Loading...
AG 15-041 - LAKEHAVEN UTILITY DISTRICT RETURN TO: � EXT: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS 2. ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP 4. - TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL ❑ OTHER INTERLOCAL AGREEMENT -LAKEHAVEN UTILITY DISTRICT 5. PROJECT NAME:PACIFIC HIGHWAY S HOV LANES PHASE V(S340TH STREET TO S 359T"STREET) 6. NAME OF CONTRACTOR:LAKEHAVEN UTILITY DISTRICT ADDRESS:PO Box 4249 FEDERAL WAY,WA 98063-4249 TELEPHONE:425-941-1516 E MAIL: FAX: SIGNATURE NAME:JOHN BOWMAN TITLE: GENERAL MANAGER 7. EXHIBITS AND ATTACHMENTS:**SCOPE,WORK OR SERVICES p COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. UBI# ,EXP. 8. TERM: COMMENCEMENT DATE:UPON EXECUTION COMPLETION DATE:UPON COMPLETION Z. 1, 0 ° c� 9. TOTAL COMPENSATION:$t57 500701T(TO CITY) (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY ❑ PURCHASING: PLEASE CHARGE TO: 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED ® PROJECT MANAGER (j �,� 10 /01/Li B DIVISION MANAGER !` � ¢d DEPUTSLDIRECTOR_ ��� /011; '7/}� 'Ei DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ga'LAW DEPT To.c, 41..Aktik o h +M --A /12C- 1n'u ,H 11. COUNCIL APPROVAL(IF APPLICABLE Ye) COMMITTEE APPROVAL DATE: 1i131/y COUNCIL APPROVAL DATE:I(/(c/17 12. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: i (2't4 DATE REC'D: I 33/1 S ❑ ATTACH: SIGNATURE AUTHORITY,INSURANCE CERTIFICATE,LICENSES,EXHIBITS INITIAL/DATE SIGNED LAW DEPT 4J-1SW � �� :l���i jak‘�FZ SIGNATOR" •R DIRECTOR) I /. /(4770K— 1' CITY CLERK c4•/71•/71,sJ..I_/ 7;440 ASSIGNED AG# AG# Palm y SIGNED COPY RETURNED DATE SENT: V `S4 'ETURN ONE ORIGINAL COMMENTS: EXECUTE 2 "ORIGINALS ` ( S `'0��. W Lk L��- '�<n-s�\itte a/✓i)•. �J`4 -o 4 �-c '1 w.11 ( jN �• i---p Qr,.a.7L� it✓J j;1Nsv��+.. !✓'1.� 11/9 1 1 I I -.•'-.•' ,� LAKEHAVEN UTILITY DISTRICT C *?` 4 wit 31627 1st Ave South• P.O. Box 4249• Federal Way,Washington 98063-4249 ;fin Federal Way:253-941-1516•Tacoma: 253-927-2922 � 1111 DIST www.lakehaven.org January 20, 2015 John Mulkey, PE Interim Street Systems Manager City of Federal Way Public Works Department 33325 8th Ave. S. Federal Way, WA. 98003 SUBJ: Pacific Highway South HOV Lanes, Ph. V (S. 340th St. to S. 359th St.) nterlocal Agreement De r Mr ulkey: Two original copies of the subject Interlocal Agreement have been executed by Lakehaven and are enclosed for further processing in accordance with the instructions in the January 2, 2015 transmittal. Thank you for your efforts in coordinating preparation and execution of the agreement. Sincerely, 26 Wesley L. Hill, PE Project Engineer Tel. 253/ 946-5440 ENCL: Two (2) copies - Interlocal Agreement Between the City of Federal Way and Lakehaven Utility District for the Pacific Highway South HOV Lanes Phase V Project (South 340th Street to South 359th Street) Leonard D.Englund Charles I.Gibson Timothy A.McClain Donald L.P.Miller Ronald E.Nowicki Commissioner Commissioner Commissioner Commissioner Commissioner City of Federal Way 33325 8th Avenue S Federal Way, WA 98003 Attn: John Mulkey INTERLOCAL AGREEMENT BETWEEN THE CITY OF FEDERAL WAY AND LAKEHAVEN UTILITY DISTRICT FOR THE PACIFIC HIGHWAY SOUTH HOV LANES PHASE V PROJECT (SOUTH 340TH STREET TO SOUTH 359TH STREET) THIS AGREEMENT is made and entered into this 2.1•' day of"City") ,2015, by and between the City of Federal Way(hereinafter City )and Lakehaven Utility l strict(hereinafter "District"), collectively referred to herein as the "Parties". WHEREAS,the City proposes to proceed with the Pacific Highway South HOV Lanes Phase V Project (South 340th Street to South 359th Street) (hereinafter"Project"); and WHEREAS,the District provides water and sewer service in the general area of the Project in accordance with applicable Washington State and City of Federal Way laws, regulations and franchises; and WHEREAS, in connection with the roadway improvements being undertaken by the City,the District will be required to relocate certain water and sanitary sewer facilities such as fire hydrants, valves,water meters, etc.; resolve any waterline/utility conflicts; and adjust sewer manholes,within the Project area; and WHEREAS, Chapter 39.34 RCW (Interlocal Cooperation Act) permits local governmental units to make the most efficient use of their powers by enabling them to cooperate with other entities