HomeMy WebLinkAbout03-071 - WA State Department of Transportation (WSDOT) - Interurban Avenue South Street ImprovementWWashington State
A;Departmentof Transportation
tARM 03-otCcs
Local Agency Agreement Supplement
Agency
City of Tukwila
Supplement Number
1
Federal Aid Project Number
STPUL-1045 (007)
Agreement Number
LA -5518
CFDA No. 20.205
(Catalog of Federal Domestic Assistance)
The Local Agency requests to supplement the agreement entered into and executed on April 14, 2003
All provisions in the basic agreement remain in effect except as modified by this supplement.
The changes to the agreement are as follows:
Project Description
Name Interurban Avenue South
Termini S 143 St to Fort Dent Way
Length 0.900 miles
Description of Work ® No Change
Reason for Supplement
Request funding of construction phase. The anticipated advertisement date is August 15, 2013.
Does this change require additional Right of Way or Easements? 0 Yes ® No
T e of Work
yp
Estimate of Funding
(1)
Previous
Agreement/Suppl.
(2)
Supplement
(3)
Estimated Total
Project Funds
(4)
Estimated Agency
Funds
(5)
Estimated
Federal Funds
PE a. Agency
86.5 % b. Other Consultant
449,465.00
449,465.00
60,678.00
388,787.00
c. Other
Federal Aid
d. State
8,000.00
8,000.00
1,080.00
6,920.00
Participation
Ratio for PE e. Total PE Cost Estimate (a+b+c+d)
457,465.00
457,465.00
61,758.00
395,707.00
Right of Way f. Agency
% q. Other
Federal Aid h. Other
Participation
Ratio for RW i. State
j. Total RNV Cost Estimate (f+g+h+i)
Construction k. Contract
2,148,584.00
2,148,584.00
290,059.00
1,858,525.00
I. Other Consultant CM
289,017.00
289,017.00
39,017.00
250,000.00
% m. Other Non-Particip. (TIB)
5,000,000.00
5,000,000.00
5,000,000.00
0.00
86.5
3,139,545.00
3,139,545.00
3,139,545.00
0.00
Aid n. Other Non-Particip. (Local)
Federal
Participation o. Agency
33,270.00
33,270.00
4,491.00
28,779.00
Ratio for CN p. State
10,000.00
10,000.00
1,350.00
8,650.00
q. Total CN Cost Estimate (k+l+m+n+o+p)
10,620,416.00
10,620,416.00
8,474,462.00
2,145,954.00
r. Total Project Cost Estimate (e+j+q)
457.465.00
10.620.416.00
11.077.881.00
8.536.220.00
2.541.661.00
The Local Agency further stipulates that pursuant to said Title 23, regulations and po icies and procedures, and as a condition
to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions.
Agency Offici Washin ' on Stat: D:. artment of jransportation
-Aida
Title Maynr
By
DOT Form 140-041 EF
Revised 03/2011
By
Director of Highways and Local Programs
Date Executed
5 7, 13
` � �2 G‘-/6/, -S
Department of Transportat
Washington State
03-07!
Agency City of Tukwila
fie)
Address 6200 Southcenter Boulevard
Tukwila, WA 98188
Localli►gency Agreement
CFDA No. 20.205
(Catalog of Federal Domestic Assistance)
Project No. 5`TF L— 104SCo0`1)
Agreement No.
LA 5518
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 Govemment, 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 Interurban Avenue South
Termini S 143rd Street to Fort Dent Way
Length 4,500 Feet
Description of Work
Reconstruct and overlay the existing roadway and construct curb and gutter, drainage, sidewalk, landscaping,
illumination, utility undergrounding, channelization, signing, and signal interconnect.
