HomeMy WebLinkAboutAG 90-043 - KING COUNTY (CIP)I
►
� �
I � �
I -�
' �,
� � � ��: ,
�� �� �
;�� ���� �
�<�. � `� � ��;�
�
�
�G 9 °' � 3 ���
AMENDMENT TO INTERLOCAL AGREEMENT BETWEEN KING
COUNTY AND THE CITY OF FEDERAL WAY RELATING TO
ROAD DIVISION SERVICES FOR CAPITAL IlVIPROVEMENT
PROJECTS.
This amendment modifies that certain Interlocal Agreement between King County, a home-rule,
charter County, political subdivision of the State of Washington, hereinafter referred to as the
"County" and the City of Federal Way, municipal corporation of the State of Washington,
hereinafter refened to as "the City", entitled Interlocal Agreement Between King County and
the City of Federal Way Relating to Road Division Services for Capital Improvement Projects,
entered into July 10, 1990.
WHEREAS, the County and City have previously entered into an Interlocal
Agreement Relating to Road Division Services for Capital Improvement Projects that provides
that the jurisdictions will cooperate to provide efficient, cost-effective transportation services;
and
WHEREAS, that agreement set forth the rights and responsibilities for the City
and County with regard to capital improvement projects; and
WHEREAS, the parties are desirous of amending the responsibiliries and duties
of the parties as it relates to Capital Improvement Project #502088 (Southwest 356th Street); and
- �
WHEREAS, Paragraph 15 of the original Interlocal Agreement provides that the
original agreement may be amended at any time by mutual written agreement of the parties; and
WHEREAS, it has been determined by each of the parties hereto that it would be
in the best interest of the citizens of their respective jurisdictions and mutual benefit to their
public works departments if, for this identified Project, the Public Works services can be
contracted through a competitive bidding process; and
WHEREAS, the parties hereto desire and enter into a cooperative agreement
wherein the parties can share bidding information and responsibility for bid processes for this
Project;
ORIGINA�
s
-
• -' , � �
• ,.
r ' '
1.
2.
NOW THEREFORE, the parties agree to the following terms and conditions:
Annlicabilitv
:,
This amendment relates solely to the procedures for that Capital Improvement Project
known as Southwest 356th Street, Phase I, hereinafter referred to as the "Project", and
as identified as Capital Improvement Project �t502088 in Attachment 1 of the original
King County/Federal Way Interlocal Roads Agreement, attached hereto in relevant part
as Exhibit "A".
Joint Responsibilities
a. The parties hereto, pursuant to RCW 39.34.080 of the Interlocal Cooperation
Act, do hereby agree to cooperate in the competitive bidding and acquisition of
the public works services and equipment for this identified Project. Parties
acknowledge that the County has issued bid and contract documents relating to
: this Project as of December 26, 1991. Once bidding for the Project has been
finalized, it is agreed that bids will be accepted and reviewed by the County at
the staff level. King County staff analysis of the apparent low bidder will be
transmitted to Federal Way Staff. Following this transmittal, the City will make
its individual contract award including notification to participating parties, and
any subsec�uent contract, if any is awarded, will be entered into by the City
directly with the successful supplier or contractor.
�
b. The County and City agree that each party has no liability for the warrantability
of the contracted services. King County shall have no responsibility for selection
of the contractor,
�
c. Parties acknowledge that the County accepts no responsibility for the performance
of any Public Works contracts by the contractor and accepts no responsibility for
the payment of the purchase price in a contract entered into by the City with the -
contractor.
d. The City desires to include certain additional or changed specifications or project
descriptions within the existing bid notice, advertisement and contract documents.
The City shall be responsible for forwarding its additional specifications to , the
County within a timely manner, in order to complete any addendum or any
amended bid notice, advertisement and construcdon documents.
County Respons�bil�hes
The County will provide services as required to complete this capital Project within the
City limits as follows:
. . ' 4.�1.. _. . . . . . �
2
� � ,'',••� •
, �
i�` ���` �ir�'�
��� �
�
�' • • � �� � ,
1� J
�
a. Advertise the contract documents currently let for bid for this Project on
December 26, 1991.
b. Continue all bid acceptance duties relating to the Project bid documents as they
now exist, or as may be amended.
c. Provide analysis of the apparent low bidder to the Federal Way City staff for award
of the final bid for this Project.
d. Disburse to the City of Federal Way, as required for construction administration,
the balance of all County funds originally committed to this project net of
expenditures per Attachment 1 of the original Interlocal Agreement based on the
closing date which will be the end of the month following date of transmittal.
