08-066.00 Spokane County Water District 3: Broadway Ave Rehab Ph 1 - Water Main:~
MEMORANDUM OF UNDERSTANDING
BETWEEN THE CITY OF SPOKANE VALLEY AND SPOKANE COUNTY WATER
DISTRICT NO. 3 FOR THE BIDDING 8~ CONSTRUCTION OF THE
BROADWAY AVENUE WATER MAIN REPLACEMENT
IN CONJUNCTION WITH THE
BROADWAY AVENUE REHABILITATION PROJECT -PHASE 1
WHEREAS, as a part of its Transportation Improvement Program, the CITY OF SPOKANE
VALLEY (the CITY) intends to construct the Broadway Avenue Rehabilitation Project -Phase 1
(the ROAD PROJECT). The work includes the grinding and asphalt pavement inlay on
Broadway Avenue from the Eastbound Interstate 90 off and on ramp to the Park Road
intersection; and
WHEREAS, as a part of its 2008 Construction Program, SPOKANE COUNTY WATER
DISTRICT NO. 3 (SCWD#3) a Washington State Water District, intends to construct a project
known as the Broadway Water Main Replacement Project, and a segment of that water project,
hereinafter referred to as the WATER PROJECT, is located within the limits of the ROAD
PROJECT; and
WHEREAS, the CITY and the SCWD#3 agree that the installation of the WATER PROJECT
in conjunction with the ROAD PROJECT would benefit the ratepayers, taxpayers and the
traveling public;
NOW, THEREFORE, the CITY and the SCWD#3 do hereby agree as follows:
ARTICLE 1 -JOINT RESPONSIBILITIES
Plans and specifications for the ROAD PROJECT with a schedule of bid items (Schedule A) will
be prepared by the CITY, and the CITY intends to construct the ROAD PROJECT in September
2008. SCWD#3 will prepare plans, stamped by a Civil Engineer licensed in the State of
Washington, for the WATER PROJECT, together with technical specifications and an
associated schedule (Schedule B) of bid items. The CITY will include the WATER PROJECT
plans, technical specifications with the bid documents for the ROAD PROJECT. The plans and
specifications for both the ROAD PROJECT and the WATER PROJECT shall be based on the
2008 Standard Specifications for Road, Bridge, and Municipal Construction as published by the
Washington State Department of Transportation.
The City will award the project to the bidder with the lowest combined responsible bid for both
Schedules A and B.
A bidder may be disqualified only in accordance with the attached American Public Works
Association General Special Provision (APWA GSP) Section 1-02.14 supplementing the
WSDOT Standard Specifications. If the parties disagree on whether a bidder is the lowest
responsible bidder for the combined project, the parties shall consult regarding the dispute prior
to award. If the parties are still not able to resolve the dispute, the CITY shall have final
authority to determine lowest responsible bidder for the combined project. The costs in the bid
Page 1 of 3 . cob-66
shall be allocated between the ROAD PROJECT and WATER PROJECT with the City paying
for the ROAD PROJECT under Schedule A and SCWD#3 paying for the WATER PROJECT
under Schedule B (including tax).
ARTICLE 2 -RESPONSIBILITY OF THE CITY
1. The CITY, upon awarding a contract for the ROAD PROJECT and the WATER PROJECT,
shall have full control over the resultant construction contract and shall be the administrator for
the combined project.
2. 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 Road Project construction limits: The CITY will
be responsible for compaction testing of the subgrade and asphalt replacement within the
boundaries of the ROAD PROJECT. _
3. The CITY shall make payments to the contractor in accordance with the contract terms, in
order that work will proceed according to schedule.
4. The CITY shall pay for furnishing and installing conduit, locate wire and Crushed Surfacing
Top Course (CSTC) by placing these unit bid pay items on Schedule A.
ARTICLE 3 -RESPONSIBILITIES OF SCWD#3
1. The plans and specifications for the construction of the WATER PROJECT will be prepared
by SCWD#3 and provided to the CITY in a timely manner, not to exceed June 30th). SCWD#3
will coordinate with the CITY and take reasonable measures to ensure that the WATER
PROJECT plans are compatible with the scope of work contemplated under the ROAD
PROJECT.
