Loading...
HomeMy WebLinkAboutR-1995-029 Interlocal AgreementRESOLUTION NO. R-95- 29 A RESOLUTION approving the Interlocal Agreement for Reconstruction of a portion of South 18th Street with the City of Union Gap. WHEREAS, the City of Union Gap has received a federal aid project grant through the Washington State Department of Transportation to reconstruct the roadway, sidewalks, curb and gutter pavement, and drainage of that street known as South 18th Street between Mead Avenue and Lilac Lane in Union Gap; and WHEREAS, the City of Union Gap desires the City of Yakima to perform the construction of such federal aid projects and it would be in the public interest of Union Gap and Yakima for Yakima to perform the South 18th Street construction, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Mayor and the City Clerk are hereby authorized and directed to execute the attached and incorporated "Interlocal Agreement for Reconstruction of South 18th Street." ADOPTED BY THE CITY COUNCIL this 14th day of February , 1995. ATTEST: L7 INTERLOCAL AGREEMENT FOR RECONSTRUCTION OF EIGHTEENTH STREET THIS AGREEMENT, made and entered into by and between the City of Yakima, a municipality of the State of Washington, hereinafter referred to as "Yakima", and the City of Union Gap, a municipality of the State of Washington, hereinafter referred to as "Union Gap", witnesseth": WHEREAS, Union Gap has received a federal aid project grant through the Washington State Department of Transportation, to reconstruct the roadway, sidewalks, curb and gutter pavement, and drainage of 18th Street, a distance of approximately 0.28 miles from East Mead Avenue to Lilac Lane in Union Gap, and a copy of the Washington State Department of Transportation City/County Agreement concerning the same is attached hereto and incorporated by reference; and, WHEREAS, said 18th Street is located near the Yakima boundaries and said street improvements would benefit Yakima as well as Union Gap; and, WHEREAS, it would be in the public interest of Union Gap and Yakima for Yakima to perform the 18th Street construction; and, WHEREAS, these types of agreements are authorized by RCW 39.34; and, WHEREAS, in consideration of the mutual covenants and agreements herein contained; IT IS NOW, THEREFORE, covenanted and agreed as follows: 1. Union Gap hereby authorizes Yakima to perform all work to reconstruct the roadway, sidewalks, curb and gutter pavement, and drainage at 18th Street between East Mead Avenue and Lilac Lane in Union Gap, as set forth and contemplated by the Washington State Department of Transportation City/County Agreement relating to federal aid project number STPUS - 4608 (002) attached hereto and incorporated by reference. Yakima shall perform such work in compliance with the said Washington State Department of Transportation City/County Agreement. 2. The above identified we :k shall be performed in accordance with the Washington State Department of Transportation Standards, aid shall be completed on or before December 31, 1995. 3. Yakima shall provide all engineering and administrative services necessary to perform this Agreement. Prior to the commencement of work, Yakima shall submit for Union Interlocal Agreement for Reconstruction of Eighteenth Street Page 1 of 3 Gap's approval Yakima's preparation of plans, specifications, and estimates which shall include all bid documents, contract provisions and plan sheets, accompanied by the engineer's estimate of proposed construction work. Union Gap must approve the above, including estimated costs, prior to commencement of work. 4. Union Gap shall pay the actual costs of the above identified reconstruction work performed by Yakima in accordance with the terms of this Agreement. The costs of work shall include the actual cost of labor, equipment rental, engineering, materials used in the construction or maintenance work involved, fringe benefits to labor including Social Security, retirement, industrial and medical aid costs, prorated sick leave, holidays and vacation time, and group medical insurance. Yakima shall submit to Union Gap a certified statement of the costs of work performed. 5. Union Gap and Yakima shall each enact a resolution in accordance with RCW 39.34.030 (2) to authorize this Interlocal Agreement, which Agreement shall become effective upon the latter of A) the date of said Agreement, or B) the date said resolutions each become effective. 