Loading...
HomeMy WebLinkAboutCAG2025-033 - Original - WSDOT - 64th Ave S/W James Street - 1/28/25 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) WASHINGTON Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Mindy Flanary for Steve Lincoln Public Works Date Sent: Date Required: > 01/28/2025 1/30/25 0 Q Mayor or Designee to Sign. Date of Council Approval: QInterlocal Agreement Uploaded to Website March 19, 2024 Budclet Account Number: Grant? Yes ✓ NoE:] R20139 Budget?�✓ YesE]No Type: Federal Vendor Name: Category: WSDOT Grant: Non-Real Property Vendor Number: Sub-Category: Original 0 Project Name: 64th Ave S/W James Street 3- Project Details: 0 Repair and resurface driving surface on 64th Ave. from Meeker St. to James St. and on James St. from 64th Ave. to Washington Ave. 40 c (11.111 Basis for Selection of Contractor: Agreement Amount: 250,000 Interlocal Agreement E *Memo to Mayor must be attached .1111 Start Date: U1 pon execution Termination Date: 12/31/2028 a Local Business? Yes F—]No*If meets requirements per KCC 3.70.100,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Business License Verification: ❑Yes In-Process F1 Exempt(KCC 5.01.045) FlAuthorized Signer Verified Notice required prior to disclosure? Contract Number: Yes❑No CAG2025-033 Comments: IM C C a, a Date Received:City Attorney: 1/23/25 Date Routed:Mayor's Office 1/27/25 'ty Clerk's Office 1/28/25 adccW22373_7_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 1/23/25, 10:06 AM Grant Acceptance-2023 National Highway Safety Asset Management Program-64th Avenue South&West James Street-Autho... City of Kent Mar Approved Washington 19 Z0247;pppM KENT Action Item W"°"1-- 3920 Grant Acceptance - 2023 National Highway Safety Asset Management Program - 64th Avenue South & West James Street - Authorize Information Department: Public Works Department Sponsors: Category: Grant/Donation Attachments Printout WSDOT Agreement WSDOT Award Letter Budget Impact BUDGET IMPACT: Motion MOTION: I move to accept grant funds from the Washington State Department of Transportation National Highway System Asset Management Program for the 64th Avenue South and West James Street Project, amend the budget, authorize the expenditure of the grant funds, and authorize the Mayor to sign all necessary documents subject to final terms acceptable to the City Attorney and Public Works Director. Summary SUMMARY: In September 2023, the Washington State Department of Transportation (WSDOT) issued a merit-based project selection process as part of the National Highway System (NHS) Asset Management Program. NHS roadways include both local and state-owned NHS facilities. Kent maintains approximately 13 miles of NHS-designated routes. In October 2023, the City applied to WSDOT for preservation funding on two streets - 64th Avenue South between South 240th Street/West James Street and West Meeker Street; and West James Street between 64th Avenue South and Washington Avenue North (SR 181). The project will include pavement repair and overlay, improved bus stops, curb ramps, sidewalks, and crosswalks. The project will add bike lanes on 64th Avenue South through a planned vehicle lane reduction, or road diet.' Bike lanes were included in the 2021 Transportation Master Plan and would complete a north-south connection. Meeting History Mar 5, 2024 4.00 PM Video Committee of Committee of the Whole - Regular the Whole Meeting https://kentwa.igm2.com/Citizens/Detail_LegiFile.aspx?MeetinglD=5571&MediaPosition=&ID=3920&CssClass=&Print=Yes 1/2 1/23/25, 10:06 AM Grant Acceptance-2023 National Highway Safety Asset Management Program-64th Avenue South&West James Street-Autho... Design Engineering Manager Carla Maloney provided details on the grant acceptance for the 2023 National Highway Safety Asset Management Program - 64th Avenue South &West Maloney advised WSDOT awarded $3,070,000. Maloney provided an overview of the National Highway Safety routes grant funds and purpose of the funds. RESULT: MOTION PASSES [UNANIMOUS] MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Satwinder Kaur, John Boyd, Brenda Fincher, Zandria Michaud, Toni Troutner Mar 19, 2024 7:00 PM Video City Council City Council Regular Meeting Meeting RESULT: APPROVED [UNANIMOUS] MOVER: Satwinder Kaur, Council President SECONDER: Bill Boyce, Councilmember AYES: Satwinder Kaur, Bill Boyce, John Boyd, Brenda Fincher, Marli Larimer, Toni Troutner, Zandria Michaud Powered by Granicus https://kentwa.igm2.com/Citizens/Detail_LegiFile.aspx?MeetinglD=5571&MediaPosition=&ID=3920&CssClass=&Print=Yes 2/2 AAW Washington State Department