HomeMy WebLinkAboutAgenda Bill_071
SUBJECT/TITLE:Reimbursement Agreement with Boeing - Taxiway A
Rehab Project Costs
RECOMMENDED ACTION: Refer to Finance Committee
DEPARTMENT: Public Works/ Airport
STAFF CONTACT: William Adams, Civil Engineer 3
EXT.: 2067756862
The fiscal impact of the reimbursement agreement with The Boeing Company is not to exceed $896,732.66. The
full cost of this contract will be funded by The Boeing Company.
The value of this agreement is set forth directly from the bid schedules E and J received from Scarsella during
bidding of the Taxiway A Rehab Project (CAG-25-098). Bid schedule E is set to be completed in 2026 and bid
Schedule J is set to be completed in 2027.
2026 Schedule E = $409,361.08 (including tax)
2027 Schedule J = $487,371.58 (including tax)
During the design of the Taxiway A Rehab Project, the Airport received interest from The Boeing Company in
repaving a 10-ft wide strip of asphalt on their leased property adjacent to our project. A signed letter of intent
(see attachment 4) to pay for this effort was received from Boeing prior to executing CAG-25-098 with Scarsella.
This covers the pavement rehabilitation Scarsella Bros. is contracted to perform under CAG-25-098 bid schedules
E and J for the benefit of the Boeing Company.
Authorize the mayor and city clerk to execute the reimbursement agreement contract in the amount of
$896,732.66.
City Council Regular Meeting
FISCAL IMPACT SUMMARY:
SUMMARY OF ACTION
STAFF RECOMMENDATION
Reimbursement Agreement
II. COSTS AND PAYMENTS
BOEING shall reimburse the CITY for the actual cost for the construction of its rehabilitated
apron pavement under this agreement. Based upon bids received on August 20, 2025, the
estimated amount of these improvements, is expected not to exceed $896,732.66 for the
construction of the BOEING apron pavement under this project. Should actual costs of the project
associated with the rehabilitation of BOEING apron pavement exceed $896,732.66 or become
projected to exceed $896,732.66 based on final opinion of probable construction cost for the
project, the CITY and BOEING shall execute an amendment to this Agreement to increase the
above-listed amount accordingly.
The CITY shall pay the costs for improvements constructed as part of this project not
associated with rehabilitation of the BOEING apron pavement.
III. RESPONSIBILITIES OF PARTIES
A. THE BOEING COMPANY:
1. BOEING provided plan review of the project documents prepared by the CITY and
provided written comments on the design of BOEING’s facilities prior to bidding.
2. BOEING shall attend a preconstruction conference and present its requirements for
coordination of closures.
3. BOEING shall provide timely field inspections of its facilities constructed by the CITY
and provide written communication to the CITY identifying any defects or inconsistencies from the
CITY’s project documents. BOEING will communicate only with the CITY during the construction; the
CITY will communicate with its Contractor.
4. BOEING shall provide a timely review of quarterly reimbursement requests received
from the CITY and identify any disputed charges within 30 days of receipt of invoice. BOEING shall
also provide timely review of monthly contractor progress payments and identify any disputed
charges within 10 business days of receipt.
5. BOEING shall pay undisputed invoices from the CITY within 90 days of receipt of
invoice.
B. CITY OF RENTON
1. The CITY developed the project contract documents which shall include the CITY’s
standard details, material specifications and construction specifications for BOEING’s Bid
Schedules. The project contract documents included a provision in the construction contract for a
one-year warranty on BOEING’s facilities. The contract drawings and specifications have been
prepared and sealed by a licensed civil engineer. The contract documents for this project have
been recorded by the CITY pursuant to that agreement known as CAG-25-098 (Taxiway A Rehab
Project), which can be found here:
https://edocs.rentonwa.gov/Documents/Browse.aspx?id=11586673&dbid=0&repo=CityofRenton.
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
Reimbursement Agreement
2. The CITY developed the project bid proposal contract to include two separate
schedules for BOEING’s facilities, including a bid schedule for Phase 1 and a bid schedule for Phase 2.
3. The CITY bid a public works contract to construct BOEING’S and the CITY’S
facilities.
