Loading...
AG 17-126 - WA State Dept. of TransportationRETURN TO: PW ADMIN EXT: 2700 ID #: 4017 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/Div: PUBLIC WORKS / Capital Engineering 2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 2729 3. DATE REQ. BY: ASAP 3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) p PUBLIC WORKS CONTRACT p SMALL OR LIMITED PUBLIC WORKS CONTRACT p PROFESSIONAL SERVICE AGREEMENT p MAINTENANCE AGREEMENT p GOODS AND SERVICE AGREEMENT p HUMAN SERVICES / CDBG p REAL ESTATE DOCUMENT p SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) p ORDINANCE p RESOLUTION ® CONTRACT AMENDMENT (AG#): 1 7-126 p INTERLOCAL o OTHER WSDOT LAA # 9097 -Supol #3 4. PROJECT NAME: Citywide Adaptive Traffic Control System 5. NAME OF CONTRACTOR: WSDOT ADDRESS: 310 Maple Valley Park Avenue SE, POB 47300 Olympia TELEPHONE:_360-705-7000 E-MAIL: _ FAX: N. SIGNATURE NAME: Stephanie Tax TITLE: Manager, Prog Mngmnt 6. EXHIBITS AND ATTACHMENTS: p SCOPE, WORK OR SERVICES p COMPENSATION p INSURANCE REQUIREMENTS/CERTIFICATE p ALL OTHER REFERENCED EXHIBITS p PROOF OF AUTHORITY TO SIGN p REQUIRED LICENSES p PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL. EXP. 12/31/ UBI #� , EXP. / / 7. TERM: COMMENCEMENT DATE: July 25,2017 COMPLETION DATE: December 31, 2025** 8. TOTAL COMPENSATION: $ No Change* (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: p YES p NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: p YES p NO IF YES, $ _ PAID BY: p CONTRACTOR p CITY RETAINAGE: RETAINAGEAMOUNT:_❑RETAINAGEAGREEMENT (SEE CONTRACT) OR ❑RETAINAGEBOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: NIA 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED A PROJECT MANAGER NC/ 11-19-21 ❑ DIVISION MANAGER DSW 11/18/21 A DEPUTY DIRECTOR DSW 11/18/21 A DIRECTOR DSW 11/W21 ❑ RISK MANAGEMENT (IF APPLICABLE) A LAW DEPT MP 11/19/2021 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: _ DATE REC' D: Z ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICE SES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTHPRTOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT A SIGNATORY (MAYOR OR DIRECTOR) A CITY CLERK®e9-i ® ASSIGNED AG # AG#�? 17-126 C ® SIGNED COPY RETURNED (in Laserfiche) DATE SENT: 01/10/2022 COMMENTS: EXECUTE" 1 "ORIGINALS Move funds between the categories within CN Phase Add additional funds for State under CN and PE Phases;'. Extends completion date WSDOT FORM -We cannot make any changes and City Signs First - SIGN IN BLUE INK RUSH - contract to expire 1 /2020 AAW Washington State Department of Transportation Local Agency Agreement Supplement ill e[icy i&pplement Number City of Federal Way 3 Fo =�.ti�r al Aid Project Nurnber lAgreement Number ;UDA No. 20.265 HSI1P-000S(464) LA 9097 iCa!aia l of Federal Domestic Assistance) The Local Agency requests to supplement the agreement number noted above. All provisions in the basic agreement remain in effect except as modified by this supplement. The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment (2 CFR Part 180). Additional changes to the agreement are as follows: Project Description Name Citywide Adaptive Traffic Control System Length N/A Termini N/A Description of Work ✓ No Change Reason for Supplement Move funds between the categories within CN Phase. Add additional funds for State under CN and PE Phase. LAA end date extension request until Adaptive system acceptance level for system procurement. Are you claiming indirect cost rate? Yes ✓ No Project Agreement End Date December 31, 2025 Does this change require additional Right of Way or Easements? ❑Yes ✓ No Advertisement Date: October 4, 2019 Estimate of Funding (1) () 2 (3) (4) (5) Type of Work Previous Estimated Total Estimated Agency Estimated Federal Aoreement/Suppl. Supplement Proiect Funds Funds Funds _- i - ... PE Ia. Aaencv I 0.00 % f 0.00 lb_ Other f Federal Aid 1 1c Other Participation Ratio for PE id_State 0.00 0,00 0.00 0.00 0.00 0.00 10.00 Right of Way° r'. IU'Cx' r L vU.IL LJ1111101G 1oT-1lTVTU 0.00 f Aaency a. Other 0.00 reaerai Ala �h Participation I - Ratio for RW Ii= Federal Aid Participation Ratio for CN R/W Cost Estimate (f+a+" 0.00 o. State i a. Total CN Cost Estimate (k-H+ +n+o+olJ 0.00 u.uu 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 10.00 0.00 0.00 10.00 0.00 0.00 Ir. Total Proiect Cost Estimate-Le+'4 00 (0.00 0.00 0.00 0.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agenc icial Washington State Digitally signed by By Department of Transportation Stephanie Stephanie Tax y By Director, Local Program Date:2021.12.29 Tax 07:44:32 Tit] im Ferrell, Mayor, City of Federal Way Date Executed os'oo' DOT Form 140-041 Page 1 Revised 12/2020 AOL � Washington State V// Department of Transportation City of Federal Way HS I P-OOOS(464) Agreement Number LA 9097 ORIGINAL Local Agency Agreement Supplement pplement Number 3 FDA No. 20.205 Catalog of Federal Domestic Assistance) The Local Agency requests to supplement the agreement number noted above. All provisions in the basic agreement remain in effect except as modified by this supplement. The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment (2 CFR Part 180). Additional changes to the agreement are as follows: Project Description Name Citywide Adaptive Traffic Control System Termini N/A Description of Work ✓ No Change Length N/A Reason for Supplement Move funds between the categories within CN Phase. Add additional funds for State under CN and PE Phase. LAA end date extension request until Adaptive system acceptance level for system procurement. Are you claiming indirect cost rate? ❑ Yes ✓ No Project Agreement End Date December 31, 2025 Does this change require additional Right of Way or Easements? U Yes No Advertisement Uate: vc[uver '+, ev 1y Estimate of Funding 1 (1) (3) (4) (5) Type of Work YP Previous (2) Estimated Total Estimated Agency Estimated Federal Agreement/Suppl. Supplement Project Funds Funds Funds PE a. Agency 0.00 _ % b.Other a 0.00 Federal Aid 10.00 c,Other Participation 0.00 Ratio for PE d. State e._T_ ot_al PE Cost Estimate (a+b+c+d 0.00 0.00 0.00 0.00 0.00 Right of Way _ f Agency 0.00 `A Other 0.00 Federal Aid h Other 0.00 Participation 0.00 Ratio for RW i. StatO '. Total R/W Cost Estimate (f+a+h+i) 0.00 0.00 0.00 0.00 0.00 Construction k. Contract 0.00 I. Other 0.00 m. Other 0.00 Federal Aid n. Other 0.00 Participation 0.00 Ratio for CN o. Agency p State 0.00 . Total CN-Cost-Estimate (k+l+m+n+n ) 0.00 0.00 0.00 0.00 0.00 Ir. Total Project Cost Estimate (e+i+a) 0.00 0.00 0.00 0.00 10.