of Transportation Local Agency Agreement Agency City of Kent ALN 20.205-Highway Planning and Construction (Assistance Listing Number) Address 220 4th Ave S Kent,WA 98032 Project Number Agreement Number For WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in(1)Title 23, U.S. Code Highways, (2)the regulations issued pursuant thereto, (3)2 CFR Part 200, (4)2 CFR Part 180—certifying that the local agency is not excluded from receiving Federal funds by a Federal suspension or debarment, (5)the policies and procedures promulgated by the Washington State Department of Transportation, and(6)the federal aid project agreement entered into between the State and Federal Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein on line r, column 3,without written authority by the State, subject to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency. Project Description Name 64th Avenue S/W James Street Length 0.67 Miles Termini From W Meeker Street to Washington Ave N(SR 181) Description of Work Work includes pavement repair,grind, mill, overlay, bus stop improvements, bike lanes, curb ramps, crosswalk, sidewalk, and upgraded pedestrian push buttons. Project Agreement End Date 12/31/2028 Indirect Cost Rate Advertisement Date Yes V/ No Estimate of Fundin (2) (3) Type of Work (1) Estimated Total Estimated Agency Estimated Federal Pro ect Funds Funds Funds PE a.Agency 228,750.00 228,750.00 100 % b.Other Consultant 18,000.00 18,000.00 Federal Aid c. Other Participation d.State Services 3,250.00 3,250.00 Ratio(s)for PE e.Total PE Cost Estimate 250,000.00 0.00 250,000.00 Right of Way f.Agency % . Other Federal Aid h.Other Participation, Ratio(s)for RW 1-State Services Total R/W Cost Estimate 0.00 0.00 0.00 Construction k. Contract % I. Other m. Other Federal Aid n. Other Participation o.Agency Ratio(s)for CN .State Services q.Total CN Cost Estimate 0.00 0.00 0.00 r.Total Pro'ect Cost Estimate 250,000.00 0.00 250,000.00 Agency Official Washington State Department of Transportation By� _. BY Title 1�v'i�i�� j„/�,,�KS '�1f?EGTe+Z Director, Local Programs Agency Date 1/dol,fir Date Executed DOT Form 140-039LP Revised 12/2024 Page 1 •Previous Versions Obsolete• Construction Method of Financing (Check Method Selected) State Ad and Award Method A-Advance Payment-Agency Share of total construction cost (based on contract award) Method B - Withhold from gas tax the Agency's share of total construction coast (line 5, column 2) in the amount of $ at $ per month for months. Local Force or Local Ad and Award Method C -Agency cost incurred with partial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below.Adopted by official action on March 19 2024 Resolution/Ordinance No.3920 Provisions I.Scope of Work The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set forth in detail in the"Project Description"and "Type of Work." When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the services described and indicated in "Type of Work"on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency,the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Highway Administration. II. Delegation of Authority The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees that the State shall have the full authority to carry out this administration. The State shall review, process, and approve documents required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract,the State will further act for the Agency in all matters concerning the project as requested by the Agency. If the Local Agency advertises and awards the project,the State shall review the work to ensure conformity with the approved plans and specifications. III.Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition, the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects,the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications, and federal aid requirements. The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof.All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV.Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of Transportation. The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency. Copies of said records shall be furnished to the State and/or Federal Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: 1. Preliminary engineering. 2. Right of way acquisition. 