Loading...
HomeMy WebLinkAboutR-1997-131 Englewood Avenue BridgeRESOLUTION NO. R - 97 -1 31 A RESOLUTION authorizing and directing the City Manager of the City of Yakima to execute a Local Agency Agreement with the Washington State Department of Transportation for the removal of the Englewood Avenue bridge over the Powerhouse Canal. WHEREAS, the City of Yakima, and the Department of Transportation for the State of Washington, through the Hazard Elimination Program, desire to remove the Englewood Bridge located over the recently piped Powerhouse Canal, said bridge having been determined to be a traffic safety hazard in its present condition, and; WHEREAS, the City Council deems it to be in the best interest of the City of Yakima to execute the prospectus and enter into said agreement, for the purpose of funding the aforementioned bridge removal and to construct in its place a new paved roadway, now, therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager of the City of Yakima is hereby authorized and directed to execute a Local Agency Agreement with the Washington State Department of Transportation for the removal of the existing bridge on Englewood Avenue crossing the Powerhouse Canal for the purpose mentioned above, a copy of which agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this ott day of October, 1997 ATTEST: ;mac City Clerk 2 -- October 16, 1997 ,62 7n14' n Buchanan, Mayor Alo, AGENCYI Washington State 0% Department of Transportation Local Agency Agreement Agency CITY OF YAKIMA Address 129 North 2nd Street Yakima, WA 98901 Project Mo. 1 SlFi-I--TAq(p Agreement No. LA 382 5 For Headquarters 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 Englewood Bridge Removal Length 80 L.F. Termini Description of Work This proposal is to remove the railings and bridge, place fill material to require grade and construct a two lane, aggregate base/asphalt surfaced roadway to replace the bridged roadway. Type of Work A Estimate of Funding (1) EstimatedTotal Project Funds (2) Estimated Agency Funds (3) Estimated Federal Funds PE a. Agency work b. Other $ 10,800 200 $ 1,080 2 0 $ 9,720 1 8 0 c. State services d. Total PE cost estimate (a+b+c) $ 11,000 $ 1,100 $ 9,900 Right of Way e. Agency work f. Other g. State services h. Total R/W cost estimate (e+f+g) o 0 0 ....$ 6.5..,..6.1..0 $ 65,610 Construction i. Contract j. Other ...$ 72.., 900 $ 72,900 ....$........7..,.29.0 $ 7,290 k. Other 1. Other m. Total contract costs (i+j+k+i) n. Agency o. Other 7,100 1,000 7 1 0 1 0 0 6.ConstructionEngineering a`~ ............ 900 p. State forces q. Total construction engineering (n+o+p) r. Total construction cost Estimate (m+q) 8, 1 0 0 8 1 0 . 7,290 $ 81,000 $ 8,100 $ 72,900 s. Total cost estimate of the project (d+h+r) $ 92 , 000 $ 9,200 $ 82,800 *Federal participation in construction engineering (q) is limited to 15 percent of the total contract costs (line m, column 3). 76)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 Revised 8/95 1 Co struction a,' eth d of Financing (check method selected) State Ad and Award ❑ Method A — Advance Payment Agency share of total construction cost (based on contract award) O Method 13 — Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of $ at $ per month for months Local Force orLocal Ad and Award O 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 October 21 1997_, Resolution/ alrkkAtilfeNo. R-97--131 / Contract No. 97-102 Agency Off'iCia1 CITY MANAGER ATTEST: r''�,(%i.� �. „e0-6,_e_A..1-,-- Provisi s L 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 docurnents 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. W. 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. W. 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 TransporiFation. The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final DOT Form 140-039 Revised 8/95 2 Washington State Department of Trans]. ortation Date Executed 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. 