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agenc icial Washington State By Department of Transportation By Director, Local Program Titl im Ferrell, Mayor, City of Federal Way Date Executed DOT Form 140-041 Page 1 Revised 1212020 Agency Supplement Number City of Federal Way 3 Federal Aid Project h urnber Agreement Number CFDA No. 20.205 HSIP-OOOS(464) LA 9097 (Catalog of Federal Domestic Assistance) VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin. Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 - Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date -This date is based on your projects Period of Performance (2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. Vlll. 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 Administratiorl) are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities and services will be conducted in compliance with Section 504 and the Americans with Disabilities Act (ADA). DOT Form 140-041 Page 2 Revised 12/2020 Washington State I a ar7-1 ment of Transporta4lorn Federal Aid Nubmer : HSIP-OOOS(464) Agreement Number: LA 9097 Project Title: Citywide Adaptive Traffic Control System Supplement Number: 3 Type of Work Estimate of Funding (1) PREVIOUS AGREEMENTI SUPPLEMENT (2) SUPPLEMENT (3) ESTIMATED TOTAL PROJECT FUNDS (4) ESTIMATED AGENCYFUNDS (5) ESTIMATED FEDERALFUNDS P.E. a. Agency: too o'/e b Consultant Federal Aid c. Consultant (Prof Svcs Software) cl. Other (non participating) d State (Federal) d1 State e Total PE Cost Est (a thru e) $42,347 $42,347 $42,347 $321,978 $321.978 $321.978 $8,733 $8.733 $8,733 $9,438 $9,438 $9A38 $373,058 $9,438 $382,496 $9,438 $373,058 Right of Way f Agency `/o g Other Federal Aid h Other Participation I State Ratio for RW j Total R/W Cost Est (f thru j) Construction k Contract (Traffic Manage. Ctr) CMAQ ki Contract (Traffic Manage. Ctr) Non -Participant CMAQ - 86.5% k2 Contract (System Procurement) CMAQ HSIP - 90% k3 Contract (System Procurement) HSIP Feddral Aid k4 Contract (Sys Proc -Non Part.) Participation k6 Contract (Detection, etc ) HSIP k6 Contract (Detection, etc.) Non -Participant k7 Contract (Detection, etc.) CMAQ Habofor CN o Consultant(CM)CMAQ of Consultant (CM) HSIP o2 Agency (CM) CMAQ o3 Agency (CM) HSIP p State (Federal-CMAQ) p State Total Const. Cost Est (k thru c) $95,000 $95.000 $12.825 $82.175 $14.907 $14,907 $14.907 $844.220 -$400.173 $444,047 $59,946 $384,100 $146,000 $146.000 $14,600 $131.400 $400,139 $400.139 $400.139 $525.602 $525,602 $52.560 $473,042 $464,398 -$248.442 $215.956 $215,956 $400,173 $400.173 $54,023 $346.150 $20.000 $20,000 $2.700 $17,300 $9,000 $9.000 $900 $8.100 $25,000 $25,000 $3,375 $21,625 $16,000 $16,000 $1,600 $14,400 $10.000 $10,000 $1.350 $8,650 $18.170 $18.170 $18,170 $2.170,127 $169,867 $2,339,994 $853,052 $1,486,942 r.Total Project Cost Estimate (e+j+q) $2,543,185 $179,305 $2,722,490 $862,490 $1,860,000 Public Works Department Contract Pay Estimate Project: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS IMPROVEMENTS PHASE 1 & 2 AND PHASE 3 Contractor: NORTHEAST ELECTRIC, LLC Project Number: 202 & 216 Account: C36202-26500 & C36216-26500 Number: 7 Date: 1-Oct-2021 Pay Period February 16, 2021 - Septemher 30, 2021 PmJ a 202= $248293.3 PO # 068487 P.19216- 1 $24,484. Item No, Contract Bid Hem CURRENT CONTRACT Er1.0 lki it Unit Prim Bid Price PREVIOUS TOTAL Cary Total Amvuni THIS ESTIMATE TO DATE quantitias Total Anmun[ gf4+di8as Percent Total Amount SCSEDULE A-CTrVMDE AbAP71VE S[GNAL CONTROL SYSTEM - ITS IMPROVEMENTS - PHASE 1 & 2 JBASE RID) 1 UNEXPECM SITE CHANGES MOBILIZATION PROJECT TEMPORARY TRAFFIC CONTROL 0.75 FA 4,OCOAO $3,750. 0.30 $ 1,500.00 S - 0,30 4wrA S 1,500.00 2 1 LS S50,000.00 $50,000.0 1.00 S 50,000m S • 1.00 100.0% S 50,000.00 3 1 - LS $55,000.00 $55,000.0 0.46 S 25,300.00 029 S 15,950,00 0.75 75.0% S _ __ 41,250.01) 4 OFF -DUTY UNIFORMED POLICE OFFICER PROPERTY RESTORATION 28 HR $110.00 $3,OB0.00 0.00 S - $ 0.00 0.0% $ - 5 1 FA $5,000.00 $5,000.00 0.00 3 $ • 0.00 O D% S - 6 SPILL PREVENTION, CONTROL, AND COUNTERMEASURES PLAN 1 LS S1,500.00 S1,500.00 0.00 S - $ - 0.00 0.0% $ - 7 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & 25TH AVE S/GATEWAY CENTER BLVD 1 LS $6.809.0 $6.809.00 0.95 S 6,468.55 S - 0.05 95.0% S 6,468.55 a TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & 1-5 SB 1 LS $14,33600 S14,336.00 0.14 S 2,007.04 0.77 $ 11,D78,72 0.91 91.0 % S 13,045.76 8MOH TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & 1-5 SB 1 LS $5,715.00 1,00 S 5,715.00 -1.00 $ (5,715,00) 0.00 0.0% $ - 9 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & 23RD AVE S 1 LS $48,831.00 S48,831.00 0.95 $ 46.389.45 S - 0.95 95.0% S - 46.389.45 9MOH MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT -. 1 LS $36,000.00 0.00 S - $ - 0,00 0.0% S - 10 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & 1-5 NB 1 LS $42,450 00 $42,450,00 0,00 $ - 0.90 $ 38,205 00 090 90.0% $ 38,205.00 10MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $10,215.00. 1.00 S 10,215.00 -1.00 $ (10,215.00] 0.00 0.0% $ - 11 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & PETE VON REICHBAUER WAY SROTH AVE S 1 LS S33,740.00 $33,740.Oa 0.95 S 32.053.00 3 - 0.95 95.0% $ 32,053.00 IIMOH MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $30.000.00 0,00 3 - 3 - 0.00 0.0% $ - 12 TRAFFIC SIGNAL SYSTEM, COMPLETE - S320TH ST & SR 99 1 LS $42,177.00 $42,177,00 095 $ 40,068 15 $ - 0.95 95 0 % S 40,068.15 12MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $37,000.00 0.00 $ Is 0.00 0.0% $ - 13 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & 32ND AVE S 1 LS 316,065.00 $16.D65.00 0.95 S 15,261.75 $ - 0.95 95.0% $ 15261.75 13MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $2,000.00 0.00 $ - S - 0.00 0.0% $ - 14 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 320TH ST & WEYERHAEUSER WAY S 1 LS $8,775 00 $8,77500 095 S 8.33625 $ - 0.95 95.0% S 8,33625 15 TRAFFIC SIGNAL SYSTEM, COMPLETE -S PEASLEY CANYON RD & MILITARY RD S 1 LS $35,657.00 $35,657.00 0,95 S 33,574.15 S 0.95 95.0% $ 33,874.15 15MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $32,000.00 0.00 $ S • 0,00 0.0% S 16 TRAFFIC SIGNAL SYSTEM, COMPLETE S PEASLEY CANYON RD & S 321 ST ST 1 LS 528,50000 525,00000 S28,500,00 0.95 $ 27,075.00 $ - 0.95 95.0% S 27,075.00 16MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS 0_00 $ - $ - 0.00 0.0 % S 17 1fRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 356TH ST 1 LS $34,546.00 $34,548.00 0.95 3 32.820.60 S • 0.95 95.0% S 32,820,60 17MOH MATERIAL ON HAND- ECONOLITE '&'WESTERN SYSTEMS ASCS EQUIPMENT 1 LS S28,000.00 OAO S - $ 0.0D 0.0% S - 18 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 352ND ST 1 LS $30,219,00 $30.219.00 0.95 $ 20,708.05 S - 0,95 95.0% $ 28,708.05 18MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $22,000,00 0.00 $ - $ - 0,00 0-0% $ - 19 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 348TH ST (SR 18) 1 LS 544,376.0q $44.376.00 0.95 $ 42,15720 $ 0.95 95.0% 3 42,157.20 19MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS 323.000.00 0.00 S - $ 0.00 0.0% S - 20 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 344TH ST 1 LS $32,903,00 $32,903.00 0.95 $ 31,257.85 $ - 0.95 95.0% $ 31,257.85 20MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS S23,000,o0 0100 $ - $ - 0,00 0.0% S - 21 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & 16TH AVE S/S340TH PL 1 LS $15,741.00 S15,741.00 095 S 14,972 37 $ - 0,95 95.1% S 14,972.37 22 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 336TH ST 1 LS $38,967.00 $38,957.00 0.95 $ 37,018.65 $ - 0,95 95.0% 3 37,018.65 22MOH MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $30,000.00 $ - S - 0.00 O.o% S - 23 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 330TH ST 1 LS $24,3213.001 $24,328.00 0.95 S 23,165.36 $ 0,95 95.2% $ 23,165.36 23MOH MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT 1 LS S21,000= 0.00 $ - $ - 0.00 0 0 % S - 24 TRAFFIC SIGNAL SYSTEM, COMPLETE - ENCHANTED PKWY S (SR 161)H6TH AVE S & S 356TH ST 1 LS S59,123.04 $59,123.00 0.95 S 56,166.551 0.95 95.01/. $ 56,166.85 24MOH MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $26,000.00 S - 0,00 0.0% 25 TRAFFIC SIGNAL SYSTEM, COMPLETE - ENCHANTED PKWY S (SR 161)& S 352ND ST 1 LS S31,243,00 $31,243,00 0.95 $ 29,680.85 $ - 0.95 95.0% $ 29,680.85 25MOH MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT 1 LS 520,000.00 0.00 $ - $ - 0,00 0.0 '26 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 344TH ST & 16TH AVE S 1 LS $48.738.00 $48.738.00 0.95 S 46,301,10 $ - 0.95 95.0% S 46,301.10 27 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 18 & 1-5 SS 1 LS $55,901.00 $55,901.0 0.00 S - 0.90 S 50.310,90 0.90 90,0 % $ 50,310,90 27MOH MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $32.715,00 1.00 $ 32,715.00 -1.00 $ (32,715.00 0.00 0,0 % $ - 28 TRAFFIC SIGNAL SYSTEM, COMPLETE- ENCHANTED PKWY S (SR 161)& SR 18 WB 1 LS S65,106.00 $65,106.0 0.03 $ 1,963.18 0.89 S 57,944,34 0.92 92.0% $ 59,897.52 MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT 1 LS 528,715.D0 1.OD S 28,715.00 -1.00 S (28,715.00)0,00O.OXS- r1MOH TRAFFIC SIGNAL SYSTEM, COMPLETE - ENCHANTED PKWY S (SR 161)& MILTON RD S 1 LS $71.129.06 571,129.00 0 03 1 00 S 2,13307 0.89 $ 63304.81 0.92 92.0% $ 65,438.68 OH MATERIAL ON HAND- WESTERN SYSTEMS ASCS EQUIPMENT 1 LS 531,715,00 $ 31,71500 -1.00 S (31,715.00) 0.00 0.0 % S - Paae 1 of 3 Public Works Department Contract Pay Estimate Project: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS IMPROVEMENTS PHASE 1 & 2 AND PHASE 3 Contractor: NORTHEAST ELECTRIC, LLC Project Number: 202 & 216 Account: C36202-26500 & C36216.26500 PO # 068487 Number: Date: 1-Oct-2021 Pay Period February 16, 2021- Sepbembar 30. 2021 ProJ 0 202= 5248,293-3 Prof 6216. 1 524.464.6. Item No. Contract Bid Item CURRENT CONTRACT Est. City Unit Unit Price Bid Price PREVIOUS TOTAL Qty Total Amount THIS ESTIMATE Quantities Total Amount TO DATE Quantities Percent Total Amount 30 TRAFFIC SIGNAL SYSTEM, COMPLETE - ENCHANTED PKWY S (SR 161)& 19TH WAY S 1 LS 540,971.00 $40,971,00 0.00 $ $ - 0.00 0.0% S - 30MOH MATERIAL ON HAND-ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $32,306.46 1.OD 3 32.306.46 -1.00 $ (32,306.461 0.00 0,01/4 $ 31 OVID-19 HEALTH & SAFETY PLAN IMPLEMENTATION 1 FA 32,000.)0 $2,000,00 0.22 $ 43621 $ - 022 21.8% $ 436,21 32 PROJECT SIGN(4'X8') 1 EA $1.076.74 Sl,D76,74 1,00 $ 1,076,74 1 $ - 1.00 100.01/4 S 1,076,74 33 TRAFFIC SIGNAL SYSTEM, COMPLETE - ENCHANTED PKWY S (SR 161)& 19TH WAY S-CREDIT -1 LS $40,971.0 -540,971.00 $ - S - 0.00 0.0% $ - 34 WSDOT REVISIONS, LOOPS -CREDIT -7 EA 5500,00 -$3,500.0 $ - -7.00 S (3,5000 -7.00 100.0% $ (3,500-001 35 �EVISION TO WSDOT INTERSECTIONS, MODIFICATION TO VIDEO DETECTION AND ADDITION OF THE S 348TH P T (SR 18) & ENCHANTED PKWY S (SR 161) INTERSECTION (ITS 34), AND ASSOCIATED FIBER OPTIC COMMUNICATIONS BETWEEN THIS INTERSECTION AND THE 1-5 SB & S 348TH ST (SR 18) INTERSECTION 1 LS S12l,876.40 $121,876.40 0.70 $ 05,313,48 0,70 70.0% S 85,313,48 36 Autoscope Camera and Connectors 1 LS 513,210.25 S13,2ifl,25 1.00 $ 13.218,25 1.00 100.0% $ 13,218,25 37 Non -Standard Mounting Brackets 1 LS $2,276.92 $2,276.92 1.00 $ 2,276.92 1.00 100.0% S 2,276.92 36 PSE Power Service at S 320th ST and 1-5 SB (ITS 02) 1 LS 55,111.72 $5,111.72 $ - 0.90 S 4,600.55 0.90 90.0% $ 4,6aa,55 39 PSE Power Service at S 320th ST and 1-5 NB (ITS 04) 1 LS 523,911.67 S23,911.67 S - 0.90 $ 21,520.50 0.90 90.0% $ 21,520.50 40 PSE Power Service at SR 18 & 1-5 SB (ITS 41) 1 LS 523,202.16 $23,202.16 S - 0.90 S 20,861.94 0.90 90.0% S 20,881.94 41 PSE Pwer Service at Enchanted PKWY S (SR 161) & SR 18 WB (ITS 42) 1 LS $4,623.69 $4,623.69 S - 0.90 Is 4,161.32 0.90 90.0% 5 4.161.32 42 PSE Pwer Service at Enchanted PKWY S (SR 161) & Milton RD S (ITS 43) Propety Restoralicn-Credit 1 LS $4,942.31 $4,942.32 S - 0,90 $ 4,448.09 0.90 90,0% $ 4,448.09 43 -1 FA $5,000.011 -$5,000.00 S - $ - 0.00 0,0% S - TOTALSCHEDULEA $1.141,731.87 _ M7,563.60 $248,293.36 - $1,025,057.0 SCHEDULE 8 - CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS IMPROVEMENTS - PHASE 3 (BASE BID) 1 UNEXPECTED SITE CHANGES MOBILIZATION PROJECT TEMPORARY TRAFFIC CONTROL 0.75 FA $5,000.00 $3,750.00 020 S 985.94 $ - 020 26.3% S 985.94 2 1 LS 550,000.00 550,000O0 1.00 S 50,000.00 S - 100 100.0% $ 50,000,00 3 1 LS $55,000.00 