Loading...
HomeMy WebLinkAbout5613ORDINANCE NO. 5 6 1 3 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A LOCAL AGENCY AGREEMENT AND PROJECT PROSPECTUS, AUTHORIZING THE APPROPRIATION AND EXPENDITURE OF FEDERAL FUNDS FOR PROJECT NO. C1017, WEST MAIN AND UPRR CROSSING IMPROVEMENTS. WHEREAS, the City Council of the City of Auburn must adopt and approve all appropriations by Ordinance pursuant to Chapter 35A.33 RCW; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, DO ORDAIN AS FOLLOWS: Section 1. Pursuant to Chapter 35A.33 RCW, the City Council hereby approves the appropriation and expenditure of Federal funds in the amount of $250,000 for Project No. C1017, West Main and Union Pacific Railroad (UPRR) Crossing Improvements. City matching funds are not required. The Mayor and City Clerk are hereby authorized to execute the Local Agency Agreement to obligate the amount of $12,500 for the preliminary engineering phase of the project, a copy of which is attached hereto as Exhibit "A" and is incorporated herein by reference, and the Project Prospectus, a copy of which is attached hereto as Exhibit "B" and is incorporated herein by this reference. The Mayor and City Clerk are also authorized to approve and execute any future Ordinance No. 5613 December 3, 2001 Page 1 supplemental agreements thereto required for obligation of the remainder of the $250,000 and completion of phases of the project including but not limited to design, right-of-way, and construction. Section 2. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out the directions of this legislation. Section 3. This ordinance shall take effect and be in force five (5) days from and after its passage, approval, and publication, as provided by law. Ordinance No. 5613 December 3, 2001 Page 2 INTRODUCED: December 17. 2001 PASSED: December 17, 2001 APPROVED: December 17, 2001 � (� ,1�ok CHARLES A. BOOTH MAYOR ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: 4J.nolds, Micha City Attorney PUBLISHED: �3101 Ordinance No. 5613 December 3, 2001 Page 3 Washington State Adft �� Department of Transportation Agency City of Auburn AGDXVQOWV Address 25 West Main Street Auburn, WA 98001-4998 Local Agency Agreement CFDA No. 20.205 (Catalog of Federal Domestic Assistance) \ Project No. 5TYXII- �OC10 (0o5) Agreement No. M 5223 For OSC WSDOT Use 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 Tmnspomtion 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 West Main Street/ Union Pacific Railroad Crossing Gates Length •007 miles Termini West Main Street and Union Pacific Railroad Description of Work Install shoulder mounted cantilever signals and gates. Agency Official Washington State Department of ransportation By6y l o Title DOT Form 140-039 EF Ord. 5613 Revised 2/01 Exhibit 'A' Assistant Secretary for Highways and Local Programs Date Executed JAN 2 9 2002 Type of Work Estimate of Funding (t) (2) Estimated Total Estimated Agency Project Funds Funds (3) Estimated Federal Funds PE a. Agency 675.00 675.00 100 % b. Other Union Pacific Railreoad 11,600.00 11,600.00 c. Other Federal Aid Participation d. State 225.00 225.00 Ratio for PE e. Total PE Cost Estimate a+b+c+d 12,500.00 12,500.00 Right of Way f. A enc .Other h. Other Federal Aid Participation Ratio for RW i. State i. Total R/W Cost Estimate f+ +h+i Construction k. Contract I. Other UP Railroad m. Other n. Other 100 % Federal Aid Participation --- -- p. State Ratio for CN q. Total CN Cost Estimate k+l+m+n+o+ r. Total Project Cost Estimate (e+j+q) 12,500.00 12,500.00 Agency Official Washington State Department of ransportation By6y l o Title DOT Form 140-039 EF Ord. 5613 Revised 2/01 Exhibit 'A' Assistant Secretary for Highways and Local Programs Date Executed JAN 2 9 2002 Construction Method of Financing (Check Method Selected) State Ad and Award ❑ Method A - Advance Payment - Agency Share of total construction cost (based on contract award) ❑ Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of at $ Local Force or Local Ad and Award ® Method C - Agency cost incurred with partial reimbursement Provisions I. Scope of Work per month for months. 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 December 17 2001 , Resolution/Ordinance No. 5613 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 famish 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 inured 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 140-03e EF Revised 2/01 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 D{). 