HomeMy WebLinkAbout18-075 - Seattle City Light - Aerial Overhead Electric Utillity Relocation and Underground Installation Memorandum of Agreement18-075
Council Approval 5/21/18
MEMORANDUM OF AGREEMENT
BY AND BETWEEN THE
CITY OF SEATTLE AND CITY OF TUKWILA
53rd Avenue S (S 137th Street to S 144th Street)
Aerial Overhead Electric Utility Relocation and
Underground Installation Project
This Memorandum of Agreement (the "Agreement") between the City of Seattle, by and through its
City Light Department ("City Light"), a Washington municipal corporation located at 700 Fifth
Avenue, Suite 3200, PO Box 34023, Seattle, WA 98124, and the City of Tukwila ("Tukwila"), a
Washington municipal corporation with its offices located at 6300 Southcenter Blvd, Suite 100
Tukwila, WA 98188, (collectively the "Parties") sets forth the terms and work guidelines for the
design and construction of an underground electrical distribution system for 53rd Avenue S from S
137th Street to S 144th Street 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 53rd Avenue S (Project No. 99110301)
street improvement/transportation project (the "Project") in an area with mixed zoning, including
high and low density residential; and
WHEREAS, Tukwila has determined that the Project requires the relocation and new construction
of City Light utility infrastructure located within the boundaries of the project; and
WHEREAS, City Light currently maintains and operates its utility infrastructure within the public
rights of way of Tukwila under a franchise grant given to City Light pursuant to City of Tukwila
Ordinance No. 2012, dated January 21, 2003 ("Franchise"); and
WHEREAS, City Light acknowledges and agrees that the terms and conditions of the Franchise
govern City Light activities within the Public Rights -of -Way of Tukwila; and
WHEREAS, City Light acknowledges that Tukwila has given notice to City Light and Third -Party
users of the necessity to remove existing aerial utility infrastructure in Tukwila in conformance with
the requirements of the Franchise; and
WHEREAS, the Parties recognize that certain efficiencies and cost savings can be achieved by
having Tukwila manage the work for the Project and the relocation and undergrounding of City
Light's electrical facilities through a single general contractor; and
WHEREAS, City Light and Tukwila intend for this Agreement to provide a process for cooperation
and coordination in the design, estimating, scheduling, construction through completion, and
payment for, the electrical facilities undergrounding work in an efficient and cost-effective manner.
NOW THEREFORE, in consideration of the mutual benefits to be provided the Parties through this
Agreement, it is hereby agreed as follows:
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 1 of 17
FINAL
AGREEMENT
Section 1. General Principles
1.1
Order of Precedence: This Agreement is intended to establish procedures and work
guidelines for the relocation of certain City Light utility infrastructure necessitated by the
Project. In the event that any provision of this Agreement conflicts with a term, condition
or provision of the Franchise, this Agreement will govern to the extent necessary to resolve
the conflict.
1.2 Scope of Project: Tukwila has contracted with KPG ("Consultant") to design street
improvements for the Project that will include roadway widening/improvements to
accommodate new sidewalks, sharrows, retaining walls, drainage improvements, street
lighting, traffic control and other associated work. Consultant will also prepare the Civil
Infrastructure Plans, Specifications and Estimates for the Civil Infrastructure required to
accommodate City Light facilities, as well the Private Property Infrastructure for the
service connections on private property required for the Project.
1.3 Cooperation: City Light and Tukwila agree to work cooperatively in the process of design,
estimating, scheduling and construction to bring the Work described in this agreement
to completion in an efficient and timely manner.
1.4 Additional Right of Way Required: Tukwila intends to construct the Project within its
existing right-of-way. However, it is anticipated that additional property will be necessary
for placement of equipment and facilities to make the undergrounding of the aerial
overhead utilities possible. Tukwila acknowledges that the acquisition of additional
property by Tukwila will expedite the Project and provide access to City Light over the
property to be acquired. Therefore, Tukwila agrees that it will be wholly responsible for
the acquisition of such additional property that the Parties agree is necessary for use by
City Light for its electrical distribution system (the "Additional Property"). City Light
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, City Light shall provide the location, description, and size of property required
to relocate the facilities and equipment. Upon acquisition by Tukwila, each Additional
Property shall become a part of the public right-of-way and the use thereof for placement
of City Light's facilities and equipment as part of its electrical distribution system shall
be governed by the Franchise. To the extent that any Additional Property is not within a
Tukwila Street Right -of -Way, Tukwila, at no cost to City Light, shall grant or obtain
permanent easement rights for City Light on, over, under, across, 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. Easements obtained on behalf of or granted to City Light shall be in a
form and with terms and conditions acceptable to City Light.
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
Conversion Area is a complex process. A certain amount of field engineering is normal
with a corresponding need to adjust design, schedules, and costs. Tukwila agrees to
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 2 of 17
ATATAT
inform the bidders of these considerations. Tukwila and City Light will coordinate and
cooperate to avoid unnecessary delays in the review and approval of change orders related
to the Work made necessary to adjust design, schedules, and costs as outlined in this
Agreement. Notwithstanding any provision in this Agreement, the Franchise, PS&E or
the City Light Civil Infrastructure Engineering Guidelines, City Light will have no
independent authority to give direction to, or exercise control over, any of the City's
Contractors or subcontractors, or their agents or employees, or to independently approve
changes orders, issue field directives, or alter approved Civil Infrastructure Plans and
Specifications.
1.6 Delay: Tukwila and City Light will work cooperatively to bring the Work to completion
on schedule and within budget and to avoid disruption or delay to the City's contractor and
its subcontractors. The Parties will be responsive to schedule and cost concerns and will
commit sufficient resources to support the Work and will work cooperatively to resolve
any unanticipated design and construction issues related to the Work as they may develop.
1.7 Civil Infrastructure: Tukwila will include the Civil Infrastructure (as defined in Section 2)
as a separate Schedule to its construction bid documents, a copy of which is attached hereto
as Exhibit A, Schedule C. Tukwila will construct all City Light Civil Infrastructure and
Private Property Civil Infrastructure.
1.8 Underground Electrical System: City Light will perform the installation of its electrical
facilitiesand equipment (Underground Electrical System as defined in Section 2) within
the completed Civil Infrastructure. Tukwila shall, with the assistance of City Light, be
responsible for coordinating with the private property owners for the portion of the Work
to be performed on private property (the "Private Property Infrastructure Work"). (See
also Section 6 Construction.) In the event that a private property owner refuses the
undergrounding of their service or is otherwise delayed, City Light may, at the request of
the City Tukwila, place a pole and route conduit to pole as necessary to maintain electric
service to a City Light customer or customers. Such work shall be at Tukwila's request
and expense.
1.9 Hard Surface Removal and Restoration Costs: Hard surface removal and restoration within
City Light trenching and vault excavation limits of Schedule C work shall be Tukwila's
responsibility. A hard surface similar to existing conditions within said construction limits
will be required until such time that repaving, resurfacing and installing new sidewalks as
a component of the overall Project improvements is to occur. City Light shall promptly
notify Tukwila if City Light discovers a need for hard surface removal and restoration
outside the limits of Schedule C work area, so that appropriate change orders to the Project
contract can be made to complete such work.
1.10 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
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 3 of 17
I TXT A T
with the Project Schedule, City Light agrees to begin the Electrical Work within
twenty (20) working days following its receipt of notice from Tukwila that the site
is ready for such work to proceed and Civil Infrastructure has been accepted in writing
by the City Light Inspector and City Light Project Manager ("Operational Acceptance").
In the event that the Electrical Work is delayed beyond the date set forth in the most
current and approved Project Schedule, because Tukwila's Contractor has not completed
the Civil Infrastructure, City Light agrees that it will begin the Electrical Work as soon as
possible, but in no event more than thirty (30) working days after receiving notice from
Tukwila that the Civil Infrastructure is complete and ready for City Light to proceed, and
has been inspected and received written Operational Acceptance from City Light. Nothing
herein shall prevent City Light and Tukwila from agreeing to a schedule for commencement
of Electrical Work in phases prior to completion of all Civil Infrastructure Work.
Section 2. Definitions
The following terms are defined here as they are used in this Agreement:
"Aerial Electrical System": The overhead electrical distribution system and service drops,
including but not limited to cables, connections, terminations, transformers, switches,
utility poles, and associated components.
"Aerial Infrastructure Removal Project": The removal of the existing City Light Aerial
Electrical System in the Conversion Area.
"Bid Documents": Engineering design plans including those for Civil Infrastructure PS&E
(definition stated below), Project specifications, bidder's forms, and certificates, bid
contract documents, required contract provisions for Federal -Aid construction contracts if
applicable, unit price bid schedule for all Schedules A-E.
