Loading...
AG 15-128RETURN TO: V f ,re.p /,i .e., EXT: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / -r c _ tb1N% . 2. ORIGINATING STAFF PERSON: ,IrO J\ �OOvn EXT: Zc3 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 CONTRACT AMENDMENT (AG #): i Ste. 12•$ ❑` INTERLOCAL i K OTHER L..00 DA 1. %.∎ C.� ckgr lkinkVV�� %Njoeiik%tvvyLv lAtj. 22,.1 5. PROJECT NAME: G .»■1� �Jth,WAQ V1 `�0Vi P W► ' W) �'SJ' ► O 6. NAME OF CONTRACTOR: \3444miert. 1�G7Ca.` (b (C�1N1i ADDRESS: WI �WM-MO Sl.aL 4 it W A S9�'1 - °lh0 TELEPHONE:'j„O�. �t�i�. `t'�r3�p E -MAIL: Sesp•le�v4 (� uamoc°�C. VGA• GOV FAX: SIGNATURE NAME:' L %etia "\ 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: 3/30/49 COMPLETION DATE: % /5e/.2ao (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABBG C ARGE ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 9. TOT AL COMPENSATION: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE To: 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER DIVISION MANAGER ❑ DEPUTY DIRECTOR DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ]i LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) INITIAL / DATE ' VI WED INITIAL / DATE APPROVED &p wAr,' Z, r COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING 6/1 (49 SENT TO VENDOR/CONTRACTOR DATE SENT: � ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL/ DATE SIGNED ❑ LAW DEPT ❑ CHIEF OF STAFF ,,SIGNATORY (MAYO R DIRECTOR) ❑ CITY CLERK i ASSIGNED AG # XSIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE "L" ORIGINALS • DATE SENT: 5-5-4) w o r f o r - CA"vvo 1r IMVIt i( ' • DATE REC'D: 12'1 (IV 1/15 Local Agency Agreement Supplement Agency City of Federal Way Supplement Number 2 Federal Aid Project Number HSIP- 000S(409) Agreement Number LA 8660 CFDA No. 20.205 (Catalog of Federal Domestic Assistance) The Local Agency requests to supplement the agreement entered into and executed on May 29, 201 All provisions in the basic agreement remain in effect except as modified by this supplement. The change to the agreement are as follows: Project Description Name Citywide Flashing Yellow Arrow Retrofits Length N/A Termini N/A Description of Work ✓ No Change Reason for Supplement Add consultant construction management services. Are you claiming indirect cost rate? Yes ✓ No s this change require additional Right of Way or Easements? Project Agreement End Date 9/30/2018 Yes ✓ No Advertisement Date: 11/2015 Type of Work Estimate of Funding (1) Previous Agreement/Suppl. 14,500.00 2 Supplement (3) Estimated Total Project Funds 14,500.00 (4) Estimated Agency Funds 1,450.00 (5) Estimated Federal Funds 13,050.00 PE a. Agency 90 % b. Other 150,000.00 150,000.00 15,000.00 135,000.00 Federal Aid c. Other 0.00 Participation Ratio for PE d. State 500.00 500.00 50.00 450.00 e. Total PE Cost Estimate (a+b+c+d) 165,000.00 0.00 165,000.00 16,500.00 148,500.00 Right of Way f. Agency 0.00 g. Other 0.00 Federal Aid h. Other 0.00 Participation Ratio for RW i. State 0.00 j. Total R/W Cost Estimate (f- iii+h+i) 0.00 0.00 0.00 0.00 0.00 Construction k. Contract 693,749.00 - 100,000.00 593,749.00 0.00 593,749.00 100 °/0 I. Other - Consultant 0.00 100,000.00 100,000.00 0.00 100,000.00 m. Other 0.00 Federal Aid n. Other 0.00 Participation Ratio for CN 0. Agency 66,851.00 66,851.00 66,851.00 p. State 4,500.00 4,500.00 4,500.00 q. Total CN Cost Estimate (k+l+m+n+o+p) 765,100.00 0.00 765,100.00 0.00 765,100.00 _ r. Total Project Cost Estimate (e+i+gl 930,100.00 0.00 930,100.00 16,500.00 913,600.00 The Lo al Agenc conditiok to pay Ag ncy ial By Title Marwa her stipulates that pursuant to said Title 23, regulations and policies and procedures and as a he Federal funds obligated, it accepts and will comply with the applicable provisions. ent of Salloum, PE - Public Works Director DOT Form 140 -041 Revised 05/2015 Washington ' e Department i f Transportation By Director, Local '• rogram Date Executed MAR 3 fl 2016 Page 1 Agency City of Federal Way Supplement Number 2 Federal Aid Project Number HSIP- 000S(409) Agreement Number LA 8660 CFDA No. 20.205 (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 Govemment. 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 Govemment. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin. Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27 -50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program - specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. XVII. Assurances Local Agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities and services will be conducted in compliance with Section 504 and the Americans with Disabilities Act (ADA). DOT Form 140 -041 Page 2 Revised 05/2015 0 0 • - . l d a m ▪ E O o • c • `° 0 M J L C Q o co z o O c co 0 = V L H 0 O as Q, LL as E tn y,d t7 O HSI P- 000S(409) ko 00 CI gFig T ▪ ro a, a, O • O no E E c 7 7 ,C Z Z u Y c a, a, 0 O a, L a v 0 'O • o Q Q 7 i O Z O M LL > 0 16 0 u of 0. rn c c 4. o u u n a, a c a▪ r E u O N o a01, 00 = o OA 0 w au▪ , To' 0 O rp O O m i 4-, O 411. a a/. Total Other - CONSULTANT Construction Management Services Costs for Construction Costs for Construction Management & Construction inspections a, 0: Project Administrative 0 ro a v d c 0 7 u0 .N1 d' ✓ -4 00 N N .