HomeMy WebLinkAboutAG 21-145 - WSDOTRETURN TO: PW ADMIN EXT: 2700 ID #: 4236
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV:.PUBLIC WORKS/ Engineering Division
2. ORIGINATING STAFFPERSON: Jonathan Strong EXT: x2753 3. DATE REQ. BY: 4/28/23
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
0 CONTRACT AMENDMENT (AG#): 21-145 ❑ INTERLOCAL
0 OTHER Local Aaen(:V S11npla_i iant 1
4. PROJECT NAME: 36238: S 288th Street Road Diet Ph 1
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: COMPLETION DATE:
8. TOTAL COMPENSATION: $ 1 ,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: d YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: d YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: C36238-25200
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
8 PROJECT MANAGER JS / 4/25/2023
8 DIVISION MANAGER ogi aiW sg ree ey rnn �.n�s.o
oae. mn.on.zi „ x. �mree
8 DEPUTY DIRECTOR DSW 4/28/23
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 5/1/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE:.1y512022 COMMITTEE APPROVAL DATE: 12/5/2022
SCHEDULED COUNCIL DATE: 1/3/2023 COUNCIL APPROVAL DATE: 1/3/2023
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: Z DATE REC, D: t 'tr
❑ 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
Sbii,i 7'ORY MAYOR CIRE:C�T:0:RA 2,3
❑ CITY CLERK �. 3
❑ ASSIGNED AG # AG
❑ SIGNED COPY RETURNED DATE SENT: �J., as..�3r�, ■A�_
COMMENTS:
EXECUTE " 1 " ORIGINALS
EJ signs in ONE location Mayor signs in TWO locations
City signs FIRST before we send to WSDOT
Send Document back to Jonathan Strong after signed to combine additional documents for WSOOT
1/2020
AdIlk
Washington State
Jr Department of Transportation
Agency
City of Federal Way
ro)ectN m er greement Number
HLP-PB21(002) I LA10166
Supplement - Local Programs
State Funding Agreement
Supplement Number
1
All provisions in the AGREEMENT identified above remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Project Description
Name S 288th Street Road Diet _
Location Military Road S to 34th Ave S. _
Description of Work ✓ No Change
Reason for Supplement
Obligation of Construction Funds
Type of Work
Estimate of Funding
(1) (2) (3) (4) (5)
Previous Estimated Total Estimated Agency Estimated
A reement/Su I. Supplement Project Funds Funds State Funds
PE a. Agency
$14,832.00
$ 14,832.00
$14,832.00
b. Other Consultant
$ 98,000.00
$ 98,000.00
$ 98,000.00
c. Other Consultant non -part.
$ 15.168.00
$15,168.00
$ 15,168.00
d. State Services
$ 2,000.00
$ 2,000.00
$ 2,000.00
e. Total PE Cost Estimate (a+b+c+d)
$ 130,000.00 1$0.00
$ 130,000.00
$ 30,000.00
$ 100,000.00
RW f, Agency
g. Other
h. Other
i. State Services
j. Total R/W Cost Estimate (f+g+h+i)
$ 0.00
$ 0.00
$ 0.00
$ 0.00
$ 0.00
CN k. Contract
$ 1,236,000.00
$ 1,236,000.00
$ 433,403,00
$ 802,597.00
I.Other
m. Other
n, Other
o. Agency
$ 148,000.00
$ 148,000.00
$ 51,896.00
$ 96,104.00
p. State Services
$ 2.000.00
$ 2,000.00
$ 701.00
$ 1,299.00
q. Total CN Cost Estimate (k+l+m+n+o+p)
$ 0.00
$ 1,386,000.00
$ 1,386,000.00
$ 486,000.00
$ 900.000.00
r. Total Project Cost Estimate (e+j+q)
$ 130,000.00
$ 1,386,000.00
$ 1,516,000.00
$ 516,000.00
$ 1,000,000.00
AGENCY
BY: _ — -
Title: May
Agency Date: -
STATE Digitally signed by Stephanie Tax
BY: Stephanie Tax Date: 2023.05.12 01:03:39 -0700'
rector, Local PrograM
Date Executed: —.
DOT Form 140-087A
AdW
WrWashington State
AfDepartment of Transportation
.Agency
City of Federal Way
HLP-PB21(002)
vgreement Number
LA10166
Supplement - Local Programs
State Fundina Aareement
1
Supplement Number
All provisions in the AGREEMENT identified above remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Project Description
Name S 288th Street Road Diet
Location Military Road S to 34th Ave S.
Description of Work ✓ No Change
Reason for Supplement
Obligation of Construction Funds
Type of Work
Estimate of Funding
(?) (2) (3) (4) (5)
Previous Supplement Estimated Total Estimated Agency Estimated
Agree ent/SuI. Project Funds Funds State Funds
PE a. Agency
$ 14,832.00
$ 14,832.00
$ 14,832.00
b. Other Consultant
$ 98,000.00
$ 98,000.00
$ 98,000.00
c. Other Consultant non -part.
