Loading...
AG 15-055 RETURN TO: EXT: 7 3 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ST 2. ORIGINATING STAFF PERSON: I Ai /AA /,J EXT: 3. DATE REQ.BY: 4. 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 . CONTRA 'MEND E T(AG#): I '!J ❑ INTERLOCAL dTHER Jam.' 14II / AIWA! 5. PROJECT NAME: 32 SF" ( a aiiin g -in 3 3 2.2-4051 gds v 6. NAME OF CONTRACTOR:1 �� ` ADDRESS: TELEPHONE: E-MAIL: y FAX: SIGNATURE NAME:.S �Q�`G inel� JK. TITLE: 7. 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. / / _ 8. TERM: COMMENCEMENT DATE: , $j% �•:� 14&. COMPLETION DATE: 1>U_, 31 ) 1-01-7 9. TOTAL COMPENSATION:$ 1/I/1 L / / ' ,I (INCLUDE EXPENSES AND SALES TAX,IF ANY) OF CALCULATED ON HOURLY LABOR CH. E-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 ❑ PURCHASING: PLEASE CHARGE To: 3OC 4I-1-t "("`n 6 '30 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED ❑ PROJECT MANAGER WtoDIVISION MANAGER ❑ EPUTY DIRECTOR if I '' C DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ❑ LAW DEPT 11. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ❑SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: a/ S TTACH: SIGNATURE AUTHORITY,INSURANCE CERTIFICATE,LICENSES,EXHIBITS INITIAL/DATE SIGNED ❑ LAW DEPT �Q ❑ CHIEF OF STAFF SIGNATORY(MAYOR O IRECTOR) �/ IUASSIGNED AG# AG# IS-- � "� I I XSIGNED COPY RETURNED DATE SENT: OJ Notts ❑RETURN ONE ORIGINAL EXECUTE TS: ORIGINALS NO LA-L R IL1. ' a v I Jokn 1/15 t AGENCY WiWashington State Department of Transportation Local Agency Agreement Supplement Agency Supplement Number City of Federal Way 1 Federal Aid Project Number Agreement Number CFDA No. 20.205 STPUL-1022(003) LA-8532 (Catalog of Federal Domestic Assistance) The Local Agency requests to supplement the agreement entered into and executed on January 28,2015 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 S 324th Street(Pacific Highway S to S 322nd Street) Preservation Length 0.54 Termini Pacific Highway South to S 322nd Street - Description of Work © No Change Reason for Supplement Obligation of Construction Funds Are you claiming indirect cost rate? ❑Yes © No Project Agreement End Date December 31, 2017 Does this change require additional Right of Way or Easements? ❑Yes El No Advertisement Date: June 20. 2015 Estimate of Funding TypeT of Wk (1) (2) (3) (4) (5) o or Previous Supplement Estimated Total Estimated Agency Estimated Agreement/Suppl. Project Funds Funds Federal Funds PE a.Agency 93,556.00 93,556.00 12,630.00 80,926.00 86.5 % b.Other Agency Non-particpating 5,954.00 .._ 5,954.00 5,954.00 c.Other Consultant 7,490.00 7,490.00 1,011.00 6,479.00 Federal Aid d.State 3,000.00 405.00 2,595.00 Participation ---- 3,000.00 —_.. Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 110,000.00 110,000.00 20,000.00 90,000.00 Right of Way f.Agency _ % g_0ther Federal Aid h. Other Participation --Ratio for RW i.State j.Total R/W Cost Estimate(f+g+h+i) Construction k.Contract 486,210.00 486,210.00 65,638.00 420,572.00 I. Other Contr.Non-participating 1 182,966.00 182,966.00 182,966.00 --------------------- --- - - 86.5 % m.Other Testing 15,000.00 15,000.00 2,025.00 12,975.00 Federal Aid n.Other Participation o.Agency 73,824.00 73,824.00 9,966.00 63,858.00 Ratio for CN p,State I 3,000.00 3,000.00 405.00 2,595.00 q.Total CN Cost Estimate(k+l+m+n+o+p) 761,000.00 761,000.00• 261,000.00 500,000.00 r.Total Project Cost Estimate(e+j+q) 110,000.00 761,000.00 871,000.00 281,000.00 590,000.00 The