Loading...
HomeMy WebLinkAboutTrans 2011-11-07 COMPLETE AGENDA PACKETCity of Tukwila Distribution: J. Hernandez G. Labanara Transportation Committee J. V Duffie V. Seal C. Knighton S. Kerslake D. Robertson Clerk File Copy Joan Hernandez Chair A. Ekberg 2 Extra Mayor Haggerton Joe Duffie D. Cline e -mail pkt pdf to A. Le K. Matej e -mail cover to: C. Verna Seal B. Giberson O'Flaherty, D. Almberg- F. Iriarte Dideon, B. Saxton, S. R. Tischmak Norris, M. Hart, S. Kirby AGENDA MONDAY, NOVEMBER 7, 2011 Time: 5:00 PM Place: Conference Room #1 Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) WSDOT Rideshareonline.com Project Grant Funding Agreement b) Interlocal Agreement with King County To Transfer Ownership of Drainage Facility a) Forward to 11/14/11 C.O.W. Pg. 1 and 11/21/11 Regular b) Forward to 11/14/11 C.O.W. Pg. 27 and 11/21/11 Regular c) 2012 Overlay and Repair Program Consultant Selection and Agreement c) Forward to 11/14/11 C.O.W. Pg. 33 and 11/21/11 Regular 3. SCATBd a) 11/15/11 Meeting Agenda a) Information Only Pg. 45 4. MISCELLANEOUS 5. ANNOUNCEMENTS Future Agendas: Next Scheduled Meeting: Monday, November 21, 2011 (Meeting may be at 4 pm, before 5 p.m. Budget Workshop) The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at +33-ft79 for assistance. x City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Transportation Committee c FROM: Jack Pace, DCD Director DATE: November 4, 2011 SUBJECT: WSDOT Rideshareonline.com Project with South King County Cities Grant Funding Agreement ISSUE Should Tukwila accept grant funding to run the WSDOT Pilot Project, Rideshareonline.com? BACKGROUND From April to June, 2011, the cities of Tukwila, Renton and Kent implemented a demonstration project for Rideshareonline.com (RSO) to test the functionality of the program. Staff provided management services for implementation of this project. A short duration employee was hired to do outreach and training for businesses and employees in three cities for the state software program. The first project was very successful and has spearheaded this current project. DISCUSSION WSDOT is awarding federal grant funding for a limited term Rideshareonline.com project that will focus on the South King County cities of Tukwila, Renton, SeaTac, Federal Way, Kent, Burien and Auburn. Tukwila will be the lead agency. The project proposes to develop the use of Rideshareonline.com as a significant tool using the parameters of growth centers defined by the Puget Sound Regional Council and will offer trip reduction services. Deliverables include intensive training and production of manuals for users. The $101,370.00 in funding will completely cover costs for two positions; one full -time and one part -time staff along with marketing and material expenses to implement the project. The contract is titled "GCB1081, Federal /State Transportation Management Implementation Agreement For this program, Tukwila's CTR Coordinator will provide technical management for the project. Staff will be hired and housed at the City of Tukwila, Department of Community Development. There are no matching funds required for the City. RECOMMENDATION Council is being asked to consider accepting the WSDOT funding contract for the Rideshareonline.com program in the amount of $101,370.00 and consider this item at the November 14, 2011 Committee of the Whole meeting and subsequent November 21, 2011 Regular Meeting. Attachments: GCB 1081 Grant for the Rideshareonline.com program WAShared Copy OnlyUG-Wift Mena Rideshareonline 11- 411.doox Federal /State Transportation Demand Management Implementation Agreement Washington State Department of Contractor Transportation City of Tukwila 310 Maple Park Avenue SE 6300 Southcenter Blvd. PO Box 47387 Tukwila, WA 98188 Olympia, WA 98504 -7387 Contact Person: Christopher Aiken Project Costs: State Funds Federal Funds 101,340 Contractor Funds 0 Total Project Cost 101,340 Agreement Number: GCB1081 Term of Project: July 1, 2011, through June 30, 2013 Contact Person: Margaret Lubov Federal ID 91- 6001519 Scope of Project: Carry out the Project as described in Exhibit I, Project Scope of Work Service Area: See Exhibit I, Project Scope of Work This AGREEMENT is entered into by the Washington State Department of Transportation, hereinafter referred to as "WSDOT" and the Contractor identified above, hereinafter referred to as "CONTRACTOR and/or individually referred to as the "PARTY" and collectively referred to as the "PARTIES." WHEREAS, Federal funding is authorized under 49 USC chapter 53; Title 23 USC (Highways); the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA -LU) enacted as Public Law 109 -59, August 10, 2005; as amended by SAFETEA -LU Technical Corrections Act, 2008, Pub. L. 110 -244, June 6, 2008; the Transportation Equity Act for the 21 Century (TEA -21) enacted as Public law 105 -178, June 9, 1998, as amended, the National Capital Transportation Act of 1969, D.C. Official Code, 9- 1111.01 et seq.; or other Federal laws the Federal Transit Administration (FTA) administers to the extent FTA so determines; WHEREAS, RCW 70.94.521 through RCW 70.94.555 establishes the State's leadership role, and the requirements and parameters to reduce traffic congestion, fuel use, and air pollution through Commute Trip Reduction programs, including the Growth and Transportation Efficiency Centers in Washington State; WHEREAS, RCW 47.06.050 requires that when planning capacity and operational improvements, the State's first priority is to assess strategies to enhance the operational efficiency of the existing system, and states that strategies to enhance the operational efficiencies include, but are not limited to, access management, transportation system management, and demand management "Strategies and WHEREAS, RCW 47.01.078 directs the State to develop strategies to reduce the per capita vehicle miles traveled, to consider efficiency tools including commute trip reduction and other demand management tools, and to promote the integration of multimodal planning in support of the transportation system policy goals described in RCW 47.04.280; and Page 1 of 25 GCB 1081 WHEREAS, the Legislature has directed the State to increase the integration of public transportation and the highway system, to facilitate coordination of transit services and planning, and to maximize opportunities to use public transportation to improve the efficiency of transportation corridors (RCW 47.01.330); and WHEREAS, RCW 47.80.010 encourages the State and local jurisdictions to identify opportunities for cooperation to achieve statewide and local transportation goals; and WHEREAS, the State of Washington in its Sessions Laws of 2011, chapter 367, Section 220(8) and (9), authorizes funding for Public Transportation and Commute Trip Reduction programs and other special proviso funding through the multi -modal transportation account as identified in the budget through its 2011 -2013 biennial appropriations to WSDOT; and WHEREAS, funding is authorized under 49 USC 5316 for Job Access and Reverse Commute; and any subsequent amendments and resolutions thereto; WHEREAS, funding is authorized under 49 USC chapter 53 of title 23, the Intermodal Surface Transportation Efficiency Act (ISTEA) of 1991, continued under the Transportation Equity Act for the 21st Century (TEA -21), and re- authorized by the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA -LU), Pub. L. 109 -59, 114 (Aug. 10, 2005) for congestion mitigation and air quality (CMAQ) improvement programs under 23 USC 149. WHEREAS the WSDOT Public Transportation Division is responsible for administering funds on behalf of the Washington State Legislature; NOW, THEREFORE, in consideration of terms, conditions, performances and mutual covenants herein set forth and the attached Exhibit I, "Project Scope of Work," Exhibit 11, "Project Progress Report," Exhibit III, "Final Project Progress Report," and Exhibit W, "Invoice Voucher" which are all by this reference incorporated and made a part of this AGREEMENT as if fully set forth herein, IT IS MUTUALLY AGREED AS FOLLOWS: Section 1 Purpose of Agreement The purpose of this AGREEMENT is for WSDOT to provide funding to the CONTRACTOR to be used solely for activities undertaken to manage demand for the transportation system, hereinafter known as the "Project Section 2 Scope of Work The CONTRACTOR agrees to perform all designated tasks of the Project under this AGREEMENT as described in Exhibit I, "Project Scope of Work which is attached hereto and by this reference made a part of this AGREEMENT. Section 3 Term of Project The CONTRACTOR shall commence, perform and complete the Project within the time defined in the caption space header above titled "Term of Project" on this AGREEMENT regardless of the date of execution of this AGREEMENT, unless terminated as provided herein. The caption space header above entitled' "Term of Project" and all caption space headers above are by this reference incorporated into this AGREEMENT as if fully set forth herein. Section 4 Project Costs The total reimbursable cost to accomplish the Project Scope of Work shall not exceed the amounts detailed in the caption space header titled "Project Costs The CONTRACTOR agrees to expend Page 2 of 25 GCB 1081 eligible funds, together with any "Contractor Funds" allocated for the Project in an amount sufficient to complete the Project as detailed in Exhibit 1, "Project Scope of Work The CONTRACTOR further agrees that there shall be no reduction in any amount specified as the Contractor Funds unless there is a concurrent proportional reduction in the Federal and/or State Funds, or WSDOT pre- approves the reduction in writing. If at any time the CONTRACTOR becomes aware that the cost which it expects to incur in the performance of this AGREEMENT will differ from the amount identified as "Total Project Cost" in the caption space header titled "Project Costs the CONTRACTOR shall notify WSDOT in writing within three (3) business days of making that determination. The CONTRACTOR agrees that "Project Costs" eligible for federal participation, including State Funds and Contractor Funds used as match to other FTA funds, must comply with the standards of OMB Circular A -87, Revised, "Cost Principles for State and Local Governments or OMB Circular A -122, Revised, "Cost Principles for Non Profit Organizations or Federal Acquisition Regulation (FAR), 48 CFR Chapter 1, subpart 31.2, "Contracts with Commercial Organizations," whichever is appropriate. Section 5 Reimbursement and Payment A. WSDOT, using FTA funds and/or State funds, shall reimburse the CONTRACTOR for allowable expenses incurred in completing the Project described in Exhibit I, "Scope of Work." In no event shall the total amount reimbursed by WSDOT exceed the "Federal Funds" or "State Funds" identified in the caption space header titled "Project Costs," above. B. Payment will be made by WSDOT on a reimbursable basis for actual net project costs incurred within the timeframe in the caption space header titled "Term of Project." Actual net project costs consist of verifiable direct project expenses that meet the standards for "Project Costs" eligible for federal participation as set forth in Section 4, Project Costs. WSDOT shall make no payments for costs incurred prior to the beginning date or after the ending date shown. The CONTRACTOR shall submit an invoice detailing and supporting the costs incurred. The CONTRACTOR must submit an invoice using Invoice Voucher, attached as Exhibit IV and by this reference made part of this agreement, or a format approved by WSDOT. Such invoices may be submitted no more than once a month and no less than once per quarter. If approved by WSDOT, said invoices shall be paid by WSDOT within thirty (30) days of receipt of the invoice. Payment is subject to the submission to and approval by WSDOT of appropriate invoices, reports, and financial summaries as required in Section 8 Progress Reports. Any financial summaries submitted to WSDOT must include a record of the actual costs. C. The CONTRACTOR shall submit an invoice by July 15, 2012, for any unreimbursed eligible expenditures incurred between July 1, 2011, and June 30, 2012. If the CONTRACTOR is unable to provide an invoice by this date, the CONTRACTOR shall provide an estimate of the charges to be billed so WSDOT may accrue the expenditures in the proper fiscal period. Any subsequent reimbursement request submitted will be limited to the