HomeMy WebLinkAboutCOW 2014-06-23 Item 4C.1 / 4C.2 - Interlocal Agreements - East Marginal Way South Storm Pipe Replacement - Utility Relocation with Valley View Sewer and King County District #125COUNCIL AGENDA SYNOPSIS
Meeting Date
Prepared 1?y
Mayor's review,
Council review
06/23/14
BG
ITEM INFORMATION
ITEM No.
4C (1) - 4C (2)
Special
2B (1) - 2B (2)
37
STAFF SPONSOR: BOB GIBERSON
ORIGINAL AGENDA DATE: 06123/14
AGENDA ITEM TITLE East Marginal Way South Storm
Interlocal Agreements with Valley
Pipe Replacement
View Sewer
District &
Water District
125
C,v,ria;()RN' E Dzircussion
AltgDate
2
Motion
Date 06/23/14
U Resolution
0 Ordinance
AltgDate
• Bid
Award
0 Public Hearing
AftgDate
E Other
Mg Date
Mtg
Mtg Date
AItg Date
SPONSOR Council LI Mayor HR El DCD E Finance E Fire IT 111 Pe7R Lil Police IA, PIF
SPoNS()R'S The new alignment of the East Marginal Way S Storm Pipe Replacement Project will
SUMMARY require that the existing utilities owned by Valley View Sewer District and King County
Water District 125 relocate their utilities at their expense. Both Districts have requested
that the work be constructed with the City's contract. Council is being asked to approve
the two Interlocal Agreements for utility relocation work; Valley View Sewer District for
$37,570 and Water District 125 for $57,117.11.
REVIEWED BY
0 COW Mtg.
CA&P Cmte El F&S Cmte 111 Transportation Cmte
Cmte 111 Arts Comm. 11 Parks Comm. 11 Planning Comm.
COMMITTEE CHAIR: KATE KRULLER
II Utilities
DATE: 06/16/14
RECOMMENDATIONS:
SPoNsoR/ADmIN.
CommuTEE
Public Works Department
Unanimous Approval; Forward to C.O.W. & Special Consent
COST IMPACT/FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$0.00 $0.00 $0.00
Fund Source: 412 SURFACE WATER (PAGES 85, 2014 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
06/23/14
MTG. DATE
ATTACHMENTS
06/23/14
Informational Memorandum dated 06/13/14
ILA Valley View Sewer District
ILA King County Water District 125
Minutes from the Utilities Committee meeting of 06/16/14
37
38
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director'fb
By: Ryan Larson, Senior Program Manager
DATE: June 13, 2014
SUBJECT: East Marginal Way S Storm Pipe Replacement
Project No. 91241206
Interlocal Agreements with Valley View Sewer District & King County Water District 125
ISSUE
Approve Interlocal Agreements (ILA) with Valley View Sewer District (Valley View) and King County Water District 125
(Water District 125).
BACKGROUND
The East Marginal Way S Storm Pipe Replacement Project will install a new 42" storm pipe within East Marginal
Way S. The new alignment of this pipe will require that existing utilities owned by Valley View and Water District 125
be relocated at their expense. Both Valley View and Water District 125 have requested that the work be bid within
the City's construction contract and then be constructed by the City's contractor with reimbursement to the City by
the respective district.
ANALYSIS
Utilities located within City owned rights-of-way that conflict with scheduled roadway projects are required, by
franchise agreement, to be relocated by the utility at their costs. This work can either be completed by a contractor
hired by the utility district or combined with the City project with reimbursement to the City. Combining the projects
has the advantage of reducing the overall project costs by eliminating coordination between multiple contractors,
duplication of excavation and restoration work, and reducing construction related traffic impacts.
City staff worked with both utility districts to include their plans within the City's bid documents under separate bid
schedules. Construction bids were opened May 13, 2014 and James W. Fowler Co. was the low bidder. Both utility
districts reviewed and accepted the bid amount for their work. City staff worked with staff from both utility districts to
draft ILAs for reimbursement of the East Marginal Way S Storm Pipe Replacement work.
FISCAL IMPACT
Both ILAs are for reimbursement of City expenses. No fiscal impact will result from these agreements.
