Loading...
HomeMy WebLinkAboutTIC 2017-05-23 Item 2B - Agreement - 42nd Avenue South Phase III (Southcenter Boulevard to South 160th Street) with Valley View DistrictJ�� Qsti oz City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Bob Giberson, Public Works Director / BY: Cyndy Knighton, Senior Program Manager CC: Mayor Ekberg DATE: May 19, 2017 SUBJECT: 42nd Avenue S Phase III (Southcenter Blvd to S 160th St) Project No. 99410303 Interlocal Agreement with Valley View Sewer District ISSUE Approve an Interlocal Agreement (ILA) with Valley View Sewer District (Valley View) for reimbursement of costs for sewer relocation work to be constructed by Active Construction, Inc. for the 42nd Avenue S Phase III project. BACKGROUND In February 2012, CH2M Hill began design work on a project that combined the 42nd Ave S Phase III (Southcenter Blvd to S 160th St) roadway improvements and the Gilliam Creek culvert replacement project. The projects included significant coordination with outside utility providers. Valley View Sewer District has designed sewer relocations to accommodate the City's roadway project and the project was bid with a separate schedule for the Valley View sewer work. ANALYSIS The 42nd Avenue S Phase III project has been awarded to Active Construction, Inc. and bid schedule D includes all the work designed by Valley View for the required sewer relocation. The attached ILA provides the necessary mechanism for Tukwila to complete the construction of the Valley View sewer work and get reimbursed for the costs. The ILA includes reimbursement to Tukwila for the actual construction work as well as a percentage of the construction cost (8 %) to offset construction management (CM) costs. The typical 8 -10% of CM costs is not used because Tukwila is not responsible for inspection of the sewer installation as Valley View is providing staffing for inspections. FINANCIAL IMPACT Ultimately there is no financial impact to Tukwila for the ILA. The contractor will be paid using Tukwila funds, but the sewer relocation costs are fully reimbursed to the City. Actual costs, once known, are what will be charged to Valley View and not the estimated costs included in the agreement language. The anticipated maximum reimbursement to Tukwila is $404,648.23, which includes a 20% contingency. There are provisions for more should it become necessary, although Valley View approval would be required. RECOMMENDATION Council is being asked to approve the Interlocal Agreement with Valley View Sewer District for the 42nd Ave S Phase III Project and consider this item on the Consent Agenda at the June 5, 2017 Regular Meeting. Attachments: Interlocal Agreement between City of Tukwila and Valley View Sewer District W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Construction \#.200 - Correspondence \005 - Utility & Interlocal Coordination \INFO MEMO - ILA with Valley View sm.docx 7 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 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 Tukwila City Council has authorized the 42nd Avenue South Phase III (Project No. 99410303) improvement/transportation project in an area with mixed zoning, both high and low density residential; and WHEREAS, the City intends to construct storm drainage improvements within the right of way of 42nd Avenue South as part of the Project; and WHEREAS, Tukwila has determined that its street improvement project is a public project and will necessitate the relocation and new construction of District utility