HomeMy WebLinkAboutAgenda
AGENDA
Transportation Committee Regular Meeting
2:30 PM - Monday, October 15, 2018
Council Conference Room, 7th Floor, City Hall – 1055 S. Grady Way
1. Bruce Leven Lease Amendment at the Airport
a) AB - 2225 Transportation Systems Division recommends approval of Addendum 10-18 to
LAG-001-88, which transfers leasehold interest from Bruce J. Leven to the Estate of Bruce
J. Leven.
2. Williams Ave Bridge
Seismic Retrofit & Painting Agreement
a) AB - 2228 Transportation Systems Division recommends approval of a Local Agency
Agreement with the Washington State Department of Transportation, which obligates
$536,300 in grant funds for preliminary engineering for the Williams Ave Bridge Seismic
Retrofit and Painting project.
3. Houser Way Bridge
Seismic Retrofit & Painting Agreement
a) AB - 2227 Transportation Systems Division recommends approval of a Local Agency
Agreement with the Washington State Department of Transportation, which obligates
$536,300 in grant funds for preliminary engineering for the Houser Way Bridge Seismic
Retrofit and Painting project.
4. Bronson Way Bridge
Seismic Retrofit & Painting Agreement
a) AB - 2226 Transportation Systems Division recommends approval of a Local Programs
State Funding Agreement with the Washington State Department of Transportation,
which obligates $620,000 in grant funds for preliminary engineering services for the
Bronson Way Bridge Seismic Retrofit and Painting project.
5. Highlands to Landing Pedestrian Connection Project
Maintenance Agreement
a) AB - 2239 Transportation Systems Division recommends approval of General
Maintenance Agreement GMB 1040, with the Washington State Department of
Transportation, in order for the City to perform landscape maintenance at the SR 405
North Renton Interchange. The City's annual cost for landscaping maintenance of the area
is $2,350.
6. Regional Transit Planning Discussion
7. Emerging Issues in Transportation
AB - 2225
City Council Regular Meeting - 01 Oct 2018
SUBJECT/TITLE: Addendum 10-18 to Lease Agreement LAG 001-88 with Bruce J. Leven
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Casey Boatman, Airport Business Coordinator
EXT.: 7478
FISCAL IMPACT SUMMARY:
The lease addendum transfers an existing leasehold interest to the leaseholder’s estate and results in no fiscal
impact.
SUMMARY OF ACTION:
Lease Agreement LAG 001-88 with Bruce J. Leven consists of multiple parcels including office space, tiedown
and hangar properties at the southwest corner and a large tiedown parking area on the east side of the
runway, just south of the Cedar River Hangars. Bruce J. Leven is responsible for the management of a large
portion of the general aviation aircraft parking areas on the Renton Municipal Airport.
Mr. Leven passed away in September 2017. The lease agreement is with Bruce J. Leven and not his estate,
therefore the legal requirement to transfer the leasehold interest is necessary for continued management and
decision making interests until the original lease expires on December 31, 2019. Addendum 10-18 to LAG 001-
88 transfers the leasehold interest from Bruce J. Leven to the Estate of Bruce J. Leven.
EXHIBITS:
A. Lease Addendum 10-18
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute Addendum 10-18 to LAG 001-88, transferring the leasehold
interest from Bruce J. Leven to the Estate of Bruce J. Leven.
AGENDA ITEM #1. a)
LAG001-88
Addendum 10-18
ADDENDUMT0 GROUND LEASEAGREEMENT
City of Renton to Bruce J.Leven (Estate of Bruce J.Leven)
THISADDENDUMto Lease Agreement LAG001-88 is effective as of the mutually
accepted date of this addendum,by the City of Renton,a municipal corporation (Lessor)
and Robert J.Cysewski and Stanton P.Beck,Co-Personal Representatives of the Estate
of Bruce J.Leven (the ”Estate”),and amends that certain lease agreement LAG001-88
effective as of January 1,1988.
RECITALS:
WHEREAS,under LAG001-88,effective January 1,1988,together with its
addenda,the City of Renton (Lessor)had leased to Bruce J.Leven (Mr.Leven)certain
land areas on the Renton Municipal Airport,Renton,Washington,until December 31,
2019 (the Lease);and
WHEREAS,on September 15,2017,Mr.Leven passed away;and
WHEREAS,the Estate has represented to Lessor that the right,title,and interest
in,to,and under the Lease lawfully transferred from Mr.Leven to the Estate,andthis
representation does not appear unreasonable to Lessor;and
WHEREAS,Lessor and the Estate wish to execute an addendum to the Lease that
formally recognizes the transfer of right,title,and interest to the Estate.
NOW,THEREFORE,IN CONSIDERATIONOF THETERMS AND CONDITIONSHEREIN
CONTAINEDAND FOR OTHERGOOD ANDVALUABLECONSIDERATION,THE RECEIPT
AND SUFFICIENCYOF WHICH IS HEREBYACKNOWLEDGED,LESSORAND THE ESTATE
AGREETO AMEND THE LEASEAND LEASEADDENDAAS SET FORTH BELOW:
WITNESSETH:
1.The Lease is hereby amended such that the term Lessee shall mean the Estate of
Bruce J.Leven,with all right,title,and interest in the Lease having been transferred
from Bruce J.Leven to the Estate of Bruce J.Leven.
2.Allother terms and conditions of the original lease agreement and addenda
thereto,insofar as they are not inconsistent herewith,shall remain in full force and
effect.
Lease Agreement LAG001-88
City of Renton to Bruce J.Leven
AGENDA ITEM #1. a)
CITYOF RENTON
a Municipal Corporation
Denis Law
Mayor
Date:
Attest:
Jason Seth,City Clerk
Approved as to legal form:
Shane Moloney,City Attorney
Lease Agreement LAG001-88
City of Renton to Bruce J.Leven
LAG001-88
Addendum 10-18
ESTATEOF BRUCEJ.LEVEN
Robert J.Cysewski
Co-Personal Representative
Date:
Stanton P.Beck
Co-Personal Representative
Date:
AGENDA ITEM #1. a)
AB - 2228
City Council Regular Meeting - 01 Oct 2018
SUBJECT/TITLE: Local Agency Agreement for the Williams Avenue Bridge Seismic
Retrofit and Painting Project
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Derek Akesson, Principal Civil Engineer
EXT.: 7337
FISCAL IMPACT SUMMARY:
The total funding award for the Williams Avenue Bridget Seismic Retrofit and Painting Project (TIP #25) is
$2,985,000 and the amount to be obligated for preliminary engineering of the project is $536,300.
SUMMARY OF ACTION:
The City received a letter from the Washington State Department of Transportation (WSDOT) dated December
6, 2017 awarding $ 2,985,000 for the Williams Avenue Bridge Seismic Retrofit and Painting Project (TIP #25).
This is Federal Highway Administration (FHWA) funding awarded by the Bridge Replacement Advisory
Committee (BRAC). The project requires a 13.5% local match, however if construction is authorized prior to
December 2020 the project will be eligible for 100% federal funding for eligible costs.
To obligate the funding for preliminary engineering of $536,300 the City must enter into a Local Agency
Agreement with WSDOT.
EXHIBITS:
A. Local Agency Agreement
B. Vicinity Map
C. Project Prospectus
D. Funding Award Letter
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the Local Agency Agreement with the Washington State
Department of Transportation for $536,300 for preliminary engineering for the Williams Avenue Bridge
Seismic Retrofit and Painting Project (TIP #25).
AGENDA ITEM #2. a)
L
Wash‘State'7’Depa:_'t‘:1‘::tofmnsmm?on Local Agency Agreement
A9906)!City of Renton CFDA No.20.205
(Catalogor FederalDomesticAssistance)
Add .“*5 Renton City Hall -5th Floor Project No_
1055 S Grady Way
Renton,WA 98057 Agreement No-
ForOSCWSDOTUseOnly
The LocalAgency 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)2 CFR Part 200.(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 willauthorize the Local Agency to
proceed on the project by a separate noti?cation.Federal funds which are to be obligated for the project may not exceed the amount
shown herein on line r,column 3,without written authority by the State,subject to the approval of the Federal HighwayAdministration.
Allproject costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency.
Project Description
Name Williams Ave Bridge -Seismic Retro?t and Painting Length N/A
TerminiN Riverside Dr.to S Riverside Dr.
Description of Work
Bridge preservation,seismicretro?t and painting.
project Agreement End Date 12/31/2027 Claiming Indirect Cost Rate
l 1
Proposed Advertisement Date Yes [Z No
Estimate of Fundin -
(1)(2)(3)
09°°f w°"‘EstimatedTotal EstimatedAgency EstimatedFederal
Pro’ectFunds Funds Funds
0 _$48,000.00 $6,480.00 $41,520.00
36-5 4’$570,000.00 $76,950.00 $493,050.00
F‘*“°'a'A“—-
_$2,000.00 $270.00 $1,730.00
e_Tota|PECgst Estimatea+b...e+d $620,000.00 $83,700.00 $536,300.00
gig“;°i W3};f.Aenc ——_
-
_
°9.Other ‘
'°a"‘°“’a“°“-‘9'jRatioforRW'-State
_‘.TotalR/WCostEstimatef++h+i $0-00 $0-00 $0-00
C°"$l'"°*'°';/r.Contract -—-wo °l.0ther W
F d W
m.Other :-
e era I .h ——_
Pa“‘°‘Pa“°"
"3;e'r j.state —.TotalCNCostEstimatek+|+m+n+o+$0.00 $0.00 $0.00
‘r.TotalPro'ectCostEstimatee+‘+$620,000.00 $83,700.00 $536,300.00
AgencyOfficial
e e
Washington State Department of Transportation
BY BY
Title Denis Law,Mayo,Director,Local Programs
Date Executed
DOTForm 140-039 Page 1
Revised 05/2015
AGENDA ITEM #2. a)
Construction Method of Financing (Check Method Selected)
State Ad and Award
Method A-Advance Payment —Agency Share of total construction cost (based on contract award)
Method B -Withhold from gas tax the Agency's share of total construction coast (line 5,column 2)in the amount of
$at $per month for months.
Local Force or Local Ad and Award
Method C -Agency cost incurred with partial reimbursement
The LocalAgency further stipulates that pursuant to said Title 23,regulations and policies and procedures,and
as a condition to payment of the federal funds obligated,itaccepts and willcomply with the applicable
provisions set forth below.Adopted by of?cial action on
,,Resolution/Ordinance No.
Provisions
I.Scope of Work
The Agency shall provide all the work,labor,materials,and services necessary to perform the project which is described and set
forth in detail in the "Project Description”and “Type of Work.”
When the State acts for and on behalf of the Agency,the State shall be deemed an agent of the Agency and shall perform the
services described and indicated in"Type of Work“on the face of this agreement,in accordance with plans and speci?cations as
proposed by the Agency and approved by the State and the Federal Highway Administration.
When the State acts forthe 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.
ll.Delegation of Authority
The State is willingto ful?llthe responsibilities to the Federal Government by the administration of this project.The Agency agrees
that the State shall have the fullauthority to carry out this administration.The State shall review,process,and approve documents
required for federal aid reimbursement in accordance with federal requirements.Ifthe State advertises and awards the contract,the
State willfurther act for the Agency in all matters concerning the project as requested by the Agency.Ifthe Local Agency advertises and
awards the project,the State shall review the work to ensure conformity withthe approved plans and speci?cations.
Ill.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.Inaddition,the State willfurnish quali?ed 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
withapproved plans,speci?cations,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 willbe considered a cost thereof.Allcosts 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
Allproject records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance
withlocal government accounting procedures prescribed by the Washington State Auditor's Of?ce,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 ?nal payment of any federal aid funds to the Agency.Copies of said records shall be furnished to the State andlor
Federal Government upon request.
V.Compliance with Provisions
The Agency shall not incur any federal aid participation costs on any classi?cation of workon this project untilauthorized in writing
by the State for each classi?cation.The classi?cations of work for projects are:
1.Preliminary engineering.
2.Right of way acquisition.
3.Project construction.
Once written authorization is given,the Agency agrees to show continuous progress through monthly billings.Failure to show
continuous progress may result the Agency’s project becoming inactive,as described in 23 CFR 630,and subject to de-obligation of
federal aid funds andlor agreement closure.
Ifright ofway acquisition,or actual construction of the road for which preliminary engineering is undertaken is not started by the
close of"the tenth ?scal year followingthe ?scal year in which preliminaryengineering phase was authorized,the Agencywillrepay to
the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX).
