HomeMy WebLinkAboutAG 23-117 - WSDOTRETURN TO: PW ADMIN EXT: 2700 ID #: 4205
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATINGDEPT/DIv: PUBLIC WORKS Capital Projects
2. ORIGINATING STAFFPERSON: Jeff HUynh EXT: 2721 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
® OTHER SI1 P_I71xi-nm
4. PROJECT NAME: S 348th St NHS Preserveration Project
5. NAME OF CONTRACTOR: WSDOT
ADDRESS: TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: TITLE:
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # . EXP.
7. TERM: COMMENCEMENT DATE: T�kJ'nl 1�'2� COMPLETION DATE:�m
8. TOTAL COMPENSATION: $. > > `b . oc O' co (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: d YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 13 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: n RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: C36241
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
d PROJECT MANAGER JH/2/16/2023
6 DIVISION MANAGER qv DioWllysgn MChftlm Mullen
Dull: 2W3 011 10:U:]g-09'Og'
8 DEPUTY DIRECTOR DSW 2122123
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 2/23/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: Na COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: n/a COUNCIL APPROVAL DATE:
11. CONTRACT
I 41 ci I2�
❑ SENT TO VENDOR/CONTRACTOR
DATE SENT: 2 13 DATE REC' D: t
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND
FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
11 SIGNATORY (MAYOR OR DIRECTOR)
6 CITY CLERK
4 j-qjw3
❑ ASSIGNED AG #
XG# - - k n
❑ SIGNED COPY RETURNED
DATE SENT: IL _ 1
COMMENTS:
EXECUTE " " ORIGINALS
1 /2020
RETURN TO: PW ADMIN EXT: 2700 ID #: 4205
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Capital Projects
2. ORIGINATING STAFF PERSON. Jeff Huynh _ EXT: 2721 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
m OTHER Supplement I RFR 923-006
4. PROJECT NA,ME: S 348th St NHS Preserveration Project
5. NAME OF CONTRACTOR: WSDOT
ADDRESS: TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: TITLE.
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/_ UBI # . EXP. _/_/_�r
7. TERM: COMMENCEMENT DATE: Aq n \ \-I 12�i Z�j COMPLETION DATE: DK, 4 Ij ` iaO2 is
8. TOTAL COMPENSATION: $- I, I i (o / OloO • D u (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: C36241
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED. INITIAL / DATE APPROVED
6 PROJECT MANAGER JH/2/16/2023
8 DIVISION MANAGER g"" Dada wDM1 "e muu."
DV.: 2021022110:U
8 DEPUTY DIRECTOR DSW 2/22123
A DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 2/23/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: "a COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: " a COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING 2 12-9123
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: r 19 L23
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
6 SIGNATORY (MAYOR OR DIRECTOR) _-
d CITY CLERK
❑ ASSIGNED AG # AG#
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
ExCCUTE" "ORIGINALS
1/2020
i
Washington State
Department of Transportation
April 19, 2023
Mr. Edward Walsh, PE
Public Works Director
City of Federal Way
33325 8' Avenue South
Federal Way, Washington 98003
City of Federal Way
S. 348" Street
NHPP-1012(001)
FUND AUTHORIZATION
Dear Mr. Walsh:
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY. 1-800-833-6388
www.wsdot.wa.gov
We have received FHWA fund authorization, effective April 17, 2023, for this project as follows:
PHASE
Construction
TOTAL
$1,026,000
FEDERAL SHARE
$1,026,000
The following are required to ensure compliance with federal and state requirements:
• Advertisement of the project within six weeks of construction authorization.
• Submit the Award Data to the Region Local Programs Engineer prior to construction start.
• Show continuous project progress through monthly billings, until the project is complete.
Failure to show continuous progress may result in the project becoming inactive per 23 CFR
630.106(a) (5) and subject to de -obligation of all federal funds and agreement closure.
Enclosed for your information and file is a fully executed copy of Supplement Number 1 to Local
Agency Agreement LA10198 between WSDOT and your agency. All costs exceeding those shown
on this agreement are the sole responsibility of your agency. Any costs incurred after the Project
Agreement End Date shown on the supplement are not eligible for federal reimbursement. In
addition, all eligible costs incurred prior to the End Date must be billed within sixty (60) days of
the End Date or they are ineligible for federal reimbursement.
You may proceed with the administration of this project in accordance with your WSDOT approved
Certification Acceptance agreement.
Sincerely,
Sf-r 4,t' e- T-ax
Stephanie Tax
Manager, Program Management
Local Programs
ST:jg:ml
Enclosure
cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
� Washington State Local Agency Agreement Supplement
W// Department of Transpoitation
gency upplement Number `
City of Federal Way 1 1
Federal Aid Project Number Agreameni Number CFDA No. 5 - Highway Planning
NHPP-1012(001) ILA10198 and Construction
All provisions in the basic agreement remain in effect except as modified by this supplement.