-1 0• 000 N Preconstruction Services LL N a, u a, 7; u c o Y O 00 j ♦+ = L = u • = E O s o • CO t O U u c vii �n N a, ▪ c' O 2 u �.+ = d 00 u E TTc a, j '0 '0 L 0 140000. 00 N O m in 0 I 44 M L!1 t0 00 M m n N O m Total Hours = 4.4 .1 1 0 of Total Cost = $ Construction Management costs are based on previous labor hours to perform similar work. • • -• E a, on co c to 2 c 0 c 0 u L ,° N 0 u 0.1 N E , w w O w CL O 0 v Z c M J ti N O u o a N Y a) u E. E a' 0) 00 f0 2 L) c 0 0 Y H = 0 u u w O L d -. w f0 N 4:! e-1 O LU w O ce a w w N i Y Citywide Flashing Yellow Arrow Retrofits Project Cost Estimate for Construction Management Services (AGENCY) Federal Aid Project Number WSDOT Agreement Number Total Number of Working Days Total Agency Construction Management Services Cost Agency Costs for Construction Agency Costs for Construction Management & Construction inspections HSIP- 000S(409) LA 8660 60 Days $66,851 Project Engineer King County $73.25 $105.00 Construction Preparation 49 Preconstruction Services 12 5 Submittal Review & RFI processing 62 Construction Services (Field) 206 5 Daily Project Management & Change management 136 Project Close Out 53 8 Traffic Signal Plan Development 43 King County Signal Conversion, database changes and Inspection 228 (17 intersections FYA Conversion plus 2 Overhead Signs) Total Hours = 560 246 $41,021 $25,830 Total = $66,851 Construction Management costs are based on previous labor hours to perform similar work and estimate provided by King Count Note: 1. KC FYA conversion (4 hrs. per conversion plus 8 hrs. for database change) & 24+ hrs for SW320 /26th Ave SW int 2. FW traffic signal timing development to accommodate FYA @ 2.5 hrs per intersectior K: \STREETS \PROJECTS \2014 Safety Project \Local Agency Agreement \Citywide Flashing Yellow Arrow Retrofits Estimate Costs for Construction - AGENCY iJ 0 4c- 0 0 A>- m c a " e' ea 0 u w Z"Cst 0 Opinion of Probable Construction Cost No. Sect. Item Qty Unit Unit Cost Total CITYWIDE SAFETY DESIGN PROJECT $ 7,000.00 $ 2,238.00I p O 0 8 $ 40,268.00I 8 I 00'000'0£ $ II1 $ 34,747.25I VI N N N N O O O O N N N N 8 t0 n 8 $ $ 34,287.25 I ,9 ° °1n O to 3 OO 0 m p $ 7,000.00 $ 2,238.00 $ 1,000.00 $ 50,000.00 $ 30,000.00 SZ'SSO'0£ $ I $ 34,287.25 $ 80,950.00 Subtotal Contingency (0 %) RUCTION COST MINOR CHANGE CONSTRUCTION SURVEYING AS -BUILT SURVEY AND RECORD DRAWINGS SPCC PLAN MOBILIZATION PROJECT TEMPORARY TRAFFIC CONTROL OFF -DUTY UNIFORMED POLICE OFFICER TRAFFIC SIGNAL SYSTEM MODIFICATIONS (11TH PI SAT 5 324TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (20TH AVE S AT S 336TH STREET)COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (SW CAMPUS DRIVE AT WINCO DRIVEWAY), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (32ND AVE S AT S 320TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (20TH AVE S AT S 316TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (21ST AVE SW AT SW 344TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (18TH AVE S AT 5 288TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (23RD AVE S AT S 317TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (20TH AVE S AT 5 314TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (26TH AVE SW AT SW 320TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (16TH AVE S AT SR 509), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (23RD AVE S AT S 322ND STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (23RD AVE S AT S 314TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (21ST AVE SW AT SW 325TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (21ST AVE SW AT SW 334TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (9TH AVE S AT S 348TH STREET), COMPLETE TRAFFIC SIGNAL SYSTEM MODIFICATIONS (16TH AVE S AT S 344TH STREET), COMPLETE OVERHEAD LANE USAGE SIGNS (SR 161 AT SR 18), COMPLETE TOTAL ESTIM RETURN TO: Me, 11)46 EXT: a_,TD \ (1)3; CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 2. ORIGINATING STAFF PERSON: EXT: 2- 1-41) 3. DATE REQ. BY: M Pr? 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 f . ❑ RESOLUTION XCONTR CT AMEND ENT (AG #): L 5 -r2� ❑ INTERLO ,,AL ` /� Tj tic OTHER C 4...\ �C �T.23 :YM�. 7X &I4? \ '�'C \-R- ...L.� 1 1'��� _ 1 `I, C \,'_V\ - cos 'C' .t&�, E: ` Q. u.),.i 1 ((il•+Li t- '�.\'f ",� S { t 5. PROJECT NAME: t kv..; � �f' �G�V�� v1✓� let � 1 �( 6. NAME OF CONTRACTOR: ADDRESS: EEL �✓ E- MAIL: r' j in/SVc i . .