19-067.00 USDOT FHA: Barker Grade Separation TIGER Grant 9 UNITED STATES OF AMERICA
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL HIGHWAY ADMINISTRATION
WASHINGTON,DC 20590
GRANT AGREEMENT UNDER THE
CONSOLIDATED APPROPRIATIONS ACT,2017
(PUB. L. 115-31,MAY 5,2017)
FOR THE NATIONAL INFRASTRUCTURE INVESTMENTS
DISCRETIONARY GRANT PROGRAM
(FY 2017 TIGER DISCRETIONARY GRANTS)
CITY OF SPOKANE VALLEY
BRIDGING THE VALLEY: BARKER ROAD GRADE SEPARATION PROJECT
FHWA FY 2017 TIGER Grant No. 9
This agreement is between the United States Department of Transportation (the "USDOT") and
the City of Spokane Valley(the"Recipient").It reflects the selection of the Recipient for an award
under the provisions of the Consolidated Appropriations Act,2017 (Pub.L. 115-31,May 5,2017),
regarding National Infrastructure Investments, as described in the Notice of Funding Opportunity
for the Department of Transportation's National Infrastructure Investments Under the
Consolidated Appropriations Act,2017, 82 FR 42426 (September 7, 2017) (the "NOFO"). In this
agreement, "FY 2017 TIGER Discretionary Grant"means an award under those provisions.
ARTICLE 1. AWARD TERMS AND CONDITIONS
1.1 Operating Administration. The Federal Highway Administration (the "FHWA") will
administer this agreement on behalf of the USDOT.In this agreement,the`Administering
Operating Administration"means the FHWA.
1.2 Purpose. The purpose of this award is to advance capital investments in surface
transportation infrastructure that will have a significant impact on the nation, a
metropolitan area, or a region. The parties will accomplish that purpose by achieving the
following objectives:
(t) timely completing the project that was described in the Recipient's technical
application, titled "Bridging the Valley: Barker Road Grade Separation Project", as
modified by the negotiated provisions on the project's material terms and conditions,
including sections 2.1, 2.2, and 2.3 and the attachments referenced in section 1.8; and
(2) ensuring that this award does not substitute for non-Federal investment in that project.
1
1.3 Federal Award Amount. The USDOT hereby awards a FY 2017 TIGER Discretionary
Grant in the amount of$9,020,149 for the period of performance. The USDOT shall not
provide funding greater than this amount under this agreement. The Recipient
acknowledges that USDOT is not liable for payments that exceed this amount.
1.4 Period of Performance. The period of performance for this award begins on the date of
this agreement and ends on the period of performance end date that is listed in section 2.2.
Under 2 C.F.R.200.309,the Recipient shall not charge to this award costs that are incurred
after the period of performance.
1.5 Urban or Rural Designation. Based on information that the Recipient provided to the
USDOT, including the technical application,the USDOT hereby designates the project to
be a project in a rural area, as defined in the NOFO. The Recipient shall comply with the
requirements that accompany that designation on minimum award size, geographic
location,and cost sharing.
1.6 Fund Obligation.
(a) As described in Attachment A, this project consists of a Base Phase for final design
and right-of-way acquisition and an Option Phase 1 for construction of the Barker Road
railroad overpass and Trent Avenue intersection roundabout construction.
(b) This agreement obligates the Base Phase amount of$2,452,000 for eligible costs in the
Base Phase.
(c) This agreement does not obligate funds for Option Phase 1. The parties may, by
amendment under article 6, obligate the Option Phase 1 amount of $6,568,149 for
eligible costs in Option Phase 1 if the FHWA Washington Division Office approves
the PS&E for the construction of the Barker Road railroad overpass and Trent Avenue
intersection roundabout construction and the Recipient has met all the applicable
Federal,State and local requirements prior to the start of construction. Further approval
for the Option Phase 1 is subject to the availability of funds.
