Loading...
HomeMy WebLinkAboutCONSENT SR19 Rhody Ped Bike Improve Amend 2 Department of Public Works 0 Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Josh Peters, County Administrator From: Eric Kuzma, Public Works Director Agenda Date: February 2, 2026 Subject: Local Agency Agreement Supplement No. 2 SR19 Rhody Drive Ped.-Bike Improvements - South Segment County Project No. 1802095, WSDOT Project No. TAP-0019(008) Statement of Issue: Local Agency Supplemental Agreement No. 2 with the Washington State Department of Transportation (WSDOT), for the SR19 Rhody Drive Ped.-Bike Improvements - South Segment project was signed by the Board on April 3, 2025 and forwarded to WSDOT for processing. In the paper flow at WSDOT the Agreement was delayed, then lost, and meanwhile their template was updated. WSDOT requested on January 13, 2026 that Jefferson County resubmit Local Agency Supplemental Agreement No. 2 on the updated form with a new Project Prospectus. Analysis/Strategic Goals/Pro's Et Con's: The SR19 Rhody Drive Ped.-Bike Improvements - South Segment project is included in the officially adopted 2026-2031 Transportation Improvement Program (TIP) as Item No. 7. This project will provide pedestrian and bicycle facilities along SR19 in Chimacum, including ADA accessible sidewalks, crosswalks, a bicycle lane, and a pedestrian bridge across Chimacum Creek. This project is part of the Tri-Area Transportation Plan - a comprehensive plan to establish pedestrian and bicycle connectivity in Chimacum, Hadlock, and Irondale. Execution of this Supplemental Agreement will provide for engineering and environmental consultants and Jefferson County Public Works (JCPW) staff, for preparation of design and construction bid documents. Fiscal Impact/Cost Benefit Analysis: JCPW originally obtained a Transportation Alternatives Program (TAP) grant from WSDOT for $175,830 which included a 13.5% matching funds requirement. A subsequent WSDOT Connecting Communities Pilot Program (CCPP) grant was awarded in March, 2024 for $260,000 (100%) for Preliminary Engineering (PE) and Right-of-Way expenses. This was followed by the award of an additional $141,300 (100%) in CCPP funds in January, 2025 for a total funding amount of $577,930. It is necessary to obligate the additional CCPP grant funds now so that JCPW may use these funds to reimburse PE phase expenses. Recommendation: Public Works recommends that the Board execute one original of the Local Agency Agreement Supplement No. 2 with WSDOT and return to Public Works. A fully executed copy of the Local Agency Agreement Supplement No. 2 will be returned to the Board after execution by WSDOT. Department of Public Works O Consent Agenda Page 2 of 2 Department Contact: Bruce Patterson, Project Manager, 385-9169. Reviewed By: CP �t DC1 ) P-77X Josh ters, County Administrator Dat CONTRACT REVIEW FORM Clear Form (INSTRUCTIONS ARE ON THE NEXT PAGE) CONTRACT WITH: Washington DOT Contract No: /ZUZG—O(J Contract For: SR 19 Rhody Drive Red-Bike Improvements-South Segment(18020950) Term: 12/31/29 COUNTY DEPARTMENT: Public Works Contact Person: Bruce Patterson Contact Phone: 360-385-9169 Contact email: bpatterson@co.jefferson.wa.us PROCESS: AMOUNT: $141,300.00 Exempt from Bid Process Revenue: WSDOT C.C.P.P. (100%) Cooperative Purchase Expenditure: 18000010.595.410000 Competitive Sealed Bid Matching Funds Required: No - Small Works Roster Sources(s)of Matching Funds _ Vendor List Bid Fund # 180 _ RFP or RFQ Munis Org/Obj 18033403.334061.20950 if Other: LAA Supplemental#2 APPROVAL STEPS: STEP 1: DEPARTMENT CERTIFIES COMPLI� CE WITH JCC 3.55.080 AND CHAPTER 42.23 RCW. I CERTIFIED: I NIA:E �l,L�.., c - , 0-5jzfo Signature Date STEP 2: DEPARTMENT CERTIFIES THE PERSON PROPOSED FOR CONTRACTING WITH THE COUNTY (CONTRACTOR) HAS NOT BEEN DEBARRED BY ANY FEDERAL, STATE, OR LOCAL AGENCY.CERTIFIED: ElN/A: (i....___ ((/7j/(fo Signature Date STEP 3: RISK MANAGEMENT REVIEW(will be added electronically through Laserfiche): Electronically approved by Risk Management on 1/23/2026. STEP 4: PROSECUTING ATTORNEY REVIEW(will be added electronically through Laserfiche): ectronically approved as to form by PAO on 1/22/2026.El . State Contract - supplement - difficult to change STEP 5: DEPARTMENT MAKES REVISIONS & RESUBMITS TO RISK MANAGEMENT AND PROSECUTING ATTORNEY(IF REQUIRED). STEP 6: CONTRACTOR SIGNS STEP 7: SUBMIT TO BOCC FOR APPROVAL 1 � Washington State Department of Transportation Local Agency Agreement Supplement Agency Supplement Number Jefferson County 2 Project Number Agreement Number ALN. 20.205-Highway Planning TAP-HLP-0019(008) LA-10459 and Construction Federal Highway Administration(FHWA) All provisions in the basic agreement remain in effect except as modified by this supplement. The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment (2 CFR Part 180).Additional changes to the agreement are as follows: Project Description Name SR-19 Rhody Drive Pd-Bike Improvements-South Length 0.62 mi Termini SR-19 MP 8.94 to SR-19 MP 9.56 Description of Work / No Change Reason for Supplement Obligate additional funds for PE phase, and extend Project Agreement End Date Indirect Cost Rate Yes ,/ No Project Agreement End Date 12/31/2029 Advertisement Date Estimate of Funding (1) (3) (4) (5) Type of Work Previous (2) Estimated Total Estimated Agency Estimated Federal Agreement/Suppl. Supplement Project Funds Funds Funds PE a_Agency 0.00 86.5 % b.Other q00� I Federal Aid c.Other SEE E X BIT A Participation 0.00 Ratios)for PE d.State Services - Total PE Cost Estimate 0.00 0.00 0.00 0.00 0.00 RW f.Agency 0.00 g.Other 0.00 Federal Aid 0.00 Participation h.Other Ratio(s)for RW i.State Services 0.00 j.Total RAN Cost Estimate 0.00 0.00 0.00 0.00 0.00 CN k.Contract 0.00 I.Other 0.00 Federal Aid m. Other 0.00 Participation n.Other 0.00 Ratio(s)for CN o.Agency 0.00 p,State Services 0.00 _ a.Total CN Cost Estimate 0.00 0.00 0.00 0.00 0.00 r.Total Project Cost Estimate 0.00 0.00 0.00 0.00 0.00 The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the Federal funds obligated, it accepts and will comply with the applicable provisions. Agency Official Washington State Department of Transportation By By Title Director, Local Programs Agency Date A""r"Vey as to form only Date Executed DOT Form 140-041LP Revised 09/2025 C la"nary zz,zpzG Page 1 •Previous Versions Obsolete• Philip C.Hunsucker, Date Chief Civil Deputy Prosecuting Attorney Agency Supplement Number Jefferson County 2 Project Number Agreement Number ALN 20.205-Highway Planning TAP-HLP-0019(008) LA-10459 and Construction Federal Highway Administration (FHWA) VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200. The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200- Uniform Admin. Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). VII. Audit of Federal Consultant Contracts The Agency. if services of a consultant are required. shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27-50, Consultant Authorization, Selection, and Agreement Administration; memoranda of understanding between WSDOT and FHWA; and 2 CFR Part 200.501 -Audit Requirements. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project(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 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. VIII. 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. XVII. Assurances Local Agencies receiving Federal funding from the USDOT or its operating administrations (i.e., Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities and services will be conducted in compliance with Section 504 and the Americans with Disabilities Act(ADA). DOT Form 140-041 LP Revised 09/2025 Page 2 •Previous Versions Obsolete• Exhibit A Jefferson County SR 19 Rhody Drive Ped-Bike Improvements-South Segment TAP-00109(008) Local Agency Agreement: LA-10459 Supplement#2 VERS 3 2/14/2025 (1) (2) (3) (4) (5) (6) Previous Supplement Estimated Total Estimated Agency Estimated State Estimated Federal Type of Work Agree/Suppl Project Funds Fund Funds PE a Agency(Fed.TAP) $ 80,850.00 $ - $ 80,850.00 $ 10,915.00 $ - $ 69,935.00 86.5% b Other(Consultant)(Fed.TAP) $ 89,980.00 $ 89,980.00 $ 12,147.00 $ - $ 77,833.00 Federal Aid d Other(Agency)(State CCPP) $ 21,553.00 $ - $ 21,553.00 $ 21,553.00 $ - Participation e Other(Consultant)(State CCPP) $ 197,247.00 $ 141,300.00 $ 338,547.00 $ - $ 338,547.00 $ - Ratio for PE, f State Services (Fed.TAP) $ 5,000.00 $ - $ 5,000.00 $ 675.00 $ - $ 4,325.00 100%State Aid g Total PE Cost Estimate $ 394,630.00 $ 141,300.00 $ 535,930.00 $ 23,737.00 $ 360,100.00 $ 152,093.00 Right of Way h Agency $ - $ - 100.0% i Other(Consultant) $ - Federal Aid j Other $ - $ - $ - $ - Participation k State Services $ - $ - $ - $ - Ratio for R/W I Total R/W Cost Estimate $ - $ - $ - $ - $ - $ - Construction Y m Contract CWA $ - $ - $ - $ - 86.5% Y n Contract Local $ - $ - $ - $ - Federal Aid N o Contract STP $ - $ - $ - $ - Participation p Agency $ - $ - $ - $ - Ratio for CN Y q Agency Local $ - $ - $ - $ - N r Agency STP $ - $ - $ - $ - Y s Agency CWA $ - $ - $ - $ - Y State Local $ - $ - $ - $ - Y t State Services CWA] $ - $ - $ - $ - u Total CN Cost Estimate $ - $ - $ - $ - $ - $ - v Total Project Cost Estimate $ 394,630.00 $ 141,300.00 . $ 535,930.00 $ 23,737.00 $ 360,100.00 $ 152,093.00 WWashington State Local A enc Federal Aid / Department of Transportation g y Project Prospectus Prefix Route ( ) Date 01/12/2026 Federal Aid TAP-HLP 0019 008 DUNS Number 179278197 Project Number Local Agency LA-10459 WSDOT Federal Employer 91-6001322 Project Number ( Use Only ) Tax ID Number Agency CA Agency Federal Program Title Jefferson County Ill Yes ❑ No ❑20.205 ❑Other Project Title Start Latitude N 48.010265 Start Longitude W 122.765952 SR-19 Rhody Dr. Ped/Bike Improvements South End Latitude N 48.012938 End Longitude W 122.776680 Project Termini From-To Nearest City Name Project Zip Code(+4) Center Rd W. Valley Rd Chimacum 98325-8702 Begin Mile Post End Mile Post Length of Project Award Type 8.94 9.56 0.62 I✓l Local❑Local Forces❑State❑Railroad Route ID Begin Mile Point End Mile Point City Number County Number County Name SR-19 8.94 9.56 16 Jefferson WSDOT Region Legislative District(s) Congressional District(s) Urban Area Number Olympic Region 24 6 Total Local Agency Phase Start Phase Estimated Cost Funding Federal Funds Date (Nearest Hundred Dollar) (Nearest Hundred Dollar) (Nearest Hundred Dollar) Month Year P.E. $535,900 $383,800 $152,100 June 2022 RNV $41,200 $41,200 June 2026 Const. $1,421,000 $1,421,000 January 2028 Total $1,998,100 $1,846,000 $152,100 Description of Existing Facility (Existing Design and Present Condition) Roadway Width Number of Lanes 40 ft(12ft lanes, 8ft shoulders) 2 The existing facility is a state highway(SR-19)and the adjacent highway right of way,with the exception of the proposed pedestrian bridge right of way. Description of Proposed Work Description of Proposed Work(Attach additional sheet(s)if necessary) Design and construct pedestrian and bicycle facilities to serve Safe Routes to Schools and the commercial corridor on a state highway. This includes new infrastructure for a pedestrian stream crossing,bus stop and pedestrian intersection crossings. Local Agency Contact Person Title Phone , ►ce, Pa-rte«n �r ro.e+at ems— srs,0 sas-9r69 Mailing Address d�+a-n Ci State Zip Code �2, ss-z� r1- Icuw>.sga.%.k -Wt.) 1851,21 By"—C.------, iimuip .—. Project Prospectus Approving Authority Title q 4.eee,-- Date ///u DOT Form 140-101 Page 1 Revised 01/2022 Previous Editions Obsolete Agency Project Title Date Jefferson County SR-19 Rhody Dr. Ped/Bike Improvements S4 01/12/2026 Type of Proposed Work Project Type(Check all that Apply) Roadway Width Number of Lanes ✓�New Construction ❑ Path /Trail ❑ 3-R ❑ Reconstruction ✓ Pedestrian / Facilities ❑ 2-R ❑ Railroad n Parking ❑ Other ❑ Bridge Geometric Design Data _ Description _ Through Route Crossroad ❑Principal Arterial ❑Principal Arterial Federal ❑ Urban ❑ Minor Arterial ❑ Urban ❑ Minor Arterial Functional I✓l Rural ❑Collector Rural ❑ Collector Classification ❑NHS ❑ Major Collector ❑ NHS n Major Collector ❑ Minor Collector n Minor Collector ❑Local Access _ ❑Local Access Terrain [✓I Flat ❑Roll ❑Mountain 111 Flat ❑Roll ❑Mountain Posted Speed 35 MPH 35 MPH Design Speed 45 MPH 45 MPH Existing ADT 8000 8000 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 Agency and Consultant 70 % 30 Construction Will Be Performed By Contract Agency Contractor 100 % 0 Environmental Classification ❑Class I - Environmental Impact Statement(EIS) ✓1 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 This project will mainly be constructed withing the existing road shoulder and right of way along SR19/The proposed design includes placement of a prefabricated pedestrian bridge alongside an existing bridge and will require purchase of right of way. This design will limit impacts to Chimacum Creek during construction. DOT Form 140-101 Page 2 Revised 01/2022 Previous Editions Obsolete Agency Project Title Date Jefferson County SR-19 Rhody Dr. Ped/Bike Improvements SI 01/12/2026 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 Minor utility work is anticipated due to excavations. FAA Involvement Is any airport located within 3.2 kilometers(2 miles) of the proposed project?