Any bills r�,c.eived by the County for charges incuned prior to the closing date
shall be included in the monthly billing.
e. Disburse to the City a refund for amount charged to the City of Federal Way for
CIP overhead amount based upon the City's assumption of the construction
administration of this project.
f. Make available to the City of Federal Way necessary engineering, design, and
Real Property personnel for technical assistance associated with the bid and
construction contract administration services as agreed to by the County Road
Engineer and Federal Way Public Works Director. The City shall reimburse the
County for actual costs (including direct labor, employee benefits, equipment
rental and related materials) and administrative overhead costs, which are 29%
for 1992.
g•
h.
The cost of the services described in this section shall be billed
monthly.
Make available, if requested by the City, appropriate County personnel to
perform the following services:
(i) Review submitted bids for compliance with King County Affirmative
Action Program.
(ii) Review submitted bids for compliance with King County procurement
policies.
(iii) Review contractor compliance with ongoing reporting requirements of
King County Affirmative Action Program.
3
r�
,'.� •
4.
�
�
(iv) Provide construction inspection services for the illumination and
signalization portions of the contract as described on sheets 50 through 65
of the contract plans and Pages G-72 through G-89 of the special
provisions. The City shall reimburse the County for these services as
desc��ibed in Paragraph f above.
City Resnonsibilities
The City will assume the following services as required to complete the capital Project
within the City limits as follows:
a. Construction contract administration services, including holding preconstruction
conference and inspection of contractor work to ensure compliance with standards
and plans.
b. Handling of day-to-day project management, including processing of work orders,
change orders, and contractor progress payments, and response to day-to-day
project implementation matters.
c. Contract for any services to be provided in the course of this Project which may
include consultants for professional services. All supervision and inspection of
any contractor's work shall be performed by the City and/or through City
consultants or contracted services.
d. Receive fufids identified for this Project as referenced in Section 3.d. based upon
the Scope of Work identified for this Project in the original Interlocal Agreement,
Attachment 1,and Exhibit "A" hereto. The City will assume the acceptance and
administration of the funds awarded for construction from the State of
Washington Transportation Improvement Board by letter daterl October 22, 1991,
for Transportation Improvement Project TIB #8-1-017(59), (Southwest 356th
Street project only).
e. The City shall reimburse the County for the services described in
Section 3 within 30 days of invoicing by the County.
l --
4
r�
���
• � ' ' . }-y, ' Y � �
5. Effectiveness of Original Agreement
All other terms and conditions of the original Interlocal Agreement between King County
and the City of Federal Way Relating to Road Division Services for Capital Improvement
Projects not modified herein shall remain in full force and effect.
IN WITNESS WHEREOF, the parties have caused this agreement to be executed this
� � day of �� , 1992.
KING COUNTY CITY OF FEDERAL WAY
. o ��
ng Cou ty Ex utive J. B ent McFall, C ty Manager
�3 � � - �'�-- �.��,L�.�
Date Date
Approved as to Form • �
,
King y secuting Attorney
Approv as to Form:
i Attorney
v
roada/356ih addeadum
�
�
.. _ ��G' 90- �:.3
��, �',;..
���;: `` > `'�^�
CJ,.c ,1' J9
�`r�� 9 U
�;r ,
: ;��/
INTERLOCAL AGREEMENT
BETWEEN
KING COUNTY AND THE CITY OF FEDERAL WAY
Relating to Roads Division Services for
Capital Improvement Projects
THIS IS AN INTERLOCAL AGREEMENT between King County, a home rule
charter county, a political subdivision of the State of Washington, hereinafter referred to
as the "County", and the City of Federal Way, a municipal corporation of the State of
Washington, hereinafter referred to as the "City".