Type of Work
Estimate of Funding
(1)
Estimated Total
Project Funds
(2)
Estimated Agency
Funds
(3)
Estimated
Federal Funds
PE a. Agency
86.5 % b. Other Consultant
449,465.00
60,678.00
388,787.00
c. Other
Federal Aid d. State
Participation
8,000.00
1,080.00
6,920.00
Ratio for PE e. Total PE Cost Estimate (a+b+c+d)
457,465.00
61,758.00
395,707.00
Right of Way f. Agency
g. Other
h. Other
Federal Aid i. State
Participation
Ratio for RW j. Total RNV Cost Estimate (f+g+h+i)
Construction k. Contract
I. Other
m. Other
n. Other
% o. Agency
Federal Aid
p. State
Participation
Ratio for CN q. Total CN Cost Estimate (k+I+m+n+o+p)
r. Total Project Cost Estimate (e+j+q)
457,465.00
61,758.00
395,707.00
Agency Officia
S
By 24(0 3 By
Washington State Department of Transportation
Title mayor
DOT Form 140-039 EF
Revised 10/01
1
Assistant Secretary for Highways and Local Programs
APR 14 X1003
Date Executed
ORDINALS
Construction Method of Financie
State Ad and Award
(Check Method Selected)
•
❑ Method A - Advance Payment - Agency Share of total construction cost (based on contract award)
❑ Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of
$ at $
per month for months.
Local Force or Local Ad and Award
® Method C - Agency cost incurred with partial reimbursement
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as
a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set
forth below. Adopted by official action on
Provisions
I. Scope of Work
The Agency shall provide all the work, labor, materials, and services
necessary to perform the project which is described and set forth in detail in
the "Project Description" and "Type of Work."
When the State acts for and on behalf of the Agency, the State shall be
deemed an agent of the Agency and shall perform the services described and
indicated in "Type of Work" on the face of this agreement, in accordance with
plans and specifications as proposed by the Agency and approved by the State
and the Federal Highway Administration.
When the State acts for the Agency but is not subject to the right of control
by the Agency, the State shall have the right to perform the work subject to the
ordinary procedures of the State and Federal Highway Administration.
II. Delegation of Authority
The State is willing to fulfill the responsibilities to the Federal Government
by the administration of this project. The Agency agrees that the State shall
have the full authority to carry out this administration. The State shall review,
process, and approve documents required for federal aid reimbursement in
accordance with federal requirements. If the State advertises and awards the
contract, the State will further act for the Agency in all matters concerning the
project as requested by the Agency. If the Local Agency advertises and awards
the project, the State shall review the work to ensure conformity with the
approved plans and specifications.
III. Project Administration
Certain types of work and services shall be provided by the State on this
project as requested by the Agency and described in the Type of Work above.
In addition, the State will furnish qualified personnel for the supervision and
inspection of the work in progress. On Local Agency advertised and awarded
projects, the supervision and inspection shall be limited to ensuring all work is
in conformance with approved plans, specifications, and federal aid
requirements. The salary of such engineer or other supervisor and all other
salaries and costs incurred by State forces upon the project will be considered a
cost thereof. All costs related to this project incurred by employees of the State
in the customary manner on highway payrolls and vouchers shall be charged as
costs of the project.
IV. Availability of Records
All project records in support of all costs incurred and actual expenditures
kept by the Agency are to be maintained in accordance with local
government accounting procedures prescribed by the Washington State
Auditor's Office, the U.S. Department of Transportation, and the Washington
State Department of Transportation. The records shall be open to inspection
by the State and Federal Government at all reasonable times and shall be
retained and made available for such inspection for a period of not less than
three years from the final payment of any federal aid funds to the Agency.
Copies of said records shall be furnished to the State and/or Federal
Govemment upon request.
V. Compliance with Provisions
The Agency shall not incur any federal aid participation costs on any
classification of work on this project until authorized in writing by the State
for each classification. The classifications of work for projects are:
DOT Form 140-039 EF 2
Revised 10/01
, Resolution/Ordinance No.
1. Preliminary engineering.
2. Right of way acquisition.
3. Project construction.
In the event that right of way acquisition, or actual construction of the road, for
which preliminary engineering is undertaken is not started by the closing of the
tenth fiscal year following the fiscal year in which the agreement is executed, the
Agency will repay to the State the sum or sums of federal funds paid to the
Agency under the terms of this agreement (see Section IX).
The Agency agrees that all stages of construction necessary to provide the
initially planned complete facility within the limits of this project will conform to
at least the minimum values set by approved statewide design standards
applicable to this class of highways, even though such additional work is financed
without federal aid participation.
