HomeMy WebLinkAbout14-082 - Valley View Sewer District - Utility Relocation Agreement (East Marginal Way Storm Pipe Replacement)City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number.14 -082
Council Approval 6/23/14
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 1 089539 1 0001
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, 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 the District's sewer relocation, and one for King
County Water District No. 125's improvements. The basis for project award will
454956.5 1 089539 1 0001
-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. 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 $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 1 089539 1 0001
-3-
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
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 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 1 089539 1 0001
-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-
6300 Southcenter Boulevard
Tukwila, WA 98188
(206) 433 -7194 (Phone)
mike.ronda @tukwilawa.gov
Notices to the District shall be sent to the following address:
Dana Dick
PO Box 69550
Seattle, WA 98168
(206) 242 -3236 (Phone)
dand @valvue.com
IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written
below.
VALLEY VIEW SEWER DISTRICT
B/ : c 4-j 8 d of Corr, t(Iorsc- T
r Giles e, 1 tS". . Wed f-
Print Name, Title:
q/7 /20/ y
DATE
Approved as to Form:
DATE
CITY OF TUKWILA
4
j. A .Lsill!
i H0
aggerton, Mayor
Print Name, Title:
r)
DATE
Approved as to Form:
Attest/Authenticated: Attest/Authenticated:
hvbi7
City/County Clerk City CA , Ch sty O Flaherty
DATE
454956.5 1 089539 1 0001 -6-
DATE
7 BRONZE PPE. CONTINUOUSLY
RISINO FROM FORCEMAIN TAP
TO BEND BELOW MANHOLE
6 D AS BEND NOAH
Z -S'B' 0 STAINLESS STEEL TE RODS
WITH S' 0150001(PEXPEL LENGTH
MAY VARY M ORDER TO MNNTAN A
MIN 6 CLEARANCE FROM PROPOSED
180 ST
AP KE
5' D AS BEND (4MMJ)WIT11
THRUST BLOCK
SIZE ASREOUNED
601 SPOOL IFLXFLI LENGTH
MAY VARY IN MEER TO
MARIAN A MIN. 6CLEM88I E
FROM PROP17S2D STORM PPE
SECTION OF EXISTING
r FORCE MAIN TO BE RAISED
AIN+ROK LOCATION OF AIR
RELEASE MAMALE
PROPOSED A7
ME STORM PIPE
BY OTHERS)
RAISED SEWER FORCE MAIN PROFILE
NOTES
1 ALL PIPE AND NIPPLES 10 BE MP71MALE IRON PIPE TREAD).
2 F IPT 3 FEMALE IRON PPE I HREAD
51 WRAP PIPE AT PENETRATIONS GROUT AND SEAL AT TOP
AND BOTTOM O PENEIRATONS TYP ]LOCATIONS
A. CONTRACTOR SHALL PROVIDE AND INSTALL SUPPORTS
ALONG MAN10.E WALL FOR PIPING AND AIR RELEASE VALVE
SUPPORTS SHALL ALLOW REMOVAL O PIPING AND AR
RELEASE VALVE FOR REPLACEMENT OR MA.NTENANCE.
0 CONTRACTOR SHALL SLOPE MANHOLE FLOOR FROM EDGES
TO FLOOR DRAIN.
0 PROVIDE PLASTIC FLOOR DRAIN WTIH MN. 6 0 PLASTIC
STRAINER AND BALL FLOAT DECK VALVE TO PREVENT
WATER /COLOR INTO MANHOLE.
7. CONTRACTOR 5H O L INSTALL BARED ROCK DRAIN PAD
AWAY ROM MANHOLE.
7' BRONZE,CONTIM0JUSLY
RISING MOM FOBCEMAIN TAP
TO BEND BELOW MANHOLE
r BRONZE 90.
BEND 1PT4011)
r BRONZE NPRE. TYP.
BOTH SIDES OF 141 VN.VE
7 BALL VALVEIAPTKFPT)
7 BIND FLANGE 00TH 7 TAP
6 RAISED FORCE MAN
MANHOLE TOP CAN BE
ADJUSTED UP TO 1-FOOT
ABOVE GROUND SURFACE
TO PROVIDE VERTICAL
0040884000060061186
AND NR RELEASE VALVE
PIPE PENETRATION
THOUGH WALL TO HAVE
WATERTIGHT SEAL
PROPOSED Ar0 TYPE 7
PRECAST MANHOLE
PROVIDE 77 FIBER RE NFORCED
POLYMER MANHOLE COVER EQUAL
TO GMI COMPOSITES 7700 COVER
W TH LETTERS 'SEWER'
CMTEM 10CASNG TOR +6. TO BE
FEID VERIFIED BY CONTRACTOR).
BURN OFF. GROUT AND PLUG.