amount accrued as set forth in this section. The CONTRACTOR's final payment request must be received by WSDOT by July 15, 2013, within thirty (30) days of the completion of the Project, or within thirty (30) days of the termination of this AGREEMENT, whichever is sooner. Any payment request received after July 15, 2013 will not be eligible for reimbursement. Section 6 Assignments and Subcontracts A. Unless otherwise authorized in advance and in writing by WSDOT, the CONTRACTOR will not assign any portion of the Project or execute any contract, amendment, or change order thereto, or obligate itself in any manner with any third party with respect to its rights and responsibilities under this AGREEMENT. B. The CONTRACTOR agrees to include Sections 9 through 24 and Section 32 of this AGREEMENT in each subcontract financed in whole or in part with federal assistance provided by FTA; and in all Page 3 of 25 GCB 1081 contracts it enters into for the employment of any individuals, procurement of any materials, or the performance of any work to be accomplished under this AGREEMENT, subject to the limitations set forth in Section ITE, Violating Facilities, of this AGREEMENT. It is further agreed that those clauses shall not be modified in any such subcontract, except to identify the subcontractor or other person or entity that will be subject to its provisions. In addition, the following provision shall be included in any advertisement or invitation to bid for any procurement by the CONTRACTOR under this AGREEMENT: Statement of Financial Assistance: This AGREEMENT is subject to a financial assistance contract between the Washington State Department of Transportation and the Federal Transit Administration and the appropriations of the State of Washington. Section 7 Accounting Records A. Project Accounts. The CONTRACTOR agrees to establish and maintain for the Project either a separate set of accounts or separate accounts within the framework of an established accounting system that can be identified with the Project, in accordance with applicable federal regulations and other requirements that FTA may impose. The CONTRACTOR agrees that all checks, payrolls, invoices, contracts, vouchers, orders, or other accounting documents pertaining in whole or in part to the Project shall be clearly identified, readily accessible, and available to WSDOT and FTA upon request, and, to the extent feasible, kept separate from documents not pertaining to the Project. B. Funds Received or Made Available for the Project. The CONTRACTOR agrees to deposit in a financial institution, all advance Project payments it receives from the Federal Government and record in the Project Account all amounts provided by the Federal Government in support of this Grant AGREEMENT or Cooperative AGREEMENT and all other funds provided for, accruing to, or otherwise received on account of the Project (Project Funds) in accordance with applicable Federal regulations and other requirements FTA may impose. Use of financial institutions owned at least 50 percent by minority group members is encouraged. C. Documentation of Project Costs and Program Income. The CONTRACTOR agrees to support all allowable costs charged to the Project, including any approved services contributed by the CONTRACTOR or others, with properly executed payrolls, time records, invoices, contracts, or vouchers describing in detail the nature and propriety of the charges. The CONTRACTOR also agrees to maintain accurate records of all program income derived from implementing the Project. D. Checks, Orders, and Vouchers. The CONTRACTOR agrees to refrain from drawing checks, drafts, or orders for goods or services to be charged against the Project Account until it has received and filed a properly signed voucher describing in proper detail the purpose for the expenditure. Section 8 Progress Reports The CONTRACTOR shall submit quarterly progress reports to WSDOT so that WSDOT may adequately and accurately assess the progress made under the terms of this AGREEMENT. The progress reports shall be prepared as prescribed by WSDOT on the forms provided in Exhibit II, "Project Progress Report" which is attached hereto and by this reference incorporated into this AGREEMENT and /or as provided and modified by WSDOT staff. The CONTRACTOR shall provide a final progress report, as prescribed in Exhibit III, "Final Project Progress Report", which is attached hereto and by this reference made a part of this AGREEMENT, and/or as provided and modified by WSDOT staff. Progress reports shall be submitted to WSDOT no later than forty-five (45) days from the end of each calendar quarter. Page 4 of 25 GCB 1081 Section 9 General Compliance Assurance The CONTRACTOR agrees to give reasonable guarantees that it and its subcontractors, lessees and any third party contractors under this AGREEMENT, will comply with all requirements imposed by, or pursuant to, 49 USC chapter 53 and other applicable Federal regulations. The CONTRACTOR agrees to comply with the provisions of 49 CFR Part 18 or 49 CFR Part 19 or FAR 48 CFR Chapter 1, subpart 31whichever is applicable, and cost principles as defined in OMB circulars A -87 and A -122. The CONTRACTOR agrees that the United States, any agency thereof, WSDOT and any of WSDOT's representatives, have not only the right to monitor the compliance of the CONTRACTOR with the provisions of this Assurance, but also have the right to seek judicial enforcement with regard to any matter arising under the Federal transit laws and this Assurance. Section 10 Procurement The CONTRACTOR shall make purchases of any incidental goods or supplies essential to this AGREEMENT through procurement procedures approved in advance by WSDOT and consistent with the following provisions: A. General Procurement Requirements. The CONTRACTOR shall comply with third party procurement requirements of 49 USC chapter 53 and other applicable Federal laws in effect now or as subsequently enacted; with the United States Department of Transportation (U.S. DOT) third party procurement regulations of 49 CFR 18.36 or 49 CFR 19.40 through 19.48 and other applicable Federal regulations pertaining to third party procurements and subsequent amendments thereto. The CONTRACTOR shall also comply with the provisions of FTA Circular 4220. IF, "Third Party Contracting Guidance," November 1, 2008 and any later revision thereto, except to the extent FTA determines otherwise in writing, which by this reference are incorporated herein; and any reference therein to "Grantee" shall mean CONTRACTOR. B. Full and Open Competition. In accordance with 49 USC 5325 (a), the CONTRACTOR agrees to conduct all procurement transactions in a manner that provides full and open competition as determined by FTA. C. Preference for United States Products and Services. To the extent applicable, the CONTRACTOR agrees to comply with the following U.S. preference requirements: 1. Buy America. The CONTRACTOR agrees to comply with 49 USC 53230), with FTA regulations, "Buy America Requirements," 49 CFR Part 661, and any later amendments thereto. 2. Cargo Preference —Use of United States -Flag Vessels. The CONTRACTOR agrees to comply with 46 USC 55305 and U.S. Maritime Administration regulations, "Cargo Preference—U.S.- Flag Vessels," 46 CFR Part 381, to the extent those regulations apply to the Project. 3. Fly America. The CONTRACTOR understands and agrees that the Federal Government will not participate in the costs of international air transportation of any persons involved in or property acquired for the Project unless that air transportation is provided by U.S. -flag air careers to the extent service by U.S. -flag air carriers is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974, as amended, 49 USC 40118, and with U.S. GSA regulations, "Use of United States Flag Air Carriers," 41 CFR 301 10.131 through 301 10.143. D. Preference for Recycled Products. To the extent applicable, The CONTRACTOR agrees to comply with U.S. Environmental Protection Agency (U.S. EPA), "Comprehensive Procurement Guideline for Products Containing Recovered Materials 40 CFR Part 247, which implements section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act of 1976 as amended, 42 USC 6962. Accordingly, the CONTRACTOR agrees to provide a competitive Page 5 of 25 GCB 1081 preference for products and services that conserve natural resources, protect the environment, and are energy efficient, except to the extent that the Federal Government determines otherwise in writing. E. Geographic Restrictions. The CONTRACTOR agrees to not use any state or local geographic preference, except those expressly mandated or encouraged by federal statute or as permitted by FTA. F. Government Orders. In case any lawful government authority shall make any order with respect to the Project or Project Equipment, or any part thereof, or the PARTIES hereto or either PARTY, the CONTRACTOR shall cooperate with WSDOT in carrying out such order and will arrange its operation and business so as to enable WSDOT to comply with the terms of the order. Section 11 Incorporation of Federal Terms A. Purchasing. This AGREEMENT's provisions include, in part, certain Standard Terms and Conditions required by FTA, whether or not expressly set forth herein. All contractual provisions required by FTA, as set forth in FTA Circular 4220. IF, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this AGREEMENT. The CONTRACTOR shall not perform any act, fail to perform any act, or refuse to comply with any WSDOT request, which would cause WSDOT to be in violation of any FTA term or condition. B. Federal Changes. The CONTRACTOR shall at all times comply with all applicable FTA regulations, policies, procedures and directives, whether or not they are referenced in this AGREEMENT and include any amendments promulgated by the FTA, during the term of this AGREEMENT. The CONTRACTOR's failure to so comply shall constitute a material breach of this AGREEMENT. Section 12 No Obligation by the Federal Government A. WSDOT and the CONTRACTOR acknowledge and agree that regardless of any concurrence or approval by the Federal Government of the solicitation or award of this AGREEMENT, the Federal Government is not a party to this AGREEMENT unless it provides its express written consent. The Federal Government shall not be subject to any obligations or liabilities to the CONTRACTOR, subcontractor, lessee, or any other participant at any tier of the project (whether or not a PARTY to this AGREEMENT) pertaining to any matter resulting from this AGREEMENT. B. No contract between the CONTRACTOR and its subcontractors, lessees, or any other participant at any tier of the project shall create any obligation or liability of WSDOT with regard to this AGREEMENT without WSDOT's specific written consent, notwithstanding its concurrence in, or approval of, the award of any contract or subcontract or the solicitations thereof. The CONTRACTOR hereby agrees to include this provision in all contracts it enters into for the employment of any individuals, procurement of any materials, or the performance of any work to be accomplished under this AGREEMENT. Section 13 Personal Liability of Public Officers No officer or employee of WSDOT shall be personally liable for any acts or failure to act in connection with this AGREEMENT, it being understood that in such matters they are acting solely as agents of WSDOT. Section 14 Ethics A. Code of Ethics. The CONTRACTOR agrees to maintain a written code or standards of conduct that shall govern the performance of its officers, employees, board members, or agents engaged in the award and administration of contracts, subagreements, leases, third party contracts, or other arrangements Page 6 of 25 GCB 1081 supported by federal assistance. The code or standards shall provide that the CONTRACTOR's officers, employees, board members, or agents may neither solicit nor accept gratuities, favors, or anything of monetary value from any present or potential subcontractor, lessee, sub recipient, or participant at any tier of the Project, or agent thereof. The CONTRACTOR may set de minimis rules where the financial interest is not substantial, or the gift is an unsolicited item of nominal intrinsic value. These codes or standards shall prohibit the CONTRACTOR's officers, employees, board members, or agents from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest or personal gain. As permitted by state or local law or regulations, such code or standards shall include penalties, sanctions, or other disciplinary actions for violations by the CONTRACTOR's officers, employees, board members, or agents, or by subcontractors, lessees, sub recipients, other participants, or their agents. The CONTRACTOR must fully comply with all the requirements and obligations of chapter 42.52 RCW that govern ethics in state and local governments. 