Loading...
HomeMy WebLinkAboutFinal Agenda Packet CITY OF RENTON AGENDA - City Council Regular Meeting 7:00 PM - Monday, March 27, 2023 Council Chambers, 7th Floor, City Hall – 1055 S. Grady Way Please note that this regular meeting of the Renton City Council is being offered as a hybrid meeting and can be attended in person at the Council Chambers, 7th floor of City Hall, 1055 S Grady Way, Renton, 98057 or remotely through Zoom. For those wishing to attend by Zoom: Please (1) click this link https://us02web.zoom.us/j/84938072917?pwd=TUNCcnppbjNjbjNRMWpZaXk2bjJnZz09 (or copy/paste the URL into a web browser) or (2) call-in to the Zoom meeting by dialing 253-215- 8782 and entering 849 3807 2917 Passcode 156708, or (3) call 425-430-6501 by 5 p.m. on the day of the meeting to request an invite with a link to the meeting. Registration for Audience Comment: Registration will be open at all times, but speakers must register by 5 p.m. on the day of a Council meeting in order to be called upon. Anyone who registers after 5 p.m. on the day of the Council meeting will not be called upon to speak and will be required to re-register for the next Council meeting if they wish to speak at that next meeting. • Request to Speak Registration Form: o Click the link or copy/paste the following URL into your browser: https://forms.office.com/g/bTJUj6NrEE • You may also call 425-430-6501 or email jsubia@rentonwa.gov or cityclerk@rentonwa.gov to register. Please provide your full name, city of residence, email address and/or phone number, and topic in your message. • A sign-in sheet is also available for those who attend in person. Video on Demand: Please click the following link to stream Council meetings live as they occur, or to select previously recorded meetings: Renton Channel 21 Video on Demand 1. CALL TO ORDER AND PLEDGE OF ALLEGIANCE 2. ROLL CALL 3. ADMINISTRATIVE REPORT a) Administrative Report 4. AUDIENCE COMMENTS • All remarks must be addressed to the Council as a whole, if a response is requested please provide your name and address, including email address, to the City Clerk to allow for follow‐up. • Speakers must sign-up prior to the Council meeting. • Each speaker is allowed three minutes. • When recognized, please state your name & city of residence for the record. NOTICE to all participants: Pursuant to state law, RCW 42.17A.555, campaigning for any ballot measure or candidate in City Hall and/or during any portion of the council meeting, including the audience comment portion of the meeting, is PROHIBITED. 5. CONSENT AGENDA The following items are distributed to Councilmembers in advance for study and review, and the recommended actions will be accepted in a single motion. Any item may be removed for further discussion if requested by a Councilmember. a) Approval of Council Meeting minutes of March 20, 2023. Council Concur b) AB - 3312 Police Department recommends approval of the Edward Byrne Memorial Justice Assistance Grant (JAG) agreement in order to recieve up to $33,532 in reimbursements that will assist with victim advocate overtime costs, training conference for crimes against women, peer support training, and implementation of new software that will enhance the ability to enter and track orders of protection. Refer to Finance Committee c) AB - 3314 Public Works Airport recommends approval of a contract with Century West Engineering, in an amount not to exceed $973,192, for the predesign and preliminary engineering of Taxiway Alpha. Refer to Transportation (Aviation) Committee d) AB - 3309 Public Works Airport recommends approval of Amendment 11 to LAG-10-001, with The Boeing Company, for lease of buildings and land components at the Renton Airport. An arbitration process was used to determine fair markets rates for the lease amendment. This amendment increases the annual revenue of the lease to $2,820,000, an increase of $1,307,522.04 over the 2022 lease rate. Refer to Transportation (Aviation) Committee e) AB - 3315 Public Works Transportation Systems Division submits CAG-22-009, 2022 Curb Ramps for Overlay Project, contractor Apcon Tech, Inc., and requests acceptance of the project and authorization to release the retainage, in the amount of $22,133.32, after 60 days once all required releases have been obtained from the state, and all claims against the retainage have been legally cleared. Council Concur f) AB - 3313 Public Works Utility Systems Division recommends approval of an agreement with The Blueline Group, LLC, in the amount of $178,910, for design and bidding services for the NE 12th Street Water Main Replacement project. Refer to Utilities Committee 6. UNFINISHED BUSINESS Topics listed below were discussed in Council committees during the past week. Those topics marked with an asterisk (*) may include legislation. Committee reports on any topics may be held by the Chair if further review is necessary. a) Finance Committee: Vouchers; Comprehensive Plan Periodic Update Grant and Contract; Lease with Cascadian I, LLC; Change Order No. 30 to CAG-20-065 with Reed Trucking & Excavating, Inc. for the Duvall Avenue NE Project; Inspecting Arborist Contract Conversion; 2023 Parks and Recreation Temporary Event Permit Fee Waiver Requests b) Planning & Development Committee: Professional Services Agreement with Olbrechts and Associates, PLLC for Hearing Examiner Services; Planning Commission Appointment 7. LEGISLATION 8. NEW BUSINESS (Includes Council Committee agenda topics; visit rentonwa.gov/cityclerk for more information.) 9. ADJOURNMENT COMMITTEE OF THE WHOLE MEETING AGENDA (Preceding Council Meeting) 6:00 p.m. - 7th Floor Council Chambers/Videoconference Hearing assistance devices for use in the Council Chambers are available upon request to the City Clerk CITY COUNCIL MEETINGS ARE TELEVISED LIVE ON GOVERNMENT ACCESS CHANNEL 21 To view Council Meetings online, please visit rentonwa.gov/councilmeetings Mayor’s Office Memorandum DATE: March 27, 2023 TO: Valerie O’Halloran, Council President Members of Renton City Council FROM: Armondo Pavone, Mayor Ed VanValey, Chief Administrative Officer SUBJECT: Administrative Report • Come to the Drive-Through Shred-A-Thon & RX Drug Take Back on Saturday, April 15, from 9 am to 12pm at Renton Memorial Stadium, hosted by the Renton Police Departmen7. Safely dispose of sensitive documents and unwanted or unused RX drugs and bring a donation for the local food bank. For more information, go to rentonwa.gov/shredathon • Information about preventative street maintenance, traffic impact projects, road closures, and I-405 work happening this week can be found at http://rentonwa.gov/traffic. All projects are weather permitting and unless otherwise noted, streets will always remain open. Preventative street maintenance, traffic impact projects, and road closures will be at the following locations:  Monday, March 27 through Friday, March 31, 8:00 am to 3:00 pm. Road closure on NE 10th St from NE Sunset Blvd to Kirkland Ave NE. Detour route will be provided. Questions may be directed to Kip Braaten at 206-503-1746.  Monday, March 27 through Friday, March 31, 8:00am to 3:30pm. Intermittent lane closure on eastbound S Grady Way at Williams Ave S for construction work. Questions may be directed to Tom Main, 206-999-1833.  Monday, March 27 through Friday, March 31, 8:00am to 3:30pm. Intermittent lane closure on Rainier Ave S between S 2nd Street and S 3rd Street for construction work. Questions may be directed to Joe Nerlfi, 425-757-9657.  Monday, March 27 through Friday, March 31, 8:30am to 3:00 pm. Intermittent lane closure on southbound 116th Ave SE at SE 188th St for construction work. Questions may be directed to Tom Main, 206-999-1833.  Monday, March 27 through Friday, March 31, 8:30 am to 3:00 pm. Intermittent lane closure on Lincoln Ave NE at the 4100 block for utility work. Questions may be directed to Kip Braaten, 206-503-1746.  Monday, March 27 through Friday, March 31, 8:30 am to 3:00 pm. Intermittent lane closure on NE 12th Street and Jefferson Avenue NE for utility installation. Questions may be directed to Brad Stocco at 425-282-2373. AGENDA ITEM #3. a) Valerie O’Halloran, Council President Members of Renton City Council Page 2 of 2 March 27, 2023  Monday, March 27 through Friday, March 31, 8:30am to 3:30pm. Intermittent lane closure on Williams Ave S at S Grady Way for construction work. Questions may be directed to Tom Main, 206-999-1833.  FULL STREET CLOSURE on Sunset Lane NE between NE 10th Street and Harrington Place NE in support of the Solera Development Project (LUA20-000305). Questions may be directed to Brad Stocco, 425-282-2373. AGENDA ITEM #3. a) March 20, 2023 REGULAR COUNCIL MEETING MINUTES CITY OF RENTON MINUTES - City Council Regular Meeting 7:00 PM - Monday, March 20, 2023 Council Chambers, 7th Floor, City Hall – 1055 S. Grady Way CALL TO ORDER AND PLEDGE OF ALLEGIANCE Mayor Pavone called the meeting of the Renton City Council to order at 7:00 PM and led the Pledge of Allegiance. ROLL CALL Councilmembers Present: Valerie O'Halloran, Council President James Alberson, Jr., Council Position No. 1 Carmen Rivera, Council Position No. 2 Ryan McIrvin, Council Position No. 4 Ruth Pérez, Council Position No. 6 Kim-Khánh Vǎn, Council Position No. 7 Councilmembers Absent: Ed Prince, Council Position No. 5 MOVED BY O'HALLORAN, SECONDED BY MCIRVIN, COUNCIL EXCUSE ABSENT COUNCILMEMBER PRINCE. CARRIED. ADMINISTRATIVE STAFF PRESENT Armondo Pavone, Mayor Ed VanValey, Chief Administrative Officer Patrice Kent, Senior Assistant City Attorney Jason Seth, City Clerk Kristi Rowland, Deputy Chief Administrative Officer Kelly Beymer, Parks & Recreation Department Administrator Erica Schmitz, Parks Planning & Natural Resources Director Chief Jon Schuldt, Police Department Administrator Deputy Chief Jeff Hardin, Police Department Deputy Chief Ryan Rutledge, Police Department Commander Dan Figaro, Police Department Attended Remotely: Judith Subia, Council Liaison AGENDA ITEM #5. a) March 20, 2023 REGULAR COUNCIL MEETING MINUTES Martin Pastucha, Public Works Administrator Kim Gilman, HR Labor Manager Brianne Bannwarth, Development Engineering Director Ron Straka, Public Works Utility Systems Director SPECIAL PRESENTATION a) Police Department Recognition: Chief Jon Schuldt, and Deputy Chiefs Jeff Hardin and Ryan Rutledge presented awards to the following police department personnel: • Officer Matt Mazure – Life Saving Award • Officer Jake Carstensen – Medal of Valor • Officer Quint Tibeau – Life Saving Award • Officer Dave Adam – Life Saving Award • Officer Christine Paget – Life Saving Award • Officer Jeanna Christiansen – Medal of Valor/Life Saving Award • Officer Elliot Edmunds – Medal of Valor/Life Saving Award • Officer Denis Moynihan – Medal of Valor/Life Saving Award • Officer Greg Bills – Medal of Valor/Life Saving Award • Officer Javier Raygoza – Medal of Valor/Life Saving Award • Officer Jake Thielman – Medal of Valor/Life Saving Award • Sergeant Paul Summers – Medal of Valor/Life Saving Award • Officer Joe Wisniewski – Medal of Valor Chief Schuldt also announced the following the promotions: • Acting Sergeant Scott Woodward promoted to Sergeant • Sergeant Steve Morris promoted to Commander • Commander Ryan Rutledge promoted to Deputy Chief ADMINISTRATIVE REPORT CAO Ed VanValey reviewed a written administrative report summarizing the City’s recent progress towards goals and work programs adopted as part of its business plan for 2023 and beyond. Items noted were: • Mayor Armondo Pavone will present his State of the City address tomorrow on Tuesday, March 21, at 6 p.m. at Renton IKEA Performing Arts Center, 400 South 2nd St. Doors open at 5:15 p.m. with light refreshments. Tickets for this free event can be reserved at rentonwa.gov/sotc. • Preventative street maintenance will continue to impact traffic and result in occasional street closures. CONSENT AGENDA Items listed on the Consent Agenda were adopted with one motion, following the listing. a) Approval of Council Meeting minutes of March 13, 2023. Council Concur. AGENDA ITEM #5. a) March 20, 2023 REGULAR COUNCIL MEETING MINUTES b) AB - 3306 Mayor Pavone recommended confirmation of his appointment of Bruce McIntyre to the Planning Commission with a term expiring on January 31, 2026. Refer to Planning & Development Committee. c) AB - 3308 Mayor Pavone recommended confirmation of the following reappointments to the Planning Commission: Terms Expiring on January 31, 2025 - Mara Fiksdal, Jeff Kelly, and Shannon Matson; Terms Expiring on January 31, 2026 - Josephine Bayan and Sunayana Kannur. Council Concur. d) AB - 3310 City Clerk recommended approval of a five-year Professional Services Agreement, with Olbrechts and Associates, PLLC, in an amount not to exceed $200,000 over the five-year period, for Hearing Examiner Services. Refer to Planning & Development Committee. e) AB - 3304 Parks & Recreation Department requested approval of the following parking, rental, and permit fee waivers: Cast for Kids Event on August 23, 2023 - $885; Take A Warrior Fishing Event on September 23, 2023 - $780; Renton, Lindbergh, Hazen, and Liberty High School Golf Teams 2023 Season Greens Fees - $7,500; and Renton Park Run occurring throughout 2023 - $85. Refer to Finance Committee. f) AB - 3303 Parks & Recreation Department - PPNR requested authorization to convert an approved contract position to a full-time equivalent (FTE) position of Inspecting Arborist at salary grade m20; and requested approval to adjust the department's 2023 and 2024 budget from contracted services to staffing (plus an increase of an additional $6,000 for 2024) beginning August 1, 2023 in order to fund the new FTE position. Refer to Finance Committee. g) AB - 3300 Public Works Maintenance Services recommended adoption of a resolution ratifying past and future use of DES Master Contract No. K21727, and requested authorization to purchase nine Police Department vehicles from Bud Clary Chevrolet, in the amount of $669,599, using said contract; and authorize a transfer of $314,873 from the General Fund for unfunded costs associated with the replacement and upfitting of new Police Patrol Units. Council Concur. h) AB - 3311 Public Works Maintenance Services recommended approval to purchase a Wastewater Department CCTV Inspector vehicle (Ford F550) from Cues Corporation using HGAC (Houston-Galveston Area Council) Contract SC01-21, in the amount of $427,739; and requested authorization to use $21,555.50 from the Sewer 406 Fund to cover the additional cost exceeding the department's replacement funds. Council Concur. i) AB - 3299 Public Works Transportation Systems Division requested approval to execute Change Order No. 30 to CAG-20-065, Duvall Ave NE project, contractor Reed Trucking & Excavating, Inc., in the amount of $443,000 due to adjustment in quantities of flagging, sequential arrow boards, gravel borrow (gravel, sand, clay mix), hauling, asphalt cost adjustment, and fuel cost adjustment; and requested approval of a budget transfer of $293,200 from unassigned fund balance in Fund 305 to cover the budget gap. Refer to Finance Committee. MOVED BY O'HALLORAN, SECONDED BY MCIRVIN, COUNCIL CONCUR TO APPROVE THE CONSENT AGENDA, AS PRESENTED CARRIED. AGENDA ITEM #5. a) March 20, 2023 REGULAR COUNCIL MEETING MINUTES UNFINISHED BUSINESS a)Public Safety Committee Chair Văn presented a report concurring in the staff recommendation to approve the amendment to the Interlocal Agreement with Valley Narcotics Enforcement Team (VNET) that addresses the withdrawal of the Port of Seattle Police and the addition of the Washington State Patrol to the agreement. MOVED BY VǍN, SECONDED BY RIVERA, COUNCIL CONCUR IN THE COMMITTEE RECOMMENDATION. CARRIED. LEGISLATION Resolution: a)Resolution No. 4491: A resolution was read ratifying and approving past and future use of a cooperative purchasing agreement titled and numbered “Master Contract Usage Agreement K2127” which was executed on or about July 18, 2013 between the State of Washington’s Department of Enterprise Services (DES) and the City of Renton. MOVED BY MCIRVIN, SECONDED BY ALBERSON, COUNCIL ADOPT THE RESOLUTION AS READ. CARRIED. Ordinance for second and final reading: b)Ordinance No. 6108: An ordinance was read amending the 2023 City of Renton Salary Table to implement housekeeping changes and an authorized reorganization of the City Clerk Division to add a new position, providing for severability, and establishing an effective date. MOVED BY PÉREZ, SECONDED BY ALBERSON, COUNCIL ADOPT THE ORDINANCE AS READ. ROLL CALL: ALL AYES. CARRIED. NEW BUSINESS Please see the attached Council Committee Meeting Calendar. EXECUTIVE SESSION & ADJOURNMENT MOVED BY O'HALLORAN, SECONDED BY MCIRVIN, COUNCIL RECESS INTO EXECUTIVE SESSION FOR APPROXIMATELY 30 MINUTES TO DISCUSS POTENTIAL PROPERTY ACQUISITION - RCW 42.30.110(1)(b), WITH NO OFFICIAL ACTION TO BE TAKEN AND THAT THE COUNCIL MEETING BE ADJOURNED WHEN THE EXECUTIVE SESSION IS ADJOURNED. CARRIED. TIME: 7:33 P.M. Executive Session was conducted, and no action was taken. The Council meeting adjourned when the executive session adjourned. Time: 7:49 P.M. Jason A. Seth, MMC, City Clerk Jason Seth, Recorder 20 Mar 2023 AGENDA ITEM #5. a)   Council Committee Meeting Calendar  March 20, 2023        March 27, 2023  Monday    3:30 PM Finance Committee, Chair Pérez   Location: Council Conference Room/Videoconference  1.  