HomeMy WebLinkAboutAG 23-173 - WA STATE DEPARTMENT OF TRANSPORTATIONRETURN TO: PW ADMIN EXT: 2700 ID #: 4283
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ Engineering
2. ORIGINATING STAFF PERSON:
Desiree Winkler EXT: 2711 3. DATE REQ. BY: 7/26/23
.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#): 0 INTERLOCAL
EI OTHER Grant Agreement (Prospectus and Local Agency Agg
4. PROJECT NAME: City Center Access Phase 1 - SB Ramp Modifications
s. NAME OFCONTRAcTOR: WA State Department of Transportation
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. / /f
7. TERM: COMMENCEMENT DATE: C1 COMPLETION DATE: 12/31 /2030
8. TOTAL COMPENSATION: $ they pay us $14,000,000.00 (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, S PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: Revenue to 306-4400-177-595-xx-xxx
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
❑ PROJECT MANAGER
❑ DIVISION MANAGER
8 DEPUTY DIRECTOR DSW 7n9123
6 DIRECTOR -R—=
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 7/2012023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: V10123
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 7118123
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT:. DATE REC' D:
❑ 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
6 SIGNATORY (MAYO ❑ DIRECTOR
❑ CITY CLERK
❑ ASSIGNED AG # AG# p lr
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE:" 1 - ORIGINALS _
WSDOT's form - cannot change. Please confirm can be signed by EJ and Mayor "Must sign in blue ink'
1 2020
wrWashington State
o Department of Transportation
Local Programs State Funding
Agency and Address
Agreement
City of Federal Way
Work by Public
33325 8th Ave S
Agencies
Federal Way, WA 98003-6325
Agreement Nurnbor
Maximum Amount Authorized
Location and Doscription of Work (See also Exhibit "A")
U� 10 G -7 �
�� $9,000,0�
City Center Access Ph. 1 (SB Ramp Modifications)
(see attached)
Participating Percentage
Project Number
100%
HLP-MAWA(004)
This AGREEMENT is made and entered into between the STATE OF WASHINGTON, Department of
Transportation, acting by and through the Secretary of Transportation, hereinafter called the "STATE," and the
above named organization, hereinafter call the "AGENCY."
WHEREAS, the AGENCY is planning the work shown above, and in connection therewith, the AGENCY has
requested financial assistance for the project or program, and
WHEREAS, the AGENCY has requested funds for the above shown project or program, which has been
selected by the STATE for funding assistance.
NOW THEREFORE, in consideration of the terms, conditions, covenants, and performances contained herein,
or attached and incorporated and made a part hereof, IT IS MUTUALLY AGREE AS FOLLOWS:
Type of Work
Estimate of Funding
(1)
Estimated Total
Project Funds
(2)
Estimated Agency
Funds
(3)
Estimated
State Funds
PE
a. Agency
$ 950,000.00
$ 950,000.00
b. Other Permiting
$ 125,000.00
$ 125,000.00
c. Other Consultant
$ 12,625,000.00
$ 12,625,000.00
d. State Services
$ 300,000.00
$ 300,000.00
e. Total PE Cost Estimate (a+b+c+d)
$ 14,000,000.00
$ 0.00
$ 14,000,000.00
Right of Way
f. Agency
g. Other
h. Other
i, State Services
J. Total RIW Cost Estimate (f+g+h+i)
$ 0.00
$ 0.00
$ 0 00
Construction
k, Contract
I, Other
m. Other
n. Other
o. Agency
p. State Services
q. Total CN Cost Estimate (k+l+m+n+o+p)
$ 0.00
$ 0.00
$ 0.00
r. Total Project Cost Estimate (e+j+q)
$ 14.000.000.00
$ 0.00
$ 14.000,000 00
DOT Form 140-067 Page 1
Revised 06/2022
I IV
General Legal Relations
The AGENCY agrees to perform the above described work in accordance No liability shall attach to the AGENCY or the STATE by reason of
with the Project Application attached hereto as "Exhibit A" and made a entering into this AGREEMENT except as expressly provided herein.
