Loading...
AG 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