The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment
(2 CFR Part 180). Additional changes to the agreement are as follows:
Project Description
Name S 348th St NHS Preservation Project
Termini 9th Ave S to Pacific Hwy S
Description of Work ✓ No Change
Reason for Supplement
Obligation of construction funding
Are you claiming indirect cost rate? [JYes / No
Length 0.24 mi
Project Agreement End Date December 31, 2026
Advertisement Date 6/15/2023 F-ah ray vol 2
Estimate of Fundirt L-1 /�i
(1)
(3)
(4)
(5)
Type of Work
Previous
2
() Estimated Total
Estimated Agency
Estimated Federal
ement/Su .
Supplement Project Funds
Funds
Funds
PE—
75,000.00
75,000.00
75,000.00
Agencya.
100 %b.
Other Consultant
10,000.00
10,000.00
0.00
10,000.00
Federal Aid
i^_ Other
0.00
Participation
Ratio for PE
d. Slate Servlc s
5,000.00
5,000.00
0.00
5,000.00
Ia.To I P ost Estimate la+b+c+d1
90,000.00
0.00
90,000.00
0.00
90,000.00
Right of Way%
Lftency
0.00
. Other
0.00
-ederal Aid
h Other
0.00
Participation0.00
IRatio for RW
I. State Services
J Fj(W Cost Es mate (f+o+h+i1
0.000.00
0.00
0.00
0.00
Construction
_
15, Contract:
876,000.00
876,000.00
0.00
876,000.00
100 %
Other
0.00
0.00
Other
Federal Aid
n. Other
0.00
Participation
A n
145,000.00
145,000.00
0.00
145,000.00
Ratio for CN
Sta ServirEs
5,000.00
5,000.00
0.00
5,000.00
Total CN Cost Estimate k+i+m+n+o+
0.00
1,026,000.00
1,026,000.00
0.00
1,026,000.00
r. Total Project Cost Estimate-fo&'+
90,000.00
1 1,026,000:00
1,116,000.00
0.00
1 1,116,000.00
The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a
condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions.
Agency Official Washington State Department of Transportation
By
Title Jim Ferrell
Agency Date'
DOT Form 140-041
Revised 0412022
BY Stephanie Digitally signed by
StephanleTax
Director, Local Progra aXDate: 2023.04.1310:34:18
Date Executed-07'00'
Page 1
Agency Supplem�ist fVumhef
City of Federal Way 1
ederal Aid Project Number Agreement Number CMA N& 20.205 - Highway Planning
NHPP-1012(001) ILA1019a _ and Canstruciion
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 Federal Transportation
Act, as amended, 2 CFR Part 200. 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.
The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws.
The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred
costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead
shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with
the regulations outlined in 2 CFR Part 200 - Uniform Admin. Requirements, Cost Principles and Audit Requirements for
Federal Awards, and retained for audit.
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).
VII. Audit of Federal Consultant Contracts
The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine
eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the
State and the Federal Government.
An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental
auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United
States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of
understanding between WSDOT and FHWA; and 2 CFR Part 200.501 - Audit Requirements.
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.
IX. Payment of Billing
The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (b.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 by the Director, Local Programs.
Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200.309).
Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs
incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project
Agreement End Date or they become ineligible for federal reimbursement.
Vill. Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as
well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 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 2 CFR Part 200.501. Upon conclusion of the audit, the Agency shall be responsible for
ensuring that a copy of the report is transmitted promptly to the State.
XVII. Assurances
Local Agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway
Administration, Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy
statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities and
services will be conducted in compliance with Section 504 and the Americans with Disabilities Act (ADA).
DOT Form 140-041 Page 2
Revised 04/2022
Washington State
Department of Transportation
Local Agency Federal Aid
Project Prospectus
Prefix Route ( ) Date 12/13/2023
Federal Aid NHpp-1012(001) DUNS Number 612509901
Project Number
I Local Agency 36241 f WSDOT Federal Employer 91-1462550
Project Number Use Only Tax ID Number
Agency CAAgency Federal Program Title
City of Federal Way ❑✓ Yes ❑ No ❑✓ 20.205 ❑ Other
Project Title Start Latitude N47.289889 Start Longitude W-122.323333
S 348th St NHS Preservation Project End Latitude N47.289833 End Longitude W-122.318103
Project Termini From -To Nearest City Name Project Zip Code (+4)
9th Ave S Pacific Hwy S Federal Way 98003-8425
Begin Mile Post End Mile Post I Length of Project Award Type
N/A N/A 0.24 mi ❑✓ Local ❑ Local Forces ❑ State ❑ Railroad
Route ID Begin Mile Point End Mile Point City Number County Number County Name
N/A N/A N/A �443 17 King
WSDOT Region Legislative District(s) Congressional District(s) I Urban Area Number
Northwest Region [l 30 9 80389
Total Local Agency Phase Start
Federal Funds
Phase Estimated Cost Funding Date
(Nearest Hundred Dollar) (Nearest Hundred Dollar) Nearest Hundred Dollar Month Year
P.E. $90,000 $90,000 November 2021
R/W
Const.
