Loading...
HomeMy WebLinkAboutContract Washington State LP-il Agency Federal Aid la 1 mela Department of Transpowoition Nor, Project Prospectus Prefix Route ( ) CAG-07-193 Federal Aid Project Number 1615 Date 9/25/2007 Local Agency ( WSDO\ Federal Employer 916001271 Project Number `use Oni J Tax ID Number Agency I Federal Program Title City of Renton ❑ 20.205 ❑ 20.209 0 Other Project Title Start Latitude N47-28-35.16 Start Longitude W122-12-53.76 Rainier Ave Improvements End Latitude N47-28-35.95 End Longitude W122-12-56.44 Project Termini From To SE intersection of Rainier Ave S and S 4th PI NW intersection of Rainier Ave S and S 4th PI From: To: Length of Project Award Type 26.94 26.96 0.02 mi ❑ Local ❑ Local Forces ® State 0 Railroad Federal Agency City Number County Number County Name WSDOT Region ❑ FHWA ® Others 1070 17 King Northwest Region Congressional District Legislative Districts ' Urban Area Number I TMA/MPO/RTPO 9th 11th 1. Seattle PSRC Total Local Agency Phase Start Phase Estimated Cost Funding Federal Funds Date (Nearest Hundred Dollar) (Nearest Hundred Dollar) (Nearest Hundred'Dollar) Month Year P.E. $68,000 $34,000 $34,000 07/2007 RNV Const. $392,000 $196,000 !, $196,000 0.1/2010 Total $460,000 $230,000 $230,000 Description of Existing Facility (Existing Design and Present Condition) Roadway Width Number of Lanes varies from 68 to 88 feet varies from 5-6 lanes Rainier Ave S is a principal arterial with 5-6 lanes,left turn lanes at this intersection.There are 5-6 feet sidewalks in both sides and pedestrian buffers do not currently exists. There are numerous businesses and multiple driveways. Business include fast food establishments and restaurants,gyms,banks,drycleaners, large grocery and hardware shops.The area has a high number of pedestrian and bicycle accidents. Description of Proposed Work Description of Proposed Work(Attach additional sheet(s) if necessary) This multi-million dollar project will construct business access and transit(BAT)lanes(extending from Grady Way to S 3rd St on the northbound and S 2nd St to Grady Way on the southbound), install landscaped median,rebuild curb/gutter,widen sidewalks, add planted pedestrian buffer between traffic lanes and the sidewalks,add pedestrian scale lighting,install textured and colored pavement at intersections(to bring attention to non-motorized traffic). The proposed geometrics is 6 traffic lanes with a total of 87 feet of pavement(curb to curb), a 6 feet pedestrian buffer(between curb and sidewalk)and sidewalk width of 8 feet. Local Agency Contact Person Title Phone Juliana Fries Program Development Coordinator 425-430-7232 g P Mailing Address City State Zip Code 1055 S Grady Way =.-nton WA 98057-3232 By ,d :/c1 Project Prospectus Approval ,� Approving Authority Title— �►�y; 4/i�► 5. ��Date &Al15) DOT Form 140-101 EF Page 1 of 3 Revised 1/2007 Agency %orProject Title Ned Date City of Renton Rainier Ave Improvements 9/25/2007 Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ❑ New Construction 0 Path/Trail ❑3-R 87 feet 6 ❑ Reconstruction ® Pedestrian/ Facilities ❑2-R 0 Railroad ❑ Parking ❑Other ❑ Bridge Geometric Design Data Description Through Route _ Crossroad ®Principal Arterial 0 Principal Arterial Federal ®Urban 0 Minor Arterial Urban 0 Minor Arterial 0 Collector 0 Collector Functional ❑Major Collector ❑Major Collector Classification [1] Rural 0 Minor Collector ❑Rural 0 Minor Collector 0 Access Street/Road 0 Access Street/Road Terrain ®Flat 0 Roll 0 Mountain 0 Flat 0 Roll 0 Mountain Posted Speed 35 mph Design Speed 40 mph Existing ADT 44,000 ---------- --- Design Year ADT Design'Year 2030 Design Hourly Volume(DHV) Performance of Work Preliminary Engineering Will Be Performed By Others Agency KPJ; Mirai Transp Planning and Eng; DMJM Harris 100 % Construction Will Be Performed By Contract Agency Not available at this time 100 % Environmental Classification ❑ 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 Environmental Documentation not completed yet.Permits approved scheduled for October 2009. Page 2 of 3 Agency "' Project Title Date City of Renton Rainier Ave Improvements 9/25/2007 Right of Way ®No Right of Way Required ❑ Right of Way Required *All construction required by the contract can be accomplished ❑No Relocation ❑ Relocation Required within the existing right of way. Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project Removal of BNSF railroad bridge support pier and lowering the roadway under the railroad bridge to provide at minimum a standard clearance. FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ® Yes ❑ No • Remarks 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 f - - 026 2,007 By Kat y Keolker, Mayor Attest: // - JJ ,007 Bonnie I. Walton, City Clerk � '` DOT Form 140-101 EF Page 3 of 3 Revised 1/2007 WI Washington State -,/ Department of Transportaffin Agency and Address Highways and Local Programs State Funding Agreement City of Renton Work by Public 1055 S. Grady Way Agencies Renton WA 98057-3232 Agreement Number Maximum Amount Authorized Location and Description of Work(See also Exhibit"A") $230,000.00 SR-167 - MP 26.94 Intersection Improvements (Rainier Ave S at S 4th P1): Install pedestrian Participating Percentage Project Number lighting, signage, refuge islands and colored and 100% textured pavement to delineate pedestrian crossings. 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 called the"AGENCY." WHEREAS, the AGENCY is planning the work shown above, and in connection therewith,the AGENCY has requested financial 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 MUTUALLY AGREED AS FOLLOWS: Estimate of Funding (1) (2) (3) Type of Work Estimated Total Estimated Agency Estimated Project Funds Funds State Funds PE a.Agency 5,000.00 5,000.00 b. Other consultant 27,500.00 27,500.00 c. Other non-participation 34,000.00 34,000.00 d. State 1,500.00 1,500.00 e.Total PE Cost Estimate(a+b+c+d) 68,000.00 34,000.00 34,000.00 Right of Way f.Agency q.Other -- h. Other i. State j. Total R/W Cost Estimate(f+g--h+i) Construction k. Contract I. Other m. Other n. Other o.Agency p. State q.Total CN Cost Estimate(k+l+m+n+o+p) r.Total Project Cost Estimate(e+j+q) 68,000.00 34,000.00 34,000.00 DOT Form 140-087 EF Revised 9/00 Washington State / `fal tk I.\31... o41f WI Department of Transportation !l� Agency and Address Highways and Local Programs State Funding Agreement City of Renton Work by Public 1055 S. Grady Way Agencies Renton WA 98057-3232 Agreement Number 8 Maximum Amount Authorized Location and Description of Work(See also Exhibit"A") 6 5 3 $230,000.00 SR-167 - MP 26.94 Intersection Improvements (Rainier Ave S at S 4th P1): Install pedestrian Participating Percentage Project Number lighting, signage, refuge islands and colored and 100% P P 6 4.7(0 i``1 textured pavement to delineate pedestrian crossings.\ This AGREEMENT is made and entered into this �a 1 day of ts: is 6,-; -2C ) , 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 called the"AGENCY." WHEREAS, the AGENCY is planning the work shown above, and in connection therewith,the AGENCY has requested financial 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 MUTUALLY AGREED AS FOLLOWS: Estimate of Funding_____ (1) (2) (3) Type of Work Estimated Total Estimated Agency Estimated Project Funds Funds State Funds PE a.Agency - 5,000.00 5,000.00 b. Other consultant 27,500.00 2.7,500.00 c. Other non-participation 34,000.00 34,000.00 _ d. State 1,500.00 1,500.00 e. Total PE Cost Estimate(a+b+c+d) 68,000.00 34,000.00 34,000.00 Right of Way f.Agency g. Other _ h. Other i. State j. Total R/W Cost Estimate(f+g+h+i) Construction k. Contract I. Other m. Othern. Other _ o. Agency p. State q. Total CN Cost Estimate(k+i+m+n+o+p) r.Total Project Cost Estimate(e+j+q) 68,000.00 34,000.00 34,000.00 DOT Form 140-087 EF Revised 9/00 IV General %w+ gal Relations The AGENCY agrees to perform the above described work in accordance No liability shall attach to the AGENCY or the STATE by reason of with the Project Application attached hereto as"Exhibit A"and made a part entering into this AGREEMENT except as expressly provided herein. of this AGREEMENT. Plans, specifications, and cost estimates shall be prepared by the V AGENCY in accordance with the current State of Washington Standard Nondiscrimination Specifications for Road, Bridge, and Municipal Construction and adopted The AGENCY agrees to comply with all