1. Personal Conflict of Interest. The CONTRACTOR's code or standards shall prohibit the CONTRACTOR's employees, officers, board members, or agents from participating in the selection, award, or administration of a contract supported by Federal Funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when any of the PARTIES set forth below has a financial or other interest in the firm or entity selected for award: a. The employee, officer, board member, or agent; b. Any member of his or her immediate family; c. His or her partner; or d. An organization that employs, or is about to employ, any of the above. 2. Organizational Conflict of Interest. The CONTRACTOR's code or standard of conduct must include procedures for identifying and preventing real and apparent organizational conflicts of interest. An organizational conflict of interest exists when the nature of the work to be performed under a proposed third party contract, subagreement, lease, or other arrangement at any tier may, without some restrictions on future activities, result in an unfair competitive advantage to the sub recipient, lessee, third party contractor, or other participants at any tier of the Project or impair its objectivity in performing the work under this AGREEMENT. B. Debarment and Suspension. The CONTRACTOR agrees to comply, and assures the compliance of each sub recipient, lessee, third party contractor, or other participant at any tier of the project, with the requirements of Executive Orders Numbers 12549 and 12689, "Debarment and Suspension, "31 USC 6101 note, and U.S. DOT regulations, "Non- procurement Suspension and Debarment" 2 CFR Part 1200, which adopts and supplements the provisions of U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Govemmentwide Debarment and Suspension (Non- procurement)," 2 CFR Part 180. The CONTRACTOR agrees to, and assures that its subrecipients, lessees, third party contractors, and other participants at any tier of the Project will, review the "Excluded Parties Listing System" at http: /eDis.aov/ before entering into any third subagreement, lease, third party contract, or other arrangement in connection with the Project, and will include a similar term or condition in each of its lower -tier covered transactions. C. Bonus or Commission. The CONTRACTOR affirms that it has not paid, and agrees not to pay, any bonus or commission to obtain approval of its application for federal financial assistance for this Project. D. Relationships with Employees and Officers of WSDOT. The CONTRACTOR shall not extend any loan, gratuity or gift of money in any form whatsoever to any employee or officer of WSDOT, nor shall the CONTRACTOR rent or purchase any equipment and materials from any employee or officer of WSDOT. E. Employment of Former WSDOT Employees. The CONTRACTOR hereby warrants that it shall not engage on a full -time, part-time, or other basis during the period of this AGREEMENT, any Page 7 of 25 GCB 1081 professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of WSDOT without written consent of WSDOT. F. Restrictions on Lobbying. The CONTRACTOR agrees to: 1. Comply with 31 USC 1352(a) and will not use Federal assistance to pay the costs of influencing any officer or employee of a Federal agency, Member of Congress, officer of Congress or employee of a member of Congress, in connection with making or extending the Grant AGREEMENT or Cooperative Agreement; and 2. Comply, and assure compliance by each subcontractor at any tier, each lessee at any tier and each sub recipient at any tier, with applicable requirements of U.S. DOT regulations, "New Restriction on Lobbying," 49 CFR Part 20, modified as necessary by 31 USC 1352; and 3. Comply with federal statutory provisions to the extent applicable prohibiting the use of Federal assistance Funds for activities designed to influence Congress or a state legislature on legislation or appropriations, except through proper, official channels. G. Employee Political Activity. To the extent applicable, the CONTRACTOR agrees to comply with the provisions of the "Hatch Act," 5 USC 1501 through 1508, and 7324 through7326, and Office of Personnel Management regulations, "Political Activity of State or Local Officers or Employees," 5 CFR Part 151. The "Hatch Act" limits the political activities of state and local agencies and their officers and employees, whose principal employment activities are financed in whole or in part with Federal Funds including a loan, grant, or cooperative agreement. Nevertheless, in accordance with 49 USC 5307 (k)(2)(B) and 23 USC 142(g), the "Hatch Act' does not apply to a non supervisory employee of a public transportation system (or of any other agency or entity performing related functions) receiving assistance pursuant to the SAFETEA -LU provisions and/or receiving FTA assistance to whom the "Hatch Act" does not otherwise apply. H. False or Fraudulent Statements or Claims. The CONTRACTOR acknowledges and agrees that: 1. Civil Fraud: The Program Fraud Civil Remedies Act of 1986, as amended, 31 USC 3801 et seq., and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its activities in connection with the Project. Accordingly, by executing this AGREEMENT, the CONTRACTOR certifies or affirms the truthfulness and accuracy of each statement it has made, it makes, or it may make in connection with the Project covered by this AGREEMENT. In addition to other penalties that may apply, the CONTRACTOR also acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on the CONTRACTOR to the extent the Federal Government deems appropriate. 2. Criminal Fraud: If the CONTRACTOR makes a false, fictitious, or fraudulent claim, statement, submission, certification, assurance, or representation to the Federal Government or includes a false, fictitious, or fraudulent statement or representation in any agreement in connection with this Project authorized under 49 USC Chapter 53 or any other federal law, the Federal Government reserves the right to impose on the CONTRACTOR the penalties of 49 USC §5323(1), 18 USC 1001 or other applicable Federal law to the extent the Federal Government deems appropriate. I. Trafficking in Persons. To the extent applicable, the CONTRACTOR agrees to comply with, and assures the compliance of each subrecipient with, the requirements of the subsection 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended, 22 USC 7104(g), and the provisions of this Subsection 3.g of FTA Master Agreement (17) dated October 1, 2010, which by this reference is incorporated herein as if fully set out in this AGREEMENT, and any amendments thereto, which is accessible at httn: /www.fta.dot.eov /documents /TEAM Master Agreement 2011 17- Master.ndf_ consistent with U.S. OMB guidance, "Trafficking in Persons: Grants and Cooperative Agreements," 2 CFR Part 175. Page 8 of 25 GCB 1081 Section 15 Compliance with Laws and Regulations The CONTRACTOR agrees to abide by all applicable state and federal laws and regulations including but not limited to, those concerning employment, equal opportunity employment, nondiscrimination assurances, Project record keeping necessary to evidence compliance, with such federal and state laws and regulations, and retention of all such records. The CONTRACTOR will adhere to all of the nondiscrimination provisions in chapter 49.60 RCW. Section 16 Civil Rights The CONTRACTOR shall comply with all applicable civil rights laws, regulations and directives, except to the extent that the Federal Government determines otherwise in writing. These include, but are not limited to, the following: A. Nondiscrimination in Federal Transit Programs. The CONTRACTOR agrees to comply, and assures compliance by each third party contractor, lessee or other participant at any tier, with the provisions of 49 USC 5332, which prohibits discrimination on the basis of race, color, creed, national origin, sex, or age, and prohibits discrimination in employment or business opportunity; B. Nondiscrimination -Title VI of the Civil Rights Act. The CONTRACTOR agrees to comply, and assure compliance by each third party contractor at any tier, with all provisions prohibiting discrimination on the basis of race, color, or national origin of Title VI of the Civil Rights Act of 1964, as amended, 42 USC 2000d et seq.; and U.S. DOT regulations, "Nondiscrimination in Federally Assisted Programs of the Department of Transportation Effectuation of Title VI of the Civil Rights Act 49 CFR Part 21. Except to the extent FTA determines otherwise in writing, the CONTRACTOR also agrees to follow all applicable provisions of the most recent edition of FTA Circular 4702. IA, "Title VI and Title VI- Dependent Guidelines for Federal Transit Assistance Recipients," and any other applicable Federal directives that may be issued; C. Equal Employment Opportunity. The CONTRACTOR agrees to comply, and assures compliance by each third party contractor, lessee or other participant at any tier of the Project, with 49 USC§ 5332 and all requirements of Title VII of the Civil Rights Act of 1964, as amended, 42 USC 2000e et seq., and any implementing Federal regulations and any subsequent amendments thereto. Except to the extent FTA determines otherwise in writing, the CONTRACTOR also agrees to comply with any applicable Federal Equal Employment Opportunity (EEO) directives that may be issued. Accordingly: 1. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, sex, disability, age, or national origin. The CONTRACTOR agrees to take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, creed, sex, disability, age, or national origin. Such action shall include, but not be limited to, employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR shall also comply with any implementing requirements FTA may issue. 2. If the CONTRACTOR is required to submit and obtain Federal Government approval of its EEO program, that EEO program approved by the Federal Government is incorporated by reference and made part of this AGREEMENT. Failure by the CONTRACTOR to carry out the terms of that EEO program shall be treated as a violation of this AGREEMENT. Upon notification to the CONTRACTOR of its failure to carry out the approved EEO program, the Federal Government may impose such remedies, as it considers appropriate, including termination of federal financial assistance, or other measures that may affect the CONTRACTOR's eligibility to obtain future federal financial assistance for transportation projects. Page 9 of 25 GCB 1081 iff D. Nondiscrimination on the Basis of Sex. The CONTRACTOR agrees to comply with all applicable requirements of Title IX of the Education Amendments of 1972, as amended, 20 USC 1681 et seq. and with any implementing Federal regulations that prohibit discrimination on the basis of sex that may be applicable. E. Nondiscrimination on the basis of Age. The CONTRACTOR agrees to comply with applicable requirements of: 1. The Age Discrimination Act of 1975, as amended, 42 USC 6101 et seq., and with implementing U.S. Health and Human Services regulations, "Nondiscrimination on the Basis of Age in Programs and Activities Receiving Federal Financial Assistance 45 CFR Part 90, which prohibits discrimination on the basis of age. 2. The Age Discrimination in Employment Act (ADEA) 29 USC 621 through 634 and with implementing U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, "Age Discrimination in Employment Act" 29 CFR Part 1625. F. Disabilities Employment. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 USC 12112, the CONTRACTOR agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, 'Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with disabilities. In addition, the CONTRACTOR agrees to comply with any implementing requirements FTA may issue. G. Disabilities- Access. The CONTRACTOR agrees to comply with the requirements of 49 USC 5301(d) which state the Federal policy that the elderly and persons with disabilities have the same rights as other persons to use mass transportation service and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement said policy. The CONTRACTOR also agrees to comply with all applicable requirements of section 504 of the Rehabilitation Act of 1973, as amended, 29 USC 794, which prohibit discrimination on the basis of handicap; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 USC 12101 et seq., which requires the provision of accessible facilities and services to be made available to persons with disabilities; and the Architectural Barriers Act of 1968, as amended, 42 USC 4151 et seq, which requires that buildings and public accommodations be accessible to persons with disabilities and with other laws and amendments thereto pertaining to access for individuals with disabilities that may be applicable. In addition, the Recipient agrees to comply with applicable implementing Federal regulations and any later amendments thereto, and agrees to follow applicable Federal directives except to the extent FTA approves otherwise in writing. Among those regulations and directives are the following: U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37; U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 CFR Part 27; Joint U.S. Architectural and Transportation Barriers Compliance Board U.S. DOT regulations; "Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38; U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 CFR Part 35; U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 CFR Part 36; U.S. GSA regulations, "Accommodations for the Physically Handicapped," 41 CFR Subpart 101 -19; U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630; U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Custom Premises Equipment for the Hearing and Speech Disabled," 47 CFR Part 64, Subpart F; U.S. Architectural and Transportation Barriers Compliance Board (ATBCB) regulations, `Electronic and Information Technology Accessibility Standards" 36 CFR Part 1194; FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 CFR Part 609; and Federal civil rights and nondiscrimination directives Page 10 of 25 GCB 1081 HE implementing the foregoing regulations, except to the extent the Federal Government determines otherwise in writing. H. Drug or Alcohol Abuse. Confidentiality and Other Civil Rights Protections. The CONTRACTOR agrees to comply with the confidentiality and other civil rights provisions of the Drug Abuse Office and Treatment Act of 1972, as amended 21 USC 1101 et seq.; with the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, as amended; 42 USC 4541 et seq.; and comply with the Public Health Service Act of 1912, as amended, 42 USC 290dd through 290dd -2, and any amendments to these laws. The CONTRACTOR understands the requirements of confidentiality concerning persons covered and/or receiving services and /or treatment regarding alcohol and drug abuse, as defined in the aforementioned acts as applicable, including any civil and criminal penalties for not complying with the requirements of confidentiality and that failure to comply with such requirements may result in termination of this AGREEMENT. I. Access to Services for Persons with Limited English Proficiency. The CONTRACTOR agrees to comply with the policies of Executive Order No. 13166, "Improving Access to Services for Persons with Limited English Proficiency," 42 USC 2000d -1 note, and with provisions of U.S. DOT Notice "DOT Policy Guidance Concerning Recipients' Responsibilities to Limited English Proficiency (LEP) Persons," 70 Fed. Reg. 74087, December 14, 2005. J. Environmental Justice. The CONTRACTOR agrees to comply with the policies of Executive Order No. 12898, "Federal Actions to Address Environmental Justice in Minority populations and Low Income Populations 42 USC 4321 note; and DOT Order 5620.3, "Department of Transportation Actions to address Environmental Justice in Minority Populations and Low Income Populations," 62 Fed. Reg. 18377 et seq., April 15, 1997, except to the extent that the Federal Government determines otherwise in writing. K. Other Nondiscrimination Statutes. The CONTRACTOR agrees to comply with all applicable provisions of other Federal laws, regulations, and directives pertaining to and prohibiting discrimination and other nondiscrimination statute(s) that may apply to the Project including chapter 49.60 RCW. Section 16 Participation of Disadvantaged Business Enterprises To the extent applicable, the CONTRACTOR shall take the following measures to facilitate participation by disadvantaged business enterprises (DBE) in the Project: A. The CONTRACTOR agrees to comply with section 1101(b) of SAFETEA -LU, 23 USC §101 note, and U.S. DOT regulations, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs," 49 CFR Part 26; and B. The CONTRACTOR agrees that it shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any third party contract, or sub agreement supported with federal assistance derived from the U.S. DOT or in the administration of its DBE program or the requirements of 49 CFR Part 26. The CONTRACTOR agrees to take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of all third party contracts and sub agreements supported with federal assistance derived from the U.S. DOT. The CONTRACTOR's DBE program, as required by 49 CFR Part 26 and approved by the U.S. DOT, is incorporated by reference and made part of this AGREEMENT. Implementation of the DBE program is a legal obligation, and failure to carry out its terms shall be treated as violation of this AGREEMENT. Upon notification to the CONTRACTOR of its failure to implement its approved DBE program, the U.S. DOT may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 USC 1001, and/or the Program Fraud Civil Remedies Act, 31 USC 3801 et seq. Page 11 of 25 GCB 1081 f Section 17 Energy Conservation and Environmental Requirements A. Energy Conservation. The CONTRACTOR shall comply with the mandatory standards and policies relating to energy efficiency standards and policies within the Washington State energy conservation plan issued in compliance with the Energy Policy and Conservation Act, 42 USC 6321 et seq., and any amendments thereto. B. Environmental Protection. The CONTRACTOR agrees to comply with all applicable requirements of the National Environmental Policy Act of 1969, as amended (NEPA), 42 USC 4321 through 4335; Executive Order No. 11514, as amended, "Protection and Enhancement of Environmental Quality," 42 USC 4321 note; FTA statutory requirements at 49 USC 5324(b); U.S. Council on Environmental Quality regulations imposing requirements for compliance with the National Environmental Policy Act of 1969, as amended, 40 CFR Part 1500 through 1508; joint Federal Highway Administration (FHWA)/FTA regulations, "Environmental Impact and Related Procedures," 23 CFR Part 771 and 49 CFR Part 622, and subsequent Federal environmental protection regulations that may be promulgated. The CONTRACTOR agrees to comply with 23 USC 139 and 326 as applicable, and implement those requirements in accordance with the provisions of joint FHWA/FTA final guidance, "SAFETEA -LU Environmental Review Process (Public Law 109 -59)," 71 Fed. Reg. 66576 et seq., November 15, 2006, and any applicable Federal directives that may be issued at a later date, except to the extent that FTA determines otherwise in writing. C. Clean Water. The CONTRACTOR agrees to comply with all applicable Federal laws and regulations and follow Federal directives implementing the Clean Water Act, as amended, 33 USC 1251 through 1377, 42 USC 300f through 300j -6, and 42 USC 7606 including any revisions thereto. In the event that the Federal Funds identified in the caption space header of this AGREEMENT entitled "Project Cost exceed $100,000, the CONTRACTOR agrees to comply with all applicable standards, orders, or regulations issued pursuant to Section 508 of the Clean Water Act, as amended, 33 USC 1368, and other applicable requirements of the Clean Water Act. D. Clean Air. The CONTRACTOR agrees to comply with all applicable Federal law and regulations and follow Federal directives implementing the Clean Air Act, as amended, 42 USC 7401 through 7671q and 40 CFR parts 85, 86, 93 and 600, and any revisions thereto. In the event that the federal share, identified in "Project Cost" of this AGREEMENT exceeds $100,000, the CONTRACTOR shall comply with all applicable standards, orders or regulations issued pursuant to Section 306 of the Clean Air Act, as amended, 42 USC 7606, and other applicable provisions of the Clean Air Act. E. Violating Facilities. The CONTRACTOR agrees to: 1. Refrain from using any violating facilities. 2. Report each violation to WSDOT and understands and agrees that WSDOT will, in turn, report each violation to the FTA and to the appropriate EPA Regional Office. 3. Include the requirements of the Clean Air Act, as amended, 42 USC 7401 through 7671 q and other applicable requirements and the requirements of the Clean Water Act, as amended, 33 USC 1251 through 1377 and other applicable requirements in each subcontract exceeding $100,000 financed in whole or in part with federal assistance provided by FTA. Section 18 Accounting Records A. Project Accounts. The CONTRACTOR agrees to establish and maintain for the Project either a separate set of accounts or separate accounts within the framework of an established accounting system that can be identified with the Project, in accordance with applicable federal regulations and other requirements that FTA may impose. The CONTRACTOR agrees that all checks, payrolls, invoices, contracts, vouchers, orders, or other accounting documents pertaining in whole or in part to the Project Page 12 of 25 GCB 1081 13 shall be clearly identified, readily accessible, and available to WSDOT and FTA upon request, and, to the extent feasible, kept separate from documents not pertaining to the Project. B. Funds Received or Made Available for the Project. The CONTRACTOR agrees to deposit in a financial institution, all Project payments it receives from the Federal Government and record in the Project Account all amounts provided by the Federal Government in support of this Grant AGREEMENT or Cooperative AGREEMENT and all other funds provided for, accruing to, or otherwise received on account of the Project (Project funds) in accordance with applicable Federal regulations and other requirements FTA may impose. Use of financial institutions owned at least 50 percent by minority group members is encouraged. C. Documentation of Project Costs. The CONTRACTOR agrees to support all allowable costs charged to the Project, including any approved services contributed by the CONTRACTOR or others, with properly executed payrolls, time records, invoices, contracts, or vouchers describing in detail the nature and propriety of the charges. D. Checks, Orders, and Vouchers. The CONTRACTOR agrees to refrain from drawing checks, drafts, or orders for goods or services to be charged against the Project Account until it has received and filed a properly signed voucher describing in proper detail the purpose for the expenditure. Section 19 Audits, Inspection, and Retention of Records A. Submission of Proceedings, Contracts, Agreements, and Other Documents. During the course of the Project and for six (6) years thereafter, the CONTRACTOR agrees to retain intact and to provide any data, documents, reports, records, contracts, and supporting materials relating to the Project as WSDOT may require. Reporting and record keeping requirements are set forth in 49 CFR Part 18 orl9, whichever is applicable. Project closeout does not alter these recording and record keeping requirements. Should an audit, enforcement, or litigation process be commenced, but not completed, during the aforementioned six -year period then the CONTRACTOR's obligations hereunder shall be extended until the conclusion of that pending audit, enforcement, or litigation process. B. General Audit Requirements. The CONTRACTOR agrees to perform the financial and compliance audits required by the Single Audit Act Amendments of 1996, 31 USC 7501 et seq. As provided by 49 CFR 18.26 or 19.26, whichever is applicable, these audits must comply with OMB Circular A -133, Revised, "Audits of States, Local Governments, and Non -Profit Organizations," and the latest applicable OMB A -133 Compliance Supplement provisions for the U.S. DOT, and any further revision or supplement thereto. The CONTRACTOR agrees that audits will be carried out in accordance with U.S. General Accounting Office "Government Auditing Standards The