Loading...
HomeMy WebLinkAbout06-016 - WA State Department of Transportation (WSDOT) - Tukwila Urban Access Improvement06- 016(d) Washington State Council Approval 9/27/10 VAP Department of Transportation Local Agency Agreement S Agency Supplement Number City of Tukwila 4 Federal Aid Project Number Agreement Number CFDA No. 20.205 HPP 9999(475) LA 6040 (Catalog of Fe deral Domestic Assistance) The Local Agency desires to supplement the agreement entered into and executed on March 10, 2006 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Tukwila urban Access Improvement Length 0.23 Termini Description of Work No Change Reason for Supplement Adding new STP funds. Adding funds for State Force work. Does this change require additional Right of Way or Easements? Yes No The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a conditior to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. B Of 'al mac._ ashington Sta D partment of r nsportation Y Y Title Ma �r G Director of Highways anJLocal Programs Date Executed P 2 2011 DOT Form 140 EF S 6 lJ 6` .,A f1J- C Revised 1/2007 U o� J`� �T Estimate of Funding Ty of Work y� (1) (2) (3) (4) (5) Previous Supplement Estimated Total Estimated Agency Estimated Agreement/Suppl. Project Funds Funds Federal Funds PE a. Aaencv 1,564,824.00 1,564,824.00 1 1,564,824.00 b. Other Other Consultant STP 1 108,000.00 1 108,000.00 14,580.00 93,420.00 c. Other Other State STP 1 22,700.001 1 22,700.00 3,065.00 19,635.00 Federal Aid d State 1 10,000.001 1 10,000.001 1 10,000.00 Participation Ratio for PE e. Total PE Cost Estimate (a +b +c +d) 1 1,705,524.00 1 1,705,524.00 17,645.001 1,687,879.00 Right of Way f. Aoencv 1 2,388,500.00 1 2,388,500.00 2,388,500.001 p Ofhar I 1 1 Federal Aid h. Other Participation Ratio for RW i. State 1 1 1 1 j. Total R/W Cost Estimate (f +q +h +i) 1 2.388.500.001 1 2.388.500.00 2.388.500.001 Construction k. Contract 1 651,409.001 1 651,409.00 87,940.001 563 I. Other Local funds J} p 1 3,734,444.001 1 3,734,444.001 3,734,444.001 m. Other STP 1 2,666,099.001 2,272,139.001 4,938,238.001 666,662.001 4,271,576.00 n. Other Int Corridor Safety 1 250.000.00 1 250.000.00 1 1 250.000.00 86.5 o t 1her TI B, LID 1 9,218,128.00 2,312,139.001 6,905,989.001 6,905,989.001 Federal Aid o. State 1 20,000.001 40,000.001 60,000.001 8,100.001 51,900.00 Participation Ratio for CN q. Total CN Cost Estimate N-Hl +n+o+p) 16,540,080.001 1 16,540,080.001 11,403.135.001 5,136,945.00 r. Total Project Cost Estimate (e+i+q) 20.634.104.001 1 20.634.104.00 1 13.809.280.001 6.924.824.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a conditior to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. B Of 'al mac._ ashington Sta D partment of r nsportation Y Y Title Ma �r G Director of Highways anJLocal Programs Date Executed P 2 2011 DOT Form 140 EF S 6 lJ 6` .,A f1J- C Revised 1/2007 U o� J`� �T •Fn. n.A..,�a, •fn ACTION ITEM To: Executive Board From: Councilmember Claudia Balducci, Chair Transportation Policy Board Subject: Approve Projects for Additional FFY 2011 STP /CMAQ Funds AT ISSUE July 21, 2011 Additional PSRC funds totaling $27.5 million have become available as the result of higher -than- estimated FFY 2011 allocations of the region's two Federal Highway Administration finding sources Congestion Mitigation and Air Quality Improvement Program (CMAQ) and Surface Transportation Program (STP) funds. In addition, PSRC's allocation of FFY 2010 STP funds has been increased by $9.2 million, bringing the total amount of new funds available for distribution to $36.8 million (rounded). Per adopted policy, contingency lists of projects were created as part of the 2009 project selection process for PSRC funds, should additional funds become available before the 2012 project selection process. Additional funds did become available in 2010 and projects from these lists were funded at that time. The lists have since been revised to add several new projects, in anticipation of additional funds becoming available during 2011. The revised lists were released for a public review and comment period, and were approved by the Board in June 2011. In addition to new funds from higher than estimated allocations, the adopted Project Tracking Policies for PSRC's Federal Funds also direct any funds returned from canceled or completed projects to the approved contingency lists of projects. At this time, there is an additional $5.1 million of returned STP /CMAQ funds from PSRC's project tracking program. The total amount of funds available for distribution to the approved contingency lists is therefore $41.9 million. The Transportation Policy Board met on July 14 and recommended approval of the distribution of $40 million to regional contingency list projects and to contingency list projects in King, Pierce and Snohomish counties, as shown in Attachment A. At that time, the contingency list of projects in. Kitsap County was not yet available, as the Kitsap Regional Coordinating Council (KRCC) was in the processing of reassessing their projects. A draft list of contingency projects in Kitsap County is now available, pending final approval by the KRCC Board on July 26, 2011 (included in Attachment A). This list is consistent with the contingency list previously approved by the Boards and as released for public comment. In the interests of expediting the distribution of PSRC funds to projects, this list is being included in the Executive Board action under consideration at this time. Executive Board Agenda