1.7 Federal Award Identification Number.
The Federal Award Identification Number (the "FAIN") will be generated when the
FHWA Division Office authorizes the project in the Fiscal Management Information
System("FMIS").The Recipient acknowledges that it has access to FMIS and can retrieve
the FAIN from FMIS.
1.8 Attachments. This agreement includes the following attachments as integral parts:
Attachment A Statement of Work
Attachment B Estimated Project Schedule
Attachment C Estimated Project Budget
Attachment D Performance Measurement Table
2
ARTICLE 2. PROJECT AND RECIPIENT INFORMATION
2.1 Summary of Project's Statement of Work. (See Attachment A for additional details).
The project will replace an existing at-grade crossing at Barker Road with an overpass,
close a second at-grade crossing at Flora Road,and replace the intersection of Barker Road
and Trent Avenue with a roundabout.
The project will be completed in two phases:
i. a Base Phase for eligible final design and right-of-way acquisition costs; and
ii an Option Phase 1 for eligible construction costs associated with for the
construction of the Barker Road railroad overpass and Trent Avenue intersection
roundabout construction.
2.2 Summary of Project's Estimated Schedule. (See Attachment B for additional details).
Actual Completion of NEPA: November 30, 2018
Base Phase: Final Design and Right-of-Way Acquisition
Planned Start of Final Design: April 1, 2019
Planned Start of Right-of-Way Acquisition: April I,2019
Planned Completion of Final Design: February 29, 2020
Planned Completion of Right-of-Way Acquisition: March 31, 2020
Option Phase 1: Barker Road Railroad Overpass and Trent Avenue Intersection
Roundabout Construction
Planned PS&E Approval: June 30, 2020
Planned Construction Start Date: March 1, 2021
Planned Construction Substantial Completion
and Open to Traffic Date: June 30, 2023
Period of Performance End Date: December 30, 2023
Planned Project Closeout Date: March 30, 2025
3
2.3 Summary of Project's Estimated Budget. (See Attachment C for additional details).
TIGER Grant Funds and Additional Sources of Project Funds:
TIGER Discretionary Grant Amount: $ 9,020,149
Other Federal Funds': $ 6,719,921
State Funds2: $ 6,320,009
Local Funds3: $ 3,630,321
Other Funds4: $ 300,000
Total Project Cost: $25,990,400
l$6,000,000 (National Highway Freight Program) + $719,921 (FHWA's Safe,
Accountable,Flexible,and Efficient Transportation Equity Act:A Legacy for User's High
Priority Projects Program)=$6,719,921
2$1,320,009 (2017-2019 Washington State Transportation Budget) + $5,000,000
(Washington State Freight Mobility Strategic Investment Board) =$6,320,009
3City of Spokane Valley funds included in adopted City Budget
4Anticipated BNSF contribution
2.4 Recipient Cost Share Certification.
As negotiated,the Recipient hereby certifies that not less than $10,250,330 in non-Federal
funds are committed to fund the project. Out of this amount, $6,719,921 is the match for
Other Federal Funds in the project, and $3,530,409 is the match for the FY 2017 TIGER
Discretionary Grant.
2.5 Project's State and Local Planning Requirements.
2018 Statewide Transportation Improvement Program
ID: WA-06170 Title: Barker Road/BNSF Grade Separation Project
Spokane Valley 2019-2024 Six-Year Transportation Improvement Program
TIP Project Number: 2 Title: Barker Road/BNSF Grade Separation Project
2.6 Project's Environmental Approvals and Processes.
Environmental Documentation Type, Titles and Date: Documented Categorical Exclusion
(CE) completed November 13, 2018
Environmental Decision Type and Date: Signed Documented Categorical Exclusion (CE)
approved November 30, 2018
Name of Agency and Office Approving each Environmental Decision Document:
FHWA Washington Division
4
2.7 Recipient's and any Subrecipient's Unique Entity Identifiers.
Dun and Bradstreet Data Universal Numbering System No. (the "DUNS No.") of the
Recipient: 1682406170000
Name of any First-Tier Subrecipients (if applicable—to be reported if/when identified. If
not applicable please note is N/A): N/A
DUNS No. of First-Tier Subrecipient (if applicable — to be reported if/when identified):
