Loading...
HomeMy WebLinkAbout17-107 - King County Water District #125 - Utility Relocation (42nd Avenue South Phase II)17 -107 Council Approval 6/5/17 INTERLOCAL AGREEMENT BETWEEN KING COUNTY WATER DISTRICT NO. 125 AND THE CITY OF TUKWILA REGARDING UTILITY RELOCATION THIS INTERLOCAL AGREEMENT ( "Agreement ") is made and entered into by and between King County Water District No. 125, a Washington municipal corporation ( "District "), and the City of Tukwila, a Washington municipal corporation ( "City "), (individually a "Party" and collectively the "Parties "). WHEREAS, the 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 water 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: 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 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 "). n W:1PW Eng \PROJECTS\A- RW & RS Projects\42nd Ave S Phase 111 (99410303 94 -RS03) \Design \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -1- 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 water system shut downs necessary for the District work, and notify its customers of any scheduled water 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 \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -2- 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 Valley View Sewer District sewer 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\A- RW & RS Projects\42nd Ave S Phase 111 (99410303 94 -RS03) \Design \90 %\COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -3- 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 $223,643, including tax. Based on the estimated cost, the District shall pay the City $17,891.44 for construction administration 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 construction administration costs referenced above, shall not exceed $289,841.33 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 W:\PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase 111 (99410303 94 -RS03) \Design \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -4- 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. Further, the District shall defend, indemnify and hold the City, its officers, officials, employees and agents harmless from any and all 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 water 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. W: \PW Eng \PROJECTS\A- RW & RS Projects \42nd Ave S Phase 111 (99410303 94 -RSO3 »Design \90 %\COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -5- 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. 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 W: \PW Eng \ PROJECTS \A- RW & RS Projects \42nd Ave S Phase 111 (99410303 94 -RS03) \ Design \90% \COT - KCWD #125 - Interlocal Agreement 42nd Ave S Final.docx -6- Notices to the District shall be sent to the following address: Shane Young King County Water District No. 125 3460 S. 148th St #110 Tukwila, WA 98168 (206) 242 -9547 (phone) shaneyoung @waterdistrict125.com IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written below. KING COUN WAT By: AA Print Name, itle: - '13 aO DATE (STRICT NO. 125 Approved as to-F o rm: District Attornee�l l� "Z2 DATE' CITY OF _ ILA Allan Ekberg, Mayor DATE Approved as to Form: City Attorney DATE Attest/Authenticated ©ir City Clerk, Christy O'Flaherty (o- Z-0 -1^7 DATE W: \PW Eng \PROJECTS\A- RW & RS Projects142nd Ave S Phase 111 (99410303 94 -RS03) \Design \90% \COT - KCWD 4125 - Interlocal Agreement 42nd Ave S Final.docx. -7- SHANE YOUNG, GENERAL MANAGER 14.1 —1 :co LLI CL te > CC ui ILI 0 1• 1- 118 uJ (4 cc ! 