6. It is understood and agreed between the parties hereto that Yakima will hold harmless, indemnify and defend Union Gap, and its officers, employees and agents, from all claims, losses, demands, actions and causes of action of any nature whatsoever including but not limited to personal injury, property damage, or death, as a result of any act or activity or failure to act by Yakima, its officers, agents or employees because of or in any way arising out of the work to be performed under the terms of this Agreement. 7. This Agreement shall continue in duration until December 31, 1995, provided, that in the event the Secretary of the Washington State Department of Transportation terminates the above referenced Washington State Department of Transportation City/County Agreement, Union Gap may terminate this Interlocal Agreement upon notice to Yakima. 8. The Union Gap City Manager shall be responsible for administering this Agreement. Except for materials incorporated into the project, all property used by either party to this Agreement to accomplish the purpose and intent of the Agreement shall remain the property of that party. Yakima shall furnish to the Union Gap City Manager copies of all documents and letters relating to this project, together with all original tracings. 9. A copy of this Agreement shall be filed with the Union Gap City Clerk, the Yakima City Clerk, and the Yakima County Auditor, and the Secretary of the State of Washington. Interlocal Agreement for Reconstruction of Eighteenth Street Page 2 of 3 10. In event of dispute under this Agreement, venue shall be Yakima County, Washington. IN WITNESS WHEREOF, the parties hereto have set their hands the day and year below written. CITY OF UNION GAP CITY OF YAKIMA By /11 `o al • Krebs Patricia A. Berndt By (;)/62.t" May Dates, ATTEST: 2?. Kathleen M. Holscher City Clerk APPROVED AS TO FORM: Dorot L. odrick City A torney Mayor Date 3-a-c)'‘� ATTEST: Mely Ski ald Acting City Clerk APPROVED AS TO FORM: Ray Paolella City Attorney Interlocal Agreement for Reconstruction of Eighteenth Street Page 3 of 3 November 4, 1994 City of Union Gap Denny Covell, P.E. Director of Engineering and Utilities City of Yakima 129 North 2nd Street Yakima, WA 98901 Denny: "The Old Town with New Ideas" The City of Union Gap has applied for a Federal Aid (STPUS) Grant for improvements to Eighteenth Street between East Mead Avenue and Lilac Lane. The City has been successful in obtaining the funding, we would request that the City of Yakima administer the grant. Please let me know if you are willing to do so. I have enclosed the STPUS documents for your information and review, also an Interlocal Agreement. If you have any questions, please feel free to call me. Sincerely, Paul Burlingame City Manager PB:jb Enclosures (5) c: file P.O. Box 3008 • 102 W. Ahtanum Rd. • Union Gap, WA 98903 • 509/248-0432 • FAX 509/2484494 CITY OF YAIKIMA DEPARTMENT Of ENG/NEER/NG & U77L1TI(S (509) 575.6111 SCAN 278-0111 FAX 5754105 129 NORTH SECOND STREET YAK/MA. WASHINGTON 98901 November 14, 1994 Paul Burlingame, City Manager City of Union Gap P.O. Box 3008 Union Gap, WA 98903 Subject: Eighteenth Street, Improvements, in Union Gap Dear We have received your letter of November 4, 1994 requesting that the City sof Yakima administer the Federal Aid grant for the improvements to Eighteenth Street, between East Mead Avenue and Lilac Lane. The Engineering Division is pleased to assist in the administration and reconstruction of this project. We have placed the project on our work schedule for design and construction in 1995. I have forwarded the interlocal agreement to our legal department for preparation of the appropriate legislation. We again Zook forward to another suaressful project Sincere Fred French, City Engineer � Dick Lis. city Manepe► Dennis Cod, Okada Ito Podolia, Cly Attatay Rabert Deserior.. _E^gln; • 4110 7rWashington State Department of Transportation Sid Morrison Secretary of Transoortatson Mr. Kenneth Harris Public Works Director 102 West Ahtanum Road Union Gap, WA 98903 RECEIVED TransoOr:3tcn Bwldin9 QCT 0 3 1994 P 0 =ot 4.300 0.a. '.va 98504-7300 CITY OF UNION GAP September 26, 1994 City of Union Gap South 18th Street STPUS-4608(002) FUND AUTHORIZATION Dear Mr. Harris: We have received FHWA fund authorization, effective September 20, 1994, for this project as follows: PHASE TOTAL FEDERAL SHARE Preliminary Engineering $ 32,686 $ 28,273 Construction $286,547 $247,863 In addition, categorical exclusion determination has been approved. Enclosed for your information and file is a fully executed copy of Local Agency Agreement LA -2622 between the state and your agency. Also enclosed is a pre-printed Progress Bill form for the referenced project. Please