Loading...
HomeMy WebLinkAboutREG 2017-06-05 Item 4E - Interlocal Agreement - 42nd Avenue South Phase III (Southcenter Boulevard to South 160th Street) with Valley View Sewer District for $404,648.23COUNCIL AGENDA SYNOPSIS Initials - --- °------------ - - - - -- Meeting Date Prepared by Mayor's r kw Council review DLik 06/05J17 BG 1 ❑ Resoltttian AN Date ❑ Ordinance AN Date ❑ Bid Award AN Dale ❑ Public Hearing lltg Date ❑ Other Mtg Dale 11 lig SPONSOR • Guth/ ❑ Ma)or ❑ HR ❑ DCD ❑ Finance ❑ Fin' ❑ IT ❑ P &R ❑ Police / PI[" SPONSOR'S Valley View Sewer District will need to relocate their infrastructure to accommodate the SUMMARY City's 42nd Ave S Phase III roadway improvements. This interlocal with Valley View Sewer District will allow for our contractor to complete the work and Valley View will reimburse the City. The Interlocal also includes construction management costs. Council is being asked to approve the Interlocal Agreement with Valley View Sewer District with an anticipated reimbursement of $404,648.23. REVIEWED BY ❑ CO\X Mtg. ❑ CA &P Cmte ' F &S Cmte ❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. DATE: 05/23/17 COMMITTEE CHAIR: KATE Transportation Cmte ❑ Planning Comm. KRULLER ITEM INFORMATION ITEM No. 4.E. CAS NUiMlil':R: STAFF SPONSOR: BOB GIBERSON ORI( ;IN.11. AGENDA D.1 11 :: 06/05/17 AGENDA I "1'I:NI Tl'I LE 42nd Ave S Phase III Project (S 160th St - Southcenter Blvd) Interlocal Agreement with Valley View Sewer District C:iTI?GORY ❑ Discussion Mtg Date 11 Motion Date 06/05/17 ❑ Resoltttian AN Date ❑ Ordinance AN Date ❑ Bid Award AN Dale ❑ Public Hearing lltg Date ❑ Other Mtg Dale 11 lig SPONSOR • Guth/ ❑ Ma)or ❑ HR ❑ DCD ❑ Finance ❑ Fin' ❑ IT ❑ P &R ❑ Police / PI[" SPONSOR'S Valley View Sewer District will need to relocate their infrastructure to accommodate the SUMMARY City's 42nd Ave S Phase III roadway improvements. This interlocal with Valley View Sewer District will allow for our contractor to complete the work and Valley View will reimburse the City. The Interlocal also includes construction management costs. Council is being asked to approve the Interlocal Agreement with Valley View Sewer District with an anticipated reimbursement of $404,648.23. REVIEWED BY ❑ CO\X Mtg. ❑ CA &P Cmte ' F &S Cmte ❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. DATE: 05/23/17 COMMITTEE CHAIR: KATE Transportation Cmte ❑ Planning Comm. KRULLER RECOMMENDATIONS: Sl'[ )NsoR /AD COMMTITEI': NIIN. Public Works Unanimous Approval; Forward to Consent Agenda COST IMPACT / FUND SOURCE EXPI'.NDI`1'URE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $ $ '$0.00 Fund Source: 103 RESIDENTIAL STREETS & 412 SURFACE WATER (PAGES 2 & 100, 2017 CIP) Comments: Reimbursement estimated at $404,648.23 MTG. DATE RECORD OF COUNCIL ACTION 06/05/17 MTG. DATE ATTACHMENTS 06/05/17 informational Memorandum dated 05/19/17 Interlocal Agreement with Valley View Sewer District Minutes from the Transportation & Infrastructure Committee meeting of 05/23/17 11 12 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committ FROM: Bob Giberson, Public Works Director BY: CC: Cyndy Knighton, Senior Program Manager 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 5 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 5 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 5 Phase Ifl 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 5 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 WAPW ENPROJECTS A- RW & AS Proiecisl42nd Ave S Phase 111 t99df 0303 94- RSIMOonshuchon4.200 - Correspondence A05 • Utility & Ir tedocal COard+iahor JNFO MEMO - ILA wAh Valley View srn.doex 13 14 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 111 (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 42" 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 Interlocat 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, "40`h -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 IPW Eng1PROJECTSIA- RW & RS Project 2nd Ave S Phase P11(99410303 94- RSO3)IGesign \COT - Valley View - Interlocel Agreement 42nd Ave S Final.docx -1- 15 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 Projects 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 Districts 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 WAPW EngIPROJECTSW- RVV & RS Projects 42nd Ave 5 Phase III (99410303 94 -RS03) \Design \GOT - Valley View - Interlocal Agreement 42nd Ave 5 Final.docx -2- 16 expense, including any additional trench width or depth attributable to errors in the Districts 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. 