N/A
2.8 Recipient Contacts.
Primary Contact
William Helbig
City Engineer
City of Spokane Valley
10210 E. Sprague Ave.
Spokane Valley, WA 99206
(509) 720-5320
bhelbiaAsookanevalley.oru
Secondary Contact
Gloria Mainz
Engineering Manager -
City of Spokane Valley
10210 E. Sprague Ave.
Spokane Valley, WA 99206
(509) 720-5014
gmantz(aispokaneval lev.org
WSDOT Contacts:
Keith Martin, PE
Local Programs Engineer
WSDOT Eastern Region
2714 N Mayfair Street
Spokane, WA 99207
(509) 324-6080
martink(a-lwsdot.wa.00v
Stephanie Tax
Manager,Program Management
WSDOT Local Programs
310 Maple Park Avenue
5
Olympia, WA 98504
(360) 705-7389
taxsnn,wsdot,wa.gov
ARTICLE 3. GENERAL REPORTING TERMS
3.1 Report Submission.The Recipient shall send all reports required by this agreement to all
of the USDOT contacts who are listed in Section 9.1.
3.2 Alternative Reporting Methods. The Administering Operating Administration may
establish processes for the Recipient to submit reports required by this agreement,
including electronic submission processes.If the Recipient is notified of those processes in
writing, the Recipient shall use the processes required by the Administering Operating
Administration.
3.3 Reporting as History of Performance. Under 2 C.F.R 200.205, any Federal awarding
agency may consider the Recipient's timely submission of the reports that this agreement
requires,or the Recipient's failure to timely submit those reports,when evaluating the risks
of making a future Federal financial assistance award to the Recipient.
3.4 Paperwork Reduction Act Notice. Under 5 C.F.R. 1320.6, the Recipient is not required
to respond to a collection of information that does not display a currently valid control
number issued by the Office of Management and Budget (the `OMB"). Collections of
information conducted under this agreement are approved under OMB Control No. 2105-
0563.
ARTICLE 4. PROGRESS REPORTING
4.1 Quarterly Project Progress Reports and Recertifications. On or before the 20th day of
the first month of each calendar year quarter and until Project Closeout,the Recipient shall
submit to the USDOT a Quarterly Project Progress Report and Recertification with the
form and content described in Exhibit H.If the date of this agreement is in the final month
of a calendar year quarter, then the Recipient shall submit the first Quarterly Project
Progress Report and Recertification in the second calendar year quarter that begins after
the date of this agreement.
4.2 Closeout Information.No later than 90 days after the period of performance end date that
is listed in section 2.2, the Recipient shall:
(1) submit a final Federal Financial Report (SF-425), a certification or summary of
project expenses, and any other information required under the Administering
Operating Administration's closeout procedures; and
(2) provide a report comparing the final work,schedule,and budget to the statement of
work described in section 2.1,the schedule described in section 2.2,and the budget
described in section 2.3.
6
4.3 Project Closeout. In this agreement, "Project Closeout"means the date that the USDOT
notifies the Recipient that the project is closed out. Under 2 C.F.R. 200.343, Project
Closeout should occur no later than one year after the Recipient liquidates all obligations
under this award and submits the reports identified in section 4.2.
ARTICLE 5. PERFORMANCE REPORTING
5.1 Performance Measure Data Collection.The Recipient shall collect the data necessary to
report on each performance measure that is identified in the Performance Measurement
Table in Attachment D.
5.2 Pre-project Performance Measurement Report. The Recipient shall submit to the
USDOT, on or before the Pre-project Report Date that is stated in Attachment D, a Pre-
project Performance Measurement Report that contains:
(1) baseline data for each performance measure that is identified in the Performance
Measurement Table in Attachment D, accurate as of the Pre-project Measurement Date
that is stated in Attachment D; and
(2) a detailed description of the data sources,assumptions,variability, and estimated levels
of precision for each measure.
