HomeMy WebLinkAboutAG 19-151 - WSDOTRETURN TO: PW ADMIN EXT: 2700 ID #: 4018
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/][)IV: PUBLIC WORKS / Capital Engineering
2.
3.
ORIGINATING STAFF PERSON: Naveen Chandra EXT: 2729 3. DATE REQ. BY: ASAP
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
m CONTRACT AMENDMENT (AG#): 19-1 51 ❑ INTERLOCAL
® OTHER WSDOT LAA # 9629 -Sum)l # 3
a. PROJECT NAME: Adaptive Traffic Control System Phase 3
5. NAME OF CONTR r( TOR: WSDOT
ADDRESS: 310 Maple Va.We Park Avenue SE, POB 47300 Olympia TELEPHONE: 360-705-7000
E-MAIL: FAX:
SIGNATURENAME: Stephanie Tax TITLE: Manager, Pro- Mngmnt
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL EXP. 12/31/ UBI # . EXP. / /
7. TERM: COMMENCEMENT DATE: JUIy 12, 2019 COMPLETION DATE: December 31, 2025**
8. TOTAL COMPENSATION: $ No Change* (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: o RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO:
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED
INITIAL / DATE APPROVED
8 PROJECT MANAGER NC/ 11-18-21
❑ DIVISION MANAGER
6 DEPUTY DIRECTOR osW 11122t21
9 DIRECTOR osW 11123/21
❑ RISK MANAGEMENT (IF APPLICABLE)
d LAW DEPT MP 11/2312021
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE:
COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE:
COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: \ Z 1 ZO
2I DATE REC, D: zz
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES,
EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE
THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
6 SIGNATORY (MAYOR OR DIRECTOR)
9 CITY CLERK r
Z
9 ASSIGNED AG #
X SIGNED COPY RETURNED (in Laserfiche) DATE SENT: 01/10/2022
COMMENTS:
EXECUTE " 1 " ORIGINALS
' Moves unused PE funds from PE to CN and Moves funds within CN Categories; " Extends completion date
WSDOT FORM -We cannot make any changes and City Signs First - SIGN IN BLUE INK
RUSH - contract to expire
1/2020
Amk
� washingtr,�iia _:�._:� . Local Agency Agreement Supplement
`"// Department off 'rmnsportation 9 Y 9 PP
City of Federal Way
Federal Aid Project Number
CM-9917(031)
LA 9629
;FQA Na. 20.205
Catalog of Federal domestic Assistance)
The Local Agency requests to supplement the agreement number noted above.
All provisions in the basic agreement remain in effect except as modified by this supplement.
The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment
(2 CFR Part 180). Additional changes to the agreement are as follows:
Project Description
Name Citywide Adaptive Traffic Control System - Phase III
Termini N/A
Description of Work ✓ No Change
Length N/A
Reason for Supplement
Move funds between the categories within CN Phase. Move unspent consultant PE funds to Agency CN Funds. LAA end date
extension request until Adaptive system acceptance level for system procurement.
Are you claiming indirect cost rate? ❑ Yes ✓ No Project Agreement End Date December 31, 2025
Does this change require additional Right of Way or Easements? ❑ Yes ✓ No Advertisement Date: October 4, 2019
Estimate of Funding
(1)
(3)
(4)
_
(5)
Type of Work
Previous
2
Estimated Total
Estimated Agency
Estimated Federal
A reement/Suool.
Supplement
Proiect Funds
Funds
Funds
PE
a. Agency
0.00
%
b. Other
0.00
Federal Aid
c. Other
0.00
Participation
0.00
Ratio for PE
d. State
e Total PE Cost Estimate a+b+c+d1
0.00
0.00
0.00
0.00
0.00
Right of Ways
r. Agency
0.00
a. Other
0 -00
Federal Aid
0.00
h Other
Participation
Ratio for RW
i. State
0.00
j. Total R/W Cost Estimate r +h+i
0.00
0.00
0.00
0.00
0.00
Constructio
k. Contract
0.00
o
I. Other
0.00
m. Other
0.00
Federal Aid
n th r
0.00
Participation
0.00
Ratio for CN
o. Agency
p. State
0.00
q. TQtal CN Cost Estimate k+l+m+n+o+o
0.00
0.00
0.00
0.00 10.00
r, Total Prgi%-iz.C4sk Estimate (e+i+gl
0.00 10.00
0.00
0.00
0.00
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.
2Jim
FFerrell,
Washington State Digitally signed by
F„p Department of Transportation Stephanie Stephanie Tax
By Director, Local Program Date:2021.12.29
Tax 07:45:58-08'00'
ayor,City of Federal Way Date Executed
DOT Form 140-041 Page 1
Revised 12/2020
ORIGINAL
qrWashington State
Fffl Department of Transportation
Local Agency Agreement Supplement
pplement Number
City of Federal Way 13
Federal Aid Project Number Agreement Number CFDA No. 20.205
CM-9917(031) LA 9629 1(Catalog of Federal Domestic Assistance)
The Local Agency requests to supplement the agreement number noted above.
All provisions in the basic agreement remain in effect except as modified by this supplement.
The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment
(2 CFR Part 180). Additional changes to the agreement are as follows:
Project Description
Name Citywide Adaptive Traffic Control System - Phase III Length N/A
Termini N/A
Description of Work ✓ No Change
Reason for Supplement
Move funds between the categories within CN Phase. Move unspent consultant PE funds to Agency CN Funds. LAA end date
extension request until Adaptive system acceptance level for system procurement.
Are you claiming indirect cost rate? Yes ✓ No Project Agreement End Date December 31, 2025
Does this change require additional Right of
Way or Easements? L ] Yes ✓ No Advertisement Date: ucto�er 4, cv �y
Estimate of Funding
(1) (3) (4) (5)
Type of Work
2)
Previous ( Estimated Total Estimated Agency Estimated Federal
A reement/Suppl. Supplement Project Funds Funds Funds
-
PE
1
0.00
o�o,a Agency
UN
lb. Other
Federal Aid
ic. Other
0.00
Participation
-
0.00
Ratio for PE
d. State
e. Total PE Cost_ Estimate /a+h+c+d1
0.00
10.00
0.00
0.00
0.00
Right of Wayo
f. Agency
0.00
U.Other
0.00
Federal Aid
0.00
Participation
h Other
1
Ratio for RW
i. State
0.00
'. Total R/W Cost Estimate f +h+;
0.00
0.00
0.00
0.00
0.00
Construction
_
k. Contras
0.00
%
10.00
I. Other
m. Other
0.00
Federal Aid
I Other n
0.00
Participation
.
0.00
Ratio for CN
` o Agency
1p.. State
0.00
q. Total CN Cost Estimate ik+l+m+n+o+pl_
0.00
0.00
0.00
0.00
10.00
r. Total Proiect.Cost Estimate e '
0.00
0.00
0.00
0.00
10.00
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.
Ag2i!