"City Light Civil Infrastructure Engineering Guidelines": The most current engineering
guidelines, construction guidelines, materials standards, and engineering operations and
practices adopted by City Light that govern the design, location, alignment, depth, materials,
and engineering specifications determined by City Light in its sole discretion that apply
to Civil Infrastructure associated with the Underground Electrical System.
"Civil Infrastructure": Underground infrastructure necessary to contain and facilitate City
Light's Underground Electrical System, including but not limited to conduit, ducts, duct
banks, vaults, handholds, casing, and other non -energized electrical facilities, as described
in Schedule C, SCL Electrical Ductbank. Civil Infrastructure does not include the
Underground Electrical System.
"Civil Infrastructure Plans, Specifications, and Estimates (PS&E)": Engineering design
plans that include Civil Infrastructure work, Washington State Department of
Transportation and Seattle City Light Standard Specifications and Details, and
construction cost estimates.
"Consultant": The City of Tukwila's consultant, KPG.
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 4 of 17
Tr'TTT A T
"Contractor": Selected contractor from Tukwila's Project bidding process. Selected
contractor is responsible for all Project work, including but not limited to excavation,
construction and all subcontracted work, except for the Electrical Work related to the
Underground Electrical System.
"Conversion Area": The 53rd Avenue S corridor in Tukwila, Washington from S 137th
Street to S 144th Street, including parcels served by the electrical distribution system along
this corridor.
"Electrical Work": The installation of the Underground Electrical System within the
completed Civil Infrastructure following Operational Acceptance by City Light.
"Field Directive Change(s)": Design changes to agreed -upon "Work" as the result of field
conditions.
"Final Acceptance": The determination by City Light after all Schedule C work has been
completed, including having all vault and hand hold lids brought to grade and completion
of all punch list work related to the Civil Infrastructure, that the Civil Infrastructure is in
conformance with the approved plans and specifications for the Project. Final Acceptance
shall also be dependent upon the receipt and approval of as -built drawings for the Civil
Infrastructure by City Light. Final Acceptance shall be in the form of a letter to Tukwila's
City Engineer or another designated representative.
"Operational Acceptance": The determination by City Light that the Civil Infrastructure is
in material and substantial conformance with the approved plans and specifications for the
Project and is ready for installation of the Underground Electrical System by City Light.
"Primary Project Costs": All costs associated with the Project for providing the path for
the utility infrastructure, including, but not limited to design, project management and
construction management, trench and vault excavation and backfill, and repaving,
resurfacing, installation and restoration of hard surfaces, including all labor, materials,
tools, and equipment. Primary Project costs shall be the responsibility of Tukwila and not
the responsibility of City Light.
"Private Property Infrastructure": The underground infrastructure, including the service
lines to be located on private property that is necessary for City Light to complete an
underground service connection to the private property. Private Property Infrastructure is
not the responsibility of City Light.
"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, including but not
limited to: connections between the old overhead service at the weatherhead and the
new underground cable, pulling the underground cable to a "point of service termination
point" in the ROW or utility easement, and providing a secondary handhold at the point
of service termination point.
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 5 of 17
"Project": The design and construction of street/transportation improvements on 53rd
Avenue S between S 137th Street to S 144th Street in Tukwila, Washington being performed
by the City of Tukwila.
"Project Management Costs": Labor time, equipment, and materials costs internal to each
party directly related to management of the Project.
"Schedule C Work": The work to be performed that is included in Schedule C to this
Agreement, also referred to as the Civil Infrastructure work.
"Third Party(ies)": The entities other than City Light whose aerial facilities and equipment
are attached to utility poles within the Conversion Area, which poles are owned or jointly
owned by City Light.
"Third Party Aerial Infrastructure Removal Project": The removal of all aerial facilities
and equipment owned or operated by Third-Party(ies).
"Underground Electrical System": The underground electrical distribution system and
underground service lines, including but not limited to cables, connections, terminations,
transformers, switches, and associated components.
"Underground Relocation and Installation Project": The design, construction, and
installation of the Underground Electrical System within the Conversion Area.
"Work": The work to be performed under this Agreement, including the Civil
Infrastructure Work, the Underground Relocation and Installation Project, the Electrical
Work, and energizing of the Underground Electrical System.
Section 3. Design Development and Review Process
3.1 City Light will, in accordance with Section 3.4 of this Agreement, provide Tukwila and
the Consultant with the City Light Civil Infrastructure Engineering Guidelines which
Tukwila and the Consultant will use to prepare and complete the Civil Infrastructure PS&E.
Tukwila shall provide the basic layout of the Civil Infrastructure, including conduit and
vault layout, conduit duct details, vault and hand hole details, and engineering
specifications for the material in accordance with City Light Civil Infrastructure
Engineering Guidelines. City Light will make its staff reasonably available to Tukwila and
the Consultant to facilitate the completion of the Civil Infrastructure PS&E.
3.2 Upon execution of this Agreement, City Light will furnish Tukwila with a list of known
Third Party renters having facilities on City Light owned poles within the Conversion
Area. Tukwila will be responsible for communicating the need to relocate these facilities
with each Third -Party renter and coordinating with each renter for the relocation and
undergrounding, or removal without relocation of the renter's facilities and equipment.
City Light will provide notice to each Third -Party renter of the need to remove facilities
pursuant to any such agreements, rules or regulations City Light has that are applicable to
such Third -Party renters. City Light will, in accordance with Section 6.3.3. of this
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 6 of 17
T,T1T ♦ T
Agreement, cooperate with and assist Tukwila in Tukwila's efforts to facilitate the
relocation of the facilities of the pole renters attached to City Light's Aerial Electric System
and completion of the Third -Party Aerial Infrastructure Removal Project, including to the
extent necessary using legal authority City of Tukwila and City Light have under any
agreement, franchise agreement, ordinances, rules or regulations that are applicable to such
Third -Party renters.
3.3 Tukwila shall be responsible for completion of the Civil Infrastructure PS&E. The
Consultant will coordinate with a designated City Light staff person to ensure that the Civil
Infrastructure PS&E incorporates appropriate specifications and detail that conform to City
Light Civil Infrastructure Engineering Guidelines. City Light will be responsible for the
detailed electric design of the Underground Electrical System and any design work
necessary to complete the Aerial Infrastructure Removal Project.
3.4 The Civil Infrastructure PS&E must meet City Light Civil Infrastructure Engineering
Guidelines, using materials in accordance with City Light material standards included
therein. City Light shall provide Tukwila with the Civil Infrastructure Engineering
Guidelines within thirty (30) working days written notice to City Light that Tukwila is
commencing design.
3.5 Format: Submittals shall be transmitted in hard copy three half-size sets, digital forms in
CADD and direct plot-to-PDF formats. Electronic files shall be in accordance with City
Light's CADD (Computer Aided Design/Drafting) standards and compatible with
AutoCAD 2014 unless otherwise agreed to by City Light and shall include clarifications
from the Design Engineer to City Light.
Section 4. Cost Estimates, Contractor Selection & Construction Schedule
4.1 Estimates: Tukwila shall have primary responsibility for developing cost estimates for
construction and completion of the Civil Infrastructure work. City Light shall have primary
responsibility for developing cost estimates for the Underground Relocation and
Installation Project and the Aerial Infrastructure Removal Project. Tukwila and City Light
shall consult each other and achieve a consensus regarding the cost estimates.
4.2 Bid Process:
4.2.1 Tukwila agrees to allow five (5) working days for City Light to review submitted
bid tabulations.
4.2.2 The Civil Infrastructure work will be advertised as Schedule C and will be included
in the basis for award to Tukwila's selected contractor for the Project. Tukwila will
include in the bid documents a requirement for the bidders to provide an itemized
unit cost breakdown schedule for the Civil Infrastructure work. Following the
opening of bids, Tukwila will provide City Light with the bid tabulations for review.
City Light will provide comments to Tukwila within five (5) working days of
receipt of the bid tabulations.
4.2.3 Prior to Tukwila's call for bids, Tukwila and City Light will agree on a tentative
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 7 of 17
TTT1T • T
schedule identifying key milestones for Project work. Milestones will include
completion and operational acceptance of Civil Infrastructure, completion of the
Private Property Infrastructure work, completion of the Underground Relocation
and Installation Project including energizing of new underground circuits,
completion of the Third -Party Aerial Infrastructure Removal Project, completion
of the customer service cutovers, and completion of the Aerial Infrastructure
Removal Project.