CONTRACTOR agrees to obtain any other audits required by the Federal Government or WSDOT. Project closeout will not alter the CONTRACTOR's audit responsibilities. C. Inspection. The CONTRACTOR agrees to permit WSDOT, the State Auditor, the United States Department of Transportation, and the Comptroller General of the United States, or their authorized representatives, to inspect all Project work materials, payrolls, and other data and records, and to audit the books, records, and accounts of the CONTRACTOR and its subcontractors pertaining to the Project. The CONTRACTOR agrees to require each third party contractor whose contract award is not based on competitive bidding procedures as defined by the United States Department of Transportation to permit WSDOT, the State Auditor, the United States _Department of Transportation, and the Comptroller General of the United States, or their duly authorized representatives, to inspect all work, materials, payrolls, and other data and records involving that third party contract, and to audit the books, records, and accounts involving that third party contract as it affects the Project as required by 49 USC 5325(g). Page 13 of 25 GCB1081 14 Section 20 Labor Provisions A. Contract Work Hours and Safety Standards Act. The CONTRACTOR shall comply with, and shall require the compliance by each subcontractor at any tier, any applicable employee protection requirements for non construction employees as defined by the Contract Work Hours and Safety Standards Act, as amended, 40 USC 3701 et seq., and specifically, the wage and hour requirements of section 102 of that Act at 40 USC 3702 and USDOL regulations, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non construction Contracts Subject to the Contract Work Hours and Safety Standards Act)" at 29 CFR. Part 5; and the safety requirements of section 107 of that Act at 40 USC 3704, and implementing U.S. DOL regulations, "Safety and Health Regulations for Construction," 29 CFR Part 1926. B. Fair Labor Standards Act. The CONTRACTOR agrees that the minimum wage and overtime provisions of the Fair Labor Standards Act, as amended, 29 USC 201 et seq., apply to employees performing work involving commerce, and apply to any local government employees that are public transit authority employees. The CONTRACTOR shall comply with the Fair Labor Standards Act's minimum wage and overtime requirements for employees performing work in connection with the Project. C. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. D. Payrolls and Basic Records. Payrolls and basic records relating thereto shall be maintained by the CONTRACTOR during the course of the work and preserved for a period of six (6) years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the Project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis Bacon Act, Public Law 88 -349 as amended by 40 USC 3141 et seq., and pursuant to 49 USC §5333(a) et seq., daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l(b)(2)(B) of the Davis -Bacon Act, Public Law 88 -349, as amended by 40 USC 3141 et seq. and pursuant to 49 USC 5333(a), the CONTRACTOR shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. CONTRACTOR's employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. E. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (A) of this section the CONTRACTOR and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such CONTRACTOR and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of Page 14 of 25 GCB 1081 15 the clause set forth in paragraph (A) of this section, in the sum of ten dollars ($10) for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in paragraphs (B) and (C) of this section. F. Withholding for unpaid wages and liquidated damages. The CONTRACTOR shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the CONTRACTOR or subcontractor under any such contract or any other federal contract with the same prime CONTRACTOR, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime CONTRACTOR, such sums as may be determined to be necessary to satisfy any liabilities of such CONTRACTOR or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (E) of this section. G. Public Transportation Employee Protective Agreement. To the extent required by Federal Law, the CONTRACTOR agrees to implement the Project in accordance with the terms and conditions that the U.S. Secretary of Labor has determined to be fair and equitable to protect the interests of any employees affected by the Project and that comply with the requirements of 49 USC 5333 (b), in accordance with the USDOL guidelines, "Section 5333(b), Federal Transit Law," 29 CFR Part 215 and any amendments thereto. These terms and conditions are identified in USDOL's certification of public transportation employee protective arrangements to FTA. The CONTRACTOR agrees to implement the Project in accordance with the conditions stated in that USDOL certification, which certification and any documents cited therein are incorporated by reference and made part of this AGREEMENT. The CONTRACTOR also agrees to comply with the terms and conditions of the Special Warranty for the Non urbanized Area Program that is most current as of the date of execution of this AGREEMENT and any alternative comparable arrangements specified by USDOL for application to the Project, in accordance with USDOL guidelines, "Section 5333(b), Federal Transit Law," 29 CFR Part 215, and any revision thereto. Section 21 Planning and Private Enterprise FTA Requirements. The CONTRACTOR agrees to implement the Project in a manner consistent with the plans developed in compliance with the applicable planning and private enterprise provisions of 49 USC 5303, 5304, 5306, and 5323(a)(1); joint Federal Highway Administration (FHWA)/ FTA regulations, "Statewide Transportation Planning: Metropolitan Transportation Planning," 23 CFR Part 450 and 49 CFR Part 613; and any amendments thereto, and with FTA regulations, "Major Capital Investment Projects," 49 CFR Part 611, to the extent that these regulations are consistent with the SAFETEA -LU amendments to the public transportation planning and private enterprise laws, and when promulgated, any subsequent amendments to those regulations. To the extent feasible, the CONTRACTOR agrees to comply with the provisions of 49 USC 5323(k), which afford governmental agencies and non profit organizations that receive Federal assistance for non emergency transportation from Federal Government sources (other than U.S. DOT) an opportunity to be included in the design, coordination, and planning of transportation services. During the implementation of the Project, the CONTRACTOR agrees to take into consideration the recommendations of Executive Order No. 12803, "Infrastructure Privatization," 31 USC 501 note, and Executive Order No 12893, "Principles for Federal Infrastructure Investments," 31 USC 501 note. Section 22 Substance Abuse A. Drug and Alcohol Testing. If receiving FTA 5309 and/or FTA 5311 funding, CONTRACTOR agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the U.S. DOT or its operating administrations and WSDOT to inspect the Page 15 of 25 GCB 1081 M E facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Part 655 and review the testing process. The CONTRACTOR agrees further to submit annually the Management Information System (MIS) reports to WSDOT each year during the term identified in the caption space header above titled "the Term of Project." B. Drug -free Workplace. To the extent applicable, the CONTRACTOR agrees to comply with the Federal regulations and guidance related to the Drug Free Workplace Act of 1988, 41 USC 701 et seq., and any amendments thereto, 2 CFR Part 182, and 49 CFR Part 32, and to FTA regulations, "Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations," 49 CFR Part 655 and 49 USC 5331. C. Privacy Act. The CONTRACTOR agrees to comply with the confidentiality and other civil rights provisions pertaining to substance abuse contained in the Civil Rights clause of this AGREEMENT. Section 23 Federal 11 $1 Coin" Requirements To the extent required by the Federal Government, the CONTRACTOR agrees to comply with the provisions of section 104 of the Presidential $1 Coin Act of 2005, 31 USC 5112(p), so that the CONTRACTOR's equipment and facilities requiring the use of coins or currency will be fully capable of accepting and dispensing $1 coins in the connection with that use. The CONTRACTOR also agrees to display signs and notices denoting the capability of its equipment and facilities on its premises where coins or currency are accepted or dispensed, including on each vending machine. Section 24 Safe Operation of Motor Vehicles As applicable, CONTRACTOR is encouraged to comply with the following provisions: A. Executive Order No. 13043, "Increasing Seat Belt Use in the United States," 23 USC 402 note. CONTRACTOR is encouraged to adopt and promote on-the-job seat belt use policies and programs for personnel that operate company -owned vehicles. B. Executive Order No. 13513, "Federal Leadership on Reducing Text Messaging While Driving," and DOT Order 3902.10, "Text Messaging While Driving." CONTRACTOR is encouraged to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving. CONTRACTOR is also encouraged to conduct workplace safety initiatives in a manner commensurate with its size. Section 25 Freedom of Information Act CONTRACTOR understands and agrees that the Freedom of Information Act (FOIA), 5 USC 552, applies to the information and documents, both paper and electronic, submitted to WSDOT, FTA and U.S. DOT. The CONTRACTOR should therefore be aware that all applications and materials submitted that are related to the PROJECT will become agency records and are subject to public release as may be required by law through individual FOIA or state public disclosure requests. Section 26 Agreement Modifications A. Either PARTY may request changes to this AGREEMENT, including changes in the Scope of Project. Such changes that are mutually agreed upon shall be incorporated as written amendments to this AGREEMENT. No variation or alteration of the terms of this AGREEMENT shall be valid unless signed by the persons authorized to bind each of the PARTIES. B. If an increase in funding by the funding source augments the CONTRACTOR's allocation of funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an amendment to this AGREEMENT, providing for an appropriate change in the Scope of Project and/or the Project Cost in order to reflect any such increase in funding. Page 16 of 25 GCB1081 17 C. If a reduction of funding by the funding source reduces the CONTRACTOR's allocation of funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an amendment to this AGREEMENT providing for an appropriate change in the Scope of Project and/or the Project Cost in order to reflect any such reduction of funding. Section 27 Changed Conditions Affecting Performance The CONTRACTOR hereby agrees to immediately notify WSDOT in writing of any change in conditions or law, or of any other event, including any current or prospective dispute, which may adversely affect WSDOT's interst in the PROJECT or affect CONTRACTOR's ability to perform the Project in accordance with the provisions of this AGREEMENT. Section 28 Universal Identifier The CONTRACTOR shall, in accordance with 2 CFR Part 25, obtain a Dun and Bradstreet Data Universal Numbering System (DUNS) number as a univeral identifier for Federal financial asistance recipients. Section 29 Recapture Provision In the event that the CONTRACTOR fails to expend State Funds in accordance with state law and/or the provisions of this AGREEMENT, WSDOT reserves the right to recapture State Funds in an amount equivalent to the extent of noncompliance. Such right of recapture shall exist for a period not to exceed three (3) years following termination or expiration of this AGREEMENT. The CONTRACTOR agrees to repay such State Funds under this recapture provision within thirty (30) days of demand. Section 30 Disputes A. Disputes. Disputes, arising in the performance of this AGREEMENT, which are not resolved by agreement of the PARTIES, shall be decided in writing by the WSDOT Public Transportation Assistant Director or Assistant Director's designee. This decision shall be final and conclusive unless within ten (10) days from the date of the CONTRACTOR's receipt of WSDOT's written decision, the CONTRACTOR mails or otherwise furnishes a written appeal to the Director of