responsibility for shipment shall cease upon delivery of the Parts and or Equipment to the place of
shipment, and all claims occurring thereafter shall be made to or against the carrier by Buyer.
5.Delays Caused By Buyer. In the event of a delay in shipment or delivery due to delay by Buyer in furnishing delivery instructions,
arranging a method of payment satisfactory to Seller, submitting valid import permits or licenses, or any other delay caused by Buyer or
at Buyer’s request, if the Products are not shipped or delivered within five (5) days from the first date they are ready to be shipped or
2 - Terex USA, LLC dba Terex Utilities, Terms and Conditions of Sale, U.S. and Canada (except Quebec), Rev. 1 June 2023
AGENDA ITEM #5. h)
delivered, then Seller shall be entitled to charge, as compensation, any additional costs incurred related to such delay. If the Products
are not shipped or delivered by the date which is ten (10) days from the first date they are ready to be shipped or delivered, then
Buyer’s order shall be deemed cancelled and Seller may, in its sole discretion, sell such Products to another buyer without any liability
or responsibility to Buyer whatsoever. Seller shall have the right to keep payments on account already received from Buyer, and the
difference between the sales price (increased by any other and all further costs, including but not limited to attorney’s fees and
expenses, storage and other costs, and interest accrued thereon) and the price received from another buyer shall constitute a debt of
Buyer and bear interest at the same rate set forth in Section 2 herein. Seller shall be entitled to claim for any further damages suffered
as a consequence of Buyer's breach of its obligations hereunder.
6.Cancellation. Prior to delivery to place of shipment, a Product order may be cancelled only with Seller's prior consent and upon
terms indemnifying Seller from all resulting losses and damages. Seller shall have the right to cancel and refuse to complete a Product
order if any term and/or condition governing this agreement is not complied with by Buyer. In the event of cancellation by Seller, or in
the event Seller consents to a request by Buyer to stop work or to cancel the whole or any part of any order, Buyer shall, in the event
that Seller asks Buyer to do so, make reimbursement to Seller, as follows: (i) any and all work that can be completed within thirty (30)
days from date of notification to stop work on account of cancellation shall be completed, shipped and paid in full; and (ii) for work in
progress and any materials and supplies procured or for which definite commitments have been made by Seller in connection with the
order, Buyer shall pay such sums as may be required to fully compensate Seller for actual costs incurred, plus fifteen percent (15%).
Buyer may not cancel any order after Seller's delivery to place of shipment. Orders for "Special" Equipment may not be cancelled after
acceptance, except by Seller. Items of "Special" Equipment are those that differ from standard Seller specifications, have a limited
market, or incorporate specifications that have been determined for a specific application. Determination of whether an item of
Equipment is “Special” shall be made by Seller in its sole discretion.
7. Inspection and Acceptance. Buyer agrees that it shall inspect the Products immediately after receipt and promptly (in no event later
than fifteen (15) days after receipt) notify Seller in writing of any non-conformity or defect. Buyer further agrees that failure to give such
prompt notice or the commercial use of the Products shall constitute acceptance. Acceptance shall be final and Buyer waives the right
to revoke acceptance for any reason, whether or not known by Buyer at the time of such acceptance. The giving of any such notice by
Buyer shall automatically cause the provisions of Seller’s warranty to apply and govern the rights, obligations and liabilities of the
parties with respect to such nonconformity or defect, provided under no circumstances shall rejection give rise to any liability of Seller
for incidental or consequential damages or losses of any kind. Seller shall not be bound by any agent's, employee’s or any other
representation, promise or inducement not set forth herein. Seller’s catalogues, technical circulars, price lists, illustrations, drawings and
any other similar literature are for Buyer’s general guidance only and the particulars contained in them shall not constitute
representations by Seller and Seller shall not be bound by them.
8. Warranty for New Products. Seller warrants its new Equipment and Parts manufactured and sold worldwide, to be free, under
normal use and service, of any defects in material or workmanship for a period of twelve (12) months from the date of delivery(as
limited by Seller’s Limited Product Warranty); provided that Buyer sends Seller written notice of the defect within thirty (30) days of its
discovery and establishes that: (i) the Equipment has been operated and maintained in strict compliance with Seller’s operating and
maintenance manuals ; and (ii) the defect did not result in any manner from the intentional or negligent action or inaction of Buyer, its
agents or employees and (2) a new machine registration certificate has been completed, signed and delivered to the Seller within thirty
(30) days of the Equipment’s “in-service” date. If requested by Seller, Buyer must return any defective Product to Seller's manufacturing
facility, or other location designated by Seller, for inspection, and if Buyer cannot establish that conditions (i) and (ii) above have been
met, then this warranty shall not cover the alleged defect. Failure to give written notice of defect within such period shall be a waiver of
this warranty and any assistance rendered thereafter shall not extend or revive it. Accessories, assemblies and components included in
the Products of Seller, which are not manufactured by Seller, are subject to the warranty of their respective manufacturers. This
warranty shall not cover any item on which serial numbers have been altered, defaced or removed. Maintenance and wear parts are not
covered by this warranty and are the sole maintenance responsibility of Buyer. This warranty is limited to the original purchaser or end-
user if sold to a distributor, and is not assignable or otherwise transferable without written agreement of Seller. THIS WARRANTY ISEXPRESSLY IN LIEU OF AND EXCLUDES ALL OTHER WARRANTIES, EXPRESS OR IMPLIED (INCLUDING THE WARRANTIES
OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE) AND ALL OTHER OBLIGATIONS OR LIABILITY ONSELLER'S PART. THERE ARE NO WARRANTIES THAT EXTEND BEYOND THE LIMITED WARRANTY CONTAINED HEREIN.
Seller neither assumes nor authorizes any other person to assume for Seller any other liability in connection with the sale of Seller's
Products. This warranty shall not apply to any of Seller's Products or any part thereof which has been subject to misuse, alteration,
abuse, negligence, accident, acts of God or sabotage. No action by either party shall operate to extend or revive this limited warranty
without prior written consent of Seller
9. Warranty for Used Equipment. Used Equipment sold hereunder is sold on an “AS IS, WHERE IS, WITH ALL FAULTS” BASISWITH NO WARRANTIES WHATSOEVER, EXCEPT AS TO TITLE, UNLESS OTHERWISE SPECIFICALLY AGREED IN WRITING BY
BUYER AND SELLER. SELLER ASSUMES NO RESPONSIBILITY FOR THE CONDITION, SAFETY, LEGAL COMPLIANCE, ORUSABILITY OF THE USED EQUIPMENT AND MAKES NO REPRESENTATION OR WARRANTY, EXPRESS OR IMPLIED, WITH
RESPECT TO THE USED EQUIPMENT INCLUDING, WITHOUT LIMITATION, ANY IMPLIED WARRANTY OF MERCHANTABILITYOR FITNESS FOR A PARTICULAR PURPOSE. SELLER MAKES NO REPRESENTATION OR WARRANTY REGARDING THE
CONDITION OF THE USED EQUIPMENT, NOR THE SUFFICIENCY OF ANY WARNINGS, INSTRUCTIONS OR MANUALSPROVIDED WITH THE USED EQUIPMENT. Seller recommends and Buyer acknowledges that Buyer should contact the original
manufacturer to obtain all available information for the used Equipment, including but not limited to product manuals, warnings, safety
bulletins, recall notices, and instructional placards before using the used Equipment. Seller shall not be responsible for providing such
information. Buyer agrees not to assert any claims against Seller with respect to the used Equipment or its use. Buyer agrees that it
shall inspect the used Equipment prior to issuance of a purchase order for such Equipment and acknowledges that it is not relying upon
3 - Terex USA, LLC dba Terex Utilities, Terms and Conditions of Sale, U.S. and Canada (except Quebec), Rev. 1 June 2023
AGENDA ITEM #5. h)
any photographs, images, videos, representations, statements or other assertions made by Seller with respect to the used Equipment’s
condition, but is relying upon its own knowledge and/or inspection of the used Equipment.
10. Remedies for Breach. IN THE EVENT OF ANY BREACH OF THE WARRANTY BY SELLER, THE PARTIES AGREE THATSELLER'S LIABILITY SHALL BE LIMITED EXCLUSIVELY TO THE REMEDIES OF REPAIR OR REPLACEMENT (AT SELLER’S
SOLE DISCRETION) OF ANY DEFECTIVE EQUIPMENT COVERED BY THE WARRANTY. In no event shall any repair or
replacement of any defective equipment covered by the Seller’s warranty extend the length of the warranty beyond the period specified
in Section 8 herein.
11. Limitation of Liability. NOTWITHSTANDING ANYTHING CONTAINED IN THIS AGREEMENT TO THE CONTRARY, Seller and
its affiliates shall not be liable for, and specifically disclaim, any liability for any: (a) LOST PROFITS and/or businessinterruption (WHETHER DIRECT OR INDIRECT); and (b) indirect, incidental, consequential (whether direct or indirect) or other
damages or losses of any kind whatsoever, including, without limitation, labor costs, lost profits, loss of use of otherequipment, third party repairs, personal injury, emotional or mental distress, improper performance or work, penalties of any
kind, loss of service of personnel, or failure of Products to comply with any federal, state, provincial or local laws, regardlessof whether arising from a breach of contract, or warranty, legal claims or otherwise. Nothing in this Section shall operate to
exclude Seller's liability for death or personal injury when directly related to Seller’s negligent act or omission.
12. Limitation of Actions. Any action for breach of this agreement must be commenced within one (1) year after the cause of action
has accrued.
13. Specification Changes. In the event Seller incurs additional expense because of changes in specifications or drawings previously
approved by Buyer, or in the event Seller is required to modify the ordered Equipment, perform any additional work or supply any
additional Products, the additional expense shall be added to the purchase price. Buyer must submit to Seller a revised purchase order
specifying any and all requested changes. Upon receipt of Buyer’s revised purchase order, Seller shall have the right, in its sole
discretion, to accept or reject any changes in specifications requested by Buyer.
14. Trade-in Offers. Trade-in offers are subject to Seller’s inspection and acceptance of the equipment, which must have been
maintained to U.S. Department of Transportation operating and safety standards. All accessories on the equipment, including without
limitation jibs, winches, pintle hooks and trailer connectors, must remain with the equipment unless otherwise agreed by Seller and
Buyer in writing. Seller reserves the right to cancel any trade-in offers or agreements if these conditions are not met, or if Buyer has
misrepresented any information about the trade-in unit.
15. Insurance. Until the purchase price of any Products is paid in full, the Buyer shall provide and maintain insurance equal to the total
value of the Equipment delivered hereunder against customary casualties and risks; including, but not limited to fire and explosion, and
shall also insure against liability for accidents and injuries to the public or to employees, in the names of Seller and Buyer as their
interest may appear, and in an amount satisfactory to Seller. If the Buyer fails to provide such insurance, it then becomes the Buyer's
responsibility to notify the Seller so that the Seller may provide same; and the cost thereof shall be added to the contract price. All loss
resulting from the failure to affect such insurance shall be assumed by the Buyer.
16. Patents, Copyrights, Trademarks, Confidentiality. No license or other rights under any patents, copyrights or trademarks owned
or controlled by Seller or under which Seller is licensed are granted to Buyer or implied by the sale of Products hereunder. Buyer shall
not identify as genuine products of Seller products purchased hereunder which Buyer has treated, modified or altered in any way, nor
shall Buyer use Seller's trademarks to identify such products; provided, however, that Buyer may identify such products as utilizing,
containing or having been manufactured from genuine products of Seller as treated, modified or altered by Buyer or Buyer's
representative, upon prior written approval of Seller. All plans, photographs, designs, drawings, blueprints, manuals, specifications and
other documents relating to the business of Seller ("Information") shall be and remain the exclusive property of Seller and shall be
treated by Buyer as confidential information and not disclosed, given, loaned, exhibited, sold or transferred to any third party without
Seller’s prior written approval; provided, however, that these restrictions shall not apply to Information that Buyer can demonstrate: (a)
at the time of disclosure, is generally known to the public other than as a result of a breach of this Agreement by Buyer; or (b) is already
in Buyer's possession at the time of disclosure by from a third party having a right to impart such Information.
17. Default and Seller's Remedies. In the event of default by Buyer, all unpaid sums and installments owed to Seller, shall, at Seller's
sole option, become immediately due and payable without notice of any kind to Buyer. In addition to its right of acceleration, Seller may
pursue any and all remedies allowed by law or in equity, including but not limited to any and all remedies available to it under the
Delaware Uniform Commercial Code. In addition to the foregoing, and not in limitation thereof, Seller shall have the right to set off any
credits or amounts owed to Buyer against any amounts owed by Buyer to Seller.
18. Indemnification by Buyer. Buyer hereby agrees to indemnify, release, defend and hold harmless Seller, its directors, officers,
employees, agents, representatives, successors, and assigns against any and all suits, actions or proceedings at law or in equity
(including the costs, expenses and reasonable attorney's fees incurred in connection with the defense of any such matter) and from any
and all claims demands, losses, judgments, damages, costs, expenses or liabilities, to any person whatsoever (including Buyer's and
Seller's employees or any third party), or damage to any property (including Buyer's property) arising out of or in any way connected
with the performance or the furnishing of Products under this agreement, regardless of whether any act, omission, negligence (including
any act, omission or negligence, relating to the manufacture, design, repair, erection, service or installation of or warnings made or lack
thereof with respect to any Products furnished hereunder) of Seller, its directors, officers, employees, agents, representatives,
4 - Terex USA, LLC dba Terex Utilities, Terms and Conditions of Sale, U.S. and Canada (except Quebec), Rev. 1 June 2023
AGENDA ITEM #5. h)
successors or assigns caused or contributed thereto. If Buyer fails to fulfill any of its obligations under this paragraph or this agreement,
Buyer agrees to pay Seller all costs, expenses and attorney's fees incurred by Seller to establish or enforce Seller's rights. The
provisions of this paragraph are in addition to any other rights or obligations set forth in this agreement.
19. Installation. Unless otherwise expressly agreed in writing, Buyer shall be solely responsible for the installation and erection of the
Products purchased. Although Seller may in some cases provide a serviceman, data and drawings to aid Buyer with installation or start-
up, Seller assumes no responsibility for proper installation or support of any Products when installed and disclaims any express or
implied warranties with respect to such installation and support. Notwithstanding whether data and drawings are provided or a
serviceman aids in the installation, Buyer shall indemnify and hold Seller harmless and at Seller's request, defend Seller from all claims,
demands or legal proceedings (including the costs, expenses and reasonable attorney's fees incurred in connection with the defense of
any such matter) which may be made or brought against Seller in connection with damage or personal injury arising out of said
installation or start-up.
20. Force Majeure. Seller shall not be liable to Buyer or be deemed to be in breach of this agreement by reason of any delay in
performing, or any failure to perform, any of Seller’s obligations in relation to the Products if the delay or failure was due to any cause
beyond the reasonable control of Seller including (without limitation) strike, lockout, riot, civil commotion, fire, accident, explosion,
tempest, act of God, war, epidemic, stoppage of transport, terrorist activity, supply shortage or changes in government, governmental
agency, laws, regulations or administrative practices.
