Loading...
HomeMy WebLinkAboutR-1999-085 Six Year Transportation Improvement ProgramRESOLUTION NO. R-99 - A RESOLUTION adopting a Six Year Transportation Improvement Program for the period of 2000 through 2005 for the construction of streets and arterial streets in the City of Yakima and approving amendments to the Street Improvements and Maintenance Overlay Program. WHEREAS, the City of Yakima annually prepares, reviews and adopts a Six Year Program for the construction of streets and arterial streets in the City of Yakima for the ensuing six year period, all as contemplated and required by State and Federal law, and WHEREAS, after a public hearing on the matter, held at a regular meeting of the Yakima City Council on July 6, 1999 the City Council finds that the plan attached hereto should be adopted as the Six Year Transportation Improvement Program for the period of 2000 through 2005 for the construction of streets and arterial streets in the City of Yakima, now, therefore. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Six -Year Construction Program for the period of 2000 through 2005, a copy of which is attached hereto and by this reference made a part hereof, is hereby adopted as the official Six -Year Transportation Improvement Program for the City of Yakima, and furthermore, that proposed amendments to the Street Improvements and Maintenance Overlay Program are also approved. ADOPTED BY THE CITY COUNCIL this (p day of July, 1999 ATTEST: July 1, 1999 d ) City Clerk John Puccinelli, Mayor PRELIMINARY City of Yakima Six Year Transportation Improvement Program 2000 to 2005 6/30/99 Priority Functional Class Section Termini Major Work Class to'w = J N=+ CO 4 -a m .i 3 Si O O r, = 2000 2001 2002 2003 2004 2005 Federal Aid # Phase Start Federal Funding State Funding Total in Thousands $ Funding Code Environmental Right of Way $ Funding Code Total in Thousands 1 11 Yakima Avenue/I.82: Modify Interchange 2.13 F 700 700 PE 35 25 Yes lu Interchange Area et al Phase IC Row 30 21 Jan -94 9 May -95 CONST 635 445 STP EA 191 _TOTAL 700 491 210 2 14 Nob Hill Boulevard Widen/Reconstruct SIG F 357 357 4558 Apr -93 PE 43 37 STP(U) CE Yes 6 17 at S 48th Avenue 4587 Feb -97 ROW 118 101 17 New Signal; CONST 196 169 27 TOTAL 357 307 50 3 Various Overlay Projects Rehabilitate Pavement 2.00 F 800 800 PE 0 0 Selected on ROW 0 0 Local Priority Basis CONST 800 692 STP(U) 108 TOTAL 800 692 108 4 00 School Safety Sidewalks Install New Sidewalks 0 60 F 245 245 PE 25 13 13 at various Locations Row 0 0 0 CONST 220 110 110 TOTAL 245 123 OR 123 5 14 Greenway Path and Dikes Improve path and dikes 0 00 F 251 251 PE 25 25 near SR 12 &I82 ROW 0 0 CONST 226 226 TOTAL 251 251 6 14 Nob Hill Boulevard New Signal 0.00 F 572 572 4566 PE 57 57 at 6th Street 4637 Aug•99 ROW 114 114 Aug -00 CONST 401 401 TOTAL 572 572 7 16 3rd Avenue Joint Proj w/City of Union Gap 0.25 F 1 1 4559 PE 0 0 Valley Mall Blvd ROW 0 0 to Washington Aug -99 CONST 1 11 TOTAL 1 8 14 Valley Mali Boulevard Joint Proj w/City of Union Gap 2.50 F 114 114 PE 11 11 1st Street and Yakima County ROW 0 0 to 3rd Avenue Jul -00 CONST 103 103 TOTAL 114 114 9 00 Sidewalks N/A 0.00 F 100 10 10 10 10 10 10 PE 10 5 5 City Wide ROW 0 0 0 CONST 90 45 45 TOTAL 100 50 50 10 00 Signal Upgrades Upgrade Signal 0 00 F 100 100 PE 10 10 at various Locations ROW 0 0 CONST 90 90 TOTAL 100 100 11 00 CBD Parking Lots Rehabilitate Pavement 0 00 F 80 20 20 20 20 PE 8 8 ROW 0 CONST 72 72 TOTAL 80 80 12 14 E. Yakima Avenue Rehabilitate Pavement 0 68 P 536 536 4628 Aug -00 PE 54 54 9th Street Sidewalk and storm drain rehab ROW 0 0 to 1st Street CONST 482 482 TOTAL 536 536 13 14 W. Yakima Avenue Rehabilitate Pavement 0 91 P 688 688 4690 Aug -o0 PE 69 69 1st Street Sidewalk and storm drain rehab ROW 0 0 to 10th Avenue CONST 619 619 TOTAL 688 688 Page 1 of 4 PRELIMINARY City of Yakima Six Year Transportation Improvement Program 2000 to 2005 6/30/99 Page 2 of 4 Priority Functional Class Section Termini Major Work Class Length Status Total in Thousands 2000 2001 2002 2003 2004 2005 Federal Aid # Phase Start Federal Funding State Funding Total in Thousands $ a) U to ro u_ Environmental Right of Way $ a) 0 to ITS ti Total in Thousands 14 17 3rd Street Rehabilitate Pavement 0.50 P 238 238 4635 Aug -00 PE 24 Walnut Street Sidewalk and storm drain rehab ROW 0 to Lincoln Avenue CONST 214 TOTAL 238 15 14 1st Street Rehabilitate Pavement 0.50 P 238 238 4579 Aug -00 PE 14 Walnut Street Sidewalk and storm drain rehab ROW 0 u to Lincoln Avenue CONST 224 224 TOTAL 238 238 16 14 Elevated Train (5) Grade Separated 3.00 U 82,000 500 12,000 24,500 25,000 20,000 4648 PE 8200 3,936 4,100 164 1 Street RR Crossings ROW 0 0 0 0 to Yakima Avenue N/A U 150 50 50 50 CONST TOTAL PE 73,800 82,000 15 35,424 39,360 13 36,900 41,000 1,476 1,640 2 Bus Stops 17 00 Bus Stop Zones -- Transit ROW 0 0 0 CONST 135 116 19 TOTAL 150 129 21 18 00 Traffic Signs N/A U 450 90 90 90 90 90 PE 0 0 0 Upgrade to meet new standards ROW CONST 0 450 0 387 0 63 TOTAL 450 387 63 19 00 Storm Drains/Vegetation N/A P 800 200 200 200 200 PE 80 80 Cit Wide ROW 0 0 CONST 720 720 TOTAL 800 800 20 Annual Si:nal Up•rades U•_ -rade Sinal U 100 100 4695 PE 10 10 ROW 0 0 Local Selection CONST 90 90 TOTAL 100 100 21 14 Nob Hill Boulevard Upgrade Signal 0 00 U 286 286 4695 PE 29 29 at Fair Avenue ROW 0 0 CONST 257 257 TOTAL 286 286 22 00 Fruitvale Canal Pathway: Install Pathway N/A U 311 311 Jan -94 PE 31 27 CE 4 North 20th Avenue ROW to North 34th Avenue CONST 280 241 39 TOTAL 31 267 44 23 16 16th Avenue: Realignment 0.53 U 3,814 3,814 4555 PE 229 0 CE 229 Washington Avenue ROW 763 0 763 to Ahtanum Road CONST 2,822 564 STP 2,258 U 18,000 18,000 4648 TOTAL PE 3,814 1800 564 864 900 3,250 36 24 14 Washington Avenue Grade Separated 0 38 1st Street RR Crossing ROW 0 0 0 0 to 3rd Avenue CONST 16,200 7,776 8,100 9,000 900 0 8,100 324 360 36 0 324 0 38 U 18,000 18,000 4694 TOTAL PE ROW CONST 18,000 1800 0 16,200 8,640 864 0 7,776 25 14 Mead Avenue Grade Separated 1st Street RR Crossing to 3rd Avenue TOTAL 18,000 8,640 9,000 360 26 14 16th Avenue New Signal SIG P 272 10 4555 PE 27 at River Road 4666 ROW 54 CONST 191 TOTAL , 272 Page 2 of 4 PRELIMINARY City of Yakima Six Year Transportation Improvement Program 2000 to 2005 6/30/99 o= O H N R u g Section Termini Major Work Class c y a -! N — o a es 1- 2000 2001. 