Loading...
HomeMy WebLinkAbout17-015 - Seattle City Light - Memorandum of Understanding for the South 144th Street Phase II17-015 Council Approval N/A MEMORANDUM OF AGREEMENT BY AND BETWEEN THE CITY OF SEATTLE AND CITY OF TUKWILA S 144th Street Phase II (Tukwila International Boulevard to 42nd Avenue S) Underground Power Upgrade Project This Memorandum of Agreement (the "Agreement") between the City of Seattle, by and through its City Light Department ("City Light"), a municipal corporation located at 700 Fifth Avenue, Suite 3200, PO Box 34023, Seattle, WA 98124, and the City of Tukwila, a municipal corporation with its offices located at 6300 Southcenter Blvd, Suite 100 Tukwila, WA 98188, (collectively the "Parties") sets forth the terms and work guidelines for the design and construction of an underground electrical distribution system upgrade for S 144th Street Phase II from Tukwila International Boulevard to 42nd Avenue S in Tukwila, Washington. WHEREAS, the Tukwila City Council has authorized the S 144th Street Phase 11 improvement/transportation project ("Project") in an area with mixed zoning, both high and low density residential; and WHEREAS, City Light currently maintains and operates its utility infrastructure within the public rights of way of Tukwila under a franchise grant given to City Light pursuant to City of Tukwila Ordinance No. 2012, dated January 21, 2003("Franchise"); and WHEREAS, City Light acknowledges and agrees that the terms and conditions of the Franchise govern City Light activities within the Public Rights -of -Way of Tukwila; and WHEREAS, City Light acknowledges that Tukwila has given notice to City Light of the Project; and WHEREAS, City Light desires to upgrade the power transmission capacity in the Project corridor; and WHEREAS, the Parties recognize that certain efficiencies and cost savings can be achieved by having Tukwila manage the work for the street improvements/transportation project and the civil work for the upgraded facilities for City Light's electrical facilities through a single general contractor; and WHEREAS, City Light and Tukwila intend for this Agreement to provide a process for cooperation and coordination in the design, estimating, scheduling, construction of through completion, and payment for, the electrical facilities undergrounding work in an efficient and cost effective manner. NOW THEREFORE, in consideration of the mutual benefits to be provided the Parties through this Agreement, it is hereby agreed as follows: / 54(7/'&2 Gi2/&/0"-e..5 City of Tukwila — S 144th Street Phase II UG Page 1 of 12 REVISED: 12-13-16 AGREEMENT Section 1. General Principles 1.1 Order of _Precedence: This Agreement is intended to establish procedures and work guidelines for the upgrade of certain City Light utility infrastructure necessitated by Tukwila' s S 144th Street Phase II street improvement/transportation project from Tukwila International Blvd. to 42nd Avenue S. In the event that any provision of this Agreement conflicts with a term, condition or provision of the Franchise, the Agreement will govern to the extent necessary to resolve the conflict. 1.2 Scope of Project: Tukwila has contracted with KPG, Inc. "Consultant" to design street improvements on S 144th Street from Tukwila International Blvd to 42nd Avenue S (the "Project ") that will include roadway widening /improvements to accommodate new sidewalks, bicycle lanes, turning lanes, retaining walls, drainage improvements, street lighting, traffic control and signalization devices and other associated work. Consultant will also prepare the infrastructure design Civil Infrastructure Plans, Specifications and Estimates for the Civil Infrastructure required to accommodate City Light facility upgrades. 1.3 Cooperation: City Light and Tukwila agree to work together cooperatively in the process of design, estimating, scheduling and construction to bring the Work described in this agreement to completion in an efficient and timely manner. 1.4 Notice to Contractors: Tukwila understands that upgrades to an electrical distribution system along a busy and highly developed urban highways and streets, as exist in the Project Area, is a complex process. A certain amount of field engineering is normal with a corresponding need to adjust design, schedules and costs. Tukwila agrees to inform the bidders of these considerations. Tukwila and City Light will coordinate and cooperate to avoid unnecessary delays in the review and approval of change orders related to the Work made necessary to adjust design, schedules and costs, and in furtherance thereof, will agree upon a process and time frame for review and approval of changes orders submitted by the contractor, Tukwila or City light. Notwithstanding any provision in this Agreement, the Franchise, PS &E or the City Light Civil Infrastructure Engineering Guidelines, City Light will have no independent authority to give direction to, or exercise control over, any of the City's contractors or subcontractors, or their agents or employees, or to independently approve changes orders, issue field directives, or alter approved Civil Infrastructure Plans and Specifications. 