applicable state and federal laws, design standards, unless otherwise noted. The AGENCY will incorporate the plans and specifications into the AGENCY's project and thereafter rules, and regulations pertaining to nondiscrimination and agrees to advertise the resulting project for bid and,assuming bids are received and require the same of all subcontractors providing services or performing a contract is awarded, administer the contract,or if the project is of a size any work using funds provided under this AGREEMENT. which the AGENCY is authorized to perform with its own forces under the laws of the State of Washington, the AGENCY may proceed with its own VI forces. Venue All work performed under this AGREEMENT shall comply with the applicable provisions of state law. For the convenience of the parties to this AGREEMENT, it is agreed that II any claims and/or causes of action which the AGENCY has against the STATE, growing out of this AGREEMENT or the project or program with Payment which it is concerned, shall be brought only in the Superior Court for Thurston County. The STATE, in consideration of the faithful performance of the work to be performed by the AGENCY, agrees to reimburse the AGENCY for the VII percentage of the actual direct and related indirect cost of the work shown Termination above, up to the "MAXIMUM AMOUNT AUTHORIZED". The agency will comply with Governmental Accounting Auditing and Financial Reporting The Secretary of the Department of Transportation may terminate this Standards and applicable state law and local regulations, policies and AGREEMENT if the funding becomes unavailable or if the Secretary procedures. No payment will be made for work done prior to execution of determines that it is in the best interest of the STATE. this AGREEMENT. Partial payments shall be made by the STATE, upon request of the VIII AGENCY, to cover costs incurred. These payments are not to be more Final Report and Final Inspection frequent than one (1) per month. It is agreed that any such partial payment will not constitute agreement as to the appropriateness of any Within ninety (90) days following the completion of the project and item and that, at the time of the final audit,all required adjustments will be submission of the final billing for the project, a final report and/or final made and reflected in a final payment. The AGENCY agrees to submit a inspection shall be submitted to the Assistant Secretary for Highways & final bill to the STATE within forty-five (45) days after the AGENCY has Local Programs containing the following information: completed work. The AGENCY agrees that all costs in excess of the amount authorized and Non-Capital Projects the AGENCY's matching funds shall be the responsibility of the AGENCY. 1. A description of the project or program. III 2. A summary of actual costs of the project or program. Audit 3. An evaluation of the project or program. This should address aspects such as transportation and/or other benefits to the public. The AGENCY agrees that an audit may be conducted by the STATE. During the progress of the work and for a period not less than three (3) Capital Projects years from the date of final payment to the AGENCY, the records and 1. A final inspection is required. accounts pertaining to the work and accounting thereof are to be kept available for inspection and audit by the STATE and copies of all records, IX accounts, documents, or other data pertaining to the project will be Supplement furnished upon request. If any litigation,claim,or audit is commenced,the records and accounts along with supporting documentation shall be This agreement may be modified or supplemented only in writing by both retained until all litigation, claim, or audit finding has been resolved even though such litigation, claim, or audit continues past the three-year parties. retention period. IN WITNESS WHEREOF,the parties hereto have executed this AGREEMENT on the day and year last written below. AGENCY STATE By: -t9'� By: G� °�►,�'� ssistant S retary for Highways and Lbcal Programs Title: Kathy KPo]ker, Mayor 2007 Date: ego, .2O '7 Date: Attest: 6- `,(f. 2tZ - DOT Form 14U 087ET-e I. Walton, City Clerk Revised 9/00