08-176.00 Spokane County: Green Haven Sewer Ph 1MEMORANDUM OF UNDERSTANDING
BETWEEN THE CITY OF SPOKANE VALLEY AND SPOKANE COUNTY
FOR THE BIDDING & CONSTRUCTION OF THE
GREEN HAVEN SEWER PROJECT, PHASE 1
IN CONJUNCTION WITH THE APPLEWAY AVE RECONSTRUCTION PROJECT
WHEREAS, as a part of its 2007 Transportation Improvement Program, the CITY OF
SPOKANE VALLEY (the CITY) intends to construct the Appleway Avenue Reconstruction
Project (the ROAD PROJECT). The work includes the full -width removal and reconstruction of
Appleway Avenue, between Tschirley Road and Hodges Road; and
WHEREAS, as a part of the 2011 Annual Sewer Construction Program, Spokane County
(the COUNTY) intends to construct a project known as the Green Haven Sewer Project and a
segment of that sewer project, hereinafter referred to as the SEWER PROJECT, is located
within the limits of the ROAD PROJECT, and
WHEREAS, the CITY and the COUNTY agree that the installation of the SEWER PROJECT
in conjunction with the ROAD PROJECT would benefit the ratepayers, taxpayers and the
traveling public;
NOW, THEREFORE, the CITY and the COUNTY do hereby agree as follows:
ARTICLE 1 — RESPONSIBILITIES OF THE CITY
1. Plans and specifications for the ROAD PROJECT have been prepared by the CITY, and the
CITY intends to construct the ROAD PROJECT in 2008. The COUNTY has prepared plans for
the SEWER PROJECT, together with technical specifications and an associated schedule of bid
items. The CITY has included those plans, technical specifications, and the associated bid
schedule in the bid documents for the ROAD PROJECT. The CITY opened bids for the ROAD
PROJECT and the SEWER PROJECT on September 28, 2007. The low bidder for the ROAD
PROJECT has been determined by the CITY to be Knife River. The COUNTY has reviewed the
tabulation of the bids, and has elected to accept the bid for the SEWER PROJECT submitted by
Knife River in the amount of $395,122.58.
2. The CITY, upon awarding a contract for the ROAD PROJECT and the SEWER PROJECT,
shall have full control over the resultant construction contract and shall be the administrator for
the combined project.
3. The CITY shall be responsible for all aspects of the design, construction, and construction
management relative to the ROAD PROJECT, including, but not limited to, removal and
replacement of asphalt and subgrade within the Appleway Avenue Reconstruction Project
construction limits. The CITY will be responsible for compaction testing of the subgrade and
asphalt replacement within the boundaries of the ROAD PROJECT.
MOU — GREEN HAVEN SEWER / APLLEWAY AVE RECONSTRUCTION Page 1 of 3
CAS- I 76�
4. The CITY shall make payments to the contractor in accordance with the contract terms, in
order that work will proceed according to schedule.
ARTICLE 2 — RESPONSIBILITIES OF THE COUNTY
1. The plans and specifications for the construction of the SEWER PROJECT have been
prepared by the COUNTY. The COUNTY will coordinate with the CITY and take reasonable
measures to ensure that the SEWER PROJECT plans are compatible with the scope of work
contemplated under the ROAD PROJECT.
2. The COUNTY shall designate a "responsible person" who shall represent the COUNTY's
interest during the construction of the SEWER PROJECT, and shall coordinate any
modifications or changes needed by the COUNTY in conjunction with the work.
3. The COUNTY shall be responsible for the inspection and testing of all work and materials
which are solely related to the construction of the SEWER PROJECT, including compaction
testing and soils testing within the sewer trench area below the final subgrade elevation of the
reconstructed Appleway Avenue. The COUNTY shall provide a representative to perform
inspection duties relative to the construction of the SEWER PROJECT, as discussed above.
The COUNTY's representative shall provide tabulations of pay quantities to the CITY upon 48
hours notice to facilitate the preparation of pay estimates by the CITY.
4. Any modifications or changes to the SEWER PROJECT shall be coordinated by the
COUNTY and shall be coordinated with and approved by the CITY prior to implementation.
ARTICLE 3 — ALLOCATION OF COSTS
1. This Memorandum of Understanding, once fully executed, shall establish a commitment by
the COUNTY to reimburse the CITY for those construction costs associated with the SEWER
PROJECT. All additional costs associated with change orders and /or valid claims for the
SEWER PROJECT shall be the responsibility of the COUNTY.
2. The CITY shall prepare monthly pay estimates for the SEWER PROJECT based upon the
tabulations of pay quantities provided by the COUNTY. The COUNTY shall promptly review
each pay estimate prior to presentation by the CITY to the contractor.
3. Upon the signing of each pay estimate by the CITY and the contractor, the CITY shall send
an invoice to the COUNTY for those amounts to be paid to the contractor by the CITY for work
on the SEWER PROJECT. The CITY shall include copies of the signed pay estimates as
attachments to the monthly invoices to the COUNTY. The County shall pay the City, within 20
days of the receipt of the invoice, for all construction costs due to the contractor in association
with the SEWER PROJECT.
4. The COUNTY shall obtain a permit from the CITY to perform work within the CITY'S right -of-
way for the SEWER PROJECT. The CITY is authorized to charge its reasonable administrative
costs incurred for preparing pay estimates, change orders, etc., for the SEWER PROJECT to
the permit.
MOU — GREEN HAVEN SEWER /APLLEWAY AVE RECONSTRUCTION Page 2 of 3
CITY OF SPOKANE VALLEY:
By: /� %f it Date:
Dave Mercier
City Manager
APPROVED AS TO FORM:
By: ( Dn Date: 3' ► '��
Office cQhe City Attorney
SPOKANE COUNTY:
By: A Date: 3 - - 08
N. Bruce Rawls, P.E.
Spokane County Director of Utilities
MOU - GREEN HAVEN SEWER /APLLEWAY AVE RECONSTRUCTION -Page 3 of 3