1.5 Delay: Tukwila and City Light will work cooperatively to bring the Work to completion on schedule and within budget and to avoid disruption or delay to the City's contractor and its subcontractors. The Parties will be responsive to schedule and cost concerns and will commit sufficient resources to support the Work and will work cooperatively to resolve any unanticipated design and construction issues related to the Work as they may develop. City of Tukwila — S 140 Street Phase II UG Page 2 of 12 1.5 Civil Infrastructure: Tukwila will include the Civil Infrastructure (as defined in Section 2) as a separate Schedule to its construction bid documents, a copy of which is attached hereto as Exhibit A, schedule B. Tukwila will construct all City Light Civil Infrastructure. City Light will perform the installation of its electrical facilities and equipment. (See also Section 6 Construction.) 1.7 Hard Surface Removal and Restoration Costs: Hard surface removal and restoration within City Light trenching and vault excavation limits of Schedule B work shall be Tukwila's responsibility. A hard surface similar to existing conditions within said construction limits will be required until such time that repaving, resurfacing and installing new sidewalks as a component of the overall Project improvements is to occur. City Light shall promptly notify Tukwila if City Light discovers a need for hard surface removal and restoration outside the limits of Schedule B work area, so that appropriate change orders to the Project contract can be made to complete such work. Section 2. Definitions The following terms are defined here as they are used in this Agreement: "Bid Documents ": Engineering design plans including those for Civil Infrastructure PS &E (definition stated below), Project specifications, bidder's forms and certificates, bid contract documents, any required contract provisions for Federal -Aid construction contracts, and unit price bid schedules for Schedules A and B. "City Light Civil Infrastructure Engineering Guidelines ": The most current engineering guidelines, construction guidelines, materials standards, and engineering operations and practices adopted by SCL that govern the design, location, alignment, depth, materials, and engineering specifications determined by SCL in its sole discretion that apply to Civil Infrastructure associated with the Underground Electrical System. "Civil Infrastructure ": Underground infrastructure necessary to contain and facilitate City Light's Underground Electrical System, including but not limited to conduit, ducts, duct banks, vaults, handholds, casing, and other non - energized electrical facilities. Civil infrastructure does not include the Underground Electrical System. "Civil Infrastructure Plans, Specifications, and Estimates or Civil Infrastructure (PS &E) ": Engineering design plans that include Civil Infrastructure work, Washington State Department of Transportation and Seattle City Light Standard Specifications and Details, and construction cost estimates. "Consultant ": The City of Tukwila's consultant; KPG, Inc. "Contractor ": Selected contractor from bidding process. Selected contractor is responsible for all subcontracted work. "Electrical Work ": The installation of the Underground Electrical System within the completed Civil Infrastructure following Operational Acceptance by City Light. City of Tukwila — S 144th Street Phase II UG Page 3 of 12 "Engineer ": The City of Tukwila's designated representative directly supervising the administration of the construction contract. "Field Directive Change(s) ": Design changes to agreed -upon "Work" as the result of field conditions. "Final Acceptance ": The determination by City Light after all Schedule B work has been completed, including having all vault and hand hold lids brought to grade and completion of all punch list work related to the Civil Infrastructure, that the Civil Infrastructure is in conformance with the approved plans and specifications for the Project. Final Acceptance shall also be dependent upon the receipt and approval of as -built drawings for the Civil Infrastructure by City Light. Final Acceptance shall be in the form of a letter to Tukwila's City Engineer or other designated representative. "Operational Acceptance ": The determination by City Light that the Civil Infrastructure is in material and substantial conformance with the approved plans and specifications for the Project and is ready for installation of the Underground Electrical System by City Light. "Primary Project Costs ": All costs associated with Project for providing the path for the utility infrastructure, including, but not limited to design, project management and construction management, trench and vault excavation, and repaving, resurfacing, installation and restoration of hard surfaces. "Project ": The design and construction of street/transportation improvements on S 144th Street between Tukwila International Boulevard and 42nd Avenue S in Tukwila, Washington being performed by the City of Tukwila. "Project Management Costs ": Labor time, equipment and materials costs internal to each party directly related to management of Public Projects. "Schedule B Work ": The work to be performed that is included in Schedule B to this Agreement, also referred to as the Civil Infrastructure work. "Substantial Completion ": The date the Engineer determines SCL has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the contract. Final acceptance will be given after all work is completed in the right of way. "Underground Electrical