Loading...
Lake Oswego - Joint Funding of Water System Improvements COOPERATIVE AGREEMENT FOR JOINT FUNDING OF WATER SYSTEM IMPROVEMENTS This Intergovernmental Cooperative Agreement, hereinafter"Agreement," is entered into by and between the following parties: The City of Lake Oswego, a municipal corporation of the State of Oregon,hereinafter called "Lake Oswego;" Lake Oswego and the City of Tigard, a municipal corporation of the State of Oregon, hereinafter collectively called "Partnership;" and the City of West Linn, a municipal corporation of the State of Oregon, hereinafter called "City." Lake Oswego, Partnership,and City shall be collectively referred to as"parties." RECITALS WHEREAS,the Partnership is planning construction of new underground water transmission pipelines within Mapleton Drive and Old River Road, and roadway improvements on Mapleton Drive and Kenthorpe Way and portions of Old River Road, and these roads are public roads under the roadway authority of City; and WHEREAS, City owns, operates and maintains water transmission and distribution mains that are located within the construction area of the Partnership's planned water transmission line and roadway improvements described above; and WHEREAS, City's water transmission and distribution mains provide the sole source of water supply to its View Drive Reservoir and to hundreds of homes and businesses,and the City finds and declares that interruption of this supply would compromise the public health and safety of residents and businesses located within City; and WHEREAS, because of the proximity of City's distribution mains to the Partnership's water transmission line improvements in Mapleton Drive,both the Partnership and City jointly agree that portions of City's water distribution main and sanitary sewer main in Mapleton Drive need to be relocated to allow construction of the Partnership's water transmission pipelines; and WHEREAS, City's remaining water transmission and distribution mains in Mapleton Drive, Kenthorpe Way,and Old River Road are considered structurally and hydraulically deficient; and WHEREAS,the Partnership will be improving Mapleton Drive, Kenthorpe Way, and Old River Road,and City desires to abandon and replace the remaining portions of the transmission and distribution mains within these streets; and WHEREAS, the Partnership and City recognize that by entering into this Agreement their respective citizens will benefit from cooperative and coordinated planning, cooperative funding and coordinated construction of new water supply transmission and distribution Cooperative Agreement for Joint Funding of Water System Improvements Page 1 systems; and WHEREAS,the Parties enter into this Agreement pursuant to ORS 190.003 to 190.110, which authorize units of local government to enter into such agreements. NOW,THEREFORE, the Parties agree as follows: ARTICLE I. DESCRIPTION OF PROJECTS The renewal and replacement of the City's water transmission and distribution mains and replacement with new water mains more particularly described in Article I.A, the road improvements more particularly described in Article 1.13,and the intertie improvements more particularly described in Article I.0 are collectively referred to as the"Projects"and individually as"Project." A. Water Pipelines The City owns, operates, and maintains 6-inch and 10-inch diameter water transmission and distribution mains respectively located within the Partnership's pipeline and roadway improvements project area. To eliminate the risk of damage to the City's water transmission and distribution mains, and to take advantage of the construction of roadway improvements, certain of the City's water transmission and distribution mains will be abandoned and replaced with new water mains more particularly described as follows: 1. The City will abandon approximately 3,250 feet of 6-inch diameter, asbestos cement water distribution main in Mapleton Drive from Highway 43 to 5065 Mapleton Drive and replace it with new 8-inch diameter, ductile iron water distribution main including valves, fittings, service lines, fire hydrants,and appurtenances. 2. The City will abandon approximately 350 feet of 10-inch diameter, asbestos cement water transmission main in Old River Drive/Highway 43 from the intertie to Mapleton Drive and replace it with new 8-inch diameter, ductile iron water distribution main including valves, fittings,water service lines,and appurtenances. 3. The City will abandon approximately 2,550 feet of 6-inch diameter, asbestos cement water distribution main in Kenthorpe Way from Old River Drive to 4610 Kenthorpe Way and replace it with new 8-inch diameter, ductile iron water distribution main including valves, fittings,water service lines, fire hydrants,and appurtenances. 