21. Anti-Corruption; Export Controls; No Boycotts. Buyer agrees that it shall, and that any party retained or paid by the Buyer
(“Retained Party”) shall, comply with all applicable laws including, but not limited to, laws prohibiting public corruption and commercial
bribery. Buyer further agrees that it shall, and that any Retained Party shall, comply with all applicable export controls, economic
sanctions, embargoes and regulations regarding the export, re-export, shipment, distribution and/or sale of Products, technology,
information or warranty related services. Buyer further agrees that it shall not, and any Retained Party shall not, export or re-export
Products, technology, information or warranty related services directly or with its knowledge indirectly into Iran, Sudan, Cuba, Syria,
North Korea, the Crimea Region of the Ukraine or Russia without Buyer first obtaining written approval from Seller. Failure to comply
strictly with this section and all applicable laws, regulations and licensing/approval requirements shall be grounds for immediate
termination of this agreement by Seller. Notwithstanding anything to the contrary contained in any agreement between the Buyer and
Seller or in any other document or agreement relating to the Products sold hereunder, Seller will not comply with requests related to the
boycott of any country or other jurisdiction, except to the extent such boycott is required by or otherwise not inconsistent with United
States law.
22. Telematics. If a telematics system is included with the Equipment, the telematics system is administered by a third party
(“Teleservice Provider”) and collects a range of operational data about the Equipment including, but not limited to, usage, performance
and reliability. Buyer consents to Seller’s obtaining such data from the Teleservice Provider for warranty, product improvement,
marketing and customer support purposes and to Seller’s management and reporting of data (personal and non-personal) about the
Equipment including, but not limited to, fuel consumption, up/down times, operation, defects, parts replacement, movement and
location. Buyer shall, to the extent required by applicable law, obtain consent from its customers and/or any third party for Seller and/or
third parties to provide teleservices and data to Buyer. Buyer shall comply with all applicable laws relating to the provision of
teleservices. Buyer agrees to be bound by the current version of the Terex Telematics Terms of Use at https://www.terex.com/en/
products/telematics-tou.
23. Construction and Severability. These Terms and Conditions of Sale constitute the entire agreement between the parties
regarding the subject matter hereof and shall be construed and enforced in accordance with the laws of Delaware. The United Nations
Convention on Contracts for the International Sale of Goods (1980) (CISG) shall not apply. The invalidity or unenforceability of any
provisions of this agreement shall not affect any other provision and this agreement shall be construed in all respects as if such invalid
or unenforceable provision were omitted.
24. Jurisdiction. The parties agree that the proper and exclusive forum and venue in all legal actions brought to enforce or construe
any provisions herein shall be in United States District Court, District of Delaware or, if federal jurisdiction is lacking in such action, in
New Castle County Superior Court in Delaware.
25. No Assignment. No rights arising under this agreement may be assigned by the Buyer unless expressly agreed to in writing by the
Seller.
26. No Set-off. Buyer shall have no right to set-off any amounts it may owe Seller against amounts Seller may owe Buyer under this or
any other agreement between Buyer and Seller.
27. Miscellaneous. Buyer represents that: (i) it is solvent and has the financial ability to pay for the Equipment and Parts purchased
hereunder and (ii) it has all requisite right, power and authority to perform its obligations under this agreement.
Buyer’s Initials: ________________
5 - Terex USA, LLC dba Terex Utilities, Terms and Conditions of Sale, U.S. and Canada (except Quebec), Rev. 1 June 2023
AGENDA ITEM #5. h)
TEREX USA, LLC dba TEREX UTILITIES (“Seller”),as to the equipment manufactured by each respective company, warrants its new
equipment and parts manufactured and sold worldwide to be free, under normal use and service, of any defects in manufacture or
materials for a period of 12 months from date of delivery to the first end user, but in no event longer than 18 months from date
of shipment from the factory; provided that (1) Seller receives written notice of the defect within thirty (30) days of its discovery and
Buyer establishes that (i) the equipment has been maintained and operated within the limits of rated and normal usage; and (ii) the
defect did not result in any manner from the intentional or negligent action or inaction by Buyer, its agents or employees, and (2) a new
machine registration certificate has been completed and received by Seller within thirty (30) days of the equipment’s “in-service” date. If
requested by Seller, Buyer must return the defective equipment to Seller’s manufacturing facility, or other location designated by Seller,
for inspection, and if Buyer cannot establish that conditions (1) (i) and (1) (ii) above have been met, then this warranty shall not cover
the alleged defect.
Seller’s obligation and liability under this warranty is expressly limited to, at Seller’s sole option, repairing or replacing, with new or
remanufactured parts or components, any part which appears to Seller upon inspection to have been defective in material or
workmanship. Such parts shall be provided at no cost to the owner, FOB Seller’s parts facility (Incoterms 2010). If requested by Seller,
components or parts for which a warranty claim is made shall be returned to Seller at a location designated by Seller. All components
and parts replaced under this warranty become the property of Seller. This warranty shall be null and void if parts (including wear parts)
or attachments other than genuine OEM Seller parts or approved attachments are used in or attached to the equipment.
Accessories, assemblies and components included in Seller’s equipment, which are not manufactured by Seller, are subject to the
warranty of their respective manufacturers. Normal maintenance, adjustments, or maintenance/wear parts, are not covered by this
warranty and are the sole maintenance responsibility of Buyer.
The following structural members have a lifetime parts only warranty for the original Buyer after date of shipment from Seller: sub frame,
pedestal, turntable, and boom. Replacement of fiberglass jibs, seals, gaskets, hoses, and exterior coating is not covered under the
lifetime warranty. The lifetime warranty requires an annual service inspection of the equipment by an authorized distributor of Seller. The
sub frame, pedestal, turntable, and boom shall have a 5 year parts only warranty if the annual service inspection is performed by an
approved entity other than an authorized distributor of Seller. All replacement parts must be genuine OEM Seller parts.
SELLER MAKES NO OTHER WARRANTY, EXPRESS OR IMPLIED, AND MAKES NO WARRANTY OF MERCHANTABILITY OR
FITNESS FOR ANY PARTICULAR PURPOSE,AS TO THE EQUIPMENT AND PARTS IT SUPPLIES.
No employee or representative of Seller is authorized to modify this warranty unless such modification is made in writing and signed by
an authorized officer of Seller. Seller’s warranty is continuous for the stated period, and “stopping and restarting” such period is not
permitted.
Seller’s obligation under this warranty shall not include duty, taxes, environmental fees, including without limitation, disposal or handling
of tires, batteries, petrochemical items, or any other charges whatsoever. Seller shall not be liable for indirect, incidental, or
consequential damages, even if advised of the possibility of such damages.
Improper maintenance, improper use, abuse, improper storage, operation beyond rated capacity, operation after discovery of defective
or worn parts, accident, sabotage or alteration or repair of the equipment by persons not authorized by Seller shall render this warranty
null and void. Seller reserves the right to inspect the installation of the product and review maintenance procedures to determine if the
failure is covered under this warranty.
Parts Warranty: Seller warrants the parts ordered from the Seller to be free of defects in materials or workmanship for either (1) a
period of 12 months after date of shipment from the factory, or (2) the balance of the remaining new equipment warranty, whichever
occurs first. With respect to parts ordered from Seller for equipment for which the warranty has expired, Seller warrants such parts to be
free of defects in materials or workmanship for a period of 12 months after date of shipment from the factory.
NO TRANSFERABILITY OF WARRANTY: This warranty is limited to the original purchaser or original end-user if sold to a distributor,
and is not assignable or otherwise transferable without the written agreement of Seller.
ITEMS NOT COVERED BY WARRANTY
The following listed items, which are not exhaustive, are NOT covered under this warranty:
1. Items sold by any individual, corporation, partnership or any other organization or legal entity that is not authorized by Seller to
distribute its equipment.
LIMITED PRODUCT WARRANTY
Page 6 of 32
AGENDA ITEM #5. h)
2. Inbound freight, duty and taxes for replacement components or outbound freight, duty, and taxes for any part requested as a warranty
return.
3. Components which are not manufactured by Seller or its affiliates. Such components may include, but are not limited to, chassis,
engines, batteries, tires, customer-supplied products, transmissions, air compressors, and axles.
4. Replacement of a complete assembly that is field repairable by the replacement or repair of defective part(s) within the assembly.
Seller has the option to repair or replace any defective part or assembly.
5. Wear parts and maintenance services including, but not limited to: lamps, lenses, seals, gaskets, hoses, filters, breathers, belts,
nozzles, friction plates, glass, clutch and brake linings, wire rope, nuts and fittings, exterior coatings, proper tightening of bolts, adding or
replacing of fluids, adjustments of any kind, services, inspections, diagnostic time, travel time and supplies such as hand cleaners,
towels and lubricants.
6. Damage caused by carrier handling. Any such claim for damage should be filed immediately with the respective carrier.
7. Repairs, work required or parts exposed as the result of age, storage, weathering, lack of use, demonstration use, or use for
transportation of corrosive chemicals.
8. Damage resulting to the equipment or parts should the owner or operator continue to operate the equipment after it has been noted
that a failure has occurred.
9. Damage caused by, or labor or other costs related to, work performed by personnel not authorized by Seller to service the
equipment.
IN NO EVENT SHALL SELLER, OR ANY AFFILIATE, SUBSIDIARY OR DIVISION THEREOF BE LIABLE FOR INDIRECT,
INCIDENTAL OR CONSEQUENTIAL DAMAGES OR LOSSES RESULTING FROM ANY BREACH OF WARRANTY,
REPRESENTATION OR CONDITION, EXPRESS OR IMPLIED, OR ANY TERMS OF THIS WARRANTY, OR ANY BREACH OF ANY
DUTY OR OBLIGATION IMPOSED BY STATUTE, CONTRACT, TORT, COMMON LAW OR OTHERWISE (WHETHER OR NOT
CAUSED BY THE NEGLIGENCE OF THE SELLER, ITS EMPLOYEES, AGENTS OR OTHERWISE), INCLUDING, WITHOUT
LIMITATION, LOSS OF USE, LOST PROFITS OR REVENUES, LABOR OR EMPLOYMENT COSTS, LOSS OF USE OF OTHER
EQUIPMENT, DOWNTIME OR HIRE CHARGES, THIRD PARTY REPAIRS, IMPROPER PERFORMANCE OR WORK, LOSS OF
SERVICE OF PERSONNEL, LOSS OF CONTRACTOR OPPORTUNITY AND PENALTIES OF ANY KIND, PERSONAL INJURY,
EMOTIONAL OR MENTAL DISTRESS, OR FAILURE OF EQUIPMENT TO COMPLY WITH ANY APPLICABLE LAWS. The Seller’s
liability to the Buyer shall not in any event exceed the purchase price of the equipment.
THIS WARRANTY IS EXPRESSLY IN LIEU OF AND EXCLUDES ALL OTHER WARRANTIES, REPRESENTATIONS AND
CONDITIONS, EXPRESS OR IMPLIED AND ALL OTHER STATUTORY, CONTRACTUAL, TORTIOUS AND COMMON LAW
OBLIGATIONS OR LIABILITY ON SELLER'S PART ARE HEREBY EXPRESSLY EXCLUDED TO THE MAXIMUM EXTENT
PERMITTED BY LAW. THERE ARE NO WARRANTIES THAT EXTEND BEYOND THE LIMITED WARRANTY CONTAINED HEREIN.
Seller neither assumes nor authorizes any other person to assume for Seller any other liability in connection with the sale of
Seller’s equipment. In the event that any provision of this warranty is held unenforceable for any reason, the remaining
provisions shall remain in full force and effect.
LIMITED PRODUCT WARRANTY
Page 7 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
CITY OF RENTON (WA)
3555 NE 2nd Street
Renton , WA 98056
Qty.
Description
UNIT
1
Ltm40 Telescopic Aerial Device
One (1) New Terex Hi-Ranger LTM40 Articulating / Telescoping Aerial Device
providing a working height of 44.5 ft (13.6 m).
Unit will be mounted behind the cab.
Design Criteria:
* Design criteria is in accordance with current industry and engineering standards
applicable and accepted for structural and hydraulic design.
Aerial device is designed as a Category C machine in accordance and is
dielectrically tested and rated for operation on systems up to 46 Kv phase to phase
per ANSI/SIA A92.2-2021
Hydraulic System:
* Full pressure open center hydraulic system.
* Hydraulic hoses are equipped with permanent type fittings.
Miscellaneous:
* All metallic components of the complete aerial device are powder coat white.
* The fiberglass upper boom, boom inserts, platforms, and covers are white.
* One complete paper manual and access to an electronic copy of the manual providing operational and
maintenance procedures, and a replacement parts listing.
* Warning decals provided with unit.
1
Boom, Lower 85 Deg Art. O/R 436544
Turntable and Lower Boom Assembly:
Lower Boom:
* Filament wound high strength fiberglass insert providing an insulation gap.
* The lower boom articulation is from -5 to 85 degrees.
* Side reach of 30.0 ft.(9.1 m)
Lower Controls:
* Individual control levers are located in an accessible location on the turntable.
Rotation:
* Self-locking worm gear rotation drive is provided and equipped with bi-directional
motor.
Upper Boom:
* Filament wound high strength fiberglass boom providing an insulation gap.
* The upper boom has an articulation of -20 to 80 degrees
Second Section Boom:
* Filament wound high strength fiberglass boom providing an insulation gap.
* Tapered non-metallic rollers mounted at the end of the second section boom support
the fiberglass boom under load minimizing scratches and abrasions.
* The sides of the fiberglass boom are supported and guided by non-metallic rollers
to reduce tracking.
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 8 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
1
Mtg Kit Dodge, Modified A-Frames(436544)
Mounting Kit:
* Behind cab mount for use with (1) set of A-frame outriggers attached to tower and
tie plates.
1
O/R Cntrls, 1 Set W/Tools
Controls For 1-Sets of Outriggers And Auxiliary Tool Outlets (Open center systems):
* Recessed at rear of truck each side for ease of view for outrigger placement.
* Includes switches and alarm for outrigger in motion alarm.
1
Outrigger Intrlck,12v,Sag Lht(1 Set Af)
Outrigger Interlock and SAG light opening:
* To operate the boom the outriggers must be extended.
SAG Light opening in outrigger leg:
* Includes wiring and switch.
* Opening only no light.
1
Pedestal,44 (To 48 Cab)
Pedestal.
1
20 Gal Bed Mt Hyd Tank
A 20-gallon hydraulic oil reservoir provided with a spin-on type 10-micron return line filter
a 100-mesh filter screen baffles outlet filter screen clean out access hole dipstick and
a ball type shut off valve.
1
Boom Tip,End,Rot & Platf Lifter - No Jib
Boom Tip with 4 Function Controls, Platform Rotator and Platform Lifter:
Upper Controls: Control-Plus single stick controller.
* Enable lever must be actuated before operation.
The end mount platform rotator offering 180 degrees of hydraulic rotation.
The platform lifter provides 24 of vertical platform lift.
Hydraulic Platform Tilt is provided at platform and lower controls.
Engine Stop/Start controlled at platform and lower controls.
Throttle System - Demand:
When the PTO switch is activated the engine RPM's will increase slightly above idle to a preset
level. The engine RPMs are preset for appropriate hydraulic oil flow GPM for unit operation
according to PTO/pump combination.
Hydraulic Tool Outlets At Platform.
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 9 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
1
300 Lbs Platform Capacity
Platform with a rated capacity of 300 lbs.
1
Customer Declined - Fall Arrest Harness
Customer Decline Fall Arrest.
1
Platform Rest,Single,24x30,Lifter
A rigid platform rest provides platform support during road travel.
1
Liner W/Step, 24x30
Insulated Platform Liner with Step for 24 x 30 x 42 Platform:
* Tested at 50 KV AC.
1
Cover, Platform Only, 24x30
Vinyl Platform Cover For 24 x 30 Platform:
* Waterproof with internal elastic cord around edge.
1
Tools, Dual, Flow Control
Dual Hydraulic Tool Outlets At Platform With Flow Control:
* Installed at the platform to accommodate two open center hydraulic tools.
* Provides 5 GPM at 2250 psi at engine idle.