5.3 Interim Performance Measurement Reports. After project completion, the Recipient
shall submit to the USDOT on or before each of the periodic reporting dates specified in
the Performance Measurement Table in Attachment D, an Interim Performance
Measurement Report containing data for each performance measure that is identified in
that table, accurate as of the final date of the measurement period specified in that table.
5.4 Project Outcomes Report. The Recipient shall submit to the USDOT, on or before the
Project Outcomes Report Date that is stated in Attachment D, a Project Outcomes Report
that contains:
(1) a narrative discussion detailing project successes and the influence of external factors
on project expectations;
(2) all baseline and interim performance measurement data that the Recipient reported in
the Pre-project Performance Measurement Report and the Interim Performance
Measurement Reports; and
(3) an ex post examination of project effectiveness relative to the baseline data that the
Recipient reported in the Pre-project Performance Measurement Report.
ARTICLE 6.AGREEMENT MODIFICATIONS
6.1 Bilateral Modifications. The parties may amend, modify, or supplement this agreement
by mutual agreement in writing signed by the USDOT and the Recipient.Either party may
request to amend, modify, or supplement this agreement by written notice to the other
party.
7
6.2 Limited Unilateral Modifications.
(a) The Recipient may update the contacts who are listed in section 2.8 by written notice
to all of the USDOT contacts who are listed in section 9.1.
(b) The USDOT may update the contacts who are listed in section 9.1 by written notice to
all of the Recipient contacts who are listed in section 2.8.
6.3 Other Modifications. The parties shall not amend,modify, or supplement this agreement
except as permitted under section 6.1 or section 6.2. If an amendment, modification, or
supplement is not permitted under section 6.1 and not permitted under section 6.2, it is
void.
ARTICLE 7. STATEMENT OF WORK, SCHEDULE,AND BUDGET CHANGES
7.1 Statement of Work Changes. If the project's activities differ from the statement of work
that is described in section 2.1 and Attachment A, then the Recipient shall request a
modification of this agreement to update section 2.1 and Attachment A.
7.2 Schedule Changes. If the project's substantial completion date changes to a date that is
more than three months after the substantial completion date listed in section 2.2 or a
schedule change would require the period of performance to continue after the period of
performance end date listed in section 2.2, then the Recipient shall request a modification
of this agreement to update section 2.2 and Attachment B.For other schedule changes,the
Recipient shall request a modification of this agreement to update section 2.2 and
Attachment B unless the USDOT has consented, in writing consistent with the
Administering Operating Administration's requirements,to the change.
7.3 Budget Changes.
(a) If any of the budget amounts that are listed in section 2.3 change from the amounts
listed in that section,then the Recipient shall request a modification of this agreement
to update section 2.3 and Attachment C. For other budget changes, the Recipient shall
request a modification of this agreement to update Attachment C unless the USDOT
has consented,in writing consistent with the Administering Operating Administration's
requirements,to the change.
(b) If the actual eligible project costs are less than the "Total Project Cost"that is listed in
section 2.3, then the Recipient may propose to the USDOT, in writing consistent with
the Administering Operating Administration's requirements, specific additional
activities that are within the scope of this award,as defined in sections 1.2 and 2.1.and
that the Recipient could complete with the difference between the"Total Project Cost"
that is listed in section 2.3 and the actual eligible project costs.
(c) If the actual eligible project costs are less than the "Total Project Cost" that is listed in
section 2.3 and either the Recipient does not make a proposal under section 7.3(b) or
the USDOT does not accept the Recipient's proposal under section 7.3(b),then:
8
(I) in a request under section 7.3(a), the Recipient shall reduce the Federal Share by
the difference between the "Total Project Cost" that is listed in section 2.3 and the
actual eligible project costs; and
(2) if that modification reduces this award and the USDOT had reimbursed costs
exceeding the revised award, the Recipient shall refund to the USDOT the
difference between the reimbursed costs and the revised award.
In this agreement, "Federal Share"means the sum of the"TIGER Discretionary Grant
Amount"and the"Other Federal Funds (if any)"amounts that are listed in section 2.3.
