HomeMy WebLinkAbout041513_ca07Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County Board of Commissioners
Consent Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Frank Gifford, Public Works Director ~.b
Agenda Date: April 15, 2013
Subject: Center Road Overlay Phase 5:
Local Agency Federal Aid Project Prospectus 8
Local Agency Agreement
Statement of Issue:
Authorize the Project Prospectus and Local Agency Agreement with the Washington
State Department of Transportation (WSDOT) to enable the obligation of Federal
Surface Transportation Program (STP) funds for overlaying a segment of Center Road
with hot mix asphalt.
Analysis /Strategic Goals /Pros 8 Cons:
The Center Road Overlay project is a County transportation improvement project
programmed to receive STP funds. The goal is to obligate STP funds prior to June 1 in
order to ensure that we utilize all of our regional STP allocation. The attached
Prospectus and Local Agency Agreement must be authorized through signature of the
Chair of the Board of County Commissioners.
Fiscal Impact/Cost Benefit Analysis:
The total project cost is estimated to be $933,000. Project funds will come from the
State Rural Arterial Program (RAP) and Federal STP.
Recommendation:
Authorize the Chair to sign four (4) originals of the Project Prospectus and the Local
Agency Agreement and return the four (4) signed originals to Public Works for further
processing.
Staff Contact: Josh D. Peters, Principal Transportation Planner, 385-9167
~~ l,~
Date
Appendix 21.41 Prospectus Submittal Checklist
Local Agency: Teffercnn County Project Identlficatlon: Center Rnar~ nverlav
Use this sheet as a cover sheet to the project prospectus package. Place an "X" in the right column to denote items
included. If not applicable, state N/A. Include in the cover letter a comment explaining the action taken on each
item as appropriate. Note later with an "L" if the information will be supplied at a future date.
Application:
1. Project Prospectus (Chapter 21) .._..,.~.~,.„,..,,, .,,~,., X
2. Vicinity Map ~..... .,,..~„~.~.,.,~ X
3. Typical Roadway or Pathway Section ...~......~........~~ ~..,.~....,, X
4. Typical Bridge Section ....w..~..,~....,,~„,~.,,.,,.,,~.,,.w, „,,.,~,,,.,,,,.,.,m,~,,, NA
5. Local Agency Agreement (Chapter 22) ~.,.~~.,,,,~,,, X
6. Documented Cost Estimate (Chapter 22) „,.,,~...,,,.,~~,,,~..~,,, X
7. TIP/STIP Inclusion (MPO/County/Agency, selected/limited to $) .,,„„~....~..,„,.,,~„~,.....,., X
Supporting Data:
8. Local Agency Design Matrix Checklist (Appendix 42.101)
9. Photos (Railroad Crossing, ER Event Sites, as required) ~,~.,,,,,,.,
10. Sample Deviation Analysis Format (Appendix 41.41) ..,~,,,..,.,.,~...,~~,,,,
11. Environmental Considerations (Chapter 24) ~.... ..,~,........,.,~~...... X
a. Class II Categorically Excluded (CE) -Environmental-Classification Summary (ECS) ......~..... X
b. Class III Environmental Assessment (EA) ......,~„~,,,.,.,~..~.„,,,~„~,„,,.,,,,,,,w„
c. Class I Environmental Impact Statement (EIS) ..~..~..w.-~,,~,,.
d. SEPA Checklist ...w. ~ ~,~
e. NEPA/SEPA1Section 404 Interagency Working Agreement ..~.......~...,~...,.,
£ Evolutionarily Significant Unit (ESU) Determination of Effect Concurrence ..........~ ..............
12. Design Approval (Chapter 43) m.~........ ,~
a. Value Engineering Study (where applicable) ~.~~~
13. Location and Design Approval (Chapter 43) ~„,.~~,.,~,,,
14. Right of Way Requirements (Chapter 25) ~~.,,.~..._____._._.._...W....._....W .........................mr.........._.....~....~..~,..
~- ~ .. ..
a. Relocation Plan k.~k..,,~ ...................~,.,,...r-...-.,.,.,..,~.,~..k.,,,n.:..,-,....,~.~,,,-..-.rir.,,~,...~,...w..:.,,..,.,....~.,:.:..,...,wk.~n.,.,:::.,.,N.~..,...-....-,.,,,,...,.,..,...-.....,...-.~,,.....
b. Right of Way Plans ...ri..,.......,.....~...,.~...~..,~.~.,,w........,,,,,......~...,,~....,,.,,,,...,,,,,,,
c. Right of Way Project Funding Estimate or True Cost Estimate .....~....~.............,
d. Request Right of Way Fund Authorization ..,,,.,~.......m.......,,...,~~„,,,,~,.,m,
15. Right of Way Certification (Appendix 25.149) ~-~...........~,....,.~.~....~...~.,..~..,.„,.„m,~,,.,
16. AgreementsBasements with Railroads, Utilities, and Other Agencies .(Chapter 32) .........,~,„.
17. Tied Bids (Chapter 44) „~,,,~,,,,.,„,~„~„~,,~,„,,,
Remarks:
The ECS was submitted on March 8,-2013.