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 Government. Federal funding shall be in accordance with the Transportation Equity Act for the 21 st 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 Government. 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. 1. Preliminary Engineering, Right of Way Acquisition, and Audit Costs The Agency will pay for Agency incurred costs on the project. Following such payments, vouchers shall be submitted to the State in the format prescribed by the State, in duplicate, not more than once per month. The State will reimburse the Agency up to the amount shown on the face of this agreement 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 an indirect cost plan nas 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 Government (see Section IX). 2. 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 State, within (20) days after the execution of the construction contract, an advance in 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 Stale 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 Pedestal 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 DQ. 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 pmject (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 Forth 140-039 EF Revised 2101 X. Traffic Control, Signing, 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. A. 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 Govemmcnt 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 DHE 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 tarty 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 (FH WA 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 B, subpart D of the Executive Order. in zdditio'n, the Agency agrees that if it fails or refuses to 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 2101 XV. Venue for Claims and/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 instructions. (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 FWashington State MDepartment of Transportation Prefix Route Local Agency Federal Aid Project Prospectus Federal Aid Project Number n/a 1090 Date 12/3/2001 Local Agency Project Number C1017 WSDOT (Use Only) Federal Employer Tax ID Number 91-6001228 Agency Federal Program Title City of Auburn® 20.205 ❑ 20.209 ❑ Other Project Title West Main & UPRR Crossing Improvements ini From To Street at Union Pacific RailroadTo: Length of Project Award Type.007 R ® Local❑ LocalForces❑ State ❑Railroad cy City Number County Number County Name WSDOT Region Others 0055 17 King I al District Legislative Districts Urban Area Number TMA / MPO / RTPO 8,9 O 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. $12;500 $0 $12,500 January 02 R/W Const. $237,500 $0 $237,500 December 02 Total $250,000 $0 $250,000 Description of Existing Facility (Existing Design and Present Condition) Roadway Width Number of Lanes 44 feet 4 This crossing has multiple tracks immediately north and south of the crossing. The installation has cantilever and post mounted flashing lights, but no gates. Description of Proposed Work 2-R ® New Construction ❑ 3-R E] 2-R Width 44 feet Number of Lanes 4 Installation of shoulder mounted cantilever signals and gates. Local Agency Contact Person Title Phone Joe Welsh Transportation Planner 253.804.5050 Mailing Address City State Zip Code 25 W Main St Auburn WA 98001 By Design Approval Approving Authority (CA Agencies Only) Title City Engineer Date DOT Form 140-101 EF Ord. 5613 Revised 4/2000 Exhibit 'B' Page 1 of 3 Agency City of Auburn Project Title West Main & UPRR Crossing Improvements Date 12/3/2001 Geometric Design Data Description Through Route Crossroad Federal Functional Classification ❑ Principal Arterial ® Urban ❑ Minor Arterial [I Collector ❑ Major Collector ❑ Rural ❑ Minor Collector ❑ Access Street/Road ❑ Principal Arterial ❑ Urban ❑ Minor Arterial ❑ Collector ❑Major Collector ❑ Rural ❑ Minor Collector ❑ Access Street/Road Terrain ® Flat ❑ Roll ❑ Mountain []Flat ❑Roll []Mountain Posted Speed 30 mph Design Speed 35 mph Existing ADT 8444 Design Year ADT 9764 Design Year 2003 Design Hourly Volume (DHV) 1000 Accident - 3 Year Experience Year Property Damage Accidents Iniury Accidents Fatal Accidents Total Number of Accidents Number of Accidents Number of Injuries Number of Accidents Number of Fatalities 1998 1 0 0 0 0 1 1999 0 0 0 0 0 0 2000 0 0 0 0 0 0 Total Number of Accidents Attributable to Lack of havina the Pro osed Improvement 1 1 0 0 0 0 1 Performance of Work Preliminary Engineering Will Be Performed By Union Pacific Railroad Others 100 % Contract 100 % Agency % Agency % Construction Will Be Performed By Union Pacific Railroad 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 Forrn 140-101 EF Page 2 of 3 Revised 4/2000 Agency City of Auburn Project Title West Main & UPRR Crossing Improvements Date 12/3/2001 Right of Way ® No Right of Way Required All construction required by the contract can be accomplished within the existing right of way. ❑ Right of Way Required ❑ No Relocation ❑ Relocation Required Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project Utilities that are affected are privately owned power and communications lines. FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ® Yes ❑ No Remarks This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Date l �- i 1-0 1 DOT Form 140-101 EF Revised 412000 Agency (�c I�j t� (I U,�pLM..4, By eL,11ld� I o o t � Mayo0Gha!"%eq Page 3 of 3 r CITY OF AUBURN � AMN PROJECT LOCATION I 06/09/L700,4 10:18 FAX 253 931 3053 AML -D.p ..d I/ Transportation AUBURN ENGINEERING DEPT Local Agency Railway Agreement Federal Aid Safety Projects Highway -Railway Grade Crossing Warning Devices Local Agency Cl r y o Jr A U BLu 0- r,! _ gPrp W Number 5 T- PJC P- t O Q D C o0 5) Railway aN i o tj pAG f F iG 22.4 /L -¢o A "Aro ment Number The above parties having complied, or hereby agreeing to comply, with the terns and condition* sot forth In (1) Title 23, U.S. Codd, Nighwoya, (2) the regulations Issued pursuant thereto, and (5) the Policies and Proeedured promulgated by the Washington Stella Department of Transportatlon, relating to prade crossing warning devices, hereby agree to proceed with the accomplishment and oomplotlon of the project hereinafter described. Project Description ' Local Agency Rrrad NFune V4 EST A r ..1 t5-tQ.6E'i _ Location 4 us u >e ,J RaPWay Ung Name Location 5�p\TTL�E 5t,t(aptV t StOt.l _ - - i�•t . P. t � 1 . � O oeserlptlon of Work The site plan attached hereto as Exhibit C further desatbes the work. Conatruot'wn k ottimatW to be compteted in days, fdio"ng execution of this agreement and authorization to prooeed- "!r OereY lS /YIfUlfW, Y({tlGitlN G.fltlwl n. ILsn1 c...,+.w. •+ w.-+� •.• •+•� ••••_• The ab" porhaa further atipuleke that they agroo to anel wru Comply with the provislons set forth In the reverse WreoT and mage a part of this agreement. Whore a franchise or permit exists, the parties sham determine to what extent the franchise or permit is superseded by this agreement. Such determination should be in writing and atlached as part. of ttre 00Mr OM, Repair or replacement of damaged or obsolete signals. The cost of repair or replacement of the signals shell be borne on tho ratio of 7 $`Lo percent Local Agency and Z57o cereent railwev. This agrearnEr'rt Shag inure to the benefit or and be binding on the parties hereto. their Sucres�l o[� dslynG c!N Adopted by ResokAlonl0 In 5E 13 RES37LI RaYroFirt Offir9I Ow `'$ ,, Lal Agency OffIclal _ Title Local q _ Mata ' bit Date _ — - DOT gem, too -am FF awlaotl t=000 - - Type of Work Labor Nort-LsabOr Total t. Install Warding 00Yl 6 (Type) a. Fraight Material Handling b. Equipment Rental C. Expenses 52, l o Za to 5, 364- / ! 3 '3 3 3 7, 56 5 _ t 513, o -70 37, 5!v /5, % Z9- — _ _ / $, G Z9 a. Salvage e Otner 2. Engineering and AGCOundng 3. - Uabluty IMMIX a. Laborsurchtroe 94. 524, 5. Other Work oy Iiroad- U Yes tsd No FOUR A MOW hereto 8. Total Project Costs t Z2 8,b1 1-7 O 1 5 S 25 3 n 1 !P "!r OereY lS /YIfUlfW, Y({tlGitlN G.fltlwl n. ILsn1 c...,+.w. •+ w.-+� •.• •+•� ••••_• The ab" porhaa further atipuleke that they agroo to anel wru Comply with the provislons set forth In the reverse WreoT and mage a part of this agreement. Whore a franchise or permit exists, the parties sham determine to what extent the franchise or permit is superseded by this agreement. Such determination should be in writing and atlached as part. of ttre 00Mr OM, Repair or replacement of damaged or obsolete signals. The cost of repair or replacement of the signals shell be borne on tho ratio of 7 $`Lo percent Local Agency and Z57o cereent railwev. This agrearnEr'rt Shag inure to the benefit or and be binding on the parties hereto. their Sucres�l o[� dslynG c!N Adopted by ResokAlonl0 In 5E 13 RES37LI RaYroFirt Offir9I Ow `'$ ,, Lal Agency OffIclal _ Title Local q _ Mata ' bit Date _ — - DOT gem, too -am FF awlaotl t=000 06/09,'12004 10:18 FAX 253 931 3053 AUBURN ENGINEERING DEPT I, $cope of Work The Railway will provide all the work labor, motodak, and services to Install the warning devices hereinafter caged "signals" as