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 WIPW EngIPROJECTSW- RW & RS Projects 42nd Ave S Phase 911 (99414303 94- PS03)1Design \COT - Valley View - Inlerlocal Agreement 42nd Ave S Finai.docx -3- 17 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, andfor 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 W1PW Eng'PROJECTSW- RW & RS Projects142nd Ave 5 Phase 111 (99410303 94- RS03)IDesign \COT - Valley View - Interlocal Agreement 42nd Ave S Final docx -4- 18 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. 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 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 W IPW Eng1PROJECTSIA- RW & RS Projects142nd Ave S Phase 111 (99410303 94- RS03)CesignlCOT - Valley View - Interlocal Agreement 42nd Ave S Final.docx _5_ 19 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 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 @vafvue.com W:1PW EngIPROJECTSIA- RW & RS Projects142nd Ave S Phase 111 (99410303 94- RS03)1oesignlC0T - Valley View - !Mello-cal Agreement 42nd Ave S FinaV.docx -6- 20 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:IPW Eng \PROJECTSIA- RW & RS Projects\42nd Ave S Phase 111 (99410303 94- RS03)IDesignlCOT - Valley View - Interlocal Agreement 42nd Ave S Final,d©cx 21 22 EXHIBIT A LEy vIE 42ND AVE SOUTH G CONTACTS VALLEY VIEW SEWER DISTRICT GENERAL MANAGER VALLEY VIEW SEWER DISTRICT SUPERVISOR RH2ENGINEERING PROJECT MANAGER RI-12 ENGINEERING PROJECT ENGINEER DANA DICK ANDREW LARUE JOHN HENDRON, PE, ZACH SCHREMPP 206- 2423236 206. 242 -3236 425-951-5326 425-951-5319 DRAWING INDEX SHEET NO, SHEET TITLE DWG NO. 1 571E PLAN AND GENERAL NOTES COI Z BYPASS PIPING PLAN 002 3 SEWER WORK AREA Na I , CO3 4 SEWER WORN AREA ND. 2 004 5 SEWER WORK AREA ND, 3 005 6 DETAILS I DDI 7 CETAILS II DOD Ii 24 -INCH DIAMETER SANITARY SEWER SEWE DIST 'JCT V1TY SEWER - SCHEDULE D GENERAL NOTES 1. ALL WORK SHALL CONFORM TO THE RULES AND REGULATIONS OF VALLEY VIEW SEWER DISTRICT. 2. ALL WORK SHALL CONFORM TO THE REQUIREMENTS OF VALLEY VIEW SEWER DISTRICT AND OTHER PROJECT PERMIT REQUIREMENTS AS APPLICABLE. PERMITS INCLUDE CITY OF SEATAC RIGHT -OF -WAY PERMIT. 3. ALL APFLCABLE CITY OF TUKWILA DEPARTMENTS SHALL BE NOTIFIED PRIOR TO COMMENCEMENT OF CONSTRUCTION. ALL TESTING AND CONSTRUCTION SHALL BE INSPECTED BY VALLEY VIEW SEWER DISTRICT. 4, LOCATIONS SHOWN ON EXISTING UTILITIES ARE APPROXIMATE. IDENTIFICATION, LOCATION MARKING AND RESPONSIBILITY FOR UNDERGROUND FACILITIES OR UTILITIES IS GOVERNED BY PROVISIONS OF CHAPTER 19.122 REVISED CODE OF WASHINGTON. 5. UTILITY LOCATIONS, RIM ELEVATIONS, INVERTS, DEPTHS, AND OTHER INFORMATION ARE DERIVED FROM A VARIETY OF SOURCES, INCLUDING CH2MHILL'S SURVEY, VALLEY VIEW SEWER DISTRICT GIS, VALLEY VIEW SEWER DISTRICT RECORD DRAWINGS, APS POTHOLING, AND FIELD RECONNAISSANCE BY VALLEY VIEW SEWER DISTRICT AND RH2 ENGINEERING. THE CONTRACTOR MAY ENCOUNTER VARIATIONS BETWEEN ACTUAL CONDITIONS AND THOSE SHOWN ON THE PLANS. THESE VARIATIONS WILL NOT BE THE BASIS FOR ACLAIM FOR ADDITIONAL COMPENSATION. 6. PIPE MATERIAL OF SEWER MAIN AND SIDE SERVICES LOCATED IN PERMANENT EASEMENTS SHALL BE AS NOTED ON PLANS. SIDE SERVICES LOCATED ON PRIVATE PROPERTY SHALL BE PVC. SEWER MANHOLES SHALL SE 48' DIAMETER UNLESS OTHERWISE NOTED. 7. MINIMUM SEPARATION OF POTABLE WATER MAINS AND SANITARY SEWER LINES SHALL BE TEN (10j FEET HORIZONTALLY FOR PARALLEL PIPE, AND EIGHTEEN ON INCHES VERTICALLY FOR PERPENDICULAR OR OBLIQUE CROSSINGS, MEASURED FROM OUTSIDE EDGE TO OUTSIDE EDGE. SITUATIONS OCCURRING WITH LESS THAN MINIMUM SEPARATION WILL REQUIRE CONSTRUCTION IN ACCORDANCE WITH SECTION C1.9 OF THE *CRITERIA FOR SEWAGE WORKS DESIGN' PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF ECOLOGY AS REVISED OCTOBER 2006. 