~~ Washington State Local Agency Federal Aid
Department of Transportation Project Prospectus
Date 3/15/2013
Prefix Route
Federal Aid Central Contractor
Pro'ect Number Registration Exp.Date 4/9/2013
Local Agency (WSDOT 1 Federal Employer
Pro'ect Number `Use Only) Tax ID Number 91-60011322
Agency Federal Program Title
Jefferson County ®20.205 ^ Other
Project Title Start Latitude N 48 00 40 Start Longitude W 122 46 07
Center Road Overlay -Phase 5
End Latitude N 47 58 37 End Longitude W 122 46 17
Project Termini From -- To Nearest City Name Project Zip Code
Chimacum Crossroads Be innin of 2009 overla Chimacum 98325
From: To: Length of Project Award Type
MP 0.00 MP 2.26 2.26 miles ®Local ^ Local Forces ^ State ^ Railroad
Federal Agency City Number County Number County Name WSDOT Region
® FHWA ^ Others 16 Jefferson Ol is Re ion
Congressional District Legislative Districts Urban Area Number TMA / MPO / RTPO
6th 24th Peninsula RTPO
Phase Total
Estimated Cost .Local Agency
Funding
Federal Funds Phase Start
Date
Nearest Hundred Dollar Nearest Hundred Dollar Nearest Hundred Dollar Month Year
P.E. $78 000 $78 000 Janua 2013
RNV
Const. $855 000 $769 500 $85 500 Aril 2013
Total $933 000 $847 500 $85 500
Descri tlon of Existln FaCili Existin Desi nand Present Condition
Roadway Width Number of Lanes
38 feet 2
Center Road is a Rural Major Collector (FFC 07) and a T-3 Freight and Goods route. It has l I-foot BST travel lanes and 8-foot
BST shoulders. Horizontal and vertical alignments are adequate for design speed. Roadway structure consists of asphalt concrete
pavement with BST overlay. Road paving has been deferred for several years on this facility due to lack of available funding.
Pavement structure is failing and requires an asphalt concrete overlay.
Descri tion of Pro. osed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
2R Project; asphalt overlay on segement between Chimacum Crossroads and beginning of 2009 overlay.
Local Agency Contact Person Title Phone
Josh D. Peters Princi al Trans ortation Planner 360 385-9167
Mailing Address City State Zip Code
Jefferson Coun Public Works, 623 Sheridan St ownse WA 98368
By
Project Prospectus Approval Approving Authority
Title County Engineer Date 3 • 27 • `3
DOT Form 140-101 EF Page 1 of 3 • Previous Editions Obsolete
Revised 12/2012
Agency Project Title Date
Jefferson County Center Road Overlay -Phase 5 3/15/2013
T e of Pro osed Work
Project Type (Check all that Apply) Roadway Width Number of Lanes
^ New Construction ^ Path /Trail ^ 3-R 38 2
ction ^ Pedestri
^ Reconstr
/Facilities ®2
R
u
an
-
^ Railroad ^ Parking ^ Other
^ Bridge
Geometric Design Data
Descri tion Throu h Route Crossroad
Federal
Functional
Classification
'
^ Urban
®Rural
^ NHS ^ Principal Arterial
^ Minor Arterial
^ Collector
® Major Collector
^ Minor Collector
^ Local Access
^ Urban
^ Rural
^ NHS ^ Principal Arterial
^ Minor Arterial
^ Collector
^ Major Collector
^ Minor Collector
^ Local Access
Terrain ®Flat ®Roll ^ Mountain ^ Flat ^ Roll ^ Mountain
Posted S eed 55
Desi n S eed 55
Existin ADT 2 288
Desi n Year ADT 6 265
Desi n Year 2022
Design Hourly Volume (DHV) 940
Performance of Work
Preliminary Engineering Will Be Performed By Others Agency
Jefferson County Public Works. 0 % 100
Construction Will Be Performed By Contract Agency
Contract with in-house ins ection. 88 % 12
I Environments Classification I
® Final ^ Preliminary
^ Class I -Environmental Impact Statement (EIS)
^ Project Involves NEPA/SEPA Section 404
Interagency Agreement
^ Class III -Environmental Assessment (EA)
^ Project Involves NEPA/SEPA Section 404
Interagency Agreement
® Class II -Categorically Excluded (CE)
® Projects Requiring Documentation
(Documented CE)
Environmental Considerations
This road overlay project is NEPA Class 11, Categorically Excluded, through 23 CFR 771.117(d)(1) and is covered under the
Progammatic CE MOU between FHWA and WSDOT. Jefferson County submitted the Local Agency Environmental
Classification Summary (ECS) to WSDOT on March 8, 2013. The ECS provides detailed information regarding environmental
considerations. The project is determined to have "no effect" on listed species and "no adverse effect" on essential fish habitat.
