Loading...
HomeMy WebLinkAboutREG 2017-08-07 COMPLETE AGENDA PACKETTukwila City Council Agenda ❖ REGULAR MEETING ❖ Allan Ekberg, Mayor Counci/members -:- Joe Duff ie -:- Verna Seal David Cline, City Administrator Kathy Hougardy -:- De'Sean Quinn Dennis Robertson, Council President Kate Kruller -:- Thomas McLeod Monday, August 7, 2017; 7:00 PM • Ord #2544 • Res #1913 1. CALL TO ORDER / PLEDGE OF ALLEGIANCE / ROLL CALL 2. PUBLIC At this time, you are invited to comment on items not included on this agenda COMMENTS (please limit your comments to five minutes perperson). To comment on an item listed on this agenda, please save your comments until the issue is presented for discussion. (Refer to back of agenda page for additional information.) 3. CONSENT a. Approval of Minutes: 7/17/17 (Regular); 7/24/17 (Special) AGENDA b. Approval of Vouchers c. Authorize the Mayor to sign Supplement No. 17 to contract #17-123 Pg.1 with KPFF for construction management services for the Baker Boulevard Non -Motorized Improvements Project in the amount of $119,680.98. [Reviewed and forwarded to Consent by the Transportation and Infrastructure Committee on 7125117.1 d. Accept as complete the Tukwila International Boulevard and South Pg.21 144th Street Midblock Crossing Project (contract #16-162) with Westwater Construction Company of Renton; authorize release of retainage, subject to the standard claim and lien release procedures (final cost of project, including retainage: $78,722.27). [Reviewed and forwarded to Consent by the Transportation and Infrastructure Committee on 7125117.1 e. Award a bid and authorize the Mayor to sign a contract with ICON Pg.29 Materials for the 2017 Overlay and Repair Program in the amount of $659,441.00. [Reviewed and forwarded to Consent by the Transportation and Infrastructure Committee on 7125117.] f. Authorize the Mayor to sign Supplement No. 2 to contract #16-109 Pg.45 with KPG, Inc., for construction management services for the 2017 Overlay and Repair Program in the amount of $159,233.76. [Reviewed and forwarded to Consent by the Transportation and Infrastructure Committee on 7125117.1 g. Authorize the Mayor to sign a Memorandum of Agreement with the City Pg.65 of Seattle for the 42nd Avenue South Phase III (Southcenter Boulevard to South 160th Street) Aerial Overhead Electric Utility Relocation and Underground Installation Project. [Reviewed and forwarded to Consentby the Transportation and Infrastructure Committee on 7125117.1 4. UNFINISHED BUSINESS IL_ (continued...) REGULAR MEETING Monday, August 7, 2017 Page 2 5. NEW BUSINESS 6. REPORTS a. Mayor b. City Council c. Staff - City Administrator Report and Pg.101 Monthly Public Safety Plan update d. City Attorney e. Council Analyst 7. MISCELLANEOUS 8. EXECUTIVE SESSION — Potential property acquisition — Pursuant to RCW 42.30.110(1)(b) — 45minutes 9. ADJOURNMENT Tukwila City Hall is ADA accessible. Reasonable accommodations are available at public hearings with advance notice to the City Clerk's Office (206-433-1800 or TukwilaCityClerkCd)TukwilaWA.gov). This agenda is available at www.tukwilawa.gov, and in alternate formats with advance notice for those with disabilities. Tukwila Council meetings are audio/video taped (available at www.tukwilawa.gov) HOW TO TESTIFY When recognized by the Presiding Officer to address the Council, please go to the podium and state your name and address clearly for the record. Please observe the basic rules of courtesy when speaking and limit your comments to 5 minutes. The Council appreciates hearing from citizens and members of the public, and may not be able to answer questions or respond during the meeting. PUBLIC COMMENTS Members of the public are given the opportunity to address the Council on items that are NOT included on the agenda during PUBLIC COMMENTS. Please limit your comments to 5 minutes. If you have a comment on an Agenda item, please wait until that item comes up for discussion to speak on that topic. SPECIAL MEETINGS/EXECUTIVE SESSIONS Special Meetings may be called at any time with proper public notice. Procedures followed are the same as those used in Regular Council meetings. Executive Sessions may be called to inform the Council of pending legal action, financial, or personnel matters as prescribed by law. Executive Sessions are not open to the public. PUBLIC HEARINGS Public Hearings are required by law before the Council can take action on matters affecting the public interest such as land -use laws, annexations, rezone requests, public safety issues, etc. Section 2.04.150 of the Tukwila Municipal Code states the following guidelines for Public Hearings: The proponent shall speak first and is allowed 15 minutes for a presentation. 2. The opponent is then allowed 15 minutes to make a presentation. 3. Each side is then allowed 5 minutes for rebuttal. 4. Members of the public who wish to address the Council may speak for 5 minutes each. No one may speak a second time until everyone wishing to speak has spoken. 5. After each speaker has spoken, the Council may question the speaker. Each speaker can respond to the question, but may not engage in further debate at that time. 6. After the Public Hearing is closed and during the Council meeting, the Council may choose to discuss the issue among themselves, or defer the discussion to a future Council meeting, without further public testimony. Council action may only be taken during Regular or Special Meetings. COUNCIL MEETING SCHEDULE No Council meetings are scheduled on the 5th Monday of the month unless prior public notification is given. Regular Meetings - The Mayor, elected by the people to a four-year term, presides at all Regular Council Meetings held on the 1 st and 3rd Mondays of each month at 7:00 p.m. and Special Meetings. Official Council action in the form of formal motions, adopting of resolutions and passing of ordinances can only be taken at Regular or Special Council meetings. Committee of the Whole Meetings - Councilmembers are elected for a four-year term. The Council President is elected by the Councilmembers to preside at all Committee of the Whole meetings for a one-year term. Committee of the Whole meetings are held the 2nd and 4th Mondays at 7:00 p.m. Issues discussed there are forwarded to Regular or Special Council meetings for official action. IuNcm A GENDA S YNopsin ------ ------------------------ initialf --------------------------------- ITEXINO. Afeeliq 1?ale L2parrd �Z Allajor's review C"oundl review 08/07/17 BIGM 3.C. ITEM INFORMATION =1 R: — �n\FFSPONSO008 GI IORKANAi', A(&'Nim 08/07/17 A(I""NDA FrrAm Tritr" Baker Boulevard Non -Motorized Improvements Supplemental Agreement No. 17 with KPFF for Construction Management CATEGiORY E] Dis6vssion Z Alotion El:l &,soiulion El Ordinance E] Bid,,,fivard [] Public ffeafiq [:] 01ber Alg Date At(g Deve 08107117 1 A1(" Date Alg Date A4(g Date Alg Dale Afg Dale SPONSOR E] ("Ouncil E] Nt4iYor E] HR Ej DC'1) [:] ]"hiance E]f'"ire [] IT ] 1 -V' -R E] Police Z PIF" SI)ONSOR'S Contract No. 07-123 with KPFF Consulting Engineers provided design for the TUC S I ; MM A R Y Pedestrian/ Bicycle Bridge and the Baker Blvd Non -Motorized Improvements. KPFFS Supplement No. 17 will include construction management and inspection services for the Baker Blvd Non -Motorized Improvements. The bid was awarded to Road Construction NIW on July 17, 2017. Council is being asked to approve KP,FFs Supplement No. 17 to Contract No. 07-123 in the amount of $119,680.98. iiy r-1 cow, mtg. CA&P Cnite E] F&S Cnite Z Transportatic)n C'Mte El Utilities Crnte Arts Comm. [] Parks Cornin, E] Planning Conini. DATE: 07'/25/17 COMMIT111'.1," IAIR: KATE KIRLILLER RECOMMENDATIONS: S1)()N1,,()it/Ai)N9fN, Public Works Department (A)MM11-14"F" Unanimous Approval; Forward to Consent Agenda COST IMPACT/ FUND SOURCE AMOUNT BUDGETED APPROPRIATION REQUIRED $119,680.98 $120,000.00 $0.00 FundSource: 104 ARTERIAL STREET FUND (PAGE 15, 2017 CIP) Comments: MTG.DATE RECORD OF COUNCIL ACTION 08/07'/17 MTG.DATE ATTACHMENTS 08/07'/17 Informational Memorandum dated 07/21/17 Page 15, 2017 CIP KPFF Supplemental Agreement No. 17 to Contract No. 07-123 Minutes from the'Transportation & Infrastructure Committee meeting of 07/25/17 2 M,jFof Tukwila ..... . ...... ----------- Allan Ekberg, Mayor IVII TO:� Transportation and Infrastructure Co FROM: Bob Gibierson, Public Works Director BY Cyndy Knighton, Senior Program Manager CC:: Mayor Ekberg DATE: July 21, 2017 SUBJECT: Baker Boulevard Non -Motorized IMDrovements 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, 191miglim-1101 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 managemenit. 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 eff ect�ive 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 Trzilznd 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. 1:14914Y,V414 0 - OCTMITAM170797., Attachments: Page 15, 2017 CIP KPFF Supplemental Agreement No. 17 wApw eng1projectMa. rw & rs proedslbaker blvd non-mrAotjzed (91610409)k4onsiruclmoilc=5tyticlion managementWofmation memo - kpff supp 417 an 7-21-17,docx 3 El ,010 1 WAI WN-Wil!I kf_315;JM*3TZ4WMT7k X -MM 2017 to, 2022 PROJECT: Baker Blvd Non -Motorized Improvements Project No. 91611409 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. MAINT. IMPACT. Minimal impact, project inclludes new sidewalk trail and pavement markings. COMMENT: Project is a component of the TUCITOD Pedestrian Improvements, Grant funding by the King County Dept of Natural Resources and Parks. FINANCIAL Through Estimated! (in $000's) 2016 2016 2017 201'8 2019 2020 20'21 2022 BEYOND TOTAL EXPENSES Design 100 100 Land (RAN) 0 Const. Mgmt. 120 120 Construction 780 780 TOTAL EXPENSES 01 0 1,000 0. 01 01 O 01 0! 1,000 FUND SOURCES Awarded Grant 01 King County 1,000 1,000 Mitigation Actual 0 Traffic Impact Fees0 City Oper, Revenue 0 0 0 0 0 0 0 0 0 0 TOTAL SOURCES 0 0 1,0100 0 0 0 0 0 0 11000 2017 - 2022 Capital Impro vem,ent Program EM 0� A Supplemental Agreement Organization and Address KPFF Consulting Engineers Number 17 1601 1-i Nth Avenue, Suite 1600 Seattle, WA 98101 Original Agreement Number 07-123 (q) Phone: (206) 622-5822 Project Number Execution Date Completion Date 05-RWO3 I Decernber 31, 2017 Project Title New Maximum Amount Payable 'rukwfla Urban Center, lled/Bicycle Bridge P'SE $ 2,272,881.30 Description of Work Construction management and support services ft)r the Baker BOUIevard Road f)iet & Christensen Road Improvernews. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07-123 All provisions in the basic agreement remain in effect except as expressly modified by this supplement, Section 1, SCOPE OF WORK, is hereby changed to read: See attached scope of work. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Contract completion date renlain5 December 31, 20I This sup2lement increases the contract value by 1119,680.98, increasing the previousll authorized maxil-nUrn amount payable to $2,272,881,30, as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. David K. McMullen, P.E. By: KPFF Principal/Pr2ject Manager By: City ol—Yukwila Consultant Signature DOT Form 140-063 EF Revised 912005 Approving Authority Signature N Baker Blvd Road Diet & Christensen Road Improvements Construction Management and Support Services E= �� KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications, and Cost Estimate (P &E) Phase of the Tukwila Urban Center Pedestrian/Bicycle Bridge project, This supplement provides additional services related to: Providing Construction Management Services and Construction Support services for the Baker Boulevard Non -Motorized improvements Project, including ADA upgrades at the interseiction of Andover Park East and Baker Boulevard, wwrw �Ope #�'*&7='0a'#SV= ffr11Cez$ 11-1www1 IT is proje Phase. Task No. 1.0 Project Management and Administration 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. ZI I I ; I I �I 1: 111; 1111 1 � p 111!11111 11111111 11!! 111111; 11111!!! 11 � I I' III III I I 1!! 1111 1 211 -.1", .11 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 fo�llowing 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. 2Provide the City with brief monthly construction progress reports, highlighting progress and advising of issues which are likely to impact cost, sichedule, or quality/scope. 1 Schedule Review, a. Review construction Contractor's schedules for compliance with Contract Diociuments. M 9M 10. Monthly 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. Vom Hill b, Electronic doon 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 Compleoni Prepare final pay estimate for City approval and processing, 16. Final Records. Compile! and convey final Project records, tra�nsferring 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 Orde,r(s) • Progress Pay Requests Letters of Completion, Final records — hard copy and electronic 1 Observe the technical conduct of the construction, including providing day-to- day contact with the construction Contractor, City, utifities, and other stakehoWers, 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 applicaWe codes, and notify construction Contractor of noncompliance. Advise the City of all non-coniform,ing 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 itforit,?tiot, 111MITIT MIT ITITIVIKUNIF U= EM 5Evaluate 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 pubfic. 7Prepare field records a�nid documents to help assure the Project is administered in accordance with funding agency requirements. 8. Attend and actively partidpate in regular on-sit�e meetings, 9Take periodic digitai photographs during the course of construction. Photographs to be labeled and organized for future reference. 10. PunchUpon substaintial 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 agendes. 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. • Daily Construction Reports with Project photos — submitted on a weekly basis • Punch List(s) • Test reports Task No. 3. 10 - Submittal: Review Consultant Team shall assist the City in review w-_ 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 V.4NA24S-0, www vq C4 for review. Effort related to this item is assumed to be a maximium of 30 items forwarded fffill review. I It Page 5 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 Ibe a maximum of 15 RFI items, forwarded for review, comment, and clarification, li� 111111111; jimlil;Iiiiii 111:1;111 1111�1 !1l iii iiiii Jill 5illill to I � � ill 11 111111 -.11 AV A . 11111 13E��Z Consultant Team shall prepare Plain 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. * 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 11. Budget A. Staffing levels are anticipated in accordance with the attached budget est�imate. Consultant services are budigieted; 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 2017i 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. Thie Contra:ct�oir's schedule requires inspection coverage of extra crews and shifts, 12 ZMZ 2. The construction contract runs longer than the time period detailed above, amc, ,,� 4. The work is antic:ipated to be performed during daytime hours. Should night work be necessary, a 15 percent premium for labor will be applied to al 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. Di. The budget assumes that City's standard forms, logs, and processes will be used. Ill. 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. 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 coor. F. Construction Survey. Construction Contractor is responsible for Survey. L�= A. Consultant will provide observation services for the daysthours 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 13 MM M] 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, pector" 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" opepection" is used, it refers to inspection by a Building Oor independent agent of the BuMing Official, or other w, -w inspector who provides a certified inspection report in accordance with an established standard. Di. 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 s,ite, 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 immed'iately 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. H. RCW 4.24.115 is applicable to Consultant's services provided under this Agreement, 1. 