S55.000,00 028 S 15,400.00 0.11 $ 6,050.00 0.39 39.01/4 3 21,450.00 4 OFF -DUTY UNIFORMED POLICE OFFICER 40 HR Silo -Go $4,400-00 0,00 S - S - 0.00 0.0% S - 5 PROPERTY RESTORATION 1 FA $5.000.00 $5,000.00 0.00 S • $ 0.00 0.0% $ - 6 SPILL PREVENTION, CONTROL, AND COUNTERMEASURES PLAN 1 LS 51,500O0 $1,500-00 0.00 S - $ - 0-00 0-0% S - 7 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 316TH ST & SR 99 1 1 LS $30,688.0 S30,688,oa 0.95 3 29,153.60 3 - 0.95 195.0% 3 29,153.60 7MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS 527,000.00 0.00 3 3 - 0.00 0.0% 3 - 0 TRAFFIC SIGNAL SYSTEM, COMPLETE-S312TH ST & SR 99 1 LS 542,400,00 $42,488,00 0.95 $ 40,363.60 S - 0.95 95.0% $ 40,363.60 BMOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $36,513.30 0,00 $ - S - 0-00 0.0% S - 9 TRAFFIC SIGNAL SYSTEM, COMPLETE S 312TH ST & 14TH AVE S 1 LS $24,168.00 524,168.00 0.95 3 22,959.60 S 0.95 95.0% $ 22,959.60 9MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $20,000.00 0.00 S $ - 0.00 0.0%, $ 10 TRAFFIC SIGNAL SYSTEM, COMPLETE - DASH PT RD 8 11TH PL S 1 LS $33,643,00 533,643,00 0.91 5 30,615.13 0,04 $ 1,345.72 0-95 95-0 % $ 31,960.85 10MOH MATERIAL ON HAND -WESTERN SYSTEMS ASCS EQUIPMENT 1 LS S18,000.00 0.00 S - S - 0.00 0-0% $ - 11 TRAFFIC SIGNAL SYSTEM, COMPLETE - DASH PT RD & 16TH AVE S 1 LS $12,41 Do 312,415.00 0.47 $ 5,836.46 0.48 $ 5,960.64 0.95 95.0%. S 11,797.10 12 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & DASH PT RD 1 LS 529,389.00 $29,389,00 0.95 S 27,919.55 S - 0.95 95.0% $ 27,919.55 12MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $20,000.00 0.00 5 - 3 - 0.00 0.0% $ - 13 TTRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & a 276TH ST 1 LS $29.004.00 $29,084.00 0,95 S 27,629.30 $ 0.95 9U54 S 27,629.80 13MOH MATERIAL ON HAND -WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $21.000.00 0,00 S $ 0.00 0.0% $ - 14 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 280TH ST 1 LS 566,568.00 566,568,00 0.92 S 61,242.56 003 $ 1,997.04 0,95 95,0 % $ 63,23950 14MOH MATERIAL ON HAND -WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $39,000 DO 0.00 S - $ - 0,00 0.0% $ - 15 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 304TH ST 1 LS $38,320.00 $38,320.00 0.95 S 36,404.00 $ - 0.95 95.0%ii 3 36,404.00 15MOH MATERIAL ON HAND- ECONOLITE ASCS EQUIPMENT 1 LS $2.000.00 040 S - $ 0.00 0Ow$ - 16 TRAFFIC SIGNAL SYSTEM, COMPLETE - SR 99 & S 308TH ST 1 LS 536,766 00 $38,766,00 0.95 $ 36,627,7D S 0.95 95.0% $ 36,827,70 16MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $23.000.00 0.00 S - S - 0-00 0 0 % S - 17 TRAFFIC SIGNAL SYSTEM, COMPLETE - S 288TH ST- & 18TH AVE S 1 LS $34,063.00 $34,063,001 0.95 $ 32,359.85 S • 0.95 95.0% 3 32,359.85 17MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS 320.000.00, 0.00 3 is 0,00 10.0% S la TRAFFIC SIGNAL SYSTEM, COMPLETE- S 304TH ST & 28TH AVE S 1 LS 527,499,00 527,499,00 0.95 $ 26,124.05 S - 0,95 95,0 % 5 26,124.05 18MOH MATERIAL ON HAND- ECONOLITE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS 521,000O0 0,00 S - $ - 0.00 0-0 % S - 19 TRAFFIC SIGNAL SYSTEM, COMPLETE - MILITARY RD S & S STAR LAKE RD 1 LS $32,036.00 $32,338.0 0.86 $ 28,240.65 0.09 $ 2,955.42 0.95 95,0% S 31.196.10 19MOH MATERIAL ON HAND- ECONOLTE & WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $21,000.00 0.00 S 3 - 0,00 Pao. 2 03 '&-. Systems 12 PROJECT COST TABLE COST FOR SCOOT PROJECT - 44 INTERSECTION �^ Item # Description Qty Unit Unit Price Extended Price 1 Project Management 1 LS $ 10,000.00 5 10,000.00 Furnish and Install ASCT Central 2 System Software 1 LS $ 151,976.25 $ 151,976.25 Furnish and Install ASCT Central 3 System Licensing (SCOOT) Furnish and Install ASCT Central 1 LS $ 201,042.50 $ 201,042.50 System Hardware (SCOOT & 9 4 TACTICS) Furnish and Install ASCT Central 4 LS $ 4,333.33 $ 17,333.32 5 System Software (TACTICS) 1 LS $ _ 89,045_00 $ 89,045.00 `` Furnish and Install ASCT Local 6 I Controller Software 4 EA $ INCLUDED Furnish and Install ASCT Local 7 Controller Licensing 44 EA $ INCLUDED Furnish and Install ASCT Local g Controller Hardware 44 EA $ 4,393.74 $ 193,324.56 9 Review Existing Detection 1 LS $ 19,857.50 $ 19,857.70 Maintenance and Support (1 PER 10 Year) 1 YR $ 23,176.47 $ 23,176.47 7-System Testing, Configuration, 11 Fine -Tuning and Verification 1 $ 142,575.00 $ 142,575.00 __LS PER YR $ 23,176.47 $ 92,705.88 Maintenance and Support (4 12 Years) 4 Training and Documentation 13 (min. 5 days training) 1 LS $ 13,125.00 $ 13,125.00 EA 14 E SCOOT Software License Pack 1 $ 36,025.00 $ $ 36,025.00 990,186.48 TOTAL System Procurement under Construction www.westernsystems-inc.com 11122 Industry Street, Bldg. B, Everett, WA 98203 1 P;425.438.1133 The leader in providing innovative solutions, support and manufacturing for the transportation industry Public Works Department Project: CITYWIDE ADAPTIVE SIGNAL CONTROL SYSTEM -ITS Number: 7 Contract Pay Estimate IMPROVEMENTS PHASE 1 & 2 AND PHASE 3 Dale: 1-00.2021 Contractor: NORTHEAST ELECTRIC, LLC Pay Period February 18, 2021 - fillpl-lTtver 3u, 2a21 Project Number. 2029216 prof a 202• 324e.2.IIA6 Account: caa2021a3oo aC3vviw660o POM 068487 Pml■21h $24.404. ttem No. Contract Bid Item Eat, Qty CURRENT CONTRACT Unit Unit Prlee Did 130- PREVIOUS TOTAL OM TotalAmount THIS ESTIMATE Quantlllea Total Amount Quantttlea TO DATE Percent Total Amount 20 TRAFFIC SIGNAL SYSTEM, COMPLETE - MILITARY RD S 8 S 31ST AVE S 1 LS 31S,708.00 $15,708.01: 0.60 $ 9,424.80all80 0.95[21.6% .0% $ 14,922.60 21 TRAFFIC SIGNAL SYSTEM COMPLETE -MILITARY RD S a S 286TH ST 1 LS $36,718.00 $36,716.00 0.90 $ 33,044,4080 0,95.0% E 34,600-20 21MOH MATERIAL ON HAND-ECONOLITE5 WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $25,000.00 0.00 S -0.000% S22 'TRAFFIC SIGNAL SYSTEM, COMPLETE -MILITARY RD S 6 S 304TH ST 1 LS $46,78100 S46,761 0 0,95 S 44 441.95 0.950% E 44.441.95 22MOH MATERIAL ON HAND-ECONOLITE 6 WESTERN SYSTEMS ASCS EQUIPMENT 1 LS $15,271171 0,00 S • 000.0%5 - 23 COVID-19 HEALTH S SAFETY IMPLEMENTATION PLAN 1 FA $2.000.00 $2.0000 0.22 S 436.200,22 S 436.20 24 PROJECT SIGN(4'%e') 1 EA $1.076,74 $1,076,74 100 S 1.076.741000%1.07834 25 MODIFICATION TO VIDEO DETECTION -CREDIT -1 LS 51.17762 31,177.82 S -2 -1.000% 5 (1,177,821 26 Propony Restoralion-Credit •1 FA 55.00000 55,000.0 5 - ,0% 5 TOTAL SCHEDULE $655,685.92 $560.485.61 $24,464.60 $504,251.21 TOTAL SCHEDULE A S B $1,797.417.79 $7,336,050.29 $272.757.96 S1,610,80813 — RCTAWA4E 084 S S • 4 - HIS SECT- L B 1 - - O pAYIVERY PREFERENCE (CHECK ONE) MAIL i o-1-2- APPROVED BY AUTH i2ED REPRESENTATIVE DATE PICK UP AT CITY FINANCE COUNTER CITY OF FEDERAL WAY PROJECT ENGINEER DATE 1 hereby echnotsredge Met the merchandise and/or Bermes have been received es slelad on Ihti m+se+ A. Ohm *W,9eta" eppvo w m i/re Purchase order. I ePProve Ih"AIM&R/V E D CITY OF FEDERAL WAY PURI Ir WORKS DFPT gglp$py'AL FOR /1 DATE 4WA DATE: Oct 04, 2021 TOTAL RETAINED TO DATE: TOTAL PAID TO DATE: $0.00 � s,,sya,sas.xs TOTe'1L ,t fAf�l'f€.; $2721757i95 R ACE PICO f2dFS!ir.NCC Or=-[ *r%RAL FpiC1D:1-'-N:THHOLD RETAINAGE I�FROM PAYMENT I l.