4. The CITY forwarded the bid tabulation received for the project to BOEING.
5. The CITY shall forward material submittals to the BOEING. BOEING shall provide a
written response to the material submittals within 5 business days from receipt of the material
submittals.
6. The CITY will award and administer a public works contract that will construct
BOEING’s and the CITY’s facilities.
7. The CITY shall notify BOEING of the progression of the project including contract
award, the schedule for preliminary construction administration actions, preconstruction
conference, project construction start date, the projected schedule for installation of BOEING’s
facilities, and three-week lookahead projections during construction, along with the contractor’s
overall project schedule.
8. The CITY shall coordinate with BOEING during the construction such that BOEING
can conduct periodic site visits and construction inspection for work associated with relocating
BOEING facilities. BOEING shall issue written communication to the CITY advising of any observed
defects or deviations from BOEING’s construction specifications. BOEING shall issue written
punch lists identifying any deficiencies in the Work performed by the CITY’s contractor. The CITY
will work with its Contractor to remedy any deficient or defective Work on BOEING’s facilities.
9. Upon completion of the construction of BOEING’s facilities, the CITY shall prepare
construction record drawings by the engineer of record in PDF and in AutoCAD format. The
construction record drawings shall be submitted to BOEING for review and comment. When final
documents are achieved, the construction record drawings shall be stamped and sealed by the
engineer of record. The CITY shall deliver a PDF and one AutoCAD file of the record drawings to
BOEING within 120 days after the entire project reaches physical completion.
10. Within one year from the date the CITY accepts its project as complete, the CITY
and BOEING shall conduct a site visit and inspection of BOEING’s facilities. If defects in BOEING’s
facilities are noted and it is mutually agreed that said defects resulted from deficient or defective
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
Reimbursement Agreement
work by the CITY’s contractor, the CITY will work with its Contractor to enforce repairs or
replacements necessary to remedy the defects to the satisfaction of BOEING.
11. The CITY shall forward reimbursement requests, invoices, and backup information,
including copies of pay estimates, for the construction of BOEING’s facilities, to BOEING quarterly.
Progress payments to the contractor shall be forwarded to BOEING for review upon preparation.
IV. TERM
This Agreement is effective upon signature by both Parties and will remain in effect until
May 31, 2028,
V. INDEMNIFICATION AND HOLD HARMLESS
A. BOEING shall defend, indemnify and hold the CITY, its officers, officials, employees
and volunteers harmless from any and all claims, injuries, damages, losses or suits including
reasonable attorney fees, arising out of or in connection with BOEING’s negligent acts in the
performance of this Agreement, except for damages caused by the negligence of the CITY.
B. The CITY shall defend, indemnify and hold BOEING, its officers, officials, employees
and volunteers harmless from any and all claims, injuries, damages, losses or suits including
reasonable attorney fees, arising out of or in connection with the CITY’s negligent acts in the
performance of this Agreement, except for injuries and damages caused by the negligence of
BOEING.
C. Should a court of competent jurisdiction determine that this Agreement is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of BOEING and the CITY,
or their respective agents, each Parties’ liability hereunder shall be only to the extent of its
negligence.
D. It is further specifically and expressly understood that the indemnification provided
herein constitutes BOEING’S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for
the purposes of this indemnification. This waiver has been mutually negotiated by the Parties. The
provisions of this section shall survive the expiration or termination of this Agreement.
VI. INSURANCE
The CITY shall require its Contractor to name BOEING as an additional insured with respect
to its Contractor’s Work on behalf of BOEING, in the same manner and on the same terms as required
by the CITY for its own inclusion as an additional insured.
VII. GENERAL PROVISIONS
A. ADMINISTRATION. The provision of services under this Agreement will be managed
for the CITY by its Airport Principal Engineer, William Adams, or other staff as may be designated by
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
Reimbursement Agreement
the CITY, and for BOEING by its Operations Manager, or other staff as may be designated by the
BOEING (“Project Administrators”).