Washington State
By fir,%, Department of Transportation
f� By Director, Local Program
,Mayor, City of Federal Way Date Executed
DOT Form 140-041 Page 1
Revised 12/2020
Agency
City of Federal Way
ederal laid Project P Uribor
CM-9917(031)
reemert hiurriiaer
LA 9629
Supplement Number
3
CFDA No. 20.205
(Catalog of Federal Domestic Assistance)
V1. Payment and Pr 'z1C`l? l 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 12/2020
1tiraslr ngton State
Adlw
�r Dop artrr ent of Transportation
Federal Aid Nubmer : CM-9917(031)
Agreement Number: LA9629
Project Title: Citywide Adaptive Traffic Control System -Phase 3, Federal Way
Supplement Number: 3
Type of Work
Estimate of Funding
(1)
PREVIOUS AGREEMENT/
SUPPLEMENT
(2)
SUPPLEMENT
(3)
ESTIMATED TOTAL
PROJECT FUNDS
(4)
ESTIMATED
AGENCYFUNDS
(5)
ESTIMATED
FEDERALFUNDS
P.E. a. Agency
86.5% b. Consultant
Federal Aid c. Consultant (Prof services Software)
cl Consultant (Non -participating Prof
services Software)
d State
e Total PE Cost Est. (a thru d)
$4,000
$4,000
$540
$3,460
$26,522
($3,634)
$22,888
$3.090
$19.798
$35,993
$35,993
$4.859
$31.134
$3,468
$3,468
$3,468
$1,000
$1,000
$135
$865
$70,983
($3,634)
$67,349
$12,092
$55,257
Right of Way f Agency
% g Other
Federal Aid h Other
Participation i State
Ratio for RW 1 Total R/W Cost Est. (f thru i)
$0
$0
$0
$0
$0
Construction k Contract(Detectlon, Comm,CC1V)
k1 Contract(System procurement)
Q Contract(Non-participating System
procurement/deployment)
k3 Contract(Non-participating Detection,
COmm,CCTV)
1 Consultant
86.5% m Other
Federal Aid n Agency
Participation o State
Ratio for CN p Total Const. Cost Est. (k thru o)
$523,874
$70,815
$594,689
$80.283
$514.406
$149,738
($70,815)
$78,923
$10,655
$68,268
$70.815
$70,815
$70,815
$136,126
($79,986)
$56,140
$56.140
$20,000
$20.000
$2.700
$17.300
$0
$20,000
$3,634
$23,634
$3.191
$20.443
$5,000
$5,000
$675
$4.325
$854,738
($5,537)
$849,201
$224,459
$624,742
r.Total Project Cost Estimate (e+j+q)
$925,721
($9,171)
$916,550
$236,551
$679,999
Public Works Department
Contract Pay Estimate
Project: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS
IMPROVEMENTS PHASE 1 & 2 AND PHASE 3
Contractor: NORTHEAST ELECTRIC, LLC
Project Number: 202 & 216
Account: C36202-26600 & C36216-266D0
Number: 7
Date: 1-Oct-2021
Pay Period February 16.2021-S6ptambor30.2021
r•rrrl ezoz= � Sza62x3.36
PO # 069487 Pwl a xtse 334A64.1N
Item
No.
Centred Bid hem
CURRENT CONTRACT
Est. 0ty Unit Unit Price Bid Prlce
PREVIOUS TOTAL
Qtv Total Amount
THIS ESTIMATE
Quantifies To161 Amount
TO DATE
Quantities Percent Total Amount
SCHEDULE A CrT 010E ADAP7 NE SIGNAL CovML SYSTEM -TrS IMPROVEM ENT 5 •PHASE I a 2 BASE BtO
1
UNEXPECTED SITE CHANGES
0.75
FA
$5,00D.00
$3,750.00
$50,00000
030
! 1500A0
!
030
40.IY%
a 1.500.00
2
3 -
MOBILIZATION
ROJECLTEMPORARY TRAFFIC CONTROL
1
LS
S50,000,00
I.OD
S 50,000.00
S
S 15p60.00
1.00
IWO%
$ 50,000.00
1
LS
$55,000.00
$55,000.00
GAG
3 25,300.00
029
0.75
75.0%
S 41.250.00
4
OFF -DUTY UNIFORMED POUCE OFFICER
PROPERTY RESTORATION
28
HR
1110-00
S3,081100
551D09
0.00
$ -
S
S -
0.00
0.00
O.CA
P9%
S
5
S
1
FA
isGoom
0.00
S
6
SPILL PREVENTION, CONTROL, AND COUNTERMEASURES PLAN
1
LS
$1.500 on
$8109A0
$1,580_GO
0.00
$ -
S
S
0.00
0.05
0.0%
95.0%
$
S 6,46656
7
TRAFFIC SIGNAL SYSTEM, COMPLETE-6 320TH ST & 25TH AVE SIOATEWAY CENTER BLVD
1
LS
NUADIAD
0.95
! 6.48856
0
TRAFFIC SIGNAL SYSTEM, COMPLETE -S 320TH ST & 1-5 SS
1
LS
S14,336 00
$14,336,00
0.14
$ 2,007 04
0.77
$ 11,038.72
0.91
91.0%
$ 13,045.76
5MDH
TRAFFIC SIGNAL SYSTEM, COMPLETE- S 320TH ST & 1-5 SB
1
LS
$5,715-00
1 DO
$ 5,715 00
-1 00
$ (5,715-001
$ -
0.00
00%
3 -
i 46,389,43
9
TRAFFIC SIGNAL SYSTEM, COMPLETE • S 320TH ST & 23RD AVE 6
1
LS
WA121
$46.831..
095
! 46,3119.43
0.95
96Ali
9MOH
MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
336,000.00
0.00
$
S •
0.00
0.0%
S
10
TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & 1.5 NB
1
LS
342,450 00
$42,450,00
0.013
S
0.90
$ 38,205.00
0.90
90.01.
$ 38,205.00
IOMOH
11
MATERIAL ON HAND- ECONOUTE & WESTERN SYSTEMS ASCS EQUIPMENT
TRAFFIC SIGNAL SYSTEM, COMPLETE - 5320TH ST 6 PETE VON REICHBAUER WAY 620TH AVE S
I
LS
$10.2150D
533.74D90
100
3 10,215.00
-1.00
$ (1 D,215.00)
0.00
0-0%
3 -
1
LS
433,74OA0
095 _
S 32,053.00
$ -
OAS
N.W
$ 32.053.00
11MOH
MATERIALONHANNWESTERN SYSTEMS ASCSEQUIPMENT
1
LS
$30,000.00
0.00"
S
S -
OAO
0A%$
12
TRAFFIC SIGNAL SYSTEM, COMPLETE - S320TH ST & SR 99
1
LS
$42,177.00
$42,177.00
0.95
S 40,058.15
S
$
095
95.0%
S 40.065.15
12MOH
MATERIAL ON HAND-ECONOUTE & WESTERN SYSTEMS ASCS EQUIPMENT
TRAFFIC SIGNAL SYSTEM. COMPLETE -S 320TH ST & 32NO AVE 8
1
LS
$37,000-00
0.00
S
0.00
,: . 0.95
IILM
1150%
S
$ 15261.75
13
1-.
LS
i16,(1111lA0
$16,0i$A0
0.95
! 15,251.75
$ -�
13MOH
MATERLALON HAND-ECONOUTE & WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
82,000.00
0.00
! -
i -
0.00
0.0%
!