$ 15,168.00
$ 15,168.00
$ 15,168.00
d. State Services
$ 2,000.00
$ 2,000.00
$ 2,000.00
e. Total PE Cost Estimate (a+b+c+d)
$ 130,000.00
$ 0.00
$ 130,000.00
$ 30,000.00
$ 100,000.00
RW f. Agency
g. Other
h. Other
i. State Services
j. Total R/W Cost Estimate (f+g+h+i)
$ 0.00
$ 0.00
$ 0.00
$ 0.00
$ 0.00
IN k. Contract
$ 1,236,000.00
$ 1,236,000.00
$ 433,403.00
$ 802,597.00
I. Other
m. Other
n. Other
$ 148,000.00
$ 148,000.00
o. Agency
p. State Services
$ 51,896.00
$ 96,104.00
$ 2,000.00
$ 1,386,000.00
$ 2,000.00
$ 701.00
$ 1,299.00
q. Total CN Cost Estimate (k+l+m+n+o+p)
$ 0.00
$ 1,386,000.00
$ 486,000.00
$ 900,000.00
r. Total Project Cost Estimate (e+j+q)
$ 130,000.00
$ 1,386,000.00
$ 1,516,000.00
$ 516,000.00
$ 1,000,000.00
AGENCY STATE
BY: BY:
erector, ca rograms
Title: May
Agency Date: Date Executed:
DOT Form 140-087A
P."i I nai')n"
IV
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.
I I
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.
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.
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.
Capital Projects
1. Afinal inspection is required.
IX
The AGENCY agrees that an audit may be conducted by the STATE. Supplement
During the progress of the work and for a period not less than three (3) This agreement may be modified or supplemented only in writing by
years from the date of final payment to the AGENCY, the records and parties.
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.
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT on the day and year last written below.
III
Audit
Agency Official
By
Title Mayor
Washington State
Department of Transportation
By Director, Local Program
Date Executed Mayor
DOT Form 140-087 Page 2
Revised 12/2020
�. Washington State
Department of Transportation
Local Agency Federal Aid
Project Prospectus
Prefix Route ( ) Date April 20, 2023
Federal Aid HLP-PB21(002) DUNS Number 61-250-9901
Project Number
Local Agency 36238 WSDOT Federal Employer 91-1462550
(
Project Number Use Only Tax ID Number
Agency CAAgency Federal Program Title
City of Federal Way Z✓ Yes ❑ No ❑ 20.205 ❑ Other State Funded
Project Title
Start Latitude N 47.343328
Start Longitude W-122.301888
S 288th Street Road Diet
End Latitude N 47.343328
End Lon itude W-122.289944
Project Termini From -To
Nearest City Name
Project Zip Code (+4)
Military Road S 34th Avenue S
Federal Way
98003+4
Begin Mile Post
End Mile Post
Length of Project
Award Type
N/A
N/A
0.48
❑✓ 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) Urban Area Number
Northwest Region 30 9 80389
Total Local Agency Federal Funds Phase Start
Phase Estimated Cost Funding Date
(Nearest Hundred Dollar) Nearest Hundred Dollar) (Nearest Hundred Dollar) Month Year
P. E. $130,000 $30,000 $100,000 09 2021
R/W
Const. $1,386,000 $486,000 $900,000 5 2023
Total
$1,516,000
$516,000
$1,000,000
Description of Existing Facility (Existing Design and Present Condition)
Roadway Width
Number of Lanes
44'
4
Current condition is 4 11-foot lanes with 5-foot sidewalk adjacent to the curb.
Description of Proposed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
The project will reduce 4 travel lanes to 2 travel lanes + 2-way center turn lane + bike lanes, add 2 RRFBs,
ADA ramp upgrades and lighting at crosswalks on S 288th Street.
Local Agency Contact Person
Title
Phone
Jonathan Strong, E.I.T.
Civil Engineer
253-835-2753
Mailing Address
City
State
Zip Code
33325 8th Ave S
Federal Way
WA
98003-9325
By
Project Prospectus
Approving Authority
Title Public Works Director Date 51112023
Page 1
DOT Form 140-101
Revised 01/2022 rrevious tanions UDsole[e
Agency Project Title
City of Federal Way S 288th Street Road Diet
Type of Proposed Work
Project Type (Check all that Apply) Roadway Width
❑ New Construction ❑ Path / Trail ❑ 3-R 44
❑✓ Reconstruction ✓❑ Pedestrian / Facilities ❑ 2-R
❑ Railroad ❑ Parking ❑ Other
� ❑Bridge
Date
April 20, 2023
Number of Lanes
3 + bike lanes
Geometric Design Data
Description
Through
Route
[4 Principal Arterial
Crossroad
❑ Principal Arterial
Federal
❑✓ Urban
❑ Minor Arterial
❑✓ Urban
❑ MinorArterial
Functional
❑ Rural
❑Collector
❑ Rural
❑Collector
Classification
❑NHS
El major Collector
❑NHS
❑Major Collector
El minor Collector
❑ Minor Collector
❑ Local Access
❑✓ Local Access
Terrain
[:]Flat
❑✓ Roll [--]Mountain
❑ Flat
❑✓ Roll ❑ Mountain
Posted Speed
35
25
Design Speed
35
25
Existing ADT
Design Year ADT
Design Year
Design Hourly Volume (DHV)
Performance of Work
Preliminary Engineering Will Be Performed By
Others Agency
Consultant
90 % 10
Construction Will Be Performed By
Contract Agency
Contractor
100
Environmental Classification
❑ Class I - Environmental Impact Statement (EIS)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreement
❑ Class III - Environmental Assessment (EA)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreements
Environmental Considerations
N/A - State Funded. SEPA exempt.