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 310 days after delivery of the electronic files, because data stored on electronic media can deteriorate undetected or ran be modified without Consultant's knowledge. All services not detailed above, are considered Optional Services, which, along with any other Extra Work requeed by the City, will be performed only when a, mutually negotiated Supplement to this Agreement is executed, specifying scope of services and budget�, 15 17., EKAIBIT E-1 KPFF Consulting Engineers CONSULTANT �FEE DETERMINATION SUMMARY OF COST Classification dt,verhead (OH) Cost OH Rate x DSC Fixed Fee (FF) FF Rate x DSC of Reimbursables .r - ie rr qeieb�rrra 2 h1cs Sub6ibhtt6dt 2.00 X 60-00: X 62.00 X 0.00 x 90.00 x 536-00 X 0.00 x 10-00 x 82.OiO X DSC Subtotal $33,000.00 137.5�1� X $33,00000 $45,381.60 *00% X $33,000-00 I off 11 I 111 -GRAND TOTAL: $119,680�98� . . . .. .... . .. . ..... ........... ... . ... ... . ... . . ........... .......................................... — I 17 EXHIBIT G-1 �KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Total Hours X Rate Cost Senior E/LA p, X $56.97 Pro ect E/S X $44.59 LA/Eng X $40.38 Design Technician 81.00 X $26.44 $211.52 Survey Crew 0.00 X $47.1 = MOO Office Admin. 0,00 X $31.25 = $0.00 0.00 X $0.00 0.00 X $0.00 DSC Subtotal $3,900.02 Overhead (OH) Cost OH Rate x DSC oaf 136.21% X $3,900.02 $5,312.35 Fixed Fee (FF') FF Rate x DSC of 30.00% X $3,900.02 $1,170.01 R,eimbursables Mileage (## Miles x $0.55/mile) lie 2rographies (## Sheets x $Xxx/sheet) Subcontract (Sub Name & Task) (Blank) (Allowance), Subtotal $0.00 ISubconsultant Total: $110,382. iu.* City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes July 25, 2017 - 5:30 p. m. - Foster Conference Room, 6300 Building Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn Staff: Bob Giberson, Robin Tischmak, Pat Brodin, Gail Labanara, Dave Sorensen, Peter Lau, Laurel Humphrey CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESSAGENDA A. Project Completion: Tukwila International Boulevard and South 144th Street Midblock Crossing Staff is seeking Council approval of project completion and release of the retainage bond to Westwater Construction Co. in the amount of $78,722.27 for the TIB and South 1441h Street Midblock Crossing Project. This project installed a rectangular rapid flashing beacon system and associated signage and curb ramp improvements and was completed on February 27, 2017. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. B. Supplemental Agreement: Baker Boulevard Non -Motorized Improvements Project Staff is seeking Council approval of Supplemental Agreement No. 17 to Contract No. 07-123 with KPFF in the amount of $119,680.98 for construction management and inspection services for the Baker Boulevard Non -Motorized Improvement Project. KPFF designed this project as well as the Pedestrian Bridge currently under construction and this contract will provide a cost- effective way to have construction management support and inspection services on Baker Boulevard incorporated with design work completed for the Green River Trail and Christensen Road. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENTAGENDA. C. Bid Award: 2017 Overlay and Repair Program Staff is seeking Council approval to award a bid to Icon Materials in the amount of $659,441.00 for construction of the 2017 Overlay and Repair Program. Icon Materials was the low bidder of two, and the project design consultant, KPG, has concurred with this award. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. D. Supplemental Agreement: 2017 Overlay and Repair Program Staff is seeking Council approval of Supplemental Agreement No. 2 to Contract No. 16-109 with KPG, Inc. in the amount of $159,233.76 for construction management services for the 2017 Overlay and Repair Program. KPG, Inc. also designed the program. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. 20 Indleals, Meefing Dale Npand by relyiew ("'Ouncil nuviedI 08107/17 BG, EJ Resolution Ordinana Bid,,Jivard El Public Hwliq, 1:1 01ber Af(g Pale A11A Oate 08107117 IN 9 :4 ih KE91��� 1074T80M 3. D. ("AS NUNIBE"R: I STA I °J ' SI 10N SO R:BOB GIBERSON I C)RIGINAL A(&NDA Dxri�08/07/17 AGFINDA I'll,"NI 11411; Tukwila International Blvd & S 1441h, Street Midblock Crossing Contract Completion and Acceptance El DisGwxj-irw M iVfoliw) EJ Resolution Ordinana Bid,,Jivard El Public Hwliq, 1:1 01ber Af(g Pale A11A Oate 08107117 Af�'g Mae Alg Da?e Afdg Owe A fig Date, Af,g Dale ;tilt N;^()R CORmil E] Meqor EJ I'll< E] DC1.) E] Vinamv E] Fire EJ fT P& R [:] Poli, -e M 1-'ir' SPOMSO IOS The contract with Westwater Construction Company of Renton, WA is complete, for the Tukwila, International Blvd & South 144th Street Midblock Crossing Project. This contract, installed a rectangular rapidflashing beacon with signagle and ADA, curb ramp improvements. No change orders were issued and unit price under -runs totaled a credit of ($9,577.73). Council is being asked to accept, andl finalize the contract with Westwater Construction Company in the amount of $78,722.27. M.,vii,'Avr1i) ii), [] cow Nitg. E] CA&P Cnite r-1 I"'WS Cmte M'Fransportation Crnte 0 Utilities C111te E] Arts Comm, r] Parks Comm. E] Planning Comm. DA'I'E: 07/25/17 CONIMI'11'17E CIIA.IR: KATE KRULLER RECOMMENDATIONS: S110NS0R/.ADMIN- Public Works 0),MNIHIVY Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT/ FUND SOC URCE, F,xi)i;1'N,i)rn,,ar Rix��uiiwi)AMOL.[N,'r BUDGE,rED APPROPRIATION REQUIRED $78,722.27 $94,800.00 $0.00 Fund Source: 104 ARTERIAL STREETS Coinni.ents: IVITG. DATE RECORD OF COUNCIL ACTION 08/07/17 IVITG. IC9ATE ATTACHMENTS 08/07/17 Informational Memorandum dated 07/21/17 State of WA Depart of Revenue Notice of Completion, 16-162 Minutes, from, the Transportation & Infrastructure Committee meeting of 07/25/17 21 22 City of Tukwila Allan Ekberg, Maiyor Transportation and Infrastructure Commi Bob Giberson, Piublic Works Dlrector.,, Peter Lau, Senior Program Manager July 21, 2017 SUBJECT- TIB and South 144 th Street Midblock Crossing Project Project No. 91610406, Contract No. 1' 6-16i2 Project Completion and Acceptance ISSUE G _',M L UU16cdalm- Lmc_14 4 w JV1_d7P_r_P� 0,7310M left IN= 10 the midblock crossing north, of the Tukwila International Boulevard (TI�B) and South 11441h 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 Southi, 144th Street Midblock Crossing Project was $94,800.0,0. Uni�t 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 $88,300.0 Unit Price Under-ruilns A T 78.722.2 otal Contract Amount Sil Attachment: Notice of Comptetion, Contract #16-162 WAPW EVPROJECTSA- RW& R8 PPOPC&nB-144th Wdiblockcrussing N1610406)Zonstax:WOO.700- Post Constmijon& CloseouNnb Me= TIS Mid Block Crossing Qrse out, 070717 glitlkxx 23 24 "N' Original Revise d# NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Date: June 29, 2017 C'ontraetor'stfBlNumber: 601173970 Name & Mailing Address of Public Agency 0epartmetit Use Only City of Tukwila Assigned to: 6200 Southcenter Boulevard! Tukwila, WA 98188, Date Assigned: UBI Number: 179000208 Notice is herebt, Lliven relative to the camtylefinti nt'entytrijet tir nrt)irv-1 dovorihod hPItito I Project Na me, Contract Number Job UrTler Contracting TIB & South 144th Street Midblock Crossing Project 116-162 -Z 1 0 Yes W No 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? 0 Yes WT No (if yes, provide Contract Bond Statement below) Contractorls Name E-miil Address I Affidavit I&I, West water Construction Company imickwestwater@comcast.net 1717123 Contractor AdrensTeleplione # 16209 SE 173rd Place, Renton, WA 98058 425-891-3362 If Retainage is not withheld, please select one of the following and CistSurety's N—a-m-TeT and Number. 5K Retainage Bond Contract/1"ayment bond (Nrafid fear kderally Funded transi)ortation prqjecls) Name: Merchants Bonding Company (Mutual) 1BondNumbet: WA100139 Date Contract Awarded Date Work Commenced ate Work Completed Date'Work Accepted November 21, 2016 December 19, 2016 February 17, 2017 1 Were Subcontracters used on this, project? If so, please complete Addendum A. Vy"es, [] No Affidavit 11)* -No L&I release will be granted until all affidavits are, listed. Contract Arnount Additions RedUCtions Sub -Total Amount ol.'Sales Tax 0.0 (ft'various rates apply, pkase sQnd a breakdown) TOTAL $ 88,3OOitat $ 000 $ .. ........ 9,577,73 $ 78,722.27 $ 0 $ 78,722.27 NOTE. Tliese two totals must he Liquidated Damages $ 0.00 Amount Disbursed $ 78,722,27 Amount Retained $ 000 TOTAL $ 78,722.27 Note: The Disbursing Offlicer must subtuit this completed notice immediately after acceptance of the Nvork dane under this contract. NO PAYMENT S1 IALL BF, MADF' FROM RHAINED FUNDS until receipt of all release certificates. Submitting For ar: Please submit the completed form by email to all three agencies bclow Contact Name: Diane Jaber fl'itle: Fiscal Specialist Email Address: diane.jaber@tukwilaiwa,gov Department of Revenue washi" Stine Dqwwwt of Public Works Section in Labor & Industries (360) 7014.5650 Contract Release PWC@dor,wa gov (8351545-8163, option # 4 ContraclRelease@LN INA, GOV 411'4' 31 0020c (4/28/14) F215-038-000 04-2014 Phone Number: (206) 433-1871 X 1871 Employment Soourfty Department Registration, inquiry, Standards & Coordination Unit (36'0) 902-9450 pub1icworks@esd,wa.gov 25 Addendum A: Please List all Subcontractors and Sub -tiers Below This addeudurn can be submitted in other fionnats. Provide known aflidavits al this firric. No L& I release will be granted until all Affidavits are listed. Subcontractor's Marne: UBI Number: (Required) Affidavid lD* Hot Mix Pavers, Inc. 600310693 707139 West Coast Signal, Inc, 603,149602 7071188 For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may Use the Washinelon Relav Service by callina 711. 1 IREV 31 0020e Addenduni (04/28/14) F"215-038-000 04-2014 1 26 City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes July 25, 2017 - 5:30 p. m. - Foster Conference Room, 6300 Building Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn Staff: Bob Giberson, Robin Tischmak, Pat Brodin, Gail Labanara, Dave Sorensen, Peter Lau, Laurel Humphrey CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESSAGENDA A. Project Completion: Tukwila International Boulevard and South 144th Street Midblock Crossing Staff is seeking Council approval of project completion and release of the retainage bond to Westwater Construction Co. in the amount of $78,722.27 for the TIB and South 1441h Street Midblock Crossing Project. This project installed a rectangular rapid flashing beacon system and associated signage and curb ramp improvements and was completed on February 27, 2017. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. B. Supplemental Agreement: Baker Boulevard Non -Motorized Improvements Project Staff is seeking Council approval of Supplemental Agreement No. 17 to Contract No. 07-123 with KPFF in the amount of $119,680.98 for construction management and inspection services for the Baker Boulevard Non -Motorized Improvement Project. KPFF designed this project as well as the Pedestrian Bridge currently under construction and this contract will provide a cost- effective way to have construction management support and inspection services on Baker Boulevard incorporated with design work completed for the Green River Trail and Christensen Road. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENTAGENDA. C. Bid Award: 2017 Overlay and Repair Program Staff is seeking Council approval to award a bid to Icon Materials in the amount of $659,441.00 for construction of the 2017 Overlay and Repair Program. Icon Materials was the low bidder of two, and the project design consultant, KPG, has concurred with this award. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. D. Supplemental Agreement: 2017 Overlay and Repair Program Staff is seeking Council approval of Supplemental Agreement No. 2 to Contract No. 16-109 with KPG, Inc. in the amount of $159,233.76 for construction management services for the 2017 Overlay and Repair Program. KPG, Inc. also designed the program. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. 27 W. -- --- I'll ---__,_._..,m . I ... J , nifials Al.eelin,g Dale Pirpared fir, Nlapr.f ren I (w Co un ed re, 14PIM) 08107117 BG a e LE Al(g Dev Iv4g D"lle Date Xlg [)ate Alii Date 08107117 MYA Date ilf/g Date 1't )NS 0 Countil E:] Nlqyor 0 f I R E] OCD E] Finance [] Fim E] IT E] P&R [:] Police Z mr, SI)ONSOR'S The 2017 Annual Overlay & Repair Program was re -advertised for bids on June 29 and July SUMNIA' 6, 2017. Council approved Resolution No. 1909 that rejected the April bids, as all bids were over budget. Two bids were opened July 13, 2017 with the low bid of $659,441.00 from Icon Materials. Six locations are scheduled for asphalt overlay throughout the City, 3.E. CAS NUNIMW �ST,V`FS1)()NS(-)W BOB GIBERSON 08/07/17 A(,&,N DA ITI I , IT] 2017 Annual Overlay & Repair Program Bid Award to Icon Materials (";\,n;X,,(-)1(y El oh-cussion E1,14(vion Resolulion E] Orefinam-4, Z Bial. faaaard E] Public I lealiq ,g [-1 01her Al(g Dev Iv4g D"lle Date Xlg [)ate Alii Date 08107117 MYA Date ilf/g Date 1't )NS 0 Countil E:] Nlqyor 0 f I R E] OCD E] Finance [] Fim E] IT E] P&R [:] Police Z mr, SI)ONSOR'S The 2017 Annual Overlay & Repair Program was re -advertised for bids on June 29 and July SUMNIA' 6, 2017. Council approved Resolution No. 1909 that rejected the April bids, as all bids were over budget. Two bids were opened July 13, 2017 with the low bid of $659,441.00 from Icon Materials. Six locations are scheduled for asphalt overlay throughout the City, including a portion of the Fort Dent parking lot. Council is being asked to, award the bid to Icon Materials in the amount of $659,441.00. 11;1, \vl; 1) fly F1 COW Mtg. El CA&P Corte r-1 F&S Crnte ZTransportation Cmte F1 L'Jdfitles Cnite E:] Arts Cmrini. Parks Comm. Planning Comm. DATIII,": 07/25/17 CONTMITTEF.,'CHAIR: KATE KRULLER, RECOMMENDATIONS: S11()NS0R/ADNI1N. Public Works CONIN11TH-1' Unanimous Approval; Forward to, Consent Agenda COST IMPACT / FUND SOURCE 1'7'X11FNDFH AMOUNT B UDGETED APPROPRIATION REQUIRED $659,441.00 $865,000-00 $0.00 FundSource: 104 ARTERLAIL STREETS &301 PARKS (PAGES 18 &34, 2017 CIP) Continents: MTG.DAT7E RECORD CIF' COUNCIL ACTION 08/07/17 ... . .. . .... MTG. DATE ATTACHMENTS 08/07/17 Informational Memorandum dated 07/21/17 Vicinity Map Pages IS & 34, 2017 CIP Consultant Recommendation Letter Bid Tabulation Minutes from the Transportation & Infrastructure Committee meeting of 07/25/17 F- - ------------------------- - - - - - - ------ - - 29 OTS -1 LOX% TO� FROM: By; DATE: CC: Ci f Tukwila AllanEkberg, Mayor Bob Giberson, Pubtlic Works Director Davild Sorensen, Project Manager ,July 21,, 2017 Mayor, Ekberg SUBJECT: 2017 Overlay and Repair Program Prollect No. 916104011 Wd Award ISSUE A,ward the bid for construction of the 2,017 Overlay and Repair, Program. RMZ444M The Overlay and Repair Prograrn preserves and maintains the street structure in a Safe and useable clondtfon. Construction will include pavementrepairs and an asphalt overlay at six ltions citywide. The original bid package was advertised in April ,2017, but a4l four bids were over budget and Councif then rejected all of those bids by Resolution No. 19019. A'N,ALY,S,,,IS A call for bids was re-adverlised for the 2017 Overlay and Repair Program on June 29,, 2017 and July 6, 2017 and two bids were opened on, July 1 , The, lowest apparent bidder was Icon Materials with a bid of $659,,44 1.00 With an Engneer` s Estimate of $67 r 2,610,,00. There were no bidding errors. Based on the bidding results, the project design consultant KPG conce urred to award the 2017 Oveday and Repair Program to the apparent low bidder, Ilcon Materials. BUDGET AND, BID SUMMARY (All amounts include sale tax) Bid Results Estimate 2017 qg4ket Bid Schedule "N"' $551,071. ,300-100 $765,000-00 Contingency (5%), 27,553-55 Bid Schedule "B" Fort, Dent 108,370.010 103,310-00 100,000'.100 Contingency (5,%) 5,418.50 0e010 0.00 Total W§M Q RECOMMENDATION Couroll is beinig asked to and the construction contract for the 2017 Overlay and Repair Program to lcon M1aLeri als in the amount of $659,441 LO and consider this item on the Consent Agenda at the August 7, 2017 Regular Meeting, Amoichrm-mim Wcknfty IWp Pages '18 & 34, 2017 CI P Consuiltant Hecommendallon Ild"TabWafion IN.IVW EldIPH04FETSVIII "SIRS ROCACtwMal omon Vlopier hw,)MI"A%V17 Cooky A ftwk NgWaPm"Dg5#0o e 50-0 And PwOFIvo to KV4VArflDm 7u IIEW7 fly&WHohd Awaoifl,\x 31 32 33 34 141,11raflaltil Will 2017- 20 0 9mprovement Program 18 35 2,017 to 2022 PROJECT: Annual Overtay and Repair Program Project No,. gxxl,0401 DESCRIPTIOW S�eloct, design and mnstruict asphalt and concrete pavement overlays of art TW and residentW streets, ing before We, which Preserve, and rraintaO the street structure in a safe arkd useable state by resurWur ils,o JUSTIFICATION, minimim costs, Some indivictual sites may be coordinated' with water, sewer, and surface: water pirojacts, STATUS- Each yiear varuo,us sectn5� of roadwoV throul0out the Dly are desigired and COMStTUCted fw uphaft Overlay, MAINT. IMPACT. Reduce& an;nt,4 maiintenanee, COMMIENT, Ongoing projeo. Onily one year actuals shown rn first, c0urnn. FINANCIAL Through Esithinated On $000%li 2015 2016 2017 2018 2019, 2020 20211 2022 BEYOND TOTAL EXN NSES Design 123 136 150 '150 175 175 200, 200 2,00 1, 5,08 Land (RM), 0 const. mgIrm, 276. 