WHEREAS the City desires to provide roads capital improvement projects for its
residents from the date of incorporation, and;
WHEREAS the County has initiated several projects within the City that are not
completed, and;
WHEREAS, the City will not have the organization and personnel to provide such
services for some time after the date of incorporation, and
WHEREAS the County has the resources to complete such improvements, and;
WHEREAS it is in the public's interest that the jurisdictions cooperate to provide
efficient, cost effective transportation services;
NOW THEREFORE, pursuant to RCW 39.34, the County and City hereby agree:
1. Basic Services
The County will provide services as required to complete capital projects
within the City limits as follows:
- Design engineering, including plan prepararion, soils/investigation
survey, environmental assessment, and preparation of construction
contract documents;
�� ��'�`3 �
Right-of-way acquisition services, which will be accomplished by the
Real Properry Division; and
Construction contract administrative services, including holding
preconstruction conference and inspection of contractor work to ensure
compliance with standards and plans.
ORIGINAL
•
Federal Way Interlocal Agreement: Roads
u
When the County provides engineering and administration services, the
County Road Engineer may exercise all the powers and perform all the
duties vested by law or by resolution of the Ciry Engineer or other offices or
department charged with street administration.
2. Or�anization
The County will provide the services identif'ied in Section 1 through the
following organization:
a. County and Cit� Liaisons: The County will provide capital project
liaison through a specifically identified Roads official, designated by
the County. The Counry will handle day-to-day project management
including processing of work orders, change orders, and contractor
progress payments. The City will provide a liaison to respond to day-
to-day project implementation matters.
b. Contract Services: The County may use contract services for any
services routinely provided in the County through contracts including
consultants for professional services. The appropriate supervision and
inspection of the contractor's work will be performed by the County.
3. Scope of Work and Reporting
a. The County will complete the capital projects described in Attachment
1. County Road funds allocated for the completion of projects are
li.mited to the amounts identified for each project in Attachment 1.
Project costs, above those reported in Attachment 1, will be paid for
by the City.
b. The County liaison shall notify the City liaison of any potential
substantive changes, such as scope changes, bids which are above the
engineering estimate, and change orders, provided that only the
County Road Engineer and City Manager shall have the authority to
approve any significant changes in a project listed in Attachment 1.
c. The City must authorize the County to proceed with the work
expected to generate a significant cost overun. Should the City not
authorize the work, the project will be terminated and any unexpended
project funds will be transferred to the City, less any project
termination costs and appropriate overhead charges.
2
�
Federal Way Interlocal Agreement: Roads
•
d. The County will report quarterly on costs and schedules for projects
listed in Attachment 1.
4. Personnel and Equipment
a. The County is acdng hereunder as an independent contractor so that:
(1} Control of personnel, standards of performance, discipline and
all other aspects of performance shall be governed entirely by
the County;
(2) Except as described in Section 2b, all persons rendering
services hereunder shall be for all purposes employees of the
County;
b. The County shall furnish a11 personnel and such resources and
material deemed by the County as necessary to provide the level of
roads and traffic service herein described.
5. Compensarion
a. In consideration for the services of the County herein set forth, the
City promises to pay to the County for overhead costs, as described
in Attachment 2. 50% of the overhead cost will be billed December
31, 1990; the other 50% will be billed December 31, 1991; with
payment due within 30 days after invoicing by the County.
b. The City also promises to pay any project costs above the project
totals identified in Attachment 1. The County promises to pay the
City any unexpended project funds.
6. City Responsibilities
In support of the County providing the services described in Sections 1
above, the City promises:
a. To confer hereby the authority on the Counry to perform capital
project implementation services within the City limits, for the
purposes of cazrying out this agreement.
b. To adopt by reference all of the County codes necessary to provide
authoriry for the Counry to perform the services described in this
agreement, such as the counry road standards.
3
�
Federal Way Interlocal Agreement: Roads
.
c. Supply at its own cost and expense any special supplies, stationary,
notices, forms and the like where such must be issued in the name of
the City.
7. Projects Requiring Condemnation.
The following shall apply to projects covered by this agreement, and
incomplete as of the date of incorporation, where condemnation is necessary
to acquire the necessary right-of way:
a. City Res�onsibilitv. The City will enact an ordinance authorizing
acquisition of the necessary right-of-way by eminent domain in
accordance with State law. The City will establish public use and
necessity in any resulting condemnation proceeding. The terms and
conditions of legal representation in the just compensation phase of
any such condemnation proceeding will be negotiated between the
City and the King County Prosecuting Attorney.
b. County Responsibilitv. The County will ask the King County
Prosecuting Attorney to provide legal representation in the
condemnation proceeding and to negotiate the specific terms and
conditions of such representation with the City. The County will pay
all costs and fees of the condemnation proceeding and will provide
any services other than legal representation, necessary to support the
condemnation proceeding. The County shall have sole authority to
negotiate, compromise and settle all issues of just compensation in the
condemnation proceeding.
