Loading...
HomeMy WebLinkAboutContract a� AGENCY CAG-03-041 Washington State AG ENCY Loc*Agency Agreement Department of Transportation Agency City of Renton T CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Address 1055 South Grady Way Project No. 5714 f41�_ ocl DD DL/ Renton, WA 98055 > Agreement No. 5528 For OSC WSDOT Use Only The Local Agency having complied,or hereby agreeing to comply,with the terms and conditions set forth in(1)Title 23,U.S.Code Highways,(2)the regulations issued pursuant thereto,(3)Office of Management and Budget Circulars A-102,A-87 and A-133,(4)the policies and procedures promulgated by the Washington State Department of Transportation,and(5)the federal aid project agreement entered into between the State and Federal Government,relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification.Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r,column 3,without written authority by the State,subject to the approval of the Federal Highway Administration.All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. Project Description Name NE Sunset Boulevard/Duvall Avenue NE Length N/A Termini Intersection Description of Work The project will realign and rechannelize lanes approaching,through and exiting the intersection,add an eastbound left-turn lane,modify the traffic signals,and extend a drop lane. The modification of the fully actuated traffic signal will include poles, signal and pedestrian displays, detection loops, emergency pre-emption,and a new signal controller. Estimate of Funding Type of Work (�> (2) (3) Estimated Total Estimated Agency Estimated Project Funds Funds Federal Funds PE a.Agency 3,500.00 350.00 3,150.00 90 % b. Other Consultant 29,500.00 2,950.00 26,550.00 c. Other Federal Aid d. State 2,000.00 200.00 0 Participation Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 35,000.00 3,500.00 31,500.00 / Right of Way f.Agency % g. Other h. Other Federal Aid i. State Participation Ratio for RW j.Total RNV Cost Estimate(f+g+h+i) Construction k. Contract I. Other m. Other n. Other % o.Agency Federal Aid p State Participation Ratio for CN q.Total CN Cost Estimate(k+l+m+n+o+p) r.Total Project Cost Estimate(e+j+q) 1 35,000.001 3,500.001 31,500.00 Agency fficial Washington State Department of Transportation / By ® By Title Jesse Tanner,Mayor ''_ Assistant Secretary for Highways and Local Programs ATTEST: / (�y(,�L �, �( �`'3-�3 Date Executed APR 2 42003 Bonnie I. Walton, City Clerk DOT Form 140-039 EF Revised 10101 Construction Method of Finands (Check Method Selected) • Stpte Ad and Award ❑Method A-Advance Payment-Agency Share of total construction cost(based on contract award) ❑Method B-Withhold from gas tax the Agency's share of total construction cost(line 4,column 2)in the amount of $ at$ per month for months. Local Force or Local Ad and Award ®Method C-Agency cost incurred with partial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures,and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below.Adopted by official action on March 24 2003 Resolution/Ordinance No. 3626 Provisions I. Scope of Work 1.Preliminary engineering. The Agency shall provide all the work,labor,materials,and services 2.Right of way acquisition. necessary to perform the project which is described and set forth in detail in 3.Project construction. the"Project Description"and"Type of Work." In the event that right of way acquisition,or actual construction of the road,for When the State acts for and on behalf of the Agency,the State shall be which preliminary engineering is undertaken is not started by the closing of the deemed an agent of the Agency and shall perform the services described and tenth fiscal year following the fiscal year in which the agreement is executed,the indicated in"Type of Work"on the face of this agreement,in accordance with Agency will repay to the State the sum or sums of federal funds paid to the plans and specifications as proposed by the Agency and approved by the State Agency under the terms of this agreement(see Section IX). and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control The Agency agrees that all stages of construction necessary to provide the by the Agency,the State shall have the right to perform the work subject to the initially planned complete facility within the limits of this project will conform to ordinary procedures of the State and Federal Highway Administration. at least the minimum values set by approved statewide design standards applicable to this class of highways,even though such additional work is financed II. Delegation Of Authority without federal aid participation. The State is willing to fulfill the responsibilities to the Federal Government The Agency agrees that on federal aid highway construction projects,the by the administration of this project.The Agency agrees that the State shall current federal aid regulations which apply to liquidated damages relative to the have the full authority to carry out this administration.The State