Loading...
HomeMy WebLinkAbout13-122 - WA State Department of Transportation (WSDOT) - Thorndyke Elementary Safe Routes to School GrantWashington Stet® ®® D.oartrnont of Trsne portation 13- 122(c) Council Approval N/A Local Agency Agreement. Supplement Agency City of Tukwila Supplement Number 3 Federal Aid Project Number SRTS - 1320(003) Agreement Number LA -8200 CFDA No. 20.205 The Local Agency desires to supplement the agreement entered into and executed on 7/24/2013 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Termini Thorndyke Elementary Safe Routes to School Tukwila International Blvd. to 42nd Ave S Length 0.30 Description of Work [ No Change Reason for Supplement Education and Enforcement completed , Supplement to transfer remaining funds to Construction Phase. Does this change require additional Right of Way or Easements? El Yes No Type of Work Estimate of Funding (1) PREVIOUS AGREEMENT/ SUPPLEMENT (2) SUPPLEMENT - (3) ESTIMATED TOTAL PROJECT FUNDS (4) ESTIMATED AGENCY FUNDS (5) ESTIMATED FEDERAL FUNDS P.E. a. Agency: 90% b. Other Consultant Federal Aid c. Other Consultant d Other Education /Enforcement e State f Total PE Cost Est. (a thru f) $11,111 $11,111 $1,111 $10,000 $33,333 $33,333 $3,333 $30,000 $23,223 $23,223 $23,223 $63,333 - $30,986 $32,347 $3,235 $29,112 $2,000 $2,000 $2,000 $133,000 ($30,986) $102,014 $32,902 $69,112 Right of Way g Agency % h Other Federal Aid i Other Participation j State Ratio for RW k Total RAN Cost Est. (f thru k) $0 $0 $0 $0 $0 Construction I Contract m Other Contract "Non- participating" n Other Consultant 90% o Other Consultant "Non - participating" Federal Ald p Agency Participation q State Ratio for CN r Total Const. Cost Est. (k thru r) $333,333 $30,986 $364,319 $36,431. $327,888 $916,548 - $30,986 $885,562 $885,562 $66,667 $66,667 $6,667 $60,000 $133,332 , $133,332 $133,332 $3,000 $3,000 $3,000 $1,452,880 50 $1,452,880 $1,064,992 $387,888 s.Total Project Cost Estimate (f +k +r) $1,585,880 (530,986) $1,554,894 51,097,894 5457,000 The local agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the plicable provisions: AGENCY OFFICIAL By Title Mayor, Tukwila By Washington St - a epartment of Tfansportation Director of Highways a d Local Programs SAAR 9 ?nig 5ej 04 az /hi s 'Date Executed Washington State WI Department of Transportation Federal Aid Nubmer: SRTS-1320(003) Agreement Number: LA-8200 Project Title : Thorndyke Elementary Safe Routes to School Supplement Number: 3 Estimate of Funding Type of Work (1) (2) (3) (4) (5) PREVIOUS AGREEMENT/ SUPPLEMENT ESTIMATED TOTAL ESTIMATED ESTIMATED SUPPLEMENT PROJECT FUNDS AGENCY FUNDS FEDERAL FUNDS P.E. a. Agency: $11,111 $11,111 $1,111 $10,000 90 % b. Consultant $33,333 $33,333 $3,333 $30,000 Federal Aid c. Consultant(Non-Participate) $23,223 $23,223 $23,223 c. Education/Enforcement $63,333 -$30,986 $32,347 $3,235 $29,112 d Other $2,000 $2,000 $2,000 e Total PE Cost Est.(a thru e) $133,000 ($30,986) $102,014 $32,902 $69,112 Right of Way f Agency g Other Federal Aid h Other Participation i State Ratio for RW j Total l/W Cost Est.(f thru j) $0 $0 $0 $0 $0 Construction k Contract $333,333 $30,986 $364,319 $36,431 $327,888 I Contract"Non-Participate" $916,548 -$30,986 $885,562 $885,562 m Consultant $66,667 $66,667 $6,667 $60,000 90 % m Consultant"Non-Participate" $133,332 $133,332 $133,332 Federal Aid o Agency Participation p State $3,000 $3,000 $3,000 Ratio for CN q Total Const.Cost Est.(k thru p) $1,452,880 $0 $1,452,880 $1,064,992 $387,888 r.Total Project Cost Estimate(e+j+q) $1,585,880 ($30,986) $1,554,894 $1,097,894 $457,000 Agency Supplement Number City of Tukwila 3 Federal Aid Project Number Agreement Number CFDA No. 20.205 SRTS-1320(003) LA-8200 (Catalog of Federal Domestic Assistance) VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200. The State shall not be ultimately responsible for any of the costs of the project.The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance,general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200-Uniform Admin. Requirements, Cost Principles and Audit Requirements for Federal Awards,and retained for audit. The State will pay for State incurred costs on the project. Following payment,the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government(see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project.The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred,the Agency shall reimburse the State for the amount of such overpayment or excess participation. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project(e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.)is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date-This date is based on your projects Period of Performance(2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement.All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations.A subrecipient who expends$750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program-specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. XVII.Assurances Local Agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities and services will be conducted in compliance with Section 504 and the Americans with Disabilities Act(ADA). DOT Form 140-041 Page 2 Revised 05/2015 Washington state �� Department of Transportation 13-122(b) Council Approval N/A iCIocaI Agency Agreement Supplement Agency City of Tukwila Supplement Number 2 Federal Aid Project Number SRTS- 1320(003) Agreement Number LA -8200 CFDA No. 20.205 The Local Agency desires to supplement the agreement entered into and executed on 7/24/2013 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Termini Thorndyke Elementary Safe Routes to School Tukwila International Blvd. to 42nd Ave S Length 0.30 Description of Work No Change Reason for Supplement Ad Date: May 6, 2014. This supplement creates a line item for the Education and Enforcement funds under the PE item. These funds were mistakenly included under the construction item in Supplement Number 1. Does this chance require additional Right of Wav or Easements? ❑ Yes ❑ No Type of Work Estimate of Funding (1) PREVIOUS AGREEMENT/ SUPPLEMENT (2) SUPPLEMENT (3) ESTIMATED TOTAL PROJECT FUNDS (4) ESTIMATED AGENCY FUNDS (5) ESTIMATED FEDERAL FUNDS P.E. a. Agency: 90% b. Other Consultant $11,111 $11,111 $1,111 $10,000 $33,333 $33,333 $3,333 $30,000 Federal Aid c. Other Consultant d Other Education /Enforcement e State f Total PE Cost Est. (a thru f) $29,556 - $6,333 $23,223 $23,223 $63,333 $63,333 $6,333 $57,000 $2,000 $2,000 $2,000 $76,000 $57,000 $133,000 $36,000 $97,000 Right of Way g Agency % h Other Federal Aid i Other Participation j State Ratio for RW k Total R/W Cost Est. (f thru k) $0 $0 $0 $0 $0 Construction I Contract m Other Contract "Non-participating" n Other Consultant 90% o Other Consultant "Non-participating" Federal Aid p Agency Participation q State Ratio for CN r Total Const. Cost Est. (k thru r) $388,889 - $55,556 $333,333 $33,333 $300,000 $573,016 $343,532 $916,548 $916,548 $74,444 - $7,777 $66,667 $6,667 $60,000 $40,985 $92,347 $133,332 $133,332 $3,000 $3,000 $3,000 $1,080,334 $372,546 $1,452,880 $1,092,880 $360,000 s.Total Project Cost Estimate (f +k +r) $1,156,334 $429,546 $1,585,880 $1,128,880 $457,000 The local agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. AGENCY OFFICIAL By Title By W- shington Sta --' - partment of Tr�sportation Director of Highways . nd Local Programs MAR 0 3 1015 Date Executed ,24'd a /6,,v . 1-3 -122 (a) 41110. �,L Council Approval 2/4/13 � Washington State �I/ Department of Transportation Local Agency Agreement Supplement Agency City of Tukwila Supplement Number 1 Federal Aid Project Number SRTS - 1320(003) Agreement Number LA - 8200 CFDA No. 20.205 (Catalog of Federal Domestic Assistance) The Local Agency requests to supplement the agreement entered into and executed on July 24, 2013 All provisions in the basic agreement remain in effect except as modified by this supplement. The changes to the agreement are as follows: Project Description Name Thorndyke Elementary Safe Routes to School Termini Tukwila International Blvd to 42nd Ave S Length 0.300 Description of Work ® No Change Reason for Supplement Request funding of construction phase. Ad date will be May 6, 2014. this change require additional Right of Way or Easements? ❑ Yes ® No Type of Work yp Estimate of Funding (1) Previous Agreement/Suppl. (2) Supplement (3) Estimated Total Project Funds (4) Estimated Agency Funds (5) Estimated Federal Funds PE a. Agency 11,111.00 11,111.00 1,111.00 10,000.00 90 % b. Other Consultant 33,333.00 33,333.00 3,333.00 30,000.00 c. Other Consultant 29,556.00 29,556.00 29,556.00 Federal Aid d. State 2,000.00 2,000.00 2,000.00 Participation Ratio for PE e. Total PE Cost Estimate (a +b +c +d) 76,000.00 76,000.00 36,000.00 40,000.00 Right of Way f. Agency % g. Other Federal Aid h. Other Participation Ratio for RW i. State j. Total R/W Cost Estimate (f +g +h +i) Construction k. Contract 388,889.00 388,889.00 38,889.00 350,000.00 I. Other Contract 573,016.00 573,016.00 573,016.00 m. Other Consultant 74,444.00 74,444.00 7,444.00 67,000.00 90 % 40,985.00 40,985.00 40,985.00 n. Other Consultant Federal Aid Participation o. Agency Ratio for CN p. State 3,000.00 3,000.00 3,000.00 q. Total CN Cost Estimate (k+l+m+n+o+p) 1,080,334.00 1,080,334.00 663,334.00 417,000.00 r. Total Project Cost Estimate (e+i+q) 76.000.00 1.080.334.00 L156.334.00 699.334.00 457.000.