❑ Class II - Categorically Excluded (CE)
❑ Projects Requiring Documentation
(Documented CE)
DOT Form 140-101
Revised 01/2022 Previous Editions Obsolete
Agency
City of Federal Way
Right of Way
❑✓ No Right of Way Needed
*All construction required by the
contract can be accomplished
within the existing right of way.
Utilities
Project Title
S 288th Street Road Diet
❑ Right of Way Needed
❑ No Relocation
Railroad
❑ Relocation Required
Date
April 20, 2023
❑✓ No utility work required ❑✓ No railroad work required
❑AII utility work will be completed prior to the start ❑AII railroad work will be completed prior to the start of
of the construction contract the construction contract
❑AII utility work will be completed in coordination ❑AII 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 Invol
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ❑ Yes ❑✓ No
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 City of dera W ay
By ' A P
DOT Form 140-101 Page 3
Revised 01/2022 Previous Editions Obsolete
AMhL
�vWashington State
Departrnent of Transportation
May 17, 2023
Mr. Edward Walsh, PE
Public Works Director
City of Federal Way
33325 8" Avenue South
Federal Way, Washington 98003
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
City of Federal Way
S. 288" Street Road Diet
HLP-PB21 (002)
2021 Pedestrian and Bicycle Safety
Dear Mr. Walsh:
The above project has received fund authorization, effective May 12, 2023, as
PHASE TOTAL STATE SHARE
Construction $1,386,000 $900,000
Enclosed for your information and file is a fully executed copy of Supplement Number 1 to Local
Programs State Funding Agreement LA10166 between WSDOT and your agency. All costs
exceeding those shown on this agreement are the sole responsibility of your agency.
Effective August 1, 2016, Voluntary Minority, Small, Veteran and Women's Business Enterprise
(MSVWBE) participation must be included in all Connecting Washington, Bike/Ped, and Safe
Routes to School state funded projects issued through WSDOT Local Programs. This is a voluntary
MSVWBE program for the construction phase of a project with a value of $500,000 and greater. All
projects meeting the dollar value must include this specification. The General Special Provision
(GSP) detailing the requirement is available at APWA 1-07.11 Option C. Also, required is an end
of project report for any participation of MSVWBE on the project. The project report form is
available on the WSDOT Local Programs website or through your Region Local Programs
Engineer's office. Once completed the form must be submitted to your Region Local Programs
Engineer prior to the Final Inspection of your project, similar to the FHWA funded projects DBE
reports.
All future correspondence relating to the project is to be submitted to your Region Local Programs
Engineer, Mehrdad Moini.
Sincerely,
SHPA4 T'40- Taut
Stephanie Tax
Manager, Program Management
Local -Programs
ST:jg:ml
Enclosures
cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
RETURN TO: PW ADMIN EXT: 2700 ID #: �9 (�o7
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects
2. ORIGINATING STAFF PERSON: Christine Mullen EXT: X2723 3. DATE REQ. BY: 17-Sep-2021
3. TYPE OF DOCUMENT (CHECK ONE):
O CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
O 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
0 OTHER Local AClency Agreement
a. PROJECT NAMF: S 288th Street Road Diet
5. NAME OFCONTRACTOR: VVSDOT
ADDRESS: TELEPHONE:
E-MAIL: FAX:
SIGNATURENA+ML: TM7 F:
6. EXHIBITS AND ATTACHMENTS: O SCOPE, WORK OR SERVICES O COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP,+r12/31/ UBI # EXP.
7. TERM: COMMENCEMENT DATE:_ a'aC I COMPLETION DATE: PIGf1171104 Pr
Dlc
8. TOTAL COMPENSATION: $100,000 (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 O CITY
RETAINAGE RETAINAGE AMOUNT: + ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR o RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 30 EP- yy 0O - 23 S - 333-- 2.0 - 0 50
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
''PROJECT MANAGER clm 13-sec-2021
)K DIVISION MANAGER Lff 1014
DEPUTY DIRECTOR
DIRECTOR
o RISK MANAGEMENT (IF APPLICABLE)
`CLAW DEPT KVA 9/15/2021 _
10. COUNCIL APPROVAL (1F APPLICABLE) SCHEDULED COMMITTEE DATE: 1
i�,^ , Oi , 2 t COMMITTEE APPROVAL DATE: �,
SCHEDULED COUNCIL DATE: L22)I I � COUNCIL APPROVAL DATE: It
1)f2_%
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 2-\ DATE REC' 0:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, lEXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIORTO 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
❑ LA�v EPF
GNA'f'ORY V1AYD OR IRECTOR) ►�- 'l�q � lit-LOL �
❑ CITY CLERK 6y
In ASSIGNED AG # AG# a
❑ SIGNED COPY RETURNED DATE SENT: llh. 91- 01
COMMENTS:
EXECUTE" 1 "ORIGINALS
EJ -p& in ONE lwr .6" Msyn igns In TWO 1=0ons
CAN ngns w5G6r I i e'r L.Lkc `(L1
12020
AdW
AMas ington SWe
D,ePartment of Transportation
Local Programs State Funding
Agency and Address
Agreement
City of Federal Way
Work by Public
33325 81th Avenue S
Agencies
Federal Way, WA 980063
Agreement Number Maximum Amount Authorized
Location and Description of Work (See also Exhibit "A")
(D ((pG $100,000
S 288th Street Road Diet - Military Road S to 34th Ave S. The project
Participating Percentage Project Number
will reduce 4 travel lanes to 2 travel lanes + 2-way center turn lane +
bike lanes, add 2 RRFBs, ADA ramp upgrades and lighting at
100 HLP-PB21(002)
crosswalks on S 288th Street
i I}
This AGREEMENT is made and entered into this day of 5E? EMOER 2021
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) (2)
Estimated Total Estimated Agency
Project Funds Funds
(3)
Estimated
State Funds
PE
a. Agency
14,832 14,832
b. Other Consultant
98,000
98,000
c.Other Consult non -participating
15,168 15,168
d. State
2,000
2,000
e. Total PE Cost Estimate (a+b+c+d)