shall review, basis of federal participation in the project cost shall be applicable in the event the process,and approve documents required for federal aid reimbursement in contractor fails to complete the contract within the contract time. accordance with federal requirements.If the State advertises and awards the VI. Payment and Partial Reimbursement contract,the State will further act for the Agency in all matters concerning the project as requested by the Agency.If the Local Agency advertises and awards The total cost of the project,including all review and engineering costs and the project,the State shall review the work to ensure conformity with the other expenses of the State,is to be paid by the Agency and by the Federal P J ty Government.Federal funding shall be in accordance with the Transportation approved plans and specifications. g P Equity Act for the 21st Century(TEA 21),as amended,and Office of III. Project Administration Management and Budget circulars A-102,A-87 and A-133.The State shall Certain types of work and services shall be provided by the State on this not be ultimately responsible for any of the costs of the project.The Agency shall be ultimate) responsible for all costs associated with the project which project as requested by the Agency and described in the Type of Work above. Y P P J In addition,the State will furnish qualified personnel for the supervision and are not reimbursed by the Federal Government.Nothing in this agreement inspection of the work in progress.On Local Agency advertised and awarded shall be construed as a promise by the State as to the amount or nature of projects,the supervision and inspection shall be limited to ensuring all work is federal participation in this project. in conformance with approved plans,specifications,and federal aid The Agency shall bill the state for federal aid project costs incurred in g Y P J requirements.The salary of such engineer or other supervisor and all other conformity with applicable federal and state laws. The agency shall mimimize salaries and costs incurred by State forces upon the project will be considered a t;;c tit;e elapsed be'nvee,receipt of federal aid funds and subsequent payment of cost thereof.All costs related to this project incurred by employees of the State incurred costs. Expenditures by the Local Agency for maintenance,general in the customary manner on highway payrolls and vouchers shall be charged as administration,supervision,and other overhead shall not be eligible for federal costs of the project. participation unless an indirect cost plan has been approved by WSDOT. IV. Availability Of Records The State will pay for State incurred costs on the project.Following All project records in support of all costs incurred and actual expenditures payment,the State shall bill the Federal Government for reimbursement of kept by the Agency are to be maintained in accordance with local those costs eligible for federal participation to the extent that such costs are government accounting procedures prescribed by the Washington State attributable and properly allocable to this project.The State shall bill the Auditor's Office,the U.S.Department of Transportation,and the Washington Agency for that portion of State costs which were not reimbursed by the State Department of Transportation.The records shall be open to inspection Federal Government(see Section IX). by the State and Federal Government at all reasonable times and shall be 1. Project Construction Costs 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. Project construction financing will be accomplished by one of the three Copies of said records shall be furnished to the State and/or Federal methods as indicated in this agreement. Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification.The classifications of work for projects are: DOT Form 140-039 EF 2 Revised 10/01 'Method A+—The Agency will place with the S�ithin(20)days after X. Traffic Control,40ng, Marking,and Roadway the execution of the construction contract,an advarR"�in the amount of the Maintenance Agency's share of the total construction cost based on the contract award. .The State will notify the Agency of the exact amount to be deposited with the The Agency will not permit any changes to be made in the provisions for State.The State will pay all costs incurred under the contract upon parking regulations and traffic control on this project without prior approval of presentation of progress billings from the contractor.Following such the State and Federal Highway Administration. The Agency will not install or payments,the State will submit a billing to the Federal Government for the permit to be installed any signs,signals,or markings not in conformance with the federal aid participation share of the cost.When the project is substantially standards approved by the Federal Highway Administration and MUTCD. The completed and final actual costs of the project can be determined,the State Agency will,at its own expense,maintain the improvement covered by this will present the Agency with a final billing showing the amount due the State agreement. or the amount due the Agency.This bi!ling will be cleared by either a payment from the Agency to the State or by a refund from the State to the XI. Indemnity Agency. 