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Department of Transportation Agency Offices By Title Tim Ma DOT Form 140 -041 EF Revised 03/2011 Washington Sta r By Director of Highways d Local Programs MAY 3 fl 2014 Date Executed lu c v CORY 122 u""r Washington State Locar Agency Agreement Department of Tlransportatio�i Council Approval 214/13 g i g Agency City of Tukwila Address 6300 Southcenter Blvd. Suite 100 Tukwila, WA 98188 CFDA No. 20.205 (Catalog of Federal Domestic Assistance) T Project No S ors " J 3 o i(c;lo Agreement No. L Sao For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S. Code Highways, (2) the regulations issued pursuant thereto, (3) 2 CFR 225, (4) Office of Management and Budget Circulars A -102, and A -133, (5) the policies and procedures promulgated by the Washington State Department of Transportation, and (6) the federal aid project agreement entered into between the State and Federal Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r, column 3, without written authority by the State, subject to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. Project Description Name Thorndyke Elementary Safe Routes to School Termini Tukwila International Blvd. to 42nd Ave S Length 0.300 Description of Work The project includes sidewalk, curb, gutter, drainage, crossing improvements, illumination, walking school bus, educational materials, maps, events and enforcement. 1,500 linear feet of 6 foot wide sidewalk, curb, gutter, and drainage will be constructed on one side of S 150th St between Tukwila International Blvd. and 42nd Ave S. Pedestrian countdown modules will be installed at the signalized intersection of 42nd Ave S and S 150th St. Illumination improvements on existing wooden poles will be added. YP �� Type A_ 6g, 5A_— Estimate of Funding Estimateed d Agency Funds Estimat(3) ed Federal Funds (1) Estimated Total Project Funds PE to a. Agency 11,111.00 1,111.00 10,000.00 90 % i l b. Other Consultant 33,333.00 3,333.00 30,000.00 c. Other Consultant 29.556.00 29.556.00 Federal Aid . Stale 2,000.00 2,000.00 0 Participation Id Ratio for PE e. Total PE Cost Estimate (a +b +c +d) 76,000.00 36,000.00 40,000.00 Right of Way f. Agency g. Other h. Other Federal Aid I. State Participation Ratio for RW 1. Total RIW Cost Estimate (f +q +h +i) Construction k. Contract I. Other m. Other n. Other o. Agency Federal Aid p. State Participation Ratio for CN q. Total ON Cost Estimate (k +I +m +n +o +P) r. Total Project Cost Estimate (e +j +q) 76,000.00 36,000.00 40,000.00 Agency Official jklaynr. City of Tukwila DOT Form 140 -039 EF Revised 09/2011 Washington Stat By artment of,,nsportation Director of Highways and Local Programs JUL 2 4 2013 Date Executed 1 iva6 6r/s/• -6-S Construction Method of Financing (Check Method Selected) State Ad and Award ❑ Method A - Advance Payment - Agency Share of total construction cost (based on contract award) ❑ Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of $ at $ per month for months. Local Force or Local Ad and Award ® Method C - Aaencv cost incurred with partial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below. Adopted by official action on Mchcvr ak 4-1)03 , Resolution /Ordinance No. Provisions I. Scope of Work The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set forth in detail in the "Project Description" and "Type of Work." When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the services described and indicated in "Type of Work" on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Highway Administration. II. Delegation of Authority The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees that the State shall have the full authority to carry out this administration. The State shall review, process, and approve documents required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in all matters concerning the project as requested by the Agency. If the Local Agency advertises and awards the project, the State shall review the work to ensure conformity with the approved plans and specifications. III. Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition, the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects, the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications, and federal aid requirements. The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof. All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV. Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of Transportation. The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and /or Federal Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: 1. Preliminary engineering. 2. Right of way acquisition. 3. Project construction. In the event that right of way acquisition, or actual construction of the road, for which preliminary engineering is undertaken is not started by the closing of the tenth fiscal year following the fiscal year in which the agreement is executed, the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX). The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR 225 and Office of Management and Budget circulars A -102 and A -133. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. DOT Fomi 140 -039 EF 2 Revised 09/2011 The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR 225 - Cost Principles for State, Local, and Indian Tribal Government, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A — The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the amount of the Agency's share of the total construction cost based on the contract award. The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor. Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. Method B — The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C — The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27 -50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and Office of Management and Budget Circular A -133. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation (see Section IX). VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal Office of Management and Budget (OMB) Circular A -133 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $500,000 or more in federal awards from all sources during a given fiscal year shall have a single or program - specific audit performed for that year in accordance with the provisions of OMB Circular A -133. Upon conclusion of the A -133 audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed the Director of Highways and Local Programs. X. Traffic Control, Signing, Marking, and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency will, at its own expense, maintain the improvement covered by this agreement. XI. Indemnity The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits, whether at law or equity brought against the Agency, State, or Federal Government, arising from the Agency's execution, DOT Form 140 -039 EF 3 Revised 09/2011 performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. XII. Nondiscrimination Provision No liability shall attach to the State or Federal Government except as expressly provided herein. The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT- assisted contract and /or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT- assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and /or the Program Fraud Civil Remedies Act of 1986 (31 U. S.C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor. (2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order. (4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order. In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following actions: (a) Cancel, terminate, or suspend this agreement in whole or in part; (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph. XIV. Termination for Public Convenience The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part, whenever: (1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise. (2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources. (3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than the contractor. (4) The Secretary determines that such termination is in the best interests of the State. XV. Venue for Claims and /or Causes of Action For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the Superior Court for Thurston County. DOT Form 140 -039 EF Revised 09/2011 4 XVI. Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The approving authority certifies, to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit the Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements) which exceed $100,000, and that all such subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $100,000 for each such failure. Additional Provisions DOT Form 140 -039 EF 5 Revised 09/2011 Washington State Department of Transportation Local Agency Federal Aid Project Prospectus DOT Form 140 -101 EF Revised 12/2012 Page 1 of 3 • Previous Editions Obsolete • Date Central Contractor Registration Ex Date g Exp.Date 06/20/2013 Prefix Route ( ) Federal Aid Project Number HSIP(SR) EN13 Federal Employer