1
Collector Block, 4 Channel Electric Ring
Continuous And Unrestricted Rotation:
* A hydraulic rotary manifold provides a rotating oil distribution system for
continuous and unrestricted rotation.
* A 4 channel electric collector ring is provided as standard.
1
Auxiliary Letdown,12v
Auxiliary Let Down for use with Open Center Hydraulics:
* Allows for the descent of the boom (platform) in the most direct manner for a time
limited by the duty cycle of the electric motor.
*Includes 12 volt electric motor for use on a 12 volt chassis.
Note: This includes a switch for activation at pedestal for electric or air function.
1
Terex Advanced Chassis Controller
Terex Advanced Chassis Controller:
* Multiplexed system to include: Controller, LCD Screen, Manual and Schematics.
* Standard Options: Diagnostics, Status Screens, Event Log, Hours Meter, Selectable Button Labels,
System Alerts and System Test.
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 10 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
* Programmable settings allow installer to customize/select options need for their application.
* Screw terminal-type connections and enclosure to cover connections.
* Recommended on Class 6 and above chassis with multiple outputs
* The PTO hour is standard. The engine hour meter is standard (When available). This is a message
we get from the truck Data link. All trucks except Ford give us the Engine hours. So if it's a
Ford, we just display PTO hours.
1
Ub Rest, Automatic
A boom rest with a automatic latch is provided.
1
Boom Storage Warning Light, 12v - All
Boom storage warning light:
* Alerts operator if aerial or digger derrick device(s) is not properly stored.
1
Lift Eye For Lower Boom
Lower Boom Material Handling Lift Eye:
* Maximum capacity of 1000 lbs.
1
Transmission, Automatic, Dodge
Pump for systems requiring 8 gallons per minute:
*Fixed displacement gear pump
1
Usa
American flag displayed on unit.
1
Limited Product Warranty - Standard
Factory Warranty
1
493530 PLATFORM, 24X48 END MOUNT I/O STEP, DRAIN
1
Dodge 5500 Chassis - Reference Chassis details included with quote
1
126" Line Body - Reference body details included with quote
1
Install Ltm Behind Cab
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 11 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
Install Aerial Device Behind Cab And Install All Associated Components:
* Final test and inspect completed unit including stability and dielectric testing
per manufacturers requirements.
1
Hose & Fitting Kit Group 1
Hose and fittings to connect the hydraulic system from the oil reservoir to the
pump and unit.
1
Misc Shop Supplies Group 3
Miscellaneous shop supplies.
1
Platform Rest Bottom Base Group 3
Platform rest, bottom base
1
Chassis Spring Add Left Rear( Req. Art)
Chassis Spring Additions:
* Build up left rear chassis springs to level vehicle.
1
Pto (Muncie) For Automatic Transmission
Power take off with indicator light for automatic transmission.
1
Reference QU14724 for all install details
1
Dot Inspection
DOT Inspection.
1
Set Chassis Parameters ( Req\'D)
Set chassis parameters.
1
Ecco Back-Up Alarm
Back-up alarm to sound when the vehicle is shifted into reverse.
2
Poly 24 X 24 X 1 Terex Logo
24 x 24 x 1 poly outrigger pads.
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 12 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
2
Rubber Wheel Chock Eye Bolt (Standard)
Rubber wheel chocks with eye bolt.
1
Front Bumper Wing-Style Cone Holder - 65372869
1
Grab Handle Set Three Point Contact
Grab Handle set for three point contact.
1
Access Body ( Floor To Top Of Body )
Access step mounted on floor of the body to access the top of body compartment or access platform.
2
Mud Flap - Terex Logo (Standard)
Mud flap with logo.
Note: Trim As-Required.
1
Mounting Bracket For Grounding Cable
Bracket for storing grounding cable.
1
Grounding Loop Kit (One Each)
Grounding Loop Kit:
* Consists of (2) grounding copper rings located one at front and one at rear.
2
V-Rest Type Telescoping Pole Carrier - 0096338
1
Light Duty Chassis Cab Guard - PN's - 65375149 - 553900 - 092201
1
Bed Mount Ltm (65388622-65388620)
Boom rest.
1
Truck-Lite 9-Lamp Led Kit Fmvss Dot
Truck-Lite LED 9-lamp DOT Lighting Package:
* Complies with FMVSS 108
* Includes required lights, junction box and wiring harness.
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 13 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
* Note: Includes lighted License Plate Area
* Note: Includes Clearance Lights if Applicable to application.
1
Reference QU14724 for lighting details
1
Inverter 2400w
2400 watt inverter, continuous, 120VAC, Up to 20A.
2
Light Led White (Grill Mount)(One Light)
Whelen LED 3.5 White Flash Light.
*3 LED Clusters, 10 flash pattern.
2
Federal Signal UltraStar LED Beacon - 65343613
2
Federal Signal Perimeter LED Light - 65366363
2
Federal Signal Perimeter LED Light - 65366365
2
Federal Signal Perimeter LED Light - 65366367
1
Golight Led Radioray White 79004
Golight, 79004, LED Radioray, Permanent mount shoe and suction cup, handheld wireless remote and
white in color.
1
X335 Unit Door/Cab Mount Spotlight
X335 cab door post mounted LED spotlight.
3
Work Light 4-12v Truck-Lite - Led
Truck-Lite 4 round LED work light.
1
Pintle Hook 2 Ball Combination Bh82000
BH82000 Combination Pintle Hook And 2 Ball:
* Safety chain eyes.
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 14 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
Pintle hook brackets and attachment methods are designed to meet the associated pintle hook
ratings. They are not designed for recovery purposes. If recovery attachments are required, please
order the appropriate tow eyes.
1
Icc Rear Bumper
ICC rear bumper.
1
6-Prong Trailer Socket(Combined)Lt Dty
6-prong trailer socket.
1
Front Timbrens - Rubber Stabilizers
Timbren rubber stabilizers installed on axle.
1
Torsion Bar Rear
Torsion bar stabilizer for rear axle.
1
Oil Tank Mounting (Req For External)
Oil tank mounting for external reservoirs.
30
Hydraulic Oil - General Purpose
Fill with Hydraulic oil for general purpose use.
* Refer to the product maintenance manual for specific type to be used.
1
Safety Kit 5# Fire Extinguisher-Abc(Std)
Safety Kit consists of the following:
* 5-lb ABC fire extinguisher with bracket.
* James King triangle reflector kit.
1
Paint Body Floor With Non-Skid Paint
Paint body floor with non-skid paint.
1
Paint Compartment Top Non-Skid Paint
Paint compartment top with non-skid paint.
1
Paint Cab Guard
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 15 of 32
AGENDA ITEM #5. h)
Date: 12-MAY-2025 Quote Number: QU32541-TU- V2 Unit: LTM40
Paint cab guard one color.
* Note: specify color
Terex USA, LLC dba Terex Utilities
1. Federal Excise Tax will be added if certificate is not supplied with order.
2. The following items must be considered by the purchaser if not already included: Strobe Light; Wheel
Chocks; Outrigger Pads; Outrigger Out of Stow Light; Truck Grounding Kit; Barricade Kit; Boom Stow
Interlock; Auxiliary Let Down; Platform Liner; Platform Cover; Two-Speed; Start/Stop Controls; Oil Cooler;
PAL; Anti-Two Block (Digger Derricks); Load Display (Digger Derricks) and Load Alert (Aerials).
3. Terex USA, LLC dba Terex Utilities strongly recommends all installation accessories be located up front in
front in the quote or secondarily on the approved engineering drawing. Any accessories located or relocated
during manufacturing may be subject to additional charges.
4. Terex USA, LLC dba Terex Utilities - Offers In-service Training.
5. Terex USA, LLC dba Terex Utilities - Assembly in Watertown.South Dakota is ISO 9001:2000 Certified.
Terex USA, LLC dba Terex Utilities - 3140 15th Avenue SE - Watertown, SD 57201 - Phone: 605-882-4000
Page 16 of 32
AGENDA ITEM #5. h)
B&G Bodies, Inc.
2925 9th Ave SW
Watertown SD Lead Time 6 Months
57201
Quotation Number 15227B
For the attention of Doug Pahl Name Chad Noeldner
Telephone (605) 884-1023
Terex
Customer:City of Renton Date 5/12/2025
DESCRIPTION
B&G Bodies Inc. 126" Line Body 40 inches high X 94 inches wide.
18 Inch compartment depth.
58 Inch bed area.
24 Inch top of floor to top of body.
18 Inch horizontal compartment height.
12 Ga Wheel Wells Covers.
16 Ga. Galvanneal body materials.
12 Ga. Hot rolled treadplate floor.
12 Ga. Hot rolled treadplate compartment tops.
Stainless Steel Automotive rotary type door latches.
Stainless steel rod and socket type door hinges.
Chain stops on all doors.
* Spring Retainers on Horizontal Doors
Double Panel Body Doors.
Rubber rolled crown type fenders. (Ship Loose - No Cutouts)
Master door lock system.
Automotive Bulb Type Weatherstripping. (Ship Loose)
Front bulk head. (Bolt-On)
Shelving / Hooks installed on DUAL Uni-Strut for infinate adjustment.
Streetside Compartmentation:
1st Vertical:
24 Inches wide with Five (5) fixed material hooks 1-3-1.
2nd Vertical:
24 Inches wide with Two (2) shelves each with 4 adjustable dividers.
Horizontal:
54 Inch open compartment.
Rear Vertical:
Page 1
AGENDA ITEM #5. h)
B&G Bodies, Inc.
2925 9th Ave SW
Watertown SD Lead Time 6 Months
24 Inches wide with Two (2) shelves each with 4 adjustable dividers.
Hotstick Shelf:
126 Inches long with rear dropdown access door.
Curbside Compartmentation:
1st Vertical:
24 Inches wide with Two (2) shelves each with 4 adjustable dividers.
One (1) Shelf and Vent in compartment for Inverter. (Shelf to be Ship Loose)
2nd Vertical:
24 Inch wide gripstrut access steps to bed area.
Horizontal:
54 Inch compartment.
Eight (8) Adjustable dividers installed in compartment bottom.
Rear Vertical:
24 Inches wide with Five (5) fixed material hooks 1-3-1.
Frame Installation:
Install Customer Supplied LT Insert in Frame and Floor.
6" x 6" Square tube installed 17.375" from front of body on Streetside.
Tailshelf:
Treadplate tailshelf 30 inches long X Full Width X 6 inches high with
7-Lamp light bar installed at rear.
Bumper: (Ship Loose)
Recessed 2-section bumper 10" long X 94" wide with gripstrut top.
Wheel Chock Storage:
Two built into body wheelwells curbside.
Paint:
Finish Paint Body and Inside of compartments Taffeta White.
Page 2
AGENDA ITEM #5. h)
Watertown Ford Chrysler
2024 RAM 5500 Chassis Tradesman/SLT
AGENDA ITEM #5. h)
March 12, 2024
Re: 2024 RAM 5500 Chassis Tradesman/SLT
To Whom It May Concern,
Thank you very much for your interest in acquiring a vehicle from our dealership. We
concur that your interest is well deserved. We hope that an outstanding product lineup
and our dedication to customer service will enhance your ownership experience should
you decide to buy a vehicle from us.
Attached, please find additional information that I hope will assist you in making a more
informed decision. Please feel free to contact me at any time as I would truly
appreciate the opportunity to be of service to you.
Sincerely,
Commercial Account Manager
Mike Johnson
Watertown Ford Chrysler
Ben DeVille
Terex
South Dakota
605-868-7978
mike@watertownfordchrysler.com
1600 9th Ave SE Watertown, South Dakota 57201
Toll Free: 800-658-3671 Phone: 605-886-5844 Fax: 605-886-5909
Home page: https://www.watertownfordchrysler.com/
AGENDA ITEM #5. h)
INDEX 2024 RAM 5500 Chassis
4x2 Regular Cab 168.5" WB Tradesman/SLT (DP5L64)
Prepared For:Prepared By:
Ben DeVilleTerexSouth Dakota
Mike JohnsonWatertown Ford Chrysler1600 9th Ave SEWatertown, South Dakota, 57201Phone: 605-886-5844Toll Free: 800-658-3671
Description Page
Cover ................................................................................................................................................................................................1
Letter ...............................................................................................................................................................................................2
Index ................................................................................................................................................................................................3
Vehicle Overview ...........................................................................................................................................................................4
Selected Equipment ......................................................................................................................................................................7
Dimensions & Capacities ................................................................................................................................................................9
Warranty ........................................................................................................................................................................................11
Job Rating .....................................................................................................................................................................................12
AGENDA ITEM #5. h)
VEHICLE OVERVIEW 2024 RAM 5500 Chassis
4x2 Regular Cab 168.5" WB Tradesman/SLT (DP5L64)
Prepared For:Prepared By:
Ben DeVilleTerexSouth Dakota
Mike JohnsonWatertown Ford Chrysler1600 9th Ave SEWatertown, South Dakota, 57201Phone: 605-886-5844Toll Free: 800-658-3671
Powertrain
Cummins 6.7L I-6 OHV diesel direct injection 24 valve intercooled turbo diesel engine * 220 amp alternator * 1,460amp (total) battery dual lead acid batteries with run down protection * Engine block heater, engine oil cooler,transmission oil cooler * 6-speed electronic sequential shift control automatic transmission with overdrive, lock-up,driver selection * Rear-wheel drive * Limited slip differential, ABS & driveline traction control, power take-off provision* 4.44 axle ratio * Stainless steel exhaust
Steering and Suspension
Hydraulic power-assist re-circulating ball steering * 4-wheel disc brakes with front and rear vented discs * HD ridesuspension, with electronic stability * Non-independent front suspension * Front leading link suspension * Frontanti-roll bar * HD front coil springs * HD front shocks * Rigid rear axle * Rear leaf suspension * HD rear anti-roll bar *HD rear leaf springs * HD rear shocks * Front and rear 19.5" x 6.00" argent steel wheels with chrome hub covers *225/70R19.5 BSW AS front tires * AT rear tires
Safety
4-wheel anti-lock braking system * Daytime running lights * Dual airbags, airbag occupancy sensor * Front heightadjustable seatbelts with front pre-tensioners * Sentry Key immobilizer, panic alarm, tracker system
Comfort and Convenience
Air conditioning, air filter, supplemental heater * SiriusXM AM/FM/Satellite-prep, clock, seek-scan, external memorycontrol, 4 speakers, voice activation, Bluetooth streaming audio, integrated roof antenna * 2 1st row LCD monitors *Cruise control with steering wheel controls * Power door locks with 2 stage unlock, keyfob (all doors) keyless entry *2 12V DC power outlets, retained accessory power, SiriusXM Guardian emergency SOS, Uconnect w/Bluetoothwireless phone connectivity * Analog instrumentation appearance includes tachometer, oil pressure gauge,engine/motor temperature gauge, voltmeter gauge, oil temperature gauge, transmission fluid temp gauge, enginehour meter, compass, exterior temp, driver information center, redundant digital speedometer, camera(s) - rearcamera, trip odometer * Warning indicators include oil pressure, engine temperature, battery, low oil level, lowcoolant, lights on, key, low fuel, low washer fluid, lighting malfunction, door ajar, service interval, brake fluid, turnsignal on, transmission fluid temp * Steering wheel with tilt adjustment * Power front windows with light tint, driverand passenger 1-touch down * Variable intermittent front windshield wipers * Passenger side vanity mirror *Day-night rearview mirror * Interior lights include dome light with fade, front reading lights, illuminated entry * Minioverhead console, glove box, front cupholder, instrument panel bin, dashboard storage, driver and passenger doorbins * Upfitter switches
Page 4
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
VEHICLE OVERVIEW Continued
Comfort and Convenience (Continued)
Seating and Interior
Seating capacity of 3 * 40-20-40 split-bench front seat with adjustable head restraints, center armrest with storage *4-way adjustable driver seat * 4-way adjustable passenger seat * Vinyl faced front seats with vinyl back material *Vinyl door trim insert, full cloth headliner, full vinyl/rubber floor covering, deluxe sound insulation, metal-lookinstrument panel insert, urethane gear shifter material, metal-look door panel insert, chrome/metal-look interioraccents
Exterior Features
Side impact beams, galvanized steel/aluminum body material * Black fender flares * Black side window moldings,black front windshield molding * Black door handles * Black grille * 2 doors * Trailer harness, brake controller, trailersway control * Driver and passenger power remote black heated convex spotter folding manual extendable traileroutside mirrors with turn signal indicators, clearance lights * Front chrome bumper with front tow hooks *Aero-composite halogen auto on/off headlamps with multiple headlamps, delay-off feature * Additional exterior lightsinclude cab clearance lights, remote activated perimeter/approach lights * Clearcoat monotone paint
Warranty
Basic 36 month/36,000 miles Powertrain 60 month/60,000 miles..............................................................