4.3 Construction Schedule:
4.3.1 Pre -Construction Conference: Promptly following the execution of the civil
construction contract between Tukwila and its Contractor, a pre -construction
conference shall be scheduled involving all participants in the Project to review the
design, coordination requirements, work sequencing and related requirements. City
Light will provide input during this discussion regarding key milestones for Civil
Infrastructure and Underground Electrical System work, including completion and
acceptance of Civil Infrastructure, energizing new underground circuits, customer
service cutovers, and removal of the overhead power system.
4.3.2 Schedules and Updates: The construction contract with Tukwila's Contractor shall
require Contractor to submit a preliminary progress schedule, weekly look -ahead
schedules, and updates in hard and electronic media formats in accordance with the
contract specifications. Tukwila will transmit these schedules to City Light for
review and comment. City Light shall submit comments, if any, within five (5)
working days of receipt of weekly look -ahead schedules or other updates with a
window of 4 weeks or less in span of coverage. City Light shall submit comments,
if any, within ten (10) days working days of receipt of the preliminary schedule or
update with a span of coverage of longer than four (4) weeks. City Light will
provide input to discussions between Tukwila, the Consultant, and its Contractor
to develop and maintain a project master schedule showing the milestones and
critical path.
4.3.2.1 During construction of the Schedule C Work, Tukwila and the
Contractor will hold weekly construction meetings at the City of
Tukwila offices or on -site. To obtain the most recent and/or first-
hand information on the construction progress of the Schedule C
Work, City Light will attend such meetings and will provide an
initial schedule and verbal updates of said schedule. The time and
locations of said meetings will be determined at the Pre -Construction
Conference.
4.3.3 Civil Infrastructure: Upon substantial completion of the Civil Infrastructure,
Tukwila shall give written notice to City Light of such substantial completion. City
Light will, within ten (10) working days of receipt of such notice, commence an
inspection of the Civil Infrastructure for compliance with the approved plans and
specifications, and any approved amendments thereto. If City Light determines
that the Civil Infrastructure is in material and substantial conformance with the
approved plans and specifications and is ready for installation of the Underground
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 8 of 17
Electrical System, City Light shall give its written Operational Acceptance of the
same. If City Light rejects the Civil Infrastructure, or any part thereof, it shall
provide a written punch list to Tukwila, including an explanation of the reasons for
its disapproval and the necessary corrections to be made. Tukwila will cause its
Contractor to correct the problem as soon as practicable after receipt of such
notice. The foregoing procedure will be repeated until City Light has given full
Operational Acceptance of the Civil Infrastructure. Tukwila shall require the
Contactor to be responsible for protecting the Civil Infrastructure inside the
Project limits until Final Acceptance is given by City Light.
4.3.4 Underground Relocation and Installation Project: City Light will complete and
energize the Underground Relocation and Installation Project within ninety (60)
working days of its written Operational Acceptance of the Civil Infrastructure. City
Light will contemporaneously therewith, but no later than thirty (30) working
days following completion of the Underground Relocation and Installation
Project, except as provided for in Sections 4.9 or 4.10 of this Agreement,
complete the service connections for all City Light Customers within said
Conversion Area that have completed the Private Property Infrastructure Work
to City Light's satisfaction.
4.3.5 Aerial Infrastructure Removal Project: City Light shall complete the Aerial
Infrastructure Removal Project within ninety (60) working days following the
completion of the Third -Party Aerial Infrastructure Removal Project and private
property service conversion, except as provided for in Sections 4.5 or 4.4 of this
Agreement.
4.4 Design Revisions: Tukwila will immediately notify in writing the City Light inspector, as
well as City Light's project manager, of any potential design revisions affecting the Civil
Infrastructure and ensure that City Light reviews and approves those design revisions.
4.5 City Light project manager will immediately notify Tukwila in writing of any requests for
change orders affecting the Civil Infrastructure work and to help ensure that Tukwila
expeditiously 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)
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 9 of 17
DTAT A T
between Tukwila and City Light.
4.9 Contractor Delay; Disruption: Delays in completion of the Civil Infrastructure, caused by
Tukwila, the Consultant, or the Contractor, may cause City Light to redirect its crew
resources to other tasks, and City Light crew resources may not be immediately able to
return, which may impact the Work or the Project Schedule. City Light shall immediately
notify Tukwila's City Engineer if City Light crews are removed from the Work, and shall
return City Light crew resources to complete the Work as soon as is reasonably possible.
4.10 Force Majeure: Tukwila agrees that City Light's performance of its obligations under this
Agreement shall be excused to the extent that such delay is the direct result of a "Force
Majeure Event" such as a storm, earthquake, or other unforeseen event beyond the control
of City Light, which necessitates the mobilization of City Light resources to restore utility
service to its customers. City Light agrees to promptly notify the Tukwila City Engineer
if and when City Light crews are to be removed from the Project and Work and both parties
agree to use all commercially reasonable efforts to eliminate or minimize any delay caused
by a Force Majeure Event. Performance of any obligation affected by Force Majeure Event
shall be resumed as soon as reasonably possible after the termination or abatement of the
Force Majeure Event.
Section 5. Staffing
Primary project contacts will be as follows as of execution of this Agreement. Any notices required
by this Agreement other than those required in Section 7.3 shall be sent to the following addresses:
City of Tukwila
Ryan Larson (design) David Sorenson (construction)
Sr. Program Manager Project Manager
6300 Southcenter Blvd, Ste 100 6300 Southcenter Blvd, Ste 100
Tukwila, WA 98188 Tukwila, WA 98188
(206) 431-2456 (206) 431-3653
Section 6. Construction
City Light
Joe Hampton
Sr. Project Manager
PO Box 34023
Seattle, WA 98124
(206) 684-5046
6.1 Civil Infrastructure: Tukwila will construct the Civil Infrastructure in accordance with the
plans and specifications, and any revisions thereto, approved by City Light and as
otherwise provided herein.
6.2 Private Property Infrastructure:
6.2.1. Tukwila will contact and coordinate with property owners and customers within the
Conversion Area (as identified by City Light) to facilitate the timely completion of
the Private Property Infrastructure Work.
6.2.2. In furtherance of the Private Property Infrastructure Work, Tukwila intends to seek
agreement from each such customer/property owner which agreement will either:
(1) authorize Tukwila, and Tukwila's Consultants and Contractors, to perform some
or all of the Private Property Infrastructure Work, or (2) provide that the private
property owner will perform or cause to be performed the Private Property
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 10 of 17
FIN AT.
Infrastructure Work. All Private Property Infrastructure work necessary for City
Light to complete its underground service connection work to those properties in
the Conversion Area will be completed by Tukwila, Tukwila's Consultants or
Contractors, or the private property owners per RCW 35.96.050 prior to Operational
Acceptance of the Civil Infrastructure by City Light.
6.2.3. City Light shall intercept and connect the service in the secondary handhole. The
contractor performing the Private Property Infrastructure Work shall coordinate
each service cutover work with the City Light electric service representative, five
(5) working days in advance of the cutover.
6.3 Aerial Infrastructure Removal Project:
6.3.1. City Light will perform the work necessary to complete the Aerial Infrastructure
Removal Project in accordance with the Project Schedule and as set forth in Section
4.3 of this Agreement.
6.3.2. City Light will coordinate with Tukwila and Tukwila's Contractor to schedule the
removal of the connections to the Tukwila streetlights at a mutually convenient time
and place.
6.3.3. Tukwila will, with the cooperation and assistance of City Light, coordinate the
removal of the Third -Party facilities on the Aerial Electrical System to coincide
with the removal of City Light overhead lines. City Light further agrees to
cooperate with Tukwila in exercising any lawful authority that City Light may have
to require such Third Parties to timely remove their facilities from the City Light
and jointly -owned poles within the Conversion Area. Upon request by Tukwila,
and to the extent legally permitted, City Light will provide Tukwila with copies of
pole attachment agreements, if any, between the Third Parties and City Light, and
any policies, procedures, rules, or regulations that are applicable to the exercise of
such authority.
6.3.4. City Light will be responsible for removing poles solely owned by City Light and
requesting removal of utility poles in joint ownership with a telecommunications
or other service provider. The telecommunication or other service provider shall
have primary responsibility for removal of the poles that are joint ownership poles
per City Light records. In the event that a Third Party does not remove such jointly -
owned poles, and upon the request of Tukwila, City Light will remove the poles
after all Third Parties have completed their wiring, service connections, and
removed their lines and equipment from the poles. Tukwila agrees that this is not a
project cost that is recoverable through City Light and will be done at Tukwila's
expense or as may be allocated pursuant to agreements between Tukwila and other
parties
6.3.5 City Light shall have the right to temporarily bypass any facilities that will be
temporarily disconnected, relocated, or removed.