14
TRAFFIC SIGNAL SYSTEM, COMPLETE-S 320TH ST & WEYERHAEUSER WAYS
1
LS
$0,77500
W175 on
0,95
$ 0,33625
$
0 95
95.0%
S 8,33625
15
TRAFFIC SIGNAL SYSTEM, COMPLETE •B PEASLEY CANYON RD 6 MILITARY RD S _
•. 1
LS
S35A57.60
0507.00
0.95
S 33,874.16
S
0.95
9SA%
$ 33,674.19
15MOH
MATERIAL ON H NN ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$32,000.00
0.00
S •
$ -
0.00
OA%
It -
16
TRAFFIC SIGNAL SYSTEM, COMPLETE S PEASLEY CANYON RD & S 321 ST ST
1
LS
$28,500.00
$25,000-00
$26.500.00
D.95
S 27,075.00
$ •
$ -
0.95
0.00
0.95
95 0%
0-0%
95.0%
$ 27,075.00
$ -
i 32.820.60
16MOH
MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
0.00
095
S -
S 32,82050
17
TRAFFIC SIGNAL SYSTEM, COMPLETE • SR 99 6 S 359TH 6T
1
LS
$34.548.00
$34.548.00
$
17MOH
MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$28.000.00
0.00
$
S
OAO
0.0%
$ -
18
TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 352ND ST
1
LS
$30.219.00
$30,219.00
$44,376.0
0.95
3 28,708.05
5
0.95
95.0%
$ 20,706.05
1BMOH
MATERIAL ON HAND- ECONOUTE & WESTERN SYSTEMS ASCS EQUIPMENT
TRAFFIC SIGNAL SYSTEM. COMPLETE - OR 00 1116 346TH ST (SR 18)
1
LS
322,000,00
0.00
$
S
000
0.0%
S -
19
1
LS
144,378A0
0." -
! 42.15720
!
0.95
95.0%
$ 42,157.20
19MOH
MATERIAL ON HAND. ECONOUTE 6 WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$23.000.00
0.00
$ -
S
0.00
0.0%
i -
20
TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 344TH ST
1
LS
$32,903.00
332,903.0Q
095
S 31.257.85
S -
0,95
95.0%
$ 31.257.55
2DMOH
MATERIAL ON HAND-ECONOUTE & WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
S23,000.00
0,00
S
$ •
0.00
0 0%
$ -
21
TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & 16TH AVE SIS340TH PL
TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 336TH ST
1
LS
$15.741.00
515,741..00
095
3 14,972.37
$ •
0.95
95.1%
$ 14.97237
22
1
LS
$38.967.06
- _ $36,967.04
0."
4 37,01895
$ •
0.95
95A%
! 37,01895
22MOH
-MATERIAL ON HANN WESTERN SYSTEMS ASCS EQUIPMENT
1
L6
$30,000.00
$
i
0.00
OA%
! -
23
TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 330TH ST
1
LS
$24,320.00
524,320.00
095
$ 23,165.36
$
0.95
9529/6
S 23,165.36
23MOH
MATERIAL ON HAND -WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$21,000.60
-
0.00
$ -
$
0.00
0,0%
S
24
TRAFFICSIGNAL SYSTEM, COMPLETE - ENCHANTED PKNN S (SR 161)116TH AVE 6 6 S 350TH ST
1
LB
$59,123.00
559,123
096
$ 56,166.85
$ -
0.95
05.0%
-$ 56,186,95
24MOH
MATERIAL ON HAND• WESTERN SYSTEMS ASCS EQUIPMENT
1
LB
428,000.00
11 -
DAD
0.0%
25
TRAFFIC SIGNAL SYSTEM, COMPLETE - ENCHANTED PKWY S (SR 161)& S 352ND ST
1
LS
$31,243.00
$31,243 00
0.95
S 29.680 85
S
0.95
95.0%
$ 29,680.85
25MOH
MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$20.000,00
000
$ -
S -
0.00
0.0%
26
TRAFFICSIGNAL SYSTEM,COMPLETE - 6344TH ST& I STH AVE S
1
LS
$40.738.00
64a,735.aD
0.95
$ 46,301.11)
$ •
0.95
95A%8
--"46,301.10
27
TRAFFIC SIGNAL SYSTEM, COMPLETE -SR 16 & 1-5 SB
1
LS
S55,901-00
355,901.0
0,00
$
0.90
S 50.310.90
0.90
90.0%
S 50,310 90
27MOH
MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT
TRAFFIC SIGNAL SYSTEM, COMPLETE • ENCHANTEDOW PIS (SR 161)& SR 18 WB
1
1
LS
$32,715 00
1.00
$ 32.715.00
-1.00
0.19
$ (32.715,001
0.00
0,0%
nA%
5 -
28
LS
$65,106.00
$65,106.0
0.03
$ 1,953.10
$ 57,944.34
092
S 69,69752
28MOH
MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$25.715.00
1.00
S 20.715.00
-1.00
$ (26,715.00
0.00
0.0%
S -
29
TRAFFIC SIGNAL SYSTEM, COMPLETE - ENCHANTED PKWY S (SR 161)& MILTON RD S
1
LS
$71,129.00
$71,129.0
0.03
S 2,13357
0.B9
3 63,304 81
0.92
92.0%
$ 65,43868
29MOH
MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
531,715.00
1.00
$ 31,715.00
-1.00
S (31,715.001
0.00
1 0.0%[
S
Paae 1 of 3
Public Works Department Project: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS Number: 7
Contract Pay Estimate IMPROVEMENTS PHASE 1 8, 2 AND PHASE 3 Date: 1-0ct-2021
Contractor: NORTHEAST ELECTRIC, LLC
Project Number: 202 S, 216
Account: C36202-26S09 6 C36216.26600
Pay Period F1lbruary14,2021-Seplomber30,2021
Prat a 202- 1248,29134
PO1t 068487 9215.
Item
No.
Contrast Bid Item
CURRENTCONTRACT
E.t. Oty Unit Unit Price Bid Price
PRL-AOUS TOTAL
Qtv Total Amount
THIS ESTIMATE
Quantities Total Amount
TO DATE
Quanliies Percent Total Amount
30'TRAFFIC
SIGNAL SYSTEM, COMPLETE- ENCHANTED PKWY 6 (SR 1O7)6 1STH WAYS
MATERIAL ON HAND. ECO14OUTE 6 WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
54OAT1.00
$40,971.00
0.00
S
6 -
0.00
0.0%
6 -
30MOH
1
LS
$32.306.46
1.00
$ 32,309.48
4.00
3 (32.3011.4151
0.DO
OA%
6 -
31
OVID-19 HEALTH 8 SAFETY PLAN IMPLEMENTATION
1
FA
$2,000.00
32,umoff
0,22
S 436.21
$ 1,07674
$
0,22
21.8 %
S 435.21
32
PROJECT SIGN(4'%8-)
1
EA
S1,076_74
$1,076.74
1.00
$ -
1.00
100.0%
$ 1,076.74
33
TRAFFIC SIGNAL SYSTEM, COMPLETE - ENCHANTED PKWY S (SR 161)S 19TH WAY S-CREDIT
-1
LS
$4D,971.0
-S40,971.0t,
S
S -
0.00
0.0%
$ -
34
SDOT REVISIONS, LOOPS -CREDIT
-7
EA
S500.00
-$3,500,0
$ -
-7 00
$ (J,500.00
-7-00
100.0%
$ (3,500,00
35
REVISION TO WSDOT INTERSECTIONS, MODIFICATION TO VIDEO DETECTION AND ADDITION OF THE S 348TH
ST (SR 18) S ENCHANTED PKWY S (SR 161) INTERSECTION (ITS 34), AND ASSOCIATED FIBER OPTIC
COMMUNICATIONS BETWEEN THIS INTERSECTION AND THE 1-5 SB S S 348TH ST (SR 18) INTERSECTION
1
LE
$121,a75.4a
S121,876,4
$
070
S 85,313A8
0,70
7D.0%..