(A,C SIGNATURE NAME: MI .'5e trYIi WA St $ 'VT to TELEPHONE: FAX: 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 # 8. TERM: COMMENCEMENT DATE: , EXP. / / COMPLETION DATE: 9. TOTAL COMPENSATION: $ (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 ❑ PURCHASING: PLEASE CHARGE To: 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER 1b1211- 'DIVISION MANAGER ;EPUTY DIRECTOR DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) lags LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) INITIAL / DATE REVIEWED COMMITTEE APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING 3 /15 SENT TO VENDOR/CONTRACTOR DATE SENT: L ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED ❑ LAW DEPT ❑ CHIEF OF STAFF SIGNATORY (MAYOR DIRECTOR T4 ASSIGNED AG # (SIGNED COPY RETURNED / , ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE "Z` ORIGINALS INITIAL / DATE APPROVED COUNCIL APPROVAL DATE: DATE REC'D: 0) c(-1n s 04 --...z5 rz u -R -- (--) . / AG# /5-/28 A DATE SENT: 12 `.2 8 - %S seros r ort.M 1/15 Local Agency Agreement Supplement Agency City of Federal Way Supplement Number 1 Federal Aid Project Number HSIP- 000S(409) Agreement Number LA 8660 CFDA No. 20.205 (Catalog of Federal Domestic Assistance) The Local Agency requests to supplement the agreement entered into and executed on May 28, 2015 All provisions in the basic agreement remain in effect except as modified by this supplement. The change to the agreement are as follows: Project Description Name Citywide Flashing Yellow Arrow Retrofits Termini N/A Description of Work It No Change Length N/A Traffic signal phasing modifications at several intersection to add flashing yellow arrow indications and several overhead lane use control /guide signs at intersections. Reason for Supplement Obligate Construction funds. Are you claiming indirect cost rate? Yes No Project Agreement End Date 9/30/2018 Does this change require additional Right of Way or Easements? Yes ✓ No Advertisement Date: 11/2015 Type of Work Estimate of Funding Previous Agreement/Suppl. (2) Supplement Estimated Total Project Funds Estimated) Agency Funds Estimated) Federal Funds PE a. Agency 14,500.00 14,500.00 1,450.00 13,050.00 90 % b. Other 150,000.00 150,000.00 15,000.00 135,000.00 Federal Aid c. Other 0.00 Participation Ratio for PE d. State 500.00 500.00 50.00 450.00 e. Total PE Cost Estimate (a+b+c+d) 165,000.00 0.00 165,000.00 16,500.00 148,500.00 Right of Way f. Agency 0.00 a q. Other 0.00 Federal Aid h. Other 0.00 Participation Ratio for RW 1. State 0.00 j. Total R/W Cost Estimate (f+g+h+,i) 0.00 0.00 0.00 0.00 0.00 Construction k. Contract 693,749.00 693,749.00 693,749.00 100 % I. Other 0.00 m. Other 0.00 Federal Aid n. Other 0.00 Participation Ratio for CN 0. Agency 66,851.00 66,851.00 66,851.00 p. State 4,500.00 4,500.00 4,500.00 q. Total CN Cost Estimate (k+l+m+n+o+n) 0.00 765,100.00 765,100.00 0.00 765,100.00 r. Total Project Cost Estimate (e+i+a) 165,000.00 765,100.00 930,100.00 16,500.00 913,600.00 The Loc •ency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition ' o ayment of the Federal funds obligated, it accepts and will comply with t e applicable p ovisions. Ag cy • i ial �� �, Washington ta e Department �f Transportation By Title Marwan alloum, PE - Public Works Director DOT Form 140 -041 Revised 05/2015 By Director, Loc -1 Program Execut -d L``' 0 22015 Page 1 Agency City of Federal Way Supplement Number 1 Federal Aid Project Number HSIP- 000S(409) Agreement Number LA 8660 CFDA No. 20.205 (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 Govemment 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 govemmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27 -50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 - Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program - specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. XVII. Assurances Local Agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities and services will be conducted in compliance with Section 504 and the Americans with Disabilities Act (ADA). DOT Form 140 -041 Page 2 Revised 05/2015 Department of Transportation Local Agen rrederal Aid Project Prospectus DOT Form 140 -101 Revised 04/2015 • Previous Editions Obsolete • Page 1 Date 10/26/2015 Prefix Route ( ) DUNS Number 61- 250 -9901 Federal Aid Project Number Federal Employer Tax ID Number 91- 1462550 Local Agency Project Number 306 - 4400 -199 WSDOT (Use Only Agency City of Federal Way CA Agency 0 Yes • No Federal Program Title 0 20.205 • Other Project Title Citywide Flashing Yellow Arrow Retrofits Start Latitude N 47 2128.16 Start Longitude W122 16 13.74 End Latitude N 47 15 26.87 End Longitude W122 24 26.84 Project Termini From - To N.A. N.A. Nearest City Name City of Federal Way Project Zip Code (+ 4) 98003 -6977 Begin Mile Post N.A. End Mile Post N.A. Length of Project N.A. Award Type 0 Local • Local Forces • State • Railroad Route ID N.A. Begin Mile Point N.A. End Mile Point N.A. City Number 00443 County Number 17 County Name King WSDOT Region Northwest