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, Method B— The Agency's share of the total construction cost as shown whether at law or equity brought against the Agency,State,or Federal on the face of this agreement shall be withheld from its monthly fuel tax Government,arising from the Agency's execution,performance,or failure to allotments.The face of this agreement establishes the months in which the perform any of the provisions of this agreement,or of any other agreement or withholding shall take place and the exact amount to be withheld each month. contract connected with this agreement,or arising by reason of the participation The extent of withholding will be confirmed by letter from the State at the of the State or Federal Government in the project,PROVIDED,nothing herein time of contract award.Upon receipt of progress billings from the contractor, shall Agency require the A to reimburse the State or the Federal Government for q g Y the State will submit such billings to the Federal Government for payment of damages arising out of bodily injury to persons or damage to property caused by its participating portion of such billings. or resulting rom the sole negligence of the Federal Government or the State. g Method C—The Agency may submit vouchers to the State in the format No liability shall attach to the State or Federal Government except as expressly prescribed by the State,in duplicate,not more than once per month for those Provided herein. costs eligible for Federal participation to the extent that such costs are XII. Nondiscrimination Provision directly attributable and properly allocable to this project.Expenditures by The Agency shall not discriminate on the basis of race,color,national origin, the Local Agency for maintenance,general administration,supervision,and or sex in the award and performance of any USDOT-assisted contract and/or other overhead shall not be eligible for Federal participation unless claimed agreement or in the administration of its DBE program or the requirements of 49 under a previously approved indirect cost plan. CFR Part 26. The Agency shall take all necessary and reasonable steps under 49 The State shall reimburse the Agency for the Federal share of eligible. CFR Part 26 to ensure nondiscrimination in the award and administration of project costs up to the amount shown on the face of this agreement.At the USDOT-assisted contracts and agreements. The WSDOT's DBE program,as time of audit,the Agency will provide documentation of all costs incurred on required by 49 CFR Part 26 and as approved by USDOT,is incorporated by the project. 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. The State shall bill the Agency for all costs incurred by the State relative Upon notification to the Agency of its failure to carry out its approved program, to the project.The State shall also bill the Agency for the federal funds paid the Department may impose sanctions as provided for under Part 26 and may,in by the State to the Agency for project costs which are subsequently appropriate cases,refer the matter for enforcement under 18 U.S.C.1001 and/or determined to be ineligible for federal participation(see Section IX). the Program Fraud Civil Remedies Act of 1986(31 U.S.C.3801 et seq.). VII. Audit'of Federal Consultant Contracts The Agency,if services of a consultant are required,shall be responsible The Agency hereby agrees that it will incorporate or cause to be incorporated for audit of the consultant's records to determine eligible federal aid costs on into any contract for construction work,or modification thereof,as defined in the the project. The report of said audit shall be in the Agency's files and made rules and regulations of the Secretary of Labor in 41 CFR Chapter 60,which is available to the State and the Federal Government. paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant,contract, An audit shall be conducted by the WSDOT Internal Audit Office in loan,insurance,or guarantee or understanding pursuant to any federal program accordance with generally accepted governmental auditing standards as involving such grant,contract,loan,insurance,or guarantee,the required contract issued by the United States General Accounting Office by the Comptroller provisions for Federal-Aid Contracts(FHWA 1273),located in Chapter 44 of the General of the United States;WSDOT Manual M 27-50,Consultant Local Agency Guidelines. Authorization,Selection,and Agreement Administration;memoranda of understanding between WSDOT and FHWA;and Office of Management The Agency further agrees that it will be bound by the above equal and Budget Circular A-133. opportunity clause with respect to its own