❑Yes 7 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 Jefferson County Board of County Commissioners Date By Mayor/Chairperson DOT Form 140-101 Page 3 Revised 01/2022 Previous Editions Obsolete 1171- Washington State Local Agency Agreement Supplement of Tr ue Agemry Number JEFFERSON COUNTY 1 Federal Aid Project Number Agreement Number No. 20.205-highway Planning (TAP-0019(006) LA 10459 Construction All provisions in the basic agreement remain in effect except as modified by this supplement. The Local Agency certifies that it is not excluded from receiving Federal funds by a Federal suspension or debarment (2 CFR Part 180) Additional changes to the agreement are as follows. Project Description Name SR 19 RHODY DRIVE PED-BIKE MPROVEMENTS-SOUWH SEGMENT Length 0.82 miles Termini SR 19 M P A 94(CENTER ROAD)TO SR 19 M P 9 56(WEST VALLEY ROAD) Description of Work i/ No Change Reason for Supplement Obligate new PE State Funds(CCPP)&Shift existing Federal Funds(TAP)from PE Agency line to a new PE Consultant line Are you claiming indirect cost rate? Yes i No Prefect Agreement End Date Deuerroer 31,20213 Advertisement Date Estimate of Funding (1) - r3) 4 `51 — ��of Work Prwious (2) Estimated 7otal Estimated Agency Estimated Federal ,?E - _ AgSupp reententlSuppL, lement , _Pf Funds Funds Funds a.AQe^GY 0.00 b-Otner SEE EXHIBIT A °.® 'federal Ad0.00 participation c Qthgr 0.00 Ratio for PE d Stale SI _ ..— e Total PE G95tEallffta,teib-c•ra 0,00 0.00 0.00 0.00 0.00 Right of Way v.tla _ f 0.00 9 �,er 0.00 federal Aid h.Othe►Parbdpelion 0.00 Reset/pw .Stale Services 0.00 Z1N Co E mtfle p�.h•ll 0.000.00 0.00 0.00 0.00 construct h.Contract ____ 0.00 % .--.-- Ill QthOr 0.00 Federal A,d lm,other 0.00 oarbapatron n 4lhe► 0.00 Rat o for ON ocY - ---- - 0.00 D Stale Secv+ces 0.00 —__--a.Ji? srN.CQtithtIVQ.I++hnrrMo a1► 0.00 0.00 0.00 ago 0.00 r Totai-f'ro t Cost F3ti.nAgele.k e1 0.00 0.00 n 00 0.00 0.00 The Local Agency further stipulates that pursuant to said Title 23,regulations and policies and procedures. and as a condition to payment of the Federal funds obligated,it accepts and will comp y with the applicable provisions Agency Official " Washington State Department of Transportation By ;1,, By Title LPfC !Ieafrt Citt4,0 E r.( '- Director, Local Program Agency Date 7/2? /2,44 Approved as to form only Date executed DOT Form 140-041 r July 4, 2024 Pees 1 Revised 04/2022 Phip C.Hunst.cker. Date Chief Civil Deputy Prosecut rig Attorney ANL ! Washington State Agency Local Supplement Depa►tment of Transportation Agreement� .;LFI t:1tSUN cOoN I y I 1AlgoricY , Tederat Aid Profeci Neater •Aryrear►Ien vunrbr 'CFDA No 20.205- gn•+ay a a- 'A TAP-001WON) LA 104% and Conran. All proVIIPJrii In ilia bdalc agreement remain at effect except as modified by min 7upplenwrt The Local Agency certifies that it 1s riot excljded fiom receiving Federal funds by a Federal suspension or debarment (2 CFR Part 1801 Additional changes to the agreement are es(plows Project Description Name SR 19 RHODY OkVr PCD•BIKE MPROVENCN'S•suu'n SEGMENT i engin 0 d2 mon% Termini SR 19 M P 8 W(CENTER ROAD'.TO SR 17 M P )58)WEPT VAL..Fs"ROAD) Description of Work r/ No Change Reason ter Supplement Oblate new PE Slide Funds(C(PP)A Shift ex,srng rederel rwds(1AP; roe',t't Ayen-y In.•in a new PE Co'IyjIurl line Arrt gnu claiming indirect cost rate') Yes i No Pro act Agreement end Oate Oman eel 31 202A Advertisement Date Estimate of Funding _ I. Type of Work tt; r 41 (S) P'VAOLs 12) Estimated"Olaf Est/le:ad 3uCC e'rent A�r1cr Es ntaYd;viva _ileerren x.cp, Pro er Funds Fu'bs lures -F Ill ' i a4R''CY im•p Y R. T A ' :41eral A d t'lb 01^sr SEE Ly./\1� L> I 1 rr: _ — -1 Qartrcpasr ' Ca�cr I;1 Raro Ica PE 1_5!81'$ ZO I1171 • Total of COr Crn.NP ,,,,,- .• 0 . 1 11000 U 110 .0.40 DOt) -4t1 d Ws Ae't r �u tx1 FeOeral Aa1 '".Cter U t10 Part opal al " Dra 0I10 , Ratio for RW ,' State SI,, s a a1 1a:a4 CCs1EstrnNaO .s'A I(I lk •lot — nun -_ J. ,W II MI �CIOil i Cmsrtlu1011 JLG�et7ut . r,In corer o rn . Jr_Orr 'i(K) 2arlateat11n In e` II tin • Rei o for rid QttrICJ j U UV .D WA!e Sem c _ ;Kf , .7 'AO rN Gest Es:ir)tc i.N.--^.o.r, n W. 1100 r 0110 n a 0,0 Totail'rc gC051Fstrreteurrat i(I1K' 0011 Ittl0) II x1 1li t) The Local Agency further stipulates that pursuant lu sir d T1ti i3.regu-at ons and pcbcles and procedures and as a conOltton to payment 01 me F aeerm Inds obligated,it acurmts and wit comp y vntn the auv'cable provisions Agency Official ' Washington State Department of Transportation •``By , • By Stephanie Digitally signed by Tide , ' - ,., , ` ' ' Director, _ocal Program Y Stephanie Tax Agency Data Uate cxecutlyd Tax Date 2024.07.31 , Apt.IAA..15I.. '.r1. , ift0143 07'00' _Kr t,m,t+ao4 July c 2024 %bawd ttan02? rarer I Char Cn hair,rrse_ul y Alt-,►. Agen y Supplement Number JEFFERSON COUNTY 1 Federal Aid Project Numbe, Agreement N.imber CFDA No. 20.205-Highway Planning TAP-0019(008) LA 10459 and Construction 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 it this agreement shall be construed as a promise by the State as to the amount or nature of`ederal participation in this project The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federa 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 administratior, supervision, and other overheat shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CI R Part 200 - Uniform Admin Requirements. Cost Pnnciples and Audit Requirements for Federal Awards. and retained for audit f he 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 attnbutable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Fecera Government(see Section IX) VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required shall be responsible for audit of the consultant s records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency s files and made available to the State and the Federal Government An audit shall be corducted 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 F HWA, 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 nas occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (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 Penod of Performance (2 CFR Part 200.309). Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement Ail eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement VIII. Single Audit Act The Agency, as a suorecipient 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 S750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program specific audit performed for that year in accordance with the provisions of 2 CFR Part 200 501 Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. XVII. Assurances Local Agencies receiving Federal funding from the USUU I or its operating administrations(i e . Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration)are required to submit a wntten policy statement, signed by the Agency Executive and addressed to the State. documenting that all programs, activit es and services will be concocted in compliance with Section 504 and the Americans with Disabilities Act(ADA). DIET Form 140-i041 Page 2 Revised 04,7022 Exhibit A - - Jefferson County SR 19 Rhody Drive Ped-Bike Improvements-South Segment TAP-00109(008) Local Agency Agreement: LA-10459 Supplement 41 6/28/2024 L _ (1) (2) (3) (4) (5) (6) Previous Supplement Estimated Total Estimated Agency Estimated State Estimated Federal Tyoe of Work Agree/SJoo Project Funds Fund =ands PE a Agency S 170,830.00 5 (89,980.00) $ 80,850.00 $ 10,915.00 $ 69,935.00 86 5% b Other(Consultant) S 89,980.00 S 89,980.00 $ 12,147.00 $ 7/.833.00 Federal Aid d Other(Agency) 5 21,553.00 $ 21,553.00 $ 21,553.00 Participation e Other(Consultant) 5 197,247.00 $ 197,247.00 5 197,247.00 i Ratio for PE f State Services $ 5,000.00 $ 5,000.00 $ 675.00 $ 4,325.00 g Total PE Cost Estimate $ 175,830 00 5 218,800.00 $ 394,630.00 $ 23,737.00 5 218,800.00 $ 152,093.00 Right of Way h Agency 5 5 100.0% i Other(Consultant) $ - , Federal Aid j Other $ - S 5 S Participation k State Services $ - $ • $ 5 + Ratio for R/W I Total R/W Cost Estimate $ - 5 - $ - $ 5 - 5 - Construction Y rr Contract CWA S - $ $ - 5 86.5% Y n Contract Local 5 - 5 5 • 5 - Federal Aid N o Contract STP S - S - 5 - 5 - Partiupation p Agency 5 - $ $ - $ - Ratio for CN Y q Agency lora' S 5 . $ - 5 0.____ -- N , Agency STP $ - $ 5 - $ - Y s Agency CWA S - $ 5 - $ Y State local $ - $ $ - $ - Y t State Services CWA; S - $ - 5 - $ u Total CN Cost Estimate 5 - $ - 5 - $ - 5 - $ - v Total Project Cost Estimate $ 175,830.00 $ 218,800.00 $ 394,630.00 $ 23,737.00 $ 218,800.00_ $ 152,093.00 irc r��E Nt r,}T Ilk 17Washington State 40 Department of Transportation Local Agency Agreement Ajarcr *Hwang'Crawl,/ CFOA No 20.20$•Highway Planning sad Consiruc1Ma (Camp d reeve Dornwx Assstaresi A iOaae 523 Srerdan Street TAP-0019(008) Poi 'owh send W Project A 98368 No Agreement MO. L--\ i0 4151 _ For WSDOT Use Only The Local Agency navmg cornptred or hereby agrlrsng to comply,with the terms rind COndAtona that fonh in(1)TAM 23.U 8 Coda Highways (21 tie-egutatons issued pursuant thetet) (3)2 CFR Pan 200,(412 CFR Part 160-oerbfying that the local agency la^o! excluded from receiving Federal tunas by a Federal suspension or debarment (St the policies and cro(*dt.res promulgated by;he Wasri ngton State Depanment of Transportation.and(6)the federal aic protect agreement entered nto between:tie Stale and Federal Government to atrva to the above prolect ttie VVashmgton State Department of Transportation will autnonze the t oca•Agency to Proceed on the croged by a separate.notercaeon Federal tunas w/,id'are lc be obtgated for me project may nut cal7eed Inc amount Poem herein on Ire r opium,3 .ethout written autnorlty oy the State s.ogect.c the epp.ova•of the Federal Ngnway Admrrstralan Al erupted ants not numb,.rsed by the Fede•at Government malt be the resoons bdrty of the Local Apercy Project Oescrlpuon Name SR 19 ithody Unve Peel-Mae Improvements.South length 0 61 Termrn Center Road MP 8 94 to Vilest Valley Road LIP 9 58 Description of wont Des gn ano conatrud pedsstna-bccyde foci/yes to carve safe•outes to school and ccn resat condor or a state nghway(SR 19) .^rljdes new rn'restrudure fora aeoestnar stream cross.ng and aedestr,a^rntarsaceon c-oss rigs 'rage y Agreement.Era Date Dece-ber 31 232t5 rClanwrig IndirW Cast Role Proposed Advertrserer!dare Yes No ---- — _ EytlRN111f of Fun. (to 1,2! (3t Type of Wont barreled Total Estimated Agency Lamar*Fears Pry Funds Funds Fume pE s,_AgaftCy 1/0,830 00 23 082 00 147,768 00 federal Aid 6 ottw —_.-- PartcpatoE d Scale Services --- 5,000 00 8TS 00 325 00 e T4taa aE Cast Es(rnate9�oK� I�S,63t1.00 23,H100 152.o%0 0() W� 1 Agency — r A-9tttaf r -. - =eaerai Ad h Otrter — aartic pa,on 4atlo for RW ; State Services — _ A.01—ate--,- l isa�LCost EStr tale f)9'Awi 0.00 0.00 U.011 X _ (QJh)9r - - - r> Ytr.r a--_ Federal Ab r, atlme' --- Partopaton A Ratio for CN p � p State Service, _._. _ — 1.Tote!CN Cost Estrmale.A4.m.r.e.a) I)NI0.00 —+ 0.00 L!?st Esdtinslste�l 't.Kto—oo 23,'37.00 . 153 09100 Agency OM Washington Stale Department of Transportation ikk .---1,— - By Stephanie Dig elysgnedby P stepf+an4 as Tfle r klir^, D1140-2(01M1MI t 5)4W,- Director Lora' Pragra^ts Tax Date:202249.1s • Agency Date �I{'l[� (2 Uate Executed t615As 07 o0 t ,Ap rowld as to 1*rniiny DOT Fowttlld 1ar2oa1 y''• • --, . 