forward this form to the person handling billings. Federal funds for this project are limited by your regional STP project selection agency to $276,136. All costs beyond those in the latest executed agreement are the sole responsibility of your agency. Please remember to provide your Regional TransAid Engineer with one set of PS&E for his use at least two weeks prior to requesting a contract number. A contract number must be obtained from WSDOT prior to advertising for bids on local ad and award projects. Reimbursement for construction costs will not begin before the contract is awarded. You mayproceed with the administration of this project in accordance with Yakima ounty's approved Certification Acceptance agreement. Sincerely, 1 WAYNE T. GRUEN, PE Deputy Assistant Secretary TransAid WTG:ch Enclosure cc: Bill Linse, South Central Region TIB Aft. Washington State AGENCY '( Via/ DelparttYleitt of Tra ,or Jon Local ..sk. icy Agreement Agency CITY OF UNION GAP Address P.O. Box 3008 Union Gap, WA 98903-0008 Project No. STPD. - 960r(C0t) Agreement No. EA 2 62_2_ For Haadguartors Mf1DOT w only. The Local Agency having complied or .by agreeing to comply, with the hates and conditions oet forth in (1) Thle 71 U.S Cods FBghweya (b the r.gdadssr bayed purulent then. Ci) Office of Marta sward and Budget Grogan A -1Q2 and A-122. (o the policies and procedures promsslipted by the Washington Saha Pepsrtment of Transportation. and 6) the federal aid protect agreement entered into between the Stan and Federal Govtna+att. relative to the above peoj@et the Washington Sur Dope -mete of Transportation will authorize the Loot Agency to proceed on Bre protea by a separate nodlladon. Federal finds which me to be obligated bar the protea tray not eased the amount shown herein on Mae a aduaut 3. without written authority by the State. subject 10 the approval of the Fading Highway Adahboeantion. An proem mats not reimbursed by the Federal Government shall be the responsibility of the Cool Aviary. Project DIMCription Nam South 18th Street Termini Meal AYPnue to Lilac Ln. mgt 0.28 Miles Description of Work New roadway will consist of two 12 ft. travel lanes and two 11 ft. parking lanes. Lanes with 5 ft. wide sidewalks, curbs and gutters on both sides. Pavement surface will be ACP Class t3". *Federal prtidpaies is ossersdos.agiseerleg (q) is liaised se 1S punnet of the total round costs (Use a. celesta 31. The federal aid patidpsoon rate sn this project will be determined by the Federal Government The parties expect that tt will be 86.5 percent however. k Is understood that the rats mar very Th. Loot Agency agrees that this agresahaut is entered into without relying upon any repressio tion by the state made awed@ of this centrum. or contained herein. as to what the federal partidpstion rare will be. lt further *grow that it will not condition guy future action with respect to tw meet covered by this agreement upon pest. current or future tepresernstions as to the federal participation ata. The dollar amount of federal participation cannot eased the amount shown in One a column 3. A31 cow not reimbursed by the Federal Government shall be the responsibility at the Local Army. OOT rr • • Type of Work Estimate of Funding a) Estimated Total Project Funds m Estimated Agency Fonds a Estimated Federal Fonds PE a. Agency WA Cnnaulrastr $_____n l 3 0 $,___„_-,0 ......__3LX98.2—_ JO b. other c. Sate services d. Total PE cast estimate (a+bac) _--31.B86 800 108 32,686 4,413 28,273 - Right of War e. Agency work •••••••'..- - — L Other g. State services h. Total R/W cost estimate (e+f+g) Construction L 2841547 38,414 246,133 7).,}71 _ 71,371 0 } Other Non-Participatinst --- Ir. Otte L Other m. Total contract cow Q+j+k+D Corisu,rtion Engineering n. Agency Consultant 355.918 109,785 246,133 0 Q 47jjr9 47,1829 -----� o. Other p. State faro's q. Total construction engineering (n+o+p) r. Total construction cost Estimate (m+o) 2,000 270 1.730 49_.829 48,099 1,730 405,747 _ 157,884 247,863 s. Total cost estimate of the project (d+h+r) $ 438,433 $162,297 $ 276,136 *Federal prtidpaies is ossersdos.agiseerleg (q) is liaised se 1S punnet of the total round costs (Use a. celesta 31. The federal aid patidpsoon rate sn this project will be determined by the Federal Government The parties expect that tt will be 86.5 percent however. k Is understood that the rats mar very Th. Loot Agency agrees that this agresahaut is entered into without relying upon any repressio tion by the state made awed@ of this centrum. or contained herein. as to what the federal partidpstion