HomeMy WebLinkAbout02-058 - WA State Department of Transportation (WSDOT) - Tukwila International Boulevard Phase I FundingWasilington State
Var Department of Transportation
A 02 e6g
Local Agency -- �� � �� - Supplement
-
Agency
City ofTukwila
Supplement Number
3
Federal Aid Project Number
P-STPUL-TA96(097)
Agreement Number
LA 3404
CFDA No. 20.205
(Catalog of Federal Domestic Assistance)
The Local Agency desires to supplement the agreement entered into and executed on October 30, 1996
All provisions in the basic agreement remain in effect excepas expressly modified by this supplement.
The changes to the agreement are described as foliows:
Project Description
Name Pacific Highway South Redevelopment
Termini S 138 St to S 152 St
Length 5,000 Feet
Description of Work El No Change
Reason for Supplement
Obligate NHS funds for construction phase.
The LocaAgency 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 Officia
By
Title Mayor
, /6)3
DOT Form 140-041 EF
Revised 4/2000
Washington State Department of Transportation
By
Assis
ecretary for High
Date Executed
and Local Programs
JUL� ' �. Mw�OO�uw�
�077� JUL ��OR�
��!W �����_ �� �uu�
Estimate of Funding
Previous
Agreement/Suppl.
Supplement
Estimated Total
Project Funds
Estimated Agency
Funds
Estimated
Federal Funds
PE a. Agency
86.5 Y6 Consultant
b. Other
700,014.00
700,014.00
94,502.00
605,512.00
c. Other
Federal Aid
Participation----- State
Ratio for PE e. Total PE Cost Estimate (a+b+c+d)
8,000.00
708,014.00
8,000.00
708,014.00
1,080.00
6,920.00
95,582.00
612,432.00
Right of Way f. Agency
V� Other
___ ===__
Feuano|mh. Other
pamcine�nun
Ratio for RW / State
j. Total R/VV Cost Estimate (f+g+h+i)
Construction783,463.00
k. Contract
I. Other Consultant
870,000.00
870.000.00
117.450.00
5,019,967.00
752.550.00
m. Other
n. Other
86.5 96 --���
n.«o*ncy
Federal Aid
p. State
l0000V0
, �
370000
. �
l378000
. �
l 04Y0O
^ �
11,851.00
Participation
RaUo for CN q. Total CN Cost Estimate (k+I~m~n+o+p)
6,429558.00
257,572.00
6,o87 l30.00
902,762.00
5,784,368.00
r. Total Project Cost Estimate (e+j+q)
7,137,572.00
%5757200
7,395,144.00
99834400
6396,80000
The LocaAgency 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 Officia
By
Title Mayor
, /6)3
DOT Form 140-041 EF
Revised 4/2000
Washington State Department of Transportation
By
Assis
ecretary for High
Date Executed
and Local Programs
JUL� ' �. Mw�OO�uw�
�077� JUL ��OR�
��!W �����_ �� �uu�
MPWashington Statd
Department of Transportation
'
State Participating
Agreement �n ���������U�=
Work by Local Agency
Actual Cost
Organization and Addross
City of Tukwila
PubliuWockaT]cnudnz0ot
63OOSouthconterBlvd.#lOO
Tukwila, WA 98188
Section / Location
Tukwila International Boulevard
S. 152nd St. to S. 138th St.
Agreement Number
GCA 2352
Description of Work
ACP Overlay and Associated Safety Provisions
Preliminary Engineering and Construction
State Routewumuv,
99
Con�m|So�ionwumbe,
1701
Region
Northwest Region
THIS AGREEK4EN�made and aN*�d�oth� �~ / day of
nUmSTATE{
WASHINGTON, Department of Transportation, acting by and through the Seoreha/yofTnaporta ion. (hereinafter the "STATE") and
the above named organization, (hereinafter the "LOCAL AGENCY").
, .bohwoen�mSTATE0F
WHEREAS, the LOCAL AGENCY is planning the construction of a project as shown above, and in connection therewith, the STAT
has requested that the LOCAL AGENCY perform certain work as herein described, and
WHEREAS, it is deemed to be in the best interest for the STATE to include specific items of work in the LOCAL AGENCY's
construction contract proposed for the above -noted project, and
WHEREAS, the STATE is obligated for the cost of work described herein.
