HomeMy WebLinkAboutWashington State Department of Transportation (WSDOT), Amendment No. 1 - 092418i p ert# Of ia�n
'4A -. 3D:�6 -
Local Agency Agreement Supplement
Agency
Supplement Number
Jefferson County Public Works
1
Federal Aid Project Number
Agreement Number
CFDA No. 20.205
ER -1601(016)
LA 8904
(Catalog of Federal Domestic Assistance)
The Local Agency requests to supplement the agreement entered into and executed on June 10, 2016
All provisions in the basic agreement remain in effect except as modified by this supplement.
The change to the agreement are as follows:
Project Description
Name Upper Hoh Road MP 9.7-9.8 Emergency Repair
Length 0.1
Termini Upper Hoh Road MP 9.7 to MP 9.8
Description of Work � No Change
Complete the required formal NEPA documentation and permitting for the ER project as required by the permitting agency.
Reason for Supplement
Preparation of NEPA documentation and permitting is categorized as Preliminary Engineering (PE). It is necessary to transfer funds
from Construction to PE to fund the NEPA documentation and permitting.
Are you claiming indirect cost rate? ❑ Yes ✓ No Project Agreement End Date December 31, 2024
Does this change require additional Right of Way or Easements? ❑ Yes ✓ No Advertisement Date: n/a
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 Oficial ❑ Washington St a epartment of rans ortation
Y B
Title �/ 2 y//V Director, Local Pro ram
Date Executed OCT 2 4 2018
DOT Form 140-041— Page 1
A ved as t} fo
l
Revised 05!2015 oo Date: /Z
Philip C. Hunsucker, Chief Civil Deputy Prosecuting Attorney
Jefferson County Prosecuting Attorney's Office
Estimate of Funding
(1)
(3)
(4)
(5)
Type of Work
Previous
2
Estimated Total
Estimated Agency
Estimated Federal
A reement/Su I.
Supplement
Project Funds
Funds
Funds
PE
86.5 a. A enc
17,726.00 17,726.00
2,393.00
15,333.00
%
b. Other Consultant
40,244.00 40,244.00
5,433.00
34,811.00
Federal Aid c. Other
0.00
Participation
Ratio for PE d. State
6,000.00 6,000.00
810.00
5,190.00
e. Total PE Cost Estimate a+b+cad
0.00
63,970.00 1 63,970.00
8,636.00
55,334.00
Right of Way
0.00
f.f. Agency
q. Other
0.00
Federal Aid h. Other
0.00
Participation
0.00
Ratio for RW i. State
Total RIW Cost Estimate f +h+i
0.00
0.00 0.00
0.00
0.00
Construction k. Contract
100/86.5 %
179,000.00
-62,070.00 116,930.00
116,930.00
(.Other Contract - 86.5%
34,000.00
1,600.00 35,600.00
4,806.00
30,794.00
m. Other Agency - 86.5%
4,000.00
4,000.00
540.00
3460
Federal Aid n. Other
0.00
Participation
Ratio for CN o. A enc
16,000.00
-3,500.00 12,500.00
12,500.00
p. State
0.00
q. Total CN Cost Estimate k+l+m+n+o
233,000.00
-63,970.00 169,030.00
5,346.00
163,684.00
r Total Project Cost Estimate e
233,000.00
0.00 233,000.00
13,982.00
Z 19,018.00
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 Oficial ❑ Washington St a epartment of rans ortation
Y B
Title �/ 2 y//V Director, Local Pro ram
Date Executed OCT 2 4 2018
DOT Form 140-041— Page 1
A ved as t} fo
l
Revised 05!2015 oo Date: /Z
Philip C. Hunsucker, Chief Civil Deputy Prosecuting Attorney
Jefferson County Prosecuting Attorney's Office
Agency
Supplement Number
Jefferson County Public Works
1
Federal Aid Project Number
Agreement Number
CFDA No. 20.205
ER -1601(016)
LA 8904
(Catalog of Federal Domestic Assistance)
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 $750,000 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
Revised 05/2015
Page 2
Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, Public Works Director/County Engineer
Agenda Date: September 24, 2018
Subject: Project Prospectus and Local Agency Agreement Supplement No. 1
for the Washington State Dept. of Transportation (WSDOT), Upper
Hoh Road MP 9.7-9.8 Emergency Repair, County Project No.
18019880, Federal Aid No. ER -1601(016)
Statement of Issue: This updated Local Agency Agreement Supplement is necessary
to obtain federal funding to prepare required environmental documentation and
permitting.