130,000 30,000
100,000
Right of Way
f. Agency
g. Other
h. Other
i. State
J. Total RMI Cost Estimate (f+g+h+i)
Construction
k. Contract
1. Other
m. Other
n. Other
o. Agency
p. State
q. Total CN Cost Estimate (k+l+m+n+o+p}'
r. Total Project Cost Estimate (e+j+q)
DOT Form 140-087 Page 1
Revised 12/2020
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 cast estimates shall be prepared by the
AGENCY in accordance with the current State of Washington Standard
Specifications for Road, Bridge, and Municipal Construction and adopted
design standards, unless otherwise noted. The AGENCY will incorporate
the plans and specifications into the AGENCY's project and thereafter
advertise the resulting project for bid and, assuming bids are received
and a contract is awarded, administer the contract, or if the project is of
a size which the AGENCY is authorized to perform with its own forces
under the laws of the State of Washington, the AGENCY may proceed
with its own forces.
All work performed under this AGREEMENT shall comply with the
applicable provisions of state law.
II
Payment
The STATE, in consideration of the faithful performance of the work to
be performed by the AGENCY, agrees to reimburse the AGENCY for
the percentage of the actual direct and related indirect cost of the work
shown above, up to the "MAXIMUM AMOUNT AUTHORIZED". The
agency will comply with Governmental Accounting Auditing and Financial
Reporting Standards and applicable state law and local regulations.
policies and procedures. No payment will be made for work done prior to
execution of this AGREEMENT.
Partial payments shall be made by the STATE, upon request of the
AGENCY, to cover costs incurred. These payments are not to be more
frequent than one (1) per month. It is agreed that any such partial
payment will not constitute agreement as to the appropriateness of any
item and that, at the time of the final audit, all required adjustments will
be made and reflected in a final payment. The AGENCY agrees to submit
a final bill to the STATE within forty-five (45) days after the AGENCY has
completed work.
The AGENCY agrees that all costs in excess of the amount authorized
and the AGENCY's matching funds shall be the responsibility of the
AGENCY.
III
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.
Audit
The AGENCY agrees that an audit may be conducted by the STATE. Supplement
During the progress of the work and for a period not less than three (3) This agreement may be modified or supplemented only in writing by
years from the date of final payment to the AGENCY, the records and parties.
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.
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT on the day and year last written below.
Agency Official
By
Titl
Washington State
Department of Transportation
By Director, Local Program
Date Executed
DOT Form 140-087 Page 2
Revised 12/2020
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 farces.
All work performed under this AGREEMENT shall comply with the
applicable provisions of state law.
Payment
The STATE, in consideration of the faithful per rormance of the work to
be performed by the AGENCY, agrees tc 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 Govemmental Accounting Audif3ng and Financial
Reporting Standards and applicable state law and focal regulations,
policies and procedures. No payment will be made for work done pmrto
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 Tranmortation may terminate this
AGREEMENT if the funding becomes una .� !at le 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 andlor final
inspection shall be submitted to the Director, Highways & Local Programs
containing the following information:
Non -Capital Prolecta
1 A description of the project or program.
A summary of actual costs of the projector program.
An evaluation of the project or program. This should address
aspects such as transportation and/or other benefits to the
public.
Capital Proj cg_ts
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 Official
By
Washington State
Department of Transportation
By Director, Local Program
Date Executed
Digitally signed by
Ste h a n e
Stephanie Tax
Tax Date:2021.09.27
15:05:43-07'00'
DOT Form 140-087 Page 2
Revised 1212020
Adm
Washington State
TAp Department of Transportation
Local Agency Federal Aid
Project Prospectus
Prefix Route ( ) Date 13-Sep-2021
Federal Aid
DUNS Number { 61-250-9901
Project Number
Local Agency
CFW 36238
WSDOT Federal Employer 91-1462550
Project Number
Use Only Tax ID Number,
Agency
CAAgency Federal Program Title
City of Federal Way
Z Yes ❑ No ❑.20.205 ❑ Other N/A
Project Title
Start Latitude N 47.343328 Start Longitude W-122.301888
S 288th Street Road Diet
-122.289944
End Latitude N 47.343328 End Lo798003
Project Termini From -To
Nearest City Name Project Zip Code (+4)
Military Road S 34th Avenue S Federal Way
Begin Mile Post End Mile Post
Length of Project Award Type
N/A N/A
0.48 ❑✓ 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) Urban Area Number
Northwest Region 30
9 1
Total
Local Agency Phase Start
Phase Estimated Cost
Federal Funds
Funding Date
(Nearest Hundred Dollar)
Nearest Hundred Dollar) Nearest Hundred Dollar) Month Year
P. E. 130,000
30,000 100,000 09 2021
R/W
_
Const. 1,170,000
270,000 900,000 12 2022
Total
1,300,000
1300,000
1,000,000
Description of Existing Facility (Existing Design and Present Condition)
Roadway Width
Number of Lanes
44'
4
V U11GllL VV11UIL1V111J `T 11-1VVL 1Q11G3 W1L11 J-LVVL 31U%,Wa r, a%AJ0.VL/11L LV L11Li VLL1V
Description of Proposed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
The project will reduce 4 travel lanes to 2 travel lanes + 2-way center turn lane + bike lanes, add 2 RRFl3s,
ADA ramp upgrades and lighting at crosswalks on S 288th Street.