8. CAUTION - EXTREME HAZARD-0VERHEAD ELECTRICAL SERVICE LINES ARE GENERALLY NOT SHOWN ON THE DRAWINGS. ELECTRICAL LINES SHOWN ON THE DRAWINGS ARE LOCATED BY POINT -TO- POINT, POWER POLE -TO POWER POLE CONNECTION. THE CONTRACTOR IS RESPONSIBLE FOR DETERMINING THE EXTENT OF ANY HAZARD CREATED BY OVERHEAD ELECTRICAL POWER IN ALL AREAS AND SHILL FOLLOW PROCEDURES DURING CONSTRUCTION AS REQUIRED BY LAW AND REGULATION. PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL MEET WITH UTILITY OWNERS AND DETERMINE THE EXTENT OF HAZARD AND REMEDIAL MEASURES AND SHALL TAKE WHATEVER PRECAUTIONS MAY BE REQUIRED. 9. WHERE IT IS NECESSARY TO REMOVE AND OTHERWISE DISTURB EXISTING MAILBOXES AND/OR NEWSPAPER BOXES WITHIN THE UNITS OF THIS PROJECT, THE CONTRACTOR SHALL INSTALL THE BOXES TEMPORARILY IN SUCH POSITION THAT THEIR USEFULNESS WILL NOT BE IMPAIRED. AFTER CONSTRUCTION WORK HAS BEEN COMPLETED, RELOCATED MAIL AND NEWSPAPER BOXES SHALL BE REINSTALLED AT THEIR ORIGINAL LOCATION OR RELOCATED BEHIND WALKWAY SO THAT THE FRONT OF THE MAILBOX IS 12' TO 18' FROM EDGE OF WALKWAY AND 36' TO 42' ABOVE GRADE AT EDGE OF WALKWAY. 10. THE CONTRACTOR SHALL PROVIDE EROSION AND SEDIMENTATION CONTROL FACILITIES AS REQUIRED IN ACCORDANCE WITH THE REQUIREMENTS OF PROJECT PERMITS. SUCH FACILITIES SHALL INCLUDE SILT FENCING, FILTER FABRIC PROTECTION OF CATCH BASIN, PROTECTION OF DRAINAGE DITCHES, AND OTHER MEASURES AS MAYBE REQUIRED. 11. UNLESS SHOWN OTHERWISE, ASSUME ALL NON - HATCHED (WHITE) AREAS IN THE PLAN VIEW ARE LAWN AREAS TO BE RESTORED. 12. CONTRACTOR TO PROVIDE SUITABLE TEMPORARY BYPASS SOLUTION AS REQUIRED PER THE PLANS AND SPECIFICATIONS. FROM 811)2015 0:00 TO 8201201515 :00, THE PEAK SANITARY SEWER FLOWRATE OBSERVED IN THE 42ND AVE S SEWER MAIN WAS 343 GPM. DURING THIS TIME PERIOD, THE FLOWRATE EXCEEDED 100 GPM 100% OF THE TIME, 200 GPM 70% OF THE TIME, 250 GPM 27% OF THE TIME, AND 300 GPM 1% OF THE TIME. 1Ci S5MFIE77 LEGEND EXISTING PROPOSED - — RIGHT CENTER LINES -OF -WAY PROPERTY STATION LINE LINES PROPOSED GRAVITY SEWER RIGHT -OF -WAY LIMITS PROPOSED SIDE SEWER STUB PERMANENT SANITARY PROPOSED STORM DRAIN SEWER EASEMENT jrj PROPOSED SEWER MANHOLE - - EASEMENT LINES HMA TRENCH PATCH CONTOUR 5' CONTOUR 1' DITCH UNE - — .. — . - FLOW UNE w WATER MAIN ss SANITARY SEWER MAIN sT STORM DRAIN MAIN G GAS LINE m_ TELEPHONE LINE OHP - OVERHEAD POWER LINE - .— .— • —. —•-- FENCE AS NOTED - ROAD EDGE MARKER UNE CURB D4 WATER VALVE -6- FIRE HYDRANT 111 WATER METER 0 MANHOLE (SS) ❑ CD POWER/U11UTY POLE GUY ANCHOR 'L1, STREET LAMP v TELEPHONEITV RISER O TREE v SIGN A SURVEY CONTROL POINT 5 SURVEY BENCHMARK ® MAILBOX CAR PORT ��i58d3� r— G 111 55MIi E18-24 SEWER WORK AREA NO. 1 I '+I.~a. \ : 1 1 CO3 `J SSMH E17 -70 tl1M58ri SEWER WORK ARE1, NO.2 - SSMH E17.51 EXISTING SITE PLAN SSMH E17,53 SSMH E17 -49 SSM-1 E17 -52 12' PSE HIGH PRESSURE STEEL GAS MAIN SEWER WORK AREA NO. 3 •\‘. SCHEDULE D N nanKtE Feb25,201s [1) z 0 D7 11 8 a SCALE: SHOWN I- 1 P r LIWAVG PAL WAS WHEN CAR 1441RES Dnc ,rr,: srra CD R 1 I ri NJ EXHIBIT A X22 LL 69 +00 ROAD EDGE MARKER LINE - \ — TEL — — TEL — - TEL - I EXISTING B' SANITARY SEWER MAIN TO REMAIN IN SERVICE FOR THE DURATION OF CONSTRUCTION. 215 TEl C11112 EXISTING CULVERT PIPE, ELEVATION AND TERMINATION UNKNOWN- APS PWR-1 EL= 217.50' END PKR WASHER EXISTING B' SANITARY SEWER MAIN TO REMAIN IN SERVICE FOR THE DURATION OF CONSTRUCTION. S - 225 JERSEY - - -TER' TEL - -- 'Et — TLL .Et — -- ST ci 1 rL — —� :EL ST EL _w ' /w w 1:1 TF au -- iLL a _ SSMH E17-49 UTILITY BRIDGE, BY OTHERS SSMH E17.52 1 24"?�;'� t+ 'CCNG SS -- 24" 03NC -SS 7C408 PROPOSED TEMPORARY 12' BYPASS PIPING ALIGNMENT (HDPE OR EQUAL) j 71 +04 220 4 "G -4 "G 4" G -4 "G — 12" G:: CURB 12 "C -1r G 12 "G� -12" AIX EXISTING GILUAM CULVERT °-C 4 "0 4" `----4' G 4 " 4" C 4 G,4 4" G 12" G — 12" 12" C 12" C 12" a 12" C CH105 12" C 12" ERSEYBARRI 2 -INCH WIDE DOUBLE J-HOCK RATCHET TIE DOWNS, SPACED FEET MAXIMUM ON CENTER, EQUAL TO SMARTSTRAPS WITH MINIMUM 1,500 LEI WORKING LOAD PROPOSED TEMPORARY 12' HOPE, SOR 17 SEWER MAIN BYPASS NOTE; REFERENCE GENERAL NOTE 12 ON DRAWING 001 FOR ESTIMATED WASTEWATER FLOWRATES. UTILITY BRIDGE, BY OTHERS GAS MAIN SUPPORT, BY OTHERS 4' PEE GAS MAIN NOTE: CONTRACTOR TO COORDINATE INSTALLATION OF SEWER MAIN BYPASS PIPE AND RATCHET TIE DOWNS WITH PSE'S CONTRACTOR. GAS MAIN SUPPORT, BY OTHERS 12' PEE GAS MAIN SECTION A -A PROPOSED BYPASS PIPING 1' • 2' PROPOSED BYPASS PIPING PLAN • SEWER WORK AREA NO. 3 1 _ 0 • • SUGGESTED SEQUENCE OF CONSTRUCTION FOR GILLIAM CREEK BYPASS 1. PSE TO ASSEMBLE UTILITY BRIDGE AND SUPPORTS FOR 4' AND 12' GAS MAIN. 2. ASSEMBLE 12' HDPE GRAVITY BYPASS PIPING AND FITTINGS. 