Loading...
HomeMy WebLinkAboutContract CAG-09-103 fili�� Washington State I Agency Federal Aid Department of Ttanttation W. Project Prospectus Prefix Route ( ) Federal Aid Project Number Date 05/18/2009 Local Agency (WSDOT\ Federal Employer Project Number Use Only) Tax ID Number 916001271 Agency Federal Program Title City of Renton ® 20.205 ❑ Other Project Title Start Latitude N 47°28'37" Start Longitude W 122°12'48" Rainier Avenue South(SR 167)Improvement Project-Phase 1: Shattuck Ave Stormwater Bypass End Latitude N 47°28'26" End Longitude ' W 122°12'48" Project Termini From To South 4th Place S 7th Street From: To: Length of Project Award Type N/A N/A 0.22 mi ❑ Local ❑ Local Forces ❑ State ❑ 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 TMA/MPO/RTPO 9 11 1 PSRC ._ ,...:,.[-.,•i.:.7!-:,-!5-:-.-::7 ...._..v:, -:-..;,- _ _ ,i..,: gig:""' ,�r. :,=; Total Local Agency Phase Start Phase Estimated Cost Funding Federal,Funds Date ;,. :. . . .. (Nearest Hundred Dollar) . .:; .(Nearest.Hundred.D.ollar._ (Nearest Hundred'D.ollar Month ,. . -. ) _ .- Year-_. P.E. $616,200 $616,200 8/2008 RM/ • Const. $2,004,100 $4,100 $2,000,000 6/2009 Total $2,620,300 $620,300 $2,000,000 )escription.of::Existing,Facility (Existing De_sign`and'Present.Condition) Roadway Width Number of Lanes varies-generally 20 feet 2 lanes This is phase 1 of the Rainier Ave South project. Shattuck Ave South has an existing 12-inch stormwater conveyance system. Rainier Ave South has experienced significant flooding over the past years. Stormwater from a 75-acre tributary area drains to a pump station located within Rainier Ave right-of-way.The pump station and the existing conveyance system along Rainier Ave S do not have the capacity to convey the runoff during heavy storm events.The 1st phase will install a stormwater bypass system along Shattuck Ave South(48-inch pipe)which will reduce the tributary area to the existing pump station on Rainier Ave South to 25 acres. Description.of,Pro osed;_Wo.rk ,; _{.T Description of Proposed Work(Attach additional sheet(s)if necessary) Phase 1 involves the design and construction of the Shattuck Ave stormwater bypass system(new 48-inch dia.pipe)to be installed within the existing roadway,and restore roadway utilities to current standards.These improvements will reduce the tributary area to the stormwater pump station to less than half the current area and avoid upgrades/replacement of the existing stormwater pump station. Shattuck Ave,which runs parallel to Rainier Ave South,will be used to mitigate traffic routing during construction on Rainier Ave and will provide a barrier free alternative for pedestrians during construction.This alternative will provide considerable costs savings to the Rainier Ave South project. • Local Agency Contact Person Title Phone Juliana fries Program Development Coordinator 425.430.7232 Mailing Address City State Zip Code 1055 S Grady Way Renton WA 98057 By / _...._ Project Prospectus Approval / Approvin:rthority Title ansportation Planning Supervi'lif Date Sgl sq/0 DOT Form 140-101 EF Page 1 of 3 Revised 7/2008 Agency 410 Project Title Date City of Renton Rainier Avenue South(SR 167)Improvement 05/18/2009 Project Type(Check all that Apply) Roadway Width. Number of Lanes ❑ New Construction ❑ Path/Trail ❑ 3-R varies 2 ® Reconstruction ❑ Pedestrian/Facilities ❑ 2-R ❑ Railroad ❑ Parking ❑ Other ❑ Bridge .... :... . . .... ikGe.ometnc Desi.gn:Data,:, Description Through Route Crossroad ' ❑ Principal Arterial 0 Principal Arterial Federal ® Urban ❑ Minor Arterial ❑ Urban El Minor Arterial ® Collector ❑ Collector Functional ❑ Major Collector 0 Major Collector Classification ❑ Rural 0 Minor Collector ❑ Rural 0 Minor Collector ❑ Access Street/Road 0 Access Street/Road Terrain ® Flat 0 Roll 0 Mountain 0 Flat 0 Roll 0 Mountain Posted Speed 25 mph Design Speed N/A Existing ADT N/A Design Year ADT N/A Design Year N/A Design Hourly Volume(DHV) N/A Performance..of.Work Preliminary Engineering Will Be Performed By Others Agency consultant 99 % 1 % Construction Will Be Performed By Contract Agency contract 100 % En �ronmental 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 DOT Form 140-101 EF Page 2 of 3 • Revised 7/2008 Agency S Project Title • Date City of Renton Rainier Avenue South(SR 167)Improvement 05/18/2009 .. .. . ::... ...�'::..:��::.... i ._ � .e ................. .. .,... . ..�.._'.::!.._:...:.., . . c'I:e,:v rr::'ii_•!:g:WY a�.,4i i:'.. ® No Right of Way Required ❑ Right of Way Required *All construction required by the contract can be accomplished ❑ No Relocation CIRelocation Required within the existing right of way. Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project FAA Involvement l Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ® Yes ❑ No Remarks Renton Airport is within the 2-mile area,but this project will have no affect. 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 C'ty of Renton Date ./Z0/7.061 ?ZBy S/Z-%� Denis Law Mayor/Chairperson ! Attest: l�L W2) Jaso X. Seth, Deputy City Clerk DOT Form 140-101 EF Page 3 of 3 Revised 7/2008 . . Ni-vi! ( s. st1itet _ jilt . ,,Nda S 3rd Plda�PU Cedar$fiver `vie 1,4 11J1 � o m t ONO ' �i � j0 41t'4t�110,__. � 'i b���S j a (f}.1 . ��Q N �IC IIo �� 0 ..kch 41 ---""'-•-'40 III a °r"v to PE ) . SW 7th St r&I �i I. �o� ; -fil 1___a 1 li r c_:_-_ , Q _g 91h a 3 et C � N sY1 S1 s1Y Gc°ayw°y PROJECT SITE ,otn No �IIII t-405. ,,, SWAIN_i A t&tom 'St \ N �% - 1 • 1 22 cri) v; N N O in N QA 17th St c • -z Ce '' c 1 m S 18th 7 Q 1 �C VICINITY MAP NTS r` .l..' ' CAG-09-103 Am Wirl WashingtonState • AGENCY Loce►4gency Agreement �eparttient o cofTransKortati� Agency City of Renton CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Address 1055 S Grady Way Renton, WA 98057 Project No. / -6169(o i-� Agreement No. LV 69 lb 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 Rainier Ave S (SR 167)Imp.Project-Ph 1: Shattuck Ave Stormwater Bypass Length 0.22 mi Termini South 4th Place to South 7th Street • Description of Work This project is phase I of the Rainier Ave South project.Phase I involves the construction of the Shattuck stormwater bypass system(new 48-inch dia.pipe)to be installed within the existing Shattuck Ave roadway and restoration of the roadway to current standards. Estimate of Funding Type of Work (1) (2) Estimated Total EstimatedAgency Estimated Project Funds Funds Federal Funds PE a.Agency 0 % b. Other Consultant 616,175.00 616,175.00 c. Other Federal Aid d. State Participation Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 616,175.00 616,175.00 Right of Way f.Agency % g. Other h. Other Federal Aid i. State Participation Ratio for RW j.Total R/W Cost Estimate(f+g+h+i) Construction k.Contract 1,772,400.00 1,772,400.00 I. Other Non-Participation 4,140.00 4,140.00 m. Other n. Other 100 % o.Agency 222,600.00 222,600.00 Federal Aid State 5,000.00 5,000.00 Participation p' Ratio for CN q.Total CN Cost Estimate(k+I+m+n+o+p) 2,004,140.00. 4,140.00 2,000,000.00 r.Total Project Cost Estimate(e+j+q) 2,620,315.00 620,315.00 2,000,000.00 Agency Offici ' 1 , Washington State 1 -part .ent of Transp rtation /� By i ,1n,L 5-;WA, By ,.- .I _ I i Title Mayor Denis Law Assistant Secretary for Highways and Local Programs Attest: /di 4 a, Date Executed IJUN 12 2QQ Jas Seth, D uty City Clerk DOT Form 140-0 9 EF 1- Revised 09 008 • Construction Method of Finan (Check Method Selected) • State Ad and Award 0 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-Aaencv 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 , Resolution/Ordinance No. 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 the 3.Project construction. "Project Description"and"Type of Work." In the event that right of way acquisition,or actual construction of the road, When the State acts for and on behalf of the Agency, the State shall be for which preliminary engineering is undertaken is not started by the closing of deemed an agent of the Agency and shall perform the services described and the tenth fiscal year following the fiscal year in which the agreement is indicated in"Type of Work"on the face of this agreement,in accordance with executed, the Agency will repay to the State the sum or sums of federal funds plans and specifications as proposed by the Agency and approved by the State paid to the 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 ordinary procedures of the State and Federal Highway Administration. to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is II. Delegation of Authority financed 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 have the full authority to carry out this administration.The State shall review, the basis of federal participation in the project cost shall be applicable in the process, and approve documents required for federal aid reimbursement in event the contractor fails to complete the contract within the contract time. accordance with federal requirements. If the State advertises and awards the contract,the State will further act for the Agency in all matters concerning the VI. Payment and Partial Reimbursement project as requested by the Agency.If the Local Agency advertises and awards the project, the State shall review the work to ensure conformity with the The total cost of the project,including all review and engineering costs and approved plans and specifications. 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 Ill. Project Administration Transportation Act, as amended, and Office of Management and Budget Certain types of work and services shall be provided by the State on this circulars A-102,A-87 and A-133.The State shall not be ultimately responsible project as requested by the Agency and described in the Type of Work above. for any of the costs of the project.The Agency shall be ultimately responsible In addition,the State will furnish qualified personnel for the supervision and for all costs associated with the project which are not reimbursed by the inspection of the work in-progress. On Local Agency advertised and awarded Federal Government. Nothing in this agreement shall be construed as a projects,the supervision and inspection shall be limited to ensuring all work is promise by the State as to the amount or nature of federal participation in this in conformance with approved plans, specifications, and federal aid project. requirements. The salary of such engineer or other supervisor and all other The Agency shall bill the state for federal aid project costs incurred in salaries and costs incurred by State forces upon the project will be considered a conformity with applicable federal and state laws. The agency shall minimize cost thereof. All costs related to this project incurred by employees of the State the time elapsed between receipt of federal aid funds and subsequent payment in the customary manner on highway payrolls and vouchers shall be charged as of incurred costs. Expenditures by the Local Agency for maintenance,general costs of the project. administration, supervision,and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in IV. Availability of Records accordance with the regulations outlined in the federal Office of Management • All project records in support of all costs incurred and actual expenditures &Budget(OMB)circular A-87,and retained for audit. kept by the Agency are to be maintained in accordance with local government The State will pay for State incurred costs on the project.Following accounting procedures prescribed by the Washington State Auditor's Office,the payment, the State shall bill the Federal Government for reimbursement of U.S. Departmentof Transportation,and the Washington State Department of those costs eligible for federal participation to the extent that such costs are Transportation.The records shall be open to inspection by the State and Federal attributable and properly allocable to this project. The State shall bill the Government at all reasonable times and shall be retained and made available for Agency for that portion of State costs which were not reimbursed by the such inspection for a period of not less than three years from the final payment Federal Government(see Section IX). of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and/or Federal Government upon request. 