Local Agency Contact Person
Christine Mullen
r
Mailing Address
33325 8th Ave S
Project Prospectus
Title
Senior Capital Engineer
City
1 Federal Way
Byt-
Approving Authority
Title Public Works Director
Phone
253-835-2723
State Zip Code
WA i 98003-6325
Irn
e
55T Form 140-101
Revised 04/2015
Previous Editions Obsolete
Agency Project Title Date
City of Federal Way S 288th Street Road Diet 13-Sep-2021
Type of Proposed Work
Project Type (Check all that Apply) Roadway Width
❑ New Construction ❑ Path / Trail ❑ 3-R 44
❑✓ Reconstruction ❑✓ Pedestrian / Facilities ❑ 2-R
❑ Railroad ❑ Parking ❑ Other
❑ Bridge
Geometric Design Data
Description
Federal
Functional
Classification
Terrain
Posted Speed
Design Speed
Existing ADT
Design Year ADT
Design Year
Design Hourly Volume (DHV)
Performance of Work
Preliminary Engineering Will Be Performed By
Consultant
Construction Will Be Performed By
Contractor
Environmental Classification
Number of Lanes
3 + bike lanes
Through Route T�
Crossroad
❑✓ Principal Arterial
❑ Principal Arterial
❑ Minor Arterial
❑✓ Urban
❑✓ Urban
❑ Minor Arterial
El Collector
❑ Rural
❑ Rural
El Collector
❑ Major Collector
NHS
❑NHS
❑ Major Collector
❑ Minor Collector
❑ Minor Collector
❑ Local Access
❑✓ Local Access
❑ Flat ✓Q Roll .[] Mountain
❑ Flat
❑✓ Roll ❑ Mountain
35
25
35
25
❑ Class I - Environmental Impact Statement (EIS)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreement
❑ Class III - Environmental Assessment (EA)
❑ Project Involves NEPA/SEPA Section 404
Interagency Agreements
Environmental Considerations
N/A State funded
Others Agency
90 %1 10 %
Contract I Agency
100 % %
❑ Class II - Categorically Excluded (CE)
❑ Projects Requiring Documentation
(Documented CE)
DOT Form 140-4D1
Revised 04/2015
Previous Editions Obsolete
age a
Agency Project Title
City of Federal Way S 288th Street Road Diet
ht of
❑✓ No Right of Way Needed
*All construction required by the
contract can be accomplished
within the exiting right of way.
Utilities
❑ Right of Way Needed
❑ No Relocation ❑ Relocation Required
Railroad
❑✓ No utility work required I❑✓ 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
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
Date
13-Sep-2021
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the
Remarks
[:]Yes ❑✓ No
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 Ci Federa Way
Date C' By
l Mayor/Chairperson
DOT Form 140-101
Revised 04/2015 Previous Editions Obsolete
Page 3
Local Programs Authorization Package Checklist
Agency: CITY OF FEDERAL WAY
Project Title: S 288TH STREET ROAD DIET
Fed Aid/State Project #:
Funding Request
New Phase Authorization
Increase/Decrease
Other:
By Phase (check all that apply)
PL PE RW CN
X
Project Prospectus (00T Form 140-101) - LAG Chapter 21
Are all three pages included?
Does information (title, termini, description, RW needs, cost, etc.) agree with STIP/LAA/NEPA-CE?
Is the project description written such that the project scope is clear to all?
Are pages 1 and 3 signed?
Is page 1 signed by a CA Agency? If not, indicate below which Agency will serve as CA.
CA Agency: City of Federal Way
Are the Latitude and Longitudes included and correct?
Are Congressional and Legislative Districts filled out and correct?
Project Zip Code includes the +4?
Are estimated costs included for all phases of the project?
Are the Functional Classification and Urban/Rural designation correct?
Are the Right of Way, Utilities, and Railroad sections filled out?
Typical Sections & Vicinity Map - LAG Chapter 21
Are the Vicinity Map(s) and Roadway Section(s) included?
Can someone unfamiliar with the project's location easily tell where it's located using the vicinity map?
Are the project limits clearly marked on the map?
Does the section include all elements, with dimensions, of the roadway prism?
Are section changes, if applicable, throughout the project limits noted/displayed?
STIP/Funding Documentation - LAG Chapter 12
Is the currently approved STIP page included?