RECOMMENDATION
Council is being asked to approve an ILA with Valley View in the amount of $37,570.00 and an ILA with Water
District 125 in the amount of $57,117.11 for utility relocation work required by the East Marginal Way S Pipe
Replacement Project and consider this item at the June 23, 2014 Committee of the Whole and the Consent Agenda
at the subsequent Special Meeting that same night due to the summer construction season.
Attachments: ILA Valley View Sewer District
ILA King County Water District 125
W:IPW EngIPROJECTSlA- DR ProjectstEMWS Emergency Storm Pipe Repair 11-19-12 (91241206)1DesignlInfo Memo ILA Valley View & Water District 125 6-13-14 FINAL.docx
39
40
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
AN INTERLOCAL AGREEMENT BETWEEN VALLEY VIEW SEWER DISTRICT
AND
THE CITY OF TUKWILA REGARDING UTILITY RELOCATION
THIS INTERLOCAL AGREEMENT ("Agreement") is made and entered into by and between
the Valley View Sewer District, a Washington municipal corporation ("District"), and the City of
Tukwila, a Washington municipal corporation ("City"), (individually a "Party" and collectively
the "Parties").
WHEREAS, the City intends to construct storm drainage improvements within the right of way
of East Marginal Way South as part of the City project titled "East Marginal Way Storm Pipe
Replacement."
WHEREAS, the District has a sewer force main located within the right of way of East Marginal
Way South that conflicts with the planned alignment of the City project.
WHEREAS, the City requires that the District relocate existing utilities at District cost when
planned City roadway infrastructure conflicts with District infrastructure.
WHEREAS, it is mutually beneficial to both Parties to have the utility relocation and project
construction take place concurrently utilizing one contractor to reduce overall costs and traffic
related impacts.
WHEREAS, the Parties desire to have the City serve as the lead agency for the project to provide
final design, advertisement, award, construction, inspection, and contract administration for the
proj ect.
NOW THEREFORE, in consideration of the terms and conditions contained herein, the Parties
agree as follows:
1. AUTHORITY
This Agreement is entered into pursuant to Chapter 39.34 RCW, the Interlocal
Cooperation Act.
2. PURPOSE
The Parties agree to engage in a joint project that will construct storm water drainage
improvements and relocate utilities along East Marginal Way South as described
generally in Exhibit A, attached hereto and made part hereof ("Project").
454956.5 I 08953910001
41
3. DISTRICT RESPONSIBILITIES
3.1 The District shall provide the City engineered drawings, specifications, and any
applicable construction standards for all work required by the District. The
drawings shall show in detail the location, quantity, and size of each required
component.
3.2 The District shall review the portion of the Project's final drawings and
specifications for the District work and shall approve or reject those drawings and
specifications within seven days of receipt.
3.3 The District shall provide the inspection services needed for overseeing the proper
installation of the District's work. The District's inspector will coordinate with
the City's inspector and the City inspector will give all direction to the Contractor.
3.4 The District will notify its customers of the Project, perform any sewer system
shut downs necessary for the District work, and notify its customers of any
scheduled sewer service interruptions related to the project.
3.5 The District shall pay any valid claims made by the Contractor relating to the
District's work that are valid and proximately caused by the District, provided, the
District at its sole expense shall have the right to defend any claims made by the
Contractor relating to the District's work. Any such claims must comply with the
definition and procedure regarding claims in the Project contract and must be
verifiable or substantiated claims and be subject to binding arbitration.
3.6 The District shall pay any additional expenses incurred in installing the District's
facilities due to any over excavation required or any other unforeseen conditions
related to the District facility which reasonably require additional work and
expense, including any additional trench width or depth attributable to errors in
the District's design. Any changes to the District Work perceived as necessary by
the Contractor and any required change orders must be approved in writing by the
District in advance of such changes.
3.7 The District shall maintain continued coordination with the City regarding the
performance of the District work. This coordination shall include but not be
limited the following:
a. The District will attend the Project pre-construction meeting.
b. The City will provide the District a copy of the Contractor's proposed work
schedule showing date, location, and extent of work to be performed. This
schedule will be subject to change at any time.
c. The District will attend weekly construction meetings that involve work for
the District.