DOT Form 140-101 EF Page 2 of 3
Revised 12/2012
Agency Project Title Date
Jefferson County Center Road Overlay - Phase S 3/15/2013
Right of Way
® No-Right of Way Required ^ Right of Way Required
* All construction required by the
contract can be accomplished
^ No Relocation ^ Relocation Required
within the existing right of wav.
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
None. The project is to overlay existing roadway. There is no work outside of the road right-of--way and no existing
structures will be affected.
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ^ Yes ®No
Remarks
Approved as ~ form only.
~ ~~~ .
A~.~ ~ Z6 ~
J`~f'f~t~®n C~< I~rA~e~;xter's Off' .~
e
This project has been reviewed by the legislative body of the administration agency or agencies, or it's designee, and
is not inconsistent with the agency's comprehensive plan for community development.
Date
DOT Form 140-101 EF
Revised 12/2012
Agency Jefferson
By
Page 3 of 3
Board of Commissioners
Mayor/Chairperson
• Previous Editions Obsolete
Vicinity Map
Center Road MP 0.00-6.86
Jefferson County Road Number 93150 - FFC 07
Segment 1 =Overlay Phase 5 -M P 0.00-2.26
Segment 2 =Overlay Phase 6 - M P 4.39-6.86
• cD
_.. O
~ O
i ~
ci
~\\ ~ ~ ~
~,~. o ~
4 ~ ~ ~ ~ ti
~' '-~'
~~ o
o P '
z~ ~ ~ V
Za N
ow3
iaa ~
a~a '~
3 ~o ~: ~ ~
O ~~
_ ~ ;t .~
c~ ~ ~ d
~ ? % ~
t ~ V
%` o
t~ V
• z /~ww
= j
r ~ v+
(/a ~ to
M
Q.IV N N p~ W ~ ~ '
XN =~
z o is ` ' dies >o
. ~ v=i. S.. ~~ 4 _
~ w
__ ~, ~ ~ a
~ ~ V
~ N r
d ~ ~
~ ~ AS ~
~` Z
r`
. ~ ~ :5 ~ V
(~w '.
~+ \ 3 e i \ L
tL - K ~ ,; -~ _ O `r
>i - ~
O W D ~ ~ `Jww C`7
~ \ >Jp .mow n~
O ~~ 2VIm _ _ ~ U C =v
• 3s o~ a rn °~~' ~. (MYi C
ao~,~ ~~~~ i5 c°d
a~
~ ~ ~ ~
~c~~ ~.
~ W
=O \ ~~~
_.
--'---zr--- -..__. _...__.._.~..--- ----- ----- ----------_---.---- -- - _.._..----
t-
~~ _
`~/ Departmerrt of 'lrransportatiot~
Agency Jefferson County Public Works
Address 623 Sheridan St
Port Townsend, WA 98368
Local Agency Agreement
CFDA No. 20.205
(Catalog of Federal Domestic Assistance)
Project No.
For OSC WSDOT
Agreement No.
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 225, (4) Office of Management and Budget Circulars A-102, and A-133, (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, reVative 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 Center Road Overlay -Phase 5 Length 2.26 miles
Termini MP 0.00 - MP 2.26
Description of Work
2R Project: asphalt overlay on segment between Chimacum Crossroads and beginning of 2009 overlay.
Estimate of Fundin
Type of Work (~~
Estimated Total
Project Funds (2)
Estimated Agency
Funds (3>
Estimated
Federal Funds
PE a. A enc
% b. Other
c. Other '~ f'O 0Cj
Federal Aid d. State
P
rti
i
ti
a
pa
on
c
Ratio for PE e. Total PE Cost Estimate a+b+c+d
Right of Way f. A enc
% .Other Teffer~;ora C®, jprQ f
h. Other
Federal Aid i. State
Partici
ation
p
Ratio for RW '. Total R/W Cost Estimate f+ +h+i
Construction k. Contract 98 844.00 13 344.00 85 500.00
I. Other Eligible Non-Federal 661,849.00 661,849.00
m. Other
n. Other
86.5 % o. A enc 84,307.00 84,307.00
Federal Aid ,State
Partici
ation 10,000.00 10,000.00
p
Ratio for CN .Total CN Cost Estimate k+I+m+n+o+ 855 000.00 769 500.00 85 500.00
r. Total Project Cost Estimate a+'+ 855 000.00 769 500.00 85 500.00
Agency Official
ay
Tltle _Tnhn Austin, Chair
Washington State Department of Transportation
By
Director of Highways and Local Programs
Date Executed
DOT Form 140-039 EF
Revised 0912011
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 qas tax the Agency's share of total construction cost (line 4, column 2) in the amount of
Local Force or Local Ad and Award
at $
® Method C - Aaencv cost incurred with Dartial reimbursement
Provisions
per month for
months.