described and Cot forth In the 'Project Description' and 'hsbmate of coat' The Local Agency Shall polform those services necessary to fadMato the prorassing of as necessary documents tequirea for me oiderty progress of the project in accordance with the policies and procedures of the Washington State nepanmilM of Transportation (hereinafter caged 'rlepartmem") ano the Federal Aid Puliuy Guide of the Federal Highway Administration (helCinal`W called 'FHWA." The Local Agency shall Install without expamo to the Railway advance warning signs, standard pavamant markings for railroad crossings, and guardrails or barriers to D~.. the signals from highway traffic when such protection is r"uilld. 11. Funding The Project will be financed In contorrmty with FHWA regulations adopted for safety knprovement projects authorized In the Transportation Equity Act for the 71st. t:entury, III. Payment Upon written authorization by the local Agency, the Railway may proceed with the proje& Fagowing exaoution 01 11114 agreement, progress bile may W submitted to the Local Agency for the cost of labor, materials, and other sorvlas provided to date of billings and as shown In the Estimate of Cost or supplemental estimates of cost fumishtd by the Railway and accepted by Iiia Local Agency, the Local Agency snail pay such progress billings promptly upon rawipt Final ants detailed Wittig of leg incurred crusts shall be made by rhe Railway within one year of project completion, and the Local Agency shag pay all eligible amounts of such bill, less proproas payments previously made, The Local Agency agrees to reimburse the Railway for tho amount shown in the Estimate of Coat for the actual cost of labor, material*, and other services furnichod by the Railway pursuant to thio agreomoM, provided the coats are eligible. IV. Avallabllity of Records AN project records in support of all costs Incurred and expenditures are to tie kept and maintained by the Railway and by the Local Agency to arcordanee with subchapler 6, Subpart H or Section 1A0.977(c) of the C.F,R, The records shag be open to inspection by the Deparbhhont and FHWA al leg roaeonabte tires and shag be retained and made avallabla for much inspeotion for a period of not leas than throe years from the final payment of any funds to the RaUway. V. Maintonanoo of Facility Upon completion of installation, the Ralkvay Shag operate and maintain the c mals as required by low. The local Agency will maintain the agivanes warning signs, tee standard pavement markings for railroad fsomings, and protecting 14001`5 Or guardrails at Loral Agency expense. How9ver, In rite event that any exlsttno or future lagWarlon makes federal, state, or other public funds avallatlie for the operation, maiidwinui e, repair, or replsoement of Signals at grade =s Ings, the local Agency shall cooperate with the Railway to severe said funds for the: operation, maintenance, repair, or replacement of the signals installed pursuant tarda. This mor ment mey be supplemented and amended as necessary for the operetion and maintenance of amid signals to qualify for such fundi,, Vl. Repair or Replla cement of Damaged or Obsolete Facility In the event one or more of the signets installed vndor this agreerrent oro partially or wholly destroyed and its or their replacement value or cost of repairing cannot the recovered from the parson or persons responsible for such destruction, then in OOT Form too -o" GF Rsvlsatl 1?rMW [a 003/011 that event, cost of repair of the signals or cost of Installation of a new signal or signals shall be barite on a ratio agreed upon by ltre: Railway and the Local Agency as specroad on the front hereof. if the damage to a signal is cawed by highway tnfgc, Local Agency will cooperate with the Railway in dotomrining the location and idenli6cation of the paellas responsible to the extent of makng accident records available. If said damaged signals Cannot. through ape, be maintakod or mouirs replacement by virtue of the ulmulesWmoe, then the met Of repipcing the signals shall be negotiated by the Local Agency and the Raaway as specified on the front hereof, with such state, federal, or other public funda as may be available at the time ouch replacement becomes neceasary. VIII. Disposition of Signals No Longer Required - If for any reason, sign* shall no longer be required at grade crossing and, In the opinion of the 112llvay and WSDOT Tran&Ald, they are not obeokete, the 41200 wig take ownership and arrange to have them relocated to sone other graft passing. it