B. DISPUTE RESOLUTION. In the event there is a dispute related to the services rendered
or the collection/payment of reimbursable funds pursuant to this Agreement, the Parties shall make
every effort to resolve such dispute by mutual agreement. In the event there is no mutually agreeable
resolution, the Parties shall seek mediation through a mutually agreed mediation service and each
Party shall bear its own costs for mediation. If mediation is unsuccessful, either Party may pursue any
legal remedy available from a court of competent jurisdiction. In any event, in the course of resolving
any dispute, including litigation and any appeals, each Party will be responsible to pay its own legal
fees and costs and the cost of construction of its portion of the project.
C. AMENDMENT. This Agreement may be amended only by written agreement of the
Parties.
D. ASSIGNMENT. This Agreement is not assignable by either Party, either in whole or in
part.
E. ENTIRE AGREEMENT. This Agreement is a complete expression of the intent of the
Parties and any oral or written representations or understandings not incorporated herein are
excluded. The Parties recognize that time is of the essence in the performance of the provisions of
this Agreement. Waiver of any default shall not be deemed to be waiver of any subsequent default.
Waiver of breach of any provision of this Agreement shall not be construed to be a modification of
the terms of this Agreement unless stated to be such through written approval of the Parties which
shall be attached to this original Agreement.
F. NOTICES. Notices to be provided pursuant to this Agreement shall be provided in
writing to the person and address indicated below. Notices shall be in writing, and shall be personally
delivered or sent by nationally recognized overnight courier service with all charges for next business day
delivery prepaid, and shall be effective upon receipt at the appropriate address. Courtesy copies of notices
may be provided via email transmission but shall not constitute delivery of written notice as set forth
herein.
CITY OF RENTON
Martin Pastucha – Public Works Administrator
1055 South Grady Way
Renton, WA 98057
mpastucha@rentonwa.gov
cityclerk@rentonwa.gov
CITY OF RENTON
William Adams – Principal Engineer Airport
243 W Perimeter Rd
Renton, WA 98057
wadams@rentonwa.gov
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
Reimbursement Agreement
The Boeing Company
Global Real Estate, MC S221-1400
6200 James S. McDonnell Blvd
Bulk Mail 101 Dock
Berkeley, MO 63134
Attn:
The Boeing Company
William Harward
635 Park Ave N
MC 6X6-02
Renton, WA 98057
William.g.harward@boeing.com
G. NON-WAIVER OF BREACH. The failure of either Party to insist upon strict
performance of any of the covenants and agreements contained in this Agreement 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.
H. COMPLIANCE WITH LAWS. Both Parties agree to comply with applicable local,
federal, and state laws, rules, and regulations that are now effective or in the future become
applicable to this Agreement.
I. NONDISCRIMINATION IN EMPLOYMENT. In the performance of this Agreement,
neither Party will discriminate against any employee on the grounds of race, religion, creed, color,
national origin, sex, marital status, disability, sexual orientation, age, nor other basis prohibited by
state or federal law unless based upon a bona fide occupational qualification. Both Parties shall
take such action with respect to this Agreement as may be required to ensure full compliance with
local, state, and federal laws prohibiting discrimination in employment.
J. SEVERABILITY. If any provision of this Agreement, in whole or in part, is adjudicated
to be invalid, such action shall not affect the validity of any provision not so adjudicated.
K. AUTHORITY. Each of the parties hereto represents and warrants to the other that the
person executing this Agreement on behalf of such party has the full right, power and authority to enter
into and execute this Agreement on such party’s behalf.
L. COUNTERPARTS; ELECTRONIC SIGNATURES. This Agreement may be executed in
multiple counterparts, each of which shall be deemed an original, but all of which, together, shall
constitute but one and the same instrument. This Amendment may be executed by facsimile, by pdf, or
through electronic means such as DocuSign, each of which will be deemed equivalent to execution by
hand.
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
Reimbursement Agreement
IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the
date last signed by the Parties below.
City of Renton The Boeing Company
By: By:
Armondo Pavone, David Gorman,
Mayor Authorized Signatory
Date: Date:
Attest:
Jason Seth, City Clerk
Approved as to Form
By _________________
Alex Tuttle
Senior Assistant City Attorney
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
3/23/2026
Reimbursement Agreement
EXHIBIT A
The City has designed the Taxiway A Rehabilitation & Associated Improvements Project (“Project”).
