HomeMy WebLinkAbout102-24 - WSDOT - ContractWashington State
Department of Transportation
Local Programs State Funding
Agreement
Work by Public
Agencies
Agreement Number Maximum Amount Authorized
LA !083 $1,394,750
Participating Percentage Project Number
100% HLP-SR23(013)
Agency and Address
City of Port Orchard
216 Prospect Street
Port Orchard, WA 98366
Location and Description of Work (See also Exhibit "A")
Construct sidewalk, curb ramps, curb, gutter, stormwater
improvements, and bike lanes from north of the SR-16 overpass to SW
Hovde Rd. RRFBs will be installed at two intersections. Sewer main
will be installed from SW Berry Lake Rd to south of SW Hovde Rd.
This AGREEMENT is made and entered into between the STATE OF WASHINGTON, Department of
Transportation, acting by and through the Secretary of Transportation, hereinafter called the "STATE," and the
above named organization, hereinafter call the "AGENCY."
WHEREAS, the AGENCY is planning the work shown above, and in connection therewith, the AGENCY has
requested financial assistance for the project or program, and
WHEREAS, the AGENCY has requested funds for the above shown project or program, which has been
selected by the STATE for funding assistance.
NOW THEREFORE, in consideration of the terms, conditions, covenants, and performances contained herein,
or attached and incorporated and made a part hereof, IT IS MUTUALLY AGREE AS FOLLOWS:
Type of Work
Estimate of Funding
(1)
Estimated Total
Project Funds
(2)
Estimated Agency
Funds
(3)
Estimated
State Funds
PE
a. Agency
b. Other Consultant
$ 177,860.00
$ 177,860.00
c. Other Consultant (Ineligible/Nonfunded)
$ 99,596.00
$ 99,596.00
d. State Services
$ 5,000.00
$ 5,000.00
e. Total PE Cost Estimate (a+b+c+d)
$ 282,456.00
$ 104,596.00
$ 177,860.00
Right of Way
f. Agency
g. Other
h. Other
i. State Services
J. Total RM Cost Estimate (f+g+h+i)
$ 0.00
$ 0.00
$ 0.00
Construction
k. Contract
(.Other
m. Other
n. Other
o. Agency
p. State Services
q. Total CN Cost Estimate (k+I+m+n+o+p)
$ 0.00
$ 0.00
$ 0.00
r. Total Project Cost Estimate (e+j+q)
$ 282,456.00
$ 104,596.00
$ 177,860.00
DOT Form 140-087 Page 1
Revised 06/2022
I1V
General
The AGENCY agrees to perform the above described work in accordance
with the Project Application attached hereto as "ExhibitN' and made a
part of this AGREEMENT.
Plans, specifications, and cost estimates shall be prepared by the
AGENCY in accordance with the current State of Washington Standard
Specifications for Road, Bridge, and Municipal Construction and adopted
design standards, unless otherwise noted. The AGENCY will incorporate
the plans and specifications into the AGENCY's project and thereafter
advertise the resulting project for bid and, assuming bids are received
and a contract is awarded, administer the contract, or if the project is of
a size which the AGENCY is authorized to perform with its own forces
under the laws of the State of Washington, the AGENCY may proceed
with its own forces.
All work performed under this AGREEMENT shall comply with the
applicable provisions of state law.
II
Payment
The STATE, in consideration of the faithful performance of the work to
be performed by the AGENCY, agrees to reimburse the AGENCY for
the percentage of the actual direct and related indirect cost of the work
shown above, up to the "MAXIMUM AMOUNT AUTHORIZED". The
agency will comply with Governmental Accounting Auditing and Financial
Reporting Standards and applicable state law and local regulations,
policies and procedures. No payment will be made for work done prior to
execution of this AGREEMENT.
Partial payments shall be made by the STATE, upon request of the
AGENCY, to cover costs incurred. These payments are not to be more
frequent than one (1) per month. It is agreed that any such partial
payment will not constitute agreement as to the appropriateness of any
item and that, at the time of the final audit, all required adjustments will
be made and reflected in a final payment. The AGENCY agrees to submit
a final bill to the STATE within forty-five (45) days after the AGENCY has
completed work.
The AGENCY agrees that all costs in excess of the amount authorized
and the AGENCY's matching funds shall be the responsibility of the
AGENCY.
Audit
The AGENCY agrees that an audit may be conducted by the STATE.
During the progress of the work and for a period not less than three (3)
years from the date of final payment to the AGENCY, the records and
accounts pertaining to the work and accounting thereof are to be kept
available for inspection and audit by the STATE and copies of all records,
accounts, documents, or other data pertaining to the project will be
furnished upon request. If any litigation, claim, or audit is commenced,
the records and accounts along with supporting documentation shall
be retained until all litigation, claim, or audit finding has been resolved
even though such litigation, claim, or audit continues past the three-year
retention period.
Legal Relations
No liability shall attach to the AGENCY or the STATE by reason of
entering into this AGREEMENT except as expressly provided herein.