rare will be. lt further *grow that it will not condition guy future action with respect to tw meet covered by this agreement upon pest. current or future tepresernstions as to the federal participation ata. The dollar amount of federal participation cannot eased the amount shown in One a column 3. A31 cow not reimbursed by the Federal Government shall be the responsibility at the Local Army. OOT rr Construction filetho:4 of Financing (dot maul Weal, State Ad .ued Awad O Method A — Advance Payment — Agency share of total castistruction cat (hired on contract sward/ O Method 3— Withhold from gas tax the Agency's share of total coestrue:tno n cwt (tine 4. cohrm+n A in the amount of g at 3 _ per month for months LooaI Forte or Local Ad sod Award tat Method C — Agency cost incurred with partial reimburse:rent The Local Agency further stipulates that pursuant to said This 234 regulations and polities and procedures, and u a condition to payment of the federal funds obligated, it accepts and will comply with the applicable prvvisic es sat forth below. Adopted by official action on ,19 Resolution/Ordinance Na Provisions L Scope of Worts The Agency shall provide all the work, labor, materials. and services necessary to perform the project which is described end ret forth in debit in the d Description' tion and 'Type of Work. When the State acts for and on behalf of the Agency, the State shall be damned 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. Whom 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= the work subject to the ordinary procedures of the State and Highway Administration. II. Dotogatioa of Authority The State is willing to fulfill the responsibilities to the Fedeai Cove -name 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 rete nburtement in accordance with federal requirements. If the State advertises and awards the contract, the State t 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 spedficatdona. 111. PvoIoet Aebniedmmtaratlow Certain types of wont 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 persasnei for the supervision and inspection of the work in progress. On Local Agency advertised and awarded psojecb. the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications, and federal aid requireannertb. The salary of such engineer or other supervisor and all other salaries end costs incurred by State forces upon the project will be considered s cost thereof. All costs related to this project uncured 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 Reeoerls All project records in support of all costs insured and ached expenditures kept by the Agency are to be maintained in accordance with procedur® prescribed by the Division of Municipal Corporations of the State Auditor's Office, the U3 Department of Transportation, and the Washington State Department of Transportation. The records ‘4":DOT te ta.wb t/sr Washington State Departaumt of Trensportaticn S.awary Gs Local i ro amt / SEP 19 1994 Date Exacosed shell be open to L sp.c oo by fire State and F'ederai Goverment at all reaseesable times and shall be retained and made available for teach inspecticet for a period of not lmss than three years from the Baal payment of any federal aid .hinds to the Agestry. Copies of said records shall be furnished to the State and/or Federal Covmttssteht upon V. Compliance with Provisions The Agency shall not masa any federal aid pertidpuion costs as any classification of work on this project until authorized is writing by the State for each classification. The classifications of work for proects rater 1. Preliminary engineering up to and including appraval, 2. Preparation of plans, spedficatlons, and estimate& 3. Right of way acquisition. 4. Project eatstrueeion. In the event that sight of way acquisition, or ached amstrtrcttan of the road., for which preliminary engineering is undertakes is not started by the dosing of the tenth fiscal year following the .fiscal yes: in which the agreement is etecuted, the Agency will repay to the State the sues or sums of federal funds paid to the .Agency under the tams of this :grantee tt (see Section VIII). The Agency ages that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will confocal to at leant the minimums values set by approved statewide design standards applicable to this data of highways, even though such additional work is financed without federal .aid participation. The Agency agent that on federal add highway ooetstrnction 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 connector fails to empties the contract within the contract