- MON-KDERAL PROJECT • RETAINAGE BOND ON FILE [—X 11FIEDERAL PROJECT-RETAINAGE DOES NOT APPLY Page 3 .13 AM, Washington State Department of Transportation January 4, 2022 Mr. Edward Walsh Public Works Director City of Federal Way 33325 8t' Avenue South Federal Way, Washington 98003 Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TN:1-800-833-6388 www.wsdot.wa.gov City of Federal Way Citywide Adaptive Traffic Control System CM-HSIP-OOOS(464) FUND AUTHORIZATION Dear Mr. Walsh: Enclosed for your information and file is a copy of Supplement Number 3 to Local Agency Agreement LA-9097 for the above project between WSDOT and your agency. This supplement modifies the funding for this project to the amounts shown below: PHASE TOTAL FEDERALSHARE Preliminary Engineering $382,496 $373,058 Construction $2,339,994 $1,486,942 In addition, this supplement modifies the Project Agreement End Date to December 31, 2025. All costs exceeding those shown on this agreement are the sole responsibility of your agency. Any costs incurred after the Project Agreement End Date shown on the supplement are not eligible for federal reimbursement. In addition, all eligible costs incurred prior to the End Date must be billed within sixty (60) days of the End Date or they are ineligible for federal reimbursement. As a condition of authorization you must show continuous project progress through monthly billings, until your project is complete. Failure to show continuous progress may result in your project becoming inactive per 23 CFR 630.106(a) (5) and subject to de -obligation of all federal funds and agreement closure. You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincerely, sty rA'X Stephanie Tax Manager, Program Management Local Programs STJg:ml Enclosure cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121 RETURN TO: PW ADMIN EXT: 2700 ID #: 4017 N )Y� CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Capital Englneerinq 2. ORIGINATING STAFF PERSON: Naveen Chandra EXT: 2729 3. DATE REQ. [IN : ASAP 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION 0 CONTRgCT;�46OTLAA E EENDMENTT (AG.#)7-126 I � 2 ❑ INTERLOCAL 0 OTHER _- (j97- 4. PROJECT NAME: Citywide Adaptive Traffic Control System 5. NAME OF CONTRACTOR: WSDOT ADDRESS: 310 Maple Valley Park Avenue SE POB 47300 Olympia E-MAIL. SIGNATURENAME: Stephanie Tax .i € € € €Yi+a €:: 360-705-7000 I .A rrrL€ N1anaper, Prang Mngmnt 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # EXP. 7. TERM: COMMENCEMENT DATE: MY 25, 2017 COMPLETION DATE: December 31, 2021 ** 8. TOTAL COMPENSATION: $ No Change* (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: D YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: d YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: n RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: N/A 9. DOCUMENT / CONTRACT REVIEW 6 PROJECT MANAGER ❑ DIVISION MANAGER 8 DEPUTY DIRECTOR 11 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) I LAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) 11. CONTRACT SIGNATURE ROUTING INITIAL / DATE REVIEWED INITIAL / DATE APPROVED SCHEDULED COMMITTEE DATE: SCHEDULED COUNCIL DATE: COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT 6 SIGNATORY (MAYOR OR DIRECTOR) 6 CITY CLERK'L X ASSIGNED AG # AG# 1 -126B X SIGNED COPY RETURNED (in Laserfiche) DATE SENT: 01/10/2022 COMMENTS: EXECUTE " 1 " ORIGINALS ' Move PE funds to CN; •. Extends completion date 1 /2020 Washington StateDeparment of Transportation Local Agency Agreement Supplement Agency Supplement Number City of Federal Way 2 Federal Aid Project Nt'Mhr;r - Jr>_c i� }� C h;.:,,,` r,r CFDA Na. 20.205 HSIP-OOOS(464) LA-99WgoS }an (Catalog of Federal Domestic Assistance) The Local Agency requests to supplement the agreement entered into and executed on July 25, 2017 All provisions in the basic agreement remain in effect except as modified by this supplement. The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment (2 CFR Part 180). Additional changes to the agreement are as follows: Project Description Name Citywide Adaptive Traffic Control System Length n/a Termini N/A Description of Work ✓ No Change Reason for Supplement Move PE funds to CN. Are you claiming indirect cost rate? ❑ Yes ✓ No Project Agreement End Date December 31, 2021 Does this change require additional Right of Way or Easements? L] Yes ✓ No Advertisement Date: October 4, 2019 T e of Work Yp _ PE % a. ften,:y b.Other Federal Aid c. Other i Estimate (�) Supplement 2 () Previous Agreement[SuDDI .___ __ . of Funding (3) -- - (4) Estimated Total Estimated Agency Project Funds (5) Estimated Federal Funds -Funds 0.00 it 0.00 0.00 Participation Ratio for PE • State 0.00 . Total PE Cost E tim t +b+ + 0.00 0.00 0.00 0.00 0.00 i�;* of wa �° _ f. Age n .Other 0.00 0.00 Federal Aid Participation h.Oth r 0.00 Ratio for RW i• State 0.00 '. T tal RNII Cost Estim f+ +n+; 0.00 0.00 0.00 0.00 0.00 Construction . Contr 0.00 1.0 her 0.00 m. Other 0.00 Federal Aid n. Other 0.00 Participation !Ratio for CN o. Agency 0,00 G a. State 0.00 - a. Total CN Cost Estimate rk+i+m+„+ + l 0.00 0.00 0.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 __.... r. Total Proiect Cost Estimate tP+i± 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 Agency,officiall Washington. tate apartment f Transportation By��� Bye`.- ., Title?