Loading...
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 •