HomeMy WebLinkAbout040912_ca07
Department of Public Works
o Consent Agenda
Page 1 of 2
Jefferson County
Board of Commissioners
Agenda Request
To:
From:
Board of Commissioners
Philip Morley, County Administrator
Frank Gifford, Public Works Director .:;j.J1
April 9, 2012
Agenda Date:
Subject:
FHWA Agency Agreement - Duckabush Road Preservation Project
WA PFH 206(1) - FHWA Agreement No. DTFH70-12-E-00018
Statement of Issue: Reimbursable Agreement with Federal Highway Administration
(FHWA) for the Duckabush Road Preservation Project. The County will manage a
pavement preservation project on the 3.66-mile segment of Duckabush Road that is
part of the county road system.
Analysis I Strategic Goals I Pros & Cons: Duckabush Road is in need of pavement
preservation. Jefferson County successfully competed through the Washington Forest
Highway Program for these pavement preservation funds.
Fiscal Impact I Cost-Benefit Analysis: The work will be performed by County Forces.
FHWA will reimburse the County for 100% of the construction costs, up to
$182,615.00. The Road Fund will be used for the estimated $12,000 expenditure for
preliminary engineering.
Recommendation: The Board is requested to execute the Reimbursable Agreement
and return the three originals to Public Works for further processing.
Department Contact: Josh Peters, Prindpal Transportation Planner, 385-9160.
C/~
Date
FHWA AGENCY AGREEMENT
Project: Duckabush Road Preservation
Prolect. WA PFH 206(1\
(check one)
o FHWA Is the Requesting Agency
o FHWA Is the Servicing Agency
FHWA Agreement No: DTFH70-12-E-00018
Other Agency's Agreement No:
EFFECTIVE DATE: See Block Be. Slonature Date
EXPIRATION DATE: See Sectton II Term of Aareement
P elof7
1. AGREEMENT. This Reimbursable Agreement (InCluding the attached slarnlard condlllons) cons1ltutss the entire agreement bstwesn the requesting agenoy and
the SSNlclng agsnoy.
2a. AUTHORITY OF REQUESTING AGENCY: (check aU that apply)
o 23. U.S.C. 204, Highways, Federal Lands Highway Program. (Applies when FHWA Is the requesting federal agsnoy g Federal,
state agancies, cMJ subdMslons of a state, or Trlbes who will psrlonn services ralaUng to planning, rssssrch, englneerlng, construction of
roadsibrldges. or trsnsItfacllltlss within public lendsINPSIIndisn rsssrvstlons.)
o 31 U.S.C. 1535, The Economy Act (AppUes when 23 U.S.C. 308 doss not apply. Authorlzas one Rml agency to sscure Uemslservlces
from another~ agency.)
2b. AUTHORITY FOR SERVICING AGENCY:
o 23. U.S.C.308, Highways, Cooperatian with Federal and State Agencies & Foreign Countries. (AppUss when FHWA Is the
Sarvlclng Agsnoy who wlU be performing englneerlng or other services to another Federal agency or to Ststellocal govemment agencies.
o 23. U.S.C. 204, Highways, Federal Lands Highway Program. (AppUsswhsnFHWAlsthersquastlngfederalagenoygFsdsral,
state agencies, cMJ subdivisions of a state. or Trlbes who will psrlonn services rela1ing to planning, research. englnesrlng, construcllon of
roadsibrldgss, or lransU fscJIlIIss within public IsndslNPSflndian l8SSIVlltions.)
o 31 U.S.C. 1535, The Economy Act (AppDes when 23 U.s.C. 308 doss not apply. Authorlzss one ~ agency 10 secure ltamalservloss from
anoth&r~ agancy.)