1. Project Construction Costs V. Compliance with Provisions - Project construction financing will be accomplished by one of the three methods as indicated in this agreement. 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 09/2008 Method A - The'Agency will place with the Owithin(20)days after the X. Traffic Control, ning, Marking, and Roadway execution of the construction contract, an advance 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 State. The Agency will not permit any changes to be made in the provisions for The State will pay all costs incurred under the contract upon presentation of parking regulations and traffic control on this project without prior approval of progress billings from the contractor. Following such payments,the State will the State and Federal Highway Administration. The Agency will not install or submit a billing to the Federal Government for the federal aid participation permit to be installed any signs,signals,or markings not in conformance with share of the cost. When the project is substantially completed and final actual the standards approved by the Federal Highway Administration and MUTCD. costs of the project can be determined,the State will present the Agency with a The Agency will, at its own expense, maintain the improvement covered by final billing showing the amount due the State or the amount due the Agency. this agreement. This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. XI. Indemnity The Agency shall hold the Federal Government and the State harmless from Method B The Agency's share of the total construction cost as shown on and shall process and defend at its own expense all claims,demands,or suits, the face of this agreement shall be withheld from its monthly fuel tax whether at law or equity brought against the Agency, State, or Federal allotments. The face of this agreement establishes the months in which the Government, arising from the Agency's execution,performance, or failure to withholding shall take place and the exact amount to be withheld each month. perform any of the provisions of this agreement,or of any other agreement or The extent of withholding will be confirmed by letter from the State at the time contract connected with this agreement, or arising by reason of the of contract award.Upon receipt of progress billings from the contractor,the participation of the State or Federal Government in the project,PROVIDED, State will submit such billings to the Federal Government for payment of its nothing herein shall require the Agency to reimburse the State or the Federal participating portion of such billings. Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal • Method C—The Agency may submit vouchers to the State in the format Government or the State. prescribed by the State,-in duplicate,notmore than once per month-for those XII. Nondiscrimination Provision -- - costs eligible for Federal participation'to the extent that such costs are directly No liability shall attach to the State or Federal Government except as attributable and properly allocable to this project.Expenditures by the Local expressly provided herein. Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a The Agency shall not discriminate on the basis of race,color,'national previously approved indirect cost plan. origin,or sex in the award and performance of any USDOT-assisted contract The State shall reimburse the Agency for the Federal share of eligible project and/or agreement or in the administration of its DBE program or the costs up to the amount shown on the face of this agreement..At the time of requirements of 49 CFR Part 26. The Agency shall take all necessary and audit, the Agency will provide documentation of all costs incurred on the reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts and agreements. The project. WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by The State shall bill the Agency for all costs incurred by the State relative to USDOT, is incorporated by reference in this agreement. Implementation of the project.The State shall also bill the Agency for the federal funds paid by the this program is a legal obligation and failure to carry out its terms shall be State to the Agency for project costs which are subsequently determined to be treated as a violation of this agreement. Upon notification to the Agency of its ineligible for federal participation(see Section IX). failure to carry out its approved program, the Department may impose VII. Audit of Federal Consultant Contracts sanctions as provided for under Part 26 and may,in appropriate cases,refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil The Agency,if services of a consultant are required,shall be responsible for Remedies Act of 1986(31 U.S.C.3801 et seq.). audit of the consultant's records to determine eligible federal aid costs on the The Agency hereby agrees that it will incorporate or cause to be project. The report of said audit shall be in the Agency's files and made incorporated into any contract for construction work,or modification thereof, available to the State and the Federal Government. as defined in the rules and regulations of the Secretary of Labor in 41 CFR An audit shall be conducted by the WSDOT Internal Audit Office in Chapter 60,which is paid for in whole or in part with funds obtained from the accordance with generally accepted governmental auditing standards as issued Federal Government or borrowed on the credit of the Federal Government by the United States General Accounting Office by the Comptroller General of pursuant to a grant,contract,loan, insurance, or guarantee or understanding the United States; WSDOT Manual M 27-50, Consultant Authorization, pursuant to any federal program involving such grant,contract,loan,insurance, Selection, and Agreement Administration; memoranda of understanding or guarantee, the required contract provisions for Federal-Aid Contracts between WSDOT and FHWA;and Office of Management and Budget Circular (FHWA 1273),located in Chapter 44 of the Local Agency Guidelines. A-133. If upon audit it is found that overpayment or participation of federal money The Agency further agrees that it will be bound by the above equal in ineligible items of cost has occurred,the Agency shall reimburse the State for opportunity clause-with respect to its own employment practices-when it the amount of such overpayment or excess participation(see Section IX). participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or VIII. Single Audit Act subdivision of such government which does not participate in work on or under The Agency, as a subrecipient of federal funds, shall adhere to the federal the contract. Office of Management and Budget (OMB) Circular A-133 as well as all The Agency also agrees: applicable federal and state statutes and regulations. A subrecipient who (1) To assist and cooperate actively with the State in obtaining the expends$500,000 or more in federal awards from all sources during a given compliance of contractors and subcontractors with the equal opportunity clause fiscal year shall have a single or program-specific audit performed for that year and rules,regulations,and relevant orders of the Secretary of Labor. in accordance with the provisions of OMB Circular A-133. Upon conclusion of the A-133 audit,the Agency shall be responsible for ensuring that a copy of the (2) To furnish the State such information as it may require for the report is transmitted promptly to the State. supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. IX. Payment of Billing - (3) To refrain from entering into any contract or contract modification The Agency agrees that if payment or arrangement for payment of any of the subject to Executive Order 11246 of September 24, 1965,with a contractor State's billing relative to the project(e.g.,State force work,project cancellation, debarred from, or who has not demonstrated eligibility for, government overpayment, cost ineligible for federal participation, etc.)is not made to the contracts and federally assisted construction contracts pursuant to the State within 45 days after the Agency has been billed, the State shall effect Executive Order. reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal (4) To carry out such sanctions and penalties for violation of the equal project funding will be approved until full payment is received unless otherwise opportunity clause as may be imposed upon contractors and subcontractors by directed the Assistant Secretary for Highways and Local Programs. the State,Federal Highway Administration,or the Secretary of Labor pursuant . to Part II,subpart D of the Executive Order. DOT Form 140-039 EF Revised 09/2008 3 In addition,the Agency agrees that if it fails oses to comply with these XV. Venue for Claand/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 - of Federal Funds for Lobbying (c) Refer the case to the Department of Justice for appropriate legal The approving authority certifies,to the best of his or her knowledge and proceedings. belief,that: XIII. Liquidated Damages (1) No federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned, to any person for influencing or attempting to The Agency hereby agrees that the liquidated damages provisions of 23 CFR influence an officer or employee of any federal agency,a member of Congress, Part 635, Subpart 127, as supplemented, relative to the amount of Federal an officer or employee of Congress,or an employee of a member of Congress participation in the project cost,shall be applicable in the event the contractor in connection with the awarding of any federal contract,the making of any fails to complete the contract within the contract time. Failure to include federal grant, the making of any federal loan, the entering into of any liquidated damages provision will not relieve the Agency from reduction of cooperative agreement, and the extension,continuation,renewal,amendment, federal participation in accordance with this paragraph. or modification of any federal contract,grant,loan,or cooperative agreement. XIV. Termination for Public Convenience • (2) If any funds other than federal appropriated funds have been paid or will The Secretary of the Washington State Department of Transportation may be paid to any person for influencing or attempting to influence an officer or terminate the contract in whole,or from time to time in part,whenever: 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 member of Congress-in-connection with this appropriation or otherwise. federal contract,grant,loan, or cooperative agreement,the undersigned shall • complete and submit the Standard Form-LLL, "Disclosure Form to Report (2) The contractor is prevented from proceeding'with the work as a direct Lobbying,"in accordance with its instructions. result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense,or an Executive Order of the President (3) The undersigned shall require that the language of this certification be or Governor of the State with respect to the preservation of energy resources. included in the award documents for all subawards at all tiers (including subgrants,and contracts and subcontracts under grants, subgrants,loans, and (3) The contractor is prevented from proceeding with the work by reason of cooperative agreements) which exceed $100,000, and that all such a preliminary, special, or permanent restraining order of a court of competent subrecipients shall certify and disclose accordingly. jurisdiction where the issuance of such order is primarily caused by the acts or This certification is a material representation of fact upon which reliance omissions of persons or agencies other than the contractor. was placed when this transaction was made or entered into. Submission of this (4) The Secretary determines that such termination is in the best interests of certification as a prerequisite for making or entering into this transaction the State. imposed by Section 1352,Title 31,U.S.Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. Additional Provisions • DOT Form 140-039 EF 4 Revised 09/2008 In FL SHATTUCK AVE. I }I 30' 1 30' I 30, rt SHATTUCK AVE, 30' ! c.STORM DRAIN I7 I ce . STORM DRAIN wIn— l I 28'4'AND VARIES TO 20' I w W I 8.75' 16.4'AND VARIES TO 14.71' r - - . ,9' I 17' , r 4' 15' 17' EX.ASPH I 12' +/-20' &GRAVEL SHLD. SB LANE NB LANE AND PARKING I _ 12' +/-20' II 3 8'+/_ 6❑ I I EXIST,PARKING AREA I SB LANE 3 NB LANE AND PARKING 6❑ 5% O Iv V❑AR`IES © a VIES ,� __L-.......0....___27. 7.1RIES in i5 V RIES © I a VARIES 1I. '—�men...-mai- r �� 2- O 2• �� O ® 1 0 ® EXISTING GROUND 0• 4• EXISTING CROWN EXISTING GROUND 0 a I � EXISTING CROWN RECENT OVERLAY SURFACE 60 A l D O NOTES: _ 6-© ,I 6•© _ I 1]1 MATCH EXISTING PAVEMENT GRADE 2 FULL DEPTH SAWCUT T ® J 48-STORM DRAIN TRENCH, I=I OVERLAY EXISTING PAVEMENT SURFACE 48-STORM DRAIN TRENCH, SEE DWG SDOB FOR DETAILS SEE DETAIL DWG RD02 FOR PATCHING DETAILS SEE DWG 5006 FOR DETAILS 1] C MATCH DUSTING PAVEMENT SURFACE ELEVATION. FULL DEPTH SAWCUT ROADWAY SECTION A-SHATTUCK AVE. SEAL W/CSS-1 ASPHALT STA 10+23 TO STA 11+12 ROADWAY SECTION C-SHATTUCK AVE ® 16.2'AND TAPERS FROM STA.12+74, STA 11+97 TO STA 14+02.84 16.2'LT.TO STA.14+38.35,14.85'LT. SHATTUCK AVE. STA.11+98 TO STA. 14+02.05 1 30' 30' VSTORM DRAIN I I ISM SWALE GR RUNE SEE DWGRPOI AND RPO2 FOR PAVED SWALE ELEVATOR i xi- 13.1' 16.4' W In ❑7 OF STORM DRA PLAN FOR LOCATOR I (, 4'_ 15' 17' y _ I I I 12' I +/-20' 1 SEE EDGE CONDITION DETAIL ON THIS DRAWING Y I EXIST.PARKING AREA I SB LANE 3' NB LANE AND PARKING X ❑6 1 q SHATTUCK AVE. GENERAL NOTES: B © a VARIES VARIES VARIES © __ ____VA......____-___RIES 1. ALL DEPTHS SHOWN ARE COMPACTED DEPTHS il __ A —__�_--_ _ •Ili .7 r EXISTING SURFACING LEGEND: O 2• 'E,i �� P 2. IO ® EXISTING GROUND E�CURB 0 i�� EXISTING CROWN miiiiim17' _2 �� � 0 HMA CL 1/2 IN.PG 64-22 SURFACE COURSE 0 1 6-© • PAVEMENT TO E. BE PLANED O MATCH EXISTING DEPTH IF LE SSTHANUDEPTN SHOWN 3 O I 6-© MATCH EXISTING PAVEMENT ELEVATION OR AS NOTED ON TYPICAL SECTIONS J ® 3O CRUSHED SURFACING TOP COURSE a ` 12 46•STORM DRAIN TRENCH, CONSTRUCTION GEOTEXTILE FOR SEPARATOR SEE DWG 5008 FOR DETAILS ROADWAY SECTION B-SHATTUCK AVE. EDGE CONDITION DETAIL 13 PLANING BITUMINOUS PAVEMENT o ©00 X90 MJC II:rint' (L STA 11+12 TO STA 11+97 NTS fa FIBER OPTIC CONDUIT y,'K MEr RAINIER AVE S(SR 167) - DMJM HARRIS I AECOM 2 fy MPROVEO FOR CONSRD COON = e NTS .'p 4E — IMPROVEMENTS PROJECT �_ Y•4 ° MIL , CITY OF PHASE 1 70800 NE DTH STREET.SUITE 760 �YJUN° iIlft? RENTON SHATTUCK AVE S STORMWATER BYPASS m� EMI S PELLE14 WAS4-5600 X:(4 RMEYER ` Pub6a Dori.Devi. TYPICAL SECTIONS 8901 PHONE:1425)454-5600 FAX:(426)454-0220 -4,..,,,,,,:,"' . CRY OF RENRIN OVE w mmr Z N0. REVISION BY PATE APPR R.MEYER IED AID NO.:ARU-5100.-ffff(ffI) t OF5 yam. 'DI-1217,3141216 JO' q SHATTUCK AVE. 30' I q SHATTUCK AVE. ELI 7' 5.5' 17' 17.6' I� 3 I I I CO ¢ SIDEWALK r �� 3D' 30' ire x 0_5' 12' +/-20' I w if. -1- x (J W SB LANE 1 3, NB LANE AND PARKING Iw 6 I 5.5' 17' 17.6' I SIDEWALK +/-20' I ® — 0.5' 12' VARIES_ 2% I SB LANE NB LANE AND PARKING ,,VARIES / VANES _ J I S 6' 10" II 'IL 2"41 ..\_-,0 "0 13 ® E%ISTING GROUND L © �` OVARIES ,© 6I O i 6. EXISTING CROWN ,1111- 1-II Ill .1 -- —� VANES ---__-__j_---. �� \W—� • O 4© I I 6"0 0 2, ,j 2.41 EXISTING CROWN I • T��i 6"0 L JI�® I 1 6^0 GENERAL NOTES: 48"SD TRENCH,SEE DWG SDOB FOR DETAILS I O N__ ® 1.ALL DEPTHS SHOWN ARE COMPACTED DEPTHL JNOTES: 48"SD TRENCH,SEE DWG SDOB ❑1 SEE R001CFOR FACEEMENT CU CDUR EWB ELEVAY NS CE TTYPE A DETAIL ON DWG OFW I 0 STA 14+02.65 TO STA 14+44.28 � ¢I 10 5,5' FULL DEPTH SAWCUT 0 STA 14+99.65 TO STA 15+13.48 \I 2❑OVERLAY EXISTING PAVEMENT SURFACE AND MATCH THICKNESS --W I �I—'EWALK I PAVEMENT I 25 p 5' O 04 I 7• 5.5' S❑ SEEPAVEMENT PATCH DETAILONDWG RD02 6 0 OSLOPE TO GRADE NOT TO EXCEED 3:1 4" -- VARIES im' 2�y FULL DEPTH SAWCUT , ©2^ 111.11.1ra=MM.` ®OVERLAY EXISTING PAVEMENT SURFACE AND MATCH THICKNESS STA 14+02.84 TO STA 14+44.28 Olp" OF PAVEMENT IF LESS THAN 8" i STA 14+99.65 TO STA 15+13.48 04. 1]5 SEE EDGE CONDITION DETAIL ON DWG R501 STA 15+36.42 TO STA 15+58.42 ©FULL DEPTH SAWCUT STA 16+28.42 TO STA 16+61.62 MATCH EXISTING PAVEMENT GRADE ctI STA 16+61.62 TO STA 16+91.62 ❑7 SET EXISTING PAVEMENT ELEVATION TO 6"BELOW TOP OF CURB. I � ¢I 7 5 5 1]e MATCH EXISTING SLOPE i Q VARIES_ 251 H p ROADWAY SECTION E — SHATTUCK AVE���J�. STA 15+13.48 TO STA 17+59.53 ❑g SLOPE PAVEMENT STARTING FROM CENTERLINE TO GUTTER FLOWLINE 3 06" SURFACING LEGEND: 0 4" 0 HMA CL.1/2 IN.PG 64-22 SURFACE COURSE 8 STA 14+44.28 TO STA 14+53 2O HMA CL.1/2 IN.PG 64-22 BASE COURSE SURFACING TOP COURSE I ' O CEMENTDCONG.SIOEWALK/PER RENTON STANDARD PLAN DRAWING F-005 O 6URB,SEE DETAIL ON AND GUTTER DETAIL ROADWAY SECTION D — SHATTUCK AVE. g. STA 14+02.84 TO STA 15+13.48 SEE DWG RD02 g 0 CEMENT CONC.DRIVEWAY ENTRANCE 10 4"TOPSOIL TYPE C&SEEDING&FERTIUZING t. 0 CONSTRUCTION GEOTE%TILE FOR SEPARATION I' 1J PLANING BITUMINOUS PAVEMENT 9 00% DMDFPghru'&lL w N RAINIER AVE S(SR 167) ... DMJM HARRIS I AECOM +'}ergs APPROVED FOR CONS ROLT0NYJVWO NTS „.rIMPROVEMENTS PROJECT „ � PHASE 1 ..n ....., nom NE STREET, 758 YJIANp A CITY OF RENTON SHATTUCK AVE S STORMWATER BYPASS ,m.,„ BELLEVUE,WASHINGTON BOSON MEI PHONE:142514643800 FAX:14251454-0220 iF4" CRY OF RFNION DATE DMEYER I w� 111Pubfo Wub OvvL TYPICAL SECTIONS RS02 C `°""°"°'n' FEV NO Nod ARRA-S1UPL-llll(HI) 2 OF 5 ....,-e-- Y NO. REVISION BY OATS APPR R.MEYER 101-1217 3141216 ) Job No: 60001557 CITY OF RENTON Date: 05/08/09 Shattuck Ave S.Storm Drainage Project DMJM HARRIS AECOM Summary of Quantities and Construction Cost Estimate 100% SUBMITTAL - ENGINEERS ESTIMATE Schedule A Schedue B Project Total Cost S.7th St to S.4th PI. S.7th St to S.4th PI. Sta 10+00 to Sta 22+33 Sta 10+00 to Sta 22+33 • Item No. Total Unit Std Item Item Description Quantity Unit Price Item Cost Quantity Unit Price Item Cost Quantity Unit Price Item Cost Quantity Meas. Number 1 1 CALL 7728 MINOR CHANGE 1 $ 5,000.00 $ 5,000.00 1 $ 5,000.00 $ 5,000.00 2 1 L.S. 7038 CONTRACTOR SUPPLIED SURVEYING 1 $ 14,700.00 $ 14,700.00 1 $ 14,700.00 $ 14,700.00 3 1 L.S. 7736 SPCC PLAN 1 $ 1,000.00 $ 1,000.00 1 $ 1,000.00 $ 1,000.00 4 1 EST. 0038 ARCHAEOLOGICAL AND HISTORICAL SALVAGE 1 $ 25,000.00 $ 25,000.00 - 1 $ 25,000.00 $ 25,000.00 5 1 L.S. 6868 PEDESTRIAN CONTROL AND PROTECTION 1 $ 5,000.00 $ 5,000.00 1 $ 5,000.00 $ 5,000.00 6 87 LF. 6630 HIGH VISIBILITY FENCE 87 $ 5.00 $ 435.00 87 $ 5.00 $ X435.00 7 1 LS. 0001 MOBILIZATION 1 $ 99,900.00 $ 99,900.00 1 $ 99,900.00 $ 99,900.00- 8 1 LS. 6971 PROJECT TEMPORARY TRAFFIC CONTROL 1 $ 60,000.00 $ 60,000.00 1 $ 60,000.00 $ 60,000.00 9 1 EST. - UTILITY POTHOLING 1 $ 25,000.00 $ 25,000.00 1 $ 25,000.00 $ 25,000.00 10 1 EST. _ - RESOLUTION OF UTILITY CONFLICTS 1 $ 50,000.00 $ 50,000.00 1 $ 50,000.00 $ 50,000.00 11 0.03 ACRE 0025 CLEARING AND GRUBBING 0.03 $ 20,000.00 $ 600.00 0.03 $ 20,000.00 $ 600.00 12 1 EST. 7480 ROADSIDE CLEANUP 1 $ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 13 1 L.S. 0050 REMOVAL OF STRUCTURES AND OBSTRUCTION 1 $ 18,060.00 $ 18,060.00 1 $ 18,060.00 $ 18,060.00 14 328 S.Y. 0100 REMOVE CEMENT CONC.SIDEWALK 328 $ 13.50 $ 4,428.00 328 $ 13.50 $ 4,428.00 15 2,869. S.Y. 0120 REMOVING ASPHALT CONC. PAVEMENT 2,869 $ 8.50 $ 24,386.50 2,869 $ 8.50 $ 24,386.50 16 450 L.F. 0108 REMOVING CEMENT CONC.CURB AND GUTTER 450 $ 8.00 $ 3,600.00 450 $ 8.00 $ 3,600.00 17 480 L.F. - ABANDON AND FILL STORM DRAIN PIPE 480 $ 16.00 $ 7,680.00 480 $ 16.00 $ 7,680.00 18 60 LF. 0220 REMOVING CHAIN LINK FENCE 60 $ 15.00 $ 900.00 _ 60 $ 15.00 $ 900.00 19 2,830 L.F. - SAWCUTTING 2,830 $ 3.00 $ 8,490.00 _ 2,830 $ 3.00 $ 8,490.00 20 1,024 C.Y. 0310 ROADWAY EXCAVATION INCL. HAUL 1,024 $ 26.50 $ 27,136.00 1,024 $ 26.50 $ 27,136.00 21 3 EACH - ABANDONMENT OF MONITORING WELLS 3 $ 650.00 $ 1,950.00 3 $ 650.00 $ 1,950.00 _ - 22 113 C.Y. 4006 STRUCTURE EXCAVATION CLASS A INCL. HAUL 113 $ 45.00 $ 5,085.00 _ 113 $ 45.00 $ 5,085.00 23 1 L.S. 4013 SHORING OR EXTRA EXCAVATION CL.A 1 $ 3,220.00 $ 3,220.00 1 $ 3,220.00 $ 3,220.00 24 5,004 C.Y. 7006 STRUCTURE EXCAVATION CLASS B INCL. HAUL 5,004 $ 12.60 $ 63,050.40 5,004 $ 12.60 $ 63,050.40 25 19,298 S.F. 7008 SHORING OR EXTRA EXCAVATION CLASS B 19,298 $ 1.50 $ 28,947.00 19,298 $ 1.50 $ 28,947.00 26 4,563 S.Y. 7530 CONSTRUCTION GEOTEXTILE FOR SEPARATION 4,563 $ 2.25 $ 10,266.75 4,583 '$ 2.25 $ 10,266.75 27 949 TON , 5120 CRUSHED SURFACING TOP COURSE 949 $ 20.00 $ 18,980.00 - . 949 $ 20.00 $ 18,980.00 - 28 1,560 S.Y. 5711 PLANING BITUMINOUS PAVEMENT 1,560 $ 5.00 $ 7,800.00 1,560 $ 5.00 $ 7,800.00 29 2,182 TON 5767 HMA CL. 1/2 IN.PG 64-22 2,182 $ 70.00 $ 152,740.00' 2,182 $ 70.00 $ 152,740.00 30 18 C.Y. 5679 CEMENT CONC.PAVEMENT-INCLUDING DOWELS 18 $ 250.00 $ 4,500.00 18 $ 250.00 $ 4,500.00 31 95 C.Y. 4202 CONC.CLASS 4000 FOR FOUNDATION 95 $ 350.00 $ 33,250.00 95 $ 350.00 $ 33,250.00 32 9,322 LB. 4151 ST.REINF.BAR FOR FOUNDATION _ 9,322 $ 1.85 $ 17,245.70 9,322 $ 1.85 $ 17,245.70 33 190 L.F. 1160 UNDERDRAIN PIPE 6 IN.DIAM. 190 $ 16.25 $ 3,087.50 190 $ 16.25 $ 3,087.50 •:,:..2.4• _ ".'1;738 L.F. 3151 TESTING STORM SEWER PIPE 1,758 $ 4.00 $ 7,032.00 1,758 $ 4.00 $ 7,032.00 35 504 LF. 3602 CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM. 504 $ 24.50 $ 12,348.00 504 $ 24.50 $ 12,348.00 36 39 L.F. 3607 CORRUGATED POLYETHYLENE STORM SEWER PIPE 18 IN. DIAM. 39 $ 31.50 $ 1,228.50 39 $ 31.50 $ 1,228.50 37 37 L.F. - CORRUGATED POLYETHYLENE STORM SEWER PIPE 30 IN. DIAM. 37 $ 63.00 $ 2,331.00 37 $ 63.00 $ 2,331.00 38 1,139 L.F. - CORRUGATED POLYETHYLENE STORM SEWER PIPE 48 IN. DIAM. 1,139 $ 113.40 $ 129,162.60 1,139 $ 113.40 $ 129,162.60 t' 39 39 L.F. • - DUCTILE IRON STORM SEWER PIPE 12 IN. DIAM. 39 $ 45.50 $ 1,774.50 39 $ 45.50 $ 1,774.50 40 3 EACH 1046 CONCRETE INLET 3 $ 588.00 $ 1,764.00 3 $ 588.00 $ 1,764.00 41 11 EACH 3091 CATCH BASIN TYPE 1 11 $ 840.00 $ 9,240.00 11 $ 840.00 $ 9,240.00 42 4 EACH 3105 CATCH BASIN TYPE 2 48 IN. DIAM. 4 $ 2,100.00 $ 8,400.00 _ 4 $ 2,100.00 $ 8,400.00 43 1 EACH 3107 CATCH BASIN TYPE 2 72 IN. DIAM. 1 $ 3,150.00 $ 3,150.00 1 $ 3,150.00 $ 3,150.00 44 7 EACH 3104 CATCH BASIN TYPE 2 84 IN. DIAM. _ 7 $ 4,900.00 $ 34,300.00 7 $ 4,900.00 $ 34,300.00 45 2 EACH - CATCH BASIN TYPE 2 84 IN.DIAM.WITH CASING 2 $ 7,500.00 $ 15,000.00 2 $ 7,500.00 $ 15,000.00 46 2 EACH 7345 ABANDON EXISTING MANHOLE 2 $ 540.00 $ 