3. Project construction. Once written authorization is given, the Agency agrees to show continuous progress through monthly billings. Failure to show continuous progress may result the Agency's project becoming inactive, as described in 23 CFR 630, and subject to de-obligation of federal aid funds and/or agreement closure. If right of way acquisition, or actual construction of the road for which preliminary engineering is undertaken is not started by the close of the tenth fiscal year following the fiscal year in which preliminary engineering phase was authorized,the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX). If actual construction of the road for which right of way has been purchased is not started by the close of the tenth fiscal year following the fiscal year in which the right of way phase was authorized, the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement(see Section IX). DOT Form 140-039LP Revised 12/2024 Page 2 •Previous Versions Obsolete• The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200.The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws.The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200-Uniform Admin Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government(see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A—The Agency will place with the State,within(20)days after the execution of the construction contract, an advance in the amount of the Agency's share of the total construction cost based on the contract award.The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor. Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost.When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency.This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. Method B—The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C—The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement.At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation(see Section IX). VII.Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States;WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation(see Section IX). Vill.Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200.501 as well as all applicable federal and state statutes and regulations.A subrecipient who expends$1,000,000 or more in federal awards from all sources during a given fiscal year shall have a single or program-specific audit performed for that year in accordance with the provisions of 2 CFR Part 200.501. Upon conclusion of the audit,the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. DOT Form 140-039LP Revised 12/2024 Page 3 •Previous Versions Obsolete 9 IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project(e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director, Local Programs. Project Agreement End Date-This date is based on your projects Period of Performance(2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement.All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 60 days after the Project Agreement End Date or they become ineligible for federal reimbursement. X.Traffic Control,Signing, Marking,and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD.The Agency will, at its own expense, maintain the improvement covered by this agreement. XI. Indemnity The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits,whether at law or equity brought against the Agency, State, or Federal Government, arising from the Agency's execution, performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. XII. Nondiscrimination Provision No liability shall attach to the State or Federal Government except as expressly provided herein. The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT- assisted contract and/or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT-assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program,the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986(31 U.S. C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60,which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal-Aid Contracts(FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided,that if the applicant so participating is a State or Local Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1)To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor. (2)To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3)To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965,with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order. (4)To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order. In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following actions: (a)Cancel,terminate, or suspend this agreement in whole or in part; (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. DOT Form 140-039LP Revised 12/2024 Page 4 •Previous Versions Obsolete• XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to the amount of Federal participation in the project