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