�nFerrzfl� ! F<« :r Director, Local Paclrar n Date Executed AIR 2 5 2029 DOT Form 140-041 Page 1 Revised 03/2019 solJoIcn"On! Number c1ty of Federal Wav 2 lo G,i... ral ,i. i r'r7jr-„ t N. r r r _�AL�jrfement Number ..... _ _ _ CFDA No. 20.205 HSIP-OOOS(464) LA 999W 9 pq -� i(Ca[alog of Federal Domestic Assistance) VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin. Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 - Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. Vill. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program -specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. 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 03/2019 Amok wArWashington state F Department at Transportathon Federal Aid Nubmer : HSIP-0008(464) Agreement Number: LA 9W q1097+ zto Project Title: Citywide Adaptive Traffic Control System Supplement Number Type of Work Estimate of Funding (1) PREVIOUS AGREEMENT/ SUPPLEMENT (2) SUPPLEMENT (3) ESTIMATED TOTAL PROJECT FUNDS (4) ESTIMATED AGENCY FUNDS (5 ) ESTIMATED FEDERAL FUNDS P.E. a. Agency: tt]O.t)% b. Consultant Federal Aid c. Consultant (Prof Svcs Software) ct . Other (non participating) d State e Total PE Cost Est. (a thru e) $78.600 -$36,253 $42,347 $42,347 $375,540 -353,562 $321.978 $321,978 $8,733 $8,733 $8.733 $462 873 ($89,815) $373,058 _ $373,058 Right of Way f Agency % g Other Federal Aid h Other Perlicipalion I State Rallo for RW 1 Total RIW Cost Est. (f thru j) Construction k Contract (Traffic Manage. Ctr) CMAQ k1 Contract (Traffic Manage. Ctr)non participant CMAQ - 86.5% k2 Contract (System Procurement) CMAQ HSIP-90% k3 Contract (System Procurement) HSIP k4 Contract (Sys Proc -Non Pert.) Fir 1i :,l A,d k5 Contract (Detection, etc.) HSIP k6 Contract (Detection, etc.) Non -Part Perm Jprni on o Consultant (CM) CMAQ rR;auo for CN o1 Consultant (CM) HSIP o2 Agency (CM) CMAQ o3 Agency (CM) HSIP p State _LSIat,7_ryryl.?_,I.!AQ n Total Const, Cost Est. (k thru P) $95,000 $95,000 $12,825 $82.175 $14,907 $14.907 $14,907 $844,220 $844.220 $1 13,970 $730,250 $213,475 -$67,475 $146,000 $14,600 $131,400 S46A99 -$46,099 $358.333 $167.269 $525,602 $52.560 $473,042 _ $464,398 $464398 $464,398 $20.000 $20,000 k $2,700 $17,300 $9,000 $9,000 $900 $8,100 $25,000 $25,000 $3,375 $21,625 $16,000 $16.000 $1,600 $14,400 $10,000 $10.000 $1,350 $8.650 $1,637,127 $533,000 $2,170,127 $683,185 $1,486,942 r.Total Project Cost Estimate (o+j+p) $2,100,000 $443,185 $2,543,185 $6831,185 $1,860.000 wiWashington State r Department of Transportation April 1, 2020 Mr. Edward Walsh Public Works Director City of Federal Way 33325 8ch Avenue South Federal Way, Washington 98003 Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov City of Federal Way Citywide Adaptive Traffic Control System CM-HSIP-OOOS(464) FUND AUTHORIZATION Dear Mr. Walsh: Enclosed for your information and file is a copy of Supplement Number 2 to Local Agency Agreement LA-9097 for the above project between WSDOT and your agency. This supplement modifies the funding for this project to the amounts shown below: PHASE TOTAL FEDERALSHARE Preliminary Engineering $373,058 $373,058 Construction $2,170,127 $1,486,942 All costs exceeding those shown on this agreement are the sole responsibility of your agency. Any costs incurred after the Project Agreement End Date shown on the supplement are not eligible for federal reimbursement. In addition, all eligible costs incurred prior to the End Date must be billed within sixty (60) days of the End Date or they are ineligible for federal reimbursement. As a condition of authorization you must show continuous project progress through monthly billings, until your project is complete. Failure to show continuous progress may result in your project becoming inactive per 23 CFR 630.106(a) (5) and subject to de -obligation of all federal funds and agreement closure. You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincerely, Sfqt� 7'aoc Stephanie Tax Manager, Program Management Local Programs ST:jg:ml Enclosure cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121 RETURN TO: PW ADMIN EXT: 2`700 ID #: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/Div: PUBLIC WORKS / 2. ORIGINATING STAFF PERSON. EXT: 3. DATE REQ. Bl : 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G, RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ I OCAL OTHER C " � ¢ l4L� t "�L1. j- G A-ii�Tj r�L j vT � J, �• rYf 4. PROJECT iVAME: � 1 ft�I Ls •I- ` � �i-[" `1 5. NAME OF CONTRACTOR: ) r " T ,c r1 t J�� hl 1 ADDRESS: C c u 'A, E SU TELEPHONE:-3 it" (5 - F a -` 6CIO E-MAIL: FAX'. SIGNATURE NA.,AE: TITLE: 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # EXP. / /! 7. TERM: COMMENCEMENT DNFE: COMPLETION DATE: 8. TOTAL COMPENSATION: $']J (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE'- ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF'YES, $ PAID BY. ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED ❑ PROJECT MANAGER ❑ DIVISION MANAGER ❑ DEPUTY DIRECTOR ❑ DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ❑ LAW DEPT 10.. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENTTO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT ❑ SIGNATORY (MAYOR OR DIRECTOR) ;�-CITY CLERK 'ASS IGNED AG # AG# ❑ SIGNED COPY RETURNED DATE SENT: I .cl• kc r 4f %YRETURN ONE ORIGINAL E COMMTS: EXECl1TE" "ORIGINALS l il-M A RECEIVE® JUL 0 8 2019 A011111k CITY OF FEDERAL WAY CPWashington State PUBLIC WORKS DEPT. Department of Transportation July 2, 2019 Mr. Edward Walsh Public Works Director City of Federal Way 33325 8`h Avenue South Federal Way, Washington 98003 City of Federal Way Citywide Adaptive Traffic Control System CM-HSIP-OOOS(464) FUND AUTHORIZATION Dear Mr. Walsh: Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TrY.1-800-833-6388 www.wsdot.wa.gov We have received FHWA fund authorization, effective July 2, 2019, for this project as follows: PHASE Construction TOTAL $1,637,127 FEDERAL SHARE $1,397,127 The following are required to ensure compliance with federal and state requirements: • Advertisement of the project within six weeks of construction authorization. • Submit the Award Data to the Region Local Programs Engineer prior to construction start. • Show continuous project progress through monthly billings, until the project is complete. Failure to show continuous progress may result in the project becoming inactive per 23 CFR 630.106(a) (5) and subject to de -obligation of all federal funds and agreement closure. Enclosed for your information and file is a fully executed copy of Supplement Number 1 to Local Agency Agreement LA-9097 between WSDOT and your agency. All costs exceeding those shown on this agreement are the sole responsibility of your agency. Any costs incurred after the Project Agreement End Date shown on the supplement are not eligible for federal reimbursement. In addition, all eligible costs incurred prior to the End Date must be billed within sixty (60) days of the End Date or they are ineligible for federal reimbursement. In addition, this supplement modifies your PE funds to a total of $462,873 ($462,873 federal share). You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincerely, r� Fps; Stephanie Tax Manager, Program Management Local Programs STJg:ml Enclosure cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121 Ae.