NOW THEREFORE, by virtue of RCW 47.2814O and in consideration of the terms, conditions, covenants, and performances
contained hnrein, or attached and incorporated and made a part hereof, IT IS MUTUALLY AGREED AS FOLLOWS:
GENERAL
The LOCAL AGENCY, as agent actinfor and on behaof
the STATE, agrees to perform the abov"Description of
Work".
Plans, specifications and cost estimates shall be prepared by the
LOCAL AGENCY in accordance with the current State of
Washington Standard Specifications for Road, Bridge, and
Municipal Construction, and amendments thereto, and adopted
design standards, unless otherwise noted. The LOCAL AGENCY
will incorporate the plans and specifications into the LOCAL
AGENCY's project and thereafter advertise the resulting project
for bid and, assuming bids are received and a contract is
awarded, administer the contract.
The LOCAL AGENCY agrees to submit plans and specifications
for the described work as shown on Exhibit "B", attached hereto
and by this reference made a part of this AGREEMENT, to the
STATE for approval prior to advertising the project.
The STATE may, if it desiresfurnish an inspector on the
project. Any costs for such inspection will be borne solely by
the STATE. All contact between said inthe LOCAL
AGENCY's contractor shall be through the LOCAL AGENCY's
representative.
DOT Form 224-067 EF
Revised 1/97
The STATE agrees, upon satisfactory completion of the
work involved, to deliver a letter of acceptance which shall
include a release and waiver of all future claims or demands of
any nature resulting from the performance of the work under this
AGREEMENT.
|�
PAYMENT
The STATE, in consideration of the faithful performance of the
work to be done by the LOCAL AGENCY, agrees to reimburse
the LOCAL AGENCY for the actual direct and related indirect
cost of the work.
An itemized estimate of cost for work to be performed by the
LOCAL AGENCY at the STATE's expense is marked Exhibit
"A", and is attached hereto and by this reference made a part
of this AGREEMENT.
Partial payments shall be made by the STATE, upon request of
the LOCAL AGENCY, to cover costs incurred. These payments
are not to be more frequent than one (1) per month. It is agreed
that any such partial payment will not constituto agreement as to
the appropriateness of any item and that, at the time of the final
audit, all roquired adjustments will be made and reflected in a
final payment.
The LOCAL AGENCY agrees to submit a final bifl to the STAT
within forty-five (45) days after the LOCAL AGENCY has
completed the work.
U|
DELETION OF WORK
In the event the estimate of cost, Exhibit "A", is in excess of
$ 10,000 and the total actual bid prices for the work covered by
this AGREEMENT exceeds the estimate of cost by more than 15
percent, the STATE shafl have the option of directing the LOCAL
AGENCY to delete all or a portion of the work covered by this
AGREEMENT from the LOCAL AGENCY's contrac. Exue|t, that
this provision shall be nult and void if the STATE's portion of the
work exceeds 20 percent of the actuat total contract bid price.
The STATE shafl have five (5) workingdays from the date of
written notification to inform the LOCAAGENCY to delete the
work. Should the STATE exercise ts option to delete work, the
STATE agrees, upon biHing by the LOCAL AGENCY, to
reimburse the LOCAL AGENCY for preliminary engineering costs
incurred by the LOCAL AGENCY to include the work covered by
this AGREEMENT in the LOCAL AGENCY's contract.
IV
EXTRA WORK
In the event unforeseen conditions require an ncrease in the cost
of 25 percent or more from that agreed to on Exhibit "A", this
AGREEMENT will be modified by supplementat AGREEMENT
covering said increase.
In the event it is determined tha
of work contained in this AGREEMENT is required, approval must
be secured from the STATE prior to the beginning of such work.
Where the change is substantial, written approval must be
secured.
Rembursement for increasedwork and/or a substant[aI change in
the description of worshall be Iimited to costs covered by a
written modification, change order or extra work order approved
by the STATE.
V
RIGHT OF ENTRY
The STATE hereby grants and conveys to the LOCAL AGENCY
the right of entry upon alt land which the STATE has interest,
within or adjacent to the right of way of the highway, for the
purpose of constructing said improvements.
Upon completion of the work outtined herein, alt future operation
and maintenance of the STATE's facilities shall be at the sole cost
of the STATE and without expense to the LOCAL AGENCY.