2002 2003 2004 2005 Federal Aid # Phase Start Federal Funding State Funding LOCAL Total in Thousands $ Funding Code Environmental Right of Way Funding Code N i`0 n HO s 1— 27 14 16th Avenue New Signal 0.00 U 457 4555 PE 46 46 at Englewood Avenue ROW 137 137 CONST 274 274 TOTAL 457 457 28 14 16th Avenue New Signal SIG U 220 4555 PE 22 16 at Mead 4570 ROW 66 CONST 132 TOTAL 220 29 14 40th Avenue New Si:nal 0 00 U 286 4583 PE 29 29 at Washington Avenue 4558 ROW 86 86 CONST 171 171 TOTAL 286 286 30 14 Lincoln Avenue New Si:nal 0.00 U 400 4648 PE 40 40 at Custer Avenue ROW 120 120 240 240 U 1,779 —_ OT TOTALL PE ROW 400 178 356 400 31 19 Tamarac Street First Street Widen/Reconstruct 0 13 to Gordon Road CONST 1,245 TOTAL 1,779 32 00 Tamarac Street New Street 0.25 U 20,576 PE 2058 Gordon Road New alignment ROW 412 to 6th Avenue New RR Xing CONST 18,106 TOTAL 20,576 33 17 River Road Widen/Reconstruct 0 51 U 1,594 4666 PE 159 6th Avenue ROW 159 to 16th Avenue CONST 1,276 TOTAL 1,594 34 17 48th Avenue: Widen/Reconstruct 2.01 U 5,835 4587 PE 292 Washington Avenue ROW 0 to Summitview Avenue CONST 167 TOTAL 292 35 19 18th Street & Beech Street: Widen/Reconstruct 1.10 U 3,413 PE 125 CE Terrace Heights Drive ROW 0 to Fair Avenue CONST 0 TOTAL 125 36 16 Mead Avenue Widen/Reconstruct 0 50 U 1,279 4570 PE 128 16th Avenue ROW 192 to 11th Avenue CONST 959 TOTAL 1,279 37 16 Summitview Avenue New Signal SIG U 371 4596 PE 37 17 at North 48th Avenue 4587 ROW CONST 334 38 ■ 17 Englewood Avenue: 16th Avenue Widen/ Reconstruct 0 83 U TOTAL 371 2,989 4652 PE 299 ROW 448 to Powerhouse Road CONST 2,242 TOTAL 2,989 39 17 Englewood Avenue. Widen/Reconstruct 0 68 U 2,012 4652 PE 201 Powerhouse Road ROW 302 to 40th Avenue coNST 1,509 TOTAL 2012 Page 3 of 4 PRELIMINARY City of Yakima Six Year Transportation Improvement Program 2000 to 2005 6/30/99 -.a>, O a. tn N W U _ = u.. Section Termini Major Work Class as.+y J t/) m R O (— = 2000 2001 2002 2003 2004 2005 Federal Aid # Phase Start Federal Funding State Funding Total in Thousands $ Funding Code Environmental Right of Way $ Funding Code Total in Thousands 40 17 Englewood Avenue: Widen/Reconstruct L63 U 4,149 4652 PE 415 40th Avenue ROW 622 to 66th Avenue CONST 3,112 TOTAL 4149 41 17 Lincoln Avenue Roadway Improvements 1.21 U 2,913 4648 PE 291 40th Avenue ROW 437 to 66th Avenue CONST TOTAL 2,185 2913 42 14 Washington Avenue: Widen/Reconstruct 1.09 U 3,364 4558 PE 336 24th Avenue ROW to 48th Avenue CONST 3,028 TOTAL 3364 43 19 Pacific Street Widen/Reconstruct 0 60 U 504 4608 PE 50 South 3rd Street ROW 76 to Fair Avenue CONST 378 TOTAL 504 44 16 I Street Widen/Reconstruct 0.32 U 939 4641 PE 94 North 1st Street ROW 141 to 5th Avenue CONST 704 TOTAL 939 45 14 B Street Realign/ Rehabilitate 0.65 U 1,029 4694 PE 103 Pierce Street ROW 257 to North 1st Street CONST 669 TOTAL 1029 46 16 3rd Avenue New Signal SIG U 306 4559 PE 31 16 at Division 4641 ROW 77 CONST 198 TOTAL 306 47 14 Lincoln Avenue at New Signal SIG U 245 4648 PE 25 North 28th Avenue ROW 61 CONST 159 TOTAL 245 48 17 Powerhouse Road: Widen/ Reconstruct 0 40 U 1,557 4660 PE 156 Lincoln Avenue ROW to Englewood CONST 1,401 TOTAL 1557 Total 185,419 6,016 16,495 24,870 61,320 20,100 100 Funded 6,847 3,932 813 1,221 821 10 10 #REF! 15 682 23 649 60 499 20 090 90 Unfunded 178,572 2,084 Page 4 of 4 Adopted 6-23-98 by Resolution R 98-89 City of -Yakima 20 Year Transportation Pian 20 YEAR GMA TRANSPORTATION PLAN 1999 - 2018 (CAPACITY IMPROVEMENTS) ` Year Priority FC Section Termini Major_Work Class Length stat... Total 99-01 02.04, 05.07 08.10 11-13 14.18 Fed # Start 1 16 Tieton Drive Realignment 0.92 U 4,066 4,066 - 4562 7th Avenue to 3rd Street 2 14 Frultvate Boulevard: Realignment 0.41 3,588- 3,588 4606 16 ' 5th Avenue - - to N. 1st Street - " �- - 3 17 G Street: _ Widen/Reconstruct 0.53 U 3,588 3,588 4684 North 1st Street - -- to North 8th Street ' 4 17 Pacific Street South 3rd Street. Widen/Reconstruct, --_-- 0.60 U i♦- 3,588 3,588 _--_� 4608 to Fair Avenue 5 17 18th Street Widen/Reconstruct U 0 0 4608 __ Pacific Avenue to Valle Mall Blvd New Ali nment 14 Slh Avenue: Widen/ Reconstruct 1.64 U 2,045 2,045 - 4641 16 1" Street i �= to Tieton Drive 7 16 56th Avenue Widen/ Reconstruct 1 50 3,947 3,947 _ 4681 En • lewood Avenue Nob Hill Blvd 8 16 Tieton Drive Widen/Reconstruct ' 3.41 16,384 16,384 ' 4562 5th Avenue - _r to 56th Avenue . 9 14 Summitview Avenue- Widen/ Reconstruct 3.07 12,438 - 12,438 4596 Yakima Avenue _� 10 16 to 56th Avenue Fair Avenue Widen/Reconstruct 0.69 �l♦_ U 1,345 _- 1,345 --- 4611 Pacific Avenue �� 11 19 to(north) Spruce Street 01♦ -' 1 Street Widen/ Reconstruct 0.58 U 1,486 - 1,486 =�= --- 5th Avenue to 16th Avenue 12 6th Avenue Widen/Reconstruct 0.92 U 2,600 2,600'-= Gordon Road to Frultvale Blvd: 13 - Gordon Road Widen/Reconstruct 0.55 4,507 4,507 North 1st Street to North -6th Street 14 14 40th Avenue: Widen/Reconstruct, 0.45 U 1,943 - -- 1,943 4583 Powerhouse Road to to En: ewood Avenue 15 14 40th Avenue_ Widen/Reconstruct 2.25 U 9,542 -' ` 9,542 4583 En: ewood Avenue to Washington Washington Avenue ��- 16 17 River Road Widen/Reconstruct 1.53 U 4,388 - 4,388 4666 16th Avenueto 40th Avenue Total Capacity Improvements for 2010. 2018 - Capacity Improvements Funded 75,455 0 4,066 10,763 2,045 32,769 9,938 15,873 TOTAL PROGRAM FUNDED UNFUNDED GRAND TOTAL - ALL NEEDS 6,847 252,147 258 994 Pagel Amended Street Improvements and Maintenance Overlay Program Amended STREET IMPROVEMENT EVALUATION June 30, 1999 Priority Rating Cum $ Priority FC Section Termini Length AADT Overlay Rebuild A 00 Gilbert Parking Lot 100 100 B 14 16th Avenue at River Road SIG - 100 C 14 Washington Avenue: 15th Avenue to 24th Avenue 0.60 15300 120 - 220 D 14 1st Street: --_. Nob Hill Boulevard to Mead Avenue 0.62 22800 124 - 344 E 14 1st Street: --..._._ North CL to I Street 0.76 22900 152 - 496 F 16 Fruitvale Boulevard: 16th Avenue to 28th Avenue 0.84 10700 168 - 664 1 4/1 Yakima Avenue 9th Street to 1st Street 0.68 27000 536 - 536 2 4/1 Yakima Avenue 1st Street to 10th Avenue 0.91 23000 688 - 1,224 3 17 3rd Street I Street to Lincoln Avenue 0.56 4400 238 - 1,462 4 14 1st Street: L ,.