3a.REO UESTlNG AGENCY ADDRESS 3b. SERVICING AGENCY ADDRESS
-
Fedaral Highway Admlnlstrallon Jsffsrson County
Wastam Federal Landa Highway DIvIsIon JalfalllOn County PubUc Works
810 East Afth streel 623 Shaddan streel
Vancouver, WA 98661-3801 Port Townsend, WA 96388
4a. FHWA Accounting & Appropriation Data: 4b.SERVlCING AGENCY Accounting & Appropriation Data:
1517532060001 531.CN.F15E.53 1753000000 25304
5. FUND AMOUNT 6. PAYMENT AND BILLING The other party 10 !his agraemantls a:
(Check one)
$ 182,615.00 o Federal Aoenev. 8m vie Inlaragency paymant and CoUecllon (IPAC)
Amount ObUgelad by this Action: to RsqueslIng Agency's Location Code (see block 7a or 7b, as
appllcabla.)
o Olhar than a Fedaral Aaenev. Agencies musl submU an acceptable
invoice In a format and fraquency deslgnelad In _on tV of
Agreement.
Saa "FInancJaJ AdmlnJstnrtlan' portion of this document for further
details.
7.. FHWA FINANCE CONTACT 7b. SERVICING AGENCY FINANCE CONTACT
1. 8-dlgtt Agency Location Code (ALC): 69-05-0001 1. 8-digtt Agency Location Code (ALC): !!YA
2. DUNS Number. 139-768-597 2. DUNS Number. 179-279-197
3. TAS It. 6!Hl083 3. FInance Office Contact Cathv Tavlor
4. Finance Office Contact: \<aile Johnson 4. FInance Phone: (3601 385-9163
5. Finance Phone: (360) 619-7660 5. FInance FAX: (380\ 385-9234
6. Finance FAX: (3501619-7945 6. FInance small: clavlor@co.lefferson.wa.us
7. Finance emall : K.ffe.JohnsontffldOl.nov .
8s. FHWAAPPROVAL (Nama&Tme-(lypeorprtnl) Sa. OTHER AGENCY APPROVAL (Name & Tme -type or prtnl)
Mariene M. Marcellav: Contractlno OffIcer
b. 51gnalura c. Dale b. Signature c. Dale
d. Phone: (380) 619-7565 d. Phone:
EmaU: Mariene.Marcallavtiildotaov EmaU:
Approved as ta fonn only:
€)d..~~I2-
FHWA AGENCY AGREEMENT
Project Duckabush Road Preservation
Prolect. WA PFH 206111
(check one)
III FHWA Is the Requesting Agency
o FHWA Is the Servicing Agency
FHWA Agreement No: DTFH70-12.E-D0018
Other Agency's Agreement No:
EFFECTIVE DATE: See Block 8c. SIGnature Date
EXPIRATION DATE: See Section II. Term of Aareement
P""e 2 of7
DUCHABUSH ROAD PRESERV AlION PROJECT
I. STATEMENT OF WORK
A Call for Washington Forest Highway Pavement Preservation Projects was Initiated In the fall of 2011
and completed In February 2012. Jefferson County has proposed and the Washington Forest Highway
Tn-Agency has agreed to fund the pavement preservation work descnbed in the attached project
proposal under the section "Descnption of Proposed Work". Project IImtls are approved as submtlted
on page one of the attached project proposals and as supported by project proposal maps.
The Forest Highway Program will not fund any preliminary englneenng or construction englneenng for
the project. That work will be the responsibility of the County.
No utlllly relocation Is anticipated for this project. Funding of any utility relocation will be the
responsiblltly of the County.
Rights-of-way and/or easements acqulsnlons are not anticipated for this project. Funding of any
property acquisition and easements will be the responsibility of the County.
A. Deslan Standards
Design standards are not applicable to this maintenance work. The County may utirlze any
applicable public agency specifications for the work including customary local or County
specifications.
No design plan submtltals are required for this maintenance work.
B. Prolect Manaaement
The County will provide project management throughout the duration of the project.
Project management Includes quality control throughout the duration of the project and establishing
and adhenng to schedules necessary for the timely completion of the project. Testing procedures
customary to County maintenance work of this type will be performed where applicable. The County
will maintain copies of any applicable customary testing results for a penod of two years. Submittal of
test results to FHW A Is not required. The County will submit a progress report with each reimbursement
request Indicating dates the reimbursement request covers, descnption of completed work being
Invoiced, 2 to 4 photos of the completed work, and anticipated dates of project completion.