Page 8 -1 July 28 2011 RECOMMENDED ACTION The Executive Board should approve $41.9 million in additional PSRC STP /CMAQ funds to the recommended list of contingency projects contained in Attachment A. DISCUSSION During the 2009 project selection process, a total of $106 million of PSRC's FFY 2011 -2012 STP /CMAQ funds were distributed to projects. Per the 2009 Policy Frameworkfor PSRC's Federal Funds, the STP /CMAQ funds were split approximately 50150 between a regional competitive process and the four countywide competitive processes. In addition, the Transportation Policy Board recommended continuing the procedure of developing prioritized contingency lists of projects to be used if additional PSRC funds were to become available prior to the next funding cycle. In July 2009 the Executive Board approved contingency lists for the regional process as well as for each of the four countywide processes. In September 2010, projects from these lists were able to be funded from higher -than- estimated FFY 2010 allocations of PSRC's federal funds, for a total of $24.8 million of STP /CMAQ funds'. At the time of the June 2011. Transportation Policy Board meeting, PSRC had not yet received the FFY 2011 STP /CMAQ allocations, but the updated contingency lists were released for public comment and approved in anticipation of additional funds becoming available. PSRC received the FFY 2011 STP and CMAQ allocation notices in late June. Based on the conservative estimates used in 2009 to award and program FFY 2011 funds to projects, an additional $18.4 million of STP and $9.1 million of CMAQ is available for distribution, for a total of $27.5 million. In addition, PSRC's allocation of FFY 2010 STP funds has been increased by $9.2 million, bringing the total amount of new funds available for distribution to $36.8 million (rounded). Based on the 2009 Policy Franzeworkfor PSRC's Federal Funds, these funds are to be split 50150 between the regional and the countywide processes. In addition to higher than estimated allocations of FFY 2011 STP /CMAQ funds, funds are also available for redistribution from PSRC's project tracking system. Approximately $5.1 million of STP funds is being returned from six projects that either no longer needed the funds or are unable to meet obligation requirements at this time. The revised total funding amounts available for distribution are illustrated in Table A below. Table A —2011 Distribution of New and Returned STP /CMAQ Funds Process New FY10/11 STP Returned STP Total STP Total CMAQ Regional $12,901,821 $228,493 $13,130,314 $4,574,500 King County $7,211,234 $4,748,245 $11,959,479 $2,556,832 Kitsap County $1,852,995 $0 $1,852,995 n/a Pierce County $3,038,312 $0 $3,038,312 $1,077,271 Snohomish County $2,652,275 $85,210 $2,737,485 $940,397 Total $27,656,637 $5,061,948 $32,718,585 $9,149,000 Grand Total $17,704,814 $14,516,312 $1,852,995 $4,115,582 $3,677,882 $41,867,585 Since Kitsap County is ineligible to receive CMAQ funds, their population share is taken off the top of the total amount of STP funds available. A total of $22.7 million of additional FTA funds from higher than estimated FFY 2010 allocations was also distributed at this time. In June 2011 an additional $9.2 million of FFY 2011 FTA funds was distributed. Executive Board Agenda Page 8 -2 July 28, 2011 The funds in Table A are being recommended for distribution to the projects from the recently approved contingency lists as identified in Attachment A. PSRC has contacted each project sponsor to ensure that the funds are still needed, and that a milestone or phase of the project will be completed. The goal is to expedite the approval process so that funds can be made available to projects as quickly as possible. For additional information, please contact Kelly McGourty at (206) 971 -3601 or kmcaourtv.cDI.Dsrc.o.re. Attachment A: 2011 STP/CAMQ Contingency Funding Recommendations Executive Board Agenda Page 8 -3 July 28 2011 4 Z w v 4 r N Z o C G Q R 0 E O Z W G O LLI Z 0 Z J U. U Z W Z r Z O C5 U_ N r r_ T 0 6 U O y C On U E 0 0 0 0 o u� a N N d a U a r P O O N N o c m O Q N N Z o C G Q R 0 E O Z W G O LLI Z 0 Z J U. U Z W Z r Z O C5 U_ N r r_ T 0 6 U O y C On U E 0 0 0 0 cH d N L c o Y r c6 N O y -o y c6 Ti m o m c N n ro` d U U N N N 7 U N m O m CL y or O Y N 'O (n C Q' N dT.�7 0d Od N O p C C 0 (6 t] o E C0 7 0 tE4 O o c m o c y m "wU °'U O N N t0 C O 3 b c c 3 R y n m ID o m a N y N C O c C E O m G O c6 r C N p h R E o m W C O C n a 6i 3 L O N U a m c Q�5 N C G n 3 0) m E C I:D, U 0 n N L co U N U m •o n m N F E c m g am' m m C. OM dL 3 Ccll 0 y L N O to N C N. 16 m N N E L n 0 Gy m a da�� c l D c C) 5 U L O N d U m and C U o O C 0, 3 O� c o .dv o O O N N o c m O Q N m N r E a 67 L. N c o to r 4 pa c5 C w a n c m o cgzo o mm rnU N ur r n p IIo y°o c m c? on E>" c m N E m to T a ro y 7 c p C C: r 0 G) 3 E co E c t�6 c C E0 O O U m T L� N N CO O- c E. o, t0 O n C Ln N C co a) U m y N ou o 0) o d 0 o o p 3 x m n O y 0 O C 0 C N U a- U) V) 'La G N 0. d E N C N 0. Z N C-6 TS N q Ul o U y �,J N U W m N 7 CL L r a a) U r�mEwa >m�o O 2 �v.CCm v0�7��uc y N 3 m E N iL E Z j- Y tl a3 m UV' m c O 7 O VJ d In C is m b C C 7 O p m (n CL fY (n 0 n m o c O E D o fL' a h Q Y r cH d N L c o Y r c6 N O y -o y c6 Ti m o m c N n ro` d U U N N N 7 U N m O m CL y or O Y N 'O (n C Q' N dT.