HomeMy WebLinkAboutReg 2017-08-07 Item 3G - Memorandum of Agreement - 42nd Avenue South Phase III: Aerial Overhead Electric Utility Relocation and Underground Installation with Seattle City Light (City of Seattle)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 •