part of this AGREEMENT. V
Plans, specifications, and cost estimates shall be prepared by the
AGENCY in accordance with the current State of Washington Standard
Specifications for Road, Bridge, and Municipal Construction and adopted
design standards, unless otherwise noted, The AGENCY will incorporate
the plans and specifications into the AGENCY's project and thereafter
advertise the resulting prnjpct for bid and, assuming bids are. rpcpivpd
and a contract is awarded, administer the contract, or if the project is of
a size which the AGENCY is authorized to perform with its own forces
under the laws of the State of Washington, the AGENCY may proceed
with its own forces.
All work performed under this AGREEMENT shall comply with the
applicable provisions of state law.
Payment
The STATE, in consideration of the faithful performance of the work to
be performed by the AGENCY, agrees to reimburse the AGENCY for
the percentage of the actual direct and related indirect cost of the work
shown above, up to the "MAXIMUM AMOUNT AUTHORIZED". The
agency will comply with Governmental Accounting Auditing and Financial
Reporting Standards and applicable state law and local regulations,
policies and procedures. No payment will be made for work done prior to
execution of this AGREEMENT.
Partial payments shall be made by the STATE, upon request of the
AGENCY, to cover costs incurred. These payments are not to be more
frequent than one (1) per month. It is agreed that any such partial
payment will not constitute agreement as to the appropriateness of any
item and that, at the time of the final audit, all required adjustments will
be made and reflected in a final payment. The AGENCY agrees to submit
a final bill to the STATE within forty-five (45) days after the AGENCY has
completed work.
The AGENCY agrees that all costs in excess of the amount authorized
and the AGENCY's matching funds shall be the responsibility of the
AGENCY.
Audit
The AGENCY agrees that an audit may be conducted by the STATE.
During the progress of the work and for a period not less than three (3)
years from the date of final payment to the AGENCY, the records and
accounts pertaining to the work and accounting thereof are to be kept
available for inspection and audit by the STATE and copies of all records,
accounts, documents, or other data pertaining to the project will be
furnished upon request. If any litigation, claim, or audit is commenced,
the records and accounts along with supporting documentation shall
be retained until all litigation, claim, or audit finding has been resolved
even though such litigation, claim, or audit continues past the three-year
Nondiscrimination
The AGENCY agrees to comply with all applicable state and federal
laws, rules, and regulations pertaining to nondiscrimination and agrees
to require the same of all subcontractors providing services or performing
any work using funds provided under this AGREEMENT.
VI
Venue
For the convenience of the parties to this AGREEMENT, it is agreed that
any claims and/or causes of action which the AGENCY has against the
STATE, growing out of this AGREEMENT or the project or program with
which it is concerned, shall be brought only in the Superior Court for
Thurston County.
VII
Termination
The Secretary of the Department of Transportation may terminate this
AGREEMENT if the funding becomes unavailable or if the Secretary
determines that it is in the best interest of the STATE.
VIII
Final Report and Final Inspection
Within ninety (90) days following the completion of the project and
submission of the final billing for the project, a final report and/or final
inspection shall be submitted to the Director, Highways & Local Programs
containing the following information:
Non ital Proiects
1. A description of the project or program.
A summary of actual costs of the project or program.
An evaluation of the project or program. This should address
aspects such as transportation and/or other benefits to the
public.
Cenital Prgiects
1. A final inspection is required.
IX
Supplement
This agreement may be modified or supplemented only in writing by
parties.
retention period.
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT on the day and year last written below.