Analysis/Strategic Goals/Pro's &t Con's: During a February 2016 storm event, the
Hoh River eroded the roadway prism at Upper Hoh Road MP 9.7-9.8. The road
embankment was reconstructed with a riprap toe, gravel and topsoil upper slope,
replanting native trees and shrubs, restoring the road shoulder, and installing
concrete traffic barrier. Emergency approvals were obtained at the time from the
Wash. Dept. of Fish and Wildlife, Army Corps of Engineers, and various other
agencies. Jefferson County has been notified by the Army Corps of Engineers that the
emergency project requires permitting through the normal process, including National
Environmental Policy Act (NEPA) compliance documentation. The Local Agency
Agreement Supplement is necessary in order to follow through with this requirement.
Fiscal Impact/Cost Benefit Analysis: The estimated cost of the follow-up permitting
is $63,970. This work will be funded at 86.5% by the Federal Highway Administration
and 13.5% by the County Road fund.
Recommendation: The Board is requested to sign the three originals of the Project
Prospectus and Local Agency Agreement Supplement, and return to Public Works.
Department Contact: Mark Thurston, P.E., Project Manager, 385-9160.
i
r
Date
CONTRACT REVIEW FORM
CONTRACT WITH: Washington State Department of Transportation
(Contractor/Consultant)
CONTRACT FOR: Upper Hoh Rd. MP 9.7-9.8 Emergency Repair TERM: December 31, 2024
AMOUNT: $63,970.00 PROCESS:
Revenue: 180000010.33320.22
Expenditure: 180000010.54500.48
Matching Funds Required: yes
Sources(s) of Matching Funds 86.5% FHWA, 13.5%
County Road Fund
Exempt from Bid Process
Consultant Selection Process
Cooperative Purchase
Competitive Sealed Bid
Small Works Roster
Vendor List Bid
RRFP or RFQ
X Other
Step 1: REVIEW BY EN
Review by: Philip Morley
Date Reviewe .
Kom
APPROVED FORM Re ed for revision(See Comments)
ments
Step 2: REVIEW BY PR EC IVGTTORNEY
Review by: . �", Philip Hunsucker
Date Reviewed:
OZ APPROVED AS TO FORM Re rned for revision (See Comments)
Comments
Step 3: (If required) DEPARTMENT MAKES REVISIONS AND RESUBMITS TO RISK MANAGEMENT AND
PROSECUTING ATTORNEY
Step 4: CONTRACTOR/CONSULTANT SIGNS APPROPRIATE NUMBER OF ORIGINALS
Step 5: SUBMIT TO BOCC FOR APPROVAL
Submit originals and 6 copies of Contract and Review Form with Agenda Bill to BOCC Office.
Place "Sign Here" markers on all places the BOCC needs to sign.
MUST be in BOCC Office by 4:30 p.m. TUESDAY for the following Monday's agenda.
(This form is to stay with the contract throughout the contract review process and accompany the Agenda Bill.)
rev. 12/10/2014
Contract Checklist
Contact No. JR- CR 2.,
[q-L6g in
heck for standard insurance and indemnity provisions
E41!heck all signature lines and signature date
Check that all signature tabs are in place
Arrange signature tabs in a row
Log out
ff-Scan Cover Sheet
Hand Delivered to JADate & Time q t 2 I2A 1
® Interoffice to Date & Time
ram
Washington State
Department of Transportation
Local Agency Federal Aid
Project Prospectus
DU Form 14o-101 rage I
Revised 04/2015 Previous Editions Obsolete
Prefix
Route
( )
Date
8/23/2018
Federal Aid
Project Number
ER -1601(016)
A160
DUNS Number
179278197
Local Agency
18019880
! WSDOT 1
Federal Employer
91-6001322
Project Number
` Use On J
Tax ID Number
Agency
CA Agency
Federal Program Title
Jefferson County Public Works
Z Yes ❑ No
0 20.205 [:]Other
Project Title
Start Latitude N 47-48-36.52
Start Longitude W 124-04-48.47
Upper Hoh Road MP 9.7-9.8 Emergency Repair
End Latitude N 47-48-37.71
End Lon itude W 124-04-44.45
Project Termini From -To
Nearest City Name
Project Zip Code (+4)
Upper Hoh Rd MP 9.7 Upper Hoh Rd MP 9.8
Forks
98331-9454
Begin Mile Post
End Mile Post
Length of Project
Award Type
MP 9.7
MP 9.8
0.1
0 Local ❑ Local Forces ❑ State ❑ Railroad
Route ID
Begin Mile Point
End Mile Point
City Number
County Number
County Name
914207
MP 9.7
MP 9.8
N/A
16
Jefferson
WSDOT Region
Legislative District(s)
Congressional District(s)