Region Legislative District(s) 30 Congressional District(s) 9 Urban Area Number 1 Phase Total Estimated Cost (Nearest Hundred Dollar) Local Agency Funding (Nearest Hundred Dollar) Federal Funds (Nearest Hundred Dollar) Phase Start Date Month Year P.E. $165,000 $16,500 $148,500 5/2015 R)W $0 $0 $0 NA Const. $765,600 $0 $765,100 2/2016 Total $930,600 $16,500 $913,600 Descript on of Existing Facility (Existing Design and Present Condition) Roadway Width N.A. Number of Lanes N.A. Several intersections do not have the safety and operational advantages of flashing yellow arrow (FYA) indications or advance overhead lane use /guide signs to provide positive guidance. Description of Proposed Work Description of Proposed Work (Attach additional sheet(s) if necessary) Traffic signal phasing modifications at several intersections to add flashing yellow arrow indications and several overhead lane use control/guide sign installations at intersections. Local Agency Contact Person Marwan Salloum Title ' blic Works Director Phone 253- 835 -2710 Mailing Address 33325 8th Avenue S City Federal Way State WA Zip Code 98003 1 By ■.._ N. \\ . . Project Prospectus Approval \2..o Approving Authority Title Publ Works Director Date \ p \2. fA ' j DOT Form 140 -101 Revised 04/2015 • Previous Editions Obsolete • Page 1 Agency City of Federal Way Project Title Citywide Flashing Yellow Arrow Retrofits Date 10/26/2015 0 ro sed or _lH Project Type (Check all that Apply) ❑ New Construction ❑ Reconstruction ❑ Railroad ❑ Bridge ❑ Path / Trail ❑ Pedestrian / Facilities ❑ Parking ❑ 3 -R ❑ 2 -R Other Roadway Width 36 - 120 Number of Lanes 3 -8 Geometric Resit' Da Description Through Route Crossroad Federal Functional Classification ® Urban ❑ Rural • NHS ® Principal Arterial ® Minor Arterial ® Collector ❑ Major Collector ❑ Minor Collector ❑ Local Access Urban ❑ Rural ❑ NHS Terrain ❑ Flat ® Roll ❑ Mountain ❑ Principal Arterial ❑ Minor Arterial ® Collector ❑ Major Collector ❑ Minor Collector ® Local Access ❑ Flat ® Roll ❑ Mountain Posted Speed Design Speed Existing ADT 25 - 40 25 - 40 25 - 40 25 - 40 Design Year ADT Design Year 5,000 - 55.000 5.000 - 65,000 2035 5.000 - 55.000 5,000 - 65.000 2035 Design Hourly Volume (DHV) 500 - 5,200 500 - 5,200 'Performance + rk Preliminary Engineering Will Be Performed By Consultant Others 98 % Agency 2 % Construction Will Be Performed By Contractor Contract 98 % Agency 2 % Environs en ossification ❑ Class 1- Environmental Impact Statement (EIS) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement ❑ Class 111 - Environmental Assessment (EA) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement ® Class II - Categorically Excluded (CE) ❑ Projects Requiring Documentation (Documented CE) Environmental Considerations DOT Form 140 -101 Revised 04/2015 • Previous Editions Obsolete • Page 2 Agency City of Federal Way Project Title Citywide Flashing Yellow Arrow Retrofits Date 10/26/2015 Right of Way Way Needed Relocation Required 0 No Right of Way Needed • Right of * All construction required by the contract can be accomplished within the existing right of way. • No • Relocation Utilities Railroad start of the with the be completed prior to the start of the be completed in coordination with the ►5 No utility work required ►�A No railroad work required • All utility work will be completed prior to the • All railroad work will construction contract construction contract ■ All utility work will be completed in coordination • All railroad work will construction contract construction contract Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project No utility relocation is expected. FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ❑ Yes ® No Remarks This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency City of Federal Way Date 5!) 4 By DOT Form 140 -101 EF Revised 04/2015 • Previous Editions Obsolete • Mayor /Chairperson Page 3 City of Federal Way City Wide Flashing Yellow Arrow Retrofits Project Map Date. Apnl 2015 City of Federal Way CIS Division 33325 8th Ave S Federal Way. WA 98003 253- 835 -7000 www cityoffederalway.com 1 Puget Sound Des Moines s « ' Kent 2, Federal Way 0 CC 384th St 0312th St S 28th St Federal Way PAA © • 0 ok O SW 320th St 3 ;20'n it r. S a 0 n ▪ L S 324th St r •SWGaryo SoV 3S &fh i Fife ® S348thit a rn tee Milton Federal Way PAA. 0 Edgewood CITO of '.... Federal Way 05 D \r�rllr r� \D \A Tr rni ors; C \Trndiir GnnalclR /lane \ Fla c hinriYoIlmul /PPtrniit Py1Xf1 Miles This map is intended for use as a graphical representation The City of Federal Way makes no warranty as to its accuracy. Citywide Flashing Yellow Arrow Retrofits Project Cost Estimate for Construction Federal Aid Project Number HSIP -000S(409) WSDOT Agreement Number LA 8660 Total Number of Working Days 60 Days Cost for Construction See attached Cost Estimate Contract Agency Costs for Construction