8. Grant Funds
I
The County received grant funds for certain projects based on the scopes of
work identif'ied in Attachment 1. If the City should change any of these
scopes resulting in a demand for grant fund repayment, the City shall be
responsible for all costs.
9. Duration
This Agreement is effective on February 28, 1990, provided the agreement
has been duly authorized and signed by both parties. The agreement shall
continue until completion of the projects identified in Attachment 1, unless
the contract is terminated consistent with Section 8 below.
.,�
�
•
Federal Way Interlocal Agreement: Roads
10. Termination
•
Either party may terminate this agreement upon 60 days written notice,
provided that if a construction contract has been awarded, any contract
cancellation fees shall be paid by the party requesting the termination. Any
unexpended project funds shall be transferred to the Ciry. The City shall be
responsible for applicable overhead charges determined by applying the
percentage of direct labor expended to the anaount of direct labor budgeted.
Upon receipt of a termination notice, both parties agree to provide for an
orderly transition of project responsibilities from the County to the City.
11. Indemnification
a. In executing this agreement, the Counry does not assume liability or•
responsibility for or in any way release the City from any liability or
responsibility which arises in whole or in part from the existence,
validiry or effect of city ordinances, rules or regulations. In any such
cause, claim, suit, action or administrative proceeding is commenced,
the City shall defend the same at its sole expense and if judgment is
entered or damages aze awarded against the City, the County, or
both, the Ciry shall satisfy the same, including a11 chargeable costs
and attorney's fees.
b. The County shall indemnify and hold harmless the City and its
officers, agents, and employees, or any of them, from and against any
and all claims, actions, suits liability, loss, costs, expenses, and
damages of any nature whatsoever, which are caused by or result
from a negligent act or omission of the County, its officers, agents,
and employees in performing services pursuant to this agreement.
In the event that any suit based upon such a clai.m, action, loss, or
damage is brought against the City or the City and the County,
subject to Section 12 below, the County shall defend the same at its
sole cost and expense; and if final judgment be rendered against the
City and its officers, agents, and employees or jointly against the City
and the County and their respective officers, agents, and employees
the County shall satisfy the same.
c. The City shall indemnify and hold harmless the County and its
officers, agents, and employees, or any of them, from and against any
and all claims, actions, suits, liability, loss, costs, expenses, and
damages of any nature whatsoever, which are caused by or result
from a negligent act or omission of the City, its officers, agents, and
employees.
E
r-
•
Federal Way Interlocal Agreement: Roads
•
In the event that any suit based upon such a claim, action, loss, or
damage is brought against the County or the City and the County, the
City shall defend the same at its sole cost and expense; and if final
judgment be rendered against the County, and its officers, agents, and
employees or jointly against the County and the City and their
respective officers, agents, and employees the city shall satisfy the
same.
�-12.
-�.
�;
�
:
13
14.
Cost of Defense
Following completion of a project covered by the agreement and whether or
not the City is required to indemnify the County under Part 11, the City has
an independent obligation to defend the County and its officers, agents, and
employees against every claim arising from or related to a capital project,
listed in Attachment 1, within the City Limits or arising from or related to
the performance of this contract, including payment of reasonable attorney's
fees for separate counsel, mutually agreed upon by the parties, and all costs
and expenses incident to the defense.
Non-Discrimination
The County and the City certify that they are Equal Opportunity Employers.
The County has developed and implemented Affirmative Action Programs in
accordance with the guidelines in Revised Order 4 of the United States
Department of Labor. The City will develop and implement Affumative
Action Programs which meet the applicable federal standards.
Audits and Inspections
The records and documents with respect to all matters covered by this
contract sha11 be subject to inspection, review or audit by the City during the
term of this contract and three (3) years after termination.
15. Amendments
The Agreement may be amended at any time by mutual written agreement of
the parties.