4. CITY RESPONSIBILITIES
4.1 The City shall be the lead agency for the Project with regard to design,
construction, SEPA review, peimitting, inspection, contract administration,
funding and all other matters pertinent to accomplishment of the Project.
4.2 With the assistance of KPG Inc. the City shall prepare, advertise, and award the
contract bid documents, which shall contain four bidding schedules, two for the
City improvements, one for the District's sewer relocation, and one for King
County Water District No. 125's improvements. The basis for project award will
454956.5 08953910001
42
-2-
be the total lowest responsible bid for the sum of all four bid schedules. Prior to
advertisement, the City shall obtain the District's review and approval of the bid
documents. The bid documents, and the advertisement of them, shall comply
with City's bid statutes, ordinances and resolutions.
4.3 The City shall be responsible for providing all traffic control associated with the
construction of the Project.
4.4 The City shall require the Contractor to install and perform the District's work in
accordance with the Project's final plans, and the District's standards,
specifications, and inspector's written direction.
4.5 The City will provide written notification to the District at least five (5) days prior
to beginning construction on District facilities to allow for District scheduling of
the on-site inspector.
4.6 The City will schedule and attend weekly construction meetings with the City's
Contractor, District, and other franchise utilities involved in the Project.
4.7 The City shall request the Contractor constructing the Project to have the District,
its elected and appointed officers, agents and employees (collectively, the
"District" for the purposes of this provision) named as an insured on all policies
of insurance to be maintained by the Contractor under the terms of the Project
contract, including the Contractor's Commercial General Liability Insurance,
Commercial Automobile Insurance, and Umbrella coverage. The District shall be
responsible to pay any additional cost incurred by the Contractor to name the
District as an additional insured. If the District is included as an additional insured
on such insurance, the Contractor shall provide the City with endorsement(s) to
such insurance necessary to confirm the District is an additional insured on such
policies/coverage. Thc City shall provide the District with copies of such
endorsement(s) upon receipt of same by the City.
5. COMPENSATION
5.1 The District shall pay the City $2,133.60 for design engineering costs plus actual
contractor costs including tax for completed work, and/or services rendered under
this Agreement according to the rate and method set forth on Exhibit B, attached
hereto and incorporated herein by this reference. The total amount to be paid by
the District to the City, including the design engineering costs referenced above,
shall not exceed $37,570.00 unless approved in writing by the District.
5.2 The City shall invoice the District following completion of the work and
acceptance by the District. Payments are due within 30 days of the District's
receipt of an invoice from the City, except for any disputed amounts.
454956.5 089539 0001
43
5.3 Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary
to complete the work.
6 INDEMNIFICATION
Each of the Parties shall defend, indemnify and hold the other Party, their officers,
officials, employees and agents harmless from any and all costs, claims, judgment, and/or
awards of damages, arising out of, or in any way resulting from that other party's
negligent acts or omissions in performing under this Agreement. No Party will be
required to defend, indemnify or hold the other Party harmless if the claim, suit or action
for injuries, death or damages is caused by the sole negligence of that Party. Where such
claims, suits or actions result from the concurrent negligence of the Parties, the indemnity
provisions provided herein shall be valid and enforceable only to the extent of each
party's own negligence. Each Party agrees that its obligations under this subparagraph
include, but are not limited to, any claim, demand, and/or cause of action brought by, or
on behalf of, any of its employees or agents. For this reason, each of the Parties, by
mutual negotiation, hereby waives, with respect to the other Party only, any immunity
that would otherwise be available against such claims under the Industrial Insurance
provisions of Title 51 RCW.
7 AUDITS AND INSPECTIONS
The records and documents with respect to all matters covered by this Agreement shall be
subject to inspection, review or audit by the City or the District at the requesting Party's
sole expense during the term of this Agreement and three (3) years after expiration or
teiinination. Such records shall be made available for inspection during regular business
hours within a reasonable time of the request.
8 JOINT BOARD/SEPARATE LEGAL ENTITY
It is not intended that a separate legal entity be established to conduct this cooperative
undertaking. The City shall act as administrator of this Agreement.
9 FINANCE AND BUDGET
No special budget or funds are anticipated, nor shall any be created. The Parties are each
responsible for their own finances in connection with this Agreement, and nothing in this
Agreement shall be deemed or construed otherwise.