tams. VI. Paryinont and Partial Rolanbursotmont The total cost of the project, including all review and engineering costs and other expense; of the State. is to be paid by the Agency and by the Federal Government Federal funding shall be in aexord with the Intermodal Surface Transportation Effie:lacy Asx 1991, Title 23, United States Code, as amended. and Mot oi Managerent and Budget circulars A-102 and A-128. The State shall not be ultimately responsible for any of the costa of the project. The Agency shall be ultimately responsible for all costs asaodtted with the project which are not reimbursed by the Federal Covernnwet Nothing in this agreement shall be construed as a promisee by the State as to the amount or nature of federal partidpatlon in this project State of Washington Transportation Improvement Board i ksr0raBaracr Oheo(t opwr (2051117-71911 SGIN23471% The Honorable Ronald Krebs Mayor City of Union Gap 102 West Ahtanum Road Union Gap, WA 98903 October 4, 1994 T1A/ISTEA Match Project TIB No. 9E -1335(I01)-1 S. 18th Street Mead Avenue to Lilac Lane City of Union Gap RECEIVED OCT 071994 CITY OF UNION GAP Dear Mayor Krebs: We are pleased to advise you that the Transportation Improvement Board (TIB) has authorized financial assistance for the above -referenced project from the Transportation Improvement Account (T1A). The TIA/ISTEA matching funds authorized for the design and construction phase are S43,097. The effective date of the authorization is September 20, 1994. Please sign the two enclosed project agreements and retum them to the TIB office by October 25, 1994. The agency is required to certify compliance with the Clean Air Act. After execution by the Executive Director, a copy will be forwarded to you. We look forward to working with you. If you have any questions, please call Bob Moorhead, TIA Project Engineer, at (206)705-7593. RLD\RWM:jjs Enclosures cc: Bill Linse FA#STPUS-4608(002) Accounting Sincerely, 0.Arlow..,Zt" Rod Diemen TIA Program Engineer ®� Transportation Improvement Account / ISTE4 Matching Funds f LJ Project Agreement for Design And Construction Proposal Lead Agency City of Union Gap Project Number 9E-1335(101)-1 Autrionty Number 9431,209E Project Title & Descnption S. 18th Street Mead Avenue to Lilac Lane - Total Amount Authonzed $43,097 Authorization to Proceed Effective From September 20, 1994 IN CONSIDERATION of the allocation by the Transportation Improvement Board of Transportation Improvement Account (TIA) matching funds to the project and in the amount set out above, the agency hereby agrees that as condition precedent to payment of any TDA matching funds allocated at any time to the above referenced project, it accepts and will comply with the terms of this agreement, including the terms and conditions set forth in RCW 47.26; the applicable rules and regulations of the Transportation Improvement Board, and all representations made to the Transportation Improvement Board upon which the fund allocation was based; all of which are familiar to and within the knowledge of the agency and incorporated herein and made a part of this agreement, although not attached. The officer of the agency. by the signature below hereby certifies on behalf of the agency that federal, state, and local funds represented to be committed to the project will be available as necessary to implement the projected development of the project as set forth in the Federal Aid Project Prospectus, acknowledges that funds hereby authorized are for the development of the design and construction proposal as defined by Chapter 167, Laws of 1988. Projects in clean air non -attainment areas are subject to air quality conformity requirements ars specified in RCW 70.94. The lead agency certifies that the project meets all applicable Clean Air Act requirements. IN CONSIDERATION of the promises and performance of the stated conditions by the agency, the Transportation improvement Board hereby agrees to reirnburse the agency from TIA matching funds allocated, and not otherwise, for its reimbursable costs during the above referenced quarter year not to exceed the amount specified. Such obligation to reimburse TIA matching funds extends only to propel costs incurred after the date of the Board's alllocation of funds and authorization to proceed with the project. LEAD AGENCY TIB stem 101091 C9103 Ow. TRANSPORTATION IMPROVEMENT BOARD BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT �J Item No. For Meeting Of February 14, 1995 ITEM TITLE: Resolution Authorizing Interlocal Agreement with the city of Union Gap for the