6.4 Inspection:
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 11 of 17
FTNAT.
6.4.1 Tukwila agrees that the construction contract with the Contractor selected by
Tukwila will require Contractor's and all subcontractors compliance with City
Light requirements pursuant to this Agreement and with the plans and specifications
approved by City Light; provided however, that under no circumstance shall City
Light or its employees, agents or contractors be responsible for or authorized to
give direction to or direct work by the Contractor or its subcontractors.
6.4.2 City Light shall be responsible for inspecting the Civil Infrastructure throughout the
progress of the work performed by Tukwila's Contractor, to ensure that the Civil
Infrastructure conforms to the approved plans and specifications and any
amendments thereto and any other City Light standards made applicable pursuant to
this Agreement. However, the foregoing shall in no way diminish the responsibility
of Tukwila and Tukwila's Contractor or subcontractors to construct the Civil
Infrastructure in accordance with the approved plans and specifications and any
amendments thereto, as well as any other City Light standards made applicable
pursuant to this Agreement. City Light agrees to provide sufficient staffing and
resources to adequately and timely inspect the progress of work so as to conform to
the work plan as updated at the weekly construction meetings as provided for in
Section 4.3.2.1. City Light further agrees that the City Light Project Manager or
designee will regularly attend the weekly construction meetings for the Project. In
the event that City Light inspectors identify work or materials that are not in
accordance with the approved plans and specifications, City Light shall immediately
notify the Tukwila Construction Engineer and provide a detailed description of the
non-conformance or defect in work or materials. Except in cases of a Force Majeure
Event as defined in Section 4.10, any work not adequately and timely inspected by
City Light will be considered to be accepted, provided that the work is in accordance
with the work plan established in the weekly construction meeting.
6.5 Field Directive Change(s): Each party agrees to immediately notify the other party in
writing of any potential field design revisions and/or changes affecting the other's facilities.
All changes to the approved plans and specifications, and amendments thereto, that involve
work related to the Underground Electrical System and/or Civil Infrastructure require
notification and approval by and acknowledgement of both Parties. Any costs associated
with work completed to the Underground Electrical System or Civil Infrastructure outside
of the mutually approved plans and specifications and approved amendments thereto
without City Light approval will be Tukwila's responsibility. All changes to the
Underground Electrical System and/or the Civil Infrastructure not necessary for the Work
approved by the City Light Project Manager or other authorized representative shall be
reimbursable to Tukwila. If consensus cannot be reached, the matter shall be resolved in
accordance with section 4.8.
6.6 Operational Acceptance. Tukwila's City Engineer or designated representative will be
notified by City Light in writing of Operational Acceptance, with any exceptions, before
City Light will commence installation of the Underground Electrical System. Following
City Light's notification to Tukwila of Operational Acceptance for the Civil
Infrastructure, City Light will then commence placement of cable along with the cutover
of existing services. Tukwila and its Contractor will maintain physical ownership of the
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 12 of 17
Civil Infrastructure and will repair or replace any damaged structure at their expense,
unless such damage is caused by City Light. its contractors. or subcontractors. The
Contractor or its subcontractors will continue to complete the duct bank punch list, and
both Tukwila's Engineer and the City Light Inspector will continue to verify that the
open items are being completed. In accordance with Section 4.3.3 of this Agreement,
City Light will assume ownership and control of t h e Civil Infrastructure upon Final
Acceptance.
6.7 Street Lighting and Signals: City Light and Tukwila will select service points for the Street
Lighting System designed by Tukwila's Consultant. City Light will install wiring between
its power source and the service points and make final connections to energize the systems.
Tukwila's Contractor will provide temporary highway lighting as necessary during
construction.
6.8 Environmental Site Conditions. In the event that the Contractor, in performing the Work,
including but not limited to the Civil Infrastructure work, discovers any materials
that require special removal, treatment, handling, transport and/or disposal under any
local, state or federal laws or regulations (including, but not limited to hazardous materials,
hazardous waste, dangerous waste, toxic waste or contaminated soil or groundwater), the
costs for removal, treatment, handling, transporting and disposal of such materials shall
not be part of the Civil Infrastructure Costs, and shall be the responsibility of Tukwila.
However, City Light and Tukwila shall retain all rights they may have under applicable
state and federal laws to recover costs that either may incur related to the existence of such
hazardous materials, hazardous, dangerous, or toxic wastes, or contaminated soil or
groundwater from any and all parties that may be responsible for such materials, wastes,
or contamination discovered or uncovered during construction of the Civil Infrastructure.
Section 7. Financial
7.1. Allocation of Project Cost:
7.1.1. City of Tukwila shall pay for 100% of the Primary Project Cost, 100% of the
excavation and restoration costs, as well as 40% of the Civil Infastnucture and
Underground Electrical System project costs.
7.1.2. City Light shall reimburse the City of Tukwila for 60% of the Civil Infrastructure
and shall pay 60% of the Underground Electrical System project costs.
7.1.3. City Light will pay 100% of City Light's Project Management Costs. Tukwila
will pay 100% o f Tukwila's Project Management Costs.
7.1.4. Private property owners will be responsible for providing the underground Private
Property Infrastructure, subject to review and approval by City Light, that is
needed to provide electrical service from the public right of way to the designated
service point on the private property, and all costs related to installing and
maintaining such Private Property Infrastructure.
7.1.5. The City of Tukwila will be responsible for providing the necessary funding for
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 13 of 17
T TXT A T
its portion of all Project costs. City Light's portion of the costs will be provided
through its bi-annual budgeting process for capital projects as authorized by the
Seattle City Council, and funding subject to approval by ordinance of the Seattle
City Council.
7.2. Costs for Work: The estimated cost for the Civil Infrastructure Work related to this
Agreement, as described in Schedule C is $688,039 ("Estimated Civil Costs"). The
estimated cost for the Underground Electrical System work related to this Agreement, as
described in Exhibit B is $741,000 ("Estimated Electrical Costs"). The total Civil
Infrastructure and Underground Electrical System project costs portion of the Work is
estimated to be $1,429,039. The Estimated Civil Costs are based on the City of
Tukwila's awarded contract to SCI Infrastructure, LLC. (SCI) for the Project and is
subject to change based upon final pay estimates and change orders. The Estimated
Electrical Costs are based on estimated time and materials for the work and actual time
and materials for the work will be billed. City Light will reimburse Tukwila for 60% of
the Civil Infrastructure as listed in Schedule C, and Tukwila will reimburse 40% of the
Underground Electrical System project costs to City Light. The actual costs charge d
to and payable by City Light will be determined based on itemized consultant
invoices and Payment Requests from the Contractor and City Light's Final Billing Package
for actual work performed or completed. Tukwila and Seattle City Light will invoice
per section 7.3 below.
7.3 Reimbursement of Civil Infrastructure Costs and Underground Electrical System project
costs: Tukwila and Seattle City Light will submit itemized invoices to each other with
backup documentation no more frequently than monthly, which shall include relevant
invoices and Payment Requests, for Project costs. Invoices shall be sent to:
Seattle City Light Accounts Payable
ATTN: Joe Hampton, LPM (SMT 34)
PO Box 34023
Seattle, WA 98124-4023
City of Tukwila
David Sorensen
Public Works Department
6300 Southcenter Blvd, Suite 100
Tukwila, WA 98188
7.4 City Light will process the monthly invoice and issue a check payable to Tukwila within
sixty (60) calendar days of receiving the request. Tukwila will process the monthly invoice
and issue a check payable to City Light within sixty (60) calendar days of receiving the
request.
Section 8. Indemnification and Hold Harmless
8.1 Notwithstanding the expiration or early termination of this Agreement, and to the extent
authorized by law, Tukwila releases and shall defend, indemnify and hold City Light
harmless from all claims, losses, harm, liabilities, damages, costs and expenses (including,
but not limited to reasonable attorney fees) caused by or arising out of any negligent act or
omission or willful misconduct of Tukwila, its employees, contractors or subcontractors in
their performance under this Agreement. During the performance of such activities,
Tukwila's employees or contractors shall at all times remain employees or contractors,
respectively, of Tukwila.
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 14 of 17
T,T1TA T
8.2 Notwithstanding the expiration or early termination of this Agreement, and to the extent
authorized by law, City Light releases and shall defend, indemnify, and hold Tukwila
harmless from all claims, losses, harm, liabilities, damages, costs and expenses (including,
but not limited to reasonable attorney fees) caused by or arising out of any negligent act or
omission or willful misconduct of City Light, its employees, contractors or subcontractors
in its performance under this Agreement. During the performance of such activities, City
Light's employees or contractors shall at all times remain employees or contractors,
respectively, of City Light.