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
January 6 2003 ,Resolution/Ordinance No
N/A
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.
In the event that right of way acquisition, or actual construction of the road, for which preliminary engineering is undertaken is not started by the
closing of the tenth fiscal year following the fiscal year in which the agreement is executed, 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).
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 [o 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 225 and Office of
Management and Budget circulars A-102 and A-133. 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.
DOT Form 140-039 EF 2
Revised 0912011
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 225 -Cost Principles for State, Local, and Indian Tribal Government, 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 Office of Management
and Budget Circular A-133.
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).
VIII. Single Audit Act
The Agency, as a subrecipient of federal funds, shall adhere to the federal Office of Management and Budget (OMB) Circular A-133 as well as all
applicable federal and state statutes and regulations. A subrecipient who expends $500,000 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 OMB Circular A-133.
Upon conclusion of the A-133 audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State.
IX. Payment of Billing
The Agency agrees that if payment or arrangement for payment of any of the State's billing relative [o 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 the Director of Highways and Local
Programs.
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,
DOT Form 140-039 EF
Revised 09/2011 3
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.
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 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.
DOT Form 140-039 EF 4
Revised 09/2011
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.
Additional Provisions
DOT Form 140-039 EF
Revised 09/2011
PROJECT ESTIMATE
PROJECT NAME: Center Road Overia Phase 5 - MP 0.00 - 2.26
0.15' overla full width _
PROJECT LOCATION: Jefferson Coun -Center Road
PROJECT NUMBER:
Federal Aid No. Date Pre ared: 3112/2013
ITEM NO. ITEM DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST
PREPARATION
1 MOBILIZATION 1 L.S. $35,127.89 $ 35,127.89
$ -
SURFACING
2 SHOULDER FINISHING a.52 SHLD. MI $5,000.00 $ 22,600.00
$ -
ASPHALT CONCRETE PAVEMENT
3 PLANING BITUMINOUS PAVEMENT (15^k of project area) 7,550 SY $10.00 $ 75,600.00
4 HMA FOR PRELEVELING CL.3/8 IN PG 58-22 z3o TDN $105.00 $ 24,150.00
5 HMA PAVEMENT CL. 1/2 IN PG 58-22 5,1sa TDN $ss.oo $ 490,580.00
6 HMA FOR APPROACH 5a TDN $105.00 $ 6,090.00
TRAFFIC
7 PAINT LINE 3s,zoo L.F. $0.22 $ 7,964.00
_ 8 PLASTIC STOP LINE 41 L.F. $20.00 $ 820.00
9 PLASTIC DRAINAGE MARKING 23 EA. $28.00 $ 644.00
__
_ 10 RAISED PAVEMENT MARKERS TYPE 2 2.3 HUND. $700.00 $ 1,582.00
__
11 TEMPORARY PAVEMENT MARKING 12,000 L.F. $0.20 $ 2,400.00
12 _ OTHER TEMPORARY TRAFFIC CONTROL 1 L.S. $5soo.oo $ 5,800.00
13 _ FLAGGERS AND SPOTTERS 170 HR. $60:00 $ 10,200.00
14 OTHER TRAFFIC CONTROL LABOR so HR. $60.00 $ 5,400.00
15 TRAFFIC CONTROL SUPERVISOR 1 L.S. $10,000.00 $ 10,000.00
16 CL. A CONSTRUCTION SIGNS so sF $40.00 $ 2,400.00
OTHER $ -
17 SPILL PREVENTION PLAN 1 L.S. $1,200.00 $ 1,200.00
PROJECT ESTIMATE: $ 702,557.89
CONTINGENCY @ 10 % _ J0.1
- - __ $ 70,255.79
_ ~
--
SALES TAX @ NA % "N!A" if included in unit rites)
_ _
~
~
-
- --
CONSTRUCTION CONTRACT BUDGET (with contin enc and tax) $ 772,813.88
CONSTRUCTION ENGINEERING (attach estimate as necessa (12% of CN~_ 0.12 $ 84,308.95
TOTAL CONSTRUCTION BUDGET: $ 857,120.63
PRELIMINARY ENGINEERING attach estimate as necessary) 6% of CN $ 42,153.47
RIGHT OF WAY (attach estimate as necessa )
TOTAL PROJECT BUDGET: $ 899,274.11
Prepared by: Jon Watson
Reviewed by: Jon Watson, P.E., Engineering Services Manager
' Reviewed by: Monte Reinders, P.E., County Engineer