Does STIP information (termini, description, etc.) match the LAA and Prospectus?
Are phases being authorized included in the STIP?
Is funding from all requested programs shown in the STIP?
Are the requested funds supported by the STIP?
If funded through a HQ managed program (ex. Bridge, Demo), is the award letter included?
Local Agency Agreement (DOT Forms 140-039 & 140-0411 - LAG Chapter Z2
Is at least one LAA or LAA supplement with an original signature included?
Current form used? (check revision date at bottom left)
All pages of Agreement included?
Are the Agency information, Project #, LAA #, Supplement #, and date of original agreement execution correct?
Does project information (title, termini, length, description, etc.) agree with STIP/Prospectus/NEPA-CE?
Is the reason for supplement accurate and up to date?
Is the Project Agreement End Date (month, day, and year) included? Does it follow LAG guidance?
When not authorizing a new phase, is the end date the same as shown on the previous agreements
If not, is adequate justification (see LAG 22.3) included to support changing the end date?
Is the Advertisement Date (month, day, and year) included? Is it within 6 weeks of estimated CN authorization?
If the indirect cost rate box is checked 'Yes', is the rate provided in the funding package?
If corrections made, are they initialed? If made by WSDOT is permission from Agency provided?
Are funding amounts calculated correctly?
Are the federal aid participation ratios correct, and are the requested federal amounts being maximized?
Region HQ
Agency Check Check
o � �
Authorization Package Checklist (6/8/17) WSDOT/Local Programs 1 of 2
Local Programs Authorization Package Checklist
Agency: CITY OF FEDERAL WAY
Project Title: S 288TH STREET ROAD DIET
Fed Aid/State Project #:
By Phase (check all that apply)
Funding REquesi PL PE RW CN
New Phase Authorization
Increase/DecreaseI f P P Region HQ
Other: Agency Check Check
Documented Cost Estimate - LAG 22.4 and Appendix 2-2.56
Is a Documented Cost Estimate included for each phase requesting/changing funds? X
Are total dollars on the LAA supported by the phase estimates? X
Does the estimate sufficiently demonstrate how the costs were determined? X
If historical percentages are used for PE/CE estimates, are the percentages reasonable and supported?
Right of Way - LAG Chapter 25
If authorizing RW, is a PFE or true cost estimate included?
Does the PFE/true cost estimate support RW amounts shown on the LAA?
If authorizing RW and Relocation is required, is the signature page of the approved Relocation Plan included?
If authorizing CN, is the HQ approved RW Certification included?
Environmental Documentation/Approval (NEPA) - LAG Chapter 24
Is an approved NEPA package (at least signature page) included?
Does the description of work match the Prospectus/LAA/STIP?
Is the footprint of the project within the limits of the NEPA approval?
Do the NEPA-CE Part 3 RW responses agree with the STIP and Prospectus?
Is the approval date within the last 3 years?
If approval is older than 3 years, has the approval been re-evaluated by the Environmental group?
DBE Goals - LAG Chapter 26 memoIf the submittal is for CN, is the DBE goal letter/e-mail included, or are the goals in SPORT?
If construction by Local Forces, is the approved PIF included or noted in SPORT? R R F
PROJECT NOTES (Provide additional information or explanation as necessary)
Authorization Package Checklist (6/8/17) WSDOT/Local Programs 2 of 2
f�
j�
s -
�K PL " �, '0 PL
2b12
28 t 64 VtlY r
L
•-
'
S 28 7 n
- 282 ��
'8 U
Fi a
>
S
5T ST > ��
5 M ST
C
PL
S 287 S83
f V S 283 ST
PL
LL-
S284fL
7
Q
S z;sa.
28fi '
5
> S 285 ST S 286 5
ao
➢ PL r{
_
Q >
� cn - S 3i35 Pfr
�' S
- 0U
<
< 5 2V i
I
S 286 ST c < S 28-6 ¢L
J [l1
_
> 2° 7 >
N T
cv<- S2,-,i�
���
2aa. >_
S 28$ ST
2_87
flt. r S 288 5T `7
i
sYcc `
ST
S 288 i.
r 200 289 ST
�t1 I-
S 289 PL Q�
LQ�
S291 PL
f:
F c� Lp
S, > - =i
:� ;J
`�i4jj
°.
C
Y
ply I
?
293 2c)
T
ST C
a `g A
PL
S 2q6 ST
ro
> >
wi
m +
Legend
S 300 ST
'- S 303
-— `'•� S 304
A _ _.
S 288TH STREET R❑AD DIET
PROPOSED CROSS SECTION
3 LANES
+ BIKE
1— 5' 2' S 1 1 ' 12' ] 1 ' 5' 2' 5' 1 3'
Ufii, Sidewalk Planter Bike Bike Planter Sidewalk Utll
Strip Str!
44'
Varies 60'-120'
REV: MAR 2019
amw PUBLIC ARTERIAL/COLLECTOR DWG. NO.
FO&MO My WORKS I 3-2K
Awk
Washington State
Department of Transportation
July 9, 2021
Mr. Edward Walsh
Public Works Director
City of Federal Way
33325 8' Avenue South
Federal Way, Washington 98003
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
South 288' Street Road Diet
2021-23 Pedestrian & Bicycle Safety Program
State Funding
Dear Mr. Walsh:
WSDOT is pleased to advise you that the above -mentioned project was selected to receive funding
through the Pedestrian & Bicycle Safety program. The state funding is limited as shown below:
South 288" Street Road Diet $1,000,000
Scope: See attached project summary.