8.3 Title 51 RCW. Solely with respect to claims for indemnification arising out of City Light's
Underground Relocation and Installation Project and City Light's Aerial Infrastructure
Removal Project, Tukwila and City Light waive, as to each other only, and expressly not
for the benefit of their employees or third parties, their immunity under Title 51 RCW, the
Industrial Insurance Act, and acknowledges that this waiver has been mutually negotiated
by the Parties. Tukwila and City Light agree that their respective indemnity obligations
extend to any claim, demand, or cause of action brought by, or on behalf of, any of their
respective employees or agents.
8.4 No liability shall attach to either party by reason of entering into this Agreement except as
expressly provided herein.
Section 9. Insurance
9.1 Tukwila shall require its Contractor to:
9.1.1. Maintain Commercial General Liability (CGL) insurance in force at all times
during the performance of work under this Agreement.
9.1.2. Include both the City of Tukwila and the City of Seattle as additional insured for
primary and noncontributory limits of liability for the full valid and collectible
limits of liability maintained by the Contractor, whether such limits are primary,
excess, contingent, or otherwise; as respects CGL insurance, such additional
insured status shall be provided under the ISO CG 20 26 07 04 endorsement or
equivalent (e.g. a combination of forms CG 20 10 07 04 and CG 20 37 07 04) or
substitute endorsements or policy language providing at least as broad coverage;
that shall provide coverage for the date of occurrence rather than the date of claim.
9.1.3. Furnish certification of insurance evidencing compliance with the provisions of this
Section to City Light via email at riskmanagement@seattle.gov or fax to (206) 470-
1279.
Section 10. Third Party Beneficiary and Warranties
Tukwila shall include City Light as an intended third -party beneficiary in Tukwila's
contract(s) with its Contractor(s) and subcontractors with respect to the Work, and
will accordingly include City Light in the indemnification provisions contained in
Tukwila's contract(s). Tukwila and City Light do not intend that this paragraph be
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 15 of 17
CTAT A T
interpreted to create any obligation, liability, or benefit to any party, other than
Tukwila and City Light for purposes of design and construction of the Civil
Infrastructure as defined in this Agreement.
Section 11. Ownership of Facilities
Upon completion of the Civil Infrastructure work and upon City Light's acceptance
as outlined herein, and except as otherwise stated in the Franchise or in subsequent
agreements, City Light shall own, operate, and maintain the Civil Infrastructure and
Underground Electrical System installed or provided pursuant to this Agreement.
Section 12. Record Keeping and Reporting.
12.1 Each Party shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of
any nature expended and services performed in the performance of this Agreement.
12.2 These records shall be maintained for a period of six (6) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14.
Section 13. Audits and Inspections.
The records and documents with respect to all matters covered by this Agreement
shall be subject at all times to inspection, review or audit by law during the
performance of this Agreement.
Section 14. Discrimination Prohibited.
The City and City Light shall ensure that its contractors, consultants, and
subcontractors with regard to the Work performed by it under this Agreement, will
not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation, the presence of any disability, or any other protected class status under
state or federal law, in the selection and retention of employees or procurement of
materials or supplies.
Section 15. Assignment.
Neither Party shall assign any portion of its duties contemplated by this Agreement
without the written consent of the other Party.
Section 16. Entire Agreement; Modification.
With the exception of the Franchise, this Agreement, together with attachments or
addenda, represents the entire and integrated Agreement between Tukwila and City
Light and supersedes all prior negotiations, representations, or agreements written or
oral. No amendment or modification of this Agreement shall be of any force or effect
unless it is in writing and signed by the parties.
Section 17. Severability and Survival.
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 16 of 17
rn.TAT
If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of Sections 8, 10 and 11 of this Agreement shall survive termination of
this Agreement.
Section 18. Applicable Law; Venue; Attorney's Fees.
This Agreement shall be governed by and construed in accordance with the laws of
the State of Washington. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand
and agree that venue shall be Superior Court, King County, Washington
te
EXECUTED, this the day of , 2018
CITY OF TUKWILA
/
Allan erg, Mayor
City of Tukwila sp21118
SEATTLE CITY LIGHT
J m Baggs
eattle City Light 7- z -
Interim General Manager & CEO
City of Tukwila — 53rd Ave S Undergrounding Agreement
Page 17 of 17
FINAL
Exhibit A
53rd Avenue South Project Bid Tabulation
SCI Infrastructure, LLC.
No.
Section'
No.
Item. •
Quantity
Unit
.Unit Cost
,Total Cost
Schedule.A
Al
1-04
Unexpected Site Changes
1
EST
S30,000.00
$ 30,000
A2
1-05
Roadway Surveying
1
LS
S45,000.00
$ 45,000
A3
1-05
ADA Features Surveying
1
LS
S10.000.00
$ 10,000
A4
1-07
SPCC Plan
1
LS
S1,000.00
S 1,000
A5
1-07
Resolution of Utility Conflicts
1
EST
$30,000.00
S 30,000
A6
1-07
Utility Potholing
1
EST
$25,000.00
$ 25,000
A7
1-08
Type B Progress Schedule
1
LS
S5.000.00
S 5,000
A8
1-09
Field Office Building
1
LS
$28,000.00
S 28,000
A9
1-09
Mobilization
1
LS
$400,000.00
$ 400.000
A10
1-10
Project Temporary Traffic Control
1
LS
S300.000.00
$ 300,000
All
1-10
Uniformed Police Officer
60
HR
$100.00
S 6,000
Al2
2-01
Clearing and Grubbing
1
LS
S30,000.00
S 30,000
A13
2-02
Removal of Structure and Obstruction
1
LS
S42,000.00
S 42,000
A14
2-03
Gravel Borrow Incl. Haul
990
TON
$21.85
$ 21,632
A15
2-03
Roadway Excavation Incl. Haul
2400
CY
$25.00
$ 60,000
A16
2-03
Unsuitable Foundation Excavation Incl. Haul
390
CY
$27.50
$ 10.725
A17
2-09
Structure Excavation Class A Inc! Haul for Wails
920
CY
S30.00
$ 27,600
A18
2-09
Shoring or Extra Excavation Class A for Structural Earth Walls
1
LS
$5.000.00
5 5.000
A19
4-04
Crushed Surfacing Base Course
2500
TON
$28.00
S 70,000
A20
4-04
Crushed Surfacing Top Course
970
TON
$30.00
S 29,100
A21
5-04
HMA CI 1/2" PG 64-22
2140
TON
S77.00
$ 164,780
A22
5-04
Commercial HMA
220
TON
S180.00
S 39,600
A23
6-13
Modular Block Wall
2430
SF
$23.00
$ 55,890
A24
6-13
Structural Earth Wall
5540
SF
$22.00
S 121,880
A25
6-13
Gravel Borrow for Structural Earth Wall Incl. Haut
600
CY
$45.00
S 27,000
A26
8-01
Erosion Control and Water Pollution Prevention
1
LS
$10,000.00
$ 10,000
A27
8-04
Integral Curb
'150
LF
$85.00
$ 12,750
A28
8-04
Extruded Curb, Type 5
80
LF
$17.00
$ 1,360
A29
8-04
Cement Conc. Traffic Curb and Gutter
4810
LF
$16.75
S 80,567.50
A30
8-04
Cement Conc. Traffic Curb
20
LF
$31.00
S 620
A31
8-04
Cement Conc. Pedestrian Curb
400
LF
527.00
S 10.800
A32
8-06
Cement Conc. Driveway Entrance Type 1
450
SY
$66.00
$ 29.700
A33
8-06
Cement Conc. Driveway Entrance Type 2
420
SY
$66.00
$ 27,720
A34
8-06
Cement Conc. Driveway
510
SY
$66.00
$ 33,660
A35
8-12
Black Vinyl Coated Chain Link Fence
1072
LF
$30.00
$ 32,160
A36
8-12
Remove and Replace Wooden Fence
300
LF
$40.00
S 12,000
A37
8-12
Remove and Reset Chain Link Fence
90
LF
$35.00
S 3,150
A38
8-12
Remove and Reset Chain Link Gate
3
EA
$400.00
5 1,200
A39
8-13
Remove and Install Monument Assembly
3
EA
$2,200.00
$ 6,600
A40
8-18
Remove and Replace Mailbox Support
27
EA
$600.00
$ 16,200
A41
8-26
Stairs Hand Railing
30
LF
$150.00
$ 4,500
Sidewalk
A42
8-14
Cement Conc. Sidewalk
1890
SY
$37.50
$ 70.875
A43
8-14
Thickened Edge Sidewalk
1070
LF
$65.00
$ 69,550
A44
8-14
Cement Conc. Stairs
30
SY
$795.00
S 23,850
A45
8-14
Cement Conc. Curb Ramp Type Parallel A
3
EA
$1.300.00
S 3,900
A46
8-14
Cement Conc. Curb Ramp Type Parallel B
1
EA
$1.950.00
S 1,950
A47
8-14
Cement Conc. Curb Ramp Type Single Direction A
3
EA
$2.100.00
$ 6,300
A48
8-14
Cement Conc. Curb Ramp Type Single Direction B
5
EA
$2,000.00
$ 10,000
Storm
Dralnase
A49
2-02 \Removal/Abandonment
of Existing Storm Catch Basin
34
EA
l $400.00
$ 13,600
A50
2-02
Removal/Abandonment of Existing Storm Main
2820
LF
$9.00
5 25,380
A51
2-09
Shoring or Extra Excavation Class B for Storm Drainage
13000
SF
S1.50
$ 19.500
A52
2-09
Trench Backfill Incl. Haul for Storm Trench
1400
CY
$45.00
$ 63,000
A53
7-01
Wall Underdrain Pipe 6 In. Diam.