That project is described in detail by CAG-25-098, which can be found here:
https://edocs.rentonwa.gov/Documents/Browse.aspx?id=11586673&dbid=0&repo=CityofRenton.
Among other items, the work performed in accordance with the Project includes the Rehabilitation
of Taxiway A, Taxiway A1, Taxiway A2, Taxiway A3, Taxiway A4, Taxiway A5, Taxiway A6, and Taxiway
A7. The project is funded by the Federal Aviation Administration (FAA) with City matching funds.
See Attachment 1 for a summary of project improvements.
The project will generally rehabilitate the existing asphalt pavement up to Boeing’s lease line west
of Taxiway A. Pavement rehabilitation up to the Boeing lease line would result in an approximately
10 ft wide area of asphalt pavement between Boeing concrete hardstands at Apron B, Apron C, and
Boeing Fuel Farm (Boeing Lease LAG-10-001 refers to these parcels as Apron B, Land 760 & Land
770, Land 5-45 respectively) and the project limits that would not be impacted by the Project. See
Attachment 2 for reference. The area shaded in blue is the Boeing lease area (See LAG-10-001 for
details regarding Boeing’s lease of these affected parcels) in front of the Apron C but is
representative of the conditions at both the Boeing Fuel Farm and Apron B. All the proposed
Boeing-paid pavement rehabilitation areas are shown in red in Attachment 5.
Work performed pursuant to this Project will be phased over two years. Phase 1 will consist of work
from approximately Taxiway A5 north to Taxiway A1 and impact the Boeing Fuel Farm and Apron C
at various times between May and September 2026. Phase 2 will consist of work from
approximately Taxiway A5 south to Taxiway A7 and impact Apron B at various times between June
and August 2027.
Proposed Work within the Boeing Aprons B & C & Fuel Farm
Throughout the design process, the Airport and Design Team have communicated with Boeing
about the project. It is agreed that the project will include a mill/inlay of the asphalt pavement in
the vicinity of the tenant lease line shown in orange in Attachment 2 and the City will perform a full
rehabilitation of the approximately 10 ft asphalt section between the concrete hard stand and the
lease line. For constructability, a transition section would have to be installed between the full
rehabilitation limits of the Boeing asphalt pavement and the mill/inlay section of the project. It was
agreed that this transition section would be 12 ft to allow proper compaction of the aggregate base
between the reconstruction limits and the mill/inlay limits. A cross section of the full
reconstruction area is shown in blue, and the transition area is shown in orange in Attachment 3.
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
Reimbursement Agreement
The City is intending on paying for the mill/inlay of the asphalt up to the tenant lease boundary,
regardless if Boeing pursued this additional work. As a result, Boeing hereby agrees to pay for the
work required below the 4” mill/inlay section of asphalt within the transition areas, and the City
would pay for the mill/inlay section of the asphalt to the lease boundary. See Attachment 3
summarizing Boeing-paid work and City-paid work.
The City received a Letter of Intent on September 3, 2025 indicating that Boeing would like to
proceed with the rehabilitation of the asphalt pavement in front of Apron B, Apron C, and Fuel Farm
areas. See Attachment 4. As a result, the City incorporated the additional pavement work into the
bid documents to be advertised with the project.
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
Reimbursement Agreement
Attachment 5
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
2+
0
0
3+0
0
4+00
5+00 6+00 7+00 8+00 9+00 10+00 11+00
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
2
C1.1
1
SCALE: 1" = 40'
PLAN
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.1
1 OF 5
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
RUNWAY 16-34
TAXIWAY A
TA
X
I
W
A
Y
A
7
BOEING APRON B
HA
N
G
A
R
50
'
T
Y
P
.
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
BASE BID ADG III PAVEMENT
BASE BID ADG II PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
AD
G
I
I
T
O
F
A
(6
2
'
)
AD
G
I
I
T
S
A
(3
9
.