Ifactual construction of the road for which right ofway has been purchased is not started by the close of the tenth ?scal year
following the ?scal year inwhich the right of way phase was authorized,the Agency willrepay to the State the sum or sums of federal
gJ8ds:graj‘d1t‘p0tl6§9Agencyundertheterms of this agreement (see Section IX).
Revised 05/2015
Page 2
AGENDA ITEM #2. a)
The Agency agrees that all stages of construction necessary to provide the initiallyplanned complete facilitywithinthe limits of this
project willconform to at least the minimum values set by approved statewide design standards applicable to this class of highways,
even though such additional work is ?nanced 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 withinthe 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 accordance with the Federal Transportation Act.as amended,2 CFR Part
200.The State shall not be ultimately responsible for any of the costs ofthe project.The Agency shall be ultimately responsible for all
costs associated withthe project which are not reimbursed by the Federal Government.Nothing inthis agreement shall be construed as
a promise by the State as to the amount or nature offederal participation in this project.
The Agency shall billthe state for federal aid project costs incurred in conformity with applicable federal and state laws.The agency
shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs.Expenditures by the
Local Agency for maintenance,general administration,supervision,and other overhead shall not be eligible for federal participation
unless a current indirect cost plan has been prepared in accordance withthe regulations outlined in 2 CFR Part 200 -UniformAdmin
Requirements,Cost Principles and Audit Requirements for Federal Awards,and retained for audit.
The State willpay for State incurred costs on the project.Following payment,the State shall billthe 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 billthe Agency forthat portion of State costs which were not reimbursed by the Federal Government (see
Section IX).
1.Project Construction Costs
Project construction ?nancing will be accomplished by one of the three methods as indicated in this agreement.
Method A —The Agency willplace 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 willnotifythe Agency of the exact
amount to be deposited with the State.The State willpay all costs incurred under the contract upon presentation of progress billings
from the contractor.Following such payments,the State willsubmit a billingto the Federal Government for the federal aid participation
share of the cost.When the project is substantially completed and ?nal actual costs of the project can be determined,the State will
present the Agency witha ?nal billingshowing the amount due the State or the amount due the Agency.This billingwillbe 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 willbe con?rmed by letter from the State at the time of contract award.
Upon receipt of progress billings from the contractor,the State willsubmit such billings to the Federal Government for payment of its
participating portion ofsuch billings.
Method C —The Agency may submit vouchers to the State inthe format prescribed by the State,induplicate,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 maintenance,general administration,supervision,and other overhead shall not be
eligible for Federal participation unless claimed under a previously approved indirect cost plan.
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.Atthe time of audit,the Agency willprovide documentation of all costs incurred on the project.The State shall billthe
Agency for all costs incurred by the State relative to the project.The State shall also billthe 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 IX).
Vll.Audit of Federal Consultant Contracts
The Agency,ifservices 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 ?les and made available to the State and the Federal
Government.
An audit shall be conducted by the WSDOT Internal Audit Of?ce in accordance with generally accepted governmental auditing
standards as issued by the United States General Accounting Of?ce by the Comptroller General of the United States;WSDOT Manual
M27-50,Consultant Authorization,Selection,and Agreement Administration;memoranda of understanding between WSDOT and
FHWA;and 2 CFR Part 200.501 -Audit Requirements.
Ifupon audit itis 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 IX).
VIII.Single Audit Act
The Agency,as a subrecipient offederal funds,shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all
applicable federal and state statutes and regulations.Asubrecipient who expends $750,000 or more in federal awards from all sources
during a given ?scal year shall have a single or program-speci?c audit performed for that year inaccordance with the provisions of 2
CFR Part 200.501.Upon conclusion of the audit,the Agency shall be responsible for ensuring that a copy of the report is transmitted
promptly to the State.
DOTForm 140-039 Page 3
Revised 05/2015
AGENDA ITEM #2. a)
IX.Payment of Billing
The Agency agrees that ifpayment or arrangement for payment of any ofthe State's billing relative to the project (e.g.,State force
work,project cancellation.overpayment,cost ineligiblefor federal participation,etc.)is not made to the State within45 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 MotorVehicle Fund.No additional Federal project funding willbe approved untilfullpayment is received unless
otherwise directed by the Director,Local Programs.
Project Agreement End Date -This date is based on your projects Period of Performance (2 CFR Part 200.309).
Any costs incurred after the Project Agreement End Date are NOTeligible for federal reimbursement.Alleligible costs incurred prior
to the Project Agreement End Date must be submitted for reimbursement within90 days after the Project Agreement End Date or they
become ineligible for federal reimbursement.
X.Traffic Control,Signing,Marking,and Roadway Maintenance
The Agency willnot permit any changes to be made in the provisions for parking regulations and trafficcontrol on this project
without prior approval of the State and Federal Highway Administration.The Agency willnot install or pennit to be installed any signs,
signals,or markings not inconformance 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.
XI.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 ofthis 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 inthe project,PROVIDED.
nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injuryto
persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State.
XII.Nondiscrimination Provision
No liabilityshall attach to the State or Federal Government except as expressly provided herein.
The Agency shall not discriminate on the basis of race,color,national origin,or sex in the award and performance of any USDOT-
assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26.The Agency
shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscriminationinthe award and administration of
USDOT-assisted contracts and agreements.The WSDOT's DBE program,as required by 49 CFR Part 26 and as approved by USDOT,
is incorporated by reference in this agreement.Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as a violation of this agreement.Upon noti?cation to the Agency of its failure to carry out its approved program,the
Department may impose sanctions as provided for under Part 26 and may,inappropriate cases,refer the matter for enforcement under
18 U.S.C.1001 and/or the Program Fraud CivilRemedies Act of 1986 (31 U.S.C.3801 et seq.)
The Agency hereby agrees that itwillincorporate or cause to be incorporated into any contract for construction work,or modi?cation
thereof,as de?ned in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60,which is paid for inwhole 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 required contract provisions for Federal-Aid Contracts (FHWA 1273),located inChapter 44 of the LocalAgency Guidelines.
The Agency further agrees that itwillbe bound by the above equal opportunity clause withrespect to its own employment
practices when itparticipates in federally assisted construction work:Provided,that ifthe 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 withthe 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 itwillotherwise assist the
State in the discharge of its primary responsibility for securing compliance.
(3)To refrain from entering into any contract or contract modi?cation 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 ifit 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 wholeor in part;
(b)Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal
occurred untilsatisfactory assurance of future compliance has been received from the Agency;and
(c)Refer the case to the Department of Justice for appropriate legal proceedings.
DOT Form 140-039 Page 4
Revised 05/2015
AGENDA ITEM #2. a)
Xlll.Liquidated Damages
The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635,Subpart 127,as supplemented,relative to
the amount of Federal participation in the project cost,shall be applicable in the event the contractor fails to complete the contract within
the contract time.Failure to include liquidated damages provision willnot relieve the Agency from reduction of federal participation in
accordance with this paragraph.
XIV.Termination for Public Convenience
The Secretary ofthe 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 inthe interest of national defense,or an Executive Order of the President or Governor of
the State withrespect 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 primarilycaused by the acts or omissions of
persons or agencies other than the contractor.
(4)The Secretary is noti?ed by the Federal Highway Administration that the project is inactive.
(5)The Secretary determines that such termination is in the best interests of the State.
XV.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 LocalAgency
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.
XVI.Certi?cation Regarding the Restrictions of the Use of Federal Funds for Lobbying
The approving authority certi?es,to the best of his or her knowledge and belief,that:
(1)No federal appropriated funds have been paid or willbe paid,by or on behalf of the undersigned,to any person for in?uencing or
attempting to in?uence an of?cer or employee of any federal agency,a member of Congress,an of?cer or employee of Congress,or
an employee of a member of Congress inconnection withthe 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 modi?cation of any federal contract,grant,loan,or cooperative agreement.
(2)Ifany funds other than federal appropriated funds have been paid or willbe paid to any person for in?uencing or attempting to
in?uence an officer or employee of any federal agency,a member of Congress,an of?cer or employee of Congress,or an employee
of a member of Congress in connection withthis 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 certi?cation be included in the award documents for all subawards at
all tiers (including subgrants,and contracts and subcontracts under grants,subgrants,loans,and cooperative agreements)which
exceed $100,000,and that all such subrecipients shall certify and disclose accordingly.
This certi?cation is a material representation of fact upon which reliance was placed when this transaction was made or entered into.
Submission of this certi?cation as a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31,U.S.
Code.Any person who fails to ?le the required certi?cation shall be subject to a civilpenalty of not less than $10,000 and not more than
$100,000 for each such failure.
XVII.Assurances
Local agencies receiving Federal funding fromthe USDOT or its operating administrations (i.e.,Federal Highway Administration,
Federal Transit Administration,Federal Aviation Administration)are required to submit a written policy statement,signed by the Agency
Executive and addressed to the State,documenting that all programs,activities,and services willbe conducted in compliance with
Section 504 and the Americans with Disabilities Act (ADA).
Additional Provisions
DOT Form 140-039 Page 5
Revised 05/2015
AGENDA ITEM #2. a)
EXHIBITA
PROJECTNAME:
Williams Ave.Bridge —Seismic Retrofit and Painting
PROJECT DESCRIPTION:
Bridge preservation,seismic retrofit and painting.
PROJECTLOCATION:
VICINITYMAP
....-.;--Q1
."H‘.
;"3
‘III!
|.....!
b
51NE4”‘!SI ‘.‘J'_'1 SE 1;
\_'.!..!"‘_—l|—
-1-.‘I‘.
RENT—ON “L,i
—u G\”~
*
q"I}
E‘
Ll
C’(1 .3
I._*‘'1 .'“"""'3E'iS2ndSt ’4..
»M31:-I i
\_J !\..'u-.a—'.—.-i ‘
‘
Page 1 of 2
AGENDA ITEM #2. a)
EXHIBITA (Continued)
AREAMAP
Page 2 of 2
AGENDA ITEM #2. a)
L
W h't St t -V‘Dggarl-t‘r§r'r§r"|‘tofaTI?ansportation Local
092278894
LocalAgency FederalEmployer()
FederalProgramTitle
20.205 |:|Other
StartLatitudeN47°29'4.5"
EndLatitudeN47°29'2.8"
NearestCityName
Renton
FederalAid
Pro'ectNumber
StartLongitudeW 122°12'22.8"
EndLonitude W122°12'23-7"
ProjectZipCode(+4)
98057-5647
Williams Ave Bridge -Seismic Retro?t and Painting
ProjectTerminiFrom-To
N Riverside Dr.S Riverside Dr.
BeginMilePost EndMilePost LengthofProject
RouteID BeginMilePoint EndMilePoint
WSDOTRegion LegislativeDistrict(s)
37
AwardType
LocalElLocalForcesElStateU Railroad
CountyNumber CountyName
17 King
CongressionalDistrict(s)UrbanAreaNumber
9 N1NorthwestRegion
Total Local Agency F d I F d Phase Start
Phase Estimated Cost Funding e era U"8 Date
(NearestHundredDollar NearestHundredDollar NearestHundredDollar Month Year
P.E.620,000 83,700 536,300 11 2018
R/W 1 2020
Const.2,410,450 2,405,450 3 2021
Total 3,080,450 2,985,000
I Description of Existing Facility (Existing Design and Present Condition)
RoadwayWidth NumberofLanes
24 feet 2
Bridge built in 1954.Main span is 2 steel thru-plate girders,with deck beams spanning between them to
support deck.Fracture critical.Last painted in 1997.Seismic site class E.Minor seismic retro?t in 1995.
Description of Proposed Work
DescriptionofProposedWork(Attachadditionalsheet(s)ifnecessary)
Bridge preservation,seismic retro?t and painting.