10 PROPERTY ACQUISITION, HOLDING, AND DISPOSAL
Following final payment by the District and final acceptance of the Project by the City,
the sanitary sewer improvements listed under "SEWER FORCE MAIN
REALIGNMENT ADDITIVE BID SCHEDULE C" as depicted on Exhibit A shall
become the property of the District. Upon final acceptance of the Project, the City shall
transfer and assign any rights it may have under the Project contract relating to the
District work to the District, including any warranty and maintenance obligations by the
454956.5[089539 I 0001
44
-4-
Contractor relating to the District work. The District's acceptance of the District work
shall not constitute acceptance of any unauthorized or defective work or materials, nor a
waiver of any manufacturer's, supplier's or contractor's warranties. The City shall also
provide redline drawings of the District work to the District upon completion of the
Project work, such redline drawings to be prepared at the District's expense. The District
shall retain any rights, claims or demands the District may have against the Contractor
relating to the District work under applicable statutes of limitation as a third party
beneficiary under the City's contract with the Contractor.
11 DURATION; TERMINATION
This Agreement shall be effective immediately after execution by both parties, and shall
remain in full force and effect until final acceptance of the Project and resolution of all
issues relating to the Project.
12 APPLICABLE LAW; VENUE; ATTORNEYS FEES
This Agreement shall be subject to, and the Parties shall at all times comply with, all
applicable federal, state and local laws, regulations, and rules, including the provisions of
the City of Tukwila Municipal Code and ordinances of the City of Tukwila. 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 properly laid
in King County, Washington. The prevailing party in any such action shall be entitled to
its attorney's fees and costs of suit. Venue for any action arising from or related to this
Agreement shall be exclusively in King County Superior Court.
13 SEVERABILITY AND SURVIVAL
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 this
Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
15. ENTIRE AGREEMENT; MODIFICATION
This Agreement, together with attachments or addenda, represents the entire and
integrated Agreement between the City and District 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.
16. NOTICES
Notices to the City of Tukwila shall be sent to the following address:
Mike Ronda
City of Tukwila
454956.5 1 089539 1 0001
-5-
45
6300 Southcenter Boulevard
Tukwila, WA 98188
(206) 433-7194 (Phone)
mike.rondagtukwilawa.gov
Notices to the District shall be sent to the following address:
Dana Dick
PO Box 69550
Seattle, WA 98168
(206) 242-3236 (Phone)
dandgva1vue.com
IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written
below.
VALLEY VIEW SEWER DISTRICT CITY OF TUKWILA
By: By:
Jim Haggerton, Mayor
Print Name, Title: Print Name, Title:
DATE DATE
Approved as to Form: Approved as to Form:
City Attorney
DATE DATE
Attest/Authenticated: Attest/Authenticated:
City/County Clerk City Clerk, Christy O'Flaherty
DATE DATE
454956.5 I 089539 I 0001
46
-6-
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
AN INTERLOCAL AGREEMENT BETWEEN KING COUNTY WATER DISTRICT
NO. 125 AND
THE CITY OF TUKWILA REGARDING UTILITY RELOCATION
THIS INTERLOCAL AGREEMENT ("Agreement") is made and entered into by and between
King County Water District No. 125, a Washington municipal corporation ("District"), and the
City of Tukwila, a Washington municipal corporation ("City"), (individually a "Party" and
collectively the "Parties").
WHEREAS, the City intends to construct storm drainage improvements within the right of way
of East Marginal Way South as part of the City project titled "East Marginal Way Storm Pipe
Replacement."
WHEREAS, the District has a water main located within the right of way of East Marginal Way
South that conflicts with the planned alignment of the City project.
WHEREAS, the City requires that the District relocate existing utilities at District cost when
planned City roadway infrastructure conflicts with District infrastructure.
WHEREAS, it is mutually beneficial to both Parties to have the utility relocation and project
construction take place concurrently utilizing one contractor to reduce overall costs and traffic
related impacts.
WHEREAS, the Parties desire to have the City serve as the lead agency for the project to provide
final design, advertisement, award, construction, inspection, and contract administration for the
proj ect.