VI
LEGAL RELATIONS
No Ilability shall attach to the LOCAL AGENCY or the STATE by
reason of entering into this agreement except as expressly
provided herein.
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT as of the day and year first above written.
LOCAL AGENCY
By
[
Title
Date
�
STATE OF WASHINGTON
DEPARTMENT OF TRANSPORTATION
D
Title -
DOT Form 224-067 EF
Exhibit "A"
Estimate of Cost
Item Subtotal
Sales Tax (8.8%)
Construction Engineering & Contingencies @ 17%
Construction Subtotal
Preliminary Engineering (10% of CN)
Total Construction & Engineering
Indirect Cost (0H00013 Active)
$425,953
$37,484
$78,784
$542,222
$54,222
$596,444
$0
TOTAL AGREEMENT ESTIMATE
$596,444
ITEM DETAILS
Item 2. Traffic Control
Temp. Traffic Control Devices
Traffic Control Supervisor
Traffic Control Labor
Sequential Arrow Sign
Class A Construction Signs
Traffic Control Vehicle
Total
Qty Unit Unit Price Total
1 LS $10,000.00 $10,000
240 Hour $40.00 $9,600
600 Hour $35.00 $21,000
240 Hour $8.00 $1,920
400 SF $15.00 $6,000
30 Day $60.00 $1,800
$50,320
Item 6. Site Prep Items Qty Unit Unit Price Total
Removing Type C Block Curb 436 LF $4.00 $1,744
Removing Type A Block Curb 889 LF $4.00 $3,556
Removing Traffic Island 1950 SF $6.50 $12,675
Total $17,975
ExhA.02.xls 1 of 2
GCA 2352
ItemJnit
1
Mobilization
1
LS
$42,595
$42,595
2
Traffic Control
1
Est.
$50,320.00
$50,320
3
ACP Class A
4091
Ton
$40.00
$163,640
4
Prelevel ACP Class A
1539
Ton
$35.00
$53,865
5
Planing Bituminous Pavement
1007
SY
$5.00
$5,035
6
Site Preparation Items
1
Est.
$17,975.00
$17,975
7
Safety Restoration
1
Est.
$72,523.00
$72,523
8
Pavement Repair (Crack Sealing)
1
Est.
$20,000.00
$20,000
Item Subtotal
Sales Tax (8.8%)
Construction Engineering & Contingencies @ 17%
Construction Subtotal
Preliminary Engineering (10% of CN)
Total Construction & Engineering
Indirect Cost (0H00013 Active)
$425,953
$37,484
$78,784
$542,222
$54,222
$596,444
$0
TOTAL AGREEMENT ESTIMATE
$596,444
ITEM DETAILS
Item 2. Traffic Control
Temp. Traffic Control Devices
Traffic Control Supervisor
Traffic Control Labor
Sequential Arrow Sign
Class A Construction Signs
Traffic Control Vehicle
Total
Qty Unit Unit Price Total
1 LS $10,000.00 $10,000
240 Hour $40.00 $9,600
600 Hour $35.00 $21,000
240 Hour $8.00 $1,920
400 SF $15.00 $6,000
30 Day $60.00 $1,800
$50,320
Item 6. Site Prep Items Qty Unit Unit Price Total
Removing Type C Block Curb 436 LF $4.00 $1,744
Removing Type A Block Curb 889 LF $4.00 $3,556
Removing Traffic Island 1950 SF $6.50 $12,675
Total $17,975
ExhA.02.xls 1 of 2
GCA 2352
Exhibit "A"
Estimate of Cost
Item 7. Safety Restoration
Concrete Barrier Curb
Extruded Curb
Type C Block Curb
Adjust Monument
Adjust Valve Box
Adjust Water Meter Box
Temp. Pvmt. Markings
Type 1 Lane Markers
Type 2 Lane Markers
Paint Stripe
Plastic Gore Stripe
Plastic Crosswalk
Plastic Stop Line
Plastic Arrow
Traffic Loops
TOTAL
ExhA.02.xls 2 of 2
Qty Unit
889 LF
534 LF
436 LF
2 EA
53 EA
10 EA
30,000 LF
8 Hund
3 Hund
8896 LF
1760 LF
1472 SF
400 LF
41 EA
45 EA
Unit Price
$11.00
$5.00
$10.00
$250.00
$130.00
$250.00
$0.25
$300.00
$500.00
$0.30
$3.00
$1.60
$2.50
$70.00
$450.00
Total
$9,779
$2,670
$4,360
$500
$6,890
$2,500
$7,500
$2,400
$1,500
$2,669
$5,280
$2,355
$1,000
$2,870
$20,250
$72,523
GCA 2352
Exhibit "B"
Description of Work
City Project:
The City of Tukwila proposes to reconstruct and improve SR 99 from S. 138th St.
