Loading...
HomeMy WebLinkAboutR-1995-154 Electric Railroad RestorationRESOLUTION NO. R-95.15 4 A RESOLUTION authorizing the City Manager and City Clerk of the City of Yakima to execute an agreement finalizing funding through the S.T.E.P. program for YVT Electric Railroad Restoration. WHEREAS, the City of Yakima desires to restore America's last remaining turn -of -the - century interurban electric railroad; and WHEREAS, the City of Yakima wishes to retain YVT Electric Railroad as an operating museum; and WHEREAS, the City of Yakima also wishes for this Railroad to be retained as it is on the National Register of Historic Places: and WHEREAS, the Y.I.LA. Board has previously requested and been authorized by City Council to spend matching monies from the Trolley Capital Fund to preserve the railroad. WHEREAS, the City Council has determined that it is in the best interest of the City to pursue the funds available to restore this Railroad, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk are hereby authorized and directed to execute the attached Federal Aid Prospectus and Local Agency Agreement. ADOPTED BY THE CITY COUNCIL this 7- day of , 1995. ATTEST: A_c Mayor City Clerk W�Washington State Department of Transportation dank AGENCY Local Agency Agreement Agency CITY OF YAKIMA Address 129 No. 2nd Street Yakima, WA 98901 Project No. Agreement No. ° r- For H.adquartsrs WSDOT us• 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, 13) Office of Management and Budget Circulars A-102 and A-128, (4) the polities 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 Projract D.scription Name YVT ELECTRIC R/R RESTORATION Length N/A Termini City wide D.scription of Work Restore and replace deteriorating elements of the overhead electrical contact system by removing and replacing support poles, replace trolley wire and associated support hardware, relocate feeder wire and repair supporting structures. Type of Work Estimate of Funding (1) Estimated Total Project Funds (2) Estimated Agency Funds (3) Estimated Federal Funds PE a. Agency work b. Other 2,000 500 400 100 10600....... .............. 400 c. State services d. Total PE cost estimate (a+b+c) 2,500 500 2,000 Right of Way e. Agency work f. Other g. State services h. Total R/W cost estimate (e+f+g) Construction i. Contract i. other YILJ FORCES 38.5,.30.3 385,303 7.7.,.0£.1 77,061 308,.242.....•. ..................................... 308,242 k. Other 1. Other m. Total contract costs (i+j+k+p Construction Engineering n. Agency o. Other 1,.0.0.0 ..... ... 500 200.......... . 100 8001. 400 p. State forces q. Total construction engineering (n+o+p) r. Total construction cost Estimate (m+q) 1 , 500 300 - 1,200 386,803 77,361 309,442 s. Total cost estimate of the project (d+h+r) 389.103 77, 8A 1 111 442 '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 80.0 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 partici tion rate. The dollar amount of federal participation cannot exceed the amount shown in line s, column 3. All costs not reimbursed by the Feedderal Government shall be the responsibility of the Local Agency. DOT For„ 140439 Revised 10/94 Construction Method of Financing (check method selected) State Ad and Award O Method A — Advance Payment — Agency share of total construction cost (based on contract award) O Method B — Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of S at S per month for months Local Force or Local Ad and Award 7, 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 v and will comply with the applicable provisions set forth below _Adopted by fficial action on �� c�! / ,19 Resolution/Oran dince- � 96 J / Agency Offidal- By, w - ` /- kichard A. Zais,pCity Manager Attest: h4 - a_) Provisions City Clerk �‘S_ii 1. Scope of Work "' �.,. ^ "^. 6_66:63- 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. 11. 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. 111. 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 years from the final DOT Foes 140-039 Hensel! 11/94 2 Washington State Department of Transportation By ),,t )'v.