4. Lake Oswego will abandon approximately 370 feet of 6-inch diameter asbestos cement water distribution main partially within easements from 4610 Kenthorpe Way to Mapleton Drive and replace it with approximately 480 feet of new 8-inch diameter, ductile iron water distribution main including valves, fittings, water service lines, and appurtenances in an easement located on the Partnership water treatment plant site. B. Road Improvements Cooperative Agreement for Joint Funding of Water System Improvements Page 2 Mapleton Drive, Kenthorpe Way and Old River Road are public streets under the jurisdiction and maintenance responsibility of City. Because the Partnership's planned expansion of its water treatment plant and construction of new raw and finished water transmission mains and related underground utilities will damage and cause accelerated wear and tear of these roads, certain restoration of the roads is required. Restoration of the roads is more particularly described as follows: 1. Mapleton Drive - From Highway 43 to Mary S. Young Park, the Partnership will remove the existing 5-inches of asphaltic concrete, prepare the existing aggregate base roadway, and overlay the aggregate base with 6-inches of asphaltic concrete in accordance with Division 5 of the West Linn Public Works Standards as reviewed and approved by the City Engineer, to: a. Match existing slope and grade; b. Match the existing average width of edge to edge of pavement; and c. Incorporate right-of-way improvements directly abutting the plant site in accordance with the City Code requirements and submitted site plan. 2. Kenthorpe Way - From Old River Road to the east end of Kenthorpe Way, the Partnership will remove the existing 3-inches of asphaltic concrete, prepare the existing aggregate base roadway, and overlay the aggregate base with 5-inches of asphaltic concrete, in accordance with Division 5 of the West Linn Public Works Standards as reviewed and approved by the City Engineer, to: a. Match existing slope and grade; b. Match the existing average width of edge to edge pavement; and c. Incorporate right-of-way improvements directly abutting the plant site in accordance with the City Code requirements and submitted site plan. 3. Old River Drive- From Cedar Oak Drive to the southerly terminus near Highway 43, the Partnership will remove the existing asphaltic concrete, prepare the existing aggregate base roadway, and overlay the aggregate base with 5-inches of asphaltic concrete, in accordance with Division 5 of the West Linn Public Works Standards, as reviewed and approved by the City Engineer to: a. Match existing slope and grade; and b. Match the existing average width of edge to edge pavement. C. Intertie Improvements 1. Water Transmission Main - The Partnership will install a new 18-inch diameter ductile iron water transmission main and valving connecting the Partnership's new 48-inch diameter pipeline in Hwy 43 to the existing Intertie facilities. 2. Pump - The City will design and install a new third pump at the Intertie including any fittings, electrical connections, and controls. 3. Existing Lake Oswego Water Transmission Mains - The City of Lake Oswego owns, operates, and maintains 27-inch and 24-inch diameter steel water transmission mains located within the City limits, portions of which will be abandoned as part of Cooperative Agreement for Joint Funding of Water System Improvements Page 3 the Partnership's improvements. The Partnership will dedicate to the City ownership, operation, and maintenance of approximately 4,530 feet of 24-inch diameter,steel water transmission mains in Old River Drive, Cedar Oak Drive,and Highway 43, from the intersection of Old River Drive and Kenthorpe Way to the intersection of Arbor Drive and Highway 43. The transmission mains will be used in the future by the City to replace existing water mains in this corridor. The Partnership will dedicate ownership,operation, and maintenance of approximately 1,700 feet of 24-inch diameter, steel water transmission main in Kenthorpe Way to Portland General Electric for use as a conduit to provide emergency back-up electrical service to the Partnerships' new Water Treatment Plant (WTP). All other Partnership transmission mains no longer in use by Lake Oswego will be abandoned in place in accordance with the requirements of the City Engineer. ARTICLE II. OBLIGATIONS OF PARTNERSHIP The Partnership agrees to the following: 1. To provide engineering design and construction inspection/administration services relating to the Projects described in Articles I.A.4, I.13.1 through I.13.3, I.C.1, and I.C.3 and to cause its design engineer to design the Projects in accordance with the generally accepted design standards for public roads and streets and those currently in effect by the City. 2. To exercise the same standard of care in engineering design it provides on the Projects constructed for City's benefit,as it provides to itself for water transmission lines and improvements constructed for its benefit. 3. To cause construction, through its construction contractors and subcontractors,of Projects I.A.4, I.B.1 through I.B.3, I.C.1, and I.C.3 in accordance with the City's adopted Public Works Standards. 4. To furnish preliminary design drawings and specifications to City at the 60%, 90%, and 100% design development stage of the Projects in Articles I.A.4, I.B.1 through I.B.3, I.C.1and I.C.3 for review and approval by City. City shall have 10 working days to complete its review at each stage and provide comment on the design drawings and specifications. The Partnership will incorporate City's comments into the final construction contract documents for the Projects. The City Engineer shall sign the final project plans cover sheet(s) prior to construction indicating City review and approval. The Partnership shall provide three copies of the final plans to the City following acceptance by the City Engineer. S. To furnish a copy of the "as builts" plans at the time ownership of any of the Projects transferred to the City under Article VI. 6. To solicit competitive bids in accordance with the public contracting rules of the City of Lake Oswego. The City of Lake Oswego, on behalf of the Partnership,shall award the contract to the Contractor submitting the lowest, responsive, responsible bid. The bid form shall allow the Partnership to determine the component bid amounts for the construction costs for Project I.A.4. 