Agency Costs for Construction Management & Construction inspections $693,749 Project Engineer Inspector King County $73.25 $50.90 $105.00 Construction Preparation 32 24 Precon 8 5 5 Submittal Review 62 5 Daily Inspection 50 224 Daily Project Management 136 Project Close Out 40 20 8 Traffic Signal Plan Development 43 King County Signal Conversion, database changes and Inspection 228 (17 intersections FYA Conversion plus 2 Overhead Signs) Total Hours 371 273 246 $27,139 $13,881 $25,830 $66,851 Construction Management costs are based on previous labor hours to perform similar work and estimate provided by King County WSDOT Inspection and Materials $4,500 Total Construction Costs $765,100 Note: 1. KC FYA conversion (4 hrs. per conversion plus 8 hrs. for database change) & 24+ hrs for SW320 /26th Ave SW int. 2. FW traffic signal timing development to accommodate FYA @ 2.5 hrs per intersection K: \STREETS \PROJECTS \2014 Safety Project \Local Agency Agreement \Citywide Flashing Yellow Arrow Retrofits Estimate Costs for Construction 12Oct2015 CID Opinion of Probable Construction Cost October 13, 2015 0 y O U C E ; C 2 CITYWIDE SAFETY DESIGN PROJECT 8.0 8: 8 8 v°I N °', N I 8 0 g,' N N 8'' N° Lr � 8 O 8 O O O .Na t=i O M O ' ari 0 tri to to M O t+f O N O O V N m O to 00 0, O 0 tD ' N N V to I� N t0 e-1 O L O N m '-i O V1 m ni t0 O M .ti m O O O 00 10 � . m ; m m N ' m , m ,, r-1 rl ei l N N N N N ' i--1 N!8 M V1 00 W art art an ti? art in an' vt t 1n an. art tn. tn. an art art vt' art art tn., art art N tn. 8 8 8 0 0i0 8 ' R u1 1 p Q- N N .81N O-,-N-i- $`,1. 8 O O N N 00 ''. V1 N t0 00 00 tD : O 1� N LI'1 to t0 w O 8 0i p0p O p0 p0 0 00 v N to N 00 : N V m 0', 00 m -1 ▪ m to 0 m 0 N O,O O',�i� m 0 L!) 00 01 O 0 t0 i. -i ',N nia to.. Qpt N. t0 ri 0 I t0 0 N V ' 1 0 Lt a19 ' N t0' , O on .ti ' tT O 0 ' O 00''i 00 00 L0 , m M M N i M Cr) .--1 ■-1 . -1 rV N I N M N N r-1 * e-1 a/T Vf art an art art art, of art a/t an an. an', art han. '' N an. an- V) an art an u!' an. an J J J J J LL J J J J J J r3 J --1 r'1 c-1 ri i-I -4 N fi e-1 ei ri : _4 e-1 e'I 'i r'1 ,r1 ra M _l 4 -4 e 4 -- MINOR CHANGE CONSTRUCTION SURVEYING AS -BUILT SURVEY AND RECORD DRAWINGS SPCC PLAN MOBILIZATION • V) 1/1 r. 01 0 0 0 0 0 r-1 N ri -4 ILI • N m 0- 1 -10 PROJECT TEMPORARY TRAFFIC CONTROL 1 -10 OFF -DUTY UNIFORMED POLICE OFFICER L W W- w W . O H H , w w I- w J w H a H H d w u 1— J J J W < W J 3 o a ' O a 0.:a a C J 0 J J a 0 0 a ▪ W H s • a g .q U 2 i i U 2 g. O 2 z,° CU w 0 0 0 w 0 0 H F 0 _ w w O' U U.. 0'. w w w w U - w 0 w H w w w a w w� F H' H W U W W V) W W W w W V) V) :. W W w cz ec v) 3 x Le) V1 - N N V) O U O V▪ f r .. tt �' VI v/ 1E H H 1 M:F I-- F M 'NI m Z = m m I tO a O t0 : 00 I� V O N cl' _ H co er 1- m W N e-i 00 .-a c� V1 N c-1 t m > M m VI N M Cr) N K M M Vl V1 V Cr) W co NJ V) 2 N V) 1- VI V) (.." H N V1 in H H m V) H H 0 I- H Q a H J a V) a¢ a a a �'a a'3 3¢ a Q h 0 N n VI - v) v) v) v) v) h VI VI • N g • w o. w Q 0 Q Q0 a a < < < < < < a 1 F U xO F t I < Q > ▪ Q :Ha2Co rI 0 Z I- v) I- N 0 -4 00 m 0 t0 l0 m M r1 rl 1- i0 K 1-1 N V) M N N 1-1 N N N .-4 N N N N 01 14 V) N V) VI V1 4/7 VI V) N N 1/1 V1 V) N V1 V) V1' V) 1' Z Z Z Z Z Z Z Z Z Z Z Z Z 2 Z Z Z< O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a ko s a'a a 1- a a a a 1- a a a a 1- a a U U U O U c-) U U U U U U U U U U U w LL W LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z O 0 0 0 0 0 0 0 0 0 0 0 0 O O O O • w 2 2 ▪ W 2 Ill w 2 2 2 111 LL 2 2 2 W 2 w 2 2 2 O H • I- H I- H H ▪ I- 1- H H H H H ▪ I- H • I- I- Q V) VI V) VI V) V) V1 N V1 N 11I V) V) V) VI VI VI V) >- >- >- > > > > >- >- >- >- >- >- >- > > >- 0 V) V) V) V) VI V) VI V) V) V1 V) V1 V) 4/1 V) V) V) w a J J a a J a J RI a J a J a J a J J • a J Q J Q J a J a J a J a J 2 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z V1 Li) V) V) V) V1 V) V) VI V, Ill I.01 V) VI V) le) VI • a U U U U U U U U U U U U U U O U O W LL LL LL LL LL LL LL LL LL LL LL LL U. LL L(_ LL LL x LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL 1- H)- 1- CC CC -L.- a CC 1- 1- 1- CC CC H - -> H H H H I- H H H H H H I-- H H H H H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N (NI N 00 00 tb CO W 00 W 00 00 l70 00 00 00 t10 00 co W W V) /.0 h CO al r,1 rN-4 .Mi c�-I t-1 LO co Ol 0 N ▪ N ▪ • N N N 'fl c» V! 0 4 0 r ontingency '0%, 00 /0 DESIGN - TOTAL ESTIMATED CONSTRUCTION C • S mpinrliglit Washington State ilepartniont of Transportation NEPA Categorical Exclusion Documentation Form Federal Aid Project Number HSIP-000S(409) Date 7-31-15 Intent of Submittal _ Preliminary I Final Re-Evaluate Agency City of Federal Way Project Title Citywide Flashing Yellow Arrow Retrofits County King County Beginning MP: Ending MP: Miles: N/A Township(s): 21N Range(s): 3E & 4E Section(s): ' Part 1 - Project Description Traffic signal phasing modifications at several intersections to add flashing yellow arrow indications; several overhead lane use controUguide sign installations at intersections. Part 2 - Categorical Exclusion Select tine CE from 23 CFR 771.117 (Appendix A) that fits the entire project (21) \•, NEPA Approval Signatures Local Ag Regional ncy-ippr 'PI:Authority Local Pro oc ms Engineer rams Environment I Engineer Federal Highway Administration Completed Oy (Print Official's Name). Telephone (include area code) TEm address Ross Widener 425-503-3629 rw idener4 prodigy net Page; Date / / Date / Date .....