infrastructure located within the boundaries of the project; and WHEREAS, the District has a sewer main and appurtenances located within the right of way of 42nd Avenue South that conflict with the planned alignment of the City project; and WHEREAS, the City requires that the District relocate existing utilities at District cost when planned City roadway infrastructure conflicts with District infrastructure; and 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; and 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 project. NOW THEREFORE, in consideration of the terms and conditions contained herein, the Parties agree as follows: 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 for the construction of street, utility and culvert improvements along 42nd Avenue South as described generally in the plan set titled, "40th 42nd Avenue South — Phase III, Project No. 99410303 and 99341208, dated March 17, 2017" which are hereby incorporated herein by this reference and made part hereof ( "Project "). W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -1- 8 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 as described on Exhibit A attached hereto and made a part hereof ( "District Work "). The drawings shall show in detail the location, quantity, and size of each required component. 3.2 The District shall coordinate with the City and its consultants on the preparation of the plans and specifications and review the portion of the Project's final drawings and specifications for the District Work and shall provide the City written notice of approval and acceptance of the plans and specifications associated with the District Work. 3.3 The District shall participate in the bid process as follows: a. Accept or reject bids on bid items associated with the District Work. The District Work shall be included as a separate bid schedule in the Project contract. b. Within ten (10) days of receiving the Project bid tabulation from the City, the District shall notify the City in writing that the District either agrees to proceed with the District Work, or the District chooses to complete its work on its own as part of a separate project. If the District determines to complete the District Work on its own as a separate project, the District shall require its contractor to coordinate the District Work within the Project area with the City's contractor and with any contractors from other utilities and to not unreasonably interfere with or delay the City's contractor. 3.4 The District shall provide payment to the City to reimburse the City for its costs of constructing the District Work pursuant to Section 5 of this Agreement. 3.5 The District shall provide the inspection services needed for overseeing the proper installation of the District Work. The District's inspector will coordinate with the City's inspector and the City inspector will give all direction to the Contractor. 3.6 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. 3.7 The District shall pay any valid claims made by the Contractor relating to the District 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 Work. Any such claims must comply with the definition and procedure regarding claims in the Project contract and must be verifiable or substantiated claims. 3.8 The District shall pay any additional expenses incurred in performing the District Work due to any over - excavation required or any other unforeseen conditions related to the District Work which reasonably require additional work and W : \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final docx -2- 9 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. 