7. To provide not less than 72-hours notice to City of the need to interrupt normal water supply service of City's water system in order to construct the Projects. Cooperative Agreement for Joint Funding of Water System Improvements Page 4 8. To provide access to the Projects by authorized operating or inspection personnel of the City for purposes of operating the intertie system and inspecting the contractor's work prior to acceptance by City. 9. To provide City copies of all reports of tests and inspections required by the construction contract documents and related to construction of the Projects. 10.To furnish and install at locations and in quantities deemed appropriate by City, informational signage identifying the Projects,the costs and expected duration,and that it is a public works project constructed and funded in part by the Partnership in cooperation with City. 11.To the extent any lawsuit,claim or other action filed by a third party relates to any aspect of the Projects or related activities described in this Agreement, the Partnership will timely notify the City and seek to resolve the claim in the most efficient and economical manner possible. The Partnership agrees to hold the City harmless from all claims, demands, damages, or injuries,except for any claims that arise out of the City's own intentional or negligent acts. 12.The construction contracts shall require the contractor to obtain, and to maintain in full force and effect for the term of the contract,a Workers Compensation insurance policy meeting statutory coverage requirements, together with comprehensive or general liability insurance policies in the amount of at least$1.5 million per occurrence and $3 million in the aggregate, and shall require certificates and additional insured endorsements designating the City of West Linn as additional named insureds. In addition,performance and payment bonds as well as two year maintenance bonds shall be required. 13.To dedicate and abandon the existing water transmission mains as described in Project I.C.3. 14.To dedicate a 15-foot wide public utility easement for Project I.A.4 through the WTP site from Kenthorpe Way to Mapleton Drive. ARTICLE III. OBLIGATIONS OF CITY The City agrees to the following: 1. To provide all necessary lands, easements,and rights of way sufficient for the Partnership or the City to construct the Projects. 2. To provide engineering design and construction inspection/administration services relating to the Projects described in Article I.A.1 through I.A.3,and I.C.2, and to cause its engineer to design the Projects in accordance with the generally accepted design standards for public potable water systems and those currently in effect by City. 3. To appropriate through its statutory budget process, sufficient funds to pay for the construction costs associated with the Projects in Article 1.A.1 through I.A.4,and I.B.3, and I.C.2 that may be incurred in any fiscal year. 4. To timely provide review and comment on the solicitation documents, including the design drawings and construction specifications, and conduct a final review for Cooperative Agreement for Joint Funding of Water System Improvements Page 5 acceptance of such drawings and specifications prior to bid solicitation for the Projects. The City Engineer shall sign the final project plans cover sheet(s) for all Projects described in Article I prior to construction indicating City review and approval. 5. To provide construction inspection for the Projects and contract administration services for construction of the Projects in Articles I.A.1 through I.A.3, and I.C.2. 6. To keep accurate cost accounting records. The cost records and accounts pertaining to the Projects covered by this Agreement will be retained by the City in compliance with public records laws. Copies will be made available upon request. The Partnership may request a copy of the City's records as they relate directly to the Projects at any time. 7. To solicit competitive bids in accordance with the public contracting rules of the City of West Linn for Projects 1.A.1 through I.A.3,and 1.C.2. The City of West Linn shall award the contract to the Contractor submitting the lowest, responsive, responsible bid. The bid shall require the Contractor to segregate, in its bid,the component bid amounts for the construction costs of each of the Projects. Segregation of the bid amounts for each Project shall be the basis of determining the allocable share of the cost to the parties for these Projects pursuant to Article V. 8. To provide notice, in whatever form City determines appropriate,to its water customers whose normal water supply service will be interrupted during the course of the work and until the Projects are completed and accepted by City. 9. To be the primary point of contact for and to respond to complaints or questions from City's water customers that may arise in relation to interruptions in normal water supply. 