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