LocalAgencyContactPerson Title Phone
Derek Akesson Transportation Project Manager 425-430-7337
MailingAddress City
Renton City Hall -5th Floor,1055 S Grady Way Renton
Project Prospectus APP'°"l"9A“”‘°'"Y
-I-meTransportation Design Manager
DOT Form 140-101 __,Page 1
Revised 04/2015 PreviousEditionsObsolete
AGENDA ITEM #2. a)
Agency ProjectTitle ._.__Date
City of Ramon WilliamsAve Bridge-Seismic Retro?t and Pamtmg 9/17/2018 |
Type of Proposed Work
ProjectType(CheckallthatApply)
I]New Construction ElPath /Trail E]3-R
I:IReconstruction I:IPedestrian /Facilities I:I2-R
ElRailroad I:IParking D Other
Bridge
Geometric Design Data
Description Through Route
I:IPrincipal Arterial ElPrincipal Arterial
Minor Arterial I]MinorArterial
I:ICollector I:ICollector
D Major Collector I:IMajor Collector
E]Minor Collector E]Minor Collector
I:ILocal Access I:ILocal Access
Teiiai“ElFlat ElRoll ElMountain
Posted Speed
Design Speed
Existing ADT
Design Yeer ADT
Design Yeer
Design Hourly Volume (DHV)N/A l
Performance of Work
PreliminaryEngineeringWillBePerformedBy
Consultant
NumberofLanes
2
RoadwayWidth
24 feet
Federal
Func?onal
Classification
ConstructionWillBePerformedBy
Contractor
Environmental Classification
D Class I-Environmental Impact Statement (EIS)Class II-Categorically Excluded (CE)
I:IProject Involves NEPA/SEPA Section 404 Projects Requiring Documentation
lnteragency Agreement (Documented CE)
ElClass III—Environmental Assessment (EA)
I:IProject Involves NEPA/SEPA Section 404
lnteragency Agreements
EnvironmentalConsiderations
In water work,street closure traf?c impacts.
DOTForm140-101 ,__Page 2
Revised o4;2o15 PreviousEditionsObsolete
AGENDA ITEM #2. a)
Agency ProjectTitle Date
City of Renton Williams Ave Bridge-Seismic Retro?t and Painting 9/17/2018
Right of Way
I]No Right of Way Needed Right of Way Needed
*A"eenetmetien required b3’the No Relocation I]Relocation Required
contract can be accomplished
within the exiting right of way.
D No utilitywork required No railroad work required
I:IAllutilitywork will be completed prior to the start [I Allrailroad work will be completed prior to the start of
of the construction contract the construction contract
Allutilitywork willbe completed in coordination D Allthe railroad work willbe completed in coordination
with the construction contract with the construction contract
DescriptionofUtilityRelocationorAdjustmentsandExistingMajorStructuresInvolvedinthe Project
A number of utilities utilize this bridge to cross over the Cedar River.Some permanent adjustments to utility
routing and/or temporary relocations may need to occur in order to perform this bridge preservationwork.
FAAInvolvement
is any airport located within3.2 kilometers (2 miles)of the proposed project?Yes ElNo
Remarks
The Renton MunicipalAirport is located within 2 miles of the proposed project.However,this bridge
preservationwork will not involve constructionequipmentor activities that affect airport operations.
This project has been reviewed by the legislative body of the administration agency or agencies,or it's
designee,and is not inconsistent with the agency's comprehensive plan for community development.
Agency
ByDate Mayor/Chairperson
DOT Form 140-101 ___Page 3
Revised 04/2015 PreviousEditionsObsolete
AGENDA ITEM #2. a)
J
Washington state Transportation Building.10 M l P k A S.E.Department of Transportation ,3,D_B3,‘:273%;"°””°
Olympia,WA 98504-7300
360-705-7000
TTY:1-800-833-6388December6:2017 www.wsdot.wa.govMr.Jim Seitz
PublicWorks Administrator-Transportation FlECElVEDCityofRenton
1055South Grady Way DECI 1 2.017Renton,Washington98057-3232
Williams Avenue Bridge TransportationSystems Div.
2017 Local Bridge Program
Federal Funding
Dear Mr.
WSDOT is pleasedto advise you that the above mentioned bridge project was recently selected.Thefederalfundingislimitedtotheamountshownbelow:
Williams Avenue Bridge $2,985,000
Scope:Seismic/Paint
NOTE:Thisproject requires 13.5percent local match.lfconstruclionisauthorizedby December2020,theproject is eligiblefor I00 percent federal?mdingforeligiblecosts.Preventative maintenanceprojectsarelimitedtoamaximum.83million.
In order to meet state and federal requirements,the following are required:
'Project expendituresincurredbefore receivingnotice from Local Programsof federalfundauthorizationarenoteligibleforreimbursement.
'Please refer to the Local Programs webpagefor detailed information,including:
(httQ://www.wsdot.wa.gov/localproggamsl)
\/Local Agency Guidelines(LAG)manual for the requirementsregarding programming,
authorization,reimbursement,etc.;
/Projects utilizingfederal ?mds must be includedin your current TransportationImprovementProgram(TIP)as a completeprogrammed project.Once your TIPamendmentisapproved,WSDOT will amend the Statewide Transportation
ImprovementProgram(STIP);
Funding and billingforms;
Quarterly Project Reportingis requiredto be completed by the end of March,June,September,and Decembereach year.To access the database you will need an accountnameandpassword.Your account name is Renton and your password is Rento553.The password is case sensitive.
\\
As a reminder,Local Programsrequiresall agenciesto submit monthly progress billingsto ensuretimelyreimbursementofeligiblefederalexpenditures.
For assistanceplease contact Mehrdad Moini,your Region Local Programs Engineer,at 206.440.4734.
Sincerely,
¢§”<Ai3L:9£«‘>.K>e.t§\
KathleenB.Davis
Director
Local Programs
KBD:st:sas
cc:Kelly McGourty,TransportationDirector,PSRC
Mehrdad Moini,NorthwestRegion Local Programs Engineer,MS NB82-121
AGENDA ITEM #2. a)
AB - 2227
City Council Regular Meeting - 01 Oct 2018
SUBJECT/TITLE: Local Agency Agreement for the Houser Way Bridge Seismic Retrofit
and Painting Project
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Derek Akesson, Principal Civil Engineer
EXT.: 7337
FISCAL IMPACT SUMMARY:
The total funding award for the Houser Way Bridge Seismic Retrofit and Painting Project (TIP #17) is
$2,999,000 and the amount to be obligated for preliminary engineering of the project is $536,300.
SUMMARY OF ACTION:
The City received a letter from the Washington State Department of Transportation (WSDOT) dated December
6, 2017 awarding $2,999,000 for the Houser Way Bridge Seismic Retrofit and Painting Project (TIP #17). This is
Federal Highway Administration (FHWA) funding awarded by the Bridge Replacement Advisory Committee
(BRAC). The project requires a 13.5% local match, however if construction is authorized prior to December
2020 the project will be eligible for 100% federal funding for eligible costs.
To obligate the funding for preliminary engineering of $536,300 the City must enter into a Local Agency
Agreement with WSDOT.
EXHIBITS:
A. Local Agency Agreement
B. Vicinity Map
C. Project Prospectus
D. Funding Award Letter
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the Local Agency Agreement with the Washington State
Department of Transportation for $536,300 for preliminary engineering for the Houser Way Bridge Seismic
Retrofit and Painting Project (TIP #17).
AGENDA ITEM #3. a)
Q
Washin n State'7’DepamgrentofTransportation Local Agency Agreement
AgencyCity of Renton CFDA No.20.205
(CatalogorFederalDomesticAssistance)
AddressRenton City Hall —5th Floor Project No,
1055 S Grady Way
Renton,WA 93057 Agreement No-
ForOSCWSDOTUseOnly
The Local Agency having complied,or hereby agreeing to comply,withthe terms and conditions set forth in(1)Title 23,U.S.Code
Highways.(2)the regulations issued pursuant thereto,(3)2 CFR Part 200,(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 ofTransportation willauthorize 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 r,column 3.without written authority by the State,subject to the approval of the Federal Highway Administration.
Allproject costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency.
Project Description
Name Houser Way Bridge -Seismic Retro?t and Painting Length N/A
Termini 150-ft north of the bridge to 150-ft south of the bridge
Description of Work
Bridge preservation,seismic retro?t and painting.
Project Agreement End Date Indirect Rate
Proposed Advertisement Date D Yes No
Estimate of Fundin -
T f W k (1)(2)(3)ype O or EstimatedTotal EstimatedAgency EstimatedFederal
Pro'ectFunds Funds Funds
PE
0
a_Agency $48,000.00 $6,480.0 $4i,520.00
36-5 Ab_other Consultant(s)$570,000.00 $76,950.0 $493,050.00
Federawd come.j
Pa'”°ipa"°"dlSta3 $2 000 00 $270 00 $1730 00RatioforPE'’''’'
_e,Toaj PEcost Estimatea+b+c+d $620,000.00 $83,700.00 $536,300.00
RightofWay f_Agem86.5 %
_9-(Liar
FederalAid h OthParticipation_'er
RatioforRW 'Stale
'.ToalRIWCostEs ‘mae i am $0-00 3 0-00 3 0-0
Constructionk_Contract0100AI.Other
m.her
n.OtherFederalAid
Participation
RatioforCN 9-Ag?lcy
p.State.T0atCNCostEs imae k+i+m+n+o-
r.TotalPro'ectCos Estimatee '.$520,000-00 $83,700-00 $536.300-00
Agency Official Washington State Department of Transportation
By By
'l'itle Denis Law,Mayo,Director.Local Programs
$0.00 $0.00 $0.0
Date Executed
DOT Form 140-039 Page 1
Revised 05/2015
AGENDA ITEM #3. a)
Construction Method of Financing (Check Method Selected)
State Ad and Award
Method A -Advance Payment -Agency Share of total construction cost (based on contract award)
Method B -Vl?thholdfrom gas tax the Agency's share of total construction coast (line 5,column 2)inthe amount of
$at $per month for months.
Local Force or Local Ad and Award
Method C -Agency cost incurred with partial reimbursement
The LocalAgency further stipulates that pursuant to said Title 23,regulations and policies and procedures,and
as a condition to payment of the federal funds obligated,itaccepts and willcomply with the applicable
provisions set forth below.Adopted by of?cial action on
,,Resolution/Ordinance No.
Provisions
l.Scope of Work
The Agency shall provide allthe 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 ofthe Agency and shall perform the
services described and indicated in “Type of Work"on the face of this agreement,in accordance withplans 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.
ll.Delegation of Authority
The State is willingto ful?llthe responsibilities to the Federal Government by the administration ofthis project.The Agency agrees
that the State shall have the fullauthority to carry out this administration.The State shall review.process,and approve documents
required forfederal aid reimbursement in accordance with federal requirements.Ifthe State advertises and awards the contract,the
State willfurther act for the Agency in all matters concerning the project as requested by the Agency.Ifthe LocalAgency advertises and
awards the project,the State shall review the work to ensure conformity withthe approved plans and specifications.
Ill.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.Inaddition,the State willfurnish 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 limitedto ensuring allwork is in conformance
withapproved 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 willbe considered a cost thereof.Allcosts 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
Allproject records insupport of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance
withlocal government accounting procedures prescribed by the Washington 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 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 ofwork for projects are:
1.Preliminary engineering.
2.Right ofway acquisition.
3.Project construction.
Once written authorization is given,the Agency agrees to show continuous progress through monthly billings.Failure to show
continuous progress may result the Agency's project becoming inactive,as described in 23 CFR 630,and subject to de-obligation of
federal aid funds and/or agreement closure.
lfright of way acquisition,or actual construction of the road forwhich preliminary engineering is undertaken is not started by the
close of the tenth fiscal year followingthe ?scal year in which preliminary engineering phase was authorized,the Agency willrepay to
the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX).
lfactual construction of the road forwhich right of way has been purchased is not started by the close of the tenth fiscal year
following the fiscal year inwhich the right of way phase was authorized,the Agency willrepay to the State the sum or sums of federal
Ei8gijs=graj‘d1t‘potl6i§9Agencyundertheterms of this agreement (see Section IX).
Revised 05/2015
Page 2
AGENDA ITEM #3. a)
The Agency agrees that all stages of construction necessary to provide the initiallyplanned complete facilitywithinthe limitsof this
project willconform 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 whichapply to liquidated
damages relative to the basis of federal participation in the project cost shall be applicable inthe event the contractor fails to complete
the contract withinthe contract time.
VI.Payment and Partial Reimbursement
The total cost ofthe 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 accordance with the Federal Transportation Act,as amended,2 CFR Part
200.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 withthe 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 offederal participation in this project.
The Agency shall billthe state for federal aid project costs incurred in conformity with applicable federal and state laws.The agency
shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs.Expenditures by the
Local Agency for maintenance.general administration,supervision,and other overhead shall not be eligible for federal participation
unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 -UniformAdmin
Requirements,Cost Principles and Audit Requirements for Federal Awards,and retained for audit.
The State will pay for State incurred costs on the project.Following payment,the State shall billthe 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 billthe Agency for that portion of State costs which were not reimbursed by the Federal Government (see
Section IX).
1.Project Construction Costs
Project construction ?nancing willbe accomplished by one of the three methods as indicated inthis agreement.