3. CORE-DRILL EXISTING SSMH E17 -49 AND SSMH El 752 FOR GRAVITY BYPASS PIPING. 4. PLACE 12' HOPE GRAVITY BYPASS PIPING IN PO51110N AND HANG FROM UTILITY BRIDGE USING RATCHET TIE DOWNS. 5. GROUT 12' HOPE GRAVITY BYPASS PIPING INTO CORE - DRILLED PENETRATIONS IN SSMH E17 -49 AND SSMH E17 -52. 6. ADJUST GRAVITY BYPASS PIPING TO GRADE PER SPECIFICATIONS. 7. ACTIVATE GRAVITY BYPASS BY CAPPING EXISTING MANHOLE PENETRATIONS AND REMOVING EXISTING SANITARY SEWER PIPE. 8. UPON COMPLETION OF CULVERT REPLACEMENT, LEAVE GRAVITY BYPASS PIPING AND EXISTING MANHOLES IN PLACE AND INSTALL NEW SANITARY SEWER PIPE BETWEEN SSMH E1749 AND SSMH E1742 PER DWG NO. C05. 9. IMPLEMENT TEMPORARY BYPASS PUMPING AROUND SSMH E17-49 AND SSMH E17.52. 10. REMOVE GRAVITY BYPASS PIPING. 11, REPLACE SSMH E1749 AND SSMH E1752 PER DWG NO. C05. EXISTING GROUND SEWER BYPASS RATCHET TIE DOWN, TYP. UTILITY BRIDGE, BY OTHERS GAS MAIN SUPPORT, BY OTHERS,TYP. 1r SANITARY SEWER BYPASS PIPE 12' PSE GAS MAIN OUTLINE OF PROPOSED 16" SPAN STRUCTURAL PLATE ARCHES CULVERT EXISTING GILLIAM CREEK CULVERT 36' CONCRETE PIPE I E = APPROX. 2035' SECTION B-B PROPOSED BYPASS PIPING SECTION I'•10' 4' PSE GAS MAIN 4. I,■ 00000000 GAS MAIN POTHOLE DATA STATION DISTANCE FROM CENTERLINE DIAMETER DEPTH TO CROWN FROM SURFACE OF HMA PAVEMENT -68 +03 -14'E 4' 39' 69+50 1B' E 12' 5S 59 +52 14' E 4' 70+29 13' E Vicinity Map SCALE 1' - 300 MVP I 1,Ami - -pis SEWER WORK AREA NO. 3 MEP SCHEDULE D 40TH - 42ND AVENUE SOUTH - PHASE 1U BYPASS PIPING PLAN A SCALE: SHOWN C 1' 7 C#104140 a FILL Sn11.Eli1 4 OAR WADIES 21 ONG M7: 9EF7M1 7 CO2 2 EXHIBIT A DONWE 26 J WILLIAMS JUWAN L 15458 42ND AVE S 8108600752 47 WOOD FENCE RESTORE DRIVEWAY TO 8-FOOT WIDTH WITH 3-INCH DEPTH CRUSHED SURFACING TOP COURSE, COMPACTED TO FIRM AND UNYIELDING CONDITION SIDE SLOPE OF FINISHED DRIVEWAY TO BE 2% PROPOSED SSMH F17.22 1 J - - GRAVEL DRNEWAY GATE POST 1 f i l ! �1 1 �ti rl PERMANENT SANITARY SEWER EASEMENT u CIJNCRETE pRivowt, �o PROPOSED SSMH E17 -77 C 7 280` 270' 260' 2517 240' COJ COIF DRNL -4 AY V - - -L. _ EXIST! STA 63 RE- 28.88' IE OUT ry= G SSMH 618-24 14-33, 0.30' R (N) = 257.18' _ - DEPTH TO CROWN FROM CE OF HMAPAVSURFAEMENT 63 +27 1P E 4' STING GROUND - L i 12' or PROPOSED SSMH 517 -77 I 6X1571 VG GROUND IPPV aF9'PVCfSS295 _ PROPOSED 48'STANOAHO STA 53+15-7.172 PROPOSED SSMH El - -77 60' SADDLE WINK IFLE ETA 63 ° 14 D. 3' R 042 -33, RE =2 .98° Q 1 $ 2i6 151N(E) =2 .44 - IE OUT ;W]-266.37 ISIN(S)= .81" IE OUT (N) = 2 .61' 250 T r(-0n fi1+9n 63+40 63 +61 280" 2747 260' 250 240' PROPOSED 42ND AVE S SEWER MANHOLE PROFILE H: 1' =10',V: f' -5' EXISTING SSMH E16-24 280' 270' 260' 2547 240' CALDWELL ROGER J & TRICIA L 15638 42ND AVE S 2223049108 SSMH El 8-24 SEWER STUB PLAN - SEWER WORK AREA NO.1 1• = 18' —1 00DD ROBERT J+PRiSCILLA L 4240S 158TH ST 8109800101 NOTE LOCATION AND DEPTH OF CROSSING GAS MAINS ARE APPROXIMATE. CONTRACTOR TO VERIFY BY POTHOLING. Vicinity Map SCALE: 1' • 300• diem SEWER WORK AREA NO.1 GAS MAIN POTHOLE DATA STATION DISTANCE FROM CENTERLINE DIAMETER DEPTH TO CROWN FROM CE OF HMAPAVSURFAEMENT 63 +27 1P E 4' 48' 53 +29 14.5 12' or NOTE: REFERENCE GENERAL NOTE 12 ON DRAWING C01 FOR ESTIMATED WASTEWATER FLOWRATES, DISTANCE ALONG SEWER STUB PROPOSED SEWER STUB PROFILE FE 1' = IV, r 5' 1tH� t PROPOSED SSMH 517 -77 6X1571 VG GROUND IPPV aF9'PVCfSS295 PROPOSED 48'STANOAHO STA 53+15-7.172 SSMHFI7 -22 MANHOLE -6' R - 270 - 260 042 . `' 1 $ 2i6 IE OUT ;W]-266.37 250 0+10 0+00 0+20 n+4n I1+R(1 04A0 1+.141 1 +0 1 .40 1,w1 240 1+711 DISTANCE ALONG SEWER STUB PROPOSED SEWER STUB PROFILE FE 1' = IV, r 5' EXHIBIT A EXISTING 6' SANITARY SEWER STUB (CAPPED) Sr. EXISTING PIPE, TO BE REMOVED DURING STORM DRAIN WORK PERMANENT SANITARY SEWER EASEMENT 245 / B'tx 6' PVC-TEE WITH CAP, GS ER STUB / \I 240 250' 230' 220' 9Q A, SSMH E17-51 SEWER STUB PLAN - SEWER WORK AREA NO.2 1' =10' _ PROPOSED ` 72' STANOAR' _ STA65 +-=.26,0.51 IE OUT IEIN MH E17-551 MANHOLE r0 R '£ = 238.26' N) = 230.27' d E)= 231.10' guy PROPOSED SSMH E17 -70 60' SHALLOW MANHOL DIAMETER _ _ _ -13'E 4' 45' RE= 235.09 IE OUT (N) = 229.64 IEIN (S) = 229.74 guy EXISTING GROUND = OF 13' APPROX. 