System ": The underground electrical distribution system and underground service lines, including but not limited to cables, connections, terminations, transformers, switches, and associated components. "Underground Relocation and Installation Project ": The design, construction and installation of the Underground Electrical System within the SCL reconstruction Area. City of Tukwila — S 144`h Street Phase II UG Page 4 of 12 "Work ": The work to be performed under this Agreement, including the Civil Infrastructure Work, the Electrical Work, and energizing of the Underground Electrical System. Section 3. Design Development and Review Process 3.1 City Light will, in accordance with Section 3.4 of this Agreement, provide Tukwila and the Consultant with the City Light Civil Infrastructure Engineering Guidelines which Tukwila and the Consultant will use to prepare and complete the Civil Infrastructure PS &E. Tukwila shall provide the basic layout of the Civil Infrastructure, including conduit and vault layout, conduit duct details, vault and hand hole details, and engineering specifications for the material in accordance with City Light Civil Infrastructure Engineering Guidelines. City Light will make its staff reasonably available to Tukwila and the Consultant to facilitate the completion of the Civil Infrastructure PS &E. 3.2 Tukwila shall include design of the Civil Infrastructure PS &E as part of the Project PS &E. City Light shall reimburse Tukwila for the engineering costs to design the Civil Infrastructure PS &E. The Consultant will coordinate with a designated City Light staff person to insure that the Civil Infrastructure PS &E incorporates appropriate specifications and detail that conform to City Light Civil Infrastructure Engineering Guidelines. City Light will be responsible for the detailed electric design of the Underground Electrical System and any design work necessary to complete the Aerial Infrastructure Removal Project. 3.3 The Civil Infrastructure PS &E must meet City Light Civil Infrastructure Engineering Guidelines, using materials in accordance with City Light material standards included therein. City Light shall provide Tukwila with the Civil Infrastructure Engineering Guidelines within 30 working days written notice to City Light that Tukwila is commencing design. 3.5 Format: Submittals shall be transmitted in hard copy three half -size sets, digital forms in CADD and direct plot- to -PDF formats. Electronic files shall be in accordance with City Light's CADD (Computer Aided Design/Drafting) standards and compatible with AutoCAD 2014 unless otherwise agreed to by City Light and shall include clarifications from the Design Engineer to City Light. Section 4. Cost Estimates, Contractor Selection & Construction Schedule 4.1 Estimates: Tukwila shall have primary responsibility for developing cost estimates for construction and completion of the Civil Infrastructure work. Tukwila and City Light shall consult each other and achieve a consensus regarding the cost estimates. 4.2 Bid Process: 4.2.1. Tukwila agrees to allow 5 working days for City Light to review submitted bid tabulations. City of Tukwila — S 144th Street Phase II UG Page 5 of 12 4.2.2. The Civil Infrastructure work will be advertised as Schedule B and will be included in the basis for award. Tukwila will include in the bid documents a requirement for the bidders to provide an itemized unit cost breakdown schedule for the Civil Infrastructure work. Following the opening of bids, Tukwila will provide City Light with the bid tabulations for review. City Light may accept or reject Schedule B in its entirety. City Light will provide its decision to accept or reject the contractor's bid to Tukwila within five (5) working days of receipt of the bid tabulations. If City Light rejects Schedule B, all Work associated with Schedule B will be removed from the Project. 4.3 Construction Schedule: 4.3.1. Pre - Construction Conference: Promptly following the execution of the civil construction contract between Tukwila and its Contractor, a pre - construction conference shall be scheduled involving all participants in the Project to review the design, coordination requirements, work sequencing and related requirements. City Light will provide input during this discussion regarding key milestones for Civil Infrastructure. 4.3.2. Schedules and Updates: The construction contract with Tukwila's Contractor shall require contractor to submit a preliminary progress schedule, weekly look -ahead schedules. 4.3.2.1 During construction of the Schedule B Work, Tukwila and the Contractor will hold weekly construction meetings at the City or on -site. To obtain the most recent and/or first -hand information on the construction progress of the Schedule B Work, City Light will attend such meetings. The time and locations of said meetings will be determined at the Pre - Construction Conference. 