` ✓ �;�1 Y/ f Assistant Secretary for TraniXd 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 dassification. The classifications of work for projects are: 1 Preliminary engineering up to and induding 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 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 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 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 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 Vill) 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 11/94 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 Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Assistant Secretary for Local Programs. IX. Traffic Control, Signing, Marking, 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, 1 %5, 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 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 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 refits I 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 DOT Form 140-039 tie ,sed 11/94 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 5100,000, 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 EtVHItcli E;EMET 11"1E:11'1 FCECIILJ 3T F C) F" "y t',Es�a Agency: Yakima 129 North 2nd Street Yakima. WA 9990/ AGENCY BILLING IDENTIFICATIOr 1756 (For agency use only) Federal Aid No.: S?PE-148510081 Section: YVT Electric RIR Restor. Agreement No: LA -3065 f(}UG! (uts) PROGRESS BILL NO: 01 DATE: Last Voucher Paid 12/31/99 LUCAL CDNTRAC1 NO. lix! (l) tzi 'FINAL PROGRESS BILL? PE YES / NO EIGHT OF Ra( YES / NO CDNSTRUCT1 YES / NO iii (4) (5) 16) (71 . TYPE OF WORK Total Total ' Total Total Total Total ' Expenditures Expenditures , Expenditures Eligible tiioible tlioible This Period Prior , to Date This Period : Prior Period ' to Date , xto1 1 + Col 2 + 4 + + + P. E. J. Agency Work $0.10.1 *u.UU + + + ,i,00 t Total PE ################11#1#1## ;RA, r. Agency Work Fed. : Amount Amount X Claimed This , Claimed Period : Prior Perim Col 1 # Col 4 ; 0.10 Protect Completion Status : rE X Right of Nay X Construction X (8; (9) Total Amount Remaining Claimed Authorized ; Federal To Date ; Per Agreement ; Funds Col 5 + Col 6 ; ' Col 8 - Col 7 + 1.600.00 ix.tW ; 0.00 + + 4- + ===+ + + +##############+##########MM1#+1$4$$$$$$$$###1+#1114311###fi###+1$$$$$#ii##i###, $0.00 , 0,0!) , ##11#####1#M###########11##+#######$#1######+#1##############+#####113##1 ###+1####1$11######011$1 ##1#######+###1## + +_--. + + + + + + + + + Total RW $0.00 •s.ov :#################################1#####+###t##1#########+################+###########i####+###$011$######+ W $$$########1+###############+#######+###############+###########U##+#1#############+111#####11##111+######1#####1#1, ;CONSTRUCTION I. c.uwtract i0.00 ' OM , . .. r 4. + ----+ + I f0.00, 0.000.00: 308,242.00 k. $U.0U , 1.04) OM + +---• t t + + + + t' ---+ A. i0.000.0 I.iitY { + + + + + + + + + + Total Contract Work $0.ixtx ix.UU ix.00 ' 3308,242.00 ++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++}++}++t++++++++}++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++t++++++ n. Agency Construction Engin. , 10.00 ; ci.UU ; ti00.UO + +---- + + + + D. pi}, oo ii, {rli : U.Qi� + + + + + + + + -- + katal Const. f noineefina 6U.Utx 0,40 ; ; U.ixo 3800.00 +++++++++++++++++++++++++++++++++++++++++++++++++++++++++tt++t+++++++++}+ttt+++++++++++++++++++++++++t++t+++++++++++++++++++++++++++++++++++}++++++++++++++}}+++++t+++++++++++}}++++++++++++++t++++}+{+++++++++++++++++ Total Construction 30.00 ix,ixii ; U.tiO : Error 31: s. TOTAL PROJECT 30.00 i.Otx ii,v0 Error 31; } + 90.00X: ix.00 { } } ---{ 0.00 +++++++++++++++ I certify that in accordance with the laws of the State of Wasninoton and under the conditions of approval for the oro:ect 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 wade by the State of Washington for those costs claimed herein for reimbursement. ADMINISTRATION OVERHEAD IS NOT ELIGIBLE FOR F=EDEF AL—PIlI) F`EI1-1E3 RSE=MEf41- Signee T_lie Date Neturn Drioinal to District 5 Local Proorams, P.U. Box 12561, Yakima, WA 98909-2560 One Coo - Retain in your Files Form PPC2 Eevised 04/03/91 Approved by District Local Proorams Engineer Date fDLPE keturn Original and i cony to Headquarters Local Programs) HIGHWAYS WASHINGTON CENTRAL RAILROAD •--- YVf ELECTRIC RAILROAD Estimated Budget for ISTEA (Transportation Enhancement) from YILA (Yakima Interurban Lines Association) Description of Estimated Cost Estimated Cost Labor $72,000 Railroad ties $3,000 Concrete (520 yds @ $61 per yd) $32,000 Torch Gas $1,500 Fuel/Gas (60 gal. x 50 x $1.35) S4,000 Pick-up Hi -Rail $8,000 Bridge approach timbers $2,000 Miscellaneous tools/supplies $2,000 Rental Dump truck ($200per wk 35 wks) $7,000 Estimated Administrative Cost for State S2,000 Saw cut street $2,000 Estimated Labor & Industries $10,500 Estimated Sales Tax $8,000 Estimated Social Security Tax $8,000 Estimated City Inspection fees ' $5,000 10% contingency (cover unexpected expenses not listed above) $19,000 Total estimated cost of IS I'EA Project $186,000 Estimated Sales Tax $12,000 Estimated Budget for S IBP (YVT Electric Railroad Restoration) - from YILA (Yakima Interurban Lines Association) Description of Estimated Cost Estimated Cost Estimated Labor cost $85,000 Hiring of Project Manager (Tom Shellnut) $50,000 Rental of Backhoe $18,000 Re -roof of Powerhouse $12,000 Rental of Boom truck Hi -rail $36,000 100 poles (125 x $120) $12,000 Overhead wire parts $4,000 Guide wire/ ties and miscellaneous mechanical parts $3,000 Estimated gravel requirement $1,000 Rental of bucket truck Hi -rail $20,000 Miscellaneous office supplies $2,000 Gas (250 gal. x 50 x $1.35) $14,000 Estimated cost for insurance on truck $9,000 Office Manager (Barb Thompson for Wa St. Service Corp Unit) $10,000 Miscellaneous winter supplies for Wa Service Corp Unit (Paint/wood/etc) $8,000 Safety equipment and glasses $3,000 Rental of Pick up Hi -Rail $8,000 Estimated Sales Tax $12,000 Estimated Social Security tax $6,000 Estimated Labor & Industries cost $4,000 Estimated State Administrative cost $2,000 Estimated City Inspection Cost $5,000 10 % contingency for unexpected cost not listed S36,000 Total estimated STEP budget $360,000 Y.I.L.A. Project Schedule Overhead Dec. Hire workers, training classes Jan,feb. Inside work, community service projects, outside wire work as weather permits. Track Mar.,apr.,May. Overhead Track Start Feb. 1 Weld rail bonds as weather permits. Start replacing power poles on 6th ave. Rebuild track between W.C. diamond and pine products. Jun.,July.,Aug. Overhead Replace 50-60 power poles in gap. Track Raise and rebuild track from pine products to Gordon rd. Sept.,Oct.,Nov. Overhead Replace as much guy wire as possiable,finish up loose ends, prepare for graduation. Track Remove as much guard rail in street as possiable, replace with new rail, repave street. Washington State Department of Transportation Federal Aid Project Prospectus Prefix Route Federal Aid Project Number STPE 1485 Date Local Agency Project Number Agency CITY OF Y AK I MA Federal Program ❑ 20.204 The [] 20205 ■ 20.206 1 20.209 1 Other Project Title YVT R/R TRACK, ET AL PRESERVATION Project Termini From N/A To N/A From: MP To: MP N/A Length of ProjectIles 6 Kilometers Award Type E Local it Local Forces ❑ State ❑ Railroad Federal Agency ZIP Code 98901 City Number 1 4 8 5 County Number 3 9 County Name YAKIMA DOT Region SOUTH CENTRAL 61 FHWA ❑ Others EIS CE EA Congressional District 4 Legislative Districts 1 4 Urban Area Number 5 TMA / MPO / RTPO YVCOG 1 I [3 II ❑ III Phase Total E:tnat # Cam 114unit >).. Leat Agency earmA.DA0 ::f derat funds (iVeai�si i Fedetaf "Oft lfiiiaft* ,Date, kear P.E. 1,500 300 1,200 80.0 1 0/9 5 RNV 0 Const. 