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 ofWay Acquisition, and AuditCosts 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 attribut- able 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 VIE). 2. ProjectConstructionCosts 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 tetter 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). VH. 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 D27-50, 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). 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 DOT Form 140-039 Revised 9/95 3 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 Mot4r Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by 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 of such rules, regulations or orders, this contract may be canceled, terminated, or s uspended 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 willinclude 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 rneans 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 dause 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 maybe imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part If, subpart D of the Executive Order. In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following actions: (a) Cancel, terminate, or suspend this agreement in whole or in part; (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has.been received • from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 630, Subpart 305, as supplemented, relative DOT Form 140-039 Revised 8195 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 Claim 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 subredpients 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 4 ViWashington State Department of Transportation Sid Morrison Secretary of Transportation Fred French Engineering/Utility Director City of Yakima 129 N. Second Street Yakima, WA 98901-2632 Dear Mr. French: Transportation Building P 0 Box 47300 Olympia, WA 98504-7300 September 6, 1996 HES Group II Selections We have selected the following Group II safety project for funding through the Hazard Elimination Program. Project Englewood Avenue 582,800.00 Funding of this project will be in the following stages. Stage 1: Funding of PE (implementation of design) upon receipt of: a. Project prospectus, covering the entire project (reflecting latest cost estimate) and completed in accordance with Local Agency Guidelines. b. Municipal Agreement showing PE amounts only. Maximum Federal Participation Stage 2: Construction funding after completion of PS&E and upon receipt of: a. R/W Certification b. Municipal Agreement supplemented to reflect the entire cost of the project. c. Environmental documentation. To obligate funding for this project, please submit the item indicated in Stage 1 to your Regional TransAid Engineer. Project expenditures are not eligible for reimbursement until after we provide notice that funds are obligated. The projects are included in the statewide safety bucket in the STIP and they will not require a STIP amendment. September 6, 1996 Page 2 Should you have any questions on how to pursue this project, please contact Regional TransAid Engineer. Sincerely, G/14k DENNIS B. INGHAM Assistant Secretary TransAid Service Center. DBI:ch cc: Bill Linse, S. Central Region .ter• 15 Washington State Department of Transportation Sid Morrison Secretary of Transportation November 17, 1997 CITY OF YAKIMA 129 NORTH 2ND ST YAKIMA WA 98901 Subject: Agreement No.: LA -3825 Project Title: Engelwood Bridge Removal Location/Information: LA -3825/ at PP&L Canal Work Order: TA -0717 ko /94L Transportation Building P 0. Box 47300 Olympia, WA 085047300 RECEIVED 9V 2 01997 FINANCE DEPT Washington State Department of Transportation (WSDOT) Accounting Services has received the executed agreement for the above project. We would like to take this opportunity to outline some of the terms of the agreement