(d) The Recipient acknowledges that amounts that are required to be refunded under
section 7.3(c)(2) constitute a debt to the Federal Government that the USDOT may
collect under 2 C.F.R.200.345 and the Federal Claims Collection Standards(31 C.F.R.
parts 900-999).
7.4 USDOT Acceptance of Changes. The USDOT may accept or reject modifications
requested under this article 7, and in doing so may elect to consider only the interests of
the TIGER Discretionary Grant program and the USDOT. The Recipient acknowledges
that requesting a modification under this article 7 does not amend, modify, or supplement
this agreement unless the USDOT accepts that modification request and the parties modify
this agreement under section 6.1.
ARTICLE 8. TERMINATION AND EXPIRATION
8.1 USDOT Termination.
(a) The USDOT may terminate this agreement and all of its obligations under this
agreement if any of the following occurs:
(I) The Recipient fails to obtain or provide any non-TIGER Discretionary Grant
contribution or alternatives approved by the USDOT as provided in this agreement
and consistent with sections 2.2, 2.3, and 2.4;
(2) The Recipient fails to begin construction before May I, 2021;
(3) The Recipient fails to begin expenditure of award funds by June 15, 2021;
(4) The Recipient fails to achieve the Construction Substantial Completion and Open
to Traffic Date by September 30,2023;
(5) The Recipient fails to meet the conditions and obligations specified under this
agreement, including a material failure to comply with the schedule in section 2.2
even if it is beyond the reasonable control of the Recipient; or,
(6) The USDOT determines that termination of this agreement is in the public interest.
9
(b) In terminating this agreement under this section the USDOT may elect to consider only
the interests of the TIGER Discretionary Grant program and the USDOT.
8.2 Closeout Termination. This agreement terminates on Project Closeout.
8.3 Fund Liquidation,Adjustment, and Cancellation.
(a) The Recipient shall liquidate all obligations under this award not later than 90 days
after the period of performance end date that is listed in section 2.2. The Recipient
acknowledges that this period of availability for liquidation ends before the statutory
expenditure deadline identified in section 8.3(c).
(b) Liquidation and adjustment of funds under this agreement follow the requirements of
2 C.F.R. 200.343—.345.
(c) Outstanding FY 2017 TIGER Discretionary Grant balances are canceled by statute after
September 30, 2025, and are then unavailable for any purpose, including adjustments
and expenditures.
8.4 Reporting Survival. The reporting requirements set forth in articles 4 and 5 of this
agreement survive the termination of this agreement and the expiration of award funds.
ARTICLE 9. USDOT CONTACTS
9.1 USDOT Contacts. Except as authorized by the USDOT under section 3.2,the Recipient
shall send all notices, reports, and information required by this agreement to all of the
following contacts:
Tonya Jones
Finance Specialist
Federal Highway Administration—Washington Division
711 South Capitol Way, Suite 501
Olympia, WA 98501
(360)753-9488
tonva.lone sndot.gov
and
FHWA TIGER Program Manager
Federal Highway Administration
Office of Freight Management and Operations
1200 New Jersey Avenue, SE
Room E86-206
Washington,DC 20590
(202) 366-2639
FH W A-TIGER.Reportsladot.gov
and
10
OST TIGER Discretionary Grants Coordinator
United States Department of Transportation
Office of the Secretary
1200 New Jersey Avenue, SE
Washington, DC 20590
(202) 366-8914
TIGERGrants(ikdot.gov
ARTICLE 10. ADDITIONAL TERMS AND CONDITIONS
10.1 Catalog of Federal Domestic Assistance Information. This award is under the program
titled"National Infrastructure Investments,"with number 20.933 in the Catalog of Federal
Domestic Assistance.
10.2 Research and Development Designation. This award is not for research and
development.