16. Entire Agreement
The parties agree that this Agreement is the complete expression of the terms
hereto and an oral representations or understandings not incorporated herein
are excluded.
0
i
Federal Way Interlocal Agreement: Roads
17. Contract Administration
r
1fie parties shall each appoint representatives to review contract perfornaance
and resolve problems which cannot be dealt with by the County's and City's
liaisons. Each party shall notify the other in writing of its designated
representa.tives. The representatives from the County will include the County
Road Engineer and the Off'ice of Financial Management. Either party is
authorized to call meetings with ten days written notice to the other.
Any problems which cannot be resolved by the parties' designated
representatives shall be referred to the City Manager and the Director of the
Public Works Department for settlement.
IN WITNESS WHEREOF, the parties have executed this agreement.
KING OUNTY
ea�a0 FOR
ing County Exe ve
JUL • 3 1990
Date
CITY OF FEDERAL WAY
, j , i��/
. �,.
. -,- ,
, ,
..-
Approved as to Form
King County Prose 'ng
Attorney
Budget Division
JBC V:Roads.Fed
� .� . -� � . ��
�� �/
. � I . �� . . /. ��""r ��
� •
7
P+'nject
Number
500189
0
500289
500488
500588
501188
ATTACHMENT 1
City of Federal Way
Location/ • Fundmg Priar Years 1989
Scope Sumnary to 1231�8 Budget
16th Avenue South County Road 56,296 303,944
(SR -99 - South 348th St.) FAUS/MPS 168,914 891,000
wden existing 2-lane road
to four lanes with a
continuous IeR-tum lane,
sidewalks and landscaping.
At South 348th, a 6th lane
is added to provide a dual
le(t tum lane. Total 225,210
25th Avenue South Counry Road 0
Construct a 36-foot road METRO 0
from Federa! Way Park and
Ride to South 320th Street.
Includes sidewaiks. Total 0
11th Place/14th Avenue South County Road 41,767
(South 312th - South 320th) GRANT 0
Conduct feasibility study and
route location study io� new
commercial collector between
South 312th and South 320th
Street Total 41,767
South 320th County Road 0
(Interconnect) GRANT 0
Coordinate signals on South
320th from 25th Avenue South
to 8th Avenue South. King
County signals wiU inter-
connect with WSDOT at ramps
to I-5 and along SR 99.
State I�d. Total 0
Southwest Dash Point Road County Road 0
(South 312th - 21 st Avenue GRANT 0
Southwest)
State lead on improvement
project. Total 0
1,194,944
90,695
90,694
181,389
64,395
0
64,395
100.000
0
100,000
22.500
0
22,500
1989
E�nd.
67,718
30,772
98,490
42.502
0
42.502
63,983
0
63,983
0
0
0
0
0
0
1989
Balanoe
236.226
860,228
1,096,454
48,193
90,694
138,887
412
0
412
100,000
0
100,000
22,500
0
22,500
1990
APProP•
556,200
1,132,277
1,688,477
31,145
31,145
62,290
0
0
0
0
0
0
0
0
0
501388 South 356th County Road 21,727
(1 st Avenue South - TIB 38,107
Pacific Highway South)
Widen existing 2-lane road
to 4 lanes with continuous
left tum and bicyde lanes,
sidewalks, illumination,
drainage and la�dscaping.
Existing signal at SR 99 will
be modified. A 2-lane
bridge with bicycle lanes and
sidwalks will be constructed
for eastbound traffic cxossing
at Hylesbos Wetfand. Total 59,834
501688 16th Avenue South County Road 2,536
(Signal at SR 99j STATE/MPS 0
Aealignment and
signalization. WSDOT to
pay tor construcUon. Total 2,536
502088 Southwest 356th County Road 165,197
TIB/MPS 129,723
wden existing 2-lane road
to 5-lane including continuous
left tum lanes, bicyde
lanes, sidewalks, retaining
wall, flghting and
landscaping. New signal and
channelization at ist Avenue
South and the existing signal
at 21 st Avenue Southwest
mod'died. Total 294,920
800188 Sou4hwest 344th County Road 164,769
(21 st Avenue outhwest-
Southest Campus Drive) GRANT 0
Per(onn a route location study.