$ 65.313.48
36
Auloscape Camera and Conneclom
1
LS
$13,218.25
$13,218 25
S
1.00
S 13,218 25
1.00
100,D%
$ 13,218.25
37
Non -Standard Mounting BreckeR
1
LS
$2,276.92
$2,276,94
$ -
1.00
$ 2,27692
1.011
100.0%
S 2,27692
38
PSE Power Sewicc at S 3201h ST and 1-5 SB (ITS 02)
1
LS
55,111.72
$5.111.72
S -
0.90
$ 4,600,55
0.90
90.0 %
S 4,500.55
39
PSE Power Service at S 3201h ST and 1-5 NB (ITS 04)
1
LS
523,911.61
$23,911,67
$ -
0.90
$ 21.520-50
0 911
1 90.0 %
S 21,520.50
40
PSE Power Service at SR 18 8 1-5 SB (ITS 41)
1
LS
523,202.1
323,202.10
S
0.90
S 20,861 94
0,90
90,0%
$ 20, )81 94
41
PSE Pwer Service al Enchanted PKWY S (SR 161) S SR 18 WE (ITS 42)
1
LS
S4,623 6A
54,623,61,
$4.942 3:
-$5,000 00
S
0.90
S 4.161.32
DAD
90.0%
$ 4,161.32
42
43
PSE Pwer Service at Enchanted PKWY S (SR 161) 8 Milian RD S (ITS 43)
1
LS
$4,942 32
S -
0.90
S 4,448,09
0,9D
90,0%
S 4,448.09
Propely Resloration-Credit
-1
FA
55,000,OD
S
TOTAL SCHEDULE A 51,141,731A7 5777,fO.M - -5-�93.59 $1,025.067
SCHEDULE
B-CTTYWIGE ABAPTOVE SIGNAL CONT9015YSIE14 - ITS WFROVENEWS - PHASE 3 IBASE 11101 _..
1
UNIDIPECTED SITE CHANGES
0.75
FA
65A011:00
0J- 1300
550,00D.00
020
1 96594
$ -
020
26,3%
f 08594
2
MOBILIZATION
PROJECT TEMPORARY TRAFFIC CONTROL
1
I
40
1
1
LS
150,0110,00
T 1.00
S 50.000.00
S -
1.00
100,0%
$ 50,000.00
3
LS
HR
655.000.00
5110 00
$5,000.00
51,50000
555,OD0
44,400.00
028
0.00
DAB
0.00
3 15.400.00
S
6 ,
S
6 29,153AD
0.11
s
6 6,050.00
S -
i •
$ -
S
0.39.-
0.00
0.00
0,00
095
30.0%
0.0%
0.0%
0.0%
95,11%
$ 21.450.00
S -
6 --' -_
S -
S 29,15390
4
OFF -DUTY UNIFORMED POLICE OFFICER f
ROPERTY RESTORATpN
6
FA
LS
$5.000.00
S1,500.01)
S30,668.00
6
SPILL PREVENTION, CONTROL. AND COUNTERMEASURES PLAN _
7
rRAFFIC SIGNAL SYSTEM, COMPLETE. S 316TH ST A SR 99
1
US
330.gU.001
OAS
7MOH
MATERIAL ON HAND- ECONOLITE a WESTERN SYSTEMS ASCS EQUIPMENT
1
LB
627.000.00
OAO
S -
S
0.00
0.0
$
8
BMOH
TRAFFIC SIGNAL SYSTEM, COMPLETE S312TH ST S SR 99
1
1
LS
LS
$42,488 00
$36.513 30
$42,486.00
0.95
S 40,353.60
S
0.95
95.0%
S 40.363.60
MATERIAL ON HAND- ECONOLITE a WESTERN SYSTEMS ASCS EQUIPMENT
TRAFFIC SIGNAL SYSTEM, COMPLETES 312TH ST A 14TH AVE S i y
0.00
S
S -
000
0.0%
$ -
9
1
LS
$24,104.00
$24,165.00
0.95
S 22,959.60
S
0.95
95.
6 22,959.00
OMOH
MATERIAL ON HAND- ECONOLTE 6 WESTERN SYSTEMS ASCS EQUIPMENT
1
IS
$20,000.00
0.00
f -
6
0.00
OA%f
10
TRAFFIC SIGNAL SYSTEM, COMPLETE- DASH PT RD 8 I ITH PL S
1
LS
$33,643.00
$33,643 00
0.91
S 30,615.13
0.04
$ 1,345.72
0.95
95,0%
S 31,960.85
10MOK
MATERIAL ON HAND -WESTERN SYSTEMS ASCS EQUIPMENT
TRAFFIC SIGNAL SYSTEM, COMPLETE- DASH PT RD 6 16TH AVE S
1
LS
318,000.011
0.00
$
5 -
0.00
0.0%
$
11
1
LB
612.415.00
312.415.00
0.47
$ 5,036.46
DAB
6 5,950.64
095
95.D%
S 11,707.10
12
rRAFFIC SIGNAL SYSTEM, COMPLETE -SR 99 S DASH PT RD
1
LS
$29,389.00
$29,369.00
S29,054
0.95
$ 27,919.55
S -
0,95
95.0%
$ 27,919 55
12MOH
MATERIALON HAND- ECONOLTE S WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$20,000.00
O.OD
S -
S
0.00
0.0%
S -
U
TRAFFIC SIGNAL SYSTEM, COMPLETE -SR 99 A a 276TH 8T
1
LS
620,004.00
0.95
6 27,629A0
S r
0.95
95.0%
6 27A29.80
13MOH
MATERIAL ON HAND -WESTERN SYSTEMS ASCS EQUIPMENT
1
= LS
S21,000.00
0.00
S
S
(- _ -0.00
0.0%
S
14
TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 S S 288TH ST
1
LS
S66,568 00
S66,568.00
092
$ 61.242.55
0.03
S 1,997.04
0.95
95.0%
S 63.239,50
14MOH
MATERIAL ON HAND -WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
S39,00mo
0.00
$ -
$ -
000
0.0%
S -
15
TRAFFIC SIGNAL SYSTEM. COMPLETE- SRO 8 S 304TH ST -
1
LS
338,320.00
$38,320.00
0.05
is 35.404.1111)
f
0.85 --
95.0%
$ 36,404.00
15MOH
MATERIAL ON HAND. ECONOLRE ASCS EQUIPMENT
1
LS
$2.000.00
0.00
6
f
0.00
OA%
S -
16
TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 8 S 300TH ST
1
LS
538.766 00
$38,765.00
0.95
S 35,827,7D
S
095
95.0%
3 36 827.70
16MOH
MATERIAL ON HAND. ECONOLITE 8 WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
S23,000.00
0.00
S -
S
0.00
0.09.
5
17
CSIGNAL SYSTEM,COMPLETE - S 288TH ST 618TH AVE 8
1
LS
$34.063.001
334,063.00
095
$ 32,359A5
f
OAS
OSA%
6 32,35915
1 MMOH
MATERIAL ON HAND-ECONOLITE A, WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
"0.000.0
OAO
S
f
0.00
OAbi
f -
18
TRAFFIC SIGNAL SYSTEM,COMPLETE - S 304TH ST 828TH AVE S
1
LS
327,499.0
S27,4990
0.95
$ 26,124.05
$ -
0.95
95,0%
S 25,124.05
16MOH
MATERIAL ON HAND- ECONOLTE 6 WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
421.000.09
0.00
s -
$ -
0,00
0.0%
$ -
19
TRAFFIC SIGNAL SYSTEM. COMPLETE -MILITARY RD 8 M 6 STAR LAKE RD -
1
LS
632,830.0
$32.836.0
0.86
S 21.2409f
0.09
6 2A55A2
095
05.0%
6 31,198.10
19MOH
MATERIAL ON WAND. ECONOLITE 6 WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$21.000.00
0.00
S -
6
0.00
0A%
6
Pace 2 of
Public Works Department Project: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS Number: 7
Contract Pay Estimate IMPROVEMENTS PHASE 1 B 2 AND PHASE 3 Dale: 1-Oe1-2021
Contractor: NORTHEAST ELECTRIC, LLC Pay Period February l4, 2ir21-sepum6er 39, 2432t
Project Number: 202 6 216 Pm a 202- 1249,293.31
Account: C36202-25500 6 C35215-25500 PO # 006407 Pro10219. 124,4/4Jl0
Kam
No.