9i26/22 for Nee I PnspC.timemetafar.Duel Carl Oetw,ry n.osecuting Altor,y Construction Method of Financing (Check Method Selected) State Ad and Award Method A-Advance Payment Agency Si are of total construction cost(basec on co1•ract aware Method B -Withhold from gas tax the Agency's share cf total construction coast ;tine ` column 2) n tie amount of $ at 5 per month for rr'cnthS Local Force or Local Ad and Award e/ Method C -Agency cost :rcurred w'th partial reirnhi.rsement 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 ob'gated, it accepts and will comply with the applicable provisions set forth below Adopted by official action on January 6 20C3 Resolution1Crainance No Ce^.'frcation Ace eptan 7e'ere;fication Agreement Provisions I.Scope of Work The Agency shall prov de a I the work rabcr meteria's,and services necessary to peke'the preens wh ch is described arc set forth in eetre it the'Project Desrnpoon'are-Type of Work.' Weer the State area Wald on behalf of the Agency the State snail be deemed an agent of the Agency and shall perform the services described and;rdicatee ;n'Type of Work'or the face of the agreerrent in acordance wen plens and speaf:stens as proposed by the Agency ono approved by the State and the redeem r-ghway Administration When me State acts for the Agency but is not suteet:o the r get of control by the Agency the State snail rave"re n one to perform the wore suteect to:he ore nary wccecurea of the State aild Fetie al Mlgeway Ahem nlstrrtion II.Delegation of Authority —he State is wiling 10 fulfill the reseensbihties to tee Federal Govemetent Cy tee administrahcn of this protect lee Agency agrees teal the State steal have the full authority to carry cut this administration The State snal review. process,and aocrove dominates required for federal and rermourserre-t n acco-dance with federal regeire'nents If the State acve^.saes ana awa-da the ccrt'act the State ant'further act Ice the Age^cy n ati matters conce'ning tee project as requested Dy the Agercy If the Lace Agency advertises and awards the croject tee State shai rev ew the work to ensue conformity wth tee appruved plans arc speaf cations III.Project Administration C:e'.ain types of work and services shall be prov dee by the State on tee props as requested by the Agency and described in the f ype o'Wors above In addition,the State w.l'furnish qua ihed poi sonnet for the supervision and aspect on of the won(in progress On Local Agency advertised and awarded pro eels the supervision and inspection snail tie limited to ere.'-rig al work is in conformance with acproved plans sced'iest one and'ederal a C-equiremerts The artery of such engireer or Deer s.ipery sor and all other salaries and costs incurs:by Sate forces upon Ina protect wll be considered a cost thereof Ail coats'e ated to this oroect incurred Cy errcioyees of the Stare n the customary manner on highway payrolls and vouchers shall be charge:as costs of•re propel IV.Availability of Records Ail orc;ect records r support of all core ercurrec and actual o>tpende ees Kept by the Agency are to be rraintaned Ii accordance core local goverement accounting procedures prescribed by the Washington Stale Auditor's Cff;ce the U S Decarbnert of Transpo'tatior,and the Washington State Department of Transportation The•eeurds seat be open to inspecton Dy the State and Fade ai Governme-t at al reasonable tames an:seal be retained and moue available to'such rsoection for a period of rot less than three years from tee'inal payment or any federal ad funds'o the Agency Copes or seed records shall be F,rn'shec re the State anofor Fade-ai eovernrie^'upon request V.Compliance with Provisions I ne Agency shall rct yeti sny federal aid cartepa•wn costs on any classiecatior of work on ire protect .nsl autronzeo m wonting by the State for trace ctassecabor The classic cations of work for projects are I Prelim nary engineering 2 Rigel o'way apouuition 3 Prc ect construction Once evetten dutncr, atior is g ven,the Agency agrees to snow ccrtrnucus progress th'ougn reontely bi lines Fai•ure to show continuous progress-nay result the Agency's Orajeot becumirg inert ye as describes n 23 CFR 630 and subject to de-obliga•ion of federal aid funds anceor agreement closure If reel of way acquis ton nr acacia r.orstrudtlon of the road'or which pre nicety engineering C uncle-taken s not started by tre dose of the tenth f coal year following the fiscal year it weds prelim nary engineering phase was autnonzed the Agency w II repay to the State the sum or sums of feoerai funds paid to tne Agency under the terms of this agreement(see Section IXI If actual construction of the road for which right cf way^as teen purchased $'rot started by the close of the tenth fiscal year to lowing the'seal year e writs-'the right of way phase was authorized the Aaercy will repay to the State tee sere or suns of'corral CO r Fcrm sao-039 Ft/gee Rrrviseu 0u2022 finds oa d to tie Agency under the terms of this agreement(see Sect on IX) The Agency agrees that al stages of construction necessary o provide the in to iv p anrea comp eta fad ty within tie Mrits of this project w II conform to at least the minimum values set by aperovec statew de lies g-starcaros spp icabie to this Cass of hghweys, even though such addiboral wort(is fine-iced without federal aid participation The Agency agrees that on federal aid hignwaiy censtiuctitn protects the current'eeerai ate)'egulations which apply to liquidated damages relative to Inc basis of federal oarrc;pabon n the voter.-cost snarl oe apt(cater r the event the cintrsetor fads to complete Ire contract within the contract lime VI.Payment and Partial Reimbursement The tote,cost cf the pmivrt udog all review and engineering(rests aro oche-expenses of the State is to be toed icy tote Agency and by the Federal Government i-eaersi'unding shall be in accordants wen tie Federal Iransoo•tatror Act as amended 2 CFR Part 200 The State anal not oe ultimately responsible for any of the costs of the propet The Agency seat be ultimately responsltu.'Creel costs associated with the protect which are rot reimbursed by the federal Government Nothing r this agreement snail oe construed as a promise oy the State as to the amount or nature of federal participation i i this project The Agency shah 3,11 the state for federal aid project costs incurree In conformity with applicable federa ono state awe The agency snail mliimize the tome elapsed between receipt of federal aid funds and subsequent payment of incured costs Expenditures by the Lcca Agency for ma.rtenanoe•genera aim nistabon,superv.a n.are other overhead snail not be el grble nor Went participation .mess a current redirect oast plan has beer creparec n accordance w th tie regulations outlined in 2 CFR Pat 200-Uniform Adman Requirements,Cost Prnrpes and Audi Requ•-ements for Federal Awards and retained for audit The State will pay for State incurred costs on Ina project. Following payment,the State shall tall the Federal Government for -eimbursement of hose costs engibe for federal particspat%on to the extant that such costs are attributable and orooery allocable'r Ms