Comprehensive Plan Periodic Update Grant and Contract  2. Lease with Cascadian l, LLC  3. Change Order No. 30 to CAG‐20‐065 with Reed Trucking & Excavating,  Inc. for the Duvall Avenue NE Project  4. Inspecting Arborist Contract Conversion  5. 2023 Parks and Recreation Temporary Event Permit Fee Waiver  Requests  6. Vouchers  7. Emerging Issues in Finance     4:45 PM Planning & Development Committee, Chair Prince  Location: Council Conference Room/Videoconference  1. Professional Services Agreement with Olbrechts and Associates, PLLC  for Hearing Examiner Services  2. Planning Commission Appointment  3. Docket 18, Group A Briefing   D‐226: Home Occupation  4. Comprehensive Plan Update  5. Emerging Issues in CED     6:00 PM Committee of the Whole, Chair O’Halloran  Location: Council Chambers/Videoconference  1. Age Friendly Renton     7:00 PM Council Meeting  Location: Council Chambers/Videoconference      AGENDA ITEM #5. a) AB - 3312 City Council Regular Meeting - 27 Mar 2023 SUBJECT/TITLE: Grant Approval: Edward Byrne FY 2022 Justice Assistance Grant RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Police Department STAFF CONTACT: Chandler Swain, Commander EXT.: 7573 FISCAL IMPACT SUMMARY: There is no grant match required for the acceptance of these funds. Authorization is requested for additional budget appropriations in the amount of $33,532 offset by additional grant revenues of the same am ount and will be included in the Q1 carryforward budget adjustment. SUMMARY OF ACTION: The Renton Police Department has been awarded funds from the Edward Byrne Memorial Justice Assistance Grant for the past 18 years. This year we have been awarded funds that will assist with victim advocate overtime costs, training conference for crimes against women, peer support training, and implementation of new software that will enhance our ability to enter and track orders of protection. The conference for crimes against women is a training conference we have found beneficial and select officers and/or sergeants from divisions to attend. This grant funds the entire training for 3 to 4 employees and our domestic violence advocate. This training has been attended for several years, each year paid for by this grant. Peer to peer training is a yearly conference in which we send 2 to 3 peer support employees to get up to date strategies and programs to bring back to our department. This training and our peer support program assists officers with learning ways to cope with stresses of the job, home lif e, and financial issues. This grant has paid for this important training for the past two years. This years grant was written to help support the purchase of much needed software our records division has requested. It will streamline the entering and tracking orders of protection. This will greatly reduce the time support personal will spend on entering and tracking the orders for protection issued in our city. EXHIBITS: A. Grant MOU B. JAG Budget Worksheet STAFF RECOMMENDATION: Approve the Edward Byrne Memorial Justice Assistance Grant (JAG) agreement in order to receive up to $33,532 in reimbursements to support the department's domestic violence victim advocacy program. AGENDA ITEM #5. b) 23-00258 Renton FY22 JAG MOU Contract Page 1 of 7 Memorandum of Understanding -Contract Edward Byrne Memorial Justice Assistance Grant (JAG) Program FY 2022 Local Solicitation Executed by City of SeattleDepartmentAuthorizedRepresentative: Kathryn Finau6105thAvenuePOBox34986Seattle, WA 98124-4986 and City of Renton, UEI UG2PSBS6UJJ3, hereinafter referred to as “Subrecipient” JAG Grant Manager: Commander Swain1055SGradyWayRenton, WA 98057-3232 CAG-23-059 AGENDA ITEM #5. b) 23-00258 Renton FY22 JAG MOU Contract Page 2 of 7 IN WITNESS WHEREOF, the parties have executed this Agreement by having theirrepresentativesaffixtheirsignaturesbelow. City of Renton City of Seattle Armondo Pavone, Mayor Brian Maxey, Chief Operating OfficerSeattlePoliceDepartment Date: _________ Date: ____________ Authorized by: Edward Byrne Memorial Justice Assistance Grant (JAG) ProgramWHEREAS, the Justice Assistance Grant (JAG) Program is the primary provider of federalcriminaljusticefundingtostateandlocaljurisdictions; andWHEREAS, the JAG Program supports all components of the criminal justice system, frommulti-jurisdictional drug and gang task forces to crime prevention and domesticviolenceprograms, courts, corrections, treatment, and justice information sharinginitiatives; andWHEREAS, the United States Congress authorized $829,956 in the Justice Assistance Grant (JAG) Program for jurisdictions in King County; andWHEREAS, 13 jurisdictions in King County were required to apply for a JAG Program awardwithasingle, joint application; andWHEREAS, the City of Seattle (“City”), as the identified Fiscal Agent, had DOJ submit thejointapplicationtotheBureauofJusticeAssistanceonAug8, 2022 to request JAGProgramfunds; andWHEREAS, based on the City’s successful application, the Bureau of Justice Assistance hasawarded $829,956 to the City from these JAG Program funds; andWHEREAS, pursuant to the terms of the grant whereby the City, as the identified FiscalAgentforthisaward, is to distribute grant funds to co-applicants, the City intends totransfersomeoftheJAGfundsitreceivestothoseco-applicants; andWHEREAS, the City is not obligated to continue or maintain grant funding levels for the JAGProgramoncegrantfundshavelapsed; andWHEREAS, Subrecipients of JAG funds from the City should not anticipate the City willassumeresponsibilityforanyprogramcostsfundedbyJAGonceJAGfundsarespent; NOW THEREFORE, the parties hereto agree as follows: Attest: Jason A. Seth, City Clerk 3-2-2023 Brian Maxey (Mar 7, 2023 12:50 PST) 03/07/2023 AGENDA ITEM #5. b) 23-00258 Renton FY22 JAG MOU Contract Page 3 of 7 This Interagency Agreement contains seven Articles: ARTICLE I: TERM OF AGREEMENTThetermofthisInteragencyAgreement shall be in effect from the date it is executed, untilSeptember30, 2025, unless terminated earlier pursuant to the provisions hereof. ARTICLE II: DESCRIPTION OF SERVICESTheservicestobeperformedunderthisAgreement shall be conducted for the statedpurposesoftheByrneMemorialJusticeAssistanceGrant (JAG) Program (42 U.S.C. 3751(a.) The Edward Byrne Memorial Justice Assistance Grant (JAG) Program is the primaryprovideroffederalcriminaljusticefundingtostateandlocaljurisdictions. The JAGProgramprovidesstatesandunitsoflocalgovernmentswithcriticalfundingnecessary tosupportarangeofprogramareasincludinglawenforcement; prosecution and courtprograms; prevention and education programs; corrections and community corrections; drug treatment and enforcement; crime victim and witness initiatives; and planning, evaluation, and technology improvement programs. ARTICLE III: SPECIAL CONDITIONS1. Funds are provided by the U.S. Department of Justice, Office of Justice Programs, BureauofJusticeAssistancesolelyforthepurposeoffurtheringthestatedobjectivesoftheEdwardByrneMemorialJusticeAssistanceGrant (JAG) Program. The Subrecipient shallusethefundstoperformtasksasdescribedintheScopeofWorkportionofthisAgreement. 2. The Subrecipient acknowledges that because this Agreement involves federal funding, the period of performance described herein will likely begin prior to the City’s receiptofappropriatedfederalfunds. The Subrecipient agrees that it will not hold the City ortheDepartmentofJusticeliableforanydamages, claim for reimbursement, or any typeofpaymentwhatsoeverforservicesperformedunderthisAgreementpriortotheCity’sreceiptanddistributionoffederalfunds. 3. This contract is funded with federal grant funds under CFDA 16.738. The grant is FY2022JusticeAssistanceGrantProgramAward #15PBJA-22-GG-02095-JAGX. All federalfinancialandgrantmanagementrulesandregulationsmustbeadheredtointheexecutionofthiscontract. Exhibit Attachment A is a copy of the federal awarddocuments. All special conditions stated in the award documents apply to the executionofthiscontract. All Subrecipients are assumed to have read, understood, and acceptedtheAwardasbinding. 4. The Subrecipient acknowledges that all allocations and use of funds under thisagreementwillbeinaccordancewiththeEdwardByrneMemorialJusticeAssistanceGrant (JAG) Program: FY 2022 Local Solicitation. Allocation and use of grant fundingmustbecoordinatedwiththegoalsandobjectivesincludedintheLocalSolicitation. AllSubrecipientsareassumedtohaveread, understood, and accepted the LocalSolicitationasbinding. AGENDA ITEM #5. b) 23-00258 Renton FY22 JAG MOU Contract Page 4 of 7 5. Subrecipient agrees to obtain a valid DUNS profile and create an active registration withtheCentralContractorRegistration (CCR) database no later than the due date of theSubrecipient’s first quarterly report after a subaward is made. 6. The Subrecipient shall comply with all applicable laws, regulations, and programguidance. The Uniform Administrative Requirements, Cost Principles, and AuditRequirementsin2C.F.R. Part 200, as adopted and supplemented by the Department ofJustice (DOJ) in 2 C.F.R Part 2800 (together, the “Part 200 Uniform Requirements”) apply to this 2020 award from the Office of Justice Programs (OJP). 7. The Subrecipient must comply with the most recent version of the AdministrativeRequirements, Cost Principals, and Audit Requirements. a. Non-Federal entities that expend $750,000 or more in one fiscal year in Federalawardsshallhaveasingleorprogram-specific audit conducted for that year inaccordancewiththeOfficeofManagementandBudget (OMB) Circular A-133-Audits of States, Local Governments, and non-Profit Organizations. Non-federalentitiesthatspendlessthan $750,000 a year in federal awards are exempt fromfederalauditrequirementsforthatyear, except as noted in Circular No. A-133, butrecordsmustbeavailableforrevieworauditbyappropriateofficialsoftheFederalagency, pass-through entity, and General Accounting Office (GAO). b. Subrecipients required to have an audit must ensure the audit is performed inaccordancewithGenerallyAcceptedAuditingStandards (GAAS), as found in theGovernmentAuditingStandards (the Revised Yellow Book) developed by theComptrollerGeneralandtheOMBComplianceSupplement. The Subrecipient hastheresponsibilityofnotifyingtheWashingtonStateAuditor’s Office andrequestinganaudit. c. The Subrecipient shall maintain auditable records and accounts so as to facilitatetheauditrequirementandshallensurethatanysub-recipients also maintainauditablerecords. d. The Subrecipient is responsible for any audit exceptions incurred by its ownorganizationorthatofitssubcontractors. Responses to any unresolvedmanagementfindingsanddisallowedorquestionedcostsshallbeincluded withtheauditreportsubmittedtotheSeattlePoliceDepartment. The Subrecipientmustrespondtorequestsforinformationorcorrectiveactionconcerningauditissuesorfindingswithin30daysofthedateofrequest. The City reserves the righttorecoverfromtheSubrecipientalldisallowedcostsresultingfromtheaudit. e. If applicable, once any single audit has been completed, the Subrecipient mustsendafullcopyoftheaudittotheCityandaletterstatingtherewerenofindings, or if there were findings, the letter should provide a list of the findings. TheSubrecipientmustsendtheauditandtheletternolaterthanninemonthsafter theendoftheSubrecipient’s fiscal year(s) to: Kathryn Finau, JAG Program ManagerSeattlePoliceDepartment AGENDA ITEM #5. b) 23-00258 Renton FY22 JAG MOU Contract Page 5 of 7 610 5th AvenuePOBox34986Seattle, WA 98124-4986206-233-3722Kathryn.finau3@seattle.gov f. In addition to sending a copy of the audit, the Subrecipient must include acorrectiveactionplanforanyauditfindingsandacopyofthemanagement letter ifonewasreceived. The Subrecipient shall include the above audit requirements inanysubcontracts. g. The Subrecipient agrees to cooperate with any assessments, national evaluationefforts, or information or data collection requirements, including, but not limitedto, the provision of any information required for assessment or evaluation ofactivitieswithinthisagreement, and for compliance BJA reporting requirements. h. Suspension and Debarment: The Subrecipient certifies that neither it nor itsprincipalsarepresentlydebarred, suspended, proposed for debarment, declaredineligible, or voluntarily excluded from participating in transactions by anyFederaldepartmentoragency. By signing and submitting this Agreement, theSubrecipientisprovidingthesignedcertificationsetoutbelow. The certificationthisclauseisamaterialrepresentationoffactuponwhichreliancewasplacedwhenthistransactionwasenteredinto. If it is later determined that the Subrecipient rendered an erroneous certification, the Federal Government and City may pursue available remedies, includingterminationand/or debarment. The Subrecipient shall provide immediate writtennoticetotheCityifatanytimetheSubrecipientlearnsthatitscertificationwaserroneouswhensubmittedorhasbecomeerroneousbyreasonofchangedcircumstances. The Subrecipient agrees by signing this Agreement that it shall not enter into anycoveredtransactionwithapersonorsubcontractorwhoisdebarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fromparticipationinthiscoveredtransaction, unless authorized in writing by the City. The Subrecipient shall include the requirement in this section in any subcontracts. ARTICLE IV: SCOPE OF WORKTheScopeofWorkofthisAgreement and the time schedule for completion of such work isasdescribedinAttachmentB: JAG Budget Worksheet, as approved by BJA. Attachment B isattachedtoandmadepartofthisagreement. The work shall, at all times, be subject to the City’s general review and