Loading...
HomeMy WebLinkAboutR-1991-D6033 Department of Transportation / Fair Avenue / I-82RESOLUTION NO. P 0 3 A RESOLUTION authorizing and directing the City Manager and City Clerk of the City of Yakima to execute an agreement with the State of Washington, Department of Transportation for partial reimbursement of costs for improvements to the Fair Avenue and I-82/Yakima Avenue Interchange area. WHEREAS, the city contemplates improvements to the Fair Avenue and I-82/Yakima Avenue Interchange area and partial reimbursement for the cost of such improvement may be forthcoming from the Federal Aid Urban Systems Funds as administered by the State of Washington, Department of Transportation, on the execution by the city of the attached agreement document, and WHEREAS, the City Council deems it to be in the best interests of the city that the attached agreement document be executed by the city, accordingly, now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk of the City of Yakima are hereby authorized and directed to execute an agreement with the State of Washington, Department of Transportation, for the purpose mentioned above, a copy of which agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this f7 day of , 1991. ATTEST: Mayor City Clerk MOW '+Illashingen Sire Dsprtrrwt d TeunapertaAbet W.B.D.O.T. USE ONLY AGENCY NAME a BILLING ADDRESS City of Yakima Engineering Division 129 No. 2nd Street Yakima, WA 98901 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION CITY/COUNTY AGREEMENT FEDERAL AD PROJECT NUMBER M — 4628 14 - 4611 AGREEMENT NUMBER 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) Office of Management and Budget Circular A-102, (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 p., column (3) without written authority by the State, subject to the approval of the Federal Highway Administrator. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. PROJECT DESCRIPTION Name Fair Avenue and I-82/Yakima Ave. Area Interchange Length 1.7± Termini East Nob Hill Boulevard to North 8th Street Description of Work Preliminary design including environmental review. TYPE OF WORK ESTIMATE OF FUNDING (1) Estimated Total Project Funds (2) Estimated Agency Funds (3) Estimated Federal Funds P.E. a. Agency Work b. State Services c. Other d. Total Prelim. Eng. Right -of -Way e. Agency f. State Services g. Other h. Total R / W Cost Construction 1 Contract Engineering j. % 1 Cost Estimate Work Estimate j. Agency Force k. State Force.... Cost Estimate ESTIMATE OF THE 486.587 —0— —0— 486,587 ,82, 087, —0— —0— 82,087 4.Q4.45.0.. —0— -Q- 404.500 D.t. WOAP AMOUNT AUTH. CODE 1 Audit m. Other n. Other o. Total Construction p. PROJECT OST 486,587 82,087 404,500 W. S.D.O. T. USE ONLY Work Order Accounting Plan w.a. 1 OW. 1 c.s. FfIWA Appy. We WOAP Na A. MY D.t. WOAP AMOUNT AUTH. CODE The Federal -aid participation rate in this project wilt be determined by the Federal Government. The parties expect that it win be 83.13% however. it is understood that the rate may vary. The Local Agency agrees that this agreement is entered without relying upon any representation by the State made outside of this contract, or contained herein, as to what the Federal participation rate will be. It further agrees that it will not condition any future actions with respect to the project covered by this agreement upon past, current, or future representations as to the Federal participation rate. The dollar amount of Federal participation cannot exceed the amount shown in line p., column (3). All costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. DOT FORM 140.030 REVISED 8/83 OX A.144 CONSTRUCTION METHOD OF FINANCING STATE AD & 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 pine o., col. 2) in the amount of at S per month for - months ( ) LOCAL FORCE OR LOCAL AD & AWARD METHOD C - Agency Cost Incurred with Partial Reimbursement ( ) (Check Method Sleeted) 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 , 19 , Resolution/Ordinance No. AGENCY OFFICIAL By. aacava sxliblefelbeiN3 Zity Manager By: WASHINGTON STATE DEPARTMENT OF TRANSPORTATION State AM, Engineer 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 Federal Highway Administration. When the State acts for the Agency but not subject to the right of control by the Agency, the State shall have the right 10 perform the work subject to the ordinary procedures of the State and Federal Highway Administration. 