�7 0d Od N O p C C 0 (6 t] o E C0 7 0 tE4 O o c m o c y m "wU °'U O N N t0 C O 3 b c c 3 R y n m ID o m a N y N C O c C E O m G O c6 r C N p h R E o m W C O C n a 6i 3 L O N U a m c Q�5 N C G n 3 0) m E C I:D, U 0 n N L co U N U m •o n m N F E c m g am' m m C. OM dL 3 Ccll 0 y L N O to N C N. 16 m N N E L n 0 Gy m a da�� c l D c C) 5 U L O N C 0 U m and C T U o O C 0, 3 O� 7t6 .dv U O Q y i N o c m O Q c m O co O n C C> C O O C U- O a 67 L. N 7 C( 9 V} O C 00 w N C O al ny a1 p- 'Vf m O C C m o N N m Ot N Ij N N tNa 1 1 zi d E 9 'a) U pa c5 C w a n c m o cgzo o mm rnU N c o N m L O N T ro d w -O N U m and C m F c o 'U 'e, m i`i w x m m c> y 7 o O C 0, 3 O� 0) c 0) C6 m 100 y n C L U U y R m C O c0 CAL N 0 V U N C N U p U y Z r c -o CL 3 N m W y Q n 0 Q, o m N o c m O Q ro v m C 3 'O y U 7 m O co O n C C> C O b y N q o 'O 7 In N C -O U N N G V 'ry H m N m C U C U- O a 67 L. N 7 C( 9 V} O C 00 w N C O al ny a1 p- 'Vf m O C C m CG 0- N .6 7 N N m Ot N Ij N N tNa 1 1 zi d E 9 'a) iaoat pa c5 C w a n c m o cgzo o mm rnU N 0.Nnu m n p IIo y°o c m c? on E>" c m N E m m�m m o T a ro y 7 c p C C: r 0 G) 3 E CL N L C O c 0 O c m G) E c t�6 c C E0 O O U m T L� N N CO O- c E. o, t0 O n C Ln N C co a) U m y N ou o 0) o d 0 o o p 3 x m n O y 0 O C 0 C C zi C 6 C Y E (O O O O O a5 3 EL U) V) 'La G N o E N C N 0. Z N C-6 TS co N Q- L O 3 'p y G A q Ul o U y �,J N U W m N 7 V c0 N TJ Y a' U 'O L r a a) U r�mEwa >m�o mq O` U OQ 2 �v.CCm v0�7��uc y N 3 m E N iL E Z j- Y tl a3 m UV' m c O 7 X L d 3 1'n L N N m c c U N O- a a) z Z 4 N L fD C m a W L W Z N U m N v C c m N �a a� 17 R L d v a O c U O V rn� C =p C a� C N o n u N N C N O C o� n D y m 0 C 0 C1 N N y O w m L Z m o d U o z 7o Z U) r C U `m C m o E O v `o a a o m Q m �w d m m C C Es u m m a N o c"I N z z U i= d cn a- 0. O i N C m b C 7 O p m (n CL fY (n O n z Z 4 N L fD C m a W L W Z N U m N v C c m N �a a� 17 R L d v a O c U O V rn� C =p C a� C N o n u N N C N O C o� n D y m 0 C 0 C1 N N y O w m L Z d a� z 7o Z U) o` n� EL m I m `o a a o m Q O r U d �u U E m ca c"I N d a cn a- 0. O n m o c O E D o a h C 7 O E 4 u 3 O N N N Q E 0 U v; C d E Z 0 d E4 y 'OD 1f% O w' ca n i 4 o a a U) N cli N N Na U) O_ m C N C) N rn v P N C y N N a c N RJ N o C d C✓ d O 7i :5 O O N O h- N p N N N N L O O (H C O d m U C v m d c N O C 7 C C CA ro mCo co 0) p 4 cE c X- O U TS L a1 u1 0 —T Q N x E N -O N E Q O d •O �adrorE (6 N O N p m N r y O N Q'O O-m C� a N II E p 01 U) C H C d U) EL Y p U N N m C G N N N r O 0 z N U O O 2 N U O O c N O N C U N E n v a y:3 N U v 7 N m L c6 p) [0 N N Q E 0 U v; C d E Z 0 d E4 y 'OD 1f% O w' ca n i 4 o a a U) N cli N N Na U) O_ m C N C) N rn v P N C y N N a c N RJ (n a C N E [4 O C d C✓ d O 7i :5 O O N U O C p N N N N L O o C O d m U C v m N N Q E 0 U v; C d E Z 0 d E4 y 'OD 1f% O w' ca n i 4 o a a U) N cli N N Na U) U P 4 a N 7 CO J C m O d d y O O' 01 C O C C6 m E m 0 9 N O C O. (6 6 N E N U 7i C> U.- 'L5 c N 9 N N c G d o F o m u� E fl. O o y m pxq' m a U m u� O 0 E �6 Q1 p1 N O C N N N U 7 N O Q o p 61 °i c 0 3 v a 3 �a i m e r c o s' r a m y m E N r v c K a m LO wr ov` m r 0 O O Lo O U 4 U c U 7 N c 0 U 9 (0 01 03 d W N C E CL u aa) o d W z v d c o x o w Y V? 0 o X- N m L a ui t- v m 0 Q C_ G" cm o f Y m m u U m G m N d m a d N U m n D N y r m c W -o P c v v Z, �1 U U Q. N m C r W .OY u 1Y N C) N rn v P N C y N N a 1 N RJ (n a C N E [4 Ln p C Z G N V1 d 00 C d C✓ d O 7i :5 O O N N R N CO C C> 70 7 N N G v p p Cn 7 F C C U (6 C N G W L N O p N N N N ,U U C m N y N E aNL oc d O m N 61 G U o Cu o'D 9 U O N j C T O -p C E G U C m v m C O d m U C v m N ID N C m CD- N 77C'' .C: c v m P_ E c N O C 7 C C CA ro mCo co 0) p 4 cE c X- O U TS L a1 u1 0 —T Q N x E N -O N E Q O d •O �adrorE (6 N O N p m N r y O N Q'O O-m C� 7 d O E N E N C N II E p 01 U) C H C m Uf 3 E (6 O 46 E N T N OD O Y p U N N m C G N N N r O 0 z N U O O 2 N U O O c N O N C U N E n v a y:3 N U v 7 N m L c6 p) [0 q P O1 L v d U 0 0 v 'L G co v 7 Q m 3 C C p N U p 3 CO O N 4 U v m Q N '7 co 'G C O O C a N 0r C C� C P- N m O- O vi E -O N 01 U) C C —,o C O 5 0 U a -p C L 4 (6 O r N n 0 01 p U Q� C (n 7 C 5 m O U C 7 v 77 O y -U U O L So O N N 7> t O L 6� N O L N N x C.1 O N O d 7 U N 9 G O. W O. O r Z O_ (y Q N N 0 cn N N O E 'y 'O ay c r W 'n O C 'p C O- d 7 d N C s K C •d 'O O S U C E Sj (6 C O N m N N U G '0 N Oi o° c. r N V m u Q a o C U P 4 a N 7 CO J C m O d d y O O' 01 C O C C6 m E m 0 9 N O C O. (6 6 N E N U 7i C> U.- 'L5 c N 9 N N c G d o F o m u� E fl. O o y m pxq' m a U m u� O 0 E �6 Q1 p1 N O C N N N U 7 N O Q o p 61 °i c 0 3 v a 3 �a i m e r c o s' r a m y m E N r v c K a m LO wr ov` m r 0 O O Lo O U 4 U c U 7 N c 0 U 9 (0 01 03 d W N C E CL u aa) o d W z v d c o x o w Y V? 0 o X- N m L a ui t- v m 0 Q C_ G" cm o f Y m m u U m G m N d m a d N U m n D N y r m c W -o P c v v Z, �1 U U Q. (o m o 69. N 6 CL. 4 r G U CD c N N N C (6 C C d T O m 3 2 O N C .0 U OD O C O c0 C_ LL o L LL o E o J O O E M p) N O Co d-0 N r O -0 U Tr O C6 (6 o Q, v iCO c N N 2 'O L 9 i C V C U N N C y vc C c-"mc Q Q? 3�av U O V m O N N G N W P co U N c-� c N -0 E En 7 9 C, 9 p N C(. N` p C b b pl U3 N _m N fl.. C G -a) r 0 N U U y C N 'O It N in 34 9 S O O p 0 cc W x a c O L d O C d O O O C Cn L O� N 'O N 0 N O N 0. N G .