the Public Transportation Division or the Director's designee. The CONTRACTOR's appeal shall be decided in writing by the Director of the Public Transportation Division within thirty (30) days of receipt of the appeal by the Director of Public Transportation Division or Director's designee. The decision shall be binding upon the CONTRACTOR and the CONTRACTOR shall abide by the decision. B. Performance During Dispute. Unless otherwise directed by WSDOT, CONTRACTOR shall continue performance under this AGREEMENT while matters in dispute are being resolved. C. Claims for Damages. Should either PARTY to this AGREEMENT suffer injury or damage to person, property, or right because of any act or omission of the other PARTY or any of that PARTY's employees, agents or others for whose acts it is legally liable, a claim for damages shall be made in writing to such other PARTY within thirty (30) days after the first observance of such injury or damage. D. Rights and Remedies. All remedies provided in this AGREEMENT are distinct and cumulative to any other right or remedy under this document or afforded by law or equity, and may be exercised independently, concurrently, or successively and shall not be construed to be a limitation of any duties, obligations, rights and remedies of the PARTIES- hereto. No action or failure to act by the WSDOT or CONTRACTOR shall constitute a waiver of any right or duty afforded any of them under this AGREEMENT, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. Page 17 of 25 GCB 1081 18 Section 31 State and Local Law Except when a Federal statute or regulation pre -empts state and local law, regulation or ordinance, no provision of this AGREEMENT shall require the CONTRACTOR to observe or enforce compliance with any provision, perform any other act, or do any other thing in contravention of state or local law, regulation, or ordinance. Thus if any provision or compliance with any provision of this AGREEMENT violates state or local law, regulation or ordinance, or would require the CONTRACTOR to violate state or local law, regulation or ordinance, the CONTRACTOR agrees to notify WSDOT immediately in writing. Should this occur, WSDOT and the CONTRACTOR agree to make appropriate arrangements to proceed with or, if necessary, expeditiously, terminate the Project. Section 32 Termination A. Termination for Convenience. WSDOT and/or the CONTRACTOR may suspend or terminate this AGREEMENT, in whole or in part, and all or any part of the federal and /or state financial assistance provided herein, at any time by written notice to the other PARTY in accordance with 49 CFR Part 18 18.44 or 49 CFR Part 19 19.61, whichever is applicable. WSDOT and the CONTRACTOR shall agree upon the AGREEMENT termination provisions including but not limited to the settlement terms, conditions, and in the case of partial termination the portion to be terminated. Written notification must set forth the reasons for such termination, the effective date, and in case of a partial termination, the portion to be terminated. However, if, in the case of partial termination, WSDOT determines that the remaining portion of the award will not accomplish the purposes for which the award was made WSDOT may terminate the award in its entirety. WSDOT and/or the CONTRACTOR may terminate this AGREEMENT for convenience for reasons including, but not limited to, the following: 1. The requisite federal and/or state funding becomes unavailable through failure of appropriation or otherwise; 2. WSDOT determines, in its sole discretion, that the continuation of the Project would not produce beneficial results commensurate with the further expenditure of federal and/or state funds; 3. The CONTRACTOR is prevented from proceeding with the Project 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; 4. The CONTRACTOR is prevented from proceeding with the Project by reason of a temporary preliminary, special, or permanent restraining order or injunction of a court of competent jurisdiction where the issuance of such order or injunction is primarily caused by the acts or omissions of persons or agencies other than the CONTRACTOR; 5. The Federal Government and /or State Government determines that the purposes of the statute authorizing the Project would not be adequately served by the continuation of federal and/or state financial assistance for the Project; or 6. The Federal Government terminates this AGREEMENT due to a determination that the CONTRACTOR has: (a) willfully misused Federal assistance Funds by failing to make adequate progress on the Project, (b) failed to make reasonable and appropriate use of the Project real property, facilities, or equipment, or (c) failed to comply with the terms of this AGREEMENT. In the event of a termination under this subsection, and the Federal Government exercises its right to require WSDOT to refund any or all of the Federal Funds provided for the Project, the CONTRACTOR shall return all monies reimbursed to it by WSDOT, in the amount required by the Federal Government, within sixty (60) days of its receipt of a certified letter from WSDOT. Page 18 of 25 GCB1081 M 7. In the case of termination for convenience under subsections A.1 through A. 5 above, WSDOT shall reimburse the CONTRACTOR for all costs payable under this AGREEMENT which the CONTRACTOR properly incurred prior to termination. The CONTRACTOR shall promptly submit its claim for reimbursement to WSDOT. If the CONTRACTOR has any property in its possession belonging to WSDOT, the CONTRACTOR will account for the same, and dispose of it in the manner WSDOT directs. B. Termination for Default. WSDOT may suspend or terminate this AGREEMENT for default, in whole or in part, and all or any part of the federal financial assistance provided herein, at any time by written notice to the CONTRACTOR, if the CONTRACTOR materially breaches or fails to perform any of the requirements of this AGREEMENT, including: 1. Takes any action pertaining to this AGREEMENT without the approval of WSDOT, which under the procedures of this AGREEMENT would have required the approval of WSDOT; 2. Jeopardizes its ability to perform pursuant to the AGREEMENT, United States of America laws, Washington state laws, or local governmental laws under which the CONTRACTOR operates. 3. Fails to make reasonable progress on the Project or other violation of this AGREEMENT that endangers substantial performance of the Project; or 4. Fails to perform in the manner called for in this AGREEMENT or fails to comply with, or is in violation of, any provision of this AGREEMENT. WSDOT shall serve a notice of termination on the CONTRACTOR setting forth the manner in which the CONTRACTOR is in default hereunder. If it is later determined by WSDOT that the CONTRACTOR had an excusable reason for not performing, such as events which are not the fault of or are beyond the control of the CONTRACTOR, such as a strike, fire or flood, WSDOT may: (a) allow the CONTRACTOR to continue work after setting up a new delivery of performance schedule, or (b) treat the termination as a termination for convenience. C. WSDOT, in its sole discretion may, in the case of a termination for breach or default, allow the CONTRACTOR ten (10) business days, or such longer period as determined by WSDOT, in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. If the CONTRACTOR fails to remedy to WSDOT's satisfaction the breach or default within the timeframe and under the conditions set forth in the notice of termination, WSDOT shall have the right to terminate this AGREEMENT without any further obligation to CONTRACTOR. Any such termination for default shall not in any way operate to preclude WSDOT from also pursuing all available remedies against CONTRACTOR and its sureties for said breach or default. D. In the event that WSDOT elects to waive its remedies for any breach by CONTRACTOR of any covenant, term or condition of this AGREEMENT, such waiver by WSDOT shall not limit WSDOT's remedies for any succeeding breach of that or of any other term, covenant, or condition of this AGREEMENT. Section 33 Forbearance by WSDOT Not a Waiver Any forbearance by WSDOT in exercising any right or remedy hereunder, or otherwise afforded by applicable law, shall not be a waiver of or preclude the exercise of any such right or remedy. Section 34 Waiver In no event shall any WSDOT payment of grant funds to the CONTRACTOR constitute or be construed as a waiver by WSDOT of any CONTRACTOR breach, or default, and shall in no way impair or prejudice any right or remedy available to WSDOT with respect to any breach or default. In no event shall acceptance of any WSDOT payment of grant funds by the CONTRACTOR constitute or be Page 19 of 25 GCB1081 20 construed as a waiver by CONTRACTOR of any WSDOT breach, or default which shall in no way impair or prejudice any right or remedy available to CONTRACTOR with respect to any breach or default. Section 35 WSDOT Advice The CONTRACTOR bears complete responsibility for the administration and success of the work as it is defined in this AGREEMENT and any amendments thereto. Although the CONTRACTOR may seek the advice of WSDOT, the offering of WSDOT advice shall not modify the CONTRACTOR's rights and obligations under this AGREEMENT and WSDOT shall not be held liable for any advice offered to the CONTRACTOR. Section 36 Limitation of Liability and Indemnification A. The CONTRACTOR shall indemnify and hold harmless WSDOT, its agents, employees, and officers and process and defend at its own expense any and all claims, demands, quits at law or equity, actions, penalties, losses, damages, or costs (hereinafter referred to collectively as "claims of whatsoever kind or nature brought against WSDOT arising out of, in connection with or incident to this AGREEMENT and/or the CONTRACTOR's performance or failure to perform any aspect of this AGREEMENT. This indemnity provision applies to all claims against WSDOT, its agents, employees and officers and subcontractors arising out of, in connection with or incident to the negligent acts or omissions of the CONTRACTOR, its agents, employees and officers. Provided, however, that nothing herein shall require the CONTRACTOR to indemnify and hold harmless or defend the WSDOT, its agents, employees or officers to the extent that claims are caused by the negligent acts or omissions of the WSDOT, its agents, employees or officers. The indemnification and hold harmless provision shall survive termination of this AGREEMENT. B. The CONTRACTOR shall be deemed an independent contractor for all purposes, and the employees of the CONTRACTOR or its subcontractors and the employees thereof, shall not in any manner be deemed to be the employees of WSDOT. C. The CONTRACTOR specifically assumes potential liability for actions brought by CONTRACTOR's employees and/or subcontractors and solely for the purposes of this indemnification and defense, the CONTRACTOR specifically waives any immunity under the State Industrial Insurance Law, Title 51 Revised Code of Washington. D. In the event either the CONTRACTOR or WSDOT incurs attorney's fees, costs or other legal expenses to enforce the provisions of this section of this AGREEMENT against the other PARTY, all such fees, costs and expenses shall be recoverable by the prevailing PARTY. Section 37 Governing Law, Venue, and Process This AGREEMENT shall be construed and enforced in accordance with, and the validity and performance thereof shall be governed by the laws of the State of Washington. In the event that either PARTY deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the PARTIES hereto agree that any such action shall be initiated in the Superior Court of the State of Washington situated in Thurston County. The CONTRACTOR hereby accepts service of process by registered mail consistent with RCW 4.28.080(1) or (2) as applicable. Each PARTY shall bear its own legal costs and expenses, including attorney fees, in any such litigation. Page 20 of 25 GCB 1081 21 Section 38 Severability If any covenant or provision of this AGREEMENT shall be adjudged void, such adjudication shall not affect the validity or obligation of performance of any other covenant or provision, or part thereof, that in itself is valid if such remainder conforms to the terms and requirements of applicable law and the intent of this AGREEMENT. No controversy concerning any covenant or provision shall delay the performance of any other covenant or provision