AG 20-044.005 - LHUDRETURN TO: PW ADMIN EXT: 2700 ID #: 3997
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Engineering
2. ORIGINATING STAFF PERSON.: 5 el ::S4,., t,.k, EXT: 2720 3. DATE REQ. BY: 1 0/20/202
3. TYPE OF DOCUMENT (CHECK ONE):
p 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 Task Order for AG#2 -044
4. PROJECT NAME: Lakota Middle School SRTS and Water Main Replacement
s. NAME OF CONTRACTOR: Lakehaven Water and Sewer
ADDRESS: POB 4249, Federal Way, 98063 TELEPHONE:
E-MAIL:. akehave ❑ FAX:
SIGNATURENAME: John Bowman TITLE: General Manager
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. _/_/_
7. TERM: COMMENCEMENT DATE: upon commencement COMPLETION DATE: 1 2/31/2022
8. TOTAL COMPENSATION: $ reimburse actual (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 0 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ .
IS SALES TAX OWED: 13 YES ❑ NO IF YES, S PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 306-4400-204-344-10-000
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER
6 DIVISION MANAGER SH 10/1312021
6 DEPUTY DIRECTOR DSw 10/15121
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 10/2212021
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE:- COMMITTEE APPROVAL DATE.
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TOVENDOR/CONTRACTOR DATE SENT: DATE REC' D: `o p Le p "L
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICE SES. tXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
oLAW DEPT
VL.SIGN.ATORY (MAC R OR DIRECTOR)
CITY CLERK
ASSIGNED AG #
SIGNED
COSI-NIENTS:
1/2020
Exhibit A
Task Order Format
SERVICES AGREEMENT
BETWEEN THE CITY OF FEDERAL WAY AND LAKEHAVEN UTILITY DISTRICT
FOR, SERVICES, COSTS AND CONSTRUCTION RELATED TO
Task Order 2' 21- O0,2 �
SW Dash Pt Road at Lakota Park Sidewalk Improvements
This Task Order is issued under the Inter Local Agreement between the City of Federal Way and
Lakehaven Utility District. This Task Order establishes the scope, schedule, and budget for
Lakota Middle School SRTS and Water Main Replacement. The Parties agree to perform the
Services in the manner set forth in this Task Order.
The effective date of this Task Order is
2022
Project Description. General Description of the work to be performed. May also include
definitions if helpful/appropriate.
• The Scope of Work is included as Attachment 1 to this Task Order.
• The Schedule is included as Attachment 2 to this Task Order.
• The Cost Estimate is included as Attachment 3 to this Task Order.
The authorized representatives of the parties have agreed to the terms of this Task Order by
nina below.
Forth
Sig re
Title
s
Date,
Approved as to Form:
t1 / 4--
ame,
For the
Signatu
Title
Date 12I2-022
Ap oved as t F rm:
f
Name, Lakehaven Legal Counsel
Page 9
Task Order Attachment 1: The District will be replacing the water main in SW Dash Point Road
from 21 st Ave SW to SW 314th St in the same location as the City's Lakota Middle School Safe
Routes to Schools Project.
A. Project Administration.
A.1. Coordination and Communication. The City of Federal Way will provide the
coordination services for the project. The contact person for the City and District are
shown below:
Cam: John Mulkey, P.E., Senior Capital Engineer
District: Naveen Chandra, P.E., Senior Project Manager
A.2 Management andAdministration. The City shall provide the necessary administrative,
and clerical services necessary for the execution of the Project.
A.3 Agreements, Not Used
B. Design and Review.
B,1 Description of responsibilities. The District is responsible for plans, specifications and
estimate for the water main replacement project.
C. Permits andApprovals.
C.1 Permit Requirements. TBD.
C.2 Permitting and Inspection Activities. The City shall provide the necessary
construction observation services necessary for the execution of the Project, exclusive of
such construction observation, material review and ancillary construction administration
support provided by the District in coordination with City staff.
D. Bidding and Construction.
D.1. Description of responsibilities. The City is responsible for bidding and construction of
the project.
E. Closeout
E.1. Descdption sDonsibilities. The district will provide acceptance of work in writing
within 24 hours after completion of work including any corrective measure noted by the
district.
Page 10
Task Order Attachment 2: Estimated Schedule.
Milestone
Date
Contract Documents issued for Construction
November 2021
Advertise
November 2021
Bids Open
December 2021
Bid Award
January, 2022
Notice to Proceed
A ril, 2022
Substantial Completion 110 working days)
October, 2022
City of Federal Way and Page 11
Lakehaven Water & Sewer District
Interlocal Agreement
Task Order Attachment 3. Cost Estimate,
ESTIMATED DESIGN COST
Design
Estimated design costs for District Work $ 0.00
Lakehaven Water & Sewer District has contracted directly with an
engineering design consultant (KPG, Inc.) to provide plans and
specifications for inclusion in the City Contract Documents.