approval. TheSubrecipientshallconferwiththeCityperiodicallyduringtheprogressoftheWork, andshallprepareandpresentsuchinformationandmaterials (e.g. a detailed outline ofcompletedwork) as may be pertinent, necessary, or requested by the City or BJA todeterminetheadequacyoftheWorkorSubrecipient’s progress. AGENDA ITEM #5. b) 23-00258 Renton FY22 JAG MOU Contract Page 6 of 7 ARTICLE V: PAYMENT1. CompensationTheSubrecipient shall be reimbursed on an actual cost basis. Compensation under thisAgreementcannotexceed $33,532. The Subrecipient shall incur authorized allowable expenses in accordance with theProjectBudget, as detailed in Attachment B. The Subrecipient may request additional reimbursement up to the amount of interestaccruedontheirportionofthegrantaward. The City will provide quarterly statementstotheSubrecipient, once the interest balance accrued equals at least $1,000. Reimbursements will not be made for interest accrued that is less than $1,000. Reimbursements can be requested, up to the total amount of interest accrued, after theinitialquarterlystatementhasbeensent, to perform tasks in accordance with theProjectBudget, as detailed in Attachment B. No travel or subsistence costs, including lodging and meals, reimbursed with federalfundsmayexceedfederalmaximumrates, which can be found at: http://www.gsa.gov. 2. Manner of PaymentTheSubrecipientshall submit reimbursement requests not more than monthly, and atleastquarterly. After the first quarter, monthly submission is preferred. Requests are due no later than 30 days after the end of the period in which the workwasperformed. Reimbursement request forms are provided. Substitute forms areacceptable. With each reimbursement request, the Subrecipient shall submit: Detailed spreadsheet of expenditures by task and related financial documents (timesheets, invoices) These documents and invoices must be kept on file by the Subrecipient and be madeavailableuponrequestbytheCityortostateorfederalauditors, for at least sixyearsaftertheclosureofthegrant. Reimbursement will not be processed without accompanying documentation for thecorrespondingcosts. Once the above conditions are met, payment shall be made by theCitytotheSubrecipient. Submit invoicing to Submit Documentation toFiscalAccountsPayableSeattlePoliceDepartment6105thAvenuePOBox34986Seattle, WA 98124-4986SPDAP@seattle.gov Kathryn Finau, JAG Program ManagerSeattlePoliceDepartment6105thAvenuePOBox34986Seattle, WA 98124-4986206-233-3722Kathryn.finau3@seattle.gov AGENDA ITEM #5. b) 23-00258 Renton FY22 JAG MOU Contract Page 7 of 7 ARTICLE VI. COOPERATION IN MONITORING AND EVALUATION1. SPD Responsibilities: SPD shall monitor, evaluate and provide guidance and direction to Subrecipient in theconductofApprovedServicesperformedunderthisAgreement. SPD has theresponsibilitytodeterminewhetherSubrecipienthasspentfundsinaccordance withapplicablelaws, regulations, including the federal audit requirements and agreementsandshallmonitortheactivitiesofSubrecipienttoensurethatSubrecipienthasmetsuchrequirements. SPD may require Subrecipient to take corrective action ifdeficienciesarefound. SPD will not monitor Subrecipient’s adherence to SpecialConditions31-41 and 70 in the Grant Award and Special Conditions documents. 2. Subrecipient Responsibilities. a. Subrecipient shall permit SPD to carry out monitoring and evaluation activities, including any performance measurement system required by applicable law, regulation, funding sources guidelines or by the terms and conditions of theapplicableNoticeofPrimeAward, and Subrecipient agrees to ensure, to the greatestextentpossible, the cooperation of its agents, employees and board members insuchmonitoringandevaluationefforts. This provision shall survive the expirationorterminationofthisAgreement. b. Subrecipient shall cooperate fully with any reviews or audits of the activities underthisAgreementbyauthorizedrepresentativesofSPD, DOJ, the U.S. GovernmentAccountabilityOfficeortheComptrollerGeneraloftheUnitedStatesandSubrecipientagreestoensuretotheextentpossiblethecooperationofitsagents, employees and board members in any such reviews and audits. This provision shallsurvivetheexpirationorterminationofthisAgreement. ARTICLE VII: AMENDMENTSNomodificationoramendment of the provisions hereof shall be effective unless in writingandsignedbyauthorizedrepresentativesofthepartieshereto. The parties heretoexpresslyreservetherighttomodifythisAgreement, by mutual agreement. AGENDA ITEM #5. b) King County Community Corrections Population Characteristics Data Project Name/Position Computation Hrly Rate Hours $110.00 49.00 TOTAL: Name/Position Computation TOTAL: Location *ITEM DallasTX 2400 San Diego 2050 TOTAL: TOTAL: A. Personnel B. Fringe Benefits C. Travel/Training D. Equipment E. Supplies Tina Harris/Victim Advocate Tyler Technologies Software CCAW PSPSA Name of Training 3 2 Computation staff x ITEM $ Item Computation Supply Items Description and USE Computation AGENDA ITEM #5. b) King County Community Corrections Population Characteristics Data Project TOTAL: G. Consultants/ContractsName of Contract/Consultant Computation TOTAL: GRAND TOTAL: AGENDA ITEM #5. b) King County Community Corrections Population Characteristics Data Project Cost-Auto Compute $5,390 $0 $0 $0 $5,390 Cost-Auto Compute $0 $0 $0 $0 $0 Cost $7,200.00 $4,100.00 $11,300.00 Cost $16,842.00 $16,842 Cost ITEM will be airfare, lodging, car rental, parking, per diem (GSA rates) registration x number of participants AGENDA ITEM #5. b) King County Community Corrections Population Characteristics Data Project $0.00 Cost $0.00 $33,532 AGENDA ITEM #5. b) G. Consultants/Contracts A. Personnel B. Fringe Benefits C. Travel/Training D. Equipment E. Supplies A request of $5390 is included for the victim service employee’s overtime. This overtime will be used to assist victims of misdemeanor and felony crimes and can include homicide call outs as needed for the survivors and family members. This per hour rate includes the benefits of the employee as well and the base wage. A request of $11,300 is included for Training/Travel/Hotel/Registration- Training’s an ongoing challenge for small police agencies and finding the best and most relevant training can be a struggle. Since training can be costly, officer who attend outside training are required to bring the information back and share the information with the rest of the department. The constant need for training on domestic violence, sexual assault, strangulation, and human trafficking is important as laws, medical research and victim contact changes regularly. The department also recognizes the need for Peer-to-Peer training, selected department members are appointed by the Chief to assist other department members during difficult times with difficult situations. The care and wellbeing of the officers and family members are important for the continued growth and development of healthy officers. A request of $16,842 is included for Tyler Technologies software. This software will link our current software with WACIC/NCIC for protection order implementation. This software will give us a one stop shop for auto filling protection orders from our current software into WACIC/NCIC databases. It keeps electronic copies of return of services, making it easier to verify services, making it more efficient and timely than our current procedure. This software will save our records employees numerous hours of data entry. The funds from this grant will only pay a portion of this entire project. AGENDA ITEM #5. b) AB - 3314 City Council Regular Meeting - 27 Mar 2023 SUBJECT/TITLE: Agreement for A&E Professional Services with Century West – Taxiway Alpha Rehabilitation RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee DEPARTMENT: Public Works Airport STAFF CONTACT: William Adams, Civic Engineer III EXT.: 206.775.6862 FISCAL IMPACT SUMMARY: The fiscal impact of the contract with Century West Engineering for A&E Profess ional Services is not to exceed $973,192. The full cost of this contract will be funded by the Airport 422.725114 account. The project has an adjusted 2022 budget of $1,344,495. SUMMARY OF ACTION: The Airport is seeking A&E professional services for the 1st phase of design for the upcoming Taxiway Alpha Rehabilitation project at the airport. The contract will complete the predesign, site investigations, and preliminary engineering analysis of the taxiway alpha rehabilitation. This phase will determine the extent of the damage to Taxiway Alpha and to what extent rehabilitation is necessary. The final design will be based directly on the finding of this preliminary phase. The estimated cost of Taxiway Alpha Rehabilitation is $25,650,000.00 and will be funded with conditions of FAA AIP Fund and Airport Fund Balance. This agreement for $973,192 is the result of an RFQ posted on the Daily Journal of Commerce and the city website. Five statements of qualifications were received (Century West, Mead & Hunt, DOWL, RS&H, C&S). After a review of qualifications staff recommended Century West as the most qualified and experienced firm to undertake this project. EXHIBITS: A. Agreement STAFF RECOMMENDATION: Authorize execution of a contract with Century West Engineering for A&E Professional Services not to exceed $973,192 for the predesign and preliminary engineering of Taxiway Alpha. AGENDA ITEM #5. c) AGREEMENT FOR A&E PROFESSIONAL SERVICES  THIS AGREEMENT, dated for reference purposes only as March 16, 2023, is by and between the  City of Renton (the “City”), a Washington municipal corporation, and Century West Engineering  Corporation (“Consultant”), and Oregon corporation. The City and the Consultant are referred to  collectively in this Agreement as the “Parties.” Once fully exe cuted by the Parties, this Agreement  is effective as of the last date signed by both parties.  1.Scope of Work: Consultant agrees to provide A&E professional services as specified in Exhibit A, which is attached and incorporated herein and may hereinafter be referred to as the “Work.” 2.Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modif ications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be e quitably adjusted consistent with the rates set forth in Exhibit B or as otherwise mutually agreed by the Parties. 3.Time of Performance: Consultant shall commence performance of the Agreement upon execution of this Agreement. All Work shall be performed by no later than December 31, 2025.  4.Compensation: A. Amount.  Total  compensation  to Consultant  for  Work  provided  pursuant  to  this Agreement shall not exceed $973,192.00 plus any applicable state and local sales  taxes. Compensation shall be paid based upon Work actually performed according to  the rate(s) or amounts specified in Exhibit B. The Consultant agrees that any hourly or  flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless  otherwise agreed to in writing or provided in Exhibit B. Except as specifically provided  herein, the Consultant shall be solely responsible for payment of any taxes imposed  as a result of the performance and payment of this Agreement.  B.  Method of Payment. On a monthly or no less than quarterly basis during any quarter  in which Work is performed, the Consultant shall submit a voucher or invoice in a form  specified by the City, including a description of what Work has been performed, the  name of the personnel performing such Work, and any hourly labor charge rate for  such personnel. The Consultant shall also submit a final bill upon completion of all  AGENDA ITEM #5. c) PAGE 2 OF 10   Work. Payment shall be made by the City for Work performed within thirty (30)  calendar days after receipt and approval by the appropriate City representative of the  voucher or invoice. If the Consultant’s performance does not meet the requirements  of this Agreement, the Consultant will correct or modify its performance to comply  with the Agreement. The City may withhold payment for work that  does not meet the  requirements of this Agreement.    C.  Effect of Payment. Payment for any part of the Work shall not constitute a waiver by  the City of any remedies it may have against the Consultant for failure of the  Consultant  to  perform  the  Work  or  for  any  breach  of  this  Agreement  by  the  Consultant.     D.  Non‐Appropriation of Funds. If sufficient funds are not appropriated or allocated for  payment under this Agreement for any future fiscal period, the City shall not be  obligated to make payments for Work or amounts incurred after the end of the  current fiscal period, and this Agreement will terminate upon the completion of all  remaining Work for which funds are allocated. No penalty or expense shall accrue to  the City in the event this provision applies.    5. Termination:  A. The City reserves the right to terminate this Agreement at any time, with or without  cause by giving ten (10) calendar days’ notice to the Consultant in writing. In the event  of such termination or suspension, all finished or unfinished documents, data, studies,  worksheets,  models  and  reports,  or  other  material  prepared  by  the  Consultant  pursuant to this Agreement shall be submitted to the City, if any are required as part  of the Work.    B. In the event this Agreement is terminated by the City, the Consultant shall be entitled  to payment for all hours worked to the effective date of termination, less all payments  previously made. If the Agreement is terminated by the City after partial performance  of Work for which the agreed compensation is a fixed fee, the City shall pay the  Consultant an equitable share of the fixed fee. This provision shall not prevent the  City from seeking any legal remedies it may have for the violation or nonperformance  of any of the provisions of this Agreement and such charges due to the City shall be  deducted from the final payment due the Consultant. No payment shall be made by  the City for any expenses incurred or work done following the effective date of  termination unless authorized in advance in writing by the City.    6. Warranties And Right To Use Work Product: Consultant represents and warrants that  Consultant  will  perform  all  Work  identified  in  this  Agreement  in  a  professional  and  workmanlike manner and in accordance with all reasonable and professional standards  and laws. Compliance with professional standards includes, as applicable, performing the  AGENDA ITEM #5. c) PAGE 3 OF 10   Work in compliance with applicable City standards or guidelines (e.g. design criteria and  Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall  certify engineering plans, specifications, plats, and reports, as applicable, pursuant to  RCW 18.43.070. Consultant further represents and warrants that all final work product  created for and delivered to the City pursuant to this Agreement shall be the original work  of the Consultant and free from any intellectual property encumbrance which would  restrict the City from using the work product. Consultant grants to the City a non‐ exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and  display all final work product produced pursuant to this Agreement. The City’s or other’s  adaptation, modification or use of the final work products other than for the purposes of  this Agreement shall be without liability to the Consultant. The provisions of this section  shall survive the expiration or termination of this Agreement.    