except as herein allowed. Section 39 Counterparts This AGREEMENT may be executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONTRACTOR does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements and their supporting materials contained and/or mentioned in such executed counterpart, and does hereby accept State Funds and agrees to all of the terms and conditions thereof. Section 40 Execution This AGREEMENT is executed by the Director of the Public Transportation Division, State of Washington, Department of Transportation or the Director's designee, not as an individual incurring personal obligation and liability, but solely by, for, and on behalf of the State of Washington, Department of Transportation, in his /her capacity as Director of the Public Transportation Division. Section 41 Binding Agreement The undersigned acknowledge that they are authorized to execute this AGREEMENT and bind their respective agency(ies) and or entity(ies) to the obligations set forth herein. IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT the day and year last signed below. WASHINGTON STATE CONTRACTOR DEPARTMENT OF TRANSPORTATION By: By: Brian Lagerberg Director, Public Transportation Print Name: Title: Date: Approved as to form only: By: Susan Cruise Assistant Attorney General Date: October 12, 2011 Date: Page 21 of 25 GCB 1081 22 EXHIBIT I Project Scope of Work Total Project Costs Federal Funds 1 lContractor Funds 1 Total Cost 1 101,3701 01 101,3701 PROJECTA 2011 South King County/RideshareOnline.com Pilot Project A. Budget $101,370 B. Concept Offer trip reduction services to any employer, employees and residents within the Tukwila GTEC, and the PSRC recognized centers within Auburn, Burien, Kent, Renton, Federal Way and SeaTac C. Deliverables Create Step by Step Guide for ETC's to manage networks (from the User's Manual developed by University of Washington) Create Easy Steps Guide for end -users (employers and general public) Schedule and complete at least 10 training sessions or one on one consulting Provide quarterly performance reports Develop a marketing plan for review and approval Produce a report detailing lessons learned and recommendations for improvements Provide an assessment of the viability for establishing a South King County transportation coalition D. Outcome 300 people signed up and actively participating in RSO Target: reduce 100 daily vehicle round trips E. Timeline 1 year of implementation activities resulting in deliverables Page 22 of 25 GCB1081 23 EXHIBIT II Project Progress Report Quarterly Project Report Reporting quarter: I I Date: Organization: I Agreement number: Trip reduction target: Contract required deliverables: Planned milestones for entire program (based on work plan) Changes to planned milestones (completed or delayed milestones) Completed activities this quarter Planned activities for next quarter Describe issues, risks or challenges and resolutions Estimated expenditures of state funds for this quarter GCB 1081 Page 23 of 25 GCB 1081 24 EXHIBIT III Final Performance Report Final Performance Report Your final performance report should include the following information: Project title Trip reduction target and actual trips reduced Did you met the deliverables required by contract What were your lessons learned? Include what worked, what didn't work, and why Page 24 of 25 GCB 1081 25 EXHIBIT IV Adm► TI/ De� t o Transportation VENDOR OR CLAIMANT (WARRANT TO BE PAYABLE TO) City of Tukwila 6300 Southcenter Blvd. Tukwila, WA 98188 Margaret Lubov mlubov(_,ci.tukwila.wa.us FEDERAL I.D. NUMBER OR SOCIAL SECURYTY NUMBER 91- 6001519 (FOR REPORTINGPERSONAL SVCS. CONTRACT PAYMENT TO IRS) DATE DESCRIPTION Total Billed This Period AGREEMENT I INVOICE DESCRIPTION GCB1080 Transportation Demand Management DATE EXPENDITURES TO DATE BILLING PERIOD ACCOUNT CONTROL SECTION FEDERAL JOB NUMBER WORK OP SUB EQUIPMENT NUMBER NON PARTICIPATING OJB OBJ ORG. NUMBER ORDER NUMBER NET AMOUNT I I I I I TOTAL SIGNATURE OF APPROVING AUTHORITY DATE RECEIVING VERIFICATION (SIGNATURE) DATE RECEIVED CHECKED AND APPROVED FOR PROCESSING BY DATE WARRANT NUMBER VOUCHER NUMBER Page 25 of 25 GCB1081 Invoice Voucher VENDOR'S CERTIFICATE. I here by certify under penalty of pedury that the items and total listed herein are proper charges for materials, merchandise or services furnished to the State of Washington, and that all goods furnished and or services rendered have been provided without discrimination on the grounds of race, creed, color, national origin, sex or age. BY (SIGNATURES IN INK) TITLE CURRENT EXPENDITURES City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director DATE: November 2, 2011 SUBJECT: Interlocal Agreement with King County Transfer of Drainage Facility ISSUE Authorize the Mayor to enter into an Interlocal Agreement with King County allowing Tukwila to accept transfer and ownership of a King County owned parcel used as a storm drainage facility. BACKGROUND When the Tukwila South annexation occurred, King County owned rights -of -way were automatically transferred to the ownership of the City of Tukwila. Real property owned by the county is not automatically transferred with an annexation. King County currently owns a parcel of land on which a storm drainage detention pond was built as part of the S 200 St improvements. Future use of this pond will not be necessary, as the drainage from S 200 St will be re- routed to a large regional detention pond as part of the Southcenter Parkway Extension and Tukwila South projects. Furthermore, the parcel currently occupied by the pond is proposed to be redeveloped as part of the Sensitive Areas Master Plan (SAMP) approved for Tukwila South. Tukwila must own the storm drainage parcel in order for the SAMP improvements to be constructed. ANALYSIS King County has prepared the attached Interlocal Agreement which transfers ownership of the storm drainage parcel to Tukwila. The parcel number is 0222049061 and is located at S 200 St and Frager Road in the Tukwila South area. RECOMMENDATION The Transportation Committee is being asked to approve this item authorizing the Mayor to execute the Interlocal Agreement with King County and forward it for consideration at the November 14, 2011 Committee of the Whole meeting and subsequent November 21, 2011 Regular Meeting. Attachment: Interlocal Agreement WAPW Eng \PROJECTSW- RW RS Projects \11000300 (Tukwila South Project Coordination) \Info Memo ILA for Drainage Facility.doc 27 AN INTERLOCAL AGREEMENT BETWEEN KING COUNTY AND THE CITY OF TUKWILA RELATING TO THE TRANSFER OF A DRAINAGE FACILITY THIS IS AN INTERLOCAL AGREEMENT between King County, a home rule charter county, a political subdivision of the State of Washington, hereinafter referred to as the "County," and the City of Tukwila, a municipal corporation of the State of Washington, hereinafter referred to as the "City." A. The County owns a storm drainage facility within the City adjacent to Frager Road South. B. The storm drainage facility is located on parcel 022204 -9061 as shown in Exhibit 1, (the "Parcel C. The storm drainage facility supports the section of Frager Road South that is within the City as a result of the approved Tukwila South Annexation. D. The City requests that the County transfer the Parcel to the City so that the City can include the Parcel in the City's Sensitive Areas Master Plan (SAMP) which includes the construction of a regional storm drainage facility and a river habitat enhancement. E. The County wishes to transfer the Parcel to the City. The Parcel is legally described in Exhibit 2. F. The City desires to accept the Parcel. G. The County is willing to comply with the City's request for the transfer of the Parcel for the purpose of including it in the City's SAMP. H. RCW Chapter 39.33 permits the transfer of property from the County to the City. I. The County and the City are authorized, pursuant to RCW Chapter 39.34, to enter into an Interlocal Cooperative agreement of this nature. NOW THEREFORE, in consideration of the terms and conditions contained herein, it is mutually agreed by the County and the City as follows: 1. COUNTY RESPONSIBILITIES 1.1 Within thirty (30) days of the execution of this Agreement by the parties, the County shall transfer to the City, ownership of the Parcel by quit claim deed. 28 1.2 The City agrees to accept the Parcel "as is" and assumes full and complete responsibility for operation, maintenance, and repairs to the Parcel upon transfer of the Parcel to the City. 2. CITY RESPONSIBILITIES 2.1 The Parcel will be maintained and used, in perpetuity, as part of the City's SAMP which includes a regional stormwater pond and a river habitat enhancement. 2.2 The deed to the property shall contain all reservations of record known to the County, and the following specific covenant pertaining to use: "The Grantee shall maintain the property in its existing or improved condition as set forth in the City's SAMP in perpetuity." 3. DURATION This agreement shall be effective upon execution by both parties, and shall continue in force and in accordance with the terms of this Agreement, or until this Agreement is terminated in writing by mutual consent of both parties. 4. INDEMNIFICATION Washington State law shall govern the respective liabilities of the parties to this Agreement for any loss due to property damage or injury to persons arising out of activities conducted pursuant to it. 5. AUDITS AND INSPECTIONS The records and documents with respect to all matters covered by this contract shall be subjected to inspection, review or audit by the City or the County at the requesting party's sole expense during the term of this Agreement and three (3) years after expiration or termination. Such records shall be made available for inspection during regular business hours within a reasonable time of the request. 6. WAIVER OR AMENDMENTS Waiver of any breach of any term or condition of this Agreement shall not be deemed a waiver of any prior or subsequent breach. This Agreement shall not be modified or amended except by an instrument, in writing, signed by the parties hereto. 7. ENTIRE AGREEMENT 29 This Agreement is the complete expression of the terms hereof and any representations or understandings, whether oral or written, not incorporated herein are excluded 8. INVALID PROVISION If any provision of this contract shall be held invalid, the remainder of the agreement shall not be affected thereby if such remainder would then continue to serve the purposes and objectives of the parties. IN WITNESS WHEREOF, the parties have executed this Agreement on the date last written below, KING COUNTY KING COUNTY EXECUTIVE DATE Approved as to Form: King County Deputy Prosecuting Attorney DATE CITY OF TUKWILA CITY MAYOR DATE Approved as to Form: City Attorney DATE 30 Green Wiver DR i n22204901e «C) 2DICxa 31 EXHIBIT 2 PERMANENT STORMWATER RIGHT OF WAY Commencing at the SE corner of the SW '/4 of the NW 1 /4 of said Section 2; Thence North 89 16'32" West along the East -West centerline of said Section 458.30 feet; Thence North 2 40'47" East 53.72 feet to the POINT OF BEGINNING; Thence continuing North 2 40'47" East 68.04 feet; Thence North 20 °24'53" East 88.72 feet; Thence North 49 07'02" East 82.00 feet to an intersection with the Southwesterly margin of Frager Road; Thence South 40 52'58" East along said Southwesterly margin 117.97 feet to a point on a curve from which the radial center bears South 49 07'02" West 798.51 feet; Thence Southeasterly along the arc said curve concave to the Southwest 93.58 feet to a point on a non tangent curve from which the radial center bears South 84 31'00" West 40.00 feet; Thence Southwesterly along the arc of said curve concave to the Northwest 67.17 feet; Thence North 89 16'32" West 190.00 feet to the POINT OF BEGINNING. Containing 31,447 square feet more or less. 32 City of Tukwila INFORMATIONAL MEMORANDUM TO: Mayor Haggerton TRANSPORTATION COMMITTEE FROM: Bob Giberson, Public Works Director DATE: November 4, 2011 SUBJECT: 2012 Overlav and Repair Proaram Project No. 91110404 Consultant Selection and Agreement ISSUE Execute a contract with KPG, Inc. to provide design services for the 2012 Overlay Program. BACKGROUND The City generally uses the Municipal Research and Services Center (MRSC) consultant roster whenever possible to select engineering firms to provide necessary services. In this instance, all of the projects included on the overlay list for 2012 were carried over from the 2011 Overlay Program designed by KPG, Inc. A preliminary +30 design was completed in 2011 in order to estimate construction costs to determine which projects could be constructed within the budget. More projects were identified than could be constructed within the 2011 budget. Since KPG has already prepared preliminary plans for each project segment, it is unreasonable to expect another firm to compete with KPG in a knowledgeable and cost effective manner. Therefore, it is recommended to contract with KPG, Inc. to complete design of the projects started in 2011 that are proposed to be constructed in the 2012 Overlay Program. KPG has performed very well on previous City projects. Starting the design process in the fall and advertising for construction bids in January or February of each year allows the City to take advantage of the optimal bidding climate that usually occurs early in the year. The list of streets for the 2012 Overlay Program was developed using the City's Pavement Management Program with input from engineering and maintenance staff. DISCUSSION KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 2012 Overlay and Repair Program and advertise for construction bids (see attached). Contract Budget Final Design 2012 $79.986.87 $100.000.00 Tukwila Parkway: Andover Park W to Bahama Breeze (including 61St Ave S to bridge) 2. S 150th St: 3. Beacon Avenue: 4. Andover Park East: 5. Andover Park West: 6. 