ESTIMATED CONSTRUCTION COSTS
The proportionate Lakehaven Water & Sewer District (LWSD) percentage will be applied to the
Schedule A Bid Items listed below. The LWSD percentage will be determined as follows:
LWSD % = Schedule B Total Bid Amount
Schedules A + B Total Bid Amount
*Note Schedule B Bid Amounts for this calculation do not include sales tax
LWSD 17.6% = $333.401.25
$1, 559, 753.18 + $333401.250
Construction — Schedule A Shared Bid Items
No. Sect. Item Qty Unit Unit Cost Total
LAKOTA MIDDLE SCHOOL - SAFE ROUTES TO SCHOOL
A02 1-05 ROADWAY SURVEYING 0.18 LS $ 15,000.00 $ 2,641.63
A04 1-05 AS -BUILT SURVEY AND RECORD 0.18 LS $ 2,000.00 $ 352.22
DRAWINGS
A05
1-07
SPCC PLAN
0.18
LS
$ 100.00
$ 17.61
A06
1-09
MOBILIZATION
0.18
LS
$ 194,202.68
$ 34,200.81
A07
1-10
TRAFFIC CONTROL SUPERVISOR
0.18
LS
$ 7,500.00
$ 1,320.82
A08
1-10
FLAGGERS
176
HR
$ 77.00
$ 13,560.38
A09
1-10
OTHER TRAFFIC CONTROL LABOR
176
HR
$ 65.00
$ 11,447.08
A 10
1-10
CONSTRUCTION SIGNS CLASS A
18
SF
$ 30.00
$ 528.33
All
1-10
SEQUENTIAL ARROW SIGN
225
HR
$ 2.25
$ 507.19
A 12
1-10
PORTABLE CHANGEABLE MESSAGE SIGN
676
HR
$ 3.75
$ 2,535.97
A 13
1-10
PROJECT TEMPORARY TRAFFIC
CONTROL
0.18
LS
$ 2,500.00
$ 440.27
A 14
1-10
CLEARING AND GRUBBING
0.18
LS
$ 35,000.00
$ 6,163.81
A 38
8-01
STORM WATER POLLUTION PREVENTION
PLAA
0.18
LS
$ 2.000.00
$ 352.22
39
8-01
EROSION CONTROL AND WATER
POLLUTION PREVENTION
0.18
LS
$ 15,000.00
$ 2,641.63
Subtotal $76,709.97
City of Federal Way and Page 12
Lakehaven Water & Sewer District
Interlocal Agreement
Construction — Schedule B
No. Sect. Item Qty Unit Unit Cost Total
SCHEDULE B: LAKEHAVEN WATER IMPROVEMENTS
1 1-07 PERMITS 1 LS $ 850.00 $ 850.00
2 1-07 COVID 19 HEALTH AND SAFETY PLAN (CHSP) 1 LS $ 100.00 $ 100.00
3 1-07
COVID 19 ADDED MEASURES (WITHOUT
OVERHEAD AND PROFIT
1 EST $ 1,500.00 $ 1,500.00
4 2-01 SITE RESTORATION 1 LS $ 6,000.00 $ 5,000.00
5 2-02 REMOVAL OF STRUCTURES AND 1 LS $ 1,000.00 $ 1,000.00
OBSTRUCTIONS
6
2-02
REMOVE WATER VALVE (8 IN., 12 IN.)
3
EA
$ 250.00
$ 750.00
7
2-02
REMOVE AC WATER MAIN (8 IN., 12 IN.)
1,070
LF
$ 46.00
$ 49,220.00
8
2 02
REMOVE DUCTILE IRON / CAST IRON WATER
MAIN (8 IN.)
10
LF
$ 50.00
$ 500.00
9
2-02
REMOVE HYDRANT ASSEMBLY
1
EA
$ 500.00
$ 500.00
10
2-09
TRENCH SAFETY SYSTEMS
1
LS
$ 100.00
$ 100.00
11
2-09
SHORING OR EXTRA EXCAVATION CLASS B
6,500
SF
$ 0.10
$ 650.00
12
5-04
TEMPORARY PAVEMENT
20
TN
$ 270.00
$ 5,400.00
13
7-09
MINOR CHANGE FOR WATER IMPROVEMENTS
1
EST
$ 14,000.00
$ 14,000.00
14
7-09
DUCTILE IRON PIPE FOR WATER MAIN, 8 IN.
DIAM.