7. Record  Maintenance:  The  Consultant  shall  maintain  accounts  and  records,  which  properly  reflect  all  direct  and  indirect  costs  expended  and  Work  provided  in  the  performance of this Agreement and retain such records for as long as may be required by  applicable Washington State records retention laws, but in any event no less than six  years after the termination of this Agreement. The Consultant agrees to provide access  to and copies of any records related to this Agreement as required by the City to audit  expenditures and charges and/or to comply with the Washington State Public Records Act  (Chapter  42.56  RCW).  The  provisions  of  this  section  shall  survive the expiration or  termination of this Agreement.    8. Public Records Compliance: To the full extent the City determines necessary to comply  with the Washington State Public Records Act, Consultant shall make a due diligent search  of all records in its possession or control relating to this Agreement and the Work,  including, but not limited to, e‐mail, correspondence, notes, saved telephone messages,  recordings, photos, or drawings and provide them to the City for production. In the event  Consultant  believes  said  records  need  to  be  protected  from  disclosure,  it  may,  at  Consultant’s own expense, seek judicial protection. Consultant shall indemnify, defend,  and hold harmless the City for all costs, including attorneys’ fees, attendant to any claim  or litigation related to a Public Records Act request for which Consultant has responsive  records and for which Consultant has withheld records or information contained therein,  or  not  provided  them  to  the  City  in  a  timely  manner.  Consultant  shall  produce  for  distribution any and all records responsive to the Public Records Act request in a timely  manner, unless those records are protected by court order. The provisions of this section  shall survive the expiration or termination of this Agreement.    9. Independent Contractor Relationship:  A. The Consultant is retained by the City only for the purposes and to the extent set forth  in this Agreement. The nature of the relationship between the Consultant and the City  during  the  period  of  the  Work  shall  be  that  of  an  independent  contractor,  not  AGENDA ITEM #5. c) PAGE 4 OF 10   employee. The Consultant, not the City, shall have the power to control and direct the  details, manner or means of Work. Specifically, but not by means of limitation, the  Consultant  shall  have  no  obligation  to  work  any  particular  hours  or  particular  schedule, unless otherwise indicated in the Scope of Work or where scheduling of  attendance or performance is mutually arranged due to the nature of the Work.  Consultant shall retain the right to designate the means of performing the Work  covered by this agreement, and the Consultant shall be entitled to employ other  workers at such compensation and such other conditions as it may deem proper,  provided, however, that any contract so made by the Consultant is to be paid by it  alone, and that employing such workers, it is acting individually and not as an agent  for the City.    B. The City shall not be responsible for withholding or otherwise deducting federal  income tax or Social Security or contributing to the State Industrial  Insurance  Program, or otherwise assuming the duties of an employer with respect to Consultant  or any employee of the Consultant.    C. If the Consultant is a sole proprietorship or if this Agreement  is with an individual, the  Consultant agrees to notify the City and complete any required form if the Consultant  retired under a State of Washington retirement system and agrees to indemnify any  losses the City may sustain through the Consultant’s failure to do so.    10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless  the City, elected officials, employees, officers, representatives, and volunteers from any  and  all  claims,  demands,  actions,  suits,  causes  of  action,  arbitrations,  mediations,  proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees,  penalties, expenses, attorney’s or attorneys’ fees, costs, and/or litigation expenses to or  by any and all persons or entities, arising from, resulting from, or related to the negligent  acts, errors or omissions of the Consultant in its performance of this Agreement or a  breach of this Agreement by Consultant, except for that portion of the claims caused by  the City’s sole negligence.    Should a court of competent jurisdiction determine that this ag reement is subject to RCW  4.24.115, (Validity of agreement to indemnify against liability for negligence relative to  construction, alteration, improvement, etc., of structure or improvement attached to real  estate…) then, in the event of liability for damages arising out of bodily injury to persons  or damages to property caused by or resulting from the concurrent negligence of the  Consultant and the City, its officers, officials, employees and volunteers, Consultant’s  liability shall be only to the extent of Consultant’s negligence.    It is further specifically and expressly understood that the indemnification provided in  this  Agreement  constitute  Consultant’s  waiver  of  immunity  under  the  Industrial  AGENDA ITEM #5. c) PAGE 5 OF 10   Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties  have mutually negotiated and agreed to this waiver. The provisions of this section shall  survive the expiration or termination of this Agreement.    11. Gifts and Conflicts: The City’s Code of Ethics and Washington State law prohibit City  employees from soliciting, accepting, or receiving any gift, gratuity or favor from any  person, firm or corporation involved in a contract or transaction. To ensure compliance  with the City’s Code of Ethics and state law, the Consultant sh all not give a gift of any kind  to City employees or officials. Consultant also confirms that Consultant does not have a  business interest or a close family relationship with any City officer or employee who was,  is,  or  will  be  involved  in  selecting  the  Consultant,  negotiating  or  administering  this  Agreement, or evaluating the Consultant’s performance of the Work.    12. City  of  Renton  Business  License:  Unless  exempted  by  the  Renton  Municipal  Code,   Consultant shall obtain a City of Renton Business License prior to performing any Work  and  maintain  the  business  license  in  good  standing  throughout  the term of this  agreement with the City.    Information regarding acquiring a city business license can be found at:   https://www.rentonwa.gov/Tax    Information regarding State business licensing requirements can be found at:  https://dor.wa.gov/doing‐business/register‐my‐business     13. Insurance: Consultant shall secure and maintain:  A. Commercial general liability insurance in the minimum amounts of $1,000,000 for  each occurrence/$2,000,000 aggregate for the Term of this Agreement.    B. In the event that Work delivered pursuant to this Agreement either  directly  or  indirectly involve or require Professional Services, Professional Liability, Errors and  Omissions  coverage  shall  be  provided  with  minimum  limits  of  $1,000,000  per  occurrence. "Professional Services", for the purpose of this section, shall mean any  Work  provided  by  a  licensed  professional  or  Work  that  requires a  professional  standard of care.    C. Workers’ compensation coverage, as required by the Industrial Insurance laws of the  State of Washington, shall also be secured.    D. Commercial Automobile Liability for owned, leased, hired or non‐owned, leased, hired  or non‐owned, with minimum limits of $1,000,000 per occurrence combined single  limit, if there will be any use of Consultant’s vehicles on the City’s Premises by or on  behalf of the City, beyond normal commutes.  AGENDA ITEM #5. c) PAGE 6 OF 10     E. Consultant shall name the City as an Additional Insured on its commercial general  liability policy on a non‐contributory primary basis. The City’s insurance policies shall  not be a source for payment of any Consultant liability, nor shall the maintenance of  any  insurance  required  by  this  Agreement  be  construed  to  limit the  liability  of  Consultant to the coverage provided by such insurance or otherwise limit the City’s  recourse to any remedy available at law or in equity.    F. Subject to the City’s review and acceptance, a certificate of insurance showing the  proper endorsements, shall be delivered to the City before performing the Work.    G. Consultant shall provide the City with written notice of any policy cancellation, within  two (2) business days of their receipt of such notice.    14. Delays:  Consultant  is  not  responsible  for  delays  caused  by  factors  beyond  the  Consultant’s reasonable control. When such delays beyond the Consultant’s reasonable  control occur, the City agrees the Consultant is not responsibl e for damages, nor shall the  Consultant be deemed to be in default of the Agreement.    15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or  encumber any rights, duties or interests accruing from this Agreement  without  the  written consent of the other.    16. Notices: Any notice required under this Agreement will be in writing, addressed to the  appropriate party at the address which appears below (as modified in writing from time  to time by such party), and given personally, by registered or certified mail, return receipt  requested, by facsimile or by nat ionally recognized overnight courier service. Time period  for notices shall be deemed to have commenced upon the date of receipt, EXCEPT  facsimile delivery will be deemed to have commenced on the first business day following  transmission.  Email  and  telephone  may  be  used  for  purposes  of  administering  the  Agreement, but should not be used to give any formal notice required by the Agreement.    CITY OF RENTON    William Adams, PE  1055 South Grady Way  Renton, WA 98057  Phone: (206) 775‐6862  wadams@rentonwa.gov    CONSULTANT    Kurt Addicott, PE  22232 17th Ave SE  Bothell, WA 98021  Phone: (425) 941‐6235  kaddicott@centurywest.com      AGENDA ITEM #5. c) PAGE 7 OF 10   17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational  qualification, the Consultant agrees as follows:  A. Consultant,  and  Consultant’s  agents,  employees,  representatives,  and  volunteers  with regard to the Work performed or to be performed under this Agreement, shall  not discriminate on the basis of race, color, sex, religion, nationality, creed, marital  status, sexual orientation or preference, age (except minimum age and retirement  provisions), honorably discharged veteran or military status, or the presence of any  sensory, mental or physical handicap, unless based upon a bona fide occupational  qualification in relationship to hiring and employment, in employment or application  for employment, the administration of the delivery of Work or any other benefits  under this Agreement, or procurement of materials or supplies.    B. The Consultant will take affirmative action to insure that applicants are employed and  that employees are treated during employment without regard to their race, creed,  color,  national  origin,  sex,  age,  sexual  orientation,  physical, sensory or mental  handicaps, or marital status. Such action shall include, but not be limited to the  following employment, upgrading, demotion or transfer, recruitment or recruitment  advertising, layoff or termination, rates of pay or other forms of compensation and  selection for training.    C. If the Consultant fails to comply with any of this Agreement’s non‐discrimination  provisions, the City shall have the right, at its option, to cancel the Agreement in  whole or in part.    D. The Consultant is responsible to be aware of and in compliance with all federal, state  and local laws and regulations that may affect the satisfactory completion of the  project, which includes but is not limited to fair labor laws, worker's compensation,  and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton  Council Resolution Number 4085.    18. Miscellaneous: The parties hereby acknowledge:  A. The City is not responsible to train or provide training for Consultant.    B. Consultant will not be reimbursed for job related expenses except to the extent  specifically agreed within the attached exhibits.    C. Consultant shall furnish all tools and/or materials necessary to perform the Work  except to the extent specifically agreed within the attached exhibits.    D. In the event special training, licensing, or certification is required for Consultant to  provide Work he/she will acquire or maintain such at his/her own expense and, if  Consultant employs, sub‐contracts, or otherwise assigns the responsibility to perform  AGENDA ITEM #5. c) PAGE 8 OF 10   the Work, said employee/sub‐contractor/assignee will acquire and or maintain such  training, licensing, or certification.  E. This is a non‐exclusive agreement and Consultant is free to provide his/her Work to  other entities, so long as there is no interruption or interference with the provision of  Work called for in this Agreement.    F. Consultant is responsible for his/her own insurance, including, but not limited to  health insurance.    G. Consultant is responsible for his/her own Worker’s Compensation coverage as well as  that for any persons employed by the Consultant.    19. Other Provisions:  A. Approval Authority. Each individual executing this Agreement on behalf of the City  and Consultant represents and warrants that such individuals are duly authorized to  execute and deliver this Agreement on behalf of the City or Consultant.    B. General  Administration  and  Management.  The  City’s  project  manager  is  William  Adams.  In  providing  Work,  Consultant  shall  coordinate  with  the City’s  contract  manager or his/her designee.    C. Amendment  and  Modification.  This  Agreement  may  be  amended  only by  an  instrument in writing, duly executed by both Parties.    D. Conflicts. In the event of any inconsistencies between Consultant proposals and this  Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to  this Agreement are incorporated by reference only to the extent of the purpose for  which  they  are  referenced  within  this  Agreement.  To  the  extent a  Consultant  prepared exhibit conflicts with the terms in the body of this Agreement or contains  terms that are extraneous to the purpose for which it is referenced, the terms in the  body  of  this  Agreement  shall  prevail  and  the  extraneous  terms  shall  not  be  incorporated herein.    E. Governing Law. This Agreement shall be made in and shall be governed by and  interpreted in accordance with the laws of the State of Washington and the City of  Renton. Consultant and all of the Consultant’s employees shall perform the Work in  accordance  with  all  applicable  federal,  state,  county  and  city laws,  codes  and  ordinances.    F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared  by the joint efforts of the Parties and shall not be construed against one party or the  AGENDA ITEM #5. c) PAGE 9 OF 10   other as a result of the preparation,  substitution,  submission or other event of  negotiation, drafting or execution.    G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or  interpret this Agreement or any of its terms or covenants shall be brought in the King  County Superior Court for the State of Washington at the Maleng Regional Justice  Center in Kent, King County, Washington, or its replacement or successor.  