Loading...
HomeMy WebLinkAboutTIC 2017-07-25 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Committee • Kate Kruller, Chair • Joe Duffie • De'Sean Quinn AGENDA Distribution: R. Turpin K. Kruller A. Youn J. Duffie Clerk File Copy D. Quinn 2 Extra D. Robertson Mayor Ekberg Place pkt pdf on Z: \Trans & D. Cline Infra Agendas L. Humphrey e-mail cover to: A. Le, B. Giberson C. O'Flaherty, K. Kruller, R. Tischmak D. Robertson, D. Almberg, G. Labanara B. Saxton, S. Norris, P. Brodin L. Humphrey TUESDAY, JULY 25, 2017 — 5:30 PM FOSTER CONFERENCE ROOM — 6300 BUILDING Next Scheduled Meeting: Tuesday, August 8, 2017 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) TIB and S 144th St Midblock Crossing Project a) Forward to 8/7/17 Regular Pg. 1 Project Completion and Acceptance Consent Agenda b) Baker Boulevard Non - Motorized Improvements Project b) Forward to 8/7/17 Regular Pg. 5 Supplement Agreement No. 17 with Icon Materials Consent Agenda c) 2017 Overlay and Repair Program c) Forward to 8/7/17 Regular Pg. 17 Bid Award Consent Agenda d) 2017 Overlay and Repair Program d) Forward to 8/7/17 Regular Pg. 23 Supplemental Agreement No. 2 with KPG for CM Services Consent Agenda e) 42nd Avenue S Phase III e) Forward to 8/7/17 Regular Pg. 37 Memo of Agreement with Seattle City Light/City of Seattle Consent Agenda f) Transportation Improvement Board Call for Projects f) Committee Approval Pg. 61 Grant Submittal Approval 3. SCATBd 4. MISCELLANEOUS • Staff response to recent public comments 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Tuesday, August 8, 2017 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206- 433 -0179 for assistance. TO: FROM BY: CC: DATE: City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM Transportation and Infrastructure Committee Bob Giberson, Public Works Director.,_r_'5/1_) Peter Lau, Senior Program Manager Mayor Ekberg July 21, 2017 SUBJECT: TIB and South 144th Street Midblock Crossing Project Project No. 91610406, Contract No. 16 -162 Project Completion and Acceptance ISSUE Accept construction contract as complete and authorize release of retainage. BACKGROUND The Notice to Proceed for Contract Number 16 -162 with Westwater Construction Company of Renton, Washington was issued on December 19, 2016. This construction project installed a rectangular rapid flashing beacon system, and associated signage and curb ramp improvements at the midblock crossing north of the Tukwila International Boulevard (TIB) and South 144th Street intersection. DISCUSSION The construction project was physically completed on February 27, 2017. No change orders were executed for this construction project. FINANCIAL IMPACT The construction budget for the TIB and South 144th Street Midblock Crossing Project was $94,800.00. Unit price under -runs were mainly due to under - utilization on concrete, asphalt, topsoil and bark mulch quantities. A retainage bond is in place for this project. Expenses Construction Contract Amount $88,300.00 Unit Price Under -runs _($9,577.73) Total Contract Amount 78 722.27 RECOMMENDATION Council is being asked to formally accept the TIB and South 144th Street Midblock Crossing contract with Westwater Construction Company in the amount of $78,722.27 as complete, and authorize the release of the retainage bond subject to standard claim and lien release procedures, and to consider this item on the Consent Agenda at the August 7, 2017 Regular Council Meeting. Attachment: Notice of Completion, Contract #16 -162 WAPW Eng \PROJECTStA- RW & RS Projects \TIB -144th Midblock crossing (91610406) \Construction\#.700 -Post Construction & Closeoutinfo Memo TIB Mid Block Crossing Closeout, 070717 gl.docx o� 4. Original ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Date: June 29, 2017 Contractor's UBI Number: 601173970 Name & Mailing Address of Public Agency Department Use Only City of u wl a Assigned to: 6200 Southcenter Boulevard Tukwila, WA 98188 Date Assigned: UBI Number: 179000208 Notice is hereby given relative to the completion of contract or project described below Project Name Contract Number Job Order Contracting TO & South 144th Street Midblock Crossing Project 116-162 ❑ Yes VNo Description of Work Done /Include Jobsite Address(es) Installation of Rectangular Rapid Flashing Beacon system; installation of new junction boxes, channelization and signage; and removal and replacement of existing sidewalks and curb ramps. Federally funded transportation project? ❑ Yes Rf No (if yes, provide Contract Bond Statement below) Contractor's Name E -mail Address lAffidavit ID* Westwater Construction Company Imick.westwater@comcast.net 1717123 Contractor Address Telephone # 16209 SE 173rd Place, Renton, WA 98058 425 - 891 -3362 If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. [K Retainage Bond ❑ Contract /Payment bond (valid for federally funded transportation projects) Name: Merchants Bonding Company (Mutual) JBond Number: WA100139 Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted November 21, 2016 December 19, 2016 February 17, 2017 Were Subcontracters used on this project? If so, please complete Addendum A. Yes ❑ No Affidavit ID* - No L &I release will be granted until all affidavits are listed. Contract Amount Additions ( +) Reductions ( - ) Sub -Total Amount of Sales Tax 0.0 (If various rates apply, please send a breakdown) TOTAL $ 88,300.00 $ 0.00 $ 9,577.73 $ 78,722.27 $ 0 $ 78,722.27 jvv1C: tnese two totals must ne Liquidated Damages $ 0.00 Amount Disbursed $ 78,722.27 Amount Retained $ 0.00 TOTAL $ 78,722.27 Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Diane Jaber Email Address: diane.jaber @tukwilawa.gov Department of Revenue Washington sate Deparunem of C Public Wo5650 rks Section (360) 704 Labor & Industries - Contract Release PWC @dor.wa.gov (855) 545 -8163, option # 4 ContractRel ease @LNI. WA. GOV REV 31 0020e (4/28/14) F215 -038 -000 04 -2014 Title: Fiscal Specialist Phone Number: (206) 433 -1871 x 1871 Employment Security Department Registration, Inquiry, ,.. Standards & Coordination Unit (360) 902 -9450 publjcworks@esd.wa.gov 2 Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No L &I release will be eranted until all affidavits are listed. Subcontractor's Name: UBI Number: (Required) Affidavid ID* Hot Mix Pavers, Inc. 600310693 707139 West Coast Signal, Inc. 603149602 707188 For tax assistance or to request this document in an alternate format, please call 1- 800 - 647 -7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (04/28/14) F215- 038 -000 04 -2014 3 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: July 21, 2017 SUBJECT: Baker Boulevard Non - Motorized Improvements Project No. 91610409, Contract No. 07 -123 Supplemental Agreement No. 17 ISSUE Approve Supplemental Agreement No. 17 with KPFF for construction management support and inspection services for the Baker Boulevard Non - Motorized Improvement Project. BACKGROUND KPFF has completed the design of the TUC Pedestrian /Bicycle Bridge Project (Ped Bridge) and the Baker Boulevard Non - Motorized Improvements Project (Baker). The Ped Bridge construction is well underway and KPFF provides design support for that work. The Baker project bid opening was June 20, 2017 with Road Construction Northwest (RCNW) as the low bidder. The contract was awarded to RCNW at the July 17, 2017 Regular Meeting. The Baker project must be completed within 80 working days and all impacts that would result in lane closures must be completed prior to the November 17, 2017 holiday moratorium. This results in the contractor needing to be able to start construction no later than July 28, 2017. Due to the compressed timeline for construction, staff determined that a supplemental contract to KPFF for the construction management support and inspection services was the best course of action. DISCUSSION City staff will be providing most of the day -to -day management and engineering support for the construction management. KPFF will provide the inspection services and document control with limited engineering support for construction management. KPFF will be on -call for any design support necessary as the construction progresses. Supplemental Agreement No. 17 to KPFF's Contract 07 -123 was negotiated as the most cost effective and expeditious way to have the construction management support and inspection services on Baker Boulevard and incorporated with the design work already completed for the Green River Trail and Christensen Road. FINANCIAL IMPACT KPFF's Supplemental Agreement No. 17 for the Baker Boulevard Non - Motorized construction management support and inspection services is $119,680.98. There is $120,000 budgeted in the Baker Boulevard Project for construction management. RECOMMENDATION Council is being asked to approve Supplemental Agreement No. 17 with KPFF for the Baker Boulevard Non - Motorized Improvement Project in the amount of $119,680.98 for construction management services and consider this item on the Consent Agenda at the August 7, 2017 Regular meeting. Attachments: Page 15, 2017 CIP KPFF Supplemental Agreement No. 17 wApw eng \projects\a- rw & rs projects \baker blvd non - motorized ( 91610409) \construction \construction management \information memo - kpff supp #17 cm 7- 21- 17.docx 5 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Baker Blvd Non - Motorized Improvements Project No. 91610409 Design and construct non - motorized improvements on Baker Blvd from Andover Park West to Christensen Rd, DESCRIPTION: including bike lanes with a proposed road diet. Project will also construct previously designed non - motorized improvement on Christensen Rd from Baker Blvd to the Green River trail. JUSTIFICATION: Improve non - motorized connections between the Tukwila Transit Center and Tukwila Station. STATUS: New project for the 2017 - 2022 CIP. MAINT. IMPACT: Minimal impact, project includes new sidewalk trail and pavement markings. COMMENT: Project is a component of the TUC/TOD Pedestrian Improvements. Grant funding by the King County Dept of Natural Resources and Parks. FINANCIAL Through Estimated /in 5000'c1 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES T — - -- S I 8, I • "4' 1 s iso s• � `4 .�4w s i � 1 j� Design > 1 100 1 100 Land (R/W) _ um..ea i I 1 0 Const. Mgmt. 120 I1 120 Construction 780 k 1 780 TOTAL EXPENSES 1 01 01 1,000 1 01 01 01 01 01 01 1,000 FUND SOURCES Awarded Grant 0 King County 1,000 1,000 Mitigation Actual 0 Traffic Impact Fees 0 City Oper. Revenue 0 0 0 0 0 0 0 0 0 0 TOTAL SOURCES 1 0 0 1,000 1 0 0 0 0 0 0 1 1,000 Project Location T — - -- S I 8, I • "4' 1 s iso s• � `4 .�4w s i � 1 j� > 1 1 a � I _ um..ea i I 1 $ s,sos / I1 k 1 2017 - 2022 Capital Improvement Program 15 6 Baker Blvd Road Diet & Christensen Road Improvements Construction Management and Support Services Scope of Work PROJECT DESCRIPTION & OBJECTIVES KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications, and Cost Estimate (PS &E) Phase of the Tukwila Urban Center Pedestrian /Bicycle Bridge project. This supplement provides additional services related to: • Providing Construction Management Services and Construction Support services for the Baker Boulevard Non- Motorized improvements Project, including ADA upgrades at the intersection of Andover Park East and Baker Boulevard. SCOPE OF WORK The following is a scope of work for additional services in support of this project's Construction Phase. Task No. 1.0 Project Management and Administration Task No. 1.10 - Project Management, Coordination, and Invoicing Team members shall provide continuous internal project management and project team coordination. Team members shall prepare monthly invoices for work completed. KPFF shall compile the invoices into a single document to be submitted to the City. Task No 2.0 Construction Management Services Task No. 2.10 - Contract Administration The items within this subsection are to be performed by City staff, with assistance of the Consultant. The Consultant will provide guidance, data, and review on an as- needed basis in coordination with City staff. The following items are anticipated to be performed under the Contract Administration Task: 1. Liaison with the City, construction Contractor, Designer, appropriate agencies, property owners, and utilities. 2. Provide the City with brief monthly construction progress reports, highlighting progress and advising of issues which are likely to impact cost, schedule, or quality /scope. 3. Schedule Review: a. Review construction Contractor's schedules for compliance with Contract Documents. 7 Page 2 b. Monitor the construction Contractor's conformance to schedule and require revised schedules when needed. Advise City of schedule changes. 4. Progress Meetings. Lead regular (usually weekly) progress meetings with the construction Contractor, including City pre- construction meeting. Prepare weekly meeting agenda and meeting notes, and distribute copies to attendees. Track outstanding issues on a weekly basis. 5. Manage Submittal Process. Track and review, or cause to be reviewed by other appropriate party, work plans, shop drawings, samples, test reports, and other data submitted by the construction Contractor, for general conformance to the Contract Documents. Submittals will be forwarded initially to the City for review, and only those unable to be approved by City staff will be forwarded to the Designer for review. 6. Record of Materials. Provide Record of Materials indicating anticipated material approvals, material compliance documentation, and materials testing requirements. Maintain records of material compliance documentation received and advise of any known deficiencies. 7. Prepare weekly statement of working days and distribute to the City and Contractor. 8. Manage RFI (Request for Information) process. Track and review /evaluate, or cause to be reviewed /evaluated by other appropriate party, RFIs. Manage responses to RFIs. 9. Change Management. Evaluate entitlement, and prepare scope, impact, and independent estimate for change orders. Facilitate resolution of change orders. 10. Monthly Pay Requests. Review payment requests submitted by the construction contractor. Review with City and construction contractor, and recommend approval, as appropriate. 