to S. 152nd St. to provide curbs, gutters, sidewalks, drainage, landscaping,
asphalt concrete pavement overlay, signing, illumination, traffic signal
modifications and interconnect, and relocation of overhead utilities underground.
Scope of State Participation:
The STATE agrees to participate in the CITY's project by providing funding for
the rehabilitation of the existing pavement section of SR 99. This funding will
include preliminary engineering and construction costs for the asphalt concrete
pavement overlay and associated work as itemized by Exhibit "A." The following
assumptions were made in the preparation of Exhibit "A":
1. Overlay existing roadway with 0.17 ft. ACP. The estimated quantity is
based on a total width varying from 62-75 feet.
2. Prelevel ACP at 300 tons per lane -mile.
3. Grind (Planing) along curb lines, beginning and end of paving and through
intersections.
4. Safety Restoration consists of the following:
a. Remove and replace delineation, traffic islands and curbs within the
existing roadway prism.
b. Adjust features (CB's, MH's, etc.) affected by the overlay.
c. Replace traffic loops within the existing roadway prism.
5. Pavement Repair consists of crack sealing in accordance with Section 5-
04.3(5)C of the Standard Specifications.
6. Traffic Control includes labor, vehicles, and equipment.
7. Mobilization is 10% of the subtotal of items.
8. Engineering and Contingencies is 17% of the Construction Cost plus sales
tax.
9. Preliminary Engineering is 10% of the total Construction Cost, sales tax,
and Engineering and Contingencies.
ExhibitB.doc Page 1 of 3 GCA 2352
S 124 St
S126t
S 133 S
S 13
S 135 St
ti S 136 St
P r. y
ti
S 137
cn b �7 m
Foster
Golf
Course
S 13 6 S
St
S S��
v_
S 142 S
S 144 St
S 144 St
S 146 S
S 146 St
S 148 S
—1S 150 St
S
S 149 St
S 15 0 St
S 150
S
S 152 St
S 152 St
S 154 St
Project
Locati
S 156 St
St
60 S
co,
S 164 St
City of Tukwila
Strange
GCA 2352
EXHIBIT "B" xt
SHEET 2 OF 3
Pacific Highway South
S 138 St to S 152 St
1908
February 8, 2000
Vicinity
Map
R/W eL
50' TYPICAL R/W
50' TYPICAL 1
62' i
1
VARIES 24-37
VARIES 25' - 38'
05
12'
SEE PLAN
1
SEE MEDIAN
SEE PLAN
ISLAND DETAIL,
SHEET 05
1
1
1
1
E Xi S TING PAVEMENT
ROADWAY SECTION
MATCH EXIST,
0.5'
12'
2X
(1'
SEE BUS PULL -OUT SECTION FOR
PAV'T DEPTH AND SIDEWALK WIDTH
STA 10+78 TO STA 13+17
MATERIALS
ASPHALT CONCRETE PAVEMENT CLASS A, OVERLAY
0 ASPHALT CONCRETE PAVEMENT CLASS A
0 ASPHALT TREATED BASE
(:) COMPACTED SUBG RADE
0 GEOTEXTILE REINFORCEMENT
(:) CEMENT CONCRETE CURB ANO CUTTER
() COMPACTED GRAVEL BORROW
0 CEMENT CONCRETE SIDEWALK 4" THICK
CRUSHED SURFACING TOP COURSE GCA 2352
EXHIBIT "B"
SHEET 3 OF 3
TUKWILA INTERNATIONAL BOULEVARD
(S. 138th St. to S. 152nd St)
VARIES
A(ikNCY cue
11,74; Washington State
Department of Transportation
G o
Local Agency Agreement Supplement
Agency
City of Tukwila
Federal Aid Project Number
P-STPUL-TA96(097)
Agreement Number
LA 3404
Supplement Number
2
CFDA No. 20.205
(Catalog of Federal Domestic Assistance)
The Local Agency desires to supplement the agreement entered into and executed on October 30, 1996
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 Pacific Highway South Redevelopment
Termini S 138 St to S 152 St
Description of Work No Change
Reason for Supplement
Obligate construction funding. Increase in PE to cover costs for: chaI]naLization, uri
ivirottrBltal
Length 5000 Feet
Type of Work
(1)
Previous
Agreement/Suppl.