C. PreRmlnarv Deslan
Any and all preliminary design work Is the responsibnIty of the County
D. Environmental ComoRance
FHW A has completed NEPA clearance and has signed a Categoncal Exclusion for this maintenance
'work.
No NEPA environmental clearance work is required to be performed by the County.
FHWA AGENCY AGREEMENT FHWA Agreement No: DTFH70-12-E-00018
Project: Duckabush Road Preservation
Prolect. WA PFH 206(1) Other Agency's Agreement No:
(check one) EFFECTIVE DATE: See Block 8c Slanature Date
III FHWA is the Requesting Agency
o FHWA Is the Servicing Agency EXPIRATION DATE: See Section II. Term of Aareement
Pa..3of7
Permits
. If applicable. the County wDl be responsible to obtain any permits required to complete the
work.
E. Construction
. The County will construct and administer the project In conformance with the approved
project proposal {attachment lJ and customary County maintenance practices.
. It 15 anticipated that many of the projects will be constructed by County forces. If contractors
are hired for any project work, Federal funding regulations require that the work must be
competitively bid and comply with the Davis-Bacon Act, which requires payment of prevalJlng
wages for any contractors hired. If contracted work Is less than $25,000, the competitive bid
requirement may be satisfied by obtaining estimates to perform the work from a minimum of
three contractors. Work above $25,000 must be open and competitively bid. Applicable
procedures for federal funds allocated to Counties that follow Washington Code - TItle 39
Public Contracts and Indebtedness, the Washington Department of Transportation, or Federal
Highways Administration 15 acceptable. Commercial matertal sources or asphalt matertals
suppliers that are currently operating are not considered contractors.
F. Post Construction
The project will be maintained by the County.
G. Summary Of Dellverables
1. Preliminary Design
Not applicable
2. Construction
. Provide progress invoices and Information as descrtbed In paragraph 2 of section B. "Project
Management" above.
. Upon construction completion submit final Invoice and summary descrtption of completed
work along with 4 to 6 photos of the completed work.
H. Cost estimate
The County's estimate for construction of the work Is included In the attached project proposal and
has been approved by the Trt-Agency. The cost of the work requested from the Forest Highway
Program will not exceed $182.615.00 under any circumstances. Any additional cost to complete the
work as proposed will be the responsibility of the County. The County agrees to perform all project
work as proposed In the attachment 1.
J
FHWA AGENCY AGREEMENT FHWA Agreement No: DTFH70-12-E-00018
Project: Duckabush Road Preservation
Proiect. WA PFH 20B(1) Other Agency's Agreement No:
(check one) EFFECTIVE DATE: See Block Be. Slonature Date
o FHWA Is the Requesting Agency
o FHWA Is the Servicing Agency EXPIRATION DATE: See Section II. Term of Aareement
Pa2e40f7
II. TERM OF AGREEMENT - Period of Performance
The terms and conditions of this agreement shall become effective with and upon executIon by FHW A
ContractIng Officer and shall remain In effect for the Period of Performance throuah November 30.2013.
unless modified In writing by mutual agreement or terminated by either party upon thirty (30) days written
notice. Full credit shall be allowed for each party's reimbursable costs and all non-cancelable obllgatians
properly Incurred up to the effective date of termination.
III. FINANCIAL ADMINISTRATION
A. Total Aareement Amount: See block #5, cover page, for funds obligated by this agreement.
Funding Citations: See blocks 4a & 4b. of cover eaae.
B. Reimbursable Pavment: The servicing agency will receive payment en a reimbursable basis, upon
receipt of InvoIce of costs Incurred and authorized. The servIcing agency Is limited to recoverv of
actual costs only, to Include back-up data with each request for payment. Back-up data includes
all documents needed to support the requested reImbursement, such as record of contract
payments, receIpts, payrolls, and so on.
C. Promet Pavment: The Government considers payment as being made the day a check Is dated
or the date of an electronic funds transfer [EFT). All days referred to In this clause are calendar days.