`v 0 6 W Qf N O 0 E �6 Q1 p1 N O C N N N U 7 N O Q o p 61 °i c 0 3 v a 3 �a i m e r c o s' r a m y m E N r v c K a m LO wr ov` m r 0 O O Lo O U 4 U c U 7 N c 0 U 9 (0 01 03 d W N C E CL u aa) o d W z v d c o x o w Y V? 0 o X- N m L a ui t- v m 0 Q C_ G" cm o f Y m m u U m G m N d m a d N U m n D N y r m c W -o P c v v Z, �1 U U Q. N m L a ui t- v m 0 Q C_ G" cm o f Y m m u U m G m N d m a d N U m n D N y r m c W -o P c v v Z, �1 U U Q. yl c 0 E a d U 3 N 1 a rn a r N O O, 6Y 1 a N N o 'sn c 3 O U t l p 1 N G a a r 0 U c U s m o n a N l G M G U [6 N 7 i N O ca C�� J U r C W c6 N Ev c mZc7L�� p '3dE.o a: '6 r fa u Y E •v a N B C CD U C o O N N P' C@ �p C O p C E U to N N 7 i '6 N N O iG C RS m '6 O C l6 m E N 4 r C D O= O m@ Oy Qi O X N i Qy a L N C 7 i d [b D L O d o, m ro ra C C G U o 3 c d u G N 7i N a 0 l N [6 r C j c4 0 m o an d m ca 'O O C c a c N ro m m m 3 0 d E G G C y o W d' o a vz.Y'xmym NQ °'u m ro sm G cc¢�'oo �d -Q °o m E' N N E O 7 O c C O U C 7� N "o N (l1 i� m T G N p G ro C N C O d 61 i v% W O� !E �.N E�omd' c0 mom a Em Td Ii �ro mu Comm c9 �m m>- >E o L j m N N m R 0 O N U m LS Z' N p; m t6 i6 G N N N d ro O D E 7 N L N L i_ N CD m G N 4 O c6 d G 0 N m 'O W N G O p O O G p U �c6 7 j 0 6 O- G D Z t N O C, rn e e l u a Y d O w C y G U d C N. U c? G N O G O O C as a� Q��V o r l6 N m ro O N N N N O U C L T i d N ry T 0 Y Z c0 m a m Y m o dY m° m e 1 aim y W F c E N u co Q O C E G N C ro O N 7 Y Z O O O ro U m m m d R c6 �L m m Go 1 1 I d Y O M O (D O O o r E C a N a r d o N N o 'sn c 3 O U t l p 1 N G a a r 0 U c U s m o n a N l G M G U [6 N 7 i N O ca C�� J U r C W c6 N Ev c mZc7L�� p '3dE.o a: '6 r fa u Y E •v a N B C CD U C o O N N P' C@ �p C O p C E U to N N 7 i '6 N N O iG C RS m '6 O C l6 m E N 4 r C D O= O m@ Oy Qi O X N i Qy a L N C 7 i d [b D L O d o, m ro ra C C G U o 3 c d u G N 7i N a 0 l N [6 r C j c4 0 m o an d m ca 'O O C c a c N ro m m m 3 0 d E G G C y o W d' o a vz.Y'xmym NQ °'u m ro sm G cc¢�'oo �d -Q °o m E' N N E O 7 O c C O U C 7� N "o N (l1 i� m T G N p G ro C N C O d 61 i v% W O� !E �.N E�omd' c0 mom a Em Td Ii �ro mu Comm c9 �m m>- >E o L j m N N m R 0 O N U m LS Z' N p; m t6 i6 G N N N d ro O D E 7 N L N L i_ N CD m G N 4 O c6 d G 0 N m 'O W N G O p O O G p U �c6 7 j 0 6 O- G D Z t N O C, rn e e l u a Y d O w C y G U d C N. U c? G N O G O O C as a� Q��V o r l6 N m ro O N N N N O U C L T i d N ry T 0 Y Z c0 m a m Y m o dY m° m e 1 aim y W F c E N u co Q O C E G N C ro O N 7 Y Z O O O ro U m m m d R c6 �L m m Go 1 1 I d Y O O o� Z �p G 7 c (%1 O G I U� O N L a_ N G J m m 7 C m Q O O D c0 d m T d7 0 0 L� C N S1 Q T s N D G O• m C U 6 °-O mo Eaiv E� m Si m O tl G O U U pi vo Ot d y N 0 U d 0 S R N m u m O m L g, N 1 C g 6b m 7 N L o p R N U N Y3 a o 0 0 U 'o ca p- O p C p7 N r L✓ 7 0. N z N N7E5 R c "9 C6 7 O co a U N �1 O 7 ro i6 6 O G N d b G d C1 r U d Q a G O U C x d V G O p x d G p G Q O U N N N P m p 3 o Z G a a 'Q N c6 a O O O_ Z �p c O C a N r N D c0 d m T d7 0 0 L� C N S1 Q T s N D G O• m C U 6 °-O mo Eaiv E� m Si m O tl G O U U pi vo Ot d y N 0 U d 0 S R N m u m O m L g, N 1 C g 6b m 7 N L o p R N U N Y3 a o 0 0 U 'o ca p- O p C p7 N r L✓ 7 0. N z N N7E5 R c "9 C6 7 O co a U N �1 O 7 ro i6 6 O G N d b G d C1 r U d Q a G O U C x d V G O p x d G p G Q O U N N N P m p 3 o Z G a a 'Q N c6 a 0.1 ti c Z �p c O D c0 d m T d7 0 0 L� C N S1 Q T s N D G O• m C U 6 °-O mo Eaiv E� m Si m O tl G O U U pi vo Ot d y N 0 U d 0 S R N m u m O m L g, N 1 C g 6b m 7 N L o p R N U N Y3 a o 0 0 U 'o ca p- O p C p7 N r L✓ 7 0. N z N N7E5 R c "9 C6 7 O co a U N �1 O 7 ro i6 6 O G N d b G d C1 r U d Q a G O U C x d V G O p x d G p G Q O U N N N P m p 3 o Z G a a 'Q N c6 C ro V c or' G N C d C o y o o p Go O m m o m D c0 d m T d7 0 0 L� C N S1 Q T s N D G O• m C U 6 °-O mo Eaiv E� m Si m O tl G O U U pi vo Ot d y N 0 U d 0 S R N m u m O m L g, N 1 C g 6b m 7 N L o p R N U N Y3 a o 0 0 U 'o ca p- O p C p7 N r L✓ 7 0. N z N N7E5 R c "9 C6 7 O co a U N �1 O 7 ro i6 6 O G N d b G d C1 r U d Q a G O U C x d V G O p x d G p G Q O U N N N P m p 3 o Z G a a 'Q N c6 C O O E 3 0 N m E 0 6 O N ,n O O f l a fY N W Q a 69 I lu v N d, r t��i O U1 1 a O U a. co o o Q u Y 2 O c o o I Y N u N U m 61 C c G O U O 9 E O o cD ON �C EN IT N m d E N O N A N Q zy E6 C C Q C co D O. S@ 5 7 tY. b N 1 N i p 7 N E N LQ N N G O y p .3 ul pl N U 1 b 2 4 ji' N b C 1 LL R m W N N co "G O c N d =p i6 N N w O. N O a J N O 7 Y N N N ,pNO m X G EO 'p "C T- c. p T L m (0 p U w n N D a C N- R to "n (3 o N U U b N N 6 O co y i6 tp m t6 p p1 R U 9 N 6 C O o 1 (n N r O N 4 N 't O i7 O 01 U N ro W 1 1 m m O U C p C O y1 l d b c6 i O 9 O C o d'6 OI .N L .zn a 7 C Q� 'D (6 U N U cf, G- 7 0. y N O D E✓ 70 (6 co c o r G S3 U N Q- o O N N O C( 3; .p C 9 N Q .,C 1 C"O �i Od' D-d N C m l° N O m�L+y y. p pD N N m a� l4 (fi, O tU T N m N N s d N .Z y t11 m V b U p Q' G O C r c L O'1 p 0 N m 1 U r I E r. a -a w oO 0 v p l E n- c c JA c ro o o m c+l 1 m p o E a' o E cA o o n L O' y w 0- r 1 0 t U U m C o E d o c o o m c lot m E 0 M QJ r V7 00 O N C N N In O O C O O O O O c O a) O Cl) N v N O E v O m E c Q m (D C 69 Q u v} es U C1 0 F— u IL d d U) O N U U U O V) U W o W o r a m m J C O O O C a) O o C a) N m C C W C C N m O O O N .0 a) U O C U U N Q y o C E N _N o E E E 2 a y C C E c U U N m C o d L) o U o 0 U U 0 N 4; I m U N O N N C O) a) a) (n .a T3 al -r o N B O a) F' N O N L L N 7 E y Z3 w Q C O N 3 N O a) N C E N Q O) C Ol O w O C 7 D C N> N-j O_ U VC N CL J ca o o E Q ax 5 x a) v u m o O c 3 m m am a) .3 m E u 7 E> o o m o a s m c� 0" a) a o c Y n) 2 C N C d Q O 7 C N m C V U C_O C a) U ca N 'O U N .O U C a1 C ca Q O O(a 3 N O (n N .0 T U m .LO-. O (6 N d iq C N a7 U 'X O. O O E O V L O L a) O~ N a) O a) E L> C O O) O) 'O N O O L O 'C a) U O O a) L p E L ai E fD O) O N C O a) N U L O I O a) C U N Q cp c6 N .O N O m a3 N O O N o V �O N C c O. (a to (a -2 O N D. 70 u m. C U C E a) N W -C U N U_ N L C a) N _C o C> 3 II N N C O Y cc a) Lo O_ L c c d a1 L U Q Q r w R m a'` `m 7 V) m E E E 3 c m o to Q y m o O Y "O Q L