and provide you with a contact for billing questions should they arise. Billing Address: Please verify that the address shown above is the correct billing address. If you have any special reference numbers needed on the billing invoices please contact us so we can provide the detail you need. Contact: Carol C Owen at (360) 705-7503 is your contact person for billings. Questions relating to the project status should be referred to the Region TransAid Office. Continue to work with the Region TransAid Engineer for supplements that may be needed for the agreement. Method of Financing: • . State Ad and Award: WSDOT will bill the Federal Highway Administration (FHWA) for the federal share of the project costs. The local agency will be billed the remaining costs. • Local Ad and Award: The local agency is responsible for billing WSDOT for the federal share of the local agency costs. For state costs of the project, WSDOT will bill FHWA for the federal share and bill the local agency for the remaining costs. Current Month Billings: You will receive a billing each month there is activity on your portion of the project or for your share of the state force charges for the month. It is our policy to accumulate a minimum of $30 of charges before issuing a billing. Billings are mailed around the 18th of the month and are due by the date shown on the billing invoice. You will receive an information sheet detailing how to read the invoices with your first billing. Local Agency Responsibility: • Match: The local agency is responsible for the difference between the project costs and the federal share. • Payments: The local agency is responsible for paying invoices by the due date, regardless of when they receive reimbursement from other fund sources. • Non -Participating Costs: The local agency is responsible for those costs not eligible for reimbursement by FHWA. • Excess CE: The local agency is responsible for construction engineering (CE) costs in excess of 15% of the participating construction costs. • Cost Overruns: All costs not reimbursed by the Federal Government shall be the responsibility of the local agency. Administrative Review: Upon completion of the project, a 90 -day letter will be issued. All requests for reimbursement and affidavits of wages paid (if applicable) MUST be submitted by the expiration date contained in the 90 -day letter. At that time, a final accounting will be prepared. Until you receive the Administrative Review letter, the agreement is not closed. You may receive letters regarding the substantial, physical or contract completion of the project, but these do not constitute an Administrative Review. Some agreements may be closed prior to the completion of the entire project. Others require the entire project be complete before closure of the agreement. if your portion of the project has been completed and you feel you are due an Administrative Review, please contact the Region TransAid Engineer. This informational letter does not change any terms of the signed agreement. If there is any conflict, the signed agreement takes precedence. We look forward to serving you through the completion of the work covered by this agreement. Sincerely, Lee Crump Billings/Receivables Manager cc: Bill Linse, Region TransAid Engineer Dick Krous Linda Raber, Region Accountant Agreement File LA -3825 WWashington State V Department of Transportation Local Agency Environmental Classification Summary ,vironmentatufassificaiidnw,,v:.,,, NEPA 0 class 1 - Environvental Impact Statement (EIS) Class 11 - Categorically Excluded (CE) O Projects Not Requiring Documentation for FHWA Approval (LAG 24.22(a)) Qi Projects Requiring Documentation Without Further FHWA Approval (LAG 24.22(b)) O Projects Requiring Documentation and FHWA Approval (Documented CE) (LAG 24.22(c)) 0 Class IU - Environmental Assessment (EA) 0 Supplemental EIS (SE1S) '' .. . . SEPA ER Categorically exempt per WAC 197-11-800 O Determination