However, when the due date falls on a Saturday, Sunday, or legal hollday, the designated payment
office may make the payment on the following working day without incurring a late payment
penalty. The due date for making payments by the designated payment office Is the 3Qfh day after
the designated bllllng office receives a proper InvoIce from the agency, or the 30th day after
Government acceptance of servIces pertormed or supplles delivered. The Prompt Payment
regulations do not require the Government to pay Inferest penalties If based on improper submission
of InvoIces and Incorrect EFT information provided by the Servicing Agency. The Government wlll
compute any Inferest penalty In accordance with the Office of Management and Budget prompt
payment regulations (5 CFR Part 1315). .
D. Method of BJlJina and Proeer Submission of Invoices: (See block 6 of cover page)
The Government shall pay the Servicing Agency, upon the submission of proper invoices, the prices
stipulated In the agreed upon cost budget for servIces rendered or supplies dellvered, as stated In
Section II, H. Cost Budget. All Invoices and final payments should reference the Agreement
number, Project reference/title, and the COTR's name and be sent to one of the fallowing
addresses:
US MAIL
Western Federal Lands A/P Branch, AMZ-150
PO Box 268865
Oklahoma City, OK 73125
~
Western Federal Lands AlP Branch, AMZ-150
6500 S. MacArthur Blvd.
Oklahoma City, OK 73169
Invoices may also be sent In .PDF format by electronic mall to WFLlnvolces@faa.aov. The subject
line of the message must Include Agreement Number, Project reference/title, and Invoice number.
If the Invoice Is NOT Prompt Net 3D, Terms should also be Identified In the subject line, (for example,
Prompt Net 14).
The following correct Information constitutes a proper Invoice and Is
required as payment documentation:
FHWA AGENCY AGREEMENT FHWA Agreement No: DTFH70-12-E-00018
Project Duckabush Road Preservation
Profect. WA PFH 206111 Other Agency's Agreement No:
(check one) EFFECTIVE DATE: See Block 8c. Slanatllre Dele
o FHWA is the Requesting Agency
D FHWA Is the Servicing Agency EXPIRATION DATE: See Section II. Term of Aoreement
Pa.. 5 of7
1) Name of Organization
2) Invoice Date
3) Agreement Number
4) Vendor Invoice Number
5) Organization InvoIce Amount
6) Description and quantlty of goods and services rendered
7) Performance Period
8) ShIpping and payment terms
9) Other substantiating documentation required by the Agreement
E. AdmInistrative Fee: Unless otherwise expncllly stated In this Agreement, FHW A shall not be nable for
any additional admInistratIve fees.
IV. KEY OFFICIALS
REQUESTING AGENCY - FHWA/Westem Federal lands Highway DIvIsion WFLHD
Contact: Tom Erkert, Contracting Officer's Technical Representative (COTR)
Voice: (360) 619-7791
Fax: (360) 619-7846
Eman: Tom.Erkert@dot.aov
SERVICING AGENCY. Jefferson County
Contact: Josh Peters, Principal Transportation Planner
Voice: (360) 385-9160
EmalI: loeters@co.lefferson.wa.us
V. SPECIAL PROVISIONS
All allowable costs are in accordance with OMB Circular A-87, Cost Principles for State, Local, and
IndIan Tribal Governments.
VI. MODIFICATIONS
Any modifications to the Agreement must be made In writing and agreed to by both parties. Such
authorizatIons are not binding unless they are in writing and signed by personnel authorized to bind
each of the agencies.
VII. AGREEMENT COMPLETION
When the Requesting Agency has accepted all deITverables, the Servicing Agency wlll provide a
written project evaluation and final accounting of project costs to the requesting agency contact.
