Loading...
AG 20-044.005 - LAKEHAVEN WATER & SEWER DISTRICTRETURN 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.