:$1,026,000
1$1,026,000
April 2023
Total
'$1,116,000
$1,116,000
Description of Existing Facility (Existing Design and Present Condition)
Roadway Width T�7`u
mber of Lanes
80 ft
The existing Westbound and Eastboud S 348th St from 9th Ave S to Pacific Hwy S (SR99) consist of four
general purpose lanes, two HOV lanes, and one left turn lane.
Description of Proposed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
Replacement of existing curb ramps and pedestrian push buttons to meet current ADA standards; full width
planing bituminous pavement; HMA pavement repair; 2 '/2 thick HMA overlay; removal and replacement of
existing dual -faced sloped mountable curb; replacement of traffic signal detection loops; channelization and
Local Agency Contact Person Title
Phone
Jeff Huynh Civil Engineer
253-835-2721
Mailing Address City
State
Zip Code
33325 8th Ave S Federal Way
WA
98425-8425
By
Project Prospectus
Approving Authority
Title Public Works Director
Date 2 / 2 3 / 2 0 2 ;
DOT Form 140-1o'f rage
Revised 0112022 Previous Editions Obsolete
Description of Proposed Work (Cont')
utility adjustments.
Agency Project Title
-7S
Date
City of Federal Way 348th St NHS Preservation Project
2/13/2023
Type of Proposed Work
Project Type (Check all that Apply) Roadway Width
Number of Lanes
❑ New Construction ❑ Path / Trail ❑✓ 3-R 80 ft
7
❑ Reconstruction ❑ Pedestrian / Facilities ❑ 2-R
❑ Railroad ❑ Parking ❑ Other
❑ Bridge
Geometric Design Data
Description
Through Route
Crossroad
❑✓ Principal Arterial
0✓ Principal Arterial
Federal ❑ Minor Arterial
❑✓ Urban
❑✓ Urban
❑ Minor Arterial
❑Collector
Functional El Rural
❑ Rural
❑Collector
Classification ❑ NHS ❑ Major Collector
❑ NHS
❑ Major Collector
❑ Minor Collector
❑ Minor Collector
❑ Local Access
❑ Local Access
Terrain ❑✓ Flat ❑ Roll ❑ Mountain
L]✓ Flat ❑ Roll ❑ Mountain
Posted Speed
35 mph
40 mph
Design Speed
35 mph
35 mph
Existing ADT
42,023
15,463
Design Year ADT
42,023
15,463
Design Year
2021
:2021
Design Hourly Volume (DHV) 3,015 1,293
Performance of Work _
Preliminary Engineering Will Be Performed By
Others Agency
City of Federal Way
ova 100
Construction Will Be Performed By
Contract Agency
Contractor
100
Environmental Classification
❑ Class I - Environmental Impact Statement (EIS) Z✓ 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 Agreements
Environmental Considerations
Categorically exempt per WAC 197-11-800 for SEPA.
nnr r--r idn_ini
Page 2
Revised 01/2022 Previous Editions Obsolete
Agency Project Title
City of Federal Way S 348th St NHS Preservation Project
Right of Way
❑✓ No Right of Way Needed ❑ Right of Way Needed
* All construction required by the ❑ No Relocation ❑ Relocation Required
Date
2/13/2023
contract can be accomplished
within the existing right of way.
Utilities Railroad
❑✓ No utility work required No railroad work required
❑ All utility work will be completed prior to the start [:]All railroad work will be completed prior to the start of
of the construction contract the construction contract
❑ All utility work will be completed in coordination ❑ All the railroad work will be completed in coordination
with the construction contract with the construction contract
r
tion of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
ilityrelocation is anticipated for this project. Only local storm water catch basins and manholes will be
ajusted to finished grade.
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed project? 0 Yes ❑✓ No
Remarks
This project has been reviewed by the legislative body of the administration agency or agencies, or it's
designee, and is not inconsistent with the agency's comprehensive plan for community development.
Agency(::Date By —
Mayor/Chairpe n
DOT Form 140-101 Page 3
Revised 01/2022 Previous Editions Obsolete