Consultant  hereby expressly consents to the personal and exclusive jurisdiction and venue of  such court even if Consultant is a foreign corporation not registered with the State of  Washington.    H. Severability. A court of competent jurisdiction’s determination that any provision or  part of this Agreement is illegal or unenforceable shall not cancel or invalidate the  remainder of this Agreement, which shall remain in full force and effect.    I. Sole and Entire Agreement. This Agreement contains the entire agreement of the  Parties and any representations or understandings, whether oral or written, not  incorporated are excluded.    J. Time is of the Essence. Time is of the essence of this Agreement and each and all of  its provisions in which performance is a factor. Adherence to completion dates set  forth in the description of the Work is essential to the Consultant’s performance of  this Agreement.    K. Third‐Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be  construed to give any rights or benefits in the Agreement to anyone other than the  Parties, and all duties and responsibilities undertaken pursuant to this Agreement will  be for the sole and exclusive benefit of the Parties and no one else.    L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns,  and legal representatives to the other party to this Agreement, and to the partners,  successors, assigns, and legal representatives of such other party with respect to all  covenants of the Agreement.    M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party’s  failure to enforce any provision of this Agreement shall not be a waiver and shall not  prevent either the City or Consultant from enforcing that provision or any other  provision of this Agreement in the future. Waiver of breach of any provision of this  Agreement shall not be deemed to be a waiver of any prior or subsequent breach  unless it is expressly waived in writing.    AGENDA ITEM #5. c) AGENDA ITEM #5. c) 1 Exhibit A November 4, 2022 Scope of Work Taxiway A Reconstruction / Rehabilitation and Associated Improvements Phase 1 – Predesign Coordination, Site Investigations, and Preliminary Engineering Analysis Services for the Renton Municipal Airport Rev 11-4-2022_r11c GENERAL This Phase 1 general scope of work is to provide engineering predesign services, site investigations, and preliminary engineering for the Taxiway A Reconstruction / Rehabilitation and Associated Improvements Project at the Renton Municipal Airport. This scope of work details activities and work elements needed to define the project’s: • Final design criteria • Project elements and project area extents • Requirements and alternatives • Estimated project costs relative to anticipated funding • Potential additive project elements • Bid approach (one versus two bid packages) relative to two separate fiscal year FAA Discretionary Construction Grants • Permitting requirements • FAA infrastructure modification requirements • Stakeholder constraints and considerations that will influence final design • Confirmation of project element Airport Improvement Program (AIP) eligibility • FAA reimbursable agreement applicability, and • Other factors that will influence the final project definition to be carried forward into final design and construction The final determination and extent of project elements will be developed as part of this Phase 1 scope. Upon completion of the preliminary assessments and preliminary engineering analysis, a final summary of the proposed project definition to be undertaken will be developed and submitted to the Airport and FAA for review and concurrence; to inform the future Phase 2 Final Design scope of work. AGENDA ITEM #5. c) 2 PROJECT PURPOSE, NEED & PROPOSED IMPROVEMENTS The proposed project anticipates design progressing through 2023; with construction anticipated over two years and with two programmed discretionary AIP grants in 2024 and 2025. The Taxiway A and connector pavement, Pavement Condition Index values are anticipated by 2024 to be in the low 50’s to 60 range and are indicative of significant reconstruction and/or rehabilitation of these pavements. The taxiway is currently supported by an existing taxiway edge lighting and signage system; however, this system is failing and in need of replacement and anticipates an upgrade to an LED system. Additionally, the infield areas between Taxiway A and the Runway are not adequately draining and are in need of storm drainage improvements to address the issues. The existing westside portion of the Flush Mount Fire Hydrant (FMFH)system running north/south under Taxiway A is aging infrastructure that is in poor condition, leaking, and is potentially impacting taxiway and object free area (OFA) subgrade stability conditions. The north/south aligned portion of the fire waterline along Taxiway A is anticipated to be removed as part of this project. No replacement of this alignment is anticipated as part of this project. A portion of the fire water line is aligned east/west and crosses under Taxiway A just south of connector Taxiway A6, and supplies fire hydrants serving the fuel farm. This portion of the fire water line is necessary to maintain to support fire response at the fuel farm. This east/west portion of the fire waterline crossing under Taxiway A, is also anticipated to be in poor condition with the potential to impact reconstructed subgrade conditions. Given this the project anticipates replacing the east/west fire waterline crossing under Taxiway A. This replacement is anticipated to start from and include a portion of the system in the infield (between Runway and Taxiway A), and extend through the portion crossing under Taxiway A, and extending under the pavement to the edge of the hardstand west of Taxiway A. The summary of anticipated project elements are as follows: Planned Project Elements Map Color Coded Area Project Elements Taxiway A & Connector Areas • Taxiway A Reconstruction / Rehabilitation • Taxiway A1, A2, A3, A4, A5, A6, A7 Reconstruction / Rehabilitation (current alignments) • Add/Construct Paved Grp III Shoulders to Taxiway A7 and the South portion of Taxiway A (between A7 and A6) that serves Grp III aircraft under their own power. • Add/Construct Paved Grp II Shoulders to remaining Taxiway A north of the Grp III power out area, as well as Connector Taxiways A1, A2, A3, A4, A5, and A6. • Upgrade/Replace Taxiway A Edge Lighting to LED System AGENDA ITEM #5. c) 3 Infield Areas • Replace/Shift Infield Signage in sync with Taxiway A and any other additive Runway Improvements • Remove north/south aligned Fire Waterline along Taxiway A • Under Taxiway A, replace east/west crossing failed and leaking Fire Waterline pipe, fittings, and appurtenances • Construct Infield Drainage Improvements between Taxiway A and Runway Adjacent Pavement Area • Reconstruct / Rehabilitate Apron Service Road and Sea Plane Ramp pavements adjacent to Taxiway A to match and transition to FAA compliant grade improvements on Taxiway A. All project elements above are anticipated to be AIP eligible, with the exception of the Group II shoulders which are anticipated to be non-AIP eligible, and will be self-funded by the Airport as a non-eligible bid schedule. See Associated color coded project map Figure 1 for project areas, and Figure 2 for Fire Waterline removal and replacement areas. PROJECT CONSULTANTS The prime consultant for this project is Century West Engineering (CWE). Subconsultants for Phase 1 of this project include: • Kimley Horn (KH) will provide engineering services for electrical, lighting, signage, fire waterline/hydrant, stormwater, and supplemental civil support services. Storm drainage CCTV condition inspection will further be provided by subconsultant to Kimley Horn. • HWA Geosciences (HWA) will perform geotechnical/pavement investigations for the project, and • 1 Alliance Geomatics (1AG) will provide survey services During Phase 2 Final Design two other subconsultants may be utilized as necessary. These two other firms would include GRI, providing as needed supplementary pavement analysis support; and Environmental Science Associates (ESA) to provide environmental specialty services as necessary for project permitting. Unless noted otherwise, all services will be performed by CWE. The activities and work elements for each task are described in the scope of work that follows. AGENDA ITEM #5. c) 4 A. PREDESIGN & PRELIMINARY ENGINEERING SERVICES TASK 1 - PROJECT MANAGEMENT/ADMINISTRATION Task 1 Work Items: 1. Finalize work scope, and negotiate contract with the Airport. 2. Prepare and provide a detailed scope of work, prepare project overview exhibit, prepare survey and geotechnical investigational exhibit, and a spreadsheet without costs to the Airport for obtaining an independent fee estimate (IFE) by a separate consultant. 3. Carry out project administration including, but not limited to monitoring design and project schedules, coordination of project with the Airport and FAA, coordination of subconsultants contracts, monitoring and reporting schedule and budget status to the Airport and FAA, preparation of monthly consultant invoices for submittal to the Airport. Activity during the Phase 1 Predesign activities is expected to occur over a 6- month period. 4. Attend up to 12 project meetings with the Airport to coordinate project investigation logistics, review project status, review investigation findings, review preliminary engineering findings and concepts, and coordinate other project logistics and schedules as necessary. These meetings are anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer (KH), and up to two other CWE staff, and up to two other KH staff. It is assumed that 8 meetings will be held via video conferencing, and 4 meetings will be held on-site. (CWE, KH) 5. Coordinate and manage project team activities, including subconsultants work activities and project progress. 6. This effort includes conducting and attending bi-weekly project consultant team meetings to coordinate work tasks and technical details between the prime consultant and subconsultants work tasks. Up to 12 meetings are anticipated. Meetings are anticipated to be attended by the Project Manager, Airfield Lead Engineer, and up to one other Airfield Engineer (CWE); and by the Utilities Lead Engineer, and up to two other engineers (KH). Meetings will be held via video conferencing. (CWE, KH) 7. Develop and provide a project schedule to the Airport and FAA. Up to 3 revisions are anticipated. (CWE, KH) 8. Conduct in-house quality control for each element of preliminary engineering analysis. (CWE, KH) AGENDA ITEM #5. c) 5 9. Prepare one design only AIP grant application and associated sketches. The design only grant will include both the Phase 1 Predesign (this scope), and the future Phase 2 – Final Design costs and Airport administration costs. This grant application is anticipated to be submitted after completion of the Phase 1 work activities and the final Phase 2 negotiated design fee, vetted through the independent fee estimate process and approved by the FAA. 10. Prepare and submit up to five (5) FAA Quarterly Performance Reports, and up to two (2) annual financial reporting for fiscal year FY23 and FY24 (forms 425, and 270/271). Primary Task 1 Deliverables: • Contract scope and fee schedule PDF • Project overview exhibit PDF • Survey and geotech investigational exhibits PDF • Documents for Independent Fee Estimate (IFE) review PDF & EXCEL • Project schedule PDF • FAA grant application PDF & Word • FAA quarterly and annual reporting forms PDF & Word TASK 2 - PROJECT PRE-DESIGN ASSESSMENT & COORDINATION Task 2 Work Items: 1. Perform a preliminary meeting with the Airport (on-site) to identify initial project needs and parameters. This meeting will inform and assist in preparing the agenda for the FAA Predesign scope discussions. Meeting will be attended by the Project Manager and Airfield Lead Engineer. 2. Coordinate FAA NEPA review requirements for the project, research and coordinate historic records of existing Airport conditions, prepare draft responses to FAA NEPA inquiry questions, and prepare question response document with historic photo and record drawing details. Question response document required by FAA to inform FAA determination on what NEPA review requirements are applicable for the project (undocumented CatEx or documented CatEx). Effort includes submission of question response document to FAA for determination of CatEx requirements. (Note: based on question response information submitted to the FAA, the project was issued a CatEx determination on Oct. 18, 2022). 3. Undertake FAA predesign meeting preparation. Effort includes researching existing configurations and relevant FAA standards, preparing project overview map, preparing proposed project elements list, preparing predesign checklist agenda. 4. Attend an FAA predesign meeting with the Airport and FAA at the FAA-Airports District Office (ADO). Effort includes meeting attendance and preparing meeting minutes. Meeting minutes will be circulated to the Airport, FAA, and the AGENDA ITEM #5. c) 6 Consultant team. Meeting will be attended by the Project Manager and Airfield Lead Engineer. 