2. SCWD#3 shall designate a "responsible person" who shall represent SCWD#3's interest
during the construction of the WATER PROJECT, and shall. coordinate any modifications or
changes needed by SCWD#3 in conjunction with the work.
3. SCWD#3 shall be responsible for the inspection and testing of all work and materials which
are solely related to the construction of the WATER PROJECT, including compaction testing
and soils testing within the WATER PROJECT trench area below the asphalt concrete
pavement patch elevation shown on Exhibit 1. SCWD#3 shall provide a representative to
perform inspection duties relative to the construction of the WATER PROJECT, as discussed
above. SCWD#3'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 WATER PROJECT shall be coordinated by SCWD#3
and shall be coordinated with and approved by the CITY prior to implementation.
5. SCWD#3 shall allow the City to install a 2 inch communication conduit in the waterline trench
where shown on Exhibit 1. SCWD#3 shall pay for the 2 inch ACP patch unit bid item by
including it on Schedule B.
Page2of3
ARTICLE 4 -ALLOCATION OF COSTS
1. This Memorandum of Understanding, once fully executed, shall establish a commitment by
SCWD#3 to reimburse the CITY for those construction costs associated with the WATER
PROJECT. All additional costs associated with SCWD#3's change orders for the WATER
PROJECT shall be the responsibility of SCWD#3.
2. The CITY shall prepare monthly pay estimates for the WATER PROJECT based upon the
tabulations of pay quantities provided by SCWD#3. SCWD#3 shall review each pay estimate
within 2 working days prior to presentation to the CITY by the contractor.
3. Upon the signing of each pay estimate by the CITY and the contractor, the CITY shall send
an invoice to SCWD#3 for those amounts to be paid to the contractor by the CITY for work on
the WATER PROJECT. The CITY shall include copies of the signed pay estimates as
attachments to the monthly invoices to SCWD#3. SCWD#3 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
WATER PROJECT.
4. SCWD#3 shall obtain a permit from the CITY to perform worts within the CITY°S right-of-way
for the WATER PROJECT. The CITY is authorized to charge its reasonable administrative
costs incurred for preparing pay estimates, change orders, etc., for the WATER PROJECT to
the permit.
ARTICLE 5 -DURATION
The agreement shall terminate upon the completion of the construction project provided for
hereunder and completion of payments under the prevailing wage laws, provided that any
warranties from the contractor to the CITY or SCWD#3 shall continue in full force and effect.
CITY OF SPOKANE VALLEY:
By:
Davi er 'er
City ger
APPROVED AS TO FORM:
ay:
O ce he City mey
SCWD#3:
By:
Ty Wick
General
Spokane County Water District No. 3
Date: ~
Date: f~ ' ~8' o~
Date: _ 6 ~ / ~ - ~~~
Page 3 of 3
~r~~~~
~ DEPARTMENT OF PUBLIC WORKS
jValley
DESCRIPTION _ ~Cl~d7 / 1 ~ PROJECT NO.:
CAI.C. BY: ~~ /~tL~WD~-'~'4 DATE:~n ~ .S ~ ~ ~ ~ TITLE: ~ ~~~~~C~1 iT~ ~~
CHECKED BY• DAT
E: SHEET: -
Q
NoTES: .SGU-sue ~'J `
~
IM`D V ~~1~1~ 4'~' ~
•
.. ~ -~- -
i
. ~~'~~-
-~~ ~ r
6.~G-
i
~i j
~ / //. / / /
~._, _ _
G ~,
~~ CSC-~_CG'~~
~.
~ • ~ . ~C~'~udT - 5~~
` ~ .•
"~.~ I p .
• - ~,, lok i,~~' L - Y ,•
Cv+~`'' T' . •.
. . • .%
0
~
~
G ..
..r .
~ ~~ G~r~
'
,:i
• :. :
;
_
_
•
~
~
.~
• •~
~
•
a
:
:. ~
T~~~ iv rn11~- ~~ ~~~'iast-J r
~ s.cw~ ~3 ~3~r~.~r,L
. • ~ ~~ .S cwt ~~
~f ,3