INSTALL 6451 BEND MUM)
ON DUSTINGS' SEWER
WITH THRUST BLOCK
7 BRONZE RETURN
BEND 617114FIPT1 WPM
600164E STRAINER
7 BRONZE RISER
FINISHED GROUND SURFACE
– TO MATCH EXISTING GROUND
SURFACE ELEVATION
PROVIDE TRANSITION
FROM 36 TO 7T0
CONNECT AR RELEASE
VALVE DISCHARGE TO
DE RAGE PIPE
PCAYPRCPYLENE
MANHOLEIAN040.0
AIR RELEASE VALVE
POLYPROPILENE
MANHOLE STEP. TYP
r TYP 7 BRONZE NPPLE. TYP
1 7 BRONZE UMOI
(FIPTVFPT)
7 BRONZE TEE
(FIPDEPT) WON PLUG
21500 VALVE IFPTdp0)
!NOXELL WITH
MOVE MATERIAL
5' CRUSHED ROC( COMPACTED TO
FIRM AND UNYIELDING CONDITION
BELOW MANHOLE BASE SUB
7 SCHEDULE 40
PVC BEND
7476 BURIED ROCK f
7 SCHEDULE AOPVC / DRAWN) USE 07 /
PPE SLOPED TO BURIEDJ WASHED ROCK. WRAP
ROCK DRAIN PAD N FM1TEP FABRIC ON
TOP AND SIDES
AIR RELEASE VALVE AND MANHOLE DETAIL
SECTION A•A
X01 10 5004E
PROPOSED EMERGENCY
STORM6ATFA PPE. BY - -- _ _
OTHERS
LOCATION OF RAISED
FORCE MAN
tFORCE MAIN PLAN
NOTES
A AR RELEASE VALVE FOR SEWER FORCEMAIN SHALL BE
C-0VAL 10 ART. MODEL 5-075. PROVDE SUBMITTALS OF
AIR RELEASE MD ISOLATION VALVES PRIOR TO
ORDERING.
8 PROVIDE NR VALVES BODY AND COVER FABRICATON
FROM REINFORCED NYLON.
C. PROVIDE NR VALVE WITH 7 NPT THREADED
CONNECTION.
D. PROVIDE ALL NECESSARY PARTS. SMALL PPNG
FITTINGS. VALVES. AND SECUREMENT AS SHOWN ON THE
PLANS FORA FOLLY FUNCTIONING UHT.
EXHIBIT A
1'
POTHOLE POWER AND
SEWER FORCE MAN TO
VERIFY BRONZE PPE
CAN CONTINUALLY RISE
TO DISCHARGE.
LOCALE AIR RELEASE
MANHOLE IN RIMIER
STRIP. SEE BETAS THIS
SHEET
RERUN BETA WRH
STRAINER
7wows TAP TO
\ MANHOLE, APPROX.
SB' LONG
PLACE WARNING TAPE
\� 11A14CHES ABOVE
BRONZE VENT LINE
READING SANITARY
SEWER FORCE MAN
VENT L140 BELOW
PROPOSED 660 TYPE 0
PRECAST MANHOLE
MANHOLE COVER TO BE
LOCATED ON 510E
ADJACENT TO SIDEWALK
f.
FROM FORCE MAIN
AIR RELEASE MANHOLE PLAN
— AIR RELEASE VALVE
RETURNBENDWHH
STRAINER
SEWER FORCE MAIN REALIGNMENT
(ADDITIVE BID SCHEDULE C)
R
R
c
SCALE SHOWN
PP1 7
a84N0
MO1
411 WC,
Proposal
P -11
East Marginal Way S Storm Pipe Replacement - Project No. 91241206
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price
and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Refer to
Division 10 for definition of pay items. The Contractor shall collect from the Contracting Agency retail sales tax on the
SCHEDULE C contract price per section 1 -07.2(2) and WAC 458 -20 -170.
SCHEDULE C - SANITARY SEWER RELOCATION
EXHIBIT .13
Item
No.
Item Description
Qty
Unit
Unit Price
Amount
C1
Minor Change for Sanitary Sewer Relocation
1
FA
$ 10,000.00
$ 10,000.00
C2
Mobilization
1
LS
S oO
1, SOL
e
2SEDa-
C3
Pothole Existing Utilities
2
EA
1.7/b°.�
i I,i(Zb�
$
C4
Shoring or Extra Excavation Class B
1,000
SF
Os_
socr
C5
Sanitary Sewer Force Main Modifications,
Complete
1
LS
J
bl S,oao
�,
S. OW '"
Subtotal Schedule C $ 4 2),9ZV°=
Schedule C Washington State Sales Tax at 9.5% $ 4.2, 7") 4 "
Total Schedule C $_ _.._ _..,,
The Contractor shall collect from the Contracting Agency retail sales tax on the SCHEDULE C
contract price per section 1- 07.2(2) and WAC 458 -20 -170
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale