HomeMy WebLinkAboutReg 2018-07-02 Item 3C - Grant Acceptance - Congestion Mitigation and Air Quality Grant for West Valley Highway (I-405 to Strander Boulevard) for $627,903COUNCIL AGENDA SYNOPSIS
1111.0c1/S
MeeliqDale
Prepared 1g
ililayor: review
Conwil review
07/02/18
HH
, ,
'
C.vil:(;( )RY Discussion
.\ fig Date
Motion
Dale 07/02/18
Ordinance
.14gDale
\
Public 1 fearing
:I4gDale
Other
.'figDale
• Resolution
:11-tj;
AltgDale
Slk)NSOR Counal j Algyor I IR DCI)finance l ire E IT Pe -R Police z Plr
SN )NS*()W s The City has been awarded federal grant funds of $627,903.00 from the Congestion
Stimu\Ry Mitigation and Air Quality (CMAQ) Program to design and construct the shared use path on
the west side of West Valley Hwy from the Pedestrian Bridge to Longacres Way. With
funding from the State Transportation Improvement Board and traffic impact fees, the City
currently has $331,000 budgeted, but an additional $200,000 will be needed in 2019.
Council is being asked to accept the federal CMAQ grant of $627,903.00.
ITEM INFORMATION
ITEM No.
3.C.
S1\I1 SPoNSOR: HENRY HASH
ORIGINALAGIADA DATF: 07/02/18
Al;l'IN1DA HEM TITI,F, West
Accept
Valley Highway
Federal CMAQ
(1-405 to
Grant
Strander Blvd)
C.vil:(;( )RY Discussion
.\ fig Date
Motion
Dale 07/02/18
Ordinance
.14gDale
Bid Award
AlgDale
Public 1 fearing
:I4gDale
Other
.'figDale
• Resolution
:11-tj;
AltgDale
Slk)NSOR Counal j Algyor I IR DCI)finance l ire E IT Pe -R Police z Plr
SN )NS*()W s The City has been awarded federal grant funds of $627,903.00 from the Congestion
Stimu\Ry Mitigation and Air Quality (CMAQ) Program to design and construct the shared use path on
the west side of West Valley Hwy from the Pedestrian Bridge to Longacres Way. With
funding from the State Transportation Improvement Board and traffic impact fees, the City
currently has $331,000 budgeted, but an additional $200,000 will be needed in 2019.
Council is being asked to accept the federal CMAQ grant of $627,903.00.
RFIvii Avtj) BY E CO`' Mtg. E C:\&P Cmte
E Utilities Cmte E Arts Comm.
DATE: 06/25/18
• hszs Cmte
Comm.
Cl LUIZ: THOMAS
.II Transportation
Cmte
Parks
COMMITTEE
El Planning Comm.
MCLEOD
RECOMMENDATIONS:
SP( )NS(
C\I\Eli'ilN
IN. Public Works Department
Unanimous Approval; Forward to Consent Agenda
COST IMPACT / FUND SOURCE
EXPKNIATIlla: REQUIR11) AMOUNT BUDGETED APPROPRIATION REQUIRED
$0.00 $0.00 $200,000.00
Fund Source: 104 ARTERIAL STREET (PAGE 26, 2017 CIP)
Comments: $200,000 is currently listed in Beyond.
MTG. DATE
RECORD OF COUNCIL ACTION
07/02/18
MTG. DATE
ATTACHMENTS
07/02/18
Informational Memorandum dated 06/22/18
Federal CMAQ Grant Agreement
Proposed 2019 CIP page 21
Minutes from the Transportation & Infrastructure Committee meeting of 06/25/18
2
I'C'Y Tllll,'k
Public Works Department HenryHash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Harry Hash, Public Works Director /�
BY: Cyndy Knighton, Senior Program Manager
CC: Mayor Ekberg
DATE: June 22, 2018
SUBJECT: West Valley Hwy (1-405 to Strander Blvd)
Project No. 99310410
CMAQ Grant Award and Acceptance
Allan Ekberg, Mayor
ISSUE
Formal City acceptance of a Congestion Mitigation and Air Quality (CMAQ) grant in the amount of $627,903 which has been awarded to the West
Valley Hwy (1-405 to Strander Blvd) Project.
BACKGROUND
In December 2016, Tukwila and King County Parks and Recreation Division entered into an Interagency Agreement for the Development of Mobility
Connections Facilities on Baker Blvd and Christensen Rd. This Agreement provided Tukwila with $1,000,000 of King County Trail Levy funds to
construct the Baker Blvd Non -Motorized Improvements Project. Also in the KC Agreement was reference to the larger Tukwila Mobility Connections
concept plan completed by King County in 2016 and a statement that both parties were working cooperatively to implement the larger Mobility Project.
Tukwila committed up to $70,000 of funding toward the Tukwila Mobility Connection Project using the then -budgeted funds in the 2015-2017 CIP for
the TUC/TOD Pedestrian Improvement Project (No. 90710405). King County, with Tukwila as a partner, was awarded a federal CMAQ grant for design
and construction of the shared use path on the west side of West Valley Hwy from the Pedestrian Bridge to Longacres Way. Design -only work on
Longacres Way from West Valley Hwy to the end of the City's right-of-way is also included. After the award was made, King County and Tukwila
agreed to make Tukwila the lead agency on the awarded grant and the State Transportation Improvement Plan was amended to reflect that change
on May 2, 2018. The final CMAQ award to Tukwila is $627,903.
According to City CIP policy, staff must get approval from the full Council before accepting grants.
DISCUSSION
The CMAQ grant will design and construct a wide shared -use path on West Valley Hwy from the Longacres Way intersection south to the recently
widened sidewalks next to the TUC Pedestrian Bridge and design non -motorized facilities on Longacres Way. For most efficient use of public funding,
staff has combined the CMAQ work with the larger West Valley Hwy (I-405-Strander Blvd) project which was recently awarded a $2.4m TIB grant.
Funds for the CMAQ grant match requirement can come from the TIB grant, and some of the TIB grant match requirements were met with the CMAQ
grant. This common practice helps minimize the City's general fund obligations. The attached WSDOT forms, Local Agency Federal Aid Project
Prospectus and Local Agency Agreement, must be signed by the Mayor to obligate the CMAQ funds.
FISCAL IMPACT
Not all of the City matching funds are currently shown in the CIP as available, but instead require amending the CIP to allocate $200,000 shown in the
"Beyond" years into 2018/2019. This was discussed by the Transportation and Infrastructure Committee in January as part of the TIB grant acceptance.
The City's $97,996 match requirement for the shared use pathways is through a combination of TIB grant and general revenue. Impact fees cannot be
used as match for the shared use pathways but can be used for the larger project.
F u n d i n9 . S o u. r c e ..............................
Awarded CMAQ Grant
TIB Grant
Traffic Impact Fees
Existing CIP 104 Fund
Requested General Fund
Desi
n
Total
$ 186,840.00
280,820.00
37,500.00
10,000.00
0.00
$ 515,160.00
Construction
$ 441,063.00
2,153,560.00
212,500.00
321,000.00
200,000.00
$ 3,328,123.00
Total
$ 627,903.00
2,434,380.00
250,000.00
331,000.00
200,000.00
$ 3,843,283.00
RECOMMENDATION,
Council is being asked to formally accept the federal CMAQ grant for the West Valley Hwy (1-405 to Strander Blvd) Project and consider this item on
the Consent Agenda at the July 2, 2018 Regular Meeting.
Attachments: Notification of Award letter dated May 16, 2018
Local Agency Agreement and Project Prospectus
Draft CIP Sheet
W:1PW Eng1PROJECTS\A- RW 8 RS Projects\West Valley Highway (99310410)1Design\INFORMATION MEMO - CMAQ Grant Acceptance 6-25-18.docx
3
4
Mr. Roger Millar
Secretary of Transportation
Department of Transportation
Olympia, Washington
Attention: Stephanie Tax
Dear Mr, Millar:
U. S. DEPARTMENT OF TRANSPORTATION
FEDERAL HIGHWAY ADMINISTRATION
WASHINGTON DIVISION
SUITE 501, EVERGREEN PLAZA
711 SOUTH CAPITOL WAY
OLYMPIA, WA 98501
FEDERAL TRANSIT ADMINISTRATION
915 SECOND AVENUE, SUITE 3142
SEATTLE, WA 98174
May 16, 2018
HPP-WA.2/72 1.4
2018-2021 STIP Amendment 18-04
The Federal Highway Administration (Fl-IWA) and Federal Transit Administration (FTA)
received the May 2, 2018, letter from Ms. Stephanie Tax requesting approval of 2018-2021 STIP
Amendment 18-04.
Pursuant to 23 CFR 450.328 we find that the TIP Amendments for the Metropolitan Planning
Organizations (MPOs) submitted for this round conform with the State Implementation Plan for
reducing the severity and number of National Ambient Air Quality Standards (NAAQS)
violations and insuring expeditious attainment of the standards.
In accordance with 23 CFR 450.218, the FHWA and the FTA, based on the certification of the
statewide and metropolitan transportation planning processes for and within the State of
Washington, hereby find that the projects described in the 2018-2021 STIP approved January
10, 2018, and those projects submitted through subsequent amendments (including this
Amendment) are based on a transportation planning process that substantially meets the
requirements of 23 CFR Part 450 Subpart A, B and C, 49 U.S.C. Sections 5303-5035, and 23
U.S.C. Sections 134 and 135. We therefore approve 2018-2021 STIP as amended in 18-04.
5
Approval of the STIP and any amendments thereto are not to be construed as a Federal -aid
eligibility determination. Each project must satisfy the specific requirements of the program
from which Federal funds are solicited, as well as other Federal requirements, before Federal
funds are authorized.
If you have any questions concerning our joint action on this STIP amendment, please contact
Sharleen Bakeman, FHWA, at 360-753-9418 and/or Ned Conroy, FTA, at 206-220-4318.
.--A "fit'
i75`(,,
6
-Daniel M. Mathis, P.E.
Division Administrator
Federal Highway Administration
cc:
Matt Kunic (MS: 47370);
BFCG
CDTC
CWCOG
LCVMPO
PSRC
SCOG
RTC
TRPC
SRTC
WCOG
WWVMPO
WCOG
Regional Administrator ----'�
Federal Transit Administration
Eastern, North Central, Olympic, South Central, and Southwest Regions of WSDOT
County: King
Jurisdiction: Tukwila
Project Number: TUK-60
Title: West Valley Highway/Longacres Way Shared Use Pathways
Phase
Programmed Year
Obligation Date
Funding Source
Federal Fund
State Funds
Local Funds
Phase Total
P/E-Design
2018
5/1/2018
CMAQ
$186,840
$0
$0
$186,840
P/E-Design
2018
5/1/2018
Local
$0
$0
$29,160
$29,160
Construction
2019
1/1/2019
CMAQ
$441,063
$0
$0
$441,063
Construction
2019
1/1/2019
Local
$0
$0
$68,836
$68,836 I
WSDOT PIN:
Federal Aid/FTA Grant Number(s):
Functional Class: Urban Principal Arterial
Location: SR 181 & Longacres Way
MTP Status: Exempt MTP Reference(s): N/A
Description: Total Cost: $725,899
Totals:
$627,903
$0
$97,996
Improvement Type: Sidewalk
From: W end of planned Green River Brid To: Longacres Way
Regionally Significant: No Environmental Status: DCE
$725,899
Improvements will be completed on SR 181 from the west end of the planned Green River non -motorized Bridge to Longacres Way, including a 12-14 ft. separated
shared use path with a 5 ft. landscaped buffer strip on the west side of the highway. Design -only will be completed for future improvements on Longacres Way between
SR 181 to the Tukwila Sound Transit Link Station.
5/16/2018 A - 16
8
� Washington State
V/ Department of Transportatwn
Agency City of Tukwila
Address
6200 Southcenter Boulevard
Tukwila, WA 98188
Local Agency Agreement
CFDA No. 20.205
(Catalog or Federal Domestic Assistance)
Project No. TUK-60
Agreement No.
For OSC 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) 2 CFR Part 200, (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
West Valley Highway/Longacres Way Shared Use Pathways
Termini W end of planned Green River Bridge to Longacres Way
Description of Work
See Attached.
Project Agreement End Date 12/31/2020
Proposed Advertisement Date
PE aAaencv
o�
86.5 �0 b Other Consultant
Type of Work
Federal Aid
C. Other
Participation d. State
Ratio for PE _-.
e. Total PE Cost Estimate ra+b+c+dl
Right of Wayo f. Ag_enc
a. Other
Federal Aid h. Other
Participation -.°°--
Ratio for RW i. State
Length 0.17 mile
Claiming Indirect Cost Rate
E
(1)
Estimated Total
Pro'ect Funds
Yes ZNo
mate of Fund �4 ......_....._..m
(2) (3)
Estimated Agency Estimated Federal
Funds Funds
$ 214,000.00 $ 29,160.00
$ 186,840.00
$ 2,000.00 $ 2,000.00
$ 216,000.00
$ 29,160.00 $ 188,840.00
i. Total RMI Cost Estimate rf+g411+11
Construction k. Contract
I. Other Contractor
m. Other,,,,,, _,�
Federal Aid n. Other
Participation
Ratio for CN o. Agency
&State
$ 0.00
$ 0.00 $ 0.00
g, Total CN Cost Estimate (k+l+m+n +o)
r. Total Prooject Cost Estimate (e+i+a,
Agency Official
By
Title Mayor
DOT Form 140-039
Revised 05/2015
$0.00
$ 0.00
$0.00!,
216,000.00
$ 29,160.00' $ 188,840.00
Washington State Department of Transportation
By
Director, Local Programs
Date Executed
Page 1
9
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 coast (line 5, 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
, Resolution/Ordinance No. Funding acceptance by Council Motion
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 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.
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 government 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 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.
2. Right of way acquisition.
3. Project construction.
Once written authorization is given, the Agency agrees to show continuous progress through monthly billings. Failure to show
continuous progress may result the Agency's project becoming inactive, as described in 23 CFR 630, and subject to de -obligation of
federal aid funds and/or agreement closure.
If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the
close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized, 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).
If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year
following the fiscal year in which the right of way phase was authorized, 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).
DO I Form 140-039
Revised 05/2015
10
Page 2
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 accordance with the Federal Transportation Act, as amended, 2 CFR Part
200. 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 minimize 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 a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin
Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit.
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 2 CFR Part 200.501 -Audit Requirements.
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 regulations outlined in 2 CFR Part 200.501 as well as all
applicable federal and state statutes and regulations. A subrecipient who expends $750,000 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 2
CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted
promptly to the State.
DOT Form 140-039 Page 3
Revised 05/2015
11
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 by the Director, Local Programs.
Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200.309).
Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior
to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they
become ineligible for federal reimbursement.
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.
Xl. 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 Government 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, 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;
(b) 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.
DOT Form 140-039 Page 4
12 Revised 05/2015
XIII. Liquidated Damages
The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative 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.
XIV. Termination for Public Convenience
The Secretary of the Washington State Department 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 permanent 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 is notified by the Federal Highway Administration that the project is inactive.
(5) The Secretary determines that such termination is in the best interests of the State.
XV. 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.
XVI. 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 Form - 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 $100,000, 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, U.S.
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.
XVII. Assurances
Local agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway Administration,
Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency
Executive and addressed to the State, documenting that all programs, activities, and services will be conducted in compliance with
Section 504 and the Americans with Disabilities Act (ADA).
Additional Provisions
DOT Form 140-039 Page 5
Revised 05/2015
13
Description of Proposed Work
Improvements will be completed on SR 181 from the west end of the planned Green River non -
motorized Bridge to Longacres Way, including a 12-14 ft. separated shared use path with a 5 ft.
landscaped buffer strip on the west side of the highway. Design -only will be completed for future
improvements on Longacres Way between SR 181 to the Tukwila Sound Transit Link Station.
Engineer's Estimate for Proposed Work
Within the attachment entitled "Tukwila Mobility Connections" are descriptions of the proposed
work and engineering estimates of probably cost. The work is part of a larger effort to improve
mobility connections and this document includes discussion on improvements to Baker Boulevard.
That segment has been funded outside of the CMAQ grant and is complete. The Engineer's
Estimate 2 on page 17 is the basis for the cost estimate. PE costs were estimated using 15% of the
construction estimate. Page 21, Estimate 2 is the basis for the PE costs, also using 15% of the
construction cost ($749,062.50).
Phase
West Valley Highway
Longacres Way
PE (rounded)
$72,300
$112,500
CN (rounded)
$482,000
n/a
Total
$554,300
$112,500
14
WWashington State
A; Department of Transportation
Local Agency Federal Aid
Project Prospectus
Federal Aid
Project Number
Prefix
Route
( )
Date
July 2, 2018
DUNS Number
Federal Employer
m�numm
TUK-60
R18
Local Agency
Project Number
99310 1091-6001519Agency
(ws90T)
City of Tukwila
CA Agency
WI Yes ❑ No
Federal Program Title
1,11 20.205 ❑ Other
Project Title
West Valley Highway/Longacres Way Shared Us
Start Latitude N 47.45973
End Latitude N 47.46102
Start Longitude W -122.24471
End Longitude W -122.24318
Nearest City Name
me
Tukwila
Project Zip Code (+4)
98188-8548
Project Termini From -To �...........�................�.............._
W end of Gm Rvr Brg Longacres Way
Begin Mile Post
End Mile Post
Length of Project
0.17 mile
Award
✓
Type
Local ❑ Local Forces ❑ State ❑ Railroad
Route ID
SR 181
Begin Mile Point
End Mile Point
City Number County Number
1320 17
County Name
King
WSDOT Region
Northwest Region
Legislative District(s)
11
Congressional District(s)
9
Urban Area Number
1
Phase
Total
Estimated Cost
(Nearest Hundred Dollar)
Local Agency
ency
Funding
g
(Nearest Hundred Dollar)
Federal Funds
(Nearest Hundred Dollar)
Phase
Month
Start
Year
P.E.
216,000
29,160
186,840
7/2018
RNV
Const.
509,899
68,836
441,063
7/2019
Total
725,899
97,996
627,903
_ mm
Description of Existing Facilit (Existing Design and Present Condition)
Facility..........
.
Roadway Width
88.5 ft
Number of Lanes
6/7
44 feet wide on Longacres Way with 2 travel lanes and on -street parking
Description of Proposed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
See Attached.