•.,,, «(,yaltifala Avenue to Walnut Street 0.19 17400 238 - 1,700 5 16 8th Street: H Street to B Street 0.47 8000 94 - 1,794 6 17 Lincoln Avenue 40th Avenue to Bitterroot Way 0.78 4000 156 - 1,950 7 17 Englewood Avenue: 40th Avenue to 66th Avenue 1.66 4600 332 - 2,282 8 17 Mead Avenue 1 lth Avenue to 16th Avenue 0.50 8700 100 - 2,382 9 17 3rd Street ..)xx, • Lincoln Avenue to Walnut Street 0.45 5300 90 - 2,472 10 14 1st Street: - I Street to Yakima Avenue 0 90 22000 180 - 2,652 11 14 1st Street: Washington Avenue to South City Limits 0.40 25300 80 - 2,732 12 14 B Street Pierce Street to North 1st Street 0.65 11100 130 - 2,862 13 14 Washington Avenue: 4th Avenue to 15th Avenue 0.88 15300 176 - 3,038 14 16 Fruitvale Boulevard. 5th Avenue to 16th Avenue 0.58 10700 116 - 3,154 15 16 I Street North 1st Street to 6th Street 0.40 2500 80 - 3,234 16 17 3rd Street Walnut Street to 1st Street 0 80 5300 160 - 3,394 17 16 6th Street: H Street to Yakima Avenue 0.75 7800 150 - 3,544 Weighted Ratings Pavement Condition 60% Vehicle Miles 30% Cost Effectiveness 10% 1/99 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of July 6, 1999 ITEM TITLE: Resolution to approve the 2000 - 2005 Six -Year Transportation Improvement Program; and approve Proposed Amendments to the Street Improvements and Maintenance Overlay Program SUBMIT 1'ED BY: (f'GVlti'iam Cook, Dept. of Community and Economic Development CONTACT PERSON/TELEPHONE: Robert Desgrosellier, Acting Engineering Division Manager / 575-6228 SUMMARY EXPLANATION: Each year the City is required by RCW 35.77.010 and RCW 36.81.121 to update its Six -Year Transportation Improvement Program (TIP) for submittal to the Washington State Department of Transportation. This plan must include all transportation projects for which state gas tax revenue or federal revenue will be used. The plan for 2000 - 2005 consists of eleven funded projects for 1999. All of these projects will be carried over from 1999 to ensure complete funding. Priorities 12 through 15 are pending funding through a Public Works Trust Fund Loan and are to be constructed in 2000-2001. All other projects are unfunded. (continued) Resolution X Ordinance _Contract _Other (Specify) Six Year TIP, Overlay Program List Funding Source APPROVED FOR SUBMI'1"I AL: anager STAFF RECOMMENDATION: Adopt the attached resolution approving the 2000 - 2005 Six Year Transportation Improvement Program; Approve the proposed amendment to the Street Improvements and Maintenance Overlay Program. BOARD/ COMMISSION RECOMMENDATION: COUNCIL ACTION: July 1, 1999 The Transportation Equity Act for the 21st Century (I'hA-21) began with the passage of the Intermodal Surface Transportation Efficiency Act (ISTEA) of 1991. It specifies the systems on certain expands the kinds of activities _ his fu- can i - used which certain funds can be used, for which funds be USf7U and promotes the role of the Metropolitan Planning Organizations (MPO) in the planning and programming of projects. [EA -21 requires each designated MPO to develop a Transportation Improvement Program (TIP), and the state to develop a Statewide Transportation Improvement Program (STIP) as a condition to securing federal funds for transportation projects. Projects listed in the STIP are the only projects that will be approved by the Federal Highway AdministraHnn (FHWA) and the Ferderal Transit Administratio (FTA) to utilize federal funds --------------------..-� ,� . . � �J .+_��.. .,......sa..va wa.. a a�aaa Ha Hv�i H�avai (FTA) a ai 4V H4AAA6..Ae AA.Sd....A UA A.,d.A l6A 7a The STIP is a prioritized program of transportation projects, compiled from local and regional plans, along with the Washington Transportation System Plan (WTP) which provides a backbone for developing projects for the intermodal transportation network in the State of Washington. The STIP contains federally funded projects plus state and local projects that are regionally significant. These projects have been identified through the planning process as the highest priority for the available funding to the state's transportation program. Planning activities of state and local governments are an essential part of integrated regional planning processes. Long range transportation planning is a part of the comprehensive land use planning carried out by local governments, Citizen participation is an integral part of the planning process at all levels. Local Agencies are required to develop and adopt a six-year transportation program. All local agencies are required to hold at least one public hearing during the development of the six-year transportation program. Project ranking was performed utilizing data supplied by the Street and Traffic Division. These rankings were then integrated with other project needs and the total list was reviewed and adjusted to the particular needs of the City of Yakima. Funded Projects (2000) (Projects are carried over from 1999). Priority 1 is the completion of Phase 1C of the Yakima Avenue / I82 / (Gateway) project. The project is funded with federal, state, and city funds. Priority 2 is to complete the intersection improvements to match the new traffic signal at the intersection of Nob Hill Boulevard and 48th Avenue. Funding is federal and state with local matching funds from street revenues. Priority 3 is to complete the 1999 overlay projects. The projects are funded with local funds consisting of 1998 project savings, 143 Fund transfer back from Gateway I-82 cash advance and 142 Fund cash. 2 - July 1, 1999 Priority 4 - The City of Yakima received funding approval for three school safety sidewalk projects utilizing Power Washington Funds administered by the state. Matching funds are from gas tax revenues. Priority 5 - The City of Yakima received a grant for diking and dike improvements at three locations along the Naches and Yakima rivers. Priority 6 is the installation of a new traffic signal at the intersection of Nob Hill Boulevard and South 6th Street. Funding is entirely local. Priorities 7 and 8 are for participation