Method A —The Agency willplace with the State,within (20)days after the execution of the construction contract,an advance in the
amount of the Agency’s share ofthe total construction cost based on the contract award.The State willnotifythe Agency of the exact
amount to be deposited withthe State.The State willpay all costs incurred under the contract upon presentation of progress billings
from the contractor.Following such payments,the State willsubmit a billingto the Federal Government forthe federal aid participation
share of the cost.When the project is substantially completed and final actual costs ofthe project can be determined,the State will
present the Agency with a final billingshowing the amount due the State or the amount due the Agency.This billingwillbe 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 willbe confinned by letter from the State at the time of contract award.
Upon receipt of progress billings from the contractor,the State willsubmit 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 duplicate,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 maintenance,general administration,supervision,and other overhead shall not be
eligible for Federal participation unless claimed under a previously approved indirect cost plan.
The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face ofthis
agreement.At the time of audit,the Agency willprovide documentation of all costs incurred on the project.The State shall billthe
Agency for all costs incurred by the State relative to the project.The State shall also billthe 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 IX).
VII.Audit of Federal Consultant Contracts
The Agency,ifservices 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 ofthe United States;WSDOT Manual
M27-50,Consultant Authorization,Selection,and Agreement Administration;memoranda of understanding between WSDOT and
FHWA;and 2 CFR Part 200.501 -Audit Requirements.
Ifupon audit itis 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 IX).
Vlll.Single Audit Act
The Agency,as a subrecipient of federal funds.shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all
applicable federal and state statutes and regulations.Asubrecipient who expends $750,000 or more in federal awards from all sources
during a given fiscal year shall have a single or program—specificaudit performed for that year in accordance with the provisions of 2
CFR Part 200.501.Upon conclusion of the audit,the Agency shall be responsible for ensuring that a copy ofthe report is transmitted
promptly to the State.
DOT Form 140-039 Page 3
Revised 05/2015
AGENDA ITEM #3. a)
IX.Payment of Billing
The Agency agrees that ifpayment or arrangement for payment of any of the State's billing relative to the project (e.g.,State force
work.project cancellation.overpayment,cost ineligible for federal participation,etc.)is not made to the State within45 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 willbe approved untilfullpayment is received unless
otherwise directed by the Director.Local Programs.
Project Agreement End Date -This date is based on your projects Period of Performance (2 CFR Part 200.309).
Any costs incurred after the Project Agreement End Date are NOT eligible forfederal reimbursement.Alleligible costs incurred prior
to the Project Agreement End Date must be submitted for reimbursement within90 days after the Project Agreement End Date or they
become ineligible for federal reimbursement.
X.Traffic Control,Signing,Marking,and Roadway Maintenance
The Agency willnot permit any changes to be made in the provisions for parking regulations and traffic controlon this project
without prior approval of the State and Federal HighwayAdministration.The Agency willnot 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.
XI.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 failureto 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 inthe project.PROVIDED,
nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injuryto
persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State.
XII.Nondiscrimination Provision
No liabilityshall attach to the State or Federal Government except as expressly provided herein.
The Agency shall not discriminate on the basis of race.color.national origin,or sex inthe award and performance of any USDOT-
assisted contract and/or agreement or in the administration of its DBE program or the requirements of49 CFR Part 26.The Agency
shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscriminationinthe award and administration of
USDOT-assisted contracts and agreements.The WSDOT's DBEprogram.as required by 49 CFR Part 26 and as approved by USDOT,
is incorporated by reference in this agreement.Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as a violation of this agreement.Upon notification to the Agency of its failureto carry out its approved program,the
Department may impose sanctions as provided for under Part 26 and may,in appropriate cases,refer the matter for enforcement under
18 U.S.C.1001 andlorthe Program Fraud CivilRemedies Act of 1986 (31 U.S.C.3801 et seq.).
The Agency hereby agrees that itwillincorporate or cause to be incorporated into any contract for construction work,or modi?cation
thereof,as defined inthe rules and regulations of the Secretary of Labor in41 CFR Chapter 60,which is paid for in whole or in part with
funds obtained fromthe 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 required contract provisions for Federal-Aid Contracts (FHWA 1273),located in Chapter 44 of the Local Agency Guidelines.
The Agency further agrees that itwillbe bound by the above equal opportunity clause with respect to itsown employment
practices when itparticipates in federally assisted construction work:Provided,that ifthe 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 withthe equal
opportunity clause and rules,regulations.and relevant orders of the Secretary of Labor.
(2)To furnish the State such informationas itmay require for the supervision of such compliance and that itwillotherwise 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 eligibilityfor,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 Dof the
Executive Order.
In addition,the Agency agrees that if it fails or refuses to comply withthese undertakings.the State may take any or all of the
followingactions:
(a)Cancel.terminate,or suspend this agreement inwhole 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 untilsatisfactory assurance offuture compliance has been received fromthe Agency;and
(c)Refer the case to the Department of Justice for appropriate legal proceedings.
DOT Form 140-039 Page 4Revised05/2015
AGENDA ITEM #3. a)
XIII.Liquidated Damages
The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635.Subpart 127,as supplemented,relative to
the amount of Federal participation inthe 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 willnot relieve the Agency from reduction of federal participation in
accordance withthis paragraph.
XIV.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 withthe work as a direct result of an Executive Order of the President with
respect to the prosecution ofwar or inthe 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 withthe 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 is notified by the Federal Highway Administration that the project is inactive.
(5)The Secretary determines that such termination is inthe best interests of the State.
XV.Venue for Claims andlor 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 LocalAgency
has against the State of Washington.growing out of this contract or the project withwhich it is concerned,shall be brought only in the
Superior Court for Thurston County.
XVI.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 willbe 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 willbe paid to any person for influencing or attempting to
in?uence 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 inthe award documents for all subawards at
all tiers (including subgrants,and contracts and subcontracts under grants,subgrants,loans,and cooperative agreements)which
exceed $100,000,and that all such subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.
Submission of this certificationas a prerequisite for making or entering into this transaction imposed by Section 1352.Title31.U.S.
Code.Any person who fails to file the required certification shall be subject to a civilpenalty of not less than $10,000 and not more than
$100,000 for each such failure.
XVII.Assurances
Local agencies receiving Federal funding from the USDOT or its operating administrations (i.e.,Federal HighwayAdministration.
Federal Transit Administration,Federal AviationAdministration)are required to submit a written policy statement,signed by the Agency
Executive and addressed to the State,documenting that all programs,activities.and services willbe conducted in compliance with
Section 504 and the Americans with DisabilitiesAct (ADA).
Additional Provisions
DOTFonn 140-039 Page 5Revised05/2015
AGENDA ITEM #3. a)
EXHIBIT
PROJECT NAME:
A
Houser Way Bridge —Seismic Retrofit and Painting
PROJECTDESCRIPTION:
Bridge preservation,seismic retrofit and painting.
PROJECTLOCATION:
VICINITYMAP
‘
«_3..._‘....‘I ‘
..._i _
1 ."“'-'SE"‘I92nd St
as
Page 1 of 2
AGENDA ITEM #3. a)
EXHIBITA (Continued)
AREAMAP
g _
El 0E.'2 .2 §3
’‘cu =V U-.‘.
_>3;g 5 Gm
-._x 4!:E -5 0 .7
O.
‘}AafnAve 5'
Cityof Renton |CityofRenton -
Page 2 of 2
AGENDA ITEM #3. a)
L
V’Wa5""‘9*°"5‘a‘°Local Agency Federal AidDepartmentofTransportationProjectProspectus
CAAgency FederalProgramTitle
City of Renton Yes |:]No 20.205 |:l Other
Houser Way Bridge -Seismic Retro?t and Painting EndLatitudeN470 28.52.0"EndLonitude W 1220 12»Lou
ProjectTerminiFrom-To NearestCityName ProjectZipCode(+4)
150-ft north of bridge 150-ft south of bridge Renton
BeginMilePost EndMilePost LengthofProject AwardType
N/A N/A LocalD LocalForces[I stateC]Railroad
RouteID BeginMilePoint EndMilePoint CityNumber CountyNumber CountyName
1169 N/A N/A 1070 17 King
WSDOTRegion LegislativeDistn'ct(s)CongressionalDistrict(s)UrbanAreaNumber
Northwest Region 37 9 1
_Total Local Agency Federal Funds Phase Start
Estimated Cost Funding Date
_(NearestHundredDollar NearestHundredDollar NearestHundredDollar Month Year
620,000 536,300
50,000
2,424,450 2,419,450
3,094,450 2,999,000
Description of Existing Facility (Existing Design and Present Condition)
Numberof Lanes
2
Bridge built in 1960.Main span is 5 steel welded plate girders supporting deck.No records of bridge painting
since built.Seismic site class B.Minor seismic retro?t in 1995.
Description of Proposed Work
DescriptionofProposedWork(Attachadditionalsheet(s)ifnecessary)
Bridge preservation,seismic retrofit and painting.
LocalAgencyContactPerson Title Phone
Derek Akesson Transportation Project Manager 425-430-7337
MailingAddress '
Renton City Hall —5th Floor,1055 S Grady Way
Project Prospectus APP'°Vl"9A“t“°”tY
1-me Transportation Design Manager
DOTForm 140-101 ,__Page 1
Revised 04/2015 PreviousEditionsObsolete
AGENDA ITEM #3. a)
Agency ProjectTitle Date
City of Renton Houser Way Bridge -Seismic Retro?t and Painting 9/21/2018
Type of Proposed Work
ProjectType(CheckallthatApply)RoadwayWidth NumberofLanes
E]New Construction I:IPath /Trail D 3—R 28 feet 2
ElReconstruction I:IPedestrian I Facilities I:I2-R
|:|Railroad I]Parking D Other
Bridge
Geometric Design Data
Through Route
Principal Arterial I:IPrincipal Arterial
Federal Urban D MinorArterial D Urban ElMinorArterial
Functional ElRural I:ICollectorD Rum‘ElCollector
Classification D NHS D MajorCollector D NHS D MajorCollector
ElMll"l0l'Collector ElMinor Collector
ElLocal Access I:ILocal Access
1 —
Design YearADT —
>>9.)
N/
Design Hourly Volume (DHV)N/
Performance of Work
PreliminaryEngineeringWillBePerfonnedBy Others Agency
Consultant
ConstructionWillBePerformedBy Contract Agency
Environmental Classi?cation
C]Class I -Environmental Impact Statement (EIS)Class ll —Categorically Excluded (CE)
E]Project Involves NEPA/SEPA Section 404 Projects Requiring Documentation
Interagency Agreement (Documented CE)
I:IClass III-Environmental Assessment (EA)
I:IProject Involves NEPA/SEPA Section 404
Interagency Agreements
>>
EnvironmentalConsiderations
In water work,street closure traf?c impacts.
DOT Form 140-101 _,_Page 2Revised04/2015 PreviousEditionsObsolete
AGENDA ITEM #3. a)
Agency ProjectTitle Date
City of Renton Houser Way Bridge -Seismic Retro?t and Painting 9/21/2018
Right of Way
I:No Right of Way Needed
*Allconstruction required by the
contract can be accomplished
withinthe exiting right of way.
Right of Way Needed
No Relocation I:IRelocation Required
[I No utilitywork required No railroad work required
I:IA||utilitywork will be completed prior to the start I:IA||railroad work willbe completed prior to the start of
of the construction contract the construction contract
Allutilitywork will be completed in coordination I:IAl|the railroad work willbe completed in coordination
withthe construction contract with the construction contract
DescriptionofUtilityRelocationorAdjustmentsandExistingMajorStructuresInvolvedinthe Project
A number of utilities utilize this bridge to cross over the Cedar River.Some permanent adjustments to utility
routing and/or temporary reloeations may need to occur in order to perform this bridge preservation work.
FAAinvolvement
is any airport located within 3.2 kilometers (2 miles)of the proposed project?Yes [I No
Remarks
The Renton Municipal Airport is located within 2 miles of the proposed project.However,this bridge
preservation work will not involve construction equipment or activities that affect airport operations.
This project has been reviewed by the legislative body of the administration agency or agencies,or it's
designee,and is not inconsistent with the agency's comprehensive plan for community development.