VIII. TERMINATION
Either agency may terminate this agreement upon 3CJ..calendar day (or as designated In the
statement of work) prior wrlIten notificatIon to the other agency. If thIs agreement is terminated by
the Servicing Agency, lis nablllty shall extend only to the release of Its work products and related
materials to the Requesting Agency by the effectIve date of termination. If this agreement should be
terminated by the Requesting Agency. lis nablllly shall extend only to pay for the actual and
reasonable costs of the lIems/servlces rendered and the costs of any non-cancelable obngatlons
FHWA AGENCY AGREEMENT
Project: Duckabush Road Preservation
Prolect. WA PFH 206(1)
(check one)
Ii':! FHWA is the Requesting Agency
o FHWA Is the Servldng Agency
FHWA Agreement No: DTFH70-12-E-00018
Other Agency's Agreement No:
EFFECTIVE DATE: See Block Be. Sianature Date
EXPIRATION DATE: See Section II. Tenn of Aoreement
p.ae 6 of7
Incurred in accordance with the terms of this agreement prior to the effective date of termination.
Otherwise. the Agreement wiil terminate upon the expiration date as stated in Section II. Term of
Aareement uniess the period of performance is extended by amendment to the agreement and as
agreed by both parties.
FHWA AGENCY AGREEMENT
Project: Duckabush Road Preservation
Prolect. WA PFH 206(1)
(check one)
o FHWA Is the Requesting Agency
o FHWA Is the Servicing Agency
FHWA Agreement No: DTFH70-12-E-00018
Other Agency's Agreement No:
EFFECTIVE DATE: See Block Be Slanature Date
EXPIRATION DATE: See Section II. Term of Aareement
IX. Agreement Standard Conditions
Financial
1. Funding. In no case wl!I!he Servicing Agency make
commitments or expenditures beyond 100% of funds obngaled
under !his agreement as modified.
2. Additional funds. The Requesting Agency and !he Servicing
Agency shail closely monitor funds. The Requesting AgeTfcy
may Increase !he total obilgation by modifying !his agreement.
3. Duration of the agrasment. When agreement performance Is
expectad to extend beyond !he funding limits of !he Requesting
Agency's appropriation, !he agreement may be extended
pnovlded the agencies have executed a modification using new
funding.
4. Agreament Closeout. Upon necelpt of !he final accounting of
project cosIs, !he Requesting Agency wl!I close !he Servicing
Agency sccount. The remaining balance In !he agreement
account will be de-obllgaled by !he Requealing Agency Finance
OIIlce upon receipt of approved closa-out qocumentatlon by !he
Conlra1:llng Officer.
Lawe
5. CompUance with Applicable Laws. 8clh parties agree to
comply wI!h aulhorlJles, laws and ragulations cl\sd In this
document.
6. 508 Compatibility. Each Electronic & Information Technology
(EIT) Itsm/servlce furnished under this agreement shall comply
wlth Section 508 of !he Rehabilitation Act of 1973 (29 U.S.C.
794d), as updated In 1998.
7. Competlllon Requirements for Servicing Agency. All
acquisitions awarded by !he servicing agency In performance of
this agreement shail comply wlth !he Competition In Contractlng
Act (CICAl, public Isw 98-369. (AppDcable to agreemante wlth
other Federal agency)
Administration
8. Reeponelbilltles. The Requesting Agency COTR and the
Servicing Agency deslgnaled official shall be responsible for
technical oversight of the specified item/service, as sat forth In
the attached statement of work.
P"". 7 of7
9. Third Party liability. WIlh respect to third-party liabUlty for
acis arising out of !he performance of ofIIclal duties by a
government employee of the Servicing Agency, !he Servicing
Agancy undertakes responslblUtles for !he Investigation,
adjudication, settlement, and payment of any claim asserted
against !he Unl\sd Stales; except that. In ail ceees, the
responslbliity for the Investigation, adjudication, settlsment, and
payment of any claim wlth respect to third-party lIabnity arising
out of the usa, damage, or destruction of loaned personal
property shail be the responsibility of the particular agency that
has custody and control of the said personal property. In
addition, the Servicing Agency representstlve shail have !he duty
of Investigating and reporting, In accordance wlth the Servicing
Agency's regulations and poDcles, Incidents occurring on. or
InvoMng that Servicing Agency's neaI property, and the
Requesting Agency agneee to cooperate fully In such
Investigations.
10. Dlspubaa. Agency employees responsible for the
administration of this agreement wiD be the lniUal poln!ls of
contect for any disputes arlslng under this agreement. Disputes
may be submitted In wrlJIng to either of these persons. Any
disputes that ere not resolved at this laval may be referred to
their respective agency's revlewlng official for nesolulton.