Urban Area Number
Olympic Region
24
6
N/A
Total
Local Agency
Federal Funds
Phase Start
Phase
Estimated Cost
Funding
Date
Nearest Hundred Dollar
Nearest Hundred Dollar
Nearest Hundred Dollar
Month Year
P. E.
$63,970
$8,636
$55,334
10/2018
R/W
Const.
$169,030
$5,346
$163,684
Total
$233,000
$13,982
$219,018
Description of Existing Facility (Existing Design and Present Condition)
Roadway Width
Number of Lanes
22 feet
2
The existing roadway is a paved, two-lane major collector with 35 mph posted speed.
Description of Proposed Work
Description of Proposed Work (Attach additional sheet(s) if necessary)
Emergency repair was completed in 2016, which consisted of installing armored bank protection, restoring the
road shoulder, and installing concrete barrier. Remaining work consists of preparing the NEPA
documentation and permitting for the ER project, as required by the permitting agency.
Local Agency Contact Person
Title
Phone
Monte Reinders, P.E.
Public Works Director/County Eng.
360-385-9160
Mailing Address
City
State
Zip Code
623 Sheridan Street
Port Townsend
WA
98368
By _
Approving Authority
Project Prospectus
Title Public o irector/County Engineer
Date 09-Y4°
DU Form 14o-101 rage I
Revised 04/2015 Previous Editions Obsolete
Agency
Jefferson County Public Works
Project TitleDate
Upper Hoh Road MP 9.7-9.8 Emergency R
8/23/2018
Type of Proposed Work
Project Type (Check all that Apply)
Roadway Width
Number of Lanes
❑ New Construction ❑ Path / Trail ❑ 3-R
22 feet
2
❑ Reconstruction ❑ Pedestrian / Facilities ❑ 2-R
❑ Urban
❑ MinorArterial
❑ Railroad ❑ Parking 0✓ Other
Functional
0✓ Rural
❑ Bridge
❑ Rural ❑ Collector
Classification
Geometric Design Data
Description
Through Route
Crossroad
❑ Principal Arterial
❑ Principal Arterial
Federal
❑ Urban
❑ MinorArterial
❑ Urban ❑ MinorArterial
Functional
0✓ Rural
❑ Collector
❑ Rural ❑ Collector
Classification
❑ NHS
0✓ Major Collector
❑ NHS ❑ Major Collector
❑ Minor Collector
❑ Minor Collector
❑ Local Access
❑ Local Access
Terrain
❑ Flat Z✓ Roll ❑ Mountain
[:]Flat ❑Roll [:]Mountain
Posted Speed
35
Design Speed
35
Existing ADT
550
Design Year ADT
675
Design Year
2034
Design Hourly Volume (DHV)
70
Performance of Work
Preliminary Engineering Will Be Performed By
Others
Agency
Consultant/Agency
75 oda
25
Construction Will Be Performed By
Contract
Agency
Contractor
100 %
%
Environmental Classification
❑ Class I - Environmental Impact Statement (EIS)
❑✓ Class III - 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
Environmental documentation and permitting are being required by the U.S.
Army Corps. of Engineers.
Uvy rUnn iwv-!V! Nagel
Revised 04/2015 Previous Editions Obsolete
Agency
Project Title
Date
Jefferson County Public Works
Upper Hoh Road MP 9.7-9.8 Emergency Rq
8/23/2018
Right of Way
0✓ No Right of Way Needed
❑ Right of Way Needed
All construction required by the
❑ No Relocation ❑ Relocation Required
contract can be accomplished
within the exiting 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
❑AII the railroad work will be completed in coordination
with the construction contract
with the construction contract
Description of Utility Relocation or Adjustments and Existing Major Structures Involved in the Project
none
FAA Involvement
Is any airport located within 3.2 kilometers (2 miles) of the proposed project? ❑ Yes 0 No
Remarks
No comments
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,pl�n for community development.
Agency
Date 912 By
DOT Form 140-101 Page 3
Revised 04/2015 Previous Editions Obsolete