cost,shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph. XIV.Termination for Public Convenience The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part,whenever: (1)The requisite federal funding becomes unavailable through failure of appropriation or otherwise. (2)The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources. (3)The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than the contractor. (4)The Secretary is notified by the Federal Highway Administration that the project is inactive. (5)The Secretary determines that such termination is in the best interests of the State. XV.Venue for Claims and/or Causes of Action For the convenience of the parties to this contract, it is agreed that any claims and/or causes of action which the Local Agency has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the Superior Court for Thurston County. XVI.Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The approving authority certifies, to the best of his or her knowledge and belief,that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract,the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit the Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements)which exceed$100,000, and that all such subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. XVIL Assurances Local agencies receiving Federal funding from the USDOT or its operating administrations(i.e., Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration)are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities, and services will be conducted in compliance with Section 504 and the Americans with Disabilities Act(ADA). Additional Provisions DOT Form 140-039LP Revised 12/2024 Page 5 9 Previous Versions Obsolete• CyWashington State Local Agency Federal Aid Ai Department of Transportation g Aft Project Prospectus Prefix Route ( ) Date 1/10/2025 Federal Aid DUNS Number 020253613 Project Number Lo 1al Agency 24-3005 \ WSDO y 1 Federal Employer 91-6001254 Project Number ` Use Only J Tax ID Number Agency CAAgency Federal Program Title Kent ❑✓ Yes [:]No ❑✓ 20.205 [--]Other Project Title Start Latitude N 47.381383 Start Longitude W-122.253735 64th Avenue S/W James Street End Latitude N 47.386746 End Longitude W-122.247652 Project Termini From-To Nearest City Name Project Zip Code(+4) W Meeker Street Washington Ave N Kent 98032-5895 Begin Mile Post End Mile Post Length of Project Award Type N/A N/A 0.67 Miles [✓J 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 0615 17 KING WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number Northwest Region 33 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. $250,000 $250,000 3 2025 R/W Const. $2,820,000 $2,820,000 5 2026 Total $3,070,000 $3,070,000 Description of Existing Facility (Existing Design and Present Condition) Roadway Width Number of Lanes 44'-47' 3-4 64th Avenue has been subject extensive crack sealing. James street has had less crack sealing but is also showing extensive alligator-cracking in the westbound traffic lane and to a lesser extent on the eastbound lane. Description of Proposed Work Description of Proposed Work(Attach additional sheet(s)if necessary) Work includes pavement repair, grind, mill, overlay, bus stop improvements, bike lanes, curb ramps, crosswalk, sidewalk, and upgraded pedestrian push buttons. Local Agency Contact Person Title Phone Stephen Lincoln Project Engineer 253-856-5552 Mailing Address City State Zip Code 220 4th Ave S Kent W A 98032 Project Prospectus PProvin 9 Authority Title Mayor Date 01/28/2025, DOT Form 140-101 Page 1 Revised 01/2022 Previous Editions Obsolete Agency Project Title Date Kent 64th Avenue S/W James Street 1/10/2025 Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ❑ New Construction ❑ Path /Trail ❑✓ 3-R 36' 3 ❑ Reconstruction ❑ Pedestrian / Facilities ❑2-R ❑ Railroad ❑ Parking ❑ Other ❑ Bridge Geometric Design Data _ Description Through Route Crossroad ❑Principal Arterial ❑ Principal Arterial Federal ❑✓ Urban � Urban❑ Minor Arterial ❑ Minor Arterial Functional Rural � Collector ❑ Rural ❑ Collector ❑ Major Collector ❑✓ Major Collector Classification ❑ NHS ❑ Minor Collector ❑ NHS ❑ Minor Collector 0 Local Access ❑ Local Access Terrain ❑✓ Flat [:]Roll ❑ Mountain 0 Flat ❑ Roll ❑ Mountain Posted Speed 35 mph 35 mph Design Speed N/A N/A Existing ADT 11,400 10,023 Design Year ADT N/A N/A Design Year N/A N/A Design Hourly Volume (DHV) N/A N/A Performance of Work Preliminary Engineering Will Be Performed By Others Agency City of Kent % 100 Construction Will Be Performed By Contract Agency Contractor 80 % 20 Environmental Classification ❑Class I - Environmental Impact Statement (EIS) 0 Class II - Categorically Excluded (CE) ❑ Project Involves NEPA/SEPA Section 404 ❑ Projects Requiring Documentation Interagency Agreement (Documented CE) ❑ Class III - Environmental Assessment (EA) ❑ Project Involves NEPA/SEPA Section 404 Interagency Agreements Environmental Considerations Project covered under RRMP Agreement DOT Form 140-101 Page 2 Revised 01/2022 Previous Editions Obsolete rAge,cy Project Title Date t 64th Avenue S/W James Street 1/10/2025 Right of Way No Right of Way Needed ❑ Right of Way Needed *All construction required by the ❑ No Relocation ❑ Relocation Required contract can be accomplished within the existing right of way. Utilities Railroad _ ❑ No utility work required ❑✓ No railroad work required ❑All utility work will be completed prior to the start [--]All railroad work will be completed prior to the start of of the construction contract the construction contract All utility work will be completed in coordination ❑All the railroad work will be completed in coordination with the construction contract with the construction contract Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project Existing utilities will be relocated or adjusted. FAA Involvement Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ❑Yes No Remarks This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and is not inconsistent with the agency's comprehensive plan for community development. Agency Date 01/28/2025 By-- -- Mayor/(;"iairpers,n DOT Form 140-101 Page 3 Revised 01/2022 Previous Editions Obsolete Local Programs Authorization Package Checklist Agency: City of Kent Project Title: 64th Avenue S/W James Street Fed Aid/State Project#: KEN-75 By Phase(check all that apply) Funding Request PL* PE** RW CN Non-Funding Request E] New Phase Authorization El El El E Phase Modification *PL-Planning. Used for stand-alone planning and study projects. **PE-Preliminary Engineering. This is the full design phase of a construction project. Once PE is authorized, Region HQ the construction phase must be completed,or all federal expenditures must be repaid. Agency Check Check Miscellaneous Items In addition to this checklist,all Region submittals must utilize the standard Region IDC,memo,or cover letter. Y If authorizing a subsequent phase on an existing project,has at least one bill for the prior phase been fully processed by N/A,1 Local Programs(Posted date is present in SPORT)? If not,supplement can't be processed. Has the scope changed(description of work,limits,staging, RW needs,etc.)since previous submittal? N .Project Prospectus(DOT Form 140-101)- LAG Chapter 21 Are all three pages of the current form included? Y Does information(title,termini,description,RW needs,cost,etc.)agree with STIP/LAA/NEPA-CE? Y Is the project description written such that the project scope is clear to an average person? Y Are pages 1 and 3 signed? y If the LPE or another agency is acting as CA,enter CA agency name below and include copy of CA agreement(LOU,MOU,etc). N/A,2 CA Agency: Are the Latitude and Longitudes(decimal format preferred)included and correct? Y Are Congressional and Legislative Districts included and correct? y Project Zip Code includes the+4? Y Are estimated costs included for all phases of the project? y Are the Functional Classification and Urban/Rural designation correct? Y Are the Right of Way,Utilities,and Railroad sections filled out? Y Typ ca -sections&Vicinity Map- LAG Chapter 21 F-1 F-1 0 When necessary,are the Vicinity Map(s)and Roadway Section(s)included? Y Can someone unfamiliar with the project's location easily tell where it's located using the vicinity map? Y Are the project limits clearly marked on the map? Y Does the section include all elements,with dimensions,of the roadway prism? Y Are section changes,if applicable,throughout the project limits noted/displayed? N/A,3 STIP/Funding Documentation - LAG Chapter 1 EJ EJ EJ Is the currently approved STIP page included? y Does STIP information(termini,description,etc.)match the LAA and Prospectus? Y Is the phase being authorized(or a later phase)programmed in the STIP? Y Is funding from all requested programs shown in the STIP? y Are the requested funds supported by the STIP? y If funded through a HQ managed program(ex.Bridge,HSIP),is the award letter included when these funds are first obligated..Y If funded through a HQ managed program,does the submitted scope match the project summary scope? Y Local Agency Agreement (DOT Forms 140-039& 140-041)- LAG Chapter 22 a Is at least one LAA or LAA supplement,with an original signature,included? Y Current form used?