1,080.00 2 $ 540.00 $ 1,080.00 47 4 EACH 9605 CONNECTION TO DRAINAGE STRUCTURE 4 $ 765.00 $ 3,060.00 4 $ 765.00 $ 3,060.00 48 2 EACH - CONNECTION TO EXISTING MANHOLE 2 $ 1,470.00 $ 2,940.00 _ 2 $ 1,470.00 $ 2,940.00 49 9 EACH - CONNECT STRUCTURE TO EXISTING PIPE 9 $ 450.00 $ 4,050.00 9 $ 450.00 $ 4,050.00 50 2 EACH 3080 ADJUST MANHOLE 2 $ 720.00 $ 1,440.00 2 $ 720.00 $ 1,440.00 1 of 3 100%Submittal Shattuck Cost Estimate 05-10-09 Job No: 60001557 CITY OF RENTON Date: 05/08/09 Shattuck Ave S.Storm Drainage Project DMJM HARRIS AECOM Summary of Quantities and Construction Cost Estimate 100% SUBMITTAL - ENGINEERS ESTIMATE Schedule A Schedue B Project Total Cost S.7th St to S.4th PI. S.7th St to S.4th PL Sta 10+00 to Sta 22+33 Sta 10+00 to Sta 22+33 Item No. Total Unit Std Item Item Description Quantity Unit Price Item Cost Quantity Unit Price Item Cost Quantity Unit Price Item Cost Quantity Meas. Number 5i 3 EACH 7360 MANHOLE 48 IN.DIAM.TYPE SANITARY 3 $ 2,250.00 $ 6,750.00 3 . $ 2,250.00 $ 6,750.00 52 1 EACH - SANITARY MANHOLE EXTRA SHALLOW TYPE C 1 $ 3,500.00 $ 3,500.00 1 $ 3,500.00 $ 3,500.00 53 1 EACH_ 3100 ADJUST CATCH BASIN 1 $ 500.00 $ 500.00 1 $ 500.00 $ 500.00 54 1 EACH 3110 LOCKING SOLID METAL COVER AND FRAME FOR CATCH BASIN 1 $ 500.00 $ 500.00 1 $ 500.00 $ 500.00 55 1 L.S. - DEWATERING 1 $ 75,000.00 $ 75,000.00 1 $ 75,000.00 $ 75,000.00 56 20 L.F. 3871 DUCTILE IRON PIPE FOR WATER MAIN 16 IN.DIAM. 20 $ 625.00 $ 12,500.00 20 $ 625.00 $ 12,500.00 57 1,500 C.Y. 3815 BANK RUN GRAVEL FOR TRENCH BACKFILL 1,500 $ 25.00 $ 37,500.00 1,500 $ 25.00 $ 37,500.00 58 1 EACH 3846 HYDRANT ASSEMBLY 1 $ 3,800.00 $ 3,800.00 1 $ 3,800.00 $ 3,800.00 59 12 EACH - WATER SERVICE AND CONNECTION TO EXISTING MAIN 12 $ 950.00 $ 11,400.00 12 $ 950.00 $ 11,400.00 60 1 L.S. - TELEVISION INSPECTION 1 $ 900.00 $ 900.00 1 $ 900.00 $ 900.00 61 1 L.S. - TEMPORARY BYPASS PUMPING 1 $ 7,000.00 $ 7,000.00 1 $ 7,000.00 $ 7,000.00 62 173 L.F. 3767 PVC SANITARY SEWER PIPE 8 IN. DIAM. 173 $ 80.00 $ 13,840.00 173 $ 80.00 $ 13,840.00 63 80 DAY 6403 ESC LEAD 80 $ 70.00 $ 5,600.00 80 $ 70.00 $ 5,600.00 64 267 S.Y. 6452 PERMANENT EROSION CONTROL BLANKET 267 $ 5.00 $ 1,335.00 267 $ 5.00 $ 1,335.00 65 21 EACH 6471 INLET PROTECTION 21 $ 80.00 $ 1,680.00 21 $ 80.00 $ 1,680.00 66 1 EST. 6490 EROSION/WATER POLLUTION CONTROL 1 $ 25,000.00 $ 25,000.00 1 $ 25,000.00 $ 25,000.00 67 80 C.Y. 6580 BARK OR WOOD CHIP MULCH 80 $ 17.50 $ 1,400.00 80 $ 17.50 $ 1,400.00 68 160 C.Y. 6405 TOPSOIL TYPE A 160 $ 18.00 $ 2,880.00 160 $ 18.00 $ 2,880.00 69 520 EACH 6552 PSIPE-ROSA RUGOSA"FRU DAGMAR HATSUP" 520 $ 8.00 $ 4,160.00 520 $ 8.00 $ 4,160.00 70 726 EACH 6552 PSIPE-MAHONIA NEROSA 726 $ 8.00 ' $ 5,808.00 726 $ 8.00 $ 5,808.00 71 477 EACH 6552 PSIPE-SESLARIA AUTUMNALIS 477 $ 5.00 $ 2,385.00 477 $ 5.00 $ 2,385.00 72 1,206 L.F. 6700 CEMENT CONC.TRAFFIC CURB AND GUTTER 1,206 $ 22.50 $ 27,135.00 1,206 $ 22.50 $ 27,135.00 73 16 L.F. 6707 CEMENT CONC.PEDESTRIAN CURB 16 $ 22.50 $ 360.00 16 $ 22.50 $ 360.00 74 54 L.F. 6730 TYPE A PRECAST TRAFFIC CURB 54 $ 12.00 $ 648.00 54 $ 12.00 $ 648.00 75 88 S.Y. 7059 CEMENT CONC.DRIVEWAY ENTRANCE TYPE A 88 $ 36.75 $ 3,234.00 88 $ 36.75 $ 3,234.00 • 76 42 S.Y. 7059 CEMENT CONC.DRIVEWAY ENTRANCE TYPE B 42 $ 36.75 $ 1,543.50 42 $ 36.75 $ 1,543.50 77 235 S.Y. 7059 CEMENT CONC.DRIVEWAY ENTRANCE TYPE C 235 $ 36.75 $ 8,636.25 235 $ 36.75 $ 8,636.25 78 31 L.F. 7086 CHAIN LINK FENCE TYPE 6 31 $ 1,100.00 $ 34,100.00 31 $ 1,100.00 $ 34,100.00 - 79 4 EACH 7097 END,GATE,CORNER,AND PULL POST FOR CHAIN LINK FENCE 4 $ 1,100.00 $ 4,400.00 4 $ 1,100.00 $ 4,400.00 80 3 EACH 7045 MONUMENT CASE AND COVER 3 $ 350.00 $ 1,050.00 3 $ 350.00 $ 1,050.00 81 ' 2 EACH 7380 ADJUST MONUMENT CASE AND COVER 2 $ 250.00 $ 500.00 2 $ 250.00 $ 500.00 82 466 S.Y. 7055 CEMENT CONC.SIDEWALK 466 $ 35.00 $ 16,310.00 466 $ 35.00 $ 16,310.00 83 3 EACH 7058 CEMENT CONC.SIDEWALK RAMP TYPE 2 3 $ 1,050.00 $ 3,150.00 3 $ 1,050.00 $ 3,150.00 84 1 EACH 7058 CEMENT-CONC.SIDEWALK RAMP TYPE 2A 1 _ $ 1,050.00 $ 1,050.00 1 $ 1,050.00 $ 1,050.00 -' - -4 ,.EACH 7058 CEMENT CONC.SIDEWALK RAMP TYPE 5 4 $ 1,050.00 $ 4,200.00 4 $ 1,050.00 $ 4,200.00 86 - 1 EACH 7058 CEMENT CONC.SIDEWALK RAMP TYPE 1B 1 $ 1,050.00 $ 1,050.00 1 $ 1,050.00 $ 1,050.00 87 2 EACH 7058 CEMENT CONC.SIDEWALK RAMP TYPE 1D 2 $ 1,050.00 $ 2,100.00 2 $ 1,050.00 $ 2,100.00 88 -865 TON 1086 QUARRY SPALLS 865 $ 28.00 S 24,220.00 865 $ 28.00 $ 24,220.00 89 89 S.Y. - CONC.SLOPE PROTECTION WITH EMBEDDED ROCK 89 $ 73.50 $ 6,541.50 89 $ 73.50 $ 6,541.50 90 1L.S. 6904 ILLUMINATION SYSTEM 1 $ 4,360.00 $ 4,360.00 1 $ 4,360.00 $ 4,360.00 91 1 , EACH - - SERVICE CABINET 1 $ 4,000.00 $ 4,000.00 1 $ 4,000.00 $ 4,000.00 92 1 L.S. - HEIGHT DETECTION WARNING SYSTEM 1 $ 10,850.00 $ 10,850.00 1 $ 10,850.00 $ 10,850.00 93 1 L.S. - SACRIFICIAL BEAM 1 $ 41,287.40 $ 41,287.40 1 $ 41,287.40 $ 41,287.40 94 1 L.S. - HEIGHT DETECTION STRUCTURE 1 $ 38,850.00 $ 38,850.00 1 $ 38,850.00 $ 38,850.00 95 1 L.S. 6890 PERMANENT SIGNING 1 $ 6,295.00 $ 6,295.00 1 $ 6,295.00 $ 6,295.00 96 1 EST. 0258 REMOVING SIGN STRUCTURE SHAFT OBSTRUCTIONS 1 _$ 10,000.00 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 97 458 L.F. 6806 PAINT LINE 458 $ 1.00 $ 458.00 458 $ 1.00 $ 458.00 98 154 S.F. 6857 PLASTIC CROSSWALK LINE 154 $ 5.00 $ 770.00 154 $ 5.00 $ 770.00 99 116 L.F. 6859 PLASTIC STOP LINE 116 $ 7.70 $ 893.20 116 $ 7.70 $ 893.20 100 6 TON 7166 ROCK FOR ROCK WALL 6 $ 126.00 $ 756.00 6 $ 126.00 4 756.00 101 3 EACH 7041 BOLLARD TYPE 1 3 $ 525.00 $ 1,575.00 3 $ 525.00 $ 1,575.00 2of3 100%Submittal Shattuck Cost Estimate 05-10-09 • l Job No: 60001557 CITY OF RENTON Date: 05/08/09 Shattuck Ave S. Storm Drainage Project DMJM HARRIS AECOM Summary of Quantities and Construction Cost Estimate 100% SUBMITTAL - ENGINEERS ESTIMATE Schedule A Schedue B Project Total Cost S.7th St to S.4th PI. S.7th St to S.4th PI. Sta 10+00 to Sta 22+33 Sta 10+00 to Sta 22+33 Item No. Total Unit Std Item Item Description Quantity Unit Price Item Cost Quantity Unit Price Item Cost Quantity Unit Price Item Cost Quantity Meas. Number 1B 1270 L.F. 6947 CONDUIT PIPE 3 IN.DIAM. 1270 $ 50.00 $ 63,500.00 1,270 $ 50.00 $ 63,500.00 SUBTOTAL $1,463,49930 $ 63,500.00 $1,526,999.30 SALES TAX(9.5%) NA $ 6,032.50 $ 6,032.50 TOTAL CONSTRUCTION COST $1,463,499.30 $ 69,532.50 _ -- $1,533,031.80 NOTE: The costs shown in this estimate represent an estimate of probable costs prepared in good faith and with reasonable care. DMJM Hams has no control over the costs of construction labor,materials,or equipment,nor over competitive bidding or negotiating methods and does not make any commitment or assume any duty to assure that bids or negotiated prices will not vary from this estimate. 3of3 100%Submittal Shattuck Cost Estimate 05-10-09 io SHATTUCK AVE. !r C5 � VARIES VARIESHS XI 5,5' 17' 17' IX 0 IDEWA 0.5' 3' IW \ PAVEMENT SURFACE v,i CROWNG I D © 6ID I �1 �� ___I__—_ Z—' p /l�l•�\Li ID VARIES I 40° 2.O O 4 —h ISLAND SECTION °2' ''f7 `I 2'O ® 0 r, 6' SHATTUCK STA 18+47.00 TO STA 18+55.00 © SHATTUCK STA 21+80.20 TO STA 21+88.20 • ' ° ® i i GENERAL NOTES: 411, L J 48'SD TRENCH, 1.ALL DEPTHS SHOWN ARE COMPACTED DEPTHS SEE GAG SOUR FOR DETAILS NOTES: ROADWAY SECTION F — SHATTUCK AVE. p SEE SHEET RP02 AND RPO3 FOR FACE OF CURB ELEVATIONS STA 17+59.53 TO STA 18+99.69 L2 MATCH EXISTING SLOPE E3 SLOPE TO GRADE NOT TO EXCEED 3:1 ®FULL DEPTH SAWCUT OVERLAY EXISTING PAVEMENT SURFACE AND MATCH THICKNESS OF PAVEMENT IF LESS THAN B' SEE ISLAND SECTION THIS DWG FOR DETAILS 1]e SLOPE PAVEMENT STARTING FROM CENTERLINE TO CURB AND 41 GUTTER FLOWUNE SEE EDGE CONDITION DETAIL ON DWG RS01 F I SURFACING LEGEND: G >i 0 HMA CL.1/2 IN.PG 64-22 SURFACE COURSE 5 5 .0.HMA CL.1/2 IN.PG 64-22 BASE COURSE o O CRUSHED SURFACING TOP COURSE O CEMENT CONC,SIDEWALK/PER RENTON STANDARD 40 PLAN DRAWING F-DOS II O CEMENT CONE,TRAFFIC CURB AND GUTTER DETAIL SEE DWS R052 BOTYPE ANADARD PRECASTPLANF-2 TRAFFIC CURB SEE WSDOT ST 12 CONSTRUCTION GEOTEXTILE FOR SEPARATION • 3 13 PLANING BITUMINOUS PAVEMENT • �1 �/ [��1 I17 /�I1 $ II©©%c�JVDlh/ OLICir:1LS _hint. AVE S(SR 167) °°" DMJM HARRIS AECOM +�Mf}fP APPROVED FOR CO STRUCi ON .....y.........y.........y.... m S ....=...7.".. IMPROVEMENTS PROJECT n_� CITY OF PHASE T — mear 1DUOONEBTHSTREET.SUITE7D0 _ -12 RENTON SHATTUCK AVE S STORMWATER BYPASS ,..,.,,. S BELLEVUE.WASHINGTON 88UPHONE:(475(150.6600 FAX:I4�450.67DOOMYJNNO ��. Busk Dept. TYPICAL SECTIONS �a STY OF PENTON DATE R.MEYER, �� so P.M 3 OF 5 Rye--� $ 110. 01.551011 BY DATE APPOR.MEYER FED NO N0.1#004-SWPL-If EM) I)1-1217 3141216 ANL. AGENCY CAG-09-103, Adden #1-09 \ Oashington State Department of Transflation Local Agency Pgreement Supplement Agency Supplement Number City of Renton 1 Federal Aid Project Number Agreement Number CFDA No. 20.205 ARRA-0167(044) LA 6916 (Catalog of Federal Domestic Assistance) The Local Agency desires to supplement the agreement entered into and executed on June 12,2009 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: Project Description Name Rainier Ave S(SR 167)Imp. -Phase 1: Shattuck Ave Stormwater Bypass Length 0.22 mi Termini Sout 4th Place to South 7th Street Description of Work ® No Change Reason-for Supplement__ - -- - — — -- ----- — - Deobligate ARRA funding.Revised"Contract"and"Agency"lines to account for increase in construction management. Does this change require additional Right of Way or Easements? ❑Yes ® No Estimate of Funding Type of Work (1) (2) (3) (4) (5) Previous Supplement Estimated Total Estimated Agency Estimated Agreement/Suppl. Project Funds Funds Federal Funds PE a.Agent ° b.Other Consultant 616,175.00 616,175.00 616,175.00 c.Other Federal Aid Participation d.State Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 616,175.00 616,175.00 616,175.00 Right of Way f.Agency % g Other Federal Aid h. Other Participation Ratio for RW i.State j.Total RNV Cost Estimate(f+g+h+i) Construction k.Contract 1,772,400.00 -126,730.00 1,645,670.00 0.00 1,645,670.00 I. Other Non-participation 4,140.00 4,140.00 4,140.00 m.Other n.Other o.Agency 222,600.00 75,404.00 298,004.00 298,004.00 Federal Aid Participation p.State 5,000.00 5,000.00 5,000.00 Ratio for CN q.Total CN Cost Estimate(k+l+rn+n+o+p) 2,004,140.00 -51,326.00 1,952,814.00 4,140.00 1,948,674.00 r.Total Project Cost Estimate(e+j+q) 2.620.315.00 -51.326.00 2.568.989.00 620,315.00 1.948.674.00 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 Offiiii i Washington Styte Dep nt of Transp• ation By OW .P .� its•!. By .s,._-,,,....:k.