11 DELEGATION OF AUTHORITY The State is acting 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 end 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 insure 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 procedures prescribed by the Division of Municipal Corporations of the State Auditor's Office, the U.S Department of Transportation and Washington 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. Date Executed 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 up to and including approval 2. Preparation of Plans, Specifications, and Estimates 3. Right -of -Way Acquisition 4. Project Construction in the event that Right -of -Way acquisition for, or actual construction of the road for which Preliminary Engineering is undertaken is not started ° the closing of the fifth fiscal year following the fiscal year in which - agreement is executed, the Agency will repay to the State the sum or as of Federal funds paid to the Agency under the terms of this agreement. (See Section VIII.) The Agency agrees that alt 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 AASHTO 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 REIIMBURSEMENT The total coat 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 accord with the Surface Transportation Assistance Act 1978, Title 23, United States Code, as amended. end Office of Management and Budget Circular A-102. The State shall not be ultimately responsible for any of the coats 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. 1. Preliminary Engineering, Right of Way Acquisition and Audit Costs. The Agency will pay tor Agency incurred costs on the project. Following such payments, vouchers shall be submitted to the State in the format prescribed by the State, in quadruplicate, not more than one per month. The State will reimburse the Agency up to the amount shown on the face of this agreement for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocabl this project. Expenditures by the Local Agency for the establishm, maintenance, general administration, supervision, and other overhead shat/ not be eligible for Federal participation. 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 directly 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 VW.) 2. 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 twenty (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 alt 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 shalt 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 quadruplicate, 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 the establishment, maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation. The State will 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 VIII). VII AUDIT OF FEDERAL AID PROJECT 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 Govern- ment. An audit shall be conducted in accordance with Office of Management and Budget Circular A-102. Attachment P. If upon audit it is found that an 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 VII.) VIII 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 cancelation, 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 DOT 140-090 01/e1833 OX A-144 received unless otherwise directed by the State Aid Engineer. IX TRAFFIC CONTROL, SIGNING, MARKING, l ROADWAY MAIN- TENANCE The Agency will not permit any changes to be mad* 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. X 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. No liability shall attach to the State or Federal Government except as expressly provided herein. XI NONDISCRIMINATION PROVISION 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 at 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 undertaken pursuant to any Federal program involving such grant, contract, loan, insurance or guarantee, the following equal opportunity clause: "DURING THE PERFORMANCE OF THIS CONTRACT, THE CONTRACTOR AGREES AS FOLLOWS:" (a) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employ- ment, notices to be provided by the Agency setting forth the provisions of this nondiscrimination clause. (b) The contractor will, in all solicitations or advertisements for employees placed by,or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. (c) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Agency advising the said labor union or workers' representative of the contractor's commitments under thii section 11-2 and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The contractor will comply with all provisions of Executive Order 11248 of September 24, 1965 and of the rules, regulations and relevant orders of the Secretary of Labor. (e) The contractor wilt furnish all information and reports required by Executive Order 11248 of September 24, 1965 and by the rules and regulations and orders of the Secretary of Labor, or pursuant thereto and will permit access to his books, records and accounts by the Federal Highway Administration and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (1) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be canceled. terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or Federally assisted construction con- tracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965 and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965 or by rule. regulation or order of the Secretary of Labor, or as otherwise provided by law (g) The contractor will include the provisions of this section 11-2 m every subcontract or purchase order unless exempted by rules. regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965 so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the Agency. WA Dept. of Transportation or Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in. or is threatened with litigation with a subcontractor. he may request the United States to enter into such litigation to protect the interests of the United States. 