CDnlract Bid Item
CURRENT CONTRACT
E1L Oty Unit Unit Pri" Bid Pries
PREVIOUS TOTAL
ON Tot.1 Amount
THIS ESTIMATE
Ouanllit" TotW Ameuel
TO DATE
Ouanthiea Percent Total Amount
20
TRAFFIC SIGNAL SYSTEM, COMPLETE -MILITARY RD S e S 31 ST AVE 5
1
1
1
LS
LS
$16,708.00
$3a,710.00
$15,705.06
$36,716.00
0.60
09,0
S 9,42480
f 33.044.40
0,36
0.05
5 5,497.80
S I,e3s.50
0.95
0.95
95.0%
05.0%
$ 14,822-60
3 34,690.20
21
TRAFFIC SIGNAL SYSTEM, COMPLETE - MILITARY RD S e 5 286TH ST
MATERIAL ON HAND- ECDNOLITE a WESTERN SYSTEMS ASCS EQUIPMENT
21MOH
LS
S25,000.00
0.00
S
f
0.00
0 0%
3 -
22
TRAFFIC SIGNAL SYSTEM, COMPLETE -MILITARY RD 5 d 5 304TH ST
1
LS
f46,761.00
346361.0
0.95
f 44,441.95
S
Q95
95.0%
$ 44.441.05
22MOH
MATERIAL ON HAND- ECONOLITE 6 WESTERN SYSTEMS ASCS EQUIPMENT
1
LS
$15.27e 71
0.00
S -
S -
0.D0
0.0%
5
23
COVID-19 HEALTH 6 SAFETY IMPLEMENTATION PLAN
1
FA
$2,000.00
$2.0000 0
022
3 436.20
f
0.22
21.9%
S 43920
24
PROJECT SIGN(4'X6')
1
-1
EA
L5
51,07674
51.177,82
31.076.74
41,177.62
1.00
$ 1,070.74
3
1.00
100,0%
3 1.076.74
25
MODIFICATION TO VIDEO OETECTION-CREDIT
Plepedy Re51.,.I1e Cwdil
S
-1.0
f (1,177.921
-1.00
100.0%
S 11,17792
25
-1
FA
1 $5,000.01)
45,000,0E
E
S
0.011
5
TOTAL SCHEDULE 1655,906A7 1510,459.11 1240"11 5594,151.2t
TOTAt.SCHE13ULEA40 $1,707,417.70 91,331p3019 $2M757JN 1,,1,0,13r.i
RETARJAQE_ *7k f , 1 _ S ,
`H S 5 C TIOH TQ tie rohit. I rMTED ny rO#J rIZACTOR pAY E31T O LIVERY PREFERENCE ICHECK ONE)
I Nh.
APPROVED BY AUT4_M1240 AkPRE6ENT01TrVE DATE PICK UP AT CITY FINANCE COUNTER
CITY OF FEDERAL WAY PROJECT ENGINEER
1 hereby ecknwfe'dge�that them}�e..hendue endd/ar srtiic. have been ro.ived
n u ✓aa Dn «Nsi-1.1 ■ 1` JranU�ivahese order. 1
epp'#MJ
CITY OF FEDERAL WAY
PUBLIC WORKS DEET-
DATE pyALFOR /I DATE
DATE: Oct 04, 2021
TOTAL RETAINED TO DATE:
TOTAL PAID TO DATE:
i MOD
S1,610,e08as
DJ T11f.l AlllAr� It "6 FOR1Z1H[E. DE pT
Ni;Y7•F EUk RAL PROJECT - 451Tp0{OLD RETAINAGE
f ROM PAYMENT
] NON-PEOf RAL PROJECT- RETAINAGE BOND ON FILE
�. JF50ERAL PROJECT- RETAINAGE DOES NOT APPLY
Page 3.13
Exhibit A
City of Federal Way
SCOOT Adaptive Traffic Control System
Supplement #1
Software for 13 additional intersections (Phase 3)
Item #
Description
I Qty
Unit
Unit Price
Extended Price
1
Project Managmenet
1
LS
2,000.00
2,000.00
2
Furnish and Install ASCT Central
System Software
1
LS
INCLUDED
3
Furnish and Install ASCT Central
System Licensing (SCOOT)
1
LS
INCLUDED
4
SCOOT Software License Pack
(Qty 20)
1
LS
33,992.31
33,992.31
TOTAL 535,99L3i
Exhibit A
City of Federal Way
SCOOT Adaptive Traffic Control System
Supplement #2
System Deployment for 13 additional intersections (Phase 3)
Item #
Description
qty
Unit
unit Price
Extended Price
-
Delete Task 12 from original
agreement
4
Per Year
-$23,176.47
($92,705.88)
1
Project Managmenet1
LS
INCLUDED
2
ur111511ancT ns a - L' Locai
Controller Licensing
13
EA
NA
INCLUDED
3
rumisn and in i X3-Li Local
Controller Hardware
13
1 EA
$4,400.00
$57,200.00
4
Detection Review and Adjustment
1
L5
$13,395.00
$13,395.00
5
. Vstern testing, Configuration,
Fine -Tuning, and Verification
1
LS
$44,293.00
$44,193.00
6
Maintenance and Support (13
intersections)
1
YEAR
$4,365.00
$4,365.00
7
ys em alvionaoring And Neporung
Hardware/ Software
1
LS INA
INCLUDED
8
Train and Documentation
1
LS
$13,125.00
13,125.00
9
Maintenance and Support for
entire system
4
YEAR
$27,541.47
110,165.88
1'o'fAL $149,739.00
CITYWIDE ADAPTIVE TRAFFIC CONTROL SYSTEM -PHASE III
AGENCY CONSTRUCTION MANAGEMENT ESTIMATION
CONSTRUCTION MANAGEMENT
Construction Preparation
Preconstruction Meeting & Prep
Submittal Review
Daily Inspection
Daily Project Management
Project Close Out
Miscellenous Expenditure
PM Inspector Admin Total
$ 200.00 $100.00 $100.00
$0.00
$0.00
$0.00
10 $1,000.00
22 $2,600.00
$0.00
34
Aft
Washington State
Department of Transportation
January 4, 2022
Mr. Edward Walsh
Public Works Director
City of Federal Way
33325 8' Avenue South
Federal Way, Washington 98003
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TrY.1-800-833-6388
www.wsdot.wa.gov
City of Federal Way
Adaptive Traffic Control System — Phase 3
CM-STPUL-9917(031)
FUND AUTHORIZATION
Dear Mr. Walsh:
Enclosed for your information and file is a copy of Supplement Number 3 to Local Agency
Agreement LA-9629 for the above project between WSDOT and your agency.