O. ..L.. C t w C E� m n d O N k C C C C 3 a) ca a) a cCa L O O-o O U U O o. N E of 'C 0 m V m fO .E U V m c_ a) 2 0 0 ai C co t0 L N j N N 3" to D_ ca N N a� C7 d C v N N a) 70 d o .0 E D. d N a3 m o N L p E 0> (6 a3 7 w N CO N Y co .O N N N Y o N O N 'O L o O U X O 3 X (6 (n O O U In m Q1 d N a) N a) a3 N C O O N d C C O D O_ 7 L a J cD a L U N O c o O L U C m C O C 56 O C U a) U 'C 'p F aJ .N l.6 N a) 'O O-a N m C N a C N m N C X d 0 0 aS a) L,. a O L C O N O Z a) 0- 3 O- o .L.., N d N L O O O Y O N C U L O C N cu O 3 O N 4'S O- C L N 7 (6 (n N U O O a3 C L C O -O o 0 a) a) a) O a) o Q o L O U O C 0 0 C a) D_ Q U N 2 O N N 2 O) N 0 3 N L N- C a C S N N a1 N O) C C O E N O E C CJI R U N a= m 3 N m s E m ca N N 7 0 N 0 .N a 2 O L N O N (n m D O. Y j N U 0 a) M 0 0 O O Q C N 7 c W O L .n U U N O af j O Y N L) '00 N U a) a3 E v v E Q) N to 'p m a) 70 O U 3 C N a) U Q O '7 c 'N .E L ca 'Q '3 U N O E C O C O 01 N d C U 0 0 N C d N> N a) L �C Q) O a) U d O N a) II L CL 0 0 L T `a Q_ C C CA U m O m (a C C Q. N O) N N m a7 N N N a) N U a) C V O a) L O O C C U O U R N w w F 7 0 LL L m Q a) N 7 C> L U m U L N N O O N O m C F L H C E N U O_ N d a) d 7 O) Q O FB 'US N L C O a) F 2 K O U) O H d L 7 7 .E .E .D a) m C O 2 N C N E w N C a) O o U J a v C U a) a) N O C 0 O. ll m E O a) 7 E a) o ca v) m o_ L N aT. N a) a) K Of cu O ca w C C a) D a U m E a ol m U 0 cG N m E O Q W cl) c a C o m o f E o o c u) j. J a_ U o] O F- V U) R N U L (D U N V) E `o o N m d C C 0 o o o .N 0 w o U O C N C E C a) C Q r7 a) C 7 a L_ T O v) U) a u) Cn N W m k 0 I\ 7 0 o 3. o «g§3 #2 -t \7f \y7=r ƒ 5 a 3e3 &s\¥' 2f\}\Sak \ƒ 1 0 ƒ \t- co E Olt 4 00 g k 0 I\ 7 0 o 3. o «g§3 #2 -t \7f \y7=r ƒ 5 a 3e3 &s\¥' 2f\}\Sak \ƒ 1 ƒ 6 i� C W C d O U 0 co Q 0 cV m Q 0 C Y o 00 W 0 O Q) 0 0 0 0 0 0 0 0 0 o 0 0 O G aj ca o C o 0 C U U O i3 o 0 N �(D r a) O Q O N O N C) 0 i O 0) L O 7 Q) U N co 64 H3 u') to m 7 L O a) y} O Q C N t ff3 oM OOOf T d U E �c 3 i N U o N Y 6 W C C 0 a) L o t4 ❑O C (6 N M O u> p C a) cD rn o 0 0 C) '6 63 64 64 (A N W N C j N 7 z C 3 3 C C Q O U a U LL U L w N C LL L 0) w OL N L a) L In O L N o a) X L O O O o U) y m Q O .gy (6 O) C U) C C C C C o N p O H E O E N ug� C) C o C a)� cu O o o O C) (6 X O 6 .L-+ LL L CU LL L6 n G4 C LJJ m C N 3 a) aY U o U 64 n O W O_ C N J O a) E J d O_ t a) L O co N R a) N N U L Q� y L Q co U) O O Y 0 0 0 0 C) N z N n- t6 C O O C� (J) o 0 V (n C L a 7 LL O 00 f6 C Y N p G) LL w r M O 64 s! M (D L m a) L m U C E a) c d U N O u) U R Ca LL c) tFr 64 64 w T V r W< N w C: U N F_ O C O 0 O O- LL F 6> Q) cO g LL r M -0 E C U) N 'p C T d co to y' L E U) v a a) iii 0) c E oo .J LL y C N O> a) L U O L O N m LO E T� O Q O a 0 'C U LL 0 0. OL d n3 V d LL C- a) LL O C m Vi a 41 -r -C3 G O V) a) c w w o O rn u,E(n C E°'-ai O O O O O O M m a7 N m> 0 O W c U) �-0 cOa m N v c6 E L a) O O o O F- F- F Q C Co L L C .Y o M C E 0 Y o o m aw ay m L Z l/) N Ll o Y 7 7 7 7 o) O o o O ti v j: m? r N a) (p C E d c a n m W m d N O 0) O R N 7 a) V O V C p) O N V) X> V) N r h H LL L Y 7.0 r LL (n w U) C d aS C O y h N C CO N [a F U) A co U N 0 3 i c cn c a m m o 0 0 Y a O N N r N N L t'' N .E .L.+ C6 Q Il a3 d F-' O C (n w O N O Cl o C a) U LL O O N E LO "O 0 O ta o -0 c rn 3 �co a Z Ca a) co Z W c c E a O C a� EL �o-0 E O O a) �0a)a) Q Q ��c a7 R O c O O d' a) fL6 LT a Z M N N N L d U_ O O Q N a �O V t N -D a) M N N N ON d LL Q M O N O flT d N LL Q i6 O N a) co E 0 c° aXi Y v m cz m Q o �Y aa) c-' o `-oy W o Z O m C c a) o 1- a o N a t a LL N Q E a) a) o O N 'O 0) y N Y R R o o E S is N X W N 3 N> u `a d t6 0 Q N L C Y Z U con 0 -o c 0) 0 c O +r' E C Z V Y ie c o E c c o o c o_' o v o io y O R u) cn a) 41 Z N c uL° co F o 0 1° fn Q a O v 7 a) p u O Y v �s m N U y a) O p u ca 4 L v a) d) O Y u p o n W O o o N o r n 0 M a C) L. oF r L C� D- ti U U 2 aa)) c U c6 d n LL J U` d O V d 3. LL J O_ i� C W C d O U 0 co Q 0 cV m 06-016(c) Council Approval NIA MAP a�'°'t„,, A E L Agency Agreement Supplement Agency Supplement Number City of Tukwila 3 Federal Aid Project Number Agreement Number HPP- 999(475) LA 6040 CFDA No. 20.205 The Local Agency desires to supplement the agreement entered into and executed on March 10. 2006 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Tukwila Urban Access Improvement Length 0.23 Termini Description of Work No Change Reason for Supplement Reallocating CN funds back to PE for additional design work for the sign bridge required by WSDOT NW Region Traffic. Additional PE work is also required to complete PIFs on proprietary items used in the bid documents. Additional PE effort is required to complete minor redesign of the storm line to avoid a shared utility duct bank which cannot be relocated in a fiscally responsible manner. Revise Construction funds to segregate CM costs from actual construction. Reduce TIB grant award to reflect the final awarded amount. Revision of state forces line item to cover outstanding charges and estimated future charges. Does this change require additional Right of Way or Easements? Yes No Estimate of Funding Type of Work (1) (2) (3) (4) (5) PREVIOUS AGREEMENT/ SUPPLEMENT ESTIMATED TOTAL ESTIMATED ESTIMATED SUPPLEMENT PROJECT FUNDS AGENCY FUNDS FEDERAL FUNDS P.E. a. Consultant HPP $1,564,824 $1,564,824 $1,564,824 b. Other Consultant STP $108,000 $108,000 $14,580 $93,420 Federal Aid c. Other State STP $22,700 $22,700 $3,065 $19,635 d Other State HPP $10,000 $10,000 $10,000 e Total PE Cost Est. (a thru e) $1,574,824 $130,700 $1,705,524 $17,645 $1,687,879 Right of Way f Agency $2,388,500 $2,388,500 $2,388,500 g Other Federal Aid h Other Participation i State I I I I I Ratio for Rw j Total R/W Cost Est. (f thru j) $2,388,500 $2,388,500 $2,388,500 Construction k CH2MHill /HNTB STP (CM) $651,409 $651,409 $87,940 $563,469 1 Local funds (CM) f $1,543,790 $1,543,790 $1,543,790 i m Other STP $3,448,208 $782,109 $2,666,099 $359,923 $2,306,176 n Other Int Corridor Safety $250,000 $250,000 $250,000 o Other TIB, LID $10,819,412 $1,601,284 $9,218,128 $9,218,128 Federal Aid p Agency $2,506,000 $315,346 $2,190,654 $2,190,654 Participation q State $20,000 $20,000 $2,700 $17,300 Ratio for CN r Total Const. Cost Est. (k thru q) $17,043,620 $503,540 $16,540,080 $13,403,136 $3,136,944 s.Total Project Cost Estimate (e +j +r)l $21,006,944 I ($372,840) $20,634,104 $15,809,281 $4,824,823 The local agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agency Official Wash'ngton Sta De artment of Tra portation B By Title Vyor 1W Director of Highwa s and Local Programs V 1 Lt )4 Date Executed JAN 10 2011 DOT Form 140 -041 EF /mod Revised 1/2007 6 1 /Lf,9-6� W Washington State Department of Transportation Local Agency Agreement Supplement Agency Supplement Number City of Tukwila 2 Federal Aid Project Number Agreement Number CFDA No 20.205 1-IPP- 9999(475) LA 6040 (Catalog of Federal Domestic Assistance) The Local Agency desires to supplement the agreement entered into and executed on March 10, 2006 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows. Project Description Name Tukwila Urban Access Improvement Length 0.23 Termini Description of Work No Change Reason for Supplement Obligating funds from STP award and Intersection Safety award into Construction phase. Does this change require additional Right of Way or Easements? Yes J No Estimate of Funding Type of Work (1) (2) (3) (4) (5) yp Previous Supplement Estimated Total Estimated Agency Estimated Agreement/Suppl. Project Funds Funds Federal Funds PE a. Agency 1 100 b Other Consultant 1,564,824 00 1,564,824 00 1,564,824 00 c. Other Federal Aid d. State 10,000 00 10,000 00 10,000 00 Participation Ratio for PE e. Total PE Cost Estimate (a +b +c +d) 1,574,824.00 1,574,824.00 1,574,824.00 Right of Way f Agency 0 00 2,388,500 00 2,388,500 00 2,388,500 00 0 00 a. Other Federal Aid h. Other Participation Ratio for RW i. State j Total R/W Cost Estimate (f +g +h +i) 2.388.500.00 2.388.500.00 2.388.500.00 Construction k. Contract I. Other STP 3,448,208.00 3,448,208.00 465,508.00 2,982,700 00 m. Other Int Corridor Safety 250,000 00 250,000 00 1 250,000.00 n. Other TIB, LID 10,819,412.00 10.819.412.00 1 o Agency 2,506,000 00 2,506,000 00 2,506,000 001 Federal Aid 20,000 00 20,000 00 2,700 001 17,300 00 Participation p State Ratio for CN q. Total CN Cost Estimate (k+l+m+n+o+o) 1 17,043,620.00 17,043,620.00 2,974,208.00 3,250.000.00 r. Total Protect Cost Estimate (e+i+q) 1.574.824.001 19.432.120.00 21.006.944.001 5.362,708.00 4.824.824.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions Agency Official Washington State Dt nt of Transpoetption By lR" By a 3 4_ L l Title Mayor Director of Highways and Local Pr)grams l w n I i Lulu /'r r .-4 1 Date Executed DOT Form 1 -04 F Revise 07 6 j OK /VAC S VS The Local Agency desires to supplement the agreement entered into and executed on March 10, 2006 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Tukwila Urban Access Improvement Length 0.23 Washington State Department of Transportation Agency City of Tukwila Federal Aid Project Number HPP- 9999(475) Termini Description of Work No Change Reason for Supplement Obhgate the 2009 HPP allocation PE a. Agency 100 b. Other Consultant c. Other Federal Aid d. State Participation Ratio for PE e. Total PE Cost Estimate (a +b +c +d) Right of Way f Agency o. Other Federal Aid h. Other Participation Ratio for RW i State j. Total R/W Cost Estimate (f +g +h +i) Construction k. Contract I. Other m. Other n. Other o. Agency Federal Aid p. State Participation Ratio for CN q. Total CN Cost Estimate (k+l+m+n+o+p) r Total Project Cost Estimate (e+j+q) DOT Form 140 -041 E Revised 4/2000 Type of Work 3► 20 AGENCY Agreement Number LA 6040 Previous Agreement/Suppl. 1,487,076.00 10,000.00 1,497,076.00 1,497,076.001 Local Agency Agreement Supplement Supplement Number 1 CFDA No 20.205 (Catalog of Federal Domestic Assistance) (2) Supplement 77 748.00) 77,748.001 77,748.001 Date Executed Estimate of Funding (3) (4) (5) Estimated Total Estimated Agency Estimated Project Funds Funds Federal Funds 1,564,824 00 10,000 00 1,574,824.00 1,574,824.001 The Local Agency further stipulates that pursuant to said Title 23 regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agency Official Washington State Department of Transportation Tit (14749.1, Assistant Secretary for Highways and Local rariis M- Mavnr 1,564,824 00 10,000.00 1,574,824.00 1,574,824.00 Washington State Department of Transportation Agency Address PE 100 Federal Aid Participation Ratio for PE Right of Way Federal Aid Participation Ratio for RW Construction Federal Aid Participation Ratio for CN City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 The Local Agency having complied, or hereby agreeing to comply with the terms and conditions set forth in (1) Title 23, U.S. Code Highways, (2) the regulations issued pursuant thereto, (3) Office of Management and Budget Circulars A -102, A -87 and A -133, (4) the policies and procedures promulgated by the Washington State Department of Transportation, and (5) the federal aid project agreement entered into