protect. Toe State stint bill the Agency for that Dertion o'State costs which were not remburseC by the Federal Government(see Section!Xi 1 Protect Construction Costs Protect coca:ruction financing will be accomprsheo by one of the tiree methods as indirelwl in Mrs agreement Method A -The Agency will place with the State,w that 120)days after the execution of the construction contract,an advance in tie amount of the Agency a share of the total construction cost based on the contract award. The State will notify the Agency of the exact amount to be deposdec with the Slate.The State will pay all costs incurred under tie contract upon presentation of progress Dill rigs from the contractor For owing such payments the State will s,jomit a biding to the Federal Guvemment'or the'opera tic partupat(or Share Of the cost.When the protect is Substantially completed and final actual costs o1 the protect car be delein nee tie State*1 present the Agency with a final Dilrng showrg the amount due the State or the amount due tie Agency Trus biltrg 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 o'tie total Construction ooal as shown an the face of thus agreement shall be wtl-held Bran is monthly cue}tax allotments The face of this agreement este:ashes the months in whorl chic withholding shall tale place and the exact amount to be wtthhele east month The extent of withholding will be confirmed by letter from the State at the bme of contract award. Upon receipt of progress b.IIirtgs'rem the contractor,the State will submit such billings to the Federal Government for payment of its participating pueJon o'such bit trigs Method C—Tne Agency may suomr vouchers to the State in the format Crescnbee by the State in duplicate.not more than once per month for those costs trig pie for Feders particroahen to tie extent that such costs are reedy attributable and property a locutle to this protect Expenditures by the Loca Agency for maintenance.general administration.supervaton, and other overhead ahal not be elgib,e for Federal pe-tcpetion unarm darned under a prey ousiy approved ridirett peel plan. The State shall remDu-se:he Agency for toe Feder&share of elig Die protect coats up to the amount shcwn on the fate t(this agreement At the time or audi:.tie Agency will crovde documentation o'al costs recurred on toe pro,ect The State snail bill the Agency for a costs Inc..rred by the State relative lo tie protect The Slate shall also bill the Agency for tie fedora funds paid by the State to the Agency for protect costs which are subsequently deterrnmed to De.netguc e federe par'opaton(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 consultants records to lanermine el gable federal aid costs on the protect.The report o'said audit shall be r the Agency s files and made ava leblc to the State and the Federal Government An audit shall be conducted by he WSUOT IntemalAudrt Oe.ce in accordance with generally accepted cover-mental duct- standaras as issued Cy the United States General Account nq Office oy tie Comptroller Geier*of the Untet Stares WSOO-Manual hit 27-50 Consultant Authontation,Select on.and Agreement Administration, memoranda cf understanding netween WSOOT and FHWA,and 2 CFR Pan 200.50' -Audi:Requirements if upon audit it,s toured that overpayment n•participat.on of fede'al money n•neligible terra of cost has occur•ea the Agency snail reimburse the State for the amount of such overpayment or excess participation(see Section IX) VIII.Single Audit Act The Agency as a subrecipient c'federal funds.that adhere to thhe federal'egulatons outlined n 2 CFR ort 200 50' as weir as el applicable federal and state statutes era regu shone A subreaosent who expends$750,000 or more n federal awards from ail sources during a given fiscal year shall lave a single or program-speofic audit cerfortned for that year in accordance with the provisions of 2 CFR Part 200 501 Uoon conclusion of Ile audit,tie Agency shall be responsible for ensuring that a copy of the recant is transmitted DOT Four,t40.039 Paps 3 Revised 04/2022 promptly to the State IX.Payment of Billing The Agency agrees that,f payment or arrange-nee''or payment of any of me Slates b'ling relative to the protect ie g,State force .,ore protect cancel aeon cverpaymerrt cost relrgrbe for federal parts paten etc)is not made tc the State whirr 45 bays after �P Agency'tau Deer o Iled the State shall effect re mbursemeet of the total sum due from the reg.'ar monthly fuel tax allotments to the Agency eom tee Motor'dohIGe Fund No acdrt one' Federal protect funding wrI be approves unt I Lit oaymerl is recevea unless otherwise directed oy the Desoto'.Local Programs Protect Agreement End Cate•This cote s oased cn your prclects Period of Performance 2 CF Par.200 309 Any rests tna.rreo after the Prole=Agreemen•=nil Date are VC T e,grble for federal'e mou•sement All elg oe costs incurred pep- ': Prnied Agreement End Date rnurst De suDm4ted for reimbursement within 60 days after the Protect Agreement Ens Date or they become ile igible for federal reenbursemert X.Traffic Control,Signing,Marking,and Roadway Maintenance The Agency will not permit ary rtnanges'c be•^ade in the prnv ions'of park rig regulations and traffic contro on this prn_ec' without prior approval of the State and Fcdera -hgnway Administration Tie Agency cot no: nstelt or permit to oe installed any sig-s regrets or markings not conformance with the starderds approved oy the Federal Highway Adm me:ration and MUTCD The Agency car I at its cwr expense i'airtaer,the mprpvemell covered ay this agreement XI. Indemnity The Agency shall hold the Federal Government and the State liar ass fro^arc anal process and Oefena at is owe expense all da ms.demands,or suits,whether at aw or equity brought against Inc Agency State or Federal Government,arising from tee Agency a executor performance,or failure to perform ary of the provisions of the agreement rot any other agreement or contract connected with tell agreement or arising by reason of the partt•apaeon of the Stale or Feder= Government in the project. PROVIDED rotting herein s,a:1 YQurre the Agency to re movie:he State or the Feceral 3cverrrre�t fr dar-aaes aria+iy uu.of beady injury to persors or carnage to property caused Ly or'dsulang from the sole neglgence of the trade-al Government or t"e State XI Nondiscrimination Provision