3.9 The District shall maintain continued coordination with the City regarding the performance of the District Work. This coordination shall include but not be limited to 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 the District Work. 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 CH2M, the City shall prepare, advertise, and award the contract bid documents, which shall contain five bidding schedules, three for the City improvements, one for King County Water District No. 125 water line relocation, and one for the District Work. The basis for Project award will be the total lowest responsible bid for the sum of all five 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 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 of the District Work 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 require 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 W: \PW Eng \PROJECTS W- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RSO3) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -3- 10 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. The City shall also require the Contractor building the Project to indemnify, defend, and save harmless the District and its elected and appointed officers, agents, or employees from any claim, damage, action, liability of proceeding brought or filed against the District or its officers, agents or employees alleging damage or injury arising out of the Contractor's participation in the Project. The Contractor shall also be required to waive the Contractor's immunity under Washington's Industrial Insurance Act, RCW Title 51, as to the District solely for the purposes of the indemnification. 5. COMPENSATION 5.1 The estimated cost for the District work related to this Agreement, as described on Exhibit B is $313,654.00. Based on the estimated cost, the District shall pay the City $24,978.00 for construction administration costs plus actual contractor costs including tax for completed work, and /or services rendered under this Agreement. The total amount to be paid by the District to the City, including the construction administration costs referenced above, shall not exceed $404,648.23 unless approved in writing by the District. The actual costs are subject to change based upon final bid review, award of all relevant Project work, and change orders. 5.2 The City shall invoice the District following completion of the Project work and acceptance by the District of the District Work. Payments are due within thirty (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. 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 W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -4- 11 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. Further, the District shall defend, indemnify and hold the City, its officers, officials, employees and agents harmless from any and claims brought by the Contractor relating to the District Work, including but not limited to project delay claims, subject to the provisions of Section 3 herein. 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 sewer system improvements 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 contractors 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 W: \PW Eng \PROJECTS W- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -5- 12 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. 14. 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. 