of Non -Significance (DNS) O Environmental Impact Statement (EIS) O Other Actions: 0 Adoption 0 Addendum DOT Form 140-100 EF 1197 Page 1 of 4 Ptht 2 Prm&ai3d 4pprovaIs Requwd Date Revised Revision Number Summary Type Preliminary 10 Final Date Created Federal Aid Project Number STPH Route 4652 ( ) Local Agency Project Number Agency CITY OF YAKIMA Federal Program 20.204 Title P20.205 J20.206 20.209 ElOther Project Title Englewood Bridge Removal Begin MP End MP Miles Township 13 North Range 18 East, W.M. KM KP KP County Yakima Water Resource Inventory Area (WRIA) No. & Name 39 Lower Yakima Within Puget ElYes in Sound Basin? No ,vironmentatufassificaiidnw,,v:.,,, NEPA 0 class 1 - Environvental Impact Statement (EIS) Class 11 - Categorically Excluded (CE) O Projects Not Requiring Documentation for FHWA Approval (LAG 24.22(a)) Qi Projects Requiring Documentation Without Further FHWA Approval (LAG 24.22(b)) O Projects Requiring Documentation and FHWA Approval (Documented CE) (LAG 24.22(c)) 0 Class IU - Environmental Assessment (EA) 0 Supplemental EIS (SE1S) '' .. . . SEPA ER Categorically exempt per WAC 197-11-800 O Determination of Non -Significance (DNS) O Environmental Impact Statement (EIS) O Other Actions: 0 Adoption 0 Addendum DOT Form 140-100 EF 1197 Page 1 of 4 Ptht 2 Prm&ai3d 4pprovaIs Requwd Yes No Permit or Approval Yes No Permit or Approval Corps of Engineers 0 Sec. 10 El Sec. 404 El Nationwide Type El ElEj El 0 0 Z1 Shoreline Permit State Waste Discharge Permit El Individual Permit No. s Temp. Modification of Water Quality Standards Ei-d Coast Guard [21 Coastal Zone Management Certification n Critical Area Ordinance (CAO) Permit )J Flood Plain Development Permit E2 Forest Practice Act Permit [21 Hydraulic Project Approval {:3 Local Building or Site Development Permits a Section 4(f)/6(f): Wildlife Refuges, Recreation Areas, Historic Properties Water Rights Permit ig E Water Quality Certification - Sec. 401 Issued by M Tribal Permit(s), (If any) III El Local Clearing and Grading 0 IC Nati. Historic Preservation Act - Section 106 IC Other Permits, including GMA (List): 151, (NPDES) Municipal Stormwater Discharge Vi National Pollutant Discharge Elimination System (NPDES) Baseline General for Construction 0 Stormwater Site Plan Temp. Erosion Sediment Control Plan (TESC) ,vironmentatufassificaiidnw,,v:.,,, NEPA 0 class 1 - Environvental Impact Statement (EIS) Class 11 - Categorically Excluded (CE) O Projects Not Requiring Documentation for FHWA Approval (LAG 24.22(a)) Qi Projects Requiring Documentation Without Further FHWA Approval (LAG 24.22(b)) O Projects Requiring Documentation and FHWA Approval (Documented CE) (LAG 24.22(c)) 0 Class IU - Environmental Assessment (EA) 0 Supplemental EIS (SE1S) '' .. . . SEPA ER Categorically exempt per WAC 197-11-800 O Determination of Non -Significance (DNS) O Environmental Impact Statement (EIS) O Other Actions: 0 Adoption 0 Addendum DOT Form 140-100 EF 1197 Page 1 of 4 riWonii en. nsL:tiera tto Will the project involve work in or affect any of the following? Identify proposed mitigation. Attach additional pages or supplemental information of necessary. 1. Air Quality Identify any anticipated air quality issues. Is the project included in Metropolitan Transportation Plan? Is the project located in an Air Quality Non -Attainment Area (for carbon monoxide, ozone, or PM10)? Is the project exempt from Air Quality conformity requirements? Yes k] No I] Yes ❑ No Yes ®No 2. Critical/Sensitive Areas Identify any known Critical or Sensitive Areas as designated by local Growth Management Act ordinances. a. Aquifer Recharge Area, Wellhead Protection Area, or Sole Source Aquifer. N/A b. Geologically Hazardous Area N/A c. Habitat. List known species: (1) Threatened/Endangered Species or Priority Habitat or Species. Indicate state or federal listing. N/A (2) General fish and wildlife habitat N/A d. Wetlands. Estimate impacted categories and acreage: (1) Are wetlands present? ❑ Yes [t No (2) Estimated area impacted: N/A Acres 3. Cultural Resources/Historic Structures N/A Identify any historic or archaeological resources. 