Agency
ByDate Mayor/Chairperson
DOTForm 140-101 ___Pa e 3
Revised 0412015 PreviousEditionsObsolete g
AGENDA ITEM #3. a)
L -Transportation BuildingV’wash'ngton stfa.:.ft t-310 Maple Park Avenue S.E.7 Department 0 anspor a IOI1 R0.80,47300
Olympia,WA98504-7300
360-705-7000
TTY:1-800-833-6388December692017www.wsdot.wa.govMr.Jim Seitz
Public Works Administrator-Transportation
Cityof Renton -
1055South Grady Way RECEIVED
Renton,Washington 98057-3232 ['_J,‘1 1 2017HouserWayBridge
(2017 Local Bridge Pmgram Transportation Systems Div.V/Federal Funding *
Dear Mr.Siitzz '
WSDOT is pleased to advise you that the above mentionedbridge project was recently selected.The
federal funding is limitedto the amount shown below:
Houser Way Bridge $2,999,000
Scope:Seismic/Paint
NOTE:Thisproject requires 13.5percent local match.ifconstruction is authorized byDecember
2020,theproject is eligiblefor100percent federalfundingforeligiblecosts.Preventative maintenance
projects are limitedto a maximum $3 million.
In order to meet state and federal requirements,the followingare required:
I Project expenditures incurredbefore receiving notice from Local Programs of federal fund
authorizationare not eligiblefor reimbursement.
I Please refer to the Local Programswebpagefor detailedinformation,including:
(http://www.wsdot.wa.gov/localprogramszJ
V Local Agency Guidelines (LAG)manualfor the requirements regarding programming,
authorization,reimbursement,etc.;
v’Projects utilizingfederalfunds must be included in your current Transportation
ImprovementProgram (TIP)as a complete programmed project.Once your TIP
amendment is approved,WSDOT will amend the Statewide Transportation
Improvement Program (STIP);
Funding and billingforms;
Quarterly Project Reporting is requiredto be completedby the end of March,June,
September,and December each year.To access the databaseyou will need an account
name and password.Your account name is Renton and your password is Rento553.
The password is case sensitive.
'\'\
As a reminder,Local Programs requiresall agencies to submit monthly progress billings to ensure
timelyreimbursementof eligible federal expenditures.
For assistanceplease contact Mehrdad Moini,your RegionLocal Programs Engineer,at 206.440.4734.
°ncerely,
Local Programs
KBD:st:sas
cc:Kelly McGourty,TransportationDirector,PSRC
MehrdadMoini,Northwest Region Local Programs Engineer,MS NB82-121
AGENDA ITEM #3. a)
AB - 2226
City Council Regular Meeting - 01 Oct 2018
SUBJECT/TITLE: Local Programs State Funding Agreement for the Bronson Way Bridge
Seismic Retrofit and Painting Project
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Derek Akesson, Principal Civil Engineer
EXT.: 7337
FISCAL IMPACT SUMMARY:
The total funding award for the Bronson Way Bridge Seismic Retrofit and Painting Project (TIP #15) is $3
million and the amount to be obligated for preliminary engineering of the project is $620,000.
SUMMARY OF ACTION:
The City received a letter from the Washington State Department of Transportation (WSDOT) dated March 28,
2018 awarding $3 million for the Bronson Way Bridge Seismic Retrofit and Painting Project (TIP #15). Upon
execution of the turn back agreement with WSDOT for SR 900 through downtown ownership of the bridge
transferred from WSDOT to the City. The state Legislature approved funding for a seismic retrofit of the
bridge and repainting of the steel structural elements.
To obligate the funding for preliminary engineering of $620,000 the City must enter into a Local Programs
State Funding Agreement with WSDOT.
EXHIBITS:
A. Local Programs State Funding Agreement
B. Vicinity Map
C. Project Prospectus
D. Funding Award Letter
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the Local Programs State Funding Agreement with the
Washington State Department of Transportation for $620,000 for preliminary engineering for the Bronson
Way Bridge Seismic Retrofit and Painting Project (TIP #15).
AGENDA ITEM #4. a)
Local Programs State Funding Agency and Address
A City of RentongreementPublicWorksDept./Transportation Division
Work by Public 1055 s Grady Way
A9°"°‘eS Renton,WA 98057
AgreementNumber MaximumAmountAuthorized Locationand DescriptionofWork(See alsoExhibit"A”)
CAG-18-125 3,000,000.00
ParticipatingPercentage ProjectNumber
100.00%
This AGREEMENT is made and entered into this day of ,
between the STATE OF WASHINGTON,Department of Transportation,acting by and through the Secretary
of Transportation,hereinafter called the “STATE,”and the above named organization,hereinafter call the
“AGENCY.”
WHEREAS,the AGENCY is planning the work shown above,and in connection therewith,the AGENCY has
requested ?nancial assistance for the project or program,and
WHEREAS,the AGENCY has requested funds for the above shown project or program,which has been
selected by the STATE for funding assistance.
NOW THEREFORE,in consideration of the terms,conditions,covenants,and performances contained herein,
or attached and incorporated and made a part hereof,IT IS MUTUALLYAGREE AS FOLLOWS:
See attached Exhibit A for Project name,descriptionand
location.
Estimate of Funding
(1)(2)(3)
EstimatedTotal EstimatedAgency Estimated
ProjectFunds Funds State Funds
48,000.00 48,000.00
570,000.00 570,000.00
Type of Work
a.Agency
b-Othe’Consultant s
c.Other
d.State
e.TotalPECostEstimate(a+b+c+d)
f.Agency
g.Other
h.Other
2,000.00
620,000.00
2,000.00
620,000.00
RightofWay
J.TotalR/WCostEstimate(f+g+h+i)
Construction k.Contract
"other Consultant s
m.Other
n.Other
0.Agency
p.State
q.TotalCNCostEstimate(k+l+m+n+o+
r.TotalProjectCostEstimate(e+j+q)
\_4
620,000.00 620,000.00
DOT Form 140-087 Page 1
Revised 06/2018
AGENDA ITEM #4. a)
I
General
TheAGENCYagreesto performtheabovedescribedworkinaccordance
withthe ProjectApplicationattachedheretoas “ExhibitA”andmadea
partofthisAGREEMENT.
Plans,speci?cations,andcostestimatesshallbe preparedbythe
AGENCYinaccordancewiththe currentStateofWashingtonStandard
SpecificationsforRoad,Bridge.and MunicipalConstructionandadopted
designstandards,unlessothen/visenoted.TheAGENCYwillincorporate
the plansandspeci?cationsintotheAGENCY's’projectandthereafter
advertisetheresultingprojectforbidand,assumingbidsare received
anda contractis awarded,administerthecontract,oriftheprojectisof
a sizewhichtheAGENCYis authorizedto performwithitsownforces
underthelawsoftheStateofWashington,theAGENCYmayproceed
withitsownforces.
AllworkperformedunderthisAGREEMENTshallcomplywiththe
applicableprovisionsofstatelaw.
ll
Payment
TheSTATE,inconsiderationofthefaithfulperfonnanceoftheworkto
be perfonnedbytheAGENCY,agreesto reimbursetheAGENCYfor
thepercentageoftheactualdirectandrelatedindirectcostofthework
shownabove,uptothe“MAXIMUMAMOUNTAUTHORIZED".The
agencywillcomplywithGovernmentalAccountingAuditingand Financial
ReportingStandardsandapplicablestatelawandlocalregulations,
policiesand procedures.Nopaymentwillbe madeforworkdonepriorto
executionofthisAGREEMENT.
Partialpaymentsshallbe madebythe STATE,uponrequestofthe
AGENCY,tocovercostsincurred.Thesepaymentsarenottobemore
frequentthanone(1)permonth.Itisagreedthatanysuchpartial
paymentwillnotconstituteagreementas totheappropriatenessofany
itemandthat,atthetimeofthe?nalaudit,allrequiredadjustmentswill
be madeandre?ected ina ?nalpayment.TheAGENCYagreestosubmit
a ?nalbilltotheSTATEwithinforty-?ve(45)daysaftertheAGENCYhas
completedwork.
TheAGENCYagrees thatallcosts inexcess ofthe amountauthorized
andtheAGENCY'smatchingfundsshallbe theresponsibilityofthe
AGENCY.
Ill
Audit
TheAGENCYagrees thatan auditmaybeconductedbytheSTATE.
Duringthe progressoftheworkandfora periodnotlessthanthree(3)
yearsfromthedateof?nalpaymenttotheAGENCY,therecordsand
accountspertainingto theworkandaccountingthereofare to be kept
availableforinspectionandauditbytheSTATEandcopiesofallrecords,
accounts,documents,orotherdatapertainingtotheprojectwillbe
furnisheduponrequest.Ifanylitigation,claim,or auditis commenced,
therecordsandaccountsalongwithsupportingdocumentationshall
beretaineduntilalllitigation,claim,oraudit?ndinghas been resolved
eventhoughsuchlitigation,claim,orauditcontinuespastthethree-year
retentionperiod.
IV
Legal Relations
NoliabilityshallattachtotheAGENCYortheSTATEbyreasonof
enteringintothisAGREEMENTexceptas expresslyprovidedherein.
V
Nondiscrimination
TheAGENCYagreestocomplywithallapplicablestate andfederal
laws,rules,andregulationspertainingto nondiscriminationand agrees
to requirethe same ofallsubcontractorsprovidingservicesorperfonning
anyworkusingfundsprovidedunderthisAGREEMENT.
VI
Venue
Fortheconvenienceofthepartiesto thisAGREEMENT,itisagreedthat
anyclaimsand/orcauses ofactionwhichtheAGENCYhas againstthe
STATE,growingoutofthisAGREEMENTortheprojector programwith
whichitisconcerned,shallbebroughtonlyinthe SuperiorCourtfor
ThurstonCounty.
VII
Termination
TheSecretaryoftheDepartmentofTransportationmayterminatethis
AGREEMENTifthefundingbecomesunavailableoriftheSecretary
determinesthatitisinthebest interestofthe STATE.
Vlll
Final Report and Final Inspection
Withinninety(90)daysfollowingthecompletionoftheprojectand
submissionofthe?nalbillingforthe project,a ?nalreportand/or?nal
inspectionshallbesubmittedtothe Director,Highways&LocalPrograms
containingthefollowinginformation:
Non-CapitalProjects
1.Adescriptionoftheprojectorprogram.
2.Asummaryofactualcostsoftheprojector program.
3.Anevaluationofthe projectorprogram.Thisshouldaddress
aspects such as transportationand/orotherbene?tsto the
public.
CapitalProjects
1.A?nalinspectionisrequired.
IX
Su pplement
Thisagreementmaybemodi?edorsupplementedonlyinwritingby
parties.
INWITNESSWHEREOF,thepartiesheretohaveexecutedthisAGREEMENTontheday andyearlastwrittenbelow.
AGENCY
By:
Title:Mayor
Date:
DOTFonn 140-087
Revised 06/2018
STATE
By:
Director,LocalPrograms
Date:
Page 2
AGENDA ITEM #4. a)
EXHIBITA
PROJECTNAME:
Bronson Way Bridge —Seismic Retrofit and Painting
PROJECTDESCRIPTION:
Bridge preservation,seismic retrofit and painting.
PROJECTLOCATION:
VICINITYMAP
i
.'_‘Q SI’.5
._........_.[,0.,pefroy.[V i _,I ’Isky Rd
C.‘f’
K.’_>j,.------913-r92nd St ,-
Ijiijl .i V
I\‘I
\—,.—n—-—J ‘Lu
Page 1 of 2
AGENDA ITEM #4. a)
EXHIBITA (Continued)
AREAMAP
GardanAveFellyAveN_'_zAafnAve S,_-»'use 1"
Page 2 of 2
AGENDA ITEM #4. a)
L
Washin ton State State
''7’De
9 Local Agency Federal Aid
Project Prospectus
0-I7-18
092278894
partment of Transportation
FederalAid
Pro'ectNumber
LocalAgency CAG_l8_125 wsoor )FederalEmployer
ProjectNumber Use Only
Agency CAAgency FederalProgramTitle
Cit)’0fRe11t0?Yes D No C]20.205 D Other
PmjectWe StartLatitudeN47°23'55-6"StartLongitudeW 122°12'10,3"
Bronson Way Bridge-Seismic Retro?t and Painting EndLatitudeN470 28,568,,EndLonitude W122°12,9.0,,
ProjectTerminiFrom-To NearestCityName ProjectZipCode(+4)
Mill Ave.S N Riverside Dr.Renton 98057-5647
BeginMilePost EndMilePost LengthofProject AwardType
N/A N/A LocalD LocalForcesElStateU Railroad
RouteID BeginMilePoint EndMilePoint CityNumber CountyNumber CountyName
WSDOTRegion LegislativeDistrict(s)CongressionalDistrict(s)UrbanAreaNumber
a _Total Local Agency —FigteW Phase Start
Estimated Cost Funding Date
NearestHundredDollar NearestHundredDollar NearestHundredDollar Month Year
3 620,000 n 620,000 10 2018
IMH 0 N/A N/A
2,380,000 2,380,000 5 2020
3,000,000 j 3,000,000
Description of Existing Facility (Existing Design and Present Condition)
RoadwayWidth NumberofLanes
56 feet 5
Bridge built in 1939.Main span is 2 steel thru-plate girders,with deck beams spanning between them to
support deck.Fracture critical.Last painted in 1999.Seismic site class B.Seismic retro?t not done since built.