am relocation is agreed upon by the WSDOT TransAhd and the RONWay, the divisions of cost of such relocation shall b2 agreed upon bM99n the Local Agency and the Rall ways prior to such fetflOvel. If for any reason No signals snag no longer be required at the grade crossings and In the opinion of the Railway and WSDOT Tra isAid the signals are obsolete, the Rallway may rarnuve lire !jk"Is and crodd the Local Agency YAM the value of salvage rowvered Was coat of removal. The funds credited by the RalWaY will be reimbursed to the FHWA, VIII. Relocation Ropuired by Improvairnent In the event that either railway or highway Improvement will neoessilete a rearrangement of relocation or alternation of Ura existig signals at said crowing, the party whose improvement cauaea such changes shell bear the entire coal thereof wtthoul expenae to the other party, The Railway and W5001' rtansAid will make the dodclon as to whatter the signals or control circuits will he obsolete or inadoquata to aecorrwnodate, an improvement, sublect to eortforrnance with the policies and procedures promulpaled fly the Washington S1219 Ueparbnent of Ttaracirletion relating to grade crossing warning devices. IX, Nondiscrimination Provision H the Ralhwey enters into a oontfect or agreement With a conlreotw to perform any of the work whioh the Railway is required to perform under the terms or this agrearrwnt, to Railway for itaeH, leo assigns, and suocessom In interest, agrees that a wilt not unlawfully discriminate in its choice of 001111 ctOM and will include eg the nondicGinination provisions sol lorth in Exhibit G. attaohed hereto and made a part hereof, in any such contract or agreement. X. Audit of Federal Aid Project The DaparNonont, If services of a consultant are required. shall 00 responsible for audit of the consunanrs records to datermine eIIDIDle federal aid costs On the project The report of saki audit shall be in the Deloartment's rites and made avaliebla to the state and the federal government. An audit shag be conducted by the Department's Internal Audit Office in accordance with generally accepted govommontal auditing standards as issued by the United State General Aom riling Office by the Comptroller General of Neo United States; WSOOT Directive D27-50, Consultant Authorization, 6elootion, and Agreement Adminlairstion; and office of Monagernant and Budget circular A-128. If upon audit, it is found that an overpsynent of federal money in ineligible deme of cost has oocurred, the Railway shall roimburso the Local A94 hey for the amount of ouch overpayment in excene of participation (sem Section VIII). The funda'credked by the KeihvaY will be reimbursod to the FHWA. 61111.9 / DATE: 2004-06-11 ESTIMATE OF MATERIAL AND FORCE ACCOUNT WORK BY THE UNION PACIFIC RAILROAD DESCRIPTION OF WORK: REMOVE EXISTING CANTILEVER SIGNALS, INSTALL LED FL SIGNALS W/CANTS AND GATES, CWT CIRCUITRY, AND NEW CABIN AT WEST MAIN ST. IN AUBURN, WA. M.P. 161.80 ON THE SEATTLE SUB. RAILROAD TO PERFORM ALL WORK / COST DISTRIBUTED AS FOLLOWS: SIGNAL - CITY OF AUBURN 95% UPRR 5% PID: 45963 AWO: 42867 MP,SUBDIV: 161.80, SEATTLE SERVICE UNIT: 18 CITY: AUBURN STATE: WA DESCRIPTION QTY ----------- --- UNIT LABOR MATERIAL ---- ------------- RECOLL ------- UPRR ----- TOTAL ----- ENGINEERING WORK ENGINEERING 3025 2873 152 3025 LABOR ADDITIVE 103.45% 7489 7115 374 7489 SIG-HWY XNG 4215 4004 211 -------- 4215 TOTAL ENGINEERING ------- -------- 14729 -------- -------- 13992 737 14729 SIGNAL WORK BILL PREP 900 855 45 900 CONTRACT 9893 9398 495 9893 EARTH FILL/ROCK 3500 3325 175 3500 FOREIGN LINE FREIGHT 1979 1880 99 1979 LABOR ADDITIVE 103.45% 50855 48312 2543 50855 MATL STORE EXPENSE 4946 4699 247 4946 METER SERVICE 2500 2375 125 2500 PERSONAL EXPENSES 34565 32836 1729• 34565 SALES TAX 6430 6109 321 6430 SIGNAL 49158 98934 140689 7403 148092 TRANSPORTATION CHARGES 4408 4187 221 4408 -------- TOTAL SIGNAL --------------- 100913 167155 -------- -------- 254665 13403 268068 TRACK & SURFACE WORK LABOR ADDITIVE 103.45% 3671 3488 183 3671 PERSONAL EXPENSES 3000 3000 3000 SIG-HWY XNG 3548 3371 177 3548 -------- TOTAL TRACK & SURFACE ------- 7219 -------- 3000 -------- 9859 -------- 360 10219 --------------- LABOR/MATERIAL EXPENSE 122861 170155---------------- RECOLLECTIBLE/UPRR EXPENSE 278516 14500 -------- ESTIMATED PROJECT COST 293016 EXISTING REUSEABLE MATERIAL CREDIT 0 SALVAGE NONUSEABLE MATERIAL CREDIT 0 RECOLLECTIBLE LESS CREDITS THE ABOVE FIGURES ARE ESTIMATES ONLY AND SUBJECT TO FLUCTUATION. IN THE EVENT OF AN INCREASE OR DECREASE IN THE COST OR QUANTITY OF MATERIAL OR LABOR REQUIRED, UPRR WILL BILL FOR ACTUAL CONSTRUCTION COSTS AT THE CURRENT EFFECTIVE RATE. i i CONNECTS TO DRAWING 161.50 mmoxcs mPm• me a?