Total 164,769
387,521
1,553,837
1,941,358
16,739
16,725
33,464
1,004,467
3,302,455
4,3�,922
68,231
0
68,231
78,041
225,727
303,768
2.591
16,725
19,316
73,193
173,679
246,872
29,861
0
29,861
309,480
1,328,110
1,637,590
14,148
0
14,148
931,274
3,128,776
4,060,050
38,370
0
38,370
413,017 822,265
1,652,057 3,244,011
2,065,084 4,066�
0 19,275
284,803 301,528
284,803 320,803
88,449 1,258,113
353,797 3,785,975
442,246 5,044,088
0 2�0
0 U
0 233,000
r
�
Attachment 2
�
CALCULATION OF CIP OVERHEAD AMOLTNT
CIP OVERHEAD AMOUNT:
�
0
CIP Overhead
Federal Way Percentage
Federal Way Amount
$3,073,678
10.5%
322,736
CALCULATION OF FEDERAL WAY CIP OVERHEAD PERCENTAGE
- Unexpended Personnel
Costs on CIP Projects
Within Federal Way 1,722,795
- Total Countywide
Unexpended Personnel
Costs
• Federal Way Percentage
16,354,866
10.5%
�
CITY OF FEDERAL WAY
Msyor
Debra G. Ertel
City Manager
J. Brent McFall
July 25, 1990
31132 28th Avenue South
Federal Way. WA 98003-5599
(206)941-1696
Ms. Judy Chapman
Office of Financial Management
King County
400 King County Courthouse
516 - 3rd Avenue MS: 4C
Seattle, Washington 98104
Dear Ms. Chapman:
�
Council Members
Mary E. Gates
James V. Handmacher
Jcel IL Marks
Robert E. Stead
Lynn J. Templeton
James E. Webster
Enclosed herewith is signed original of Interlocal Agreement (CAG 90-43) with
the City of Federal Way relating to Roads Division Services for Capital
Improvement Projects.
S inc �1r,,� ly ,
Mau'reen Swaney, CMC
City Clerk
MS/dw
Enclosure
Mayor
Debra G. Ertel
City Manager
J. Brent McFall
�
�
CITY OF FEDERAL WAY
31132 28th Avenue South
Federal Way, WA 98003-5599
(206)941-1696
TO: Mayor Ertel and City Council
FROM: J. Brent McFall, City Manager
RE: Council Meeting 6/19/90
DATE: June 14, 1990
C�� �. _ �3
Council Members
Mary E. Gates
James V. Handmacher
Jcel R Marks
Robert E. Stead
Lynn J. Templeton
James E. Webster
SUBJECT:
Interlocal Agreement Between King County and the City of Federal Way.
SUMMARY:
A draft of this agreement was reviewed and discussed at the May 29,
1990 council meeting.
The agreement has been finalized and is ready for council approval.
ATTACHMENTS:
Interlocal Agreement.
.. �
:,
r , �.
__ .
f
y� � � ii
l'-'
��_ �
._1
iana3g Count��
Division of Roads and Engineering
Department of Public Works
956 I:ing County Administration Bldg.
500 Fourth Avenue
Seattle, �'�'ashington 98304
April 17, 1990
Mr. W. Roger Johnson,
HDR Engineering, Tnc.
Building C
Suite 200
11225 Southeast Sixth
Bellevue, WA 98004�
P.E.
Street
RE: South and Southwest 356th Street
Dear Mr. Johnson:
��
�� s{ ,
3s� 1 /�;�
� �r� N j ^. ,
Q� "�, �J
, � � jyyU
C!]yG���
`'�`� � 6YH I
Enclosed are five copies of Supplemental Agreement 5 for the
above xeferenced project. This supplement is for the
following items of work related to this project:
l. Perform a concepts evaluation of alternatives for
crossing the Hylebos Wetland. The evaluation will include
review of three sheet pile configurations and comparison
with the structure alternatives, evaluation of wildlife/
pedestrian crossing options, and the evaluation of the
wetlands, hydrologic and soils data for each alternative. A
concepts report will be prepared and a preferred alternative
will be recommended.
2. Prepare plans, specifications and cost estimates for the
selected alternative for crossing the Hylebos Wetland
including the preparation of application packages for all
required permits and any required mitigation plans and
specifications.