Description of Proposed Work
DescriptionofProposedWork(Attachadditionalsheet(s)ifnecessary)
Bridge preservation,seismic retrofit and painting.
LocalAgencyContactPerson Title Phone
Derek Akesson Transportation Project Manager 425-430-7337
MailingAddress City
Renton City Hall -5th Floor,1055 S Grady Way Renton
Project Prospectus APP'°Vl“9A“"‘°”‘Y
1-me Transportation Design Manager
DOT Form 140-101 __,Page 1
Revised 04/2015 PreviousEditionsObsolete
AGENDA ITEM #4. a)
Agency ProjectTitle ._Date
City of Remon Bronson Way Bridge -Seismic Retro?t and Painting 9-17-18
Type of Proposed Work
ProjectType(CheckallthatApply)RoadwayWidth NumberofLanes
E]New Construction I—_-IPath /Trail I:I3-R 56 feet 5
I:IReconstruction ElPedestrian /Facilities El2—R
ElRailroad I:IParking ElOther
Bridge
Geometric Design Data
Description ?Through Route Crossroad
Principal Arterial I:IPrincipal Arterial
Federal Urban
l___IMinorArterial D Urban D MinorArterial
Functional ElRural EE/1:|'l:rCl§cral|ectorDRuralEl
\CA:|'l:rctC:
r>llector
Classification D NHS [:I MirlorCollector D NHS I:IMirlorCollector
ElLocal Access I:ILocal Access
l:l Flat l:l Roll l:l Mountain
3>
Design Speed
Existing ADT
Design Year ADT
Design Year
Design Hourly Volume (DHV)
ZEZ58Z>D>3>‘io8
/
Performance of Work
PreliminaryEngineeringWillBePerformedBy Others Agency
Consultant 99 %1 %
ConstructionWillBePerformedBy Contract Agency
Contractor 100 %0 %
Environmental Classification
I___IClass I-Environmental Impact Statement (EIS)Class II-Categorically Excluded (CE)
I:]Project Involves NEPA/SEPA Section 404 Projects Requiring Documentation
lnteragency Agreement (Documented CE)
C]Class III-Environmental Assessment (EA)
I:]Project Involves NEPA/SEPA Section 404
lnteragency Agreements
EnvironmentalConsiderations
This is not a FHWA funded project.It is a state funded project.Therefore,NEPA is not applicable.SEPA is
applicable.MDNS.Executive Order 05-05 is applicable.Environmental Considerations -In water work,lane
closure traffic impacts,evaluation of historical significance of existing bridge.
DOT Fonri 140-101 ...Page 2
Revised 04/2015 PreviousEditionsObsolete
AGENDA ITEM #4. a)
ProjectTitleAgency
R Date
City of Renton Bronson Way Bridge -Seismic Retro?t and Painting 9-17-18
Right of Way
No Right of Way Needed ElRight of Way Needed
*Allconstruction required by the D No Relocation
contract can be accomplished
within the exiting right of way.
D Relocation Required
D No utilitywork required No railroad work required
D Allutilitywork will be completed prior to the start I:]A|lrailroad work willbe completed prior to the start of
of the construction contract the construction contract
Allutilitywork willbe completed in coordination D Allthe railroad work willbe completed in coordination
with the construction contract with the construction contract
DescriptionofUtilityRelocationorAdjustmentsandExistingMajorStructuresInvolvedinthe Project
A number of utilities utilize this bridge to cross over the Cedar River.Some pennanent adjustments to utility
routing and/or temporary relocations may need to occur in order to perform this bridge preservationwork.
FAAInvolvement
Is any airport located within 3.2 kilometers (2 miles)of the proposed project?Yes D No
Remarks
The Renton Municipal Airport is located within 2 miles of the proposed project.However,this bridge
preservation work will not involve constructionequipmentor activities that affect airport operations.
This project has been reviewed by the legislative body of the administration agency or agencies,or it's
designee,and is not inconsistent with the agency's comprehensive plan for community development.
Agency
ByDate MayorIChairperson
DOTForm 140-101 ___Page 3
Revised 04/2015 PreviousEditionsObsolete
AGENDA ITEM #4. a)
7'Washington State Tf:)"’fAP°T‘“l§'°"§“"°""9sE-3 ape ark venue ..V’Department of Transportation 90 EU,moo
Olympia,WA98504-7300
350705-7000
TTV:1~800-833-6388March28:2018 www.wsdot.wa.gov
Mr.Jim Seitz
Public Works Administrator—Transportation
City of Renton
1055South Grady Way
Renton,Washington 98057-3232
Bronson Way Bridge —-Seismic Retro?t &Painting
2018 Supplemental Transportation Budget
State Funding—orDearMr.S
WSDOT is pleased to advise you that the above mentioned project was selected to receive funding
through the 2018 SupplementalTransportation Budget.The state funding is limited as shown below:
Bronson Way Bridge —Seismic Retro?t &Painting $3,000,000
Scope:For one-time seismic retro?t work and paintingof the Bronson Way Bridge locatedin
Renton.
In order to meet state requirements,the following are required:
-Project expenditures incurred before receiving notice from Local Programs of state fund
authorization are not eligible for reimbursement.
I Please refer to the Local Programs web page for detailed authorization information,
including:(http://www.wsdot.wa.gov/localprograms/)
V Local Agency Guidelines (LAG)manual for detailed requirements;
V Transportation Improvement Program (TIP)and Statewide Transportation
Improvement Program (STIP)amendments,as applicable;
V Funding and billing forms;
V Quarterly Project Report required to be completed by the end of March,June,
September,and December each year.To access the database you will need an
account name and password.Your account name is Renton and your passwordis
Rento553.The password is case sensitive.
As a reminder,Local Programs encourages all agencies to submit monthly progress billings to ensure
timely reimbursement of eligible expenditures.
For assistance please contact Mehrdad Moini,your Region Local Programs Engineer,at
206.440.4734.
Sincerely,
téazraoeisat
Kathleen B.Davis
Director
Local Programs
KBD:st:sas
cc:PSRC,Kelly McGourty,Transportation Director
Mehrdad Moini,Northwest Region Local Programs Engineer,MS NB82—12l
AGENDA ITEM #4. a)
AB - 2239
City Council Regular Meeting - 08 Oct 2018
SUBJECT/TITLE: General Maintenance Agreement GMB 1040 with the Washington
State Department of Transportation, CAG-14-006, for the Highlands
to Landing Pedestrian Connection Project
RECOMMENDED ACTION: Refer to Transportation (Aviation) Committee
DEPARTMENT: Transportation Systems Division
STAFF CONTACT: Keith Woolley, Civil Engineer III
EXT.: 7318
FISCAL IMPACT SUMMARY:
The annual cost to the City for the landscaping maintenance is $2,350. Parks Maintenance performs in-house
maintenance on the irrigation, including winterization. Transportation Maintenance will conduct in-house
maintenance on the pedestrian illumination once installed.
SUMMARY OF ACTION:
This project constructed sidewalk and pedestrian improvements on the north side of North Southport Way
and NE Sunset Blvd, from Garden Avenue North to the northbound I-405 ramps terminus. The project
consisted of new sidewalk, landscaping and irrigation, and reconstruction of the north side of the bridge over
the BNSF railroad. The project started April 23, 2014 was completed August 6, 2015 and accepted by Council
on February 22, 2016.
The Washington State Department of Transportation (WSDOT) permitted the City to make improvements
within WSDOT limited access subject to a WSDOT construction agreement, the turnback agreement
(CAG-13-166) and a general maintenance agreement. Essentially the City agreed to maintain any
improvements that it constructed. Without WSDOT permission the City would not have been able to make
improvements on WSDOT property. The subject General Maintenance Agreement GMB 1040 is for the SR 405
North Renton Interchange and still requires execution, even though the City has been performing the
maintenance of the improvements since project completion.
EXHIBITS:
A. WSDOT General Maintenance Agreement GMB 1040
B. Map
C. Quitclaim Deed
STAFF RECOMMENDATION:
Authorize the Mayor and City Clerk to execute the General Maintenance Agreement GMB 1040 with the
Washington State Department of Transportation for the SR 405 North Renton Interchange.
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
HIGHLANDSTO LANDING
PEDESTRiAN CONNECTION PRD.CT CM-10701007)
TRAFFIC SIGNAL AND ILLUMINATION PLAN
GMB 1040
SR 900/SR405 NB Bridge
City of Renton,Illumination”
Highlands to Landing
P.-•_-
ww0)
8÷(010
0
ILLUMINATION WIRING SCHEDULE
I
I LL-iii,
II
110MAtC /
040.00.SyOlto CR03L,fl
ro,am*,oo 10
(0050 P101
jILLUMINATION CRflERIAI
1.0 rOd 0*00.15
[0.72 40001,L015 r*cro,
601010wAa (1O
ic,orro 00*
vol 00.0000)
DETAIl —PEDESTRIAN
POLE BEHIND WALL
51RUCTIOR NTES
_____________
f
@ 0PPO000W(P0051)£100511011 P0050.01ORAC000 SHALL P00000 00.1010 10 0102Sf 0001 PCI ‘105 001.0*C (1.0441100 1341ETSIL?&1.
3 1.501 IP0*DCCI
C)
1034U.1 DO..flIt 3 LOOP D[TCCT0 P51)01001 550100A*0 11300 1—00.02.
(00(002 *5001 WV*000 POLO 100 1)05 P111 044*11.00.40000 003.0000110 CtSr.J05 rU 04105..*0*
0t1.OCWO (tIbIA 10*11101101 001500 IJOCWAU.‘Cr00501 040 (0100 [00(000 [0,0*111.
P001(0 400 AALfl004 T04G LOOP DC1EC101.
[010100 COI4001 10 (0051001 1*111010 00*.
€rJ.JLICrOd91Y 1100001100 2*0 00511)4013 P01
@ IWO
/
•20
sSHLt H 00(0
1.33 PADS 00 145 501000 0305(112,1*5 (000000 44*11 *lltOfIW 104100010*001.011)000 0001)0520 00100 C0E2 00 500010025C UT1P003002FoplOt02010000000000500C011000111O04(000:IPIC0000AI1)0 01 0505 20000 10 0000.0001050 00 054(00 Ejdiblt A -IIkirnwIaUO(i.11U01GI.401
0010*00 00005*2 P0000 *2*03 *001 1105 01000550 400021)0 0(41 Sht1&5
PL.01*CW *204500*4 CLLARUCC 0*1 00 02040001 AS 0400CIEO I
E5MB 1040Li.FT-i
LSOL 001)/201000110 OLX44$.Cl0O 0001100 1,2.1
000*3430700 10)
000*40(00
—2-C-0(0(1000444 0010*.04(30
0001*1*.002 100 0
*30—220 p00
LOOP 00100)00 11Pt 0
00(0 OCorcoico 12005
000-0001)05
0100100440-5001 POLL
ow Iw.—sCooi POLL
£1010011.00 52114(1
cowsomoooow HITS
SIOIAL P043 0*0000
b 03*3040L 0041
3000 5010
CITYOF RENTON
000.0011*4 2200_
0.0*1*0 d AGENDA ITEM #5. a)
VtIPCII 33*100,VCICLC 3*015:33.71 ‘3.22.43
ILLUMINATION CRITi
L
LEGEND
Z1L 11003/30t0034’TO ‘J6fl2
J’),Q4 300 TYPC I.:..RI 4644 .2:460033 lOX
0tII.CI.f 543.34(41
—r.pto.s1si*;316064 42*0
1434*1.3446 13303
110043.POLE 0336 I1136PosE4033—433 333
-flC006 11303
(260 021(600*EEOC
6016001’
p,t—oor
WIIOT 30*05C166 PItt
El??P20.—SCALC P0*0
COSIIT2LO?641.367
ee St0610t 6*036(1
()6000161104 13012
0(;0.-SCA1.CP*31
a :R040_16*L0 30(6
604(3.04.
ILE*0435.16j*Q--,
3331300340 _0:m_-
33024140
lATE 1”••l
GMB 1040
SR 9001SR405 NB Bridge,
City of Renton,“Illumination”
SIGNAt DISPLAYS (EXISTING TO REI4AIN
13.