construction of a portion of 18th Street SUBMITI ED BY: Dept. of Community & Economic Development - Engineering Division CONTAC 1 PERSON/TELEPHONE: Fred French, City Engineer / 575-6094�% SUMMARY EXPLANATION: The City of Union Gap has received federal and state grant funding (ISTEA & TIB) for the reconstruction of South 18th Street from Mead Avenue to Lilac Lane. The City of Union Gap is not authorized to directly administer the federal grant and the Yakima Engineering Division does have the authorization to directly administer these types of projects. The Engineering Division has the desire and ability to complete this project for the City of Union Gap within the time frame desired. The Engineering Division completed a similar project for Union Gap, Rainier Place, in 1991. The agreement for this new project is the same as the 1991 Rainier Place project. Resolution X Ordinance Contract Other (Specify) Agreement Funding Source City of Union Gap APPROVED FOR SUBMI1'1'AL: City Manager STAFF RECOMMENDATION: Pass the attached Resolution authorizing the Mayor and City Clerk to sign the interlocal agreement with the City of Union Gap for the reconstruction of a portion of South 18th Street, in Union Gap. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted, Res. No. R-95-29 February 9, 1995 November 4, 1994 City of Union Gap Denny Covell, P.E. Director of Engineering and Utilities City of Yakima 129 North 2nd Street Yakima, WA 98901 Denny: "The Old Town with New Ideas" The City of Union Gap has applied for a Federal Aid (STPUS) Grant for improvements to Eighteenth Street between East Mead Avenue and Lilac Lane. The City has been successful in obtaining the funding, we would request that the City of Yakima administer the grant. Please let me know if you are willing to do so. I have enclosed the STPUS documents for your information and review, also an Interlocal Agreement. If you have any questions, please feel free to call me. Sincerely, Paul Burlingame City Manager PB:jb Enclosures (5) c: file P.O. Box 3008 • 102 W. Ahtanum Rd. • Union Gap, WA 98903 • 509/248-0432 • FAX 509/248-6494 CITY OF YAKIMA DEPARTMENT Of ENG/NEER/NG & UITIUTIES (509) 575-6111 SCAN 278-6111 PAX 575-6105 129 NORTH SECOND STREET YAK/MA, WASHINGTON 98901 November 14, 1994 Paul Burlingame, City Manager City of Union Gap P.O. Box 3008 Union Gap, WA 98903 Subject: Eighteenth Street, Improvements, in Union Gap We have received your letter of November 4, 1994 requesting that the City of Yakima administer the Federal Aid grant for the improvements to Eighteenth Street, between East Mead Avenue and Lilac Lane. The Engineering Division is pleased to assist in the administration and reconstruction of this project. We have placed the project on our work schedule for design and construction in 1995. I have forwarded the interlocal agreement to our legal department for preparation of the appropriate legislation. We again look forward to another successful project Sincere! Fred French, City Engineer cc: Dick Zeis, City Manager Dennis Covell, Director Ray Paoletia, City Attorney Robert Desgroseffier, Preset Engineer WWashington State O Department of Transportation Sid Morrison Secretary of Transportation Mr. Kenneth Harris Public Works Director 102 West Ahtanum Road Union Gap, WA 98903 Dear Mr. Hams: RECEIVED Transportation Budding 03 19.94 P 0 Etc.', 47300 OCTv ! 0yr^o a. WA 98504-7300 CITY OF UNION GAP September 26, 1994 City of Union Gap South 18th Street STP U S-4608 (002) FUND AUTHORIZATION We have received FHWA fund authorization, effective September 20, 1994, for this project as follows: PHASE Preliminary Engineering Construction TOTAL $ 32,686 $286,547 FEDERAL SHARE $ 28,273 $247,863 In addition, categorical exclusion determination has been approved. Enclosed for your information and file is a fully executed copy of Local Agency Agreement LA -2622 between the state and your agency. Also enclosed is a pre-printed Progress Bill form for the referenced project. Please forward this form to the person handling billings. Federal funds for this project are limited by your regional STP project selection agency to $276,136. All costs beyond those in the latest executed agreement are the sole responsibility of your agency. Please remember to provide your Regional TransAid Engineer with one set of PS&E for his use at least two weeks prior to requesting a contract number. A contract number must be obtained from WSDOT prior to advertising for bids on local ad and award projects. Reimbursement for construction costs will not begin before the contract is awarded. You may proceed with the administration of this project in accordance with Yakima County's approved Certification Acceptance agreement. Sincerely, r74 4 WAYNE T. GRUEN, PE Deputy Assistant Secretary TransAid WTG:ch Enclosure cc: Bill Linse, South Central Region TIB A Wasttington State o GENCY 'war Departrnent-"sation Local . ritncy Agreement Agency CITY OF UNION GAP Address P.O. Box 3008 Union Gap, WA 98903-0008 Project No. STP(& - 4(00C 30L) Agreement No. EA 2 62 2_ For Headquarters W$DOT tree catty. The Local Agency having complied. or hereby agreeing to comply, with the tercets and conditions set forth to (1) Title 23. US. Code Highways, Co the regulations issued pursuant thereto. 