Loading...
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%)