5
'
)
**
1
C1.6
2
C1.6
3
C1.6
2
C1.6
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
MAINTAIN EXISTINGEDGE GEOMETRY MAINTAIN EXISTINGEDGE GEOMETRY
ATTACHMENT 1
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
1+0
0
2+0
0
3+0
0
4+0
0
5+0
0
12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
3
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
1
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.2
2 OF 5
C1.2
1
SCALE: 1" = 40'
PLAN
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
RUNWAY 16-34
TAXIWAY A
TAX
I
W
A
Y
A
6
BOEING APRON B
HANGARFBO FUEL TANKS
HA
N
G
A
R
HA
N
G
A
R
HA
N
G
A
R
50
'
T
Y
P
.
MAINTAIN EXISTING EDGE GEOMETRY
MAINTAIN EXISTING EDGE GEOMETRY
BASE BID ADG III PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
AD
G
I
I
T
O
F
A
(6
2
'
)
AD
G
I
I
T
S
A
(3
9
.
5
'
)
**
1
C1.6
2
C1.6
2
C1.6
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
1+
0
0
2+
0
0
3+
0
0
4+
0
0
0+00
1+00
2+
0
0
3+
0
0
4+
0
0
5+
0
0
24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00 35+00
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
2
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
4
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.3
3 OF 5
C1.3
1
SCALE: 1" = 40'
PLAN
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
RUNWAY 16-34
TA
X
I
W
A
Y
A
5
TAXIWAY A
TA
X
I
W
A
Y
A
4
ATCT
BOEING FUEL FARM
HANGARHANGAR
50
'
T
Y
P
.
MAINTAIN EXISTING EDGEGEOMETRY MAINTAIN EXISTING EDGEGEOMETRY
BASE BID ADG III PAVEMENT
BASE BID ADG II PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
BASE BID ADG II PAVEMENT
AD
G
I
I
T
S
A
(3
9
.
5
'
)
AD
G
I
I
T
O
F
A
(6
2
'
)
**
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
1
C1.6
2
C1.6
3
C1.6
2
C1.6
3
C1.6
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
1+
0
0
2+00
3+00
4+00
5+
0
0
36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 44+00 45+00 46+00 47+00
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
3
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
5
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.4
4 OF 5
C1.4
1
SCALE: 1" = 40'
PLAN
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
RUNWAY 16-34
TAXIWAY A
TA
X
I
W
A
Y
A
3
BOEING APRON C
GA TIEDOWN APRON GA TIEDOWN APRON
50
'
T
Y
P
.
MAINTAIN EXISTING EDGEGEOMETRY
BASE BID ADG III PAVEMENT
BASE BID ADG II PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
AD
G
I
I
T
S
A
(3
9
.
5
'
)
AD
G
I
I
T
O
F
A
(6
2
'
)
**
1
C1.6
2
C1.6
3
C1.6
2
C1.6
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
1+
0
0
2+
0
0
3+
0
0
4+
0
0
48+00 49+00 50+00 51+00 52+00 53+00
54+00
5
5
+
0
0
56
+
0
0
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
4
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.5
5 OF 5
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
C1.5
1
SCALE: 1" = 40'
PLAN
RUNWAY 16-34
TAXIWAY A
TA
X
I
W
A
Y
A
2
TA
X
I
W
A
Y
A
1
LAKEWASHINGTON
HA
N
G
A
R
HA
N
G
A
R
SEAPLANE APRON
MAINTAIN EXISTING EDGEGEOMETRY
MAINTAIN EXISTINGEDGE GEOMETRY
BASE BID ADG III PAVEMENT
BASE BID ADG II PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
BASE BID ADG II PAVEMENT
AD
G
I
I
T
S
A
(3
9
.
5
'
)
AD
G
I
I
T
O
F
A
(6
2
'
)
**
1
C1.6
2
C1.6
3
C1.6 4
C1.6
2
C1.6
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
ATTACHMENT 2
12' TRANSITION FROM
RECONSTRUCTION LIMITS
TO MILL/INLAY PROJECT
LIMITS
(BOEING/CITY-FUNDED)
APPROXIMATE
LEASE
BOUNDARY
ASPHALT RECONSTRUCTION
PAVEMENT LIMITS
(BOEING-FUNDED)
APPROXIMATE
PROJECT LIMITS
(CITY-FUNDED)
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
PROPOSED RECONSTRUCTION
PAVEMENT TO MATCH TAXIWAY A
PAVEMENT SECTION WORK. NO
ADDITIONAL PAVEMENT DESIGN WILL
BE PERFORMED FOR THIS AREA.