to provide services in a manner best serving the needs and development of their local communities; and WHEREAS, the District can achieve cost savings and other benefits in the public's interest by contracting with the City to perform certain services for the District,including letting a public works construction contract for the installation of the water improvements in connection with the Project (hereinafter"District Work"), and providing construction management services in support thereof,as described in Exhibit A, attached hereto and incorporated herein by this reference; Pacific Highway South HOV Lanes Phase V Page 1 November 2014 NOW,THEREFORE, it is hereby covenanted and agreed by and between the Parties hereto as follows: PREDESIGN/DESIGN. The District agrees that the City's design contractor, KPG, Inc., shall perform predesign/design work for the Project. The District shall reimburse the City for the predesign report, reproducible construction drawings, special contract provisions, and other necessary documents, which shall sufficiently detail requirements for the District Work to become a part of the plans and specifications for the Project. II. BIDDING AND CONSTRUCTION. A. It is the intention of the City and the District that the District plans and specifications shall be incorporated into the Contract Bid Documents for the Project in such manner as to allow, to the extent possible, identification of cost allocations between the Parties. B. Following opening of construction bids on the Project, the District shall be furnished with the bid responses submitted for the District Work for the District's approval. Within twenty days of receiving the bid prices, the District shall notify the City in writing that the District either approves or rejects their portion of the bid award. Bid award shall be made to the lowest responsible bidder for the total Project subject to applicable laws and regulations. The City shall not proceed with the District Work until the City has received approval from the District for its portion of the bid award; provided, however: if no bids are received which, in the estimation of the District,are acceptable to the District for the District Work,the District shall so immediately notify the City. The District Work shall be deleted from the project contract and, in this event;the City shall proceed with its portion of the Project. This Interlocal Agreement shall terminate effective the date of the District's notice to the City of the District's rejection of all bids. III. CONTRACT ADMINISTRATION. A. The City shall provide the necessary administrative,construction observation, and clerical services necessary for the execution of the Project. In providing such services,the City Public Works Director and/or his or her designee may exercise all the powers and perform all the duties vested by law in him or her. The District grants to the City Public Works Director and/or his or her designee authority to act on behalf of the District sufficient to carry out the provisions of this Agreement. B. The District shall notify the City, writing, any changes it wishes to make in Y Y� 9� Y g the plans and specifications which affect the District Work,which changes shall be made, if feasible. The City shall notify the District, in writing, of any changes required of the District Work and shall obtain the District's approval of such changes. The District's approval shall not be unreasonably withheld. The District shall be responsible for all costs incurred, directly or indirectly, as a result of these or any other changes required or requested by the District. Pacific Highway South HOV Lanes Phase V Page 2 November 2014 IV. PAYMENT. A. The District shall reimburse the City for all costs incurred by the City in performing the District Work, which costs shall include but are not limited to the District Work performed by the Project contractor(s), all District requested changes, and the District's cost of the City services described in Paragraph III (a) herein, and as described in Exhibit B. B. All payments shall be due from the District to the City within thirty(30)days after approval by the District's General Manager or his/her designee of said sums billed to the District. Amounts unpaid after said due date shall accrue interest at a rate