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 aider 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 It, subpart D of the Executive Order In addition, the Agency agrees that Hit 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 assistanc:e to the Agency under DOT 140-039 (R/6/83) OX A•144 the program with respect to which the failure or refusal ocourted 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. XII LIQUIDATED DAMAGES The Agency hereby agrees that the liquidated damages provisit. of 23 CFR Part 630, Subpart C and Volume 6, Chapter 3, Section 1 of the Federal -aid Highway Program Manual, 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 wilt not relieve the Agency from reduction of Federal participation in accordance with this par- agraph. XIII TERMINATION FOR PUBLIC CONVENIENCE The Secretary, Washington State Department of Transportation may terminate the contract in whole, or tom time to time m 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 resuf 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; or (4) The Secretary determines that such termination is in the best interests of the State. XIV VENUE FOR CLAIMS AND/OR CAUSES OF ACTION For the convenience of the parties to this contract, it is agreed that any claims sndior 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 Thurr County ADDITIONAL PROVISIONS YAKIMA AVE. / I-82 / FAIR AVE. FINANCING ANALYSIS TOTAL PROJECT: $13,401,693 AIQMA OUNTY RIVATE RANSIT UNCOMMITTED STREET DIVISION M.V. EXCISE $50,000 41.7% TIB CITY WSDOT YAKIMA COUNTY PRIVATE TRANSIT $9,381,185 70.0% 1,691,689 12.6% 924,717 6.9% 603,076 4.5% 600,000 4.5% 201,026 1.5% CITY PORTION: $1,691,689 NET BOND REVENUE FAUS 1/2 CENT UNCOMMITTED $1,176,000 198,779 257,489 59,421 PROJECTED 20 YEAR ANNUAL BOND REPAYMENT: @ $120,000 PER YEAR 69.5% 11.8% 15.2% 3.5% • Washington State Department of Trac eartatlon W.S.D.O.T. USE ONLY AGENCY NAME & BILLING ADDRESS CITY OF YAKIMA 129 N. 2nd St. YAKIMA, WA 98901 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION CITY/COUNTY AGREEMENT FEDERAL AID PROJECT NUMBER STPus - -4(01( (co' l AGREEMENT NUMBER LA 2407 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) Office of Management and Budget Circulars A-102 and A-128, (4) the policies and procedures promulgated by the Washington State Department of Transportation and, (5) the Fed- eral -aid Project Agreement entered into between the State and Federal Government, relative to the above project, the Wash- ington 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 s., col- umn (3) without written authority by the State, subject to the approval of the Federal Highway Administrator. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. PROJECT DESCRIPTION Name FAIR AVENUE STAGE 1 IMPROVEMENT Termini SPRUCE STREET TO PACIFIC AVENUE Length 0.72 MILES Description of Work This initial stage will involve one lane per directional flow with a two-way left turn lane; curb, gutter & sidewalk on the west side and a temporary extrr.ded curb on the east side; pavement markings; storm drainage facilities; direction lane widening for bicyclists; and utility adjustments. TYPE OF WORK ESTIMATE OF FUNDING (1) ESTIMATED TOTAL PROJECT FUNDS (2) ESTIMATED AGENCY FUNDS (3) ESTIMATED FEDERAL FUNDS P.E. a. Agency Work b. Other Consultant 0 ,,,12,3,,,5,QQ,,, 1, 500 0 1.46..7..1.. 202 0 x,0.6..,.$7... 1,298 c. State Services d. Total PE Cost Estimate (a+b+c) 125,000 16,875 108,125 Right -of -Way e. Agency Work f. Other g. State Services h. Total R/W Cost Estimate (e+f+g) 0 0 0 Construction i. Contract j. Other k. Other I. Other m. Total Contract Costs (i+j+k+I) Construction Engineering n. Agency o. Other p. State Forces q. Total Const. Engineering (n+o+p) r. Total Const. Cost Estimate (m+q) * S. TOTAL COST ESTIMATE OF THE PROJECT (d+h+r) *Federal participation in Construction Engineering (q) is limited to 15% of the Total Contract Costs. (line m, column 3) The Federal -aid participation rate in this project will be determined by the Federal Government The parties expect that it will be aD•7 %, however, it is understood that the rate may vary. The Local Agency agrees that this agreement is entered without relying upon any representation by the State made outside of this contract, or contained herein, as to what the Federal participation rate will be. It further agrees that it will not condition any future actions with respect to the project covered by this agreement upon past, current, or future representations as to the Federal participation rate. The dollar amount of Federal participation cannot exceed the amount shown in line s., column (3). All costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. ttnT 140-(ris (Rev 101921 - F CONSTRUCTION METHOD OF FINANCING (Check Method Selected) STATE AD & 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 r., col. 2) in the amount of $ at $ per month for months ( ) LOCAL FORCE OR LOCAL AD & AWARD METHOD C Agency Cost Incurred with Partial Reimbursement ( X ) The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condi- tion to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions set forth below. Adopted by official action on December 17 , 19 91 , Resolution/ No. D-6033 . AGENCY OFFICIAL BY: '1;1:e `L+)1"f'1 t'tie 1. 