Corrosion Perforation 60 month/100,000 miles Roadside Assistance 60 month/100,000 miles........................
Diesel Engine 60 month/100,000 miles......................
Dimensions and Capacities
Output 360 hp @ 2,800 rpm Torque 800 lb.-ft. @ 1,800 rpm....................................................................
Drag coefficient 0.41 1st gear ratio 3.750...............................................................................................
2nd gear ratio 2.000 3rd gear ratio 1.340...............................................................................................
4th gear ratio 1.000 5th gear ratio 0.770................................................................................................
6th gear ratio 0.630 Reverse gear ratio 3.540..........................................................................................
Curb weight 7,714 lbs.GVWR 19,500 lbs...............................................................................................
Front GAWR 7,250 lbs.Rear GAWR 13,500 lbs........................................................................................
Payload 11,790 lbs.Front curb weight 4,508 lbs......................................................................................
Rear curb weight 3,206 lbs.Front axle capacity 7,250 lbs.........................................................................
Rear axle capacity 13,500 lbs.Front spring rating 7,250 lbs........................................................................
Rear spring rating 13,500 lbs.Front tire/wheel capacity 7,940 lbs...............................................................
Rear tire/wheel capacity 15,000 lbs.Towing capacity 24,130 lbs................................................................
Front legroom 40.9 "Front headroom 39.8 "...........................................................................................
Front hiproom 62.9 "Front shoulder room 65.9 ".....................................................................................
Passenger area volume 62.5 cu.ft.Length 258.3 "..................................................................................
Body width 86.9 "Body height 81.5 "...................................................................................................
Wheelbase 168.5 "Cab to axle 84.1 "....................................................................................................
Axle to end of frame 50.8 "Front track 77.1 "........................................................................................
Page 5
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
VEHICLE OVERVIEW Continued
Dimensions and Capacities (Continued)
Rear track 73.6 "Turning radius 25.9 '...................................................................................................
Fuel tank 52.0 gal.Rear frame height loaded 31.5 ".................................................................................
Rear frame height unloaded 36.1 "............................
Page 6
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
SELECTED EQUIPMENT 2024 RAM 5500 Chassis
4x2 Regular Cab 168.5" WB Tradesman/SLT (DP5L64)
Prepared For:Prepared By:
Ben DeVilleTerexSouth Dakota
Mike JohnsonWatertown Ford Chrysler1600 9th Ave SEWatertown, South Dakota, 57201Phone: 605-886-5844Toll Free: 800-658-3671
DP5L64 STDBase Vehicle Price (DP5L64)
Packages
2YA OPTQuick Order Package 2YA Tradesman
Black Exterior Truck Badging; Black Wheel Flares; Door Sill Scuff Pads; GloveBox; Matte Black Grille Surround; Halogen Quad Headlamps; Black Key Fob;Map/Courtesy Lamp; Rear Dome Lamp
Powertrain
ETN OPTEngine: 6.7L I6 Cummins Turbo Diesel
87 mph Maximum Speed; B-20 Bio Diesel Capability; Clean Idle EmissionsLabel; Cummins Turbo Diesel Badge; Current Generation Engine Controller;Dual 730 Amp Maintenance Free Batteries; Electronically Controlled Throttle;(Z5A) GVWR: 19,500 lbs; Selective Catalytic Reduction (Urea); Smart DieselExhaust Brake; Supplemental Heater
DF2 OPTTransmission: 6-Speed Auto Aisin AS69RC HD
Urethane Shift Control
DMK STD4.44 Axle Ratio
Z5A INCGVWR: 19,500 lbs
Wheels & Tires
TAJ OPTTires: 225/70R19.5G FT All Position, RR Traction
WP3 STDWheels: 19.5" x 6.0" Steel
Seats & Seat Trim
TX STDHD Vinyl 40/20/40 Split Bench Seat
CBE OPT40/20/40 Split Bench Seat
Other Options
Page 7
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
SELECTED EQUIPMENT Continued
APA STDMonotone Paint Application
Exterior content such as door handles, fascia, mirrors, etc. are black whenordering special low volume paints.
AMP OPTChrome Appearance Group
Bright Front Bumper; Center Hub; Chrome Headlamp Bezels; Matte BlackMesh w/Chrome Grille; Chrome Grille Surround
ADE OPTCold Weather Group
(NHK) Engine Block Heater; MOPAR Winter Front Grille Cover
NHK INCEngine Block Heater
AZB OPTHeavy Duty Front Suspension Group
XAC OPTParkView Rear Back-Up Camera
LBN OPTPower Take Off Prep
Hard Wired Remote Start; Split Shaft Capability Power Take Off
A61 OPTTradesman Level 1 Equipment Group
Black Exterior Mirrors; Power-Adjustable Convex Aux Mirrors; Exterior Mirrorsw/Supplemental Signals; Exterior Mirrors Courtesy Lamps; Exterior Mirrorsw/Heating Element; Manual Folding Exterior Mirrors; Manual TelescopingMirrors; Mirror Power Heat Fold Telescope Black; Mirror Running Lights;Overhead Console; Overhead Cupholder Lamp; Power Adjust Mirrors; Front1-Touch Down Power Windows; Remote Keyless Entry; Speed SensitivePower Locks; Upgraded Door Trim Panel
XHC OPTTrailer Brake Control
Trailer Light Check
UAA STDRadio: Uconnect 3 w/5" Display
Interior Colors For : Primary w/Regular Cabs
X8 OPTDiesel Gray/Black
Primary Colors For : Primary w/Regular Cabs
PW7 OPTBright White Clearcoat
Vehicle Subtotal
Destination
Vehicle Subtotal (including Destination)
Page 8
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
DIMENSIONS & CAPACITIES 2024 RAM 5500 Chassis
4x2 Regular Cab 168.5" WB Tradesman/SLT (DP5L64)
Prepared For:Prepared By:
Ben DeVilleTerexSouth Dakota
Mike JohnsonWatertown Ford Chrysler1600 9th Ave SEWatertown, South Dakota, 57201Phone: 605-886-5844Toll Free: 800-658-3671
Output 360 hp @ 2,800 rpm.........................................................................................................................................................
Torque 800 lb.-ft. @ 1,800 rpm....................................................................................................................................................
Drag coefficient 0.41........................................................................................................................................................................
1st gear ratio 3.750..........................................................................................................................................................................
2nd gear ratio 2.000.........................................................................................................................................................................
3rd gear ratio 1.340..........................................................................................................................................................................
4th gear ratio 1.000.........................................................................................................................................................................
5th gear ratio 0.770.........................................................................................................................................................................
6th gear ratio 0.630.........................................................................................................................................................................
Reverse gear ratio 3.540.................................................................................................................................................................
Curb weight 7,714 lbs......................................................................................................................................................................
GVWR 19,500 lbs..............................................................................................................................................................................
Front GAWR 7,250 lbs.....................................................................................................................................................................
Rear GAWR 13,500 lbs.....................................................................................................................................................................
Payload 11,790 lbs............................................................................................................................................................................
Front curb weight 4,508 lbs...........................................................................................................................................................
Rear curb weight 3,206 lbs.............................................................................................................................................................
Front axle capacity 7,250 lbs..........................................................................................................................................................
Rear axle capacity 13,500 lbs.........................................................................................................................................................
Front spring rating 7,250 lbs...........................................................................................................................................................
Rear spring rating 13,500 lbs..........................................................................................................................................................
Front tire/wheel capacity 7,940 lbs..............................................................................................................................................
Rear tire/wheel capacity 15,000 lbs..............................................................................................................................................
Towing capacity 24,130 lbs............................................................................................................................................................
Front legroom 40.9 "........................................................................................................................................................................
Front headroom 39.8 "....................................................................................................................................................................
Front hiproom 62.9 "........................................................................................................................................................................
Front shoulder room 65.9 ".............................................................................................................................................................
Passenger area volume 62.5 cu.ft.................................................................................................................................................
Length 258.3 "..................................................................................................................................................................................
Body width 86.9 ".............................................................................................................................................................................
Body height 81.5 "............................................................................................................................................................................
Wheelbase 168.5 "...........................................................................................................................................................................
Cab to axle 84.1 ".............................................................................................................................................................................
Page 9
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
DIMENSIONS & CAPACITIES Continued
Axle to end of frame 50.8 "............................................................................................................................................................
Front track 77.1 "..............................................................................................................................................................................
Rear track 73.6 "...............................................................................................................................................................................
Turning radius 25.9 '.........................................................................................................................................................................
Fuel tank 52.0 gal.............................................................................................................................................................................
Rear frame height loaded 31.5 "....................................................................................................................................................
Rear frame height unloaded 36.1 "...............................................................................................................................................
Page 10
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
WARRANTY 2024 RAM 5500 Chassis
4x2 Regular Cab 168.5" WB Tradesman/SLT (DP5L64)
Prepared For:Prepared By:
Ben DeVilleTerexSouth Dakota
Mike JohnsonWatertown Ford Chrysler1600 9th Ave SEWatertown, South Dakota, 57201Phone: 605-886-5844Toll Free: 800-658-3671
Months/Distance
Basic 36 month/36,000 miles........................................................................................................................................................
Powertrain 60 month/60,000 miles.............................................................................................................................................
Corrosion Perforation 60 month/100,000 miles.........................................................................................................................
Roadside Assistance 60 month/100,000 miles...........................................................................................................................
Diesel Engine 60 month/100,000 miles.......................................................................................................................................
Page 11
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
JOB RATING 2024 RAM 5500 Chassis
4x2 Regular Cab 168.5" WB Tradesman/SLT (DP5L64)
Prepared For:Prepared By:
Ben DeVilleTerexSouth Dakota
Mike JohnsonWatertown Ford Chrysler1600 9th Ave SEWatertown, South Dakota, 57201Phone: 605-886-5844Toll Free: 800-658-3671
Performance predictions in this report represent an estimate of vehicle performance based on standard operating conditions.Variations in customer equipment, load configuration, ambient conditions, and/or operator driving techniques can cause significantvariations in vehicle performance. These values are not representative of results that may be shown in actual dynamometer tests.This report should therefore be used as a guide for comparative vehicle performance.
Start Tests DesiredCalculated
Start grade capability in gear 1 35.1 %.0 %
Start grade capability in reverse 33.1 %.0 %
Grade Tests DesiredCalculated
Maximum grade in gear 3 14.8 %3.0 %
Maximum grade in gear 4 11.1 %3.0 %
Maximum grade in gear 5 8.5 %3.0 %
Maximum grade in gear 6 7.0 %3.0 %
Speed Tests
Given your requirement to go 65 mph, you need a maximum axle ratio of 7.21.
Given your requirement to go 55 mph at a grade of 3.0%, you need a minimum of 124 hp.
The engine RPM at 60 mph cruise speed is 1,818 rpm
Test Variables Used
Rear axle ratio:4.44
Gear 1 ratio:3.75
Gear reverse ratio:3.54
Tire size:225/70R19.5 (650rev/mile)
Gross vehicle weight (GVW):19,500 lbs
Clutch engagement torque:400 ft.lbs.
Torque conversion ratio:1.7
Gear 3 ratio:1.34
Gear 4 ratio:1.00
Gear 5 ratio:0.77
Gear 6 ratio:0.63
Peak engine torque:800 ft.lbs.
Engine Power:360 hp @ 2,800 rpm
Governed RPM:3,200 rpm
Frontal Area:43.8 Sq.Ft.
Cruising RPM 2,880 rpm
Worst road surface Typical Highway
Final Drive Ratio:0.63
Rear axle ratio:4.44
Rear axle ratio:4.44
Drag Coefficient 0.41
Page 12
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
JOB RATING Continued
Weight Tests
Variables Front Axle Rear Axle Totals
Chassis 4,508 lbs 3,206 lbs 7,714 lbs
Body 0 lbs 0 lbs 0 lbs
Payload 2,493 lbs 9,293 lbs 11,786 lbs
TOTAL 7,001 lbs 12,499 lbs 19,500 lbs
Weights
Ratings GVWR
GAWR 7,250 lbs 13,500 lbs 19,500 lbs
Wheels/Tires 7,940 lbs 15,000 lbs
Suspension 7,250 lbs 13,500 lbs
Axle 7,250 lbs 13,500 lbs
Legal Limit 0 lbs 0 lbs
Weight Summary Calculated GAWR Legal Limits
Front axle load is 7,001 lbs 7,250 lbs 0 lbs
Rear axle load is 12,499 lbs 13,500 lbs 0 lbs
Weight Point Load Legend
Point A 11,486 lbs
Page 13
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
JOB RATING Continued
Shift Chart
Page 14
The information contained in this package is provided to assist in assessing our vehicles and is for your information only. Prices and content information shown are subject tochange and should be treated as estimates only. Information on the comparison vehicle is derived from available public sources and may not be completely current or accurate.No representations, warranties or guarantees are given in the information. Neither Chrysler nor the dealer will be liable for any reliance on the contents hereof. Please seesalesperson for the most current information and other details. Actual pricing may vary. Reference DX05103595 11/8/2023
Date Printed: March 12, 2024
Effective Date: 11/8/2023
QuoteID: <None>
AGENDA ITEM #5. h)
AB - 3902
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: Local Agency Agreement with the Washington State Department of
Transportation for the Oakesdale Avenue SW Pavement Preservation
Project
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Public Works Transportation Systems Division
STAFF CONTACT: Keith Woolley, Design Projects Manager
EXT.: 7318
FISCAL IMPACT SUMMARY:
The Transportation Systems Division was awarded funding through the Puget Sound Regional Council (PSRC)
for the construction of the Oakesdale Avenue SW Pavement Preservation Project (TIP #24-04) in the amount
of $1,737,015. Local funds of $800,000 are also assigned to the project to satisfy the required match amount.
The total Construction phase cost estimate is $2,537,015 and is funded by the federal grant and local funds.
Authorization is requested for additional budget appropriations for the Transportation Division in the amount
of $1,737,015 offset by additional grant revenues of the same amount and will be included in the mid-biennial
budget adjustment.
SUMMARY OF ACTION:
The Oakesdale Avenue SW Pavement Preservation Project was selected for a countywide preservation grant in
the amount of $1,737,015 for fiscal year (FY) 2026 Construction. The attached Local Agency Agreement and
Prospectus with the Washington State Department of Transportation (WSDOT) are required to obligate the
grant funding.
This project will resurface the roadway along Oakesdale Ave SW from SW 34th St to SW 16th St, install bike
lanes, update channelization through restriping, upgrade intersection ramps to current ADA standards, and
adjust or evaluate replacement of existing features affected by resurfacing such as monuments, catch basins,
or drainage grates.