of one (1) percent per month. V. INDEMNIFICATION AND HOLD HARMLESS. A. The City agrees to indemnify and hold the District, its elected officials,officers, employees and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising or resulting from, or connected with, this Agreement to the extent caused by the negligent acts, errors or omissions of the City, its agents or employees, or by the City's breach of this Agreement. B. The District agrees to indemnify and hold the City, its elected officials,officers, employees and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising or resulting from, or connected with, this Agreement to the extent caused by the negligent acts, errors or omissions of the District, its agents or employees, or by District's breach of this Agreement. The provisions of this paragraph shall survive the expiration or termination of this Agreement with respect to any event occurring prior to such expiration or termination. VI. DURATION. This agreement shall become effective immediately upon execution by both parties. This Agreement shall continue in force until either (1) the District rejects all bids or (2) the City Council accepts the completion of the project, whichever is earlier. VII. OTHER PROVISIONS. A. The City shall retain ownership and usual maintenance responsibility for the roadway,storm drainage system,sidewalks,landscaping,traffic signals and all other appurtenances related thereto. B. Upon completion of the construction and City's acceptance of the Project as fully constructed according to plans, specifications and change orders,the City shall provide a final invoice to the District for any final payment due. The District's payment of this final invoice shall, in effect,transfer ownership of these water and sewer mains and appurtenances to the District and the District shall thereafter be responsible for maintenance of such facilities. Pacific Highway South HOV Lanes Phase V Page 3 November 2014 C. This Agreement contains the entire written agreement of the Parties and supersedes all prior discussion. This Agreement may be amended only in writing, signed by both Parties. D. This Agreement shall be in full force and effect from the date of signature by all Parties to the date the City completes the Final Inspection upon completion of the Project and may be extended for additional periods of time upon mutual written agreement of the City and District. Adherence to deadline dates is essential to the performance of this Interlocal Agreement. E. Any provision of this Agreement,which is declared invalid,void or illegal shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. IN CONSIDERATION of the mutual benefit accruing herein,the Parties hereto agree that the work, as set forth herein, will be performed by the City under the terms of this Agreement. IN WITNESS WHEREOF the Parties hereto have hereunto set their hands and seals the day and year first above written. CITY OF FEDERAL WAY LA N UTILITY DISTRICT IF i 7a is Fe ell,Mayor John t.wman, eneral Manager 33325 8th Avenue South 31627 st Avenue South PO Box 4249 Federal Way,WA 98063-9718 Federal Way,WA 98063-4249 (253) 835-2401 (253) 941-1516 APPROVED AS TO FORM: APP OVED AS TO FORM` 11)(%J . ;4 for Amy Jo Pearsall, City Attorney Gene l Counsel, Steven Pritchett ATTEST: 41 a e Courtney, CMC, City C Pacific Highway South HOV Lanes Phase V Page 4 November 2014 EXHIBIT A - INTERLOCAL AGREEMENT EXHIBIT A City of Federal Way Pacific Highway South HOV Lanes Phase V S 340th Street to S 359th Street Scope of Work KPG October 27, 2014 (For Lakehaven Utility District via Interlocal Agency Agreement) Work to be completed under this amendment involves development and evaluation of options; supplemental survey, design, preparation and review of plans, specifications, engineer's estimate, and bid documents; and preparation of easement legal descriptions and exhibit(s) for the Pacific Highway South (PHS) HOV Lanes Phase V- S 340th Street to S 359th Street project. Plans will be prepared in accordance with Lakehaven Utility District (Lakehaven) design standards as summarized and itemized in the Lakehaven's plan review checklist. Contemplated improvements included under this scope, subject to review by the City and Lakehaven, include the following: Water a. Remove and dispose approximately 