35
LF
$ 125.00
$ 4,375.00
15
7-09
DUCTILE IRON PIPE FOR WATER MAIN, 12 IN.
DIAM.
1,050
LF
$ 115.00
$ 120,750.00
16
7-09
ADDITIONAL DUCTILE IRON FITTINGS
225
LB
$ 7.25
$ 1,631.25
17
7-09
CONNECT TO EXISTING WATER MAIN, 8 IN.
DIAM.
2
EA
$ 3,800.00
$ 7,600.00
18
7-09
CONNECT TO EXISTING WATER MAIN, 12 IN.
DIAM.
2
EA
$ 3,800.00
$ 7,600.00
19
7-09
REMOVAL AND REPLACEMENT OF UNSUITABLE
FOUNDATION MATERIAL
10
CY
$ 185.00
$ 1,850.00
20
7 09
CRUSHED SURFACING TOP COURSE FOR
TRENCH BACKFILL
500
CY
$ 100.00
$ 50,000.00
21
7-10
CONSTRUCTION SEQUENCING
1
LS
$ 500.00
$ 500.00
22
7-12
GATE VALVE, 8 IN.
2
EA
$ 2,200.00
$ 4,400.00
23
7-12
GATE VALVE, 12 IN.
5
EA
$ 3,400.00
$ 17,000.00
24
7-14
HYDRANT ASSEMBLY
2
EA
$ 7,750.00
$ 15,500.00
25
7-15
SERVICE REPLACEMENT (METER, 1.5 IN.)
1
EA
$ 3,900.00
$ 3,900.00
26
7-15
SERVICE REPLACEMENT (IRRIGATION, 2 IN.)
1
EA
$ 4,300.00
$ 4,300.00
27
8-30
UTILITY POTHOLE
13
EA
$ 725.00
$ 9,425.00
28
8-31
RESOLUTION OF UTILITY CONFLICTS
1
FA
$ 5,000.00
$ 5,000.00
Subtotal $ 333,401.25
Subtotal
1 $ 333,401.25
Sales Tax
10.1%
1 $ 33,673.53
Subtotal — Construction
$443,784.75
Construction Management (15% of Subtotal - Construction cost) $66,567.71
Estimated Construction Cost $510,352.46
City of Federal Way and
Lakehaven Water & Sewer District
Interlocal Agreement
Page 13
ESTIMATED TOTAL COSTS
Estimated Design Cost $0.00
Estimated Construction Cost $510,352.46
Subtotal $510,352.46
Project Administration (5% of Design & Construction Subtotal) $25,5_17.52
Total Estimated Cost $535,870.08
Note: Bid amounts from the selected contractor & actual costs incurred will be used to calculate the final
cost due from the District for its portion of the District Work for reimbursement to the City.
City of Federal Way and Page 14
Lakehaven Water & Sewer District
Interlocal Agreement
Christine Tollefson
From: John Bowman <JBowman@lakehaven.org>
Sent: Tuesday, May 24, 2022 4:58 PM
To: Christine Tollefson
Cc: John Mulkey; Ken Miller; Andrew Weygandt
Subject: RE: Task Order - SW Dash Pt Road at Lakota Park Sidewalk Improvements
[EXTERNAL EMAIL WARNING]
This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution
when clicking links, opening attachments, or replying to requests for information. If you have any doubts about
the validity of this email please contact IT Help Desk at x2555.
Christy,
Yes, I am OK with the revision to 21-002.
So we can reconcile our files with your, please send us your list of the assigned ILA Task Order numbers with
corresponding project names.
Thanks,
John
From: Christine Tollefson <Christine.Tollefson@cityoffederalway.com>
Sent: Tuesday, May 24, 2022 10:01 AM
To: John Bowman <JBowman@lakehaven.org>
Cc: John Mulkey <John.Mulkey@cityoffederalway.com>
Subject: Task Order - SW Dash Pt Road at Lakota Park Sidewalk Improvements
This message originated from outside Lakehaven
Good morning,
We recently received the signed Task Order for the SW Dash Pt Road at Lakota Park Sidewalk Improvements. While
processing, we noticed the Task Order # was changed at some point to 22-001. Since this task order originally was
drafted in 2021, it was assigned the # 21-002 and we'd like to make this correction on the document. Could you email us
consent to make this correction on the signed Task Order? Thank you and let us know if you have any questions.
Thank you,
Christy Tollefson
Administrative Assistant 2
City of Federal Way
Public Works Department
33325 8th Avenue S
Federal Way, WA 98003-6325
Phone: 253-835-2701
The contents of this email may be determined to be a public record and subject to disclosure pursuant to RCW 42.56
regardless of any expectations or claims of confidentiality or privilege asserted.