199,929 39,986 159,943 80.0 10/95 Total 201,429 40,286 161,143 Description of F.xisting Facility {Existing :Design and Present Condition) Roadway Width N/A Number of Lanes N/A Yakima Valley Transit is a six -mile electric railroad connecting Yakima and Selah. The track, rolling stock, overhead wire and buildings are all original and in an advanced state of deterioration. Desciiptio.n of roposed {tot ..:.... . ] New Construction ❑ 3-R ❑ 2-R Roadway Width N/A Number of Lanes N/A Rebuild in - street trackage at cross street locations, line and surface the track where elevation is lower than street surface, replace defective and bent rails, replace worn joints, repair track ties in the approach to the steel truss bridge over the Naches River and renovation of the carbarn and substation. Local Agency Contact Person Fred French Title City Engineer Phone (509) 575-6096 Mailing Address 129 No. 2nd Street City Yakima WA ZIP Code 98901 13 41..,,- ..4 Location and Design Approval r„, (CA Agencies Only) Title a/7V 1/ Date //16. -51-1_____ ._ DOT km"40-009A Revised 11/04 Page 1 of 3 Agency CITY OF YAKIMA Project Title YVT IVR TRACK, I"' IAL RES'T'nRATION Date Geometric Design .Data Description Through Route Crossroad Federal Functional Classification • Principal Arterial Urban • Minor Arterial • Collector • Principal Arterial Urban • Minor Arterial • Collector • Major Collector Rural • Minor Collector • Access Street/Road • Major Collector Rural • Minor Collector • Access Street/Road Terrain • Flat • Roll • Mountain • Flat • Roll • Mountain Posted Speed Design Speed Existing ADT Design Year ADT Design Year Design Hourly Volume (DHV) .Accident - 3_ Year Per ence :. Year Property Damage Accidents Injury Accidents Fatal Accidents Total Number of Accidents Number of Accidents Number of Injuries Number of Accidents Number of Fatalities ....Total iNiimb,at of Accidettts Attri'b to bie:ir i aek: a.f.t a r€ng: he P.t,a osed liriproveitieii€ ..... . Perfo rr an+ce. of It O. - Preliminary Engineering Will Be Performed By NAA Others % Agency Construction Will Be Performed By YILA (Yakima Interurban Lines Assoc.) Contract % Agency 100 Environmental Considerations Catagorical Exclusion ® Check if No R/W is Required - (DOT Form 262-060 and Endorsement must be on file with the CAe Ag ncy; refer to Chapter 25 LAG manual Right of Way and Relocation Water Area Involvement None DOT Form 140-009A Revised 1184 Page 2 of 3 AGENCY ` P ECT CITY OF YAKIMA' YVT R/R TRACK, ET AL RESTORATION DESCRIPTION OF UTLITY RELOCATION OR ADJUSTMENTS AND EXISTING MAJOR STRUCTURES INVOLVED W THE PROJECT: None FAA INVOLVEMENT Is any airport located within 2 miles of the proposed project? 0 Yes REMARKS: The City of Yakima is the lead agency for this project. The work will be performed by Yakima Interurban Lines Association personnel. THIS PROJECT HAS BEEN REVIEWED BY THE LEGISLATIVE BODY OF THE ADMINISTRATION AGENCY OR AGENCIES, OR ITS' DESIGNEE. AND IS NOT INCONSISTENT WITH THE AGENCY'S COMPREHENSIVE PLAN FOR COMMUNITY DEVELOPMENT. AGENCY: DATE: // i.-1 / S BY: DOT Form 140-009 A Revised7/87 Page 3 of 3 CITY OF YAKIMA Dick Zais, City Mana Attest GihU,--vim ,eJ City Clerk R -G s- I is Washington State v© Department of Transportation Sid Morrison Secretary of Transportation Mr. Fred French City Engineer 129 North Second Street Yakima, WA 98901 Dear Mr. French: Transportation Building P 0 Box 47300 Olympia, WA 98504-7300 January 11, 1996 City of Yakima YVT Electric R/R Restoration STPE-1485(008) FUND AUTHORIZATION We have received FHWA fund authorization, effective January 8, 1996, for this project as follows: PHASE TOTAL FEDERAL SHARE Preliminary Engineering $ 2,500 $ 2,000 Construction $386,803 $309,442 In addition, categorical exclusion determination has been approved. Enclosed for your information and file is a fully executed copy of Local Agency Agreement LA -3065 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 the Enhancement Advisory Committee to $311,442. 