�nm Hmm^3i .m ai mm m O Z D m x N = O a� mz m0 o z —iD I cnm I I cDfl< I M I CI177 I Iom Lz� 0 'V4 :0 ®Z O -I 0 x n nnoo r m aaaa I a 700 m a =Ca 3D-1 Ar-+-+ ar r mo m r CZ 'r>. rz= Ink m N u ' `F- o C = m ; S ° r D m r 9rr m v n2 a m -I comz cm m n n D cn m y UI r 'C-'0 9 L aim O MF, 3 -+r-1 m-1 �mC-1En �1;5 3 SDO N o7j71 -i r N.D m r r onwm n On1m�D m a C7 m 31 O Z z min Ul "" D� ,I = oN o �v zco o nvm xoy x c~zi m -1 mA = c� u -i moi m o m N Om 'C9 mmo +'Ani atom= u + v z ao ym 3T2 +m CID �(JI.uW A� ��cr�i cmc E;Ca x O 3 m = Dna orM Atm =m a a am= om-p+ zO0O umiirl NRmI K m m XMi O m omZ -mm O�7p N� -< -21 V) Dr to nm n N N zo $ mvm =9-I n m -.M m 0 3m c n mn--` m x--1� m� ~ NN .- c 2m E D O.mm Nim mry ~ cm� mm y 1m11 W N 3,0 m N y 7oOm T<~ ,r- N Z N =fo"1 N� C r D O Dxr arm atia r-+ H Amm mma Z OR o� a -� m o oma mm `I � n m ;V IG, myrn nz '+ a `m � cc • �n =Km m nz -ow -,l = G rX mva Sn PM A on m �m V Mtn o 9 m02 f%1= m� c c m z o N m n Z T O , o pm m r M nm _ N x e mm o 3> I D F• -I Nm V)m Z cr j z j m0 I 3I m� j m jzm mmoxcs mPm• me a?�nm Hmm^3i .m ai mm m O Z D m x N = O a� mz m0 o z —iD I cnm I I cDfl< I M I CI177 I Iom Lz� 0 'V4 :0 0 p 0 c mm m m m m -•� -� OO n n D � T'o m N o7j71 -i r N IZ 3T1Z 3C1 D = 3R1 3R2 :g 3T2 � m o N = m JzCD ~ Z =N N N C r a a � V N m r J N x e I�M+J Nm x= 2T2 2T1 m ®O 17clal 1 >: N IT2 D O x II �_ N+� VPI` V N r 4T 4C 4F + 4F 4C N in N �N CONNECTS TO DRAWING 161.81 ------------------ MEST MAIN STREET fiOEc.Jgt, �L u 'V4 :0 0 p 0 c mm m m m Om -+ml -•� -� OO n n D � xx m N o7j71 -i r N IZ 3T1Z 3C1 D W ❑ � ao 3R1 3R2 :g 3T2 u 06/09/2004 10:18 FAX 253 931 3053 AUBURN ENGINEERING DEPT Ia005/011 INTERROGATORIES Use additional paper as needed F1111 State name of highway and railway at crossing Intersection: Existing or proposed highway NIA mile post Existing or proposed railway UPRR milepost. 184 Located in NW 1%4 of the SE 114 of Sec. 13 Twp. 21 N Range 04E W.M. WUTC crossing number 6R161.80 DOT crossing number 396591A Street ftst Min St Ci Auburn County Kin (I app icsble) if applicable) 4 Character of crossing (indicate with X or numbers where applicable): (a) Common Carrier X Logging or Industrial 0 (b) Main Line X Branch line D Siding or Spur D (c) Total number of tracks at crossing 2 (Nota: A track separated 100 feet or more from another track constitutes a separate erossIng,) (d) Operating maximum train speed: Legal maximum train speed: Passenger N/A MPH Passenger NIA_ MPH Freight --7' MPH Freight MPH (a) Actual or estimated train traffic in 24 hours: Passenger Trains 0 Freight Trains 24 (Note: Round trip aountR as two trains. Include swite movements. IT W Chararter of Roadway: (a) State Highway - Clas4ification N/A (b) County Highway - Classification N/A (c) City Street - Classification Minor Arterial (d) Number of trafllc lanes existinq In each direction, 1 Number of additional traffic lenes proposed: 0 (e) Posted vehicle speed limit: Automobiles 30 MPH Trucks aL _MPH (f) Estimated vehicle traffic in 2d hours: Current total 7178, including 717 trucks and 62 school bus trips. Projected traffic in 16 years: total 16,400, including 1640 trucks and fit school bus trips. Page 2 06/09/2004 10:1.8 FAX 253 931 3053 AUBURN ENGINEERING DEPT fa006/011 [4] (a) If temporary, state for what purpose crossing is to be used and for how long. NIA (b) If temporary grade crossing, will you remove the crossing at completion of the activity requiring the temporary crossing? NIA [5j (a) State whether or not a safer location for a grade crossing exists within a reasonable distance in either direction from the proposed point of crossing, and if se, what rpa on, if any, why this safer location should not be adopted, even though In doing so, it may be necessary to relocate a portion of the highway or railway. NIA (b) Are there any hillsides, earth, or other embankments, buildings, trees, orchards, side tracks (on which cars might be spotted), loading platforms, etc., in the vicinity not feasible to move, which may obstruct the view and which can be avoided by relocating the proposed crossing. Would it be practical to do so? Please describe. NIA [6l (e) Is it feasible to construct and use an over or under crossing at the intersection of said railway and highway? If not, state why. NIA (b) Dies the railway line at any point in the vicinity of the proposed