employment practices when it g participates in federally assisted construction work: Provided,that if the If upon audit it is found that overpayment or participation of federal applicant so participating is a State or Local Government,the above equal money in ineligible items of cost has occurred,the Agency shall reimburse opportunity clause is not applicable to any agency,instrumentality,or the State for the amount of such overpayment or excess participation(see subdivision of such government which does not participate in work on or under Section IX). the contract. VIII. Single Audit Act The Agency also agrees: The Agency,as a subrecipient of federal funds,shall adhere to the federal (1) To assist and cooperate actively with the State in obtaining the compliance Office of Management and Budget(OMB)Circular A-133 as well as all of contractors and subcontractors with the equal opportunity clause and rules, applicable federal and state statutes and regulations. A subrecipient who regulations,and relevant orders of the Secretary of Labor. expends$300,000 or more in federal awards from all sources during a (2) To fumish the State such information as it may require for the supervision given fiscal year shall have a single or program-specific audit performed of such compliance and that it will otherwise assist the State in the discharge of for that year in accordance with the provisions of OMB Circular A-133. its primary responsibility for securin g compliance. Upon conclusion of the A-133 audit,the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. (3) To refrain from entering into an contract or contract modification subject Y J to Executive Order 11246 of September 24, 1965,with a contractor debarred IX. Payment of Billing from,or who has not demonstrated eligibility for,government contracts and The Agency agrees that if payment or arrangement for payment of any of federally assisted construction contracts pursuant to the Executive Order. the State's billing relative to the project(e.g.,State force work,project cancellation,overpayment,cost ineligible for federal participation,etc.)is (4) To carry out such sanctions and penalties for violation of the equal not made to the State within 45 days after the Agency has been billed,the opportunity clause as may be imposed upon contractors and subcontractors by the State shall effect reimbursement of the total sum due from the regular State,Federal Highway Administration,or the Secretary of Labor pursuant to Part monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. II,subpart D of the Executive Order. No additional Federal project funding will be approved until full payment is received unless otherwise directed the Assistant Secretary for Highways and Local Programs. DOT Form 140-039 EF 3 Revised 10/01 In addition,the Agency agrees that if it fails or es to comply with these XV. Venue for Claiend/or Causes of Action undertakings,the State may take any or all of the following actions: For the convenience of the parties to this contract,it is agreed that any (a) Cancel,terminate,or suspend this agreement in whole or in part; claims and/or causes of action which the Local Agency has against the State of Washington,growing out of this contract or the project with which it is (b) Refrain from extending any further assistance to the Agency under the concerned,shall be brought only in the Superior Court for Thurston County. program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency;and XVI. Certification Regarding the Restrictions of the Use (c) Refer the case to the Department of Justice for appropriate legal of Federal Funds for Lobbying proceedings. The approving authority certifies,to the best of his or her knowledge and belief,that: XIII. Liquidated Damages 1 No federal appropriated funds have been aid or will be aid b or on The Agency hereby agrees that the liquidated damages provisions of 23 ( ) si p P y behalf of the undersigned,to any person for influencing or attempting to CFR Part 630,Subpart 305,as supplemented,relative to the amount of influence an officer or employee of any federal agency,a member of Congress, Federal participation in the project cost,shall be applicable in the event the an officer or employee of Congress,or an employee of a member of Congress in contractor fails to complete the contract within the contract time. Failure to connection with the awarding of any federal contract,the making of any federal include liquidated damages provision will not relieve the Agency from grant,the making of any federal loan,the entering into of any cooperative reduction of federal participation in accordance with this paragraph. agreement,and the extension,continuation,renewal,amendment,or modification XIV. Termination for Public Convenience of any federal contract,grant,loan,or cooperative agreement. . The Secretary of the Washington State Department of Transportation may (2) If any funds other than federal appropriated funds have been paid or will terminate the contract