& "� Washington State Agency Agreement Local A Supplement Department of Transportation 9 Y 9 PP Agency Supplement Number City of Federal Way 1 Federal Aid Project Numbe, Agreemwl' Number ;CFDA No. 20.205 HSIP-0005(464) LA,); {°)" ta?op of Federal Domestic Assistance) The Local Agency requests to supplement the agreement entered into and executed on July 25, 2017 All provisions in the basic agreement remain in effect except as modified by this supplement. The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment (2 CFR Part 180). Additional changes to the agreement are as follows: Project Description Name Citywide Adaptive Traffic Control System Length n/a Termini various Description of Work ✓ No Change Reason for Supplement Obligate construction funds. Move system procurement funds from PE to CN, Are you claiming indirect cost rate? ❑ Yes ✓ No Project Agreement End Date December 31, 2021 Does this change require additional Right of Way or Easements? ❑ Yes ✓ No Advertisement Date: June 30, 2019 Estimate of Funding_ Type of Work (1) 2 (3) (4) '^ (5) YP () Previous Estimated Total Estimated Agency' Estimated Federal _ Aareement/Su I. Supplement Project Funds Funds Funds PE T ono - SEE ATTACHED FUNDING TABLE 0.00 ;t 0.00 Federal Rid 0 00 Participation c 0.00 Ratio for PE t e 0.00 0.00 10,00 Right of Wa�yo'f. Agency 0.00 Qther 0.00 Federal Aid 0.00 Participation 'h.Other Ratio for RW i. State 0.00 N�----- _I I.- Total RM Cost Estimate t +h-i 0.00 0.00 0.00 0.00 009 Construction ' -- - - k, Contract 10.00 1.Other 0.00 m. Other-- 0.00 Federal Aid n_ Other 0.00 Participation ; -- . , 0.00 Ratio for CN 'o. A enc n Ctmho 0.00 _ a. Total CN Cost Estimate (k+l+m+n a 0.00 0.00 j 0.00 0.00 10.00 r..Total. Project Cast Estimate ce+i+a), 0.00 0.00 0.00 ' 0.00 0.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agency vial Washington State Department of Transportation By ,- Title m Ferrell, Mayor bt4ctar. Local Program Date Executed JUN 2 7 a19 DOT Form 140-041 Page 1 Revised 03/2019 lAgEnCy, City of Federal Wad 1 Federal .Aid Project Piumkaer lAg eni Number CFDA No. 20, 21 HSIP 0005(464) LA 9897 (Catalog of Federal Domestic Assistance) Vi. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin, Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -Audit Requirements. If upon audit it is found that overpayment or participation•, of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. Vill. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program -specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. 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 03/2019 Federal Aid Nubmer: HSIP-0005(464) Agreement Number: LA 9097 Project Title : Citywide Adaptive Traffic Control System Supplement Number: 1 Type of Work Estimate of Funding (`) PREVIOUS AGREEMENT/ SUPPLEMENT (2) SUPPLEMENT (3) c.ST'PAATED TOTAL F'RC1JFCT PUNTS (4) ESTIMATED AGENCVFUNOS (5) ESTIMATED FEOERAL FUNDS P.E. a. Agency: 100.0% b. Consultant Federal Aid c. Consultant (Prof Svcs Software) c1. Other (non participating) d State e Total PE Cost Est. (a thru e) $78,600 $78,600 $78.600 $375,540 $375,540 $375,540 $192,127 -$192,127 $95,000 495,000 $8,733 $8,733 $8,733 $750,000 ($287,127) $462,873 $0 $462,873 Right of Way f Agency % g Other Federal Aid h Other Parlicipalion i State Ratio For RW j Total R1W Cost Est. (f thru i) Construction k Contract (Traffic Manage. Ctr) CMAQ CMAQ - 86.5% k1 Contract (System Procurement) CMAQ HSIP -90% k2 Contract (System Procurement) HSIP fl a k3 Contract (Sys Proc -Non Part.) a, k4 Contract (Detection, etc.) HSIP I: +::• For cN o Consultant (CM) CMAQ of Consultant (CM) HSIP o2 Agency (CM) CMAQ o3 Agency(CM)HSIP p State, q Total Const. Cost Est. (k thru p) $95,000 $95.000 S12,825 $82,175 $844,220 $844,220 $113,970 $730,250 $213,475 $213,475 $21,348 $192,127 $46,099 $46,099 $46,099 $358,333 S358.333 $35,833 $322.500 $20,000 $20,000 $2,700 $17.300 $9,000 $9,000 $900 $8,100 $25,000 $25,000 $3,375 $21,625 $16,000 $16,000 $1,600 $14.400 $10,000 $10,000 $1,350 $8.650 $1,637,127 $1,637,127 $240,000 $1,397,127 r.Total Project Cost Estimate (e+j+q)l $750,000 $1,350,000 $2,100,000 $240,000 $1,860,000 RETURN TO: PW ADMIN EXT: 2700 ID #: \ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS / 2. ORIGINATING STAFF PERSON: tPS.wc w 11'1 kiR (- EXT: 21 i 1 3. DATE REQ. BY: 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G, BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): NrINTERLOCAL OTHER C-1 � ^a _y 2� rinaa �+— �/lr Tt t�l 4. PROJECT NAME: C 14t,j �A��a� f Alt Qll�rC l Z�/I �"tJ � L1I S ( 5. NAME OF CONTRACTOR: OA 5��7AX TjrZW1S OY'��t ADDRESS: TELEPHONE: E-MAIL: FAX: SIGNATURE NAME: TITLE: 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ArALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL. EXP. 12/31/ UBI # j / GT , , EXP. 7. TERM: COMME�N`CEMENT DATE: c) Ci �1 Icy, ZO I�I COMPLETION DATE:C. (� �o r I-Av y Ph� ( h+� cuy) P��I "`'(`At -� C I I J (INCLUDE EXPENSES AND SALES TAX, IF ANY) 8. TOTAL COMPENSATION: $ tc (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY. ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: rl C 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED PROJECT MANAGER DIVISION MANAGER �LC� DEPUTY DIRECTOR "[RECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ,SLAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: �� COUNCIL APPROVAL DATE: i 11. CONTRACT SIGNATURE ROUTING ('' 7 ENT TO VENDOR/CONTRACTOR DATE SENT: �` ` DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY MAYOR Ol f CTeR) ❑ CITY CLERK 1 / ASSIGNED AG # AG# SIGNED COPY RETURNED DATE SENT: 11 df- /7� ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE " " ORIGINALS WWr:[Et WS0C9l ►u S—c j�N�`'( Qf i1�1Ddl�lr✓ h si- 4/2017 r GLj J(,� AMW V*whkvtm Stabs wl Depwrinxuft of 7fra "*M tM&M Agency City of Federal Way Address 33325 8th Ave S Federal Way, WA 98003 Local Agency Agreement CFDA No. 20.205 (Catalog or Federal Domestic Assistance) Project No. H-SfP-oOOS(`i6K) Agreement No. 7 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 Adaptive Traffic Control System Termini various Description of Work Length n/a The project would provide for the implementation of an adaptive traffic control system, including systems engineering, design, construction, and implementation. The project would include the Federal Way Urban Center, particularly on S 320th Street and SR 99 and extend southward on SR 99 to include SR 18 and SR 161. (see below for additional description of work). Project Agreement End Date December 31, 2019 Claiming Indirect Cost Rate Proposed Advertisement Date [:]Yes Z No Estimate of Fundin (1) (2) (3) Type of Work SEE ATTACHED Estimated Total Estimated Agency Estimated Federal FUNDING TABLE Project Funds Funds Funds PE a. A enc b. Other Federal Aid c. Other Participation d. State Ratio for PE e. Total PE Cost Estimate a+b+c+d $ 0.00 $ 0.00 $ 0.00 Right of Way f. Agency °° q. Other Federal Aid h. Other Participation Ratio for RW i• State '. Total RM Cost Estimate (f.±g+h-Hi $ 0.00 $ 0.00 $ 0.00 Construction k. Contract % 1. Other m. Other Federal Aid n. Other Participation o. A enc Ratio for CN p. State q. Total CN Cost Estimate k+l+m+n+o $ 0.00 $ 0.00 $ 0.00 r. Total Pro'ect Cost Estimate e ' $ 0.00 $ 0.00 $ 0.00 Age ffic" By T' a im Ferrell, Mayor DOT Form 140-039 Revised 05/2015 Washington S e Department�of�Tnsportatiion By S. Director, Local Pr rams Date Executed JUL 2 5 2017 Page 1 %i Washington state Department of Transportation Federal Aid Nubmer : F}S1f _ 000SS(4 6y) Agreement Number: LA q 09 7 Project Title : Citywide Adaptive Traffic Control System Type of Work (3) ESTIMATED TOTAL PROJECT FUNDS (4) ESTIMATED AGENCY FUNDS (5) ESTIMATED FEDERAL FUNDS P.E. 100.0% Federal Aid a. b. c. c1. d e Agency: Consultant Prof -Services -Software Other -non participant State Total PE Cost Est. (a thru e) $78,600 $78,600 $375,540 $375,540 $192,127 $192,127 $95,000 $95,000 $8,733 $8,733 $750,000 $95,000 $655,000 Right of Way % Federal Aid Participation Ratio for RW f g h i j Agency Other Other State Total R/W Cost Est. (f thru j) Construction % Federal Aid Participation Ratio for CN k m n n1 o p q Contract Contract (Non -Participation) Consultant (CM Non Participant) Consultant(non participant) Other State (State Funds) Total Const. Cost Est. (k thru p) r.Total Project Cost Estimate (e+j+q) $750,000 $95,000 $655,000 Construction Method of Financing (Check Method Selected) State Ad and Award Method A - Advance Payment - Agency Share of total construction cost (based on contract award) Method B - Withhold from gas tax the Agency's share of total construction coast (line 5, column 2) in the amount of at $ per month for months. Local Force or Local Ad and Award 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 Jan 3 , 2017 , Resolution/Ordinance No. 17-712; 17-714 (1/17/17) 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: Preliminary engineering. Right of way acquisition. 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). DO Form 140-039 Page 2 Revised 05/2015 The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A —The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the amount of the Agency's share of the total construction cost based on the contract award. The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor. Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency. This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. Method B — The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C — The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration, memoranda of understanding between WSDOT and FHWA, and 2 CFR Part 200.501 -Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation (see Section IX). Vill. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program -specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. DOT Form 140-039 Page 3 Revised 05/2015 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. X. Traffic Control, Signing, Marking, and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD. The Agency will, at its own expense, maintain the improvement covered by this agreement. XI. Indemnity The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits, whether at law or equity brought against the Agency, State, or Federal Government, arising from the Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. XII. Nondiscrimination Provision No liability shall attach to the State or Federal Government except as expressly provided herein. The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT- assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S. C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor. (2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order. (4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order. In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following actions: (a) Cancel, terminate, or suspend this agreement in whole or in part; (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. DOT Form 140-039 Page 4 Revised 05/2015 XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph. XIV. Termination for Public Convenience The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part, whenever: (1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise. (2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources. (3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than the contractor. (4) The Secretary 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 Description of Work (continued): The project would site a traffic control center in City Hall, upgrade communications to support the system, install closed-circuit surveillance cameras, and implement adaptive control at a minimum of 31 intersections. DOT Form 140-039 Page 5 Revised 05/2015