2,700-LF of 8-inch Asbestos Cement (AC) main, and replacement with 8-inch Ductile Iron (DI) main (STA 26+60 to 52+50 east side PHS). Relocation will be in accordance with the criteria outlined below in paragraph "n,"at a minimum. Consultant will evaluate with Lakehaven the feasibility of not installing a water main on the east side of PHS from S 351st Street to S 352nd Street includin g requirements flow uirements for affected properties. q b. Install approximately 630 LF of 8-inch DI water main along the east side of PHS from the existing terminus near S 356th Street extending south to S 359th Street (STA 17+65 to 23+95). The extension will be in accordance with the criteria outlined below in paragraph "n," at a minimum. c. Remove existing pressure reducing valve (PRV)vault on the east side of PHS near S 352nd Street and install new PRV on the west side of PHS. The new PRV will utilize an existing 8-inch DI crossing of PHS and approximately 400 LF of new 8- inch DI along the west side of PHS between S 351st Street and an existing cased crossing of PHS to the south (STA 38+00 to 42+00). PRV location on the west side and decommissioning and removal sequence of the existing PRV will be determined through collaboration between the Consultant and Lakehaven. Consultant will Pacific Highway South HOV Lanes Phase V Page 5 November 2014 EXHIBIT A - INTERLOCAL AGREEMENT provide easement legal description and exhibit if necessary to support the selected PRV location. d. Potential 130 LF extension to north from existing cased undercrossing at 35200 PHS to the planned S 352nd Street intersection with lateral to the east for future extension in S 352nd Street. e. Potential removal and disposal of approximately 100 LF 10-inch AC in steel casing at S 344th Street, and replacement with 12-inch DI, and potentially including replacement of 14x10 tee and 10-inch gate valve with a 14x12 tee and/or 12-inch gate valves on each side of undercrossing. f. Install two (2) 16-inch and one (1) 8-inch gate valve at the new tee on the west side of PHS at S 351st Street. g. Install a new 12-inch DI crossing of PHS north of S 348th Street at a location determined by the District. The Consultant will prepare plans and specifications for a cased undercrossing if determined necessary by the City and/or Lakehaven. Depending on the location and geometric constraints, design may provide for replacement of existing 14 x 8 tee on the west side of PHS with a 14 x 12 cross, the addition of a 14-inch gate valve, and 12-inch gate valves at the connections to the existing water mains on each side of PHS. h. Relocation of fire hydrants in an estimated 25 locations affected by construction of the roadway improvements (new fire hydrant assemblies, exclusive of hydrants which are to be reused), and addition of fire hydrants along the project corridor as determined by Lakehaven in consultation with South King Fire and Rescue(SKFR). At a minimum, relocations of the fire hydrants need to be reviewed and potentially revised to meet clearance, access, and SKFR requirements. i. Relocation and/or modification of water service connections and meters in an estimated 35 locations affected by construction of the roadway improvements within the project limits. j. Plans will also provide provisions for removal of 4-inch and 6-inch lateral stubs and replacement with 8-inch lateral stubs to re-connect laterals affected by water main replacement. k. Identification of water valve adjustments to finished grade throughout the project limits. Pacific Highway South HOV Lanes Phase V Page 6 November 2014 EXHIBIT A - INTERLOCAL AGREEMENT I. Adjustment, relocation, extension, and/or replacement of water mains and valves as confirmed necessary in conjunction with replacement and/or relocation of the mains identified above, or to accommodate roadway and drainage system improvements. Standard minimum cover depth may be revised to four (4) feet to better accommodate laterals and other utility improvements with additional cover or casing as determined by the City and/or Lakehaven at intersections. m. Provisions for temporary water service in project specifications. n. The location of new or replacement water mains will consider, at a minimum, the AC water main locations and utility separations achieved with the City's Phase 1 PHS