NOW THEREFORE, in consideration of the terms and conditions contained herein, the Parties
agree as follows:
I. AUTHORITY
This Agreement is entered into pursuant to Chapter 39.34 RCW, the Interlocal
Cooperation Act.
2. PURPOSE
The Parties agree to engage in a joint project that will construct storm water drainage
improvements and relocate utilities along East Marginal Way South as described
generally in Exhibit A, attached hereto and made part hereof ("Project").
454956.2 089539 1 0001
47
DISTRICT RESPONSIBILITIES
3.1 The District shall provide the City engineered drawings, specifications, and any
applicable construction standards for all work required by the District. The
drawings shall show in detail the location, quantity, and size of each required
component.
3.2 The District shall review the portion of the Project's final drawings and
specifications for the District work and shall approve or reject those drawings and
specifications within seven days of receipt.
3.3 The District shall provide the inspection services needed for overseeing the proper
installation of the District's work. The District's inspector will coordinate with
the City's inspector and the City inspector will give all direction to the Contractor.
3.4 The District will notify its customers of the Project, perform any water system
shut downs necessary for the District work, and notify its customers of any
scheduled water service interruptions related to the project.
3.5 The District shall pay any valid claims made by the Contractor relating to the
District's work that are valid and proximately caused by the District, provided, the
District at its sole expense shall have the right to defend any claims made by the
Contractor relating to the District's work. Any such claims must comply with the
definition and procedure regarding claims in the Project contract and must be
verifiable or substantiated claims and be subject to binding arbitration.
3.6 The District shall pay any additional expenses incurred in installing the District's
facilities due to any over excavation required or any other unforeseen conditions
related to the District facility which reasonably require additional work and
expense, including any additional trench width or depth attributable to errors in
the District's design. Any changes to the District Work perceived as necessary by
the Contractor and any required change orders must be approved in writing by the
District in advance of such changes.
3.7 The District shall maintain continued coordination with the City regarding the
performance of the District work. This coordination shall include but not be
limited the following:
a. The District will attend the Project pre-construction meeting.
b. The City will provide the District a copy of the Contractor's proposed work
schedule showing date, location, and extent of work to be performed. This
schedule will be subject to change at any time.
c. The District will attend weekly construction meetings that involve work for
the District.
4. CITY RESPONSIBILITIES
4.1 The City shall be the lead agency for the Project with regard to design,
construction, SEPA review, permitting, inspection, contract administration,
funding and all other matters pertinent to accomplishment of the Project.
4.2 With the assistance of KPG Inc. the City shall prepare, advertise, and award the
contract bid documents, which shall contain four bidding schedules, two for the
City improvements, one for Valley View Sewer District relocation, and one for
the District's water main relocation. The basis for project award will be the total
454956.2 1 089539 1 0001
48
-2-
lowest responsible bid for the sum of all four bid schedules. Prior to
advertisement, the City shall obtain the District's review and approval of the bid
documents. The bid documents, and the advertisement of them, shall comply
with City's bid statutes, ordinances and resolutions.
4.3 The City shall be responsible for providing all traffic control associated with the
construction of the Project.
4.4 The City shall require the Contractor to install and perform the District's work in
accordance with the Project's final plans, and the District's standards,
specifications, and inspector's written direction.
4.5 The City will provide written notification to the District at least five (5) days prior
to beginning construction on District facilities to allow for District scheduling of
the on-site inspector.
4.6 The City will schedule and attend weekly construction meetings with the City's
Contractor, District, and other franchise utilities involved in the Project.
4.7 The City shall request the Contractor constructing the Project to have the District,
its elected and appointed officers, agents and employees (collectively, the
"District" for the purposes of this provision) named as an insured on all policies
of insurance to be maintained by the Contractor under the terms of the Project
contract, including the Contractor's Commercial General Liability Insurance,
Commercial Automobile Insurance, and Umbrella coverage. The District shall be
responsible to pay any additional cost incurred by the Contractor to name the
District as an additional insured. If the District is included as an additional insured
on such insurance, the Contractor shall provide the City with endorsement(s) to
such insurance necessary to confirm the District is an additional insured on such
policies/coverage. The City shall provide the District with copies of such
endorsement(s) upon receipt of same by the City.