4.3.3. Civil Infrastructure: Upon Substantial Completion of the Civil Infrastructure, Tukwila shall give written notice to City Light of such Substantial Completion. City Light will, within ten (10) working days of receipt of such notice, commence an inspection of the Civil Infrastructure for compliance with the approved plans and specifications, and any approved amendments thereto. If City Light determines that the Civil Infrastructure is in material and substantial conformance with the approved plans and specifications, and is ready for installation of the Underground Electrical System, City Light shall give its written Operational Acceptance of the same. If City Light rejects the Civil Infrastructure, or any part thereof, it shall provide a written punch list to Tukwila, including an explanation of the reasons for its disapproval and the necessary corrections. Tukwila will cause its contractor to correct the problem as soon as practicable after receipt of such notice. The foregoing procedure will be repeated until City Light has given full Operational Acceptance of the Civil Infrastructure. Tukwila shall require the contactor to be responsible for protecting the Civil Infrastructure inside the Project limits until Final Acceptance is given by City Light. City of Tukwila — S 144th Street Phase II UG Page 6 of 12 4.3.4. Underground Installation Project: City Light will complete and energize the Upgraded Transmission Project within 30 working days of its written Operational Acceptance of the Civil Infrastructure. 4.4 Design Revisions: Tukwila will immediately notify in writing the City Light inspector, as well as City Light's project manager, of any potential design revisions affecting the Civil Infrastructure and ensure that City Light reviews and approves those design revisions. 4.5 City Light project manager will immediately notify in writing Tukwila of any requests for change orders affecting the Civil Infrastructure work and ensure that Tukwila reviews and approves those change orders. 4.6 Each party agrees to review and respond to design revisions and/or change order submittals within five (5) working days unless additional information is required to make a determination of the effect on City Light facilities and services or Tukwila's street improvements. 4.7 Tukwila and City Light agree that although the Tukwila construction inspector is not responsible for primary inspection of City Light facilities, both Tukwila's and City Light's inspectors and their project managers will work cooperatively to bring the Work to completion on schedule and within budget. 4.8 In the event of an inspection or quality disagreement, the Tukwila Public Works Director and City Light's South Distribution Design Manager or Designated Representative, or such person subsequently designated by City Light will be notified immediately for resolution. Resolution of disagreement shall be documented in written form (letter, memo, email) between Tukwila and City Light. 4.9 Contractor Delay; Disruption: Delays in completion of the Civil Infrastructure, caused by Tukwila, the Consultant, or the Contractor, may cause City Light to redirect its crew resources to other tasks, and City Light crew resources may not be immediately able to return, which may impact the Work or the Project Schedule. City Light shall immediately notify Tukwila's City Engineer, if City Light crews are removed from the Work, and shall return City Light crew resources to complete the Work as soon as is reasonably possible. 4. 10 Force Majeure: Tukwila agrees that City Light's performance of its obligations under this Agreement shall be excused to the extent that such delay is the direct result of a "Force Majeure Event" such as a storm, earthquake, or other unforeseen event beyond the control of City Light, which necessitates the mobilization of City Light resources to restore utility service to its customers. City Light agrees to promptly notify the Tukwila City Engineer if and when City Light crews are to be removed from the Project and Work and both parties agree to use all commercially reasonable efforts to eliminate or minimize any delay caused by a Force Majeure Event. Performance of any obligation affected by Force Majeure Event shall be resumed as soon as reasonably possible after the termination or abatement of the Force Majeure Event. City of Tukwila — S 144th Street Phase II UG Page 7 of 12 Section 5. Staffing Primary project contacts will be as follows as of execution of this Agreement: City of Tukwila Cyndy Knighton Sr. Program Manager 6300 Southcenter Blvd, Ste 100 Tukwila, WA 98188 (206) 431 -2450 Section 6. Construction City Light Joe Hampton Sr. Project Manager PO Box 34023 Seattle, WA 98124 (206) 684 -5046 6.1 Civil Infrastructure: Tukwila will construct the Civil Infrastructure in accordance with the plans and specifications, and any revisions thereto, approved by City Light and as otherwise provided herein. 6.2 Inspection: 6.2.1 Tukwila agrees that the construction contract with the Contractor employed by Tukwila will require Contractors compliance with City Light requirements applicable pursuant to this Agreement and with the plans and specifications approved by City Light; provided however, that under no circumstance shall City Light or its employees, agents or contractors be responsible for or authorized to give direction to or direct work by the Contractor. 