HOV Lanes project immediately to the north of the current project, the location of existing and the use of DI pipe for the current project, standard valve dimensions, requirements for maintaining and reconnecting existing services, Lakehaven's ability to accommodate requests for new or modified service connections relative to the City's pavement repair / mitigation requirements, Lakehaven's utility separation standards, the preference for maintaining a straight alignment between valves, and the ability to accommodate minor vertical and horizontal deflections. Consultant is advised that the City and Lakehaven may consider mitigating conditions for separations less than published minimum standards. Relocations, if determined necessary due to unavoidable obstructions or constraints, or inability to accommodate a non-standard separation, should be based on the following potential considerations and options, in order of preference: Main is accessible without disrupting roadway pavement. ii. Place under sidewalk, with back of sidewalk location preferred. iii. Use vertical or horizontal deflections to limit relocation requirements. Maximum main depth (cover)of five (5)-feet, except at discrete locations on Max p ( ) ( ) p a case-by-case basis. iv. Six (6) feet from curb face. v. Avoidance of wall foundations or influence zones. vi. Avoidance of wall undercrossings or tiebacks/goeogrid reinforcement zone. vii. Alignment adjustments between valves will be avoided, and limited to the extent practical. Restrained joints will be used in lieu of thrust blocks or Pacific Highway South HOV Lanes Phase V Page 7 November 2014 EXHIBIT A - INTERLOCAL AGREEMENT restraints for time savings and reduction of impacts from or to proximate utilities. viii. The Consultant will provide a preliminary alignment plan for relocated sections of main for review, comment, and approval by Lakehaven Utility District. The approved alignment plan will be used as the basis for final facility design. o. The Consultant shall identify the location for removal and disposal of existing abandoned water main within the right of way corridor. Locations will be based solely on as-built information provided by Lakehaven. No field verification is anticipated. Anticipated removals occur at the following locations: Approximately 3,320 LF of out of service 6-inch steel water main between S 348th Street and the north project limits as well as the east west crossing of PHS at S 348th Street (Ref CRD W1579, 1578, 0302, and 1610). ii. Approximately 100 LF of 4 to 6-inch AC at lateral connections, exclusive of removal of fire hydrant assemblies and laterals associated with relocated fire hydrant assemblies. iii. Approximately 300 LF of 4 to 6-inch wood water main south of S 348th Street (Ref CRD 1598). Sewer a. Identification of nature and extent of sewer manhole adjustments to finished grade throughout the project limits. b. Correction of plans as noted above, and to reflect previous review comments. c. No conflict analysis is anticipated for side sewers unless data is provided by Lakehaven. Lacking this data, it is anticipated that side sewer modifications will be made on a case by case basis during construction. Task 17.1 — Project Management Work under this task includes time to execute this amendment, prepare associated invoicing and progress reports, plan and schedule the work, plan for and execute QA/QC, and coordinate with the City and Lakehaven. This task assumes the design phase, including reviews by LUD, will last 10 months. Pacific Highway South HOV Lanes Phase V Page 8 November 2014 EXHIBIT A- INTERLOCAL AGREEMENT Task 17.2 — Record Research and Preliminary Alignment Plan The CONSULTANT shall review existing utility records and prepare a preliminary alignment scroll plan for review and comment by Lakehaven. The approved alignment will become the basis of design for the final design tasks below. Task 17.3 —Waterline Plan and Profile Sheets The CONSULTANT will prepare up to sixteen (16) water facility plan and profile sheets, consistent with the project limits, to show the relocations, installations and adjustments required. Plan and profile sheets will conform to the plan preparation requirements set forth in Lakehaven's Plan Review Checklist. Plans scale and match lines will conform to the City's plan