3 11+'Y i3Vt. City Manager Attest: KLth-e City Clerk BY: WASHINGTON STATE DEPARTMENT OF TRANSPORTATION /Assistant secretary for Loral Programs FEB 2 8 1994 PROVISIONS 1 SCOPE OF WORK The Agency shad 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 Federal Highway Administration. When the State acts for the Agency but not subject to the right of con- trol by the Agency, the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Highway Administra tion. 11 DELEGATION OF AUTHORITY The State is acting to fulfill the responsibilities to the Federal Govern- ment 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 reim- bursement in accordance with Federal requirements. If the State adver- tises 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 insure conformity with the approved plans and specifications. 1I1 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 adver- tised 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 super- visor 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 expendi- tures kept by the Agency, are to be maintained in accordance with proce- dures prescribed by the Division of Municipal Corporations of the State Auditor's Office, the U.S. Department of Transportation and Washington Department of Transportation. The records shall be open to inspection try 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 fumished to the State and/or Fed- eral Government upon request. Date Executed 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 up to and including approval 2. Preparation of Plans, Specifications, and Estimates 3. Right -of -Way Acquisition 4. Project Construction In the event that Right -of -Way acquisition for, or actual construction of the road for which Preliminary Engineering is undertaken is not started by the closing of the fifth fiscal year following the fiscal year in which the agree- ment is executed, the Agency will repay to the State the sum or surns of Federal funds paid to the Agency under the terms of this agreement (See Section VIII.) The Agency agrees that all stages of construction necessary to pro- vide the initially planned complete facility, within the limits of this project, will conform to at least the minimum values set by approved AASHTO 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 rel- ative to the basis of Federal participation in the project cost shall be appli- cable 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 accord with the Surface Transportation Assistance Act 1978, Title 23, United States Code, as amended, and Office of Management and Budget Circulars A-102 and A-128. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associ- ated 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. 1. Preliminary Engineering, Right of Way Acquisition and Audit Costs. The Agency will pay for Agency incurred costs on the project. Follow- ing such payments, vouchers shall be submitted to the State in the format prescribed by the State, in quadruplicate, not more than one per month. The State will reimburse the Agency up to the amount shown on the face of this agreement 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 the establishment, mainte- nance, general administration, supervision, and other overhead shall not be eligible for Federal participation. 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 Pre directly attributable and property allocable to this project. The State shall bi< the Agency for that portion of State costs which were not reim- bursed by the Federal Government. (See S n VIII.) 2. 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 twenty (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 wit 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 wit 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 pre- scribed by the State, in quadruplicate, 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 the establishment, mainte- nance, general administration, supervision, and other overhead shall not be eligible for Federal participation. The State will reimburse the Agency for the Federal share of eli- gible project costs up to the amount shown on the face of this agree- ment. 