1510
LF
$10.00
$ 15,100
A54
7-01
Drain Pipe 6 in. Diam.
410
LF
$40.00
5 16,400
A55
7-04
Ductile Iron Pipe 12 In. Diam
150
LF
$87.00
$ 13,050
A56
7-04
Storm Sewer Pipe 12 In. Diam.
1060
LF
$56.00
S 59,360
A57
7-04
Storm Sewer Pipe 18 In. Diam. .
1390
LF
$69.00
S 95,910
A58
7-04
Storm Sewer Pipe 24 In. Diam.
100
LF
S110.00
S 11,000
A59
7-04
Storm Drainage Television Inspection
1
LS
$7,500.00
S 7,500
A60
7-05
Yard Drain
7
EA
S700.00
S 4,900
A61
7-05
Catch Basin Type 1
16
EA
51,200.00
$ 19,200
A62
7-05
Catch Basin Type 1L
9
EA
$1,375.00
$ 12,375
A63
7-05
Catch Basin Type 2 48 In. Diam.
11
EA
$2,750.00
S 30,250
A64
7-05
Catch Basin Type 2 54 In. Diam.
3
EA
$3,100.00
$ 9,300
A65
7-05
Flow Splitter Catch Basin Type 2 72 In. Diam.
1
EA
$10,800.00
$ 10,800
A66
7-05
Adjust Catch Basin
3
EA
$500.00
$ 1,500
A67
7-05
Replace Frame & Grate with Solid Locking Cover
5
EA
$700.00
$ 3,500
A68
7-05
Connect Proposed Pipe to Existing Drainage Structure
4
EA
$450.00
$ 1,800
A69
7-05
Connect Existing Pipe to Proposed Drainage Structure
2
EA
S450.00
5 900
A70
7-05
Storm Drain Marker
34
EA
$600.00
$ 20,400
A71
7-10
Modular Wetland Unit, 8' x 20'
2
EA
S114,000.00
$ 228,000
A72
7-11
Temporary Water Bypass System
1
LS
S29.500.00
$ 29,500
Illumination
A73
8-20
illumination System, Complete 11 LS
5245,000.00
$ 245,000
Traffic
Control
Devices
A74
8-09
Raised Pavement Marker Type 1
4
HUND
S520.00
$ 2,080
A75
8-09
Raised Pavement Marker Type 2
0.5
HUND
$775.00
$ 387.50
A76
8-21
Permanent Signing -
1
LS
$8,000.00
$ 8,000
A77
8-22
Plastic Stop Line
80
LF
S8.50
S 680
A78
8-22
Paint Line
170
LF
54.00
$ 680
A79
8-22
Plastic Crosswalk Line
890
SF
$5.50
$ 4,895
A80
8-22
Sharrow Bicycle Symbol
19
EA
$150.00
5 2,850
Roadside
Development
A81
8-02 !Property Restoration 11 EST
$30,000.00
$ 30,000
City of Tukwila - 53rd Ave S Undergrounding Agreement
Bid Tab
Page 1 of 4
Exhibit A
53rd Avenue South Project Bid Tabulation
SCI infrastructure, LLC.
No..
•Section
No
.... :_ .. ... ....,,..
Item
-
Quantity
Unit
Unit Cost
Total Cost
A82
8-02
Topsoil Type A
650
CY
$36.00
$ 23,400
A83
8-02
Bark or Wood Chlp Mulch
70
CY
$47.00
$ 3,290
A84
8-02
Seeded Lawn Installation
2250
SY
S1.60
$ 3,600
A85
8-02
PSIPE Nyssa sylvatica 'David Odom'/ Afterburner Tupelo; 2.5" Cal., 12'-14' I-
11
EA
$400.00
5 4,400
A86
8-02
PSIPE Pyrus calleryana 'Glen's Form'/ Chanticleer Pear; 2.5" Cal., 12'-14' Ht,
9
EA
5350.00
$ 3,150
A87
8-02
PSIPE Berberis thunbergli'Concorde'/ Concorde Japanese Barberry: 1 Gal.
160
EA
$12.50
5 2.000
A88
8-02
PSIPE Calluna vulgaris'Spring Torch'/ Spring Torch Scotch Heather; 1 Gal.
157
EA
$12.50
$ 1,962.50
A89
8-02
PSIPE Lavandula angustifolla'Hldcote Blue'/ Hidcote Blue English Lavender
242
EA
$11.00
$ 2,662
A90
8-02
PSIPE Spiraea japonica'Walbuma'/ Magic Carpet Spirea: 1 Gal. Cont.
210
EA
$10.50
$ 2,205
A91
8-02
PSIPE Teucrlum chamaedrys/ Wall Germander; 1 Gal. Cont.
69
EA
512.50
$ 862.50
A92
8-02
PSIPE Fragarla 'Lipstick? Lipstick Ornamental Strawberry; 1 Gal. Cont.
405
EA
$10.50
$ 4,252.50
A93
8-02
PSIPE Helianthemum nummularlum 'Fire Dragon? Fire Dragon Sunrose; 1 0
595
EA
$12.50
S 7,437.50
A94
8-02
PSIPE Rubus calycinoides'Emerald Carpet'/ Emerald Carpet Creeping Bran
505
EA
$10.50
$ 5.302.50
A95
8-02
PSIPE Veronica peduncularis 'Georgia Blue'/ Georgia Blue Speedwell: 1 Ga
800
EA
$10.50
$ 8,400
A96
8-02
PSIPE Schizachyrium scoparium 'The Blues'/ The Blues Little Bluestem: 1 C
40
EA
$12.00
$ 480
A97
8-03
Automatic irrigation System, Complete
1
LS
$53,000.00
$ 53,000
Schedule A Total
$ 3,187.821.00
Schedule A Written
$ 9,185,854.50
Schedule B
Water
B1
1-04
Unexpected Site Changes
1
EST
520,000.00
5 20,000
B2
2-02
Removal of Structure and Obstruction
1
LS
$7,800.00
5 7,800
B3
2-02
Removal/Abandonment of Existing Water Main
6000
LF
$5.00
$ 30,000
B4
2-03
Unsuitable Foundation Excavation & Backflll Incl. Haul
370
CY
$27.50
$ 10,175
B5
2-09
Shoring or Extra Excavation Class B for Water
22800
SF
51.00
$ 22,800
B6
2-09
Trench Backflll Incl. Haul
2080
CY
$37.00
$ 76,960
67
5-04
HMA CI 1/2" PG 64-22
340
TON
$140.00
$ 47.600
B8
7-09
Class 52 Ductile Iron Pipe for Water Main. 4 In. Diam.
40
LF
$100.00
$ 4,000
B9
7-09
Class 52 Ductile Iron Pipe for Water Main. 6 In. Diam.
86
LF
$100.00
$ 8.600
B10
7-09
Class 52 Ductile Iron Pipe for Water Main. 8 In. Diam.
183
LF
$75.00
$ 13,725
B11
7-09
Class 52 Ductile Iron Pipe for Water Main, 10 In. Diam.
26
LF
5170.00
$ 4,420
B12
7-09
Class 52 Ductile Iron Pipe for Water Main, 12 In. Diam.