sheets. The plan view will include existing base mapping, existing utilities, proposed curb and gutter and proposed drainage facilities, and other available utility information, including locations of luminaires, landscaping and irrigation improvements, retaining walls with associated foundation/structural earth reinforcement. In addition, horizontal alignment information, existing and relocated hydrant and valve locations and types, locations of existing and relocated service connections including water meters and fire service lines, and all demolition and abandonment callouts will be shown on the plan sheets. Minimum clearance requirements will be called out at critical locations adjacent other utilities, including storm drainage facilities. The full-sized scale shall be 1" = 20'. The profile view will be at 1"=20' horizontal scale and 1"=5' vertical scale. Each sheet will show the existing and proposed ground; and pipe elevation (top or bottom of pipe for water main, and invert elevations for sanitary sewer) information for the existing and proposed water mains at critical locations, specifically at utility crossings, including storm drainage facilities, and existing sanitary sewer mains. Minimum clearances will be identified with callouts at utility crossings, or in a separate crossing table. Existing waterline information will be based on pothole and measure down data determined in Task 17.5. Existing and proposed utility crossings will be shown as ellipses in the profiles. Temporary water service plan and criteria to minimize shutdowns will be prepared in collaboration with Lakehaven. Plans will include a sequencing plan and/or narrative for water main construction, including PRV valve decommissioning, removal, installation, and commissioning, and temporary water mains and service connections consistent with the proposed sequence plan and narrative. A table of service connections will be provided on the plan sheets. Service and meter sizes will be provided by Lakehaven. Pacific Highway South HOV Lanes Phase V Page 9 November 2014 EXHIBIT A - INTERLOCAL AGREEMENT All work associated with the water system facilities will be shown on these `stand-alone' plans and profile sheets. Any references to the water system facilities on the City's roadway plans will be edited to reference these documents. Task 17.4 —Water Line Detail Sheets The CONSULTANT will prepare one detail sheet for details not covered in WSDOT's Standard Plans or in Lakehaven's Water System and Sewer System Standards. Y Y Pertinent details from these "Standard Plans" sources will be included as an appendix in the contract specifications. Task 17.5 —Field Investigation and Legal Descriptions The finished grade elevations of the sewer manholes within the project limits will be adjusted. The Consultant shall perform a survey to determine the manhole as- constructed information, including manhole interior diameter, cone section (base diameter, height), cone orientation, ladders, and number and sizes of adjustment rings. Invert elevation at center of structure and the size and orientation of connecting pipes will be surveyed. Manhole information will be collected based on surface observation without entry into the structures. Surface elevation of water valves will be surveyed and measure downs performed from the surface to the top of valve operating nut will be surveyed by the Consultant to assist with determining existing depth. Dimensions from top of operating nut to invert of existing pipe will be based on a standard manufacturer valve table unless other information is provided by Lakehaven. Potholing, if required, will be performed by Lakehaven with locations surveyed by the Consultant and incorporated into the project base map information. The Consultant shall prepare a legal description and exhibit for Lakehaven's use in securing an easement for the selected PRV location if necessary. Task 17.6 — Sewer Manhole Adjustments Based on the information collected in Task 16.4, the Consultant will describe the work included to bring each sewer manhole to grade (which may include removal and/or replacement of cone sections, extensions, and/or risers. This information will be shown on the roadway plans and quantified in the appropriate bid schedule. Pacific Highway South HOV Lanes Phase V Page 