In order to meet state requirements, the following are required:
• Project expenditures incurred before receiving notice from Local Programs of state fund
authorization are not eligible for reimbursement.
■ Please refer to the Local Programs webpage for detailed authorization information,
including:(http:llwww.wsdot.wa.gov/localorograrrisll
✓ Local Agency Guidelines (LAG) manual for detailed requirements;
✓ Transportation Improvement Program (TIP) and Statewide Transportation
Improvement Program (STIP) amendments, as applicable;
✓ Funding and billing forms; and
✓ Quarterly Project Report required to be completed by the end of March, June,
September, and December each year. To access the database, you will need an
account name and password. Your account name is Federal Way and your
password is FedWa505. The password is case sensitive.
As a reminder, Local Programs encourages all agencies to submit monthly progress billings to ensure
timely reimbursement of eligible expenditures.
For assistance please contact, Mehrdad Moini, your Region Local Programs Engineer, at
206.440.4734.
Sincerely,
Sty rux
Stephanie Tax
Interim Director
Local Programs
Attachment
SJT:cc:sas
cc: Kelly McGourty, Transportation Director, PSRC
Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121
Project Summary
Program: Pedestrian and Bicycle
Date: June 2019
Agency: Federal Way
Project Title: S 288th Street Road Diet: Military Road S to 34th Avenue S
Project Description: Marked crosswalk, median refuge island, rectangular rapid flashing beacons, road
reconfiguration, ADA curb ramp retrofits, audible pedestrian signal, standard bike lanes, pedestrian
countdown signal, ADA retrofits (non -curb ramp)
Detailed Project Description:
Linear improvements for S 288th St, Military Road S to 34th Avenue S:
o Reduce speed to 30 mph
Implement approximately 2,290 feet of lane reductions to 1 lane in each direction with a center
turn lane
Implement approximately 250 feet of lane reduction under 1-5 bridge, 1 lane in each direction
(no center turn lane)
• Stripe approximately 2,370 ft of buffered bike Lanes on both sides of the road using durable
pavement marking material (MMA or similar)
a Replace 8 driveways to address ADA requirements
Crossing improvements for S 288th St, Military Road S to 34th Avenue 5:
* Pedestrian Countdown Signals at Military Road S —4
• Marked crosswalk 251h PI 5, east leg
o pedestrian scale illumination
o Median refuge island
o Rectangular Rapid Flashing Beacon (RRFB)
0 2 ADA Curb Ramp Retrofits
0 4 Audible Pedestrian Signals
• Marked crosswalk at 28th PI S, east leg
o Pedestrian scale illumination
o Median refuge island
o Rectangular Rapid Flashing Beacon (RRFB)
0 2 ADA Curb Ramp Retrofits
0 4 Audible Pedestrian Signals
Proiect Schedule:
Begin PE
10/21
Environmental Documents Approved
06/22
Right -of -Way Approved
N/A
Estimated Contract Ad
10/22
Estimated Contract Award Date
12/22
Open to Traffic
06/24*
Design Complete (Design -only projects)
N/A
Page 1 of 2
*All project elements (except Military Road Pedestrian Countdown Signals) will be completed by
6/23
Proiect Cost and Award Amount:
Phase Total Project
Cost
Amount Requested
Amount Awarded
Preliminary Engineering
$130,000
$100,000
$100,000
Right -of -Way
N/A
N/A
N/A
Construction
$1,170,000
$900,000
$900,000
Total
$1,300,000
$1,000,000
$10000,000
If you agree to the project summary described above, please sign below and return to Charlotte
ClaVbrooke or Brian Wood.
Concurrence: I agree to the project summary described above.
Approving Authority Name (Print):
LS \.J0.\sh \'G ulr�'k�c- U'6xw 7.rcC-rd
Approving Authority Signature:
Date: ( l 2-` I I Z-o Z 1
Page 2 of 2
:L
C
.y
N
0
d
CW
G
N
W
0 O
U
ri
a)
t..
N O
C
m
E
cy
co
E
od
c
0
U
a)
N
a)
L_
O
C
E
0
a)
O
N
U
0
a)
0
3
Y
O
3
a)
N
E
t
a)
a
o
ul
L
O
a3
W
O
a
o
ccaa
2
`a
m
w
O
U
N
U
O
CL
O)
C
0
0
C
0
E
a)
01
m
C
a) cc
m E
E I)
� N U
O N O
U c0i "N' a
O
N cc C c a1
C N t a)
U a a a
0
0 0
U
N V1 Ln oo
act
-0
00 LD m C
�I
a)
r- I m
m
O N
E
N
W
to to to to
w
O
uJ
O
�o O
C
CD_
40
� ur
m (D
0
oo
N
O �
>'
3
C
O
�
O
L
U
�
fA
fA
fR
69
fA
fR
c
o
Y
0
=
O
W
r
o
o
r—
o
r
N a
r�
V
6)
M
N
M
M
W
N
f�
—"
w
I--
w
LO
M
V
co
M
co
N
o
O
N
w
c
'm
<s
ss
f»
ss
O
W
=
U
0
=
N
O N a) M
N
a;N
a
R
W
co
c6 m
0
oo
U
L
a)
O.