6.2.2 City Light shall be responsible for inspecting the Civil Infrastructure throughout the progress of the work performed by Tukwila's Contractor, to ensure that the Civil Infrastructure conforms to the approved plans and specifications and any amendments thereto and any other City Light standards made applicable pursuant to this Agreement. However, the foregoing shall in no way diminish the responsibility of Tukwila and Tukwila's Contractor or subcontractors to construct the Civil Infrastructure in accordance with the approved plans and specifications and any amendments thereto, as well as any other City Light standards made applicable pursuant to this Agreement. City Light agrees to provide sufficient staffing and resources to adequately and timely inspect the progress of work so as to conform to the work plan as updated at the weekly construction meetings as provided for in Section 4.3.2.1. City Light further agrees that the City Light Project Manager or designee will regularly attend the weekly construction meetings for the Project. In the event that City Light inspectors identify work or materials that are not in accordance with the approved plans and specifications, City Light shall immediately notify the Tukwila Construction Engineer and provide a detailed description of the non - conformance or defect in work or materials. Except in cases of a Force Majeure Event as defined in Section 4.10, any work not adequately and timely inspected by City Light will be considered to be accepted, provided that the work is in accordance with the work plan established in the weekly construction meeting. City of Tukwila — S 144th Street Phase II UG Page 8 of 12 6.3 Field Directive Change(s): Each party agrees to immediately notify the other party in writing of any potential field design revisions and /or changes affecting the other's facilities. All changes to the approved plans and specifications, and amendments thereto, that involve work related to the Underground Electrical System and/or Civil Infrastructure require notification and approval by and acknowledgement of both Parties. If consensus cannot be found see section 4.8 for resolution. 6.4 Operational Acceptance. Tukwila's City Engineer or designated representative will be notified by City Light in writing of Operational Acceptance, with any exceptions, before City Light will commence installation of the Upgraded Electrical System. Once City Light issues Operational Acceptance for the Civil Infrastructure, City Light will then commence placement of cable along with the cutover of existing services. Tukwila and its Contractor will maintain physical ownership of the Civil Infrastructure and will repair or replace any damaged structure at their expense, unless such damage was caused by City Light or its contractors or subcontractors. The Contractor or its Subcontractor will continue to complete the duct bank punch list and both Tukwila's Engineer and the City Light Inspector will continue to verify that the open items are being completed. In accordance with Section 4.3.3 of this Agreement, City Light will assume ownership and control of, and liability for, the Civil Infrastructure after Final Acceptance. 6.5 Civil Infrastructure Final Acceptance. Once the duct bank is 100% complete and all vault and handhole lids brought to grade, a final walk through will be scheduled by Tukwila with the City Light inspector and with Tukwila' s Engineer and Contractor. After all punch list items are completed and as -built drawings have been submitted to and accepted by City Light, City Light will provide a letter of Final Acceptance of Schedule Work to Tukwila' s Engineer. Tukwila's Engineer or designee will notify the Contractor that the Schedule Work has been completed and Tukwila has received Final Acceptance from City Light. 6.6 Environmental Site Conditions. In the event that the Contractor in performing the Civil Infrastructure work discovers any materials that require special removal, treatment, handling, transport and/or disposal under any Local, state or federal laws or regulations (including, but not limited to hazardous materials, hazardous waste, dangerous waste, toxic waste or contaminated soil or groundwater), the costs for removal, treatment, handling, transporting and disposal of such materials shall not be part of the Civil Infrastructure Costs, and shall be the responsibility of Tukwila. Any costs related to removal, treatment, handling, transport and/or disposal of hazardous materials, hazardous waste, dangerous waste, toxic waste or contaminated soil or groundwater existing outside of the actual neat line excavation of the Civil Infrastructure as depicted in the approved plans for such work shall not be part of the Civil Infrastructure Costs and shall be the responsibility of Tukwila. However, City Light and Tukwila shall retain all rights they may have under applicable state and federal laws to recover costs that either may incur related to the existence of such hazardous materials, hazardous, dangerous or toxic wastes, or contaminated soil or groundwater from any and all parties that may be responsible for such materials, wastes, or contamination discovered or uncovered during construction of the Civil Infrastructure. City of Tukwila — S 144th Street Phase II UG Page 9 of 12 Section 7. Financial 7.1. Allocation of Project Cost: 7.1.1. City of Tukwila shall pay for 100% of the Primary Project Cost and 100% of the restoration costs. The City of Tukwila shall have no responsibility for the Civil Infrastructure project costs. 7.1.2. SCL shall reimburse the City of Tukwila for 100% of the Civil Infrastructure project costs, including design and construction costs. SCL shall have no responsibility for Primary Project Costs or restoration costs. 