10 November 2014 EXHIBIT A - INTERLOCAL AGREEMENT Task 17.7 — Specifications The CONSULTANT will prepare special provisions for construction of the water system facilities and sewer manhole adjustments per Lakehaven Standards and as required to meet federal funding requirements. Special provisions shall supplement WSDOT's 2014 Standard Specifications. The water system facilities and sewer manhole adjustment bid items will be included as a separate bid schedule. Task 17.8 — Opinion of Cost The CONSULTANT will prepare a 85%, 100% and final opinion of cost for the work described. The breakdown of items shown in the opinion of cost shall be of sufficient detail for inclusion in the project bid documents. Adjustment of Lakehaven facilities located within easements converted to City Right of Way will be itemized on Schedule A and associated costs will be the City's responsibility. Management Reserve Lakehaven may require additional services of the Consultant in order to advance the project through bid document preparation and construction. The scope of these services will be determined based on the unanticipated project needs or other considerations at the sole discretion of Lakehaven. This work may include additional design, right of way, construction services as well other items which were not anticipated with the development of this scope of work. These services will be authorized by Lakehaven under management reserve. At the time these services are required, the Consultant shall provide a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. SCHEDULE: 1. The City's roadway design is approaching the 85% design level. The CONSULTANT will commence work on the water line design immediately upon receipt of a notice to proceed from the City of Federal Way (note that this requires that Lakehaven Utility District provide a notice to proceed to the City through the Interlocal Agency Agreement). The 85% PS&E will be delivered to the City and Lakehaven twelve weeks after the CONSULTANT receives this notice to proceed. Pacific Highway South HOV Lanes Phase V Page 11 November 2014 EXHIBIT A- INTERLOCAL AGREEMENT 2. The City and Lakehaven will review the 85% PS&E and return comments back to the CONSULTANT no more than 3 weeks after submittal. 3. The Consultant will incorporate comments and prepare 100% Plans concurrent with the 100% Roadway Project submittal. 4. The City and Lakehaven will review the 100% PS&E and return comments back to the CONSULTANT no more than 3 weeks after submittal. Comments received after this date may not be incorporated into the Final Contract Documents without a contract modification. 5. Final PS&E submittal will be prepared approximately 3 weeks after comments are received from the City and the District. DELIVERABLES: The CONSULTANT will assemble and provide the following items to the City: 1. The Consultant shall prepare a preliminary alignment scroll plan and meet with the District to confirm the scope for final design. Modifications noted by the District will be addressed in the 85% submittal. 2. The CONSULTANT will submit at 85% and 100% stage of completion, two copies each of the half-sized plans, full-sized plan sheets, and special provisions for review and comment. 3. Two (2) sets of full-sized bond prints of"Final"water and sewer plans (Lakehaven schedule only). 4. Two (2)sets of half-sized bond prints of"Final"Water and Sewer Plans(Lakehaven schedule only). 5. Two (2) sets of camera-ready hard copy special provisions which cover the water- related elements of the project only. 6. One (1) computer disk for the plans of the water line elements of the project in AutoCAD format. 7. One (1)computer disk for the water line special provisions in Microsoft Word format. Pacific Highway South HOV Lanes Phase V Page 12 November 2014 EXHIBIT A- INTERLOCAL AGREEMENT ASSUMPTIONS: 1. Utility record drawings are not included in this scope and fee because construction services are not included in this contract. 2. Existing asbestos-cement (AC) water main to be removed shall be included as a separate bid item and appropriate hazardous waste specifications will apply. 3. Lakehaven shall provide the Consultant, in a timely manner, Lakehaven's standard documents for public works contracts, including standard plans. Unless otherwise specified, these standard documents shall be suitable for inserting into the bid documents without revision. 