-,- • � ' Title Denis Law, Mayor Director of Highways and Local Programs ATTE -T-.. )8 -� SI w Q/'. /°9 Date •Executed : : ,�`' 1 3 2009 nie I . Walton, City Clerk DoT Formlao-oB�l Revised 1/2007 COSpO44D4C RRE Rentonnet City Clerk Card File Page 1 of 1 111/ f CIWY Cler Full Screen Version ," New Search Results List Add Record - Edit Record, -Delete Record Record 2 of 2 f TTUCK AV S STORMWATER BYPASS Title: CONTRACT,WA TRANSPORTATION/SHA SYSTEM 2009 Effective Date: May 20, 2009 Show this record on the Internet? YES Date Entered: May 20, 2009 by User: SWeir Last Modified: Sep 17, 2009 by User: cmoya Scheduled Destruction Date: Dec 31, 2017 Destroyed Date: Narrative: • 6/12/2009—Local Agency Agreement with Washington State Department of Transportation (WSDOT)for a$2,000,000 grant for the Rainier Av S Improvements Project, Phase I Shattuck Av S Stormwater Bypass System. Expires: 12/31/2011. • 5/18/2009-Council approval 0\\LAuN -Adden#1-09-Supplement to de-obligate$51,326 as bid came vl under the engineer's costs estimate Keywords: • CAG-09-103 • WA TRANSPORTATION 2009 • WSDOT 2009 • LOCAL AGENCY AGREEMENT 2009 • RAINIER AV S IMPROVEMENTS PROJECT 2009 • PHASE 1 SHATTUCK AV S STORMWATER BYPASS SYSTEM 2009 • ARRA FUNDS 2009 • AMERICAN RECOVERY AND REINVESTMENT ACT 2009 Location: BANK 1 Category: http://rentonnet.org/intranet/CityClerkDept/CardFilefindex.cfm?fuseaction=show... 09/17/2009 CEIVE® I JUN -4 NM Washington State Transportation Systems Div. Transportation Building Department of Transporta ion 310 Maple Park Avenue S.E. Paula J. Hammond, P.E. P.O.Box 47300 Secretary of Transportation Olympia,WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov June 1, 2010 Mr. Richard Perteet Deputy Public Works Administrator City of Renton 1055 S. Grady.Way • • Renton, Washington 98057-3232 City of Renton Rainier Avenue So. GAC-Dr'i 65 ARRA 0167(044) • Project Management Review Dear Mr. Perteet: A Project Management Review(PMR) is conducted on FHWA funded local agency ad & award projects to ensure reasonable compliance with federal requirements arid the ro—Cal Agency Guidelines manual. A favorable review ensures project federal-aid'participation and agency retention of Certification Acceptance (CA) status. An unfavorable review may result in loss of all or part of federal funding, loss of CA status, or a combination of both. A PMR was conducted on the Rainier Avenue South project on May 27, 2010. No deficiencies were noted. We found that the city engineer and staff administered the project inaccordance with the required procedures. _._ We appreciate the cooperation and positive attitude of your staff and the consultant during the review. LO Ll erA/a 74472 -- - --Sincerely, 1. • Aaron Butters, P.E. :A/ Engineering Services Manager Highways & Local Programs Division g AB:rwm:ac cc: Megan Hall, FHWA, MS 40943 - Ed Conyers,Northwest Region Local Programs Engineer, MS NB82-121 CA file • i71Washington State Transportation Building Department of Transportation 310 Maple Park Avenue S.E. Paula J. Hammond, P.E. P.O.Box 47300 Secretary of Transportation Olympia,WA 98504-7300 October 30, 2009 360-705-7000 TTY: 1-800-833-6388 Mr. Greg Zimmerman www.wsdot.wa.gov Public Works Administrator Epi. i , City of Renton r� 1055 S. Grady Way NOV 0 2 2009 Renton, WA 98057-3232 City of Renton CITY OF REN T ON Rainier Ave. S/Shattuck Ave. P�.UBL IC \i() KS Storm Water Bypass .� ARRA-0167(044) American Recovery and Reinvestment Act(ARRA)_of _ 2009 FUND AUTHORIZATION Dear Mr. Zimmerman: Enclosed for your information and file is a copy of Supplement Number 1 to Local Agency Agreement LA-6916 for the subject project between the state and your agency. This supplement modifies the funding for this project tb the amounts shown below: PHASE TOTAL ARRA SHARE Construction $1,952,814 $1,948,674 ARRA contains extensive requirements and expectations; failure to meet the items detailed in the original ARRA selection letter and highlighted here may result in the withdrawal of the ARRA funding or a delay in receiving progress payments. These requirements and expectations include: • Submitting a quarterly ARRA status report. • Updating the ARRA status report within five(5)business days of achieving each of the milestones noted in the report. • Providing a monthly employment report summarizing the total employment for the project. • Submitting monthly progress bills to H&LP. • Completing the project by March 2,2012. You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincerely, ire_: Stephanie Tax Manager, Program Management Highways&Local Programs Division ST:jg:ac Enclosure cc: Ed Conyers,Northwest Region Local Programs Engineer, MS NB82-121 • EXECUTIVE DEPARTMENT D Cit of latlY tOra MEMORANDUM DATE: September 17, 2009 TO: Juliana Fries—PW Transportation FROM: Cynthia Moya, Records Management Specialist SUBJECT:. CAG-09-103, Adden #1-09-WSDOT and are being The attached original documents have been signed by City officialsg g g returned to you for execution by other parties. When you receive the fully executed documents, please forward one copy of each signed original to the City Clerk's office for our permanent record file. This matter will be placed on a periodic call-up schedule to remind you of this requirement, until our office receives the fully executed document. Thank you! Attachments h:\cityclerk\records specialist\correspondence &memos - cindy\need sigs 1 doc.doc 2 �Y o� CityClerk Number :� AJLS - City Clerk ..� ,dz Checklist CiO Select One: 'XI Contract I I Permit Lease I I Agreement Contract Type (assigned by City Clerk) Staff Name: Ol w Fie{:es Extension: 4_z 3 Department/Division: _pj ft. , Op2L0 1'y EDEN Approval Queue: of-/OCD3F Addendum Number: to City Clerk Number: CA& OQI- I C.13 (if applicable OA c)(N Contract Class: ® Receivable Payable Grant I I Misc. (no$) Expiration Date: Contractor Name: -v1/4.95-b(57 Short Description: 3VpQt-t'-le ,a .. 0 AJC_oSL I; 3 AS .6l.b Full or Additional cAric; Description: Legal Review(attach memorandum from City Attorney) tj CITY OF RENTON Risk Management review for insurance(attach memorandum from Risk Management) SEP 1.4 2009 Insurance certificate and/or policy (attach original) RECEIVED CITY CLERK'S OFFICE I I Response to legal or Risk Management concerns (explain, in writing, how concerns have been met) I I Performance bond and verification memo from staff(for Public Works contracts only) I I Federal excluded parties list verification (Website: www.epls.gov;attach printout of search results) Il City business license number: Check EDEN or ask Finance Department. I—I Accounts payable W-9 vendor form (obtain if not already on file with Finance Dept.) • Submitted contracts are signed by contractor: I I Yes PCI No If not, provide explanation below. W SljT 16-P1 s ATA--e32- 'S S I GI`l/vRl Fiscal Impact: Expenditure or ISI Revenue Amount Budgeted: Amount: $ 0 qLi g I (074-9 (line item;see below*): $ • Prior Council approval via agenda bill process required if: (see policies 250-02 and 800-12) I I Contract or addendum is$20,000 or over(non-Public Works)or$30,000 or over(Public Works). I *Contract expenditure amount exceeds budgeted amount;fund transfer needed. I I Addendum is for the second and additional time extensions. Interlocal Agreement(most Interlocal Agreements require Resolutions) Date of Council Approval: Resolution Number: Contractor determined via: I I Phone Bid/Written Quote CFB Ad (if applicable) (if applicable) I2-00 9 © 9 N I A Consultant Roster RFP/SOQ Ad I I Application I I Sole Source Key words for City Clerk's electronic card file: RAtgtCjrz Me- 3 .1.HP(2-0 JG-rel -r -PN AAfe 5T0 -iwATE . PrPcin�Forms `) s.aw.,...._-,. Revised 07/23/2008 May 18, 2009 • Renton City Council Minutes 4110 Page 147 CONSENT AGENDA Items listed on the consent agenda are adopted by one motion which follows the listing. Council Meeting Minutes of Approval of Council Meeting minutes of 5/11/2009. Council concur. 5/11/2009 Appointment: Parks Mayor Law reappointed Ronald J.Regis and Timothy J. Searing to the Parks Commission Commission, each for a four-year term expiring 6/1/2013. Council concur. Appointment: Library Board Mayor Law reappointed John DuBois to the Library Board for a five-year term expiring 6/1/2014. Council concur. Latecomer Agreement: Gill, City Clerk submitted request from Daljit and Hardip Singh Gill, 278 Harrington NE 7th Pl,LA-09-001 Ave. SE, 98056, for a latecomer agreement for a sanitary sewer extension along NE 7th Pl.between Field Ave.NE and Hoquiam Ave.NE. Refer to Utilities Committee. Fire: Structural Collapse Fire and Emergency Services Department recommended approval of a Rescue Planning,Bellevue Memorandum of Understanding with the Bellevue Fire Department for joint Fire Department MOU Structural Collapse Rescue planning. Council concur. Airport:T-Hangar Lease Rate Transportation Systems Division requested approval of a rent increase for all Increase City-owned T-Hangar units at the airport from$301.31 to $372.21 per month plus leasehold excise tax. Council concur. Transportation: Shattuck Ave Transportation Systems Division recommended approval of an agreement with S Stormwater Bypass System, the Washington State Department of Transportation for a$2 million grant for the WSDOT Grant Rainier Ave. S. Improvement Project-Phase I Shattuck Ave. S. Stormwater Bypass System. Council concur. Utility: West Hill Reservoir Utility Systems Division recommended approval of a contract in the amount of Recoat,RH2 Engineering $59,829 with RH2 Engineering, Inc. to provide engineering services for the West Hill Reservoir Recoat 2009 project. Council concur. Public Works: Cedar River Utility Systems Division recommended approval of a contract in the amount of Section 205 Flood Damage $50,977.12 with Integrated Aquatics to implement the 2009 Monitoring Plan for Reduction 2009 Monitoring the Cedar River Section 205 Flood Damage Reduction project. Council concur. Plan, Integrated Aquatics CAG: 08-089,Renton Utility Systems Division submitted CAG-08-089,Renton Highlands 565 Zone Highlands 565 Zone Water Water Main Improvements; and requested approval of the project, authorization Main Improvements,Buno for final pay estimate in the amount of$5,475, commencement of a 60-day lien Construction period, and release of retainage bond,to Buno Construction, LLC, contractor, if all required releases are obtained. Council concur. SAD:Highlands Water Main Utility Systems Division requested authorization to establish the Highlands Improvements Water Main Improvement Project Special Assessment District in-the amount of $1,193,240 to ensure that project costs are equitably distributed to those who benefit. Refer to Utilities Committee. MOVED BY CORMAN, SECONDED BY PALMER, COUNCIL APPROVE THE CONSENT AGENDA AS PRESENTED. CARRIED. UNFINISHED BUSINESS Transportation(Aviation) Committee Chair Palmer presented a report Transportation(Aviation) recommending concurrence in the staff recommendation to approve the Committee addendum to AirO,Inc.'s lease that defers rent payments and late fees to Lease: Addendum#2, 8/15/2009,in exchange for a significant penalty and collateral. The Committee AirO Inc, LAG-03-002 further recommended that the Mayor and City Clerk be authorized to sign the addendum to the AirO,Inc's lease,LAG-03-002. MOVED BY PALMER, SECONDED BY ZWICKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. May 18,2009 • Renton City Council Minutes • Page 146 Citizen Comment: Wolk- Ray Wolk(Renton),Tall Firs Townhomes,requested an update regarding the Waste Management Rates for recent hike in waste hauling fees impacting his community. He reported that the Multi-Family Units Tall Firs homeowners' association recently took a$5,000 loan to cover the increased fees. Public Works Administrator Zimmerman confirmed that commercial multi- family solid waste customers saw a significant rate increase at the beginning of the year. He reported that this increase affected approximately 800 customers. Mr.Zimmerman explained that rate scenarios and service approaches are currently under review in an effort to reduce the fee increase for this customer class. He stated that these alternative scenarios will be reviewed by the Utilities Committee for approval and then presented to affected homeowners' associations within a few weeks. Mr.Zimmerman stated that a rate rebate approach for 2009 and a reduction of the rate for 2010 and beyond is the probable approach that will be recommended to Council. He emphasized that the administration is being overly cautious so as not to impact any other customer rates. He surmised that the goal of reducing