32' PVC Pipe @2.00% 4' 44' 2 ' 2 4,+Ti6 K5+48 65+87 6:5 +60 67'67'+{x1 PROPOSED 42ND AVE S SEWER MANHOLE PROFILE 1' =5' 240' PROPOSED SSMH F17 -21 PROPOSED SSMH E17-51 EX 12' CONC. CULVERT TERMINATION POINT UNKNOWN NOTE REFERENCE GENERAL NOTE 12 ON DRAWING CO1 FOR ESTIMATED WASTEWATER FLOWRATES. CONTRACTOR TO POTHOLE GAS MAIN AND VERIFY THERE WILL BE AT LEAST 6- INCHES OF SEPARATION FROM PROPOSED SEWER PRIOR TO PLACEMENT OF PROPOSED MANHOLES. IF LESS THAN 6- INCHES OF SEPARATION, DESIGN WILL BE REVISED TO LOWER MI-I E17-51 INVERT ELEVATIONS. 240' 230' 220' -0+20 GAS MAIN POTHOLE DATA STATION DISTANCE FROM CENTERLINE DIAMETER DEPTH TO CROWN FROM SURFACE OF HMA PAVEMENT -65 +10 -13'E 4' 45' 65 +19 15' E 12' 49' -65 +52 -13'E 4' 44' -65 +52 -16. E 12' 52' NOTE: LOCATION AND DEPTH OF CROSSING GAS MAINS ARE APPROXIMATE. CONTRACTOR TO VERIFY BY POTHOLING, 0+00 0 +120 DISTANCE ALONG SEWER STUB SSMH E17 -51 SEWER STUB PROFILE 1'= IS',tti I' =5' 0+40 250' 240' 230' r-- C-2 al- 0 a. LU • W 6 O • LLr Lu 4 to ul SEWER WORK AREA NO.2 1a 4 �pp I I a E SCALE: SHOWN P f ! MOOD EARL StAi WhICY Dx7 M7: C04 •AxEE11x7: 4 7 - PROPOSED SSMH E17 -51 -�-__ as GROUND ING APPROX.45' 81 223 OF8 "C900DR25 PVC s 0.72% ' - I) 'W .J4 u ry fL U a y� U r � W cy'.. w . ' 1 O '' , 46' STANDARD MAN STA 65+50.12, 4.50' IE OUT (W) =2 PROPOSED e"x6 PVC TEE WITH • OLE Q R =1.39' _ ' - 0+00 0 +120 DISTANCE ALONG SEWER STUB SSMH E17 -51 SEWER STUB PROFILE 1'= IS',tti I' =5' 0+40 250' 240' 230' r-- C-2 al- 0 a. LU • W 6 O • LLr Lu 4 to ul SEWER WORK AREA NO.2 1a 4 �pp I I a E SCALE: SHOWN P f ! MOOD EARL StAi WhICY Dx7 M7: C04 •AxEE11x7: 4 7 Q =A17 DOI I M -235 EXISTING r SANITARY SEWER SERVICE FOR 15421 42ND AVE S TO REMAIN IN SERVICE FOR THE DURATION OF CONSTRUCTION. POSED CULVERT f STING CULVERT, BE REMOVED legFaL W rep{ APS PWR- 122` -71• GROUND EL= 217.50' FND PK 5 WASHER EXISTING 8' SANITARY SEWER MAIN TO REMAIN IN SERVICE FOR THE DURATION OF CONSTRUCTION. FLOWS ARE APPROXIMATELY 100 GPM; WASTEWATER BYPASS WILL BE REQUIRED. 4 p PROPOSED M PROPOSED SSH E17 -52 SSMH E17-53 "ter --� �s- • 100%1CRUSHED —[ `— BACKFILL; 100 -CRU,, -u EWER WOW , ROCK BAC /CALL_ U co FENCASEMENT, a^�MH E17-4 -- L SEWER WORK DO STREAM OF-----_,, SSMH E17-49 ��- �E�4R1 cocz000 l CULVERT CROSSING, 30' DUCTILE IRON SEWER PIPE TO BE PROVIDED IN 18 -FOOT OR LONGER NOMINAL LENGTHS, MIDPOINT OF 16 -FOOT OR LONGER PIPE LENGTH IS TO BE PLACED DIRECTLY OVER CULVERT CENTER, MAXIMIZING DISTANCE FROM CULVERT TO SEWER PIPE JOINTS. PROPOSED SANITARY SEWER PLAN - SEWER WORK AREA NO.3 INVERT ELEVATION SHOWN IS APPROXIMATE. CONTRACTOR TO VERIFY AND CORE -DRILL THE MANHOLE PENETRATION TO MATCH EXISTING. 230' 220 210' 20C 199' \\, s,ow� NOTE TO CONTRACTOR REFERENCE GENERAL NOTE 12 ON DRAWING CO1 FOR EST1MATED WASTEWATER FLOWRATES, _ _ a PROPOSED SSMH E17 -19 72' SHALLOW MANHOLE STA 69 +35.5, 0.0 L RE = 21388' IE OUT (NT = 214.01' IEIN(ST =214.11' 1E10W = CONTRACTOR TO VFRIFY FINISHED GRADE PROPOSED 551411-1 El 7-52 72' SHALLOW MANHOLE STA 70 +48,5.1,0 R RE =218.06' IE OUT INj= 213.47 IE IN 15) = 213.57 IE IN (W)= 214.55' (APPROX.) Ark PROPOS 72 STAN S IE R SSMH E17-53 TARO MANHOLE 71 +23.6, 0.3 RE = 220.55 IN(S )= 213.Qr' JUT NT= 217.97' 71' LASS 52 DI igt R 0.51% EXISTING GROUND _ - — - — — ICY APPRO OF 30" i APPROX 113 OF30' CLASS 52DI @0.46% ° $ — - — it • il;il PROPOSED CULVERT iI +{hill1l. II W I „il, I., d DEPTH OF TELEPHONE / CROSSING UNKNOWN. -, CONTRACTOR TO VERIFY. k '' F, g INVERT SHOWN IS CONTRACT AND CORE - MANHOLE P TO MATCH TION PROXIMATE TO VERIFY LL THE - NETRAIION _ STING. — II I 9+00 f [ 70+00 i 71+00 7446/ PROPOSED SANITARY SEWER PROFILE 20',V. 1•'.S• 230' 210' 200 199' Vicinity Map SCALE: 1' 300' i 004 SEWER WORK AREA NO.3 ::4 X11111 LAIN SEWER WORK AREA NO. 3 X 1 41 2 9 1n 0 SCALE: SHOWN [�- -i 1 [RAVING 6RLL SCALE KEY &ROEUVRES? C05 0....,.. G ..