Vi
fA
fA
fR
EA
!A
C
_
C
x°
o
w
m
Q
H
O
H
m
D
C
E
a) 3
m �
C >
a)
C
E
O
N
d
O 0 w O
N C
C
Q)
N
C N
O N 7
0
U m m
cq
o
O
a
Ncri
�
r
Vol
N
cn
O
U
}
U
Z
W
C9
Q
J
Q
F
0) w
N m
O C)
U
N a)
N cl�
Lt]
Q
N
O
"'
V
N
"'
V1
m
G
w
O
N
w
Q
w
Q,
I*
M
I,
ey
O
Lq
to
Ol
m
I�
O
V1
N
N
W
O
c-1
Ol
N
T
Q
W
Q
Q�
Ol
M
O
I�
lD
M
M
Q
O
01
I�
r-
T
Vt
lD
M
O
W
N
VT
.-I
V1
M
1p
.-I
rl
U
�
Ip
m
O
�n
m
6
o
x
0
�
v
¢
Q
w
w
w
w
w
L
v
o
>
x
a`
O
i
to
T
O
O
C
¢
rl
in
IO
m
Q
o
to
m
I�
N
oo
m m
Q
In
0
u
M
lD
N
Q
to
N
Q
LO
N
N
lD
to
10
'-1
Q
V1
0l
N
m Ql
Vl
M
O1
O
U
c-I
U
u
T
W
N
N
O
W
Q
O
O
w
n
16
.-I
m
f0
�
�
N
M
a
�
M
Q
N
Q
00
l0
l�
N
Q
1D
CO
'i
of
N
N
lD
M
to
V1
V
V
V}
00of
m
U
a
00
V1
lfl
O
n
oo
C
O
rl
`w
O
u
O
O
lD'
oa
vt
O�
b
m
�
C
V
O
�
N
w
n
0
u
oo
w
w
O
n
N
O
d
C
w
E
L
w
m
u
A
m
C
w
i
W
C
0
n
d
C
tA
w
W
mo
-
Q
G
O
-o
L
C
O
C
1
C
>
t/1
+Y+
C
II
V
>
C
ea
c
o
E
pCp
w
'�nc
vi
o„
O
N
O
N
U
O
-
O
L%
C
O
u
T
V�1
N
S
1.1
zp
t0
f0
o
N
O
O
O
a
n
d
m
a
a
m-
m
r
N
T
Q
'V1'
7�
CO
IIl
O
Lti
J�c;
Exhibit A
Project Summary
Program: Pedestrian and Bicycle
Date: June 2019
Agency: Federal Way
Project Title: S 288th Street Road Diet: Military Road S to 34th Avenue S
Project Description: Marked crosswalk, median refuge island, rectangular rapid flashing beacons, road
reconfiguration, ADA curb ramp retrofits, audible pedestrian signal, standard bike lanes, pedestrian
countdown signal, ADA retrofits (non -curb ramp)
Detailed Project Description:
Linear improvements for S 288th St, Military Road S to 34th Avenue S:
Reduce speed to 30 mph
Implement approximately 2,290 feet of lane reductions to 1 lane in each direction with a center
turn lane
Implement approximately 250 feet of lane reduction under 1-5 bridge, 1 lane in each direction
(no center turn lane)
• Stripe approximately 2,370 ft of buffered bike Lanes on both sides of the road using durable
pavement marking material (MMA or similar)
e Replace 8 driveways to address ADA requirements
Crossing improvements for S 288th St, Military Road S to 34th Avenue S:
Pedestrian Countdown Signals at Military Road S-4
Marked crosswalk 25t^ PI S, east leg
o pedestrian scale illumination
o Median refuge island
o Rectangular Rapid Flashing Beacon (RRFB)
0 2 ADA Curb Ramp Retrofits
0 4 Audible Pedestrian Signals
Marked crosswalk at 28t° PI S, east leg
o Pedestrian scale illumination
o Median refuge island
o Rectangular Rapid Flashing Beacon (RRFB)
0 2 ADA Curb Ramp Retrofits
0 4 Audible Pedestrian Signals
Project Schedule:
Begin PE
10/21
Environmental Documents Approved
06/22
Right -of -Way Approved
N/A
Estimated Contract Ad
10/22
Estimated Contract Award Date
12/22
Open to Traffic
06/24*
Design Complete (Design -only projects)
N/A
Page 1 of 2
AIMIL
Washington State
WO Department of Transportation
October 1, 2021
Mr. Edward Walsh
Public Works Director
City of Federal Way
33325 8th Avenue South
Federal Way, Washington 98003
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
City of Federal Way
S. 288th Street Road Diet
HLP-PB21(002)
2021 Pedestrian and Bicycle Safety
Dear Mr. Walsh:
The above project has received fund authorization, effective September 27, 2021, as follows:
PHASE TOTAL
Preliminary Engineering $130 000
STATE SHARE
$100,000
Enclosed for your information and file is a fully executed copy of Local Programs State
Funding Agreement LA10166 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 -a x
Stephanie Tax
Manager, Program Management
Local Programs
ST Jg:ml
Enclosures
cc: Mehrdad Moini, Northwest Region Local Programs Engineer, MS NB82-121