175 200 j 200 225 225 250 250 275 2,076 Construction t289 1,260 1.050 1,050 11330 1,3410 11,350, 1,350 1,376 11,394 TOTAL EXPENSES 1,608 1,570, 1„400 1,400 1 730 1O,7 0�74 1 8010, 1,800 1,850 114,978 FUND SOURCES Awarded Grant PIrOpMed Grant Mitigation Actua� Wigation Exx pected City Oper, evenue 106 1,570 1e4 0 I,400 1�730 1,740 1,18CO, 1,800 1,W50 14,97a TOTAL SOURCES 1,686 1, 70 1,4 1,400 1,7 N 1,740 1,8100 1,800 i 1,860 14,9171 2017- 20 0 9mprovement Program 18 35 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 202!2 PROJECT. Fort Dent Park Project Nos, 90330107 DESCRIPTIOW 52 -acre reqiDnall park requires, ongoaing capitail and mairitenance improvements, Kng County transferred Fort Dent Park to the pity in 2003- Concessionaire agreement with Starfire Sports t,o operate the complex. JUWIF11CATI OW City lis responsibile for maintenance of the picnic area, parking Ilea, trail, panel, and all major park repairs and inVastruicture, STATUS. Funneling of approximately 51251 per year through 2022 isfor a phased approach to pwking lot repairs In ooqjuniction wb the City's Annual Overlay and Repair Programi, curbs and drainage. IIIA 1'. IMPACT: Approximately 1,750 staff hours per year. I.,, City hU Am cosftbn Le mc;luded. COMMENT: I% Mlunk-J Pall Arts F r,,,,dl , rided cortstrur FWANCIAL Thro"gh Estimated --Lijin $$0,00's) 20116 2016, 20,17 2010 2019 2020 2021 2022 SEYO,ND TOTAL EXPENSES Desngn 343, 10 10 10 110 I'D 10 10 413 Land (R/W), 0 Const. Mgmt 15 i's 1, 15 15 151 15 105 ConstrUction 1,477 100 1401 1001 100 100 1010 100 2,177 TOTAL EXPENSES 11,820 125 1125 i 125 125 125 1: 26 12S 0 2,695 FUND SOURCES Awarded Grant 694 694, Parking Taxes 50 50 Mifigation Actual 0 Mifigation Expeoted 0 RUT 1 Funds 1,076 125 125 1,2!51 125 125 125 0 1 ��951 TOTAL SOURCES 11,220 125 125 125 125 125 1125 125 0 2,695 2'017 - 202ZCapitWftprovement Program 34 36 David, Soremen City of Tukwila 6200 Southcenler Boulevard 'VukNvi la, W.A 9 818 9, RE: 2017 Overlay Program ,Dear Mr. SOrCUSCY1, As, requested, KPG has completed, the verification for CPM Development Corporation DB : [CON Materials for the 20,17 Overlay'Program. 'We have also checked' the status of CPM Development Corporation DBA- ICO'N Materials on, the Washingtom State Labor and Industries web, page to cunfirm they are currently 'i mqu red, bonded, and license(:]. Additionally, no strikes or debarnient records arose federally or starfewide tegarding CPM Deel opt-neut Corporation DBA: ICON Materials, and none of their subcontract ors are currently suspend d, ,It is KPG's recommendation. that the 2017 0verlay ProgTZIM be awarded to, CPM Developtrent C,orporation DBA: ICON Materials We have enclosed the contractor verification padkage for your review. Sincerely, KPG, Im Nelson Davis, PX, Im Enclosurm CPM Development Corporation DBA- ICON Materials, Verification PackaP4 31,31 Elliott Avenue, Suite 400- Seattle, WA 98121 � Phone (2%) 206-16AQ 2502,Jelfe:rson Avenue *Tacoma, WA 98402 - Ph,rme (253) 627472,13 23 SGuth Wenatchee Avenue -Wenatchee, WA 98801.-, PhG.ne (5 0) 663-2711 www,kpg,com 37 W; CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2017 Overlay BID TABULATION Tukwila Project # 90610401 July 2017 En. ineer's Estimate mLt • �. - \, ~ ��\ a 0 � �\��� _�� j.-\��o�\\� Lakerid•ePavin• Co an ,LLG __-- No. Section No. ltern qty Unit Unit Cost Total Cost Unit Cost Total Cost _ 3 Unit Cost Total Cost ROAD AY (SCHEDULE A) ROADWAY i 1-04 Une •ected Site Chanes ® FA $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10.000.00 1-07 Resolution of Utili Con $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 5 5,000.00 5.000,00 1-07 P Plan0 $ 750.00 $ 750.00 $ 66.000.005 $ 2,000.00 50,000.00 $ 2,000.00 $ 500.00 $ 94.000.00 $ 500.00 1-09 Mobilization $ 66,000,00 $ 50,000.00 $ 94,000.00 5 1-10 Pro ect Tempora Traffic Control 1 $ $2,000.00 ' 82,000.00 $ ,000.00 $ 80.000.00 $ 90,000_00 $ 90,000.00 2-02 - _ Sidewalk -- 0 SY , .0 6,600,00 •. 0 •r 60.00 • 0 € . RemovalLF 0 5.700.0000 4,750 0 3000 700.00 8 2-02 Remove of Structure and Obstruction MEM$ 5,000.00 $ 5,000,00 $ 1,200.00 $ 1,200.00 $ 16,000.00 $ 16,000.00 9 2-03 Roadwa Excavation Incl, Haul 620 $ 85,00 $ 52,700.00 $ 90.00 $ 55,800.00 $ 90.00 $ 55,800.00 10 2-03 Unsuitable Foundation Excavation Incl, Haul 40 100.00 $ 4,000,00 $ 78.00 $ 3,120,00 $ 90.00 $ 3,600.00 4-04 Crushed Surfacing Top Course 710 TON 60.00 44 r • 46.00 ..0 } i 65.00 4 150.0 12 5-04 Pavement Re•airExcavation Incl. Haul r 000 0 90.00 $ 3,500.00 4 HMA CI. 112" PG 64-22 1,510 TON t s O I $ 100.00 $ 151,000 00 . $ 115.00 173.650.00 14 5-04HMA for Pavement Repair CI. 1t2 PG 64-22 *0 TON 1 0.00 $ 13,500.00 $ 225.00 $ 20,250.00 630.00 $ 175.00 $ 15,750.00 15 5-1' T icltened Ed•e ► LF 2.N 360.00 3.50 3.00 540.00 16 i' Plan n u inous Pavement 6 Y 25, •0 29,000.00 20.00 23,200.00 $ 30.00 $ 34,800.00 • Joint/Crack Seal n• FA 000.0 00 0I $ 1,000.00 $ 1,0-00.00 $ 1,000.00 18 Ad ust Water Valve m 450 00 $ 4,950.00 800,00 $ 8,800_00 $ 500.00 5 5,500.00 19 8-01 Erosion r'YYaterPollution Control $ 5,000.00 $ 5,000.00 000 .00 $ 5,0 .0 5,000,00 ,000.00 20 Inlet Protection EA 80.00 $ •t ,440.00 $ 60.00 $ 1,0 .00 $ 50.00 $ 900.00 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 8x13 Ad'ust Monument Case and Cover 1 EA $ 700.00 7I0_00 :0t,r $ 800.00 1.111103111 $ 500.00 SIDEWALK (SCHEDULE A), 23 8-14 Cement Cork. Sidewalk r SY70.0 + f 0,00 $ 9,600.00 70.00 • t t 24 8-14 Cement Cone. Curb Ramp 2,700.00 16.200. t o 3,500.00 $ 21,000.00 5 2,700.00 $ 16,200,00 Tt; Rt SEWER ( SCHEDULE A) 25 7-05 Ad ust Catett Easin 12 EA 0 7,200.0 $ 1,000.00 $ 12,000 00 00.00 26 7-05 Storms )rain Marker 11 EA 20.00 220.00 5 50 $ $ 550.00 $ 20.00 $ 220.00 SANITARY ER SCHEDULE A) 11.1..111111111.11. 27 7-05 Aclust nhole EA • $I$ $ 4.200.00 000 I f I i 00 ==lignag$ 4, 375.00 FFIC CONTROL(SCHEDULE _ I 8-09 Raised Pavement Marker T •e 1 HUND $ 500.00 $ 500.00 $ 400.00 $ 400.00 $ 625.00 $ 625_00 29 8-09 Raised Pavement Marker T .e 2 ® HUND $ 500,00 $ 500.00 $ 600.00 $ 600.00 $ 875.00 $ 875.00 30 8-22 Plastic Sto Line 20 LF $ 10.00 $ 200.00 75.00 $ 1,500.00 $ 40.00 5 800.00 31 8-22 Painted Line, 4 Inch 200 MEM 1 25 250.00 $ 5.00 1 ua + 4,00 :#I �+ ROADSIDE DEVELOPMENT (SCHEDULE 8-02 Prone Restoration FA$ 5,000.00 5,000.00 " 00r tt $ 5,000.00 $ 5,000.00 $ 5,000.00 FRANCHISE UTILITY ITEMS (SCHEDUL€ A) 8 19 Ad'ust Franchise Utilit anholeNault 1 M EA 00,00 $ 800.00 $ 1,00-0.00 $ 2,500.00 5 800 00 $ 2,500.00 $ 1,600.00 $ 750 00 5I i $ 750.00 $ 1,000.00 5 8-19 Adjust Gas Valve 2 $ 500,00 TOTAL SCHEDULE,,4 569,300.00 TOTAL SCHEDULE A X61,071,00 TOTAL 64 ,285.00 1 sf2 SM CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS 2017 Overlay BID TABULATION Tukwila Project # 90610401 July 13, 2017 No. 1 Section No. ROADWAY (SCHEDULE B) Item Unit FA 07 1-09 48 8-01 8-04 HMA CI. 1/2" PG 64-22 Inlet Protection 390 6 Cement Conc. Traffic Cu r% and Gutter 4 Cement Conc. Tra c Cu 40 190 LF LF 49 8-04 Cement Conc. Extruded Curb T •e 0 SIDE TALI( (SCHEDULE B). 50 4 Cement Conc. Sidewalk SY -14 Cement Conc. Ct Ramp EA STOR R(SCHEDULE I 2 7-05 Adjust Catch Basi EA TRAFFIC CONTROL DEV CES (SCHEDULE B) 8-22 Plastic Line, 4 l'n 220 LF �t ll tt t .t:\+. i1\ Engineer's Estimate T Y \` Ca ' '\� Lakerid • e Pavin • Corn • an LLC Unit Cost Total Cost Unit Cost Totat Cost Unit Cost Total Cost 500.00 $ 5110.00 $ 500 00 $ 500.00 ' $ 500.00 8 500.00 400.00 $ 400.00 $ 2,000.00 $ 2,000.00 $ 250,00 8 250.00 10,000.00 $ 10,000.00 $ 8,000.00 $ 8,000.00 $ 20,000.00 $ 20,000.00 10,000.00 $ 10,000.00 $ 3,000.00 $ 3,000.00 $ 12,500.00 $ 12,500.00 60.00 $ 1.500.00 $ 120.00 $ 3,000,00 $ 60.00 $ 1,500.00 35.00 1,400,00 3 65 00 2,600 00 30.00 $ 1.200.00 80.00 $ 16,800.00 $ 140.00 $ 29,400.00 $ 90.00 18,900.00 90.00 $ 1,800.00 $ 78.00 $ 1,560.00 90.00 $ 1,800.00 65.00 $ 650.00 $ 66.00 $ 660 00 8 65.00 $ 650.00 105.00 $ 40,950.00 $ 100,00 $ 39,000,00 $ 115.00 $ 44.850.00 80.00 $ 480.00 $ 60.00 $ 360 00 $ 50 00 $ 300.00 60.00 $ 2,400.00 $ 30.00 $ 1,200.00 $ 60.00 $ 2,400.00 42.00 $ 7,980.00 $ 30.00 $ 5,700 00 $ 40.00 $ 7,600.00 15.00 $ 1950.00 $ 15.00 $ 1,950.00 $ 12.50 $ 1,625.00 i - 75.00 $ 2,250.00 $ 80.00 $ 2,400 00 $ 75 00 $ 2,250.00 2,500.00 $ 2500.00 $ 3,500.00 $ 3:500.00 " $ 2,900.00 $ 2,900.00 600.00 1,200.00 1,000.00 $ 2,000.00 $ 625 00 $ 1,250.00 IIIIIIIIIIIIMIMIIIIIIII 2.50 $ 550.00 7,00 $ 1,540 00 $ 5.00 $ 1,100.00 TOTAL SCHEDULE 8 TOTAL 103,3"10.00' SCHEDULE B TOTAL $ 108,370.00 SCHEDULE 8 121,576.00 TOTAL ESTIMATE 672,610.00 TOTAL BID $ 65'6,441.00 TOTAL BID 769,860.00 2 of 2 42 City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes July 25, 2017 - 5:30 p. m. - Foster Conference Room, 6300 Building Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn Staff: Bob Giberson, Robin Tischmak, Pat Brodin, Gail Labanara, Dave Sorensen, Peter Lau, Laurel Humphrey CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESSAGENDA A. Project Completion: Tukwila International Boulevard and South 144th Street Midblock Crossing Staff is seeking Council approval of project completion and release of the retainage bond to Westwater Construction Co. in the amount of $78,722.27 for the TIB and South 1441h Street Midblock Crossing Project. This project installed a rectangular rapid flashing beacon system and associated signage and curb ramp improvements and was completed on February 27, 2017. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. B. Supplemental Agreement: Baker Boulevard Non -Motorized Improvements Project Staff is seeking Council approval of Supplemental Agreement No. 17 to Contract No. 07-123 with KPFF in the amount of $119,680.98 for construction management and inspection services for the Baker Boulevard Non -Motorized Improvement Project. KPFF designed this project as well as the Pedestrian Bridge currently under construction and this contract will provide a cost- effective way to have construction management support and inspection services on Baker Boulevard incorporated with design work completed for the Green River Trail and Christensen Road. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENTAGENDA. C. Bid Award: 2017 Overlay and Repair Program Staff is seeking Council approval to award a bid to Icon Materials in the amount of $659,441.00 for construction of the 2017 Overlay and Repair Program. Icon Materials was the low bidder of two, and the project design consultant, KPG, has concurred with this award. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. D. Supplemental Agreement: 2017 Overlay and Repair Program Staff is seeking Council approval of Supplemental Agreement No. 2 to Contract No. 16-109 with KPG, Inc. in the amount of $159,233.76 for construction management services for the 2017 Overlay and Repair Program. KPG, Inc. also designed the program. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. 43 Ell q .— ------- ---- ----------------- Inellah, MeeLn&, L)ale L2and I jw�Lo r ,,s reiv . elm I ("Ouned review 08107117 BG , I e GET F-1 Ordinaiwe "I M Bid. lward EJ Public I fea6n,g El 01ber Alag Date Altg Date 08107117 Dale M(Dale 19, 1 h119':)rte 1%4�4 Dale Altg Dalo SPOMSOR E] (,'i)un,-d [:] Alq)wr [] 1-W D I -XD E1.1"Main-e [:] Fire E] FT' E] P&R E] R)Ace Z PJV ITEM INFORMATION 3. F. CAS Nu,%4HFR:'AFFSPONSoi�: BoB G'IBERSON S" � () R IG IN A 1, A( -&"NDA Dxi'i: 08/07/1 ,"7 2017 Overlay & Repair Program Construction Management Supplement No. 2 with (CPG, Inc. Dilaussion Z Molion E] Resolulion F-1 Ordinaiwe "I M Bid. lward EJ Public I fea6n,g El 01ber Alag Date Altg Date 08107117 Dale M(Dale 19, 1 h119':)rte 1%4�4 Dale Altg Dalo SPOMSOR E] (,'i)un,-d [:] Alq)wr [] 1-W D I -XD E1.1"Main-e [:] Fire E] FT' E] P&R E] R)Ace Z PJV SPONS(AOS (CPG, Inc. is currently the design consultant for the 2017 Annual Overlay & Repair Program SLINIMARY with Contract No. 16-109. (CPG was also chosen for construction management services. The construction bid is being awarded tonight to Icon Materials. Council is being asked to approve Supplemental Agreement No. 2 for construction management with (CPG in, the amount of $I59,233.76. Rj�xlf,'WFD tjy cow NItg. ❑ CA&P Crnre ❑ F&S (.,mte 1z'I"ransportation Cmte Utilities Corte Arts C ornm, E] Parks Comm, EJ Pkinning Comm, DATE: 08/07/17 CONIMYFFE1111 Cf LUR: IKATE KRULLER RECOMMENDATIONS: SPONS()ii/AD'1\41N. Public Works COMMWITI` Unanimous Approval; Forward to Consent Agenda: COST IMPACT/ FUND SOURCE, R J) AmOUNTBUDGETED APPROPRIATION REQUIRED $159,233.76 $200,000.00 $0.00 Fund Source: 104 ARTERIAL STREETs (PAGE 18, 2017 CIP) Comtnent.v: MTG. DATE RECORD OF COUNCIL ACTION 08/07/17 MTG. DATE ATTACHMENTS 08/07/17 Informational Memorandum dated 07/21/17 Page 18, 2017 CI Consultant Supplemental Agreement No. 2 to Contract No. 16-109 Minutes from the'Transportaition & Infrastructure Committee meeting, of 07/25/17 45 m Fff A -R1111111111111 -we , BY: CC: DATE- Public",A David Sorensen, Project Manager Mayor Ekberg Friday July 21, 2017 Allan Ekberg, Mayor SUBJECT: 2017 Overlay and Repair Program Project No. 9171�0401, Contract No. 16-109 Supplemental Agreement No. 2 for Construction Management Services ISSUE Execute Supplemental Agreement No. 2i with KPG,(KPG) to provide construction management services foir the 2017 Overlay and Repair Program. o On September 6, 2016 the Council approved the contract with KPG to provide engineering design vg*i1-eT??-.e supplement to the design contract. K�PG 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, 20117. FISCAL IMPACT' Sup No. 2 CM Budg Construction Management Sup No. 2 Council is being asked to approve Supplemental Agreement No. 2 to Contract No. 16-109 for construction management services with KPG, Inc. for the 201'7 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: Page 18, 017 CIF Contract, Scope of Work and Fee Estimate W',J1W �nVPAQJrCTSW AW A AS Pralece*)nuatl Ovenay, & Repir PToqMffd017 C40ay & flapaif PvograrrX'N ManagemeorConsknxigm Marogement F, N 2017 to 2022 PROJECT: Annual Overlay and Repair Program Project No, 9xx10401 DESCRIPTION. Select, design and construct asphalt and concrete pavement overlays of arterW 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 varlOUS 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 (in $00,0's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Design 123 '135 150 i 150 175 175 200 200 200 1,508 Land (RAN) 0 Const, Mgmt, 276 175 200 200 225, 225 250 250 275 2,076 Construction 1,289 11,260 1050 1,050 1,330 1,340 1,350 1, 05'0 1,375 '11,394 TOTAL EXPENSES 1,588 1,670 1,400, 1,400 1,730 1,740 1 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 1,670 1,400 1,400 1.730 1,741 1A00 11800 1 Aso 14,978 2017 - 2022 Capital �mproyemant Program IN M 50 SUPPLEMENTAL AGREEMENT No. 2 AGREEMENT No. 16-109 PROJECT No. 91610401 City of Tukwila IPG, Inc. Public Works Department 753 - 9th Avenue N. 6300 Southcenter Boulevard #100 Seattle, WA 98109 Tukwila, WA 98188 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 Exhibit -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 fear 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 $281,900.30 without express written modification ofthe. greement signed by the City. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this —day of 12017. Attested: Christy O'Flaherty, City Clerk KPG, INC. X :1 so' &nD Principal 51 52 Me ! =-$ MOM 11 2017 City of Tukwila — 2017 Overlay Program This work will provide additionial design for one (1) additional overlay site on 42 nd Avenue S, preparation of revised bid documents for re -bid, and construction management services for the constructioni contract to complete the City of Tukwila — 2017 Overlay Program. These services wi:ll include preparation of bid documents, bid period services, design support, project miainageme,nt, doicumentation control, inspection, materials t!estinig, public invoilvement, 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. IMMIn, 13, M, Emmm�a� The proposed project team will include one part-time documentation control specialist, a part-time resident engineer cluiring construction activities, a full-time inspector, an additional inspector if required, sub-consultantsi 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. K i PG estimates a total project construction duration of 60 working days (12 weeks) including pireconstruction service, construction services, and project closeout, No suspensions or stop It is anticipated that the KPG will develop the Record of Material's (ROM). This scopie of services provides the mainagemeint of the ROM and scheduling of required materials testing respectively, 0 It is anticipated that the City will review and execute the insurance, bonds, and the Construction KPG will do all public outreach, and ensure affected busiiniess and residents are notified of impencling contractor activities one week prior to work by door to door and or A-bioard signs City of Tukwila — 2017 Overlay Program Page 2 of �3 KPG Construction ManagementServices Project Number 16101 Scope of Work 717117 53 EXAIBITA-2 ��at itclude, date. iw tr 11111". 1111111 ..... . . . . . I 0 The design engineers from KPG will be available during construction to answer questions during construction and review RAM's, shop drawings, and answer RFI'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, 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. 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 2.1 The Consultant will prepare base map, plans, specifications, and quantity estimates for maintenance of 42 d Avenue S, settlement near the Allentown bridge, 2.2 The Coall revise bid documents to include the 42nd site and remove other sites in an effort to match project construction budget. Work will include posting to bxwa.com, w period services, preparation of bid tabulation aind recommenclation to award letter. �- I �'- I • Uploaded bid documents to bxwa.com • Bid tabulation • Recommendation of award City of Tukwila — 2017 Overlay Program Page 3 of Construction Management Services Scope of Work 54 KPG Project Number 16101 717117 10114! 11 1.11 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 0 Preconstruction conference agenda with meeting minutes ff.'XITIC, ZZ414H 61 C.11A I 1010W 41iTH41 *Nwdwp 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: i. 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. H. 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. iiil. 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 KPG Construction Management Services Project Number 16101 Scope of Work 717117 55 EXHIBIT A-2 furnished, work performed, and rate of progress of work performed by the construction contractor. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. viH. 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. XCollect and calculate delivery tickets and salesman's daily reports of aggregate, All tickets will be initialed with correct bid itern and stationing identified (Construction Manual 10-2)i. xi, Attend and actively participate in regular on-site weekly construction meetings. XiL Take periodic digital photographs during the course of construction, and record locations. r 1 1111 11� 1 116"Rem MEE JIM. 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. aw • Daily Construction Reports with project photos —submitted on a weekly basis • Punch List, Certificate of Substantial Completion • Review test reports for compliance City of TTukwila--2 17 Overlay Program Pageoft) KPG Construction ManagementServices Project Number 16101 Scope of Work 717117 56 A, Document Control. Original documentation will be housed at the Consultailnt's office, and filed in accordance with standard filing protocol. A copy of working files will be maintained in t�.e field o'Vice. • 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. K 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. 1, 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 '9 KPG Construction Management Services Project Number 16101 Scope of Work 717117 57 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 KPGs 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 MPhysical 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 4.5i — SUBMITTAL/RF] PROCESSING A, Submittals: Coordinate review process for shop drawings, samples, traffic control plans, te reports, and other submittals from the Contractor for compliance with thie contract documen Key submittals to be transmitted to the City for their review and approval. Submittals shall logged and tracked. Request for Information (RFl): Review and respond to RFI's, RFI's shall' be logged and tracked. CRecord of Materials (ROM): Utilize ROM prepared by KPG and update based on Speci Provisions and Plans for use on the project, based on the contract specifications. The ROM willwa maintained by the Resident Engineer. The ROM will track all of the materials de'llivered to the si - including main ufacturer/supplier, approvedQPL iteirris, miaiterial complianii documentation, and all other required: documentation, Deliverables 0 Submittal log 0 RFJ Log 0 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, RFD's, Field Work Directives City of Tukwila — 2017 Overlay Program Page 7 of KPG Construction Management Services Project Number 16101 Scope of Work 717117 W -P 10174TS 110 1 EN 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 ordebe executed in accordance with W5DCT Standard Specifications and contain the foillowi:ng: • 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 Standaird Specifications. Ea minor change order wi;ll be executed and contain the following: I • Independent Cost Estimate • Verbal Approval Memo • Back up documentation E. Force Account: Track contractor force account laibor, equipment and materials. All force accou calculations will be verified by the engineer and clouble checked, by the documentation specialist, i • Change order(s) • Case Management Log • RFI Log 40 Minor Change Order(s) 0 Force Account Records City of Tukwila — 2017 Overlay Program page 8 of E� Construction Management Services Scope of Work KPG Project Number 16101 717117 59 M-8 Consultant Fee Determination Project Name: 2017 Overlay Program, Supplement No. 2 - Additional Design and Construction Services Consultant: KPG 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 $ 3&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 U -7L-- 1 1 Subtotal: $131,73.3.-.1 U-1 . .. .... . .. . ..................... ... . ....... . . . ............ ------- �Construction Vehiicle x.- 01 Miscellaneous - Repro, Field Supplies $11 500 i Subtotal:11 1 Material Testing Allowance $25,000 Subtotal: $25,000 i 0) HOUR AND FEE ESTIMATE Project: City of Tukwila 2017 Overlay Program Supplement No. 2 - Additional Design and Construction Services EXHIBIT B-2 LborHour Estimate IPQ • Architecture • Landscape Arch itccluru • CIvH Engineering • 1 - Management, Coordination, Administration Estimated duration 14 weeks Weekly level of effort by Classification 2 4 0 0 0 0 0 0 Preconstruction Budget Estimate 24 4 24 2 - Additional Design Services 12,780.05 Weekly level of effort by Classification 4 0 40 0 4 0 0 8 Additional Desi.n Bud.et Estimat 0 16 - Preconst n Services Estimated duration 2 weeks Weekly level of effort by Classification 2, 8 0 ' 8 Preconstruction Budget Estimate 16 0 16 0 16 4 - Construction Services (Estimated duration 8 weeks 6,227.07 Weekly level of effort by Classification 0 16 8 60 I 0 16 Construction Period Budget Estimate 0 128 5 - Closeout/Record Dwg Services (Estimated duration 2 weeks) Weekly level of effort by Classification 0 16 0 480 128 32 90,780.30 24 16 Subtotal2Libbr Reimbursables & Subconsultants 41Z:f:41:SzZ205N-tt 11111111tattak.„,„,_.,.."gat,414"Wnglig. Material Testing Allowance $ Construction Vehicle Mileage $ Miscellaneous - Repro, Field Supplies $ 25,000,00 1,000.00 1 , 0 . 0 7/10/2017 City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes July 25, 2017 - 5:30 p. m. - Foster Conference Room, 6300 Building Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn Staff: Bob Giberson, Robin Tischmak, Pat Brodin, Gail Labanara, Dave Sorensen, Peter Lau, Laurel Humphrey CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESSAGENDA A. Project Completion: Tukwila International Boulevard and South 144th Street Midblock Crossing Staff is seeking Council approval of project completion and release of the retainage bond to Westwater Construction Co. in the amount of $78,722.27 for the TIB and South 1441h Street Midblock Crossing Project. This project installed a rectangular rapid flashing beacon system and associated signage and curb ramp improvements and was completed on February 27, 2017. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. B. Supplemental Agreement: Baker Boulevard Non -Motorized Improvements Project Staff is seeking Council approval of Supplemental Agreement No. 17 to Contract No. 07-123 with KPFF in the amount of $119,680.98 for construction management and inspection services for the Baker Boulevard Non -Motorized Improvement Project. KPFF designed this project as well as the Pedestrian Bridge currently under construction and this contract will provide a cost- effective way to have construction management support and inspection services on Baker Boulevard incorporated with design work completed for the Green River Trail and Christensen Road. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENTAGENDA. C. Bid Award: 2017 Overlay and Repair Program Staff is seeking Council approval to award a bid to Icon Materials in the amount of $659,441.00 for construction of the 2017 Overlay and Repair Program. Icon Materials was the low bidder of two, and the project design consultant, KPG, has concurred with this award. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. D. Supplemental Agreement: 2017 Overlay and Repair Program Staff is seeking Council approval of Supplemental Agreement No. 2 to Contract No. 16-109 with KPG, Inc. in the amount of $159,233.76 for construction management services for the 2017 Overlay and Repair Program. KPG, Inc. also designed the program. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. 63 Afeeliq� Dale ��red Irl Ila 4wr ".c re,, all, 0)undl reidew 08/07/17 BG 3.G. Si)()Nsoiz: BOB GISERSON )Rl(,;].NA,I,A(,,i,,,NI)AD,\'I'i�: 08/07/17 A(,,,I,"Nl),% IFF AI 'ITH]," 42"d Ave S Phase III Improvements Memorandum of Agreement with Seattle City Light (wATFIGORY El 1)1acxrxion ,motion F] Re.Wulion E] Onfinance r-1 E] Public I leaii)rg El 01bei- I Al�g Deve 21,11 � [)ale 08107117 Al�q Date JW�g Delle Mg Date M�� Dale � 19 � Aftg Date SPONSOR ❑ (.."ouneil E] Mqyor E],HR ❑ D(J) El Finance El Fine [-I IT [I Pe, -R [] Police Z 1)11,/' SPONS010S Part of the 42nd Ave S Phase III residential street improvements include und'lergrounding the electrical distribution system with construction cost sharing with Seattle City Light. Cost sharing has Seattle: City Light responsible for 60% and Tukwila responsible for 40%, but there are some costs entirely Tukwila's. The MOA amounts are based on the bid results, but will be adjusted with the final construction costs. Council is being asked to approve the Memorandum of AVreernent with Seattle City Light. Ri-"v�j'Ax/rt) It a, [:] CA&P (;int El C()W mt�,, _—] F&S (,tnte Z'Fransportation Cnite EJ Uitilities Crnte 1:1 Arts Connn� E] Parks ("'0111M. Planning Comm. D. 7"E: 07/25/17 COMMY171'.1ECHAIR: KATE KRULLER RECOMMENDATIONS: SPONSoix/Ai)m,[N. Public Works Department CoMX411,11"T' Unanimous Approval; Forward to Consent Agenda COST' IMPACT / FUND SOURCE Exl+'.Nm,ruiut , Ri,"Q(,tIRIJ) AN401.1NT BUDGETED APPROPRIATION REQUIRED $2,142,187.00 $3,524,000-00 $0.0,0 FmidSour ce-, 103 RESIDENTIAL STREETS (PAG'E 2, 2017 CIP) Comments: MT'G. DATE RECORD OF COUNCIL ACTION 08/07/17 MTG.DATE ATTACHMENTS 08/07/17 Informational Memorandum dated 07/21/17 Page 2, 2017 CIP MOA with Seattle City Light/City of Seattle Minutes from the Transportation & Infrastructure Committee meeting of 07/25/16 65 110 - TO: Transportation and Infrastructure Committee FROM, Bob Giberson, Public Works Directorxf,91 BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: July 21, 2017 SUBJECT: 42"d Avenue S Phase III Project No. 99410303 Memorandum of Agreement with Seattle City Light/City of Seattle Allan Ekberg, Mayor ISSUE Enter into an agreement with Seattle City Light/City of Seattle (SCL) for the construction cost sharingto underground the electrical distribution system as part of the 42nd Ave S Phase Ill 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 GiRiam Creek culvert replacement project. Originally, the project was not going to include undergrouinding 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 SC�L 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 (LIES) 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. 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 adjustedi 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 specificalty 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. Aftachments,: Memorandum of Agreement by and between the City of Seattle and City of Tukwila Page 2, 2017 OP w:0w engVojectea- rw & rs projects\42nd awe s phase W (99410303 94-rsO3)Wesign'�undergrounding" nformafion memo - sd moa 7-2!1 .17.docx 67 M'T�#T�—r MAX7 2N 17 to 2022 PROJECT: 42nd Ave South Phase III Project No, 99410303 DESCRIPTION: Design and construct street iimprovements, drainage, sidewalks, bike facilities, and driveway adjustments. JUSTIFICATION: Provide pedestrian and vehicle safety, drainage, and neighborhood revitalization. STATUS: Phase III (SIC Blvd 1154th) - S 160 St), Design began in 2012, construction in 2017. Project No. 99410303 Phase IV (S 139 St - S 131 PI) in beyond. Project No, 99410301 Phase i 90-RWll 5 (SIC Blvd (154) - 144 St) $3,796 & Phase Ill 94-RS02 (144-139) $1,850, both completed. MAIN'T. IMPACT: Reduce pavement, shoulder, and drainage work. COMMENT, Only Phase III is shown in active years. Project includes Surface Water's Gilliam Creek 42nd Ave S Culvert project for $,1.3m and is part of the Walk & Roll Plan, Seattle City Light's funding is a 60/40 underground split. FINANCIAL Through Estimated fin 111f)(YrO 2.ni l; 2ni A 2n1,7 2NA 2n1A 2n2fl 2()21 2022 RFYONn TOTAI EXPENSES Phase IV Design 1,000 125 1,125 Land (RM) 100 100 Const, Mgmt, 750 322 560 1,632 Construction 2,534 1,086 3,800 7,420 Underg rounding 2,467 1,057 3,524 TO►T'AL EXPENSES 1,000 1251 5,861 1 2,466 1 01 01 0 01 4,360 13,801 FUND SOURCES Seattle City Light 1,077 462 1,539 Surface Water 144 4 148 Other Utilities 1 150 136 287 Bond 4,600 1,8,00 6,400 City Ciper, Revenue 855 121 24 67 0 0 0 0 4,360 5,427 TOTAL SOURCES 1 1,0001 1261 6,851 1 2,465 1 01 0 0 01 4,,3601 13,801 2017. 2022 Capital Improvement Program 2 70 I ill 14 J, M 0MAI ki I all] JWto] Jr-ATe-RoTawl, 94M 0 1 Ill :3:11 M 4 4 l 0 1 am I � ","All cl- 157�672MTWM i lase I aw 3WV7r6rff1r Aeirial Overhead Electric Utility Relocation and Underground Installation Project I This Memoriandurn of Agreement (the "Agreement") between the City of Seattle, by and through its City Light Department ("City Light"), as municipal corporation located at 700 Fifth Avenue, Suite 3200, PO Box 34023, Seattle, W 8124, and the City ofTukwila, a Municipal corporation with its offices located at 6300 Southcenter Blvd, Suite 100 Tukwila, WA 98188, (collectively the "Parties") sets forth the terns and work guidelines for the design and construction of' an underground electrical distribution system for 42nd Avenue S. 1'rorn Southcenter Boulevard to S. 160"' 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 42,d Avenue South Phase Ill (Project No. 99 10303 iniprovement/transportation project in an area with mixed zoning, both high and low density residential; and WHEREAS, the Gilliam Creek 42n Avenue South Surface Water Culvert Project (Project No. 99341208) to design and replace a failing 36 -inch surface water culvert was combined with the 42 .. 