5. COMPENSATION
5.1 The District shall pay the City $3,010.97 for design engineering costs plus actual
contractor costs including tax for completed work, and/or services rendered under
this Agreement according to the rate and method set forth on Exhibit B, attached
hereto and incorporated herein by this reference. The total amount to be paid by
the District to the City, including the design engineering costs referenced above,
shall not exceed $57,117.11 unless approved in writing by the District.
5.2 The City shall invoice the District following completion of the work and
acceptance by the District. Payments are due within 30 days of the District's
receipt of an invoice from the City, except for any disputed amounts.
5.3 Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary
to complete the work.
454956.2 1 089539 1 0001
49
6. INDEMNIFICATION
Each of the Parties shall defend, indemnify and hold the other Party, their officers,
officials, employees and agents harmless from any and all costs, claims, judgment, and/or
awards of damages, arising out of, or in any way resulting from that other party's
negligent acts or omissions in performing under this Agreement. No Party will be
required to defend, indemnify or hold the other Party harmless if the claim, suit or action
for injuries, death or damages is caused by the sole negligence of that Party. Where such
claims, suits or actions result from the concurrent negligence of the Parties, the indemnity
provisions provided herein shall be valid and enforceable only to the extent of each
party's own negligence. Each Party agrees that its obligations under this subparagraph
include, but are not limited to, any claim, demand, and/or cause of action brought by, or
on behalf of, any of its employees or agents. For this reason, each of the Parties, by
mutual negotiation, hereby waives, with respect to the other Party only, any immunity
that would otherwise be available against such claims under the Industrial Insurance
provisions of Title 51 RCW.
7. AUDITS AND INSPECTIONS
The records and documents with respect to all matters covered by this Agreement shall be
subject to inspection, review or audit by the City or the District at the requesting Party's
sole expense during the term of this Agreement and three (3) years after expiration or
termination. Such records shall be made available for inspection during regular business
hours within a reasonable time of the request.
8. JOINT BOARD/SEPARATE LEGAL ENTITY
It is not intended that a separate legal entity be established to conduct this cooperative
undertaking. The City shall act as administrator of this Agreement.
9. FINANCE AND BUDGET
No special budget or funds are anticipated, nor shall any be created. The Parties are each
responsible for their own finances in connection with this Agreement, and nothing in this
Agreement shall be deemed or construed otherwise.
10. PROPERTY ACQUISITION, HOLDING, AND DISPOSAL
Following final payment by the District and final acceptance of the Project by the City,
the water system improvements listed under "WATER PLAN & PROFILE ADDITIVE
BID SCHEDULE D" as depicted on Exhibit A shall become the property of the District.
Upon final acceptance of the Project, the City shall transfer and assign any rights it may
have under the Project contract relating to the District work to the District, including any
warranty and maintenance obligations by the Contractor relating to the District work. The
District's acceptance of the District work shall not constitute acceptance of any
unauthorized or defective work or materials, nor a waiver of any manufacturer's,
supplier's or contractor's warranties. The City shall also provide redline drawings of the
454956/1 089539 1 0001
50
-4-
District work to the District upon completion of the Project work, such redline drawings
to be prepared at the District's expense. The District shall retain any rights, claims or
demands the District may have against the Contractor relating to the District work under
applicable statutes of limitation as a third party beneficiary under the City's contract with
the Contractor.
11. DURATION; TERMINATION
This Agreement shall be effective immediately after execution by both parties, and shall
remain in full force and effect until final acceptance of the Project and resolution of all
issues relating to the Project.
12. APPLICABLE LAW; VENUE; ATTORNEYS FEES
This Agreement shall be subject to, and the Parties shall at all times comply with, all
applicable federal, state and local laws, regulations, and rules, including the provisions of
the City of Tukwila Municipal Code and ordinances of the City of Tukwila. 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 properly laid
in King County, Washington. The prevailing party in any such action shall be entitled to
its attorney's fees and costs of suit. Venue for any action arising from or related to this
Agreement shall be exclusively in King County Superior Court.
13. SEVERABILITY AND SURVIVAL
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 this
Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
15. ENTIRE AGREEMENT; MODIFICATION
This Agreement, together with attachments or addenda, represents the entire and
integrated Agreement between the City and District 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.