Local Agency Contact Person
Cyndy Knighton
Title
Senior Program Manager
Phone
206-431-2450
Mailing Address
6300 Southcenter Blvd, Ste 100
_...-�
City
Tukwila
State
WA
_ ....--..__
Zip Code
98188
Project Prospectus
By_..._...........__
Approving Authority
Title Mayor
Date
DOT Form 140-101
Revised 04/2015
Previous Editions Obsolete
Page 1
15
Agency
City of Tukwila
Type of Proposed Work
Project Title
West Valley Highway/Longacres Way Share
Date
July 2, 2018
Project Type (Check all that Apply)
❑ New Construction
❑ Reconstruction
❑ Railroad
❑ Bridge
❑ Path / Trail
Pedestrian / Facilities
El Parking
Geometric Design Data
Terrain
Description
Federal
Functional
Classification
Posted Speed
Design Speed
Existing ADT
Design Year ADT
Design Year
Design Hourly Volume (DHV)
Performance of Work
❑ 3-R
❑ 2-R
['Other
Through Route
Principal Arterial
Urban
❑ Rural
❑ NHS
Roadway Width
88.5
❑ Minor Arterial
❑ Collector
❑ Major Collector
❑ Minor Collector
['Local Access
Flat ❑ Roll ❑ Mountain
40
40
28,800
29,400
2019
2,200
Preliminary Engineering Will Be Performed By
Consultant
Construction Will Be Performed By
Contractor
25
25
n/a
n/a
n/a
n/a
Number of Lanes
6/7
Urban
Rural
NHS
Crossroad
❑ Principal Arterial
❑ Minor Arterial
❑ Collector
❑ Major Collector
❑ Minor Collector
Local Access
Flat ❑ Roll. ❑ Mountain
Environmental Classification
❑ Class I - Environmental Impact Statement (EIS)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreement
❑ Class III - Environmental Assessment (EA)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreements
Others Agency
100
Contract Agency
100 0�
Class II - Categorically Excluded (CE)
Projects Requiring Documentation
(Documented CE)
Environmental Considerations
Work to be done on SR 181 is within the shoreline buffer for the Green River. No other major environmental
consideration is expected as the work is within an already highly disturbed area and excavation is not
expected to go beyond the depth of previously disturbed soil.
DOT Form 140-101
16 Revised 04/2015
Previous Editions Obsolete
Agency
City of Tukwila
Project Title
West Valley Highway/Longacres Way Share
Date
July 2, 2018
Right of Way
l✓1 No Right of Way Needed
* All construction required by the
contract can be accomplished
within the exiting right of way.
❑ Right of Way Needed
❑ No Relocation
❑ Relocation Required
__.. _ ._._........
Utilities
Railroad _ ..�....W �..._ ....�...�..._.
✓ No utility work required
❑ All utility work will be completed prior to the start
of the construction contract
❑ All utility work will be completed in coordination
with the construction contract
Ill No railroad work required
❑ All railroad work will be completed prior to the start of
the construction contract
❑ All the railroad work will be completed in coordination
with the construction contract
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed
Remarks
project? ❑ Yes ✓ No
This project has been reviewed by the legislative body of the administration agency or agencies, or it's
designee, and is not inconsistent with the agency's comprehensive plan for community development.
Agency City of Tukwila
Date
DOT Form 140-101
Revised 04/2015
By
Mayor/Chairperson
Previous Editions Obsolete
Page 3
17
Description of Proposed Work
Improvements will be completed on SR 181 from the west end of the planned Green River non -
motorized Bridge to Longacres Way, including a 12-14 ft. separated shared use path with a 5 ft.
landscaped buffer strip on the west side of the highway. Design -only will be completed for future
improvements on Longacres Way between SR 181 to the Tukwila Sound Transit Link Station.
Engineer's Estimate for Proposed Work
Within the attachment entitled "Tukwila Mobility Connections" are descriptions of the proposed
work and engineering estimates of probably cost. The work is part of a larger effort to improve
mobility connections and this document includes discussion on improvements to Baker Boulevard.
That segment has been funded outside of the CMAQ grant and is complete. The Engineer's
Estimate 2 on page 17 is the basis for the cost estimate. PE costs were estimated using 15% of the
construction estimate. Page 21, Estimate 2 is the basis for the PE costs, also using 15% of the
construction cost ($749,062.50).
Phase
PE (rounded)
West Valley Highway
$72,300
CN (rounded)
Total
$482,000
Longacres Way
$112,500
n/a
$554,300 I $112,500
18
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2019 to 2024
PROJECT: West Valley Hwy (1-405 - Strander Blvd) Project No. 99310410
DESCRIPTION:
Design and construct completion of 7 lane sections of West Valley Hwy with curbs, gutters, storm drainage,
lighting and traffic control, including a ped -activated signal near new Ped Bridge. Shared use path on west side
of WVH from Ped Bridge to Longacres to be constructed. Design of non -motorized facilities on Longacres from
WVH to end of ROW included.