(check revision date at bottom left) y All pages of Agreement included? y Are the Agency information,Project#,LAA#,Supplement#,and date of original agreement execution correct? Y Does project information(title,termini,length,description,etc.)agree with STIP/Prospectus/NEPA-CE? Y Authorization Package Checklist WSDOT/Local Programs 1 of 2 Local Programs Authorization Package Checklist Region HQ Agency Check Check Local Agency Agreement(DOT Forms 140-039& 140-041) LAG Chapter 22[CONT.] Is the reason for supplement accurate and up to date? N/A,4 Is the Project Agreement End Date(month,day,and year)included? Does it follow LAG guidance? Y When not authorizing a new phase,is the end date the same as shown on the previous agreement? N/A,1 If not,is adequate justification(see LAG 22.3)included to support changing the end date? N/A,1 Is the Advertisement Date(month,day,and year)included?Is it within 6 weeks of estimated CN authorization? N/A,5 If the ICR box is checked'Yes',is the agency's current approved/self-certifed rate documentation provided? It must clearly show a single rate to be used,the imeframe it covers,and the actual signature of approval/self-certification. N/A,6 If corrections made,are they initialed?If made by WSDOT is permission from Agency provided? N/A Are all federal aid participation ratios being used listed? Y If de-obligating funds on any line,does it reduce obligation below expenditures? N/A,7 Are amounts calculated correctly and shown in the correct columns? Y Documented Cost Estimate- LAG 22.4 and Appendix 22.56 Is a Documented Cost Estimate included for each phase requesting/changing funds? Y Are total dollars on the LAA supported by the phase estimates? Y Does the estimate sufficiently demonstrate how the costs were determined? Y Right of Way- LAG Chapter 25 El If authorizing RW,is a true cost estimate summary sheet included? N/A,8 Does the true cost estimate summary sheet support RW amounts shown on the LAA? N/A,8 If authorizing RW and Relocation is required,is the signature page of the approved Relocation Plan included? N/A,8 If authorizing CN,is the Local Programs approved RW Certification included? N/A,8 If RW acquired under the Government Acquisitions Provision,is approval documentation included? N/A,8 Environmental Documentation/Approval (NEPA)- LAG Chapter 24 F-1 0 Is an approved NEPA package(at least signature page)included? N/A,9 Does the description of work match the Prospectus/LAA/STIP? N/A,9 Is the footprint of the project within the limits of the NEPA approval? N/A,9 Do the NEPA-CE Part 3 RW responses agree with the STIP and Prospectus? N/A,9 Is the approval date within the last 3 years? N/A,9 If approval is older than 3 years,has the approval been re-evaluated by the environmental engineer? N/A,9 N/A,9 Chapter 26) -Ti 'd (LAG Chapter 44)- Local Forces (LAG Chapter 61) El F If authorizing construction,is the DBE goal letter/e-mail included,or are the goals in SPORT? N/A,9 If construction includes a tied bid project,is the approved PIF included or noted in SPORT? N/A,9 If construction by Local Forces,is the approved PIF included or noted in SPORT? N/A,9 PROJECT NOTES (Provide additional information or explanation as necessary) 1.Item noted as not applicable because this agreement is for the first,PE phase of the project. 2.Agency is a CA 3.Section changes are not applicable to this project. 4.LAA is not for a supplement. 5.Advertisement date will be submitted with the supplement for Construction 6.Agency is not opting to use ICR. 7.Agency is not de-obligating funds. 8.Right of Way acquisition is not required for this project. 9.NEPA and DBE documentation will be submitted with the Construction Supplement. Authorization Package Checklist WSDOT/Local Programs 2 of 2 1, ( ln �a _/ rAaKr r=maeeP•^ se s gth ; Q -ST co > el�c ' HIML-MERIDIAN PROJECT oo(o _ LOCATION MOINES 1 , r S •2f j in a r rEDs oa 9E nse r _. KENT caossiric f I LAKES 0 Q) mr B,B S, amcaiKE m ¢ 181 / I / aa sFS Ensr 5 I ir— —+ F IG 9Co ks SEsr.iwniom Gam;n nc.M1El/NASA USGSB rea of LandMa+agem EGANS.USDA.I—S i 19140�� fr;. S 240th St W James St W James St P Q N C o C� Hogan Park at 5 Kent Sta o Russell Road J qL m N DOWNTOWN ls1 KENT Kent-West Mall W Harrison St c moo, W Meeker St i W Meeker St y a ENT PROJECT EXTENTSI Willis Street ' S Kent des Moines Rd 516 Greenbelt Mullen Slough 516 Natural Area Nd S Esri Community Maps tonlributors, King County,WA State Parks GGIS, Esrggi, � ��� TomTom,Garmin,S?fe- raph,GeoTechnologies,Inc,WETI/NA�A,NvGS,t 1 °� Bureau of Land'rt�agement, EPA, NPS, US Cer'us Bureau, USDA, LO 0.07 0.15 0.3 Miles ( usI ws I v Vicinity Map 64th Ave S/W James Street West James Street W James Street: Existing 60' ROW(Typical) . . 