1- < : • 0 0 e.•4 0.1 Z LiJ ! z. IR T1 z z 4 4 01 10 1- _I I /—; CL u) cc CC CC la ot{ 1-1" ILL' ILI— co 4 2 la 3 2 z u) L. H i ons-1 8 H 6 '3AV VACS My 4143 /1/ 03 (s-,1z 0 // WI- < 0o li �0f CL S 3AV P.2I '6 3AV roar 3AV .41.0 s ans• rner 3 ZAV !>-- el ') 2 5 0 z HoLorasszoz-vsneni AnS-LOCIA,53114 43201 Md LLEZE twety/i ,3112 303.3 3.3-303-00EL4313323 \ EV3 ISViie 3011 amar Etat\ 21e1Vrd :3IN0E 310 .I.A31 _o_ _e_,OI_ (j 8 133H8 338 3M1H0.1.__ J < . 8 §k © w �. ;¥ NA i % ; ~ \/ �,. \ \L � \e , \ \/ .1 :17:7-'' '. gy. �' • \ \ \ • 2� 2 < § ! F 5% r§ »2 _m. _o- _e_,__ 6!; 1.1lOaLISSLO VS111.11 A STU _ _ a _ Q3k k 133H9 33S 31■1111-101.VNI g • • — s • •,• • .1- LI; I - • r •qj ' , . t • I s' 133H 33S 3NI1HOIVV4 8 ei ;911 Cs.) 4 HOZZ31.ISSZO VS1113141 A&G{1.1MTILA J3i1 Eftl.TirZtt Val \ my. ,..,:,,dog.7.1.4,k94,n 1743s1,3 8 o DV.0 NAME: P1307 WA C a I 0 0 cc "E 0_ 1/003133113.0 V3111311i AZIS—Z9E11,33, A333 NalroP771_c P"" m3Sn nd_ 51,2f LIOE/13/3 grAL"U 3A'VS'd 5410111—teOrld 51.33,6 \CIO VI MYNA 3AV Oat CCM t \MR,c1 TIU 8 0 g •1g10t3LSCtorvsn911i •naS -xefii sate Jan nd �C"LI i "w % '3 n in3atd SmayM fLaCld \5.3M5 \[NOVI 3SYd 3.4 d ONSYY LCLOCLOl :d 340 333V5 0 -J C L W U_ w U W 0 0 0 DESCRIPTION NOT USED 'NOT USED WEDGE RESTRAINER GLAND (MEGALUG FOLLOWER) JET PLUG COMPOUND DUCTILE IRON PIPE, MJ, CL 53, GEM. LINED TEE, DI, 6'MJ X 6'FLC X 4'FLC RW GATE VALVE, CL 125 FLG X CL 125 FLG BEND, 90', DI, CL 125 FLG X MJ v 'o zo d a„ i C . 8 :)...=5 3 6' SENSUS ACCUMAG. METER W/ ENCODED OUTPUT FOR AMR SPOOL WITH TEST PORT FOR ENDURO 2000 CORP STOP, AWWA COMP PREMIX CONCRETE BRICK OR CONC. RISER STD VALVE OOX 130 NOT USED STD VALVE DOX TOf NOT USED STD VALVE 00X 00TTOM NOT USED CTHAFOAM RING NOT USED CONCRETE VAULT 4484 8/ SHOR1 MIDDLE SECTION AND NO -SLIP COATING ON HATCH CONCRETE BLOCK STEEL PLATE STEEL WEDGE STEEL RAISING WEDGE REDUCING FLANGE, DI, CL 125 FLG X FIPT 90' STREET ELBOW, GALV PIPE PLUG. MIPT. GALV STL. SQUARE HEAD WAFER CHK VALVE RW GATE VALVE, CL 125 FLG X CL 125 MJ DUCTILE IRON PIPE, 63, CL 53 CEM. LINED WEDGE RESTRAINER GLAND (MEGALUG FOLLOWER) 6' RUBBER GASKET (RED) HEX NUT HEX BOLT BOLT STUD BOLT BALL VALVE. BRASS 1/4 TURN CLOSED NIPPLE IPT, BRASS BRASS PLUG IPT 4' BEND, 90' 01, CL 125, FLGXFLG 1' WOOER CASKET (RED) NOT USED DOLT NOT USED z; = 2' CALV. PIPE, HI PT INSULATION FLANGE KIT STOCK NUMBER §g ° m 450- 145 -050 826- 005 -061 825 - 125 -020 820 - 116 -060 836 - 255 -060 840 -504 -060 809- 069 -040 i °o m 811-005-060 840 -357 -007 .210- 300 -015 210- 200 -001 §§-6; oo °o a w 210- 410 -484 w 00 °-' 0 ° E2 400 -540 -122 400 -540 -125 813 - 527 -110 810- 269 -200 828 -500 -020 840- 270 -060 840 -504 -040 826 - 005 -041 o o I m m 420 - 410 -020 420- 215 -228 420 - 215 -232 420 - 235 -061 "A",;3 o `= 1 ■ m m 828- 150 -020 809 -049 -040 o .- `8' a ..1.9,0• o m % •. 826- 003 -020 813- 050 -060 LI1 In .aa°a�,ama.aa Z! m iii x m m 6' x20' 3/4' X 3/4' x S ,Z��vl Pi z x o '.. 7-° �xx a�nm a x 6' X 2' 2' ha...a • x 3/4' 3/4' X 3' ■ x >on «whas �M )6' -NOT USED I- D 5555 555555 5 55855555 5 555555556 5555555555555555 h__< d n Q a.- w w w w 0 •- ••- . - • Q a a a• .- __ a w m_ w •- •- •-" 1 w a w• I., n a L m n m c n 0 w N 0 ,Sn m o o r w w 0 w w 0088 ;71 F.4 n nnn A.N. = AS NEED 8 U z -J 0 W 1- 0 z El 4oIof316szoCvsnem nns-ZB€II • 1u i3tl% nd Mx3se z3 w4 8358 IW [z2V L 1 OU /a 3Mn 1031 OMO130ccald \513316 \GYO \III 35'41 30 QNLS £LOCI \[,d\' j55rvh�31 bouxamsszoz-vsnara naS-LgCli S31U 3355 MdErd0F75_;g745'iondn Vfd CZ:Z5, ClacrdWZ ays, ,6„,\ pen, 3-n, f A di.. r.te ei Is 1 IP 1 1 1 r IF ACIFIgi. 