Loading...
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)