AGENCY r
By:
-Tim &w #
Title: Jim Ferrell, Mayor
7` Agency Date: Z4
DOT Form 140-087
Revised 0612022
STATIn
5y
Date:
Digitaitysiyned by Step hartle
Stephanie Two
Date: 2023.08.09 11 i 8:59.07'00'
Director, Local Programs
Page 2
General
The AGENCY agrees to perform the above described work in accordance
with the Project Application attached hereto as "Exhibit A" and made a
part of this AGREEMENT.
Plans, specifications, and cost estimates shall be prepared by the
AGENCY in accordance with the current State of Washington Standard
Specifications for Road, Bridge, and Municipal Construction and adopted
design standards, unless otherwise noted. The AGENCY will incorporate
the plans and specifications into the AGENCY's project and thereafter
advertise the resulting project for bid and, assuming bids are received
and a contract is awarded, administer the contract, or if the project is of
a size which the AGENCY is authorized to perform with its own forces
under the laws of the State of Washington, the AGENCY may proceed
with its own forces.
All work performed under this AGREEMENT shall comply with the
applicable provisions of state law.
Payment
The STATE, in consideration of the faithful performance of the work to
be performed by the AGENCY, agrees to reimburse the AGENCY for
the percentage of the actual direct and related indirect cost of the work
shown above, up to the "MAXIMUM AMOUNT AUTHORIZED". The
agency will comply with Governmental Accounting Auditing and Financial
Reporting Standards and applicable state law and local regulations,
policies and procedures. No payment will be made for work done prior to
execution of this AGREEMENT.
Partial payments shall be made by the STATE, upon request of the
AGENCY, to cover costs incurred. These payments are not to be more
frequent than one (1) per month. It is agreed that any such partial
payment will not constitute agreement as to the appropriateness of any
item and that, at the time of the final audit, all required adjustments will
be made and reflected in a final payment. The AGENCY agrees to submit
a final bill to the STATE within forty-five (45) days after the AGENCY has
completed work.
The AGENCY agrees that all costs in excess of the amount authorized
and the AGENCY's matching funds shall be the responsibility of the
AGENCY.
Audit
The AGENCY agrees that an audit may be conducted by the STATE.
During the progress of the work and for a period not less than three (3)
years from the date of final payment to the AGENCY, the records and
accounts pertaining to the work and accounting thereof are to be kept
available for inspection and audit by the STATE and copies of all records,
accounts, documents, or other data pertaining to the project will be
furnished upon request. If any litigation, claim, or audit is commenced,
the records and accounts along with supporting documentation shall
be retained until all litigation, claim, or audit finding has been resolved
even though such litigation, claim, or audit continues past the three-year
retention period.
IV
Legal Relations
No liability shall attach to the AGENCY or the STATE by reason of
entering into this AGREEMENT except as expressly provided herein.
V
Nondiscrimination
The AGENCY agrees to comply with all applicable state and federal
laws, rules, and regulations pertaining to nondiscrimination and agrees
to require the same of all subcontractors providing services or performing
any work using funds provided under this AGREEMENT.
VI
Venue
For the convenience of the parties to this AGREEMENT, it is agreed that
any claims and/or causes of action which the AGENCY has against the
STATE, growing out of this AGREEMENT or the project or program with
which it is concerned, shall be brought only in the Superior Court for
Thurston County.
VII
Termination
The Secretary of the Department of Transportation may terminate this
AGREEMENT if the funding becomes unavailable or if the Secretary
determines that it is in the best interest of the STATE.
VIII
Final Report and Final Inspection
Within ninety (90) days following the completion of the project and
submission of the final billing for the project, a final report and/or final
inspection shall be submitted to the Director, Highways & Local Programs
containing the following information:
Non -Capital Projects
1. A description of the project or program.
2. A summary of actual costs of the project or program.
3. An evaluation of the project or program. This should address
aspects such as transportation and/or other benefits to the
public.
Capital Projects
1. A final inspection is required.
IX
Supplement
This agreement may be modified or supplemented only in writing by
parties.
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT on the day and year last written below.