49 Avenue South: 7. S 114th St: RECOMMENDATION Tukwila International Blvd to 42 Ave S Bangor St to S 107th St Strander Blvd to Tukwila Parkway S 180th St to Minkler Blvd (including intersection) S 107th St to S 114th St 49th Ave S to 51 It Ave S The Council is being asked to approve and forward the proposed contract with KPG, Inc. in the amount of $79,986.87 for consideration at the November 14, 2011 Committee of the Whole meeting and subsequent November 21, 2011 Regular Meeting. Attachments: Vicinity Map Contract, Scope of Work and Fee Estimate WAPW Eng\PROJECTSW RW RS Projects191210401 2012 Ovedaonfo Memo Consult Select 11 -4-11 gl.doa Jim Haggerton, Mayor 33 n S i 9s Fypinier ,p 5 1 3 m Country 9titp 6116 61166 tis3i m 1�r 4 S 4208 1 w 3 NO st 1 1 1 6 y t 3133 St s t V W y m y 3138 t�5 t36 bi K h Course 1 st 51355E W o+ 'i 13 i s F g 13891 S'131 St 'O i 3 9 8 Q'i Course �4 3, w J 3,40 St 6I42 3,4 St aa�� y u a m a 3144 148 31425 S1MS .y S Fort 3 g 1 91 5t m w a S 146 3t'.y� Oed 5149 at P°1K' 1 1 e H s1483t m} 6150` -154 3149 g 146 3,,48 St b" t 15,5531. g 51St g 1 a f 3153 r ts,ws m s SS 515261 s z s153 1P Sim Sk 9154 wkNey 1 S 154 St It s 1 m 3188 A% �6yy s 6Kd s 5161 St �a I s 5,88 St MWlar`d Or t T 8a� or J a._ 3 SW 3,805 s e J 1 a Or Overlay Repair Program 20 1 r Vicinity ILA f 1 kujLa tu ber 2 2p11 w1 C 2t g o clove y m CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and KPG, Inc., hereinafter referred to as "the Consultant in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering design services in connection with the project titled 2012 Overlay Program. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3 Time for Performance. Work under this contract shall commence upon the giving of written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement within 365 calendar days from the date written notice is given to proceed, unless an extension of such time is granted in writing by the City. 4.. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $79,986.87 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment is provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and state for a period of three (3) years after final payments. Copies shall be made available upon request. 35 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this Agreement. 7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform- ance of this Agreement and as to claims against the City, its officers, agents and employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Consultant, its officers, agents and employees. 8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a minimum coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/ aggregate for property damage, and professional liability insurance in the amount of $1,000,000. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde- pendent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall 2 NR be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to recover its costs, including reasonable attorney's fees, incurred in such suit from the losing ply. 3 37 16. Notices. Notices to the City of Tukwila shall be sent to the following address: City of Tukwila 6200 Southeenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG, Inc. 753 9th Avenue N. Seattle, WA 98109 17. Integrated Agreement. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agrecments written or oral. This Agreement may be amended only by written instrument signed by both the City and the Consultant. DATED this CITY OF TUKWILA Jim Haggerton, Mayor Attest/Authenticated: Christy O'Flaherty, CMC, City Clerk 2011 day of CONSULTANT I i Title: Principal Approved as to Form: Office of the City Attorney 4 38 ..1:171 City of Tukwila 2012 Overlay Program Scope of Work November 1, 2011 PROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 2012overlay program. Specific projects will be determined from the following list of candidate streets: Tukwila Parkway Andover Park West to Bahama Breeze (including 61st Ave to S -line bridge) S 150th St Tukwila International Blvd to 42nd Ave S Beacon Ave Bangor St to S 107th St Andover Park West S 180` St to Minkler Blvd. Andover Park East Strander to Tukwila Parkway 49th Ave S S 107th St to S 114th St S 114th St 51 st Ave S to 49"' Ave S The Consultant performed preliminary mapping and design to the approximate 30% level of completion for budget estimating purposes in 2011. Design and specifications for all project segments will be completed through the 90% and final bid documents. Projects will be included in the 2012 overlay program for a total construction budget of approximately $1 Million. The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to complete final bid documents. The Consultant shall also prepare the bid tabulation, check low bidder(s) references, and provide a recommendation for award to the City. Projects will be bid as a single bid package as budget allows. Projects may be re- prioritized or deferred to a future overlay program based on available budget and other considerations. Detailed estimates will be prepared at the 90% design to verify the final project list to be included in the 2012 Overlay Program. An allowance is included to provide support to the City's pavement management system. This work will be performed by the Consultant and/or Pavement Engineers Inc. under subcontract to the Consultant as required. The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. City of Tukwila KPG, Inc. 2012 Overlay Program Page 1 of 3 November 1, 2010 39 SCOPE OF WORK TASK 1 MANAGEMENT /COORDINATION /ADMINISTRATION 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). Hold project coordination meetings with the City to update progress and review submittals. Assume (4) meetings. The Consultant shall provide monthly status reports and billings. 1.2 The Consultant shall provide independent QA/QC reviews by senior in -house staff of all deliverables prior to submittal to the City. TASK 2 PREPARE PLANS, SPECIFICATIONS AND ESTIMATE 2.1 The Consultant shall finalize base maps for all of the project segments using field measurements, available record drawings and ortho- photography. 2.2 The Consultant shall prepare final Plans for the proposed improvements including the following: Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. It is assumed there will be eighteen (18) plan sheets at 1 =20' scale full size (22" X 34 1 =40' at reduced scale (11" X 17 Typical sections and details will be prepared for items not available as standard details from the City, State, or APWA standard drawings. The Plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing. The Consultant shall perform Project site walkthroughs with the City to determine extent of roadway improvements /resurfacing (Estimate 2 meetings). Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. 2.3 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for each review submittal and the bid documents. 2.4 The Consultant shall prepare the Contract Specification per 2012 WSDOT Standard Specifications. 2.5 The Consultant shall distribute 90% and Final review submittals to franchise utility owners for utility adjustments within the Project limits. City of Tukwila 2012 Overlay Program Page 2 of 3 KPG, Inc. November 1, 2010 40 2.6 The consultant shall assist the City with Project Advertisement and Award by uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation, and recommendation for award.. Assumptions Field survey will not be required. Typically, only surface utilities requiring adjustment to grade will be shown. No federal funding is anticipated for the Project engineering or construction. No utility upgrades are anticipated in the project design. Drainage Water Quality Reports will not be required. Geotechnical Engineering services will not be required. Environmental Documentation will not be required. Deliverables 90% review submittal with Plans, Specifications, and Estimate. Bid Documents and Engineer's Estimate 6 sets of Plans (11" X 17 and specifications provided for each review submittal. 10 sets of Plans (11" X 17 and specifications for the Bid Documents. Coordinate upload of Plans and Specifications to Builders Exchange. TASK 3 PAVEMENT MANAGEMENT SUPPORT (AS NEEDED) 3.1 The City may require other services of the consultant in updating the City's Pavement Management Program. This work will be conducted on an as needed basis within the budget allowances contained in Schedule B. For budgeting purposes, we have included 24 hours of staff time and a $2,000 allowance for Pavement Engineers under subcontract to the Consultant. City of Tukwila 2012 Overlay Program Page 3 of 3 KPG, Inc. November 1, 2010 41 W X co ED X uj E R ui co) LU w 0 ui 0 C4 LL C4 z CC JD 0 a' I CL 6e tq w c: co 0 co LO to -It 0 't 0 Go co co N C) 0 E O C-i 0 N 000000 0 0 0 EA 00 0 000000 0 Cl) to oam 00 0 000000 0 0 0 09 N a co 00 0 0 0 00 a 0 v co 00 o CM 0 4 U') 0 CR pp ff co 0 co 0 v CD O. 0 CD co C11 0- a w C\l 0 a) N 0 00 F- S 0 co co co co co 0 It 0 0 (D im cn c ul to CO C to CD 14 It It v It N cm a 0 a CV -t CL w to co Ed 3: 0 E c a 0 ID 0 NC c x 1 0 Jm Co Av (a Cc 'a co 2b E 2 E2 ca E2 CL 0 46 :3 go :CC)! E m E E Q 0 E 0. .9 LL CL cc Y 0 15 rL a. cL ft iL a: C, Y r C-i 0 't to w .9 cq N N N N N 60- 0) a) LL E N LU a 0 42 Ci g t oo C tq CD cy CD LL t7 Ln C R Iq N 6e tq w c: co 0 co LO to -It 0 't 0 Go co co N C) 0 E O C-i 0 N 000000 0 0 0 EA 00 0 000000 0 Cl) to oam 00 0 000000 0 0 0 09 N a co 00 0 0 0 00 a 0 v co 00 o CM 0 4 U') 0 CR pp ff co 0 co 0 v CD O. 0 CD co C11 0- a w C\l 0 a) N 0 00 F- S 0 co co co co co 0 It 0 0 (D im cn c ul to CO C to CD 14 It It v It N cm a 0 a CV -t CL w to co Ed 3: 0 E c a 0 ID 0 NC c x 1 0 Jm Co Av (a Cc 'a co 2b E 2 E2 ca E2 CL 0 46 :3 go :CC)! E m E E Q 0 E 0. .9 LL CL cc Y 0 15 rL a. cL ft iL a: C, Y r C-i 0 't to w .9 cq N N N N N 60- 0) a) LL E N LU a 0 42 q §Rq §,qq 2 o af 080 0 0 0 N m a� 7� m E oI m C%l n t k R 2 f 2�7$ 0 2 =�cao�a§oe 2§it� 0 CM %J ©o »fo= 9�0 U) I� p SU am@ _(0 a &f(a e +Q. e IM a U) 2 a a t 2 C%l E Ag IL Ir k k 2 E k m E I w w 4 B LU w w LL 0 4 m 2 O x 43 l e 2 c t k 0 E oI a 2 2 ƒ t k R 2 f 2�7$ 0 2 =�cao�a§oe 2§it� 0 CM %J ©o »fo= 9�0 U) I� p CL 3 e IM a U) 2 a a t 2 C%l E Ag IL Ir k k 43 44 SOUTH COUNTY AREA TRANSPORTATION BOARD (SCATBd) MEETING Tuesday, November 15, 2011 9:00 —11:00 a.m. SeaTac City Hall 4800 South 188 Street SeaTac DRAFT AGENDA 1. Open Meeting Action 9:00 a.m. Introductions Approve summary of October 18, 2011 SCATBd Meeting* 2. Reports, Communications and Citizen Requests to Comment Reports and 9:10 a.m. Chair or Vice Chair Discussion Election results? Participant Updates from TPB, RTC, PSRC Boards, Other Establish SCATBd Nominating Committee For Next Year's Chair and Vice -Chair Citizen Comment 3. RAMP Update Pat McCarthy, Pierce County Executive 4. 2012 Metro Service Changes (David Hull, King County Metro) 5. SR 509 Study Briefing Stacy Trussler /Shuming Yan, WSDOT *Attachment to agenda Report and 9:30 a.m. Discussion Report and 10:20 a.m. Discussion Report and 10:40 a.m. Discussion 45