1 6 1 5' 11 12iiia iiini W James Street: Proposed 60' ROW(Typical) 60' ROW(Typical) `MI '1'. 6' '1' Sv:' 1'v'=' 12' 0, 64th Ave. S 64th Ave S: Existing 70' ROW(Typical) 2 ' 1' 2' T 12' t1 it;;" 12' T 2 5 __ 64th Ave S : Proposed 70' ROW(Typical) Var It + N t.�.. 1 5 2' ' ? 1U'4 t0'< _t... 2 5 o ROW(Typical • • Draft Roadway Sections 64th Ave S/W James Street • Transportation Building Washington State Transportation 310 Maple Park Avenue S.E. Department of Trans po P.O.Box 47300 Olympia.WA98504-7300 36a-70b-1000 TTY:1-800-833-6388 www.wsd0t.wa.gov January 10, 2024 Mr. Chad Bieren, PE Public Works Director City of Kent 220 Fourth Avenue South Kent, WA 98032-5838 RE: 64th Ave S./W.James St 2023 National Highway System (NHS)Asset Management Program Federal Funding Dear Mr. Bieren: WSDOT is pleased to advise you that the above-mentioned project was selected to receive funding through the 2023 NHS Asset Management program. The federal funding is limited as shown below: 64th Ave S./W.James St $3,070,000 Scope: Pavement repair, grind, mill,overlay,improve bus stops,bike lane, curb ramps, crosswalk,sidewalk,and upgrade ped push buttons. NOTE: Funding provided requires the local match as detailed in your project application. If no local match was identified,federal funds are available at 100%,for all eligible federal expenditures. Construction must be completed as a single contract and authorized by August 31, 2026, or funds may be reprogrammed to other projects. Scope changes are not allowed. To meet state and federal requirements,the following are required: • Project expenditures incurred before receiving notice from Local Programs of federal fund authorization are not eligible for reimbursement. • Please refer to the Local Programs webpage for detailed information, including: htlp://www.wsdot.wa.gov/localprogram ✓ Local Agency Guidelines (LAG)manual for the requirements regarding programming, authorization, reimbursement, etc.; ✓ Projects utilizing federal funds must be included in your current Transportation Improvement Program (TIP) as a complete programmed project. Once your TIP amendment is approved, WSDOT will amend the Statewide Transportation Improvement Program (STIP); ✓ Funding and billing forms; Mr. Chad Bieren, PE City of Kent January 10, 2024 ✓ Local Project Report is required to be completed by the end of June and December each year. To access the database you will need an account name and password. Your account name is Kent and your password is Kent291. The password is case sensitive. • If the project is not actively pursued, or becomes inactive(23 CFR 630),the project is at risk of being cancelled, funds repaid and reprogrammed. 0 FHWA requires that all projects are ADA compliant upon completion or the federal funds must be repaid. As a reminder,Local Programs requires all agencies to submit monthly progress billings to ensure timely reimbursement of eligible federal expenditures. For assistance,please contact your Region Local Programs Engineer, Mehrdad Moini at 206.440.4734 or Mehrdad.MoiniAwsdot.wa.gov. Sincerely, Jay Drye, PE Director Local Programs JD:st:cdm cc: Kelly McGourty, Transportation Director, PSRC Mehrdad Moini,Northwest Region Local Programs Engineer 64th Avenue S/W James Street City of Kent Documented Preliminary Engineering Cost Estimate Federal Aid Number Agreement No. City of Kent project number: 24-3005 Estimate Updated 1/14/2025 PE Estimate Position Hours Hrly Rate Total Construction Engineering Manager 30 $153.00 $4,590.00 Construction Engineering Supervisor 30 $132.00 $3,960.00 Capital Project Manager 60 $110.00 $6,600.00 Design Engineering Manager 200 $149.00 $29,800.00 Design Engineering Supervisor 200 $145.00 $29,000.00 Design Engineer III 560 $115.00 $64,400.00 Designer III 760 $95.00 $72,200.00 Administrator 260 $70.00 $18,200.00 Total Local Agency $228,750.00 Consultant-Traffic Control 360 $50.00 $18,000.00 WSDOT LS $3,250.00 Total PE $250,000.00 *Based on consultant hours and costs for similar projects. W) N N C ad r E o waz R{ N O O O L O O O O O w C � O O O p� N o0 O r N C9 1A Cl) N m C) a w w O W O v o r N C � N O 0 O O t O FO-U n. c) C L o LL tl u O z -� N Q C y 0 O O O O m C O E >N L W F' >r0 N 'O O O C: cnn M O 7 Cl N n. d n O H N a U m o fn m C Nm C aYi a O LL N O O_ Y N O O CO N mCN cm oc cl N O O O N N C N ) O O O LL Q En C O O Vl t�1 O 20 Z m u `cv 0No 0 Z 3 f0 N M o _ e d 10 o n LL d N d C E V1 O O N O O v