Pending the resolulton or claim pursuent to this article, the
parties agree that performance of all obligations shan be punsuad
diligently In accordance wlth terms and conditions of the
Agreement.
other
11. Property. Purchase of equipment required for performance
of the work must be authorized by !he agreement.
12. Travel. Ail travel under !hIs agreement shall be In
accordance wlth!he Federal Travel Regulations, unlass
o!herwlse agnead to by both agencies.
2011 WASHINGTON FOREST IDGHW AY PAVEMENT
PRESERVATION PROJECT PROPOSAL
(fo be completed jointly by Forest Service and StatelCountylLocal Agency)
An electronic copy of this form is available for submittal at:
htto:llwww.wfl.fhwa.dot.gov lorOlrramslolhlfhl
Forest IDghway Inventory Name: Duckabusb Road
FH Ronte # 206 Local Route # 22740
Pro' ect Name: Duckabush Road Pavement Preservation
Agency with Jurisdiction: (Consider road ownership, and operation, law enforcement. Check all that apply.)
( ) Forest Service ( ) State (X) County ( ) Local Agency ( ) Other:
Agency currently maintaining roadway: (Check all that apply.)
( ) Forest Service ( ) State (X) County ( ) Local Agency ( ) Other:
Sponsor: (Entity with authority to finance, build, acquire right-of-way, or maintain a public highway.
Sponsor will assume jurisdiction and maintenance of the improved roadway. Check all that apply.)
( ) Forest Service ( ) State (X) County ( ) Local Agency ( ) Other:
Route is identified within the fonowing (Check all that apply and show plan name):
( ) Land Management Plan:
Coun Com rehensive Plan: Jefferson Coun Com rehensive Plan
Considering the entire Forest (X) High Considering the entire State regional
transportation network, this ( ) Med or County transportation network,
ro eet's riori is... Low this ro eet's riori is...
Functional Classifieation: (Show official designations of route.)
() National Highway System () Arterial () Major Collector (X) Minor Collector () Local Road
Acres of National Forest accessed by this route: 15,522
Primary visitor destinations: Olympic National Forest, Duckabush River, Duckabush Trail (#803), The
Brothers Wilderness, The Brothers (6,866 ft.), Mt. Jupiter (5,700 ft.),
01 ic National Park, Mt. Duckabush 6,250 ft.
Termini (Mile Posts or Be' 0.00 Project Length (miles) 3.66
landmarks) End 3.66
Proposed lead agency for project:
( ) Forest Service () State (X) County () Local agency
Project construction funds requested from Forest IDghway Program:
Full costs Partial costs, amount: $
Estimated Total Construction Costs: $182,615
Other Funding Contributions to Project: $12,000 From: County Road Fund
. "Other Funding Contributions" cover preliminary engineering and construction engineering.
( ) High
(X) Moo
Low
Page 1 of 6 Pages
Traffic Volumes Current
Actual Estimated
Couuts
ADT (6/2009, MP 0.05) 353
ADT (6/2009, MP 1.19) 217
SADT (Peak season) unavailable
% Trucks unavailable
% Forest related -61%
Timber (MMBF) or other unavailable
resource extraction
Problem Statemeut: What purpose does this roadway serve? What is the need for this project? (Describe
pavement deficiencies). Describe the consequences if these conditions are not addressed.
Duckabush Road serves as the southernmost entry point to the Olympic National Forest in southeast
Jefferson County. The Olympic National Forest provides forest management and recreational opportunities
for the local community and for tourists. Duckabush Road provides access to the Duckabush River,
Duckabush Trail, Brothers Wilderness and Olympic National Park.
Jefferson County's Pavement Management System (PMS) currently indicates that the pavement is in
"good" condition with a composite Pavement Condition Index (pCl) rating of 88. The system shows a
typical decline since the last chip seal in 2001. Deterioration will accelerate at this point unless a new seal
is applied. The timing is appropriate for a chip seal and fog sew treatment in order to preserve the
pavement status of this important Forest Highway.