I2
I
33.
PHASE DIAGRAM,
(601003*0342*05
*1 c—4414510,03
=‘I
L I,,
6*JJ El
—P20137*340663(131
C0zIG’::5l TO
,6
r.
F4
II
5(7 04*131*0 3,34 30*
340063010344(0402
c’J0CD
C
U701
—o
D
(*61*40 14134*411623034170 6414430.
*01*51 (2110010 31*CIIO*330 10 0*630(0 03406 *5 N’t’D.(21010 *63 00*04*1 TO (*37030 JhTOO6 300.
C r
O 0333000*016P00(0 601.43*600*PO*t.COOI0011TO*54*1.3.3001611 67*041 00 UOJTI 301 PCI 0113 *330401W’X1.301*0.30634*2/5404*1 04.1 000016*466 PCIOIO.*733 04*43.3*?421.*330C1*TC3 FOCI.
(I’5(6 6640*0 4.07.4.63.*403 0.01 30 (0*0402 1106 $1463300 101 01$TOLOASOE 6(104.3 0**0002 0(20.
16131A1(*031130 *4*334100 303.1 0300 33*44 0*001 30341(01*0 OtT 00*03440 4.343.
(.i)3401332.0 04*..ETP(3 100*(27OCT06 PEA 403*1 514403*00 31.30 J—3015.
(031*40 63707 U**4U7*C 3446 06*146 3330 0040T.0*47*40 0,04.Ot3401t (217016 (2300*130**00
00.0(416 (251103 .20300034 300 001006 6(6*421..7*06(01 3*0 (01040 (4031316 (0316401.
4 OTOC 6001614110 013040 13*CTI’A *03.
I 01’ZoP6*s30bVtor103103104TT33 0*406(04210(123(0
013*43.440W t09333AT100 PCI 35001 13*4.2*30 324,0 J2I.10.00.02*100 (0313040 P3 POOL.300671044 *6*0 *140*2*rOU044043i.*00602 (0451040 203*040340 10 04*344*24 00(013 0034 60436,nI.403*
l,/I
I;
ILLUMINATION WIRING SCHEDULE
f66AC(2*T CCNS0T zt ‘J 201s)j9iJJJtrIhT±*niz
a
z
0
IT I ‘I
3.17 1 44*0 I
‘L
.
I00660I 33 I
0‘1
EE—I]--E--I GENERAL CONSTRUCTION NOTES —
1.43 3401 03 1003 0(1430 3400653,3303 (N0W *43 *11(03100 00 (03003 03441 fl*40 NOT (06(0615 34:04 03(034(14 30410 44(7 01 53*444*0*16 043.31.23.0301(420.(13*303030.0 301*2 (7014330 0*43000100 200003030 10 040*03.33.1*0**43001(014030*or mc 1CLPC OF 60*4 *T2030 00 64(01 0011.61015.4J Sheet2 al 5
3(061(1*ovt00co*30611 uoEs 4030 046 30033560 CUO4*00 p0461 3040*oo p B 1040PL*C(000T.*00030401.33.6*4*0(2 040 00 326016(0 *5 030(61(0 33 0346 000.07.1032(0000*103*0004*1.C001A01 046 (h6LS 33060.0163.1 31 *60443*01 IS 03S600tFEO.6’*EE1E:I
6TENW
Ti
ExtilbItA -IHiimiiatton /
I,
04303
CITY OF RENTON HIGHlANDSTO LANCING
Wo,4143111031 PEDESTRIANCONNECTIONPROJECTCM.1070(007)
TRAFFIC SIGNAL AND ILLUMINATION PLAN
Highlands to Landing AGENDA ITEM #5. a)
ILLUMINATION WIllING DIAGRAM (SERVICE 12)
GMB 1040
SR 9001SR405 NB Bridge,
City of Renton,“Illumination”
SOPOtt()
Z’\
fA /
\._—
\.%,,‘I 91T /
K IP
—NE Rf DR -
-:2
GENERAL CONSTRUCTION NOTES H
HO PANt OP flIC 0(63261 P60Cm.TIE (16000(6 lOS 001DOPTED TO 0631541’WI?0460060000OfWUCOSOTT00040(10 00260 lIlt?H 014010(000 OOUOTT.0000004.IT .11ILLUMINATIONCRITERIA1TOO6011660006P*OPC?CO (0640000$TO CI6ANO(POOl TO
_______________________
IlTTzotsaoOu Of oco Of 0046I001TWWD OH TOUt DOCUIEHIL 44 T4JTPIT
6.2
IC1tU 00(264(06 P044W (1005 *00 TOt P40005(0 UHHOR(POlLS P44W TO POLE0.2 LOOT +00.,0+7(1 0(0001 AHOIT001L CLEARANCE OAT K 00063406 14 OlitCitO PT WE Huty.I,cIL..-
__________
COM040IOI BULL COOTACr TIE 146*0010 260(0*01CC?ir A COII1ICT 0 t.TcOOUto.
EtLO 1 40 00.L 2-Il
400CSP*00
CITY SYSTEM—BREAKER SCHEDULE (SERVICE #23
01126 I (SPAIC)Of—TO lAP 33 00
0000 C ISPATE),,00—54 00 lAP
—ILLUMINATiON WIRING SCHEDULE --—
04401401 SIZE 9)4W)
I CITY SYSTEM —ILLUMINATION POLE SCHEDULE
POLL 511007 10*1100 j Or UT ,,j,loot Po.E I TEJTOA13O 1510 COI 0
I Ct ‘5LLL —-°L)c01C
00 01026 0*16,0.CT 34 I V,crir”‘j ij.Ikt rON ,A01tr “4orto oo p,co-6
I .T7)jPAH H ME OtOPOOJE ONTO,
,r—
——.
.5(10500 41 LUUCCPLIPOOJECT 40,006 PCI P1464CC?SlOTS.II tS-1---———-‘:1 :——‘
57,41413(1 T’‘0ovoctli 600 ujJE(iPO34ZtTtZ
I 0(4040 51 06 .0 60406C C 100100 I 34000 ItO 0041(0?40000 PCI 0601(01 000(0
Pt PAlO Dl 00+133 06 CT 14’4’SEEgI .426+031CCf&IUP PCC0.
I [PAOOON 5aAO.0.3 1040CC (1 4’SICi4 J UOEC PCI P001CC?FUEl 04O(:PCW0 ONES.I
M I)04 P00004 t (4+223 53.3’Cl ¶0’4 I 0.Ll26A 000010CO tUllE PCI P*O.ICCT 40000 PER P001CC?ONES.
‘01 P00*06 140.143 0*4’LI 44’4’odviCE I?10006110 100CC 000 P401CC?rot?400000 66 PIOJZOT 00(16,
J 41 J H 77 I I____________4-...I ,.J
“‘T’’.._.__:
140
j I I 3002CC I’OO%E1 H*ö P64.1CC?ICES.
“tT—j .I lCC 41 t .130(0 POT 0401CC?14,,’1.00 53.1 L,04 ]jjjo,o 1 50006 004 P54 4100140 6.433I‘‘‘1 93ZTI7412 ‘.126CC 0tF40JCcT *1000 ICR Ooox+r opt
:tz:I ‘“i.—I Joour-Io*
LEGEND
LS
CONSTRUCTION NOT5
0
<5>(0055440 +040000*10+0 10 663000.
10104?100546 11160000 III TO 605004 00001 05 Ot0000.(11000 0000 6050031 60 t05000 10401.00100,
0
,‘“4 APN00000TZ 405(1 C0100CIBO PONT.015*100(104 5+406,P60400 +00040 TO *1001?P000 004 640 004060
4*0006040001115+0005 --VtJ
TOO P04 100610 -2 J 63003,P640*l0/0100411 *6.010.40*0+P16500,0040 flIOI.L PAt 000 155100(0 tEES.
—.Ci’.stc 0o05065 103.4.05,730 ALl 10*60140401 144 .000000000 007013,0104 (1146,5 00 0C 0(00.
POWCATL (0463100 U010040(00.6 0100 00W 040CC 5161+21060 P01 004500 6,46,0
0 INStILL 4 00 flPt 3 6*00 P0160763 PEE 04001 631440403 P0.0*1-50.12.
I 000156(1 115611 00*000*0 POlL PtT 1140 POLE CX40.OP
40000lt (60100 .00100+0 ISO 06t30(SIXOOLI.001(4+00?00 lthIt A -Ilkomi’6*Um
I 0101t*T 0004 6+0*1*44 (62640 tOM OCTtCC?*.
COTtI.1 T.10614 10 (101100 0000000 40..Sheet 3 of 5
__________J
@
4260,1 lAW 002644400 P50 05007 01010*01 P110 1-0101501 GMB 1040
I _‘.!>_J__!_!bb*T 02 06107.0
•00 P000 04 07,71.0
061 CT
01070014 110,41.0
0’0(6 IioooI .110+0 PCI P501CC?
I 00.630+01 .00(0 PCI P0*011 -I
1’EOZKLQC1001 DC,C
T4 11 31+11,06 400 tOrt 1,0,1
44
0(100CC 0100+3,4(00
—P—TO PESCSS*L*0 OHUL 0(00
11000*0 POOL flC 0
560*0 POOL TYPE LI
-01000151T
0010 OCTCCtIOO 2041
—
—6A07 446 0000106 +0+
P60-1007100
•-0300?4010-50001 POLE
CItY P00.—STOLE 02+2
C00264.CCI C400E?
POOL 011410o5400S?+401 0000
045014000—5001 POOL
0101 tOTE
I 00040+16)10.705 511(1 -79-1 102630006j 614(CES 70060
0’I 100351C6’—‘-°2;T’1’I 0600
—i I St 0140 CI t !:‘‘17.0’oo I co
-4I00PANE0400—41.0 00060 CT U CO I
-.3011 r,6.0505601
—-ff1 S:.000LY 0000*001
S
OltON.I’IUEIH :.,0...o.1,t34T04oOI_
WSOOT SYSTEM —ILLUMINATICO.0 4000 116.IILUUCC
:STREET OTAOOTO
LA OW 0*3.040’06 10 I 0*300*00130
CX ‘(0
£0 I
U
U
J0O0I4?*S0.III731LTI
t640 WTOOTJ-*L30-O3600001t16C.0:,
-boo,-‘°
-1540.0 I tl+1164 POLE 10 P(0o.N
N
iISCott1FEETcx4466IW2ISIJ.21.30-630010015;C.TE
---—--1-
CflOFRENTON’HIESHLANOSTOLANOPIG
4.05 Op*ol’0.0 PEDESTRLO.NCONNCCT1ONPROJeCTCM.1070(007)
,‘053100000?TRAFFIC SIGNAL AND ILLUMINATION PLAN
P0001500 _2tY-
DOlT.,“07
Highlands to Landing AGENDA ITEM #5. a)
CONSTRUCTION NOTES
7
/
mcn‘ii
SR 900/SR405 NB Bridge,
City of Renton,‘Landscape”
Highlands to Landing
I
LA WS1OT OLVO N
(_-.r
__
—NE PARC DRVE
LEGO
Red -Pedestrian PathJSIdWaC
Gn -Lands
NE Ppj OAIWE
I I -t I
Sho.E loll
Exhtb5 B Pedestrin Pw,1sd.vm&-At,pu,tutanC
I I I I
I 5I$’I O.f I
&48 1040
(IL‘t 0!RI Ni0”.