EXHIBITS:
A. Local Agency Agreement
B. Project Prospectus
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the Local Agency Agreement and Prospectus with the
Washington State Department of Transportation for the obligation of grant funding in the amount of
$1,737,015 and all subsequent agreements necessary to accomplish construction of the Oakesdale Avenue SW
Pavement Preservation Project and approve the budget adjustment for the grant award.
AGENDA ITEM #5. i)
Washington State
Department of Transportation
Local Agency Agreement
Agency
Address
ALN 20.205 - Highway Planning and Construction
(Assistance Listing Number)
Project Number
Agreement Number
For WSDOT Use Only
The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S. Code
Highways, (2) the regulations issued pursuant thereto, (3) 2 CFR Part 200, (4) 2 CFR Part 180 – certifying that the local agency is not
excluded from receiving Federal funds by a Federal suspension or debarment, (5) the policies and procedures promulgated by the
Washington State Department of Transportation, and (6) the federal aid project agreement entered into between the State and Federal
Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to
proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount
shown herein on line r, column 3, without written authority by the State, subject to the approval of the Federal Highway Administration.
All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency.
Project Description
Name Length
Termini
Description of Work
Project Agreement End Date
Advertisement Date
Indirect Cost Rate
Yes No
Type of Work
PE
%
Federal Aid
Participation
Ratio(s) for PE
a. Agency
Estimate of Funding(1)
Estimated Total
Project Funds
(2)
Estimated Agency
Funds
(3)
Estimated Federal
Funds
b. Other
c. Other
d. State Services
e. Total PE Cost Estimate Right of Way
%
Federal Aid
Participation
Ratio(s) for RW
f. Agency
g. Other
h. Other
i. State Services
j. Total R/W Cost Estimate Construction
%
Federal Aid
Participation
Ratio(s) for CN
k. Contract
l. Other
m. Other
n. Other
o. Agency
p. State Services
q. Total CN Cost Estimate
r. Total Project Cost Estimate
Agency Official
By
Title
Agency Date
Washington State Department of Transportation
By
Director, Local Programs
Date Executed
DOT Form 140-039LP Revised 12/2024 Ɣ Previous Versions Obsolete Ɣ Page 1
AGENDA ITEM #5. i)
Construction Method of Financing (Check Method Selected)
State Ad and Award
Method A - Advance Payment - Agency Share of total construction cost (based on contract award)
Method B - Withhold from gas tax the Agency’s share of total construction coast (line 5, column 2) in
the amount of
$ at $ per month for months.
Local Force or Local Ad and Award
Method C - Agency cost incurred with partial reimbursement
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and
procedures, and as a condition to payment of the federal funds obligated, it accepts and will
comply with the applicable provisions set forth below. Adopted by official action on
, , Resolution/Ordinance No.
Provisions
I. Scope of Work
The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set
forth in detail in the “Project Description” and “Type of Work.”
When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the
services described and indicated in “Type of Work” on the face of this agreement, in accordance with plans and specifications as
proposed by the Agency and approved by the State and the Federal Highway Administration.
When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform
the work subject to the ordinary procedures of the State and Federal Highway Administration.
II. Delegation of Authority
The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees
that the State shall have the full authority to carry out this administration. The State shall review, process, and approve documents
required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the
State will further act for the Agency in all matters concerning the project as requested by the Agency. If the Local Agency advertises and
awards the project, the State shall review the work to ensure conformity with the approved plans and specifications.
III. Project Administration
Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the
Type of Work above. In addition, the State will furnish qualified personnel for the supervision and inspection of the work in progress. On
Local Agency advertised and awarded projects, the supervision and inspection shall be limited to ensuring all work is in conformance
with approved plans, specifications, and federal aid requirements. The salary of such engineer or other supervisor and all other salaries
and costs incurred by State forces upon the project will be considered a cost thereof. All costs related to this project incurred by
employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project.
IV. Availability of Records
All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance
with local government accounting procedures prescribed by the Washington State Auditor’s Office, the U.S. Department of
Transportation, and the Washington State Department of Transportation. The records shall be open to inspection by the State and
Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than
three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and/or
Federal Government upon request.
V. Compliance with Provisions
The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing
by the State for each classification. The classifications of work for projects are:
1. Preliminary engineering.
2. Right of way acquisition.
3. Project construction.
Once written authorization is given, the Agency agrees to show continuous progress through monthly billings. Failure to show
continuous progress may result the Agency’s project becoming inactive, as described in 23 CFR 630, and subject to de-obligation of
federal aid funds and/or agreement closure.
If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the
close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized, the Agency will repay to
the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX).
If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year
following the fiscal year in which the right of way phase was authorized, the Agency will repay to the State the sum or sums of federal
funds paid to the Agency under the terms of this agreement (see Section IX).
DOT Form 140-039LP Revised 12/2024 ● Previous Versions Obsolete ●Page 2
AGENDA ITEM #5. i)
The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this
project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways,
even though such additional work is financed without federal aid participation.
The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated
damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete
the contract within the contract time.
VI. Payment and Partial Reimbursement
The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency
and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part
200. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all
costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as
a promise by the State as to the amount or nature of federal participation in this project.
The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency
shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the
Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation
unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin
Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit.
The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for
reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to
this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see
Section IX).
1. Project Construction Costs
Project construction financing will be accomplished by one of the three methods as indicated in this agreement.
Method A – The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the
amount of the Agency’s share of the total construction cost based on the contract award. The State will notify the Agency of the exact
amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings
from the contractor. Following such payments, the State will submit a billing to the Federal Government for the federal aid participation
share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will
present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by
either a payment from the Agency to the State or by a refund from the State to the Agency.
Method B – The Agency’s share of the total construction cost as shown on the face of this agreement shall be withheld from its
monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact
amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award.
Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its
participating portion of such billings.
Method C – The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once
per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable
to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be
eligible for Federal participation unless claimed under a previously approved indirect cost plan.
The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this
agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the
Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the
State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX).
VII. Audit of Federal Consultant Contracts
The Agency, if services of a consultant are required, shall be responsible for audit of the consultant’s records to determine eligible
federal aid costs on the project. The report of said audit shall be in the Agency’s files and made available to the State and the Federal
Government.
An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing
standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual
M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and
FHWA; and 2 CFR Part 200.501 - Audit Requirements.
If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall
reimburse the State for the amount of such overpayment or excess participation (see Section IX).
VIII. Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well
as all applicable federal and state statutes and regulations. A subrecipient who expends $1,000,000 or more in federal awards from
all sources during a given fiscal year shall have a single or program-specific audit performed for that year in accordance with the
provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is
transmitted promptly to the State.
DOT Form 140-039LP Revised 12/2024 ● Previous Versions Obsolete ●Page 3
AGENDA ITEM #5. i)
IX. Payment of Billing
The Agency agrees that if payment or arrangement for payment of any of the State’s billing relative to the project (e.g., State force
work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after
the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to
the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless
otherwise directed by the Director, Local Programs.
Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200.309).
Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior
to the Project Agreement End Date must be submitted for reimbursement within 60 days after the Project Agreement End Date or they
become ineligible for federal reimbursement.
X. Traffic Control, Signing, Marking, and Roadway Maintenance
The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project
without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs,
signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency
will, at its own expense, maintain the improvement covered by this agreement.
XI. Indemnity
The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense
all claims, demands, or suits, whether at law or equity brought against the Agency, State, or Federal Government, arising from the
Agency’s execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract
connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED,
nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to
persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State.
XII. Nondiscrimination Provision
No liability shall attach to the State or Federal Government except as expressly provided herein.
The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT-
assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency
shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of
USDOT-assisted contracts and agreements. The WSDOT’s DBE program, as required by 49 CFR Part 26 and as approved by USDOT,
is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the
Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under
18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S. C. 3801 et seq.).
The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification
thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is paid for in whole or in part with
funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan,
insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee,
the required contract provisions for Federal-Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines.
The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment
practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local
Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government
which does not participate in work on or under the contract.
The Agency also agrees:
(1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal
opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor.
(2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the
State in the discharge of its primary responsibility for securing compliance.
(3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with
a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction
contracts pursuant to the Executive Order.
(4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors
and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the
Executive Order.
In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the
following actions:
(a) Cancel, terminate, or suspend this agreement in whole or in part;
(b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal
occurred until satisfactory assurance of future compliance has been received from the Agency; and
(c) Refer the case to the Department of Justice for appropriate legal proceedings.
DOT Form 140-039LP Revised 12/2024 ● Previous Versions Obsolete ●Page 4
AGENDA ITEM #5. i)
XIII. Liquidated Damages
The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to
the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within
the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in
accordance with this paragraph.
XIV. Termination for Public Convenience
The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in
part, whenever:
(1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise.
(2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with
respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of
the State with respect to the preservation of energy resources.
(3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining
order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of
persons or agencies other than the contractor.
(4) The Secretary is notified by the Federal Highway Administration that the project is inactive.
(5) The Secretary determines that such termination is in the best interests of the State.
XV. Venue for Claims and/or Causes of Action
For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency
has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the
Superior Court for Thurston County.
XVI. Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
The approving authority certifies, to the best of his or her knowledge and belief, that:
(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or
attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or
an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the
making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee
of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit the Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at
all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements) which
exceed $100,000, and that all such subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.
Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S.
Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
XVII. Assurances
Local agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway Administration,
Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency
Executive and addressed to the State, documenting that all programs, activities, and services will be conducted in compliance with
Section 504 and the Americans with Disabilities Act (ADA).
Additional Provisions
DOT Form 140-039LP Revised 12/2024 ● Previous Versions Obsolete ●Page 5
AGENDA ITEM #5. i)
7/16/2025
AGENDA ITEM #5. i)
AGENDA ITEM #5. i)
AGENDA ITEM #5. i)
AB - 3896
City Council Regular Meeting - 04 Aug 2025
SUBJECT/TITLE: Transfer of Fire Station 15 Property to the Renton Regional Fire
Authority
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Public Works Utility Systems Division
STAFF CONTACT: Ron Straka, Utility Systems Director
EXT.: 7239
FISCAL IMPACT SUMMARY:
There is no fiscal impact associated with the Transfer of Fire Station 15 to the Renton Regional Fire Authority
(RRFA). The development and transfer of Fire Station 15 was part of the approved Agreement between the
City of Renton and the RRFA clarifying each parties’ responsibilities for developing Fire Station 15 (CAG-18-
233). The agreement called for the city to construct, furnish and then transfer the property title and Fire
Station 15 building to the RRFA.
SUMMARY OF ACTION:
In 2016, voters approved the RRFA Plan that approved the creation of the RRFA and committed the city to
build a new Fire Station 15 for the RRFA and transfer it to them in the Kennydale neighborhood. The cost of
developing Fire Station 15 included all costs such as survey, design, permitting, construction, furnishings,
fixtures and equipment needed to bring the new fire station to operational status, in an amount not to exceed
$6,671,809 million. Fire Station 15 was constructed on a portion of city owned property located at 1404 N. 30th
Street. The Water Utility constructed the Kennydale Reservoir on the remaining portion of the property, which
required the property to be subdivided to create two separate legal lots. The fire station construction was
completed and accepted by Council on October 31, 2019, with the certificate of final occupancy issued on April
4, 2022. The Kennydale Reservoir project construction was completed and accepted by Council on March 1,
2021. The property short plat was recorded on July 21, 2022. All required documents associated with the
transfer of Fire Station 15 property to the RRFA have been prepared, reviewed and agreed to by the RRFA.
EXHIBITS:
A. Quitclaim Deed
B. Utility Easements
C. Tract “A” Easement
D. Right-of-Entry and Use of Fire Station 15 for Amateur Radio and Emergency Management
E. CAG-13-233 – Agreement between the city and the RRFA for developing Fire Station #15
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerkto execute all documents required for the transfer of Fire Station 15
property to the Renton Regional Fire Authority per agreement CAG-18-233.
AGENDA ITEM #5. j)
After recording return document to:
City of Renton
City Clerk’s Office
1055 South Grady Way
Renton, WA 98057
QUITCLAIM DEED Property Tax Parcel Number:
334210-3245
Reference Number(s) of Documents assigned or released: Additional reference numbers
are on page _____.
Grantor(s): Grantee:
City of Renton, a Washington Municipal
Corporation
Renton Regional Fire Authority, a
Washington Municipal Corporation
1. The Grantor, City of Renton, a Washington municipal corporation (“City” or
“Grantor”), for and in consideration of furthering a public purpose and for mutual benefit,
conveys and quit claims to the Grantee, Renton Regional Fire Authority, a Washington
municipal corporation (“RRFA” or “Grantee”), the following described real estate:
LOT 1 OF CITY OF RENTON SHORT PLAT LUA20-000142 AS RECORDED IN
VOLUME 469 OF SURVEYS, PAGES 260 – 261, UNDER KING COUNTY RECORDING
NO. 20220721900052.
SITUATE IN KING COUNTY, WASHINGTON.
Tax Parcel Number: 334210-3245
SUBJECT TO:
1. Covenants, Conditions and Restrictions of record including but not limited to
Declaration of Covenant for Inspection and Maintenance of Drainage Facilities and
On-Site BMPs, King County Recording No. 20221114000186 which is binding on the
AGENDA ITEM #5. j)
Page 2 of 5
parties herein and their successors and assigns, and excluding any such covenants,
conditions and restrictions which may be prohibited as a matter of law.
2. Reserving Utility and Conduit Easements as depicted in Exhibit A attached and
incorporated by reference.
a. An East Utility Easement, depicted in Exhibit A and incorporated by reference,
over, under, in, on, along, across, through, below, and upon the East ten feet (10’) of
the South 129 feet of Lot 1, called out on City of Renton short plat, King County
Recording No. 20220721900052 as “10’ Utility Easement for Sanitary Sewer Main Rec.
No. 7502070411” (the “East Utility Easement Area”) as more fully described in the
Utility Easement recorded the same day as this Deed.
b. Reserving a Conduit easement as depicted in Exhibit A as more fully described
in the Utility Easement recorded the same day as this Deed.
Tax Parcel Number: 334210-3245
Grantor(s):
CITY OF RENTON
By:___________________________
Armondo Pavone, Mayor
Date:_________________________
ATTEST:
________________________________
Jason A. Seth, City Clerk
AGENDA ITEM #5. j)
AGENDA ITEM #5. j)
AGENDA ITEM #5. j)
Page 5 of 5
Exhibit A
Depiction of Utility and Conduit Easement Areas
AGENDA ITEM #5. j)
Page 1 of 8
After recording return document to:
City of Renton
City Clerk’s Office
1055 South Grady Way
Renton, WA 98057
Grantor(s): Renton Regional Fire Authority, a Washington Municipal Corporation
Grantee(s): City of Renton, a Washington municipal corporation
Abbreviated Legal Description:
Full Legal Description on Page(s) 7 of document
King County Parcel Number: 334210-3245
UTILITY EASEMENTS
The Grantor(s), Renton Regional Fire Authority, a Washington Municipal Corporation
(“RRFA” or “Grantor”), for and in consideration of rights and benefits set forth in a separate
agreement between the parties, receipt of which is hereby acknowledged, does hereby grant
and convey unto City of Renton, a Washington municipal corporation, and its successors and
assigns ("City" or "Grantee"), from the property legally described on Exhibit A (the “Property”),
attached hereto and incorporated by this reference, the following permanent, utility
easements with necessary appurtenances and access thereto:
1.Easements.
a.An East Utility Easement, depicted in Exhibit B and incorporated by
reference, over, under, in, on, along, across, through, below, and upon the East ten feet (10’)
of the South 129 feet of Lot 1, called out on City of Renton short plat, King County Recording
No. 20220721900052 as “10’ Utility Easement for Sanitary Sewer Main Rec. No. 7502070411”
(the “East Utility Easement Area”).
b.A Conduit Easement, depicted in Exhibit B and incorporated by
reference, over, under, in, on, along, across, through, below, and upon Lot 1, which Conduit
Easement shall be twenty feet (20’) in width, centered on the existing conduit line as depicted
in Exhibit C (the “Conduit Easement Area”).