Local At-ncy further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment , he Federal funds . ated, it accepts and will comply with the applicable provisions. Age cy O ial Washing on State ep rtment of Tran ' ortation By -_-_ !, - S---- -\\XJA.u.k.d.e\, By - - - Title _ Marw:n Salloum, Public Works Director Director,Local Programs - ---- -- MAY 12 2015 For: Moor Date Executed DOT Form 140-041 Page 1 Revised 04/2015 iNgency Supplement Number City of Federal Way 1 Federal Aid Project Number Agreement Number CFDA No. 20.205 STPUL-1022(003) LA-8532 (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. 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. 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 of 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. 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 04/2015 RETURN TO: ` rzg,t A PXT: a` ' , I).1 z(dp49 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS 2. ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE RE .BY:ASAP 4. 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 ❑ OTHER LOCAL AGENCY FEDERAL AID PROSPECTUS AND LOCAL AGENCY AGREEMENT 5. PROJECT NAME:S 324TH STREET(PACIFIC HIGHWAY S TO S 322ND STREET)PRESERVATION PROJECT 6. NAME OF CONTRACTOR:WSDOT ADDRESS:ED CONYERS,WSDOT H&LP,NW REGION,PO Box 330310,SEATTLE,WA 98155 TELEPHONE:206-440-3585 E-MAIL:CONYERE@ WSDOT.WA.GO V FAX: SIGNATURE NAME:KATHLEEN DAVIS TITLE: DIRECTOR 7. 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. UBI# ,EXP 8. TERM: COMMENCEMENT DATE:UPON EXECUTION COMPLETION DATE:UPON COMPLETION 9. TOTAL COMPENSATION:$590,000 TO CITY (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: $17,215.33(UNCHANGED) IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY ❑ PURCHASING: PLEASE CHARGE To:306-4400-196-595-30-* 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED )ZI PROJECT MANAGER /M/5- $t DIVISION MANAGER l I-t g DEPUTY DIRECTOR Fd DIRECTOR tj!���_ 1Xli_ ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT 4, M .FAM 11. COUNCIL APPROVAL(IF APPLICAB LE) COMMITTEE APPROVAL DATE: /2- f/11 COUNCIL APPROVAL DATE:0/4/A-S— 12. CONTRACT'SIGNTURE RO TING r ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 1112-)IS DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY,INSURANCE CERTIFICATE,LICENSES,EXHIBITS ,�,j,, , �I INITT�IAAL!DATE SI NED /G�J o LAW❑ SIGNADTORY(lLA?OR'llIRECTOR) .471 W a i / •� ❑ CITY CLERK AG# G' VVV SIGNED CO PY RETURNED DATE SENT: 0'■ 'L r ❑RETURN ONE ORIGINAL COMMENTS: EXECUTE" 2 OR GINALS Q 1—✓C/ gKe c- fri rC,r�L ,tt_ Grr Silks , s f I 'k See faik- des w. .�U (oi'ec4 ;oKf 4 5 p 4- AptietmAk. ; Aitztl,17 11/9 Washington State i/ e of Transportation Local Agency Agreement Agency City of Federal Way ���''" �� CFDA No. 20.205 (Catalog of Federal Domestic Assistance)/ Address 33325 8th Avenue South Project No. 51f.) bad—Assistance)/ Federal Way, WA 98003-6325 L 85 5 a Agreement No. For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in(1)Title 23,U.S. Code Highways, (2) the regulations issued pursuant thereto, (3) 2 CFR 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 S 324th Street(Pacific Highway S to S 322nd Street) Length 0.54Miles Termini Pacific Highway South to S 322nd Street Description of Work The improvements of S 324th Street(Pacific Highway S to S 322nd Street)will be a Hot Mix Asphalt(HMA)overlay including upgrade of facilities to meet American Disabilities Act(ADA) standards,pavement