Estimate of Funding
(2) (3) (4)
Sulement Estimated Total Estimated'Agency
pp . Project Funds Funds
(5)
Estimated
Federal Funds
PE a. Agency
86.5 % bOther Consultant
.
c. Other
Federal Aid dState
.
Participation
Ratio for PE e. Total PE Cost Estimate (a+b+c+d)
459,414,00-
8.000.00
467,414.00
240,600.00
240,600.00
700,014.00
8,000.00
708,014.00
94,502.00
1,080.00
95,582.00
605.512.00
6.920.00
612,432.00
Right of Way f. Agency
0 % g. Other Consultant
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
86.5 %
o. Agency
Federal Aid
Participation p. State
Ratio for CN q. Total CN Cost Estimate (k+I+m+n+o+p)
5.549,558.00
870.000.00
10.000.00
6,429,558.00
5,549,558.00
870,000.00
10.000.00
6,429,558.00
749,190.00
1 1 7,450.00
1,350.00
867,990.00
4.800.368.00
752.550.00
8.650.00
5,561,568.00
i
r. Total Project Cost Estimate (e++g)
467,414.00
6,670,158.00
7,137,572.00
963,572.00
6,174,000.00
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 Department of Transportation
By ( 1/ I ,
By
Title Mayor
V\
DOT Form 140-041 EF
Revised 4/2000
Assistant Secretary for Highways and Local Programs
Date Executed
MAY 1 4 2002
aWashingtonState
'041I Department of
sportation
Agency
Address
City of Tukwila
Local Agency Agreement
Dept. of Public Works
6300 Southcenter Blvr9
Tukwila, WA 98188
Project No. ?"- 7
Agreement No. _
3404
For Headquarters WSDOT use only.
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 and A-128, (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 Departrnent 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 s, 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
Pacific Highway South Redevelopment
Name
Termini
S 142 Street to S 152 Street
Length 3,500 Feet
Description of Work The existing roadway will be widened and overlayed to provide two
through lanes in each direction, left and right turn lanes at intersections, a
center two way turn lane, and parking with bus pullouts. Other improvements include
curb and gutter, sidewlaks, curb ramps, drainage, landscaping, overhead utility
undergrounding, traffic signal modifications and interconnect. This project will
provide PS&E for Pacific Highway from S 142 St to S 152 St and construction from
S 142 St to S 148 St.
Federal participation in construction engineering (q) is limited to 15 percent of the total contract costs (line m, column 3). c."- 2' 5
The federal aid participation rate in this project will be determined by the Federal Government. The parties expect that it will be 86-5
percent; however, it is understood that the rate may vary. The Local Agency agrees that this agreement is entered into without relying upon any
representation by the state made outside of this contract, or contained herein, as to what the federal participation rate will be. It further agrees
that it will not condition any future actions with respect to the project covered by this agreement upon past, current, or future representations as
to the federal participation rate. The dollar amount of federal participation cannot exceed the amount shown in line s, column 3. All costs not
reimbursed by the Federal Government shall be the responsibility of the Local Agency.
DOTF0"140-039
Revised 8/95
Type of Work
Estimate of Funding
(1)
EstimatedTotal
Project Funds
W
Estimated
Agency Funds
(3)
Estimated
FederalFunds
PE
a. Agency work
b. Other Consultant
295,266
3,000
39,861
405
255,405
2,595
c. State services
d. Total PE cost estimate (a+b+c)
298,266
40,266
258,000
Right of Way
e. Agency work
f. Other •
g. State services
h. Total R/W cost estimate (e-i-f+g)
0
Construction
i. Contract
j. Other,
.f..4.9.0.2.$27
1,490,827
...:•;".
201 262
"• .....
—0.—
, 1,565
'"/201 262
...
1,289,565
1,289,
k. Other
I. Other
m. Total contract costs (i+j+k+1)
arnstruction Engineering
n. Agency
o. Other Criniiit-ani-
,,,
220, .