The Agency agrees that on federal aid highway construction projects, the
current federal aid regulations which apply to liquidated damages relative to the
basis of federal participation in the project cost shall be applicable in the event the
contractor fails to complete the contract within the contract time.
VI. Payment and Partial Reimbursement
The total cost of the project, including all review and engineering costs and
other expenses of the State, is to be paid by the Agency and by the Federal
Govemment. Federal funding shall be in accordance with the Transportation
Equity Act for the 21st Century (TEA 21), as amended, and Office of
Management and Budget circulars A-102, A-87 and A-133 The State shall
not be ultimately responsible for any of the costs of the project. The Agency
shall be ultimately responsible for all costs associated with the project which
are not reimbursed by the Federal Govemment. Nothing in this agreement
shall be construed as a promise by the State as to the amount or nature of
federal participation in this project.
The Agency shall bill the state for federal aid project costs incurred in
conformity with applicable federal and state laws. The agency shall mimimize
the time elapsed between receipt of federal aid funds and subsequent payment of
incurred costs. Expenditures by the Local Agency for maintenance, general
administration, supervision, and other overhead shall not be eligible for federal
participation unless an indirect cost plan has been approved by WSDOT
The State will pay for State incurred costs on the project. Following
payment, the State shall bill the Federal Government for reimbursement of
those costs eligible for federal participation to the extent that such costs are
attributable and properly allocable to this project. The State shall bill the
Agency for that portion of State costs which were not reimbursed by the
Federal Govemment (see Section IX).
1. Project Construction Costs
Project construction financing will be accomplished by one of the three
methods as indicated in this agreement.
•
Method A — The Agency will place with the Stat in (20) days after
the execution of the construction contract, an advan the amount of the
Agency's share of the total construction cost based on the contract award.
The State will notify the Agency of the exact amount to be deposited with the
State. The State will pay all costs incurred under the contract upon
presentation of progress billings from the contractor. Following such
payments, the State will submit a billing to the Federal Government for the
federal aid participation share of the cost. When the project is substantially
completed and final actual costs of the project can be determined, the State
will present the Agency with a final billing showing the amount due the State
or the amount due the Agency. This billing will be cleared by either a
payment from the Agency to the State or by a refund from the State to the
Agency.
Method B — The Agency's share of the total construction cost as shown
on the face of this agreement shall be withheld from its monthly fuel tax
allotments. The face of this agreement establishes the months in which the
withholding shall take place and the exact amount to be withheld each month.
The extent of withholding will be confirmed by letter from the State at the
time of contract award. Upon receipt of progress billings from the contractor,
the State will submit such billings to the Federal Government for payment of
its participating portion of such billings.
Method C — The Agency may submit vouchers to the State in the format
prescribed by the State, in duplicate, not more than once per month for those
costs eligible for Federal participation to the extent that such costs are
directly attributable and properly allocable to this project. Expenditures by
the Local Agency for maintenance, general administration, supervision, and
other overhead shall not be eligible for Federal participation unless claimed
under a previously approved indirect cost plan.
The State shall reimburse the Agency for the Federal share of eligible
project costs up to the amount shown on the face of this agreement. At the
time of audit, the Agency will provide documentation of all costs incurred on
the project.
The State shall bill the Agency for all costs incurred by the State relative
to the project. The State shall also bill the Agency for the federal funds paid
by the State to the Agency for project costs which are subsequently
determined to be ineligible for federal participation (see Section IX).
VII. Audit of Federal Consultant Contracts
The Agency, if services of a consultant are required, shall be responsible
for audit of the consultant's records to determine eligible federal aid costs on
the project. The report of said audit shall be in the Agency's files and made
available to the State and the Federal Government.
An audit shall be conducted by the WSDOT Internal Audit Office in
accordance with generally accepted governmental auditing standards as
issued by the United States General Accounting Office by the Comptroller
General of the United States; WSDOT Manual M 27-50, Consultant
Authorization, Selection, and Agreement Administration; memoranda of
understanding between WSDOT and FHWA; and Office of Management
and Budget Circular A-133.
If upon audit it is found that overpayment or participation of federal
money in ineligible items of cost has occurred, the Agency shall reimburse
the State for the amount of such overpayment or excess participation (see
Section IX).