AGENDA ITEM #5. j)
UTILITY EASEMENTS
Page 2 of 8
The easement areas described in this paragraph may be referred to collectively as the
“Easement Areas.” Grantee shall have the right of access to the Easement Areas over, under,
in, on, along, across, through, below, and upon the Property to enable Grantee to exercise its
rights granted herein.
2.Except as provided below, the Grantee, its successors or assigns, shall have the
right, without prior notice or proceeding at law, at such times as may be necessary to enter
upon said above described property for the purpose of constructing, maintaining, repairing,
altering, or reconstructing utilities, including water and sewer or radio and Wi-Fi conduit, or
making any connections therewith, without incurring any legal obligations or liability
therefore, provided, that such construction, maintaining, repairing, altering, or reconstruction
of said utilities shall be accomplished in such a manner that the private improvements existing
in the Easement Areas shall not be disturbed or damaged. If damaged, the private
improvements will be replaced in as good a condition as they were immediately before the
property was entered upon by the City. The Grantee recognizes that the Conduit Easements
cross ingress and egress routes necessary for the Grantor to provide emergency services.
Grantee shall not have the right to block or interfere the emergency vehicle ingress and egress
when exercising its rights under this section unless the Grantee obtains the Grantor’s advance
written permission.
3.Grantee shall have the right, but not the obligation, to cut, remove and dispose
of any and all brush, trees or other vegetation in the Easement Areas. Grantee shall also have
the right, but not the obligation, to control, on a continuing basis and by any prudent and
reasonable means, the establishment and growth of brush, trees or other vegetation in the
Easement Areas.
4.Grantor, its successors or assigns, shall use and enjoy the Easement Areas,
including the right to use the surface of said Easement Areas if such use does not interfere
with installation and maintenance of the utilities. However, Grantor, its successors or assigns,
shall not erect buildings or structures over, under, or across the Easement Areas during the
existence of such utilities.
5.Covenants Running with the Land. The easements for public utilities described
herein shall be covenants running with the land and shall be binding on Grantor, its successors,
heirs, and assigns.
6.Indemnification. Grantee agrees to hold harmless, indemnify and defend
Grantor from and against any and all claims, losses or liability, for injuries, sickness or death
AGENDA ITEM #5. j)
UTILITY EASEMENTS
Page 3 of 8
of persons, including Grantee’s agents and employees, or damage to Grantee’s property,
arising out of the exercise of its rights under this ingress and egress easement or any willful
misconduct or negligent act, error, or omission of Grantees, its officers , agents, contractors,
subcontractors, licensees, or employees, in connection with Grantee’s activities authorized by
this ingress and egress easement, provided, however, that:
a.Grantee’s obligations to indemnify, defend and hold harmless shall not
extend to injuries, sickness, death, or damage caused by or resulting from the sole willful
misconduct or sole negligence of Grantor; and
b.Grantee’s obligations to indemnify, defend and hold harmless for
injuries, sickness, death, or damage caused by or resulting from the concurrent negligence or
willful misconduct of Grantee and Grantor, or of Grantee and a third party other than an
officer, agent, contractor, or employee of Grantee, shall apply only to the extent of the
negligence or willful misconduct of Grantee (including an officer, agent, contractor or
employee of Grantee).
7.Enforcement. In the event of any conduct inconsistent with the rights and
obligations created herein, the parties shall be entitled to any and all remedies available at
law or in equity, including but not limited to the equitable remedies of specific performance
or mandatory or prohibitory injunction issued by a court of competent jurisdiction.
8.Attorney Fees. In the event of a dispute arising out of this Easement
Agreement, the substantially prevailing party or parties shall be entitled to recover its/their
reasonable attorneys' fees and costs, whether or not court action is instituted to resolve the
dispute, and whether the fees and costs were incurred before, during, or after trial, on appeal,
in bankruptcy, or in collection or enforcement of a judgment.
9.Negotiation and Construction. This Easement Agreement and each of its terms
and provisions shall be deemed to have been explicitly negotiated between the parties. The
language in all parts of this Easement Agreement shall be construed according to its fair
meaning and not strictly for or against any party. To the extent any uncertainty or ambiguity
exists, such uncertainty or ambiguity shall not be interpreted against any party as author or
drafter of the Easement Agreement. Each party represents that he or she has had a full and
fair opportunity to review this Easement Agreement with independent counsel of their own
choosing before signing it.
AGENDA ITEM #5. j)
AGENDA ITEM #5. j)
AGENDA ITEM #5. j)
UTILITY EASEMENTS
Page 6 of 8
Grantee
CITY OF RENTON
By
Armondo Pavone, Mayor
Date
ATTEST:
_____________________________
Jason A. Seth, City Clerk
STATE OF ______________
ss.
COUNTY OF ____________
On this _______ day of _____________, 20____, before me personally appeared:
Armondo Pavone to me known to be the Mayor of City of Renton, and acknowledged the said
instrument to be the free and voluntary act and deed of the City of Renton, for the uses and
purposes therein mentioned, and each on oath stated that they were authorized to execute
said instrument:
________________________________
Notary Public
________________________________
Printed Name
Residing at________________________
My appointment expires _____________
AGENDA ITEM #5. j)
UTILITY EASEMENTS
Page 7 of 8
EXHIBIT “A”
LEGAL DESCRIPTION
LOT 1 OF CITY OF RENTON SHORT PLAT LUA20-000142 AS RECORDED IN
VOLUME 469 OF SURVEYS, PAGES 260 – 261, UNDER KING COUNTY RECORDING
NO. 20220721900052. SITUATE IN KING COUNTY, WASHINGTON.
AGENDA ITEM #5. j)
UTILITY EASEMENTS
Page 8 of 8
EXHIBIT B
EAST UTILITY EASEMENT AREA and CONDUIT DEPICTION AREA
AGENDA ITEM #5. j)
Page 1 of (10) Pages
After recording return document to:
City of Renton
City Clerk’s Office
1055 South Grady Way
Renton, WA 98057
Grantor(s): City of Renton, a Washington municipal corporation
Grantee(s): Renton Regional Fire Authority, a Washington Municipal Corporation
Abbreviated Legal Description:
Full Legal Description on Page(s) 8 and 9 of document
King County Parcel Numbers: Tract A of City of Renton SP LUA20-000142, Rec. No.
20220721900052, 3342103245 - Benefited Property
EASEMENT AGREEMENT
This Easement Agreement, effective as of the last-dated signature below, is made and
entered into by and between the Grantor, City of Renton, a Washington municipal corporation
(the “City” or “Grantor”), and Renton Regional Fire Authority, a Washington Municipal
Corporation, and its successors and assigns ("RRFA" or "Grantee").
RECITALS
WHEREAS, the City owns certain real property legally described on Exhibit A (“Tract
A”), attached hereto and incorporated by this reference; and
WHEREAS, RRFA owns certain real property commonly known as 1404 North 30th
Street, Renton, Washington and legally described in Exhibit B (“RRFA Property”), attached
hereto and incorporated by this reference; and
WHEREAS, Tract A is immediately west of and adjacent to the RRFA Property; and
WHEREAS, the City also owns utility property immediately north of, and adjacent to,
both Tract A and the RRFA Property (“Lot 2” or the “Reservoir”).
AGENDA ITEM #5. j)
Easement Agreement Page 2 of (10) Pages
AGREEMENT
NOW THEREFORE, for and in consideration of rights and benefits set forth in a separate
agreement between the parties, receipt of which is hereby acknowledged, the undersigned
parties agree as follows:
1. Grant of Easements.
a. Access Easement. Grantor, the City, does hereby grant and convey unto
"Grantee" a nonexclusive easement ("Access Easement") over and upon the existing driveway,
depicted on Exhibit C (the “ACCESS EASEMENT AREA DEPICTION and TRENCH EASEMENT AREA
DEPICTION”) attached hereto and incorporated by this reference.
b. Trench Easement. Grantor further grants and conveys to Grantee a
nonexclusive easement over and under the existing trench drain (“Trench Easement”).
Grantee’s easement rights shall be exercised within five feet (5’) of each side of the centerline
of the existing trench drain as now constructed, totaling ten feet (10’) in width (“Trench
Easement Area") which existing trench drain is located approximately thirty feet (30’) from,
and running parallel to, the southerly boundary of Tract A and is depicted on Exhibit C attached
hereto and incorporated by this reference.
2. Purpose and Use of Easement Areas. The Grantee and its agents, designees
and/or assigns shall have the right at such times as deemed necessary by Grantee, to enter
and traverse the Access Easement Area for the purposes of ingress and egress for Fire Station
15 on the RRFA Property. Grantee’s right to the Trench Easement Area is exclusively for the
purpose of maintaining, repairing or replacing the existing trench drain.
3. Maintenance Rights and Obligations; Access Easement Limitations. The Parties
agree to the following rights and obligations for access and maintenance relating to Tract A:
a. Grantor will maintain the asphalt surface of Tract A. Grantor retains the right
to block Grantee’s access and use of Tract A during emergencies and for maintenance, repairs,
and construction, when needed, within Tract A .
b. When necessary, Grantor may block Grantee’s access and use of Tract A during
emergencies and for maintenance, repairs, and construction on Lot 2.
AGENDA ITEM #5. j)
Easement Agreement Page 3 of (10) Pages
c.RRFA will maintain, repair and replace the existing trench drain described
above and depicted in Exhibit C. The RRFA shall be responsible for any in-kind pavement
restoration required following any repair or replacement of the trench drain.
d.Before exercising its rights to block Grantee’s access pursuant to paragraphs a.
and b. of this section, Grantor will provide RRFA a minimum of fifteen (15) calendar days’
advance notice of the need to block RRFA’s access to Tract A for planned work and will notify
RRFA as soon as reasonably possible under emergency circumstances.
4.Access Gate. The Parties agree that Grantee may maintain an access gate
restricting access over Tract A. RRFA shall provide all necessary keys or codes to the City and
City designees so that the City and City designees can access Tract A at all times. The key card
access and motor are currently and may remain located on the west side of the driveway.
RRFA is solely responsible for the maintenance, repair, or replacement of the gate. The gate
shall be maintained in good operational conditions at all times. If the gate malfunctions, RRFA
shall manually open the gate and keep it open for access until RRFA has repaired or replaced
the gate so that the City has continuous, unrestricted access to Tract A and Lot 2.
5.Covenant Running with the Land. These easements and covenants shall run
with the land described herein, and shall be binding upon the parties, their successors, heirs,
and assigns for the benefit of Fire Station 15 on the RRFA Property.
6.Termination.
a.Grantee’s Access Easement rights shall terminate if
i.Grantee sells or transfers the RRFA Property, and
ii.it is no longer used as a fire station.
b.Grantee’s Trench Easement rights shall terminate with the termination of
covenants relating to maintenance of drainage facilities on the RRFA Property as set forth in
the Declaration of Covenant for Inspection and Maintenance of Drainage Facilities and On-Site
BMPS recorded under King County recording no. 20221114000186 and any subsequent
covenants that replace or supplement that recorded covenant.
7.Indemnification. Grantee agrees to hold harmless, indemnify and defend
Grantor from and against any and all claims, losses or liability, for injuries, sickness or death
of persons, including Grantee’s agents and employees, or damage to Grantee’s property,
arising out of the exercise of its rights under this ingress and egress easement or any willful
AGENDA ITEM #5. j)
Easement Agreement Page 4 of (10) Pages
misconduct or negligent act, error, or omission of Grantees, its officers, agents, contractors,
subcontractors, licensees, or employees, in connection with Grantee’s activities authorized by
this ingress and egress easement, provided, however, that:
a.Grantee’s obligations to indemnify, defend and hold harmless shall not extend
to injuries, sickness, death, or damage caused by or resulting from the sole willful misconduct
or sole negligence of Grantor; and
b.Grantee’s obligations to indemnify, defend and hold harmless for injuries,
sickness, death, or damage caused by or resulting from the concurrent negligence or willful
misconduct of Grantee and Grantor, or of Grantee and a third party other than an officer,
agent, contractor, or employee of Grantee, shall apply only to the extent of the negligence or
willful misconduct of Grantee (including an officer, agent, contractor or employee of Grantee).
8.Enforcement. In the event of any conduct inconsistent with the rights and
obligations created herein, the parties shall be entitled to any and all remedies available at
law or in equity, including but not limited to the equitable remedies of specific performance
or mandatory or prohibitory injunction issued by a court of competent jurisdiction.
9.Attorney Fees. In the event of a dispute arising out of this Easement
Agreement, the substantially prevailing party or parties shall be entitled to recover its/their
reasonable attorneys' fees and costs, whether or not court action is instituted to resolve the
dispute, and whether the fees and costs were incurred before, during, or after trial, on appeal,
in bankruptcy, or in collection or enforcement of a judgment.
10.Negotiation and Construction. This Easement Agreement and each of its terms
and provisions shall be deemed to have been explicitly negotiated between the parties. The
language in all parts of this Easement Agreement shall be construed according to its fair
meaning and not strictly for or against any party. To the extent any uncertainty or ambiguity
exists, such uncertainty or ambiguity shall not be interpreted against any party as author or
drafter of the Easement Agreement. Each party represents that he or she has had a full and
fair opportunity to review this Easement Agreement with independent counsel of their own
choosing before signing it.
11.Captions. The captions in this Easement Agreement have been inserted for
convenience and reference purposes only. They do not purport to, and shall not he deemed
to define, limit, or extend the scope or intent of the provisions of this Easement Agreement.
AGENDA ITEM #5. j)
Easement Agreement Page 5 of (10) Pages
12.Severability. If any provision of this Easement Agreement is determined to be
invalid or unenforceable, that provision shall be severed and the remainder of this Easement
Agreement shall continue in effect and be enforceable to the fullest extent permitted by law.
13.Entire Agreement; Amendment. Except as otherwise agreed herein, this
Easement Agreement and the Exhibits attached hereto constitute the entire agreement
between the parties and supersede all prior agreements and understandings between the
parties relating to the subject matter of this Easement Agreement. This Easement Agreement
may not be amended, modified, or revoked except by means of a written document executed
by all of the parties or their respective heirs, successors, or assigns.
14.Waiver. Neither party's waiver of the breach of any provision of this Easement
Agreement shall be construed as a waiver of the breach of any other provision or as a waiver
of a subsequent breach of the same provision.
15.Counterparts. This Easement Agreement may be executed in counterparts, and
each executed counterpart shall have the same force and effect as an original instrument as
if all parties to the counterparts had signed the same instrument.
Dated: , 2025.
Grantor:
CITY OF RENTON
By
Armondo Pavone, Mayor
Date
ATTEST:
_____________________________
Jason A. Seth, City Clerk
AGENDA ITEM #5. j)
AGENDA ITEM #5. j)
AGENDA ITEM #5. j)
Easement Agreement Page 8 of (10) Pages
EXHIBIT “A”
TRACT A LEGAL DESCRIPTION
TRACT “A” OF CITY OF RENTON SHORT PLAT LUA20-000142 AS RECORDED IN
VOLUME 469 OF SURVEYS, PAGES 260 – 261, UNDER KING COUNTY RECORDING
NO. 20220721900052. SITUATE IN KING COUNTY, WASHINGTON.