11. Evaluate construction Contractor's Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the Contract Documents. 12. Assist the City in the investigation of malfunctions or failures during construction. 13. Record Drawings. Review not less than monthly, the construction Contractor's redline set of contract plans. Maintain a CM Team set of conformed drawings tracking plan changes, location of discovered anomalies and other items, as encountered by the CM team. Use these markups to check the progress of the Contractor - prepared Record Drawings. 14. Document Control. Establish and maintain document filing and tracking systems, following City guidelines and meeting funding agency requirements. Collect, organize, and prepare documentation on the Project. a. One hard copy of files will be kept in the Project field office. 0 Page 3 b. Electronic documentation will be stored as provided by the City, otherwise on Consultant's facilities. 15. Project Closeout. Support the City in preparation of Letters of Substantial (including punch list), Physical, and Final Completion. Prepare final pay estimate for City approval and processing. 16. Final Records. Compile and convey final Project records, transferring to the City for archiving at final acceptance of the Project. Records will consist of hard copy originals and electronic records on electronic storage medium. Deliverables • Monthly Construction Progress Reports • Schedule Review Comments • Meeting Agendas and Notes • Submittal Log • Record of Materials • RFI Log • Change Order(s) • Progress Pay Requests • Letters of Completion • Final records — hard copy and electronic Task No. 2.20 — Construction Phase Services — Field KPFF will perform the following construction inspection services: 1. Observe the technical conduct of the construction, including providing day -to- day contact with the construction Contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1 -05.1 and 1 -05.2 of the WSDOT /APWA Standard Specifications. 2. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction Contractor of noncompliance. Advise the City of all non - conforming work observed during site visits. 3. Prepare daily construction reports, recording the construction Contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, Contractor's equipment and crews, and other pertinent information. 4. Interpret Contract Documents, in coordination with Designer. 9 Page 4 5. Evaluate issues which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. 6. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. 7. Prepare field records and documents to help assure the Project is administered in accordance with funding agency requirements. 8. Attend and actively participate in regular on -site meetings. 9. Take periodic digital photographs during the course of construction. Photographs to be labeled and organized for future reference. 10. Punch List. Upon substantial completion of work, coordinate with the City and affected agencies, to prepare a `punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. 11. Testing. Coordinate materials and laboratory tests. Coordinate the work of the Field Representative(s) and testing laboratories in the observation and testing of materials used in the construction; document and evaluate results of testing; and inform City and construction Contractor of deficiencies. Deliverables • Daily Construction Reports with Project photos — submitted on a weekly basis • Punch List(s) • Test reports Task No 3.0 Construction Support Services: Task No. 3.10 - Submittal Review Consultant Team shall assist the City in review of materials and product information provided by the Contractor for project construction that are not already preapproved by the WSDOT Qualified Products List (QPL). Construction Project Manager will log and track all submittals, coordinate with the City for in -house review, and forward all submittals that cannot be reviewed and approved by City to the Consultant Design team for review. Effort related to this item is assumed to be a maximum of 30 items forwarded for review. 10 Page 5 Task No. 3.20 - Requests for Information (RFI) Consultant Team shall assist the City in review and response to Contractor Requests for Information for design clarifications. Project Manager will log and track all RFIs, coordinate with the City for response /clarification by City staff, and forward all submittals that cannot be reviewed and approved by City to the Consultant Design team for review. Effort related to this item is assumed to be a maximum of 15 items forwarded for review. Effort related to this item is assumed to be a maximum of 15 RFI items forwarded for review, comment, and clarification. Task No. 3.30 - Design Modifications and Plan Revisions (RFI) Consultant Team shall prepare Plan revisions as a result of RFIs from unforeseen conditions and utility conflicts. Effort related to this item is assumed to be a maximum of 4 design modifications and clarifications. Deliverables • Submittal review of 30 items • 15 responses to Request for Information • 4 Plan revisions as a result of RFI issues, unknown field conditions, or utility conflicts. Assumptions II. Budget: A. Staffing levels are anticipated in accordance with the attached budget estimate. Consultant services are budgeted for fulltime inspection for 40 working days, and part time (3 full -time days per week) for 40 working days, from August 2017 through November 2017. This is intended to span the contract construction duration of 80 working days. Project closeout will be performed by the City with Consultant staff providing support as needed for that effort. Overtime has not been figured into the budget. B. Consultant will work up to the limitations of the authorized budget. If additional budget is needed to cover such instances as the following, City and Consultant will negotiate a supplement to this Agreement: 1. The Contractor's schedule requires inspection coverage of extra crews and shifts. 11 Page 6 2. The construction contract runs longer than the time period detailed above. 3. Added scope tasks. 4. The work is anticipated to be performed during daytime hours. Should night work be necessary, a 15 percent premium for labor will be applied to all night shift hours worked by Consultant's employees. C. The budget allocations shown on Exhibit E -1 are itemized to aid in Project tracking purposes only. The budget may be transferred between tasks or people, or between labor and expenses, provided the total contracted amount is not exceeded without prior authorization. D. The budget assumes that City's standard forms, logs, and processes will be used. III. Items and Services City will provide: A. Meeting arrangements and facilities for all meetings. Decide which City staff would attend various meetings, and request their presence. Consultant to prepare and distribute meeting notes from preconstruction, and other meetings. B. Office space: 1. City is not providing any office space. 2. All supplies and facilities are to be provided by the Consultant C. Retain Engineer of Record for shop drawing review, RFIs, design changes, and final record drawings. D. Coordination with and enforcement of utility franchise agreements and /or contracts and schedules for services related to this Project. E. Verify that the required permits, bonds, and insurance have been obtained and submitted by the construction Contractor. Obtain all permits not required to be provided by construction contractor. F. Construction Survey. Construction Contractor is responsible for Survey. IV. Scope: A. Consultant will provide observation services for the days /hours that its' Inspector(s) personnel is /are on -site. The Inspector(s) will not be able to observe or report construction activities, or collect documentation, during the time they are not on -site. B. The Consultant's monitoring of the construction Contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non- conforming work and pursue the other remedies in the interests of the City, as detailed in the Contract Documents. The Consultant cannot guarantee the 12 Page 7 construction Contractor's performance, and it is understood.that Consultant shall assume no responsibility for proper construction means, methods, techniques, Project site safety, safety precautions or programs, or for the failure of any other entity to perform its work in accordance with laws, contracts, regulations, or City's expectations. C. Definitions and Roles. The use of the term "inspect" in relation to Consultant services is synonymous with "construction observation, and reference to the "Inspector" role is synonymous with "Field Representative," and means: performing on -site observations of the progress and quality of the Work and determining, in general, if the Work is being performed in conformance with the Contract Documents; and notifying the City if Work does not conform to the Contract Documents or requires special inspection or testing. Where "Specialty Inspector" or "specialty inspection" is used, it refers to inspection by a Building Official or independent agent of the Building Official, or other licensed /certified inspector who provides a certified inspection report in accordance with an established standard. D. Consultant shall have no responsibility for the discovery, presence, handling, removal or disposal of toxic or hazardous materials, or for exposure of persons to toxic or hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB), or other toxic substances. If the Consultant suspects the presence of hazardous materials, they will notify the City immediately for resolution. E. Review of Shop Drawings, samples, and other submittals will be for general conformance with the design concept and general compliance with the requirements of the contract for construction. Such review will not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. F. Any opinions of probable construction cost provided by the Consultant will be on the basis of experience and professional judgment. However, since Consultant has no control over competitive bidding or market conditions, the Consultant cannot and does not warrant that bids or ultimate construction costs will not vary from these opinions of probable construction costs. G. Development of construction schedules and /or sequencing, and /or reviewing and commenting on contractor's schedules, is for the purpose of estimating number of days to complete a project, and for identifying potential schedule and coordination challenges and determining compliance with the construction contract. It is not a guarantee that a construction Contractor will complete the Project in that sequence or timeline, as means and methods are the responsibility of the construction Contractor. 13 Page 8 H. RCW 4.24.115 is applicable to Consultant's services provided under this Agreement. I. Services provided by the Consultant under this Agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances, in the same geographical area and time period. J. City agrees that Consultant will not be held liable for the completeness, correctness, readability, or compatibility of any electronic media submitted to City, after an acceptance period of 30 days after delivery of the electronic files, because data stored on electronic media can deteriorate undetected or can be modified without Consultant's knowledge. OPTIONAL SERVICES All services not detailed above, are considered Optional Services, which, along with any other Extra Work requested by the City, will be performed only when a mutually negotiated Supplement to this Agreement is executed, specifying scope of services and budget. 14 EXHIBIT E -1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Total Hours X Rate = Cost Principal 2.00 X $65.00 = $130.00 Project Manager 60.00 X $60.00 = $3,600.00 Project Engineer 62.00 X $50.00 = $3,100.00 Sr Const Manager 0.00 X $55.00 = $0.00 Const Manager 90.00 X $40.00 = $3,600.00 Senior Inspector 536.00 X $37.00 = $19,832.00 Field Inspector 0.00 X $30.00 = $0.00 CADD Technician 10.00 X $36.00 = $360.00 Coordinator / Admin 82.00 X $29.00 = $2,378.00 DSC Subtotal $33,000.00 Overhead (OH) Cost OH Rate x DSC of 137.52% X $33,000.00 $45,381.60 Fixed Fee (FF) FF Rate x DSC of 30.00% X $33,000.00 = $9,900.00 Reimbursables Mileage (1800 Miles x $0.565 /mile) $1,017.00' Reprographics ( ## Sheets x $X.xx/sheet) Subcontract; (Sub Name & Task) Materials Testing Agency; (Allowance) $20,000.00 Subtotal $21,017.00 Subconsultant Costs (See Exhibit G) $10,382.38 GRAND TOTAL: $119,680.98 15 EXHIBIT G -1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Senior E /LA Project E/S LA/Eng Design Technician Survey Crew Office Admin. Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage Reprographics Subcontract (Blank) Subtotal Total Hours X Rate = Cost 20.00; X $56.97 = $1,139.40; 30.00; X $44.59 = $1,337.70: 30.00'; X $40.38 = $1,211.40 8.00 X $26.44 = $211.52 0.00 X $47.12 = $0.00 0.00 X $31.25 = $0.00 0.00 X = $0.00 0.00 X = $0.00 DSC Subtotal $3,900.02 136.21% X 30.00% X $3,900.02 $3,900.02 ( ## Miles x $0.565 /mile) ( ## Sheets x $X.xx/sheet) (Sub Name & Task) (Allowance) _ $5,312.35 $1,170.01 $0.00 Subconsultant Total: $10,382.38 16 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Commit e FROM: Bob Giberson, Public Works Director- BY: David Sorensen, Project Manager DATE: July 21, 2017 CC: Mayor Ekberg SUBJECT:2017 Overlay and Repair Program $672,610.00 $865,000.00 Project No. 91610401 Bid Award ISSUE Award the bid for construction of the 2017 Overlay and Repair Program. BACKGROUND The Overlay and Repair Program preserves and maintains the street structure in a safe and useable condition. Construction will include pavement repairs and an asphalt overlay at six locations citywide as well as other incidental items of work. ANALYSIS A call for bids was advertised for the 2017 Overlay and Repair Program on June 29, 2017 and July 6, 2017 and two bids were opened on July 13, 2017. The lowest apparent bidder was Icon Materials with a bid of $659,441.00 with an Engineer's Estimate of $672,610.00. There were no bidding errors. Based on the bidding results, the project design consultant KPG concurred to award the 2017 Overlay and Repair Program to the apparent low bidder, Icon Materials. BUDGET AND BID SUMMARY (All amounts include sales tax) Bid Results Estimate 2017 Budget Bid Schedule "A" $551,071.00 $569,300.00 $765,000.00 Contingency (5 %) 27,553.55 Bid Schedule "B" Fort Dent 108,370.00 103,310.00 100,000.00 Contingency (5 %) 5,418.50 0.00 0.00 Total $692,413.05 $672,610.00 $865,000.00 RECOMMENDATION Council is being asked to award the construction contract for the 2017 Overlay and Repair Program to Icon Materials in the amount of $659,441.00 and consider this item on the Consent Agenda at the August 7, 2017 Regular Meeting. Attachments: Vicinity Map Page 18, 2017 CIP Consultant Recommendation Bid Tabulation W: \PW Eng \PROJECTS \A - RW & RS Projects\Annual Overlay & Repair Programs \2017 Overlay & Repair Program \Design\Re Bid\Ad And Award \Docs To TIC \Final Does To TI02017 Overlay Rebid Award.Doc 17 " swn fwA Iltl r � 9 1 s I A M � � r a°o�wtiv All Im iron � i Iro f n 42ND AVE S a S 128TH A " ?