AGENCY
By: 6flim dl
Title: Jim Ferrell, Mayor
Agency Date:
STATE
By:
Date:
Director, Local Programs
DOT Form 140-087 Page 2
Revised 06/2022
Amk
Washington State Transportation Building
on 310 Maple Park Avenue S.E.
Department of Transportati
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY.1-800-833-6388
www.wsdot.wa.gov
August 10, 2023
Mr. Edward Walsh, PE
Public Works Director
City of Federal Way
33325 8th Avenue South
Federal Way, Washington 98003
City of Federal Way
City Center Access
HLP-MAWA(004)
2023 Move Ahead Washington
Dear Mr. Walsh:
The above project has received fund authorization, effective August 9, 2023, as follows:
PHASE TOTAL STATE SHARE
Preliminary Engineering $14,000,000 $14,000,000
Enclosed for your information and file is a fully executed copy of Local Programs State
Funding Agreement LA10675 between WSDOT and your agency. All costs exceeding
those shown on this agreement are the sole responsibility of your agency.
All future correspondence relating to the project is to be submitted to your Region Local
Programs Engineer, Mehrdad Moini.
Sincerely,
S� T-Avc
Stephanie Tax
Manager, Program Management
Local Programs
ST.jg:ml
Enclosures
cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
Milk
� Washington State Local A enc Federal Aid
g y
VI/ Department of Transportation
Project Prospectus
Prefix
Route ( ) Date 16/15/23
Federal Aid
Project Number
DUNS Number
61-250-9901
Lo . (Agency
36207
r WSDO y 1
I Federal Employer
91-1462550
Project Number
` Use Only 1
Tax ID Number
Agency
CAAgency Federal Program Title
Federal Way _
n Yes ❑ No []20.205 []✓ Other State
Project Title
Start Latitude N 47.3006 Start Longitude W-122.3032
City Center Access Ph. 1 (SB Ramp Mods.) End Latitude N 47.3117 End Lon itude W-122.2965
Project Termini From -To
Nearest City Name Project Zip Code (+4)
S 336th S 317th
Federal Way 98003-5443
Begin Mile Post End Mile Post
Length of Project Award Type
142.8 144.0
1.2 miles Local ❑ Local Forces ❑ State ❑ Railroad
Route ID Begin Mile Point
End Mile Point City Number County Number County Name
I-5 n/a
n/a 443 17 King
WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number
Northwest Region 30
9 803$89
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. 14,000,000
14,000,000 ,Aug 2023
C/W 16,000,000
16,000,000 Jan 2025
Const. 1103,000,000
103,000,000 Jan 2027
Total
1133,000,000
133,000,000
Description of Existing Facility (Existing Design and Present Condition)
Roadway Width
varies
Number of Lanes
varies
324th: 4 lane road with sidewalks both sides; does not exist between 23rd Ave S and I-5.
1-5 SB on/off ramps to/from S 324th: does not exist.
Description of Proposed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
(see attached)
Local Agency Contact Person
Desiree' S. Winkler, P.E.
Title
Deputy Public Works Director
Phone
253.835.2711
Mailing Address
33325 8th Ave S
City
Federal Way
State
WA
Zip Code
98003-6325
Project Prospectus
By,��
Approving Authority
Title EJ Wash, P.E., Public Works Director date 71Z,>'j72.'