1 d i . , ..,.x *r■- "".„......... i h, 5§,-, .. \ ='_ ,,,...■■ >g 8—r-DIMI .8 2' g I i III R? M i',i'li Hpealra ON vtilleillin 1 ---' Pil • , . q' I I ll ililig lige - '''' . , ° ' ..c c t; . E I 1! ; .5d1 r, ... - 8 - , 1 w z r, b „ gl N .... gi i . " i6 i..........1 '"g" '' lir - .. Is il ; .; ri l'i'4 -- --- P P -- 1 — i i . i li l i ., .13' ; 1 A it. 2E2! -- gl An . ia 1 g - h V At1Dpli: 2 13E1 g a i .VV 1 A 1,. T I 2 I' . , g Ig I qvl. vv , . : !id n tA 'll J _ E .=.- 3 ;A g i .., :7 Iwo Is . A I d - g '" g ... 1 1:2 fig ill 1 II II 11101...." 1101 — --- — 1 i3 ' k g g 4 ! :g, ILIR I ii 04 g 4 ; - Mg '. ij . - LAI h - f 0 I i 1 ] Bg , r• g re Fil .... 1 i ; 12 IV' k 4 ./ wr .: g 9 5V5 N! tr. dvt =.5v tgg :25 2:5 655 555 5:25555 III 1h8 1/R i ; i a 4 gAR gAR gAR tAR gAR fXx gAR g 01 I iii 0 • - - - , : . • .V1- Iiii t . tt il — . . o 1 . . I I = 2 PIE •i 004or t.! 0 ill 1 -RIR § — 1 1 t 1 ' _ : . ,i igg 1 :---- II Ng _ < my 10111 is._ 1 • NI III .. . t = , 1; g g ? 11 I g 1 .. \Om a . . !! !I .. = 1 i= - -1 gg .:;, q: I. / " ! 14 !I IN 4vg ; r ig, le gg- A . igi :$ ,w 4 h gl wli a i! 5 g h , b , .--,-, 4 .il. i 2 , i 0 4 ggglg qgli ;IP' 1.! ..,.• wgg. 40 1,1!120 '..prx 4 ggAggg5 11 • x E A .. . ' bouxamsszoz-vsnara naS-LgCli S31U 3355 MdErd0F75_;g745'iondn Vfd CZ:Z5, ClacrdWZ ays, ,6„,\ pen, 3-n, Exhibit A KING COUNTY WATER DISTRICT NO. 125 42ND AVENUE SOUTH, PHASE III WATER MAIN RELOCATION BID SCHEDULE E CONSTRUCTION COST ESTIMATE 9- Feb -17 ITEM ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT El Trench Safety 1 LS $1,500 $1,500 E2 12" Gate Valve and Box 2 EA $4,000 $8,000 E3 Remove & Dispose of Existing 12" DI Pipe 175 LF $15 $2,625 E4 Remove & Dispose of Existing 8" DI Pipe 45 LF $12 $540 E5 12" DI Pipe and Fittings 185 LF $100 $18,500 E6 8" DI Pipe and Fittings 40 LF $100 $4,000 E7 Connect to Existing Water Main 4 EA $3,500 $14,000 E8 Remove /Abandon Existing SPU Meter Vault 1 EA $5,000 $5,000 E9 Construct New SPU Meter Vault 1 EA $80,000 $80,000 E10 Remove and Salvage Existing Fire Hydrant 5 EA $750 $3,750 Ell Extend /Relocate Existing Fire Hydrant 1 EA $2,000 $2,000 E12 Install New Fire Hydrant 7 EA $5,500 $38,500 E13 Replace 1" Short Side Water Service 3 EA $1,200 $3,600 E14 Replace 1" Long Side Water Service 1 EA $1,500 $1,500 E15 Replace 1 -1/2" Short Side Water Service 4 EA $2,500 $10,000 E16 Adjust Valve Box to Grade 12 EA $300 $3,600 E17 Plug & Block Existing Main 2 EA $750 $1,500 E18 Crushed Surfacing Top Course 225 TN $25 $5,625 Construction Subtotal Washington State Sales Tax - 10% Project Total $204,240 $20,424 $224,664 Page 8 of 8 EXHIBIT B 40th -42nd Avenue South — Phase III, Project No. 99410303 and 99341208 March 17, 2017 Revision Construction Management Fees for King County Water District 125 Water Construction (Bid Schedule E) Construction management costs assignable to King County Water District 125 (District) are calculated as 8% of the construction cost (with sales tax) to construct Bid Schedule E. Water District 125 will provide a full -time inspector during underground water construction. 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 E 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 E 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 E 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 E 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.