� • TG "3 0 S 143RD PL S 130TH ST. I FORT DENT PARK � _"' � R eiwn • • SNA 457H AVE S fAA I• esA w 3 e f St 3 s � fwn O C =e n r a SINn I � I I m3YfI ■ i q �YY q f I ♦q w 3 f � ya` t R a' W 4 �4� I A s A 2017 Overlay Program Vicinity Map 18 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Annual Overlay and Repair Program Project No. 9xx10401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated fin $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 123 135 150 150 175 175 200 200 200 1,508 Land (RNV) 0 Const. Mgmt. 276 175 200 200 225 225 250 250 275 2,076 Construction 1,289 1,260 1,050 1,050 1,330 1,340 1,350 1,350 1,375 11,394 TOTAL EXPENSES 1,688 1,570 1,400 1,400 1,730 1,740 1,800 1,800 1,850 14,978 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 1,688 1,570 1,400 1,400 1,730 1,740 1,800 1,800 1,850 14,978 TOTAL SOURCES 1,688 1,570 1,400 1,400 1,730 1,740 1,800 1,800 1,850 1 14,978 2017 - 2022 Capital Improvement Program 18 19 IP Cx Interdisciplinary Design July 14, 2017 David Sorensen City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 981.88 RE: 2017 Overlay Program Dear Mr. Sorensen, As requested, KPG has completed the verification for CPM Development Corporation DBA: ICON Materials for the 2017 Overlay Program. We have also checked the status of CPM Development Corporation DBA: ICON Materials on the Washington State Labor and Industries web page to confirm they are currently insured, bonded, and licensed. Additionally, no strikes or debarment records arose federally or statewide regarding CPM Development Corporation DBA: ICON Materials and none of their subcontractors are currently suspended. It is KPG's recommendation that the 2017 Overlay Program be awarded to CPM Development Corporation DBA: ICON Materials We have enclosed the contractor verification package for your review. Sincerely, KPG, Inc. Nelson Davis, P.E. cc: Enclosures: CPM Development Corporation DBA: ICON Materials Verification Package 3131 Elliott Avenue, Suite 400 • Seattle, WA 98121 - Phone (206) 286 -1640 2502 Jefferson Avenue • Tacoma, WA 98402 • Phone (253) 627 -0720 23 South Wenatchee Avenue • Wenatchee, WA 98801 • Phone (509) 663 -2711 www.kpg.com 20 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2017 Overlay BID TABULATION Tukwila Project # 90610401 KPG sr_AI rl.1 I V'C.M July 13, 2017 Engineer's Estimate 9 CPM Develapmentorg�oratton � [?BA '4''' lCO -' \e‘ �CO�LJViate Lakeridge Paying Company, LLC No. Section No. Item Qty Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost ROADWAY (SCHEDULE A) ROADWAY 1 1 -04 Unexpected Site Changes 1 FA $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 2 1 -07 Resolution of Utility Conflicts 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 3 1 -07 SPCC Plan 1 LS $ 750.00 $ 750.00 $ 2,000.00 $ 2,000.00 $ 500.00 $ 500.00 4 1 -09 Mobilization 1 LS $ 66,000.00 $ 66,000.00 $ 50,000.00 $ 50,000.00 $ 94,000.00 $ 94,000.00 5 1 -10 Project Temporary Traffic Control 1 LS $ 82,000.00 $ 82,000.00 $ 80,000.00 $ 80,000.00 $ 90,000.00 $ 90,000.00 6 2 -02 Cement Conc. Sidewalk Removal Incl. Haul 110 SY $ 60.00 $ 6,600.00 $ 96.00 $ 10,560.00 $ 60.00 $ 6,600.00 7 2 -02 Cement Conc. Curb Removal Incl. Haul 190 LF $ 30.00 $ 5,700.00 $ 25.00 $ 4,750.00 $ 30.00 $ 5,700.00 8 2 -02 Removal of Structure and Obstruction 1 LS $ 5,000.00 $ 5,000.00 $ 1,200.00 $ 1,200.00 $ 16,000.00 $ 16,000.00 9 2 -03 Roadway Excavation Incl. Haul 620 CY $ 85.00 $ 52,700.00 $ 90.00 $ 55,800.00 $ 90.00 $ 55,800.00 10 2 -03 Unsuitable Foundation Excavation Incl. Haul 40 CY $ 100.00 $ 4,000.00 $ 78.00 $ 3,120.00 $ 90.00 $ 3,600.00 11 4 -04 Crushed Surfacing Top Course 710 TON $ 60.00 $ 42,600.00 $ 46.00 $ 32,660.00 $ 65.00 $ 46,150.00 12 5 -04 Pavement Repair Excavation Incl. Haul 150 CY $ 100.00 $ 15,000.00 $ 75.00 $ 11,250.00 $ 90.00 $ 13,500.00 13 5 -04 HMA Cl. 1/2" PG 64 -22 1,510 TON $ 105.00 $ 158,550.00 $ 100.00 $ 151,000.00 $ 115.00 $ 173,650.00 14 5 -04 HMA for Pavement Repair Cl. 1/2" PG 64 -22 90 TON $ 150.00 $ 13,500.00 $ 225.00 $ 20,250.00 $ 175.00 $ 15,750.00 15 5 -04 Thickened Edge 180 LF $ 2.00 $ 360.00 $ 3.50 $ 630.00 $ 3.00 $ 540.00 16 5 -04 Planing Bituminous Pavement 1,160 SY $ 25.00 $ 29,000.00 $ 20.00 $ 23,200.00 $ 30.00 $ 34,800.00 17 5 -04 Joint/Crack Sealing 1 FA $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 $ 1,000.00 18 7 -12 Adjust Water Valve 11 EA $ 450.00 $ 4,950.00 $ 800.00 $ 8,800.00 $ 500.00 $ 5,500.00 19 8 -01 Erosion/Water Pollution Control 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 20 8 -01 Inlet Protection 18 EA $ 80.00 $ 1,440.00 $ 60.00 $ 1,080.00 $ 50.00 $ 900.00 21 8 -04 Cement Conc. Traffic Curb and Gutter 190 LF $ 50.00 $ 9,500.00 $ 30.00 $ 5,700.00 $ 50.00 $ 9,500.00 22 8 -13 Adjust Monument Case and Cover 1 EA $ 700.00 $ 700.00 $ 800.00 $ 800.00 $ 500.00 $ 500.00 SIDEWALK! (SCHEDULE A) 23 8 -14 Cement Conc. Sidewalk 120 SY $ 70.00 $ 8,400.00 $ 80.00 $ 9,600.00 $ 70.00 $ 8,400.00 24 8 -14 Cement Conc. Curb Ramp 6 EA $ 2,700.00 $ 16,200.00 $ 3,500.00 $ 21,000.00 $ 2,700.00 $ 16,200.00 STORM SEWER (SCHEDULE A) 25 7 -05 Adjust Catch Basin 12 EA $ 600.00 $ 7,200.00 $ 1,000.00 $ 12,000.00 $ 700.00 $ 8,400.00 26 7 -05 Storm Drain Marker 11 EA $ 20.00 $ 220.00 $ 50.00 $ 550.00 $ 20.00 $ 220.00 SANITARY SEWER (SCHEDULE A) 27 I 7 -05 Adjust Manhole 7 I EA $ 600.00 $ 4,200.00 $ 1,000.00 $ 7,000.00 $ 625.00 $ 4,375.00 TRAFFIC CONTROL' (SCHEDULE A) 28 8 -09 Raised Pavement Marker Type 1 1 HUND $ 500.00 $ 500.00 $ 400.00 $ 400.00 $ 625.00 $ 625.00 29 8 -09 Raised Pavement Marker Type 2 1 HUND $ 500.00 $ 500.00 $ 600.00 $ 600.00 $ 875.00 $ 875.00 30 8 -22 Plastic Stop Line 20 LF $ 10.00 $ 200.00 $ 75.00 $ 1,500.00 $ 40.00 $ 800.00 31 8 -22 Painted Line, 4 Inch 200 LF $ 1.25 $ 250.00 $ 5.00 $ 1,000.00 $ 4.00 $ 800.00 ROADSIDE DEVELOPMENT SCHEDULE A) 32 8 -02 Edge Restoration 1,370 LF $ 4.00 $ 5,480.00 $ 3.30 $ 4,521.00 $ 5.00 $ 6,850.00 33 8 -02 Property Restoration 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 FRANCHISE UTILITY ITEMS (SCHEDULE A) 34 8 -19 Adjust Franchise Utility ManholeNault 1 EA $ 800.00 $ 800.00 $ 2,500.00 $ 2,500.00 $ 750.00 $ 750.00 35 8 -19 Adjust Gas Valve 2 EA $ 500.00 $ 1,000.00 $ 800.00 $ 1,600.00 $ 500.00 $ 1,000.00 TOTAL SCHEDULE A 569,300.00 TOTAL SCHEDULE A 551,071.00 TOTAL SCHEDULE A $ 648,285.00 1 of 2 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2017 Overlay BID TABULATION Tukwila Project # 90610401 .SL\i rl.t . tnr_O;NAA July 13, 2017 Engineer's Estimate kCP»� DA e vev 1 0 �00 7±I f;Ita �` �afiia �� f ekls bf1'W4DB Lakeridge Paving Company, LLC No. ROADWAY Section No. (SCHEDULE Item B) Qtv Unit Unit Cost Total Cost Unit Cost Total Cost Unit Cost Total Cost 36 1 -04 Unexpected Site Changes 1 FA $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 37 1 -07 SPCC Plan 1 LS $ 400.00 $ 400.00 $ 2,000.00 $ 2,000.00 $ 250.00 $ 250.00 38 1 -09 Mobilization 1 LS $ 10,000.00 $ 10,000.00 $ 8,000.00 $ 8,000.00 $ 20,000.00 $ 20,000.00 39 1 -10 Project Temporary Traffic Control 1 LS $ 10,000.00 $ 10,000.00 $ 3,000.00 $ 3,000.00 $ 12,500.00 $ 12,500.00 40 2 -02 Cement Conc. Sidewalk Removal Incl. Haul 25 SY $ 60.00 $ 1,500.00 $ 120.00 $ 3,000.00 $ 60.00 $ 1,500.00 41 2 -02 Cement Conc. Curb Removal Incl. Haul 40 LF $ 35.00 $ 1,400.00 $ 65.00 $ 2,600.00 $ 30.00 $ 1,200.00 42 2 -03 Roadway Excavation Incl. Haul 210 CY $ 80.00 $ 16,800.00 $ 140.00 $ 29,400.00 $ 90.00 $ 18,900.00 43 2 -03 Unsuitable Foundation Excavation Incl. Haul 20 CY $ 90.00 $ 1,800.00 $ 78.00 $ 1,560.00 $ 90.00 $ 1,800.00 44 4 -04 Crushed Surfacing Top Course 10 TON $ 65.00 $ 650.00 $ 66.00 $ 660.00 $ 65.00 $ 650.00 45 5 -04 HMA Cl. 1/2" PG 64 -22 390 TON $ 105.00 $ 40,950.00 $ 100.00 $ 39,000.00 $ 115.00 $ 44,850.00 46 8 -01 Inlet Protection 6 EA $ 80.00 $ 480.00 $ 60.00 $ 360.00 $ 50.00 $ 300.00 47 8 -04 Cement Conc. Traffic Curb and Gutter 40 LF $ 60.00 $ 2,400.00 $ 30.00 $ 1,200.00 $ 60.00 $ 2,400.00 48 8 -04 Cement Conc. Traffic Curb 190 LF $ 42.00 $ 7,980.00 $ 30.00 $ 5,700.00 $ 40.00 $ 7,600.00 49 8 -04 Cement Conc. Extruded Curb Type 6 130 LF $ 15.00 $ 1,950.00 $ 15.00 $ 1,950.00 $ 12.50 $ 1,625.00 SIDEWALK (SCHEDULE B) 50 8 -14 Cement Conc. Sidewalk 30 SY $ 75.00 $ 2,250.00 $ 80.00 $ 2,400.00 $ 75.00 $ 2,250.00 51 8 -14 Cement Conc. Curb Ramp 1 EA $ 2,500.00 $ 2,500.00 $ 3,500.00 $ 3,500.00 $ 2,900.00 $ 2,900.00 STORM SEWER (SCHEDULE B) 52 I 7 -05 (Adjust Catch Basin 2 EA $ 600.00 $ 1,200.00 $ 1,000.00 $ 2,000.00 $ 625.00 $ 1,250.00 TRAFFIC CONTROL DEVICES (SCHEDULE: B) 53 ( 8 -22 'Plastic Line, 4 Inch 220 LF $ 2.50 $ 550.00 $ 7.00 $ 1,540.00 $ 5.00 $ 1,100.00 TOTAL SCHEDULE B 103,310.00 TOTAL SCHEDULE B $ 108,370.00 TOTAL SCHEDULE B 121,575.00 TOTAL ESTIMATE $ 672,610.00 TOTAL BID $ 659,441.00 TOTAL BID $ 769,860.00 2 of 2 City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director,) :zr BY: David Sorensen, Project Manager CC: Mayor Ekberg DATE: Friday July 21, 2017 SUBJECT: 2017 Overlay and Repair Program Project No. 91710401, Contract No. 16 -109 Supplemental Agreement No. 2 for Construction Management Services ISSUE Execute Supplemental Agreement No. 2 with KPG, Inc. (KPG) to provide construction management services for the 2017 Overlay and Repair Program. BACKGROUND On September 6, 2016 the Council approved the contract with KPG to provide engineering design services for the project. KPG was selected to also provide construction management services as a supplement to the design contract. DISCUSSION KPG has provided a supplement, scope of work, and fee estimate for construction management services for the 2017 Overlay and Repair Program for $159,233.76. Construction re bid opening was July 13, 2017. FISCAL IMPACT Sup No. 2 CM Budget Construction Management Sup No. 2 $ 159,233.76 $ 200,000.00 RECOMMENDATION Council is being asked to approve Supplemental Agreement No. 2 to Contract No. 16 -109 for construction management services with KPG, Inc. for the 2017 Overlay and Repair Program in the amount of $159,233.76 and consider this item on the Consent Agenda at the August 7, 2017 Regular Meeting. Attachments: Vicinity Map Page 18, 2017 CIP Contract, Scope of Work and Fee Estimate WAPW Eng \PROJECTS\A- RW & RS ProjectsWnnual Overlay & Repair Programs\2017 Overlay & Repair Program \CN Management\Construction Management 23 24 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Annual Overlay and Repair Program Project No. 9xx10401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also JUSTIFICATION: minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated fin 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 123 135 150 150 175 175 200 200 200 1,508 Land (RM) 0 Const. Mgmt. 276 175 200 200 225 225 250 250 275 2,076 Construction 1,289 1,260 1,050 1,050 1,330 1,340 1,350 1,350 1,375 11,394 TOTAL EXPENSES 1,688 1,570 1,400 1,400 1,730 1,740 1,800 1,800 1,850 14,978 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 1,688 1,570 1,400 1,400 1,730 1,740 1,800 1,800 1,850 14,978 TOTAL SOURCES 1,688 1,570 1,400 1,400 1,730 1,740 1,800 1,800 1,850 1 14,978 2017 - 2022 Capital Improvement Program 18 25 SUPPLEMENTAL AGREEMENT No. 2 AGREEMENT No. 16 -109 PROJECT No. 91610401 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 PROJECT: 2017 Overlay Program — Additional Design and Construction Services This SUPPLEMENTAL AGREEMENT NO. 2 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on the 6th day of September, 2016. All provisions in the basic agreement remain in effect, except as expressly modified as follows: Article 2, Scope of Services, shall be supplemented with the following: The Consultant agrees to provide construction services in accordance with the scope of work included as ExhibitA -2. Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall be made as provided on Exhibit B -2, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $159,233.76 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $281,900.30 without express written modification of the Agreement signed by the City. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of , 2017. APPROVED: CITY OF TUKWILA Allan Ekberg Mayor Attested: Christy O'Flaherty, City Clerk APPROVED: KPG, INC. Nelson Davis, P.E. Principal 26 EXHIBIT A -2 Additional Design and Construction Management Services Scope of Work July 7, 2017 City of Tukwila — 2017 Overlay Program This work will provide additional design for one (1) additional overlay site on 42nd Avenue S, preparation of revised bid documents for re -bid, and construction management services for the construction contract to complete the City of Tukwila — 2017 Overlay Program. These services will include preparation of bid documents, bid period services, design support, project management, documentation control, inspection, materials testing, public involvement, and contract administration during the construction of the project, as detailed below. KPG ( "Consultant ") will provide to the City of Tukwila ( "City ") construction management services for the project. A detailed scope for the Contract follows: I. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. General Assumptions: • The proposed project team will include one part-time documentation control specialist, a part-time resident engineer during construction activities, a full -time inspector, an additional inspector if required, sub - consultants to provide services for materials testing, and other supporting tasks as deemed necessary. It is anticipated that full- time site observation will be required for the entirety of the project. • The level of service is based on a construction project duration of approximately 40 working days. • KPG estimates a total project construction duration of 60 working days (12 weeks) including preconstruction service, construction services, and project closeout. No suspensions or stop work periods are anticipated during this duration. • It is anticipated that the KPG will develop the Record of Materials (ROM). This scope of services provides the management of the ROM and scheduling of required materials testing respectively. • It is anticipated that the City will review and execute the insurance, bonds, and the Construction Contract. • KPG will do all public outreach, and ensure affected business and residents are notified of impending contractor activities one week prior to work by door to door and or A -board signs City of Tukwila — 2017 Overlay Program Page 2 of 7 KPG Construction Management Services Project Number 16101 Scope of Work 717117 27 EXHIBIT A -2 that include date, hours of work, and a KPG staff phone number to call for questions. • The design engineers from KPG will be available during construction to answer questions during construction and review RAM's, shop drawings, and answer RA's that require a level of engineering expertise outside of the capabilities of the Consultant. • Services will be performed in accordance with the Contract plans & special provisions, and City engineering standards. II. SCOPE OF WORK The objective and purpose of this Construction Management Services Agreement is for the Consultant to successfully deliver the construction of the Project to the City by ensuring that the improvements are constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all of the required Project documentation is accounted for. TASK 1— MANAGEMENT /COORDINATION /ADMINISTRATION Provide overall project management, coordination with the City, monthly progress reports, and invoicing. This effort will include the following elements. • Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. • Review monthly expenditures and CM team scope activities. Prepare and submit project progress letters to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source(s), if any. Deliverables • Monthly invoices and progress reports TASK 2 — ADDITIONAL DESIGN SERVICES 2.1 The Consultant will prepare base map, plans, specifications, and quantity estimates for maintenance of 42nd Avenue S settlement near the Allentown bridge. 2.2 The Consultant shall revise bid documents to include the 42 "d site and remove other sites in an effort to match project construction budget. Work will include posting to bxwa.com, bid period services, preparation of bid tabulation and recommendation to award letter. Deliverables • Uploaded bid documents to bxwa.com • Bid tabulation • Recommendation of award City of Tukwila — 2017 Overlay Program Page 3 of 7 KPG Construction Management Services Project Number 16101 Scope of Work 77117 28 EXHIBIT A -2 TASK 3 — PRECONSTRUCTION SERVICES 3.1 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices. The Consultant's project manager, resident engineer, inspector, and document control specialist will attend the preconstruction conference. The Consultant will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Pre - construction conference, the Consultant shall facilitate discussions with the Contractor concerning the plans, specifications, schedules, issues with utilities, unusual conditions, Federal, State, and local requirements and any other items that will result in better project understanding among the parties involved. Deliverables • Preconstruction conference agenda with meeting minutes TASK 4 — CONSTRUCTION SERVICES - FIELD 4.1 On -site Observation: The Consultant shall provide the services of one full time inspector during construction activities and other tasks necessary to monitor the progress of the work. An additional inspector, may be incorporated as dictated by the Contractor's approach to the Work. Construction staff shall oversee the following items of work, on theproject site, and will observe the technical progress of the construction, including providing day -to -day contact with the Contractor and the City: • Preparation to include mobilization and clearing and grubbing • Erosion Control • HMA grinding and paving • Driveways, curb, gutter and sidewalk • And all incidental items necessary to complete the Work as described in the Plans and /or Specifications. Field inspection staff will perform the following duties as a matter of their daily activities: L Observe technical conduct of the construction, including providing day -to -day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1 -05.1 and 1 -05.2 of the Standard Specifications. ii. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction contractor of noncompliance. Advise the City of any non - conforming work observed during site visits. iii. Document all material delivered to the job site in accordance with the contract documents. iv. Prepare daily inspection reports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. V. Interpret Contract Documents in coordination with the City and KPG. vi. Resolve questions which may arise as to the quality and acceptability of material City of Tukwila — 2017 Overlay Program Page 4 of 7 KPG Construction Management Services Project Number 16101 Scope of Work 717117 29 EXHIBITA -2 furnished, work performed, and rate of progress of work performed by the construction contractor. Vii. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. viii. Coordinate with permit holders on the Project to monitor compliance with approved permits, if applicable. ix. Prepare field records and documents to help assure the Project is administered in accordance with the funding requirements. X. Collect and calculate delivery tickets and salesman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10 -2). xi. Attend and actively participate in regular on -site weekly construction meetings. xii. Take periodic digital photographs during the course of construction, and record locations. xiii. Coordinate with the City's maintenance personnel. xiv. Punch list. Upon substantial completion of work, coordinate with the Client and affected agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. Assumptions: • Consultant will provide observation services for the days /hours that the contractor's personnel are on -site. • Consultant will provide qualified personnel for inspection of all bid item work. • The Consultant's monitoring of the construction contractor's activities is to ascertain whether or not they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non - conforming work, and pursue the other remedies in the interests of the City, as detailed in the Contract Documents. The Consultant cannot guarantee the construction contractors' performance, and it is understood that Consultant shall assume no responsibility for: proper construction means, methods, techniques; project site safety, safety precautions or programs; or for the failure of any other entity to perform its work in accordance with laws, contracts, regulations, or City's expectations. 4.2 Substantial Completion: Upon substantial completion of work, coordinate with the City and other affected agencies, to perform a project inspection and develop a comprehensive list of deficiencies or 'punchlist' of items to be completed. A punchlist and Certificate of Substantial Completion will be prepared by the Consultant and issued by the City. 4.3 Materials Testing: Coordinate the work of the materials testing technicians and testing laboratories in the observation and testing of materials used in the construction; document and evaluate results of testing; and address deficiencies. Frequency of testing shall be determined by the resident engineer. Deliverables • Daily Construction Reports with project photos — submitted on a weekly basis • Punch List, Certificate of Substantial Completion • Review test reports for compliance City of Tukwila — 2017 Overlay Program Page 5 of 7 KPG Construction Management Services Project Number 16101 Scope of Work 717117 30 EXHIBIT A -2 TASK 4.4 — CONSTRUCTION SERVICES — OFFICE A. Document Control. Original documentation will be housed at the Consultant's office, and filed in accordance with standard filing protocol. A copy of working files will be maintained in the field office. Document Control consists of: • Final Estimate (Approving Authority File) • Comparison of Preliminary and Final Quantities (Approving Authority File) • Final Records (Approving Authority File) • Record of Material Samples and Tests • Affidavit of Wages Paid • Release for the Protection of Property Owners and General Contractor B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. C. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and contract documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and /or budget changes. D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis. E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for conformance with the contract documents. F. Lump Sum Breakdown: Evaluate construction contractors' Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for payment each month will be calculated with detailed data. G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City, contractor and approve as permitted. Utilize City provided format for pay estimates, or Consultant format. H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule and compare with field - observed progress, as described in Section 1 -08 of the Special Provisions. In addition, perform schedule analysis on contractor provided CPM updates and review schedule for delays and impacts. Coordinate with Contractor in the development of recovery schedules, as needed, to address delays caused by either events or issues within the Contractor's control or other events or issues beyond the Contractor's control. I. Certified Payroll: Process and track all certified payroll per State Prevailing Wage Requirements. This includes verifying the initial payroll for compliance and 10% of all payrolls submitted thereafter. Tracking payroll each week. J. Weekly Statement of Working Days: Prepare and issue weekly statement of working day report each week. K. Subcontractor Documentation: Process / Approve all required subcontractor documentation. Request to Sublets will be verified and logged. This includes checking System Award City of Tukwila — 2017 Overlay Program Page 6 of 7 KPG Construction Management Services Project Number 16101 Scope of Work 717117 31 EXHIBIT A -2 Management System (SAMS), verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG's subcontractor logs. L. Record Drawings: Review record drawings prepared by the Contractor, and prepare a conformed set of project record drawings based on Contractor provided information and from inspection notes. Record drawings to be verified on a monthly basis, as part of the progress payment to the Contractor. Upon project completion, contractor provided markups will be verified for completeness and supplemented with inspection information. The Consultant will provide the marked up plan sheets with both the contractors and inspectors as -built information. Revisions to the CAD drawings are not included M. Physical Completion Letter: Following completion of all punchlist work, prepare physical completion letter to the contractor, and recommend that City and /or Utilities accept the project. N. Project Closeout: Transfer all project documents to the City for permanent storage. • Schedule review comments • As -built schedule • Meeting agendas and notes • Monthly Pay Estimates • Subcontractor Packets • Cost Projection • Physical Completion Letter • Final Project Documents TASK 4.5 — SUBMITTAL /RFI PROCESSING A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Key submittals to be transmitted to the City for their review and approval. Submittals shall be logged and tracked. B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked. C. Record of Materials (ROM): Utilize ROM prepared by KPG and update based on Special Provisions and Plans for use on the project, based on the contract specifications. The ROM will be maintained by the Resident Engineer. The ROM will track all of the materials delivered to the site including manufacturer /supplier, approved RAM's, QPL items, material compliance documentation, and all other required documentation. Deliverables • Submittal log • RFI Log • Completed Record of Material for Material Certification TASK 4.6 — CHANGE MANAGEMENT A. Case Log: Develop and maintain a case log which includes change orders, RFP's, Field Work Directives City of Tukwila — 2017 Overlay Program Page 7 of 7 KPG Construction Management Services Project Number 16101 Scope of Work 717117 32 EXHIBIT A -2 B. Change Orders: Develop change orders and provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. Each change order will be executed in accordance with WSDOT Standard Specifications and contain the following: • Change order • Independent Cost Estimate • Time Impact Analysis • Contractor's Pricing • Verbal Approval Memo • Back up documentation C. Field Work Directives: Prepare field work directives as necessary to keep the contractor on schedule. D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications. Each minor change order will be executed and contain the following: • Independent Cost Estimate • Verbal Approval Memo • Back up documentation E. Force Account: Track contractor force account labor, equipment and materials. All force account calculations will be verified by the engineer and double checked by the documentation specialist. Deliverables • Change Order(s) • Case Management Log • RFI Log • Minor Change Order(s) • Force Account Records City of Tukwila — 2017 Overlay Program Page 8 of 7 KPG Construction Management Services Project Number 16101 Scope of Work 717117 33 Exhibit B -2 Consultant Fee Determination Project Name: 2017 Overlay Program Supplement No. 2 - Additional Design and Construction Services Consultant: IMF COST PLUS FIXED FEE Classification Hours Rate Cost Resident Engineer 28 $ 66.00 $ 1,848 Senior Engineer 224 $ 52.88 $ 11,845 Project Engineer 104 $ 43.27 $ 4,500 Design Engineer 8 $ 37.60 $ 301 CAD Technician 20 $ 31.90 $ 638 Construction Inspector 544 $ 38.00 $ 20,672 Survey Crew 0 $ 60.00 $ - Document Specialist 176 $ 40.87 $ 7,193 Office Admin 80 $ 26.92 $ 2,154 Total Direct Salary Cost (DSC) 1,184 $49,151 Overhead (138.02% x DSC) $67,837.82 Fixed Fee (30% x DSC) $14,745.22 Subtotal: $131,733.76 REIMBURSABLES Construction Vehicle Mileage $1,000 Miscellaneous - Repro, Field Supplies $1,500 Subtotal: $2,500 SUBCONSULTANT COSTS Material Testing Allowance $25,000 Subtotal: $25,000 TOTAL $ 159,233.76 CM HOUR AND FEE ESTIMATE Project: City of Tukwila 2017 Overlay Program Supplement No. 2 - Additional Design and Construction Services EXHIBIT B -2 KPG • Architecture • Landscape Architecture • Civil Engineering • Task Description Labor Hour Estimate Project Manager $ 176.89 Resident Engineer $ 141.73 Project Engineer $ 115.97 Design Engineer $ 100.78 CAD Technician $ 85.50 Const Inspector $ 101.85 Survey Crew $ 160.81 Document Office Specialist Admin $ 109.54 $ 72.15 Total Budget Budget 1 - Management, Coordination, Administration (Estimated duration 14 weeks Weekly level of effort by Classification 2 4 0 0 01 0 0 0 2 Preconstruction Budget Estimate 24 48 0 0 01 01 0 0 24 $ 12,780.05 2 - Additional Design Services Weekly level of effort by Classification 4 0 40 0 4 0 0 0 8 Additional Design Budget Estimate 8 0 80 0 8 0 0 0 3 - Preconstruction Services (Estimated duration 2 weeks) Weekly level of effort by Classification 0 16 $ 12,531.33 8 0 0 0 8 0 8 4 Preconstruction Budget Estimate 0 16 0 0 0 16 0 16 4 - Construction Services (Estimated duration 8 weeks 8 $ 6,227.07 Weekly level of effort by Classification 0 16 8 0 0 60 0 16 4 1 Construction Period Budget Estimate 0 128 64 0 0 480 0 128 32 $ 90,780.30 5 - Closeout/Record Dwg Services (Estimated duration 2 weeks) Weekly level of effort by Classification 0 16 0 4 8 24 0 16 4 Closeout / Record Dwg Budget Estimate 0 32 0 8 16 48 0 32 8 $ 15,680.67 Subtotal - Labor 28 224 104 8 20 544 0 176 80 Reimbursables 8 Subconsultants $ 131,733.76 Total Project Budget Material Testing Allowance $ Construction Vehicle Mileage $ Miscellaneous - Repro, Field Supplies $ 7/10/2017 25,000.00 1,000.00 1,500.00 $ 159,233.76 W City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director, 46 BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: July 21, 2017 SUBJECT: 42nd Avenue S Phase III Project No. 99410303 Memorandum of Agreement with Seattle City Light/City of Seattle ISSUE Enter into an agreement with Seattle City Light/City of Seattle (SCL) for the construction cost sharing to underground the electrical distribution system as part of the 42nd Ave S Phase III project. BACKGROUND In February 2012, CH2MHill began design work on a project combining the 42nd Ave S (Southcenter Blvd to S 1601h St) roadway project and the Gilliam Creek culvert replacement project. Originally, the project was not going to include undergrounding of aerial utilities, but an opportunity for cost sharing with SCL came about in 2015. The design was updated to include undergrounding and negotiations between staff at Tukwila and SCL resulted in the attached Memorandum of Agreement. ANALYSIS The costs to underground the electrical distribution system will be split with SCL responsible for 60% of the cost and Tukwila responsible for 40 %. Costs for the aerial conversion are divided into two distinct types of work: Civil Infrastructure costs and Underground Electrical System (UES) costs. Civil costs cover the work to install the physical infrastructure (e.g. vaults and conduit) while UES costs are for the work and materials to pull the cabling through the infrastructure and connect and energize the new system. Agency Civil Cost Underground Electrical System Cost Total SCL( 60%) _..........I. .................. Tukwila 40% _.........................$ 755. 2. 1.. 4........................................._......................... $503,476 ..............................$ 530,, 098......._................................ .........................._.... $353,399 _.... ._................$1,285.3 _2.. $856,875 Total $1,258,690 $883,497 $2,142,187 The costs shown in the above table reflect the MOA language and the results from the actual contractor's bid. The final costs will be adjusted to reflect all related costs incurred for the construction, but the share will be split with the 60/40 cost share ratio. FINANCIAL IMPACT The ultimate cost to Tukwila to underground the electrical system is anticipated to be $856,875 based on the bid proposal and the UES costs projected by SCL. The anticipated reimbursement amount from SCL is $1,285,312. The cost sharing with SCL does not include all costs for the aerial conversion, only those specifically identified in the MOA as shared costs. Trenching and backfill costs are examples of work to be performed entirely at the City's expense. RECOMMENDATION The Council is being asked to authorize the Mayor to execute the Memorandum of Agreement and consider this item at the August 7, 2017 Regular Meeting on the Consent Agenda. Attachments: Memorandum of Agreement by and between the City of Seattle and City of Tukwila Page 2, 2017 CIP w:\pw eng\projects \a- rw & rs projects \42nd ave s phase iii (99410303 94 -rs03) \design \undergrounding \information memo - scl moa 7- 21- 17.docx 37 MEMORANDUM OF AGREEMENT BY AND BETWEEN THE CITY OF SEATTLE AND CITY OF TUKWILA 42nd Avenue South Phase III (Southcenter Boulevard to South 160th Street) Aerial Overhead Electric Utility Relocation and Underground Installation 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 for 42 "d Avenue S. from Southcenter Boulevard to S. 160th Ave. in Tukwila, Washington, and a relocation of the existing overhead aerial system to the new underground system. WHEREAS, the Tukwila City Council has authorized the 42nd Avenue South Phase III (Project No. 99410303) improvement /transportation project in an area with mixed zoning, both high and low density residential; and WHEREAS, the Gilliam Creek 42nd Avenue South Surface Water Culvert Project (Project No. 99341208) to design and replace a failing 36 -inch surface water culvert was combined with the 42nd Avenue South Phase III transportation project for design and construction efficiency; and WHEREAS, Tukwila has determined that its street improvement project is a public project and will necessitate the relocation and new construction of City Light utility infrastructure located within the boundaries of the project; 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 and Third -Party users of the necessity to remove existing aerial utility infrastructure in Tukwila in conformance with the requirements of Section 6 of the Franchise; 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 City of Tukwila - 42 ❑d Ave S Phase III Undergrounding Agreement Page 1 of 17 38 FINAL relocation and undergrounding of City Light's electrical facilities through a single general contractor; and WHEREAS, City Light acknowledges the Gilliam Creek 42"d Avenue S Surface Water Culvert project is a City of Tukwila stand -alone project which has been combined with the transportation improvement project solely for Tukwila's convenience and economy of scale; 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: AGREEMENT Section 1. General Principles 1.1 Order of Precedence: This Agreement is intended to establish procedures and work guidelines for the relocation of certain City Light utility infrastructure necessitated by Tukwila's 42nd Ave. S. street improvement /transportation project from S. Southcenter Blvd. to S. 1601h Street. 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 CH2M HILL, Inc. "Consultant" to design street improvements on 42nd Avenue S from Southcenter Blvd to S 1601h Street (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 culvert replacement 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 facilities, as well the Private Property Infrastructure for the service connections on private property required for Project. 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 Additional Right of Way Required: Tukwila intends to construct the Project within its existing right -of -way. However, it is anticipated that additional property will be necessary for placement of equipment and facilities to make the undergrounding of the aerial overhead utilities possible. Tukwila acknowledges that the acquisition of additional property by Tukwila will expedite the Project and provide access to City Light over the property to be acquired. Therefore, Tukwila agrees that it will be wholly responsible for the acquisition of such additional property that the Parties agree is necessary for use by City Light for its electrical distribution system (the "Additional Property "). City Light City of Tukwila - 42 "d Ave S Phase III Undergrounding Agreement Page 2 of 17 FINAL W agrees that it will provide Tukwila with a written request for the acquisition of Additional Property beyond that identified during the design phase and as to each such Additional Property, shall provide the location, description, and size of property required to relocate the facilities and equipment. Upon acquisition by Tukwila, each Additional Property shall become a part of the public right -of -way and the use thereof for placement of City Light's facilities and equipment as part of its electrical distribution system shall be governed by the Franchise. To the extent that any Additional Property is not within a Tukwila Street Right -of -Way, Tukwila, at no cost to City Light, shall grant City Light permanent easement rights over and through such non - right -of -way Additional Properties for the installation, maintenance, operation, replacement, and reconstruction of City Light facilities, and reasonable access to said City Light facilities. 1.5 Notice to Contractors: Tukwila understands that relocation of overhead power lines to underground 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. 1.6 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. 1.6 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 C. Tukwila will construct all City Light Civil Infrastructure and Private Property Civil Infrastructure. Underground Electrical System: City Light will perform the installation of its electrical facilities and equipment (Underground Electrical System as defined in Section 2) within the completed Civil Infrastructure. Tukwila shall, with the assistance of City Light, be responsible for coordinating with the private property owners for the portion of the Work to be performed on private property (the "Private Property Infrastructure Work "). (See also Section 6 Construction.) In the event that a private property owner refuses the undergrounding of their service or is otherwise delayed, City Light may, at the request of the City Tukwila, place a pole and route conduit to pole as necessary to maintain electric service to a City Light customer or customers. Such work shall be at Tukwila's request and expense. City of Tukwila - 42nd Ave S Phase III Undergrounding Agreement Page 3 of 17 40 FINAL 1.8 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. 1.9 Sequencing of Conversion Work: City Light's most efficient sequencing for overhead to underground relocation and installation work such as this Project is to begin electrical work only after all Civil Infrastructure design and construction is completed and accepted. In the event the Civil Infrastructure work is substantially complete before the date City Light is to begin its electrical infrastructure installation work (the "Electrical Work ") in accordance with the Project Schedule, City Light agrees to begin the Electrical Work within 20 working days following its receipt of notice from Tukwila that the site is ready for such work to proceed and Civil Infrastructure has been accepted in writing by the City Light Inspector and City Light Project Manager ( "Operational Acceptance "). In the event that the Electrical Work is delayed beyond the date set forth in the most current and approved Project Schedule, because Tukwila's contractor has not completed the Civil Infrastructure, City Light agrees that it will begin the Electrical Work as soon as possible, but in no event more than thirty (30) working days after receiving notice from Tukwila that the Civil Infrastructure is complete and ready for City Light to proceed, and has been inspected and received written Operational Acceptance from City Light. Nothing herein shall prevent City Light and Tukwila from agreeing to a schedule for commencement of Electrical Work in phases prior to completion of all Civil Infrastructure Work. 1.10 Protection of Existing Underground Facilities for Culvert Replacement Work: City Light is responsible for protecting its existing underground electrical distribution system during the Culvert Replacement Work that will be performed by Tukwila. City Light, in coordination with other utilities using the existing shared duct bank, will obtain, install, and pay for their share of a system to protect the existing duct bank during the Culvert Replacement Work. Tukwila shall be fully responsible for all other aspects of the Culvert Replacement Work. City Light shall coordinate the protection of its underground electrical distribution system with Tukwila and the Civil Infrastructure work. City Light in its sole discretion may elect to remove and replace its ductbank during the Culvert Replacement Work. Section 2. Definitions The following terms are defined here as they are used in this Agreement: "Aerial Electrical System ": The overhead electrical distribution system and service drops, including