DOT Form 140-101
Pane 1
Revised 01/2022 rrevious taiuons uosoiete
Agency
9 Y
Project Title
1
Date
Federal Way
City Center Access Ph. 1 (SB Ramp Mods.) 6/15/23
Type of Proposed Work
Project Type (Check all that Apply)
Roadway Width
Number of Lanes
❑✓ New Construction ❑ Path / Trail
❑ 3-R
24-52 ft
2-4 lanes
❑ Reconstruction ❑ Pedestrian / Facilities ❑ 2-R
❑ Railroad ❑ Parking
❑ Other
❑ Bridge
Geometric Design Data
Description
_
Through Route
Crossroad
❑✓ Principal Arterial
❑✓ Principal Arterial
Federal
❑✓ Urban ❑ ❑✓ Urban Minor Arterial
❑ Minor Arterial
Functional
❑ Rural El collector ❑ Rural
❑ Collector
Classification
❑ NHS ❑ Major Collector ❑ NHS
❑ Major Collector
❑ Minor Collector
❑ Minor Collector
❑ Local Access
❑ Local Access
Terrain
❑✓ Flat ❑ Roil El Mountain Z Flat
M Roll ❑ Mountain
Posted Speed
35
35
Design Speed
145
45
Existing ADT
Design Year ADT
I Design Year
Design Hourly Volume (DHV)
Performance of Work
Preliminary Engineering Will Be Performed By
Consultant
Construction Will Be Performed By
Contractor
Environmental Classification
❑ Class I - Environmental Impact Statement (EIS)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreement
0 Class III - Environmental Assessment (EA)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreements
I Environmental Considerations
Others Agency
90 % 10
Contract Agency
100 % %
❑ Class II - Categorically Excluded (CE)
❑ Projects Requiring Documentation
(Documented CE)
The primary environmental considerations include: property acquisition and displacements of potentially
vulnerable populations; increased pollutant generating impervious surface requiring storm water runoff
treatment; potential noise impacts (short term and long term); wetland impacts and mitigation; and potential
fish bearing stream improvements.
ullil i^�V' IU 1
Revised o1/2022 Previous Editions Obsolete
Agency Project Title Date
Federal Way City Center Access Ph. 1 (SB Ramp Mods.) 6/15/23
Right of Way
❑ No Right of Way Needed
❑✓ Right of Way Needed
* All construction required by the ❑ No Relocation
contract can be accomplished
within the existing right of way.
Utilities
Railroad
❑✓ Relocation Required
❑ No utility work required Z✓ No railroad work required
❑AII 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
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
Utilities including power, communication, water, sewer, gas within existing rights -of -way will be moved by
the utilities at their expense to accommodate widening. Utilities within newly purchased rights -of -way will be
moved at the project's expense as necessary.
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
Agency -
By _ _ �� ��� Fe✓ e Il
MayorlGha[rparson
DOT Form 140-101 Page 3
Revised 01/2022 Previous Editions Obsolete
City of Federal Way
City Center Access Phase 1(SB Ramp Modifications)
Description of Proposed Work
Construct a SB 1-5 Off -ramp from the existing 1-5 / S 3201n off -ramp to S 324tn. Construct a SB 1-5 on -ramp
at S 324tn including modifying existing SB 1-5 / S 320tn on -ramp to a braided ramp from S 320tn to S 324tn
S 324tn will be extended and widened as a 4 to 5 lane minor arterial with sidewalk and multi -use path
from SR99 to new S324th ramp terminal including intersection modifications at SR99/S 324tn. This
project includes completion of the environmental documentation (NEPA EA) for the complete City
Center Access project (ID 3660).
City Center
Access Project
Phase 1
Improvements
At -Grade or Elevated
Local Road
Improvement Element
Transit/HOV
Improvement Element
On/Off Ramp Gore
BPATrail
Potential BPATrail
Extension
Federal Way Park & Ride
Future Light Rail Station
O Phase I
SB 1-5 exit and entrance
ramp improvements: New
connection to 324th and
to
j
ramp reconfigurations
Q
N
N
to
Q
W a.
'a
ry
S 317TH ST
CD
S 320TH
r
S3
Pacific Hwy 99/324th
intersection improvements:
Additional SB and NB left
turn lanes
All 1-5 on ramps will be metered
4 IVA ST
y
/ 4P
/ op
/
'dD00 dO
1
i
1
1
New roundabouts at
23rd S/S 324th and
324th/SB ramp terminals
A
N
0 330 660 1,320
Q Nit