3. Revise roadway plans, specifications and cost estimates
to conform with the selected alternate for crossing the
Hylebos Wetland.
Please review this supplement and sign and return four
copies for further processing. In addition, please complete
and return the attached Personnel Inventory Report and
Certificat�ion of Compliance to update our files.
�
Mr. W. Roger Johnson
April 17, 1990
Page Two
�
If you have any questions on this matter, please contact
Mike Gillespie, Senior Engineer, Consultant Liaison, at
296-3741.
Ver ruly yo rs,
� `
ex H Knight P.E.
Manager
Engineering Services Section
RHK:MG:fq
Enclosures
cc: Mik� Gillespie, Senior E�g�t�er, Cansul,tant
Brent' ��all,. �a�a�ger, _Ci�� crf 4 '3��ral `'�ir�t
ATTN: John Marchione, Assistant to the
Manager
Liaison
City
, '
�
�
HDR Engineering, Inc.
Building C, Suite 200
11225 Southeast Sixth Street
Bellevue, WA 98004
�
RE: Supplemental Agreement No. 5
Pro�ect No. 501388 and 502088
Agency: King County
Name of Pro�ect: South and Southwest 356th Street
The County of King desires to supplement the agreement entered into with HDR
Engineering, Inc. and executed on the 15th day of Aprii 1986. A11 provisions
of the basic agreement remain in effect except as expressly modified by this
supplement.
The changes to the agreement are described as follows:
I. SECTION I- OBJECTIVES AND SCOPE OF WORK
The scope of work sha11 be increased as follows:
Add new items 29, 30 and 31 on page 3:
29. Perform a concepts evaluation of alternatives for crossing the
Hylebos Wetland. The evaluation wilt 1nclude review of three (3)
sheet pile configurations and comparison with the structure
alternatives, evaluation of wildlife/pedestrian crossing options,
and evaluation of the wetlands, hydrologic and soils data for each
alternative. A concepts report wi11 be prepared and a preferred -
alternative wi11 be recommended.
30. Prepare pians, specifications and costs estimates for the setected
atternative for crossing the Hylebos Wetland including preparation
of application packages for a11 required permits and any required
mitigation plans and specifications.
31. Revise roadway plans, specifications nnd cost estimates to conform
with the selec�ed alt�rnate for crossing the Hylebos wetland.
II. SECTION V- TIME OF BEGINNING AND COMPLETION
The last sentence of the �first paragraph sha11 be deleted and the fo11ow1ng
substituted:
"A11 work by the CONSULTANT in relation to this agreement sha11 be can-
pleted by December 31, 1990."
•
�
HDR Engineering, Inc.
Apri1 16, 1990
Page Two
III. SECTION VI - PAYMENT
The payment section sha]1 be amended as follows:
•
1. The last sentence in Paragraph No. i shali be deleted and the following
substituted:
"The direct salary costs are estimated to be approximately one hundred
thirty one thousand nine hundred ninety nine dollars ($131,999) as set
forth in the attached Exhibit 'A' by this reference made a part of this
Agreement.p
2. The second sentence in Paragraph No. 2 sha11 be deleted and the following
substituted:
"The overhead costs are estimated to be approximately two hundred five
thousand seven dollars ($205,007) as set forth in the attached Exhibit 'A'
and by this reference made a part of this Agreement."
3. The second sentence in Paragraph No. 3 sha11 be deleted and the following
substituted:
"The direct non-salary costs are estimated to be approximately two hundred
twenty six thousand eight five dollars (�226,085) as set torth in attached
Exhibit 'A' and by this reference made a.part of this Agreement."
4. The first sentence in Paragraph No. 4 shall be deleted and the foltowing
substituted:
"The net fee, which represents the CONSULTANT'S profit sha11 be forty six
thousand one hundred ninety eight dollars (�46,198).a
5. The last sentence in Paragraph No. 5 sha11 be deleted and the following
substituted:
"The contingencies are es�imated to be approximately sixty thousand nine
hundred twnety nine dollars ($60,929) as set forth 1n the attached Exhibit
'A' and by this reference made a part of this Agreement."
•
HDR Engineering, Inc.