in projects with the City of Union Gap. Priority 9 is the annual sidewalk program. Priority 10 is the installation of a new signalized pedestrian crossing on Nob Hill Boulevard west of 44th Avenue and an upgrade to the existing signal at Yakima Avenue and 4th Avenue. Funding is entirely local. Priority 11 is the beginning of the program to rehabilitate the surfacing of the Central Business District public parking lots. Funding is entirely local. Projects Pending Funding (2000-2001) Priorities 12 through 15 consists of grinding surface asphalt pavement and overlaying Yakima Avenue from 9th Street to 10th Avenue, 3rd Street from Walnut Street to Lincoln Avenue and 1St Street from Walnut Street to Lincoln Avenue. The construction program for these projects consists of the following activities: • Asphalt grind and overlay; • Improving curb and gutter system along Yakima Avenue; • Install or rehabilitate ADA accessible ramps at intersections along Yakima Avenue; • Repair and upgrade surface drainage system along Yakima Avenue by replacing collapsed asphalt areas and replacing catch basin frames with "Chevron" style drains; • Place Durable Pavement Markings on all streets, intersections, transit stops and crosswalks throughout the project area; • Repair or upgrade irrigation system connections if affected by the project; • Repair any signal wiring, etc., affected by project activities. These projects have been submitted for a Public Works Trust Fund loan in April 1999. Funds from PWTF would become available in the latter half of 1999 for FY 2000 - 2001 construction. The funding package for the 2000-2001 overlay program totals $1,700,000. The 1% 10 -year loan requested is for $1,180,000 and is matched with City funds of $520,000 from Gas Tax revenues. The debt service is estimated at an annual payment of $125,000 for 10 years beginning in 2001 to be funded from the Arterial Street Fund. July 1, 1999 Changes from Preliminary 6 -year T.I.P Review (Draft) 1. The TIP format has updated column headings. 2. Priorities were modified to show the Yakima Avenue, 1st Street and 3rd Street grind and overlay projects. 3. Widening projects on the 6 -year pian are not associated with future growth but with current needs. 4. Written comments from other agencies and the public have not been received. Proposed Amendment to the Street Improvements and Maintenance Overlay Program At the request of Council, the Engineering Division has reviewed pavement condition, traffic volumes and comparative cost effectiveness of overlaying the Mead Avenue, 11th to 16th segment. This segment of Mead Avenue ranks at priority eight. Projects ranking five through eight are not anticipated to be overlaid until some time after priorities one through four, Yakima Avenue, 3rd Street and 1st Street, are constructed in 2000 - 2001. Council action approving the proposed Amendment to the Street Improvements and Maintenance Overlay Program will place priorities Yakima Avenue, 3rd and 1st on the list pending funding. Mead Avenue would be on schedule for 2001 - 2002 overlay contingent upon available funds. Mead Avenue, 11th to 16th Avenues will be retained on the 6 -year tip with roadway widening and reconstruction at a future date. 4 - July 1, 1999 2000 - 2005 Six -Year Transportation Improvement Program LEGEND for FUNCTIONAL CLASSIFICATIONS RURAL (under 5,000 area) 01 Principal Arterial -Interstate 02 Principal Arterial -Other 06 Minor Arterial 07 Major Collector 08 Minor Collector 09 Local Access 00 No Classification Applicable URBAN (over 5,000 area) 11 Principal Arterial -Interstate 12 Principal Arterial -Expressway 14 Principal Arterial Other 16 Minor Arterial 17 Collector 19 Local Access W; Washington State Department of Transportation Agency City of Yakima Address 129 N. 2nd St. Yakima, WA 98901 Local Agency Agreement Project No. Agreement No. For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S Code Highways, (2) the regulations issued pursuant thereto, (3) 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 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 s, 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 Downtown Sidewalk Connector Termini 'A' St. - 9th St. to 10th St. , 10th St. - 'A' St. to `B' St. Length 800 If Description of Work New 5 ft. wide sidewalks are to be constructed between the existing curb and R/W line. Type of Work Estimate of Funding (1) Estimated Total Project Funds (2) Estimated Agency Funds (3) Estimated Federal Funds PE a. Agency Work 2,600.00 1,300.00 1,300.00 b Other 500.00 3,100.00 250.00 1,550.00 c. State Services 250.00 1,550.00 d Total PE Cost Estimate (a+b+c) Right of Way e Agency Work 0.001 0.00 0.00 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 Work o Other p State Forces q. Total Construction Engineering (n+o+p) r Total Construction Cost Estimate (m+q) s. Total Project Cost Estimate (d+h+r) 3,100.00 1,550.00 1,550.00 *Federal participation in construction engineering (q) is limited to 15 percent 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 50 percent; however, it is understood that the rate may vary The Local Agency agrees that this agreement is entered into 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 DOT Form 140-039 EF 1 Revised 5/97 Construction Method of Financing State Ad and Award Method A - Advance Payment - Agency Share of total construction cost (based on contract award) 0 Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of (Check Method Selected) $ 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 Oj a-6, `�zo 99---/c9 Six Year T.I.P. 7-06-99 Agency Official By Title 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 procedures prescribed by the Division of Municipal Corporations of the 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 DOT Form 140-039 EF Revised 5/97 2 Resolution/Ordinance No R-99-85 Washington State Department of Transportation By Assistant Secretary for TransAid Date Executed years from the final payment of any federal aid funds to the Agency Copies of said records shall be furnished to the State and/or Federal Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: 1 Preliminary engineering 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, or actual construction of the road, for which preliminary engineering is undertaken is not started by the closing of the tenth fiscal year following the fiscal year in which the agreement is executed, 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 VIII). 