10.3 Exhibits. This agreement includes the following exhibits as integral parts located at:
httns://opsfhwa.dot.gov/freight/infrastructure/tiger/fy17 tiger9 exhbt/fv17 tiger9 exhbt.
pdf
Exhibit A Legislative Authority
Exhibit B General Terms and Conditions
Exhibit C Applicable Federal Laws and Regulations
Exhibit D Grant Assurances
Exhibit E Responsibility and Authority of the Recipient
Exhibit F Reimbursement of Project Costs
Exhibit G Grant Requirements and Contract Clauses
Exhibit H Quarterly Progress Reports: Format and Content
10.4 Construction. If a provision in the exhibits or the attachments conflicts with a provision
in Articles 1 — 12, then the provision in Articles 1 — 12 prevails. If a provision in the
attachments conflicts with a provision in the exhibits,then the provision in the attachments
prevails.
ARTICLE 11. SPECIAL GRANT REQUIREMENTS
11.1 Railroad Agreement: As a condition for this project, the Recipient will have a written
agreement with BNSF Railway Company (BNSF) for work and operation within BNSF
right-of-way no later than March 30, 2020.
11.2 There are no special grant requirements for this project.
11
ARTICLE 12.EXECUTION
12.1 Counterparts. This agreement may be executed in counterparts, which constitute one
document. The parties shall execute this agreement in quadruplicate and intend each
countersigned original to have identical legal effect.
12.2 Effective Date. This agreement is effective when fully executed by authorized
representatives of the Recipient and the USDOT. The Recipient shall execute this
agreement and then submit four original signed copies of the agreement to the USDOT for
execution. This instrument constitutes a FY 2017 TIGER Discretionary Grant when it is
signed and dated by the authorized official of the USDOT.
12
EXECUTION BY THE USDOT
Executed this day of , 201_
Signature of USDOT's Authorized Representative
Daniel M. Mathis
Title: Division Administrator
13
EXECUTION BY CITY OF SPOKANE VALLEY,WASHINGTON
By signature below, the Recipient acknowledges that it accepts and agrees to be bound by this
agreement. A
Executed this Z- Ar day of 7 T1 J , 201/.
JJJJ4t-
Signature of Recipient's Authorized Representative
Mark Calhoun
Name of Recipient's Authorized Representative
City of Spokane Valley City Manager
Title
14
EXECUTION BY STATE DEPARTMENT OF TRANSPORTATION
By signature below, the State Department of Transportation (the "SDOT") acknowledges that it
agrees to act as a limited agent for the Recipient to assist in the receipt and disbursement of the FY
2017 TIGER Discretionary Grant obligated by this agreement and to perform such other
administrative and oversight duties with respect to the award and the project as the Recipient and
the SDOT shall agree upon between themselves.The SDOT acknowledges the fiduciary duty owed
to the parties to this agreement and will promptly disburse the award to the Recipient at Recipient's
direction and instructions. Further, the SDOT will comply with all applicable Federal laws,
regulations, executive orders, policies, guidelines, and requirements as they relate to the duties it
assumes under this agreement in compliance with the agreement's terms and conditions.
Executed this day of , 201_
Signature of State Department of Transportation
Designated Official Representative
Kathleen B. Davis
Name of State Department of Transportation
Designated Official Representative
WSDOT Local Programs,Director
Title
15
ATTACHMENT A
STATEMENT OF WORK
The project will replace an existing at-grade crossing at Barker Road with an overpass, close a
second at-grade crossing at Flora Road, and replace the intersection of Barker Road and Trent
Avenue with a roundabout.The project will extend 1,000 feet in the east,west,and south directions
from the intersection of State Route 290 (Trent Avenue)and Barker Road.
Major Project Activities
Preliminary Engineering Activities
Conceptual Engineering: this activity includes public and stakeholder outreach,traffic studies,
intersection control analysis.
Preliminary Engineering: this activity includes surveying, utility coordination, early BNSF
coordination, and completing 30 percent engineering design.
Environmental Review: this activity includes completing necessary studies to obtain SEPA and
NEPA approval.
Right of Way &Relocation Plan: this activity includes establishing property right needs for the
project and developing right-of-way and relocation plans.