the rate for commercial multi-family customers while not impacting other customer rates is achievable. Mr. Zimmerman also reported that all organizations affected by the rate increase have been notified that the City is working to alleviate the issue. Discussion ensued regarding the difficulty of allowing retroactive rate adjustments without impacting other rate payers, cash flow issues, speeding-up the process,residential rates compared to commercials rates,reasons why condominium owners retained weekly garbage service,notification requirements when changing garbage rates, complaints from citizens, and policy decisions regarding retroactive rate adjustments. Further discussion ensued regarding changing customer classifications,whether solid waste fees are pass-through fees, and Waste Management's authority to make rate offers to City of Renton solid waste customers. MOVED BY ZWICKER, SECONDED BY BRIERE, COUNCIL REFER THE ISSUE OF WASTE MANAGEMENT RATES FOR MULTI-FAMILY UNITS FROM THE UTILITIES COMMITTEE TO THE COMMITTEE OF THE WHOLE. CARRIED. Citizen Comment: Cook- Jeanette Cook(Renton),Tall Firs Townhomes, submitted a petition signed by Waste Management Rates for condominium homeowners requesting their status of commercial multi-family Multi-Family Units be changed to residential. She stated that the solid waste rate increase has jeopardized their budget and expressed appreciation for Council's concern regarding the situation. Citizen Comment: On- Brian Orr(Renton),Tall Firs Townhomes, expressed concern over the amount of Waste Management Rates for bureaucracy involved with something as simple as a garbage bill. He Multi-Family Units emphasized that townhomes are no different than other homes in the area and should be classified at residential rates. He also spoke in support of annexing to the King County Library System. Citizen Comment:McOmber- Howard McOmber(Renton) stated that a community blood drive will be held at Community Blood Drive& the LDS church at 816 Field Ave.NE from 10 a.m. to 2 p.m. on Saturday,May Townhall Style Meeting Event 30. He also requested that a townhall style meeting be conducted in the in Renton Highlands Highlands to afford citizens the opportunity to speak to City officials and staff. • 7 CO OF RENTON COUNCIL AGEND•LL AI#: 7. j Submitting Data: Public Works Depathnent For Agenda of: Dept/Div/Board.. Transportation Systems Division May 18, 2009 Staff Contact Juliana Fries, extension 7232 Agenda Status Consent X Subject: Public Hearing.. Rainier Avenue South Improvements Project - Phase 1 Correspondence.. Shattuck Avenue Stormwater Bypass System - ARRA Ordinance Federal Grant - Local Agency Agreement Resolution Old Business Exhibits: New Business X Issue Paper Study Sessions WSDOT Local Agency Agreement Information WSDOT Local Agency Federal Aid Project Prospectus Recommended Action: Approvals: Legal Dept X Council Concur Finance Dept Other Fiscal Impact: (317.000000.016.5950.0030)-t12703 Expenditure Required... Transfer/Amendment Amount Budgeted $ 7,000,000 (2009) Revenue Generated $ 2,000,000 Total Project Budget $38,511,000 City Share Total Project.. SUMMARY OF ACTION: The Rainier Avenue South Improvements Project - Phase 1 Shattuck Avenue Stormwater Bypass System was selected under the American Recovery and Reinvestment Act (ARRA) for a federal transportation grant of$2,000,000, with no City match required. The City intends to start construction of the Rainier Avenue South Improvements Project - Phase 1 Shattuck Avenue Stormwater Bypass System in the summer of 2009. This interlocal agreement is necessary to provide funding for construction for the Rainier Avenue South Improvements Project- Phase 1 Shattuck Avenue Stormwater Bypass System. STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to enter into the Local Agency Agreement with the Washington State Department of Transportation for the obligation of grant funding and all subsequent agreements necessary to accomplish design and construction of this project. H:\Division.s\TRANSPOR.TAT\PLANNING\Juliana\Agenda Bill\2009\AB Ph 1 Rainier.doc PUBLIC belsABTMENt © Eft MEMORANDUM DATE: September 21, 2009 TO: Randy Corman; council President Members of the Renton City Council VIA: Denis Law, Mayor FROM: Gregg Zimmerman,Administrator STAFF CONTACT: Juliana Fries,Transportation Program Development Coordinator(extension 7232) SUBJECT: Rainier Avenue South Improvements Project—Phase 1 Shattuck Avenue Stormwater Bypass System—American Recovery and Reinvestment Act(ARRA}Federal Grant Local Agency Agreement Supplement ISSUE: Should the City of Renton sign the local agency agreement supplement with the Washington State Department of Transportation (WSDOT)to obligate federal grant funding for the Rainier Avenue South Improvements Project Phase 1 Shattuck Avenue Stormwater Bypass System? RECOMMENDATION: Authorize the Mayor and City Clerk to sign the local agency agreement supplement with the Washington State Department of Transportation for the obligation of grant funding and all subsequent agreements necessary to accomplish design and construction of this project. BACKGROUND: The Rainier Avenue South Improvements Project—Phase 1 Shattuck Avenue Stormwater Bypass System was selected under the American Recovery and Reinvestment Act (ARRA)for a federal transportation grant of$2,000,000 with no City match required. RandyCorrnan,Council,Pre- dent Members of the Renton Ciikuoi,ourlcil Page 2 of 2 September 21,2009 ARRA-FHWA funds are required to be obligated,prior to the project going to advertisement for construction. The obliggation is based on the engineer`sestimate of cost. For ARRA grants, if the engineer's estimateis above the bid amount,funds in excess are required to be de obligated. This supplement reduces the grant amount by $51,326. This supplemental agreement provides funding for the construction for the Phase 1 Shattuck Avenue Storni water Bypass System for a new total amount of $1,948,674. cc: Peter Hahn,Deputy Public Works Administrator—Transportation Jim Seitz,Planning and Programming Supervisor Juliana Fries,Program Development Coordinator Vidya Vinod,Finance Grants Accountant Connie Brundage,Transportation Administrative Secretary Washington.S�tate CAG-09-103 ?: e' .13epartar►ent of Trans ortatir Loc ,gency Agreement Agency City of Renton CFDA No. 20.205 (Catalog of Federal Domestic Assistance) ddress 1055 S Grady Way Renton, WA 98057 n c `1(e ' Project No. -i 01.__.t _ - ., Agreement No. kk._- 9-_1 Frir,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 Rainier Ave S(SR 167)Imp.Project-Ph 1: Shattuck Ave Stormwater Bypass Length 0.22 mi Termini South 4th Place to South 7th Street Description of Work This project is phase I of the Rainier Ave South project.Phase I involves the construction of the Shattuck stormwater bypass system(new 48-inch dia. pipe)to be installed within the existing Shattuck Ave roadway and restoration of the roadway to current standards. Estimate of Funding Type of Work t Estimated Total 1 Estimated Agency ? Esti(3)mated Project Funds 1 Funds I Federal Funds a.Agency __ b. Other Consultant 616„175.00 616 , 175.00 c. Other Federal Aid u — -- - --__.--___ T_____-__�--___._..___ __ _---_. ..__ Participation d. State Ratio for PE e. Total PE Cost Estimate(a+b+c+d) ! 616,175.001 616,175.00; Right of Way _f.Agency _� ___---_ IU _ Other__^ F--- h. Other Federal Aid t. State^ -M_ 1'_.._` f Participation — - ----.... T__---_...__.____,.----..— Ratio for RW j.Total RAN Cost Estimate(f+g+h+i) + 1 _ 1 Construction k. Contract E Contract 0.00 ° _i_ 1,772,400.00 _.._ � Iz77�,4ti _ _ I. Other Non-Participation i 4,140.001 4,140.001 rn_Other __. _ f -_._----_._ ! !..__ . n. Other 100 % o.Agency_ 222,600.001 222,600.00 Federal Aid P_• State I 5,000.00 I I 5,000.00 Participation __._ Ratio for CN q.Total CN Cost Estimate(k+l+m+n+o+p) 2,004,140.00 j 4, 140 00; 2,000,000.00 r.Total Project Cost Estimate(e+j+q) 1 2,620,315.00 i 620,315.00 i 2,000,000.00 Agency Offici Washington State part ent of Transp, rtation ,1 By .�?��A7 5244Zerf By , �_ - o,• le Mayor Denis Law Assistant Secretary for Highways and Local Programs Attest: .11 (1� �,-1 t:�. L[/ Date Executed !JUN 12 ZQPD Jas Seth, D uty City Clerk DOT Form 140-0 9 EF 1 Revised 09 008 May 18, 2009 NoeRenton City Council Minutes 4,101e Page 147 CONSENT AGENDA Items listed on the consent agenda are adopted by one motion which follows the listing. Council Meeting Minutes of Approval of Council Meeting minutes of 5/11/2009. Council concur. 5/11/2009 Appointment: Parks Mayor Law reappointed Ronald J. Regis and Timothy J. Searing to the Parks Commission Commission, each for a four-year term expiring 6/1/2013. Council concur. Appointment: Library Board Mayor Law reappointed John DuBois to the Library Board for a five-year term expiring 6/1/2014. Council concur. Latecomer Agreement: Gill, City Clerk submitted request from Daljit and Hardip Singh Gill, 278 Harrington NE 7th Pl, LA-09-001 Ave. SE, 98056, for a latecomer agreement for a sanitary sewer extension along NE 7th Pl.between Field Ave.NE and Hoquiam Ave.NE. Refer to Utilities Committee. Fire: Structural Collapse Fire and Emergency Services Department recommended approval of a Rescue Planning,Bellevue Memorandum of Understanding with the Bellevue Fire Department for joint Fire Department MOU Structural Collapse Rescue planning. Council concur. Airport: T-Hangar Lease Rate Transportation Systems Division requested approval of a rent increase for all Increase City-owned T-Hangar units at the airport from$301.31 to $372.21 per month plus leasehold excise tax. Council concur. Transportation: Shattuck Ave Transportation Systems Division recommended approval of an agreement with S Stormwater Bypass System, the Washington State Department of Transportation for a$2 million grant for the WSDOT Grant A�,na.Ap?, Rainier Ave. S. Improvement Project -Phase I Shattuck Ave. S. Stormwater C Bypass System. Council concur. Utility: West Hill Reservoir Utility Systems Division recommended approval of a contract in the amount of Recoat,RH2 Engineering $59,829 with RH2 Engineering, Inc. to provide engineering services for the West Hill Reservoir Recoat 2009 project. Council concur. Public Works: Cedar River Utility Systems Division recommended approval of a contract in the amount of Section 205 Flood Damage $50,977.12 with Integrated Aquatics to implement the 2009 Monitoring Plan for Reduction 2009 Monitoring the Cedar River Section 205 Flood Damage Reduction project. Council concur. Plan, Integrated Aquatics CAG: 08-089,Renton Utility Systems Division submitted CAG-08-089, Renton Highlands 565 Zone Highlands 565 Zone Water Water Main Improvements; and requested approval of the project, authorization Main Improvements, Buno for final pay estimate in the amount of$5,475, commencement of a 60-day lien Construction period, and release of retainage bond,to Buno Construction, LLC, contractor, if all required releases are obtained. Council concur. SAD: Highlands Water Main Utility Systems Division requested authorization to establish the Highlands Improvements Water Main Improvement Project Special Assessment District in the amount of $1,193,240 to ensure that project costs are equitably distributed to those who benefit. Refer to Utilities Committee. MOVED BY CORMAN, SECONDED BY PALMER, COUNCIL APPROVE THE CONSENT AGENDA AS PRESENTED. CARRIED. UNFINISHED BUSINESS Transportation(Aviation)Committee Chair Palmer presented a report Transportation(Aviation) recommending concurrence