crossing pass over a fill or trestle or through a out where it is feasible to construct an under or over crossing, even though it may be necessary to relocate a portion of the highway to reach that point? NIA (c) If a suitable. place for an under - or over - crossing exists in the vicinity of the proposed crossing, state the distance and direction from the proposed crossing; the approximate cost of construction; and what, if any, reason exists why it should not be constructed. NIA Page 3 06/09/2004 10:18 FAX 253 931 3053 AUBURN ENGINEERING DEPT [ 7 1 (a) State approximate distance to nearest public or private crossing in each direction of railroad involved herein. NIA (b) If there is an existing crossing in near vicinity, or If more than one crossing Is proposed, is it feasible to divert highways served and to be served by existing and proposed crossings, thus eliminating the need for more than once crossing? NIA (c) If so, state approximate cost of highway relocation to effect such changes NIA (d) Will the proposed crossing eliminate the need for one or more existing crossings in the vicinity? If so, state direction and approximate distance to the crossing or crossings. NIA (e) If this crossing is authorized, do you propose to close any existing crossing or crossings? wa [81 State the lengths of views which are now available along the line of railway to travelers on the highway when approaching the crossing from either side of the railway and when at points on the highway as follows: Approaching crossing from..............(direction) an unobstructed view to right when on highway 300 feet from crossing of feet right when on highway 200 feet from crossing of feet right when an highway 100 feet from crossing of feet right when on highway 50 feet from crossing of feet right when on highway 25 feet from crossing of feet left when on highway 300 feet from crossing of feet left when on highway 200 feet from crossing of feet left when on highway 100 feet from crossing of feet left when on highway 50 feet from crossing of feet left when on highway 25 feet from crossing of feet Approaching crossing from........ (opposite direction) an obstructed view to right when on highway 300 feet from crossing of feet right when on highway 200 feet from crossing of feet right when on highway 100 feet from crossing of feet right when on highway 60 feet from crossing of feet right when on highway 25 feet from crossing of feet left when on highway 300 feet from crossing of feet left when on highway 200 feet from crossing of feet left when on highway 100 feet from crossing of feet left when on highway 50 feet from crossing of feet left when on highway 25 feet from crossing of feet Page 4 [a 007/011 06/09/2004 10:19 FAX 253 931 3053 AUBURN ENGINEERING DEPT Attaoh one or more prints showing the proposed signal installation (a plan view of the railroad highway grade crossing is preferred). Please specify clearance of warning devices from the tracks and roadway, Cantilever -length (if applicable), and gate length (if applicable). 'This information should be provided by the railroad company [10] (a) Is it feasible to provide a 25 foot level grade crossing on both sides from center line of railway at point of crossing? NIA (b) If not, state In feet the length of level grade it is feasible to obtain. NIA (c) Is it feasible to obtain an approach grade, prior to the level grade of five percent or less? If not, =to why, and state the percent approach grade possible. NIA [ 111 Do you know of any reason nett appearing in any of the answers to these interrogatories why the proposed crossing should not be made at grade or at the point proposed by you? If so, please state Came fully. NIA Interrogatories 12 and 13 are to be completed only it this petition involves inswun,11111. replacement or changing of automatic grade signal or other warning devioe, other than sawbucks. km (a) State in detail, the number and type of automatic signals or other warning devices (other than sawbuoke) proposed to be Installed. (This portion should be fulled in only after conference between the railroad and the petitioning local governmental agency,) This project will install shoulder mounted cantilever signals and gates. (b) State an estimate of the cost for installing the signals or other devices proposed, as obtained from the respondent railroad company ... $ 295,740 (c) State a cost estimate for maintaining the signals or devices for 12 months, as obtained from the respondent railroad company ... $ 10.000 (d) If