„ ci Date DOT Form i 40- 1 00 Rev+sed 5i20 RETUP*■ TO: EXT: 9:705 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS/ 1 1 ✓f, 2. ORIGINATING STAFF PERSON: S I/ EXT:t 14 �J 3. DATE REQ.BY: 4. TYPE OF DOCUMENT(CHECK ONE): AN SC N❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ED.•. ❑ 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 AMEN ME T(AG#): ❑ INTERL CAL C,OTHER - 1.� ��(�P� A liccIL NV La,Afi ' \ ' 5. PROJECT NAME: II, / ++I - A i i RETUP,N TO: 51/11)u/0-WA EXT: a7 0 CITY OF FEDE L WAY LAW DEPARTMENPROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/".1 f'.t c t C.._ � 2. ORIGINATING STAFF PERSON: cS gf .0 oN, 1 NA-1 EXT: 2i -U! 3. DATE REQ.BY: I/0 a �► 4. TYPE OF DOCUMENT(CHECK ONE): 1 ❑ 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#): ❑ INTERJ,QCAL tel OTHER LO c /4 O JJ Riro S?*—C.` - c 5. PROJECT NAME: CA��. Wt �`u■iS fvnv-N 9,01 TYCO%.14) ,�'t--cGFs.0'S 6. NAME OF CONTRACTOR:1I, � ADDRESS: TELEPHONE: E-MAIL: FAX: SIGNATURE NAME: 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: COMPLETION DATE: 9. TOTAL COMPENSATION:$ LI.S • (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY L Cs 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: 10. DOCUMENT/CONTRACT REVIEW INIT •L/DATE REVIEWED INITIAL/DATE APPROVED PROJECT MANAGER ► `rd Ell 1I?/ DIVISION MANAGER IS 2z.# r ZO /t L0X DEPUTY DIRECTOR '7 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 7I&LAW DEPT 5/5 g 5/// If *- fg/76/if 11. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING C� ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: S./14/15 DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY,INSURANCE CERTIFICATE,LICENSES,EXHIBITS INITIAL/DATE SIGNED ❑ LAW DEPT ����y �. CHIEF OF STAFF 5J12ijIi 511 SIGNATORY(MAYOR OR DIRECTOR)10a, MO /N1r 1 ❑ ITY CLERK ❑ ASSIGNED AG# AG# ❑ SIGNED COPY RETURNED DATE SENT: ❑RETURN ONE ORIGINAL COMMENTS: 'C'?..JM..L k 0..h, CC G�c.� �O c.X�.� cW s •..�.sE ..._ G /le LJ r S / /A , • • .•r r • G.. I. • ?' A_'_ ��� ' 1/15 i � � �!/ a te. Mb. AtiENCY Menu a. Washington WA.1; Department of, „sportath„ Local Agency Agreement Agency City of Federal Way CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Address 33325 8th Avenue South F- OQO 5 1710J( Project No. Federal Way, WA 98003 1A'' 866 Agreement No. For OSC WSDOT Use Only The Local Agency having complied,or hereby agreeing to comply,with the terms and conditions set forth in(1)Title 23,U.S.Code Highways, (2) the regulations issued pursuant thereto, (3)2 CFR Part 200, (4)the policies and procedures promulgated by the Washington State Department of Transportation, and(5)the federal aid project agreement entered into between the State and Federal Government, relative to the above project,the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification.Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r,column 3,without written authority by the State,subject to the approval of the Federal Highway Administration.All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. Project Description Name Citywide Flashing Yellow Arrow Retrofits Length N/A Termini N/A Description of Work Traffic signal phasing modifications at several intersection to add flashing yellow arrow indications and several overhead lane use control/guide signs at intersections. P43,/Zbl 4. Claiming Indirect Cost Rate Project Agreement End Date: ]JV�rt6 g Proposed Advertisement Date: ®Yes ❑No Estimate of Fundin Type of Work (1) (2) (3) Estimated Total Estimated Agency Estimated Project Funds Funds Federal Funds PE a.Agency 14,500.00 1,450.00 13,050.00 90 % b. Other Consultant 150,000.00 15,000.00 135,000.00 c.Other Federal Aid d. State 500.00 50.00 450.00 Participation Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 165,000.00 16,500.00 148,500.00 Right of Way f.Agency g.Other h. Other Federal Aid Participation i.State Ratio for RW j.Total R/W Cost Estimate(f+q+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) 165,000.00 16,500.00 148,500.00 Agency Offici.. Washingto Stat- 'ep=rtment of Tra/ portation By ■■,�/ By •! Title ■4 ��� . . Director,Local Programs AIMAY 2 81015 5-- Date Executed DOT Form 140-039 Page 1 Revised 04/2015 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-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 February 17 2015 ,Resolution/Ordinance No. 15-678 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. H. 