a a N Lo W) w� v a a @ N N v w Cli U Z Z H o d rn v IO d J O Y ci C > � a m ui E o v N cn LL > w N N d 10 O O to fl. O N N -O d ^ t d L v N Y m N N a Q _O of O w z 'O m cn E v r a C) m cn a�i z aa) a a 0 Y Y a E c ci w T Co IL C O Q m E a3 a� =3 c a a z m u Q m C N > ci U o 1a 1 of 3 110 Puget Sound Regional Council Transportation Improvement Program Application New Project Request 64th Ave S/W James Street Not yet submitted Wsdot Pin N/A Sponsoring Agency Sponsoring Agency Kent Ca Sponsor N/A Project Contact Person Contact Name David Paine Email Address dpaine@kentwa.gov Phone Number 253-856-5564 Project Description Project Title 64th Ave S/W James Street Project Description Overlay of the entire width and length of the project section by edge grinding and installation of pavement reinforcement fabric as needed, sidewalk repairs of damaged panels, curb ramp upgrades where required to comply with ADA regulations, associated regulatory upgrades to traffic signal including accessible pedestrian systems, and pavement markings. Paving will be accomplished by edge milling along the curb/gutter line and installing pavement reinforcement fabric the entire width of the street as needed prior to placing an asphalt overlay up to 3 inches thick on the entire length and width. Preliminary Engineering will include: required documents to secure permits, bid documents, approval to advertise, obligation of construction funds, advertise, award the project. No right-of-way documentation is needed for this project. Construction and Contract Management: Manage and administer the contract. Regional Transportation Plan Status Exempt Regional Transportation Plan ID N/A Location Location 64th Ave S/W James St County King City Kent Crossroad/landmark nearest to the beginning of the project W Meeker St Crossroad/landmark nearest to the end of the project Washington Ave N (SR 181) Map File Name 2023_Kent_NHS_Location_map.pdf Improvement Type 2 of 3 Primary Improvement Type Preservation/Maintenance/Reconstruction Secondary Improvement Types Resurfacing, Bike Lanes, Sidewalk Functional Classification Functional Class Name 17 Urban Collector Programming Planning: None Preliminary Engineering Category Funding Source Estimated Obligation Date Amount federal NHS September 30th, 2024 $250,000.00 $250,000.00 Right of Way: None Construction Category Funding Source Estimated Obligation Date Amount federal NHS January 31 st, 2026 $2,820,000.00 $2,820,000.00 Other: None Grand Total: $3,070,000.00 Secured Funding File Name 64th_and_James_NHS_preservation_award.pdf Secured Funding Explanation N/A Programming Instructions The 2023 selections of the NHS Asset Management Awards can be found here: https://wsdot.wa.gov/business-wsdot/support-local-programs/funding-programs/national- highway-system-asset-management-program Budget Planning: None Preliminary Engineering expected completion date:2025 Funding Source Secured Status Amount NHS Reasonably Expected $250,000.00 $250,000.00 Right of Way: None Construction expected completion date:2027 Funding Source Secured Status Amount NHS Reasonably Expected $2,820,000.00 $2,820,000.00 3 of 3 Other: None Total Project Cost: $3,070,000.00 Year of Expenditure 2026 Please confirm the date this project will be fully implemented September 1st, 2027 Project Details and Scope Environmental Documentation Type of documentation CE Actual or expected completion date December 1st, 2025 Project Length Total project length (in miles): .67 Turn pocket lanes Number of new turn pocket lanes (right-turn, left-turn) to be added by the project: 0 Turn lane Does the project include a continuous two-way left turn lane? No Shared Use Does the project include bicycle and/or pedestrian features and/or paved shoulders? Yes Classifications Bike lane Shared Use Miles .67 Intelligent Transportation System (ITS) Information Does the project include Intelligent Transportation Systems (ITS), which are defined as advanced information processing, communications, sensing, or control technologies? No Consistency with Local Plans Is the project specifically identified in a local comprehensive plan? Yes Local Plan Explanation City of Kent 2025-2030 Six-Year Transportation Improvement Program on PDF page 43, document page 60. Project#25-11. The 2025-2030 Transportation Improvement Program was adopted by Kent City Council on May 21, 2024. If "No", describe how the project is consistent with the applicable local comprehensive plan(s). N/A Compliance Certification Compliance Certification Yes Compliance Certification Date January 24th, 2024 Federal Compliance Yes