Tax ID Number 91- 6001519 Agency Project Number 91210302 WSDOT (Use Only Agency City of Tukwila Federal Program Title ►�� 20.205 ❑ Other Project Title Thorndyke Elementary Safe Routes to School Start Latitude N47 -28 -7.64 Start Longitude W122 -17 -13.41 End Longitude W122-16-52.20 9 End Latitude N47 -28 7.40 Project Termini From - To Tukwila International Blvd. 42nd Avenue South Nearest City Name Tukwila Project Zip Code 98188 From: To: Length of Project 0.300 Award Type ►5 Local ❑ Local Forces ❑ State ❑ Railroad Federal Agency FHWA ❑ Others City Number 1320 County Number 17 County Name King WSDOT Region Northwest Region Congressional District 9 Legislative Districts 11 Urban Area Number 1 TMA / MPO / RTPO PSRC Phase Total Estimated Cost (Nearest Hundred Dollar) Local Agency Funding (Nearest Hundred Dollar) Federal Funds (Nearest Hundred Dollar) Phase Start Date Month Year P.E. $76,000 $36,000 $40,000 July 2013 R/W $0 $0 $0 Const. $1,006,000 $589,000 $417,000 July 2014 Total $1,082,000 $625,000 $457,000 Description of Existing Facility (Existing Design and Present Condition) Roadway Width 17'- 6" Vehicle lanes w/5 ft widening used by pedestrians. Number of Lanes 2 S 150th St between 42nd Ave S and Tukwila International Blvd is a narrow, 2 -lane street with no sidewalks that serves as a walking route for students to Thorndyke Elementary School. The west bound lane has a widened shoulder to provide a pedestrian lane with no physical separation from traffic. Description of Proposed Work Description of Proposed Work (Attach additional sheet(s) if necessary) The project includes sidewalk, curb, gutter, drainage, crossing improvements, illumination, walking school bus, educational materials, maps, events and enforcement. 1,500 linear feet of 6 foot wide sidewalk, curb, gutter, and drainage will be constructed on one side of S 150th St between Tukwila International Blvd. and 42nd Ave S. Pedestrian countdown modules will be installed at the signalized intersection of 42nd Ave S and S 150th St. Illumination improvements on existing wooden poles will be added. Local Agency Contact Person Grant Griffin Title Senior Program Manager Phone 206 -431 -2446 Mailing Address 6300 Southcenter Blvd, Suite 100 City Tukwila State WA Zip Code 98188 By Project Prospectus Approval Approving Authority Title p'.)51:4 - Wi --ia DL',Weit�' Date 1/9 )i 3 DOT Form 140 -101 EF Revised 12/2012 Page 1 of 3 • Previous Editions Obsolete • Agency City of Tukwila Project Title Thorndyke Elementary Safe Routes to School Date 06/20/2013 Type of Proposed Work Project Type (Check all that Apply) ❑ New Construction ❑ Path / Trail ❑ 3 -R Roadway Width 22 feet Number of Lanes 2 0 Reconstruction 0 Pedestrian / Facilities ❑ 2 -R Description ❑ Railroad ❑ Parking ❑ Other ❑ Bridge Geometric Design Data Description Others Through Route % Crossroad Federal Functional Classification % Construction Will Be Performed By Contractor • Principal Arterial Minor Arterial Collector Major Collector Minor Collector Local Access % • Principal Arterial Urban • • Urban • Minor Arterial • • Collector ■Rural ■Rural • • Major Collector • NHS • • NHS • Minor Collector 0 • Local Access Terrain 0 Flat • Roll • Mountain • Flat • Roll • Mountain Posted Speed 25 Design Speed 25 Existing ADT 900 Design Year ADT 1200 Design Year 2034 Design Hourly Volume (DHV) 100 Performance of Work Preliminary Engineering Will Be Performed By Consultant Others 100 % Agency 0 % Construction Will Be Performed By Contractor Contract 100 % Agency 0 % Environmental Classification ❑ Class I - Environmental Impact Statement (EIS) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement ❑ Class III - Environmental Assessment (EA) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement ® Class II - Categorically Excluded (CE) ® Projects Requiring Documentation (Documented CE) Environmental Considerations Preliminary - None Anticipated DOT Form 140 -101 EF Revised 12/2012 Page 2 of 3 Agency City of Tukwila Project Title Thorndyke Elementary Safe Routes to School Date 06/20/2013 Right of Way ❑ Right of Way Required ❑ No Relocation ❑ Relocation Required ►� No Right of Way Required * All construction required by the contract can be accomplished within the existing right of way. Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ® Yes El No Remarks The work zone is approximately 1.5 miles west of the north end of the SeaTac Airport runways. This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Date i D-.3 DOT Form 140 -101 EF Revised 12/2012 Agency City of Tukwila By "e Page 3 of 3 hairperson • Previous Editions Obsolete •