in whole,or from time to time in part,whenever: be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a member of Congress,an officer or employee (1) The requisite federal funding becomes unavailable through failure of of Congress,or an employee of a member of Congress in connection with this appropriation or otherwise. federal contract,grant,loan,or cooperative agreement,the undersigned shall (2) The contractor is prevented from proceeding with the wcrk as direct complete and submit the Standard Form-I LL,"Disclosure Fonu to Report ,result of an Executive Order of the President with respect to the prosecution Lobbying,"in accordance with its instructions. of war or in the interest of national defense,or an Executive Order of the (3) The undersigned shall require that the language of this certification be President or Governor of the State with respect to the preservation of energy included in the award documents for all subawards at all tiers(including resources. subgrants,and contracts and subcontracts under grants,subgrants,loans,and (3) The contractor is prevented from proceeding with the work by reason cooperative agreements)which exceed$100,000,and that all such subrecipients of a preliminary, shall certify and disclose accordingly. p ary,special,or permanent restraining order is a court of This certification is a material representation of fact upon which reliance was competent jurisdiction where the issuance of such order is primarily caused p p by the acts or omissions of persons or agencies other than the contractor. placed when this transaction was made or entered into. Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31,U.S.Code. Any person who fails to file the (4) The Secretary determines that such termination is in the best interests required certification shall be subject to a civil penalty of not less than$10,000 of the State. and not more than$100,000 for each such failure. Additional Provisions I 'I I DOT Form 140-039 EF 4 Revised 10/01 CAG-03-041 �► Washington State Oal Agency Federal Aid VAP Department of Transportation Project Prospectus Prefix Route ( ) Federal Aid Date 3/7/2003 Project Number Local Agency r WSDO 1 Federal Employer Project Number Use Onl I Tax ID Number 916001271 A ency Federal Program Title City of Renton ® 20.205 ❑ 20.209 ❑ Other Project Title NE Sunset Blvd/Duvall Ave.NE Project Termini From To Intersection N/A From: To: Length of Project Award Type N/A ® Local ❑ Local Forces ❑ State ❑ Railroad Federal Agency City Number County Number County Name WSDOT Region ® FHWA ❑ Others 1070 17 King 1 Congressional District Legislative Districts Urban Area Number TMA/MPO/RTPO 8 11,41 1 PSRC - � 0�1 focal a4genci M � hase Stmt .t F de asp �dCo Fund�n trm ' arest F e r) tNerest Hundred Bastin �Dol at} j on Year" :. . P.E. $35,000 $3,500 $31,500 5/l/03 R/W $0 Const. $405,000 $40,500 $364,500 6/1/04 Total $440,000 $44,000 $396,000 Des�rtpf 4 1D �XfS1�I#� Ci11 / (�xst�ng Deslnatl� �seit C ►�c i i to �Y .K11 I Roadway Width Number of Lanes 63 to 69 feet 5 This is a traffic signal controlled intersection. On NE Sunset Blvd. there are 4 through-lanes with I left-turn lane eastbound which narrows to 2 lanes after the intersection. On Duvall Ave.`NE,there are 4 through-lanes and 1 left-turn lane both north and southbound. Vehicular and pedestrian traffic in this area has been increasing. le Roadway Width Number of Lanes ®New Construction ❑3-R El 2-R 66 to 72 feet- in design 5 - 6 Realign and rechannelize lanes approaching,through and exiting the intersection, add a second left-turn lane eastbound on NE Sunset Blvd., and modify the traffic signals,and extend a drop lane. The modification of the fully actuated traffic signal will include poles, signal and pedestrian displays, detection loops, emergency pre-emption, and a new signal controller. Local Agency Contact Person Title Phone Sharon Griffin Program Development Coordinator 425.430.7232 Mailing Address City State Zip Code 1055 South Grady Way Re on 1,7 WA 98055 B Design Approval y ving --- (CA Agencies Only) Title Transportation Design Supervisor Date DOT Form 140-101 EF Page 1 of 3 Revised 4/2000 A ency Pro'ect Title Date �ity of Renton T Sunset Blvd/Duvall Ave.NE 3/7/2003 Fes' ' Ceorne#roc D sign data h u aY:'+.'