this is an existing crossing, what will the proposed warning devices replace in the way of existing devices? The proposed warning devices will be replacing the existing cantilever and post mounted flashing lights and no gates. Page 5 [a 008/011 06/09/2004 10:19 FAX 253 931 3053 AUBURN ENGINEERING DEPT [6009/011 (e) As the petitioner, are you prepared to pay or will you promise to pay to the respondent r2llro2d company, your share of the cost of installing the warning devices proposed as provided by law? X Yes D No Cil Provide any additional Information supporting the proposal (i,e. what public benefits would he derived from its implementation?) Page 6 06/09/2004 10:15 FAX 253 931 3053 AUBURN ENGINEERING DEPT la011/011 INSTRUCTIONS General Petition forms with the Interrogatories fully and correctly answered should be filed with the Washington Utilities and Transportation Commission, Chandler Plaza, 1300 S. Evergreen Park Drive SW, PO Box 47250, Olympia, Washington, 98504. Blank forms may be obtained from the same address. All pleadings herein shall conform with WAC 480-09-420 and 425 of the Commission's Rules and Practice and Procedure. Number of Copies File the original and one copy if the "Waiver of Hearing by Respondent" is filled out. If petitioner intends that the Commission serve the respondent, the original and two copies should be filed. If the petitioner serves the respondent, a certificate of service in conformity with the requirements of WAC 480-09-120 of the Commission's Rules of Practice and Procedure must be filed. Parties Who May Petition or Respond In general, the following persons may file or rpapnnd to a petition: highway authorities (City, county, or state), railroad companies, and state agencies with lawful authority to construct and maintain public highways (RCW 81.53.030 and 060). In situations where there may be more than one party of interest as either a petitioner or a mspnndent, all Parties should he joined. Waiver of Hearing by Respondent The proceeding can usually be expedited by submitting the application to the respondent and securing the execution of the 'Waiver of Hearing by Respondent." As an alternative, respondent may file a separate "Answer.' If the pleadings show that the respondent has no objection, an order may be entered without hearing at the discretion of the Commission, unless the public interest appears to require hearing and unless hearing is required under the terms of RCW 81.53.030 or 060. In all other cases, the petition will be set for hearing. Crossing Construction Applications for crossing state highways should be submitted in duplicate to the District Highway Engineer in the locality for his recommendation to be attached and forwarded to the State Department of Transportation Ser..rptery. Olympia. A party, after having been granted authority by the Commission to construct a crossing, must acquire right of way or easement because the order of the Commission merely relates to public safety and grants only the right to Cross, subject to acquiring a right of way easement. Time for Replying to a Petition A petition not answered within 20 days of the date of service, shall be deemed denied and may be set for hearing. If a qualified or conditional answer Is filed by the respondent, the petitioner may file a "Reply" within 10 days of the date the "Answer" is served. (PLEASE REMOVE THIS SHEET BEFORE FILING PETITION) Page 8 QG/09/2004 10:119 FAX 253 931 3053 AUBURN ENGINEERING DEPT Docket No. Petition of crossing improvement at UPRR and W. Main ST for City of Auburn I have investigated the conditions existing at and in the vicinity of the proposed crossing changes. As a result, [oheok one or more of the following, as appropnate:] [X] I am satisfied that onnditions ar.. 8s represented in the petition and the Interrogatories and that the petition should be granted. JX] The cost of installation (estimated at $ [X] subject to approval and apportionment pursuant to the Intermodal Surface Transportation Act by the Washington State Department of Transportation Local Programs Division. [ ] as apportioned between the partles. [ ] to be paid by petitioner. Other conditions to waiver of hearing: The undersigned hereby waives hearing and further notice. The Washington lJfilities and Transportation Commission may enter a final order without further notice of hearing. Date at VA-asMugoo, on this day Of 20-.Q Respondent i. AIV. ' N At coflC by Name r✓ / �./-- Print a Title CHIEF ENGINEER Page 7 [a 010/011 641istent V ice�•eyiagnt