4. Flood Plains or Ways Is the project located in a 100 -year flood plain? If yes, is the project located in a 100 -year floodway? Will the project impact a 100 -year flood plain? ❑ Yes ®No ❑ Yes fl No Ell Yes ®No DOT Form 140-100 EF 1/97 Page 2 of 4 :.h...i.. ..; .,::.. ., . o. t 1�:.o:risi:d`esti:oi,��;��Coriruecl;:.:'<: viv..e ; 5. Hazardous and Problem Waste Identify potential sources and type. Is the project likely to involve site clean-up? (1 Yes ] No t 6. Noise Identify potential sensitive receptors or previous mitigation commitments.CONS1'RUCTION NOISE Project is located in a generally residential area. There is an elementary school nearby, a retirement apartment facility along the south side of Englewood Avenue across from the bridge site, and there is a church just west of the site. The noise generated will be during the day time between 8:00 a m and 5.08 p m_ 7. Parks, Recreation Areas, Wildlife Refuges, Historic Properties, or Scenic Rivers/Byways, 4(f)/6(f) Lands. Identify. N/A 8. Resource Lands Identify areas of impact a. Agricultural N/A b. Forest/Timber N/A c. Mineral N/A 9. Rivers, Streams (Continuous, Intermittent), or Tidal Waters a. Identify by name, proximity to project and Washington Stream Catalog Number. Fisheries WA Stream No. Ecology 305b Report No. N/A b. Identify stream crossing structures by type. N/A DOT Form 140.100 EF 1/97 Page 3 of 4 Part 4- EnvironmentalConsiderations-Continued '''":"'" "'C'','v •,: v. ,: : , 10. Tribal Lands Identify. N/A 11. Visual Quality Will the project impact roadside classification or visual aspects? DYes No The project will remove a dangerous obsolete bridge. The roadway will be enhanced both aesthetically and functionally. 12. Water Quality/Storm Water Is the project likely to increase runoff or affect water quality? Will the project include water quality/quantity treatment for the Will the project include water quality/quantity treatment for existing Has a NPDES municipal general permit been issued for this After the bridge is =raved a nag section of tc\o place. This roaciAay will have a 8' shoulder cn will 1.-e directed -to roadside borrcw ditches. E Yes X No new pavement? Ea Yes No pavement? 7 Yes IPA No WRIA? Yes X No lare p1\7ed roadAay will be ccnstructed in its each side with L 12' -travel lanss. Drainage 13. Previous Environmental Commitments Have provious environmental commitments been made in the project area? Yes INo Identify • 14. Long-Term Maintenance Commitments Are long-term maintenance commitments necessary for this project? Q Yes 7 No Identify , Normal and routine roadway maintenance by the City of Yakima Street Division. Part 5' Approval Signature Local 7..i.ro 'ng Authority Date 97 -e, Regional TransAid Engineer Date / Asst. Secretary - TransAid Federal Highway Administration Cate Completed By <------ 4./.1:-el .4. /ea s e_ Telephone S-7.5=-6 / 32 Fax 5?& - 6, 3O .s DOT Form 140-100 EF 1/97 Page 4 of 4 MISCELLANEOUS SYSTEM REQUEST FOR PAYMENT Agency: Yakima 129 North 2nd Street Yakima, WA 98901 AGENCY BILLING IDENTIFICATION LA -3825 (For agency use only) Federal Aid No.: P-STPH-TA96(237) Section: Englewood Br. Removal Agreement No: LA -3825 PROGRESS BILL NO: 01 DATE: LAST VOUCHER PAID FINAL PROGRESS BILL? PE YES / NO RIGHT OF WAY YES / NO CONSTRUCTION YES / NO (000) (00) (0) (1) (2) (3) (4) (5) (6) (7) Project Completion Status PE Right of Way Construction (8) (9) * 1 Total - !Total 1 Total 1 Total 1 Total 1 Total 1 Fed. 1 Amount 1 Amount 1 Total 1 Amount I Remaining TYPE OF WORK 1 Expenditures 'Expenditures 1 Expenditures 1 Eligible 1 Eligible 1 Eligible 1 % 1 Claimed This I Claimed 1 Claimed I Authorized 1 Federal 1 This Period 'Prior 1 To Date 1 This Period I Prior Period 1 To Date I 1 Period 'Prior Periods 1 •To Date I Per Agreement ' Funds 1 1 1 1 1 Col 1+ Col 2 1 Col 1* Col 4 1 1 Col 5+ Col 6 1 'Col 8- Col 7 + + + + + + + + P. E. TA -0717 1 I I I I I I I I I I a. Agency Work 1 I $0.00 1 1 1 $0.00 ' 1 90.00%1 ' $000 ' ' $9,720.00 1 1 + + + + + + b. 1 1 $0.00 1 1 I $0.00 1 I 1. 