V
Nondiscrimination
The AGENCY agrees to comply with all applicable state and federal
laws, rules, and regulations pertaining to nondiscrimination and agrees
to require the same of all subcontractors providing services or performing
any work using funds provided under this AGREEMENT.
VI
Venue
For the convenience of the parties to this AGREEMENT, it is agreed that
any claims and/or causes of action which the AGENCY has against the
STATE, growing out of this AGREEMENT or the project or program with
which it is concerned, shall be brought only in the Superior Court for
Thurston County.
VII
Termination
The Secretary of the Department of Transportation may terminate this
AGREEMENT if the funding becomes unavailable or if the Secretary
determines that it is in the best interest of the STATE,
VIII
Final Report and Final Inspection
Within ninety (90) days following the completion of the project and
submission of the final billing for the project, a final report and/or final
inspection shall be submitted to the Director, Highways & Local Programs
containing the following information:
l pn-Capital Projects
1. A description of the project or program.
2. A summary of actual costs of the project or program.
3. An evaluation of the project or program. This should address
aspects such as transportation and/or other benefits to the
public.
Capital Projects
1. A final inspection is required.
IX
Supplement
This agreement may be modified or supplemented only in writing by
parties.
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT on the day and year last written below.
AGENCY STATE Digitally signed by Stephanie
" —� Stephanie Tax pate; 2024.03.20 16:30:54
Title:
Director, Local Programs
�� � �
Agency Date: 2 /2 12 0 z +-1 Date:
DOT Form 140-087 Page 2
Revised 06/2022
Exhibit A
Project Summary HLP-SR23(013)
Program: Safe Routes To School
Date: May 2023
Agency: City of Port Orchard
Project Title: Sidney Rd Non -motorized Improvement Project (from SR16 to Hovde)
Project Description: New marked crosswalk, crossing advance stop bars, Rectangular Rapid Flashing
Beacons (RRFBs), pedestrian scale crossing illumination, ADA curb ramps, sidewalk (6'+) with curb,
sidewalk (5'+) with curb and buffer, bike lanes
Detailed Project Description: (south to north)
1) On Sidney Road SW between SW Hovde Road and a point "200' north of SR-16 overpass install
a. Sidewalk (6' wide + with curb and gutter, some areas will be separated by a buffer: east
side of road from SW Hovde Rd to Glenwood Rd SW (-340'); west side of the road from
Glenwood Rd SW to Birch Rd SW (-600'); west side of the road from north boundary of
mini -storage development to the northern terminus —200' north of SR-16 overpass
(-1,500'), with exception of 5' wide for short segments (<100') adjacent to a culvert that
narrows the available street ROW width and (320') between SW Hovde Rd and
Glenwood Rd SW with limited ROW availability.
b. Street lighting along school frontage (and otherwise as noted at intersections) providing
illumination of pedestrian areas (some locations of illumination included in separate
federally funded project)
c. Bike lanes (6' wide), where sidewalks are constructed
2) At the intersection of Sydney Rd SW and SW Hovde Rd install
a. Marked crosswalks (1, east leg)
b. ADA curb ramps (1)
c. Advance stop bars
3) At the intersection of Sidney Rd SW and Glenwood Rd SW install
a. RRFBs (2) on SW and SE corners
b. Advance stop bars
c. ADA curb ramps (4)
d. Marked crosswalks (2, south leg and west leg)
e. Pedestrian scale crossing illumination (1)
4) At the intersection of Sidney Rd SW and SW Birch Rd install
a. Updated marked crosswalks (south leg and west leg) to align with curb ramps
b. Advance stop bars
c. ADA curb ramps (4), including 2 on path to school entrance
d. RRFBs (2) on SW and SE corners
e. Pedestrian scale crossing illumination (3) (included in separate federally funded project)
5) At the intersection of Sidney Rd SW and SW Berry Lake Rd install
a. ADA curb ramps (4)
b. Marked crosswalk (1, revised to align with new curb ramp on south leg)
c. Advance stop bars
d. Pedestrian scale crossing illumination (4) (included in separate federally funded proje)
Page 1 of 2
Project Schedule:
Begin PE
10/23
Environmental Documents Approved
12/24
Right -of -Way Approved
1/25
Estimated Contract Ad
4/25
Estimated Contract Award Date
5/25
Open to Traffic
12/25
Project Cost and Award Amount:
Phase
Total Project Cost
Amount Requested
Amount Awarded
$1.77,860
Preliminary Engineering)
$235,000
$177,860
Right -of -Way
$0
$0
$0
Construction
$1,707,140
$1,216,890
$1,216,890
Match
$547,390
N/A
N/A
Total
$1,942,140
$1,394,750
$1.,394,750
If you agree to the project summary described above, please sign below and return to Charlotte
Clavbrooke or Brian Wood.
Concurrence: I agree to the project summary described above.
Approving Authority Name (Print):
Approving Authority Signature:
Date: E;, I I • -Z
Page 2 of 2