VIII. Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal
Office of Management and Budget (OMB) Circular A-133 as well as all
applicable federal and state statutes and regulations. A subrecipient who
expends $300,000 or more in federal awards from all sources during a
given fiscal year shall have a single or program -specific audit performed
for that year 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 report is transmitted promptly to the State.
IX. Payment of Billing
The Agency agrees that if payment or arrangement for payment of any of
the State's billing relative to the project (e.g., State force work, project
cancellation, overpayment, cost ineligible for federal participation, etc.) is
not made to the State within 45 days after the Agency has been billed, the
State shall effect reimbursement of the total sum due from the regular
monthly fuel tax allotments to the Agency from the Motor Vehicle Fund.
No additional Federal project funding will be approved until full payment is
received unless otherwise directed the Assistant Secretary for Highways and
Local Programs.
DOT Form 140-039 EF
Revised 10/01
3
X. Traffic Control, Si., Marking, and Roadway
Maintenance
The Agency will not permit any changes to be made in the provisions for
parking regulations and traffic control on this project without prior approval of
the State and Federal Highway Administration. The Agency will not install or
permit to be installed any signs, signals, or markings not in conformance with the
standards approved by the Federal Highway Administration and MUTCD The
Agency will, at its own expense, maintain the improvement covered by this
agreement.
XI. Indemnity
The Agency shall hold the Federal Government and the State harmless from
and shall process and defend at its own expense all claims, demands, or suits,
whether at law or equity brought against the Agency, State, or Federal
Government, arising from the Agency's execution, performance, or failure to
perform any of the provisions of this agreement, or of any other agreement or
contract connected with this agreement, or arising by reason of the participation
of the State or Federal Government in the project, PROVIDED, nothing herein
shall require the Agency to reimburse the State or the Federal Government for
damages arising out of bodily injury to persons or damage to property caused by
or resulting from the sole negligence of the Federal Government or the State.
No liability shall attach to the State or Federal Government except as expressly
provided herein.
XII. Nondiscrimination Provision
The Agency shall not discriminate on the basis of race, color, national origin,
or sex in the award and performance of any USDOT-assisted contract and/or
agreement or in the administration of its DBE program or the requirements of 49
CFR Part 26. The Agency shall take all necessary and reasonable steps under 49
CFR Part 26 to ensure nondiscrimination in the award and administration of
USDOT-assisted contracts and agreements. The WSDOT's DBE program, as
required by 49 CFR Part 26 and as approved by USDOT, is incorporated by
reference in this agreement. Implementation of this program is a legal obligation
and failure to carry out its terms shall be treated as a violation of this agreement.
Upon notification to the Agency of its failure to carry out its approved program,
the Department may impose sanctions as provided for under Part 26 and may, in
appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or
the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.).
The Agency hereby agrees that it will incorporate or cause to be incorporated
into any contract for construction work, or modification thereof, as defined in the
rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is
paid for in whole or in part with funds obtained from the Federal Government or
borrowed on the credit of the Federal Government pursuant to a grant, contract,
loan, insurance, or guarantee or understanding pursuant to any federal program
involving such grant, contract, loan, insurance, or guarantee, the required contract
provisions for Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the
Local Agency Guidelines.
The Agency further agrees that it will be bound by the above equal
opportunity clause with respect to its own employment practices when it
participates in federally assisted construction work: Provided, that if the
applicant so participating is a State or Local Government, the above equal
opportunity clause is not applicable to any agency, instrumentality, or
subdivision of such government which does not participate in work on or under
the contract.
The Agency also agrees:
(1) To assist and cooperate actively with the State in obtaining the compliance
of contractors and subcontractors with the equal opportunity clause and rules,
regulations, and relevant orders of the Secretary of Labor.
(2) To furnish the State such information as it may require for the supervision
of such compliance and that it will otherwise assist the State in the discharge of
its primary responsibility for securing compliance.
(3) To refrain from entering into any contract or contract modification subject
to Executive Order 11246 of September 24, 1965, with a contractor debarred
from, or who has not demonstrated eligibility for, government contracts and
federally assisted construction contracts pursuant to the Executive Order.