[o ss57 Cr•vreemair II 1H d...... C,I, MANHOLE FRAME AND COYER, PROVIDE ASPHALTIC CONCRETE QLVMPlC FOUNDRY MIT 3D OR PER DISTRICT STANDARD 41T {OUIYALENL {MIN. WT 3104,) PUN= NON SKID SURFACE. R LOCATED IN GRAVEL AREA. 1 -1' DIAMETER HOLE AND WORD SEWER CAST IN COVER. BOLT DOWN (3 801T 9.5, 445TH FINISHED PA ENT ALLEN HEAD). GRACE 4B' FLAT SLAB FOR DEBAR PER ,� MANUFACTURER, � LAND5CAPN ARrA CRASS SEEDING DR SODDING AS DIRECTED FOR EROSION IstaLIZat, PAVED ROADWAY RESTORATION: COIFPACTEO HMA PG 64 -22. DEPTH 3' MINIMUM CR MATCH EXISTING- COMPACTION SHALL BE sn MAIAAIUM CENSItt (MOOIFIEO PROCTOR) 4' 1DATI ED TO 0 ROCK (U MINUS) CONDITION TO FlRM AND UNYIELDING CONDITION p•. ♦ '.j C a. 7 • o rn L C A ' o y ti, S ti a i 4 L tl rfE m. CONTROL. MEASURE 5° MIN. COLiPAGTER TOP SOIL 4' DIAMETER MANHOLE r 1RM 24' DIAMETER _ - OPENING r , TYP, / PRE -CAST FlISHEQ LAT SLAB IMUNIMMINFiroliSMEREMMAigAZIZIP 450 SAW CUT EXISTING PAVEMENT (TYP.) SHK R-D TO FIRM AND CONDITION DA7' AD E 'CAW `/qr ."�7 MANACLE ADJUSTMENT ' %'.. RINDS SEE RETAIL i0 J' ���� —� ORk4EL QRIVEWAY 4 RESTORATION, R T00% CRUSHED A le ROCK ;Bj` MINUS] 4 COMPACTED TO I/ ,y 4 FIRM AND \A\ ` UNYIELDING 4 CONDITION \ 1 / p / .{� /f „Vr v 1,2 • CCMPAC UNYIELDING EM A' MIN, 15' MAX. MIN. —a S' STANDARD MANHOLE FRAME AND COYER, SEE DETAIL TO ALL I SEAL— ALL JOINTS, TYP- RUNG IN CHIMNEY 5£CTIWT TO NE AS- OUT FROM WALL SE£ DETAIL 9 FIRST RUNG BELOW CHIMNEY SECTION TO BE 3.5' OUT FROM WALL SEE RETAIL 9 B' - RUBBER CASKET JOINT BY ASSOCIATED SAND -O I r `i /ANT GRADE HANOLD IN CHIMNEY !EOM TO BE 3.5' DUT FROM W 440 ,• MANHOLE ADJUSTMENT ' ; RINGS, SEE DETAIL 10 4 FIRST STEP BELOW CHIMNEY SEtlT1ON MANHOLE STEPS, SEE DETAIL 9 NOM DO NOT iNQUQE 9TEP5 WMEN DEPTH OF MH IS LESS THAN +`O `�- -° - I! ' _ 4' MIN. - 15- MAX. r `. Tg'_p• 12- TYP, �. PRE 12' -. - . •+ - r 1' - j j Ai As, � i , Al O. 4, TRACER TAPE OD. + T6' MIN. ♦•%. OA_ + 24' MAX.. ki CEOR.NG AND BAQAFILL SHALL (4 • V BM 10016 CRUSHED ROCK FIRM MINUS) CONTACTED TO FIRM AMD UNYIELDING CONDITION "-Jr +- -CASE BARREL S 6' -11' MAY, 2' MANHOLE DASE SECTION • WITH FIBERGLASS LINER. d1ANNEl WITH FWRERGLAS5 LINEN. SEE DETAIL 7 @ FT • Y +. D° 5' MANHOLE BASE SECTION WITH PREFABRICATED CHANNEL YAM FlETERGLASS LINERS SEE DETAILS 7 AND 1 *, SCHEDULE D -V VALLEY VIEW SEWER DISTRICT 40TH -42ND AVENUE SOUTH - PHASE UI DETAILS 1 12' ,' SIP. • ° _ { c a- J .. . ...:7K. Q.0- '!; y .c+ r -`�' �.yvti, •'.' y v. 't^ 1.,. �' r.."1,%:=3";2-',w.., PEA GRAVEL OR SAND BEDDING FOUNDATION MATERIAL A5 REQT 0 BY ENGINEER •MIN. NIDM B- MIN., COMPACTED CRUSHED ROCK OR PEA GRAVEL BEDDING :r.r iYt_i'iz r +rer ." 4' MIN. NOTE- 1- DETAILS .S'IOWH ARE TYPICAL FDA ALL TXAHITE ES UNLESS OTHER HATE NOTED. 2. MANHOLE FRAME AND COVER TO BE ON OPPOSITE SIDE FROM GUTODING PIPE. VALLEY VIEW SEWER DISTRICT VALLEY NEW SEWER DISTRICT •GIN, WWTN: WHEN HIS LESS THAN T' -0.D. + 24' WHEN H IS GREATER THAN I' -II + 0.0,+ O4- VALLEY NEW SEWER DISTRICT STANDARD MANHOLE TYPICAL &' RIA MANHOLE NOT TO SCALE SHALLOW MANHOLE TYPICAL FOR 4' OR B' DIA, MANHOLE NOT To SCALE TRENCH CROSS SECTION FOR PIPE PERPENDICULAR TO AND PARALLEL TO ROADWAY NOT TO SCALE TYP. . - .r .. ." +At • Ay+ 4 ': • MANHOLE . .... WALL PRONOE PLUG ON ALL STAINS FOR FUTURE. CONNECTIONS A 8 A 2 T:TANDRRO MR BASE SECTION 2' INCOMING 5EM6R UNE )JLIIII) ■ • i I • ,. F 4' _ (H • ) 3.375' 1 1-17 _ = V _ _ � { MMI _ Tv rw x# N1-.111111111, PLAN 3.5' (N H,] J 411 ONE LOCKING LUG INSTALLED PLAN FRAME MANHOLE FRAME ANO COACH ERIC OVER LADDER FINISH GRADE TO HATCH 70P CP min ON UC f .I CONCRETE MANHOLE RINGS REVISIONS f 1 'I( am. I mom= •I• •I•I• MINIM INII.III.0 I•I.I.IaI.i.IRI.1 SECTION A -A 1 /TO CEMENT/GRAVEL • ! _: ,.J 140! 00/55 SANG _ �r. A' MIN. INTEGRATED SOCKET WITH H 'O' RING GASI{ET TO ACCOMMODATE TYPE. SIZE OF SEWER PIPE (1RP.). lio SEWER PIPE 13 A —� PLAN CEMENT OROVT� 15' MAIL 1513' MANHOLE SEE -TON SECTION A —A HANDHOLDS (H,H,k LANE CR APPROVED EQUAL MANHOLE STETS LANE P- 14428 OR APPROVED EQUAL =In -Millillimmp �� El FVAT[ON SC+41E.5l10YIR'i E VA TI ON VALLEY VIEW SEWER DISTRICT PREFABRICATED CONCRETE CHANNEL WISH GLASS SuPPORTED VALLEY VIEW SEWER DISTRICT VALLEY VIEW SEWER DISTRICT MANHOLE STEP NGT rQ scALE NN AS CTI PU5TIC UMER, A5 MMFUFAOTORED NY GU LINERS LTD. OR APPROVED EQUAL MANHOLE BASE BRANCHING SEWERS NOT TO SCALE ADJUSTABLE MANHOLE RINGS NOT TO SCALE WAWA aaLl JU7 nd+ �""` �*�= ©'01 s€�Tfta I 6 e -s a STANDARD MANHOLE FRAME AND COVER, -\ SEE DETAIL 10 PROVIDE ASPHALTIC CON CRETE PER DISTRICT STANDARD 01 IF LOCATED IN GRAVEL AREA HANDHOLD IN CHIMNEY SECTION TO BE 15' OUT FROM WALL SEE DETAIL 9 MANHOLE ADAISTAENT RINGS, SEE DETNL 10 PRE -CAST CONE FIRST STEP BELOW CHIMNEY SECTION MANHOLE STEPS, SEE DOTAL. 