Base Phase: Final Design and Right-of-Way Acquisition
Final Engineering &Design: this activity will complete the final engineering design of the
overpass,the closure of the at grade crossing at Flora Road, and the roundabout for the Barker
Road and Trent Avenue intersection.
Right of Way Acquisition& Certification
Final Construction Documents: this activity includes the preparation of the Plans, Specifications
and Estimate (PS&E)package for the project.
Option Phase 1: Barker Road Railroad Overpass and Trent Avenue Intersection
Roundabout Construction
Construction Bidding: this activity includes advertising the project to request bids for
construction.
Project Construction: this activity includes construction of the three project components
described below.
Barker Road Overpass: construction of an overpass to grade separate Barker Road at the
BNSF rail crossing, including clearing/grubbing, grading, bridge installation,retaining walls,
hot mix asphalt (HMA)paving, curb and gutter,asphalt shared use path, channelization,
signing, and landscaping.
16
Flora Road At-grade Crossing: closure of the BNSF Railroad at-grade crossing at Flora
Road, including installation of signage,barriers and turnaround.
Barker Road and Trent Avenue Intersection Roundabout: construction of roundabout at the
intersection of Barker Road and Trent Avenue, including clearing/grubbing, grading, rock
cutting,HMA paving, curb/gutter, channelization, signing and landscaping.