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. VL 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 Intermodal Surface Transportation Efficiency Act 1991, 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 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 for 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 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 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 VIII). 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 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 (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 01 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 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 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 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 D 27-50, Consultant Authorization, Selection, and Agreement Administration, memoranda of understanding between WSDOT and FHWA, and Office of Management and Budget Circular A-128. 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 VIII). DOT Form 140-039 EF Revised 5/97 3 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 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 the the Assistant Secretary for TransAid. IX. 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. 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 understanding 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 employment, 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 this 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 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 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. (f) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any 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 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, 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 in 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, Washington State Department 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 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 fijrnish 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 EF Revised 5/97 XII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 630, Subpart 305, 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 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 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 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 XV. 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. Additional Provisions 4 ASV � Washington State mI/ Department of Transportation Prefix Route ( Local Agency Federal Aid Project Prospectus Federal Aid Project Number STPE 1485 Date 9/2/99 Federal Employer Tax ID Number 91-6001293 Local Agency Project Number 1879 Agency Federal Program Title City of Yakima ❑ 20.204 20.205 ❑ 20.206 p 20.209 ❑ Other Project Title Downtown Sidewalk Connector Project Termini From 'A' St., 9th St. to 10th St. To 10th St., 'A' St. to `B' St. From: To: Length of Project 800 if Award Type g Local ❑ Local Forces ❑ State ❑ Railroad Federal -Agency FHWA Others T T R City Number 1485 County Number 39 County Name 1 Yakima WSDOT Region 5 ❑ ❑ Congressional District 4 —Legislative Districts 14 Urban Area Number 5 ,1`IGlA7 / RTPO YVCOG Phase Total Estimated Cost (Nearest Dollar) Local Agency Funding (Nearest Dollar) Federal Funds (Nearest Dollar) Percent Federal Funds Obligation Date Month Year P.E. $3,100 $1,550 $1,550 50 9/99 R/W Const. $37,000 $18,500 $18,500 50 4/00 Total $40,100 $20,050 $20,050 Description of Existing Facility (Existing Design and Present Condition) Roadway Width 33 ft, Back to Back of curb Number of Lanes 2 The area between the back of curb and R/W line is unimporved, currently grass or dirt. Description of Proposed Work x New Construction ❑ 3-R ❑ 2-R Roadway Width Number of Lanes New 5' (five ft) wide sidewalks are to be constructed between the existing curb and R/W line to provide a pedestrian throughway between existing sections of sidewalk at 'A' St. & 9th St. and `B' St & 10th St. Local Agency ontact erson Robert Desgrosellier it aPhone Senior Engineer (509) 575-6228 Mailing Address 129 N. 2nd St. CityState Yakima WA Zip Code 98901 By Design Approval -- Approving Authority (CA Agencies Only) Title Date Form 140-101 EF Revised 1/97 age o Agency City of Yakima Project I itle Downtown Sidewalk Connector Date 9/2/99 Geometric Design Data uescrlption 1 nrougn tioute urossroaa Federal Functional Classification ,gi Principal Arterial x Urban ❑ Minor Arterial ❑ Collector ❑ Principal Arterial m Urban ❑ Minor Arterial ❑ Collector ❑ Major Collector ri Rural ❑ Minor Collector Li Access Street/Road ❑ Major Collector p Rural I_; Minor Collector z Access Street/Road Terrain ® a ❑ -o ❑ ountain 30 30 H at Roll ❑ Mountain Posted Speed 25 Design Speed 25 Existing ADT 8900 (1996) N/A N/A N/A Design Year ADT eD iggg Vear N/A N/A N/A Design Hourly Volume (DHV) N/A Accident - 3 Year Experience Year Property Damage Accidents Preliminary Engineering Wit Be Performed By City of Yakima Engineering Division Staff Injury Accidents Fatal Accidents Total Number of Accidents Number of Accidents Number of Injuries Number of Accidents —I Number of Fatalities N7A % % N/A N/A N/A Tour um er o cci Improvement ens Attributable to Lack of having the Proposed 1 Performance of Work Preliminary Engineering Wit Be Performed By City of Yakima Engineering Division Staff Others 100 % Agency 100 % Construction Will Be Performed By Contract % % Environmental Classification Ei Final ❑ Preliminary ❑ Class I - Environmental Impact Statement (EIS) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement ❑ Class III - Environmental Assessment (EA) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement x Class II - Categorically Excluded (CE) C1 Projects Not Requiring Documentation for FHWA Approval (23CFR 771 117(c)) Projects Requiring Documentation Without Further FHWA Approval (FHWA/WSDOT MOU dated 2/90) ❑ Projects that Require Documentation and FHWA Approval (Documented CE) Environmental Considerations DOT Form 140-101 EF Revised 1/97 Page 2 of 3 Agency City of Yakima Project Title Downtown Sidewalk Connector Date 9/2/99 Right of Way ❑ No Right of Way Required * All construction required by the contract can be accomplished within the existing right of way. ❑ Right of Way Required ❑ No Relocation ❑ Relocation Required Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project None FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? Ci Yes No Remarks This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency City of Yakima By Date DOT Form 140-101 EF Revised 1/97 Page 3 of 3 Mayor/Chairperson ,fir � Washington State �I/ Department of Transportation Agency City of Yakima Local Agency Agreement Address 129 N. 2nd Street Yakima, WA 98901 Project No. Agreement No. For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U.S Code Highways, (2) the regulations issued pursuant thereto, (3) 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 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 s, 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 Powerhouse Canal Pathway Termini Riverroad @ 40th Ave. to Powerhouse @ 40th Ave. Length 2200 LF Description of Work This project consists of constructing a Asphalt Concrete Pavement Pedestrian/Bicycle pathway across City of Yakima park property at Chesterley Park. Type of Work Estimate of Funding (1) Estimated Total I Project Funds (2Y(3) Estimated Agency Estimated Funds Federal Funds PE a. Agency Work 3,415.00 461.00 2,954.00 -1 b. Other 500:00 68.00 432.00- c. State Services d Total PE Cost Estimate (a+b+c) 3,915.00 529-:00 3,386A0 Right of Way e. Agency Work 0.00 0.00 0.00 f. Other g. State Services h. Total RAN Cost Estimate (e+f+g) Construction i Contract j. Other k. Other I. Other m. Total Contract Costs (i+j+k+l) onstrucbon ng�neenng n. Agency Work o. Other p. State Forces q Total Construction Engineering (n+o+p) r Total Construction Cost Estimate (m+q) s. Total Project Cost Estimate (d+h+r) 3,915.001 529.00 3,386.00 *Federal participation in construction engineering (q) is limited to 15 percent 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 percent; however, it is understood that the rate may vary The Local Agency agrees that this agreement is entered into 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 DOT Form 140-039 EF Revised 5/97 1 86 Construction Method of Financing State Ad and Award Method A - Advance Payment - Agency Share of total construction cost (based on contract award) Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of (Check Method Selected) 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 CONTRACT NO.: (19---1 Six Year T.I.P. 7-06-99 , Resolution/Ordinance No R-99-85 Agency Official By R.A.Jr. , City, Nanage p.t:1411 ATTEST: Karen S. Roberts, i CMS DATE: Ka /'cam >J Provisions 1. Scope of Work The Agency shall provide all the work, labor, materials, and se '"ices 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. 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 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 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 DOT Form 140-039 EF 2 Revised 5/97 Washington State Department of Transportation By Assistant Secretary for TransAid Date Executed years from the final payment of any federal aid funds to the Agency Copies of said records shall be furnished to the State and/or Federal Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: 1 Preliminary engineering up to and including approval. 2. Preparation of plans, specifications, and estimates. 3 Right of way acquisition. 4 Project construction. hi the event that right of way acquisition, or actual construction of the road, for which preliminary engineering is undertaken is not started by the closing of the tenth fiscal year following the fiscal year in which the agreement is executed, 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 VIII). 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 accord with the Intermodal Surface Transportation Efficiency Act 1991, 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 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 for 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 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 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 VIII). 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 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 (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 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 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 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 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 D 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA, and Office of Management and Budget Circular A-128. 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 VIII). DOT Form 140-039 EF Revised 5/97 3 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 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 the the Assistant Secretary for TransAid. IX. 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. 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 perforin 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 understanding 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 employment, 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 this 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 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 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. (0 In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any 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 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, regulation, or order of the Secretary of Labor, or as otherwise provided bylaw (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 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, Washington State Department 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 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. XII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 630, Subpart 305, 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 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 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 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 XV. 