but not limited to cables, connections, terminations, transformers, switches, utility poles, and associated components. City of Tukwila - 42nd Ave S Phase III Undergrounding Agreement Page 4 of 17 41 FINAL "Aerial Infrastructure Removal Project ": The removal of the existing City Light Aerial Electrical System in the Conversion Area. "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, required contract provisions for Federal -Aid construction contracts if applicable, unit price bid schedule for all Schedules A -E. "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, as described in Schedule C, SCL Electrical Ductbank. Civil infrastructure does not include the Underground Electrical System or infrastructure and facilities related to the Culvert Replacement Work. "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, CH2M Hill, Inc. "Contractor ": Selected contractor from bidding process. Selected contractor is responsible for all subcontracted work. "Conversion Area ": The 42nd Avenue S corridor in Tukwila, Washington from Southcenter Boulevard to S 160th Street, including parcels served by the electrical distribution system along this corridor. "Culvert Replacement Work ": Replacement of a failing 36 -inch pipe culvert with a new fish passible culvert for Gilliam Creek as it passes underneath 42nd Avenue S as defined in Schedule B of the Bid Documents. The City of Tukwila is responsible for the design and construction of the Culvert Replacement Work. Relocation of utilities within Tukwila owned right -of -way are the responsibility of the utility owner in accordance with RCW 35.99.060. "Electrical Work ": The installation of the Underground Electrical System within the completed Civil Infrastructure following Operational Acceptance by City Light. "Field Directive Change(s) ": Design changes to agreed -upon "Work" as the result of field conditions. City of Tukwila - 42nd Ave S Phase III Undergrounding Agreement Page 5 of 17 42 FINAL "Final Acceptance ": The determination by City Light after all Schedule C 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 the 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. "Private Property Infrastructure ": The underground infrastructure, including the service lines to be located on private property that is necessary for SCL to complete an underground service connection to the private property. Private Property Infrastructure is not the responsibility of SCL. "Private Property Infrastructure Work ": The work that is necessary to design, construct and install the Private Property Infrastructure to enable City Light to complete the service connections at the "point of service termination point ". Such work shall include any and all of the electrical underground work on each private property such as connections between the old overhead service at the weathered and the new underground cable, and pulling the underground cable to a "point of service termination point" in the ROW or utility easement, and providing a secondary handhold at the point of service termination point. "Project ": The design and construction of street /transportation improvements on 42 °d Avenue S between Southcenter Boulevard and S 1601h Street 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 C Work ": The work to be performed that is included in Schedule C to this Agreement, also referred to as the Civil Infrastructure work. "Third Party(ies)": The entities other than City Light whose aerial facilities and equipment are attached to utility poles within the Conversion Area, which poles are owned or jointly owned by City Light. "Third Party Aerial Infrastructure Removal Project ": The removal of all aerial facilities and equipment belonging to Third - Party(ies). City of Tukwila - 42" Ave S Phase III Undergrounding Agreement Page 6 of 17 43 FINAL "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 Conversion Area. "Work ": The work to be performed under this Agreement, including the Civil Infrastructure Work, the Underground Relocation and Installation Project, the Electrical Work, and energizing of the Underground Electrical System, and the Culvert Replacement Work. 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 Upon execution of this Agreement, City Light will furnish Tukwila with a list of Third Party renters whom have facilities on City Light's poles within the Conversion Area. Tukwila will be responsible for communicating the need to relocate these facilities with each Third -Party renter, and coordinating with each renter for the relocation and undergrounding, or removal without relocation of the renter's facilities and equipment. City Light will provide notice to each Third -Party renter of the need to remove facilities pursuant to any such agreements, rules or regulations City Light has that are applicable to such Third -Party renters. City Light will, in accordance with Section 6.3.3. of this Agreement, cooperate with and assist Tukwila in Tukwila's efforts to facilitate the relocation of the facilities of the pole renters attached to City Light's Aerial Electric System and completion of the Third -Party Aerial Infrastructure Removal Project, including to the extent necessary using legal authority City of Tukwila and City Light has under any such agreement, franchise agreement, ordinances, rules or regulations that are applicable to such Third -Party renters. 3.3 Tukwila shall be responsible for completion of the Civil Infrastructure PS &E. The Consultant will coordinate with a designated City Light staff person to ensure 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. 3.4 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 City of Tukwila - 42 "d Ave S Phase III Undergrounding Agreement Page 7 of 17 FINAL , 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. City Light shall have primary responsibility for developing cost estimates for the Underground Relocation and Installation Project and the Aerial Infrastructure Removal Project. 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 1Oworking days for City Light to review submitted bid tabulations. 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 will provide comments to Tukwila within five (5) working days of receipt of the bid tabulations. 4.2.3. Prior to Tukwila's call for bids, Tukwila and City Light will agree on a tentative schedule identifying key milestones for Project work. Milestones will include completion and operational acceptance of Civil Infrastructure, completion of the Private Property Infrastructure work, completion of the Underground Relocation and Installation Project including energizing of new underground circuits, completion of the Third -Party Aerial Infrastructure Removal Project, completion of the customer service cutovers, and completion of the Aerial Infrastructure Removal 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 and Underground Electrical System work, including completion and acceptance of Civil Infrastructure, energizing new underground circuits, customer service cutovers, and removal of the overhead power system. City of Tukwila - 42nd Ave S Phase III Undergrounding Agreement Page 8 of 17 45 FINAL 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, and updates in hard and electronic media formats in accordance with the contract specifications. Tukwila will transmit these schedules to City Light for review and comment. City Light shall submit comments, if any, within five (5) working days of receipt of weekly look -ahead schedules or other updates with a window.of 4 weeks or less in span of coverage. City Light shall submit comments, if any, within 10 days working days of receipt of the preliminary schedule or update with a span of coverage of longer than 4 weeks. City Light will provide input to discussions between Tukwila, the Consultant, and its contractor to develop and maintain a project master schedule showing the milestones and critical path. 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 and will provide an initial schedule and verbal updates of said schedule. 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. 4.3.4. Underground Relocation and Installation Project: City Light will complete and energize the Underground Relocation and Installation Project within 95 working days of its written Operational Acceptance of the Civil Infrastructure. City Light will contemporaneously therewith, but no later than thirty (30) working days following completion of the Underground Relocation and Installation Project, except as provided for in Sections 4.9 or 4.10 of this Agreement, complete the service connections for all City Light Customers within said Conversion Area that have completed the Private Property Infrastructure Work to City Light's satisfaction. City of Tukwila - 42 ❑d Ave S Phase III Undergrounding Agreement Page 9 of 17 FINAL EN 4.3.5. Aerial Infrastructure Removal Project: City Light shall complete the Aerial Infrastructure Removal Project within ninety -five (95) working days following the completion of the Third -Party Aerial Infrastructure Removal Project and private property service conversion, except as provided for in Sections 4.5 or 4.4 of this Agreement. 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 ten (10) 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 - 42nd Ave S Phase III Undergrounding Agreement Page 10 of 17 FINAL 47 Section 5. Staffing Primary project contacts will be as follows as of execution of this Agreement: City of Tukwila Cyndy Knighton (design) Mike Ronda (construction) Sr. Program Manager Project Manager 6300 Southcenter Blvd, Ste 100 6300 Southcenter Blvd, Ste 100 Tukwila, WA 98188 Tukwila, WA 98188 (206) 431 -2450 (206) 431 -2454 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 Private Property Infrastructure: 6.2.1. Tukwila will contact and coordinate with property owners and customers within the Conversion Area (as identified by City Light) to facilitate the timely completion of the Private Property Infrastructure Work. 6.2.2. In furtherance of the Private Property Infrastructure Work, Tukwila intends to seek agreement from each such customer /property owner which agreement will either: (1) authorize Tukwila, and Tukwila's consultants and contractors, to perform some or all of the Private Property Infrastructure Work, or (2) provide that the private property owner will perform or cause to be performed the Private Property Infrastructure Work. All Private Property Infrastructure work necessary for City Light to complete its underground service connection work to those properties in the Conversion Area will be completed by Tukwila, Tukwila's consultants or contractors, or the private property owners per RCW 35.96.050 prior to Operational Acceptance of the Civil Infrastructure by City Light. 6.2.3. City Light shall intercept and connect the service in the secondary handhole. The contractor performing the Private Property Infrastructure Work shall coordinate each service cutover work with the City Light electric service representative, five (5) working days in advance of the cutover. 6.3 Aerial Infrastructure Removal Project: 6.3.1. City Light will perform the work necessary to complete the Aerial Infrastructure Removal Project in accordance with the Project Schedule and as set forth in Section 4.3 of this Agreement. City of Tukwila - 42nd Ave S Phase III Undergrounding Agreement Page 11 of 17 FINAL EN 6.3.2. City Light will coordinate with Tukwila and Tukwila's Contractor to schedule the removal of the connections to the Tukwila streetlights at a mutually convenient time and place. 6.3.3. Tukwila will, with the cooperation and assistance of City Light, coordinate the removal of the Third -Party facilities on the Aerial Electrical System to coincide with the removal of City Light overhead lines. City Light further agrees to cooperate with Tukwila in exercising any lawful authority that City Light may have to require such Third Parties to timely remove their facilities from the City Light and jointly -owned poles within the Conversion Area. Upon request by Tukwila, and to the extent legally permitted, City Light will provide Tukwila with copies of pole attachment agreements, if any, between the Third Parties and City Light, and any policies, procedures, rules, or regulations that are applicable to the exercise of such authority. 6.3.4. City Light will be responsible for removing poles solely owned by City Light and requesting removal of utility poles in joint ownership with a telecommunications or other service provider. The telecommunication or other service provider shall have primary responsibility for removal of the poles that are joint ownership poles per City Light records. In the event that a Third Party does not remove such j ointly- owned poles, and upon the request of Tukwila, City Light will remove the poles after all Third Parties have completed their wiring, service connections, and removed their lines and equipment from the poles. Tukwila agrees that this is not a project cost that is recoverable through City Light and will be done at Tukwila's expense or as may be allocated pursuant to agreements between Tukwila and other parties 6.3.5 SCL shall have the right to temporarily bypass any facilities that will be temporarily disconnected, relocated, or removed. 6.4 Inspection: 6.4.1 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. 6.4.2 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 City of Tukwila - 42 °d Ave S Phase III Undergrounding Agreement Page 12 of 17 FINAL .. 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. 6.5 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. Any costs associated with work completed to the Underground Electrical System or Civil Infrastructure outside of the mutually approved plans and specifications and approved amendments thereto without City Light approval will be Tukwila's responsibility. All changes to the Underground Electrical System and /or the Civil Infrastructure not necessary for the Work approved by the City Light Project Manager or other authorized representative shall be reimbursable to Tukwila. If consensus cannot be found see section 4.8 for resolution. 