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 rela- tive 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 VIII). VII AUDIT OF FEDERAL AID PROJECT The Agency, if services of a Consultant are required, shall be respon- sible 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 Directive D27-50, Consultant Autho- rization, Selection, and Agreement Administration; memoranda of under- standing between WSDOT and FHWA; and Office of Management and Budget Circular A-128. If upon audit it is found that an overpayment, or participation of Fed- eral money in ineligible items of cost, has occurred, the Agency shall reim- burse the State for the amount of such overpayment or excess participation. (See Section VIII.) VIII 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 cancelation, 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 DOT 140-039 (Rev_ 10/92) - F additional Federal project funding will be approved until full payment is received unless otherwise directed by the Assistant Secretary for Local Programs. IX TRAFFIC CONTROL, SIGNING, MARKING, & 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 con- formance with the standards approved by the Federal Highway Administra- tion and MUTCD. The Agency will, at its own expense, maintain the improvement covered by this agreement. X INDEMNITY The Agency shall hold the Federal Government and the State harm- less 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, perfor- mance, 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 Govemment 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. No liability shall attach to the State or Federal Government except as expressly provided herein. XI NONDISCRIMINATION PROVISION The Agency hereby agrees that it will incorporate or cause to be incor- porated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor at 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 Govern- ment pursuant to a grant, contract, loan, insurance or guarantee or under- taken pursuant to any Federal program involving such grant, contract, loan, insurance or guarantee, the following equal opportunity clause: "DURING THE PERFORMANCE OF THIS CONTRACT, THE CONTRAC- TOR AGREES AS FOLLOWS:" (a) The contractor will not discriminate against any employee or appli- cant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demo- tion or transfer; recruitment or recruitment advertising; layoffs or termina- tion; rates of pay or other forms of compensation and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Agency setting forth the provisions of this nondiscrimi- nation clause. (b) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. (c) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other con- tract or understanding, a notice to be provided by the Agency advising the said labor union or workers' representative of the contractor's commit- ments under this section 11-2 and shall post copies of the notice in conspic- uous places available to employees and applicants for employment (d) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965 and of the rules, regulations and relevant orders of the Secretary of Labor. (e) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965 and by the rules and regu- lations and orders of the Secretary of Labor, or pursuant thereto and will permit access to his books, records and accounts by the Federal Highway Administration and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (f) In the event of the contractor's noncompliance with the nondiscrim- ination clauses of this contract or with any of such rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Govem- ment contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965 and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965 or by rule, reg- ulation or order of the Secretary of Labor, or as otherwise provided by law. (g) The contractor will include the provisions of this section 11-2 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Exec- utive Order 11246 of September 24, 1965 so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the Agency, WA Dept. of Transportation or Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncom- pliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with litigation with a subcontractor, he may request the United States to enter into such litigation to protect the interests of the United States. 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 govemment, the above equal opportunity clause is not applicable to any agency, instrumentality or sub- division 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 subcontrac- tors 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 sat- isfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. XII LIQUIDATED DAMAGES The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 630, Subpart C and Volume 6, Chapter 3, Section 1 of the Federal -aid Highway Program Manual, 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. XIII TERMINATION FOR PUBLIC CONVENIENCE The Secretary, 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 pros- ecution of war or in the interest of national defense; or an Executive Order of the President or Govemor of the State with respect to the preservation of energy resources; (3) The contractor is prevented from proceeding with the work by rea- son 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; or (4) The Secretary determines that such termination is in the best inter- ests of the State. XIV 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. ADDITIONAL PROVISIONS Washington