15. NOTICES Notices to the City of Tukwila shall be sent to the following address: Cyndy Knighton City of Tukwila 6300 Southcenter Boulevard Tukwila, WA 98188 (206) 431 -2450 (Phone) cyndy.knighton @tukwilawa.gov Notices to the District shall be sent to the following address: Andrew LaRue Valley View Sewer District 3460 S. 148th St #100 Tukwila, WA 98168 (206) 242 -3236 (phone) andrewl @valvue.com W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RS03) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -6- 13 IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written below. VALLEYVIEW SEWER DISTRICT CITY OF TUKWILA By: By: Print Name, Title: Allan Ekberg, Mayor DATE DATE Approved as to Form: Approved as to Form: District Attorney City Attorney DATE DATE Attest /Authenticated City Clerk, Christy O'Flaherty DATE W: \PW Eng \PROJECTS V\- RW & RS Projects \42nd Ave S Phase III (99410303 94 -RSO3) \Design \COT - Valley View - Interlocal Agreement 42nd Ave S Final.docx -7- 14 m M D O O 2 m m A 1 cn 0 rn 4 / / X��� / 00 // 9 M N m„70,„ O) r m M z y vcP ac 0) m m �t Of N A 4 N - SHEET NO. 10 70 z Z v ITI X > _ k SEWER WORK AREA NO. 3 Z O N SEWER WORK AREA NO. 1 BYPASS PIPING PLAN igg -. o m Dr o SHEET TITLE N v - 0 Z r m A 4 CO2 o 2 ° N N m 00 5 S 66 m m fn 0 m f7 f7 Z o zomz paMK m DZ° 020 y clot °— =00 Vzm 1 T A A � ' YO'f`rO4'`47N JJ��{j ((�� (�� S1DVINOD + O 1 (D V W N A u N r• 0 -(7c00 8C�.43 oo°OOfjomErm0 C) mpr gg ovx n-r+,T10 -zr� Or� za -oz mgo__0 Z F- o m2�miSyQmrrlyrff E=1 Ds= °O Cafe ?D =*L*L %51 %n"fm2°P >VcmiFm mo =1 m= 5= fZ2��om 00 corn- c -I1ZCZ° Szz ° O Frmzc =� fn 1=D O o n m020 lillgi2115i1W; Nz y�(n mfo[� r w w OOY -a°2f N 1 Z Z o 0y 7my mx030, 0 z450 DZ � °mom M ..*O ;n1RgM {f/i C7-25754I -1 fn 7C rpi Z (l 0 z N 2 R1 y< T�7 m Z O y 2 Z 0 tom020020 0i � °-4°-O8 *c',00mor- pfmmxmco 2 G) 0)mc =z m2 °mp °D yxO (y7 jm 5 0�w c-11 �_�a aT DG yTyFil mTM co,- -p ?4z z <5Il czim moo 5c-/Mil p a r m 0 m .ma= m m j m< m O m2_ z S o„ m m m 'HO -� < cnmm� ° ZyN m 212r.T ›. O -Imw m). Os"z Aar-o= z?m 3; OOmc 1=A -a mmz m �pzoy ymc mmzfmo 1pm --T,w‹ wg fmn _Ir oz= Z .ZT70 ,2Tom -4 F0-1- o4JN0 fr mT D= f7 Sfn �- G �fj a Zm0�77 m0 <�Cn° °T m.Z1 °C p 2 COtzn' gE fry ° O�-SCf:; Rl $ m n m a m T o o g i z N 0 2=m ti 0 0X -f Z is m to 0 x .ri -i m 0 C 2 S = O Z .. x O= S. Z r -I> rti m ��+y�' -I O<O S a -1,,M- .Z1 f7 yy..Z OaN { a2< fTl m- O fn�=Omt 220 A° 2OZ OC7 oT °on 62 o 0zzmmo °ormifm--,E-1T� mrnc, <2,AgmArT -1 T° T 2, tnnvm0mw,, F pp-7le A�z r OZ[I.z mzz _� 2 Im o o m m m O O- m p T D m m m -"-i co x m= =o .8 ),. , �� m %Oom -Of$ p r�ir Oomfn- mimf n10 mmc- 0 to 0 pc Z m n 002°2 fln <vtn m m On O -II Zrr] W ° ,m05 vl Oy to cn,t, , 2Z O) 120 2(-� 0200 fzj zN A T to fn ,pm, m 0 2AV �� 200AV�comixiOO�Z022* m 0 m.o.„ z c m w T y, ,z z Om z O ti m a o°= z O 2 aAz 0p fn�ms2omzg §oMptai>L<z^ 'Ammo o T _ m.0 02 Z m mm ZOZfn p Ss= z Mf� Z ap Z -. as sls Tpt�n OOTGj�C/IOTO�IOyGZ0 C) 22,11 Am F O5gymmfn T psom C 2RG)y-H o NmZ2c O.� °m 0020 CO - O ° "z r�T x DDuo �mp°- m fn zo20r, 0 2000 �� CA�mrpr2�2 -40- o tn- m A m A -_2. Zm 00mr• �OO -c'zmq m,Dmm c M mmg om oVio *A000 73,00m .z °m- m 0 y mo m n nm m r A m+ °c kw rZr1 mZ$�m- rn Z0c O O tail p4 aFn mc0ipm ymmpti v °oz°° o A$ gm >> 2 �cmw m T ?cal 6) c 8o °� oz 0 °Z o Az o m my 0o. c) z ° M xi S310N 1b1:13N]D Ne0. .i. c c c y - m r 3 < Z m 13 o of O ° O z Z Z -74 4EG®�g w 000 M*M*00 0A� i S O _ D = 0 = Tp E 0 73 4 "z� 0O m 1 I " z�'aO m ym m z DA- r m 0 .