10.To provide experienced operating personnel in sufficient number to operate any and all portions of City's system to facilitate the timely and efficient construction, testing,and commissioning of the Projects. 11.To provide personnel and equipment necessary to pressure test and disinfect all new pipelines prior to connection of the new pipelines to the City's public water system. 12.To inspect, at a frequency it deems appropriate and that is reasonable for Projects I.A.4, 1.13.1 through I.B.3, I.C.1 and I.C.3,the quality of the contractor's work as it relates to the Projects and report to the Partnership's inspection personnel any apparent defective work. Failure to timely raise, following inspection,any objections to the work,as to the Projects, shall,solely as to the Partnership, constitute a release by City to the Partnership for any claims, causes of action, or damages arising out of or relating to the Partnership's inspection of that Project,and the City shall hold the Partnership harmless from any claims arising therefrom. 13.To provide personnel and equipment necessary to complete Bac-T samples after pressure testing of all new pipelines is complete,and prior to connection of the new pipelines to the City's public water system. 14.To provide personnel and equipment necessary to make final connections to the City's public water system and to individual services for the City's water customers. 15.To the extent any lawsuit, claim or other action filed by a third party relates to any aspect of Projects I.A.1 through I.A.3, and I.C.2 described in this Agreement,the City Cooperative Agreement for Joint Funding of Water System Improvements Page 6 will timely notify the Partnership and seek to resolve the claim in the most efficient and economical manner possible. The City agrees to hold the Partnership harmless from all claims, demands,damages, or injuries, except for any claims that arise out of the Partnership's own intentional or negligent acts. ARTICLE IV. MUTUAL AGREEMENTS OF THE PARTIES The Parties to this Agreement covenant and mutually agree as follows: 1. That all design drawings,specifications, details and related work products and works in progress of the Partnership produced or in production for the Projects are under the exclusive control and ownership of the Partnership. 2. Prior to the onset of construction of the Projects listed in Article I, if the Partnership does not receive all necessary permits and approvals for its water treatment and pipeline expansion in a timely manner,the Partnership may terminate this Agreement. if termination occurs,the City shall pay the Partnership 8-percent of the construction cost bid for Project I.A.4 to compensate Partnership for the design costs of that Project. Upon termination of this Agreement the Partnership and the City hereby release each other from any further obligation to the other Party under this Agreement. 3. To the extent a contractor claim related to the Projects is deemed by the Partnership or City to have merit, additional costs associated with the claim will be apportioned to the Parties in a fair and equitable manner considering all relevant facts and conditions giving rise to the claim. 4. The Parties shall work together in good faith during construction of the Projects to minimize the potential for contractor claims that may arise from differing site conditions,action of the Parties, or any other reason. S. In the event this Agreement is terminated, each party shall be responsible for those additional costs attributable to the portion of the Projects for which that party is financially responsible. 6. It is understood by the Parties that in order to minimize the inconvenience to water customers, certain portions of the Projects may be completed outside normal working days and hours. When that is determined necessary by the Partnership and approved by the City, each Party agrees to provide sufficient, experienced operations staff outside normal working hours as necessary to meet the schedule established by the Partnership, which shall be established to ensure timely completion of the Projects. 7. The Partnership and City will coordinate to complete construction of all Projects in a timely manner that is mutually agreeable to the Partnership Project Manager and City Engineer. ARTICLE V. ALLOCATION OF PROJECT COSTS The Partnership and City hereby agree to pay their allocable share of expenses for Projects described in Article 1,as follows: Cooperative Agreement for Joint Funding of Water System Improvements Page 7 A. Water Pipelines 1. Project No. I.A.1 - Mapleton Drive water main replacement. a. Partnership obligation. The Partnership will reimburse the City for its allocable share of all costs relating to the design, construction,and contract administration for the distribution water main project including valves, hydrants, services, appurtenances,connections and modifications to the City's public water system,as shown on City of West Linn, Mapleton Water Main Relocation, PW-13-09,which is incorporated by this reference. This reimbursement will amount to 80-percent of the construction costs for the Project and an additional 15-percent of the final construction cost allocable to the Partnership for design and contract administration. b. Cly oblig t�ion. The City will pay all costs relating to the Project design and construction. 