State lra5711 Department of Transportation Sid Morrison Secretary of Transoortat,o^ March 9, 1994 Mr. Dennis Covell Engineering/Utilities Director 129 North Second Street Yakima, WA 98901 co tat c Buildtng 6o': -17300 !mora. WA 98504-7300 City of Yakima Fair Avenue - Stacie 1 STPUS-4611(001) FUND AUTHORIZATION Dear Mr. Covell: We have received FHWA fund authorization, effective March 1, 1994, for this project as follows: PHASE Preliminary Engineering TOTAL $125,000 FEDERAL SHARE $108,125 In addition, categorical exclusion determination has been approved. Enclosed for your information and file is a fully executed copy of City/County Agreement LA -2407 between the state and your agency. Also enclosed is a pre-printed Progress Bill form for the referenced project. Please forward this form to the person handling billings. Federal funds for this project are limited by your regional STP project selection agency to $108,125. All costs beyond those in the latest executed agreement are the sole responsibility of your agency. Upon receipt of a supplement to the City/County Agreement which includes construction funds, the construction phase of this project will be considered for funding. You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. WTG:ch Enclosure cc: Bill Linse, Dist. 5 TIB Sincerely, WAYNE T. GRUEN, PE Deputy Assistant Secretary Local Programs �y _ % C\ \ \\c I .GENC / CITY OF YAKIMA DATE 7/07/92 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION CITY/COUNTY AGREEMENT SUPPLEMENT NO. 1 FEDERAL AID PROJECT NUMBER STPF-9939(004) AGREEMENT NUMBER LA -1570 The City/ of YAK I MA executed on 3/11/92 except as expressly modified by this supplement. The changes to the agreement are described as follows: desires to supplement the agreement entered into and as identified above. All provisions in the basic agreement remain in effect Name PROJECT DESCRIPTION I-82/YAKIMA AVENUE AREA INTERCHANGE & FAIR AVENUE Termini Description of Work EAST NOB HILL BLVD. TO EAST CHESTNUT AVENUE (FAIR AVENUE) SOUTH 6TH STREET TO SOUTH 18TH STREET (YAKIMA AVENUE) Length 2.3+ Reason for Supplement ADJUST P.E. FUNDING TO ALLOW FOR STATE SERVICES. 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 Work 484 659 - 333 . 484326 6,524 41,802 b. Other 4374 928 -2,667 4354 261 . 58,761 376,500 c. State Services 0 +3,000 3,000 405 2,595 486,587 0 486,587 65,690 420,897 d. Total PE Cost Estimate (a+b+c) Right -of -Way e. Agency Work . f. Other . g. State Services h. Total R/W Cost Estimate (e+f+g) Construction i. Contract j. Other _ . . k. Other I. Other m. Total Contract Costs (i+j+k+I) . Construction Engineering n. Agency o. Other • - . p. State Forces q. Total Const. Engineering (n+o+p) r. Total Const. Cost Estimate (m+q) * s. TOTAL COST ESTIMATE OF THE PROJECT (d+h+r) * Federal participation in Construction Engineering (q) is limited to 15% of the Total Contract Costs. (line m, column 5) 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. ByICTAL ,2 --•,‘%‘DEPARTMENT OF TRANSPORTATION CITY MANAGER ATTEST: a . DOT 140-041 Revised 12r90 CITY CLERK CONTRACT NO. 91-121 By. AssstanI Secretary for Local Programa Date Executed BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting 12/17/91 ITEM TITLE: Yakima Avenue/I-82 Interchange Area & Fair Avenue Project Financing Status Report & Obligation of FAUS Funds SUBMITTED BY: Department of Engineering & Utilities — Engineering Divisi n CONTACT PERSON/TELEPHONE: Dennis E. Covell, Director / 575-6313 6.C. SUMMARY EXPLANATION: In April, 1991, Council approved the issuance of a Councilmatic General Obligation Bond issue for $1,200,000 to fund most of the $1,691,689 City local match to the $9.4 million dollar grant from the Transportation Improvement Board for the above referenced project. This did not include Transit's local share cost of $201,026. The April Council action deferred action on the remaining $500,000. On October 22, 1991, Council appropriated $37,489 in 1/20 gas tax monies for the City share of project activities in 1991. The 1992 budget obligates another $220,000 in 1/20 gas tax funds as part of the City local match money. The accompanying WDOT/City agreement allocates $198,779 in available FAUS funds to this project as part of the City local match money. The cumulative effect of these various pieces of the City local match will leave an unobligated City local match of $59,421. Staff anticipates that when the Federal Transportation Bill funding trickles down to the local level, new FAUS funds will be available to fund the remaining $59,421 in the City local match money. The analysis of the total project funding at this time is as follows: CONTINUED ON REVERSE X Resolution Ordinance Contract Minutes Plan/Map Notification List X Other (Specify) WDOT/City Agreement APPROVED FOR SUBMITTAL: �; cc,� City Manager STAFF RECOMMENDATION: Approve the accompanying resolution authorizing the City Manager to execute the WDOT/City agreement on behalf of the City of Yakima BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Legal/BD Agenda RR /i-82 a\) 0-3