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. Ill. 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). 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. DOT Form 140-039 Page 2 Revised 04/2015 The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages -relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project,including all review and engineering costs and other expenses of the State,is to be paid by the Agency and by the Federal Government.Federal funding shall be in accordance with the Federal Transportation Act,as amended,2 CFR Part 200.The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government.Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance,general administration,supervision,and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project.Following payment,the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project.The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government(see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A—The Agency will place with the State,within(20)days after the execution of the construction contract,an advance in the amount of the Agency's share of the total construction cost based on the contract award.The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor.Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined,the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. Method B— The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments.The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month.The extent of withholding will be confirmed by letter from the State at the time of contract award.Upon receipt of progress billings from the contractor,the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C—The Agency may submit vouchers to the State in the format prescribed by the State,in duplicate,not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project.Expenditures by the Local Agency for maintenance,general administration,supervision,and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement.At the time of audit,the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project.The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation(see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 - Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred,the Agency shall reimburse the State for the amount of such overpayment or excess participation(see Section IX). VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations. A subrecipient who expends$750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program-specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit,the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. 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. DOT Form 140-039 Revised 04/2015 Page 3 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 140-039F Revised 04/2015 Page 4 r 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 Revised 04/2015 Page 5 'M�` was - on State • gocal Agen 'ederal Aid �I/ Department of Transportation Project Prospectus Date 4/15/2015 Prefix Route ( ) Federal Aid DUNS Number 61-250-9901 Project Number Local Agency 31)/^-1It(�— 0 (WSDOT Federal Employer Project Number lY `TTv[J �` I `use Onl ) Tax ID Number 91-1462550 Agency I CA Agency Federal Program Title City of Federal Way ®Yes ❑No El 20.205 ❑ Other Project Title Start Latitude N 47 21 28.16 Start Longitude W122 16 13.74 Citywide Flashing Yellow Arrow Retrofits End Latitude N 47 15 26.87 End Longitude W122 24 26.84 Project Termini From-To Nearest City Name Project Zip Code(+4) N.A. N.A. City of Federal Way 98003-6977 Begin Mile Post End Mile Post Length of Project Award Type N.A. N.A. N.A. 0 Local ❑ Local Forces ❑ State ❑ Railroad Route ID Begin Mile Point End Mile Point City Number County Number County Name N.A. N.A. N.A. 00443 17 King WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number Northwest Region 30 9 1 Total Local Agency Federal Funds Phase Start Phase Estimated Cost Funding Date (Nearest Hundred Dollar) (Nearest Hundred Dollar) (Nearest Hundred Dollar) Month Year P.E. $165,000 $16,500 $148,500 5/2015 RAN $0 $0 $0 NA Const. $765,100 $0 $765,100 9/2015 Total $930,100 $16,500 $913,600 Description of Existing Facility (Existing Design and Present Condition) Roadway Width Number of Lanes N.A. N.A. Several intersections do not have the safety and operational advantages of flashing yellow arrow(FYA)indications or advance overhead lane use/guide signs to provide positive guidance. Description of Proposed Work Description of Proposed Work(Attach additional sheet(s)if necessary) Traffic signal phasing modifications at several intersections to add flashing yellow arrow indications and several overhead lane use control/guide sign installations at intersections. Local Agency Contact Person Title Phone Marwan Salloum Public Works Director 253-835-2710 Mailing Address t' State Zip Code 33325 8th Avenue S ;deral Way WA 98003 By s$111'. 