2. Project No. I.A.2 - Old River Road water main replacement. a. Partnership obligation. The Partnership will coordinate with the City to allow City or its contractor to complete construction of approximately 350 lineal feet of water main replacement on Old River Road. b. City obligation. The City will pay all costs relating to the Project design and construction. 3. Projects No. 1.A.3 - Kenthorpe Way water main replacement. a. Partnership obligation. The Partnership will coordinate with the City to allow City or its contractor to begin construction of approximately 2,550 lineal feet of water main replacement on Kenthorpe Way no earlier than May 2015. b. City obligation. The City will pay all costs relating to the Project design and construction. 4. Project I.A.4- Kenthorpe Way to Mapleton Drive water main replacement. a. Partnership obligation. The Partnership will design and construct approximately 480 lineal feet of new 8-inch ductile iron water main between the southerly end of Kenthorpe Way and Mapleton Drive and located within a 15- foot wide public waterline easement dedicated to the City. b. City obligation. The City will reimburse the Partnership for 100-percent of construction costs and an additional 15-percent for design, inspection and administration costs for this project. The consideration for the public waterline easement will be $0. B. Road Improvements. Cooperative Agreement for Joint Funding of Water System Improvements Page 8 1. Projects I.B.1 and I.B.2 - Mapleton Drive and Kenthorpe Way paving. The Partnership shall pay all costs for design, construction, inspection, and administration associated with these Projects. 2. Project I.B.3 - Old River Road paving. The City will pay 100-percent of the construction cost associated with paving 525 lineal feet of Old River Road between Cedar Oak Drive and the intertie pump station facility. C. Intertie Improvements. 1. Project I.C.1 - Intertie Piping Improvements. The Partnership shall pay all costs for design,construction, inspection, and administration associated with this Project. 2. Project I.C.2. -Third Pump at Intertie Pump Station. a. Partnership obligation. The Partnership shall reimburse the City for all costs associated with this Project. b. City obligation. The City shall provide all design,permitting, construction, inspection, and administration services for installation of a new pump at the existing intertie pump station located at 20225 Old River Road. 3. Project 1.C.2. -Abandonment of Transmission Mains. a. Partnership obligation. The Partnership will pay all design, construction, inspection,and administration costs associated with the abandonment of its existing raw and finished water pipelines. b. City obligation. The City will accept ownership of those portions of the Partnership's abandoned transmission mains "as is" and described above. With respect to any contested charges under this Article, the City and the Partnership shall meet within 45 days of the date of the invoice to discuss the charges. The City and Partnership agree to make staff available to meet as necessary to negotiate the contested charges, including but not limited to administration, engineering and legal staff. In the event the parties are not able to resolve the disputed amounts, the parties retain all legal claims and remedies. Any such claims shall be brought in Clackamas County Circuit Court and are subject to Oregon law. ARTICLE VI. OWNERSHIP OF CONSTRUCTED WORK Upon completion of Projects I.A.4, I.B.1 through I.B.3, 1.C.2 and I.C.3,and acceptance of the Projects by City, ownership of the distribution and transmission systems, road improvements,and intertie piping improvements and all appurtenances will pass to the City, and the improvements shall be operated and maintained exclusively by and for the benefit of City. Cooperative Agreement for Joint Funding of Water System Improvements Page 9 ARTICLE V1I. CONTRACTOR'S WARRANTY Upon acceptance of the Projects by the City, the City shall take possession of the Projects. Upon taking possession of a Project, Contractor's warranty of title and general warranty and guarantee against defective work shall pass to the City as to that Project,which is a part of the construction contract. City shall have all of the Partnership's rights under the construction contract related to enforcement of the contract requirements insofar as they are applicable to that Project. ARTICLE VIII. BINDING OBLIGATION The parties respectively warrant to the other that this Agreement has been duly approved and executed by an authorized official of the party,and that by the execution hereof by the official and the party's attorney,this Agreement is a binding and enforceable obligation upon the party under applicable laws, including the party's charter and ordinances. IN WITNESS WHEREOF,the Parties have executed this Cooperative Agreement as set forth opposite their names below. CITY OF LAKE OSWEGO CITY OF TIGARD By: B Date: /231 / Date: c2- -24 ,42o14 APPROVED AS TO FORM APPROVED AS TO FORM :Z2� David D. Powell, City Attorney Tim R is, Legal Counsel CITY OF WEST LINN B . Date: /i l 4-2:--aa Cooperative Agreement for Joint Funding of Water System Improvements Page 10 APPROVED AS TO FORM Megan T rnton, ssistant City Attorney Cooperative Agreement for Joint Funding of Water System Improvements Page 11