This supplement modifies the funding for this project to the amounts shown below:
PHASE TOTAL FEDERAL SHARE
Preliminary Engineering $67,349 $55,257
Construction $849,201 $624,742
In addition, this supplement modifies the Project Agreement End Date to December 31, 2025.
All costs exceeding those shown on this agreement are the sole responsibility of your agency. Any
costs incurred after the Project Agreement End Date shown on the supplement are not eligible for
federal reimbursement. In addition, all eligible costs incurred prior to the End Date must be billed
within sixty (60) days of the End Date or they are ineligible for federal reimbursement.
As a condition of authorization, you must show continuous project progress through monthly
billings, until your project is complete. Failure to show continuous progress may result in your
project becoming inactive per 23 CFR 630.106(a) (5) and subject to de -obligation of all federal funds
and agreement closure.
You may proceed with the administration of this project in accordance with your WSDOT approved
Certification Acceptance agreement.
Sincerely,
St&PA4n s- T-A' c
Stephanie Tax
Manager, Program Management
Local Programs
ST Jg:ml
Enclosure
cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
RETURN TO: PW ADMIN EXT: 2700 ID # 4018 h'�'
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Capital Engineering
2. ORIGINATING STAFF PERSON: NaVeen Chandra EXT: 2729 3. DATE REQ. BY: ASAP
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
ICI CONTRACT AMENDMENT (AGP'l: 1 9-151 ❑ INTERLOCAL
m OTHER WSOUT LAA 1+ 9629 =aupPI fF 2
4. PROJECT NAME: Adaptive Traffic Control System Phase 3
5. NAME OF CON-1 R C i OR: WSDOT
ADDRESS: 310 Made Valle Park Avenoe SE, POB 47300 Olympia TLLLPHO NL: 360-706-7000
E-MAIL: FAX:
SIGNATURENAME: Ste hanie Tax TITLE: Ma._nacer, Proa Mngmnt
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # . EXP. / /
7. TERM: COMMENCEMENT DATE: JUIy 12, 2019 COMPLETION DATE: December 312023**
8. TOTAL COMPENSATION: $ NO Chanqe* (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: t P,
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER
❑ DIVISION MANAGER
❑ DEPUTY DIRECTOR
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW DEPT
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
❑ SIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK C-0 2
X ASSIGNED AG # AG# 19-151 B
X SIGNED COPY RETURNED (in Laserfiche) DATE SENT: 01/10/2022
COMMENTS:
EXECUTE " 1 " ORIGINALS
Move PE funds to CN " Extends completion date
1/2020
TroWashington State Agency Agreement Local A Supplement
Department of Transportationg Y 9 pp
Agrancy Supplement Number
City of Federal Way 2
Fe:fzral Aid Project IVurrber. ti4J��e r i,r h.rrii _r CFDA No. 20.209
i c7-aft 7(031) LA 9629 i;C;3talog of Federal Domestic Assistance)
The Local Agency requests to supplement the agreement entered into and executed on July 25, 2017
All provisions in the basic agreement remain in effect except as modified by this supplement.
The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment
(2 CFR Part 180). Additional changes to the agreement are as follows:
Project Description
Name Citywide Adaptive Traffic Control System Phase 3 Length n/a
Termini N/A
Description of Work ✓ No Change
Reason for Supplement
Move PE funds to CN.
Are you claiming indirect cost rate? Yes ✓ No Project Agreement End Date December 31, 2023
Does this change require additional Right of Way or Easements? ❑ Yes ✓ No Advertisement Date: October 4, 2019
Estimate
of Funding
(�)
2
()
(3)
(4)
(5)
Type of Work
YP
Previous
Supplement
Estimated Total
Estimated Agency
Estimated Federal
AgreementlSu I.
project Funds
Funds
Funds
PE
o a Agency
_ _..
0.00
b. Other>;
A0.00
<ac
Federal Aid
Parlicipation c.Other
10.00
Ratio for PE
d t to
0.00
e. Total PE Cost Estimate (a+ +c+
0.00
0.00
0.00
0.00
0.00
Right of 4Va yo
ugeUy0.00
a. Other
0.00
Federal Aid
h. her
0.00
Participation
Ratio for RW
i. State
0.00
Total R/W Cost Estimate f+ +h+i
0.00
0.00
0.00
0.00
0.00
Constructiono
k. Contract
0.00
(.Other
0.00
M. Other
0.00
Federal Aid
n. Other
0.00
Participation
Ratio for CN
o. A ency
0.00
p-State _
1
0.00
q. Total CN Cost Estimat +
0.00
0.00
0.00
0.00
0.00
Ir. Total Project Cost Estimate a+i+
0.00 0.00 �-
0.00
0.00
0.00
The Local Agency turther 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 apltli ;a!al provisions.
Agency,01icial WashingtonAtatp Departme eit of Transportation
By
Title -rlt Ferrell, Mayor lql; Director, Local rogram 1VV!
Date Executed MAR 2 5 2020
DOT Form 140-041 Page 1
Revised 03/2019
1• v Sup;r:cnlc,rE +!u r b :r
CiLy of Federal Way 12
i, ral iw.i -'i-VlectNumber 1 i r : r E sd "1t C ')` No. 20.205
CM-9917(031) LA 9629 (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).
VI1. 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 0312019
'�tfes��ng4n�-sa �i4,^�tm
43a�lr4�ra ;ref �f '�1s1(Ss taatlrra
Federal Aid Nubmer: CM-9917(031)
Agreement Number. LA 9629
Project Title: Citywide Adaptive Traffic Control System Phase 3
Supplement Number
d Type of Work
9
Estimate of Funding
(1)�
PREVIOUS AGREEMENT(
SUPPLEMENT
(2)
(3)
ESTIMATED TOTAL
PROJECT FUNDS
(4)
ESTIMATED
(5)
ESTIMATED
FEDERAL FUNDS
P.E. a. Agency:
86.5% b. Consultant
Federal Aid c. Consultant (Prof Svcs software)
c1. Other (non participating)
d State
e Total PE Cost Est. (a thru e)
$4,000
$4.000
$540
$3,460
$78.000
-$51,478
$26,522
$3,580
$22,942
$113.532
-$77.539
$35,993
$4.859
$31.134
$3.468
$1468
$468
$1.000
$1.000
1 $135
$865
$200,000
($129,017)
$70,983
$9,583
$58.400
Right of Way f Agency
% g Other
Federal Aid h Other
Participation I State
Ratio for RW I Total RAW Cost Est. (f thru j)
Construction k Contract (DETECTION, COMM, CCTV)
86.5131I0 k1 Contract (System Procurement)
Contract (Non Participating System
Federel Aid k4 ProcuremendDeployment)
k3 Contract (Detection, comm,CCTV) non part.
rIn!c p.ainlr o Consultant
[Rit , for CN of Agency
p State (State Funds)
q Total Const. Cost Est. (h thru pi
$355,000
$168,874
$523.874
$70.723
$453.151
$189,595
439,857
$149,738
$20,215
$129,523
$10.405
-$10.405
$136,126
$136.126
$136.126
$20,000
$20,000
$2,700
$17.300
$20,000
$20,000
$2,700
$17.300
$5.000
$5.000
$675
$4.325
$600,000
$254,738
$854,738
$233,139
$621,599
r.Total Project Cost Estimate (e+j+q)l
$800,000
$125,721
$925,721
$242.721
$680,000
AML
� Washington Statew/A department of Transportation
April 1, 2020
Mr. Edward Walsh
Public Works Director
City of Federal Way
33325 81h Avenue South
Federal Way, Washington 98003
Dear Mr. Walsh:
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY: 1-800-833-6388
www.wsdot.wa.gov
City of Federal Way
Adaptive Traffic Control System - Phase 3
CM-STPUL-9917(031)
FUND AUTHORIZATION
Enclosed for your information and file is a copy of Supplement Number 2 to Local Agency
Agreement LA-9629 for the above project between WSDOT and your agency.