(4) To carry out such sanctions and penalties for violation of the equal
opportunity clause as may be imposed upon contractors and subcontractors by the
State, Federal Highway Administration, or the Secretary of Labor pursuant to Part
II, subpart D of the Executive Order.
In addition, the Agency agrees that if it fails or re o comply with these
undertakings, the State may take any or all of the following actions:
(a) Cancel, terminate, or suspend this agreement in whole or in part;
(b) Refrain from extending any further assistance to the Agency under the
program with respect to which the failure or refusal occurred until satisfactory
assurance of future compliance has been received from the Agency; and
(c) Refer the case to the Department of Justice for appropriate legal
proceedings.
XIII. Liquidated Damages
The Agency hereby agrees that the liquidated damages provisions of 23
CFR Part 630, Subpart 305, as supplemented, relative to the amount of
Federal participation in the project cost, shall be applicable in the event the
contractor fails to complete the contract within the contract time. Failure to
include liquidated damages provision will not relieve the Agency from
reduction of federal participation in accordance with this paragraph.
XIV. Termination for Public Convenience
The Secretary of the Washington State Department of Transportation may
terminate the contract in whole, or from time to time in part, whenever:
(1) The requisite federal funding becomes unavailable through failure of
appropriation or otherwise.
(2) The contractor is prevented from proceeding with the work as a direct
result of an Executive Order of the President with respect to the prosecution
of war or in the interest of national defense, or an Executive Order of the
President or Governor of the State with respect to the preservation of energy
resources.
(3) The contractor is prevented from proceeding with the work by reason
of a preliminary, special, or permanent restraining order of a court of
competent jurisdiction where the issuance of such order is primarily caused
by the acts or omissions of persons or agencies other than the contractor.
(4) The Secretary determines that such termination is in the best interests
of the State.
DOT Form 140-039 EF
Revised 10101
XV. Venue for Claims/or Causes of Action
For the convenience of the parties to this contract, it is agreed that any
claims and/or causes of action which the Local Agency has against the State of
Washington, growing out of this contract or the project with which it is
concerned, shall be brought only in the Superior Court for Thurston County.
XVI. Certification Regarding the Restrictions of the Use
of Federal Funds for Lobbying
The approving authority certifies, to the best of his or her knowledge and
belief, that:
(1) No federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any federal agency, a member of Congress,
an officer or employee of Congress, or an employee of a member of Congress in
connection with the awarding of any federal contract, the making of any federal
grant, the making of any federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification
of any federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will
be paid to any person for influencing or attempting to influence an officer or
employee of any federal agency, a member of Congress, an officer or employee
of Congress, or an employee of a member of Congress in connection with this
federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit the Standard Form - LLL, "Disclosure Form to Report
Lobbying," in accordance with its instrrctio ns.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all subawards at all tiers (including
subgrants, and contracts and subcontracts under grants, subgrants, loans, and
cooperative agreements) which exceed $100,000, and that all such subrecipients
shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification as a prerequisite for making or entering into this transaction
imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the
required certification shall be subject to a civil penalty of not less than $10,000
and not more than $100,000 for each such failure.
Additional Provisions
4
lk Si'LL w/&3tj7/ L.I Agency Federal Aid
Project Prospectus
WashingtonWState
ros ectus
Department of Transportation
Prefix
Route
(
Federal Aid
Project Number
STPUL
1045
Date
3/20/2003
Local Agency
Project Number
94-RW16
(WSDOT)
\Use Only
Federal Employer
Tax ID Number
91-6001519
A ency
City of Tukwila
Federal
Program
20.205
■
Title
20.209
• Other
Project Title
Interurban Avenue South
Project Termini From
South 143rd Street
To
Fort Dent Way
From: To:
Length of Project
4,500 Feet
Award Type
_. Local
■ Local Forces
IN State
• Railroad
Federal
:.
Agency
FHWA
• Others
City Number
1320
County Number
17
County Name
King
WSDOT Region
1
Congressional District
9
Legislative Districts
11
Urban Area Number
1
TMA / MPO / RTPO
PSRC
.....
:.,
Phase:
.
