Loading...
AG 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