5. Perform initial site familiarization visit with key lead engineers in preparation City pre-application meeting and FAA Discovery meeting. Site visit will be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer, and Stormwater Lead Engineer (KH). (CWE, KH) 6. Undertake preparation research for City pre-application meeting. Effort includes research, identification, and summarizing anticipated local, State, and Federal applicable regulatory requirements and permits anticipated for the project. Permits, as required, will be prepared and filed in a subsequent phase of the work, and is not included in this scope of work. This meeting is anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer, and Stormwater Lead Engineer (KH). (CWE, KH) 7. Coordinate and attend a pre-application review meeting with Airport staff and the City of Renton. This meeting will be held on-site at Renton City Hall. This meeting will identify local project permitting, design review procedures, and applicable local design codes/ordinances and standards. This meeting is anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer, and Stormwater Lead Engineer (KH). (CWE, KH) 8. Attend FAA Discovery Meeting and undertake follow up coordination with FAA ATO NAS Planning and Integration and other lines of Business to identify any impact on FAA facilities and/or services specific to the Air Traffic Organization. Task effort anticipates up to two (2) meetings, and follow up coordination during the predesign task period. Meetings are anticipated to be performed via video-conferencing. These meetings are anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer (KH). (CWE, KH) 9. Attend Boeing infrastructure investigational meeting and undertake follow up coordination with Boeing facilities staff to identify any potential impact on Boeing utilities or infrastructure. Task effort anticipates up to two (2) meetings, and follow up coordination during the predesign task period. Meetings are anticipated to be performed via video-conferencing. These meetings are anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer (KH). (CWE, KH) 10. Coordinate with the Airport to acquire pertinent record data, drawings, and files. Effort includes downloading and transferring data files; and review, assessment, sorting, and documenting content. A data collection log will be developed to document data content and source date for to determine agreed up record data from which design will be established from. 11. Consolidate record data for use by survey utility locator. AGENDA ITEM #5. c) 7 Primary Task 2 Deliverables: • FAA NEPA question response document PDF • FAA pre-design meeting agenda and meeting minutes PDF • City pre-application package, agenda, and meeting minutes PDF • FAA Discovery meeting agenda, support materials, and meeting minutes PDF • Data collection log PDF TASK 3 – DESIGN SURVEYING Task 3 Work Items: 1. Contact the utility notification (“one call”) center to request utility locates for outside of the Airport perimeter fence. Additionally, engage a utility locate firm to locate on-Airport utilities and coordinate on-Airport utility locations with the Airport. Coordinate the location of FAA owned facilities through the Airport. Utility record information will be provided by the Airport and FAA and coordinated through the prime Consultant. (1AG) 2. Conduct topographic survey for the Taxiway A Reconstruction / Rehabilitation and Associated Improvements Project. The survey area inc ludes the project area for the planned project elements, as well as additional areas outside of the anticipated project area. Survey data to be collected outside the anticipated project area is necessary in order to check grade tie-in improvements meet all FAA requirements; transition and tie-in to existing adjacent grades; and also, do not create non-standard conditions outside the improvement area. Additionally, survey of utilities outside the primary project area is necessary to establish utility connections and/or storm water connections into the Black River Box Culvert. See Figure 1 for project survey areas A and B. (1AG) a. The limits of topographic surveying are approximately as follows: • Survey Area A includes the project areas for planned project elements including Taxiway A and connector areas, infield areas, and adjacent pavement areas, and extends out to the Runway 16-34 centerline. The Area A topographic survey encompasses an area of approximately 50 acres and is defined on the attached survey area limits diagram (Figure 1). • Outside of the primary planned and additive improvement areas depicted on Figure 1, the survey shall include an additional 10 field survey days to document exterior utility infrastructure or impact items necessary to support design of the planned and additive improvements. This additional survey for exterior utility or other features may not be contiguous areas, and may consist of (but not limited to) survey mapping of utility runs from the primary project area to their perspective outfall or termini as appropriate. The extents of this survey are undefined at this time, and if additional survey AGENDA ITEM #5. c) 8 requirement necessitate efforts beyond the 10 additional survey days, this effort will be included in the future Phase 2 Final Design Scope. b. Survey requirements are as follows: 1) For Survey Area A, survey data on pavement surfaces, shall be collected at cross sections on a 25’ (maximum) interval or a 25’ (maximum) grid as appropriate. Survey data, off of pavement surfaces, shall be collected at cross sections on a 50’ (maximum) interval or a 50’ (maximum) grid as appropriate. Survey grid and points shall be tighter as necessary to gather variations in grades and grade breaks occurring on or off pavements. 2) The topographic survey within Survey Area A, shall further include existing pavement striping/markings, tie-down anchors, edge lights and reflectors, signs, ditches, swales, drainage structures, water system components, valve cover and top of nut, manholes, vaults, top of structures, inverts elevations and orientation of all pipe/conduit connections, pipe /conduit sizes, material types, duct bank markers, fences, buildings, tie-down anchors, pavement edges (AC and PCC), PCC interior panel joints, gravel areas, roadways, utilities, test pits, pavement core locations, NAVAIDS and other structures or surface features within the survey limits. 3) The topographic survey of the additional data outside of Area A, may include as directed by the Engineer, roadway ROW corridor pavement and infrastructure components, existing pavement striping/markings, lighting, signs, ditches, swales, drainage structures, water system components, valve cover and top of nut, manholes, vaults, top of structures, inverts elevations and orientation of all pipe/conduit connections, pipe /conduit sizes, material types, duct bank markers, fences, buildings, tie-down anchors, pavement edges (AC and PCC), PCC interior panel joints, gravel areas, roadways, utilities, test pits, pavement core locations, and other structures or surface features within the survey limits. 4) Survey of signs shall include all four corners of foundation and mow pad, and all four corners of sign structure. Sign inscription (both sides) shall be quantified within survey data. 5) Taxiway and Runway edge lights, and taxiway reflectors, shall be surveyed at center of light or reflector. All survey points shall capture both horizontal and vertical data. 6) Survey all utility marks, and if flagging is placed as part of site investigations, locate and survey flagging denoting features identified. Location of these features should be done concurrently with the topo survey if possible. If it is not possible to locate these items concurrent AGENDA ITEM #5. c) 9 with the topo survey, make up to 1 additional trip to the site to tie the flagging. 7) Locate and survey boring and test pit locations as undertaken as part of the geotechnical investigation. Location of these features should be done concurrently with the topo survey if possible. 8) Where concrete (PCC) panels exist, collect topographic survey data for panel joint layout. 9) Document additional features including grade breaks, interface between types of pavement (i.e. PCC and AC), pavement cuts, patches, and utility patches/trenches. 10) For Airport NAVAIDS to be surveyed within defined survey areas, note the base elevation, and the centerline lens or array height. 11) Establish horizontal (NAD 83) and vertical control (NAVD 88) for the survey work at the airport. Establish one benchmark for elevation control and a minimum of three points for horizontal control. Tie the survey to the runway centerline end points and alignment; and any Airport Primary and Secondary Airport Control, (PACS and SACS); and any temporary Survey Monuments of record established as part of this task. All elevations shall be accurate to 0.10 feet off pavement and 0.01 on pavement or structures. 12) Develop a topographic survey contour map at a scale of 1”=50’, and survey digital terrain model for use in the design. The contour interval shall be 0.5 feet. 3. Coordinate and schedule survey activities, and conduct one site visit during topographic survey to provide project management coordination onsite (CWE). 4. Prepare (CAD) base map from topographic survey drawing files, for use in design and plan development (CWE). Primary Task 3 Deliverables: • Survey drawing and digital terrain model (CAD) files. • Project base map (CAD) file. TASK 4 – GEOTECHNICAL & PAVEMENT INVESTIGATION Task 4 Work Items: 1. Review prior geotechnical and environmental reports to assess pertinent site information. AGENDA ITEM #5. c) 10 2. Prepare a site exploration plan describing proposed field activities, timing and exploration locations for review by CWE and the Airport. 3. Schedule the field work and conduct a visit to the site to mark locations of cores and test pits for utility locate coordination with survey subconsultant. Utility locate is to be hired and coordinated by the survey sub-consultant in Task 3. This task duration is anticipated to be 1 day. 4. Conduct geotechnical/pavement investigation for the project. (HWA) a. The limits of geotechnical/pavement investigations are approximately as follows: • The geotechnical area includes the project areas for planned project elements including Taxiway A and connector areas, infield areas between Taxiway A and the Runway, and adjacent pavement areas west of Taiway A. The geotechnical investigation area limits is defined on the attached Figure 1. b. Geotechnical and pavement investigation requirements are as follows: 1) Bore the existing Taxiway A, Taxiway A connectors, adjacent TOFA/service road pavements, and seaplane ramp/apron pavements that will be reconstructed in a minimum of 70 locations (2 bores every 200’ along Taxiway A, A1, & A7; 2 bores each on A2, A3, A4, A5, & A6). Determine the thickness of the existing asphalt or Portland Cement Concrete (PCC) pavements, depth of existing base material, depth of existing subbase material, and depth to native subgrade or bedrock. Collect bulk subgrade samples from bores for completing moisture- density and CBR tests to correlate SPT values. On bulk samples determine existing subgrade density (compaction), gradations, soil characteristics, and modulus/California Bearing Ratio (CBR) values of material. Document the observed groundwater level, probable maximum annual groundwater level, and any observed restrictive layers, such as buried PCC, bedrock or clay. Prepare logs of all bore data. Backfill the explorations and patch pavement bores with non-shrink epoxy grout (or equivalent). This task duration is estimated at 5 days. 2) Perform up to 20 pavement cores and perform Dynamic Cone Penetrometer (DCP) testing on the base rock and subgrade to estimate in-situ resilient modulus (and/or equivalent CBR) values. 3) Conduct Falling Weight Deflectometer (FWD) testing along Taxiway A, A1, and A7 and adjacent pavement areas (5,415’x 125’approx); and along connector Taxiways A2 (175’ x 80’), A3 (275’ x 40’), A4 (180’ x 40’), A5 (260’ x 40’), and A6 (200’ x 50’). This task duration is estimated at 2 days. AGENDA ITEM #5. c) 11 4) Core the existing apron pavement at up to 6 locations for identification of utility depth. HWA will coordinate a vacuum truck to remove base rock and/or other backfill above the utility. Following measurements, backfill the exploration and patch the pavement core with non-shrink epoxy grout (or equivalent). This task duration is estimated at 1 day. 5) Perform up to 16 test pit explorations in infield areas between Taxiway A and the Runway. Obtain bulk samples outside for completing moisture-density, gradations, CBR tests, Atterberg limits, frost group, and soil logs documenting depth and quantification of strata layers and associated characteristics. Document the observed groundwater level, probable maximum annual groundwater level, and any observed restrictive layers, such as shallow buried PCC, bedrock or clay. This task duration is anticipated at 2 days. 6) Perform up to 4 soil infiltration rate testing (Pilot Infiltration Tests-PIT) within infield areas between Taxiway A and the Runway. Each test duration is anticipated at 2 days. 7) Catalog the presence of any ground water and/or low strength (unstable) subgrade areas, probable maximum annual groundwater level, and documentation of groundwater depths exceeding 5 feet below grade. 8) Make recommendations of subgrade soil amendments, geotextile and/or geogrid material to be utilized to prepare the subgrade, for areas anticipated to be reconstructed. 9) Examine the collected soil samples in the laboratory and conduct the following tests: o 8 CBR tests (ATM D4318); o 8 Modified Proctor tests (ASTM D1557); o 8 Atterberg limit determinations (ASTM D4318); o 14 sieve and hydrometer grain-size analyses (ASTM D422); o Unit weight and moisture content determination for each sample taken; o FAA soil classification for each sample taken. o Modify testing, as needed, based on soils encountered (e.g., eliminate Atterberg limits where non-plastic soils are encountered). 10) Prepare a Draft Geotechnical Report presenting preliminary findings, test results and recommendations. Review and discuss findings and recommendations with the OWNER, prior to preparing a final report. The report shall specifically include recommendations regarding pavement underdrains, frost considerations for pavement section design, the potential for encountering unsuitable materials. 11) Prepare a Final Geotechnical Report presenting final recommendations, findings and test results. AGENDA ITEM #5. c) 12 5. Coordinate and schedule geotechnical activities, and conduct one site visit during geotechnical investigation to observe soil conditions (CWE). 6. Review and comment on Draft Geotechnical Report (CWE). Primary Task 4 Deliverables: • Geotechnical Report (Draft & Final) PDF TASK 5 – ELECTRICAL, LIGHTING, SIGNAGE, & NAVAID INVESTIGATION In support of the proposed electrical, lighting, signage, and NAVAID improvements for Taxiway A and connectors; this task will undertake office records research/review, and field investigations to quantify existing infrastructure, system parameters, conditions, and recommendations on proposed improvements. Task 5 Work Items: 1. Conduct electrical, lighting, and signage, investigations for the project. (KH) a. Coordinate and interview Airport staff on known conditions and system parameters of existing electrical, lighting, and signage systems. b. Perform records research of existing electrical, lighting, and signage systems. c. Conduct electrical system field investigation: Undertake an electrical investigation for all taxiways (alpha and connectors) lighting and signage systems.; The electrical system investigation will include an assessment of all system infrastructure components including but not limited to conduit, cable, vaults, base cans, fixtures, sign equipment, regulators, and other power/control equipment within the equipment vault and/or tower. The assessment will identify condition of the electrical system(s) components, existing system (circuit) capacity and loads, operating and functionality of the system and components, maintenance and replacement items that need to be addressed, system improvements required to support project improvements, and system improvements required to support any future system circuit(s) capacity, and loads. Investigations will include field testing as necessary to isolate and determine the extent of failed sections of the various systems. d. Prepare a draft Electrical Investigations Report presenting preliminary findings, assessments, and project improvement recommendations. Review and discuss findings and recommendations with the Prime Consultant and Airport, prior to preparing a final report. AGENDA ITEM #5. c) 13 e. Prepare CAD project basemap update of existing conditions identified from the electrical systems research and investigations. f. Address Prime Consultant and Airport comments and prepare a final electrical system report presenting final findings, assessments, and recommendations. 2. Coordinate/plan logistics and schedule for the electrical investigation activities (CWE, KH). 3. Conduct one site visit during electrical inve stigation to provide onsite coordination (CWE, KH). 4. Review and comment on Draft Electrical Investigations Report (CWE). 