1 Avenue South Phase Ill 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 prrtlect; and WHEREAS, City Light currently maintains and operates its utility infrastructure within the public fights of way of "I'Likwila 'Linder a franchise grant given to City Light pursuant to City of Tukwila Ordinance No. 201.2, dated January 21, 2003("Franchise"); and WIJEREAS, 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 - 4211 Ave S Phase Ill Under ground ing Agreernew Page I of 17 FINAL 71 relocation and undergrounding of City Light's electrical facilities through a single general contractor; and WHEREAS, City Light acknowledges the Gilliam Creck 42"' Avenue S Surface Water Culvert pro�ject is a City of Tukwila stand-alone project which has been combined with the transportation improvement project solely for,rukwila's convenience and econorny of scale, and WHERE'AS, City Light and Tukwila intend For this Agreement to provide a process for cooperation and coordination in the design,, estimating, scheduling, construction of' through cornpletion, and as for, the electrical facilities Lind ergroundin g, work in ail efficient and cost- effective manner. NOW 'ITIEREFORE, in consideration of the mutual benefits to be provided the Parties through this Agreement, it is hereby agreed as follows: AGREEMENT Section I. General Principles LI 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 42 nd Ave. S. street iniprovetiletit/transpo,rttition project from S. Southeenter 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, Scope of ProieCC TUkwila has contracted with CH2M HILL, Inc. "Consultant" to design street improvements on 42nd Avenue S from Southcenter Blvd to S 160'1' Street (the "Project") that will include roadway widening/improvenients, 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 forthe Civil Infrastructure required to acconirriodate 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 thep rocess of design, estimating, scheduling and construction to bring the Work described in this agreement to completion in an efficient and timely manner. IA 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 iiiake 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 I...ight for its electrical distribution system (the "'Additional Property"). City Light City ofl'ukwita - 42nd Ave S Phase III Undergrounding Agreement Page 2 of 17 72 FINAL 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 'I'Likwila, each Additional Property shall become a pail of the public right-of-way and the use thereof for placement of City Light's fiacilities and equipment as part of its electrical distribution system shall be governed by the F'ranchise. 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 casement 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 arnount of field engineering is non -nal with as corresponding need to adjust design, schedules, and costs. Tukwila agrees to inform tile bidders of these considerations. 'rukwila, 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, eery ofthe 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. L6 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. L6 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 E-xhibit A, Schedule C. Tukwila will construct all City Light Civil Infrastructure and Private Property Civil InfrastrUeture. Underground Electrical Systerry 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 UndergrO Lind i ng 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 Nvork shall be at Tukwila's request and expense. City of Tukwila - 4211" Ave S Phase III Undergroonding Agreement Page 3 of 17 FINAL 73 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 "I'Likwila's responsl ;_1 ibility, 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 occurCityLight shall promptly notify Tukwila if City Light discovers a need for hard surface removal and restoration outside the lit -nits of Schedule B work area, so that appropriate change orders to the project contract can be made to complete such Nvork. L9 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 tile Prowject Schedule, City Light agrees to begin tile Electrical Work within 20 working days following its receipt of notice firorn 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 Prcaject 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, becaLlSe'TLikwila'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 'Fitkwila that the Civil I n frastruct Lire 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 In frastruct tire Work. 1.10 Protection of'Existitig Underground Facilities for Culvert Replacenient 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 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 tile Culvert Replacement Work. Section 2. Definitions The following terms are defined here as they are used in this Agreemeric "Aerial Electrical Systern": The overhead electrical distribution system and service drops, including but not limited to cables, connections, terminations, transformers, switches, utility poles, and associated components. City oaf Tukwila - 42"0 Ave S Phase III Undergrounding Agreement Page 4 of 17 74 FINAL "Aerial Infrastructure Removal Project"; 'The removal of tile existing City Light Aerial Electrical System in tile Conversion Area. "Bid Documents". Engineering design plans including those for Civil infrastructure PS&E (definition stated below), Project specifications,, t)idder's forms, and certificates, bid contract documents, required contract provisions for Federal -Aid construction contracts it' applicable, unit price bid schedule for all Schedules A-E. "City L,ight 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 Infi-asti-liCtUre associated with the Underground Electrical System. "Civil Infiastructure": 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 Duetbank. Civil infrastructure does, not include the Undergro Lind Electrical System or infrastrUCture and facilities related to the Culvert Replacement Work, "'Civil InfrastrUCtUrC 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 offukwila's consultant, CU12M Hill, Inc. "Contractor": Selected contractor from bidding process. Selected contractor is responsible for all Subcontracted work. "Conversion Area". "I'lle 42nd Avenue S corridor in Tukwila, Washington frorn Soutlicenter Boulevard to S 160111 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 42 n" Avenue S as defined in Schedule B of the Bid Documents. 'rhe City of Tukwila is responsible for the design and construction of the Culvert Replacen-ient Work. Relocation of utilities within Tukwila owned right-of-way are the responsibility of the utility owner in accordance with RCW 35.99.060. "E lectrical Work": The installation of tile Underground Electrical System within tile completed Civil Infrastructure following Operational Acceptance by City Light. "Field Directive Change(s)": Design changes to agreed-upon "Work" as tile result of field conditions. City of Tukwila - 421111 Ave S Phase M Undergrounding Agreement Page 5 of 17 FINAL 75 "Final Acceptance". 'I I lie determination by City Light after all Schedule C work has been completed, including having all vault and hand ]told lids brought to grade and completion of all punch list work related to the Civil Infrastructure, that the Civil lilfrastructure is in conformance with the approved plans and specifications For the Project. Filial 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 forme ofa letter to Tukwila's City Engineer or other designated representative. "Operational Acceptance": 'Tile determination by City Light that the Civil Infirastructure is in material and substantial conformance with the approved plans and specifications for the Project and is ready for installation of the l,Jnder_groUnd 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 Ifirtiled to design, project management and construction managenient, trench and, vault excavation, and repaving, resurfacing, installation and restoration of hard surfaces. "Private Property Infrastructure": The underground infraStrUCture, including the service ]]ties to be located on private property that is necessary fm- SCL to complete an underground service connection to the private property. Private Property Infrastructure is not the responsibility of" C"1.,, "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 casement, and providing a secondary handhold at the point of service termination point, "'ProJect": The design and construction of street/transportation improvements oil 42nd Avenue S. between Southeenter Boulevard and S 160"' Street in Tukwila, Washington being perfori-ned by the City of'Tukwila. "Project Management Costs": Labor time, equipment, and materials costs internal to each party directly related to management off ublic Projects, "Schedule C Work": Tile or to be performed that is included in Schedule C to this Agreement, also referred to as the Civil Infrastructure work, "Thi rd Party(ies)"-, Tile 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, "'I"hird Party Aerial Infrastructure: Removal Project": The removal of all aerial facilities and equipment belonging to Thircl-Party(jes). City offukwita - 42111r Ave S Phase tit Under groom ding Agreenient Page 6 of 17 76 FINAL "Underground Electrical System": The underground electrical distribution, system and underground service lines, including but not limited to cables, connections, terminations, transt'orn-iers, switches, and associated components. "Underground Relocation and Installation Project'": I'lle 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 I n fra structure Work, the Underground Relocation and Installation 111roJect, the Electrical Work,, and energizing of the Underground Electrical ystern, and the Culvert Replacenient, 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 Infi-astl-Ucturc 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 die completion of the Civil Infrastructure PS&E. 12 Upon CXCCLIti(,)fl of this Agreement, City Light will furnish Tukwila with a list of Third Party renters whom have facilities oil City Light's poles within the Conversion Area. Tukwilawill be responsible for communicating the need to relocate these facilities Nvith 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 I.Jght 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 Agreenlent, cooperate with and assist TUkwila in 'rukwila's efforts to facilitate the relocation ofthe facilities ofthe 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. 33 Tukwila shall be responsible I"or completion of the Civil Infrastructure PS&E. The Consultant will coordinate with a designated City Light staffperson 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 ally design work necessary to complete the Aerial Infrastructure Removal Project. 3A The Civil Infrastructure PS&E must ineet 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'rukwila - 421"1 Ave S Phase III UndergroundilioW Agreeinent Page 7 of 17 FINAL 77 Guidelines within 30 working days written notice to City Light that "I'llkwila is commencing design. 3.5 Fortuat: Subillittals 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 DesignYDrafling) standards and compatible with Auto( , I , 20 AD 14 unless otherwise agreed to by City Light and shall include clarifications from the Design Engineer to City Light. Section, 4. Cost Estimates, Conti -actor Selection & Construction Schedule 4.1 Estimates: Tukwila shall have primary responsibility 1or developing cost estimates fbr construction and completion of the Civil Infrastructure work. City Light shall have primary responsibility for developing cost estimates for the LhidergroUnd 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 B,id Process: 4.2.1. Tukwila agrees to allow I Oworking days for City Light to review submitted bid tabulations. 422, 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 docurtients, as requirement for the bidders to provide an itemized unit cost breakdown schedule for the Civil Infrastructure work. Following the opening of bids, ukwila will provide City Light with time 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 Int rastructLire, completion of time Private Property Infrastructure work, completion of time Underground Relocation and Installation Project including energizing of new underground circuits, completion of the Third -Party Aerial Infrastructure, Removal Project, conipletion of the customer service CLltOvers, and completion of the Aerial Infrastructure Removal Pro.ject, 4.3 Construction Schedule: 43.1. 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 PrQject to review time 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 [if Undergyrounding Agreement Page 8 of 17 78 FINAL 432. 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. 'FLikwila 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 cornments, 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. 4.12.1 During construction of the Schedule B Work, "l'ukwila and the Contractor will hold weekly construction meetings at the City or on-site. To obtain the rilost 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 lilf'rastructure: 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 fnfraStrLlCtUre for compliance with tile 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 sarne. If City Light rejects the Civil Infrastructure, or any part thereof, it shall provide a written punch list to Tukwila, including ail 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 (",ivil Infrastructure inside the Project firnits 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 InfrastruCt Lire, Work to City Light's satisfaction, City of Tukwila - 42111 Ave S Phase [if Undergrotinding Agreement Page 9 of 17 FINAL. 79 4.3.5. Aerial Infrastructure Removal Project: City Light shall complete tile Aerial Infrastructure Removal Project within ninety-five (95) working days following the completion of the Third -Party Aerial Infrastructure Renioval Project and private property service, conversion, except as providcd for in Sections 4.5 or 4.4 of this Agreement. 44 Design Revisions: Tukwila will immediately notify in writing the City Light inspector, as well as City Light's protect manager, of any potential design revisions affecting the Civil ItiftastrUCtUre 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 "fukwila 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 irnniediately notify Tukwila's City Engineer, ifCity 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 Maleure: Tukwila agrees that City Light's perfiormance ofits 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 unfomseen 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 i f 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 Maieure Event. City of Tukwila - 42111,1 Ave S Phase III Undergrounding Agreement Page 10 of 17 80 FINAL Section 5. Staffing Primary- project contacts will be as follows as OfeXCCUtiO11 Of this Agreement: city orrukwila City Light Cyndy Knighton (design) Mike Ronda (construction) Joe Hampton Sr. Prograin Manager Project Manager Sr. Project Manager 6,300 Southeenter Blvd, Ste 100 6300 Southcenter Blvd, Ste 100 PO Box 34023 'FUkwila, WA 98188 Tukwila, WA 98188 Seattle, WA 98124 (20 ) 431-2450 ('206) 431-2454 (206) 6,84-5046 Section 6, Construction 6.1 Civil hifrastr=ture: 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 Infrasti-LICtUre Work. 6.2.2. In furtherance ofthe Private Property In frastruct Lire Work, Tukwila intends to seek agreement from each such custorner/property owner which agreement will either: (1) author ize'Tukwila, and I'Likwila'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 perl'orined the Private Property Infrastnicture 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 conipleted 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, 6.11 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. 63 Aerial Infrastructure Removal Prosect:. 63.1. 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 Tukwi )a - 421111 Ave S Phase III Undo—roundingAgreeramt Page I I of 17 FINAL 81 6. .2. City Light will coordinate with "I'Likwila and 'rukwila's Contractori to schedule the removal of the connections to the Tukwila street], fights at a mutual I y convenient ent ti tile and place. .3.3, "I"llkwila will, with time cooperation and assistance of City Light, coordinate the removal of the Third -Party facilities on time 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 corn the City Light and jointly -owned poles within the Conversion Area, Upon request by Tukwila, arid 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 teleconlrnunications or other service provider. The teleconimunication or other service provide]- shall have primary responsibility for renioval, of the poles that are Joint ownership poles per City Light records. In the event that al"hird Party does not remove suelljointly- owned poles, and upon tile request of Tukwila, City Light will remove the poles after all Third Parties have completed their wiring, service coil nections, and reirtoved 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 pat -ties 6.15 `ACL shall have the right to ternporarily bypass any facilities that will be temporarily disconnected, relocated, or removed. 