No!ability shall attace to the State o Federal Goverment except as express y DrOv ded Here n Tie Agency sea I not Oracnmmate on tie has s of race.cotcr hat c^a erg n,cr see in tie award a^e perfr nar a o'any JSDOT- ass stein cartrad aecro•agreement o• r ma Gamin stradon o'its DBE program or the requirements of 49 CFR Part 25 The Agency steal take ail necessary and reasonab a steps under 49 CFR Part 26 to ensure nondiscrimination in the aware ano ado nmatraton of USDOT ass•stea contracts and agree-rents The WSDOT s DEE program as•equ,•ed by 49 CFR Part 26 and as approved by LSDOI a ncorporatad by reference n ens agreement implementation of this program a a egal obegat cn and failure to carry out is terms aria I be heated as a violet cr of thus ayreen ant Jpon not hcatron to Ire Agency of its failure to carry Out Is app'avec program the Decartrnert may impose sanctions as provrdeo for urger Pan 26 and'ray .ri appropriate oases refer the matter's erfcrcerrent under 18 U S C 1001 arcro•the Program Fraud Civil Renwtdtes Act of'988(31 L S C 3601 et sect I he Agency hereby agrees that t will incorporate or cause to be ncorporated into any contract for coretrtctror work or modification trereof 3S cel-ned in re'apes are regulations at the Secretary of Labor in 41 DFR Chapter 60 whim is e9 'y fNNee for in canoe or in pat with rands obtained from the Federal Government or borrowed or the credit of the federal Government pursuant to a grant,contract,kw, insurance or guarantee or understaidina pursuant to any 'sclera'program nvowiny aucn grant contract,loan rsurarca or guararttee, the required contract provis.ons for Fecera-Aid Contracts;TWA 12/3; locate()in Chapter 04 01 ttte Local Agency Guidelines I he Agency furrier acres mat r w be bound Dy the above equa opOortunity ota..se wen respect to its own employment practices weer,t participates in federally assisted Orstrudion wok Pea iidedthat 4 the applicant so part dpatrng is a Stare or Local Government,the above equal opporturcy clai.se s not applicao a to any agency, natn.'rentalty o•e,.bdrvw.nri o'such goverr"ent which lees not panic pato in wore on or under the contract The Agency a so agrees' (1)To easier arJ alooerate actively with 'he State in ubtam rig t'e compliance of corihadu's ere subccnlradors w th the equal opporlJn ty c:ause arc rules regulators and-e event orders or the Secreta-y of Labor (2)To'wroth:re State such rntomma',on as t may reiqu re for lea supervision of sum co•nphance and That t wi I ctherwee assist Ine State in the discharge of is pemary reslcnsibdrty for securing compliance (3)To refra r'rom enter rig into any contract or contract modification cabled to Executive Order 1'24E of Septerrber 24 t965 wth a contractor debarred from or who Nes'tot lemonstrated a rgib'irty for.govetnmert contracts aril federally assrslee conatrumon contracts p.esuan''o the Executive Oroer (4)To carry out such sa•,ctions and penalties for v ela:ton of the equal opportunity clause as may be Imposed upon contractors and subcontractors by the State Federal Hignway Ad'Ttnrstraticn n••ne Secretary of Labor puru.ant 1c Part II subpart D of the Executive Omer In acmetor•,tee Age,_-, agrees that it a fails or refuses to comply with these Jrderta<,nge ire State may take any c'all of t"e following act ons (a)Cancel,terminate or suspend this agreement in whole or in part, (b)Reft-air'from extending any further ass stance tc•the Agency under trio program wen respect to welch Me failure or refusal occurred until satisfactory asarance of future compliance has been recewed from the Agency anc DO'Form •40.O30 Page 4 Rarscd(t412022 • (c)Refer tie case to the Department or Justice for appropriate legal proceedings XHI.Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 835 SJooarr 127, as supplemented relative to the amount of Federai pertiopabon in the cro1sc=at steal be appl caole in the evert the contractor'a:s to Como ere the ccrtracl*rerun the contract time Failure to nc ude liquidated damages Worson will rot relieve the Agency from reduct on of federal participaton in aaordarce with this paragraph XIV.Termination for Public Convenience Tie Secretary cline Washingtor State Depar7•'ent of Transportation'nay terminate the contrail n whole.or from bore to time,n Part wherever r?;The requisite federal fund rig becomes urava,,able through failure of aporoonaton or otherwise (2)The contractor rs prevented from proceeding wee the worn as a d,recf result of an Fxecutrve Order of the President with respect to the prosecution of war or in the.rtenest of national defense or ar Executive Order of the President or Governor of the State with respect to the preservation of energy resources 3i The contractor a prevented from p•oceed•ng with the work by reason of a prel.rrina•y special or permanent restran'ng order of a court of competent,unsd[lion whe-e Iris+asuance o'sud'order is primarily caused by the acts or omissions of persons or agencies other than the contractor lit)The Secretary is notified by the Federal Highway Admrnrsl'abon that the protect is nac•ve i5;The Secretary deter n'-es hat such termination is,n the best interests of the State XV Venue for Claims and/or Causes of Action For me wrvenrence of the parties to this cort'act it is agreed that any cairns and/or causes of action which the..ocaiAgency has against the State of'Wasnangton growing out of this contract or the project wet welch it is concerned shall be brought only In the Superior Court'of Tnu stcn Cau^ty XVI.Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The approv rig 3Jmofrty certifies to're best of firs o ^er krowledge arc oe.e` that it,No federal appropriated funds have beer paid or will be paid by cr orr behalf of the undersigned to any person for influencing or attemotrtg to influence an officer or employee of any federal agercy.a rremter of Congress an officer or employee of Congress or ar e'nproyee of a r-emder of Congress m connection rwth the award rg of any federa•contract the matong of any federa grant Inc making of any'ederal loan.the entering irto of any cooperative agreement.and the extension ccri^..ation renews. amendment or modification of any federal contract,grant loan or c000eratve agreement (21 I'any funds other than tedera,approor aled fund&have been paid or will be paid to Or person for rn'iuer•ung cr attempting tc nftuence ar officer cr employee of any federal agency.a member of Congress ar officer or employee of Congress o'an emmpoyee 0'a member of Congress n connection with this federal contract grant.loan,or cooperat we agreement,the undersigned snag complete and submit the Standare Form LLL. 