in the staff recommendation to approve the Committee addendum to AirO, Inc.'s lease that defers rent payments and late fees to Lease: Addendum#2, 8/15/2009, in exchange for a significant penalty and collateral. The Committee AirO Inc, LAG-03-002 further recommended that the Mayor and City Clerk be authorized to sign the addendum to the AirO, Inc's lease, LAG-03-002. MOVED BY PALMER, SECONDED BY ZWICKER, COUNCIL CONCUR IN THE COMMITTEE REPORT. CARRIED. Clow,, OF RENTON COUNCIL AGENDE,,,wILL AI#: 7. Submitting Data: Public Works Department For Agenda of: J Dept/Div/Board.. Transportation Systems Division May 18, 2009 Staff Contact Juliana Fries, extension 7232 Agenda Status Consent X Subject: Public Hearing.. Rainier Avenue South Improvements Project - Phase 1 Correspondence.. Shattuck Avenue Stormwater Bypass System - ARRA Ordinance Federal Grant - Local Agency Agreement Resolution Old Business Exhibits: New Business X Issue Paper Study Sessions WSDOT Local Agency Agreement Information WSDOT Local Agency Federal Aid Project Prospectus Recommended Action: Approvals: Legal Dept X Council Concur Finance Dept Other Fiscal Impact: (317.000000.016.5950.0030)-t12703 Expenditure Required... Transfer/Amendment Amount Budgeted $ 7,000,000 (2009) Revenue Generated $ 2,000,000 Total Project Budget $38,511,000 City Share Total Project.. SUMMARY OF ACTION: The Rainier Avenue South Improvements Project - Phase 1 Shattuck Avenue Stormwater Bypass System was selected under the American Recovery and Reinvestment Act (ARRA) for a federal transportation grant of$2,000,000, with no City match required. The City intends to start construction of the Rainier Avenue South Improvements Project - Phase 1 Shattuck Avenue Stormwater Bypass System in the summer of 2009. This interlocal agreement is necessary to provide funding for construction for the Rainier Avenue South Improvements Project - Phase 1 Shattuck Avenue Stormwater Bypass System. STAFF RECOMMENDATION: Authorize the Mayor and City Clerk to enter into the Local Agency Agreement with the Washington State Department of Transportation for the obligation of grant funding and all subsequent agreements necessary to accomplish design and construction of this project. H:\Division.s\TRANSPOR.TAT\PLANNING\Juliana\Agenda Bil1\2009\AB Ph 1 Rainier.doc tome Iturof ti` Y O PUBLIC WORKS DEPARTMENT ` ` MEMORANDUM DATE: May 18, 2009 TO: Randy Corman, President Members of the Renton City Council VIA: 5, Denis Law, Mayor FROM: Gregg ZimmermaiOninistrator STAFF CONTACT: Juliana Fries, Transportation Program Development Coordinator(extension 7232) SUBJECT: Rainier Avenue South Improvements Project - Phase 1 Shattuck Avenue Stormwater Bypass System - American Recovery and Reinvestment Act (ARRA) Federal Grant - Local Agency Agreement ISSUE: Should the City of Renton sign the Local Agency Agreement with the Washington State Department of Transportation (WSDOT) to obligate federal grant funding for the Rainier Avenue South Improvements Project - Phase 1 Shattuck Avenue Stormwater Bypass System? RECOMMENDATION: Authorize the Mayor and City Clerk to enter into the Local Agency Agreement with the Washington State Department of Transportation for the obligation of grant funding and all subsequent agreements necessary to accomplish design and construction of this project. BACKGROUND: The Rainier Avenue South Improvements Project-Phase 1 Shattuck Avenue Stormwater Bypass System was selected under the American Recovery and Reinvestment Act (ARRA) for a federal transportation grant of$2,000,000, with no City match required. This project involves the construction of the Shattuck Avenue South stormwater bypass system (new 48-inch pipe) to be installed within existing roadway, including the Randy Corman,President Members of the Renton Citouncil May 18,2009 Page 2 installation of catch basins and sidewalks. These improvements will reduce the tributary area to the stormwater pump station to less than half the current area, and avoid upgrades or replacement of the existing stormwater pump station. This alternative will provide considerable costs savings to the Rainier Avenue South project. Shattuck Avenue South will also be used to mitigate traffic routing during construction of the Rainier Avenue South Improvements Project and will provide a barrier free alternative for pedestrians during construction. The City intends to start construction of the Rainier Avenue South - Phase 1 Shattuck Avenue Stormwater Bypass System late in summer of 2009. This interlocal agreement is necessary to provide funding for construction for the Phase 1 Shattuck Avenue Stormwater Bypass System. cc: Peter Hahn, Deputy PW Administrator - Transportation Jim Seitz, Planning and Programming Supervisor Juliana Fries, Program Development Coordinator Vidya Vinod, Finance Grants Accountant Connie Brundage, Transportation Administrative Secretary H:\Division.s\TRANSPOR.TAT\PLANNING\Juliana\Issue Papers\2009\IP Rainier Phase I ARRA.doc Washington state Local Agency Federal Aid 1 Department of Trans tation Project Prospectus Prefix Route ( Federal Aid Project Number Date 05/11/2009 Local Agency WSDOT Federal Employer Project Number (Use Only) Tax ID Number 916001271 Agency Federal Program Title City of Renton ® 20.205 0 Other Project Title Start Latitude N 47°28'37" Start Longitude W 122°12'48" Rainier Avenue South(SR 167)Improvement Project-Phase 1:Shattuck Ave Stormwater Bypass End Latitude N 47°28'26" End Longitude W 122°12'48" Project Termini From To South 4th Place S 7th Street From: To: Length of Project Award Type N/A N/A 0.22 mi 0 Local 0 Local Forces 0 State 0 Railroad Federal Agency City Number County Number County Name WSDOT Region ® FHWA 0 Others 1070 17 King Northwest Region Congressional District Legislative Districts Urban Area Number TMA/MPO/RTPO 9 11 1 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. $616,200 $616,200 8/2008 RAN Const. $2,004,100 $4 100 $2,000,000 6/2009 Total $2,620,300 $620,300 $2,000,000 Description of Existing Facility (Existing Design and Present Condition) Roadway Width Number of Lanes varies-generally 20 feet 2 lanes This is phase l of the Rainier Ave South project. Shattuck Ave South has an existing 12-inch stormwater conveyance system. Rainier Ave South has experienced significant flooding over the past years. Stormwater from a 75-acre tributary area drains to a pump station located within Rainier Ave right-of-way.The pump station and the existing conveyance system along Rainier Ave S do not have the capacity to convey the runoff during heavy storm events.The 1st phase will install a stormwater bypass system along Shattuck Ave South(48-inch pipe)which will reduce the tributary area to the existing pump station on Rainier Ave South to 25 acres. Description of Proposed Work Description of Proposed Work(Attach additional sheet(s)if necessary) Phase I involves the design and construction of the Shattuck Ave stormwater bypass system(new 48-inch dia.pipe)to be installed within the existing roadway,and restore roadway utilities to current standards.These improvements will reduce the tributary area to the stormwater pump station to less than half the current area and avoid upgrades/replacement of the existing stormwater pump station. Shattuck Ave,which runs parallel to Rainier Ave South,will be used to mitigate traffic routing during construction on Rainier Ave and will provide a barrier free alternative for pedestrians during construction. This alternative will provide considerable costs savings to the Rainier Ave South project. Local Agency Contact Person Title Phone Juliana fries Program Development Coordinator 425.430.7232 Mailing Address City State Zip Code 1055 S Grady W y Renton_ WA 98057 By Project Prospectus Approval Approving Authority Title Transportation Design Supervisor Date DOT Form 140-101 EF Page 1 of 3 Revised 7/2008 Agency Project TitleDate Nee *Ise City of Renton Rainier Avenue South(SR 167)Improvement 05/11/2009 Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ❑ New Construction ❑ Path/Trail ❑ 3-R varies 2 ® Reconstruction ❑ Pedestrian/Facilities ❑2-R ❑ Railroad 0 Parking ❑ Other ❑ Bridge Geometric Design Data Description Through Route Crossroad ❑ Principal Arterial 0 Principal Arterial Federal ® Urban ❑ Minor Arterial ❑ Urban 0 Minor Arterial Functional ® Collector CICollector Classification 0 Minor Collector 0or Collector Major Collector ❑ Rural ❑ Rural ❑ Minor Collector ❑Access Street/Road 0 Access Street/Road Terrain EI Flat 0 Roll 0 Mountain 0 Flat 0 Roll 0 Mountain Posted Speed 25 mph Design Speed N/A Existing ADT N/A Design Year ADT N/A Design Year N/A Design Hourly Volume(DHV) N/A Performance of Work Preliminary Engineering Will Be Performed By Others Agency consultant 99 % 1 % Construction Will Be Performed By Contract Agency contract 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 DOT Form 140-101 EF Page 2 of 3 Revised 7/2008 Agency Project Title Date City of Renton Rainier Avenue South(SR 167)Improvement 05/11/2009 Right of Way ® No Right of Way Required ❑ Right of Way Required `All construction required by the ❑ No Relocation ❑ Relocation Required contract can be accomplished within the existing right of way. Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project FAA Involvement Is any airport located within 3.2 kilometers(2 miles) of the proposed project? ® Yes 0 No Remarks Renton Airport is within the 2-mile area, but this project will have no affect. 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 Date By Mayor/Chairperson DOT Form 140-101 EF Page 3 of 3 Revised 7/2008 . _ .., 0 0 .... a , JIUndASW 5 • ir:,,,,, w , Stevens L ---\ N 4fOae � AVe V c) g s s q�e N S Valley Rd 9 / ` '9, and 2,440‘‘ SR 167 Ha OA o� r r 1.4e Pve S and wits P- f N A�5 Q ro T i t ntfurk yr "Si Morris Ave S IlYthitwor r ila firAvec, y N orri S III ill d Er, s LStIli ® 1 II Ave S IN MIR 0 _ � i N 10�a0nd S - C.10, Williams Ave S "' 1/4"—H(� liiii C7 MICII I ° "[,� Main Ave S �l M Renton Ave S Cedar Ave S I Renton Ave S l [ l1§ IF ; , , Nigh Ave. S Jones Ave. S 0 . a n., A °9P/ o� i's" ------, ,/ (-----•\? 1 ,1 1( �� Washington State Loca jtgency Agreement •• Department of Transportatior ow *4010 Agency City of Renton CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Address 1055 S Grady Way Renton, WA 98057 Project No. -- Agreement No. 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 Rainier Ave S (SR 167)Imp.Project-Ph 1: Shattuck Ave Stormwater Bypass Length 0.22 mi Termini South 4th Place to South 7th Street Description of Work This project is phase I of the Rainier Ave South project. Phase I involves the construction of the Shattuck stormwater bypass system(new 48-inch dia. pipe)to be installed within the existing Shattuck Ave roadway and restoration of the roadway to current standards. Estimate of Funding Type of Work (1) (2) (3) Estimated Total Estimated Agency Estimated Project Funds Funds Federal Funds PE a.Agency 0 % b. Other Consultant 61€,175.00 616,175.00 c. Other Federal Aid Participation d. State Ratio for PE e.Total PE Cost Estimate(a+b+c+d) 616,175.00. 