0) Office of Management and Budget Citculaes A-1112 and A-128. (4) the policies and procedures promulgated by the Washington State Department of Transportation. and 6) 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 sea to be obligated for the project may not exceed the amount shown herein on line 1. column 3, wtthont written authority by the State, subject to the approval of the Federal Highway Acinninistratian. An project assts not reianbuned by the Federal Government shall be the responsibility of the Local Ageetcy. Project Description Nae South 18th Street Tetadni Meaci kv__enue to Lilac Ln. mgt 0.28 Miles Description of Work New roadway will consist of two 12 ft. travel lanes and two 11 ft. parking lanes. Lanes with 5 ft. wide sidewalks, curbs and gutters on both sides. Pavement surface will be ACP Class "B11. Typo of Work `--- Estimate of Funding (2) Estimated Total Project Funds (2) Estimated Agency Funds w Estimated Federal Funds PE a. Agency work b. Other t rnguitant $____...D... i..»._ 0- $ 0. — 31.886___A.,..10______ 108 ......?.Za.58..1......_. 692 c. State services d. Total PE cost estimate (a+b+c) 800 32,686 '4,413 28,273 Rightof Way e. Agency work 1. Other ___..._»._..._._...».___ ------------- ......»». ______ ».»_.» .» --- — » ».__....__._. g. State services h. Total R/W cost estimate (e+f+g) Construction i. Contract j. Othds Non -Participating _ 284 547 w_M 71,111 38,414 246 ,133_ 0.____ _ _» » �» __ 71_,371 _ k. Other L Other L -----.-- - 246,133 m. Total contract costs (i+j+k+1) Construction Engineering n. Agency o. Other Consultant 355,918 109,785 _ 0 »...»..»_ Q » .»». » » .......47.22......_,......... ___,» 270 » Q__.__..».... „ 0 1.730 » _._ _ »_ ........k7...5.29 ............ 2.000 p. State forces q. Total construction engineering (n+o+p) r. Total construction cost Estimate (m+q 49.829 48,099 1,730 247,863 405,747 157,884 s. Total cost estimate of the project (d+h+r) $ 438,433 $ 162,297 $ 276,136 'Federal participation in construction eagincedng (q) Is limited to 15 percent of the total contrail costs (line m, column 3). The federal aid participation rate in this project will be determined by the Federal Covernment. The parties expect that st win be 86.5 percent. however, kis understood that therms may vary. The Local Agency agrees that this agreement is entered into without relying upon any representation by the state nude outside of this contract, or contacted herein, as to what the federal putidpedon ratawill be. it further agrees that it will not condition any future actions with respect to the project mversd by this agreement upon pat. c Trent, or future represerteatians as to the federal participation rate. The doUar amount of federal partidpation cannot exceed the entount shown In lines, column 3. All costs not reimbursed by the Federal Cover ment shall be the responsibility of the Local Agency. OOT ere% Construction !Method o, inancing (eked wished asara State Ad and Award O Method A — Advance Payment — Agency share of total unction cost (based on contract award) O Method B — Withhold from gas to the Agency's share of total construction cost Cline 4, column 2) in the amount of S at S per month for months Local Force or Local Ad and Award N. Method C — Agency cost incurred with partial reimbursement The Lod Agency further stipulates that pursuant to said 'title 23, regulations and polities 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 en 19 , Resolution/Ordinance No. Provisions I. Scope of Work The Agency shall provide all the work, labor, materials, and service necessary to perform the project which is described and set forth in detail in the '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 spedfcations as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State ads 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 alt 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 US. Department of Transportation, and the Washington State Department of Transportation. The records t.oco9 D0. a.