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.