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 the beginning of construction for projects to be done by local forces. Please refer to the Minimum Standards for Design and Construction of Transportation Enhancement Projects. The FHWA has approved the administration of enhancement projects utilizing state codes and laws in lieu of federal project development requirements. WTG:ch Enclosure cc: Bill Linse, South Central Region Sincerely, WAYNE T. GRUEN, PE Deputy Assistant Secretary TransAid ENGIPEE O JAN 11996 RECEIVE? � Washington State II/ Department of Transportation Federal Aid Project Prospectus Prefix Route Federal Aid Project Number STPE 1485 Date Local Agency Project Number AgencyCITY OF YAKIMA Federal Program Title g 20.205 ❑ 20.206 Federal Funds . {Nearest D ) 20.209 0 Other C igation Date Waft hear 20.204 • Project Title YVT ELECTRIC R/R RESTORATION 2,000 Project Termini From N/A To N/A RAN From: MP To: MP N/A Length of Project Mme 6 Iometers Award Type 0 Local (3 Local Forces State 0 Railroad ■ Federal Agency E FHWA 0 Others City Number 14 8 5 County Number 3 9 County Name YAKIMA 10/95 DOT Regan SOUTH CENTRAL EIS CE EA Congressional District 4 Legislative Districts 14 Urban Area Number 5 TMA / MPO / RTPO YVCOG 0 1 ►a 11 0 Ill Phase .. Tote Eetirnateci Cost {Nearest DdlJarj. facet Agency Funding «earsst Federal Funds . {Nearest D ) Percent ;Faders# Funds C igation Date Waft hear P.E. 2,500 500 2,000 80.0 10/95 RAN D 0 a Const 386,803 77,361 309,442 80.0 10/95 Total 389,303 77,861 311,442 Description of Existing Facility (Existing Design and Present Condition; Roadway Width N/A Number of Lanes N/A Yakima Valley Transit is a six -mile electric railroad connecting Yakima and Selah. The track, rolling stock, overhead wire and buildings are all original and in an advanced state of deterioration. Description of Proposed Work , New Construction ❑ 3-R ❑ 2-R Roadway Width N/A Number of Lanes N/A Restore and replace deteriorating elements of the overhead electrical contact system by removing and replacing support poles. Replace trolley wire and associated support hardware, relocate fccder wire and repair supporting structures. Local AgencyContact Person Fred French Title City Engineer Phone (509)575-6096 Mailing Address 129 No. 2nd Street City Yakima WA Zip Code 98901 By e Location and Design Approval Loca gApixovinp Auttmorlty (CA Agencies Only) Title City Engineer Date 1/-/%r-9,5 DOT Form 140409A Revised 11/94 J Page 1 of 3 art CONTRACT NO. Agency CITY OF YAKIMA Project nue YVT ELECTRIC R/R RESTORATION Date Geometric Design Data Description Through Route Crossroad Federal Functional Classification • Principal Arterial Urban • Minor Arterial O Collector ❑ Principal Arterial Urban • Minor Arterial • collector • Major Collector Rural • Minor Collector E Access StreeVRoad • Major collector Rural • Minor Collector ■ Access Street/Road Terrain ■ Flat ❑ Roll • Mountain • Flat • Roll ❑ Mountain Posted Speed % Agency 100 Design Speed Existing ADT Design Year ADT Design Year Design Hourly Volume (DHV) Accident. - 3 Year Experience Year Property Damage Accidents Injury Accidents Fatal Accidents Total Number of Accidents Number of Accidents Number of Injuries Number of Accidents Number of Fatalities tail. Number o Acc den s Attributable io tack of aVin4 the Prot ed Tmprtiveriieitt:: j Performance of Work: Preliminary Engineering Will Be Performed By N/A Others % Agency % Construction Will Be Performed By YILA (Yak. Interurban Lines Assoc.) Contract % Agency 100 % Environmental Considerations Catagorical Exclusion 0 Check if No RAN is Required - (DOT Form 262-060 and Endorsement must be on file with the CA Agency; refer to Chapter 25 LAG manual) Right of Way and Relocation Water Area Involvement None DOT Foe„ 14G. OQA Raised 11A4 Page 2 of 3 NCY CITY OF YAKIMA • C T YVT ELECTRIC R/R RESTORATTON DESCRIPTION OF UTILfTY RELOCATION OR ADJUSTMENTS AND EXISTING MAJOR STRUCTURES INVOLVED N THE PROJECT: N/A FAA INVOLVEMENT Is any airport located within 2 miles of the proposed project? C Yes No REMARKS: The City of Yakima is the lead agency for this project. The work will be performed by Yakima Interurban Lines Association personnel and STEP employees under the guidence of the Washington Service Corps. THIS PROJECT HAS BEEN REVIEWED BY THE LEGISLATIVE BODY OF THE ADMINISTRATION AGENCY OR AGENCIES, OR ITS' DESIGNEE, AND IS NOT INCONSISTENT WETH THE AGENCY'S COMPREHENSIVE PLAN FOR COMMUNITY DEVELOPMENT. AGENCY: CITY OF YAKIMA DATE: 1�/ , 5 BY: DOT Form 140-009 A Revised7/87 Page 3 of 3 Dick Zais, City Man-a-•er Attest i�- ,� a`e'� City Clerk CM CONTRACT NO. J _' ! �.