This supplement modifies the funding for this project to the amounts shown below:
PHASE TOTAL FEDERAL SHARE
Preliminary Engineering $70,983 $58,401
Construction $854,738 $621,599
All costs exceeding those shown on this agreement are the sole responsibility of your
agency. Any costs incurred after the Project Agreement End Date shown on the
supplement are not eligible for federal reimbursement. In addition, all eligible costs
incurred prior to the End Date must be billed within sixty (60) days of the End Date or
they are ineligible for federal reimbursement.
As a condition of authorization you must show continuous project progress through monthly
billings, until your project is complete. Failure to show continuous progress may result in
your project becoming inactive per 23 CFR 630.106(a) (5) and subject to de -obligation of all
federal funds and agreement closure.
You may proceed with the administration of this project in accordance with your WSDOT
approved Certification Acceptance agreement.
Sincerely,
St� TAX
Stephanie Tax
Manager, Program Management
Local Programs
ST.jg:ml
Enclosure
cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
RETURN TO: PW ADMIN EXT: 2700 ID #:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV:
ORIGINATING STAFF PERSON: SARAH HAMEL EXT: 2720 3. DATE REQ. BY:8/5/19
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
X OTHER WSDOT LAG LA-9629
I. PROJECT NAME: ADAPTIVE TRAFFIC CONTROL SYSTEM PHASE 3
�. NAME OF CONTRACTOR: � C�+�
ADDRESS: -, l fls h A CA 1, D \ICt � 01-i
SIGNATURE NAME:
FAX:
TITLE:�'Y�I "ric`1T71J7�scl1
�. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL EXgqP. 12/31/ UBI # , EXP. J //
F�/ TERM: COMMENCEMENT DATE: Y COMPLETION DATE: /l
i. TOTAL COMPENSATION: $ ^ } yZ1,1 r]Y ]VY - L awn-) NCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: S
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO:
I. DOCUMENT / CONTRACT REVIEW
❑ PROJECT MANAGER
❑ DIVISION MANAGER
❑ DEPUTY DIRECTOR
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
❑ LAW DEPT
INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
O. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
X LAW DEPT
❑ SIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
X ASSIGNED AG #
❑ SIGNED COPY RETURNED
❑ RETURN ONE ORIGINAL
:OMMENTS:
EXECUTED WSDOT LAG PLEASE REVIEW AND ASSIGN AG #
A(N;
DATE SENT:
inniR
Adlbk
Washington State
Department of 'Transportation
July 18, 2019
Mr. Edward Walsh
Public Works Director
City of Federal Way
33325 8' Avenue South
Federal Way, Washington 98003
City of Federal Way
Adaptive Traffic Control
System — Phase 3
CM-9917(031)
FUND AUTHORIZATION
Dear Mr. Walsh:
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY:1-800-833-6388
www.wsdot.wa.gov
We have received FHWA fund authorization, effective July 17, 2019, for this project as follows:
PHASE TOTAL
Preliminary Engineering $200,000
FEDERALSHARE
$170,000
As a condition of authorization you must show continuous project progress through monthly billings,
until your project is complete. Failure to show continuous progress may result in your project becoming
inactive per 23 CFR 630.106(a) (5) and subject to de -obligation of all federal funds and agreement
closure.
Enclosed for your information and file is a fully executed copy of Local Agency Agreement LA-9629
between WSDOT and your agency. All costs exceeding those shown on this agreement are the sole
responsibility of your agency. Any costs incurred after the Project Agreement End Date shown on the
agreement are not eligible for federal reimbursement. In addition, all eligible costs incurred prior to
the End Date must be billed within sixty (60) days of the End Date or they are ineligible for federal
reimbursement.
FHWA requires projects utilizing federal funds for preliminary engineering or right of way to advance to
construction. If this project is unable to proceed to construction, any expended federal funds must be
repaid.
WSDOT authorization to proceed with right of way and/or construction is contingent upon receipt and
approval of your environmental documents.
You may proceed with the administration of this project in accordance with your WSDOT approved
Certification Acceptance agreement.
Sincere
Stephanie ax
Manager, Program Management
Local Programs
ST.jg:ml
Enclosure
cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
AdIbL
Washington State
wo Department of Transportation
Agency City of Federal Way
Address 33325 8th Ave South
Federal Way, WA 98003-6325
it N1 1(1A(
Local Agency Agreement
CFDA No. 20.205
(Cataiog or Federal Domestic Assistance) 1-7 (C-SProject No. —Lj
Agreement No. Q 7 6 `
For OSC WSDOT Use Onlv
The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S. Code
Highways, (2) the regulations issued pursuant thereto, (3) 2 CFR Part 200, (4) 2 CFR Part 180 - certifying that the local agency is not
excluded from receiving Federal funds by a Federal suspension or debarment, (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 Adaptive Traffic Control System Phase 3
Termini various
Description of Work
See attached.
Project Agreement End Date December 31, 2021
Proposed Advertisement Date n/a
Type of Work
RE a. Agencv
86.5 % b.-Other SEE ATTACHED FUNDING
Federal Aid c. Other TABLE
Participation d. State
Ratio for PE �. — - -
e. Total PE Cost Estimate f3+utc* ,
Right of IdVay f. Agency J
Federal Aid -
Participation n,_Qther
Ratio for RW t=5tte..
i- Total R1U1
Construction k. _Contract
% I- Other
m-Dther
Federal Aid n. Other
Participation a Agency -
Ratio for CN
p S[ate_
r. Total PrWect Cost Estimate (e+i++q)
Agency.[3 icial
By �
Titl
tna Ferrell, Mayor
Length n/a
Claiming Indirect Cost Rate
❑ Yes ✓ No
Estimate of 1=undin
(�) (2) (3)
Estimated Total Estimated Agency Estimated Federal
erect Funds Funds Funds
0.00 10.00 10.00
0.00 10.00 10.00
0.00 10.00 10,00
0.00 0.00 0.00 _
Washington..St to Depc A of Transportation
Director, Local`Programs
Date Executed JUL 12 2019
DOT Form 140-039
Revised 03/2019
Page 1
Construction Method of Financing (Check Method Selected)
State Ad and Award
Method A - Advance Payment - Agency Share of total construction cost (based on contract award)
Method B - Withhold from gas tax the Agency's share of total construction coast (line 5, column 2) in the amount of
$ at $ per month for months.
Local Force or Local Ad and Award
v( Method C - Agency cost incurred with partial reimbursement
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and
as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions
set forth below. Adopted by official action on
January, 2 , 2019 , Resolution/Ordinance No. Resolution 19-747
Provisions
I. Scope of Work
The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set
forth in detail in the "Project Description" and "Type of Work."
When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the
services described and indicated in "Type of Work" on the face of this agreement, in accordance with plans and specifications as
proposed by the Agency and approved by the State and the Federal Highway Administration.
When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform
the work subject to the ordinary procedures of the State and Federal Highway Administration.
II. Delegation of Authority
The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees
that the State shall have the full authority to carry out this administration. The State shall review, process, and approve documents
required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the
State will further act for the Agency in all matters concerning the project as requested by the Agency. If the Local Agency advertises and
awards the project, the State shall review the work to ensure conformity with the approved plans and specifications.