3423
LF
$95.00
$ 325,185
B13
7-09
Connection to Existing Water Main
13
EA
51.750.00
$ 22,750
B14
7-09
Additional Class 52 Ductile Iron Pipe Fittings for Water Main
3000
LB
$5.50
$ 16,500
B15
7-09
Concrete for Thrust Blocking
40
CY
5280.00
5 11,200
B16
7-09
Electronic Markers
130
EA
$120.00
5 15,600
B17
7-12
Gate Valve 4 In.
1
EA
$1,475.00
$ 1.475
B18
7-12
Gate Valve 6 In.
1
EA
$1,400.00
S 1.400
B19
7-12
Gate Valve 8 In.
4
EA
$1,780.00
5 7,120
B20
7-12
Gate Valve 10 In.
1
EA
52,350.00
$ 2,350
B21
7-12
Gate Valve 12 In.
29
EA
$2,620.00
$ 75,980
622
7-14
Hydrant Assembly
13
EA
S5.200.00
$ 67,600
B23
7-15
Service Connection 3/4 In. Diam.
49
EA
$1.685.00
$ 82,565
B24
7-15
Service Connection 1 In. Diam.
2
EA
$2.550.00
$ 5,100
B25
7-15
Service Connection 1-1/2" In. Diam.
1
EA
$5.000.00
$ 5,000
B26
7-15
Service Connection 2" In. Diam.
3
EA
$2.500.00
$ 7.500
B27
7-15
Service Connection 4" In. Diam.
1
EA
$3.000.00
5 3,000
B28
7-15
Temporary Water Service
1
LS
$30,000.00
$ 30,000
Sewer
B29
2-02
Remove Asbestos Cement Sanitary Sewer Force Main
2000
LF
$25.00
5 50,000
B30
2-09
Shoring or Extra Excavation Class B for Sanitary Sewer
900
SF
52.00
S 1,800
B31
7-05
Adjust Sewer Manhole
9
EA
$500.00
$ 4.500
B32
7-05
Replace Sanitary Sewer Frame and Lid
9
EA
$500.00
$ 5,400
B33
7-17
Sanitary Sewer Pipe 8 In. Diam.
60
LF
$250.00
$ 15,000
B34
7-17
Temporary Sewer Bypass System
1
LS
$7,000.00
$ 7,000
B35
7-17
Sanitary Sewer Television Inspection
1
LS
$1,500.00
$ 1,500
B36
7-18
Sanitary Side Sewer
320
LF
$120.00
$ 38,400
B37
7-19
Side Sewer Cleanout
16
EA
$650.00
$ 10,400
_Sanitary
Schedule B Subtotal
$ 1,060,405.00
10% Tax
$ 106,040.50
Schedule B Total
$ 1,166,445.50
Schedule C
C1
1-04
Unexpected Site Changes
1
EST
$25.000.00
S 25,000
C2
8-19
Adjust Gas Valve
6
EA
5450.00
$ 2,700
C3
8-31
Unsuitable Foundation Excavation Incl. Haul
230
CY
$27.50
$ 6.325
C4
8-31
Structure Excavation Class B Incl. Haul for Joint Utility Trench
4330
CY
$38.00
5 164,540
C5
8-31
Shoring or Extra Excavation, Class B for Joint Utility Trench
20600
SF
51.00
$ 20.600
C6
8-31
Joint Utility Trench Pipe Zone Bedding. Incl. Haul - Communications
320
CY
$37.00
5 11,840
C7
8-31
Joint Trench Backflll. Incl. Haul - Communications
1000
CY
$37.00
$ 37,000
C8
8-31
Crushed Surface Base Course - Structures
430
TON
$35.00
$ 15,050
C9
8-32
Joint Utility Trench Pipe Zone Bedding, Incl. Haul - SCL
410
CY
$29.00
5 11,890
C10
8-32
Joint Trench Backflll, Incl. Haul - SCL
2240
CY
$37.00
5 82,880
C11
8-32
High Strength FTB - SCL
470
CY
$100.00
$ 47.000
C12
8-32
CDF - SCL Structures
230
CY
$100.00
5 23.000
C13
8-31
Resolution of Utility Conflicts for Joint Utility Trench
1
EST
$25,000.00
5 25.000
C14
8-32
Conduit, 3 In. Diam. - SCL LIGHTING
330
LF
$16.00
$ 5,280
C15
8-32
Conduit, 3 In. Diam. - SCL
2600
LF
$18.00
5 46,800
C16
8-32
Conduit, 4 In. Diam. - SCL
12400
LF
$21.00
S 260,400
C17
8-32
Street Lighting Conduit Bend, 3 In. Diam. - SCL
24
EA
$389.00
S 9,336
C18
8-32
Primary Conduit Bend, 4 In. Diam. - SCL
66
EA
$390.00
5 25,740
C19
8-32
Secondary Conduit Bend, 4 In. Diem. - SCL
105
EA
$500.00
$ 52,500
C20
8-33
Service Conduit Bend, 3 In. Diam. - SCL
164
EA
$400.00
$ 65,600
C21
8-31
Install Conduit. 2 In. Diam. - CENTURYLINK
2200
LF
55.25
5 11,550
C22
8-31
Install Conduit. 4 In. Diam. - CENTURYLINK
7400
LF
$7.30
5 54,020
C23
8-31
Install Conduit, 2 In. Diam. - COMCAST
2000
LF
$5.25
$ 10,500
C24
8-31
Install Conduit, 4 In. Diam. - COMCAST
6500
LF
$7.30
$ 47,450
C25
8-32
Conduit Riser - SCL
10
EA
$1,360.00
$ 13,600
City of Tukwila - 53rd Ave S Undergrounding Agreement
Bid Tab
Page 2 of 4
Exhibit A
53rd Avenue South Project Bid Tabulation
[ SCI Infrastructure, LLC.
.
Section.. on.
. No.
Item
Quantity
•Unit
Unit Cost
Total Cost
C26
8-31
Conduit Riser - CENTURYLINK
7
EA
$850.00
S 5.950
C27
8-31
Conduit Riser - COMCAST
8
EA
$850.00
S 6.800
C28
8-31
Core Drill Existing Vault - CENTURYLINK
2
EA
$415.00
S 830
C29
8-31
Core Drill Existing Vault - COMCAST
2
EA
$415.00
$ 830
C30
8-32
Utlllty Structure, SCL Type 3 Handhole
2
EA
52.500.00
S 5,000
C31
8-32
Utility Structure, SCL 233-LA Handhole
13
EA
$2,600.00
S 33,800
C32
8-32
Utility Structure, SCL 504-LA Handhole
3
EA
54.850.00
S 14,550
C33
8-32
Utility Structure, SCL 577-LDA Vault
5
EA
$8,500.00
S 42,500
C34
8-31
Install Utility Structure, CENTURYLINK 264-TA Vault
1
EA
$330.00
S 330
C35
8-31
Install Utility Structure, CENTURYLINK Pedestal
11
EA
$200.00
S 2,200
C36
8-31
Install Utility Structure, CENTURYLINK 467-TA Vault
6
EA
$330.00
S 1,980
C37
8-31
Install Utility Structure, CENTURYLINK 3048 Vault
5
EA
$430.00
S 2,150
C38
8-31
Install Utility Structure, CENTURYLINK 1730 Hand Hole
1
EA
S430.00
S 430
C39
8-31
Install Utlllty Structure, CENTURYLINK 3x5' Vault
1
EA
$430.00
S 430
C40
8-31
Install Utility Structure, COMCAST 2436 Vault
1
EA
$200.00
S 200
C41
8-31
Install Utility Structure. COMCAST 1419 Vault
5
EA
$60.00
5 300
C42
8-31
Install Utility Structure, COMCAST 3048 Vault
8
EA
$330.00
S 2,640
C43
8-31
Install Utility Structure. COMCAST 1730 Vault
6
EA
$200.00
$ 1,200
C44
8-31
Install Utility Structure, COMCAST Pedestal
2
EA
$200.00
S 400
C45
8-31
Install Utility Structure, COMCAST 2436 Intercept Vault
1
EA
$200.00
S 200
C46
8-31
Install Utility Structure, COMCAST 1419 Intercept Vault
1
EA
$650.00
$ 650
C47
8-31
Install Utility Structure. COMCAST 3x5' Intercept Vault
1
EA
$430.00
S 430
C48
8-33
Conduit, 3 In. Dlam. - SCL Private Service
1400
LF
$18.00
$ 25.200
C49
8-33
Install Conduit, 2 In. Dlam. - CENTURYLINK Private Service
1600
LF
57.30
$ 11.680
C50
8-33