7.1.3. SCL will pay 100% SCL Project Management Costs Tukwila will pay 100% Tukwila Project Management Costs. 7.2. Costs for Work: The estimated cost for the Work related to this Agreement, as described in Schedule B is $234,630.03 ( "Estimated Costs "). The cost for the Work related to this Agreement for the Civil Infrastructure Design is $29,563.90. City Light will reimburse Tukwila for 100% of the Civil Infrastructure as listed in Schedule B. City Light shall reimburse Tukwila 6% of bid items 2, 6, 7, and 8 on Schedule A, and a percentage of the Construction Management costs, which shall be calculated as 15% of Schedule B plus change orders to Schedule B to pay for the percentage of work done under Schedule A for the benefit of Schedule B work. The estimated costs for the Work related to this Agreement for the Schedule A bid items 2, 6, 7 and 8 on Schedule A is $1,200, $60, $12,000, and $9,000 respectively. The estimated costs for the Work related to this Agreement for the percentage of Construction Management Costs is $35,194.50. The actual costs charged to City Light will be determined based on itemized consultant invoices and payment requests from the General Contractor for actual work performed or completed. Tukwila will invoice City Light per section 7.3 below. The Estimated Civil Costs are based on the low bid received by the City of Tukwila in January 2017 and is subject to change based upon final bid review, award of all relevant Project work and change orders approved in advance by SCL. 7.3 Reimbursement of Civil Infrastructure Costs: Tukwila will submit detailed itemized monthly invoices with backup documentation, which shall include relevant invoices and payment requests, for Project costs to City Light. Tukwila's invoices shall be sent to: Seattle City Light Accounts Payable, ATTN: Joe Hampton, LPM 700 5th Ave Suite 3300 PO Box 34023 Seattle, WA 98124 -4023 7.4 City Light will process the monthly invoice and issue a check payable to Tukwila within sixty (60) calendar days of receiving the request. 7.5 Maximum SCL Project Cost. The Parties agree that SCL's total cost responsibility for the Project shall be limited to a maximum of the Civil Infrastructure Design Costs plus City of Tukwila — S 144th Street Phase II UG Page 10 of 12 construction costs described in Section 7.2 above plus Schedule B plus change orders for work specific to the Civil Infrastructure and approved in advance by SCL, if any. ( "Maximum SCL Project Cost "). Tukwila agrees to release and indemnify SCL from and against any and all claims, liens, demands, actions, costs, losses, expenses, harm, damages, and liability of any kind or character (collectively, "Claims ") arising out of, related to, or in connection with any and all costs of the Project that exceed the Maximum SCL Project Cost, including but not limited to delay and cost overrun claims by the Contractor; however, the City shall not be required to release and indemnify SCL for costs in exceedance of the Maximum SCL Project Cost to the extent such exceedance is caused by SCL's negligence or delay. SCL agrees to release and indemnify Tukwila from and against any and all claims, liens, demands, actions, costs, losses, expenses, harm, damages, and liability of any kind or character (collectively, "Claims ") arising out of, related to, or in connection with any and all costs of the Civil Infrastructure that exceed the Maximum SCL Project Cost to the extent such exceedance is caused by SCL's negligence or delay. Section 8. Indemnification and Hold Harmless 8.1 Notwithstanding the expiration or early termination of this Agreement, and to the extent authorized by law, Tukwila releases and shall defend, indemnify and hold City Light harmless from all claims, losses, harm, liabilities, damages, costs and expenses (including, but not limited to reasonable attorney fees) caused by or arising out of any negligent act or omission or willful misconduct of Tukwila, its employees, contractors or subcontractors in their performance under this Agreement. During the performance of such activities, Tukwila's employees or contractors shall at all times remain employees or contractors, respectively, of Tukwila. 8.2 Notwithstanding the expiration or early termination of this Agreement, and to the extent authorized by law, City Light releases and shall defend, indemnify and hold Tukwila harmless from all claims, losses, harm, liabilities, damages, costs and expenses (including, but not limited to reasonable attorney fees) caused by or arising out of any negligent act or omission or willful misconduct of City Light, its employees, contractors or subcontractors in its performance under this Agreement. During the performance of such activities, City Light's employees or contractors shall at all times remain employees or contractors, respectively, of City Light. 8.3 Title 51 RCW. Solely with respect to claims for indemnification arising out of City Light's Upgraded Transmission Project, Tukwila and City Light waive, as to each other only, and expressly not for the benefit of their employees or third parties, their immunity under Title 51 RCW, the Industrial Insurance Act, and acknowledges that this waiver has been mutually negotiated by the Parties. Tukwila and City Light agree that their respective indemnity obligations extend to any claim, demand, or cause of action brought by, or on behalf of, any of their respective employees or agents. 