.. TOOL
;. °�sfim ted Cost: ' °°
Neatest Hundred„Dopar
IAgency.
oFundig
Nearest Hundred Dollar)
Federal Funds
(Nearest Hundred Dollar)
.
Month to Year ..•
P.E.
$457,500
$61,800
$395,700
January 2004
RNV
Const.
Total
$457,500
$61,800
$395,700
DescriptionofExistin fiF'aciii (Exustin Desi n;and Present, Condition)°
Roadway Width
54 Feet
Number of Lanes
4 to 5
Interurban Ave S is a principal arterial with two (2) through lanes in each direction and a center two way left turn
lane. The few existing sidewalk segments are not connected and do not run the entire length of the project.
Illumination is substandard, drainage problems exist, and the pavement section is failing.
Description of':Propased WO*
_4
New Construction
■
3-R
•
2-R
Roadway Width
56 Feet
Number of Lanes
4 to 5
This project will reconstruct and overlay the existing roadway and construct curb and gutter, drainage, sidewalk,
landscaping, illumination, utility undergrounding, channelization, signing, and signal interconnect.
Local Agency Contact Person
Robin Tischmak
Title
Senior Engineer
Phone
(206) 433-0179
Mailing Address
6300 Southcenter Blvd., Suite 100
City
Tukwila
State
WA
Zip Code
98188
By- *
•� t
Design Approval Approving Authority
(CA Agencies Only) Title City Engineer Date 9/24:-/0_1,
DOT Form 140-101 EF
Revised 4/2000
Page 1 of 3
ORIGINAL
Agency
City of Tukwila
Project Title
Interurban Avenue South
Date
3/20/2003
Geometric Design Data
Description
Through Route
Federal
Functional
Classification
® Urban
❑ Rural
® Principal Arterial
p Minor Arterial
p Collector
p Major Collector
p Minor Collector
p Access Street/Road
❑ Urban
❑ Rural
Terrain
® Flat p Roll p Mountain
Crossroad
p Principal Arterial
p Minor Arterial
p Collector
Major Collector
p Minor Collector
p Access Street/Road
p Flat p Roll p Mountain
Posted Speed
Design Speed
Existing ADT
35 mph
35 mph
21,465
Design Year ADT
Design Year
26,700
2025
Design Hourly Volume (DHV)
2,670
Accildenf - 3 Year ; yT'`
Injury Accidents
Fatal Accidents
Year
Property
Damage
Accidents
Number of
Accidents
Number of
Injuries
Number of
Accidents
Number of
Fatalities
Total Number
of Accidents
2000
17
4
5
0
0
21
2001
13
5
6
1
1
19
2002
11
4
6
0
0
15
TotahNumber 4f Accidente:Attributable to Lack of having: the Proposed Improvement
19
7 10
1
1
27
Perl,ormanceof Wotk
Preliminary Engineering MI fie Performed By
Consultant
Others
100 %
Agency
%
Construction Will Be Performed By
Contractor and Consultant
Contract
100 %
Agency
%
Enitiron i en
1Ctassiftcatibit
® Final 0 Preliminary
❑ Class I - Environmental Impact Statement (EIS)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreement
❑ Class III - Environmental Assessment (EA)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreement
El Class II - Categorically Excluded (CE)
Projects Requiring Documentation
(Documented CE)
Environmental Considerations
The environmental documentation will be made available at a later date.
DOT Form 140-101 EF
Revised 4/2000
Page 2 of 3
Agency
City of Tukwila
Project Title
Interurban Avenue South
Date
3/20/2003
Right of Way
❑ Right of Way Required
❑ No Relocation
❑ Relocation Required
►"_ No Right of Way Required
* All construction required by the
contract can be accomplished
within the existing right of way.
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
Overhead utilities will be relocated underground. Minor relocations and adjustments are expected. Relocations
and adjustments of non -City owned utilities will occur in accordance with existing franchise agreeements.
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed project?
0 Yes ® No
Remarks
This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and
is not inconsistent with the agency's comprehensive plan for community development.
Date
DOT Form 140-101 EF
Revised 4/2000
Agency City of Tukwila
ByC:3")
Mayor/Chairperson
Page 3 of 3