III. Project Administration
Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the
Type of Work above. In addition, the State will furnish qualified personnel for the supervision and inspection of the work in progress. On
Local Agency advertised and awarded projects, the supervision and inspection shall be limited to ensuring all work is in conformance
with approved plans, specifications, and federal aid requirements. The salary of such engineer or other supervisor and all other salaries
and costs incurred by State forces upon the project will be considered a cost thereof. All costs related to this project incurred by
employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project.
IV. Availability of Records
All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance
with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of
Transportation, and the Washington State Department of Transportation. The records shall be open to inspection by the State and
Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than
three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and/or
Federal Government upon request.
V. Compliance with Provisions
The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing
by the State for each classification. The classifications of work for projects are:
1. Preliminary engineering.
2. Right of way acquisition.
3. Project construction.
Once written authorization is given, the Agency agrees to show continuous progress through monthly billings. Failure to show
continuous progress may result the Agency's project becoming inactive, as described in 23 CFR 630, and subject to de -obligation of
federal aid funds and/or agreement closure.
If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the
close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized, the Agency will repay to
the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX).
If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year
following the fiscal year in which the right of way phase was authorized, the Agency will repay to the State the sum or sums of federal
funds paid to the Agency under the terms of this agreement (see Section IX).
DOT Form 140-039 Page 2
Revised 03/2019
The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this
project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways,
even though such additional work is financed without federal aid participation.
The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated
damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete
the contract within the contract time.
VI. Payment and Partial Reimbursement
The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency
and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part
200. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all
costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as
a promise by the State as to the amount or nature of federal participation in this project.
The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency
shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the
Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation
unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin
Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit.
The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for
reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to
this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see
Section IX).
1. Project Construction Costs
Project construction financing will be accomplished by one of the three methods as indicated in this agreement.
Method A — The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the
amount of the Agency's share of the total construction cost based on the contract award. The State will notify the Agency of the exact
amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings
from the contractor. Following such payments, the State will submit a billing to the Federal Government for the federal aid participation
share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will
present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by
either a payment from the Agency to the State or by a refund from the State to the Agency.
Method B — The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its
monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact
amount to be withheld each month. The extent of withholding will be' confirmed by letter from the State at the time of contract award.
Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its
participating portion of such billings.
Method C — The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once
per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable
to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be
eligible for Federal participation unless claimed under a previously approved indirect cost plan.
The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this
agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the
Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the
State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX).
VII. Audit of Federal Consultant Contracts
The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible
federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal
Government.
An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing
standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual
M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and
FHWA; and 2 CFR Part 200.501 - Audit Requirements.
If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall
reimburse the State for the amount of such overpayment or excess participation (see Section IX).
Vill. Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all
applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources
during a given fiscal year shall have a single or program -specific audit performed for that year in accordance with the provisions of 2
CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted
promptly to the State.
DOT Form 140-039 Page 3
Revised 03/2019
fX. 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 60 days after the Project Agreement End Date or they
become ineligible for federal reimbursement.
X. Traffic Control, Signing, Marking, and Roadway Maintenance
The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project
without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs,
signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency
will, at its own expense, maintain the improvement covered by this agreement.
XI. Indemnity
The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense
all claims, demands, or suits, whether at law or equity brought against the Agency, State, or Federal Government, arising from the
Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract•
connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED,
nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to
persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State.
XII. Nondiscrimination Provision
No liability shall attach to the State or Federal Government except as expressly provided herein.
The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT-
assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency
shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of
USDOT-assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT,
is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the
Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under
18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S. C. 3801 et seq.).
The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification
thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is paid for in whole or in part with
funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan,
insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee,
the required contract provisions for Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines.
The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment
practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local
Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government
which does not participate in work on or under the contract.
The Agency also agrees:
(1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal
opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor.
(2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the
State in the discharge of its primary responsibility for securing compliance.
(3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with
a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction
contracts pursuant to the Executive Order.
(4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors
and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the
Executive Order.
In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the
following actions:
(a) Cancel, terminate, or suspend this agreement in whole or in part;
(b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal
occurred until satisfactory assurance of future compliance has been received from the Agency; and
(c) Refer the case to the Department of Justice for appropriate legal proceedings.
DOT Form 140-039 Page 4
Revised 03/2019
• Kill. Liquidated Damages
y
The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to
the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within
the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in
accordance with this paragraph.
XIV. Termination for Public Convenience
The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in
part, whenever:
(1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise.
(2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with
respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of
the State with respect to the preservation of energy resources.
(3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining
order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of
persons or agencies other than the contractor.
(4) The Secretary is notified by the Federal Highway Administration that the project is inactive.
(5) The Secretary determines that such termination is in the best interests of the State.
XV. Venue for Claims and/or Causes of Action
For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency
has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the
Superior Court for Thurston County.
XVI. Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
The approving authority certifies, to the best of his or her knowledge and belief, that:
(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or
attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or
an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the
making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to
influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee
of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit the Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at
all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements) which
exceed $100,000, and that all such subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.
Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S.
Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
XVII. Assurances
Local agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway Administration,
Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency
Executive and addressed to the State, documenting that all programs, activities, and services will be conducted in compliance with
Section 504 and the Americans with Disabilities Act (ADA).
Additional Provisions
DOT Form 140-039 Page 5
Revised 03/2019
rA lir : Gun- a9 e -�' t)
Local Agency Agreement : -- t.,, A —
City of Federal Way °°
Adaptive Traffic Control System Phase 3
Description:
This project will provide for the implementation of an adaptive traffic control system, including systems
engineering, design, construction, and implementation. The project will be focused on the corridors
between the designated Federal Way Urban Center and SeaTac Urban Center, and will upgrade
communications to support the system, install closed-circuit surveillance cameras, and implement
adaptive control at 13 intersections.
Washington Mato
@apartment of Transportation
AC, emcy
Federal Aid Nubmer :
Agreement Number
Project Title
Supplement Number:
FP_ e_e_4L_ w4V PvL
L-A-q(o2q-p44
J>APT) VE, TQ}FFrI C- Gbnl"MoL 515"i -M - 4F#4sc 3
K
Type of Work
(1)
ESTIMATED TOTAL
PROJECT FUNDS
(2)
ESTIMATED
AGENCY FUNDS
(3)
ESTIMATED
FEDERAL FUNDS
P.E.
86.5%
Federal Aid
a.
b.
c.
c1.
d
e
Agency:
Consultant
System/Software Deployment
System/Software Deployment (non•
participating)
State
Total PE Cost Est. (a thru e)
$4,000
$540
$3,460
$78,000
$10,530
$67,470
$113,532
$15,327
$08,205
$3,468
$3,468
$1,000
$135
$865
$200,000
$30,000
$170,000
Right of Way
%
Federal Aid
Participation
Ratio for RW
f
g
h
i
j
Agency
Other
Other
State
Total R/W Cost Esf f thru j)
Construction
86.5%
Federal Aid
Participation
Ratio for CNI
k
k1
m
o
o1
p
q
Contract
Contract (State Funds)
Contract (Non -Participation)
Consultant (CM Non Participant)
Consultant (CM STPUS)
State (State F,Jnds)
Total Const. Cost Est. (k thru p)
r.Total Project Cost Estimate (e+j+q)
$200,000
$30,000
$170,000