8.4 No liability shall attach to either party by reason of entering into this Agreement except as expressly provided herein. City of Tukwila — S 144th Street Phase II UG Page 11 of 12 Section 9. Insurance 9.1 Tukwila shall require its Contractor to: 9.1.1. Maintain Commercial General Liability (CGL) insurance in force at all times during the performance of work under this Agreement. 9.1.2. Include both the City of Tukwila and the City of Seattle as additional insured for primary and noncontributory limits of liability for the full valid and collectible limits of liability maintained by the Contractor, whether such limits are primary, excess, contingent, or otherwise; as respects CGL insurance, such additional insured status shall be provided under the ISO CG 20 26 07 04 endorsement or equivalent (e.g. a combination of forms CG 20 10 07 04 and CG 20 37 07 04) or substitute endorsements or policy language providing at least as broad coverage; that shall provide coverage for the date of occurrence rather than the date of claim. 9.1.3. Furnish certification of insurance evidencing compliance with the provisions of this Section to City Light via email at riskmanagement@seattle.gov or fax to (206) 470- 1279. Section 10. Third Party Beneficiary and Warranties 10.1 Tukwila shall include City Light as an intended third party beneficiary in Tukwila's contract(s) with its Contractor(s) and subcontractors with respect to the Work, and will accordingly include City Light in the indemnification provisions contained in Tukwila's contract(s). Tukwila and City Light do not intend that this paragraph be interpreted to create any obligation, liability, or benefit to any party, other than Tukwila and City Light for purposes of design and construction of the Civil Infrastructure as defined in this Agreement. Section 11. Ownership of Facilities Upon completion of the Civil Infrastructure work and upon City Light' s Final Acceptance pursuant to this Agreement, and except as otherwise stated in the Franchise or in subsequent agreements, City Light shall own, operate, and maintain the Civil Infrastructure and Underground Electrical System installed or provided pursuant to this Agreement. EXECUTED, this the CITY i 14kwa day of A an berg, Mayo City of Tukwila a rr u` , 2017 SE LE CITY LIGHT 4A k Larry eis Seattle City Light General Manager & CEO City of Tukwila — S 140 Street Phase II UG Page 12 of 12 REVISED: 12-13-16 Bid Tab: S 144th Street Phase 1 Marshbank Construction, Inc. Bid Item Quantity Unit Unit Price Total Cost Noo. . - - SCHEDULE A ROADWAY IMPROVEMENTS IIROADWAY _ ! $ 25,000.00 $ 20,000.00 0 0000 0 0 In 69 0 0 0 0 LC) N V3 0 0 0 O CO Eta 0 0 O 0 V3 $ 200,000.00 11 11 00'000'09 I- O 0 0 O CO c0 64 0 o 0 O 0 O O3 37,240.00 11 000000: 0 0 O Cr) C`) 64 o 0 C) CO N ri 69 0 0 N N- 0 Cr) 01 o 0 O.4 0 CNO H4 o•or 0:Q CO M V3 : "s "1`:' '.0)�7 OO ;El r $ 35,750.00 II 0 O 0 to ti ti 69 0 o 0 tf) Cn O 64 0 o 0 O N 69 1 $ 19,220.00 11 0 O 0 O O— N EA 0 o 0 CO CO ER 0 0 0 tt N V3 1 $ 5,880.00 11 0 0 0 CO O Efi $ 18,240.00 11 0 0 0 %- t- �- VI $ 2,850.00 11 1 $ 500.00 O O O O N Et} 0nonz $ O O O Con 6% O O o 0 N VI $ 6,000.001 O O O O 69 00.000'ooz $ $ O O O O LO Eta O O O 000 (O EA O O O O 69 38.00 1 $ 30.00' O O c0 N V3 O O d' N 69 O O o O W? O O CO O V3 $ 13.00 $ 550.00 $ 310.00 $ 8,550.00 1 $ 21,400.00 O O N CO V9 O O O 00 N Eta O O 0 V3 1 $ 24.00 O O N Eta 1 $ 27.00 $ 57.00 $ 57.00 O O t- Cn Ef-} $ 500.00 EST 1 LS LS EST EST LS LS LS LS LS >- >- TON I TON 1 00� I- CY I LS LS SF LS LF 1 LF Iu)u)u) EA to CO 0) 0 — o M 0 o CO N c- 620 340 O 0) CO to CO In N - 310 1640 510 280 40 320 30 50 Unexpected Site Changes Roadway Surveying C 0 0 a Resolution of Utility Conflicts 1 CD C 0 a - :_ Type B Progress Schedule Mobilization Project Temporary Traffic Control Clearing and Grubbing Removal of Structure and Obstruction Roadway Excavation Incl. Haul Unsuitable Foundation Excavation Incl. Haul Gravel Borrow Incl. Haul Crushed Surfacing Base Course HMA CI 1/2" PG 64 -22 HMA CI 1/2" PG 64 -22 for Overlay Planing Bituminous Pavement Cement Conc. Pavement Decorative Stamped Finish Concrete Steps Cast -in -Place Wall !Modular Block Wall 'Erosion Control and Water Pollution Prevention 'Cement Conc. Traffic Curb and Gutter 'Cement Conc. Gutter 'Roundabout Cement Concrete Curb and Gutter 'Extruded Curb Type 6 Cement Conc. Driveway Entrance Type 1 'Cement Conc. Driveway Entrance Type 2 'Cement Conc. Driveway Entrance Type 3 Adjust Monument Case and Cover 04 M ct LC) CO CO CA 0 r- N CO LC) CO t� CO CA Oz II N N N C-) N d' N L) N CO N t- N CO N CA N O CO 11 31 Marshbank Construction, Inc. $ 800.00 II 11 00'001.'L O O O O) (O Cr) . - CO EA $ 75,150.00 $ 11,700.00 $ 10,400.001 O O O O 0 C) ER $ 1,700.00 11 o O N co CO L) E9 $ 107,582.00 DRAINAGE 11 O o U, ' 1 - CO EA $ 15,400.00 i1 O O O O LO N E9 I 4,350.00 11 o o O V O CO EA O 0 O O N E9 O o O 0 Cr) E9 1 $ 7,800.00 1� 1 $ 1,400.00 11 00'009'96 $ I D 0000 O 0 C) CA o O 0 C) CA 0 O 0 r EA 0 O 0 N CO Ea 1 $ 58,000.00 11 _ _ $ 204,235.00 D o O 0 L0 N E9 o o O 0 O E9 D O O Co O 0. E9 o O O 0 N r' EA 0 0 O O 00 EA 100'0OL'L $ 45.00 1 0 0 O O E9 $ 1,300.001 0 0 O O Lc) 1- EA 0 O O O ti N- E9 $ 32.00 1 0 Ln O E9 $ 35.00 $ 60.00 $ 87.00 ($ - 54.00 0 O O O N N EA I $ 1,000; oo 0 O O O M .