-7 ♦ o m $Z Z m n 0Nm T f y O E m z Z I *�g00W a 0zz = m Z Z O -tno m O T}� m j c co T E* mE yy j co y 1 1 0) m 2:3 23 * mr < m y r z N rn X CO = Z 1 LEGEND I I = z z z M0 0 0 m m fn fn z m m m 0 ° ° ° = N CA D m 0 ° = A g Z - 0 m mrtrtz z- 0 m m ° O N mC- 5 0 Z r m .o 33 0 13 0 m 0 0 bill 1 0 C Zill rai IlICi i co rn ,,,__ Fri zi 4 0) sweat MN WEAVE Feb24,2016 nor a 20 Feb 25, 2016 aim= I .411/,0. 113W3 20EIWL 42AVE- 0- 0VOI.DNG REVISIONS xo. DATE DESGdW10N er V V SCHEDULE D VALLEY VIEW SEWER DISTRICT 40 -42ND AValy SOUTH - PHASE Hi SITE PLAN AND GENERAL NOTES RH2 ENGINEERING, INC. moutdc m 1.20720-0052 BOTHELL. WA 22722280 DrimHSE, Duke 270 SIGNED: 02/25,48 SIGNER 02/26/18 15 V .L181HX3 y m 0 0 -v CO O O u) m a 0 m 0 N m 0 0 NIVW SVO 3Sd .4 SSVdAS )MHO NVI1IIO 2103 NOIIOf1?IISN00 3O 30N31103S a31S3JJfS 6, 6, ��pp a: a: W y O Z GAS MAIN POTE 14'E 13' E 5l t m , DISTANCE FROM CENTERLINE ° N ft N A !TI A7 MI O O cn rn m a 2 o z 2 O 33 N t 1 maw CRN sot Due Fob 24,2016 aem VW AMEU 113003 Rena ,OH wave Fab 25,2016 name 42AV&D•GV01.DW6 REVISIONS SCHEDULE D VALLEY VIEW SEWER DISTRICT 40TH - 42ND AVENUE SOUTH - PHASE fl1 NO. DATE o S avnoe BY /MEW BYPASS PIPING PLAN CN GINE£R@ PL A ririIL RS 1 N T C RH2 ENGINEERING. INC. »,,w.m2clm 1100.7208052 BOTNELL, WA 22722281h Oma SE, suite 210 SIGNER 02/28/18 SIGNER 02/25/16 16 V 1181HX3 -a g e O y m 0 N z v a ti m LJ � 33 0 0 N v° co n1 FR mZ 33 N C 0) m 0 T1 r m 0 CID O 0 0 O co m m 1 m i %ma V; Walla • 1 1 1 4 4 1 P '� 1-11Ci so W W � NMOHS :31VOS eh12met CRN SAHi0A1E Fab25,2016 WW2 VSO I r06x0: 113003 aroma JDH norm: Feb25,2018 RENae 42AVE- D-CIV02.DWG REVISIONS NO. DATE OESCRPDON SCHEDULE D VALLEY VIEW SEI1.•ER DISTRICT 40TH - 42ND AVENUE SOUTH - PHASE 111 SEWER WORK AREA NO. 1 RH2 ENGINEERING, INC. wont: non 1.800.720.8062 BOTHELL, WA 2272228th O'rhe SE, Sub 210 S/CNRI 02/25/16 SJGN2k 02/25/16 17 V 11a1HX3 PAP. CROSSING STORM A B tg 2+ E m ^1 si555u>, EX GAS EX. GAS CROSS,N , CROSSING g 1 1 Z Cr F6' PVC @6.52% 80 1+ II co 11 V D 2 -9.,A 2 2V, CID I 1 1 ! 1 I 1 I , I I co m m 1 m i %ma V; Walla • 1 1 1 4 4 1 P '� 1-11Ci so W W � NMOHS :31VOS eh12met CRN SAHi0A1E Fab25,2016 WW2 VSO I r06x0: 113003 aroma JDH norm: Feb25,2018 RENae 42AVE- D-CIV02.DWG REVISIONS NO. DATE OESCRPDON SCHEDULE D VALLEY VIEW SEI1.•ER DISTRICT 40TH - 42ND AVENUE SOUTH - PHASE 111 SEWER WORK AREA NO. 1 RH2 ENGINEERING, INC. wont: non 1.800.720.8062 BOTHELL, WA 2272228th O'rhe SE, Sub 210 S/CNRI 02/25/16 SJGN2k 02/25/16 17 V 11a1HX3 13 23 O O m v N v m Cl) N m 0 1 m 0 1 m 14• SILLS N3M3S DNO-M 30NVLSIO 0 Y I M Vo 1 1 1 1, >Az 1 T WI Z ml MH E17-51 MANHOLE / e lei 0 Ai 'I x Co 14 i RE =235. IE OUT (N) = 229. IE IN (S) =229. PROPOSED SSMH E17 -7: 60° SHALLOW MAN CROSSING EX. GAS U. liri 4D 1 5 0 Y I M Vo 1 1 1 1, v O m 2 Y I 1 I 11—.1 mmmm Z ml CXD 0 PROP. STORY 11+44 CROSSING EX. GAS GROSSING EX. GAS GROSSING ( X. STORY GROSSING ~ APPROX 45' OF 8' 0900 DR 25 PVC 0.7295 ate m 22c5 - l el S m k • WIC CD 1 I I i I 1 1 I I II 1 I 85+00 42ND A _ 4" G Y".`_ 4" 0 — 1276 — 12'" G- _ 12" G G 0 o'0 o yn 0,z =00 y P g M0 00 z 0 m oz G) z 1.S-L13 HWSS O3SOdO21d >20 > O g z 'fi'201 O m m 2z M gm O T N V 1IBIHX3 FNOtlst CRN wwOVU Feb 25,2016 aw at VIED w.thi: 113088 RlN.N@ JOH mane Fob 25, 2818 news WTAVE134WtDWO REVISIONS 12115115 Changed dub plpe osstaid. DVS J4 SCHEDULE D w VALLEY VIEW SEWER DISTRICT 40TH - 42ND AVENUE SOUTH - PHASE 111 1111118 planed ebb pipe Mark 1. 