4. Lakehaven shall obtain all necessary approvals and/or new/revised utility service, and pay all fees connected therewith. 5. Lakehaven's representative with respect to services to be rendered under the Agreement shall be as designated by Lakehaven's Engineering Manager. 6. Lakehaven shall coordinate with the City of Federal Way to receive the required number of sets of final Contract Documents. 7. Lakehaven shall pay all permit fees necessary to complete the work described in this scope of work. 8. No conflict analysis has been completed or is anticipated for side sewers unless data is provided by Lakehaven. Lacking this data, it is anticipated that side sewer modifications will be made on a case by case basis during construction. 9. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, the CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore the CONSULTANT makes no warranty that Lakehaven's actual project costs, financial aspects, economic feasibility, or schedules will not vary from the Consultant's opinions, analyses, projects, or estimates. Pacific Highway South HOV Lanes Phase V Page 13 November 2014 Exhibit B City of Federal Way Estimated Costs Pacific Highway South HOV Lanes Phase V South 340th Street to South 359th Street ESTIMATED PRE-DESIGN, DESIGN, CONSTRUCTION, PROJECT ADMINISTRATION AND CONSTRUCTION MANAGEMENT COSTS FOR INCLUDING LAKEHAVEN UTILITY DISTRICT UTILITY RELOCATION AND ADJUSTMENTS ESTIMATED PRE-DESIGN COST Estimated pre-design costs for Lakehaven utility relocations $0.00 ESTIMATED DESIGN COST Estimated design costs for Lakehaven utility relocations (KPG, Inc.) $220,000 ESTIMATED CONSTRUCTION COSTS Subtotal Construction TBD Sales Tax @ 9.5% of Construction Cost TBD Subtotal Construction Including Sales Tax TBD Construction Contingency(10% of Construction cost) TBD Construction Management (15% of Construction cost) TBD ESTIMATED TOTAL CONSTRUCTION COST TBD ESTIMATED PROJECT COST i g Design de n n & Construction) 220 ( e s g ) 000$ , Project Administration (5% of project cost) $ 11,000 TOTAL ESTIMATED COST $231,000 Note: The Agreement will be amended to include amounts to be determined ("TBD), including estimated construction, and project administration costs when the estimates have been prepared. Costs presented are estimates only. Actual costs incurred will be used to calculate final cost of Lakehaven Utility District's utility relocation portion for reimbursement to the City. K:\STREETS\PROJECTS\SR99 Phase V\Lakehaven\ILA\ILA Agrement.doc Pacific Highway South HOV Lanes Phase V Page 14 November 2014 0 •N• M O N d O �O +'OO fa N- O C) (0 n om to .-Q) (O a O o O O) O a c )1) c0 0 O 0 1` aD U) O) N N CO 0f O> O 0, yyyy 7 (� 7Z• �j 'w • f` O N CO N o,O I� CO 00 M a O t 2 E c > N 1- N YN. 2Q N. a) ~ aYOi N VGa .. ----_._._W 0 0 0 0 69 EA:..0 0 G9,,,N e9 tR ea eR O Sc �' t\'O U) O N- st O M d __ N 0 CO N- 0) V T CO a M .+ «. n O N U) .- T- r 1� aC.+ II - o c6 Oi N �., w N N O O y X N •ra• d co ',. N ., -0 o O M ((00 n 0):iU) N CC') 0 d CO o U) M 0 N CO'U) a) co N. a) N. t co M U) r-- ,.a] N U) U) M Cr) C1 O1 vs 0 0 O (C6 O a N NT 0) a) U) (0 N (0 0 •7:U) N'N (0 a) 00) a)co CO n I.CO y v i N O M V aD M aM N C N. O J CD 1S _.._..._-..-_ a_ N O-..... _CO u) CO (0 0 CO 00 <- 0 Cr (0 N ti O 0 r A 2 a- 0 8 ") N N I N,,,,co c0 O c0 o a) v 4,0 t00. U se. co 0 a) co O'.,.CJ �.:N NCO CO N N of er 0 A (D a, Z N (� 0 0 0 0 0 CD O o -(0 3 U ,- C co v. I1.1.1 G 00 W rn o (°o L o o 0 W C O to b?' M 0 a0 N V CO <}' ON 0 co 0 i c CI •Q 6g zo 0 N J W U p 0 0 v v v v (O O O 3 :. ii .0 .O V co (0 N N N N a- M M U) a d c s. 0 QD L d p) U) O �,N 0 C0 00 N a0 N N a c tr)r O r C (• (00 N 0 `Cr 7 V V'V N N co - a t 69 _ 0. r u) ,,,d a) w ai ., E w as(c0 N c c c LU J C) 0) LL W w (6 0 cu U.1 2 M N co o ~ a - pJ a) E 2 o N >+ O c U) 2 CD fA r •C O- a) 0 IJJ Ill a> Q• c a cn _ N Q CO — C R < 3 Cn Z H m D. N a-o' a) 0 o I- +• m o I. 0 10 C0 r c G a d 0 c _ CZ -0o Y C W w M � ? Ec � � o � � � � Z (00 E (v Q Q m p ._ t a) m m y' a in . c w .+ O J c N — Cl,(n O () O a) C) a3 re W 7 0. n5 : N a) — V d w. N a) a) (6 @ O N N 0 O ci 3 c c c s2 c = 2 _ Z c .� 0 0 -0 m c E E Q 0 Q y o a) m m a) aa)) oo_ 6- m 2 fr wa. x33iicn (I) 0W CC p va • 0 y - N c') 7 U) (0 N- CO I- 0 2 1._ to