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. Additional Provisions DOT Form 140-039 EF 4 Revised 5/97 AIM �, Washington State VI/ Department of Transportation -Prefix J Route ( Local Agency Federal Aid Project Prospectus Federal Aid Project Number STPE 1485 Date 9/3/99 Local Agency Project Number 1753 Federal Employer Tax ID Number ; 91-6001293 Agency ;Federal Program title City of Yakima ;� 20.204 20.205 p 20.206 ❑ 20.209 n Other -Project Title Powerhouse Canal pathway Project Termini From River Road To __ Powerhouse Road From: To: Length of Project l Award i ype 22001f I x Local n Local Forces ri Staten Railroad Federal Agency FHWA Others City Number 1485 TCountyNumber 39 County Name Yakima WSDO-T egion South Central ® Congressional District egislative mistricts 4 14 Urban Area Number FTMATMPO71 TPO 5 YVCOG Phase Total Estimated Cost (Nearest Dollar) Local Agency Funding (Nearest Dollar) Federal Funds (Nearest Dollar) Percent Federal Funds ; Obligation Date Month Year P E. $3,915 $529 $3,386 86.5 9/99 R/W $0 $0 $0 0 Const. $39,795 $5,372 $34,423 86.5 4/00 Total $43,710 $5,901 $37,809 Description of Existing Facility (Existing Design and Present Condition) Roadway Width 12ft 1 Number ot Lanes ! 1 Existing condition of the Park property is open and unimproved. Description of Proposed Work i Roadway Width i Number ot Lanes xi New Construction ❑ 3-R j 2-R 112 ft i 1 The new Pedestrian and Bicycle pathway will be a 12 ft wide Asphalt Concrete Pavement across Chesterley Park. -Local Agency Contact Person Robert Desgrosellier Title Senior Engineer -State Phone (509) 575-6228 Mailing Address 129 N. Second Street Zip Code Yakima j WA j 98901 By g. t f �r — %..--- Design Approval' Appr., e Authority 4 (CA Agencies Only) Title A)/i; X, i BOG s Date Cy_ -1 DOT Form 140-101 EF Revised 1/97 age10 Agency City of Yakima Project I itle Powerhouse Canal pathway Uate 9/3/99 Geometric Design Data uescrlption I nrougn Koute t,rossroao FederalUrban Functional Classification ❑ Principal Arterial ❑ Minor Arterial �J ❑ Collector D Principal Arterial -� Urban El Minor Arterial i , Collector I_; Major Collector Li Rural [i Minor Collector ❑ Access Street/Road ❑ Hat O Rol ❑ Mountain i Major Collector i Rural , Minor Collector Li Access Street/Road ❑ Fiat ❑ Rol D Mountain Terrain -Posted Speed Design Speed Existing ADT Design Year ADT Design ear esD i i Hourly Volume ZDHV) --- Accident - 3 Year Experience Year Property Damage Accidents Injury Accidents I-atal Accidents Number of Fatalities Total Number of Accidents Number of Accidents Number of Injuries Number of Accidents of Accidents Atftbutable to Lack of having the Proposed Improveme - fota(`Number I I Performance of Work re immary ngineenng TT i :e 'e orme Agency ConstructionWiITBe f-form-dd By Contract •: ers gency % Contract 1 Agency 100 % 100 % Environmental Classification Final ❑ Preliminary ❑ Class I - Environmental Impact Statement (EIS) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement n Class III - Environmental Assessment (EA) Project Involves NEPA/SEPA Section 404 Interagency Agreement xi Class II - Categorically Excluded (CE) g Projects Not Requiring Documentation for FHWA Approval (23CFR 771 117(c)) 11 Projects Requiring Documentation Without Further FHWA Approval (FHWA/WSDOT MOU dated 2/90) ❑ Projects that Require Documentation and FHWA Approval (Documented CE) Environmental Considerations DOT Form 140-101 EF Revised 1/97 Nage 2 of 3 Agency City of Yakima I Project title Powerhouse Canal pathway I Date 9/3/99 Right of Way g No Right of Way Required *All construction required by the contract can be accomplished within the existing right of way ❑ Right of Way Required No Relocation Relocation Required Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project The Pathway will be constructed over the length of an existing 42 inch dia. Corrigated Metal Pipe. I -AA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? a Yes j No Remarks This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency Date � � �� i ivl t �T 3) , ! (j 7 By DOT Form 140-101 EF Revised 1/97 Page 3 of 3 Mayor/Con 412111. � Washington State �I/ Department of Transportation Local Agency Agreement Supplement Agency City of Yakima Federal Aid Project Number STPE - 1485 (012) Agreement Number LA - 4385 Supplement Number 2 ' CFDA Number 20.205 The Local Agency desires to supplement the agreement entered into and executed on 4/3/00 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Powerhouse Canal Pathway - Swan Ave. & N. 16th Ave. Termini Description of Work CI No Change Reason for Supplement Transfer funds to STPE - 1485(010) to cover overruns. Length 1200 LF Type of Work (1) Previous Agreement/Suppl. (2) Supplement Estimate of Funding (3) (4) I Estimated Total ° Estimated Agency Project Funds Funds PE 86.5 % Federal Aid Participation Ratio for PE a. Agency b. Other c. State d. Total PE Cost Estimate (a+b+c) 23,250.00 200 00 23,450.00' -4,500.00 -0 001 -4,500.00 18,750.00 3,469.00 I Estimated Federal Funds 15.281.00 200.00: - 37.00 163 00 18,950.00 3,506.00 15,444.00 Right of Way e. Agency ®!o f Other Federal Aid g. State Participation Ratio for RW h. Total RIW Cost Estimate (e+f+g) Construction 1. Contract j. Other k. Other 86.5 % I. Agency Federal Aid m. State Participation - - Ratio for CN n. Total CN Cost Estimate (i+1+k+i+m) 106,942.00 10,000.00 !, 1,000 00 117,942.00 o. Total Project Cost Estimate (d+h+n) 141,392.00 i -0.001 106.942.00 14,437.00 , 92.505.00 8,650.00 865.00 102,020.00 -0.00 i - 10,000.00' 1.350.001 1,000 001 135 001 117,942,00 t 15,922.001 -4,500.00 136,892.00 I 19,428.00 1 117,464.00 The Local Agency further stipulates that pursuant to said to payment of the Federal funds obligated, it accepts and Agency Official By Title DOT Form 140-041 EF Revised 11/99 Title 