Construction Engineering
17
ATTACHMENT B
ESTIMATED PROJECT SCHEDULE
Actual Start of Preliminary Engineering: September 1, 2017
Actual End of Preliminary Engineering: March 30, 2019
Actual Completion of NEPA: November 30, 2018
Base Phase: Final Design and Right-of-Way Acquisition
Planned Start of Final Design: April I, 2019
Planned Completion of Final Design: February 29, 2020
Planned Start of Right of Way Acquisition: April 1,2019
Planned End of Right of Way Acquisition: March 31, 2020
Option Phase 1: Barker Road Railroad Overpass and Trent Avenue Intersection
Roundabout Construction
Planned PS&E Approval: June 30, 2020
Planned Construction Contract Award Date: January 1, 2021
Planned Construction Start Date: March 1,2021
Major Project Activity Planned Stan Date Planned End Date
Project Construction 3/1/2021 6/30/2023
Barker Road Overpass 3/1/2021 6/30/2023
Flora Road At-grade Crossing 3/1/2023 6/30/2023
Barker Road and Trent Avenue Intersection 3/1/2021 6/30/2023
Roundabout
Construction Engineering 1/1/2021 12/31/2023
Planned Construction Substantial Completion
and Open to Traffic Date: June 30,2023
Period of Performance End Date: December 30, 2023
Planned Project Closeout Date: March 30, 2025
18
CD O
O oorn 0
ca o 'n a to
y
'q r O K m d O
O b O O h O
SC.) O 00 0 0 O V �fl In
n
QI f9 69 69 CM ". — N
9
k' O
Z il
°' z
w
rd5 C. O- 0 CO V
q• 2.1 C O O O ti co
wo0 O O00 N
V 9.9V3 6�9 EA 69
F H
4 Q ea F.
co
o a�
- PIZ a, '�'� o 0 639 m
q W u
N oF co QQ 9 m
O 0
60C 0 0r 0 NI M 0 C
F .... a 'O C F C'O 00
W !-Li) 03 O �i w T 69 69 6 EC 6rn VD9
R
O
Y5. O co O
Wlc v 3-3 N _ oY ic e' 01
0 o a o
0.0 0•
O y JO•
iy 4 y b a' EA Ca
te in
EC
9
IS
n
0 p 0r .0 'O .G -'
ti a ` Yo
• C
co m
W N yal
C W - 9 EC
00 O 6
G
' t.m a 'L' C v `° p c L o :' p dN' m m°c o C 0,
v > F E o ••a
� E n ami E ami c v -. 0 'E z' t, . ovi €o o E u o m
oct
Q E m c E c ° v oo'C co .E ,w^ b = w
Z C .m, o c eu W`° C W CSi m 5 g q 'oh o- v g o u
a c-) wwww _ iz02E, 2331. 4 -1 ,323g
U a
W v
b 70
W
C
N
O
a
tot a o w v
o O .y o 'O o '''T o d o
O pj C O' 4' O T
W p
b O
00 Vi ER ER ER O 4"A U v
0 Q N
O O 0 o0
M
Ca 0 0 OV •O
co O O O in
G O O O (n Cl
G
0 0 O y Q +
O M en M T
04 fA K b4 ¢' b
G
a
to nr U o o w Pa
O a
N en N 1 O
Vi H ER 01 Cod )
Y
C co O O 449r-
49 a ,C
le co o i O O Oh co Oh N -F V O co
O O O c o b v W N
O In �D M Q O E O2
0Gd. yq ER cc N N M toa N y
H 64 ER O Ten by
b
'c, O 0 O a 0 .c' m
o GO 0 O N ,t, 'C .- >
O R O O O 00 b9 O ya, . '
h q O O O' M
'2) x O
W �c
LW coO co N W x
W
V 64 hT4-' O069 VN LY 69 ^NOo O NLm
000
afr
O
co O ] GN
O O co gO0 '
T. O O O' o �y . L in 'd }o
h .� r N n o
O r O <i ci) V3 0 cC.
h 9 6' ER s`O4 toi 0 ER N 0 O C "t
o �''a G° o.�+ F
cz 0 x 7 � 0 cI
co s O " m w w ti
d U >>
ini X b b NoQv -- gO
y- w T. 'n e 0 V+
i O
y 0 0 G �J y ..... G II 0 o R
,Z h L, V .O O N y �!, a0tl G yj O C 0 .[ h G - to N p
a w G v 0 a o v bn a s '- .°o u 'C v 'y .-" H t try "' .5 N a:
c �' aE. L+ g r^' V CEO00 0 sO,,'ad W 'S sO. g y 'O g O U a V .5 O W y O N 'O yr O
nz a o o b o 0 vi N j O '� Oy � 'O 0 m o o co o •0 0 °' L 'O C a 5 . --,�+
ODURI aa: at w6Um ¢ 4a' U W aUau � awF4 cU"
ATTACHMENT D
PERFORMANCE MEASUREMENT TABLE
Study Area: Extending 1,000 feet in the east, west, and south directions from the intersection of
State Route 290 (Trent Avenue) and Barker Road.
Pre-project Measurement Date: February 1, 2021
Pre-project Report Date: May 1, 2021
Project Outcomes Report Date: June 30, 2027
Table 1: Performance Measurement Table
`a ri ii iu, ma i . .rel
Safety Baseline Measurement:
Crash rates will be Annual average, Baseline Measurement:
measured and reported as a accurate as of the Pre-
Auto Crash project Measurement Pre-project Report Date
count of crashes per year Date
Rates by and identified by the Interim Performance
Type/Severity following severity Interim Performance Measures:
Measures:
categories: fatal, injury, For a period of 3 years,
and property-damage-only June 30, 2024 beginning August 30,
crashes. June 30, 2025 2024, annually
June 30, 2026
Baseline Measurement:
Annual average, Baseline Measurement:
Economic Competitiveness accurate as of the Pre-
The total volume of vehicle Project Measurement Pre-project Report Date
Average Daily traffic on a highway or Date Interim Performance
Traffic (ADT) road segment per day as Interim Performance Measures:
defined by the project study Measures: For a period of 3 years,
area. June 30,2024 beginning August 30,
June 30,2025 2024, annually
June 30,2026
Rail Track Economic Competitiveness Baseline Measurement: Baseline Measurement:
Grade The number of annual
Searation Annua] average,
P automobile crossings that accurate as of the Pre- Pre-project Report Date
21
are eliminated at an at- project Measurement Interim Performance
grade crossing as a result of Date Measures:
a new grade separation. Interim Performance For a period of 3 years,
Measures: beginning August 30,
June 30, 2024 2024
June 30, 2025
June 30, 2026
22