CITY-PAID WORK
BOEING-PAID WORK
LEGEND:
ATTACHMENT 3
MILL AND INLAY
SECTION
(CITY-FUNDED)
BOEING LEASE AREA
(CONCRETE)
12' TRANSITION
CITY PAYS FOR 4"
MILL/INLAY; BOEING
PAYS FOR WORK
BELOW 4" ASPHALT
BOEING LEASE AREA
(ASPHALT), ~10'
(BOEING-FUNDED)
LTOWARDS TAXIWAY A C
PC
C
H
A
R
D
S
T
A
N
D
/
A
S
P
H
A
L
T
IN
T
E
R
F
A
C
E
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
ATTACHMENT 4
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
ATCT
10
'
10
'
505'1026'
TA
X
I
W
A
Y
A
7
TAX
I
W
A
Y
A
6
RUNWAY 16-34
TA
X
I
W
A
Y
A
5
TAXIWAY A
TA
X
I
W
A
Y
A
4
BOEING APRON B
TA
X
I
W
A
Y
A
3
TA
X
I
W
A
Y
A
2
TA
X
I
W
A
Y
A
1
LAKEWASHINGTON
BOEINGFUEL FARM BOEING APRON C
10
'
257'
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
B
o
e
i
n
g
P
r
o
p
e
r
t
y
L
i
n
e
E
x
h
i
b
i
t
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
200'400'
200'
N
C1.1
1
SCALE: 1" = 200'
PLAN
MARCH 2024 35022.008.02 AS NOTED
GJR
SAW
DMY
BOEING EXHIBIT 1
C1.1
1 OF 1
LEGEND
POTENTIAL BOEING REHABILITATION AREA
RENTON AIRPORT PROJECT AREA PHASE 1(SPRING-FALL 2025)
RENTON AIRPORT PROJECT AREA PHASE 2(SPRING-FALL 2026)
FIGURE 3
ATTACHMENT 5
Docusign Envelope ID: 34B227DE-5602-4311-8C8B-32EF856141A4
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
2+
0
0
3+0
0
4+00
5+00 6+00 7+00 8+00 9+00 10+00 11+00
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
2
C1.1
1
SCALE: 1" = 40'
PLAN
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.1
1 OF 5
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
RUNWAY 16-34
TAXIWAY A
TA
X
I
W
A
Y
A
7
BOEING APRON B
HA
N
G
A
R
50
'
T
Y
P
.
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
BASE BID ADG III PAVEMENT
BASE BID ADG II PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
AD
G
I
I
T
O
F
A
(6
2
'
)
AD
G
I
I
T
S
A
(3
9
.
5
'
)
**
1
C1.6
2
C1.6
3
C1.6
2
C1.6
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
MAINTAIN EXISTINGEDGE GEOMETRY MAINTAIN EXISTINGEDGE GEOMETRY
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
1+0
0
2+0
0
3+0
0
4+0
0
5+0
0
12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
3
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
1
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.2
2 OF 5
C1.2
1
SCALE: 1" = 40'
PLAN
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
RUNWAY 16-34
TAXIWAY A
TAX
I
W
A
Y
A
6
BOEING APRON B
HANGARFBO FUEL TANKS
HA
N
G
A
R
HA
N
G
A
R
HA
N
G
A
R
50
'
T
Y
P
.
MAINTAIN EXISTING EDGE GEOMETRY
MAINTAIN EXISTING EDGE GEOMETRY
BASE BID ADG III PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
AD
G
I
I
T
O
F
A
(6
2
'
)
AD
G
I
I
T
S
A
(3
9
.
5
'
)
**
1
C1.6
2
C1.6
2
C1.6
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
1+
0
0
2+
0
0
3+
0
0
4+
0
0
0+00
1+00
2+
0
0
3+
0
0
4+
0
0
5+
0
0
24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00 35+00
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
2
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
4
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.3
3 OF 5
C1.3
1
SCALE: 1" = 40'
PLAN
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
RUNWAY 16-34
TA
X
I
W
A
Y
A
5
TAXIWAY A
TA
X
I
W
A
Y
A
4
ATCT
BOEING FUEL FARM
HANGARHANGAR
50
'
T
Y
P
.