2W8 SOH no. ONE OESCNRON N MEN SEWER WORK AREA NO. 2 506105509 it i 5 ,11 Z R ,14 S CIC 51 IS RH2 ENGINEERING, INC. w,w mamma Bom0La, WA 2e12250DMSE &210 SICNED 02/55/51 SIONS@ 02/25/10 18 GAS MAIN PO 11—.1 mmmm Z ml 0 11+44 DEPTH TO CROWN FROM SURFACE OF HMA PAVEMENT >20 > O g z 'fi'201 O m m 2z M gm O T N V 1IBIHX3 FNOtlst CRN wwOVU Feb 25,2016 aw at VIED w.thi: 113088 RlN.N@ JOH mane Fob 25, 2818 news WTAVE134WtDWO REVISIONS 12115115 Changed dub plpe osstaid. DVS J4 SCHEDULE D w VALLEY VIEW SEWER DISTRICT 40TH - 42ND AVENUE SOUTH - PHASE 111 1111118 planed ebb pipe Mark 1. 2W8 SOH no. ONE OESCNRON N MEN SEWER WORK AREA NO. 2 506105509 it i 5 ,11 Z R ,14 S CIC 51 IS RH2 ENGINEERING, INC. w,w mamma Bom0La, WA 2e12250DMSE &210 SICNED 02/55/51 SIONS@ 02/25/10 18 ct 4 Y• p J d e Uiu„, .,,anUil I'il'i il1' PROPOSED CULVERT I'Yll'iF1'I' illA A 1 m m z9H au H z>p N H • A LI V W I 1 m D >y I s0 C 2 Es = iii mi. mm DEPTH OF TELEPHONE CROSSING UNKNOWN, CONTRACTOR TO VERIFY. • APPRO OF30'� PROPOSI PROPOSED SSMH E17-52 72" STANI 7T SHALLOW MANHOLE ST STA 70+48.5,1.0' R 1KON 'ROXIMATE. TO VERIFY LL THE NETRATION I STING- A 71 +23,9, 0.3' R RE 220.56' IN (S) r. 213.0T /UT (N) = 212.9T `m°_ g o'_ is V 0 t/N m v cn ) m 53 cn m 0 O C,3 I z m Si 0 0 I imn 11 o8g� Nf/J? .� it j Em a0y mm(.)z romm Pidgom In O8 o N 0 o zo Otm. �zm O m gn -m 0 c seseg E Feb 25, 2016 CUBIC VSD JDONO_• 113-003 imaErz JDH x0T0ME Feb25,2018 FIUME 42AVEDCNO2.DWG REVISIONS MD. DATE DESCA9110M BY SCHEDULE D VALLEY VIEW SEWER DISTRICT 40TH - 42ND AVENUE SOUTH - PHASE 111 SEWER WORK AREA NO. 3 RH2 ENGINEERING, INC. www.rh2.05m 1.800.720.6052 BOTIIELL, WA 2272229th DI oSE, Sub 210 SIGNER 02/25/48 SIGNER O2/25/I6 19 ;i 1� �N m gg m r• om een co m v; ;.'-° > RN2> 2 z; 8> mcoN ° 1r�f p Aim oo A o s�^i1"o 'M y�N mOC aD F=a a mF ,` mmm °off rz \\ P C.I. MANHOLE FRAME AND COVER, PROVIDE ASPHALTIC CONCRETE OLYMPIC FOUNDRY #MH 30 OR PER DISTRICT STANDARD y11 EQUIVALENT. (MIN. WT. 380#) IF LOCATED IN GRAVEL AREA. PROVIDE NON —SKID SURFACE, 1 -1' DIAMETER HOLE AND WORD SEWER' CAST IN COVER. BOLT DOWN (3 BOLT S.S. MTH FINISHED PAVEMENT ALLEN HEAD). GRADE ' - —__— 11 III 1111111!!11111 IIIIIII 111111 111111 IIIIIIIIIIIIIIIII 0 ° ' 1 WI Z ■ ■ _ ■ • q S ^ d • . 4 D 4 ° —1. , ? Am T mss' _ 2a p y11 D \Did s;(k \ \ �� 4 ` 1 1 bil STANDARD MANHOLE TYPICAL 4' DIA. MANHOLE NOT TO SCALE VALLEY VIEW SEWER DISTRICT .4 "= ;�r4 MANHOLE STEP NOT TO SCALE VALLEY VIEW SEWER DISTRICT > IIII — —_ IIIIII IIIIII M illi ! 111111111111111111111111111 ■� _ 11 1111 111111!! nm °. r • r ° `. m e c« Dn x � Z P. 2 W W f vi 1'rSDN >; pom pi °- V 'vy O O Z • a� _ • > -N�m y °m p2(nD 41Am0 �(>n DD .t.;,‘; T�o 5 z � 1-n`A an pyi 7 .ao f m2g D • : 0,a, O 0 O N rn O 2 In mm ns m°~i A > m I"m00 01n 02 mmi ± °�o 211 nm °_ a m -116 fns oa -2; .: Fa x zR ym o� > > °v��� fa Ao ygj1V1 ln2 Omy1 mi 7.sm mrr �ZQ+Qi �m A RI 4_ N10+f m� f t=S �Z�i� 2 N9 = p'Z ° ,: H1 b9 2 Dmi �: SN m r0% ;: -: / \ \Z� zwimmaxim N N 1 N II ry,.. it .., 410,111Ailitli... 4.. 1111 Il . , MANHOLE BASE BRANCHING SEWERS NOT TO SCALE VALLEY VIEW SEWER DISTRICT SHALLOW MANHOLE TYPICAL FOR 4' OR 6' DIA. MANHOLE NOT TO SCALE VALLEY VIEW SEWER DISTRICT I r.1 VINO ov icsi my • TA n� D<DZ m�i ti° 61E11111W !WI 111 S m °2 i> 2 = c m IMPACTED CRUSHED ROI PEA GRAVEL BEDDING �VO i:. vc m 153 v, m Oy ; O1 <11--. Cc x >� f. C o ° g n e m o 24 54. t, Z o 2c 0,1 .,, � z ° � 49 Cmo Sopo VAGR NO! ow. \ \ i•IL - Op4 O �xSmg zi±1.;pp \ ,., ,s, Y \� \� \( <\\ \, < ` C p t ? u 4 a 4 � /�� / ` wN Inu1. rnenaune e' MIN. COMPACTED TOP SOIL .., 0 Ilipil a s z m2 p ADJUSTABLE MANHOLE RINGS NOT TO SCALE VALLEY VIEW SEWER DISTRICT 2. 