Description of proposed work: Include roadway width and surface type. Include optimum year work
should be done and year work needs to be done no later than.
Data for the first 3.66 miles ofDuckabush Road follows:
MP 0.00-0.45 Lane width II ft. (BST), shoulder width 3 ft. (gravel), speed limit 25
MP 0.45-2.37 Lane width II ft. (BST), shoulder width 2 ft. (gravel), speed limit 35
MP 2.37-3.66 Lane width 8 ft. (BST), shoulder width 2 ft. (gravel), speed limit 25
The travel lanes are Bituminous Surface-Treated (BST). The road was last chip sealed in 200 I. The
optimum year for the proposed work is 2013 in order to pre.vent accelerated deterioration. Work must be
completed no later than 2016.
Describe level of improvement planned or constructed on adjacent sections of ronte: Identify funding
sources.
The 3.66 miles proposed for chip seal and fog seal treatment represent Jefferson County's segment of the
Duckabush Road. The Forest Service may have improvement plans beyond milepost 3.66. The proposed
funding source for Jefferson County's Duckabush Road project is the W A Forest Highway Preservation
Program.
Page 2 of 6 Pages
Construction Cost Estimate: Fill-in estimates for appropriate items. Add items as needed. Use current
fI ted'
unit prices for orce account or contrac out as annronnate
Onantitv Item Unit Price Unit Total
Crack Seal $ Linear Feet $
47,238 Chin Seal (includesfof( seal) $3.44 Square Yards $162,499
FOI! Seal, Slurrv Seal $ Sauare Yards $
Asnhalt concrete pavement $ . Square Yards $
Geotextile $ Linear Feet $
35,150 Pavement Markinlls $0.10 Linear Feet $ 3,515
Other:
Other: .
Sub-Total $166,014
I Mobilization (10% of Sub-Tot an 1$ I Lump sum $ 16,601
TOTAL ESTIMATED CONSTRUCTION COST $182.615
How does the projeet relate to the foUowina evaluation criteria?
1. PRESERVATION GOAL
Improvemeut of the transportation network for ecouomy of operation and maintenance.
. IS the proposed project identified within a pavement management system? Would the proposed
project correct a "fair" or "good" pavement condition identified by a pavement management
system? Pavements in ''poor'' condition require more extensive work than the scope of this call.
Duckabush Road has been rated in 2011 in Jefferson County's pavement management system (PMS) as
"good." While overall the pavement is in good condition, the last chip seal was in 2001 and there are
signs of wear. The timing is appropriate for a chip seal and fog seal treatment in order to preserve the
pavement status ofthis important Forest Highway.
Page 3 of 6 Pages
2. ECONOMIC GOAL
A. Development and utilizatiou of the National Forest System and its resources.
· How does this proposed project enhance or maintain the access and/or utilization of the National
Forest System?
Duckabush Road runs adjacent to the Duckabush River and provides access to the Olympic National
Forest in southeast Jefferson County. It is one of the primary access roads to the Olympic National
Forest along Hood Canal in east Jefferson County. The Brothers Wilderness and Olympic National
Park are accessible via the Duckabush Trail network, the trailhead of which is accessed from
Duckabush Road. Any forest management activities in this part of the Olympic National Forest would
also depend on Duckabush Road for access.
Duckabush Road provides access to 15,522 acres of Olympic National Forest, as well as access to
Olympic National Park principally. via the Duckabush Trail.
B. Enhancement of economic development at the local, regional, or national level, including
tourism and recreational travel.
· IdentifY the type of Forest related economic development opportunities the proposed project
would support.
· How would the proposed improvement contribute to local, regional or national benefits?
· IdentifY the community or communities economically dependent on the network, and the
elements that comprise the economy (e.g. timber, tourism, etc.). How is the economy tied to the
transportation network? How will the proposed project improve the transportation network and
support the community's economic goals/needs or other economic plan?
· Is the proposed project located on a designated scenic byway? If yes, identifY the scenic byway
and explain the anticipated economic benefit related to the byway.