'Disclosure Form to Report Lobby rg' r accordance with its.natructons (3)Toe undersigned snail require that the language of this cerification be induce:in the aware documents for ail sioawa•ds at al,t ers(ncluding suogrants.and contracts and subcor'tracts under warts sung•ants cans ano cooperative agreements)which exceed$100,000. and that a I such subrecipients iii I cert fy and disclose a0coroingly This eel fcatior s a material represen'at cr of fact upon which reliance was placed when this rtrarsa_'Or was mane of entered nto Subrr ss cn of this oert?cation as a pferequ site'or waning or entering into this transact'on moused py Section t352 title 3' J S Code Ary person who fa is to`de the required ken ficaton shah be eue;ect to a oval penalty of not less than$13 000 and no'more than SICC 000'or each such fa lure XVH.Assurances Local silences receiv rig Federal funding from the JSDOT or is ooerat:ng admin.stratrons( e Federal Highway Administration Federal Transit Admmrst-abon Feder&Aviation Administration are recurred to submit a written policy statement signed by the Agency Executive and addressed to t^e Stare,documenting that all programs.actv ties and services will be cohducted ^comp arcs with Section 504 aria the Amer cans with D sabi'i Act(ADA) Additional Provisions DOT Furry '40-C39 Paye Revises O42022 Department of Public Works O Consent Agenda Page 1 of Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Mark McCauley, County Administrator From: Monte Reinders, Public Works Director/County Engineer Agenda Date: July 22, 2024 Subject: WSDOT Local Agency Agreement Supplement No. 1 SR 19 Rhody Drive Ped-Bike Improvements South Segment Project No. 1802095, WSDOT Project No. TAP-0019(008) Statement of Issue: The WSDOT Local Agency Agreement Supplement No. 1 for the SR 19 Rhody Drive Ped.-Bike Improvements South Segment project, is necessary to provide for 1.Reimbursement for Preliminary Engineering (PE) Phase Consultant expenditures from our existing federal WSDOT Transportation Alternatives Program (TAP) grant and, 2. Authorization of a new state WSDOT Connecting Communities Pilot Program iCCPP) grant for PE Phase expenditures. Analysis/Strategic Goals/Pro's & Con's: Jefferson County Public Works (JCPW) was awarded funding through the federal Transportation Alternatives Program (TAP) for the PE phase of this project on June 26, 2020 and a WSDO1 Local Agency Agreement was executed on Sept. 15, 2022. This funding is administered through WSDOT Local Programs and now requires a Local Agency Agreement Supplement to break out the estimated Consultant expenditures from the estimated Agency expenditures. This revision of the original Agreement is required in order to request reimbursement of Consultant expenditures. Additionally, JCPW was awarded funding through the state WSDOT Connecting Communities Pilot Program for this project on March 25, 2024. The total grant amount is S260,000.00, of which $218,800.00 will be authorized for the PE phase per this supplemental agreement. The remaining S42,000 for the ROW phase will be authorized via another supplemental agreement at a later date. This project is part of a comprehensive plan to establish pedestrian and bicycle connectivity in the Chimacum/Hadlock area. Execution of this supplemental agreement will provide for use of consultants to survey, design, obtain environmental permitting, and prepare construction bid documents. Fiscal Impact/Cost Benefit Analysis: The estimated total TAP project funds for the PE phase is S175,830.00 and the estimated total CCPP project funds for the PE phase is S218,000.00 for a total of $394,630.00. This project has a funding ratio of 86.5% from TAP funds and 13.5% from the County Road Fund and a funding ratio of 100% for the CCPP funds. This supplemental agreement will shift $89,980.00 of the TAP funds from the Agency expenditures line on the agreement to a new Consultant expenditures line, and retains S80.850.00 on the Agency expenditures line. Department of Public Works O Consent Agenda Page 2 of 2 Recommendation: The Board is requested to sign one original of the Local Agency Agreement Supplement No. 1 and return them to Public Works. A fully executed copy will be returned to the Board after it is executed by WSDOT. Department Contact: John Wayand, P.E., Project Manager, 385-9256. Reviewed .717'/V Mark McCaule ountY Administrator Date CONTRACT REVIEW FORM Clear Form (INSTRUCTIONS ARE ON THE NEXT PAGE) CONTRACT WITH: Wasn.ngfor State Departmert of°•arspohatior Contract No: PW2024 077 Contract For: Local Agency Agreement Supplement vo •.Prc ect 1802c9S Term December 31,2026 COUNTY DEPARTMENT: "C WC'" Contact Person: errs spa. awl 209 o.Wayara as zse Contact Phone: Gras 36c-305-e2ce,iotin 3854377 Contact email: cswio pro nial wa.a twpaaafa e!aryon wa us AMOUNT: s175.830+$218,00o oa-s384,830 00 PROCESS: — Exempt from Bid Process Supplemental Revenue: TAP(8 5%)•CCPP(ts) Cooperative Purchase Agreement No. 1 Expenditure: teosssoo.el0000 Competitive Sealed Hid Matching Funds Required: Yes ttas%).No rox) Small Works Roster Sources(s)of Matching Funds J C Road Fund Vendor List Bid Fund 1 •ao RFP or RFQ Munis Org/Obj 1e033320.33313' ✓ Other: (modify existing agreement) APPROVAL STEPS: STEP 1: DEPARTMENT CERTIFIES COMPLIANCE WITH JCC 3.55.080 AND CHAPTER 42.23 RCW. CERTIFIED: n N/A:a 7-,-y T Si afore Date STEP 2: DEPARTMENT CERTIFIES THE PERSON PROPOSED FOR CONTRACTING WITH THE COUNTY (CONTRACTOR) HAS NOT BEEN DEBARRED BY ANY FEDERAL, STATE, OR LOCAL AGENCY. CERTIFIED: N/A: n /14' - Sigtfaturc Date STEP 3: RISK MANAGEMENT REVIEW(will be added electronically through Laserfiche): Electronically approved by Risk Management on 7/3/2024. State agreement. Cannot change. STEP 4: PROSECUTING ATTORNEY REVIEW(will be added electronically through I:aserfichel: 'Electronically approved as to form by PAO on 7/4/2024. V State language - cannot change. STEP 5: DEPARTMENT MAKES REVISIONS & RESUBMITS TO RISK MANAGEMENT AND PROSECUTING ATTORNEY(IF REQUIRED). STEP 6:CONTRACTOR SIGNS STEP 7:SUBMIT TO BOCC FOR APPROVAL