1K-07" , I4 V. f 'mss �'i �� -' �' u.a 1 m �r •1 u>i4 TAT RESTORATION: IMA PC 84-17. OEPTH r MINIMUM (SONS. COMPACTION SHALL BE 922 STY (MODIFIED PROCTOR) 11 CRUSHED ROCI( Or MINUS) CTED TO FIRM ARO UNYIEIAING 10N \s S SECTION _NDICULAR TO TO ROADWAY ;CALE NER DISTRICT n 80 C)# i NV ig p \' y O $Z Ff 1 p o 0 1; I �r T = e0301136 CRN Feb 25. I6 cm V90 � JOIN: 11300' SCHEDULE D v, -1/ — VALLEY VIEW SEINER DISTRICT 40TH -42 D4VE�UEQ (e-P� Ujp . 1 D. H''O • ow•• ,', �/ �� •ds, ' ,p p • �_ /1 ' o m■7® IDFi MA ME Feb 25. 2016 FUME 42AVEQ0ET1HWG REVISIONS GN61{/E£RS •� r ■ DETAILS I 02111 RN2 ENGINEERING, INC. �t�gr�y4 \ 1 ��7n14s0„;" R'fi2 R NG 2 1\ 2222 ,WA py7py, C1ie , y� 210 SIGNER. 02/25/16 SIGNED. 02/25/16 7■ DALE P 8' IN FLOW REFERENCE ELEV: 0.06' gg (/ CI) REFERENCE ELEV: 0.18' m �I REFERENCE ELEV: 0.34' o• m r O °s REFERENCE ELEV 0.61' REFERENCE ELEV: 0.96' m REFERENCE ELEV: 124' NI. :A313 30N3213d31:1 3d1d 1 C 0 n a m 5 y O O F 0 rn m n 0 31OHNV N 3100VS 1105 3N1VN 03921f11SIONfl 3 A O S i p C) 19, m 00 KT V0 pc) rF rg NIVW N3M3S 30V2lO 03HSINId 111 111 110S 3A11VN 0392IUSIQNfl 111dNOV9 NOLLVAVOX3 =11111111 = 11111111 - 11111111 :1111-1111 11. 1111111111111111111' 1I 11111111111111 1111_1111 =1111 — IIII —I... =111111111111111111111 1111_1111= 11111111 -11 111111111111111 - 11— m 0 0 C y m o [Hi= n Iln I��11111 —. Z = IIII —IIII- Q c) o IIII - 1111'1 =- 1111IIIIIIIIIII NP 11— IIII —III I- I �� I1 =1I I I —I I I I—I I I 1 —I I I1 =111 I =1111— /111 IIII 11.1— f\ j \ '111=11 1111— \� // \// \11111111111 111 • //j j \�' /, \�I11=1111 -1I I— IIII —ICII 11111111 =1111 —I fl, i \ /ij / /` 111111u 111111111111�u�n� I�IILIiu1�11L1111 iffi= / � / \. // 1111=1111=1111— I I1 1 1 1 1 1I11111111I I I I � I I I I I I -11 1 —1 / � \� /` I' .I �If �l I ) I I1I- 11'111 I III 11111'111 11. 1 MI . /\ \ / /\ \j/\ 1111 -111 ffli 1�n1i=--7=4111-------411----71= 1 1�1 =u ul -x11 111� .'�IIIII�II 1111111 I C.. 111111111: 440 -1111 ��T \�I n11Trrf TTFl 1- / II II III �\ \111 -lit t-lil I vi ;,.4W0414-11M11,4 a 1m1= •$ `T \j / /1LLlll1lll •e \�iA7mnil -llll.,- / /.\\\y\, /i\\ ,iu1Tnli .fit Ill — ill —ylTn1 ni II -..111 tiin 1 -1111— 11111 111 111 —1 i � l l l ll l l ,�I I I�U I I- IIII -1114Li 1ffiI I I Y.� 17—WIT—T7-111-114—nn II 1 TIu= 11„- -0111 1—rlf HH T11 =11 a -1 a -1� TT— IIII —u11 = I I1 =1 IT -1111- 1111 -... -1 11 --1 1aLL=0= I1 =11 JJLL II111IIILIilim111=111Il- 1iii I1 11 ll�lIII� IIII -11111 II( -111— IIII— JJ11 —IJ Il1T riiJilII –T_ liuliuUlillliui-li1Tl ll " HT,– 1 TfiT l �l i I 1111 111TTIUJ,J 1- 111111; — Ilij —{jjJ lT Tiff— IJL --JIJI -1111 iTff --ifi( Ti T- 71=7T IJ, M 1 II 1111 - 1111 -�QTII Mlli „n1�111 i II 11m1 11iL- Jia,,,, =T- IIII — IIII -1' rE) ti 2 eawk CRN SA%EDUE Feb 25.2016 auk VSD 1 .peNO: 113-003 FesvEQ JOH n TRAIL Feb25.2016 New& 42AVE- D.DET1.DWG REVISIONS SCHEDULE D '/ V�VIEWSE' SEWER DISTRICT 40TH -42NlD AVENUE SOUTH - PHASE ill AO. DATE DESCRIPTION 6Y AMP DETAILS II RH2 ENGINEERING. INC. xxw.re2me 1.01227.5052 BOTHELL. WA 2272229+ Dine SE, SWe 210 SIGNER 02/2/16 smart 02/25/16 21 V 1181HX3 4/20/2017, 11,2 AM EXHIBIT A VALLEY VIEW SEWER DISTRICT 42nd Avenue South Gravity Sewer Improvements Cost Estimate Engineer: RH2 Engineering, Inc. Engineer's Estimate Bid Item Description Unit Quantity Unit Price Total D1 Traffic Control LS 1 $ 25,000 $ 25,000 D2 Shoring & Trench Safety Systems LF 433 $ 2 $ 866 D3 Temporary Erosion and Sedimentation Control LS 1 $ 7,000 $ 7,000 D4 Dewatering LS 1 $ 2,000 $ 2,000 D5 Potholing EA 5 $ 900 $ 4,500 D6 Landscape and Misc. Restoration