The Duckabush Road improvement project contributes to local, regional and national benefits by
preserving access to forest-related and recreational opportunities in Olympic National Forest and
Olympic National Park in southeastern Jefferson County.
Duckabush Road is located near the community of Brinnon. Brinnon and the surrounding area are
dependent on tourism and extensive recreational opportunities for economic vitality. Access to
Olympic National Forest and Park lands are a primary attraction. The Duckabush River, Duckabush
Trail, Brothers Wilderness and Olympic National Park are all accessible via Duckabush Road.
Preservation ofDuckabush Road is more critical since it is currently the only road access to the
Olympic National Forest and National Park in Brinnon. A washout closed Dosewallips Road access to
these natural areas approximately 10 years ago.
The US 101 loop around the Olympic Peninsula is part of the Pacific Coast Scenic Byway. Duckabush
Road is currently the principal access road from US 101 to the Olympic National Forest and National
Park in southeast Jefferson County, due to the Dosewallips Road washout. Pavement preservation
activities on Duckabush Road are important to maintain quality access to the Olympic National Forest
in this area. Since Duckabush Road has not been chip sealed since 2001, the timing is appropriate for
this pavement preservation program to fund this project.
Page 4 of 6 Pag..
3. MOBILITY GOAL
A. Continuity of the transportation network serving the National Forest System and its
dependent communities.
. Identify the system transportation plan or pavement management system plan and briefly
describe the needs identified in plan. What are the consequences of not addressing these needs?
. Is the road the sole access to the area?
Jefferson County Public Works manages nearly 400 miles of County roadways. The County utilizes a
Pavement Management System (PMS) plan to maintain the quality and performance of roadway
surfaces and to minimize costs through planned maintenance. The PMS indicates that the timing is
appropriate for a chip seal of the Duckabush Road. If the needed pavement preservation work is not
addressed, road deterioration will accelerate, ultimately impacting user mobility or requiring more
costly and complex rehabilitation.
Duckabush Road is one of five designated Forest Highways in east Jefferson County. It is the sole
access road to this area of Olympic National Forest. Its importance has been elevated due to the
Dosewallips Road washout that has blocked access to the National Forest and National Park via
Dosewallips Road for nearly 10 years.
B. Mobility of the nsers of the transportation network and the goods and services provided.
. Who are the users of the transportation network? What are the major traffic generators
(destination or resource extraction) for this route?
. What goods and services are transported along this segment of the network?
According to traffic counts, approximately 60% of the vehicle trips on Dosewallips Road access the
National Forest Access to the Duckabush Trail trailhead, which leads users into The Brothers
Wilderness and Olympic National Park is a major traffic generator, as well as recreational
opportunities along the Duckabush River.
This area of Olympic National Forest is also used for transportation of forest resources as managed by
the Forest Service.
Other Remarks:
Page 5 of 6 Pages
National Forest: Olympic
Forest Dale Hom, Region 6
Supervisor
Name (print):
JOINTLYSUBMITrED BY
State!CountylLocal Sponsor: Jefferson County
District Monte Reinders, P .E.
Administrator, County Engineer
Commissioner, Local
Agency Head
Name rint:
Signature:
Date: //,-V.//
E-Mail: mreinders@lco.iefferson.wa.us
Telephone: (360) 385-9242
Point of Josh Peters
Contact:
Title:
E-mail:
Telephone:
Date: I
E-Mail: dhom@fs.fed.us
Telephone: (360) 956-2301
Point of Mary Burgess
Contact:
. Title:
E-mail:
Telephone:
Assistant Forest Engineer
mburgess@fs.fed.us
(360) 956-2266
Principal Transportation Planner
iueters@co.iefferson.wa.us
(360) 385-9167
Submittal Requirements:
Proposals must be emailedtoWFL.Ca!lForProiects@.dot.ll:Ov by December 15, 2011 and include
the following:
1. Completed and signed project proposal along with a map identifying the proposed project
location and termini.
2. Photos of the proposed preservation work representative of the condition of the proposed
segment. (approximately 5-10 photos depending on project length and work need)
Page 6 of 6 Pages