9 PRE -CAST BARREL MANHOLE BASE SECTION POURED IN PLACE CHANNEL, 3000 PS MIN, APPROVED MIX EX LINE 4' MIN. 6 MIN, 4' MIN, 1s' MAX FINISHED PAVEMENT GRACE GROUT IN AREA AT CONCRETE KNOCKOUT. USE SAND COLLAR IF PVC MAIN (BOTH :IDES) COMPACTED CRUSHED ROCK OR PEA GRAVEL BEDDING KYRPCTD AMA! V"A1WM 1 p k icry saTF,e�6�mwcr ,1 18' IN FLOW POURED IN PLACE CHANNEL 5000 PSI MIN, APPROVED MIX FT MANHOLE BASE AROUND EXISTING PIPE SADDLE MANHOLE NOT TO SCALE FINISHED GRADE PROPOSED 30' SEWER MAIN EXHIBIT A 1T- If- !111=11111 °11 _11 11- 11- 11- 1i- 11.-Id1A' 1 =1� =1f =1 i =11.11 =11 tf1 Ii 11 -1111 II_, 19 i1 PE II II-II II Il=- _Ii IPIfI�I EXCAVATION BACKFILL II l -11 II I1 1 �1l =11 1 =f1 II 11=1 —11 I 111 -11 11 111 1lEh 11 =11 1 111 -1 =l1 1141 11-11— 11111111 {111111 ;1111111 1f11.711 = CONTROLLED DENSITY FILL 41E11E1M COMPRESSIVE STRENGTH 300 PSI MAIL - =11 =1! 1 11-IP II = 1i =11.11116�1f1111111111{ WIDE CRUSHED ROCI( BACKFIU. COLUMN, BID ITEM NO. D22 GILLIAM CREEK CULVERT (CORRUGATED METAL) UNDISTURBED NATIVE SOIL SSMH E17 -51 CHANNEL PLAN t CUT FLOW BACKFILL UNDER SEWER PIPE IN VICINITY OF CULVERT EFFLUENT PIPE REFERENCE DATUM: 0.0' NTS I 11= 11=11= PROPOSED 30' SEWER MAIN CONTROLLED DENSITY FILL, COMPRESSIVE STRENGTH 300 PSI MAX. 4.5' WIDE CRUSHED ROCK BACKFILL COLUMN, BID ITEM NO. D22 =110E1 _ = a9= I_I= 1J =11 =1, II�fIIIIIIIII_ II -11 -11 ll 11 -11 1 lI�I--II II II II -11= llil -II If II 11g1M, 1_1 III 11 II II it II 99 II II II !!_� I1 11 11 11 1i !I- I II_ll II II ll_� II II ll= I▪ 111ifl 1EIllillllllllllfllf I T117 1i i1 11-IP !! II 11 l =11 I I f l I I -115 1 111 Il 11 =111!1 fl-IJ 11111 II -ll -il ii 11 If: €bl II II_fr4 II 11=i if INF I-II li ll=fl,It. II L 11 11 11 f1=ll i1 11 11=11_11-11 II11M11 !1 11111 11811- 1-11ll illlll I 11 - 11=11= I1 11 =11 1 II_11_ -II- -11 II II 1111 ,III II II 91-11 II 11 11= II 1l= l 11 row II 011111 IIlI11= ikIIIi10= l !I Il =ll II I! 1111-11- If ff�il !I II Il ll 11 Irl.. EXCAVATION BACKFILL P P =11 II fl I =11 I! IM — u_ -if IImII Ii 1! 11-11 I =11 II II Il-ll II II 11 =11 II it II -II II II II II II III -ll fl !I 11= Ii�Ili1�1111111111l11�f�11�1i Ilfllll!lIII11 11 111111 11E11 1111119E l 1111 f 11 I I 111 I I I I fl ll ll =11 11 if 11 =11 II II 11= � 111 [ �!1 II II ll 11 II II 1 II 1 UNDISTURBED NATIVE SOIL 11 1i 11= Ill 11d, : II II 1 Ong • 1! 11 II 1i 11 I1 11g1 Il ; 111 =f lI il_11 -1-II !I 11-11 II II 11=01 11 II 11 IE11 II 11 1FI1 =11 !I II i1 =11 II 1_1 II 111111j1C 11 II 11111 I!1 �t tU1)LM—I BACKFILL UNDER SEWER PIPE IN OTHER AREAS OF GILLIAM CREEK EXCAVATION NTS POURED IN PLACE CHANNEL 5000 PSI MEN. APPROVED MIX. CONTRACTOR TO PROVIDE CONCRETE CYLINDER AND COMPRESSIVE STRENGTH TESTING RESULTS PER ASTM Cat_ 1.81' PROPOSED 8' SEWER MAIN. REFERENCE IE:0.83' 0.50' 1 0.50' 1.00' `g. tp p 0 0 w W SSMH E17 -51 CHANNEL PROFILE 0,57 I-� FLOW INFLUENT PIPE REFERENCE ELEV: 1.34 NOTE: THE CONTRACTOR SHALL PROVIDE A FLOW- THROUGH PLUG DURING CONCRETE CURING. PAY WIDTH: 4,5' m x 0 DETAILS II SCALE: SHOWN P 2 PROMO ORAL SCYFIIN mw+IASAESU AV: 1047 N0. 002 1 7 36 EXHIBIT A VALLEY VIEW SEWER DISTRICT 42nd Avenue South Gravity Sewer Improvements Cost Estimate Engineer: RH2 Engineering, Inc. Eng neer's Estimate Bid item Description Unit Quantity Unit Price Total D1 Trent Control LS 1 S 25,000 $ 25,000 D2 Shoring & Trench Safety Systems LF 433 S 2 $ 866 D3 Temporary Erosion and Sedimentation Control LS 1 S 7,000 $ 7,000 D4 Dewalering LS 1 5 2,000 $ 2.000 05 Potholing EA 5 $ 900 $ 4,500 06 Landscape and Misc. Restoration LS 1 $ 7,000 $ 7,000 D7 Gilliam Creek Temporary Gravity Wastewater Bypass LS 1 $ 9,500 5 9,500 08 Other Temporary Wastewater Bypasses LS 1 S 10,000 $ 10,000 09 60 -inch Saddle Manhole