1 $0.00 1 1 $0.00 + + + + ++ + + + Total PE 1 1 $0.00 1 1 1 $0.00 I I 1 I$0.00 1 1 $9,720.00 1 ***** ********* ** ***********,r*,r*******,r*+.*****,r*,r*****,r+,t,r***** **,r**,r,t**+***,r********* ***+*,t****,r* *******+**,r***********,r+* ***,r,t* ** *** ***+*,t* ** **+******,t****,t,t* *+****,r****** ***+,t***,r**** ** ***,t+**,t**,t,r********+*****,r****,r,r,t* R.W. e. Agency Work f. 1 $0.00 1 $0.00 1 1 1 I 1 1 I $0.00 + + + + 4- I I I $0.00 I I 1 1 + + + + + + $0.00 1 $0.00 1 Total RW 1 1 $0.00 1 1 1 $0.00 1 I 1 1 $0.00 1 1 ***************************************+**************+****************+****************+***************+***************+***************+*******+***************+**************+***************+***************+************** CONSTRUCTION VIIIIIIIIIA 1 1 1 1 1 1 1 1 1 1 1 i. Contract 1 1 $0.00 I 1 1 $0.00 1 1 90.00%I 1 $0.00 1 1 $65,610.00 + + + + + + + + + + j I I $0.00 i I I $0.00 I I I 1 $0.00 1 1 $0.00 + + + + + + k. 1 1 $0.00 1 I I $0.00 I 1 1 I $0.00 1 1 $0.00 + + + + + + + + + + + 1. I 1 $0.00 I 1 I $0.00 I I 1 1 $0.00 ' 1 $0.00 + + + + + + + + + Total Contract Work 1 1 $0.00 1 1 1 $0.00 1 1 1 1 $0.00 1 1 $65,610.00 n. Agency Construction Engin. 1 1 $0.00 1 ' 1 $0.00 1 1 90.00%1 1 $0.00 1 ' $6,390.00 + + + + + + + + + + o. 1 I $0.00 I I 1 $0.00 I 1 1 I $0.00 1 1 $0.00 + + + + + + + + + + + ++++++++++++++ Total Const. Engineering 1 I $0.00 1 I 1 $0.00 1 1 1 1 $0.00 1 1 $6,390.00 +++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++ Total Construction 1 1 $0.00 1 I1 $0.00 1 1 1 $0.00 1 1 $72,000.00 ***********************************************************************+**************** I *************** I *************** I *************** I ******* I *************** I ************** I *************** 1 *************** ************** TOTAL PROJECT 1 1 $0.00 11 1 1 1 1 $0.00 1 I I 1 $0.00 1 I $81,720.00 I certify that in accordance with the laws of the State of Washington and under the conditions of approval for the project identified above, actual costs claimed have been incurred and are eligible for the purposes specified; also, that no other claims have been presented to or payments made by the State of Washington for those costs claimed herein for reimbursement. ADMINISTRATION OVERHEAD IS NOT ELIGIBLE FOR FEDERAL -AID REIMBURSEMENT _ Signee Title Date Approved by Regional TransAid Engineer Date (RTE Return Original and 1 copy to TransAid Service Center) Return Original South Central Region TransAid, P.O. Box 12560, Yakima, WA 98909-2560 One Copy - Retain in your Files Form PPC2 Revised 04/03/91 ITEM TITLE: SUBMITTED BY: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of October 21, 1997 Englewood Avenue Bridge Removal Dept. of Community and Economic Development, Engineering Division CONTACT PERSON/TELEPHONE: Fred French, City Engineer / 575-6096 SUMMARY EXPLANATION: The attached letter from the Washington State Department of Transportation, dated December 8,1995, approves $186,000 in Federal Safety Funds and requires $56,000 in local matching funds to remove the narrow bridge over the powerhouse canal at Englewood Avenue. The project is currently budgeted for 1998. The attached project prospectus and Local Agency Agreement are required to accept the funding and continue the project. Resolution XX Ordinance Agreement XX Other (Specify) Letter Funding Source Arterial Street, (142) (Budgeted in 1998) APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Adopt the attached resolution authorizing the city manager and city clerk to sign local agency agreement for the removal of the Englewood Avenue Bridge. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. Resolution No. R-97-131 October 16, 1997