6.6 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 Underground 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 Civil Infrastructure upon Final Acceptance. 6.7 Duct Bank. Once the duct bank is 100% complete and all vault and hand hole 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. 6.8 Street Lighting and Signals: City Light and Tukwila will select service points for the Street Lighting System designed by Tukwila's Consultant. City Light will install wiring between its power source and the service points and make final connections to energize the systems. City of Tukwila - 42nd Ave S Phase III Undergrounding Agreement Page 13 of 17 FINAL Tukwila's Contractor will provide temporary highway lighting as necessary during construction. 6.9 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. Section 7. Financial 71. Allocation of Proiect Cost: 7.1.1. City of Tukwila shall pay for 100% of the Primary Project Cost, 100% of the excavation and restoration costs, as well as 40% of the SCL Underground Electrical System project costs. 7.1.2. SCL shall reimburse the City of Tukwila for 60% of the Civil Infrastructure and SCL Underground Electrical System project costs. SCL shall have no responsibility for Primary Project Costs or excavation or restoration costs. 7.1.3. SCL will pay 100% SCL Project Management Costs, Tukwila will pay 100% Tukwila Project Management Costs 7.1.4. Private property owners will be responsible for providing the underground Private Property Infrastructure, subject to review and approval by SCL, that is needed to provide electrical service from the public right of way to the designated service point on the private property, and all costs related to installing and maintaining such Private Property Infrastructure. 7.1.5. The City of Tukwila will be responsible for providing the necessary funding for their portion of all project costs. SCL's portion of the costs will be provided through its bi- annual budgeting process for capital projects as authorized by the Seattle City Council, and funding subject to approval by ordinance of the Seattle City Council. City of Tukwila - 42 °d Ave S Phase III Undergrounding Agreement Page 14 of 17 51 FINAL 7.2. Costs for Work: The estimated cost for the Civil Infrastructure Work related to this Agreement, as described in Schedule C is $1,258,690 ( "Estimated Civil Costs "). The estimated cost for the Underground Electrical System work related to this Agreement, as described in Exhibit B is $883,497 ( "Estimated Electrical Costs "). The total Civil Infrastructure and SCL Underground Electrical System project costs portion of the Work is estimated to be $2,142,187. The Estimated Civil Costs are based on the City of Tukwila's awarded contract to Active Construction, Inc. (ACI) for the Project and is subject to change based upon final pay estimates and change orders. The Estimated Electrical Costs is based time of City Light staff and actual cost of materials for the work. City Light will reimburse Tukwila for 60% of the Civil Infrastructure as listed in Schedule C, and Tukwila will reimburse 40% of the Underground Electrical System project costs to City Light. The actual costs will be determined based on itemized consultant invoices Payment Requests from the General Contractor and City Light's Final Billing Package for actual work performed or completed. Tukwila will invoice City Light per section 7.3 below. 7.3 Reimbursement of Civil Infrastructure Costs and SCL Underground Electrical System project costs: Tukwila and Seattle City Light will submit itemized invoices to each other with backup documentation no more frequently than monthly, which shall include relevant invoices and Payment Requests, for Project costs. Invoices shall be sent to: Seattle City Light City of Tukwila ATTN: Accounts Payable Seattle City Light Mike Ronda 7005 1h Ave Suite 3300 Public Works Department PO Box 34023 6300 Southcenter Blvd, Suite 100 Seattle, WA 98124 -4023 Tukwila, WA 98188 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. Tukwila will process the monthly invoice and issue a check payable to City Light within sixty (60) calendar days of receiving the request. 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 City of Tukwila - 42 "d Ave S Phase III Undergrounding Agreement Page 15 of 17 FINAL 52 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 Underground Relocation and Installation Project and City Light's Aerial Infrastructure Removal 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. 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 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 City of Tukwila - 42nd Ave S Phase III Undergrounding Agreement Page 16 of 17 FINAL 53 Upon completion of the Civil Infrastructure work and upon City Light's acceptance as outlined herein, 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 OF TUKWILA Allan Ekberg, Mayor City of Tukwila day of City of Tukwila - 42 °d Ave S Phase III Undergrounding Agreement Page 17 of 17 FINAL 2017 SEATTLE CITY LIGHT Larry Weis Seattle City Light General Manager & CEO Exhibit A 40 -42nd Avenue S Phase III Project Bid Tabulation Active Construction Bid item No. Item Descri tion P Quantity Unit Unit Price Total Price Schedule A - Roadway Al Mobilization 1 LS $ 618,423.04 $ 618,423.04 A2 Resolution of Utility Conflicts 1 FA $ 20,000.00 $ 20,000.00 A3 Field Office Building 1 LS $ 25,000.00 $ 25,000.00 A4 Type B Progress Schedule, min. Bid $5,000.00 1 LS $ 10,000.00 $ 10,000.00 A5 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 A6 Record Drawings, min. Bid $5,000.00 1 LS $ 5,000.00 $ 5,000.00 A7 Roadway Surveying 1 LS $ 55,000.00 $ 55,000.00 A8 Utility Potholing 1 FA $ 15,000.00 $ 15,000.00 A9 Flaggers and Spotters, min. Bid $50.00 per hour 2200 HR $ 66.00 $ 145,200.00 A10 Other Traffic Control Labor, min. Bid $50.00 per hour 500 HR $ 66.00 $ 33,000.00 All Traffic Control Supervisor, min. Bid $50.00 per hour 320 HR $ 66.00 $ 21,120.00 Al2 Construction Signs Class A 250 SF $ 27.00 $ 6,750.00 A13 Sequential Arrow Sign 750 HR $ 2.00 $ 1,500.00 A14 Portable Changeable Message Sign 970 HR $ 4.00 $ 3,880.00 A15 Outside Agency Uniformed Police Flagging Labor 1 FA $ 3,000.00 $ 3,000.00 A16 Clearing and Grubbing 2.0 AC $ 45,000.00 $ 90,000.00 A17 Roadside Cleanup 1 FA $ 5,000.00 $ 5,000.00 A18 Remove Existing Drainage Structure 18 EA $ 200.00 $ 3,600.00 A19 Remove Existing Storm Sewer Pipe 1800 LF $ 21.00 $ 37,800.00 A20 Removal of Structure and Obstructions 1 LS $ 75,000.00 $ 75,000.00 A21 Removal and Relocation of Existing Private Improvements 1 FA $ 8,000.00 $ 8,000.00 A22 Pavement Sawcutting 3810 LF $ 3.00 $ 11,430.00 A23 Remove Hydrant 2 EA $ 5,500.00 $ 11,000.00 A24 Roadway Excavation Incl. Haul 2600 CY $ 42.00 $ 109,200.00 A25 Gravel Borrow Incl. Haul 5050 CY $ 5.00 $ 25,250.00 A26 Gravel Backfill for Walls Incl. Haul 20 CY $ 275.00 $ 5,500.00 A27 Shoring or Extra Excavation Class B 16300 SF $ 0.35 $ 5,705.00 A28 Structure Excavation Class A Incl. Haul 270 CY $ 60.00 $ 16,200.00 A29 Temporary Structural Shoring for Detention Vault 1 LS $ 75,000.00 $ 75,000.00 A30 Construction Geotextile for Permanent Erosion Control 150 SY $ 5.00 $ 750.00 A31 Construction Geotextile for Separation 1120 SY $ 4.00 $ 4,480.00 A32 Construction Geotextile for Underground Drainage 240 SY $ 4.00 $ 960.00 A33 Crushed Surfacing Top Course 870 TON $ 40.00 $ 34,800.00 A34 Crushed Surfacing Base Course 2435 TON $ 36.00 $ 87,660.00 A35 Ballast 35 TON $ 111.00 $ 3,885.00 A36 HMA Cl. 1/2 -inch PG 64 -22 1125 TON $ 106.00 $ 119,250.00 A37 HMA Cl. 1 -inch PG 64 -22 1415 TON $ 100.00 $ 141,500.00 A38 Pavement Repair Excavation Incl. Haul 300 SY $ 33.00 $ 9,900.00 A39 HMA for Pavement Repair Cl. 1/2 -inch PG 64 -22 205 TON $ 150.00 $ 30,750.00 A40 Planing Bitumious Pavement 315 SY $ 20.00 $ 6,300.00 A41 Cement Concrete Pavement 40 CY $ 335.00 $ 13,400.00 A42 Single Sloped Concrete Barrier 150 LF $ 165.00 $ 24,750.00 A43 Gravel Backfill for Drain 30 CY $ 70.00 $ 2,100.00 A44 Underdrain Pipe 6 In. Diam. 285 LF $ 14.00 $ 3,990.00 A45 Underdrain Pipe 8 In. Diam. 181 LF $ 21.00 $ 3,801.00 A46 Drain Pipe 6 In. Diam. 70 LF $ 33.00 $ 2,310.00 A47 Drain Pipe 8 In. Diam. 100 LF $ 35.00 $ 3,500.00 A48 Testing Storm Sewer Pipe 3352 LF $ 2.00 $ 6,704.00 A49 Corrugated polyethlyene Storm Sewer Pipe 8 In. Diam. 38 LF $ 45.00 $ 1,710.00 A50 Corrugated polyethlyene Storm Sewer Pipe 12 In. Diam. 942 LF $ 40.00 $ 37,680.00 A51 Corrugated polyethlyene Storm Sewer Pipe 18 In. Diam. 929 LF $ 55.00 $ 51,095.00 A52 Corrugated polyethlyene Storm Sewer Pipe 24 In. Diam. 927 LF $ 80.00 $ 74,160.00 A53 Cl. V Reinf. Conc. Storm Sewer Pipe 30 In. Diam. 36 LF $ 190.00 $ 6,840.00 A54 Ductile Iron Storm Sewer Pipe 8 In. Diam. 89 LF $ 55.00 $ 4,895.00 A55 Ductile Iron Storm Sewer Pipe 12 In. Diam. 316 LF $ 75.00 $ 23,700.00 A56 Ductile Iron Storm Sewer Pipe 18 In. Diam. 75 LF $ 110.00 $ 8,250.00 A57 Adjust Catch Basin 5 EA $ 750.00. $ 3,750.00 A58 Adjust Manhole 20 EA $ 950.00 $ 19,000.00 A59 Concrete Inlet 25 EA $ 1,400.00 $ 35,000.00 A60 Catch Basin Type 1 29 EA $ 1,200.00 $ 34,800.00 A61 Catch Basin Type 1 with Circular Frame and Cover 1 EA $ 1,300.00 $ 1,300.00 A62 Catch Basin Type 1L 6 EA $ 1,300.00 $ 7,800.00 A63 Catch Basin Type 2, 481n. Diam. 20 EA $ 3,000.00 $ 60,000.00 A64 Catch Basin Type 2, 541n. Diam. With Flow Restrictor 1 EA $ 6,300.00 $ 6,300.00 A65 Detention Vault 1 LS $ 100,000.00 $ 100,000.00 A66 Connection to Drainage Structure 12 EA $ 1,000.00 $ 12,000.00 A67 Structure Excavation Class B Incl. Haul 2800 CY $ -3.00$ 8,400.00 A68 Abandon and Fill Pipe 310 LF $ 22.00 $ 6,820.00 A69 Through Curb Inlet 2 EA $ 1,225.00 $ 2,450.00 A70 Hydrant Assembly 5 EA $ 8,000.00 $ 40,000.00 A71 Resetting Existing Hydrant 4 EA $ 2,500.00 $ 10,000.00 A72 Stormwater Pre - Treatment Unit A 1 LS $ 40,000.00 $ 40,000.00 A73 Stormwater Treatment Unit B 1 LS $ 25,000.00 $ 25,000.00 A74 Stormwater Treatment Unit C 1 LS $ 25,000.00 $ 25,000.00 City of Tukwila 42nd Ave S - Phase III Bid Tab Page I of 4 55 95 Exhibit A 40 -42nd Avenue S Phase III Project Bid Tabulation Active Construction Bid Item No. Item Description P Quantity Unit Unit Price Total Price A75 SWPPP Preparation And General Permit Compliance 1 LS $ 20,000.00 $ 20,000.00 A76 Portable Storage Tank 1 LS $ 35,000.00 $ 35,000.00 A77 ESC Lead 45 DAY $ 1.00 $ 45.00 A78 Erosion/Water Pollution Control 1 FA $ 25,000.00 $ 25,000.00 A79 High Visibiliy Fence 1350 LF $ 3.00 $ 4,050.00 A80 Silt Fence 620 LF $ 6.00 $ 3,720.00 A81 Check Dam 168 LF $ 15.00 $ 2,520.00 A82 Inlet Protection 18 EA $ 70.00 $ 1,260.00 A83 Biodegrable Erosion Control Blanket 360 SY $ 8.00 $ 2,880.00 A84 Topsoil Type A (6" Depth) 0.6 ACRE $ 42,000.00 $ 25,200.00 A85 Topsoil Type A (12" Depth) 290 SY $ 18.00 $ 5,220.00 A86 SEED /SOD (MIX B) 0.6 ACRE $ 4,400.00 $ - 2,640.00 A87 BARK OR WOOD CHIP MULCH (3" DEPTH) 321 SY $ 5.00 $ 1,605.00 A88 PSIPE, PART-IENOCISSUS TRICUSPIDATA (4" POT) 54 EA $ 17.00 $ 918.00 A89 PSIPE, BERBERUS THUNBERGII 'CRIMSON PYGMY' ( #3) 102 EA $ 38.00 $ 3,876.00 A90 PSIPE, ROSA RUGOSA'SHOWY PAVEMENT' ( #3) 90 EA $ 38.00 $ 3,420.00 A91 PSIPE, ACER CIRCINATUM(1.5" CALIPER) 5 EA $ 415.00 $ 2,075.00 A92 PSIPE, RHPHIOLEPIS X DEIACOURII 'GEORGIA PETITE' ( #3) 73 EA $ 110.00 $ 8,030.00 A93 PSIPE, PHYSOCARPUS OPULIFOIUS'PODARUS' ( #3) 60 EA $ 43.00 $ 2,580.00 A94 Cement Conc. Traffic Curb and Gutter 4312 LF $ 20.00 $ 86,240.00 A95 Extruded Curb, Type 6 176 LF $ 6.00 $ 1,056.00 A96 Integral Curb Wall 20 SF $ 55.00 $ 1,100.00 A97 Cement Conc. Driveway Entrance 770 SY $ 71.00 $ 54,670.00 A98 Raised Pavement Marker Type 1 16 Hundred $ 165.00 $ 2,640.00 A99 Raised Pavement Marker Type 2 5 Hundred $ 465.00 $ 2,325.00 A100 Raising Existing Beam Guardrail 38 LF $ 87.00 $ 3,306.00 A101 Black Vinyl Coated Chain Link Fence Type 3 110 LF $ 37.00 $ 4,070.00 A102 Black Vinyl Coated Chain Link Fence Type 4 266 LF $ 33.00 $ 8,778.00 A103 Black Vinyl Coated Double 14' Chain Link Gate 1 EA $ 925.00 $ 925.00 A104 Adjust Monument 2 EA $ 400.00 $ 800.00 A105 Cement Conc Sidewalk 2520 SY $ 55.00 $ 138,600.00 A106 Cement Conc Curb Ramp, Type A 2 EA $ 1,300.00 $ 2,600.00 A107 Cement Conc Curb Ramp Type Parallel A 8 EA $ 2,400.00 $ 19,200.00 A108 Paved Buffer Zone 290 SY $ 120.00 $ 34,800.00 A109 Quarry Spalls 25 TON $ 170.00 $ 4,250.00 A110 Mailbox Support, Type 1 8 EA $ 500.00 $ 4,000.00 A111 Mailbox Support, Type 2 3 EA $ 1,000.00 $ 3,000.00 A112 Illumination System Complete 1 LS $ 300,000.00 $ 300,000.00 A113 Permanent Signing 1 LS $ 10,000.00 $ 10,000.00 Al 14 Plastic Stop Line 50 LF $ 7.00 $ 350.00 A115 Plastic Line (4 ") 2523 LF $ 1.00 $ 2,523.00 A116 Plastic Bicycle Lane Symbol 10 EA $ 400.00 $ 4,000.00 Al 17 Plastic Crosswalk Line 110 SF $ 4.00 $ 440.00 A118 Plastic Traffic Arrow 2 EA $ 55.00 $ 110.00 A119 Plastic Sharrow Symbol 12 EA $ 400.00 $ 4,800.00 A120 Temporary Pavement Markings 4000 LF $ 1.00 $ 4,000.00 A121 Rock for Rock Wall 340 TON $ 171.00 $ 58,140.00 A122 Backfill for Rock Wall 130 CY $ 55.00 $ 7,150.00 A123 Compacted Till 70 CY $ 21.00 $ 1,470.00 A124 Adjust Valve Box to Grade 20 EA $ 325.00 $ 6,500.00 Al 25 Adjust Meter Box to Grade 10 EA $ 125.00 $ 1,250.00 Subtotal Schedule A $ 3,526,430.04 Schedule B - Gilliam Creek Culvert B1 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 B2 Clearing and Grubbing 0.4 AC $ 50,000.00 $ 20,000.00 B3 Remove Existing Pipe 94 LF $ 15.00 $ 1,410.00 B4 Roadway Excavation Incl. Haul 4200 CY CY $ $ 35.00 20.00 $ $ 147,000.00 74,000.00 B5 Gravel Borrow Incl. Haul 3700 B6 Temporary Structural Shoring for Culvert Footing 1 LS $ 50,000.00 $ 50,000.00 B7 Conc. Class 4000 for Culvert Footing 170 CY $ 500.00 $ 85,000.00 B8 St. Reinf. Bar for Culvert Footing 24000 LBS $ 2.00 $ 48,000.00 B9 St. Str. Plate Arch 10 Gage 16 ft. Span 146 LF $ 1,350.00 $ 197,100.00 B10 Steambed Boulders - One Man 88 TON $ 115.00 $ 10,120.00 B11 Steambed Boulders - Two Man 88 TON $ 103.00 $ 9,064.00 B12 Steambed Cobbles 675 TON $ 52.00 $ 35,100.00 B13 Coarse Band 3 EA $ 1,750.00 $ 5,250.00 B14 Temporary Stream Diversion 1 LS $ 40,000.00 $ 40,000.00 B15 High Visibiliy Fence 250 LF $ 3.00 $ 750.00 B16 Topsoil Type A (4" Depth) 0.20 ACRE $ 