tE17.771 LS 1 5 7,000 $ 7,000 D10 48 -inch Standard Manhole (F17.21, F17 -22) EA 2 $ 7000 $ 14,000 011 72 -Inch Standard Manhole with Extra Channeling Work (E17 -S11 LS 1 5 15,000 5 15,000 012 013 72 -inch Standard Manhole (817.53] LS 1 $ 8400 $ 8,000 60 -inch Shallow Manhole (E17 -76} LS 1 $ 7,000 $ 7,000 014 72 -inch Shallow Manhole (817.49, E17.524 EA 2 5 8,000 5 16,000 D15 8-ineh SDR 35 PVC Pipe LF 172 S 110 $ 18,920 D16 8 -inch AW WA C900 DR 25 PVC Pipe LF 45 5 120 $ 5,400 D17 18 -inch SOP 35 PVC Pipe LF 32 5 200 $ 6,400 018 30 -inch Class 52 Ductile Iron Pipe with Ceramic Epoxy Lining LF 184 S 330 $ 60,720 019 Controlled Density Fill Pipe Encasement CY 110 $ 150 $ 16,553 020 Crushed Surfacing Top Course Compacted Trench Backlilt LF 1283 5 6 $ 7,700 021 Crushed Suriacing Base Course Compacted Trench Backlill LF 1283 S 6 5 7,700 022 Gilliam Creek Crossing Crushed Surfacing Top Course Compacted Trench Backlit! LF 995 $ 6 S 5,970 023 Foundation Material TON 356 '$ 25 S 8,898 D24 Gravel Driveway Restoration LS 1 $ 1,400 5 1,400 025 10 -inch HMA Patch with 8 -inch Crushed Rock Base SY 144 5 60 S 8,613 026 Record Drawings and Post - Construction Survey LS 1 $ 4,000 S 4,000 Su Dial (Construction Coatis) _$285,140 WSST (9.5 %) __ -- 527,088 Total (Constreelian Costs w+ SST] - 9312,228.57 8% of Total (with SST) for Construction Phase Admin and Engineering Coordination Estimated Subtotal 1 20% of Subtotal 1 Estimated Subtotal 2 524,978 -29 $337,206.95 567,441.37 5404,646.23 J:1DalaiVS01113- 003'01-124 TultWIe 4011' to 42nd Ave S Wa&eeatar Bypass,Cnsl Es4rnaln9'Tekv414 ILA Cost esrirrale.xlsx Page 8 of 8 37 EXHIBIT B 40th -42nd Avenue South — Phase Ill, Project No. 99410303 and 99341208 March 17, 2017 Bid Set Construction Management Fees for Valley View Sewer District Sewer Construction (Bid Schedule 0) 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 38 City of Tukwila City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes May23, 2017 - 5:30 p.m. - Foster Conference Room, 6300 Building Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn Staff: Bob Giberson, Jack Pace, Gail Labanara, Rose Warren, Peter Lau, Robin Tischmak, Pat Brodin, Steve Carstens, Maggi Lubov, Laurel Humphrey Guests: Sagar Ramachandra and Staci Haber, Hopelink; Jacqueline Carroll, resident CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Bid Award: Boeing Access Road over BNRR Bridge Rehabilitation Staff is seeking Council approval to award a construction bid to PCL Construction Services, Inc. in the amount of $6,189,244.00 for the Boeing Access Road over BNRR Bridge Rehabilitation Project. PCL was the low bidder of five and has experience with similar projects. While WSDOT did not originally concur with this award due to a DBE requirement issue, that has since been resolved and concurrence has been provided. The proposed bid award is under the project budget of $9,745,100.00 UNANIMOUS APPROVAL. FORWARD TO JUNE 5, 2017 REGULAR CONSENT AGENDA. B. Valley View Sewer ILA: 42nd Avenue South Phase III (Southcenter Boulevard to South 160th St) Staff is seeking Council approval of an interlocal agreement with Valley View Sewer District for reimbursement of sewer relocation costs for the 42nd Avenue South Phase III (Southcenter to South 160th Street) Project. Sewer relocations were designed by Valley View Sewer District and incorporated into the City's roadway construction bid to Active Construction, Inc. The ILA includes reimbursement for the construction work as well as 8% of the construction costs to offset construction management. The ILA contains cost estimates, but the actual costs will be fully reimbursed to the City. UNANIMOUS APPROVAL. FORWARD TO JUNE 5, 2017 REGULAR CONSENT AGENDA. C. Water District #125 ILA: 42nd Avenue South Phase III (Southcenter Boulevard to South 160th St.) Staff is seeking Council approval of an interlocal agreement with King County Water District #125 (KCWD #125) for reimbursement of water main relocation costs for the 42nd Avenue South Phase III (Southcenter Boulevard to South 160th Street) Project. Water main relocations were designed by KCWD #125 and incorporated into the City's roadway construction bid to Active 39