5. Submit Final Electrical Investigations Report to Airport. (CWE) Primary Task 5 Deliverables: • Electrical Investigations Report (Draft & Final) PDF TASK 6 – UTILITIES & STORM DRAINAGE SYSTEM INVESTIGATION This task includes investigations of the fire waterline and flush mount fire hydrant (FMFH) system; the Taxiway A / Runway storm drainage system; the FAA AWOS fiber communication line; and other Airport or tenant utilities within the project area. This task will undertake office records research/review, and field investigations to quantify existing infrastructure, system parameters, conditions, and recommendations on proposed improvements. Task 6 Work Items: 1. Conduct utilities and storm drainage investigations for the project. (KH) a. Coordinate and interview Airport staff on known conditions and system parameters of existing fire waterline/hydrant system, City domestic waterline, storm drainage system, and other Airport and tenant utilities within the project areas. b. Coordinate and interview FAA staff on known conditions and system parameters of the existing AWOS communication line extending from the tower crossing Taxiway A and extending to the AWOS on the east side of the Airport. c. Perform records research and analyze existing Airport and FAA utilities systems. AGENDA ITEM #5. c) 14 d. Identify and develop plan of additional utility infrastructure to be surveyed outside of the primary project Area A. Effort includes coordinating survey efforts with Prime Consultant and Survey Subconsultant. e. Conduct waterline and hydrant visual field investigation: Undertake a fire waterline and hydrant investigation of the following Fire Waterline areas: • Existing north/south aligned approximate 4,400 linear feet of the system within or adjacent to Taxiway A, that is anticipated to be isolated and removed from the remaining eastside portion of the system; and • East/west aligned portion of system crossing from the Runway, under Taxiway A and extending out to the W. Perimeter Road fenceline (approximately 400 linear feet), that is anticipated to be maintained and replaced to provide service to the fuel farm fire hydrants, and • As necessary, additionally investigate up to an additional 500 linear feet beyond the project area that may influence the system anticipated removal, new isolation valves or capping, or replacement improvements. Prior to field work a Waterline Investigation Plan will be developed that will identify proposed condition assessment items, visual inspection methods, and pla n to complete the investigation for review and comment by the Airport. For the portions of the system anticipated to be removed, the waterline system investigation will include an assessment and quantification of system components to be removed, and identify the condition and integrity of system components at the anticipated removal termination points and/or beyond as necessary to the next nearest isolation valve. The assessment will ascertain the ability of the existing infrastructure at or nearby the termination points to accommodate necessary system modifications to isolate and terminate the system. For the portion of system anticipated to be replaced, the waterline system investigation will include an assessment and quantification of all system infrastructure components within the investigation linear foot length of the system as defined above within this task. The visual assessment will identify condition of the system(s) components, anticipated long term integrity and functionality of the system and components, and identification of perceived compromised and leaking portions of the system. The initial visual system condition assessment inve stigation shall identify existing system integrity, necessary maintenance and replacement items that need to be addressed, and system improvements required to support project improvements. Based on the findings of the visual system assessment, if findings are not sufficiently definitive to inform the project analysis, a determination will be made as to the need for actual field AGENDA ITEM #5. c) 15 system testing (i.e. pressure testing or other means) to further clarify system conditions, and long-term integrity. Field testing is not included within this scope and if deemed necessary will be undertaken as part of the Phase 2 Final Design scope of work f. Conduct storm drainage system field investigation: Undertake a storm drainage system investigation for portions of the system within or adjacent to Taxiway A and in the infield between Taxiway A and the Runway; and investigate system components for up to one quarter mile downstream of the project area and including connections to the Black River Box Culvert, other system terminus connections, or outfalls. Desktop research to determine upstream areas discharging to the site will be conducted, and any discharge points to the site will be field verified. Existing storm drainage west of the Runway is known to drain to the Black River Box Culvert. Investigations will need to account for system conditions out to the termini connections or outfalls (if applicable). The storm drainage system investigation will include an assessment of all system infrastructure components including pipe, structures, lids, and other system components. The assessment will identify the visual condition, integrity, and functionality of the system(s) components. The visual assessment is anticipated to identify collapsed infrastructure, or cracks, spalls, root intrusion, sediment buildup, apparent leaks, or other visual failures. Investigations should identify conditions, necessary maintenance and replacement items that need to be addressed, and system improvements required to support project improvements. This investigation will include assessments from above ground inspections as well as a video inspection of storm drainage pipe and structures. Video inspection is included in the following item g. g. Undertake video inspection of the entire airfield storm drainage system west of Runway 16-34, including the system components extending to the system terminus connections outside the project area. h. Conduct other utilities field investigation: As identified in the records research, undertake a field investigation of other utility systems within or adjacent to Taxiway A and its connectors; and in the infield between Taxiway A and the Runway. The intent of this investigation is to confirm, identify, and document locations of other infrastructure that may influence the proposed project improvements. Other utilities may in part be owned by the Airport, the City, Boeing, the FAA, or other entities. System condition assessments of other unidentified utilities are not included with this task. If system condition assessments are warranted, this will be included in the future Phase 2 Design scope of work. i. Prepare a draft Utilities and Storm Drainage Investigations Report presenting preliminary findings, assessments, and project improvement recommendations. Review and discuss findings and recommendations with the Prime Consultant and Airport, prior to preparing a final report. AGENDA ITEM #5. c) 16 j. Address Prime Consultant and Airport comments and prepare a final Utilities and Storm Drainage Investigations Report, presenting final findings, assessments, and recommendations. 2. Prepare and submit to the Airport, a Waterline, Storm Drainage, and other Utility Investigation Plan. Coordinate/plan logistics and schedule for the utilities and storm drainage investigations (CWE, KH). 3. Conduct up to four site visits during utilities investigations to provide onsite coordination (CWE). 4. Review and comment on draft Utilities and Storm Drainage Investigation Report(s) (CWE). 5. Submit final Utilities and Storm Drainage Investigation Reports to Airport. (CWE) Primary Task 6 Deliverables: • Utilities and Storm Drainage Investigation Reports (Draft & Final) PDF TASK 7 – PROJECT STANDARDS & DESIGN AIRCRAFT/VEHICLE FLEET MIX DETERMINATIONS This task anticipates undertaking preliminary engineering analysis, to determine aircraft design group rationale and aircraft fleet mix design input parameters relative to various pavement rehabilitation areas of the project. Task 7 Work Items: 1. Assess and identify applicable aircraft group designation design standards and rationale for the various individual project surface areas. Aircraft group design standards are anticipated to include up to two different aircraft design groups, and up to three critical aircraft taxiway design groups. 2. Develop preliminary aircraft fleet mixes to be utilized as the basis of apron and taxiway pavement design. Up to two (2) different fleet mixes are assumed to be necessary to accommodate the utilization and restrictions of the various surface areas of Taxiway A, Taxiway A connectors, and the adjacent TOFA/service road areas; relevant to Group II only areas and Group III capable areas. For this scope analysis, the fleet mix operations from the current master plan will be utilized as the base line conditions to further then to itemize specific aircraft types/models and operational counts for the pavement design fleet mix inputs. AGENDA ITEM #5. c) 17 3. Prepare a Draft Technical Fleet Mix Summary Memorandum, presenting preliminary analysis of aircraft design group rational; and preliminary design aircraft fleet mix determinations. Primary Task 7 Deliverables: • Design standards and Fleet Mix (per project area) Technical Memorandum PDF TASK 8 –PAVEMENT, GRADING, & LAYOUT CONCEPT - PRELIMINARY ENGINEERING (10%) This task anticipates undertaking preliminary engineering analysis, and conceptual/schematic design to a 10% completion level for: • Taxiway A concept/schematic pavement horizontal layout and vertical section design including adjacent service road and seaplane ramp areas; and • Infield grading adjustments concept/schematic design Task 8 Work Items: 1. From record data, drawings, and files acquired as part of Task 2, analyze, document, and prepare composite existing pavement section conditions map for all Taxiway A, Taxiway A connector and adjacent surfaces detailing the variable section composites and depths across pavement areas. 2. Perform one site visit to back check pavement existing conditions composite map and perform a site assessment of pavement and infrastructure conditions. It is anticipated the CWE Project Manager, Airfield Lead Engineer, and one other staff member will attend the site visit. This effort will assist in determining and correlating the condition, nature, quantities, and extents of recommended pavement rehabilitation and infrastructure improvements to the composite pavement section map. 3. From survey base map/model prepared as part of Task 3, develop a design digital terrain model in AutoCAD Civil 3D for in surface grade design. 4. Undertake preliminary engineering analysis and perform a single concept horizontal geometry and vertical grade layout (profile and transverse) design for Taxiway A, Taxiway A connectors, adjacent taxiway object free area and service road transitional grade areas, and the seaplane ramp/apron. Alternative designs are not included under this task and will be undertaken as part of the future Phase 2 Final Design. This task includes taxiway shoulder and TOFA/service road transitional grade layout concept design. This task anticipates up to three iterative alternative configuration updates for Airport consideration. Concept design will be developed in Civil 3D. 5. Undertake preliminary engineering analysis and perform a single concept horizontal geometry and vertical grade layout design for infield areas between AGENDA ITEM #5. c) 18 Taxiway A, and Runway 16-34. Alternative designs are not included under this task and will be undertaken as part of the future Phase 2 Final Design. Infield grade concept design will be developed in Civil 3D. 6. Undertake preliminary engineering analysis to determine existing infrastructure to be demolished and removed. Effort will identify demolition requirements, extents, and parameters. 7. Perform preliminary engineering analysis, and concept apron and taxiway pavement design utilizing the current version of the FAA FAARFIELD design program. The concept design will be determined from the anticipated multiple design aircraft loading requirements identified in Task 7; and the varying existing composite conditions identified in Task 8, item 1; and from the profile and transverse conceptual grades identified in Task 8, item 4. Based on the varying conditions and multiple design criteria requirements, it is anticipated that up to four (4) different preliminary concept pavement sections will be developed for the taxiway improvements, and up to one (1) preliminary concept pavement section will be developed for the Group III AIP eligible taxiway shoulder improvements. Further alternatives or additional pavement section designs as necessary will be undertaken as part of the future Phase 2 Final Design scope of work. 8. Perform preliminary engineering analysis, and concept AIP non-eligible taxiway shoulder pavement design utilizing the current version of the FAA FAARFIELD design program. Up to one preliminary concept pavement section will be developed for Group I/II AIP non-eligible taxiway shoulder improvements. 9. Prepare plan sheet schematic figures detailing the 10% level concept layout and schematic concept details. Figures shall be established at a map at a scale of 1”=50’. Assume up to 20 schematic figures will be developed detailing the concept design layout and pertinent details. 10. Prepare preliminary engineering (planning level) quantity and construction cost estimates of the Task 8 project elements. Estimates shall be split between Planned and potential additive items to facilitate final design recommendations in Task 11. 11. Prepare a draft Technical Summary Memorandum, presenting preliminary concepts, applicable design standards, summary of project elements including a breakdown of planned and additive project elements, a summary of anticipated costs, identification of any potential modification of standards, and identification of any further considerations or recommendations relative to the concept design elements. 12. Coordinate and review deliverables with Subconsultant to review design congruency between Prime and Subconsultant design elements. Effort includes attending one meeting via video conferencing with Subconsultant to coordinate documents. AGENDA ITEM #5. c) 19 13. Update deliverables including concept schematic plan sheets, cost estimates, and Technical Summary Memorandum per congruency review meeting comments. Prime consultant will consolidate and package concept design deliverables for submission to the Airport under Task 11. Primary Task 8 Deliverables: • Preliminary engineering concept schematic figures (20 sheets) PDF & CAD • Preliminary quantity and planning level cost estimates PDF & EXCEL • Draft and Final Technical Summary Memorandum PDF TASK 9 – ELECTRICAL, LIGHTING, SIGNAGE, & NAVAID CONCEPT - PRELIMINARY ENGINEERING (10%) This task anticipates undertaking preliminary engineering analysis, and conceptual/schematic layout to a 10% completion level for: • Taxiway A edge light and sign schematic location layout relative to pavement layout Task 9 Work Items: 1. Undertake preliminary engineering analysis and perform schematic horizontal location/alignment layout for Taxiway A edge lighting and signage. 