23, regulations and policies and procedures, and as a condition will comply with the applicable provisions. Washington State Department of Transportation By Assistant Secretary for Highways and Local Programs Date Executed � Washington State / Department of Transportation Local Agency Agreement Supplement Agency City of Yakima Federal Aid Project Number STPE - 1485 (016) (Supplement Number I 2 Agreement Number CFDA Number LA - 4780 20.205 The Local Agency desires to supplement the agreement entered into and executed on 3/12/01 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Fruitvale Canal Pathway - N. 20th Ave. to Englewood Ave. Termini Near Lincoln Ave. & N. 20th Ave. to Englewood Ave. & N. 16th Ave. Description of Work No Change Reason for Supplement Transfer fiends to STPE - 1485(010) & (014) to cover overruns. Length 0_33 Miles Type of Work -7 (1)2 Previous AgreementlSuppl. ; Estimate of Funding 3 4 Supplement Estimated Total i Estimated Agency Project Funds Funds (5) Estimated Federal Funds PE a. Agency $6.5 % b. Other Federal Aid Participation c- State_ Ratio for PE d, Total PE Cost Estimate (a+b+c) 13.968.00' 200.00 14,168.00 ' -0.00 i -0.001 13.968.001 200 00 h I 14,168.00 1.886.00 27.00 1,913.00 12.082.00 173.00 12,255.00 Right of Way e. Agency f Other Federal Aid Participation g. State Ratio for RW h, Total RNV Cost Estimate (e+f+g) Construction i. Contract 1 j. Other k. Other 86.5 % I. Agency Federal Aid m. State Participation ' Ratio for CN n. Total CN Cost Estimate p+i+k+i+m l 163,089 001 18.000 00 -89,600.00 -0.00 -89,600.00 ! 73,489 00 18,000.001 1,000.00 92,489.00 ; 9,921.00 2,430.00 ! 135 00 12,486.001 63.568 00 15.570 00 865 00 80,003.00 1,000 {}0 182,089.00 o. Total Project Cost Estimate (d+h+n) i 196,257.00 I -89,600.00 106,657.001 14,399.00 ' 92,258.00 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 Official Washington State Department of Transportation By Title DOT Form 140-041 EF Revised 11/99 By Assistant Secretary for Highways and Local Programs Date Executed � Washington State �1/ Department of Transportation Local Agency Agreement Supplement Agency City of Yakima Federal Aid Project Number STPE - 1485 (014) Supplement Number 2 i Agreement Number i CFDA Number LA - 4383 20.205 The Local Agency desires to supplement the agreement entered into and executed on 4/12/00 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Powerhouse Canal Pathway - N. 34th Ave. Sidewalk Connector Length 250 Ft. Termini Intersection of existing Pathway with N. 34th Ave. South to Orchard Park Retirement Residence Description of Work No Change Reason for Supplement Transfer funds to STPE - 1485(016) to cover overruns. 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 Official Washington State Department of Transportation By Title IT y A-14NA 6 F%Z DOT Form 140-041 EF Revised 11/99 By Assistant Secretary for Highways and Local Programs Date Executed Type of Work (1) Previous Agreement/Suppl. Estimate of Funding (2) (3) (4) Supplement Estimated Total Estimated Agency ' Project Funds Funds (5) Estimated Federal Funds PE 86.5 % Federal Aid Participation Ratio for PE a. Agency b. Other c. State - - d. Total PE Cost Estimate (a+b+c) - 10.800.00 200 00 - 11,000.00 -0.00 -0.00 10.800.00 200 00 11,000.00 L458.00 27.001 -- 1,485.001 , 9.342.00 173 00 9,515.00 Right of Way % Federal Aid Participation Ratio for RW e. Agency f Other g.State h. Total RW Cost Estimate (e+f+g) i Construction i. Contract j. Other k. Other 86.5 °f° 1. Agency i Federal Aid !( Participation m. State Ratio for CN n. Total CN Cost Estimate (i+i+k+i,-an 49,341 00 , 6.000 00 1.000 00 ; 56,341.00 ; 43,000.001 j -0.00 I 1 43,000.00 j � 92,341.00 , - - 6.000.00 { i 1.000.00 ; 99,341.00' I 12.466 00 810.00 135.00 13,411.00 79,875,00 _ 5,190.00 865 00 85,930.00 o. Total Project Cost Estimate (d+h+n); 67,341.00', 43,000.00 i 110,341.00' 14,896.00 95,445.00 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 Official Washington State Department of Transportation By Title IT y A-14NA 6 F%Z DOT Form 140-041 EF Revised 11/99 By Assistant Secretary for Highways and Local Programs Date Executed � Washington State �I/ Department of Transportation Local Agency Agreement Supplement Agency City of Yakima Federal Aid Project Number STPE - 1485 (010) Supplement Number 2 `Agreement Number CFDA Number LA - 4385 20.205 The Local Agency desires to supplement the agreement entered into and executed on 9/29/99 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Project Description Name Powerhouse Canal Pathway (Chesterly Park) Termini River Rd & N. 40th Ave. to Powerhouse Rd. & N. 40th Ave. Description of Work ►.+ No Change Reason for Supplement Transfer funds to STPE - 1485(012) and STPE - 1485(016) to cover overruns. Length 2200 LF 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 Official Washington State Department of Transportation By Title DOT Form 140-041 EF Revised 11/99 By Assistant Secretary for Highways and Local Programs Date Executed Type of Work (1) Previous Agreement/Suppl. Estimate of Funding (2) (3) I (4) Supplement Estimated Total Estimated Agency I Project Funds Funds i (5) Estimated Federal Funds PE 86.5 % Federal Aid Participation Ratio for PE a. Agency 3,415.001 500.00 3,915.00 4,500.001 -0 001 4,500.00 7,915.00 500.00 8,415.001 1,068.001 , 68.001 1,136.00 6,847.00 432.00 7,279.00 b. Other c. State d. Total PE Cost Estimate (a+b+e) 1 Right of Way % Federal Aid Participation Ratio for RW e. Agency f Other g. State - - - h. Total R/W Cost Estimate (e+f+g) Construction 865 % Federal Aid Participation Ratio for CN i. Contract 33,795.00 5.000 00 1,000.00 - 39,795.00 ; 46,600.00 0.00 46,600.00 I 80,395.001 5,000.00 1,000.00 86,395.00 I" 10,853.001 675.001 135.001 11,663.00 1 69,542.00 4,325.00 865 00 74,732.00 I. Other I k. Other 1. Agency m. State - - n. Total CN Cost Estimate ma,+K�;+m� o o. Total Project Cost Estimate td+n+n1 i 43,710.00; 51,100.00 i 94,810.00 12,799.00 82,011.00 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 Official Washington State Department of Transportation By Title DOT Form 140-041 EF Revised 11/99 By Assistant Secretary for Highways and Local Programs Date Executed