� Description Through Route Crossroad Cg Afincipal Arterial ❑Principal Arterial Federal ®Urban ❑Minor Arterial ®Urban ®Minor Arterial E]Collector ❑Collector Functional ❑Major Collector ❑Major Collector Classification ❑Rural ❑Minor Collector ❑Rural ❑Minor Collector ❑Access Street/Road ❑Access Street/Road Terrain ®Flat ❑ oF—O--IVFountain ®Flat ❑Roll []Mountain Posted Speed mP _ mph Design Speed Existing ADT Design Year ADT Design Year Design Hourly Volume(DHV) Acs elnt. �. Property Injury Accidents Fatal Accidents Total Number Year Damage Number of Number of Number of Number of of Accidents Accidents Accidents Injuries Accidents Fatalities 2000 12 14 1999 10 5 2 @' Itambrof'#�CC1 ts`Attributable tq.L ckbfavi t �P opoglpro emei� ter, F20 9 29 x , �. ssx� Y •cy- x s �, z. Preliminary Engineering Will Be Performed By Others Agency Consultant 90 % 10 % Construction Will Be Performed By Contract Agency Contractor 90 % 10 % EV>trorr>ne t7 .a acat�on A79, KN-51w ❑Final ®Preliminary ❑ Class I-Environmental Impact Statement(EIS) ® Class II-Categorically Excluded(CE) ❑ Project Involves NEPA/SEPA Section 404 ❑ Projects Requiring Documentation Interagency Agreement (Documented CE) ❑ Class III-Environmental Assessment(EA) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreement Environmental Considerations No environmental impacts are expected. DOT Form 140-101 EF Page 2 of 3 Revised 4/2000 CAG-03-041 A envy Project Title Date �ity of Renton N�Sunset Blvd/Duvall Ave.NE 3/7/2003 X MM fight ,kka, y ®No Right of Way Required ❑Right of Way Required *All construction required by the contract can be accomplished ❑No Relocation El Relocation Required within the existing right of way. Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project To be evaluated during design;nothing of major significance is expected. FAA Involvement Is any airport located within 3.2 kilometers(2 miles)of the proposed project? ❑ Yes ® No Remarks This project will not impact the airport. This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency City of Renton Date I/.3_a3 By Jesse Tanner, May/�or�qJ '-mayor airperson i -- ATTEST: -Lt V. GULL&;, Bonnie I. Walton, City Clerk DOT Form 140-101 EF Page 3 of 3 Revised 4/2000 � Washington State 0* Transportation�sulldln OF RENTON A Department of Transportation 310 Maple Park Avenue S.E. Douglas B. MacDonald P.O.Box 47300 Secretary of Transportation Olympia,WA 98504-7300 OCT 2 1 2005 360-705-7000 TTY: 1-800-833-6388 RECEIVED www.wsdot.wa.gov CITY CLERK'S OFFICE October 18, 2005 Mr. Greg Zimmerman RECEIVED1 Public Works Administrator OCT 2 0 2005 City of Renton CITY OF RENTON 1055 S. Grady Way PUB C L WORKS ADMIN Renton, WA 98055-3232 City of Renton -'VE0 NE Sunset Boulevard/Duvall Avenue NE OCT 2 1 2005 STPH-0900(021) FUND AUTHORIZATION Transportation Systems Div. L Dear erman: We have received FHWA fund authorization, effective October 17, 2005, for this project as follows: PHASE TOTAL FEDERALSHARE Construction $586,000 $364,500 Enclosed for your information and file is a fully executed copy of Supplement Number 1 to Local Agency Agreement LA-5528 between the state and your agency. Also, your project has been assigned construction contract number TA-2525. For your project file documentation, this contract number was assigned on October 17, 2005. Upon award of the contract,please provide your Region Local Programs Engineer with the required documentation noted in Chapter 46 of the Local Agency Guidelines. You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincerely, e� Stephan a Tax Manager, Program Management Highways &Local Programs Division ST:ds:ac Enclosure cc: Ed Conyers,Northwest Region Local Programs Engineer, MS NB82-121 INCY CA o3-041 Adden #1-05 MWashington State 1"-0�i Department of Transportati Local Agency CA"-041 Supplement Agency Supplement Number City of Renton 1 Federal Aid Project Number Agreement Number CFDA No. 20.205 STPH-0900(021) LA 5528 (Catalog of Federal Domestic Assistance) The Local Agency desires to supplement the agreement entered into and executed on April 24,2003 CITY OF RENTON All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: OCT 2 1 2005 Project Description RECEIVED Name NE Sunset Boulevard/Duvall Avenue NE LengthC1lWr�31LERK'S OFFICE Termini Intersection Description of Work ®No Change Reason fur Suppiement Obligate funds for construction. Estimate of Funding Type of Work (1) (2) (3) (4) 1 (5) Previous Supplement Estimated Total I Estimated Agency Estimated Agreement/Suppl. Project Funds I Funds Federal Funds PE a.Agency 1 3 ,500.001 3,500.001 350.001 3,150.00 - 90— % b. Other Consultant 29,500.001 29,500.00 2,950.00 26,550.00 c.Other Federal Aid I 1 Participation d.State 2,000.00 2,000.00 200.00 i 1,800.00 Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 35,000.00 35,000.00 3,500.00 31,500.00 Right of Way f.Agency _ .Other Federal Aid h. Other Participation Ratio for RW i.State '.Total RNV Cost Estimate(f+g+h+i) Construction k.Contract 1 445,100.001 445,100.001 111,275.001 333,825.00 I. Other`Non-participation 100,000.00 100,000.00 100,000.001 0.00 m.Other 1 n.Other 75 _ % o.Agency 35,900.00 35,900.00 8,975.00 26,925.00 Federal Aid p,State 5,000.00 5,000.00 1,250.00 3,750.00 Participation Ratio for CN q.Total CN Cost Estimate k+l+m+n+o 586,000.00 586,000.001 221,500.00 364,500.00 r.Total Project Cost Estimate a '+q I 35,000.001 586,000.001 621,000.001 225,000.001 396,000.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agency Official Washington State Department of Transportation By — Ci�r� — _ By - - Title Kathy- eAalker- eel r,-May-or-- Assistant Secretary for Highways and Local Programs . C� AUO 16 2005 AM -� � a-W,"d Date Executed DOT Form 140-041 EF Bonnie 1.Walton,City Clerk Revised 4/2000 7-0? (/