- EA 0 O O O n' E9 0 O O O (O N EA 1 $ 400.00 $ 1,000.00 0 O O O N , EA 0 O O O O M E9 0 O O O 0 E9 1 $ 250.00 $ 400.00 0 O O O O N EA 0 O O O 1' lA EA LS 1 IISIDEWALK } U) LF - < W < W EA 1 SF LL U) TN LF LL J LL J U) J < W < W < W 1 EA < W < W < W 1 EA I EA LL -J EA LS 1 EA [BicIItem Item Quantity N o . l - O C` (O O CO ' CO N CO 1"- '- 0 O Cr) 440' 420 O LC) O CO L C) e-- CO CO r- CO CO CO .- 0 0- .- C) Mailbox Support 1 a) iii Cement Conc. Sidewalk Thickened Edge Sidewalk Cement Conc. Curb Ramp Type Perpendicular A Cement Conc. Curb Ramp Type Perpendicular B Cement Conc. Curb Ramp Type Parallel A Detectable Warning Surface (Shoring or Extra Excavation Cl. B - Gravel Backfill Incl. Haul for Storm Trench Ductile Iron Storm Sewer Pipe 12 In. Diam. 1Solid Wall PVC Storm Sewer Pipe 18 In. Diam. Solid Wall PVC Storm Sewer Pipe 12 In. Diam. 'Storm Drainage Television Inspection 1Concrete Inlet 'Catch Basin Type 1 'Catch Basin Type 1L E co 6 00 '4' N N 0. T 1- C N CO CO L 0 co U 1Adjust Catch Basin - - 1Connect to Existing Drainage Structure 1Connect Drainage Structure to Existing Pipe Stormwater Treament Vault, 4' x 8' - - 1Stormwater Treatment Vault, 4' x 13' - -- - Ductile Iron Pipe for Water Main 4 In. Diam. - 1Adjust Water Valve - -- 'Relocate FDC, PIV and associated appurtenances 'Adjust Water Meter Box N M 1 cc II V- CO LO CO CO CO r- CO CO CO CO CO I STORM O V x- N CO v- '1' L() d' CO C� '1' CO O d O in - L0 N LO CO L() LO WATER to LC) (O 10 ti LC) CO Lf) Bid Tab: S 144th Street Phase 1 Marshbank Construction, Inc. $ 2,700.001 $ 3,400.001 O O 0 O CO U) d3 ''SANITARY SEWER _ 11 O O 0 O CO 69 ILLUMINATION AND SIGNAL SYSTEMS $ 191,000.00 11 $ O O 0 0 O CC) N. K3 O O 0 0 O to 69 O O 0 0 O O 69 397,000.00 1 IITRAFFIC CONTROL DEVICES ' $ 208.00 11 0 0 o N N- v3 0 0 ui f� M 69 0 0 0 0 O 64 0 0 0 00 CO N EA 0 0 0 CD CO 69 0 0 0 CO O .- 64 $ 144.00 11 $ 1,900.001 $ 232.00 $ 1,520.00' $ 11 $ 11 DE DEVELOPMENT 1 $ 11 O O 0 CO CO - O 69 O O 0 CO O Y- d4 1 $ 665.00 11 O O 0 M N 4 69 O O 0 O LO LC) CA O O O O nj ea O O O O r- 69 $ 191,000.00 $ 175,000.001 O O 6 O to t- CA O O 6 O N O EA $ 16.00 $ 320.00 $ 750.00 O O 0 O K? O U i- d3 O O `7 64 $ 4.00 O O N r- EA 1 $ 475.00 1 $ 116.00 1 $ 380.00 O UP O 4 O O O O u) di $ 43.00 1 $ 53.00 O O 1� 64 1 $ 470.00 O O O V W> < UJ EA 1 CO J LS LS 1 C/) J < W 0 Z D _ 0 Z D _ LS U. J LF SF EA EA EA Q W LF EST } 0 >- 0 } CO < W < W N .- N- C) U') M C[) O r 0 O 0 0) 490 N 'Cr N 'ct CD N — 0 N 1 95 0) co Bid Item Item No. Service Connection _1 In. Diam_ Relocate Water Meter, Setter and Box Adjust Sewer Manhole Illumination System, Complete Traffic Signal System, Complete (S 144th St and 42nd Ave S) Signal Loop Modifications, Complete (Tukwila Intl Blvd & S 144th St) Rectangular Rapid Flashing Beacon (RRFB) System, Complete Storm Drain Marker _ Raised Pavement Marker Type 1 Raised Pavement Marker Type 2 _ _ Permanent Signing • -_ 'Plastic Line, 4 In. - 'Plastic Stop Line 1 Plastic Crosswalk Line - 'Plastic Traffic Arrow - - 'Plastic Bicycle Lane Symbol 'Plastic Bicycle Lane Symbol for Loop Detection Plastic Access Parking Space Symbol Paint Line, 4 In. Property Restoration Topsoil Type A - - - - Bark Mulch 1Seeded_Lawn Installation 1PSIPE Tilia tomentosa'PNI 6051'/ Green Mountain Linden; 2.5" Cal., 121 -14' Ht. IPSIPE Cornus kousa x nuttallii ' KN4 -43'/ Starlight Dogwood; 2.5" Cal', 12' -14' Ht. 0) O O CO O N CO co CO CO O CO CO CO N. CO CO CO 0) CO O f• — N- N I• C) ti 'ct N- 'f) ti ROA LL 1 DS( CO ti 0) r- O O r co N O 11 83 576.00 II 1, 848.00 II 1,320.00 II CD 0 0 c) (O 0 0 0 m CO 870.00 561.00 II 0 0 0 �- CO N 0 0 0 U) CO N 2,464.00 II 0 o 0 0 O C7 5,200.00 II 0 O 0 0 CO Ch 0 0 o 0 N , 0 0 O 0 0 r- 0 0 O 0 N N 0 O o 0 CO 214.00 II 0 O 0 0 Vl O 0 O 0 0 0 0 o 0 0 II) N 0 0 0 (0 V' CO N 0 0 o 0 0 o O 0 CO 214,274.00 20,356.03 M p 10 CO : CO PC) r 69 ER 69 ER 69 ER 69 69 69 ER ER ER ER ER ER ER Ef} 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N C*) N N O e- O 1- o -- .- o a- o 0 O 0 O 0 111 0 V' 0 CO 0 3, 1, 1, N- 9, 3, (O N- N 69 ER 69 ER 69 ER 69 69 ER ER ER 69 U9 W W EA EA 1 EA EA EA W EA J LS EA EA LS EA W W W EA EA LF J r EA CO 0 CO CO N- N- 0 •- V' N N c- r' 0 0 N CO CO CO CO CO 1.0 N 28 35 ,- N h. Y-- Bid Item Item No. PSIPE Abelia x grandiflora 'Kaleidoscope'/ Kaleidoscope Abelia; 2 Gallon Cont. PSIPE Berberis thunbergii'Concorde'! Concorde Japanese Barberry; 2 Gallon.Cont. PSIPE Spiraea japonica 'Walbuma'/ Magic Carpet Spirea; 2 Gallon Cont. PSIPE Calluna vulgaris 'Spring Torch'/ Spring Torch Heather; 1 Gallon Cont. PSIPE Teucrium chamaedrys/ Wall Germander;1 Gallon Cont. PSIPE Pennisetum Alopecuroides'Little Bunny'/ Little Bunny Dwarf Fountain Grass; 1 Gallon Cont. PSIPE Schizachyrium scoparium'The Blues'/ The Blues Little Bluestem PSIPE Veronica peduncularis 'Georgia Blue'/ Georgia Blue Speedwell; 1 Gallon Cont. PSIPE Geum 'Mango Lassi'/ Mango Lassi Avens; 1 Gallon Cont. Root Barrier Automatic Irrigation System, Complete Bench Trash Receptacle �SE UTILITY ITEMS Franchise Utility Coordination Adjust Gas Valve ((SCHEDULE B - SEATTLE CIT.Y_LIGHT IMPROVEMENTS 'Adjust Utility Vault Adjust Handole 1Furnish and Install 507LA Vault 'Furnish and Install 577LA Vault 'Furnish and Install 712LA Vault 'Furnish and Install PVC Conduit, 4 In. Diam. 'Furnish and Install PVC Conduit, 5 In. Diam. (Replace Frame and Cover, 42 In. Round 'Cr CO MD CA CO 00 I- 0) CO CO CA 00 O O Y- CO N O I C6 I N' CO CCU O C0 0) FRANCHI I's O CD 0 CO 0) O 0 r r- 0 N- N 0 r CO 0 r V- 0 r Cn 0 r (O 0 r