6.4 Insoection: 66.1 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 circurn stance shall City Light or its employees, agents or contractors, be responsible f( -.)r or authorized to give direction to or direct work by the Contractor. 6A.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. Flo ever, 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 - 42nd Ave S Phase III Undergrounding Agreement Page 12 of 17 82 FINAL resources to adequately and timely inspect the progress, ol'work so as to contbrin to the work plan as updated at the weekly construction rneetings as provided for in Section 4.3,21. City Light further agrees that the City Light Project Manager or designee will regularly attend the weekly COTIStrUCtion meetings for the Project. In the even( (fiat City [,ight inspectors identify work, or materials that are not in accordance with the approved plans and specifications, City Light shall initriediately notify (lie Tukwila Construction Engineer arid provide to detailed description of the non-conformance or defec,t in work or materials. Except ill cases of a Force Majeure Event as defined in Section 4, 10. any \vork not adequately and tirnely 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 ofany potential field design revisions and/or changes affecting the other's facilities. All changes to the approved plans and specifications, and aniendrilents thereto, that involve work related to the Underground Electrical System and/or Civil Infrastructure require notification and approval by and acknowledgernent 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 vvill be Takwila'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 sliall, be reimbursable to Tukwila. If consensus cannot be found see section 4.8 for resolution. &6 Operaq2nal _� cce, atance. Tukwi [a'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 [leder ,round Electrical System, Once City Light issues Operational Acceptance for the Civil Infrastructure, City Light Nvill then cornmence placement of eable along with the cutover of existing services. Tukwila and its Contractor will maintain physical ownership of time Civil Infrastructure and will repair or replace any darnaged 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 batik punch list and both Tukwila's Engineer and the City Light Inspector will continue to verify that the open itenis are being completed. In accordance with Section 43.3 of this Agreement, City Light will assume ownership and control of Civil InfraStrUCtureupon Final Acceptance. 6.7 Duct Batik. Once the duct bank is I 001NO 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'fukwila's Engineer and Conti -actor. 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 IoTukwila'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 dight, 6.9 Street Lip-liting and Signals: City Light and Tukwila will select service points for the Street Lighting ystern designed by'ruk-wila's Consultant. City Light will install wiring between its power Source and the service points and make final connections to energize the systerns. ............ City of Tukwila - 42"" Ave S Phase III U ridergroundi rig Agreement Pkge 13 0717 FINAL W Tukwila's Contractor will provide temporary highway lighting as necessary during coil struction. 6.9 Environmental Site Conditions. In the event that the Contractor in performing the Civil Infrastructure work discovers any tnaterials 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), tile 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 TUkNvila, 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 InfrastrUCtWe Costs and shall be the responsibility of Tukwila. However, City Light and Tukwila shall retain all rights they nlay 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 7.1. Allocation of Project Cost: 7.1.1. City of Tukwila shall pay for 100% of the Primary Protect Cost, '100% of tile excavation and restoration costs, as well as 40% of the SCL Underground Electrical System proJect costs. 7.1.2. SCI., shall reimburse the City offtikwila for60% of the Civil infrastructure and SCL Underground Electrical System project costs. 'CL shall have no responsibility for Primary Project Costs or excavation or restoration costs. 7.1.3. SCI will pay 100% `ACL Project Management Costs, Tukwila will pay 100% Tukwila Project Management Costs 7.1.1. 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 prong tile 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. SCUs 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 CoullciL City of Tukwila - 42nd Ave S Phase III Undergrounding Agreement Page 14 of P 84 FINAL 7.2. Costs for Work. 'The estimated cost f.or 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 tJnderground Electrical System work related to this Agreement, as described in I`xhibit B is $883,497 ("Estimated Electrical Costs"). The total Civil InfrastrUC1111V 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 I'Likwilafor 601 6 ofthe Civil Infrastructure as listed in Schedule C, and Tukwila will reimburse 40% of the Underground Electrical ystern, project costs, to City Light. The actual costs will be determined based on itemized consultant invoices Payrnent Requests f1rom 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. 73 Reimbursement of Civil Infrastructure Costs and SCL Underground Electrical Systern project costs: Tukwila and Seattle City Light will Submit itemized invoices to each other with backup documentation no inore 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. 'I I uk,,vila 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 froni 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 tinder this Agreement. During the performance of such activities, 'Fukwila's employees or contractors shall at all times remain employees or contractors, respectively, of Tukwila. 82 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 Tukryfla - 42nd Ave S Phase 8[t UndergrOUnding Agreernent Page 15 of 17 FINAL, 99 omission or willful misconduct of City Light, its eniployees, contractors or subcontractors in its perforniance under this Agreement. During the performance of such activities, City Light's eniployees or contractors shall at all tinles remain employees or contractors, respectively, of'City Light, I s. J 'ritle 51 RCW. Solely with respect to claims for indemnification arising out of(lity 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 beriefit of their employees or third parties, their immunity under Title 51 RCW, the industrial Insurance Act, and acknowledges that this waiver has been rilutually negotiated by the Parties. Tukwila and City Light agree that their respective indemnity obligations extend to any claim, derriand, or cause of action brought by, or oil 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 '-rukwila shall require its Contractor to; 9.1.1, Maintain Commercial General 'Liability (,CG[.) insurance in force at all times during the performance of work under this, Agreement. x;1,1.?, include both flic Ci,ty of `Yukwila and the City of Seattle as additional insured for primary and noncontributory lirnits o" liability for the full valid and collectible linlits of liability maintained by time Contractor, whether such limits are primary, excess, contingerit, or otherwise; as respects CGL insurance, such additional insured status shall be provided under the ISO CG 20 26 07 04 endorsement or equivalent (eg. a combination of fornis 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 time date of occurrence rather than the (late of clairn. 9-1.3. l,urnish certification of insurance evidencing compliance with the provisions of this Section to City Light via ernail at risk -management( seatIle.govorfaxto(206)470- 1279. Section 10. Th-ird Party Beneficiary and Warranties Tukwila sliall 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 Infi-astructure as defined in this Agreement. Section 11. Ownershipof Facilities ............. City of ,ftlkwila - 42111 Ave S Phase III UndCrgMUsiding Agreement Page 16 of 17 86 FINAL, Upon completion ofthe Civil InfrastrUCture work and upon City I.Jght'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 hifi-astructure and Underground Electrical ystern installed or provided pursuant to this Agreement. EXII'CLITED, this the CITY OF,r(,JKWII,.A Allan Ekberg, Mayor City of Tukwila day of City of Tuk\01a - 42nd Ave S Phase III Undergrounding Agreement Page 17 of 17 2017 SFATTLE, CITY LIGHT Larry Weis Seattle City Light General Manager & CEO FINAL 87 .4 I :INW 1 40 -42nd Avenue S Phase III Project Bid Tabulation Schedule A - Roadway, Al . w. rice To, a Schedule A - Roadway, Al . w. Mobilization . .......�..�.� 1 LS $ 618,423.04 $ 618,423.04 A m... _a.. Resolution of UtilityConflicts�.... �.w... 1 FA 0 .m ..._ 20 000.00 _ 20,000.00 A Field Id Cffruce Building 1 � ........� ......_ LS .� 25,000.00....md $ 25„000.00 A4 _m... Type. B Progress Schedule, ruin. Bid $5„000.00 ..�. _ 1 LS 10,000.00 10,000.00 A Unexpected Site Changes Site 1 FA _ , 15 000.00 � 15,000.00 Record Drawings„ rain. Bid $5',000.00 1 LS .�. _ _ _.... _ $ 5,000.00 , ._. $ 5,000,010 A'7 Roadway Surveying R . S.... 1 LS -FAT $ 55 000.010 $ 55,,0100.00 A8 Utility Potholing ..� _ ,..... 1 0.... � .. '$ 1.5,000.00 $ 15,000.00 A9 .A10 Flagigers and 'Spotters, min. $5,0.00 per hour � � r 2200 161 66'.00 _ 145,200.00 NOtherTra�o�., Control Labor, Arun Bud $50 00 per hour �.m .... � 500 �H'R � .�. ... 66.00 $ 33000.00 .... .. _ Supervisor, rain. Bid $50.00 per hour ...�Traffic...antral S� �....�a _..... .... 320 H $ � 66.00 $ 21,120.00 Al2 Construction 'Signs Class A .�..._......w 250 _ ......._... SF �. � $ �_...._.._... � 27„00 $ _..._.�_� ..�. 6 Sequential_. ..m ���......------_____ 00 . 0 .. �1 500.00 �.� A14 Portable Changeable. Message Sign ... 970 _....� H $ 4,00 $ 3,880.00 A15' Outside Agency IJnitarrad..m _ Police Flagging Labor � .�na .._.�..�..�.. �......._�.� _�. ._ w 1 .......- FA _ '3,04}0.00 $ 3,000.00 A16...' Cleaning and Grubbing_..._. _....._..... - �. .... 2.0 ...�..w. . ......... .�.. ....45,OOi1.00 ........ 00,000.00.... ... A17 Roadside Cleanup 1 FA $ _ .w�._ _ 5„000.00 $ -_... � �n.. 51,000.00 A18 -.m Remove ve Existing Drainage Structure -.�., m._.._.. 18 EA $ __..._w. 200,00 - 3,600..00 _A19 Remove Existing Storm Sewer Pipe -� . ..w .�--....- 1800 ......... _._. LF $ ..... 21,0_0 $ �. 37„8,00.00 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 Sawcuttln��. �...�. � ..... ..m_��. _._�...�.... _.... 3810 LF • �.. 3.00 ... 11,430.00 A23�'RernoveFNyd�t ran _.. .........�...... mm 0,0,0,0, _......_,_. - -_ 2 ____�,� ��� 5,500.00 �' 11,00 „000 A24 (Roadway Excavation Incl. Haul -_-""""". CY �. $ � 42.00 $ 100,200.00_ A25 Gravel Borrow Incl. Haul' �.. _2600 ....... 5050-_ CY ..0 5.000 25,250,00 �w.. A26 Gravel Backfill for Walls Incl, Haut 20 CY" $ 275.00 $ 5,500.00 A27 Shoringor Extra Excavation Class B . �_.._... m 16300 SF ___... 0.'35 $ 5,705', A28 _ Structure Excavation Class A Incl. Paul _ . a -^ IT '270 CY � __.. 60.00 ��� _.... 16,200..00 A29Temporary mm Structural Shoring for mDetention vVault � � 1 LS 7 „000 00 75,000.00 A30 ..._...__..._ Construction 43on eotextile for Permanent Erosion Control _ _ ,w..... 15'0 mm SY 5.00 $ 750.00 A31 Construction Ceotextile for Separation 1120 SY .0 .... 4,0 $ 4,480.00 A32 Construction 43eotextile for UndergroundT.D Drainage 240 SY $ 4.00 $ - -060.00 A33 Crushed Surfacing Trap Course _...._ .._................... . _ _ 87'0 TON $ 40.00 $ 34,800.00 A4 ' _ ...__... Crushed Surfacing�_am Base Course w - ....m.. 2435 'TON $ _ - _. 36,00 ,,. ..... $ 87,660.00 A35 'Ballast 35 m TQM 111.00, _.. _ 885.00 A36 IHMA Cl. 1/2 -Inch PG 64-22 ... - �_ �. �,.._ 1125 _ _.. .. TSO _. �,.._...�...�... $ 106.00 $ 110,250.00 A37 _ FNfl4....� A Cl. 1 -inch P43 64-22 _ _ � ..A. 1415 TION ..... ..� 100.00 w . ... $ ..��. �. 141,500.00 A3$ Pavement rnent Ike air Excavation 4�n Intl. haul . ..� ..�'� Sy _$ $ 33.00 $ 9„.90000 A39 MAMA for Pavement Repair Cl 1/2 -inch PC 64 22 p �... ..� 205 $ 150.00 $ 30,750..00 A40 ... _........... PlaningBitumuous Pavement ....._. �_. ._._. 315 .........................._ SY 20.0. � 0 �,. $ 6„300,00 A41 Cement Concrete Pavement ..40 C.� Y $ �___ ....... 335.00 $ .m.� 13,400.00 A42 Single Sloped Concrete Barrier _ 150 LF . �.. $ 165.00 $ 24,750.00 A43' ....... __... Gravel Backfill for Drain _---_______ 30 CY _---- 70.0 0 .�. �.. $ -..-.__. '2,100.00 A44 Llnderdrain Pipe 6 In.. Diam, -� 285 LF $ 14.00 $ 3,990.00 A45 Dndlerdrain Pipe 8 In. Diarn. .., . _ 181 LF $ 21,00 $ 3,,801.0�0 A46 _ Drain Pipe 6� In. Diam, ..� 70' LF �m.._. _�. 33._00 $........ 2.„310.00 A47� Drawn P. e 8 In. Diem .... 100 LF 35,0 0 $ 3,50000 A48 Testing Storm Sewer Pipe 3352 _................ _... LF _ $ 2.00 $ ..........___. 6,704,00 A49 _..... 9 p' y y ewer Pupem.. Corrugated of ethl ene Storm S' 8 In. Diam, 38 LF $ __._... 45,010 $ �...w 1,710.00 A50 --..- Corrugated polyethlyene Storm Sewer Pipe 12 In. Diam. _ �,A,......._a. _..._ 942 LF $ �.. 40,00 $ 37,,68.0.00 _A51 Corrugated polyethlyene Storm Sewer Pipe 18 In. Diann. _..._... 929 LF �. �. - -�....._ 55.00 $ . . 51,095.00 A52 Storm ethl ene Corrugated cI _ g p y y Sewer Pipe 24 In. Cierra. 927 LF $ 80.00 $ 74, 060,00 A53 Cl. V Reinf. Conc. Storm Sewer Pipe 30 In, Diem, 36 LF $ 190.00 $ 6,840,00 A54 .... Ductile lron Storm Sewer Pipe 8 In, IDiam. w w. _ �.� � �.�.�.�.�. 89 LF $ 55.00 $ 4,895.00 A55 Ductile _ Iron Storm Sewer Pipe 12 In. Cu'am� p rn. 316 LF � ... $ .� 75.00 $ 23„7'00.470 A56 Ductile Iron Sewer Pipe 18 In. Cuarrr. _.. �.. �._ -....................................._._._......� .. . _.. ..0 I F $ _...... ......... 110.00 _....... $ .� �.�. 8,250 00 _._ A57 Adjust Catch Basin �... _... _- �. 5 EA $ � 750.00 $�.., 750.00 A58 Adjust Manhole i 20 EA . $ ..... - .... 950.00 _ $ . .....r 00. 00 19,000.00 Concrete Inlet -- ... 25 EA $ _ 1,400.00 �_..� . __..._- $ 35.,000.00 A60 Catch Basin T e 1 Type ....�d 29 EA $ 1,200.00 $ . 34,800.00 A61 Catch Basin Type 1 with Circular Frame Co yp me and Cover 1...... EA $ 1,30000 $ 1,300 00 _ A62 Catch Basin Type 1 L _ ...... ..,, e.e 6 EA $ 1,300.00 _ $ 7„800.00 n.. _ A63Catch Basin Type 2, 48In. Diam. 20 EA �$ m,.... .. 3,000.00 $ 60,000.00 A64 Catch Basun Type 2, 54In. Diana. With Flow Restdctor _.. .__....... v �.,.,.. 1 EA �..._... $ 6,300.00 $ ,.., 6,300,00 A65 Detention 'Vault 1 LS $ 100„000.00 $ 1100,000.00 A66 Connection to (Drainage Structure 12 EA � $ 1,000.00 $ 12,000.00 A67 Structure Excavation Class B Incl, Haul _., 28010 3.00 $ 8,400.00 A68 Abandon and F41 Pipe 310 LF $ 22.00 _1,22.5.00 $ .... 6,820.00 A69Through _. Curb Inlet ..,....._...,,, ..... _..................._.., 2 w..... , ..... EA $ $ 2„450.00 A70 Hydrant Assembly 5 EA $ 8,000.00 $ 407000.00 A71 besetting Existing Hydrant ,,,,,,,,A. 4 EA $ 2.,500.00 _ $ 10„000.00 A72 Storrnwat.er Pre -Treatment Unit A 1 L.. S $ 40,00000 $ , 0 4On.000.00 � ,0 . A73' Storrnwater Treatment Emit IB 1 LS $ 25,000.00 $ 25,000.00.. A74 Storrnwater Treatment Unit C 1 L�.. S $ _ 0 2.5,000.00 $ 5 .. 25,000.00 City ofLLTulauwila 42nd Ave S - Phase III Bid "Fab Page I of ` 9l 4111TIPM., A�l 11 Plrojeict Bid Tabulation Bid Item Item Description Quantity Unit Unit Price Tcital Price A75 SWF`PP Preparation And General Permit Compliance J $ 20,00 0.00 $ 20,000,00 A76 Portable Storage Tank 1 LS $ 3511000.00 $ .. ......... 35,000.00 A77 C Lead 45 DAY $ 1 ,00 $ 45.00 A78 Erosion/Water Pollution Control .. . ... .... 1 FA $ 25 ,,000.00 $ 25,000.00 A79 High Visiblifly Fence e. 1350 LF $ 3.010 4,050�00 A80 Silt Fence . . .. ....... . . ........ . ... . . 620 LF $ &00 3,720.00 A81 . . ..... Check Dam 168 1 $ 115.00 $ 2,520.00 A82 Inlet Protection . . ........... . . . . . 18 EA $ 70,00 $ 1,,260.00 A83 Blodegrable Erosion Control Blanket 3160 SY $ &00 $ 2,880,00 A84 Topsoil Type A (6" Depth) O�6 ACRE $ 42,000�00 $ 25„200 0'0 A85 Topsoil Type A (12” Depth) 290 Sy $ 18,00 $ 6,220.00 A8�6 SEED/SOD (MIX B) 0Z ACRE $ 4,400.00 $ 21,640.00 A87 BARK OR WOOD CHIP MU LCH (T'DEPTH),- SY $ 5,010 $1,605,.00 A88 PSIPIE, PARTHENOCISSLIS TRICUSPIDATA (4" POT) 514 EA $ 17.010 $ 913.00 A89 J BERBERUS THUNBERGJJ1J1'CRlMS0N PYGMY' (#3) 102 EA $ 38.0,0 $ 3,87&00 A90 J ROSA RUGOSA'SHOWY PAVEMENT' (#3) 90 EA 38.0,0 $ . ............ . . ___ 3,420 00 A91 PSIPE, AGER CIRCINATUM(l.5"CALIPER ) 5 EA $4115.00 $ 2,075,00 A92 PSIPE, RHPHIOLEPIIS X DEIACOURIPIGEORGIA PETITE" (#3) 73 EA $ 1101.010 $ 8,030.I010 A93 PSIPE, PHYSOCARPUS OPULlIFOtUS'PODARUS(#3) 60 EA $ 4100 !$ 2,580.00 A94 Cement Conc. TrCu 111-111 . .. . ........ . . . ...... affic rb and Gutter 4312 LF $ 20,00, $ 86,240.00 A95 Extruded Curb, Type 6 176 LF $ 6,00 $ 1,05&00 A96 Integral Curb Wall 210 SF $ 55,00 $1 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 Ty•pe 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 At 02 Black Vinyl Coated Chain Link Fence Type 4 266 L F $ 33,00 $ 8,778.00 At O3 . Black Vinyl Coated Double 14' Chain Link Gate . ........... . . ........ . . . . ...... . .... .... 1 EA $ 925-00 $ 925.00 A104 Adjust Monument 2 EA $ 400.00 $ 800.00 Al 05 Cement Conc Sidewalk _.— � 2520 S Y $ 5. 5010 $ 1 C6'LOL A1061 Cement Conc Curb Ramp, Type A ......... . . . ....... 2 EA - $ . . . ....... 1,31 00.00 $ " - 2,600.00 A107 Cement Cone Curb Ramp Type Parallel A 8 EA $ 2,400,00 $ 19,200 00 I A108 Paved Bluffer Zone . . . . . ....... 290 SY 120-00 $ 34,800.001 A10,9 Quarry Spells 25 m.. TON $ 1701.0'0 $ . . . . ....... .. . ........ —_ 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 I LS $ 300II00000 $ 300,000.00 A113 Permanent Signing LS $ 10,000.00 $ 10,000.00 A114 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 $ .......... . .. ... -_ 4,00,10,00 All 17 Plastic Crosswaik Line 110 SF $ 4.00 $ 440Z0 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 $ 4e000.100 Al 21 Rock for Rock Wall 340 TON $ 171.00 $ 58,140.00 A122 11 . Backfill for Rock Wall .. . .... ......... .. 130 CY $ 55�00 $ 7l,150_00 A123 .. ... .. ... .. Compacted Till CY $ 21 M $ 1,470.00 A124 Adjust Valve Box to Grade 20 EA $ 325.00 $ 6,500,00 A125 Adjust Meter Box to Grade 10 EA $ Subtotal Schedule A] $ 3526,430.041 Schedule B - Gilliam Creek Culvert Bl Unexpected Site C'hange's I FA $ 15,0100.00 $ 15,000.00 B2 . .... . ..... earin Clg and Grubbing 0A AC $ 50,000.00 $ 20,000�00 B3 . .. ...... . ..... Remove Existing Pipe 94 LF $ 15.00 $ 1,410,00 134 Roadway Excavation Incl, Haul 4200 CY $ 35.00 $ 147,000.00 B5 Gravel Borrow Incl, Haul 3�700 CY $ 20,00 74,0001.00 8,6 Temporary Structural Shoring for Culvert Footing $. 510,000-00 $ 50,000"00 87 Conc. Class 4000 for Culvert Footing 170 CY $ .......... . 500.00 $ 85,000,00 BJJ St. Rei:nf. Bar for Culvert Footing 24000 LBS $ 2.010 $ 48,000.00, B9 St, Str. Plate Arch 10 Gage 16 ft. Span146 LF $ 1,350m $ 197,100.00 B10 Steambed Boulders - One Man 88 TON $ 115,00 $ 10,120,001 Bil Steambed Boulders -Two Man 88 TON $ 103.00 $ 9,064.00 B12 Steambed Cobbles 675 TON $ 52,00 $ - 35,'100 06 B13 Coarse Band 3 .. EA ... .. .... $ 1,750.00 $ 5,450M B14 Temporary Stream Diversion I LS . .......... $ 40,000.00 $ 40,000.00 B15 High VisiII Fence 2,50 LF $ 3,00 $ 750.00 B16 Topsoil Type A (4" Depth) 020 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 $ 35,000Z0 $ ..... ...... 7,000.00 1319 PSlJPE, SALIX LASIANDRA (#3) .... . ...... -X 4 EA $ 21,00 $ 84.010 B20 PSIPE, SALISCPJULERIANA (#3).,EA1_1­__J $ 30-00 $ 120.100 B21 PSlJPE, BETULA PAPYRIFERA (#3) 4 EA $ 30.00 $ 120.00 B22 PSlJPE, FRAXINUS LATIFOLIA (#3) 4 EA $ 30.00 $ 120,00 City of Tukwila 42nd Ave S - Pbase 1l1 Bid Tab Page 2 of' 92 i 41 M OTM- HU'rod Tabulation City of Tukwila 42nd Ave S - Phase Ill Bid Tab Pkge 3 of '93 k, Item D ri Unit'Price totaf PS PE, THUJA PUCATA (#3) 30, 00s 120�00 .. ........ TSUGA HETEROPHYLLA (#3)30,00 ---- " $ 120 0 ,PS,IPE,, PSIPE, ALNUS RUBRA • PSIPE, AGER-CIRCINATUM (#3) $ 30.00 $ 12000 •PSIPE�, ACER MACROPHYLLUM (#3) $ 30,00 $ 120.00 PSIPE, PSEUDOTSUGA MENZIESH (#3) $ ............ 30,00 $ 120,00 PSIPE, PINUS CONTORTA (#3) lu $ 30.00 $ 120.001 PSIPE, CORNUS SE�R�CEA (#3) 30.00 $ 6310,00 PSIPE, SAMBUCUS RACEM+w t 30.00 $ 63iO.00 ........... . ---- — �PSIPE, MYRICA CALIFORNICA (#3)A.30 00 ---- $ - -': 63iO.00 RIB A$ X00 $ 690.00 �PSIPE, PSIPE, HOLODISCUS DISCOLOR (#3) $ 30.001 $ 720.00 PSIPE, SYMPHORICARPOS ALBUS (#3) . . . . . ....... $ 30.100 $ 630,00 !Temporary Irrigation System $ 16,500.00 $ 16,500.00 Settlement Monitoring$ — — -- - - --------------- - - - - . . ......... . 10,000.00 III $ 10,000,00 Remove and Reset Strearribank Boulders $ 3o000W $ 3,000.0Ax0 Fish Exclusion .... . ... . ................... . - $ 1,000m $ 1,0001,010 . . ...... Subtotal' Schedule W $ 787,6W00 iSchedule C -- Power and Communications Undergrounding .... . . ------ - .... ............. . ...... . Unexpected g A$ 15,,000.00 $ 1 5,00000 Franchise Utility Coori o tr 10,000m $ 10,000.00 Utility Potholing 15,000.00 $ 15,000W iJoint Communications Ductbank I Structure Excavation Class B Incl. Haiul fow _Bfor w 65 .50 $ 144�11101000 Shoring or Extra Excavation Cl—ass J oint'-T'r-en-c-h---www $ 0130 $ 7 f 2 6 b". 0 0 Joint Trench Pipe Zone Beddi�ngi, Indudling Haul $ 3830 $ 15,320.00 Joint Trench Backfill $ 491,30 $ 74,93&00 Install 444 -LA Vault - Corricast --- — ------- $ 1,200�00 $ 21,60000 Install Conduit Pipe 4 In, Diam. - Comcast $ 4iNi $ 211200.00 Conduit Riiser,Corricast $ 1,175,00 $ 417'00.00 install H 1 730H Handhole - CenturyLink $ 575.00 $ 4,60000 Install 26i4 -TA - CenturyUnk 50000 $ 2,000.00 ln'stall Conduit Pipe 4 In. Diam. - Centuryl-ink $ 400 $ 14,200,00 Core Drill of Existing Vault - CenturyLink I- -- . ........ . .. . $ . .... . . ....... . .... .. 250.00 $ 3,5WOO InstaH 444 -LA Vault - Zayo $ 1,20000 $ 3,600.00 Instail Concluit Pipe 4 In. Diarn. -Zayo $ 4,00 $ 6,200,00 S,CL Electrical Duictbank ... ... .... F MP I raTi&*iajmol�m $ 60m 184,8OiO.00 . 1.50 $ . . ..... ... 42,00000 $ 2,8510 .00 $ 81550.00 $ 3,700W $ 22�,200010 $ 4,350-00 $ 13l,050.00 $ 6,650.00 $ 46,5%00 $ 14,5WOO $ 14,5010.00, $ 14500.010 $ 2'9,000,00i $ . ..... . ........... 2,150.00 $ 2,15000 $ 10.00 $ 122,50000j $ 15.50 $ 107ii880.00 fill 650.00 $ 97ll50000 35000 $ 1,050-00 • $ 1,500m $ 12000 00 $ 1,500,00 $ 6,000.00 $ 25000 $ 3,500.010 21' $ 150.00 $ 58,500.00 $ 18&010 $ 485,81000 . ... .......... .. . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 575,010 $ 1,150m ... ..... ............ . . .. . ....... rvice Joint Utility Trench Install Conduit Pipe 2 In. Diam. Comcast Private Service $ 400$ 7j280.010 Install Conduit Pipe 2 In. Diam - Century Link Private Service $ 4.00 $ 7,00000 Conduit Pipe 3 In. Diarn - Seght '.At Service Private Service Address 15857 $ 4,000 ,00000 Privaite Service Address 15837 $ 4,000.00 $ 4,000,00 Private Service Address 1:5827 . .................. . . - - - -------- --- $ 4,000.010 4,000.00 Private Service Address 15819 4,000.00 $ . . ........... 4i000,00 Private Service Address 4066 "I'll—,-, .............. - .. ... ... ... $ 4,000,00 . $ ...... 4l,000.00 Private Service Address 15645 $ 4,10001-100 4,000i,00 Address 15625 $ 4,00000 $ . 001000 Pdvate Service Address 15603 . ...... $ 4,000.00 $ . . ................ . 4,000.00 C47 Private Serviice Address 15854 .................. $ 4,0001,00 $ 4,000007 C48 Private Service Address 15838 $ 4,000.100 $ . ....... ..- .. 4,000,00 1 C49 'Private Service Address 15826 $ 4,000.00 $ 4,10 00.00 I C50 Private Service Address 15820 , -1 I . ... . ... ..... , . ...... . ....................... - - - - ------------ - - $ 4,0M00 $ 4,000i,00 C51 IP r Nate Service Address 1 56 6 0 $ 4,00000 $ 4, www 0-0 Private Service Address 15654 . ................ $ 4,0100010 l4l,00000 $ 4,000.00 4,00000 City of Tukwila 42nd Ave S - Phase Ill Bid Tab Pkge 3 of '93 40 -42nd Avenue! S Phase III Project Bid Tabulation Active Construction M Iw w w Mn, un&price -i Private Service Address 15646 r _ 4,000LO i AAA 0 01 PrivateAddress rrrA t. 4,000 ,00 Private Service Address e M3 . 4000.00 r 00 Private Service Address 15460 4000.00 $ 4,000,00 Private Service Address ., 4,00000 $ 41000.00 .,Private Serviw Address 4j000.001 rr w. .r Property, N N for Private Services� 65,000 .00 1A A4 r Valley r Sewer rkin. Was ME N 1 II I8,50U0 $ 8,500.00 ri w w, r 1.00 $ 433.00 0. 250L0 5,000 .00 . 5,000,00 650.00 $ 3,0250.00 ■ ..- . N 5j00U05000.00 $ 12,500,00 $ 12,500.00 Aw + A► w w w$ 2,500.00 2,5010.0 0, w Mr w N. M 7,000 00 $ 7,000,00 5,000 ,00 10,000,010 9,50 00 $ 9,500LO A r rA 26,000.00 �N N« N rMlr f1 AA 'A i w Mrr $27 Al 54,00000 r r : AA AAA 178.00 r rrAr $ 62,560.00 1 38.00 : A r .w Nw M w w w AA $ 1,283.00 NOUN= r 100 $ 1,283.00 k-11111dim U$91%w • ww OilltdUfllg I Up N w N r 9195.00 rr AR.Foundation Material' r). A, aAr Gravell Driveway Restoration 3,000.00 $ 3 000.00 a r "". -w Rock Base $ 01' " 16,560.00 ., "- w M Drawings anid Post Construction Survey r rr 100 -00 _ Tax 10% j,N w r,I. .. ,. ... y CountyDistrict No. �0iIY0 I A0 500L0 II 21300.0O 4,600i00 30L0 $ 5,550,00 w. w AW NN N • M: 1',i35000 r24,600,00 IA $ 6,600LO A rA 10,8010m N N" M w •$ 1,150i0o $ 1,150m w N M �I r Arr rr , 20,000,00 $ 1,60U0 8,000 .00 40000.00 a OOO w AI y $8,000 e^ 00 .AA1 56,000L0 Ar rAr Ai �� w• ., AIAr 7,500i00 „ 3,000 .00 $ 12,00 0,00 °rAAA 4,200 00 M M + e . e AI' � r w 1,000 ,00 y, A .' r r r'A 4 A Subtotal wule E $ 199,014500 TOTAL+' M' w City of Tukwila 42nd Ave S - Phase IH Bid Talc Fags 4 of 495 Exhibit B T&M Estimate cost for Tukwila 42nd Ave S Phase 111 WO#1313670 ESTIMATES NOTES (SCOPE) Reg. Hours Labour Cost Material Cost ' Engineering (Civil const. plan review 8z Elect. Design) ' Inspection (Civil 0b Elect. Inspection) Subtotal A This estimate does include UG service construction work. 25 services to be converted OHUG plus removal cost 656 $99,091 $39,636/45 $29,727.34 $168.455 This estimate does include primary and feeder work (this includes PMH switch instatlation work), removal work plus all material cost. 1482 $223'163 $197,450 $168'34525 $126,183.93 $7I5.042 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\29435 Note: This estirnate includes wage & Material escalations since the ast updated date (7/7/2014) of the estimate sheet among other % incrementals as shown on surnrnary sheet. TT 5/25/2017 Transportation & Infrastructure Committee Minutes................................................................................................ July 25, 2017 E. Memorandum of Agreement: 42nd Avenue South Phase III Staff is seeking Council approval of a Memorandum of Agreement with Seattle City Light (SCL) to share the cost of undergrounding the electrical distribution system as part of the 42nd Avenue South Phase 111 project. The agreement proposes that SCL will pay 60%, or $1,285.312, and the City of Tukwila will pay 40%, or $856,875, based on the construction bid results. The final costs will be adjusted with the 60/40 cost share ratio. The MOA identifies specific costs that will be split 60/40 and anything not covered in the agreement will be the City's expense, for example trenching and backfill. The Committee requested the following additional information: • Cost of trenching and backfill • Cost of schedule delay due to the fish window • Cost to Seattle City Light of pipes over the culvert • Cost to the City of the culvert UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. F. Grant Submittal Request: Transportation Improvement Board Staff is seeking Committee approval to apply for a Washington State Transportation Improvement Board grant to fund the West Valley (1-405 to Strander Boulevard) Project. Tukwila applied for this grant for this project last year, and while it was not awarded it was the highest scoring project not selected. The new application will incorporate suggestions from the TIB staff. If awarded, matching funds will be available from federal grant funds, traffic impact fees, and arterial street funds. UNANIMOUS APPROVAL. III. MISCELLANEOUS Staff response to recent public comment The City Council recently heard public comment regarding the safety of the intersection at Tukwila International Boulevard and South 144th St for pedestrians and those with disabilities. Staff responded that a "yield to pedestrian" sign will be installed at eastbound South 1441h Street for those turning right onto Tukwila International Boulevard. This information has been shared with the person who commented. In addition, a resident recently sent the Council a letter expressing concern about pedestrian street crossing times in general. Councilmember Quinn also heard about this at his recent Council Chat at Cascade View Park. Staff responded that pedestrian street crossing times are based upon Manual on Uniform Traffic Control Devices (MUTCD) standards that assume an average walking speed. Certain pedestrian crossing times can be adjusted if there is a demonstrated need at that location. Tukwila has a minimum of 7 seconds at every signal in town. Some people may interpret the flashing signal to be the end of the crossingtime. Extended pedestrian crossing times will also impact vehicle traffic flow, so everything has to be balanced. The City is going to be considering a road diet for Tukwila International Boulevard, and this will create new travel patterns. Councilmember Quinn stressed the importance of data. Chair Kruller asked if extra time could be added at specific times of day, and staff replied that it probably could. Councilmember Duffie noted that crossing times vary widely. There are also new technologies available, such as separate push buttons to request extended time. Staff will follow up with the author of the letterto find out which specific intersection she is concerned about. ,i • The City of opportunity, the community of choice TO: Mayor Ekberg Councilmembers FROM: David Cline, City Administrator DATE: August 2, 2017 SUBJECT: Report for August 7, 2017 Regular Council Meeting The City Administrator Report is meant to provide the Council, staff and community an update on the activities of the City and on issues that concern Tukwila. Please let me know if you have any questions or need additional information about any of the following items. Intergovernmental Update • Regional Animal Services of King County Meeting: On July 13, the City Clerk's Office hosted the quarterly meeting with Regional Animal Services of King County (RASKC) and representatives from participating cities. Video clips have been posted on the City's TV channel relating to the positive impacts at RASKC resulting from volunteer efforts and a grant from PETCO. • Regional Transit Committee Meeting: Community Development staff attended a Regional Transit Committee meeting with Councilmember Hougardy on July 19. Items on the agenda were briefings on existing guidelines to improve transit speed and reliability, and the In -Motion program, a targeted marketing program Metro does in specific neighborhoods based on low transit use or implementation of service changes to increase transit ridership. • Regional Affordable Housing Task Force: On July 14, Mayor Ekberg attended the Kick -Off event for the Regional Affordable Housing Task Force held at the Renton Community Center. • Regional Equity Team Meeting: On July 21, Tukwila hosted a Regional Equity Team meeting at Fire Station 51. Communications staff attend the monthly meetings on a regular basis. City Administrator David Cline offered welcoming remarks to the group. II. Staff Updates Public Safety • International Rescue Committee Summer School Program: Officer Valdez visited the International Rescue Committee's summer school program for elementary school age refugee kids to help them get ready for the next school year. He will also be meeting with the Middle and High School age kids in August. • Outreach at Samara Apartments: Officer Valdez and Sgt. Boyd presented to a group of 20 Bhutanese refugees, and a family of Iraqi refugees at the Samara Apartments on July 14. They will be doing a second presentation to the Bhutanese soon, and will also r • IMS r - � :. • �r .,� "':; �. a .N'1 -+ r � r :M, City Administrator's Report August 2, 2017 Page 2 be reaching out to the Iraqi, Afghani, Syrian, and Iranian populations. They have located an individual who works at the Samara apartments who speaks these languages, who expressed a desire to be involved. Project Updates • Tukwila Village: On July 21, the developer closed escrow on $40 million of loans and $20 million of investor equity to fund the $60 million Phase 1 of Tukwila Village. At the same time, the developer and city closed escrow on the sale of the land for phase one. The City received $2,252,000 for the land for this phase. This phase includes the two senior apartment buildings currently under construction on the South side of 144th Street plus the plaza and community building on the north side of 144th. The community building will be complete this fall and the senior apartments will open in 2018. The developer intends to construct the remaining two senior apartment buildings in one phase with construction starting in 2018 and completion in 2019. • Southcenter Pedestrian/Bicycle Bridge: The middle steel structure of the bridge was lifted into place over the Green River on July 13. Deck installation continues to take place at Span 2. On the west side of Green River, the decorative sidewalks are being completed. On east side of Green River, the foundation for one of the temporary cranes is being removed. • S 144th St Phase II: Contractor is continuously installing Seattle City Light's electrical, CenturyLink's communication, illumination, and storm drainage facilities. • S 119th St Pedestrian Bridge: King County crews are scheduled to complete the repair of girder tops in late July/early August. Staff is also working with a consultant to develop plans for painting of the structure anticipated in Spring 2018. • BAR Bridge Rehab: Staff is waiting for the BNSF Temporary Occupancy Permit to be issued by the railroad before issuing a notice to proceed for the project. The contractor expects to begin work below the roadway in early August and complete all below grade work by October. The project will be shut down for railroad high traffic during the holidays and continue in January 2018. Above grade and deck work will begin at that time and traffic flows will be impacted due to intermittent lane closures and lane shifting. • Major Maintenance on 3 Bridges: The contractor was given Notice to Proceed on July 12. o Beacon Ave bridge will completely closed to traffic beginning August 28. The work will be completed at the end of October. o Frank Zepp bridge is expected to be completly closed to traffic for 10 days beginning September 15. o Grady Way does not anticipate to have any impacts to Grady way itself. There will only be temporary lane closures on Longacres Drive. 102 City Administrator's Report August 2, 2017 Page 3 Staff is working with the City's communication department to develop notifications for all areas impacted by the construciton work. The entire project(all locations) are expected to be completed by December 2017. • Historical Roots of Inequity Training: On July 20, staff members from all City departments attended a training session sponsored by the City's internal Equity Team and the Equity and Social Justice Commission about "The Historical Roots of Inequity. Why there is still more work" to do facilitated by equity trainer Benita R. Horn. • AWC Business License Task Force: Cindy Wilkins, Fiscal Specialist Business Licenses, has been asked to join the AWC Business License Task Force. This is a State-wide group and Ms. Wilkins participation will ensure Tukwila has a voice in the development and application of future business license legislation. • Tukwila Senior Fiscal Coordinator receives "Professional Finance Officer Award". Sherry Wright has earned the Professional Finance Officer Award for the State of Washington from the Washington Finance Officers Association. This annual award requires ongoing educational and professional excellence. • Washington State Public Transportation Wall of Fame: Maggi Lubov, Commute Trip Reduction Coordinator, is being inducted into the Washington State Public Transportation Wall of Fame at a banquet on August 8. The Wall of Fame recognizes exemplary workers in the transportation field for their dedication, innovation, customer service, and professionalism. Boards and Commissions Vacancies are currently being advertised on the City's website, on Channel 21, in the Tukwila Reporter, through social media and outreach to the local schools. • Arts Commission: Vacant Positions — Position 3 and Student Representative. • Civil Service Commission: No vacancies. • Community -Oriented Policing Citizens Advisory Board: Vacant Positions - Position #8 School District Representative and Student Representative. • Equity & Social Justice Commission: Vacant Positions - Position #2 Education Representative, Positions #4 and #7 City Employees, and Position #6 Community Representative and Student Representative. Two applications have been received. • Human Services Advisory Board: No vacancies • Library Advisory Board: Vacant Positions: Positions #6 and #7 Residents and Student Representative. • Lodging Tax Advisory Committee: No vacancies. • Park Commission: Vacant Positions - Positions #6 and #7 Community Members and Student Representative. One application has been received. • Planning Commission: No vacancies. 103 TUKWILA PUBLIC SAFETY PLAN Monthly Update July 31, 2017 • Planning for the August open house and associated summer outreach activities is underway. • Open House plan shared with Council. • Flyering in Foster Poiint, Thorndyke, Duwamish and Allentown neighborhoods. • Community Connectors recruiting attendees. 9T=— M Siting Advisory Committee met July 26. Agenda included discussion, of the Justice Center and attributes of potential sites. Near-term Council Decisions and Key Dates • August 7, Council Executive Session — Site Selection Update (Executive Session due to the potential to affect value of property) • August 7, Public Safety Committee —Justice Center A/E contract approval • August 14, C.0 -W —Justice Center A/E contract approval • August 71 Council —Justice Center A/E contract approval Fire Stations Siting • Heartland with SCJ and, City of Tukwila reviewed, a list of potential sites and have narrowed down to a medium list based upon the approved siting criteria, Medium list to be shared with, Council this month in Executive Session; full list will also be discussed with rationale for removing properties from consideration. o Architect is investigating feasibility of the potential sites from a design perspective while Heartlandand SOJ are continuing to further investigate the potential sites and refine the list based upon the approved siting criteria. Architecture and Programming 0 Arch iteictu ra I program has been reviewed and: approved by the team. 105 Initial meeting with CPARB for GCCM approval; second meeting in August to secure approval 0 WR 73 R-7 =A - Siting • Heartland with SCJ and City of Tukwila reviewed a list of potential sites and have narrowed down to a medium list based upon the approved siting criteria. Medium list to be shared with Council this month in Executive Session; full list wild also be discussed with rationale for removing properties from consideration. • Architect is investigating feasibility of the potential sites from a design perspective while Heartland and SJ are continuing to further investigate the potential sites and refine the list based upon the approved siting criteria. 2= • Eight firms responded to the Architecture and Engineering RFC; pared down to four firms interviewed which took place June 28 and a firm was selected by the selection committee. • Public Safety Committee to be presented proposed firm at August 7' meeting after budget negotiations. Council to be presented proposed design contract in August. I Public Works Facility am. W TU -0—e-7 i a r e• S r0*4111 Tmexecume 5z7T=, f scussel with rationale for removing properties from consideration. Architecture and Programming 0 Phases scheduled to begin in 201,1J.' Design and Permitting * Phases scheduled; to begin in Jiune, 2018. Bidding and Construction ei Phiases scheduled to begin in September, 2019. nOWN M.= - Schedule August • Justice Center Architect and Engineering contract to Public Safety Committee and Council • Open House #2, August 10 • Siting Advisory Committee Meeting • Fire Station 51 Schematic Design begins • Siting Review Meetings • Siting Advisory Committee report September • F�ire Station GC/CM Contractor Solicitation • Justi�ce Center programmiing begins • Siting Advisory Committee Meeting October # Fire Station GC/CM proposals Received # Siting review meetings ff$YA November • Fire Station GC/CM Interviews and Selection • Fire Station GC/CM Pre -Construction Contract to Public Safety Committee and Council • Fire Stations 52 and 54 final sites selection • Justice Center final site selection • Open House #3 o Justice Center CPARB Application Submitted December * Advisory Committee (Report * Fire Stations final program review and pricing to Public Safety Committee and Council * Justice Center GC/CM Contractor Solicitation 0, Justice Center programming update January 2018 • Justice Center contractor pre -construction contract to Public Safety Committee and' Council February 0 City shops, architect contract to Public Safety Committee and Council March 0 City Shops facility site selection April * City Shops facility programming update May a Fire Station 51 Construction Contract Approval to Public Safety Committee and Council June • Fire Station 51 construction begins • Fire Station 52 and 54 design begins im TUKWILA PUBLIC SAFETY PLAN FACILITIES PLAN Project Schedule AUGUST Start Finish % Done 2016 2017 2018 2019 2020 2021 J F M A M J J A S 0 N D J F M A M J J A S 0 N D J F M A M J J A S 0 N D J F M A M J J A S OND J FMAM J J A S 0 N D J F M A M J J A S 0 N D CITY/SOJ KICK-OFF MTG 10/05/16 10/05/16 100% CITY VOTE 11/08/16 10/31/19 100% BOND SALE 12/01/16 12/31/16 100% PUBLIC OUTREACH - SITE SELECTON 01/01/17 12/31/21 20% JUSTICE CENTER 02/06/17 05/25/20 7% B C STATION 51 02/24/17 09/27/19 12% A C STATION 52 02/20/17 06/05/20 12% A Q B C STATION 54 02/20/17 06/05/20 12% A B C CITY SHOPS 02/20/17 04/09/21 5% A D site selection program/site selection design and permitting bidding and construction move -i n/occupancy ▪ completed • public outreach COUNCILMEMBER DECISIONS (A) Architect Contract Approval (D) Site Selection (B) Contractor Pre -Con Contract (E) Project Budget Changes (C) Contractor Construction Approval (F) Bond Sale #2 (G) GC/CM CPARB IWI C4 of Tukwila - Public Safety Plan Conceptual Budget Summary YOE $ (in thousands) PUBl.lC'SAFvr)(, PLAN - FUNDINC. be Safely 0.Id6nq20 2B, 629 I a1jms (51, 52, 54y 18 .&24 4,750 24,432 'Norks Shop - 14,747 14,748 29,493 FACILMES TOTAL 47A53 $ 4„750 $ 15.605 $ 14,746 $2,564 FpPaTaME-quIPM&A I S ro'M I $ . 1 $ . li $ I I S PLAN TOTAL 5 77,955 $ 4,750 3 15,605 5 14,746 $ 112,486 ME3MMKMMzz= HIBLIC SAFF""INPLAN - FACILHIES DS or DeCeffjb11, 2'2016 111=017 In Services (both design & CA) 1,616 $ 731 S 356 5 464 869 $ 4,037 d Acqumon 61000 0 653 862 6,000 13,616 MovF08S 440 266 89 116 $22 1,421 kwoucuon pa -corn cavist & pax) 143,195 7,809 3,278 4,270 10,202 50,758 strudipon RaIM100 Costs 1,064 1:047 438 "1 426 3,526 (nbt Qthw Pirofessiuonal !vcs) $,114 460 297 397 348 2,615 rRipri,gency {incl Consituction & Project) 2,199 1,1145 546 6615 2,127 5..552 111=017 In 112 Public Safety Plan Fire Stations - 51, 52, 54 YOE $ (in thousands) I'lip''I !'111 1 11!1111� III '-t4jM*- =5- 451111111111 0 111, . 0 I The main fire station was originally identified as FS 1, but has been changed to F552 in the revised estimate, Z:\Coun,:O Agenda Iltems\CommunIJcatjons\PSP Fu indinig and Costs - Fire stations[ 11.xkx, 6.8.17 113 YEAR OVEXPENDITURE (,YOE) $]UMMAR WW Fire Stations ��tice Center I iPublic Works Shop Facilities Total Fire Apparatus/Equipm-en-t . . . .. .. ......... 'Public Safety Plan"'Tolt'al . ......... . I The main fire station was originally identified as FS 1, but has been changed to F552 in the revised estimate, Z:\Coun,:O Agenda Iltems\CommunIJcatjons\PSP Fu indinig and Costs - Fire stations[ 11.xkx, 6.8.17 113 MMA . ........ . . . . . ...... . Upcoming Meetings & Events August 2017 j � Tuesda�9_h_c �qay toth Thursda lt� _Q 12th Saturda�ZtA Civil Service Finance Crrite, Peanut Butter and Public Safety Plan Family Summer Council Chat Commission, 5-30 Pm Jam Family Concert Open House N2 Outdoor Cinema 11:00 AM to 5:00 w (H(,,tzelnut Series 5:30 7:30 PM Series I;00 PM (Human Resources Cop?prence t`RI`1E family fun! (Tukivila Fire Showling "Aloana " (No,ru, SPECIALTIME) Cot!fvrence Room) flooln) Noon - I �00 PM Station 54) (P(j) lukwila Stop by, arid informally (("onnnuni(v (.'enter 1�, Learn where neu, I ommunity Cewt-r all with aTulwda 01" the Sprqv Park) Public Sq/Z-�y Councilmernber about Public Safety 'chis week: could be Outdoor seating anything on your mind Cunte, ;r, Tukwila Recess Alonkey» 'facilities located and meel opens at 7:30 I'M. Movie begins at regarding Tukwila. 5-30 PM International I FRET,' but we ask fbr ca I Me arcl7ifecls. dusk, Billy Baroo's Wazelnuf Boulevard Peanut Butter or "lana Movie is FREETbut ('13500 Interurban Co")erence Ror,)m) Action Crnte, donation 10 Support our surnmer food COPCAB, we asAfir a non- A aye" S) 7:00 ilm drive, 6:30 PM perishable' fix.0 City Council (Valley View Seuper Divt,, (Duwainish Idonalion to mqq)orl the, See Vou in the Park Regular Mtg., 3460 S 148th 5:30 13M - 7:0013M Coq/erence Tulavihi PantrY I)m (Foster AAmlarial Kaon?) (Council Park) Chambers) I'ukwila Parks & Recreation invites you out to meet our staff! Free l"ood, garnes & fidn, for all age groups! Commission, Cancelled l4th, (Monday) 15th (Tuesday) l6th (Wednesday) 17th (Thursday) 18th (Friday) 19th (Saturday) C01111111.1nity Transportation Peanut Butter and Tukwila 'rukwila Kids 24th Annual Development & & InfraStf-LICture Jam F3"'IiIY Concert Historical Festival Community Neighborhoods C III te - Series Society, 11:00 AM- 20) Garage Sale C rn te., 5:30 PM FREE family fun! 7:00 Pm PM (Cascade 9ioppers look or 5:30 pm (roster Noon 1:00 I'M (Tukwila View park, 14211 37,11 Ave S.) yelllolv st gn's, aroutid (Hazelnut Coqfi'l -ence ("('Mninuniti Center b 11 Y "I Heritage Firee Fainily Fun d. Coqprenee Room) Roont) theSj)rq1V lltirk) Cultural (�!'enter, for the whole For additional This week: 14475 S. ,toe family'! call 206-4.33- 7178 Casimr BaAypanls. S") City Council FRELbut we -,L,;k fbi- Family Surnmer Committee of a Peanut Butter or Jam Outdoor Cinema donation to support Series the, Whole Mtg., our summer food Showing 7:001''M drive. "fill(fing Dory C �ouncil ..... . .... Chambers) Arts Tukivila Commission, collintunitY Center 5.00 PN4 (halloo r seating (C onunun4y opens at 7:30 PNI, Cente)) Movie begins a( dusk. I Civil Service Commission: 1st Mon., 5.00 Pm, Hurnan Resources Conf Roorn. ( lonlact Sara Valdez at 206-431-2187. COPCAB (Community Oriented Policing Citizens Adv. Board): 2nd 'Thurs., 6:30 Pm, Duwarnish Conference Roorn. (."intact Chris Partisan at 20,6-431-219. 7 ��Finance Committee: Ist& 3rd Tues., 530 i3m, Hazelnut Conf, Roorn. (:49 Gi-anial)p)e.)i,,til.ff))•7i^anspoi-tatir.)nDeiii4intiAfcin4zgcmenI Plan. t`B) Police Department evidence purchases, (C) Fire Del,2artment seCl-'vontuined breathing, apparoms and sujrj.)Iied air breathing apparattis replacement, (D) Business license fees, Park Commission: 2nd Wed,, 5:30 PM, Community Center. Contact Robert Eaton at 206-767-2332. Public' Safety Committee: I st & 3rd Mon., 5-30 m, Hazelnut Cont. Roorn, (111) A contracffiw° architect and engineering servicey.for. the Jmqice Center. ("13") IJpdatelrevieiv on uIxotning PublieSajety Open House. (C) Review q1'Pub1icSq/et)1 Committee Workload r-Tukvvila Int'l. Blvd. Action Crate: 2nd'Tues., 7:00 PM, Valley View Sewer District. ct, (.7onlact Chie I at 206-433-1815. 115 Tentative agenda Schedule August 7 14 21 1128 See agenda packet Presentation:ecgal Presentation: cover sheet for this -introductions of High -Climate change and the week's agenda.- School Interns. Green/Duwamish River. August 7, 017 Regular Meeting. $Pedal Issues,: -An Interlocal Agreement with the Tukwila School 'Distr'ict for the School Resource Officer. 5 (Tuesday) 11 18 25 Special Presentation: Special Presentation: -Update from Public -'.Police Department promotion of Todd Rossi Safety Plan .Siting to position of Advisory Committee, Commander, -Police Department. Life. Saving Awards. A pal U i1 pmt nle nts: Appointments to Boards and Commissions. Public fiearu.ug., A 6 -month moratorium within the `fukwila International Boulevard Study Area in the City of Tukwila on the development of certain uses such as hotels, motels„ extended -stay facilities„ or auto -oriented uses.. Unfinished Business: -An ordinance to adopt findings of fact regarding the above 6 -month moratorium. -final report on PIC H grant. W.