JUSTIFICATION: Safety and capacity items need completion. Portions have been co ed by development.
Combined with W Valve Hu,vtS 156th lnterse tuop ' 2f °��n r � n �i o work with development.Grant funding
y � w a� �� � , von n �h ° t
STATUS: in hand for design and cc t tier' ,t` "i �„ 1� o f,tp� � struction on Longacres Way identified
yet.
MAINT. IMPACT: Reduced maintenance.
Project is on Traffic Impact Fee List. Grants from Federal CMAQ awarded for $628k that includes $112k for
COMMENT: design of sidewalk/bike path on Longacres Way (S 158th St) and State Transportation Improvement
Board grant of $2.4m for 2018/2019.
FINANCIAL Through Estimated
in $000's
2017 2018 2019
2020
2021
2022
2023
2024
BEYOND TOTAL
EXPENSES
Design
16
60
472
548
Land (R/W)
100
100
Const. Mgmt.
430
430
Construction
2,765
2,765
TOTAL EXPENSES
16
60
572
3,195
0
0
0
0
0
3,843
FUND SOURCES
Awarded TIB Grant
58
350
2,026
2,434
Awarded CMAQ Grant
187
441
628
Mitigation
0
Traffic Impact Fees
37
213
250
City Oper. Revenue
16
2
(2)
515
0
0
0
0
0
531
TOTAL SOURCES
16
60
572
3,195
0
0
0
0
0
3,843
Project Location
2019 - 2024 Capital Improvement Program
21
19
20
City of Tukwila
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
June 25, 2018 - 5:30 p.m. - Hazelnut Conference Room, City Hall
Councilmembers: Thomas McLeod, Chair; De'Sean Quinn, Zak Idan
Staff: David Cline, Henry Hash, Hari Ponnekanti, Bruce Linton, Peter Lau, Gail
Labanara, Jaimie Reavis, Cyndy Knighton, Laurel Humphrey, Brandon Miles
Guests: Amy Pellegrini, AT&T; Abdirisak Ahmed, Abu Bakr Islamic Center
CALL TO ORDER: Committee Chair McLeod called the meeting to order at 5:30 p.m.
I. PRESENTATIONS
II. BUSINESS AGENDA
Grant Acceptance: West Valley Highway (1-405 to Strander Boulevard)
Staff is seeking Council approval to accept a Congestion Mitigation and Air Quality (CMAQ) grant
in the amount of $627,903 for the West Valley Highway (1-405 to Strander Boulevard) Project.
Funding will be used to design and construct a wide shared -use path on West Valley Highway from
the Longacres Way intersection south to the recently widened sidewalks next to the Tukwila
Urban Center Pedestrian Bridge. Funds will also be used to design future improvements on
Longacres Way between SR 181 to the Tukwila Sound Transit Link Station. The City's match will
come from impact fees, general fund, Fund 104, and other grant funding as shown in the proposed
revision to the Capital Improvement Program summary page. UNANIMOUS APPROVAL.
FORWARD TO JULY 2, 2018 REGULAR CONSENT AGENDA.
There was consensus to consider the Design Consultant Supplement with Tran Tech as the next order
of business.
B. Supplemental Agreement: Annual Bridge Inspections and Repairs
Staff is seeking Council approval of Supplement No. 1 to Contract No. 18-056 with TranTech
Engineering in the amount of $20,000 for additional design of the South 196th/200th Street Bridge
repairs. A recent inspection revealed that settlement on the west end of the structure has
increased to three inches, and this supplement will adjust the contract scope to include remedy
of that issue. UNANIMOUS APPROVAL. FORWARD TO JULY 2, 2018 REGULAR CONSENT
AGENDA.
21