Install Conduit, 2 In. Dlam. - COMCAST Private Service
1600
LF
57.30
$ 11.680
C51
8-33
13951 53rd Ave S, Service Conversion
1
LS
$3,600.00
$ 3.600
C52
8-33
13969 53rd Ave S, Service Conversion
1
LS
$3,600.00
$ 3.600
C53
8-33
5216 S 142nd St. Service Conversion
1
LS
$3.600.00
S 3.600
C54
8-33
14205 53rd Ave S. Service Conversion
1
LS
$3,600.00
S 3,600
C55
8-33
14207 53rd Ave S. Service Conversion
1
LS
$3,600.00
S 3,600
C56
8-33
14219 53rd Ave S, Service Conversion
1
LS
S3,600.00
S 3,600
C57
8-33
14225 53rd Ave S. Service Conversion
1
LS
S3,600.00
S 3,600
C58
8-33
14231 53rd Ave S. Service Conversion
1
LS
S3,600.00
$ 3,600
C59
8-33
14239 53rd Ave S, Service Conversion
1
LS
$3,600.00
$ 3.600
C60
8-33
14241 53rd Ave S, Service Conversion
1
LS
$3,600.00
S 3.600
C61
8-33
14247 53rd Ave S, Service Conversion
1
LS
$3,600.00
$ 3.600
C62
8-33
14255 53rd Ave S, Service Conversion
1
LS
$3,600.00
S 3,600
C63
8-33
14261 53rd Ave S, Service Conversion
1
LS
53,600.00
S 3,600
C64
8-33
5218 53rd Ave S, Service Conversion
1
LS
S3.600.00
S 3,600
C65
8-33
13726 53rd Ave S. Service Conversion
1
LS
53.600.00
S 3.600
C66
8-33
13738 53rd Ave S. Service Conversion
1
LS
53,600.00
S 3,600
C67
8-33
13744 53rd Ave S. Service Conversion
1
LS
S3,600.00
S 3,600
C68
8-33
13902 53rd Ave S. Service Conversion
1
LS
S3,600.00
S 3.600
C69
8-33
13910 53rd Ave S. Service Conversion
1
LS
$3,600.00
$ 3.600
C70
8-33
13924 53rd Ave S, Service Conversion
1
LS
$3,600.00
$ 3.600
C71
8-33
14004 53rd Ave S, Service Conversion
1
LS
S3,600.00
S 3.600
C72
8-33
14010 53rd Ave S, Service Conversion
1
LS
$3,600.00
$ 3.600
C73
8-33
14028 53rd Ave S, Service Conversion
1
LS
$4,500.00
$ 4,500
C74
8-33
14030 53rd Ave S. Service Conversion
1
LS
S3.600.00
$ 3,600
C75
8-33
14038 53rd Ave S. Service Conversion
1
LS
$3.600.00
$ 3,600
C76
8-33
14038.5 53rd Ave S, Service Conversion
1
LS
S4,500.00
S 4,500
C77
8-33
13970 53rd Ave S. Service Conversion
1
LS
S3,600.00
$ 3,600
C78
8-33
14108 53rd Ave S. Service Conversion
1
LS
53,600.00
S 3.600
C79
8-33
14128 53rd Ave S. Service Conversion
1
LS
53,600.00
$ 3.600
C80
8-33
14202 53rd Ave S. Service Conversion
1
LS
S3,600.00
S 3,600
C81
8-33
14210 53rd Ave S, Service Conversion
1
LS
$3,600.00
$ 3.600
C82
8-33
14218 53rd Ave S, Service Conversion
1
LS
$3,600.00
S 3.600
C83
8-33
14234 53rd Ave S, Service Conversion
1
LS
33,600.00
S 3.600
C84
8-33
14250 53rd Ave S, Service Conversion
1
LS
$3,600.00
$ 3.600
C85
8-33
14258 53rd Ave S, Service Conversion
1
LS
53.600.00
$ 3.600
C86
8-33
14264 53rd Ave S, Service Conversion
1
LS
$3.600.00
$ 3,600
C87
8-33
14272 53rd Ave S. Service Conversion
1
LS
$3.600.00
S 3,600
C88
8-33
Service Conversion. Property Restoration
1
EST
560,000.00
$ 60,000
C89
8-34
Franchise Utility Coordination
1
LS
56,660.00
S 6,660
C90
8-35
Temporary Utility Pole Support
4
EA
S1,000.00
S 4.000
Schedule C Subtotal
$ 1,453,621.00
10% Tax
$ 145,362.10
Schedule C Total
$ 1,598,983.10
Schedule C Written Subtotal
$ 1,453,561.00
10% Tax Written
$ 145,356.10
Schedule C Written Total
$ 1,601,917.10
•
Governed: I
Written Total:
$ 6;953,249.60:
.$ . • 5,954,217.10
City of Tukwila-53rd Ave S Undergrounding Agreement
Bid Tab Page 3 of
Exhibit A
Item Section
53rd Avenue South Project Cost Estimate Summary
Bid Tab 2/13/18 - SCI Infrastructure
Schedule C - SCL Electrical Duct Bank
Description
Qty Unit
Price
Total
C11
8-32
High Strength FTB - SCL
470
CY
$100.00
$ 47,000.00
C12
8-32
CDF - SCL Structures
230
CY
$100.00
$ 23,000.00
C15
8-32
Conduit, 3 In. Diam. - SCL
2600
IF
$18.00
$ 46,800.00
C16
8-32
Conduit, 41n. Diam. - SCL
12400
LF
$21.00
$ 260,400.00
C18
8-32
Primary Conduit Bend, 4 In. Diam. - SCL
66
EA
$390.00
$ 25,740.00
C19
8-32
Secondary Conduit Bend, 4 In. Diam. - SCL
105
EA
$500.00
$ 52,500.00
C20
8-33
Service Conduit Bend, 3 In. Diam. - SCL
164
EA
$400.00
$ 65,600.00
C25
8-32
Conduit Riser - SCL
10
EA
$1,360.00
$ 13,600.00
C31
8-32
Utility Structure, SCL 233-LA Handhole
13
EA
$2,600.00
$4,850.00
$ 33,800.00
$ 14,550.00
C32
8-32
Utility Structure, SCL 504-LA Handhole
3
EA
C33
8-32
Utility Structure, SCL 577-LDA Vault
5
EA
$8,500.00
$ 42,500.00
$625,490.00
Washington State Sales Tax (10%) $62,549.00
$688,039.00
Tukwila will invoice SCL this amount $412,823.40
$275,215.60
SCL Underground Electrical System Estimate 1/16/2018 Minh Ta
Construction
1
LS
$ 536,000.00
$ 536,000.00
Engineering/Design
1
LS
$ 138,000.00
$ 138,000.00
Inspection
1
LS
$ 67,000.00
$ 67,000.00
SCL will invoice Tukwila this amount
Grand Total
Total
60% SCL
40% Tukwila
$ 444,600.00 60% SCL
$ 296,400.00 40% Tukwila
$1,429,039.00
$857,423.40 60% SCL
$571,615.60 40% Tukwila
City of Tukwila — 53rd Ave S Undergrounding Agreement
Bid Tab Page 4 of 4
SUBTOTAL
INSPECTION (CAUL & ELCT. INSPECTION)
ENGINEERING (CIVIL CONST. PLAN REVIEW Ar ELECT. DESIGN)
MATERIAL COST
SCL VG SER10E CONSTRUCTION COST ESTIMATE: THIS ESTIMATE UG ELECTRICAL
SERVICE WORK FOR PRO.101JC AND INSTALLING NEW SERVICE CABLES FROM NEW
HANDHCLE TO NEW UG 1.EATHERHEAD AND M KE ELECTRICAL CONNECTION IN
HANDHGI.E AND AT WEATHERHEA1) FOR 30 SERVCES TO BE CONVERTED OH TO UC.
B. SCL UG PRIMARY AND SECONDARY CONSTRUCTION COST ESTIMATE: THIS ESTIVATE
UG ELECTRICAL PRIMARY AND SECONDARY WORK FOR PROVIDING AND INSTAWN0
NEW PRIMARY AND SECONDARY CABLES. TRANSFORMERS, PRIMARY AHD SECONDARY
HAROWARE IN NEW HANGHCLES ANO VAULTS. AND MAKE ELECTRICAL. CONNECTIONS
IN HAN01f0LE5 AND VAULTS.
D. SCL OH SERVICE CONSTRUCTION COST ESTIMATE THIS ESTIMATE OH
ELECTRICAL SERVICE WORK FOR REMOVING EXISTING 30 OH SERVICES.
TOTAL PLUS ADDED CONTINGENCIES (DESIGN PLUS CONSTRUCTION = 30%)