LS 1 $ 7,000 $ 7,000 D7 Gilliam Creek Temporary Gravity Wastewater Bypass LS 1 $ 9,500 $ 9,500 08 Other Temporary Wastewater Bypasses LS 1 $ 10,000 $ 10,000 D9 60 -inch Saddle Manhole (E17 -77) LS 1 $ 7,000 $ 7,000 D10 48 -inch Standard Manhole (F17 -21, F17 -22) EA 2 $ 7,000 $ 14,000 D11 72 -inch Standard Manhole with Extra Channeling Work (Et7-51) LS 1 $ 15,000 $ 15,000 D12 72 -inch Standard Manhole (E17 -53) LS 1 $ 8,000 $ 8,000 D13 60 -inch Shallow Manhole (517 -76) LS 1 $ 7,000 $ 7,000 D14 72 -inch Shallow Manhole (E17 -49, E17 -52) EA 2 $ 8,000 $ 16,000 D15 8 -inch SDR 35 PVC Pipe LF 172 $ 110 $ 18,920 D16 8 -inch AWWA C900 DR 25 PVC Pipe LF 45 $ 120 $ 5,400 017 18 -inch SDR 35 PVC Pipe LF 32 $ 200 $ 6,400 D18 30 -inch Class 52 Ductile Iron Pipe with Ceramic Epoxy Lining LF 184 $ 330 $ 60,720 D19 Controlled Density Fill Pipe Encasement CY 110 $ 150 $ 16,553 D20 Crushed Surfacing Top Course Compacted Trench Backfill LF 1283 $ 6 $ 7,700 D21 Crushed Surfacing Base Course Compacted Trench Backfill LF 1283 $ 6 $ 7,700 D22 Gilliam Creek Crossing Crushed Surfacing Top Course Compacted Trench Backfill LF 995 $ 6 $ 5,970 D23 Foundation Material TON 356 $ 25 $ 8,898 D24 Gravel Driveway Restoration LS 1 $ 1,400 $ 1,400 D25 10 -inch HMA Patch with 8 -inch Crushed Rock Base SY 144 $ 60 $ 8,613 D26 Record Drawings and Post - Construction Survey LS 1 $ 4,000 $ 4,000 Subtotal (Construction Costs) $285,140 WSST (9.5 %) $27,088 Total (Construction Costs w/ SST) $312,228.57 8% of Total (with SST) for Construction Phase Admin and Engineering Coordination Estimated Subtotal 1 20% of Subtotal 1 Estimated Subtotal 2 $24,978.29 $337,206.85 $67,441.37 $404,648.23 J: \Data \VSD \113- 003 \01.120 Tukwila 40th to 42nd Ave S Wastewater Bypass \Cost Estimating \Tukwila ILA Cost estimate.xlsx Page 8 of 8 22 EXHIBIT B 40th -42nd Avenue South — Phase III, Project No. 99410303 and 99341208 March 17, 2017 Bid Set Construction Management Fees for Valley View Sewer District Sewer Construction (Bid Schedule D) Construction management costs assignable to Valley View Sewer District (District) are calculated as 8% of the construction cost (with sales tax) to construct Bid Schedule D. Valley View Sewer District will provide a full -time inspector during underground sewer construction and during the establishment and removal of wastewater bypasses. The District will require the assistance of the City for the following construction management activities: 1. Scheduling and management of the preconstruction conference. 2. Handling and forwarding of submittals and shop- drawings pertaining to Bid Schedule D work to the District and returning District - reviewed submittals to the Contractor. Handling and forwarding of Requests for Information (RFI) from the Contractor concerning Schedule D work to the District and returning District responses to the Contractor. 3. Primary responsibility for processing pay requests. The District will verify the Bid Schedule D quantities requested for payment by the Contractor and will relay this information to the City. 4. Notification and inclusion of District staff in construction progress meetings pertaining to Bid Schedule D work. 5. Processing of change orders completed by the District and the Contractor. The District will prepare documentation supporting District - related change orders and will negotiate change order compensation with the Contractor. 6. Collection and transmittal of record drawing information gathered by the Contractor to the District. Page 1 of 1 23