1 -z-., Project Prospectus Approval Approving Authority Title Public Works Director Date 5 17 I 2... t-' DOT Form 140-101 • Previous Editions Obsolete• Page 1 Revised 04/2015 • • Agency Project Title Date City of Federal Way Citywide Flashing Yellow Arrow Retrofits 4/15/2015 Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ❑ New Construction ❑ Path/Trail ❑3-R 36- 120 3 -8 ❑ Reconstruction ❑ Pedestrian/Facilities ❑2-R ❑ Railroad ❑ Parking ® Other ❑ Bridge Geometric Design Data Description Through Route Crossroad ® Principal Arterial ❑ Principal Arterial Federal ® Urban 0 Minor Arterial ® Urban ❑Minor Arterial Functional ❑ Rural ® Collector ❑ Rural ® Collector ® NHS 1::1 Major Collector ❑ NHS 1::1 Major Collector Classification 0 Minor Collector El Minor Collector ❑ Local Access ® Local Access _Terrain ❑ Flat ® Roll ❑Mountain ❑ Flat ® Roll ❑Mountain Posted Speed 25-40 25-40 Design Speed 25-40 25-40 Existing ADT 5,000-55,000 5,000-55,000 Design Year ADT 5.000-65.000 5,000-65,000 Design Year 2035 2035 Design Hourly Volume(DHV) 500-5,200 500-5,200 Performance of Work Preliminary Engineering Will Be Performed By Others Agency Consultant 98 % 2 % Construction Will Be Performed By Contract Agency Contractor 98 % 2 % Environmental Classification ❑ Class I-Environmental Impact Statement(EIS) ® Class II-Categorically Excluded(CE) ❑ Project Involves NEPA/SEPA Section 404 ❑ Projects Requiring Documentation Interagency Agreement (Documented CE) ❑ Class Ill-Environmental Assessment(EA) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement Environmental Considerations DOT Form 140-101 Page 2 Revised 04/2015 • Previous Editions Obsolete• • Agency Project Title Date City of Federal Way Citywide Flashing Yellow Arrow Retrofits 4/15/2015 Right of Way ® No Right of Way Needed ❑ Right of Way Needed *All construction required by the ❑ No Relocation ❑ Relocation Required contract can be accomplished within the existing right of way. Utilities Railroad ® No utility work required ® No railroad work required ❑ All utility work will be completed prior to the start of the ❑All railroad work will be completed prior to the start of the construction contract construction contract ❑All utility work will be completed in coordination with the ❑All railroad work will be completed in coordination with the construction contract construction contract Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project No utility relocation is expected. FAA Involvement Is any airport located within 3.2 kilometers(2 miles)of the proposed project? ❑ Yes ® No Remarks This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency City of Federal Way Date S/;2.,ff5' By Mayor/Chairperson DOT Form 140-101 EF Page 3 Revised 04/2015 • Previous Editions Obsolete• • • City Wide Flashing Map Date April 2015 City City of GIS of Federal lVJay GIS Dnrion Yellow Arrow Retrofits Project 333258thay.W Federal Way Federal wctyoaywA 98003 co 253-835-7000 Vw cityo cityottederalway corn Des Kent Moines S 272nd St e ,l -ro' \ 1 Puget Sound ; \ Au c0 \ j o Z j S 288th St r 0 rz ° .�.. - - Federal Federal = i d Way ;,r r o�CR Way PAA QS 304th St I y,0 > 1 ti « i i 'a a SW 312th St 312th St " j \ SWDasr © 0 \ SW 320th St ' O SW 320th St 0 to S 320th St ' 0 L- t. a 0 Au ya 17, 0 S 324th St ; d to N N -. �\ as d �I. thshore Pkwy ® N SWCam A S33�iSt ,\ �sbr ..r. N0D N © \N44i; • Citywide Flashing Yellow Arrow Retrofits Project Cost Estimate for Design $165,000 Consultant Costs* Item Discipline Hours Avg. Rate of Estimated Pay Cost 1 Project Management 50 $50.00 $2,500.00 2 Quality Assurance/Quality Control 25 $60.00 $1,500.00 3 Mapping 10 $in $55.00 $550.00 0 4 Utility Mapping 10 $55.00 $550.00 5 Geotechnical Report 10 $55.00 $550.00 6 Preliminary Layout 210 $40.00 $8,400.00 7 Environmental 10 $55.00 $550.00 8 Community and Agency Coordination 0 $40.00 $0.00 9 Final Design 550 $40.00 $22,000.00 10 Plan Production 74 $30.00 $2,220.00 11 Assistance During Bidding 20 $40.00 $800.00 Totals $39,620.00 Overhead cost 178% $70,444.36 Fixed Fee 30% $11,886.00 Reimbursable Reproduction $3,050.00 Mileage $500.00 Subcontractor-Mapping/Utility Locate $11,000.00 Subcontractor-Geotechnical $8,500.00 Subconsultant-Environmental $3,500.00 Total $26,550.00 Total Consultant $148,500 Agency Costs City King County Design Review/Project Management $11,000.00 $5,000.00 Total Agency Costs $16,000.00 State Costs Design Review $500.00 $16,500.00 Engineering and project management cost estimates are based on previous project cost similar in nature where City is managing and overseeing a consultant design. This accounts for approximately 200 hours of staff item to manage the project and 50 hours for King County. *Consultant costs are an estimate only as the City has not hired a consultant at this time.