Tax Parcel No. 334210TR-A
AGENDA ITEM #5. j)
Easement Agreement Page 9 of (10) Pages
EXHIBIT “B”
RRFA PROPERTY (LOT 1) LEGAL DESCRIPTION
LOT 1 OF CITY OF RENTON SHORT PLAT LUA20-000142 AS RECORDED IN
VOLUME 469 OF SURVEYS, PAGES 260 – 261, UNDER KING COUNTY RECORDING
NO. 20220721900052. SITUATE IN KING COUNTY, WASHINGTON.
Tax Parcel No. 334210-3245
AGENDA ITEM #5. j)
Easement Agreement Page 10 of (10) Pages
EXHIBIT C
ACCESS EASEMENT AREA DEPICTION and TRENCH EASEMENT AREA DEPICTION
AGENDA ITEM #5. j)
License - Page 1 of 3
______________2025
City of Renton
City Clerk’s Office and Emergency Management
1055 South Grady Way
Renton, WA 98057
PERMISSION AND LICENSE FOR AMATEUR RADIO AND EMERGENCY MANAGEMENT IN FIRE STATION
15 RIGHT OF ENTRY AND USE
The Renton Regional Fire Authority (RRFA) hereby permits employees and volunteers of the City of
Renton access to Fire Station 15 and space to house and operate the Amateur Radio Equipment.
The RRFA and the City agree that the City and its volunteer amateur radio operators of the Renton
Emergency Communication Service are granted access to maintain, use and test the radio equipment
installed within the building at reasonable hours, and to operate the equipment under emergency or
disaster conditions when required. The RRFA has previously granted badge access to select members of
the amateur radio group and will continue to do so until terminated.
The City agrees to hold harmless, indemnify and defend the RRFA from and against any and all claims,
losses or liability, for injuries, sickness or death of persons, including City’s agents, employees and
volunteers, or damage to the City’s Equipment, arising out of the exercise of its rights under this License
or any willful misconduct or negligent act, error, or omission of the City, its officers, agents, contractors,
subcontractors, licensees, employees or volunteers, in connection with the City and its employees and
volunteers use of Station 15 under this Licenses, provided, however, that:
The City’s obligations to indemnify, defend and hold harmless shall not extend to injuries, sickness,
death, or damage caused by or resulting from the sole willful misconduct or sole negligence of the RRFA;
and
The City’s obligations to indemnify, defend and hold harmless for injuries, sickness, death, or damage
caused by or resulting from the concurrent negligence or willful misconduct of the City and the RFA ,
shall apply only to the extent of the negligence or willful misconduct of the City (including an officer,
agent, contractor, employee or volunteer of the City).
Upon termination all Amateur Radio Equipment located in Fire Station 15 will be returned to the City of
Renton Emergency Management. (see pictures for samples)
July 10,
AGENDA ITEM #5. j)
License - Page 2 of 3
RENTON REGIONAL FIRE AUTHORITY
By __________________________________
(Name): ______________________________
Its (Title):_____________________________
Date: ________________________________
CITY OF RENTON
By __________________________________
(Name): ______________________________
Its (Title):_____________________________
Date: ________________________________
/ 1 ) $ / ( ) — 0 ' @ ? v A ? A D @ D w A G ˜
9 W H Y H Q ) . H L W P D Q
Steven C Heitman
Fire Chief
07/10/2025
AGENDA ITEM #5. j)
LICENSE Page 3 of 3
AGENDA ITEM #5. j)
CAG-18-233
AGREEMENT BETWEEN THE CiTY OF RENTON AND THE RENTON REGIONAL FIRE AUTHORITY
CLARIFYING THE PARTIES RESPONSlBILITIES FOR DEVELOP(NG FIRE STATION #15
THIS AGREEMENT dated the . - day of V2018, is between the City of Renton, a
Washington municipal corporation (the "City"), and the Renton Regional Fire Authority, a
Washington municipal corporation ("RRFA" (collectively, the City and the RRFA are the
Parties").
RECITALS
1. In 2016,voters approved the Regional Fire Authority Plan ("the Plan"). The Plan approved
the creation of the RRFA and cammitted the City and RRFA to certain cost sharing
arrangements. The Plan requires the City to build the RRFA a new fire station, referred
to as Fire Station 15. With regard to cost sharing, the Plan provides as follows:
1.1.The cost of developing of Fire Station 15, including all casts such as survey,design,
permit, construction and any associated activities required to bring the station to
operational status, in an amount not to exceed $5.5 million. The cost 'ss based on a
2015 estimate and shall be adjusted by the Seattle Area Construction Cost index as
published by Engineering News Record (ENR.COM) annually thereafter until the
project construction bid is awarded.
1.2. The cost of furnishing and equipping Fire Station 15 is not to exceed $1 millian.
2. The City has awarded the bid for Fire Station 15. The RRFA approved the plans for Fire
Station 15 in advance of the bid being awarded. The City and the RRFA desire to enter
into this Agreement for the purposes of setting forth the responsibilities and
requirements of the Parties with regard ta Develapment of Fire Station #15.
NOW, THEREFORE, in consideration of the mutual promises herein, the Parties agree as follows:
AGREEMENT
1.ADOPTION OF RECITAtS
The foregoing recitals are adopted and incorporated herein as terms of this Agreement.
H.SPEClFIC TERMS OF THIS AGREEMENT
A. Property.
The City owns an undivided parcel commonly known as 1404 N 30t St, Renton, WA (the
Property"), as legally described in Exhibit A, which is attached and incorporated herein
by reference. The City will be constructing Fire Station 15 on the southeriy portion of the
AGREEMENT CLARIFYING THE PAR?IES RESPONSIBiLITIES FOR DEVELOPING FIRE STATION#15 O?-QS-ZO1H
Page 1 of 13
AGENDA ITEM #5. j)
parce! and a City owned water reservoir and related utility project on the northerly
portion of the parcel. Prior to transfer of Fire Station 15 to the RRFA, the City will
complete a subdivision of the property to retain a portion of the property for City
purposes and transfer to the RRFA only that portion of the property necessary to support
ire Station 15. Easements will be reserved ta allow the RRFA and City to share use af a
portion of the property for compatible purposes.
6. Project - Fire Station 15.
The City will be constructing Fire Station 15 on the southerly portion of the Property (the
Project") and a City owned water reservair and related utility project on the northerly
portion of the Property. The Project will be completed in two phases. The first phase of
the Project will include construction of the building and the front driveway sufficient to
a11ow initial operation of Fire Station 15. The first phase will not provide access to a rear
parking(ot or rear garage doors.
The second phase of the Project, including the paving for the rear parking lot curbing and
west driveway, RFFA parking lot striping, and associated lighting and landscaping will be
completed in conjunction with the City's water utility project. The current Site Plan and
Site Sequencing Plan for the Project is attached and incorporated herein for reference
purposes as Exhibit B. Area 1, as labeled on the Site Sequencing Pfan, will be devefoped
in the Project's first phase by the City's Facilities Division in the Community Services
Department. Area 2, as labeled on the Site Sequencing Plan, will be completed in the
second phase by the City's Utilities Division of the Public Works Department in
conjunction with its water reservoir project.
The City and RRFA collaborated in the design of Fire Station 15, including the Site
Sequencing PEan.
C. City Costs.
1. The City will initially pay the costs of developing Fire Station 15, including but not
limited to all planning, site, groundwork, and building costs including survey, design,
permit, construction and any associated activities required to bring the station to
operational status and such that Fire Statian 15 and the subdivided portion of the
property may be transferred to the RRFA's ownership ("Development Costs"). The
contemplated Development Costs include but are not limited to those items described in
the attached Exhibit C, which is incorporated herein by this reference. Costs of
developing the second phase of the Project, constructed as part of the City's water
reservoir project as described above and generally depicted as occurring in Area 2 in the
Site Sequencing Plan, will not caunt as Development Casts, unless otherwise specified
herein.
AGR:EMEN'CLARt YING THE PART;ES ReSPONS;81ltTIES FdR DEVftOPING FIRE$TATION#15 02-01-201
Page 2 of 13
AGENDA ITEM #5. j)
2. The City's ultimate responsibility far Development Casts shail not exceed the sum
of$5,671,809,including applicable sales tax ("City's Maximum Develapment Costs"). Any
Development Costs exceeding the City's Maximum Development Costs shall be
reimbursed by the RRFA as set forth herein. The City sha(I use reasonable efforts to obtain
RRFA input prior to making decisions that generate RRFA Costs. If the total Development
Costs are less than the City's Maximum Development Costs, the City shall retain such
savings and the City has no obligation to share those savings with the RRFA.
3. The RRFA shall have the right to attend all regularly scheduled construction
meetings. The City shall notify the RRFA representative by email of any non-regularly
scheduled meetings at which changes to the plans are to be discussed sa that RRFA
personnel have an opportunity to attend such meetings.
4. Separate from Development Costs, the City will pay up to one million dollars
1,000,000), including applicable sales tax, to furnish and equip Fire Station 15 ("City's
Maximum Furnishing Costs"). The City's payment may be through direct purchases or
reimbursement to the RRFA. Furnishings shall be selected or approved in writing in
advance by the RRFA and may include furniture, fixtures, or other equipment to be used
in Fire Station 15 ("FF&E"). The contemplated FF&E Costs include but are not limited to
those described in the attached Exhibit C.
S. If the total FF&E costs are less than the City's Maximum Furnishing Costs,the City
shall remit the remainder of the $1,000,004 to RRFA. The City will not pay for or advance
any furnishing costs that cumulatively exceed the City's Maximum Furnishing Costs.
D. RRFA Costs.
1. Except for as otherwise provided herein,the RRFA agrees to pay for or reimburse
the City for all Development Costs that exceed the City's Maximum Development Costs.
This specifically includes any Development Costs that arise out of change orders or other
Development Costs that may have been unexpected or unplanned at the time Fire Station
was designed or put out for bid. As Devefopment Costs are incurred that exceed the City's
Maximum Development Costs, the City will invoice the RRFA and the RRFA will pay such
invoices within 45 days of receipt.
2. The RRFA is solely responsible for all FF&E costs that exceed the City's Maximum
Furnishing Costs.
E. Shared Development Costs
1. The cost of parking lot light fixtures that will be purchased as part of the phase 1
Community Services Project and installed by the water utility as part of its project shall
be chargeable as Development Costs for purposes of determining the City's Maximum
AGREEMEN'CLARIFYING THE PARTIES RESPONSIBIUTIES FOR DEVELOPING FIRE STATION#?5 02-01-2O1H
Page 3 of 13
AGENDA ITEM #5. j)
Development Costs. However, installation of such lighting shail not be chargeable as
Development Costs.
2. Any costs added to the City water utility's reservoir praject at the request of the
RRFA or for the sole benefit of the RRFA, beyand the scope of the City's project site plans
far the project as set forth in attached Exhibit B, shall be paid for by the RRFA, within 45
days of receipt of invoice from the City, unless otherwise agreed by the parties.
E. Property Transfer and Occupation.
1. The City will transfer title to Fire Station 15 and the underlying subdivided
property only after all City costs exceeding the City's Maximum Costs are reimbursed and
the property has been subdivided.
2. Upon completion of the first phase of the Project, the City intends to provide the
RRFA a temporary (icense to occupy Fire Station 15 provided a temporary occupancy
permit has been issued and the RRFA is current on all reimbursement obligations herein.
The RRFA will be responsible for insuring Fire Station 15 and all contents therein upon it
being given a license to occupy the station. During the temporary license period, the
RRFA will not have access to Area 2 in the Site Sequencing Plan. The City will coordinate
with the RRFA to provide agreed temporary parking solutions, which may include adding
dedicated on-street parking, and modifying the previously appraved development plans
to delay on site landscaping and construct temporary parking in place of such landscaping.
Costs incurred to provide agreed temporary parking sofutions and restoration/installation
of landscaping in place of temporary parking shall count towards the City's Maximum
Costs. City will pay for the cost of such agreed temporary parking solutions up to, but
not to exceed,the City's Maximum Development Costs.
3. The City intends to transfer ownership of Fire Station 15 to the RRFA after the
Project and the City's coordinated water reservoir project is complete and the Property
has been subdivided. Transfer of ownership to the RRFA shall be by quit claim deed with
no warranties and with easements reserved, or joint ownership agreements negotiated,
as necessary to support the RRFA and City's continued coordinated joint use of Area 2, as
labeled in the Site Sequencing Plan. As a candition of property transfer and upon the
RRFA's acceptance of the property,the RRFA will release the City from al! ongoing liability
and responsibility to RRFA vvith respect to the development of Fire Station 15 or the
ongoing maintenance thereof.
4. The RRFA may choose to obtain and pay for a buyers'title policy prior to accepting
transfer of the property.
5. The City agrees to clean the exterior of Station 15 at the conclusion of the Phase
2 at the City's cast.
AGREEMENT CLARIFYING THE PARTIES RESPONSIBILITIES FOR DEVELOPING F'RE STATION 1$OZ-OS-ZO1H
Page 4 of 13
AGENDA ITEM #5. j)
tll. GENERAL TERMS
A. This Agreement may only be amended in writing, and any amendment shall become
effective only when the governing body of each party has approved a written amendment
or addendum ta this Agreement.
B. This Agreement shall remain in effect until all projects are complete, the subdivision of
the property is finalized, and the City has transfer ownership of Fire Station 15 and
property with easements to RRFA with full RRFA release to the City, and the RRFA has
fuliy paid for any costs due and owing to the City.
C. Time is of the essence for each and all of this Agreement's provisions in which
performance is a factor.
D. If either party fails to reimburse the other party by the time required in this Agreement,
interest on the overdue amounts shall accrue and be paid at a rate of 2.5% per annum.
E. Each party agrees to comply with all local, federal, and state laws, rules, and regulations
that are now effective or in the future become applicable ta this Agreement. Any lawsuit
or legal action brought by any party to enforce or interpret this Agreement or any of its
terms or covenants shal{ 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. No lawsuit may be filed until the complaining provides no
less than 60 days written notice of its intent to file a iawsuit and only after attempting in
good faith to negotiate a resolution and allow the other party to cure the perceived
default.
F. The failure of either party to insist upon strict performance of any of the covenants and
agreements contained in this Agreement, or to exercise any option conferred by this
Agreement in one or more instances shall not be construed to be a waiver or
relinquishment of those covenants, agreements, or options, and the same shall be and
remain in full force and effect.
G. If any section of this Agreement is adjudicated ta be invalid, such action shall not atfect
the validity of any section not so adjudicated.
H. Nothing in this Agreement is intended to, nor shall be canstrued 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.
AGREEMEN'CIARIFYiNG THE PARTIES RESPONSIBiI!T!ES GR D=VELQPIt G FIRE STA i IUN$SS OZ-OI-ZQLH
Pdge 5 of 13
AGENDA ITEM #5. j)
IV. INDEMNiFICA710N AND HOLD HARMLESS/lNSURANCE
A. Each party agrees to defend, indemnify, and hold harmless the other party and each of
its empioyees, officials, agents, and volunteers from any and ail losses, claims, liabilities,
lawsuits, or legal judgments arising aut of its breach of this Agreement or any negligent
or willfully tortious actions or inactions by the performing party or any of its empioyees,
officials, agents,or volunteers,while acting within the scope of the duties required by this
Agreement. This provision shall survive the expiration of this Agreement. This provisian
shall also survive and remain in effect in the event that a court or other entity with
jurisdiction determines that this Agreement or any portion thereof is not enforceable.