April i6, 1990
Page Three
•
6. Paragraph No. 6 shalt be deleted in its entirety and the following
substituted:
"The maximum amount payable for completion of a11 work under this
Agreement including direct salary costs, overhead costs, direct non-
salary costs, County approved contingencies, and the net fee is six hun-
dred seventy thousand two hundred eighteen dollars (�670,218) as set
forth in the attached Exhibit 'A' and by this reference made a part of
this Agreement.°
COUNTY OF KING
KING COUNTY, WASHINGTON
HDR Engineering, inc.
gnature gna ure
ame ame
KING COUNTY EXECUTIVE
i e
r
ate
e
ae
TAX I.D. No.
ATTEST:
uireczor
Department of Executive
Approved as to fQrm:
Deputy Prosecuting Atto
NORM MALENG
King County Prosecuting
nistration
r
ttorney
WP:(D76)
EXHIBIT "A"
SUI�IARY OF PAYMENTS
�
Direct Satary Cost
Overhead
Direct Non-Salary Cost
� Net Fee
Contingency
TOTAL
BASIC SUPPLEMENT
AGREEMENT N0. 1
; 40,600 � 2,195
62,645 3,386
126,104 100
14,210 768
24,356 645
�267,915 � 7,094
SUPPLEMENT
N0. 2
� 12,395
19,126
36,870
4,338
7,273
� 80,002
SUPPLEMENT
N0. 3
Z 14,999
23,143
15,630
5,249
5,902
# 64,923
SUPPL -
N0. 4 N0. 5
� 6,187 � 55,623 �131,999
9,546 87,161 205,007
210 47,171 226,085
2,165 19,468 46,198
1,811 20,942 60,929
� 19,919 a230,365 �670,218
�
�J
EXHIBIT "A-1"
South 356th Street
EXHIBIT "A-1"
Direct Salary Cost
Oyerhead Cost (Including Payrolt Additives)
SUB-TOTAL
NET FEE
Direct Non-Salary Cost
a. Travel
b. Reproduction Expenses
c. Comnunication/Postage
d. Computer Expenses
e. Other
f. Outside Consultants
TOTAL NON-SALARY COSTS
LJ
156.7X
s 2,502
260
�13,320
700
�30,305
SUB-TOTAL
Contingencies
GRAND TOTAL
WP:(AGRE)D76
� 55,623
� 87,161
�142,784
� 19,468
a 47,171
�209,423
E 20,942
�230,365
.
s
�
r�
�
EXHIBIT "A-2"
DIRECT SALARY COST:
PERSONNEL
Principal/Pro�ect Mgr.
Professional
Junior Professional
Technician/Drafter
Ctericat
MAN HOURS
553
852
450
796
114
DIRECT NON-SALARY COST:
Travel
350 miles at �0.24/mile
Reproduction Expenses
Communications/postage
Computer
Other
Outside Consultants
Geo Engineers
Watershe� Dynamics
Lee d� Associates
TOTAL
WP:(AGRE)D76
Supplement No. S
RATES OF PAY
� 27.50
$ 24.50
17.20
13.25
11.00
TOTAL
�16,851
$ 5,566
� 7,888
s
ESTIMATED COST
� 15,208
� 20,874
7,740
10,547
1,254
� 55,623
$ 84
# 2,502
� 260
� 13,320
� 700
$ 30,305
� 47,171
� 47,171
u
�
CITY OF FEDERAL WAY
Mayor
Debra G. Ertel
City Manager
J. Brent McFatl
June 22, 1990
31132 28th Avenue South
Federal Way, WA 98003-5599
(206)941-1696
Judy Chapman
King County Budget Office
400 King County Courthouse
500-3rd Avenue
Seattle, WA 98104
Re: City of Federal Wav/Interlocal Aqreement
Dear Judy:
Council Members
Mary E. Gates
James V. Handmacher
Jcel R Marks
Robert E. Stead
Lynn J. Templeton
James E. Webster
Enclosed herewith please find two originals of the Interlocal
Agreement Relating to Roads Division Services for Capital Improvement
Projects, which was approved for signature by the City Council on
June 19, 1990. Will you please have both originals executed by the
required County Officials and return to our office for approval by
City Officials. I will return an executed original to you upon
completion.
Thank you for your courtesies.
' c ly,
/
/
N. Christine Green
Assistant to City Clerk
NCG:cg
Enclosures