16. NOTICES
Notices to the City of Tukwila shall be sent to the following address:
Mike Ronda
City of Tukwila
6300 Southcenter Boulevard
Tukwila, WA 98188
(206) 433-7194 (Phone)
454956.2 1 089539 0001 -5-
51
mike.ronda@tukwilawa.gov
Notices to the District shall be sent to the following address:
Mark Parsons
King County Water District No. 125
3460 S. 148th St #110
Tukwila, WA 98168
(206) 242-9547 (phone)
markparsons@waterdistrict125.com
IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written
below,
KING COUNTY WATER DISTRICT NO. 125 CITY OF TUKWILA
fvl4-k Pa-4,
By:
By:
Aukfo< P/c-'s s fziaeurri..)06-A/r- Jim Ha' an Ma a
Print Name, Title:
Print Name, Title:
DATE
Approved as to Form:
orney
- /74
DATE
Attest/Authenticated:
City/County Clerk
DATE
454956.2 ' 089539 0001 -6-
52
DATE
Approved as to Form:
City Attorney
DATE
Attest/Authenticated:
City Clerk, Christy O'Flahe
DATE
4
UTILITIES COMMITTEE
Meeting Minutes
June 16, 2014 — 5:15 p.m. — Foster Conference Room, 6300 Building
City of Tukwila
Utilities Committee
PRESENT
Councilmembers: Kate Kruller, Chair; Allan Ekberg, De'Sean Quinn (Absent: Kathy Hougardy)
Staff: David Cline, Bob Giberson, Robin Tischmak, Ryan Larson, Frank Iriarte, Mike
Cusick, Michael Rhonda, Pat Brodin, Grant Griffin, Gail Labanara, Laurel Humphrey
CALL TO ORDER: The meeting was called to order at 5:21 p.m.
I. PRESENTATIONS
II. BUSINESS AGENDA
A. Interlocal Agreements: East Marginal Way South Storm Pipe Replacement
Staff is seeking Council approval of two interlocal agreements (ILA) relating to the East Marginal
Way South Storm Pipe Replacement Project, which will install a new 42" storm pipe within East
Marginal Way South. The new alignment requires existing utilities owned by Valley View Sewer
District and King County Water District 125 be relocated at their expense. Both agencies
requested that the work be bid and constructed by the City's contract followed by reimbursement to
the City by each district. Both utility districts reviewed and accepted the bid amount by James W.
Fowler Co. for their portion of the work, and the following draft ILAs must be approved so that
reimbursement to the City can occur:
• ILA with Valley View Sewer District in the amount of $37,570.00
• ILA with Water District 125 in the amount of $57,117.11
UNANIMOUS APPROVAL. FORWARD TO JUNE 23, 2014 COMMITTEE OF THE WHOLE AND
SPECIAL MEETING CONSENT AGENDA.
B. Supplemental Agreement: East Marginal Way South Storm Pipe Replacement
Staff is seeking Council approval of Supplemental Agreement No. 4 with KPG, Inc. in the amount
of $299,902.10 for construction management services for the storm pipe installation on East
Marginal Way South. The original agreement No. 13 -036 was for design of this project and
construction was recently awarded to the James W. Fowler Company. KPG was selected for
construction management support services due to its familiarity with the work zone, project
challenges, and availability of personnel. This award is just under the budget of $300,000.00 and
brings the total contract cost to $523,341.86. UNANIMOUS APPROVAL. FORWARD TO JUNE
23, 2014 COMMITTEE OF THE WHOLE AND SPECIAL MEETING CONSENT AGENDA.
C. Bid Award: Thorndyke Safe Routes to School
Staff is seeking Council approval to award a construction bid in the amount of $1,136,256.00 to
Road Construction Northwest, Inc. for the Thorndyke Safe Routes to School Project. This project
improves safety and mobility for schoolchildren by constructing several improvements to South
150th Street between Tukwila International Boulevard and 42nd Avenue South. Road Construction
Northwest, Inc. was the lowest of three bidders and has performed successful work for the City in
the past. The three bids were close, but all came in over the Engineer's estimate of $993,415.00.
Additional funding to cover the revised project estimate is being proposed from funds available as
53