000
„„„
)....29,.784
405
-
„
„,
1904.840
2,595
p. State forces
q. Total construction engineering (n+o+p)
r. Total construction cost Estimate (m+q)
423,624
30,189
13,435
(,/ 1,714,451
230,451
1,483,0
s. Total cost estimate of the project (d+h+r)
14'462-770T71-7
-1-r74174:400-
Federal participation in construction engineering (q) is limited to 15 percent of the total contract costs (line m, column 3). c."- 2' 5
The federal aid participation rate in this project will be determined by the Federal Government. The parties expect that it will be 86-5
percent; however, it is understood that the rate may vary. The Local Agency agrees that this agreement is entered into without relying upon any
representation by the state made outside of this contract, or contained herein, as to what the federal participation rate will be. It further agrees
that it will not condition any future actions with respect to the project covered by this agreement upon past, current, or future representations as
to the federal participation rate. The dollar amount of federal participation cannot exceed the amount shown in line s, column 3. All costs not
reimbursed by the Federal Government shall be the responsibility of the Local Agency.
DOTF0"140-039
Revised 8/95
Construction Method of Financing
(check method selected)
State Ad and Award
O Method A — Advance Payment — Agency share of total construction cost (based on contract award)
O 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
fi> 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 19 , Resolution/Ordinance No.
Agency Official
Provisions •
1. 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
Administra tion.
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.
11. 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 concerning 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.
111. 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 incus zed 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 procedures prescribed by the Division of Municipal Corporations
of the 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
DOT Form 140.039
Revised 8/95
2
Washington State Department of Transportation
By U 1
Assistant Secretary for TransAid
OCT 3 0 1996
Date Executed
payment of any federal aid funds to the Agency. Copies of said
records shall be furnished to the State and/or Federal Government
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:
1. Preliminary engineering up to and including approval.
2. Preparation of plans, specifications, and estimates.
3. Right of way acquisition.
4. 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 VIII).
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 Government. Federal funding shall be in
accord with the Intermodal Surface Transportation Efficiency Act
1991, Title 23, United States Code, as amended, and Office of
Management and Budget circulars A-102 and A-128. 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.
1. Preliminary Engineering, Right of Way Acquisition, and
Audit Costs
The Agency will pay for Agency incurred costs on the project.
Following such payments, vouchers shall be submitted to the State in
the format prescribed by the State, in quadruplicate, not more than
one per month. The State will reimburse the Agency up to the
amount shown on the face of this agreement for those costs eligible for
federal participation to the extent that such costs are directly attribut-
able and properly allocable to this project. Expenditures by the Local
Agency for the establishment, maintenance, general administration,
supervision, and other overhead shall not be eligible for federal
participation.
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 VIII).
2. 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 quadruplicate, 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 the establishment,
maintenance, general administration, supervision, and other overhead
shall not be eligible for Federal participation.
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 VIII).
VII. Audit of Federal Aid Project
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 Directive
D27-50, Consultant Authorization, Selection, and Agreement
Administration; memoranda of understanding between WSDOT and
FHWA; and Office of Management and Budget Circular A-128.
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 VIII).
VIII. 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
DOT Form 140-039
Revised 8/95
3
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 by the Assistant Secretary for TransAid.
IX. 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.
X. 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.
No liability shall attach to the State or Federal Govenunent
except as expressly provided herein.
XI. Nondiscrimination Provision
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 at 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 following equal opportunity clause:
"DURING THE PERFORMANCE OF THIS CONTRACT, THE
CONTRACTOR AGREES AS FOLLOWS:"
(a) The contractor will not discriminate against any employee or
applicant for employment because of race, color, religion, sex, or
national origin. The contractor will take affirmative action to ensure
that applicants are employed and that employees are treated during
employment without regard to their race, color, religion, sex, or
national origin. Such action shall include, but not be limited to, the
following: employment, upgrading, demotion or transfer; recruitment
or recruitment advertising; layoffs or termination; rates of pay or
other forms of compensation, and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be
provided by the Agency setting forth the provisions of this
nondiscrimination clause.
(b) The contractor will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment
without regard to race, color, religion, sex or national origin.