MAINTAIN EXISTING EDGEGEOMETRY MAINTAIN EXISTING EDGEGEOMETRY
BASE BID ADG III PAVEMENT
BASE BID ADG II PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
BASE BID ADG II PAVEMENT
AD
G
I
I
T
S
A
(3
9
.
5
'
)
AD
G
I
I
T
O
F
A
(6
2
'
)
**
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
1
C1.6
2
C1.6
3
C1.6
2
C1.6
3
C1.6
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
1+
0
0
2+00
3+00
4+00
5+
0
0
36+00 37+00 38+00 39+00 40+00 41+00 42+00 43+00 44+00 45+00 46+00 47+00
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
3
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
5
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.4
4 OF 5
C1.4
1
SCALE: 1" = 40'
PLAN
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
RUNWAY 16-34
TAXIWAY A
TA
X
I
W
A
Y
A
3
BOEING APRON C
GA TIEDOWN APRON GA TIEDOWN APRON
50
'
T
Y
P
.
MAINTAIN EXISTING EDGEGEOMETRY
BASE BID ADG III PAVEMENT
BASE BID ADG II PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
AD
G
I
I
T
S
A
(3
9
.
5
'
)
AD
G
I
I
T
O
F
A
(6
2
'
)
**
1
C1.6
2
C1.6
3
C1.6
2
C1.6
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA TOFA
TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA TSA
1+
0
0
2+
0
0
3+
0
0
4+
0
0
48+00 49+00 50+00 51+00 52+00 53+00
54+00
5
5
+
0
0
56
+
0
0
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
A
L
T
4
C
O
S
T
T
A
K
E
O
F
F
S
E
X
H
I
B
I
T
_
R
3
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
40 80
40'
N
MA
T
C
H
L
I
N
E
,
S
E
E
S
H
E
E
T
C1
.
4
NOVEMBER 2023 35022.008.02 AS NOTED
GJR
SAW
DMY
ALTERNATIVE 4
C1.5
5 OF 5
LEGEND
BASE BID ADG II PAVEMENT
BASE BID ADG III PAVEMENT
TAXIWAY OBJECT FREE AREA
LEGEND CONT.
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
TAXIWAY SAFETY AREATOFA TSA
C1.5
1
SCALE: 1" = 40'
PLAN
RUNWAY 16-34
TAXIWAY A
TA
X
I
W
A
Y
A
2
TA
X
I
W
A
Y
A
1
LAKEWASHINGTON
HA
N
G
A
R
HA
N
G
A
R
SEAPLANE APRON
MAINTAIN EXISTING EDGEGEOMETRY
MAINTAIN EXISTINGEDGE GEOMETRY
BASE BID ADG III PAVEMENT
BASE BID ADG II PAVEMENT
ADDITIVE A - AIP ELIGIBLE ADG II PAVEMENT
ADDITIVE B - NON - AIP ELIGIBLE ADG II PAVEMENT
BASE BID ADG II PAVEMENT
AD
G
I
I
T
S
A
(3
9
.