B. It is further specifically and expressly understood that the indemnification provided
herein constitutes each party's waiver of immunity under industrial insurance, Title 51
RCW, solely to carry out the purposes of this indemnification clause. The parties further
acknowledge that they have mutually negotiated this waiver.
C. Insurance.
Each party shall carry and maintain insurance coverage as described below. Coverages
shall be written with an insurance carrier admitted in the State of Washington.
General. Automobile, and Director& Officer Liabilitv Insurance:
Coverage for damages caused resulting in personal injury, property damage or
advertising liability shall be provided. Coverage shall be in an amount not less
than five million dollars ($5, 000,000) per Occurrence.
The insurance policies of each party shafl name the other party and its officials, officers,
employees, and volunteers, who are acting within the scope of this Agreement as
additional insureds far any and all actions taken by each party, its officials, officers,
employees, and volunteers in the scope of their duties pursuant to this Agreement.
V. NOTICE
All communications, including notices, regarding this Agreement shall be sent to the Parties'
representatives at the addresses listed below:
7he City's representative shall be and notices shall be sent to:
Rabert Harrison, Chief Administrative Officer
1055 Grady Avenue South
Renton, WA 98057
425.430.6500
The RRFA's representative shall be and notices shall be sent to:
Fire Chief
24611 116th Ave SE.
AGREEMENT CLARIFYING THE PARTIES RESPONSIBIIITIES FOR DEVELOPING FIRE STATION#15 02-01-2018
Page 6 of 13
AGENDA ITEM #5. j)
Renton,WA 98030
425.430.7000
Any written notice shall become effective upon (a}personal service or(b)three(3)business days
after the date of mailing by registe ed or certified mail and first-ctass mail,a d shalt be deemed
su cienily given if sent to the address stated in this Agreament,or to such other address as may
be specified in writing by a party. Either party may change its representatives by notifying the
other in writing.
XII.EN71RE AGREEMENT
The Parties agree that this Agreement is the complete expression of the terms hereto and any
oral representations or understandings not incorporated herein are excluded. Both Parties
recognize that time is of the essence in the performance of the provislons of this Agreement.
Waiver of any default shalt not be deemed to be a waiver of any subsequent default.
Xllt.COUNTERPARTS
This Agreement may be executed in one or more counterparts, each af which shall be deemed
an original,but all of which together shall constitute one and the same instrument.
IN WITNE55,the Rarties below execute this Agreement,which shall become effective on the last
date entered befow.
RENTON REGIONAL FIRE AUTHORITY
r
M' o..u.a
1/T ...`
eY;
Its: Fire Chief ,
Dated: la f.-'r ar
APPROVED AS TO FORM:
Brian Snure
Attorney for RRFA
AGRfEMENT CtAR{fYINGTHE PARTIES RESPpN5101117tE5 OR D[VELpPlNG F ftE S7A710N#SS ClZ-Oi-OSB
Page 7 of 13
AGENDA ITEM #5. j)
CITY RENTON
By: Denis Law
Its: Mayor
Dated: 3 ''
Attest
3'
Jaso Seth
Rent n City lerk
APPROVED AS TO FORM:
n G i,e /
Shane Moloney, City Attorney
i i i i i,fr
4.`,O`1;1,,'TQ i,
i
i i
i i
EAI., _ * =
y -, s
s.,`,
p '„` w'''
i GRA T E Q,sEQ``\
GREEMEN?CLAftiFYING I HE PART ES RESPONS S;:fTleS GCR J VELOPING FIRE S7ATION#LS OZ-01-201$
Page 8 of 13
AGENDA ITEM #5. j)
EXHIBIT A
LEGAL DESCRIPTION (OF ENTIRE PROPERTY)
TRACT 38 OF HILLMAN'S LAKE WASHINGTON GARDEN OF EDEN ADQITION TO SEAl-fLE N0. 1,
ACCORDING TO TNE PLAT 7NEREOF RECORDED IN VOLUME 11 OF PLATS, PAGE 63, RECORDS OF
KING COUNTY, WASHINGTON;
EXCEPT THE EAST 140 FEET THEREOF;
SITUATE IN THE CITY OF RENTON, CDUNTY OF KING, STATE OF WASHINGTON
King County Assessor's Tax Parcel No. 3342103245
AGREEMENT ClARlFYWG TkE PAR7IES RESPONSIBILITiES FOR OEVELOPING F(RE STATION#'SS OZ-OS-?O1$
Page 9 af 13
AGENDA ITEM #5. j)
EXHIBIT
B
r
slteNotes
a1 .
a.,,
e
r,
r"_".."_•'_"_'•_"_"
cunso-
ua
mni:
is..
ao;
e,
eva,:
ns.
a
aaes
oa
iew:
enrs
r-.._..—.._.._.._.._.._.._..
SCHREIBER
e
w
ea
w
eic
sn<
eomr
secemim,„.
y.
STARLING
N -
e
o
r '
s'
eeci
na«
e
WHITEHEAD
R
rni
c
i .
asm
w
u,
wy .
sa
req
re
is..,
ae
e.
pa,
a
a
onvo:
ioa
a
ce
Gw
o,
s
mr...,
r:
t
a,
r ..
ti
i -
i.. ....
s
n .,
cs.
a
ei<<.
x .
eo.,
esxs
wm,
ere
en_
o.
v.
eee,
ecin:
ai
o
ea
e;
oo
wr,
g
CS
C:
li4(
1'.Cy
ComO
Y
Ih
i
ilY
o(
Nenlor.
req.
iite-
mP.
n:
s
lo
a'.
i
Wm'
m
RO'
N
1
V
oy9e
mnsttUiUon
te
tce
al
tenils
ol:
orvs
vct
cry
lo
secure
s:te
I
IM[
vm
m
lence
M1sigtif
s11all0e
six
feet
Frortle
9atc5
ov
I
91
a
F
I
ve'
M1'
II
i
ea
t
b
tl
a
9 .
p
199(
IKC1pERD
i
t.
Na
N
a .
t .
e: (
y
o
xaencif
LL-
lC
p.
b+
f
J
v .
Poi .,
q
a
e
a
n .
W
A
N
IAY?
f
tii
f
Ytl
q
1. . ,.
cnsti
7
1'.
W„;
t,'e.`
ti<
i,,.
IM
i
firm ..
vi
p
0'
1
Y '
G
JeatM
Norh
I .-
7
i^..J
p
cl
t
tl
p
J
1:
I
t ,
t
m
r
a,
i
n
a
I
n
p .
y
a.
h
tl
p
h '
I
C
0.
1
M
bf
nt
Mcai
s. .
t.
Relerlo<
aiolYaticlbrvntr'
in
onLyC
I
I
1,
ee'
21
aI.
S
n.
IhEtGntt3L(
Ndue(
ki^
Nue'
31
I
VIemn1
AY
i.,,.
I
Site
Plan
Le;,
end . . . . . .. .. . . . ..
PRL'
PFRTV
LINE
t
I ,.
VAftCEL
t
t
FN.."
u..,
I
15'.
FXISIINGTOPvlIYES->
EFSURVF.
Y
x,
f .
33<
110.]
245
I
vn.
ap.
rNc .
1 •
ZONE..
CN
I
I
UT.
ITIES-
SEECVNL
i
Z
I
NON
PfJiMEFBLE
CONGRETE
P!
ViNG
EE
ClV'.
L
t
I '
i
i
i-
i
I
YERMEAGIt
ONCHF.
LFPAVtlC
S{-
CIVIL
1
j
I . ( `•
r .....____
I
I
f..
i
a..
nSPliAIT
PAV
NG
5EE
C'.
N',
i
I `
1
1
l
Ifj_
f -=__'
i.
a
t
S
Sfle
Se
uercr
Pfa
x
I
e
erd
i
I ,
r
u .
t,
E,
w ..
nr+
tn .
iai
r
r
iv
a.
P>
Fw
arc
1
I
1
1
I .
1
i
E
7'
tJ
Y
E'
1u \
1-
N
I4iit
441 `
t
I
i
NT
r ..
n , .
I
i
o
i
Ptn
r
i,
it.
t
z.
t
t,.
t '
1
i
Q. +,
j
I
F+
1 ,
p..„
I
a `
i
i
Fire
Station
15
I
i
4
R' ( ,....,
e
L_'_"'
ii :
L.._
c.._.._....._..,.,.._.._*._
Contract Documents
v_
sie
aid
s
NORTH
30TH
STREET
4
vM
NORTH
30TH
STREET
c.,
mnoro
rw
cac.
ac<
s
55wAN,
Awts
I
OOi
93.
t5.
i
SiteSequencing
lan
i
SitePian
c`""
A1
A1
N °'_`''/
s `
aw
N `
c
s.-
az
r=<
z
r
AGENDA ITEM #5. j)
EXHlBIT C
1. Examples of Development Costs Attributabie towards the City's Maximum
Development Costs ($5,671,809 total)
Professional Services:
Architect
Civil Engineer
Landscape Architect
Cost Estimating
Signage
Commissianing
Miscellaneous:
Land Use Permitting
Meetings and Presentations
Construction Administration
Site Structural
Geotechnical
Record Drawings
Reimbursable Expenses
Testing and Inspections
Other Development Costs:
Construction
HVAC and other fixtures necessary to operate building
Project Management {including City staff assigned to project)
Public Art
Permits, Building
Permits, Civil
Plan Check
Printing
Installed Signage
P oject redesign and construction related to accommodation af temporary
parking during Phase 2
Miscellaneous installed items:
Dishwasher
Range Hood
Range
Compressor
Fire Extinguishers
Fire Extinguisher Cabinets
AGREEMENT CLAftIFYING TNE PAftTIES RESPONSkB;UTIES FOR DEVELQPING FIRE STATION#15 O2-01-2018
Page 11 of 13
AGENDA ITEM #5. j)
Garbage Disposal
Nose Reels
Marker boards
Roller Shades
Soap Dispensers
Tack boards
Water Heater
Wall Mirror
Parking lot light fixtures
2. Examples of FF&E: ($1,000,000 total)
Furniture:
Tables
Chairs
Couches
Beds/mattresses
Dressers
Televi5ians
Lamps
Appliances:
Washing machine/dryer
Refrigerator
Microwave
Dryer Cabinet, Gear
Extractar
Fireproof Cabinet
Hose Drying Rack
Pull-Up Bar
Soap Container
IT hardware that is not fixed to the building:*
Computers
Monitors
Printers
Telephones
Racks
Servers
Switches
Alerting
A6REEMENT CLAAIFYING THE PARTIES RESPONSIBIUTIES FOR DEVELOPING fIRE STATION#15 02-01-2018
Page 12 of 13
AGENDA ITEM #5. j)
Note: IT Services for RRFA are currently covered under ILA CAG-16-116
between the City and the RRFA, Exhibit 2, section 4.6. "Unique
Support Service Requests"and section 5. "Additional Staff Service
Cost." !f the RRFA is going to require IT services and support for FS
15 there wil/be additional support and services costs that wiN
need to be addressed in !LA CAG-16-116 and not as part of the
project"cost associated with this agreement.
Fitness equipment including any costs associated with dedicated circuit electrical
requirements.
AED equipment for the facility.
Smoke &carbon monoxide detectors.
Fire Engine/truck.
AGREEMGNT CLAftiFVING THE PAATIES RESPONSIBIL1TtE5 FOR DEVELOPING FIftE STAT(ON#15 O?-01-2018
Page 13 of 13
AGENDA ITEM #5. j)
3
y t L
i
INSURED PARTICIPANT: MEMORANDUM#:2019-00-625
Renton Regional Fire Authority
r; 1055 S Grady Way EFFECTIVE:September 1,2018 through August 31,2019
Rellt011,WA 98057 This is to certify that the Memorandum of Coverage has been issued to the
Insured/Participant for the period indimted.
CERTIFICATE HOIDER:
City of Renton iEa1055GradyAvenueSouth
Renton,WA 98057
The Evidence of Coverage does not constitute a contract between the issuing insurer(sJ,authorized representative or producer,and the certificate '
E; holder,nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon.
i
COVERAGE: PER OCCURRENCE AGGREGATE
LIMIT LIMIT
COMPREHENSIVE GENERAL LIABILITY 5,000,000 5,000,000
Professional Liobility 5,000,000 5,000,000
Personal Liability 5,000,000 5,000,000
Producis—Complete Operation 5,000,000 5,000,000
i
AUTO LIABILITY 5,000,000 5,000,000
Combined Single Limit;Hired and Non-Owned;Temporary Substitute 5,000,000 5,000,000
i;
s; CRIME BLANKET COVERAGE WITH FAITHFUL PERFORMANCE OF DUTY N A N A
a Per Occurrence Aggregate N/A N/A
a
PROPERTY/MOBILE EQUIPMENT/BOILER AND MACHINERY
Property N/A N/A
Mobile Eqwpment
AUTOMOBILE PHYSICAL DAMAGE N/A N/A
OTHER COVERAGE:PUBUC OFFICIALS E&O 5,000,000 $5,000,000
CANCELLATION: i
g< Shouid any of the above described coverage be cancelled before the expiration date of thereof.Notice will be delivered in accordance with the 3i
provisions of the MOC. j
MEMO:
j 1 a
f
The City of Renton, its officials,officers, employees,and volunteers who are acting within the scope of this Agreement is an i
additional covered party in respects to the Agreement between the City of Renton and the Renton Regional Fire Authority
clarifying the parties responsibilities for developing Fire Station#15.
1
i If.
Authori ed Representative
i Octobe z6,zo 8
4i
i 4
t'€
3
E
er r ;
ib o S lechnoEo y_Bivcl,5 ite ioo Spokan VV shin,lon 99'.lef )8 8 0 o Toll Free 80,1.??..g 11..F x Z4 Z z8 5
N,....,,,.,.,,,,,,,.,,,,.,,,, a ...-,. ,,,,.,.,,.,w..u.., .,.,„ .,w,o,.,,., ..«<.n...4.a u a..M r
AGENDA ITEM #5. j)
ADDENDUM B
ENDURIS AND ITS MEMBERS
MEMORANDUM OF COVERAGE
It is agreed that the "Covered Party, Covered Persons or Entities" provision is amended to
include any person or entity to whom the member is obligated by virtue of a contract to
provide insurance with respect to coverage afforded by this Memorandum. Said person or
entity shall be covered only to the extent of such obligation of the covered party, and then only
with respect to operations by or on behalf of the covered party, or of facilities of the covered
party,or of facilities used by the covered party.
This policy will not insure or defend any claims for liabilities arising out of the sole fault,
negligence or omission of the Additional Covered Party.
Coverage provided under this addendum is limited to the lesser of the limits stated on the
Declaration page,or the minimum of coverage required in the contract.
This addendum requires written approval from Enduris.
It is further agreed that nothing herein shall act to increase Enduris' Limit of Liability.
This addendum is part of the Memorandum and takes effect on the effective date of the
Memorandum unless another effective date is shown on the attached Evidence of Coverage.
All other terms and conditions remain unchanged.
Addendum B-Additionai Covered Party
AGENDA ITEM #5. j)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
23 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025
Approved as to form: KING COUNTY:
By: ____________________ By: ______________________
Title: ____________________ Title: ______________________
Date: ____________________ Date: ______________________
AGENDA ITEM # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
38 FINAL WRIA 8 Interlocal Agreement 2026-2035 January 2025
Approved as to form: SNOHOMISH COUNTY:
By: ____________________ By: ______________________
Title: ____________________ Title: ______________________
Date: ____________________ Date: ______________________
AGENDA ITEM # 7. a)
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 # 7. a)
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 # 7. a)
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 # 7. a)
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
#
7
.
a
)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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 # 7. b)
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
#
7
.
b
)