-
___
HIGHIANOSTo LANONG
PEDESTRIAN CONNECTION PRO,JECrCM.toiaIoon
ANDSCAPE PLAN
9-01
GMB 1040
........t.I --—AGENDA ITEM #5. a)
HGHLA1DS TO CINDNG
PEDSIIWsN CONNGHONPRCJCI CM O7OO
LANDSCAPE PLN
GMB 1040
SR 90015R405 NB Bridge,
City of Renton,“Landscape”
Highlands to Landhng
••
N
ExIibtB-PfdbI,1 P y/SldewIK-RIe,.ntAuctncr AGENDA ITEM #5. a)
5U!pUe704Spueq6!,,edeospue-j1,uoIuadjoATID6P!J5SNgOl7ds/006elsOIOI.91(\jJrN0I1VA13INVNY1d77VMN0I8VNQfQ3NN0NVftIIS3O3dN0tN01SONV1HOIH1v7JUl30DNUQOJ33N3J‘tt.YWjS.i770.16I32115“yd.il7rr‘flrjYI(1iZr1021;Jl4-’3xSW..AaSA2’117LIi3i?’‘2j13,j.hAlLhArPh1hC..CLi1_F&JCt,1:AokIyaAr,531ON7?VMNV7U77VMNOI8V’P.O.jl1QPTflU’‘l”fJ!ChA?,J1.JCa.1‘.JhAhAWi.—IaJ.lIes.i•,t1pA!.hl;0h.lvA3A0IIAIIl___I-INO/iVA3?377UMNO16U—2P1ihWYio8NOUO3S_________________x3v3lZdJ.C•Afk?10.110r1thf1!?Y4.fh31v.y.‘.OAhAArH32hOhr£m0:0U-11P3‘..3O.’hhIP1;d-CI‘CC--—hONIV10r1G3J1AMA.3-J‘I0.XI.1q..pV!JOW‘0Cr9£.,0i3..PillhitiYur1E;J£7hi1•0.Y4COXJh7’JhlriK;0..1‘(riP.311791(402111-io:CC.lhrid035WiPPhiJY.Ah61’i400.’K.‘b!7,’M17CAI.10IrS3,3AGENDA ITEM #5. a)
,J ‘A?-
p.T AR -2-0’
ITBAR—2-5
8A -
I OAR 4 -2’
fl0 14*3 —
p”t OAR 6—5’
H1GHLANDS TO 1.ANIING
PEDESTRiANCONNECTION PROJECT CM.IO7O(OOl)
ERDGE LAYOUT.DECK OVERHANG RECONSTRUCTION
GMB 1040
SR 900/S R405 NB Bridge,
City of Renton,“Landscape”
Highlands to Lanchng
SEC.8.T.2JN..R.5E..W.M.
CiTY OF REN TON
43 RE25RSTRL6T!O’JA’d0 T’ZE’$’3t0 (W5.YDE 24/L
--———--ME35t$i ALC3I,?RICE OR —-
-LL*flPb4 IFS FECES’314-’)14314q,f?-.——.MC4’lTE V PA1L—,.,.0(ItT R/53)CC
-10’PAYS 553’-.‘RE ,--5>”P*V’‘ZA ,3 /-,V ,4j,_.
-1 7 1
,
_jrgr —
S
.,.,
çr’r.,‘“(SAC’
R ‘7104 OR
______________________________________________
c7 CURVED
GENERAL NOTES
All SF64514 4514 MSSEMA’10I!’14.AL P(,t,*5‘CJD-V.’C1Lv,0’’NEZ60131A155T14OF(SE %‘ASPM)CTOI 5(17 610’4i’IME1IS Crr#5!,spDqT4r,Dt,771,1421.52 S;ECIE,CAT!C325 F59 3010.55 35ULI15P15C0flST’200;O’l’(A14,20:2 1110 1*10,51451472
2.(‘It 05CR 0155144142 3EC1011T6.CT,sW HAS SEEs 555101410 i’dATTO’C,’flCE 3:5*7145 ‘ScSi (315210*OP 14154310531100 OPIOCESf5155P52”'’TATIO.’YS 2322,
3 C10dCLTE P25 741’PRJOSE 3CC”0755144115 S’dL 6!CL155 ‘0573.2(9156!?!FOR OARRIER 9’RLL SE CLASS 4050.
.1 P(!SROYCI%C 51(5,,SPILL C**’JFORid 10 45114 47214 514 4.15.150 63!
tATTW 4515).
5 20!CQYITRACTCN 5144,5 553(55101011451 R25 ri-f SCAR;csIr (951002(5(1 0111:145 CORISTSLET:CI1 7EMFORARC S’J’FOR’S 141)P4115506K 514155 141’(,P4(J’J4555 55EW)71*P’525N1 IMPACT LW$1214!S’RC?555 IN iPf ST5SESA1(.
6.525 146255 AS CO41S”6L1015 PLA’IS 1*54 ACD,r125,’c SF4205 0573455
P ALL 0114115206514140621 A55MEAS06ED HCRICCSFALLY CR VERTICALL’16*1(55 410555 OTHERWIST.
S (‘ICES!0114555l51 71456711W THE 5*L5 ‘HE C14IC55tE COVER115450660(‘60)4 514!PACE OR Tilt 5062351!tO 54!!rAISE ORPflh1’ORc:NG EAR SHALL 852’4?AC,.LOCASI,.WS.
S IAJLESS 14212 210563150 91*59,1*LAP 2(1 ICE 1E’:CTNS TRILL 5!15FORLOIOSI
jSI 51R —2-14’
p55 RAP 3—0’
VAR —3-9’
*05501(5 EFO’r :04(55 RARS
6MB ioo
DATUM.1,1 *14 1421
11(461014”.751’
RAILROAD TEMPORARY CONSTRUCTION
CONSTRUCT/ON Q PROFILE
CLEARANCE DIAGRAM
L,W11,C 5057145255 450.5 ‘P4CM)E...EUAT’LWS ‘15212:05550CC OP 141401!AS.4R!4P0x ISA’!
3.4’.544111A 5:
f-j RCFrYOFRTON
j 167)461 ,I2f___t!j1 Al’51015 rop 1
R3.ff6 --.66 AL -
.!ot
6*19 6&.”i AGENDA ITEM #5. a)
CYST WEBDCVECRCIIE
,A,fl:5,’q44N 04P?’EP W
PAL PH
gAcc’,SP REZPIFODC;fdG SEEVP4W?t.S —OS
CR57 /E rR3N5flR5(
ODDS *1’CVYD4A1fl PEVEt -
t6OCVE&EYS’
CE
1
.
.:.
//
3—rn 4’——VTDI’A’
DECK RECONSTRUCTION NOTES
DCV VAS-IELDIEL)ED TiNS!,P554 E’!.STJfl’J B TOtE
501EV E,cl,000 pp 5t.vS PE:NFW2 ‘CC DETAILS SLED ASSiltLEIGh.0.7’SPAC HIS E?.CEk4TERW fl 71.1 FiFED mETERSFROMA$—CLWS1RXTED OttAw ‘ITS
3 UETEN Ep5riuo OILY CIZEI’AISG T &oEY.FCRMiSsE IC ‘CII RELIU,cCVE,IS 75 bH SPEC:Ac PO,’S,Ct..CAFE SP’ALI ‘It ,4KTrl ‘.01 70 CAM4CCE ES 57175 STEELREINPCECI’iG CrPL,J 755 FF151 lIE 0)7 SF5554 !mQ DIPSVETPIAUG.
ET ii W’EEMEHC POP EC 7.‘JOEl COMA?DFJL7.1.??SEES BESOt P704.1
-EiSA CIDSO 111CCy(5l A1 (tEICE 11155 1EV 5S
5.(HI EJPL £0 PAlEST ThAt:.51 EQUIEFOS’PiN A EC5I7ItCEL’m’ES c-IRE C?CLED .ICEE 13 THE Ot1’.tip
7 4191711 A AVETSP CCi7S -4E 1.0-‘5.55”UDROW P7Pf5R4P.PLAtE ((5PA(Al 0 LW COPE1 453 Ccw’.tCl ErRP’IN 4p’D’AMS’IfP 5005 A AEVECS 55 IICiIPT FWESIS!ANVIL,,5e’tr P-Cs p557 swsipur IPSO SPOT i47fl71j34Y)7j-P ERMESE I 45fl 55 41050055 001,4.ALL COOtORE,)‘1-Mt Of ,mr—c’F OILS-IS .03
(“.5,
IRS55.01411
51IpEOlCIJO ‘ExiSt (EtItOROEDCCWCE(Tt flfl(
GIRDER 55:011
CROSSBEAM
f —lOSEr 154150 .oI-IFO’E’:5,1St.
&INYPeY ._.,_____
Q,’.._.o,17’W__
tYlID,_5_—_---__
hIGNLAND TO LANDING DYAP’R 402
PEDESTRIAN CONNECTION PROJECTCM.lO70(007)“‘
DECK OVERHANG SEC’flON
ILEcS’.
GMB 1040
SR 9001SR405 NB Bridge,
City of Renton,“Landscape”
Highlands to Landing
IS-H CD SE 3.707.5.SEE
92—5’TO TOE1-1,11,ES0
314101 ES E.’1EE tAPESACA’S 105453
(5)-IA 10145Cr SPICED
‘iCES 5:45 p7s1.7:Fc S
CE10AH.,CEOiL
DI P5 EACH LV’S
4.7 II
tO’V-GPLW.’0 rP
4’DI 5OMSs,’,-,
EL liOTCE
TEEEWi ADO PSETECTfiShYE’EFIESC.I15 5455
P•Ti’AWEP
Ip •C
5—C’9”—W’TO CSAER’XT’r’I C
-0’55’SAL%—--—--—‘—
—SEVOLIOP.Es-st.CuRD4IL.453 ‘DUEP’-’.f,S
t lIAR ,‘E?AS
507,5751.0‘05 P5457)
?•.•a
I’-7
GCEFR-II,E
(5)—V4 154145 SPACED
C’iS.
ç’PEESEO.CE As5 5Ft,’IECTEVISTFCINVEPCI,.’G DAREE.tS’,D!NG INtO OVERPA5SCCC’S7(5
•?
—.7’DC
—AC’SPADE!?
—(lET AEMIOfOFHANSVSPSCDARE
CD 4445 CPES AS
CC..ETP7IG TED PEA.”))
•.1 ?,.•,
‘C’FSP55ETJ
SECTION
SALE”I-C
I —
I L [1
I I I
I TIiR’I1’i I
ExhIbSB.PecIeslsIanPathwy)Sdew,4k.
SheetSoDS
ONS 1040
R
SPY AGENDA ITEM #5. a)
IRRIGA]10N LEGEND
GMB 1040
SR 900/SR405 NB Bridge,
Cfty of Renton,“Landscape”
/
0
&
_
ttrm.j cL:J
c
a
_________
0
C
I®
$
J -
ç4LY,
•L’
c
8
NE PARI(DIRNE CONSTRUCTION NOTES
‘*-.r
--
NEPAI*C D’
Eadit A -1Ibjmk,aIoa
Sheet 4 &5
GNO 1040
Ii G&ANDS TOLANDTG
PEDE5TPANCONNECTIONPIOJECiCM-IO7Q(EO7
IRNIGAttONPtAN
Highlands to Landing AGENDA ITEM #5. a)
CCDoDDC,-’CDCDDAGENDA ITEM #5. a)
iii liiiiiii?ii
2 1000069
CD 75 .00
D
ii2708133
12/'1/zma 03:45x
X
counrv,ua
__,PRGE-B01 or eatDocumentT|tle:Quite}11;;ee
Grantor:State of Washington
Grantee:City of Renton :_
'
Legal Description:G.L.1 an’,;Sec{tion_._8,o\t;n"'shi_p23N rtltRange 5 East,W.M.Additional Legal Description is on Pigej '
Assessor's T x Parcel Number:Noneilfssigne
QUITCLAIM |5“r,£
:'T'he“‘S"TA_TEF hereinafterthe Grantor,for and in accordance with
that agreement Jrth ‘parti nti_t}adp.:Tui::ribae__l_cAgreementTB1-0237,dated May 20,2014,
hereby conveys an--,,£|_|‘.'l_i4I€'ii8tt't1Spntoi?e..c 50 _RENTON,a municipal corporation in the
State of Washington,Grantee!ali3:n‘_gt_11t,title='‘and‘'int‘-
of Transportation,in and to tiiq=_fo1Iot;tiing.-d"‘A
of Washington:In '-it
Those portions of the area designated-<fi3rRélinquighmentto“Ciiyof Rcntonas shown
on Exhibit A attached to that certainTit‘-n,1_i_5'ael<"Agi‘eenient__5 —0237,_date_dMay20,
20l4,on ?le in the ot?ce of the Secretaryo?§I_frayispcgriatip”nt3__fOIyin;iia,loeéitedwithinthelimitsofSR405,N.E.3"‘St.Vic.to s.E.'62:“_Si.v__i'c.,_;t‘ghg:=qf'wa;t_.a;_;_dlihiiteq
access plans as dciineated on sheets 30 and 31 of34'sh_e"ets,=‘Enpprcfired,_2 '20'06"sheet 30 revised October24,20l3,sheet3!revised Januar3/10'20]‘’
Government Lots I and 2,Section 8,Township 23 North,Range 5 Ba
KingCounty,Washington."
°age I of4 Pages
GMB 1040
SR 900/SR405 NB Bridge,
City of Renton,
Quit Claim Deed
Exhibit C Damn 1 nfA
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)
AGENDA ITEM #5. a)