repair and pavement markings. Proposed Advertisement Date: June 2015 Estimate of Funding Type of Work (1) (2) (3) Estimated Total Estimated Agency Estimated Project Funds Funds Federal Funds PE a.Agency 93,556.00 12,630.00 80,926.00 86.5 % b. Other (Non-Participating) 5,954.00 5,954.00 c.Other Consultant 7,490.00 1,011.00 6,479.00 Federal Aid d.State 3,000.00 405.00 2,595.00 Participation Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 110,000.00 20,000.00 90,000.00 Right of Way f.Agency g. Other h. Other Federal Aid - Participation i.State _ Ratio for RW j.Total R/W Cost Estimate(f+g+h+i) Construction k.Contract I. Other m. Other n. Other o.Agency _ _— —-- — Federal Aid p.State Participation — -- — - — — Ratio for CN q.Total CN Cost Estimate(k+l+m+n+o+p) r.Total Project Cost Estimate(e+j+q) 110,000.00 20,000.0 90,000.00 Agency icial Washington State ep:rtment of Trisportation MIFF By By eztp.-t-d Title m /F�errell, Mayor Director of Local Progra s JAN 2 2015 / )-F �j Date Executed DOT Form 140-039 E / 1 Revised 03/2014 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 January 6 2015 , Resolution/Ordinance No. Resolution 15-675 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: I.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 EF 2 Revised 03/2014 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. 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 by the Director of Local Programs. DOT Form 140-039 EF 3 Revised 03/2014 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. 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. DOT Form 140-039 EF 4 Revised 03/2014 i Kent City of S 272nd St Federal Way . `, 4 Des m9 Moines O N / J 9mo o C.,a a S 288th St o T 1 A y y s f/ Q /' N un •p S 304th St GP at cn co L D SW 312th at S 312th St w SWpas' SW 320th St SW 320th St S 320th St 3 u) u) > 3 Auber o� Co Q ID Q v 4t t e'a ?. a q to N V e ol 9 43h o• ore Pkwy SW Can) race rya pG S 336th St 4.Or NI,,616 fA L S 348th St to Project Area a H 7 _____-/ 7 v d 2 m o� co S 320th St Q 4 f4 al a � a. a CO a N � rat* F S 324th St S Fdgewooe I alik ury Of Federal Way S 324th Street (Pacific Highway South to S 322nd Street) City Center Preservation Project This map is intended for use as a graphical representation. Map Date:4/3014 The City of Federal Way makes K.STSEETSVGSANTS`.Grant AnoticatioasA2a-14Ereseruation- - ---- no warranty as to its accuracy. El ir21•17.4 IA 4cliiiiill— ri, ,., E 8' 1 0' 1 1 ' 1 1 ' _}-r 10' 6'....f. Sidewalk Sidewalk 42' NOTES: 2 i" OVERLAY NTS REV:Dec 2014 PUBLIC �"®D DWG. NO. Federal]7a9 WORKS S 324th Street S 324th Street(Pacific Highwawy S to S 322nd Street) Preservation Project Cost Estimate for Design -Total $110,000.00 Agency Costs Item Discipline Hours Avg. Rate of Estimated Pay Cost 1 Project Management 100 $65.00 $6,500.00 2 Quality Assurance/Quality Control 77 $58.22 $4,482.94 3 Base mapping 100 $45.16 $4,516.00 6 Preliminary Layout 200 $45.16 $9,032.00 7 Environmental 50 $58.22 $2,911.00 8 Community and Agency Coordination 50 $58.22 $2,911.00 9 Final Design 750 $58.22 $43,665.00 10 Plan Production 450 $45.00 $20,250.00 11 Assistance During Bidding 60 $58.22 $3,493.20 Totals $97,761.14 Reimbursable Reproduction $1,298.86 Utility Locates $450.00 Total $1,748.86 Total Agency Costs $99,510.00 Consultant Costs NEPA ECS $3,000.00 Survey $4,490.00 Toal Consultants $7,490.00 State Costs Design and Materails Review $3,000.00 Total Cost $110,000.00