616,175.00 Right of Way f.Agencyok g. Other h. Other Federal Aid - Participation i. State Ratio for RW j.Total R/W Cost Estimate(f+g+h+i) Construction k. Contract 1,772,400.00 1_772,400.00 I. Other Consultant m. Other Non-Participation 4,140.00 4,140.00 n. Other 100 % o.Agency 222,600.00 222,600.00 Federal Aid 5,000.00 5,000.00 Participation State > Ratio for CN q.Total CN Cost Estimate(k+I+m+n+o+p) 2,004,140.00 4,140.00 2,000,000.00 r.Total Project Cost Estimate(e+j+q) 2,620,315.00 620,315.00 2,000,000.00 Agency Official Washington State Department of Transportation By By Title Assistant Secretary for Highways and Local Programs Date Executed DOT Form 140-039 EF 1 Revised 09/2008 •�U. Local 'Agency Environmental WIWashington State Department of Transportation Classification Summary Part 1 Project Description ----- Federal --------Federal Aid Project Number Route Date Intent of Submittal 4 F,'k A 1/28/2009 0 Preliminary ® Final 0 Re-Evaluate Agency Federal Program Title City of Renton ® 20.205 0 Other Project Title Rainier Ave South(SR-167) Project Beginning MP Townships 23 North Ending MP Ranges 5 East Miles Sections 18 and 19 County Project Description -Describe the proposed project,including the purpose and need for the project. See attached Supplement. Part 2 Environmental Classification NEPA SEPA O Class I-Environmental Impact Statement(EIS) 0 Categorically exempt per WAC 197-11-800 ® Class II-Categorically Excluded(CE) CE Type(from 23 CFR 771.117) pi ® Determination of Non-Significance(DNS) 0 Projects Requiring Documentation 0 Environmental Impact Statement(EIS) (Documented CE)(LAG 24.22) ❑ Adoption 0 Programmatic CE MOU 0 Addendum O Class III-Environmental Assessment(EA) 0 Supplemental (For informational purpose only) NEPA Approval Signatures f Local Agency pproving Authority Date Re io al L I Programs Engineerf Date--2771/° //..3//0 Highways and .cal : •gra ironm t ngineer Date �/r�► `1 /7-f)-07 Fede al Highway Ad ration Date Completed By(Print Official's Name) Telephone (include area code) Fax(include area code) E-mail DOT Form 140-100 EF Page 1 of 8 Revised 09/2008 Noe Noe AM. -7-- Washington State Tr .n,t}ortation Building Vrir Department of T<at. i,_fr;. 1 ,:„ ,‘,c -3.rk-•Avenue S F Paula J. Hammond, P.E. i ,,,, 47330,..'. .: Secretary of Transporlat,or: 1 .)I;l VA 904-7300 - March 16, 2009 ;"_7.d), Mr. Greg Zimmerman -`0 -5388 MAR I 'd 2003 Public Works Administrator City of Renton 1055 S. Grady Way Renton, WA 98055-3232 American Recovery and Reinvestment Act )41): (ARRA) of 2009 Dear Mr. Zime WSDOT Highways & Local Programs (H&LP) is pleased to advise you that the following project was selected to receive funding through the American Recovery and Reinvestment Act of 2009 (ARRA). Rainier Avenue South (SR 167) Improvements Project— Phase 1: Shattuck Avenue Stormwater Bypass $2,000,000 ARRA funds are available at 100 percent federal, require no local match, and are limited to the amount shown above. There is no funding for increases, and project expenditures are not eligible for ARRA reimbursement until after WSDOT provides notice the funds are obligated. To obligate funding for this project, please refer to the Local Agency Guidelines (LAG) manual. Projects utilizing federal funds must be included in your current Transportation Improvement Program (TIP). Once your TIP amendment is complete, WSDOT will amend the Statewide Transportation Improvement Program(STIP). This project must be identified individually in the STIP. ARRA contains extensive requirements and expectations; failure to meet the items listed in this letter may result in the withdrawal of the ARRA funding or a delay in receiving progress payments. As a condition of your acceptance of these funds, your agency agrees to comply with the reporting requirements terms and conditions set forth in ARRA and as designated by the Federal Highway Administration (FHWA). These requirements include: • Adding the General Special Provision (GSP) to all the ARRA contracts that requires contractors and subcontractors complete monthly reports on the number of newly hired and existing employees. http://www.wsdot.wa.gov/Partners/APWA/ • Within five (5) business days of contract award providing H&LP with award date; contractor name, address, phone number, and e-mail address; and notice to proceed date. • A "monthly employment report" must be provided to H&LP summarizing the total employment for each ARRA contract for the contractor, subcontractor and local agency employees that worked directly on the project as shown through certified payrolls and/or the direct payroll system. http://www.wsdot.wa.gov/Partners/APWA/ %Be Nee • Submitting an ARRA quarterly project status report. An ARRA quarterly project status report must be updated by the end of each quarter until the project is complete. The report must also be updated within five (5) business days of achieving the following milestones: advertisement, bid opening, contract award, work start, open to traffic, and project closure. The online ARRA database can be found at the following website: http://www.wsdot.wa.gov/localprograms/. To access the database, your account name is Renton and your password is Rento553 (password is case sensitive). In order to meet the intent of ARRA concerning project delivery, the following rules and - expectations apply to this ARRA project: • July 1, 2009, is the target date for obligation of the ARRA funds to ensure that the state can deliver all of its ARRA funds. In the event that you are unable to meet that date, PSRC will further evaluate your project's viability. • Project advertisement is expected to occur within two (2) weeks after FHWA has authorized the construction phase. • Within one (1) month of award, in the event that an awarded contract is more than 10%under the estimate at authorization all ARRA funds in excess of this threshold will be de-obligated for use on other projects. • Projects must be completed by March 2, 2012. • After ARRA fund obligation, monthly progress bills must be submitted to H&LP. The success of this project is extremely important to everyone involved. Therefore, it is imperative you notify your Region Local Programs Engineer as soon as possible when issues arise that may affect meeting any of the project's milestones. Should you have any questions on how to pursue this project, please contact Ed Conyers, _ your Region Local Programs Engineer, at 206.440.4734. Sincerely,7)6:&\ IIP Kathleen B. Davis Director Highways & Local Programs Division cc: Ed Conyers, Northwest Region Local Programs Engineer, MS NB82-121 Bob Drewel, Executive Director, PSRC Charlie Howard, Transportation Director, PSRC CITY OF I ENTON JUL 13 2000 Washington State MED Transportation Building CITY CLLR FIOt. Department of Transportation 310 Maple Park Avenue S.E. Paula J. Hammond, P.E. P.O. Box 47300 Secretary of Transportation Olympia,WA 98504-7300 360-705-7000 TTY: 1-800-833-6388 www.wsdot.wa.gov June 30, 2009 Mr. Greg Zimmerman Public Works Administrator JUL 0 2 2009 City of Renton 1055 S. Grady Way Renton, WA 98057-3232 City of Renton Rainier Ave. S/Shattuck Ave. Stormwater Bypass ARRA-0167(044) American Recovery and Reinvestment Act (ARRA) of 2009 FUND AUTHORIZATION Dear Mr. • erman: We have received FHWA fund authorization, effective June 17, 2009, for this project as follows: PHASE TOTAL ARRA SHARE Construction $2,004,140 $2,000,000 Enclosed for your information and file is a fully executed copy of Local Agency Agreement LA-6916 between the state and your agency. All costs exceeding those shown on this agreement are the sole responsibility of your agency. ARRA contains extensive requirements and expectations; failure to meet the items detailed in the original ARRA selection letter and highlighted here may result in the withdrawal of the ARRA funding or a delay in receiving progress payments. These requirements and expectations include: • Submitting a quarterly ARRA status report. • Updating the ARRA status report within five (5) business days of achieving each of the milestones noted in the report. • Adding the GSP to all ARRA contracts that requires contractors to complete monthly employment reports. • Providing a monthly employment report summarizing the total employment for the project. Mr. Greg Zimmermosor Public Works Administrator Nuor City of Renton June 30, 2009 Page 2 • Obligating all of the ARRA funds by July 1, 2009. • Advertising for bids within two (2) weeks after FHWA has authorized the construction phase. • Within one (1) month of award, de-obligating excess ARRA funds for use on other projects. • Submitting monthly progress bills to H&LP. • Completing the project by March 2, 2012. Your project has been assigned construction contract number TA-3923. You may proceed with the administration of this project in accordance with your WSDOT approved Certification Acceptance agreement. Sincerely, gir Stephanie Tax Manager, Program Management Highways & Local Programs Division ST:jg:ac Enclosure cc: Ed Conyers, Northwest Region Local Programs Engineer, NB82-121 vapo, No. ti`SY O ADMINISTRATIVE, JUDICIAL, AND ;; eZI , LEGAL SERVICES DEPARTMENT • -N,vo� MEMORANDUM DATE: May 20, 2009 TO: Juliana Fries, PW-Program Coord FROM: t, ,) Sandi Weir, Records Management Specialist SUBJECT: CAG-09-103 —WSDOT ARRA Grant/Ph 1 Shattuck Av The attached original documents have been signed by City officials and are being returned to you for execution by other parties. When you receive the fully executed documents, please forward a signed original to the City Clerk's office for our permanent record file. This matter will be on a periodic call-up schedule to remind you of this requirement until our office receives the fully executed document. Thank you! Attachments 2cilicKLisT1 1ANrs green PERMIT City Clerk Number: rit-6't9 9" /CO (circle one) AGREEMENT Contract Type: (Assigned by City Clerk) STAFF NAME& EXTENSION NUMBER: JU I itatA4A. Fr+*.e- x 23.2 DIVISION/DEPARTMENT: RJR.779T/Dn1 b7(A) ADDENDUM NUMBER: TO CITY CLERK NUMBER: (if applicable) EDEN APPROVAL QUEUE: OS/pd3 p EXPIRATION DATE: /2131 /201/ CONTRACT CLASS: (circle one) Receivable Payable amor Misc. (no$) CONTRACTOR NAME: cIUS.DCiT — ft°�-►Q4 CST.//'i U1 /s CON.140 SHORT DESCRIPTION: , Ain 1ET AWE - MA 1- 7Z/C. /WC ,B"",4 S FULL OR ADDED DESCRIPTION: CITY OF RENTON 1. LEGAL REVIEW (Attach memorandum from city attorney.) MAY 19 2009 2. RISK MANAGEMENT REVIEW FOR INSURANCE (Attach memorandum from risk management.) RLCLp 3. INSURANCE CERTIFICATE AND/OR POLICY (Attach original.) CITY CLERkC'ti OFFICE 4. RESPONSE TO LEGAL OR RISK MGMT. CONCERNS (Explain in writing how concerns have been met.)- 5. PERFORMANCE BOND&VERIFICATION MEMO FROM STAFF (For public works contracts only.) 6. FEDERAL EXCLUDED PARTIES LIST VERIFICATION(Website is: www.epls.gov;attach printout of search results.) 7. CITY BUSINESS LICENSE NUMBER (Check EDEN or ask Finance Dept.) 8. ACCOUNTS PAYABLE W-9 VENDOR FORM: (Obtain if not already on file with Finance Dept.) 9. SUBMITTED CONTRACTS ARE SIGNED BY CONTRACTOR: Yes No (If not,provide explanation.) 10. FISCAL IMPACT: A. EXPENDITURE OR REVENUE: 446P. 02,060/000 B. AMOUNT BUDGETED: (Line Item;see 11.B.*) $ 11. PRIOR COUNCIL APPROVAL VIA AGENDA BILL PROCESS REQUIRED IF: (See policies 250-02&800-12.) A. CONTRACT OR ADDENDUM IS$20,000 OR OVER(NON-PUBLIC WORKS)OR$30,000 OR OVER (PUBLIC WORKS). B. *CONTRACT EXPENDITURE AMOUNT EXCEEDS BUDGETED AMOUNT;FUND TRANSFER NEEDED. C. ADDENDUM IS FOR THE SECOND AND ADDITIONAL TIME EXTENSIONS. D. INTERLOCAL AGREEMENT. (Most interlocal agreements require resolutions.) 12. DATE OF COUNCIL APPROVAL: (if applicable) She/0/- 13. RESOLUTION NUMBER: (if applicable) NlA 14. CONTRACTOR DETERMINED VIA: (circle one) Sole Source Consultant RosterRFP/SOQ Ad CFB Ad Phone Bid/Written Quote Application 15. KEY WORDS FOR CITY CLERK'S ELECTRONIC CARD FILE: 142 f"vnas Foie RA,eJlEi— ME —P 4 RA/a( JL A-ve- PH A: smetnricec ,4 5701-"-Prr BP' S Revised April 2008