(c) The contractor will send to each labor union or
representative of workers with which he has a collective bargaining
agreement or other contract or understanding, a notice to be provided
by the Agency advising the said labor union or workers'
representative of the contractor's commitments under this Section
11-2 and shall post copies of the notice in conspicuous places available
to employees and applicants for employment.
(d) The contractor will comply with all provisions of Executive
Order 11246 of September 24, 1965, and of the rules, regulations, and
relevant orders of the Secretary of Labor.
(e) The contractor will furnish all information and reports
required by Executive Order 11246 of September 24, 1965, and by the
rules and regulations and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records, and
accounts by the Federal Highway Administration and the Secretary of
Labor fcir purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(f) In the event of the contractor's noncompliance with the
nondiscrimination clauses of this contract or with any of such rules,
regulations or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the contractor may be declared
ineligible for further government contracts or federally assisted
construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions
may be imposed and remedies invoked as provided in Executive Order
11246 of September 24, 1965, or by rule, regulation, or order of the
Secretary of Labor, or as otherwise provided by law.
(g) The contractor will include the provisions of this Section 11-2
in every subcontract or purchase order unless exempted by rules,
regulations, or orders of the Secretary of Labor issued pursuant to
Section 204 of Executive Order 11246 of September 24, 1965, so that
such provisions will be binding upon each subcontractor or vendor.
The contractor will take such action with respect to any subcontract or
purchase order as the Agency, Washington State Department of
Transportation, or Federal Highway Administration may direct as a
means of enforcing such provisions including sanctions for
noncompliance: Provided, however, that in the event a contractor
becomes involved in, or is threatened with, litigation with a
subcontractor, he may request the United States to enter into such
litigation to protect the interests of the United States.
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 prirnary 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, government 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.
In addition, the Agency agrees that if it fails or refuses to comply
with these undertakings, the State may take any or all of the following
actions:
(a) Cancel, terminate, or suspend this agreement in whole or in
part;
(h) Refrain from extending any further assistance to the Agency
under the program with respect to which the failure or refusal occurred
until satisfactory assurance of future compliance has been received
from the Agency; and
(c) Refer the case to the Department of Justice for appropriate
legal proceedings.
XII. Liquidated Damages
The Agency hereby agrees that the liquidated damages
provisions of 23 CFR Part 630, Subpart 305, as supplemented, relative
DOT Form 140-039
Revised 8/95
to the amount of Federal participation in the project cost, shall be
applicable in the event the contractor fails to complete the contract
within the contract time. Failure to include liquidated damages
provision will not relieve the Agency from reduction of federal
participation in accordance with this paragraph.
XIII. Termination for Public Convenience
The Secretary of the Washington State Departrnent of
Transportation may terminate the contract in whole, or from time to
time in part, whenever
(1) The requisite federal funding becomes unavailable through
failure of appropriation or otherwise.
(2) The contractor is prevented from proceeding with the work
as a direct 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 or Governor of the State with respect
to the preservation of energy resources.
(3) The contractor is prevented from proceeding with the work
by reason of a preliminary, special, or perrnanent restraining order of a
court of competent jurisdiction where the issuance of such order is
primarily caused by the acts or omissions of persons or agencies other
than the contractor.
(4) The Secretary determines that such terrnination is in the best
interests of the State.
XIV. Venue for Claims and/or Causes of Action
For the convenience of the parties to this contract, it is agreed
that any claims 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 concerned, shall be brought only in the
Superior Court for Thurston County.
XV. Certification Regarding the Restrictions of the Use
of Federal Funds for Lobbying
The approving authority certifies, to the best of his or her
knowledge and belief, that:
(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 influence an officer or employee of any federal
agency, a member of Congress, an officer or employee of Congress, or
an employee of a member of Congress in connection with the
awarding of any federal contract, the making of any federal grant, the
making of any federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative
agreement.
(2) If any funds other than federal appropriated funds have been
paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a
member of Congress in connection with this federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and
submit the Standard Forrn-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
(3) The undersigned shall require that the language of this
certification be included in the award documents for all subawards at
all tiers (including subgrants, and contracts and subcontracts under
grants, subgrants, loans, and cooperative agreements) which exceed
S100,000, and that all such subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which
reliance was placed when this transaction was made or entered into.
Submission of this certification as a prerequisite for making or entering
into this transaction imposed by Section 1352, Title 31, US. Code. Any
person who fails to file the 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
4