30,000.00 $ 6,000.00 B17 Seed, Fertilize & Mulching (Native Seed Mix A) 0.20 ACRE $ 5,000.00 $ 1,000.00 B18 Fine Compost (3" depth) 0.20 ACRE $ 35,000.00 $ 7,000.00 B19 PSIPE, SALIX LASIANDRA ( #3) 4 EA $ 21.00 $ 84.00 B20 PSIPE, SALIX SCOULERIANA ( #3) 4 EA $ 30.00 $ 120.00 B21 PSIPE, BETULA PAPYRIFERA ( #3) 4 EA $ 30.00 $ 120.00 B22 PSIPE, FRAXINUS LATIFOLIA ( #3) 4 EA $ 30.00 $ 120.00 City of Tukwila 42nd Ave S - Phase III Bid Tab Page 2 of 4 Exhibit A 40 -42nd Avenue S Phase III Project Bid Tabulation Unexpected Site Changes 1 FA Active Construction Bid Item No. Item Description Quantity Unit $ 10,000.00 $ 10,000.00 Unit Price T Total Price B23 PSIPE, THUJA PLICATA ( #3) 4 EA $ 30.00 $ 120.00 B24 PSIPE, TSUGA HETEROPHYLLA ( #3) 4 EA $ 30.00 $ 120.00 B25 PSIPE, ALNUS RUBRA ( #3) 4 EA $ 30.00 $ 120.00 B26 PSIPE, ACER CIRCINATUM ( #3) 4 EA $ 30.00 $ 120.00 B27 PSIPE, ACER MACROPHYLLUM ( #3) 4 EA $ 30.00 $ 120.00 B28 PSIPE, PSEUDOTSUGA MENZIESII ( #3) 4 EA $ 30.00 $ 120.00 B29 PSIPE, PINUS CONTORTA ( #3) 4 EA $ 30.00 $ 120.00 B30 PSIPE, CORNUS SERICEA ( #3) 21 EA $ 30.00 $ 630.00 B31 PSIPE, SAMBUCUS RACEMOSA ( #3) 21 EA $ 30.00 $ 630.00 B32 PSIPE, MYRICA CALIFORNICA ( #3) 21 EA $ 30.00 $ 630.00 B33 PSIPE, RIBES SANGUINEUM ( #3) 23 EA $ 30.00 $ 690.00 B34 PSIPE, HOLODISCUS DISCOLOR ( #3) 24 EA $ 30.00 $ 720.00 B35 PSIPE, SYMPHORICARPOS ALBUS ( #3) 21 EA $ 30.00 $ 630.00 B36 Temporary Irrigation System 1 LS $ 16,500.00 $ 16,500.00 B37 Settlement Monitoring 1 LS $ 10,000.00 $ 10,000.00 B38 Remove and Reset Streambank Boulders 1 LS $ -3,000.00$ CY 3,000.00 B39 Fish Exclusion 1 I FA $ 1,000.00 $ 1,000.00 575.00 $ Subtotal Schedule B $ 787,508.00 i- ullauulC .. -- rower anu Commumcaiions unaerarounninn C1 Unexpected Site Changes 1 FA $ 15,000.00 $ 15,000.00 C2 Franchise Utility Coordination 1 FA $ 10,000.00 $ 10,000.00 C3 Utility Potholing 1 FA $ 15,000.00 $ 15,000.00 I W 11L vnnnunit:auvns WMAL "K C4 Structure Excavation Class B Incl. Haul for Joint Trench 2200 CY $ 65.50 $ 144,100.00 C5 Shoring or Extra Excavation Class B for Joint Trench 24000 SF $ 0.30 $ 7,200.00 C6 Joint Trench Pipe Zone Bedding, Including Haul 400 CY $ 38.30 $ 15,320.00 C7 Joint Trench Backfill 1520 CY $ 49.30 $ 74,936.00 C8 Install 444- LA Vault - Comcast 18 EA $ 1,200.00 $ 21,600.00 C9 Install Conduit Pipe 4 In. Diam. - Comcast 5300 LF $ 4.00 $ 21,200.00 C10 Conduit Riser, 4 -inch - Comcast 4 EA $ 1,175.00 $ 4,700.00 C11 Install -11730H Handhole - CenturyLink 8 EA $ 575.00 $ 4,600.00 C12 Install 264 -TA - CenturyLink 4 EA $ 500.00 $ 2,000.00 C13 Install Conduit Pipe 4 In. Diam. - CenturyLink 3550 LF $ 4.00 $ 14,200.00 C14 Core Drill of Existing Vault - CenturyLink 14 EA $ 250.00 $ 3,500.00 C15 Install 444 -LA Vault - Zayo 3 EA $ 1,200.00 $ 3,600.00 C16 Install Conduit Pipe 4 In. Diam. - Zayo 1550 LF $ 4.00 $ 61200.00 15%.L. mucmcai uucibanK C17 Structure Excavation Class B Incl. Haul for SCL Duct Bank 3080 CY $ 60.00 $ 184,800.00 C18 Shoring or Extra Excavation Class B for SCL Duct Bank 28000 SF $ 1.50 $ 42,000.00 C19 Handhole, 233 -LA - SCL 3 EA $ 2,850.00 $ 8,550.00 C20 Vault, 444 -LA - SCL 6 EA $ 3,700.00 $ 22,200.00 C21 Vault, 507 -LA - SCL 3 EA $ 4,350.00 $ 13,050.00 C22 Vault, 577 -LA - SCL 7 EA $ 6,650.00 $ 46,550.00 C23 Vault, 712 -LA - SCL 1 EA $ 14,500.00 $ 14,500.00 C24 Vault, 712 -CLX -SCL 2 EA $ 14,500.00 $ 29,000.00 C25 Vault, Pad 10 - SCL 1 EA $ 2,150.00 $ 2,150.00 C26 Conduit, PVC, 4 Inch - SCL 12250 LF $ 10.00 $ 122,500.00 C27 Conduit, Fiberglass, 5 Inch -SCL 6960 LF $ 15.50 $ 107,880.00 C28 Conduit Bend, RGS, 4 Inch, Misc. Degree, 144" or 150" Radius - SCL 150 EA $ 650.00 $ 97,500.00 C29 Conduit Bend, RGS, 4 Inch, Misc. Degree, 48" Radius - SCL 3 EA $ 350.00 $ 1,050.00 C30 Conduit Riser, 4 -inch 8 EA $ 1,500.00 $ 12,000.00 C31 Conduit Riser, 5 -inch 4 EA $ 1,500.00 $ 6,000.00 C32 Core Drill of Existing Vault - SCL 14 EA $ 250.00 $ 3,500.00 C33 High Strength -FTB - SCL 390 CY $ 150.00 $ 58,500.00 C34 Low Strength -FTB - SCL 2626 CY $ 185.00 $ 485,810.00 C35 Guard Post (Bollard) 2 EA $ 575.00 $ 1,150.00 rnvate service .mint uawry i rencn C36 Install Conduit Pipe 2 In. Diam. - Comcast Private Service 1820 LF $ 4.00 $ 7,280.00 C37 Install Conduit Pipe 2 In. Diam - Century Link Private Service 1750 LF $ 4.00 $ 7,000.00 C38 Conduit Pipe 3 In. Diam - Seattle City Light Private Service 1930 LF $ 10.00 $ - 19,300.00 C39 Private Service Address 15857 1 LS $ 4,000.00 $ 4,000.00 C40 Private Service Address 15837 1 LS $ 4,000.00 $ 4,000.00 C41 Private Service Address 15827 1 LS $ 4,000.00 $ 4,000.00 C42 Private Service Address 15819 1 LS $ 4,000.00 $ 4,000.00 C43 Private Service Address 4066 1 LS $ 4,000.00 $ 4,000.00 C44 Private Service Address 15645 1 LS $ 4,000.00 $ 4,000.00 C45 Private Service Address 15625 1 LS $ 4,000.00 $ 4,000.00 C46 Private Service Address 15603 1 LS $ 4,000.00 $ 4,000.00 C47 Private Service Address 15854 1 LS $ 4,000.00 $ 4,000.00 C48 Private Service Address 15838 1 LS $ 4,000.00 $ 4,000.00 C49 Private Service Address 15826 1 LS $ 4,000.00 $ 4,000.00 C50 Private Service Address 15820 1 LS $ 4,000.00 $ 4,000.00 C51 Private Service Address 15660 1 LS $ 4,000.00 $ 4,000.00 C52 Private Service Address 15654 1 LS $ 4,000.00 $ 4,000.00 C53 Private Service Address 15650 1 LS $ 4,000.00 $ 4,000.00 City of Tukwila 42nd Ave S - Phase III Bid Tab Page 3 of 4 57 95 Exhibit A 40 -42nd Avenue S Phase III Project Bid Tabulation Active Construction Bid Item No. Item Descri tion P Quantity Unit Unit Price Total Price C54 Private Service Address 15646 1 LS $ 4,000.00 $ 4,000.00 C55 Private Service Address 15642 1 LS $ 4,000.00 $ 4,000.00 C56 Private Service Address 15638 1 LS $ 4,000.00 $ 4,000.00 C57 Private Service Address 15460 1 LS $ 4,000.00 $ 4,000.00 C58 Private Service Address 15458 1 LS $ 4,000.00 $ 4,000.00 C59 Private Service Address 15436 1 LS $ 4,000.00 $ 4,000.00 C60 Property Restoration for Private Services 1 FA $ 65,000.00 $ 65,000.00 LS Subtotal 5,000.00 $ 5,000.00 $ 1,804,426.00 Gilliam Temporary Wastewater Bypass Sales Tax 10% LS $ $ 180,442.60 Subtotal Schedule C $ 1,984,868.60 lQuIICuu1C U -- valley view newer D1 Traffic Control 1 LS $ 8,500.00 $ 8,500.00 D2 Shoring & Trench Safety Systems 433 LF $ 1.00 $ 433.00 D3 Temporary Erosion and Sedimentation Control 1 LS $ 250.00 $ 250.00 D4 Dewatering 1 LS $ 5,000.00 $ 5,000.00 D5 Potholing 5 EA $ 650.00 $ 3,250.00 D6 Landscape and Misc. Restoration 1 LS $ 5,000.00 $ 5,000.00 D7 Gilliam Temporary Wastewater Bypass 1 LS $ 12,500.00 $ 12,500.00 D8 Other Temporary Wastewater Bypasses 1 LS $ 2,500.00 $ 2,500.00 D9 60 -inch Saddle Manhole (E17 -77) 1 LS $ 7,000.00 $ 7,000.00 D10 48 -inch Standard Manhole (F17 -21, F17 -22) 2 EA $ 5,000.00 $ 10,000.00 D11 72 -inch Standard Manhole with Extra Channeling Work (E17 -51) 1 LS $ 9,500.00 $ 9,500.00 D12 72 -inch Standard Manhole (E17 -53) 1 LS $ 26,000.00 $ 26,000.00 D13 60 -inch Shallow Manhole (E17 -76) 1 LS $ 13,000.00 $ 13,000.00 D14 72 -inch Shallow Manhole (E17 -49, E17 -52) 2 EA $ 27,000.00 $ 54,000.00 D15 8 -inch SDR 35 PVC Pipe 172 LF $ 146.00 $ 25,112.00 D16 8 -Inch AWWA C900 DR 25 PVC Pipe 45 LF $ 178.00 $ 8,010.00 D17 18 -inch SDR 35 PVC Pipe 32 LF $ 178.00 $ 5,696.00 D18 30 -inch class 52 Ductile Iron Pipe with Ceramic Epoxy Lining 184 LF $ 340.00 $ 62,560.00 D19 Controlled Density Fill Pipe Encasement 110 CY $ 38.00 $ 4,180.00 D20 Crushed Surfacing Top Course Compacted Trench Backfill 1283 LF $ 1.00 $ 1,283.00 D21 Crushed Surfacing Base Course Compacted Trench Backfill 1283 LF $ 1.00 $ 1,283.00 D22 —L-C,11 995 LF $ 1.00 $ 995.00 D23 Foundation Material 356 TON $ 40.00 $ 14,240.00 D24 Gravel Driveway Restoration 1 LS $ 3,000.00 $ 3,000.00 D25 10 -inch HMA Patch with 8 -inch Crushed Rock Base 144 SY $ 115.00 $ 16,560.00 D26 Record Drawings and Post Construction Survey 1 LS $ 100.00 $ 100.00 $ 299,952.00 Sales Tax 10% 1 1 Is 29,995.20 Subtotal Schedule D $ 329,947.20 J1.11CUY1C C -- n1119 Cuurlty Water District No. 7Lo E1 Trench Safety 1 LS $ 500.00 $ 500.00 E2 12" Gate Valve and Box 2 EA $ 2,300.00 $ 4,600.00 E3 Remove & Dispose of Ex. 12" D.I. Pipe 185 LF $ 30.00 $ 5,550.00 E4 Remove & Dispose of Ex. 8" D.I. Pipe 45 LF $ 30.00 $ 1,350.00 E5 12" CL 52 D.I. Pipe & Fittings 200 LF $ 123.00 $ 24,600.00 E6 8" CL 52 D.I., Restrained Joint Pipe & Fittings 40 LF $ 165.00 $ 6,600.00 E7 Connect to Ex. Water Main 4 EA $ 2,700.00 $ 10,800.00 E8 Remove and Abandon Ex. SPU Meter Vault 1 LS $ 1,150.00 $ 1,150.00 E9 Construct New SPU Meter Vault 1 LS $ 20,000.00 $ 20,000.00 E10 Remove and Salvage Existing Fire Hydrant 5 EA $ 1,600.00 $ 8,000.00 E11 Extend /Relocate Ex. Fire Hydrant Assy. 1 EA $ 4,000.00 $ 4,000.00 E12 Install New Fire Hydrant Assy. 7 EA $ 8,000.00 $ 56,000.00 E13 Replace 1" Long Side Water Service 1 EA $ 5,000.00 $ 5,000.00 E14 Replace 1" Short Side Water Service 3 EA $ 2,500.00 $ 7,500.00 E15 Replace 1 1/2" Short Side Water Service 4 EA $ 3,000.00 $ 12,000.00 E16 Adjust Valve box to Grade 12 2 EA EA $ $ 350.00 500.00 $ $ 4,200.00 1,000.00 E17 Plug & Block Ex. Main E18 CSTC 225 TN $ 36.00 $ 8,100.00 $ 180,950.00 Sales Tax 10% 1 $ 18,095.00 Subtotal Schedule E $ 199,045.00 TOTAL CONSTRUCTION BID $6,827,798.84 City of Tukwila 42nd Ave S - Phase III Bid Tab Page 4 of 4 Exhibit B T&M Estimate cost f --/ ESTIMATES NOTES (SCOPE) Reg. Hours Labour Cost Material Cost Engineering (Civil const. plan review & Elect. Design) Inspection (Civil & Elect. Inspection) Subtotal A. SCR ,..R..]'i SRRRJRCE CRIRSrRUCTR:i',:- CCRRT 'TiS;111-/Y,!„I.E-: This estimate does include UG service construction work. 25 services to be converted OH-UG plus removal cost 656 $99,091 $39,636.45 $29,727.34 $168,455 B. !RC ',, i..i.:.3 ::R-.71[:;:7) "RR CO i:-..c''Ri„1-:C.R.:;RON CC,RR EST'::c,;(:RC(13 This estimate does include primary and feeder work ( this includes PMH switch installation work), removal work plus all material cost. 1482 $223,163 $197,450 $168,245.25 .$126,183.93 $715,042 Total before contingencies 2138 $322,254.00 197450 $207,882 $155,911.27 $883,497 Total plus added Contingencies (Design plus Construction=80%) $1,590,294.55 Note: This estimate includes wage & Material escalations since the last updated date (7/7/2014) of the estimate sheet among other % incrementals as shown on summary sheet. TT 5/25/2017 ME City of Tukwila Allan Ekberg, Mayor Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Commit e FROM: Bob Giberson, Public Works Directory BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: July 21, 2017 SUBJECT: West Valley Highway (1 -405 to Strander Blvd) Project No. 99310410 Transportation Improvement Board Grant Application ISSUE Authorize the submittal of a grant application to the Washington State Transportation Improvement Board (TIB) to fund the West Valley Highway — 1 -405 to Strander Blvd Street Project. BACKGROUND The TIB has issued a Call for Projects inviting qualified applicants to apply for available grant funds. Current City policy requires approval by the appropriate Committee before applying for grants. Grant applications are due by August 18, 2017. DISCUSSION The TIB program awards State funds for selected projects. TIB funding requires a minimum 20% local match and utility undergrounding costs are not typically eligible. In 2016, Tukwila submitted an application to The TIB for this project. While it was unsuccessful, it was the highest scoring project that was not selected for funding. City staff met with the TIB staff to discuss the project and how it could be improved for successful funding. Changes will be incorporated to the project design and funding package to improve the success of obtaining a grant. TIB appears particularly interested in this project as it is a supporting improvement to the future Strander Boulevard project which is high on TIB's radar for construction funding. FISCAL IMPACT The West Valley Hwy Project is included on the City's traffic impact fee list and local matching funds would be provided from a combination of traffic impact fees collected and arterial street funds, if a State TIB grant is awarded. RECOMMENDATION Transportation and Infrastructure Committee approval to submit a 2017 grant application to the Washington State Transportation Improvement Board for the West Valley Highway Street Project. Attachment: Page 26, 2017 CIP WAPW Eng \PROJECTS\A- RW & RS Projects \West Valley Highway (99310410) \Design \INFORMATION MEMO -Grant Application Approval 7- 21- 17.docx 61 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: West Valley Hwy (1-405 - Strander Blvd) Project No. 99310410 DESCRIPTION: Design and construct completion of 7 lane sections of West Valley Hwy with curbs, gutters, storm drainage, lighting and traffic control, including safety and capacity improvements at the S 156th St intersection. JUSTIFICATION: Safety and capacity items need completion. Portions have been completed by development. STATUS: Combined with W Valley Hwy /S 156th Intersection in 2017. Continuing to work with development. May be completed in phases; Longacres to S 156th St and then S 156th St to 1 -405. MAINT. IMPACT: Reduced maintenance. Project is on Traffic Impact Fee List. Grants from Federal STP awarded for $627k that includes $112k for COMMENT: design of sidewalk /bike path on Longacres Way (S 158th St) and proposed State Transportation Improvement Board grant of $1.3m for 2018/2019. FINANCIAL Through Estimated (in 1000'sl 2015 2016 2017 201R 2019 2020 2021 2022 RFYnNn TnTAI EXPENSES Project Location, y Design 16 382 Sts St h� 150 548 Land (RAN) ` 100 Twiwiy 1 100 200 Const. Mgmt. 5 1 270 150 420 Construction 1,800 1,000 2,800 TOTAL EXPENSES 1 16 1 01 01 482 1 2,070 1 01 01 01 1,400 1 3,968 FUND SOURCES Awarded STP Grant 189 438 + 1 627 Proposed TIB Grant 155 1,189 W F, 1,200 2,544 Mitigation Actual S T/rbrb Or ^s� s teos 1 1 1 0 Traffic Impact Fees 128 122 1 1 m 250 City Oper. Revenue 16 0 0 10 321 0 0 0 200 547 TOTAL SOURCES 16 01 01 482 1 2,070 1 01 01 01 1,400 1 3,968 2017 - 2022 Capital Improvement Program 26 62 Project Location, y Si565t Sts St h� � ` �q Twiwiy 1 \, _ steo st 5 1 l� 1 1 __f q Trec Or � 1 4 � 3� upr.,w a + 1 ♦ W F, 1 S T/rbrb Or ^s� s teos 1 1 1 1 1 m 2017 - 2022 Capital Improvement Program 26 62