between the State and Federal Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r, column 3, without written authority by the State, subject to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency Project Description Name Tukwila Urban Access Improvement Length 0.23 Termini Description of Work Design of a grade separated facility, primarily at the Klickitat/Southcenter Parkway intersection. Southbound traffic on Southcenter Parkway will travel under a partial lid supporting Klickitat Drive. Provisions would be made to accomodate turning movements both to and from Klickitat Drive and allow for driver selection of most appropriate route as motorists approach the Southcenter Parkway /Strander Boulevard intersection. Southcenter Parkway will be widened to the east, toward Southcenter Mall. No changes to the I -5 off -ramps are anticipated. A new signal at the Klickitat Drive/SB 1 -5 On -ramp on the west side of 1 -5 will also be included. Type of Work a. Agency b. Other c. Other d. State e. Total PE Cost Estimate (a +b +c+d) f Agency a. Other h. Other i. State 1. Total R/W Cost Estimate (f +g +h +i) k. Contract I. Other m. Other n. Other o Agency p. State a. Total CN Cost Estimate (k +I +m +n +o +p) r Total Project Cost Estimate (e +j +q) Consultant Agency Official By ve t\r\y\/"V^s 4 i By Title Mavyr DOT Form 140 -039 EF Revised 01/2004 WitY A6 Q O/ Local Agency Agreement 1 CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Project No 1-4??-- q 6 19 LA 6040 Agreement No (1) Estimated Total Project Funds 1,487,076.001 10,000.00 1,497,076.00 1,497,076.00 Washington Ste Date Executed For OSC WSDOT Use Only Estimate of Funding (2) Estimated Agency Funds r Assistant Secretary for Highways and Local Programs (3) Estimated Federal Funds Dep ment of Transportation BAR 1 0 2006 1,487,076.00 10,000 00 1,497,076.00 1,497,076.00 5— Co Py Construction Method of Financing (Check Method Selected) State Ad and Award Method A Advance Payment Agency Share of total construction cost (based on contract award) Method B Withhold from gas tax the Agency's share of total construction cost (line 4 column 2) in the amount of at per month for months. Local Force or Local Ad and Award Method C Agency cost incurred with partial reimbursement The Local Agency further stipulates that pursuant to said Title 23 regulations and policies and procedures, and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below Adopted by official action on Provisions I. Scope of Work The Agency shall provide all the work, labor materials, and services necessary to perform the project which is described and set forth in detail in the "Project Description" and "Type of Work. When the State acts for and on behalf of the Agency the State shall be deemed an agent of the Agency and shall perform the services described and indicated in "Type of Work" on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Highway Administration. II. Delegation of Authority The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees that the State shall have the full authority to carry out this administration. The State shall review process, and approve documents required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in all matters conceming the project as requested by the Agency If the Local Agency advertises and awards the project, the State shall review the work to ensure conformity with the approved plans and specifications. III. Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition, the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects, the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications, and federal aid requirements. The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof. All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local govemment accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of Transportation. The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and/or Federal Govemment upon request. V Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: DOT Form 140 -039 EF 2 Revised 01/2004 Resolution /Ordinance No. 1. Preliminary engineering. 2. Right of way acquisition. 3 Project construction. In the event that right of way acquisition, or actual construction of the road, for which preliminary engineering is undertaken is not started by the closing of the tenth fiscal year following the fiscal year in which the agreement is executed, the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX). The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Govemment. Federal funding shall be in accordance with the Transportation Equity Act for the 21st Century (TEA 21), as amended, and Office of Management and Budget circulars A 102, A -87 and A 133. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall mimimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless an indirect cost plan has been approved by WSDOT The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the amount of the Agency's share of the total construction cost based on the contract award. The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency Method B The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27 50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA, and Office of Management and Budget Circular A 133. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation (see Section IX). VIII. Single Audit Act The Agency as a subrecipient of federal funds, shall adhere to the federal Office of Management and Budget (OMB) Circular A -133 as well as all applicable federal and state statutes and regulations. A subrecipient who expends 5500,000 or more in federal awards from all sources during a given fiscal year shall have a single or program specific audit performed for that year in accordance with the provisions of OMB Circular A -133. Upon conclusion of the A 133 audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed the Assistant Secretary for Highways and Local Programs. DOT Form 140 -039 EF Revised 01/2004 3 X. Traffic Control, Signing, Marking, and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD The Agency will, at its own expense, maintain the improvement covered by this agreement. XI. Indemnity The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits, whether at law or equity brought against the Agency State, or Federal Government, arising from the Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. XII. Nondiscrimination Provision No liability shall attach to the State or Federal Govemment except as expressly provided herein. The Agency shall not discriminate on the basis of race, color national origin, or sex in the award and performance of any USDOT assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local Government, the above equal opportunity clause is not applicable to any agency instrumentality or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of labor (2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for govemment contracts and federally assisted construction contracts pursuant to the Executive Order (4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order 0 In addition, the Agency agrees that if it fails or refuses to comply with these XV Venue for Claims and /or Causes of Action undertakings, the State may take any or all of the following actions: For the convenience of the parties to this contract, it is agreed that any claims (a) Cancel, terminate, or suspend this agreement in whole or in part; and/or causes of action which the Local Agency has against the State of Washington, growing out of this contract or the project with which it is (b) Refrain from extending any further assistance to the Agency under the concerned, shall be brought only in the Superior Court for Thurston County program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency and XVI. Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying (c) Refer the case to the Department of Justice for appropriate legal The approving authority certifies, to the best of his or her knowledge and proceedings. belief, that: XIII. Liquidated Damages (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to The Agency hereby agrees that the liquidated damages provisions of 23 CFR influence an officer or employee of any federal agency a member of Congress, Part 635, Subpart 127 as supplemented, relative to the amount of Federal an officer or employee of Congress, or an employee of a member of Congress in participation in the project cost, shall be applicable in the event the contractor connection with the awarding of any federal contract, the making of any federal fails to complete the contract within the contract time. Failure to include grant, the making of any federal loan, the entering into of any cooperative liquidated damages provision will not relieve the Agency from reduction of agreement, and the extension, continuation, renewal, amendment, or federal participation in accordance with this paragraph. modification of any federal contract, grant, loan, or cooperative agreement. XIV Termination for Public Convenience (2) If any funds other than federal appropriated funds have been paid or will The Secretary of the Washington State Department of Transportation may be paid to any person for influencing or attempting to influence an officer or terminate the contract in whole, or from time to time in part, whenever employee of any federal agency a member of Congress, an officer or employee (1) The requisite federal funding becomes unavailable through failure of of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall appropriation or otherwise. complete and submit the Standard Form LLL, "Disclosure Form to Report (2) The contractor is prevented from proceeding with the work as a direct Lobbying, in accordance with its instructions. result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President (3) The undersigned shall require that the language of this certification be or Governor of the State with respect to the preservation of energy resources. included in the award documents for all subawards at all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, and (3) The contractor is prevented from proceeding with the work by reason of a cooperative agreements) which exceed 100,000, and that all such subrecipients preliminary, special, or permanent restraining order of a court of competent shall certify and disclose accordingly jurisdiction where the issuance of such order is primarily caused by the acts or This certification is a material representation of fact upon which reliance was omissions of persons or agencies other than the contractor placed when this transaction was made or entered into. Submission of this certification as a prerequisite for making or entering into this transaction (4) The Secretary determines that such termination is in the best interests of imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the the State. required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Additional Provisions DOT Form 140 -039 EF 4 Revised 01/2004