5
'
)
AD
G
I
I
T
O
F
A
(6
2
'
)
**
1
C1.6
2
C1.6
3
C1.6 4
C1.6
2
C1.6
ALT 4 MAJOR WORK ITEMS
PAVEMENT :
- Base bid rehabilitation extends 25' west of centerline (edge of taxiway)
- Taxiway A, A1, A6 and A7 ADG III Pavement (Strength and Width)
- Connectors A2, A3, A4 and A5 ADG II Pavement
- Taxiway A7 TDG3 fillet design standard (within existing pavement limits)
- Taxiway A6, A5, A4, A3, A2, and A1 maintain existing pavement geometry
- Maintain existing shed section
- AIP eligible work extends to TOFA
- Non - AIP eligible work west of TOFA
STORM:
- Trench drain not anticipated
- Provide permit related storm drainage improvements
- Provide miscellaneous catch basin & conveyance improvements to facilitate infield drainage
WATERLINE:
- Abandon waterline in place except for under A, A6 and A7
ELECTRICAL:
- New LED taxiway edge lights (mix of new and existing base can)
- New guidance signs and bases at A1, A6 and A7
- 1 regulator for Taxiway A and B circuit (combined)
ESTIMATED TOTAL ALTERNATIVE 4 COSTS
ESTIMATED COST
BASE BID CONSTRUCTION $15,800,000
ADDITIVE A CONSTRUCTION (AIP ELIGIBLE)$1,360,000
ADDITIVE B CONSTRUCTION (NON - AIP ELIGIBLE)$850,000
CONSTRUCTION MANAGEMENT & ADMINISTRATION $2,300,000
TOTAL COST FAA SHARE (90%)SPONSOR SHARE AVAILABLE FAA FUNDING*FAA GRANT BALANCE
TOTAL AIP ELIGIBLE BASE BID$18,100,000 $16,290,000 $1,810,000 $17,069,000 $779,000
TOTAL AIP ELIGIBLE (BASE BID + ADDITIVE A)$19,460,000 $17,514,000 $2,391,000 $17,069,000 $-445,000
TOTAL PROJECT COST (BASE BID + ADDITIVE A + ADDITIVE B)$20,310,000 $17,514,000 $3,241,000 $17,069,000 $-445,000
*AVAILABLE FAA FUNDING IS COMPRISED OF $10,250,000 OF FY24 AND $6,819,000 OF FY25 FUNDS.
** MAY BE CONSIDERED FOR FAA FUNDING IF FAVORABLE BIDS RECEIVED.
ATCT
10
'
10
'
505'1026'
TA
X
I
W
A
Y
A
7
TAX
I
W
A
Y
A
6
RUNWAY 16-34
TA
X
I
W
A
Y
A
5
TAXIWAY A
TA
X
I
W
A
Y
A
4
BOEING APRON B
TA
X
I
W
A
Y
A
3
TA
X
I
W
A
Y
A
2
TA
X
I
W
A
Y
A
1
LAKEWASHINGTON
BOEINGFUEL FARM BOEING APRON C
10
'
257'
SCALES ACCORDINGLY.THIS SHEET, ADJUSTIF NOT ONE INCH ON
0" 1"ORIGINAL DRAWING.BAR IS ONE INCH ON
VERIFY SCALES
APPRBYNO. DATE REVISIONS
SHEET NO.
DRAWING NO.
DATE:
CENTURY WEST
E N G I N E E R I N G
PUGET SOUND OFFICE
22232 17TH AVENUE SE
SUITE #206
PROJECT NO:SCALE:
CHECKED BY:
DRAWN BY:
DESIGNED BY:RENTON MUNICIPAL AIRPORT
TAXIWAY A REHABILITATION
AND ASSOCIATED IMPROVEMENTS
C:
\
C
e
n
t
u
r
y
w
e
s
t
D
r
o
p
b
o
x
\
P
u
g
e
t
S
o
u
n
d
\
P
r
o
j
e
c
t
s
\
R
E
N
T
O
N
,
C
I
T
Y
O
F
\
`
T
a
x
i
w
a
y
A
R
e
h
a
b
i
l
i
t
a
t
i
o
n
\
C
A
D
\
_
W
O
R
K
I
N
G
\
E
X
H
I
B
I
T
\
D
W
G
\
B
o
e
i
n
g
P
r
o
p
e
r
t
y
L
i
n
e
E
x
h
i
b
i
t
.
d
w
g
PRE
L
I
M
I
N
A
R
Y
NOT
F
O
R
C
O
N
S
T
R
U
C
T
I
O
N
425.286.6602 OFFICE
BOTHELL, WA 98021
R
MBX
KEYPLAN
0
SCALE 1" =
200'400'
200'
N
C1.1
1
SCALE: 1" = 200'
PLAN
MARCH 2024 35022.008.02 AS NOTED
GJR
SAW
DMY
BOEING EXHIBIT 1
C1.1
1 OF 1
LEGEND
POTENTIAL BOEING REHABILITATION AREA
RENTON AIRPORT PROJECT AREA PHASE 1(SPRING-FALL 2025)
RENTON AIRPORT PROJECT AREA PHASE 2(SPRING-FALL 2026)