��.o ,„, Washington State Department of Transportation t Secretary for Local Programs SEP 19 1994 Date Exacted shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to thecy. 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 partidpation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for pmjed s 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 dosing 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 Bass of highways, even though such additional work is financed without federal aid partidpation. 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 partidpation 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 Effidency 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 uisimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs assodated 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 partidpation in this project. State of Washa,yton titiPico, sr Office Bar 40937 98504490i 1Transportation Improvement Board 051 SGw234-,f98 October 4, 1994 The Honorable Ronald Krebs Mayor City of Union Gap 102 West Ahtanum Road Union Gap, WA 98903 TIA/ISTEA Match Project T18 No. 9E-1335(101)-1 S. 18th Street Mead Avenue to Lilac Lane City of Union Gap Dear Mayor Krebs: RECEIVED OCT 07 1994 CITY OF UNION GAP We are pleased to advise you that the Transportation Improvement Board (118) has authorized financial assistance for the above -referenced project from the Transportation Improvement Account (TIA). The TIA/1STEA matching funds authorized for the design and construction phase are $43,097. The effective date of the authorization is September 20, 1994. Please sign the two enclosed project agreements and retum them to the TJB office by October 25, 1994. The agency is required to certify compliance with the Clean Air Act. After execution by the Executive Director, a copy will be forwarded to you. We look forward to working with you. If you have any questions, please call Bob Moorhead, TIA Project Engineer, at (206)705-7593. RLD\RWM:jjs Enclosures cc: Bill Linse FA#STPUS-4608(002) Accounting Sincerely, Rod Diemert TIA Program Engineer worriej Transportation Improvement Account/ ISTEA Matching Funds tiA Project Agreement for Design And Construction Proposal Lead Agency City of Union Gap Project Number 9E-1335(101)-1 Authority Number 9431209E Project Title & Oescnption S. 18th Street Mead Avenue to Lilac Lane Total Amount Authonzed $43,097 Authorization to Proceed Effective From September 20, 1994 IN CONSIDERATION of the allocation by the Transportation Improvement Board of Transportation Improvement Account (TIA) matching funds to the project and in the amount set out above, the agency hereby agrees that as condition precedent to payment of any TIA matching funds allocated at any time to the above referenced project, it accepts and will comply with the terms of this agreement, including the terms and conditions set forth in RCW 47.26; the applicable rules and regulations of the Transportation Improvement Board, and all representations made to the Transportation Improvement Board upon which the fund allocation was based; all of which are familiar to and within the knowledge of the agency and incorporated herein and mads a part of this agreement, although not attached. The officer of the agency, by the signature below hereby certifies on behalf of the agency that federal, state, and local funds represented to be committed to the project will be available as necessary to implement the projected development of the project as set forth in the Federal Aid Project Prospectus, acknowledges that funds hereby authorized are for the development of the design and construction proposal as defined by Chapter 167, Laws of 1988. Projects in dean air non -attainment areas are subject to air quality conformity requirements as specified in RCW 70.94. The lead agency certifies that the project meets all applicable Clean Air Act requirements. IN CONSIDERATION of the promises and performance of the stated conditions by the agency, the Transportation Improvement Board hereby agrees to reimburse the agency from TIA matching funds allocated, and not otherwise, for its reimbursable costs during the above referenced quarter year not to exceed the amount specified. Such obligation to reimburse TIA matching funds extends only to project costs incurred after the date of the Board's allocation of funds and authorization to proceed with the project. LEAD AGENCY TIB TRANSPORTATION IMPROVEMENT BOARD /o/ 0941 Ch.rmannu.vo' Owe E,.currw Cor Ora