2. Based on the proposed concept of Taxiway A and connector edge light and sign schematics identified in Task 9, item 1, undertake preliminary engineering analysis to quantify schematic system improvements components. This task anticipates identifying schematic anticipated demolition, reuse, or new installation of the electrical lighting and signage system components including but not limited to conduit, cable, vaults, base cans, fixtures, sign equipment, regulators, and other power/control equipment within the equipment vault and/or tower. (KH) 3. Prepare plan sheet schematic figures detailing the 10% level concept layouts . Plan sheets shall be established at a map at a scale of 1”=50’. Assume up to 12 plan sheet figures will be developed detailing the concept schematic layouts. (KH) 4. Prepare preliminary engineering (planning level) quantity and construction cost estimates of the Task 9 project elements. Estimates shall be split between Planned and potential additive items to facilitate final design recommendations in Task 11. (KH) 5. Prepare a draft Technical Summary Memorandum, presenting preliminary concepts, applicable design standards, summary of project elements including a breakdown of planned and additive project elements, a summary of anticipated costs, and identification of any further considerations or recommendations relative to the concept design elements. (KH) AGENDA ITEM #5. c) 20 6. Submit deliverables to Prime Consultant for review and comment of the deliverables. Effort includes attending one meeting via video conferencing with Prime consultant to coordinate document review. (KH) 7. Update deliverables including schematic plan sheets, cost estimates, and Technical Summary Memorandum per Prime Consultant review meeting comments, and submit to Prime Consultant. Prime consultant will consolidate and package concept de sign deliverables for submission to the Airport under Task 11. (KH) Primary Task 9 Deliverables: • Preliminary engineering concept schematic figures (12 sheets) PDF & ACAD • Preliminary quantity and planning level cost estimates PDF & EXCEL • Draft and Final Technical Summary Memorandum PDF TASK 10 – UTILITIES & STORM DRAINAGE SYSTEM CONCEPT – PRELIMINARY ENGINEERING (10%) This task anticipates undertaking preliminary engineering analysis, and conceptual/schematic design to a 10% completion level for: • Taxiway A and infield storm drainage system improvements concept/schematic layout; • Fire Waterline north/south alignment removal and isolation improvements concept/schematic layout; • Fire Waterline east/west replacement improvements concept/schematic layout; and • Other utilities improvements layout concept/schematic layout Task 10 Work Items: 1. Based on the storm drainage investigations in Task 6 and the grading concept engineering developed in Task 8, undertake preliminary engineering and conceptual schematic design of storm drainage improvements. This task anticipates identifying demolition, reuse, and/or new installation of storm drainage conveyance, water quality, and flow control systems. Conceptual design will include a single layout and component infrastructure identification concept. System alternatives design are not included under this task and will be undertaken as part of the future Phase 2 Final Design. Conceptual design shall be per City of Renton stormwater requirements as identified in City Design standards, and as further identified/specified per the City of Renton pre-application meeting. The conceptual/schematic design effort does not include storm water modeling or development of storm water design technical information report and permitting review documents; these efforts and documents will be developed as part of the Phase 2 Final Design scope of work. (KH) 2. Based on the waterline and hydrant investigations in Task 6, undertake preliminary engineering and conceptual/schematic design of waterline removal, AGENDA ITEM #5. c) 21 isolation, and replacement system improvement general layout and component identification. This task anticipates identifying demolition, isolation valve and/or capping, component reuse, and/or new installation of waterline and hydrant system components for portions of system to remain active and/or be replaced. Conceptual/schematic design will be limited to a single layout and component infrastructure identification concept. System alternatives design are not included under this task and will be undertaken as part of the future Phase 2 Final Design. Conceptual design shall be per City of Renton waterline requirements as identified in City Design standards, and as further identified/specified per the City of Renton pre-application meeting. The conceptual design/schematic effort does not include system flow/pressure/load analysis or development of waterline design and permitting review documents; these documents will be developed as part of the Phase 2 Final Design scope of work. (KH) 3. Based on the other utility investigations in Task 6, undertake preliminary engineering and conceptual/schematic layout of other utility adjustments and improvements. This task anticipates identifying demolition, reuse, and/or new installation of other utilities components. Conceptual design for other utilities is limited to general horizontal layout and identification of anticipated component infrastructure adjustment design. In part, other utilities may be owned by the City (domestic waterline), Boeing, the FAA, or others and may require separate actions and/or design by utility owners. The conceptual/schematic design effort does not include development of permitting review documents as may be necessary; these documents will be developed as part of the Phase 2 Final Design scope of work. (KH) 4. Prepare plan sheet schematic figures detailing the 10% level concept design layouts. Plan sheets shall be established at a map scale of 1”=50’. Assume up to 10 plan sheet schematic figures will be developed detailing the concept design layout and pertinent details. (KH) 5. Prepare preliminary (planning level) engineering level quantity and construction cost estimates of the Task 10 project elements. (KH) 6. Prepare a draft Technical Summary Memorandum, presenting preliminary concepts, applicable design standards, summary of project elements including a breakdown of planned and additive project elements, a summary of anticipated planning level costs broken out by utility, and identification of any further considerations or recommendations relative to the concept design elements. (KH) 7. Submit deliverables to Prime Consultant for review and comment of the deliverables. Effort includes attending one meeting via video conferencing with Prime consultant to coordinate document review. The meeting is anticipated to be up to 2 hours and include up to two Kimley Horn staff are anticipated. (KH) 8. Update deliverables including plan sheets, cost estimates, and Technical Summary Memorandum per Prime Consultant review meeting comments, and AGENDA ITEM #5. c) 22 submit to Prime Consultant. Prime consultant will consolidate and package concept design deliverables for submission to the Airport under Task 11. (KH) Primary Task 10 Deliverables: • Preliminary engineering concept schematic figures (10 sheets) PDF & ACAD • Preliminary quantity and planning level cost estimates PDF & EXCEL • Draft and Final Technical Summary Memorandum PDF TASK 11 – PROJECT DEFINITION FINALIZATION & IMPLEMENTATION PROGRAM This task will assess and quantify the parameters and format of the project design moving forward. Based on initial investigations, preliminary engineering, and 10% level concept development of the above items, a project implementation plan will be assessed to identify the final project elements to progress as part of the final design. This task will additionally consolidate the preliminary concept designs of Tasks 8, 9, and 10 and submit to the Airport for review and comment. Updates to address Task 8, 9, and 10 deliverable Airport comments will be addressed under this task. A final submission of documents to the FAA and an associated review meeting between the Airport, FAA, and Consultant will facilitate discussions of recommended and approved project definitions to move forward into the Phase 2 Final Design scope of work. Task 11 Work Items: 1. Consolidate and package deliverables from Tasks 7, 8, 9, and 10 concept preliminary 10% engineering documents, and submit to Airport for review and comment. The project review meeting between Consultant staff and the Airport is part of meetings included in Task 1. 2. Address Airport review comments relative to Task 7 and 8 deliverables, and update documents accordingly. 3. Address Airport review comments relative to Task 9 and 10 deliverables, and update documents accordingly. (KH) 4. Consolidate and summarize costs and additive options from Tasks 7, 8, 9, 10. This effort includes summarizing overall project options, costs, anticipated AIP eligibility of various project elements, any anticipated modifications of standards (if any), and identification of funding sources. 5. Prepare FAA justification memo(s), as necessary to support AIP eligibility of any project elements in question. This effort assumes up to two (2) justification memorandums will be prepared. 6. Analyze and develop proposed planning level implementation/phasing approach breakdown and schedule of project elements considering: • Multiple construction grant amounts and associated timing AGENDA ITEM #5. c) 23 • Total anticipated grant amounts relative to planned and additive project elements (if any) • Concurrent vs. sequential constructability needs • Airfield general operational needs • Anticipated material acquisition timelines; and • Other implementation factors. 7. Analyze, determine and develop recommendation on proposed number of bid packages (one vs. two); and on the proposed final project planned and additive scope elements. 8. Prepare a Draft Executive Summary Memorandum, presenting preliminary engineering, rationale, costs, options, findings and recommendations of Task 11 work items and analysis. 9. Assemble draft concept, project definition, and implementation documents from Tasks 7, 8, 9, 10, and 11 and submit deliverables to Airport and FAA. 10. Attend project meeting with the Airport and FAA (at FAA offices) to review project findings and recommendations. This meeting is anticipated to facilitate discussions of recommended and approved project definitions and parameters to move forward into the Phase 2 Final Design scope of work. This meeting is anticipated to be attended by the Project Manager and Airfield Lead Engineer (CWE); and the Utilities Lead Engineer (KH). (CWE, KH) Primary Task 11 Deliverables: • Final updated consolidated preliminary engineering concept figures for Tasks 7, 8, 9, 10 PDF & ACAD • Summary of planning level project costs, funding, and additive option costs PDF • Planning level implementation phasing approach breakdown summary PDF • Task 11 Draft Executive Summary Memorandum PDF B. ASSUMPTIONS/EXCLUSIONS 1. Preparation of FAA form 7460 for submittal to FAA is excluded within this predesign scope. This effort will be undertaken as part of the future Phase 2 Final Design activities. 2. Prepare Strategic Event Notification forms for submittal to FAA is excluded within this predesign scope. This effort will be undertaken as part of the future Phase 2 Final Design activities. 3. Coordination and preparation of Reimbursable Agreements as necessary is not included in this scope of work. If necessary, this effort will be included in the Phase 2 Final Design scope of work. AGENDA ITEM #5. c) 24 4. Development of DBE goals and program updates is not included within this scope work, but will be included as necessary within a subsequent future contract task order. 5. Preparation of an FAA design report (per Engineering Guidance 2013-04) will not be included within this scope of work. Technical memorandums of the various study tasks will be prepared within this scope. Development of the FAA design report document will be completed as part of a subsequent future contract task order, utilizing in part design and environmental information generated as part of this scope of work. 6. Preparation and coordination of Modifications to Standards submission documents (if necessary) will not be completed as part of this scope and as necessary would part of a subsequent future contract task. 7. Assessment of Pavement Condition Index (PCI) and the development of PCN data for pavement improvements is not included within this scope and phase of work. 8. Development of a Construction Safety & Phasing Plan (CSPP) is not included within this scope and phase of work, and will be included as part of a subsequent future contract task order. 9. Performing and preparing a Safety Risk Management (SRM) assessment and implementing an SRM panel process is not included within this scope and phase of work, and as necessary, will be included as part of a subsequent future contract task order. 10. An AGIS as-built survey is not included within this scope and phase of work, and if necessary, will be included as part of a subsequent future contract task order. 11. Environmental site and field investigations are not included within this scope and phase of work. Should investigations and studies be necessary for documentation of impact categories, to support SEPA and permitting review; thi s effort will be included as part of a subsequent future contract task order. 12. Preparation of SEPA and other project permitting is not included within this scope and phase of work, and will be included as part of a subsequent future contract task order. 13. The project area was established based on initial planning level assessments of possible grading limits and tie-in points derived from analysis of Master Plan existing profile and grade contours. These assumed limits of the project area are only preliminary in nature, and can only truly be determined based on the investigations and determinations to be undertaken as part of this scope of work. The actual project area extents may differ or expand as the project is further defined through the deeper analysis of this scope’s tasks. Should the scope of the AGENDA ITEM #5. c) 25 project extend beyond the initial project area limits and/or investigational areas identified; resulting additional survey, geotechnical investigations, environmental investigations, analysis, design, or other services that may be required, will be covered as part of a future contract task order and scope of work. 14. Limited utility potholing is included within this scope of work. As necessary, any additional potholing services would be included within the future Phase 2 Final Design scope of work. C. PROJECT SCHEDULE The general anticipated project schedule is as follows: • 2022 NEPA Environmental Review • 2022/2023 Design • 2024 Construction • 2025 Construction A detailed project schedule will be developed as part of task 1 per this scope of work. AGENDA ITEM #5. c) Renton Municipal Airport Taxiway A Reconstruction/Rehabilitation and Associated Improvements Project Figure 1 Notes 1. Project color coded work areas and associated project elements are as defined in the Exhibit A Scope of Work 2. Survey areas include: • Survey Area A (Yellow Boundary Area) 3. Geotechnical investigation areas includes: • Taxiway A & Connector Areas (Green Areas) • Infield Areas (Purple Areas) • Apron/Service Road/Sea Plane Ramp Areas (Pink Areas) Runway 16-34 TW A2TW A1 Sea Plane Ramp Pavement Apron Service Road TW A TW A3 TW A4 TW A5 TW A6 TW A7 Apron Service RoadInfield Area (TWA/RW 16-34) TW B3 TW B4 TW B5 TW B6 TW B7 Survey Area A AGENDA ITEM #5. c)